Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 09131977 - R 77K IN 1
THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M., TUESDAY, SEPTEMBER 13, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman N. N. Boggess, presiding; Supervisors J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine. CLERIC: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars prepared for Board consideration by the Clerk, County Administrator and Public works Director. JA"P.KENNY.RiCMNONG CADAM PONTHISMOAND OF SUPERVISORS WARIKH N.SOGGEfs f„°'TRACONTRA COSTA'COUNTY RGdK”'SCHNFIKAI C NANCY C.FANOEN.WRTINEZ =" 2NO OISTRICT VICE CHAIRMAN ROEERT I.SCHROOER LAFAYETTE Alp FOE JANU R 0LZ50K GOYNTY CL[RH 3RD OKTMCT SPECIAL O1lT11IC7�GOVERNED N THE BOARD ANO Q 0"C10 CLLRR OF THE 8"" RAMEN N."OGGEM CONCOIIO IRRK 06RALOM R!M"O.L 4TH pETRICT EDAM CNA,q OWN 107-AMN086 I M MLOMO CHOW CLEAR .- MC H.HASSELTWC PffTNWRO V.0.SpA El 1 F,IOW Ia 131372.2371 5TH MSTMCT MARTWEZ CALOORNIA 51553 TUESDAY SEPTEMBER 13, 1977 The Board x111 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. Service Pin Awards. Executive Session (Government Code Section 54957.6) as required or recess. 10:50 A.M. Consider action to be taken on request of Mr. Roy Penn with respect to installation of a drainage pipe at 3656 Blackhawk Road, Danville area. 11:00 A.M. Hearing on appeal of Vista Grande Homeowners Association from Planning Commission conditional approval of tentative map of Subdivision 4607 (MCBain 11 Gibbs, applicant and owner), Danville area. 1:30 P.M. Time fixed to interview applicants for the office of Planning Commissioner (at-large member). ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 3: CONSENT 1. ADOPT ordinances (introduced September 6, 1977) as follows: a. No. 77-75 rezoning land in the Enightsen area (application of Raymond Vall • Associates, 2129-RZ); and b. No. 77-76 rezoning land in the Oakley area (application of Junto Construction, Inc., 2142-RZ). 2. FIX October 11, 1977 at the times indicated for hearings on the following rezoning applications: 11:15 a.m. Frank P. Bellecci, 2130-RZ, Oakley area; 11:20 a.m. Crabtree Engineering, 2149-RZ, Oakley area; and 11:25 a.m. Fred W. Hull, 2152-RZ, Diablo area. 3. FIX October 11, 1977 at 11:00 a.m. for hearing on recommendation of the Planning Commission with respect to proposed Ordinance Code, amendment pertaining to establishment of new zoning district (Community Business District) in the Orinda area. 00002 r Board of Supervisors' Calendar, continued September 13, 1977 Items 4 - 0: DETERMINATION (Staff recommendatlon s own rollo-w-W the item.) 4. MEMORANDUM from Director, Human Resources Agency, recommending that influenza vaccine be supplied to senior citizens for the 1977- 1978 fiscal year but that the employee vaccine program be discontinued. CONSIDER APPROVAL 5. LETTER from Mr. Neil G. Nicholson tendering his resignation as a housing and finance representative on the Loan and Grant Review Panel for Second Year Community Development Housing Rehabilitation Program. ACCEPT RESIGNATION AND APPLY POLICY ON APPOINTMENTS TO BOARDS AND COMMISSIONS 6. MEMORANDUM from Director, Human Resources Agency, (in response to Board referral) recommending that the Board deny the request of Mrs. Eliesa Peters for relief from County Hospital charges inasmuch as the billing representsa standard amount which is made to any patient receiving an equivalent amount of care. APPROVE RECOMMENDATION 7. MEMORANDUM from County Counsel, in response to Board referral of request of No. Ruth M. Abbott for reissuance of a county warrant, advising that a warrant to refund duplicate payment of taxes may not be reissued more than two years after it becomes void. ACKNOWLEDGE RECEIPT AND DIRECT CLERK TO FURNISH COPY TO APPELLANT 8. MEMORANDUM from County Counsel advising that the California Court of Appeal sustained the Contra Costa County Superior Court's decision upholding the Board's refusal to place the Blackhawk Reorganiza- tion Resolution on the ballot for a referendum vote. ACKNOWLEDGE RECEIPT 9. MEMORANDUM from Director, Human Resources Agency, (in response to Board referral) submitting status report with respect to program and cost analysis of Teen Hope Foundation proposal in view of existing county facilities and proposed Family Stress Center. ACKNOWLEDGE RECEIPT 10. LETTER from President, Contra Costa Council on Aging, transmitting for Board approval copies of the Council's proposed Constitution and supplementary By-Laws. REFER TO INTERNAL OPERATIONS COMMITTEE Items 11 - 12: INFORMATION (Copies of communications listed as ormation items have been furnished to all interested parties.) 11. LETTER from Mayor, on behalf of Rohnert Park City Council, supporting the County's position on protection of the San Francisco By- Sacramento-San Joaquin Delta Estuarine System. 12. LETTER from People for Open Space supporting the County's position in opposition to the proposed Peripheral Canal and transmitting copy of letter to Governor Brown urging initiation of a point State Federal study to determine fresh water flows needed to meet San Francisco Bay-Delta water quality requirements. Persons addressi the Board should co lets the form Provide on rostrum an urn a er w a wr en copy of their presentat on. DEADLINE.FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . The Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) meets the lst and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. 0OU0 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martine:, California To: Board of Supervisors Subject: Recommended Actions September 13, 1977 From: Arthur G. Will, County Administrator I. PERSOIiNBL ACTIONS 1. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Health 0450 -Administrative -- services Assistant II- Project (class only) 2. Adopt resolution fixing compensation of.exempt classes of Staff Nurse I-Project and Staff Nurse II-Project equivalent to that for regular Registered Nurse classes for which Memorandum of Understanding was approved on September 1, 1977. 3. Reallocate classes of Secretary of Member of Board to Supervisors (exempt and non-exempt) to the Secretary II level, from $665-1052 to $1011-1229 per month. II. TRAVEL AUTHORIZATIONS 4. Name and Destination Department and Date Meeting (a) Ruth Vaughn Seattle, RA Adoptions Training Social Service 9-19-77 to 9-23-77 Seminar (three-part 11-7-77 to seminar) 12-5-77 to 12-7-77 (b) Robert E. Jornlin Washington, D.C. NACo Welfare and Social Service 9-20-77 to 9-22-77 Social Services Steering Committee III. APPROPRIATION ADJUSTMENTS 5. Internal Adjustment. Change not affecting totals for Plant Acquisition. 00004 To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-13-77 Page: 2. IV. LIENS AND COLLECTIONS None. V. CONTRACTS AND GRANTS 6. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows Agency Purpose Amount Period (a) Judithann Staff training, $270 9-14-77 to David, PhD. Probation Department 10-5-77 (b) Thomas J. Social Service Staff $140 9-13-77 Broome Development Training (one day only) (c) Albert Consulting services No Change 8-1-77 to Mingione agreement extension 12-31-77 for Data Processing (d) State of Amend area Agency on 575,835 7-1-77 to California Aging Contract to Increase 6-30-78 increase funding for the fiscal 'year 1977- 1978 county program (e) State of Amend existing Health •$26,539 Effective California Dept. Nutrition Project Increase 10-1-77 contract to provide for increased federal/state funding (f) Some Health Continue food service $36,546 7-1-77 to and Coun- to Health Dept. 9-30-78 seliag, Inc. Nutrition Project for the Elderly (g) City of Third Year Community $371,469 7-1-77 to Walnut Development Program 6-30-78 Creek Activities 8, 34, and 39 (h) State of Amend existing Energy $20,000 8-1-77 to California Crisis Intervention Increase 9-16-77 (Economic Program contract to opportunity) change termination date and increase funds 0W5 available for use in county To: Board of Supervisors From: County Administrator Re: Recommended Actions 9-13-77 Page: 3. V. CONTRACTS AND GRANTS - continued 6. Agency Purpose fount Period (i) City of Architectural services $9,250 To completion Concord for Mt. Diablo Munic- (county ipal Court expansion share) in the Concord Civic Center 7. Approve and authorize Director, Human Resources Agency, to execute agreement with Alta Bates Hospital for provision of medical services to County Medical Services/Prepaid Health Plan at current Medi-Cal rates during the period May 1, 1977 through June 30, 1979. 8. Authorize Director, Human Resources Agency, or his designee, to negotiate contracts with certain service providers under specified terms and conditions for subsequent consideration and approval by the Board. VI. LEGISLATION 9. Consider status, and possible adoption of County position, on legislation affecting County. VII. REAL ESTATE ACTIONS None. VIII.OTHER ACTIONS 10. Approve revised CETA Title VI Maximus Initial Subgrant Payment Schedule for the period June 20, 1977 through November 12, 1977, and authorize County Auditor-Controller to make payment in accordance with such revised schedule, as recoemended by the Director, Susan Resources Agency. 11. As recommended by Director of Personnel and County Counsel, approve settlement of claim of Billy A. Baldwin and authorize Director of Personnel to execute applicable documents. 12. As nominated by the Director of Planning, authorize the appointment of Linda Porter to replace Alice Johnson as representative of the League of Women Voters to the Overall Economic Development Program Committee. 00006 To: Board of Supervisors From: County administrator Re: Re -i nded Actions 9-13-77 Page: 4. VIII.OTHER ACTIONS - continued 13. Acknowledge receipt of memorandum from Director of Planniaq transmitting draft of proposed slope density ordinance and as recommended therein refer draft to the County Planning Commission and the two Area Planning Camissions for their consideration and racxmendations. 14. Acknowledge receipt of report from County Administrator on security problems at the Social Service Office located at 320-13th Street, Richmond, and consider authorizing County Administrator to arrange for the-pruchase of security guard services at that location through June 30, 1979. ri0?E Following presentation of the County Administrator's agenda, the Chairman will ask if anyone-in attendance wishes to camwent. Issues will be carried over to a later time if extended discussion is desired. DEADLINE'FOR AGEUDA ITZMS: MWERSDAY, 12 HOOK 001JM CONTRA- COSTA COUNTY PUBLIC WORKS DEPNT Martinez, California TO: Board of Supervisors - - - FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for September 13, 1977 REPORTS None SUPERVISORIAL DISTRICT I NO Items SUPERVISORIAL DISTRICT II Item 1. MUIR STATION ROAD - APPROVE AND AV=RIZE RIGHT-OF-WAY CERTIFICATION - Martinez Area It is recommended that the Board of Supervisors approve and authorize its Chairman to execute a Right of Nay Certification to the State Department of Transportation that the County has acquired all rights ' of way repaired for Federal and State aid assistance. (RE: Project -No. 3275-4321-925-76) (RP) Item 2. SUBDIVISION MS 238-76 - APPAOVE AGS - Pacheco Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agresmeut with Jeffrey Lou Heaton, et al., and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 2380-76 as required by the Board of Appeals. Owner: Jeffrey Lou Heaton 164 Christen Drive Pacheco, CA 94553 Location: Subdivision MS 238-76 is located-on the north and west side of Christen Drive approximately 170 feet .east of Ironwood Drive. (RE: Assessor's Parcel No. 125-272-001) (LD) A G .E N D A (gypp Public Works Departmen, Page•I of 8 Q(�p September 13, 1977• Item 3. WITHERS AVENUE - SET ABANDONMENT HEARING - Lafayette Area The Robert C. Human Company (now the Humana Company) has requested the abandonment of an excess portion of the Withers Avenue right of way opposite Del Rey Street. The abandonment was requested in connection with the filing of the tentative map for Subdivision 4983 so as to provide a constant 60-foot wide right of way for Withers Avenue along the subdivision frontage. It is recommended that the Board of Supervisors set a date for a public hearing on the proposed abandonment (10:45 a.m., October 25, 1977 is suggested). _ (LD) Item 4. FLAK DRIVE AND SECOND AVENUE SOUTH - APPROVE TRAFFIC REGULATION - Pacheco Area At the request of local citizens and upon the basis of an engineering and traffic study, it is &ended that Traffic Resolution-No. 2363 be approved as follows: Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of PLANE DRIVE 03975T) and SECOND AVENUE SOUTH (#3975D), Pacheco, is hereby declared to be a stop intersection and all vehicles traveling on FLAME DRIVE shall stop before entering said intersection. (TO) Item S. WATERFRONT ROAD OVERCRDSSING - APPROVE AND AVPSORIZE RIGHT-OF-MY CERTIFICATION - Martinez Area It is recommended that the Hoard of Supervisors approve and authorize its Chairman to execute a Riqht of Nay Certification to the State Department of Transportation that the County has acquired all rights- of-way required for Federal and State aid assistance. (RE: Project No. 3841-4215-925-76) (RP) SUPERVISORIAL DISTRICT III Item 6. SUBDIVISION MS 126-76 - ACCEPT SUBDIVISION - Lafayette Area It is recommended that the Board of Supervisors issue an Order stating that the construction of improvements in Subdivision MS 126-76 has been satisfactorily completed. Subdivider: William Kirk LaMonte 1976 Marion Ct. Lafayette, CA 94549 (continued on next page) A G E_ N_ D AOj��Vig Public Works Department Page 2 of 8 September 13, 1977 Item 6 continued: Location: Subdivision MS 126-76 is located on the southeast corner of Highland Avenue and Ivanhoe Avenue. (LD) - Item 7. TREAT BOULEVARD - APPROVE RE1MhL AGREE11ENT - Walnut Creek Area It is recommended that the Hoard of Supervisors approve a Rental Agree- ment, dated September 1, 1977, signed by Hem E. and Greta Hammond, for rental of a County-caned house at 1510 Treat Boulevard, Walnut Creek, and authorise the Public Works Director to sign the Agreement on behalf of the County. The rental is on a month-to-sonth basis for $230 per month, effective. September 13, 1977. The property was acquired by the County for the future widening of Treat Boulevard. (RP) SUPERVISORIAL DISTRICTS III -& V Item S. TRAFFIC SIGNALS - APPROVE PLANS ARID ADVERTISE - Grind-%, Danville, San Ramon and blest Pittsburg Areas It is recommended that the Hoard of Supervisors approve plans and speci- fications for construction of traffic signals and highway flashing. beacons and advertise for bids to be received in 30 days and opened at 2:00 p.m. , on Thursday, October 13, 1977. The Engineer's estimated con- struction cost is $162,000. The project will include the construction of traffic signals at the following four intersections: 1. Camino Pablo and !Liner Road - Orinda 2. Sycamore Valley Road and Camino Ramon - Danville 3. Alcosta Boulevard and Davona Drive - San Ramon (Joint Project with Alameda County) 4. Willow Pass Road and Hailey Road - West Pittsburg The project. .will include construction of overhead flashing beacons at the following intersections: 1. San Ramon Valley Boulevard and Greenbrook Drive - Danville 2. Crow Canyon Road and Bollinger Canyon Road - San Ramon. This project is considered exempt from Environmental Impact Report re- quirements as a Class 1C Categorical Exemption under County Guidelines. (continued on next page) G E N D A Public Works Department Page 3 of 8 Qi �10 September 13, 1977 Item 8 continued: Itis also recommended that the Hoard of Supervisors concur in this finding. (RE: Project No. 0961-4380-925-77) (TO) SUPERVISORIAL DISTRICT IV so Items SUPERVISORIAL DISTRICT V item 9. STORK DRAINAGE DISTRICT, ZONE 10 - ACCEPT EASEMENT - Danville Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Stora Drainage District, accept a Temporary Construction Permit, Right of Way Contract, and Grant of Easement from Richard Radigonda and C. Jean Aadigonda, dated September 3, 1977, and authorise the Public Works- Director to -sign said Contract and Permit on behalf of the District. It is further recommended that the County Auditor-Controller be author- ized to draw a warrant, payable to the above-named Grantors, in the amount of $283.00, and deliver same to the County Principal Real Prop- erty Agent for further handling. Said payment is for 1,000 square feet of residential land. (RE: Project No. 8528-925-76) (SP) Item 10. PINE VALLEY ROAD - ACCEPT EAS104ENR - San Rasmn Area It is recommended that the Board of Supervisors accept an Easement from Pacific Gas a Electric Company, dated November 15, 1976. It is further recommended that the County Auditor-Controller be author- ized to draw a warrant, payable to the above-named Grantor, in the amoun- of $100.00, and deliver same to the County Principal Real Property Agent for further handling. (RE: Work Order No. 4586-663) IRP). Item 11. ASSESSMENT DISTRICT 1973-3 - AUTHORIZE REVISED CHANGE OJ1DZR - San Ramon Area On August 30, 1977, acting on the recommendation of the Public Works Director, the Board of Supervisors authorized the issuance of a Change Order to the contract for median landscaping in Assessment District 1973-3 to provide for a reduction in the amount of the contract ret6nt103 (continued on next page) _ G E_ N_ D A - WPublic Works Department Page 4 of 8 �� September 13, 1977 Item 11 continued: from 10% to St. The Public Works Director now recommends that the Board authorize that the subject Change Order be revised to provide for a further reduction frac 5% to 2-1/2t. The work is almost completed but has been held up by a utility delay. The 2-1/2t ~rill provide for withholding of approximately $4,000, whish should be more than adequate to cover the work remaining to be dome. The County Counsel has affirmed that the proposed action is in accord- ance with State law. (RE: Project No. Assessment District 1973-3, Landscaping) (LD) Item 12. WALNUT BOULEVARD AND BALFOUR 11OAD - APPROVE TRAFFIC REGULATION - Brentwood Area At the request of the City of Brentwood and upon the basis of an engi- neering and traffic study, it is recommended that Traffic Resolution No. 2364 be approved as follows: Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of WALNUT BOULEVARD (#7711A) and BALFOUR ROAD (#7351A) , Brentwood,is hereby declared to be a four- way stop intersection and all vehicles shall stop before entering or crossing said intersection. (TO) Item 13. .AOUNDHILL ROAD and TAM-O-SHAMMM FMAD - APPWVE TRAFFIC XCAM 1TION - Alamo Area At the request of local citizens and upon the basis of an engineering and traffic study, it is racommeaded that Traffic Resolution No. 2367 be approved as follows: Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of Roundhill Road 04437U) and TAX-O-SHANTER ROAD (#4437S) in- Alamo, is hereby declared to be a i-way stop intersection, and all vehicles shall stop before entering or crossing said intersection. (TO) Item 14. ESTATES DRIVE AND MARIPOSA COURT - SHERI LANE AND TOWN 6 COUNTRY DRIVE APPROVE TRAFFIC REGULATIONS - Danville Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2365 and 2366 be approved as follows: OM (continued on next page) •A G E N D A_ Public Works Department Paae 5 of 8 r wv#- I I, 1977 Item 14 continued: Traffic Resolution No. 2365 Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of MARIPOSA COURT 04725Q) and ESTATES DRIVE (#4624D) Danville, is hereby declared to be a stop intersection and all vehicles traveling on Mariposa Court shall stop before entering said intersection. Traffic Resolution No. 2366 Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of SHERI LM 04725AG) and TOWN AND COUNTU DRIVE (#4725AN) Danville, is hereby declared to be a stop inter- section and all vehicles traveling on Sheri Lane shall stop before entering said intersection. (TO) GENERAL Item 15. RDCOl NDATIONS ON ANAW OF CONTRACTS The Public Works Director will present recommendations on the award of contracts for which he has received bids. (ADM) Item 16. - DETENTION FACILITY - ACCEPT CONTRACT AS COMPLETE - Martinez Area It is recommended that the Board of Supervisors accept as of August 30, 1977, the completion of the site demolition contract with Abdo S. Allen Company of Oakland for the demolition and removal of nineteen County- owned buildings located on the project site, and direct its Clerk to file the appropriate Notice of Completion. The work completed by the contractor, Abdo S. Allen Company, is in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $19,530. (RE: Project No. 5269-926-(41)) Item 17. DETENTION FACILITY - APPROVE PLANS AND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve plans and specifications for the Detention Facility Metal Decking (Project No. 5269-926-(45)) and advertise for bids to be received in 23 days, at 2:00 p.m. , Thursday, October 6, 1977. This contract will provide the structural metal deck to support the concrete floor in the new Detention Facility. MUM (continued on next page) A G E N D A Public Works Department Page 6 R-8 - September 13, 1977 Item 17 continued: The initial estimate made by Turner Construction Company, the Construc- tion Manager, is $415,000. The Planning Co■s<ission reviewed the Environmental Impact Report per- taining to this project on April 26, 1977, and found it to be adequate and found the -project to be in compliance with the General Plan. The EIR was filed with the Board on May 3, 1977. BE: Project No. 5269-926-(45)) (DFP) Item 18. ACCEPTANCE OF INSTRNTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Consent to Dedi- 8-25-77 Central Contra Costa Sub MS 154-76 cation of Drainage Sanitary District, a Easement California corporation 2. Individual Grant 8-11-77 Donald E. Davies, Sub NS 82-75 Deed et al. 3. Relinquishment of 8-31-77 R. W. C. California Sub NS 246-76 Abutters' Rights Company 4. Consent to Dedi- 6-2-77 Central Contra Costa . Sub MS 154-76 cation of Drain- Sanitary District, a age Easement California corporation 5. Consent to Dedi- 8-30-77 East Contra Costa Sub MS 202-76 cation for Road- Irrigatioan District way Purposes 6. Individual Grant 8-23-77 Jeffrey Lou Heaton, Sub MS 238-76 Deed et al. B. Accept the following instruments for recording only: 1. Offer of Dedi- 8-11-77 Donald E.. Davies,• Sub MS 82-75 cation for Drain- et al. age Purposes 2. Offer of Dedi- 8-12-77 Gregory B.Cherezian, Sub MS 113-75 cation for Drain- et al. age Purposes 3. Offer of Dedi- 8-25-77 Marvin H. Hyman, Sub MS 124-75 cation for Drain- et al. age Purposes (LD) A G E N D A_ Public Works Department Page 7 3f_8 1 September 13, 1977 Item 19. CONTRr COSTA COUNTY WATER AGENCY - WEMIMY RBPORT A. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings.• _ B. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. So action required. C. Status Report on Senate Bill 346. (BC) NOTE Chairman to ask for any sc=ents by interested citizens in attendance at the meeting subject to eassyfnq forward any particular item to s later specific ties if discussion becomes lengthy and interferes with - consideration of other calendar items. AGENDA Public Works Departsent Page 8 of 8 000ij September 13, 1977 hief CEngineer of the ` Contra Costs County Mater Agamw September S. 1977 CALBIMAR OF NAM IEETIl= TBE A11BaAf "1E DAY SPCNM PLAM NoluLS ROCOMMOdId . MOOMMil wept 13 Toes. Governor's 10:00 a.s. Coesidesatioa of Legal Commission Assembly Roos present lar rnrung Conmsel to flaviav state Building water conservation California Sacra■Mto in Califozaia Mater Rishts Lair 21 Med. Nayors' 6:30 p.m. Presentation-- Port Conference Point Restaurant Proposed Peripheral Solana County Rio Vista Canal 22 Thurs. Sacramento- Afteraooa Presantstion-- Hasseltine !other Lode So. Lake Tahoe Sacramento-Sam Port Regional Assn. Joaquin Delta of Co. Super- visors tt 12 Med. American 7:30 pa. Presentation-- Port Assn. of Pleasant Hill Delta Mater gwlity University Park and Rec. and the Peripheral Mamea Building Canal ON1 WORM WORU DEPARTMENT CONTRA COSTA COUNTY RE: Agenda item No. .. Date: September 13, 1977 To: Board of Supervisors Fww: Vernon L. Cline, Public Works Director Sabject: Contract Award Recommendation Re: Project No. 4331-4405-661-77 Supervisorial District V. Bids for the asphalt concrete overlay of 6lackhawk Road, from 0.25 mile east of f1t. Diablo Scenic Drive to about 1.15 mile easterly, near Danville, were received and opened in the office of the Public Works Director on Thursday. September 8, 1977. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Branaugh Excavating, Inc. of Castro Valley, in the amount of $24,555.00. The Engineer's estimate was $28,000.00. Other bids received were as follows: 1. Gallagher & Burk......................$25,500.00 2. Antioch Paving Company, Inc...........$26,280.00 3. George P. Peres Company...............$26,850.00 4. Martin Brothers.. ...................$28,950.00 5. Eugene G. Alves Construction..........$30,041.00 6. Bay Cities Paving & Grading...........$34,350.00 VLC:dp cc: County Administrator County Counsel Clerk of the Board Road Design Division 00017 KWLIC IIsi 1E1.nTME" CONTRA COSTA COUNTY RE: Agenda Item No. 15 Date: September 13, 1977 To: Board of Supervisors Fear: Vernon L. Cline, Public Works Director . Sr►jeet: Contract Award Recommendation Re: Project to. 534.2-926-77 Bids for the construction of an asphalt concrete overlay of the Pool Garage in the County Civic Center in Martinez were received and opened in the office of the Public Morks Director. It is recommended that the Board of Supervisors authorize the Public Works Director to arrange for the issuance of a purchase order to the low bidder, George P. Peres Company of Rich=W, in the amount of $9,995.00. The Engineer's estimate was $10,000. Other bids received were as follows: A. Pereira, Inc...............$13,260.00 The project is considered exempt from Environmental Impact Report requirements as a Class lc Categorical Exemption under the County Guidelines. It is recommended that the Board of Supervisors concur in this finding. VLC:dp . cc: County Administrator County Counsel Clerk of the Board Bob Dornan .Road Design 0���13 PUKAC woos omraRTIONr CONTRA COSTA COUNTY RE: Agenda Item No. 15 Dam: September 13, 1977 To: Board of Supervisors F�: Vernon L. Cline, Public Yorks Director 40 • soblKL. Contract Award Recommendation Re: Project No. 7564-4407-661-77 Supervisorial District V. Bids for the construction of Hillcrest Avenue base failure repairs and asphalt concrete overlay, between the Contra Costa Canal and Lone Tree Way near Antioch, were received and opened in the office of the Public Yorks Director on Thursday. September 8, 1977. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Antioch Paving Company. Inc..,of Antioch, in the amount of $47,454.00. The Engineer's estimate was 553,000.00. Other bids received were as followsi 1. George P. Peres Company..................$49.354.00 2. Branaugh Excavating, Inc.................$49,556.00 3. Eugene G. Alves Construction Company.....$53,823.70 4. A. Tgichert b Son........................$55,265.00 5. Yard Maher A Son, Inc....................$56,870.00 6. Bay Cities Paving b Grading..............$71,380.00 VLC:dp cc: County Administrator County Counsel Clerk of the Board Road Design Division ON19 Contracts, Agreements, or other documents approved by the Board this day are microfilmed with the order except in those instance* where the clerk was not furnished with the docunents prior to the time When the minutes were micro- filmed. In such cases, When the doemients are received they will be placed in the appropriate file (to be microfilmed at a later tine). 0 ( 20 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zonlax Ordinances Passed Date:__Seeptemeber 13, 1977 r' This being the date fixed to consider adoption of the following ordinances) rezoning property as indicated, which was (were) duly introduced and hearings) held; The Board orders that this (these) ordinance(s) is (ars) passed, and the Clerk shall have it (these) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper 77-75 Raymond Vail 2129-RZ .,-Dyron Antioch Daily i Associates Ledger 77-76 Justo Construction, Oakley Antioch Daily Inc. 2142-RZ Ledger PASSED on sit r 13. 1977 by the following vote: AYES: Supervisors J. P. Kenny, N, c. Panden, R. 1. Schroder, E. H. Hasseltine, and N. N. Boggess. NOES: None. ABSENT: None. I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board: On Sentemtime 13. 1977 0(N 21 By o � k--,-L4eputy Jamie L. Johnson In the Board of Sipervisom of Contra Costa Cofmty, Staft of California September 13 77 b dr McNw 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 September 13, 1977. I hwoby w,r ft Nmf do ib a taw and cwmd cM of on wdw oohed on do wjr&4M01MW@0wdGf3UPwwMrSM*0" -§- 11 Vft o my lived and Mia UW of do§wd of o1b"d dais 13thdgy of September _ 19 77 J. It OLa . Clwk Jamie L. Johnson 01(;22 H-24 3/7615. POSITION ADJUSTMENT REQUEST No: Department HEALTH Budget Unit 0450 Date 8-8-77 Action Requested: Establish the class of Administrative Services Assistant II-Project and allocate to the basic salary schedule Proposed effective date: —AsAp Explain why adjustment is needed: To provide for advanced classification within the project exempt service. Conr�C corp Covnf,. Estimated cost of adjustment: _ , Amount: RF CPIV I' SeriFS ail wages: ,�,. S -o- (class only) 2. FPoS�d AssetE: (libt items and coot) CLa � s T' Cny�� rt�.'•T,nstrrior 6.'AA6'R9SJ5JRCES AGENCY �..Apnrove�_ Estimated total $ -0- Signature �... partment Head Initial Determination of County Administrator Date: To Civil Service for review and rec ion. t ator Personnel Office and/or Civil Service Commission te: Septsmbsr 7. 1977 Classification and Pay Recommendation Allocate the class of Administrative Services Assistant II-Project an an Exempt basis. The above action can be accomplished by &sending Resolution 77/6020 .Salary Sebedule for Exempt Personnel, by adding Administrative Services Assistant II-Project, at 1977-78 salary Level 424 (1342-1632) and 1978-79 Salary Level 440 (1410-1713). Can be effective day following Board action. This class is exempt from overtime. Assistant ersirector Recommendation of County Administrator 61Date: Sit-so", 2 Recommendation of Personnel Office and/or Civil .Service Commission approved effective September 14, 1977. County WiR—Stra r "ztion of the Board of Supervisors SEP 13 1911 -justment APPROVED ( ) on J�� OLSSON, County Clerk Date• 6 L P 13 1977 DVWy Clerk 4PPROVAL CJ .tlu.a adjua.tment eonstitutea an APpwpniat iOn Adjua.t�le`t and Peuonnet Redouw.tion Amendment. UIT£: ToR section and reverse side of fora owt be completed and supplemented, when appropriate, by an organization chart depicting the. section or office affected. 300 (M347) (Rev. 11/70) 00023 ..' F T-EXEMPT 1877-73 ?ra ►assc; Salary Level: 424 (1342-1632).. 1978-79 ProP.--it-M Sslary Level: 440 (1410-171'0 Cc.^.tra Costa County August 1977 .. AG:*,T-: STRATIVE SERVICES ASSISTAW li-PROJECT DEFFNITIM: Under supe;-vision, to perform adminis—iraLive staff and administrative technical work in an operating department; to conduce studies of methods and procedures relating to departmental program and r:ranagement operations; and to do other related work: as required. DISTINGUISHING CHAP.ACTE,?ISTICS: This is an experienced, working level clan=. Incumbents perform various adr,:;nistrative assicini-.!ents in a line operating department independent of•ongoing supervision. Work is apically performed under the: guidance of an assistant depart- meet head, division -' or administrative officer u�,:L� is responsible for the overall direction of the ad.::i :strative functions of the d parr.*r;ent. This class is distinguished from Adminis•t:rative Analyst-Project in that the latter is an entr- leval class. Incumbents c.' this class are exempt frow heclassified service. TYPICAL TASKS: Gathers, tabulates and analyzes data and prepares studies and reports on organizational, Trn adural and technical projec'-s; conducts studies relative to work load, cost e,.. equipMent utilization;•assisi:: in the analysis of annual departmental budget may be assigned rasp%:;:sMlity for expenditure controls; F•andles the day-to-day fiscal, office rr,ar?gamant, personnel, purchasing and property control functions for the department or major subdivision thereof; represents the departs:=nt on.specific administrative ::otters in liaison with other departments incl agencies; attends departmnn[:,�-, meetings and conferences; answers requests to the department for information; assists in the preparation and maintenance. of departmental operating or procedures manuals. Mi14I1-1014 QUALIFICATIONS: License Rr ;gid: Valid California 1ehicle Operator's License. Education: P,ssession of a baccalaureaV: degree from an accredited college or un�'ve s t;� :.,10 a major in business wht ; :istration,.public administratiuir or a closely relate 'ield. Experience: Eighteen months paid expa: _-:;» in an administrative staff position performing :-arra ;istrative, budgetary or ; .::ss:r;rsl analysis. Subs titc.tir One year of graduate t,~. in business or public administration or a c ply related field in an _;ted college or university may be substituted 7_ `:'EX months of t+e requir: _rience. One year of experience in an ae,,:::: r-asive staff position { :. . .. .-i +g administrative, personnel or budgeta,-y c.nalysis may be substitute.:.. TV.. the required academic major. W!2 I Two AMMINISTRATIVE SERVICES ASSISTANT-PROJECT August 1977 f Knowledge of tha principles and practices of public administration and organisation app.lci51e to a local public agency; knowledge of the principles of budget analysis, far-Tulation and control; general knowledge of the basic principles of personnel administration and supervision; general knowledge of statistical ^ethods and methods of graphic presentation used in administrative and budget analysis; general kro.•rledge of modern office methods, forms: and equipment; general knowledge of the fundamentals of governmental. accounting. . Class No. Class Code No. CH:rfl 8/22/77 cc: County Administrator's Office NDC, RH, RKH, `AR, EK, SAFETY Departmental Approval Date V POSITION ADJUSTMENT REQUEST No: /00 // Department Board of Supervisors Budget Unit 001 Date 9-6-77 Action Requested: Reallocate classes of Secretary to llfember of Board of Supervisors (exempt and non-exempt) from Level 280 (sgKs-1e9;2) to Level 331 ($1011-1229) Proposed effective date: ASAP Explain why adjustment is needed: Duties and responsibilitieg assigned and present utilization is equivalent to departmont bead secretary level. Estimated-ost:W 4justmment: - Amount: u 'W ). Sai�aries`�nt�lwa9es: $ 8,410 2. Fiaied Assetsr (Lie#itesa and coat) ` Estimated total $ q,410 IJ '. Signature Department- Initial Determination of County Administrator Date: To Civil Service: Approve recommendation. Any Personnel Office albitl/JbhlftWW14V~A df*W iM Date: Sapt"es 8, 197 Classification and Pavy Recommendation Reallocate class and positions of Secretary to Ihmber of bard of Supervisors (Exampt and lion-exempt) to the Basic and Roompt Salary Scbedalas- A new salary recommendation, consistent witb the responsibilities and difficulties of the work as outlined is the class specification as is indicated by.the performance of position, is appropriate to Salary Level 331 (1011-1229). Reallocate the class of Secretary to Wo6or of Board of Supervisors (Rxe pt and son Yxempt) from Salary Leval 280 (865-1052) to Salary Level 331 (1011-1229) by sweading Resolution 77/602 to reflect the cbeaga. Can be effective day following Board action. Assistant e n V irector Recommendation of County Administrator Date: September 8, 1977 Recommendation of Personnel Office approved effective September 14, 1977. County m strator Action of the Board of Supervisors SEP 1 3 1977 Adjustment APPROVED �) on J. R. OLSSO!q, County Clerk Date: SEP 13 1977 By 61'1 .�` t c �, t - Depwy Clerk APPROVAL oS .tiue adjustment eon6titu.tea an App&op&i.mtion Adjustment and Penaonnet Reaotu,ti.on Amendment. NOTE: Top section and reverse side of form suet be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11/70) 04)02�- ' In dw Man of Supemii Of Contra Costa County. State of CaMosnia September 13 W fb Me 8w of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on September 13, 1977. 1 Iwoby ewdfy dwo do fa SoMS b a tm ood oonoes e y of M oedw oweod ew dw ee wAn of soW bard of Supwvbws an Neo&"afoee hL VAMM my bond Md do Sod of do owd of sw•ewOe• Wind MallUidey of SeRtember . 19 77 J. M. OLSIM Ckuk • Jamie i�Johnson -�f►� H-24 3/76 15m _ OONTN: DONT. Co1N1T,► AMRNII'MATIION ANdYNTNItMT , T/C !T 491001T pili# 1.NIiiTNIN N NMNIUTm RMT: C2Mty Administrator - Ni1R1UT11i W_4wT I. "IEE iiE[tq1MA84> IMAM NTE#T IF 11101116E N FIND i##ET ITER @L --.- hti,TT,*.*uf 4405 y825 Leasehold Impr. - .367 Civic Dr., 10,200 Pleasant Hill ✓aFP i.c s �t.e j r •ri•�/i-ovt>wtrrl< 4405 X823 Tfr. to 367 Civic Dr.,, P. H. 10,200 APPROVED S. EXPLANATION OF MOMST AUDITOR-CONTROLLER • To provide screens to partition offices for the Family Support Division of the Ny: Office of District Attorney at 367 Civic Drive, Pleasant Hill. COUNT A MINISTRATOR By: ONS u NOARO Of SUPERVISORS YES: iyperrwuta Kcun.,1'aMk, NO; .�. ODU2 t` ? Fernandez. Dist. Co. Admin.-Finance "-777 J.R. #NON.CLERK 4, ..�'— ��s •ins Ny. MIi11iYTlli L!m Sal UvPury Gerk MI l N IN Its Rpt•7/71) an 1MlMNTIMS M RS11MK Mit VMx FOSS ARI AuILAJU FM CO2RLL s Ars CMChi A. Prepare Approredatian Adjusimmi is, ftm N 124, In PIM amp intwml copies desired. u ■ors than ams daperbnnt or district is oomosrnw, paspu as additional copy for each additional department or district oonoee�md. B. Complete all roar parts of the'fars as fallswss 1. Department: Sbw some of dspartaent or organisation sit requotAq this Appropriation Adjustment. 2. hied Object of ispsasst Shaw a peaditare sub-object account to be adjusted, •.d., Oftios meet, Cammedonv om, eta. Also char the smoumt is svun inl]ars that amok aoossst is deo be isarmssad or (dsersesed). If this adjustmart affests lined Ams" sgidpmsmt items list the itau Movin 0"ti1i, deseriptiam, ani &Llw ssmst. Also, show the Agaip■snt Item Bo* if tide adjuslmmmt asfaets a twined Asset item that kr elves* beam aW a i by the Dowd of Supervisors. For saw Flast Acquisitloms, lsew the sub- object black. 3. Rmlanstion of bnuast t rplain why tie adjustmsut is mmosseary is amsu* detail to stumble the Coasthr Airdadstratw to justify tis r"s" to tis Board of Sqm visors. 4. Sipratare, title and Dater Saga, abs tit3m and date. C. Sand the •rleml and other se"sstted oqd" t. the CosaV Auditor- , Controller's offiee for peoosesiai. MU26 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) FY-1977-78 and FY 1978-79 Compensation for ) classes of Staff Nurse I-Project and Staff ) Resolution No.77/749 Nurse II-Project and Extension of Applicable ) Employee Benefits. 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 the ex-officio governing board RESOLVES THAT: 1. In recognition of salary ties between certain represented classes and Project/CETA classes, the salary ranges for the classes of Staff Nurse I- Project and Staff Nurse II-Project are as follows: Effective September 1, 1977 Effective Jul 1 1978 L Y GE LE Ii�L— Y f, Staff Nurse I-Project 302F $ 1125F 318F 3 1181F Staff Nurse II-Project 374t 1271-1401 390t 1334-1471 2. As to the extension of applicable employee benefits, the Director of Personnel is hereby authorized to make such determinations with respect to the above classes. PASSED BY THE BOARD on September 13, 1977. Originating Department: Civil Service cc: County Auditor-Controller County Administrator County Counsel . UUU2.7 RESOLUTION NO. 77/749 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Detention Facility Metal Decking, Contra Costa County Detention RESOLUTION N0.77/751 Facility Project, Martinez, CA Re: Project No. 5269-926-(45 ) WHEREAS Plans and Specifications for the Detention Facility Metal Decking, Contra Costa County Detention Facility Project, Martinez, CA Project No. 5269-926-(45)', have been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the work is necessary for the construction of the Detention Facility; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Planning Commission reviewed the Environmental Impact Report pertaining to this project on April 26, 1977. and found it to be adequate and found the project to be in compliance with the General Plan; and WHEREAS the Environmental Impact Report was approved by the Board on May 3, 1977: IT IS BY THE BOA�D RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be receivedon l 77 at QO , and the Clerk of this Board is direr to Pub is Notice to Contractors in a manner and for the time required bylEtiw� -fnv ti bids for said work, said Notice to be Published in the MORN PASSED AND ADOPTED by the Board on SeR1@!1 er 13, 1977 Originator: Public.Works Department Detention Facility Project cc: County Administrator County Auditor-Controller Public Works Director County Counsel RESOLUTION NO. 77/751 0 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ. CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY METAL DECKING Project No. 5269-926-(45) Notice is hereby given by order of the Board of Supervisors of Contra Costa County. that the County Public Works Department will receive bids until 2:00 PN on October 6. 1977 for *the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Metal Deck- ing which includes: All metal decking required for the Detention Facility, as shown on the Plans and.Specifications, including sheet metal edge stops. shear studs and miscellaneous steel angles, required to trim openings in the metal deck. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $415,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference.thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez. California, at 11:00 AM on September 28. 1977. Any questions in regards to this Contract should be directed to Craig Braccia. Turner Construction Company. Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California- will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors. Room 103. County Administration Building. 651 Pine Street, Martinez, California. 111 ilruuoiiiMW with bowdd�odir VV M NOTICE TO CONTRACTORS (Continued) The Plans and Specifications my be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms may be obtained by prospective bidders at the Detention Facility Project office, 1236 Escobar Street, Martinez, California, upon request. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project office, 1236 Escobar Street, Martinez, California 96553. Bids are required for the entire work described herein. and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARA M IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BIO shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of 'The County of Contra Costa'. The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses. neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Yorks Department. 6th Floor, County Administration Building. 651 Pine Street. Martinez. California 96553. on or before the 6th Day of October 1977 at 2:00 PN and will be opened in public and at the time due in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez. California, and Lthere read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a tabor 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. lt} r NOTICE TO CONTRACTORS (Continued) Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local lar applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem rages and rates for legal holidays and overtime In the locality in which this work is to be performed fer 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 1s incorporated herein by reference thereto, the same as if set forth in frlI herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to refect any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COIM" J. R. OLSSON COUP" CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUMTV. CALIFORNIA By Deputy DATED: SEP 13 1977 PUBLICATION DATES: fa, 0MI CONSTRICTION SPECIFICATIONS FOR CONTRA COSTA COUNTY OETENTION FACILITY DETENTION FACILITY METAL DECKING PROJECT ND. 5269-926-(4S) F1L a-o. E -SEEP /3 1977 CO @WM OF jUkWrj= BATED: 13 September 1977 L ft.1towli co. PREPARED FOR: CONTRA COSTA COUNTY PUBLIC MKS DEPARTMENT Sixth Floor Administration Building Martinez, California By KAPLAN/NcLAUGHLIN ARCHITECTS 901 Battery Street San Francisco, California oft,Oki i wish bwd ord O TABLE OF CONTENTS Section It" P A Notice to Contractors A-1 - A-3 B Project Description B-1 C Information to Bidders Part I C-1 - C-4 D Information to Bidders Part II 8=1 - D-3 E Instructions to Bidders E-1 - E-4 F General Conditions F-1 - F-25 6 Articles of Agreement G-1 - 6-4 H Affirmative Action Plan, County of Contra Costa H-I - N-9 I Federal Requirements I-1 - I-4 J Proposal J-1 - J-5 SPECIFICATIONS: Division 1: General Requirements 01010 - Special Conditions 1 - 8 01400 - Testing and Inspection 1 - 4 Division 2: Technical Specifications 05300 - Metal Decking 1 - 11 OW-3 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY METAL DECKING Project No. 5269-926-(45) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PN.on October 6, 1977 for the furnishing of all labor, materials, equipment, transportation and services for: DetentionFacility Natal Deck- ing which includes: All metal decking required for the Detention Facility, as shown on the Plans and Specifications, including sheet metal edge stops, shear studs and miscellaneous steel angles, required to trim openings in the metal deck. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $401,210. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. A pre-bid conference will be held for all prospective bidders at 1236 Escobar Street, Martinez, California, at 11:00 AM on September 28, 1977. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 372-4497, 1236 Escobar Street, Martinez, California. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. A-1 0001 NOTICE TO CONTRACTORS (Continued) The Plans and Specifications my be examined at the Office of the Clerk of the Board of Supervisors. dans and Specifications and proposal forms may be obtained by prospective bidders at the Detention Facility Project office. 1236 Escobar Street, Martinez, California, upon request. Each bid shall be made on a proposal fors to be obtained at the Detention Facility Project office. 1236 Escobar Street, Martinez, California 96553. