Loading...
HomeMy WebLinkAboutMINUTES - 08021977 - R 77I IN 1 1.977- E THE HOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M., TUESDAY, AUGUST 2, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman V. N. Boggess, presiding; Supervisors J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk The following are the calendars for Board consideration prepared by the Clerk, County Administrator and Public Works Director. 0"i 'yl�f►.KLNNY.wiCwrONO CAL04DAN PM TM SAO OF swore 1/ARm N.� "WACV c.F. N CONTRA COSTA COUNTY ,b.q. V0 D4T.CT tics cmaww N weM19W L tCNAooce LA.AICTM .Nero• J.rs/R.aLsom CouNTv CLOIN ke WLTNICTAND Y arrtao CLAM Go M seem Ml�r N.ADOaOi.CONCOND epaaaL oWnIM Q0vWW O N TNL WAM - .ammum ALL 1TN e{T1UCT prQlrlem�l0�. 1��aN. drV,GL/INi �M.IW�TNK.rrtnw/wa - 1�g1K.Y1��=A71 -: . 5M Oh<7wCT SYRYMQ CALWONAM 94983 TUESDAY AUGUST 2, 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 proposed formation of a special fire protection zone (Zone No. 1, Discovery Bay area) in Byron Fire Protection District. If approved, fix November 8, 1977 for maximum tax rate election to establish a maximum zone tax rate of $0.50 per $100 of assessed valuation (which rate would be in addition to the existing maximum district-wide tax rate). 10:50 A.M. Time fixed to consummate purchase of real property (1020 Willow Street, Martinez) from Fred Caten, et ux, for the sum of $64,000, said property being required for County Civic Center purposes. 11:00 A.M. Receive bids for the following projects: a. Detention Facility Site Grading and Temporary Parking, Martinez; b. North Richmond Street Improvement - 1977, North Richmond; and c. 1977 Bridge Painting Project, located at four sites throughout the County. 11:05 A.M. Hearing on recommendation of Planning Commission with respect to application of Claudio Fable (2113-RZ) to rezone land in the E1 Sobrante area. If the aforesaid application is approved as recommended, intro- duce ordinance, waive reading, and fix August 9, 1977 for adoption. 11:10 A.M. Hearing on application of fir. Constantinos Papaionnou for transfer of location of a cardroom license tc 5876 Contra Costa Boulevard, Pacheco. County Sheriff does not recommend approval. 11:20 A.M. '-earinx or arm cation o_ - . Billy Williams fcr a fortune- telllrg liC?n3� fcr the premises a. :1.831 ?azheco Boulevard, ?a 0WJ2 Board of Supervisors' Calendar, continued August 2, 1977 11:25 A.M. Decision on rezoning application of John Caroline, Jr., and John Van De Rcovaart, 2116-RZ, Pleasant Hill BARTD Station area (hearing closed July 26, 19T7). If the aforesaid application is approved as recommended, Introduce ordinance, waive reading, and fix August 9, 1977 for adoption. At the conclusion of the meeting the Board will adjourn to Thursday, August 4, 1977 to meet at 6:30 p.m. with the Contra Costa County Mayors' Conference in El Cerrito at the E1 Cerrito Community Center, Ashbury and Moesser Lane. ITEMS SUBMITTED TO THE BOARD Items 1 - 9 : CONSENT 1. APPROVE minutes of proceedings for the month of July, 1977. 2. DECLARE certain ordinances duly published. 3. AUTHORIZE changes in the assessment roll. 4. AUTHORIZE use of jury assembly room at Walnut Creek/Danville Municipal Court Building on September 29 and 30, 1977 for an administrative hearing before the Fifth District Medical Quality Review Committee of the State Department of Consumer Affairs. 5. FIX August 23, 1977 at the times. indicated for hearings on the following Planning matters: 11:05 a.m. Appeal of DiGiorgio Development Corporation from Planning Commission conditional approval of Minor Subdivision 110-75 (Bob Parmenter, owner) Danville area; and 11:20 a.m. Appeal of Larkin and Susan Breed from Planning Commission conditional approval of tentative map of Subdivision 4919 (Security Owners Corporation, applicant and owner), Pleasant Hill area. 6. INTRODUCE ordinance amending the Ordinance Code with respect to bingo games to permit refund of one-half the fee when license or renewal is denied; waive reading and fix August 9, 1977 for adoption. 7. ADOPT ordinances (introduced July 26, 1977) as follows: a. No. 77-64 rezoning land in the the Knightsen area (Clarence, Yolanda and Marcia Thompson, 2121-RZ; R. A. Vail & Associates, 2104-RZ); b. No. 77-65 rezoning land in the Vine Hill/Martinez area (Arnold and Ferguson, 2117-RZ); c. No. 77-66 rezoning land in the West Pittsburg area (Planning Commission Initiated, 2047-RZ); and d. Amending the Ordinance Code to provide a salary adjustment for Supervisors commensurate to that granted other county employees. E. AUTRCS_ZE legal defense for persons who have so requested in connection with Superior Court miction No. 172376. 9. DENY the claims of Jacquelyn Boyd, Bobbi Ea_--1 Whittington, and Edward Clements. 1 Board of Supervisors' Calendar, continued August 2, 1977 Items 10 - DETM%UNATION (Staff recommen at on shown o ox g the item.) 10. MEMORANDUM from Director of Planning transmitting Resolution No. 57-1977 adopted by the Planning Commission (in response to Board referral) reaffirming its recommendation with respect to rezoning certain land (2066-RZ) in the Clipper Rill area, Danville. CONSIDER APPROVAL OF RECOMMENDATIONS 11. LETTER from Chairperson, Contra Costa County Manpower Advisory Council, advising that Ms. Anna Aiello is unable to serve as the City of Martinez representative on said Council and that Mr. Doug Meyer has been nominated to fill the vacancy. ACCEPT RESIGNATION AND APPOINT NOM11NEE 12. MEMORANDUM from Director of Planning advising that the City of San Pablo has nominated Mr. Robert Blohm to replace Mr. John Fink as its representative on the Contra Costa County Community Development Advisory Council. APPOINT NOMINEE ' 13. MEMORANDUM from Director, Human Resources Agency, (in response to Board referral) submitting names of thirteen individuals nominated by certain agencies for representation on the Emergency Medical Care Committee effective August 1, 1977. APPOINT NOMINEES 14. LETTER from Ms. Mary Ann Quinn, Aerial Engineering, advising that the July 16 filming of the flagpoles in front of the Courthouse had to be postponed, and requesting permission to reschedule shooting at a later date when construction in the area has been completed. APPROVE REQUEST 15. LETTER from County Administrator, in response to Board referral of letter from Emergency Medical Care Committee, recommending that County Counsel be directed to prepare necessary ordinance to amend County Ambulance Regulation Ordinance to require physical examinations for ambulance drivers once every two years and indicating that a further report will be submitted on physical examination requirements for firefighters. APPROVE RECOMMENDATION 16. LETTER from County Auditor-Controller stating that under present law county fire districts cannot operate with a countywide pooled contingency fund and that the Contra Costa Taxpayers Association was informed of this fact several weeks ago. ACKNOWLEDGE RECEIPT AND REQUEST COUNTY AUDITOR-CONTROLLER TO ADVISE IF LAW PERMITS COUNTYWIDE POOLED CONTINGENCY FUND WITS RESPECT TO OTHER COUNTY SPECIAL DISTRICTS AND SERVICE AREAS 17. LETTERS from County Treasurer-Tax Collector and County Sheriff-Coroner commenting on recommendations of the 1976-1977 Contra Costa County Grand Jury. ACKNOWLEDGE RECEIPT AND FORWARD COPY TO THE PRESIDING JUDGE OF THE SUPERIOR COURT WHO IMPANELED THE 2976-1977 GRAND JURY AND PLACE COPY ON FILE WITH THE COUNTY CLERK 18. LETTERS from Citizens Advisory Committees of County Service Area D-3, County Service Area M-8, County Service Area R-6, County Service Area R-8, and County Service Area P-1, pertaining to composition and expiration of terms of committee members. REFER TO 11;TERNAL OPERATIONS CO: ?iiT=E FOR ..EVIEW 19. LETTER from ;oL^ W. Friedman, Administrator, Aeromedical Services, relating problems encu-antered at 3uchanan Field with respect to medical helicopter services provided by Garlick Enterprises. RIFER TG ?liBLIC TdOR15 DIRECTOR FOR r iZ=.. .i CO:Jui�iC _0 s-TH A'vIATIG:v ADVISORY C01MIMI_TE_ Board of Supervisors' Calendar, continued August 2, 1977 20. LETTER from Mr. J. E. :teed, attorney representing neighbors in the vicinity of Subdivision 5025, Lafayette area, requesting that the Board reconsider its July 12 decision approving the tentative map of said subdivision. REFER TO COUNTY COUNSEL FOR ADVICE 21. RESOLUTIONS adopted by the Mt. Diablo Hospital District and West Contra Costa Hospital District Boards of Directors finding that (1) rates and charges of the hospital operated by said districts are comparable to charges made by non-profit hospitals in its area, and (2) setting the amount to be raised by taxes in the 1977-1978 fiscal year for operation of the hospital. REFER TO COUNTY AUDITOR- CONTROLLER 22. LETTER from President, Regional Center of the East Bay, transmitting report on 1977-1978 contract with State Department of Health to provide services in Alameda and Contra Costa Counties and to carry out provisions of Lanterman Developmental Disabilities Act. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 23. LETTER from Area Director, San Francisco Area Office, U.S. Department of Housing and Urban Development, transmitting copy of "Guide to Local Housing Rehabilitation Strategies" and advising that a confer- ence will be held August 8 and 9, 1977 to discuss issues contained in said document. REFER TO DIRECTOR OF PLANNING 24. LETTER from Director of Research, State Office of Planning and Research, transmitting report on municipal advisory councils which Includes suggestions for improvement of the program incorporated into Senate Bill 1116. REFER TO COUNTY ADMINISTRATOR 25. LETTER from General ,Manager, California Exposition, inviting County participation at the 1977 California Great State Fair to be held August 19 through September 6, 1977 in Sacramento. REFER TO CONTRA COSTA COUNTY DEVELOPMENT ASSOCIATION 26. LETTER from Mr. L. V. Olsen, on behalf of residents of Danville Station Subdivision between 800 and 900 blocks of EI Capitan Drive, requesting assistance with respect to garbage/litter problem in the area. REFER TO COUNTY HEALTH OFFICER AND DIRECTOR OF PLANNING 27. LETTER from Mr. J. D. Tufft seeking Board assistance with respect to condition of rental property (501 and 501A Santa Fe Avenue) adjacent to his hose in the Kensington area. REFER TO DIRECTOR OF BUILDING _INSPECTION FOR REPORT 28. LETTER from Chairman, Metropclitan Transportation Commission, request- ing county participation in a joint study with PITC, AC Transit District, BARTD, Caltrans, and cities in central Contra Costa County to develop an area-wide program to meet future public transportation. requirements. REFER TO PUBLIC WORKS DIRECTOR FOR RECOMMENDATION 29. LETTER from President, Union of American Physicians, requesting recognition in accordance with Section: 34-10.004 of the County Ordinance Code. RZFER TO 11PLOYE-7 R LATIO.:S OFFICER FOR VERIFICATIGz OF REQUIRED ZNFO?NIATIOl 30. frcm State Senator CIL A. ':ej e ly, Mayor of City of Conacr, and Lieutenant, Co=ar.dlno Juven-41e Bureau of C_tji of Concord, s pportino ._quest of Teen Hcpe Fcundation, !no., for revenue sharing funds to provide a short-term residential crisis center in the County. RE - ^_0 DI°" ^CR, HUXAN RESOURCES AGZ X , FOR PROGRAM AND COST ANALYSIS)TA -T _. .0 ACCOU COUNTY FACILITIES 'LiD �.T CRISIS -.: REQUESTEDLREQUESTED _. --CR ��A'�L'E OF 0�AKL:+:."D-FAST i11�, 7 • Board of Supervisors' Calendar, continued August 2, 1977 31. LETTER from Mr. R. A. Fazackerley, Delancey Street Foundation, Inc., requesting that the Board reconsider establishment of a fee for service contract with the County on the basis that the courts and County Probation Department are presently using Delancey Street as an alternative. REFER TO COUNTY ADMINISTRATOR Items 2 - 37: INFORMATION (Copies of common cat ons ste as n ormation items have been furnished to all interested parties.) 32. LETTER from Superintendent, on behalf of Governing Board of Lafayette School District, requesting funding for County Counsel staff at a level adequate to provide reasonable and necessary legal services to all school districts in the county. (Matter will be considered in conjunction with review of Proposed Budget for 1977-1978.) 33. LETTERS from Ms. Xathrine L. W. Izett and President of West Contra Costa Conservation League requesting that funding for the Contra Costa County Development Association be eliminated from the 1977-1978 budget. 34. MEMORANDUM from Director of Planning transmitting record of Park Dedication Trust Fund disbursements (over $1 million) from April 1974 to June 1977 for provision of park and recreation facilities. 35. LETTER from Chairman Pro-tem, Bethel Island Municipal Improvement District, objecting to proposal of State Department of Water Resources to construct rock barriers at Dutch Slough, False River and Fisherman's Cut. 36. LETTER from Chairman, Mt. Diablo Regional Group of the San Francisco Bay Chapter Sierra Club, endorsing the Board's position on protec- tion of the San Francisco Bay-Sacramento-San Joaquin Delta Estuarine System. 37. NOTICES from Alameda-Contra Costa Transit District of public hearings to be held August 24, 1977 in Oakland on proposed applications ($5,251,084 and $316,430 respectively) requesting Urban Nass Transportation Assistance Act funding for financial assistance of operations throughout the East Bay service area and for operations provided by AC Transit under contract to Eastern Contra Costa Transit Authority In the Antioch-Pittsburg Urbanized Area. Persons addressir. the Board should co lete the form rovidea or, the rostrum an urns the er w t a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . EETINGS OF 3GARi: cc:0iITTZEES Finance (Supervisors R. I. Schroder and i. ? Kenny) 1st and 3rd ',!onlays of each month, 9:00 a.m., Room /Oc, County Ad: lnlstraZ=0n Build ao, Martinez. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4i�06 OFFICE OF COUNTY ADMINISTRATOR CON"TR.11 COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions August 2, 1977 From: Arthur G. Will County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: Cost Department Center From To Medical 540 Intermediate Account Clerk I Services Typist Clerk #104 Social Various 38 Social Social Casework Service Worker III Specialist II 8 Social Case- -- work Specialist I 4 Social Worker Social Casework III Specialist I 1 Social Worker -- II Treasurer- 0145 Intermediate Account Clerk I Tax Collector Typist Clerk #01 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Auditor- 5575 1 Account Clerk -- Controller Trainee-CLTA 5594 1 Account Clerk -- I-Project Building 3400 1 Typist Clerk 1 Intermediate Inspection Stenographer Clerk #01 Health 450 1 Administra- 1 Preventive Health tive Analyst Care Administration Advisor To: Board of Supervisors From: County Administrator --- Re: Recommended Actions 8-2-77 - Page: 2. I. PERSONNEL ACTIONS - continued 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Treasurer- 0145 1 Account 1 Account Clerk III Tax Collector Clerk I 701 3. Authorize reemployment of Jacquelyn Bobrosky in the class of Intermediate Typist Clerk, P.I., at the third step ($79.9) of Salary Level 222 (5725-$881), effective July 14, 1977, as requested by the Director, Human Resources Agency, and recommended by the Civil Service Commission. 4. Authorize reemployment of Naacy A.-Matheny in the class of Intermediate Typist Clerk (20/40) at the third step ($799) of Salary Level 222 ($725-$881), -effective July 7, 1977, as requested by the District Attorney and recommended by the Civil Service Commission. 5. Authorize appointment of Maureen Walsh in the class of Medical Record Librarian at the third step ($1,055) of Salary Level 313 ($95741,163), effective June 30, 1977, as_ requested by the Director, Human Resources Agency, and recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS 6. Name and Destination Department and Date Meeting Roy H. Kong Chicago, IL APSCO National Sheriff-Coroner 8-21-77 to 8-27-77 Conference III. APPROPRIATION ADJUSTMENTS None. IV. LIENS &I'M COLLECTIONS None. 0001K) To: Board of Supervisors From: County Administrator = -Re: Recommended Actions-8-2-77 Page: 3. V. BOARD AND CARE PLACEMENTS/RATES 7. Amend Board Resolution No. 77/560, establishing rates to be paid to child care institutions during fiscal year 1977-1978, to make certain additions and deletions and rate changes. VI. COUTRACTS AND GRANTS 8. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) Patricia F. Foster parent $20 7-20-77 to Bacon education and 12-31-77 orientation (b) Meridith B. Mental Health $100 7-21-77 Cox, M.P.A. Program - staff (one day only) training on 'Patients' Rights' (c) Microfiche Provide informa- '* 7-20-77 to Publishers, Inc. tion for prepara- 9-30-77 tion of microfiche images of the 1977- 78 Assessment Roll **Contractor will reimburse County for all costs. (d) United Council Increase existing $13,200* 4-1-77 to of Spanish CETA Title I pro- 9-1-77 Speaking gram to provide organizations, additional Job Inc. training and services *(federal funds) (e) Phoenix Contract Amend -0- Effective Programs, Inc. ment modifying 6-1-77 budget specifications to conform with the Final Short-Doyle Budget for FY 1976-77 Q0M To: Board of Supervisors From: County Administrator Re: Recommended Actions 8-2-77 Page: 4. VI. CONTRACTS AND GRANTS - continued 8. Agency se Amount Period (f) United Council Continuation of $1S,188 7-1-77 to of Spanish support services 9-30-78 Speaking to the Health Origanizations, Department Inc. Nutrition Project for the Elderly (g) Council of Continuation of $18,680 7-1-77 to Churches of Protestant 6-30-78 Central Contra chaplaincy services Costa County at County Medical Services (h) Systems Code and test $8,S2S 8-3-77 to Conversion programs for 9-30-77 Specialists, Position Control Inc. Module of the County Personnel System (i) United Council Continuation of $206,037 7-1-77 to of Spanish transportation 6-30-78 Speaking services for Organizations, County Medical .. Inc. Services patients 9. Authorize Director, Human Resources Agency, to execute_ .. contracts with two additional physicians for provision of professional medical services to Prepaid Health Plan enrollees during the period May 1, 1977 through June 30, 1978. VII. LEGISLATION 10. Consider status, and possible adoption of County position, on legislation affecting County. VIII.REAy ESTATE ACTIONS None. 01*10 To: Hoard of Supervisors From: County Administrator Re: Recommended Actions 8-2-77 _ Page: S. IX. OTHER ACTIONS 11. Acknowledge receipt of letter from County Administrator relating to assurances required under Section 504 of the Rehabilitation Act of 1973 which provides for accessibility to the handicapped of programs and services and-for non- discrimination in employment, and, as recommended therein, authorize Hoard Chairman to execute the required compliance form. 12. Acknowledge receipt of letter from County Administrator pertaining to federal limitation on compensation in the CETA Public Service Employment Programs (Titles II and VI) . 13. Authorize destruction of 1964 tax rolls pursuant to Revenue and Taxation Code Section 4377 as recommended by the County Treasurer-Tax Collector. 14. Authorize Chairman, Board of Supervisors, to execute agreement between the County of Contra Costa, Contra Costa County Flood Control and Water Conservation District and the State of California for sale of .tax delinquent property to the District, pursuant to the provisions of Revenue and Taxation Code Sections 3771 et seq. , as recommended by the County Treasurer-Tax Collector. 15. Approve contract documents submitted by the Contra Costa County Fire Protection District for herbicide spray weed abatement work within the district for the period October 1, 1977 through September 30, 1978 and advertise for bids to be received on August 30, 1977 at 11:00 a.m. 16. Authorize Director, Human Resources Agency, or his designee, to conduct contract negotiations with various service providers under specified terms and conditions for consideration and approval by the Board. 17. Acknowledge receipt of report from the County Administrator on CATV rate increase requested by General Electric Cablevision Corporation and fix August 23, 1977 at 10:30 a.m. for public hearing. 18. Consider Memorandums of Understanding and any other compensation matters for the 1977-1978 fiscal year. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON owil 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 August 2, 1977 REPORTS Report A. COUNTY SUPPORT OF THE RELOCATION OF HIGHWAY 4 AT LUZON UNDERCROSSING The Board of Supervisors, by Order of July 5, 1977, referred the request of the City of Hercules, concerning the relocation of State Highway 4, to the Public Works Director for report. The City of Hercules has been actively working with CALTRANS in the preparation of a project that will relocate a segment of Highway 4, mostly within the City of Hercules, but extending into the unincor- porated area. This relocation will bypass the "S" curve undercross- ing of the Atchison, Topeka i Santa Fe Railway near the intersection of Highway 4 and willow Road (popularly known as the "Luzon Under- crossing"). This relocation will result in a substantial increase in traffic safety and a significant improvement in the circulation system for the City's new residential area. In order to gain early State approval, financing and scheduling of construction, the City has commendably pledged up to $500,000 of its own funds toward the project, and is now seeking County support for the project. Now that the "gap" between Interstate 680 and Solano Way is ached-. uled for construction in 1979-80, this project is the next logical segment of Highway 4 to be upgraded. It is recommended that the Board of Supervisors, by Resolution, support the rerouting of Highway 4 as proposed by the City of Hercules, and urge early funding of the project by the Department of Transportation. (TP) EXTRA BUSINESS Public Works Department Page I or I August 2, 119�7771� i1�14 12 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for August 2, 1977 REPORTS Report A. ALHAMBRA VALLEY ROAD - AWARD CONTRACT - Pinole Area Bids for construction of Alhambra Valley Road and Castro Ranch Road Intersection Modification were received last Tuesday, July 26, 1977, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation It is recommended that the Board of Supervisors award the construc- tion contract to the low bidder, Mike !organ Paving of Walnut Creek, in the amount of $27,935.25. (RE: Project No. 1481-4379-661-77) (RD) SUPERVISORIAL DISTRICT I so items SUPERVISORIAL DISTRICT II Item 1. SAN PABLO AVENUE OVERLAY - APPROVE PLANS AND ADVERTISE FOR BIDS Hercules Area It is recommended that the Board of Supervisors approve plans and specifications for the San Pablo Avenue Overlay at and in the vici- nity of the entrance to the Pacific Refining Company in Hercules, and advertise for bids to be received in 30 days and opened at 2:00 p.m. on Thursday, September 1, 1977. The Engineer's estimated oon struction cost is $49,000. The project will consist of the repair and resurfacing of San Pablo Avenue south of Willow Avenue at and in the vicinity of the entrance to the Pacific Refining Company, in the City of Hercules. This project is considered exempt from Environmental Impact Report requirements as a Class 1(c) Categorical Exemption under County Guidelines. it is also recommended that the Board of Supervisors concur in this finding. (RE: Project No. 0971-4367-926-77) (RD) Item 2. 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 25, 1977, from Charlotte E. Meyer, 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 $1,975, payable to Western Title Insurance Company, Escrow No. M-310081-2-LC, and deliver same to the Real Property Division for payment. (continued on next page) A G E N D A Public Works Department Page r o� 11 0 113 August 2, 1977 Item 2 continued: Payment is for approximately 1,884 square feet of land and additional .use of approximately 306 square feet. (RE: Project No. 3471-4342-663-76) (RP) Item 3. MONTARABAY RECREATION CENTER (BAFNIEW) - APPROVE CONTRACTS - Pinole Area It is recommended that the Board of Supervisors approve and. autho- rize the Public Works Director to execute an Inspection Services Contract with Mr. Laurel Roderick Cameron of San Leandro for con- tract documents review and construction inspection services for Montarabay Recreation Center (Bayview), County Service Area M-17, Pinole area. The contract is effective August 2, 1977. Payment is provided in accordance with the standard rates as indicate in the contracts. (RE: Work Order 5220-927) (BiG) SUPERVISORIAL DISTRICT III Item 4. COUNTY SERVICE AREA R-8 - ADOPT RESOLUTION - Walnut Creek Area It is recosmiended that the Board of Supervisors adopt a Resolution of Intention to adopt a Resolution of Necessity to condemn the Alezander-Miller property required for Parks and Open Space on .behalf of County Service Area R-8 and set August 30, 1977 at 10:55 a.m. as the date the Board will meet to consider the adoption of the Resolution of Necessity to condemn. The property to be condemned consists of approximately 3.43 acres, and will be financed from proceeds of the sale of the $6,750,000 bonds for Parks and Open Space previously approved by this Board. In accordance with the R-8 Service Area Agreement between the City oA. Walnut Creek and the County, the City's retained counsel will perform all legal services required for the condemnation action. (SAC) Item 5. MARSHALL DRIVE - DRAINAGE IMPROVEMENT - Walnut Creek Area It is recommended that the Board of Supervisors authorize the Public Works Director to arrange for the issuance of a purchase order to Roto-Rooter Company of Walnut Creek, in the amount of $7,800, for installation of a storm drain line and related structures on Marshal.-- Drive at Gordon Drive, Walnut Creek area. Informal bids were opened in the Public Works Department Maintenance office, 255 Glacier Drive, Martinez, at 4:00 p.m., July 25, 1977. Of 5 bids received, Roto-Rooter's bid was the lowest. This work is necessary to replace a deteriorated drainage system that can no lon- ger be maintained. This maintenance work is a Class I Categorical Exemption from Envi- ronmental Impact Report requirements. (RE: Work Order 6110-665) (M) 00034 A G E N D A Public Works Department Page 1 of 11 August 2, 1977 item 6.- MORAGA WAY - INCREASE CONTRACT CONTINGENCY FL-20 - Orinda Area It is recommended that the Board of Supervisors approve an increase of $15,000 in the contract contingency fund for the Morage way Shoulder Widening Project in order to provide for (a) the County's share of flagging costs, (b) modification of .drainage details at several loca- tions, (c) anticipated overrun in quantity of asphalt concrete, and (d) maintenance of the contingency fund balance to allow for other unforeseen work. Sufficient funds for this increase are available in the 1976-77 road budget. (RE: Project No. 0961-4277-661-76) (C) Item 7. OAR ROAD WIDENING - ACCEPT DEED - Walnut Creek Area It is recommended that the Board of Supervisors accept Grant Deed and Right of Way Contract, dated July 15, 1977, from John 8. Sutter, at us, and authorize the Public Works Director to sign said Contract on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant in the amount of $4,000, payable to Title Insurance and Trust Company, Escrow No. .09-245387, and deliver to the County Principal heal Property Agent for payment. The settlement for the property being acquired was for $15,200.99; the balance of $11,200.99 has been paid Grantor previously under withdrawal provisions of a condemnation deposit, Condmatiom Action #165338, Contra Costa County vs. Max K. Kirby, et al. Payment is for 2,665 square feet of office use land required for the project. (RE: Project No. 4054-4189-663-74) Item 8. PUBLIC WORKS EMPLOYMENT ACT - AUTHORIZE ?MING - Walnut Creek Area It is recommended that the Board of Supervisors, as ex.officio the Hoard of Supervisors of the Contra Costa County Flood Control and water Con- servation District, authorize the Public Nbrks Directorto reimburse the County with District funds for the costs incurred by the County in completing the Walnut Boulevard Drain (w0 4389) and San Niguel Drain (WO 4391) Public Works Employment Act of 1976 grant applications. The costs to be funded are $8,938.72 and $3,630".59, respectively. The preliminary engineering and plans developed to complete the grant applications are of value to the District. (RE: .Work Orders 4389-925 and 4391-661) (PCP) Item 9. TARRY LANE - APPROVE TRAFFIC REGULATION - Orinda Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2353 be approved as follows: Pursuant to Section #21356 and #21803"of "the California " vehicle Code, all vehicles traveling eastbound on TARRY LANE (Road No. 2555H), Orinda, shall yield the right of way to traffic on Lombardy Lane. (TO) .00015 A G E N D A Public Works Department Page 3 of 11 August 2, 1977 Item 10. SUBDIVISION 4835 - APPROVE MAP - Walnut Creek Area It is recommended that the Board of Supervisors approve the Final Map for Subdivision 4835. Subdivider: Hayman Homes, Inc. 39 Sutter Street San Francisco, CII 94104 Location: Subdivision 4835 is located on Northcreek Circle, approxi- mately 200 feet west of Candelero Drive. MD) Item 11. SUBDIVISION MS 21-76 - REDUCE PERFORMANCE SECURITY - Walnut .Creek Area On July 19, 1977, this Board issued an Order stating that the construc- tion of improvements in Subdivision MS 21-76 had been satisfactorily completed. The Public Works Director has been requested to reduce the amount of cash held to $500 as performance security. The Subdivider deposited $500 cash, plus $800 _cash as additional secu rity. to insure. the construction and performance of.the,improvuieats... It is recosmended that the Board of Supervisors authorize the refund or. the $800 cash deposited as additional security. Aefundees Costa Concrete Company 70 Garron Court Walnut Creek, CA 94596 Location: Subdivision M5 21-76 is located on the north side of Arbutus Drive, east of Poplar Avenue. (LD) AGENDA CONTINUES ON KM PAGE 00016 A_ G E N D A Public Works Department Page 4 of 11 August 2, 1977 SMEMSOMML DdS F4= 1V Item 12. MOM MMnUM DLWR=, ZCNE 22 - 3=aVJEMCE AM ACMPE M - Conoocd Area It is raoommided that the Board of Supervisors, as sac afficio the Hoard of Svprvisars for the CM ra Costa County Stow Drairnage District, Zone 22, approve and audmiss the following: 1. Camey to Elizabeth rchenri,eder, at the price of $1,629.00, a Quitclaim Dud pursuant to that retain Riot of way Contract dated April 26, 1964. between Joseph IbbWXisder, at mc, and Omtra costa Ooaty Storm Drainage a1strict. Zone 22 aaoess land rot required for District purposes and nd2=%ze the Dowd Chairmen to execute said Quitclaim Dead on behalf of the District. 2. Aooept a Grant Deed dated July 5, 1977. frm Elizabeth Holsriadwc to clarify peopes ty 13saes on: the property to be retained bV the District. (BE: S.D.D.Z. - 22, work Cedes 8360 - 2588) (BP) SUPWISDOC 1L D152K .T V Item 13. SB 283 TW MT Ple7t;nuM-CWM(f SpMM- Dost Camay Area an June 14, 1977, the Hoard of Supervisors requested the Ferrara contra Costa Mmait authority to actively participate and act as the sponsoring agent far the SD 283 Rural?raa:sportation Deaoestration Program in Easbern Ooec- costa Couoe:y. The Bona!of Direcears of MM at its Judy 20th nestb q aond&avd the Mwd of Supervisors' regmst, and unanincusly accepted the inditetion to participate and aft as Wig.sGant- Ia oonsidesirg the project, the Board of Directors use at the consensus tbat DLLs► should talar a lead role in.providing coordination and transportation services to the entire eastern portion of contra Costa County. It is Torr necessary for the County and 18O`'171 to obtain State aaaaarence to this longe of sponsor. The Department has already started the cbwxp at aguat proosse. No action enquired at this tis. Itsm i4. DE1fEL, MR&W F1ItE PTOMETM DMMSUrl'-!!'DIL 11PPAitiM -APM<M C,oRA= - Bethel ralaod Arae It is recanended that the Board of Supsavifoes, as ac officio the Owaming Board of the Bettal Island Fits Protection Dmtriat, aplsvw and Naomi=the Pathe tfiorb ni,.,.=to rasceta Inspection Services Camtrafts with!lowers. 3 1 - G. Grady aid - Imunsl Dodnridc C,awsron. These contracts ane for acoomft doaaaata r widw and Cavi- structi a inspection for the new Metal Apparatus Dudldieeg at the Dedal Mad Fire Pro ecUm District is Bethel Island. The oaetsa M nen sEtective August 2. 19'17. Payment is provided for services in sopor&=with the stJtndasd rates as indicated in the oontraets. (M.- 7003-4095) CUM Item 15. SOIDTVISEN 145 185-76 - APPROM AGFMIM P - Alm Area . 3t is-semeseode4 that the Board of•sqper•:•ors approue the-Suhdivisicrf-Agaasent°far- Svbdivision PS 185-76. owner: John Hayward 2186 Granite Drive Al=, CA 94507 Wcatian: Subdivision MS 185-76 is located on t-he rXthwest Side of Ias Quelaadas, aporoncimately 450 feet east of R=3*dll Arid. MD) W)17 AGENDA Public Works Department Page 5 of 11 est 2, 1977 Item 16. VZ70A+S' ?MCRIAL SU L ItF CEM (C O MMM SrEM=AMA R-7) - APPIOV£ PLANS AMID TF- C:htTICM AIC)AMIE FQ'ISE PUt Elba Danville Ares It is wa==ded that tin Board of Supervisors approve pl= and specifications for t1h Veterans' Memorial Hall Remodel, 102 Hartz Avenue, Danville, Ca forni.a and advertise for bids to be received in thirty days on Ztnasday, September 1, 1977. The construction cost estimate is $75,000. Zhe went budget includes $25,700 for this ibam and the 1977-78 Proposed Budget i nrl,r1gM _ Itis project = considered campt from Esvim==tal ropect repast requirentats as a Gass lA Cat=_ ical E>gtim under County Guidel; . It is recseeen4 that the Board of Supervisors donor in this f'n :g and instruct the Director of Planning to ft a Notice of Exemption with the County Clerk. (RE: W rk Crider 5480-9Z7) (PGG) Item 17. DMED LOAD - APPFOUE TNVMC 1 4 - Denville Area At the request of r�1 j atstives of the.SawM=mValley.Uaifisd.School.Ddsttict.aod..... iisolutionthe 4ios 351 beas�sffic study, it is s+eaoemded that TOM Pummt to Section 22507 of the California Vehicle code, paor]d is hereby declared to be prdhihited at all times on the east side of Ddablo Iced 44821), Denville, beWmishg at a point 500 feet south of the oeehbe!rr line of Arroyo Delve and extending southerly a distance of 30 feet. (20) Item 18. VICTOM RIGEB 4Y- APPLOM TRAFFIC MMU ATUM - s*+*+och Asst At the request of local citizens and upon the basis of an engineering and.traffic.stdy it is reeomserded that Traffic resolution No.2354 be appcdeed as follers: Pursuant to Section 22358 of the Califccnia Vehicle Code, no vehicle snail travel in excess of 45 siIm pas hour an 1but pc tion of VJMM ffiMW Oil. #7182A3, Antioch, begOmig at the Antioch city Mm' nest Trabat1 Ione and and moduq easterly to the intersection of 9tste Higbuoys 4 and 84. MuMe Resolution no. 2171 pwta n g to the adstinq 50 Wh speed liadt an East 18th Street -Victory 8.i9bwy is hereby.reeecinded.) (TO) Item 19. MM MAD-APPWM IItAp = MMMM -`West Pittsburg Axel At the request of local citizens and upon the hasis of an emAnsering and traffic st-:, it is rheco msded.that Traffic.Pesolution No. 2355 be Mr , 1 as follows: _ Pursuant to Section 22101(b) of the California tddale Caft, the intersection of IEM RMD (#5185AA) ad LMM VISI DRIVE (#5lM, Mast Pittsburg, is hereby declared to be a stop intersectio, and all .,.Miles traveling east en Levee road shall stop before entering said intersection. (20) Item 20. S[7'EMWICK HS 185-76 - CFMM OF EEDRYTION -Alamo Area It is reoaeeeshded that the Board-of Supervisors: 1. Accept an Offer of Dedication for roadway purposes, for recording ealy, from Joann. Hayward, et al, slated May 25, 1977. 2. Waive the requirementryyof County Ordinance 922-4.602, 4xic3h requires that the1_o_wners of easements within the dedicated area �t to the dedication and a��ote --... their rights to the rights of the publ c. (continued on sherd page) AGENDA Public kbirks DegwcUw st Page 6 of u August 2, L977 owls •4. Item 20 continued: This waiver is necessary because owners of the easements could not be located or refused to consent to the dedication. Owner: John Hayward, et al 2186 Granite Drive Alamo, CA 94507 Location: Subdivision XS 185-76 fronts for approximately 170 feet on Las Quebradas Lane 450 feet northeast of Roundhill Road. - (LD) Item 21. SUBDIVISION 4440 - REFUND CASH BOND - San Ramon Area The minor deficiencies in Subdivision 4440 have been corrected. It is recommended that the Board of Supervisors authorize the Public Works Director to refund the $500.00 deposited as surety for the com- pletion of the deficiencies to Shapell Industries. Developer: Shapell Industries 1267 Lawrence Station Road Sunnyvale, CA 94086 Location: Subdivision 4440 is located on the vest side of Alcosta Boulevard north of Old Ranch Road. (LD) Item 22. SUBDIVISION 4769 - REFUND CASH DEPOSIT - Alamo Area It is recommended that the Board of Supervisors: 1. Declare that the improvements in Subdivision 4769 have satisfacto- rily met the guaranteed performance standards for one year. 2. Authorize the Public Works Director to refund to Bolla Acres the $500.00 cash deposit as surety under the Subdivision Agreement. Owner: Frank Bolla 3158 Miranda Avenue Alamo, CA 94507 Location: Subdivision 4769 is located on the south side of Bolla z.-- approximately 500 feet east of Miranda Avenue. (LD) Item 23. SUBDIVISION MS 68-76 - REDUCE PERFORMANCE SECURITY - Oakley Area On June 28, 1977, this Board issued an Order stating that the construc- tion of improvements in Subdivision MS 68-76 had been satisfactorily completed. The Public works Director has been requested to reduce the amount of cash held as performance security to $500.00. The Subdivider deposited $500 cash plus $6,320.75 cash as additional security to insure the construction and performance of the improvement. _- -It-is -recommended that the_Board-of Supervisors authorize--the refund _c... the. $-6,32DJ5-,cash deposited as. additional-security -- Refzdee: Frederick and Louis Del Barba -~- Route 1, Box 351 Oakley, CA Location: Subdivision MS 66-76 is located on the northwest corner of Ohara Avenue and Laurel Avenue (LD) A G E N D A Public Works Depa 1 -age 7 0: 11 August 2, 197717 GENERAL Item 24. METAL APPARATUS BUILDING AT TASSAjARA FIRE PROTECTION DISTRICT - APPROVE CONTRACT - Danville Area. Pursuant to Board of Supervisors Resolution No. 77/310 dated April 12, 1977 the Public Works Department invited and received bids for con- structing the Metal Apparatus Building at Tassajara Fire Protection District, Danville Area. The low bidder was Ted A. Molfino, Builder, Lodi, whose bid including Alternate No. 1 and No. 3, was $23,628.00. It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Tassajara Fire Protection District, approve the construction contract with Ted A. Molfino, Builder, and authorize its Public Works Director, Vernon L. Cline, to sign the contract. The Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class 3E Categorical Exemption under the County Guidelines, and recom- mends this Board concur and so find. It is further recommended that th Director of Planning be directed to file a Notice of Exemption with the County Clerk. (RE: 7023-4096) Item 25. SALE OF COUNTY PROPERTY - RECONVEYANCE - Diable Area On August 23, 1966, the Board of Supervisors approved the sale of sur- plus County property on Valley Vista Road in the Diablo area to the highest bidders (Eugene L. Lehner, et al) for the sun of $75,000.00 wit credit terms for $60,000.00 secured by a Note and Deed of Trust. The County Auditor advised that the Note has now been paid in full and the Trustor requests the reconveyance of the Deed of Trust. It is recommended that the Board of Supervisors approve the reconveyanc and authorize the County Treasurer to release the Note and Deed of Trus to the Principal Real Property Agent to execute the request an behalf . the County, as beneficiary, to the Western Title Guaranty Company and authorize the Title Company, as Trustee, to execute a reconveyance for delivery to the Trustor. The property sold by the County was a 16-acre parcel of land formerly owned and used by the disincorporated Southern Public Utility District to provide.sewage facilities to.Cameo.Acres subdivision-prior.to annexa tion to the Central Sanitary District. (RP) Item 26. DETENTION FACILITY PROJECT - APPROVE SID ADDENDA - Martinez Area It is recommended that the .Board of Supervisors approve and authorize the Public Works Director to issue two addenda to plans and specifica- tions for the Detention Facility Project approved July 19, 1977. The addenda are: a. Addendum 1, Concrete Foundation and Structural-Fill, Project No. 5269-926-(43) b. Addendum 1, Structural Steel, Project No. 5269-926-(44) The addenda modify the plans and specifications as requested by Kaplan/ McLaughlin, the project architect. Turner Construction Company, the construction manager, anticipates no increase in contract cost. There is no change in the bid due -date,--which.is August-ll, 19.77. =� (RE: Project Nos. 5269-926-(43) and 5269-926-(44). (DFP) A G E N D_ A Public Works Department Page B of 11 August 2, 1977 A�p`■ W02/ Item 27. SALE OF COUNTY PROPERTY - APPROVAL OF NOTE AND DEED OF TRUST - Danville Area On June 14, 1977, the Board of Supervisors extended the option period to August 2, 1977 for the Danville Dental Group to exercise their optic to purchase the surplus portion of the Danville Public Parking Lot property along Railroad Avenue between Prospect Avenue and Linda Mesa. The successful bidder has now elected to purchase the property on credi terms, in accordance with the teras and conditions of the sale, pre- viously approved by the Board; namely, 256 of the bid price (5275400) as down payment and the balance secured by a Note and Deed ofTrust. It is recommendedthat the Board of Supervisors approve the No"te and Deed of Trust for the balance of payment of $206,250 at 9-1/23 interest over a 5-year period payable quarterly over a period not to exceed S years. The net proceeds of the sale will be credited to the asses3MOnts in Assessment District 1973-4 (Danville Public Parking Lot). It is forth[ recommended that the Deed of Trust be accepted by the County for re- cording and deposited together with the original note in the County Treasurer's vault. (RE: work Order 5408-658) (RP) Item 28. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 5 The Board to establish Annual Sewerage Service Charges for Fiscal Year 1977-1978, as follows: a. Unit Charge - $116 b.. For other than single-family dwelling units, charges shall be established on the basis of burden on treatment facilities and in accordance with District Ordinances as determined by the Engineer ex officio of the District. Further, the Board to order: a. There shall be no charge made to churches, elementary schools and the fire house; b. The Engineer ex officio shall prepare a list of Annual Sewerage Service Charges for each connection within the District in actor- dance with said Unit Charge: C. The Auditor-Controller shall place said charges on the proper County tax bills. Business and Services Divis-ion of the Public works Department shall bill the houses located on Southern Pacific Transportation Company property. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 The Board to: A. Establish Annual Water and Sewerage Service Charges for Fiscal Year 1977-78 as follows: 1. Subdivision_ 3870 - Annual Water Service Charge - $185 "•�' 2' -Subdivision 4314 Annual -Water-and Sewerage-Service-Charges -=>* $234 3. Land Use Permit 258-71 - Annual Water and Sewerage Service Charge - $142 (continued on next page) A G E N D A Public Work*,.Department Page 9 of 11 august 2; 1977 M21 Iter,. 26 continued: B. The Engineer ex officio shall prepare a list of Annual Water and Sewerage Service Charges :or each lot in each development as indicated above,- C. bove;C. The Auditor-Controller shall place these charges on the proper County tax bills for each lot in Subdivision 3870 and Subdivision 4314; D. The above charges for Land Use Permit 258-71 shall be prorated, using "period of time of connection" to District facilities; and E. The Business and Services Division of the Public Works Department shall bill the owners direct using the above charges for all units connecting to District facilities during Fiscal Year 1977-78. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 19 The Board of Supervisors to establish Annual Water and Sewerage Servic Charges for Fiscal Year 1977-78 as follows: a. Unit Charge - $131 b. Other than single-family dwelling units, charges shall be estab- lished on the basis of burden on water and sewage treatment facilities as determined by the Engineer ex officio of the District Further, the Board to order: a. The Engineer ex officio shall prepare a list of Annual water and Sewerage Service Charges for each connection within the District 1 accordance with said Unit Charge. - - b. The Auditor-Controller shall place said charges on the proper County tax bills. (EC) Item 29. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Grant Deed 7-18-77 Leonard E. Egbert, Sub. MS 258-76 et al 2. Consent to Dedica- 7-21-77 Marie Stroever Sub. MS 185-76 tion for roadway purposes 3. Consent to Dedica- 7-14-77 East Bay Municipal Sub. MS 185-76 tion for roadway purposes B. Accept the following instrument for recording only: 1. offer of Dedication 7-18-77 Leonard E. Egbert, Sub. MS 258-76 for Drainage Pur- et al poses (LD) ON22 A G E N D A Public Works Department -Page TO of 11 August 2, 1977 Item 30. 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 re- quired. B. It is requested that the Board of Supervisors consider the attached 'Calendar of Water Meetings.• C. Status information. ILC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion becomes lengthy and interferes with consideration of other calendar items. 0 023 A_ G E N_ DA Public Works Department Page 11_of 11 August 2, 1977 Prepared by Chief Engineer of the Contra Costa County Nater Agency July 27, 1977 CALENDAR OF WATER '.MEETINGS TIl(E DATE DAY SPONSOR PLACE REMARKS Recommended Authorization Aug. 2* hies. Assembly Nater Capitol Bldg. SB 346 on Staff or Committee Sacramento "Peripheral" Aug. 9• Tues. Aug. 4 Thurs. Presidential 9:00 a.m. Westland Nater Boggess Task Force Sacramento District Contract Hasseltine Staff. *TENTATIVE OOM4 Contracts, Agreements, or other documents appmvod by the Hoard this day are micreflIned with the order except in those instances whore the clerk was'not furnished with the &cvnmts prior to the time when the minutes vers micro- - ri]aed. In such cases, when the .documents are received they will be placed in the appropriate rile (to be microfilmed at a later time). ��J V 0 In dw &xmd of Sopfrnis Of Conho Costa County, Shah of CoMmio August 2 .N 77 4 do MOMar of Proceedings of the Board during the month of July, 1977. IT IS BY THE BOARD OFMERED that the reading of the minutes of proceedings of the board for the month of July, 1977 is waived and said minutes of proceedings are approved as written. PASSED by the board on August 2, 1977. I hanhy =rWfr twat tb faapiaM is a km aid awed a w of ow air&*end as do ■wAn of raid Hound of SapaeW� ss two"aiwenki MlMa ay woad and do Sod of do a d of UP i - I mood twist day of August . It 77 J. n. OLSOW Owk M i h d .u+ 4 `'W i-C . DapL*y Cow Patricia A. Bell H-24 3/76 15m v' o2i"i In the Board of Supervisors of Contra Costa County, Stott of California August 2 .>9 77 b tie M. -n..of Ordinance(s) Introduced. no following ordinances) which asend(s) the'Ordinance Code of Contra Costa County as indicated having been introduced, the Board by unanimous vote of the members present waives full reading thereof and fixes August 9. 1977 as the time for adoption of same: Amending Section 52-2.310 with respect to bingo bases to permit refund of one-half the fee when license or renewal is denied. PASSED by the Board on August 2. 1977 1 hereby certify duo the foregoing is a hue and coned appy of an order entered an drs minutes of said doord of Supervisors on the dote aforesaid. Wfiness eq Mond and die Sed of the soord of Supervisors .afixed" 2nd day of A uSt 19 77 1 R OLSSOAt, Clerk gyft_ w ,xH Robbie GuQerrez W27 ( r In the Board of S verwi:ors of Contra Costa County, Stall of California August 2 19 77 b do Manor,of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which amend(s) the Ordinance Code of Contra Costa County and was (were) duly introduced and hearings) held; The Board ORDERS that said ordinances(s) is- (are) adopted and the Clerk shall publish same as required by law. Ordinance Number Subject Newspaper 77-68 Amends Section 24-26.006 Contra Costa Times increasing base monthly-2 salary.-:of Supervisors..: __g PASSED on August 2. 1977 by the foll(nring vote of the Board: Supervisors AYES NO ABSENT J. P. Kenny M I ) I ) N. C. Fanden ( ) ) R. I. Schroder ) W. N. Boggess ) E. H. Hasseltine ( ) ( ) 1 hereby certify that five foregoing is a true and correct copy of an ardor entered as the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and do Seal of the Board of Supe affixed Nus 2nd day of Aueust 19 77 J. R. OLSSON. Clerk H 24 12174 154A By Robbie Gu errez h Clerk 00028 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zoninst Ordinances Passed Date:_ August 2. 1977 This being the date fixed to consider adoption of the following ordinance(s) rezoning property as indicated, which was (were) duly introduced and hearing(s) held; The Board orders that this (these) ordinance(s) is (are) passed, and the Clerk shall have it (thee) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper 77-64 C..Thompson,-, 2121-RZ Knightsen Brentwood News et al Raymond Vail & 2104-RZ Knightsen Broutwood News Associates .s 77-65 P. & M. Arnold & 2117-RZ Vine Hill Morning views- J. & K. Ferguson Gazette 77-66 Planning .2047-RZ West Pittsburg Press Commission Pittsburg Initiated PASSED on August 2, 1977 by the following vote: AYES: J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: None. ABSENT: None. I BBREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board: on Aueust 2. 2977 By: Deputy Robbie G ierrez O M the Board of Supenism of Contra Costa County, State of C kfarnio August.2 ..19 77 Affidavits of Publication of Ordinances. This Board having heretofore adopted Ordinances Nos. 77-59, 77-60 and 77-61 and Affidavits of Publication of each of said ordinances having been filed with the Clerk; and it appearing from said affidavits that said ordinances were duly and regularly published for the time and in the manner required by lar; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that said ordinances are hereby declared duly published. The foregoing order was passed by unanimous vote of the members present. 1 hereby co0y dial d o fereoq b a*w ad cw=*enpr i sm oWw ontwd:on the minubs of said Read of Supovim s on the daM daasaid. Mr*mM my band and do SNI of do Mad of ir'a..isada aiwd drs2nd it Augnat _ 19 77 J. RL 01AMM chok w 24 14/74-. "M Patricia A. Bell Form #10 4/7/75 0 0 In dw dOO1d of SupN11i� Of Conho Coda Comfy. Skft of California August 2 M do AWOW of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on August 2, 1977. 1 hwebr awMfy dm* do I b a bm awl awnd mpr of ss adw memed as do wAmd s of wBd Board d 3--p 1 - as dw refs afworeioL Wham my Dead and dw&W of do Mwr of Swwrirws oieed A2nd dgy of August _ 1' 77 / L IL OLf>t M CNdf o.,,,y,cl.rrs Jamieon 0i1 ►3; H•24 3176 15. , POSITION ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 6/13/77 Action Requested: Reallocate Inter. Typist Clerk Pos. #091-104 {filled by Jeanne Posey] to Account Clerk Z Proposed effective dater as soon as possible Explain why adjustment is needed: To transfer this encumbered position between classes at therstime`tal4ry level L•:.sed on duties performed. Estimatedcwt adjustment: _ Amount: l. --SalaRes�And wages: $ 2.i_.Fixed)Asiets: (t "t .iteme and coat) Estimated total $ Signature George Degnart M.D., Medical Director Department FIR7 Initial Determination of County Administrator Date: july 41 4977 To Civil Service for review and recommendat j CountV AdmMistraltor Personnel Office and/or Civil Service Commission te: July 26, 1977 Classification and Pay Recommendation Reallocate the person and position of Intermediate Typist Clerk position #a04 to Account Clerk I. Study discloses duties and responsibilities now being performed justify reallocation to the class of Account Clerk 1. Can be effective day following Hoard action. The above action can be accomplished by amending Resolution 71/17 to reflect the realloca- tion of the person and position of Intermediate Typist Clerk 0104 to Account Clerk 1, both at Salary Level 222 (725•-881). Assistant Personnel 41orecLar Recommendation of County Administrator Date: July 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED (DiMPPROV D) on la'77 J. ,/Rr.. OLSSON, County Clerk Date: 11 '2 ;z By: Z7'1.rr g APPROVAL o� .tlu.6 aijustment co;o i.tute.s an App.toptiaticn Adjustment and Petionnef Rc6otuticn Amendment. NOTE: Ta, section and reverse side of form mw t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) RR�!ltOrlG► J POSITION ADJUSTMENT REQUEST No: Department Treasurer-Tax Collector Budget Unit 0145 Date 7-19-77 Action.Requested: Reclassify Intermediate Typist Clerk position to Account Clerk I. Proposed effective date 8-3-77 Explain why adjustment is needed: Duties of position fall into Accounting Clerical functional area. Estimated cost of adjustment: Contra Ccsia County Amount: REC IVES 0.00 1. Sala les and waggees: S 2. Fri xe salts:�Giet t t¢ma and coat) L :: ' i177 i.J r'' L1 O*i ca pf $ w unty Administrate; Estimated total i 0.00 - Signature w. aV �t.� Initial Dete nation of County Administrator Date: _1,l.. 21 1977 Teo "Civil Service: Request recomm�endation. Cowtv AdminiFiFator Personnel Office and/or Civil Service Commission" Date: July 26, 1977 Classification and Pay Recommendation _ Reallocate person aad position'of Intermediate Typist Clerk position i01 to-Account Clerk I. Study discloses duties and responsibilities now being performed justify reallocation to the class of Account Clerk I. Can be effective day following Board action. The aboveaction can be accomplished by amending Resolution 71/17 to reflect the realloca- tion of the person and position of Intermediate Typist Clerk position i01 to Account Clerk I, both at Salary Level 222 (725-981). Assistant Personae "rec r Recommendation of County Administrator Date: August 1, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. County Administrator Action of the Board of Supervisors Adjustment APPP.OVED ( Ni1ED) oneLi; -Z,1977 J. R. OLSSON, County Clerk Date: By: APPROVAL o6 .titin adjuabeent eonati. u&A an Apptopa.i.ati.on Adjua.bnen.L and PeAAonna Reaotution Amendment. . NOTE: ITM section and reverse side of form mua.t be completed and supplemented, when app* -TF, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) L/ POSITION ADJUSTMENT REQUEST No: Department Treasurer-Tax Collector Budget Unit 0145 Date 7-19-77 Action Requested: Reclassifl Account Clerk III to Account Clerk I Proposed effective da : 8-3-77 Explain why adjustment is needed: Rearrangement of job duties as a result of a retirement. Contra Costa County Estimated cost of adjustment: REE Amount: 1. Salaries and waggees: $ Approx. $1570 2: Fixed Assets: (Mst itew and coet) JUl 2 /�9� ` istratdF l �. Estimated total ox. $1570 +ij W Signature Ida Department mad Initial Determiaatign of County Administrator Pate: 13,1g.21., 1271 To Civil,_:ServicZ i,, :z"uzst recommendation. _r n Personnel Office and/or Civil Service Commission Date: July 26, 1977 Classification and Pavy Recommendation Classify 1 Account Clerk I and cancel 1 Account Clerk III°. Study discloses duties and responsibilities to be assigned justify classification as Account Clerk I. Can_r--e effective day following Bard action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of I Account Clerk I, Salary Level 222 (7254181) and the cancellation of 1 Account Clerk III, position f01, Salary Level 281(868-1005), Assistant PersonnelAnreCtor Recommendation of County Administrator Date: July 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. /+ County Administrator Action of the Board of Supervisors Adjustment APPROVED ( ED) on 1 .21977 J. R. OLSSON, County Clerk Date: f q By: 1f�1/ Zwz� APPROVAL o6 tJUA adjuabwnt cone.tituteA an Apprwp4,iati.on Adjm&A*ent and Peuonne•P Re6otution A mtdmvnt. NOTE: Tom section and reverse side of form mua.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (f1347) (Rev. 11/70) 00M AGENDA 5OR ._....-- - POSITION ADJUSTMENT REQUEST No: ��� Department HEALTH Budget Unit 450 Date 6-22-77 Action Requested: Add one Administrative Analyst and cancel one Preventive Health-Care Administration Advisor Proposed effective date; ASAP Explain why adjustment is needed: To provide for entry-level recruitment Estimated cost of adjustment: Amount: 1. Salaries and wages: s 11 772 2. • fixed Assets: (Ltb.t.iteme and coat) kAnnuaL savings ^ $ T oa .S�orWd sti mated total... a (111772) 3R.L 2A- �?L: y Signature .L�"Gc-v Department Head Initial DetermiTition of County Administrator Date: 7n11C 1-4, 14v7 To Civ€1 Segvice for further review and recd datio . CoutitylgWAStrator Personnel Office and/or Civil Service Commission i0a July 26, 1977 Classification.andPay Recommendation Classify 1 Administrative Analyst.and cancel.l Preventive Health CareAdminis`tratlga Advisor. Remove class of Preventive Health Care Administration Advisor. Study discloses duties and responsibilities to be assigned justify clasaification-as Administrative Analyst. On July 26, 1977, the Civil Service Co®is_sion deleted the class of Preventive Health Care Administration Advisor. The above can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Administrative Analyst, Salary Level 336- (1027-1248) and the cancellation of 1 Preventive 5ealth Care Administration Advisor, Salary Level 556 (2008-2440); also amend Resolution 76/624 by removing the class of Preventive Health Administration Advisor, Salary Level 556 (2008-2"0]. Can be effective day following Board action. . AssistantPersonn irect r Recommendation of County Administrator Date: July 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. County Admintsttafor Action of the Board of Supervisors Adjustment APPROVED (0 on,/—/,,- !y 7 7 / J. R/. OLSSON. County Clerk Date: e2z, , Z 72 By: APPROVAL es t:.iA adjusbnent eonAtitutea an Apphop-tiation Adjustment and Peuonne•L RezobAtion 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 POSITION ADJUSTMENT REQUEST No: Department Ruildino jnenartinn Budget Unit 3= Date j,.j„ 7R- 1977 Action, Requested: Cancel one Inter. Steno Clerk and add one Typist Clerk position Proposed effective date:as soon as Explain why adjustment is needed: job requirements are more applicable to possible. Typist Clerk series Esti,mated;tostI-bf alUustment: - - Amount: 1. Sa�ariet-an wages: ;$ 2. Med Assets: (fcA.t item and coat) Estimated total $ Signature p talent Head initial Determination of County Administrator' Date: July 19, 1977 To Civil Service: Request recommendation. -.a m s ratUo r Personnel Office and/or Civil Service Comission Date: July 26, 1977 Classification and Pay Recommendation Classify 1 Typist Clerk and camel 1 Intermediate Stenographer Clerk. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition Of 1 Typist Clerk, Salary Level 178 (634-771) and the cancellation of 1 Intermediate Steno- grapher Clerk, position 001, Salary Level 240 (766-931). 1 Assistant Person �Qtmct-0-�r Recommendation of County Administrator Date: July 29, 1977 Recommendation of Personnel Office and/or Civil.Service Commission approved, effective August 3, 1977. County ministrator Action of the Board of Supervisors Adjustment APPROVED (DiYi:D) on 'i --?1977 J. R. OLSSON, County Clerk Date. �s�i-lam ICI'7 By: APPROVAL o6 .Chia adjus.tmervt eojLs itutes an AplAopniatcon Adjua.tmeat cmd Pe.�,soi7neC R"o itti.on A:riei.dmettt. NOTE: Ton 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 (N347) (Rev. 11/70) 0"s ✓ `( POSITION ADJUSTMENT REQUEST No: Department Auditor-Controller Budget Unit 5575 Date July 15, 1977 Action Requested: Add one Account Clerk Trainee, CETA II position Proposed effective date: ASAP .Explain why adjustment is needed: Required to process documents in the CETA Pre-audit - proerams. Fixed assets to be charged to CETA VI Administration. - Estimated cost of adjustment: Amount: 1. Salaries a d aggees: $ 8,264 2. Fixed-Asrats+4(tiet .it¢A and coot) Desk $300; C 1cdF.ot'-1425 �-- ;4 U 1.- - $ 725 Estimated total $ 8,989 Fy. Signature initial Determination of County Administrator JnlY 2. 1977 To Civil Service for review and recommen o / Nuntf2ftnisfrator Personnel Office andior Civil Service Coomission Da Jn1v 27. 1977 Classification-and Pay Reco=endation Classify 1 Account Clerk Traime-CETA. Study discloses duties and responsibilities to.be assigned justify classification as Account Clerk Trainee-CETA. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding I Account Clerk Trainee=CETA, Salary Level 17-0_(619-752). Assistant Personnel c r Recommendation of County Administrator Date: July 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. Count-yAdministrator Action of the Board of Supervisors Adjustment APPROVED (OVAMEWD) on 77 J. R.OLSSON, County Clerk Date: amu '­`' By: APPROVAL os ttiu.a adjustment cona_�.i totes an AppAoptiatie►i Adjuatmentt and Peuonnef Wotuttion Amendment. NOTE: Top section and reverse side of form mutt be:completed and supplemented, when appropriali, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) f POSITION ADJUSTMENT REQUEST No: 9a � Department Auditor-Controller Budget Unit 5594 Date July 15, 1977 Action Requested: Add one Account Clerk I Project, CETA YI Administration position Proposed effective date: ASAP Explain why adjustment is needed: To provide clerical sen-,ices for the CETA YI pre-audit program. Estimated cost of adjustment: Amount: 1. Salaries and wages: $ 9,677 2. Fixed Assets: (R.iat.iteee and coat) Gest 300; Calculator $425 72S Estimated total ; 10,402 Signature /. . ,' �w ..� 1. l.i ? p rtrent a Initial Q&i:erw ation of County Administrator Date: July 22`197- r� , To Civil 3�'ervice for review and recommends e. Nunty-Admini4fti r Personnel Office and/or Civil Service Comission Oa : July 27, 1977 Classificatim 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 Account Clerk I-Project, Salary Level 222(725-881). Assistant PersonnelANrector Recommendation of County Administrator Date: July 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. County Administrator -Action of the Board of Supervisors ,Adjustment APPROVED ( ) on 7 7 � ,._�_,_ J. R.OLSSON, County Clerk Date: S (/ 2, Iq 77 BY: L�LeCz�.JG.•f'iCi-c, APPROVAL o5 this adjue•tment constUatea an Apprtopni.ati.on Adju,5tbne►it and PeAsonnet Reao4,►ition Amendment. NOTE: Top section and reverse side of form mws.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) was POSITION ADJUSTMENT REQUEST No: G13 See Department Social Service Budget Unitattachedate July 19, 1977 Action Requested: :reclassify., pdsitions (as listed on attachments) to the Social Casework Specialist I or II (as specified on attachments) Proposed effective date:8-3-77 Explain why adjustment is needed: To properly classify the individuals based on duties they perform.. Estimated cost of adjustment: Contra Costo County MEC EIVED Amount: 1. Salaries and wages: $ ____80+528 2. Fixed Assets: (�t items and coat) J!i;i '` 1977 fQ py-� ATuav '-v Estimated tot4l'1 7 (JV/j $ ,80,528 17 i_!Dofi -S' Signature or u Departdght HeRF Initiat-=Oet&Mina:tion of County Administrator ter To Civil lerviice: e-- Request`recommendation. a r Personnel Office and/or Civil Service Commission ba July 26, 1977 Classification and Pay Recommendation Reclassify (38) Social worker III positions to Social Casework Specialist II;(4) social Worker III positions to Social Casework Specialist I; (1) Social Worker II position to Social Casework Specialist I and (8) Social Casework Specialist I positions to Social Casework Specialist II. Study discloses duties and responsibilities now being performed justify reclassification to Social Casework Specialist I and Social Casework Specialist II. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of (38) Social worker III positions, Salary Level 360 (1104-1342) and (8) Social Casework Specialist I positions, Salary Level 375 (1156-1405) to Social Casework SpecialistII, Salary Level 399 (1244-1512); and the reclassification of (4) Social Worker III positions, Salary Level 360 (1104-1342)and (1) Social Worker I p bition. Lary evel 272 (845-1027) to Social Casework--Specialist I, Salary Level 375 -�-3 (1156-1405).per attached list. Assistant Personnel Ctor Recommendation of County Administrator % te: Tnl329_ 1077 Recommendation of Personnel Office and/or Civil Service Commission approved, effective August 3, 1977. County AdministratDr Action of the Board of Supervisors 7, Adjustment APPROVED ( ) on �� J. R. OLSSON, County Clerk Date: �, a? %✓ By: APPROVAL o5 .th" adjus.une;,_t C0jasti.,1 tee wi App,,opti.atiion Adjus-bneiit and P¢tsonnef ResoEut,ion Amuuiment. NOTE: Tom section and reverse side of form mw5t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) W)-4--f Z: M. 2�M m m b E7-- =r i -1 ou CD up 06 v to -1 0 CD -13 -C r,.- za "I ---' fi C, ri 0.-S td -1 0 -1 m.0- ;j C_- < v Z cr f0 = C_n m = C_Qw "% Ct w 0 rr -•.-r, p --ri M —W CL a =-1 iD s a Ca C-1 ri ---s 0 :3 = C -, r-;r;� -+ at #A C� _< 0 r-ID CD L< c-q. 9-�r��< =-" . ;;Qi ac m ft I -n 7K• = -1 . r.-,i C"5- W0 fa :3 r-CAM =40 . w SG f5 ;I, 4z7 r-- ut -5 7E CL- 0 iv -nm -i =m Q = O 3 cn C-) n _% C4! CD r- c tD cl) a =r a, ns G0 r- p PC--+-C.--40 - t- = C 77 X-= c-= a �-= -5 CIO Q C. m fD CL S——n o Cw o 3 Ci 0 (D to n n 0 cr 40 19 tti V+ fY CD `*_ -= = C, —m o 5 r- 'c -S -1 w ro -1 th U3 4< 0 to 4, r.7 rl. to C.I.ac info ,, I eta 11 S, 3N =-.a (D 0 cr 0 -S CD #tto o rj in 4A "S CL L'i CA(A Ln fA kn CA tA CA W CA to Ln W)w(A ul CA to W V%4A ca Gn to L,goi 4 Ps Ln to (A "a aC C-4 Z=Z_r cl,=n C)X X::c 3r_ X_3c 3E::c cli C"b n 3c 3c IF 3c, le AC CIS;a (A W r- 0-0 300 0-00-0 , CA 0-0 6-0 wfo 0-00.0 0.0 ICA ro ro C30 ID Cl C> C3 C3 IL 'a-0 n —C's-0 c)W_tn w__3c cl mc VC 0 -0 0 CD 0 —0 CD w rb (D CD 0 CD �0"a m a--1 0 sc CD 3=C ICDI 0 0 -400 to C21 z C'CD = 0 crz 0 = 0 mcr to in =1 0 Cr fD = (D 40 Cr Cr: tp Cr is z = Cr m Qy m f+Q m 0 to 4+=m ct ct,4A ci a no n op en to CD CD -500 -S CD NCD -S m C+0 -S to V+V+ "S -S15 war DCI W n -W n 0 -S b -010-Sous 0 --a9poo -C L7 < -a.1=-C = •c IA 4= _—.Coo = C3= -A.== Cma W: CO 3 -C < in O —enlri V+- Dl q+rj q+C+_ cf-ct up V+--C+to rt Ap ri rk.CL C+C+m C+ C+t+sm CL V+CO C+ CL C+ r*CL 06' CL ft 9+C6 a Lon =0 us to 0 =0 4A (A to 0 =40 -A.=;a W (A 40 40. 40 =0 0 to -S cr crm? cr cr-S cr. ...+w C to C C ul n C% ce U3 40 OR am 9+ z 3 n cli 33 L 06 3c C3C 0 a V+ C+ 0 C"t a 3 0 0 C+ as CL CL M. CL ft CLI CL ani 4"un V2 ol 4"m m cn 4"of 4A to&n uv c."Ln cn cn;p&n&n en iLn Cons C�x fn to iLn cn Ln C-w w-4 f%)W"W- w 1%3 r4b 10 ^4 " ro tAv 9:9:9 C3, -4-4 'n C�C�-:a C�Cp 4�,CD�.0b 40 La C� CD Cp pb M(D C�C)44b Co Co C3.8 C,CD ul c,cn c,c,c, �C>CP C>CD Mi C�Co 40 4=1 940 40 Cl cn CA Cd CTC%n t"IL"Ln of Ul c"Ln CA L" al Ln to oi run Ln CTCcn CTas{TCfit L"uZ;l cn, M t"Ln f."CP rn= (D O Q O C1 01 Co CD 40 C2 CD CD Cl G C)Ck 01 O m 0 Cp Co 4=0 CD Co C3 000000 2c cn al C% Ch crs 4m __4 2-P M= C U. dq to tfi fA to Ln to N w CA to to Ln to tn C'n CA V)(A to CA CA Ni N N fA to N tr to to CA n n n C-3 ell n C11 n Cl) C")n C'*)n m C")n n m n CS n n n C-1 C111 C)CIS m C_.ell F_ tn(A Ln V^tn CA w w w w w W CA V)(A CA(A w Ln(A Lo) 3:0 4- N2 Gi K3 "pj# C�CD r..) OOH�1 • W w ww 1. O C> C> C>C� C- n C)n C-3 C-4 C_ca C_ ca C_ c,7, c- C"J, fA tt*w(,n En Er.-JW cc g.7-*a Im vn Z CL C o 0 C: CL r-1 0 0.m 1z,z j:j_ C 14C W rl rj V+ Q =3 a, ;-.to 0 Co fD —to :3 a C+rlr X_9* arvp ko O C_' =r 0=1 oz C+ CC -ft _N ih G .;Q C) 0 :z C; CL sr.(;a-n. v: v:T--CLr. : roc-=:tn� r I7 a, G•3-s O O --j C A -� -r• dM z (D tD (D rJ 3 n z -•(J O :3 ri ri•$ 4t-1 -3 Z (D 3 :;:- > 5 O to s, T.w r+- (D r 3 NQ RL(D (D a)0 V tb z s S.�'7. ?• a d W. <OC R7 O 3 --n G N •�•Ci Z W N• —n G D f O to 3 -+-CD to C = C+;T 3 3 1A- d Z N 0 Sar p -ri �N 3 (+0 3' ` 3 3 3 t ` t�C N N' (D L (A to(A(A(A V1 CA(A (A(A(A CA CA(A(A: (A u1 V)(A N(A N � -O ESSEN SSXa: a: zcS ern 6-4..M.-......... .-. H m 64 64 6r: 6.4 6.4 6.4 6.4 6.r 6r .•. N,� I N W W N W W N W W E I W O N N O N"\ N N N AA ?AAf►O 00 0000 O O ! O �•(D (J (D -+CJ CO O (D O 0 =(D N � O O --4..�N —, -+• f0 -+QN cr(D 0'O'3 N 7 N -aw N (D 3 3 (D T+QOI !C') $ -�0 C+0 C+ m (D (n ct w C+C 4•r("r Or N N Ci C N 08; ('f-S Z 4A Z Z (D O + 40, 10 1D N r "S CA; 7' < 7 (A co 7. 'C O (+�c+—• tv 4+o+ (+(+(+(+rtj a1 a (+4+--+ 1 iZ a c+C Q n.cr 4+(+(•(•o1 .+6+ I C+6+ a n ;0= vi T(G(OO NO (A3 NHS: 0023tJ n + C N r C u6 C (D C C •-Oj t(( (n —(D v �+• (! S -S = -S =-S -•Z -S - ==-- S I aO O 00 C++o 43t 4++C++ O 7 3 7 3 N N N N 3 O. G MCL-. C6 O. ; O 1 z 0,cnu+Lncncn0cn cnmmcnmmcnj (nu(cncnu"Ln; cn o NN W NW NNN W-+LAP-+W(,J W. ----6W--+NW N (1+1 OOCDOOCOOOAOW0004:1-4-OW00 O --1 .4 0oa00o0u+c>0(n0000o ulcn0000 0 sr cn to ts>I Cr.to cn K"4 1 u+a+tr u+(n v+VC u+u1 M cn C"OV cn m z o._.0000o0 4 5k 0000000' 000000 o a. Ott rI (AL^.tn Ln(A(ANN (AN(n NDN to NN(A NNC11 (A , A c9 n C7 C)C1 C7 C7 C)C-1(") C)n n C)C)n C7 C) n r -- NtANtnLnNtoN (ngn(A NN• NNNCnNEA U �-1 H H H►--r H r---.-. .---4--►--n•- N w W[*.: W W W W O N N O N N N� N O as a� a n. a 00 C',odcoo� Cl C o V�StLA oz�7.�Z'V 2S��C).� m '✓• C.7 7C GI 2c �•�?<- C C O �roo - _1 ^. O C 3 Z ► .Y a n d- 3.O (� C z 3 C —r-= 3 1� f' "..J 7<cl- T.fn .'t 7C Q 7r 3.4't to C+7C-+ S..' no t0 to (J=1 •-" �•-• _ 0 s S N 3•IV (J O ===(D = s 3'z — N 7 (D G 3 -+ c+ << d ON 03 't:Z0 3 to G O 3 3 3 (D Z 3 Z BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Consummate Purchase and ) Accept Deed of Caten Property ) RESOLUTION NO. 77/679 in Martinez, County Civic Center ) (1020 Willow Street, Martinez) ) (Gov. C. Sec. 25350) The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board on June 28, 1977, passed Resolution of Intention No. 77/529, and notice fixing August 2. 1977 at 10:50 a.m., in its Chawbers, County Adi-ain- istration Building, Martinez, California, as the time and place when it would meet to consummate purchase of the real property described therein from Fred Caten, et ux, said property being required for the County Civic Center; said Resolution was duly published in the "Morning thews Gazette." The Board 'hereby consummates said purchase and approves the Purchase Agreement dated June 16. 1977 between Fred Caten, et ux, and the County for the property located at 1020 Willow Street, Martinez; and authorizes the Country Administrator to sign said Purchase Agreement on behalf of the County. -- 'The County Auditor is hereby DIRECTED to draw a warrant chargeable to Account No. 1120-097-7700-605 in favor of Escrow Number 83222-3. First California Title Company, ?655 North California Boulevard, Walnut Creek, California, in the sum of $64,000.00 for said property for payment to Fred Caten, et ux, upon his conveying to the County a Grant Deed therefor. Said Deed, dated June 16. 1977, is hereby ACCEPTED and the Clerk of this Board is ORDERED to have it recorded, together with a certified copy of this Resolution. PASSED on August 2. 1977, unaninously by the Supervisors present. Originator: Public Works Department Real Property Division cc: Recorder (c/o R/P) Administrator Auditor 00(4 RESOLUTIO J 110. 77/619 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Approval to initiate ) litigation against ) RESOLUTION N0. 77/620 Assessment Appeals Board ) and Real Parties in Interest ) The Assessor of Contra Costa County, by his memorandum of August 1, 1977 filed with this Board; has requested approval to initiate legal action against the Assessment Appeals Board and Real Parties in Interest James J. Busby, Irving Deutscher and the Federal National Mortgage Association in order to challenge the reduction in assessed values for 1973-74 and 1974-75 on Assessor*s Parcels 087-030-038, 087-030-040, 087-030-041, and 087-03o-046. This Board hereby APPROVES initiating litigation against the Assessment Appeals Board and said Real Parties in Interest and AUTHORIZES the County Counsel to take all steps necessary or appropriate thereto. PASSED on August 2, 1977, unanimously by Supervisors present. c.c. County Counsel County Assessor Assesansut Appeals Board County Administrator RESOLUTION N0. 77/620 0"1 Office of CONTRA COSTA COUNTY ASSESSOR 834 Coact Street Martinez,Califa mia 94553 August 1, 1977 TO: Contra Costa County Board of Supervisors FROM: E. F.,� ++a Jint sessor By: ', Chief Appraiser SUBJECT: Request for Approval of Legal Action r i 4{Lip. Decisions were rendered and Board Orders were issued by the Assessment Appeals Board substantially reducing the assessed values of properties identified as Assessor's Parcels 087-030-038, 087-030-040, 087-030-041, and 087-030-046, the applicant being James J. Busby and Irving Boutscher, a partnership. These applications for reduction in assessed value are identified as application numbers 73-218, 73-219, 73-220, and 73-221 covering assess meat year 1973-74. The applications for reduction in assessed value identified as 74-333, 747334, 74-335, and 74-336 cover assessment year 1974-75. It is our opinion that these reductions granted by the Assessment-Appeals Board were improper due to erroneous interpretation of the valuation principals applied by the Assessment Appeals Board and wrongful inter- pretation of the legal requirements of valuation of the subject property for assessment purposes. We request the Contra Costa County Board of Supervisors approve our request to bring suit through the County Counsel's office for the purpose of obtaining judicial review and reversal of the Assessment Appeals Board action. CSR/bhp RCEIVED V 1977 ae VVI)44 BOARD OF SUPERVISORS or CONTRA COSTA COUNTY, CALIFORNIA RE: Fortune-Telling License ) RESOLUTION NO. 77/621 to silly W. Williams. ] the Contra Costa County Board of Supervisors RESOLVES THAT: Today this Board held a public hearing on Mr. Billy W. Williams' application for a fortune-telling license, duly noticed and conducted pursuant to County Ordinance Code Sec. 56-7.410, and considered all oral and written information offered thereat; and the Board finds that the conditions and requirements of Sec. SS-7.41O•are satisfied. Therefore, pursuant to Sec. 56-7.412 the Board orders the Sheriff to grant this license according to lav and the terms of the application. PASSIM on August 2, 1977, unaninously by the Supervisors present. cc: Mr. Williams County Sheriff-Coroner County Counsel County Administrator RESOLUTION NO. 77/622 OM NI IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending Board Resolution No. 77/560 Establishing Rates to be Paid RESOLUTION 0. 77/622 to Child Care Institutions WHEREAS this Board on July 12, 1977, adopted Resolution No. 77/560 establishing rates to be paid to child care institutions for the Fiscal Year 1977-78; and WHEREAS the Board has also been advised that certain changes should be made to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution No. 77/560 is hereby amended as detailed below effective July 1, 1977: Delete the following private institution: Monthly Rate American Boys' Ranch/Beaumont $ 1143 Add the following private institution: Devereaux Annex Program/Santa Barbara .1891 Change the rate of private institutions: From Catholic Social Service/San Francisco Kronin/Cromwell•. $ 959 to 1219 Sunset House 1243 to 1219 St. Bernadette's/Sacramento - 1625 to 1951 Change the name of small family group home: from: Shiloh Now for Children/Sacramento to: Walker Facility for Children/Sacramento 530 Orig: Director, Human Resources AgewW cc: Social Service, M. Hallgren County Probation Officer County Administrator County Auditor-Controller Superintendent of Schools RESOLUTION NO. 77/622 ai �O IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In RE: Acceptance of Note and Deed ) of Trust in Sale of County-Qned Property - Danville Public Parking RESOLUTION NO. "/623 Lot Assessment District 1973-4 ) (Gov. C. Sec. 25522) Mork Order 5408458 - The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board by Resolution No. 77/150 dated February IS. 1977 accepted the bid of $275,000._00-by the Danville Dental Group, sold at.public auction to ._ the highest bidder; and ? On June 14. 1977 this Board extended the - - --he- - option period undertOption coove�riengt dated the purchase oflexcess7Countyy property (AssessmentDental Disstr_ict No.and 1973-4,y Denville Public Parking Lot) through August 2, 1977; and The successful bidder having exercised his option to purchase said property on credit teras, pursuant to the terms and conditions of said sale. and having tendered P.. ssary Note and Deed of Trust to this Bard for approval of form and content. On recommendation of the Public Works Director„ this Board hereby APPROVES and ACCEPTS said Note and Deed of Trust in the principal-amount of =206,250.00. Said Note provides for quarterly payments of the principal and interest at an annual interest rate of nine and one-half percent (9-1/2f) over a period not.to exceed five (5) years, commencing on September 1, 1977. Ibis Yoard further authorizes that the Note and the Deed of Trust executed by the Railroad Park Professional Center, a California General Partnership be kept in custody of the County Treasurer until the Note is paid in full and the Trust Deed r+econveyed by Title Insurance and Trust Company, as Trustee, upon request and authorization of Contra Costa County. as beneficiary. MSSED AND ADOPTED on August 2, 1977 unanimously by Supervisors present. Originator: Public Works Department Ileal Property Division cc: County Administrator (with copy Note 8 Trust Deed) County Auditor-Controller (with copy Note 5 Trust Deed) Trustor (c/o - R/P) Trustee (c.o - R/P) Recorder (c/o - R/P) A.D. 1973-4 Advisory Committee RESOLUTION NO. 77/623 OM7 r BOF.P.D OF SUPERVISORS, CONTRA COSTA COWNTY, CALIFORNIA AS THE GOVERNING BODY OF THE BYRON:, FIRE PROTECTION DISTRICT. Re: Formation of Special Fire ) Protection Zone Uo. 1 within } RESOLUTION NO. 77j 627 the Byron Fire Protection ) District (Discovery Bay). } (H.S.C. 5513995 & 1399$) RESOLUTION CREATING SPECIAL FIRE PROTECTION ZONE NO. 1 The Board of Supervisors of Contra Costa County as the Board of Directors of the Byron Fire Protection District RESOLVES THAT: On June 140 1977, by Resolution No. 77/430, this Board proposed the formation of a special fire protection zone.in the Byron Fire Protection District. The boundaries of the territory to be included in the special . fire protection zone are as described in Exhibit "A", attached hereto and incorporated herein by this reference. Notice of the hearing was duly published and given in accordance with Health and Safety Code 513994. A hearing was held this date for the purpose of considering the formation of a special fire protection zone, and the Board heard and determined all protests and objections. The formation of a special fire protection zone, called the Byron Fire Protection District Zone No. 1, is 'hereby formed, with boundaries as described in attached Exhibit "A", to raise tax revenue only for the purposes specified in subsection (c) of Health and Safety Code §13991 which purposes are as follows: "Purchase of equipment or employment of personnel over and above the equipment and personnel which the District can afford to furnish to a zone out of its general district tax." The Clerk shall file a statement of boundary change with the Assessor and the State Board. of Equalization in accordance with Government Code §54902 and Health azd Safety Code §13998. Zone property will not be taxed for any existing bonded indebtadness or contractual obligations. PL.JSED on August 2, 1977, rani :oust r by Supervisors Present. VJW:s cc: State Board of Equalization- Elections Depart=ent >. County Administrator County Auditor-Controlle. County J%szessor Byron Fire Fr3c•'!ction District Fubl_c %r.:s Department lig-7a Dates 6/7/77 Bys/f 00049_ EMIM "t■ 1 Zone 80.1 of the ftwon F3ra Notectlem District 2 - 3 Balm a portion of Sections 23, 24, 25,_269 35 sad 360- lbnaship Ons 4 Borth, 8aage MUw East,.8oU�t IN ab] Base.and llerldian, Contra Costa . 5 Coonty, described as felloust 6 Emend.- -at a point marling the norfhvest eosuer of the gist one.. 7 balf of the northwest one-quarter of said Section 35; thence from said 8 point of beg ming, along the vast Jinn of said asst one-half of the _ 9 M*r*west on -smarter of Seet3ou 359 South 0e 569 33~West, 2579.33 feet to to the worth ling of State Highway 4; thence along said north line, South. 11 Sr 26* 0a:Last, 1992.21 fist, North lye 35* Last, 1095.14 Srggt, !forth 891 13' 37" East, 532.90 feet, South 86e 43* 23a Last, va.00 feet, 13 North 86■ 38* 07a East, 667.26 fast and continuing along said north lino 14 of State Highway 4651.31 feet to the eentsrliue of a main.north-south 15 draingage canal; thence along said centerll6e North 00 44* ole East, 18 9•OZ feet and North 131 521 37" East, 329.25 feet to a point as the •19 scan vabr Zine of Lydian Slough; thence Northwesterly along said water 19• line of Udlon Slongb the follavdng eoursest North 7Te 22* 13e West, 19 127.37 feet; North 80. 45* 430 West, 130.24 fest; North 720 57* 18"West, 20 220.97 feet; North 660 43* 33"West, 272.34 feet; North 760 519 2.r West, 81 386.79 feet; north-710 02* 37 West, 80.05 feet; North M 22* 33"West, •22 96.67 feet; North 810 13* 29"West, 71.20 feet; South 6*70 09* 37"West, 23 76.44 feet; South 440 21* 42"West, 78.12 feet;"South 350 O1* 3�e West, 24 173.30 feet; South 450 23" 17"West, 71.36 feet; South 340 36* 52"West, 25 63.80 feet; South 270 32, 470 West, 87.19 feet; South 100 040 07"West, 29 93.55 feet; South 20 38. 12" West, 76.77 feet! South 140 51s* 32"West, 27 55.15 feet; South 210 46, 37"West, 32.03 feet= South 430 06* 52"West, 28 26.12 feet; South 570 14* 12"West, 49.86 feet; South 770 14. 02"West, 29 62.13 feet; North 790 55* 080 West, 176.44 feet; North 830 56* 58"West, 30 246.74 feet; North 870 58* 43"Wast, 73.67 feet; South 820 38* 57"West, 31 172.35-feet; North 690 31* 13"West, 43.97 feet; Korth 580 54* 13" Gest, 32 1 168.88 Seat; South 870 171 02" West, 82.74 feet; South 820 22* 270 West, 1 570.10 feet; South 820 259 02"West, 265.01 feet; South 83e 37. 22"vests 2 300.02 feet; South 82e 39 37"West, 300.01 feet; South.81e 539 52"West, 3 419.06 feet; South a4o 251 17"West, 329.57 lest; South 83e us 07"West, 4 3po.o0,fest; South 82• ps 17"vest, 463.41 foot; South 73. 229 17"West, 5 52.68 Yeot; South 700 550 07"West, 70.93 foot; thence IGOV1 s ]Iodise g Slough and along the seas water line of tellogg Greek the.follming 7 courses= South 330 30. 07"West, 312.11 feet; S"th 35x-109 lZe Wise, 8 '170.29 fest; South 300 02' 22e West, 130.07 feet; South m" 33' law Vest, 9 147.76 feet; South 80 179 27"West, 106.18 feet South 380 40' 12"Yeats =0 140.12 test; South 16. 03"320 West, 360.09 f et; 3 f 17e 330.17+West, 11 709.09 feet; South lt►` 59* 17"Wants 301.15 feet or 2ms, to tb. :22 north line of the northeast me-quartos or Sectl=269 12N, R33, ! ; .13. thence Porth 89sQ1923R-Westrlothe vest line of the oast one-half of said 14 northeast one-quarter of Section 26; thence Souffi 0e 13' 49"East to a 15 Point matted W 4, being the northeast corner of the southwest one-quarter 16 of the.northeast iquarter_ of Section 26; thence dw West 1320 feet; thence 17 due South along the centerline of Section 26, 1320 feet to a point an _ - 18 thi'north 31no of the south'me-half of said Section 26; tbence along said 19 north line North 890 071 510West, 1331.54 feet to the-northwest corner_ 20 of the east me-halt of the southwest me-quarter of said Section 26.-. 21 thonce.along the west'line of said oast mo.half of the ssuthrest me— quarter of Section 26, South 0e 58, 25"west, 26W.72 feettothe point 22 23 of beginning. 24 containing 3806.3 acres, more or less. - 25 26 - 27 ' 28 29 31 32 KWW OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA AS THE GOVERNING BODY OF THE BYRON FIRE PROTECTION DISTRICT Re: Calling a Maximum Tax Rate ) Increase Election within ) RESOLUTION NO. 77/___k28 Special Fire Protection Zone ) No. 1 of the Byron Fire ) (R.6T.C. SS2265 & 2286(b)) Protection District (Discovery ) Day). ) The Board of Supervisors of Contra Costa County as the,Board of Directors of the Byron Fire Protection District RESOLVES THAT: Pursuant to Revenue and Taxation Code Sections 2265 and 2286(b), a maximum tax rate increase election is hereby called for Special Fire Protection Zone No. 1 of the Byron Fire Protection District. The election shall determine whether or not the present maximum tax rate for Special Fire Protection zone No. 1 will be increased from $0.00 per $100 of assessed valuation (all taxable property) to a maximum tax rate of $0.50 per $100 of assessed valuation for the fiscal year 1978-1979 and thereafter until changed as provided by law. Any Zone No. 1 tax levied shall only be levied within the.zone and shall be in addition to the existing authorized maximum district- wide tax rate. The election shall be held on November 8, 1977. The election shall not be by mail ballot. This election will be consolidated with other elections scheduled within Zone No. 1 of the District for November 8, 1977, provided, if no other elections are scheduled, it will not be so consolidated. The County Clerk is hereby authorized and directed to publish appropriate notice of the election and conduct it in accordance with Revenue and Taxation Code 52288. PASSED on August 2, 1977, unanimously by Supervisors present. VJw:s cc: Byron Fire Protection District `lection yeoartment County ndmiristrato County :Auditor-Controller RESOLUTION NO. 77/628 0"I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the San Pablo) Avenue Overlay Project, Hercules ) RESOLUTION N0. 77/629 Area, Project No. 0971-4367-926-77 WHEREAS Plans and Specifications for the San Pablo Avenue Overlay Project have been filed with the Board this day by the Public War a Director; and WHEREAS the general prevailing rates of rages, which shall be the minima 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 IC Categorical Exemption under the County Guidelines. and the Board concurs in this finding; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on Se tember 1 1977 at 2:00 p�m��,, and the Clerk of this a rect to publish notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in SAN PABLO NEWS PASSED AND ADOPTED by the Board on August 2, 1977 Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller RESOLUTION NO. 77/629 Kra y SAN PABLO AVENUE PROJECT NO. 0971-4367-926-77 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ• CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY• THAT THE PUBLIC WORKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 O'CLOCK PaMe ON SEPTEMBER 1. 19779 FOR THE FURNISHING OF ALL LABOR• MATERIALS# EQUIPMENT• TRANSPORTATION AND SERVICES FOR SAN PABLO AVENUE OVERLAY THE PROJECT IS LOCATED ON SAN PABLO AVENUE• 0.15 MILE SOUTH OF WILLOW AVENUE* IN THE CITY OF HERCULES, THE WORK SHALL BE CONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED In REFERENCE THERETO. BIDS ARE REQUIRED FUR THE ENTIRE WORK DESCRIBED HEREIN• ENGINEERS ESTIMATE ITEC" ESTIMATED UNIT OF N0. QUANTITY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTROL 2 160 CY ROADWAY EXCAVATION 3 50 TON AGGREGATE BASE 4 69300 SOYD PAVEMENT FABRIC 5 19950 TON ASPHALT CONCRETE 6 290 LF ASPHALT CONCRETE DIKE 7 24 EA TYPE D PAVEMENT MARKERS 8 130 EA TYPE G PAVEMENT MARKERS 9 30 LF RAISED BARS Mivofilmed with board ordw ": — 1 ` NOTICE TO CONTRACTORS (CONT*l EACH PROPOSAL 1S TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORS* ROOM 1039 COUNTY ADMINISTRATION BUILDING* 651 PINE STREET* MARTINEZ• CALIFORNIA* THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE LSF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUELIC WORKS DEPARTMENT9 STH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING* PLANS AND SPECIFICA— TIONS (NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS9 MAY BE OBTAINED BY PROSPEC— TIVE BIDDERS AT THE PUBLIC WOR4S DEPARTMENT# STN FLOOR* COUNTY ADMINIS— TRATION BUILDINGS UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF TWO AND 66/100 DOLLARS IS2.66)+SALES TAX INCLUDEDI WHICH AMOUNT SHALL NOT BE REFUNDABLE. NECKS HALL B M PAYA t -THE COUNTY OF CONTRA CO TA's AND SHALL 5E MAILED TO PUB615 WORKS DEPARTMENT. 5TH FLOOR9 ADMINISTRATION BUILDING9 MARTIN EACH BIC SMALL BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT* 5TH FLOORS COUNTY ADMINISTRATION BUILDING* RIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN* AND NEITHER PARTIAL NCR CONTINGENT BIDS WILL BE CONSIDERED* A PROPOSAL GUARANTY IN THE AMOUNT OF TEN t10) 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 WORKS AND WILL BE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES9 NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO 00 SO BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE PUBLIC WORKS DIRECTORS 6TH FLUOR* COUNTY ADMINISTRATION BUILDING9 651 PINE STREET* MARTINEZ* CALIFORNIA* ON OR BEFORE THE 1ST DAY OF SEPTEMBERS 19779 AT 2 O'CLOCK P*M* AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE* Its THE CONFERENCE ROOM OF THE PUBLIC WORKS DEPARTMENT9 6TH FLOORS ADMINISTRATION BLDG.• MARTINEZ9 CALIFORNIA* AND THERE READ AND RECORDED* ANY 610 PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE +ILL BE RETURNED UNOPENED. Pl - C NOTICE TO CONTRACTORS (CONT. ) !!Y lM��lNiiMY-Y�NMi!! 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 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* 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 WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIOS 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 erg—� /'0�l�f���ii���ii��ii� DEPUTY DATED— AUG 2 1977 PUBLICATION DATES- 0005 .� 3 SAN PABLO AVENUE PROJECT NO. 0971-►367-926-77 BIDS DUE SEPTEMBER 1. 1977 AT I O'CLOCK P.M• GYM FLOOR• COUNTY ADMINISTRATION BUILDINGS 651 PINE STREETS MARTINEZe CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZY CALIFORNIA P R 0 P 0 S A L • i i i • i i i F 0 R SAN PABLO AVENUE OVERLAY 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 PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN- THAT Tei 1 S PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON 9 FIRM OR CORPORATION- THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO— PCSED 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 MACHINERY9 TOOLS• APPARATUS AND OTHER.MEANS OF CONSTRUCTION- AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT, IN THE MANNER AND TIME PRESCRIBED- AND ACCVRD- ING TO THE REOL'IREMENTS OF THE ENGINEER AS THEREIN SET FORTHv AND THAT HE WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINEELOW FOR THE VARIOUS ITEMS OF WORK* THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING S ( INSERT TOTAL) AND THE FOLLOWING BEING THE isNIT PRICES 6109 TO v;IT- - s Moofitmed with board adw � - I PROPOSAL (CONT. ) (PRICE NOT TO EXCEED THREE 131 DECIMALSI ITEM TOTAL ITEMS ESTIMATED UNIT OF PRICE(IN (IN NO. GUANTITY MEASURE ITEM FIGURES) FIGURES! N- 1 LS SIGNING AND TRAFFIC CONTROL 2 163 CY ROADWAY EXCAVATION 3 50 TON AGGREGATE BASE 4 6.300 SOYD PAVEMENT FABRIC 5 10850 TON ASPHALT CONCRETE 6 290 LF ASPHALT CONCRETE DZIC 7 24 EA TYPE D PAVEMENT MARKERS 8 110 EA TYPE G PAVEMENT MARKERS 9 30 LF RAISED BARS (TOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL 00fl6l 1" - C PR6POSAL (COLT. ) IN CASE OF A DISCREPANCY QETWEEN UNIT PRICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY. BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL, AND THE RIGHT IS RESERVED TO THE COUNTY TO INCREASE OR DE— CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REOUIRED9 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 BIDDERo 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 PROPOSALS TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY• EXECUTED BY A RESPONS— IBLE SURETY ACCEPTABLE TO SAID COUNTY* IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA 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 (T) DAYS• NOT INCLUDING SUNDAYS. AFTER THE BIDDER HAS RECEIVED NOTICE FROM 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 --M-M�-M THE CONTRACTOR AGREES• BY SUBMISSION OF THIS PROPOSAL. TO CON— FORM TO THE REQUIREMENTS OF SECTION 4300 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS• EXCEPT AS PROVIDED UNDER SECTION 4100.5. THE SANE 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 15 LISTED. ThE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT. IF A PGRTI-N OF ANY ITEM OF WORK 15 DONE BY A SL;9CONTRACTOR* THE VALUE OF THE WORK SUBCONTRACTED WILL RE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEM• DETERaI'4ED FROM INFOR.VATIUN SUBMITTED BY THE CON- TRACTQR, SJBJECT TO APPROVAL BY THE ENGINE=R. THE UNDERSIGNED* AS BICCER• C.ECLARES THAT HE HAS ":OT ACCEPTED A%Y E;D FRIM ANY SUBCONTRACTC:R OR ,MATERIA_,Ma^) THROUGH ANY BID DEPOSITORY, T-IE EY-LAWS, RULES OR REGULATICnS OF WHICH PROO415IT OR PREVENT THE CON- TRAC TOR FROM CONS I DER I%G ANY B I D FROM ANY SURCGNTRACTOR Oq MATER I ALMAN t WHICH I5 NOT PROCESSED THROUGH SAID RID DEPOSITORY. OR WHICH PREVENT ANY SUBCONTRACTOR OR MATERIALM!AN FROM SIOGING TO ANY CONTRACTOR WHO DOES NOT JS_ THE FACILITIES OF OR ACCEPT 5105 FROM ;,R THROUGH SUCPOSITORY• P - 3 PROPOSAL (CONT* ; NN f:C• ' ITEM SUBCONTRACTOR ADDRESS -w N---_----N--_�-w---_ --w--wN--N-�-NM- NN--w-__NN�M-- ---- ------------------------ ----N-------N------- -- ---- ------------------------ --N---N---------NN -- ACCOMPANYING ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (103 PERCENT OF A;-CUN'T 810 -MNNw--�--------w---NN-_-w-NN - (CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S BOYO ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE IF Tt1E BIDDER OR OTHER INTERESTED PERSON IS A CORPORATION* STATE LEGAL NAME OF CORPORATION• ALSO NAMES OF PRESIDENT* 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* w---rNNN-w-N-w---w-- -------- N------NN-NN--NN--NNNNNNN-wMN--wN-- LICENSED TO Dv OR SUBCONTRACT ALL CLASSES Of WORK INVOLVED IN THE PROJECT* IN' ACCORDANCE WITH AN ACT PROVIDING FOR THE REGISTRA- TICN OF CONTRACTCRS* LICENSE NC• ICLASS- I• NM-_-----M � NwMM•NM--- NN----- NNM-MNM ----W--_-N----�-NMN--N-�---wN ---------------------------N1--Nw-- N--------------------------N-_-_N-- 'SIN%i.tvRE OF 310V t ; 3CiSi :E55 ADDRESS --------------m----- ------------------------PLACE OF RESIDENCE -N--NN----_N---M---N------wN------NNNNN DATE 14 P - :. SAN PABLO AVENUE OVERLAY Project No. 0971-6367-661-77 For Pro-dirt InforMtion, Contact: Road Design Division Phoma (415) 372-2131 SPECIAL PROVISIONS FOR CONSTRUCTION ON COUNTY NIGIIWAY FILE J. R. a SWN CLERK !WARD of wPERVWO cam cosu ca. SAN PABLO AVENUE OVERLAY COUNTY ROAD NO. 0971 VERNON L. CLINE, PUBLIC WORKS DIRECTOR 00w CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA August 2. 1977 &Wofilnvd with board ordrr SAN PALO AVENUE OVERLAY. Proj. No. 0971-4367-661-77 I N D E X SECTION A DESCRIPTION OF PROJECT PACE 1. Location A-1 2. Description of Work A-1 3. Contract Documents A-1 4. $*ginning of Work. Time of Completion s Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIONS 1 . Definitions and Terms 0-1 2. General 8-1 3. Proposal (Bid) Requirements i Conditions 0-1 4. Award and Execution of the Contract 6-3 S. Scope of Work $-3 6. Control of Work 9-3 7. Control of Materials 5-4 8. Legal Relations t Responsibility 6-4 9. Prosecution 6 Progress $-7 10. Measurement s Payment 6-8 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 i Grades D-1 2. Materials 0-1 3. Public Convenience. Public Safety t Signing 0-2 4. Cooperation 0-4 5. Obstructions 0.4 6. Watering 0-4 i. Earthwork 0-5 8. Pavement Fabric 0-5 9. Pavement s Base Failure Repair 0-6 10. Clean-Up D-7 11 . Aggregate Base D-8 12. Asphalt Concrete 0-8 13. Asphalt Concrete Dikes 0-11 14. Raised Bars D-11 15. Pavement Markers 0-11 ATTACHMENTS CC 302 owl CC 3050 SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION. The project is located. on San Pablo Avenue in the Hercules area, between the intersections of :State Highway 4-and Willow Avenue. 2. DESCRIPTION OF WORK The work consists of base failure repair, placement of pavement fabric, asphalt concrete overlay, and shoulder grading, and such other items or details, not mentioned above, that ars 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. "SAN PABLO AVENUE OVERLAY," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January 1975. insofar as the some may apply. these special pro- visions. the Notice to Contractors. the Proposal . the Contract, the two contract bonds required herein. any supplemental agree- wants amending or extending the work, working drawings or sketches clarifying-or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto In these special provisions. b. BEGINNING OF WORK, TIME OF COMPLETION i 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 Specifi- cations 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: 20 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 prescirbed above, and authorized extension thereof. Ot"2 A - 1 Revised 2-18-77 SECTION 8 - GENERAL PROVISIONS 1. DEFINITIONS AND TEP.MS As used herein, unless the context otherwise rapires, the following terns have the following meanings: a. AGENCY means the legai entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and SPecial Provisions. b. BOARD OF SUPERYISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa Cotonty Public. Mots 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 Transportation Agency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S.), dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer ,acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING MAA RATES mans the latest edition of Equipment Rental Rates andraPrevailing liege 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, or elsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. Standard S ecifications. The Standard Specifications (S.S.) referred to above are by re#—erence fuily 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 'fork S. 3 0WW B - 1 SECTION 6 - 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 Parformonce 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. c. Execution of Contract (S.S. 3-1.03) Within seven (7) days after its submission to him, the successful bidder shall si�M 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 Workren's Compensation Insureace issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified; by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in' Section. 4-1.03B, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contractvaries from the quantity shown on the Proposal by mare than 2S percent, in the absence of an executed contract charge order-specifying- the cm pensation .to be paid, the compensation payable to the Contractor . will be determined in accordance with Sections-4-1.008(1),- 4-1.038(2), or. 4-1.038(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. 1 0"J B - 3 R �TAK'� LLO WS ` SAN PABLO AVENUE OVERLAY Proj. Flo. 0971-6367-661-77 1 N A E X SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location A-1 2. Description of Mork A-1 3. Contract Documents A-1 6. Beginning of York. Time of Completion i Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIONS 1. Definitions and Terms B-1 2. General B-1 3. Proposal (81-d) Requirements i Conditions B-11 6. Award and Execution of the Contract 2-3 5. Scope of Mork B-3 6. Control of York 6-3 7. Control of Materials 8-6 8. Legal Relations t Responsibility 1-6 9. Prosecution s Progress 8-7 10. Measurement t Payment B-8 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION 0 - CONSTRUCTION DETAILS 1. Lines t Grades D-1 2. Materials 0-1 3. Public Convenience. Public Safety t Signing 0-2 6. Cooperation 0-6 5. Obstructions 0-4 6. Watering D•4 7. Earthwork 0-5 8. Pavement Fabric D•5 9. Pavement t Base Failure Repair 0.6 10. Clean-Up 0-7 11 . Aggregate Base 0-8 12. Asphalt Concrete 0-8 13. Asphalt Concrete Dikes 0-I1 14. Raised Bars 0-11 15. Pavement Markers 0-11 ATTACHMENTS CC 302 CC 3050 0"1 SECTION A - DESCRIPTION OF PROJECT 1 LOCATION The project is located on Son. Pablo Avenue in the- Hercules area, between the intersections of State Highway 4-and Willow Avenue. 2. DESCRIPTION OF YORK The work consists of base feilure repair, placewent of pavement fabric, asphalt concrete overlay, and shoulder grading, and such other Items or details, not mentioned above, that, ore required by the Plans. Standard SpecificAtions, or these special provisions to be performed, placed, constructed or installed. 3. CONTRACT DOCUMENTS The work embraced herein she,71 conform to the Pians entitled, "SAN PABLO AVENUE OVERLAY," the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January 1975, Insofar as the some say apply, these special pro- visions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds required herein, any supplemental agree- ments 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 YORK, TIME OF COMPLETION t LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Beginning of York," Section 8-1.06, "Time of Completion," and Section 8-1.07. "Liquidated Damages," of the Standard Specifi- cations and these special provisions. The Contractor shall comments 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: 20 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 prescirbed above, and authorized extension thereof. 0M A - 1 S. PERMITS Cradle �- The Contractor shall comply with the appli- cable provis ones fn the County Grading Ordinances (Ti.tie 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 Full compensation for conforming-. to Permit require- ments shall be considered as included in the or.ice'..paid for the . item in which the permit is required.— A - 2 000�a Revised 2-18-77 SECTION 6 - GENERAL PROVISIONS 1. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY weans the legal entity for which the work is being performed as indicated on theotTce 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 Norks Oirector,(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 Calih a, sines am Transportation Agency,.,Department of Transporta- tion, (hereinafter sometimes referred to as S.S.), dated January, 1975. , Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING WE RATES Means the latest edition ofthe Equipment Rental Rates and General Prevailing liege Rates of the State of California, Business and Transportation Agency,- Deportment 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 time special provisions, ore re 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 S tcifications. The Standard Specifications (S.S.) referred to above are byrerere ence Tuily incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (8I0) 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 Mork (S.S-. 2-1.03 1 S V V.� t B - 1 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) Records of the Department referred to in the second.paragraph of S.S. Sec. 2-1.03 qay be inspected in the office of the Public Works 0irector for the County of Contra Costa, Martinez, California. b. Proposal (aid) 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 shal 1 not apply. (2) All proposals (bids) shall be'raade 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) The requirements'of the last two paragraphs of`S.S. Sec'. 2-1.05 shall not apply. c. Proposal (Bid) Guaranty (S.S. 2-1.07) The requirements of S.S. Sec. 2-1.07 are superseded by the follow- ing: (1) All proposals (bids) shall .be presented under sealed 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.O1E 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. 8 SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 31 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 U.S. 3-1.02) The successful bidder shall furnish a`faithfol Performance Bond in the amount of the total bid and a Labor and Materials Bond in'aa mount of at least fifty percent (50%) of the total bid, each in the form approved by the Agency. e. 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 (l) 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 Workman's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to-be - executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special Provisions. S. SCOPE OF WORK (S.S. 4) 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 wider 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 phyable to the Contractor: will be determined in accordance with Sections44-1.038(1), 44.03B(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. B - 3 SECTION B - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply. B. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the.agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall, at no expense to the Agency, obtain and maintain in force. the following_ insurance: (a) With respect to the Contractor's operations: The.Contractor shall provide a policy or policies of- comprehensive liability insurance, including coverage for owned and .nononned aut000biles 'nawing. 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 a 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,diseese, 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 ASA iIAMED 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. t ow" r SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 71 (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 Signieg" 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 ati . 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,_SpKifications shall. apply to all improvements, facilities, trees or shrubbery within or adjacent to the,. _; ' construction area that aro 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 4m9ed 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 deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-yay and Easements The rights-of-way, easements, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional rights- of-Way, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his exPense. SECTION B - GENERAL PROVISIONS S. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Coat.) e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of tin 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.Stoni6 Flood, Tidal Wave or Earthquake," of the Standard Specifications are 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 twergency 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. tj= 0N68 O SECTION B - GENERAL PROVISIONS B. 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 sta or :flood, the County will participate in the cost of the repair detemiesd ii-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 per can t 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. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's Estimate preceded-by the letters (S) or (S-F) are designated as "Specialty Items." - b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to became 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. 00M - 7 SECTION B - 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 perceat of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a stormi or flood, the County will participate in the cost of the repair determined as provided in Subsection E in accordance with the following: (a) an 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. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's Estimate preceded-by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment (S.S. 8-1.02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and ,approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. C. Beginning of 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. 00/1L.'(] 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 '11onday in February, last Monday in May. July 4, 1st lionday in September, September 9, 2nd Monday in October, November 11, 4th Thursday in November. December 25, and any other day established as a general legis 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 Completion to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the 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 bilis by the County Auditor. 00070 V ,, g SECTION B - SEVERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont.) e. Adjustment of Overhead Costs (S.S. Seca 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. + WM 71 8 - 9 (Revised 5/16/77*) SECTION C - FORCE ACCOUNT ACID 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" mans 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. When extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1.03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1.9)3A(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 jerformed 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, "Mork 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 Hage 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 9-1.1l3A(lc). 3. EQUIPMEtIT RENTAL. The provisions of S.S. Sec. 9-1.93A(3) shall apply, except as codified herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. Idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. p;N1'72 C 1 SECTION 0 - CONSTRUCTION DETAILS I. LINES AND GRADES One complete set of marks 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. Limits of base failure repair area. b. Locations of overlay_conforms. C. Pavement fabric limits d. Field access depressions on dike: 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. The cost of labor, equipment and materials involved In resetting marks 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 ars lost in the interim. C. Poor planning of sequence -of operations by the Contractor. 2. MATERIALS i Certificates of compliance will be required for pave- ment markers, epoxy and pavement fabric. The asphalt 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 shall be responsible for obtaining the necessary aggregate samples. Refer to Section "Asphalt Concrete" of these Special Provisions. The Contractor shall give the Engineer not less than four (4) working days advance notice to permit adequate testing 0 1 ON73 2. MATERIALS (cont'd) and plant Inspections of materials for asphalt concrete and aggregate base from recognized commercial plants. 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 Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Yarning Signs, Lights and Devices for Use in Performance of York 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 ride traffic lane in each direction open to public traffic at all times. At the end of the day's work and when construction operations are not In pro- gross, a passageway shall be maintained through the work of sufficient width to provide for two 12-foot wide paved traffic lanes for public traffic. 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 furnish- Ing, (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, galvanised carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 a.m. to 4:00 P.M. Signs shall be erected 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. Exceptions to the location pro- visions of. this paragraph shall only be on the written approval of theng:ins4r. =' r� 4 €., 0 - 2 000! 3. PUBLIC CONVENIENCE. PUBLIC SAFETY AND S16NIX& ("CCont`d). Upon completion of the project and at a time directed by the Engineer., the signs, barricades and lights shall betaken. 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. Lane closure shall conform to the provis.lons in Section 7-1.092, "Lane_ Closure," of the Standard Specificataons. except. that the taper iength for each lane width of closure shall be determined by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station. compatent flagmen In advance of a closure. The sole duty of the flagmen. shall be to. direct traffic around the work. As directed by the Engineer, "cat tracking" (broken single or double stripe) of the lane lines shall--be done by the Contractor at the end of each days work to provide for the safe and convenient passage of traffic through the project area. Full compensation for cat tracking the pavement shall be considared' as Included in the contract price paid for Signing and Traffic Control , and no separate payment will be allowed therefor. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special provisions, Including full compensation for furnishing all tabor, inciuding' flagwen, materials, tools, equipment, and incidentals, and for installing, . maintaining and removing all signs, iights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, _including picking up, hauiing. 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 Shell Avenue Maintenance Yard Sign Shop shall be borne by the Contractor and may deducted from any monies duo 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 - 40 percent of the lump sum price upon satisfactory completion of Installation of County-furnished signs. 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 Mainte-nance Yard Sign Shop. Ol„'► 0 - 3 11 �V 6.:. O00PERATION The 'following work by other forces will be under way within and adjacent to the limits of the work specified, as follows: Manhole .and Utility Val_rs cover adjustments.. . In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility." and Sac tIon, S., "Prosecution and Progress." ok the Standard Specifications, full cowpansation for conforming to the requirements of this 'special 'provision `shall be considered included in the prices paid for the veri"cus: contract items of work, and no separate_ payment wild be made- for delay or Inconvenience to the Contractor's operations by reason of his conformance with this special provision. S. OBSTRUCTIONS Attention is directed to the presence of. gas pipe lines and the" P.T. t T. transcontinental cable in the construction area. 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 Under- ground Service Alert (USA) toll free number 500-6142-0123. The work specified shall be so conducted as to. permit the utility companies to, maintain their services without 'interruption. Abandoned pipe lines, 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_,, "Disposai' of Materials Outside the Highway Right of Way." of the Standard Specifications. 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 wade therefor. 6. WATERING Developing water supply and applying water shall conform to the provisions in Section 17, "Watering," of the Standard Specifications and these special provisions. Full compensation for developing water supply and apply- Ing water, including water used to control dust resulting from contractor's performance of the work and for the purpose of control- ling 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. 00076 7. 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 "anticipated unsuitable materiai" as extra work shall not apply. The removal and disposal of all "anticipated unsuitable material", as shown on the plans, 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 i,n Section 19-5.03, relative compaction shall not be less than 90 percent. It is anticipated that there will be an excess of - about 160 cubic yards excavated material which shall be disposed of by the Contractor off the job site, in accordance with the provisions in Section 71. 13, "Disposal of Material Outside the Nighway Right of Way," of the Standard Specifications. S. PAVEMENT FABRIC The pavement fabric shall be placed where shown on the plans and at locations designated by the Engineer. The fabric shall be a non-woven polypropylene material conforming to the following requirements: Tensile strength, either direction, minimum per Inch of width - 50 pounds. Elongation, warp direction, 20 pounds. maximum -0.5. 1n. Elongation, fill direction, 50 pounds. maximum -1,1 in. Weight, oz./sq. yd. (fused two sides) - 3.8 to 4.5. Color - Black Prior. to placing the fabric, the existing pavement to receive the fabric shall be cleaned to the satisfaction of the Engineer of all material such as, but not limited to, leaves, samd, dirt, gravel , water and vegetation. Cleaning shall be by vacuum power broom plus any other suitable means as determined by the Contractor. The surface area to receive the fabric shall be sprayed with steam-refined paving asphalt, type AR 4000, at a rate of 0.22 to 0.25 gallons per square yard. The Contractor's attention is directed to Section 92-1.04 "Applying" of the Standard Specifications. The minimum width of asphalt application shall be the fabric width plus ten inches. Paving asphalt shall be applied no farther in advance of the overlay than that distance which the Contractor can maintain fres of traffic. The asphalt shall be sprayed with a s.u,itably metered truck or the truck must be recently calibrated by Test Method Calif. . No. 339A. X00 0 - 5 8. PAVEMENT FABRIC cont'd� The fabric shall overlap six (6) inches at all joints. No joint shall be lapped with more than two (2) layers of fabric. Transverse joints shall be shingled to prevent pickup by the paver. Asphaltic emulsion binder or paving asphalt shall be applied to all joints. The fabric shall be carefully placed to avoid wrinkles and broomed or squeeged to remove any bubbles. Should wrinkles occur which are large enough to cause laps, the fabric shall be cut and laid out flat with a fabric patch placed over the cut twelve Inches in width and sealed with RS-I or paving asphalt. At each utility cover, which would be covered with fabric, the fabric shall be neatly cut around the cover to allow for raising of the cover to finish grade. Turning of the paving machine or other vehicles should be gradual and shall be kept to a minimum to avoid damage to the membrane. Should equipment tires tend to stick to the fabric during paving operations, small quantities of asphalt concrete shall be broadcast ahead to prevent sticking. The pavement fabric is available from the following: Phillips Petroleum Company 3031 Tisch Way Suite 735, Sherman Building San Jose, CA 95128 Contact Mr. W. 0. Tribbett at 408.247-2801. Quantities of pavement reinforcing fabric placed as shown on the plans or directed by the Engineer will be determined from measurements taken of the area covered by the reinforcing fabric, with no allowance for laps, or waste caused by trimming to fit tapered sections. The Contract price paid per square yard for pavement reinforcing fabric shall include full compensation for furnishing all labor, materials, (including paving asphalt and asphaltic emulsion), toois. equlpment and Incidentals and for doing all the work Involved In furnishing and placing pavement retoforcing fabric complete In place, as shown on the plans, as' required by these special provisions, and as directed by the Engineer. 9. PAVEMENT AND BASE FAILURE REPAIR Where shown on the plans, designated In the field by paint markings, or as directed by the Engineer, the existing surfacing, base and basement soil shall be excavated to the depth shown on the plans or as directed in writing by the Engineer. Excavated material shall be disposed of off the job site as provided in Section 7-1 . i3 "Disposal of Material Outside the High- way Right of Way" of the Standard Specifications. 0078 D - 6 9. PAVEMENT AND BASE FAILURE REPAIR (cont'd) After the excavation has been trimmed. cleaned of all loose material. and all edges have been painted with asphaltic paint binder, asphalt concrete shalt be placed and compacted In , the excavation to the level of the surrounding. pavemont. Asphalt concrete shall be placed. la .layers of equal thickness not to exceed 0.25 ft. The asphalt concrete- so placed shall then Immediately be rolled with a paemwatic, tired roller or other means ,acceptable to the Engineer. Areas too small to be compacted by a pneumatic tired roller may be roiled immediately with a fully loaded dump track. This asphalt concrete layer shall be rolled until .there is no visible displacement *oder the tires or wheels of the compacting unit. One or more layers of asphalt concrete shall be placed and compacted as above until an 8 to 10-ton steel wheel tandem roller can be used to compact the finished surface level with the surrounding pavement. All base and pavement repair areas_axcavated In any one day shall be backflllod that same day. Mo excavated areas -will be permitted to remain open overnight. If necessary, excavations shall be temporarily filled to the existing pavement level overnight at the Contractor's expense. Re-excavation and repair shall occur the following day. Measurement of base and pavement repair areas will be_ made by multiplying the square foot of pavement surface removed by the depth shown on the plans or ordered in writing by the Engineer. Full compensation for all pavement cutting, excavation, re-excavation, haul. disposal of excavated material. shall be measured and paid .for as roadway excavation. Asphaltic paint binder, asphalt concrete and compaction of the asphalt concrete shall be considered as included In the contract unit price paid per ton for asphalt concrete and no additional compensation will be allowed therefor. In lieu of the provisions in Section 4-1.036, "increased or Decreased Quantlties." of the StandardSpecifications, adjustment of compensation will not be made if the total pay quantity of pave- ment and base failure repair varies by more'then -25 percent from the amount shown In the Proposal. 10. 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. . . ' 4 D - 7 10. CLEAN-UP fcont'd) full compensation for clean-ap shail be considered as Included in the prices paid for the various Contract itims of work requiring clown-up, and no separate payment will be made therefor. 1l. AGGREGATE BASE - Aggregate base shall conform to tbe 'provisions in Section 26 of the Standard Specifications and tbese special provisions. 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 to Section 26-1 .06, "Measurement," of the Standard Specifications are superseded by the following: The weight of material to be paid for wili be determined ,by.deducting from the anterial delivered to the work. the weight of toter in the material, at the time of weighing, as determi.ned,_by Test Method No. Calif. 226, in excess of 9 percent of the drys walght of the.material. The weight of water deducted will not be.peid for. Full compensation for furnishing and applytng '011 water after the material has been delivered to the reed`ed, '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 prowls-Ions in Section 26-1.04, "Spreading," of the Standard Specifications, is superseded by the following: The use of-a spreader- box for spreading Class 2 aggregate base will not be required. Class 2 aggregate base shall be spread with equipment, to be approved .by the•Englneer, that will .provide a uniform layer conforming to the planned , section. both-transversely and tongitudlea tly, within the tolerance specified In Section 26-1 .05. "Compacting." Equipment or methods which cause segregation of the material will not be permitted. Full compensation for filling of roadside shoulders. Including subsequent shaping and compaction shall be considered as included in the price paid per ton for aggregate base and no additional compensation will be allowed therefor. 12. ASPHALT CONCRETE Asphalt concrete shall be Type S conforming to the pro- visions in Section 39, "Asphalt Concrete," of the Standard Speci fications and those special provisions. Unless otherwise directed by the Engineer. asphalt binder to be mixed with the mineral aggregate shall be steam- refined #gviing asphalt having a viscosity grade of AR 4000 and shall"cawpfy with the requirements of the "Materials" sectiof these special provisions. D - 8 12. ASPHALT CONCRETE (Cont.) Aggregate shall conform to the grading specified in Section 39-2.02. "Aggregate,'• of the Standard Specifications for three-quarter inch (3/411) 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). - Paint binder and prime coat shall be asphaltic emulsion, RS-1 , and shall be applied at a rate of 0.07 gallons per square yard as paint binder, and at a rate of 0.25 gallons per square yard as prime coat. The contractor's attention is. directed to Section 94-1 .06, "Applying." and-- Section 93-1 .03, "Nixing and Applying," of the Standard Specifications. Prior to applying any asphaltic emu.ision,- the existing pavement shall be cleaned, to the satisfaction of the Engineer, of all material such as, but not limited to., leaves, sand, gravel and dirt. No traffic shall be allowed on the asphaltic mulsion -� with the exception of vehicles unloading asphalt concrete. All vehicles involved with the Contractor's. operations shall turn around only at public- street Intersections; driveways and other private property shall not be used without prior written consent of the involved property owner, a dated copy of which sholl' be delivered to the Engineer prior to the use thereof. Paint binder shali .be applied. no; farther in advance of the overlay than that distance which the; Contractor can maintain free of traffic. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which contains ponded 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. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded at the plant until it is discharged from the delivery vehicle. OW82 12. ASPHALT CONCRETE (Cont.) The asphalt concrete overlay shall be spread in one layer of 0.i5 feet in thickness. Asphalt concrete surfacing shat-1 be placed one-half width at a time and the remaining one-half width. of' roadbed shell be kept free of obstructions and open for use by public traffic at all times until the half-width of surfacing first placed is ready for use by traffic. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides. Conforms between existing pavement and newly con- structed overlays pavement shall be made by tapering the new pave- ment in accordance with the plans. The overlay shall extend to the edge of pavement in areas without curbs and to the lip of the gutter in areas with curbs unless otherwise shown on the plans or directed by the Engineer. In addition to the requirements of Section 39-6.02, "Spreading," of tha Standard Specifications, all transverse joints shall be made by paving against a board of the same thickeessas the paving layer to providea straight vertical face-. After the - compaction of the newly paved layer, the- board shall be removed and paper shall be laid against the vertical face and along the existing road surface that Is to receive the subsequent layers. Asphalt concrete shall be spread over the paper in sufficient width and length as directed by the Engineer to provide a safe, smooth temporary riding ramp. Full compensation for constructing the trans rs and longitudinal joints as specified above and- constructing and removing the temporary ramp and furnishing and applying asphalt- emulsion shall be considered as included in the contract price. paid per ton for asphalt concrete. and no separate payment will be made therefor. Conforming work, driveways. entrances and road connections to ; connect with the pavement overlay shall be paved as shown on the plans or as directed by the Engineer. Full compensation for placing asphalt concrete in these areas shall bf considered as included in the contract price paid per ton for asphalt concrete, and no separate payment will be made therefor. In lieu of the provisions in Section 4-1 .038, "Increased or Decreased quantities," of the Standard Specifications, adjustment of compensation will not be made if the total pay quantity of asphalt concrete varies by more than 25 percent from the amount shown in the Proposal . 04082- D - 10 13. ASPHALT CONCRETE DIKES Asphalt concrete dikes shall conform to the provisions In Section 39, "Asphalt Concrete," of the 'Standsrd Specifications and these special provisions. Fog seal 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. Full compensation for removing and disposing of existing asphalt concrete dike shall be considered as included in the contract unit price per linear foot paid for "Asphalt Concrete Dike" and -no separate measurement or payment will be made therefor. 14. RAISED BARS Raised bars shall conform to the provisions in Section 84, "Raised Bars," of the Standard Specifications and these special provisions. Raised bars shall be Type A precast. In lieu of the provision for State-furnished paint in the fourth paragraph of Section 84-1 .03 of the Standard Specifications, paint for painting of raised bars as specified therein shall be furnished by the Contractor. Full compensation for removing and disposing of existing raised bars shall be considered as included In the contract unit price paid per linear foot for "Raised Bars" and no separate payment will be made therefor. 15. PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers." of the Standard Specifications, County Standard Pian CC 3050. and these special provisions. Pavement markers shall be placed to the line established by the Engineer, which will consist of new stripes, one for each line of markers. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor, including correction of minor irregularities in the line established by the Engineer. 2 D - 11 Vt1tM 15. PAVEMENT MARKERS (Cont) The first and second paragraphs in Section 85-1 .06, "Placement," of the Standard Specifications are superseded. by the following: Rapid Set Type adhesive shall be used to cement the markers to the pavement. The contract unit price for the types of markers shown on the plans shall include full compensation for furnishing Rapid Set Adhesive, and.no additional payment shall-, be made therefor. 0 - 12 t ids 9-Ar ail # 3 d r } -«+ * w t r-.- it - t R Int + f" • I V ',M� � i � s Z i E g t 11 il+�� Ii � • 3 i o, w �* � ` ,} � - ��� r •j ]its r ; i ' C f c:C, • '. 1 SO r i IL wo IV tj it 1 n, _ " � ��• t k 1t �j G Sa _ t 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 77/630 of Contra Costa County ) ) 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 1975-76 It has been ascertained from the assessaent 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 5096 the assessee may file a claim forcancellation 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 Phillips Petroleum Company; the original escape assessments were enrolled in February 1976: Original Corrected Amount Pursuant Class of Assessed Assessed of to Sectioa Propeitr Value Value Chasse (R/T Co& Account No. 100960-E029 Code 79017-Assat. No. 8005 (esc.. for 1972-73) Pers Pr opp No Change Bus Inv Ex $180,309 -0- +$180,309 4831; 531.1; -596 Assessee has been notified. County Assessor t7/20/77 cc: Assessor (Giese) Auditor Tax Collector i RESOLUTION NO. 77/630 Page 1 of 2 r For the Fiscal Year 1975-76 Phillips Petroleum Co., Account No. 100960-E029 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Chante (R/T Code) Code 79017 - Assmt. No. 8004 (esc. for 1973-74) Pers Prop` No Change Bus Inv Ex $304,650 -0- +;304,650 4831; 531.1; c Code 79017 - Assmt. No. 8003 (esc. for 1974-75) Pers Prop No Change Bus Inv Ex $398,755 -0 +:398,755 4831; 531.1; Assessee has been notified. I hereby consent to the above �/ JGZZ changes and or corrections: . County sessor JO@1 R- CLAUSEN, County Counsel ^ /1 g,, /grub. •� pasty PASSED AND ADOPTED ON August 2, 1977. RESO1=10:4 NO. 77/630 Page 2 of 2 WAS IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 77/631 of Contra Costa County ) 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 1977-7S 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 Revenue and Taxation Code, the .following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4986(a)(2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or costs on that portion in error as if it has been levied erroneously. In Tax Rate Area 05042, Parcel No. 154-551-001-6, assessed to Heather Hill HO Assn. Inc., has been erroneously assessed with Land value of $1,500, due to Assessor's error in enrolling said assessment on property which is designated as a common area in a planned unit development, the value of which is prorated.to other properties in accordance with Section 2188.5 of the Revenue and Taxation Code. Therefore, this assessment should be corrected by removing the land value; leaving a $-0- assessment. In`Tax Rate Area 05042, Parcel No. 1S4-SSI-002-4, assessed to Heather Hill HO Assn. Inc., has been erroneously assessed with Land value of $1,900 and Improvement value of $1,12S, due to Assessor's error in enrolling said assessments on property which is designated as a common area in a planned unit development, the value of which is prorated to other properties in accordance with Section 2188.5- of the Revenue and Taxation Code. Therefore, this assessment should be corrected by removing the land and improvement values; leaving a $-0- assessment. E. FWJLNAICA - County Assessor Copies to: Assessor airs. Kettle) Auditor Tax. Collector Page 1 of 2 RESOLUTION NO. .77/631 V111�C7:.1 In Tax Rate Area 05038, Parcel No. 161-311-004-6, assessed to Richard Q. Chou and Juanita A. Chou, has been erroneously assessed with Improvement value of $8,27S, due to error in trans- posing figures used in computation of assessed value. Therefore, this assessment should be corrected as follows: Land $1,850 (no change); Improvements ;7,650; less the existing Homeowner's Exemp- tion of $1,750; making a net taxable assessed value of $7,750. In Tax Rate Area 09048, Parcel No. 189-460-050-9, has been erroneously assessed to Terra California, due to error in trans- ferring title to the wrong property. Therefore, this assessment should be corrected to show the assessee as Michael $ Bette Tomaszkiewicz, who acquired title by document recorded on February 17,_ 1977, in Book 8207, Page 324, of the Official Records of Contra Costa County. Further, as a result of this error, the Homeowner's Exemption filed by the correct assessee was erroneously allowed on the wrong parcel which is also being corrected. Therefore, this assessment should be corrected to allow the 1977 Homeowner `s Exemp- tion on Parcel 189-460-050-9 in the amount of $1;750 assessed value, making a net taxable assessed value of $16,400. In Tax Rate Area 09048, Parcel No. 189-460-OSS-2, has been erroneously assessed to Michael $ Bette Tomaszkiewicz, due to error in transferring title to the wrong property. Therefore, this assess- ment should be corrected to show the assessee as Angela Fiorentino, who acquired title by document recorded on February 14, 1977, in Book 8202, Page 326, of the Official Records of Contra Costa County. Further, for the fiscal year 1977-78; it has been determined that this property was eligible for the Homeowner's Property Tax Exemption pursuant to Section 255.3 of the Revenue and Taxation Code; and should be entered with said exemption in the amount of $1,7SO assessed value, making a net taxable assessed value of $14,100. In Tax Rate Area 15004, Parcel No. 258-2SO-051-4, assessed to David A. McIlroy, has been erroneously enrolled as a separate assessment on the assessment roll due to error in not removing said parcel at the time it was combined to create another parcel. There- fore, this error should be corrected by removing Parcel 258-2SO-051-4 from the assessment roll. In Tax Rate Area 83004, Parcel No. 261-180-020-8, assessed to George U. F, Doris M. Wood, has been erroneously enrolled as a separate assessment on the assessment roll due to error in not removing said parcel at the time it was combined to create another parcel. Therefore, this error should be corrected by removing Parcel 261-180-020-8 from the assessment roll. Ihereby consent to the above �t ���� changes �d/or corrections: WANAKA 1V JOH CLAU:r Counsel t7/12/775sessor By y PASSED AND ADOPTED On August 2, 1977. Page 2 of- 2 RESOLUTION NO. 77/631 0(1(!a'' BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Intention to Adopt Resolution ) of Necessity to Acquire Real ) RESOLUTION NO. 77/632 Property by Eminent Domain, ) Walnut Creek Area. County (C.C.-P. 1245.235) Service Area R-8 RESOLUTION OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County RESOLVES THAT: It intends to adopt a Resolution of Necessity for the acquisition by eminent domain of real property in the Walnut Creek area, on behalf of County Service Area R-8, for Park and Open Space purposes, a public improvement, which property is more particularly described in the attachment hereto. This Board will meet on August 30, 1977 at 10:55 a.m. in the Board's Chamber, County Administration Building, Martinez, California, to hear those persons whose property is to be acquired and whose name, and address appear on the last equalized County assessment roll. and to consider the adoption of the Resolution. The Service Area Coordinator is DIRECTED to send the following notice to each such person by first-class mail: NOTICE OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County decla[cjss its intention to adopt a Resolution of Necessity for the acquRsr- tion by eminent domain of real property in the Walnut Creek Area. on behalf of County Service Area R-8, for Park and Open Space . Purposes, a public improvement, which property is more particularly described in the attachment hereto. The Board will meet on August August 30, 1977, at 10:55 a.m. to consider the adoption of the Resolution. Each person whose property is to be acquired and whose name and address appear on the last equalized County Assessment roll has the right to appear at such hearing and be heard on the matters referred to in Section 1240.030 of the Code of Civil Procedure. Dated: August 2, 1977 PASSED on August 2, 1977, unanimously by Supervisors present. Orig.: Public Works Department (S.A.C.) cc: Public Works Director (2) County Administrator County Auditor County Counsel City of Walnut Creek via Public Works 0W)91 RESOLUTION NO. 771 632 go. 104783-3 Real property in the State of California, County of Contra Costa. unincorporated, described as follows: y PARCEL OL1: A portion of the Rancho San Miguel lying within that parcel of land described as Parcel One in the deed from Mary H. Hutchinson. at al. to Carmen Barrango. at ux, dated Jun-*2. 1952. and recorded July 23, 1952 in book 1966. page 48, Official Records. described as follows: Begianing at the northwesterly comer'of the parcel of land shown on that certain Record of Survey filed July 28, 1966 in the office of the . County Recorder of Contra Costa County. California, in book 43 of Li- censed Surveyors Haps. at page 47 thence north 77' 30' west. 130 feet, more or less, along the westerly prolongation of the northerly line of said parcel to the center of an existing unimproved road; thence southerly along the center-line of said road the following courses and distances: South 37' 40' 40" West 53.87 feet: along the are of a tangent, 150.01 foot radius curve to the left, through a central angle of 17'-42' 00" an arc distance of 46.37 feet; South 19' 58' 00" West 68.46 feet; along the are of a tangent 75.00 foot radius curve to the right, through a , central angle of 50' 31' 32", an are distance of 66.14 feet to a point of.reverse curvature; along the are of•a 105.00 foot radius curve to the left, through a central angle of 43' 49' 32", an arc distance of .80.32 feet to a point of compound curvature; along a 150.00 foot iadius ' curve to the left. through a central angle of 26' 07' 20" an are distance of 68.39 feet; South 00' 32' 40" West 69.10 feet; South 08' 31' 20" east 68.51 feet; South 05' 38' 00" West 20.55 feet, more or less to a point on the westerly prolongation of the southerly line of the above-described parcel; thence south 77' 30' east. along said line to the southwesterly corner of the above parcel; thence north 12' 30' east, 521.00 feet along the westerly line of said parcel to the point of beginning; containing 2.41 acres. sere or less. PARCEL-TWO A portion of the Rancho San Ifiguel granted as Parcel No in the deed from TSary 11. Hutchinson, et al, to Carmen Barranro, at ux. dated June 2, 1952 and recorded July 23. 1952 in book 1^56 of Official Records at pale 48, and described as follows: A strip of land forty (40) feet in width, the center line of which is more particularly described as follows: Beginning at a point in the east line of the Hutchinson 227 acre tract, at a point-which bears south 1' east 2892.78 feet from a point at the northeast corner of said IIutchinson 227 acre tract; thence from said point of beginning; running; as follows: north 81' 53' west 216.93 feet; south 15' 23' east 189.32 feet: south i' 41' east 146.75 feet, south 13' 19' cast 196.20 feet; south 6' 15' cast 168.58 feet; south 22' 31' cast 92.63 feet: south 4' 37' west 41.85 feet and south 26' 43' west 54.05 feet to end of road. APPENDIX A �JA~ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the latter of Approving Plans and Specifications for the Veteran's Nemorial Nall Remodel. Danville. RESOLUTION NO. 77/_L33 (5480-927) ) N EREAS Plans. and Specifications for the Veteran's Memorial Nall Remodel, Danville have been filed with the Board this day by the Public Works Director; and and WHEREAS the Engineer's cost estimate for construction is $75,000; WHEREAS The general prevailing rates of Wges, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class IA Categorical Exemption under the County Guidelines, and this Board concurs and so finds, and the Director of Planning shall file a Notice of Exemption with the County Clerk; IT IS BY-THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will'be received on September 1, 1977 at 11 a.m., and the Clerk of this Board is directed to publish Notice to Contrac- tors in the manner and for the time required by law inviting bids for said. work, said Notice to be published in THE VALLEY PIONEER PASSED AND ADOPTED by the Board on August 2. 1977. Originator: P. W. Dept. Bldgs and Greds a: Public Works Dept. Building Projects Agenda Clerk County Auditor-Controller Attn: J. Dye RESOLUTION NO. 77/LU ON93 . � __ uut1LE lu COF�iRHCiURS (Advertisement) Page 1 of 2 ?IVISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Director :•gill receive bids for the furnishing of all labor, materials, equipment, transportation and services for: Veterans Memorial Hall Remodel, 102 Hartz Avenue, Danville, California Work Order No. 5480-927 The estimated construction contract cost (Base Bid) is $75,000 (Seventy Five Thousand and no/100ths- - - - - -) 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 Administra- tion 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 obtained at the Building Project Office. 823 Main Street, Martinez. upon payment of a printing and service charge in the amount of Four and 79/100ths Dollars 4.79 (sales tax included) which amount shall not be refundable. Checks shal I be made payable to the "Coun-; of Contra Costa", and shall be ma,11W to the Public Works Department, 6th Floor, Administration Building, Martinez. California. 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146. 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 be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the Bidder will enter into a contract if awarded the work, and will be forfeited by the Bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Public Works Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California V553, on or before the September 1, 1977 , at 2 o'clock P.M. and will be opened in public and at the time due, in the conference room of the Public Works Department, 6th Floor, Administration Bldg., Martinez, California. and there read and recorded. Any bid proposals received after the time specified in this Notice will be returned unopened. W91 AAkraffined with board order -4- 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 (50d) of :he contract price and a Faith- ful Performance Bond in an armunt equal to one hundred percent (1004} of the =7 tract price. said bonds to be secured from a Surety Company authorised 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 an file with the Clerk of the Board of Supervisors. In all projects over S50,000. Contractor shall be required to submit I or county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to resect 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 dais after the date set for opening thereof. S ORCER OF THE 80AR0 0= SUP_RVISORS OF CONTRA COST.; i,QUN—I f 3v u;-MMES R. OLSSC4 County Clerk and Ex-Officio Clerk of _^e Board of Supervisors Contra Ccs to County, California By I I &z N. pus Deputy Clerk t l AUG�1 r 2 1917 Oi�f9� Bidder), ' DIVISION C. PROPOSAL (BiO Form) ?IDS WILL BE RECEIVED UNTIL 1st day of September 1977 AT 2 P.M. AT THE PUBLIC WORKS DEPARTMENT, 6th FLOOR, COUNTY ADMINISTRATION BUILDING, 651 PnIE STREET, MARTINEZ, CALIFORNIA 94553. (A) TO THE PUBLIC WORKS DIRECTOR, VERNON L. CLINE, PUBLIC WORKS DEPARTMENT: G ent leraen: The' urdersibr_ed hereby Proposes and agrees 'to furnish ILI any and all required labor, material, transportation. and ser-*ices for VETERANS MEMORIAL HALL REMODEL, 102 HARTZ AVENUE, DANVIL , CALIFORNIA in strut conformity with the Plans, Spec i3:ica? -ions, and other caller tract doci7ments on file at the Office of" the Cleric of t'r._ Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, fer the following suzas; namnely: BASE BID: Shall include all o' the wori: for the cons t='action. and ccr-- Pletion of all facilities therein, but not including any of the in the following Alternates: For the su-m. of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within One Hundred Fifty (150) calendar dards from and after the date of commencement. 'Vionfiin sd with boon jo ft j (t) It is understood, ,with due allowances made for unavoidable delays, that if the Contractor should fail to c= lcte the work or"tiles contract within the stipulated t:Lie, then, he shall be liable to the Oc:*ne in the amount of Seventy Five and +ltollC'At`ts-- per calendar day for each day said work ra:^sins uncoapieced beyond the time for completion, as and for liq- uidated darna-es and not as a.penalty, it bei agreed and ex- pressly stipulated that it would be impractical and difficult to fi=: the actual a=ount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Spec ificatio^.s and other contract documents and the local conditions at the place wnere the work is tooe done. (E) The undersigned has checked carefully all of the above fi.,ures and understands that the Board of Supervisors will not be re sponsibl-a for any errors or cm. issiors on the part of the unde_.- sianed in making up this bid. WIfa7; p2TSTON C. ?ROPOSdL f31r! Fo-mN continued (F) The undersigned hereby certifies that chis bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has ncc directly induced or solicited any ocher bidder to put in a sham bid, or any other person, firm, or corpora:icn to refrain from bidding, and that the undersigned has not in any manner, sought by collusion Co secure for hiz- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subeencraccars. (H) Attached is bid security as required is the Notice to Contractors. C Cash G Bidders Bond a Cashiers Check =Certified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum 0 dated Addendum Lf dated Addendum dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Concractcrs, Classification and License No. Dated this day of 14__ Y Rev. -I2- xrl ��f W DIVISION C. PRO?OSAL SID FORM ccatinuea LIS'.' OF SMCCyT;ArTQRS: (ds required by Division 3, Section L, Paragraph (c)) (Subsd tutioa of listed Subcontractors: Sae Division 8., Seccfon 6, Paragraph n.). Portion of Work Haas Placa of bidders - t � I DIVISION C. =PROPOSAL (Bid Form) Continued II. Affirmati.ve Action. Certification. 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 contracts BIDDERS CERTIFICATION certifies that: Bidder 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: ; and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specifics affirmative action steps contained in said Part II, on this and all future construction work in Contra Costa County subject to these Bid Conditions, those trades beings rand 3. it will obtain from each of its subcontractors and submit to the con— tracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Did Conditions. Signature of authorized representative of bidder dulloo UU s 4 s;% SPECIFICATIONS FOR THE VETERANS ME14DRIAL HALL REMODEL DANVILLE. CALIFORNIA Prepared for Vernon L. Cline, Director Public Works Department Contra Costa County Sixth Floor Administration Building �.� Martinet, California FI L G L 1977 J. R.OLSSON CLERK BOARD OF SUPERVISORS .... CO...•A_•OSTA CO, /'=. ........... Architectural Firm COMMA tl CIANFICHI 00101 3515 Macdonald Avenue Richmrnd, California June 30, 19117 kcrommed with board order 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 8I0DERS 1 Competence of Bidders 2 Securing Documents 3 Examination of Plans, Specifications and Site of Work 4 Bidding Documents 5 Submission of Proposals 8 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 (BID 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 Ra$ponsibility for Work and Public Utilities 5 Bond and Insurance 5 Subcontracting 7 Time of Work and Damages 8 Progress Schedule 9 Temporary Utilities and Facilities 10 Permits - 11 Conduct of Work 12 Rasponsbility for Site Conditions 13 Inspection �Ilrb 14 Rejaction of Materials 15 Interpretation of Contract Requireeents !6 ClariIFicetiont. and Additionet inetruictione 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.) 19 ShSpp'es�nAlternativesive Data, e� 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 Paces 1 - GENERAL 1A GENERAL REQUIREMENTS 3 REQUIREMENTS 18 MATERIALS i STANDARDS 1C TEMPORARY WORK 10 COMPLETION OF WORK 2 IE GENERAL CONTRACTOR 1 1G SUBMITTALS 1 1H PROTECTION WORK 2 - SITE WORK 2R DEMOLITION 3 3 - CONCRETE 3A CONCRETE WORK 2 4 - MASONRY NONE REQUIRED 5 - METALS 6A STEEL WORK 2 6 - CARPENTRY 6A CARPENTRY 5 6B MILLWORK 2 6C CABINET WORK 3 7 - MOISTURE 7A BUILT-UP ROOFING 2 PROTECTION 78 SHEET METAL WORK 7C SHEET METAL SPECIALTIES 2 q 7D CAULKING AND SEALANTS 2 . 0 M 7E BUILOING IHS.ULATIOM 2 2015-77 TABLE OF CONTENTS Page 3 of 3 DIVISION Section No. and Title No. of Pages 8 - DOORS AND 8A WOOD DOORS 2 WINDOWS 8D ROLLSUPHARDDOOARE 4 8E GLASS AND GLAZING 3 9 - FINISHES 9A LATHING AND PLASTERING 4 98 GYPSUM WALLBOARD 3 9C DRYWALL FINISHING 2 9D RESILIENT FLOORING . 3 9E TILE WORK 2 9F PAINTING 5 9G ACOUSTICAL TREATMENT 4 10 - SPECIALTIES IDA METAL PARTITIONS 3 108 SPECIAL ACCESSORIES 2 it - EQUIPMENT 11A RESIDENTIAL EQUIPMENT 3 12 - FURNISHINGS NONE REQUIRED 13 - SPECIAL CONSTRUCTION NONE REQUIRED 14 - CONVEYING • SYSTEMS NONE REQUIRED 15 - MECHANICAL 15A MECHANICAL GENERAL 4 156 PLUMBING 11 15C HEATING 8 VENTILATING 2 16 - ELECTRICAL 16A ELECTRICAL 12 vv > 110 i`1Gt it) CON i RHCi URS (Advertisement) Page 1 of 2 i VISION A. NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Director will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: Veterans Memorial Hall Remodel, 102 Hartz Avenue, Danville, California Work Order No. 5460-927 The estimated construction contract cost (Base Bid) is$75,000 (Seventy Five Thousand and no/100ths- - - - - -) 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 Administra- tion 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, 623 Main Street, Martinez. Plans and Specifications may be obtained at the Building Project Office, 823 Main Street, Martinez, upon payment of a printing and service charge in the amount of Four and 79/100ths Dollars 54.19 (sales tax included) which amount sha not be refundable. Checks shall be made payable to the "Coup":, of Contra Costa", and shall be maile to the Public Works Department, 6th Floor, Administration Building, Martinez, California, 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Building Projects Office, 823 Main Street, Martinez, and must he 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 be sealed and filed with the Public Works Director. The above-mentioned security shall be given as a guarantee that the Bidder will enter into a contract if awarded the work, and will be forfeited by the Bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed.and shall be submitted to the Public Works Director, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, an or before the September 1. 1977 , at 2 o'clock P.M. and will be opened in public and at the time due, in the con erence room of th�a Public Works Department, 6th Floor, Administration Bldg., Martinez, California, and there read and recorded. Any bid proposals received after the time specified in this Notice will be returned unopened. 00105 -4- NOTICE TO CONTRACTORS (Advertisement) Page 2 of 2 IVISION 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 (5001) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100x) 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 for opening thereof. co BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY By County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: PUBLICATION DATES: -4a- � �'4,,s..,i.),,. Y'5..:.ti.i _ 3, ,3...n,..q.r,. :a,c•���','..e aEz. � .. .. . .. ., -C� DIVISION D, jjyg 10 ]j � The bidder shall carefully examine the instructions con- tained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting his proposal, and to the conditions affecting the ward of contract. SECTION 1. QJU0M QE Ila=: (a) License: No bidder may bid on work of a kind for which he is not properly licensed, and any such bid received may be disregarded. (c) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written List of completed projects, with the name of the owner or contract officer indicated. SECTION 2. JAGWM 22gam: (e) Drawings and Specifications may be secured at the place and for the deposit or tee as called out in the "Notice to Contractor", page ). (b) The deposit, if called for in the "Notice to Contractor" ppage ], to a guarantee that the Drawings and Specifi- cations wili be returned Ln good condition. (�c)yg The yfee. ¢��Lf called for in the "Notice co Contractor", lag and is a payment to defray a portion of the print- SECTION 7- AUU19=QE L", RAMWAUM- M UM QE M MU: (a) i JURMa6m; The bidders shall examine carefuliy the site of the work, and the plass eid :p%itications tharafor. Ne shall investigate and satisfy himself as to eonditiona to be encountered, the character, quality, and quantic) of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and matesials to be turn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the Count in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatever Ln respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the Lnterpre- cation therefor, Rev. 5,176 i "a'F 1s�g 5{!r�a�y`L'^i J c'4 R �Y� N - +P:, '�,�.� 1 �•l:4 7�, av,.1s x i (continued) Thera is no$uarentes or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlocked for developments ray not occur. Making such inform- clan available to bidders is not to be construed in sol we es Craeioereaeai ibilitan of this article concerning the lorr- y or subsurface conditions, and bidders eust satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) UUWK&U=W G: As part of chs respauibility stated in subdivision (a) g above, and without lisition thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special praeautions caused or required by the nistants of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all duy�e and all hand or exploratory excavation required. The bidder is custionad that such utilises say include comlmmetescien cables or electrical cables which say be hixh voltage,And the ducts enclosing such cables, and when working at excavating in the vicinity chereo! the special precautions to be observed at his own cost shall also include the following: All Such cables and their enclosure ducts shall be exposed by careful hand excays- ( tion so As not to dsasge the ducts or cables, nor cause injury to parsons, and suitabile warning signs, barricades, and safety devices shall be erected as necessary or required. In conuetion with the foregoing, the bidder's attention I$ invited 0-Section 12 of Division P'of these specifications. (c) UnUtif1H 91 iUwt If=Lesions, discrepancies, or apparent errors are found in the plana and sp*aiftcatlene prior to the date of bid opening, the bidder shall submit a written ragwat for a elert- ftostion which will be given in the fors of addenda to all bid- ders if rims permits. Otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shell be governed by Section 15 of Divis:ra!a of these specifications. SECTION 4. ,&2=agomm (a) Side shall be made upon the special Proposal (Std Fon) Section C of this Specification), with all items completely fille (Ste d out; m aebers shall be stated both in writing gad in gjuras, the signatures of all persons signed shall be in longhand. TM coa- noeted form alternativeapropoossal$. Additional copies ofethe Proposal (Sidsures' Form) may be obtained from chola supplying these specifications. Aev. - -b- f SECTION/1, (continued) (b} tide shall not contain any recapitulation of the work to be dons; alternative proposals will not be aonaid- *rad, unless called for. No oral, Latest phis or telephonic proposale or modifications will be cans dared. (c) of SM ctiptsf�eIgg: Each proposal shall have listed to n tire—andlada`nse of each subcon- tractor to whom the bidder propos*$ to subcontract portions of the work in an amount in excess of y of 1 percent of his total bid, in accordance with Chapter 2, Division 3, Title 1, of the Covertient Code. See Station 6 of Division Fmof these specifications for further reference to subcontractors. eaa (d) Alt bids shall haveenclosed 6iTw;aseauDIEEdd of surer yea corpora an auciotised to issue surety bonds in the State of Califorala, rade payable to "Contra Costa Cow e�" in an amounurl to at tease 10 patcent of the ameunt of thelia. No bld Nulle aqbe eoneideewlese one of the fano of bidder's security is enclosed therewith. CWWCieT,1Y ) A. aeereaaesac�F.RQZ�t"' I Y Proposals shall be submitted to the Clerk of the bard of Supervisors of Contra Cast& County at the place indicated an the bid proposal. it is the role responsibility of the bidder to ese that his bid is received in proper time. All proposals shall be submitted under sealed covet, plainly Lentified es a proposal for the work being bid upon and addressad ex directed in the Notice to Contractors and the bid proposal. Failure to do so may result in i Premature Opening of, or a failure to spin such bid. Proposals which are not Preporiy marked may be disregarded. SEcrlom 6. SIITMDYYAL.af '5::�'ss Any bid may be withdrawn at any tier prior to the time fixed in the pubtic noKar for the open bi of bid$, provided that a request in writing, executed by the biddidor or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board ooffNSupervisors �off�Contra Costs J�CCoou�n[ey9. Du 3 AWMINFaw1 of a-61d a ,no preJudT.� r *h, a s r to file a new bid. This &trial* does not authorize the withdrawal of am bLd after the time fixed in the public notice for the opening of bids. Rev.4/77 .T. QV R19 < is,,,•��; .-�... ., .. . ,+..: . . .. :. . . ... .. .. �'` srrrtnm �_ �jar++ic�vrwtrc Or AL+1pOSA Proposals will be publicly opened and read at the time and place indicated in the Nocice to Contractors. Bidders or their authorised agents are invited to be present. Proposals may be rejected if they soar any alter- acton of fors, addition* not called for, conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid amount is chanced after the amount is originally inserted, the change should be initialed. The Counter also rasecaeves the right to accept any or ell alternates and unit prices ll*d for on the Bid Pony and their order of Listing on such farm shall in no way indicate the order in which chs bids may be accepted. SECTION . If mor* than one proposal be offered by any individual, firm, partnership, corporation *$lactation, or any aombinstion thereof, under the *mer or difierant name, all such proposals may. bereSectad. A party who has quoted prices on materials or work to a bidder is not thereby disquALifimd from quoting prtc*s to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive egree- seat fixing the prices to be bid so as to control or affect the awarding,of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such elreumstaaass. SECTION to, ase S�lmflaCT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whop proposal complies with all the requirements proscribed. Such award, if made. will be made within 30 days after the opening of the proposals. SECTION it. cr�i *self,�serrwr<. The bidder's attention is invited to the following Spec- ial provisions of the contro.S *11 of which are detailed in the coastal C'.nditions {Division t) or other documents included in these specifications, {a} BOtlda ((b) Insurance (c} Liquidated Damages (d) Guarantee Is) inspection and Testing of Materials (f) Feeilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. +Ar? 00110 ' t •''fit�. )#:� 5ECT1011 12, eXeC low gF cOMfawCT: The contract (example in OmBlOn p) shall be signed by the successful bidder to duplicate counterpart and returned within five (S) days of receipt, not including Satur- days, and dCertiflcates ofhInsurance�ogNohcontract*halbContract binding upon the County until same has been executed by the Con- Motor and the County. Should the Contractor begin work in advance of nseivinI notice that the contract has been approved se above provided, any work perforrad by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. P,fLL�,t ra tx:CUTE coMiGtT; roilure to execute a contract and file accept- able bods and certificates of /eeurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, attar the successful bidder has received the contract for execution shall be Just cause for the annulrent of the award and the forfeit- ure of the bidder's security. If the successful bidder refuses or fails to executethe contract, the County ray awed the contract to the.second lowest rarpensible bidder. If the second lowest reopen- dble bidder refuxes or fails to execute the eoneracc, the County ray award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is to awarded to execute the saw, ouch bidders' securities shall be likewise forfeited to the County. The work wry than be readvertised or may be constr6eted by day labor as provided by State law. Rev.Af77 .4 . 4 9rm,., aYk� (bidder). 'DIVISION C. PROPOSAL (Bid Fortin) BIDS WILL BE RECEIVED UNTIL 1A,t day of September 1977 at 11:00 a.m., in'Room 103, Administration Building, Martinez--, California, 94553. (A) TO TEE DiONORABLL• 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 VETERANS REMORIA1 HALL REMBEL, 102 HARTZ AVENUE, OANYIJrUKNIA n strict conformity with tte Plans, Spec if ications, and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following sums; namely: A E BID: Shall include all of the work for the construction and com- pletion of all facilities therein, but not including any of the wer'.: in the following Alternates: For the sum of: Dollars ($ ) (8) Dt is understood that this bid is based upon completion of the work within One Hundred Fifty (150) calendar days from and after the date of commencement. *�xo. 00112 t (C) It is understood, with due .allowances made for unavoidable delays, that if the Contractor should fail to complete the work of-the contract within the stipulated time, then, he �.. shall be liable to the Owner in the amount of ittty Five and per calendar day for each day said work re:rs►ins u comp etd beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fir. the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in making up this bid. -11- - 00113 r , �VIi26N G. Pt�POc�L lR�d rami �nrinud (B) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or mads in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other arson, firm, or corporation to relrain from bidding and tct the undersigned has not in any manner, sought by toilusion to secure for him- self an advantage over any other bidder. (0) Attached is a list of the names and locations of the Place of business of the subcontractors. (N) Attached is bid security as required in the Notice to Contractors. m Cash =Bidders Bond o Cashiers Check GCertilisd Check (1) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum 1 dated Addendum} _ dated ' Addendum i dated rim By Title Address ?hone Licensed in accordance with on act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19_. ,Rev. 5176 -12- 3. ti tc�'v;° DIVISION C. PROPOSAL bI0 FORM eentinusd ' LIST OF SUBCONTRACTORS: (As required by Division 8, Section 4, Paragraph (c)) (substituionaof listed h E.subcontractors: Set Division E., section t Portion of York Naves Place of Bidders -13 • 001115 omaa�. ntucua ar�ce),.1:..�� - iCoa.[r.tl tt.rt Agf ei.sttc3 (Co.!,. Cott!Cr.-S, "t..d.te fo,.) ). VAdtaft44. Theee.011863.. are 4.edrler.ted Nlor iy rafefei*.. t/1t.J) Partied, fhYlla A*aeq) ttedtnat.0 ti i) f!foo{t.e Pole: too. /a for rueting tate.) (r S) the e.rh: tia3 ca pl*tto.rtaei t.trtU ... p) 0. M "toleddo", .r (e) Sr Plot.) W rtthin YeaNdrf,Orton{eA/! itlea .t.fttai dote. ti S3 Lid.tdaled Paarge"i 1 per ca34edr toy. '•� (ii) t.bfie ageaag'.agRrt: (173 C..rrdeo tried: S U.I—it crite c.ntretu: ar»of te[da...rtt!11iZ.....a t..nil<lra at ..tt bid /total•3 Utrtb. wt}afR.ehatt<.1 as t.tiai tt tnedrl iced!•.) d.. dred[rufff int"2:k Paxrar. p.Slid Ado.e., Sri (/r0034est ar chatla{.) (#*grocery) Cee{HOter. a{erYT •YRs eei{art•f*ta* ovaf{N.a.f !N tled/i1a03.tit► Lame cede i3Nt c.e.sret"g YedYaed'. Cedpeloeled br, By, {ig.et.a itl. t.►a.ltr lr the best..$* date to 00.4...tor. O) tao.ute aoair.todgew-9!urn beton; aid ted if 0:Prom. eign, a.t.ah s Pert{jird rep. q!th0 5Vtera, o- ! aha r•ra t.:(nn a! ih.47c1. PtHedrN Asthorisiig eedwtien of iht. Id e trfatga.d r! ta. Ronda,04.1 red Li,.•b;j. .......................................................................................... state!!Celttel{ta 3 0R. / neNd'Rr{►1 Nfarratira, Coded, et } aims,, it tocloll ..33 fM/0 rve0 U) ts*.0-0 to[Lose peter. 6edun ae r. In lM trsdsal oN bu"L"" ce/oelty .r.&.ted. Mf"aateeliy ai►Rr tad ie is re ae tedaT .n1 ae60.rleidrd that h.ttn.y l e.R.tod it sad the& t►i r►er{t Ui 0t/art.ersbt► ...So ober...rc of tt. P.tedi _ (/*AL) rt�le room APPRPVSP: J. 1. claustra, C.—Y Gqun rel, ty Y0.r.t7 (Pace 1 Of i) R.vi 1203 .14• ,t COs!/ACT, M311 11 (a) IT their ltle.tufe. In Patti- 2, affect:r0 an the have tat1, .hfHr91a1 t[Oile• ata H ye f1 tae (Y[th In tAle cent tact, loco:refit ln. by tFl ae fa l•or once. n• reel Tf•1 ("rrrl l►lea") in fee. 1. f►) CDnerac[•r (hall. •t hla a4n caec Int 46Pe•ge, Inc 1• .re at rt46at ASan net, fY11Y Ina fatthfullr 0s rte n ens e•npla.e th if rOf k; ana rill l4fn ten •ll flla, In er, la tvlese and tr ana yf[Iclea Ye ca a.ae•t, sHretlt •.4 9VA64c Se With 9 11lll) t•plrfo re ana [nlul tlsl hGe e! to it c•nc[•et, 112 strictly le e.gerdlnN rite the tub lie Aa sn9Y'/ Pla hl,, lrerinla mod Ipatl llcet4He. (c) This rata nn 1• en Hled Hlf ri[h fu:l/c Alee ey'1 Pr f or r41 les•p.%.r .vacI"1.1 .4th euye ..4 iia e•.e al e.4! t1 by the Pattie.; and the Poblte A.Hc) shall ever have to toy 6•n the. specified to N., I rlth•.t ..an to*to- 1 • MC•nf fa<Nf Nall ata It ae!• e.rt t/ d{He9lea fatot.the asset- e. s3• iia YiOAttC.OAllaatl. it ie. CIH Nu•r bile to complete chi. ..street gad this sit r a • sne tie. tH tY6N Nr. •11N•Ha all ntd. for aantNp•ele. a tnr/Na ee rein, 1t lee.... llsm 1. t• the PYS I{e Al 6604 Nr all IN less .Nd a:NH it a..lyL t.4 Ne1Ye., ffN eAe fatY11 1! the le N .a6 rill 1• le.rage l9.b le ana eNttrealY elf tltYlt is Nfsrt/le t.4 Ill !A1 Prb lea Age-,'; It{e.1 ltnala f:H IA) I.l:f In tof/oNHN tete.(, It s ail. leu .11M I.f rill Ray O .@.It the ., eh1 gamble Mas- He H6o4641a are aP.et1 411 I. 461. i, the Houit •f are pfetH' nH1•H le usurer s• ' Htt::t. fair IV HI• :ap$H t{i1n 1.11 N re Nf, fee NSA eels.4.r e.y'• da la) is llol Hl•. 2"d* tea if n. ease 1•N: Pa1d. fY►Ile AlNtf N), to tedlt l.n to eta Nemo. 146.41:1, e.e.ai eh• e4 It..say N.y due•1 to bases. due CHIt'aatef H46I nl. e.m• t reel. it the Phillc y:N1 let NY e.He awuf{e•o •r genCrlNes. l• • I.lsp, .Hrsn• 6/1n sl vet .f set sna len •l eNg, tea drrH1H tAall:1 041.4 to 4. tH• ell read fu eNP1.eslf, wt t[ Htlt t.e t• N.Nd•N{vt Hr be HH to I.fea, Hy 1l.ht 11 n. yeeaP to /angles for aH•1.mp lele.n of It lt/ Aefe ma do.. IYN e.H t1 asI.t•e.ea Cs11 fee. • !f, is, G.lre.[er null 469 1• uH1eN lit uieaa.4 e..4e. far Ni•f 1. .Hµe.e.a of the re.,, rte. ou<e d.l•t r•. Nu.4 1) tee (allow. of the►u1 i!< Ale.eY or ie. even•: 11 •4111:/ H►r6.Los for removal 6r r41ttsti.6•/ /a aa/q utility lu Ult La. /ATta DOCYMf/!f• !A1 Il H•, ......p •ed Ipctftutluo, e1 HY Pub lie Al enc/'a "� • fSj1tt.4 N•ereual'e tot tet• rata era mue.f t•t•g1neN lose { 11 e1•tfaet,� se. ebay •H t•:.n •t e• ••eHf•ta, eY that enl reins Hhtbited Ln the P1Hs •r dr Ht•.• 1.d 1st ■N:len.d I• tn• .te elft Helee., •r rise r•[a•. /• t• 1e s.6t YtN e. !! 1t.lbl Hd, se141H.4 sed est to HA In NtA, to 1st [fve 4•N•l see HI•{n: lb H•f r•H tau+ all Npeh.e: HI dtffefre u• 1f •µ•t1• ens ct..I., se.•• shalt N f46Jlt d•NreH.4 :f PY►lu y46c►'a Apn: sputf3H t■f.c. 1. ' �. ��r�l�T lq I0e bL cerin ud 141e.t1 e.ltlllNne •t mow Prs.ue. t.4 andtltanl, .n tTTTI aupnutln f)r all rage ve.Y, els PH ala ane qnHall tar IN Gusae ase U•uN1 NHmp•N 104441.4 to a. I. . t that 1. .:it 1r1 c. ae rest, the ps)e1.t .4011 to ter ft. {un4141H at Yat{ IN/:4646. Il) 0e er uwt t:. I/ret 461 of .4U 4610.46,tHeh the Contrast•: Nail nmue e• the I'll" 4tsaf .Heli 461 gPila.tl•m tar Nnua, .WPrt46►Y •at.emompt .46:46. all s6u rlua as am.11/ e.uuNe 1YfNl tA•Pfe..0 al N.en, ne 1N•r e.ro.4•d eN Hen. •.4 tN gene teeeHfi H.:ouPem, after cueY lnl, the PY:lit AY•.cY $halt issue to contrast:, • e•f.lf/eate 11f ie. 1aeY•:a•H rele.d t•11 we. Hwa l0! Hotf•f PH..... s• a•earH46t e.0 Ne. 4701). Ne ell Ht13 ble.tNn ren e.1 6ac0ft•ln hasp NH n.ge.4, tglu.d HJ uN Spe1. es1e.s tHewfY1$f e Mays v ieThe IYltlcHA 4a1e.0t ta:• •vr.4 e./ l.l Hly/•iet sr sof/HNa N) rl sisalsr 467 HPa)Nmt, e1cr n M11116 of 'LN 40e96044/ to ...Het ..• free 1 . . (1) e.fe.{!re Hn Ne fNedt•t. as..HePl6461 Hrt. p) CU/N fllN •r HHNable gee.He• l►llee.tq tveNYla fl2i nl, 4 I•!lrre {•PHP•slf !H •YlreotvlNn er far Hteri•1 1r ld•r, N) beree.:La P..0 cul 460 rata H.N aNPNt.4 Nr en• beUH. the: ..told. •r O) lNsp• N Hot Hr seat:...... (q Tm1 PYbi!< Ap.A nue re• 1e60646ble /tilN sitewl[ ud HNrt to the C...act er, e. the ver► If e.....es, the sere.I l.61:14 reloaf rnl9h 1ge net .atl•feeref) to It. +1 • .• geed u ....1 trouble ar cont to the Casttae ear to..."s lead any detective wort or P.M.rt+ (C) 77 :ole Hlr day. atter the 146149 agency 1111. 194 Notice of completion of the satire ()sae 1 •f 4) -14a- Me 14a-REVa 12/'73 00117 tett, it en•11 uaYe t""if"- t1 a1N C••t rletar ant ya. th.►111.4• •!he C:-'1 'esn lr•et Twort ens.. that�all cla1 i fee ld.•rs.ed4 N tltls♦•Ih.v.hDeal o p.ttCleo►C3 1N,Rsr1 Nrpraetor Ir1.lot.d .. the Nall.A6...V ....s eR.It1 Of.l{I•l.nt of the Co." apt n• hent If.11 hhald•Itlalr h1N Itla f11.a 1/.{haat tN.Y•fY ar .ltt, N1 ..,Laos • n•1 T1N Jet►le.5.1... . s! ..f.e[lr1 fr than 111/v.tl •[<[ lIt•-eN•Na1.. N •frli.n. r }. V (1NN C.N 111[10•pi) On .i/ela6 tAf• tsleroat, C1N r•.t1t l..< {t•• us le•one. il)•el rtl tl uta•f eu.... t1 • age.•. C.V:..1.. aN•D1n<nr 1f IRaY.ltul 111.tuN, .s 31) •1■tltflNt..!Ya rY./.'a CO.}I n..ti•n SerYrNu l..Y.1 by ae 1lllltll ll.rf.I. sf I7) 1R 61.11. a/►. hat NLa l• n.N ►itelu th.aMabo 1Cfuful YY the Dle•etel If tM las Yf tt. [dN N{itr .1 1111 tel►1L.s Vleh Lr GN IIs. 1700.es th• Y.t I.N'1 CN NIN tIeR a1Y. ��aa...��er.�vGea� OR sl/•/•/it/d N.t rte[ CNeroeter Ntll 11111.1 11►.►LIG AS-1 far 1p►tP[11 L<a1 1N1 Nt1t<t••t Ian/1 Yl ehaYT/t l•1. lh N•VeG(<) 1►eelti•d le aR• ►•Gltl- <•.1 ee 1, iYtx..Nll1/111 11 u4f Y1 p•rtl rl Nee o! 'hi <lntudl ant nu ►•.lee[ flr all I.YN ant NurU l• MNr.1•t. If .M Csgtll{tat at aR. ClN r•fYNi •f At{l•<t t, Ylth/4t ({vlt • tYa YY lie A{N e} 1t /l• 1/.nt(.), t1 1Y}91Y auf3tel•nt •at♦rf all r r.tll/e to eN►1.to t\u 1/f1NNt Ila..0. /a ►f•vI NI ha Nln, fIf a►11[1.11 sf LO lava sf loll II UT Ytlt u.n•H 111 [Na.a.! by ta•►Mall:At.•.......... tM pq'Ite •{ane} 11. fYTn l•h eNa aM 1N VCt u.INa1.111.hal}1NN t\dfNf lf.. Lht ►rte•. 13. NYf a►►lL Otsiril• {oth►at.l.. ........• II. ....3<a.l ltrY .t•1r{e Y• flN rel, hate.e aed pr<�•f f1[Y11a11 n 1, NN...... Lha►tat i of ►aft 7 of Ike Cal lfpent< Lha\.t Clae fY1/t Rel./.ltk Ne. t7L0, dN l.elYate{ 51ea. 1%IS 1 1177.{ I.rYl tale/ ata- ' este/.a u1h) .n1 11tIN to It th ll a6fslNet <Npllee tn.1•rlth. Sha 1.1[36• •pa<tfleally erlp.i.tl GR.i tAl nla••et ..N It le• 11.11 fPffalt ur•t 9revtd.d In Gre I I.T •1►.<1.11Y In 1141. 3775 Y 3{13, eNel n I's }t.v11....111. en1 AI Yr1, aN.lI .►p lY 11 that. .41.Nln. N tbe.$% LY117 1tLpY 1.11/a.r.l.• ID{CONT/AC TO tI. W..Na.. Cels 116100-4111 dt1 fecatplr.tol A•T•ln. Ly YAC{ ut[f. (.) ►urlYl.a /s iNlr C•sl to c. 1777, ee•psr•e.l./►.1. 1f tha fY\l3G a6.hG. n.1 .Ie.rtainl6 th1/1N fs1 ptlro/Lie/ [a[I• •f rIN. ►•[CLN. ..1 lot Mlll•y .p1 Mlrtlll..ta. I. the I...iLty t•Y.L.Y chi 1 r.e\ 1. is b NfN-A. [1r...a ...fe. .3NallN tl ln, tr t.p1•l Y1 rIl1n 11NN t•Na<Yb tole CNtfdta NC Nto f1N. ate . ......... 6n th1<sl1 1st►IN tot Ghls.ort sad 6r.N 1111.Ita tN F-VIC aidltY, Inst ars h...by L.<.f►at.tal h•t•t.. t\) 7All .a►•/Y1.•f V1po t. IN•1 N...r\lR{UY of /Nrr/ .Rlus olb rrt.• aablitel[Llti 1.0 eho C.Llf f.a1 is th.h1Yf17 rata ell[[rp.ofl ..... .Y..t►.1f...N4MrIt[..,f t\M.Y 1G•61t1 yral•t. IfNleha\ llale• a• 1e.u1•rate .► IL .a (1) TAa C.11taet/r. ..a.11 nl• ..be.letletlf•. ►s. hat 1N.t thoN fatal t• .11 Pa....•as this Y.rY, 11[lYll.{•ll ttlM l- ..........• titan.o..11t p•Y1 ant• ve.r{6•d far\. ...l teal!• a.il•<llra►•r{.rein[y nl•aec•. all tk11111 11011 net :la tad •N r.-I I• ►t/s 1t 1611. l....6. .tsla •hat/►Lt.n•d YT GP311e 1111.ear{1ltaw{ .le•Isont Ill aYCN 1N.1 i. th1 111•{1 t7 Yhef. -11 YItN le Ilinp OlfflTea A. It It 4.41... .•G1.• I.f. Ili IN.Co.,...tex 1r Say•Ylcoet a{t OI to•tvl•. ... p1Fee. to 6 Gf1lt, ...of type of-h C1•.lif l• eltf.:<•►t tt1<Yt1r•, tV.•fvl�at7, 1d.ln lalt.elr•, <1•tieal a etAse .I1•..•Val r.r\•te 111 IYah) /eT ill n1.1R 3•N.%/• r1 G• L. •►e Cifl.a, tth C1et1•ctor -h-:- A all LN.I3•t.1. esti if t\1►W lle a....Y..len to the aing i, ate el la. the pro v.11l nl r1{a tau .atfotlr and IYt.!(\ int C•........ tf.Ctlr Yun tof ehel•.1...\ Ctl lllrN n, vh[CR •h sll .}►1.+ !.•l the {/.t a[tN1 Lettisl Hp1•..Mt of tpl Ns.a..ft1et11 s41 lYT lot he s•etle w.<e .!w<h N►3ypN. lf. NO YIS Or LlN 4. [t/At R.YM et 1•Ier f. eR• calrnl ar d•Y t .eltYtel . 1•f.1 deY r •011, Nl n .etY.n Npie1.1 at In) etst aR thl.rprh OY tRl :1ne[aCt1r 1r lY an. eu\- selrlerer shall be t•CYlees tr ylnitl.d t1 vet. tart{•r <n•e.In....Vt ae 0...lded 1e 1•air C.1. S.- 1610-ills. 16. Rf}.CRTiCf3• fu0•elY Indlntur•d .ipe.nllce• •ay It eta le.•d o [htt voTY Ln •cC afdiP<1 rlte 3aYaT GaY• SIC•. 1)17,). .pd 1117.! 1e nan•dt<Gf lRlp•tl<e. (f.{• 3 hat a) Rev. [2173 -14b- Il. ►LLfLLLNCL rOL!tA TLLIALi. SAe •.enanhevaeyn,stll Lh'ent re CIonea cCaun 1 Y. and rhY►e Ce. N a•r/rleNfet :.C* I'S Mt• Ceu.,&, ..cry asaaol Y/rnfreaternsl•.•eCne•tprice, flC1Y,•[ntf•/tl/rnetfnl.NYaIa nnd IY•Ilty ere equal. f seLzt. TAN gruune Iia dl eh• h11 n, Nsenun, ue/Ln1, Int rrr ole nLatlru • en• Centre ce sr; tut h• erose. 4rlLe !t l■rh•le ar In /eat, nrr 1If ■salsa 4w sr e• • Nq■• due under Il, titan.. ta• Irl•f ralttN aNN\t e1 na t.Yll< ALN LY 8.4 the CNtrlaier'e /Yn ty of •Ytltle•, Vn 1•!I'the? beta Y/'(red mill• •l Nlli■\eat. u v z Ie ve.clN of the r•tt Nd/Ir■■l•e N 11. er glutei at Nrt /n4 er■I Nr 1131 egre.eN, rr /la t•••at rr 417 refaLI1t /r I\/N7N •f en• r.tllc Ad.R.Y ta4/ta... sh•Ya lY •T NY /aft nafNf q■/.N. .... Lae "I'll a! tt/t nntnei, •i acts/./nt1 of the Ynala rr any /Ira at I•l1 rlfk and/lt \It arl tie, Of ret■enla therefor, •r ear a1■Y/\at{•• •t CANT att1, aa111 ae9 teller• the CI.tgCtef of the IYy a.tten to fulfill tate eNeraet N /gtar111•i 1•r tha11 tat ►.1111 Allncy he latr/re ••N//Id fre\►rl\LSaL aa7 I:.,.,*:ad" tt•\ f•f dd■ala! •r .1.reelan[ ettetnL fon [n• tall•n Le Cl\rly vlth In/ It tae Nr\e and cendlt Nne a•f 101. N MM (t) Celetaet•f ►n■l NI to ..a .he 11 held haral•fe lad tH•\nlfy !r1\ en• Marl lt/•• N d•elNd N LhN Natlea. (Y) tae j���t�t�•.�rNele N4 N4/r•Nel•4 11 tel• rrN/e• •r. the ►.Ilte A64"" end 111 lie ctlN Na a//Ole{{Ya Ina N1. .N\314 Net, •ff Nlfa, •Linn end Ie/14r111. (e) TYI 11if111tie2"":a ud q■Nde In N7 11 6 ll ter •r clew ter dugs st /nr el\d .11.LeL 1Y 1114, I..YN1 •f th rlln Nd t•CI Yat •f ettlene 1l tined 1111.. 4nC1Yd NL pot....I injury, dlelh, Ir•/afiY dosage, la.•a11 taa41\Nitta, /f any coaYl.Itt.a •t thaee, er11l41111 el Vhlthlf •f N. IYCn 3{41133 LY. alit\of 1••11• Yat Yn(trleq t1{1 et anI tl■• t•lril lne CS Yat. a►/n..d he 14r�r��le /Na 1t actlrt•d tM leU prep al• Ia CN/1 8•4 16.1.4141 the def enu of N7 Iult(S) •r IallrlW at 11. of quit, Clatata Nl theee. • (A Ta• ae Nu1tq LN►ill a7 ue aaY nee Ir ulu1N (nq 11 N•L 1r nen• �,, N1lIN•t> in Benne erten len eh•Durr■ ewna 1I ea14 cant net ane •terlW uric to it'. J 4416994"... IYY NntracNr(1), or ab :,floor(:), \LNt(I) or O/1ry11(t) of Int or Nr1 of that. ( ) K!9_Sfyltle•fit Th•/q\1N Nd rtrN■•■t /a tel• NeL Nn tf Nt eNdl..ansa •! der•■drat east 1.h efer •—f n•a I•Y jade\\Nlr a•a rn/afrd. •u//)1•d, ar I/rre v/d an, rl•n<r) rf t/1 CIL{CaI NI(I) N CN\t Cl{1•Y/th thl/ v1rk, err 111....0. e! •Cher Indevi.lficattan taelfl•L •AY •l these Nairrl, •e Nat t\1 111•LN d1■a;: rlNl1e4 Partly tfa■ any n•L11- seat of.1111.1 \te4\4.at rt Ny 144161101 460. • _ 14C Rove fry,k 1 _,.,.i..;,.-a .,.,. ){ .. 1 i r•:.,a r[. ',r .Y..4:, Cd,W�.. .. .s�.:�+i,ex`4't�h�;:sYtnr � `r,3r...: }, - ,.-�..,.�.. ,,i.,.{ � ,x. ..D. DIVISION E. ,EQUAL E pLOYM-W OPPORTUNITY APPENDIX III (GuideliinesC- A npendixeIII 6&IV)Act 1. general Risronsibilitie*'of Contractors K. 'Goneral Obligations 'Contractors bidding on non-exempt Federallhi iavolv*d'cop- strubtion contracts should carefully review the general requirements relative to affirmative #atlas and aaa-discrimination stipulated in the iquai rmpiaymeat Opportunity (190) Clause and the federal EEO Sid Conditions, what* applicable, which incorporate the voluntary aisority utilisation , plan (Hometown Plan) and/or impose minimum mincrity 'utiliaation goals , and timetables on contractors. Upon award of the Faderailp tevoived construction contract the contractor will be bound by.the requirements of the ESO Claus* and , applicable Federal EEO gid Conditions and must be able to demonstrate ; compliance with those requitomentes including the d*sigsation of a high' level ecapany official to assume the reapossibility for the contractor's no Program. 1. Notification of Snaci!'Sc Ruooabilitiaa Subsequent to award. but prior to the initiation of construe- tion as a covered Federally funded or assisted contract, the prime , ,., , contricter.and all knows subcontractors will be notified by the'Depertm*at of Housing sad Urban Devilapment (HUD), $en rrascieco Area Office# *hich awards or administers the contract, of the specific reporting and record keeping requirements under the ESO Clause (Sao 60-1 ) and lid Conditions. C. Notification' of Subcoatractor Each prime contractor and subcontractor shall include by reference the EEO Clause and applicable Did Conditions in all advertisements or other solicitations for bids, and shall include verbatim the 910 Claus and applicable Bid Canditloas•ta 411 contracts. Each prise contractor and subcontractor MAst provide written notice to each subcontractor of the specific reporting and record keeping requirements under the no Claus* and applicable lid Conditions. 12900, award of a subcontract, each contractor shell immediately notify the Pair Housing and Equal Opportunity Division, San Francisco AM Office, ! Department of Housing sad Urban Development (or the Contracting Agency who in turn will notify M i EO t)Svisionj of the contract number, the subcontractor'@ arw, dollar amount of contract, estimated start and completion dates, and the crafts which will parfore work under the subcontract. :. .:'. ^=.0,:'Y .,...nt x."'2 • ..'.,v 't It. Oblisations Under federal EEO.Bid Conditions ; A. .• Rometown Plans Part I (Voluntary) i ti Hometown Plans ara Offics of Faderal Contract Compliance A Programs (OPCCP) approved voluntary area-wide agreements between the construction industry and representatives of the minority comsusity establishing craft goals and timetables for minorities. the Pian and the signatory participating parties in the Plan are incorporated in Part I of the Bid Conditions for the Plan area. a„ Contractors signatory to and participating to Department of Labor approved Romstown Plans and utilising a local craft under Part` I of the gid Conditions ars required to comply with the provisions of the Plan and the 220 Clause. Removal of contractors to Part IS of the Bid Conditions and/or initiation of enforcement proceedings say be reeommanded to the OPCCP Ulional Office by the Adoiniserative Committee for a contractor's failura to most Hometown Plan requirement*. Such action may also bo initiated directly by the OPCCP Regional Office for violation of the EE0 Claw*. 1. Ho own Plan P z ZI o dix A Im ose Plan d cin. Bid Conditions l/ 'Contractors subject to Part It of the Bid Conditions (iaeluding contractors participating in the voluntary plan but utilizing •&raft(@) subject to Part II requireaeats) and those affected by Appendix A of the Imposed Plan, at Special Bid Conditions are required to: 1.• Comply with the EEO Clause; Z. Meet the siniaum goals and timetables for sasregate workforce utilisation specified in the bid Conditions and/or Appendix A in each covered craft on all covered work in the ara& under the Bid Conditions/Appeadix A or provides DOCU WITARY ZR'IDUCE of good faith efforts to Implement the miainw acceptable affirmative action program; . 3.' Pile monthly ox is directed by'the contiacring or ad- ' i ministering agency. beginning with the effsetivs date of the contract, workforce utilization reports- (Standard Tom 357) ref.scting the prime contractor's and each i subcontractor's aggragata vor!dorca in each covered craft within the area covered by the Sid Conditions and a one time listing of all Padarally-funded or assisted eon- tracts within the Bid Condition area by agency. contract number, location, dollar volume, percent completed, projected completion data, and a listing of all covered nae-federal work. Monthly reports, thereafter, should only include & listing of new contracts received and Current C UST"ta Completed. 00121 , d r 6. Provide access to books, r*.cords. and accounts of all covered construction sites and documentary evidence of ;cod faith efforts to the Compliance Agency and/or the Office of Federal Contract Compliance Programs (OFCCP) far the purpose of conducting a review. eaMe 'Whsn the Compliance Agency and the OFCCP have dot,ormined that FF the contractor has conaistantly nut the minimum utilization goals in a E covered craft over an entiru construction season. reporting requirements will be changed from a mouthly to a quarterly basis. However, if a contractor faila to meet the minimum utilisation goals during any quirtes0 monthly reporting requiruaants will'ue reinstated. III. Eafo„+,sment � A. Co 1 saes Review Contractors failing ti seat the minimum utilisetioi► goals specified in the Sid Conditions, or subject to outstanding allegations of discrimination in violation of the L.E.O. Clause will be subject to a thorough -*view of their implementation of the Affirmative Action Program as specified in the Sid Conditions and, where required, a thorough review of their compliance with the E.E.O. Clause. 1 Contractors willbe subject to general enforasnemt;,as stipulstsd in Subpart S of CFR 60-1 at the discretion of the agency or the OFCCP. : A compliance review conducted by the Compliance Agency will consist of the followings 1. A thorough review of the contractor's books, records and' 1 accounts and other relevant documents. (If a contractor has sant the specified sinimum utilisation goals for the t aggregate workforce the contractor will be pesswsd to be in compliance with the rtquirsmaats cf the Did Conditions { and the review concluded, unless an aileaction of discriminatiau in violation of the E.G.O. Clause has been mads.); 1 2. Validation of the information presented will be made j through on-site reviews of a sompia of all of the contractors 1 projects to determine whether thta contractor tum net its j goiUs or !we made a good fatch effort to implement all of the affirmative action stops specified in the bid Conditions, and has not violated the E.E.O. Clause. ` t • 6. Remedial Commitments y M .1a, the event that a contractor has fatted to meat the minimum utilization goals and had failed to provide adequate documen at i evidence of good faith efforts to implement the minimum affirmative action program as specified in the Bid Conditions, the contractor will be $Ivan an opportunity at the conclusion of the compliance review to make @pacific writtac commitments, which will be signed by an officer of the company, to remedy all deficisncleo identified during the review, provided.that the contractor hen not otherwise been found to have violated ! the E.E.O. Clause. If such commitmants are made by the'eontraetor and approved' by the Compl:.aica Agency, the Agency will find the contractor in com- pliance and initiate monitoring of the specific. commitments. � C- Notice of Intent to Initiate Actions Leading to Sanctions If the contractor fails to make, or having aade, fails to . Implement adequate remedial commitments, and/or has boon found to hava'. otherwise violated the E.E.0 Clause, the Compliance Agency will issue a show cause notice to the contractor providing 30 days for the contractor to come forward with additional evidence of ins efforts to comply or to make adequate remedial commitments, and, where required, to demonstrate • that it has cot violated the E.E.O. Clause. If the contractor maker such demonstratica(s) and/or commit- scents, the Compliance agency will withdraw the show cane notice and place the contractor in compliance, provided that any violation of the cosmitmenta will cause the contracting agency to proceed with actions laodin$ to sanctions. D. Initiation of Actions Laedi.nt to Sanctions If, during the 30-day period provided, the contractor, (a) fails to document adquata good faith effort to implement the minimwm required affirmative action stops or fails to make adequate commitments to correct all deficiencies, or (b) where required, falZa to demonstrate that the E.E.O. Clause has not been violated, tha Compliance Agency will Initiate actions leading to the imposition of @anationa against the contractor, pursuant to 41 CRF 60-1.26. Upon such action by the Compliance Agency !ad approval by the OFCCP, the contractor oil) be notified Nkat actions leading to sanctions have been initiated. The notice w113 state the reasons for the action and provide 14 calendar days fr.r the concracto: to r-quest a hearing regarding the imposition of sanctlons. if no request for !tearing is received within the 14-day period, the Cimpliance Agency and/or 01'CCP will impose such sanctions as are Beamed appropriate prcvtsions of 43 CFR f,O-L, including cancella- tion, termination, debarment or ineligibility for further federally funded or federally assisted contracts. upon receipt of a request for hearing, the Compliance Agency and/or OFCCP will arrange for and conduct a hearing on the issues outlined in 41 CRF 60-1 and "1 CRC 60-30. During, the pendency of any such requast for hearing„ a contractor's other federally involved contracts may be suspended in whole or in part, pursuant to the provisions of 4L CRF 0-1. ,lowever, no sanctions or penalties speeii'led in 41 CRF 60-1 or Executive, Order 11246, as amended9 mRy be imposed without the approval of the Director, OFCCP. The hearing procedures (41 CRF 60-30) provide that any con- 1 ciliation agreement or concent decree proposed as a settlement of the issues and the final decision on the imposition of sanctions must be rpproved by the Secretary of Labor or the Uirector, OFCCP. Iv, Technical Aasisconce i The Compliance Aisney and UFCC? P,a;ional Office staff will provide technical Assistance regarding. the implamentstior. of the requirements of the R.E.O. Clause, Federal Bid Conditions and/or Appendix A upon receipt of a request for as-.istance from a contractor. I rr°,.?c� ..,.s.,..,a ..t,t,t .r.'r'FM. :.r. .:s`.,,i.+. _ ..r i,., t., $,a. . '.`.t.,o'°w,�iq< �•xa,.'-. ,.4aF..�;.Fk. F.,.. .,,3.;?:.' , APPENDIX IV BID C014DLTIONS AFFIR:SATr.,E v,-rinN REgUIRE.NE,4T5 $Qt1AL vpLoveNT tPPORTMTy l For all Yon-F%empt redoral anti. Federally-Assisted Construction Contracts to be Awarded in Contra Costs. NOTICE EACH BIDDER, CONTRACTOR OR S11WOHTRAC OR (EEREI4AFTER THE CONTRACTOR) 14UST FULLY COMPLY WITH EITHER PART I OR FART II, As APPLICABLE, or Timst SID COW)IT1033 AS TO EACH CONSTRUCTION�TRADE IT INTEYDS TO USE ON THIS CONSTRUCTION CONTRACT Alto ALL *THEA CONSTP.UCTIoN WORK (DOTH F1:'DEP.AL AND NON-FEDERAL Iii THE CONTRA COSTA COUNTT AREA DCRIMC THE PERFOKWCE Of TRIS CONTRACTOR SUBCCMTV=. THE CONTRACTOR COMNITS ITSELT TO THE GOALS FOR %MNOaLTY MAKPOIRER L'TILIT.ATtOR Ili EI'IAER PART I OR PART II, AS APPLICABLE, Mn ALL MIR REQUIREMENTS, TM-4S AND CONDITONS OP T8ESE DID COtIVITIONS BY SUBMITTI110 A PROP^:RLY sicli D BID. THE CONTRACTCR SHALL APPOWT ?. COISP3Wy MMCU`TIVE TO ASSU'NE Tilt RESPON- SIBILITY FOR THE Z%2LEMQr-ATICN OF THE REQUIREMENTS, TERMS AND CONDI- TIONS OF THESE BID CONDITIONS. Part I! rhe provisions of this Part I apply to contractors which are party'to callec'i-,e bargaining agreements with labor organizations which togetaec have adsead to the Contra Costr. County Area Conrtrttetion Program (tiercinaitcr the Contra Costa County Plan) for equal opportunity tad have .faintly made a cammitma!st to specific goals cf Minority and, vbere Applicable, fecala utiliz-ation. The Contra Costa Countq Plan is a tripartite voluntary agreement for Equal Opportunity. The Contra Costa county Plan, together with all implemeatin? agrateents that here been end may hereafcar be developed pursuant thereto, are incorporated herein by reference. Any contractor using one or acre trades of construction employees meet comply vi.h either Part I .)" Part 11 of these Bid Coaditioua as to each such trade. A contractor may therefore be is compliance with Part I of these Bid Condi.tiona by its partieiratloo with the labor organization which represent its esployeee in the Centra mets County Plan ae to ons trade provided there to set forth in the Contra Costa County Plan a specific coeritateac by both the contractor and the labor organization to a goal of minority util:ksation for that traria. Contractors urging trades which are not covered by ParP, i (See Pert It, section A) must comply with the cammitmonts contained in Part IT including goals for minorities and female utilization set forth in Tart II. If a Contractor does not comply t.ith the requirements of these Bid Con- ditions, it shall be subject to the provisions of Part II. _ J 4U00 •18« 195 z , !!M 7 P T i * •l! •A!#4 r...` PawE II: A. Coverage. The provieiona of this Part I1 shall be appli- ` ' colt to: those contractors who: 1. Are not or hereafter cease to be signatories to thu Contra Coats Plan 1 incorporated by reference in Part I hereof; I 2. Are signatories to the Contra Costa Plan but are not parties to collective bargaining agreements; 3. .Are signatorisp .to the Contra Costa Plan but are parties to collec- tive bargaining agreements with labor organizations which are not or hereafter cases to be.signatories to the Contra Costa Tian; 4. Are signatories to the Contra Costa Plan and are partrag to eolibe- tive bargainin; agreement& with labor orgenlistions but the two have not Jointly executed a specific comitment to goals for minority utilisation and incorporated the commitment in the Contra Costa Plan; or 3. Are participating in an affirmative action plan which is no longer acceptable to the Director, OFCCP, including the Contra Costa Plan. 1 6. Are si3natoriss to the Contra Costs Plan but are parties to collec- tive bargaining agreements with labor orSenications which together have failed to make a good faith effort to comply With their obligations r� under the Contra Costa Plan and, as a rarult, have been placed under Part 11 of the Bid Conditions by the Cffica of Federal Contract Compliance Programa. S. g4ouirement - An Affiruativc Action Plan. Contractors described in paragrnphs 1 through 6 above shall be subject to the provisions and raquitemenrs of Part II of these Bid Conditions including the goals and timetables for -!-Iority 1/ utilization, and specific affitaetiva action steps set forth in Sections 3.1 and 2 of this Part II. Thi contractor's commitment to the goals for nitority utilization as required by this Part II constitutes a commitment that it will make every good faith effort to meet such goals. 1/ "Minority" is defined as including Slacks, Spanish Surnamed Mori- cans, Orientals and American Indians, and includes both minority Pent and minority women. . i -,e.- Oti12 I n11 AIA .. J I. Goals and Timetables. The goals of minority utilization required of the contractor are appli- cable to each trade used by the contractor in the Contra Costa Plan area and which is not other tse bound by the provisions of Part I. For all such trades the following goals and timetables shall be appli- -cable. From 1011/75 17,0i - 19.53 ! In the event that any work which is subject to those Bid Conditions is performed in a year lacer than the latest year for which goals of minority utilization have been established. the goals for the last year of the Bid Conditions will be applicable to such work. The goals of minority and female utilization above are expressed in terms of hours of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trod* on all projects (both Federal and non-Foderal) in the Contra Costa Plan area during the performance 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 uni- form throughout the length of the contract in each trade and minorities must be employed evenly an each of the contractor's projects. There- fore, the transfer of minority esxployses or train*** 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 muse be employed by the contractor during the training period; the contractor must have made a commitment to employ the trainees and apprentices at the completion of their training subject to the availa- bility of employment opportunities; and the trainees must be trained pursuant to training programs approved by the Bureau of Apprenticeship and Training for "Federal Purposes" or approved as supplementing the Contra Costa Plan. ae- 0012' 2. Specific Affirmative !Action Scope. No contractor shalt by found to be in noncompliance with Executive Order 1L246, as amended, solety on nee..ount of its fail+tre to meet its goals. but shall be givnn an orportunLry to demonstrate that the contractor Liao instituted all the specific affirmative aetton steps specified in this Part iI and has made every good faith effort to make these steps work toward the attainment of its =sale within the timetables, all to the purpose of expanding sirority utilisation in led aggregate work face* in the Contra Costa Mai area. a contractor subject to Part I which fails to comply with its obligatioeis under the Equal Opportynity clause of its contract (includiug failure to mast its fair share obligation if provided in the Contra Costa Plan) or subject to Part It which fails to achieve Its commitments to the goals fol: minority utilization has the burden of proving that it has on4aged in an affirmative action program directed at increasing minority utilization and that such efforts woes at least as extensive and as specific as the following: a. _he contractor should 1+ave notifi:id minority or3anizations when employment opportunities were available and should have maintained records of the organizations' response. b. The contractor should have maintained a film: of the names and addresses of each minority referred to LL by any individual or organiza- tion and what action vas taken •rith respect to each such referred indi- vidual, 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 rot referred hack to the union or if reforrad, not employed by the contractor, the file should have documented this and the tesoes* therefor. C. The eont:aetur should have proapcly notified the contracting or adminiutering agency and the O'!1ee ut Fsd*ral Contract Campliaau Progranms when the union or unions with which the contra-tor had aellse- tive bar„aining agropmerts did not safer to the contractor a minority sent by the contractor, or whun the contractor had other information that the union referral process Eats impeded offorts to meet its- goals. d. The contractor should have diaieminated its EEC policy within its organization by including it in arty employee handbook or policy ns*auai; by publicizing it in coruany rmespapers and annual raports and by advertising such policy at. ToRoonable intervals in union publications. The EEO policy should be further d.iaaemiaated by conducting staff meetings to explain aa-1 discuss thn policy; by posting of the policy; and by review of the policy with minority umplayses. e. The contractor should have disseminated its CEO policy externally by informing ani discussing it with all recruitment sources; by advertising in cows 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 recur- rent written and oral recruitment efforts. Such efforts should have been directed at minority organizations, schools with substantial minority eurollmort, and minor'ty rocruitment and training organisations within the contractor's recruitment area. S. ,.The contractor should have evidence available for inspection that ,.all tests and other selection techniques used to select from anion« candidates for hire, transfer, Promotion, trainink or retention ere being used in a manner that does not violate the OFCCP Testing Guide- Lin" in 41 CFR Part 60-3. h. The contractor where reasonable should have developed on-the-job training opportunities and participated and assisted in all Oapartaiat of Labor funded and/or approved training programs relevant to the con- tractor's employee need* consistent with its obligations under this Part ix. I. The contractor should have made sure ,that seniority practices and job classifications do not have a discriminatory offset. J. The contractor should have surds certain that all facilities were dot segregated by race. k. The contractor should have continually monitored all parsonnel activities to *nears that its EEO policy vas being Carried out inCluding the evaluation of minority eaployees for promotional opportunities an a quarterly basis and the encouragement of such employees to seek those opportunities. L. The contractor should have solicited bide for subcontracts free available minority subcontractors engaged in the trades covered by thea* !id Conditions, including circulation of minority contractor "socia- tions. Note.- The Assistant Regional Administrators of the Office of Federal Contract Compliance Progress and the compliance agency staff will provide technical assistance an questions pertaining to minority recruitment sources, minority cowunity organization* and minority news media upon receipt of a request for assistance from a contractor. 2. ?seemed i :t2!l QU -20- 77,7777, `77 777-7.r., .. ,.. ., 9. Subssauennt Sia`a„etory, to the-Contra Costa Plan. " Contractors that are subject to the requirements of Part IT at the time of the submission of their bids which, together with lebor organizations with which they have collattiva bargaining agreetanta, subsequently become signatory to the Contra Costa Plan, slthor individually or through an association, will be leased bound to their commitmnats to the Contra Costa Plan from that time until and unless they once again become subjact to the-requirements of Part II pursuant to Section A.1-6. 4. Non-diacz nation. In no event msy & contractor utilise the goals and affirmative action i steps required by this Part II in such a sannot es to cause or result in discrimination against any person on account of Casa, color, rill*ion, sex of national origin. Part III: Compliance 404 Inford"t. In all cases, the compliance of a contractor will be determined in accordance with its obligations under the terms of these Bid Conditions. Sharefors, contractors who are goveraed by the provisions of either ?art I or Part II shall be subject to the requirements of that Part regard- lass of the obligations of its prime contractor or lower tier subcon- tractors. Ail contractors performing or to perform work on projects subject to these Bid Conditions hereby agras to inform their subcontractors in writing of their respective obligations under the terms and requirements of those, Bid Conditions, including the provisions relating to goals of mimmrity employment and training. A: .CostrLSIor�s Su1ecc to Part I. 1. A cogtraetov covered by Part t of these Hid Conditions shall be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part I. provided the contractor together with the labor organisation or organisations with which it has a collective bargaining agreement meat the goals for minority utili- sation to which they committed themselves in the Contra Coat& Pisa, or { can demonstrate that every good faith effort hex boon mads to meet the V41. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted wnlsa the Office of kederal Contract Compliance Programs determines that the contractor has violated a substantial requirement in the Contra Costa Plan or Executive Order S 11246. as amended, sad its implaewrating regulations, including the i -mat La ' failure of such contractor to make a good faith effort to most its fair f share obligation if provided in the Contra Coats Plan or has engaged in �) unlawful discrimination. Such violattons shall be deemed to be noncom- pliance with the Equal Opportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. 2. The OFCCP shall review Part I contractors' employment practices during the performance of the contract. Further, OFCCF shall be solely responsible for any final determination that the Contra Costa Plan is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP may, upon riview and notice to the contractor and 'my affected labor organisation, determine that the Contra Costa Plan no longer represents effective affirmative action. In the event it shall be solely responsible for any final determination of that question and the consequences thereof. 3. Where OFCCP finds that a contractor has failed to comply with the , requirements of the Contra Costa Plan and its obligation under Part I of these Sid Conditions, it shall coke such action and/or impose such sanctions as may be appropriate under the Executive Order and its regu-lations. G'han the OFCCP proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Sid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to it tte t requirement to come forward with evidence to show that it has met the good faith requirements of these Sid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The contractor must also provide evidence of its steps toward the attainment of its trade's goals within the timetables set forth in the Contra Costs 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 Feddral prccurament law. S. Contractors Subject to Part It. In regard to Part II of these Sid Conditions, if the contractor meets the goals set forth therein or can demonstrate that it has made every good faith effort to moat these goals, the contractor shall be presumed to be in compliance with Executive Order L1246, as amended,, the imple- mentiag regulations and its obligations under Part 11 of these Sid Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or admini- stering agency otherwise determines that the contractor is violating the Equal Opportunity clause. i 1 .a, 7 . ..,r, _ .1 , , _ . Where the agency finds that the contractor tailed to comply with tilt requirements of Executive Order 11246, an amended, the implementing regulations and the-abliationa under Part II of these aid Canditionst the agency shall take such action and impoge such sanctions, which include suspension, termination, csnceilat:i.on. and dr%.-,r.tent as .tay be appropriate :rider the, Executive Order and its ragulscions. When the agency proceeds with such formal action it has the burden of proving that the contractor has not *net the ;oaln ecntainud in part 22 of tk:et Bid Conditions. The contractor's failure to meet its.gcals shall shift to it the saquirerant to come forlwari with evidence to show that it has met the good faith requirements of those Bid Conditions by instituting at least the specific affirmative action steps Listed in part II, Sac- tion 2. The pendency of such procetdings shall be taken into considers-tion by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. C. Oblisations Aipiicabie to Contractors Subiettt to o Sicii,ar part I or Piro ZL. It shall be no excuse that the union with which the contractor hat s collective bargaining agreement providing for exclusive referral failed to rotor minority empLoyee6. Discrimination in referral for employment. even if pursuant to previsions of a collective bargaining agreement, is prohibited by the National Labor nelitione Act, at asntnded, and Title l FII of the Civil Fight* Act of 1454, as amended. It is the policy of the Office of Federal Contract Compliance Programs that contractors have a reeponaibilit; 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 chair employment practices to a labor organisation and. ss a result, are prevented from meeting their obligations pursuant to Facecutive Order M46, as amended, such contractors cannot be car«aidarad to be in complicnce with TMxecutive Order 11266, as'• amended, its implementing rules and resulationn. V 0011TV -777-7777-777 f, t Part IV: General Requirements L Contractors are responsible for informing their subcontractors in writing regardless of tier, as to th+nir respective obligations under Parts I and It hereof, as applicable. whenever a contractor subcon- tracts a portion of the work in any trade covered by these Bid Condi- tions, it *hall include these Bid Conditions in such subcontracts and each subcontractor shall be bound by these Bid Conditions to the full extent as if it were the prime contractor. :he contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obligations under these Hid Conditions. However, the prime contractor shall give notice to the Assistant Regional Admini- strator of the Office of Federal Contract Compliance Programa 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 subcontrator's failure to comply will be. treated in the sane manner as such failure by a prime contractor. 2. - Contractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a "respon- sible" bidder for Coveramant contracts and federally-assisted construc- tion 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 including suspension, termination and cancellation of existing sub- contracts and debarment frato future contracts as may be imposed or (� ordered pursuant to Executive Order 11246,.88 amended, and its inple- meating regulations by the contracting or administering agency and the Office of Fedarnl Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall also be deemed to be in non-compliance with these lid Conditions and Executive Order 11246, as amended. 4. Nothing herein is intended to relieve any contractor during the Cara of its contract Pram compliance with Executive Order 11246, as amended, and the Equal Opportunity claws of its contract with respect to matters not covered in the Contra Cost* Plan or in Fart II of these Did Conditions. Executive Order 11246 Executive Order 11246 requires non-discrimination in employment under federally assisted contracts. in executing this assurance, the County, titles, and non- profit sponsors agree to do, among other things, the following: a. include the following equal opportunity clause in all federally- assisted contracts. This clause applies to administrative, supervisory, professional, and clerical personnel as well as Con- struction workers. This clause also applies to the employment practices of the Activity Sponsor: "No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in,part with funds available under this title." APPENDLY V ONE Aonroval No. 44-RI396 apart erio STANDARD FORM - 257 MONTHLY EMPLOYMENT (Month, Year) r� (Aug. 1976) UTILIZATION REPORT As proscribed by the Capt. of tabor (OPCCP) (gee reverse for instructions) This report is.required by Executive Order 11246, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment To: (Nave and location of Compliance Agency) Fromt (Name and location of aentractor) Asst. Reg. Admin. for Equal Opportunity U.S. Dept. of Housing & Urban Development 450 Golden Gate Avenue, Box 36003 San Francisco, California 94102 1, 3. % vino.. otal Total work Hours of Esployment (see footnote) rtty number number of of i Ciaasi •• • w(h of atnorttlt Employ. His- er. Asian/ atai total Company's Name (I'D.) Trade. flans Tota Black panic ndian half" vfh ;alloy• *as Island ie nn ITnrrnr Tr Ani An Tr I T. t� I eepuay a_ a . gate .M • er (IRS1 x} lli�ecities INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (SF-257) The Employment Utilization Report is to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total work-hours worked for each employee level in each designated trade for the entire reporting period, The prime contractor shall submit a report for its aggregate work force and shall collect and submit reports for each subcontractor's aggregate work force to the Federal Compliance Agency that is funding their construction project. Reporting Period . . . . . . . . . . Se Lf-expLanatory. Compliance Agency . . . . . . . . . U. S. Government contracting or adminis- taring agency responsible for equal employ- ment opportunity on the project. Contractor . . . . . . . . . . . . . Any contractor who has a construction con- tract with the U.,S. Covernment or applicant (See OFCCP Rags. 60.-1.3). I. Company's Name . . . . . . . . .. Any contractor or subcontractor who has a federally involved contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable Federal EEO bid conditions. 3. Work-hours of Employment The total number of hours worked byall employees in each classification= the total number of hours worked by each *minority group in each classification and the total work-hours for-ail women. Classification . . . . . . . . . The Levet of accomplishment or status of the worker in the trade. (C • Craftworker - Qualified, Ap • Apprentice, Tr - Trainee) 4. Percent of minority work- hours of total work-hours . , . . The percentage of total minority ^vark-hours worked of all work-hours worked. (The sum of columna b, c, d and a divided by column a.) 5. Total Number of minority employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work fares during reporting period. 6. Total Number of Employees . . . , Number of all employees working In con- tractor's aggregate work force during reporting period. * Minority is defined as including Blacks, Hispanics, American Inoians and Asian and Pacific Islanders - both men and woman. 001.34. O(is` 11 Mlsrla[0►/!C[; I1tt-7t[+dna/!ai 1x i APPENDIX VI "SECTION 3 CLAUSES" A. The work to be performed under this contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1488, as amended, 12 U.S.C. 1701u. Sec Ion 3 roguires that ,�S hp rea t "tent feasible oor�iess oofor iovmant uvea lower . income res d a 0ma,3 he ro area rfd caatraets work �} connection,w.i h_ t�h .oroect j� ewer add" to pi mesa .er^ns , are located io or �, su¢seantial,per,p,!�oeraoas S. The parties in this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. C. The contractor will send each labor organization or representa- tive of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The contractor will include this Section 3 clause in every subcontract for work in connection with the project and will, at the directionof the applicant for a recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR 135.20. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR 135.20 and will not let any subcontract unless the subcontractor hiss first provided it with a prelisinary statement of ability to comply with the requirements of thew regulations. E. Compliance with thr provisions of Section 3, the regulations met forth in 24 CFR 135.20, and all applicable rules and orders of the Department issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistant* provided to the project, binding upon the applicant or recipient for such assistance, its successors, and ensigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its• suecessors, and assigns to those sanctions spec;fled by the grant or:load ♦gresont or contract through Ai,cb Federal assistance is . provided, and to such saneeioae 41161A 0�40049 1 ► 34 �a .20.L3$,'. 4,4 .,:„,iL":•;'' Il. Affirmative Action. Certification.. A. Bidders' Certification. A `Bidder Brill not be eligibic for award of a contrac, and^r this invitation for lips unless such bidder has submitted as a part of its bid the following certification, which r will be deemed a part of the resulting contract: BIDDERS C33TIFICATIG?, certifies that: (Bidder) 1. it intends to employ the following listed construction trades in its work under the contract y ant 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Did 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: N anal/or (b) as to those trades for which it is required by these Did Conditions to comply with Part II of these }aid Conditions, it adopts the minimum minority manpower utilization goals and the specifics affirmative action stops contained in said Part II, on this and all future construction work in Contra Costa County subject to these Did Conditions, those trades being: : and 3. it will obtain from each of its subcontractors and submit to the con- tracting, or administering agency Prior to the award of any subcontract under this contract the subcontrcctor certification required by these Aid Conditions. Signature of authorizcu representative of bidder pjmsor t. �r'i14� . jli4tiQtd• mii�iifa"t: or ieit 9 of [yo�tt9 �t�ritIn he costract olaerirsts, Claw Mail Uva e r toiio rt"wulty: tic biddies iA t M�i, supersedes, orr supplements the the arisiwi ewtceet desments. l WNWORN'!N"!;!` y, or pr.p red y ted sestrester farsubalssioa to the CewAt titch ea/octo the tatal Umber of employees. the total avbar of Is"- eritT a+�, Md the preeeat Sinority neahours of total ems- bows:needed w do project. The written docment of amemaat, eas- euted y the the Contractor. O„�L- [tell wn the acehttoct, ensisser, aasscaoosa or oo-s.WWwrshit, siglo��add y ted Countr et Camra Cate as designated on the title akwe of these spaei- tiaatiees. YYsi Centra Costs County is designated as the LatLaesr, goslaser shall Mn the Public Yorks Director, of his autlorliaN representative. individpee assocletien vea�turooas mwylC"iirrtiem thereof. owmiltins a Proposal OZ.cork, astins dlsaety, or tlrsu/h a duly authoc- ised representative. app rL�;i;gf ma��i�aEat ibeli ream the duly elected or tka COMC7 is#ll matters partaltlalrg to Che�Csnt`caact will wet for is any show is NatWest tine or price in wed my che i deomissate Mot Covered y sulmostraetors 04,44,W-mo,wrk. orTw deemrata. Ski - The contract is comprised of the seutcaet the ascamUn ,mac. e�actos�s i"t�i to Yi"WsS Planse,oarersaiOW conditions.Pll4 t�ajssitmMsnests.ocntceet bells, Rev $176 -24• Ai �t y •���4i,..•.L.,.,x7 �� ..�.,-.�.;"�.car—nx''E»W2y.��rte.»-, ....., s. _.m r¢se ,,x ,afw n� .xk., ,5��tit .�Ef ��;'.a f,�t.,r.,.r.x .�,,,Cr�`....,t.�..S .. >A,aaN„ mswumr�. 9 muh MLUQK iiQi993, �s�s: (eenttnwd) The tedividaal partnership, Katten, assosLtLen, o values. K ren caLeatttkKsel, Mro Ana entered into a contrast with the County. Shell retitiai • atensbflgr� the aof California And party�of the eine ec, or la duly wtlarLN apse taring within eha saga of than authority. to an Latevetios given!swing the coxes of then lattice, 1N). The written tmtrwettae,e, provisions, seNielaas at •tetsewuita is appearing en the dewing•, and SO identifiad tkerseen, which pertain to the performance OR the Mark. She official drawings including Las, ale. Vatican, see detail drawings. diagrams, ""we rotes, in- formation awl oshidulas theeaen, or moot reproductions.thereof, • Adopted and"proved by the COURCY abwring the Inaction, Oharaeter, d(smica, and details of the we . -the instructions, psortotass, tendi- ciaaa and te pertaining to tM rtMds aN mace- eK of pKfetmi"the work, atto the qualities and quantities of week to a fatslsMd�annd installed undue this contract. � i e• of mq sodrgiit•tien eYaeie[i Meanatiw►• Nssstaden, O a� HNte wick Contractor t0 pArms we!k K 1NK tee warden net vina�ice ince she awthe e*.mateThe to au►eentraatKs Aatl tM tLw of the Ceatnstw who shall N -work si• at all dams dusins�paaetwr ansa of the work. Ruth sMporLatmNent •hall at all ttles N incl" aatbKlsed to rssalve W ant upon iostruations for the drditeat or bLs autboriaN aaencs Andto ersaute And direct the wash en M- 4ale o! the CentenoEor. .�- written nvMt providing foe aleerectaa, Lonn of the comesast. yymm�� The.faMLB"aN installing of all labor, materials, aTrf IL, supplies, aN equipment As specified, dress. rated, K rqutred by the acateaat. nor. 3l76 -!S- F 3LYi1i�.t• .�• Amply wiThe th causeelal1 0 infected a 0! and ObNlr@, sad C I OF— to observe and a agwts and aa• nes a aspty eiCh all prevail Federal and least ordiaen*@s, end rules and re{u stings a"@ recent t0 Mid 1N/. �ltl la All work and "car is&$ Shall be is ESIL was wit ,the ttSet rule/ and safulanons of the OaLiors teed fuildieS Cabak, tusg he $tat@ Fire Nershel, the Sal esy Orders e! the KVLSLcd Of lndsstrLal ta!@q, the Neatest L1Say Oe Coda eth Association.P10ion. Laa Cob pu►t!had y the Western Flvrtna Cftleials dPOSMOS saNLStiw, ani otkes apptiaable State Uaw at regale "". P"Wt wnrh nesse castes or Specifications is to M awstrwd to taaei sepLN Of CaMeeo�n jfa►o those tCodes. The Contractor W11 p@s N. qqtt Lag ean*ereetiw the Sate ofCCaliLeeaLasae@i°Waionwla.� �Cw�te�eto°Me abiil eWl7 tally with this &"ties of the LAW CO" as applicable. "Be contract !orrevr1bUS --ft involving an aatLrted aapindtLwe to onaesa et i2S,OSS.OS for the Generation of my traagh or tranches give feet or owe la dN th shall be e@esd@d ualesa it Contain*a along@ r@quirift /nYat jw esttdeueeu aatlttta si the ewNlug body or y a e tstaN civil or ttr aagLaeee, mployd by the awdiy� to ehw aaa h to weeps be@ been AS&Gt@t". is sdeaaee of w- aarstiaa, @t a mass&"plan shwlq ehI M@ll�� of ghee esW, alepieg, ae fWr peerLaU" to be made I@a wSdwrerrgMtttiw MsCh*r thtr rd et esvW N'amd des"" the "Invasion @[Seek staabrb N itabl�dtb Seeh peau value toat� the S. epee" Shall be y tM@ eaa/teucetw Satety Ordard, ehS Lea Kbb{! s syisess@d Civil er atewtaral Solaces. use of a Sharing. in this section Nyii be domed to SLUMP the _ that sgeleN y CkG Cen*irutiontSuity orM e!the effective ULLMP of Uedeet gal safety. tort liabUL'V rratdl Ntation Shall be-aoNSod to iaptaa ea body or aq of Its "Pleyse@. tLe 'public Works, and I u 17210 WLa 7tYatltaritbwGthe �W� .%b Labaeab7N wee 2� respectively." Code SM-, Rev. S/7f -26- + f + nevi■tor G, ■t■ec■ ■■e a■.■Sei■.. A. The Cmtcee$s.ctcr $hall provide and pap for all licenses and royeltie$ oscry for the legal use and Operation of any of the equipment or epsGialties used in the tusk. Certificates $kers 4 the payment of any such 1iceYe$ or seyaltiea, and per• ass for she usa et'oq canted or aopyrigbea%i devices shell N secured and paid cos the Contractor and delivered to the County an completion of c reek, it squired. 99C1105 6. fam, A. Uaeil the formal acceptance of the Verb by•the Ca"a:shathe Ccntsactor shall have the charge sed sato thereof and ll beer tan risk of in�ucy or deasga to any past of the work by the action of the elamaae8 er from day other Cause ea- cpt as provided in section 23. The Contractor, at Contractor's cost, dull rebuild, repair- Teeters, dad arta seed 611 Gush damsgas to any portion of the work occasioned by any of such comes before Its accept- • LwLkU RULU U.. / a. The Contractor shall sand proper actions, dabs all aoseseary art f, and peefeas all other Novices squired Is the ogre and Yistaman$e of 611 ewblia utilities. The Can- trances 'hall os6ra 611 responsibility aameeening same for which the CmNey may he liable. b. SYIos es he la, fos pestantim of any public utilitZ quipYt, Null he desimemmYL the Contractor. y 1e time of tbs each the CmtrYtes shall femme all ane3N�lill mledcM`ga 6 ema6 " rmuw the same Watertight, Raj C. All cosmasti'Y to public utilities Wil be made OW maintained is wa*maintained as met to interface with the "a- ds{manus e of ss by she Coemsy dusty the entice psyrea$of the MUMU. MA And ZYuL '- A. The Canteostos to edam this week is awarded shed Within iiva (1) wosidy days otter being notified metas into a Camtcaet withthe ma an she Cmtn Costa Cwt?Standard fees for the Work in accordance with tan demwiy and tpositldatioes stall two- Rich aed file at the dame time 16bes sed material add Eaithtul des- (asance heeds u sac teeth in the adwictimmeat for hide, on a scar acceptable to the Cauety. Rev, 5/76 -27- DIVISION F. GENERAL CONDITIONS (cont'd) SECTION 5. Eond and Insurance (contd) • B. Comnensation Insurance: The Contractor shall take out and maintain during the life of this Contract, adequate 'Workman's Co^pensation Insurance for all his em- ployees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide ';orkmen'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 er.:oloyee engaced in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no aonlicable ldorkmen's Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Prooerty Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, in- cluding coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500.000 for all damages due to bodily injury, sick- ness or disease, or death to any person, and damage to property, including the lrss of use thereof, arising out of each accident, or occurrence. Con- sultant shall furnish evidence of such coverage, naming Public Agency, its • officers and emoloyees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. The The Contractor shall submit a Certificate of Liability Insur- ance which shall include the "hold harmless" agreement as required in the Articles to Agreement. 0. Fire Insurance: Omitted. 001 n�� t dpi*rota [eettlfYdV. (eentlnwd) i, lammMlICATU aes�OL Immem, yuolie CertititaeN ss we. red ries,lssowsm's.��slil LLaoilLq, fes/Kc ad shall M subject to Ceuety shi M tiled with ted =t . All C bttfluteess ill WifefflOt aused• for C ,Costa Cwaatl has Ma aseN Lhasa oascitiates sod 'mesio a free ata► eMc til at or tKded�e;Mr toa 'dol rill nec jelt�e'Caeisa CsiiAt s Peter witty[,Lisa ha,Man s �Lw�ut1 f• nt of One bvndred portent One Med shall M in she amen[ trees the (lOOs) of CM Centmet. aed shall insure the ones d, fro the lib et the Coo,"f thewo rk.rck a�tatasi Laddp(of t a acer- "ts of aeeap hLc that ray M discewsad darue r s ctas. tals or weelaaas a. am 1M° c of fifty paseat (3011 One bond ,hall M in the a�oun a with the laws Of she Caeaee sive. and shall M in Accordance at all claim \_. of the IWSt rtevLalss wed of noonniu��► drloeesI surance iffthito- -tsand aed of all OW-t under the Ye,ep sgeac Act. (ole tea all west pot A' eli(ai ewesN�sly~° .,"MtfaatK wit M resooi� fawi wedar Ln the week Will be So"elsKed at,"a suck• All Msso"eW{ a �lUPas of the atsaecK. to the tui- s, the Contractor shall dlw o�ilrise welft we eaeset. !(peas et this aeetsaar asd soy ace a patLaa et two week in Yboa am abs4atwasterto4tbs Are�tstsaec or sasisaor. the contractor vies. a�[se satistMeor7 Lately UPON wsitta rsd en the stall mews cwt saimer MA Lash Ln be deploy the Asshitest ee sasLsaae Aed M shall not ap work. C. Altoewft the OWULeatciaMs.tLeas et it sroUPc�ofbe aeaesdty to Vert week. oassastor Ls net oolipted to swsior i terawork rite dii- weeeas. The tr asy rill not atesain sec one or core puea eAeAs subcontractor,ti,P~�ilityafor poffo el"ay case oL the raoek.stoss oaaesrnLns .00143 4 +T .._ ,Ate•. �i OI r f, (Continued) jykgoggAlgJAM (continued) D. Swbletting or subcontracting any portion of the work as to%high so srbeosteaetor was deemed in the original bid shall be permitted onlyis awMe Case of public rpbboy or necessity, w thea only atter a inding reduced to writing as public rec- ord of the swrdisg authority asetiag forth the facts sosstieueing such awes way er necessity. S. Substitution of Subcontractors: Conerester shall not esbatitues any pose"or wbewtractsr inlace of a subcontractor listed is his bid proposal without the written • proval of the Canty. Substitution of subcontractors must be in aseaedease with the peavieiens of the "Subletting and Subcontracting pair Practices Act" beginning with Section 4100 of the government Cop, violations Of this Aar b the Contractor My subject him to penalties ubiah any iwlude cancellation of contract assessment of 10 percent of the subsentrastee s bid, and diacipiLZry action by the Contractors' State Lloewa lewd. Una 7, silt OF M un nuuseS: A. The County will designate the starting No�rr of the con- tract an which the Contractor shall Ismadiste17 begin and thereafter diligently MOM* the work to ecmplstioa. The blContractor obli- Eaton bieit to amplete the work on or before the date or within the NUMMI of Calendar days, eat forth in the proposal (iid Yarn) for asrpiettoe subject only to such adjustment of ties as My be tet forth in CIA& article or pursuant to Section il. S. It the week is not completed within the tics squired, dM will be awalaed by the County. It Is and will be Lwsact- isab w extremely dMicult to "certain ad degand a the actual damw rasa the Ceasey will swain by season of such del t w it is ebnfere speed that the Contractor will !!eefy to the County the sue of seipaiated dq in the S ifiaeieas tee web w away dq iyplq ix tiaishisr the wok the elms pr.e- sribed. It W Contractor falls Fe pq Gush 1 u14rd dwagea the County Mang deduct eb Mount thasent few say am" due ee ease may become due the Contractor usdee t1r contract. CountyChas aaease:d es yli�e!d� completed upon the date the D. Written equeste for asetract ties oxteaatau, along with than Me Monnthh follotag the delay. ted to the County not later S. Any sassy due or to becesm due the Contractor. my be retained to coves aid liquidated dameme w should ouch mswy not be sufftsteat to Cswr sugh s, the Count sball have the right to recover the balance fson the antractor er�a sureties. Rev. 5/76 -30- 'a (sectioned) ➢iYii1�-E' iZlt- (eoaticaud) for any sane,. aethariss a mW- I. Should the Colmty} h aaapaaa k dill'be added co pension of east the ties o aur acne of Werk h order the tsar aIle;;& for caMlacloa. 3 Iva 9 oL tM CUTS o! the of the Ceucq mull act a daaard Caushe Lar daaaNa !at��leeteo et eM Week altar cM ad�netmd tun as go""" �• it q*"t fries to heaiaaiat loco% to Contractor su to tM County a frKsieehle progress u�ieshaailale of @ ratiaee a chat lora approved h ted COWtI null ekes U°Cy gcii oi+i tieeh he Willa ts�rt eaak calor wto sars7h- cut cM cork. aa� thm aso 11 ~i County. lis aeuaiiitet division of ted coed lot+ eL sorb aeNtvtstae. Mhaa red °greposeahadulo on eM °mule will H mull PAMit an ad7eated l it a now !aMda to °stow•) to reflect ahee{ed emetic eaa. (Mega y rMeastad ehsn smhatuls is arra than thirty UO) d4 rAalLIS3il: awflod 0. will M lnretahad and paid A, sm All eater nee'ea CM cock tet to ted Paints an to / !or h eha COa tsaori tY itate►►uclw jeill to tbet the see t�Perarl Pip aeaa� aswf an the desk sad e► • site ekas°wt rik ska11 w�ili tawWsarf P'PM* pUclon of eM t s N tw"sb AM Witted. �. TM Contractor. at hi�s�M $telall l ets. l eUsteL` ad pifia�hattis pam °°tj°plitiioos ettu ton hithe c-sp ihait"I Lamer all power. 1tMt and W eaed is to aeastswtiae.ark• les. is tt ide- Cmarrearar soil tnentah. Wire asel 11 eC.•wse�° aleatria Uot aMronas it L7,°°a 1 °at wt1y thus n..wt aTke rmee to�y�1 put iaionlIAetaulialat�a ke M Plated erg Msai Volk ka arlallll 'bei lat�eird read LIL P t ! chs iytaeaC, wool freject e tY�iaadaayit ev i�maw wMsea�ativo eL to Caawsy Inspector.mptleon for impaction. Rev. 5176 00145 r ; plVUlall r, (Continued) ,SECTIOM„3. =Raw JaiiiM MM IAGiLiM (Continued) duration of thhe e week cotemporaryptoilet facilities fad theuwork- aan, Uess facilities sball be of an approved type confored t to the rqas uirsats of the County Nas aslth peperat, and Mli be westhertiSht structures witk raise floors. Structures as to haw adequate ll&e and veaellauisa and deer swipre with latch or leek. Con rastor shall service such faeilit3as daily, asLtsising sue La a clava sad sanitary condition. portion et site occupied by toilet facilities Shall be graded and alesaM up uuppa.s rasavai of facilities when so ordered and/er upon emplenon of work. I- The Cana"AT directly to the utility eampenies eonasetion COGS, damnation ZeOG, pGMAt toes sereyo tees, and 411 ether tees require by the utility companies and associated rich the pesasneat utility services. If additional fess SSseci- ated with the tesperavy, services are required they will be paid by the Contractor. The County" for water gas, tels- end electricity eoesueed on the ro net until sitar the arty makes written requist to the utility cos;aaies that bil- lits be sent to the County. (Nasally the County will maks these requests atter the project is Me.epted as conplete.) f. fee Special Conditions for Variations to the above • requirements. • afCIIOa 10, tea: A. The Contractor shall asks application for all psits, that are require forthepestosaace of hid work by all laws oOpoweved s tosales. Ishw . iswe t�he�smsor eaanndd orders, of juuriNietlmy body �aaulind .hell give ell amrieea smsassery is somestion therewith. She Contractor is �asai�sd to pay may sheave asassured with per- site. er site. (it is an M P Ip a est poliealy et tbs Canty to pay feu to the laaesperated cities for pealta.) A. The Contractor shall observe that the Countsesssvas the right to do other work in eoeseetlon with the prolOGt b Con- tract or otherwise, and he *ball at all tuns conduct his work ado as to impose so hardship as the Canty oe.othese sagged is the work. Ne shall adjust, correct and coordinate his work with the work of ethers so that no discrepancies shall result in the Male work. S. the Contractor shall provide an adequate work fora, saterials of peopes 6uelity and equimac to properly carry on the work and to lueure cow ttan of each part in accordance with his Schedule and with the tial ape". aev. 5176 a NIVIa2mM s, 2��� (Continued) amriar if, ���yob. C. The Coatraeter shall personally swpeslttad the work dad •hall Maintain a eaa#etot superintendent of foreman at i until the job is aoeapt•d by the County. This Suporine ll s 11 be Separated to ant in all matters pertaining to Cha work• D. Nailf NMMpawer Repots shall be SLgnad y the Cwtsaeter, of his soporiinteabet, and admitted w$ekly. R. Unless otherwise Specified, the Costraeter gWI clear all observations ad prepare the Site ready for the construction. No shall verity dimensions and wale of plea plats, and •hall cheek all dimensions, levels, aM ecutrulien, F. Vbere work of en• trade JoLM of is an ether week, there ahall be M discrepancy or Lee place Portia what the ental r, Serving is g acgleta. in engasLt I am him o!week with vetoes, workLof m dama�lM� $r w li net be pasmitted. .Should impeeper work of sty Cca7a fe covered y enethee which results is ddmese, or defect$ the whale week afteeew shall be smb Rood y w Costraeter without apense to the County. 0. The Comemeter $hell Mticieate the relations of the various traded es-RrcNee$e Of the week and •hall sae that required ahoy •e anchorageor is furnished and set at props time. Aa- • cpt�Where stated otherwise. wade shall M •part of same, •t- N. preps teailieles shell be provided at all times for areae of the Cow" :pseam"tivea to osnvetiemtly co mite Said LaSpdee the wok. I. Vatehm•a, at Cdaoraoter's aptha Lelat shall be MtlataLMd Coonntrracttoorr.nagseas of the week a sMvisSJ, at the $Hetes of the J- It sq aubaensraater or pence solgd y the emomtoe shall appear to the 99612"v to be 904411111601-40114 er to set in a die! the rtlewt�OW MOM. be skall be dle$hergd ismadiately an wr shall net ag"quest et the Ryimmr/Anbitae, and such Paces,be a+lepd as the work. aaeaTai u, The tollwy Shall esnseltuea easaptiow, Said the sale efoteptio" wi, to the responsibility of the Contractor set larch is 8SO S,6, is the IutrwSCUM to Bidders-. er$ aeivelutiilittyins4plelsatSgeirN of tUbNl Qi twee iw s Oegld�Lastdt- llosaIn tiSw subsctaneLOW Or Lisllj oi1[Li ietls�.e4et iihoiaan famid, such ntllitia A" doe reasonably appdesMe teem Visual am aagation, them be shall acv. 3/76 -33- M wcsuar.t. �� notifythe ti (continued) order o[eM eo-tract &Mi C"ey in weit,�' mbeft ween ter it to the Ca-ttagtar to es ss t4oevel, elter"Ift. •e•N�w•h N yl�•!� •rtitteO i-a1w @pair of the 126:Utiaglih hawiLy o�w@�ih. ether q�t wRPOOOG et the[�rR��w "aetlw" the tee•@ m Mote!, NetAnd elirtt s-•talla�l,y'� @be�Wll sra- eagRulq.wweer. lude tae, al.Celt tw iii ate' Nasteal,�waaeter aaeoe st ph•-• VLN 1l-40 ee Welet•- oe�can fweer Nell Nt[ew the wok e�eehKiticraecLe-21tt�ati, tehanter Will he ft r�ee�dwh 4eo so @set GMLtLN L• s j,ie the week. [rept to 11 r60 to tb t�e-satls- tee e-� �. the Ce-meter to h!2`Rue to the pressen'Of swh Wt11�Mt ant. IM- p or rely wli-ieratttmo cwise C ural �,r If the Cagteaeter or all eMoef, than v shell be 1 Of act$With.� 42`!040 t�bileoper ewatimm h Utilities or ether Week er the e•-tenet Wh eh • he shell repair and SOM send s"W"t to dieeweet thereof. t R• and It the a OUGh die at hie am cost. stated contrast n„it„ ecAst Clow" of theot ecearette- k2`need! t��N,W other We /!aga e[ Week the C wtk to @ herr .etn0irhtei ask the t."Wrrk Ry, ti �iewM e[Rpeh w dimes. �eseti-�eeLu !ag awk a @y ether agave, t�,Ret West t!e-2I" twpt Mo r W111 ka Mods in �weWe-e to ee-- t t- shall "Neto,qos of sage peel eiw tlhSes- UetagYl Be eti«u CO the aliWOr[4w847 In.east, NtteUotl,,. '�-a-Ltahle bowfiii e' . . 4RCIN-W �. Tke Charles and,r A,the icM "a,8ML@iat OIL time !ossa the C �=loNall ttht-e1:tms aMn�wtk to Isold @ecru LagWork. for an WMtr w it she11 499 be the ttper lgilley aM Is Iaccess tke-correct c eR tk• e-auC testweie Milt k 4oli j me ptposk«t`lhehi•ueR, red it R1Wlw sUUsh week y •lie notify. Nuthe cost to '@s o. R. YM-wee CCtata wt RUwaf, tent it I holi"torday has to factors Work o- lies, ae qye tM C week t,eO11 at is o cttCao Week days PEI @wcj sees sake am*$"an MY be ONei• Rev. 3/76 -34- (Continued) (Continued) C. The inspection of eMe hselac oblljitloniiohfulfill relieve the ConttseeK Of a� e•terisla not aaecin� his ConNtract as praactibed.be 29do aadeed unsuitable work or rtirfaliiia�esrejectedd. a etwit�hitandL•e that Such work K materials have be"Ksviouely "opeeted or that payesnt has been Meda. v,. ...e.+dr of rtlf;ltl.4 4tl raee wove from the prMLSas A. The Qaat[aatse abaci etaapy�a failing to tonfam to all rterials ae KaCcsaaMd La god the "fit htieo�n worOffid k in the To tat a who tl 9t bout eapensa to tee county cost rsetor a�a11 KA t An/ o� all week of ocMs aseordtnca with eM KNI making`ed by h rawh"al. and atoll bear tee cape° Contractors Macsoyed •. it the Coatractor fees not case s'KKisteedia notice k sad aseKi•ls wishes leaeeedU Cite, Leath by • ChM tad r store the eactrials at the the Count!atiy rMsr f Co tr gor does the �ou t� eM Contractor. if eM oaa �eiri�he aepenaas o[ hush rose 1 wiclbta eM (10) Carty 90 jttOriYa�N i�l• sad ahallWittem eeaccountafor the maGlatt Pull at Auctioneer ti all coats and eape"oe that Should \ cba�v s at eM contractor. been i • The naatreat deauasets shall M gamm Is. 1823mr1fim go Comma LatKpsered c laean lets work ready ter uta A. Catsalrat'r attaa. Any re"Lt•- N Niaf sap t• ea rNwir�• a0pe ehreWh sad"Cupsm at. it net to M eesupeid,t� se biadert ee stat oaeurriag La any tea of the deevue oaedrtees in all. �. Conflicts La cM cost saet pbb estsPrior es see edit of eeatllee in see ct$ Is the ebb psiesieeea such is •vb- diviseons 1, 2, Co sada bdlw ;;It plver . 1. Addada atoll`dura wK ;1om Gro aee`sunless dquaean, eta•�t the Cauety a itaadasd nit shall iewdl. _, OTA6lly iadieaTed that Such ghee ee y ce it to specific* shall �evarn Over prior add•ad• oto extent sppeci�fied. 2. to Case of conflict between plans and gacitL- eatioee, the epeelliaaelmS Stoll sOv•ea. 1. CoafliCt wethia tee plies: a. sebafwle" MM jdxGti Niiagep�ueh. shall $-- wK all ether Portions t ae p wK •11 b. speaitic M,te�ab' the pia, ether nates oaf ell erbar pert C. Larges.Scale dse•enge Shall {Ov•ra eves wv 1i;�6Nle draeiKS. -0!- Y: OrvlsroN F. Qags�{�j tean•t.) _.._.._..-- _'. �C'n'fj�IS_ I aeerta2inntd er sn tit rwrei C=on't.) ' 4. Conflicts Within the Spat it stations: s. The "Ganem Conditions of the Contract" shall toeorn stir all sections of the epesitledtiMg 00"t for OWifl¢0edifieetid0e thereto that try be stated in the gpesial cawttton8. b. iri"io"l tt the contract dsamiento and act edit We as to any Mese 409811 of •rewired construction systems or With regard to the sommir of cambiming or installing of parts, mttrlols, at equipe*nt, but there eaten do*esopted trade standard for good and Worrsanlibe construction, such detail$bull be 000H to have been Impliedly required by the contract toeum es to*te*e"nM With•aWeh standard. "Miner detail" shall include the concept of substantially Identical ee$pononts. when the pries Of each such 4000004t 1e,awls awn though the aggregete Colt or ia"rtanaa in substantial, end Shall Inelodd a eiwls Component which to incidental, oven though its cost or Imporesnea nay be eubtantiat. The quality and"entity of Cho parts or Mortal so suppliod oust contort to trade etso"fdo and be Compatible With the typo, *deposition. Olga th, *is*. and profit*of the parts or materials otherwise edf forth In the Contract documents. SECTION le_ glAS ICaT IOMg A1m.1mb 12fOliA1 [f6TIMICNi A. NOtifit9tian by Connt'rsiterf Should the Contractor discover any conflicts, Mignlew. or or"rs in the contract 4ee11meese or have say "Ntt*R"0""in4 in"fofo"tion or*iarifieotion of the contrast#00~te. or it it appears to his that the work to be done or any motors foists"there• to an not$Wtttotutty"tailed or emidi ned in the contract dedWnts. than. briers pr"S"t"with ahs Work attested, he shell immediately notify the Comms, in writing 9h"mah the Construction SwervisK, and request tat*rprota. tis". clarittoot/on of furnishing of additional detailed Iestractione Concerning fon"ark. All OWh 40e44000 tul4br reSolved son inatruetlew to the Contractor lamed Within a reasomable time by the Cooney. Wheat 41C!*i*n shell be final and comelwi". Should the Contractor pressed with ton work affected before receive Of Instructions from the County, he shall remove and replace or adjust any work which to net to seterdond*therewith*nd he shall be responsible for any resultant d*esre. detect or added Cost. 9. Field Orders: During the coeris of the work the Architect and/or frgihaar may issue Field orders regarding the work. Than Field Orders will suppldosat the Fiend*m)Specification& to order to clarify the intent of the contract doturancs by adjustment to most field conditions or to wake the various - phase, of the work gear and join properly. A Field order involves no Changs in contract cies or price. Farforwn¢e, partially or in full, of a rigid Order Shall constitute a waiver of Clair for a change in contract.tied or price for the work covered by the Field Order, wnlass s Ohango Order has been isswod. C. Change Orders' gig Sa¢tion 21, this Division. ew.12/72 -36- .. alvtSIDNi. QMuc CAM ITLW (con It.) teCtiow t7. rawycrahem gsptwgMCs S'falg}Ag08; a. "aaact D*@igmtien: 1Msm descriptive catalogue daionstions, including m&nwtaoturar's am, project brand*@Me, or mdel number ars referred is im the contract dscumests, snob MalSsatiw oball be considered as being thaoa fenod ilk industry publications Of settees issue at data of first invitation to bid. a. uteramaa standaedss wbem staojsrds of the Federal ooveramoet, trade societies, of trade asMatstfou are referred to is the contract decumsts by opeifte date of loss*, those shall be saw"S"d a part of this csstract. When such roferset*@ do not bear a data of issue, the currant published edition at dots of first levitation to bid shall be tosatdsrad as part of this eontraae. tafsfor is. HATnj [3. alStClLf : A. r4t$rial$ball be ase and Of quality specified. Wine set prtisularty specified, mcertei Stell be the bast of its ties&or kind. The C&mtrattor shall, it required, sub"t satisfactory evidence as to the kind and quality of motorial. pries, fitness and quality hales peal, preference Shell be given to products swde in Wifseaie, in aoterbwee with Section Q80 at seq.,of the CoVarawnt Coda, State of California. S. rAtMel of puipoest, fistwres and notarial shall be delivered is original shipping test*@ to the Job site and the County shall be notified "l of the receipt K such peipeent, flatness and notarial before vneeatins. The osmmty will,wbes deelead, isspcc such eqaipaaat, fiatwrss or material to daces"ge any damage or deviation tree Chet specified. team diseased during delivery shall be rejected. C. eberev*@ the nae er be&"of a mwEaaturer's article is *"allied herein, it to good as&wsiewo of quality end utility or a Standard. tt the Contractor desires to me say other brand of Munfacture of equal quality and utility to shat gaCLfted, M Shalt mks appLt"Ctes to the COMty to settled for any proposed substitutions. Such appiiaties shall be accompanied by evidence satisfactory to the Camey that the waterial or presess is peal to gev. 12/72 •37- VV151 DIVNIG,t p. GOL9aL CUMITtam (Can't.) iyr,T I0. Is. !L+T?B (Can't.) that «poctfled. Rquest for substitution shall to made in &opts tine for th.County's consideration at no delay or extra time will be all~ on account thereof, tvldenoe tarnished to the County by the Contractor shall eonstat of adequate site Came["at material. teatieo laboratory reports on material or protssa, manufacturer's specification data, field reports on preduet'a approval ane ung by other public asenelea, material coots, and Installation Costs and «mint*tence preWstene ane experience or other data of required by the County. The County's decision concerning the refusal or acceptance of proposed sobstituto !or that spectfled shall be sceepted as final, Regwsts *or substitutten*fit only be considered when offered by the Contractor with the res*oh for eubmtitution. ^allure to tuhait Competent evidence a required and requested by County @hall be Considered grounds for refusal of aubatitutien. To*Contractor shall Include n notice of change in contract price*, If substitution is approved, D. All materials#hall be deii"rod so of to insure r speedy ani uninterrupted progress of tt'*verb. mama#lull be stored se as to dames no obstruction. and so as to prevent overloading of any portion of the Structure. ane the Contractor shall be entirely respeaStble tar daft$* or lose by Werth*r or ether GeV". « t. r !