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AM INT OF TEN (10) PERCENT OF ANKW BID shall accompany the ProposalThe Proposal suaranty my be in the fon of a cashier's check, certified check or bidder's bond. made payable to the order of •Tbe County of Contra Costa'. The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after beim required to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or before the 6th Day of October 1977 at 2:00 PN and will be opened in public and at the time due in the Chambers of the Board of Supervisors. Room 107, Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. A-2 LNIn NOTICE TO CONTRACTORS (Continued) Bidders are hereby notified that pursuant to Section 1773 of the Labor Cade of the State of California. or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of par dice Mmes and rates forlegal holidays and overtime in the locality in which this work is to be performed for Hach type of workman or mechanic required to-ftecote the contract-which Mill be Marded to the successfel bidder. The prevailing rate of per diem Mages 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 winimum rate shall be the general prevailing rate for the County. The said Board reserves the right to refect any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY puty DATED: PUBLICATION DATES: A-S uv1lhtFS PROJECT DESCRIPTION CONTRA COSTA COUNTY DETENTION FACILITY KETAL DECKING This Contract is for furnishing all floor and roof metal decking for the New Detention Facility. The Contract includes deck closures, shear studs and supplewentary support frawing as shown or noted on the Contract Drawings. The Project is located in downtown Nartinez. California and is bounded by Willow Street, Pine Street, Ward Street and Nellus Street. d-1 0"(07. INFORMATION TO BIDDERS Part-1 Page C-1 The Information and instructions included herein constitute a part of the Contract Documents and are given for the purposes of assisting Bidders in properly preparing their bids or proposals. Each Bidder shall prepare his bid or proposal in strict compliance with all of the requirements of the Contract Documents and with the following instructions: 1. Proposal Shallr be made on the forms provided in this bound copy of the Contract Documents. Proposal must be enclosed in a sealed envelope, addressed to the County of Contra Costa, and shall state "BID - METAL DECKING - CONTRA COSTA COUNTY DETENTION FACILITY". 2. If information is required regarding the Bid Package, Drawings and/ or Specifications, the Bidder shall not contact the County of Contra Costa or the Architect. All questions and requests for information shall be directed -to Turner Construction Company, Telephone (415) TIE-44W, attention: Craig Braccia. 3. Prevailing Wage Rate: Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the sane as if set forth in full -herein. For any classification not included in the list, the minimum rate shall be the general, prevailing rate for the County_ The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. Contra Costa County Detention Facility INFORMATION TO BIDDERS Part 1 Page C-2 4. A pre-bid conference will be held at the Detention Facility Project Office, 1236 Escobar Street, Martinez, California at 11:00 A.M., September 28, 1977. S. Safety: Introduction: Construction by its nature presents numerous hazards to participants and spectators alike. As is too often the case In a construction project, ,expediency and false economy take precedence over good safety practices with result- ing injury or death. The following suggestions and directions are presentedtoemphasize the concern of the County of Contra Costa and their construction managers, Turner Construction Company, for accident prevention and safety in the course of this construction so that our joint experi- ence will be both pleasant and rewarding. Purpose The primary purpose of this plan is to demonstrate a method to provide a safe working environment for workers and to reduce public liability. All safety requirements directed by the Department of Industrial Safety administering Cal OSHA are a mandatory part of this program and all job personnel are expected to be knowledgeable in these rules and to comply with all Cal OSHA directives, Turner Construction Company Safety Require- ments and all other applicable safety codes. Policy Statement You, as Contractors, and your Subcontractors will have direct respon- sibility for the safety of your men and the operations under your control. When there is a choice of safety versus time or safety versus economics, "Safety First" is to be the rule. This program will be effective and successful with your fill commitment and cooperation in carrying out the basic procedures that follow and in transmitting concern and enthusiasm for a safe operation down through all your supervisors, foremen and employees. Contra Costa County _ Detention Facility 00&39 INFORMATION TO BIDDERS Part 1 Page C-3 Policy Statement (Continued) Since safety consciousness is not unique. to this project we expect that you already have programs within your own company and we are requesting that two copies be promptly submitted to Turner Con- struction Company upon award of a contract to the successful Bidder. Safety Meetings Regular meetings shall be conducted for supervisors,, foremen and employees to stimulate and maintain interest in the safety plan and provide a direct path for feedback to management of possible hazards and/or suggestions for improving safety practices. We are requesting that two (2) copies of the minutes of these meet- ings be submitted to Turner Construction Company. Forms will be provided by Turner Construction Company. A. All new employees shall be made aware of the basic rules of .conduct expected of them, to insure their safety and that of their fellow workers. B. Tailgate or Tool Box Meetings will be held weekly by each craft-to discuss problems or conditions peculiar to their trade. The meetings will be conducted by.the supervisor or foreman"in charge and will emphasize the workman's participation. Your job superintendent shall attend these meetings to lend his support.to the safety program and to coordinate the solution of problems. C. A superintendent and foreman's meetings will be held at least every two weeks. This meeting shall be attended by representa- tives of all Contractors and will be conducted by Turner, for the purpose of reviewing the safety.record, acting on suggestions made by job personnel and for analyzing future scheduled work to determine safety precautions that are necessary for accident control and elimination of potential hazards. Accident Reporting Procedure Maintaining control of the safety-program requires prompt and accurate reporting of all accidents and injuries. Contra Costa County . Detention Facility, ,nro INFORMATION TO BIDDERS Part 1 hge C-4 Accident Reporting Procedure (Costiaued) It will be-your responsibility to submit one copy of all Accident/ Injury Reports to Turner Construction Company for perwsout record. These Accident/Injury Reports must be submitted on ase of the follow ing fares: 1. Cal OSHA Fora 5020 (Rev. 3) and your Foreeas's-Report of Injury. 2. Standard report fore which you submit to ,your insurance carrier. 3. One (1) copy of your Annual Report, Cal OSHA Form 102, covering all work perforeed on the County of Contra Costa Detention Facility Project. Contra Costa County Detention Facility INFORMATION TO BIDDERS PART 11 Page 0-1 1. SCOPE: A. Contractor will furnish and install all metal decking shown or noted on the Contract Drawings and as specified in Section 05300, Metal Decking. The work shall include furnishing and installing edge closures, edge angles, shear studs. and all supplementary framing required for support of the dock not shown on the struc- tural drawiags. B. Where dimensions are net given. Bidders shall scale plans. Variations from scaled dimensions in excess of six inches will be adjusted on an unit price basis. Where an edge closure is Indicated and the height is not given, for purposes of bidding assume a twelve inch 121) height and 14 gauge material. C. The Structural Steel Contractor shall furnish all labor, material and equipment necessary for the hoisting to the appropriate floor level as designated and/or in the appropriate bay, all metal deck- ing and accessories (hook and unhook: truck to floor). This operation shall be coordinated with Turner and the metal decking contractor, who shall deliver and place the decking with such timeliness as to permit its use as safety planking and/or working deck for the erection of the structural steel. 0. Sound absorbing material for use in acoustical deck sections shall be inorganic material with a DBC Class I flame spread classification. E. Shoring of metal decking will be by others. F. The Metal Decking Contractor shall provide all temporary power necessary for his own operations. G. Column control lines, offset outside the perimeter of the building, and a vertical control (benchmark) will be furnished by others. The Metal Decking Contractor will perform his own engineering layout (survey staking), including elevations as required. Contra Costa County Detention Facility 00m INFORMATION TO BIDDERS Part II Page D-2 N. Space for storage and temporary buildings will be allocated by Turner as job conditions permit. Temporary offices or sheds shall be constructed of fire resistant materials. Naterial and layout must be approved by Turner prior to installation. 2. Sequence of Mork: Structural steel .erection will begin at the expansion joint located at the intersection of column lines I-6 and J-7. The building will be erected to its full height and erection shall proceed in a clock- wise direction finishing at the courts building (see 'Key Plan" below). Netal Decking shall proceed in conjunction with the struc- tural steel 'erection. r i z START ERECTION . 5 y KKY PLAN Contra Costa County Detention Facility INFORMATION TO BIDDERS Part II Page D-3 3. Time For Completion: The Contractor shall complete this Contract within Two Hundred and Eighty-Five calendar days (289) from and after the date of the Notice to Proceed. A Notice to Proceed is anticipated by October 25, 1977. i The present Schedule is for erection of Structural Steel'.to co mence j in mid-January 1978, and be completed by mid-April 1978. Decking will proceed shortly after erection of Structural Steel begins. 4. Liquidated Damages• It is understood, with due allowances made for unavoidable delays. that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the County in the amount of Five Hundred Dollars ($600.00) 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. S. Obtaining Documents: Bidders will be furnished one set of Contract Documents, additional sets, if desired, can be purchased from the following: East Bay Blue Print and Supply Co. 1742 Franklin Street Oakland, California PHONE: - (415) 444-8001 or 465-7363 Contra Costa CountyOW-1 Detention Facility Instructions to Bidders 1. LICENSING Of BIDDER. Before submitting bid, bidder shall be licensed In accordance with the provisions of Section 7000 thru 7145 of the Business A Professions Code of the State of California in the clas- sification required for the work bid on. The bidder's name shall correspond In all respects with the same shorn on the license.. License numbers and names are checked with the State. 2. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE YORK A. CONTRACTOR'S RESPONSIBILITY The bidders shall examine carefully the site of the work, and the plans and specifications therefor. No shall investigate and satisfy himself as to condition to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, plans, and specifications of the contract. Investigations of subsurface conditions are wade for the purpose of design, and the County assumes no responsibility whatever in respect to.the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations. or of the interpretation therefor. There is no quarantee or warranty, either express or implied, that the conditions indicated are representative of those exist- ing throughout the work, or any part of it, or that unlooked for developments way not occur. Making such information available to bidders is not to be construed in any way as A waiver of the provisions of this article concerning the Contractor's responsi- bility for subsurface conditions, the bidders must satisfy them- selves through their own investigations as to the actual conditions to tie encountered. Contra Costa County Detention Facility E-1 .� Instructions to Bidders (Continued) B. DISCREPANCIES OR ERRORS' If omissions, discrepancies, or apparent errors aft found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clarification which will be given in the form of addenda to all bidders it time permits. 3. BIDDING DOCtWNTS A. Bids shall be wade-vpon the special Proposal (Bid Form), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineal- tions, alternations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) Myr be obtained.from those supply- ing upplying these.specifications. B. Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. C. List of Proposed Subcontractors: Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of 1/2 of 1 percent of his total bid, in accordance with Chapter 2, Division S, Title 1, of the Government Code. 0. Bidder's�SSe�ccu_riU� :. All bids shall have enclosed cash, a c'ashier's cam,certified—check or a bidder's bond. as desccrr Wed balm.- executei as surety y a corporation authorized to insure surety bonds in the State of California, made payable to "Contra"Costa County', in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work. and will be forfeited by the bidder and retained by the County if the successful bidder refuses. neglects or fait/to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of the County of Contra Costa. Contra Costa County. Detention Facility E-2 VM Instructions to Bidders (Continued) 4. SUBMISSION OF PROPOSAL A. Each bid shall be made on a proposal form to be obtained at the Detention Facility Project Office, 1236 Escobar Street, Martinez. California 94563. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Roam 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 11th day of August 1977 at 2:00 PN and will be opened in public and at the time due in the 6th Floor Conference Root of the County Administration Building.. S. WITHDRAWAL OF PROPOSALS: A. Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. Any oral, telegraphic. or telephonic reouest to withdraw a bid T"the �t acceptable. The withdrawal of a bid shaTT not u—di_ce tie—ri t�a bidder to fes' as nom-ThT art�cTe does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. 6. IRREGULAR PROPOSALS: A. The County also reserves the right to accept any,or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. 7. COMPETITIVE BIDDING: A. If more than one proposal be offered.by any individual, firs partnership, corporation, association, or.any combination thereof, under the same or different names, all such proposals mybe rejected. A party who has quoted prices on materials�or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract'is in violation of the competitive bidding requirements of the State law any may render void any contract let under such circumstances. WWII Contra Costa County Detention Facility E-3 Instructions to Bidders (Continued)' S. AMM OF CONTRACT: A. The right is reserved to reject any and all proposals. The award of the contract. if it be awarded, will be to the lowest responsible bidder whose proposal• complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. 9. EXECUTION OF CONTRACT: A. The contract shall be signed by the successful bidder In duplicate counterpart and returned within five (S) days of receipt, not -including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by his would be at his own risk and as a volunteer unless said contract is so approved. 10. FAILURE TO EXECUTE CONTRACT: A. Failure to execute a contract and fill acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays. Sundays, and legal holidays, after the successful bidder has received the contract for execution.-shalI be just cause for the annulment of.the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal.of the second or third lowest respom: sible bidder to whom any such contract is so awarded to execute the same, such bidder's securities shall be likewise forfeited to the County. The work may.then be readvertised or may be constructed by day labor as provided by State law. Contra Costa County Detention Facility. E-4 GENERAL CONDITIONS NUMLUMILL Whenever the fullest" terms. la is Pie" d than. me taltials of to" "POM is the contract decomets. bll dW shall hones can rlat argot $ • "dittos issued Ire T1s Gawp Awise onsou the "lo [[ ah "dittos. +� ar sloErrta the original contract documents. al Acti, 11101M �se�aroa ti - I for tes"Y. w w t1OF z�ocu e County Va"s the total Ember of amplaesee. the total umbar at rds- erityoe� and the prremt wlaerity carbons[ at total sus- bow" tba Project. T1a rclttw aaeonont at agrsaeaet. ase- ca�d ►� tMe end tie Gostsaetar. - Shell erw the architect. a.tsa.ar. sr co-! emploped the County of Castro Geta: Fa aaalarstamd��eti��dayt� araei- r tieatiass. �w Contra C�ostga snglaear shell Brea the labile 11arla slraetar. ar hie Ostia representative. VI individual. Irrtaarsllp. �r}er ion. ataoelation varus. Kcombination than[. dw`ittiet a Proposal h; the weh. -tin�ly. or thre.k a i17 suther- isd r" eomotative. Ti J1� shall anon the hale elected or such a Mect. mit will act for Couste is all ratters sutalaiet to the contmet �QKJK - Is re t is contract tior /rco and � e4ncorat documents mat coward he aaiaantraetacs ft er . aagent »�� The contract is concised of the contract ax>a.au. CasLas" The contract Amnesia" include the . 't crani s cad the spemcificattons. Project Manager = The Project Maaajer is,thr authorised representative of Contra Costa County. ConstructiotMaaater - The Construction Manager is the County's construction representative as described in the Special Conditions Section 01010 F-1 11VLf 9 I CEN RAL CONDITIOM 1 RfL&SLU R : (coati+eed) The imdivida� aal. rarenanhiS, aiw, assectaties, a a�+utare. ac a =motion there". dr Ma adored into a eantraet dU t\e Car•t7 �� Shall mars the CoWNtY of Csatta Caata. a political Jjwhen of the State of Cawers a a/ rest, at the firstdart, s its dal; euthecised Roast aetift views the Seep of tbov aathorig. IS a isetructisn given during the coarse of tM� Section lfi). The Witten "Wteer-W► si�. eaatcama. w ars e scbethe idestMod therew, %Adcb fartp wok. The official draeimgs imclatisg t lass. *Is- vatioss, Secy. detail drerige, flaRsanr. � notes, in- formation and seYeimlmm Morena. off *meet Less.thetas[. die opted a, ..d and aeilaby t theat�e raRk.showing Lea. cheraetat. The imats.ctiaaieewiamat .� tion and s b C= mer of serfermiLm the Omsk, sr tothet an/ piestitime of wet to M futaished and installed maiet this emtsact. As isdivideal. . as�sa"416 association, oat s as� amelieat�. she o�- tracts with Cwtraet*t�te pries vert mama lake s sestet service is of ahwt the Omsk. The ten embeamtsstss shall est include thee* aha Sal; asteria" say. f _ The representative of the Contrac�ter. at all timmm once of the Work. Such f�erlatashall be �wt shall at AL11 trans is fall; suUorised to receive er set e;em imacructLam Ler the Arehitest a his authorised aSNts sad to *saaete and direct the Wort an he- i half of the Ceatraetor. �. i ♦ .tithes contract. previdlmg for alteratlnn, oc ion of the eeatraet. � yy[[yy�� The fWaishimt sad imstallimt of oil lehar. mateTimle, articles, suclies, and equipment as specified, desiv anted, or r*quird 6p the coatraet. I F_2 a►�o t �L COrI?I� (�t1a�sQ Sfd,?I� ]. latasta and lsealtias• A. T4 Contractor mall provide and pin far all 1Lconmam and royalties necessary for the Lpl use and operettas of asy of the equipment or specialties used is the mark. Cactificatr ahewitg the pw>~at of am math lieaaaaa orr hiss, Said for the awn of a4 �msaaca� s coppr &M-ices shell be secured and Pad& the CestraetK and deliver" to the County on completion of ties mat, if ragaire&. SECTim &. ' A. until the fotsal acceptance at the matt y the corsq, the contractor ahau have the ohm w AM cmce thermal and skall bear the risk of tajw7 or dsmw to nor last of the vert by the action of the elononts or fres aq other canes on- copt a. prow in section 23. The Contractor. at Contractor's cast. amhem�ll rebuild. of teethe Dock occasional al a" usho amy�& of mock cmb omes before i parties arca. '. I*"&]"MUM: • a. The Contractor shall Sad proper motion. mate all necaaory, arrampommts, and psfoas all othor services ro«drd La the core ani saiatasanee st all pub lie utilities. The Can- tractor shell assume all responsibility concerning same for alai tka County aq be liable. b. iaelaain� s ►wisp in. for portoetion of any public utility atatpswt. shall be &ova by the Contracts. ties of the Wart the costractor call remove all enclosure*aro*fill in all lows too a fLiand eis �tiaaa�Lee the mar mataetlMt. as1 e. &11 coasactlow to public utilities shall be wade and Maintained is swab —t t— as ant to interface with the can- timaimig use at arm by the County &aria/ the *stir* props«s at the Wank. • !!l!!Lam= A. The Contractor to tion the vert is warded shall villin five (5) working after baiat notified attar into a contrast with the owneras the Castro Costa Wit! standard loos far the Wank to accor. with the dtwdap ad fpecifieatLr dell ins- alah and filo at the ammo time labor and material and Lithfal pm- Cevennes bsubs as eat fsrth is the adwrtisoneat for bids. on a coos acceptable to the Canty. F-4 • 011O�il GENERAL OOWI?IONS (continued) A. The Contractor Shall bear letwood of aN observe. and comply with and came all of kis names and A � Mlses to sham sodK �comply with all ev"Li /tsodal a ata Lars, lend ordinances. and rut" ar swgais tads pKswost to MSI lata. Wr !a M r mtfast tto oondwet ai tea ssor mi tawim�. i. All wort mai arterials ahll be la tell acard- am" with tie latest rules and roplatio of the welfare Building Cede. the state fire ihrebal. the Safety Orders at the /ivimlas at INretsisl Sweety, the matins" neatris Cede tin waifaas plumbing Cede yah by the Wasters rlrrifn O�ticials Asaecletimm. ani ether applicable Ston late K rs«lsiiam. Nothing la them pleas K Seeelficatieaa is to be construed to work art asnfsredng to time CMh M. TContractor aball ewyieo of Cedes as job at all those drrIn conetreciaa C. [its Irma Settles Kit at the Labor Code at the State of California we Included below. The Contractor Shall a#17 W17 with this section of the Leber Cede an applicable. "Ne csstract for public worst lsvolvhsw an astiaste/ expenditure is msosse of i23.Mw.0 t r the oasarathao of my • Zraaeh K treaahes five feet K oro L depth. Shell be awarded wslees it castalms a crane rehbdoK K rd�hag oiat"Im by the Costsaetw stret—al em'sser.mmured bymad by the mardim tlyregietared civil to .ion asth.riq to Item bow de . Is advance of ar- eavethon. of a detailed shoring th ]Maar et oborlaN. bras In. � . d �othes provisions to M ods br wsetes iea trenchfrom or trwShos.yIf �� much plan varies F the sherl" noton standards db�peeO n I by as registered astablimbed by the civil Safety Orders. the las r !a this soccian shall be demand to allow the ase of a shoring. s Lig. de protective gKon low effective than that reehdsvd y tine txe J.safety Orders at the NivLiw at Imams rima Safety. Is this sectimn Ball be construed to Luse ar tt liability as aser"— body or asw at its aa►lorea . "The tares 'pdrlic works' and 'massdis�bedy'. Y meed In this aKtias shell hew the sane ssaahag r L Caber Cede fec- tio m 1720 and 1722 reapectivel7." F-3 • (0*2 GENERAL CONDITIONS (Continued) SECTION S. Bond and Insurance (Continued) B. Compensation Insurance The Contractor shill take out and maintain during the life of this Contract adequate Vorkmens' Compensation Insurance for all his employees employed at the site of the project, and in case any work is sublet,-the Contract shall require the subcontractor similarly to provide Morkmens' Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Yorkmens' Compensation statute, or in use there is no applicable Morkmens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise protected. C. Public Liability and Property 0amaoe Insurance: The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned autamobiles;.with. a minimum combined single limit coverage of $1,500,000 for all damages due to bodily injury, sickness or disease, or death to any parson, and coverage in the amount of :500,000 for any damage to property, Includ- ing the loss of use thereof, arising out of each accident or occurence. Consultant shall furnish evidence of such coverage, naming public Agency, its officers and employees as additional insureds, and rewir- ing 30 days' written notice of policy lapse or cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold-haroless' agreement as required in the Articles of Agreement. 0. Builders'. -Risk: The Owner is carrying a Builders' Risk Policy on.the Project: However, each Contractor is responsible for the deductible of $5,000 per occurence. F-5 OMW �ctlra s. (epntirrey �. 9KOEVBE GE LEMM: Certificates of swab Yerinrr's Compensation. Public e � Dsdbsubject � �wfth the shall : oal For Pprot•cta. All certificates shall im/laata that Contra Carta Cart= Yrs boon gonad as as aidltirml least". There c rtilimam doll contain a provision that casarap of- ch�frrdd ruin the Policies Will art be enamelled until at least y iris' Print Written entice boa base awes to Contra Costa may Oar baud shall be is the moment of one percent JIM) of the Contract. and shall lawro the Omm during the if* of the Centt and for the tar at ane (1) iron the to at ials or � that �at do som m�iirt lreelda i e. iiaee+erd barber afar. 6- IAS[AM: • • Ona bond shall be is the amount of fifty pg. SOL) Of the Coat raet price eshall be accordance With the law of the state .f California L ito eK4ta the }n�rt of all claim for labor sed sacarials nerd or compound 4t the resenos a[ this contract and at all amounts under the Oast* [ s 1rarauce Act. :32 s• � A. The Contractor shall be �tefoe all work V per- fm uad oswd pr tkim contract, sad y nlsed as such. All Ppaaeoea asgyed on ed is tuweY will be csidered Gomwlofoee of the Cowtssetor. t. The Contractor shell g�iive Yin Personal attention to the ful- [illmat of this contract and shall keep the work under bis control. UYra mq auieustractpr [ails toprosecute A psttiam of the wait in a sniper satisfectorP to rt tact or Lasiaeer. the Contractor rurr .ball ramsock sic tar l�diataly upon writtw request of the Architect or sgierar sod be shall ret again be employed on the Work. C. Althooab the spocificatien sections of this contract MAT be arratpd aecerdisp to varisoe trod" oc pm-at fir- um - of wok, the contractor is mot obligated to ulna tko week L such srmmar. Thr County will not entertain requests to arbitrate dis- putes amomt suicomtractors or ►atusaa the Contractor and cam or sore subcontractors comcsrning responsibility for performing a% part of the work. F-6 0+►US� • (Centiwmo j. (cootiar.d) D. Subletting K e%+castractisg any pctt m of the usd as to wbicb so aubcemtractac =8"480 1patoA fa the a[L&IMI bid shall M permitted and b ef lle eascOsa" air necessity, and them only after a 1lntimg cadutad to writing as public roe- and of the warding authority setting fort► the tecta caastitutbe each esergemey at secossity- g. Subatitutios of Subcontractors: Contractor shall set substitute may person or aboentcs-tee is place of a subcontractor listed is bill bid proposal without the written awcnsal of the � Substitution of s bcatrsstoca suet be in accordance With isiasa of the "Subletting and Subcontracting lair Practices Act' ►eginmisg With Sectio 41M of the Government Ellis Violations of tics Act by q the Contractor nsubject Sia to paaaltime ,wisb aq include cancellation of contract assessment of 10 P of � the oldw strsctor s bid. said discipiy action by do contractors ftats Licanas goer/. i�TILs 7. T1M <Y 1iDY AM DA<11CLg• A. The County will dssignsta the starting dad of tis osn- 1 tract�0lrhich the the actor to lcliadiateltb! ani thereafter proeecvca rector obli- gates himse fl to eeoLte the wct on or before tis date or withis the sr•bsr of ulesdnr days. est Perth in the K (�id Form) for completion. subject oily to sud adjustment d tine as may be set for in this article of pwr«n.c to Sectio 21. R. If the each is set completed withia the time required. dwnms will be sustained by the County. It to mad will M Lo+rsct- ieab end extremely difficult to ascertain and datarmiae the actual d s" cab County will sustain by reaps of sucb delay and i agreed that the Contractor Will M to the County the .wry monsy Below IatM__ pc_isy is the Meatless for each ped . ct finishing the weach I Frau erlboi. If the Cemuactsc fails a osci 1 damages tis County may deduct the ams t therosf [ren sy auiwsy der er ttiiaet� any become due the Contractor um&w,the contract. C. The work shallk ragacdsd as completed Upon the date the county hascsestmi the aatm im writimn. D. Written requests for contract time axtemsioms. awith adequate justification. oball be submitted to the County set later ties one mouth follorisg ted delay.. E. Any mosey due at to became der the Contractor any be retained to cow. said iignilated /moos and shwu awe; mosey sot _ be sufficient to cover such domsw, the Cast ebell bele the riot to recover the balance from ted rector or oucett". F-7 • Ow* SiCiI� 7. mi i�0e[1r YWQf: (costlaswd) , F. !bowls the Gortf for ony canoe. aNutharieo • ens- =im of Not the tier .� much aa@ponaion will ie add.d w tie time allar3 for emplatian. snoponeles of Nock by ordae of the Conary Hell amt M deaeed aquiver at the claim at the County yfor damegsstime as fo mon red ��lation of the v@tt after the See Special Conditions paragraph 1.12 5ffiI� f. A. All nater used as the matt wdll be fmalabod and paIA for by the Contractor. the Contractor dull furalob the necessary oi�a*nKK from the distr9wties point to the points on this platioof the mk is wpamxv to � AM the — sed pan caar- tampore7 �- a oc a. The Contractor. at him onhel o east. @l fneti.ab and in- stall all meteea.all electric iiia on/ parer ofatpaeet and Wirt", allgas morters wart • gee a�si�aeac and piping that Is ascossacy to par- aae call ioneea the ease upon the coepletiaa at the wort. The Caatractar @hell pay for all power. light and gee naea is the coaetrwctims wek. C. thseyCeetractoc cell forms, visa f r. Install and Mair owide ill aiwatLain �iaa for the electric pr�onwaronace aaa/ a ction it to necessary to at tha work. ri• light ehiat all pons enftieioat illNalnetioa aM shall be so placed and �LtrliMtoa that theseifications can be os@ily ren In O�Wv�aNs� plw Hires saw wort is � rids tat Mrw'y ligitlag a aipment Meq be moved @bout art @halI be ristalaad tbCOngOont the wast. available for the was of the Laginsar. Troject laepeetoc. or any other entiarised representative at the Coeety whomovor required for ia@pection. F-8 • (Continued) S&MM • MMMW MWMU 1R IWALUM (CoNti.rd) D. The Contractor mall provide and maintain for On duration of the work. temporary toilet facilities for the pork- ■ma. Tiese facilities shell be of as appreved type dcont to the ro� roaeats of the County iemitl lopartasmt. sad .hall be weethertw stractwes with raised flsors. Structures are to hese adequate 1W sad Ventilation and dear s*ripeed With ek lateb or le . Contractor shall service smeh fat itlleons daily waistaising son to a close std sanitary condition. parties of site ocewL d by toilet facilities Aell be graded and cleaned YYpp YmppOaqna removal of facilities shoo so ordered sad/at upon CIm+1 t of wsck. a. The CeeatyArectly to the utility compselas connection fess. amneam t fon seresge her, and all other foes re rafted by On wtilit7 eampra;as w esssctsted with the permanent utility services. If additional fon associ- ated with the temporary services are required May will be paid the Certracter. T a Cowry dll� for scar gr. telr and electricity wmsrd en[hr pro int retil a1taw this mrkoe wmittan request to the utility copeaies that bil- lings be sent to the County. (Normally the Casty will maks these requests after the project is accepted as couplets.) • F. Sen special Conditions for variations to the above requirements. .riEC'fIUr 10. �: A. The Contractor shall nabs application for all permits. that ars required for CM per of his work y all tars ord�is..ceeda, rules. regulations, emsaidrs�iany�tlion and to are .r isans ths'sata and ion ani .ball give all notion necessaryin connection therawlth. ffa Conth por- =itss.(it its M proea: peli,p of aewCou���fo- to the Iacorprated cities for pee tis.) SLGTIM 11. COMB= rap WOK: A. The Contractor aball observe thatthe reaarves the rigbt to do otMr work is connection with tisC�pro y Car tract or otharwise. and he shall at all clan eadect his no. no as to impose iso hardsbip an the Coraty.or.otbsrs amggsd is the wort. Be @ball adjust. correct and coordinate his wait with the work of othrrs so that no discrepancies skull result is the rbole WONk. 1. The Contractor shall provide as adequate work force. materials of Prorm quality andegml�nt to insure properly carry en the work and to inse comp,etiam of math part in accordance with his schedule and with the cine agreed. F-9 • (Cautioned) >iiL7I� lt. G� Lf hioiiic: C. Tia Ca tracter 414,11 personally Superintend the wh dad a►all uaaaraaa a conpeteac oh*ariscwdant 4,r foramen K AU until the }ab Is aocaptad y the Commty. his ar,ar L M afarard to act 1, all wens* 'rrtataiat to the mot . D. DailS ahu11 aiaahed y the �ractsr. or kis f�andaat,� M and Su+aittd waif. g. Vale" otierwiso specified. the Contractor a6a11 claw all obstructions and pie the site rowdy far tis earatrastLw. M 464,11 eaify ffraaalaas and Seals of Plot Plan, and 21e11 cheek all diaaesiens, levels. and eonatructisa. F. Where Wart of ase crab }oiaq 4,r is as *char work, tiara Mall M me Hacropow" or ia*S�lata �artLan4, Whom the total Project is camplate_. n wMtiae oma load of Wart sit! artier. worn or agar dl _sot M permitted. shmald tapr.per work of aalr train �o cwtrod by rutin Whish "cults is iw�� or defects the Winkle wet affected Mall M cede pd y tM Caetractsr dtLoat manna to the County. C. The Contractor Mall anticipete the reLatimw of the various trades of the 4,r , and 4ialI sae t1K required aaciorap or b to SvXi bed and set at Proper time. Anr- cborap and blocking for am& Crab Mall M a pan of Sr. an- capt wbars stated otbatrise. g. proper facilities mall be pcwided at all times for &CCona of the County ropr0000tatiw is conveniently asadaS and inspect the work. I. Watchman, at Csatractar's sptisa, aball M aa1ataaay duriag the progress of the Werk so rayhaird. at tlr ow4m e d tbs Contractor. J. If Say sioratrawr w prw employed by the Caacmoctoc .ball appear to the gagla w is M incompetent or to act is a dis- oriarlJ or Improper ameor, he dull M diseinrgod immediately On Writtw rs'lwsat of the heglnaar/Arabitatt, and owe# parosn shall net agaia M employed as, tie Woadr. The follorLag abell constitnto areeptione. sad tie sale auow times. to the raepaibility of the Contractor set farti. is Section A, is tis Instructions to Sidism: A. If during the cow" of the week the Contractor secowmt- are active utility imetallstioas wkicb aro mot dhow Or indicated in the PIw or Is the aapSo��ee�ificatiaas, or vkich aro found to a locbtiom eMstamtially 4 froraer from that Shown. sad suck mtilitiae aro not roaaoeably apparent free eiswl saaoimatioa, them he Shull F-10 . • �• ie•a�tia..4 at=tesla contracIN t. CM Ca�*41� • wIttw seder to tis contractor to eek wa N}atmw. naerayaarac. repair � alteration. + special larill� at are!Utility. other tires� the ~; "rt On Mme• ~active"' shall noon the following: Steen. petrola�pro�te ebmalcal, utame emu ter, Otos water. son. electric. and tote;" Pipe limas or The Contractor Mall perfoma tba work described in aucb written order and campomeetims Cheraw will be node L accord- owe with faction 21. twlatiNg to cbmwe in the work. tacept for the items of soot aptified L smaf Sections. the Contractor Mall receiver stfaa tar W S—w coat. daaag" or delay to bra dm* to the Presence ad arab utility. It the Caacsastw fails to give des Notice Specified shop* and tbwooftw arta with- art imstrclose from the County. then be shall be liable tat ark or all image to Brei utilities or ocher wrk at tis contract wkicb arts" from W opwatiene subsequent to discovery tines!, and be emu repair and whe god soak damage at kin wen tent. . 1. If the contract rogaiaw aceavatien of other vent to a te stad 16mit of enesm tim bare"tk the surface, ani it daring the course a[ the work tbm orders a shay" of depth or dirrn- Sims se omcb "rsrrfaea= dom to "Scope" at unsuitable boariy material or far may often comma. tion adjuetnemc to nes- tract /ria far cock e�a�" will be mods in aeeordmce with See- ties 21. lseept far the Icon at coat specified theraL, the Cow- tractor ortractor ahall receive me compensation for Say Kier not. 4mmW. or delay to bio wire to the presence of such rns"tailo beori*t material or etbw obstruction. A. The Cantreetor *ball at all tiass pecait the County and their astMriaod agent* to visit Said laepect the vett oc guy �mrt tieraef Sdthe abs pe deme vwk is is preparation. This obli- riseshall iaelods M ar ona++'� proper facilitioe mad Safe acea*a arc! inspactioa. Vbers tis C wCreet regains wart to M tested. it doll Not bo ee sac l ayuntil Ls*peeted sad .rr__ by tha end the Cartraetar "ball be solely responsible� Caunible for Notify- ! Mare and wkee suck wo esNor is to tuna""" for isspoo- tion and tootn". Should nay such week M covered witbost suck teat Sad approvel, it shell bo uncovered at the Contractor's as- Pon"• g. Whenever the Contractee intends to perfare Work on Saturday Sunday, or a 1eaa1 holiday. be shell ales notice to the County intemtloat Last two working days prior to perfoeseiNg a suck nock, or such other period es nay be speci- fied, so that tbo County airy mobs memsaary arraepasacs. F-11 M059 (Continued) saw". JURIMM: (Cautioned) C. 21* iaepactiw of the we or materials stall mat "Rome the Contractor of my of Mia abliptisas to fulfill his coatrect am pcMeribed. York ad materials mot smating ruck =dras#ats dell be mads Sad mad ruwitable murk K naterimey be reject". mode.asteriaU trove bona previously sslyi� tome herb sett has boss y �d at that palaver [ MUg L4. A. The Centractar dell [~IJ remove free the ptaeaaae &It materials emAnod by the Cowley as failing to camtaam to tie Contract, whether !ac*eperatsd L the were► or sat. ad the Contraetar shall promptly replace sad reuaeate bis are mark is accordance with rhe Contract nd sithrrtto the Cowley ad *hell bear the exposes of making god all wet et other contractors destroyed or &msm d by's mb removal. B. If ton Contractor dose mat tree* We* codam d work and materials witbia reroaaable time. flood by writtensstI", the County may remove than mod mss nesse the sotariols at the of the Comtraetw. If ton rte �a[�[�tatrI S Cooney OW dti�ton�(Ljl Within tam daft menton( ambo ti: alai Lala at auuetiw me st private sale Med *hall account fee the mat per cede thereof after dedmctiog all cost* and exresaa* tbet m%mald bare been dorms by dw Cowtractet. A. Correlation: ?be eeatraet doanente shall be interpreted u being complementary in repui.riag a complete sort ro.* for moa and occupancy cc. if mat to be eeeuovum. oposstims- Aug repaire- amt occurring is any one of the deeunamto is as biadiag so tbcogO occurring is all. &. Cosflict* is the Contract bocuneets: In tbo oemst of conflict in the contract documents the priorities stated Is au►- divisiome 1, 2, 3. and 4 below, doral Sawa+: 1. Adi*aia *bell !! feall ether camtsaet doucmeat*, except the County a at'tandard Form Agreement cats" it is specifically iaficcaaita*id that rock addends shell provail. Subsquumat addeado shall Soarers over prior addends only to the *stoat specified. 2. In came of conflict between, plass and epecifi- catims, the specification *ball &aware. 3. Conflict vithia the Flava: a. Scbdala, ism idaatified u such, *hall &w*ra over all or%" portions of the plans. ►. Specific "tam. shell govern over all ether aet*a and all otbor pertims of tui* plasm. C, av Larger scale drariags shell per* Derr smaller,scala drawings. -12 ax�ss� cL�fAl c17O171� (cam It.) _.__.__ SlYTipl It_ SfKrwf3itld Q [dQlaGf g!>bMlLe+w*e2 (^_on•t,) i.. Comfltets within the Spoctficatieasi s. The '.iwerel ceedltlor at the Cehtrace shall gearcn near alI aectlone of the Specifications except for Specific madificatleae the,e? that my M dated to the Special Comditteea. Is. dedsetemst if the contract devana a are set Cowleta so to Say miser detail of A rwplrad poairlc tea ststea Or with r"nrdl to the lesser of eembtaing or In,tallt"of poria, msterlels. or ageipmaet. bet tore octets M accepted trade standard for geed and seriesssllb commtewetSea, owls detail Shell M deomad to las base Imptindly ro«Ired by rue contrast iocla mts In eec+rdamma with each Standard. ,"fear detail` shall Include rhe concept of n+atantially Identical compensate, Mire the price of each each component to mull awe tAoagh+ the aggrgate cost or Importance In egaat&attel, and -hell Include e Single component oh/ch 1a incidental, eves, thnrh Ste cost or Importance may M Substantial. The quality sed /wYltlty of the ports or material w supplied Shall conform to trade aiaadards and be compatible with the type. compositlea. strength, dM, awe profile of the porta or materials otherwise get forth in . the contract decuwoots. SECLIOM 16. CIA] LTIDtiS A�3 LTM+ITlOrL LsFTdcTl A. 116tificatlea by Cowtracter, Shseld the Contractor dlacever any conflicts, amiseler, or errors to the contract der — or hem may question concerning taterpamtatiea or clarification of tad contract documents, or if It ago - to bin that the use to he dame or any matters relative tbero- to aro not S itt letontly detailed or a mplalaed ten no cmatraet deneents. tufo. Mf aro p*me«+tng with the vert affected, be ell Immediately mstify the CssaKy In writing thrwegh the Nmatrwctiea Smperviest. fwd reteoyt lsharprota- t16m, clarlflcatlea Or fsgeelshing of additional detailed tootrartiSes concerning rad wort. All each gwae-ism shall w resolved and isetrwctloes to the Contractor teemed within a reasonable time by the corsty, wb&/e doetatea Shall M final mac contlwstve. SheaU the Contractor proeaes with tin weak affected hafts receipt at laatrwettons free tad County. be aufll romwfe and replace or od)srt any wort whtth is not to acc+rdSwee tlerwtth and he Nall be roapsmalble for any raavltant damage, defect or added coat, 11. Field Orders: During the cowro& of tan work the Architect and/or Engineer ser issue Field orders regarding the work. Tosses Field Orders will supplearnt the plans and Specification& U order to clarify the latest of the contract dccusrnts by adjustment to meet field conditions or to mak& tad wart*" phases of the wrk meet and Join, properly. A ?told order involves no c►&ngo V contract time or price. perforsaace, portlally or in full, of a Field Order shall constitute a waivor of claim for a change in contract time or price for the work covered by the Field Order, unless a Chante Order las been lssued. c. C ango Orders:_ Soo Section, 21, this Division. F-13 s C AL Cmmag (Can't.) Sada 17. MOM An rlfggrclt s. product Declamation: When domariptive cetslagae deals"Clar, Including manufacturer's tens, Rndmat breed mom*, er model tier sea referred to is the contract d*coo mts► such designations *ball be considered as Owing eras* foam/ is industry publications d current low at dote of first imv"tatioa to bid. S. Seftrerce ftsadmrde: Whom *taaderde Of the Federal Government, trade societies, or trade eeonciatlema are rofatrtd to Is the cemtract daernnta y specific date d Sewn, those still be considered•part of thin contract. khan orcb references ds not burr a dot*d Dons, the enrron. rublisbod edit"" at ditto of first levitation,to bid*hell be consider ed es part of tbie contract. $9CnOr M. "Ayo d1s, ARTICIJs. r gbgSl • A. Material dell be man and of quality specified. hh"met particularly specified, material dell he the bast at Its class or bird. The Contractor -boll, it required, submit metlafieteey&widomcr an to the hind and quality of material. !rice, Henson and duality batch equal, Prof *hall be diver is prebir a nada In California, In accordance wltb fattier 4M at oeq., of the Government Code, $cote at Califords. M. pethsmicel equipment, flaturta and"cartel shall be delivered to original obipping crates; to the job site and the County *hall be notified of the receipt d'suck equipment. $demise W material before voccatiaf. The County will, whom desired, "aspect sad equipment, firearms or material to determine asp domes or deviation from time specified. Items domew during deliveq shall be refected. C. Whatever tbs tame we homed d a o ntactwer'* article is specified beetle, it is wood so a =&am*of quality and utility or a standard. If the Contractor desires to see a4 other brand or manufacture of equal quality and utility to that specified, be shell mebe application to the County Is writing for may proposed owbatitattars. Such sprttcstier shatt be accompanied by WWI' nce satSefactory to the County that the material or process to equal to F-14 M"2 GOCIAL 0101TIM (Can't.) eiCfta]t 1L 7YTSRIALS_ ALllClra_ Ali 10111111nRs (can't.) that geeifled. Ieanat for sabstitutlan Mail be mads In ample them for Me County's cemetderatlee an an delay or extra time will M alleged an sccawnt the. . •ridsnte fuemishod to the County by On Contractor shall consist of adequate mise seu►1M of arterial. tactics laboratory resorts an material or procoe . amnMactrrer•0 specification dots, field reports em product's approval a"A w by ether public elterhelss. material costs, ad installation recta W maiKsmsnc*prwvlstans ad cover-oneo or ether data as rewired by the County. The County's decision tewearm11W the refusal K atcepeeeee of g WAMcltwtm for that speetfled Hatt he accepted an final. harness for slMtitwtian will only be considered VMS attend by the Contractor with the reason for amb tltot/en. ''Attu►*to N~t csmpateat evidence as ragnfew aha regNKad by toasty small he consider+/ treanie for refwai K ebptitmtion. The Contractor shall Include n notice of .Moll• Is contract prices, if ambstitmtian Is mppreead. Y. All argrtali shall be'Mlivered ns as to Inure a apody and rimterrmpted progress of tft wort. Same shall M stored as ns to cases no obstrvetloa. aha so an to prevent warleNly of amy parties of the structure, and tin Ceescaetor*hell be entityty r-89 1 this for demga or leg by waet!ar dr safer camas. a. Within fifteen (is l dueatter a/rf�r of tba Csat met.. the Contractor ahs11 subedt for asmreeml to efe tartw a taanlaoo 1!K of all matarlaU tt is sraneesd&!