�Centrac[er ahait aW�rt which differ In My respect 1'. .� from iatertal*pNtlrl*d. Tole list She Include all materials which ars nroposoe by the subcontractor$as well a by himself for use In verb of his Contract and which are not specifteelfy mentioned in the Specifications. This list mot also laalude the ftgures received by the Contractor In bid fees for the material or material$which or*submitted for approvel or substitution, together with the tqures to bid term of the"Wtfted motorial or material$far whish substitution*aro proposed. In case a substitute is Offered and accepted #e approved Nat to motorist*specified. the east of which to teed then the east of the Material or equipment speoitlad, than a Credit shall be Leben for the dttt*renes between the tve.aeets in order cost the County shalt obtain whatever benefits May be derived from the substitution. Teilvr* to crapeM the SubdtitutlOn of any artiste within thirty«ftve (11) days attar the olxnins of the Contrast May be doomed sufficient came* for the dental of roque*t for Substitution. ;Centex 19. scop e�witex.t�txiptive p����,� •�re•w•+fvts: A. The Contractor Shall submit promptly to the Canty, ss as to tau"no delay to the work, all shop drawings, descriptive data and eeQtee for the various trades as rNutred by the SWIfltett*nS, and offers of elttt+ natives, it any. Suah WhOttate oball be theoked and coordinated by the Contractor with the work Of Other Cradle Involved beton•they are submitted to the County fat oxeainstlen. Rev. 12/72 .38- Vital frrlfloN r. gam{,�P3T3�!<tnm'c.) 2=102 19. got OfANl1Qf,.NffQI►flyf.OC�.�YI!llf.ALSLNASIyaf: (Can's.) S. The Contractor sheii soMIR to tbe county sbep at dimores drwinss • to the*Most of copier so Matted,is OMettat seb*dvle, of fiat (S) efpies It 'he 996441010 i9 included In these"CVM*ta. the tt&Vty9$bell Sher coepLttety the work to be doe;say error 4r owleetoo Abell M at"ped by the Castracter at his on"raw*, ewsm though the work be Wtalted before sero bSoea$s opparent, AS""*Vel by the Gusty"Vwf$carat tapers wly. ►Nricstte*, details and teopSoties obeli$estate to approval Cabinet Drovials. C. Descriptive least Subrie "tam of eowtettwor'*br4e6n9 or*tber data required by the opsaitiestieee le the aloof of copies as required to suMittai schedule, of fiat (3) Copt" to As Schedule is taetuded in ebsas dsevessts. the Gusty Will""Ism,such 9ubmiteets, "ties etlerown cerrectio", aro return throe "VW with a Letter of eresaittet 1641"4146*triose taken by the County of required of the Cocrattor. D. Sesplest Submit maples at&trials!. *torula or equipment 4s culottes by the op"Iftestiw. the verb Malt be is 49e4resuo with the appmat at the"spies. Seat"shall be removed tree County property when directed. Bogies an reeved by the Caere"*". at the Comney'S opt&". wilt beef"the property of the County or will be ramal or disposed of by the County at Contresterl&saw". f. Alt*"Wtt"*t per eeswsalwe In doslghetien M the plane Of le the SwitieKif". sweet*Meets%*, aerial*$. or equipment may be deNtmoted by a lots"or trade hams Or am ease of the&r&wbetwor together with est&t l des/simttom or ether idMeitytag Imtfrytion, hereinafter referred to seurteally as"dsoloosted by broad no"". An altKNtin material, article. or equips""whish to of *"$i 4u611t►Ned*f the required thersetertatie9 ter the prepeae InaMad my be proposed ter a"provided the Contractor oupltoo vith the t*towing ro"inwtst t. the Caermoter Mall submit his proposal for on alternative in writtne Within the%to lifit destghwe d to two swittestiMo, or it hit esNgmated, then within a port"whlob will Ness M"toy in the Werk. 2. No eek proposal will be ffma14er"Mels$$eeetmpant" by coaletf tnf*fmtlon. Dal deMriptive"to. hmesesry to oetemine the equalley of the offered Muriate. aerial*$. Of eqa/pent. gawt"Mall be provided whin requested by She comedy. The Contractor obeli set* that the burden of proof as to the comparative quality or suitability of the offered wteriste, 4fttelea, or equip met dull be ups the Cestrootor. The Cowry Malt be tad Sols)ef a as to such matters. In She meat that the Gusty rejects the wt of With alternative Materials, articles, or ps aquiat, then am of eke particular products destpated by brand name *hall be furnished. adv. 12172 •39- 0015'3 t btYfS t%1 p. GC E:.AI.Ct'Auii IGYS (Con•t,) SECT M%19. 340➢.9AWHGs.CESCRIEtM DATA, SAMPLE; A7TEA14:TIVE': (Coni,) The County will es@mine, rich reasonable promptness, such Submittals, and return of Submittal$to the Contractor shaft not relieve the Contractor tram remponsiblllev for devtatlons and alternatives from the centrset plans and Specifications, nor @hall It ratio,*hie from responsibility for errarp in chs ewomittats. A failure by the Contractor to Identiry in his latter of tranamlttal material devlstlens from the plane and gpSs Ifi¢ationS Shall veld tomes Seitta/ and My action taken thereon by the County. When spec lflstllr rNWated by the County, the CMttact0r @hall resubmit Such shop draw JAS, ANeriptlre dots, AM "plas So My be required. if any mechanical, electrical. Structural, or other changes aro required for the Draper Installation and tit Of alternative meterlals. Artielos, or Equipment, or because efdevlstloN if"the contract piano and apecifleattMe, such Changes @hall net bo mass without Me consent of the County and shell be de without sdditlaul cost to the County, 5[CSICh AAMp1[S Af1h TLSTS: The County reserves the right at IN awn egenn to order tests at any part at the work. 1t as a result of any such toot the work to found unacceptable. it will 00 reJeeted and 0ny additional test required by Me County shelf be me Contractor's expense. Unless othervise directed, all ( @salptea for testing will be taken by the County from Cho materials, articles at equipment mallvered, or from work performed, and test*will be under She super. vision of, or directed by. AM at such piston es may be convenient to the County. Mat0rials. articles. and squipment requiring tests skall be delivered In Mels time eaten Intended sew to alt«for testing. AM none may be used before receipt .1 wrletan appre"t by the County. Any Aseple delivered to the Costley or to the "mSt aro ter 01 1 atmation, lnctuding testing, Shall be disposed of It?the Contractor at his amp 0111101108 within not men than Con(l0) days after the Contractor acquire ksewlods*that Bush enmlMtian 10 eonelnaled, unless OtherwiN direness by the County. g[CtlON 21. CHANCE Duns: The County rostrums the right to order Ln writtag chsASs4 in the plans and specifications,vlthout voldL%the contract, aha the Contractor shall Comply with such order. No Chanes or deviation from the plaits and specifications will bs mads without authority in writtas from the County. Ch@mged work shalt be performed is Bccordaato with the orlLlnal rofulrements of the contract Documents add previous fully executed rltsbgA Orders. A ChasgA Order nay Adjust the centwect price either upward or down• ward.to accordance with etcher or a com0ination of tits fo Uawtne bases, as the County may elect: (1). On a lump sum basis as swpporesd by breakdown of estimated r costs. g0" 12/72 DMISIOn + S (Can't.) lLi4l6?� idMi caDna: (can't.) (2) On a unit price boots. (3) On$ cost-plus basis 10 accordance With the following conditions: . (a) HkIWUPd: I. For work Performed by the ratactor as amount Meat to the Almost cost (ao oli"ds 19-of the Work plus tib of the direct coats tot overhead and profit.• 2. par work performed by• an*agent equal to the direct costs (as doft%MR of the Work plan thy%of tbs direct costs for overhead and profit. (Suggested breakdown: 15b to the oub-contractor, n to comarai Ccatractor.) 2. For work performed by s - n �;cCcter[an smwnnt equal to the street Costa esa anrtie) of the work Plan 25%of the direct coat* for ov*rMad and profit. (Suggested breakdown: in to sub-sub-contractor, 51 to cub-contractor, 5%to General Contractor.) a. to me case Will the total mark-up be greater than 25% of the direct costa notwithstanding the Hummer of contract tiers actually existing. S. For deleted work the mark-up shalt be t0;of the direct - costs or the agroed open*climate thereof. (b) JI g=: I. 1pj: The costs for labor shall include any employer paymsate to or on behalf of the workman for bmaltb sad wolfare, passion, vacation and similar purposes. ober rates Will set be racegnised WMe in excess of those provatltag in the locality and time ebe work is being Performed. 2. Naterialmi The actual cost to the Contractor for the msrer .-directly required for the performence of the changed work. Such test of materials way toctu"the coat of procersgmet, transportation and delivery it necessarily incurred. tf a trade discount by the actual supplier is available to the Castigator, it $bell be credited to the County. tf the eatoriala 419 obtstosd from• supply or ~40 owmad wholly _. or in part by the.Contractor, Payment therefore,yell not second the Outlast Alienate price for such matertals.•The ton "trade discount" includes the concept of cash discount. Rev-12!72 NOV. •41- OUaSa r t-. OIVISION f. GCNRRAL CONbtTIOaS (Can't.> SECTION 21. CNANG6 OROfRS: (Can't.) ' 2. Materials: (Con's.) Itp in the opinion of the Couaty, the cost of materials IS excessive, or if the Contractor tails to furnish satisfactory evidence of the cost to his from the actual supplier thereof, - then in either case the cost of the materials shalt b#deemed to be the lowest currant wholesale pries at which similar material#ars available In the quantities required. The County reserves the eight to furnish such materials to it deems advisable, and the Codtractor shall have no claims for costs or profits on material furnished by the County. 7. (Molt The actual cost to the Contractor for the use of equippment�directly required in the performance of the changed work. to computing the hourly rental of equipment, any time less than IO minutes Shall be Considered ons-half hour. No payment will be made for time white equipment is inoperative due to breakdowns or for non-working days. in addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, than leading and transportation costs will be paid in lieu of rental time therefor. Nowrier, neither moving timenor loading and transportation casts will be paid if the equiprant is used an the project in any other way than upon the the nged work. nd vld 1 1 c � lk � jS^t000%r se n to Toa71 Payment JUL or. for equipment owned, furnished, or rented by the Contractor, ee cost therefor shall be recogniSed in excessof the rental rates established by distributors or equipment ranter agencies in the locality where the work to performed., The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full Compensation to the Contractor for the cost of fuel, power. all, lubrication, supplies, small cools. #mail equipment, necessary attachments, repairs add maintenance of any kind, depreciation, storage, insurance, labor (except for equipment•operators), and %my and 411 costs to the Comtr#tear incidental to the uaa of such equipment. (c) ALLQWARU W MENSIOM Far SAY Lhenge in the work, the Contractor shall be entitled only to such adJWtsants in time by which completion of the entire walk I$ delayed due to performaace of the changed work. tach estimate for a cbeege in the work submitted by.the Contractor shall $Cate the aseumt of extra timethat he Considers should be allowed for sakiag the requested change. Raw. 12172 4` DIMION F. ORMAL CMITIONs (Can't.) ACTION 2 CNtNGE ORDfl1: (Can's.) (d) tC RDfO am 10"ItTI EV INVOM ATION: (1) The Contractor shall maintain his records in such a sonnet *as to provide a clear distinction between the direct costs of extra work paid for an a cost-plus basis and the costs of other operations. (2) Cantroetor shall satatalm daily records showing era hovers and materiel twotit►ee required ter test plus work. the Contractor shall use a torr approved or provided by the County. The fors*will be tilled our in duplicate and the C$amtyle imspettor will review and Attie M1 a„=e"i,a sid"tNto ss ate Amts s:M!Ac tet.�It perform(I) Rental and material charges shall be substantiated by valid copies of vendor's Invoices. (4) the contractor's cost ratords pertaining to tost•plue work shall be open to inspection or audit by Cho County. <e> IA+[US 12 AM.M 18 2E: Notwithstandin* the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon written order from the County, $hall proceed immediately with the clanged work. Daily Yob records shall be kept as Indicated in Hrsgrsph (d) above and wham agreed to by the Contractor and the Construction inspoctorp It shall become Cho baste for payment of the changed work. Agreement - and eaocuttoa of the daily Yob record by the construction Inspector *hall net preclude subsequent adjustment based upon• later audit by the County. Row. 12/72 43 001 W DIY(SIONi. GENERAL CONDITIONS (Can't.) UCTION 22. hABOE: Every part Or the Merit shall be accomplished by VerNmen, laborer$. or meehantea especially*killed In the class of Work requirOd and workmanship shall be the beat. StCT 23_ OCCUPANCY NY THE COUNTY PILM TO ACCEPTANCE; The County reserves the richt to *soupy all er ony part of the project Prior to cogletlen of the work, upon written order therefor. In such went, the Contractor will be relieved of roSpon$lblllty for any injury or debate to such part as result$free Such occupancy aM use by the County. • Such occupancy does not constitute aaeeptanee by the County or the work or any portion thereof,nor willit relieve the Contractor of responsibility for eorreetlng defective work or Gator Into found at any tied barer*the acceptance of the work as set forth in lection 24 or during the guaranty period after such acceptance, as sat forth In Section 26. UCT20N 26, OWE EVaT SON►ND G1.rANitC-I A. The Contractor shalt protect and praderve the work Iran all dwgo or a0el4emt. ►rawtding any tooperary reefs. window and door 00-0 that. brings,of atter eeMtrwttton as required by the County. This shall Include any adjoining property K the County AM Others. 1. The Contractor shall properly clean the work as It♦rOSMOde. As directed during anKrustien, rubbish Shall be renewed, aM at cegletion the whole verb Mall be sleaad aM all ttl►erary construction, equiPmaat end rubbith shall be rso~ from the Otte. all►*Ing left In•class and MOST caMitton satisfactory to tis County. SIL-IQN 25a PAYMMM Of PmEtal Os 32A:e TAEESf Any Federal, State or local tax payable On articles furnished by the Contractor* ager the Contrast, Halt be included in the Contract Otte*and paid by the Contractor. The County Vitt furnisb tole*Tax Exemption Certificates to the Contractor for any articles which are require!to be furnished uMer the 12/72 -44. i jj DWIStON F. ORAL c�xStods (conic.) SECTION 25, ei .fl lmr!>_r-Oe ""�T6 T Yra: (can't) Contract and which are except free Federal Exciss Tax. SECTION 26. eiG&EIm : A. The work shall be accepted in writing only when It 6 omit have bees ooepieted satisteatorily to the county. partial woM msce Stull net be construed as acceptance of any part of the S. In judging the week no allowance for deviation$ free the drawings and Specifications will be ends, unless alOady approved is writing at the time and in the rawer as called Lar heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for tiro insurance and oxtanded coverogs. D. Final acceepptance of the Contract will net be $Ivan until all requirements of the Contract documents aro complete and appa roved by the County. This shall include, but is not limited to, all construction, gguuaarantee totes parts list, schedules, tests, o/erating instructions, and ea-butit drawings - all as required by the Contract documents. SECTION 27. FjNI�taTO CLAIMS; After the official acceptance of the work by the county, the Contractor shall submit to the County, on a fore acceptable to the County, a request for payment in full in accordance with the contract. The fore"Statement to Accompany Final raympat" (page 0 } shall be completed signed by the Contractor, and submitted o County with the ttnal payment request. SMION 28. .AVJAJ iii: the work will bedomedome Lit icaerrdensce unconditionally f &itparentage that treat, and further guarantees the week of the o�iototoabe con- treat, and free of detest* is wethwaship and materials for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically.called for. The Contractor aany otheer adjacent work which replace abe any iwnso together with may prow to be net to its workmanship or material withiinnjthinggoes astee period specified, without any aspens:wiutsoever to the County, ordinary vast end tear and unusual abuse or neglect excepted. g, Contract bonds ars is toll torte and affect during the guarantee period. C. The Contractor further $$roes, that within► 10 calen "T days after bet" notified in writing by the County of any work not is accordance with the requirements of the contract cc any Rev. 5/76 -45- 0 W( .' 4i N r� 7 • . piVIGIOw/� (Can't) - ArGiSGr . (Gault.) "facts in the week, he will Genovese sed proescmto with den diligence all work necessary to fmifill the tarns of this �iedichi� elwithin reasonable Nr�oies, and ehefaiistGoGowlyf aetharise The Caenty to pressed to have such Work done at the Contractor o and be will"T tb sent thereof wen do- need. The County a%eu be entitled to au costa, ineludw reasonable atecessGy a to". necessarilyisared ups the talk- tractor's refusal ea My the obwe costs.a. MalebstaN the tora�af�pra�raph s• eM vein Of an enar{orf eenet�ing en i� U,.cwgwb to the health or safety of tba County • =pLq"s, yr"ty, or Uses- Ethe Casty gar�n ertake at tooContractor a mouse with- Lev notion all Work neeeneary to correct soak b"ard"s itieno when it wag tlklkaed by risk at eb Contractor ant being V acoordenes with the "Ralsonento of this contract. D. The plkcrcl contractor end each at the listed emb- centruterc still Gnome end tuanish the Carty with the otendud accos torn. ►•sea >• Rev. 3/7d -46- • 00160 M .ua" o �i f^ :i�r�pn� � .k � 3��` �1. v• ' i �€ +"'� a�•m sxr,: �YIMQiE Oft OOMHA MTA OOUNTY MItaIMO We barsby paraNfed ce the awety of aMtra Oats the of whish we have latatted ift the of WAL141mg) OslifefNla, for year (s) we fres 44e0 off y of she egWee Notice to thea e sac Cwety!;seder, w 4"to to►sir or rgisss to the atisfastion of the Commey say or•lt swk work that•y prow dofs tiw is wofkepship or etortsU within that period, ordinary waist sea toot sea wuowl&boo of saglest ssegtot, together with sky ether work whish Nay be 4amsaad of displaced is so dols{. If we fail to sooty with the age @Miss"seediness Vickie a reasonable rise after Wing notified is writi84, in, allasttvoly ead soperstety, de korNy astheriss the ewer to proceed to have the dsfato repetrad sed ss"ped at her npsae ad we will pay the costs sea oftepe therefore iM"&Stely open asked. This gwrants0 tevofs and t84tvdee sag•epeetat terms, including ties parts", specified for this were or eatorUts is the plass sed specifiatioss for this project. This @wrath Supersedes say preview gwraaceds we haws 8440 on this psetiesler project. sets.• (Affix Cerarste fe*1) g Date: , Affix CMrarate eau Mat@: if the firs is not a torpow"ies, 4"s paragraph atatiog the type of business orgaisattoa hod the capacity and sathortty of the pesaa eigsing the$vacant**. Rev. 12/72 -47- 00161 C c'X4mPGt� FORK DTATQR{PT TO ACODNPAMf ' FINAL PATHM To: Contra Cotta County Public Works Department County ANinidtration ltu/ldlos "Actions, California Res Final Fayeaet � Door sir. i eo net) Tha undersiped Contractor re/radMtd and grata that chs tial paymeae Includes herein all claire and damenda, d[whatever nature, which f na has or any have assinat the County of Contra Costa in ever nater with the enface finaldl atruet the abovdiCar tied Project, dad that Former by the County of the !!Y1 ueiru shall di Car and release it from easy and all Claim. The under@4Md hereby Certifioo that all ueeht Lsbr, and meteriala• en that Project have been furnish" W Purahaaed In full ce,liaame with the Contract and with all aNllan►le lora aft rqulatioY. The underolped e%scom that his Clete for lime,pa>Aaet is one aN atesese that ne part had been chagtelore paid, and that the Mame& therein is Juetiy I declare Wer Petelty of parJWY that the forwift to true W aerredt. Dated California. at (City) Rev. 12/72 -48- rr�rrw ttenlr� ttemNn nl. tx7r-swt l.la f lTg1r WUw.k OWANik attar.atr1M.otlti. �•�• tamlr.caL ".Mt-16Omtmr • tA!►awrM.Nr,"... *wta.oM Mrs floc[&.at ittai,hrr . bod Otto.YaWt.NO.".la..,torn-. im.t.a6 w.ri",settp-,n.NtelO. y...0 fm.t.W.dor.O"t•r•T,aq., Dost. lam lemon. aO fq"f•ot,o"7•"!+t".WO tttt.. attsm.Oman.b tnrW.. tar a...,tae a C.-.t. t.,86"" aloft,lost,s.x....tt. . [triols,ttl-.'9--.sfr.ftl.s, 82.00 sot C.I.Otwtw i 9.38 1 1.0 1 L» omen.Tari..Tf fa.tr.T.4t.. WO hw/w.O aO Mt- T.r1am..T.b.•N TN C-41- - 11.49 As .M Amman Ment. dtTTtlrla tan. arb.1 MiMtfr hew.tt"p,ta.t t.r M.MP.M•._1001."b.OtTMU61•M s 1t 10-0 .19".f•111 n S133$ c-tier 0.49 mcwt►ttat or"Mt. r.lot•r C-"''Cls-Ute.rot nei"N at"tl•CONN ....p..."a pre.•tero orrt a•ta•►o ata t..i.lttl•• 404.6.7 w fafrt"terr fob lob 4i1 «b .M 660.".trU-n-4"'k M ._ M.M.•r 71ttt N.rwtt Cwt a-O`atatstt aO"ISM _ s.6tts..M% aliol-0 stwf irMt►L Craw*twat I twl Woman in [tat I""tt.. ta..tr .WOW- AWL final.tr 0.0 4.31 1.T0 .b .0 tR0e •Iirtir►o U.b !.b 1.11 n M Mltaflwt.r.oMNr nowt t./in ftAlttO bob .M l.f! .b .M . t4Nslt 13.41 .49 1 lop $1.10 49 emt.w fr.r.a M.M 1.17 1.0 '449 ,49 !M!M!!J L.fb .717 0.49 .0 J0 Notsel ntP.tom 01 MMWKZAVMO fs.trattt. Sel Yatur G."Irb era., o ves.s"tIYtr M.b. 1.17 9.41 !.!r .p M mwt.r t..r trltrkr w 1mrM,tN st. tt4 tat.w.tolrt 49.b 22.31 1.11 2.0 .0 aw hlos.a-s."W atot" .tw. solo"ttriipr. ttttfwtlrfut tt.722 1.31 Ln aat•w.I-a"r Ttr"nT tlal.�t*Cl. . �C., s Slott 1.0 .90 1.49 .01 - a1�etl�et _ .bran "farts.O.rtr -we"Mteelw U.CI M p.71 .t1 ID Ot+tN.. t/,49 f.M 1.0 .M OMI.I=* 1-.49 .M p.10 .01 he.w.tftrr.Sara. Meow tuts.•tRttOtrf"t. rata•aM t4.M Oaratw U.b .11 1.0 grit..T►le.lot M C { fm-.at 6+r•.a: now itt'iiw.t altlea. .ilorf.4ns".Nbls,0.40t. 0 1Mto.sf"st..flow rLrer.PA-0,i.c.....ta. _ - aY""o ttiwtkt Mi -lama.1M.rr.iMt•r. .f 0.Sell-t.."1w • •. :so-.Vol.a"C Tab.Ot•. U.49 AN 1.0 .b . tMa "�► ttrtrre7 wl Wa"4 uw ttatmtkn"t 10.49 .49 lt,b .W ■■/VVI!! o...atm. ft.0 1.01 l.lt tM'tufla rt ta"tr 0.0 OM1.tNkwt 11.49 .49 49,/7 .W a.iMl.s U.49 1.49 22.49 ,M 7walr. Wtw,ann..f•I.orw, cat"sell - 1-.122 .227 .49 .W a-Crpr1".Wt...a.t -talo srllwmr tt.-1 .b p.49 .W -7L.tet Cbr.tlet lt.tT 22.0 1.49 0.49 TO-Q. r U.0 1.49 l.49 .49 tai 11M M MMl11R VOL 47.NO AWA MI1►2%11"T '� tZ Omm:m M.*y»9 0004 f :M. p1]!-0040 ' Saw St • p 1.0.11..61.t...�•t• l y.l.r.t 411.1. P$$ Mrs ~r �••ar 114.rth. W •�� fb.rr. V..W. d.rt1. 11..s 1111-11 /rrrr 7r.O. 41.04 lw.Tw aw 1. 11LA17tltl0116. IarvM un"XIMS. li wt•o - 41r..Orr rnrfelr a I9.f0 .N A a•.7! .N 111.etrecl.r 1 3).]) .N 11•.17 .M c.\ls N .r.ll19.01 6b4 0411tH. 141.5[ .fl 141•,71 .N 1111.-deal- GI­ a.l-fl­t..r..tyre. l7.cvl - 11.» .N 5•.04 .N ».t4..I..t.,llMlp.. 6.l.arts-0 - 11.l0 .N 5..» .N Sr....it l.Iy[owtW a..a../ls.11..41.Q...rf 03.vlet... U.N art.ft-c.aS_ title yllrr. A. . .N /".1004 .N 01svlc/r. 17.4. .7) MI.SO 2w1. 601.Nr. tl . U.41a •17 5.1.10 •N ' -.N•cvlc4rt cable splits.• a..ft--0-my l.l.v. 11.04 07 141••704 .N CAU 5019 1LNS 1.041 4..N .M t.`. ..A a 11.04 .A7 14..704 .N tyle N11cM5 '111.!5 l.N 4..N .N tib..n..r 0r a..f1.1. W l0•teo 5.1.17 'C."t/N tl.rrrlr L.77ff Aa .N .01 11041fel.rr T.e.41.r 11.10 » N.1.» Al 1011.1\0 tetai.ft+e•a 11.4111 .so .30 it" .N caw.5au.,r. N.o » 1\.].» .N 1110r11W5,tt1r11�17>0M 4{/w 7041. .1141/ N•. .02 .:Orsi.C_Cary atilMlO•a0\01001.7NP IfwM prr dlcl. l).» .A •l.N U11f5.1 N5i r:Mi.atllc r. 141.» .10 [\.41.04 NAVWt - I eW 11!...01.6.4..Calls.tr... 111arv41Ur. IC" .» .M arl.,.r.r.W.Ir.41- ' :'arU yltc r. 11.07 .» ls•L» ` .M lsu 09 Cara tri 0rls.t hb.t0.N.O....a n.•\ 1t.1W.M. A A Call. l01r.6.MtW 0w 11rtls.W Raja. . 111.etr4.7w.. 1].10 .» 14..» A11 045 A1.r,@.t.el r../lsls :COS.spispit-0t1 . 12.11 .N 1\..» Af Car,0110., p.11,trf. AY..I.vl.,tr.r.W W r tblrtM340 W Cato �a-Nr r► CartW II.tl .p 1.77 .p a/.ctrlcl.rl7.f5 A0 14..10 •.011 calve NUar. 1141 '.01 14.J0 .N tI1U ealA C.rtl... ' nw-a.rlsr IA1 - -bls NIIrn 1601 As N 15 • . -: 17MRA/NO7lM VOL O.00.77--fM V.ANK f!.19" . f6e:74at/a. G7ldflf ffa•1 �1'la/N f1. 007400 . 4.a+. ra.it M Ni• f..,rw 4.,....a ' fi.f:6..a..fteta.f,6�. Taettw �.ia fa.., Raw F_W. W7pO. 444.14.44 ala.w.i. !'Ynt'4t I..aelrftaf f.ra Cm atfint..ea+,:.aatNr CI totM 1 11.10 .40 .SS .01 Cal,.,ral.Lt b[anY. a-n.tCtfef WA 1%.a attq.,er,er :.t.lmrs. a-a"-c"My. Met .fi 8.4 .62 09 CI:Y:I LMrinta;w/. Sr.o"ita W*smt.Cplt, r+lwcr Cer+:,,e1,c•t, 0rtlt. 11.14 .7l •.72 ap t.,,im.kNgtt4 ft.-TIM,atr..e.4 ... q.a.a...f•.1..si.+tY•>t• I.Ix (trta- 14.40 JS .4 S. :situs.S.taa.7s.tr, f.%-.r ttwC.4.1f-lf►.to talo u.6 IM oaf M'i+rfrt O.rtiw 71.43 .fl' u.m:lat 4 14.41 .43 1.20 a..4w,4 4txua.lseta...at hsaw.4104 r Yt..M tM 7s1.Ow oks4 6.0 .N 1.N -Vt...G-it.-A w *..bola 0Ni.4 fr,WN lt:ny I•-ralm a f1rt1 80,113, .11 1.4 @k-4 C,at'f f.M .4 1.4 .6N .4 alae atNW"Wnt f. CWr Orta am"" ftrr..i1.ct«• tf.0 l.N 1.4 1.1a .M gtwl4Ma N,4A .» 1.N Mlnt>:elat 11.M 1.0 1.4 l.LN N N..11•IP..t cow~*. 14.16N .» t"1.4 an_-..sr:r strrawri 11.74 1.14 1.46 N .4 ti..rta' M41 .» 0-1.40 :i1:4i_s: C bif af44•.ta 1009.40 a! k aat Casts Cote. 4t tilt..no.4.0 814/44. Cn Ia. 14.40 t.M 1.74 .1» Orai4 f.l C41++.CI•wr ft- 0.16 telttR a.}..I a >ca:,4o•n_er..rs tr.tul.w 0.16 .4 is •10 un a . o'G.nt/flaw *.a 4t.t.fr.4 eta4lN.ai• t�i Ln•.;..at.1f to unn<Y NMI nr Ioi4..).a.trt...11 ft,a:,,!Sa-•r.loo-as. i.ra.awtts II.M ,N i .10 t/lt 541st,.7-,4sar Nr apt14r.[1U. a.A .4 a .14 i/l. .co Ts left/Cuweit. It." .4 .N .4 i4wa.a Ial.M.MS fro G..++trs rA San dosgsL <J•ii./ar.t iW N.» .N .N .fa chill"altrrl MM- U." .0 i .1f u» 6te(tsar C4lY.I"A""* Tew'l tbr1 N.41 .4 4 .11 1174 . a..,to m.naf atw1.tre1.. Otis*sent It.aNat Rtaxlr.M sow.•fa.RIN 1.4 .h .N I.N UM NM gtt0.t 11610 .N 0 .N 1174 ' rf� alai iNlMl aaMA1R Tal.A,M0.76-INMAT.APW 7L TM tlCwf4f w.�-01f0 •. /lt•f , M.;kinT-ttw /lt.t � ` • `� 4411r tne1�111ye./! Mb f�4tp tM.4M fern.. ' CMM ■t4 Fe.11.n fnlYe . CMM Att MMM. VOWN. un COXSW7 Iw. kfotlo 1I amommic"w1 immilo ftNM,ft,".p $*W 41r.itt awtt ^ T.Nte Cawtke. arttilll. • .n i/.i.x UO.". i.cvA•s.. •13.10 .x N..x .w Liwmal . Lt-as Lima L10ife.e Mte kt►iatf n.N .N SNI.?! 4p.r.tar. 1t.N .x llp.y ,w 4.R.maM..OM► 4.101,fpllen ILN .Tt 1.610 .N 4t.ee/M. n.x 7.10 310.1, .N gefpsM.IYreG.tt..Htw u►M"newo 1.71 l,1, so." N .Fl Sdc:a Cq.eti611" Lft 104.111 ma oma w.tma,4W.am&. -Gx..e' taw N M !! `Cede-pNert Ism � .w M a1,kat stee 1011,11, " #rutty:arty 416"wr/ 10.0 610 !101.0 .N , 4ta.r2ew 0.q .w "0." .w Nwmar Lima 1y/lrwt . .:•Jar-%.r AeMiet.M 13 IS .w "01.0 Al 10.71 .w 1101.7! »N 17,w .w wi.1, .M Sri, 1161 .w 1101.0 .N 4gi.�!'44v ue1,iw 101,3,stiY4 uw 1.10 LIFr•.. 11.61 .M W.w ',N :6L:.fplket. 11,10 ./1 ,10.10 .N pma4ie. 4r10{w r . sear taw .w 1.10 1.n ..l..1,..T.Me..00 T4l.tt7 1/'tMk Ml./if'.14 ltwl ♦hAtlma f.reesr t,w AT /N.7w .711 M Abl"Im ftn~.t . LIM:r14.01'••t 4ent.ma1t.M .t7 00.1" ,w rl..! '!.w •w 1601 !.0 . Cook Spltet. l0:w A7 .fw Al 1,«166 10.1..1�i1r4 tat 'memo.u.1,/ ,6161.4r..uma . ho.rie. . .w ,w AD ' uma.e. 111611 as tn.rt*wt• Un At w N sfM 4glprr.t q...tat. I4." .w .w w 110.11/ee..Ntd ttw! •rsbr,uMma./aete+rta. ut)f....1rtma06 tN.1H/w `fads.4t.,W."e./amama - - r1,4e.1.ma1 umltl// - . f.etlr..e w:1,.sl Wald. «N .x .w .ws a..fi.nt-A seat.• - 11ekq*op#0getflyMma �O.,MtMl lre.t.ftma wrM - t....101.1[/sober fJ.aeip/ -tie. t.1.ti.m.lw •.q .» .ri ANDsRaOt y�� 1.w .'M .49 .» .w 1,,w .Tt .q .x .w 94ft tl.n .77 N.x .41, 1, ' ..Coble Spike[. n,n .x90.1% .101 71twa 4tt11)t4 Ytf4 41,wo.st-w�tr,lkwn are.1"T altplaY IP,r.ttr-1rSr 1Y1.•- faelfle afr. �ptti-fqY• LMi lY 16..r Iaq'MM.+iy""w ropI-ow a... A- saw r...[r.. ....«� �.i!_ 0 •a• •-.t..s t«rw 1 a.J..t.. .•r..t.. Oomma. 4'ort'ai 1.Maa1. Iawt'al IY.tarit,aM 6.1-.Sea AIM-ft.tYN..O..M.02 fetal,a."C1et.a•a - aarar, qNa.. ..ae•ta a-c ti_ flapr.f.s..at ie.atrrto. iarsiaiiy r•..4-o K ai{ar i.!1.].CIAWIM tYrtk.to tM Wa fiaii May a•a K Iy fr.tl h"t..ko k tY taM 102021. MM. •11.02 .0 l.M .M .02 _ trra! frty - li.at .y► 1.10 .20 al arMY 111.1f .10 1 1.30 .0 .02 a rvo ll.t/ .17 1." .0 .0 motor yl.lt ,02 1.71 .M Wi 1oe�frac ga.er yf.02 .11 1.71 .M .43 irara 10.91 .71 .if art Garb me a ellam 9SWAI,i fprye ftt.cto.at ft-it lar. ti.7a .ta .ry b,+Y 1.1f .A .0 .0 a.ii.►e.ia,Yedaclr,aJ. moemo.a.YN..w.. . hneelan.tl&t•or Cr. lt"ti Safy fte rt 7pLttq -ar,rY Wit .M 1.10 .0 » fprrNrfera 1.0 .n as .0 apor 11.02 .11 1.02 .N .027 1w.Iq trt atrtalal tYrY 't4 t•. U." .11 7.N .M .M7see aelt..Wl.w,ale.a.{a,N11. yk,....floes art+.t#Yn /Nti?aly tw..t.oio a 'ftilfM aalli.Nty awti. Corar.l,ttA.r,lle.N, t Dem. •f tf ,11 .M Y " Steel.•.SiNtra..L.tt•e. .a,ay ttq 1.Nsil.n* moi T.,-,s.teiq oM fi.t.• fitioe.haitrlo~&.ftrlfor 1,M is .11. Y C__ft. f.tf.r ta.orl Not YM.ilit. &-I 1.t te•p.nJ It•lkn' a." M ,021 teK(M moms.o orw ba4eme r. . af..rr a•nSit•aeet.ftr.rri.al Nrtftr. 9.02 .10 M-$#i.hr Lt•irJ fiy.ri 1.1f /1rt.1 ftrt.fa .M � moaratarat Laa•.w Cwur Ilse.iort.w Yrt On-1}IeNat 1.0 .la iko L.,-.o or err.om, ales""Jr•. 1.0 .70 .7l. Y 'YeetMwa ti Weetatlitly Lekwr I*ar,..r 1.02 .la .yl. Y 1.02 .102 .72 Y e wr+t.«a w.n w n +p... l.a .71 .yf • moeire at.e,t•t.1"-I. S-1.640 Om tN. t.ftro ll.f► .A JS Iwoelt Mibi tlg aralw moM1eN+te IY.ol S.of - laNalktt Marais art6,a ibis" «may .i1 Y 02.0210202 patbe.ot,als,l + atra Yrtillar,tr.NN airaaco.Mf..Nt} 7.12 is .02 Y lloMot lee.gtrl Eft .70 .yl. Y Olt • 1S11aat'�ISt,•4t If,114.71-fllµY.IiiM 7l.,iR! V ' w01w N. :p& < /./t LL -. �R a1»-f/N If/.is r.,�6 0.lw.wa. IIbr6.afb r. r..... iw. Mn new 04.1- /r W. w44r W ■/• All,11 AMMS, tl.tt•/7 NN1OI�•7RA6 ICrt'ta .1$..1 Cptwlwo W W..awe.H itxtw, r11- 8--m" '�:'::fH.►earp..n. /-77 .N .H . .Mw.u. /NlInteo.rnr O"r wl01.t 7.491 ' l.N ..N frM-6 S.aeNl. oftO.- /.N .N 9.43 .w /.22 .N 1! N ' - b w'N C.rp /•H /Y1TSflA{a.. w.u="..yCawq f.l! :'Um-C.- .Crtt.WN f../r1b,/rN CAM.r - ::fit Itl N.0 LN ,p vu Gw 4w{M '�ItN.Co1r..f1.a..fru nfiN.. "ttaKl.t.I.r.Y/f K WM .1�OMef - LL.ri l.ri I. .l7 ./rT•V1,r1uw,/Nrr., - datu Cru Orr 11.01 Ln 7.N .N SAW.."Tp CortW 1.H .N l.w wl ft."r itaf.Nt tbwtW MIA .11 1.12 ttrq .A Sfq;C 1/,N .n tri til tllfl./t il.wfitura acct.wp..tbbx.W M.W.Iwstl.ff Y11.! 1.90 1.11 C..*".Yt<.aftN.ftY, . ;Yr/r.Aca.aa.MN.,ftl.w. R ti.N..fr..Y.12 rt ftaw..a/er.fe,Cl-, r/Mr.t lm.1.wlitlq - <.:1M.e.Intl..h.aM,►lad.. W TNt.Ywl 21.11 LU 2.49 .1/ /.cr.<.n<. tr.:.pt1 I ub.1*.rr N.w .w .N 1.9% .1/ 'www./Nur.til.w TaY 1brM.tnawwlw,/r Rtr1f.. 'Aat/N.. 1Lw tri - t.N ,w r f�ettr/.t LL.ri l.fp LN l.11 .LL tr fti-l-Cwwtr 1LN .w 1.M N w.w.1tf w 6.e.aNf . M lbtr C-1 T,T{' .N .N 2.N AN CwwtlN bl tarn,b Ift.L...r Y Ilttr Crwtl LL.N l.A 1.N l.w tri ::.Abtfratar."It): ''MwrAA1op.-f.,apb, Wtl.Y.u, r I9t.t7w K C..".Mu ,sn. Nvocal colw.nw. t 'lou..t Tr 1.1<r C .tIN 0.99 .N .N l." .N flu,u.p.Wu,tbit.t. tN<s..fwad.,Strl.Iw tib/q..wtr.ebb.. .,:fy taelrne torn.. /.N .N 1.25 l.w A.W.T.rtawt.lr -"I. /lit"Tr- - /.tu het,A1Nt..fMe At, IMfir/fw"ir.fru flwl7x..flrN/rt./New. -%�►ntiet /.w .w l.N Tort.nWt►.iblrt. Iwuf:61W W t.l.0 TwLu r r..C..NW Mall 1.0 1.N -M�aMs 1.10 .N 1.411 &.f..t"r ft[-.Cwitlr 17tH l.LL LN VW.. fN!/Al itO112M.IOL l!.NO-16-PRMV.ANTI 22.fm fecom N. All-self hN U N="=R Coif-0019 5qe N .W M•.fu fw. e Owe fMwe ■1• T­,_ v.a.`. 0.4 1Maer .IP+T. han Mf• -- t•...1.• _ 11•.•T. bzee ft .ew... ee t•w -ISy taxa.u.1.Ouwt1 lY\..Me.•t..M N a"-Me... f tf.N f l.lf 5 1.10 .w .« a.•.el.. Metele bull f•asl.e.e Meet..Out..iM y 14 MU"..R 1.W.l U.q 1.11 1.19 .N .N a+-Ittetl •lt.0 .l.N 1 l.If 11.« .el bueees..,[ewlea.,fit.- IN—%.y Nle• l\.0 I.N 1.1. 1.M .el Mglet.,ta•l t.f r111 tf It." 1.11 1.10 .N .N Me.Selte y.e.te CLre Nfhe."1.....,-1 sp-. OyI- M.wa,see 7epa1.,fawul sef.eie..e ants.O NttI11 so." W feel-coxal.. _ .mss leeie..151.x•,.IN Au wm.4etw OIfN.y. tLft .N .w y Metre 6wUw U." .N l.N IA .N owls PxfIN Up... .f/ •I.W.C.M.eb y =Met".Get-tl Dors.. _ a-aatfeMe O eetNe U." .N 1.78 .91 eltu.W.ew.Max;.-U-. - Meehr.Meth.O.W. N Ime..P.Naae..Lemee,. fWlis.NI.•f. M.eMe,Nabe..4bee. A felt,•nl Ie:.fee•.M S•..eeet..11-be..l.tee. fa.l•u U.N .N .N Mete..5efbf,NY eY faN 41eetM U.N .N l:N ,N Irrl.e a Meeh.f.fYt.e r..e.r. 11.11 .N .N tt.T..&-orttee U.0 .N 1.N .N Y u«. Week.".5..5.116..Heft CI.•nY.se.Ixes 4rfW MIS no." 1. 1.Us , "All .01 1.111 1.42 .N Met Met..MerMt.time. me te.rase/...5w I7 etl l P-Z•.1 w.1. .N !.! 1Jf .« elf.- tt let"oerM /LN .N 1.74 .0 wa7.ru cul t•r etre N.11 ..� l.N 1.N .N M.Maw a...tf at .N 1." .11 let eir.tf.ee M­lPe . wftc N .1ry .N tee.• fteset.!t.".MMee.-a .51� et weed w.0 .M .N ./► Me1..Owe1w U.l. :N 1.17 .N flM..i y S..N 4s ' O.elw • la•ler. N.M .M Llf .fw ha•cf.w o f See MM _ Oa.tM '.00fP 30.91 .N 1.15 /.l. .N IINtle ed 9.0- 0..tNH..Ub t 0." It." .N LU 1.311 .N NtswtlN gamut'.. f1/e'e.fpen,tWtt. _ U.el -�.w tyU 1.19 .N OFMAN,MOM.NOI.42.NO.5L-.f11 MY./1NIl 1!.Ips - /t.MtWS M. q1 /nM 1f Mill tl. tllt/diM , , iq�N iM1t fi►ltettlo ht[�.It � ; lifo0li..ttt hPw[tCiwM. i,i. Mt! ♦ttrt� fYrtMre � - Mt •i! PW-d— _606. r.i.[ Utnttt Aw�s~tw ttla I. f�fM!1f�1t ►=flt0 iaLYr3t iltrti- tflht.MA Out..te. _ lwb..s,Mb MM.tom. - .:!NlttM». MNirilr.Mtfa. ':ff3rr .ftn ee ... r hatel"I buIto Mttea. Wt p /.tnrc.d ilMitw rr.Os­ •,�Q.tt'K.fen.wt��[+Ns[t!. tt Trtaiq p*—*1- •I31.01i 1.M .fI 01.02Meta'.ftw JcNutw.fat.Y. foibtt .c6lomv.K brat. eat �`;lYrr YMte..ft»Ifit». Cl .IN.tr:tbie. :[tat=7. l.eW,Vitt.,.,icor . ;';lyslrc+w..leb M1f tupt w ftRMMte.bMtt.f/a»t. � Qrilirt.id c�Y.%:tlwu ftttee.ftirtt.by etc 't rH-. - ltir tbtrtiM I/.R .R i;iM-fHtr1 C-0.4 1—R.41" !#Y SrtrMt -4oft 1—ra.0 1 00.11 La 91.00 .R Yaw4.1rtb.Mart, :M�t1'a*.MN rN Yte /Yttt bNa.b/brbr ...lt►triAtr. lf.N .N .R d irtb.flr,ItMbMt. Ytat'lr.tbN[s mt[i.W.. W.tYatar[�rlt, 'ltifirr rhlltt[iae.IRtpf. Motlselta.Moir.1t1r. 1.bp.,fer arrtb, ff.rbr Na[tr.f1»t.. _ �lE ltttebcw:fta IL[M. f![.ti[+ttarr V itttft. „!faa ClYi.Yat,GtM1 itt htwelrat.ba hobo,, .'fi�lr r.f kxas S [Ht ll.i .N I.M a. .M YNa Cl-r.1rrW fhaa. aiYtl�r�llai'fltttnft Sam.. Mote,ttaatt. .I1�i,fYtlr lath.tYib. bafar.Af»a.ftsity, ?MM.tr Mote/tow.tai, VIA.ati hlr Of"rfkettf lf.ti .N 1,M' !.N .M1 /r1ff.irN Hatt.fel,+ ilfYit,tftbre OalatlrR, .."fii fiatit Oril» 11.66 .N .N .N - tta iftf.M.'w.rbtar t� ..�lbWeffwwtll» N.tl .N .R .M lrlre Pttaelaa p.i1 .R .R l.M i lSltllififrlt heir.!tilt.Morar '.t1th11i r1t 4t.tre 1pb Mtrifttt.Iltrer lee 1t1»e 1 gnrlet 11.36 4h 71.11 OtrtMr t.R 1.68 .N ' iN'Ilttta aK i+RoW N t ft rr R"Crr '11tutMN 11.61 .FI 1.22 1.42 .N NNRU 70--1M0.T.SPOR,tl.1M �' walti.ro.�-»» «rr» iteltttss w. arflai» �,n * ' • Vdp r� +pr.irefr 0-m-901.wr C-1.a.i..at.e.+trlr Mrd. tanew. •t!'l t D r.4trr.t.Mt.ryt ftyl f o"t."eef. .m.fa ! rs. awtruet.0 e1 b Mre to f r.Y G....r S rtr.' �M t • 4 i L ! a.» .a»1ee..t.t».t a..l.f..rtr r+t:Qr s.W W M!r.ra 'rt ftc.tt..ff autt. f/.Ma M.tla.fo • row 1111i.h •!i .Ii .. tt...}f. ta!1M i. OVA"....tci4ur f.n rr rrer ua ta.►#I."vim01.v •�31q i. wr tYear t..ecnb.t4Y tar toe tins r at, i. 1. l.» .» •Y1 a. !a lee.tn..f Se".f.!! s•.. •fl•fitar isw/!M 401.E 1. 1.» .fi .Yt f.r w r ffrtit,hrt i<Wr 140 'i..rerr is A. tfee 101 f..r.01.11 rt Yrt to"Waseto ftwr 01.1 !. L» .fi .0 `a.ae'ai feer..S.Sp,itr f...M f.CKS..1413. !.�1 i. d. 1.70 .!i .» kl"m t.ebl0 w.1.10 SIR bw/r.W 01Mat nw r.ra att..ft-r.r.Sl.a1 014.rr.r M r�.1tM - 't� lividly . ` GROW S.L L 1+w •t.Yi .w .10 @Mop 1t 1 Lw t.» •Si .» *Aft 1110" ftoor1 1.0 ilk 1 i. 1.w L» .w 1.0 L» .90 .» ,�. preeay ife4 Lee Qtt4 a - i.a Lw a.» .w .ai t'A i Lw 1.» .20 .10 -�" �peutw Ifo. an-»» "'n» •% � 0 twe2aag - luefrm Iawe•ep o Cro.q la -.1: l:v:,s1•e.a Aaersr eNae,rwo""d ewll« tKp 11Ar IN.W.at«aw t.e e"aeU pwa Arid.0aer wk R,ran•ar. W I.toplarMt.M .f wit/after td"t••p««I At—yw bata p•aNl a e,et,r al.11 t%pct;6 Krote W.!petite.Iwr 1J'.7a11..-2,,,d1 c•noaae wr... 1 Ca ate earr C•Kfeta Glow&too I Us"—e.p•«nl.wetcwtlee rf r w to d:..c-n Crites z•,oringr cat 9—'a.Alta«tart:Page 6.8a"m ea•al.ge ere mutt cot:ar s,aea2erfrNeeaen,Ieeeeaten, .•'• J 1.. : c:Ja•ala)of pipe owl 17 Iwcketl Rwp Step. Cmtea heat O,r•t i f MIr ff Rleettt,tYlaert, ;t.tc f.:.mz:e, .r.-o:�� ...,:-r�.e lacer.rot-a.zd ec•. st•aert,ppwTapRae,m.Raft rarau a.•Na«Ie plpelarer•• In..r,otic and 01./L[ ft-t«.ript U."..to}.let pip.ata mWevi.p of eget. ac/t•tep cep.Ir af"1",hwent R.ktit tatt«e,hat 1. E .:.5 ) J S 1:1'.. �n r s•eslae..y:):•:1n, pl.t+.IWbw fan«tt«e -r::••1 _ .,i r •1.-<w aqU raresme rotten I nn:a,vp:wley:!a:r r. Pi:citrin,u•Iten,aanetn, cloy 11 uga.tl lk—1 q Cawnt Mute M Ynsll.g or e'aetnt -r�- -- - -• t b;un,planelc pit lare[et Mt tele «pn—,c7,ote-tetter tat al"r Ic4«tq—bi,abort•*. c Java ala ctricr W..—L.—rwepnl parer s«t«fa.per ate cl.t—Cotteet tlJppl•e r,d irtnainer (•-. a. n Ir 4:..p 111 W ret gen Cm-re"laLM—tv t - '= + ac dull O<tl!«•t�tlp•tr.TKR ta.hrl placing 10.0 .ra.'«aot.1"-U.11-1*« twat fat Sat pcNt«e1: c,7)1 r eacr rcal/flar. Ieadinr ata r+lwdlag,a 117!1.9 ant 6.411"At It..A.••d t ,f e'nae:a c',f;r4 D.nc!rennet-SM w elms« mt cl•I.f«• In c01•eweing—ate ewpwtSms pntta«la e.,r= .ll :,11 t sari.•1x11 Ka:o ALM DIt-%rW61 ft . cklrr tr.tna Hall«tire ares Sbceis•rq slap.rt slomktct.1»zAtewl slyal ll.q wa oatl P.M.pwr••tle ta.pet.all pwrttk,alt,Ya,oY.l•atr la ct:,hrc1 T1waKatetd-Mil cwt t-U,JNkleg af pip wafer 11 9-k" -'K ..f•.,�l�e matt vanutwel cl1-ptk-tt a..etlmr a.g•.in •v alv+pl;raly'or c+e lco I".pretpn o[w«h aooy J. All Q•.wp.«k af deer L,pewee•ks k.lIe 1.1•lnel.elet 't '�•i-r anJ s.r liar ayp•;laszr[G.a.w react*!-site Mt rot 11nl1•1 to•etwt eka«rap t'lew4.p tY rw11.g l.em.r I._.tart•aocc Carar.ctioe Laorue 1K1•dly arid"ad"pwfetaf laex•tex s,•!•t•,to"apaataes tin littr%eet street CNa.tta•Crtaaneee. -k.*11411 by Will.>1.-1 aw-lar D•r4c«r-9.0.01 Kid,&oqq ' wwtkdt«al ars fauatcwe ubmaref ittl.p•slfMtep 1MY 'cd W..11N tjrf a C1a11-r Tech*111.101 Jack lap arlllanl toaftrat HMre.MfwMMre faeq•ba-we 41%err awewsak.r _ Z. 'pu:..nf«ll S•rar t.•.(m al11 tar 0;t,cnpical arlllece-til U tm.w•@".I.Trat4w ewe Ilrt aMtr#feeteat pY YI4W o :lite:rte-)Naha:M 11T^w otM.a of N—r flail**twit 0a.ettt•ala Tera cora**[ �e trtlrsl s1a::er•ant hr---1 All wzR of teAsly,plxkg «eWpwr!bel rat atetn4et «laaw l.eeetq perptsllap.cearatt Ya'-:vr A e.ptnsl.rt of.a,aeeaat type t•- ft ewt wk«a tMtt—•etm l N 'ncat:_..ne. ad for recn I-dt-7 ad"pYelgr plrya :a:er•1=-1,1-7'rfabp ui s_eeN it-"tRtr sit pclei.e tAaDlou ,6a. llry: £:,n1 Cleaner e M1^arltq clMp Itc)+ erre l:q­J a:aldlq Ol.y la 11e0L 14-1-lite QAttaa.Hkawlp hiw)C.—Omm Otaep L Ower.!tarn«s C - l..fi ' FEDERAL WGMM VOL a.No.tn-anlwtT.Ara*n.Im t �.44elft�#pf4-NM aIN>Y 44414fN IR i1,4e 01 -7WN e1"fats 411.3 ' ' ,.awp 1. New"Itltlerr 4s e11wst amsts m#Rahe t.,aar swat n1tM.4trr.lstsra ar•!wtfr.s Ik.rt,bsk a•.Yt-.Mmes does"."R /tom"No1ew prlgNt �� lia.ew pwW 3awal 4arf1N plge ■aw 12...22 1.a.M.. ts�ia.Mt1 '. fliaa 2. 111.4t.detr 11L.te,)4-Wn. • t MMeo low as vWMA • Itat.Us-•trete t.a t..-olwo-0 must t ande4 Y 7tese14 Cu- itw O�MswRw SAM ietatt ss.)Deet 1-9 g av FOwt asKte 1100 aMtt. _ • .Mr+•e.e Iatrw•)wt4es.•r- Msess%.M.ter•)N.sae le.ar.. 1•claMlnq aae eV 0x[114 trs w ale..aI:Nee uealr - �!emommof!tisaee24 + 'ittyy.et Ia[:leaan as aFite aiwet fe•4teRK•11a.0a 7att ar-Ms- N1ee �. .Meat t.teaeken7eabul MtKi Ixs Yiwte W ietKar a omm". aN.l 24.» 1.400 1 I.N .N .14 wttttLete.•-was K etKi K.iietitW sheet"ae[.ta.r 1111"= 11.31 I.Or I.74 .N .14 -. 11.13ee iw I 11.4 1.0" 3.32 .N .14 a..a f.N LaM L7� .N .la i -:ftst►!s CY3eteWq tlset.•4tt PaeMeaelwylYat 11.a.!1110t.e)a� i w.e.Mt•.t hattK. waa,at fteit r1"a N Nr softIr21 Meq-wakes..Itmo Minot Ml111Na 4es-&44.0" 41,410 4.99 LIM 11.74 .N .14 .. Ka.iq rw 111[..6.7)DOMINO,4-11wtYyt•1"111 OWn q- 11,02 3 14.14 LaM 1.32 .N .14 food-,iatlsa arm 3 31.99. La" 3.71 ,N .0 r - am 4 - 11.14 L4M 474 .N .lf 31410ftw 3. 11traa I"vast 111MIry Mawr 40114 f4+4 1! fti.aN raeaa t/weiM BMs MiAnR tmp if t11.sI14w, arlr.e a 1631 LaM 3.74, .01 .#a M 4K.,4wtr.•/aaeett.e ttsaa00 4w 1 11.15 1.41" 1.72 ,01 .to .. . 32.11 f ILN 3241" L34 .N .H .:a4M'M 1. ft.i-Mit3N wr.e1.,"bu.0q MI MINI 3Ntaf+smomem" arse f U.n 1.0M 1.N A Stamp/, 0-01 1NerK iNa:lsfr at!•1Rkr►a.Mt.lteiltp .� i ' beare.leaRas r O.tNs2«4021" M1ReIN 4S M ` � it aerLw.4 7...prs amROA14.MM M BW - . 11tse 1 u.1" LRAM 1.74 •.N s14 04002 11.01 2.4M 1.74 te1M 3 11.810 L4M 1.74 .N '.Il ' •. - - 11iMs t 11.111 L4M 1.74 .M .11"• , r - I Metre 30111"4 7 , s - - M1.Ifs.ae.�.iIN1 Rom ft" 1121" L4M 1.74 ari0 2 31.99 L4M 3.99 4r 1 11.11 LfM 1.74 11.20 a 1x01 LOM 1.1" .N 2111 ' Moll 7 3NNK n4t11R SOL 4%1@.77-1100.X,Mol 2%311T f.Yl.O.rcr.fy.w. /..Ir f+10►..6.fr.r.'1. M..•1r f/.r..l� lal rYA 10..61INI. �0H> ■61 ►..4w Ywwira a.tt••�•• {'-•-7;1 �:1::.^t]S Irut•16a.. MtM ►a•.+... fwwo. rJ,•w lute N..If7tgtIs"w66.N 4w.7. 4M•ir. le..We•11((.P-d of t,t 0rr -./..Oge1 N twl J M tift11 M t..t-1-6-...aft ar a.tt. 1..acawl.w.wlab..6.1fwM .a0 tu{filp . ( r•tle: 6.eau...retan.le f O.TT f l.p•0 Lr .r .N 4u 1 f S.A .4 1.61 f1.10 -.f,[•a f.11 1.01 1.01• /.H .N I.N 1.0]• 1.H i0.i0 ,N 1-U 1.10 _ >.f) 1.07 1.13 .16 .16 4.a t 16.SS .N 1.61 1.10 .I-].. 4entat NArIt/6Ytf0 Gflrwt t N.ri .r 1.16 l.lf visa 7r IO.N l.N• 1.H -M .!0 4u t 1/.7f .N LM 1.11 I,!•:a_S 16.33 !A] 1-H .p Al - fruf 1.70 .N .16 f.lUl./.r61.a'r{tk.atrwtlp !ar 6pa► 6 1.etua U.J.".11N ZO y rrt WIYrt r-: r Via.-1c Opt 01wMw. 10.75 .r 3.76 413 Ie.l f.A 1.01 I.H .r 7 I..H 1.11 l.H .N .t1 ro"N0m. T-C--C--Y.tvm". City,Ift 1.M ft WC a. 2l6w aa0 11.M 1.07 I.H .N .N 6r[rMs ap ft.a.Or.C0319w A. _-_1 A N a..r MIN t- M 6. ;'fianGll r6rralo! NN 7-I.t.Oft 29 t..3 MSN -A 1.lWift M NM Ml .16 a...MN Cwt... 4sf'l II.N l_Ot l.H .M .N MMsw.0 M Ise.3" 11.61 1.07 t.a.T+r- iq A Mlr( rre .f . 6epa f 11.N 4N 1.H .M .11 •wal"m 5.30 Sft 3..1 t.p66 m'"t Me Mal q.3• Ab MWAA.1010114K VOL 42,010.73-817111.M011 7t.1177 . x �. lownp 1111. ran-Nn ffff n /raulf 111. COT-" rap N 14111 gf7lrf�e 41f�lfw - •IMrwr7M rRp L NSf11S.S b sslf..1n.if.+.MMr.11..SSr..7r few. Mf• h..1r 41..+r u - AMP.41.. -few 7-it a141•�+t� • M li. NerS Orlw Mi** { ■om a0411r.ew QOWGRS f; 10,13"9.1"1 11...11 7. 17n*.f*1*t mm""—Wo"NISI f.in!I 41.111 41 t. f 2.63 .N .N ". tMywd trMw.r .11 t. f11yM.M .N . M11-1fR iOtSNM Sb.RwM.Ra•*w1**is MM 1M 9.05 LIS N 1 4w i f.N 3. !.4141 .N .711 1.N11 3.f*.%ftol—.M Yhr 44-41 Mllytyfibi fww G.w 11111 n.M l.li 7.N •N .N tM kitty 0.1*e Ga f 3/R N.1f 7.310 .0 .N ,N it*q 1-b iM.i f1.y lkwu 11 MMI*1blU* .. G•A.f L.17 7. i.M Gw t. 11.N 7. 7.M .N .n wiy ft fff.Nty fytf.•r M nw k biff.*i M f 444 it 'IMI.Mr Ne"ft law V.11.•.v hr/ 11.1 V ft .w ft" w w*f**M.r NaRwf b el—nl11M t.R1 f/wN. fe nMwt."np.!M w"a%&"11.11 1.*/*t f11.fM1 4r•f••* K MM3 w#.moo .!••.r•f Ktar nl*ffiR*t•!r N7M.1 . Y r IMtifly 1 N.if.r 11wft @*M.ff 111 wA&"$.ft"n • ♦tll*f blwly M la N>t 111.11 S. ff .i f*Mw ff 111Me$w AMNf f•.wif 4ww.n3MtIRe "Vo 11rtlwl NN t a 111.7 ffR11w*M frill N.In•r•.f1raS , SMS..P.M w••gtinrf MarM*A r It N Nt*11 P+•r•11 11rMl**w 4171.MMI tiff R1.w 111rf—f N NMS.tiMlr T"a cwmt O+.n till bang"dowl"w pafiriY41 ftlaw1.1.4 711th •. tiw"Uf171I 41m•h.WI."—AWAY.AMII 2%IVY � Q �..'- �.... ... a.t7Mn Ifre H � /rrt/tw M. .)V7-NH t•re H • I N. ' lOY tan!!Q4 t/rt70r man 1 r 111 r•q I. lw1wW N Ott—1rYt•w.rl.t•.•.r.w e.w f,r.:.- r.lt 0..4 rwr@-a-V" • ibis.,all..rdf.d.71fwlfr.WIeMe+•I Tx t•t M-0,r.e.a.e 1{.•11 t._* 7/.e..Y Newt rtr f."&.rw rwa.wM /.... rw. slaw rw►'I. c-w_40•.tawl trM.et•wI-(w w.d 9.t1./1w I W.M. - fYe owt.Nw Ottf»fr tlr..b. h...et•r rh y.t•W 04we11!rl.•r•ra rl.•t. / SAM) ralwlc.l . to as M/Ufw�atel•bl.I- ra qu..rcr . mru rlrwt.rMr gwwM.M.••b.tart lite w.e.A•1.br - ra rlewr tr.w.wutw/t crew rM•r 1f. /A.N76 f'H11.1/ / l.»` L1.Mr ,rM ..NN wMtfte2.tf. Gp--1rwl.rlcegtw AIM- •Iwl.l I W-; 4k., f. -nH mlw Iu -1.I r. Mrteb fear.7rrlM{wtt r•w J. 9.326 Ha2. M .0 tr -p .rhMwu wlwll"It-r,omiN . ry t. 19.// " 1. uullr /rIIM-ft-M4re.W W ww•. L • elft•.y. r..r 6 U.17 U.6/ 1.»• ).M .M ,N e A-1.1.ft-Mi"r.AW It 4-AtMtw c q-1.,7 U.A l.0, !• ).M .M .t1 h•A.ralt Tmw r1u,t/wr••.r fres C' Oil.. d.fwh r•T/. LAW U.!) t. r.•w t, fHlrt a.e►tt+•er MII•tt f.ral•ew.MI&-rerw gw 1J rlsl- M•er rMar rl rte•1•tpN!01.11 am- Mt/ IWNeIr ow. h r•q Ir U.0 U.N I.11• ).M .M .N w trlM h �•.(tr•vweW}e AIbl.aW Iwt.e.t.erlullw w0 r•.r It t. !).». tl.r' ►.n• ).r .r .N 9.t1e•an "btm ed f.••er[tall.rttttw mitt At 4w1. rw►11. ll.q U.r ),Is• 7.M .M .N Mtlww.n.vp_.II-Ai etN rerr 11-1. U.M u.M t.n• 7.M M at �r..�J/-/. I7.» t/.r 1.76' 7.M M •» r•y f. cM/t•t••.tf•.MM(7 w tl.C s tAww Iwet l r+llt. 7-41u•n•tl rare M P.IWIb Am-.rt•Met•It(IM).r.M-11 •1•tt•M•/.77/at taw u .r•alef lralw.ft--IdMY-w•..mft'tt•p()u 11.►eWl.f Itf•te..r/fwt a td I tlh.t re elf.• d tuM ar y.3.-Mat"n a„ r.+r f. Y LAW fW rwtw w•wIM7 rr 1l r tl.•I/wpet ._ Fh•r)t•a..rI_M rtcf rlrt•1.•t w a".[_.N ter(wlt- A F."IM/ret)r M.wu,elggt.•tqw.wf w.r.41111.,••/twlw �w r.elrp.twtle•I rd 6-60tt•t 1-w mets w w.wll.r•.•.fw . r11U w 1.04 Nt rerwetw.mer a."-trarlul w.11vt.- flrl.r ftlW COMrw tele.,w aver n!wM .ylrlt watt•ti rll n.►..IMtew W tltptu.lkl wwt.cwtlr w ew•e..rwt raafr•WI rw•rt•Iwwtttl It1..),ae•ewf,flcwtl • rNfe raw•W IM tHeq.rearte.t Yti 11N\wU o..e.•/ rttw M.aW,Owa.•1t M•t/e•Itt rrt.fM•4t•M..bi r1vM WHIM M trltwl.I-.Jwtt MI Itttt4.r tllf law,elt. r 4••M100 M1M1 ret••rrt(rrrlw'r••r W al•11w1 04I,.I11c erw•N ptlwll rHyswelw a.epetM r1wM•.,!melt rlt-w."Ital rlplW ft&*a w.fw tlerla.O[,w•WI..tlpll.&T-ww .; Mt It/hlw tr.1w/ft•testa 0.011 tell fiNe fl.d hMawte • rMf•w brte. ' woo t- Ie6111101I7 tHMDA.VIX Q,M)t-4110.AOl„.iBf . o LL6l'sa'MM'AVOtM--SL'OM'ae IDA iUMM VM Mal C. n wo 111,8.SL wlMta+1 0+•n MI r-.]l4lslw 112.6 NalWaO wrOM"W"*,open"sae r Iso.Naw wpm.aN 9.1aM "S•aM asalasse SOt.w Oa.W 9.q Mart saeat tMliwr-3 logos s.sosof �"•wlasu IIeYs"741..4"a"9.M MIax31 oapsa4rsla oft-" w •M aMllnoan%MS a•10µM ave Tote."a+16•A 4twta aPI.IMM aNSwl saO&VA"w al•ws•"••M"00.11 wsawt-alas•„0140 Mata Il6"""I NS1000.&nw San waw-a1M,Mw/1•.s\ave 40042". _ NM aMaM-W IlmMas.gra..1 Pass•uaaol•"11x30 "%a m @"swans."a.s"S1»ou a1M/w Npal4W a6 61!.101 lama tat Isar W"ummome I I'1aa•SwagaWi SM•I A•"t 11 ,y.ol 4180...IwswW SIS SaN1Ma1 14w1a141 P[a anR+3..11"0 ave arbeas"moot•101117 r 610",1/3.411.aN6Mw"aaM W11Pl w7N•ltw a•SIgI11Nny>! q.IIaNt mmolamwa-" _ aSp.INNS a.•100.on= awa",wWIWI$61e film twlsm Am Saw u.pan SgaW..a solpaoop Wawa/.yaw-,W4-"IIWIer • •r17.a.I...Naw 046M Imot IIas/I11 Ma ft-.no r,l6M Mr� •W , . VMS a R a.ssl mgpm .FII Man S.ataS..Ws1a.a.Sa 4a wssa"II'sra•11•M•a oft 0.1101.•1 K'•An M • 03."23 A 4a1wan rNSIWSf1O/wlM.11 IpaMq 10.3:80 I Iawi,10 � IF"'US•ant•M SIS a...)l.w.nan 1000 =6 a)It-SI•]fswp swan Iws4lm 6.111114-1 sial-coal aft daA f S. oi•.•,'e.Wool%•wS•"as a1M e7sw a1 MMWM sww pada MMM. n rs -Atw1 Mala 0.0"•It•&-am••"a•M L f.."""Somme IM aNalw awl 3,1110.3.sea 0,60.1 •. V! 11•"0•"IS awRlall Iw q w 140A•Irt•q.2113 aOP.I IIaMa Stl a•aM a.W IMsa 10013.Nola.at""p0.+a Iota•uff ars it w:V:ay -yj Tama I IwMww tam M)•"1174ws all.1I.6w wan •Fit fs» on.tw..s••al KI awl"•w ig/79W tan al,aa+,a 0'0.ac"SI[42.1.113 0031113+as.aoap Am loom aa,ws OMawla.a7 AI-VI-41 ,I.waays a* o-ol-00Sol-owl Iw..W aM•eS•s.Sit I•laatwt�.0 fq aqr gRtM (a•iawM.ONwIwOD IMq M,a10 I,aMN w•aW Tarr[1w4 4 9.4 awl"•am).w.a avers OW asaa"S ts.aw/w Iof"0 aaOW so SNtiw I�SI•r lstol+a MaMI.mme SWM saNFwa•w u+rlaw rwNae/S+pWO alMs.0 I"lap awsa s1•st IWala.aa.la Imommi.s aaossal al some "w 3.11.3 lo.r4 Msarta,•awMW4 lonq ,u,n a»4 sola.»+.1.111 - M"1011 It soft s soon poo""%am bol"maw W"%--MM Dow$&IlaswplMeg".aw raw,aM•n a•tp.a.."'A aa04/S•ew MtSr wawa Ilnts I=11Matdsd wfwtw ave anela.al Iwlllaa+ 40""p"farl►lwf9.11MW.-nog loos"Wis•+:•l'0 1wIP9.0.s.•Q -8 1.4 11.3.3•".low.".•lea•u u I"ptsp•too on it 1.-&-Waw Too •Sa•01-13.'•lova•1RSaan 1`a•s•r.leans.•aaa-•e so wlMta+t 1+Ar A rn1 aI.MIM esnl 0weq.NM eawatMl.W-1aP�Sw4•r w,.o raga fN a•W.S14an 60p.r•Msa11"sly trnq.."awe 30."34 Sol." - -,.%**ala•ar•"a••w I. S•ss•se"s9.n f.3211 as t vera w0.1w>• 1w..loofa"gnwll 8"""r...aa".1-4a./.Loa I n d•I,.0001 '0.2.01".""loose•11111 3•"sews aa.ae IIsw1.w-1.3.113-me a."s.1 o.01as Ilawlwl a"•Naar 1•es•H 1•KlN,o/K•.nslMan n awl II•"I 0o tl wtlw4•1 am M f►.••a"a o,."341..1 al.w ao sI 14 asan.1161 IMa.a.an""Mo0ot0•oe 1as,ao.Lala gang:•+l arty"am '4 p+,IM7 8"1+48/loos a.411"N)awl".M S-0-9./4311-am..IOM 17o,eow.M7os.;MMII M„Moos o"As" 1=.' wiles•111 I(-a.6.1palooll •0a-Mt ave mom ave W "a au W04wllw9.[M Maw 0&".ft • -1403 a, .law l.11.01.31 11+01 t•L»a ,,:sora.." u1 w11"a•t taw In r.I.l so "-I•4wa I1a.assoaa.mega/•. as.was 14.•3 Ia4w►q 101"aawluaa""•",orfs Iss4+shoo[ -P"Mta Pot 8.90%Il"Mesa 4aawl aol"n 1/•4F."'I...fs,114.30 - a.J aoo.11"•17.01"t4a.We ar"pts•7aaa•a0-IV-wW •I1 a,.ae 641 fo 100811•A7 Mt7ssR M144M-7101 a/•3.0.11Baal »swa oTo ,olosal-t w,6"alas*a%wan Ml1aS••S-nss•LI-A-4a3+/!1 „"'.4- f.ws sl --I L-soaooal oat." n11•6.1sH MtMaaw,s"I Waw,M.1^11 palta•I••d»:a.0./4+.:.211 "Ill11•1I1•.woa Wlae•Y-at•a alas..as aa.W A.a4aoaal oa/.los w1Y.M s"4 Iwaa.Yom M•N11aaeM sm:.nl wlv,n 1.1^•-17•411 wla7f7,14.•.00.=11o.61t•a a 1wiW"wlsl•a+8.awry 11.0-•. •III++Ia+t lallrl-1%-u Avg""••ala IslasormJ as.sada q V.I. •"I•ae 1•s101.+3 Poo.a fN -""Viejo•I(S•M.a13•41.••111 Wry 84.09 Mas.os,pore•laasole•1,11.1.0.Tel:+.10.03 n .a•!=•J aoo"" - m I wlMla•1 ass n fol wiFgsp ata•a.w7 0-0•a0aars.r•..aa u w afl.n4s4se naso"08,.11.e lollaw,a fu 11.1.0 areas,e Tula IL"I.M a-asl.-.a IW"-Iw 11-aw 4'.fa'"1 wiM1s1 0s.a MI,8641 0+•wso,3-,s4,"•itobal s"4x.11 a+Maaaf,o.a.,,y:Iu{l Itatwp�Y 4aoe 014 106114-110.0 Il•a•s•r•aa• 1/1 ave 34""pr I" 240..1 Das Jo 11 a114e loss"y Timm.seg a•r+.W-2113.11-19.10,Is M01 -i'+•a•"awII I•..a-•0a•.0 I"INN•/0s n 64 INaaal-mwm •-m ansov.mala wlMs 0"ansa•+4003'"I"aawT4-10 S-Ia Il•a•a•11•aea ro 1 Ssles►awl S.r-a fa/ INt4na641.61.16 .0-014240. a.a.wls.a ate 1"9.S•IMl4a'a.a+aa-a oaaaa.v3 rl/gats ns 112••+1.10.10 .61..411 aa.slt•fe s amu•11+1*1-3 VAP,.9a 3 vl a J 1l f,Was, Ill PAW mom" All a••,lay.r) 1g.w"S al11es1or allaraMb lea - ♦.aa4o) .+Talo+LdUINIS%moo K 46" WRs-4410 'M mlttw K H" MK-URs •O/IOIe[i - 2.641 ust'u lea•ir�re-•u'a+'o•[on'swrw wwor w � N't W •t •K (-"T.i tis'[ W.O, milt osrr fi.I""NI"W • N•t K' 't 1�'if /li•n an.i ' nnaiW.Var-sY I,f)aaa..a n.illn 1ia9-0•a•+!t!n Ill.—"I•Inr m•is sa•. M't K" Nt•t serve trq.M^nw - M! i••ry•.ff ais-"I— on a'frl m4-olmom s M'-.sr M'w f— 1.4M1 NIR Iit.,"+.ar•.f1 . at, fit•[ sliva t•ry,*fK'f-0-M Kf•+f•M t.+'*.f ri•nNy '•l•f s •[f LLrt rur +IIM•n+nwrM►.•f.r t'rs1•+•vr +.ar-"As Barr ir.'.sr f+•.r/s{wt•a/t[•P r{a.- it-"»ar•Ai wato M&M aorN EYM rslslatKN r/H wnaas Loo's IINI N'T K' s#[•t n•K T'RK on w..•n.i Mt•tf wo K• •[s •s • ••.•'.•ar+>M•saaq.r t:Ir1i yitri,!Igaii ivfae - i/T•W an•w•.►R{srfw. .. •nr w.`aMa rarM-•M Isry 40'1 K' Tix•[ K'K Ma»t+t•K wavers 1 I+M••as /it'••1 ,sinraMw nrYti r+.M i.rw{ a.aw•rff•a.Tr «•y n nrt{ .na.»fi.ti+•w•.1T.M MIM laa.falf:/Rtafa tt•s. ' 4nMtin x.ii••P•o n.r.a.+aril wpibraM - ia.al»iT 7•taa.•Nl ►win iaw»a»s arys ' Illlr na.f/iw.ary! irwl r»,a stair Ir•alrt ave asr pU.{a•Rom sfaism iwia aa.aq aaa.ry n.i '.ir r+.fes{ ..a+d+q 111•"ry N'1 K' fit'[ sn*st loam{.# wai+'M/•a.rrt ia•» .if•c{..sw■a.rs Mlatar nara.fw r/T+••s tnr - rtfiar It-" We N' ffl•t fta'a[ IR+�N Ililom alM1f Ma aa.a a.fa.»{tibaAr. ' _ r•.�rt aaiaa a>.a xefr N'I K' fis'[ fN'sl 1`•s•s,•s..l •+V•/p••a O.rd nna.q lrfrillr'tIr I{.YMi �wfK. fir!nna.lq • taw{rt t••r.w i+.ia rtfi••M WItW M11• fla'M[t NTs iaN'tiiNlf!II'1 ,nw'M•t+•fr'a.twM . .w/vel rMR1rfT Lcw-la rltrl ' S.al1lw Ma11LL yr - Yr•1 ••4•..I Is! ••rn f aty Kii-filo 'N IOtfl:! Is MMI i/N•tlo IaN Apt•tt MW AVGW--.t•«F•t.•loll iMsIM tai - - ' NK K• WT fU'K t•MYM1 KT•t asM M'M•t tN•fl _ 126"tLYN•17(ItF tN1Y7l • N't K' WK "I'K 1'MM tK•l aaM M YN1•FI tJtl:WV6-M NK K• C!t K 40M."•1\t it NwNt N•t K• WK tit'K 1'tM tt%S_."•ME q ' NtY1N p11 it11111t turd"na tlt w N'i K• K. N'\t ow"m\aaRat"10 - N•1 K• WK iK'tl tat aq 7TL'Ytil Malawi i1N tills tr/urll P'• rs::u GCI N`t K• K N•\I ltbttt wt K' WK it'N IPaa Wal i atvtw A m tT**ohm Ift tat EtCtF.Sltt JL't t:•W 1 M Y nttalo rn." f anrf•YYtI st taRlagtM N•i K. iN•t Fte'K wr.Y M aaPiRr PUT.a.T"11•.114 4w rgty.tY 3lN tqY ratRJ iapaw M•alai ' t7ahF ratty a YM YrRi rnlrtq aa•aa awa+/a>ErinaP sqr•1twt et taUMal M tlMaitall+Ut attae ai;Fs.: qE••tat Hatay atttt •ai/t-eiP.tq taafa•..dEt,"} t iRMR artlga taMnaYNt-tttt Yd]ttF tblN'+7.,M-v 1 RSI•saitrt Ft+gt P"9.4 ■ -ttE-!tall rIH+N atatw'+MF N"U K• Mrs• KYI t 91 Yaa.a•alt t a+r+Y tw. fst EarIMaM wt•tM•tt1C M '.M�'.It a:aaawa p>A rq►aataa\rnawtl aria.•a 'IPA to -asd lay wars../ aria. [t taglMtM M'4!M •at 114-114-FM•xPt t'art • lrltwianF M•tri t sMw a.1.4"11-PinYllsaal aa:aw•apt t aapw t++••ctt ti rsa:ds:R 014hl=NNM ilolo VIVO f 1lasal saga•apl S Papaw�. 'aPt fl N•U K' Wi• +t4"W1tt h uM •lt K pt staV— qsalaatwlaa'YeyA tlm=lYltt 9l1dap 4(. .l t v—M-.p4 t P•aaiwt. YaYwi aOxtal;itSA?glif •r«'gaP Ynw"'P1 aata•M 'a9aa'Y •\N aYa7 'sa MVI +1ta+M a.M+y •VIN rt .ww�i�a:c 4M1 _ �awaN an'a'atiiatlaa.\a1RN awl w.r.y/•t/,�t nMf M!q R • . K Yi/Ri N14EtRp •/R N aYyKK-ttti aplttli Int•u Tim•,..wa-K'pt•n Im 7..:.WIMI • K M1•a•r 1t+•wI n - w'i K' N1'r «'M hraT r1•.•A1t m •q-p•»tta f Ow.." i"ft M•OL« - - IMI•P•ti t" K-Mfg- ". a•r'•1-•••tar•gIF•M 'tOt LL at.q a•N11r•it IN•twat 1-ta-•-t•t•••qi - 11.41•,1 taws s•tr•a1I M M MMtt7 M•tOt«rr 41-1•itp 1•••t-11 tw '01 E a A KIV taw-r>• •�p,•t11 vn tlt•'•1,tsr •a0R K i•11-1-iii•ULI« 'a0i tt Mwta•1 M'tM K atat0,ti taatp apt,.•t1i - s•rl,D"pq ,I- tpr K LpMI-t it•t0[«s••a1 'tN K MMa•i M••►t 1t . N •M-" 111•tK a ar•qI K awl wt Nan•111•-•1 t•M• •4 M•t0[«ramp«r •aM K M/•1t•1 p1•'•It y' 1[pnq rN 1 K MMa•1 «,•r1 AM belts ris it•••Ot« 8-in attr r i0 ."A is th+•p O •tilts wow aoo TMr � a•1•••t1t►e M1•4M 2 •it•.►i 11,t.e•,Nr _ M'U K• - rfT'T t M'01• - It•t•1>•�'WE K 4.1 wYttttl tO1U Swt MMtq P.'•1I K a•a•'.1. tlrlra www o Lal I•s MR «' W9 Wit N-OTat1 NNW latae m--"1«•MMt-i - A'tOt it rr•a-.gtMil - w't «• tit'- OWN mwa awltlmylw w-w N•N-•r-a•M a„p•r mu M ons 40-P• Tri Or•MI•a1 ara tpw r1'w «'' Mt't/ w'w1[t+p a1T r 1U/•N-Mii•i tlgt Isar - 'aM It aw. •1/11••Kt aRAt A K-i 't0.".•raare r It ptpF•N tat► •t-ir 884-Me s-utasm. •1a•4 t11w!1•a•t•t7t N '•ap0-1111•t1L1 1•s a•11•N MMA A'•M t1 tt:.•ae1 atlr it•sat ..at••.01 M • putt/•tlw[111.11 ter taa+-+p.••ML K Mi•Ia•1 ,r/K MMaq tat•tN is tr'•lt K a•ri w•0•41 ,arq rttilar 111+[[1,+A+ thtrp ap•.•tai«Mt•-r1 - 'tip K MMr1 n•••1t Ot•'tit K+tM•rta0-� if aa•p Mlmi•ti,Ittrr th•,p —."A K Mt•1r- ii• YM K M•ga•1 P. i+••tai K awl ry 'tM IT awl 4-til—I th..q am•ttc«MM-1 sttt.-att K"I"I o P•,•ttt K aw•.a- •-t•Itt TI.a •.t Otis amour t1OD WAS t+V+l-Nota vlr 1111 .•ta«wt�•q i t•tta .sr w •�3�aiTt •Vm ter �w-•+i mow+. •tr r7'f. — 1111 wa-Ly ttMnrr•t/ •�'� h K -1-4 K«-KO 'O M[1t]M of [tar KK-//q 'M wf11:M nrrt•i14wY010010..OM.�•�41••41.'�'_....�..�._.�......._ _ AAH'U Mw'I7r00k6—K'ON•b'1011 ToOM -aleSNfra w+•••••'IY sp n ttaNSMI--W1 'XI Woos-0 4P.••a w+....a•w•w N.«At«a.M.ag1 'KI.M+•1[wtPa•••1 w a«a«7Y 4a n 4-mis N.a..\6 'mMl W.-•y ypara w 6fwo«•wY 4a n SIMMS.a.atA 'Xl•1++'R 4!t••a i•+•++•+ '7Y Nan••IlfaN•1-014•.w 4a 10-p—AI+Na•.w--a tMi K' 'i WITitnq alar•wS K •XI ww"'q 4tlfman N+••+«•w1 Nan AIwMM.aw,\6 t•/wn•t M•.1t y a..w a1••r+raroa v1•\.sS •XI rS«,•K Slarfa.p M a.aa..7Y 41 n A.-W-0--m .aa.4 I II+••1 .ar• K': . 'XI•taxa •a•N6 a w s.a..a 31-11 0 •a 11«K.-1 K wlPM-olwaq t•IS•i>'al M'.IA N a.«•.r7" • '711•t••+'R p ' a.wor 71•\a n ygu4.«NA 'KI Mr,•K S«.rsa w+••+•••w1 N.•a Alwassll--U .Is.yl sPIK IIta+.l . •XI Nwoa•X dpv w w—m a-@.t1«11•4am 0-03\1 - •.SA s6 f.Ir•1=.1 M•.IA N.. .261.0- 161.4.+'R 4t.rn w.....a YY 4.n 6twn.I1—M ,.,.1 Ig11_4 III...I .M Mr.YI 4101-4 w,«a«•11 Nan 4g1+a11---U - '"A 66 6alwi9al iw•Apa .Xt-11—.R dw—a A.,a«p•w1 Nan SI-N.0--U «t+rol.»mi"I lis wt 'la1•t••+'N 6«.w+.A•+.•.«•7Y 4+«11+41•\•,gA I•tw••SA s6 Ia1MI=•t il•• • •6st Mw, f 14.+•03 w.a..03 11 Nan 41a.a..11•-oow '•6+at»,N d-+S 111.1.1 'Xl Mt•+•0 r1\••••s w a.wf«7Y 4s«/tg..q Room anrw•apA is MIS•/a•f / 'tX.5...•M 6«.M.1•awa«•w1 Nan Atwa.rw sawo16 «••.}t GS»w••»I- 'a I. •I6t Mrd•6pt StI. os i.fat.03•sY NI«fls+p+m•a«O aar/w IG Wil ACW7 army 'Xt o4h—'RI dtPwasa S.+'•+••'w1 Na n At«rM--m - i 'an.t«a•Rt SPMwwoa A•.iron'S1 4a•a Atsga,Sl sarli N'tK' •S N'R 11••»salt.00N_. •Nt•t«+•KI Slt•'•••t w A•wl••'111 Na n Al-Um.agt A•Iwta•t P. .at it IS" •it r6ra.•KI Sltu+.•a w a.awa y1 4a n AIgA4 aa.4i p«a:na Wary-rib Aql n=•u .� at Nr.'Rt dIPawn A.sa.a..•wY 4.n AI««M..trap I Il•wot»ar+ •rPA«t•lwraq+�� '161't••+ we ypwwi N s...ae 11•\a n At•4K4.awo\6 M•.pl 1. '.\.114-0 .tw.s YK t«•rn a.scar .11.5 I Il•t•t t.r..•qA N,. 7•8 4a n'Aw m•+om M A.fltw•.t stgawol•p area I—" SwlSga.7 P.•.PA it)In.[>w .test H A••1-•I t1mvow 4f Swop flls.»am•.pA q Q:1A.s%q ty.a«S•a41'AU-ft.Mt N«il At•4+a.t•\a w tall" M*.PA tp—1 na teary 'it Ma«'wt AAtw••s a.—'wY wan All."•+••tt »P'•r»I..vcA«6•alwp,6 111 char.•tU Sq.w4x to aar.«7•S Nan A.—Sig•1+031 /••'.PA%.I.as Uta'al.. 'NI Mr+1Kt SISar.a w as«.a•w•s 4a n Alga•.s saar\i »a....CA 'X1.tp•a•Kt 1pt••••s N a.wor•1•s 141•.as.s".o.-M M-•PA n...,•:+/w 'X •t 1 '•. w 'Kl p\.•woa w a«.r,•w'S 4a.a AI•Nawol O-M wool a.-,fK�ar1aS 'Xl.9—IOU do"—%w fw.n•alt Na n Al.""03.41 'XI•t•••11111 AN•w«.w+•"•03'w'i Na•a AI.Nart.,woR Wit SV 't• «'N• ryaaal.+ ,•.sA 'Xf.M.•M do%—A.s.won-WS Na•a As—I•.m so--p—M•arx •ni 'it M... an Sol—w,.won•w•t Nan AI+qw s.orµ +a.sawoa v..r-..1 l,.i).aa•». M;'+11«N•1414'far•«Mw. r/IrN fqw.•c PA so.ai'...•.. 'ayl fila--p Yr,wo--oNa•a«Itl,wo-11P301-M Na -ROA.s twos•vq sr.a.71 s1las 641r t A•••»Alas\art 4.Mt.it,..M•woa\l 'YI dl\.rMl).«tl •.a^l.al Id.aYna11 as'llac.t Ala4a.4 Na p Morar Na r aw.at apsa4 Na n 11-1araa«1 ^•.cA Ia.gran w.•.PA K_1.::2a•a•It annl. •t M 1...,1 t•.«11 iiia ar '•N tf Inl won ou..,,A IS fsK—I - wlal.•.ra•rig w•N.1\a1!•w.IN f••I).. anxop rlfa.sl awo aril -lads."Nt•11•wlwo1.r.wo IN•1 am It 1aaaw V.-'-.A as,arol Ano.I[...I.»'... tt. ••••IN arr•U'1 '•l'1•I. awry.w••cc/.K a ata. r t rr.l r«aM f.f•h•t awo.s.«I if Y low. • S ..trMA '•'I•+A •f Y aw.» a•/+n•a-raw: w •r.SoT�"winTia x:103 61/6R)1S AgIt1A0s 101 nM•rar wls"S M\•6 ainalptm t t R st•t or"-4m 011 no L �' R r.lt NK-IIA $87W tJrt'u law'ttgnr--rt'pa•1t'nh'r3ts m 11 mu s •]t'Na1 Jttr�a.a P a..a.a q'r Ni-tsa.f».N•a•.ft •�� '7:•9w,•qa tipwa r swan•N'N 1a-!1«HM.a.Na '%:'"'*s. 'X•Sura•1226 as"-A.aa-o•f1 Na p Jta1aW.a.qt • 'x 4-'Ns alfa.^♦)a.. ,M-Ali.-'Not JwsnM)a•-I-•a'N 1).1AI,N-a-U awlea•726 N.•)wto."*I"-N)l..te As«a•,a n.,fj K IS-'w1 awe• ,a. H•\'a T-AI assn-d ' In•a-.'01 Ors-,A.+wan `Ot•aM. .--a• at.lf ,w.n•]".Na ILaPar»•al aa.wf: -`;55; •NY N,•s wq«w a[-A 1)bU•-a A/."9.11.-At •NI•t••a'wt 1111•-ea 1-awsn.11.1;1a.)4,».,n•a•1N ,,•�". .x.2-'St Ama.wa A.1-—-n's wf•a Alw»M•w1l •N[Anti'we.Hilar,-I.awn•NY>-•)lllry»K••.wl . -=xy£ 'a;.2-.R AIR—a•awaH-a'a Na-1111.111.1•a.ay .M•fw1'f!1 Ilf.wa w awn 7•!11 9.Ala»++a•>a-va_. ": i •x+ •Sr Ilr•'u»Y,w+H•)•s 1a n Apaa9al-ees aA•N.• 'a"a/9H •al, J.swan•N's N)m A,.,, uN,•sa a19••ar)a•,wan•nes wa H Alaanwf 21•sµ 119•fwa•Nl(aNalw.a d•,w,ea•]-s N)H AI»»♦]•»uafa '' -at i,iw• w aw.9-1 I.+w,n r.N1.a AI-n.l.w,fa 'ar Mw!'aot 119.•-a/•awn>•11•S Nl n AIaaVHrS aw.71. S. .31.11-•ft.1,r J•,w+ea•n'f Na«ataNar•K ra.arA "A.aw>'sq,JMNwa»I—-AV N)H�I.......-a •at ar«.•at asr.•wa I. 'Jf.f•,.'mc Aifr-a!•awan•1'.w)n)As m.q.waLL >'a'S Na.a,9111.1 sel.fwl 1,argil•Al+.nra.a.aLL 'ala.iwa'M t/rlrna I.aw,sa•nn 1i n1 Isa»-.•>.wt- - +•nl.anc+YI dlPwa�.,w-a•N^f Na-Ala•r.-f•w.ft •M•t•w•p.A 44"-,A.f•ua- •alt•?w,•1t apasaH a•swan•NY - 'f•N N!-wltis-.1.1411•,N Nf a-Ir As. wa e)N;Alf--,A•-II AIW.K w1 f.•tr A,...K•s,fA - 'al rtwa IM aifw..a r--•N-1 N)•!Ala+ls+n ar.ryl. wNnw s.,wi»Nr 111.2.•.;•.L I.f..w./•..11 -`f1.f.•i-me 4"s-eaf.1—•3•4 Na na 1JIN'.S»awl Rla.f».S Na A•-I=-w wnt'up-4"a.1%1 l 7t rM,*am-we­s a.aww•..'I T»ila. an o:Gryl •••11 IA"IK wa 'as'•llo••-W art-a•.waa>.a•.rya H 4i1w T.aa.w/ ..w)1.^•191111.1-N-.a 7,-1.-0 awas•+Tlwt«1•I east 'is"--'No a1HrwN a.a.nn 7•f 1)H/i-rr7 a>.+9a - 'al atwa•4L 1111..1-7.lanes•1•S 19-t1a.9»y sa.rya Y /.uN r sl--.M AIM f.lwlf"a•rlaa N>-•k•f..+ m 11-11'act 4MA-t A.awaH n•N N)o)1111.11.^,»Na - F 'fl a-ar2H H awao•1•r 1,•s--pop al•.a9.N..1,wsf( `lf Mw1'au 11111-1 M+w+H y'n Na-I law»...-M •M,'NIL tw••wl M,wa«•n a Na-ala.»•^a>rwl- Z •fa.Irs•-)H 1ww.3.0"1--ta»ap Al.q-ar•,1--u -so.1r •wL.af.-I.awm•7'0 Na•a 1t,". +»rya ,w•>.,a '201.fwf'K 1/19.-1 A-a••!-•1'n Na s,AIa.HM •a,lwa a.1—7•s w)..-It-me Aiw«q•al.a.at♦X X=•' 9fw •' a1»•r)j•-2121•Tt Nt H fl+w».0 -wi ,R.f••a I-0-'dig ilfsw•a a•,waH•N'a Na N ll,»-,..w.na • 1119)•+•.t.1w,--we 11--ta>•alf 1111-1-1..)2.-111 'Jfe.hn. ,-w»-tw..19.91.19,14 •141 arp--P.n-as•1'r wa-q-.lalq Y 1.H.9,/e •sN•x.aw,•59 alfa-•)/•awa--ay wa»anseir, A.,1.W.-n•a N)f-v 1111....,a•+r,'1»».r.2»nv,1+11 wtl aua•.1Ht w)•p)w owl-I As H.12,awf aal-1• 'r1f«111[.1 t•.»H N)1e Aarru^at'aa»sq »oael/1•a w,q»eN»-»a.a Hf)hlwiw...v,1lnra +ra«Ntl I.»wws M w/l-1»K N)Iwl•1n.n.]»awl +fa H!tel aS.♦a l•wli.1.»e1 Na f..1•As."-.a.1A `X11•�•'RI 4fra N mo'N'S w)a)lla.fawf+a.wa •rtl uiwa-all asi.-I.1.221-aY 1a.a Al..».a•w.fa •'79A. >-Me at"-A•9wwa y'f ata-111^9^a awwA •Ifs.Y•H•-1.m-1.awl-•we w9 n Ala•f»K++••11 •Lff NI /f..».M+••+••'Rf 1s-Mary HK.»wl •KI 191,1•NH air-w t•_..)•7•f Ns-Ap.H.l,awfA hLi.5.,�'wi t.low•9 w+•'•+•>7'f w.•s A........wwl rii dura•RI llq.-.'I.I—'nY w)-Il.w,a•S•a•aa wl An—w,wars•.'f 1)•.Alawnrf+r»vl nt+ ,•Nal d:ns:u)J.swan y'f Na.,Islai•q 112..9 'TI Nw,'XI A"—N;wan 7'S Ns.a ala»:el+^'11 nl a un'sai a1V=u+ei J•swan y'S 1a e, •1 sa.ap 'lto•frr»•wl 1111-a A.a •3'n Na H A,!a:' - I .^rt.Acre•Rs dnaay.e,/•aw.n'n'n N,sa AI,H.M 21.11 '311•1••+'wl 111..1•.)a.awaH•8'S+9>» n»sr],aery1 ♦ 'nl' 'S91 a•f,aea Is f.asn•N'S aff-AIINf.K.>+11 '11111,fns•aa,.Im.wa j.+wsn•1'N wa»Is.+.:re>!»awl ../aE,r •1411 1241•.•»le aw '1•f N) ."A,+.w.a-"AXI 21.11•a.s.q.rH./• '1'N Na.a 11.11»+^ 1.191 +waea a 'rai,aur •r:.l alVaueei la.w yN'S Ni.) .1ew1 `'n111.If-w+w,aa•3•N 1,• 1.aaV»e..1+191 fart a •WI 1,4':an•!i.awr.a•N'N N,-ll-H.n,12.11 •wi.Yr.'tel aq•ws»,wm•l'S wa e!flaaHra 11.-11 .cs J.1!••.111 Iar'.2xea la,.-n•]'N 1a-fiflaW•>wa _ 'XI.h..'m I.fs.•ra)•+a..n 7's Nr•.A»rrlaoN fa•+9A -list 41"-r,w+oa•.'N N..s tla.HM.wwt 'XI.fw,•ts•.r..-1 H aw.m.n./afs rs•1♦f r♦.n 12`•+13 'KI'i••+'-1 Jj.aw,•a•]y 1,H llal.,y•,.ala 'X1•f••+'R alw-v 1.awn•1'N ry1 a 111,-»26»•,s1 _ 'aN1 alun•N)i a-:.e.i I.+w-a ws 1a-At..a..n•a.w1 wl•>•- b A,-)•-Hw•N'r N,H 11...... •«wl (t.»sal 1101.269..Lti➢lalfat NiW D•w.•t William Lrrl/ads ado; . ++a'�:VI11Na al•-w _ I•a S swtAaa.Na C YIA'919.a1O •• - �-4 C N,.,J anc-[1A •«aM1a>• it 2126 Hat-Hr, N . T AM•a WIN'.Volt.—.L•4W•[.1"'.YM,v..or ;'' K _ - '�Iwlllel/�nns Na).IaeyaeN II eq,ay, alll-,lr '��`�: " •K dra•x.►ltwewn,o ae>au•,•x.•,oa Ips•»aeq..a�eq y°wf 'K dMl'K►111t.+ef,e Aram•1'S a, + � '!M ern•1[f�IwFea,e,r n',ayl of I( ai:.sl"a!aasY ;y'."' •rA e1..,'11r alwv.•a,.awia••A,aaa.1 11 *AL elra'1dlq—a le arao>+•r•5 N,el A( 'a.es HCa'LL a}rt a_p.e.aql ' •aN eiwN•all'N Y7uel•,x11 elx,cwa ie,auoa•7'!Na N •/uaD1rJ Y ons Na 7.4grq/„sy:aow a1, 1a,acs�.y -- /11rl.a.pa•.7•.ola,N a.q1 asp.,a.l est..L:eels •.,..:a-M - - a•A�+•1'IOI 41W—n rll H+Na+M eaa>uel•Al l. n - _ 0.1001)fRIUVOIN I01431at1 111.1 '•b •. - '111 L:DU11117/vsw • !. � •1x1w1m sY 40 a/AG'/Aw'AVOW-199'w•a"M'wtwr mom[ Se' fs'•K f[' K•N •a•attfo"Wa W' W VK s[• t/'tt �IRIaaaNl •aiaa•,q.an% A Rayl'."I%•arRaf N' W't•K K' sl•[i •Itlta ' N' G{'UGC N' suit ••{la1)tm•if .-0 11[•9-/!Y•-2300 i•{ 1/' HK tt•UK, K•1KK { N Nto, UK WW''ii tKV'KK• RSI wtasaf {i •a ••tld!n� 1M aaaKf fa•wp•)MD•aa•o Al •!N•N Is' SL't•K tt' Lt." •aral[/L MN '•u•I�Ia!-'•O M t{' K•i•K [f' G['Lt •wlalrtay,1•wl.raa�•If W' st'tl ••lamp nryq MNNN•''' fNWI N' ,IRapCb•5 a1••AR•)•tIaAw+Gra--9-3WL'•K L{ N'Il K =on,•-aR1 Mt_ o*', so Wtt v•,me.nga.apopqa.yl•lw••P•f•aN w••Y/l!r••••'••/a�e•raiwKMf•oA W' ' / K'1 [Yll/ fm L.K L{' ft'it IL-K L' 4611tl •nagt a A a f RRItInrO A){qaL/•.•a1•tIf ••¢'•/M'e•ry•1M1'rta•11 ' •Nfi•if'•a•nt'aa�u 'nn'ary•a•r{'n,q Cq < 'a•t'11•R••wt.�.n,q •ue••w+a!e•aWIP1as _ K' LL'•tt Lt' R'fl - •••/Mt•t{Ra —slim K' LL••K LY M•tl •••1•I•)a•It •Irm11•p'•Harp wa{--m rw[ tN' WfK W'' "M •aaali4•R4 aPl¢••ntxf•• I.% i•o' so If KK'!i aam„aamf ma'falv„a'•wNs sro• s{••K u• n•st •,ott4•No '"'�[.¢••oq Y•rt••nws ste' Lt'•K ss• K'tI t w•Ia'isaa•If •'a••e!.,x,p•a••f'•m7 !,{„nr, nr•s•••lar••s'•t•[•A[. gnY•W u)•li•tl>e' eals"q•lawaa uq'L.airal•�f a•aw•nau•n•aa•t¢Or• 'e)•a�:a�••araN•,•a•C/ " awa'ao•Rq'alta•-K 'a••Rq•.dll•M,nw•1..Vm Nrt,•wwa,•A•.rra •p•a,�l• Ia•n+r••sel/fA. • (aw-"A•idea•,naq '•1>M••„pa,a•va.tn••t•C •nww,as•wxrgl•,alwt •G•n'•tom•!•r•alp•o...aA •ov,fm ra•+alar l+e••a•w - M .«wa.a ..MN ■7 M .y/ ��{ ^w"A .w,wl R 1■ w.q slax{ oO.F �I.'fDw•1{ ••'•••••t (I,aa,l Ir•r 1((Gf'LL II,dY-1RfeL V Ltt f••M•a 4Yw{•a�ly ft•7 4•fraa u••wt•a•xa fx•{ Zt'V�'ll-RF•G-LLY.I taa xnl¢I -_ ifs s a SrouatetRr [ e SWIt1391t1W �i • - • IMIFIGTINS P.0 IrI01GT14S F.S iiiim p 01-9696 b.call-9696Ooet•0 lkaw .a Pry.90.r.a..e.. B.." tlr•.9wrMa rale-e 8-4 fw. m L f r..r.« r«.wt hemam.ffe9•.IMrt•a - Thi.rr C.rIM ' W.1-s.,ab.pocs.o.e0 Lt-, 0 17.01 .71, 31..95 .0S 00•arkl.am f IIAS .91 11..1• .92 orer.t«e 12.1► .ri 19..95 .1S 'Coble 9011e.0 13.91 .01 so..IN .e2 Cable Irlim 4 26 .1S 31..95 .13 [-Areas./-q6.ft-Weve b.tHey C ty a Lrltbme toN G nt/ oealaaa f.0. 3.19 H.2.!• .N , tl•.taklw 9.01 .A IS 11 U-,7«.irlcl.e. 17.5• IS 1yY[Phut. \0.0. .f7 IS 1t cable SpIket• 13.M ..If ilei.)• .K 9YatNry Ca..tr • L!s r0 f.Ir•Cmrtlee IhelrlelN. 17.7[ 1.10 70.2.30 .K LI•� 17.96 .N ]1.1.10 .Cot [able 4llcere 11.91 1.10 31.2.w .N al-aft 9ca-t.• 17.96 M )1.1.10 .01 Seca6 Sal-coantl.. tllarf•Corry Wetrklrr 12.01 .N 79..05 .M Leese f.M l.K 30.1.15 .93 Coble SO teen 11.96 .M 31..05 .09 Llaoawl 13.9{ 1.K 31.1.15 .01 - W b.Nao.Let.Cl..a Use yr/OMmt 4eae . 11.97 1.96 31.1.19 .17 9Mu C.-Cored.. brat0t CartT 96f0erklrr I1.M .77 ]NI.M .N CoorWa f.M .M A.I.01 .0a .Cobs.*21-e B.S] .77 11.1.79 •0f LI•.e.• 11.ri .w 31.1.03 .01 -.�fMet--Crory Cable Art laare MIS- '.M 31.1.13 .N w••erkle•• IS. 1.09 10..1b .K Nom,ft-,W CaretT -Coble drift-. 17.57 1.s. .86 31..96 Coe�m I).7! LN 71..96 .K ft.peer aowy LN-,T.rlrklMr 1S. 1.0. 31..96 .K oswtrleler 11.77 .02 39..96 •01 table aptical• 11.5) 1.0. 31.96 .K M r'Y1Yua 9r ma•ltr,Seats Clete. 'VMS--aro 11-3aolrle bel S.A.Cra.C«r.l.e dw.w0ate II.eS .07 1I.1.Se .03 Um c twt 11.79 .M .SS .N LI-,Lt-14age.•a 90me te,onto Cewebaet gra.taan 17.70 .01 11.I.Se .N Cle.e tabs-terser fa.Mwae u.0. .96 1013.- erre Spuur. Asea .n sa.96 .m Lt-f lopme t Opust.re II.M .7f 19.1.99 IPI--r9s - 70•fetb 19.79 .71 ll.l.0e s.1 more..Ve1R.tM•1e CebM 3rlln.� 16.70 .10 30.1.00 _ Ilbaela.eene bell).m•rle. I1Not.mad•.l..L. 01ab1yw.luta.Saco••. Tabaea a rc fatty Caarlre 10.75 .96 .Sl Lh .01 Sal PROM snow..Vft p.00. 121-011MV.MY 8.19" 7 (.. i�ltfitntN6!.7 irwticale6 P.r I 512 bdt Mi l•t•00.tIUN l.1tMt1 IIr1t t/«r« Iltnl. f4.tr i.rn t 0 O t«n1... Y..n1r s.t+« i.tw Oa0 h..,rt tr.ra tkM« v«.1.• iMt'flow tall ... Grow tGrow I Iftktw/q)k.lMttto.. o v i It.t i 1.25 $1.70 $4.10 .10 mkt. Or i1r �,r,y) i.µ x1 .2s x.»10 1.10 .10 4l-W.col-,91 Nay) O.M 1.35 1.70 1.10 .10 0..",clan,&tont Tt t Nd trot spttk 1 t 11.9 0-1 940t Nay) U. 1.75 1.70 1.11 .10 0.ttl.ww-d de"t W Nay 7 li. 1.13 1.70 1.10 .10 inn.7wyrb gks.LtlttM. Okay) 0.OS l.ri Y.7f 1.Y! Q0 itr dMOtts,frtttr, Okay♦ irt.-t.1tO.StMltlt . N.a0w INAW.Strait.TtYler, Ntmp) _ O "4ia,t40 alt 0a<tt0r O.ay is Twhe 2 0. l.n Y.'N 1.0 . Ot**) O. 1.75 1.'N 1.10 .10 0t 4 t".0.a.. rl~tW Mo.-C0n..t1M 1MolWltr'1Mt TOM 4904 0 *.to-tt.rttt. Uno".Cdlt.t CMU.0rl' Ortt0.0.O0tist,tttt, awl.,01irMelto.No-. OHO f.0rt/rM,a-trot. 0lolttn,8t10tt.0k W Totter anrtM il.0 l.» 1.0 1.90 - t1lt tttb.n t.�ttt,I1Htt.ObAK4. 1Yrytr.Omttt0..tt 1"..Coatuo /i.» 1.00 I1.0trtt tW taut Grt trrett0 11.01 9.0 1.141 - itOM- Oray t i. t.ri a." 1.N .to Oka*II.) r.M t.ss l.A 1.10 .» Gray III* 5. 1.75 1.10 1.» .» - NM01tM i. 1.71 1.10 l.0 .0 Ora*t/0! 0A l.ri 1.50 l.M .ti arm*1") 0. 1.0 5.70 1.0 .» Ntt0 till t. 1.25 LN 1.10 .» 4ka.01 i. Lri t.'N t.» .0 Nay 5 t. 1.ri 1.1i l.» .» C a W a i ' town writ Vft an.m tsf-4111111.AW k MY �;� 333NNr123r3M1f far 3nNnanrn331 r.i � � �f Sam[can-5f»- r!MT, -apit2 22,if 711 RMSUM 0 77-5039 3ttarta ago-da.AlPyr,Lsretr,wets f+W raw IwAft New+ rd".*.-Atfaw..re+ ..filwrtr:msww,wavr Cur tilit Mal aawy,€1 m:eC..rtevr. Na: rw.. n.,.Pwmdf- 66- 1 a3aafF.Mici.ldt.[lots.L kr. {PPL T, a.r. Ni♦ MMu TtawP.w ars..h. ..NHi�Ot..Raa.ciwo.Mer.M. �tfPC.Mmtrtey.Pep..Mww.Or, ara must M4 MatP aa.wr,rl.«,.r.Src�-safes, row S_ta C_C-11" . -a1M Santo,sra r.-nrrn. [l.dridww Y).q .n 3a.1.S0 .os sr" Copy Spit.- 3S.S) .h 1%61.50 .OS CI..a,smta crtu,5iaata, aw rraadsm C-47 tlrrra,alwtt7u,soi.Iw, [ycvltia.r 13.SC5 6.06 lN,90 .06 Yuvra.bt+tl.l.0>.s.tt.r. Gpy Srllwrr 17.51 I.M la..s0 .Ca Tu TrL:sa•:tu.ltV. tat.. {.n Pau.Coapt? r_a [ltct AcltY 1).7s 1.16 1"1 X4 .11 --cb-u...Caitiotn3r t.L.r Gtaatractlat Cfat ra Wau Cottaq Caren crcaa.a,.:a YI.M .A n.1.71 -flwnwictenr: Ly.29•tirwt 0mrauCM 13.1. .70 laal.ol 111�w.L C_tr Lt,.etar. 13.20 .A 1%.1.03 Slacvlcl.Jir I2.91 f1." lows.a5 •0a C.olw Spl1m.P 16.76 ,w WIAO spit-t.splttr I{.SI i.K 1ows.1S .0a >aur<7 Costs ataad.r.C.wtr,s.rrw.tpr ct....atwn 6.{1 LN twu awtRr::Tolo.7.e...s Lt-, t%Picimms 12.% I. iNt.is .oa thaw,pMtltr.r of f olo w, Cbl.Sell- 11.M 1.16 1%!2.30 .06 at'for.wa.MraL,rLaw mp..n{s 1_Or_'M. P"Sterrr mwtita welt tlw.rt 12.07 .Y Ia.1.10 .04 K low alerr.Mo-W. Cbl.Spitwn 2).30 ,N 21.1.10 .Oi Itr"..e.ta alar,"mplty - tlwctricianr 1{.a0 .M 10+.0! CywwOMra 0.M 1.05 11.1.15 .02 Col, N bla Sp11wn 15.6! •K WAS •00 Llrrw R.f1 1.00 ]"I.15 • .O3 a TMnnn.i; Lt-CgrlpPPwt arm-tits, 11." 1.05 1"1.11 .01 KIr[Lr1C1.pY 1{•Sl •K 1".K . am rr.txl000 Olw%tf Ctbl.Splican 35.17 •1S ]1..K .NS 4ro.r0ecw HAS 1.1. 11..50 mats+msu*-ty Laarewt T-lrtd{rt 15.SK !.M 1N.f0 .Ow Cyctriciaw. 15.H .70 11.1.00 CuL apliwn 17.51 6.00 1N.fD .06 CaDiw Splltzrr 11.70 .r0 11.1,00 am Pmit.,t..I.CWP. O1Ntc7 Cara aP{Sano C.Ya Oritlri - ' •[I.cvlctwnw 12.30 1.16 1"2 30 •aa Q, P 11.K .R 1%1.50 .K Coit spit-- 13.01 I.M 11.2.20 .06 LA-,Lt-aplfowwt aprratoraU.M .R It.l.lO .xi Crby spit... N 41 .R 1%.l.So .K OIwrM.wt st.a"Ittem. 0.1 tta w{M�bolh Mr. 11.02 .71 A. .K wt iprr.►Lr HtterP. peYl.twf twrei.r IS.R .K .xi .iM _ 1P.al ::: '. _.. •+s•.tz-z.v-'-r.-_.: ..._..-,pts.... ... ... •T...,�r�.;.„..�.«a.,.,,........ ...... .. to.s„_wir •n.c•. rEcula�a.utl_tw ,a.t•m t t> .olr r•W O..4.7.1..+. .rir .....t1...E..r....•. t1.a•/ EW... rrAr E•w.w. �'- Ort ■�• 11.u.r r...0�r -a- tMu •l• r...l... 1x..11.. MA Tr. �. W 0rin.W ci. . •lrnnn Trd.u, M sou Ctrs tn• W/roel.w.n• 613AS .77 10-1.50 .OS ti.rlu.. .r .a $1.70 31.35 ow.fyllan 15.51 .77 I..1.So .05 .. sl.ctalcir• U.S6 1.M 1":l0 .00 a3 fl0r•o.pil_Syi0-",4- 01 lrrL Spit-- 17.51 l.0- is.. .00 U7 rx 21012-April 22. 19771 fr/ltuo Ol..y 1 l.l• 3"1.00 i1a.N..Ivf.r.A..aor: plr•4tn1 s..Witus. .LL1 -•" Ca•r r «a m.u.41 lbs Irre•.•0■.1MIOt tY.. 21.93 .71 1.77 .b .1 t1.ru.d s#.t.1Mr ritsa i. twreuc,lwfw al.rfpo... b..ld./0-tin 15.07 AS .00 �syso.•.11.lut.r�. '.W Win.W R N•st.r.r•Sc.0tn. W.7at0•i�•fo�..ct7m, W rsrato r Ort 1r1.• tr.0 CI...,son Crrt.lIC E>♦LYi Coo mwtt.a.4utamu `\ ESM tMru. N .1e.uic/ra 71741 .b LIS .11 601.Spit— U.17 1. 0-1.13 .q b.aoc.5.crrr.to, roto,n•..,.na U_ O.rc/ons ar AIffr, ".it tpr.•.,t1c.W 4 rtsr M-t".Y..t.r th. - im if.rr.1 fti• go" tra SM.Wci... 1•.70 -"I.fplton 15.03 .fS N.b •pM amt..CMu comp - i Ll•ctrtcfw 13.70 UM S--.Uura 13.10 .70 N1.Op _ Itsn+q Cuwtp _ sm uselw 17.So 1.10 0-7.15 •M\ _ td1•WI__ U.q -1.70 3.10 .a . • V/ IMOI MMM VOL at NL 112-4121OA1 im 206 Iffy 2015-71 H1 - PROJECT SCOPE Page Hi-1 of 1 Refer to GENERAL CONDITIONS Section 4 for related requiraaents. 1. PROJECT shalt be erected and completed in compliance with governing civil codes as pp adopted modified or currently enforced, as specifically applicable to the materials or pgiipment of Seater quantittyo better worand Fire t hiporthigg�gher quality, performance or utility shalt be provided as shown or.specified. 2. SCOPE OF WORK shalt consist of all labor, materials, equipment, tools, transportation, services and operations necessary to furnish and install Us work under this Contract, including all major and accessory work and imaterials necessary to achieve complete, compatible and operable iretal- lotio►s 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 craftsman 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 those specifications. Js S. NOT USED. B. INCIDENTAL COSTS. In addition to GENERAL CONDITIONS, SECTION 9: a. Utilities: Rehr to 1C-TINFORANY WORK AND FACILITIES. b. Contractors and subcontractors shalt furnish at their awn coat and expense ail toolso consumable supplies, appliances, a pipmant etc.. necessary for oecution of their work; and shall be responsibit far are and guarmag thereof. c. Contractors and subcontractors shall be entirely responsible for pro- hssional, tn&, business or other licenses required by stage statute or local govermosat. 2015-77 H2 - CONSTRUCTION SCHEDULES Page H2-1 of 3 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 ss 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 not with Owner and Architect to establish mutually agreeable construction limits, area assignmen►ts, 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, shell 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 bacon 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 UNITS AND GENERAL PROGRAM a. WORK limits and areas for Contreetor's use shall be as shown. 3. CONSTRUCTION SCHEDULES - in addition to GC 9: a. PRELIMINARY SCHEDULE: •1) Within ten 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 thirlO+-day period. 2) Tkts soy be a written statemMnt da acosptabte analysis indicating intended start and completion of work and other activities and operations during said initial period. b, PROACT SCHEDULE: i) Within twenty-one days after signing Contract, Contractor shall submit to Architect six copies of a complete analysis coloring all operations through the completion of project work based an the stipulated completion times and general program. 2) This may be a bar graph or like analysis and shall consist of a neatly pr+aWred+�raphic diagram and appropriate symbols arrawglN to dept+tt clearlyy the odder maw i#terralatiaWdltp of 00 14404 44ivitias:mad own ti4'" 2015-77 H2 - CONSTRUCTION SCHEDULES Page H2-2 of 3 3. b. 3) MaJor activities such as carpentry, mechanical and electrical work shall be detalIad to indicate rough and finish phases of work. Start and completion times shall be indicated for all activities. c. REPORTS AND REVISIONS: 1) Contractor shall 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: e 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 • 1 Contract Bonds SC 5.A. '5F', SG 2 Certificates of Insurance GC 5A, 58, 5C, 5D, 5E 3 Schedule of Values Div. D, Section I 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 MONTH: 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. h. PRIOR TO DATE OF OCCURRENCE: 1) 2 Days - Notice of Tests and Inspection Section IA I. FOLLOWING DATE OF OCCURRENCE: 1) 5 Days - Requests for Time Extensions Para. I.e.. herein 2) 7 Days - Test and Inspection Reports Section 1E. 2015-77 H2 - CONSTRUCTION SCHEDULES Page 112-3 Of 3 4• i. PRIOR TO FINAL ACCEPTANCE: 1 Record Drawings References 2 Group 2 Submittals WTTo^ 3 Performance Tests and Reports Section 1C. 4 Request for Final Payment Divisions 15 and 16. GC 27. Co � � t � r -,..,. .,. t r;i.i @t-„ ...?.a a „••,N r �$i.J.x r�Zk+qx�.� ., r t �'�k� 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 promises. b. RELATED PROVISIONS 1 Mork Limits: H2-CONSTRUCTION SCHEDULES. 2 Damage and Restorations: 1A-GENERAL REQUIREMENTS. 3 Protection: 1H-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 promises, 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 say 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 *111 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 immedi- ately restored to service prior to continuation of any other Contract work, regardless of hour of occurrence. 001J3 2015-77 H3 - ACTIVITIES ON PREMISES Faye 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. S. 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 shalt 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. 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 s. DIVIDING OF DOCUMENTS - In addition to GC 15: i} Dividing of Contract Documents shall bt daemed only for convenience of conveying requirements, data and information in an orderly manner. 2} No responsibility either direct or implied will be assumed by Amer or Architect for omissions or duplications by Contractor or Subcontractors due to real or alleged error in arrangement of matter in the Contract Docummntsi 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 rwqut n vets for the various itemm of materiai, equipment and apparatus required. Extra= accuracy in regard to said space requirements cannot a guaranteed br the graphic representations or written descriptions. 2} Contractor shalt provide coordination of physical arrangements to achieve desi n appearance, performehce and quality of workmanship intended= and shalt provide all investigations, layouts and other determinations and give directions necessary to property fit, install and complete the work as intended. 3) Minor adjustments nacessery to correlate the work shall be incorporated as necessary; or when directed by Architect per GC Section 15; at no added expanse to Owner. 3. PRIORITY AND CONFLICTS: Mfer to GC Section 15. 4. USE OF THESE SPECIFICATIONS a. TABLE OF CONTENTS AND REFERENCING:" 1) Table of Contents facie these specifications is derived from star- dardind forest and numbering system; based upon AIA-CSI Uniform System. 2) All Sections of the standardised system will not be required for this Pro�mtct. Nene, skips occur in sequential numbering and aro intentional. 3) Letters I, 0 and Q are not used for sequential numbering of Technical Sections. 4) Under these Specifications, rrehrwnces to: General Condition Article No's. are used thus: GC 1. -� Divisions are used thus: Div. 8-DOORS AND WINDOWS. Sections eve used thus: GA-WOOD DOORS. 00195 a . 2015-77 H4 - CONTRACT DOCUMENTS Page H4-2 of 2 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.Mork. 2) provided forounder as Seect�ntriquiring suchbe lwork.particularly ca..a.`k.ls,.,..� 2015-77 N5 - 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 FORK 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 Foran for Alternate. The work covered by the Alternate shed 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) calender days after the Congract Agreement has been signed to accept or refect 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 tile wainscot in Men's and Women's Toilet room and paint in lieu thereof. 2) Provide 6" unglazed ceramic mosaic the base in lieu of ceramic the wainscot. 3) Provide 4" plastic laminate backsplash at lavatory counters in Men's and Women's toilet rooms. t 2015-77 IA - 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 YORK IN PLACE Inspect work previously prepared or installed by other trades before in- stalling or applying subsequent materials or finishes. If supporting con- struetion or substrates 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 dissensions shall relate to layouts established in field under Section 1E, and those given by approved shop drawings or supplement drawings. 4. FERROUS WORK permanently exposed to exterior or below grade shall begal- vanized, related accessory seesibers and fastenings non-ferrous, gaivanized or made rustproof by approved methods, unless otherwise specified. S. FIRES shall not be permitted. remove waste, rubbish from site. ( 6. PROVIDE holes, slots, cutouts, blocking, screads, 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. a. PENETRATIONS through roofingshall be performed only under Roofing Section, arranged for under the secton requiring some. Penetrations through roofing shall be flashed using shoot metal or shoot load, in addition to roofing materials, provided under the section requiring said penetration. g. CONNECTIONS AND FASTENINGS shall be included for coapiete 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 WM 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 praparstion shall conform to requirements specified under OF-PAINTING. Ferrous metals shall be furnished prime Painted, unless galvanized or otherwise protected. Prima before delivery to job site Mnere possible. Damage to prime faint shalt be repaired by a thorougb cleaning and ono coat of eapetibla prince point., fry; 2015-77 to - GENERAL REQUIREMENTS Page IA-2 of 3 12. GALVANIZING shall conform to requiranmts specified under 5A-STEEL WORK. Exterior ferrous metol$ shell be galvanized unless otherwise shown or specified. Galvanize after fabrication where passible. Damp to gal- vanizing shall be rereppaired by a thorough brushing and one coat of Matatioy Products Co. "Golvalloy" or similar zinc hat-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 callings, wails. etc., to which access must be provided shalt furnish access panels and arrange for their installation as necessary. b. Panels shall be Inland Milcor, or equal, as follows: Style A for I sed locations, Style M for utility or concealed locations; U.L. labeled at fire-rated construction, prism ppaainted. 12" x 12" for ( � reaching small items within wrist reach, i2" x 24" for larger items, 24" x 24" minimum where full access is necessary. Each unit complete with from,, door, wings, latch. ii. PIPE OR CONDUIT penetrating interior wails at finished spaces: Provide escutcheons sized to 0.0 pipe sin, including insulation More required; polished chrome plated at fixture supplies and other items at vat 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 requirnwsfnt shall be a prerequisite for approval of monthly progress payments required by the General Contractor. Upon completion of the work, furnish to Protect Inspector for approval and verification, i set of prints upon which shall be shown the as-built information. including dimen- sions locating all critical or covered components. 0011% 2015-77 1A - GENERAL REQUIREMENTS Page IA-3 of 3 17. k. RECORD actual locations and elevations of pipe, conduit, duct or other lines occurring below grade or within permanently concealed spaces by actual dimensions reftrenced fro permanent and readily accessible building lin+ss, 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 tram face of exposed surfaces on building construction. 4) Provide sufficient dimensions to accurately trace route and invert of each concealed line or locate each concealed item. 10. DAMAGE to existing facilities caused by movement of equipment or other operations ceder this Contract shalt 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 shell match the appearance of, as nearly as possible, like existing adjacent work. Restorations shall ( * 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. s t •.� t 1��e�1 l�iy�1.+7��VV i 1B . MATERIALS AND STANDARDS 2015-77 Page 15-1 of 1 -.-- uirements. hr to GENERAL CONDITIONS SECTION 2 and 18 for related req M 1. MATERIALS AND SUSSMUIIONS and kinds exactly as specified. rials are sp, by Materials shall be 1bb11ed 1n the typo �and will be et Contnetor's where multiple descriptionear aM� im or � for eons/deratioe uoft p b reference to a standardiltutlons ally be s tit. Proposed subsltb bch- option b select. SYbsMb of elgning Con accompanied by taw➢ fifteen days h11ar1n0 in tlrq. accaaip i shall be submitted lidl+iM r+ficstlon Of s/ses as suitable for the nieal daUt Cost Wsr�s sppllcabl,. Substitutions shall be ePP»`� span r��. by Ard► Z. CODES AND STANDARDS 01 or titleOfASpeC1- cifled by »hyena to Standar syfederal Spa a. Material da such as Cq�ercial Standard. shall comply with fled standard - Including smants or sup- trade assO ig"Ots in iatae arwlision thereof,in acitats ens, p 9eiints�he»W I In effect on latae dab of these � exempt of 11m1bd to type. class Or grade req repeated for »as0n that manufacturers and a» not rePe rets b, Codes and Standards liar with regYl»ma contractors involved a» o t eid to k. fad licebl! b their M0*. clflad. gOvernlnq or aPP r reference standards when s0 sM including general or special C. materials sha�l�Yfutu»rdi standlti,d material »4Y1»d or Parti- otherwise. per 11%:16 to the spec instructions app bred In the work. cular conditions eneoo Wail i 2015-77 1C - TEMPORARY WORK Page 1C-1 of 1 L.• Refer to GENERAL CONDITIONS, SECTION 7, 9 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 sha11 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 like.facilities as necessary. 3. TEMPORARY FACILITIES a. Provide open line telephone on premises. b. Mater: 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 niqht illumination of hazardous conditions apt to be encountered C 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. Ston 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. S. DUST AND DEBRIS Protect existing structures from dust and debris caused by this work. C—• • • e,* s VOW 2015-77 10 - COMPLETION OF WORK Page 1D-1 of 2 l • Way t0.GENERAL CONDITIONS, SECTION 23, 24 and 26 for related requirements. 1. THIS SECTION sets forth general and minimus requirements for the condition, cleanliness and appearance of work upon collation; as applicable to the various types and kinds of work and meterials. 2. POSITIONS AND ALIGNMENTS a. Plana shall be flat, true to established lines. floors, callings and soffits level; walls and vertical returns plumb, sloping surfaces uniformly pitched or battered; corner intersections true to straight- edge lines. b. Repeating ,ambers shall be uniformly, accurately spaced. Solid, tubular or like running mimers shall be straight; level or plum as required; with axes true to established planes or lines. c. Frames and unit assemblies shall be square, level, plum, 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 fro face offsets across the joints. (2) toibuildin Mills or to establiisheeddtlinnesliwhhere witthingin�qul Carly shaped areas, with cress joint lines sooting at a point. (3) Unit layouts shall be symmetrical about the floor, wall or ceiling center line, and positioned such that necessary cut units at peri- enter 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. dapped or spaced joints shall be exact widths required; each type of jo nt uniform in width and appearance throughout each area. c. Frame corners and joints in running materials of the same cross section altsofile shall bei accurately fitted to neat closed joints, free from off- d. Fixed parts or members shall be secured tight in place, free from dis- tortions, is-tortious, squeaks, rattles. 2015-77 10 - COMPLETION OF WORK Page 10-2 of 2 3. e. Finishes shalt 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 allutted to operate freely and smoothly without binding or irregular actions. g. Ground areas raked smooth; all areas free from debris. #. CLEANING a. All work shall be clean and ready for use upon completion. Temporary tapes, wrapping coatings, paper labels and other items shall be re- moved. Exposed and semi-exposed surfaces shall be dusted, mapped, washad, 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, agents, ( � solvants, 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 M has reviewed in detail the drawings and spteifications, and that ail conditions of the Contract Documents have been fulfilled. Ail subcontractors shall review, inspect and otherwise dwmdt their work for compliance with all conditions of the Contract Documents, and prior to the above Notice. e ♦ # er ��� , 2015-77 IE - GENERAL CONTRACTOR Page 1E-1 of 1 t. THIS SECTION includes certain detail instructions to the General Contractor but shalt 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 controlrocedures for processing Submittal$, change orders etc., including job conferences and other routines as necessary to expedite the work and to achieve results intended. S. PREMISES, construction,.operations, visitors, ingress-egrets, parking and like activities on and about site shall be under Contractor's charge until final acceptance. 4. NOT USED. I. 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. ( � I. TESTS ! INSPECTIONS. Notify Architect andinspecting 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. I. LINES AND LAYOUTS. Provide grades, lines, levels. and detail layoute as required; check as the work progresses. 9. WASTE AND RUI9ISN. Provide general sweeping and periodic disposal service for removal of waste and rubbish from site. General Contractor shall provide debris boo for trash and place all trash in container. 10. PREPARATION FOR FINAL ACCEPTANCE a. Refer to GENERAL CONDITIONS, SECTION X. b. Provide final cleaning and polishing of finish hardware, brit and anodized metal finishes, glass, mirrors, plumbing fixtures, ncluding other sm"Ing.dusting, mopping, etc., thoroughly deer 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. _ ,." F 2015-77 16 - SUBMITTALS Page 1G-1 of 5 j �4 t r J��.y'"t r�` �j 7r r-T---w•--�•—.r.,�, w _. '` h. k � r, siT at sf e�4 J }' s° r 5"r -�••—..�., IIoAr .... 7 } •.,y�- a fJ? ..-•k s y'G.rq T'T } ry ��collomaa. s�cttaN ti,'1! i�r ffil•tN �IiM'rfaaulb " . 1.-` TMtt sEcrroa ��Mllaia , . r . t., ;, alie#tttaU f+yabed w or TodlMal ioetlfiM. 01101 1 flrlllTA�f ,�'Yts s� y !Duffs Phar to star N ` t t r� ' ! a 1l^Tt''i Lei•ii�,Of+Ooriy+llStt�rn�;-A" , . ',?. •-.t f Cf`-, afw=,•�aoMN.M�n nota Ar.0011 qtM •Me1Mc` "..•_ tan ftala brfiaoat b ct arly atwlf 1 , £ na0oal"ta:ti�f�i MIN= ot"'tiroebl t ' tilt or win, uoroL'NM f+Nrtato r7 ;r s ,ftntahoa 'eN0.0 UMIra =tll% oafy toolnef+ataoMalei`-a, t+ , tall "ion. fall la 0 of arlwhetw�ar•a • � aMroMN TNtI � Tib fs*orb au/� ad arNfl Afellltoet taNM • or Other wrltbn Corti fl A�1��► • Card/ 0011111a110o With CaNM a00yt�ljaq r. awl atonal Mata " t tt. ON- ITE tnletir to mend" aM i■Mitwb ate gs,�f� amof artala ftaloAp fto1. ► Sow�lo Man am f1"IshMaii b as qK1. . �wNn wl�r NfsCttoa of " * bj Ni K� !mow K brlNs; gaa ttlaNallt tr 1ll5tr"fe n 't �• •} r��+.h�, tla :I��' �.uitt;J Z ,��.. • i - .t":,a+ ;NMN S: Ca► s wrltt u °kY �, an lt) tllth etllb p+1ob N� aMritta0 4 aidiltMnlla'/notiuettMa�h ?to jatlr lk oM 1M~tl • =a�1 a ftatlsR pprb 11ib aM al■iofs• orM1MONW. ad� "alt l�ti on"" ��soollta- l:� 1?, , : ." to. pfMabON Nair If{Ir,�tiM Ia 0.1/:' x if olao llaf+/ awr r • K Mt of blaire M .c� ef4rU► aawlor Oar oo+lolr:rIM aoaoaoary. to M an*1 M aM 1a. r arraa7 as lk �IAfW prior b Ifni Mlf�oat: .` f+. CEQIRCAM 0i UIiTALLATIONs MMtba iaq atlllO Mo 1110101 81" aMaallfaetawr 1aM• �Wtl+�ab•. a�llo n of Installation with S'oetflN C! �• ri•loaa 48 R« Mader tAf�i oKttoao.�MrNwlar t,� aa/W tMrlhw,t1"WI y�j� �..�Tr �I�•� ��MMltl�ll�fi 4•icer ' 01011. 16 . SUM41TTALS Paye 16-2 of 5 2o15-77 r,7t3 y l 5y y `FN1G _ it "1 C r j YyF F r5,pY}-if t l*t N 1. f.. �.•, 5 Fj ,y * 'i/�,f.J .y' JJ r i�t'jj y z f In ;dMMU }ollwrin! s cri to ArtIC1s t: sM 3,• Mrrin. a°a ptfllr of 111/fatee Mie W y to e-�• '1E"• �i1► � Z �• a u 5Ts sir+ �'-4� rtsd '. gRIItES /off o«tMt �•1 T�ehnICal Sea lame\i'n.� IN iR` / S5 tai- x{4 9:f e. ENTItr oas Conlon f atIKt1M �sat • " NoU for slyttaU iJ" f Orf^ a..},p i•lif { �i 1 Gi+ Yp_ tr1 v '}r �a �� �.,� x � r.7"R�g��t - t �e ►f '"aI 5' � i y4r r s' }H i f ila vt -i ii < to i.f• Ai Err ze 1 - �Y s +' +S44 yr rr .f as� Ai7��fF5•-.tel� � lyulP+w. 4 ! '.3r � t �' x t .-nT u f, �ty f {{�Ep�fa 'u t i 4 r%,,• f ..+-fs fA tea$ ; l t t •t � eti r r�Y-yi,< F,aK+yT7iJ`E' ,gL1f�,h �t tf E I s Y ,� 1}i 7 � �'��` j� , t1� 5�,r .��t�rc�7�l..a 't,�p`{nyr�n� 4�'/' l� �n ,� i tt1 �,y .r�y4•M{;}�,, T �' �t .h�'fy t+�•5 aQ,z„ �' ! f 5} r r7..•t 4 r3 ,i� ti r�; 'a k�4 a'� 7�'.F1k T 3 } .. lLy�i'!�+` t:. � r r `0.i pt i '�•M •t+�' s rh'Y'Y.:r � � �'d r t h t # f�. a,L o .�ty3ip �t�•r�da f^1 q ��rt�f+�.c� i t° .,fi X >o r � ✓ i � t - s t 2015-77 IS - SUBMITTALS Paye 16-3 of 5 Wi f, jr a J ''��J t �. :,}` `,• �`�+ is ry,rd sY_i -r r ,� r lt} �U..� ,e Sections not listed dooet imless dimmted by rr Architect.or as OW nd with.proposed N a to S tine SECTION t�t�'bi��4}p � �'d f.i r.:nt,� !GidA7y,,1'F, �f ��� � q �� �• �lkf u'' t,�,•, f -, a 'jf�ro N r t � r f�,�! ���tt kx Y�L;4 E�;� S� •• ; ��i* .. 1 t+r, . 1 �F Y fie. me3; f y +'�«>.w,r a i. .,•� �'C..,s.:�� �r.... sir WILT-UP WIN �..,, 1C C 7A SHEET-METAL } SHEET METAL SPEC. 1C 1C {�� CALKING t SEAWRS WILOING INSULATION mo om SA FINISH WILL-up om IC Ic 2015-77 10 - SUBMITTALS Page 16-4 of 5 _77 Y f ,,f1 � 9 y- � ✓,Y 1 rc n r 5X .4^... A{ 9Y l� �C t- , s Nato" "t llsttg'go i not 1ra,U1n ldmttelsMIND$ dl meted by Ind We � foatttUtIONdo , INN M iC '' R . it: !p 1C gD TILEM01lK i. 1C !E , ' '.ti ►AINTlM6 gF 1C' 9F gF yA ACOUSTICAL '1A�, - z Nr1 PART.Ti Y. ItA sf. ! E y3 �. rl , , IG - SUBMITTALS 2015-77 Page 16-5 of 5 Sections not listed do sn s net require submittals. unless directed by 'Architect or as ay► required with proposed r tution! lt, AY o�� , k ';i t ,SECTION 1 • i +,: ,,a y[ t _ � i ',t1 1�y,� 'aw �_W" ,r,• �••rj r ri "r., ` � �`'en.�r i'' KUMIN8 156 1 IC: to 1N 1C ISC A16C y�rr 15C 1 15C _S IIA lilt liA 1C IC � t YY yt ' t . AAAA • 2015-77 IN - PROTECTION WORK Page 1H-1 of 1 I. 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: 1) General: GC 24 and 1C-TEMPORARY WORK 3 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 rewired or replaced by the responsible party; as directed by Architect; at no added cost to Owner. 2. PROTECTION OF BUILDING a. MAINTAIN building locked during non-work times. 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 tins 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 00 1—.2 Page 2R-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Dir. 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- duallyy hereinafter. REFERENCE herein to an individual Div. F, H or Div. 1 Section is given by more number and title; and provisions isseediately 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 welts, 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 familiarise 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,.machanical and electrical work. 1.3 GENERAL REQUIREMENTS a. APPROVALS PRIOR TO DEMOLITION: 1) Prior to coseiencw t of any demolition work, Contractor shall review with Architect and Project Inspector all items to be dwlished. b. iN-PROTECTION WM c. DEMOLITION shall proceed in a sah se:nner. Equipment YW materials shall be provided and procedures, daterwAned as necessary to avoid accidents, Injury to persons and dp■�ge to add ant areas. d. PROTECT existing tress from damage rom this work. PART 2: EXECUTION 2.1 PRE-CONDITIONS a. EXANINE SITE and structures and deteM ne exact nature and status of strvot m i ela■mats and utllitiaa prior to commencing apt demolition or rarvals. Nd iHralMr'hf +M . CW off M',dMNMia Nd1 a1Mi1M� :RiHIiM M QNpI`be Ma aSq'y. s 2015-77 011213 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 existin utility tin which are to rimmin. Damage to utility lines (unless ts ess they are abandoned) shall be repaired at Contractor's expense. c. ACTIVE utilities to mann, 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 shalt be removed. Plug or cap as necessary. 2.3 GENERAL PROCEDURES a. MATERIALS demlishad, rued or otherwise ramved shall be Contractor's property and disposed of off-site, unless otherwise specified. b. BURNING or selling materials on site will not be perimitted. Ce c. DEBRIS TRUCKS and/or containers shalt be wet with water as the work proomses and as necessary to reduce dust nuisance. Adjacent public walks and streets in use shall be cleaned free frail dust and debris caused by daalition work. d. TERMITE infested materials shall be placed in waste containers or trucks as moved; do not leave lying an site before disposal. a. REMOVALS shall pron- to cause the least nuisance by dolt and least interference by accuwlations-of mate materials and debris. Provide frequent and continuous claval of debris a necessary. f. REMOVE all existing equipment, etc., that is not to be reused. 2.4 CLEANUP a. UPON COMPLETION of the work, roove all temporary barricades, tools, materials, retus and debris and leave site me* for other required we% 2.5 ALTERATIONS TO EXISTING WORK a. EXISTING WORK shall be cut, altered, removed or temporarily resaved However, otherwise providftr ed by d ewi perftrance or�N�'ia*Wntions no stmetarol aware shall be cut or att6 10aut mitten w1hori atiga of:the J mbOaes. 2015-77 2R - DEMOLITION Page 2R-3 of 3 2.5 b. CONCRETE OR masonry wells, 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. c. WORK REQUIRED to remain in place which is damaged or defaced by reason of work done under this contract shall 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. 2015-77 3A - CONCRETE WORK 002:15 Page 3A-1 of 2 ( ! PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERA{. 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 more number and title, and provisions immediately following such reference supplement or modify that Section to the extent specified. 1.2 SCOPE a. WORK INCLUDED: Fornerork; 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 1C-SUBMITTALS. b. 1D-CODES AND STANDARDS: In addition, except as specified, concrete and related work shall be in accordance with applicable require- ments of: 11 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: 1) 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. cl Certificates`shall indicate date, time, ingredient quantities, water added at plant and ,lob 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, HOO Plyform, Class i or 11, S ply, 518" minimum. Exterior 8-9, conforming to PSI:66. 2) Concealed surfaces: Douglas Fir, Construction gratia; iS2E, square edge, in no�tieal min., or,sy0e ptywilod as. rq+N4. 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 foams 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 TMEL finish for interior surfaces heavy broom finish for exterior.. c. - SILICON CARBIDE surface treatment on ramp and stairs 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. r • tt • ` 2015-77 5A - STEEL WORK Page 5A-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 shalt 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 more 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: 1) 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 01.0-63 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: ASTNA A283 or better. b. STEEL PIPE: ASTMA A53. grade B. schedule 40 L.� W�G11 2015-11 SA - 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 specified, including related fastenings. 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, sites and locations not shown shall be approved by Architect before setting. f. HANDRAIL BRACKET: Quality No. 900, cast aluminon with No. 960 Backplate. PART 3: EXECUTION 3.1 PRE-CONDITIONS a. PRIOR TO STARTING WORK: 11 IA-GENERAL REQUIREMENTS 2 Check approved shop drawings, verify dimensions at job 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. 4 ._i, ,. 3� _. r•«Ft'1,... ., « ev,.c4.k,�, r'x ��..�.. >.tr"',u. sa.�.�._.. 20IS-77 6A - CARPENTRY f., Page 6A-1 of 5 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 more 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: ay 68-NILLWORK b 8A-WOOO DOORS c 86-FINISH HARDWARE (3) Providing new openings b. OTHER SECTIONS include demolition of wood frame walls, 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. SUIMITTALS: Refer to 16-SUBMITTALS. b. DETAILS OF 111E WORK shall be subject to review and approval by Architect prior to milling, cutting or.erection. c. CARPENTRY shalt be done by competent warkm experiencuired. All work shall be ed d in work of the types or- do" With haae d or t standards of practice for Carpentry work. Whencomplete, exposed surfaces shall be free from dents and tool marks, unsarrded rough or tone faces and corners, and other defects. d. FURNISH ail metal hangers, nails, screws, adhesives and other install&- 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 dtennsions as required. Coordinate carpentry with rough-ins and installs- tions under other sections. f. PROTECT Materials against doW by handling, weather or other 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. i and 2. PART 2: PRODUCTS AND OTHER R PROVISIONS 2.1 GENERAL REQUIREMENTS FOR FASTENINGS a. GENERAL: (1) Fastenings shall be of adequate site, 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. on-ferrous. ( (4) For connections between ferrous and non-farrows metals, use Type 18-8 stainless steel fastenings. b. NAILS AND NAILING not otherwise shown or specified: {t) Comply with requirements of governing Building Code. 2 For securing sheet metal or other thin materials to hardened con- crete, NO Hammer Drive anchors. {3) For framing and goners) woodwork: Conran 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 an wood. (2) Batt Holes: In steel, bolt size plus 1/16"; in wood, bolt size pplus ((3) Retighten nuts prior to closing in the work. (4) Bolts in Concrete or Masonry: Set using Cinch Anchor&, 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. , 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: I1 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 shall be only as pproved. 8 Provide furred spaces necessary to conceal pipe, conduit or ducts. 9 Fireblock stud and furred spaces per code. (10 Provide blocking, grounds, nailer, 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. (1 2) 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 grademerked per Quality Standards specified. b. LUMBER: III Site per Industrystandards for nominal sizes shown; S4S. 2 Nemben 4" and wder: FOHC (Free of Heart Center). 3 Moisture content of framing: 199 avenge, 262 maximum when installed. 4 Moisture content of finish: 12% maximum. 5 Sills on Concrete Redwood, Foundation grade, CRA Para. 316. (6) Framing: 0. F. Construction grade. ( c. PLYWOOD: (1 All pieces grade marked, 48" x 96" minimum sheet size (2; Sheathing: D.F., APA'axterior grade, 5 piy. 1/2"j�CCS�-D. 2015-77 6A - CARPENTRY {{ Page GA-4 of 5 l� 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 10 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.S NOT USED. 2.6 MILLWORK INSTALL items to approved details or as shown. Standinq 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 fiat and blocked above floor 3-1/2" min. b. ERECT frames square, plumb and level; shim off floor whew required and adjust whew necessary, secure to supporting framing. Hang doors P106 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. Oo 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 an heads; turn into place. d. CENTER door knobs and panic bars 36 inches above finish floor; push/pull ban and plates 42 inches above finish floor.; unless otherwise shown. e. AWT closers:and other working items for prayer eg�eratiam. f. 14"all Fiwlilb ar caa�- 1tM M.ilIt. 2015-77 GA - CARPENTRY Page 6A-5 of 5 2.9 PRE-FINISHED ASBESTOS PANELS a. "Glasweld"' Johns-Manville Permatone; or equal; 1/4" thick unless otherwise shown; in colors selected by the Architect from manu- facturer's standard palette of colors. Color on one side of board guaranteed for the life of the building. 2.10 BUILDING PAPER a. TYPE: Sisaikraft, Orange Label, asphalt laminated, with crossed reinforcing fibers embedded in asphalt. b. LOCATION: Flashing at window and door frames. 2.11 CEMENT ASBESTOS BOARD a. TYPE: J-M Flexboard Type F; or equal; ASTM C220-75; 1/4" thick. b. LOCATION: At ends of cabinets at range hood. 2.12 FIRE EXTINGUISHER CABINET a. TYPE: Standard Fire Hose Co. No. 4206; General Fire Extinguisher; or approved equal; steel extinguisher cabinet; with 20 gouge steel C. box; door style BG; key lock. b. FIRE EXTINGUISHER: Standard Fire Hose Company /ABC-10 2016-77 68 - MILLWORK Page 68-1 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 Mare member and title; and provisions immedi- ately following such reference supplaent 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 iG-SUBMITTALS. b. QUALITY STANDARDS: As specified under 6A-CARPENTRY. PART 2: PROOUCTS 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. e. SOLID STOCK shall be kiln dried. d. SAW KERF back of all frames, trial and facia 1-1/2" thick or greater or V 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. ;�r .. • ...,-. r"r47.f 4t3;.1%u+5,s';., 2015-77 6B - MILLWORK Page 66-2 of 2 Ci2.3 EXTERIOR TRIM a. REDWOOD, Interior Custom Grade per WIC Section 7, for transparent finish. Match existing trim shape and size. 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. f � Wl5 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 more number and title, end 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. GENERAL REQUIREMENTS a. SUBMITTALS: Refer to iG-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 shown 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 MIC Sections 5 and 6: J1 Exposed at Cabinets: Birch, unselect grade. 2; Semi-exposed at Cabinets and Open Shelving: Birch, unselect. 0926 i v , 2015-77 6C - CABINETWORK Page 6C-2 of 3 C; 2.2 b. SOLID STOCK - per WIC Sections 3 and 4: Exposed, semi-exposed and edge banding: Notch plywood species. (2 Concealed: Sound, dry lumber as required. c. LAMINATED PLASTIC: NE14A Standard LD 1-1464, as required as follows: (1I Self-edge Counter tops and Splash: Type 1, Class 1, 1/16". 2 Balancing Sheet: Backing sheet grade, 0.0200. 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. a. HARDWARE: (1) US 10 finish where exposed; standard catalog types elsewhere; with matching fastenings. 2 Shelf Standards: K i V No. 265, or equal; four per tier. 3 Shelf Brackets: K 6 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 A V No. 1315, or equal; one set each drawer. 7 Catches: Stanley C035, or equal; one each door. 8 Locks: Sargent 1654 9 Catches 0 pairs of locked doors: BOW 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 hardnwarefor 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 an underside. e. EDGE BAND PLYWOOD EDGES not otherwise faced, trimmed or edged, except drawer edges. Edgo 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 odges,doors and drawers. 4022` .:: ,::.: Y+ M1Y....•.(a 2:., ...i .sib. i.( ...W.?rn0 2015-77 6C - CABINETWORK Page 6C-3 of 3 2.4 LAMINATED PLASTIC a. MIC SECTION 16, Custom grade; plywood or particle bard backing. b. OUTSIDE CORNERS self-edged throughout, without metal trim; over- lapped and beveled; unless otherwise shown. c. INSIDE CORNERS coved. . d. INCLUDE all tops, edges, corners, splash, back ledges, facing and related details, including ends where open to view. 2.6 INSTALLATION a. WIC BULLETIN 410; with all required connections and anchoring devices to secure cabinetwork to supporting structures, in sites and quantities necessary to prevent displacement or overturning. b. INSTALL AND AQJUST 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. Rr • +� • VRR 2015-77 7A - BUILT-UP ROOFING Page 7A-1 of 3 { • PART 1: GENERAL i.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 on individual Div. F or Div. 1 Section is given by more 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 shall 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 cial Guarantee shalt 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: 18-NRTERIALS and as follows: 1) Substitutions proposed for alternative or different types of materials or assemblies shall be reviewed with and approved by Architect prior to submitting proposals. b. FELTS: 11 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 sited, 5 lbs. per 100 sq. ft. WM 2015-77 7A - BUILT-UP ROOFING Page 7A-2 of 3 d. ASPHALT: ASTM D 312; Type III e. PRIMER: ASTM D 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: Hood fiber board cant 3" x 3" x 4". 2.2 ASSEMBLY REQUIREMENTS a. BASIC ASSEMBLIES: iD-CODES i 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: 2jJ-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: i) On existing wall as shown on drawings. 2.4 ROOFING AND FLASHING ASSEMBLY a. SMOOTH SURFACED 1) Built up assembly over plywood decks sloping 112 - 6Y 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. • Asphalts 3 layers finishing 45 lbslbs. Surfacing 1-i 4 1 Total not less than 0 :; ' 20IS-77 7A • BUILT-UP ROOFING Page 7A-3,of 3 b. EXTENT: 1) On roof at new kitchen c. BASE FLASHING 81 For location with or without metal counterflashing 2 Assemblies: J-M Spec. FE-20 PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior W 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: 28Broomclean surfaces as necessary. 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 the manufacturer's current installation instructions, and all pertinent codes and regulations. b. PPAA�feTCH dEXISTING roof as required where existing masonry flue is c. FiRSLY of waterproof membrane, nail A 9" o.c. both directions. 3.3 COMPLETION a. 1J-COMPLETION OF WORK and as follows: 28Removeunwanted debris and wrappings. Install protection materials par 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. y , 2015-77 75 - SHEET METAL 00232 Page 70-1 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 Specificationsi and shall apply whether or not referred to individually hereinafter. Reference herein to an individual Div. H or Div. 1 Section is given by share NOW and title; and provisions immediately fallowing such reference supplement or modify that section to the extent specified. 1.2 SCOPE a. THIS SECTION includes general sheet metal and related Mork. b. OTHER SECTIONS include metal connectors. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: Refer to iG-SUBMITTALS. b. PROTECTION WORK: IA-GENERAL REQUIREMENTS. C`� PART 2: PRODUCTS 2.1 GENERAL: 11-MMTERMIS 2.2 PRIMARY MATERIALS a. SHEET METAL, referred to at SM: Galvanized steel or iron shall 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 thanks galvanized or rust-resistant, 11 gsuga minimum. d. REGLETS: Fry Raglet Corp., Surface Raglet, or equal; , with factory fabricated inside and outside corner units for ail returns. e. PRETREATMENT: Yosemite Chemicai Co. Galvinpriee, (Dist: Fuller- O'Brien Corp.) for all galvanized surfaces prior to prime painting. M f. PRIME PAINT: Fuiler-0'Brien No. 7747 zinc-dust zinc-oxide primer; for all galvanized surfaces after fabrication and pretreatmnit, before delivery to job site. V. WILDING PAM: F.S. UU-B+7ft, Type 1,*4,*.A, 1'4" C. h., SiMEET LEAD f. ,. 4•t01 .WIft B, m niamm No Ot t Bbd. per sq. it. uNHaa=etMerla, rhatN. 2015-77 7B - SHEET METAL Page 78-2 of 2 PART 3: EXECUTION 3.1 FRE-CONDITIONS - PRIOR TO STARTING WORK a. IA-GENERAL REQUIREMENTS b. COMPLY with lryrouts for other work; incorporate adjustments as necessary; correlate installations as necessary. 3.2 FABRICATION a. SHEET METAL work shall conform to requirements of Sheet Natal 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 joints of metal sections shall be butt type with c o backup slesve, 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 condition sham or encountered and provide: 1) Expansion-contraction joints for exterior running members; allow for expansion in nos over 8 fleet. 2) Fabricate wxtertisl;t comer or return units in profiles or sections to 3) match running units. or required angles, o innsstall and secun�theTwork.ings and other items shown 3.3 COMPLETION a. 1-N COMPLETION OF MIRK and as follows: 1) Remove unwanted debris resulting from this work; clean up work areas as work progresses. b. MEN COMPLETE: 1) Thoroughly clean exposed surfaces free from flux and unnecessary solder; and neutralize flux a: recommended by manufacturer. 2) hash exposed surfaces clean, tripe dry and leave in natural condition. Oils ar other coatings or treatments will not be rMirad. 3.4 SHEET METAL work includes. but not necessarily limited to: a. MALL FLASHING. caunterflashing cap flashing exterior attic louvred. roof,att c ventilator, and sis�lar items sham sheet metal. * ttarf 00= 2015-77 7C - SHEET METAL SPECIALTIES Page 7C-1 of 3 PART t: 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 i H or Div. 1 Section is given by more number and title; and provisions immmediately followingq such reference supplement or modify that Section to the extant speci- fied. 1.2 SCOPE a. THIS SECTION includes: 1) Furnishing and installing stainless steel countertop sinks and bocksplash; 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: Mork herein shalt 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 iG-SUBMITTALS. b. GROUP 2 SUBMITTALS: Required per IG-SUBMITTALS- c. 1 H-PROTECTION WORK and as follows: 1) Protect adjacent construction and fixtures as necessary. PART 2: PRODUCTS 2.1 GENERAL: 18 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 steal per American Welding Socioty specifi- cations, �� 2015-77 7C - SHEET METAL SPECIALTIES Page 1C-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. 1A-GENERAL REQUIREMiENTS 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. 2) Neither tinning of welds nor soldering of joints will be permitted. 3 Remove burrs, flux, welding oxide, air spots and discoloration from exposed surfaces. c. APPLICATION OF Sound-Dampening Compound; Trowel or spray to hydro- dynamically smooth surface onlundersides of concealed portions of s, oar d. DRAINBOARDS AND SINKS: 1) Drainboard and sink are of saw material, fabricate sink integral with drainboard. 2) Maintain working front at one elevation, but slope drainboard deck. a. SPLASH AND At Ends of Cabinet: 1? 2 Co-ordinate with installation of range hood.. Install over cement asbestos board on end of cabinets. f. FINISHES: No. 4 Finish 3.4 COMPLETION a. 1J-CO14PLETION OF WORK and as follows: 1) Remove unwanted debris resulting from this work, clean up work areas, as the work progresses. 2015-77 7C - SHEET METAL SPECIALTIES Page 7C-3 of 3 1-6 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. Ce r � � G;,: { z - c rs � t. w. i 4� r M .� r ' a u t._ t n C • 2015-77 70 - CAULKING AND SEALANTS Page 7D-1 of 2 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-SPECIAL CONDITIONS and Div. i-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shalt apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F or Div. 1 section is given by more 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 seating 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. IB-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 partppoolysuipi►ide polymer based factory prepared compounds conforming to F.S. TT-S-0002t30b; Products Research Corp. 60M series; Gibson-Homans; or equal. - b. CAULKING: One part polysuiphide polymer base factory prepared compound conforming to F.S. TT-S-290 c (1); Products Research Corp. 7000 series; 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 expmd materials - white 2015-77 70 - CAULKING AND SEALANTS Page 70-2 of 2 t, 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 hew a thoroughly neat appearance when complete. c. JOINT WIDTHS as shown or 1/4" min. Joint depth not less then 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. 10-COMPLETION OF WORK and as follows: 2WRemovewwanted 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 andMete adhesion with contact surfaces; and shall have a thoroughly neat, extruded appear- ance to shape and sight lines required. 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. 14ENEPAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shall apply whether or not rehrred 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 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 16-SUBMITTALS. �• b. CORRELATE installations with work under other Sections; and provide at times required. PART 2: PRODUCTS 2.1 GENERAL: 19-OTUMS 2.2 THERMAL INSULATION: Owens-Corning Fiberglas Corp. Foil faced Batts; or equal, having a thermal resistance "RN valve of Rulg for insulation only. 2.3 NOISE BARRIER INSULATION: Owens-Corning Fiberglas Corp. Noise Barrier Batts; or equal. 2" nomminal. 2-1/2" installed thickness; in widths for friction-fit between stud spacing required; lengths lonjest-available for installation without intermediate joints where possible or to minimize Intermediate joints. OOM9 f 2015-77 n - BUILDING INSULATION Page 7E-2 of 2 PART 3: EXECUTION 3.1 PRIOR TO starting work; refer to IA-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 3-8L-4992 "Fiberglas Building Insulation Application Instructions." b. AT CEILINGS: Install the specified betts from the underside of the ceiling joist, stapling all batts firmly into position; ail 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. l 2015-77 8A - WOOD DOORS Page SA-I of 2 (46 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 individually hereinafter. Reference herein to an individual Div. F, H or Div. I section is given by mare number and title; and provi- sions immnediately 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 iG-SUBMITTALS: Special Guarantee required shall be manufacturer's standard guarantee applicable to door qualities specified and installation conditions. PART 2: PRODUCTS 2.1 GENERAL a. 18-MATERIALS AND STANDARDS 1 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 HOOD DOORS a. TYPE: Flush panel veneer; Meldwood Standard Door; Wayerhouser; or approved equal. b. VENEER: Birch, unselect grade. (` c. CORE: Solid core as noted on drawings. d. GLUES:. Waterproof type throughout. 00241e. FINISH: 06 fintsw. d 2015-77 8A - WOOD DOORS Page 8A-2 of 2 Cie 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 1/2"; allow for sill seal where scheduled. d. CONTRACTOR'S OPTION: Doors may be factory sited 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 sixes shown; Anamostat Controlaire Co. No. CHDL-2F; or equal. flSpray painted in color as selected, spray paint off premises. Standard fastenings. g. GLAZING: Provide glass tights in doors as shown on drawings w/ clear 1/4" plate glass. PART 3: EXECUTION 3.1 INSTALLATION Required under other sections. 0 242 1Frs_,_. . : i... . .. t 2015-77 88 - FINISH HARDWARE Page 8B-1 of 4 s PART 1: 001EML 1.1 GENERAL PR0VISIONS SECTIONS under Div. F-GENERAL CONDITIONS, Div. H-SPECIAL CONDITIONS and Div. 1-GENERAL REQUIREMENTS contain provisions essential and basic to these Specifications; and shalt apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F, N or Div. 1 section is given by mere number and title; and provisions imamediately followingp 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 dA-CARPENTRY and other Sections; and related work. b. OTHER SECTIONS include cabinet hardware. i 1.3 GENERAL REQUIREMENTS a. SUBMITTALS - in addition touirements of IG-SUBMITTALS: i) Material List required as scheduled shalt include complete schedule C.0 of items and groups Proposed. b. MONS from any roan or closet openable 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 GENEPAL a. iB-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. ( 0 e. FASTENINGS: include all screws, bolts or other fastenings complete; �- of 4dequets sires and in matching finisher; with expansion shields 01,Other special"a)&or$ to suit materials or conditions. {��'iiv► 2015-77 �U�4 8B - FINISH HARDWARE Page 8B-2 of 4 2.1 f. FINISHES: 1 Factory metallic finishes only. unless otherwise specified. 2 Painted finishes permitted only ware 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 to preparation of to 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. S 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: DSAS 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 - NeKinne;y Mfg. Co., Lawrence. 1) lase metals non-ferrous only for exterior outswinging doors; plated steel elsewhere. 2 Smooth barrel design throughout; bearing type where scheduled. 3 Tutton tips throughout. 4 NRP types for exterior outswinging doors and ware scheduled. S 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 a. CLOSERS: Sargent 1240 series. 1) Rack and pinion; regulators for back checking, closing and latching, adjustable without reeioving from door; cast iron housing; forged steal ars and 4radWits. 2) ;=gla.:elge a�M gi 1Mr►tUrsa Be sdiadulad. g) pwra° M/ M�idiivoar law of 1410•s<li vClow 2015-77 � 8B - FageFIINISHHfHARDWARE 0 W2(4 f. USH/PULL PLATES - quality Hardware Mfg. Co.; or equal: Platesli and grips solid bronze extrusions 2 Plate edges eased; fastener heads countersunk. 3) No. 4346 x 2708, 4 x 16 g. KICKPLATES - quality Hardware MfgCo.; or equal: i 11 Solid bronze or stainless steel; 6 gauge min. or equivalent 2 3 edges eased or beveled; fastener heads countersunk 3 Single Coors: 10" x 1" LOW; double doors 10" x 1-1/2" LOW h. THRESHOLDS - Pemko Mfg. Co.; Vonnagut; or equal: 1 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: l) Brass or bronze plated; replaceable solid rubber bumper 2 Heights to suit floor offsets, carpeted areas, etc. J. SILENCERS - Glynn-Johnson Corp.; or equal: 1) No. GJ65 for wood frames k. SIGN: quality, or equal 1} 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 GA 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 i 1-1/2 pair Butts TA2714 1 each Push Plate As specified I each Pull As specified 1 each Closer C, regular, sprayed aluminum 1 each Kick Plate As specified 1 each Door Stop 307 1 each Sign 1004P MEN or. I 1 e#ch Sion 1004p WNIEN' 0r. 3 2015-77 8B - FINISH HARDWARE Page 88-4 of 4 GROUP 2 1-1/2 pair Butts 2714 1 each Lockset 6004 1 each Door Stop 307 GROUP 3 1-1/2 pair Butts TA2714 1 each Latchset G�J363 1 each Door Stop GROUP 4 1-1/2 pair Butts TA2714 1 eech Lockset 8605 1 each Door Stop 30Z GROUP 5 1-1/2 pair Butts TA2714 1 each Lockset 8G05 1 each Push Plate As specified 1 each Closer 150 Series parallel arm w/cushion stop �.