—In ardor tits Cdottamt. which differ M and respect • free atertals specified, this list shall Include all materials which w prepoesa by the askastractsra as moll Y by himself for man to wsrb K his Contract aed which are not geci!lcolly esrttesod In tan Speciflestiass. This list swat also include the ftprae received by the . Contractor In hid fore for the material or materials which aro submitted for approval on substitution. tehmthor with the fihusee in bid fres of the specified material or materiels for which arbstitutlors ors prMnaaad. Is case a erbstttuto Is oft" ami accepted as appre.ad oral to materials speclf lei. the cost at which to lass than the coat at the nstsetal or equipment specified. than a credit shall he taken far the difference►ssraan the two cents to order that the County shalt obtain whatever bewetits Amy M derived free the ahbstitwtlan. yollsre to propose tan emhetitsties at and article within thirty-five (is) dols atter the •mason of the Contract may M&snow sufficient caw"for tan dental of requemt far substitution. iECTION 11, SM DYMllih. I IJ!Ilf[heTL SYlLlh_ AlShhratltllfix A. the Contractor doll silt promptly to the Carty. ss as to cause no delay to the vert4 all afsp hsulap. descriptive data ed samples for the vorlora train as rewired by the specifications. and oaten of alter- - native*, 1t any. Such arbdetal•shall be checked W coordinated by the Contractor with the work of other erode* involved before they are admitted to the Camay for examination. F-15 00063 GENWAt,QIM-- ielM (DN't.) steer.. 1!. rny ttfrlif. 1naiPs1R MZ10. .*Faris. a1syKl�a: (Dalt.) t. so Daroet*r mail Malt to tb enemy dq or df"ras drarhs In the swabs of srplas as rgdred to owhe"twt sabodsla, R five (S) "Plww d we as*eds" to lssludd Is these dmmws. son drawl"@ ill dew samplataly, tb -- 1, to be dons; aha maw or wf elw shall beside rd by the Datraster at bl41 as ORPasso ase tb."k aka work hr Installed *ahem apse Metort gproat• as oif by the 01 It covers nonoral lrtasit only. Fabrication, brolis and laalectlea.tall swam to eoprovd Centeset tsarl"w. C. tw eruptive tato: Submit now of or other data revolt/by thespecification to to Modest of solos as result" to eabslttal aeWels, or Ila (S) ovum If ss as oie/t is Included to lhedw detrleea>{. she Ownty will mambo Midi wildttals, astiry theawa a41srattlws, end Tame thymi cylaw wtk a letter of tragames y aadttal Indicates actions tes chs fled"or rguird of ds Csetrsaw. f. Ihe+lass fit aa+ise of articles. aeorhala at grysent as rewind by abs 4WItia tis . she ark abdl be D seasydaase Witt.New - ap ewral of the ae+Imi. la+las shall-be rsreed fres County lsomaf steel dt acted. demploa.et so.owal by the Contractor, at time CaWwq•a"ties. sIII Moose the peterty of no Gap or will be rasevd or diapiwd of by t1We Costa at Ceseraetor•a mo.aee. t• •ltaesativsai lar comedos. IS daaftsrtimi so the PIaY or in eft swiftearleas. cartels satwriwla. articles. at ago-parva-Wes:be dmifdsetad by a brad or tri sea w Sha Nese of do aandastarar tstotber with ectal" deal law or now Idestleylat led"Mation. hweladtw rofanp to Geserlallf N "OWISMatd by broad Gose. M altwr Live arterial. antele, or aplpsont .bleb to of 04a1 gwlltp,asd d the rapdrd oberastorhotiew-far the paras" tato.*"my be praPN=d for ae peov dd the Contractor co+llso with the faltering total 1. she Costraster shall what bine p"oeel far as altanneche is writhe witbla the else Riot doo/pntod M tb spiviflostleas. or if An designated, thus althis•Ported.bleb will rasa w delay V the eek. 2. ■e waste Pr"oesl will M Bose/deed uplows asesrI -led by complete iwferatlon. mid deimrWive data. aasone rP to detwsiGw ehr awallty of the offered materials. articles, or aoelpos t. S"Plas abtll be Proeldes rhes rotuaeted by the Coady. Thu Cnatraetor abll nota that tb41 burden of proof as to the comparative tallty or suitability of the offered ateriala, articlna, or Kay- Gest Shull 1041 mpN the Ceatnctar. shu Cenaty dill be the nolo jofto mi to Swch attar.. Is the *vast test the Cowty rejects thu wee of swot eltera41tive atonal., article*, or aqufpieGt, thus ow of the prticuhar Products desigated by brad ease &hail be futdabd. F-16 �` • CEMUL CCA)ITWM (Can't.) iEMUP ly. iMu► DWIKlS. OLV-11 IVE DLTA. (CM't.) TM Cowwty will •Ronin, with reasonable ►ra+trras. arta aw►eittals, and ratwn of submittals to the Cootractor shall not rolls," the Contractor from responsibility fat drHatlean sad altenetivee from the contract alone add specifications. mer shell It relieve him from responsibility for errors to the minnittels. A fallure by the Cootracter to idswtify Is his latter of trananittal asterisl davtatlams free the Plano and Speslflcatleeo shall veld the submittal and ser action, token there" by the County. tlhan specifically re14 by the County. the Cowtrector sell rewMlt arcb shop Arowians, descrlpttve data, and sesples an any be v trod. If any oechenleal, electrical, structural. or other chose" are required for the wrap" tnetallotim aed fit or alternative materials. artteles, or o"ipsemt. or becauoe e(dewlatlr frwa the contract Mane sed specifications, such cheares shall not be nada without the cawsoot of the County and ahall be mega without oddlttamal cost to the toasty. QOM .U. Ss1puS AhtiD 710515: The County reeerves the rtnkt at Its am supesse to order tests at any part R the Vert. It as a moult at say smut twit the work to found unsccoptablo. It 0111 be rejected Gad any additional test reertrod • by the County shell be at Coatractsr's aopowae. Salam otherwlw directed, all saa+los for testing will be takas by the County from the metortals, articles or oyripeeat delivered. or from we ►erfersed, add tests will be rder the ssper- vision et, ac directed by. sad at such places as Noy be conwemtent to the County. Materials, articles. ant aewlpmant ro"trlwg toots shell be delivered In awls tom, before lwtonded use to allow for tooting, and none may be used before receipt of written appreml by the County. Amy sample delivered to the County or to ted presto" far owsatnsttas, Including testing, Shall be disposed at by the Camtraetor at bit ern suponse withla not mare than tow (10) days aftat ted Contractor sequin" kwwle"* that ouch owaminetlon Is concluded, unions otherwise directed by the County. tga log 2 L CIMlI;E ORMS: TWA County reserves the right to erdar to writing consumes in the plana add specifications, witlneut voiding the coatroct, and the Csstractot Shell comply with arch order. So change or Mvtstios from the plans and specifications will be node withnwt authority in writing from ted County. Changed work shell be prforsed is secordssco with the original recwirorats of the Contract Docwwsto and prtvtew fully oaacuted Cb~ ONars- A Change Order any sdjwt the contract price either upward or dowe- ward in accordance with either or a Combinative of the following bases, as the _ Couaty may aloct c (1) on a husp ase• basis as sxq"rced by ►reakiowa of estimted costs. • F-17 0(ft j 0�1,Complttamd(can't.) SHIM Zt. COUNCIL aunts: (ae'c.) (2) am a wait Pelee basis. (l) as a cost-ptmm hoots In acoscdants vttb Cb following conditions: (a) eNic-moi: I. dor Wath pmrformsd by dw CContractor as MUNK appal to the direct oast (w Mttasl�i cif tab on - plus in of the direst Santa far warYsst ad prodit. 2. For matt perfeamed by• cant w amen* q.at to Nr direct Coots (as defined d the mark plus 20L of the direst costs for ovarbd and profit. (Suggested breakdown: Ift to t4 sub-czetractor, Si to ;_ astractor.) 1. For matt parfoemo I by a ..►-nab-ancz•ca r aneumt owl to the direct Costa ze an of tis matt pias 239 of tb direct Santa for ovaebN and profit. (tatgeated I I : tj&to sub-esircwtrectw, A to sub Contractor, Si to - astraetic.) t. to So case will the Cotst mart-up be arantar thea 291 of tba direct casts morwiths is&tbn Somber d contract tiara actually ostetimg. • S. rot deleted mark the mark-up, OWL be WL d the direct costs or the ascend arse aKinca cberoef. (b) CIS Com! L. Labor: ter costs for labor Shall include aq employer payazets to or se behalf d the we for boslt►and wlfan, perlsm, vacation and similar►urpmees. labr rates will mot be recognized inn to amocass of thaw proamill" in the locality OW tine the work is baht,performed. 2. l_ii_s_to��rL1�1� The actuates" to the Contractor far the sntorl@Wwroctly rgdnd for the performance of the cbm%wd Wort. Such cast of materials may include the cast of ptocresment, transportation ad dslLvary If eocesserlly!.carred. If a trade discount y the.ctrl supplier to available to the Contractor, it Shell be credicad to ter Ce,nty. If the srcerials are obtained from a supply or Source owned Wblly or in part by the Cantractor, payment terrefore will eat laced - - the currant Wholesale price for sucb materials. the tam"trade discovat" fatludes the csacspt of cash discount. F-18 S _r a .p G9MWL OMITIM (Can't.) $gal g 21. Comm Comm: (Can't.) 2. Materials: (Can't.) If, in the opinion of the County. the cost of materials i• excessive, or it the cam rae.or fails to forsiah satisfactory evideseo of the wt to kis from the actual supplier thereof, them in eitbar case the coot of the arterials Wall be demand to be the lowest content whelaonle price at Bich similar motorists are available is the quantities required. The County reserve the right to fonsiab emcb materials as it deans advisable, and the Contractor Shall beve r claim for costs or profits an material for•iabed by the county. 3. -Mu The actual cont to the Contractor for the use of qri airoctly required in the performance of tbs cbsep/ work. In competing the hourly rental of gwipoast, any time fns than 10 minutes wall Wyconsidered one-half but. M payment will be ends for time while ijmipm k is inoperative due to breakdowns or for am aorkimg days. to addition, chs rancal time Wall include the time required to awe the equipment to the work from the nearest available source for rental of suck gwipmont, and to raters it to the source. If arch equipment to sot owed by its own power, them loading and transportation ants will be Vold in time of rental time tbsrefar. Mvever, meither awl" time nor loeding and transportation cents will he paid ii the equipment is and on the project Is any otar way tben upon the easped work. Individual Pieces e a a nd va =f }I`_ 0 sholl he to be tools or sma me lafmast wTbesaTit�aileoi. — For equipment oweed, furnished, or rested by the Contractor, me cost therefor shell be recognised Is excess of the rental rates established by distributers or equipment rental agencies to the locality wI the work is performed. The amount to be paid to the Contractor for the sae of eqmtpmsmt " Set forth above sbstl constitute fall Compensation to the Contractor for the cent of fuel, power, all, loheicstlan, supplies, smell toots, @anti equipment. necessary sttacheanto, repairs and siatavroca of may kind, depreciation, storaq, insurance, labor ("Capt Yet gdpnent operators), and asp.and sit costs to the Contractor incidental to the me of asci equipment.. (c) ALIMADIS?IM gXrM iIosg' For any cbeage is the wart, the Contractor shell be entitled only to suck adjustments is time by wbich completion of the entire work is delayed don ged to performance of the cbework. Eacb estimate for a chsge in the work submitted by the Contractor #hell state the anowst of extra time that be considers should be allowed for making the requested change. F-19 0006'7 cow-L omOmm (can't.) 31=UM 21. CMUMA doss; (can't.) (qMoom uo LWycerlR IWVMTIW-. (1) the Contractor aball maintain kis records L sacb a mares os to Provide a clear dietineslma between the direct ceete of sacra watt Paid for an a cost-plus basis and the costs of otbar armor tons. (2) contractor abell riatalm daily reosrds skewing nen bears said material - hies rawred fat cost Plus urek. The peattaetot e1r11 w a form approved or 1rw11M by abs County. the forms will be filled out In duplicate and the Con ey's lwgector will review and ttach late assrwlae amu f LIS fare M cbe dfs rlr Week tI (p) Somse1 and material charges stall be sMataatlated by valid cupios of vibe's invoices. (4) 'fbe csetractor's coat records pertaining to coot-plus work olrll be apse to inspectiaer or audit by the Csmacy. a (a) FAlURt M&lith M 2 am: NotwitbetmadLg tbo fol Lee of the County aed the Contractor to area as to cost of the Proposed cbm%e order, the Caotroccar, upon Kitten order from the aeamty, atoll peace" Immediately with the ckaagaa work. Malty Job records stall be%apt as indicated in Peragrapb (d) above OW wbam agreed to by the contractor sed the c~nKtiam inspector, It shall beesms the basis for Psymaet of the cbagad week. Agreement and exectiiom of the daily Job record by the construction inspsccor *bell net preclude aubsquest adJustmsat basad open a later audit by the cry• F-20 OW::? GOWAL CONDITION (Can't.) itcllai 22. IASL: two" part Of the sort with be eccasp11shad by werlean, lobersrs. or mechanics especially skilled is the else* at work ro"Ired and worrsmoblp shall M the beet. SICTIGM 25.--OCCVrkWy BY TM MOM Riot 19_605UM: Tft County reserves the right to occupy all or any part of the Project prior to completion of the work4 upas written Ogden tlnrefur, to suck most. tha Contractor will be relieved at responsibility for asp imjW7 or damage to such part as results from avecil occvpracy and was by the County. SOtk oceganty doom ant constitute acceptance by the County of the work or any parties thereof. nor will it rolls" the Contractor of responsibility for correctIM Mfecti a week or materials found at aA tLs 4f Ors the aeeeptamm Or the work as set forth is Suet/es 26 or during the pause,period alter such accept-. as .et forth Is Settles 2/. A. The Cestrestor roll Pastore and }wags" the work from all dna a or accident. providing asp tsmpoasay TOW46 •lsdsu and dart sowerings6 beatings or othaa comatnetles me rsnprlred by the Cooney. This Ball Include auy adjoining property of the Colo" and otb rm. S. The Contractor dell properly clean eft week so It pr+grOssea. U directed during comettattton. rsMtr shall be removed. and at completion the whale work skall be clammed and all tomperary, casettes tom.. r- II- -1 and raMlab shell be renewed fres the site. all brine left to a class W proper condition satisfactory to tbrcor ty. SMI011 23_ snag a rsobL Ot giaTjt Taiga: Any redeeal. State or local tax payable es articles fwalred by the Contractor. under the Centred. Mall be Included to the Contract price and paid by the Contractor. The County will furald bmelsu Tam Smamptlon Cartificatos to the Contractor for any articles which are trod to M furnished under the F-21 Q(M (Can't.) SZLTlAkI (a arra Ta=ts: Co•tract ad whtek we snompt free federal tsciss TMs. wrum • Wamma: A. Ilia Wert shall be aceapta/ in writing only wh•r it a shall bave Men completed •atisfacto ily to the County. Partial =!Mt• shell not be canats� •Pt as aecance of any pert at the wroet. 1. IsJudging wa the Week r allo wfor dswlstiane free the drartngsani ifaciftcattan• will be adv. unless already approved Is witiag at the time and In the maawer as called far beretofers. C.--Crusty shall be divan edgeate to asks any neeesasry.srrongsmeats for fire imasrasee and cevera�s. t. Final acceptances of the Csetraet Will net be Sivas until all rsgntrensata of the contrast documents asees�Is" Bad seer= y the County. ibis scall tocluds. lint is not li�itr tan • eeaat. ties, /ssroutw fees iaa Farts list. aehal , costa. La operatg iwtrct wi e. dr.dad. - all as r.quired y the contract documents. Sti.TItlr 27. LIltkl. ldli� 1r WIC ID CLIIi After the official aceeptamw of the Wort by the County. the Contractor shall submit to the County. acceptable the Com T. a r.�uaat fur Pa7asat in fell Is accordance with do �crwt. TV fees"fteteaMst to aceaapeaJ Final laymese ( on Z4. ) shell be completed. Signed by the Contractor. Mad enlmicted to cm County with the final payeoat r.*sst. SZCTUP 24. CYdtdM: A. The Contractor hereby unconditionally gnarastess that the Wort will be dose L accordance With requirements of all cam- tract, and furthar gaarastees the work of the contract to be ad remota free of defects to Wetibs•nebiv ani matawtals few a Period of ewe fees from the date of aceeptasce ed the contract. unless a lo•ger guarantee Period is specifically called for. The Contraccoc Mreby save" to repair or replace say and all rest. vitt aq other adjacent neck wkich may be displaced in ao do . that may prose to be net is its woreanSMAkir or anterial witkia t%M �rs- notw un Period specified. witbe•t any et* eo whatsoever to the eC umty. ordinary wear and tear and unusual rimae or Neglect escspted. L Contract bonds are is fall farce and effect during the guarantee period. C. The Contractor further agrees, that within 10 colan- dar days after being notified to writing by the County of emy wont not to accordance wits the req" to of the contract or any F-22 01*70 (Cmc) ialacts io the worts. M wdll aorrWaWa Wad fcoosso" wick do OiLlsasWs all worst amemomsry is tsltill the cats• of dds smatmoom" and !smd em a eve" bONEVIALS btons b aso COVb����•M! artboruw the Csrcc! to trtasaad to iosa Was►wodt 4 o• at do Caotswtw I a go*"* •d be will sm the *set cbm"e��s do' a rood. The Comey 4 n beis all aorta. lraL•sL+ts rWsasoito ortal"Woo to•a rrrtaowily taWwrsai ipw do asr- "to rzscur'• Htl� tea mi a•wr.ll: is ria wort at w �se�•w��r-�r Comm" • �rlartrt M•arN to do ki Y+ald " a•trc� at area . pr4pT f. at 11~- ws. the Cootty asit�rr trdwtdro at Who Caoatxr ltw # also MLI*- sat srIac ma" all wrcb arwa•ef to awrowt ori loomdow cowatimw gr. it ww . oak by work se cte Camitro tm ast bolas is as•seira- w[ttr do rgai:»orats of d" ow"a". t. mw &Nor" c.ocr•ccar sod aaab se cba list" s b- eaacraccsrrs WWII *seats ad toraist the Can" WWI the scaad•rd SasrW.t,. rata. (see Fate 24) Aw F-23 of"M t L �Y N t�'1 F-'L E\► rat ata own am" 1011101M we hereby gsrramtee to the Comity d Owtra data the wblch we bora Laetall" is the Calfiling t ci it art Lr Luba �fair r� (a) w trwa Jot• aa.tp lta.sardac. we agree to rgair ec rep Loa to the set Lots"Ida of the County am or all ouch wee that my pews defective is wriomeship K materials witiis thot pact". ordinary Naar and coop and rash sbora or onto" aeon*ted, together With &OF atber wort whtcb may be Jemogod ec Jiaplaced to so dates. It we fail to comply with tie ahoeo mutiareJ camditioso Within a raaasrble ties attar being notified to writing, we, collectively and separately, do ImmMr aetharisa the weir to proceed to have the &"act* repaired and sada geed at oar duardeadme and we will per the costs sed drrgao tLerefoce taedistely wpm demand. hia gwaraatee cowers sad lacxwdae say spacial care/, iscledleg ties poriods, specified for tbla wort ac materials • In the plane sed specifications for this project. his gwarsnteo awparnadee sq pelriawe awarseteos we here an" tar this particular project. ipgprWrmC% Date: (Attic Corporate gaol) Alm"23shfima Date: (Affix Corporate tool) MOT[: If the firm is oot a corporation, eM a paragraph stating the type of boohoos oraaairattee and t►e capacity and awthority of the parson eiaaiy the awarsntee. F-24 r �cx�►mPct1 pun STATOM TO ACOURP 1 rl1hLL FAVNM TO: Contra Costa Coaaty Teblic Works bapartsect Cora AdaisistratiM bdtdial martian, CatiforaL be: risal Paves" (Project) Doer Sir: This uadereipd Coatractar repreamata ri agrees that tYa Heal payaat isclodes berets all claim aa/ dsmda, of rbaca sr water*, raid be lea at say bees spirt the CWAty of Caatrs pasta to cwaactlw with the ant I to coascrroet the above-astitled projects wi that fryby the darty a[ this final rtiaace Nell diatbwW sod release it frr any ad all claim. The rsderstped b.teb, arsiflee that all rack, Lebec, mrd macarieL• oa this project haw Mae faruiahie and psrehiaed L fall seeplfaaae rithi the coatract ae with all applicable Las and rsvalotisma. The vadersigse states tint bL clam for Real pepmsat to true mal arrest, that so part baa bass tbereRafess paid. a" that thio sommK thsreis L jrtly am. 1 declare vMar paaolty of p=Jmry toot the foregaeg L true and correct. Date at (City) Caltfomts. F-25 *73 (CoestnotLan Agreemat) (Contra Costa County Standard rocs) 1. SPECIAL tSR.IS. Thsae special tsars ars incorporated below by veteran=. (552.3) Parries: [Public Ageacyl (Contraetorl t• Huron (52) Streetie@ Date: [Sas 51 for starting date.) (53) the work: (54) caspicties rim: (strike out (a) or (b) and •ealandar' or `working•) (A) 4 [data) (b) Within ealasdas/wseking days fros at"" data. (55) bigaideted Dena/es. i par ealandar dap. (5i) Public AgowP'& Agent: (67) Contract Pries: i (for unit price contracts: cors or lass• is aCcar'neemwith Umaned quantities at unit bid prices.) (Strike out parenthetical notarial it inapplicable.) 2. SIGUAMBES d ACI30PL.VW9J7. P•Ablic Aoen@a. Syt ('resident, Chairman Or other Designated apsaentative) (Secretary) Contractor. hereby also acknowledging awareness of and coopliaace with Labor Code 51861 coacesaiag Workers" Compeosatioa Lar. Sys [CORPORM [DeaLSnate officLal capaeatyIn the educes sLALI ayt grate offIcIaL capacLty an the busz—nin-aT' Jot@ to Contractor !11 Rescue* ecknowtedgmas ;era below, and M it a corpora- tion, a7;is Corporate Seat. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) ACSDOVY.V 1 .F (by Corporation, County of ) artners p, or Isdividusl) The persons) signing above for Contractor. known to ae in individual and business capacity as stated, personally appeared before = today and acknowledged that be/they executed it and that the corporation or partnership named above e=cuted it. Dated: INOTARIAL SEAL) .otary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FoRH APPROVED by County CCU.-Isel. (CC-1; Rev. 12-75) 00074 3. Mono COUlwRM, 9. (a) By their signatures in Section 2, effective m the above date, these pareses pramsse and agree so wt forth in this contract, imomsporatiag by these references the anterial ('special t.=.m-) in Sec. 1. (b) Comtrastor shall, at his oro cost and expense, and in a workmanlike answer, fully saki faithfully pontes and coepleta the wwrks and Will farms* all mateials. labor. aarvices and esanepost&tLM Seoessasy, convenient and p=aper in order fairly to parts= the rmyuisesemto of this oaatraat, all strictly in acoordaaoe with the Peblia Mg q3'a plans. drawiags and (c) Me Work own be changed only with Public Agesrey'a prier Written sa k spaeifying sod change and its cwt agreed to by the partiess and the public Agemoy sbali mews haw to pay more than specified L Sec. 7 wltboet sreh an order. 4. Tuts IT(M ToPfoC�A. coetraetoc shall start this Werk as directed In the speci- fi'aions or onto t and Shall complete it as pacified is Sas. 1. S. lJ 2t the Contractor fails to complete this osat traand this work va sn tae time rs.saw theretor, allowance being node for oontimgemaiee as provided be=au, he becomes linbla to the Public Agency for all its Does and damage tba=fraam and becomes, from the nature of the case, it is and will be iepraetieable and aaxra■ely difficult to ascertain and fix the public Agsacy's actual done" from any delW ion pas basest, it IS agreed that Contractor Will pay on liquidated da■agea to the i;b �the reasonable em specified is Sac. 1, the =wait at the parties• MaeoeabL smdeever to estimate fair average compensation therefor, for sed calomder day's delay in fialahiag said works and if the same be not paid, Public Agemay may. L tion to its otter comedies, deduct an some from nay money due cc to become ams costsaefar ender this car tract. if the Public Agency for my cause motherless or comtribmeea to a clap, smspem- Sion of work or extension of time. its duration shall be added to the ties allowed for completion. but it shall mot be deemed a waiver aur be used to defeat a4 right of tbm Agency to daaagee for nom-completion or delay hereunder. Pon ust to Gowrmment Coda Sea. 4215, the Contractor shall mot be aseassed liquidated damages for de3.ap In csmplotion of the wort. when such delay was cawed by the failure of the Public Agency me the orae of a utility to provide for comma or relocation of existing utility facilities. 6. INTEGRATED DOCVZMM. :he plans. drawings and specifications or special provisions of the c s call for bids, and Contractor'stoad bid for thin work are hereby incorporated into s contracts and they acs intamdou to co-opsratap so that any- thing exhibited in the plans or drawings and Sot mentioned in the specifications or Special provisions. or ria versa. is to be executed as it exhibited, mentioned and sat forth in both, to the erne intent and araniag thereof when takes all togethers and differences of opinion concerning these shall be finally determined by Public agesc70s Agent specified in Sec. 1. 7. PAIMENT. (a) rot his strict and literal fulfillment of these pcoaiaee and conditions, anew uII compensation for all this Work. the Public agency shall pay the Contractor the sum specified in Sec. 1. except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) on or about the first day of sack calendar month the Contractor shall submit to the Public dgaacy a verified application for payment, supported by a statement shoring all materials actually installed during the preceding month, the labor expanded thereon, and the cost therects whereupon, after clacking, the Public agency shall issue to Contractor a certificate for the aoount determined to be due, minus 100 thereof pursuant to Government Code Sec. 53017, but not until defective work and materials have beet removed, replaced and meds good. i. PATHMM 1HTRKZLD. (a) The Public Agency or its agent may Withhold any payment, or because of ME-er—U—scovered evidence nullity all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from lose because of$ (1) Defective work not remedied. or uncompleted work. or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the Work can be COiplated for the balance thea unpaid, or (5) Damage to another contractor, or (6) Damage to the Public agency, ocher than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any detective work or parts. (e) 35 calendar days after the Public ; ency files its =tics of completion of the entire 6-2 _ r work, it scall Liana a eortitieate to the Contractor and Pay too belamse of the contrast price atter deducting all amounts withhold under tits contract• provided the Contractor show that all claim for labor and materials haw base raido r olatr haw been presented to the Public ' 'I based on acts or enisaioes of the Contractor, and no lion or withhold notions bars been tiled against the work or alta, and provided there are aft reasonable indications of detective or missing work cc of latrrsoaessd setioss of liar or claim against costraetae. g (Cabo: Cods socio-il) an aigaLig this osstrasts contsacter nsst give zc agency (1) a cdrtiticata of ooneont to telt-iosare Issued by Wo DLraatae of Industrial Relations. me (2) a certificate of Markers' i smrsmos' Leon" by an admitted Amur". or (3) am exact oopy or duplicate tberoot costitied by the Direetoc or the insurer. Contractor is am" at and complies with Labor Cole see. 3700 and the norkers' Compeawtion Lou. Ia. nouns. on sisal this oostract Contractor Shull deliver to-Public age"et for am raT-gmd and sufficient bonds with sureties, In mount(s) yachted 1A the Specifi- cations cc special pcoaisioms* guaranteeing his faithful pertcaisnom of this contract cad his payment for all labor and materials beremndw. 11TPaI.M TO PERloRn. if the Contractor at any tins refuse• or neglects, without tanit 37 tae Public Agancy at its event(a), to supply suffieiest materials dr works" to complete this agreement and work as Provided ham". for a rewind of to days cc nose atter written notice thersof by the Public 11 o3, the Public agency Sit furnish same and deduct the reasonable capons" thereof from the contract prior. 12. LAW APPLY. �. loth parties recognise the applicability of various federal, stave laws ane regalations• especially Chapter 1 of past 7 of the California Labor Code (bovinniag rift lee. 1720r and indludiag soca..1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement Complies dmuv 5th. ria Parties speeiticallt stipulate that the relevant penalties and tortaitares provided to the Laker Code, oopwially in Secs. 1775 i 1613. coscatuLag prevailing wages and bourn, shall apply to tkis agreement as though fully stipulated herein. 13. . Government Code 554200-4113 are incorporated heroin. 16. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Dix aee— of the Department of Industrial tions has ascertained the general prevailing rates of wages par diem, and for holiday and overtime work. is the locality is which this work is to be performed, for each craft, classification, cc type of workman seed" to eaecuto this contract, and Said rata are as specified in the call for bids for this work and are on file with the Public agency, and are bereW incorporated hernia. (b) ;his schedule of wages is based on a working day at i bouts unless otherwise specified: and the daily rate is the hourly rate multiplied by the numbac of boars con- stitutioy the working day. Mhon less team that number of homes aro worked, the daily wage race is proportionately reduced. but the hourly rate reunion as stated. (c) the Contractor, and all his subcontractors, must pay at least tiasae rata to all persons on this work, including all trawl, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. all skilled labor not listed above must be paid at least the wags scale established by collective bargaining agreaai"t for such labor in the locality where such work is Seinq performed. tf it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other son-manual workers as such) for which no miniaun vase rate is specified, the Contractor shall immediately notify the Public agency which shall promptly determine the prevailing wage rate t:ierefor and furbish the Contractor with the minimum rate based thereon, wkieh shall apply from the time of the initial employment of the person affected and daring the continuance of such employcont. L5. HOURS Of LaaOR. Eight hours of labor in one calendar day constitute* a legal day's work, and no worUan employot at any tins on this wort by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided is Labor Code sees. 1810-1815. 16. APPRL:tTICLS. Properly indentured apprentices may be employed on this work in arrow ante wit Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. 6-3 (CC-l; nay. 11-76) 7., 17. PAMRE= FOR !M Tit public Agnew desires to promote sir tadeotrios and economy o c.omtra u and tie Centro~ therefore promises to ems "o prodw", workmen, laborers and mrehanias of this County is every cams wen the pride. fitatsm and quality are equal. it. AfiIC3II=4. This agreement binds the heirs. successors. assigns, end reprsmsstativss Cout—MEWS but he cannot mails it is vele or in part, mor my amnion des cr to became due under it. without the prior written Comment of the public a" the Contractor's surety or suretiest unless tbwy Mw waived notice of arm at. is. UO tins w PUBLIC AM. Inspection of the work Mwos materials, or approval of "art awor ma cr suteamse by any officer, agent Cr emplerm of the Public Agency indicating the work or my part thereof complies with the is of this contract. or acceptance of the wole or any part of said wort mWee metarials, cc payments therefor, at any combination of theme acts. shed an relieve the Contractor of his obligation to fulfill this contract as pcaesibsds mor shall the Puglia Agency be thereby estopped from bringing any action Dor damages or enforcement arising from the failure to comply with any of the teras and conditions hereof. 20. BOLD HAXM.Eis i Inb==T[. (a) Contractor psosisea to and .ball bald Mataless and indennity from the uab== as defined in this eectics. (b) The indemnias beasfited end protected by this promise are dw hike Agency and its elective an appeintiw near&. commissions. officers, agents and employees. (c) The liabilities protected against ars any liability Cr claim far damage of any kind alleyedly�ir ,`incurred or threatened because of actions defined boldero unclad, g personal injury, death# property damage. inverse condeometioe, or any combiaoties of theme, regardless of whether or not such liability, class ens done" nom imulorrssmab3s at any tine before the Public Agency approved the improvement plan or accepted the improvements as completed, and incl-A4 mg the defense of any suit(s) or actions) at lar ens egalty Cosarmimg these. (d) The actions causing liability are any act or amissios (megligest or nam-negligent) in connection wins t e matters covered by this contract and attributable to the c"trwtors subcontractor(.), or any officer(s). agent(s) cc employee(s) of cum or mere of thus. Ce) :eon-Conditions The promise and agreement la this section is net cosditicned or dependent on wmeties or not any Indennitee has prepared, supplied, or approved any plan(.), drawing(s), specificatioa(s) or special psovisics(s) in connection with this wrk, bas iasurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful nia000duct of any Indedeitem. 21. ErCAVA:IOU. Contractor shall comply with the provisions of Labor Cods Sec. 6704, if applicable. submitting to Public Agency a detailed plan -hod ag the design of shoring, bracing. sloping, or other provisions to be soft for workor protection from the hazard of caving ground during trench excavation. G-4 (CC-.r new. 11-76) AFFIRfMTIYE ACTION PLAN, COUNTY OF CONTRA COSTA I. AREA AFFIRISTIVE ACTION PLAN The Area, Plan applicable to this project•shall be the Contra Costs Plan on minority employment. Organizations subscribing to said Plan include, but are not limited to, certain trades from the Contra Costa County Building and Construction Trades Council, Locai 'Constructiom Trade Unions, and General and Specialty Contractors' Associations. Contractors participating in the Contra Costa Plan r,Iy qualify under Part 1 of Section f (2), 'Affirmative Action Pleguirements," of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLU MERE 0159 . 2. AFFIRMATIVE ACTION REQUIRElE11TS Part 1: The provisions of this Part 1 apply to bidders.'contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but only'as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization), together with all implementing agreements that have been and my hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder. contractor or subcontractor using one or more trades of construction employees must comply with. either Part 1 or Part 11 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion. with its union. in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade 'A." thereby meeting the provisions of this Part 1, and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and. therefore, cannot meet the provisions of this Part 1. To be eligible for award of a contract under Part 1 of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof. Part 11• A. Coverage. The provisions of this Part 11 shall be applicable to those bi7ders. contractors-and subcontractors. Ww, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreements;' 01-9)78 H-1 Par_t II: A. Covera (Con't) 3. Are signatories to the Contra Costa Plan, but are parties to collective bargaining agreements with labor organizations who are not hereafter coast to be signatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or S. -Are no longer participating in an affirmative action plan acceptable to the Director. OFCC. including the Contra Costa Plan. . B. lrewent--An Affirmative Action Plan. The bidders, contractors and subcon- tractors described in paragr "above will not be eligible for award of a contract under this•Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the minimum goals and timetables of minority mi paver utilization. 1/ and specific" affirmative action steps set forth in Section 8.1 and 2 of this Part 11 directed at increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program-pursuant to Section 6.3 of this Part i1. Both the goals and timetables, and the affirmative action steps must moat the requirements of this Part 11 as set forth below for ail trades which are to be utilized on the project. whether-subcontracted or not. 1. teals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not othgrwise bound by the provisions of Part 1 hereof for the fol3owing time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: Until 9/30/72 9.35 - 11.85 From 10/1/72 until 9/30/73 11.89 - WSS From 10/1/73 until 9/30/74 14.55 - 17.05 From. 10/1/74 until 9/30/75 17.0% - 19.55 In the event that under a contract which is 'subject to these Bid Conditions any. work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the"ranges for the period' 10/1/74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to b! worked by the bidder's, contractor's and subcontractor's entire worts force in that trade on all projects in Contra Costa County, California during the performance of 1/ Minority is defined as including Negroes. Spanish Surnamed Americans, Orientals and American Indians. OW79 H.2. B. Requirement--An Affirmative Action Plan (Con't) Its contract or subcontract. The mamhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. Inn reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11. every effort shall be made to fiM and employ qualified journeymen. However, where minority journeymen are not available. minority trainees in pre-apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal. such trainees must be employed by the contractor during the training period. the contractor must have made a CC tMOM to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Costa County, California for each trade for which it is committed to a goal under this Part 11. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to.meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work towardthe attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases. the compliance of a bidder. contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the- requirements of that Part, regardless of the obligations of its prime contractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions. including the provisions relating to goals of minority employment and training. _ 2. Specific Affirmative Action Stm. Bidders. contractors and subcontractors subject to this Part 11 must engage In affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. H-3 B. Requirement--M Affirmative Action Plan (Con't) b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor. the contractor's file shall document this and the reasons therefor. c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC 1DRKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area. especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc.; by conducting staff. employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority new media; and by notifying and discussing it with all subcontractors and suppliers_ The contractor shall make specific and constant personal (both written and oral3*recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organi- zations within the contractor's recruitment area. h. The contractor.shall make specific efforts to .encourage present minority employees to recruit their friends and relatives. I. The contractor shall validate all man specifications, selection require-. ments, tests, etc. J. . The contractor shall make every effort to promote after-school; summer and vacation employment to minority youth. . k.- The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part . 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. al. The contractor shall make sure that seniority practices, job classifica- tions, etc., do not have a discriminatory effect. W4. S. Requirement--An Affirmative Action Plan (Con't) a. The contr4ctor shall make certain that all facilities and company activities are nonsegregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out: p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Sid Conditions, Includinng circulation of minority contractor association. 9.' Contractors and Subcontractors Oeamed to be Sand hy Part 11. In the event a contractor ortrac whos at the time o ng eligible under Part 1 of these Sid Conditions, is no longer participating is an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance. including the Contra Costa Plan, he sMall be deemed to be committed to Part 11 of these Sid Conditions. Further, whenever a contractor or subcontractor who, at the time of bidding is eligible under Part 11 of these Sid Conditions. usai trades not contem- plated at the time he submits his bid, he shall be committed to Pirt i1 for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Sid Conditions, he shall be considered to be committed to a manpower utili- zation goal of the minimum percentage range for that trade for the appropriate year. 4. Subsequent Si pato to the Contra Costa Plan. Any contractor or subcontractor o subject to the requirements • this Part 11 for any trade at the time of the submission of his bid. who. together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification committing himself to Part 1 of these Sid Conditions. No contractor or subcontractor shall be deemed to be subject to the requirements of Part 1 until such certification is executed and submitted. S. Nondiscrimination. In no event may a contractor'or, subcontractor utilize the goals..timetables oraffirmative action steps required by this Part 11 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. 00082 H-5 B. Requirement--An Affirmative Action Plan (Coo't) Part III: Certifications, A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Mik unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIOOERS' CERTIFICATION certifies that: 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 to the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan; it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan,. those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction wort in Contra Costa County, subject to these Bid Conditions, those trades being: . and 3. it will obtain frog each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of bidder H-6 B. Requirement--Am Affirmative Action Plan (Can't) *Part III: Certifications. (Con't) B. Subcontractors• Certifications.-Prier to the award of any subcontract under this Inv tat on or Vids. regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certifies that: (Subcontractor) I. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one•he-reof for which it is eligible under Part 1 of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to than Bid Conditions, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Condition, it adopts the minimum minority manpower utilization goals and the specifi4 affirmative action steps contained in said Part 11 on this and all future construction wort in Contra Costa County, subject to these Bid Conditions, those trades being: and 3. it will obtain from each of its subcontractors prior to the award-of any . subcontract under this subcontract the subcontractor certiftcatioe. reggired by these Bid Conditions. gnature of authorized representative o C. Materiality and Responsiveness; The certifications required to be made by the bidder pursuant to these Bid Conditions is material and will govern the bidder's' performance on the project and will be made a part of his bid. Failure to.submit the certification will render the bid nonresponsive. Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors (regardless of tier as to their respective obligations under. Parts l and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such-sanctions and penalties for violation of the equal opportunity * Sample form only. Official form is part of the Proposal. ,(Bid form). Section..: B. -Requirement--An Affirmative Action Plan (Con't) Part IV: Compliance and Enforcement. (Coni) - clause, including suspension, termination and cancellation of existing subcontracts as my be imposed or ordered by the Contra Costa County Public Works OepartmemL Any bidder or contractor or subcontractor whe shall fail to carry out such sanctions and penalties shall be deemed -to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part l of these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith off" to meet its fair share of the trade's goals of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who is covered by Part 11, shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or.subcontractor !meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shalt be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In Judging whether a contractor or subcontractor has met its-goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority nonpower utilization of its subcontractors. Where the agency finds that the contractor or-subcontractor has flailed to comply with the requirements of these Bid Conditfons, the agency shall take such action and impose such sanctions as aW be appropriate, including, but not limited to: - 1. Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the -contract, in whole or in-part, and/or 3.. To the extent allowed by applicable State Statutes, the'corttrsctor may be declared inetigible for further County Public Works contracts until he satisfies the County that he has established and is 1oplementing an Equal Employment.Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formal action, it has the burden- of proving that the contractor has not met- the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to came forward with evidence to show that he.-has met the "good faith" requirements of these- - Bid Conditions by instituting at least the Specific Affirmative Action steps listed • WVC7� a. Reguiirre.ent-1m Affirmative Action Plan (Can't) Pa�,i11; Cooaliance and Enforcewt. (Coe-t) above anti by waking every good faith-effort to make those steps work toward the attainamot of its goals within its timetables. no poWency of such formal proceedings' sha11 be taken into consideration by Contra Costa County in'deteMtnfeeg whether week- contractor or subcontractor can comply with the requirements contained them MA is therefore a `responsible prospective contractor.` It %hail be ne excuse that the union with which the contractor has a collectfve bargaining agr+ewaeat providing the exclusive referral failed to refer minoritey employees. , .The procedures set forth in these conditions shall not apply to ow contract when the Contra-Costa County Public Works Department determines that such contract is essential to the national security and that its award wtO wt following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports - relating to the provisions of theta Bid Conditions as shall be required by the Contra , Costa County Public storks Departwwt. Submittal of-CALTRANS form NC-7, FEDERAL.-AID HIGMAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional fore 66, M NMY`lIAMPOWFA UTILIZATION REPORT will be required monthly. Additional form or reports that may be required will be presented at a pre-construction conference to beheldprior to the start of work. for the information of bidders. a copy of the Contra Costa Plait may be obtained from the Contra Costa County Public harks Department. • FEDERAL REQUIRBEMTS The Contractor is informed that Federal Funds will be used to finance this Project and the following Federal requirements must be complied with: Equal Employment Opportunity -- During the performance of this Contract VW Contractor agrees as fallen: (1) Minimum wages (i) All mechanics and laborers employed or working upon the site of the work, or under the United States Nailing Act of 1937 or under the Housing Act of 1949 in the constmction or develop wit of the project, will be paid unconditionally and not less often than arae a week, and without subsequent deduction or rebate a my account (except such payroll deductiows as are permitted by regulations .issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at the time of payheehnt ca111101uted at wage rates not less than those contained I% the wage determination decision of the Secretary of Labor which is attadhed hereto and and made a part hereof, regardless of any contractual relationship which min► be alleged to exist between the contractor and such laborers and mechanics; and the wage determination decision shall be posted by the contractor at the site of the work in a prominent place where it can be easily seen by the workers. For the purpose of this clause, contributions made or costs reasonably anticipated under section l (b) (2) of the Davis-flacon Act an behalf of laborers or mechanics, subject tOL the provisions of 29 CFR S.S (a) (1) (iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funnels, or programs, but covering the particular weekly period are deemed to be constructively made or incurred during such weekly period. (ii) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclas- sified conformably to the wage determination, and a report of the action taken shall be sent by the Federal agency to the Secretary of Labor. In the event the interested parties cannot agree an the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recamimend- ation of the contracting officer shall be referred to the Secretary for final determination. (iii) The contracting officer shall require, whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which isnot expressed as an hourly wage rate and the contractor is obligated to pay a cash.equiva- lent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accom- panied by the recommendation of the contracting officer, shall be referred to the Secretary of Labor for determination. (iv) If the contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in.providing benefits under a plan or program of a type expresslylisted in the wage determination decision of the Secretary of Labor which is a ON I-1 part of this contract. Provided however, The Secretary of Labor has found, upon the written request of tft contractor, that the applicable standards of the Davis-tocen Act have been met. The Secretary of Labor my require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (2) Withholding The County may withhold or cavae to be withheld from the contractor so much of the accrued payments or advances as my be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic employed or working on the site of the work, or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the pro- tt, all or part of the was required by the contract, the Agency) gemay, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment. advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records (i) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work, or under the United States Housing Act of 1937. or under. the HousingAct of 1949, in the construction or develop- mant of the project. Such records will contain the none and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in section 1 (b) (2) of the Davis-gcon Act). daily and weekly number of hours worked, deductions'made and actual wages paid. Whenever the Secretaryof Labor has found under 29 CFR S.S (a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan orprogram described in section 1 (b) (2) (d) of the Davis-Bacon Act. the contractor shall maintain records which show . that the commitment to provide such benefits is enforceable. that the plan or-program has been communicated in writing to the laborers or mechanics affected, and records which show the'costs anticipated' or the actual cost incurred in providing such benefits. (ii) The contractor will submit weekly a copy of all payrolls to the (write in name of appropriate Federal agency) if the agency is a party to the contract, but if the agency is not such a party the contractor will submit the payrolls to the applicant, sponsor, . or owner. as the case may be, for transmission to the (write in name of agency). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the.Secretary of Labor and that the classifications set forth for each Taborer ormechanic I-2 MS conform with the Mork he Performed. A submission of_a `Weekly Statement of Conpllanct' which is required under this contract and the Copeland lotion-of the Secretary of Labor (29 CFR Part 3) and the fi�ny with the initial Peyvell or oar -1 -it payroll of.a. of &V findings by the'Sotratory of Lahor under (l) 29 CFR S.S (a) (iv) shall satisfy this rople. . The pride contractor shall be responsible for the subelisiem,of-copies of ` payrolls of all subcontractors. The contractor will the records required under the labor standaNs'claim of the con- tractavailable for inspectionby authoriaed.rapreseotatives of the (write the nue of agmmq) and the Depar-toot of Labor. and will permit such.representativ¢s to interview omployees during working hours on the job. (4) Apprentices Apprentices will be permitted to work as such only when they are registered. individually. under a bona fide apprenticeship program registered with a State apprenticeship agency which is recognised by the Bureau of Apprenticeship and Training. United States Department of Labor; or, if me such rreeccooMgneised age�rcy exists in a State. under a program registered with the lureau of Apprenticeship-and Training, United States DeparUwt of Labor. The allowable ratio of-apprentices-to jaureeymon in aqy craft classification shall net be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any,employee listed on'a payroll at-an apprentice wage rate. who is rat registered as above. ,shall beppaa id the wage rate determined by the Secretary of Labor for the classification of work he actually performodi. The contractor or subcontractor Will be required to furnish to the contracting officer written evidence of the registration of his program and apprentices as well, as of .the appropriate ratios and wage rates. for the area ofconstruction prior to using any apprenticeson tho contract work: (S) Compliance with Copeland Regulations (29 CFR Part 3). The contractor shall comply with the Copeland'Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference. (6) Subcontracts The contractor will insert in any subcontracts the-clauses ' contained in 29 CFR S.S (a) (1) through (S) and (7) and such other clauses as the (write in the name of Federal agency) may by ap propriate instructions-require. and also a clause requiring the subcontractors to include these clauses in any lower tier sub contracts which.they may enter into, together with a clause re- quiring this insertion in any further subcontracts, that may in turn be made. (7) Contract termination; debarment A .breach of clauses (1) 1hrough (6) may,be groundsfor termination of the contract. and for debarment as 29CFR S.6. I-3 APPRENTICE AND TRAINEE EN PLOWW REGUIREI M (1) The contractor agrees: (1) That he will make a diligent effort to hire for the performanp of the contract a number of apprentices or trainees, or both, in each occupa- tion, which bears to the average number of the Journeymen In that ocdpa tion to be employed in the performance of the contract the applicable ratio as determined by-the Secretary of Labor; (ii) That he will assure that 25 percent of such apprentices or trainees In each occupation arse In their first year of training, where feasible. Feasibility here involves a consideration of .(a) the availability of training opportunities for first-year apprentices, (b) the hazardous nature of the work for beginning workers. (c) excessive unemployment of apprentices in their second and subsequent years of trainl>!g. (iii) That during the performance of the contract he will, to the greatest extent possible, employ the number of apprentices or trainees necessary to meet currently the requirements of subdivisions (i) and (ii) of this sub- paragraph.- (2) The contractor agrees to maintain records of employmmt by trade of the number of apprentices and trainees, apprentices and trainees by first year of training, and of journeymen. and the wages paid and hours of work of such apprentices, trainees and journeymen. The contractor agrees to make these records available for inspection upon request of the Department of Labor and the Federal agency concerned. (3) The contractor who claims compliance based on the criterion stated in Sect. Sa.4(b) agrees to maintain records of employment, as described in Sect. Sa.3 a (2), on non-Federal and nom-Federally-assisted construction work done during the performance of this contract in the same labor market area. The contractor agrees to make these records available for Inspection upon request of the Department of labor and the Federal agency concerned. (4) The contractor agrees to supply one copy of the written notices re- quired in accordance with Sect. S&A(c) at the request of Federal agency compliance officers._jhe contractor also agrees to supply at 3-month intervals during performance of the contract and after campletien of contract performance a stateamt describing steps taken toward making a diligent effort.and containing a breakdown by craft,. of hours worked and; wages paid for first-year apprentices and trainees, other appreatieea.and trainees, and journeymen. One copy,of the statement will bit sent to- the agency concerned, and one to the Secretary of Labor. (5) The contractor agrees to insert in any subcontract under this con- tract the requirements contained in this paragraph (29 C.F.R. Sa3(a) (1), (2), (3),_ (4), and (5)). Sections Sa.4. Sa.S. W. and 50 shall also be . attached to each such contract for the information of the contractor. The term "contractor" as used in such clauses in any subcontract shall mean the subcontractor. O(KO 2llotrtu-tons r, ) -� � ICiJ1fICJ,TiGN1 r, 2 for 1 , 1.711 11amLl'r1na, ata Cor, wuttl goad ►AI-"taaaM•Poo wmap t•Hno 4CATT-to79 (OMt'4) a Ca7ner;o Colwa, Cynw CM214ra•MM Mdr rA.er bsr6q►sfe�l. t•1 Moa L, ti Cotd*, fetano, t••.. NLO ►raw y".0. eaa/w 43140. s.rlrolft, Rin", Laks, Awl Tr. t•w• M t• ►M•t•a, vrrMr. eat" LAVOC .•1405198, lloatn, Aw.h. 1141'= , ran Coon., mero1, Ir4ae, rAntetty, Map, Nevada, M Melia. so"C11sa te Plans. ►!dame, 0scraaanu, M Mea 4w c Wr 6M alts. fan►rantiscs. gat fealuan. !an Mateo, lath tlseteldw M.SO .77 1607.!0 .K Clare. Sanu Cres. Shuts, Cable f0ll.ao 15.17 .'!T 140-1.50 ,OS O/esn, tltktr*u, folaao, I= rraneis"pwy tUttalstona ,N tabna, Stanirlaua, wrate Cale 6rllwrs 11.515 L.04 tt*.f0 OL • tM4Y. h/alty, tLlsn, fusltle. Tel*and TWa M nate*Canty CY.taea, Caltternts tleebiclate 13.11 1.30 71.1.00 .01 "No OwsuwWt, Contra Costs*"PAY 0etrldMa. O/Miat 11.40 "00064 Cnntf Lina N.IOMrt+rs6m 13.00 ,17 11.1.00 tleatrtaino 111.92 61.96 10/1.it .69 ut•m 15.30 .70 It.1.06 tale 6ousen 14.51 1.60 1043.19 .03 Cable Malwen 10.70 .70 11.7.00 Nantonr WNW . Asasse tYale,. seemoo VA ., 4r*WW1M 9.47 1.10 3..7.30 .K sweep. TdO. sof w LLIMMUma%dt/Plate 17." L." 1401.30 .M ttwn oar,sew@ns "iPlan emu gll.n t7.M 1.10 1102.79 .M 4 twreb,OnMa, r1ost $40 am MLtw am"" 160 m sis CorWa was LU1ttt L3.6T .M se01.16 .N 98 " Yana■nwaalt 4010 srslnn 1f." .M 1"1.16 ,N tl54"Wi6 at..r a4eq tleelrtd4ta 11.13 .99 /N.• •w �,� 9.69 1.M ►041.11 .62 due 69L.n 1s.0 .95 /60.60 .609 vn4� 17.91 1.M 1"1.►9 • .07 f4te►' . Lima tplprte'4rOn46O 11.60 1.M 1"1.33 .N a"lima ss te 14.17 .14 ►N.M .041 M 9nteLOw•arts n MIT .N SN.ts ..04S4rt 1.04 1 17.M 60,M 1 M rataanion collfists Canty414utr0tl 904wd0M St.M 1.M 304.M .M • ♦N4uigMe 17.30 .10 iN3.M Came foll.ss 16.70 .10 3Ni.M Ot►lw 2rumn 17.61 1.04 160." .06 11Mlwnf Owwtr • M balte, Nits Cuss, 3170ev/a/ata ' 31.10 1.10 1W.M .910 a"Soto aw rtnWt WN N7leen 13.01 1.10 l%*3.to .M 490:40M LIM .83 ►N1.M .N 14tmae1 slow twlptmt +wsawwn 17.70 .h 1"3.M .M Otw 19.41 .83 1N1.M .M ftwham 96npatn. p3 am%*4005 ShNO "Obs. 11.83 .71 Lou 7 .Ot %WLL►tr/1WnI McL7M a1rt7M 11.01 •.M ./0 .M ;W0 MWAk M1BOW IAL 40•/M. AM 16, IMP ' 3 ' IMt1tA7M�t t.1 1�itttGtlllli F.; glow br+ f#e1r Ne.lh. po M.tr pow brdro*M.r» tLi.. M t r t4.iru I MF rer.atn soft* %a• riM.. Mn.... 742. iosasre Mo4ea. M Usr ri sell Ona 400uw • Mo!erotism t4Rloe"llsom ,.TT 1N1.ie .iti • QrwWe .r •M �1.r 1.r 4tib 1p"n i .Tx 1M1.M .M to hselow 4M/ st 210owaor 1U. 1.04 �g 4bb yueees 1T41 1.K 1M,r .tM • A71 1 r M Tirirs 4.r.tT . 816""O�rww.l iwrr� 1►r1.M .11 YirlrV.u/rer M� #19WA n.. rre rt MIS 4iswreo,assn u.41 41 Mer /oi01"4e. UM .11 3.11 .K Mr.U1 t ow"*, srFlRk ntMrs. t aureut,«ssu..a: 4w1u.r am"" 11.0 Mt .r .M 08r4�. IrIMfeT. ' lseeee,R1eear,Reer . � , Ns katm,M Rneit so"WAIL,3es IYYe. �11i i�1rt�r�W,*&Now* Moq tiara,Nor 4M, Duey U.r .r Uoso�r.ester.xairoe. tlwbml ar Teta eN xerr 4Mu".CautOWAS am 7TNaiMeoa. j •ls wle"No $0.99 U1.M ML11 M M v 40a"Heave Wa .OU N3.11 .tr bud".Mereusaa,MArf. 1 !tale.trA W tUro fi •aruMa or Wlra. U MRM.seal"M !Hear 4esWa a"of tllr roto!teres Iwtoir t�bOUteter 64.4 .0 00 . Uwb yltean Met .r .446 4eatra Orr 4eaIN tlastrlefeoe 11.r bairtalw4 it.r 3.0 4►r 1x114n ILK 3.r � SIN MLlltev Ro. all-sqI h914 2 SHltr CII/.sesta LAYTtOr Al anaM. AIIIM. A10*0419. .. Battu, Calaw*r"a. Celuoa, tloatsa Mir Lc.ga 1f«Gn rq.w arta. Owl laarta, ell Our&". rstoM. Heady Clens, Lwrl»ldt. 9111,94, Late, Laosta, Rater Mar /.14614.6 v«aura and/.. tultfa, Rtrin, Itattpu, rtanboleo, Ana.•Tr. "oaced, Hodec, 11a4tt1ty. el•P14, ..*.lads. SAlpf tOEfcR9. . ►taco., 1lr&ao, 11aeraMnu. tan M41N. Alpine, Anadee, $t seaNel. San rfa*elsee, tae Jaalrta. to MA60, tanto Gats, tate Ctvs, $Mata. !terra Steals. MlaTol. teea"►.r4Y, Slat/row. fcts,r, $/..tela. Stanislav*, sl*rss &M Tole Celuatloa 1 9.11 1 1.011 / 1.11 Sutar. Tt6aea, Trinity. Telata. San res..etoce and a" Ratoe Trellwete. Tele end Twks Counties 11.010 As .04 � 10RHI10MM MC, CAT7-9118 WLI Dato of all"tIM 1.1414.1. I/agt. "Is 1414. . 7141410 Ga.ntlt* LN .91 1•!1 Swportoo gotlef a Mo- CA74-6111 rated OPPO elor 0- 1971, la U N )llff " 103SCAcrf.It M Wain 1W11W11,110" M a 1aMtrottlweea me IM1eN asset* fsollr rpentol.[* ll.ri 1.11 1.)l .N Rata Sat 10aeran err* oper-st6 wr "a" lnetwllag 4 OL"iefl. Movy oar nent[ .T1 a Rt Nva eur9trvrtl9n &n6 11"Iflar. - ISaw•ope aloes Yawrel ot14l f r 6141 Optral*fill Sw/!toter IA.gabttWrhrer.te Sh1491or9t 6tN1 $*atfOld ' bell, am ill"a /at $t"I "alit" • Maa.tr - !&waelaa toaster■ t1.N L.» 1.11 .ri .IS fw. M$t r�alw VMtelw soled. A40m.TO. Ml l lot fgAts 11.111 1.11 1.11 .111 .N ►Itodslvers", bridge, tar[' OM dost bell"If 11.21 :111 L.p .711 .04 AAC6p"Iddl m 1 12.41 .N 1.17 U.N .N CCaLonlli"IfIrr IOU&Mviom. s1t:07Wi71$ 32.176 .7H 3.N .111 •.101 count alaooao t1.p l.lf 1.13 'tied .N 96:Cr.ATCtt1 steMMrn"f 14at1*r ILquU"K All C&rgosttlen Maselael /1.26 1.16 1.11 1.60 H 901 Not%*, Meleldt, Who. Kan working lose ovla9t"or Riot%. Rete9M►a&, Kura, tan ally cure*oaetotdo [1616 1:11 3.15 1.N Irsrl"fe. Nn putte. I/stlpu, $bT.rnLL WTALLt712 1L.f2 1.21 1.11 •16 .11 vz 11116110. Wnea ase."hitt U&MICIANIO fo:Nues U.II lied .q t•M .N A1setla C4,.nly Als'.to 14&6 trate•aMat• 91"trlalsas t1.A .N to." Celktlos 1I.96 3.16 lip •p Cattle frlle*to 12.04 .99 N.N .101 N harm. IIa1e. 0114411918, Made[. colo". $ep ammul . surlg.tu "tet Rarest Counties 11.91 .911 1.0 f..ttel, Tole. Room ase Iwtte. Chou. u 3ffsso, those /elation*of Al$1M. C.eas. Lat"to. RsJtr. elevora, ell 9eleaM. 1"Ve/a, H&eor Ila**&. /1.►+"9, }aar"ateY, ase$lots&Cewatlse toast • SNaoto. 1149146. swttu. of W Helens Ilea"la W&U. Nie sail l"a Cas. U.N .N lip •211 YSYeseod raatelor W Mot"Gro stostr9ste66 tf.p .p 9o.N •NI COM119e 14.00 1.31 tip C9b16 $$llau• 11.3$ .911 0.1011 .116 Sar$*6u1 SRS Sea"Noce Nl.vseLsf ' O"at"s 11.92 1.0 tip .88 Steouso w 3Jl.003 .p f14.p .mb N21M. AMR". SaYvol". cable/10UMra 11.22 *96 to." .eft Ron Ja&r►1a. 8"61916"sed Tirelval" •estloa 31.If 1.001.04 ION 10tltose Mttt2 It." &.44 3.N .N t IMiMI MOIRM. VOL 810* 110.'110�/S1NS. •1111 It. is" •r ot.:cs:at go. 169)3 ►sat 5 /LCt330M M0. CA77-7074 rate t �. 3 • lJ PA."1r-o+r/Ir«.n HNt My./wA,r/q:rN• HN• M.«ly IMet.h. M...II [I.a1Mw Lehr Nl• ►rNW Ya..•r W/r 1.11. N t f ►r Neer Yterle• W., I I At .t`. AM,,Tr, 1LCMIC3AMt, (Cent'$) L�L�7ICLAl:ir iLnt Yt r10nttety caunty Laid r Ma tlaetr#,sets 4 1105/ .N 1N.71 .16 t:e a::e aa• 1lI-Lf .#7 11-,77 .N CMI.6►lir orr 15.61 .Is 1\•.tf .N Casa fi:Sssn 11.5E .47 lt•.77 .tt IM►a th4$alsae dOAtlea tli t.. C:r.a, Wub lr$tt, sac«!cant MO .61 lN.6f .04 tl..If". C4619 s►!!cart 11.9 .61 16•.21 .N 71`art:r.$yMltl r 1. usaatCs 14 ta saldeAtHt swb11K1"C'ems 11.M .63 110.711 .N .24 Creat Gt1t 1►ltt 11.11 .21 UhT15 .24 tlletrltla" 11.N .17 11.1.11 ,.01 fait elr C.hle slime 14.4% .77 Lt#L.f1 ./f t:-nl le 16"0 tiff.!►liars' - 1en Ilaneltca Omty ...lue 11.63 ./7 lt•.ti1 .N cltctcteksea 11.63% 1.04 WM .N Ca:lt 1►:tars 11.54 .M 11..1a .14 aal.4►lttai 15.64 1.64 Lb.to .N Co.&.slat and taA 3a40le ' fan YILte Onhly Ct...t:et the««lana ia8lt:c Utes tetlNltleae 11.11 .21 NH.i6 .11 tLCMA"m C/'ItT4aICt/M 11.40 .b6 A{ 11as Ai Qalr I=lis+te 1).47 .25 l\-l.t{ .11 [L[YA70a COaft1YC'ettl`BaLft/ "on ./1f J1 1%.• .2I Oaetrs Chat Os.rnay 1LLY067M COMtTttlCtM YtLt/t1 t 10,#11,seta 15.41 .t/ 1t•1.N 10"0.1 IMA Gil. t7lle:re, l4.4f .7/ t•1./4 41A31G1, 1001:•rto VL tYtael$t Cswtlt• Mmwa.Cmlr4 Cate. Last. t tllc«1sLnt 16.11 .{{ N•IA5 .N IWIA.retasaelru, isaahtea CG gY.aU It.01 .{f 11.1.15 ` .1t halt of O"Oty ft"Meta et taus, 7trt1. M "). M • R:.n Co.nllaattie&a ft. areAtaI, Mara, s 1M MAarIu, 4"hwlaN, [atarltlane 11.14 .15 11#.23 .N 1M we,HAte CLsrs, 14Au A Crstl. yletele 11.14 .75 W.tf .63 Cwt, salsas, p.a. fess east M+ Oat• Marin. MA$estr aM 4f 56128.1$1 aM[eaeA@ "-.WA et;nty comate• }1.771 .91 1.15' .q t:ettrbesnt lt.4t .63 11#.H .N Carr yllaao 11.11 '.26 It-.I/ .03 ' 3101498:.MtrtN. 8"4161"4 8n4 ritlewtia O4Mtlea. t:tatr 444644 1.21 •/t It N Gob glt4ar4 11.11 •.63 10 11 - - • e '•1. mum MNNK 1004 416.M0. 7hit10Al, APRIL 71. MY WISICIV 60. CA77-3819 /pa f 10=11010 b. G77-5419 page 4 ' Id•p 1..rQu/sN••�. /w•p 1•wfh►arews 10.rlr I/v.•N•• f s.i t to.. M L t Fes.Isss 14e6rtsa "W" A/►,.Tr. AW.Tr. tJ117blJr Ianl'11 OYtleft SOsws'el tYwgrer" "nu cc" aifln.. Mul+t, 0ape, Cteeti 1 111.18 .N .1f ,11 esIsm.s, it "to", 0nn/ranelae a" MI 108 Ktell-Its, xrral. (taeth taw P41te ewnty• 11.$7 .N 1.81 .01 of Cttr al Lw1+73:4.1. Saw I:rwite see Lants elate PV$:,t. qv•!a. /:ae.r. Ce"tits 10.0 .73 •,7f , hparawtc. San:osq.tw, hatwo. Rhes, Naleca Cowl 1r,asta, ::.ru, 4u.P7eO, VYIa$* c4mat/as 13.$9 .3f .46 ttanalws. 34tttr, Tawsea. Ntllpsa. Parted, ltawielave Tn:m.e, Vats aa! V." s48 W01wino Cwerttlu 1$.19 .$t• at.atlea $ 18.499 .41 $ 1.31 A36d.) tl owed*, 5w66r410 herna, tlnte, PASO$* MA an8 Tele codesIss 11.41 .N 1.00 Ttr:ats C-"ntl•s "A W "Othorn kale of 110 Ib/tPe ferata.c7 lcrtl4aa of Asanty 10AI .33 1.00 Kre-.e C:,�ty 9.10 .0 1.$4 A" .00 Lilt*CC•:S"WFIOwt Iws:JtWt Owle Costa apnty . r•tee &leters 10.41 1.14 1.00 1.10 .04 sreuwlcan 30.0018 .10 g41.N 8wsa.t:retrl 11.30 1.14 1.18 1.00 .04 LIt1e rr{ulpamt Opetatece 13.1800 .70 164.00 Orn.-.•nta:t 3trOrlrral 11.11 l.ls 1.11 1.00 .44 Lltewen 11.4: .7t 11.1.00 Coble Sol tate 14.00 .70 1101.0 •IOwla and Csetfa OWLS 101 sleep, tram MA Siefti M Cw,aUs 11.38 1.00 1.34 .0tf OWwti 0.tu, 811,.4►, e:rwa, het triwar ItelMtt t.-wits. ts•a. It at ceeve 's 1A t.l$ .49 to .31 1/31 9uritta tT C-111 Crew had Weenlwawl M44IsreRA La•.jrll ,$ Ii C;,,nty Ussal eat Ick-4pa11 Poweerm" $eva'4, r:rn. 1':caa9, jacum zoefta 0.00 .45 1V .90 IM 2t9tr4. :r a:a. Lint Critfreat Mew 0.96 .46 l/ .31 1pl sae Trin.ty Cr:wt:.s 11.00 .N .N .$1 Lirwrtn $ales"arect MM► Ca:avetss and Nn""Jim Lift 34vipant MMI C«,t/ee llds .N .St .41. attul.r Llwettwlt OhNn 11.64 AS 11 .10 1/31 Woe too"C/ty K Irplwt Stee Triwr 10.41 .46 11 .10 1/11 08e% to Gwnsy Ltnel. Meso. liable quads Usome tttMNlw aN Samos Cavatsee 0.01 .It .96 3.00 3/10 Mie Spocarec 38.7$ AS. 1 .N 1/31 • a r IMAL 2 M M SNL. 4f. I& ".vwAv. Am U. 111» • /9Glt0a tt-tell rale 7 MUSON 00. CA77.3I39 gave 1 • bqe Pd.p 80"41.vereeer• Poor bale.geyeeae ' M•edl 08044.1. /•ae feo. 116 g Prare TaeNr eeUt. 11610 ►rare TreNr SO". re MO&7,. . un g:'il:a:vrm. (CenV4 stet COafltlLL'7101tt (49014 Ireeaa, 91a6. sweets aM 11orislet cawttr lase Cr:ntlee Crewilee,t 1 .15.I6 101.11 Ctaurd-ta /11.11 .t! 10•.11 .41 Llseaea i/ .11 11.3.1! Llarrre "se/pitlaMt Celle tptlate. L.11 .11 101.7! ;eratsre 17.11 .71 110.11 .01 ran few4ine Nor Caa.e Irltnre 13.11 .7/ 169.11 .N Grow%bn 11.76 1.94 WM .N logigess. riffle:. 6t"lel"o • Unsung fes6alslans 13.416 1.14 W.N .66 eH`al:rfe 09atles Cable sol/au 11.0 1.01 W.N •N lre-e+ 9.13 .63 It i1 Mn 00011, /4414 Iiste, Cease rylian 16.11 ..11 it If 401 bate ern Cantles Iltnterty :aunty 4r«naafe . 10.0 ./1 3103.$@ .4/ ate:*.area 1:11 .6% 11.1.11 .II LIMMA# use 8p4p00 Si:fan. :etanleta" 33.11 .16 101.11 .q genare 11.74 .61 1691.0 •00 Cesle gllters 33.11 .N 301.11 .N Cable Ipltase 31.11 .61 ttN.N • .N /apt 6r./felane 4eaetaee mail itRW 34.0 3.14 .N L.N L:r.•tta 11.11 .11 Ne./1 .a g6"Wt 40Co 1011te s . 33.0 .N 169.11 .Nalllea.#ANN.Cg69esa ' 4ua 14•.4. 14:110, gle „ W 0 •M eugula awkift 6neefe. Terafa.ead frleltr /rook 4.11 .10 I.N I.1L fr:rt:fe 6gror# /496#4 fool aiwlu-aa 0.10 .17 16N.se1 .11 MtM stales ba9fs7lt •tuveat quiWat 1►aNaa. 11.91 .11 160.711 .11 i4aMlaetee It ook"Ok ll .; Celle llfera 13.10 .61 169.103 d1 01441 9.N .N 4.N LU •1 Wasade Cevatr Inane.Slap.dbdoss W irtundaa 1.66 .14 10•.71 ;O Mesa 494411 '1 Linenfa 11.11 Of ISO." .11 /eab T:ven LL.1I .q Llaa Olely►eat tperaters 10.17 .10 369.10 .N /guar#0etodwtal st "JI .13 ON #P=s.Calves, letwents. • • arlpeee. 1110110. 10144= •stet. lets. 1:N erA Nee• W fasletee Counties vefttsas of alP:rf,a ae•N, flesh 0.40 .t0 d0 .90 .N Nevada. gteeer erA siege• 0oeel 460/0 sell 4:84411e4►let e1,tM 11414 lH{ea 011411#I6aM l Stools Malum WellcomeNotUq Id1 .H' •16 .30 .N • 6traaraM" 0 a trin .91 .13 169.1! .N6 offers/se blea1111 4.14 ON aR •'1i .N L{M1M 31.11 .11 W.111 •N1 Cow yLNen U." .11 N." .416 • mom I"Oft VOL. /k.llw 74-fUMV. AML 21. IVY MOORS M.4477-NSt OW16100 no. CA77-Sest, rata if • l.J. fAq.f..00.►q...,. FWW fw.A#s pa#e ell i N.rl 00.1/ Amb a L O pea.Iwo vannas IAls.� Rome Arps M L f Ia►.Has fa.Mlr tiaY~ U. Aa.i.. MINTMI Ibat's# tAlnt'We 10""141 Ralf»y, fu Malta, SM tdapas, Coates Costs, 31 Karoo. #ants Claes ane Oetsou,0490, Nevada, feats Ctes eftntfts flacar.#eernea44, Elects, tosol.alas prtlaas of Seta a atr0 Ass Counties Cownttas Y tM leb0/Mot teacluff"pffews of k••# Counties to Of 6644 Tsetse seaeb !11.33 .1t 1 1.70 .N .p Meal !prey 1141 .of 1.19 .N .p OreM 111.13 :1s 0 1d6 .N .63 lapere 11.17 ,N 1.30 .N .03 spray 41.37 .19 1.31 .N .y . Ota Taboo Area taptn 11.93 AS 1.19 .N .01 f#asb 10.13 ,N .1! 0oa Isxta sM IAtNbYt tbeattes fyeay# 0traet.eat#tool#Tepees U.No .» .10 OresN 1.15 .N .N .N Leta, µu IS, Molealae, a" Oprsy#fcaNYsttrret ucostwa !lalling,a"#.boas p►. fleet# Soso Nsfq Tspmesf le2mb 16.17 .ff 1.311N .41 0speraaaosrs LN .10 keey 11.01 .90 1.10 if .61 NrYlno act0ttlotao IMO aavm ."Ie 11.13 .N t.lf .N df Ylta■,y pAtbnst *visa.Col.1o,show,Yuo, hew,dials am/state lometlalnp tea redeem*at Trslftt pt1"ltlso faalso Cetwrtf. boar 0lasat, foss". aleetye.. !nits. Applicator 0.01 . t ttoal step 9002011841 ttattN , N .N 1 prate, Trinity ad doom 0erfsca sews044s44+sdtetpr 0.40 .N .11 • iw..ttte plows $*"I cup 1"443198. tr.•at A%T.N..rs# settle• 1.13 .N .M . tpctN s aftka eWOlespt. sit►y# santUasaa# It#vttarst 1 0.19 .Natoll ,tett# . cayHpsat .3f . .41 spaesttwat Hues C+eHty ILnat pMt/M WL Wave Opraar 0.19 .N Jf ties tastaars of Awy. 0733.. Neu#N IYn /.q At .3f 1 'pst7,aa s Y ass WITHIN ANllestar gsesam 1.03 .9 .30 1 ttenq Ypl sbttleasn :::So .19 pot? 10.19 .N .?3 M His f.p gtayr susotatat staott Ewinlno Comical Tlpte lt.N .1� Af Rattle soli tLatlnO faaNa ApptYataes shoal Stip . Notapscs TrOute httw ssnNlos"t 0A7 .N on • EYlpt ItYaitN M3NNtYq 0ca19e MN/faNr.s►ael • N�NONNN.tNM110 • $"go"00MLMtN1 ?.?f .N ap •; f X31 ftwK"Won) funw"Op,v06 0.IN.Is-ft"Y."a t». 3qi Mill"10. CA it rate 11 6ncldtd•IC. Wtl1•fdlf ►eft u sew. Sealy tdrtmtlem = 468 rets... Wneme 6 qr • ba. f a■ rwsema W-as- aMNf, atr•.to . Mw• .. p+t:rrair rcensvl rwmtu, ?boost (arra•dl /:arty p I creHtlMr alpine, Amed". SI fordo. Nelerr 074taue 1 6.67 .51 J1 IMeeM, ra&etr• asetsamam, 116nmles fan 0.17 .fs .11 ,a alerts end Vale Ceaatbs 1 7.466 •91 9 1.40 10 AOSatmter @"tot" 7.71 .16 .11 6 Coleman urs fat am"via S�.ttlev4o 6.61 ." .35 S Committee 9.61 .96 1.40 .90 , it►ra.: 6.11 .19 J6 1 frau meaty 5.11 .11 116 .q MAITCna. Owrterey aunty 9.0 1.N 1.11 .N ale-aa ens Gemma Comm won Senate, feats CLett ad Ce.t/eg 10.16 :Its 1.06 .93 Neu cart auatue 11." .11 1.44 Sita•Calan&. Glenn, Leaman IPLUI rfr 411140441101%Rall of WNs A1aa.h County 11.19 1.11 1.39 .11 Cmcetyl, pima, Sierra. Cattle Cosa ttaepy 11.11 1.111 3.31 .30 heater, sM 1464 Counties 0.71 .N 1.911 wl Norte and Wo r maldt awtgt 11.11 ..1l 1.13 •99 alentCorer G.•rrty 1010 .tl .16 .61 twousr stdtfllleesr Isaana. ►{ala. Patera 6M AASM+ IfettMra halt of ^:lata austles 0.14 As 1.10 I.0 asatll. 6"esaaale. baa, A:p:rm. Amis. feta. talovsns tl Morst4, f••vNa. psateg ee:ctm• st wrote, tilann, aM stares Coastal" teetadsly Luta ASA). ►Yvatm. racer, late Tabs Arae► 11.33 '3.16 3." .16 r:cras, 84:44►enle.den:*aquas • Sate T4nN Mu Till." .60 .N 1.96 .0 .Steres. 611111111. Va:e aid Tube Starts. mad"trr. Na horlem Cr:atlfe 11.19 .11 1." .01 sM itoate Ottnito U.16 3.601 1.50 I.1T .19 Sic Ira-rte»ts4aly 11.16 .N 1.90 Al Nn maim 6"Nom Cmge Mn Sus.•b4aty 1.11 ." .N 1.69 .N/ aunties 36.31 .N 9.411 .14 wl F:nee Irabldt, laraan d"mites,fipir 1I." 3.40 1.66 1.16 on -.N;att.vmsteeg halt),wife. Alrlsa, sees" (Mothers Madam. Fars, stage&. "Itfea s,1 aunts). Notts. Uralrty, wlw•e,Sae", csaavera .a14168, froatr, Taira eN Trfasty Counties 0.91 :/6 .M 9.85 .91 Cantor. ■lose, Seaga, padeat. Itatlrq:a.ourNt. ttanlelaeo , flays#*",mated, teod". W-41 T:glvsea Otvettlas 1.411 .N 111 1.111 Neonatally. Roues, s"1Wple, , 0:Aa:c-%ms•19mal"i Nato Cap.Maus. 3mru. alarals 441,49gatt onto s/etlys,rl.41Nsttl4p.sptM. co.otsem 6.61 .N 1.11 Whoa.9slolty. valine, hosts.$Tata W sake& tomwreo and VaSf 0061" I6." 1.36 3.40 an auertltr 9.11116 .N 1.46 We.IUN W M1o0 rfMl" 13.31 3.33 3.66 .36 • mmm Wm%110.q.N& T3-mmy.Mm 33. is" t s4 swum 611. C01-1110C01-1110t*!s/t rWM/MI e. c*f1Nq! ft"ft" r*.Oi ie+e6»r.,..•ex f.5.ex isw4tr fq:....i • aa. of old 4..' s a* onoon fasln T~ tAx' 849 $aims venom �t !wroth WOFMI iiMty/ 11100998 w oast$•costo fat Ment.$..swat$on 1010 $Mfera s 10.94 r 1,17 S lar .w ,N iwmttee atestte vsitatsr fsttisata $Mists #stats.itis an 11 ensu$v/!too$) 11.111 1.11 1.10 w. .N /wpaltieeo 1'11.11 11.24 1 1.14 SUN .N 4141oasttse tiraststet fire- "anter a"titer 39.11 1.04 1.14 1.N .N *nfyetli 0041:Or*wilt or It.ra 1.11 1.92 .N .N "A Naito 9141 Iota cast* Mae-e4tarefsa,rotllass. *a*att a Wesel.SOON.textxta,9taatalw -I tat"pitta it 4ett/41i 911** .26 9.14 aM*001*snt colAatts4 2rf!'t 'laRa*9ft #nesse #sats,tilt Aust!*,Ontta onto,for e•.warsilttsa sea Witt*1 91.9$ .N .2f , Iai Mtar*koala 19.59 .N 9.N 91t .N • felt titetNst*petftet ".at • .16 .61 •216/n,tauogel aM *Asia.*N*q. as Meats, SON*i4te4*Ia emaet/ .91.11 .ri 4.46 .*1 •Sam. bsssi.Wave.film. Moate ratu.*N*/. ff.46t.$twt,#,arts. p Mt$M•Men,40aaa*t isauyn.Wttsr.scale. loess,runs.flaws. , #tatty tat 9*t,.anottas iO4rastiMO,!M*bt 1114494a, Mlte$a 19,N .N .N **flat,*4464,f0I0 so fga..a.!kala.mist#MA i f04 cm*t!N a 91.N .N 1.441 .N 9.:41*tttNt Ni lbtipaa,trends po9*Hw ►etas 1f.H .N .w aM%at~OSWtos 11.10 .N 942 .w to.s• wti+.o"SWIM,Np*• oftnt",so smile,am" I.:s•-O aa..ae CsvRiirs cuss am Stu clog conow 9i.1S 16bN 9da 1.1111 nd a+t•ie #$4911 At 9.88 9.rt d4 MI#Mets.ibi**Wt.1141401 446tit s.ra.rrr Hit:tare Rift*,Nem"la41.944 117 auir..ro t•R+) 92.9$ .w 9.w 1.09 .N rtaltaw,"we ad �itWittet enex..a+t flpr *4aitf osw9il MR, .it tett at netpeesi coal tel pisat 19.10 .N 9.111 1.N .N pa M%l*4waw 91.61 N 1.61 .12 Ml Wits*awl 2Asw:41t taia2 as*sisai 0*m46ew 911.aI6 .�S 9.111 Alt •Qwntta* Imam.atop.Judwa WA lWfrta 10.111 .N 4'91 .w 11*141a0 6ws1N Material slot into Clog . x smile$ batt#* 94.16 .w 1.96 iiia hanimM aM So Mw SwoMalloga 91.111 xw 1x16 1.94. 404 11"9141 YM4ws aM Mto1MM41 ' is rattiest•ith*t~ 91.Y .N 9.11! tai .w s *46wlji0e at ass"•.m ry0e4ylMae an tai 9/.q .Sw 1«16 bM .Mr ' • i MfM6A►aMltti*.w9 q,log ra..ISif1AY.Mtf9 11.tar MISIC4 teJ: f�l/ DO"Is 00ltllam M. •ail-fns Page It low. /d.r a.a.nb bare tAap lauk4 h,�..h taws Nat reek" vataM6a G = M f raa.laas vatothe A#m To. a/M•T.. a:!•PLM*tAT�fa TwMSLO k-Axtots, Ata-Ads. Contex Casts, SOL Alp:,e..7�,a:c, sates, bLrnea. Colvea. Ll 7oeado, Mea, Iruraoldt, Lau, GaM, :4950% test:-fill _ lettre "CiseHPfM)Oolno, Haps. Un franc later 24"rMtN. 104st We Sam Mesea nstlyw. Solaro. aer..a alai of Sam Jaalvin■herl. and Trinity Cauntlea I at.q 11.q .q ILN PUMA Su Sulain, )sus, autta,Calves, L'l Dames. uetaaanu. Naresla�a, t Glenn. Lasso, lwloe, fitter. 'In ar•1, :r Cray• :1 11-t nater. ►lwc. 1-J9.4r.e. T0, *A T-114 . aaQcom3nt0. "asks. Staged. U.r.ties ars trate rsrtloam Suttee, Trims, Tole oudk ;•aT . a: l: .cs:le, saaeaa, ►laser Yup counties VA Steers IYattile taxsludial TILL CLIYIAa. .n Sara Tarso sisal /11.8! •.TI i 1.1! I1.1110 .10 Mawds, butte. bleu. Lionel,;.,aa area Gra tau Carus Costa, Gel rata. Ta:."Area 10.0 .TI .N Cl SOraOa, GLOM, !aalelat. Gu•.Sa, 11114116 COM, Leta. Lea. I--$" lurlm. ' 31.89111. rwMraclnO, torsed. rr9maac1m0,Irdes, ere@. . 110M91e1. us#*. )an t/nite, Ilnda. ►Lear, plwu. Sam rssntiwa. Son Wee, NOtaxentO.art units, terra Class. Santa Ctua. Sam rraMlap, soft lutes. selene u1 S:rsee Ger.rt►a baa .N 1.1011 0 A0 IIA:::d:.t71 0a11tsCard.apes, U011111. rMUS1 sui4tipo , tme.Nanv►a. Contra Cosu, allot 1v[at,Talis". Trinity,saia.tam hanouo, San Z Q bio and tua11 11Owt1N ILN .N l.N' l.N res$ Pates. lama Claes.50tw a1rw, a..aae, dLtvares. sat 50.468 11acntae Mat .N .M .N Sea aaalrltl,'50a/flaw sot lean/mans Counties 14.08 .N .N .N lYalemma Oaaat4aa Mostas MA hWa aux 118rips".Ilan/aM tllaa/a ' CwntNa 1).!0 11.11 t.N .11) camsesse I.N 1.N .N all mute ad waofallt Owttes il.N .f1 1.88 r .01 as am OaatO 4ra11 al.N i.aa .N IMM Now%Vft '61.N0.76—MAY,AM•a, it" MCIf100 INO17-3939 Page 37 DMI510N 00. p77-5031 pap N Pia lrst:art. 5•d. /dale Sn.M•permsts A•F!e foal.. core S•ftteartal Call.C-faSspeafeeee Sell WS WL"m ier N 5 p I•aM•se Vocalism. wl wry t-I%WA"iriaq Ser# t•0tletuu mar. un5�n NQ"` Sty be..Tr. a. &rpl-.ysr sonttlbow all of baric heetll rote for well 5 VMS* Oawip 1 1 0.395 1 I.N 1 L.10 .90 .10 service. W It e: basic befell rata for S ttatbs t0 3 Into grow 110) 0.53 1.10 1.10 .N .10 of Vacation Pay Croait. tie Palo 11e114las A Memo IF. Sas"lib) 9.795 L." 1.10 • .90 .10 tarp Ile) 0.313 l.N 1.10 .N .10 06 1pterea fart ib•tes 3.31 per war left/lar PW plus 0.53 ftaep Iln MIS 1.04 1.70 .N .10 Par Iwo 0 vacation PWM fee ale first fear of efplgoeatt i Qefep its) 0.90 1.99 1.70 .N .11 1 Peer Sri lees than 9 bare 3.33 pet torr r thrall"twat ` Ileap Lill 0.495 &.04 1.70 .90 .10 5 year•Set loss then 1a rears foal pat have be M vesks ftaft Moep 3 0.105 1.00 1.» .N .94 one l0 Ieake 5.51 par war u Vacation,rem. •orp 5 0.049 ►.N 1.10 eN .N t.1110010ror fwtribates 9.95 ler wrr Iw W fun give IWO ' ad 001"natt Utr1 gin rom 1►.95 par Path a 7lumadeA far f�0►Wp Meotits. IANSNO one It SAN 1.04 -1.10 .N .10 e • Morp 38 O.IIt 1.M 1.10 • We*Is 0.04 5.04 U" .N ep (hep&w MSft ono • Meq 1 /.N/ l.N 1." .N e10 1 ' MSq 3 0.555 1.n 1. 0 .N .N Mw 3 6.371 1.04 1A1 .N •N on"9 6.104 1.M 1.10 .90 •M • UISNM • 04ay 1 6.395 1.04 1.10 .N .� •• am*i 6.50 5.04 1.10 .N on*3 6.04 1.04 1e" on •N ,alll&& r fMIMt M114%,1111. ale 110. rommo le at"It Hrr ' I&IISMs:0. It rate it rags H LMlxt - t 'Jrnu Icbnt•al • a � 91,.p 1s Az-,halt ):Cners one Palen; sarin, wseeat a:td status putter 1111: MMIC tents"ant to"6"8 1101.abs ewer "sell ty:t !Y;e:s: la;;y'•:::ft LLalra:v, ;eller, laglseder are Of stew► Otter the tsspoery emu Ms rises PLOw"I t::•ttI C'J*, :rs 41 all ty{Osf C911e0:e ane ea)retite Neat 1!2 yd:s 4,1 o13v:r CS:mctetf;31.wwas 63ncrete saws Clamorous Grow llo)I Lobsters an goeetM or"atreetloe wt M of In te,:ers Crtt:eC ardfer s:ottegi Cat stanito eoro restful let's bell bole tsetlrr]$WA"aft ral:Prtl Blip lCr'Sr Gteo1 Cat:efi, mfi e9reettG•.em, R:DNtters. A::;n:rss :a.ita-:c•e W-fa:9rcr Jasela7 Of p:pC w-C 12 IneAeft croup lith Comets Costa Ctwnty G1tye ►Ipela;vtr, COul4es, Co•;.J::•:f; catt:tate, ratan and rain eandmta, Plpewuawpfts. CCnlvit Layers OM Plastic ptt:elayers► a;;:y:•.; a:;,a::. :cy-ralG, tra::�:v, let. Caut:le and•hilar fCe6'.wtn pip to-nae. M;tint pips abs striping 1f sass. t,;O raee[:a:$e L•;q::.;, Vfiltirq, v3al:n7. alaetlnt, troneA- Including repair et voids, Precast IY1Mle outlets, coat is. �:ate). tare-S•::ee :a ii lr;:.r:cr: fa;r a::u. apsyceain. Place, Hoolmlri fees Settee$ I t.:tr;:::-. enS cist:e r.,u•U Int of dty)l Pavvr•rnt Ltoasere a-•: r{.e:rz, an-:.:i„ t»I y[:ndrtJ P/;-!layers. ewUere, bMWese scour at A"sitelt am/vNeest dront dev ote asp MMtlrq dry covet ars. c•.'aa la,tle, plastic Past holo of IFPSVQt Chow-$ottee SPA Rigyor feloatlag will Heerate alt, qt:art elCatrlel pt. 1 tecan trce,vrsl Power _ Racket onowr all Cook""$ L'eeorete Chipping Ord Clinton s t•r�•ri e; aa /sa: t Ae ,n:n. IF e:s:p 211 ►.a act gun Comtelt tamers fart O# dryly Aristotle Mslprtt Q.ese :JnteU at'•: r:.e gar,; P;;r.;-CtC'.•;.a4^r rt'.,(xe-a:.rtyr, Ircledlr)ploing K$rlleten, &MUclerel Ilydesvile A"Atot Iver l:p Me p{asserelt na:L 1-Pt IN fry)$ )o!iry scanlisr. Lo491rM A"en:oa¢I1g. tarrying end MMtlry of 411 rail abs r "ti;%a!"?at esn:to:s 0g.-ottl tbf:e treaelfer - 19/or similar #utattals mor mss in relatese/ng omelets gnslrtretlent Pittebs/ga M,r •t,1 all oil rrarcr,,rsli Rata 4.d -Iw.wheol'Rea- Chiplate,ad$hilar the dresb fltrsdoursf features dloglefsee. kti:,n t:r.!.:arte:t, htran, G:mran, tnsderami Bynellleg a" hand Mld..pmmtratie smatons All prtstlmatle. Ile,gas. WA aWs$lo Ta•a Cl.•artrll Tfta Cllrierct wipe-9Crs21-Ball fleet soler 4001"of pip wtAet LB Lanus In Cc-."Curl wttn latarsra• wadi vibrates$# All-psk•is saMWt I111n frest:ree a:wt'pipe 11%,of ever. 190 loo. plasters tr awls weep Ir All divest wtrt me desrb. grlsmee MI Yelldtege tMkdild ' C;dte Ntdat ani$:mlbr typos Lotsr ben N esnmeslsm with let Mt 1111181 to 4180114 t/eaeeor CAGAGA"W eosolsg WIPA M,ts "atarsrN •nb t9rutrotlw'lahrso tadloding MLd►e W g"srs/ 1Nwam pompses. Mad epsltvel fire Vatchall "Con CloMeel ssrdsocs. s:ssp-(alt ar.Y DWI 119181 76'.4-IAI Gefdtssr-dower rmlet SM43 t, lactltsltwot and.go"w a laaatenr asks Nabeol deeelt oral olmlet type drill:t Track rrillatst lack I" dnllorst lmddont pilots,4ltt4seres laadeop taawsrs em Mw OMeefMtloAl taaa:ns*Lllertrtcalen del)taol sk-cew tal d[illaro •OIL Majawassive. Mpir Trammels abs Bard tt$def ftesetoar sed dti/leer t)yse rural:•u of type or cath/of pave?t Raltlµs snit • ewtewtim Itoo. 6"Welnr Tegsrsq air me P plot 1Ws,tlloNt11M y folie# slaatetIl and PtwlPrfamt ALI wort of feeling,d1as$" me s/bts"s"" rM eetooft"o Lights&"*was MMdrHI Measures 1_1 Ott t•:attlrg tt all;owd" oto esplaives of sl+ateeee type o• Nam m Harbor$ omwe entail radars to Potts:used tst'tesil ladlr:t 4"p1ee1091*Ilk Mlots 111ei•1►r{drilliss at•real•free sspgeeI ask sea"" • MdMM 616411 BIM I ft%m Maeen seder ig11 danihs W Woulag it"as ■melts lAw d111d steam, trews f 6WI deaAdoBtl • drdep f I dHdetlmd$am � - ' IN1�At w10M, yK• Na 76—MIMr."a 1f. 19" f en:lfttkt G'il-1217 .Woo!1 trtl:llle10 sol. G»-Sel! role ifWowl a/abets 21x.1 • i �...�.... •-.. �bort000+ 41"to it ttsan4 Stillest Grtntbaast imps K/G4e1t«1000214- seek frase owns - I NJ /haft pole Slid/46% /801411«t0sl 4r«e«stoo Pam eputptml 4'0M Ime Nowt Isaanas 0t10f level) 1 iMING 10080 N i i ftislw ta"1Ma ++U:e • 10Q1Cleli t Ar4r•fr isiw7 is /t%CriM"tt elsstert Criilatt,Mtetrn-A«fttyt aMssr• lelntiL 1Y�otMyt Df41C411G1 rictastet -*here cat Is li!t«i Gseet"a fisishe9 to 7We0tt Ow 110w auat2«i 49"te fraa"S tans Crrat fttVmn a1M ltwn/Gwlts a"004140A O'sm-1h its e"t:tnl/eaderm"I Op tegs"f"iwalem"I 1U«tt- IWMI. etelv404 too eta soft"Aan M shsft a«tat«"/941" /trfttt2nr MMGMG!tlttMGt Mines tiastetan 40 sisse slows/.nasi $ut-0t1Yh In/se 66111911- Met owet /hur0hsnpael"1 /tact fon 00111(4 Oaf Ntt"41 tlsbtaeeAl Am 1 $i.lt 1 1.010 1 1.70 .61 .I4 Mttsstsasr-ww K i9""i«4astttna aistattsb tM«Eeres Ar«1 0.11 s.G?t 1.70 .w .ls 012801 Agee,1 0.49 1.410 1.70 .00 .It' Asst 4 0.40 0.410 • 1.7/ .44, .14 Slav 11 Wleteri.n araasNsl tw«t10ae-0aiow0 M"MI MYs4Get•. ' me.ea"elost G9laYltt - vigil simIn4fral/«e Nat Mwp 11 041 Gane-si+attrs,faase21141 .02491011 Caee-Ia hides Ards 1 0.01 1.010 1.70 M .14 r4if1110 aM syteefM I Gu004Rn for GaMGit son aN/t r- At""3 10.70 4.170 1.19 .00 .14 M11MfG4b/*/1411 Air"1 11.61 1.070 1.10 00 .14 Ar«4 11.01 1.070 1.111 ./a .04 t/r«`w hl tr`ewatG Nrlbet row also It INNO W rgesw t9a"4►ly WA 4i10401q of 84tH tN/Mt/e; �s u.10 1.070 i.f! .fi .14 fswe.0l"se1't4 MA 41"/9se ftsta« USA 7 11.0 1.100 1.70 .40 .04 +•4 Atrs 0 01.41 1.070 1.70 .00 .04 '• ateo 1a MGI-8812110 irr«t"s I«1.g100 of MNs Gy/1/W 10tMe4W Ae«4 u.ti 1.010 A." .q .N boo 1/ 4sMnt 146"41 11Mlefee dr/i4w0 Moi.&saw* �� i so to "mile sef awes"so douse) a tsMll Optraw tw to a2N wwI"7 w.go. 10.8,4.1 Iter"OMWool 1 ae441 u.a 1.17* ' 1.74 •.n .94 most 11»0f 1,010 1.74 • .N .14 At"s 1 11»li 1.111• i.1iM 'as • /t«4 1/.0 1.020 L,00 .N Aso • .ws0*601 210«i UA0 1.A0 U10 As ,lt Ates 0 1s.*# id10 1.10 aN d4 ittle 4 101" &.010e 10M .N .4N 0 IMMAt ANM11�VOL 4fe M& ti-nM1AAYe AM a IM i ::.:7i:::::-.• G71-1101• page.l) NGtsttn W. CA77-114170 Page 14 / • 1 I • 1 fIMg1/awkra por..•. N.S.O.wrts far~$ 1i"• SW SOM 1/tedging7l /ramie Iltt Foods" YaatYaa Ozrataa Il..rir Ie.NINi i KNL T 71st =vAaa/ 1CmP ' 1 it i N 3 t I fwd". Y.wINa wafi. b/k on shit-prepilh•wale al•.•Ta arp.Tr. SeXcept at.N:a P@"CQA a1 Out- "It. t'' •S.1 acatd rotert7 eMaged to towing i,....: a1tJ&hitting at busts,waNNe •=; -' MY[?.!'E7r:;t't" "A rater torr!rale or an tM "• ._i:_dr=..•:.A:r.::aG: ' trana,•leetatlon by Lour of '•��•L•1 PetacmAl. materials. Opgraat OW aappllaa I.•y.•, 1 :&v0.&-Js Later- 1eek"MAYOaMita P..•s• Jogw-or 6►lei Area 1 I/•!! .t1 1 3.01 11.10 ' k,a . g,Nt { 1.07• { 1.71 ./1 .11 Ate:7 1/./! .N l.•1 1.11 11.11 1.•7• 1.71 .Ot .lt area 3 11.31 .01 1.01 3.11 Lr a ) 0.H 1.07• 1.70 .N .1t 11I 6n.a 1 P.0 i.61• 1.111 .N .0 wren 1 11.61 .N 1.01 1.10 'm• tllr nefer r.:r.:-rcr. SL4mk ••al tin11.1/ .N 1.30 l.lf al.`K11 taa►Iat•1!Na MH t 11.13 .N l.li 1.111 1;.a : 11.110 l.t7• 1.78 .N .la ago:7 U." .N 1.30 3.1! area • t•.t11 1.07• Lt• .N .la kw t i3A/ .N- 1.30 1./1 /tvt ) 1t.1/ 1.61• 1.11 .10 .11 Mte 1 73.61 1.0• 1.11 .N .14 building aa/NNaq*Mtge""" Yew bate �f•J a {wool eaP.tNlf•PtdPaliN li,.J ir r.r.awtt•t:na at tfalOeeN vessels) v :lMOperators 10.10 .N 1.30 Mil rNrt t 0.11 1./7• 1.71 .N .lt {.r�i 10.71 1.17• 1.11 .N .l• L •sed ) ta.61 1.17• 1.11 .N .lt N4er Gtauu dnlYmatN1 carr w 1•of iW, haaol r:aa i ll.N 1.11• 1.1/ .N .10 /aaramanto aM duration.pl/far to Orb 1•map to N tars ill leo Iron wN 0•n ago. St+ a.1 yr•ter ar4606 a-awe We N a w N1oa oar iq two V a le:,l:+nt tlar•k•11 N.:aa t 1•.61 1.17 1.71 .11 .N IoM 6111 pours. area 3 11./t 1.11• 1.10 .N .14 461 3-AIUIde of 3•toms N1N fpr bill 01outa {set) 13.61 1.01 1.1/ .N .1a MN t'is sees!W�MIM!•o1lM N oil" tied *!' 1 bi•a a )3.61 3./1• 3.16 .N 010 j1 ostler&•11.61 pr maw M 1101 so 11.1 IW. • MMM 09106%VOL M.NO. iF-•10DAY.AMI 31. tuff Mason M. all-5020 Vale 9! Meidtal @. C%!l-9039 it" 241 Pam mgvs to 4110411941941414 pi2[itlell») irdt ft>a�. k�r•. -.ret • M...i tMalmr crewit Assistant to N inglms 1lita0Yr 41Klite tgak9a!) so** N i Y fa•tiw•• YNaM• OWN mN1.Tt. Orawg I'-At 13tt OSW gsrata • 41faw41 1.01 1[e"Crae 41Nlts 2410299 t9Drlp�0f a999941tf9fwl • t0ilNrislag) • gray 21 "of 1010% t9isttal"tort"Until Qtw t 41.141 g 2.35 4 2.410 .0e .21 41a � sp!-Ai t)eag[tiM[41gatai0t I!-!lt Crnstmtes it"5-U.a 0010}/ Crawy Ila! f.li 1.35 3.00 .91 .30 "M ti-l►1 1ltldiag ItsMIM It-f)Itbwerd 414014# than 9y etmuftivl Ctawi%tot 9.20 1.35 AM .10 .24 . C1atg i MO 1.35• 3.00 .141 •34 it0q 31 seek 0490[011 lark Nitt A-!rant lett-gry0ltsd Deco Gives,Its) 10.141 1.3$4 3.44, .N .ii em ltt%tag device Cts.0 3 19.40 List 1.414 .f0 .200 Crimp Its) ' 10.0 &.150 1.4,01 .141 .24 creep 2-As Nestor Owtv iagaltsak aa4Att Miller610.0 s 11.31 t.is, 1.00 .f0 .10 timer 1 U." Unt 2.44 .!d ,.14 1 -1 41 gseattn0 lmism et to 1ta at Assistant to da0taaar a20att$i 1.11 41st loess M/aresid*#'mat k ad Volars hal fandta41%Mittal Of CMgrapae 4%0094 a 99800"imt[4t0[1 swat"'. or filtitiri0f ills.dk/d or t'2Mime mai 10rtk%41w41ss1 Optmt+M ad 0isu1 a$east O@� ,Crow riMdria% to^0sitst) M • to amt lmtidtq t as. p1./ lkask Owsma• N M mad Castell"d4 i toes Misting metstial guy ' we"1t giteO[of Kant a am&lm0 Powered Crtwla Olisdttwes 0/0 belief) was t ss. ld.f!Iterates 04 Char (r/0Oast dlaek . bar me. ply a saw*"" alma")%gotaelr at apace pwarad Ctadar at 41olatal e!Po drlwf ItiaPdind a 860111es 910e11 SO" *a m$0wer 10 Am"lowsA g"We6st 0t Por"Imi"p"Oftsvi" ark naib NtM/M i/MNMt t�t.Nt tt0. /i.■914119011041 Agit%41419 141710' . • owl 0177-1109 rage#7 SWI51aN W. CA77-5e3t ra*• .1 "M scummort arm"& Am" I ad sit r-�•.•+�• - Map Is Atel•tants to Implattre {fraar..ant llrcatat Israel Maty Reraita4 ie.1t bAe retrw$+.eslerotor.I Salpvrs •!last Osc"amo 419"Na&ns awtedtamr for lova Neemmis ►aetar4tt Mewlt x..d Poster Wsri BUSY Repair amp patio et fiturin tau. tat. Nib reaaiart vreatoa ••flee MOwp 1s copseaaot•posters Sattsress Nirtt tap to and InelwOiM 1 ya dlt !Hili Not5s�s2 MO MNs M''it. Conveyor Solt gvrst•t item ets I rtr•men not !lasts Ittirariist I•anssaes I am S rockaeical Conveyer 4aaadlinr•adds"matorat&)I atter Son"&rotor leanest&*pt"t)i "00etite#1 4pe6odor Sam" Iv1N1 ee40"61 r for !011 ri9wn ipsw•t "sated) Clay It 6 6.70 $0.to 0 1.264 4 2.00 M •24 Msq 1/ "a Oporat•r limmkerls 1:0116 pttr 1164awlsom isspnatm•alt net"- Stay Is 9.06 0.45 l.Si• *S.i9 .f0 :4 two bsentives 011erl feet catti•t Imstrsesisr 30 site)$ taten.st irc.p is r.#i 10.00 1.15• #.00 5f .114 IM144991 oeeaadem t•strop 9pislti6 Cosner#&•pnviR%U Sots•po"1164, irwp is 1.01 11.31 Zak• 5.94 .9f .24 40%9"tisaillr•plot!"ewsrst•ariM veeata• tan sestets, nt5fways. droop It 10.01 '11.41 2.32• 3.00 .99 .24 olrpvsts and 4&809610![tarda!Fable• tm&atrae dg/lc*assmity # Mewp N 16.17 JIM 1.154 Lee .60 .24 it. depOlt fcppor Mlat, vt"ta WNW fork Uses Stitt erwy 71 10.72 11.12 1.150 2.N .10 .24 M0,►9s 19.72 12.11 1.#t• .2.05 .N .14 Scaly 44 "itsst Jaq faap•ra So1146%f"wlatars"&last!areae Stitt- Crap% 19.14 11.14 1642• 1.90 .06 .24 perpsses Souses (aapiolt plantil flavat o 4Sesee" loesidsle Mk lift No"lot 11.14 1244 1.150 2.50 .04 .54 o9 Itoalat ftack•e iavastrolttsn Ism$690)1 Lista Ralters 1r9ritatt6a aro 4k•ap 20-At 11.25. 11.49 1.15• 2.00 .N .24 Saw&"Srptmosr (wile am 9909•$seats ststeetat mast It or**I Mew►Iia 12.42 22.47 1.250 a." .0f .24 9btti•sers fie 504"Ss wasm6ti•, Maty U-At 12.49 11.55 t.250 L" .40 .24 41casp jl-b 13.77 14.55 1.216 2.00 .q .#4 4koW 51 ioWsoaar 4p•r9sr it a rte Sweets mixers taver 1 V4141 I Stoop,11-!# 11.97 14.14 5.2N8.40 .04 .So aasaese•Mtge se pumpmat SOMI sanataters Me R.Y.or •vel l Mst mwno IYsalx•s rhes/4 es- bis-"oeat"If ftw i1"tie wem" S _amumttd0 13 loo ant r Na Areas timm"gad 0tst4 Shan or aMrtstsltyl i2 N 11 Ma•tare • MM H 9ta ass"ft"Poster or simit9r b s fret or•moot 2wpss• f-recta fewkl armee f•qm rialto twos or dryly Sa4tets fav[ !sell- prspeliad wait) on street$, ai0avars, aepotts am consist Militaf and Soria ' . aitrelegry. w41161441 And bassoonist, itst ee 4*11 iv wtrriigara, v76411 ' drills or Iacaiatmoseal Mad•atter,Soee•Cheeks# Ite•haMS&I er 011008- vi s)1 1666414"caalway fisma1►+al trsatstivva 40404a or Swot li 4vosl "Imals Seasonal welt slob 9iit&W too strpsrts.milkways;e61lals A" W"Ob music snmoieai riesome leeeereLes Ida&er, JeAOsam. Sitwell • - Srld"Neel or aait9 $nW$OWMmie.l ftta. Costs antlb Cora oaf • festal Veritas. ""rose it e"asi%9 SoraMa Uwsatrt"Ot'itivst IWIS"ad alrtl9l 12wor JAS dwato9 1409414"6140 taws.096. • IS tdMOSO# btt"l 0000 PWW--plop 60 91868"1 IagisltN son"$$pwlmpt a Mit-p-mugs Sweatier (surto MSaa/J ivit•pra2sii6o l ""Sim!%epos"mole%$@""Is We it 41"mull sm"s stop Mat owes 41184W da4lS5 dab elm"$*9NM o emu kftw v'ised!Iee"6at •I . &Alta"ONS" Mike"WON.MM.M,It4t. rQ-iSI AY, AML 33, It" am$=0. 071-5039 ages » ; SMCgsra 1q. CAy7-fe» rete of 1011171 plltfrltT egRftA:Omi tifenit'Ip � � � t to►tett t ed iii Patrol 11"M ClT arm"" (a mst•dt r. tA11el1s t ad Mt) Stoup to C4..eeeto caftvgor or Caetteti prep, True&at G"ir one aeund (ogee leott% to a,pplyil Concrete Converse• hniSting alter gtek bginfffa$ Group 14-A1 eaekhoe thydraulicl for to art including I to. pee. via&also ryesty r+tier vewysn tu-a wA stailoe tyrtat foatrr atdo# &#OVA@ icah}e} sup to and including i so, Id. R.r.e.}y Casa}nation 9,c&- (W Uniter), i:p'ts-latero Ger senilaris mortal Wag 1S at ossa*a"$# hos and idador,swat in ee. roe- s-r-e.ts Csmitwu nitht TN acct 1MtAamieat rsni:rers of ipteaeer maahlne fasshalt.Osrkos-Gceens art AwNr for to and including I cu. rds-} parent &itaeMelr Ceawes owes war alailetlt mom at (•.all Maim fiattiOtit$ftwomot Digital Speaker with as SS tali. ganeerhvad ae4 Canters Crede-also fv►'te Me including /an withoit Cs-protroe ta:aine:tsat Nueelat octave#.'tlail~tN y4.11 owe shovels, claw.nails. Spglines, fur to fail including 1 cm. ads, with"mm tocayoattan: pipe cenitr4 M.ehine iptpgllnvs 401111 e.f•0.i$ lorwr 111611u ietwtto eeaine)$ Solt-rrerrlled Deas-type a/tint rise Gleanl(1y rsthine itfattar propelled W SNPP$4 a4la ripe Mrapilg Office leontet omit) love# to"Mail Self-propelled b4s-lyra LUung RCume ttrectw reepoilea A"&Vp}•.ttaa19 Sptriter4t940 plants toilet Danlos (*enter sweet) toror is tae) t'•Natw teim.sh AW1,1141r welt-preiol}ve tress erpe licking device (easier aawhsi its tons of lose n.a.C.1$ N/tyrsaelled 4oatir4 Graf plats$ troop int Awtwtio cmmwrota Sllp Para issues Antistatic bitrood br savoof Ctvtatorl Sall leasing twsth to.sal Nil tinsel teoaa type MSM( wy"tl�gra Violate So irl�e tt cwt Ttiewtr Canal TrtWt 101 up to art including els deouf M Ycer-Cos:er par 11nl}et)i AtpMlt pleat OfloWro Catt14-ttaft tMgt Continue"/light Tie auk Arte aver 144. 