� 1 each Kick Plate 48" high x 1" LOW GROUP 6 1-1/2 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 Seriesregular arm 1 each Kick Plate As specified 1 each Threshold 203 AV 1 each Door Check 6945SPamco 1 each Rain Drip t 00246 . 2016-77 80 - ROLL-UP DOOR Page 8D-i 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 REQUIREMENTS contain pro- visions essential and basic to these Specifications; and shalt apply whether or not referred to individually hereinafter. REFERENCE herein to an individual Div. F i G or Div. 1 Section is given by more number and title; and provisions inv adiately 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 workman trained and experienced in work of the type required. 1.3 GENERAL REQUIREMENTS a. 1N-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. b. IN ADVANCE of work under Divisions 6 and 6, provide layouts or . instructions necessary forproper construction of supporting work and connection after installation. PART 2: PRODUCTS 2.1 GENERAL a. Roll-up Doors shall be furnished and delivered to site by Owner. PART 3: EXECUTION 3.1 PRIOR TO STARTING WORK: Refer to IA-GENERAL REQUIREMENTS 3.2 INSTALLATION: Per approved drawings and manufacturer.'s instructions. 3.3 COMPLETION a. 10-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 wothiy and quietly without binding 2015-77 BE - GLASS AND GLAZING Page SE-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- viduaily 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. r_ b. DELIVER EACH light to job 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 shalt be protected as necessary. PART 2: PRODUCTS 2.1 GENERAL - 18-14ATERIALS and as follows: a. GLASS TYPES of standard manufacturer conforming to F.S. 00-6-00451c (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: 118" thick, double strength, 8 or better. b. OBSCURE GLASS., Match existing obscure glass. 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 shalt 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 tACTORY cut to sizes required to maintain edge clearance and edge grips not less then 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 shall be clean and free from dust, dirt, grease, oil coatings or other foreign matter. d. THIS CONTRACTOR shall remove all glass from and prepare existing wood sash that is to be regiazed with obscure glass. 3.2 INSTALLATION a. THIS INSTALLATION shall be sada only be personnel skilled and *xperi- *need in this type work; per "Glazing Manual", Flat Gass Marketing Association; all as applicable to work required; except as shown or specified. b. INSTALL GLASS at building in final locations; set, support, spec, and position in strict accordance with manufacturer's instructions ax 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. W-COMPLETION and as follows: 1) Reabve unwanted debris, protective covering and crating resulting from this work. 2015-77 8E - GLASS AND GLAZING Page 8E-3 of 3 • 2) Rough clean glass surface and foreign matter; leaves reasonably free from compounds dirt reedy for final cleaning. b• firmlC and. uni each lite or panel shall be air and watertight, Y and uniformly secured around entire perimeter, and free from chips, cracks, stains, scratches or other detrimental charac- terlstics. kla 2015-77 9A - LATHING AND PLASTERING Page 9M1 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 more 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 snatch 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: Woad 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 1C-SUBMITTALS. b. LATHING and Plastering work and materials shall conform to applicable raqutrements of: 1) Metal Lath Association "Specifications for Metal Lathing and Furring, January 1970," reArred to herein by NLA Section No. 2) California Lathing and Plastering Contractors Association "Reference Specifications, 1965" referred to hersln by CLPCA Section or Detail No. - except as shown or specified. c. 10-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. d. CORRELATE work herein with adjacent work as necessary. T 1: PRODUCTS 2.1 PRIMARY MATERIALS a. LATHING MATERIALS 1) Stucco Lath: Movon wire fabric per CLPCA Article 2.6.7.3, detail iOC, '- Without W*1141, 10. mash, 18 gauge, galvanized after fabrication. 2015-77 9A - LATHING AND PLASTERING Page 9A=2 of 4 2J Furring nails: Planett, 1-1/4" gale. 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 1. 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 Mork: a. IA-GENERAL REQUIREMENTS and 1F-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 cem- 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. D 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- jectin or re-entrant). c] Nail with furring nails along the edges and throughout the sheet at On on centers horizontally and vertically. Stretch taut. �;`7 -r,. ,.. ,.= r.. .'r*`r.F w4 o-�;,.. . _.,. a�:,�tAW.. ..n. .. .. _. •Y .. ..,< �.. . ,..c.,:r r. ...)� �. ... ,_ .. 2015-77 9A - LATHING AND PLASTERING Page 9A-3 of 4 e. PLASTERING: _ 1) Provisions anddttoogetthhehereinafter shall f fore shall nns�euppl standard forfthe worCrreegqu�i red 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 smterials specified and conditions shown or encountered. 3) Accuracy and neatness of exposed plaster work is important to doli�n appearance; strict compliance with details and pod workmanship w111 be required. Plaster surfaces shall be accurately formed to achieve flat, regular planes. Patch and match exists walls as Meesary. 4) N111-mixed and proprietary type materials shall be mined wing clean, fresh, potable water only and in strict accordance with the manu- facturer's instructions. 6 Recomended 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) Ona startedo scratch, brown and finish cat work shall be carried over the entire area up to a natural comer, break or transition before quitting operations. Nidway joints will not be permitted unless natal control joints have been provided. 8) Curing: a Curing shall be water curing method throughout. b Apply curing water win fine spray equipment; and control appli- cations to avoid excessive or damaging runoff onto adjacent work. e) Comeenee water wring as soon as possible wlhhout dueling freshly placed works and repast spraying operations as often as necessary to maintain sufficient deepness, for proper hydration and to avoid excessively rapid drying out. d) Mater cure each Stretch and Brown cost not less than 72 hourss longer if necessary to product properly hardened work. 3.3 PREPARATION a. SURFACES receiving plaster shall be cleaned free from all dirt, groes*, laitance, dust, tease particles and other foreign matter. b. NETAL VIO1N0S, acresda, and other accessories shall be checked caro- fully far proper alips ent and attaclwnt. 3.4 CEMENT PLASTER a. STUCCO: 1) For all exterior work. 2 Over wire fabric lath. 3 Proportion and Thickness: Pit ickness titch 6 part Portland Cement Th Brawn 1/4 part Hydrated Lime 3/8" 3-1/2 parts Sand Finish Exterior Stucco, as specified lea» min. L Total, minimum, lncludin! leth: TJ8'r 4) Optional Nixes: Mm da md*W appropriate a d, #"r od by M"obi $orretaM,�N!i!MA�,aeAh INTI►. • tar veltMe, t�>l. t c� 2015-77 9A - LATHING AND PLASTERING Page 9A-4 of 4 5) Textures: a] Dash coat finish to match existing. 6) Install dash coat finish at all surfaces of concrete walls of new stair and ramp. 3.5 COMPLETION a. ld-COMPLETION OF WORK and as follows: 1 Resove untamed debris resulting from this work. 2� Clean adjacent surfaces free from droppings, splatters, taitaneas, etc. as the work progresses - all per approved procedures. b. WHEN COMPLETE, area shall be left in a neat and clean condition free from daasge. 3.6 EXISTING BUILDING a. PATCH AND MATCH existing exterior plaster where noted on drawings and where required to complete work under this contract. b. PATCH AND MATCH interior plaster walls and ceilings as required to complete work under this contract. c. PATCH AND MATCH walls where existing flue is removed at first and second floor and where new flue is installed at second floor. •:�rt • f 4 4 R+3�fi3�P '2.''�k'As.r�, ✓.y�e+yd 4 p��'�;i f.., ,.]M..Txxi• ..�°!T` 1i.r,, e > � a, c " 2015-77 nt- OU5 Page 98-1UOfW3LLB0ARD 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. 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 gypsum wallboard finish over wood framing and existing Will finishas 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 shalt be installed only by workmen trained and experienced in work of the types required. C• 1.3 GENERAL REQUIREMENTS A- GROUP 1 SUBMITTALS: Required per 1C-SUBMITTALS. b. 18-MATERIALS and as follows: 11um wallboard work not otherwise required shall conform to the followingq standards. as applicable: a) ASA 1168.1. Including appendices; b) ASA A97.1, including appendices; and c Specifications of manufacturer of Gypsum wallboard used in the work. c. 1N-PROTECTION IR1IK and as follows: 1) Protect adtaoent construction and finishes as neoassary. d. CORRELATE work herein with amyacant work; arrange for proper support and backup'as necessary. C REFER to drawings for locations, details and full extant of work; furnish and install all materials necessary to complete the work required. . PMT 2: PRODUCT_s_ r !.1 GENERAL: 18 INTERMLS and a.follows: a. Drywall materials shol l'be asp rNmrlarly pralN;ei roduMcad ce' roved b-a single manufacturer Mbeftt "g Y°'w116oaM anti rrn-atnl p q. oneapt as =< 20IS-77 98 - GYPSUM WALLBOARD Page 99-2 of 3 l' 2.1 b. Deliver items at times required; for shortest storage period at jab site; but not until facility and protection are in proper condition. 2.2 PRIMARY MATERIALS a. GYPSUM iIALLSOARD - Referred to under this Section as ON: 1 ASTM C 36, type X core throughout. 2 TMckness as noted an drawings. 3 Long Edges: US.O. Type SW; or equivalent improved joint design as approved. 4) For Toilet, Janitor and other wet interior spaces, use water- resistant type. 5) Provide GMB 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: i Types specified refer to Figure 1 under ASA A97.1. 2 Use in single lengths without intermediate joints. where possible. 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-6B; for reinforcing all GWB edges not otherwise covered or protected by overlapping trim or other material. S) At intersection of splayed surfaces, provide corner bead similar to ASA-WI 14 x 114, except shaped to angle between planes, if required. PART 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work: a. IA-GENERAL REQUIREMENTS and 1F-GENERAL TECHNICAL PROVISIONS. b. BUILDING ENTIRELY enclosed and heated, not less than 2 days. 3.2 INSTALLATION a. INSTAL GMB and related items; per applicable requirements of referenced standards. except as shown or specified. b. AT FLOORS throughout the work, set bottom edges of 60 tight to floor. or woad ground where shown. c. FASTENER SPACING: Not to exceed 7" centers for walls; 6" centers for ceilings. install scram no closer than 1/8" from edges or ends of panel. d. CUT-OUTS in 614 shall be die-cut or sawed only. Punching not permitted. Cut ,Ngbs shell be nat:m" than 1/4" from surfaces of penetrating items. 2015-77 9B - GYPSUM WALLBOARD Page 9B-3 of 3 3.2 e. METAL TRIM: Metal corners and edges, install as shown or specified. Fasteners staggered at corner bead. Set to straight lines, with intermediate joints fully butting and ends fully abutting inter- secting surfaces. 3.3 COMPLETION a. 1J-COMPLETION OF WORK and as follows: 1 Remove unwanted debris resulting from this work. 2 Clean adjacent surfaces free from droppings, splatters, laitances, dust, etc., as the work progresses. b. WHEN COMPLETE, GWB shall be true to plane, free from offsets and excessively wide joints and left ready for finishing work or appli- cations of other finish materials. tt : * 01.1125'1 2015-77 9C - DRYWALL FINISHING Page 9C-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 shalt apply whether or not referred to individually hereinafter. Reference herein to an individual Div. F, H or Div. 1 Section is given by more 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 joints shown or required at metal trim; finish painting and acoustical texturing. 1.3 GENERAL PRDVISIONS a. SUBMITTALS: Rehr to 1G-SUINITTALS. PST 2 PRODUCTS 2.1 DRYWALL FINISHING a. MATERIALS: Reinforcing tape, joint cement and topping4 compound shall be standard types conforming to ASTM C 475 and as P= or approved by manufacturer of gypsum wallboard aced in the work. PART 3: EX90TION 3.1 FINISHING WORK a. TREATNENT AND EXTENT: 1) Reinforce recessed jotats and interior (inside) vertical and horizontal corners« using tape and cement. 2) Cement square butt joints, trim edges and fastoner heeds. b. re s� pm�eeet_img.sohna�l be gemmed a second coat# at attic spaces or where y. c. FINISH esmenting 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 instillation of paint finish and wipe off dust. 2015-77 9C - DRYWALL FINISHING Page 9C-2 of 2 3.1 a. AT PENETRATIONS through partitions, osepletaly fill all yaps between OWN edge and penetrations surfap using Joint Cement. Exposed voids or PC visible at wall plates. tris, ate. - shalt be filled as f. PMMCT floors and adjacent surfaces against splatters or dasa ge by . finishing operations. g. WHEN CWLETE, reinspect all surfaces, repair all gouges and leave free frm 1"Orfections reegl► for fin;sh painting or wall covering. t ,, 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. 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 more 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 the flooring; top set base; stair treads and related work. b. OTHER SECTIONS include construction of backup surfaces. c. QUALIFICATIONS: Flooring and base work shall be performed only by workmen trained and experienced in work of the types required. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required par 16-SUBMITTALS and as follows: 1) NATERIAL/COLOR SAMPLES: Provide full range of colors and textures for flooringand base as available for stlaction; 8" x 10" samples of these seected. b. GROUP 2 SUBMITTALS: Required per 14-SUINITTALS and as foilows: 1) EXTRA NATERIALS: Provide not less than one unopened carton of tile and one 8' x 0' Piece of shaft vinyl for each color type and site of flooring and one unopened package of base used in the work. c. 1N-PROTECTION WORK and as follows: 11 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 installs- 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: 18-hATERIALS and IE-GENERAL CONTRACTORS. 2.2 MATERIALS OIL i. 2015-77 9D - RESILIENT FLOORING Page 9D-2 of 3 2.2 a. SOLID VINYL TILE: F.S. SS-T-312B, Type III, except as follows: 1) Sire: 12" x 12". 2 Thickness: 1/8", with a manufacturing tolerance not exceeding plus or minus 0.005 inch. 3) Patterns: Kentiie Floors, Inc., Saratoga Brick; or equal; in colors as selected by Architect. b. SHEET VINYL: L.F. 475a Type II, Grade A. 28 Thickness: .090", hydrocord back Pattern: Armstrong Vinyl Corlon Seagate; or approved equal; in colors as selected from manufacturer's standard pallet. c. NOT USED. d. TOP-SET BASE: F.S. SS-M-40a, except as follows: 1) Type 1 - Rubber; and with premolded end stops for trimless openings as may be re4uired. 2) Size: 0.125' min. thickness; 6" high unless otherwise indicated; 28" min. cut lengths. 3 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. g. EDGE STRIPS: 1" wide tile reducer strips; rubber or vinyl in color as selected. PART 3: E:ECUTION 3.1 PRE-CONDITIONS - Prior to Starting Mork: a. IA-GENERAL REQUIREMENTS and 1E-GENERAL CONTRACTOR. b. BUILDING entirely enclosed and heated, not less than two days. c. STORE finish materials inside enclosed and Mated spaces wore they are to be installed for not less than two days. d. CONDUCT bondin 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. a. REVIEW details with Architect incorporate ad,lustments as directed. l 2015-77 90 - RESILIENT FLOORING Page 90-3 of 3 C 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: 1 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 ,i 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 symetrically about both center tines 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, tap edge, of base perfectly straight and level. f. EDGE TRIN: 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. 10-COMPLETION OF WORK and as follows: ij Remove unwanted debris resulting from this work. 2) Clan fibers, 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, tle joints shall be tightly butted and flush across the surfaces; tile cross-joints mating at a point; and all units shall be free from stains, chips. cracks or other r irregularities. r_u ..u.t..l"`z-ta'{..,w. 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 more 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 1 SUBMITTALS: Refer to 1G-SUBMITTALS. b. GROUP 2 SUBMITTALS: Required per 1G-SUBMITTALS and as follows: 1) Extra Materials: Provide not less than 21 x 3' area of floor tile and co three (3) linear feet of each shape of base, molding, caps, etc. c. STANDARDS: Tilework shall be in accordance with applicable requirements of "1977 Handbook for Ceramic Tile Installation". referred to hereinby "T.C.A.", including DSAS, ASTM and other standards referred to therein. PART 2: PRODUCTS 2.1 GENERAL: 18-MNTERIALS a. CERAMIC TILE shall 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 2", modular field size, cushion edge, unglazed complete with ail trim shapes. b. GROUT: Match color the at floor. c. CLEANER AND SEALER: Scotchway Wax Products Co., Scotchway brand. d. DRY-SET MORTAR: DSAS A118.1, Article 1-10, incl., TCA Formula 759 commercially prepared for floors, 763 for walls. 00263 2015-77 9E - TILEMORK Page 9E-2 of 2 PART 3: EXECUTION 3.1 INSTALLATION a. GENERAL: 1) Contractor shall be responsible for determining proportions, curing and other operations necessary to achieve first quality. sound and durable work. Store, handle and apply proprietary materials only in strict accordance with manufacturer's instructions. 2) Protect all adjacent surfaces against damage by tilework; protect tilework against trafffic until well cured. 3} Cut tile edges shall be ground and rubbed smooth. 43 Outside and Horizontal Corners: radius trim shapes 5 Inside corners: square 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 tile 2 Mortar: dry set type 3 Grout: Cement type; match tile color 4 Installation: T.C.A. Spec. No. F141-77 over existing wood floor c. MALL TILE 1 Tile: 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. il243-77 over gypsum board -rer ► F, 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. 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 field primiingp 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 primme painting for certain metal work. 1.3 GENERAL REQUIREMENTS a. SUBMITTALS: In addition to requirements of 10-SUBMITTALS. 1) Material/Color Samples required es 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) Ssmples for paints shall consist of 8-1/2" x 11" lightweight carboards, sealed as required, and finished to colors and textures required. b. COLORS will be selected at a later date; allow for different colors 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. 2) Each coat shall be approved by Architect before next cat is applied. 3 Surfaces found improperly prepared, primed or finished shall be refinished : #RDTECTICN s dircted by Architect. d. WORK: IA-GENERAL REQUIREMENTS 1) Protect all adjacent surfaces and finishes; provide drop cloths and covers as necessary. 2 Remove splatters and spills as work progresses, do not let dry. 3 Any work damaged by paintino shall be repaired or replaced as directed by Architect. 4) Painting work appiied prior to cooletion of, and where damaged by, work under other Sections, shall be refinished as necessary. 00265 2015-77 9F • PAINTING Page 9F-2 of 5 iAP PART 2• PRDOUgjS 2.1 GENERAL: 1841ATERIALS and as follows: a. SUBSTITUTIONS proposed for paint manufacturers. types or systems shall be reviewed with and approved by Architects prior to sWw tting proposals. b. EACH PAINT SYSTEM shall cospriso prime, intermediate and finish coats of materials which are products of a single primary manufacturer: which comply with materiai qualities speciflad. c. MATERIALS proposed different frau 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 shall be products of: Fuller O'Brien Co. KAIly-Moore National Lead Pratt and Lambert Glidden - b. PRODUCT DESCRIPTION &L e GhAfen Kelly-More National lead 1) Primer, Ferrous 2) Prlimer, Galvanized 121-00 $86 Natal 221-14 5229 3 Enamel Undercoater 220-07 555 930 30-P-15 4 flat Latex Paint 202-XX $300 550, 575 34-11-10 5 Lacquer, Gloss 251-03 6081 2146 37-L-55 6 lacquer, Flat 38-F-24 $0611 2145 37-L-56 7 Lacquer, Sanding Seater 220-01 6059 2143 37-L-54 8) Acrylic Latex 262-XX 3500 1105 32-W-90 9) Interior Need Pratt Stain A Lambert Tonetic Oil Stain I 0 P-Y.A. Seater 220-12 3416 970 30-W-10 1! 1 Ally+d Primer 2204)6 5016 945 30-P-/2 12 Alkyd Sod-Gloss Stipple 219-00 12-W-722 1645 36-S-10 13} Alkyd Semi-Gloss 260-XX 1800 130-175 35-S-10 14 Exterior Primer 220-23 220 304-10 PAJI 3: EXECUTION 3.1 PRE-CONDITIONS - Prior to Starting Work a. IA-SENEGAL REQUIREMENTS b. BUILDING entirely enclosed. "go far or provide MNYU�SM aM wntiletien.te �vi*�d. i[ 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 do's work. 2) ihen vacated, areas used shall be clean and free from paint materials. 3.2 PREPARATION OF SURFACES a. Inspect substrata before p. ding-, 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 hnting-- a) Hard-setting metallic filter for metal surfaces; bTinted wood filler for stained woodwork; or c Let spackling compound for other interior surfaces. 3) Steel and Iron: Clean free from all grease, dirt, rust and scale. !f 6) Galvanized Metals: Thoroughly clean free from grease, oil or other matter i using mineral spirits and wipe dry; than 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; kap free from contact with hardware and other operating devices. Refer to Section 6A2.8f for removal of hardware before painting. b. AT OPAQUE finishes, seal hot spots, knots, pitch pockets, etc., using shellac. e. EXISTING NAILS, 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, no&, brush etrka or otterIrregularities; cut-off lines shall be neat mere+iMt•, IUTA 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) Mails and ceilings at closets, utility spaces, etc., newly finished under this contract. S) Doors shall be finished at all edges same as faces. b. BRUSH APPLIED wall finish*$, 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 wail surfaces, etc. c. WORK NOT REQUIRED to be painted: lj Factory, shop or prefinished materials and equipment.. 2 Plenums and like enclosed or concealed spaces. 3 Non-ferrous metals. d. EXISTING WORK 1) Existing watts, partitions, ceilings and other surfaces reused scheduled for painting, damaged and/or repaired by work under this Contract shalt 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 finished appearance at the existing areas. 00%8 2015-17 9F - PAINTING 9F-5 of 5 l 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, Mood 1 Exterior Primer Sash, Trim 2 Alkyd Semi-Gloss 3.7 INTERIOR FINISHES A. EXISTING PLASTER 2 Acrylic Latex b. GMB, SEMI-GLOSS FINISH 1 P.V.A. Sealer 1 Alkyd Semi-Gloss Stipple c. MOOD TRIM, PAINTED 1 Enamel Undercoster (.� 1 Semi-Gloss Enamel d. MOOD STAIN, CLEAR FINISH 1 Clear Sanding Sealer 1 Interior Mood Stain 1 Lacquer, Gloss 1 Lacquer, Flat e. FLAT FINISH 1 Primer, wall, Latex l Flat Latex Paint f. EXISTING FINISHES - Same as for new except omit primer or sealer. g. ALLOW FOR use of 25% deep tone colors. .r ♦ rrf ��� 2015-77 9G - ACOUSTICAL TREATMENT Page 9G-i 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 more number and title; and provisions im adiately following such reference supplement or :codify 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. UGLIFICATION 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 installationcompany 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 sontative of tha 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 REQUIUMTS a. GROUP 1 SUIMITTALS: Required, per 16-SUBMITTALS and as follows: 1) Material List: Provide complete description of all cogwmnts proposed for work under this Section. 2) Shop 0rewin9a: Provide complete layouts and complete details for coiling SYS tem all lies and related connections and details necessary to indi* Cate compliance with deal and structural requiraments. 3) Matarial/Color Samples: Provide samples of all parts and components 4) taroposed for work under this Section. rtification of Materials: Provide written certification or test reports tram manufacturers indicating compliance with specified requirements for acoustical properties and finish of acoustical materials. b. GROUP 2 SUBMITTALS: Required per 16-SUBMITTALS and as follows: 1) Special Guarantee shall warranty acoustical tile against warp, sag or other physical changes within five (5) years from commencement data 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. 2015-77 96 - ACOUSTICAL TREATMENT Page 9G-2 of 4 1.3 c. 1H-PROTECTION WORK and as follows: 11 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: 16-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 shalt 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 MEMBERS shall be designed and arranged to limit deflection of any aisiber 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 OnIV t) Manufacturer: Lok-Products co.; Cupples Division of Alcoa Aluminum; or equal. 2 Exposed Grid System: Extruded 6063-T5 aluminum members. 3 Main Runners: TISV Tee, 1" wide flange and 1-1/2" high bulb web, I • 0.0355 in. 1 about horizontal axis. 4) Cross Runners: 4'-0" span or less, TJIV Tee, 1" wide flange and 1.068" high bulb web I a 0.0135 in.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: !) Manufacturer: Arrstron4; or equal, Georgian Pattern ceiling board, 5/6" s 24".x "`. . :. 2015-77 96 - ACOUSTICAL TREATMENT Page 96-3 of 4 tr 2.3 2) Fire Hazard Classification: Approved to meet Federal Spec. SS-S-118x, Class 25 non-combustible; U.L. approved ASTM E-84 tunnel test. 3) N. .R.: Noise Reduction Coefficient of .85. 4 FinCish: Manufacturer's vinyl white finish. PART 3: EXECUTION 3.1 PRE-CONDITIONS a. PRIOR TO STARTING WORK: 1} IA-GENERAL REQUIREMENTS 2 Building entirely enclosed and heated, not less then 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 being made inaccessible by any work herein. 3.2 INSTALLATION OF GRID SYSTEMS a. PRE-INSTALLATION: 1 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 moat this requi rwent. 2) Space hangers along-ii-ch"Min runner at not more than 48" on center; not more than 6" from any main runner splice joint; and not more than 12" fro terminal ends of runners. 3) Light Nxtures, 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 most this require- mment, where possible; otherwise provide additionai hangers as necessary. 4) Lock hanger wire ends by not less than three twists around the vertical supporting wire section. 015-77 9G - ACOUSTICAL TREATMENT Page 9G-4 of 4 3.3 COMPLETION a. 10-COMPLETION OF WORK and as follows: 1Remove 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 40273 2015-77 ICA - METAL PARTITIONS Page 10A-1 of 3 PART 1: GENERAL 1.1 GENERAL PROVISIONS SECTIONS under Div. F-GENERAL CONDITIONS, H-GENERAL PROVISIONS and Div.1- 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, N. 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 metal toilet compartments and privacy screens for locations shown; and related work. b. OTHER SECTIONS include supporting construction and backup surfaces; concealed job-constructed blocking for attachments. c. QUALIFICATIONS: Installer shall be a company regularly performing work of the types required; for not less then three years; and shall be licensed or approved by metal partition manufacturer. 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per iG-SUBMITTALS. b. 1H-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as necessary. 1.4 IN ADVANCE of work under DIVISION 6, provide layouts or instructions to Gen- eral Contractor necessary for proper construction of supporting 2 x 6 D.F. work for we 1 bracket screws. PART 2: PRODUCTS 2.1 GENERAL: 18-MATERIALS. 2.2 METAL TOILET COMPARTMENTS a. STVLE: Flush panel, floor supported, overhead braced, pointed 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: i 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; coreers reinforce with matching stainless steel malts, all Secured Waith Concealed fastenings or 2015-77 IDA - METAL PARTITIONS Page i0A-2 of 3 g) internally reinforce for surface mounted accessories and grab bars. Provide wood or metal blocks, full partition core thickness, for grab bar reinforcing. 9) Headrails: Tubular, anti-grip type. b. ACCESSORIES: 1) Stirrup and Wing Brackets and Angles: Cast non-ferrous alloy, US 26. 3BShoes: Stainless steel, at each pilaster. Hardware: Standard types, includingg gravity or torsion hinges, bumpers, keepers, and coat hooks: US 26. 4) fastenings: Theft-proof type, US 26. 5 Pilaster Anchors: Standard concealed devices especially designed for leveling and anchoring units to structure, with locknuts for threaded studs. c. FINISHES: 1 ti . 2 OtherStatntess Exposedsleet Hardwareitems: andSaFnastenings: 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. f 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. b. INSTALL per approved layout; doors set plumb in all positions with not mon 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 T006LE BOLTS or similar will anchors will be permitted. 10275 2015-77 10A - METAL PARTITIONS Page 10A-3 of 3 3.3 COMPLETION — 2;a• 1J-COMPLETION OF WORK and as follows; 1 Remove unwanted debris resulting from this work, Adjust operating parts and mechanisms, b• WHEN COMPLETE: 1 All parts $hail be in pperfect condition. 2 Work found damaged shall new mate be removed and refinished or replaced with penaltted. lto meet specified standards. Job repainting not c 1 n ...1: . a...tet�r ,>S.-aA�'�#�� 'K�{{.i;., •' S � y `�^yP'h� 2015-77 108 - SPECIAL ACCESSORIES Page 108-1 of 2 �....� PART t: 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 shalt apply whether or not referred to indivi- dually hereinafter. REFERENCE herein to an individual Div. F, N 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 job-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. 1N-PROTECTION WORK and as follows: 1) protect adjacent construction and finishes as necessary. PART 2., FRODUCTS 2.1 GENERAL: 1844ATERIALS, 10-CODES a STANDARDS and as follows: a. ITEMS shown or specified IW product ame 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 fastwniap necessary for assembly or mounting. i. FINISNU? staialess Bteti - t lli •earl • tigtt Nrittbnl+sbs�iima. ta�tlwMi� �>�98�#e1NNge. ��►� 2015-77 10B - SPECIAL ACCESSORIES Page IOB-2 of 2 2.2 SPECIAL ACCESSORIES a. FRAMED MIRRORS: Bobrick Corp. B-2901 series; or equal; as follows: 81 Sizes: OVerali 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 well type; theftproof fastenings. b. PAPER TOWEL DISPENSERS: Bobrick 8-3596; 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 8-8295 or approved equal, stainless steel for liquid sap. r• f. TOILET SEAT COVER DISPENSER: Bobrick 221, or approved equal, surface mounted, stainless steel. g. GRAB BARS: Bobrick B-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. IA-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. iJ-COMPLETION OF WORK and as follows: 81 Remove unwanted debris resulting from this work. 2 Adjust operating parts and mechanisms. • b. WHEN COMPLETE. each item shall be properlyaligned. square and Plumb; and with surfaces free from scratches, dents. stains or other defects. 0001 2.015-11 11A - RESIDENTIAL EQUIPMENT Page IIA-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 more 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 IG-SUBMITTALS. b. GROUP 2 SUBMITTALS: Required per iG-SUBMITTALS and as follows: 1) Special guarantee shall warranty work under this Section against defective materials and workmanship, normal weer and tear and abuse excepted. c. iN-PROTECTION WORK and as follows: 1) Protect adjacent construction and finishes as..nacessary. PART 2• PRODUCTS 2.1 GENERAL: 18-MATERIALS, 10-CODES i 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 shalt 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. 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 wa. d. POWER RATING: 12.0 K.N. 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. 1n, 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. IA-GENERAL REQUIREMENTS. b. BUILDING entirely enclosed and adjacent finish work completed. C. CO-ORDINATE cutouts for drop to rangp oven with cabinet wotrk. _ QU�vV 2015-77 11A - RESIDENTIAL EQUIPMENT Page ilA-3 of 3 3.2 INSTALL units per approved layouts and manufacturer's instruction; set plumb and with tops and shelves water-leveled. 3.3 COMPLETION a. 1d-COMPLETION OF WORK and as follows: 1) Remove unwanted debris resulting from this work, protection materials and crating. 2) Following utility connection, adjust operating parts and mechanisms. b. WHEN COMPLETE: 1) Exposed surfaces shall be clean and free from scratches, dents, stains or other defects. 2) Operating parts shall function property and free from squeaks and superfluous noises. 2015-77 ISA - MECHANICAL GENERAL Page 15A-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; add shall apply whether or not referred to individually hereinafter. b. REFERENCES to individual Div. F and H or Div. i Sections are given by were 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 Requi-as is for all plumbing, heating and ventilating work. b. OTHER SECTIONS include: 1 Supporting construction; wood framing and furring; Div. 6. 2 Field painting: Div. 9 3 Electrical services and field connections: Div. 16 t 1.3 GENERAL REQUIREMENTS a. GROUP 1 SUBMITTALS: Required per 16-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 16-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. 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 d Replacements or repairs also include patching and refinishing. e Duration shall be one year from date of acceptance. f Ownar 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 IA-GENERAL REQUIREMENTS. c, 10-CODES i STANDARDS: No "captions or modifications specified. herein. �NfI�GL7Yri 2015-77 15A - MECHANICAL GENERAL Page 15A-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 promises or improvements near the work. e. MISCELLANEOUS PROVISIONS: 1) Permits and Fees: In addition to GC 2, include payment of ail in- spection fees when required for plumbing, hosting 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 adjustunts required by supplementary instruc- tions issued to work. d) Examine project premises and correlate Contract Documents as specified. 3) Cooperation: IA-GENERAL REQUIREMENTS. In addition, arrange plumbing, hostingand ventilating work to fit within the spices provided; in conceaed locations except as particularly shown exposed; and to avoid interferences, with work ,Eder 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 mEemEber shalt 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 shell not bb less then 24 inches below the finished grow4 surface for metallic pipe i8146S othen$$4, ndipatsd an the DrovAngs,or otherwise necessary for ae.... iww to exislt M rlc. 2015-77 15A - 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 shalt 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 40-percent compaction in accordance with ASTM D-155746T. 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 ail 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, raw" ail 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 shalt comprise complete and operable systems. Provide all apparatus, parts, material, and accessories which aro necessary to accomplish this result. t 2015-77 1514 MECHANICAL GENERAL Page 1SA-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- Tent necessary to complete the installation as required. 33 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 meant of access to all valves, dampers, controllers, operable devices and other apparatus which my require adjustment or servicing. b. PIPING: 1) Install all piping concealed above ceilings or in wails 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 ail 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 passible, 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- cout 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, waits and ceilings. 3.6 e. MANGERS 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 Wipmont as required. Include lateral bracing as required to prevent hhoorizontal, seismic movement. f. PLU1 GING FIXTURES: 1) Verify all rough-in location: in field. Accurately align and lever E all plumbing fixtures. Mount fixtures at heightsand locations not indicated on the Architectural Drawings. MWhheets indicated, use manufacturer's standard height. Gasket tightly and neatly caulk into position all floor mounted fixtures. Provide winged all or tae at each fixture stop valve. *.♦ • ♦ t 00287) 2015-77 15B - PLUMBING Page l5B-I of 11 i PART I- 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. N or Div. 1 Sections are given by more 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 shalt be responsible for the installation of com- plate 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 shall be in full accordance with the latest f rules and regulations of the Fire Marshal, the Safety Orders of the Division of industrial Safety, Occupational Safety and Health Act, the local plumibing 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. e. MAJOR WORK included in this section is: 1) Additions and alterations to the system of sanitary waste and vent pipin , including all connections. 2) Addit ens 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, hangars, 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. N 0021e 2015-77 158 - PLUMBING Page ISB-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 data. For proposed substftutions 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 Heaith 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 and 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 WDRRMANSHIP: Constantly supervise the work and as far as possible, keep the same foramen and workman 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 workman 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 `�rwrC7l 2015-17 158 - 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 authorized 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- e ed thereby shall be made by the Contractor without extra compansa- t on therefor. 1.11 UTILITIES: Comply with applicable rules of local utility companies fur"- 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 Stam: 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. 0 N' �p r 2015-77 15B - PLUMBING Page 1584 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 shalt be corrected with thoroughly compacted sand. b. GRADE the bottom of ail 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 ail 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 shalt be on a separate solid shelf, 2 feet from and 12 inches above the sewer line. d. ALL BURIED WATER pipingshall be imbedded in an evelope of sand ex- tending 6 inches in aldirections from surface of pipe. a. ADEQUATE BARRICADES, construction signs, torches, red lantern and guards, as required. shall be placed and mmlintained during the pro. beeprof t the construction work. Whenever required, watchmen shall 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 shalt 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, caep +1avem t, is rewired. ae : y r 2015-77 150 - PLUMBING Page 158-5 of 11 C i. ALL DIRT, rubbish and excess earth from excavation shall be hauled to a dump provided by the contractor, and the construction site shall be left clean, to the satisfaction of the Architect. PART 2: PRODUCTS 2.1 PIPE a. BRASS PIPE: Shalt be made to conform to A.S.A. Specifications H-27-1, latest edition. b. STEEL PIPE: Shall conform to A.S.T.N. Standard A-120. Pipe shall be Scheduled 40 except as otherwise specified, black or galvanized as specified hereinafter. c. COPPER TUBING: Shalt conform to A.S.A. Specification H-251, latest edition, and shall be Type L or K as specified hereinafter. d. CAST IRON: Shalt be service weight A.S.A. A40.1, Awrican Brass A Iron Foundry or equal. Beit 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 C.� a. MALLEABLE IRON FITTINGS: Crane or Walworth, 150 or 300 pound fit- tings threaded, with flat bands, galvanized or black as hereinafter specified, b. MONS: Crane No. 519 or Walworth No. 7715 for steel piping 2" size and smaller. Melding flanges or standard cast iron flanged unions for steel piping 2 1/211 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 N waste and vent piping shall be Mueller "Streamlit,e" wrought copper fittings and ground Joing unions, ,points 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 N copper. ri ., ... s .... ,;-.if :..w r,."�.. t , •k n.V37."I+,,,v.r...,$t34w r:'. Y.f 2015-77 15B - PLUMBING Page 158-6 of 11 c. WASTE PIPING 2" and smatter - 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 lo" 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 Q, 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. im Site Red-White No. Gate 3" and smaller 206 Gate 4" and larger 206 Globe 2 1/2" and smatter 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 wilts 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. O 291 2015-77 159 - PLUMBING Page 159-7 of 11 2.7 INSULATION a. INTERIOR COLD MATER 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 and joints butted tightiy. The factory ap- plied vapor barrier shall 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"-inch thick wat coat of Benja- min Foster C-1 mastic or approved equal. While still tacky, a layer of Glessfab shall be embedded in the mastic. After the initial coat has dried, the fittings shall be finished with a heavy brush cat of the mastic. c. INTERIOR NOT 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 acoto the panthlnjoints butted iglylh e fty app iedcvasjacket salbepasted smoothlyationg tudina 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 MANGERS AND ACCESSORIES: Suparstrut as follows: a. INDIVIDUALLY SUSPENDED PIPING - shall be supported by #C-711 or C-113 hangers, complete with #N-104 all thread rod. -#C-113 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 Mn width channel of a site suitable for lad. in accordance with manufacturer's published toad 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. 2015-77 158 - PLUMBING Page 158-8 of 11 a. SIZE - where insulation is required, #C-711 pipe hangers shall be sized to allow pipe insulation to pass continuously through the hanger. 9702 and 9701 pipe straps shall be furnished with 0715 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) shall 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 5 6 Max. Spacing Ft. 5' 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 0716 isolators at ail hangers and clamps ( supporting bare copper pipe and tubing. 2.9 PROTECTIVE COATING: Protect ail steel piping installed underground with Kopper's No. 70-8 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 Requiremants - 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 shall 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 shalt be utilized and the contractor 2015-77 15B - PLUMING Page 158-9 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 shalt make all repairs. b. SLEEVES shall be installed wherever pipes pass through floors, wells, and partitions. Sleeves shalt 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 MATER 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 sties 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. a. ALL HOT 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 shalt 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 i cold water 150 PSIG 60 min. hydrostatic Waste and vent 10 feet 6 hrs. hydrostatic s IGT! 2015-77 ISO - PLUMBING Page 15B- 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 shalt 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 imaxdisteiy removed and shalt be replaced by perfect materials. 3.3 STERILIZATION a. ALL MATER LINES, fittings and valves and connections must be steril- ized after installation. The following method shall be used and performad by a recognized test laboratory. After all lines are installed, tested and made tight, a mixture of chlorine gas and water shalt 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 60 valves shall be opened and shut several times. b. THE CONCENTRATION of chlorine must by fifty (50) parts 1n one million and this concentration shall be maintained throughout the 8 hour period. After completionof the 8 hour period the Tines shall be flushed with clean water so that the concentration of chlorine will not exceed two (2) parts in one (1) million. 3.4 MINIMUMi 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 ail 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 chocked at each payment period and the pay- mant 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) Thera 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 Vass round brass tag secured with brass chain show- ing N.O. or N.C. 02% t 2015-77 158 - PLUMBING Page 158-11 of 11 b. FURNISH OWNER with ail keys, valve wrenches, cleanout wrenches, etc., necessary to operate all equipment. c. ALL PIPING accessories, equipment, fixtures and trim shalt be clean, factory finishes restored where damaged, and all equipment in operation ready for demonstrations. All debris shalt be removed from site. d. PLUMBING CONTRACTOR or his qualified representative shall be pre- sent during inspection. 3.5 GUARANTEE: The contractor's attention is especially called to the paragraph "General Conditions" regarding guarantees, and the following: The Contractor shalt guarantee the entire plumbing system and equipment against defects in materials, workmanship, or failure to follow the drawings or specifications, for a period of one year after final ac- ceptance, and shall make all necessary repairs, replacements at the request of, and to the satisfaction of, the Architect,including free servicing of the equipment furnished by the contractor within the one year period. 2015-77 15C - 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 hersih to on individual Div. F and H or Div. 1 Section is given by more 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 ail 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 SNACNA Duct Manuais, unless herein specified otherwise, and comply with requirements of NFPA Pamphlets. Curved elbows shall have a centerline radius not less than i-112 times the width of the duct. Joints sholi '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 diff culties to other dimensions producing the same air handling characteristics. Supports shalt be 1" sheet total 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 steei. flashed and counterfiashed and caulked to secure a watertight construction. s; t 2015-77 1SC - HEATING AND VENTILATING Page 15C-2 of 2 2.4 Not Used 2.5 Not Used 2.6 Not Used 2.7 TOILET EXHAUST FANS: Jenn-Air or ILG inline fan. Acoust. rating; 2.8 FLUE: Metalbestos UL listed, 4 inch oval fleshing, storm collar and flue with adapters, roof cap• Connect to existing room heater, 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 shalt 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 eiectri- cat 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. �.i c. BRANCH circuit panelboards. d. ELECTRICAL feeders. a. 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 fixture's 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 muired. Cutting, patching and caulking for all penetrations required for electrical work. I. CONDUIT only for mechanical systems where required. J. AS-BUILT drawings. W rGa�7 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.N.A. 1.4 PERMITS AND FEES In general the county will secure and pay for all Utility Fees associated with the Utility of all electrical work on this project. This shall not, however, relieve the Contractor of coordinating his work and performing all work necessary for the complete electrical Installation as shown on the drawings or further described in these specifications related to Utility Company Service. (� 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, shell serve as the working drawings. They indicate diagrammatically the general, layout of the complete electrical system, including the arrangement of feeders, circuits, outlets, switches# controlso 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, shallpromptly be brought to the attention of the Architect for a decision. 1.7 SUPERVISION: Contractor shalt personally, or through an authorized and eompatent representative, constantly supervise the work from beginning to completion and, within reason, kap the same workmen 2015-77 16A - ELECTRICAL Page 16A-3 of 12 and foreman on the project throughout the project duration. All work is subject to inspection by the Architect or the Architect's representative. Furnish promptly any information requested during 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 ail 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 shall be guaranteed free from defects in materials and workmanship for a (� period of one year from the date of acceptance of the work. Upon notice, any such defects which develop during the stated period shall be promptly corrected to the satisfaction of the Architect and at no cost to the Owners. 1.11 SUBSTITUTIONS a. It is the intent of these specifications to establish quality standards of materials and equipment installed. Nonce, 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 shalt 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 shall include all items of cost for the revised design and construction, including cost of &IV&.111ad trades involved. 00*4 2016-77 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 shall bear any extra cost of evaluating the equality of the materials and equipment to be installed. 1.12 SUBMITTALS AND SHOP DRAWINGS: Within IS 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 approves. 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 shall clearly indicate: 1) Tap, mark or number by which item is identified by contract documents. 2 Complete dimensional data and descriptive information. 3 Elevation views for complete representation. 4 Construction details and arrangement. 6 Location and sizes of connections. 6 Nameplate legends. 7 Finish materials and colors. b. SUBMITTALS shall include: I) 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 . 6 Lighting and power panalboards shop drawings). 6 Any other electrical eequipment callingfor shop drawings in other paragraphs of this specificaton. c. IN SUBMITTING shop drawings or data at variance with the specifi- cations or pians, 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 a. UPON COMPLETION of the work, furnish maintenance and operatinngg instructions together with catalog cuts and service deatils of the equipment installed. This sahil include parts lists, parts t 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 shall 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 site and location of piping, ducts and conduits. As-built drawings shall be completed prior to acceptance of electrical work. 1.15 TEMPORARY POWER: rs 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 shalt 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. 2015-77 16A - ELECTRICAL Page 16A-6 of 12 1.17 PRODUCTS AND MATERIALS - SPECIFIC a. CONDUIT: t) Rigid steel, full weight, threaded, hot dipped glavenized or sherar- dized. Conduit bushing shall be OZ type A or T i B series 200. Grounding bushings shall be T 6 B series 3800 or OZ type 166. No conduit size less the 314". 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. bb 3) coniltgwitlfilix1 8 series1S331oconnectorsloreequivalent"by nppliton. b. OUTLET BOXES: 1) Boxes for dry locations shall be one-place, galvanized steel, minimum size 4" square or octagonal x 1 112" deep. 2) Boxes for exterior use or in damp or wet locations shalt be Crouse- Hinds Condulets, Appleton Unitets or Kiilark Adlets, complete with covers, neoprene gaskets and threaded hubs. c. PULL BOXES: 1) Junction and quit boxes shalt be standard outlet boxes wherever possible, otherwise code gauge galvanised steel of required size with covers sealed with Cadmium plated machine screws 6: on centers. Where putt boxes are installed in exposed areas, they shall be fin- ished with one coat of dichromate primer and two coats of ASA 049 medium gray baked enamel and shall be built from approved shop drawings. d. WIRE AND CABLE: 1) All win and able for secondary power shall be naw and shall conform to latest requirements of N.E.C., shall meet ASTM specifications and shad beer UL label. Conductors shalt be soft drawn cooper with 600 V insulation as hereinafter specified. Mire and cable shall be as man- ufactured by Rome Cable Company, General Electric Company or approved equal. 23 Minimum conductor size shall be #12 AWG. No aluminum wire. 3 Interior wiring shall be as follows: a) 08 AWB and smaller shalt be solid copper type TW or as noted. b) #6 AWB and larger shalt 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. Tag all circuits each and with Brady number labels. a. WIRE AND CABLE CONNECTORS: 1) T 1 8 one-piece type RP12, self-insulated connector for #10 wire or smaller or MTM Co. Scotchioks. Provide Bradley tag on each circuit at each panel, T box or outlet. 2015-77 16A - ELECTRICAL Page 16A-7 of 12 3BMinimumconductor sise shall be +f12 AMG. No aluminumwire. Interior wiring shalt be as follows: a b} #8 AMG and smaller shall be solid copper type TW or as noted. A6 AMG and larger shalt be stranded copper type THW or as noted on drawings. 4) Color code 98 and smaller throughout. For 06 and larger use Brady phase color tags at boxes and other terminal points. e, MIRE AND CABLE CONNECTORS: i) T 5 8 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. 21 For /8 and larger use T 3 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 tap 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 tap and two layers of Manson friction tope at 7/ 2 tap, 5) Splices in wet or damp locations shalt 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, Umistrut, or approved eauai. g. SNITCHES: Arrow Hart, Hubbell, Sierra, or approved equal, 20A,125V to 277V, rated for us* on fluorescent and tungsten filament lamp tads, 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 lump. 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, groundabte-AH 8300. Weatherproof receptacles in exposed locations shall be in cast FS or FD boxes with Crouse-Hinds OS 136 threaded cap housing. i. DEVICE PLATES: i) Sierra (S series smooth stainless steal) P series smooth plastic, ivory, brown or gray as selected by the Architect. 00M 2015-77 16A - ELECTRICAL Page 16A-8 of 12 2) Telephone and signal system device plates shall have 318" diameter bushed hole. 3) For surface mounted sheet steel boxes use Appleton 8300 series box covers. J. LIGHTING AND RECEPTACLE PANELBOARDS: Shall be as manufactured by Square "D", or approved equal. Shop drawings are required. 1) Branch circuit panalboards shall be of the circuit breaker type with number and ratings of branch circuits as indicated on drawings. Bus bars shall be capper. 2) Panels shalt be arranged for service as shown on the drawings. 33 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 anamei. 5) Cabinets shall be provided with stretcher-leveled steel doors of code gauge thickness with concealed butt hinges. Panel doors shalt be single door construction with combination spring catch lock on inside edge of door trim. Locks on all paneiboards and switch- bards shall be keyed alike. 6) All wire and cable shall be bundled with T & B TY-Rap series TU $25 and TY 535 bundle clamps. 00 71 Furnish lockouts for branch circuits where required by code. 8 All panels shall have spaces indicated equipped with provision for future breakers. 9) Panelbards 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 1 or NEMA 3 enclosure as required, with externally operable handle capable of being locked on or off. Switches shall be non- fused unless otherwise specified. Where fuses are to be provided, use Economy renewable delay type. Switches shall be as manufactured by Square D Company, or approved equal. 1. LIGHTING FIXTURES: 1) Shell 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, shell be submitted to and appro- ved by the Architect. Fixtures shell be wired with an approved type fixture wire. 2) Ballasts for fluorescent fixtures shall be one or two tamp HPF as manufactured by Advance, Jefferson or approved equal. 3) Ballasts shall incorporate a thermosetting dry-fill and shall be Cby an automatic-resetting thermostatic type protector. Ballast thus protected shall be labeled "Class P" and shall be ` CBN/ETL certified. Rapid start ballasts shall have an "A" sound rating. ix* 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 shalt all be of one manufacture. m. WIREWAYS AND GUTTERS: Wireways shalt be built of not less then 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 extent to outer edges of wireways. Adjacent plates shalt fit with close even joints. Cover plates shalt 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 shall 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 shalt 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 pulling of conductors. b. ALL CONDUIT runs concealed above furred ceilings shall be installed to avoid conflict with lighting, heating and ventilating ducts and plumbingsystems. Conduit in main room shall 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 side runs occur or on racks and hangers for multiple runs. t� t 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 locations the flexible conduit shall be "Seel Tito". �. I. PROVIDE all necessary slaves 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 cuttin 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, whan allowed, shall be run parallel to, or at right angles to building lines and/or center lines of bows and columns. Exposed conduit work shall 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 tailing 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. a �V 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 walls or ceilings shall be provided with 1ljjtjroriiurfaceproper depth to match wall finish no more than 1.21 INSTALLATION OF WIRE AND CABLES a. NO WIRE shall be putted 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- mini 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 teat 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 wills, floors or ceilings. as the case may be. 1.23 LIGHTING FIXTURES A. LIGHTING FIXTURES shall be installed plumb level, in straight tines, without distortion, and shall be clean. b. PENDANT FIXTURES shall be provided with ball aligners. c. RECESSED FIXTURES shalt 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 1/2" spacers only if required by code for low density ceilings. l� r 2015-77 16A - ELECTRICAL Page 1GA-12 of 12 a. LIGHTING FIXTURES mounted on tilt or pan ceiling shad 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, panelbards. 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 lar engraved to show the white layer, not less than 1/2" x 30. 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 TM wire installed in rigid conduit and ex- tended to a cold water line which is not less than 1 1/4" iron pipe from point of ground connection to earth. Attach to cold water pipe with T A B conduit hub and water pipe clamp. Ground resistance at any point shall not exceed 3 ohms. f 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- senutive 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 mtgger tats 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. dllk WHEIL RECORDED RETURNf' 1 i ' TO LERK, BQARD OF SUPERVISORS iv`gSJ2 4�7 BOARD OF SUPERVISORS _ OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA .,;1;_ 1`77 AS EX OFFICIO THE EOARD OF SUPERVISORS OF THE CORTRA COSTA COURTY STORM DRAINAGE DISTRICT, ZOUE A2 /0 o•CLock M. CONTRA C051 f, ODU.MTY RECORDS J. P. r 'd Re: Approving the Sale of Excess COUNIY R_CORDER S.U.D., Zone 22 Property and ) RESOLUTION NO. 77/634FEE: Accept Deed to Clarify Property ) Line - Work Order 8362588 ) (C.C.C.S.O.D. Act Sec. 5; t, m Gov. C. Sec. 25526.5) o The Board of Supervisors of Contra Costa County, as ex officio the w Board of Supervisors of the Contra Costa County Stora Drainage District, Zone 22 RESOLVES THAT: a r" The Contra Costa County Storm Drainage District, Zone 22, acquired 00 certain real property for the installation of an underground storm drain system, more particularly described in the deed from Joseph Hohenrieder, et ux, recorded June 9, 1964, in Book 4634 Official Records, page 617. This Board hereby determines and finds that a portion of said property described in.Exnibit "A", attached hereto and made a part hereof, is no longer needed or necessary for District or other public purposes..and that its estimated value does not exceed Two Thousand Dollars ($2,000•.00). THIS BOARD HEREBY APPROVES the sale of said excess property described in Exhibit "A", to Elizabeth Hohenrieder, at the price of One Thousand Six Hundred Twenty-nine Dollars (51,629.00), pursuant to the terms of that certain Right-of-May Contract dated April 24, 1964 between Joseph-Hohenrieder, et ux, and Contra Costa County Storm Drainage District, Zone 22, pursuant to Government Code Section 25526.5 and the Chairman of the Board is hereby AUTHORIZED to execute a Quitclaim Deed for and on behalf of the District. THIS BOARD FURTHER AUT-ORIZES the acceptance of a Grant Deed from Elizabeth Hohearieder, dated July 5, 1977, to the Contra Costa County Storm Drainage District, Zone 22 to clarify the description an the portion or property to be retained by the District. The Clerk of this Board is DIRECTED to cause said Quitclaim Deed to be delivered and recorded upon payment of said consideration, together with said deed from the above-nand Grantor. PASSED on August 2 1977, unanimously by Supervisors present. a"MED COPY I atMb VM tbb b a tan.true!eerraet eovs the adaud daeammt rhkh b as rip b an due& am that It.rap Ma d a aaeptea by the Lara at subateMrs at Castes Cama Casat7.California.as the dab ehars.AM=: J.R 01-460N.Cenatr Originator: Public Works Department CNrk a es-atneio Clerk at s9d Rows of sopmlaar& Real Property Division by Deputy Clerk. an AUG 2 1977 cc: Flood Control (via RIP) Elizabeth Hohenrieder (via RIP) County Auditor-Controller Recorder (via R/P) RESOLUTION NO. 771 634 003.11 { FORM APPROVED 8 �� nr/GOUnNjJ w�. f �V�G Parcel X-7 Excess Property EXHIBIT "A" aon.1453 X889 All that real property lying within the City of Concord, County of Contra Costa, State of California, described as follows: A pertion of Rancho San Miguel described as follows: All that real property conveyed to Contra Costa County by Grant Deed from Joseph ar:l Elizahcah Ilohenrieder, recorded June 9, 1964 in Volume 4634 of Official Records at page 617, Contra Costa County Records. Excepting therefrom any portion lying within the following described area: All that real property lying within the City of Concord, County of Contra Costa, State of California, described as follows: A portion of Rancho San Miguel described as follows: Beginning ata concrete monument at the intersection of the northwesterly line of the parcel of land described in the deed to Joseph Hohenrieder et ux, recorded October 31, 1946 in Volume 964 of Official Records at page 2SO, Records of said County, with the easterly line of the Bay Area Rapid Transit District right of way, said monument having California grid coordinates of x = 1,560,580.573 and Y = 531,670.738; thence from said point of beginning along said northwesterly line of said Hohenrieder-parcel (964 OR 2SO) north S20 55' S1" east (the bearing north 52 SS, S1" east being taken for the pur- pose of this description) 66.61 feet; thence leaving said northwesterly line, south 90 S4' 06" east SS,00 feet thence south 40 53' 00" west 54.00 feet; thence along a tangent curve to the left, having a radius of 118.00 feet, through a central angle of 160 48' 00", an arc distance of 34.60 feet; thence tangent to said curve south 110 S5' 00" east 233.71 feet; thence along a tan- gent curve to the left, having a radius of 95.00 feet, through a central angle of 23° 16' 42", an arc distance of 38.60 feet to a point on a line paral- lel with and 21.01 feet northeasterly, measured at right angles, from the southwesterly line of the aforementioned Hohenrieder parcel (964 OR 250); thence along said parallel line south 350 11' 42" east 187.42 feet to the southeasterly line of said flohenrieder parcel (964 OR 250); thence along said southeasterly line south 520 50' 4711 west 21.01 feet to the southwesterly line of said Ilohenrieder parcel; thence along said southwesterly line north 350 11' 42" west 252.05feet to the easterly line of the Bay Area Rapid Transit District right of way, said point being on a non tangent curve having a radius of 2258.60 feet and a radial line from said point to the center of said curve bears south 820 09' 31" west; thence northerly along said curve, through a central angle of 80 27' 46" an arc distance of 333.60 feet to the point of beginning. Containing an area of 0.42 acres more or less. The bearings used in this description are based on the California Coordinate System Zone I1I. Multiply distances used in this description by 0.99993" to obtain grid distances. Mcrof lined With mrd °tdfd313 REeORDING REQUESTED BY CONTRA COSTA COUNTY BOOKN53 wB.Q •AND WHEN RECORDED MAIL TO F CContra Costa County Public Works Department Cie�Lt.l Real Property Division ;e ,c" Me 6th Floor. Admin. Bldg. Martinez, rtinez, CA 94553 ttn: S. I nicht!r SPACE ABOVE THIS LINE FOR RECORDER'S USE— fr-- MAIL TAX STATEMENTS TO Rase 1 OOC UMENTARYTRANSFER TAX 1 —D— StrR., SAME COMPUTEDON FULL VALUE OF PROPERTY CONVEYED, OR COMPUTED ON FULL VALUE LESS LIENS AND Car I ENCUMIR CES REMAINING AT TIME OF SALE. —J CCC- . Signature of Declarant or A416t determining tax.Firs Nam. • • - No. 22 1 AdjacentAssessor's Parcel No. GRANT DEED/. ^- -- (Escrow No. BY this instrument dated--------- -_-------------._.for a raloahle ammtideotioe, �LIIABETH HONENRIEDER hereby GRANTS to CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT. a political subdivision of the State of California Contra Costa ---------folbwing dpcn6ed Real Ymparl in the Starr of Califomu,Conary of .__------_ ---_.._.____------—­ City of---------Concord FOR DESCRIPTION SEE EXHIBIT 'A' ATTACHED HERETO AND FADE A PART HEREOF Elizabeth Hohenrieder ........ - - -------------------------------------------- STATE OF CALIFORNIA On-3131,Y•-5th.s.---..-...___.......19 7-7.,emote me,the mdersiFned,a Notary Public in and For said -SS. County and Sate.prrsnnauv,ppeared._'�*+�iza.bet&---Hahenriedes-"�",-- COUNTYOF COAtr_------- _....__.._......-.................................._..............._..........-----------..............known to me to he the prison X.whow name. X_ZS._. _..-....._suhstrihed to the within in stmment,a executed the same. /i = . 1L t ti4atTS Slgnata .. ._- CXithb..nd ��... ...._._...-.._....�..--_._._.............. .— INicrofilm ' on:kr MAIL TAX STATEMENTS AS DIRECTED ABOVE 'z � i 4t cil t; '.7 3� # S z I t"'cla tsh1-.1 ..o:i c'V*i n` t•s+ ' yi •"1, y.. i3 o '+'r`$ V`�S Vtz. C1 u� ! I. i•� y•.+'+1 yw,W;- •e ».�_. •_,'+,. s ; V+' c.' •M•o� g !•� �S ry`i'Vc Cc • � O "M a PiD C s� �? M� �* t� VO �'Oq �n•��u r UA Z <`' t9 r•• r _ a = - • : i =4s ; �:,: << <ie s ��� �t s»g _ w $v♦ `•, �IS.►: 33 • :�!n #3q c 3•g t� pis= u° r— a'S 'i^ • #-- _ � �� =g "^ � •, 3 r VIZ 22 Hohenrieder - Seeno, Pcl 7A ED-10079 Bw 8453 WES% EXHIBIT "A" All that real property lying within the City of Concord, County of Contra Costa, State of California, described as follows: A portion of Rancho San Miguel described as follows: Beginning at a concrete monument at the intersection of the northwesterly line of the parcel of land described in the deed to Joseph Hohenrieder et ux, recorded October 31, 1946 in Volume 964 of Official Records at page 250, Records of said County, with the easterly line of the Bay Area Rapid Transit District right of way, said monument having California grid coordinates of x = 1,560,580.573 and Y = 531,670.738; thence from said point of beginning along said northwesterly line of said Hohenrieder parcel (964 OR 250) north 520 55' 51" east (the bearing north 520 SS' 51" east being taken for the pur- pose of this description) 66.61 feet; thence leaving said northwesterly line, south 90 54' 06" east 55.00 feet thence south 40 53' 00" west 54.00 feet; thence along a tangent curve to the left, having a radius of 118.00 feet, through a central angle of 160 48' 0011, an are distance of 34.60 feet; thence tangent to said curve south 110 55' 00" east 233.71 feet; thence along a tan- gent curve to the left, having a radius of 95.00 feet, through a central angle of 230 16' 4211, an arc distance of 38.60 feet to a point on a line paral- lel with and 21.01 feet northeasterly, measured at right angles, from the southwesterly line of the aforementioned Hohenrieder parcel (964 OR 250); thence along said parallel line south 350 11' 42" east 187.42 feet to the southeasterly line of said Hohenrieder parcel (964 OR 250); thence along said southeasterly line south S20 50' 47" west 21.01 feet to the southwesterly line of said Hohenrieder parcel; thence along said southwesterly line north 3S° 11' 42" west 252.05feet to the easterly line of the Say Area Rapid Transit -District right of way, said point being on a non tangent curve having a radius of 2258.60 feet and a radial line from said point to the center of said curve bears south 820 091 31" west; thence northerly along said curve, through a central angle of 80 271 46" an arc distance of 333.60feet to the point of beginning. Containing an area of 0.42 acres more or less. The bearings used in this description are based on the California Coordinate System Zone III. Multiply distances used in this description by 0.9999344 to obtain grid distances. END tlr OJCU�lEM1 Mcrofiimed with board order 00316 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Approval of ) RESOLUTION NO. 77/635 the Final Map of Subdivision 4S35, ) Walnut Creek Area. ) The following documents were presented for Board approval this date: The Final Map of Subdivision 4835, property located in the Walnut Creek area, said map having been certified by the proper officials; 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 $2,000.00;. Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 005 SB 030454 BCA) issued by The Aetna Casualty and Surety Company with Hayman Homes Inc-as principal, in the amount of $2,000.00 guaranteeing the payment of the estimated 1977-78 tax; NOW THEREFORE BE IT RESOLVED that said Final Nap is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. PASSED BY THE BOARD on August 2, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning Hayman Homes Inc 39 Sutter Street San Francisco, Ca 94104 RESOLUTION NO. 77/635 210nd Uo. 005 SB 03,04-54 8:;3 BOND AG., :NST TAXES KicO';: ALL i EN BY THESE PRESEfTTS: - - THAT HAYMAN HOMES, INC. , az-principal . ar,' (Surety) :-lt^. �nQ S�Ety CQ��� , a corpor ation or_-anized and existing under the lacrs �f the State of r,=ecticut and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra Costa, State of California, in the penal sum of Two Thousand Dotlars Dollars ($2,000.00 , to be paid to the sa-=d County of Contra Costa, for the payment of which well and truly to be r-aha, we and each of us bind ourselves, our heirs, executors, administrators and successors, ,jointly and severally, firmly by these presents. Sealed wi-'h our seals and dated this lhth day of July 2 19 77 The conditions of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled Subdivision 4835 and covering a subdivision of a tract of land 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, which taxes and special assessments collected as taxes, are not yet due or payable. NO4:, THEREFORE, if the said Hayman Homes, Inc. shall pay all of the taxes and special assessments collected as taxes vinich are a lien against said tract of land covered by said map, 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. HAYMAN HOMES. INC. Prj ,pal Principal Alvin Ha nrPresident The Aetna Casualty and Surety Coif Surety ACKNOEILEDGEMENT (BY SURETY) L.K. lett, Atto=ey-in-Fact State of California ) Cit: & County-of Sam Francisco ) County in which acknowledgement is taken -On Jul: lt�, 1977 before me, Kathy Garsm a Notary Public in and for said ounty and State, personally appeared -ett known to me to be dtt{Lrner_i++_g,ct of the corporation that executed the wi:hin instru- ment and also known to me to be the person who executed it on behalf of such corporation and acknowledged to me that such corporation executed the within Instrument pursuant to its by-laws or a resolution of its board of directors. Kathy Garson �! / "4- "✓cam- p,;xr:nmmr.+enm+++r.+awnn-eM'al In Addition to Signature Type or :r int Name of Notary / La�n1 G •.i NOTARY PUBLIC I�YC^.61T• ,ianEx?i35h; .1, 379 J�u:rauw:wuu:W ru�s> ��y uwollj"'u with board crdw W318 ZMARD W.DEAL AL FWD P.LOMELL puny'Lfsrssr■r•Tis Calleafte AsKNnsf Ce•�wy Trwsurw- TAAZ COLLECTOR'S OFFICE Tu CaUector nest An.�N Toss �fsl�s st a:Taxs OM ad PaCONTRA COSTA COUNTY as the First Day N IQ.emlibsr -o rs TOM&Cq N Decowib" ————————————— V"MEZ.CALIFORNIA e.amd LasteUment N Tries Vbmm'=2-1 .Est'sass leant L+.tallssat N Temps age DeUn as IM�trst Day N F.rro.l J1Llp 5, 1977 en as�teS My N Amit Ig THIS TRACT 15 SM FUM BZ OCTCBES 31, 19 770 TILS LEBM IS VOID !his will certify that I have exur fined the mp of the pmposed subdivision entitled: uitn no. 4835 sed bays determined from the of±'icial tax records that there are no =Wald Cwmty uses heretofore levied an the property included In the nap. The 197 tax lien has been paid is fall. Our estiaate .of the 1977-78 tsac 2iea, which became s lien an the fi.rat day of m-rch, 1977 a 3s $ 2,000.00 Ux Collector Mcrofilmed ,with board ordw 004%.J IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 77/636 the Subdivision Agreement ) Subdivision MS 185-76 ) Alam Area. ) The following documents were presented for Board approval this date: A subdivision agreement with John Hayward or Pamela Hayward, 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 document was 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. Cash Deposit (Auditor's Deposit Permit Detail No. 00610, dated July 25, 1977, in the amount of $1,100.00 for Faithful Performance and $1,600.00 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 00610, dated July 25, 1977), in the amount of $500.00, deposited by: Western Title Insurance, 1401 N. Broadway, Walnut Creek. MW THEREFORE BE IT RESOLVED that said subdivision agreement is APPROVED. PASSED BY THE BOARD on August 2, 1977. Originating Department: Public Works Land Development Division cc: Public Works Director-LD Director of Planning John Hayward 2186 Granite Drive Alamo, CA 94507 RESOLUTION Ko. 77/636 SUBDIVISION AGREEMENT (3l) Subdivision: _MS 185-76 (913 Subdivider: John Hayward or ' (Government Code 5§65462 Pamela VA3=rd and 9966463) - (§i) Effective Date: (31) Completion Period: one year 1. PARTIES $ DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "Co�untf", and the above named Subdivider, mutually promise and agree as follows, concerning tt7ls subdivision: 2. IMPROVB1ENTS. 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 5966410 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 then is a conflict between the improvement plans and the County Ordinance Code, .the stricter requirements shall govern. 3. GUARANTEE. - Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the . .County Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. LMPROVDWM SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Goverrmment Code 66499, deposit as security with the County.: A. For Performance and Guarantee: $ 500.00 cash, plus additional security, in the amount of $ 1,100.00 which together tot one half the estimated cost of the work. Such additional security is presented in the form of: EjCash, 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, Suubar+ivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of Ste, which is one half the estimated cost o e work. Such sec•.wity is presents id n the form of: M 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. -:- 11Na014flO+ wdn wwci W=l S. WARR06M. Subdivider warrants that said improvement plans are adequate to accomplish. this worcT—as promised in Section 2; and if, at any time.be£ore the County's , resolution of completion ,for the subdivision, said improvement plans prove to be inadequate- in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabi itT ties as defined in this section: A. 'nee indemnitees benefited and protected by this promise are the County, and 'its special districts,s eeci ve and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly sine 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 she 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 actiwu causiAg 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 of employee of one or more of them. ' D. -Nem-conditions: The promise and agreement in this section is not conditioned or depe enton w Mer or not any Indemnitee has prepared,.supplied, or reviewed any plan(s).or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 6. ' 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. XWERFORMNCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete thou 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*1ENT. 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 ?lgreement and/or any deposit or bond securing them. -2- .12. MCORD ['MAP. In consideration hereof. County shall allow Subdivider to file and record the Final Map or Parcel :Yap for said Subdivision. CONTRA COSTA COMM SUBDIVIDER: (see note below) Vernon L. Cline, Public Works Director t• _(�: . Pamela A. 9XI By poly Hayward RECOMMENDED FOR APPROVAL: Note to Subdivider; (1) Execute acknowledg- ment form below; and if a corporation, affix corporate seal. By - AisistifulE Public rks Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel III * State of California ) (Acknowledpene by Corporation, Partnership, County of Contra Costa )as. or Individual) On July 22, 1977 , the person(s) whose name(s)-ts/are signed above for Subdivider and who is/are knwoa 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 acknowledge to me that Ihlr executed it and that the corporation or partnersh named above executed L as:aasata�ar+�aaarY% OFFICIAL SEAL (NOTARIAL SEAL) JUDNTH J. ROONEY �?MO:AR aUBUC- CAU:OMNI^ i Jf PRINCIPAL OFFICE IN �� CONTRA COST^ COUNZy Judith J. Rooney GI E+wl.n Ar.4.I '' Nasi, ?Notary Public for said County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA 'In the Matter of: ) Reestablishment of an ) Emergency Medical Care ) RESOLUTION NO. 77/637 Committee effective ) August 1, 1977. ; WHEREAS the Contra Costa County Board of Supervisors established an Emergency Medical Care Committee on June 18, 1968 by Resolution No. 68/404 pursuant to Chapter 1385 of the California Statutes enacted in 1967; and WHEREAS the Board on July 5, 1977 abolished the existing Emergency Medical Care Committee and ordered its reconstitution effective August 1, 1977, Stipulating a membership of 23 persons composed of: five (5) citizen/consumers (one from each supervisorial district), and eighteen (18) individuals representing specified agencies; and WHEREAS the Board having now received a memorandum dated July 26, 1977 from the Director, Human Resources Agency, apprising the Board that thirteen of the eighteen agencies have now responded with nominations for members to serve on the Emergency Medical Care Committee. and recommending the appointment of a nominee to represent the Board of Supervisors on the aforesaid committee, and the reappointment of three citizen/consumer members from-Supervisorial Districts 2, 3, and 5; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that the following persons are HEREBY APPOINTED as members of the Emergency Medical Care Committee effective August 1, 1977, as listed in the attached PARTIAL LIST of membership marked "Exhibit A": Charles Phillips, N.D. County Medical Services William Allen Longshore, M.D. Canty Health Department Will Perry, Jr. County Emergency Services Les Glenn County Sheriff-Coroner Roy Kong County Sheriff--Communications Center Captain Joe Barnett California Highway Patrol Chief Fred Golinveaux Contra Costa Fire Chiefs Association Chief Bill Lorimor Contra Costa Police Chiefs Association Mike Mickelberry Contra Costa Ambulance Association Pat Waldron, M.D. Emergency Department--Physicians Kathy Mickelberry, R.N. Emergency Department--Nurses Association Ron Lockyer American Red Cross Stan Chin Los Nedanos College Claude L. Van Marter Board of Supervisors B. Ruth Pattison District 2 Harold Manis District 3 Barbara Molloy District 5 BE IT FURTHER RESOLVED that there still remain the following vacancies on the Emergency Medical Care Committee which are to be filled by the Board of Supervisors as soon as legal posting requirements have been met and .applications have been screened, and as soon as the following four agencies have nominated members, whose names are to be submitted to the Board by the Director, Human Resources Agency, as soon as practicable: Citizen/Consumer District 1 Citizen/Consumer District 4 Alameda-Contra Costa Health Systems Agency Alameda-Contra Costa Medical Association Contra Costa Heart Association East Bay Hospital Conference A RESOLUTION N0. 77/ 637 BE IT FURTHER RESOLVED that when the membership of the Emergency Medical Care Committee is completed and the full Board of 23 persons is seated, terms of membership are to be determined by the drawing of lots to provide for 12 members to be seated for a 2-year term, expiring July 31, 1979, and 11 members to be seated for 1-year teras, expiring July 31. 1978. BE IT FURTHER RESOLVED that the Emergency Medical Care Committee is AUTHORIZED to have alternates representing each of the agencies, such alternates to be selected either by the member of the EMCC from that agency, or by the agency itself, with the understanding that the name of the alternate will be kept current and on file with the Clerk of the Board of Supervisors, and that it is the intent of this Board to appoint the individual members of the Emergency Medical Care Committee but not to appoint alternates. BE IT FURTHER RESOLVED that this Resolution cancels and supersedes Resolution No. 68/404 dated June 18, 1968 in the matter of establishing an Emergency Medical Care Committee. PASSED 61 THE BOARD ON AUGUST 2, 1977. CERTIFIED COPY I eWW:r teat this b s fin.tree&carf d etfly of the arialaal doc=reot wbieh Is on file in my afneft ad that It was rwoed k adopted by the Board at llaoerrisas of Centra Costa County. CaUfarais.M tis lata sbse.ATTCST: J. R. CiS5"ON. Canty Clerk t=40cfe Clerk of saki IIaard of 9apanioars, ?ends Amdahl AUG 21917 Orig: Human Resources Agency Health Officer EMS Coordinator Medical Director EMCC Members County Auditor County Administrator County Counsel RESOLUTION NO. 77/637 Exhibit "A" w L N o v m v c� a Mal 4 K ti� Ib H IA C ►. ►1 • . ►Mt 5 b O O 13 ti c ti c�i b m to m V f R W $ O f}t+ >P. 04 W On b .7 ir� :O *cilli M U-0 �N i O 0� O N V Ir..IW.. b Q IR.,to 9 y O M N I1f►N. h I+ t7 M O h O >E h R/. tR.. fR+. p� R Ric R a at �rM 'J � $ n� �� � � Wim= ili •y i ! � ! M ! M : M >< iF a u 6 X W iQ t0 b p! IY tiU 10 W VI fI t?4 tG = C9 • NO'y ay an aR iR a av a Q. 4 • • VQ ORh yf ip NM M Nh Nb 4nM N t't '"�' 7P A b�'ti M i N N N! N M N U! b m cm V iN► rt' W R y ct W R W!R W t+ W i+► =r RA N `• •R G 1 RbM • m in m ,Q 4 m W W V M m V V V V V y N 10 • i V M N q/ .111 V 111 � 1 1 1 1 I i t t 1 _a w i i Y M y k # Iy a m y y a y i y ti a i • N !+i O v O /0 N O V i01 O i W 9 O n t] ty h h b n b lob ra n Q f'f ~ N fM be A ti 4 04h b(y A rt ►!j 'yK �C ai Z d: rw cc�i as m N. q b n b 10 b ►�1 fr►tii M 6iii a �i m x cl . '!E SIE i.ft a s ��yy yp !yyi� y M Q in �N" • M rH mN d ~ '0'1 dj pf! 11 4 co oo Icnc ox b �Kf MI fain g r �a a ' M I 1 f I I *� t i t i f i I i / / �+ -1 m X ,-p r. m CgAzp+_3sO,r; Dr. Charles Phillips STAFF msszsTeuT. Bob Eisenman, Ph.D. 372-2963 372-4206 Carol Augustine 372-2963 ra%3z:?S TP ncsTya_�E EE$ �Y,FIEDICAI_ RF f(N1M[TTFF Page l of 2 a€: (n x x m R 2 cs5 �w mo y�;i mon aat°wC, c h 0i9 _ "oa w o a a� �Oa�.~'� z 'Q ch marts 111�f !! rr 00. 0. Im R 0 Z *w o c • 10 b t!040 40 W b jr Q V tat GiO N 4k 003 1* . �K H4 Im A cr bi s�cl s �, R' 2> of y N tqo R ;Iy y y x ~~P. Ox $ h 2� 2 N ►? •2 i 1 i 1 1 i 1 i 1 1 1 1 (' r { r �L u!a1tz�FrSCrt: Dr. Charles Phillips 57-APT RSSr5-,ANT. Bob Eisenman, Ph.D. 372-2965 372-4206 Carol Augustine 372-2963 Pmmmsarp nas«rr Et1ER6Ft�Cy Jt' Al ('!i F fili�IjitTTFF �� Page 2 of 2 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY. CALIFORNIA Re: Pursuant to Sectio_ 22507 of she TRAFFIC RESOLUTION NO. 2351 - PM 070, Declaring a Par_kiziC Zone on ) Dir LC HCAD (3d. ,>4521) Danville Date: AUG 2 1977 Area. (Supe. Dist. V- Danville ) 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 follow ng traffic regulation is established (and other action taken as indicated): Pursuant to Sect4.n 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all timea on Uie east side of Diablo ?toad (r'r1t821) Danville beginning at a point 5Co feet scut_; of the center line of Arroyo Drive and extending southerly a distance of 30 feet- Adoptedbyt.LBoardan.._ AUG 2 1977 Sheriff 'California Highway Patrol T-14 0l1t7YG0 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Pursuant :.c Se: om 211154 of the TRAFFIC RESOLUTION NO. 2353 - nm GVC, Declarin_ a}Yie1d Intersecticni on A� _ ('d. r2555y), Date: AUG 2 1977 Crirda Area. (Supe. Dist. III - Crinca )• 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 jFz1356 and 21203 of the California Vehicle Code, all vehicles traveling eastbound cn TARRY LUE (Rd. T 2555zi)., Crinda, shall yield the right of v:ay to traffic on Lembardy Lane. AUG to» Adopted by the Board Sheriff California Highway Patrol T-14 �1► OM OF StPERVIM, carrrRa OTA CM, CUFMIA Re: Speed Limits on TRAFFIC RESOLUTION No. 2351 - SPI) ?ICTORY nIazNaY ) Date: AUG 2 1977 (Rd. =71182A), -:ntioch rem (Supe. Dist. J - &ntin.ch ) ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recommendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 (§46-2.002 ff.). this Board hereby determines that the present speed limit(s) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable. and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the C2lrorr a Vehicle Code, no vehicle shat travel in excess of 45 miles per hour on that portion of VICTORY iIICH:•'AY (Rd. x7182-^.), J&ntiorh, be-riming at the Antioch city lirdts near ?ranbath Lane and extendirg easterly to the initersecticn of State ?sight=a;;s h and 84. (Traffic Resolution :io. 2171 pertaining to the existing 50 nph speed li..ui.t cn East 18th Street - Victc--Y 'r_igiraay is hereby rescinded) Adopted by the Boord on.......AU G 2 1917 PASSED unanimously by Supervisors present. cc: County Administrator Sheriff California Highway Patrol T-14d BOARD OF SUPERVISORS, CONTRA COSTA COVM, CALIFORNIA Pursuant to Section 2220=(!-' of ) TRAFFIC RESOLUTION NO. 235.5 - STP ci the 0C, Decisrin.r a Shop. ) In-ersecticu at ry, .v (5-5-L-) Date. AUG E 1971 are T•UZ �*AiIvz (51CUY) Y - ':est Pittsburg .,est Pittsburg Plea (Supe. Dist. The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and enineeriag survey and recommenda- tions thereon by the County Public Morks 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 Sectio 22101(b) of the California Vehicle Code, the irtersecticn or . RCID Q5185-U) and LAKE VI:f MIVZ U5155Y) :•:est Pittsburg is hereby declared to be a. stop irtersectior. :_rd al! vehicles traveling east on Levee Road sha12 stop befere enterir.- said intersection. '4PWbytheBoard on......,AUG 1' " Sheriff California Highway Patrol T-14 In the Board of Supervisors of Contra Costa County, State of adif omia Auoust 2. .19 77 IN dM AA MIN Of Detention Facility Project, Approve Addendum 1, Concrete Foundation and Structural Fill, (Prof. No. 5269-926- (43)) and Addendum 1, Structural Steel (Prof. No. 5269-926-(44)) WHEREAS Addendum 1, Concrete Foundation and Structural Fill (Prof. No. 5269-926-(43)) and Addendum 1, Structural Steel (Proj. No. 5269-926-(44)) modifying plans and specifications for the Detention Facility Project previously approved 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 addenda be approved and issued: IT IS BY THE BOARD ORDERED that said addenda are hereby APPROVED and the Public Works Director is ORDERED to issue said addenda. PASSED by the Board on August 2, 1977. I hereby eaellfy d" die ffs a true and Cornet espy of M adw Mhwed M die a*now of said Board of Supervisors an die date aIo►ssoid. _. �ilrree>'1wy Irarrd sed dre SMI aF the Bead d Originator: Public Works Department Fars Detention Facility Project affixed des 2nd day of Auaust . 19 L cc: County.Administrator & R OLSWN, Clark County Auditor-Controllerp Public Works Director w 1 ��o .Depwr Clerk County Counsel K PODS N-24 3/7615m ADDENDUM ND. 1 Structural Steel2. F I L E Project No. 5j69-926-(44) &,,.,e 12i," Date_d July 28, 1977 AUG z 1977 I R. OtSSON CLERK BOARD OF SUPERVISORS C COSTA CO. The following information should be noted in reviewing this Addenda: 1. The Bid receipt date remains unchanged. 2. This Addendum must be acknowledged when you submit your Bid Proposal. 3. Changes to Drawings described in this Addendum are in addition to changes on revised Drawings dated 7-25-77. r Microfilmed with board ordK 00M CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California Structural Steel Project No. 5269-926-(44) Addendum No. 1 July 28, 1977 The following revisions and/or clarifications shall be made part of the Contract Documents and shall be taken into con- sideration when submitting bids. This Addendum shall be a part of the Contract Documents. Drawing Revisions: 1 . SM Revise top of steel elevations to the following: a) On lines N.2 and R between lines 4C and 7C top of steel is 42'-7 3/4" b) On lines P between lines 4C and 7C top of steel is 43'-3 1/4' 2. SM Add the following general note: Top of steel elevations where shown for beams are for the top of beam projected to the column center line. 3. S4.1 Revise cantilevered beams U14 X 30 to 1114 X 34 at following locations: a) along lines E, F, and 6 ! line 7' b) along line 8' • line 0 c) along line N B line 15' d) along line 16' ! line 0 e) along line 17' a line 0 f) along lines L and N ! line 191, 4. S4.1 The unmarked beam on line 8 between lines I and J is W14 X 30. 5. S4.1 Revise diagonal beam between lines 13' and 14' at lines L and N respectively from 1114 X 53 to W14 X 95. 6. S4.1 Revise beams from W14 X 30 to W14 X 34 at the following locations: on line 15' between N and 0 on line N between lines 15' and 16' on line 19' between lines N and N on line K + 8'-6" between 18' and 19' 7. S4.1 Revise beam on line 20' between lines K and L from-Y14 X 30 to W14 X 53 vV 8. S4.1 Delete U14 X 30 beam on line 20' between lines J and K Page 2 CONTRA COSTA COUNTY DETENTION FACILITY !Martins, California 9. 54.1 Add the following general ncte: Top of steel elevations where shown for beans are for the top of beam projected to the column center line. 10. S4.1 Add or revise steel framing as shown in sketch A/54.1/1 11. S4.2 Revise from W14 x 30 to W14 x 34 the beans at the following locations: a) on lines X, L and M between lines 6 and 7 b) on line N between lines 5 and 6, 6 and 7, 7 and 8 c) On line O between lines 5 and 6, 6 and 7, 7 and 8, 8 and 9 d) On line P between lines 6 and 7, 7 and 8, 8 and 9, 9 and 10, 13 and 14, 14 and 15 e) on line Q between lines 7 and 8, 8 and 9, 10 and 11, 12 and 13, 13 and 14 f) On line R between lines 9 and 10, 10 and 11, 11 and 12 g) On line U between lines 12 and 13, and 13 and 14 h) On line V between lines 12 and 13 12. S4.2 Revise catilevered beams from U14 x 30 to W14 x 34 at the following locations: a) on lines 12 and 13 at line U b) on lines R, S, and T at line 14 13. S4.2 Revise beams from W14 x 30 to W14 x 53 on line 2 between lines T and U and U and V 14. S4.2 Add upper beam W10 x 33 at roof level (elev. 431- W) on line V between lines 2 and 3 and 3 and 4. W10 x 21 beams to remain at lower elev (38'-0") . 15. 54.2 Revise beams W14 x 30 to W14 x 53 along line V between lines 6 and 7, 7 and 8, and 8 and 9. 16. S4.2 Revise diagonal Bm. W14 x 53 bounded by lines 10, 11, P, Q to W14 x 95. 17 S4.2 Revise diagonal. beams bounded by lines 11, 12, Q, R as follows: a) W14 x 30 to be W14 x 53 b) W14 x 53 to be W14 x 95 _ 00WJ- Page 3 CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California 18. S4.2 Add following general note: top of steel elevations where shown for beams are for the top of beam projected to .the column center line. 19. S4.2 Add or revise framing as shown in sketches A/S4.2/1 through A/S4.2/3 20. S5.1 Revise longest diagonal beam M12 x 27 to W12 x 36 in bays bounded by the following sets Of column lines: 91 ,10', F, G; 10', 11', F,G. 21. S5.1 Revise longest diagonal beam W12 .x 31 to W12 x 36 in bays bounded by the following sets of column lines: 141, 151 , F, G; 14', 151, G,H; 151 , 161, E, L; 16' , 17', R, L. 22. S5.1 Revise shortest diagonal beam from W10 x 21 to W12 x 27 in bays bounded by the following column lines: W . 15', F, G; 14' , 15', G, H; 15' , 16', R, L; 169, 178, X, L. 23. S5.1 Revise diagonal beans (two each bay) from W12 x 27 to W12 x 31 in bays bounded by the following column lines: 101, 11' , E, F; 15' , 161, G, H; 159, 16', L. M. 24. S5.1 Revise diagonal beams W10 x 21 (stair header) to W12 x 27 •in bays bounded by the following column lines: 111 , 121, G H; 131 , 14', H, I; 14', 151, J, R. 25. S5.1 Delete beamL W10 x 21 that frames between diagonal W24 x 76 to W18 x 70 in bay bounded by column lines 181 , 190 , J, X. 26. S5.1 Add the following general note: top of steel elevations where shown for beams are for the top of bean projected to the column center line. 27. S5.1 Add or revise framing as shown in sketches A/S5.1/1 and A/S5.1/2 28. S5.2 Revise longest diagonal beam W12 x 27 to W12 x 36 in bays bounded by the following column lines: 6, 7, Q, R. 29. S5.2 Revise shortest diagonal beam W10 x 21i Page 4 CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California 29. (continued) to U12 x 27 in bays bounded by the following column lines: 5, 6, M, N; 30. S5.2 Revise diagonal beans (2-each bay) N12 x 27 to N12 x 31 in bays bounded by the following column lines: 4, 51 M, N; 6, 7, R, S. 31. S5.2 Add the following general note: top of steel elevations where shown for beans are for top of beam projected to the column center line. 32. S5.2 Add or revise framing as sham in sketches A/S5.2/1 and A/S5.2/2. 33. S6.1 Delete column on line 13' at line L 34. S6.1 Add top of steel elevations for roof framing between clusters as follows: a) on lines between column lines 12' and F and column lines 13' and G and between 15' and I and 16' and J the elev. is 62'-7" b) On line between column lines 11' and G and 15' and K the elevation is 63'-0" c) On line 8 between column lines 10' and H and 14' and L and west of this line to column lines 9' and I the elevation is 62'-7" 35. S6.1 Replace notation "O " with reference to detail S/S9.6 36. S6.1 Add the following general note: Top of steel elevations where shown for beams are for the top of bean projected to the column center line. 37. S6.2 Revise top of steel elevations for roof - area between clusters by increasing eleva- tions shown by 0'-6" 38. S6.2 Add the following general note: Top of steel elevations where shown for #` 7 beams are for the top of beam projected to the column-center line 39. S6.1 Add or revise framing as sha+n in sketch A/S6.1/1 S6.2 Add or revise framing as shoes in sketch A/S6.2/1 Page 5 CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California 40. S7.1 Revise longest diagonal beams W14 X 38 to W14 X 43 in bays bounded by the following column lines: 101 , 110 , 6, N; 11 ' , 12' , F. 6; 13' . 14' , G. N; 14' , 15' . H, I; 14' , IS' , K, L; 15' , 16' , J, K. 41 . S7.1 Top of steel elevations raised 0'-6 typical 42. S7.1 Add the following general note: top of steel elevations where shown for beams are for the top of beast projected to the column center line. 43. S7.2 Revise longest diagonal beams W14 X 38 to M14 X 43 in bays bounded by the following column lines: S. 6. N. 0 - 6, 7, N. N - 6. 7, P. Q - 7, 8, Q. R - 9. 10. R. S - 10, 11 , Q. R - 11 , 12, P. Q. 44. S7.2 Top of steel elevations raised 0'-6", typical 45. S7.2 Add the following general note: "Top of steel elevations where shown for beams are for the top of beam projected to the column center line." 46. S9.6 Revise detail 2 to show top of steel elevation for the M14 X 61 at the top edge of flanges to be 66'-3" for the west wing and 69'-3" for the east wing. 47. Elevations of ceiling support beams indicated by broken lines on Level 2 may vary. Actual elevations of these members will be established during the shop drawing stage. 48. The above listed drawing changes (Items 1 - 47) are in addition to changes made to revised drawings listed in item No. 49. 49. The following revised drawings are made part of this Addendum: All Drawings are Revision 1 , dated 7-25-77. S2-1 , Level 1 East. Foundation Plan S2-2, Level 1 West, Foundation Plan S3-1 , Courts Annex, Foundation and Roof Framing Plan J Page 6 CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California 49. (Continued) - S4-1 , Levet 2 East, Framing Plan S4-2, Level 2 West, Framing Plan SS-1, Level 3 East, Framing Plan S5-2, Level 3 West, Framing Plan S6-1 , Level 4 East. Framing Plan S6-2, Level 4 Vest, Framing Plan $7-1 , Roof Framing Plan, East S7-2, Roof Framing Plan, West $8-1, Foundation grade Bea■ Details and Schedules S9-1 , Column Details and Schedule S9-2, Steel Details, Typical Moment Connections S9-3, Steel Details, Typical Simple Connections and Beam Penetrations S9-5, Steel Details, Collector Bea■ Connections r S9-7, Steel Details, Miscellaneous Connections S12-4, Wall Sections Courts Building S13-4, Stair 6 { 50. The following Sketches are attached and made a part E of this Addendum: A/S4.1/1 E A/S4.2/1 A/S4.2/2 6 A/S4.2/3 } A/SS.1/1, A/SS.1/2 A/55.2/1, A/S5.2/2 A/S6.1/1, A/S6.2/1 A/S6.2/1 A/S Specification .Revisions:. 1. Information to Bidders Part I: Add the following to Paragraph 11 . r Structural Steel Contractor is to provide two perimeter safety cables around the entire exterior and interior perimeter of the building including the roof. This includes all courtyard areas. Where columns are set back from the perimeter the Contractor will provide welded posts- to support the perimeter cables. Toeboards will be provided by others. Page T CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California Specification Revisions (Continued) 2. Information to Bidders Part II : Add the following new paragraph to Section 1 , Scope. F. All shear studs for metal decking will be by others. Structural Steel Contractor will weld reinforc- ing bars to columns per Drawing 511 .3. Bars will be No. 5, Grade 60 and are 2'-6" long. Penetrations of columns for reinforcing steel will be provided by the Structural Steel Con- tractor. (See Drawing S11 .3.) 3. Proposal (Bid Form) A revised Proposal For• is attached and wade a part of this Addendum. All proposals must be submitted on this revised form. NOTE: It is incumbent upon the Contractor to notify his sub-contractors and/or material suppliers of this Addendum to the Contract Documents. **END OF SECTION** rem 9*4-7f nowa R comsTRUCTWH COMPANY wall= SHOW 1� �3 y s �Ib�c 23rb "AD�iTL dimg T m E IIAPE srrA mormm OfKaT No, 6C1�7It11CT OATS CONTRACT Nal �C /7 !ti i r' I Mr ty�-,Tom' _ DAM 7/OhCONTRA COSTA COUNTY DETENTION FACILITI �TWM �z Structural Steel - Addendum No, 1 UN0 CA. 94"1 �J' Contract No. 5259-926-(44) MIS-396.5 •G/ b 7 1-4 �.J ,0 Pesti W343 �+ °",E _ CUHTRA COTTA COUNTY DETENTIOflXl - TY Z STRUCTURAL STM ADDENDUM CONTRACT NO. 5269-926-(44) PARTIAL 2nd LEVEL PLAN 6 - . 415.398• i Y'''om �3 f JUI�4r;ll�le� Iaz W341 1��L//�?�Cr_?� ��,(J/LG�1i9/Y6aEb Lti 4•/l/.�/SGAG��iZ ,N M DATE COI74RA COSTA COMM, DETMITIOH FACILITY �meq$ V77 Structural Steel - Addendum No. 1 * SA (4 Contract No. 5269-926- 4) X01,U FUkNC O CK Partial 2nd Level Plan 13-14, Q-U A2' /3' i i M G i PXRT/r4L FIA 0034.1 • LOATEM CONTRA COSTA COUNTY DETENTION FACILITY �8� P Structural Steel - Addend;�m No. 1 R�MM O C � Contract X70. 52E9- 26-(A4) 415.398.51M ' partial 3rd Level Plan 12'-138 , 8 - C i 1 1 wpr � A Ww � L L�l��G ALAN o►/✓J'mo Not' , oMp- Jv &t✓WA1966040 DRE CONTRA COSTA COUNTY DETENTION FACILITY ARM AIER$ �/� 7 Structural Steel - Addendum No. 1 QQ1• MWJERY F�GS�_��S_SWEET �T Contract No- 5269-926-(44) 415.398• �wo ..t , Partial 3rd Level Plan 3-4, Q-S 1 r r3EHT 03MAM i Me"16 '0�eovv s� limey r.o s Ar~o ws — �� � OM7 se am fP TRA COSTACOUNTY DETENTION FACILITY .�� P HERS uctural Steel - Addendum Ho. 1 901tract.no. S269-926-(44) 415.396.5181 2tial 3rd Level Plan 7-9', I-L AVW AMW - '��1iMc pus: Q opE CONTRA COSTA COUNTY DETENTION FACILITY .M9 A01��1 S Structural Steel - Addendum No. 1 5AN FF�ANC �IUCI �+It 94111 / `.Fartial 0 Level Plan Machine'Aace 415.386.5191 ;. F V 3 0� � � I Qom. y Q` _ 15ENT 15FA14 _ 1 I t L" C51 7~, OU349 , --PART/A,L_-9c.T'� LEYEL _hLAN ONLY — i4t-4- F/2A"1Ao .- To �/r.�'-it�H/v l�•vtl�it/1/G.�O o, Zr r' DATE CONTRA COSTA COUNTY DETENTION FACILITY t 8W� in .k4cr�i977 ACEI PERS Structural Steel - Addendum No. 1 u1•tir►� 11 " A sCa I Contract No. 5269-926-t44) 415.398.5191 I Partial 4th Level Plan, 7-91, I-L SL, iIV •. Nam �" s `s wZ4xloo 3�� rr Ex�snKL G06NMw f � CAPW IL fMMAAf Ad- �rwa. t v N4 V~T*eMml 14hUYt► AVOW) f W35( � s i _ _-- - _ 4"_s1-Q """ CONTRA COSTA COUNTY DLTEk1TI011 FACILITY XL /1R Structukcil"Steel.-�...-'Addendiim-No. l FRAM � 94111 Contract No. 5269-926-(44) 415.398.5191 ��S Alternate Braced Trane r (Bidder) PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL THE 11th Day of August at 2:00 p.m., in Room 103, Administration Building, 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, transportation. and services for the Contra Costa Count Detention Facility Structural Steel in strict con- formity with the Pans. Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor. Administration Building, Martinez, California 94553, for the following sues; namely: BASE BID: Shall include all of the work for the construction and completion of all Structural Steel shown or noted on the Contract Documents and specified herein. For the sum of: Dollars ($ ). ALTERNATES: State the amount to be deducted from the Base Bid for deleting Structural Steel Framing within the area noted "ALTERNATE" on Drawing S3.1, Revision No. 1, dated 7-25-77. Deduct the sum of: Dollars (s 10=1 Mivofifined with board ordK Addendum No. 1 Contra Costa County DetentionFacility -1- PROPOSAL (Bid Form) (Continued) 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 net changes in the scope of work as defined in the Contract Documents. t A. Structural steel weighing 20 pounds per lineal foot or greater. in place, added or deleted prior to fabrication (shop drawing stage) ADD ; Ton DEDUCT ; Ton 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 ADD ; Ton DEDUCT ; Ton D. Structural steel weighing less than 20 pounds per lineal foot, In place, added or deleted after fabrication has started ADD ; Ton DEDUCT ; Ton 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 f Each DEDUCT ; Each 3. Rectangular Type C ADD f Each DEDUCT ; Each 4. Rectangular Reinforced Type D ADD ; Each DEDUCT ; Each F. Beam penetrations after approved shop drawings. Types as shown NN,,rr�cc�� on Drawing No. S9.3 detail No. 9 00M 1. Circular Type A ADD $ Each DEDUCT ; Each 2. Circular Reinforced Type 8 ADD ; Each DEDUCT ; Each 3. Rectangular Type C ADD ; Each DEDUCT; Each 4. Rectangular Reinforced Type 0 ADD ; Each DEDUCT ; Each Addendum No. 1 Contra Costa County Detention Facility -2- PROPOSAL (Bid Form) (Continued) G. Alternate Braced Frame: (See Addendum No. 1, Sheet A/S) ADD _ 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 (2`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. 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. Addendum No. 1 Contra Costa County Detention Facility -3- PROPOSAL DILD FORM c4nntinued ' Lin OF SI�L'lIMiRAGTOlS• Portion of York Na.e Fla" of Birders 1 rWWOML (EIA Fora) eontinwd_- The undersigned hereby certifies that this bid is genuioe and not Shan or collusive. or wade in the interest or in behalf of any person not herein named. and that the undersigned has not directly induced or solicited any other bidder to put In a sham bid. or any other person. fits. or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self as advantage over any other bidder. Attach" is a list of the names and locations of the place of business of the subcontractors. Attached is bid security as required in the Notice to Contractors. n Cash O Bidders Bond o Cashiers Cheek []Certified Check The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum# dated Addendum# dated Addendum# dated Fi m By Title Address ?hoes Licensed in accordance with an act providing for the registra- tion of Contractors. Classification and License Ne. Dated this day of . l! 0135 S. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of &.contract under th Tsiviltation for Bids unless such bidder has submitted as a part of its bid the following certification, which wilt be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder)- 1. it intends to employ the following listed construction trades in its work under the contract ' and 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it wili comply with the Contra Costa Pian on this and all future construction work in Contra Costa County within the scope of coverage of that flan, those trades being: (b) as to those trades for Aich it is required by those Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimums 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 3id 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. ignature of authorized representative o OMS -6- In the Board of Supervisors C_ of Contra Costa County, State of CalifamW Aumust 2. .19 jZ fw Ilw AAmll�of _ Detention Facility Project, Approve - Addendum 1, Concrete Foundation and Structural Fill, (Proj• No. 5269-926- �43)) and Addendum 1. Structural Steel Proj. No. 5269-926-(44)) WHEREAS 1lddendim 1. Concrete Foundation and Structural Fill (Proj. No. 5269-926-(43)) and Addendum 1. Structural Steel (Prof. No. 5269-926-(44)) modifying plans and specifications for the Detention Facility Project previously approved 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 addenda be approved and issued: IT IS BY THE iOBRD ORDERED that said addenda are hereby APPROVED and the Public Works Director is ORDERED to issue said addenda. PASSED by the Board on August 2. 1977. I beer by cestiilr tld the fore9oinp is a true and eorroet ca fe of am order wdr ed an the mim*n of said Board of Sapenism an the dote aforesaid. WNmy bond and tiro sod of do Board of Originator: Public storks Department Sepeernars Detention Facility Project affixed"_2l&day of August . 19 77 cc: County.Administrator County Auditor-Controller J. ft OLSSON, Clerk Public Works Director Br ��° D+=o .Depor C6& County Counsel N•POU3 00t% H•243/760. ADDENDW NO. 1 Foundation Concrete Project No. 5269-926-(43) Dated July 28, 1977 The following information should be noted in reviewing this Addenda: 1. The Bid receipt date remains unchanged. 2. This Addendum must be acknowledged when you submit your Bid Proposal. 3. Changes to Drawings described in this Addendum are in addition to changes on revised Drawings dated 7-25-77. F-we I LE AUG 'i. 1977 J. R. OLssoN CLERK BOARD OF SUPERYISM C RA COSTA CO. Le M=CC•J�I�r'1:GE lli1r1 SOOIa «� 003% `_�`_ CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California Foundation Concrete Protect No. 5269-926-(43) Addendum No. 1 July 28, 1977 The following revisions and/or clarifications shall be made part of the Contract Documents and shall be taken into consideration when submitting bids. This Addendum shall be a part of the Contract Documents. Drawing Revisions: 1. S2.1 Add pedestal for Col. C-27, between column lines 12' and 13', L and M; see section L/S12.3. 2. S2.2 Add column designations as follows: a) On line 15 at line S, the column is Cl. b) On line 3'-0' south of line x at line 6, the column is C25. 3. 511.1. Add general note to each sheet: see sheet S11.3 S11.2 for details, typical all wall elevations. 4. S12.1 Add to each section where wall dowels S12.2 from footing are shown the following S12.3 note: 2'-0' min horizontal hook 5. S12.1, Add to each section the note: typical wall 512.2. reinf. #5 0 12. 0. C. E. W., E.F. 512.3 6. S3.1 Oi.sregard note indicating an alternate at Foundation plan to courts annex. 7. The following sketch sheets are issued as a part of this Addendum to further clarify the scope of work: SK-5 dated 7-27-77 SK-6 dated 7-27-77 SK-7 dated 7-27-77 SK-8 dated 7-27-77 8. The following revised drawings are made a part of this Addendum. All drawings are Revision 1. dated 7-25-77. S2.1 Level 1 East, Foundation Plan S2.2 Level 1 West, Foundation Plan S3.1 Courts Annex, Foundation and Roof Framing Plan S8.1 Foundation Grade Beam Details and Schedule S9.1 Column Details and Schedule S12.4 Wall Sections Court Building S13.4 Stair 6 Page 2 CONTRA COSTA COUNTY DETENTION FACILITY Martinez, California Specification Revisions: 1. Information to Bidders Part II Add the following to Paragraph 1, Subparagraph D. All columns unless specifically noted otherwise will have pedestals. The entire perimeter of the main structure and Courts Annex will have a wall pedestal unless notes or details indicate otherwise. **END OF SECTION** O SWITCH SNIT 1 r-- +Y _ _ r— — i r I �_-• I I 1 i ti a - - r I IV i 40361 MACK ,► ✓� CONTRACT. a►� '110 2e==Y oo�rwwt* r �A l �- 1 1 �. �foot� f�''" /i co: Igo `l lk v �i y� �--- got ��,/ i J + J ' r 1 � t In the Board of Supervisors of Contra Costa County. Shote of California August 2 19 77 In dw Momm of Bids for the North Richmond Street Improvement Project, Richmond Area. Project No. 0565-4349-925-77 This being the time to receive bids for the Nortk Richmond Street Improvement Project, Richmond area; bids were received from the following and read by the Clerk: C M Construction, Inc. Vallejo 0. C. Jones 6 Sons, Berkeley Hess Construction Co., Vallejo Geo. P. Peres Com paey, Richmond Bay Cities Paving 9 Grading, Richmond Ransom Co., Emeryville Gallagher i Burk Inc., Oakland Asphalt Surfacing Company, Richmond IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation PHASED by the Board on August 2, 1977. I hereby cw ft dmf dw forevok is a tme ead CWMd oqy of w maw an"Md ew dm aiinuhn of said Board of Supwdsors on Ow dap efensokL 1Arifnoss my how Md do Sow of de Board of Originator: Public Works Department Super'hs Road Design Division affixed this 2nd day of August . 19 Z cc: Public Works Director County Auditor-Controller ,p J. IL OLU M. Clark By / e v . DWwy CMrh N. Pous 00t%J H-24 3/76 Ism r � In the Board of Supervisors of Contra Costa County, State of California August 2 .1977 In tb ma"w of Complaint re condition of certain property in the Kensington area. The Board having received a letter dated July 25, 1977 from Mr. J. D. Tufft, 513 Santa Fe Avenue, Albany, California 94706, asking for Board assistance with respect to the condition of rental property (501 and 501-A Santa Fe Avenue) adjacent to his hose in the Kensington area; IT IS BY THE BOARD ORDERED that the Aforesaid request is REFERRED to the Director of Building Inspection for report. PASSED by the Board on August 2, 1977. 1 imeby cehify die tins Smegaiis o true ood cwmO aw of as wdw eo**W ew the wievhs of acid Board of Supwvkan on the do*aforesaid. ccs Mr. James D. Tuffts vA wr of deed ed do Sod of do heard of Building Inspector Supervim County Counsel Fd N*Ead day of August . 19 77 County Administrator �-► , J. W. OLSKO, CNrk Oopuq Clock Maxine H. Neuflid 00MCS H-24 Vm ISM In the Board of Supervisors of Contra Costa County, State of California Aust 2 M the Ala"of Problems relative to Medical Helicopter Services at Bucluvian Field. The Board having received a letter dated July 22. 1977 .from Aeromedical Services relating to problems encountered at Buchanan Field with respect to medical helicopter services pro- vided by Garlick Enterprises; and The Hoard having considered same. IT IS BY THE BOARD ORDERED that the aforesaid com unication is REFERRED to the Public works Director for review in conjunction with the Aviation Advisory Committee. PASSED by the Board on August 2, 1977. 1 hereby cw* Mwf #w iwapoinp iso true and correct ow J a wdw eafwed ea the nudes of said ioard of Superdsors on the dale aforesaid cc: Public Works Director Wilms my head a"d dw Sed of the 9, 'of County Administrator supe"fOR County Counsel affixed this 2nd day of August . 19n_ Acting Airport Manager Aeromedical Services , A N OL.SSON. C1wk . Maxine M. Neufel 00%7 H-24 4/77 15m '—�Joard of surervisors RECEIVED July 25, herr' Contra Costa County Martinez, California SUBJECT- Health, Safety and an J�! , Unsafe Handing. MCATIChs Kensington, Calif. o' Sure'415ORs StMt: 501 & 501A Santa Fe Ave. +c a 51A co:. PA?CM: I:os 571-332-19 To Uh:om it may concern. ` Dear Sirs: It has been 7 years since my last correspondence with the Board of Supervisors. During this tire, the income property at 501 & 501A Santa Fe Ave., is gradually becoming delaoidated and falling apart. I own and live in the residence next door to this property. In goy communications with the Albany Fire Dept and Building Dept. of YArtines, i feel i have gotta, the run arommd. .:Please refer to the onclosed letters dating FArch 3. 1969 and April 28, 1970. This property lay idle for several years and gradually the Landlord leased the mita with- out repairing any of the past complaints. tie may have used his property as a right-off on his Income Tax. He has violated maty building codes and seems to get awry with it. The following its" are in existence at the present time and some items have existed for the last 4 years . 501 Santa Fe Ave. at 1.- Leaking Sewer line in Basawnt. garbage can catehingj�satexr. The Landlord came each day and empties the can. 2.- Shortage in Electric Wires in wall of living room and floor of kitchen. Tennent tried hanging wet wall paper , washing kitchen floor, received a shock tbrowing them across the room. 3.- The Landlord's old auto is parked on driveway next to this unit and has oily and greasy rags inside. The car is stationary and is a fire hazard. 5011 Santa Fe Ave. 1.- Continuous water leaking below kitchen sink and keeping the floor wet. 2.- Continuous water leaking below wash basin in the bathroom. 3.- Plaster has fallen off eliling and walls in spare bedroom. A large piece of corrugated cardboard box is nailed to ceiling and covers a large portion of the missing plaster. 4.- A former torrent hod no light in the bathroom, the Landlord rode an settemsion cord from an old hand iron, hooked the cord 4bgno and into an outlet in the 1h he mea and ran it to the light in the bathroom:. The torment was soared from the sparks shooting out of the wall outlet. 5.- The garage in Lack of this unit is falling apart. YWV Tears ago the roof hod holes In it and the Landlord repaired it by placing thin sheens of rolled plastia on the roof, loyed exterior plywood and placed wood pallets an top of the plywood, The plastic has disintegrated and tiw roof is open to the air. There is combostable material in the gauge such as, dirty oily rags. greases old point cams weed. pUsterboard, old appliances and 3aok it general. I have contacted the Albar4 Fite Dept. tftm this south and have received the venal ran-around. I formerly awed a 4-plex in Fast Oakland but sold np prepertr last nay. I hod to abide by the building codes on nay property and i don't audeestand beer other properties are allowed to be used for rentals and repairs rarer made. A former tenamant contacted the Centra Cost Conant, Building Dept. by phone last Friday morning and was given the same old run around. Can the Heard of Supervisors Put pressure on the Building Inspectors to either farce the Landlord to fix his property or carr9 outi:the demolition of the structures? Thank you for your past cooperation and i do hops you can take action on the present status of this property. Sincerely, Vrt,_L amen D. Tufft 513 Santa Fe Ave. 00 AlboW, California 947x6 I � Mitrotitnaod with board order 00369 AEROMEDICAL SERVICES - Contm Costa Cam RECEI�TED Board Or Stpervisors 651 Pine Street J U L -W. 137T Mnrtirnez, CA. - - J. e. atssmw arcs OM� lb all Board members, It is with regret that this is written as an open letter, but ay oon!'id- am has been shaken in your, abilities to deal fairly with dtiaern cayoema. ".to details of incidences-with atleast ane involving a meatier of your board (reflecting on all of you) will follow. As you mss► not knor who or what Aeranedical Services is, let me take this opportunity to tell you. We are a professional air arbulance service with a staff of medical persaaoel caVrising medical doctors, registered nurses, paramedics, errrMency medical tedulidzns, respiratory tedwdeans and ad- adnistered by adself, a health physicist. •fie provide a quality acute care transfer service utilizing Wzcm t selected fW its specialized purPcse and flight personnel with only the higtmt P.A.A. authority. ' We have been Umted authority to operate by the United States Civil Aerazautics Hoard as having been found to provide services in the p Clic Interest- We have provided services to all of the hospitals in Contra Costa County. many other counties throughout the country. as well as maty naturally I=Nn rmftcal centers. 'Ibese encluda the ?Iatienal Cancer Institute, Seattle, Wsahimton, San Francisco Children Fospital riedical Center, S.F., California, and Statfbald University tedical Center, Palo Alto, California. We have transpar ted Dr. Na UM Shuarayr•s Cardiac Zrnsplant Team tram Starnfbrd to r.r.>vte hospitals to receive dorsal, hearts and flan them back again providing areas of donor, source that by means other than a medically equipt aircraft would be lost to thers. Aeraiancal Services has located itself in the offices of Pomeroy Altulance service in Walnut Creek and use Eucharm field as its home airport. 13 have contracts with primarily two aim—aft operators to provide aircraft and per- san 1 to us and feel they give us the quality of professional services we re- quire. mese two operators are Airplanes, Inc. dba Cal:lest Aviation operated tram 81 Jahn Gleran Drive, Cencord and Garlick Enterprises at 118 Sussex, Corn cord. I would like to address r.�vself prinarily to problers relating to medical helicopter services provided by Garlick Fnt. It appears that the fixed base operators as well as the airport =agerent Peas some native fee:irigs tQrard our services in general and our use of Garlick alt. heliccpte_rs Ln Dcztticu ar. (�-i nt:-erotus occeazs-ons Z"buZc'�r:ces eit er .