14. 40.01wi0y trarels tips tayeng MaeNines Pdtalr4tlen Mother emd Moor GP#At4so Congress SpnE Teavrlitt 6111-A-1 4r etaitar tat teas M 0"611 fighting Cae)e.ar Oateh pleat laaltipte wdts)9 moots fvadiAl SUM ggcesMo fay NU (ever S "%$1s trader torte a 1Na.. ei M Md Mgtmetre Is at. roe.)i #..I'trNltsom &-Afar uoldtry fee kal.moahine 1st a#sitatts saloon lenders 14ade owlet-g0yi0ell /Rae MwaUt CIMOMlis. Sometimes. Sabamoa. leder for to a rdti r owchaucat Toroth Snidot Portable Crethime ad ft!NN-oils qwf l PG. ad'up to a" &*Svdirq r". W. s.e.si t suato$- Sotaeatny ramal path Cat, g.6tas ?food 1:410-owtot 4"Itmont top ' fix"strth owing McMMa f4niprl4 0 istan/lines welts art two M awe tsslvtiM as ave. its. -sere"-r,.r.a.1 ftsitde. T-svelter 110-10o Set w owe sora"fal (op to amd•t0sieiiig is ave. yds. eatewt•0.:s.1 G1.#- U. one slatlafl FAUN Tate#wast# poll-rrnpallN Gaslwtae with swap !94/41164 Coepactw (with MItIple tsapntoloo scute onlaws Single ontw Shlerfwtr fit m $418099 liNt"I rich or Sisilar gw/pvot)l f"t" Suehor-tread tattoomemilg mooing twlsh 14dae awytMlr slip tate ares"ago 491 reactor TrtarUng rAotwo fit-Mnatah power Vs I fs1! pavec ("West@ at ass wla)t Taatoa tate$ Means parte Retire T8aeaa$ MgMe machiM# Wider, Woes-miner tart other efadlae frill&o"Ifam " frollimg attaemd ahietMo feiw#ML"awe aid Trait fuaet fad 81a.iat 4wesi#owes Socavater to M art inswi s Ii$ave ga.re#em)I tw}rias trop it Carat rinses Ocala 91"011&hare boom$ bot"tua ones$ Aaw tome IS Racal air Co-peetset Wmiteli tcskinett"Slwtr estate 4140111r G/e&Wt alpgfrM t#aa►11-A$ Moe$ tektowly it tone on$urger}} Lwll ft-aes se otallmr i36 It. of amt)}#main novoo its I"with MMI Swemos wI traata Rthlne traitor ties. fell w eessk type)$T.Mw le/th erten I"atteals Its toast# geodes fret S M. V0114er ad art gaat411ae It Cu, 141. us"# and station pews Shovels ad Spsettnee'fawog t M. go.,a.8.0.18 Asha used sw.A raltaw pig fagiae M 1imaMM to a1Newe 16 M.yds. otudghe 044.. 1koYs lot riot-tiro 8e46lillin4 ketkiMe S11dge Clane$ Cary-IUs fag .441$eNwtM ltwgr lSStew la►- tM•MIe1 • 61111at)a Ghealtsl 4lertlnl&lath/M1 Osatlmatien Mskbe 01$t*WW ' 1vp M 6611 In41a1}r1 1/1 cu. Is. A.r.aaI M$#tso is are#at4ro ggwlaed firm WN ""M rash 10 Di. 100.1 Mae aeinl enptra everts tots satn)#NsriN Direst toatap$mismaiat eNq l N-Met :doter$ Air-e"ejemites elevating Oradell above MY tract pear Opt rats a$faslempm awkso goes is"*Mo Mo I Merz. 14 ta11 ON:1 hyo iima:+dtee Cstow raokaat"mma.aw 00MMo tido hg$rallaa f $*AWS a f,tfgaegt $1111611 rwl.etmt a-4aier tog stalls$## We S$M Moog"# #"VA g VA 410kttar tyreall is set$ it"a. up to ad MDlwdlsg•Ids.$# boom&" IMAM ie flit,, afore, Kai fag MiamMaia4gl*0s tri 4tts"1MMSIOU 1110116114 � •111arpins eeghtoos Ovserwtr-AMto*1 iwicrpgOW%$e1410tMp)1 Mo""* S4#04.44owfe aetNlm"IMS Ratak etaalg.Ott./s vote$*Cor tiglgM atgtleft a Singel engine alwast Mtge !S 100.1 MIS sawitMe N s a w 0168110 44-69409 heel"09 11411141 awaetb 4010/rwear. Y- ' Q@#tam 1#111$alaMaim"Testy Latta tIM Owth"West MNUM f4IM1e onagso 8416 son a astatirel I"fee audit*,am"m 11MD1ia i mmema 111am% Mgeky Claw ftp M of MoMmIlme IS MON 00J lMMWI MMo" f/0i.4e. am 14-^$that. "ft as. I!H • /R1001 00. CL71-14132 fpse 11 saism d. 0617-1,61111 * 31 t friese 1•"4002 hp2w. Bella Prior lw.11to►apo.... bW � lswy ( I4da.w. .eros N L• Astso6 re6eMss eaL'w lent► N L N foals.• undo d/w•l a .• 711Kt MIrYW. tOra'h d►/.•t.. t/�t Da1K/S Tr. 6Wu MOM IPREADCA J.1w • ' aper, urdte 4 yds. tact YR ism 11. fork 5494 1 O.IIS S 9.911 .H 81.00 low it, Ws.f tannedI Immediatede{eeel tldiate Puna,oueklret w is it lou.AOgl11L Catllata Fuel,true. Idwn - Inoue L 1M.) 14.019 1.116 .111 9.00 • list feel track to died a*egg late 1164 rack qts Ta1Kk 1paibMN lift 11.1/1 1.111 .N 9100 at. It •??l1)J lump lwnder 4 Suer weir le.e))1 Y.spcisto VACMM 1161E WASE 41.111 flack Wndte 4 y/s. rater 4411"41, 91.00{ •LOS •N 9.00 ta.el)J iswpcesr (under 6>N/. water 12606)1 Lunt of pilot St/O91pL-So alas&*Matt far /.driver) WIN" truck 14list rank 11 Sato 4POW ' M&rack true. IS wee tudaaltlal Lilt soak .. swcpebu gist rack fatM t.ack"ieal ldilatell dell'apply): P)ckupol SAL. 8M11 ratut 11/16 us~ Idobrss We, wrest 4 y46. *out( Isaac"4266 wish.1aantwsr • Lr h11 ream OrlvuU tragts Notdis/{ami 91.11 1.100 .N LN Nrf pre-botch Comfort age. WSr t yet. vasa !.Sail l i1Rla1 10/Ci 6 WM MM .. okiprrat-Aataftes62asn / 9.001 1 9.111 on Y.88 18.19 oaks.WA"4461 1416.1 is.9O LAOS 811.8 Come 1 AMM Iw/w • , 6MIIY►SIM N11b 0044 asset. 4 yds. She sheer 6 win 11lM 1raMkl. • oda.water lava{(r Map 44 Nis y/lalw (6 812•ad Sus. and sheet 6 yea, rater lube 8 800.1 9.OS L.LS .19 9.00 14"t);oa,ryarats to ids. sat . wMes 6 Its. water low6)r tlktlrl'"m I1.o11441a. •N t.N 4161POr N yde. sal ander 6 Sol telae Mol Oall.l 11.Us 9.15 ods, water level)J ialmt 140911 W 4 yds. ase sheer 4 pda. lrli•*ILD ori go heft note/ 12w041 00419 malt/Lt M98•Msbq MASS 166 ON tuft /6411 I1 sale saltlJ Iadsate Lt mit Truck IMuarigSt"L146"i 11tw ks ISIV Fee-last Magee" uS, 4 its. pd adM 4 Ido. Inter Mretl M.M &.181 rN 't.N AWNS 1111109 dad NMta 008111 *Mkg 8.100 44t1"al MAY t. .M 4.0 MIST walla VOL.4%ML wasomm T.AM w tai ' orsla�. un-Man 1'y. is bceta[ar 110. altaon '. ►M• K felt. rw.e.e.••nl.r.Power. M•1. ret".s.r4t.fs.w..n M•.1/ EA.uH•• Ma..1t Lf.aY" Rea. N a e P-14.. v..Mo. oW.' Rale. N a e road". 140.6 ulh. ?-77=arias. fc-t•A' AN..T.. attYt"! /dot Y) Ms'•2r. AM&CC-=s►ALtt7 40" ay.•1. f to, . .4s vr$.t t 1t$.waist L..2$I Paq to IFAM21 Ntt AG 47041 Worst ' let. Arca voice t 1rs.rsuc It 116. thaegh Is 140.1 9Lf.»9 1.H9 off 11.M tc'wll t fvaltu's le Irks. 618.4 Comm flafMttl (r/re arrest •146. rsut retails 6419t, a Ire$. boa LIIal40if1 4:41.090 q yes. ant WA01 t Lni)e 7ft.wcut 1409118 Stil1214.calor t fdawas ft to$ woo r levelsI l7 etas. f 110. u.$.ottt 1144- pit.Valor L4rv1)1 Ovsrs96% asks :9"114:[KU,la4 lr•- q 110.Ifs. some LnelWlM H bam Osie:"etls. 4 let. pea.weft Lavelle kLtytM rne J wee f Its.Vtur 19vsll 9 ILIO I Mot OR 11.10 Ida. strut•vesper with &MAIC.r11:T4 SayCafl loltswlot"d refute!tett 6.2'11m*41"1•fete-Slit. Mi s OWWAS•bos. 0 Ids. f►atish 4"I's try. i1.ttlgls 4M 100011164100.If 108.Mates Jttttrl a*@ raur trots 340ell1 bow.M GrAt r above 14.496?414.19ns vat.$ felMl Tutt fool rro-b*@h 1.411 1614.11 fvamr tit*@ ~904.flet,f 14s. MA Jyfw HAD 1.100 .41 I.N /feleakao It 1st.water 10"111 6rtptot 16 I0s• bW-'T a-v 1 A"Ca1 aM if wino 11 141.plot ' 1011%beer HAL 1.191 .18 1.41 1w"1! 10.641 1.H9 .1f 3.41 ' f:tf 472100 041 12RW MOM sm 1641109061 O.61Cla CAil.fti 16.148 9.195 .1O IM Items seamsa ZOA041 41.09 l.Hf .H 1.41 t""m an Milan "A"It NB Nttwcmk .. to 1f•• tllrawla 10 11$.1 MW 3.101 .tf 1.40 loose as 144. thew" 14 10..) 14.14 1.19 .16 1.41 . VIA"17107 18.819 but. W emboss 1.846 p/s.1 .10 1.41 filstw r1tR7•Matra 740(6 r 11.044 1410.W make • ' 1.041 1014.1 H.1H 1.0i .7f 1.41 Gia •' '... _ •, ' • t MUM MOM VOL 4!.Ste. 74-M&i.AM It IOC It �._ , . r....r�.e..a•._ ....a...r�•4•.+.+.:i^5:'✓liitlrLsavr oocl.tm rn. un-so» r.1• 3s oecnta roe un•sal4 raga 1a Feint[war.}qr«a. S.A. Faye[6wla•►q•.•n 4aa Naar I awwru N6•.I► {Hoeg [•..r N i• l-6— Wiwi- •.a.'u brae Mal■ �•rtr1.. ..YN tlel[a Irtvc•aa grant-di air.Tr. . 7erKa and Vrif .(C—t-41 ay.,1r, suis ttutt s►wtu ("/w MR[COM 11PRIAC01 1r/r9 . a" 9, over 36 Yds. aM Inaswlna wtfrr air 1!Y4. tna tas1W4/3%949.wur 490111 Vas. wtec {•vUll p+9 (w6►t!Vab Wq ta••f ![Yb. and WA irrelW in/If was. .&tor tnal"alnl 34 Yds.wur le0all o 30041111 twoporatt fe+•r 1! _ e"gersto favor 70 rdo. oar 1b. sled inrtediet is I". 14a1ediM 3!Yas.vettt 10ve11# . W}eLo le•ot !t yaa.err rater . And i iwyslsr was • {aslodir.I 3%Vas.rater 4velll l7 1b. and tarOWlnl eb was. wales 16.4114 SLOW IMatts of 14's. 34•s. llas 6"other Ma.war 11 was. aM 1"164 MI etelles tet&nob Tam ftMra6 l/10111'wag lwelll lune &11069ssy14e 1awM6w4r. ver 13 ydo. iftalte els. Mlid 1041 similar two*"if. ova ti Yar. W,laslWly � seat cion pllllq alwPub w a is rater level) /A.A, /Cels/ 61I N.fN roar ttnigtttra had Cost • nrdhr 4"ave teN Witers F.D.a Bella[The as 0049•ive. asl4rol NIM [W-t[asta4 TWC[ 31.N 3.1/1 •N LM (Meth We."at it Yb.w . lOalWlq•1! WAS.rater level$# .• 11[0[trvaMMM 11,�1I .1.1N .1I i.M Torn tart•/n•IrasM tsaereM ale.wit 34 Via.w/astsa{aI HU Curt fosaAM.I.Ae 31 was.war 4w11 11144 •1.11I •1/ Is." wear.we# is 149. eM. 394110dint 16 Yat. rater MN#1 a11o11 ifWSO1 ItWs &•ells C66ilMtion"aro 0"49.'9006 33 Y/0. aM tats tfalltrf "fwar to IlretMlns 4s Via.setet &Mato 1906 4/ I06t"drq 34 was. D"AS ton, 36 Ms.voill M ewer ' voter is"lll Y"a�rats 19"9 ' • as{Yo.0M feol"sirq 3s Vas. w"t 31 1b. And is9lsdiq so rw0r 341"11 s atrgettr w e wac Went as-prior favor • 10e1W1a/M � as was. endlec{"ai14 Yb. . rstea Is 111#MIM/M[to rase war&•filo Mia 14(asst is We Over is Yat.aM loslodi" aver as ads.w IsstsaW N 10 las."tar 4retls traatu Yb.%"*a Sevell#Ts"ke Nay Ns gltater "I is Via. Ms•Mtaft 9wrs"are Qat ' 4te9rra 34/M•11 hews W#y 1I yN.w kagitaals/Y �o9•MM►wa9ttr9 miss am yM.salla trier 31.11 1611/ .t1 1.M iI X.W lealva"r/84 oft.rater&veal M.MI 16116 .M La Me"Ileum VOL 4%110.ro—ft"Ve Am$Is%WV • LG^^ar7".!"'E.:. CIS»-so 35 pada 31 acialow NO.0774031 P40" as uliror U Otrixition (or t►•la batty wMm�! edge y.iaeslee#0»tgaeM. fiat W1rMtR Orm"M - tl2i CCr�17 STAWIM VIVO i art !lits twdsas rtsef4e s#We, MAktt to All trade mgt inClVded Methi'AT44 1 of drttr,aver S4 yds, and dower Ary{•Tr. strings Nis«. if Ota. Vater ltvellr rva *A M It All gross igeid"in the Nt9etp9ie oetr ao tet. ens Virter to Mii"d below"high to 64004 Olson totesup rise .sur d. And odSkoge is sad rally* lines of Argos I and t. Inner it ria. lobs gMse ti rte. Its. 1IYd1)0 slrtmee. water f1 Mnolattaf to the 9agttta!gloss so fibs tstsatsa of the sow%oft Its. snf wa3tr it eta, doter � y testily rai)gcpeer pilot 1~ slide ON TOWNskit 1". egfc:;crtts rim Of nottnaiallthongs tastotlr along 449 4"herty lead dr flowntesp its, treating tads itearis eat, 40"1 is oda, t the VA. *table grrtdlaa to the{.W. Larger#9 towashle, 1910 ' at#woofer is Its. Mattie l9Vdily aye a .be. Datbte base 1164.0"'etidtes, tyro* Iffy ere-'atrk attended "Nome slowaherly to the S.W.sorsa#of tfM64hip toms soap ate #fg. 'ver 10 Ids. abs dater 45 these$ 9atterly to the S.W. 408001 09 tom#lisp IN. rasp lit. Its.•lots* 10es11 0 341.94 i 9.111 a I1440 Theagd Motherly to the S.W. 40gger of tow6tsit tis, rests lit. ' "Nasi eastarky td the S.W. amoe N soMnthtp els, asp 119. 9=lQmn s►stA?et1 Irf*a thegelo M+tbsrlr to the S.W. dome of township Its.'rasp 919. 0+40t.fwd. 4S yet. 400 lkeau Msterlr,tg the*.9. der00e of a.at9hip tato reap p9,. I:.vton4 is Its. Merge "Wage MNtherty to tom S.W. 9090"N ao"$hlr ass. Beate 11111# tgveil o 4. tri ret. odd Thoma Msariy to the 1.01. definer or ewasbip 439. 146&0 189. , e•.lawilte•t. rfa. utter treolls r Tt":11e$ :selirNwM#tyt sellers of masssGwiy'throw:4640 it640tly if-IlSpas lg yo •t Ota. OFAJew ills"the So"Malr bs'"srr of{tats ir.#iatlft4 6s ygt, 44tsr "0"llr !henna,400 the MMsberty bassinet lot toenee tlawneyr N the 1.1. 43)91.1 ate yte. 4W uidoofaciv464 40rM#Of 909nb94 I4*, rssp the sa alt, ••deer 14Yee.f Hid• these•lbneherty to the 5.9. dome ft tibaelsp its. #gap alt. Ideal to let■, 41 ret. ar.1 ' 1401Te2 0 loss. water 39"111 s slime Westerly to the N.V.#webs!N sowakip itse reap309. Tiviss lery prf•Cttak arsreed ThaMg Northerly a fibs N.9. some lot te.aftdp Uel reap H2, alt, to ret. Vol isitatin4 ?behe ets$Veneerer to LN.N. sarrr of fellowship /14. "a 199, ' 034;4.. waste level) 930" Lin .0 1.11 the004 VdrtMgtr to tom 1.9. aadr of 90%0$ktp lite rap 1% s flame Yeesgrly to she S.W. some at awsaktt M. staff tltr t'iit tOW4 splice;MM these NoraM#ty to the I.S. dome of tloMsabip tete play* ante 44401.ot"t of res. 4" thea&Westerly to she N.Y. some of tewsMtt me-"Ass tats tsrlwdts* 91 yet. Mttgr !Meso met hglr to she 11.11. "me 69 4*i tktt 16. Ss&lo isle !swells a.np Ilovfs go r". ?bags Weserir td ebe N.W. dens•sf eV6mblp l9. stood,989. Gas 1sfit.4ing as fit, water finance Nostberly to the 0084 dome d toashlp no Wage 410 levloeht hu`pato toots t! Thongs Westerly of she N.W, shat of"Obbip Mt 1490 Odd. loll& Irt."Irr ft yet. The" tbrth40ty to she 00.1. tease#of OWNIMp No chip axe •eat lean!!# airrttes lcede ?kala Westerly s'the 0102. su001 of 16"dtp'301. #hip III. It VM. sad I0,e3witins 95 t4. ths00o 00"41 wap S tab 00.16 arsei of township$90 lamp /120 trsRswa &*"III Mide 40foris 21o640 Vestectsp to eN N.V. some let eta•wp N. rasp NO, b40.out a polo. a"lesaNW01 flame Vgrtkgrlr to tab N.1. deers#of esMgekip 320 reap We t 91 ries#star "Valli tpeas ?Mae Wm fft to Me Me Mrw of Woolley tie *eggs 1120 iffy iMo+loln shiegto*le. • Use"Sonbsely to fibs N.1.ansr of taarattp No ship/120 _ *est*9 Vss. e"Isamist !kola$Wenessly 116 tab N.N.'aehi ad tfwitrkip Ke sap trio 1$Vile.alae Atwell 13.24 leW .It i.M ?hese*Nasthegly on"tab too.NOW battle"two she 11.20 on"of""mull No toy! Nes • ?Noose Nee#ty to abs N.W.se#ng#of ws"blt 0. top We OWNS 11tctNrlr tin she N.1. O SON N"WMMp No #hip 9110 Ohne weee9 to too Me Me Maof sooaMt 9N. rays I"# •i lbaglo Nerthesly to tW O.S.-40#W of t«•ehar Ue.ship two . �on" , • 9 • « e ' If1lNAl iMMIM,11K q.IIf34!l•.fMNAIO t1MK!!. itis' � ti rr4E1e�e*,O»-fay sable MS tt eIa IOM No. G77-S4H - #.141 i0 r auwMea s Star-•aarx ASIA GEM1 TIONS for ASIA L£11NITICnz for , { two 9Qualwe a @PMI IS(tem--) 10w11 9Wlhtlh7 OytuTMSS (deet-0 1{ cars*f (a64'4)1 •area 1 (oa•1) The"t V..terir to the N.V. ureas of t*wmahtr AN. Flags tet. Thence Westerly to em IJ. terser of t."Olp Its. "-9e low. Th....Sortharlp to the Sit. terser of t.wbthir 140, laws*t)t. Thf,e*nm.Iurip to am N.t. eeen.r of tewbstdp Its, cane. rya Thew.w..efely t.th.•M.V.c99e*t of toeblair IM, ronre tit, Thea"V.eterly te the M.Y. career Id tevullp IN, table l:a, ' T►."*Seyth.ry to the N.C. "roar mt towship I". rase In. Taws Marahtfy"the N,t, terser of tewh•.Ap 10::, rands IU. Theses fatally to rhe Sit. Sheer N t*mns►ip lit,t"pa IH. TM-te►rest.rly t.the X.V. terser*I tsystt�M. rams IOW. It.a*Sattherip to the R.C. server of to sishlp 1111. room lit. Theke-4e 96"Norly to AS.M. tetter dw tssatp 16::. varto 10. Theses V99terly to the M.S. "roar of feeSship tip, nsia IQs. Theses fattatly"ahs$.a. Ammer *f toonstip :the, riot*Ia1, titers:+rtterly"the M.S. corset of t*Skeaip lid, rests In, These*i*vakefly to tht A.V. "vier of tovseaap last, $arts Rim. Theme taterly"the 1.t. t6toof of"#ship IM, rats Ile, These■Volatile as the N.V. "root of te.ststip RIM, Farre 161. 961041177t4nee Mor .9ly to ter 0.9. "sur Of w 4OmSWp Illl,roop 119, Themvthorly to tee{.V. "ear of to test." It%. ear.it 1aV. • The-ce fes:rely as The sit. "rime of towship lee, flag$ 145, Theme Nntrlp"the Sit.96#499*f (ewsh:p Its, pate 16W. Tht..te$*.thirty to the S.W. setter*9 tosoteMr IM. rasp IN. , Threes Spahetlr to the t.Y.401rtor of to-.01P 11N, rash Ira. ,. TAtote 9454.11y to the{.t. 6419049 d to-sultlp 940.eased /K. Th.wto*►surly to am M. "rase-el toucan/ RIM. r►rte :30. theme 66.1m,ir if the S.W. uNser,of tmaesair lie, Uses*IK. . Theao southerly to the$.V,"nNr of tesathtp is%. Map I.V, Tttae rpaterly to the lit."root of""*we,Ile,rays tat. Thaste taai.rly to am S.T.409049 N tomat!; NM, tante IIM. Thele Sweetly to the 9.Y. 96#044 of toroehip i1M, carµUC. Theme Sowtherty*toy the Lantra lifts a9 Age LZ:ea the Then*easterly slut the S"abows ti".99 tsusHl►tax to the Useltte Oaten evaluated thea aeratoa of Rare Callfste taspra t6.-ray N AM state of C611Uta/a, - Within sans Clara Gra!SooUte lrithim tht.*•teu 0 lli*wlrt dtoet • Tttoae:•srthw.uery, sheat Mrtsmrly also the taus"h4rdaq ONMPAtag 69 the N.Y,409"r 49 township K. pods 19,its. .ef the outs*1 C4111*uts N am N.C."NMN*I tawWp t1*. e1461t ta"ll"and MrAtiopt rant. Ila, Tkeae to•Mwhetly Urevfle toa. the S.V. ""Me of fo alitp aha"e Vutory to the M.V. "rMt of touhgeap am, Saye all. • IS. Nuµat, Tt.es:e Ssrtharfp VS the tit. "#"a d tounup 111.sup In. Thenar u 44611114411 air"tl"" heGOOSE661146114#.41y.A. Kar of661146114#H, ip Thar.64 Yooleoly to She M.Y.$*r",d Coasup ler,"Sp!n, flags a{, . T1.6nse,ratah.rly is the 2.6."t"e of"uotUp ate, ranµ, • Thmte le a Seetbotly!inti{""the M.t. "rase H"reatlp{S, Tragi Walter If is the S.W. $*e"r U lwablp 31Y. ea*p ft. "a 4t• Tera.R.rtkerir"She M.t."/ooE 419 aasafoMp S1M.rasp n. Theme is a i4t"H1 11,0444640 to the R.Y.SOME of UWASkip{{e ' 11.e6ce Y99terlp"the S.Y.osaw of sennblp 230.tame tea sup It,so the pira*f basi"fag Shah penton i4 a lora 4f 114"1 Sertkeey to eke S.Y.C44"E of 41arablp lit. pmt 99, Arta t. The"*taaesly of am$4. evgear H f*grshit too, ranµn, Asn I alb t$*1t/14s Chet post"*f"cause Wiltea/o MstUe' Tke"e S.*awrly 96 oke 0.9.cer"r of&amour 3N,uy4.", fee folleWed lower SmutC*stertr to Ake R.Y. cat"#of aerohep so.elm.It. 6os"Natag to the pacific Sraas 40 N 4n"tt"of am AUherly T►.rae St rrla.fy at.Oke M.S."rece oo aeehear►Me ramp blr.' Use of tow"hap t4, Meslow he"lloo Old veridl"s • lkewe Wcafwly to the S.Y.wast of"weaMp 3011. Nobel It. These*easterly aimed Ake twth•ttly 1460*9"swaslp IN"the 160"1 sorthetly ale a the or.MHN 944141484"a s M.S. S.W. "roof of aNeahla In. mama We_ t*fat of"■mHip 521. @S&µWe theMs Sppth*Ety M am S.Y. "fear of"Mall/IN.toed*We TY•ntr 119940f1r 46 She S.Y. tot"#of t000Mp 30, tey4 she. Thele tauertw ally the tdaatidt h4"else t*%ha S.V. geyser .. Tier*1#01114e1a"the s.t. Garner at SONS."#10. "Sea ill. d tsraAalp in, pato no . Thele Va609If"She N.Y.$*9ISe Of ai011141RAp He.ramp 10 lb*"S 9*-41441V"the$.Va"toot 4f IGW&Aij 336 Meda Sk. `•ham Nwkeny GO ft*Medallist Of amour 30a reap N. Tana K4162eay to the S.S peps of IWA%kipL fS. tooµate TMafe Courtly t*the Sit.Server of 4410blp XN taw ti, SWOO Somhrrlp N the S.V. eatowr of sawaUp ai.retyo lis ria""SaYahe4lp.to tit S.Y.evewe K"on"to.tags to. Than*6-629911 46 the 6.11.Mfat Of UW.SUp N,#"d*34. ThaIS*9444410 $M S.S.0~d aevnUthe p ,asap 0. time Mtt *.Lrty to eN S. terser Of Somstap So wellµit. T1rr*a4 SawfWaa20r to oho S.Y.$*rets of"%Wmp 1m.law So. Theve4 ve14a11 to as R.Y."ager of Sagul11p Is.#6334"a Tosco Wanly M aM Lt."Nam of"w"bat UN.apoµno TMS"M4aMrir 4ev41sled the 11,49l144 ha"tive N Its S6V. TMvee MrtMell M W O-L tMMW of BegaeUN tri,tape Iia "CASE 99 1*wWlp IR. tame 31. ' ."NOR Ysuody M fSa N.Y.4oroot of Sawoup Save twoµ140. UMS 9444601 eased the h-nlaldt 64609/"to N4 Lt.ever", SWISS 14419649Ip M 440 Nd.Nott of Movable 340,Noo4 b. sof to w►h1p IN. reap me "we Mrobeell to She N.t-SOME Of"96040 4111.tamp It. Thee"Yearply Se the R.Y.4441"1 of aiwasur M.wasp!t. `. 114"1 Mw*Moip to the NJ.astIS#d 9a04Np ISN. He ZNZ MGM a owe.YfN.4%No.76-10"110 110 ANN 8% Nevi ` 4mpt:11+r t+li. tx-S•ia isle 41 CALUMM 4tfA Kftxit14K1 tat wua fquinen 4f484t411 (Cmt'4) *At** to ft44t'4f . "Pette Wattrtr Slant tte rorcMtlf Its* to tweoatp 1411, fate W ISalfle•ts4a. t Am 1 •tea tselulas that prtlas of 11ort"n Cettfenao U4tvm t+LM- to tM fe:t4.Ye; Was t4mosclrt at eke :4rdeelf•o4e4ary of am Auto 01 411fent4 no tet M. W. aarrsr of Immehil 60. caste IV.at. NOW"Sew Us* and earl4iu1 t 114444 Iaytior:r to tM I.Y. $*roar of toMMly 4N,.rdW }Y, t-es"t:ourlr to 04 l.t. 44root of lemakip 40. tea14 IV. Vegas 1e00trly to the I.V. sorest of twtil4 4311, •a"$W. ?%gas tStterlr to 04 S.B. tarter of "Woo►435, range W, Maes*voltm ar to 914 9.1. $*fast d tw4t4 600 mw 111, se art NorWcly ioWaty of tM Its"of ceilteni4, 1"tao weaterly atosl t•o %ortmelr"Import of t"Passe of f+t•tenis to alt point of t411o164. s _ ',A � � t• ••• 1. � •• � (Bidder) PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL THE 6th day of October, 1977 at 2:00 P.M., in the Public Works Department, 6th Floor, 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'Cost& County Detention Facility Metal Decking in strict con- formity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez. California 94553, for the following sums; namely: BASE BID• Shall include all of the work for the construction and completion of all Metal Decking shown or noted on the Contract Docu- ments and specified herein. For the sun of: Dollars ALTERNATES: State the amount to be added to the Base Bid for providing Stucco embossing on all flat plate sections of all OC and ADC units. This shall be accomplished in embossing rails prior to forming the the side laps, to remove all railing stresses, camber and-to-1nsure flatness of the sheet assembled. Add the sun of: Dollars 0011.1 J-1 PROPOSAL (Bid Form) (Continued) UNIT PRICES: gait prices shall include all labor, material, equipment, shop drawings, taxes, fringe benefits, overhead, fee and all other costs anger charges. Unit prices will apply to net changes in the scope of wank as defined in the Contact Documents. A. Netal Decking: 1. 1 1/2" - 18 Gauge Add'or Deduct ; S.F. 2. 3' - 18 Gauge Type OC Add or Deduct S S.F. 3. 3' - 18 Gauge Type AOC Add or Deduct S.F. 4. P - 18 Gauge Type OC Add or Deduct f S.F. S. i' - 18 Gauge.Type ADC Add or Deduct f S.F. B. Shear Studs: Add or Deduct = Each C. Edge Closures: Add or Deduct = S.F. 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 waking up this bid. O[►1ij PROPOSAL (Bid Form) (Continued) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner. sought by collusion to secure for himself an advantage over any other bidder. Attached is a list of the names and locations of the place of business of the subcontractors. Attached is bid security as required in the Notice to Contractors. OCash OBidders Bond O Cashiers Check OCertified Check The following addenda are hereby acknowledged as being included in the bid: Addendum / dated Addendum d dated Addendum 0 dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19 J-3 0011 PROPOSAL ,Bid Fors) (Coot ed) LIST OF St*CDNTRACTORS: Portion of York Mamie Place of Bidders d-4 01"17 REQUIREMENTS--AN AFFIRMATIVE ACTION PLAN Certifications A. Bidders' Certification. A bidder will not be eligible for award of a contract under this invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: BIDDE 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereto for which it is eligible under Part I of these Bid Conditions for partici- pation in the Contra Costa Plan, it will comply.with the Contra Costa Plan on this and all future construction work in Contra Costa County within the'scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part iI of these Bid Conditions. it adopts the Adnimum minority manpower utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work in Contra Costa County, subject to these Bid Conditions. those trades being and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of b er 00118 J-S SPECIAL CONDITIONS Section 01010--Page 1 1.1 GENERAL A. Information given in the Special Conditions shall supersede infor- nation given in the Information to Bidders, General Conditions, and Supplementary Conditions, whenever discrepancies arise. 1. The Information to Bidders is made a part of the Contract Documents to the extent applicable thereto. B. Under the direction of the Project Manager the Construction Manager shall inspect and supervise the construction of the Project build- ing through to completion and shall see that the materials furnished and the mork performed by the Contractor are im accordence with the Contract Documents. Nis supervision shall in so w" supersede or dilute the Contractor's obligation to perform the work in conformance with all Contract requirements, but the Construction Manager is . empowered by the County to act on its behalf with respect to the proper exeuction of the work and shall give instruction to require such corrective measures as may be necessary in his opinion to ensure the proper performance of the Contract or to protect the interest of the County. Except as otherwise provided herein, the Construction Manager shall determine the amount, quality, accept- ability, fitness, and progress of the work covered by the Contract. 1. It shall be the duty of the Contractor to comply with all procedures established and/or implemented by the Construction Manager and approved by the Project Manager as stated above. In the event any such procedures are at variance with other provisions of these Special Conditions, such procedures shall prevail. 2. The Construction Manager may call for meetings of the contractors, subcontractors, and material suppliers as he deems necessary for the proper coordination of the work. Such meetings shall be held at the sites on regular working days during regular working hours, unless otherwise directed by the Project Manager. Attendance shall be mandatory for all parties notified to attend. C. Nothing in any of the Contract Documents shall be interpreted as being contrary to law or ordinances, and all codes and laws of governing agencies shall be followed as though they were herein bound. Contra Costa Countyllam►111� Detention Facility SPECIAL CONDITIONS Section 01010--Page 2 1.2 CONSTRUCTION MANAGER A. The Construction Manager has been given the authority to act for the Project Manager as follows: 1. Coordinate the work of the various contractors on the Project; 2. Maintain a competent full-time construction supervisory and inspection staff at the job-site for the coordination and direction of the work of the various contractors; 3. Establish on-site organization and lines.of authority in order to carry out the overall plans of the County in all phases of the Project on a totally coordinated basis; 6. Establish procedures for coordination agony the Project Manager, the Architect, the various contractors and the Construction Manager itself with respect to all aspects of the Project and implement such procedures at the direction of the Project Manager; S. Prepare a comprehensive construction schedule for the Project which will include a schedule for each of the various con- tractors and trades, and submit such schedule for approval by the Project Manager. The Construction Manager will revise such schedule as.necessary to incorporate approved scheduling data submitted by the various contractors; 6. In cooperation with the Architect, coordinate and inspect the work of the contractors on the Project until final completion and acceptance of the Project Building by the County to assure that the materials furnished and work performed are in accordance with the requirements of the respective contracts and that the work on the Project is progressing on schedule; 7. Determine the adequacy of the contractors' personnel and equipment and the availability of necessary materials and supplies and take the action necessary to maintain the fob schedule; S. Monitor contractor's submittals to Architect for approval of all shop drawings, catalogs and samples, and establish procedures for expediting the processing thereof; 9. In cooperation with the Architect review all requests or recommendations for changes; Contra Costa County Detention facility 00120 SPECIAL CONDITIONS Section 01010--Page 3 1.2 CONSTRUCTION MANAGER (Continued) 10. Implement the County's procedures for the processing of change orders, including applications for extensions of time. 11. Review all applications by the various contractors for progress payment and final payment and make recommendation to the Project Manager for approval. 12. Receive, assemble and transmit written guarantees, warranties, instruction manuals and other data required of the contractors. 1.3 CLEANUP A. Each Contractor for a Mork Category or Categories shall: 1. Clean up all waste material, rubbish, and debris resulting from his own operations on a daily basis. 2. not allow waste materials, rubbish, and debris to accumulate on the site and became unsightly or hazardous. 3. Remove all waste materials, rubbish, and debris from the site at least once a week. d. Remove grease, dust, dirt, stains. labels. fingerprints. and other foreign materials from interior and equipment furnished as a part of his subcontract. S. Repair, patch, and touch up marred surfaces to match adjacent finished damaged by his work forces. B. If. in the opinion of the Construction Manager. any of the work described above is neglected by a Contractor or Contractors, the Construction Manager shall have the work done and deduct the cost from his (their) contract(s) as their interests may appear. Contra Costa County Detention Facility - W1� SPECIAL CONDITIONS Section 01010--Page 4 1.4 TEMPORARY TOILET FACILITIES Adequate toilet facilities will be provided and maintained in a clean and sanitary condition by the General Conditions York Con- tractor for the use of all Contractors. The use of chemical toilet facilities will be permitted. 1.5 WATCHMAN The services of a watchman are not required under this Contract. Each Contractor shall be responsible for and make good any loss or damage due to vandalism or robbery during construction. 1.6 DRINKING WATER The Contractor shall provide his own forces with drinking water. 1.7 HOISTING FACILITIES The Contractor will provide his own hoisting. 1.8 SCAFFOLDING Each Contractor shall be responsible for his own scaffolding. 1.9 OTHER MORK A. To the extent that any part of the Contractor's work is to inter- face with work performed or installed by other contractors, the Contractor shall inspect and measure the in-place work and promptly report to the Construction Manager any defect in such in-place work that will impede, or increase the cost of, the Contractor's inter- face unless corrected. The Construction Manager will .require the Contractor responsible for the defective work to make corrections so as to conform to his Contract requirements or, if the defect is the result of a defect or mission in the Specifications or Draw- ings, issue a change order. If the Contractor fails' to measure, inspect, and/or report any defects that are reasonably discoverable, all costs of accomplishing the interface acceptably shall be borne by the Contractor. The foregoing does not apply to latent defects; in another contractor's work at any time such defects become_ known, and the Construction Manager shall promptly thereafter take such steps as may be appropriate. 00122 Contra Costa County Detention Facility SPECIAL CONDITIONS Section 01010--Paye S 1.9 OTHER YORK (Continued) B. All contractors on the Project shall have equal rights on the premises for the performance of their work, but shall follow the sequence established by the approved progress schedule and/or instructions issued by the Construction Manager. 1.10 COORDINATION YITN OTHER CONTRACTORS A. During the progress of the work other contractors will be eegaged In performing other work on this Project. The Contractor shall coordinate the work to be done hereunder with the work of such other contractors in such manner as the Construction Manager may direct. B. If the Project Manager determines that the Contractor is failing to coordinate his work with the work of other contractors as directed by the Construction Manager, the County my upon written notice: 1. Yithhold any payment otherwise due hereunder until the Contractor complies with the Construction Manager's directions. 2. Direct others to perform portions of the Contract and charge cost of work to Contract amount. 3. Terminate any and all portions of the Contract for the Contractor's failure to perform in accordance with the Contract. C. If the Contractor notifies the Construction Manager in writing that another contractor on this Project is failing to coordinate his work with the work of this Contract as directed, the Construction Manager will promptly investigate the charge. If he finds it to be ture, he will promptly issue such directions to the other con- tractor with respect thereto as the situation my require. 'Contra Costa County Detention Facility 0 1" SPECIAL CONDITIONS Section 01010--Paye 6 1.10 COORDINATION VITH OTTER CONTRACTORS (Continued) D. Should aw other contractor having, or who shall hereafter have a contract with the County for the performance of work upon the site sustain any damage through aiW negligent act or emission of a sub- contractor or of the Contractor. the Contractor shall reimburse, Indemnify, and hold the County and the Construction larger harm- less from all such claims. E. The Contractor shall imeadiately notify the Construction Manger of any actual or impending .labor dispute which may affect or is affecting the Schedule of the Contractor's or any other contractor's work. In addition, the Contractor shall take all appropriate Measures to eliminate or minimize the effect of such labor dispute on the Schedule, including, but net limited to. such measures as: promptly seeking approprlate'injunctive relief, titling appropriate charges with the NstioneI Labor Relations Board under the applicable provisions of the Labor New Relations Act of 1947, as amended; filing appropriate damage actions; taking such measures as establish- ing a reseried gate, as appropriate; if reasonably fusible, seeking other sources of supply or service; and any other measures that may be appropriately utilized to limit or eliminate the effect of the labor dispute. 1.11 PROJECT SNCEDOLE A. The Construction Manager will develop a construction Schedule for the Project and will utilize it in the planning, coordinating, and performing work under this Contract, including subcontractors, equipment vendors, and suppliers. Contra Costa County Detention Facility 00121 SPECIAL CONDITIONS Section 01010--Page 7 1.11 PROJECT SCHEDULE (Continued) I. The Schedule, when approved by the Project Manager. shall be the basis for the dates for starting and completing the work (including changes) for the Project. It shall be the duty of the Contractor to conform to the approved Schedule and to arrange his work in such a manner that it will be installed In accordance with the Schedule. 2. The Construction Manager will establish a program to re- evaluate and update the Schedule periodically in accordance with the requirements of the job. A representative of the Contractor shall meet with the Construction Manager and shall furnish to him information necessary for such re- evaluating and updating. and, if applicable..information in regard to changes in the work and the Contractor's proposed effort to overcome any incurred delays. The form of such information shall be specified by the Con- struction Manager. 3. The Contractor shall coordinate his letting of .subcon- tracts, material purchases. delivery of materials, sequence of operations, etc., to conform to the approved Project Schedule and shall furnish proof of same as may be required by the Construction Manager and the Project Manager. B. Whenever it becomes apparent that any completion date will not be met, the responsible contractors shall take some or all of the following action at no additional cost to the County. 1. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day. working days per week, or the amount of con- struction equipment or any combination of the foregoing, sufficient to substantially eliminate the backlog of work. Contra Costa County Detention-"Facility SPECIAL CONDITIONS Section 01010--Paye a 1.11 PROJECT SCHEDULE (Continued) 3. Reschedule activities to achieve maximum practical cox- currency of accomplishment of activities. 1.12 PAYMENTS A. The Contractor will submit'a request farprogress payment to the Construction Manager on the 20th of each month. The Construction Manager will review the payment request and modify as necessary toprotect the best interests of the County. The Contractor wi11 be allbwd work project t he will have'complete through the 2Sth of that month. Upon approval'bir the Project Manager- the payment will be disbursed,by the County-on or abort the 10th of the following month. B. In making such progress payments, there shall be retained 10 percent of the estimated amount until final completion and acceptance of the Contract work. However, it the Project Manager, at any time after 50 percent of the wort has been completed, finds that satisfactory progress is befog made, he may authorize any of the remaining progress payments to be made in full. **END OF SECTION** Contra Costa County Detention Facility 0012 3) TESTING AND INSPECTION Section 01400--Page 1 PART 1--GENERAL 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF MOR[ "A. The Contractor shall provide all testing and inspection that is required by the "Testing. Laboratory.' B. The Contractor shall not provide work required by the "Testing Agency' or by the •Geotechnical Engineer.• He shall, however, perform all the necessary coordination, scheduling, sample preparation, and delivery as specified for the Testing Agency and Geotechnical Engineer. C. Procedures required by this Specification of the Testing Agency and Geotechnical Engineer are included for infor- mation only. D. Testing and inspection shall cover the following cate- gories: 1. Earthwork. 2. Concrete reinforcing. 3. Cast-in-place concrete. 4. Precast concrete. S. Concrete block masonry. 6. Structural steel. 7. Steel decking. 8. Sprayed fireproofing for steel. 0012' Contra Costa County Detention Facility TESTING AND INSPECTION Section 01400--Page 2 1.3 APPOINTMENTS A. The Testing Agency will be a different laboratory from that employed by the Contractor and will be appointed by the, county to perform all testing and inspections other than that provided by the Contractor. 8. * The Geotechnical Engineer will be appointed by the County. C. The Contractor shall select a reputable Testing Labora- tory for approval by the Architect which shall have been established for .a minimum of five (5) years and which employs a State of California registered Civil Engineer who shall certify the work of the Testing Laboratory. D. The use of a Testing Agency and Geotechnical Engineer shall not relieve the Contractor of his responsibilities to comply with the Plans and Specifications. E. The County may increase or decrease the scope of testing specified for the Testing Agency. 1.4 COST OF ADDITIONAL TESTING AND INSPECTION • i A. The County will pay the Testing Agency and Geotechnical Engineer for the following services which will be de- ducted from the General Contract Price: ± 1. All tests and inspections where materials fail to f comply with Specifications. i 2. All retests and reinspections caused by materials failing to comply with specifications in initial tests and inspection. 3. All tests where materials are replaced because of defective material and/or workmanship. 4. Testing required because of changes in materials or proportions requested by the Contractor. • I 28 001 Contra Costa County Detention Facility TESTING AND INSPECTION Section 01400--Page 3 1.5 DUTIES AND AUTHORITY A. Technicians representing the Testing Agency and the GOO- technical Engineer will inspect materials and procedures and will report their findings to the Architect and the Contractor. When it appears that the material furnished or work performed by the Contractor fails to fulfill Specification requirements, the technician will immedi- ately direct the attention of the Architect and the Con- tractor to such failure. B. The technician will not act as foreman or perform other- duties for the Contractor. Work will be checked as it progresses, but failure to detect any defective work or materials shall not in any way prevent later rejection when such defect is discovered, nor shall it obligate the Architect for final acceptance. Technicians are not authorized to revoke, alter, relax, enlarge, or release any requirement of the Drawings or Specifications, nor to approve or accept any portion of the work. 1.6 TESTING AND INSPECTION REPORTS A. Testing Agency and Geotechnical Engineer will furnish certified reports summarizing results of all tests and inspections of plant, equipment, materials, and workman- ship. Bight (8) copies of reports will be furnished and distributed: Architect, (2), County (2), Contractor (2), inspector (1), structural engineer (1). B. Reports for testing will clearly distinguish type of. test; age of material at date of test, if known, whether original (first) test or retest; Specification require- ments; test results; and all other related information. C. Reports of inspection will clearly distinguish type and extent of inspection, date of inspection, general obser- vations, Specification requirements, all other related information, and degree of compliance with Drawings and Specifications. 1.7 ' COORDINATION FOR TESTING AND INSPECTION 00129 Contra Costa County Detention Facility TESTING AND INSPECTION Section 01400--Page 4 A. The Contractor shall schedule the work and notify the Architect, Testing Agency, and Geotechnical Engineer in sufficient time to allow all tests and inspections rs quired by the Specifications. The responsibility for scheduling and coordination of tests and inspections shall be the Contractor's. Delays and losses caused by failure to properly notify the Testing Agency for tests and inspections shall be at the Contractor's expense. B. To facilitate testing services, the Contractor spalls 1. Secure and deliver to the Testing Agency without costs, preliminary representative samples of the materials he proposes to use and which are required to be tested. 2. Furnish such casual labor as is necessary to obtain and handle samples at the Project or at other sources of material 3. Advise .the Testing Agency sufficiently in advance of operations to allow for completion of quality tests and for the assignment of personnel. 4. ' Provide and maintain adequate facilities for safe storage and proper curing of concrete test cylinders on the Project site as required by ASTM C31. **END of SECTION** OWN Contra Costa County Detention Facility METAL DECKING Section 05300--Page 1 PART 1--GMRAL 1.1 RELATED DOCUMENTS The general provisions of the Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to the work specified in this Section. 1.2 DESCRIPTION OF WORE A. The extent of metal decking is shown on the Drawings, in- cluding basic layout and types of deck required. The work shall include, but is not limited to, the furnishing and installing of floor and roof decks, closures, edge angles, shear stud, and all supplementary framing required for sup- port of the deck not shown on the structural drawings. B. Related Work Specified Elsehwere: Structural Steel: Section 05120. 1.3 REFERENCE STANDARDS Specifications, standards, tests, and recommended methods cited herein fro` following grade, industry, and government organizations shall determine quantity and quality of materials and methods unless specifically designated otherwise: A. American Society for Testing Materials (ASTM). B. American Iron and Steel Institute's "Specification for the Design of Light Gauge Cold-Formed Steel Structural Members." C. UBC Seismic Resisting Ratings. D. AWS Standard D1.1 latest edition. Contra Costa County Detention Facility METAL DECKING Section 05300--Page Z 1.4 SUBMITTALS A. The Contractor shall prepare complete Shop Drawings, in- dicating all details of layout, fabrication and installa- tion, location and dimension of openings, support framing, reinforcing and accessories, metal closures and flashing, stud size and location, and type, size, and location of all welds and shall submit thea to the Architect for re- view before the start of fabrication. B. Obtain reviewed structdral steel Shop Drawings and verify all conditions before preparing Shop Drawings for metal decking; show all members required for support of metal decking on Shop Drawings for metal decking. C. The Architect's review is of a general nature only, and all responsibility for conformance with the Drawings and Specifications and• for dimensions shall remain with the Contractor. 1.5 TESTS AND INSPECTIONS All steel decking and stud anchor layout, installation, and related field welding shall be inspected by the Testing Labor- atory. Refer to Division 1 for details of Testing and Inspec- tion. 1.6 SUBSTITUTIONS A. Types of material and equipment may be specified by ref- erence to manufacturers' names and catalog numbers. The purpose of this reference is to establish standards of quality and essential performance characteristics and not to exclude materials or equipment of other manufacturers. To obtain consideration of proposed equal substitution, the Contractor must request approval, in writing, within 30 days after award of Contract, providing to the Architect all supporting data and samples as will permit a fair eval- uation of the proposed equal substitutions with respect to quality, performance, serviceability, and warranty. Contra Costa County Detention Facility METAL DECXING Section 05300--Page 3 B. The Contractor assumes all risks and costs associated with acceptance or rejection of proposed equal substitutions, including redesign and readjustment of all work affected thereby. The Contractor shall obtain written approval from the Architect of any proposed equal substitution before in- corporating it into the work. PART 2--PRODUCTS 2.1 MATERIALS A. Steel decking, closure plates, and flashing shall be formed from steel sheets conforming to ASTM A245 Grade C or ASTM A446 with a minimum yield strength of 33,000 psi. Before forming, the steel shall receive a protective metal coat- ing of zinc conforming to ASTM A525, wiped coating, and to Federal Specifications QQ-S-7750, Type d, Class E with a minimus of 0.500 ounce zinc per square foot. B. Miscellaneous Steel Shapes: ASTM A36. C. fielded Shear Studs: ASTM 108 headed stud. D. Flexible Closure Strips for Deck: Vulcanized, closed- cell, expanded chloropene elastomer, complying with ASTM D1056, Grade SCE 41. Brittleness temperature, minus 40-degrees F, ASTM D746. E. Touch-Up Paint: Zinc dust--zinc oxide primer, Federal Specification TT-P-641, Type II. 2.2 DECK MANUFACTURE A. General Requirements: 1. Properties of metal deck section shall be computed on the basis of the AISI specification. Decking shall be designed for composite construction with adequate pro- visions to transfer shear and to prevent vertical separation. Manufactuer's certificate and test reports may be required to show complicance with these Speci- fications. ICBG approval of diaphragm valves is required. Contra Costa County Detention Facility. METAL DECKING Section 05300--Page 4 2. Deck units shall be supplied in lengths to span over at least three supports where layout permits. 3. Ends of deck units shall abut over framing support with a minimum of 3 inches of bearing under each unit. 4. All deck units shall be provided with either an inter- locking side lap or a lapping-type side lap. 5. Provide vent slots (approximately 1/4 inch to 3/4 inch) at all low flutes at 24 inches on center maxi- ■um, and at all deck supporting insulation fill or lightweight concrete. 