^e-Z- ivercna'inZ CT's`_=^_2'_ patients to c:;r 'irt or pidzin'; hem Lp `_mor t^2ns:er to near by 11,.czpltals iawtie been delayed ,I z ToA pe somel. Mese pecple a*1� told us U a. :a eit ar cannot et the an the field 2nd w^zt ca^rj "QUALITY AIR MEDICAL SERVICES WITHOUT COMPROMISE" 1400 crokaerts road, walnut creek,california 94,596 ,•�'• 2 9 41 ( 5) 34- 389 • (415)798-2221 • Miaofikrwd with board order pap 2 thea: up to 75 yards or in sore situations have not allowed our arbulances to position thecselves for quick and SAFE transfers. Ce atleast two occ- cessions personnel could not be found to unlock gates for us at all. 2* airport ranagement has been contacted mart times verbally and in writting concerning placement of the two medically equipt helioapters on the field in clave proximity to the tower giving us safety for our drugs and medical dear and enabling us to respond to thew. quickly. The ships`went shoved to the rest raW area of the field in dist even afteT, margr discussions Oeaiding It we can even be an the field at all. The gate to the west racp is locked in the evening and an two occ2ssians entry vias delayed. The first's delay was about 30 ndnutes, tima oU*r caused a respmee time delay of 30 rdnutes and the final aineellatian of a nrdssian putting the patient and her unbom child in jeopardy. In the latter case a security quard was found to be asleep. We have been told by ter. Ron Garlick that he has tried an marry occasslons to secum office and hanger space or even permission to build on the fseld and has been denied. Aerameedical Services has spent considerable time and money equipping his ships and feel that sake unfair influence is being exerted or predJudiees applied in not allowing him to operate his aircraft an ow behalf at Buchanan field. I have also been told that he was refused fuel services tw Pacific States Aviation on orders froth Mr. Warren Boggess. .M s occurred Just prior to the ship being required for transportation of a cardiac trans- plfnt team and donor hem tYm San Jose airport to Stanford Medical. Center. Imse conditions are not tolorable and cannot serve the public interest. 1* feel that it is up to the Board of Supervisors to secure equitable treatment at the Contra Costa County operated airport for us and our aircraft. If fur- ther discussion is requested ire vrould gladly appear before you. SdxdtW David W. FKeCmm, C.R.T., A.T.S. Ad rdnistrator awattomey Me 03'70 { In the Board of Supervisors of Contra Costa County,.State of California �uaust 2 .19 U_ b dw AUNw of Accepted Resignation from the Contra Costa County Manpower Advisory Council. The Board having received a July 27, 1977 letter from Mr. Richard Beyer, Chairperson, Contra Costa County Manpower Advisory Council, advising that Ms. Anna Aiello is unable to serve as the City of Martinez representative on said Council and that Mr. Doug Meyer, Administrative Assistant with the City, has been recommended for appointment to fill the vacancy; and IT IS BY THE BOARD ORDERED that the resignation of Ms. Aiello is ACCEPTED and the Clerk of the Board is DIRECTED to post notice of said vacancy in accordance with the Maddy Local Appointive List Act of 1975. PASSED by the Board on August 2, 1977. I hweby cit* dm*dw iois a*w a d cord sell of ow Mdw aswed as d» sdwhs of mid No d of 5rpwwbon an dw dols aI I cc: Contra Costa County Whr my bwW md dw Sod d do Nowd d Manpower Advisory Counci"- s Mr.. D. Meyer o + Znd.dqy eF e.,e,a r _ 19� c/o C.C.C. Manpower Advisory Council n ��,.r'-,-"A PUNK Ckwk County Auditor-Controller y County Administrator L Dspdr CL4 Public Information Officer P•onda Amdahl 003'71 H-24}/75 ISm In the Board of Supervisors Of Centro Costo County, State of Califixnio b yea MANW e1 _ Vacancy on the Contra Costa County Community Development Advisory Council. The Board having received a July 21. 1977 memorandum from Mr. A. A. Dehaesus. Director of Planning, advising that the City of San Pablo has nominated Mr. Robert Blohm for appointment as its - representative on the Contra Costa County Community Development Advisory Council (to fill the vacancy created by the death of Mr. John Fink); and It having been noted that inasmuch as the Board is the appointing authority for said Council, notice of said vacancy must beposited in --c--dance with the Maddy Local Appointive List Act of 1975; and OW. THEREFORE, IT IS ORDERED that the Clerk of. the Board post notice of the aforesaid vacancy for the time required by law. PASSED by the Board on August 2.1977. 1 bwWq *sgft that stem h M-1eeo is a tow aed corn -copy atom aedw noWnd nee As whwk t a/wid Samd ee SeeprwbM as*ado*aFor ia" CC: City of San Pablo Whom my hared wed•s Sol of stem lewd of c/o of Planning "w"Oe' Director of Planning aired dds2ad_&y of a+l +a* 197.L County Auditor-Controller County Administrator ,� �. Public Information Officer." q' O�sSOM' Ck DWAr clrh Ronda'Amdahl H"24317615m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Request of ) Mr. Constantinos Papaionnou ) August 2, 1977 for Cardroom License Variances. ) This being the time for hearing on the application of Mr. Constantinos Papaionnou for a variance to his cardroom license to permit a change in the location of operations from 780-A Port Chicago Highway, West Pittsburg (Corner Club) to 5876 Contra Costa Boulevard, Pacheco; and The Board having received a July 14, 1977 letter from Harry D. Ramsay, County Sheriff-Coroner, advising that inasmuch as construction at the proposed location has not been completed he was unable to recommend anything other than disapproval at this time; and Hr. Dale C. Adams, attorney representing the applicant, having stated that his client did not wish to sign the lease and complete interior improvements at the new premises until Board approval had been obtained for the location change, and having requested that the Board approve the application subject to the condition that the County Sheriff inspect and approve the interior before operations commence; and Mr. Adams having also requested that variances be granted to permit 10 or less tables and 24-hour operations on Fridays and Saturdays (2 a.m. on other nights) at the Pacheco location; and Supervisor N. C. Fanden having expressed concern that the small community of Pacheco could not support another cardroom. and having suggested that the Board review all cardroom operations in the County; and „ Supervisor W. N. Boggess having concurred with the views expressed by Supervisor Fanden; and Supervisor E. H. Hasseltine having stated that the application was premature inasmuch as the County Sheriff and Fire Marshal had been unable to make their inspections; and Mrs. Mary K. Mitchell, co-owner of the Corner Club. having appeared and stated that when she and her husband purchased the Club two years ago they were under the impression that the cardroom operation would remain at that location; and Mr. Adams having responded that the purchasers of the Club were aware that they were not buying the cardroom license; and Supervisor Fanden having recommended that the public hearing be closed, the application of Mr. Papaionnou be denied, the matter be referred to the County Sheriff-Coroner for further review. and that the Board review all existing cardroom operations in the County; 0=3 IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Fanden are APPROVED. PASSED by the Board on August 2, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 2nd day of August, 1977. J. R. OLSSON, CLERK By TL¢ta� eraso' n�'�' Deputy Cleric CC: Board Members Mr. Dale C. Adams 1035 Detroit Avenue Concord, CA 94518 Mr. Constantinos Papaionnou County Sheriff-Coroner County Counsel County Administrator 00374 t � In the Board of Supervisors of Contra Costa County, State of CaM=nio August 2 _1977 In the Matter of Bids for the 1977 Bridge Painting Project, Various County Areas. Project No. 4924-671-77 This being the time to receive bids for the 1977 Bridge Painting Project, various county areas, bids were received from the following and read by the Clerk: A b W Painting, Concord A 8 8 Painting, Inc. San Jose Orrell Keefe, Inc., Oakland Runnels Industries, Inc., Hayward IT Is BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recoersendation. PASSED by the Board on August 2, 1977 1 hereby certify that 1M I, gait 9 is a true and co~copy of an arder wowed an the whales of said Board of Supervisors on the date aforesaid. 1 *MM my had ad do Seel of the bard of Originator: Public Works Department Supervisors Road Design Division ofraud this 2nd duy af_ August . 1977 cc: Public Works Director County Auditor-Controller J. N. OLS. Cdrk By Depuq Clwk N. Pous 00375 H-24 3176 0. in " & d Of 511pMll WM Of Conho Collo Comty, Skft of Calif-i in hast 2 .N ZZ In dr AUVer of Awarding Contract for Detention Facility Project Site Grading and Temporary Parking Martinez, California Project No. 5269-926-(&A Bidder Total Amount Bond Amounts Gallagher i Burk, Inc. = 132,430 Labor A Mats. 9 66,215 P. 0. Box 7227 (Base Bid plus Faith. Perf. 132.430 Oakland, Ca 94601 Unit Price Totals) R. E. Jones Construction, Concord Winton Jones Contractor, Inc., Concord Antioch Paving Co.. Inc., Antioch Bay Cities Paving and Grading, Richsjond 0. C. Jones and Sans. Berkeley Knapp Brothers. Berkeley Martin Brothers, Concord The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommanding that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED. that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shill prepare the contract therefor. ITIS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved thew as to forty. the Public.Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director.. the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on Tst 2. 19n I hweby ow0y tbse Cir fonoaib a trio aid aarrool ceyr of r oda em nod ow dr wiwAn of said Bond of Supsrvbors aw dr dsea ofaosoY. • VAMm or bend ad dr Sod of do lewd of Originator: Public Works Department "'IP"m' Detention Facility 611-d thb-2Ad dsp of aueust . 1f JL Project Manager cc: Public Works Director J. IL OLSOM CAnk_ County Auditor-Controller. y 20- f'liX -s .DWAY C6& County Counsel N.POUS Contractor Wdlt� H-243/M 1Se tCewsssaction Agreeeant) (Tatra Costa Canty standard Pose) 2. SPICZAL Tf3::8. Thaw spacial te=s are incorporated belay by reference. ta2.31 tarsief: IpebliC A"aryl can t:Osta Ceuetv���w IcOwtsa+Ct+DsjAM11108MC LN 32) x1fes fsa Jets: 1 m'st its IOU-!Sew s; sow starting date.) tss) no fork: Detention Facility Sito Grading and Teoporary Parking, which Includes excavating, grading and filling the site for the building foundation and parking, all in accordance with Plans and Specifications prepared by or for the Public VWks Director sed In accordance with the accpad bid praposal.. (Proj. No.5269-926.0 t541 cewpLsiw file: (strAs out (a) or tb) mod 'calaodse as 'voskLov I (aleYM-i0Yh- rrrr ttrl Kit La_A?_a& mndrr/WmdW-V- " starting date. 63) Siteids"d Dag": f rim pas Cslewdar day. 1fi1 ?thio ApewRr'a Apps: rntbliG Yorki Ilia+metnr !f7) cowsaares hies: f (nos wait pe-ace centraeees sdse =left qu+.ntities at melt hid prices.) telriioeeal matesiaa if faappiiaabie.1 S. BIGUA� ."E d ACL7 Ali tie AOoweY_ a!: (psasi�dees.•cL_i a Ar OtbW ne n"ipa=a" eepriseatatiw) • Mlrblie Iterate Dir,eeter ts.erwias�r) cpssaetoc. he�Jffi elsreness of and oweLtaoao with morkera' iaa Law. ICD>tlOaalSi :nuc) eaident/Gmeral KamWr wu.t.tAM t7 %rases: • lets sa Cpsreoser F1J is+wi�sa7egsei+ia . !2J if a ooapera� :iow,-effi= Corporate $**I. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - state of California ) Acz�ey s� (W Cospesatiow, � a. County of dl . ) aa. areae p, or iadi�►ldaall She person(.) signing above for Coatraetos. kiwua to sa is _ndiwidcal mod btswiaess eapaw+tp as stated. peramtally appeased before toe today and aesnor atged.thae da/they esscuted it and that the corporation or partoersh4 aamsd above soacatad it. pa n Iw r Irwgwrp fYuuI ' 16 RIM A.N.KALASH 7% -T) 77 • • -�• w10TJ1RY PUBLIC-CAUwaRJwU - `10car? �"_:1"c - - - - -8 - - - - - - - - - n��w�►Qdlifl�swQaoass�a....,,;, 00:177 (x•l: l.+w. iz-ri) Microfilmed with board ardor 3. WORE COtr."Mr. C8i1:.'CCS: (a) By their signatures in section 3, effective on the above te, Enese parties promise and agree as set forth in this contract, incorporating by these references the material (-special terms') in Sec. I. (b) Contractor shall, at his own sent and ezpensi, and in a workmanlike manner, fully and faithfully perforz and coopleti the iron:: and will furnish all =aterlals. laLar. services and transportation necessary, convenient and proper In order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and snecificatians. (C) The ver: cam be --hanged only vita PutLj c ?.gency's prior dritten order specifying such change and its cost agreed to by the parties: and the ?•%blit Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TY-"C.* TCC TO P . Contractor shill start this work as directed in the specs- Tications or we ..ocsoe to aroneds and shall Complete it as Specified is Sec. 1. S. Li ulOiTJ:a If the Contractor fails to ecmplate this contract and this work M L1 the tine Aria tAcretace allauLace being made far Contingencies as provided herein, he becomes liable to the public Agency for all its lass sad damage therefromu and because, team the mature of the cess, it is sad will be impracticable and extremely difficult to ascertain and fix the public Agency's actual damage from hay delay in pesfossamca hereof, it is agreed that Contractor will par as liquidated damages to the public Agency the reasonable sum specified in Sec. 1. the result of the par-miss' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's .delay in f said worh: and it the same be not paid. Public Agency may, in addition to its other comedies, deduct the some f_-on any money due or to beeom due Contractor under this cco- tract. If the Public Agoacy for any cause authorizes or contributes to a delay, suspen- sion of work oe extension of tim..its duration shall be added to the time allowed for completion. but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for hoe-eosple'd— or delay Wrounder. Pursuant to Coverneeat Code Sec. 4215, the Contractor shall not be seamed liquidated damages for delay in completion of I" Work. when such delay was eased by the failure of the Public Agency or the owner of a utility to provide for removal or ralocation of existing utility faeilSties. o plans, drawings and opectfications or spesiat proeLioss o Brun e s call !Os bit's. and Can Os s mid for this wsk are hereby incorporated Into caassaets and they ars fatan ed to eo-operated, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, cc vice versa. is to be executed as if exhibited, mentioned and net forta in both, to the true intent and meaning thereof Viae taken all together: and . differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 7. IT. W Tor his strict and literal fulfillment of toes-- promises and conditions, u ae compensation fes all this work, the Public Agency shall pay the Contractor the sun specified is Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. 1b) Op or about the ficst day of each calendar month the Contractor shall submit to the Public Ageaey a verified application for pa,--mant, supported by a statement showing all materials actually installed during the preceding meta. the labor expended thereon, and the cost thereof: whereupon. atter checking. the Public Agency shall issue to Contractor a mer-tificate for the amount determined to be duo, minus 10• thereof pursuant to Government Code Sec. 53067, but not until defective work and materials have been removed, =splaeed and made good. a. PAY_ .5 VZ:.M LD. (a) The Public agency or its agent may vithhol3 any.payment, or sec"o"use or later cewred evidence nullify all or any certificate for payment, to such extent and period of time only an may be necessary to protect the Public agency from loss because of: (1) Defective wort not remedied# or uncompleted work, ar (2) Claims filed or reasonable evidence iadlcating probable Mi". 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 (51 7aoage to amot:es con»actor, or (6) Oamags to the Pundit Agency, other than damage due to delays. (b) The Public Ageacy shall use reasonable `.'2i-ecce to discover and report a the Cor::ractzr, as the -.rock pregressas, the cat_ria_s and labor smith are :at satisfactor? to it, so as to avoid ursecsssa.:: trzuble c_ cast to .::a Contractee in hiking goad any defective work or parts. (e) 35 Calanda: :ales aftmr the ?-_-;-_'_4= Aegean files its hat--= of ccopletiza of the antirs (payee 2 of 4) work, it saall issue a certificate to the Coatractar and pay We balance of the contract price after deducting all mounts wit=hheld under this contract. provided the Ccatractor shows that all cilias for Labor and =stat:ala have been paid, no elaias'save cess presented to the Public Agency based an acts ar actssioos of the Contractor, and no liens Or Withhold naii"S be" been filed against.the work or site, and provided there ase not reasonable imitations of defective or ruzsiag work or of late-recorded notices of lion Or claims against Contractor. 9. MURA:4Q. (Labor Code SS1860-il) On signing sisis contract. Contractor must give public ncy Il) a certificate of consent to self-insure issual by the airector of Industrial Relations. or (2) a certificate of Markers' Cotapsneatiahe insurance issued by an admittcc insurer, or (3) an exact copy or duplicate thereof certified by the Director on the insurer. Contractor is aware of and eaeplies with Labor code Sec. 3700 and the Yorkers' Conpansation Law. 10. 11Dju. On signing this contract Contractor shall deliver to Public Agency for appr�ova good and sufficient bonds With sureties. in aoonut(s) specified in the spgetfi- cations or special pravisioa. gsasantt:eaLaq his faithful performance of this contract and his payment for all labor and materials bacounder. if the Contractor at any time refuses or neglects. without fault o e .ic agetaey or its agaut(s). to supply sufficient natarials or woriws to cooplete this agrewetat and work as provided )herein, for a period of 10 days or tore after written notice thereof by the Public Agency. to Public Ag.aoy may furnish sale and deduct the reasonaLls expenses thereof iron the Contract price. 12�. LAWS CPP��Y__. �r . »loon parties recognise the applicability Of various federal. s te�aal IWS- am regulations, espedally Chapter 1 of Part 7 of the Califo=ia Labor Cods (begia" wiLk Ssiu. 17:01 dad ia:ludinq Seca:.1735, 1777.5, s 1777.6 forbidding diseriaiaation) sed intend that this agrew at amp Lies therewith. the parties specifiealiy stipulate that the relevant penalties and forfeitures provides: An the Labor Code, apeeLlly is Sacs. 1775 i 1313. cencasatng Prevailing wages and ho==rs, shall apply to ibis agrsensnt as though fully stipulated herein. 13. 5a9COn^RACTM. Goverment Code SS4100-4113 aze incorporated herein. 14. vex x: RATES. (a) Pursuant to Thor Code Sec. 1773, the Director of the Departhent of IndasEN3.11Baas hes ascertained zhe general prevailing rata of wages per dim, and for holiday and avestime Work. is the locality in which this work is to be performed. for each craft, classification, or type of wndhata seeded to execute this contract. and said rata are as specifies: in the call for bids for this work and are an file with the Public agency, and are aeroisy incorporated herein. (b) This schedule of wages is based on a working dry of 3 haws unless; otherwise specified: and the daily rate is the hourly rate Multiplied by the Wmbes of hours canr stitutiaq ane working day. lawn less than that numb" of hours ase wdced. the daily wage rate is proportionately reduced, but tae hourly rats mucins as stated. (e) V10 COMUSCtor/ and all his snbcoatractar3# must pay at least tiheie sates CO all persons an this work, including all travel, subsist*=*, and fringe benefit Qayteats provided for by applicable collective Sargaia" agreemats. all skilled labor not listed above must in pain at least the wage scale establisa*d 4 collective bargaiaiag agreement for such lauar in the locality where such wore: is being perfozzwd. If it become mces- earl for the, Contractor cc any subcontractor to employ any person in a craft, classifi- cation or type of work foxcept enescutive, supervisory, administrative. clerical or other non-causal workers de such) for which no ft:AiM161M wase rate is 'SFOCifiad. the Contractor shall iaeadiately notify the Public Agency winiehh shall prosptly determine eine prevailing wage rats t4ocefor and furnish the Contractor with the wininaw rate based thereon, wbtch shall apply from the time of the initial seplo mat of tse person affected and during the continuance of as:ch coployoent. 15. uCL_ or ZaBcR. Siq:t hours of labor in one calendar day constitutes a legal day's wow. , enc na r.or.:rsa eeployad at any t' a ea this -dor'_ by the Contractor or by any cont_-actor shall 3a roqu:rad or per_.ttac to wow» l=ager thereea except as.providad i. Labor code Sep. 1810-1315. 16. Properly iadant=ed apprentices zjy be --ployed on ai3 Work is aeco.aance w_ta .a'cr Cade Secs. 1777.5 and 1777.6, _o biddi:g discr—'aatica. (Page 3 Of 4) MIC-1; Rev. 11-75) �V/J 17. PREFLBjjC FOR HAWLIAZS. The Public Agency desires to promote the industries aid economy o wntra osta County, and the Contractor therefore promises to use the products, work-.en, laborers and mechanics of this County in every case where the price, fitness and quality are equal. Lt. ASSI.:. =T. This agreemeat binds the heirs. suzoessors, assigns, and representatives of the aatsactor: but he cannot assign it in whole or in part, we any conies due or to becooe due under it, witiumt the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 14. ::0 WAIV£l SY PUBLIC A=.L'-P. Inspection of the work and/or materials, or approval of worm; and/or materia Mz-p-e , or statement by any officer, agent or ampleyee 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 wilt and/or material., or payments therefor. or any combination of these acts. shall not motion the Contractor of his obligation to fulfill this contract as prescribed: nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to ly with any of the terms and conditions hereof. 20. BOLD HARM= i INCK«'ITY. (a) Contractor promises to and BULL hold haleslese and u enni.1y roc au tzss as defined in this section. (b) :he ipwam^;tess benefited and protected by this promise ase the Public Agency and its elactiv 'appointive boards. commixsions. officers, agents and employes. (c) The liabilitias protected against are any liability or claim for damage of any kind allegedlysuf incurred or threatened because of actions defined below, including parsonal injury, death. property damage, inverse candematiat. or any aombinatias of these, regardless of whether or not such liability. claim or damage was unforeseeable at say time before the Public Agency approved the improvement plan or accepted the inproammeatm as completed, and including the defense of any suit(:) or actica(s1 at Lr am agai.ty concerning (d) The actions causing liability are buy act or anissiom (megligeat or nob-nag:igset) Lt connection w-i-WISs mutters covered by this contract and attributable to the cantraetor. suaeontraetor(s), o: any officac(s), agent(s) or amployoels) of one or more of them. (e) mea-Canditiens: The pra=ise and agreement in this section is not eomditiom a or dependent on wnetaer or not bay Saderuitee has prepared. supplied, or approved may ptants), d:awingtsl. specification(s) or special provisions) is carjukation with this work, has insurance or Ott-or inden=ficatim covering any of these matters, or that the alleged damage resulted partly f.-cm any negligent or willful misconduct of may irdommitee. 21. =CAVA ION. Contractor shall caaply with the provisions of Labor Cade Sec. 5T45, if app.uy , y subaitting :o Public Agency a detailed plan showing tae design of shoring, bracing. sloping. or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. RECEIVED AUG 14 1977 J. R.OtSSO.�I CLERK BOARD OF SUPERVISORS CaA COSTA CO. _ (lags i of 4) • (GC-1: Rei. 1.i�; 00" SM OF PJLLIMMK IL Co1Rr Anew •. IUZ ., Mlae a>R 1r K" Fdk In r re SW Uft W" � J t:+ii�irr ,Yra r al:b r 1Ms IM ]be cwpmft rice me"a ii utel■ttt,km r in U w ett pati)els wcsrr 1re:�.�ssasR rt Ii0 d fYe ftft---- ara...... r.r.ts.�t�eltwli.wearer: n�uxuamiu�uuuwianMi�nn�anuaswiwi oFr7cau rw mi M sy and al dW tat i�� L0111/[Y O��14Y[M ♦ N "iu�[uu+:it1[21111[ZLiNuiUliiHil3jpiUiiill:��:�Y[ �j i�oltr� j Sire Of CAVO M& A■pst i. 1171 ,Miors se,tLe r11 1 1 M •a Howl lWWK et iii tew aai stage.l�, a�assai +�Colarty ojSae�oMebr� !! L AL ALel M i llamr�to sac u tie flitact di ifiarfa PPond l: COMpANY D~ tieC�oraa�ol�tiresloirl.�lie.rTMii.i.rur..at,aai iw�w: ao aye a k tie PMM wV ewtilsi tea SM hNNU asst M isrre[aF s wneoes beirlf d tie Ir ttrasia srssrei,aMi a�rwi;ei r o[w.w.[.r.r.w[as[ sre tilst sites Cmpm dog ca mdW ttts sssra. • UNITED iA-�CIF'IC IN sURANt E COMPANY HOME OFFICE. TA. --MA. WASHINGTON Brod Na. U 95 68 69 PERFORMANCE BOND Premium: $795.00 CALIFORNIA-PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS: That GALLAGHER & BURK, INC, as Principal.and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation author. ized to execute bonds in the State of California,as Surety,are held and firmly bound unto CONTRA COSTA COUNTY JwObligee,in the sum of ONE HUNDRED THIRTY TWO THOUSAND FOUR HUNDRED THIRTY AND 140/100 - - - - - - - - - - - - Dollars($ 132,430.00 j for which sum an we bind ourselves,our heirs.executors,administrators.successors d nv�uy by these tests• ,jointly and �. TuE CoNDmoN of the above obligation is such that, Wberew the Principal has entered into a contract, dated August 8, 19 77 ,with the Obligee CONTRA COSTA COUNTY to do and perform the following work to-wit- DETENTION FACILITY SITE GRADING AND TEMPORARY PARKING, WHICH INCLUDES EXCAVATING, GRADING AND FILLING THE SITE FOR THE BUILDING FOUNDATION AND PARKING. Now.Tmmvng. if the said Principal shall well and truly perform the work contracted to be performed under said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 8th day of August , 1977 GALLAG 9 INC. -------------- ......--------- - ----------------- (Seat) ice 2resid.nt/ neral :.^.- ne UNI D PACIFjQ,INSUgANCE C0j%lMYI- By R. A • LBADA, -�- Aaornes;,rP«t 1 00W 1pu-2R1J1 CAL.-CIiNTRACT-PIMLIf -PF.RFnkllaNfF H-:CJS State of cAwwnk oa Awsmt i, 19" � e mr,& SL -a Nowt'liiat at am ommty ad some,Pm �r County of Sm Fmndws )) ?.fi.AL 40A Aq UITED PApRC Ovint illy D.G 11CR17M 11teC.orPoeatwntWteatotleitbewtlrsatttrst,ani lraswa- a s ca:•:+a 31A b me is be lb;P��oa eaeard tie aid hishmu t an &=4 tidui�of lite colPattin.theta.aaad schom Heard is aK tMtR taRlt CtlPO[aIOtI t�dw!f•Ie. i V Rife b ad lw I" �►Owd ftpwsmp ►ics !r rttb Callatier i lre� T.. Mit mail to Mf pm oil . r� oft Miit �tafa��ittcialti I�It���Mbit tt■�a/�,w ■lffst t�ltti a/dGO-ti *L K tuusN —_ OF 00111th 0/M�...IN1 _— r.fwwiwln�..Eu•w. MI.IM IINIi uif iUp:lilUfU1:21tIiN111gliitliptili W 11 W�i 1 rtOtJllitt i1 Mir ail OM3 LTN�I'�D P(_..CIF'IC IN:. �� COMPANY - DOME OFFICE. TA`-i1MA. WASlIIMSTQN Bond No. V 95 68 69 . IREYIUY UNCI nnFn w P[Bf17:IANCE�Olq IPAYMENT13OND CALIFORNIA—PUBLIC CONTRACT KNOW ALL MEN 6Y THESE PRESENTS,that G&LLhGM 6 DURK, INC. as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation author- ised to execute bonds in the State of California,as Surety,are held and firmly bound unto Call RA COSTA COUNTY as Obligee,in the sum of SUTY SDC THOUSAND TWO HUNDRED FIFTEEN AND 1110/100 - - - - - - " "Dollars f$ 66,215.00 i for which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and w.wally by Mese presents. The Condition of the above obligation is such that,Whereas the Principal on the 86 day Of Auast 1977 ,entered into a contract with the Obligee for DETENTION FACILITY SITE GRADING AND T120ORARY PUKING, WHICH INCLUDES QCAVATING, GRADING AND FILLING THE SITE FOR THE BUILDING FOUNDATION AND PARKING NOW. THEREFORE, if the above-bounden Principal or his subcontractors fail to pay'any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,the Surety will pay for the same, in an amount not exceeding the sum specified in this bond,and also,in case suit is brought upon this bond,a reasonable attorney's fee,to be fixed by the court. This bond shall inure to the benefit of any and all persons entitled to file claims under Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any r suit brought upon this bond. Signed and sealed this 8th day of August 1977 C.ALIAG B INC. nel LlNt D PACT F I NSUR NCE Iffy By 1 1DA, _ _ _ _ �tcanev-)n-Fwt J. AL&& 003h�y'��44A y YOU--Ww EO.5/721CAUF_) 30: _01VXC ZZ 802LAW T ei • MOku O►*ICE.TACOMA,WAG/AMiTOsf POWER OF ATTORNEY MM ALL MEN SY 110111 PIIOMM Tutt On UNITED PACIFIC MIiU11ANO COMPANY.a aoasaeation duly or9ani+ad Warder eltetfefaM tb " EMwdwrw:�w.raurtM►wIM�.�rnwNiuls�Iwt � • J. M. ALBADA of SAN FRANCISCO, CALIFORNIA----------------- itt trw and tw U AttwwwriA4aat,r tteie atlawws,ort W debm for Odom in~.and a in ata W du/ ANY AMD ALL BONDS AND UNDERTAKIIIGS OF SURETYSHIP---------------- wd r bbd tIW MTED PACIFIC IM AAM COMPANY d wdw of tuNv ead to oft SOW aattw n if Ault Rank W tatdtrldwO W now awiliwof A--is - is Mi ware tttwoaf owb sirtlNtr dam Oftsmor of On UNITED MCIFIC 1M11111NIANCE COMPANV and add andato w" t+lr eae aterar M atwM flNlawa.W WwWYV uritis W aadinr aN 11taI i1a M Attotttglli+rt4am tttay i iw plAwtear Itwwl. Tbit potaw d AWMW is VaMmA Waft fad Mf&Won"of Stletioft 37A of tel Dn•I.+m of UNITED PACIFIC INWIIMJCE COWAN1f wAwh FwuiMi m w tttfr iA If1E f*m&fid ol%M nMrittR a/ldlm: SECTION 31A—ATTO1111 EV84"ACT GCTWON t.The Hoard M Oiaesa%tel Pmodm*.or otry Viw►tatiletn or AMMON ViaePtaaidrt 101011111 Awn fwner W wAMMY a:0+Wiat &AM -9 +rjset W r Muir tAaar r osd wda w MMod w rr Cwllettr.rowAt W tteds.atlt+gs,roWtinAa..astrwoea d wwtwliq W ofMrr twwtrodwim- Y 111 fel trtao 1Mteof,W M a eeataaeowt attdt Anorwgatfaet at MV UMSW M*IW do OMW W atlderrttt Orf r MIiM, SECTION 2.Atrramp404 AO Arra pArr W ndYniq.wftw a tel away W fitwtfeloas of tel/ewer of anwwp iwrl a ohm,roaesaw W dwom,w bowel MOxItOf4.NWw iw oArwrYir,..orlrt itaaoes oaawaws of itt0-00 W oder triWittft e00I I iw 1M Asfwe tltwool. .Tie ewlnaw toes Ar wW+r1/Mar tMgliiy aRaay ttsa1ls W utadralltigt,taoarteatorl,odawasts d iadWtrrity W ttdw writitt9s IMlwary N eta waver dtotrt. T1w Muer of attorrraI is Gey and Go"M Ami able under W MM amdordt,at the tabowi ttA Resolution oMWy M 1M Eaard of DiwnM M U MTED PACIFIC HrU1w M COMPANV at o outing IMI w der 211elt deo of OvtdW.Wt.w etltiOt•tMrerttrn tads SWUM.W aid Matwiw utas ter Mtw onwttidor fid: 'Naotnad.that tel si l of NO*dirostws one!Ohioan and eta feel d eft Cogray wav M aHined to any rtdt MIAMI`Of aetenew or"wrwirfe on"ttswoa fty tocooda,am any attd Aoww of stwaw or CM§tioen Merin/a,&taasitaife airohm or ftritsttr feel dog to Waled awe ttirtittng ttpoa"M Cort 0 - and err-0 r-w a ettsattsd w usrtilied t+ff Idowl"is ooft feud%main OW~M meed W flitting wpm dr C" a - itt dw has"moult MOW a met Mud or ttadertalunM a talticb it it amicked." Ilt IM TRESS Mteer&OF.tel UNITED PACIFIC INBUOAMM COMPANY Mw ma"tltaaa promm a M"read kv in Visltwitlwe.feed we awpwar rel a M m—Mead,++ 2lth lout a November 1976 YIMTEO PACIFIC tMitMftNCE COMPANY STATE OF Washington fe. ��.t...c`r Va>r#asfdrA CoweTv OF Pierce on tan 29thW d November ,1976.pe•torwiv wowed eat. J. GOT= AAa-stt a no Yrto-n ro.tK tel Vtw of due UNITED PACIFIC 1MISL/11ANCE COMPANY,etd aduterrladMWd tAat M eaeeatre sad atttntae tete fereptnM snatrttret-et and albaad Ow art of tied owpaatan Owma.and telt Smim 37A,Section 1 ate 2 of tel 9v-Lom Of rid CONWsnv sad tel Qrofilfeon.tat fate toaatn,ere stat.n full terfe. My Cor"—won Eapit": JIIMtA[T IS 19 78 f•; fYotwv Public in and for Sate of MiMYCOfI aewtc•'i y�Y�i� � NesdtM at tifi� f a. Reith Johmmom ,Awtatant Sevetarr of tttr UNITED PACIFIC INSURANCE COMPANY,do na.any ortih that the Dow and fore"'no n a nus red eorrr_r ropy oI a►e-w of Atiornev aracutsd br said UNITED►ACI FIC INSURANCE COLI/ANY..tech is Is 60J in I"m MA awd alftet. IN NITNESS WiiEREOF.I Moe lweuwto on my ttartd end efhaaa rel seat of sad CornOanv Nus Sth day of AURMt .19 n t. t wewfy 0t138� .E�tM. , t�u•Ia31 EO.fil7d CERTIFICATE OF LNSUIL-VNCE EMPLOYERS INSURANCE OF NVAUSAU is ., ccr:i'r that the insurance poNcies (descrii_ci below by a policy number)Written on Form.;in ass by the company have b---ea les:ted.Tilts ccrtificare is bor a policy or a birder of iszsc::aace and dr-es rot in any teat'alter,amcad or ret-a3 tine eta•.-ragr afMrd--d by any policy referred to herein. ' ( ) This certificate renews or replaces the eertilicate pre'L-ioueh• issued. \:ne a-? aderess of Inured . GALLAGHER. & BURR, INC. • P.O. BOY 7227 auum, CALIlORNIA %W1 luaa o:Cor_, e t Expiration Date !!Eg Number Limits d I ia6Yi _� B9611,I ' P Daum - Co ttperu�on• 10/31/77 0617 00 025728 PC.-son Ocacientt Amu Oo 2, .a A=re• -- Corr:preheesire. - —� Gen_nt Li_bilitc 10/31/77 0627 03 025728 500 000 500 000 250,000 250.000 M:auract3ress Mad j o iColtracalSeVab:1:Y -C O+cren;Laadlord; '� ^< and Teaents' > f Liao E�•• it .:H,: uto:rAile FI H "'r x (z) 0��_d 10/31/77 127 03 025728 500,000 500,000 250000 ,r x M; - { (_) N{'ire2 and ... t The e.^.ul of a nunber is this cacatn mans that L::cu:en_ze is affwded•by the company desiyuted by the same nuasb:r — Unless o;ite-:ie iodicaeed,this pe!:•affords full toren;-under the Wo:l:rr.:-'c Coa:penwion laws of all states (except states cherc aYscesare as be pw%ie±a on! b;•State Fpds,and Canada) and as dertaated is the pliyy za3 endorsements for Coverage Ii—Emplujers Liability ••Coatn_sal co:•er+ye aHetdeaf o ffties to- ( ) oeatracts dt:ty:ated in eontrac:1-31 Coverage part: (z) Ali sctitren Contracts. Spnciat F"""ons: THESE POLICIES VILL EDT U CANCELLED OR 11ATERU LY Cts YITMUT TMM 60 DUS PRIOR WRITTEN NOTICE 10 TM CERTIFICATE BOLDER. "BY MMRSEf!1 20 1OLICY#0627 03 025728, CMM COSTA MMlM. ITS OFFICES,. ZWWTM •AGENTS ARE ADDITIONAL IBSUBEDS SOLELY AS RESPECTS BORIC PER1pOBMBD BY 0105 BEHALF OF THE RAM INJUMV IN CONNECTION VITB PMJ1CT PO. 5269-926-(42). DETEIRION FACILITY SITE GRADING AND TDOMIY IAREIBe. Descrign-i of Autarrsobik,or. f-rocatinn3 aver_:[by jvdicies Bates]in this eertiFcatc: _m- re<!ciremcnt,tem:a:eonriition of�,cn-:r_; r n:!%r. - .. .:ai ra;,rca w�c:.'>'tks ee:Z:f`ca=Mar be ,:r-_-- r.td by thr policy (po!icics) dr_.rt•.,. __,,.-_i;, _,_ _:!.. .:c ,_... ,cxciasi-,ns 2n-1 cr adi;i.m;o` c1c4 pudic•: (i..::iciasl dorsi:!. (sited to —` —w---�I•,rccd by: (z) I.) Enpipyers Xft::un! V-3bilitc Insurance Cr,.r.P=a of :Nw"r i Errployers Nfuty d Fire lawrance Company QMRA COSTA COUNTY PUBLIC WORKS DEPARMEW .; fl:Innis lirnptoy'er.lnsur..:re..f«a:nao WMY AMUNISTPATION BUILDING .r. Datelsf_:t:Ault 4, 1977 651 FINE STREET OU3�'� Plafe San Francisco..California MARTINEZ, CALIFORNIA, 96553 SR., /c,�, :•Ta M15-573-5/a CDRBOON & BIACK-MLLSR 4 AMES SAYRE TOSO,Ina. VERIFICATION OF MURANCE Arse%bw. r � T0: CONTRA COSTA COUVff PUBLIC WORKS DEPARIME11T COUNTY ADlINISTVATION BUILDING 651 PINE STR6llT L KAit IM, CALIFODU 44553 We,the ssdersigsed,hereby verify that the fol uw tt`described insurance is it face at this date,of which %is insured with Underwriters at Lloyd's,London %is inured with Certain Insurance Companies,l.artda,England 100 %is insured with Mission Insu ram a Camtaay M me of Assured: CAIJAGM & BUft>T, INC. F.O. BOX 7227 Address of Assured: OATJAnD. CALIPORm 44601 Location or Risk: 9truTION FACIbITY SITE GRADING & TEMPORARY FAM11G. Kind of Insurance: SELL! LLBILITY Pokicy or Certificate No: M 532209 Period: From: 10/31/76 To: 10/31/77 Limits of Liability: $2,000,000 LLSS UBDERLian , THIS POLICY PILL BOT BE C1INCEId.ED OR MATERIALLY CHARM WITHOUT TBI1= (30) DAYS PIRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER. CONTRA OOSTA ODUNTY, ITS OFFICERS. UVWYEES A AGENTS ARE I=LUED AS ADDITIOYAL INSUREDS SOLELY AS BESPECTS Von BEING PnVORNED BY OR ON BEHALF OF THE WARM IMUIUM IN CO==WN WITH THE ABOVE LISTED JOB. This docmoent is Famished to you as a natter of information only. Tiro issuance of this docsment does sat nrlrs dre pers000rorganization towiwm it is issued an additional assured,nor does it modify is any manner the contract of iasarasce between the Assured and the Underwriters. .any amendment. change or extension of such contract cart only be effected by specific enda,�ement attached thereto. For particulars concerning the limitations,conditions and terms of the coverage you we referred to the original Policy ar Policies in the pwsnsion or the Assured. 'rite undersigned will have no responsibility to gibe notice of cancellation of this insurance except to the extent spe- cifically provided herein,nor are ne Insurers,however Insurance has been placed by Sayre R Toro,Inc_ WIN a TOSO, INC. Dated at Etta Francisco, California August 4, lg 77 gy A � C,/ �.` fee ODWOK 6 BLACK-111 A Add 004387 MT 5"(rcy.10/74.Repbwn ail editions of SLT 524) MUTES OF SPECZ.L MEETING,OF THE BOARD OF DIRECTOM.S Of GALLAGHER-4 BUM.', INC. _ (a California Corporation) August 1, 1977 By common consent, a special- meeting of the Board of Directors of Gallagher i Burk, Inc. Was held at its principal office at 344 Sigh Street, Oakland, California, on August 1, 1977, at 9:00 a.m. o'clock- PRESENT: C. F. Burk E. J. Gallagher J. S. Burk Villiam H. Kendrick President'C. F. Burk presided and William H. Kendrick recorded the minutes of the meeting as Secretary. Upon motion duly made and seconded, the following was resolved: NUOLYED TM-1: That either G. F. Burk, president, E. J. Gallagber, Vice President, J. H. Burk, Vice President or Hilliam H: Lsdrick, Secretary Treasurer of Gallagher 4 Burk, Inc., be authorized, empowered and directed to execute any and all contracts, agreements, bonds, trust deeds and any other documents necessary and proper in connection Frith subaittUM the contract for DETENTION FACILITY SITE GRADIM An TOW02ARY PAR91*G, PROJECT 05269-926-(42) to the County of Contra Costa. There being no further business to come before the Board, upon motion duly made and seconded, the meeting adjourned. William 'U.--Kefidrick, Secretary-Treasurer NL rluxlr:unuu�ilo::�::;aT�stras!!Tn:atna!u:a: Attest o ..,., A.N.K, !:EH _ _ - NOT--c. A N Kalash, Notarylic August 1, 1977 - OU38g SAYRIP & TOSC..,Inc. VERIFICATION OF INSVIIAN0. Sawm 81 lbs%hw. F RECEIVED CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT TO: COUNTY ADMINISTRATION BUILDING NQV 3 �77 651 PINE STREET LMARTINEZ, CA 94553 J a Gam CM 90AW OF XVINOW1111 oo. We,lite undrnigrrryt.herehy verify that lite fallowing described insurance is in force at lois date,of which %"is iosun.-d with Untlerwriters at Lloyd's, Lon&* b is insurer!with Certain Insurance Companies,f.orrdon,England 100c i.insumd with MISSION INSURANCE COMPANY , Name of Assured: GALLAGHER & BURK, INC. P.O. BOX 7227 Address(if Assured: OAKLAND, CA 94601 r • Location of Ilisk: DETENTION FACILITY SITE GRADING AND TEMPORARY PARKING hind of Insurance: UMBRELLA LIABILITY 1'oli�} ttr(''<Ytificate ln: M 837773 Purind: Fant: 10/31/77 Tu: 11/1/78 Limits of Liability: $2,000,000 EXCESS OF PRIMARY'LIMITS THIS POLICY WILL NOT BE CANCELLED OR MATERIALLY CHANGED WITHOUT THIRTY (30) DAYS PRIOR WRITTEN NOTICE TO THE CERTIFICATE HOLDER, HOWEVER, IN THE EVENT OF CANCELLATION FOR NON-PAYMENT, ONLY TEN (10) DAYS WRITTEN NOTICE OF CANCELLATION WILL- BE GIVEN 70 THE CERTIFICATE HOLDER. CONTRA COSTA COUNTY, ITS OFFICERS, EMPLOYEES AND AGENTS ARE INCLUDED AS ADDITIONAL INSUREDS SOLELY AS RESPECTS WORK PERFORMED BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE ABOVE LISTED JOB. Ibis.hw"um will i.,furnislrr•d to c,,r:rs a mercer of inGarmrrion mile. 'Ihr i.+u:nrte of Ibis dr,t.-u"wnt rb,es noel molter the Ir•r"vl,M"" wir:rtiontonhorrr it is i��nrd an:nlJiti,x,:d as=,aril.n,K d,r•s it nrrrdify in am•nunnrr the rnnlrat•1,rf i"Porionre I •hc.•,•n 0- :m.l Ib,• t'n,h"ruritrrs. :Lm' ann rnh,r•n1, rh:ur�n ,r este rt►i,rr.d soil b rr.Irr n t ran arty Me effected by nin•cifir I.-I tbrn•t,,. . I�,w f,mirul.vs rwn--roing 111t. limit.ttums.c,m,lition.:md IrrnL of rhe c,.crr,rgu you ire referred to lite original Policy or Policirs.in the lm>,rsA,,n of lhr Assured. I}rr undrr:iped trill have n„respnnsibilit.to give n-1 ice of cancellation of tins insurance except to the extent spe. cificallc laot idrdhrrcin,n(r an•ac In.nrrrti,lroscecer Insurtnce has been placed by Sayre&Tuso,Inc. AYR 6 TOSO, INC. Dated at SAN FRANCISCO, CA 10/28 Ig 77 fly AA ' CORROON & BLACK - HILLER & AMES 1u_ � SA7 S24•D tow.10/74.Replacer n or alt kdannt'SAT 5241 ar1mnhrAd with _ Public.Works Depar"frit COrltrd C: N Y wsw�ia� Fkmr.Adminiswadme ew7di,M Costa -=--- Mob L.Kemk eatir2 ag 94563- . 141S)372-2102 1410 37 3-VO2 . AL VanwaLCH. RECEIVED Meow ;,L; �. ,,;.�... Aiwc We"Meow $410 332az14 J.Mid.w N1ditW -AUG 4 1977 c,wf owe,. p.wcwa ,. . «ss«, 44151372-4419 aM�or w August 2, 19 E. J. Gallagher File: Detention Facility Vice President - General Manager Y Prgject Gallagher i Burk. Inc. Project #5269-926-(42) P. 0. Box 7227 (344 High St) Oakland, Ca 94601 Re: Contract for Detention Facility Site Grading i Teeeorary Parking Gentlemen: Enclosed are the original and four copies of the referenced contract. Please follow the instructions in this letter as carefully and completely as possible. The contract, insurance certificates and bonds are to be returned to: Contra Costa County Public Works Department 6th Floor, Administration Building Martinez, CA 94553 Att: Thomas N. Finley Detention Facility Project Manager I. CONTRACT A. IF YOU ARE A CORPORATION: 1. The original and the four copies must be signed by the President and the Secretary of the corporation. If thte contract is signed by an officer other than the President or Secretary, please furnish a certified copy of the resolution-of your Board of Directors which authorizes that officer to sign. 2. Have the "Acknowledgement". on each copy co;Vleted by a Notary Public. 3. Affix•the corporate seal. 4.. Return the original and the four copies to the above address. You will receive a fully-executed copy for your file, together :pith the Nonce to Proceed, as soon as the contract is approved 5y the Public :orks Director. - J`1u�oiiaaau r.,:;. �oacd or�;t 0 - 2 - ( t B. IF.YOU ARE NOT A CORPORATION: 1. The original and four copies must be signed by the Owner of the business, or a partner who is authorized to sign. 2. Have the "Acknowledgement" on each copy completed by a Notary Public. 3. Return the original and the four copies to the address given on Page 1 of this letter. You will receive a fully-executed -copy for your file, together with the Notice to Proceed, as soon as the contract is approved by the Public Works Director. II. BONDS - TO BE FURNISHED IN DUPLICATE 1. Furnish a Faithful Performance Bond in the sum of 5132_430 2. Furnish a California Public Work Labor and Material Bond in the sun of $ 66.215 3. The contract date on the bonds shall be August 8. 1977 as shown in Paragraph 1 of the contract. 4. The description of work on both bonds shall be EXACTLY as follows: - Detention Facility Site Grading and Temporary Parking, which includes excavating, grading and filling the site for the building foundation and parking, all in accordance with Plans and Specifications prepared by or for the Public Works Director and in accordance with the accepted bid proposal. (Project No. 5264-926-(A2)). S. The obligee on both bonds must be "Contra Costa County" as shown in Paragraph 1 of the contract. 6. If the bonding company is not a California corporation, provide a copy of the power-of-attorney showing the bonding company authori- zation of the California attorney-in-fact who executes the bond for the company. 7. Contractor to sign both bonds and if the firma is a corporation, the corporate seal is to be affixed over the s gnature on both documents. 8. The contractor's and bonding company agent's signatures on both bonds, and the signatures on the powers of attorney, must all be notarized. 9. Please give your bonding company the enclosed extra copy of this letter and a copy o` the contract to use as guides in completing the bonds. ( - 3 - r 10. Send the original and one copy of each bond to: Contra Costa County Public Works Department 6th Floor, Administration Building Martinez, CA 94553 Attn: Thomas M. Finley Detention Facility Project Manager III. INSURANCE - ALL INSURANCE CERTIFICATES ARE TO BE FURNISHED IN DUPLICATE 1. Furnish certificates of insurance showing the following minimus coverages and amounts: a. Public liability coverages: $ 500,000 / $ 500,000 b. Property damage liability coverages: $ 502.000 / $ 500,000 If umbrella insurance is needed to meet the required limits of coverages, a copy of the umbrella policy endorsement must be provided. The endorsement must show the policy number and carrier for each underlying coverage that the umbrella policy supplements. 2. The address to be shown on the certificates and any endorsements is: County Administration Building 651 Pine Street Martinez, CA 94553 3. Please advise your insurance agent that "Contra Costa County" is the contracting public agency. 4. Include the following language on all of your insurance certi- ficates, INCLUDING THE UMBRELLA INSURANCE CERTIFICATE: "By endorsement to Policy No. Insert Policy Number(s) Contra Costa County, its officers, employees and agents are named as additional insureds solely as respects the above (or "below") listed job", or " . . as respects the job described in this certificate", whichever is applicable. The job description on all of the certificates shall be: Project No. 5269-926-(42). Detention Facility Site Grading and Temporary Parking. The longer description required under "BONDS" above, is also acceptable. 003M. ( - 4 - r S. The certificates of insurance, INCLUDING ANY UMBRELLA INSURANCE CERTIFICATE OR ENDORSEMENT. must show Contra Costa County", as an additional insured, is to be aiven at least 30 days notice prior to any cancellation or modification of the insurance. 6. An example of an acceptable insurance certificate is enclosed: Please give it to your insurance agentl together with the enclosed extra copy of this Tetter, for his guidance in preparing the certi- f cates for your contract. 7. Furnish certificate of workmen's Compensation Insurance issued by an admitted insurer, or comply with the requirements of the Contract Special Provisions or General Provisions. 8. Send two copies of all of the insurance certificates and two copies of any required umbrella policy endorsement,to: Contra Costa County Public works Department 6th Floor, Administration Building Martinez, CA 94553 Attn: Thomas M. Finley Detention Facility Project Manager If the foregoing items are not properly completed and returned, together with the five copies of the signed contract by argaect A so» , the effective date shown in Paragraph 1 of the contract, the contract may be awarded to another bidder. If this action is taken, any bid security you may have submitted will be forfeited. We will appreciate your careful and complete compliance with our instructions. If you have any questions, please call the undersigned immediately at 372-2101. Very truly yours, Vernon L. C1' Pub=M199 partment s M. Finley Detention Facility Project Man e VLC:TMF:af cc: Clerk of the Board Business & Services Enclosures: Contract (Original and 4 copies) Insurance Certificate Example 2 extra copies of this letter (one for the bonding carpany and one for the insurance agent) 00M. In the Board of Supervisors of Contra Costa County, Spats of California August 2 .it b dw mass of ' Request to Reschedule Filming of Flagpoles. The Board having received a letter from the Aerial Engineering. P.O. Box 535, Los Gatos, California 95030, adwising that the July 16 filing of painting of flagpoles in front of the Courthouse had to be postponed, and requesting permission to reschedule shooting at a later date when construction in the area has been completed; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED. PASSED by the Board on August 2, 1977. 1 hwe* cer ft 1181 tine forpoina is a true and cwnct a"of an ardr a 0 as ihft aiaMn of soid.ioord of Supwvkson on dw dab ofanwaid cc: Aerial Engineering VlRh myhw4 mad dw Seal of dw Sexed of Public Works Director SUP-Vi— County Administrator Ni end j.,of August ;q 77 a J. R. OLSSON. Ckwk apeeh►Clwk Maxine M. Xvaf -d 10391 H-24 4177 ISM IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CAL IF0RNIA In the Matter of Recommendation of ) the Planning Commission (2086-RZ) _ ). August 2. 1977. to Rezone Land in the Danville Area. ) The Board on May 17, 1977 having held aublic hearing on the request of the Planning Commission (2086-RZ) to rezone approximately 24.6 acres in the Clipper Hill Road area of Danville. and having referred the matter back to the Commission to consider rezoning a portion of the-area to Single Family Residential District-65 '(R-65); and Mr. A. A. Dehaesus, Director of Planning, having submitted a July 20, 1977 memorandum transmitting Resolution Number 57-1977 adopted by the 'Planning Commission on July 19,-.1977 which recommends as follows: 1. The Planning Commission reaffirms its recamu dation that approximately 23.6 acres be rezoned from General Agricultural District (A-2), to Single Family Residential District (R-100)j 2. That approximately 2.1 acres be rezoned from General Agricultural District (A-2) to Single Family Resdiential District (R-40). Cho R-40 lots for Mr. Douglas Of`enhartz)i • 3. That approximately .3 acres be rezoned from.Single Family Residential District (R-40) to Single Family Residential District (R-100) (the third Offenharts lot of approx- imately 150.000 sq. ft.); d: The building sites for W. Offenhartz to be along.Clipper Hill Road frontage, mod Aould redevelgpmt of the R-100 (Offenhartz) area be desired in the future, that it be attempted by rezoning and not by variance; S. That the Plsfining Commission has never required land use permits to be filed for any legally established non-conforming parcels in any zoning district of the County; and Mr. Dehaesus having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board members having discussed the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED. IT IS FURTHER ORDERED that the Director of Planning and County Counsel are directed to prepare an ordinance, amending the zoning ordinance of Contra Costa County. giving effect to the zoning change. PASSED by the Board on August 2, 1977. cc: Director of Planning County Assessor ce:T+cl::,copy eer"fy that this 4 a full.true E correct ropr n: LAS eririnm dornment r;rch i::m file in my nffire. and '.ra; it '-as paa=W .c :ad"l-1•d ba the Mord of lwn6or< co-Z's-a c-q.,Conaty. Ca!iforain, on •e 3a[� :howq-AT i 1•::?T: J. %. fq_ oC Councl. Car E ea-o:fieio l.'"rL of saidft Depu[-Clic. Hoard of Supervisors. er 00395 RECEIVED L2/ - CONnMCMACOUIM .123977 . M ANMM OWARIMEMT J.R. OLSSON OM ADAM OF SUPERVISORS C!J_.2TA CO.?y-. TO: Board of Supervisors DATE: 20 July 1977 Attn: Cleric of the Board FROM: AathmA. SUBMT: WPM TO TBE BOARD ON TWEWAL: DiroMw of4 2086-M - Clipper Hill Bond Urea of Danville (S.D. V) Attached is Plsdm Plesolutim No. 57-1917, It I t to the Er rd of 9aper- visors, adapted by the Planilm Camdssion m M mday,. 19 July 1977 by a vote of 5 AnS, 2 ASST (Wa1.tm. Alderman). WS Oomalssiaa Study (20B6-M. Was reviewed by the Plwmbg Commdssioa on 1 m*"y. July 5, 1977. math the cteta®es =e...ded is tics Mmsol Alm under Items #1 tterwgh P. TWA staidy area onepriaes radvately 26 acres in the Clipper Hill'B and arms of Danville and tie floaarissim considered 4.d. it should be rezoned from A-2 sad R-40 to R-100 and R-0. The fiollmArg people ahatld be notified of any fiathet public bearings by your Board: It. Dot;glas Offer San Raor- Valley San Raman Hameaimers Assn P. 0. Dau 887 of Cmm e=e P. 0. Bac 54 Deville, California 9LU6 120 So. Hm= Asemue San Ramon. Calif. baville. Calif. Brim D. 'mdesnen. Attormy Dr. &Mrs. J. Sawell Doc 218 - Deville Cali=. WU7 Actual Fasts 667 capper Hill Rd. P. 0. Sm 993 Dowille, Calif. Dr. J. L. Hirsch Danville, Calif. Mr. We. Jack Van ZaaIrA 850 Hornet Drive 1wdct Creeks Hamemmers Asen. 100 Oak View Terrace Danville. Calif. P. 0. Baas 91 - Sat Rams. Calif. Danville, Calif. 94583 See attached sheet for additional names and addresses for notificatirm. AAI?/v Attachrm mts: Resolution. Findings Mp, Area Map, Staff Report, traites. cc: File 20664M Supervisors, District: I, II, III, N, V. 00395 Microfilmed wish board order DDTIFICAIION: 2086-RZ) W. Mrs. -Dun L. Maxfield W. Gordon Georip 300 Oak View Terrace 23 Mary Court Danville, Calif. Danville, California W. Join Grube Mr. Mrs. E. M. ,lenses S00 Oak View Terrace 75S Clipper Hill Road Danville, Calif. Denville, California Mr. Ronald Kme Ms. Judy Imsdahl 528 Clipper Hill Road 84 The Trees Danville, Calif. Concord, California 94518 Mr. Geo. Case 489 Clipper Hill Road Danville, California W. Mrs. Herbert Leichtner 490 Clipper Hill Road Danville, California W. Mrs. Lloyd Platte 228 Kuss Road Dto Ule,..California W. Hrs. Paul RmA S00 Clipper Hill Road Danville, California W. Mrs. Va. Daiberty 740 Clipper Hill Road Danville. California W. Mrs. Al Busch 485 Clipper Hill Road Danville, California W. Mrs. Yuen Samuels 700 Clipper Hill Road Danville, California Mr. Mrs. Arnold Schremin 481 Clipper Hill Road Danville, California W. lIrs. Pieter Bang-Knudsen 444 Clipper Hill Road Danville, California Mr. Dm Collins 514 Fulton Way Danville, California 0OW7 Mivof tn+eal wdh board ordw RESOLUTION NO. 57-1977 REMTr OF THE PUNNING CC141fSSSION OF TH£ CWV-IY a OMM Com, SM E-OF-CALIFMIA, TO TEPE 30ARD OF SIIPF.RVISORS OF SAID mly ON THE PIANimi owassiaw INITIATED STUDY - - (2086-RZ), IN THE ORDIIIANCE CODE SECTION PERTAINING M UM PRECISE ZONING FOR THE CLIPPER HILL ROAD, THE DMMLLE AREA OF SAID COlL1R'Y. {REAS, at a Study Session Meeting on Tuesday, September 21, 1976, the Director of Planning presented the Planning Commission with a petition signed by property owners- in wnersin the Clipper Hill Road and Oak View Terrace areas of Danville, requesting the Planning Commission to initiate a rezoning study of said area from the existing General Agricult- ural (A-2) Zoning District to larger lot sizes, preferably R-100 Zoning; and *ERM, after proceedings duly, regularly and lawfully taken and had, the Plann- ing Commission filed with the Board of Supervisors on April 19, 1977, a certified and attested copy of the recommendations on the aforementioned study; and WHEREAS, thereafter, on May 17, 1977, the Board of Supervisors heard the subject .rezoning study in accordance with proceedings prescribed by law, referred the subject rezoning study back to the Planning Commission with recommendations that "the matter be referred back to the Planning Commission with the recommendation that it consider .rezoning the remaining area to Single Family Residential District (R-65), which could still be consistent with the General Plan!'; and MEREAS, after notice thereof having been duly and regularly given, a public hearing and consideration was had by the Planning Commission an the Board's referral on Tuesday, July S, 1977, whereat all persons interested therein might appear and be beard; and *EREAS, at said July 5, 1977 public hearing, residents and property owners of the area did appear and were heard by the Planning Cavtission; and NOW, T'f{EREFORE, BE IT RESOLVED that the Planning Commission hereby reports to the Board of Supervisors on their referral of May 17, 1977, on their initiated study . (2086-RZ), as follows: 1. The Planning Commission reaffirms its recommidation that approximately 23.6 acres be rezoned from General Agricultural District (A-2), to Single Family Residential District (R-100). 2. That approximately 2.1 acres be rezoned from General.Agricultural District (A-2) to Single Family Resdiential District (R-40). (Two R-40 lots for 'Mr. Douglas Offenhartz). 3. That approximately .3 acres be rezoned from Single Family Residential District (R-40) to Single Family Residential District (R-100) (the third Offenharta lot of approx- imately 150,000 sq. ft.). 4. The building sites for Mr. Offenhartz to be along Clipper Hill Road frontage, and should redevelopment of the R-100 (Offenhartz) area be desired in the future, that Miuofilmea Wei Bowra orar 003 Resolution No. 57-1977 it be attempted by rezoning and not by variance. S. -That the Planning Commission has never required land use permits-to.be filed for any legally established non-conforming parcels in any zoning district of the County. Said Recommendation is set forth and delineated on a map entitled: A FORTION OF CORD DIVISION SIY,TOR 9, AND TEE DISTRICTS W OF MNVILLE, INSERT MAP NO. 20, COIF= MM COLLWY, CALIJW", which is attached hereto and made a part hereof; and BE IT mlRNA RESOLVED that the Chairman and Secretary of this Planning Commiss- ion shall respectively sign and attest the certified copy of this report and deliver the same to the Hoard of Supervisors as required by the Goverment Code of the State of California. the instruction by the Planning Commission to prepare this report incorporating the above and aforementioned was given by motion an Tuesday, July 5, 1977, by the follow in vote: AYES: Commissioners - Ybiung, Co aglia, Milton, Phillips, Milano. MSS: Commissioners - None. - ABSENr: Commissioners - Anderson, Stoddard. ABSTAIN: Commissioners - None. I, Willi= L. Milano, Ci'a zmdn of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Tuesday, July 19, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Comissioners - Compaglia, Phillips, Stoddard, Young, Milano. MOSS: Commissioners - Mone. ABSEW: Commissioners - Walton, Anderson. ABSTAIN: Commissioners - gone. ✓ j Chairman of the pTaming ssion o County of Contra Costa, 'State of California ATTEST: RECEIVED "7 =r anning ssion o J Li9i7 a C6sta, State of California J. a ousou GERK BOA20 OF SUPERVISORS CONT TA CO. Miuoliimed with 600rd order fry_`Tot t fly�- � yti:?�;''e•'•:�;,:}:c:^�... ,ice.f: TQ, •i{;�t�y}�:•:':v}':.}••1k'��• i' l' r.+ fns t . 4 pt thi s;si3s;Cn,, state , Chatrn tw x +af t S and,� °f Cot;fa,n;� of the Con � 'E�.►a* 'Mt copy of ' do hetet, ho�tb imi,caN.n81-�� Cow—; deciS�Qn of :ro "bttej Pl Canya CQsb _ ��t Ity P, Arrest: Piano�°n OF'M,e Mtq'��.-^�•,� "9 ;an. Stale�°C PtQnn;nB C the 1�no tra ,.� of Colif. comm. State t,°,cQQnty of carf. F, M the Booed of Supervisors of Contra Costa County, Stop of CaBiornio August 219 b dw MAner of Request with respect to garbage/litter problem. Danville area. The Board having received a July 23, 1977 letter from Mr. Lowell V. Olsen, 851 E1 Capitan Drive, Danville, CA 94526 and a copy of a petition by residents of the area filed with the County Sheriff's office (litter control) requesting assistance in cleaning up and preventing further dumping of garbage at Danville Station Subdivision between the 800 and 900 blocks of E1 Capitan Drive; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Health Officer and the Director of Planning. PASSED by the Board on August 2, 1977. 1 tweby corft flat dw 9, k o trw and ao ed Dopy of as ordw enwmd on dw wiria of said Board of Sopwwsors on ttw daft oforesoi I cc: County Health Officer VAkw r my bard and do Sea of the Board at "'Of' Director of Planning County Sheriff-Coroner am.xed"2juL day of August . 197Z County Counsel. County Administrator J. R. � � Cleric Public Works Director '`.DwAr Cwk Helen C. Marshall 00`x11 M-24 3/7615m - _ i r In the Boa Of Supuvism Of Comm Costo County, Sk tO of Camaeio Atwast 2 .1977 fa gee MsMsr.f _ Request to Reconsider Proposed Expansion of Role of Delancey Street Foundation, Inc., in Contra Costa County. The Hoard on June 21, 1977 having declined the request of the Delancey Street foundation, Inc. that the County enter into a fee for service contract to provide a residential alterna- tive treatment program; and A July 22, 1977 letter having been received from Mr. R. A. lasackarley, Agency Liaison, Delancey street foundation, Inc., requesting that the Hoard reconsider its decision inasmuch as the courts and County Probation Department are presently using Delancey Street as an alternative; IT IS BY THE BOARD ORDERED that the aforesaid "request is rdMn MM to the County Administrator. PASSED by the Board on August 2, 1977. 1 Iw'�p �the tlw ten0eiag i a true ad axnef eaq►of r erir arscsd ea tlw wkAbs of said lomd of Superwbm an dw dee sfacweid. of dw Cc: Delancey Street Foundation, Inc UP bo ��°� Sodbeaw+d County Administrator Acting County Probation officeraMxW Ab-Zad day of_August 19 77 Director, Human Resources Agency L R. OL.SSON. Clerk Do"Cock Jamie L. Johnson H-24;/76 ISm 00402 r in the Board of Supervisors of Contra Costo County, State of California AnQust 2 .19 ZZ_. M die Math of Appointments to the Human Services Advisory Commission. In accordance with previously adopted orders of this Board the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) this day submitted its recommendations that the following persons be appointed to the Human Services Advisory Commission: SUPERVISORIAL NAME DISTRICT Bessanderson McNeil 1 Peter John Riga 2 Chris Adams 3 Mary Lou Laubscher 4 Roger Tumbaga 5 Sunne Wright McPeak At-Large Karl Drexel At-Large; and The Board having considered same, IT IS ORDERED that the recommendations of the Internal Operations Committee are APPROVED. IT IS FURTHER ORDERED that the representatives for Districts 2, 3 and 5 shall serve initial terms ending August 31, 1978, the representatives for Districts 1 and 4 shall serve initial terms ending August 31, 1979, and the two at-large members shall serve initial terms ending August 31, 1980. PASSED by the Board on August 2, 1977. 1 hereby cerMy the the faegah b a Mw and carred aW of aro wdw erdoad on dw ubmw of said Smrd of Supwviwn on the dale af- dl cc: Appointees �w my bmd sed dw Seo!of do guard of Human Services Advisory Srperviroes Commission . affixed dis2nd.day of e,.e,a* - 1977 Director, Human Resources Agency r l( . OLSSON. Cork County Administrator ( Public Information Officer yr %. `• { _l_ .DgMy Cork Ronda Amdahl lfM H-24 3J76 15m In the Board of Supervisors Of Contra Costa County, State of California AulMst 2 AWOW of Report of State Office of Planning and Research on Municipal Advisory Councils. The Board having received a July 15, 1977 letter from Mr. William L. Kahrl, Director of Research, State Office of Planning and Research, transmitting a June 1977 report entitled Municipal Advisory Councils (An Experiment in Community Partici— pation), which report reviews one mechanism for meeting the special needs of unincorporated communities desiring a larger role in their own governance but lack the economic resources to incorporate, and which includes suggestions for changes in state law (incorporated into Senate Bill 1116) to strengthen the MAC program in local government; IT IS BY THE BOARD ORDERED that the aforesaid informs— tion is REFERRED to the County Administrator. PASSED by the Board on August 2, 1977. I bweby cw0y Ihol dy faopoWs is a km and cored copy of an adw calmed es dw abo"of said fioord of Srrwris- as"dole afawmi l cc: County Administrator w/rep rpt . MO°d and Sod°f do fi �d ar County Counsel �os aisd"2nd &y of August . 197 J. R. OLUM. Owk N h E c�l i4%t%v�.tk� .Dgwy CkA Helen C. Marshall H-IM13;ifi15m 00404 . in dw eaana of S WWVhM Of Conho Costo County, Slate of California Aureust 2 19 In i Ahiaw of _ Comments on 1976-1977 Grand Jury Report. The Board having received a July 19, 1977 letter from Mr. Edward W. Leal, County Treasurer-Ta:-Collector, and a July 20, 1977 letter from Mr. Harry D. Ramsay, County Sheriff-Cosner,- i commenting on the recommendations of the 1976-1977-Contra Costa County Grand Jury as they pertain to the departments of the Tax Collector and the Sheriff-Coroner; IT IS BY THE BOARD ORDERED that receipt of said comments is ACKNOWLEDGED. IT IS FURTHER ORDERED that, pursuant to Section 933 of the _ California Penal Code, a copy of the aforesaid comments be forwarded to the Presiding Judge of the Superior Court who impaneled the 1976-1977 Grand Jury and that a copy be filed with the County Clerk. PASSED by the Board on August 2, 1977. I. • i i J I hwabr ew0y twat ter In emi is b a Uwe and capped air of•aider spewed on dw mhwbp of paid loved of Sspwvhm an dr does afaws.. cc: Presiding Judge for fy M10m weer hand and ter Sad of do good of 1976-77 c/o Jury Commissidwai— County Treasurer-Tax Coll. affi-d 2nd_dWY of 1114y,.cr - 19 3Z County Sheriff-Coroner County Clerk w/comments L fere 0L=0N Ciwk County Counsel County Administrator 0"WY a*& Helen C. Marshall H-24 3/76"m , i iNm�k Sheriff-Coroner. Contra H.E.'OW'M�rt Assistant SMriH P.0.Box 391 COS a L.A.Gkm Martinez,California 94553 �"""" "1 Admin_Swvien oHim (415)372.2402 ~ Harry D.Ramsay SHERIFF-CORONER 46 RECEIVED JUL Al'177 July 20, 1977 J. Z°L550" CURK 8MaO OF SUFRVU:3?S �ca. Warren N. Boggess. Chairman Contra Costa County Board , of Supervisors Administration Building Martinez. CA 94553 RSi. Grand Jury Final Report 1976-77 Dear Chairman Boggess and Members oU the Board: Following are my comments in response to specific re ons in the subject report affecting this Department: Recommendation 44 6.07 "That at least one-half tho:staff at the branch jail be cooprised of officers.;with three or more yearsexperience.• . Response: The Milias. Mayors. Brown-Act.mandates collective bargaining with peace: officer• groups over working conditions. working conditions include seniority rights. assigrawnts and shift scheduling. The Department is bound by certAin agreements with the Deputy Sheriffa' Association which preclude involuntary assignment of senior officers. . The Department no longer has complete flexibility in this regard. - , G Mkrofilffwd with board or&r AN EQUAL OPPORTUNITY EMPLOYER Page 2 July 20. 1977 Recomtendatio_ 45 5.07 'Increased efforts be directed toward the recruitment of qualified minority staff.* s nse: It would be reverse discrimination and patently unfair to make assignments based on race. Minority officers enjoy the same senority privileges that other officers have. This Department does not assign minority officers to duties they may not prefer in Detention or at the Branch Jail just because of their race. Conditions at the Branch Jail have changed. Pre trial detainees are no longer kept in that facility, fte inmates are now all high risk sentenced prisoners who cannot be kept in honor facilities. The Department has an active and effective Minority Recruitment Program. As indicated in Exhibit *CO 6.29 in the Grand Jury Report 5 out of 27 (or 18.6%) of those`: hired were minority candidates. Six of the 27 candidates (or 22.2%) were female. of the females 3 (or 50%) were minority candidates. 46 6.07 'That continued efforts be made to improve security and surveillance at the branch jail.' Res2pnge: A number of projects are included in the proposed plant acquisition budget for Fiscal Year 1977-78 which are now being considered by your Board. we urge you to approve them. 47 6.03 •That any deputy assigned to the detention division be required to participate in an ongoing program of educational and professional growth designed by the sheriffSs training officer in conjunction with representatives from the field of corrections.* Resaonse: The Department is in compliance with the minimum training standards for local detention facilities established by the State Board of Corrections at this tine. Page 3 July 20, 1977 Reconmendation 46 (cont'd.) A study of training needs in the correctional area is being conducted by the Commission on Peace Officer Standards and Training at this time. We are cognizant of needs for more training in the Detention Division and throughout the Department. Unfortunately. budget reductions in the past two fiscal years have reduced training opportunities to little more than that mandated by State law. 48 6.08 'That a plan be implemented which would assure that the inmate library be well stocked, and pro- vide interesting and diverse reading materials." Re_se: Discussion will be held with the County Librarian concerning possible improvements. 49 6.13-6.14 'That the 1977-78 Grand Jury consider investi- gating the feasibility of a Department of Corrections for Contra Costa County.' Response: The Denartment has submitted a preliminary study on this issue to the County Administrator. we recommend against creation of an unnecessary new bureaucracy in County government and the attendant duplication of effort and waste of public funds. For many years this Department has been forced to administer an obsolete, antiquated and inadequate system of -detention facilities. We believe we have done an outstanding job. Those who clamor to take over the system wish to do so at a time when construction of new and modern facilities are becoming available for the first time. In our opinion this Department has the expertise, experience and ability to best administer the Detention systeir. Page 4 July 20. 1977 Recommendation 54 6.12 "The polygraph examination should be regulated and validated by the state every year just as the written exam. ii.1! Response: We believe that the polygraph is an invaluable tool for applicant screening and that the present system is adequate. ]".of the major departments in the State utilize. the polygraph for this purpose. including the largest Sheriff's Department in the State--Los Angeles County. Members of the Grand Jury who consulted this office did not indicate that specific complaints had been received about this Department's polygraph procedures. One member indicated that a complaint was received from a candidate disqualified by another agency. The State does not license polygraph examiners at this time, but efforts are being made by the California association of Polygraph Examiners to establish licensing procedures. We support this objective. 55 6.13 "A P.O.S.T. employee or an independent polygraph examiner should administer the tests.* Response: We doubt that P.O.S.T. has resources or personnel available to take over this responsibility. Independent private examiners are in the business for profit. The volume of examinations conducted affects profit. Page 5 July 20. 1977 Recommendation 55 (Cont'd.) Department examiners have more time to devote to each candidate. We have encountered sap* un acceptable candidates who had previouslqualified for employment in other Departments by indent examiners. Our position on use of the pol/+Rraph is set forth in Exhibit 'D' 6.30 at seq in the Grand Jury Report. The Grand Jury presented no evidence to this Department to establisb that the examinations were unfair or undesirable. ft* law and, the courts have long recognized the need to carefully scrutinize police applicants. A number of problems encountered in this Department in 1973 and 1974 eight have been avoided had the polygraph been available in 1968 and 1969 when most of the personnel involaed were hired. we are in full agreement with the Grand Jury•-s-ccoments about the inadequacies of the Sheriff's Administration Building (6.05- 6.06) and the Rehabilitation Center (6.08). in conclusion we would like to thank the outgoing Grand Jnry for their comprehensive and professional examination of this Department during the past year. very truly yours. D. r f liner HDR:HEH:le cc: Arthur G. Will. County Administrator 00410 in dw domd of &Pwvi On Of Comm Cc" cmn*, SIM* of Ca Noreio August 2 .i! e do Maar►of Physical h�amiaations for Firs and Ambuianae Personnel. Administrator, iinnrrss inose to eived a letter Board referral off 1 frothe m C Emergencbe directed to PAWLIcal Care Committee, rseo�nding that County County Ambulance Regulation Ordinance inprdinancceordinanceto amend the ore examinations for ambulance drivers once upa two yaws indicating that a furtber report will be submitted yaws and physical examination requirements for firefighters= IT IS BY 1= BOARD ORMED that the aforesaid recom mandation is APPROVED. PASSED by the Board on August 2, 1977. I Amir UW*1A*do%myope b a ow amd Band aw of a,w w wood es So a kwa of add Gond of i"wwwn so dke do*dwumit cc: County Counsel wha syr Ard oar do find of to Gowd of Director, Human Resources Sspwm4m Agency afimd to b?nd dW of Autuat . tfm— Emergency Medical Care Committee County Administrator t OL oUif W CIwk ower uhA Max M. MNufs d 00411 M-21 U77 15m - -CountyAdministrator �of s county Adtt,ir"ftewft aumft tat Ownet Mattn»z.Caiifomia 94553 Costa (415)342-8080 r+�r�'F'~� 2no Ow6ct AAM Q we N*bW L SOWOW County AdMinlstraW r ya 01*WWI ' VAN 0 M.aaos 4th aittria irfe K Ott - 8M District RECEIVED July 20, 1977 JUL Xr1917 J. & assoN Board of Supervisors QW BOND OF WPRvW" Administration Building, Room 103 "CO. Martinez, CA 94553 Dear Board yrs: It: Physical Examinations for Fire and Ambulance Personnel On June 28, 1977 your Board referred to this office'a June 21, 1977 letter of the Chairman, County Emergency Medical Care Corsittee, rscomme:Ming the following: 1. Ammad the County Ambulance Regulation Ordi- awes to require physical examination for ambulance drivers once every two years to coincide with State requirements established by the California 'Highway Patrol. 7be current Ordinance code provisions require yearly Physical exam inat-4— for ambulance drivore and attend.—ts. 2. sequirte that firefighters employed in each of the five fire protection districtsoverned uecder provisions of the County Civil Service Ordinance receive a physical examination every two years s if over 40 years of age and every four years if under 40 years of age. We are currently evaluating the latter matter with representa- tives of the five involved fire districts. Our investigation of this matter will include description of current district policies regarding physical examinations for firefighters, cost and procedures required to follow the Emergency Medical Care Committee recommendation and benefits associated with this proposal. 4 -- �r� �.e. 00412 '`a'�� AWofibned with board order 2. The Committee recoomendatioa to amend the County Ambulance Regulation Ordinance to require physical examination for ambulance drivers once every two years follows an similar requests received from the several ambulance companies operating is Contra Costa County. This proposal would ease administration of the ordinance by deleting.current requirements which ase not consistent with relevent State-wide regulations promulgated by the California Highway Patrol. it is recommended that the County Counsel be directed to prepare the necessary ordinance to amend the County Ambulance Regulation Ordinance as recommended by the Emergency Msdical Care Committee. We will report to your Board at a later date regarding the remaining recommendation of the Committee to require specific physical procedures for firefighters in certain fire protection, districts. Re ctful , ARTHUR G. WILL County Administrator by c. A. Hammond JEH/aa In the Booed of Supervisors of Contra Costa County, State of CAkwnio August 2 .19 77 ft Met meow of Communication with respect to annexations to Contra Costa County Sanitation District No. 5, Port Costa area. Supervisor N. C. Fanden having called the Board'a attention to a July 23, 1977 communication from Mrs. Eva Pembroke, Secretary, Citizens' Advisory Committee for Contra Costa County. Sanitation District No. 5, Port Costa, advising that said committee recommend& that no more annexations to the district be permitted; IT IS BY THE BOARD ORDERED that the aforesaid recommenda— tion is REFERRED to the Public Works Director for review and report. PASSED by the Board on August 2, 1977. I hereby codify that the foregoing is o twt and cwnet copy of aw ardw now"is do drabs of said booed of Sypervbm an the daft af, oid. cc c Citizens' Advisory Cte. Wens s my hand and Mit Sed of do bond of Sanitation Dist. No. 5 Mrs. E. Pembroke oiiudd62A1day of August 19 _ P.O. Box 24 Port Costa 94569 A, IL OISSON. Ckwk Public Works Director Environmental Control M k.Et'�1st�' G � '��f s �' .owwy Cleric County Administrator Helen C. Marshall 00414 H-24 3/7(15m In dw Board of &pwvbm Of Contra Costo Camty, Stab of C Aloifnia August 2 la dw MMw di Approving request for use of County Facility. The board having received a July 25, 1977 letter frac the State Board of medical Quality Assurance requesting permission to use the jury assembly roan at Walnut creek/Danville municipal Court Building on September 29 and 30, 1977 for an administrative hearing; IT IS ZY THE BOARD ORDERED that the aforesaid request is APPROVED. PASSED by the Board on August 2, 1977. I ion by cwdfy 1bd tla 6, -@,' g is a bw ad eaewd aW of ss+Mir Mwrd as dw wiwAas ef said Howl ai Sapaerisaes a tlr datr ofawid. CC: Division of tWdical Quality Wb�My W omd do%W of do sewd of c/o D. Xenneta Baumgartenfp ,j., Walnut Creek/Danville 2nd &Y of August . 19 77 Municipal Court --- Public Lorks Director County Administrator ` M n J. M OLSI , CWk Patricia A. Bell 00415 H-24 i/?G i5m In the Board Of SIvwvbm Of Contra Costa Cmmtyr Sk** of C4>>N=W0 As Ex-Officio the Governing Board of the Contra Costa County Fire Protection District August 2 .H 2Z IN do Mahar of Approving Inspection Services Contracts for the New Metal Apparatus Building at the Bethel Island Fire Protection District. (7003-4095) The Board. as ex-officio the governing board of the Bethel Island Fire Protection District. APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Messrs. Robert Brady and Laurel Roderick Cameron for contract documents review and construction in- spection in connection with the new Metal Apparatus Building at the Bethel Island Fire Protection District, Bethel Island. These contracts are effective August 2. 1977. PASSED by the Board on August 2. 1971. I hereby owft then 7M iwaoeiao is a ww cad cored cagy of as w r enbrod we dw wjwAae of said Bowd of supw%i ers as the data a4rresi& Originator: Public Works dept. 1Ardt a9►lysed cad d a sad eltiro Read of Bldgs and Grounds Supe"Ibm cc: Public Works Department °f7ed"_2od-rely of--n9"`r ' 19-27 Agenda Clerk Building Projects 7 J. R tXSSOM, Ckrk County Auditor-Controller /'. �apiAr J. Dye Clerk County Administrator Patricia A. sell P. Burton Inspector N416 H-24;:76 Ism - ITHAVY Special t ng.ln•:erl it;-Adain1ztrat 1ve Services Construction :;Upervision & In,n#sctiva " 1. Special Con(!itions. These z1accial conditions are incorporated below by reference: a) Public A-ency: Centra Costa CountX Fire Protection District b) Inspector's I-lame & Address: Robert G. Graft.-64 Collins Drive, el"Sant Hill. f rnia 94523 c) Effective Date: Auaust 2 1977 d) Project's Name and Location: Metal fteratus Building a BUR Fire Protection District, Bethel Islands 7003-4095 e) Rate of Compensation: $IJ.W per hour .2. Sirnatures. These signatures attest the parties' agreement hereto. PUBLIC A CY_ V to Count I PE OR By A;�, 2 t4blic Wo�r'ks Di kbtar FAKRT G. 6RADr 3. Parties. Effective on the above date, the above-named Public Agency (owner and the above-named Inspector mutually agree and promise as follows: 6Ce neraltualifications Conditions. Public Agency hereby contracts kith Inspectors as one specially trained, experienced, expert and com Potent to perform the special engineering and administrative services of s construction supervisor and inspector, including those associated with the continuous construction supervision position counonlyknown as. Clerk-of-the-[forks. in connection with .the above construction projecto which services are necessarily Incident to the services performed for the. Public Agenc1 .by architects and engineers in the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Terra. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. .6. General Duties & Irstructionc. The Inspector's construction supervision and inspection services include the following general duties and instructions: a. Status & Relationship with Public ti_renc�r and Architect_. His Independent contract relationship lth the Public Agency parallels that whieti exists between the Public kCency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the design of the project and for renera. supervision o: its construction pursuant to the Public Agency-Architect agreement. ar .a � �a X41`7 v Fora Approved by County Counsel 1-77 I I J1 a L. :;t.z-,t u:; 1-1-011% lit! IXUI La qllgr,If it'd LUL With the urorla-.,en oil tike job .�t)Utl* -'e-7 ii!iall condLICL Only Lbrutilij tjj� c:ulltrjjULUr1:; job , zuj)urJrALc:j,.dLjlt, as-ld not zt-4;UZIC the Unitr;ictorlr, duti(!s; turd he shall nu,L. Give ill1;truct1cj1l:; d11'(!C1.!1F1 to the CcontracLorl:; epil-oloyco(u) • or aubcoatractoi-(zi) ; --iid he --hall ljwaiediatt:ly adv1:;e the Architect of, any cane where the Public Agency reI)lV:;ellt;ALIV(_-:; give inutructions to the Contractor's citiployees. . c. Public-Avencip-Contractor Coardjn;jtj.ojj. ]I(.- shrill effectively maintain cluz;c C001'dill"LIOII of UIV Coll LJL';Ac to"'a work and the owner's requirejacatu by frequent, regular conferences or other suitable means, especially where projects involve alteration:; or modifications of or additions to an existing functioning facility, which muct, be malntainqd as an operating; Ing unit during; conduct of construction work, and therefore require special alertness; to job conditioLis which may affect such con— tinuing-operations. Ile :;hall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Faraillarity urith Contract. lie shall become thoroughly familiar with ali CUIILI'�wl, docui-aents including specifications, draw- Ings and addenda; and tic shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employes (see also 7-a, below). e. Personal* Presence A Observation. He shall be personally present whenever work is beini; pLrformed (even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Public At-ency, Contractor or Architect; and he shall make direct personal, observations of work being performed by the General Contractor and subcontrActor(s) for certification to Public Agency-Owner that such work is being performed In a skillful manner and In accordance with the requirements -of the contract documents, f. Advice & Sur-7estions. He shall advise Public Agency on all- construction matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been made to accowodate on-the-job problems, and report then with recommendations to the Architect; and he shall review and make recom- ziendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by*the Public Agency, he shall perform In-depth review of the contract documents before conutruction'begins, and make appropriate recommmdaflQns thereon to the Public Agency. 7. Special Duties & Instructions. The inspector's duties specially concerning the progress of-the work Include the following: a. General Records Niles. He shall maintain a file of, and be aware of the contents of, the local, state* Federal, NFBU, NEPA, etc., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall saintain -a complete file of all drawings, specifications, contracts, zhaai&e orders, directives, etc., w.Uch determine work to be done by the contractor (see also 6-d& above). 00418 -2— • ' � i '• b. Diary <tnd_YenorLc fie nhali maintain a bound daily diary, noting therein job problems, conferences and remarks; ,and he shall submit all reports d�:emed neces=sary by State and Federal agencies, Architect and Public Agency, a:h.ich shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records . }ie shall maintain records of materials and/or equipment delivered atthe site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawingsand/or specifications, or are approved by the Architect. fle shall certify to Public Agency that all materials used in construct oa are as specified in contract documents;-and, on completion and/or - Installation of- each applicable item, he shall collect and assemble relevant information (including guarantees,'certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, -vendors addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the .above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay .period. if a demand billing is received by the County Public Works Depart- ment on the last County working day of the period. b. ' Mileage authorized by the Public works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and-changing costs. • g. Insurance . Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due *to bodily Injury, sickness or disease, or death to any person, 'and damage to property, includin- the loss of use thereof, arising out of each accident or occur- rence. -Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and'requiriag 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The-Public Agency's' agent for enforcing and interpreting this -Contract is the County's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown.- Form prepared by County Counsel's Office (CC-61:. :10/76) -3- - . 00419 Special i:ii ,ln•_nr::a;,- cls:,ir:_•::tr;ltIva .;e1-vice!; Cun::truct Boa ::u�=:. •vi:1:>t; In:r: W..tion - 1. 3 cial Cunditsons. These y-pecial conditions are incorporated below by reference: a) Public A;,ency: _ Contra Costa Counly Fire Pro, ion District b) Inspector's Natif & Address: Wurel_._ 14 Ca■eron 751Yalit„A„.rt_ OrlyS,_San Leandro. -California 94577 c) Effective Date. Au est 2 1977 "- dj Project's Name and Locati r: Meta rates island Fire Protection District.'of reel lsja ,, Am*_gM'i e} .!tate of Compensation: MEW per r 2. Sir-natures. These signatures attest the parties' agreement hereto. MiLIC A }C Contra Costa County INSPECTOR. By .ublic Yorks Dlteftbr Laureltit Giatrore 3. Parties. Effective on the above date, the abov named Public Agency (owner an - the above--named Inspector mutually agree and promise as tollot+s: �!. General Qualifications t Conditions. ' 'Public Agency hereby contracts with Inspector, as one spealally trained, experienced, expert and eom_ potent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position coamtonlly known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for the: Pubilc Agency by architects and engineers in the design and con- struction supervision of construction projects. This agreement does not preclude other employment of the Inspector if It does not interfere with the duties and hours of work required herein. 5. Tera. The duration of this contract is the duration of this construction project, but either party may term=nate it by giving 30 days advance written notice to the other. 6. General Duties b Instructions.. The Inspector's constrtidtion supervision and inspection services include the following general duties and instructions: a. Status t Relattonsh-ip with Public Agency and Architect. His Independent ccnt.act relationship with the Public Agency parallels that which exists between the Public Ac,ency and the Architect; but he is sub— ordinate to the Architect* because the !Architect is responsible for the- desian or tk+e prolect and for genet-a? supervision or its construction pursuant to the Public Agency-Architect a;_eement. 4 00filnmW with � r Form Approved-by County Counsel 1-77 adsr r�-t • �i4:a.t`� :.'t'� {. .. ._ i t .!; C',tti:t_':i`t.t�t_ lite pilin d4iLr+iriod but ;eUr{amen Utl LI,e lob .tut M: ;i!jall CouLuct L:t:;:tl olt.ly through 411-_ CUtlt:•:lctc.r1:; job superirlLc:t:dcnt, alis W;al.l not a:,::ur:<<. LFII Conte•;tcLor':, llutia:;; rdid he ..shall nuL ;;ive inztrucLion;; dirc!cL1y LU the Contractor':: employee(s) or subcoatrilctoi (::); :u;d he shall iucaediately advl:;e tlla Architect or MY- ea= Where the Public Agency repre:;entutiveu; Give instructions to the Contractor':; cmployecs. c. -Public kacne—Contractor Coordination. tie shrill effectively maintain cluu;c cooruil::aiou of the Contractor's wort. and the owner's requirements by frequent, regular con!'ercncc3 or other :suitable means, Especially where projects involve alteration:: or modifications or or additions to an existing functioning facility, which mast- be waintaingd , as an operating unit durin;; conduct of- construction work, and therefore require special alertnezu to fob conditiops which may affect such con tinuing-operations. lie shall coordinate necessary interruptions of normal owner activltles with the Public Agency µrid General Contractor beforehand. .d. Fan.12larlt! with Contract. lie shall become thoroughly familiar with all collLract documents including specifications, draw- ings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's epploypes (see also 7-a, below). e: Personal•Presence L Observation. He shall be personally present whenever work is being pertoi-med (even on overtime, night, holiday or weekend basis when so dtrected), and shall attend meetings called by the PuL11c Agency, Contractor or Architect; and lie shall make direct personal observations of :•cork taint; performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements •of the contract documents. , f. Advice & Sugnostions. He shall advise Public Agency on all' construction matters, such as suggesting change orders or reviewing con- struction schedules; he shall evaluate sueEestions or modifications which have been trade to accommodate on-tale-job problems, and report them with recommendations to the Architect; and he shall review and make recom- mendatlons to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. Nhen so directed by-the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public A.-ency. Z. Special Duties & Instructions. The inspector's duties specially concerning the progress of-the work include the following: , a. General Records Files. He shall maintain a file of, and be aware of the contents om', the local, state, Federal, NFBU, NEPA, etc., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall Uintain a complete file of all dra:.ings, specifications, contracts, :hange orders, directa.ves, etc., which determine work to be done by the ;ontractor (see -also 6-d, above). OO&A • j' s b. Diary and Pe-parts . lie shall maintain a bound daily diary, noting therc:tn job problems , conferences and remarks; and he shall submit all reports deem^ci nece:;Sary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient � detail to satisfy the purpose of the report. c. Material RecordG . IIe shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number, style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications-, or are approved by..the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents;-and, on completion and/or - installation of each applicable item, he shall collect and assemble relevant information (including guarantees,•certificates, maintenance .. . manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or r equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public . Agency. ' 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period 'ir a demand billing is received by the County Public Works Depart- ment on the last County working day of the period. b. ' Kileage authorized by the Public Works Director or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and-changing costs. • 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability -Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all.daoages due to bodily injury, sickness or disease, or death to any person, 'and damage to property: Including the loss of use thereof, arising out of each accident or occur- rence. 'Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring ` 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The-Public Agency's' agent for enforcing and interpreting this Contract is the County's Public Works Director or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. Form prepared by County Counsel's Office • 004M . (CC-61:. :10/76) _3_ in the Board of Supervbon Of Contra Costa County, StatM of Caiifom d .itlii�3t 2 It b lbs IAeNsr i Autborizin8 Acceptant of Instin ats IT IS BY THE BOARD ORDERED that the following instruments are ACCEPTED: STRDHEHT DATE GRANTOR REFERENCE 1. GRANT DEW 7/18/77 LEONARD E. IGBERT. at al SOB. HE 253-76 2. CONSENT TO DEDICA- 7/21/77 MARIE STBOVIR SOB. MS 185-5 76 TION FOR ROAVM PURPOM 3. COMM To DEDIGA- 7/14/77 EAST RAY MUNICIPAL SUB. MS 185-76 TION FOR ROADWII r S<' YURPOSM P' PASSED BY THE BOARD on August 2. 1977. ca i .X. a ca r .4 O I hstsby peft that As feeapoieup to a iras and-yeast a"of a tear M seed esti do fff bw*w of WAd Rowd of supswims aw*0&ft sfoweoid **No my#mod errs$s$aes of As"am i Originating Department: FW (LD) cc. Recorder (Via P.W.) aftuad"-2na defy of a*gus 1972— Public Works Director Director of Planning J. R. OLSS N, C14* *1 '� o'puty Cke4 -trio a A Be - H-24 31,,76 15m 00423 In the Board of Supemism of Contra Costa County, State of C"rnio An=t 2 .1Z. In die Afamsr of Acceptance of Instruzma[ for Subdivision 11S.185-76. lT IS By MM BOARD ORDERED that the Offer of Dedication from John Haywardv et al, dated Msy 25. 1977. for roadway purposes. is accepted for racordins only and that Section 922-4.602 of the county Ordaaaca Code requiring that owners of easements within the dedicated area consent to the dedication and subordinate their rights to the rights of the public be valved. PASSED U 78E BOARD on August 2. 1977. I hereby certify that the foregoing is a true and cornet espy of am order emmed on dts minutes of said Board of Supervisors on the date afores" warom my V and des Said of dw Boma i Originating Departnrnt: PW (LD) . - ��� cc: Recorder (V�a Pw) Public Works Director affixed"_2ad_day of s.,g..er t9 Director of Planning J. R. OLSSON. Civk B LCA_ iepvty Clerk ..el Patri.cla .1. l 00424 In the Board. of Supervam Of Contra costa county, state of CatikmAs In the Aloltsr of Authorizing Acceptance of Instruments for Recording Only. IT IS BY THE BOARD ORDERED that the following Offers of Dedication are accepted FOR RECORDING ONLY: INSTRUMENT. DATE GRANTOR REFEREMCM OFFER OF DEDICATION 7/18/77 LEONARD E. EGBERT et al SUB. NS 258-76 FOR DRAINAGE PURPOSES PASSED BY TME BOARD on August 2. 1977. I hweby certify that tlw Forevoing k o true and coned osry or w ardr ssrrwad ort Nr adnutas of said 800rd of Supervison on the date dil Witness my hand and the Sal of do Dowd s# Originating Department: PW (LD) Supernears cc: Recorder (Via P.Y.) Fublic Works Director J. R. OLSSON. Ckrk Director of Planning I n � Q dR�9�DePury Clerk . Patricia A. Bell 004Z H-2.1 3/76 15m ' M the Board of Supervisors Of Contra Costa County, State of Cali n io August 2 . 19 7L k,dna Mai...F Approving Inspection Services Contract for Laurel Roderick Cameron for Montarabay Recreation Center. Pinole Area, CSA of-+9 (Work Order No. 5220-927 The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute an Inspection Services Contract with Rr. Laurel Roderick Cameron for contract documents review and construction inspection services for Monterabay Recreation Center. County Service Area M-17. Pinole Area. The contract is effective August 2. 1977. PASSED by the Board on August 2. 1977. I haraby oartify that dr 6, go' g is a trw amd carved copy of an oaiw embmd as dw aiinubs of said Ward of Ssrrisors an do data afeiasoid. Originator: P. W. Dept. Wkmy bmd and do Sad of do Wwr of Bldgs and Grnds - sup—;— cc: Public Works Department offi-d"_20L_&W of Auqust - _ 19 7 Agenda Clerk Building Projects J. R. OLSSON, Clock County Auditor-Controller ' - �, J. Dye tlyrJ N"r u l , �' L�: . Do"Clark County Administrator Patricia A. well P. Burton Inspector ■p���Q�f/►fr��. H-24 4177 15m - M)42✓ Special Engineering-Administrative Services i Construction Supervision i Inspection 1. SSoecial Conditions. These special conditions are incorporated below by reference: a) Public Agency: b Inspector's Name a Address.`L_Sederict Caaarime- ?%I •alita Drira_ 8 cl EffectiveDate: ALUR340- 2- 197? d Project's Name and Location: Moateratiu Reereatioa Center (AMM" ?ark), Richmond York Order No. 5220-92T e) PAteo neat &1:413-20 ehour 2. Signatures. These signatures attest the parties' agreement hereto. PKK V rte"—.t Cos County INSPECTOR fly A) 6F..FVbliC bbrkS Dirftt0r. Laurel Rode k Cameron 3. Parties. Effective on the above date, the above-fid Public Agency (Owner) the above-named Inspector mutually agree and pftMsa as follows: 6. General Qualifications i Conditions. Public Agency harelg► contracts with Inspector, as one specially trained, experienced, expert and competent to perform-the special engineering and administrative services of a construction supervisor and inspector. including those associated with the continuous con- struction supervision position commonly known 'as Clerk-of-the-Norks. in con- mection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if It don not interfere with the duties and hours of work required herein. S. Term. The duration ofahis contract is the duration of this construction RQ&t, but either party may terminate it by giving 30 days advance written notice to the other. - t 6. General Duties i instructions. The Inspector's construction supervision and ns on services nc following general duties and Instruction. a. Status i Relationship with Public Agency and_Architect. MS IndaON & t contract re at3o`ns�ip rr�tln Public Agency Wren leis that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreo-,,ent. Miaroiilmmd Mrilln bm w oder Formed Approved by bounty Counsel 1-77 0OW b. Status 6 Relationship with Contractor. He shall maintain .a dignified but Understanding relationship with the workmen on the job but he shall conduct business only throw the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s); and he shall immediately advise the Architect of any case where the-Public Agency representatives give instructions to the Contractor's employees. c. Public A nc -Contractor Coordination. He shalll -effectiveiy maintain close coor inat on of the Contractor's work and the owner's requirewents.by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's employees (see also 7-a, below). e. Personal Presence di Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the-requirements of the contract documents. f. Advice 9 Suggestions. He shall advise Public Agency on all construction mat- ters. such as suggesting change orders or reviewing construction schedules; he shall-evaluate suggestions or modifications which have been made to,accoe!- modate on-the-job problems, and report them with recommendations to the Archi- tect; and he shall review and make recommendations to thf Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. Wwn-so directed by- the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and wake appropriate recommendations thereon to the Pubiic Agency. 7. 5-ccial Duties6 Instructions. The Inspector's duties specially concerning the progress of the woW include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of.—tFe local, State, Federal, NFd1U, NEPA, etc., codes, regulations, directives, requirements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, change orders, directives, etc., which determine work to be done by the Contractor (see also 6-d, above). b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. 00 428 -2- .c. Material Records. He shall maintain-records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog,'model serial 1 number Sty1e,'type; or other identifying information thereon and noting whether they are in strict. compliance with the pians, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public.Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc., of materials and/or equipment as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. S. Pay for Services 6 Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall, at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000.-for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. Inspector shall furnish evidence.of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11. Adjustment of Com ensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. [JVQga -3- In the Board of Supervisors of Contra Costa County, Stoll of California AS EX-OFFICIO THE GOVERNING BOARD OF THE TASSAJARA FIRE PROTECTION DISTRICT August 2 .19„77 4 dao At~of Approving Construction Contract for Metal Apparatus Building at the Tassajara Fire Protection District, Danville Area. (7023-4096) Pursuant to Board of Supervisors Resolution No. 77/310 dated April 12, 1977, the Public Works Department invited and received bids for constructing a Metal Apparatus Building at Tassajara Fire Protection District, Danville Area. The low bidder being Ted A. Molfino, Builder. Lodi, whose bid, including Alternate No. 1 and No. 3 was $23,628; and The Board of Supervisors, as ex-officio the governing board of the Tassajara Fire Protection District, APPROVES the construction contract with Ted A. Molfino and AUTHORIZES the Public Works Director to execute the contract. The Public Yorks Director having advised the bard that this pro- ject is considered exempt from Environmental Impact Report requirements as a Class 3E Categorical Exemption under the County Guidelines, and this Board concurs and so finds; and the Director of Planning shall file a Notice of Exemption with the County Clerk. PASSED by the Board on August 2, 1977. 1 hwobp owrifir duh do I k o few aer aenoer a W of w oadr unmoor ow Mr whWo of avid lewd of Salwvbm oe dw deu aI I Originator: P. W. Dept. Waam ey,hawd ar do iad of do land of Bldgs and Grnds , a cc: Public Works Department 00-d" end _iey o4Aueust . W 77 Agenda Clerk Building Projects J. R, 0L=X Clwk County Auditor-Controller �a J. Dye M !�T� -DWWr Ow P. Burton, County Administrator N. Pous Contractor 14-24 4"7 Ism 0 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of.Reducing ) Performance Security for ) Subdivision NS 68-76 ) August 2, 1977 Oakley Area. ) On June 28, 1977 this Board issued an order stating that the improvements in the above named subdivision had been satisfactorily completed; The Subdivider had deposited $500.00 cash plus $6,320.75 cash as additional security to insure the construction and performance of the improvements. The Public Works Director has been requested to reduce the amount of cash held as performance security to $500.00; and IT IS BY THE BOARD ORDERED that the Public Works Director is authorized to refund to Frederick and Louis Del Barba the $6,320.75 cash deposited as performance security evidenced by Deposit Permit Detail Number 144112 dated February 15, 1977. PASSED BY THE BOARD on August 2, 1977. CERTIFIED COPY t aamifty!`t tft L s tam,tomo a onset ew of tbo � t mallet+k an nip 1n my e aaa that kthe mmMrotmm of Centra C Coae�tyf Cn if m iiaa.m an atta mhewa.ATT=T: J. m. OLSSON. Coaatr ow Boom ago.Cie*at anti Nmard of Sapaerimama ,. AUML 1977 Originating Department: PW (LD) cc: Public Works Director - LD Frederick and Louis Del Barba Route 1 Box 351 Oakley, CA IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA August 2, 1977 In the Natter of Releasing ) Deposit for Subdivision 4769, ) Alamo Area. ) On August 31, 1976 chis Board resolved that the improvements in the above- named Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of action under the Subdivision Agreement; and now on the recommendation of the Public Works Director: The Board finds that the improvements have satisfactorily met the guaranteed performance standards for one year after completion and acceptance; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to Bolla Acres the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 128260 dated August 6, 1975. PASSED by the Board on August 2, 1977. I WHEREBY 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 Hoard of Supervisors affixed Originating Department: PW (LD) this 2nd day of August , 1977 J.R. OLSSON, CLERK cc: Public Works Director-LD Bolla Acres ,O 3158 Miranda Avenue By / O stv , Deputy Clerk Alamo, CA 94507 N. Pous IYfA�1 In the Board of Supervisors Of Contra Costo County, State of Co if mio ,gym t! 2 .J N ZL Releasing DeposAt for Subdivision 444d; San Ramon Area. The Board on April 5, 1977 having accepted as complete the improvements for Subdivision 4440, San Ramon area, with the exception. of minor deficiencies for which $500 (Deposit Permit Detail Number 145322, data Match 28, 1977)we deposited as surety for completion of said deficiencies; and The Public Yorks Director having reported that the.aforesaid minor deficiencies have been corrected and recommends that he be AV2NORIZ1D to refund the $500 to Shapell Industries; Ii IS BY 1U BOARD ORDERED that the recommaMatioa of the Public Yorks Director is APPROM. PASSRD.by the Board on August 2, 1977. I heesby cwtify that the fonpoiso k a Uus and cornet a VV of os emir mlwmd em do WkA*n of Said Bond Of Supoeri WS on chs data aforesaid. - NRtmaw my hand and i tad of i Sand of Originating Department: PW (LD) Supervmoes ailed Ab 2M&dap of ..,R„ar . Iff-.0 cc: Public Yorks Director-LD Shapell Industries L R. 0LUM. Clwk 1287 Lawrence Station Road � � Chl<h Sunnyvale, CA 94086 sy -o P Mp N. Pous W`flt1c� H-.24 3/76 Ism In the Booed of Supwvi:ors of Conbo Costo County, Stale of CaMornia AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 1S August 2 .19 77 IN do Afett4w of - Establishing Annual Nater Service and Sewerage Service Charges for Fiscal Year 1977-1978 IT IS BY THE BOARD ORDERED that: A. For each lot in the following developments, the Annual Mater and Sewerage Service Charges for Fiscal Year 1977-1978 are ESTABLISHED as follows: 1. Subdivision 3870 Annual hater Service Charge - SIBS 2. Subdivision 4314 Ammual Mater and Sewerage Service Charge - $234 S. Lead Use Permit 2SS-71 Annual Mater and Sewerage Service Charge - $142 B. The Public Works Director, as Engineer ex officio, prepare a list of Annual Water and Sewerage Service Charges for each lot in each development as indicated above; C. The County Auditor-Controller is requested to place said charges ea the proper tax bills for each lot in Subdivision 3870 and Sub- division 4314; and IT IS FUKrM ORDERED that: D. The aforesaid charges for Land Use Permit 2SB-71 and Sanitation District No. 1S shall be prorated, using "period of time of eomttectiom" to District facilities; and E. The Business and Services Division of the Public Works Department shall bill the owners, using prorated charges for all units connecting to District facilities during Fiscal Year 1977-1978. PASSED by the Board on August 2, 1977. 1 hweby cmMy dm*the I, -A o b a Uwe and carred cc"of•ender odned,do do aRaA"of said Board of Supervisors an the dote afareaawL WNemm my heed ead i Sad of i Board of supsevkon ORIGINATOR: Public Works Department aMlosd dih 2nd day of Aucrust 1977 Environmental Control cc: Public Works Director J. fi. OLION. Cluk Environmental Control ws�ao �p �r*f�it�An .Dbyety Clock Business and Services `'8- L. Johnson County Auditor-Controller County Administrator H-24 3/7615m In tlN Board of Supvigon of Conlin Costa C xi*y, Stats of CaMornia AS EX OFFICIO THE GOVERNING BOARD OF CMU COSTA CMKff SANITATION DISTRICT NO. 19 Aeguat 2 .y 77 IN Ulla Me11r 61 ` Establishing Annual Mater and Sewerage Service Charges for Fiscal Year 1977- 1976 IT IS #Y THE BOARD ORDERED that the Amm al Mater and Sewerage Service Merges for Fiscal Year 1977-1978 are ESSTABLISM16 as follows: A. Unit Charge - $131; R. Otter than single-family dwelling units - On the basis of burden as ester and sewage treatment facilities as determined by the Engineer eon officio of the District; and IT IS 1 ORDS that the Engineer ex officio is AMI)RIZED to prepare a list of Antal Mater and Sewerage Service Charges for sick eowwctioa . within tho District in accordance with said Unit Charge; and IT IS 1uRnm OBDERBD that the Canty Auditor-Controller is MMMIZED to place said charges on the proper tax bills. IASSED by the bard on August 2, 1977. I hw&y ow0y Owl Mw Iaegeieg to a dee end cwteel aW of art alar maimed en Mtn ' - n�imMee ei eaii Uond i i*wrinn r Mee rau eienmesiel Monet my bo d and i?ed of do&Md of ORIGINATOR: Public Works Department Sup"Mos Environmental Control amid dfalnd day of_ August . 19 77 cc: Public Works Director Famironmental Control J. It. OLBUM Ckrk Business 6 Services " _V,00"A(ftad�% odpwy ChA County Auditor-Controller Jamie L. Johnson County Administrator N-24 3/76 15m { i In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE MERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 519 7z b the A{oltw of Establishing Annual Sewerage Service Charges for Fiscal Year 1977-1978 IT IS BY THE BOARD ORDERED that the annual sewerage service charges for Fiscal Year 1977-1978 are ESTABLISHED as follows: A. Unit Charge - $116; B. Other than single-family dwelling units - On the basis of burden on treatment facilities and in accordance with District Ordinances, as determined by the Engineer ex officio of the District; C. Churches, elementary schools and the firehouse - No charge; and IT IS FURTHER ORDERED that the Engineer ex officio is DIRECTED to prepare a list of annual sewerage service charges for each cormection within the District in accordance with said unit charge; and i7 IS FURTHER ORDERED that the Canty Auditor-Controller is DIRECTED to place said charges on the proper tax.bills; and IT IS FURTHER ORDERED that the Business and Services Division of the Public (forks Department bill the users located an Southern Pacific Transporation Company property- PASSED ropertyPASSED by the Board on August 2, 1977. 1 hweby certify that tM I, VMg i<o true and cannel a"of on wdw o*wW on*a wAnow of soil Board of Supervisors on the dale dereesid. -- 1Mllam say hour end Tho Haat of do lewd of ORIGINATOR:. Public Works Department Environmental Control tad"2nd d"of Auqust . 19 77 cc: Public Works Director Environmental Control J. IL C ANN Clwk Business and Services M /1m2_ ac.W�_4vn%_� rh y CJe County Auditor-Controller �� Zoe County Administrator N-24;/7(!Sm IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Reducing ) Performance Security for ) Subdivision MS 21-76 ) Walnut Creek Area. ) August 2, 1977 On July 19, 1977 this Board issued an order stating that the improvements in the above-named Subdivision had been satisfactorily completed: The Subdivider had deposited $500.00 cash plus $800.00 cash as additional security to insure the construction and performance of the improvements. The Public Works Director has been requested to reduce the amount of cash held as performance security to $500.00; and IT IS BY THE BOARD ORDERED that the Public Works Director is authorized to refund to Costa Concrete Co. the $800.00 cash deposited as additional security evidenced by the Deposit Permit Detail Number 137791 dated July 9, 1976. PASSED BY THE BOARD on August 2, 1977. CERTIFIED COPY I ewd&that this b a ft&true a correct espy of me orfafsd daeot oo.vhkh b os Hip is my office. ad that it—Maori a 8&*"by tM Dowd at Sayernharo of Comm Cosa 0witty,canfaruk.an 'M 4120 sho.a.A7TM: L !. OLSSOfr. coma ciClerk of acid loam of ft o r+kom by Ekipsty AUG 2 Asn Originating Department: PH (LD) cc: Public Works Director — LD Costa Concrete Co. (Refundee) 70 Garron Court Walnut Creek, CA 94596 i t In Ow Board of SupBR'vbm of Contra Costa County, Slam of Calkwnia August 2 ,19 77 in*a Mdlw of Charges made by West Contra Costa Hospital District and Extablishingo. Tax Rate for the Fiscal Year 1977-1978. The Hoard having received a copy of a resolution dated July 21, 1977 adopted by the Hoard of Directors of the West Contra Costa Hospital District finding that (1) rates and charges of the hospital operated by said district are comparable to charges made by non-profit hospitals in its area, and (2) setting the amount of revenue to be raised by tares at $1,500,000 during the fiscal year 1977-1978 for operation of the hospital: IT IS BY THE HOARD ORDERED that this matter is R11PZRWD to the County Auditor-Controller. PASSED by the Hoard on August 2, 1977. 1 hwaby cerft**dw iwa0eina k a sw mad awned a W of se air aahwi as*a mb alw of=W bard of SYpwWws as*a dow ahwsad L CC: West Contra Costa Hospital WAimm or bad and do far of*r owd A* District c/o Grant G. Calhoun,,,, 2nd *q a_ August77 Attorney County Auditor-Controller County Administrator (/ //� & R, OLZMW Cink ovci,Pzt _-.vf`�!.?t.267� .owwy Clark Jamie L. Johnson . 004M H-26317613m r t In " Board of Swwvitors of Contra Costo County, Stab of Cal(of August 2 y 77' b dw Mow of Charges made by Mt. Diablo Hospital District and Establishing Tax Pate for the Fiscal Year 1977-1978. The Board having received copies dated July 19, 1977 , of the following resolutions adopted by the Board of Directors of the Mt. Diablo Hospital District: 77-3, Finding that rates and charges of the Mt. Diablo Hospital District are comparable to charges made by non-profit hospitals within the hospital service area; and 77-2, Setting the amount of revemw to be raised by taxes at $500,000 during the fiscal year 1977- 1979 and requesting that a tax be levierTto realise the $500,000; IT IS BY THE BOARD oRDERED that this :tatter is YAWElRRED to the County Auditor-Controller. PikSSED by the Board on August 2, 1977. 1 bwebr =@Oy fleet do 6aa0aioo k o bow end cones aay of of odor routed w do Whwbo of said sowd of SVPWVbWs as do doe afaweii cc: mt. Diablo Hospital District Laos e11 br and do UW of do emdof c/o Mr. A. F. Bray, Jr. UP County Auditor-Controllez ej%W"_.Lnddwgi August 1917 County Administrator ♦ IL aLUOK Ck* am a o so 00439 N-24 3/7613m In the Board of Supervisors of Contra Costa County, State of Carifosnio An t 2 19L7 Am do Mom-of County Participation at the 1977 California Great State Fair. The Board having received a July 20, 1977 letter frac lir. H.Reed, General manager. California Exposition, inviting County participation in the 1977 California Great State Pair to be held August 19 through September 6. 1977 in Sacramento: IT IS BY THE BOARD ORDERED that the aforesaid correspondence is REFERRED to the Contra Costa County Dav*lopesat Association. PASSED by the Board an August 2, 1977. 1 hwiy=r* Ilwt do iaeyeieo b a ow end wm e aW d es eWw oMwsd on do ssiosbs d said fiomd of Ss9wriros ow On daro ofoiwdi VAMM or iwd and dw ad of#0 fiend of cc: Mr. B. Reed sn-MININ Contra Costa County Developmentaffiasd dds 2nd dW of_August _ 19 77 Association County Administrator ' A IL O1.SM Clint Jaamie V. .f0lhnson M-24 3/76 Ihn r i In the Board of Supervisors Of Contra Costa County. Siats of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT August 2 .it in do Moller of - Authorizing County Reimbursement by District for Costs Incurred in Completin Two Public Works Employment Act Grant Applications, Walnut Boulevard Drain (Work Order 4389-925), and San-Miguel Drain (Work Order 4391-661). IT IS BY THE BOARD ORDERED, as ex officio the Board of Supervisors. of the Contra Costa County Flood Control and Water Conservation District, that the Public Works Director is authorized to reimburse the County with District funds for costs incurred by the County in completing the Public Works Employment Act of 1976 grant applications for the Walnut Boulevard Drain (Work Order 4389), and San Miguel Drain (Work Order 4391) Projects. The costs to be funded are ;8,938.72 and $3,630.59 respectively. PASSED by the Board on August 2. 1977. 1 benby onrity that *a 6ore0eirr9 is o true and Borne=m of m order oeeerod an the winwes of soil hoard of SYpwW=n an the date dorsa-I Originator: Public Works - Flood Mom my band oed Cir Seal of the Board of Control Planning and Super""= 2nd Design day of August - 19 77 cc: Public Works Director J. IL DESMON. Clerk County Administrator Auditor-Controller BY Dep sy Clerk County Counsel N. Pous In the Board of Supervisors of Contra Costa County, State of California August 2 _19 77 b dw AA~of Increase in Contract Contingency Fund Moraga Way Shoulder Widening Project, Orinda Area Project No. 0961-4277-661-76 On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that an increase of $15,000 in the contract contingency fund for the NoragaVq shoulder widening project is APPROVED, said increase to provide for ( the County's share of flagging costs. (b) modification of drainage details at several locations, (c) anticipated overrun in quantity of asphalt concrete, and (d) maintenance of the contingency fund balance to allow for other unforeseen work. PASSED by the Board on August 2, 1977. 1 hwehy CVr*dw*Nie 6orpoin0 Is o IM and Comm am of•adw wowed en do n*MW of said Beard of suparrisM an dw do*afonna11 Originator: Public Works Department Whom my`and and i Seel of do N=W of Construction Division Sup.vhm cc• Ransome Company WFAnd" nd del►sf_ August . 1977 4030 Hollis Street Emeryville, CA 94608 J. R. oLSWN. CMrk Public Works Director by &!S. _ Dir Ch& County Administrator N. Pous Auditor-Controller H-243i%61Sm VV� Y In the Board of Supervisors of Contra Costa County, State of California a„' m 2. M7 In dce Maher of County SlWort of the neiocatian of Hi4tmy 4 at lmon tinlercvassing Ito City of Hercules, in 000pe=atiai with CAL'QiI1fS, has prapand the rerouting of a portion of stake Highway 4 tlnclougb the City of H®cmles and for a small distanoe to the out of the City in the u dnootporatad area of Matra Costa county. 2tris rerouting will e lwinate a dangeoaocos curm at the llitchism Mapd a Santa Fe Rulza d urderpass, and will result in a odbatu*ial incsesse in traffic safety and a significant inprovenint in the.-Urination wjstm idthin the City. the City has cosserdably offered to casait up to i500,000.of its am funds to pay toward the cost of the project. Higtmy 4 is a:Cube of general interest to all residents of Caccia costa County. LIf, 'IIS, BE rT RFSMVPD that the B=ed of 94pe views of Contra Costa County hereby Swart the pool I recadding of Higlomy 4 to bypass the huzon caderc[ossing of the Aitchison T pda Snots re aailrad, ad urges early funding of the project by the Dwarbmt of�ansportatian. PASSED by the Board on Aujust 2, 1977. I hereby owsify dwt the foregoing is o true and toed copy of m orir emend es dw ssinufts of said hoard of Supervisors on dw dam oforesoi& Wdl ally Iced err do Sed of do Mor of Originator: Public Works Deparbumt Supervir Transportatirn Plarming of iiaed Air-zad-dol►of am,a,ar 1977. cc: Public Works Director Ommty 7lr d i strator J. IL O5on. Clark I,,►- kl,Wako If.PO:SS DWAy Clark 0040 .H-343!615m SUBJECT: Public Works Extra Business for August 2, 1977 REPORTS Report A. COUNTY SUPPORT OF THE RELOCATION OF HIGHWAY 4 AT LUZON UNDERCROSSIHG fte Board of Supervisors, by Order of July 5, 1977, referred the request of the City of Hercules, concerning the relocation of State' Highway 4, to the Public works Director for report. The City of Hercules has been actively working with CALTRAHS in the preparation of a project that will relocate a segment of Highway 4,, ' mostly within the City of Hercules, but extending into the unincor- porated area. This relocation will bypass the "S" curve undercross- ing of the Atchison, Topeka i Santa Fe Railway near the intersection of Highway 4 and Willow Road (popularly known as the "Luzon Under- crossine). This relocation will result in a substantial increase in traffic safety and a significant improvement in the circulation system for the City's new residential area. in order to gain early State approval, financing and scheduling of construction, the City has commendably pledged up to $500,000 of its own funds toward the project, and is now seeking County support for the project. Now that the "gap" between Interstate 680 and Solano Way is ached-. uled for construction in 1979-80, this project is-the next logical segment of Highway 4 to be upgraded. It is recommended that the Board of Supervisors, by Resolution, support the rerouting of Highway 4 as proposed by the City of saccules. aed urge early funding of the pcoject by the Depestmswt of Transpostatiaa. (h)444 In the Board of Supwi lm Of Contra Costa County, Siaft of CaNarnia August 2 '19 2L hk fb A%~of Approval of a Purchase Order for Storm Drain Line Replacement, Marshall Drive, Walnut Creek Area W.O. 6110-665 The Public Works Director having reported that informal bids were opened In the Public Works Department Maintenance Office for installation of a storm drain line on Marshall Drive, Walnut Creek and the Public Works Director having recommended that he be authorized to arrange for the issuance of a Purchase Order to Roto-Rooter in the amount of $7,800.00, this being the lowest of five bids received. This maintenance work is a Class I categorical exemption from Environmental Impact Report requirements. IT IS IV THE MAID ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on August 2, 1977. 1 Mrby aerMlr Mat Mr faeooimo is o bw ami camel a"of w wdw saw an fin seinuin of said bard of Supervisors on Mn dome 6, 11 MlHmns my b and ad Mn Sed of Mn bed of Originator: Public Works Dept. Supeerisare Maintenance Division aimmd Ak 2nd day d August _ p 77 cc: Public Works Director J. IL OLSk dark Roto-Rooter Company By � / 47"-& _Day Clerk 1501E Parkside Drive N. Pous Walnut Creek, Ca. 94596 Purchasing Agent H 24 M5 IOM .... In the Board of Of Contra Coda County, Skdo of C Uarnio August 2 ,1l. 77 r the AWIRW of Request for Support of Teen Hope Foundation, Inc. The Board having received letters from State Senator John A. Nejedly; The Honorable Richard T. La Pointe, Mayor of the City of Concord; Lieutenant George J. Straka, Commanding Juvenile Bureau, City of Concord; Lieutenant Thaws J. Cain, Director of Youth Services, Police Department Cit f deo Pleasant Hill; and Bis. Jeanne Kathleen Kerr, , Contra Costa Children's Council, supporting the request of the Teen Hope Foundation, Inc. for revenue sharing funds to provide for a short-term residential crises center. in the County; IT IS BY THE BOARD ORDERED that the aforesaid matter is PMERRED to the Director, Human Resources Agency, for pcogras and cost analysis, taking into account exiatUS county facilities and the request by the Junior League of Oakland-bast Bay, Inc. for support of a Family Stress Center-Family Support Project. PASSED by the Board on August 2, 1977. 1 iweby a@iy drat dw leraoaia tm*W nand c"d air ewmqd on do mbwW of said Somd of Supanims as Ow daft ofansoid. cc: Senator fle j edly W*e ay yr and do Seel of d w load of N;ayor, City of Concord Commanding Juvenile �thi2nd dap of_ Aurust . 