6. Holes for attachment of ceilings, light fixtures, and other trades shall be provided under other Sections. 7. Flashing and Closure Plates and Angles: Provide 16- gauge, zinc-coated; continuous flashing for deck units as detailed, as required, at ends and sides, at open- ings, at columns, and at deck perimeter to contain fill. Flashing and deck closures shall be detailed and installed to prevent concrete leakage. 8. Weld Plates: Provide 14-gauge, continuous, galvanized, bent-plate sections as shown or required over perim- eter and interior framing to alloy specified shear transfer welding to parallel supports. B. The following deck sections, as manufactured by H. H. Robertson Company of Inland-Ryerson, will be acceptable: Item H.H. Robertson Co. Inland-Ryerson 1. Roof--Level 4 1-1/20 OL 3-18 1-1/20 B-18 Roof--Level 3 Roof--Court Bldg. Roof--Canopy 2. Floor--Level 3 3- QL 99-18 3' W-18 3. Floor--Level 2 DC3-18/8 and 30 HF-18/18 Floor--Level 4 ADC3-18/18 30 HF-18/18 Acoustideck 4. Floor--Level 2 DC6-18/18 and 6- HF-18/18 Roof ADC6-18/18 60 HF-18/18 Acoustideck OWN Contra Costa County Detention Facility JWAL DXCXIXG Section 05300--Page S C. Metal deck shell have the following properties: I. 1-1/2-inch-deep dock for composite slabs: Pattern (width x depth) 6" x 1-1/2" Sheet Thickness 18 gauge Height 2.9 lbs./sq. ft. Section Modulus 0.39 in.3 Mawent'of Inertia 0.337 in.4 Cover Width 24 in. 2. 3-inch-deep deck for composite slabs: Pattern (width x depthl 12" x 3" Sheet Thickness 18 gauge Weight 2.9 lbs./sq. ft. Section Modulus 0.769 in.3 Moment of Inertia 1.221 in.4 Cover Width 36 in. 3. 3-inch-deep cellular deck: Pattern (width x depth) 9" x 3" Sheet Thickness with bottom plate 18/18 gauge Height S.0 lbs./sq. ft. Section Modulus .99 in.3 Moment of Inertia 2.184n.4 Cover Width 24 in. 4. 6-inch-deep cellular deck: Pattern (width x depth) 9" x 6" Sheet Thickness with bottom plate 18/18,gauge Weight 6.0 lht./sq. ft. Section Modulus 2.4 in.3 Moment of Inertia 9.79 in.4 Cover Width 24 in. D. Requirements for cellular deck ("DC" or "HF" and "ADC" or HF Acoustideck" designations) : Contra Costa County Detention Facility METAL DECKING Section 05300--Page 6 1. Units: Type 'DC' and "ADC" or type •NF" and "HF Acoustideck" roof deck shall be composed of two iden- tically formed bests sections, with an integral stif- fening rib rolled into the top flsngs of each section and a flat plate. The flat plate shall have"fosmed male and female joints on opposite edges. The flat plate for acoustical deck shall be perforated with 1/8-inch holes staggered 25/64 inch on center in two continuous paths 9 inches wide. she flat glace and the beam sections shall be assembled by electri- cal-resistance spot welding to provide a structural cellular beam unit. Side joints *ball be interlock- ing (male/female) and continuous for the length of the section. ibs deck shall be 24 inches in width of gauge and depth as indicated on Structural Drawings. 2. The Noise-Reduction Coefficient of the complete as- sembly shall be a.minimuas of 0.70, as determined by standard tests conducted by Riverbank Acoustical Laboratories or approved equal laboratory. ' 3. Shop Finish: Cellular acetal decks shall have the flat-plate element degreased, chemically cleaned, and phosphate treated after forming but prior to as- sembly or may be manufactured from A-40 galvanised steel. After welding.assembly, the exposed face of the nongalvanised flat plate shall receive a spray- on primer to be compatible with standard field applied finish enamels. Resistance welding through precoated sheets is not permissible. PART 3--EXECUTION 3.1 FABRICATION A. All fabrication, bevel cuts, etc., shall be.done in the shop and shall be equal to a high standard of workman- ship. All deck units shall be shipped to the field in standard widths and in precut lengths so that end joints occur over supporting members. B. Deck section shall be cut to fit all openings which are shown on the Drawings. Dimensions of openings and holes required for the work of other trades will be provided by respective trades for cutting of deck. 0013" Contra Costa County Detention Facility METAL DECIIXM Section 05300--Page 7 C. Misalignment of deck sections and cuts, short lengths, apoor workmanship shall be cause for rejection by theArchitect. All rejected work shall be replaced at the Contractor's expense. 3.2 ERECTION A. Protections Steel decking sheets shall be covered and protected from weather during transit and during storage at the job site. Sheets shall not be in contact with the ground and are to have a waterproof covering. B. Workmanship: 1. Decking shall be installed in the field by an approved steel-deck applicator with at least 5 years demon- strated successful experience in this type of work. 2. Installation work shall be performed by.workmen skilled in their trade, in conformance with established stand- ards of good practice and -the manufacturer's recommen- dations. C. installation: 1. The steel deck unitsshall be placed on the support- ing framework, aligned, and adjusted to final posi- tion before being permanently fastened. - Each unit shall be brought to proper bearing on the supporting beams. If the supporting beams are not properly aligned or sufficiently level to permit proper bear- ing of the steel units,. the Contractor shall notify the Architect prior to taking corrective action to ensure properly aligned work. 2. Deck units shall be placed in straight alignment for the entire length of run with close registration of the cells of one unit with those of abutting' and ad- joining units, and with a 3-inch minimum end bearing of open-section abutting units. 3. Deck units shall not be placed on supporting members until all corrections of the structural-steel asses 4• bly are completed. 0013 Contra Costa County Detention Facility METAL DECEIMG Section OS300--Page 9 e. weld all closure angles and plates with 3/4-inch- a'- ter /4-inchdiameter fusion welds at la inches an center. " 7. Decking shall be installed in a continuous operation to avoid delays in the construction. a. Cut holes and provide opening reinforcement as de- tailed on the Drawings. Holes other than those de- tailed on the Drawings shall be done only as specif- ically approved by the Architect. In general, rain forcing is not required for holes less than 3 inches in diameter. See Details on Drawings for limitations. 9. Leave slag in place atwelds to be covered by concrete. Elsewhere remove slag to bright metal and touch up all welds and field--cut edges with zinc-dust/zinc-oxide primer. 10. All deck units having concrete fill shall have provi- sions for venting moisture. wbere individual clips are used, follow meanfacturer's printed recommenda- tions as to installation. unless otherwise required, locate one clip at aidspan of side laps for support spacing 48 inches and less, and two clips tat 1/3 points) where support spacings exceed 48 inches, but in no case over 48 inches apart. 3.3 WELDED SHEAR STUDS INSTALLATION A. Top flanges of beams receiving welded studs shall be on- painted, free of heavy rust, mill scale, dirt, or other material which will interfere with the welding operation. B. Deck sheets shall be free of dirt, sand, or other material which will interfere with the welding operation. C. Water on the deck or between the deck and the beam must be removed before welding. D. Deck sheets must rest tightly upon the top flange of the beam. E. welding: 00 Contra Costa county Detention Facility MMM DSCKXVG Section 05300--Page • 4. Deck units shall be placed and welded in sequences required by the contractor to facilitate construction Of concrete shear walls. S. Provide aid-span shoring for all 3-inch-deep metal deck with a span greater then 7 feet 6 inches. Shor- ling shall"be adequate to support the weight of con- crete fill and construction loads. 6. Welding: a. Make all welds in accordance with Structural Draw- ings. Use only welders certified for welding in light-gauge metal. Dutton punching or riv clinch- ing of deck will not be permitted. b. Steel deck units shall be fastened to the steel framework by the arc-welding process. Welds shall be free of sharp points or edges. c. All welding shall be done by competent, experi- enced welders thoroughly familiar with the metal to be welded and certified for welding of light gauge metal. d. Deck sheets shall be welded to the supporting am- ber and to each other with welds in accordance with the Structural Drawings and in accordance with the minimum welding listed below: 1) End and intermediate supports perpendicular to deck flutes: 3/4-inch-diamster fusion weld in 3 flutes per sheat. Welds at end overlaps shall be made through both sheets. 2) Side joints 'between individual deck units with side interlock joint: 1-1/2-inch-long fusion weld at 24 inches on center. Button- punch before welding to draw units together. 3) Side joints between individual deck units with side-lapped joint: 3/4-inch-diameter. fusion welds at 24 inches on center. 4) Boundary deck units to parallel supports; and interior deck units to parallel framing supports: 3/4-inch-diameter fusion welds at 18 inches on center. 00139 Contra Costa County Detention Facility METAL DZCKING Section 05300--Page 10 1. fielding through two thicknesses of deck material at lap joints is not permitted. 2. Studs and ferrules shall be kept dry. 3. Power requirements shall be in strict conformance with the manufacturer's requirements. 4. A.C.-line current requirements for stud welding are 32S amps at 460 volts when welding at maximum setting and 60 asps at 460 volts on load current. S. Mhere adequate A.C. power is not available, a "Nelson Model FD Diesel-Driven Power Unit" or equal will be required. F. A minimum of two studs shall be welded at the start of each production period to determine proper weld setup. These studs shall be tested by beading to an angle of 4S degrees from vertical without weld failure. if fail- ure occurs, adjust setup and repeat test. Two successive studs shall be tested and found satisfactory before pro- duction studs are welded. G. If, after welding, visual inspection reveals studs that do not show full fusion or 360-degree fillet weld, such stud shall be struck with a hammer and bent approximately 1S degrees from the vertical in the direction of the bens without fracture. Studs meeting the test shall be con- sidered acceptable and left in place in the bent posi- tion. Studs that fait this test shall be replaced. 3.4 FIRM FINISHING A. Galvanized surfaces requiring welding shall be thorough- ly cleaned by wire brushing after welding and then' touched up with zinc-dust primer paint where not covered by con- crete. B. After erection all damaged surfaces shall be primed. 001" Contra Costa County Detention Facility HEM DEMING Section 05300--Page 11 3.5 DEFECTIVE WORK All work not in confosaance with these Specifications and/or generally accepted standards of the trade will be deemed defective by the Architect and will be rejected. All work which is defective shall be corrected or replaced as All, by the Architect. Corrections, redesign, and replacement of defective work shall be at the Contractor's expense. " 3.6 CLEANUP After erection all surfaces shall be cleaned and left free of all grime and dirt. Decking shall be cleaned with solvents, if necessary., to provide a surface which will readily bond with concrete fill. and.direct-to-steel fireproofing. **END of SECTION** 00141 Contra Costa County Detention Facility IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Traffic Signals and Highway Flashing Beacons RESOLUTION N0. 77/752 Project, Various Areas. Project No. 0961-4380-925-77 WHEREAS Plans and Specifications for the Traffic Signals and Highway Flashing Beacons Project, Various Areas, have been filed with the Board this day by the Public works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and . WHEREAS this project is considered exempt from Environmental Impact Report requirements as a Class 1C Categorical Exemption under the County Guidelines. .and the Board concurs in this finding; and IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on October T3. 1977 at 2.00 m. , and the Clerk of this Boardis directedto publish oncein�to ontractors in the manner and for the time required by-llax�ALLEY PION bids for said work, said Notice to be published in PASSED AND ADOPTED by the Board on September 13, 1977 Originator: Public Works Department Traffic Division cc: Public Works Director County Auditor-Controller RESOLUTION no. 77/752 00142 PROJECT NO* 0961-4380-X925-77 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 PUHLIC WORKS DIRECTOR WILL RECEIVE BIDS UNTIL 2 O'CLOCK P*M. ON OCTOBER 13. 1977. FOR THE FURNISHING OF ALL LABORS MATERIALS• EQUIPMENT* TRANSPORTATION AND SERVICES FOR TRAFFIC SIGNALS AND HIGHWAY FLASHING BEACONS THE PROJECT 15 LOCATED IN THE SOUTHERN* CENTRAL* AND EASTERN AREAS OF THE COUNTY THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO* BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN* ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO* QUANTITY MEASURE ITEM 1 IF) LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING SITE 1 CAMINO PABLO AND MINER RD 2 IF) LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING SITE 2 SYCAMORE VALLEY RD AND CAMINO RAMON 3 IF) LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING SITE 3 WILLOW PASS RD AND BAILEY RD 4 IF) LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING SITE 4 ALCOSTA BLVD AND DAVONA OR 5 IF) LS HIGHWAY FLASHING BEACON SITE 5 SAN RAMON VALLEY BLVD AND GREENBROUK 6 IF) LS HIGHWAY FLASHING BEACON SITE 6 CROW CANYON RD AND BOLLINGER CAN RD mkrafilmed with hoard ordW 00143 N - 1 NO?ICE TO CONTRACTORS (CONT* 1 EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORSs ROOM. 1039 COUNTY ADMINISTRATION BUILDING• 651 PINE STREET• MARTINEZ. CALIFORNIA• THE PLANS AND SPECIFICATIONS MAY BE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUB41C WORKS DEPARTMENT* ',` STH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS INOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS• MAY BE OBTAINED BY PROSPEC TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT• STH FLOOR• COUNTY ADMINIS— TRATION BUILDING• UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF SEVEN AND 46/100 DOLLARS IS7*461 (SALES TAX INCLUDED) WHICH AMOUNT SHALL NOT BE REFUNDABLE• CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA CUSTA' * AND SHALL BE MAILED TO PUBLIC WORKS STH FLOOR* ADMINISTRATION BUILDING* MARTINLZ* CALIFORNIA 94553• EACH BID SHALL BE MAUE ON A PROPOSAL FORM TO BE OBTAINED AT THE PUBLIC WORKS DEPARTMENT• STH FLUOR* COUNTY ADMINISTRATION BUILDING* RIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NUR CONTINGENT BIDS WILL BE CONSIDERED* A PROPOSAL GUARANTY IN THE AMOUNT OF TEN 1101 PERCENT OF AMOUNT BIO 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 RE FORFEITED BY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES• NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TQ FURNISH THE NECESSARY BONDS AFTER BEING REQUESTED TO DO SO BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY• RID PROPOSALS SHALL BE SEALED AND SMALL BE SUBMITTED TO THE PUBLIC WORKS DIRECTURs 67H FLOOR* COUNTY ADMINISTRATION BUILDING* 651 PINE STREET* MARTINEZ* CALIFORNIA* ON OR BEFORE THE 13TH DAY OF OCTOBERs 19779 AT 2 O'CLOCK P*M* AND WILL RE UPENED IN PUBLIC AND AT THE TIME UUE* IN THE CONFERENCE RUUM OF THE PUBLIC WORKS DEPARTMENT* 6TH FLUURs ADMINISTRATION BLUG*s MARTINEZ* CALIFORNIA* AND THERE READ AND RECORDED* ANY BIU PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE WILL BE RETURNED UNOPENED* 00144 N - 2 NOTICE 70 CONTRACTORS (CONT• ) a THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATFRIALS 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 .TU SECTION 1773 OF, - '- THE F - 'THE LABOR CODE OF THE STATE uF CALIFURNIA. 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 FUR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE ANARDED TO THE SUCCESSFUL BIDDER• THE PREVAILING RATE OF PER DIEM WAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS. AND IS INCORPORATEDHEREIN . BY REFERENCE TMERET09 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 BIDS OR ANY PORTION OF ANY BID AND/UR 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 BY---���NMNMN-Y-CMN DEPUTY DATED- SEP 13 1977 PUBLICATION DATES- ----------------------------- -- -------------------------------- 00145 N - 3 PROJECT NO* 0961-4380-925-77 BIDS DUE OCTOBER 139 1977 AT 2 O'CLOCK P.P•;. 6TH FLOUR# COUNTY ADMINISTRATION 9UILDING* 651 PINE STREET* MARTINEZ. CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ* CALIFORNIA P R O P O S A L • a► • sfjLE SEP 13 1977 F O R J. IL OLVJ04 CLERK SOAW OF SUPeRvGM CCMI CQXA CO. TRAFFIC SIGNALS AND HIGHWAY FLASHING NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CONTRA CGSTA COUNTY - THE UNDERSIGNED. AS BIDDER* DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREiN— T,HAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSCN9 FIRM OR CORPORATION— THAT ME HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORK. PLANS AND SPECIFICATIONS— AND HE PROPOSES AND AGREES• IF THIS PROPOSAL IS ACCEPTED. THAT HE WILL CONTRACT WITH THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY* TOOLS+ APPARATUS AND OTHER MEANS OF CONSTRUCTION* AND TO DO ALL THE WORK AND FURNISH ALL THE MATERIALS SPECIFIED IN THE CONTRACT* IN THE MANNER AND TIME PRESCRIBED. AND ACCORD- ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FCRTH* AND THAT Ht WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT BASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WURK* THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING S tINSERT TOTAL) AND THE FOLLOWING BEING THE UNIT PRICES BID* TO wIT— 11 Microfilmed with board order !00143 P - 1 PRQPOSAL (CONT.) (PRICE NOT TO EXCEED THREE (3) DECIMALS) 7T ITEM TOTAL ITEM ESTIMATED UNIT OF PRICE(IN (IN N0. QUANTITY MEASURE ITEM FIGURES) FIGURES) N-------------N-----------N------NN....-M--N-NN ----N - ---- 1 LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING IF) SITE 1 CAMINO PABLO AND MINER RD ------------------N-_N---�rN---��.�-��-------��--��-N----- -���---- --------- 2 LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING (F) SITE 2 SYCAMORE VALLEY RD AND CAMINO RAMON ----------••-----------N--N- ..N---------------------- ------ 3 LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING - IF) SITE 3 WILLOW PASS RD AND BAILEY RD N-N---..---N-MN-N--M-- --NNNN-----MMN-N---N ---- ------- 4 LS TRAFFIC SIGNALS AND HIGHWAY LIGHTING (F) SITE 4 ALCOSTA BLVD AND DAVONA OR 5 LS HIGHWAY FLASHING BEACON (F) - SITE 5 SAN RAMON VALLEY BLVD AND GREENBROOK 6 LS HIGHWAY FLASHING BEACON IFI SITE 6 CROW CANYON RD AND BOLLINGER CAN RD NOTE-PLEASE SHOW TOTAL ON PAGE P-1 TOTAL .-----.--.- --M-- ---------------------------------------- ------------- 00147 --------0014 7 P _ 2 PROPOSAL (COAT.) IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS• THE UNIT PRICES SHALL PREVAIL. IT IS UNDER-,000 AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE -`NLYP BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL• AND THE RIGHT 15 RESERVED TO THE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED# IN ACCORD- ANCE WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT* IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT* DOES NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED• AS BIDDER* SHALL FURNISH A LABOR AND MATERIALS BOND IN Ah 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 PROPOSAL. TO THE COUNTY OF CONTRA COSTA AND AT NO EXPENSE TO SAID COUNTY. EXECUTED BY A RESPONS- IBLE SURETY ACCEPTABLE TO SAID COUNTY# IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF 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 171 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# APED THEREUPON THIS PROPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SMALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS --N-NN-N THE CONTRACTOR AGREES* BY SUBMISSION OF THIS PROPOSALP TO CON- FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORS* EXCEPT AS PROVIDED UNDER SECTION 4100*5* THE SAME AS IF INCORPORATED HEREIN* FOR ALL TRAFFIC SIGNAL AND STREET LIG14TING WORK* A COMPLETE LIST OF SUBCONTRACTORS 15 REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS 04N FORCES ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR 15 LISTED. THE FOLLOWING 15 A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED ON THIS PROJECT* IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTORP THE VALUE OF THE WORK SUBCONTRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITEM# DETERMINED FROM INFORMATION SUBMITTED BY THE COi+- TRACTORP SUBJECT TO APPROVAL BY THE ENGINEER• THE UNDERSIGNED• AS BIDDER• DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUBCONTRACTOR OR NATERIALMAN THROUGH ANY BID DEPOSITORY. THE BY-LAWS# RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CON- TRACTOR FROM CONSIDERING ANY BID FROM ANY SUECONTRACTOR OR MATERIALMAht WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY* OR WHICH PREVENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO D USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID OEP P - 3 „ ,PROPOSAL (CONT•) l--p--l1--l-r.--- N0. ITEM SUBCONTRACTOR ADDRESS ---- --N--N-------N------- --N-NNl--a--a-N-N MNN-N- --NNN- -N- --N------N----N----N-- --------N----------N -------a- ---------- !-- ------------------------ --------N------------ --M N----------- ---- ------N----------N---- --N-N-a-l----------- --N---M----------- s-N -----l----MI--N-M--I- ---N--'---MMNN•1!- -1-------I-MNlI--- ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT 810 N-M--N- -N--NN-N-NN-----1--11-N--N- --M-NN (CASHIEROS CHECK• CERTIFIED CHECK OR BIDDER'S 60%0 ACCEPTABLE) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT NOTICE -N--MNNN--- IF THE 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 15 AN INDIVIDUAL* STATE FIRST AND LAST NAME IN FULL* --------lNl-NN------N------------N-NI--N--IN--- NN-N------ ----N-NNN-NN-----N-N----Nl--- N---N--N-NN---------1-N-- -------------------------------------------mZm LICENSED TO 00 OR SUBCONTRACT ALL CLASSES OF WOU, INVOLVED IN THE PROJECT* IN ACCORDANCE 'WITH AN ACT PROVIDING FOR THE REGISTRA- TION OF CONTRACTORS* LICENSE NO* (CLASS- ____m----------------------- CLASS-N----------------N---M-------- NN--------------------a------------ N-------- (SIGNATURE OF BIDDER) BUSINESS ADDRESS NM---NMI►M---MN--- -l-iN---NN--!! PLACE OF RESIDENCE DATE 19 P - 4 Project No. 0961-4380 -77 Traffic Signals and Highway Flashing Beacons - FILE. SPECIAL PROVISIONS St /3 1977 J. R.OLWN aewc 60"o o�wa�aV"Or FOR CONSTRUCTION ON COUNTY HIGNW Y LCONT` �OSiA CO. Traffic Signals and Highway Flashing Beacons TRAFFIC SIGNALS Sits 1 - Camino Pablo at Hiner Road - Rd. No. 0961 . Sits 2 - Sycamore Valley Road at Casino Ramon - Rd. No. 4722 Site 3 - Willow Pass Road at Bailey Road - Rd. No. 5181 Sita 4 - Alcosts Boulevard at Covens Drive - Rd. Me. 5302 HIGHWAY FLASHING BEACONS Site S - San Ramon Valley Boulevard at Green►rook Drive - Road No. 5301 Site 6 - Crow Canyon Road at Bollinger Canyon Road - Road No. 4711 VERNON L. CLINE. PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS -DEPARTMENT MARTINEZ. CALIFORNIA September 13, 1977 Microfilmed with boom,aria' M, s Project No. 0961-4380-;"i-77 Traffic Signals and Nighway Flashing Beacons 1 N 0 E X SECTION A - DESCRIPTION OF PROJECT PACE 1. Location A-1 2. Description of York A-1 3. Contract Documents A-1 i. $*ginning of York, Time of Completion s Liquidated Damages A-1 S. Permits A-2 6. Control of Work A-2 7. Relations and Agreement with Railroad A-2 8. Relations with Southern Pacific Pipelines A-S SECTION I - GENERAL PROVISIONS 1. Definitions and Terms 8-1 2. General B-i 3. Proposal (lid) Requirements and Conditions •0-1 k. Award and Execution of the Contract (S.S.3) $-3 S. Scope of York 9-3 6. Control of Work 8-3 7. Control of Materials B-k S. Legal Relations and Responsibility $-4 9. Prosecution and Progress 9-7 10. Measurement and Payment 0-8 SEC_ C - FORCE ACCOUNT-AND EQUIPMENT RENTAL 1. Definition C-1 2. Labor C-1 3. Equipment C-1 SEC_ 0 - CONSTRUCTION DETAILS - SIGNALS AND .LICNTINC 1. Description 0-1 2. Public Convenience, Public Safety and Signing 0-1 3. Equipment List and Drawings 0-2 •. Clean-up 0-2 S. Excavating and Backfilling 0-3 6. Conduit D-3 7. Pull Boxes D-k S. Conductors and Wiring D-S 9• $ending and grounding D-6 10. Service .0-6 i1 . Field Tests 0-7 12. Painting 0-8 13. Solid State Traffic Actuated Controller 0-8 lb. Type 90 Controller 0-8 M5i project No. 0961-438077 Traffic Signals and Highway flashing seseons N D E x (cont'd) SECTION 0 - CONSTRUCTION DETAILS - SIGNALS ANO LIGHTINGFACE 15. Testing 0-16 16. Railroad preemption 0-14. 17. Signal Faces and Signal Meads 0-15 18. pedestrian Signals 0-16 19. Flashing season 0-17 20. 0etoctors 0-17 21. Mercury Vapor Luminaires 0-19 22. photoelectric Controls 0-19 23. Payment 0-19 ATTACHMENTS CC County Standards CC 306 SECTION A DESCRIPTION OF PROJECT 1 . LOCATION This project Is located- various- parts of- the County. Location of thevarious sites are as-shorn on` the Plans; four sites inithe southern- County, one: in °the- central,- and`` one in� tha eastern County area. 2. DESCRIPTION Of: YORK The work, in general , consists of fvrnish-int'. and- insta Z'i'ng as complete,' four traffic signal and=highway lighting systems; two highway flashing beacons. a concrete traffic -island and such-other items or details, not mentioned above, that are required by the Plans, Standard Specifications,- or these special. provisions .to'..be performed, placed, constructed- or Installed. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, " Traffic Signals and Highway Flashing Deacons," the Standard Spacificatiows of the State- of California, business and Services Agency, Department of Traosporta_tion, 'dsted- Janvary, 1975. Insofar as the same- may` apply,- these- special provisions, the Notice to Contractors, the Proposal , the Contract (or Agreement) , the two contract, bonds required herein, any- supplemental agreements amending or extending the work, workiag drawlogs`or, sketches- clarifyint- or enlarging upon the work specified herein, and to pertinent portions , - of other documents included by reference thereto in these special provisions. k. BEGINNING Of WORK, TIKE Of COMPLETION 6 LIQUIDATED DAMAGES Attention Is directed to the provisions in Section 8-1 .03. "Beginning of Work," Section: $-1 .0f, 'IT ime of. CoopIotIon,,11 and Section 8-1 .07, "Liquidated Damages," of the Standard' Specifications- and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the- Kllotice to Proceed" issued by the Public Works Department and shall complete tho ,work _wIthin the allotted time of 90 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- Costs the sum of $75.00 per day for each and every CALENDAR DAY of dsiay: in finishing the work in excess of the number of working days prescribed above, 0 authorized extension thereof. f , A -- 1 S. PERMITS Electrical al - It shall be the responsibility of the Contractor 'ter Pay thsecessary foe. and, obtain,, froo both: Alameda and Contra Costa County goIIding inspectors the necessary. permits : covering the electrical lostailat ons and to eooply: rlth the_ requ:ire •ants thereof. Ara- ding • The Contractor shall comply with- the applicable provisions n t e ounty grading Ordinances 91visIon"7-= Sections 7700 through, 7755 of the Contra:Costa County Ordinance Coda) in the process of.d silos leg of the "cots mate -IoU ss fill: on::pr iwte' : property within the:.Cousty. Rollroad. The Contractor-shall ebta.ln'a-Contractor"s:: Permit from out Pacific Railroad prior: te perfo.reing, any, work on Railroad property at Sycamore Valley Road and Camino Ramon. 6. CONTROL Of YORK Attention Is directed to the provisions in Section,5-1:07 "Lines and grades" of the Standard Specifications and these special provisions. it shall be' the Contractors respens.ibility to locate the four (4) corners- of each detector-: loop. Corners shod 1, bw. oarked:,aadl locations Shall be approved. by tMe_•Engineor,prlor to::saw cutting, At site 2 Sycamore Valley Rood _and Cap.lao Ramo*. the : County shall locate and- work the radius polats-:of the concrete Island. It shall be the responsibility of the Contractor, to- mark the location of all signal standards and pull boxes. Location of signal standards shall be- approved by the Engiaeer-prJ or-to setting foundatlons. fult compeaset.loe for .locating and marking the:.corners . of detector loops. tom- signal: standards and, pul-U,boxes:,shaj I be. considered as included in the contract lump sum,prices- paid; for "Traffic Signals" and "highway fleshing Deacons" and no additional compensatton wILl be allowed therefor. 7. RELATIONS AND AGREEMENT WITH RAILROAD A. general 1. The term "Railroad" shall be understood to mean the Southern Pacific Transportation Company. 2. The term "Public Agency" shall be understood to mean Contra Costa .County. responsible or contracting for work to be performed. A 2 7. RELATIONS AND AGREEMENT WITH- RAILROA• (cont'd) A. Oen (oont!d) 3.- tt is expected-that Rat troad_wIII cooperate-with the Contractor to the end that the work way be handled In an efficient manner. but the .Contractor shalt have.me clale- fer.daoages or extra compensation to :the -.event his -work Is: held :up by the work which 1s .required to ,be perferead by Railroad forces. _:: 0. Ra[•tread Riiu t`riie>/'ts . A.1 The Contractor ,shall cooperate with- Railroad whore work is .over or under_the .Railroad tracks, or within:the limits of Railroad property, in :°order -to insure safety, -to expedite the work, and evold interference whth .Railroad operations: _ °2. Tbe 'Contractor shall comply with the "rules and regulations of Railroad or the instructions of Its representatives regarding the proper menaer of protecting the Railroad tracks, as well -as the wire lines.- signals,-pipe lines -and ;other 'property of Railroad, its tenants or licensees, at and In the'vIcIa1ty -of the work during the period of construction. 3. This Contractor` shall perform his >work in such manner -and at such =tImes as -shotI 4ot endanger-or .iaterfere`with the safe operation- of >tailrood'sstracks, >the traffic moving on such tracks, as wol V as .wire:lines; s1-lnals, 'pipe 'tfees•and ,other'lpropartyr of Railroad, its tenants or licensees. at or in the`.vicinity of work. k. The Controctor'-s operations shall not,-,Infringe-on - the following arm Imus loaraneas-frem any -ratIroad 4rock: �bortsontatly. from:-center-1 iaa of track (on the`4round's sdrfaeo) 22' 6" vertically above:top of ratl (California,-. PUC General Order 26-0) 15' 0" -borisental ly from center line of track:,., . ~for face of boring-pits =wtth approved shoring. S. Any IOfrinjewent on the above el -a due to the Contractor's operations sholl :be submitted .to.the Railroad and to the. Engineer, and shall not be undertaken until approved by the Railroad, and until the Engineer has obtained ,any necessary authorization ..froe any governmental..body or bodies having jurisdiction thereover. No extra compensation will be l .. l allow # n the event the Contractor's work is delayed pending Railroad app"r%val and governmental ftthorization. _ . . 6. In .ths .case of impaired verticai. ciearance above top of rail , .Railrood .shatl_ have the option of . installing protective - i rail traffic. devices Rat.iroad deems -necessary. for ,prot ect ion ofAsII ..tt pmen, or ; ( A - 3 7. RELATIONS AND AGREEMENT WITH RAILROAD (cont'd) 7. The details of constructlonaffoctiag:the -Railroad tracks and property not included to the contract jtin`s shall be submitted:te the Rail:read for'approval before such work is undertaken. i. is'advance of say blasting, tbo::Coatroctor shall notify Railroad to order that proper fiagging_protoctlon:may:bs . provided. it should be Gated`tbat most Rall-road `egsipmeat is equipped" with radio transmitters. Including such ptntenance equipment as motor cars, tampers, and Rigbreil aster. -9. The Contractor:shall- upen:compietion of his work covered by:this eentraet.-:promptl.y:romove-from-tbe :preetsos of Railroad a11of Costraeter*s tests,' ests, implowontsand -other..- materials; whether brought upon'satd•:promtsos:by said Aestraeter'4r::any i subcontractor, employee. or agent of Contractor or any subcontractor, and coos*:so Id.prowls*9.to-be left: tn:s ctean:ami'presentabte condition. 10. Tbe-Contractor.shall not store any :motorlot or agwl;p- went upon Rai Iread property, withwt.prior wri:ttaa approval having been obtained -from `the Rail read. : . _.. If. The Contractor shall notify the Railroad's Division Engineer.at tN:,iiestorn:btvtsion:-0tfiee to the Ctty of Oakland, at.:least -Ma_hours::(Nei tdays and •wookends :excluded) ;before_prferning;.. any work-aa or across or,-wadertho ,propert or. sy Ael-trood :trock ' of:the Ratirood. . Telephone. Cares eode::b1S1 :a.,, 32-2121. Ext. •##7.66, ,Gaking reference to file 31.2-. 12. Contractor will not be granted a haul road crossing over the tracks. A1.1 -meterlal to be-moved fr..om ,one side track to the other sidoo.wiII be moved via -an-OXIst::ing Rs�bl-lc-.:crossIng. _ 13• All-pips,-casings--or conduits to be placed by the Contractor under-tbe Ratlrood's tracks will be Installed by the boring and/or Jacking method. The use of any hydraulic method. or open cutting. will not :be permitted. lb. Non-highway type of vehicles and cranes with excess length booms;moving-ever Pablin Prado cressing shalt be moved over the crossing ander flag-protection..previded by the Railroad. C. Protection of Railroad Facilities 1. In' Connection with work paFforoed on Mailroad''s property, Railroad representatives will be provided 'by 'Rallroad .to protect its facilities. property .and train operations,' or engines. When in the opinion of Railroad's representative the Contractorl-s ' operations on or adirnt,to the Railroad's property, or tracks require, Railroad wild provide flagmen, watchmen, inspectors, track"A.,, signalmen or other Railroad forces. 2. The cost of all personnel dammed necessary and provided by Railroad to protect Railroad facilities and tralas daring the parted�`� troetlen, ane the seat of fastat.tieg protoefivo devises'. shall sl M by the Contractor. aids,; Ab n I 7,. RELATIONS AND AGREEMENT WITH RAILROAD (cont'd) C. Pretocttoo of Rsi.1r_oai.fsel.RtiIas (Coat-•-d) - - ;. `The -rates-of=pay for�Rail road`uptoy *s charged the Contractor are the eustewary"rates`to effeet -at`=thi time of the work. Such rates will be increased by staodard additives, including property 46ma94 "and -publ It"ttabtl Ity'Insurance ''vecattoo and holiday ties, rallroad tax*s, 'hefth and welfare. and supervision charges. 4. Railroad will. upon request , furnish prospective bidders with an estimate of cost of the flagging and other protection required by the Railroad but no guaranty is wade that the total cost of such flagging and protection will not exceed of the estimated amount. The determination of the cost of flagging and protective devices to be used as a basis for the submitting of bids shall be the responsibility of the prospective bidders. S. The Contractor shall conduct his operations in such manner as to maintain the track, ballast section. flongaways and areas adjacent thereto, clear and free from accumulation of dirt, debris or other matter. This applies at all Public grade crossings used by the Contractor for hauling dirt and debris as part of this contract. D. Work by Railroad Company 1. Railroad Mill rearrange its communication and signal lines and appurtenances, and will install all grade crossing and other warning devices. and will make all track changes and will perform any other work in connection therewith. 2. The work by Railroad will be done by its own forces and is not a part of the work under this contract. E. Pa_t Full compensation for any work done for the Contractor under the provisions of this Section 7, Relations aeAgreement with Railroad, by the Railroad; shall be considered as inc adod Inthe contract lump sum price paid for "Traffic Signals." Sit* 2, Sycamore Valley Road at Camino Ramon, and no additional compensation will be allowed therefor. S. RELAT�NS WITH SOUTHERN PACIFIC PIPELINES lefore any work is done in the vicinity of the 10" Southern Pacific Nigh Pressure Petroleum Pipeline at Site 2, the Contractor shall : 1 . Notify Nr. J. W. Futral , District Superintendent, Southern Pacific Pipe Lines at telephone number (916) 624-2431, Roseville, California at least ane week prior to commencement of work around the pipeline. , 2. Expose the pipeline by hand excavation in the presence. 3 01 of a pipeline representative prior excswat'i�on with power equipment. ;s: .• A = S 8. RELATtoms V1TN SOUTHERN-FACtitC pi/ELIVES(tont'a) ;. lastal:l. .signal -conduitsbolow_tho ptpolins with at coast two .(1), foot,:of-cl.oaravleo, 4. . Coopersto am ps►foeo all work arouo ;tMs=pi pel:in�� _as a i ractsa 6y ttto p t,pal ias rsp,cassntat i so. A - 6 Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, thea-following terser have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the t ce to Contractors. Proposal Special;Prwisems -. b. BOARDOF jMRVISORS own the gowning.bMV,,of thio Agony- . C. ENGINEER weans the Contra�Costi County Pubiic:Morks:Direicter (Mead „ Commissioner-Surveyor; ex officio Chief Engineer); or his authorized agent acting within the scope of his authority, who.is ,th! Agewcy's to v* fir;administra- tion of this contract, d. STANDARD SPECIFICATIONS (S.S.)'arans the Standard Specifications of the State of California, s ness . rTansportation Agency, Dopert int of Tnmporta- tion, thereinafter sometimes referred to as S.S.), dated dawAry, 1975 Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency,.ar its, corresponding agency, office or officer, nt , acting under this`toract. _.. e. EQU IPMENTRENTAL RATES.ANDPREVAIL NS 1M8E!EMS Run;the latest edition of the Equipment Rental Rates andd GeneralvailingNaga Rates of the State of Cal ifornia, Bnsiness and.Transportatioa;Agency, Departmenet:.of TOwsportationn, adopted annually by the Maid'of luperrisors of Contra Costa County, anQ.on`file Jo- 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 :im SectiOn'A of these special provisions, ore re y speciil order, the provisions of the State Contract Act (Government Code Section 14250 et eq.) shall,:not:,apply..to.this :contract, and reference thereto in_ S.S:` sic, 1.-1.44 is .rim. 6. Sta re#`Specifications. The Standard Specifications (5 . referred to above are by rerenncefu'ly Iecorppre herein, except to the extent that they are modified herein. 3. PROPOSAL (810)_RAIREMENTS AND CMITIOttS - The provisions-of S.S. Sec. 2 shall apply, except as modiffed-herein. a. Examination of Plans, Specifications, Contract and Site of York B • 1 SECTION B - GENERAL PROVISIONS -- - _ 3. PI)POS=(BID KWIREIENTS AM CONDITIONS Records of,the DeperOntot'r+ifirb red'to in, the second,paragraph , of S.S. Sec. 2-1.03 oay be inspected in the office of the Publit'lbrks Director for the County of Contre Costa, Martino, California. b. Prorosal;tBid)'fetes`(SS. 2=1' OS) (i). Tw provisions of`s:S: Sec.-2-1.OS conewitAl the poi- qualification of bidders as a condition to the furnishing,gf a proposal forty by the_Department zshall,not.apply: (2) ' All =proposals (bids)t=shalt t be'm de on- on 'to tin obtstaeA from the office of the Public Uorks Oirector, at the address indicated anthe Special Provisions; no others will be accepted.. . (3) : The ragrirants oft sacond'.oaragrspb in 5.5. Sec 2.:1 O6 are supersededy the follow": _ .. All proposals '.(bids)`ihalI set forth-for each Etna of work. in clearly legible figures, an item price and a total for the ilei i� tiie respec- tive spaces provided, and shall be signed h!►.the bidder,..+rho shell fill out all blanks in the proposal_(bid);'_fWti_as th"* t requirN (4) The mea irebents bUtht ast tMo. paragraphs oft S: Sac. 2-1.OS 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 fella+ ing: (1) All proposals tbids) shell be presentN wMr sfttod (2) :Each proposal (bid)''must:be aocoapaniid by'.a Proposal QW- _ anty in an amount equal to at least 10.per Wt:of the amorist bid: Guaranty my be in the form of cash, certified check,.cashier's check, or.bi4ddr',s. bo ..pyobla to the specific Agency. d, Competency of Bidders (S.S. 2-1.11) The requirements of 5.5 ` Sic ' 24ei-ihii V art apply: ALLentiou is directed to S.S. Sec. 7-1.01E and therequirements 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. SECTION S • GENERAL PROVIIS_IONS _ 4. AiiARD AM EXECUTION OF THE WITUCT (S.S. 3): The Provisions of S.S. Sec.. 3 shall=apYl -excep3 a e�ifi+#r1..l n. a. Award of Contract "u�ad n S:S:'Sec :3-1:01- "@ix+actor of Prbl is.i1o�'iC ' -the Board of Supervisors. b. Contract Bonds (S.S. The:-successful- bidde+: slw<lt-frroisk a: Faitbf�l P�Kors,Noe Bond in the amount of the total bid and a Labor acrd Nmtier#a1s land..in;arf irmorert.:of:at last fifty percent (50x) of the total bid. each in the fors aPOr'eved I - Ii the icy C. Execution of', trect Mithirt""SOW ?l<dpys;aftae' its sitl*#sso�r t+ar iiia. the sful bidder.shal i si i aontraact,ai ifR + All tNe~Cwei�eiiei M�+ls: and either::(2-t) a as" : n 3e)b�f=#rtwrs i lbtr0#r "01" _ asr:an caderi cti ��ustrial Rlatia , o24rCorti( )# a # w _4t -tted aiNIZ- tsexac: lar mmissued i#N `s by the Director or the iesurer. A TAM tswCOW'of'tlea Iyl UMMUwt'{ + } >be executed by the Contractor can be obtained from the County Public Yorts w_ at the address :indicated lar• WORK (S.S. 4) S. SCOPE OF _ TheProv#siS. SK• A1 ly,.ex�pt=as rM#f#M Herein ' :#re SMiet#irrl iOs ia. lieM:<af tire pmisioms #n Litt tbiM Per" rape' "Increased or DecrSUAW AMkities,' Of Spihc#f#!�atiONs. tMe`fsllaei shall apply. Y If the total`Pay fauanti.ty of ate►l or.�a" iitors of oerk .rp rir M Mer #Ire rct ►Aries rrim the' ntit3► sireMw an contttre PrePM' iq► ,tlrM 25. Percent, in the + srraaata+t contract` �pedfyinq the, iip aosa% on to. be ptfd; the pwrperrsatfore pe�ablf to i#rr,fae racta'. . wiTV be deterrfirad in a�cxarianoie'with Sdcti�ws.4-1,�OBS��}� M1 +OvK2}. oet 4-1.036(3). as the case ran be. A major item:of bark shall be construed t4 11 be any neer, the total cost of which is .equal to or'4reater than 10.Vet of-the, total contract areount, computed on .the basis of the koposal'"antity nd't"-contract unit pri+Ge. . 6. CONTROL OF iA51C tSS. 5� tine prarisions of S S. sec. 5 shall apply: 6 SECTION 8 - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. f shall apply. 8. LEGAL RELATIM AND RESFOMSISILITY (S.S. 7) The provisiops of S.S. Sec. 7, eacapt as modified by the agreement (Contract) or these special provisions. apply to this project. a. Insurance (1) The Contactor, before pwfoMaq; any writ under the agreement, shall, at no expense to the Agency, obtain and m.iatain in forts the following insurance: (a) With respect to the Contractor's operation: Tis teatractsr shell prewIds a policy or policies of coimprohows1ve 1 I ab i 1 i t y teouraww, tac l+d I ng c mmeM a for owned and a o-owed I ' 1 tom, waw i wp both Alanmda sad Cowers Coats Cantiss end their offlcw she empioyeao as addittawsl insureds, with a mtaimAm Maher siwgl# IJmlt amwrs" of $ M,eM fhr all damages reranee of bodily In1rry, sicaas or disease, or art* to any persow am* damage to or des t rict i a of peoprty. lac I+mi 1 mp the less of harm the e. arising f rem each ase I dwt or occurrsshos. (b) With respect to 111keftr4woorso Operations, Contractor shell procure or canto to be procured 1n their saw babsiTo A police or policies of cemprehsmslve liability lawhranca, including coveraps for erred and men-wwai aotamebihm, nsmlag Alan" and Cswtro Costa Counties and their o"Isers and emptageas ass MW I t h me l l mphhreds, with a minimum combined single batt oeoorage of S M,Mg fer all doomps been$* of Wily 1m3hhry. sisliwass or dlseoss, or death to any person and demo to or dastMUCtlem of prepa►ty, Imslhdimg the loss of use tthereef, arising fru end accident or occurrence. (c) Within- l isi tatism as to generality of tOw foregoing subdivisions (a) and (b). a policy or palicies of Public Liability awe Property cage Insurance in an amount not less than SWM, iasurfmg the contractual liability of Contractor under the provisions of this Section as Msrsisefts+r state/. Ta pKICV R MUCIEs, OR RISER ATTAQH 11ERIFTM, SHILL WOE TO VIICIFIC Ai OCItt M WOW I1110111011pi.. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in forty 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 certifiute(sj of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificates) shall provide for hotice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. 'ACTION B - GENERAL POOVISIOiiS 8. LEGAL RELATIONS AND RESPON$181411`Y (S.S, 7) (Cont.1 b. Public Safety The provisions of S.S. Sec. 7-1.09 shall apply, @*Copt as mtdifiad ender Section D - `Public Convenience, Public Safety end Signior of these sWial provisions. Maintenance of all project signing, portable delineaters, flashing ights, and other safety devices, shall be the responsibility of the Contractoir at all imes. The Contractor shall respond promptly. when contacted by the Enginew , or other public agencies, to correct improper comdltioms or inoperative devices. Failure to fregrtntly inspect tad meistais lights end barricades in )roper operating condition when in use on the roodway, or failure to m2powd In tly notification of improperly operating oquip■ant, will to sufficient cars* for suspen- ion of the contract until such defects are carr'ectmd. All expenses incurred by the Agency because of aw leery Full-outs.' correcting improper conditions or for resetting or supploawtio the Cowtrector's m rricades or warning devices, will be charged to the Contractor and may be deducted rou any monies due his. c. Preservation of Prwarty The provisions of Section 7-1.11 of the Standard Specifications shall ly to all improvements, facilities, treos or shrvbbwy within or adjacent to the .onstruction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard '-ifications are superseded by the following- If the Contractor fails to ask* the necassw7 repairs to damaged drainage er big*AV facilities in the vicinity of the coestrwtiem area or to other damaged facilities or priptrty within the rights-of-*ay or oeiwnts shwas as the plans, the Engineer may mart or tarso to be soft sock repairs as are r4cessaryr to r*stw* the demsged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such r"w irs shall be born* by the Con- tractor and may be oeducted from any monies dw or to become are the Contractor under the Contract. d. ki ghts-of-Mky avid Easolwaw:j The rights-of-way, easements. riahts-of-entry, fill permits and other pemits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work modlr 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 tris expense. _ S SECTION B - GENERAL PAOYISIONS 8. LEGAL RELATIONS AND-f1ESPONSMILITY (S.S.-7) ttont.l e. Access to Construction Site The Contractor shall Who his am investigation of the-va% SECTION B - _ PROVISIONS 8. LEGAL RELATIONS ANO RESPONSIBILITY (S.S...T ECaot:l 4. Payment for Repair Work—When ahe ouurranca,.that,cw%W:,th4 damage was a tidal wave or earthquake, the County rilt pgr-`the'obst of rpii, deter- wi ned as provided in =SuOsecLiOn, E; that. �ucepds 5 4pprcaitt: of be.fit of the Contractor's bid for bid co ii-we-p is. when theocc thet ir0ge a stee�e or' flood, the County will participate' ix,,the cost,o ;lie ecrepair retersil as_pnvidtd in Substion E in accordence W"th the: foiTprliz (a) On,,projcts for Wk ch,_the::ai mt of.t1w (;p�tractor's• bid for bid cawpartson purposes as $+( 1 er.less,, the Ciou�lty. ili pay 90 percent of the cost of r�epair;that,laooeds S. ; of tl .#ieunt Of the Contractor's bid for bid eoipirfspn purposes: (b) On projects-for which the Contractor's.bid for btd caparison purposes is greater than $2,000,000, the County will`pey 90 percurt of the cost of repair that exceads $100,000. The provisions.of S.S. Sac., 8.:shrl:l apply-v!QWt as ieodi.fied hierein. a. Subcontracting (S.S.: 8-1.01), The items of work in the Engineer's Estimete pgtceded bye the letters (S) or (S-F) are designated as "Specialty Items." b. Asst Neither the contract, nor any monies due or to bscae due under thio contract, may be assigned by the Contrettor-;without -the:-pHor-;co -MMO a�...approvol of the Board of Supervisors, nor in any event`.without tha:consgnt--of-the-Coitractor's surety or sureties, unless such wreR,l►;or sw iias hwe Maivad t1wi,r-,right to notice of assignment. - c. Beginning of York (S.S. 8-1.03) - n 1 ieu of rtiMt provisions of S.S Src 8-1 Q3, :t t/ Contractor wi1;l 6e. issued a Notics:ao,Procepd -bIr thq Engineer M#tNin.five ;(S) Morki� s o}� ths.date - the contract is approved by the Agency and tht Merkin dyis'charged apelost tpp coetra4t shall be counted from the day stated as the starting date in the 'Notice to ProcaedT The Contractor,shall not -start Mork.prior_.to the date.stated in.the,!Notice to Proceed* unless a change- to an 4arlier date is authorized in writing by tlM Engineer: d. P Schedule- (S.S. -8-1:041. The Contractoi shall submit to:the Enginle�.a practicable prwgress schedule before starting any,,work on,.the yra ct and, tf ted bY, the,Engineer, supplementary progress schedules shall be subiitted with (S) Morking;dplrs.of the Engineer's written request. s SECTION B GENERAL PROVISIONS 9. PROSECUTION AID PROIMM Kent.) e. Tim' of The 1'ollorfin9 day:'are desf�nated as.tegal hotidigrs. - January 1. February, 12, 3rdItday_ % February, "lastllosy.iw'114 ` SePtaaiber 9; 2nd in`October, hlaiiaa�ber 1T. 4th Thursday in Noveaier. Oacarier 25 and any otMar y .esWrltslA6 ss -6 mal lirltl hiotidyi' by proclaistfen of lira Qo�lrr of _of Cali tw it! or the 4 States. ; F President`Of tAe Uni tit If any of, tin fore-Ping-heli"_ falls on a 5w fir. the;following Monday shall be cokiderad /o be`a hnol dy►. 10. IEASUREIENT AND PMNT (S.S. 9) The provisions of S.S. Sec. 9 shat l apply, except as 406144:6eirs. a. Determination of-1"41 ts`15:5. 9-ti043) - The provisions of S.S. Sec. 9-1.065-shall-not apijr. b. Partial °Pawients {S S.- 911.0? _ In lieu of conflicting provisions of the third, of,S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-.1.02, #*-Ag m;yid V lbiald 16 percent from a" estimated amunt due the Coatrectpr. c. Pa m�ant_of-Mithholo`Funis _,(S.S9-1.06 � The provisions of S S.-sec.'i-t 066 shalt`net d. Final Payment (S.S. Sec. 9-1.071 (1) Upon. satisfactory caarlttion of the entire work, the,Engineer shall recomaend the accapta�oa Of tine.amok lir •6044 of"SON V. ern If !Mt ftrd accepts ,the co"LlaW iiork; w,sMl1 torose a Notice of t"letiM W rewdw id the County:`Mcorder (2) Thirty-five (35) dabs after the filing of the Notice of Completioa,_, the Contractor shall be'entitled to the balaece due foracompletion and acap .401" of the work, if he certifies by a sworn written statlmont that all claims for labor and materials have been paid, and that no claims have been filed wilt• the-Aguacy=based upon acts or omissions of the Contractor, and that no liens or,withhold notices We been filed against said work or.the property on which the work was dons. Iay apt of the balance due will be Made on the day following the regular day fbr` iwt of Cainty bills by the County Auditor. 4 SECTION B - GENERAL PROVISIONS' 10. NEASLqtEMff Atm PAMl qT (S S. M. (Coat.) s to= t of js.=, ak—44 r M) Tha provisions of S S Set. 9-1.0 sha11 qt apply. �latls ` - - f. Alt-prior partiai_�sti = and py*snts shall it siiict to correction in the final estimate and paint. B'- 9 i (Revised 5/76/77*) SECTION C - FORCE ACCOUNT AND EQUIPMENT RVffAL (S.S. 9-1.Or3). The provisions of S.S. Sec 9-1.03 shall ap, wpit aw. , dified herein. 1. DEFINITION., As used.harem,, 'force account' sheens the method,of calculating payment for specified percentages to cover overhead sod phnofit for.work not included as a bid item in. the contract. MM,extra riorit'is bo be paid for on a-fo+rei+=aemiint"basis, Ceepeesation . 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. 9-1.03A(U), will be considered to be the prevailing rata in effect at the timme the labor is performed. and no revision of payment for labor already'be torwmd wilt be made for ahyt retro- active increases or decreases in such rata. b.. Premium wage rata will not be paid for any labor employed an force account work unless such rata have been approved, in writing, by the Engineer. *c. The second paragraph is Section 9-l.MA, 'Movie Pei ft. by Contractor.- of the Standard Specification is amended to reed: To the total of the direct costs caeputed as provided in Sections 96-1.03A(1), 'Labor,- 961.03A(2). 'Materials,' and 9-1.0311(3), -Equipment Rmtal,- there will be added a merW 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(ib), "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages, as defined in Section 9-1.03A(la). will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Vestal Rates and General Prevailing Mega Rates, wihidh is in effect an 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 paymmts. imposed by State and Federal laws and for all other psym nts made to, or on behalf of, the worlo wh, other then actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1.01A(ie). 3. E UIPWIT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modified ere n. a. No payment will be made for idle time doe to breakdown. Tach 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. SECTION D - CONSTRUCTION DETAILS SIGNALS AND LIGHTING 1 . DESCRIPTION _--.. _._._.. 'Furs lsAh; asi tnst�ili'a; fournaw ttaffit;stgnai systems with highway . t l;hila;, ;tw_ hl;Away fiasbiag peacome,- and ; a -concrete -'t' wrafftc'tslaiid; eeip ata, an past..thorefor,::skai l c_ conform to the provisions to Section ii, "Signals and 'Lightiass, of the Standard SPee t f i cat toes .ani ttw�se;spsc,lak �rsjv is i ons 2 PD_ 1<�h C , oNll ;1 1 P t 'i C tAFETIt-."Ik 'S t t"lie, .. Section 7.1 .090 "Public Safety," of the Standard Speci- f i cations I's sod t f i-sd .as fat tows - A11 -6, oft,t0; Min t0afftc :.cantrot .earnle and':s;foty `devteas she 1j cosforo to the; ni is s+at-foeth _in she carrawE "Naawiw;af lure -as <.S..ilM*. Ari4htt. and Devices 19 iOs (I ;Po f0saRca of-<,York' pA.::.Rgawty . IIl;hways," 1saued by th '04110--tc -fbrks::�sp# to nt,. contra _Costa; CountCi0_Oar ota., Construction operations &tr at_l si=tads;ahal;l bs performed in such a manner that there will bo at i*as t one i2-foot•wide traffic lana open to public trs;fflc., n.s d►, 414'"'0OW',at ei l times. At the and -of the day's work and '"i1 canst�uctlon,operations at each site are suspended, all,-Aral fas l,awss_ stMl-i-, 1�s o_"a for public use. In lieu of the provisions in- Section 7-1.08, "Public Convsnisscs..". "Wlago l,ng Costs "` of' the Standard Spociflcsttens, the Contractor shall bear the entire cost of furs ish ino f)a p wad.;elrrn:lsb;io;„ ,;Instal i Ing and maintaining signs, lights, flatus. barricades and otber warning and safety devices,_ _ Lane closure shall comforo to thspro,ras.toss in Ssctlon 7-1 .092, "Lana Closure," of the amara Specifications, except that the.. tapo�: length fovoach;, land£sridt>t:of 41 Mre "shall be determined bjr the' Rai inser:_ Tbo Contractor s4+1;1,.#iso provide and statlair competent flagmenIn advance of the ciosere. The sole duty of the flagman shall he to direct traffic afor�sd, fho. work. Full. coopsasatlop .for,c"forolpo to, t" provisions In Section `7 of thq Standard 'Spicificitians,._as:,'swlliad, Mersin:, and—, these -poclal :Piro st4es, shalt ba coesidsrod- asp taelyded . ie: the. contract 1.luw w.prlcos`ford �,Traffic' sIjA 1s!'-wed..: 1�N ;lnray_ Flashing.Ieacoas,'', and .no additional ,compoisation• will bs allowed: P _ i t�►� 11 s 3• EQUIPMENT LIST AND dNAVINGS Equipment list and drawings of sloctricol equipment and materlal. shall `eonforo to !hs provfslons 'i:a isc`tlop ;ii- "EOuipmert Cist:and-graMCass "''of the Stasdartc'`S sctficattons and` these special }revisl'oes - - ' '� _ Tht 'contr6tl4r -cakfnet`'sch > is wiring dta9ra■ an intersection sketch shq-1,1 be_cookload .into, one drowine, so that, when the cabi`.nst...doer__U_#ul,.ly. opo; -t -!41 is 4r-leiited with the Intersection. The Contractor shall furalsh' a aatetenawes ""usi ``tor all controller units. auxiliary equipment, and .veh,icLa detector sensor units. =control' unit-s -and -awplifiirs The isiin.tenance manual and 'operation-"i"Ovel oar�bo imabi,iied into :oaa":wsnypl.. The maintenance manual or combined 'wsl_ntarswce -ani 'opsrottoe ssnuai;,:hell be submitted at the,ttwe _the eontroll rs aro' difIyered .for. tos"t"i:'N:p :or, if ordered by 04=Englnaer.`:previous. t0 purchase Thi lia;intenance manual shall include, bet 'hot 6* t isiltid"to; "tho following items: 3p4c i f icat.tows =(b) sssh'w cNirscter-f si't`es' = (c) General oporatton theory' (d) Function of all controls - (a) Troub1r shottin4 'Procedur ' (diapno;tie root iso) _ (f) aleck ctrCu t 41agroe (g) Geographical layout of composents7:. 1h)' Schis6atic 'dlsarams - (i) List of replacasbia t0000nent;parts,!* ; stock.,-; nuisbars All construction d b,l Patei Wi`j, and'44ulpment„in -. the ares.of construction 'and any"adjacent areas. used..by: the Contractor. shall be' reloved and disposed of outside of;the eon-. structlon area in accordance with the provisions In Section'?-1.13, "Disposal of Malerlsl''Outside the Highway itight of Yay." of the . Standard Specifications and these special provisions. rw . Full compensation for clean-up shall be considered as included in the lump sum contract Prices paid for "Traffic Signals” and "Highway Flashing Beacons" and no separate payment will be made therefor. 0 - 2 S•_ . EXCAVATING AND BACKFILLING Excovetion a�a' Rackf111 shalt conform to the provisions in Ssctt on 136-2.01,` "Excara`t i wl. Aaft Backf t l l-,l ng,": 'fl ,' he S tanda rd Specifications and t_ese spacial -prowl wl.iont.' The, Contractor sholl, rsplace at_ his .expense any plants, lawn.. landscaping- or_ port.1' ', I' sxlstln9 Irrlgatioa_� or ornamental 1 1 gh't i no tys tems.. i a k i al#" and''s 1:0 -'wht ch ars daospoi', destroyed or removed while psirforo.in9, 'Mork withtp-" ex1stI'ig landscaped areas, to the-. se tis_facttoo_ of the 'tnginiar: - 6 C M ou IT Ondu i t- shot-I. cooform to the prov-1 s i, I'm Section 86-2.05, ";Conduit." of_ th Stapdayl_ SPecif! tions and; t>s o µs'scial provisions. . All. "conduit to bet ,tastal'iad eAti:rair: underground shall be rigid, noa=wstall tc 'type. lli';i'd,; _soa- silfiac ;c_onoul't to be installed under exist.tap ,pavewoat sha1:1. instal isd. by' pre'-dra11 ing a larger ho.is :and, than Instal l'ing_;the ooadui.t br hand•' = Rigid non-metallic_ condo It shall. be _schedule 040. After conduct have been instal;ts�d. tMi, ends of tor conduits terminating in puit `boxss and Controlisr`cibinst shall be sealed with an approved type of 4oalIng 'compouna ' Insulated bonding bushings wit tie rsqui=red on metal _conduit.- Trae ► ching shill e perwTttod oRty- s showy in Ostai.l A-A on the #1 for Sits_ 1 . or, as _pscwieted Qy. tAe _Ensinasr at other Job las location:. _ Cohdo i t to ba'. tastet iii[ finder 3oothera lac i f i c Ila l l road tracks at Sycamore u lOf;:fioad; aid timIno Rasion `s4ttbe metal 1 is : .conduit.. notfVC.: 'Instlo ;lat,ton of -Cando under' tracks shall conform to 4,11 rsqu t rsion.ts set -by ;Southerfnfs ^raid` _ .Trenching. in ;4xisting _Vavoppot _wtli .be Permitted only if so indicated on, the .plans or ,tf:_Rsrwitt4d 'by.'the Engineer, and if any, vaht.el�. Is '-not dstaYad :for a Remi xcssdf Mon minutes. if trenching fs `perdii_tttd,; .tnatalta'tion'11114i l bei ,tjs hollows: (1) Conduit shall be placed under .existl.ng pavement In a trench approximately two inches- wld r than the outside diameter of the .conduit - to be installed. Trench.width -shall not exc.eed `6 triches: The top of _ , the installed conduit shall be a winious`of 12 inches below finish grade. 0 3 6. CONDUIT (Cont.) (2) The *atI inoof_4 aroos of -pave eni� to bo removed _ ,-. sha1cut to. a. sinjovls depth, o! vino inch*$ with :an br;as 1 vo;tl►po say+ o� wt th • o!ck at8 i np o�ccavaRor, $pot i f i'cai l y die 1pa#d fer th:i s pMrposs_ C6t6sha11, b#, neat and trui r h' no- $1,attr ou'tslda th* resiorsi aria. �3)` Tho sopdu;it sh�l lr be pI 4id." in the bottom,of the; trench and twe tr�oah sha11, ba titad with- cowwarctai anality- coacrts c"jsproinp not .loss thaw Sfy pounds ' of cement per cubit ya ,o (Clams coac14 ;r�t!)', to not • less than two Inches b4 64 `thi pa"vemon surface.:: Th remaining depth.of a trench In roads;:surfaced with - asphalt concrete shall be backf i l l"-=ir#Eh-asphal t concrete, :produced floe comMrciat_ quai;tty- paving asphal t, and. a4rssat* .:;.� Tlt�. top,y8 t nehe: of portl and, cement''concrete our ac*� io—it V`e 4hafl' I r backf1114d __with; cooMrcfat 0".1 ttl►- coac eta `containing not less ' than 705 tj,"aof c"omjiwt per nshe rcubic yard apd accel- . sri i .a fictr*s pr otr oov`i s t ons; for h i dh "sari y st refI't% ca�l'c i irm ;ch1- r-i ds $hal not io' �s'ed 'i n„ concrete wh wi l'i 'lin` tb contact' wfth'`metal' condo t: ' (4) Sprood'te anm' 4"0actI of 'a$phaltt "concrete sha.11 ba parforMd ;by aAy Nthor:,rhtch: w,irt produce an :+ssphala c Brits soar act* of'`�ntforiismoothnass, taxtura, `= tc ra (S) , pr adbt g: ani finlshiRy.-:of; p�ort_land c*ment concrete ' surfaYcle9' shall 'ba pot fbrood"'�y: lay method which, wilt produce a Portland coment concrete surfacing o'f '461}a'ire smontha•ss. _8140 tinare ,egwl,_ to; the aa�eent surface. `_.('r" Tr acito;'-operifl- s" short be 'pe rforw d: tn-':such ` w a:maaAer,_that _a11 treAcht.ng and back fi 1 t Fnt` wi i; -bs `sompaet�d. b`y 4-0;£M:` mad' day." Ike�tran: k shai i be left op•e, ana Xh�; Ca�atracte�r, shall pov�t for tho roe anduno�atructod flow of v*t�ic1�0, bicvclO, end pedost�rtan triflic to"tA p�ojoct' area, Dy' f.M: `oac,h +fork: daY. (7) OurtwO CreA,chi` OlmFAI'tAft Contractor shall pro ry i do:one . t t foot t`�a�f le rand i n mach .d f rift i in. AL1: vcis: ,Rai strCaa', ,�'Ad b'tty0e, gnos will' ba open to erafflc "at th"e `ond of 'the "trenehtng `oporsttoe". �. 'UCL OOXES ;'ult '.boxes `shali 'conform toh ;provislons in Section 86-2.06, ;"pul I__'Box s," of 'qhs :Standard Spoctflcations and these ipecisl provislons: ' w 7. PULL BOXES The second santente 1n` the-' first,0ars#fapb of Section 56-2•.06A; "Materials," of the-, Standard= S'4c1f<icot,'I6*s Tis aweiided to read: Plastic'meterlarlthel1 ba 'fire' real Stoet� and shall ,mot,bura ata rate-greate thole Q 3-Tech per riRYts per-Q.1-.Jech-of tbl chisess whom te- u4b te.ecc rilawcs wleb ASTW Doti goat 1omv b-`635:` -Tht--olAttic aatsrlal shall not show appreciable chanps'4w p*yslcal pro- parties with exposure to the weather.. In 114811 of the dimensions tabulated on- -Sheet'-E3-6'of- the Standard Plans, the nomisal dimensions�of plastic and concrete Edge Corner ° ' EApe Size Length Yldth Thickness Radius Taper _ _ No.: s-1/2 .. 15`3!6" 10-1 `n.. " ` 1-3/i" ' ' ` 1=16N, No. z 23-1/4" i�-�/L" y;"._:, l=1/4" Na,. 6 30-5/6" 17-5/6" 2" 1-UP 1/6" -The:. length wldth;*'and-corh4r radliis` shell rt measure - at the theoretical intersection of the top surface and the edge su�fiee " Tbe itiiinal disioes`:;ef the openiAg 1 n which the t*Ver siti 446.11-be- th -save is ths�a ai v- corer dimensions except the lenssh ind'width dimens'lo�s shall be 1/6 inch.grester. In addition, all covers and bexes' sha7i his anter: changeable with California Standard male and female gages, available at the 3ciiissrtatlos► ilratrt, 5900 Folsom-boulevard, Sacramento, sled assufactured to ilei tMs�exeopt thi le�geb' Mirwidth . diiiansioas are 1� JG_, iota!;granter' i148v sherw;-srevi When Interchanged`with ai stamdsrd, 6614—or-i' the top surfaces shall be #149b with i/6 tach. . . , •. CgMBUCTgRS ANB'�Yi R1 Ni. -: . ::� _ ;., >; . -, ; ... _. . : Conductors and wiring' shall conform to the provisions In Section 66-1.04'0' "Conductors," and Soc`t ion: 66.2.0!1, "Yi r i ng," of the Standard Specifications and these special° orebistons. - The second paragraph in Section 86-t Aho- "Traffic Signal and Multiple Lighting Conductors," of the Standard Specifications i s-:amended to, read. Minimum thickness of any of the above"insuistlons shalt be 42 mils for conductor sizes No. lb to Ne. 10, Inciusive, And 56 mils for No. i to No. 2, Inclusive. D C. CONDUCTORS AND WIRING (Coot.); , At ti;;asst.:f I_so- feet of; s tack_shot 1 :►s ,left:-;for each conductor at Bch., _s3aadart- Lod:_too:-foot:of: slack.,; fo.4seh conductor at each pull box. Colored,st:r]Ms, es sohdyitor {sso:ietloo>to identify sisnaJ_.ahosss_ of-.IoM#can-.s;iNsals, podostTlan.=sisss.ls �psdestrlas pash,.buttoss-asd-, dwtsctors-r.i11 net N: rear I.fad. 'I on bands slM.l1 ►s plated: sear, tlti: apes of-terelm tlos. points of sit conductom I I s.tod%.:above. : Ident{ficat{os bands shaili_s� be constructed of I'D Lebo]"-seter_ial s ., _ Conductors shad be Pulled Int*. coldrdis by:-basd_*ad%. the use, of winches or other power actuated polling /NuipMnt wiil not be- permitted.,-,- ad Straight splices in signs{ soutral- im- stultiple lighting conductors sho_1i be insuloted. is eMfOrNAcI YtRh "Method A!'-as..,::. shown on the Standard Plan:'ES-i. Top splices in signal neutral and sultipte lighting conductors shall•► Typ!';."C!';,as shown on , the Standard plan ES-e. Conductors shall be spiiced by the use of "C" shaped congression_-conaectors_,es $40":,,on;tthe;Standard: Float E!4. Conductors shall not ko-pulied. ls#o-yi ds;t until pull boxes ar! sotto,:grsoo,, trusbad rock soaps are ;Installed and conduct, -is bosded.4nddgrorodN, _ No conductors shall be pulled into Conduit except in the presence of tbo Eog,loyr, , • --iI�ND l fli AND,-"oval 1 Ni;; - Disediao nod �reeadlsg sM#il tosfpro, t* tMA provisions In Section ii!r, 10. "Gosdiall-and irorodinook' ot-tbo .Standard Spoci_fleations and- th*se .spoclal prow isloes Crouding jasper shill be attached by • 3/16-inch or larger brass bolt in the stsndard_or Ndestal;.sed_ shaft be run to the conduit or o ground rod in adjtent Ground og ju.por shall be-visible 'after.cep has keen. ; poured On foundation.: . 10.-- SER. ICE-- Service shall conform to the prowl sIons Inn ,Sect to ;_;. 86-2.11. "Service." of the Standard Specifications and these special provisions,; . 10. SERVICE (cont`dl Service ssltcl�lsar;shat, �.4a welratq�1 ea,_ Oo side of the-control ler eaTait as jsNrn. on.,;bs.:plaas,.; _ ,, - , Energy for the traffic signals and highway flashing beacons she,!! ;!te.,aster Ens fly fir 61pMtartilbtlRa,;SheI I net lie a sraa: v „ Cir"ifbriak rs shall a furnished as show es_tko pian Tbo_,`,Costractor shal.i torsish.aad ..t�stal:l tMo service. visions •' µ svttchasar •s noted ,00-,tib itlaa pea nand _t• tMss ,"�rl"iaA;pRo- Mointtag tiardwrs sba11 '144, f ntorfosa,al4b i camtr9l l ar cabinetIOrisg. Contractor may. at his eptiea, have the csntroller sonufactorer;:furaisb-aa, : t,sstsiI the servIce.;srlt;M gglat in the factory: T More trofflc"signals aro iitarod -itis `mato enclosure- ; shall be provided-,otth, faotory ,isstalted- test.► ass 'faati'itles as required by the sar�i-iwb i ittt-tty. fha_'itta y Fluslit to Recon service she 11. not costaln_a tost,k pass.faai,t tty. Ths Cost teeter sqa t i *sx o i t rye i:ed _f. s and ecsts related to the iiectrtc service 'consect ionsJat each project .location... In lieu of the prow Isless Vof:;tlN ,lost. paragraph,in Section 86-2.11 service. labor and motor tots"`eest's'"fer"the anttre service-condat.t.convection frau the:CoatrolTgr_cob toot ,to the servisy utility sa vits .locat1oo ,*bel l: ra.coestdorea as ,tag ad4d in a,tke contract lyap sva~prices Pali far. "teafft% ;$[dais!! sad "Ilflhwal► Fiashin9gaacons," ,mad ae addittea A alneat 4t11 ,ba;aa4cstharafor. - Field tests shall conform to the previilons'�in Section{ 86-2.,1AB. !'Field :,Tostisl.".ef ihe. StasdaR�-;S1�aciff4atf"s-and these special provisions. the fuacttesal, test 8411, casslst ef;,Re! less tMa� five days of continuous. satisfactory eporatten of tho anttro systeo*, During .the f i,ve-day tas;:,Period, ;,c.Macy feFcea 4wi 1G 1; f,Rte t n the system. The cost-of,say -maintenance;.aesessary:oa .eateriats furnished and labor perform_ d4y tha',tontracter, axesRt:aI ctrtcsl., ; energy and satntonance dos to dassge by the public. shalt be ei' the- Cont rector.a.s .,expense.,asd,,wt-11 l .be -cocsidersd -as tsclnded-tn the contract lump sus-.pries pa Id _for: :1 eels and 1 t httR ! f !. ani ao.,separate payment Wil'I is ands_.;the re-fe.r. Tests shall .An atort 'oil a Friday, or` qa nay der preceding 's legal holiday. - 12. PAINTING 8b-2.16, "Painting," ran form to-the Pro lstess `iw Soction_ _ ainting," of 1:11e731:401dird Spec tf1ce't1d i"a these soiclat' provisions. All signal standords; �tootrsili` cable is pedestrian pushbutton posts, and guard posts shall be pointed witb_,twro (2) apps i cat ions-of *will tarsfw"rg ' ra.A;w Sherwi -Utf l f ii"OF6S Illy !, or approved equal, over the entire surface-of satd10 elRwent. painting ,of^the controller cabinets "Yiil,iawsburg Croon"-shall ` be performed In 1110 f+cto►y'by this`coetroiler manufacturer. The intirior'sdrfacas-'ef tM eostr`otior eabinits shat! bs 'alot" With twit ap'lteattons of white Point: The Coatractar•s'`attiAttei= is'dtictd `[e` 11164'006! or, special preparation of galvanised cowPoneats whlch- is rsqutrsd °bifer ' the galvanised surfaces, can be primed and poleted. 13: SOHO °:TATE TRAFF AtT11ATIO JONttiULPA Solid-state trafficractuatad cowtriflir Gaits, cable is and auxiliary equipment shall conform to the srevislems,.yin Section 86-3 "Control lers."'"of ''the Stindird 'Spiciftcitleni aid these ,special provisions. _• 'Type 20`-testti L EA TrN �9'conlrellet nntts swill I Agape a of oNratt09, a minimum .of fair' (i) phases to, a ` ilogto c*mtrvrier nit~fri0 Y>RN 90 control i,ors for S,1;p"se-thier ti,8•jhas ewra�tiOii,;�np, Wt, iso dA•; or two '(2) 'controllair'saft-fraoss. `Tlis Tyre " ee0trott r-iRit ' modules for two (2) throush eight phases $110 1. M Adoot i4a1 and interchangeable within the lodivtdual 90 contreller unit frames. tnte0ral 'd-tocior Ossoo'units sbalf_°�ot bi'provl'ded The fourth sentence In Section 86.3.069(111) (b), "Reducible dolt Eta4sles;"-`tai allodad to midi '' The"wiei�wi=r ductble unit`oitansI sliall``be adjustibim from ens-6a1f -Offi,L Seemed tr- nevem=- seconds. Section 86.3.069(X): "yebienlar Change lend Clearance Interval Timing Periods,— is aoended-to 'readi _ The green interval shall be 'followed br`a yellow vehicular change interval. The rel low change _intorvei shall be adjustable from two (2) to seven (7) seconds. -Tho'c6inge interval - shatl be followed by an entatible .red clearance_Int�r at The red blear- ance interval shall 46 adjustable-froo sere: to 'slx 61 'seconds. 14: TYfE COMTROLLE�' Lcosted) The controller unit_ shall assuro a_s minima .rod signal tnd scat ton {fid. rwertfto o;: f_0011"'i a Ysl I` ehaAto, interval 1 in that pbas F � 41 the; eoetretl*r Veit is P,rivtdN with a nen•adj`ust- able red rarsrt'ttss; 7t stilt os' not' less 3oae tinel second aar, mora than two _(2)=,se"04ti `lf`tliia n.troilif,Mel"t, Is` ??rert40" it _ an aajustabts rod rsvort t?+so. tt shall br s�jtis'tiWe 'frerr twe ,( }' to six (61 si acoads. - Th feirttb srslrolit In $set tow K- .Of `Cld),` "T1riNg Accuracy." is amendedtoread: - ! t.: TtstM. e! 9bs rodeoti{s__ewe ta.ottteosten� oTi+sTi ,ly able: lei etta►ttai f- 1131_sscopl."icimm tosrowt-s Option (1) of>the twenty-first (21)l paragra h in Section' 86-3.071 "Cent rot ler•Cob feet.M• 1s"awapdsdl- top vieed t (0) AMcattsa�sontbsal nl twee::(2; Ns 2!.=ii,,larger"! 3_ conductors with-east ein/retet•-lnselatad•wllb bttl�°t )�o �Wnlwo of ton (10) mils of polyvinylchlistdivanb 9010:(2)>6146�9�wylas sr (2) a minimum of 14 mt{s of poiyethylese or pol.yporpylaws. The conductors: shall be twister bad the`twisted_pitr .tis "ft't-'yrstsctmd with a shleld. = The eatsid ,-or a"-stresdad t-14mar tear=}drste`wlre st�11 be grounded�-at-on{yrto . (t cwt--of tbo=caila,4 TM`cabsa shall .bo ne provided with a poIyethylemo-or=-*ogvvtayU,-chlorl" estoi- "kelt with a minimum thick"*$* of twenty mils, or with A chrome vlayl outer Jacket with a minimum yf;teQaao3Qf_ !tlai.' ,. The ,twsntiothjorapiaph is Sectl n 8i»3-07"`*Controller Cabinet." Is modified as fellows: A11shall be No. 22. or larger. with-a minimum of 12 strands. Condasters"'shall; conform to 14111tery Specifications: NIL-W-1"789, Type 8 or D. 'The Insulation shall have a minlemm tickeess of tiul``(lf wi{s ane shall be nylon jacketed polyvinyl chloride or shall116 #trodlaCid cross-link polyvinyl chloride. polyholeearbon or that, at the Contractor's option, conductors No. 14 andlargermay be AL Type TUMN. _. The ubinst shall costal s a conspitsme w}rates against operation without the monitortna 'devfea elov!Installed.-` Solid-state switching_devices 4bal l cenforin' to the provisions 86-3.080. "Seiki-State Switching Osvices," and the following: Zero voltage turn-on is not reeatrod durleg"the=first` half-cycle of line voltage during which the Input signal Is applied. A road relay, rated for at least W,011 llsn'0Nrattons;=miy he used tthe Input perilo" of the swttcbitg davits. "'`�, 14. ' TYPE 92. CONTROLLER (.cont'd) The second paragraph, is. Salt ion, 86-3.44k-. Voltage," 6-3.i:0 ;Voltape." is modified as follows: Oarisj a.pswer 4a_terrupt.i_on oot eKapad„ta -.•sacowd ; ducat ion., the sot tl-stag cOa.trolltr assail-r awl l ,cootiwws. i, cyc i is +soarat on awe sttiil l rotaln, at 1 s aua!fgas, r40stered jr f or to the or no, �o_Ila�+i.�w� sewer ln;��ra ioa xcosd,l j, Vie, (.1-) second .iw. dsrat toy,;, s fJ, opt• s►lorot'ti had l +MM�n to ;Jss'Hca a:A,pei te++ chan9s fetor�at' and call`s dial i ire;:oticad en all jhoses.,, ,poi Cowls f, a power interruption be.as ane-half (i/2) $,mcow aai oap �saeoad t" cont rot ler-,-assepbly -shell ,cMttcop= ip c_yc1lo , r�tte* er-shall be In in the ►hose A` '*ill' theago intervil. Trow=en - The Contractor shall arrange to have. a steal. taehntctaft, "aceto Wit-06; do eoosrot'ter=ao a iftyoi by the controller manufecturor er *te~Yopreo"tatty =peoa"V at" tlwr project, site at time the equipment is turned on. - TreIaIp . =:;The Ceetrastor, shot iiprovida�,fee-,clossrosr_ Instruction on t eent�oller equipment provided for this contract. The tnstruct;teo! will: • eaten ONratloos sed-!mainteaaaea iRd shall lost for a 6181"" of; tMrea ;(3) days. iastruct-loo,sbe3l ba=:►y-tba •anufacturer et-:;tfie;agotw>Nt iarn; sbN: _ ;; •• ; . � ' z• , r w -• Thai-oeatsel f or and rot ated 0""Mont warraats• sbai o_ or_,* period oUmoo .(1), year, frau the date,.the . equipment W,piaced- tnj.eporotfea-at tbed:proloit; sit*.- =Wrranees . _ shall be provided-,by,tbi eN:lMewt. Neatactaces. SITE 1 Camtae:'eisr oad-,11tw•s^Iwisd ; Tbe:,crwtro;t:te�: sb�11 bo Type,"jrwirNagNpl•te In. * Type ..M" cabinet. The Type- some rot ter-shot ;hove-the::fell*wlnq phase sect ten Aodo 1 as;. . _. - - �� ;Type "ip"• �t •-TyN_ai.�. The manufacturer shell furnish, the following Nspare. components to permit emergency controller repai-rs: (A): ;.No •'/base Tieinq.,Nedulo. (t) One - Actuation Module (C) ; Owe voles 11e091ty Mode 10 The cabinet shalt contain a Typo II photoelectric control as Indicatedon. the platys. Type 11 service equipment swell be mounted-;on the -North side of the Type "M" cabinet ,flush with :the; top:, of cabinet. , The Tin !0 controller shalt be furnished with a phase Y..y hpkn program oble. 1 dela � air timer shat - • t. • t0 14; TYPE 40L .CONTROLIIR .Ccont44L Controller manafact rsr a.(lf al.[ :_pt et:sery tce switchgear and shall _prop Ne a clear area; inside, on the lglert0l" side of the catin to .fsr. l bs ear ttta tdtNrctoti to oath eft caiteet'. An`ad4ltlieal Phase mil" '"tost 4utUb"-ski!1 be Installed In the "test switch" panel on the cabinet door. The p4r'ese Zof."thfs ,_- switch shall be to initiate the Pbasa "ll" delay timer and place a call to the eoRtrellir after''tb prisit tls'has='apsid °� SITE - Svesslore Valley Road 0 Canino Rasion Poo 'cabinet.:. The controller shall be Type �i wfrad tom+16ts In a Type TAe'`Type"to controi ler sbal V bava^tbe'fefiowing phase section modules: 4 . • Al - Type "bp""- 0. C1- " ;Tpe AZ - Type "'Dr" ;�/ CZ�• °Type eogu D . Type F�tS� Ths'iianufaetnrer shah furnish tbs-follatiing spare Components to permit emergency repairs In the-'Tyjd "2110':eestroller (At go*4haso=TId1as' Modal• (g) One-Ac teat i60�`gsdfit RC1 Ons-0loiwy Density Nodvie The Tjpie'; =ebntroiiar °shaI I-'be'-ftraisbad with a phase x' "D" .delay timer. Delay timer shall be pin programmable. Control l r,"nef eturar thief i"nate 7pl ciisnt of service swttohgear and shill aroaide a�Oear= aria' Inside-, en-'the "West" side of the cabinet for the-service conductors to enter the cabinet. ' An aditttieaaf= p"So "S"""test= rttcb" shall be bstal led in the "test Sul tchle'`paae1`on'the eabinit diir Ti�i jirywse of this switch shall be to initiate the Phase "D" delay timer and place a-call to the controller 'after the--priset tfees=hag 140*00 Theacab Inet 4bil V centile • Typa i1 `pbete iectric control as indicatad 'on the plans, _�_. . The Type''ll sarvice` iaulpwent -shall b °w reted on the "west" side of the Type 1101" cabinet flush with the top of cabinet. Installed compieto ln`tbs TypeplO controller and ` A re l l road preen t'-�sedul a shall be furwtshed and cabinet. ►reemption shall be, as shown an the .plans. o - 11 1�. . .Typy.lo C0MTR0tltR Gci«t��� . ; . ; - -SIT - Iflltjjj is Read,A .ia&les Nosd , T4 csa�tF+sl;t.ss, s,Iwll be.,TXM l =:. s r.��rist• is s: type "M"-cabtPat. The Type.jo coatrel ler aMal t bwe ell! falrlorri�s.pM+sss section modules: : sC . Type S" iratero) (To'be Prov NOW bo ; " M The n �ryfactyror sMai l ;farxtsM tM :fol towM9 spare cowponeats to permit emergency controller rip*l rs: AOne - .Rheso Testing I1odale w (i� ,,_Oso -;+�etosttss�-Modals _ (C) "a —Volume esanity Mle#ats�v , Tba crsbiwat stfsl;i;,aantsl+s a;TysS ,CUetooisctric control as Indleetod on- tba pleas-4, - The leas.The Type If mounted on the- rest side of the Type ''N" ;ef oab11not. Typo ',!0 centroiler sheet Me furnish" with a Phaso`"i'• delay: tinier. ielay;tlwOr,sbslj; Oo-,p1 , prlysai"4� 04 Leat re l t or`manufacturer iho l l 'oete, pi ice ent cif sery i ce srltchsear,;asd-,small fxaside;+s-stems a!�!a,:'Jas Ida, ,%.ire "wast" Side of:, th _t" cokloet for-toaervlea„ea lxct��s:t� 1�t ; ti cab eat., . - An aioitiooal phase 1181,V"fist siritelt" sinal i be ins=its l+M in the "test switch, panel oc the cabinet door. The. purpose of chi's SWItgo'-sho11 he t! iaitiaRa_tbo piM►se `' da AO t�s�r apd plsce a call-”to-;the;:a a rel#ir efRa f toe► pexsrt-t 5 Y Ca:ntrRetot r o•sNis+f air tliaSlxo lwws�~*iOn opisatiorn+i►, y'. atoexpit o� vsaos ms"-"Is `park{ice of . ,:. soxaki_1�##+toe ro�etta:¢�:;#lwt..s�►ekp#f+E o _ v f sro�eatrtretiox oat. +its`shstt' bs at rwr+i;a�r.,tlto-xssraias ..: station, property at Losatio+n (A) at *)W store** of-VO too, pass Road;;and;.Bei toy Road. . : r v+atth�rthe oniseve .propertyrupon nor an easement liines A4*:boom:.-obtained o ~toric said.property.Owers- lhsrsfgvs. bofoi4+exttrixp-Upon ; said ssrvios station proporty;_for his ooigiiii4i0o, for the perforsanoe of any work ander this contraot, the " oontraotor ohatt obtain writhe permission from the owtnsrs. Auk 14. TYPE 90 CONTROLLER (eont"t l a wt r-Xs tri i� aaet:,"a wor . oi= be ppartore ed Withdat, the coosty,R Rights,of 104"for vtttow pare Road sad-saium hood, asd tlEat it fa: sa# .a;ragw rs- west that he obscix pomisetom to attar upon the adjaoawt property at Looat{ox W& to porfo s;.pork::tutdor this ooatraot. SS E �iT .�... svoo lir The controller shall-iiia- �0 wired complete' is a Tsps "P" cabinet.;_. -. The Typa SO-Roatrel for,skill Aave,oe,follOW oil, phase '.. section modules: 0 Al •-TYN "q'" 0-,9i;igg-,Type. "S" Ag TYPOZ "#P44 Tha manufacturer $ball farsish` the foii'OW as spare composests to permit emor,a cy rSpaars; ln,:tbwjypp;'.'!0": eostroifsr: (Al Oss. !baso Tlwla* iledula 'a Ose.. _ ,.Aistuatlso ftd#A-a- (C) on* - rolws "Nnikow''1fa��1s.. , Type lO_coatrellor- shall .ba,lure IshOt with a Phase 110" daisy timer. volas tiger $hall he plii arq;fsowa►ls. Controilor."nvfas_tarsr shop. sets placement of service swi tchposr as�f:-aha i l;piaw ss a.c.loor. 0 roo. lis Lai, off, the .'.'Vest" side of.the cailaa; for the 0 rv;lfo IF",V p'm to„orator;Rbe,cab Mot,. , As additional Phi so "l" "test switch, shebe 'isstalisd In the "test switch" panel at the tablast.*wf. r,Tbe porposo- of this switch shall be to initiate the tAose �'t'�'-iitay ifwa+r"snd place a call . to the costroller,:after- tho. .pres*t, tine has.,alapslu�. .v The Tspa i( ssry ice esu i Pamt he 0 tM on the'. - "west" side of the Typo "P" cobioot fiusA with the Rep Of_ 4biaat. 1�TES,' Sas. Romeo lief int �.lewr% ! briisbrook. !!rive ServlGo switfh-Wr sad fIsobar-control shall .be sountod- on the "north"--side of the Type;"40+' S.tosdard� is ,shOwn..On tile, ►1iiR. Overhead service drop shall be provided by the serving ' utility-;company. SITE 6 Crow Claves Road ! lollise Cuero � Sarvlca_svltsh r-est- f.lasltor coetrol ihOlji Mustsd on the "north" sido of the YP41 "sII"_ =L ; Pians... a--_,1j lt. TYPE 90 CONTROLLER, (cont'd) SIIT9 i -, .trot Caam. Road ! lel l taaetT. Wren Road (cont'd) Ovorhood,-�646 Ice drop sial i pro►idod`by the sorvin4 uttltty comsawr: IS. TEs T1 Costrellors. sexiltary equlpmestaad.ciiipets shell be delivered F.O.S_�44---th -r..teswtT Tsaff3i t it l elwtewasso Shop, 1615 Shell Avosuo, Nartlno;. for speratiortal tooting end adjustment. Testing of controller units. fully wired cabtsetraad auxiliary equipment as spocifiof is $action W-3.0% "Controllers," will ": pi forib" oft r=tbi itili�t' ls'orf twarN`ti to,° t ,*_ County . Traffic Signal Nalatensscs Shoo. I;f. tM' tostr c or is not ifth„of the se4d'for repair of equipment b41 _g” the required r pp��s1rs'`yhall Cewwesce within five (5) working days of the time of sot'i kation., kil. costs for repairs of eou tp�etlRt. sAoi 1 •be at.; On expense, of the Contractor. AI'Utesffii`=sa►ssiiisit` to rej cttM eir-464 �utriN st ; for failure to comply with specification regv rewsnts,will be at the expense of the Contractor. tie+llcttoes td`eornr tbs` test of such test- became ing will N, Dade from any as*iss deo or whlth";oiydue the Contractor under this contract': sMiiils0`tartaes ind' cable ots'shsll-bi externally„ labeled with the job, site lecstien,: The maarfscturer`s warrsety srioi for 4eipment furn iShea shell sot c iecs iat i tUs costr�ll rs, eabiwsis'so � ;` �, suxii'tery oioipeimv bove- bene iasteiloeT t the j�► jet°sites inl= ; bar* been placed is oNratiM RY s_factery representative. 1 i RAY L1t0Atl pRE�T`�if Re 1ra" gree pt i iii the l 1 t sforw to the heir i tle" i w Section 86-3 "c, "preniptles Equipment," of the Standard Specifications and these s*e;is pro ri`siGas MOD rat lrsM. prcempter" Is-. actuated st, the time power IS'r�storar eller-a srpiiy= rel aps'twsesrriptis mkt b°queued have caused the controller assembly to step cyclic., operation, the controller assembly `shall eiiuse eo signal' Inol dttettess: to be. disilaYed until the: end of preemptorct suetion.` The` contrler only shoal resuaw-'nor".1= operation when the preemptor actuation coases. The controller assembly shall operate normellr`wheir the proswptor, Is .removed.. It Railroad preemptor shall be a nodular unit. integral to the cost rat IOr; on It. and shim F perform these frost-tons 'shown on the pians.or' lit `thesit' speelmrV rovis-tons. 16. RAILROAD PREEMPTION (co"t!d): ; l�aeMtie" efiaisht��rop�rattowr,s��l the some Signalsetae"cs as slow" M__the: l has: for pr�'t in. of normal operation. Preemption of 'fIsaki agoeporat so:sball:.oceur regardless of the reason for the system being in flashing operation- A preesptles test pus,hbotten switch shall be installed in: the.•controller cablaet � Ia-eeaformo"ca:.wltb the provisions in Section 86-3.070(S), "Test Switches," of therftp"dardS6sei.fitataoos,;• and these special provisions. i 70 S 161114 FIRM,"0'Si iM ltEAOs ;s;t�"ai =faces and, sigul Mads and aiei ll Lary equipment, as shown on-tbe::-0ioss,==aad for iastillatisa titoroot shali conform to the prowislo"s- In :Sectieos�ii6-fa:Oi to-,86f-040, .i"clusive, of the Standard Specificatless ear:.;tloso_sio636,1; prosisiiMs. Terminal compartments shall be breeze. All sigas I Isis sbai! to frrntsbed s"d installed by the Contractor. _ -.. . Costrector she I •take:acts care;sty toe time the signal heads are l"stai_!ed to: l"sere::that tba gaskaW.►rovJded for the mounting of the heads, ars installed, on the outside of the housing to prev ida- a watertjght seal:: iaisk"s- aro:-not`, tol be pieced on the Ins ida of' the boas in$' :. The second->peragreoh: iw Sect-Jew J6-40101C, "Electrical Compose"ts, of tba�.Sts"derd Spoeiflcat:loss a soiMN to read: Each lamp receptacle shall be wired with a conductor, connected- to the'$keI I Of,the' re+ci6ta�lr,--Witlr.•wk to Insulation, and a conductor, to= 04-- bottost or,sst,, twimlat1- of thwi receptacle, with bIsekinsulatloa or with= iessist-iew oolor-cedolkew.foilows: Red signal -- solid rod insulation Vol 1 ow s-i ges.l --. sol:i d,ve-11 ow J&se 1 at i on Creon s iosel - seJUL= ►lee,:-i#sraal las These cosisesors; st�i 11,= i w. :tuw, :fe vwwectod to a terminal block mounted inside at the ,back ef,t1w housing. The terminal block shall have suffleleat $crew type terminals to terminate all field conductors and loop Cowdoetocs tndepon"otly, with separate straws. ITM~-terminals to wklch field- conductors srs attached shall be permanently identified or conductors ,shal-l_ -be color coded to facilitate field wiring. CPUs f = '� is. PEDESTRIAN SIGNALS, ►edestrlaa stfsats=aNtl -senforo.:ti the-provisions to Sect tow 4644.95;=°"poestr.las:SLOss1: RseisN of:the sltandard'3p�cifi cat loss, and-these=speclal--,provistMs Pedestrien signals shall be Typo II er Type C. Oaa-=of sM !s1 lo�rJsO lyses o!`steam n:shall be:prorided• A. An aluminum honeycomb screen with 3/16 inch cells 3/8 inch 014k ,or ;r:jtastie sstNa!s" U3/S. inch squares, 1/2 lath thick iiitli riiil lKliksess of 1/16 fssh::sha11 M-isstarilad. tiltis� dornwrd, ata 0s Nsa: of 15 doNroes (a=2,de0roo&Vavt free. tIN;tap;` sat;, hell.`eoyloteTyc:"War :the.appoe . . toMsrtmost herslogZ tbo hard M19"Tf!--asd:,2he lower comport"at Musing the word "WALK". The screen shell be covered with a clear, 1/6 inch ftniswr .thlckslss:-acry3 c plastle cover, or with a 1/16 tach nominal thickness, formed, -polyearbonate plastic corer. Screen and cover shall beheld tlraly- tw: plots=bqr. chs° s.tsisless stool or aiaalnawl sl-liwor seal Glass,- stool wshoot,ietal $grows. C A 1 1/2,-Inch, deeperats-type: strew::etther-efq 0.020-tach minimum thickness 30 3 110• alnoln m.A011ey or of: 0.030-1sch nominal thickness polycarbonate. qhs asseo►•11r sMl l:Nrwtsrl s: a :#rams constructed of.-C 060-dmth-of rl mss::t kicbooss,. O er twee'0.1.1 my.;, or pelrearbeesto. vert'icat-,spwingme of the- her.isentol meebors sha1:1 his. Startts0:;apprs:caostsly. !/4:.;tosM. above and: ewdlail ;pb:roaasrtsty'Alk lack:below; t.l , '•TONT" and "WALK" legsads respectively. Additional mts rs may be employed outside the two 1(2) lo0osi at-oes for: structural :strseyth. The awrotio .type screea� shstl be:awstal lad parallel to the face of the "0001T WALK" message and- shat I. bo: held stn p tete: by.3hw yaw of stainless steel, .scre"'. The hood doserlb 1w Sect left .86-4.05c", "vIso_rs," -of the Standard•Speclfieations way be, omitted, with; the sl0crate type .screen.. The screen and frame shall be anodised flat black or may be finished with flat black enamel as specified in Section 91-4.01, "Enamel; Traffic 1 D - t6 18. PEDESTRIAN SIGNALS (cout'd) Signal Lusterless !lock," of the" taaar ~Spec ificat ions. f#id. oo#ae1,:siie�<I is: a 11O-;iw the, sfish-at the Al ternate,ostbods way, besabot itsteC fvr tba:..abovw _.. screening providing the results ars equal to or superior to Chess:obtoloe& with-sin:above: %wolf ed screens as determined by ths:00isear.; Contrac-or, shat l>,tokw-:extrs caro at: tbo tlse the pedestrian signal heads are installed to insure that the gaskets provided: far.tM pove%tog:;of the hoods:,, orar-aastalaN on the outside of the hoMsasg to provide a wtsrti0l�t�s�e1. iaslusts. aro •ot is M piscmd on- the l�sld•.of Chs, hwsislE._ y t The flasher unit shall conform to theprovisionsIn Sect lop ,$64.p7, "Faoobles lsocess ,"ol:-the`stowdasd ;so"ificatielms and those: special ;pr,v,f stalls, T A e Type.'Wkilfl ashleg- l osss;:Sorv,loo as-.sMMr oo.,Shoot. ES-=A. of- the:.Seaadard_t•laos,::shal ; be aroe,idedfF for::b*tM=Type_NM0'". . __. Standards. ,below,ebe,7'-OM :law-i.. _ Ma 11**bar..o"k&aasw=:sha114,.be, _ stogie r:IrcultAn 14o of: thee.-t-eI real tr;moehssism;sphs1 4od air : . . , Section , F:1a;her; ceatroisY Shot be, inet&11ad as: shown *a--; �a 20. OETE�f Oetetters sba i l eanloto t• tip:.t►tov i s 'it to Section e6- 5.01 , "Vehicle Detect ors;""-of"ilii Standard MweIficaftins and these - specialprovisions. Sensor unitse shell be Type.,A The lend-laN ie flew the ftald5-torwIawls'- iR the cabinet to the sensor un t t alio 11 be a Col seed 'ja i `"rv'" Each approach l alma sensor;-snit-�abel f =be,i*raagM:: I p-aids: control let-cablaet, to prewldo:a--saaesntlal; iidics=ioa.:oa:: tMo:sassor unit actuation-_tadicetor_ilgbts: (loft- to right) ol.:voRtslos abproseh ing the intejepctioac No splices will be permitted between the fiold loot/end the closest puilbox. The loops shall be joined in the pulibox- ln- combinatjon of series and peroll iel s ,_that.,ept,moo;sonw!tIvity is obtained at the sensor uitit. MICKair D - 17 20. DETECTORS (cont$Q Splices: in tba cabla� way N wade la pulibexes only. All splices In the detector tabiw and the-ceaaoetore�:-fer;loop lead-ins shall be soldered with 60-40 grads, non-acid solder and carefully waterproofed. using Ilb, apprawd pslywlnyl< eAEaridr electrical tape. Condoctars- to- fie burled, In-the= pavement shall be Installed ONLY in the presence of the` Eagiaeer. 1 A11=delay tlwers furnlsbed shot°N=ptW programmable. /f ewe or more detester <leepa-are; %WL be emanected= to doley tlwsrs .tbocoatrollar sisnwfaeturer,shall provide an adfitienol-` delay timer test switch in the test switch,�paaal 'on, ths caalsot dear: The purpose of this switch shall be to initiate the associated phase delay timer and place a call to the Contr* le► _pft !=:tAp pre-set time has elapsed for its related phase. The Costsaster,shslI test=tbe detectors with 18Motori..� driven cycle. as defined in the Catifornis=Vehicle�Code,=tbat,is- licensed for street use by the Department of toter Vehicles of the Stats of Caltforais.= Tba oalado� witght"ef+the vehicle shail not excoed" 220 poiinds'-and-the,englae illopt eeement-shot 1; exceed, 100= CM b I C11 Coiltfaoters: Spectal- featar s.�toMpenswts'1 or`Vehlites.do,Igood to activate the detector-will -oet-be peraittea: , Ilve Contractor shall provide an operator who shalt drive the meter-driven-cy' 61w, through the response or detection ores of the detester at not less than tbrer.- (3) etles per:heur ner more tban- saven• (7) elles per hour. The detector shall provide an indication in response to this test. This test shall be performed at each site on the day that the .intersection Is turned on for the five (S) day tprst pfl.od. SITE 1 Casino P le" Nta r= d During Phase C (ti Al ♦ / C) operation the phase Al, ' - -, detector loops shall be disconnected. phase D detector loops shall be furnished with a delay tlmer.: = - S ITrAl -- syeaMre-,Val low Road=D->taml na Raioa Casino Ramon, 0 D, will Ultimately have two (2) approach levies;` tberefere,'pro0aleasr,shall:,be sada la:ebe;sontrelier cabinet wiring to provide Per- tiro (2) tt D=detester sensor units. Doth season. units will be provided under this contracte but only,one will .be installed. the second becoming a spare. The future outside- lane 0W,1 a detector loops shall be connected to a delay timer; and usdd for the present system: a. SITE 3 - Yillow-►ass-.Road 0 fellow Road Datloy Road. to. will ultimately have two (2) approach lanes, therefore, provisions shall be "do to the controller cabinet wiring to provide for two (2) detector sensor units. Doth sensor MIN w 20. DETECTORS (cont'd) SITE - Willow Pass Road ! Bailey Road (cont'd) units will be provided under this contract, but only one shall be installed. the second becoming a spare. The future outside lane /11 detector loops shall be connected to a delay timer, and used for the present system. Willow Pass Road will have a future OC for a left-turn lane. provisions shall be nada in the aontrollor _cabioet wiring for the detector sensor unit. The detector sensor unit will be furnished but not installed at this time. During 11C (NA, * /C) operation the /Al detector loops shall be disconnected. SITE 4 - Alcosta Boulevard ! Devene Drive Davona Drive. 06. shall be provided with a delay timer for each set of 08 detector loops. 21. MERCURY VAPOR LUMINAIRES Mercury vapor luminaires shall conform to the provisions In Section 86-6.01 , "Mercury Vapor Luminaires," and Section 86-6.01A, "Mercury Vapor Luminaires With Glare Shields." of the Standard Specifications and those special provisions. All mercury vapor luminaires shall be provided with glare shields. All mercury vapor, luminaires shall be color improved. All mercury vapor luminaires shall have integral ballasts. Mercury vapor luminaires shall not be metered. 