19 7 Bureau. City of Connor Director of Youth Services City of Pleasant Hill J. 9L OLUM. Clok Police Department Contra Costa Children's h •''= 'f?'"' = Dspuly C6& Council Bobbie Gu ierrez, Director, HBA Acting County Probation Officer County Administrator H.21;:.,e 15m �'ahp In the Board of Supervisors of Contra Costa County, Sk** of Colifornio August 2 .19 77 b she AU~of Approving and Authorizing Payment for Property Acquisition. Center Avenue, Pacheco Area Project No. 3471-4342-663-76 IT IS BY THE BOARD ORDERED that the following Grant of Easement. Temporary Construction Permit, and Right-of-Yay Contract are APPROVED and the Public Works Director is AUTHORIZED to sign said permit and contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow No. Amount Center Avenue Charlotte E. Meyer July 25, 1977 Western Title $1,975.00 Project Number Insurance.Co. 3471-4342-663-76 Escrow Number M-310081-2-LC 01-Hain Street Martinet. CA .94553 . The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept the easement from above- named Srantor for the County of Contra Costa. PASSED by the Board on August 2, 1977. 1 hereby cerfify that the foregoing is a true gad aorrod copy of on order N1wef an the aiirwles of said floord of Supervisors on the"oioreeoid. Originator: Public Works Department ewe my band gad lila%W of der lead of Real Property Division super9bon; d6nd*& 2nd&y of August . 1977 cc: County Auditor-Controller & R. OLSOON, CNrk ly DepMy Clerk N. Pous 9044 H-2..;:76 1im IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the !latter of Appeal of ) -_Lark' ) from action o the pyo ) dint Commission on App cai -tion Or Subdivision 4919 , Pleasant Hill area area. ) NOTICE OF HEARING ON APPEAL Security Owners. owner. ) WHEREAS on the _28r day of June 191L, the Planning Commission conditionally approved Application for Sub. 4919 of Security Owners for approval of a tentative map to subdivide 13 acres into 34 lots and WHEREAS within the time allowed by lax, Larkin and Susan Breed filed"xith this Board an appeal from said action NOW, THEREFORE, IT IS ORDERED that a hearing be held on. said appeal before this Board in its Chambers, Room 107, Adminis- tration Building, Martinez, California, on Tuesday , the 23rd of August , 19 77, at 11:20 a-mi and the Clerk is directed to give notice to all interested parties. PASSED by the Board on A=str 2- 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: L. & S. Breed Witness my hand and the Seal D. Clifford of the Board of Supervisors affixed Director of Planning this 2nd day of August , Names on List Provided 1977 . by Planning Building Inspection J. R. OLSSON, CLERK Public Works Director ; (-\ y a --3—U, Ronda Amdahr— Deputy Clerk 01448 [RECEIVED CONTRAGOBTACOUNTY UL .`7197J NKFLAING DEPARTMENTJ. a0AW or' co. .+N TO. BOARD OF SUPERVISORS DATE: July 25, 1977 FROM: Anthony A. Dehaesus ;, SMECT: APPEAL - Subdivision 4919 Director of Planni , Security Owners Corporation/ Dom Elton This appeal was filed byis Clifford of Clifford, Curry i Cherrin, Attorneys at Law, on behalf of Lark n and Susan Breed, on July 12, 1977. Subdivision 4919 is an application for approval of a tentative map to subdivide 13 acres into 34 lots in a Single Family Residential District R-20 proposed for rezoning to Single Family Residential R-12. Subject property is bounded by Taylor Boulevard and Dobbs Drive on the east, Buttner Road on the west, Grayson Creek on the north, and the City of Pleasant Hill boundary on the south, in the Pleasant Hill area. The Planning Commission, at its meeting of June 28, 1977 and following a Field Trip to review the property in question (June 17, 1977), identified adverse environmental effects of the project: Traffic Impacts, Biology, and Hydrology and Water Quality. The conclusion reached by the Planning Commission was to conditionally approve the tentative map of Subdivision 4919, subject to condi- tions stated in the attached-Resolution and Exhibit "A". - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - The following people should be notified of your Board's hearing date and time: Mr. Denis Clifford Mr. Harvey E. Bragdon C14fford, Curry b Cherrin 4 Barrie Way Attorneys at Lir Mill Valley, Co. 94941 2319 Harrison Street Oakland, Ca. 94612 Public Works, Land Development Diva. County Administration Building .Larkin A Susan Breed Fourth Floor 2042 Buttner Road Pleasant Hill, Ca. 94523 Building Inspection Department County Administration Building Security Owners Corporation Third Floor, North Wing 9310 Estudillo Street .Martinez, Ca. 94553 (See attached sheet with addi- tional names and addresses.) Dor. El ton c/o Security Owners Corporation 00449 9r Estudillo Street Martinez, Ca. 94553 co:rd order AAD:dh Attachments: Letter of Appeal, Planning Dept. Acknowledgment, Planning Commission Resolution and Exhibit "A", Staff Report, Environmental Impact Report, Map. Subdivision 4919 - Interested Person List Larkin Breed, Jr.- Mr. J. R. Lawson 2042 Buttner Road 81S Slater Road Pleasant Hill, Ca. 94523 Pleasant Hill, Ca. 94523 R. V. 4 Barbara Johnson Walter Taylor 1935 Buttner Road 1699 Clayton May Pleasant Hill, Ca. 94523 Concord, California Harold $ Lorraine J. Briggs M. E. Berkowitz 2048 Buttner Road 1949 Buttner Road ' Pleasant Hill, Ca. 94523 Pleasant Hill, Ca. 94523 Mr. E. V. Toffoli Robert Nave Regional Manager 6501 Westfield Court Departkent of Fish 8 Gane Martinez, Ca. 94553 P. 0. Box 47 Yountville, Ca. 94599 Donald E. Harper 991 Grayson Lane Debbie Hampton Pleasant Hill, Ca. 94523 S3 Dobbs Drive - Pleasant Hill, Ca. 94523 Alvin A. Burton 9 Cadina Court Jerry Peterson Pleasant Hill, Ca. 94523 99S Grayson Lane Pleasant Hill, Ca. 9.023 Mr. Allen Froyd 202 Davon Avenue Arnold K. Swann Pleasant Hill, Ca. 94523 2080 Buttner Road Walnut Creek, Ca. 94596 Dean Milson 2031 Buttner Road Charles H. Cox Pleasant Hili, Ca. 94523 2081 Buttner Road Pleasant Hill, Ca. 94523 Judy Cubillo 2024 Buttner Rd. E. Sertinuson Pleasant Hill, Ca. 94523 2150 Franklin St., Room 610 Oakland, Ca. 94612 Mr. B Mrs. John N. Hanlon 2098 Mohawk Drive Mr. E. C. Sanford Pleasant Hill, Ca. 94523 293 MacGregory Road Pleasant Hill, Ca. 94523 Mr. G Mrs. Paul E. Kilkenny 817 Slater Road ' Mrs. Rivers Pleasant Hill, Ca. 94523 819 Slater Avenue Pleasant Hill, Ca. 94523 City of Pleasant Hill 3300 North Main Street J`etJ"l Harold $ Susan Johnson Pleasant Hill, Ca. 94523 2066 Buttner Road Pleasant Hill, Ca. 94523 City of Martinez (Planning Dept.) 525 Henrietta Street Messrs. Baltzer E Taylor Martinez, Ca. 94SS3 c/o Dennis Barry, Agent 2350 Contra Costa Blvd. Pleasant Hill, Ca. 94523 MIC(Oiiicrl c: v:►::t board order CLIFFORD, CURRY & CH£RRIN _= •:*-� ATTORNEYS AT 1AW =9 HARRISON STMT- OAKLAND CALUIMNIA' 1 j (Q.V&M•22M z9aw 9asiz Tris rn 9 IF Muon C� 12 July 1977 Board of Supervisors Ccatra Costa County 651 Pine Martinez, California 94553 Dear Ladies and Gentlemen: I an an attorney representing Appellants Larkin and Susan Breed, 2042 Buttner Drive, Pleasant Bill, California, and, on their behalf, hereby file an Appeal to the Board of Supervisors frog the decision of the Contra Costa County Planning C ==":Loa of June 28, 1977, approving subdivision plaa'#4919. Appellants respectfully request that the Board of Supervisors reverse the Planning Cammission's approval of subdivision plan #4919 for the following reasons: Zhe subdivision plan does not comply with the requirements of the County Subdivision Ordinance for the "collector" roads serving the subdivision. Buttner Road to identified in the subdivision plan, the Environmental Impact report and other pertinent documents as one of the two collector roads serving the planned subdivision. Buttner Road, presently, is a narrow winding country road (really a lane) slightly more than twenty feet wide. It has no curbs or gutters; persons mat.... on to the road must walk on the side of the pavement. ChiLaren whose homes are an Buttner Road must walk it daily to the corner of Buttner Road and Grayson Road to catch the school bus. Use of Buttner Road as a collector street for subdivision 4919 will (at a minimum) double the traffic over Buttner Road. This will inevitably create dangerous traffic conditions and gravely increase the possibilities of accidents. In particular, because of the number of young children presently residing in homes on Buttner Road, Appellants (and their neighbors) believe Buttner Road is not at all suited to serve as �� a collector street. Appellants trill' provide further tt��00451 factual evidence regarding the condition of Buttner Road at the hearing soft their appeal. � r� 0 5-/2`t el 7 Micsofilcn3t: %Vi,.% board (rder 12 July 1977 Board of Supervisors Contra Costa County Page Two Buttner Road does not. comply with the require- ments of the Contra Costa County Subdivision Ordinance for collector streets. Collector streets are defined by Section 92-4.010, as any street carrying traffic {servi 24 lots or Wore) Iron a subdivision to major arterial streets. Section 98-4.002 provides that the winimNam width of the pavement of a collector street shall be ,36 feet. The subdivision plan, as approved by the Plamlog Commission,. calls for the developer to widen Buttner Road by approximately 7 feet, onl on land within the subdivision. Most of Buttner RM will therefore remain slightly over 20 feet wide. The staff "Conditions:. . for Approval #30" states thst "Buttner Road shall conform , to the County prdinance requirements-for collector streets. . However, it does-not appear this applies to the road except for the subdivision land itself. Section 98-4.006 of the Subdivision Ordinance provides: "Exceptions to the widths set forth in Section 98-4.002 because of terrain conditions In hillside areas shall be considered on the basis of cross-sections avid other evidence submitted by the subdivider." Appellants are not aware of any evidence submitted by the subdivider to justify an exception to the road width requirements for Buttner Road. There was no compliance by this subdivider with the provisions of Section 92-6.002, authorizing the Planning Commission, under certain circumstances, to 'make exceptions to the requirements of the Subdivision Ordinance. Specifically, Section 92-6.002 requires the subdivider to "state fully the grounds for the application (for ,N exception) and the grounds relied upon. ." WZ2 Microfilmed with board order 12 July 1977 Board of Supervisors Contra Costa County P*ge Three ~ Section 92-6.002 further provides: "Before granting such exception the Planning Commission lust find (1) that there are unusual circumstances or conditions affecting the property; (2) that the exception is _necessary for the preservation and enjoyment of .a, substantial property right of the applicant; (3) granting the exception will not be saterislly detrimental to the public welfare or injurious to the other property in the territory in which the property is situated." None of these requirements for an exception were stet in this case. In particular, it will be very detrimental to the welfare of children living on Buttner Bead if it serves as a collector road. Appellants submit that the subdivider should be required to develop alternate means of traffic access to the subdivision before the project can be approved. Buttner Road should be left in its present condition, and traffic to/from the subdivision blocked from usinagg It. Widening Buttner Road is not economically feasible, nor ecologically desireable. To widen the entire road to 36 feet would destroy the faadaentai character of the neighborhood. Further, it would require substantial destruction of trees, especially a row of beautiful 14cmterey _Pines, which should be preserved. Appellants believe it is possible that the sub- divider. County planning officials, and Buttner Road residents could develop alternate access routes to the subdivision that would comply with law and be safe. Until such a plan is developed, the subdivision should not be approved. Oi�453 Aftrof9med-vrila boo;d order 12 July 1977 Board of Supervisors Contra Costa County Page Four Ia addition, Appellants submit that the subdivision Is undesireable as presently planned. The City of Pleasant Hill is opposed to it because it is inconsistent with several City pleas. The County Pianaiag C�ission granted a zoning variance from R-20 to R-12 for this subdivision. As the comments by the County planning staff .state: "The impact upon the surrounding area as well as the project site would be einisdzed substantially if a more rural-oriented development were planned. The fategrity and ecological value of the property would be such greater if lot sizes were larger than what Is presently proposed." For the foregoing reasons,_Appellants request subdivision #4919 be disapproved in its present form. Sincerely, Denis Clifford, Attorney for Larkin and Susan Breed bk-p 00454 Migailt-A wif" brOard O Mannhig Department Con!ra flwm+:aa t.mlilaw� Cog- � ►�,w,u,,_chti,naii C:ounfy Adminiafralion Building,North Wing Cog- a 11.0.Boll q51 t_"��"' J MCrra--YireChairwlw NaHinez.California 9+1553 M6we a.cwti0I Wninet IMry+yr I.WAsrws DirccM,M milanninp - �n O•�� ick Stndda,ra phone: .372-2091 wicmirnnml Wimlian.6',Nmddw • Anr►.w N,rwiq • A me July 21. 1977 Mr. Denis Clifford Clifford, Curry 4 Cherrin Attorneys at Lar 2319 Harrison Street Oakland, California 94612 Dear Mr. Clifford: This letter acknowledges receipt of your letter of appeal dated July 12, 1977 and the $60.00 filing fee for Subdivision 4919 which was heard by the Planning Commission on June 28, 1977. . Your appeal is being transmitted to the Board of Supervisors. The Board will notify you as soon as 'a hearing date is scheduled. Should you have questions relative to the above information, please feel free to contact us. Sincerely yours. Anthony A. Dehaesus Direc"16r of_plaqping ey E. gd ssistan i or Current lannivas HEB:dh cc: Sub. 4919 Security Owners Corporation Don Elton n 26 Interested Persons `ftJil Public Works. Land Dev. Building Inspection Dept. File 2065-RZ Larkin 8 Susan Breed BAivofiinij cd ti.l-tn board order BEFORE THE PLANNING COMMISSION OF THE COINTY OF CONTRA COSTA STATE OF CALIFORNIA In the Matter of the Application for Approval - of the Tentative Map of Subdivision Number 4919/ WHEREAS, a.request by Security Owners (Applicant i Owner) for approval of a tentative subdivision wap in an R-20 Zoning District (proposed R-12 Zoning District - 2065-RZ) was received by the Planning Department on August 10, 1976; and WHEREAS, with the application was a request for 9 variances for average lot width from the requirements of the R-12 Zoning District; and WHEREAS, after notice thereof having been lawfully given, a public hear- ing was held by the Planning Comission on June 28.1977, whereat all persons Interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and .WHEREAS. an Environmental Impact Report was prepared by the Planning staff, presented at said public meeting, considered by the Planning Commission during its deliberations and was found to have been complete in compliance with CEQA and State and local guidelines; and WHEREAS, the Final Environmental Impact Report for Subdivision 4919 identified the following adverse environmental effects of the project: (1) Traffic Im acts: The construction operations will slightly impact traffic on area-wide roads, and the full project development will result in an additional 420 vehicle trip ends per day. These trips will .impact neighboring roads, especially Buttner. The accident potential on Buttner will increase due to the approximate doubling of traffic on that road. (2) Biology: Several habitats, including grassland, orchard, and riparian, would be destroyed. Wildlife associated with these habitats would correspondingly be reduced or . forced to migrate elsewhere. A51 Miaofilrnad w►ii� ia:,a:d order Psion er 4919 Shifts in area-wide wildlife populations may occur as a result of urbanization and increased human intrusion into ge 2 the area, and construction activities will disturb plant and animal life through dust and noise generation. (3) Hydrol and water Quality: • Storn. ter runoff volume and—19a will increase following project development due to the added impervious surfaces. Groundwater recharge will be reduced on the project site, and natural flood plain areas lost. A portion of Grayson Creek will be converted to culvert, and the natural stream purification processes lost for that portion. alter quality will be affected in Grayson Creek (and Suisun Bay) both during construction, (sediment produc- tion) and during the life of the project (grease, oil and trace Metals). WWREAS, the Planning Commission found that three of the above effects would be significantly adverse. Following are findings for each of the signifi cant effects: (1) Traffic: The street layout has been revised since prepara Tion T the EIR. A. The revised map under consideration includes closing of the median inTaylor Boulevard and construction of" deceleration andacceleration lanes to ease traffic into and out of Dobbs Drive. B. Construction of the connection of Dobbs Drive to Dublin Drive is proposed which will improve circula- tion in the area. C. Pavement is to be widened on the Buttner Road frontage to 36' and a sidewalk constructed. D. Bluebell Lane now curves to the south property line to provide for. a future connection to Grayson Lane and Grayson Road. (2) Biology A. Staff recommendsthe preservation of the Monterey Pines on the hill, the Oaks, and maintenance of the creek along the north proerty cine in its natural state as a required part of the project with protective measures provided during construction and grading, 00457 i • J Aivision ,,*er'4919 ! B. Shifts in'wi ldl i fe are a consequence of-development and are considered a comparatively insignificant, unavoidable Page 3 -impact. (3) Hydrology and Nater Quality: A. A largely unavoidable consequence of development is increased volume and velocity of stormwater runoff due to added impervious surfaces. .B. Staff study for 31 lots shows the creek along the north boundary be retained in its natural state with grading designed to preserve the creek. Retention of approxi- mately half of the creek in its natural state is a partial mitigation measure. C. An additional mitigation factor introduced by this project will be introduction of sewers to the area. The sewer alignment-is to be reviewed to eliminate any unnecessary crossing or destruction of Grayson Creek. WHEREAS, the Planning Commission finds that the request to have 6 lots less than 100 feet in average width, Lots 6, 16, 22, 24, 26"nd 27 of Staff Study 01, is reasonable and is not the grant of a special privilege, that there are special circumstances applicable to the subject property because of the topography which warrant the granting of variances, and that the variances meet the intent and purpose of the land use district and the General Plan. NOW 'THEREFORE, BE IT RESOLVED, that the Planning Commission APPROVES the application and request for variance of Security Owners Corporation for approval of the tentative map of Subdivision 4919, subject to conditions as listed in Exhibit W, which is attached hereto and made a part thereof; and BE IT FURTHER RESOLVED, that the reasons for this approval are as follow- (1) The development of this subdivision is in conformance with the General Plan. (2) The proposed subdivision is consistent with the development in the area and proposed zoning of R-12. BE IT FURTHER RESOLVED, that the tentative map of Subdivision Number 4919 be CONDITIONALLY APPROVED subject to the hereinafter stated conditions, t Adivision Aumber 4919 only as to lot design and layout, street alignment and widths, and tentative Page 4 design of the subdivision. The foregoing conditional approval expressly does not include matters required to be approved in the Imiprovemknt Plans. The foregoing approval was wade in the motion of Commissioner Anderson, seconded by Commissioner Stoddard, and adopted at the Planning Commission meet- ing of June 28, 1977, by the following vote: AYES: Commissioners Anderson, Stoddard, Phillips, Compaglia, Nilano. NDES: Commissioners Young and Halton. ABSENT: Commissioners - None. MILLIAN L. NILM Chairman of the Flaming Commission County of Contra Costa, State of California ATTEST: Anthony A. Dehaesus Director of Planning pian verson Chief, Subdivision Administration. NLN:Isw W 069, INliorOurrr�a: ti�itn board order MINT "A" Conditions for Approval of Subdivision 4919 I. _This approval is based on Staff Study 11 dated June 21, 1.977 for 31 lots, with the following conditions. 2. Prior to further work on the project, submit a revised tentative wap and grading plan to the Director of Planning based on Staff Study 41 and the conditions.for approval. 3. The subdivision shall.be developed as one unit. Phasing of the develop- seat shall not be allowed. 4. Prior to further engineering work, a comprehensive geologic report prepared by a certified engineering geologist shall be submitted to the County Geologist in accordance with his requirements, to evaluate the existence of a possible fault trace through the site. If a fault is identified on the project site, the report should sake recommendations pertaining to regulations of land use and/or site grading and foundation design, if warranted. S. Care shall be taken to preserve the healthy Monterey Pine tames on the hill, the Oak trees, and the portion of the creek along the north boundary. Avoid compaction of soil and grading, around trees to be preserved. 6. Grading shall be redesigned along the boundaries to blend with adjacent properties. Split-level homes shall be utilized on Lots l mad 2 and along the south property line and grading along the creek shall be designed to preserve the natural vegetation with a gentle slope transition from,lot, Pad to creek, subject to staff review. 7. the average width variances are granted as required as they are due primarily to the irregular shape'of the site and the use of cul-de-sac streets. The lots are considered in compliance with the intent of the R-12 zoning in whiff they are to be located. All lots shall meet the 12,000 square foot area minimum of the zoning district, except those on b of bluebell Lane, which shall have a minimus of 15,000 square feet. B. The Fina! Map shall not tie recorded until the rezoning (2065-M) of the property from R-20 to R-12 becomes effective. 9. Comply with the fire protection requirements of'the Consolidated Fire Protection District. 10. Prior to recording the Final Map the developer shall submit plans for develop tent of the 50'-ride scenic easement on Taylor Boulevard. The plans shall be designed to enhance the' scenic mute designation of Taylor Boulevard, and shall utilize drought-resistant landscaping, sounds, and solid walls or fences as noise attenuation measures to protect the adjacent homes. 11. Improvement plans for the Dobbs Drive-Taylor Boulevard intersection, including the landscape feature above, shall be submitted to the Public Morns Department. 12. Sewage disposal serving this subdivision shall be-provided by the Central Centra Costa Sanitary District. Each individual living unit shall be served by a separate sewer connection. The sewers located within the boundaries of this subdivision shall become an integral part of the Central Contra Costa Sanitary District's sewerage collection system. Conditions for Approval of Subdivision 4919 Page 2 M. Mater supply shall be by the East Bay IWaiciPal Utility Dist»iet. -Each individual living unit shall be served by a separate water connection. Such water distribution system located within the boundaries of this subdivision shall become an integral part of the East Bay Municipal Utility District's overall water distribution system. 14. The subdivision shall conform to the provisions in Title W of the County Ordinance Cade. Any variance therefrom must be specifically applied for and shall mot be allowed unless listed on-the Planning Commission's condi- tional approval statement. 1S. In accordance with the provisions in Section 94-4.414 of the Ordinance Code, the owners of all-existing easements within arcs to be dedicated or deeded to Contra Costa County for road purposes shall consent to the dedication/ deeding of the right-of-way and shall subordinate their rights to the right of the public in the dedicated/deeded area. 16. All utility transmission, distribution, and service facilities shall be installed umiergronad. . 17. The minimus grade for curbs on all streets shall be lb. . IS. Traffic control signs, stop signs, centerline striping on and pavement markings at all stop signs will be required. These details shall be shown on the improvement plans. The subdivider's engineer 'will be advised.by Public Works Department of the various signs, striping and pavement markings required, when the improvement plans are submitted for review. 19. Street lights shall be installed on all- roads within or fronting the sub- division and the entire subdivision shall be annexed to County Service Arae L-42 for the maintenance and operation of the street lights. 20. Sidewalks shall be constructed on all roads within or fronting the subdivi- sion. 21. No mailboxes.will be permitted within sidewalk, path or trail area. The place- sent of mailboxes within the right-of-way shall conform to current standards of the Public Works Department. The subdivider is advised to contact the Postal Service and find a satisfactory arrangement for sail delivery. 22. The rightof vehicular access along Taylor Boulevard and Dobbs Drive shall be relinquished. The relinquishment shall include the rigbt-of-way returns of the affected intersections. Lot 1 may have access from Dobbs Drive. i 23. Storm drainage originating on the property and conveyed in a concentrated manner shall not be allowed to drain across the sidewalk. The drainage shall be conveyed to a storm drain or, if drained to the street, shall be discharged through the curb by means of the County standard sidewalk cross- drain, or 3-inch diameter pipes through the curb and under the sidewalk. 24. At least one 3-inch diameter,.non-ferrous drain shall be installed for each lot through the curbs and under the sidewalks to provide for future roof drain, etc., connections from the individual lots. Locations will be determined am the basis of grading and rwement plans. MuoFikned with bond order r Conditions for Approval of Subdivision 4919 Page 3 2S. Any section of the storm drainage system which conveys storm water. to which the public streets contribute flow, shall be installed is a dedicated drainage easement. 26. Although the storm drainage system is shown in some detail, comment on the system will not be made until the improvement plans are submitted for review. 27. Close median on Taylor Boulevard to prevent hazardous left-hand turns into and out of Dobbs Drive. 28. The subdivider shall do the necessary work to connect Dobbs Drive to Dublin Drive. Because of the existing vertical alignments of the two roads, reconstruction of the Dobbs Drive and Slater Avenue intersection will be required. 29. The typical half-section for Dobbs Drive shall be a 20-foot pavement in a 30-foot right-of-way limited to frontage on Dobbs Drive. 30. Buttner Road, Lotus May, and Bluebell Lane pavement and right-of-way widths shall conform to the County Ordinance Code requirements for collector streets with 36' of pavement in a 56' right-of-way. 31. Orchid Court pavement and right-of-way width shell conform to the County Ordinance Code requirements for minor streets with 32' of paving In a S2' right-of-way. 32. The subdivider shall replace any existing pavement within 20 feet of the curb that does not meet County standards for structurarl section. 33. The subdivider shall construct all the necessary pavement widening along the east side of Buttner Road to provide 36 feet of pavement width along the subdivision frontage and the necessary pavement transitions at the subdivision4s northwest and southwest corners. 34. During construction, grading or excavation, if any items of potential historical or scientific interest are discovered, the County Planning Department shall be notified and the Director of.Planning shall have the authority to issue an order appealable to the Planing Commission, to stop work in the area of any find pending verification of the discovery and the development of methods for the protection and treatment of areas of significant interest. 3S. Street names shall be subject to review and approval of the Director of Planning. DP:dh 4/22/77 Rev. 6122177 6/28/77 7/15/77 W4roUrn-A with booid aides ENVIRONMENTAL IMPACT REPORT was microfilmed with rezoning application (2065-RZ) of Security Owners to rezone land in the Pleasant Hill area JULY 26, 1977 minutes Aftwq 4 I r r i` .���\ ��•' .114 ���� ' INJ • MY lk st t _ l. I �l f ��• �•• ��- GSA•-r W 4'� 41 MillMIR lr !� �� �: � ; �• ,�, \ `��" itis 141 Im SCA.• ii I� i+• 7♦. ,/ -,: ,t " •� x I '3 1 :' '�' � �� it .; SAO$' '•`ccs"Ce..f'. ���.p ' _�� � li � i"' � �f; v i y f R i Ro OJTTJC~ d' % A , b 91"i ' - --- ---- to -- -C� Ss = a iits =s i 1: F� 1/� y �� pig 66 $ x 1 1 ��• C 6 � Y q � � , 1 1Y jr---- T m-um-1 ol t �9e�o f :z^• ,`n 4 •. �I �� � 1,•v Ij --tt •�_, � '/r - �aF a• IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Appeal of ) DiGior io Develo o ) from action o the ,PiIE Amest Z , 19 Commission on Application tion ) - or Minor Subdivision 110-A5 ) Danville area. ) NOTICE OF HEARING ON APPEAL Coleman & Isakson, Inc. and B. ParmentPr. C=Arn WHEREAS on the 28th day of June , 19 77.. the Planning Commission conditionally-approved Application for M.S. 110-74 of Coleman & Isaksan. Inc. =A a ne center for division of 1.981 acres into three parcels, with a variance on the minimum average lot width of Parcel C of 58 feet ; and WHEREAS Within the time allowed by law, DLGioraio Development Corp. filed`nith this Board an appeal from said action NOW, THEREFORE, IT IS ORDERED that a hearing be held on said, appeal before this Board in its Chambers. Room 107, Adwinis- tration Building, Martinez, California, on Tuesday the 23rd of August , 19 77 , at 11:05 a-m-, and the Clerk is directed to give notice to all interested parties. PASSED by the Board-on _ `•:� 10. 7 I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid.. cc: DiGeorgio Development Corp.* Witness BY hand and the Seal Coleman•& Isakson. Inc. of the Board of Supervisors affixed Director of Planning this 2,L , day of A„g,er , List of Names Provided 1977 by Planning J. R. OLSSON, CLERK a Amdahl puty Clerk �S RECEIVED CONTRA COSTA OOLN"Y J J I -17 1977 PLANMIING DEPARTr T L P. GM aOAPD OP SUPERVISM TO: Board of Supervisors DATE: July 27, 1977 FROM: Anthony A. Dehaesu& MMLIECT: APPEAL - Minor Subdivision 110-75 Director of Planni (Danville Area) - Isakson A Assoc./ Parmenter APPLICANT: Coleman s Isakson, Inc., 1353 Pine Street, Walnut Creek OWNER: Bob Parmenter, 893 Richard Lane, Danville APPELLANT: DiGiorgio Development Corp., One Maritime Plaza, Sae Francisco PUBLIC HEARINGS: 11/ 5/75: Board of AdJustwent (Anderson, Young, Stoddard) Rescheduled to 1/21/76. . 1/21/76: Board of Adfustma t (Milano, Compaglia, Stoddard) Rescheduled to 2/18/76. 2/18/76: Board of Adjustment (Jeha, Milano, Compaglia) Continued to 3/3/76; Field Trip, 3/19/76. 3/30/77: Board of Adjustment (Jeha, Compaglia - Milano, abstain) Approved for 2 lots, with conditions.' 4/ 6/77: Appealed to Board of Appeals. S/11/77: Planning Commission (Board of Appeals) Grant Appeal, with revised conditions. 5/2S/77: Planning Commission - Reconsideration granted. 6/28/77: Planning Co mission - Approved with staff conditions. DECISION: Approved with staff conditions. APPEAL FILED: July 11, 1977. (See attached letter of appeal) - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Thre fallowing people should be notified of your Board's hearing date and time: DiGiorgio Development Corporation Isakson hi Associates One Maritime Plaza 1353 Pine Street San Francisco, Ca. 94111 Walnut Creek, Co. Bob Parmenter Bill Cardinale 893 Richard Lane 9806 Davona Drive (*467 Danville, Ca. 94523 San Raman, Ca. 94583 (See attached sheet for additional names and addresses.) - AAD:dh Attachments: Letter of Appeal, Planning Dept. Acimmiedgment,- Resolution of Approval, Minutes, Staff Reports, EIR, Map. cc: File M.S. 110-75 y b:Otd prvw Board of Supervisors -2- -July 26, 1977 San Ramon valley Chamber of Commerce 542 San Ramon Boulevard Danville, Ca.. 94526 San Ramon Valley Planning Committee Cynthia Savell Secwetary P. 0. Bac 902 Danville, Ca. - 94526 Valley Action force P. 0. Box 993 Danville, Ca. 94526 Twin Creeks Homeowners Association Larry Rothacher, President P. 0. Box 91 San Racoon, Ca. 94583 Harvey E. Bragdon 4 Barrie Way Mill Valley, Ca. 94941 00468 Mic►cfiirned with board order DiGiorgio Development Corporation ' .k 11 ?. N' July 6, 1977 'i'.►.'. . . .�t:r Board of.Supervisors Contra Costa County Uartinez, California Bs: Minor Subdivision No. 110-75 Danville, California Bonorable Supervisors: We wish to appeal the approval which has been granted for development of the subject subdivision. One of the conditions of approval is that an access road be constructed through adjacent property which is part of Sycamore. a plasne8 community. The access easement would adversely affect the planned use of a portion of that Sycamore property which we own. Ve were not aware of the proposed subdivision development or of the conditional easement.sntil after the approval had bass granted. Oe would be grateful for the opportunity to appeal the decision of the Planning Department. T s veq trap, ._•--- M. alessen Dice president J!B/vbs 00 Mkrofikvwd with board order. ONE WARM E PLAZA SAN FRANCISCO.CAUFORNIA 94/11 TELEPHONE 41S)362-a9T2 rfawrrirrl ergwrwisainw Merlrlera Plarming Department Cor i!ra ff Aigw L.NAAR* IitttiMng ..Cfaairn.rn (:Ourrly Admirnif-Ondion Building.Norlh Wing Costa E.Awrbirmn I'O.(;1/t 9-5 I t^ 1Unrarp- ompsOirmin t�artira,�r,C� �� tilo►nia 94559 R.CM�yis MArliner ar>M4j� Raky A.Dehaesus Direelor of Planning Car -v" D. Jack SNddard 'hone: 372-2091 Aiduno d awi.e.v.11wllnr. Pleasant HW Alamo July 21, 1977 ti Mr. John M. Blessen Vice President DiGiorgio Development Corp. One Maritime Plaza San Francisco, California 94111 Dear Mr. Blessen: This letter acknowledges receipt of your letter of appeal, dated July 6, 1977 and the $60.00 filing fee for Minor Subdivision 110-75 Which was heard by the Board of Appeals on Tuesday, June 28, 1977. Your appeal is being transmitted to the Board of Supervisors. The Bca:-d will notify you as soon as a hearing date is scheduled. Should you have questions relative to the above information, please feel free to contact us. Sincerely yours, Anthony A. Dehaesus DiT or Planning f e ssis t rector Cur Punning HEB:dh cc: M.S. 110-75 Coleman & Isakson, Inc. Bob Parfnenter 0-3470Bill Cardinale San Ramon Valley Chamber of Commerce San Ramon Valley' Planning Committee Valley Action Forum Twin Creeks Homeowners Assn. Mkwfiilned with boord order Public {forks, Land Dev. Building Inspection Dept. BEFORE THE PLANNING COr*lISSION OF THE COUNTY OF CONTRA COSTA STATE OF CALIFORNIA In the Natter of an Appeal on Minor Subdivision 110-75 Bob Parmenter (Owner) ` WHEREAS, on August 21, 1975, Bob Parmenter (Owner) filed an application (N.S. 110-75) to divide 1.981 acres into 3 parcels, with a variance on the minimum average lot width of Parcel C of 58 feet (100 feet required); and WHEREAS, the subject property -is located on the south side of Sycamore Valley Road, approximately 300' southwest of Camino Tassajara, in the Dar ilie area; and WHEREAS, at a public hearing held on November 5, 1975, after giving notice as required, whereat all persons interested therein night appear and be heard, the application was rescheduled to January 21, 1976, and-`subsequently on January 21, 1976 rescheduled to February 18, 1976, at which time the Board of Adjustment continued the application until March 3, 1976 and Field Trip-of March 19, 1976; and WHEREAS, the Board of Adjustment, on March 30, 1976 APPROVED Minor Subdivision 110-75 for two tots only, with conditions; and WHEREAS, on April 6, 1976 Bob Parmenter appealed Conditions Number 8 and 9 of the Conditions of Approval by the Board of Adjustment; and WHEREAS, a public hearing was held by the Board of Appeals on May 11, 1976, whereat all persons interested therein might appear and be heard; and WHEREAS, the Board of Appeals having fully considered and evaluated testimony and evidence submitted in this matter; and WHEREAS, the Board of Appeals GRANTED the appeal with revised condi- tions; and WHEREAS, on the request of Mr. Parmenter, the Planning Commission on May 25, 1976, granted the reconsideration of the appeal hearing for Minor AAictofji will, boom or Subdivision 110-75; and der 0071 .age- 2 WHEREAS, the Board of Appeals having fully considered and evaluated all the testimony and evidence submitted in this matter; and NOW THEREFORE, BE IT RESOLVED that the Board of Appeals APPROVES the application of Bob Parmenter for 3 parcels as shown on the staff study and subject to conditions of approval as listed in Exhibit "A", which is attached hereto and made a part thereof; and BE IT FURTHER RESOLVED that the reasons for this approval are as follows: (1) The proposed Minor Subdivision is in substantial conformance with the R-15 Zoning District. (2) The development is in conformance with the General Plan. The foregoing approval was made in the motion. of Commissioner Anderson, seconded by CoaNssioner Young, and adopted at the Planning Commission meeting, of .lune 28. 1977, by the following vote: AYES: Commissioners Anderson, Young, Phillips. Stoddard, CoN4"lia, Yalton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - None. acrou'rned with board order ON72 EXHIBIT "A" CONDITiONS OF APPROVAL - Mirror Subdivision 110-75 1. This request is approved for three(3)parcels per the revised tentative map dated January 31, 1977. 2. File parcel map on entire parcel prior to sale or development of any parcel. The parcel map must be filed with the County Public Works Department and recorded within one year from the date of the approval of this minor subdivision or this permit to subdivide will expire. Upon approval of the Director of Planning,a one-year extension may be granted to record the Parcel Map. 3. All new utility distribution services shall be installed underground. 4. A portion of the development lies within a flood prone area.' Lot pads shall be constructed to an elevation above the Q100 water surface. S. The qualified applicant shall submit improvements plans for the access road to the Public Works Department, Land Development Division. The construction of the access road may require retaining walls. Filling in the creek bank shall not be permitted. 6. A 25 foot wide access opening to Sycamore Valley Road will be granted at the west line of the drainage easement. To clarify the record, the applicant shall relinquish abutter's right of vehicular access to the remainder of the Sycamore Valley Road frontage. The deed for the relinquishment, which must be executed by the owner before the Final Map is filed, will be prepared by the Public Works Department, Land Development Division. 7. An offer of dedication for a storm drainage easement shall be made to Contra Costa County covering that portion of the property lying below an elevation three feet above the top of the north creek bank. This will include all or nearly all of Parcel A. E. Pave the 25 foot access easement across the adjacent drainage easement arca from the curb line on Sycamore Valley Road to the west property line of this Subdivision. This will necessitate constructing a driveway entrance in the existing curb. Paving shall consist of 6 inches of base rock and IY&inches of asphaltic concrete and conform to all County private road standards. The.applicant is referred to Section 922-4.604 of the Ordinance Code and to the County Building Inspection Department for procedures to be followed in connection with the required improvements which have to be fulfilled prior to recording the Parcel Map. Section 922-4.604 provides in part that required improvements can be either constructed or secured by adequate cash deposit or corporate surety bond. On grades over 25% the road shall be paved with a suitable.section of concrete and base material. 004'73 Microfi!rt�d r.�i:I� beard �.►det Conditions of Approval - M.S. 110-75 Page 2 PARK DEDICATION FEE Park Dedication fee, as shown below, must be paid prior to the filing of the Parcel Map. Under the provision of County Ordinance 971414 (Park land Dedication), dedication of land or payment of a fee for park and recreation purposes is required as a condition of subdividing property_ Therefore, when the Parcel Map is filed with the County Department of Public Works for checking and recordation, the applicant shall pay the following fee for park and recreation purposes to the Department of Public Works: (P.D. it ) Parcel A $115.00 Parcel B $115.00 Parcel C $113.00 The amount of land to be dedicated is determined by multiplying the number of dwelling units to be included in the development by 500 square feet. The fee is required in lieu of land dedication. This fee is based on the current fair market value of land as determined by the Planning Department. The following formula is used to arrive at the fee required for each parcel: Current Fair Market Value = Value per sq.ft. X 300 sq.ft. =FEE of Parcel 1sq. t. ADDITIONAL COMMENTS ON THE DEVELOPMENT OF THE PROPERTY In addition to the above .requirements for dividing your property, various County agencies have submitted the following comments which you should be aware of before you apply for a building permit to embark on other improvements to your property: A. A grading permit will be required for earthwork necessary to develop all parcels in this minor subdivision. IL The Contra Costa County Flood Control and Water Conservation District wishes m review the site plans showing the existing and proposed grading and drainage prior to the issuance of any building permits. C. Prior.to the issuance of a building or grading permit,submit four copies of plans showing the existing contours, the extent of the proposed grading, drainage improvements and general site development, to the bidding Inspection Department. D. All street names submitted shall be cleared by the Fire Prevention Bureau and the County Planning Department. Microfiimod with board order *974 v0 714 A �Q p� 3/3 ou+ �� 1 i r .rAOL- f r r► 1 ,G , .7 p . ,cl- „ r.�t,Q.�!'.��.e•,� -1t,Gsr-+t.�. - fir+ ',.��'i! 4 MkrOf” with board 00471 /'� a w� baM�c �y+e 00479 p! miao?' 3.�,. m..3 .a. CWTRA COSTA COUNTY PLANNING DEPMjmENT NOTICE OF Completion of Environmental Impact Report - Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. box 951 Martinez, California 94553 Phone (41S) - 372-2024 - Phone EIR Contact Person Bruce Borman Contact Person PROJECT DESCRIPTION: COLEMAN 8 ISA .SON INC. (Applicant) - BOB PARNWER (Omar), County File _ 1W.f. 110-75-: The applicant requests approval of s minor subdivision to divide 1.981 acres into three parcels with a variance an the minimum average lot width of Parcel C of 58' (100' required). Suject land is described as follows: A descriptive parcel fronting 1561; on the south side of Sycamore Valley Road,'approx. 3001 southwest of Camino Tassajara, in the Danville . area. (proposed R-IS) (CT 3451) (Parcel +1207-040-0S) The project will not have a significant effect on the environment because: Although the 100 year flood plain for Sycamore Creek coven nearly all of parcel A, and the County storm drainage easement prohibits any construction on the flood plain, no further significant constraints can be found. The topography is not restrictive, and the impact on circulation, air quality and noise would be minimal. The storm drainage easement will insure that the effects on vegetation, wildlife, hydrology and water quality would be minimal. It is determined from initial study by Bruce Borman of the IPlanning Department that this project does not have a•significant effect on the enviroareat. Justification for negative declaration is attached. I Il The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North king, Administration Bldg. Pine F Escobar Streens Martinez. California �? Date ed IT61 Final date for review/appeal `�""• lo 1515 ���5 By 00" lannang Depart"It epresentative Microfilmed with board order 77 � lay Jan s i �xt CONTRA COSTA COUNTY YCL ? Ar , Ale- aAowo , ' L [gitiT:l+�+ L1rii�1 Ertl OtCW e,, 4" 137 ' //O -7J� . ale Pte. - 00442 osder . N«rwu�+amu VrNI� WL�IY.O!Ot CL+KTRA COSTA COUNTY PLANNING DEPAR'ImENT NOTICE OF ti �campletion 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)MXVJK 372-2024 Phone EIR Contact Person Bruce Bowman Contact Person PROJECT DESCRIPTION: COLEINN 6 ISAKSON, INC. (Applicant) - 808 PARNENTER (Amer), County File M.S. 110-75: The applicant requests approval minor subdivision to divide 1.981 acres into three parcels with a variance on the minimum average lot width of Parcel C of S8' (100' required). Suject land is described as follows: A descriptive parcel fronting 1S6•-' on the south side of Sycamore Valley Road, approx. 300' southwest of Camino Tassajara, in the Danville area. (proposed R-15) (CT 34S1) (Parcel 0207-040-OS) The project will not have a significant effect on the environment because: Although the 100 year flood plain for Sycamore Creek covers nearly all of parcel A, and the County storm drainage easement prohibits any construction on the flood plain, no further significant constraints can be found. The topography is not restrictive, and the impact on circulation, air quality and noise would be minimal. The storm drainage easement will insure that the effects on vegetation, wildlife, hydrology and water quality would be minimal It is determined from initial study by Bruce Bowman of the XXPlanning Department that this project does not ve a significant effect on the environment. L.�Justification for negative declaration is attached. The Environmental Impact Report is available for. review at rhe below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine 8 Escobar Streets n/ Martinez, California Date ted v Final date for review/appeal Oa to 1 015 By 2�' anning epart e t Representative 0044" jilitto:iim20 with boa d ordof :rte i i..:,�.�'!;. cad y i / 7 f m O .,.._ Y CY my : 49 .-. ..... .. ....... ............. .... x a1:-.. -/ ' �• i r k nr W L! t , Al_ I Lj Jil - I� 4 f- Ir I"`� Tli �,il'Id I� I'�I tGl t 11!I Ir I,,il� 'I' I i �• � � I j iil _. .. WW1[-.._—AIVIIITIFF . AM 21 1 AP $ a IN Z.) Z Z k ! 3n17 ' Z ` .� w It r `1 *,a flood of of Cold% Cosa Coady, Saab of Cad =WO August 2 77 In do Wmr sf SB 346 Peripheral Canal Bill Mr. Cressy Nakagawa, special attorney to the Hoard on . water matters, having appeared and recommended that the Board urge its legislative representatives to wort towards converting into a taro-year bill SB 346 (peripheral caul bill) so that consideration thereof can be carried over until the mast session of the legislature to provide the time for formulation of necessary protective amendments and .to improve the provisions of the bill; IT IS BY THE HDARD OIDERED that_the44 Mr. Nakagawa is APPFAWED and the Chairman is 0.W ised to send a letter to this county's legislative repreesmtatives requesting such action. PASSED by the Board on August 2. 19M 1 bmoby OW**M tam israsebe b•ban=a ewer wA of•mar newel ss to m ww 4/f MW Rein of irtiwriws r Nin 4�sfwmslL cc: County Counsel Wbows my W=W Nr isd of do Bard d Public Works Director County Administrator iN"2!d_4W of August ,W77 R. CLS, Clink - —Patricia A. Beal H-24 3/76 1S= 0048 In dw Board of Sfwvbm Of COMM Coda CMW, Sk*0 Of COWWW0 August 2 _M 77 b def AUNW of Request for reconsideration of approval of tentative map of Subdivision 5025 The Hoard having received a July 26, 1977 letter frow _ Mr. J. E. Reed, Attorney at Law, on behalf of neighbors (including Suzanne Roberts and Mickey Littell) in the vicinity of Subdivision 5025, Lafayette area, requesting that the Hoard reconsider its July 12, 1977 decision approving,subject to conditions, the tentative map of said subdivision; IT IS HY THE BOARD ORDERED that the aforesaid request is referred to County Counsel for advice. PASSED by the Board an August 2, 1977. 1 iwsby a w0y dm* dr fw*Sdm@ b o bw and aoaod mW of ea sir mWW mid* wiw ks of said Nord of crrisrs m deo deft sdsrwai L Wbom my hmd swd dw U d of ds awrd of cc: Xr. J. E. Reed yw s County Counsel sid"1!!&any of August _ 1927 Director of Planning Public Works Director Director of Building Inspectio 1 ft CLUCK azo Q ogwv Clwk ratrIcla A. Beil H-24 3/76 15m 00485 ATTOWN&V AT LAW a+aa GOLOM OAT[WAY 3W1 MCOMOW AV9WU9 &AFAYC"9,C.%LW0 1A"a-se MLAMor G4IOR�14�fees pis) ra-osso t«a ss+-�s� July 26, 1977 RECEIVED Contra Costa Board of Supervisors JUL.21,/1977 651 Pine Street J• QUWH Martinez, California 94553 caste Re: Subdivision 5025 Board's Reversal of Planning Commission's Denial of Subdivision with 21 variances Applicant- Claude G. May Dear Board Members: I have been retained by several of the neighbors in the vicinity of the proposed subdivision, including Suzanne Roberts and Mickey Littell for the purpose of encouraging the Board of Supervisors to reconsider their decision to grant such subdivision and to set Court action if necessary. The neighbors are opposed to the granting of lot sizes which are approximately one-half the size which is required by the present zoning district. After studying the County Ordinances, I have come to the conclusion that the Board's action in granting the 21 variances necessary for such subdivision was without authority and in conflict with the local law. Chapter 82-6 of the County Ordinances states, "A modification or variance in the requirement of lot area, side yard, heights or setback necessary to the consideration of a tentative map of a subdivision*shall be considered and granted or denied as an exception under Title 9:" Chapter 92-6 of the County Ordinances mandates "Before granting any such exception, the planning commision must find; (1) That there are unusual circumstances affecting the property; (2) That the exception is necessary for the preservation and enjoyment of a substantial property right of the applicant; (3) That the granting of the exception will not be materially detrimental to the public welfare or injurious to other property in the territory in which the property is situated. The above standard has not been met. The applicant apparently was not required to show that there were unusual circumstances affecting W L�irca• c �� -c�- iAicra� Wft bona ani- .. f _._... - Contra Costa Board of Supervisors July 26, 1977 Page Two the property and in fact it is believed that if required to, he could not have shown such unusual circumstances. More importantly, the second criterion, that the exception must be necessary for the preservation and enjoyment of a property right, obviously cannot be met since the applicant had already obtained •approval for a three-lot subdivision and had planned to sell his buildings presently under construction as duplexes if this subsequent plan was not approved. Thus, while the applicant may find that selling his buildings as duets rather than duplexes might be more profitable for him, it definitely is not necessary for a satisfactory use of such property. On behalf of my clients, I respectfully request that the Hoard reconsider its decision to reverse the position of the Planning Commission and to act in accordance with the laws of this County. Very truly yours, : JAMES E. REED JER:jt 004c"CID In 1h. Board of &fporAm n Of - GorAm Coda Cowdy, Skft of Catiolrf�io August 2 77 .N_ Ills dw M000r of - AGREEMENT BETWEEN CALIFORNIA STATE ECONOMIC OPPORTUNITY OFFICE AND CONTRA COSTA COUNTY TO PROVIDE SPECIAL ENERGIE CRISIS INTERVENTION PROGRAM OUTREACH AND ELIGIBILITY CERTIFICATION SERVICES IN THE COUNTY OF CONTRA COSTA The Board of Supervisors hereby AUTHORIZES the execution of an agreement between the State Economic Opportunity Office and Contra Costa County under which the Contra Costa County Office of Economic Opportunity will provide Special Energy Crisis Intervention Program Outreach and Eligibility Certification Services in the County.of Contra Costa. The Program is to provide ce rti f i cat i ons to an amount not to exceed $57.428.00. It is by the Board ORDERED that its CHAIRNMI is AUTHORIZED to execute and sign the necessary contractual agreement. APPROVED BY THE BOARD August 2. 1977 1 heroyr =r*dwt the 6anpe1 Is a tree and erneee eW of ow wrier w heed on the wiertes of sold I- of Sspsrvisms a dr dole ofororoid. Orig. Dept.: OED Memo,or head wd the Seel of do Heoed of cc: County Administrator Supsrrtrere Auditor-Controller alined 6k2nd dry of August 77 State OEO J. III. OL>MOK Clark M�f1 Ae pvWy irk jamme 16. jonamm W4 H-24 3/76 ism JW.AGREEMENT iiierii RwiNiwaL g n*A40Mr e/.GAu/owNu p "WT.ov aaft w.R: EMrTOKLiA . MM AGREEWNT.asde and eatend quo this 18t dry d August . 1!77 in so State of Califomis.by and State of CaGfsatia.thano its d*ekebd of appok1d► Q laalified aad acting (� To TLa or o//IC[R ACTINO/M STATE AGgWv Employment DevelopmentDepartment Nuwsw - Director`-CSEoo al. State Economic rtunity Office 7700 bnuftereaw CSEO0, and s hoift Oppottunfty •rarfawptw riw Cwwcraa t!!MESSM:Ust&*C,aatwctor for and in eansidweisa of the cayesaabs,cow"em.aMaassls.and sApdedoas of lie CSEC bomissfber enptessed,does bemby a=rse to famish to CSSOO services aad imuniels.as foilsws: REr firs sw,viar b M Rld�r brl Calseacdr.�Iwvt b i.pW G/whaCYar liw�f.r�ar L�1/Yi�I.asl Idddw�siws od liwr+flaslisws.il,awl'.f 1. This contract is entered into by and between the California State Economic Opportunity Office, hereinafter referred to as CUM, and the Contractor,. , acting as the Local Administering Agency (LAA) , to provide Special Energy Crisis Intervention Program outreach and eligibility certification services in the counties of Contra Costa 2. The teras of this agreement shall be from August 1, 1977 to December 31, 1977. 3. The Contractor is authorized to certify eligible individuals to CSE00-for' . relief tinder the Special Energy Crisis Intervention Program in s total Mount not to exceed $ 57,428 4. both parties to this contract agree to provisions in Attachments ll and 2, both incorporated by reference and made a part herein. (Continued on page 3) Mm pamsions on page 2 bedeof oowstitAft a p"of riis aaleaae,it. W Rl'1'KE W WHER60F.tlds&gnom tt bas been esearted by the parties berets. Iia date figu ab"e,erittas: STATE OF CALIFORNIA OR Aenwd:r Employment Development partshen eoN weaoR x.• w TAA>r Ar saw" YAL.ATNF Mono"w AAIw10AA Wen Cal. State Economic rtunit Office Coun -er IAUTNONIZED SIGNATYR[1 I aw it TlvlteCtflr--CSE00 L ChaLz= Board of i le" Irl Aoowass 'CONTINUED ON ANEETs.EACH EANIN NAM s NIRA T wI P.O. Banc_ 911, Hartines, Californias G*wdw ntof Gwwerwt Setwoces %WDUNT ENCUNOEwEO A•/RO/w1ATION YN[NCYMOMEO GAL MINCE ITE.. CNAw'T[R fTATYTa! —TAL rcAif Aw1..RCKAfn1i f.CYNwwf.Ct w1yB$CTION Awl•Ktwwu..G bCYYfAMCf LINE ITEM ALLOTMENT T.D.A.No. U.N.N0.. 1 6--by Gd,ifY•Dan Is!'awN oerseR.)iwoNlsdsa cord tirfaebd ewwiilbis for die parbod uw/Ow1p'ue of dw-exp wolo we stwW - .. OIGNATURE Of ACCOUNTING 0/IICEN GATE. I 6=Ww exay dirt all cm&1isws for assnRion so fw*is uft Awive Uned!Swban ttsa how boon comoo w/Arid and tiis rlrawwr is dmep one uyMw b M Dep wrwo of RMUM s. aawATuwe os o//Ieew w1aNIN0 Or"646169F*Or TN[^""V aarr _ L 71re Contractor agrees to indemnify,defend and save harmless tie State,its oioers.agents and emplo}ees from any and all claims and bm-s.Kxvu mg or nsul ft Im amy and all contrActors. wrloontractor% materiaimen, iaborm and am other person. fam at corporation furnishing or srpph*g v►-ork,services,materials or supplies m conncction w ab the pe r6ormarme of dw cootract. and Isom any and all elahms and bests accruing or resulting to awy person. Arm or corponrtion wrbo may he injured or damaged be the C.ontrachw in the perfiwommam of dos eomtnrct. I JU C=bador, and the agents and MgA*lees of ComtrWW. in dbe performamoe d Ibis agreement,shall act in an imtkperAnt capacity and not as aicers or ewipim-es ar agents of Stale of California. S 7be State way tenmimate this agreement and be relieved of the M-momt of any com idemodom - — - —a Contractor dm mld Contractor fail to.perfairmr the eovs+amer herein contained at the-lime and __ - --• in the snwrwer heim provide& l4 the event of such I imaOom the State may prmceed writb the rank in any warner dewed propel by the State.The cost in the State AA be dcdoctedr from my saw doe dw Contractor under Ibis agreement, and the idomo- if:ny. shop be pad dee Contractor wpm demand. l Witbomt dw weitlem eomsent of the State, this agretis wot is mat amipmble kConteactor ` saltier in whole er in part i Zine b dte ememoe of tbec agreermemt _ OL No alteration or variation of dw tames of dds I siva#be valid mnim wade in-wAWg ted signed by the parties hereto,and no oral understandingm agreement not momporated bw o, dmA be binding am my of the patties' 1.Vo oomsidewtiom to be paid Contractor,as provided herein.stall be in eompmsdimm for A of Comtr+ctor's eap nws incurred in the pesfonnamm bered.including travel and per&em. -- ass edw Wine ergreessly so provided. -z W491 S. Contractor agrees to the provisions in Attachment C, OEO Form 11, Assurance of Compliance with Civil Rights Act, incorporated.by reference and made a part herein. 6. This agreement may be terminated by either party effective 10 days after written notice. 7. Contractor shall maintain records sufficient to support all certifications for payments and, upon request of CSZOO, shall sate such records available to CSEOO or its designee and/or the Federal Government. Contractor shall maintain such records and reports for three (3) years from the termination of this agreement. -3- Attachment A 1. CSEOO DUTIES C WO, being the State agency responsible for implementation and coordination of the Special Energy Crisis Intervention Program (SBCIP), established under 42 USCA g 2W9(a)(12), hereby agrees: (A) to provide all forms necessary for performance by the Contractor of its duties under this agreement; (B) to provide training and technical assistance to Contractor's personnel assigned to perform the var- ions duties of the Contractor under this agreement; (C) to disburse SECIP funds directly to utilities desig- sated by the Contractor as being eligible to receive disbursements under the SEW; .(D) to review Contractor's implementation of its duties under this agreement during the tern of the program's Operation; (s) to conduct an 'evaluation of Contractor's performance at the conclusion of this program. 2. CONTRACTOR'S D'U'TIES Oontractor hereby agrees: (A) to perform outreach activities designed to inion: and encourage persons (hereafter applicants) who may be eligible for participation in SECIP to submit their applications for certification of eligibility; (2) to perform certification of eligibility activities necessary to qualify applicants under SECIP in accord with the Program Design attached hereto as Attachment B; (C) to perform verification of an applicant's energy/fuel bill's status by direct contact with the company supply- In the energy/fuel service; 00493 Attachment A (D) , to perform coordination between the various agencies and persons involved in the implementation of this program, namely between the certified applicant, his/ her energy/fuel account, and CSBDO as disbursing agent. 3. SPECIAL CONDITIONS Contractor understands and agrees: (A) to conduct its implementation of this program in accord with the Program Design attached hereto as Exhibit B; (B) to limit all Payment Authorizations for credit of an applicant's energy/fuel account to a awdmtim of $250.00; (C) to verify with the applicant that energy/fuel service Us been restored and with the energy/fuel supplier that the applicant's account has received f4U credit for the disbursement; (D) to incur no obligation (defined as certification to MEW that an applicant is eligible for payment) under this program after August 31, 1977. Certification/ Payment Authorization fours postasrhed later than August 31, 1999 will be returned to the Contractor; (2) to accept full responsibility and liability for the accuracy of all certification and verification documents, understanding that fraudulent or duplicate certifications sball become the obligation of Contractor; (h) to submit original Certification and Payment Authorizations to CSDDO on a weekly basis; (G) to limit eligibility of applicants to those persons whose household income does not exceed the CSA Poverty Guidelines stated below: 00494 - Attachment 1 Family Size Non Farm Family Farm Family 188 2 139713 4,200 3 6,113 %213 4 79313 69225 6 9; 713 8 255 . 0 For family units with more than 6 members, add $120 for each additional member in a non-farm family, and $1013 for each additional member in a farm family. (H) to verify accuracy of information submitted, by a sample of at least 10% of an applicants income eligibility de- clarations, utilizing Information Access authorizations executed by each applicant; (I) to comply with all reporting, reviewing, evaluation, audit, and investigating requirements contained in the Program Design attached as Exhibit B; (J). to provide all necessary staff support for implementa- tion of this program without compensation therefor from CMM; (S) to accept full responsibility for the actions of atq person or agency to whom Contractor's duties herein my be delegated. 0049 Attachment H P8OGR ![ DESIGN I. DISHtJESEMENT NWHANISM AND SAFEGUARDS A. those households which, because of large unpaid energy/fuel bills have had their utilities shut-off, are threatened with shut-off, or are threatened with inability to obtain delivery of heating fuel. 1. the LAAs will perform the outreach and certification fUnctions. Upon deteTm1nation of applicant eligibility per Community Services Administration and CSE0O require- ments, the LAA will verity the status of the ener®/ toel (natural gas, electricity, LNG, wood, etc.) account of the applicant with the supplier. the LLL will then. (a) complete the certification form, enteriVA the amount to be applied to the applicant's account (which cannot awe" =25O),(b) complete a pa7ment authorization which identifies the eligible applicant and sets forth the amount (limited to $25O maximum) to be credited to the applicant's account, (c) give a copy of the parsent anthorizattion to the certified applicant, (d) give a cc" of the payment authorization to the energy/fuel company, (e) forward the oris i nals of the certification toren$ payment authorization, and other required forms -to C880O, and (f) file copies of the certification and the voucher, one by address and the other by account member (to assist in preventing duplicate payments). 00493 Lttacbaent B 2. Upon receipt of the various forms, CSEW will review each document for completeness and eligibility. Incomplete forms will be returned to the LAA, and those forms indicating ineligibility will be resolved by the CSBW Special Energy Crisis Intervention Program- (9=II') dam Manager. 3, he approved voucher will be forwarded to the CSBW accounting unit where (a) the LAA account balance will be checked to prevent overezpending the funds allocated and (b) the necessary documentation is prepared for . wbmission into the State disbursement system. The controller will issue a warrant and mail it to the proper energy/fuel. company. ` 4. Subsequent to the disbursement, the LAA will verify with the applicant that the energy/fuel service has been restored and/or that the applicant's account with the energy/fuel company has received full credit for the disbursement made. B. 'hose households which can provide proof of dire financial ancial meed at the time of application as a result of having paid large energy/fuel bills in whole or in part. 1. 'he LU will prepare the certification fort and deter=ine the applicants' eligibility based on CSA and CSr700 Special Conditions. 2. The 'dire financial need" will be established by a comparison of Lahe paid energy/fuel bills presented by Attachment B the applicant for" the months of October through July of 1975-?6 and 1976-77. The applicant will be given credit for the total of each 1976-77 monthly bill which is at least. twenty--five per cent (25%) greater than the bill for the same month of 1975-76. For example, the bill for January 1977 must be $125.01 or more when compared to -a January 1976 bill of $100 in order to be eligible for credit of any amount for January 1977. 3• fte balance of the process is the same as for Category. A above except that CBEDO will a) encumber the applicable portion of the ILA allocation, b) establish an individual account for the applicant in the amount approved, and e) initiate authorization for paJaent upon receipt of subsequent bills from the applicant's energy/fuel company, until the CSD00 applicant's account reaches _ a sero balance. . C. Combination of Category A and Category H 1, the process rill be the same except that two payment authorizations will be prepared--one for the delin- quency/shut off bill and one for the bills already paid by the applicant, providing eligibility for both categories has been established. 2. the total obligation for this combination of categories cannot exceed $250. _�- 00 40N II. ELIGIBILITY CRITERIA A. Income 1. A47 households receiving income in excess of the limitation listed in the CSA Poverty Guidelines shall not be eligible for this program. (See Attach. 1, 13.(G). )' 2. Payments received under previous CSA Energy Conservation programs shall not disqualify-applicants from assistance under this program. 3. Applicants shall be required to present to certifiers ' such evidence of income as is necessary to permit determination of eligibility under I.A.1 above. (Pay stubs, tax returns, etc.) 4. In the event that applicants are unable to provide tangible evidence of income eligibility, they will be required to sign as income eligibility declaration. y. A ten per cent, (10%) sample of applicant's income eligi- bility declarations must be verified by.the LLL certifiers, utilising an information access authorization signed ?a each applicant. B. Program Eligibility 1. Applicants mast present Shut-Off/Delinquency Notices and/or paid bills from their energy/fuel companies. 2. MA's must verify each such notice with the' enera/ fuel companies, assisted by as information access authorization signed by the applicant. 3. Applicants desiring to receive assistance for energy/ fuel bills paid under dire financial need will be 00499 -4- lttachseat R required to present paid energy/fuel bills for the period(s) claimed. The CSBDO energy/fuel bill com- parison omparison form will be prepared only upon physical receipt of such energy/fuel bills. 4. Actual payment of presented bills must be verified with the energy/fuel companies by the .LAA. 5. Assistance shall be limited to payments for electricity and fuels such as natural gas, LNG and other bottled gas, kerosene or coal oil, coal, wood, etc. 6. Pleats shall exclude any charges for thermocouple replacement, flame adjustment, venting, air cooler or air conditioner servicing, or other such service charges. Also excluded are payments for watag, tele phones, or other similar services sometimes referred to as "utilities". ?. Priority shall be given to both elderly persons .(age 65 and aver) and handicapped persons who meet all eligi- bility requirements. S. All. Local Administering Agencies will notify, inform, contact and, where appropriate, certify eligible house- holds with persons unable to leave their residences due to handicap, or fear of assault or victimization. 9. Households in remote rural areas will receive timely notification. of the program and will be provided ample opportunity for full participation. _s- 0050Q Attachment B M. MNITORING AND INVESTIGATION A. CSWO will conduct an on-site monitoring of each LAA on a biweekly basis. During such visits a review of local procedures, spot-checks of certifications, interview of certifiers, and visits to the local energy/fuel companies will be made. B. Charges involving poor administration of the program,, faulty or inadequate certification, failure of energy/ fuel supplies to provide relief, duplication and/or fraud will be referred to the CS20O SEM Program Hanger for investigation and resolution. C. The CSA Region IY Office will be notified of the initiation of an investigation and the outcome of all investigations. -b- i t In the Board of Supervisors of Contra Costo County, Sbte of California August 2 10 dim MsMW of Request of John Caroline, Jr.. and John Van De Roovaart, Applicants and Owners, (2116-RZ) to Rezone Land in the Pleasant Hill BARTD Station Area. The Board on July 26, 1977 having closed the public hearing on the recommendation of the Planning Commission with respect to the request of lir. John Caroline, Jr., and Mr. John Van De Roovaart, applicants and owners, (2116-RZ) to rezone certain land in the Pleasant Hill BARTD Station area, and fixed this date for decision thereon; and Mr. A. A. Dehaesus, Director of Plaaniag, loving advised that a Negative Declaration of Environmental Significance was filed for this proposal; and Supervisor R. I. Schroder having stated that- upon reviewing. . the text of the General Plan he was of the opinion that the provision for assembly of properties within the designated multiple family residential area had not been followed. the rezoning request was premature and, therefore, he would recommend denial; and The Board members having concurred with Supervisor Schroder, IT IS ORDERED that the rezoning request of Mr. Caroline and Mr. Van De Roovaart is DENIED. PASSED by the Board on August 2. 1977. 1 homy ewft d t do iaaMsiy k o tm eod ansd cem of an wdn eatmod os i silos of said Board of Srswvbm as do dile efawsid VAWAn my hood and i iool of Ilio bard of CC: Mr. John Caroline, Jr. SUPWVson Mr. John Van De Roovaart WrWW this 2nd dsy of August 1!_� Director of Planning L 11. OLli0111, CNek BY— � moi•'h& Vera Nelson IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. STATE OF CALIFORNIA In the batter of Hering on the ) Recommendation of the Planning ) Commission on Request of ) Claudio Fable, Applicant and ) August 2, 1977 Owner, (2113-RZ) to Rezone Land ) in the E1 Sobrante Area. ) The Board on July 5, 1977 having fixed this date for hearing on the recommendation of the Planning Commission with respect to the request of Mr. Claudio Fable, applicant and owner, (2113-RZ) to rezone certain land in the E1 Sobrante area_fsaa . Neighborhood Business District (N-B) and Siegle Family Residential District (R-6) to Two Family Residential District (D-1); and Nr. A. A. Debaesun, Director of Planning, having advised that a Negative Declaration of Environmental Significance vu filed for this proposal; and Mr. Harvey Bragdon. Assistant Director of Planning. having described the property site; and Chairman W. N. Boggess having opened the public hearing and having determined that the applicant was not present to present his case; and Me. Eleanor Loynd, Secretary of the E1 Sobrante Valley Planning and Zoning Committee, having appeared in opposition to the proposal, having stated that the Committee's representative had not arrived in time to voice objection at the Planning Commission hear- ing, and having urged that the rezoning application be denied; and Supervisor J. P. Kenny having expressed the opinion that testimony not presented before the Planning Commission should not be considered by the Board; and Supervisor N. C. Fanden having stated that inasmuch an the applicant was not at the hearing she would recommend that the rezoning request be denied; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Fabden is APPROVED. PASSED on August 2, 1977 by the following vote: AYES: Supervisors N. C. Fanden, R. I. Schroder. E. H. Hasseltine, W. N. Boggess. VMS: Supervisor J. P. Henry. ABSENT: None. cc: Mr. Claudio Fable CERTIFIED COPY Director of Planning f entxr the this I.a full.true a earreet espy or the Wkinal dorutaent wh!ch la on file in my*die*. and that it rr"paooed 4 adopt-d by the.Hand.of - SuPerrisors of Contra co,taI:n:rll!C.Ca!Ifarnia•on tb-date ehor.•a.ATTT•..;T: J. It CHSSO\. County Clerk @ e Vfflrkt Cl y-k of said Hoard of 8operrlsom by Deput Clerk. In the Board of S vwWsas of Contra Costa County, State of CaMa n a .19 ZL to do MANS;Of AS 8X-OFFICIO TU GOVERNING Approving Contract Documents BOARD of TSE CONTRA COSTA Submitted by the Contra Costa CODNTI FIM FMOrEMON DISTRICT County Fire Protection District The County Administrator having presented to the Board contract documents (Notice to Contractors, Contract, Abatement Specifications and Proposal) submitted by the Contra Costa County Fire Protection District for herbicide spray Meed abatement work within the district for the period of October 1, 1977 through September 30, 1978 and IT IS BY THE BOARD ORDERED that the aforesaid documents are APPROVED and August 30, 1977 at 11:00 a.m. is FIXED as the tism to receive bid proposals for performance of said work; and IT IS SY TBE BOARD FORTBER ORDERED that the Clerk irDIRECTED' to publish the Notice to Contractors for the time and in the manner as required by law in the *Contra Costa Times..• Passed by the Board on August 2, 1977- I bmmby etdy twat do iasgoiao k o bsa asd ortnd app of an air sowed as do a►iaMss of acid Saved of Srperwias ea tlr daN alaassid Orig: Administrator VAhmss my wad sad de iod of do G d of cc:, Contra Costa County Supawi— Fire Protection District WLwd dh2nd dWof Au¢ust . 19 7T Auditor-Controller County Counsel R. OLUOML Chtk y ,een lder ,papatr Clak I Board of SupwWsofB of Contra Cosa County, Sate of CaMMOM east 2 _»17 IN dw ftow of Report from County Administrator on CATV Rate Increase - General Electric Cablevision Corporation (Walnut Creek Area) The County Administrator this day having submitted to the Board a report dated July 29, 1977 with respect to the request of General Electric Cablevision Corporation for a CATV rate increase for subscribers in its service area who reside in unincorporated areas adjacent to the City of Walnut Creek to establish a uniform rate within the entire system (including the City of Walnut Creek); and The County Administrator having recomuembd that tb@Board acknowledge receipt of the report and fix August 23, 1977 at 10:30 a.m. as the time for a public hearing on said request and- direct the Clerk of the Board to arrange for pa6lication of a notice of said hearing; IT IS BY THE BOARD ORDERED that the recommendations of the County Administrator are APPROVED. passed by the Board on Auguet 2, 1977. 1 M,iy =dft that do faegoi S b o true end=neeo aN of an adw snowed w do nhwtr at said soevd of Sgmvb n as do dwe atawsit vat say hand and do Swd of the soot of Orig: Administrator SuP,Vbws cc: General Electric Wo"d d&s 2nd dW of August . 1lZ7_ Cablevision Corp. ♦ 11. OLSiDN, CM4 orsen er _Dopa CbA M-24 0/77 15m 005W . { Bard of 5u0Mwaas J °Ca�inty Administrator( C i "' wan+iniatnI'm nsi:awq Costa t.roiWia ' (115)MAMcoiv 2nt Dirtrfct AtMYr Cit N~L Sdmft 3rd OWFICt Co1Y11YA0TiIMrtrrJODr _ � . - Worm M.Mos 4th OiW at Oft K HUGdOm SIN DI/bIC1. July 29, 1977 RECEIVED Aug at Nr Hoard of supervisors J. °oF`aON Administration Building, Hoag 103 Martinez, C1► 94553 Dear Board Members: Is: CATV Rate Increase - General Electric Cablevision Cozporation (Walnut Creek Area) On May 24, 1977, General Electric Cablevision Corporation submitted a request to the County for a rate increase. The service area of this first Includes the City of Walnut Creek.and various adjacent unincorporated areas surr+oundiaq the City of Walnut Creek. The number of subscribers by political jurisdiction, as indicated by the oospany, is as follows: Jurisdiction Nunber of Subscribers Percentage City of Walnut Creek 12,017 SSt unincorporated areas 1,648 12% Total 13,66S loot In previous oases involving rate increase requests from cable firsts serving cities and adjoining an'naorporated areas, the Board of Supervisors has followed the rate structure approved by the City. This is considered a reasonable approach inasmuch as a substantial percentage of the subscribers are within the city. The request is subjected to careful study and analysis by city staff followed by a public hearing and it is desirable to have a uniform rate within the entire system. l�U 2. Ky office is of the opinion that the procedure previously used remains a valid and practical approach. An intensive analysis of the request would take considerable time and would be a duplication Of the efforts of the city to fairly evaluate the request. Effective April 1, 1977, the City of Walnut Creek approved an increase in the basic monthly service rate from $6 to $6.65. General Electric Cablevision has requested a like increase in its County authorised rate structure to become effective October 1, 1977. The requested increase of $ .65 is reasonable in vier of the inflation that has occured since the last rags increase in 1975 and the additional Capitol requirements of the company needed to rebuild the system. - As indicated in the attached schedule, the requested rate of $6.65 compares favorably with other major licrosess operating within Contra Costa County. it is recommended that your Board acknowledge receipt of this report fix August 23, 1977 at 10:30 a.m., as the time for a public hearing on this request and direct the Clerk of the Board to arrange for publication of a notice of said bearing. . GILL County Administrator By C. A. Hammond TJM:jep Attachment 005M Major CATV Licensees July 29, 1977 Current Basic - Mo bly Service Sate 1. Cable Vision (ATC) $6.95 2. General Electric 6.00 3. Tele-Vue Systems, Inc. 6.50 4. Concord TV Cable 6.20 5. Televents of California 6.50 6. Century (Cablecon-General) 6.95 ib lrirs 15vai►D Jr 5us'ui►iii.Sv'itS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Alhambra Valley Road intersection ) August 2. 1977 Modification Project. Pinole Area. ) Project No. .1481-4379-661-77 ; Bidder Total Amount Bond Amounts Mike Horgan Paving i Grading $27.935.25 Tabor do Mate. $13,967.63. P. D. Box 5368 Faith. Pert. 27,935.25 Walnut Creek. .CA 94596 Ransome Company, Emeryville George Peres Company, Richmond The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works- Director recomiaending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishia of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FARTHER ORDEBID that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorised to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSE) by the Board on August 2. 1977 CERTISED COPY I certify that this is a tun.true @ coned copy of Or orlsimal document which is on nue in my office. Originator: Public Works Department oma that n w■5 posed if:adopted by the I•ioard of Road Design Division a" ,=it-M COMM Costa county. 4alifornia. on We date mhowa.ATTEST: J_ T. OISBO\. County Clerk t exatficb Clark of maid Board of Supersisers. ee: Public Works Director IN.Do"OWL County Auditor-Controller �j_ � o AUG2 1�7T Contractor Vile * Form 9.1 Rev. 6-'75: .... - _ COWMAcr iconstsuetioa wgsaeosat) AUGIq 1,977 (Contra Costa county Standard focal J. s.MUM W.S. TDCae special teras aro into OpAiD 0i 511�� sm I. SPECIAL rZ rporabsd below bar sat a.. tS52.3) parties: (public a4e0ey) Contra Costa Conn lcoaeraetor[ Mike Morgan paving is nano 152) rffaetist Date: August 15, 1977 {see fs hos stact&"date.) (ai) ran w,*: Modification of existing"iatorsection including construction of curb and gutter, concrete island paving and pavema owrlay at intmSectioo of Alhambra Valley Road and Castro Ranch Road in Pinole area, Project No. 11814379-W-77, all in accordance with the Plans, Drawings.and Special-Provisions.or Specifications, prepared,by or for the Public Wrks Director and in accordance with the accepted Bid.Proposal. (56) Cssi trtis i Time: (strike out (a) os (b) and 'ealydae os 'wesmag"1 .NIIKxa�t66orrt - !b) within 25 ae ■gwAmAing dwws grow stmt ag date. US) Liquidated oarsges: S 75.00 per adamiat ,yr, tsq Public Agency'* Agues: Public Works Director tfw7) c..trses rr:ea: S 27,935.25 hoar Bait price coatractss soa+s or less, in a ws ;jamtitios at unit hid psi*".) [strike out reathetical ssaterial if iaa Uamble.[ S. SICOArONSS 6 ACZ.70M SDWIt Pub lie Agnew. Ey: tMsidsat. Ceaissun Or Other Vernon L. Clne aft'g■atEd bsp>n�s.atatiw) Public Works Director ) contrester berew alw acknowledging awareness at and amp ianoe with Labor Cods SLO61 Workers, Compaw"Im Lax. IV: [cmwawm JumuLlmame OzzacmL Cavmcr Sm me I sins;[ hs gzmsLo�t-,* N'77"1=2T !Ra"ty An us mim4moses Rate to Ceatrreter f1/ Zwoute eskrswZedrwat tow. lstwr,-d" [a) if a o spars- tion, wig Corporate Ssel. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - - -- - - -900 - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - /, air • Me porem(s) signing abo+n ter Contraetoe, known to cis is Im"Vidoal said bnsinms aro) before sic today and aetnowwledled that Wtber mock suecd- t.cad that tt+e;ggrlr{tim or pareoarship nas:sd above executed is. oat st:1►W qo _ :?x cr s a uC;;.�ecu:: Fonit Appmom by County counsel. Rage 1 of t) (CC-1: Acv. 11-T6) 10 - AAiwfi6rMd ,�;�, � � 005 31. hhdRr. COts!lOT. . (a)' ny their signatures in sectios 2, effectivo oa the abovi nate, these parries p�roffi2so and agree as sot *orth is this Contract, incorporating trj !hese references the uatocLal (•special teres') in See. 1. Cb) Contractor shall,.at his own Dost and ezpease. and_is a wfrkmawlike nasner,. fully and faithf,elly perform and complete the work; and vi11 furnish all materials, labor, serrioss and transportation nocaasary, : eonveniobt and proper in order fairly to perform the rajuiromsnts of this contract. all strictlp In accordance with the tu'alic Ageecys plans. dea Ings and specifications. . (a)' lAo work eas be c►asged only with Public Agency: prior written order specity"W such change and its Dost agrood to by the partiess and the Public Agency shall aver have to pay were thus specified in sac. 7 without such an Order. •i. sloes IhOTIChC To Pi10C>®. Caatraetor shall start this weer as directed is the speai- ucattioss or tae jocsee CFO; am shall oaoplete it as specified in sea. 1. S. Lt YIDhhMD DW It the Contractor fails to complete this aoutraet and %bis work 91WIn too Whi I= therefor. allowance being naris far comtiwgeocies ss proridod.bars'a,: he beaawss LL&btt to the Public Agency for all its loss,and densgs tisosls as and bacon" from the astute of an asse it is asd will be ispraeeieab7. and .retsssir di!liquit,se asemrtaia, ant flu the Public Agme�•s actual donspe ften aur dolor to Mtfor� Dos lissrol. Lt 3s affc d tbat Contractor will Pay as liquidated doom ess is Me Public the rerso.-Ubla now specifiod in Sec. 1s the result of the parties• seasonable-eadsav to estinate fair average oFgiNation th4ofor,-for oath calendar daY•o delay-in- U4 said mor«s."and.if.the'sato he not paid;?Pubiie 14on4-say -is ads WW Ai.its ether. to redU4:4edact-,thee saes troy any woaw ddo or to breams-iso•Contractor w4sc thin'moa-' tract. -If the Public'Agoney far any. cause aathorises'er destritutes to a.hlaY, osspse =ion of work cc antenotm at timee its duration shall be added to tie time allow" far oomplstLmo but it shell aft be demwed a waiver nor be mood to defeat any sight of the Agency to donapas for sea-coslhlotios or delay Irsremndos. tussuent to.dorara■ant Code sec. 4215• the Coattaetoe shall jot be assessed liquidated danages ter delay in ossp2etioa o: the work, ver such df1was caused by the failure of the Public !gems or the 'quer of a utility to peawide toe sawswa). or relocation of existing utility facilities. G. IrrMcsrh M OOCh M5. The plans# drawings and specitieatioas or apodal 'of the ruwgo�call for bids. and Contractor's amt Sid_ lar this ;reek am _ beroby lawrpecated into taLs contract: and they are ianeaMdo-se-operate. so that any- thing eacih"atod in the plans or drawings and not asatimod in ebe specifications or �l prowlsions, or vim versa, is to be domed as if exhl"t d. mentioned and set fortis LA beth, to the etoo intent and meaning thereof ubow takes all togetbers• and differenoss of apiaLm eoacarain; timso swill be finally'dotesainat by Public Agmay's Agent specined is sec. 2. 7. VA"WIT. (a) For his strict and literal fulfillment of these promises and madi:ior►s,• and as u.iooepensatioa for all this work. the Public Agency shall pay the Contractor fi • the suu specied in Sec. 1, except tkat in unit pries contracts am paymat shall for finisihed Quantities at unit bid prices. (b) On or about Om first day of each Calendar wouft the coatractot shall submit to, the Public Agonal a verified application for payment, supported by a statemost shoring all watarials actually installed during the preceding math. the labor expand" thereon. and the-cost thoseofs wboreu(hose after dheaking, the Public 19 - c3 shall Lease to . Contractor a certificate for the aunuat dotormined to be dus, mines 100 thereof pursuant -to Cosesamnt Code see. S3067, but not until defective work asd materials have been so�eved, roplaced and gado good. t. 1�h►Yi=8W VITNN=. (a) The Public Agency or its agmt-asy withhold ahy peyauwt, or , scorrorod evidence nullify all or any eactificate for payment, to sed:- extent and period at tine 043, as eery be necessary to Peale" the Pabiia Ageeoy fsa loss because of: (1) Defective work not rmodiod• or uncompleted waft, ehr (2) Claims filed or reasonable evidence indicating probable filing. or (3) Failure to preporly pay subcontractors or for material or labor, or (4) Reasonable doubt that tae wort: can be oocplcted for the balance then unpaid, or� (5) Darasgo to another contractor. or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diliycnce to discover and report to the Contractor, a: the wort: progreases, the materials and labor which are not satisfactory to it. so as to avoid unneeozzary trouble or cost to the Contractor in making good nay defective worn: or parts. £c) 35 calujWar days after the Public Agency files its eerier of eowpletim, of the retire (Dago 2 of 4) 00 U WC-1;-1: New- ev. 2 i+ork, it sball issue a certificate to the Contractor and pay the balance of the contract ptice atter deduct!" all amounts withheld under this contract, prowided the Contractor shows 'that all chains for labor and materials have been Paid,'an cLfims have bees presented to the public Agency based on acts or amssions of the Contractor, and so lie" cc withhold notices have been filen against the wort: or site, and psovidod these are not rwasommable in aie:.tiaws of defective or aLssing work ar of later-recoedsd notions of,liens or dlai s against Ceatroctor. !. JMS:;Rh GF:. (Labor Cods SSlimi"Ll On signing this. coatracrr Contractor-mat give_ publicgegency (1) a certificate of consent to self-iasure issued !y/ the Director of Industrial !elation, es. (s) a certificate of hiorlere• Caepwaties innocence issuedby an admitted iesuvw, at (3) an exact copy Or duplicate tieseot esstifisd by the Oiseetor or the insurer. Contractor Is amore of and complies with Labor Code sea.- 3700 ad the . lorfxess• Osspeeoial3eia Lan.. lo, 809M. . Ga sigeiwq this contract Contractor shall deliver to PubUc LgahFr fes approe lgood and srfficiest bonds with sureties, in M=Mt(.ss specified in the spoifio canoes or special provisions. "even""" us faithful porammmom of this Contrast-and bis Payment ser all labor and saterials hwseemder. . YJ►>LL TO-mtrowt.. If the Contractor at any tile*:rsfaw, 4W,WWj Q",witboirg•fault Of cgem or�its'ajent(s). to supply sufficient s or waximen.to Get .lcto.'thia agreement and Work as proridod heroio..fcW a pesW.of .10 daysTor' fee atter writtems notIoe eAeresf by the P%6Uc Jlgaft". the hblic Agency may-furnish same.semi dmewt the seasonable exec thereof leeks etre contract price. 32. Lhth�is PIPLY. �. Both parties recognize the applicabLUtr of vatious feissil, imams�"ao ai Lis an seyulatioas. especially Chapter 1 of Fast 7 of the Califer"s LNkor Code (bokiinaLaq with Sec. 17201 and ipclmxti:mg sacs-. 1735..1777-S. S 1777.6- fosbiddisq aisor1ain.tim) and intend that this agreement complies therewith. Tbw parties speci ticany stipulate that "M relevant penalties and forfeitures provided is the Labor Code, especially is secs. 1775 i 3613, amauaia4 prevailing wages and boa", shall apply to this agrewost as thoupl► fully stipulated leroia. al. ornP :Coeveraoest Coda S64100-4113 are iscosporated let"&. UM e►TM la) Pursuant to Labor Cale sec. 1773, the Director of the.Depertnsnt oi u r &L xeAatioas bas asartaLmd the general prsysilinq sates'of wages per dies..aro for holiday and overtiau wark, is the locality in which this work is to be performed, for each craft. , aLnssificatioe, or type of wrkow needed to execute this contract, and said rates ars ss specified in the call for bids for this work and are on filo with tba'Public Agencyo and are hereby incorporated hercia. • (b) This schedule of wages is bused on a working day of a hours aelow otherwise specified: and the daily rate is the hourly rate aultiriied by tie number of hours con stituetaq the marking day. When loss than that womber of beers am washed, the'daily mage rats is prapoetioeately reduced, but the hourly rate remains as stated. feJ the c ostawtsr. and ala his subcontractors, meet par at least these rates to all p eros ae this week, including all travel, suinsistence• and, Crimp beuelit peymswts provided for by,applicable eolloetive bargaining ayseaments. All skilled Lobos not listed above aost ba paid at least the wogs seals established by collective basyalaiap a¢eiosnt for such Tah oe iu: time locality where suck work is boinq parfeened. If it becomes weees- sary for the Contractor or any subcontractor to eWLoy any person In a craft, alassift- cation or type of work (except esecatiw, supervisory, adpiaistratLve. clerical or other eoa�rehkoal workers as such for rhim:h no .kiwis-a wage sato Is specified, the Costraetes shall immediately notify the tdklic Agency which shall pcosptly detessLoe the p+vvnialaq wage rato tlkerefor and furnish the Contractor with the nisiaum raft bud tbeseoa, at+ich shall apply from the Use of the initial employament of the person affected and dnriwg:the continuance of sump ooployo*at. 15. wt]ms Or LauoR. Sight hours of labor in one calendar day eonstitutws a legal days woe t. no nor,•.._.,. mVicycd at any tunic on thus work. by the Contractor or by. any =S_ contractor small be required or permitted to work: longer tlneraon except as provided in Labor Coda Saes. 1010-1815. 16. AlP :: taxiem Properly indentured apprentices may be employed an this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 61 (CC-1: Now. 11-761 M*12 17. PkMRMICC Fox MTCHIAW. The Public Agency desires to promote the industries and e..•unouy o Contra Costa County• and the Contractor therefore practises to use the products, workmen, laborers and nechanics of V"s County in svery case where the price, litaess and giality are equal. 18_ ASSIMZ:M=. This agreement burls the heirs, successors. assigns, and representative* Bf the- Contractors but he cannot assign it in whole or in part, am say monies due or to became due undar it, without the prior written consent of the Public Agency and the Contractor's surety or suratics, unless they have waived notice of assignment. 19. W IL►I1'F.k or PGSLIC AGC=T. Inspection of the work and/or materials, or approval of VSEK ane or maters inspn . or statement by any officer, agent or employes of the Pvblic.Agency indicating the work or any part thereof Complies with the requisemeetts of thiscontract, or scoeptanet of the ~hole or any part of said work and/or miatariala, ar payments therefor, or any combination of ties acts. shall not relieve the Comtraetoe of his obligation to fulfill this-contract ss proscribed= nes Shall the Public Agency be thereby estopped from bringing Say action for damages or enforrommomt arising free tem failure to comply with any of the tesss and conditions hereof. 20. If= Nl13it7.FSS t Itl4'�TAI:l. (a) Contractor promises to and shall hold haxul"s and . Jade�aizy roe tioa as gefined-in this section. tb)' fte indmnitees benefitid and protected.0 this promise- are the public.Agoswy and its elective boards. eomaissioms, officers, agents and 6*101ma. (a) The liabilities protected against are any liability or claim forof My le kind algedly afire . ineussed or threatened because of actions defined � iaalmdding personal injury, death, propokety damage, inverse condensation, ops any combination of those, regardless of whether or ant such liability, claim or dams" was enfossseeable at any tiam before the Public Agency approved the improvement plan or accepted the AWrovememts as complated, and including the defense of any suit(s) or action(s) at law or equity aomoaruiap those. (d) The actions causing ]Liability are any act or emission (negligent os non-aeg2.gent) in connection :n. matters covered by this.contract and attributable to the eontraztor, subcontractor(s)a or any offiearts), agent(s) or employees) at one or more of then, (a) Yon-conditiors: The prods_ and agreement in this section is not conditioned or dependent m Wno=ur air not any Iadenanitee has prepare",' supplied, or approved awl plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering iny of timse matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Inds—it". • 21. EYCAYATIOtt. Contractor shall ly-with the provisions of Labor Code sec. 6705, it , applicable, Submitting to VMULLC Agency a detailed plan sharing the doeign of shoring, bracing, sloping, or other provisions to be made for worker pmotectian from the hazard of caving ground during trench crcavation. - - (Page 4 of 4) C (CC-1: ray. 11-76) X13 The Cho CasLk y kW ranee C rpany • aswswrsor,w.�a.nwa�r�ror w n 1-966-678 PERFORMANCE IOht"f CAW CPA"-PJKC CONTV-4Cr 04OW Atl WN K MW MOM M: Ttrt KM FARM PAVM as hwcq k and TM OW CAULWY WARMAM COMI/M. a CRAD O *rsio emiwwd to aresb b & in Mir Uft of CaMiwnis.a«Sralp,as W and bort hurl a% CCr1RA CDSM C0(Oli as OWgm in#w w of TWWff Si'sM TttMOD AM Nt/J W T'RIRT't: FM DOLLARS AND am "fico CEM DWbm 0 27,935.63l-1 for W" aw so bwd ernioR nor WaL a m o m aioidlmftm ossaaors.asd amf*ft i&*end WWWW p k Mnr P W& TME COI OMI OF*a silwe Ohre"is ood Mnt 1Miosn do MOW Lbs gavel b"r eorinrei, dubd Awgntt 15�9 . 1977 .a*#a aftro fe de and pwl Mr fi "q mA to wu Modification of existing intersection including aaastraetian or curb and S*ter, canowte island paring and pavenrA amrb r at intersection of Alb=dwa Valley Road and Castro Baneh Road in Finale area, Project No. 101-4379-661-77, all in acemdance vitt►the Plans, Drawings and Special Provisions or Specification, ` prepared by or for the Public%rks Director and in accordance • with the accepted Bid Proposal. Now. TFMmm Milo call iwnel d dot sod osd inip P"m i wM a"*"is be"Wow sndw aid osswoedl,Owe its oYi ww d1i be weld;s&wI*ns*r am"in id Obs ad stbet nsd gaga dim 10th dqr of August N 77 KM MOWAN PAVIMG ='ice. =3. Ronald C. Harnish • kf0filrnad wi* board ordw i AFFIDAVIT OF ATTORNEY-IN-FACT FOR SURETY } STATE OF .....Califiarnia.......................... .. Ss COUNTY OF .Chat:3.fash.............................. On d ..filth.»lar of....,..Att us ...................... ..... ,..»....»-__-............., 19.M Uf..rr�e perao"By appsM�sri-»&snald C?,H3t rash......................»........» of The Oki*CDDDm*baarrmao C+« p"W."A vbea*tars p.erOaAj arwrmV• wbe bit N as duly awreiii dMyaar mall ow. d,ea Ls sraiias s...� a .. ra .,.:dna be in dye Axtor"V im.i of 7Lr a i*Ca>,rdkp L - a Det* !Imo v$MA quopa. we the Wtitir inolumeoft dna lw lurra+ddMA$be arJ MEOW to tf+a said irwarmOOand ie ari Mwrreeaaa srei:dint it"Ma* by Mdar ai der�M..i W YJia.r..M1 said eorpipa i*r, a*i dot be std and ammool d a • a#mail eMr- porati*M by Mw My t a�:,.�r Firs Salo •�-•,•. CO:::M MfA CGG.tTY :Y:1L:vi Ci.GFA?.r11A tuned with ho CAV- 1Df[�!1 533 3;33 y " SUlE�CALIiMtAn CMArf CF Contra Costa Ajo=:_I2, --F._..Is .T Ir_f re .r„ the vvPmpK a o tt y PAA is Mai tot said aft ke N.oman to!e dte persm_ mane_ i3 WNWW two*aoft IsaCnarra� � i ad xUwWpd to Oe drat_Im .saaosld fit=L Ll Nttt11E5S�hard mad rioal satl S�x�w•c•�►m�evu-mrmrw:e�ir-m�nrt,�uuwrrp WvcM i MW with boardold hr sud ftlt �:�YI faC�Et/x-tgMat-.r.K.ed Few a1-a..sM ,. 1*515 t c �-rr>e o cry �cony V 1-966-678 LABOR AM MATERIAL 9CM GONIRACT KNOW ALL MEN BY THESE PRESENTS,that MIKE MORGAN PAVING as Principal, and THE OHIO CASUALTY INSURANCE COMPANY,an Ohio corporation authorised to execute bonds in the State of California,as Surety,are held and firmly bound unto CONTRA COSTA COUNIT as Obligee,in the sum of THIRTIMN THOtBAND NINE HUNDRED SI= SEM DOLLARS AMD SIM THRM CENTS--- Dollars(sl3.967.63--"- for which sum we bind ourselves,our heirs,executors,administrator%successors and assigns,jointly and severally by these presents. THE CONDITION of the above obligation is such that.Whereas the Principal on the 15th day Of August 1977 ,entered into a contract with the Oblige for Modification of.ezistintg intersection including construction of cut and gutter, concrete island paring and pavement geerI V at intersection of Alhambra Valley Road and Castro Ranch Road in Pinole area, Project No. 1481-4379-661-77, all in accordance with the Placa, Drawings and Special Provisions or Specifications, prepared by or for the P•ablIc 'abrks Director and in accordance xith the accepted Bid Proposal. NOW,THEREFORE.if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 3191 of the Civil Code of the State of California,or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,or for any amounts required to be deducted,withheld,and paid over to the Franchise Tax Board from the wages of employees of the contractor and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code of the State of California,with respect to such work and labor.the Surety will pay for the same,in an amount not exceeding the suss specified in this bond,and also,in case wit is brought upon this bond,a reasonable attorney's fee,to be fixed by the court. This bond shall inure to the benefit of any and all persons,companies or corporations entitled to file claims nder Section 3181 of the Civil Code of the State of California,so as to give a right of action to them or their ssigns in any suit brought upon this bond. igned and sealed this 10th day of August 19 77 MIKE MORGAN PAYING i t hieaipal THE OHIO ??CASUALTY INSURANCE COMPANY Ronald C. Harnish Attorwer ie•Fa Maofilnwd with board ordee AFFIDAVIT OF ATTORNEY4N-FACT FOR SURETY STATE OF .Critr^ia _ i ...... Contra Costa f COUKIYOF ................................................... ... f On thiL..I.Q........der of....A1&4A............................................................. 19.7-71.befers we petaenallp eploaaad.».Portald..�.:.. aClii �l_ »_.._...».»..»........:......»». .......»....« -Irk t of The Otte cAWW*Jummaeee Cswomy. Wits•`eta l am twooaJb +awmi"r. trio Was by ons dully aw o. did dqp� aad my. dwt im aeaidea s.Rf�Z t, California AN&be is** Aewrnp-iw4ret of The Obie CamdW Itawwaw Caw* fF-lbw 081PO=IkM==Gd ie tad IIrM&assert- ad care itiie ioatatatewt:dot he ttaaeaw i emPmeft Mud of MW oealea AM;tfaai am oar alar to the said ingumm aae is cosi a:or*oraN awl;drre it wee as efor if aadw of tie Deem of Dwactws of � said corpotetiee. a d dtee be aim aad stoma tie oe of avid cer• 1 poratioe 1W go eriar. My Commitoiee e=jira. ................................ Alimfilmed with board ordst y_1 ITdI coral A r..r._ G1Ll°O?`:t STATE K CKOEM t WATT K Contra Costa f qT Auzust 12a fay re r>, &a atdatvzx a Notary PuSit in ad tar s3id SWe.Osrs=* ammm Kike 2_orran j �aaan b at4 b bt ft person_vim watt_ is 26cftd to 1b MilMitt MItrMM� ad o-;h"mW*W to in ad_1e_one"Me swan MIFAM ay Mad ad dila!3 11- •-711Ilia:::'t:::L:p1�:79:l0S::IAlal:� � J�%aofiltnnd with board ordr ```- 1 - wqr Aiic in aaa for ssr state. •.11.t:l::l:::llll.ii::f l::t.::. .... nV oatmClltam tri•-rrr.sat 00517 C L ZED COPY OF POWM OF ATTORNEY '!tom 4�t[4! tCh15tGAal�Y �'JS����CIB Q��1414Ri' i - t� crr.� tuti_-�.rca. eters iYrx�1 U !gym bg 6t.mw lktmft -v i t rr-i� oxo CASU'ALTY 09t7RrtrscE CO!►!i+'AM. in pooataaaa f of sxds-:7 siMwi by ArticIe A Srttias 7 of tba Br-Law's of Said Campaa;-. !jos lstnab+r aoeiiabta ea*Adftst a"*VpOiML ._� - - - - - - - - -f rte• ,. it.t.ae aatd fnrfd ttpatt sad aaatr -itfeet to auk%aoacuts.am]sad dA of fit•sad an its baba as.sxae�:and so ib act sad and any Carl as;=I MC"_VG&sad P.ECOGNIZANCU not ssaaadia w is Oar SNOOD a0ft e t axf��+►} oe osiett�SS{e} pawaraasay trio jetfttrMt of`setr ooGf inllarwo!'ter?aq. And the esoaaYan of Such bend or asdaelsUaW is patty we of thaws paoaaaaw AA be sa biadiari Pm acid a�oandaesano1 an Names sad pa:psaas.so if they lad bees dc±r esaeoesd sad ac�ladt�i `! th. CoaPaay at its a5aa i. ffastiltss. Ohio is their Drys psopar poaasasa T>m autbaAW iuMd b�rmandat sapasssisa my prse�aathonry Moret As . gtasted the obeoa nsoad ooaastbr(o)ia,W, + •_a In �PMESS MMMOF. the wivtonoi *SOW of tbs said TLe OWe Canr4 10010200100 Cssipany boa bs-Oaats wbwc:i4+d Lia some and aadrs+i As COMMMa�M319 i it mid Tb Ohio Casualty hwearaaace Caspaay obi. .3EAL 2 1 by of u''",�^.f2 1'7*+s STATE Or OflO. aFDGi7r .wer. CALL,l"iY OF WJTL R Os abir ,-�} day of A.D. f9 baafLs 1P2: 77 Abe .a faltataty Pttbio of Sim Stave of Ohio. as sand for the County Of datiar.d*osaaaaisairaad ani lttdiid.Orr of TUE 01M CAItMLTY l<aflCT mem comg 1['11!. ft aw E&* d"*ft-4J in.sad who ex ented**y 6 oaar�oax,sad bo w1* a Td the asaoatiaa sf the sass*.and beins by ass dnly,rsere d"Maeth and ae:th. alb t b. i.tfse Decor w tins Go� afo-wysi3.sal dot ohs seal a62ad to tbs prees4ira iaozMtra at is the C'orporsb Sal of acid CS@e .sad the a"Coapssa4a Seal sed his oisaotatra as a dcar wfo 4Wy armed and eabocsibed to the said iastrament by oho su hev*r sad ditoaaa`as of said C:orporsdas. � fN TESTINIOlafY h`JfiirREC)F. 1 how haaoaallas sat m7 band aarf s9k d sap�) ,p rs 3Sal at the City of Efsnadtoe.State of Ohio.the day S ai joaar fiat oboes waaaittsa ��' dF Notary lsabiic ias ani Ce't`nM4i of fbatlitr.lata of mb tett• My Csmaaiarss •apes.. This 9 of aft""y is gaasad..Oahe sad by antlweig of Aricbs VT.Section 7 of tlao 11j4mm of*a Casys"6 aaltpftd* ib 44%aam on April L 19S4.aattoeta from which easd: "ART"Z Vf"' "Sac 7. Ammk mutat sf wMtattap.ian.FwsA,oda. Thr ehairnme of tba beast the o�amo�t:ry daiatnt aaerwq oWE bO d it ieSar�weed with fun power ad tai sp�poist�atttat��* sipaiap lbs nam.of rtes COanapray w oatsty te. sad is sacral+► .awed tba carpasnM araC r and datiar.e Saar No a$bend. andomki w or Other i:+etstwragb r �sad palii gaf ao oral*.or+aft ram i Med Immads of com or� it1k*Umted $ta or the m of tbwwR or is tray►start*► any otbar pailiatti tiai► This imtwvnwat is Signed sad anew by fara:mile as aut4ernma by the fellswiiag Rombetisa s, v- by the awma sa of tis Compaay ea May 27. 1970: tt`rOLVEI!that t!"e aigaatara of es7 officer of the Coep+soy aukhariud by Asada Vl laetiOa 7 of lis bap►laotattaappaiat ar- -"is fam the ri-onatera a`the Secrctnrp or any Ass siani Secretary certiff-sg to the Correetsem Sof may eopf of s powar o� attomey anass and CSS NMI of the Cotoran7 may br-c *Sd 5y fats:-xie to an7 we per of anoraay or copy tbaraof iaaasd Oa bZhA!of tho Coapa'37. Such si;aaturea a-2d seat are 1:e VSy- adop-ed by the Coapaay Os oriti-11 sipataram and S� to l:a ralid and biuoi=:.poo the Company wirh the Sam*force"d erect SS&JUZ a maw$y affiXSdL" Cb.RTT."ICAT£ 1.tress uadrrsissai Asaw:ast Socretary of The 0"Caau2l!7 fasuian.a Corsyany. de hefoby certify that dS feeogesat paoot i of a,':orasy. AVVA1*VI Scania. 7 of the by-IaWs of the Com_say*=aa:ca s�-a++-Fses*lueena of i!s Board of Diraaare ase Me �. *ad correct oopirs and aro is fall farce sad effect as then da:a V rnTNr.W SOF f Loa here-sats out soy hand rsJC42 ss1 of tn*Caraga,y this 15 day of AWOU. D.. 3!77 " awlsQQ .S8AL% ltri•rr#itcL� 'Ce�reF��tnca t 1220 N. HIGHLAND AVE. LOS ANGELES.CALIFOWNIA 9003s � �� /� ! TeL(213)462.7411 Cu a OF ?Bis is!t caft To TIM ftpOM1C .ftF Cly of Amwkw hos Issued toe Named Insured: Agent or Ikohm MICHAF,L F. M(RGAD1 ABA GLSN HANSBR INS. BROKERS, MHAEL Fate T PAVM INC• P. 0. BOX 5368 1 P. 0. BOX 346 Addres:: WAUM CHEM, CA. 94597 WilIM CRM, C4. 94597 lW y or lriiai m of hmmmm m� Dembed as hbrww POLICY NUMBER IVND OF INSURANCE LIMITS EFFECTIVE EYIRATxw DATE DATE PC 957%7 ------------------•------- -_ _.....»...._ ----.--- WORI:MEN 5 COMPENSATION As Pro.',ded by VM 78 ...... GENERAL IJAe1LITY .—1-77 l 1 )Earn Occurrence S------------------------•------•' Aggregate BODILY INJURY Pmducts $......................... F dioLcurcrnce S....................».......... PROPERTY DAMAGE lAggregate SAUTOMOBILE LIABILITY .............. (Ea h Person =••-• -•---------- ---_-._---- BODILY INJURY Each Occurrence S.................._»_».»... PROPERTY DAMAGE ELrhOmuffencc S----------.....__............ ------ ❑ COMPREHENSIVE ............. ❑ Fire ❑ Theft ❑ Windstorm ❑ Combined Additional Coverage ❑ Actual Cash Value ❑ S........................Deductible Coltisioa ❑ 5---_.._____.___-_ _ _-- OBCDMON OF MIPOalarlrl[ M0102 � M0104 OPM"QMs Pot WN" NOM MM E MOMM Construction of intersection modification at Alhambra 0114 Road and Castro Raw% Road, approximately 3-1/2 miles southeast of San Pablo Aienns in Pinole, Project No. Un 4379-661-77. Eff endorsement to Policy Number 957767, Contra Costs County, its officers, aoplayMs and agents are named as additional insureds solely as respects the above listed job. an Qresatt rmns AT nE saamR W. 0/y051J rContra Costa Count? , Wn County Administration Building 651 Pine Straet Aiartinez, California 94553 � J on *0 whew of�w momw dry Is w ammasom of w" pokk% WE atPastic •mrel►rrww OF y0041A bftWb r wdit dr AwF b w*mm d.is ewWN�ft is edir/of i.i dry"ewes.bw wwiW M ANPONA P b www of w tdbw r to i 06 w.dtsab Y aftee eN do msbna and da>_sial r w mw tris to iii/ft aftb d PWkp. awedet ITtlt7Li} L�eelcR,.�ivli f�aor! SLCYCONROW cmc An�l0 ue_ 77 dr ��Lr.r nom. Fwm 2627—20Mf 4-73 PP Wen UU-A... QCW _- _ CliUWPACWF — M1DEN"TV GP4(XV t CERTIFICATE OF 100wiwiwtnsovet 3200 Wilshire Boulevard INSURANCE New York,N.Y.10030 los Angeles,Calf 90010 No and address of pony to idiom Mie 601ficaes is MMW Cerorkew N0. Contra Costa CourA4r County Acbminittration Builth, 11DERAL assfftAum Co. _ _altwr Nowmw lftstfaw"Co, 651 Pins Street x"AcMc 1Non01wm Co. _140LAW ftWAVAM Co. Martinez, California 94553 —am nlwfnsom amCfi Lw Name a Addrew wrr.r Neale i Address Predu r pip Michael F. Nm-gan DBA Glen Hansen Ina. Brak"*, Inc. Michael Morgan Paying P. 0. Box 346 PO Banc 5368 WL1=Jt Cm", Ca. 94597 Walnut Creak, Ca. 914597 This is to ewety Mst dw Ca*wW iAdieMsd by X Ass wwrad to the lil kwumd fnolAwCe saffeas w h awmiew ss was w dicslsd by s sps-A-00 entry in dw Cowap eok~sublsct fa the tsrras,oorrdiYsws,sad eaalnsism of tbs ps•sp4s•1 sad*at iA of Tt1HE t1M t#NR pM/C�f to LWW or lNwwrw 11�IItd t1#slll�sslr Osst�usMls Efl. �-Ia OUllflglsase�lM • dsa LAS 4#00 Se of udMV-400 LY wAXW z f�rnarae i 500,000 Gob owes oeaa.rlfe ' 500,OOD asMOweomss i 500,000 woblsaslf Osaltsokd 7124 248 C ow ap'omcm'n's"'' s 500,000, 500111pown aisnlw COPA W EPL 6/5/77 i 500,004 hdoocewesw ee d DAfWOE Env. 12/31M powam i Essk Clsoerfease C600111110111110 i Aft w ()PW.. corwsotaw s P 111111101:110 011101111111111111111111111 ktdd.al.+a.w.wn � sr' Is f f;nooanfwue stow AwboaMs L WMV-40MY N Wf OwM ANONWAW M — y 500,000 fob ftmies fthsd AutowNWIl s ta►+.rad Arwww*Mw x 7120" Es. 6/'5/�7i7 is 500,000 ask ase asses ss Arsrbre DAMAGE Ets 12/31/77 Qlrrts�AlAswebsss Hbod ArlewMffse = 100,000 a"oso nmm _" - wwd/4+bosib w 'Co111w s pr m i fM for MsbM+y e.«wd 6190 Ham"kwjmd for**ca wb x0 tal..se the p...r bwmW d CORMA. CCS?A CO doled 8/10/77 as proridad h sn ualroktef NOWAY earer80 POR stlsMsd be M pili. Construction of intersection modification at Alhambra Valley Road and Castro Ranch Road, aoprwdmately 3-1/2 miles southeast of San Pablo Avenue in Pinole, Project Pio. 1481- 4379-661-77. By endorsement to Policy Number 71201,248, Contra Costa County, its officers, employees and agents are nxmd as additional insureds solely as respects the above listed job, THJS CERTIFICATE OF 090JRANX NEFTMER AFPAMATT11f3Y MOA NEGATf11aLY AM@MK EXTOM OR ALTS IM GOYwll1� AFFOFCM BY AW POLICY DElf ftp HOM L ti Ifo poWc Jww is caro dw p in such nwww as I*IN this owlacass,ow �sei1 fob N W1s�d" l� inrwd,at YNe adios Mow sbw4e�soon of any sick abwps oresAassds�� Tail wrllbeais sksM not M rsMd oltbss alEad blt w&AWAwlssd 08peso9"w of an Can w r r� TAME ANNDADDR�•SS OF AGENCY Glen Hanson Ifs. Bralo sf, Inc. COMPANIES AFFONOMIB COVERAGEIS P. 0. boz'31�b WalnutCreek, Ca. 94597 LDM VY A Pacific Indemnity LETTERW " B NAME AND ADDRESS OF INSURED - - Michael F. Morgan ABA LETTER»" Ci Michael mrsm 53NPa�r3 tg D ccaJPANr P. LEITER Walnut Creek,Ci.94597 carANr LETTER This is to certify that policies of insurance fisted below have been issued to the insured named above and are in force at this time. RICY oaf is fnw COW"Y TYPE OF INSURANCE POLICY NWABER EXPIRATLION DATE EACH AGGREGATE- OCCURRENCE Ct�MetAL LVA LWY eoolLr INJURY : s +� ❑CDMPRENENSIVE FORM ❑VREMISMs OPERATa»s PROPERTY DAMAGE - S. s 0EVPLOSION AND COLLAPSE HAZARD ❑UNDENGROLM WIZARD OPERATIONS HAZARD BOOGY INAIRY AND ❑CONTRACTUAL INSWUNCE PROPERTY DAMAGE f s - BROW FORA PROPERTY -COMBINED _� ❑INDEPENDENT CONTRACTORS p.PERSONAL INJURY PERSONAL INJURY - s AUTONOM LIRML y eaDlwl»Jur+Y s (EACH PERSON) O COMPREHENSIVE FORM BODILYINJURY f Cl OWNED (EACH OCCURRENCE! HIRED PROPERTY DAMAGE s WoltyINJURVANO L❑•!NON-0MNED PROPERTY DAMAGE ` S - COMBINED 1EXCM LI111811MV .— A �Y2 ��/Irk 86DILY INJVRY ANO ?� A ®UMBRELLA FORM 7923-28-81 �J1/!T PROPERTY DAMAGE S1f0w• s OTHERTHANUMBRELLA COMBINED FORM +Y VIMERS'CO11lEf1iAT10M sTATuroRr -•i andPollf— EM?LOYdif'LtMlli>rY f uCNAao[rn OTIIQ � . f soRrraN OF OPERATIOIW=AT1)NSJWWCLES: o On and Castro Raaf h Road oppmdaatelY 3-1/2 !miles southeast of San Pablo Avottgie in PiaoL, Prn=:= wo. un-079-"I-77.TI. W endorsaeent to Policy Number ?923-28-83., Contra Costa CoW ty, its officers, enpSoFeea and tod Job. Cancellation: Should any of the above descr'd policies be cancelledrbpefore,Lhe_MMiration date thereof.the issuing com- pany will svri ten notice tO-.rt1 u. med certificate holder. NAME AND ADOPEiS OF CERTIFICATE HOLDER. 8/10/77 Contra Costa County LATE ISSUED. County Administration Building Glen Hagoo, Ins. Brokers Inc. 651 Pine Street �j� f Nartiaes Co.. %553 1py: ITJ.G� �tD PUPIEiWA RuiHDRIZED REPIIESEAIrArIVE OI�521 Ar RIO T4 BEd.241) ATRE TOSS,lue. VERIFICATION OF INSURANCE" Swm 42Ibm COHTRA COSTA COUNTY PUBLIC WORKS DEPT. TO: 255 GLACIER DRIVE QM2 MARTINEZ, CALIFORNIA . 94553 LATTN: CONSTRUCTION DIVISION —i We.the undetaiped,hereby verify flat the following described insurance is in forts at titin data,of abich ro is insured with Underwriters at Lloyd's, Landolt %is insured with Certain laverance Compaaiea, Lem",Eeglaad 100 %is insured with MISSION INSURANCE COMANY Name of Assured: D&A MICRARL MORGAN PAVING, ET AL Address ofAssured: POST OFFICE ROY $36$, WALNUT CRW, CALIFORNIA Location of Risk: � Kind of Insurance: THIRD PARTY PROPERTY DAMAGE EICLUDING AUTOMOBILE Policy or Certificate No: M $25167 Period: From: JUNE S, 1977 Ta DEC®BSR 31, 1977 Limits of Liability: $100,000./100,000. t JOB: CONSTRUCTION OF INTERSECTION MODIFICATION AT &LNAMUA VALLRT ,ROAD AND CASTRO RANCH ROAD. APPRORMATELY 311 MILES SOUTRZAST OF SAN PABLO AVENUE, PINDLE, CALIFORNIA, PROJECT 014$1/4379/661/77- This document is furnished to you as a matter of infornartion only. The iesasace of this doeasisat does am she the personororganizationtowtwm it is issued an additional assured,nor does it modify ia my msuuser the coattaet of insaaace between the Assured and the Uadetwriters. Any amendment, change or extension of mach contract can only be effected by specific endorsement attached thereto. For particulars concerr+u g the limitations.conditions and ternm of the coverage your we referred to the oriaiwd Policy or Poticies in the possession of the Assured. The undersigned will have no responsibility to give notice of cancellation of ekis iauasee'excep to the eatest ape_ cifically provided herein,am am we Irrmers.however Insurance has been placed by Sayre A Toso,Inc. SAY Dated at SAN FRANCISCO, CA, AUGUST 10, 19 ori S&Ts2"(ww.iO/71.i<WbmslefiriaraefSU536) %aaihrwd with 6wd cAr .;' ENDORSEMENT# 3 EFFBCPLVE: 8-8-77 IT IS HEREBY UNDERSTOOD AND AGREED THAT THE FOLLOWING ARE ADDED AS ADDITIONAL ASSURED(S) HEREUNDER BUT ONLY AS RESPECTS OPERATIONS OF TIE NAMED ASSNRED PERFORMED UNDER CONTRACT FOR TEEM: CONTRA COSTA COUNTY, ITS OFFICERS, EMPLOYEES An AGENTS 233 GLACIER Dens NMTINEs, CALIFORNIA 94333 ATTN:-- CONSTRICTION DIVISION p IT IS PEIRTNERUNDERWOOD AND AGREED THAT IR1Rm'lEcmR oP ? NUMBER, Cr UT I?I 1 NAMED AS AS==(s) OND6R THIS POLICY, IN NO EVENT SHALL THE COMPANY'S LIABILITY IN TIE A0GFA9GATE EXCEED . THE ODMPANT93 LII[ITS OF LIABILITY EIMSSED IN THE POLICY. IT IS UNDRRSTOOD AND AGR® THAT TIM POLICY SMALL NOT HE. CANCELLED OR ALTEUED NOR TO AVOW OF O=U= HE REDUCED, UNTIL AT LEAST (30) DAYS AFTER NOTICE OF SUCH CANCEUMION, awm4w OR REWCTIm OF Comma NAN SEEN" MAILED TO THE A30VE ADDITIONAL NAMED ASSU=(s). IN TIE EVERtT THAT COVERAGE IS CANCELLED FOA, NON-PAYMENT OF PREMIUM, TIE �; w ADDITIONAL ASSURED(S) RILL BE GIVEN YNOTM DAIS NRITT= NOTICE. Thirty (30) dap �} (Above; hig.,,( ) approved Ronald C. Varnish ) ALL OTHER,TERMS AND CONDITIONS REMAIN UNCHANGED THIS ENDORSEMENT IS ATTACHED TO AND MADE A PART OF M 82816 7 OF TIRE MISSION INSURANCE COMPANY ISSUED TO: z* Ar. DATED AT: SAN FRANCISCOO C T.TIMBNTA_ DATE: ,AUG_ner :nI922 al SATRE A TO S$T 1S9 (NEW 8/75) BY: onfibnad with board antra In the Board of Supervisors of Contra Costa County, Smote of CahikmMw August 2 .y 77 Is 1116/Meow of - Approving and Authorizing Payment for Property Acquisition. Oak Road Widening, Project No. 4054-4189-663-74, Walnut Creek Area. IT IS BY THE BOARD ORDERED that the following settlement and Right-of-Way Contract for Oak Road Widening, Project No. 4054-4189-663-74, Walnut Creek Area, is APPROVED and the Public Works Director is AOTHORIZED to execute said Contract on behalf of the County: Contract Payee and Grantor Date Escrow Number Amount John H. Sutter, et ux July 15, 1977 Title c $4,000.00TrsEscrow Number OK-245387 P.O. Box 906 Concord, CA The County Auditor-Controller is AUTHORIZED to draw a warrant, in the amount specified to be delivered to the County Principal Real Property Agent. The settlement for the property being acquired was for $15,200.99; the balance of $11.200.99 has been paid grantor previously under withdrawal provisions of a condemnation deposit, Condemnation Action#165338. Contra Costa County vs. Nax N. Kirby, et al. The County Clerk is DIRECTED to accept Deed from above-named grantor for the County of Contra Costa. PASSED by the Board on August 2, 1977. 1 fweby car* tlwl N16 fo opoie9 b a Uve and carred copy of M oddly►enlwed an 1116 w n des of said Board of Superoi m on 1116 dale aforesaid. Originator: Public Works ueNartwent Wilnses 16y hand and i Sed of the Noerd of Real Property Division Supervisors cc: County Auditor-Controller affixed dos 2ndday of August 19 77 County Counsel J. IL OLUM, C1wk N. Pous W1 I H-24 3i'(ISm Iamust 2, 1977 It 9:52 a.m. the Board recessed to meet in Executive Session in Roost 108, County AdmInistratw Ban fnt, lB�it:ez, calizornia, pursuant to Gore:ont Code Sectio54957.6, to consult with its representatives is coaaection with discussions of salary ratters. At 10:45 a.a. the Hoard v coo aaad in its Chambers and app:+oved the ioUovina three reso2atiotns and coe board order: 00525 .WpfAm d wish board orU { In dw Board of Supwvigoirs Of C 1dM Coda C mly, Sroti of-CAMauio — August 2. . H 7T bdwM~d Extension of Time in Which to !like Adjustments in Salaries Retroactive .to July i, 1977. In connection with discussion of salary matters, the Board having heretofore determined to extend to August 2. 1977, the time in Which to make agjustnm:nts retroactive to July 1,1977 as long as them is continued good faith effort to reach settlement and so long as agreaoext occurs within a reasonable period of-tire after July 1; and Hr. C.J. Leonard, Director of Personnel. having recommended that time in which to Woke adjustments in salaries retroactive to July 1, 1977 be extended to August 9, 1977 so.long as agreMhent is rwrched no later than Friday, August S. 1977, _ IT IS 9Y THE BOARD ORDERED that the necaermensfation of Mr. Leonard is APPROVED. PASSED by the Board.on.j, I 4w y ow0y diwrr ih.forepi V k a ores eW aaewee COPY of mm crit aMwwd as dke Chi Wn of said load of Swmwian an ahs darn ok mid cc: Director of Personnel wbums or hand and do seal of i awd of County Counsel j, County Auditor-Controller si6hsi ilxie� dr'r of ;9?? County Administrator Recognized Employee Organizations J. R. Clerk DqrAy CNA 00523 H-243/1615. _ _ - . .- ._ .. ..is�s.... ... ._. ....,,. .. Di THE BOARD OF SUPERVISORS OF awr2k COSTA COUNTY, STATE Or CALIPORl" In the Matter of 1977-74 ) Compensation for Employees in Units ) Represented by Social Services ) RESOLUTION NO. 77/624 Union, Local 535 . ) The Contra Costa County Board of Supervisors RESOLVES THAT: 1. On August 2, 1977, the Employee Relations Officer submitted the memorandm of Understanding dated August 2, 1477, entered into. with.the Social Services Union, Local S35, for the Cosinnity Services Unit and the Social Services Unit represented by said Union: 2. This bard having thoroughly considered said Memorandum of Understand' , the same is approved. . . ................. ..... ..... . .......... .. . ....... ..._..-.-. _ . 3. . •salasio; *ad.Teems and Conditions 'of 1 t ' Social Sesyias socaai services eaten, notal S35, is attached hereto, marked Exhibit Al and Paragraphs Rlabers 1 through 27 inclusive and Appendices A and R thereto, are incorporated bereis as if not forth in.fall and made applicable to the amplayeas in the above-now& units. 4. if an ordinance is required to.toplownt any of the fore- going provisions, said provisions shall become effective upon the first day of the month following thirty (30) days after such ordinance is adopted. S. This Resolution is effective as of July 1, 1977. PASSED August 2. 1977 unanimously by the Supervisors present. ccc:J3Social Services Union, Local 535 Director of Personnel County Auditor-Controller (6) County Administrator County Counsel RESOLUT1011 NO. 77/624 00527 __ ar Namorandum of Understanding �y- rf y be�ii ..�..L� Contra Costa County and Social Services Union, Local S35 This Memorandum of Understanding is entered into pursuant to tin authority contained in Division 34 of the Contra Cotta County Ordinance Code" and hat been Jointly prepared by the parties. The Employee Relations Officer (County Administrator) is. the:representative of Contra Costa County in employer-employee relations meta rs as provi$ad in Ordinance Code Section 34-8.012. Social Services Union, Local 535 is the formally recoPI=d_eemployae orgari=ation for the Community Serrices_Unit and Social Services Unit,.ant such..orgsnisation h" been certified as such pursuant,to Chapter 34-12 of the:Contra,Costa Cotintp;Ordimeence Code. The parties have runt and conferred in good faith regardift,low,:hours aAd other terms and conditions of employment for the employees in said r+apreWtatian li t,;and have freely exchanged information, opinions and proposals and have. amdeivofed reach agreement on ail matters relating to the employment couditioes anda.ployer. employee relations of such- aployees. This Memorandum of bnderstanding shall be presented'to thmt Contra Costs'CominiRy Board of Supervisors as -the.joint reconomdation, of;:the wAIarsiVW for.salar7. ad employee benefit.adjustmmmm+ts for the fiscal year caimancii.q.July 1. 1977: and;andim�r9; June 30, 1979. 1. Salaries Commwmity Services Unit For the fiscal year 1977-78, the salary ranges for each classification .coverad by the Community Services.Unit shall be increased, effactivt July`l., llrlf, rfthin the County Salary plan to provide salary ranges as follows: Effective July l 1177 Community Aide 3.7gs ='si0 Community Aide Trainee 635: • 775 Social Service Community Assistant 7S3 • !S1 For the fiscal year 197849, the salary ranges for each classification covered by the Community Services Unit shall be increased, effective July 1, 197$,'within: the County Salary plan to provide salary ranges as follows: Effective July 1,197811 Community Aide S 745 - 906 Community Aide Trainee 672 - 817 Social Service Community Assistant 824 -1002 2. salaries - Social Services Unit For the fiscal year 1977-78, the salary ranges for each classification covered by the Social Services Unit,-shell be,increased, effective July 1._ 1977. Within the County.Salary plan.to provide salary ranges as foliates Effec"V4 Jul. I. 1917 Clift ical social ibrker s130i - 1588 Eligibility Control Worker ­94 - 1149 Eligibility Worker I 783 931 Eligibility Worker II gig - 1018 Public ilialtb Social WoMser NOWT - 1598 Social Caioaft Specialist I - _ :1214 -:1476 Social Casarork Specialist II - 1lK 1598 Social P1 09 Pia+Mer I 1301 - I= Social Pro9ra Pla wwr 1LINS 1930 Social Worker I ;. - 8s7 - 1078 , Social Worker It 17 •'124a Social Worker 111 11irt= 1410 Social Worker Trainee 8!7 107WW Vocational Counsellor 114W- 1410 Vocational. Counsellor Trainee w - 1070 For the fiscal year T47a-79, the salary ranges for`"0 classifl Site& cdvered by the Social Services Unit shall be increased. effaMV& July 1 19T8, 4ithiw the County Salary plan to provide salary ranges as follors -_ Efficti�re Jaly . 1978 . : Clinical Social Worker $1376 - i672 K" Eligibility Control Worker NO -'1210 Eligibility Worker I 8=4 i00? Eligyibility-Worker II 925 - 1125 Public WWealf*Sociel:Worker 1376 - 1672 Social Casework Specialist.I 127! - 15% Social Caserork Specialist It 1376- 1672 Social Program Plan wi I 1376- i:'I672 Social Program Planner II '-'/6I2 20:12 Social Worker I _04 - 1135 Social Worker II -10811314 Socia l Worker III 1221 1485. . ' Social Worker Trainee 934 1135 - Vocational Counsellor 1221 - 1485 Vocational Counsellor Trainee 934 - 1135 3. Health Plan The County and the Union agree to continue the existing--an o Croup-llaalth Plan progrymm of combined llbi,cal,_Dental and Life Jam.. i oor��e .iwrovlh,.. . California Dental .SN►via..0CCidWtal Life Insure" and mad mil,hisureeee options of Kai ser-Permp te'.Foundatian and Slue CMS*_Of IiorRliw+� tafifonria. Effective August 1, 1977 through July 31, 1l78, ampTo0o!eomtrib�tion r6tes ; for either plan option for all perwanent 20/40 or 9r" _ 1q cprerrd by this Memorandum of understanding shalTbe- 6.90=e■'loyee y�.or=il3.B6 Fiapioyee and_Oopend@at(s), Corrospondiig elms for ertgyeao receiving Medicare c rirei gb his ftmo.Sri"M Of., iAs+�stamdiag sM11 be 'i1.00'`ter l4j oj�ee 0ety 30..1x' Employ" an0 Oepeod"t(t) �rtth oma'merier receiving Medicare:_.amd $7.60 for"8mplayea and Depeedeht(s ;hAtlh ted receiving Medicare. 'flit County shall contribute the aeoossary=balance Of costs to.mmistaim the-Plan on behalf of the eligible mploy s for tkis period. Effective August 1, 1978_t6rough July 31, 1979 the CohMly, agrees to increase its contribution toward each health plan`option-by K:30 ei�th I*' 6*l- es- Only and $8.00,W- I' the Emplay" and aeperAwt(s);�aq increase in the health plan costs in-sieoess.of $4,90/8.00-per'mo�hth suty 66,- yr iorin 'the g1ayc Corresponding.Medicare rates-for-aeoloym covered under.tiffs!lemoi�andhmr of Understanding- half be is follors: for bpioyee Only-oe l�alicarr by'takfmg the Employee Only rate for the option selected and siitracttns the; iamtlhYjr hertz" 8 Medicare premium withheld from Social Security payments for omr ehhrolle, 'for Employee and Dependent(s).with.one memIar on Medicare by taking the Employee and Dependent(s) rate for thO option selected. and' subtracti. tine mon_tirtr ►ort S Medicare premium withheld from Social- Security payments for ole serol?ee; for 6hploy�ee' and Dependantrs on Medicare by taking,the s) with to membej ployte and 0e• Pe ndent(s) rate for the option selected and subtracting_tie_monthly Part $ Medicare premium withheld from Social Security Payments-far tea-enr�slleis, p0%iWidd however that,,the.minimum:employee health plan contribution: Will 1* 1 per moth. Unless modified by mutual agreement, any increased pr!etirfh�s Brom the "Smith Plan Carriers, effective after July 31, 1979 shaTl be' the r"aisibftity:of fled` employee-subscriber. Upon retirement, employees represented by W41 :Semi;;e�� Union,local S.9S- may remain in the same County group nodical plan if iiwe I=.y"before their retirement they are either active subscribers to the Coinhty'MM1th rto or if: on an authorized leave of absence without pay they have reU%W individual conversion smwbership from the County plan. a. Sick Leave The Union and the County agree to continue the lick Lisve Policy as found in the Administrative Bulletin 311.2 which reads in full as'tollous: I Puraose.of Sick Leave The primary►-purpose:of paid sick ldave is to insure; +by es 1."fist loss of pay for ts�ponaryr-absences from work due to i11Mss-or injury. It is i. privilege extended by the County and my be used only as`autAor —A., ` it is not paid time off which rployees pry-use for perswl. octivi.tles, II. Credits To and.Charges Against Sick Learn ` Side I*eve.cr+edits'-accrue at the rote of eight '(8) rprlkinne`Aeurs--credit. for each completed ni th-of senna, as-prescribed.by:CaNwtg=Ordinance: 6i*foyees;' who Mork a portio of i_.eati are entitled to,is pro;"cele sliar�:of tUe mo�tAly-, sick leave credit an;tbe"sat basis as is ptrtialiontb' eo,reesstion. Credits to sick leave and charges against sick leave are'1111116, nde in nwnr amounts of one hour. Unused-sick lam credits accumulate-from'Year,to Wal an amployee is separated, other than through'retir+sewt, the`employee'"s accumulated silk leave credits shell be cancelled,`unless. the superation results from layoff,:-in which case the--accwlatpd cradi#:slrN be.restored if the emploiree s-roe-employed in, a permanent position Mithia tine period of his layoff el gibility.: - As of the:date of'retirwwent, an awployee's aawtated 'sick- laeYe-is- converted to rstirerent time on the basis of one day,of retir+�marnt service credit for to, day,of accumulated sick leave credit.' III. Policies Governij& the Use of Paid Sick Dave As indicated above, the primary purpose of pai1t sick` leave Is to insur* employees against loss of pay.for temporary absences from work due to illness or injury, Tide following .definitions apply: "Imindiate fail means and includes only the spouse, son, daughter, a er, mother,_brother, sister, grandparent, grandchild, father-irrlaM, nether-in-lar, souaw-len daughter-in-law, brother-in-lar, or sister-in-lar, of4i- employee. "" to `` means any person employed by Contra Costa County in an allocated position in the County service. .. .. ... . .. "Paid sick leave credits" means those sick leave credits provided or by County Ordinance. Accumulated paid sick leave credits may be used, subject to appointing authority approval, by an employee in pay status, but only in the following instances: ATemporary Illness or Injury of an Employee. An employee may use paid sick carp oyes is off work because of a teopoVo1 illnessdle�,ls�iury. B. P!MMt OfsabiliU Sick Leave. Permanent disability no" the employee sumrs roe,a ng physIcal-injury orAllmess 04 is l weby:. prevented from a gaging;,ie aW► County,occypation for-whtcb:;,he is:.q_al'fled by reason of educatioR* traiminB or axperfeuce. Sick- INv ety be used by permanently disabled_e loyen,until-ail; accruals of:tlo rployes have' 6eem.: _. 77 exhausted or until - the:,�mpioyee-is-retfnW b the-heti.rwo Ou", subject ., to the followlimu6mditiens 1. An application for retirement " to disability has beam filed with the Ratimmont-loud. 2. Satisfactory medical evidence of Such disability is rrceiwd by the appointing authority-within:30 days:of the:start of,vst:ofsick 1 eve for perinent disabi 1 ity. 3. The-&Minting aethority my,rwier:modical avid ad or+der . furtlor exi�mieation as.Ire deme; necessary, aM may temiaatwtof..: sick leave Mien such further examination- trotes:that the<wvle e is not disabled, or when the appointing authority detme mos that the medical evidence $UWtted by the wgiayee: is imea�fitiemt; or. Where:the-&bare cemditions have not bean Net. -> _ C. C aniaile Disease; M employee ■ey use;paidsith larva cv±Mlts when he i—s;anMr a $"Ic»m'a.orders to remain;sedud +lye..to te; a communicable disease. - D. Sick leave-Utili tion for Di Jilt . - ,hhlioyees;r�diesa : ; disability s. or Con- y--pr ,namEy�- sgrrtadl, abertia _- childbirth, or recovery therefrom, shall be a lowo t! mal sick 1 Credit to the maximum accrued by such employee during the period:of-SOO,,disoiJitr under the conditions set forth below: 1. Application for such leave must .be--lade by the employee to the appointing authority accompanied by a written statementof disability from the employee's attending physiciam.; The=statementserst dress;;: . itself to the=+�leyee's:,9eNrai physical cemiiti Mvf ;:,o idend= the nature of the.-MOrkk;perfor+�ed by the::�g140".9 aid it-most. n�ipt! .. the data of the CON! emeit of the disability as well as the date the physician anticipates:the disability b tfAiMi7e _ The County-retaims the;right to nodi cal rovier;of all r*,*mt=-,tar. such leave. 2. If an employee does not apply for leave-and.the appointing--authority believes that-the-employee is not able to properly perform! ber Work _ Qr ftt, her general !!mal th is impaired due to disabi i i ty caused:or �:doht�tbirted to by pregnancy, miscarriage, abortion, childbirth or recovery therefrom, the employee shall be required to. andergo-.a--physical examination by a physician selected by the County,-the "cost -of such examination to-be borne by: th$r County. Should::the medical report,so recommend, a mandatory leave shall be- imposed-upon the-employee for the duration of the disability. 3. If alt'-accrued Sick leave has been ei Ofaed,iyytlee4eea'io ee. tht employee silt beam- fdered_on an spprowd 1 -pay Sick lave may--mot be.ntiliaed attar,the aployre hes iew'e+siilised fres the hospital Oftl ess"thea- 10* his-providad-ah e0oft,ifth a irfttee statement from tWomployee's-attending ftsician statl tit, the empioyea's disability continues and the projected date eUtM:iPvtoyWs reoovery from Such disability. E. Medical and Dental A000intments. M employee My use paid 001100110" credits: 1. For working time used in ke"ing7medical and dantal'appointa�ents= for':' the employee's own care; and _ .. 2. For working-tip'toot over 24:haws is,ftcr fiscal D= WP)-,W@d]6r.an employee foie pr�eschaftled=iedical Ont dental appslmd•Mts fen► aft"immMiate family WM6j '"I i#1* ib'theaem�eioyae's hwe. F. 6m nc Gre of F041g. An 10 mey'uro }1;4D sidc"lewr c►M1ts {up to two mfrs, unless�he y Administrator-awed=eaeii+e)7 for werkin! tfiot used in cases of illness, or injury to. an immediate family.mober living in the wployee'S Mmn. if there'iS a rail Head for swisoAe b ftr&r.care to=.alM no one else is-available therefore. and if alternstift-i; ye nts`for tlea'eAre of the ill or injured person are immediately undairtalm. G. Death of Fseefl IMr. . AA .em4loyee:syr use'pid_sicik:]save_crMits for working ift uses-because,of`a death in the wployee'6`16100' iate feeily-; but the i p10 a°shall set nceed thio working Mys _►1ia`,W to tie dors of work time for necessary"'travel. - _.. Accumulated paid sick leave credits may not be used in the following situations: ,. - Self-Inf1ictsd Ia car -tiid`sick leave credits mey;�et be wed" for time rem-waft r an'oployes's illness Or in3ary'�-pfirNestly self-inflicted or-'caused by the employee's W 1 Niel'irisoonduct.` - Vacation. Paid sick leave credits may not:M mooed=for-an'eWloyae's illness 0-FT"jury which occurs while the a■ployee is an vacation but the County Administrator my authorise it, wMn-extebeOUNS ciruntancas: exist and the appointing authority approves. - Not in Mi Status. Paid sick leave credits may not ae..used whey-th! emp oyae would otherwise be eligible to use paid sick leaVe'r credits but is not in pay status. IV. Administration of Sick Leave The proper administration of sick lave is a responsibflity-of the ompioyee and the department head. * following procedures apply: A. Employees are responsible for notifying their department of an.absence prior to the commencement of their work shift or as soon thereafter as possible. ° - Notificatidke s�l ;include the reason and possible duration of the absence. B. Employees are responsible for keeping their dperWat Info rwtd on a continuing basis of their condition and probable date of return .Lp,MO+'k. C. Employees-eve::rssooesible for obtaining advance:-aevav ftom their supervisor for-the:scbeiuled til:of- pre-arraeged;Pe SWA_,or faai.ly moiic#i and dental appoinbaaots_., D. The !4:heur amoral_ al lotirnt of sick loeve +iitlE�iso,u 'to ta1r immediate faiMiy, ram;. living io ,the:e■ploye's es !ow , tr medical and dental appo%bts should,be accounLr ;;: I t o0 a fiscal year basis. Any be once of the 24 hours remainirr�-at the end of the fiscal year is .not Ua to,carried over- to the ;Wt year, depari�ents shoul0 notify the sployoe.it the maximum allwace is reached AutheMsatia . to, use sick leave for this is coati purpose agent on availabilit�r of accumulated , sick leave credits; it is not an additional allotment of sick leave which employee may charge.. The use of sick- leave ma pr+operiy be .denied. if thgo..progimes-are Prot•= followed. Abuse of.the sick leave privilt9e on the punt:of dwomtoyse is cause for disciplinary.actio". Authorization-of sidle.,lie" is,4..Corti fication Out , of the sick leave claim. To ascertain the proprietlr of cli- , apitisC sick 1mM department heads any make such investigations as they down necessary. use of one or none of:the f.9 lowing procedures opy bp,lutp1W:: , Cal l iirg the loyee, _!#re-employee's ,family or attooAft phy"ciao if there -4,0 Obtaining the signature of the sployee on the .-ate Extr# Time Card, or on another form established for that purpose, as a certification of: the egitiancy_of the clam. Obtaininga , ttall stataMnt explaining the .clams for use of accumulated sick- lave credits. Obtaining:a ph ys don's certificate,Covering :the;aManoe(s) indicating :that the employee;rums iNcapacitated.. - Writing a--lettir:0. inquiry about the rs eaiployre's conditi%on. ; enclosing a foto be filled out, .signed, and riturnid. - Obtaining aperiodic statement of progress and medical, certification in absences of an exteeded nature. Department heads are responsible for establishing timekeeping procedures which will insure the submission of a time card covering each employee's absence and for operating their respective offices in accordance_with these policies and with clarifying regulations issued by-the Office of-the County. Administrator.,.._ To help,assure uniform policy application, the latter office should'be contacted Orect to sick leave determination about which the dpartment is in doubt. �NU S. HOURS Social .Service Deparbmt The Social Service D@Orbmt shall continue t+e;,"INOW a:stalgorei-work schedule plan.- Office hours shall 'remain open to tbit-pab1`ic-vivo,1:00,cm:: to 5:00 p.m.. !londay throigh Friday. Pomenent full-time aloyNs`shall'Mae the option to select, sub3ect to prior approval of the dsperimeut, an eight hour day. foM hoer rerftW scMdule consisting of-wftAwNs"Wdcb our"be!,: other than the on61'8:00 s.ei. to 5:00 p.m. or 4:30 V,A.'worb eChidelp. Tht following shall 4*i-w as the besic criteria for the sta�*fftc" A. All aloyets +cast be present at their offfte or othirw�lte4 in the duties. of A= position during the cane:hMew Of -10-.0 os. alit 3:30 S. York schedules not remain within the hours of 7:O0 a.m. ant7:09 p s. C. The stloi t staggered cork schedule shell'oaisis of the hours of work oath dor'e�roapt for`when`a seMdul9 iaclulimrit owe Win! eight hour workday is necessary to provide officer of the d y civ*age or-for other specific cir mo#nces in which the departmt detefsines tint such a varying schedule-is-appropriate. The decision'oi�'the dap rtlorit bifid' or desi¢nee s1ia1T be final. _ 0. Lunch periods of one 11) or one half O hour shell be scheduled. In the event that the esployee desi��es to cheap the scheduled, lunch hour from one "(1) hour' to:one half%) hour. or.from eol,,helf(%Y hour to one (1) hour. that change must be approved in advance by the dopari�eent hNed or designee. Lunch periods shall be taken within one (1) hour of the old- point of the a■playee's scheduled Wri*y. E. Each work unit designated by placement under,a sigh line supervisor shall have at-least one line worker in the office during this-hours of 8:00 a.m. to 5:00 P.m. Etch such unit shall'else Mint•it 14est oge additional line worker in the office or otheMse 4001V `fie the duties` of their positions during the hours of 8:00 a.m. and 4:30 p.m. There are two situations in which'exceptions miy, be Mir 16 theeii-minimae coverage provisions. Units which are placid 111011derr:&"stuiplf snper�eisor but which are split between two or morebuildings May be clustered with another unit of alike program function in the ku"fate worn area of the same building for the purpose of maintaining elni corerege'durieg the time period between 4:30 p.m. and 5:00 p.m. A unit of three or fewer workers may be clustered with another unit of a like prograwt function in the immediate work area for purpose of maintaining minimum coverageIp provided that the total number of workers in the units so clustered shall not exceed eight. F. Each employee's proposed staggered schedule must be submitted in writing and appWov by the dop ,tw t head or designee prior to implementation. G. Changes in staggerid schedules shalt be requester M writin and ■ust have the approval of the dapartment`head or designee°pNor to tmplwntation: H. Conflicting.requests for schedules shall be rndhed iv,the departwen' head whose decisiek sMil be fieal I. Positions whose principle duties and responsibilities„are associated with the `servieas er income eatet nee recaptian or`scriiat g fiactian closely related to tAe regular office hours wfll'be assignM-to nojk hours between 8:00 a.m. to 5:00 p.m. in order to provide fell= coverage, unless the department determines that such limitation is got *WW or necessaiyr: _ J. In the event coverage within a location bwAm topereriiy,redv6W-,as a result of scheduling revisions or absenteeism, employees will be expected to assure that the neo MWYa functions are perlamN, psrtlailarly answering of telnphoees: K. It is W,40stoed`thtt as individual aeplolyde:' sell iild_eay be changiw due to the needs of the`depat: L. In the evict=this Ble ared-schadnlint:provisieh,fs,fWN by - the department to be inconsistent with the eetQs ef`'the'BiNrtiat, the` department shall so advise representatives Of.Local 53s air the Cw*tlr and the union shall moet'andnfe cor in on attempt to i solie'`the;in- consistency. HealthDepartment The Health 0epariamt:shall inti tuts, within_cl f*iraAd caseload requirements, a staggered hours Mork schedule plan in'whichps% rit ` full-time social workers shall have the option to request,,sWect t0 prior approval of the department head or designee, an eight hour day, _ forty hour work week schedule consisting of work hours which my be other than the normal 8:00_a.m. to-5:00 .m.,_Nw day_thropo Friday. The following shalt setre'as the basic criteria-for djpart iptal.approvil A. All employew oust=be present at their offiCo- engaged in"the duties of their position during twe corgi hours of 9:00 a.m. to 4;00 p.m. B. Mork sehadi lis°iiust renin within he`horrs of=7-30 a.r i11d' 5:30 p.m. except for specific assignments which vmj_iegMie work beyond those hours. C. The selected Staggered work schedule shall consist-o-U the=same hours of w6ft tach day except for when a schedule.including,varying eight hour work days'is-necessary to provide coverage during the hours of 6:00 a.�a.'to S:00 p.m. The decision of the department` head or designee shall be final. I.f.' �, � 0. l�wcb period: of,are (1}.orone-i�aift� ho�rr �t11 .MtscMwriulad. Subject,to tire.=apprevai .of the dpparl�et hMd 4 r;d�ii*..: Io. the event that tha-social on kei desires to diiiii:the sdredrrled luech.M w,, `roe_.e", (l)-hear:_hear.to_,belf,(�j ,1�.•;ar ( } hour a one Mier, that change must be apjeawi; 3e itrr#iart-b►. . . the department hand or designee. E. Each.social Moriaer's:: ata eras sic"Ie-tet-bye soj1heitted, In writing and d blr the d rteent Mead ar 4464 1904peter to iiepl titian, F. Chw4ps, is stanariod schedules'shaail be r+e4uestaii i ., wrttfng and ,- _ , out have the approval of the department head or desiow prior to` implammotation.. 6. 'Coefl ictieg ""Vests for,schibles,shat i ,hs..+R+ito1wd- pr tM� department-hand or•desigmie, and this decision shall Me tfMi. N. In the-event..cow, r e-witMip as:ane efface becames:teeiperariiyr reduced as-a'rasultLL of pnrprai chides, sd"li"_ ONI"#ens. absenteeism, or redactions in staffing, the'dipartMest 1* WIiii social worker schoftles_and/or dotiaao assyre tiwt are eeKessar�r functions of tlrie . ane- a!Mrb�tt.A' 1. It is understood that_an individual. smlit ise's acirodMle y► bit :. changed due to theheads of the departiient. J. In the event this staggered sthaduling provision is found-by too,:, department to be inconsistent with the needs of the department, thi department shall,-so:,advise ,rePrtisaetatives_of Local 36 aced t*,Co"ty and the Usioa 0411*1110:and co�rfar t in an-attemptADAM"twe;the incMistency. 6. Personnel Files In the evsmt shat.as_+reployws job pwfoneasce and/or toiduct_is the Social Service,Diparlhient are unsatisfactory, the empioyre's4*1 ilsor shall so advise the amployea wi,ti-writtas:comfinatiom. _TW O"4r% eet hail,>erawide the amp/ with copies of 411,,gecfoeee"Oval 016C t�slaRts and ,Totters reprimand or Warning or"other negative material pirior 1b' 'thi ;ptac��int.oi= sucFi t documents in the employee's depaftaental or district p+ersemWat file. upon the employea's rrittaa 4es gat, copies-of t�ttars-o+` ea tean,d o� :; warning shall be sent_to-tie Mon. Each employee, or an employee's representative so designated by written authorization of the areployee, shall have the right to-inspect and reviw_ the employee's personnel file-upon request st reasonable times and for rea- sonable periods during the regular business hours of the County Documentation in the personnel file relating to the investigation of s possible criminal �ixg� OM - offense. medical records and information or letters of reference shall be specifically excluded from such inspection and review; provided, however, that preemployasat reference material shall be removed from tha plr WWJ file.after one (l) year of contIW-- s'amaloyoent Irith the:county. and fiuirkiMer,:that . medical racbrds' . 41 ► be`Freleased to qualifilw wicil autheriNls upon ole of a written inetwre 6�j► tiwt �to�r�ee and with the.casd�rr+e�t�t p�tiet Co�ttir.;s medical=authOritit. A,_ n employee qtr rrequiest cogf+es= o!''`otler': tlrfht oorltained ;' in the personnel file. The employee shall bear the cost of reprediiction of= copies. The County`shal l affordan employ" the-ow to respond"'in- wri flog., to any information contained in the personnel file': ` Such'r�lrsjioasie sMh be included in the amployee's personnel file. 7. Bilij 9M l Pay, 1110 County. to pay a salary differential of fief* -fiwt Oo3lars ($35.00) par-meMith to inca�ients of �esitio altocatoi to clisstfcstioens by this Ns"O i ire.`of itwierstauu tog` r+ppf Mnp' bi l fiputl A prof`it r`ap 3 _ by the County.- Said-diffsrsntial shall =be borated der wiptoj� «ierhirg:ll" than full-tree and/or on an unpaid leave of absence during Mgr givwmonth: Designation of positions for which bilingual proficiency is rpuinQed # the sale prerogative of the County, and positions Mnich_rf nor ar inn tht fietYre "ire spacial langu*skills 8i► have such requiremeets �d or deleted. 8. Educati Ex err idieir�brrsemi�it aiwt`Rateise Tfiee Education-Expenis Naini rrse■ant acid Release Time` will lee peOvi�Md to im�loywes in the classes-of.CoWWmIt* Aide'W Social Servicf .Cb�ity_A;histamt foe;att�diog college-courses fa►AM Purpose.of attain_ieg additional '. dwcatia� gualificatias;; possible•future`advaa nwent to he-levil of Social Said Edreattloe Expense Reimbursement and Release Time Plan is subject to the following conditions. Reimbursement will be provided for 50% of the total cost ofthe tuition Muter registration fee, Tab fines um es and books up to a maximrei�lwrswrnt of $100 peer school year; _ Reimbursement will-be,authorized.only for cperels`�dnfth°tht` to `lucicess= fully completes with &.passing Bride; Prion authorization.aM tayaant Claims filing=Will:be'prarceseed in accordance with administrative procedures for-Career Development Training as specified--in the County Training-Bulletin; Paid release time from regularly scheduled duties shall"be permitted=only_ - for courses hold-during working hours, up to a maximum of-five-(5)-hours WL week. Courses attended during ran-working hours shall be on 'thee anpioyee"s off time; v ; Requests`for role time. shall be mmde for-Rhe io or sam ater tot" deparRemnt.had,or, desipee;,and. the deparam. heed or Msigite shill respemi on as so as possible. -In #heavemt tlm_ragwst is graste0•the;iapialtiwR sd1� r ice: ; altered by the:enplohaie or :tie,,immidiate supervisor pith w� tlmh,approvat of flim ;• department head or deabre Nelease tin eye be disallowed if course work in previously authorized semesters has not been successfully computed with an.avetale grede.of-'C' or better. or if tha pipteiyee^tails to attend Ceases. .;, 9. Mental Health Screeniw Employees represented by Social Services Union, Local S35 who work 1n the Mental Health Screening, Umit-of.County Medical-Services shall rweivt.a differential per hourturfedat a:.p 4mjV_w.0t.SZ of the hourly egaivale�tt of tl bast rath provided, hWA*i$i titt,in the Silent-the_aonditions it4latet Meelth Scrwi ae+e improved solhat'..drta does canditioms so longer. exist 'such. i tiA.wiII longer be applicable:.. . 10. Conservators The Couatdf agrees,that=agdr e10410yee:in a clessificatigerepresented by Local 535 who"is assigned to a position, the work function of �rhich is in the Conservatorship program of the Social Service-Dow,bw 41001.4m.-,work as*' t of which requires direct personal working confect on a i�rtar defly hula of _. which court-rgmeoded.clientele of .tke Coosergatorsbip.-hi v6�as spedtied in;. . Division 5, Part i, Cbeptlr 3 of .the Mel fart i Institptioms:Cpde,: Ma11 ueive a differential per.hour.roeiCtd at--Of SL-ot the iawtir:•eiwtent of;the base rate:while'is pay status. including,Paid Yacstion, pari siedc; oew,se�0,_pald . holidays..: _ - 11 - A11 employees in the Social Services Unit and Community Services Unit who are members of Social Services Union, Local 535 tendering periodic dues, and all employees-in the--aforee�Rioned-:units who tberwfter btomw am6ws:ef.-Seciat Services Union, Local 535 shall, as a condition of emhiot,=primes ao Social Services Union, Local 535 for the duration of this llamerisid m of Understanding, and each year thweaftw:.:Omring a period of hi.rty.(30};�yys prior:to Jame 1,: 1979 aim thirty (30) days prior to any June 1 :thereafter ayr.es#toyee•Mie is a member of Social Services Union, Local 535 in the aforaenntiomed`aHt`shall have the right to withdraw from and discontinue dues deduction as of the earnings period commencing May i (as reflected in the June 10 pay check). Said-- withdrawal shall.be communicated by the employee in writing to the County Auditor-Controller's Department which shall accept and process-the-wrttten . withdrawal only during the above mentioned 30 day period. A withdrawal submitted to the Auditor-Controller outside of the 30 day period shall be returned to.the employee. Immediately upon the close of the above mentioned 30 day period the Audi tor-Controller shall submit to'l"iiiidie": Eligible employees`_elutina Ahe severance m aptfom rlI'll St rpuired ,to �aplete; the following Sewrimm pay S paratioe-Form. "I haw trtrl�mcost'a and read a copy of tlr ll�morandya af=_-Un/arstaadig between County and Social Services bion Locsl S3S.' (Social Services Unit) dated ,.�,Miborandiim of Umder-standing .bas been approv .,of Swery cors.of Contra costa;CorntY. I acknowledge that 4144e tersiaated cash rftM Contra Costa County effective , and that tei�foiitfan:wens legally proper. In consideration of and by acceptance of sevarance pay in the amount of Eigbtm Hundred Dollars ($1,800.o0), ,i weivg aw and-all proftniptial rewplo t rights and/or privilapps.witb CwNtra Copts Coat iw partiwlar .I wive tht biaeffts;prvvidM is:detfcla YII. Section 6 of the Rules and Regulations of the Civil S:r�rice: Commission of.Contra Costa County.' 15. Brideiae.of Serrice - - The length of service credits of each employee of thi County shalt date fraw- the beginning of the last period of continuous County eoplopmt (including,t-Oporarys Provisional, and pemenent status, and absences on approved.leave of aie�oef.- Won an employee.separates-from_apersnwt-position is-good iteug sed,rithfo:ia�p ydars is rewployed.fn a,pe+ wet-Cavity poiftiaa,: seiwIce cmoft mall ipd� call credits acwpulated at<.tioe.of.separation, put:shall' not.;inci11Ne:.the period of separation. . The Parsonael-Director slyl 1. dotmrtlne; thiol:_ hors.bas d to 04 employee st tus records� in his dpartme+�t. - `. 16. Tuition_Reialwrsemint The County Training Bulletin limits reimbursement for carter derolopeent training to $200 per semester or $150 per quarter, not to exceed $ON per year. 17. The County agrees to eliminate the SM position staffing restriction in., the classification of Social Worker III. 18. Overtime Overtime is any,authorized service performed in excess of forty hours per: week or eight hours per day. 19. Higher Classification When an employee: in a.permanent position in.the classified:-service is required to:workAn a:classification for which the-campiniatios:'is:grrater than that to which the employee is ragularly assigned;. the +�lo�t-sAai1.. . receive compensation. for-seth,werk-at-the rate of pay''aetelUshed fer the higher ciassificatiar .puruswnt to Section 36-4.802 em ssiary-oo promotiae, commencing on tie twentyfirst:calendar day of the assigw•a�t, vrliar,the fallowing.conditions: ; a. Assignment of the employee to a program, service or activity establishad-by-the Board>of Supervisors-=which is reflected in an authorized position which has been classified:end-assigned-to-the-Basic Salary Schedule:_ b. The.lature:of-the_depaeow tal assignment is7such-that=the _ employee in the the lower classification becomes fully responsible for the duties of the position of the higher classification. c. Employeas selected for the assignment will nonrlly be- expected_toa10et:_the minimumgwiifications`for-the higher classification. d. Pay for work in:a higher classification shall not'be utilized-as a substitute for regular-Civil Service prodottonaf procedures. : e. The appropriate authorization fora has beam subdittN by the departrnt head_at,Ieast 15 days prior to the expiration Of the 20-day waiting period-and-approved.by the COM ty" Administrator. f. Higher pay assignments shall not exceed six (6) months except through reauthorization. g. If approval -is_granted for pay for work in a higher classification _and-the assignment is terminated and=:Tater reapproved-for;the-same=employee`within 30-days no additforyl; 20-day-waiting period vi11 -be required: The Union has_been given :a: copy of a revised adrrhr strstiV4 brTl eta n >- pertaining-to-pay,-for-vork in a higher classification. `It is rnrrerstood that this abministrativd:bui elan is to be implemented wham the appropriate changes in:the County Ordinance Code have been effectuated: 20. Relocation Employees may submit a written request to the Social Service Department personnel office for an intradepartment reassignment, specifying area of the County or building assignment desired. When a position in the same class becomes available in the requested site, the employee shall be notified. The J1 interview and may make a selection from all those interested unles _= all determines that the position shall be filled by other interested, means, left vacant. or relocated. This procedure shall not apply to positions in specially funded projects or special assignments of limited duration. 21. York Distribution . The Social Services Departeent shall continue to review the amount and nature of work in each operating-unit,, and shall initiate thr geographical reessigment" of apioyees necessary:to-proportion and:more closely-balance,,the_number of available- taployees in each classification with the_antieipate+ aeart aMd=natwy=of work in% operating units:,three~-the Departmat. Is setectinreRloyees=ton rMs=lit, the Departaent Shall, consider S■ployio work location, length of service in the classification,-commute tine, and-special.skills and training The Department shall continue to review the member and nature of cases io the-operating units each three months and initiate such reassignmts as deseed necessary. Reassignaent shall not be.used as a Y"Iacmmt for_dlsciplimr proved". There shall be a comittee consisting of four rgresatatirres-of the=DMarO�eot and four repsen retatives of Local 53S (two from Services and feramt l from Inco Maintenance) rho shail.e t�to-share information and disem:,axifting::un*loed: 22. Safety The Social Service Department shall:continue to operate a=safety program; The program shall include District Safety comittea whiCh Shal Ir be:ee"Wised of two members designated by aww ment and two members designated by Local SSS: The comoittas may meet jointly with safety representatives of other mmployee organizations. Each meber-of-the comittees shall be offered training in accident prevention, accident-investigetion and comismoicatiats'to~ maployeGS. to promote safety awareness. The District comittees will be authorized-to cake reports and recomendations, on foss provided by the county, which identify and resolve Safety problems. Such reports or recomeadationushall; be-■tde to the designated district or,building swag ent:representatiue who=shall:= attempt to resolve the problem and provide`& rritta-respsose oo:the•ce Ittee If a problem cannot be resolved at the district or building level the-comi-ttee may forward the matter to the Departiaent Safety Coordinator. The safety Program shall also include a central Safety Coordinators Cam- nittee which shall consist of-a,representative of each dis"ct or buitdift safety comittee, the Departaaot_Safety::Officer and other.appeaeOrtate roagmaeot staff. A Safety Coordinators emoting shall be held sate-least .qu~ly-to' consider and discuss safety, accident prevention and safety'trainfog items--of interest to the local comittees and the Department Safety Officer. Such items may be suggested by the local safety comittaes or tha oeparon Safety officer,.. who shall .prepare.the agenda prior to each meeting. The local tomittae`repre- sentatives shall report to their respective committees on the items-discussed and conclusions reached. A sumary of the meeting shall be written and distributed to each local safety comittee and all appropriate managment staff. 23. Voluntary Oemotion The County woes to amend the County Ordinance Cede to /rooW that=- effective January 1, 1978, when an employee voluntarily-dq■rbs"to s°tlas sification paid at a lower salary range, the salary of the demoted oployre shall remain the same when the salary steps of the new range posit, OUMNise. the salary shall be set in the now range next below the salary theloyee received prior-to .drmetiom. 24. Compensa„torr Time Effective April 10 ,1978i the County agues to i"l I I t"fore el ised compensatory time off prom. This progr-am will -contain the following elements: 1. Existi rules which permit an employee to is elfti►U_fbr orwtlme ly payment shall be used-to-determine if accrual of agoOft" 0 file is permissible. 2. 1.ty, on or Before:Apri 1 1, 1978, eapl%ves's a t-Neti'ty their department if they. wish to accrue campewsatory time:off lar lielf,of - receiving overtime pay. 3. Compensatory time shall be accrued at the rate of one hour of compensatory time for each hour'of overtime: 4. Compensatory time may not be accumulated in excessof. 40 working hours. -Excess hours`wiil' then be paid at-the ove±Kfine retie:' S. Accrued compensatory time may only be used vflh the approval of the deparom Mad or designee. 6. Accrued compensatory time Will be paid off-at the Wwt1 ee rate for the employee's current salary whenever; a) `tM i P "U changes status and is no longer eligible for compensatory time, b) the employee transfers to another department,: c) the s ployre soparetn or goes on leave of absssce status'frar County ewpioyO@xffbr`1 months, d) thepmployre retires: 7. Any unofficial compensatory balances not speeificafly'suthorized by mmworands of understanding between the County:andl3ocial Sirvices- Union, local 535 shall be null and void after April 25. The Social Service 0epaitmm t agrees to initiate within sixty (60) days from the execution of this Memorandum of Understanding a .request for an organization and classification study to determine the feasibility of a lead worker for income maintenance units. Upon-the-coeeiusion of the study, the County agrees.to.discuss the-results with the-Union. . , 26. Retiramaaat The parties have met and conferred in good faith on issws involving . retirament pending as of the date of the Memorandnam of Understanding. Effective August 1, 1977, pursuant to Government Code Section 31581.9, the County wi.11 pay 35% of the retirement contributions normally required of employees covered by this Mmrorandum of Understanding. and effectiwo.August 1,.-"1978; the County will increase its peymant to 50% of such retirement contributions; but such. payments shall continue for the duration of this Memorandum of Understanding. and shall terminate thereafter. Effective July 1,:1977, employees covenad by this Memorandum of Understanding shall be responsible for payment of the- employees' contribution for-the retie ogmmeat cost.of living:paw.&&deteu�mino . by the Board of R&tiramaeeit of the Contra Costs Coumt _Eeplogees' :Retiremmeet Association without the County paying any part of the employees' share.. It. is agreed that employees covered by this NomrwAs of Understanding shall pay a contribution for- the_vtirrmant cost of living programa of-.18%,of earrAble compensation for the.;period from July 1. 1976 through:Jwit 30. 1977. 27. Grievance Procedure Attached hereto as Appendix B is the County grievance procedure which-4s : incorporated in the Employer-Employee Relations Ordinance 73-32, Chapter 34-28. In the event the Business Representative of Social-,Services Vefon. Local.;, 535 or a designated representative, in the event the Business Representative is unavailable within the stated time-_limits, and a rapresentatiwrof the.County - mutually agree to a written stipulation of the issue of-:a giswnc* and.-such'; stipulation shall be the accepted issue for a subsequent arbitration of the grievance, the waiver.of-fact-finding"set forth.in Section W4.004(c) of°`the Counter Code shall be to by satisfied.: The County and Social Services Union, lout 535 .ice«,that there:shall;be no discrimination because of race, creed, color, natieonnl.oritin,.potlitical . opinion, sex or union activities against any employee or applicant for employment by the County or by anyone, employed by the County,- and to,_t1 extent-prohibited . by applicable state and federal law there shall be no discriVination because of age or physical handicap. Y # � OMZ It is mutually recadad that the modificatioes sbww above be rde applicable on the dates indicated and upon approval by the Board of Supervisors. Resolutions and-OrdiNaptes where necessary, shall be prepared and adopted in order to implemst these provisions. It is wWmtood that if it is detmrminei:.. that an Ordinance'-ft required to imple mnt-awy of the fore ping provisions, said provisions shall became effective upon the first day of the month foalemi thirty (30) days after such ordinance is adopted. = This Mamorandira of understanding shall remain in full For and irffictfoal July 1, 1977 throuP- June 30, 1979. Date: ,9 71 CONTRA COSTA SOCIAL SERVICES UNION, LOCAL 63SO,S.It.I.U. Social Servicas it: . 77- Community, services Uai `4 -" APPENDIX A I. The rates at which vacation credits accure for full-tib employees and the, maximum cumulation of vacation credit accrual for such employees is as follows: =MMthly - Length of Accrual Cuirla"tion Service Nburs : Under 1S yurs 10 15 through 19 'yrs. 13-1/3 20 through 24 yrs. 16-2/3 400 25 through 29 yrs: ; - _ 20 30 years and up 23-1/3 5hi0 2. The County will observe the following holidays drri1*-t`l-t"' ._ooverM;::by this Memorandum of thWerstanding: Inaependrnce. Day July 4, 1977 Labor Day September 5, 1977 Admission Day -SePtaMr 9, 1977 Columbus,ay October 10, 1977 Thanksgiving Day November 24, 1977 Day after Thanksgiving Nowiier 2S, 197 Christmas_ December 26*AW7- . . New 1►Nrs' Day January 2, 1978 _.Lincoln'--s Day ` February 13, 1978 Washingtongs Day February 20. 1978 Memorial ayMpy 29, 1978 Independence ay July 4, 1978 Labor Day September 4, IWO .Columbus-Osy: october 9, 1978 Veteran's ay November 10, 1975 Thanksgiving November 23, 198 -after 7bank6giving November 24, 1978 Christmas December 25, 1978 New rear's ay January 1, 1979 Lincoln's Day February 12. 1979 Washington's Day February 19, lWg Memorial Day May 28, 19713 Every day appointed by the President or Governor for a public fast, thanksgiving, or holiday. Such other days as the Board of Supervisors may by resolution designate as holidays. If an ordinance code amendment is required to implement the foregoing provision, the County shall enact such an ordinance code amandwtent. fl! 1 OM7 APPENDIX 8 ChZpter 34-23 •. CURE 34-28404 Fzct Fird;a3. 3t-236CQ6 Lowest lacal. v 34-23.003 Second leVS1. (0?tia•..zl). 3 -28.OI0 Depatt=ental ls.sl. 34-28.012 : App&a*to E.E.O. 3L--28.014 Appeal from. E.R.O. .34:28.015 - A bitrat:laa. 34-28:018 3=rd dsr:r 4-2S.lLO. . TIM 11_4 is vsiv=r. 3:-28.002 Gscsra2. (a) . Iritis: 7zessststio3 Tics iaitiaL` (or L loves: 2&"a presentation of a SX4_avar..�s dwll be to-, the:"mediate s_•g=�.3szr of toss-saployee ds�;:ta,htvs s:ptlsri=s, L' I2nd.itmtT.bs rs_s eit'aer -oz�313 or is '6_-4 tiV%.. L Mid: fa:1 r#tias the vt tteA`' pl, ga4raacs sitstl-cos .vith sccosecti (b)' t irsee=t for s fa3ly=prssensaa sris7aca. Ca) Fosssl preseaotiec. .Tat.fesyl p�p, !itstf�s. Sr3svaaes, shall be-vaitan and Shan state_the d=ea�staq�oesr ears ��fiiea the ' S-rievant elalms to be-aWia ad, hov the 3ater s�.ati�oa, sppU"t as or •pzxctical consagrar�es of s Pa_'f77 aVF. is'affect__ irf h =o his dtt&q=Ut, sad the. redress h; tin.. (c) The official v+_th s: a %agl*:g sa 3s filed by s STA-mints i&o Is included in a regressatGtll= fait:bat 3s 20t:'V4BpC*S2ftt- ad by hs Majority rep._WMntat v:, ball `sive-dee:�ority rspress:�.:ativa. ap cf.-;, of ti,: fortcl prssestation. ( S'aei=l3sit. CrUvsacss must-be filed v tbist.30 days_Of, the i rc�emt -oz�e* shout :finch-the =e ,cW=-:to hs�r: s stsavaa: e. (e) Coopiies._ ♦ copy of each vrittea eaem gCation oa s sr *macs srt11 be filod vish the Director of pessorssl for saoord pco"sss. {f) s£tect of s lrisysus. The:sskus- oa ffl+%* of: s yritva=s shall not, ;=event the Countyl, a departeent head, a4spsrt�cesl` sugsrteisor, or other. 4othor;sed person, fr= takin= action damid appropriate, for s'r� 3t_ isra ti~ effsct of sesp=diaE action prewlawly taken even thaw the actizA irsy 1=011 s or be a ?art of tbe:'.srtbjict se er oma-the's;3ovsncs. 73-32, 7C-27: prior coda f§3tr2d 002 ''A4.2702)_ 3�.-2v.�L�ir: FCCC-F' 1' L 2 -filing a ric nza _.:_� Wiz• _z,. (a} tipaa a o S. vett__ appeal at the s__o:_ le.-al (op-42nal) o. de-a:tmer-tti 3ava: .an is a_ti21 a tea= of zwo persons 4-tall be selectae. -he @vant Stall select Gae zz=!8e of the teza, SrA the depart_:c 'ea-I ....-?.L select the cti-ar L___er of the testi from r. list-estabiis'sec bi t4a TE--ply ea :eLz.:Iola v_f_a:. (b) Inv_stigaclon and rope_ The ;_ct-firdirg te.r stall prcrtptlf investigate the facts partite t to t14 3'rismace, Land sr.;'_; report in w�ritin3 to the parties, but oc?; oc facts:agreed to by both fact finders. 71s report s^.a.I1 become a girt of the.record of:the grievence. - - (c) i:aiw-. here the parti*s (Srieva»t az.d mansga-mint).`stipulate 6t vriting that tate for_al griv.-a=* states'the facts, thass fazm shall become the facts of recon for the grlevsacs-aed the fast_- d4 procedure proved for herein shall be valved. (fid. 73-32).. 34-23:005 Lyres._.... `I�el. A: attest shall be zrrds to: satr;.e all grievzncea oa as i:for-al basis by discussion--between the.3=sdiate,, supervisor or other appropriate supervisor-aa3'tha Mayas nd/oti reptesestative-as soot as prsctics3l,e; andif s=s:b:s.ass`.iag:.rsnaat os arramsed iafaz-..ally, it seal= be beld vithiia-two-.v a tetai,days afrss subaissian to the I=sdiate sspa-visor of s-16-rittea_.request for s� s testing: (Orris. 73-32,-70 I7: prior cede 5134-28.004, 24-7.2704)., 34-23.01-13 Second lava! (Oo.ional). (a) A.gsievacca Vaich is;ase v2ttled a_.t t la-.:as- level —': be appeal-ad to a-seccc3 lav-sl =ra3age:-- reprasew stive designated by t s eep,e:t=:.t bs..d. ,Tar.ppeal s:nil be ' subr-itted' :.r thi« 7 dz7s after t::e,decision of,.t.l su;*" �s9L and lw so ippaals'_, the gris�-a ce sem..=11 3a 7-.ass-tai ss p:o ids:_1: stalsactizz ('b) of Section 34-23.032. The aria Isre: ryas;omen=_set=ss»:sties shah att=pt to stt:%t the grie:a»_e &--J if .tae is, not-satz to-,.. shall reply i i:.; rsi`.'htn" ss7sc da7s arta: rags g:of .the fizm fiaAar- report. (b) She provisi=s of this ssctior..appl7 is any.dspsre- v ala t:+: depart==- head hzs"so no.ifie3 rye zployas 3alatiaas Officer 1:1 writing specify.=& the saco:w Isms: :siagazant reprasemta.#va(s) is his tops-.>>»a-n_. (rtrd. 73-32): - 34-23.01{3 3ntal. A g iv.=ce VSIcb is not se:t =d"a: a laver level ray, vithi,a 7 days of the decisioa of.-tile suparvisar or stcaad Ieve? oasgaatst xe,;rasaatztive ('aaic:.p ar is appropris'.e , be agptala3 its un-riting to the depar==t head sad if so.sppsale3, the risystei saless Previously- formally presaated, small be pressated as provi3% is ..subsection ('e) C; Sectio. 3L--28.002. . The de xrtma»t head or .-is depart- mental regress-tt.ivs aL=Lerize3 to ra=te t Final depart s..zl decis:.or 3.1'!: a:._sat to settle the grievance ane if .::a grievarce is ,,.at settled, shall • {�__�. ?-'-3?, 1'��_. . Yr,o, cad_ ��_--_ r•,�.3, ��-7.. :5Z 2:.0_2 =-� :o Z-favar.`s == 's c__ s_t__Qd d� :-= C_�2=��---_L_ _?'i?S -b� s-"_aLII'�':Y.*i �.�r.f�jz :acct�•Z-5���.".. .v^_ _Zs.t 4` LCTC dHnr.:CO r StLA' rY^l,:y :: the *:f as 2'..a iE " 2pp?12i Ina shali try w .zzzc`ia it ana 5 a�a ra31J. ii. xiti-ma `ni is da*S. 73-32, '4-1/: prior code 1131L-23A03. 24-7-2 75 3 34-2£.014 Aio_sl froc Sr a Iihi=h is mz settle' by tad r..;pla,ss '.ei=:iz ; j====u.zay"b* apls;.e iz -r3ti-Z for find d r*=Lmation to lits er rhe card:or am aL.^.`t a-car. T"- O ::ritcea notice o` appssl =s= be fi ,dCh- the.Fm-e=ossa Mslatiams _ Officer within 7:ds;s o: tis.ze:e_ri c: his vritsr'rep y, and zW.1 state O:l_ariev2nt's choice Ute the` tht zomrd.or;a- aebitraor-mss t7 =z%e the fi=l decision, ot'l-mmize i a do'and scan is/ir.'2a decide. (Cres. 73-32, 70-=7: pr;a- code H_"!4-23.010, 24-7.271-0: set Cov. C. =3503.21. 314-23.015 rrbitrat-lZ., (a) V8 ._s se-avrant solae=s sro �s'ios . the fcliQWiAg sha_I. ippiy CO Salec•_iM. "Pithier 24 Says a-fter re_s±pt Of Z«l :..ltiCi Of aapael, the Z=glo ae Eelc`..io:.s CU--car ac3 the sr#-vam:CS) slsali prc_a..d pure=_ to section W-Catis rmundis. lam! Evidence. aa3_:�sl Pa--t-7 S:'sz I be to ssslr.`v In t1ft 7roci2._ti3s away fact ea__:sr; to the fz__ f:!ndtrs``repa.t . Os' �_"ltt!'A s:ip lgtian or tnj Ci.►s^r3 L ith bzd n.z-- bees SL•�lc�w�.. to t::_ other :3: Or_Qr iY.213 C= t.'.t ytft'jZ_-tot Qrzzad;re. Th sib'_-===c= stall�G 1 s3a►� $ � 5..21a rrG t:ly �CQId 3v'la..'f'-' Z m1 7 3 lc{:+ » : 1 d s I- d c.a Si 's3:i; his -O .4. azIr `:=n 3� 255 ,.SQ3 �:! a Z.C• t z Cl*sa Of the «Rar2=3 or. _f Cral *Zaar12;s hwr* 3242 walvad, froa,, • t e data ezz f!=&I wri ttl3 are :;j=tmzS lei *ia b; t:'.! paaiss. Eis de_3sica s:ali be 'S=':_ia:.; and shau see aorta: iSii fW»r«'.it of fact, 23e CQs..'.l�::s Cite iifiil.• it saaL' be s-,:L=- ,_r3 to :ht dere:= &::i :0 tzs =M-t ."_ sr.3 shall ba fi::al and bi*.'...:as or- the p .: es. (a) Coss. • .a costs r:a l =: di'r__a: :ars::xz: s Sectio= Tt_:ters1«=ez 'Fc-].C- ?''i!__f -1%i (Ord. 73-32: r-2Cr co--'-. "s:i•�z~. 3`� =t-i.-27FIC. :7 #ice` v ' 5 5.7 34-�o.Ci- ^�:' �i`_ ;i--`�.:+„_ ` I.-t:g:xe•rc-c�: :.s°a• ;..wt_.� t.J the BO=a :._ da.er..+c:_tica, is (which s^alifYi�: the 'a-nail' P:esez:td Zrie-ratcz, .tlha 't-•- L7_Ci:rs, report a..... Lhur-ftmen d ~s.t«mG33 revresen:axi:es [i a.13 the.d$as.,.trt--zz t :hssd at+ the B=2107el xelzzi;»z 0_iiecr} acd the ritz¢a prexta= *ions and reac,.:..enzaltioa3 a' -he s pv.titz;."t the 333a.rd" if it Wishes,':'`!aY order t:tt PT:-'3Sa.'_tat't_.^- a. C•::.t. testigen, zmel*r Oral ZTZUZZ-t to Supplement tZa VresextcYed to it. (Orzz. 73-32, 70-17; pilar cc-'a 51344E..La'a . 3,-26.oto Ti--a 1-11=zts sa_.cr. of chz t--c lim.rte in i.a:..5 G--iStlr C8j be :T.T *JGd the wL':iJ.+'R.+ Cs.i� _. parties, (Ord. 73-32} IN THE HOARD OF SUPERVISORS or C`QDITRA COSTA COUNTY,. -STATE Or CALWORNIA In the Matter of 1977-79. ) Compensation for Employees ) Represented by Contra Costa ) RESOLUTION NO. 77/&2S County Appraiser's Association ) The Contra Costa County Hoard of Supervisors RESOLVES THAT: 1. On August 2, 1977, the Employee Relatiaas-Officer submitted the Memorandum of Understanding dated August 2, 1977, entered.into with the Contra Costa County Appraiser's. Association for the Property Appraisers unit represented by said Association. 2. This Hoard having thoroughly considered said !Memorandum Of Understanding, the same is approved. .. .. ... .... . ........... ........ ............... ...... ... ...... ... . 3., .salaries.-aad Teras-and.Conditions of nut Contra Costa CountT]t a ser s�soalatlon. The memorandum ox wi�roa 's Association, is attached hereto marked Eshibit Ai and Paragraphs Numbers 1 through IS inclusive and Appendix A, thereto, are incorporated herein as it .set forth is full and. made applicable to the employees in the above-named unit.: d: If an ordinance is required. to implement any of the fore- going provisions, said provisions shall become.effective upon the _ first day of the month following thirty (30) days after such ordinance is adopted. S. This Immolation is effective as of July 1, 1977. PASSED August 2, 1977 unanimously by the. Supervisors present. EVL,/] cc: Contra Costa County Appraiser's Assn. Director of Personnel County Auditor-Controller (6) County Administrator County Counsel RESOLUTION NO. 77/625 Q� "smorandum of Understanding Between Contra Costa County And Contra Costa County Appraiser's Association This IMoranduw of Understanding is entered into' pursuot to the authority- contained in Division 34'of the Contra Costa County Ordinance Code:" has.baen jointly prepared by the parties. The Employee Relations Officer (County Administrator) ft-tierepresentative of Contra Costa.Canty.in wiployer-"loyee relations matters as,.provloo in Ordinance CodeSection_34-8.012: The.Contra'Costa County Appraiser's Association is,the for aliy.recopiZad. employee-organization for the Property Appraiser's Unit, and such organisation has been.certified as, such pursuant to Chapter 34-12 of the_Contra Costa.County. - Ordinance Code. The partiex.have met and conferred in good faith r"ardl,4 W —W hours:and. . other terms.and conditions of employment for the omptoyr in said.representation unit, and have freely exchanged information, opinions,and, is and hive' . endeavored to mach_agrteieent_a+ all matters relating to'-tht employment:"conditions. and employer-amplrelations of such employees. This Memorandam of-Understanding shalt be preseato to the Contra Costa County Board of Supervisors as the-joint recommendations of the undersigned for salaryand employee benefit adJustments for the fiscal years .caIng:July 1, 1977 ad. .. ending J me,30. 1979. 1. ' For the fiscal year 1 1977-1978, the salary raelte for.each classification covered by'the Proper'ty .Appraiser's Unit shall be iracreesed, -effective July;L 1977, within the County Salary Plan to provide salary ranges as follows: Effective MY 1, 1977 Junior Appraiser (1036 •;1259, . Assistant Appraiser 1282 1559 Associate Appraiser 1410 = 1713- Appraiser-Analyst 1440 -.1750 ' Senior Appraiser Analyst 1602 - 1947 Marine Appraiser 1338 1627 Auditor Appraiser I 1081 `- 1314 Auditor Appraiser II 1326 - 1612 Senior Auditor-Appraiser 1545 2. For the fiscal year 1978-1979, the salary res for mach classification covered by the Property Appraiser's Unit shall be incremsed, effective July 1, 1978 within the County Salary Plan to provide.salary re".as,follow: Effect_ixtJuly 1. 1978 Junior Appraiser 51088.-.1322. . Assistant Appraiser 13471 1637 Associate Appraiser 1480 1799 Appraiser Analyst 1S12 - 183g Senior Appraiser,Analyst 1N2 -;2045 Orine_Appraiser 1.4 - 1708 Auditor Appralser I 1135.-w Balli Auditor Appraiser II IM 1693 Senior Auditor-Appraiser 1622.-:.1971. 3. The CwAq and the Appraiser's Association+agrMa to continue the oxistinQ . County Group Health Plan program of combined Medical. Damtal and Life Iiramtt coverage through Cal iformia_Deatal Service, Occidental lif .Insurance a*#o medical insurance.optioAs of Raiser•Perwmae�rte. Foundetioe.aiwd_0lua.tross of I*tew California. Effective August 1,-1977 through July 31, 19789erlloyot contributian,rites'' for either plan option for all permament 20/40 or grater employees covered' by this Memorandum of Understanding shall be $6.90 1" oyes.Omly,or 323._00: Employee and Dependent(s). Corresponding..rates for emptoyres,receivtag Madicsrs Covered by this Memorandum of Understanding shad beat OO..for,Eeplo'. Omly receiving Medicare;. 515.30 for Fiployee andepen Ddent(s) wfth,one e�Mer receiving Medicare, and $7.60 for Employee and.'Dep+MMeat(s)trith two mem4ers: receiving Medicare. The County shall contribute"the' essary balance of costs to maintain the Plan an behalf of the eligible.wi'l"M for this. . period. Effective August,1. 1978 through July 31,'1979-tbe'Comnty agrees toAncrease: its contribution toward each health plan option by 34.50par north for Employee Only and $8.00 per month for theEmployeeand Depeadeat(s):_awy increase in:the health plan costs in excess of-$4.50/8.00 per month.shali 4s"boree'6Qr.thsn ptoyao. Corresponding`Medicare rates for amployeas covered upda-r t`if Nlrrrandun of Understanding shalt be as follow: for Employ"i Only an Medicare by taping" the Employee Only rate for the option selected and subtracting the monthly Part. B Medicare premium ri0held,from Social Security payments for on,wall"; for Employee and Dependents) with one member on Medicare by tabiag tbR.-6mpl.eyee and Dependent(s) rate for the option selected and subtracting the";ppnthly Part'O Medicare premium withheld from Social Security payments for one enrollee; for Employee and Dependent(s) with two members on Medicare by taking the,Fmpioyee:and De- pendent(s) rate for the option selected and subtracting the monthly Part.B.Maditsre premium withheld from Social Security payments for two enrollees' provided'. however that the minimum employee health plan contribution wiil be $1 per month. Unless modified by mutual agreement, any increased,premiums from the Health Plan Carriers, effectiveafter July 31. 1979 shall be the responsibility of the employee-subscriber.1 Upon retirement. employees represented by the Appraiser's Association ry ruin in the same County group medical plan if immeriataly.befe a..their- re- tirement thaw are either active subscMbers to the,Cottr With plan;or if on an autheriud-taeve-of ableeco without vidual conversionn-membership tram the County plan. 4. The length of-ler rice credits of.each rployee of the_ awt,yshall date from the begiartH a of too last period of continue -CawRjraplo; t,. (incl udi ig tenpa+ary,-p�orisibmei,:am pNMt status;.i�mi aAecet;on . approved leave of absawce)• Mee em ,emplofae teparatee.Einem a. peemmnrmt position in obod.stauiiig and within two years of r�ame/loymam[ m;a.pireiaant County position,,,service credits shall include sit _cinMits aa�rErlatii at time of. separations but shall,.not_include the.periad of si /sown.. TMs: Persaww!1 OirettOr shell determine-these matters bash'on;.theployae status records in his'depirhnt. S. The County--Training Bulletin shall continue to-limit:re�bursammnt=for career development training to 5200 per semester or fl!i9 perr. aeter .rest to exceed $600 per year. 6. The County toam" the Counter Ordinance Core to ~da that effective January 1, 1978, when an employee-voluntarily demotes to s-ClasSif- ication paid at a lower salary range, the salary of the demoted emploM__ sAeil remain the same when the salary steps of the new range Posit, otimeMso, salary shall be set at the step in the nor rawnext below.tAe-.sal#ry the demotion.' ' employee received prior to ion. 7. Effoctive April 1, 1978, the County agrees to implI a formalised compensatory time off program. This program will contain the following elements: .1. Existing rules which Posit an employee to be eligible for overtime payment shall be used to determine if,accrual of compensatory: time permissable. 2. Annually. on or before April 19 197$, employees must notify- their.,;, department if they wish to-accrue compensatory time off in lieu,of receiving overtime pay. 3. Compensatory time shall-be accrued-at the rate of one. hour of compensatory time for each hour of overtime. 4. Compensatory time may not be accumulated in excess of 40.rworking. . ; hours. Excess hours will then be paid at the overtime rate. S. Accrued compensatory time may only be used with the approval of the department head or designee. 6. Accrued compensatory time will be paid off at the overtime rate for the employee's current salary whenever; a) the a mployee.change;_ status and is no longer, eligible for compensatory tine, b) the employee transfers to another. department, c) the employee separates or.goes em on leave of absence status from County ployment for loiger than J months, d) the employee retires. 7. Any unofficial compensatory balances not specifically ' authorized by memorandum of understanding between-the County and Com0a--Costa County App"14 Usociation shall be null and void after Apri1 .1, 1978. 6. The parties have not and conferred in god 'fiith on issues involving' retirement pemdimg as of the date of the-MemoraWO-of tlMvstasding. Effective August 1, 1977; pursuant to Goverment Coda 5ectlen 31381:9, tha�`Cawtir'will , pay 352 of the retirement contributions normaliy r"tr+ed bf`wplolries''coverad by this ihmoreadw of Understanding, and effective hgpst 1, 1978, the:Coumy p Milt increase its pmt to,Sol.of such retiremwtaet,"oato bottoms . bit,Slid payments shall' oeutiaue for the-'duration of thts ole a n of tMddrstMdi�. and shall terminate thereafter. Effective"July. 1,,1!77, ieapteyNs cereeM by this Nmrandre of�tinderstandiw! sir<il be raponib a feu'peg■eat of.thw eaQloyea' coebiMitioa fore the'retirowemt cost of living p ogram as detanainad by the Board of 8etiresnt of the-Contra Costa. CowItar 6WOM- 9 FWO 01060 Association.without the county paying any part of,"the.Wvi_ ,es' share: The County, will pay thi rriaing one-half (%) of the retiremrmt cost=M-tiviw! preerae contribution. 9. The County will observe the following holidays during,the tam covered.by this Memorandr• of Undea"standingc Independence Day July 4, 1977 Libor Dyr., September 5, 1977,_ Admission Day Sopteebar 9.;:1977: Columbus 0k1► October 10; il77 " .: Veteran's Day < Nolamber 11, J977 Thanks9iiring Oay November 24;:"1977 ay after Thanksgiving ibvwaher 2s.''1977 Christmas December 2691977 Now Years' Day January 2, 1978 Lincoln's Day February 13, 1976 Washington's day February 20, 1978 Memorial Day. May 29, 1978 I>1WWapinante Day July 4, 1978 Labor'Day September 4.1978 Columbus Day October_91 1978 Veterana Day November 101978 Thanksgiving November 23 1978 Day after Thanksgiving november 24. 1978 Christmas December 25, 1978 New Year's ay - January 1, 1979 Lincoln's Day Februarys 12, 1979 Washington's ay . February 19, 1979 Memorial 0ay May 28, 1179 Every day appointed by the President or Governor for a public fast, thanksgiving. or holiday. Such other days as the Board of Supervisors may by resolution designate as holidays. If amendments to Government Code Section 6700 and/or 6701 become effective to delete any of the above as holidays or to add new holidays. such amendments shall be made part of this Meimorandum of Understanding and: shall"be"effective for employees represented by Contra Costa County Appraiser's Association. If an ordinance cods amendment is required to Impha t the,-foregoing provision, the County shall enact such an ordinance Cd ­ t_- ,f 10. The Eaployer-Employee Relations Ordinance Chapter 34-12 shill be modified ta .adeciplisk the following: 34-12.006 - Unit-Datermintiow (a) shall be Mani d',in the first paragrspb to deletethe ls.peru rAquir eat for an employee orgMitstion ia#errwing in the unit dete*'ination process and substitute-therefore a.thrty-perrip nt: requirement. 34-12.012El tin P• b) .shall be eodifiN Is,"' e first Rergrapi q �c . delete the tea pe cost requirommit for air. ,scolfiiZt% �1 R M'gNtsatiw�s} to appear on the ballot and substitute therefore a;tMirV P.W =t-..rte reept.:: 34-12.016 Modification of aft3a tation Units-shill be;vilified_in-the=first :.= sentence,by sawingres to-ins errect or -most recwt is tin d t(u,of determination: -This,sectiowshill be modified. is tib s is itMca: to r uin that petitions for modification of a represuo00.8 gait=be.111st-Awie/,a Period of not more than ale hundred and fifty days nor less thin one lwndrad and twenty des prior:toy-the-expiration of the NmWam&jm-sf filmier! 000149,is effect. The last sentence of this section shall, be oedified•so that AM" of a representation unit shall not negate the tens of an eidsting M■oe►endpief. Understanding between the County and the recognized wgl"W orgosization of the _ unit prior to the:modification pr+ooeedings. _ . 34-12.018 `Decertifi ti o� shall be modified in the first soote-M by adding words to. t rrct" to tM date ani aew�al...fecNRiti... -_ and by requiring the petition be submitted during a period of:;Aet_wro them one-; hundred and fifty days nor less than one hundred and twsmV dep prior to the expiration of the.Me orate of:Understanding:in effect. 11. Mwlaver time limits are specified in ' �r of the County Ordinance Codes the words 'day" or "days" shal�tse dorinedas worms day or work _days, 12: The Appraiser's Association his been given a eoyr of a-LLravisod administrative bulletin pertaining to pay for work in a higher classification. It is understood that this administrative bulletin is to be•implemented:when the appropriate changes in the County Ordinance Code have-been-effiKtvated. . The% following policies and precodures will then apply with r1ye�ct;`t0 kigber pall" .. " for work in a higher classification. An amployes.reprosented by The Appraiser's Association in a permanent " position in the classified service who is required to work in a classification for which the compensation is greater than that for his pe+rmaeent civil service classification, shall-be_compensated pursuant to Section 36-4:802.. The increased salary shall start on the 31st calendar day following the employee's beginning work in the higher classification Such-assignment tnd increased salary shall be subject to the following restrictions. (1) Pay for work in a higher classification shall be-contingent upon prior written approval of the County Administrator. (1) Pay for-mot in a higher classificatien-may only be authorized for a period not to exceed 6 months, and shill be used emij in lmstancis mho*a tomporwy rylacement is required for the incumbent of a position W e is temporarily unavailable to-perform the duties"40: the, 1"t.tipn. ;:IL may-;amt. be utilized as a substitute for civil service dassNigprocduras tiem o. promotional ap oint ent or the-fillingof vaant po:itians: (3) If an absence of an incumbent requires assignment of another employee to duties which qualify for pay for work in a higher claasificatiow, the depat MM shall determine which employee will receive-the assignsmot and submit the ap/e+opriate autboMution fore. (4) a. Assignment of the employee ant.be'to,a m,_serv#u,;or activity established by the bard of Supervisors. the- les of which ora"pre- sentiy assigned 1a the incumbent of a pera�nent position which hes been classified and assigned`to-the Basic Salary Schedule. b. The;nature of the'assigement must be wch=that the employee ins lower classification assumes full`responsibiliol for'duties Of the=Mghor ctassification.' c. Except where no qualified employee in a Iever-classifica"on is available, employees selected for assignment to positions qualifying for_higher My shah have,the MnisM 001 Jficatioms for the hijberI Classificmtion. Justification fer_such an exception shill be suinittei in iritlwl at the; time approval is'requested. d. Requests for approval for such assignments'shall h*:6m plmted and forwarded to the County Administrator not less than 15 tal*W%r days prior to the day the'!vpmap t higher pay is to comwenct: (5) Any incentives (e.0., the education incentive) awrSpecial differeiiNels (e.g., bilingual differential and conservatorship differan11 1)aaccruing to .the employ" in his`rermmemet-position shall comtieue. (6) During the period of weft for pay in a higher clessificatip► an employee will retain his permanent civil service classification, and -OM 'irersary and isisry , review dates will 1a determined tW time in that clessificetien:" (7) Allowable overtime pay, shift differentials.aWar.work location differentials will be paid an the basis of-the rate of pay for " higher' classification:` (8) No authorization for assignment qualifying for higher pay shall exceed six months, but there may be subsequent authorizations. (9) When an assignment to a position qualifying for pay for work in a higher classification is terminated and within 30 calendar days is reapproved for the same employee, the higher pay shall commence on the first day of work in the higher pay classification. (10) Any of the above restrictions may be waived by the County Administrator upon a showing of operational exigency to the County Administrator of the need to do so. The decision of the County Administrator or the waiver of restriction shalt be find:and binding on all concerned and shall not be grievable under grievan";.prWdure. I Effective January 1, 1978, the County will modify the existing mileage allowance for the use of personal vehicles on County business froo the current:_ 1 - 300 wiles $.17 per mile 301 - 700 miles $.12 per mile 701 plus miles $.07 per wile to 1 - 400 miles $.17 per wile 401 - 700 wiles $.12 per mile 701 plus miles S.07 per mile All reimburseable mileage shall be paid according to the per month formula. 14. The County and the Contra Costa County Appraiser's Association apse that there shall be no discrimination because of race,.creed, color, ;natio"I origin, sex or et union activities agsinst any nmployor applicant for;rmployeent by -the County or by anyone employed by the County: and to the-'"test prohibited by applicable state and federal law there shall be no discrimination because of age. 15. Attached hereto as Appendix A in County Administration Bulletin 311.2 "Sick leave Policy'. . It is mutually recommended that the modifications shoAw &Wve,be made applicable on -the dates -indicated and upon approval by the.doard of Supervisors. '' Resolutions and-Ordinanceswhere necessary, shall be prepared and'-adopted in order to implement these provisions. It is understood that: if it is determined that an ordinance As required to implement any of the forsloin9 provisions, said provisions shall became effective upon the first day of the month following thirty (30) days after such ordinance is adopted. This Nwrandum of Understanding shall remain in full force and effect front` July. 1, 1977 through June 30. 1979. Date: " /�77 CONTRA COSTA COUNTY CONT COSTA COUNTY APPRAISER'S ASSOCIATION Afifr rFffCC .F ...c COUNTY nD'•sReIaTSS70Z ,�.. " 77" ADAINIS T RATi y _ BULLETIN 1 APPENDIX A_ SUBJECT: Sick Leave Policy This bulletin states Couaty policies>or.the, accumulation, use and ackainistration_of paid sick leave credits.- 1. redits.I. Purpose_of Sick Leave The primary purpose of paid sick leave is to-irsu,rc_ employyees agai not loss:of pay fo. temporarn abq s' 'from work_due toi11- rzess 'or injury. It 'is a nrivilege emended by the otnt Ct gid-aaap beused only as:authorized,-':it is, trot paid tfaee"off wh scaplogeeS taay use for"personal activities.. = 'Ii. Credits To and Charges Against Sick heave Sick leave credits accrue at the rate'o£ ; ems-($� ��Rg.� hours credit for each.completed month of service, as prescribed r by County ordinance. Employees f'ao work-apartion of a month are entitled.to"a pro rata share..of;tht aioagfi�+ly sick:loam credit computed oa."the same"basis as'is partfal axuetis. coq�pensatiam -. Credits.:to sick-leave and, charges vagainst s;ck.,lsave are made in M n mna_aa o:uets of one .hour. Unused sick leave credits accumulate from year toyear. When an' employee is separated, other that through retire- ment, his accumulated sick leave credits shall be ca=elledy unless the separation results from the accuL elated credits shall be restored if he is re-employed ir. a permanent position within the period of his layoff'eligibi?ity. As of-the'date of retirement, an--employee's acc, ,la't' .d.'' sick leave is converted to retirement tib on the basis;Of one day of retirement service credit for each.day of:uuted. sick leave-credit. :._ - - .111. Policies Corezminz tie Use o; Paid .Sick Leave indicated abc.T_, the Prirt~r1 purpose of paid sick leave is to insure employees agai.sst loss of pay 'for,.temporarf absences C=" Work due to illness or injury, Thal,foUdit.i=hg de initiors _ #Jb=ediate fa aiav" means and incliides ;only the spouse, .SOU,L daughter, WEler, mother, brother, sister, grand- . parent, grandchild, father-in--law, .awtbar=in-lain, son-in-lair, dai:gnter- n-law, brother;i4-Uj,.or sister-�.-law, of an employee "- „EW to ee" means grey person employed`by Contra Coat$ county in an allocated position in the County se ta. "Paid::sick -leave -credits"-'means thaw-sick leave CraMts provided ror by _ _.County:ordiaaace... . .'. Accuslated paid sick leave credlts at ba used,: M b. act to appointing.authority. approval, _by. an, eaplayae.' a`psg ;taws, but only in the follow instances: A. Te crag :Illness or In uLry of anF.m3 2 4i. An employee may use paid- ss - eaveve work because of a, temporary--ii-1 es.s or injury. _ f. L. . . Permanent Disabili. Sick:Leave Pe kutzent dizabilitg Mea*is the est oyee. :suzzers, zrom:a u1g physical it juiry or illness and is-therebprevented frog engaging is any Cozaty oceunation for-which-Ke is qua.lifisd:b-rmsoa_,of education, tr or_,txpsrieacs. Sick leave :racy;be used by per.:taar�tly awing disabled employees until all scctual:s of=tine +employee-hwira been exhausted or until the employee.is retfxad by the 8etirtaeat Board, subject to the following conditions: 1. An application for-ret reaeat duo,:'t* disabling leas.been filed with the 8etiremwtt Board. -2. Satisfactory medical evidence ofsuch disability is received .by.ths appointing authority within'30 days :of-:the start or. use - of sick leave for permaneat.:disabili.ty. °' $ Oft, ' .. Tae apr.piatiao au ^^r-`y r•.sa;> review r..edl.cal evidence a.a Order ^i�tiler e:z�_.y;i-1!$t2G_'1' he deems ne es ary, and may terminate use of sick lewre x4han 'sucIn further examination demonstrates that the employee is not disaole4' or rtaen the appointirg authority determines that the medical evzdp.ce.s *stted"by:the' eployee is insuffUcient,- or where the above conditions have not been refit. C. Comm=unicable Disease. An -emplayee-arty-use:paid sick leave credits ti.}s� a is under a physician's orders to remain secluded due to "exposure to a co=wicable disease:..,:- D. isease..'D. Sic Leave Utilization for Yreecy Disability. Employees -Mos—a -3 2Ti� s cads ..-;or coo.. �..e -.to y ltherreap=ey, miscarriage,.-abortion, childbirth, or-recovery e r"om, .shall be allowed to utilize sick leave credit to the maximcm•Accrued by such employee during theperiod of such di sability ander 'the conditions set_ forth be oar: r 1. Application for such leave,must be made by the employee to the appofat -rg authority . accwmpantied by a written statement -of disability from the employee`s attending _ ph;sician. T'ne ,statement =st address itself to the_employee's 8eneral_'physical. . condition having corsidertd the riture of the work performed by the eaa?ayee and lit must indicate the date of- the ement of--the disability as well-as. the date--the physician anticipates the disability-to terainate. True Cow ret=ins the right to medical review of t11 requests for such leave: 2. If an employee does not appply for: leave and the appointing authority'believes that the ewployee is not.able Lo pz1 arly perform-her " work or that her gensral health is impaired due to disability caused or contiibzted to by pregnancy, miscarriage, abortion$ child- birt4 o_ reco-vazy therefrom-, the employee shall be req..t`_rea to •—ndargo -a ra sica exar-minat=on, by a physician selected by the 4. F! Cointy, tite co t of such examIanation to be + ba_.._ by the Courtly. - Should the medical report so reco:.:.e 3,. a mandatory leave shall be.imposed :tpon the employee for tha duration ! of t^.e disability- - s 3. If-all accrued sick leave has-been utilized i by the employee, tae.eamplo ee,shall-be considered on an. approved leave Without M. �} Sick leave may-not be utilized after the ! employes has-beer_ released-.frost the hospital . unless the employea has provided tba-_Cq;=ty - !1 .faith,a--written"`statement -frac htr attea:ding. . physicia:-t stating that her disability E3 - continues: and the projected data of .the employee"s recovery from such disability. '_i. -E. Medical end Dental joao�i`�aieata Jlaa employee may tial ,-i paid sLek eave credI s: 3. For uorking time used in keeping medical and ' ! dental, appointments-for t~ae aaplloyee's own . care; and 2. For working time_ (not over 24 hours In, each'. fiscal vee•_) used by an e=11pyee for pre- sche&,Xed medical aLd dental appointment.* for aai=ediate family member-living,in the employee's home. F. Emergency Case of Family. An emplogts pray_"tsse paid sick leave credxcs *.sp o wo ys; Unless the Couuty Administra- tor approves more), for working time used is cases of illusss or injury to, as it:aediate family membar living_ia-.the:-employeets home, -if :there-is a rani need for someoas-to rsuder :carn":mad ao one else is wrailable therefor, and-if alternative array, tz^^e-tts for the care. of the ill or izij.0 ed person_are iam+ediatelk under- taken. C. Death of Family Member. An employs* may use paid sick leave eredcs -,or.worisng �+e_Used because of a._death ih.the employee's mediate fatally, but this shall not_es:ceed three working days, plus up to two days oi.work tim.•for_necessary travel. i - Accu uul at-ed paid--sick leave credits- may not be use: in th- fol'_o ing situations: - - Self-Inflicted-Injury. Paid sick 'leave :credits -M no, Be used or zee- off.from;wor'a.-for:an rgloye+ s ..illness or £njury purposely.aelf=inflicted or Caused by his willful misconduct. Vacation. Pa .d sick leave credits �. not ,be used r or--pan employee's illn2ss or.jury .r�rtich,occ.Lrs -while he is.or vacation but the * -- Ce>!uu_y_Fed�istrator - aasa}r authorize it,:.xhen:elcteenuating circa stipnces exist and the appob:itirg ,w,=hor ty kofteves.,.' _ Not in-Pair Status. -Paid sick. leave credits,.may not - e ea UnenMe. employee would-otrezwiss be;`eiigs33e to use paid sick les✓e credits but isnot in pay status. " IV. -Administration of Sic'-kc Leave- The proper administration of.... leave -is a-respons£bility l- of the employee and-t1 a department'hit `ee Thefollo>wii�g procedures apply: _ A. _: Employees are responsible for notirying their department Of: an absence prior to the co=encement:.of their word: shift or as soot thereafter as possible. Notification, shall::include the reason-and_possible dur-it_oa of-,,the,-abaeaee: B. Employees are respor.Zible for keeo2zz:the=,ftpaitme:�t' anformed 'on_a continLix� basis of their coi:�i_ion and"-probabTee:,- date. .of.return to Mork. C. Employees are responsible for obtaining advw*ce.approval . from their supervisor for the scheduled .time df pre-arrer: - d.:_ personal or family.medical and dental appoi�tme:tts. ' D: The 24 hour arzatal allotment of- sie k�leave %Rich mar be used :to take Immediate family m=ecabers, living is the emgplCyees s, home, to pre-scheduled medical and dental appozrrments sfta�O_d be: accounted for by the department on a fisc_l-Year basis. Any balance of the 24 hours regaining at the end o_ the Discal year . is not to be carried over to the next year; depa_tments sh;.Ule: notify ehe employes __ the al I Owa=7a Is red ehad.. zation to tse sic=k leave for thIs Purpose Is Contkn-e.t Q:T ava_l ahii i t;' o4E uCCc2t�'alate; siCS lea:'e cre nits;- i is _o^ - a-1 8ddat2.o, allot-ment of sick leave which _•r+ployee sep charge. 4 ' OM J T['ia use of sic,: _eave may properly. be denied if these nroced=es Bre not followed. A'wse of_:the.-sick leave privilege on the part of-the e%.ployee is cause :for disciplinary action: Authorization of sick leave is a certification of the levitimacy of the sick leave clam.. To ascertain the propriety of clams against sick leave, department heads may make such investigations-as they deem, necessary. Use of.one :or. mare of the following procedures may be helpfil:: - Calling the employee, his femily-or =r�•"�{ . physician if there is one. _Obtain;ug the signature of the.emsployee-oa.the - _- Absence--sod Extra Time Card, or oct another:fog . established for that purpose, as a certification of the legitimacy of the claim. - Obtaining`e written statement explaining the,claim for use of accu=lated sick leave ersd£ts. Obtaini a physician's certificate covering the •absence(s) indicatiag that the employee was incapacitated:. . - - Writing a letter of inquiry about the employee's condition, enclosing a form to be filled out, signed, and retuned. - Obtair—na a periodic statement ,of progress and medical certification in absences of an extended nature. Department heads are responsible for establishing ti ekee?ing procedures which will insure the submission of a t=' a card cov_r- =gg each employee absence and for operating their respective offices in accordance with these policies and with clarifying regulations issued by the Office of the County Administrator. i To help assure uriio= policy application, the latter oZLice sho ld be contacted with, respect- to sicL- leave det@rizgations about which t'r_e dep--=tment is in do-_bt. ReierenCes Ordiuwnce •Code Section 36-6.664 (Ordin=cz 73-47, June 5,. 1973) Ordneace Code Section 33-4.602, (Otdinwce 73-55, - - July 2, 1973) Resolution Number 72/465 dated July 22, 1972 Resolution Number 74/322 dated April I 1974 Resolution Number 75/542 et. :al. dated. July..31, 1975 t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of 1977-78 l 1978-79 ) Compensation for Project A CETA ) RESOLUTION NO-77/626 Employees. The Contra Costa County Board of Supervisors in its capacity as governing body of the County of Contra Costa and all districts of which it is the ex-officio governing board RESOLVES THAT: 1. On this date the Director of Personnel submitted a report proposing salary adjustments for certain Project and CETA employees including the extension of applicable employees benefits as determined by the Director of Personnel. 2. This Board having thoroughly considered this report approves it. 3. It being necessary to implement certain of the provisions of the report, this Board enacts the following: a. Salaries. Effective July 1, 1977 the salaries of the Project aril CETA empT whose classifications are set forth in the document worked "Exhibit A' attached hereto and incorporated borons, are as specified under the column July 1, 1977; effective July 1, 1973 the salaries of above referanoed employees are as specified under the column July 1, 1978. b. Benefits: As to the extension of applicable employee benefits; the irector.of Personnel is hereby authorized to make smcb deterwinatioms with respect to said Project and CETA classifications as set forth in the document worked `Exhibit A• attached berebo and inn:erporeteni_.herein. c. The class of Medical Social Service Supervisor listed at Salary Level 448 in Resolution No. 77/602 (fixing Namagwmant and lMnrgresenteI Salaries after modification by the Board on July 26, 1977) is tied to Social York Supervisor II and therefore is placed at Salary Level 455. PASSED August 2. 1977 unanimously by the Supervisors present. Orig. Dept.: Cvil ountServ�ditor-Controller County Adm4nistrator Cou;!ty CalIIlse! RESOLUTION No. 77/626 EXHIBIT A SALARY ADJUSTMEHiS FOR PROJECT AM MA CLASSES for FY 1977-78 and FY 1978-79 Effective Jul-v 1 1977 Effective July l 1978 Class Title Level Salary Nange Leve aryai arde Accountant-Auditor I-Project 357 1094-1330 373 1149-1397 Administrative Aide-CETA 278 860=1045 294 903-1098 Assistant Discovery House Director-Project 279 863-1049 295 9064101 Assistant Discovery Center Director-Project 263 822:999 279 8634 049 Building Plan Checker Trainee-CETA 244t 855-943 2601 898-990 Building Plan Checker Trainee-Project 244t 865-943 260t 898-990 Building Inspector I-Project 392 1218-1480 408 1279-1554 Clinical Psychologist-Project 487 1627-1977 S03 1708-2076 Collection Services Asst. Trainee-CETA 224 730-M 240 766-931 Collection Services Asst. Trainee-Project 224 7304W 240 766-931 Communicable Disease Technician-Project 287 8844W5 303 9284128 Community Aide-Project 214 7084860 231 745-906 Community Aide Trainee-Project 180 638-775 197 672-817 Comwnity Health Education Asst.-CETA 218 716471 234 7S2-914 Community Program Assistant-Project 291 8954018 307 940-1142 Community Project Trainer/Organizer 383 11854440 399 12444512 Continuing Care Yorker-Project 391 1214-1476 4M, 1279-1554 Cook's Assistant-CETA 2S5 802-97S 271 842-1023 Custodian I-Project 209t 768-847 225t SW409 Custodian I-CETA 209t 76B-847 21St 807-889 Deputy District Attorney I-Project 394t 1351-1489 4101 14184564 Deputy Probation Officer I-Project 341 10424267 357 10944330 Deputy Probation Officer II-Project 411 1290-1568 427 1355-1647 Deputy Public Defender I-Project 394t 13514489 410t 14784 SU Discovery Aide Trainee-Project 186 650-790 202 682-M Discovery Center Aide-Project 214 7064860 231 745-906 Discovery House Aide-Project 214 7084NO 231 745-906 Discovery Center Aide-CETA 214 708860 231 745-906 District Attorney Process Server-Project 246 780-948 262 819-996 District Attorney Aide-CETA 246 780-M 262 819-M Data Processing Equip. Orr.. Trne.-Project 232 748-909 248 785-954 Drug Rehabilitation Yorker I-Project 303 9284128 319 975-1185 Drug Rehabilitation Yorker II-Project 375 115644% 391 12144476 Driver Clerk-Project 285 W94068 301 9234 121 Eligibility York Assistant-CETA 193 664-807 209 697-847 Economic Opportunity Program Specialist I-PJ.399 12"4512 415 1306-1588 Economic Opportunity Program SpecialistII-Pj.439 IM-1708 465 1476-1794 Economic Opportunity Program Yorker I-Proj. 247 783-951 263 822-999 Economic Opportunity Program Yorker II-Prj. 295 9064101 311 9514156 Fingerprint Examiner-Project 417 1314-1597 433 13804677 Garage Attendant-Project 255t 884-975 271t 9284023 Graphics Technician II-Project 345 1055-1282 361 1108-1347 Group Counsellor I-Project 298 914-1111 314 960-1167 Group Counsellor II-Project 338 1033-1255 354 1084-1318 Group Counsellor III-Project 370 1139-1384 386 11964 453 Head Start Health Svcs. Coordinator-Project 383 1185-1440 399 1244-1512 Health Care-Aide i-Project 214 708-860 231 745-906 Health Educator-Project 415 1306-1588 431 13714667 00w EXHIBIT A-MIMED SALARY ADJUSTMENTS FOR PROJECT AM CETA CLASSES. for FY 1977-78 and FY 1978-79 Effective Julv 1 1977 Effective Jul,1 l 1978 Class Title UMe wall wargo We 4" I aamw Health Care Aide II-Project 29B .9144111 314 9604167 Howe Health Aide-CETA 183 644-783 199 676-822 Home Maintenance Trainer/Organizer-Project 383 11854"0 399 1244-1512 Howe Maintenance Mocker-CETA 180t 703-775 197t 741-817 Hospital Services Morker-CETA 217 7144866 233 750-911 Hospital Attendant-Project 217 7144M 233 750-911 Human Services lbrker I-CETA 180t 703-775 197t 741-817 Huwmn Services Morker II-CETA 214t 780-860 2311 822-906 Human Services ibrker III-CETA 247t 863-951 264t 909-1002 Hiaan Services Progi Ping. Aide-CETA 267 8324011 283 8734062 Junior Drafts■a+-CETA 288 867-1078 304 931-1132 Junior Draftsman-Project 268 8974078 304 9314132 Lead Vector Controller-Project 324 990-1283 340 1039-1263 Learning Consultant Aide 214 7OB-860 231*—• 745-906 Hicrofilw Technician-CETA 191 6604802 207 69341+12 Office Services Yorker-CETA 199 6764822 215 710=863 Public Health Laboratory Technician-CETA 267 8324 011 283 873-1062 Public Health Microbiologist-Project 389 12074467 405 12674540 Planning Aide-Project 283 873-1062 299 9174115 Planning Technician-CETA 283 8734062 299 9174115 Probation Drug Treatment Coordinator-Proj. 463 15124838 479 15884930 Probation Aide-CETA 267 8324011 283 873-1062 Probation Aide-Project 267 8324 011 283 $734062 Probation Assistant-Project 299 917-1115 315 963-1170 Program Coordinator, Office on Aging,". 402 12664S26 418 1316-i602 Program Evaluation Technician-Project 351 1075-1306 367 11284371 Program Evaluator I-Project 383 11864"0 399 1244-1512 Program Evaluator II-Project 479 ISM-1930 495 1667-2026 Programmer II-Project 428 13594662 444 14274 734 Psychologist4lethodone Maintemaece Project 455 14764 794 471 15494883 Psychologist-Project 439 1406-1709 455 1476-1794 Public Health Nutritionist-Project 391 12144476 407 12754 549 Public Services Mocker I-CETA 209t 768-847 22St 8074889 Public Services Marker II-WA 246t 860-948 262t 903-996 Recreation Therapist Aide-CETA 179 636-773 195 668-812 Senior Citizen Aide-Project 214 708-860 231 M-906 Sheriff's Services Assistant-Project 322t 1084-1196 338t 1139425S Social Program Planner II-Project 479 15884930 4% 1672-2032 Social Program Planner I-Project 415 13064588 432 1376-1672 Social Rehabilitation Assistant-Project 303 928-1128 319 9754185 Speech Pathologist-Project 369 1135-1390 385 1192-1449 Senior Deputy Probation Officer-Project 435 1388-1687 451 1458-1772 Storeroom Clerk-Project 279 863-1049 295 9064101 Vector Controller-Project 292 898-1091 306 943-1146 Appraiser Aide-CETA 284 876-1065 300 920-1118 Appraiser Aide-Project 284 876-1065 300 920-1118 Junior Appraiser-Project 339 1036-1259 365 1086-1322 VI.JII� ;,Personnel Office _ oa.a...•.r..w A&%kinration Bu7dry Pa.Box 791 M h�•�r• mwdm.CW061ni•91663 (415)372-404 courty RECEIVED qv- August 1, 1977 f suX19 11 Board of Supervisors Administration Building, Roos 103 Martinez. California 94553 Dear bard Members: Re: Project aid CRU Employees Compensation for FT 1977-1978; Correction of Salary Adjustment for One Management Classification The Board is aware that many Project (exempt) classifications and CETA classifications are tied directly or indirectly to counterpart classifications In the County's Civil Service Program. Consequently, it is imperative that Project and CBL classes be adjusted equivalent salary amounts to counterpart Civil Service classes. The attached listing depicts Project and CELL classes, with salary adjnstme:nts for FT 1977-1978 to be effective July 1, 1977. Along with salary adjustments, the incumbents of these classifications are entitled to the same employee benefits, with the exceptiaa of County retirement for CM personnel employed on or after June 1, 1977, that pernment, classified employees in counterpart classes enjoy. It is recommended therefore that the Board pass a resolution<affirsing the above pay rates and authorising extension of applicable employee benefits, as determined by the Director of Personnel. In the "Maoagament and Unrepresented" attachment filed with and approved after modification by the Board on July 26, 1977, the class of Medical Social Service Supervisor is listed on page 8 at Salary Level 448. This is in error. The class is tied to Social Mork Supervisor II and sbould be placed at Salary Level 455. �e e�fully, Leonard rector of Personnel 00570 WPR:gc V Attacbment �AiorotiMnmd wdb board oidw • In the Board of SupwWoors of Coeds Costa County, Sk*e of CAMorWa August 2 _� 77 b dw Mdlr of Report of Regional Center of the East Bay. The Board having received a letter from No. Lucy P. Martyn, President of the Regional Center of the East Bay, transmitting its report on the 1977-1978 contract with the State Department of Health to provide services in Alameda and Contra Costa Counties and to carry out the provisions of the Lanterman .Developmental Disabilities Act; IT IS BY THE BOARD ORDERED that the report is referred to the Director, Human Resources Agency. Passed by the Board on August 2, 1977. i hweby cwWy dm*do 6fro0fiao i a Uw mai awed a W of mw air oowwd on dw n wft of fail Nowd of SrpwWwws am dw dsb mtonfmii.. c:c. . Director, FOR-Resources Wiww oq hwr mai dw fad mf dw foxed of County Administrator Sopfer"M oiafi d*2nd day of August , 1! 77 A O. OLff 0 . Cbrk 9y Ai een Elder _D"R*y Chwk OM71 H-24;;'n 15m - aorz�c:tsa �� •�°"�"� Ea.c Bay Latham Square Building rElVED 50616th Street-12th fiwr cow Oaklmd.Califomia 91612 (41514517232 1977 �07m July 16, illy Orr Friend: As Regional Center of the East may begins its second fiscal year wo find we are providing service to mer* people than euen w anticipated and we're acutely awrare of the mumet rands. Regional Centers are fium bd by the State Dope,home of Nealth on an annual basis, with contracts beginning each July. With the finds available this year we will be able tode those services regr nm 1W lar. Hoover. our contract amount is net ssmieiont to penult us to w+ all the ser- vice rowpested. Rhe are documenting the meed and rusrlt n fending sources to resolve problems Who weeds are grwtar tMr FIND&. We have prepared a oW , which is attached, to prwtule yew with intomt tion about our contract, services and budget. Si 1 LVO '- . hresidemt LFWbh Attch. y� Win Ammm� eiMi..�.eriiW�a�M r�.sdii -p JCp cenew coc>\�tnosCOUNIT 1fdw 0616thStreet-l2d<Boor Oakland.C.al*wAa94612 44154514232,, AMOK CEIITF. OF TIE EAST m SWIMS. CONTMCT _ A Ow Froo 7m Board pies "i 1977-78 Costrrct TWAssionel Cemitar of tir.fast<8yr has si�eed-#_deet t<ritri Stase of California Np-tun .of Health for $6,04,M1- W74C" 6111r,LMe tlrai;Af'this contract, tie 8soadaProu to MMrI M�ieisl fes" so Ica!to Aiaomb and-cooft Costa CwAmties:;mo to�r*r_�wtPr�vi Sim of Division ZS.health i Safev code, boo nla■Mr�sr lkeeloD wtttai Disabilities Act. in accsrdamioa with Oapwb"of Mealth`Few latiorc. The to established Regional C10111M AO ba, iaet Nrloft of . oomitact for Persons with developmmbl.mtahilities A► thou. awes: to facilities amid sowioes but srited W tom" !heir l ifotba. AI1-tha servtcos tthich this um to ot+e 4b are. � MM 1 ontsrs Cavo finditg Intaie i Assessmiomit Services Individual Poor flays for eiieees I •ideal ProPtgn y sore PtiaPlsaemiwti M Coordination of referrals to amid dischalwo aolilm State Ibepitals Advocacy for r10 is of developosmitally d w.d persons Qo Ity organization amid proPrao develepwt Tie law Povits Neyional teeters to eapp 'a Other activities• INCU big-pro. ventlas and the rchau of services for clients. in amtsm, M'ismal Centers parfom as war ety of services rewired by smartwmit of.*016 courts aed state I&A. 00573 Acwr�eisido�.rri�ririidrrorle�wiy�ir�tdiiilirt.��0�r� Paye 3 Looking Back Wm RCD op med lin October 1976, we were u nbls to aoet all-prrtMase needs for clients. In January 1977 our budget was iacremW Yy.al os!an million dollars and we experienced a greatly increased caselaN. Although we approved additional Purchase requests, wo vanert mot able-to reapoe ak the full amount of our budget by June 30 d, in"aoGer+riwoe with State law, will h�rthhrn :erre. 1976-77 fills to,the State lve. & ry.,;; This;fomme cycle, and the fact that some services are phhrdtsaa wii*y lhht rasiw.In affect during the entire succeeding year (ca)led the iahTtiplier of ect) l kdt our ability to ijiW-=wW emly. Hare is a simple expUntion of how it works: Oran/ A ih>ji mal Canter receives i300.O00;"iu +iaeuary.;h17:all:Purchases i210,OM:ed;i 'irlo�i fat-.clients urior to June. The "mining ;!0,000 is returner to the.Stwte Trrasu v"r The table below iltnstrotes haw:the purchases tier which $no,000 No sped,in 1NGM will roquire :720,000 in 1977-78. New Purchases Monthly " Mlwlhs Lift Total For.Clients Amount Is Fiscal TO E Jan_ 20 3500 pp fib; •. .5 'JO,Q00 Mar • 4 ' 40,000 ; .. • • 3 30.m • • Z 20,000 Jun • 1 10,000 1976-77 120IO.mQ 77-78 Obligation = 120 x ;500 x 12 _ $720,000 00574 � AK� R� LOWS � 0�- RqOonalCenter a►:tAwaosrs c�ou.-tY I of the �Bay Latham Square Building MAW" SOB 16th Street—12th f mr COMM Oakland.California 94612 (415)4517232 REGIONAL CENTER OF TIE EAST DAV SERVICES, CONfIMtf A BMW A Report From The hoard President 1977-78 Contract The Regional Coeur of the East Mer has signed a combs ct,with.State of Califormis Department of health for f5,674,= for M-74._ Under the terms of this contract, the Deed agrees to provide iaiemal Courter services is Alammde and Contra Costa Counties and to carry out provi- sions of Division 2S, Health i Safety Code, kunst as LantNmom Omlep-. mental Disabilities Act, in accordance with DeparWnt of Health t�egtr latie". The Lamtermem Law established Regional Centers to be find Mints of contact for persons with developments) disabilities 0 ffmide them access to facilities and services best suited to 00 dwomisont their lifetime. Among tka services which this lar ro iris Mgioeal. Centers to provide are: Can Finding Intake i Assessment Services Individual Program Plans for clients Program coordination to assure implementation of Individual Program Plans Coordination of referrals to and discharges from State Hospitals Advocacy for rights of developmentally disabled persons Co pity organisation and program development The law permits Regional Centers to engage in other activities, including pro- vention and the purchase of services for clients. In addition, Regional Centers perform a variety of services required by Deparbamtt of Health, courts and State law. 005'73 - Awra�arfordnia��ir�dw�d�aP�*+%�s��et.iielrelG�iO�dtYi :Page.2 Current RCSB Status and the 1977-78 Budget As of July 1, 1977, RCEB had 2,414 clients, was a" approximately 75 new clients per month and had comitted funds to purchase;services for clients at a level of $275,000 per month or PON,000 per year. The Department of Health allocated $S,674,800 to KED and the Board planmad to Beet its obligations within this amount. Regional Casters' first respon- sibilities under law are to rovide services and the Board estimated that ,approximately 52,400,000 weld be to scomplfsh this. The remainder of the budget was earmarked to M!!�dgm services far climb. Purchased Services Mien a service moo" by a client can't be funded by Bat► other source, the Regional Center my Purchase the service. The nature of clients' needs for these-purchased services Is such that those purchases can.be;expected As, contirwe for a n�ier of years. for example, if a w : ield Cooter out-o living for someone in Jhhly at $200 per semeh, it is amticipaR4d that this expenditure will continue and thus 52,4100 :is awduedfor the - fiscal lair. _ As the Center adds naw clients, the need for purchased services gr_ a. Bealiz- ing that the $3.3 million available in the 1977-78 budget to purchase services would be imsda orate to'meet all roads, KEB has adopted prior-ities for purchased services. These E13&mpriorities are: 1. To met existi eommitments until date of *Mr aapiratiem, at which time their wiiTbe contimued for up to six waft if they are: a) Residential placement for clients wiUmst awilable:faiily. b) Primary day prolram for clients to imbost mme place■aet. c) -Primary day program floe clients tiv3wl-rfth fa dly. d) Necessary transportation'to-primary`drprprelrr. e) Respite care and other services for prevention of crisis. f) fftsidential placement for-clft tsA- dtiraailable faaily. 2. To purchase new services if they meet a client merlency or crisis. The Board is examining its current obligations and studying other wry: to solve the problem Am needs are greater than available fads. All new re- quests are being documented so that there will be an accurate pictures client needs to present to funding sources. These mer regmmts will be appraed as funds become available and within priorities established by the Board. �0 5'13 Page 3 Looking Back When RCEB opened;in October 1976, we were unable to meet all-prrbM needs for clients. In January 1977 our budget was increased by. loost'one million dollars and we experienced a greatly increased caseload. Althowo we approved additional purchase requests, we were not able to responsible expend the full amount of our budget by June 30 and, in accordance with State law, will return some unexpended 1976-77 funds to the State.Treamy., This funding-cycle, and the fact that some services are purchased Brill-year but rosin in effect during the entire succeeding year (called the 'RuTtiplier effect) limit our ability to iWommV evenly. Here is a simple explanation of how it works: Brand A Relienai Center receives $300,000 in Jawary,:1977-and .purchases $210,000.0f servioU. for clients prior to Jame. The remaining $90,000 is returned to the State Treasurery. The table below illustrates how the purchases for which $210,000 vas spend in 1976-77 will require =720,000 in 1977-78. New Purchases Monthly Months Left Total For.Clients Mramt In Fiscal Tr Bed Jan 20 $0,000 Fab 50000 Mar « 4 40,000 Apr r 3 30,000 May . 2 200,000 Jun 1 101000 1976-77 120 $210.dooL: 77-78 Obligation = 120 x $500 .x 12 _ :720,000 005'74 -.a Ae (zO SUMMY The Regional -'Center of the East Bay will: Continue to ide vservices to anyone eligible (Intaloe, . ASseSSm@flt, etc . - feet its existing obligations. - yAepp,�rove new purchases on smarleacy basis and bmpsad As .funds Work with all funding sources to Melva Pr+Mems Who needs•:are- greater than funds. .Record and hold all requests in order,to document level of:..eeed - pe-examine the priorities established wilbis'three tbs. Hold a series of meetings with interested individuals in the fall. This report is being sent to clients, familia, service providers ad oor■ Ity agencies so as to fully inform all who are interested of our agency•s'policies and procedures. Should you have a client-related question, please contact your counselor. Claire Hinshaw, Executive Director, or I would be pleasedto discuss ,this report with anyone and will welcome your comments. 02 down -=Presider LPwbh TJ ?/1.5/77 In the Board of Supervisors of Contra Costa County, State of California August 2 lit 77 M the Abner of - Releasing the Mote and Deed of Trust to Trustee for Reconveyance of Real Property sold by the County to Lehners and Muzzys (Farmer Southern Public Utility District Property - Diablo Area) On August 23, 1966 the Board of Supervisors of Contra Costa County, California, approved and accepted a promissory note and deed of trust, both dated July 27, 1966, and executed by Eugene L. Lenher, et al, in the amount of $60,000.00 for the balance of payment in the sale of the real property de- scribed in the deed from Contra Costa County, recorded September 12, 1966 in Book 5201, Official Records, page 209, in the Office of the Recorder of Contra Costa County: and Said note having been kept in security repository of the County Ireasurer and said deed of trust filed with the County Recorder and recorded on September 12, 1966 in Book 5201 Official Records, page 213. On recoamu;ation of the County Auditor-Controller that said note has been paid in full, IT IS BY THE BOARD ORDERED that the aforesaid note, and deed of trust be released to G. T. Derana, County Principal Real Property Agent, for submittal to Western Title Guaranty Company, Contra Costa County Division, as trustee in said deed of trust for cancellation and execution of reconveyance of said deed of trust. IT IS BY THIS BOARD FURTHER ORDERED that the Principal Real Property Agent is hereby authorized to execute the request to said trustee for reconveyance on the form provided on the back of said deed of trust, for and on behalf of Contra Costa County, as Beneficiary. PASSED.on August 2, 1977, by unanimous vote of Supervisors present. I hereby certify that the fon*oing is a true and cored copy of on order en"red on tiro minutes of said(bard of Supervisors on the dofe aforesaid. Originator: Public Works Department VVft s my hand aad tine Sad of dte ioard of Real Pro er erty Division supvisors cc: Trustee (via R/Pg affixed tills 2nd d y of August _ l9 77 Trustor (via R/P) County Administrator County Treasurer (via R/P) J. R. OLSSON, Clerk County Recorder (via R/P) oy. j�Q a y C" County Auditor-Controller �i� f County Public Works Dept. (2) 11. Pous W5/V H•24 1/'6 15m In the Board of Supervisors Of Contra Coma County, Ston of CaWavajo b dw Moller of Conference with respect to Housing Rehabilitation Program with Block Grant Funds. The Board having received a July 22, 1977 letter from Mr. James H. Price, Area Director, San Francisco Area Office, U.S. Department of Housing and Urban *Development, advising that his department is undertaking a housing and neighborhood rehabil- station program with Block Grant funds, transmitting a copy of "Guide to Local Housing Rehabilitation Strategies,' and advising that a conference will be held August 8 and 9, 1977 in Sacramento to discuss issues contained in said document; IT IS BY THE BOARD ORDERED that the aforesaid information Is REFERRED to the Director of Planning. PASSED by the Board on August 2, 1977. 1 bweby arWy that the I, go& is a true and cornet eoprr of a adw enNred on the nkmlos of said Bowd of Supervisors on the date a rosoid. Ursa Ory ha W and the Sed of the Board of Cc: Director of Planing Director of Building Suprvisors Inspection dBxed"2ji,: day of- pubes* iq County Administrator d R QLSSONCkrk �► l is[ �1 _Delwtr Clerk Helen C. Marshall I I In the Board of Supervisors of Contra Costa County, State of California August 2 In*9 Matter of Questions with respect to countywide pooled contingency funds in connection with county special districts and service areas. The Board having received a July 27, 1977 letter from Fir. H. Donald Funk, County Auditor-Controller, stating that under present law county fire districts cannot operate with a countywide pooled contingency fund and that the Contra Costa Taxpayers Association was so informed several weeks ago; and The Board having received a copy of a July 28, 1977 letter to Mr. Funk from the Taxpayers Association advising that such a procedure was not suggested but that a special district contingency fund and a lire district contingency fund had been asked for; IT IS BY THE BOARD ORDERED that receipt of the County Auditor-Controller's letter is ACKNOWLEDGED and he is REQUESTED to advise if the law permits a countywide pooled contingency fund with respect to other county special districts and service areas. PASSED by the Board on August 2, 1977• 1 hereby cwft that fire fonpoinp is o trw aed aorred oa f of aw ordw entwod on the minutes of said hoard of Supervisors on the dais aforesaid. of ec: CCC Taxpayers Assoc. �ws my hard sod do Sed ofd*Heard County Auditor-Controller G�"fOw efiixed this of e.,g,ar . 197Z J. It. OCSSON, C$wk •r� C..�,_£� u l rpty Clwk Helen C. Marshall f 005'78 H.24 1,76 ISm In the Board of Supervisohrs Of Contra Costa County, State of California Au�l�gt i .1977 In Ne MaffW of Composition and Expiration of Tarilt.s of Citizens Advisory Cor,_ ittees for Certain County Service Areas. The Board having received letters from Citizen .-Advisory Committees of County Service Area D-3, County Service Area H-8, County Service Area R-6, County Service Area R-8 and County Service Area P-1, pertaining to composition and expiration of terms of — - - - committee members; .-- ._ -- . IT IS BY THE BOARD ORDERED that the aforesaid letters are REFERRED to the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) for review. PASSED by the Board on August 2, 1977. 1 hereby cer ft Nat the foregoing is o true and coned copy of an erdn enlerad an Nw winter of said Boord of Supervisors on the dote aforesaid. cc: Committee Members MRben wy hard aid Na SSW of dw bard of Public Works Directors SMP-"w- County Administrator affixed tieis2na dol►of a„g„vr . 19 2.L Public Information Officer County Service Areas 11 r C� A. Clerk Ronda Amdahl 00579 In the Board of &vwvi:om of Contra Costo County, State of Cali emso Auff"t 2 .N r Mit MsMr of ' Report from County Administrator pertaining to Federal Limitation on Compensation in CETA Public Service Employment Programs (Titles II and VI) The County Administrator having submitted to the Hoard a report dated July 29, 1977 advising that regulations established for administration of the CETA Public Service Bsployment Programs (Titles I1 and VI) provide that Federal CETA funds may only be used to pay a maximum salary of $833 per month (110,000 per year) and associated fringe benefits; the additional salary and fringe benefit cost for those program participants earning in excess of this amount gnat be met from county funds; and The County Administrator having further advised of the Department of Labor program regulations promulgated in the Federal Register on June 25, 1976 which require employers to compensate CETA participants at the prevailing rate of pay for persons employed. in similar occupations by the same employer and that the purpose of his report is to bring this matter to the Board's attention; to indicate the number of CETA participants currently earning in excess of the federally established maximum salary;and to furnish information on the current and projected cost to the County resulting from this 11mitation; and the County Administrator having suggested certain actions the Board might take which would limit the amount of county funds to be spent; IT IS MY THE HOARD ORDERED that receipt of the County Administrator's report is hereby ACKNOWLEDGED. Passed by the Board on August 2, 1977. I haaoby coaly that do In 9 nine is a*"and card cony of an e br sterid an do shm en of acid fined of Supnvimn an the dam afanmok. Orig: Administrator Wrsnas may head and Am Sad of do board of sup—A-0- cc: Director of Personnel of-ddds 2nd dW of August � 19 77 Numan Resources Director a.GGClnr/G��.�J IL OLUM. Chair By Aileen Elder _DWAy Chh . ry 00580 M-24 4,77+5m County Administrator cper County AdtainisUatiOtt BttiWirg Vt.AI I�� Martinez.California 04M "W"C.•dsrm (415)3724090 2nd District wm Amt t. A~G. SiYgbr 3rd D County Adninvaraor - w wMlM 1r.Nowas 4th District oft M.1lsssswao 5th Digmt July 29, 1977 RECEIVED Board of Supervisors AU'G ol 1977 Administration Building, Room 103 LIZ ON Martinez, CA 94553OF.supeWOU Dear Board Members: RE: County Cost of CETA Titles II and VI The regulations established for administration of &he CETA Public Service Employment programs (Titles II and VI) provide that Federal CETA funds may only be used to pay a maximum salary of $833 per month 010,000 per year) and associated fringe benefits. The additional salary and fringe benefit oust for those program participants earning in excess of this amount must be met fram County funds. The purpose of this letter is to bring this matter to your attention and to indicate to you the nvmber of CETA partici- pants currently earning in excess of the federally established maximum salary and to furnish information on the current and projected cost to the County resulting from this limitation. As of July 1, 1977, there were a total of 98 persons working for the County in CETA Public Service Employment slots (80 persons in Title VI and 18 persons in Title 1I). Of this total, 47 persons were earning salaries of less than $833 per month, and the remaining 51 persons were earning salaries in excess of $833 per month. For the 1976-77 fiscal year the County cost of salaries and fringe benefits in excess of the federal limit was about $80,000. It is forecast that by December 31, 1977, the County will have approximately 250 program participants and that the County cost for excess salaries and fringe benefits for the 1977-78 fiscal year will be approximately $135,000. This figure will represent about five percent of the projected total salary and fringe benefit costs. The $833 per month CETA salary limitation was established by the Federal Government in 1974. There have been no cost-of-living adjustments made to this figure. Consequently, even for program participants hired at a salary level well below the Federally established maximum the cost-of-living adjustments made at the county level, in addition to regular annual merit increases, have resulted in these employees gradually increasing to and exceeding 004%1 ftaaflmW wft bead adw i Board of Supervisors July. 29,- 1977 Page Two the $833 per month figure. In addition, the Federal Government requires that CETA employment opportunities be made available to specific segments of the population; i.e., males, females, veterans, low income, etc. so that a variety of job classifications must be utilized. Additionally, the CETA jobs are made available on the basis of. requests from County departments -and in accordance with the work programs of those departments. In order to meet the Federal hiring requirements and the work needs of the departments, some job classifications have been utilized which exceed the $833 per month at entry level. Recently certain actions have been taken which will tend to hold down the excess salary and fringe benefit costs. First of all, your Board on June 28, 1977, adopted a policy providing that the employment duration of new CETA program participants will be limited to the duration of the particular work project, or not to exceed a total employment period of 18 months in either/or a combination of CETA Titles II and VI. This 18-month employment limitation will hold down the extra salary costs resulting frac annual merit increases. Secondly, by recent action of the County Retirement Board new CLIA program participants will not be included in the County Retirement Program. This will, of course, reduce fringe benefit costs for these persons. The County supplemental cost of the CETA/PSE Program will likely continue to increase somewhat as the cost-of-living adjustments are made at the County level and as employees earn merit increases, unless your Board determines to adopt a policy which would limit the amount of County funds to be spent in this manner. For example, your Board could establish a policy that County supplemeatal costs for this program are not to exceed five percent of the total program costs. It would be difficult to completely eliminate county funds from this program and yet be able to meet the hiring requirements and County departmental work needs. Anther action which could be taken with respect to this matter would be to request the Federal Government to increase the'$833 per month limit which has been in effect since 1974. This would seem entirely appropriate considering the inflation in process and salary levels since that time. spectfully, G' m ARTT WILL County Administrator By C. A. Hammond GEB:sr 4M In do dowd of &*wvbm Of Conbo Coda C W16 Slab of CaMantio August 2, fs do Yrlw of Authorizing Destruction of 1964 Secured Tax Rolls IT IS BY THE BOARD ORDERED that the County Treasurer-Tax Collector is AUTHORIZED to destroy the 1964 Secured Tax Rolls in accordance with Revenue and Taxation Code Section 4377, as recomended by the County Auditor-Controller. Passed by the Board on August 2. 1977. I hwiy may► dm* do fwor*o k a tem and cored aW of as odw oslwod w do oWlAn of said flowd d Sslwvion m do ddo afwsa W Orig: Administrator waves my b=W ad i Sod of do I=W of Suow.iws cc: Treasurer-Tax Collector aivd this 2nd yy of August . 19 77 Auditor-Controller MAWK cb* pWAy Cla k Tax Col lector's Office C ontra _P.Le" 3 r�IL w � Caaaty Teanrnr Tax CaNutor P.O.Box 631 costa AoWOM Trrwrr Tac CoNwow Court Street Martinez,California 94563 (415)372-4122 County July 22, 1977 FEIVED � 1977 Honorable Board of Supervisors OLSSO+Hal1 of Records of SUFERV5M Martinez, California 94553 O0' Gentlemen: In accordance with Section 4377 of the Revenue Laws of the State of California, we request your permission to destroy the 1964 tax rolls. Quoting Section 4377, "Any delinquent tax roll more than 12 years old and original secured roll on which it is based containing the information set forth in the abstract list may be destroyed by the county officer or officers in possession of the roll, etc. with the permission of the Board of Supervisors". Very truly yours, EDWARD W. LEAL Treasurer - Tax Collector EWL: dmb M the A a-i of Supfxvis m of Conho Costa County, State of Colilf wnio August 2 .19 �M YMMr of _ Letter from County Administrator on Assurance of Compliance with Section 504 of the Rehabilitation Act of 1973 The County Administrator having submitted to the Board a letter dated July 29, 1977 relating to assurances required under Section 504 of the Rehabilitation Act of 1973 which provides for accessibility to the handicapped of programs and services and for non-discrimination in employment; and The County Administrator having recommended that the Board Chairman be authorised to execute the required compliance fora as requested by the Department of Health, Education and Welfare; IT IS BY THE BOARD ORDERED that the recommendation of the County Administrator is APPROVED. Passed by the Board on August 2, 1977. 1 hweby comity dm* the I, it is o true and aorroe!cuff of as orals►rMmrd on do miousa of amid good of Sspo vbm os do dots aForsssi I Orig: Administrator WMans ray hash and dw Seel of do loved of cc: Department of HEW Sups- Public Works Director eased 2nd of Auitust - 1977 Director of Personnel County Counsel Human Resources Director J. R. OLU M, CNrk by .Aileen .0"park F- 00585 H-Y44M15m • i DEPARTMENT OF HEALTH,EDUCATIOK.AND wELFARE ASSURANCE OF COMPLIANCE WITH SECT M 50 OF THE REHABILITATIMI ACI OF 1973,AS AN04DED � i The undersigned(hereinafter called the"recipient")HEREBY AGREES THAT it will comply with section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C.794),all requirements imposed by the applicable HEW regulation (45 C.F.R.Part 84),and all guidelines and interpretations issued pursuant thereto. Pursuant to §84.5(a)of the regulation 145 C.F.R.84.5(a)],the recap-rent gives this Assurance in consideration of and for the purpose of obtaining any and all federal grants,loans contracts(except procurement contracts and contracts of insurance or guaranty),property,discounts,or other federal financial assistance extended by the Department of Health, Education,and Welfare after the date of this Assurance,including payments or oder assistance made after stub daft on applications for federal f`utancial assistance that were approved before such date. The recipient recognizes yid agrees that - such federal financial assistance will be extended in reliance on the repiesemtatiams and agreeunents made in this Assurance and that the Unwed States will have the right to enforce this Assurance duw*lawful means. TLis Asuramm is binding on the recipient,its successors,transferees,and assignees,and the person or persons whose signatues appear below are authorized to sign this Assurance on behalf of the recipient. This Assurance obligates die recipient for the period during which federal financial assistance is extended to it by the Department of Health,Education.and Welfare or,where the assistance is in the form of real or personal property,for i the period provided for in§84.5(6)of the regulation 145 C.F.R.84.5(6)]. The recipient: (Check(a)or(b)J E a.( ) employs fewer than fifteen persons: - A73 b.(x ) employs fifteen or more persons and,pursuant to §84.7(a)of the aguladon 145 C.F.R.84.7(s)],has A74 designated the following person(s)to coordinate its efforts to comply with the HEW regrlso m: t Arthur G. Will. Couinis ra e Name of Designee(s)—Type or Print [ C12 C42 County of Contra Costa 651 Pine At- Nam 1_7t1+ Pimr i. . of Recipient—Type or Print Street Address or P.O.Box !' Al2 A41 A42 A71 �- 94-6000509W !Martinez (IRS)Employer Identification Number City Ai All B12 541 Bt all CA 94S53 CI C11 State zip B4 B71 I certify that the above information is to77, bat of my 8-2-77 W. N. esa Date Sig atute and Title of A of 972 977 078 WIIffrM16 Co ity If there has been a change in name or ownership within the last year,please PRINT the former name below: NOTE: The'A','B',and'C'followed by numbers are for computer use. Please disregard. PLEASE RETURN ORIGINAL TO: Office for Civil Rights,HEW.P.O.Box 8222,W=11;r..-ton,D.C. 20024. HEW-fit (5/77) OU5S6 In the Burd of Supervisors Of Contra Costa County, State of Colifornio - g" 191 M the Mauer of Social Service Department Contract #20-157 for Foster Parent Training The Board having authorized contract negotiations with the below-named contractor by its order dated July 19, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contract for the Social Service Department, to provide Foster Parent Education and Orientation, under terms and conditions as more particularly set forth in said contract: Number: 20-157 Department: Social Service Contractor: Patricia F. Bacon Term: July 20, 1977 through December 31, 1977 Payment Limit: $20.00 PASSED BY THE BOARD on August 2, 1977. 1 bwnaby eeMy ihot the foregoing is a true and correct tapy of on aadw a le ed an the ■sioutes of maid-oord of Supervisors on the dote afwaaid. Orig: Human Resources Agency 1Alitwo my hand ad$e Sed of the fioord of Attn: Contracts S Grants Unit Superviem /} cc: County Administrator mined thiiye day of 14 ZI County Auditor-Controller County Social Service Degt. J. fl. tKtjWM. Clark Contractor ,f r Llsprdt►Clerk 00W !r-P?S�r1613m Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT c� C, 1. Contract Identification. Humber 2 0 — 1 5 7 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: PATRICIA F. BACON Capacity: Self-employed individual (Training Consultant) Address: 480 Shore Road. 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: (7) 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 Poster 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. Indmification. 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 i75-10; Title II of the U. S. Social Security Act, as amended (P.L. 96-647) Section 228.84. 11. Signatures. The signatures attest the parties' agreement hereto: axwy 'a , 6N COSTA CALIE@V M CONTRACTOR Recommended by Department Ry /��Il• / ,' (Desigsat official ca it00fW Designee (Form approved by County Cawosel) In the Board of Supervisors of Contra Costa County, Skit* of C SWO Id August 2 rig -77 b tb Marr of Authorizing execution of contracts with Prepaid Health Plan providers for County Medical Services The Board having considered the State requirwent for foram/ contracts between the County and Prepaid Health plan providers, IT IS BY THE 1OiARD ORDERED that the Director, Human Resources Agency, is AVMRIM to execute the contracts listed below: Number Contractor Term Service 26-923 Minor Callaway, D.C. 5/1/77-6/30/78 Professional Services 26-924 Anthony Saatin, M.D. 5/1/77-6/30/78 Professional Services PASSED BY THE mm on August 2, 1977. 1 hweby csNHy*A*the 1, 9-1 Y a trw and cWVWd asry of a►air aid OR 1V ahmias of said Bawd of Sepwvi m am the dale daesaid Orig: Human Resources Agency met OV had and i i001 of"Awad of Attn: Contracts S Grants Unit *MPWW-- cc: County Administrator G06ind this 2nd day of Aurust i9 77 County Auditor-Controller County Medical Services 1 OL OL=OM, CMda State Dept. of Health Contractors sy y. �a�a .Ospaly CkA fdi-24 3/76 lie OKW costa County Standard Fpm MEDICAL SERVICES SHORT FOR-4 SERVICE CONTiLACT 1. Contract ldentification. Contract C�+ �—9 2 3 Department: Medical Services Subject: Professional Services 2. Parties. The Cocnty of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Callaway.Minor. A.C. Vendor 4- Capacity: Corporation Address: 218 Chestnut Street, Brentwood, California 94517 3. Term. The effective date of this Contract is flay 1. 1977 and it terminates June 30, 1975 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Hedi-Cal rate.for lik= service, upon submission of a properly documented demand for payment in the manner and form . prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his designee. The current hedi-Cat rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obli-gations. Contractor shall be subject to Attachment €1, "Prepaid Health Plaa Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: professional services to enrollees of Contra Costa County Medical Services Key Plan as requested an prescribed referral form (PHP-9). 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of ao rtt, servant, employee, partnership, joint venture, or association. 8. 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 here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, siclmess 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. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the`followiag , '. legal authorities: California Government Code Sections 26227 and 31000.. 13. Signatures. These signatures attest the parties' agreement hereto: COLST-S OF CONTR.a COSTA, C_}I.IFORNId MUTRACTOR •ti By Designee Recommended for Approval (Designate official capacity) BY. \ Medical Director (Form approved by County Couosol) (A-4633 New 4/77) wdh 6aoid Order WW Contract Number 2 6 —9 2 3 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIRE MS Pursuant to State Department of Health/County Contract #76-56983 (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 s``coutract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until my 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 enrollueat 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 Comty'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 x`76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health. Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -l- 00t i PREPAID HEALTH PLAN SUBCONTRACT REQUIREMnS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered hail 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 PUP enrollees is the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. if Contractor enters one or mbre subcontracts in order'to provide any sersices- implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract i76-56983, Article SI, Subcontracts, as specified in this Attachment, moat 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. M&W (A-4632 New 3/77) -2- r { In tha Board of Supervisor of Contra Costa County, State of California August 2 , .19 77 In the Amm of Authorizing execution of contracts with Prepaid Health Plan providers for County Medical Services The Board having considered the State requirement for formal contracts between the County and Prepaid Health Plan providers, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute the contracts listed below Number Contractor Term Service 26-923 Minor Callaway, D.C. 5/l/77-6/30/78 Professional Services 26-924 Anthony Somkin, M.D. 5/1/77-6/30/78 Professional Services PASSED BY THE BOARD on August 2, 1977. I hereby certify that the foregoing Is a true and corms copy of an order enhted on the minutes of said Board of Supervisors on the date aforesaid Orig: Human Resources Agency t Wdness my hand and the Sed of the Boord of Attn: Contracts 6 Grants Unit Supervrson cc: County Administrator offixed this 2nd day of_August 19 77 County Auditor-Controller County Medical Services State Dept_ of Health ..te�tt J. R. OLWN, Cterk Contractors By ��-/ii�..��..��/Z.z/ , mp ly clerk aH-24 3/76!Sm -� ontra Costa County Standard Form MEDICAL SERVICES SHOAT FORH SERVICE CO,=ACT 1. Contract Identification. Contract #26 -924 Departcent: Medical Services Subject: Professional 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: Anthony Somkin, M.D. Vendor I Capacity: Partnership Address: 6500 Fairmount Avenue, Suite F7, E1 Cerrito, California 94530 3. Tern. The effective date of this Contract is May 1, 1977 and It- terminates lune 30, 1978 unless sooner terminated as provided herein. 4. Ternination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractors provision of services as described below, County shall pay Contractor the current Medi-Cal rate for lika service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment #1, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: professional services to enrollees of Contra Costa County Medical Services Key Plan as requested on prescribed referral form (PHP-9). 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. S. 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 here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and inde¢mify the County and its officers, agents and employees from all liabilities and claims foi damages for death, sic'.mess or Injury to persons or property, including without limitation, all consequential da=ages, 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. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Leal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COlT::TY OF CONTRA COST CAL FORNI& caaRwr Tv-/X V By, _" 16- A . X By Designee M. D. Recommended for Approval (Designate official capacity) by •, �,..,.ti. Medical Director (Form approved by County Counsel) (A-4633 Sew 4/77) Miaaf,krwd with Boarci order 00594 Contract Number 26 -924 Attachsiant Number 1 PREPAID HEALTH PLAN SUBCONTRACT RMTIREIMS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Wa..==-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 cknowledged 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 miaimuml 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. S. Contractor will submit utilization reports, in relation to PHP enrollees. as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee. if Contractor maintains PHP enrollee sedical 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 PEP 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 176-56983 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- 0003 7-1 PREPAID HEALTH PLAN SUBCONTRACT REQUIRE@MS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced b_y number above is amended or terminated. Notice is considered given when in the U. S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does.not constitute approval of the method and amount of compensation specified In the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters 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 076-56983. Article XI, 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. 0OW (A-4632 New 3/77) -2- In tela Board of Supervisors Of Contrc Costa County, State of Cclifomic August 2 .19 77 In the aWHW of Authorizing execution of contracts with Prepaid Health Plan providers for County Medical Services The Board having considered the State requirement for formal contracts between the County and Prepaid Health Plan providers, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute the contracts listed below: Number Contractor Term Service 26-923 Minor Callaway, D.C. 5/1/77-6/30/78 Professional Services 26-924 Anthony Sonkin, M.D. 5/1/77-6/30/78 Professional Services 1� PASSED BY THE BOARD on August 2, 1977. 1 hereby certify duo the foregoing b a true and cored copy of an order entered an the minutes of said Board of Supervisor an the dote aforesaid Orig: Human Resources Agency1 / W�my hwed and the Seal of do Board of Attn: Contracts 6 Grants Unit SuPervuors cc: County Administrator affixed this 2nd day of August _ 19 77 County Auditor-Controller County Medical Services State Dept. of Health JL R. oLSWN, Clerk Contractors By /�1.ii.�.,)�.�°dzw/ _ Deputy Clerk R.24 3/76150 In the Board of Supervisors of Contra Costa County, State of Coifo nio Auow t 2 i! b ee Alal.►d Short Fora Service Contract 124-084 with Meridith B. Cox for Mental Health Staff Training The Board having authorized negotiations for a contract with Meridith B. Cox to provide meatal health staff training, by its order dated July 26, 1977, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute short fora service contract 124-084 with Meridith B. Cox (self-=alloyed consultant) for the provision of mental health staff training on "patients' rights," effective July 21, 1977 (one day only), with a contract payment limit of $100 and under teras and conditions as more particularly set forth In said contract. PASSED BY THE BOARD on August 2, 1977. f hpebVCWdfY d•d dW fia�e�0i11� Iso 1rYa ad csnatl�y a1 ash aslalyd M Ells miman of said bad of supanilms M the dab afanMaid. Orig: Human Resources Agency MRlsns my Mad and Ib Sod of do bad of Attn: Contracts 6 Grants Unit supmrimms cc: County Administrator armd ds 2nd&y d August . 19 77 County Auditor-Controller County Mental Health Director 'f p' Owk Contractor y /,i; ,11�za6,- .ppuly Cbk H-:dg ism 01 Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT r � 1. Contract Identification. Number 2 ` —0 8 4 Department: Medical Services - Mental Health Subject: Staff training in "Patients' Rights" 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: MERIDITH B. COX, M.P.A. Capacity: Self-employed individual (Training Consultant) Address: 845 Liberty Street, E1 Cerrito, California 94530 3. Term. The effective date of this Contract is July 21, 1977 and it terminates July 21, 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 $ 100 6. Couaty'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: $ 100 per service unit: (70 session. as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in "Patients' Rights" 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. Welfare and Institutions Code, Div. 5, Part 2, the Short-Doyle Act; and California Administrative Code, Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act. 11. Signatures. These signatures attest the parties' agreement hereto: Caq w—coSTA CAL A CONTRACTOR g�7 Ak, K. Designee Recommended by Department Cu -TAN. �L ANA6ci11� (Designate offIcIal capacity) By ;O_e_40- Desigmae (Form approved by Comm Counsel) (A-4620 7/76) 1 � M the Board of &wervisas Of Contra Coda County, Sk** of CoWernia Autnst 2 _H fa i Ai~of Contract Amendment Agreement #28-407-5 with United Council of Spanish Speaking Organizations, Inc. (CRTA Title I) The Board having authorized negotiations for a contract amendment with United Council of Spanish Speaking Organizations. Inc. to add $13,200 to the contract payment limit for the provision of additional CCTA Title I manpower services for training and Om-the-Job (OJT) placameats, by its order dated June 14, 1977, IT IS BY THE BOARD ORDERED that its Chairman Is ADT MUiD to ezeeute Contract Amendment Agreement #28-407-5 with United Council of Spanish Speaiisg Organisations. Inc. for the provision of amid additional CETA Title I manpower services, effective April 1, 1977. increasing the contract payment licit to a new total of $83,056, under terms and conditions as more particularly set forth in said contract amendment agreement. PASSED aY UK BOARD on August 2, 1977. I baby am*the►dw faraoaMg i a Was and mnwef way of me ander WOMW sen As, iwlas of said Bound ef awpee.ieors am the dale dasesid. Win=zap band emd do Sod of#*Dowd of Orig: Denan Resources Agency Supewiesee Attn: Contracts & Grants Unit affiaed 2nd of August 19 77 cc: County Administrator County Auditor-Controller County Director Project L '� J. A. t]LffON, CMrk Director y A eon 1 er .�P Contractor C1eek � .1 V <� /X " 4r, CONTRACT AMENDMENT AGREEMENT (Contra Costa County Human Resources Agency) Number 2 8 -4 0 '7 - 5 1. Identification of Contract to be Amended. Number: 28-407-4 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a Brentwood/Oakley Area CETA Unit and an ESL Liaison Service. Effective-Date of Contract: October 1, 1976 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS, INC. Capacity: Nonprofit California corporation Address: 516 Main Street, Martinez, California 94553 3. Amendment Date. The effective date of this Contract Amendment Agreement is April 1, 1977 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the 'Amendment Specifications" attached 'hereto which are incorporated herein by reference. 5. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: Title I of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); California Government Code Sections 26227 and 53703. [CETA 29 USCA 3801 ff] 6. Signatures. These signatures attest the parties' agreement hereto. TY COUN0 ONT GSTA CALIFORNIA CONTRACTOR By �tif/Nf By CIFairman, Board of Supero s �lyTo. E c-Yc.�ry Ji �2 Designate official capacity in businft Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California By `ft/�,`11�,,,� County of Contra Costa ) Deputy ACKNOWLEDGMENT (CC 1190.1) The person signing above for Contractor Recommended by Human Resources Agency known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By � they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: Dated: A,L /0177 By � Designee ROBERT J. PROCTOR n,"„�+ DEPUTY COUNTY CLERK owlContra Costa Cownt Colif - r - AMENDMENT SPECIFICATIONS Q A Number 2 6 —4 O7 — 5 TM consideration of Contractor's agreement to provide on-the-job training (OJT) services for 7 additional CETA-eligible participants and to increase services for additional referrals of CETA enrollees to training programs under the Contract identified herein. County agrees to increase the total amount payable to Contractor --der the Contract Payment Limit by an additional $13,200 . County and Contractor _grew, therefore, to amend said Contract, effective April 1, 1977, as specified below, while all other parts of the Contract remain unchanged and in full force a_d effect: 1. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Contract is Hereby amended by increasing the amount specified therein from $69,856 to a new =otal of S83,056 . 2. Cessation of ESL Liaison Service. Paragraphs I.e. (page 2) and 2.e. (page 6) tce Service Plan are hereby terminated, effective April 1, 1977, thereby terminating Contractor's obligations to provide certain manpower services in conjunction with �nglish-as-a-Second Language (ESL) classroom programs operated by other agencies, as set forth in said paragraph. 3. Increase in Performance Standards. Paragraph b. (OJT Placement) of Part 3. (Performance Standards), page 7, of the Service Plan is hereby modified, effective 1p:iz 1, 1977, by increasing the minimum number of OJT contract placements from 3 _a a new total of 10 CETA enrollees. 4. Revised Budget. Paragraph a. of Part 5. (Budget of Estimated Program -nenditures), page 10, of the Service Plan is hereby deleted, effective April 1, 1977, End replaced with a new, substitute provision to read as follows: "a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Tera (1) Adainistration $ 14,055 (2) Enrollee Training (including $21,736 30,424 for OJT Contract Payments) (3) Manpower Services (including $1,000 for 38,577 Emergency Supportive Services Payments) (4) Enrollee Wages -0- (5) Enrollee Fringe Benefits -0- TOTAL (Contract Payment Limit) $ 83,056" Initials: Contractor County Dept. In the Board of Supervisors of Contra Costa County. % to of California Auaust 2 .»77— b thm At-N of Approval of Phoenix Programs, Inc. Contract Amendment #24-751-6 IT IS BY THE BOARD ORDERED that its Chairman is AVMRIZZD to execute Contract Amendment #24-751-69 effective June 1, 1977, to modify the Phoenix Programs, Inc. budget provisions of their Short-Doyle/County funded contract for FY 1976/77 in order to comply nitb the modified 1976/77 Contra Costa County Mental Health Services Annual Plan and Budget. PASSED BY THE BOARD on August 2. 1977 1 hweby ewiNy *a* d w h V q* o is a Wee and aotrad asp of em amdw mmlwmd am do mii wAn of said loved of Supsevison on the doh alanmmid. Oiig: Human Resources Agency 1ARlnmss my bad and do Sod of the ward of Attn: Contracts S Grants Unit Supwwbm cc: County Administrator affixed dh'm 2nd day of August 2 jy 77 County Auditor-Controller County Medical Services-- � r R. fXSfOM. CNrk • Mental Health G Contractor my een 1 er DWAY C6& 00603 ��7�3/7G 15m CONTRACT AMMOMENT AGREEMENT (Conga Costa County Human Resources Agency) Ntmeber 24 —7 51 — 6 1. identification of Contract to be Amended. Number: 24-751-5 Depart: Medical Services - Mental Health Subject: Mental health day treatment services and residential rehabilitation services 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 follow. Contractor: PHOENIX PROGRAMS, INC. Capacity: California nonprofit corporation Address: 2243 Mt. Diablo Street, Concord, California 94520 3. Amenduent Date. The effective date of this Contract Amendment Agreement is i��'... 1 1077 u. Amendment Specifications. The Contract identified above is hereby amended as set forth as the "Amenament Specifications^ attached hereto which are incorporated herein by reference. 5. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services -oder the Short-Doyle Act). 6. Signatures. These signatures attest the parties' agreement hereto. COUNT F 0 COSTA CALIFORNIA CONTRACTOR Chairman, Board of Su '�4 *64'A-__` (Designate sc p yaa fy in ousineas Attest: J. R. Olsson, County Clerk and affix carporm:tion_seal) �� State of California ) B7 .& County of Contra Costa ) Deputy ACKNOBLEDGMENT (CC 1190.1) The person signing above for Contractor Recommended by Human Resources Agency know to me in those individual and By business today capacities,acknowlpersonaedged that be/before me today and ackeawledged that he! B they signed it and that the corporation Designee or partnership named above executed the within instrwent pursuant to its bylaw or a rano tion of its board of directors. Form Approved: County Counsel Dated: 7 By NRA CQ'Wcts AdministratorDeputy i.MrMm unty A. JUNE M. Linc -- DEPUTY COU"-i Y Ci G K Contra Costa County, California ftrofilmed With board order AMENDWNT SPECIFICATIONS Number2 4 -7 51 - s In order to comply with the modified Contra Costa County Mental Health Services (Short-Doyle) Annual Plan and Budget for FT 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: "A. OPERATIONAL BUDGET COST CATEGORIES 12-NOMM AMOUNT 1. Staff Salaries and Benefits $206,353 2. Operating Expenses 123,812 3. Administration 13,757 4. Other -0- Gross Allowable Program Cost $343,922 Applicable Outside Revenues* (142,046) NET ALLOWABLE PROGRAM COST (Contract Payment Limit) JN1j876 *Non-Short-Doyle ninnies 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-NDWM PROGRAM SERVICE PROGRAMS PATH MT LIMITS 1. Phoenix House $ 98,349 2. Phoenix Activity Center 62,569 3. Concord Social Activity Center 40,938 TOTAL (Contract Payment Limit) $201,876 Adjustments in County's total payments to Contractor pursuant to Paragraph 1. (Cost Report and Settlement) of the Special Conditions shall be limited by the specific line item Service Program amounts (i.e.. Program Payment Limits) set forth above." Initials: • actor County Dept. M fire Board of &pwvbm of C6nbo Costo County, Skde of CaMmio Auxuat 2 3T In do Macer of Approval of Nutrition Project Food Service Contract 122-035-6 United Council of Spanish Speaking Organisations, Inc.. IT IS BY THE BOARD ORDERED that its Chairamo is AUTBOIIZLD to execute Contract ►22-035-6 with the United Council of Spanish Speaking Organizations, Inc. for Nutrition Project services during the period July 1, 1977 through September 30, 1978 at a cost of $15,188 in Federal Title VII Older Americans Act funds. PASSED BY THE BOARD on August 29 1977. I hereby oerlifr than the 1, 801 is a Ass and cwMd a W of w ender adoad on the arWAN of said 800rd of Supervisors en tbs floes afor«oid Orig: Human Resources Agency VftM my hand em do Sed of lbs ieard of Attn: Contracts b Grants Unit Superba- cc: County Administrator ofRxsd thje 2nd dor of August . 19U- County Auditor-Controller County Health Department �L ft. OLUM, CNrk Contractor M Aileen Elder .Dw q Chuk EH:d It :ra Costa County Standard Fors STANDARB COITRACT J (Purchase of Services) 1. Contract Identification. Number - 035 - 6 Department: Health Department Subject: Contra Costa County Nutrition Project for the Elderly Meal Service 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS, INC. Capacity: Nonprofit California corporation Address: 516 Main Street, Martinez, California 94553 3. Terse. The effective date of this Contract is July 1, 1977 and it terminates September 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 15,188 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 wnich are incorporated herein by reference: Contra Costa County Nutrition Project for the Elderly under Title VII of the Older Americans Act. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 42 USC Sections 3045 ff 10. Signatures. These signatures attest the parties' agreement hereto: COUNTXOOFCONT TA CALIFORNIA CONTRACTOR By Chairman, Board of S e (Designate official capacity in business Attest. J. R. Olsson, County Clerk and affix corporation seal) / State of California By.� County of Contra Costa Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommen by Departm�,� known to me in those individual and business capacities, personally appeared before we today and acknowledged that he/ By ey signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resol ion of its board of directors. Form Approved: County Counsel Bated: y FORM APPROVM\ Byadwo : c{ p - Deputy Deputy County Clerk Euzae hu Pe,, CHIN, — ,- Costo County, California Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) 1. Payment Basis. County shall in no event pay to the Contractor a sun in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract. County will pay Contractor: [ ) a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [KJ a. General Services Administration Federal Management Circular PLIC 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 mid services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76)- �l- Contra Costa County Standard Fors 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 demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to 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 no event later than 18 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Haunts) 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. ��V�lal (A-4618 REV 6/76) -2- SERVICE PLAN c� Number 2 2 ` 0 3 e7 6 Ser✓ice Provisions UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS, INC. hereinafter referred to as Contractor. shall serve nutritionally balanced meals in a comfortable, congenial atmosphere and provide supportive social services pursuant to County approved program schedules for the County Nutrition Project for the Elderly, daily on every Monday through Friday, during the period of this contract, excepting those days that are national holidays_ Contractor shall be subject to specifications relevant to its performance included in the application and Approval Documents under Title VII of the Older Americans Act which is incorporated herein by reference. Contractor shall be subject to and comply with the work program, attached hereto which is incorporated by reference as Appendix A. Contractor shall provide meals for service under this contract from food caterer or caterers designated by the County in writing. Contractor shall solicit support from local agencies, clubs, groups and individuals in an attempt to integrate the Nutrition Program into the community. Contractor will place primary emphasis on reaching those isolated individuals who, because of li=ited financial resources, are unable to prepare for themselves well-balanced, nutritious meals. As vacancies occur in the meals program, staff shall attempt to fill these openings with persons that meet the above criteria rather than on a first come, first served basis. A registration system and waiting list will be used to insure Maximum utilization of the Program by persons described above. Supportive services specified in Appendix A say be utilized by persons unable to participate in , the meals program. Payment for Service "The Budget of Estimated Program Expenditures" referred to in the Payment Provisions is incorporated herein by reference as Appendix B. The monthly payment for reimbursable expenditures to Contractor referred to in the Payment Provisions will be less the amount of income collected for seals during said month, which will be deducted from total Contractor expenses in arriving at the net amount due. A separate checking account (Income Account) will be established by the Contractor which will be apart from any other Contractor accounts, in which shall be deposited all payment. for meals-received from participants. The Income Account will be used only to transfer funds to the Contractor's General Account. Other than cash disbursements from any Petty Cash fund, all of Contractor's project disbursements will be by check, drawn upon the Contractor's General Account or any special account specifically for this project. All disbursements from the Contractor's General Account for the Nutrition Project shall be clearly identified as such. Initials: _GL•q Contractor County Dept. 00610 APPEYMIX A WORK PROGRAM bumbeow _ I. ADMINISTPUTION Contractor agrees to: i A. Staff 1. Recruit, hire and train paid and volunteer staff as needed and budgeted to provide administration, meal service and supportive services. Con- tractor's job descriptions for its staff must include those duties and responsibilities listed in the job descriptions submitted as part of the County grant application to the State Office On Aging. 2. Supervise staff in the carrying out of those activities as defined in Title VII of the Older Americans Act and as specified herein and ensure that participants are treated courteously and warmly. 3. Facilitate and coordinate activities with county-assigned staff within the project. B. Program Planninz 1. Participate with the County in program planning and financial exploration. C. Records 1. Maintain records of participants and operation, which shall be open to inspection by authorized representatives of the County, State and Federal Governments. using forms required by the County._ " 2. Keep books on all expenditures and income related to the project. Maintain , Cash Disbursements, Payroll and In-Kind Resources Journals. 3. Provide the County with program and financial reports as requested. These include but are not limited to: Weekly Report of participant characteristics and number of meals served (due Thursday afternoon); Monthly Narrative Report (due 5th of the following month); monthly financial report (due 5th of the following month); and annual program and financial report (due 10 days after the end of the project year). II. F-EAi.S SERVICE Contractor agrees to: A. Congregate Serve congregate meals 5 days per week at 3 site(s): - Number of Meals Daily 110 Oakley Senior Center. Rosemary Lane, Oakley, CA 35 Brentwood Senior Center, 100 Village Drive, Brentwood, CA 35 Saint *lark's Catholic Church Parish Hall 40 121 - 10th Street, Richmond. CA 110 Total Meals nay be reassigned by the Project Director to any other County Nutrition Site dependent on the success of Outreach efforts and the established need. B. Home Delivered Contractor will not deliver more than 10% of total meals to participants' homes. Participants are eligible to home-delivered meals only when they are regular participants at a congregate meal site and are temporarily ill or incapacitated. Contractor shall complete and keep on file form INP-29 Congregate Waiver for each participant receiving a home-delivered meal. Initials: s Contractor county Dept.. 1- - APPENDLI A WORK PROGELW Number 22 - 035 - 6 C. Staffing Use staff (as budgeted in Appendix B) and volunteers primarily for the delivery of meal service and secondarily for provision of supportive services (III A). Staff and volunteers will be permanently or temporarily reassigned to meal service whenever necessary and appropriate. D. Meal Delivery 1. Order meals from food caterer designated by County with.72 ho¢rs.notice and will accept delivery of meals at the site designated. 2. Insulated food containers provided by the County shall be assigned to the Contractor. Contractor shall thoroughly clean food containers after meals and prepare them for pickup by the food caterer for his use in preparing for the next delivery to the Contractor. 3. Certify the number of meals and acceptability of the food supplied by the food caterer using form 1NP-35, MENU. This form will be submitted to County each Friday afternoon and cover food service for Monday through Friday for that week. 4. Maintain a close working relationship with the food caterer and County Nutritionist, including coordination of food service training of the Contractor's staff and volunteers by the food caterer and County Nutritionist. III. SUPPORTIVE SERVICES A. Contractor agrees to provide the following supportive services in conjunction with meal service subject•to direction of County: 1. Outreach 2. Recreation 3. Escort 4. Transportation 5. Food shopping assistance B. Contractor agrees to provide time and place for the following services to be offered by County assigned staff: 1. Nutrition education 2. Information and Referral 3. Health and Welfare counseling IV. SITE COUNCILS Contractor will develop and staff a site council for each site; the membership to consist of at least 51% of those persons receiving meal services. Site Councils shall meet once monthly and follow the guidelines established and stated in the Project Council ByLaws, which is incorporated herein by reference. Minutes of Site Council meetings shall be forwarded to the Project Director by the last day of each month. Contractor shall also appoint mon-participants who are knowledge- able in the needs of the elderly and/or active in senior affairs, not to exceed 497 of the total membership. Contractor staff shall attend all County Project Council meetings. Initials: Contractor Csunty Dept. -2- U7V� SPECIAL CONDITIONS Nusbert` =0 The General Conditions, paragraph 8, Modifications and Amendments, is amended by addition of the following paragraph. c. Budgetary Amendments. Adjustments between budget category amounts and each category line item may be made, up to'an amount not to exceed 10% of the total category line item amount, subject to the contract payment limit. The Contractor must request such change in writing 30 days in advance, and the change must be approved by the Project Director. Initials: 4!f d Contractor County Dept. !)t)fi13 APPENDIX a BUDGET OF ESTMTED PROGRA,Y EXPENDITURES Nutrition Project for the Elderly Number 22 -035 - 6 Personnel & Benefits Federal Local Net:izion Coordinator $ 8,926 Size Managers) 9,658 Aide -0- Training Replacement Personnel & Sick Relief 638 Vacation Accurals 715 Fri^oa Benefits 2,980 Diniag Site Volunteers -0- Total Personnel & Benefits $ 22,917 Staff Travel $ 825 Other Costs Training Seminars and Conferences $ 50 participant Transportation 625 Management -0- Accounting 1,041 Talep'none -0- Office Supplies, Postage 50 Insurance (Auto, personal liability, bond) 1,000 Rent _0- utilities - 100 Janitorial -0- S?eciel Events (Parties, Films, Decorations) 521 Cor-suable Supplies (Condiments, cakes) 1,390 Kitchen Supplies 225 Vehicle Operation -0- Total Other Costs $ 5,002 Su arr Personnel $ 22,917 Staff Travel 825 Other Costs 5,002 Total $ 28,764 Less Revenue -13,556 NET CONTRACT COSTS $ 15,188 Petty Cash Fund Authorized Initials: Contractor County Dept. 00614 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Maw. Contractor *hall be subject to and comply with all Federal, State and local laws and regulations applicable with respect.to its performance he or, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by lay. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States.Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings. oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes. may be developed and act 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. ON15 -(A-4616 REV 6/76) '1- Contra Costa County Standard Fors 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 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. OM6 (A-4616 REV 6/76) -3- M to Socwd of Of Contra Costa County, Staft.oF C Warnio August 2 .V 77 fa da l l.- d Approval of Medical Services Contract Renewal #26-013-3 The board having authorized the Director, Yuman Resources Agency, or his designee, to negotiate for completion of the following- specified contract. IT IS BY THE BOARD ORDERED that its Chairmen is AVMORIZED to execute Contract #26-013-3 with the Council of Churches of Central Contra Costa County for the period July 1, 1977 through June 30, 1978 at a coat of $18.480. PASSED BY THE DOW on August 2, 1977. I htnby osetify Nat Net 1, 9o1weo is o teas and coi ad oaf of sm Wider oaNnd en Nwt vim"of said ioaed of Supwwieos on Nwt daft ,1, ,d. Orig: Human Resources Agency Wbomm;my bond and Am Srd of dwa Nowd of Attn: Contracts S Grants Unit Supenrrm cc: County Administrator affisad 2nd &W of August 19 77 County Auditor-Controller County Medical Services J. A, OLSiM. Clwk Contractor Aileen Elder 0"For Ck& EH:dg H-24317615. Contra Costa County Standard Fors STANDARD CONTRACT U (Purchase of Services) 1. Contract Identification. Number 26 —0 13 Department: Contra Costa County Medical Services Subject: Professional services for Protestant chaplaincy at County Hospital 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: COUNCIL OF CHURCHES OF CENTRAL CONTRA COSTA COUNTY Capacity: California nonprofit corporation Address: 404 Gregory Lane, Pleasant Hill, California 94523 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 $ 18,480 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 tens 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 dociats of which are incorporated herein by reference: Not Applicaule. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: 10. Signatures. These signatures attest the parties' agreement hereto: COUNT"F l!i SirA CALIFORNIA CONTRACTOR By, Chairman, Board cf Supery or esignate official capacity in`Baiiness Attest: J. R. Olsson, County Clerk and affix corporation seal) ' / State of California ) BY. 4zyz✓� �Lf/ County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and CA&-.I- business capacities, personally appeared before me today aid acknowledged that he/ By hey signed it and that the corporation Designee or partnership named above executed the within Instrument pursuant to its bylaw or a resolution of its board of directors. Form Approved: County Counsel Dated: T .y � � /y 1 BFORMAPPROVED q •a min valor � Cil Deputy pia /Deputy County Clerk N ELIZAMH P. NU 04INS Q DEPUTY COUNTY CLERK 11.A--!.6i7 REV 5/76) O )618 Contra Caste County.Collfsrnls Contra Costa County Standard Form PAYMENT PROVISIONS (Fee Basis Contracts) Number 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.] (k] a. $ 1,540 monthly, or [ J b. $ per unit, as defined in the Service Plan, or ( ] c. S after completion of all obligations and 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 on County Demand Form D-15 and In the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the 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. 00619 SERVICE PLAN Number 2 —013 - 3 The Contractor represents that it is qualified to provide certain professional counseling and chaplaincy services and will continue to be so qualified during the course of this Contract. The Contractor further asserts that it will provide these services at County Hospital under the administrative supervision of County Medical Administrative Services. Chaplaincy and counseling services will be provided five days per week at County Hospital. A day is defined as eight (8) hours per day. Holidays recognized by County personnel will be excluded from the work week. Services to be provided are as follows: 1. Interviewing and counseling County Hospital patients who are physically and/or mentally ill. 2. Participating in team counseling and therapeutic programs for the physically and/or mentally ill at County's request. 3. Baking emergency calls as needed during work hours or at other times as mutually agreed to by County and Contractor. 4. Developing and conducting clinical pastoral education training programs for County-referred County staff, with a goal of enhancing the comprehensive care of Medical Services patients. The above services will be provided by a qualified chaplain on a full-time basis with backup support to be provided by Contractor when chaplain is absent because of vacation, illness. or other reasons. SPECIAL CONDITIONS Paragraph 19, Insurance. of the General Conditions is hereby modified to read 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 a policy of professional and public liability insurance for the chaplain to be assigned to County Hospital with a minimum coverage limit of $200,000 for each claim and $600,000 aggregate coverage. In addition, the Contractor shall provide a policy of comprehensive liability insurance for owned and non-owned auto- mobiles naming the County and its officers and employees as additional insureds, with the following minimum limits: (1) $100,000 for each person and $300.000 for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $25,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workers' Compensation. 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 than 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." 00620 IniCial3: �GCL� Contract Hamber 26 -013 - 3 AttschnmK Humber x PREPAID HEALTH PLAT SUSCOWIRAC! IRS Pursuant to State Depart eat of Health/Comity Contract f76-SM3 (Costy i29-60!) effective December 30, 1976, Wena-Duffy Prepaid Malth plan,Act, Section 14200 at seq.. Welfare end Institutions Code and a waiver granted under Sectiaa 222. P.L. 92603,, umies which the County prawM s Prepaid Health Plan (PHP) servis, the following nioontrect requirements (Article II Ssboontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Pebral, State, end local lam and regulations ed State contract referenced by aumba above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective mail it has bans fosmally approved by the State Depaetmest of Swath. values the Dspartmeat of Swath bas acknow- ledged receipt of the proposed subcontract and has failed is formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the Comity delegates rrgossibil y to the Cratracter to provide PHP services, but dons mot terminateComity's legal'raapamstiility to the State Department of Malth to aseome that those services aro preei/ai to W esrsllw. .Any extension. or resegstiatioa for service provided under tors of dds contract is abject to prior approval by Dowd of Supervisors. State Department of Noslth. ed Departmrat of Corporations. 6. Contractor will use Comity's Department of Malth approved medical record system, and notwithstanding General Conditions paragraph 3. Imicards if s part of tlio contract. will preserve medical records for a miaimmi of four jus free termination of State Departmsat of lealth Contract 476-56983 or until my smut or natter under Investigation by the Comity, State Department of Sealth. U. S. Department of •ealth, Education and Welfare. or the Comptroller General of the Daitnd States has been resolved. If Contractor's service Is provided on a referral basis anly. Contractor will provide adequate documentation of the service provided each M earolles.for entry into the enrollee's mdieal record maintained by the Comity. S. Contractor will uslatain the confidentiality of PHP esroussel medical records and enrollment iaforustioa and prevent unauthorized disclosure. 6. Any PDP enrollee's uedical records maintained by Contractor an subject to inspection and medical audit of such records by County, the State Department of Malth, and D. S. Department of Malth, Education and welfare, end Contractor nest comply with roqulrements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate is Comity's professional revive process in relation to services provided to PDP enrollees. and comply with resulting requirements. S. Contractor will submit utilisation reports. in relation to M enrollees. as required by Comity. 9. Contractor will comply with Comity's Par grievance procedure and abide by any determination of M's grievance committee, if Contractor uslat.w P! enrollee medical records for Comity. 10. Contractor will allow inspection of financial books ed records rutting to PDP enrollees or PDP services by the Comity. State Department of Swath, State Departmset of Corporations, the D. S. Department of Sealth, Sducatias ed welfare, the Comptroller General of the United States. or their duly authorised representatives. 11. In relation to PSP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract. Contractor will maintain financial records for a miaieeml of four years from termination of State Department of Health Contract 076-56983 or until my audit or matter under investigation by the Comity. State Department of Health, U. S. Department of Health. Education and welfare, or the Comptroller General of the United States hes been resolved. (A-4632 Now 3/77)'` 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 Gavamument. 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, said 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. Britten Notice. This Contract my 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 teras amid conditions agreed upon by the parties. Except as expressly provided herein, no other understasdings. 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 bead of the County Department for which this Contract is made or his designee. 8. Modifications and Vendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1' Contract Number 6 _0 1 3 - V Attachment Number x PREPAID FACTS PAN SUSCOSTRWT 1E(1 I 15 Pursuant to State Department of swath/County Contract 076-56983 (County I29-609) effective December 30. 1976, Waxame-Duffy Prepaid Saalth Plan Act, Section 14200 at sp.." Welfare and Institutions Code and a waiver grated ander Section 222, P.L. 92603,,under which the County provides Prepaid Ssalth Plan (PB) services,"the following subcontract requirements (Article 11 Subcontracts) ase incorporated into the contract referenced by number shove: 1. Contractor shall be subject to and comply with all Federal. State, and local Imus and tegulatiams and State contract referenced by assier above as applicable with respect to its perforamace hereunder. 2. Contract referenced by number above is not effective aatil it bas base formally approved by the State Department of Ssalth. unless the Department of Sealth has acknor- 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 Canty delegates responsibility to the Contractor to provide PSP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services ars provided to'P! enrollees. Amy extension or ranssotiatisa for service provided wader terns of this contract to subject to prior approval by Board of Supervisors, State Department of Swath. and Dpastaymt of Corporations. 6. Contractor will me County's Department of Swath approved medical record system, and notwithstamdiag Coastal Conditions parapso 3. Records If a part of this contract, will preserve medical records for a minter of four years from termination of State Department of Swath Contract I76-56983 or until my andit or setter under investigation by the County. State Department of Ssalth, U. S. Department of swath, Education and Welfare, or the Comptroller General of the United States bas been resolved. If Contractor's service is provided an a referral baste amly, Contractor will provide adequate documentation of the service prodded each !SP enrollso for entry into the entollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PEP enroll col medical records and enrollment information and prevent unauthorised disclosure. 6. Any PRP enrollee's medical records maintained by Contractor are subject to Inspection and medical audit of such records by County, the State Department of Sealth, and U. S. Department of Health. Education and Welfare. amd Contractor enat comply with requirements issued as a result of such inspection or smut. 7. Contractor will participate in and cooperate Is County's prefessiomal review process in relation to services provided to PSP enrollees. and comply with resulting requirements. S. Contractor will submit utilisation reports. in rulatios to M enrollees, as required by County. 9. Contractor will comply with County's PIP griavemce procedure and abide by my determination of PIP's grievance committee. if Contractor mmimtaias PRP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PSP enrollees or PRP "twice* by the County. State Department of Realth, 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 PRP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract. Contractor will maintain financial records for a adainn of four years from termination of State Department of Health Contract 476-56983 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 Cameral of the United States hes been resolved. (A-4632 Use 3/77) ; -1- "" 21 PREPAID xIN PLAN SUSCOWft= stnorsours 12. Contractor will mstify the Department of With sot Commissioner of-Corporatioms In the event the contract referenced by number above is armed or terminated. notice is considered given when in the U. S. Rooster"Nall with first class postage addressed as follows: Alternative Dsalth Systems Department of Corporations Department of With 600 South Commonwealth 714 p Street. Suite 1540 Los lmnslss. California 90005 Sacramento, California 95614 13. Approval of the contract referenced by number alotie by the State Department of Health does not constitute approval of the method and moment of canpsmsstion specified in the contract. 14. Contractor will bold bsrmless both the Stats and f! aerollses lm. theevent the County cannot or will not pep for services performed for P!*mroll*",purawut to the contract Woreamd by member above. 15. if Contractor enters one or more subcontracts in order to provide my.services implied or expressed in the contract referenced by number irons, all subcontract elements required by State Department of Swath Contract 076-56"3..Article IM. Subcontracts, as specified in this Attachment. art be included is mach subcontract.,except that County instead of State Department of Sealth is responsible for approval and ootificatism responsibilities. 16. Contractor shall not mets assignment and/or delegation of this swhcontseet unless County has obtained prior written approval of the otbor party and Stats Department of With. V7Rw'r'� (A-4632 Now 3177) -2- Contra Costa County Standard Fora GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal. State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and rages. 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 authorised representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorised 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 authorised 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 deemedto 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 Provintons or the Service Plan. obw (A-4616 REV 6/76) -1- 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 Sts.te 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 andalso it complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as nay 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 -',all be used, in whole or in part, for religious worship or instruction. (A-4616 REV,6/76) -2- *24 Coptra 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 $500.000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents. and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate($) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the sails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- . In the Bowd of &pwtism Of Conba Costa Counter, Skill of Colin in Augmt 2 .W 77 b do At~of Approval of Contract #26-010-7 with ` United Council of Spanish Speaking Organizations, Inc. effective July 1■ 1977 through June 30, 1978 IT IS BY TSE BOARD OUMD that its ChaUmem is AUOOKUM to execute Contract #26-010-7, at a cost of $206.037. with United Caused of Spanish Speating O.perI tuns. Inc. for County Medical Services transportation Services inriug the period July 1. 1977 through June 30, 1978, sod thus canceling Contract #26-010-5 (as aseeded by Contract #26-010-6 effective January 1, 1977) effective June 30. 1977. pASMM By TU BOARD on August 2. 1977. I hsseby =rlity that the 6, g-' to a true end correct copy of an adw oobued an dm wjwAss of said Bead of Supwvb m an do doted, If Orig: Human Resources Agency VAInsn my Iry end do Sed of do lewd of Attn: Contracts 6 Grants Unit Sapwrirma cc: County Administrator a&,W dyis2nd dap d August 1977 County Auditor-Controller County Medical Services y �S�J fL O , Clwk Contractor E een er Ciwk STIWDARD CONTRACT (Purchase of Services) -/ 1. Contract Identification. Number -0.1 O O Department: Medical Services Subject: Transportation services for County Medical Services 2. ?art-es. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: UNITED COUNCIL OF SPANISH SPEAKING ORGANIZATIONS, INC. Capacity: Nonprofit California corporation address: 829 Main Street, Martinez, California 94553 3. Ter-m. The effective date of this Contract is July 1, 1977 and it to_gates June 30, 1978 unless sooner terminated as provided herein. 4. Pay=eat Licit. County's total payments to Contractor under this Contract shall not exceed $ 206,037 5. C0unt0's Obligations. County shall make to the Contractor those payments described i^. the Pa}-aent 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 re`ereace, subject to all the terms and conditions contained or incorporated herein. 7. General and Svecial Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. Contractor is subject to Attachment #1, "Prepaid Health Plan Subcontract Requirements." attached hereto and incorporated herein. 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. Lezal Authority. This Contract is entered into under and subject to the following legal authorities: Health b Safety Code 1443 10. Sigaatures. These signatures attest the parties* agreement hereto: COLI O CO CCOOOSST.LCAL IA CONTRACTOR 4 Chairman, Board of Supe isors (Desigmate official capacity an business Attest: J. R. Olsson, County Clerk and affix corporation-;heal)" State of California ) BY. �o1�s,� l�✓ County of Contra Costa-) ss. Deputy (CC 1190.1) The person signing above for Contractor Reca -ded by Department known to me in those individual and business capacities, personally appeared before ne today and acknowledged that be/ By they signed it and that the corporation Designse or partnership named above executed the within instrument pursuant to its bylaws or a resol a of its board of directors. Fora A??roved: County Counsel Dated: 1917 By ftWK.SLJ0M Deputy Deputy County Clerk ELIUIBM p• ► DEPUTY Col!`!Ty Cir t,� C-*- Coq C". Cali arni9 PAYMENT PROVISIONS (Fee Basis Contracts) �j �j Number z " —0 0 — 7 I. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expanses provided or incurred by Contractor hereunder. [X] d. $ 13.97 per unit, as defined in the Service Plan, for the period July 1, 1977 to October 31, 1977. $ 11.34 per unit, as defined in the Service Plan, for the period November 1, 1977 to June 30, 1978. During the period -- November 1, 1977 to June 30, 1978, the County shall pay Contractor the actual cost of liability insurance, required by the General Conditions of this Contract, at such times as said premiums are payable by Contractor to its insurer. If this Contract is terminated prior to the completion of the full tern, or if payment is made for a time period beyond the term of this Contract, Contractor will refund to County pro rata such portion of the payments made by County for such premiums as represent the time period of coverage remaining under the policy. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph I. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month In which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has mot 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. SERVICE PLAY Number 2 6 i "n � O —1 I. Service. Contractor shall provide transportation services, as needed by County Medical Services, for the transporting of County-referred patients to and from County Hospital and County Medical Services Outpatient Clinics or other County-specified treatment facilities for medical, dental, or related services provided at said institutions. Transportation services shall be available 9-1/2 hours per day, five days per week. Monday through Friday, with the exception of holidays when required treatment services are not scheduled. The Contractor shall provide all personnel, materials, and the use of six vehicles adequate to schedule transportation services required by County Medical Services. The Contractor shall be under no obligation to provide emergency transportation services of the type which normally require the use of an emergency vehicle such as an ambulance. The Contractor shall employ two full-time dispatchers, who shall receive individual requests for transportation services from County Medical Services and coordinate these requests with the Contractor's drivers. The dispatchers shall be located at the Martinez Hospital and Richmond Clinic Medical Services facilities. Regularly scheduled transporta- tion routes, using a minibus or other vehicle, for the purpose of providing multiple pickups and deliveries, shall be coordinated through County Medical Services. Such routes shall be subject to rescheduling by County Medical Services. II. Unit Definitions A. One unit, for payment purposes during the period July 1. 1977 to October 31, 1977, shall be defined as the delivery of one vehicle hour including all costs related to the delivery of this service; i.e., personnel, vehicles, equipment, maintenance, and liability insurance as specified in the General Conditions of this Contract. B. One unit■ for payment purposes during the period November 1, 1977 to June 30. 1978, shall be defined as the delivery of one vehicle hour including costs related to the delivery of this service; i.e., peraannel, vehicles, equipment, and maintenance. but excluding payment for liability insurance as specified In the General Conditions of this Contract. SPECIAL CONDITIONS Cancellation of Prior Agreement Contract #26-010-5, effective November 1. 1976 and amended (Contract Amendment #26-010-6) January 1. 1977, is cancelled effective June 30, 1977. Initials: PV-- Contractor County Dept. U1W i . Contra Costa County Standard Fora GENERAL CONDITIONS (Purchase of Services) 1. Compliance with lay. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection. review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by lap. 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 mediately 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 sun due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, ic. 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 say 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 phe 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. VVWO (A-4616 REV 6/76) _l_ 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 or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that%none shall be used, in whole or in part, for religious worship or instruction. (A-4616, ;REV 6/76) -2- Contra Costa County Standard Pore 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 claim for-damses 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 tern of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contracter 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. 0/tR/YGr (A-4616 REV 6/76) -3- _ 26 -010- 7 Contract Bamber - Attachmmat steer 1 PREPAID SSaLlY PLAN SUBCONTB= BMQW 023 Pursuant to State Departnoat of Weslth/County Contract #76-5083 (County 029-609) effective Deceoier 30, 1976, Wasson-Duffy Prepaid Nsalth Plan Act, Section 14200 at seq., Welfare and Institutions Cods and a waiver grated under faction 222. P.L. 92603, inter which the County provides Prepaid Health Plan (PEP) services. the following subcontract requirements (Article EI Subcontracts) are incorporated into the contract mfereme"by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local less and rsgulatioms ad State contract referenced by Hier above as applicable with respect to Its perforarece hereunder. 2. Contract referenced by number above is not effective watil it bas bass formally approved by the State Department of Nsalth. values the Department of llaalth bas aeksom- ledged receipt of the proposed subcontract and bas failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcostract the County delegates responsibility to the Contractor to provide PO services, but does sot terminate County's legal responsibility to the state Department of Wealth to assare that those services are provtisd.to PNP dnrdllsss. Ary extension or remegottatiom for service provided under tarso of this costract is subject to prior approval by Board of Supervisors, State Department of loath, said Department of Corporations. 4. Contractor will wee County's Department of Wealth approved medical record gats, and -- I batamiing Gssmral Comditidns paragraph 3. Recordsif a part of this contract, will preserve medical records for a minimum of fear years fres termination of State Department of Nsalth Contract 076-56983 or until my audit at amtter raider Investigation by the Comity. State Department of Wealth, D. S. Dspartmsait of swath, Education and Welfare. or the Comptroller General of the United States hes been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each Pur enrollee for entry Into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of P! enrollees' medical records and enrollment information and prevent unauthorised disclosure. 6. Any PNP enrollee's medical records meintaimed by Contractor are subject to Inspection and medical audit of such records by County, the State Department of loath, and U. S. Department of Wmalth. Education and Welfare. maid Contractor must comply with requirements issued as a result of such inspection or alit. 7. Contractor will participate in and cooperate in County's professional revive process in relation to services provided to PYP enrollees, and comply with resulting requirements. B. Contractor will submit utilisation reports, in relatisa to PYP sarellese, as required by County. 9. Contractor will comply with County's Pat grievance procedure aid abide by any determination of MIS grievance-committee. if Contractor saintslms PIP esrolles medical records for County. 10. Contractor will allow inspection of financial books maid records relating to PYP enrollees or PEP services by the County. State Department of Nsalth, State Department of Corporations, the U. S. Department of Wealth. Edueatieai ani Welfare, the Comptroller General of the United States, or their duly authorised repteesmtatives. 11. In relation to PYP enrollees and notwithstanding General Conditions Paragraph 3, Records, if a part of this contract, Contractor will maintain fimamelal records for a minimis of four years from termination of State Department of Wealth Contract 076-5083 or until any audit or matter under investigation by the Comity, State Department of Wealth, U. S. Department of Wealth. Education and Welfare, or the Comptroller General of the United States bas been resolved. 006M (A-4632 New 3/77) -1- } PREPAID SLALi9 PLN SURCONiRAC! Rlggl IglS "" J✓.•:. /�%�� 12. Contractor will natify the Department of Smalth and Cif Corpatioms in the event the contract referenced by number above is seeded or terminated. Notice is considered Siven whom in the U. S. Registered hell with first else* postage addressed�1 as follow: Z:!4 Alternative Swath Systeme Department of Corporations Department of Ssalth 600 South ComeawwaItb 714 P Street. Suite 1540 Los Amealns, California 90005 Sacramento. California 95814 13. Approval of the contract referenced by number show by the State Department of Ssalth does not constitute approval of the method and amenat of compensation specified - In the contract. 14. Contractor will hold harmless both the State and P! eerolleea In the event the County cannot or will not pay for services performed.for !Q sm"lless pursuant to the contract referenced by number above. 15. If Contractor enters ase or more subcomtracts In order to provide my services Implied or wwreesed in the contract referenced by '.46, a. all subcontract elements required by State Department of lealth Contract #76-5 6"3, Article 11. Sereantsacta, as specified in this Attacbmeat, asst be included in such subcontract, "cpt that County Instead of State Department of Sealth is responsible for approval.aed notification responsibilities. 16. Contractor shell mot mare assignment and/or delegation of this subcontract unless County has obtained prior rritltn approval of the other,party and:State Department of Swath. 01 :e k (A-1632 Now 3/77) -2- In the Board of SuperA3= of Contra Costa County, State of California August 2 .19 ZL Im dr Mnsor of Authorization for Contract Negotiations The Board having considered the recommendatiom of the Director, Rumen Resources Agency, regarding certain requests from operatiag departments for the completion of contracts for the provision of various types of prograe-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Bunn Resources Agency, or his designee. is AUTHORIZED,to conduct contract negotiations with the prospective contractors named below for completion of purchase of seievice contracts for the anticipated teras and mot to exceed the estimated contract amounts (payment limits) as follows: AwlICIPATED MAiLMilt MSPECTIVE TEBlI/ t1ZT. A!!L. CDNrRACTOIL DEPARTMENT SERVICES trr. DA P'Udma) 1. Philip Peltsnan, Pb.D. Had. Sped Audiology 7/2/77- 4,000 Meatal Health .Consultation 8/30/78 (90Z state/ (short-Doyle) 10EI Comty) 2. State Dept. of Med. Sves/ Voc. Counseling 7/1/77- $19.048 Bebebilitation Alcoholism for Alcoboliea 8/30/78 (90% State/ M County) 3. State Employment Health WIN Public 8/2/77- $17,104.32 Development Dept. service 9/30/78 (1002 State l WLMosmt (subject smbvestiom to (3 Clerk Typists) to cbamge) County) PASSED BY THE W= on August 2, 1977. I hereby cerMiy Choi► do for agoieg b m bue mad Gonane co ff of ran erdar Oftrmd on du m;nuW of said Booed of Supervisors on dw dams derammi f Orig: Human Resources Agency Woman my hand mad flea?mist of do Board of Attu: Contracts S Grants Unit SUP cc: County Administrator mRmed shim tad clay al August ' 19 77 County Auditor-Controller County Dental Health AIL 0L29W Clerk Director ` County Alcoholism A n Wider .DWAY Clark Administrator ":`-tom/>✓ .., �,`j';,�- � 00&35„ ... - d 2M*lim In the Board of Suparvisen of Conba Costa County, State of Cardomia `Jymgt In the M--- r of We of Tax Deeded Property to the County of Contra Costa Dept. of Flood Control and Water Conservation District IT 15 BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement of Sale entered into between the County of Contra Costa, County of Contra Costa Flood Control and Water Conservation District, and the State of California, for the was of Parcel No. 148-160-o12 to the County of Contra Costa Flood Control and Water Conservation District pursuant to Revenue and Taxation Code Seetions 3771 et seq., as recommended by the County Treasurer,- Tax Collector. PASSED by the Board on August 2, 1977. 1 hereby cer* Thal tha forego%@ b a true ad eared a"of on odor oaI an do minutes of said Board of Supervisors an do date aforesaid. c.c. Contra Costa County Flood Whores say bond and do sad of dry Board of Control and Water Con- swervison serration Dist. 2nd j 77 State of California August " i!17 c/o Tax Collector J. MIOOM, Ck* Tax Collector (6) By een er _pWAr Cyh Auditor-Controller Administrator H'.`S R/75 IOM • .f AGR7-E'ri., _ .. HAS.: TAR D7 7)rD Lem THIS i17R.S_dlT, made thisday of , 1977, by and bet::-?en the Board of Sunerrisors c,-f' the County o Contra Costa, State of California, and the Contra Costa County Flood Control and :later Conservation District, pursuant to the provisions of Division 1, Part 6, Chapter 8, of the Revenue and Taxation Code. M I T U E S S E T H THAT iIMERrAS, the real property situated within the County of Contra Costa, State of California, hereinafter set forth and described in "EXHIBIT A", attached hereto and made a part hereof, has been deeded to the State of California for the non-payment of delinquent taxes; and .,UEREAS, the taxes levied on the property by the Contra Costa County Flood Control and ;later Conservation District are collected by the County officers; NOW, THEREFORE, it is mutually aEreed as follows: 1. That as provided by Section 3.300 of the Revenue and Taxation Code, the cost of giving notice of this agreement shall be paid for by the Contra Costa County Flood Control and Later Conservation District; 2. That the Board of Supervisors of the County of Contra Costa agrees to sell to said Contra Costa County Flood Control and Hater Conservation District and said Contra Costa Cow:ty Flood Control and ;later Conservation District agrees to purchase from said County property hereinafter set out in the aforesaid "S rr_5ia A". w;.ich shall not have been redeemed as provided in the Revenue and Taxation Code, upon payment by said District to the Tax Collector of said County the sun set forth in said "?.ZH=BIT A" after the description of the prep-arty and desir—ated "purchase Price", within 30 days after this agreement becomes effective. 3. That said Contra Costa County Flood Control and .later Cons:r.•ation District will not share in the distribution of the payment recrAred by this agreexent. OOM( r ' IN ;irmrT:SS !i SOF, the parties hereto hzve caused their respective names to be hereunto subscribed and their respective seals to be hereto affixed by their respective officers thereunto duly authorized. ATTEST: BOARD OF SUPERVISORS OF THE COMTi 0 CQITRA COSTA J, R OLSSON Clerk of the Board of Supervisors � COF Chairman 8099x Deputy (SM) ATTEST: I L OLCAM (Revenue District) cs.+i CORTRA COSTA COMM FLOOD CMTROL AND DATER CMSERVATIM DI RFCT t A40e T This agreement was submitted to me before execution by the Board of c+:y---isors and I have compared the same with the records of the County of +_o^ira Costa relating to the real property described therein. Cownty Treasurer - Tnz Collector APPROVED this 16th day of Auvot , 1977. EMW CMr, CO2I:RMLM OF ME STATE OF CALIFcTaak W C4itf, Iocal6ovsnuueatFieaiAYiw 0 "EXHIBIT A" FIRST YEAR SAL DESC?ZIPTION DELINQUENCT NO. MCE Parcel No. 1145-160-012, more 1969-70 4134 $10.00 particularly described as: All that real property in the County of Contra Costa, State of California, described as follows: Portion of the Rancho San Higuel and a portion of the Rancho Las Juntas, described as follows: All that portion of t:alnut Creek as described in the deed from Albert G. Churchill, et ux, to Contra Costa County Flood Control and Hater Conservation District, recorded November 10, 1969, in Vol=e 6001 of Official Records, at Page 243, Contra Costa County records, which is lying within the parcel of land described in the deed from George S. Bowman, et ux, to Albert G. Churchill, et ux, recorded April 19, 1943, in Volume 726 of Official Records, at page 359, Contra Costa County Records. 00639 In the &mfd of Super ram of Conko Costa County, Stare of Ca"rao August 2 .19 77 b do#AMw of County Participation in a Joint Study of Future Public Transportation Requirements. The Board having received a July 22, 1977 letter from Ms. Louise P. Giersch, Chairman, Metropolitan Transportation Camission, requesting county participation in a joint study with MTC, AC Transit District, BARTD, Caltrans, and cities in central Contra Costa County to develop an area-wide program to meet future public transportation requirements: M Is BY THS BOARD ORDERED that the aforesaid correspon- dence is OWERRED to the Public Works Director for recommendation. PASSED by the Board on August 2, 1977. 1 busby =dify duo do fon0*8 b o bw and crone!eoP1r sf ae aedr snlwad ear in �in,dnAWorks ,orks Director�oord of Supp vkws on dodo*afonaei 1 Public UTor C s. A. VANS my bond and do Sed of do used of County Administrator Sup—hoes M 2nd d August _ 19 77 L R. OLSBOK park Jamie L. Johnson H-24 3/7615m In the Board of Supfrrvkors of Contra Costa Cm*, Side of California & a 1921 in do Meow of Programming Agreement with _ Systems Conversion Specialists,! Inc. On the recommendation of the County Auditor-Controller, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Systems Conversion Specialists, Inc., which company will code and test Phase 1--Position Control Module-- County Personnel System, at a cost of $8,525.00, for the period August 3, 1977 through September 30, 1977. Passed by the Board a,f� -7 7 I hroby cwWy the the M spir p b a trot and corse►copy of M ardW aNwad m the NbK* S of Said Board of SuParVhM an the daft atoms" Orig. Dept. Auditor-Controller W*"Mmyhaodtoddwsea ofthti>oardof cc: Contractor, c/o Data ProcSupwvbm r Data Processing affixed thio ZEA- y ofr/L 19 Auditor, c/o Data Proc. zj Administrator ` � & fl. QtSWN. Clrk D"CkA x F NMI y AAREEM£MT For Professional Services: Programming 1. Parties. Effective Auoust '3. 1977 The County of Contra Costs, hereinafter tailed 'County. and Systems Conversion Specialists, Inc. hereinafter called `Contractor*. promise and agree as follows: 2. Mork. Contractor shalt, at its own expense, furnish all labor and material required to provide- the County with the programs defined in the Program Specifications Documentation, dated July 10, 1977' for Phase 1--Position Control Module— County Personnel System hereinafter referred to as -the work". written in AMS COBOU to operate on the County's I M 379-1 5 w Except as expressly author ze n writing and approve y the ounty Data Processing Manager, the Work shalt be in strict compliance with the program specifications documentation entitled, Program Specifica- tions Documentation Phase 1--Pos. Control Module--Co. Personnel System dated gulf lo- 1 7 (hereinafter referred o as -the ocumenta- tion), by this relfierence incorporated herein as on file at the office of the Contra Costa County Auditor-Controller, Office Services Divi- sion, at the date of execution of this Agreement. All programs shall be executable in 64K partition, utilizing no more input/output records. files and devices than indicated for each orogram'in the Documentation. Any deviation from the above specifications must be authorized in writing and approved by the County Data Processing Manager. 3. Standards and Reports. Systems Analysis and Programming required hereunder shall conform to Part A (Mandatory Requirements) of the EDP Systems and Proorammine Standards Manual as adopted by the County Supervisor's Association of California, which is in effect and on file at the Office of the Contra Costa County Auditor- Controller, Office Services Division, as of the date of this Agree- ment. Contractor shall make bi-weekly progress reports to the County's Systems Accountant and Programmer Analyst. 4. Changes. Changes and modifications in this Agreement may be made by prior written chance order of the County's Data Processing Manager, accepted in writing by the Contractor, specifying such changes) including adjustments) to price and delivery schedule (if any), as are agreed to by the parties hereto. In no case 'shall County pay for any extra work or material furnished except as agreed upon in such a change order. 5. Time. Contractor shall complete and deliver the Mork to County Dara Trocessing Manager by the dates specified in Exhibit A, Payment Schedule, attached hereto and by this reference incorporated herein. The 'County Data Processing Manager shall, if the Work is satisfactory, accept the completed Work in writing. Except as agreed in a written ;change order, the time for completion and delivery shall only be extended by a time equal to delay to -Contractor solely caused by the County, its software, or its employees. 6. Price. In consideration of Contractor's fulfillment of the promises herein, and as full compensation for the Stork, County shall pay Contractor. pursuant to the- Payment Schedule (Exhibit A} set forth herein, the total price of S Usubject to County's rights of termination, deduction an w t holT as said rights are specified in Paragraphs 11, 12, 13 and 14. W02 7. Payments. County•will pay Contractor the full amount of the contraci w n all programs have been completed and accepted by County's Data Processing Manager. B. Property. Upon payment for any part of the Work by County, ' such part *TtW* Work becomes the property of the County. As to such property of the County and as to any part of the Work in process not yet delivered or paid, Contractor agrees not to permit any disclosure or distribution of the Work or any part thereof or information concern- ing same or any reproduction thereof, without the prior written consent of County, which written consent any be given only by County's Data Processing Manager. g. Incidental Services. Notwithstanding any other provision contained herein. on Tactor shall provide the following services to County without cost or charge other than the price for the Work as set forth in Paragraph 6: (a) Complete documentation of the Mork to standards specified herein. Such documentation shall not conflict with the programming language used nor with the constraints of the logic of any program in the Work nor with the Documentation. (b) Testing and debugging at Contractor's facility. (c) Correction of all latent errors appearino within three months of acceptance of the Work, notwith- standing changes and additions performed by Contractor or County after acceptance; but changes ' to any of the Work which are not performed by Contractor shall release Contractor from its responsibility to correct errors in that part of the Mork affected by such changes. (d) On-tali assistance as requested by County during final systems acceptance cycle. 10. Test Data. County agrees to furnish Contractor sufficient. test data o�adequately test and determine that each program is completed and operating in accordance with the Documentation. 11. Failure of Contractor to Complete and Deliver the 'fork on Time. If the Contractor fails to Complete and deliver the work wwrtWT—nthe time fixed therefor but does eventually comolete the Work. this Agreement not having been terminated by County by the time of eventual completion. Contractor shall .become liable to the County for County's loss and damage therefrom; and because it is and will be impracticable and extremely difficult to ascertain and determine the County's actual damage from any delay in performance hereof, it is agreed that the Contractor will pay as liquidated damages to the County the amount of $50.00 per calendar day for each ay's delay in furnishing the Work. If said liquidated damages are not paid by Contractor, County may, in addition to any other rights and remedies under this Agreement, deduct said liquidated damages from any money due or to become due Contractor under this Agreement; but said liquidated damages shall not exceed the total price specified in Paragraph 6. -2- 12. Termination for Convenience of County. At any time during the- period o this Agreement. otomy, at its option, terminate this Agreement for the convenience of County upon ten (10) day: pr:cr written notice :c Contractor. Upon :erminitior. for the convenience of County, County shall pay, without duplica- tion, the amounts set forth in Exhibit A (Payment Schedule)• for all the Word: then'completed' and delivered to County by Contractor. County shall also pay Contractor a pro rata share of the price for the percentage of the Work in process that has been completed but not yet delivered to County. Such pro rata payment for the Work in process shall be computed on the basis of progress reports sub- mitted to and accepted by County. In consideration of such pay- ment. Contractor waives all right to other payment or damages, and agrees to turn over to County everything pertaining to the Work accomplished by Contractor up to the time of termination. 13. Termination for Breach of Contractor. If Contractor at any time fails, refuses, or neglects to per ora its duties under this -Agreement in a reasonable, satisfactory manner and fails to _remedy such condition within a period of.10 days of Contractor's receipt of written notice thereof by County; County may terminate this Agreement because of said breach of Contractor. In the event this Agreement is terminated for breach pursuant to this paragraph. Contractor shall become liable to County for County's loss and damage therefrom; and because it is and will be impracticable and extremely difficult to ascertain and determine the County's actual damage from said breach of the Contractor, it is agreed that Contractor willpay as li uidated damages to the County the amount of $50.00 per calendar day from the date the Bork should have been delivered according to this Agreement to the date the Work is otherwise completed by the County. If said liquidated damages are not paid by Contractor, County may, in addition to any other rights and remedies under this Agreement, deduct said liquidated damages from the amounts due or to become due the Contractor under this Agreement; but said liquidated damages shall nit exceed the total price specified in Paragraph 6. 14. No Waiver by County. . Inspection of the Work by the County; or t e statement by any officer, agent or employee of the County, prior to written acceptance of the Work or any part thereof, indicating that the Work or any part thereof complies with the requirements of this Agreement, or County's payments for the whole or any part of the Work, or any combination of these . acts; shall not relieve the Contractor of its obligations to ful- fill this Contract as prescribed; nor shall the County be thereby stopped from withholding as liquidated damages monies due the Contractor or bringing any action for such damages or any action for enforcement arising from the failure to comply with any of the terms and conditions of this Agreement. Waiver of any provision of this Agreement by County in any single instance sh:'l not prejudice County's right to enforcement of all provisions of this Agreement in any other instance. 15. Hold Harmless. Contractor agrees to defend, save, idem- nify and hold harmiers' the County and its officers and employees from any and all liabilities -and claims for damages for death, sickness, disease and/or injury to person(s) and/or property arising from or connected with Contractor's performance of this Contract. 16. Insurance. During the entire term of this Agreement, Contractor shall k ep in effect a policy or policies of insurance for all of its employees performinq under this Agreement. with limits of at least $250,000 for each person and $500,000 for each accident for all damages arising out of death. bodily injury, sickness or disease from such accident and at least 550,000 for all damages arising out of injury to or destruction of property for each accident. Contractor shall provide the County with a Certificate of Insurance, naming County as a co=insurcd. as evidence of the above specified coverage. Contractor shall also provide the County with a Certificate of Insurance evidencing that Workmen's Compensation Insurance cover- age is provided Contractor's employees. 17. Indeteadw Contractor Status. 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. la. Nonassi nable. This Agreement binds the heirs. successorst assigns, an representatives of Contractor. Contractor shall not assign this Agreement. or monies due or to become due hereunder, without County's prior written consent. 19. Notices. All notices provided for by this Agreement shall be in wr ng and may be delivered by deposit in the United States mail, certified or registry service, postage prepaid. Ail notices appertaining to the provisions of this Agreement shall be addressed to Contractor's office located at 44 MM �tg� Notices tTi0 County sFaTT Pe a nesse o"flip er o e 16a rd of Supervisors, County Administration Building, 651 Pine Street, Martinez, California 94553. The effective date of all notices shall permit a minimum of two days for transit in the mails. CONTRACTOR es gnats ecapacity n Business CONT" S C *W (Cha rm n, Fo—ar—d-37 superprisers) APPROVED AS TO FORM JOHN `g LAUSEN, County Counsel By 1 f/ /�' Deputy county counsel Note to Contractor: (1) Execute acknowledgement form below; and a corporation, affix corporate seal above. State of California) ss Contra Costa County) ACKNOWLEDGEMENT The person signing above for Contractor, known to me in those individual and business capacities, personally appeared before we today and acknowledged that he signed it and that the corpor- ation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors.. Date �6,L, 05. 1977 j _..�..�. (Seal) c E OFFICIAL OF War JEAN 8L LLi p►M►I'I�LIC—rAG:IFJRMU fe—ft OI,ICE J7 I owaom Own OM5 EXHIBIT A Payment Schedule These programs are due completed as indicated below: Prog. No. Program Nano Completion Date PC 0704 COPERS Corrections 9-16-77 PC 0701 COPERS Edits 9-16-77 PC 0766 COPERS Referral Action Responses 9-16-77 PC 0729MM COPERS Referral Transaction Edits 9-16-77 PC 0705 COPERS Daily Log 9-16-77 PC 0731PP COPERS Position Control Transaction Edits 9-16-77 PC 0790 COPERS Position Control Update 9-16-77 PC 0794 Administrator's Report 9-30-77 PC 0795 Administrator's Reoort Writer 9-30-77 On completion of these programs, the entire amount of the contract will be paid. 6 In the Board of Supervisors OF Contra Costo County, State of California August 2 .» 77 Agreement with Microfiche Publishers, Inc. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Microfiche Publishers, Inc., under the terns of which the County agrees to make available to Microfiche Publishers on magnetic tape furnished by the contractor data from the Assessor's records for preparation of microfilm images for visual display which comprise the 1977-1978 assessment roll. Passed by the Board on August 2, 1977. 1 bwoby aiefifp dm* do 0, g," g is o frw ad oornol cWf of en adw snowed on The w mAn of said 800►d of Sumvims on d w dela -I, - -'I Orig: Assessor W mem my ImW sed do Ud of do Nowd of - SupKvi�ors cc: Contractor 2nd L— August . ly?? Auditor-Controller Administrator ` JL 11. OLSi'ON, Qlsrk N Aileen Elder 0"WAY Gwk • .-a, „-_z4 un ism AGREEMENT (Microfiche Copies of Assessor's- Records) T. Parties 8 Date. Effective on t2v-77 1977, -the COUNTY OF RA COSTA, a political subdivision o the State of California, (hereinafter called "County") And - Microfiche nd -Microfiche Publishers Inc. , (hereinafter called "Contractor' ' , mutually agree and promise as follows. 2. Assessor's Records. County shall make available to Contractor on magnetic tape furnished by the Contractor data from the Assessor's records which comprise the 1977-78 assessment roll. The County's Data Processing Center shall produce the tape in a form mutually agreeable to the parties, but no data required by law to be kept confidential shall be made available. 3. Reimbursement by Contractor. Contractor shall, within thirty days after written nota ication by County, reimburse County for all expenses necessarily incurred in providing this service, including the cost of preparation, delivery, and review of the tape by County personnel. The nature and final amount of these expenses shall be determined by the County Auditor-Controller. and his deter- mination shall be binding. -4v -Use and Copies. The Contractor shall use the daat�a provided un by the Coty on magnetic tape for. the sole purpose of producing the Contractor's publication for visual display of the data contained therein; and, immediately on completion of the process, Contractor shall certify to the County in writing that the tapes have been erased. Contractor shall also furnish County at'no cost to County ' four (4) copies of the microfiche images produced by the Contractor. S. Restrictions. Contractor shall not reproduce the data in any form which may ybee used by a computer, such as magnetic tape, punched paper tape, or other device. Contractor shall not use or sell the names and addresses contained therein for mailing purposes. 6. Hold Harmless. (A) Contractor agrees that the County makes no warranties as to the accuracy, validity, or correctness of the information contained in the tape. Contractor also agrees to hold County and all County officers and employees harmless for any damage to.property or person, claims, judgments, lawsuits, or liability arising from Contractor's use and custody of the tapes and any materials produced therefrom. (B) Contractor shall display a notice in its publications that neither the County-of Contra Costa, nor its Assessor nor Auditor is liable for any errors, omissions, or inaccuracies that may appear in the publication. .7. Term. The services to be provided by the County by the terms of TFIs Agreement shall not extend past September 30, 1977 . -1- i)11W0 8. Any notices given pursuant to this Agreement shall only be valid if given in writing to the parties at their addresses as follows: County Contractor: liicrofiche Publishers. Inc., 2603 LaureT St.. Napa, CA--94558- COU Y FF COSTA Chairman, Board of SUp0tvisoFs- Vj Davi"D. l an President ontractor ATTEST: J. R. OLSSON, County (Designate official capacity Clerk and ex officio Clerk of in business and have the Board of Supervisors. signature acknowledged.) BY 4LZL&'r/ Putt APPROVAL RECOMMENDED: for County Adainistrator APPROVED AS TO FORM: 1 John B. Clausen, County Counsel By v epu ------------------------------------------------------------------- State of Callfoania ) ACY.NOKLEDGMENT (by Corporation, County of Nana ss. Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. rr Dated: July 20, 1977 Int ��u. {�r�ci�(:yEr•[c_r. (Notarial Seal) Becky Reaksecker 6771 Seol Notary Public E-#AyCo,m.m:4sei,on _C..Y fti:•Ai.'SFCI�Rlgwcry Public IIcpo County ?nte of California Expires April S, 1911 III dw &xwd of SNplfvbm of Conho Costa County, Stalk of CalloWn August 2 lig Mw AUNW of Authorizing Legal Defense. IT IS BY THE BOARD ORDERED that the County provide legal defense for the following person in the 'Mutt actions indicated, reserving all of the rights -of the`Coonty In accordance with provisions of'California Government Cade Sections 825 and 99S: NAME ARID DEPARTHM COURT and ACTION NUMM Arnold Bampton Superior Court Action Superintendent No. 172276 Boys Ranch Jeffrey Duane Guthezyp Probation Department Plaiatiit PASSED by the Board on August 2, 1977. 1 Iwebr air Met do fengeb@ k a Urs and emne eW of robot a dwed on Mrs whw t of=W nand of isp - I ea Min iM ohms" cc. Probation .Department Wrswt my hand and do lad of i 6twd of County Counsel supo„buis County Administrator agr$b 2nd &W of August 111. OLMON, Cfnit y r 1?l hlI': (� /� C Q o.Nq cha a + r a ricin 3e-1T 'L H-24 3176 15m 80ARD ACTIOfi _ 30ARD OF SUPERVISORS OF CONTRA COSTA C012,W, CALIFMtk Aug. 2, 1977 ' we 70 CWINMT Claim Against the County, ) The copy of dyes to you sa game Routing Endorsements. and ) wVpe o6 At action Adben on CWx by at Board Action. (All Section ) Swed of Sepmemiaoea ( iii, ken). references are.to.California ) given yu+tanrm#to Gwounext Colt 3eCtioa& 911.8,. Government Code:T - ] 913, f 913:4.• Few"mitt tha-"YnoliM--6da/. Claimant: Edward Clements, 4677 Canyon Pond, E1 gohrante, California Attorney: Address: "otices .to be sent to: 2601 Anne Court, Pinole, California Amount: Date Received: June 30, 1977 By delivery to Clark am By sail, poslmnrEed an oune 79, .077 FOR: Clork of the Board of Supervisors . 1 Attached is a copy of the obey-metsd Clain or App iaatiw to File tato Claim. .DAMM: June 3j 1977J. R. OLSSO1. Clark. hblomit 1-4 ad-we o,�I�r+LC/�.� . Oapoty U. POW: County/ Counsel 70: Clem of Us on" of aRiarrisaft / (Cheek ane only) complies substantially with Sections 910 mN 910.2. ( This Claim FAILS to caapiy pw� b wsally with Sections 910 and 110.2, and w aro so notifying elaimat. Xt'lk" mot act foe 1S dsps (Section 910.8). ( ) Claim is sot timely sheuld take so action (Section 911.2). vrt.cuf ( ) The Board should deny this Application to File OUTS: 1--/-7 / JOB1 B. CLAUSM. County Counsel. ill. BUM ly unanimous vote of Supervisors proomt (Check*ome only) ( x) This Claim is rejected in fall. ( ) This Application to File late Claim is denied (Scotian lll.(��: I cortiiy that this is a tsar and morcel eon►of4"mlxmtRM In Its minutes for this date. i DATED:Ai}qu;st 2. 1977J. R. OL99O1, Clem, Deputy WARIM To CLAUIRMT owe Vou AMC o .Y• . . A.add& Jae a eomat action on tkia Uweed as& lace fares—, see. fNbal at 6 s .L�om At dem o� MN& +atiaa to raft a is L'ordiu's�t"Oka* to a Coati 440 Seetiom 943.6♦ etmis-Ashur Zaiwe lace Section 946.6). __... yofc say Geek tke assent of MV &M%Xml Of YOUR d 1M&C IA COMMMUMe psi.&tkia .m,LOrA. I emit& eomaaGt an aamw._t A mrd dr at j!ja iatcFsr. It'. "FTMe o eCounty , g (3) Public Yorks, lnsimess i.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 amiling a Copy of this document.-and a ssao thereof has been filed and endorsed on the Board's eon►of this Gain in accordance withSeetion 2970 DAIM August 3, 1977 J. R. OLSSOM. Clerk, By � L1.0,14. V. FROM: 1 County1, 2) County srntor, e Of (3) Public Yorks of Supervissrs Received copies of this Claim or Application and Board Order. 00651 DATEDAuqust 3. 1977 County Counsel. By County Administrator, By Public Works. By Rev. 3/77 Mwof*md wit band polt CLAIM AGAINST THE COUNTY OF CONTRA COST T0: The Clerk of the Hoard of supervisors JUN 3 01977 651 Pine Street LUM Martinez, California �c�OF & 1. My name and post office address are as follows: EDWARD CLEMENTS, 4677 Canyon Road, E1 Sobrante, California. 2. I desire noti es to be s nt to the following 2.6 - - /�A'A�F r w1 post office address: 4ORSWfi■ gW e, California. 3. The date, place and other circumstances of the occurrence that gave rise to this claim are as follows: On or about April 11, 1977, I was home in bed at 4677 Canyon Road, E1 Sobrante, T.re when my door was broken open and 1�police officers including a deputy sheriff forcibly entered by home and with force and violence grabbed my bed clothes and took me by my neck and said "where've you got the money". I didn't move. The officers handcuffed me, pushed me around and put me in the squad car and drove me to the county hospital, where I was detained over night and released next day. The officers also took from my premises a box containing 43 pure silver coins. 4. A general description of the injury and damage incurred so far as it is now known is as follows: Bodily pain and suffering caused by assault and battery. Mental anguish and emotional distress caused by assault and battery and false imprison- ment. Damages caused by broken door and trespass and conversion of personal property. 5. The names of the public employees causing the injury and damage are not known to me. W652 &%wfiM dd vA* bond 96dw 1. 6. The amount claimed as ofthedate of presentation of this claim is $10,000. 7. The basis of computation of the claim is as. follows: general damages in the amount of $10,000. Dated: JuneJtl, 1977. Ito ZVOR D CLEMyrs OW 2. W A('OS1:1 LL•'GAL SLRYII;FS FOUN'�IUN FILE NO. I i t.Q,3 J ATTORNEY 1 OATS: -23 - NT'S NA! AGE SEX C ADDRESS 'tA - r 411 5r01JSE Sinoe ❑ Separated❑'wido.d Cd Buy Rent 0 Time in Coww" Civet Head ofAar DrtM. MM"d❑ Dworad UMC 13Othw At Presewt Naresltald: ws p r.. Nip TYPE OF PROBLEM HIGHEST GRADE REFERRED IW: NNOOF S ER imeortte in Family Unit(lttehde Uneatple ytnent&welfare 1 Odw DgstAWm# PERSON AMOUNT PER I SOURCE&LENGTH OF TIME M H ma Amt of Paid Pw Sdamel CbiMraw s.Pxat.a spouse ................................. Childress - Food Sys: A* is -01-- con TOTAL • A"w"e Debts./Mooddy hymentslChild Care .Assets: _/ F 1�}t►r Bank Aeeowt.Aaoatt S Real Properb-EquiM S HI "ad...................... Yes O No O i Honteowwets Exewoi. ............ Yes O No O Senior Citizens Tax Rdiief............ Ya O No O 1 Outer: Type Yalw S Personal Koper Equity S Car Maks rear Equity S 1 ossify that all the IN e0e statements are true. I urmlerstand the ehobitty mo mans and that service can be withdrawn at any time dw Nubility standards are not met. i SIGNATURE Intaker's Full Name Attorney's Loy of Action Taken: CI /7aJ✓/� //,rs`f Pvr f�i//? XA, ^r!� F.r --/rC�/Y�✓ /�9/ /!'- C'/ A� �u�t•.rT.�,� /�i"e 170,40- -4 70,40-s E 3./✓F� s.ci/j's / .�p�v. �f(3) • C�/ .Qlfi.9ie>/ �ja�.7' :s X3570.60 ............ ......... �'�c-riir -�- �a►�-oc- !� ���.- !jt-�y+���Q,�-� ,rid".` Alp- 00, tir• G��'!i t-f aG2�'� . �1��r�� •r'r��"�'- �%�t�►fi '''�- WE3Z9r r; -.5-4 ok t*wtuAy i `7 fir *eve :cam-. 1 .r-©►l'`�'u.� ,��'r..�'�� '�'�' 74 fid►. a7 ' C/� '0005, �►�►-amu, . _ . - • .4AC , �1 -� - ������. 'ice.-•.:�'„r OF ale _ .. Gid 1�17�a.'f'-. - d•.K.e►.�.�. ��,,.L..y.�"r'.�•�.,r�..:;� r .z 3 3-F7-P7 J f�ss+�...t.,.ipG [c�.Jr�ws t.-�"+�s*�G�•a^►-. ����t-s a�- /jl.,?,�,ra`'• .'.7 ,Mii„�c�,lam,..•,�• �f,-,���i (Ii... ..'�.. .. � � Micref}freed wA board order rs�wl• .�'..o � ,els s..•� .. . r Moor A�;;A Ora " malt top0065 7 BOARD OF SUPERVISORS OF CONTRA COSTA CO1M, CALIFORM A Aug. 2, 1977 ' NOTE 10 CLADMf Claim Against the Canty, ) Thr copy of tkiA_3;9MF-w_&7ZM to you is yom Routing Endorsements. and ) wttict od At wAioa Ldem on etain6y AM& Board Action. (All Section ) sowd od Sapunuiaata ( III, beeme), references.are to California ). givu Faim"t to fi0"ANbtt Codi ate.tions 911..8, Government Code:) ) 913. i 913.4. ►lea4e aft-Ake 108446g, befew Claimant: Bobby Earl Whittington, 1582 N. Opal, Pichreond, California Attorney: Nancy L. F•atkins Address: 405-- 14th Street, Suite 815, Oakland, California 94612 Amount: unascertained Date Received: June 29, 1977 By delivery to Clerk ono By mail. postmarked on une , 1. FMK: Clark of tbe Beer&t of Supervisors 70: MG;Ey7 Counsel Attadod is a copy of the above-noted Clain.//or Application is File Lett Claim. -DAT1D: June 29. 1971. it. GLUM, Clerk, Ble= /Gm1.�1 � Oeputty ami—ie L. Jo seen FROM: County. / Counsel 70; Clark o.f aw Board of Supervisors / (Cheek me only) Claim complies substantially with Sections 910 and 910.2. ( ) this Clain FAILeS te•eseply substantially with Sections 910 and 910.=, and no are so Ratifying elaiaaalialllta Board cannot met for is dqs (Section 910.8). ( ) Claim is not AiWfiled. Board should take no action (Section 911-2). ( ) t>s Board shauluiiitr this Application to File a Claim 911.6). DATED: 7 '» JOHN B. CLAUSEN, County Counsel.* Deputy MU By unanimous vote of Supervisors present (Check•oaar only) ( x) This Clain is rejected in full. ( ) this Applidtiem to File Late Clain isL denied (Section 911.6). I certify that this is a tunes and correct copy of tho':D" Oerdariwtered in Its minutes for tbis date. ; DATEDaug"t 2. 1977 J. R. OLSSOW. Clark. b e Deputy atr as SOME 73 now [Government cc" Swum 4 you hart o yan a cou+tt malum ono ffiia AaJefte ed . (nee Goott i,ode Seca 945:61 ort 6 "ad& jum tke damiate{-yeua AppUP-91m to File a Ut,C&w 'mLdt&w1dah to petition a ego" jat Ali J%o Suction 945.4.4 et`6e-496M-dtadUm Iaee Section 946.61. YOU way mein tht•eduice of any ACUMMY od yoAt AD&C U eemneetiom eei.8t SLU . ae¢Lttlt. I� uaatt to eo"wet an 1024m a sbeLd do w .ume diate&. Imo'. eft 0111%11 f s Bo owty strator, G (3) Public Works, Business { Services Division Attached are copies of the above Clain or Application. We notified the claimant of the Board's action on this Claim or Application by nailing a copy of this document.-and a normo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703 DATED:Augost 3. 1977J. R. OLSSON, Clerk, By h s t.,4w (R /'L(� Deputy Patricia A. Bell V. FROM: 1 County Counsel, 2) County AdmWstrator. TO: Clark of Wij Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED:Auqust 3_ 1977 County Counsel, By County Administrator, By Public Works, By 8.1 Rev. 3/77 lilioeofilund with bomd wdal RSED LAN D2 9 1971 mw JA;1:'S C. OU_Ti?T?, JTt. 0�S viv'r", Qu iii:1 A GO. 2 A Professior_el CornoraLion ANCY L. '.:ATiiIils, _7,i orr.ey aL T 3 1;05 - SuiLe 315 Oaklai.d, California 91+612 4 `"clePhor:e: (1115) 444-2292 5 Attorneys for Claimant 6 T B CLAIM AG.IJE 1ST nHE COUNTY OF COMERA COS`2A J 9 STA`:: Or CALIFORNIA 10 -000- 11 TO: TEE BOARD OF SUPERVISORS O;' THE COUNTY OF CONTRA COSTA, AND TO THE SECRETARY OF THE STATE BOARD Or CO?TTROL OF THE STATE OF 12 CALIFORNIA. 13 1. y .-ane ai_d mailing, addres"s is as follows: 1?0 71Y £1RL 14 I.1MMINGTOii, 1532 1�. Opal, Richmot.d, Califorria. 15 2. I desire i:uulces Lo he sai.L z0 the following address: 16 NA14CY L. l:VTKINS, A,.t;oi'r-ey at Law, 1.05 - 14th SLreeL, Suite 315, 17 Oaklalid, Califori.ia 911Y,12. 1$ 3. The dale„ place a1 d oi;her eircumstarces of %;he occurrence 19 or traitsactioi. that lave rise to this claim are as fol?o�•:s: 1 arch 23, 20 1977. e.L 1582 111. Opal, Ttichmord, Califort.1a, wher. couxa;y a1-.d state 21 officers l ipked do:.; the from door of m.y residence. 22 4. The i.ames of i;he public emnloyees causing the i1:.Juries and 23 ja-lares as 1`01" ii2_Qi:1. arc -1-T}. !a1: '25711 of -the COr:Li`a 24 ,UusLc. .:JU1:L,' .�.iiu�i'i. :'s JenarL.�.".e1_1, ai.ti :il'iiC ?I' alo`? of 1;he Cal'?forria 25 H :,i'.:ay !Paurol. 26 c• The amount clalmed as of Lre dai;e of prese60 of this imam 0.auvok-oft VIV"cup" awiorct�rowna hos pan.anac+r.wrc as QAxU►tW.CA•flirt wa ofilwM wffh bowl anter Am"coot 4+1 VwxP"* .asa•a"z ' I claim has not as yet been ascertained. 2 7. The basis of conputatior: to be claimed is as follows: 3 Damage to the property and for medical treatmer_t and care for the 4 severe shock and injury to his family's nervous system as a result 5 of the fear and harrassment created by the aforementioned officers. 6 8. I, NANCY L. WATKINS, Attorney at Lair, am a person 7 presenting this'claim on behalf of the claimant above named. 8 DATED.• June 27, 1977 q NANCY Lf WATKINS 10 Attorney for Claimant 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 JAM"a 4OW AL ar+w+oa ss+: aw.cow 490 BOARD OF SUPERVISORS OF CONTRA COSTA COMM, CALIFOMIA Aug. 2,1977 MM 10 CLAIDO WT ��X Claim Against the County, ) The copy 01 tkiaTo�to you ZA NO" Routing Endorsements. and ) notice 06 At action tskcn an glaze by tot Board Action. (All Section ) hfowtd o5 SupeawZwe-6 1 II1, boon). references are-to California.. ). given p react to-Gavt"Mat Cods s alit" 911.1. Government Code j ... ) 913, i 915.4., Kest nitrticc tixwinp' bettaa.`. Claimant: Jacquelyn Boyd, '.9 Caresodore Drive 5108, Emeryville, California Attorney: Ruth Blackwell Herch Address: Jack London Square, 160 Franklin Street, Suite 210, Oakland, California 94607 Amount: $750,090.00 via Co. Counsel Date Received: June 28, 1977 p.m. By delivery to Clerk on June 28, 1977 By unit, postmarked on of the Board of MPMArs TO: County Counsel Attached is a copy of the above-meted Claim or Application to File Late DATED: June 29, 1977J. R. OLSSM, Clerk, By "-,—.�rfnaor� C. uty Tar�3�L:�'!in' a� 11. FROG: Cgcaty Counsel 9 ,,(Check ane only) ( wl This Main conpiies wally with Sections 910 and 910.2. ( ) This Claim FAILS to tangly substantially with Sections 910 earl 930.2, Md we are so notifying claimant. The Beard comet act fee 15 dW& (Section ales). ( ) Claim is net timely filed. Board should take me action (Section 911.2). ( ) The Board should deny this Application to File aClaim 911.6). DATED: Z-1-72 JOW B. CLAU SEW, County Counsel. Deputy 111. 10115 OREN By mudsous vote of Supervisors present (check'ame only) (x ) This Main is rejected in full. ( ) This Apptication to File Late Clain is denied (Seetim 911.6Ar r:. I certify that this is a trw and Correct copy of tbl Beatdt Orderjpnteroi in its minutes for this date. ' DATED: Ancust 2. 19711. R. 0lZ.SSON, Clerk. br Depnty MMM in SAME ezw•antCoft ; - You Iwre a '4 Mg chis,A&A to Au a cmtt action on this *Ai— td PWA (cat SBC. 9 5.6) ox 6 M Xd% Nom#e deMUL 01 yeart A6catien b Fite a "U.Claiw`caidu ahfale to petition a couKt fat Nor Ssction!43.4`-6 aftAn-Atirg &&dune fact Station 946.61. You agcy se& the:aduieA o{ my at0o" o{ .via d wiet u cawmiction MM .ibis mexteot. I( eeu what to consa[.t an amu", u-6iaatd do ao im�tdis=tr41. Imo'.'FROM: Cler: o t1e maw County counsel. C21 County AMMUstrator, i (3) Public Works, Business & Services Division Attached are copies of the above Clain or Application. We notified the claimant of the Board's-action on this Claim or Application by nailing a copy of this document,-and a some thereof has been filed and endorsed On the Board's copy of .this Claim in accordance with Section 29703. DATED:Auaust 3. 1977J. R. OLSSON, Clerk. By , Deputy Fatracia A. BeIA V. FROM: 1) County Counsel, unty' strator, TO: Cleft of the Board (3) Public Works of Supervisors Received copies of this Clain or Application and Board Order. DATED:August 3. 1977 County COunsel, By County Administrator. By Public Works, By ?rev. 3/77 Mkrofikred with band ardw Law Offices Jack Landon Square P,rC c'V�7 160 Franklin Street Suite 210 j tj y jg� Off, calif enia 94607 (415) 835-0340 CO"":` CO1?5F1 CAUL. ENIDOaSED Cl" A� � 0011M � S F I LED � , vas oom Lown, cay ae JUN 2 9 1977 J. R GlSm mmum, = QF WV= nux MAW OF SUPE�VMM CW�T�A 1 C�67A CO T0: City Attorney of Oonoord City hitbocnW of Martinez County Counsel of Contra Costa County iFlioM: Jacquelyn Boyd #9 Caimadom drive RN mmyn�t fie, California Clain is hereby made in the sum of 8750,000.00 against the County of Contra Costa and the Contra Costa amity Sheriff's Det and Does I through V for damages arising out of the incident described below. Claim is hereby mmde against the city of Con000rd in the sum of $500,000.00 for damages arising out of the incident described below. Claim is hereby made against the City of Martinez in the sun of $500,000.00 for damages arising out of the incident described below. Claimant Jacquelyn BDyd was falsely arrested on!larch 22, 1977 by Does I - V. employees of the Contra Costa County Sheriff's Department. Claimant Jacquelyn Boyd was falsely imprisoned by eppl,ayee's of the Contra Costa C mty Sheriff's Department on march 22, 1977. Claimant was caused to suffer severe emotional distress as a result of being falsely arrested and falsely imprisoned by employee's of the Contra Costa Sheriff's Department acting in the scope of their acplcgarit. - OWA2 1_ µ.ofilmed with board mer r , Claimant was caused to suffer severe emotional distress as a result of the negligent acts of employee's of the City of nw&jmm and the City of Concord Police�..,D.gmrt�ts an that claimant was told fal_se�ir_dfarniation about her am's arrest and the location of {their ei�G. Claimant had to spend four hours and $100.00 in cab fare trying to find her son and her car. Claimant was treated rudely, negligently and with intentional abbse. an March 22, 1977 by erplcyse's of the Contra Costa County Law enforcement agency's, the'Contra Costa County Sheriff's Department acd Marge and Caaoord City Police causing severe awt;onal distress to claimant. r. Dated: Nsy 31, 1977 aoc a yn BY B for 0aimant -2- flU t . In the Board of Superwors of Contra Costa County, State of California M 00 MaNsr of Appointment of Maureen Walsh in the class of Medical Record Librarian On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the eligible list of Maureen Walsh in the class of Medical Record Librarian at the third step($1055) of Salary Level 3:3($957-1163), effective June 30, 1977, is AUTHORIZED, as requested by the Director, Human Resources Agency. Passed by the Board on August 2, 1977• 1 oweby certify duo the foregakV is o true and cored asps of as trek► sslwW M dr minutes of said Board of Supervisors on tM daft afarswid. Orig: Director of Personnel VAlasss my hawd asd dw Seal of do Board of Human Resources Agency Dir.SgwrAsors Medical Director alfisSad hi day d ;.tZ� - 19 Z2 Auditor-C ontrolle r Administrator A A. OLS90N, Cleric WDv� H-24 3/7615m In the Board of &vwvbm of Contra Costa County, State of California -2i -1s 77 boll*Ahm- of Authorizing reemployment of Nancy A. Matheny in the class of Intermediate Typist Clerk, On the recommendation of the Civil Service Commission. IT IS BY THE BOARD ORDERED that reemployment of Nancy A. Medway to the class of Intermediate Typist Clerk (20/40) at the third"step($799) of Salary Level 222 ($725-$881), effective July 7. 1977, is AUTHORIZED. as requested by the District Attorney. Passed by the Board on August 2. 1977. I 5-msbV certify fhaf the F- pi is a true and coo ad a"of am oder osilsrsd me des minutes of said Board of Supenison on the dab donsoid. MNfsss my Med oed i Sed of ds ifeard of Orig: Civil Service Dept. superrisees District Attorney armed any of Auditor-Controller County Administrator Der joy(3wk N-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of CaMornio OR 11r Manes of Authorizing reemployment of Jacquelyn Bobrosky to the class of Intermediate Typist Clerk. p.L. Health Department. On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that reemployment of Jacquelyn Bobrosky to the class of Intermediate Typist Clerk, p.i., at the third step ($799) of Salary Level 222($725-;881). effective July 14, 1977, is AUTHORIZED, as requested by the Director. Human Resources Agency. Passed by the Board on August 2, 1977. 1 be eby car ify teat to foreg&V is a Inn cad aorrs0 asry of an order salered as the sinvtss of said bard of Supernirsn an tM dam aforesaid. Orig: Civil Service Dept. 91 bnm my hand and do Seal of the soord of Human Resources Agency Health Department affilrad thisri!day of 4 ! t7� 1471 Auditor-G ontrolle r , County Administrator ASR, OLSSOM. Clerk fy DWq Clark N-24 3/76 ISm In the Board of Supervisors of Contra Costa County, State of Coliforriia 19 Authorizing Attendance at Conference IT IS BY THE BOARD ORDERED that Roy H. Kong, Sheriff-Coroner's Department, is AUTHORIZED to attend, at County expense. the 43rd Annual National Conference of the Association of Public Safety Communications Officers to be held in Chicago, Illinois, from August 21, 1977 to August 27, 1977. Passed by the Hoard on August 2, 1977. I hereby certify that the foregoing is a true and correct copy of an order eotere ion" .minutes of said loved of supervisors on the dote oforesaid. Originating Dept: Wdneu my ha"d and dw seal of the Board of Sheriff-Coroner cc: County Administrator o0x thisday of 4 19 County Auditor-Controller J. IL OLSSON, awk i• In due Bowd of &pw4bf m of Cunha Costo County, Stale of CalMmio August 2 .1! 77 h dw At~of Recognition of Union of American Physicians. The Hoard having received a July 20, 1977 letter from Sanford A. Marcus, M.D., President, Union of American Physicians, World Trade Center, Suite 231, San Francisco, California 44111 requesting recognition in accordance with Section 34-10.004 of the County Ordinance Code; IT IS BZ THE HOARD ORDERED that the aforesaid request is REFERRED to the Employee Relations Officer for verification of required information. PASS® by the Board on August 29 1977. 1 bwwby cwWy Nat Nw faeooiwa k o tnm ani cwmo a W of ea air enlud on tie wiwdn of add fiemd of SvVwW� an do dews afaweiN. of cc: Union of- American Physiciax andier �i Employee Relations Officer aWnd Nei 2nddop of August . 19 77 County Counsel County Administrator Director of Personnel A A, 0L=NL CIw4 fb► 0"May fhwh Robbie GIGierrez H-M 3//76 tam And the Hoard adjourns to meet on Thursday, August 4, 1977 at 6:30 p.m. with the Contra Costa County Mayors' Conference in El Cerrito at the El Cerrito Cowunity Center, Ashbury and Moesser Lane. K. lowess, a rman ATTEST: J. R. OLSSON, CLERK eput�L, _ r SMLWARY OF PROCEEDIIIGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COMITY. AUGUST 2, 1977, PREPARED BY J. R. OLSSON, COUNTY CLERK AND Ex-OFFICIO CLEW OF THE BOARD. Approved minutes of proceedings for tonth of July. Declared the following nimbered ordinance duly published: 77-59 through 77.61. Approved personnel actions for Medical Services. Social Service, Treasur r-Tax Collector, Auditor-Controller, Building Inspection and Health Dept. Denied claims for damages filed by B. Whittington, E. Clements` and J. Boyd. Fixed August 23, 1977 at 11:20 a.&. for hearing on appeal of L. and S. Breed from action of the Plaaning,Cammission on application for Sub. 4919, Pleasant Hill area. Fixed August 23, 1977 at 11:05 a.t. for hawing on appeal. of DiGiorgio Development Corp from action of the Planning Comission on application for M.S. 110-75, Danville area. Acknowledged receipt of letter from County_Auditor-Controller re count de pooled contingency funds in connection with, county.special districts and service areas Ado tid zoning ordinances 77-64, application of. C. Thompson._0t. al, (2121--M rexon�ag land in Knightsen area and application of'Raynond"Vail & Associates, (21a-RZ) rezoning land in Rulabtsen area; 77-6% application of Arnold and Ferguson (2117-RZ) reland in Vine.Hill awn and 77-66. Planning Commission initiat7-RZ) rezoning land, in West Pittsburg. Approved_recommendation of C. >� earn._.special attorney to the Board on water matters, re SB 3" P erini Canal--Bill and authorized Chairman to send letter to" county's legislative representatives. Approved recommendation of County AAministrator re Assurance of Compliance with Section 504 of the Rehabilitation Act of 1973. Approved recommendation of County Administrator on CAT7 rate increase (General Electric-Cablevision Corporation). Awarded to Mike Morgan Paving & Grading contract for Alhambra.Valley Road Intersection Modification Project. Pinole area. Authorized Director, Human Resources Agency,-to conduct contract negotiations for completion of purchase of service contracts. Authorized legal defense for A. Hampton. Superintendent.Boys Ranch Probation Dept., in connection with Superior Court Action WMWW,6. August 2, 1977-Suoury, .continued '. -Page 2 Authorized Contra Treasurer-Tax Collector to :destsoy. 1964 Secured Tax Rolls Authorized R. Kong, Sheriff-Coroner's Dept. , to attend the 43rd Annual National Conference of the Association of Public -Safety ' Communications Officers in Chicago, Illinois, August 21-27, 1977. Authorizedre lopssnt J. Bobrosky at third step of Intermediate Typist Clerk, p.i. (, 799) effecof tive July 14, 1977. Authorized re ployment of N. Matheny at third step of Intermediate Typist Clerk($799) effective .July 7, 1977. Authorized appointment of H. Walsh at third step -of Medical Record Librarian ($1055) effective June 30, 1977. Approved settlements and authorized Public Works Director -to execute Right o Way Contract with J. Sutter, et uz. .for Oat load Widening Project, Walnut� Creek area. Authorized Director, Hunan Resources Agency, .-to *=cut* contrasts with prepaid health plan providers for county-medical services. Fixed August_ 9, 1977 for adoption of ordinance re bingo games,_to. permit refund of one-half of the fee when license :or renewal 'ts .d pied. Adopted Ordinance No. 77-68 increasing base monthly salary of Supervisors, As ex-officio the Governing Board of the Contra Costa County`Fire Protection District, fixed August 30, 1977 at 11:00 a.m. to receive bid proposal for herbicide spray weed abatement work within the District. . Ap roved settlements and authorized Public Works Director to execute Right of Way Contract with C. Meyer for Center Avenue Project, Pacheco area. Released Note and Deed of Trust to G. T Derana for rsconvsyance of real property sold by County to Ubners and Muzzys. Authorized use of jury assembly roam at Walnut Crsek/Danville . Municipal Court Building on September 29 and 30, 1977 for an administrative hearing before the Fifth District Medical Quality Review Committee of the State Dept. of Consumer Affairs. Denied request of J. Caroline, Jr. and J. Van De Roovaart, 2116-RZ, to rezone land in the Pleasant Hill BARTD Station area. Denied request of C. Fable (2113-RZ) to rezone land in the E1 Sobrante area. Awarded to Galagher b Burgke contract for Detention Faciltiy Site Grading and Temporary Parking, Martinez area._ i August 2, 1977 Summary, continued `k page 3 Approved rezoning of certain land (2086-RZ7 in the Clipper Hill area, Danville and directed Director. of_ Plannim to prepare necessary ordinance. Accepted resignation of A. Aiello fros-Contra Costa County Manpower Advisory Council and posted notice of vacancy. Posted notice of vacancy on Contra Costa. County .Conounity. Developoaat Advisory Council. Appointed nominees of certain agencies for representation on, the Emergency. Medical Care Committee effective August 1, 1977. Approved request of M. Quinn, Aerial F.nginesring, for permission to reschedule filming-of flagpoles in front of the Courthouse. Approved recommendation of County Administrator that Cow2ty- Counael be directed to prepare a necessary ordinance' to-, amend. COW lmbulance Regulation Ordinance: to require physical: �natioos"for aybulamee - dr vers- once evewo ears and Andicating. tbat :a-further report will ;we be submitted on ica examination rsquirewants.for' firsfiters. Acknowledged receipt of- letters from Covoty .Treasurer-Tas_Collectos and County Sheriff-Coroner commenting on recion of the- 1976.-1977 Cants Costa Graced Jury and forwarded a cvP7.to the Prssdine Jndge of the Superior Court who impaneled the 1976-197.7 Grand J a COPY on file with the County Clerk. . ury ._ pLue . Referred to: Internal Operations Committee for review, letters'frow Citizens Advisory Comittees of County Service Areas.D_-3. WS. 1-.6, t4_UAP-1. porta to coposition arid. expiration :oaf .terks'of ajM6irra; Public- Works Director for review in conjunction with Aviation Advisory Committee, letter- from D. Friedow. Asrardical Services#re- . problems at sucbaaan Field with respect to rdfcal. bslicoptes services provided by Garlick Enterpises; .and for. recammindatioa,.. lattes::fsom. Chairman Meteopol tan Transportation Commission', requestins. eova : participation, - - Joint study with MM. AC'Traesit-District.-: Caltrans_ and cities in centra; Contra Costa- Coimsyto"develop ori axes=;ride progra to met- future public trao ttmatioa County` Counsel for advice. letter fro• J. attorney representing neighbors in vicinity of Sub. 5025, Lafayette areato reconsider its.July 12 decision approving the teutativt. oap of said-Sub. ; County Auditor-Controller, resolutions ted by Mt. Diablo Hospital District and West Contra Costa Hospital Vis cc Boards- of Directors re rates and charges of hospitals; Director, Human Resources Agency, letter from Reggional Center of the East Bay, transmitting report on 1977-1978 contract with State: Dept. of Health to provide services in Alameda and Contra Costa'Counties and to carry out provisions of Lanterman Development Disabilities Act; ON& August 2, 1977 Summary, continued Page 4 Director of Planning, letter frm U.S. Dept- of,Housing .and Urban Development. transmitting-copy of "Guide to Local_Bousing Bshabilitation Strategies" and`;dWsit�g that a.conference will be bold est 8=9,_ 1977 to discuss issues -contained is said docvsent, County Administiator: letter froo. tats-Office-,of Plaw .and Beseearch -tranaitting report on muniei I-advisoryMe Lacludes suggestiau"for i�pronrwat..o the:plc a"incorporated;pato S.E. 1116; mad Latter from italancey Street,,Ftioa, ,regno*ti Board to reconsider establislrent of fee ferr'ssrvi� contract witCeuasty on basis that _the_courts and County Probation'Dspt. =are presently-using Delancey Street as an alternative: Contra Costa;County Development, Association, letter frac California Facpos'tiaa, imritie Couaaty participation at the I977:Califoacnia Grant State 1►air to be ld August 19 through September 6,1977 is Ssciiimnto; County aalth"officer and Director of.planku g, :letter :from:L. Olson, on behalf of residents of Danville Station Sub , betossn 800_aad 900 blocks of E1 Capital Drive, re garbage/litter problesr in -aree. . Director of building Inspection for report. Isttes frw J. ltifft Beaking aoard assistance re condition of rautal ham in=tone area, pzopest7'adjaceat to his Employes tic" Officer for verification-of requiredintorisation, letter Emmen Union of American Physicians, requesting recognition in accordance with Section 34-10.004. of the County ordinance Code; :Director,-'* Resources -Ageency, for pprrooggrra and cost analysis taking into'-aceount County -facilities. and fasiily enei; a center r ted by Junior of Oaklan&East Eaj, Yue., .Iatt"81 fres Sena..J.. Bfe adLy, . Juvenile Mayor,.CityCoe�cosd reel Lieutenant, anile 3�asau,:.of Citi of Concord; sappostiinnf� request of Taen Hops`F tion, Inc., "foi` rs�►enue sharing funds to provide a short-term residential-crisis center in County; Public Voris_Diretctar for review.and sport, 'rsca�msadation of Citizens'_ Advisory Cte: for Contra-Costa'Cow sanitation District No. 5, Port`Costa; that-no.Hors aa�atienus to, said ,diatidrt:be passittsel; Public works Director, bids for. Uorth'licb1■oed Street I> pro amt ti 1977, North chmoed, and-bids for 1977 Bridge'Painting Project; 'located at four sites throughout the County. . Adopted the -folloving numbered resolutions 77/619, consummating purchase and acceptiot-dsed of F. Cates property in Martinez_, County Civic Coater; 77/620, iuitiatiaa litigation against Assessment Appeals Board and realparties in.interest; 37/622. amending Board Resolution Pio. 77/560 establishing rates to be paid to child care institutions; 77/623, approving Note and Deed of Trust for sale of county property. Danville area; 77/624, approving Memorandum of Understanding with Social Services Union. Local 535; 77/625, approving Memorandum of Understanding with Contra Costa County AApppgraisers' Association; 77/626. approving compensation for Project & CETA Employees for 1977- 1979; August 2, 1977 Summary. continued Page: 5 77/627. forming special Fire Protection Zone, no I vithin. the, Byron Fire Protection Mstrict (Discovery Day). 77/628, calling for Maximum Tax Rate Ineze"9.Zlection within the Special Fire Protection Zone No._ l of the Byron Fire Protection District (Dist very Bay): 77/629, fixing September 1, 1977 at 2:00 p.u. to receive bids;:; for the San Pablo Avenue Overlay Project. Hercules area; ' 77/630 and 77/631. authorizing changes in the assessment roll; 77/632, intend, necessity acus real lag to adopt resolution.of nmcessi to by Eminent Domain, walnut Creek area. County Service Area A-8 77/633, fining'September 1 1977 at 11:00 a...,,to receive.bides' fair Veteran's Memozfal Hall Remodel, Danville area; 77/634. as ex officio the Board of Supervisors of the. Coatra; Costa County Storom Drainage District, Zone 22, apprevtmg- sale of excess S.D.D. , Zone 22 property and accepting deed:to clar3.fy pro�erty line; 77/635. approving Final Map for Sub. 4831. ilalaut Creek area; 77/636. approving aaggzzesent with J. Ralwrd for.M.S. 185-76, Alamo ar_ 77/637 ,reestabl sh3ag aft=gency Medical Cue.,Comittes. Authorized Public Works Director to exeeuts an I nspsctt ion' Sesvices Contract with L. Roderick Caeeron for.Montarabay Recreation Canter. County Service Area K-17. Authorized Public Works Director to arrange for the issuance of a purchase order to Roto-Rooter Company for installation of a storm drain line on Marshall Drive. Walnut Crook area. Approved increase of $15,000 in contract contingency fund for Moraga Way'Shoulder Widening Project. -As-ax officio the Board of Supervisors of the Contra Costa� Co-=ty er Flood Control and Mater Consvation-District.,4uthosized tba.,PUblic Works Director relAburse County with diststct`fu@Aj.for:Mosta.iQcasrea completing WalnutBoulevard Drain and San`Mignal"D rale, Valnut'Creek area. Approved Traffic Resolutions 2351, 2353 hrovgh 235,5. Authorized refund to Costa Concrete ,Coa+pany for H.S. -21-76, Walnut Walnut Creek area. As ex officio the Governing Board of.the Betbel,Island Fire Protection District, authorized Public Works 'Director.to`execute' Inspection Services Contracts With R. Grady and-L. Cameron for 'metal apparatus building, Bethel Island area. Accepted Offer of Dedication for recording only from J. Hayward, at al for M.S. 185-76, Alamo area. Authorized Public Works Director to refund to Shapell Industries surety for Sub. 4440, San Ramon area and to refund to F. Bolla surety for Sub. 4769, Alamo area. i i. . August 2, 1977 .Summary, continued Page 6 Authorised refund to F. and L. Del Barba .security for K.S. . 68-76# Oakley area. As ex officio the Governing Board of the, Tassa. ara Fire Protection: District. approve construction contract with T. Molfino for Metal Apparatus Building, Danville area. Authorized Public Works Director to issue,two. addenda to= plans and specifications for the Detention Facility, Project-approved July 19, 1977. Accepted instruments from L. Egbert, at al, Marie Stroever and East Day-!lmicipal for K.S. 258-76 and M.S.. 185-76 respectively. Accetppted Offer of Dedication for recording only-from-L. Egbert for M.S. 258-76 Approved" recommendation of Internal Operations:Cowmitt" ss N appointments of individuals to the Human.Ssrvices .Advisory Commission. ' Denied application of C. Papaionnou for transfer of location"of _a, csrdroom license to 5876 Contra Costa Boulevard, Pacheco and referred to Sheriff for further review. Approved extension of time to August 9 in which to sake adjustments in salaries retroactive to July 1, 1977. Authorized Chairman to execute the foliar Agreement with State Economic Opportunity Office to provide special energy crisis intervention program outreach and,eligibility-certification services :in Contra Costa Coon Contract with United Council of S parish ins: Organizations. for transportation services for County N*4J as Agreement with Systems Conversion Speciall.6 Inc. 1 to "code and . test Phase l--Position Control Module-- Comity'Farr aemal :Systss; Contract with Council of Churchas of.Caatral .Caaitra Costa County for continuation of Protestant chaplaincy services;: Contract with United Council of Spanish Speaking 0icganizstioas. Inc. for nutrition project services; Contract Amendment to modify the Phoenix trgacas, Inc. t.: _ provisions of their Short-DoylelCoun fundtd:aonttact for FT I9 6-1977; Contract Amendment Agreement with United :Co�rneil of Spanish. Spaskipg Organisations, Inc. for provision of additional CRU Title, I svmpoMer services for training and On-the-Job .plac ments; Agreement with Microfiche Publishers, Inc. re Assessor's records; Short Form service contract with M. Cox for provision of mental health staff training on "patients' rights"; Contract for Social Service Dept. to provide Foster Parent Education and Orientation; Agreement of Sale with State of California for sale of parcel to Contra Costa Flood Control and Water Conservation District. As ex officio the Governing Board of Contra Costa County Sanitation District 80. S established annual sewerage service charges for FY 1977-1978. 99 August 2, 1977 Su®ary, continued Page 7 As e: officio the Governing Board of Contra Costa County Sanitation District No. 15, established annual water service and sewerage service charges for FY 1977-1978. As am officio the Governing Board of Contra Costa County Sanitation District No. 19 established annual water and sewerage service charges for FY 1977-1978. Acknowledged receipt of County Administrator's report pertaining to Federal Limitation on Compensation in CETA Public Service Employment Programs (Titles II and STI). Approved support of proposed rerouting of Highway 4 to bypass the Luzon undercrossing of the Aitchison Topeka Santa Fe Railroad and urged early funding of project by Dept. of Transportation. J The Following Documents Consist of 676 pages. r