22. FNOTOELECTRIC CONTROLS Photoelectric controls shall conform to the provisions in Section 86-6.07. "Photoelectric Controls." of the Standard Specifications and- these special provisions. The Contractor shall furnish and install the Type 11 photoelectric control as shown on the plans. 23. . PAYS M Full compensation for performing all the work complete as shown on the plans or specified in these special provisions, in addition to and conforming to the requirements of the Standard Specifi- cations and these special provisions. including furnishing ali labor, materials, tools and equipment, and making all alterations necessary to perform the work, shall be considered as included in the contract loop sum prices paid for four (4) traffic signal and highway lighting systems, and two;, (2)_ h.tghway flashing beacons, and no separate payment will be wall• therefor. 1 -` 19 - . . � • � , � � � to �� ' _. aft ;• r ff t . • ♦ j • � is 0 IVB ,k ri I its is ;• 1 Its . 4. `•t s it s�1 s�i ���3t��t+ ; t x 04;1 t.1,lilt l'• • • , ' � � • r i • 66 .L110 i 11 i�_ •44 P • i! 1101112 1 * its Li Its fill I 'I; .leis � : f . a xi � x�: • � �A BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY. CALIFORNIA Re: Authorizing Certification of ) Right of Way in Connection with the ) Reconstruction of Muir Station Road. RESOLUTION NO. 77/753 Project No. 3275-4321-925-76 SRS-000S ; (155). Martinez Area ) The Board of Supervisors of Contra Costa County RESOLVES THAT: •In order-to-obtain-Federal and State aid assistance from the State of California in connection with the reconstruction of Muir Station Road. Project No. 3275-4321-925-76 (SRS-0005 (155)), and for the State Department of Trans- portation to approve the project for advertising, it is necessary that the County of Contra Costa certify to the State Department of Transportation that the rights of way necessary for the proper execution of the project will be acquired; The Certification of Right of Way, attached hereto and by this reference made a part hereof. is hereby APPROVED by the Board of Supervisors of the County of Contra Costa and the Chairman of the Board is hereby AUTHORIZED and ORDERED to execute the saw for and on behalf of the County of Contra Costa. PASSED on September 13. 1977. unanimously by Supervisors present. Originator.: Public Works Department Real Property Division cc: County Counsel Public Works Uepartment (2) Real Property Division (6) RESOLUTION NO. 77/753 ti CONTRA COSTA COUNTY September 13, 1977 SRS-000S (155) Federal Identification Number RIGHT OF WAY CERTIFICATION 04-CC-00-CR State t cat on r Muir Station Road (Reconstruction) ; uini~y 3275-4321-925-76 'ounty «t r All required right of way for construction of this prosect has now been acquired, covered by Right of Entry or Order of Possession as set forth in detail below: I. STATUS OF RIGHT OF WAY ACQUISITION: a. Total- number of parcels required. 15 b. Parcels acquired outright. 2 c. Parcels covered by right of entry. 11 d. Parcels covered by Temporary Construction 2 Permit. (No penianent rights required) e. Condemnation Resolution. 0 2. STATUS OF AFFECTED RAILROAD FACILITIES: The 8 railroad parcels covered under lc and ld as indicated . above. 3. DESIGNATED MATERIAL SITES: None 4. DESIGNATED DISPOSAL AREAS: None 5. STATUS OF UTILITY RELOCATION: Utility relocations to be made by utility companies concurrent with construction. 6. SCHEDULE FOR REMOVAL OF OBSTRUCTIONS: Miscellaneous trees to be removed by contractor concurrent with construction. Two wail boxes to be placed in temporary containers and relocated to permanent locations by contractor upon completion of construction. One sign to be removed and relocated by Grace Parish (grantor) prior to construction. t • 7. UNAUTHORIZED ENROACHMENTS: None 8. COMPLIANCE WITH FEDERAL AND STATE REQUIREMENTS REGARDING THE ACQUISITION OF REAL PROPERTY: All right of way will be acquired in accordance with Title III of the Federal Uniform Relocation Assistance and Real Property'Acquisition Policies Act of 1970 (Public Law 91-646) and all applicable current FHWA directives covering the acquisition of real property. "9. COMPLIANCE WITH-RELOCATION ADVISORY ASSISTANCE AND PAYMENTS PROVISIONS OF FEDERAL AND STATE LAW: The project will not involve the.displaca■ent of any individuals, farms, or bus n� ess Possession of all parcels required for this project was effective June 1, 1977. I HEREBY CERTIFY the right of way on this project as conforming to Statement No. (2) of Paragraph Sc of FHPM-642.1. Recommended for Certifica vr ht B099M .►Vernon rman,: o . pen Public Works hector ATTEST: d. R. OLSSON. CIS*+ By Principal Real Property Agent p APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel By ' Puty • W�� BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Authorizing Certification of ) Right of Way in Connection with the ) Replacement of Waterfront Road ) RESOLUTION NO. 77/754 Overcrossing, Project No. 3841- 4215-925-76. 841-4215 925-76, Martinez Area ) Federal Project No. BRRS-AO66 (1) The Board of Supervisors of Contra Costa County RESOLVES THAT: In order to obtain Federal and State aid assistance in connection with the reconstruction of Waterfront Road Overcrossing, and for the.State Depart ment of Transportation to approve the project for advertising, it is necessary that the County of Contra Costa certify to the State Deparisent of Transportation that the rights-of-way necessary for the proper execution of the Project will be acquired; The Certification of Right.of Way, attached gereto and by this reference` made a part hereof, is hereby APPROVED by the Board of Supervisors of the County of Contra Costa and the Chairman of the Board is hereby AUTHORIZED and ORDERED to execute the same for and on,behalf of the County of Contra Costa. PASSED on September 13, 1977 , unanimously by Supervisors present. AJA:cf Originator: Public Works Department Real Property Division cc: County Counsel Public Works (2) Real Property (6) RESOLUTION NO. 77/ 754 CONTRA COSTA COUNTY �,Q-A066-CR. September 13. .1977 stateIdentification Number RIGHT OF MAY CERTIFICATION Fe erd aTl"r�'aa Materfront Road Overcrossi County ROM Project law Materfront Road Overcrossim at SW m is All required right of way for construction of this project has now boon acquired, covered by Right-of-Entry or Order of Possession, as set forth in detail below: 1. STATUS OF RIGHT-OF-MAY ACQUISITION: a. Total number of parcels required. 5 b. Parcels acquired-outright. 3 t. Parcels covered by right-of-entry. 2 - effective dates: 10/18/76 6/18177' 2. STATUS OF AFFECTED RAILROAD FACILITIES: Ri4hts acquired by Indenture •dated 12/14/76 3. DESIGNATED MATERIAL SITES: o�iie 4, DESIGNATED DISPOSAL AREAS: NOW S. STATUS OF.UTILITY RELOCATION: Arrangements for relocation to be made by County before or during construction. 6. SCHEDULE FOR REMOVAL OF OBSTRUCTIONS: Fencing, mailboxes, misc, yard improvements will be removed or relocated by contractor as necessary. The old overcrossing structure is to be removed by contractor upon completion of new overcrossing structure. 7. UNAUTHORIZED ENROACHMENTS: None 8. COMPLIANCE WITH FEDERAL. AND STATE REQUIROOM REGARDING THE ACQUISITION OF REAL PROPERTY: All right of war will be acquired in accordance with Title III of the Federal Unifam Relocation Assistance and Real Property Acquisition Policies Act of 1910 (Public Law 91-M) and all applicable current FHWA directives covering the acquisition of real property. 9. COMPLIANCE MITA RELOCATION ADVISORY ASSISTANCE AND PAYMENTS PROVISIONS OF FEDERAL AND STATE LAM: The project does not involve the displmc t of my individuals, farm or business. I HEREBY CERTIFY the right of coy on this prosect as conforming to Stataeent No. (2) of Paragraph Sc of FH%442.1. for Certification -` By BY. W' N. Bogs_a ne cmauvran, Board or Supervisors Public Works Director BY ATTEST: J. R. OLSSON: Clerk 6. erana Prikipal Real Property Agent By Deputy APPROVED AS TO FORM: JOHN B. CLAUSEN, County Counsel fly Deputy -2- WHEN RF,CGF.PED, RE771 taw AWI�IR s-r► AT Rvre:�•_c�_ n_:. n._�... TO CLERK BOARD OF at o'clock y M. SUPERVISORS Contra Costa County Recordz J. R. OLSSON, County Recorder Fee• Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving RESOLUTION OF ACCEPTANCE Notice of Completion of Contract with and NOTICE OF COF?PLvTION Abdo S. Allen Co.. Oakland (C-C• 03086, 3093) (Project r„• SMS-406-J11)) RESOLUTION NO. 77/755 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on JuIX 16. 14177 contracted-with Abdo S Allen Co.. 718 bamS s =- noIJAWW Q )fame and Address of Contractor for the pro3ect site Detention Facility with Awerias surety, ILMaumneprMONCRIMIg Company ItZ for work to be performed on the grounds of the County; and �+ The Publin Works Director reports that said work has been inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete of Therefore, said work is accepted as completed on said date, and the Clerk shall file with the Couaty Recorder a copy of this Resolution and Notice as a Notice of Completion for -said contract. 0 ' PASSED AND ADOPTED ON -Septudw 13, 1977 • CERTIFICALION and VERIFICATION I certify that the foregoing is a true and correct copy of a resolu— tion and acceptance duly adopted and entered on the minutes of this Board's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct. Dated: September 13, 1977 J. R. OLSSON. County Clerk d at Martinez, California ex officio Clerk of the Board ByGzi:o Deputy-y er. cc: ncecora anu return Contractor Auditor + Public Works RESOLUTION VO. 77/755 f IH THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning a portion of ) Resolution No. 77/756 Withers Avenue, ) Date! September 13, 1977 Lafayette Area ) Resolution 6 notice of Intention to Abandon County Road (S. 6. H. Code 956.8,958) The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to the Streets and Higbways Code it declares its intention to abandon the hereinafter described County Road. It fixes Tuesday. October 25, 1977 at 10:45 a.m. (or as continued) in its Chambers, Administration Building, 651 Pine Street, Martinez; California, as the time and place for bearing evidence offered by my interested party as to whether this road is unnecessary for present or prospective public use. This natter is referred to the Planning Commission for report before the hearing. The County Clerk shall have notice of this matter (1) published in the Lafayette Sun, a newspaper of general circulation published in this County which is designated as the newspaper most likely to give notice to persons interested in the proposed abandonment, for at least two successive weeks before the bearing and (2) posted conspicuously along the line of this road at least two weeks before the bearing. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. " PASSED unanimously by Supervisors present September 13, 1977. Originating Department: PW (LD) cc: Contra Costa County Water District Stege Sanitary District of C.C.C. East Bay Municipal Utility District Oakley County Water District San Pablo Sanitary.District Director of Planning Public Works Director Draftsman (4) The Humann Company 1021 Brown Ave. Lafayette, CA 94549 Thomas Brothers Maps Pacific Gas & Electric Company, Oakland Pacific Telephone Company, Oakland RESOLUTION tro. 77/756 f 7( . EXHIBIT "A" Portion of that parcel of land described in the deed to Contra .Costa. County recorded December 7, 1960 in Book 3758 of Official Records, at page 547, Records of Contra Costa County, California, described as follows: Beginning on southeasterly line of Lot 34 as said lot is shown on the map entitled "Map of Subdivision No. 1 of Brook-Wood Acres", filed April 22, 1913 in Book 9 of. Maps at page 217, Records of said County, at the most easterly corner of said Contra Costa County parcel (3758 OR 547), thence, from said point of beginning along the northeasterly line of said Contra Costa County, _ parcel (3758 OR 547) North 39022134" West, 48.50 feet and North 51031'31" West, 151.50 feet to the northwesterly line of said Contra Costa County parcel (3758 OR 547); West, 0.11 feet to a point on a line concentric with and 30.00 feet northeasterly, measured radially, from the center line of Withers Avenue, as said center line is shown on the sap entitled "Tract 2155, Bonnie Brae Highlands", filed July 20, 1960 in Book 78 of saps, at page 36, Records of _ said County, from which a radial line of a non-tangent curve to the right having a radius of 830.00 feet, bears south 39°26`01" West; thence, south- easterly along said curve, through a central angle of 13'28'49", an arc distance of 195.28 feet- to said southeasterly line of Lot 34 (9 MB. 217);' thence, along said southeasterly line North 58'37929" East, 17.05 feet to the point of beginning. Containing an area of 0.038 acres, 1659 square feet of land more or less. Bearings used in the above description are based on the California Coordinate System Zone III. i i W1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Completion) RESOLUTION N0. 77/757 of improvements, ) Subdivision MS 126-76 ) Lafayette Area ) The Public Works Director has notified this Board that improvements have been completed in Subdivision NS 126-76, Lafayette Area. NOW, THEREFORE, BE IT RESOLVED that the improvements in Subdivision MS 126-76 have been codgleted. PASSED by the Board on September 13, 1977 Originating Department: Public Works Land Development Division cc: Public Works Director-Maintenance Recorder Public Works Director-LD : C.H.P., 5001 Blume Rd., Mte. Accident Invest. Planning Director Wn. Kirk La Monte, 1976 Marion Ct. (Subdivider) Lafayette, CA 94549 a� �n .-r CL w m 0 cc 0 RESOLUTION NO. 77/757 98 /. In the Board of SVervison Of Contra Costa County, State of Cakwdo September 13 .19 77 M the mWim of Authorizing execution of a contract with a Prepaid Health Plan provider 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'IHE BOARD ORDERED that the Director, Human Resources Agency, is AUMORIZED to execute a contract for the period May 1, 19TT through June 30, 19T8 with the hospital listed below: Contract #26-915 Alta Bates Hospital PASSED by the Board on September 13, 19T7. I hweby cwWr Nw1 the fo,o9ahq is o bw and owred oapp of as ardor aMwed on tho minutes of sold bond of Supavism won data aforesaid. orig: Human Resources Agency Wibsss my how mad!f,*Saaf of 60 bard of Attn: Contracts & Grants Unit SuPwvbm cc: County Administrator afn W dds 13t3}W f September _ 19 77 County Auditor-Controller County Medical Services State Dept. of Health r J l:r' J. R. OLSSON, Clsrh Contractor ,.' .• �'_Dep,Ck& idaxine M. Neufa d dR 0 99 H-Z4 3/76 ISm - . ' •:>j:ut_a Costa County Standard Form MEDICAL SERVICES SHORT FO&%[ SERVICE CONTRACT _ Z 15915 1. Contract Identification. Contract 1 Department: Medical Services Subject: Hospital Services 2. Parties. The County of Contra Costa, California (County), for its Department named above, aad the following named Contractor mutually agree and promise as follows: Contractor: Alta Bates Hospital Vendor f 06002 Capacity: Nonprofit corporation Address: it Colby Plaza, Berkeley, California 94705 3. sera_ The effective date of this Contract is May 1, 1977 and it terminates June 30, 1978 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. S. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Hedi-Cal rate for like 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- vent 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 11, "Prepaid Health Plan Subcontract Requirements;' attached hereto and incorporated herein, for services rendered t W2%Prepaid Health Plan. Contractor shall provide the following described services: mti outpatient hospital and medical services as prescribed, ordered, or retroactively approved by County Medical Services. 24 hears per d"; ; do" pop-weekSV 1 ,�.Q• 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. Cooliance 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- tnder, 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, a=ter Board approval., by its designs*. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever 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 following legal authorities:- .California Government Code Sections 26227 and 31000. 13. Sigmatu:es. These signatures attest the parties' agreement hereto: COILia OF CONTRA cosm.lmi ~`IA CONTRACTOR U, By By Designee Feco=anded for Approval,' qQ/f77 (Designate official capacity) BY. Medical Director (Form approved by County Counsel) {A-4633 New 4177) MbDfilmed.With board order-. -; Y t ' r In the Board of Supervisors of Contra Costa County. %ft of C.a jor September 13 .19 in dw MWIN of Contract #20-162 with Thomas J. Broome, Attorney at Law IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #20-162 with Thomas J. Broome, Attorney at Lav, for provision of a Staff Development and Training Session entitled "The Impact of Due Process Upon the Role of the Social Worker: Introduction to Lav and Trial Procedure" for Social Service Department staff, to be conducted on September 13, 1977, with a contract payment limit of $140, and under terms and conditions as more particularly set fortb in said contract. PASSED BY THE BOARD on September 13, 1977. I hsnby ewlify that the fotmpoiao i o Uma omd asneet m/1 of am wdn oMwmd am dw manta of said Board of Supstviton ow the daft afamemid. Orig: Hyman Resources Agency Wbasim my head and do Sad of*a Beata of Attu: Contracts 3 Grants Unit Svpetvbets cc: County Administrator GWuwd dd8_Utlx1my of SeF _ iffier . 19 County Auditor-Controller Social Service Department Contractor �. J. R. OLSSON, Clwk .- 0"ChA Mhxine M. N*u4bld SD2dg H-24 5/7615m Contra Costa County Standard Form SHORT FORK SERVICE CONTRACT 29s 1. Contract Identification. Number U !r Department: Social Service Subject: Staff Development and Training in "The Impact of Due Process Upon the Role of the Social Worker: Introduction to Law and Trial Procedure," for Child Protective Services and Conservatorship Social Workers. 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: THOMAS J. SROOME Capacity: Self-employed individual, Attorney at Law Address: 145 East 14th Street, Oakland, California 94606 (alternate office: 3526 Macdonald Avenue, Richmond, California 94804) 3. Tera. The effective date of this Contract is September 13, 1977 and it terminates September 13, 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 $140 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment licit expressed herein. County shall pay Contractor, upon submission of a properly documented demand for payment in the senor 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: (1) hour; or FEE RATE: $ 35 per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of feu (4) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in The Impact of Due Process Upon the Role of the Social Worker: Introduction to Law and Trial Procedure for County- selected persons in the time, place, and mummer required by County, including the provision of any related materials and supplies. B. 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 sball defend, save harmless and indemmify the County and its officers. agents and employees from all liabilities and claim 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 employeas,.� 1EP4LXENK 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. Title XX of the United States Social Security Act, as amended (P.L. 96-647); 45 CPR 1228.84. 11. W inatures. These signatures attest the parties' agreement hereto: 06�aFAA4�LOSTA. IA CONTRACTOR N. Bog" g gy Designee Recommended by Departsene" Al,& -ewlavt� t ►i++ai-( tY .eta.. (Designate official capacity BY. NOR- (Toa approved by County Camsel) (A-4620 7/76) MkraRbiod whh beomd ordw r In the Board of Supervisors of Contra Costa County, State of California September 13 ,19 77 In the AU~of Approval of Contract #35068 with Ms. Judithann David for specialized Training and Instruction, "Crisis Intervention". IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #35068 with Ms. Judithann David for specialized training and instruction, "Crisis Intervention", for Probation Department Staff for the period September 14, 1977 to October 5, 1977 at a cost not to exceed $270.00 PASSED BY THE BOARD on September 13, 1977- I hereby certify that The foropokcp b o toe and cored copy of on cedar snored on the minufts of said board of Supervisor on On dote ofareedd E . cc: Probation Department Witnen my hand and go said of 69 Board of Attn: Wallace C. Donavan Supervnos Contractor o iced 11dol-Sthdoy of SPF .PmhPr . 19 7 c/o Probation Department County Administrator County Auditor-Controller J. R. OLSSON, Clerk b� Deputy Cleric Maxine M. Ne d H-243176ITm - (Pucci a'see-OWTP c 41 seervices) 1. =Cca tract Identification* I*er 35068.3060-2310 De".be"t: Probation -'-- Subject: Crisis Intervention Training 2. Parties. The County of Contra Costa California (County), for its Departeent named above, ang-t-We following named Contractor mutually agree and promise as follows: Contractor: Juditham David, PhD. Capacity: Consultant Address: P.O. Sox 860, Vavaville, CA 95680 3. Term. The effective date of this Contract is Semtember 14, 1977 and it terminates Qtober S. 1977 unless sooner terminates as provioaa"min. 4. Termination. This Contract my be terminated by the County, at its sole discretion, upon R—ve-lay advance written notice thereof to the Contractor. 5. Pageant Limit. County's total payments to Contractor under this Contract shall not exce"3zM.QU 6. County's Obligations. In consideration of Contractor's provision of services as aescrroeaelow, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the menoer and form prescribed by County (Oemaad Form D-15) and upon approval of such demand by the head of the County Department-for which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 15.00 oar service unit: (X) hour: or session, as defined below; or O calendar (Insert: day, week or month) NOT TO EXCEED a total of 18 service unit(s). 7. Contractor's Oblisetions. Contractor shall provide the following described services: . esu tat on, specialized instruction. and training in Crisis Intervention Traini for County-selected persons.in the time, place, and including the provision of aro► related materials and supplies. 8. Ind endent Contractor Status. This Contract is by and between two independent contras ors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indamify the County and ts 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, free my cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Le al Authors . This Contract is entered into under and subject to the following ego author es: California Government Code Sections 26227 and 31000. 11. `Si naa! These signatures attest the parties' agreement hereto: C0106C05TA CAL IIA CONTRACTOR y Wi 111E ro dy�`Nid.GL�-�tw lV �i� +Y !/L a man, rd o Attest: J.-R. Olsson, County Clerk ucc,E�Ca-r tuesignate Official capacity) UspBy uty Res mad by ►tae By Fors approved by County Counsel) fAkrofilmed with 1500ra or& Zi65 Office ofEconomicC omoic Boulevard y -Contra Cemmmmnity;Services (9t4-3333) PleaPlea ant Hi Costa fiawrd Project Head Start (944-3475) (415) 4 —33 Californiaorta Hmmsirng Conmrse(ing (944,-33 77) I�415? 914-3333 RECEIVED 0 C T 11 1977 J. a. 00=4 aAOc WAND of suvamvWU �Y co- TO : Clerk of the board *AT& October- 6, 1977 F o~ : Rita S. Hays, Acting Director slancr. AMENDMENT TO AGREEMENT FOR Et�Y CRi IS . INTERVENTION PROGR M Would you please request Mr. 8ajgess to sign the attached four copies of Amendment No. 1 which Is a corrected amendment for aKhm slop of the Special Energy Crisis Intervention Prop . Attached also for your Information is a copy of a letter from G. David Singleton, Interim Director, State Office of Economic Opportunity regarding the necessity for the corrected amendment. 1 would appreciate your returning to me the four copies of the Amendment as well as the Certified Copy of the Board Order attached of September 13, 1977 which authorizes the execution of sald.amendment to the agreement betwean the State Econamlc Opportunity Office and Contra Costa County to continue County participation in the Energy Crisis Intervention Program. RSH:pd Attachments ' .h V,� � Microfitrtwd Whit �OOtRE AFNROI16O w Tac ❑ CONTRACTOR I ANDARD AGREEMENT — ATrowacT Ga"C"L ❑"STATE Ac6RCT iTATE OF"CALIFONKIA ❑ TO. 2 (NEW. 11/7111 Dew T.OF can.SER. ❑ CONTROLLER THIS AGREEMENT, mate and entered into this 31St day of August 019 77. ❑ in the State of California, by and between State of California, through its duty elected or appointed. ❑ qualified and acting ❑ TITLE OF OFFICE"ACTING FON STATEAGENCY Employment Development.Department »UMaER Director - CSEOO 1770o7072 tsreaftercalhxCSE00 and Contra Costa.County Office of Economic Opportunity hereafter called the Contractor. WITNESSETH: That the Contractor for and in consideration of the covenants.conditions,agreemsets.and stipulations of the State hereinafter expressed,does hereby agree to furnish to the State services and materials.as follows: met forth service to be rendered by conuocter.osatet is be paid Camunar.time specifio56eaa,i f say.l AMENDMENT NO. I Agreement 7700 7072 entered into on August 1, 1977, is hereby amended as follows: 1. In Attachment A, Item (D) of 3. SPECIAL CONDITIONS, the two Sates of August 31, 1977 should be amended to read "September 16, 1977N. 2. Paragraph 3 is deleted and the following substituted in lieu thereof: "The Contractor is authorized to certify eligible individuals to CSEOO for relief under the Special Energy Crisis Intervention Program in a total amount not to exceed $ 77.928 All other terms and conditions shall remain unchanged. 4 The provisions on the reverse side hereof constitute a part of this agreement. IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGENCY Employment Development Department caNr on a TAA&AM o1101"011AS. 5.Ne&"we A seeIN"ArteA - .« r California unt O OT IAUTNORIZEO SIGNATURE) N ws' 1r f�T e�{ '[Q7 p TITLE TL� ,'A'I uwv—hWi Y/ 18 1977 AoawSss W-Jf{i Irv[�[i4gi ICONTINUEO ON_SVEETS. SACH GICANNNa NAM F -ft—Aacrons AMOUNT SNCuM&SNSO ►FFNOPM ATiON FUND Departownt of General Services Use ONLY U/[CNCUMSEREO&•LANCE ITEM CNA.TCA STATUTES FISCAL TEAN � .w. I+G+c+al+c[+Cur SAMG[ FV NC TION KeeSHLA twe�rNN[[ LINE ITEM ALLOTMENT MGM ! am s"Mi inrArladaa bat hedge" I 1 An►eiy cern/y upon my her awsiloNe Aw do period ad pWpme d the exp adialee stated ah►wr S16NATUAE of ACCOUNTING Of"CEw OATS . MICYtIIMW j 16WAY enmity doe all oleditines fat eaamp"40 sat F"is Sala AdawiNlNiw A teaul SMetiae 133 i bees taea complied Milk said ihis dacummot is annapt loss- -inn i1/de Dgartneat of Finance. 1 SIGNATURa OF OFFICER 516016[01{ON ata ALF OF TNe AGENCY OATS IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In The Matter Of ) September 13, 1977 Amendment to Agreement ) for the Energy Crisis ) Intervention Program ) ) .The Board of Supervisors on August 2, 1977 having AUTHORIZED the execution of an agreement between the State Economic Opportunity Office and Contra Costa County under which the County Office of Economic Opportunity provides Special Energy Crisis Intervention Program Outreach and Eligibility Services-in the County; and The State Office of Economic Opportunity having notified the County that the termination date for said program has been changed to September 16, 1977, and funds available to Contra Costa County low income residents increased by $20,000; The Board of Supervisors hereby AUTHORIZES the execution of an amendment to the agreement between the State Economic Opportunity Office and Contra Costa County to continue County participation . in the Energy Crisis Intervention Program until September 16, 1977 and to increase the amount of funds available to the County to "577.428. PASSED by the Board on September 13, 1977. CUTngED COPY 2 ew t7 that"d a fWL use t correet eopy of tb artensl deeumaat ahlah is on flte in my office, and that It was paw"It adopted by the Beard of Supervisor of Contra Costa County.Califemia,an the date sham.ATTEST: J. R. OLSSON. County f':ert t csoffteto Clot of saN Maud al-Supervisors. ✓� G6 ,BSEP 131911 Orig. Dept: OEO cc: County Administrator Auditor-Controller State OEO_ C/o OEO STANDARD AGREE+FENT V G � C•a 7w.c Tai !TATE CF CAL'=-):iVa fry lT.ifE wiEr7CY ST.. - .: \'. I1':� f C£o T.'F SEN.5E4_ THIS and .....'s :rto :':is 31St 3.tc of August 1977 t t in the State of Ca!ifo:r,ia, b:•:r-Q ben ern State of California, through its duly elected or appointed. CI 7-E 0= .. -`CSR :r'-.a _a -'a _�. ��". EA mi a :diaprr. r.� E G.•lr..,i:£it r--if Lira eo: -_ L..�= :� - y - n t•t. v 1�-" 117'Gu7d72 'm hrre.•ni:urcuiird (,;St:(,jv 8i. . - — Contra Costa County Office of Economic Opportunity . hereafter called the Contwc:nr. 11'ITNESSETH: Thnt the Contractor for and in consideration of the covenants,conditions.agreements,and stipulations of the State hereinafter expresset:• does hereby agree ro.furnish to the State services and materials,as follows: ISet forth service w be rendered Sy Con:ructer.ur.•eoun:to be amid contruct,K.time lot performam:ee or completion,mil oreve(i Alms and specifications.if uay.1 AMENDMENT NO. 1 Agreement 77007072 , entered into or.August 1, 1977, is hereby amended as follows- 1. Paragraph 2 is de!eted and tete _ollowing substituted in lieu thereof: "Tae term of this ',creer_ent shall be from August 1, 1977 through September 16, 1977 . 2. Paragraph 3 is deleted and the following substituted in lieu thereof: "The Contractor is authorized to certify eligible individuals to CSEOO for relief under the Special Energy Crisis Intervention Program in a total amount not to exceed S77,428 All other terms and conditions shall remain unchanged. The provisions on the reverse side hereof constitute a part of this agreement. IN WITNESS WHEREOF. this ac:cemwnr 4as been executed by the parties hereto• upon the date first above written. STATE OF CALIFORNIA • ONTRACTOA ; T„i•r i_•" "` !"•"Iw�1 Y1 t:u K. sTArc,:y[Tru.eo•Aa A•rlew AGENCY Employment Development Department f BY IAUTNOa1ZED SIGVATUPE, 1 T R' a1L TITLE Tr TLE �' e Clwienan. Bcwrd of Suprrvisori SEP 13197E •ocoEss l f -- - '-'• - .'_\T i••:,...7E4 LD a APP aOVAlAT10N FUND Deportment o/Gcncraf Scrv:ccs Use ONLY !$ -,f•:L,.tie o:.+£O pa;-A?.C[ BEY C•.APTER ST.rU TC! /IlC AL YEAS t`_' •. • .: �c_....•,:r � ..'rip•. - AAAA. ... / .. ..,.. �!� �t"e•i.j I.. af'- e:..,ul ..a .. <•r. rh:a 1b:l1:ae!.^.n::r*rntCf: ....::i>+•:ftr:+ !:- . -:1.. in !I:u. . .. .i•-AAAA . ,t 'n.m nrenvss 74".Iter ir,•t cn ma I. F .0^. ;:a•gip; "-Orr CEN Eic"A_. r« ,•.E AGETaC• D *E wHh booed W&f IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA ) In The Matter Of ) September 13, 1977 Amendment to Agreement ) for the Energy Crisis ) Intervention Program ) ) .The Board of Supervisors on August 1, 1977 having AUTHORIZED the execution of an agreement between the State Economic Opportunity Office and Contra Costa County raider which the County office of Economic Opportunity provides Special Energy Crisis Intervention Program Outreach and Eligibility Services in the County; and- The State Office of Economic Opportunity having notified the County that the termination date for said program has been changed to September 16, 1977, and funds available to Contra Costa County low income residents increased by $20,000; The Board of Supervisors hereby AUTHORIZES the execution of an amendment to the agreement between the State Economic Opportunity Office and Contra Costa County to continue County participation in the Energy Crisis Intervention Program until September 16, 1977 and to increase the amount of funds available to the County to $77,428. PASSED by the Board on September 13, 1971. CERTIFIED COPY I eys" fere tkla is a ttto,teas,l coin aw at' am orlt:Mat swan -t Wkleh to on toe to ms offim and tkat it rrae passed!ad@PW by the Baal-at Bopenlsoro K Camra Costa Count).California.on the data akoaiL ATTEST: L R. OL880%.Coote Clerk•e:anlelo Clark of saki Board se Bupanleata. a D.pdts , „SEP 131911 00 Orig. Dept: OEO cc: .,"County Administrator Auditor-Controller State OEO- C/o OEO 4 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA ) In The Matter Of ) September 13, 1977 Amendment to Agreement ) for the Energy Crisis ) Intervention Program ) .The Board of Supervisors on August 2, 1977 having AUTHORIZED the execution of an agreement between the State Economic Opportunity Office and Contra Costa County under which the County Office of Economic Opportunity provides Special Energy Crisis Intervention Program Outreach and Eligibility Services in the County; and The State Office of Economic Opportunity having notified the County that the termination date for said program has been changed to September 16, 1977, and funds available to Contra Costa County low income residents increased by $20,000; The Board of Supervisors hereby AUTHORIZES the execution of an. amendment to the agreement between the State Economic Opportunity Office and Contra Costa County to continue County participation in the Energy Crisis Intervention Program until September 16, 1977 and to increase the amount of funds available to the. County to '$77,428. pASSED by the Board on September 13, 1977. CERTIFIED COPY I emd"that tkL is a M ttaa k Call at espT at the odpad doclissat vbkb Is OR Me ie m)otHee. sod that It was pun d!adopted by the Beard ot saperwMan at andra.Costa County. Calltetela,an the data sbawm ATTEST: J. R OLSSON.Coaaty t^.uk k eadtkla ckrk of said Bored of saperdson. „SEP 131577 Orig. Dept: OEO cc: County Administrator t/Auditor-Controller State OEO- c/o OEO 0MO In the Board of Supervisors of Contra Costo County, State of California September 13 .197.7- ht 97.7-M the Ma ft of Joint Exercise of Powers Agreement (Concord Civic Center Expansion) IT IS BY TIE BOARD ORDERED that its Chairman is AUTHORIZED to execute a Joint Exercise of Powers Agreement with the City- of Concord for provision of architectural services for Kt. Diablo Municipal Court expansion in the Concord Civic Center of which the county share of said project is $9,250, under terms and conditions as more particularly set forth in the agreement. Passed by the Board on September 13, 1977. 1 haerby car*that dw forooai,ro Is e tnw end eormd a ff of as ardM oMoad an dw minuM of said bard of Supwvh n on tha daft efarwoid. Orig: Administrator Witrwrs my hood aad dw sod of do 8o d of Supsrviwrs cc: City of Concord a&-d 13thdoy of September . 19_M Auditor-Controller Mt. Diablo Municipal Court Y� � LSSO y Clop Deputy Cbxk h ne M. tiefi d (County Administrator's Office to distribute and send original contract and xerox copy to Clerk of the Board) H-24 417715M 1 8-26-07- 1 JOnn EXERCISE OF MAIM AGNI' WaNmw CMC amm ESA siai) 2 3 1. PARTIES. Effective September 26- , 1977, the CITY 4 OF CONCORD, a municipal corporation, hereinafter referred to as "Concord", and 5 the OCUM OF CWA•RA COM, a political subdivision of the State of California, g hereinafter referred to as "County", pursuant.to the provisions-of Chester 5 of 7 Division 7 of Title I of the Government Code (Section 6500 et seq.), mutually 8 agree as follows: 9 2. PURPOSE (a) The parties to this agreement are public agencies created by the laws of the State of California and are empowered by law to enter into 12 joint exercise of powers aigreeaents for the purposes herein set forth.. 13 (b) The City and County propose to expand the existv-tg Concord 14 Civic Center in order to make provision for the aceomoodation of additiaaml 15 Court facilities and general office space. 16 (c) Initially the parties desire to retain the services of an 17 architectural firm which will provide professional services in connection 18 with the Concord Civic Center Expansion and the purpose of this agreement 19 is to set forth the rights and responsibilities of the parties in 20 connection therewith. 21 (d) Conoord shall be the lead agency for the administration of the 22 e4)ansiorn project. 23 3. SCOPE. The total project shall consist of certain phases, all of 24 which have not yet been determined by the parties exoept'that for purposes of 25 tilis agreenment, t1w architectural setviees shall be oansidered as Phase I of the 26 c is.ion projcc t wi tli unit othfa phases to be #-t)vercxi by a nLw agreement or by 27 amendment hereto. 28 4. AFOUTDC1 ML SERVICES. The architectural services enompassed by on Oahu w4b FkOW draw 0(1'212 I this agreement are as set forth in agreement beb een Concord and the archia 2 al firm•of SPRANK E, LYND & SPRAQE, a copy of which agreement is attached 3 hereto, marked Exhibit "A" and made a part hereof by reference. 4 5. ACOGUN ABILITY. Any party who receives any funds under this agree- 5 Ment shall be strictly aeoocntable therefor and Must report all such receipts 6 and disbursements to the other party who is entitled to such informatum. 7 6. DUTIES OF THE PARTIES. $ (a) Concord shall: $ 1 (1) be the lead agency, for purposes of this agreemnt, in 10 the administration of the agreement referred to as Exhibit "A and 11 for disbursing payments thereunder. 12 (2) act as ooDrdinator between the said architectural firm 13 and the parties hereto. 14 (3) review and approve any and all schematic plans: emhoeptu- 15 al studies, budgets and xPnmendations prepared by the archi- 16 tectural firm of E, LYM & SPRAQZ. 17 (4) establish the City Treasurer's office of the City of 18 Concord as the depository and custodian:of all funds received and 19 administered under this agreecent. 20 (S) do all things necessary to carry out the purpose and 21 intent of this agreement. 22 (b) County shall: 23 (1) review and approve any and all schematic plants, eonceptu- 24 al studies, bu3gets and x-,-,x nr.R ndations prepared by the architectur- 25 al firm encaaged by the r"rt_es herein. 26 (2) pay any funds to Concord recaUred by terms of this 27 agrearimt. 28 (3) do all things necessary to carry out the purpose and -2- 0013 1 intent of this agreement. 2 7. TEAM. This agreement shall remain in full force and effect until thl 3 said architectural services are performed, or is terminated by mutual consent of 4 the parties hereto. 5 8. CXWRIBMCN. The estimated cost of Phase I of the project is 6 $18,500.00 and the parties shall share such cast on a 50/50 basis. If, during 7 the course of having the architectural services performed herein, it is deter- 8 mined that the cost to conpdete the project hereunder will exceed $18,500.00, 9 then neither party hereof shall be obligated to comi.t itself beyond its 50/50 10 contribution unless the parties further agree to do so in writing. Upon 11 cotpletion of Phase I of the project herein, City shall bill Canty for its 12 5o/50.share incurred herein and County shall remit payment to City within thirty 13 '(30) days after being billed therefor by City. 14 9. LIABILITY. The tort liability of the parties, their officers and 15 employees shall be controlled by the provisions of Division 3.6 of Title I of, 16 the Gmrernment Code of the State of California. The provisions of said Division 17 relating to-the indemnification of public employees and the defense of actions 18 against then arising out of any act or mission occurring within the scope of 19 their euplayment shall aWly to all of said officers and employees. 20 10. MID HAML SS. If because of the negligent conduct or otherwise of 21 ashy of the parties to this agreement.acting through their officers, agents or 22 . employees, any third person or persons sustains any loss for death, sickness 23 or injury to such persons or their property, such party shall defend, save 24 hzlrmless and indeamify the other parties to this agreement for all damages of 25 any kind resulting from such conduct, negligent or otherwise whirls such other 26 parties may incur wider the relationslLip created between the parties to this 27 agreement. 23 11. Amagmmrm. This agreement may be amended atp�any �, time by the x -3- _14 1 written agreement of all the parties hereto. Any such amAment shall be 2 effective upon the date of final Maecution thereof by all the parties hereto. 3 12. NOTICES. All notices to be given under this agreement shall be in 4 writing and may be delivered by deposit.in the United States mail, postage 5 Prepaid, addressed as follows: 6 County Admini stratcor City Clerk County of Contra Costa City of Concord 7 County AdtnisListration Bldg. City Hall, 1950 Parkside Drive Martinez, California 91553 Concord, California %519 6 9 The effective date of notice shall be the date of deposit in the mails or of other delivery. 114 13. SEVERABIlaTY. Simuld any part, team or provision of this agreement 12 be decided by a court to be illegal or in conflict with any lar of the State of 13 California, or otherwise raAZed unenforceable or ineffectual, the validity 14 of the remaining portion or provisions shall not be affected thereby. 15 aF Ccma imTK CITY cr CONMM 17 18 Chainmen, Board of Otylor 19 AT1Fsr: J. R. olsaan, Canty Cleric ATTM: 20 21 City Clerk 22 23 FORM APPFOM: FORM APPRDVBU: John B. Clausen, County Counsel 24 25 DY Deputy QIP J `2ity At nWy 26 27 29 `5PRANKLE, LYND & SPRAGUE ARCHITECTS Date F Spran'.►z.AIA Lohn&lyrut.MA Robert 9.Sprague,AIA Thomas W.Mulvey,AIA. July 26, 1977 Clayton E.Lee,AIA . Fi 1 803.01 krhn W.rine%,AIA City of Concord Civic Center 1950 Parkside Drive Concord, CA 94519 Attention: Mr. Farrel A. Stewart, City Manager Reference: Concord Civic Center Expansion - Professional Services Gentlemen: Sprankle, Lynd i Sprague, hereinafter referred to as Architects,, agree to perform certain professional services for the City of Concord, hereinafter referred to as Owner, and in conjunction with Contra Costa County for the project referred to as Civic ., Center Expansion. It is understood that this expansion is to in- clude approximately 15,000 square feet of new space with some remodeling of existing space and additional parking for 80 to 100 cars. The additional parking may be provided by the construction of a parking structure in connection with the remodeling of an existing parking lot. The Architect's services under this Letter Agreement are to pro- gram, plan and develop. conceptual studies and budgets. it is intended that these services will result in the equivalency of schematic plans sufficiently complete to proceed with design de- velopment and construction documents. The Architect will retain Mr. James Leake as a consultant to assist in the programming of the new courts facilities and necessary modification to the existing. courts to accomodate the supposed expansion. Following approval of the schematic plans it is intended that the Architect and Owner will enter into a Full Services Agreement' similar to that attached which will provide for the balance of professional services necessary to carry this project through the construction documents, bidding and construction administration phases,' Compensation to the Architect for the services performed under this Letter Agreement shall be in accordance with the Architect's Standard Hourly Fee Schedule attached hereto and is estimated not 325 1xup m Avenue. Pel•.:\Ito.S;afitatrfia yL1U1 I4.151 326-25131 100`tevk4 un$teat Sin Fraocnru•Caliiurnia IMIUi (3151 ii 13h,a 1-7 . . •�, - Mr. Farrel A. Stewart July 26, 1977 Page Two to exceed $18,500. The Architect shall furnish the City, without additional charge, four (4) copies of program, con- ceptual studies and budgets developed pursuant to this Letter Agreement. Compensation for later services beyond those covered herein shall be as determined and as provided for in the subsequent Full Services Agreement with the basis for this compensation most likely to be a percentage fee of seven percent (7%) of total construction cost. Compensation paid to the Architect under this Letter Agreement shall be applicable to the Full Services Agreement. It is our understanding that the Owner is ready to proceed with the project and that time is of the essence. It is also our understanding that the owner will designate a representative for this project and in this capacity the representative will work directly with the Architect making those decisions and giving those directions to the Architect as necessary to maintain the progress of the Architect's work. If you wish you may indicate your acceptance of this Agreement" by signing below and returning-one copy for our records. Very truly yours, . SPRANRLE, LYND A SPRAGUE ohn „S. Lynd AIA Executive Vice President AGREED AND ACCEPTED: arm August 22, 1977 Ior City of Concord, Mayor Date I1FS'i FORM APPROVED: C ty Clerk Assis t ty Atm;97 In the Board of Supervisors of Contra Costo County, State of California September 13 .19 77 1n dw Au"W of - Agreement Amendment with 0. Albert Mingione The Board on February 22, 1977 having approved an agreement with Albert Mingione for consulting services for the County Automated Traffic Citation Management system, Office of the County Auditor- Controller, effective through July 31, 1977 NOW, THEREFORE, on the recoseendation of the County Auditor- Controller, IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an amendment dated August 1, 1977 to said agreement to provide for extension of services through December 31, 1977, all other terms of the Master Agreement to remain in effect. Passed by the Board September 13, 1977. I hereby cwtify tW fir F, go' is a true and cored cafe of an order esMwad on Ma minutes of said board of Supervism on Nr date aforeawd. Witness my hand ad the sad of*a hoard of orig: Auditor-Controller Supervisors cc: Contractor affixed thisl'Sthdoy of September . 19 Z c/o Data Processing County Administrator Criminal Justice Agency J. R. OLSSON, Clerk Data Processing Law and Justice Systems Develop. Oerk I9aJClne 14. Ne1if,61d H-243/%615n, - AGREEMENT AMENDMENT This amendment dated August 1,1977, is to amend the agreement between Contra Costa County and Albert Mingione, for the County Automated Traffic Citation Management System, passed by ,the Board-of Supervisors February 22, 1977, as follows: 1. Change Section 1. (c) , Page 1, from March 1, 1977 through July 31, 1977 to March 1, 1977 through Decem—ser 31, 1977., 2. This amendment will not affect any other section of the original agreement. 3. Signatures. These signatures attest the parties' agreement hereto: CONSULTANT BY (Designate official caps ty in business) State of California) as Contra Costa County) AC (CC 1190.1) . The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corpor- ation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. Date 0XFiC1AL SEAL } TONI A BRADLEY 1 CL NOTARY PuMIC-CALIFORNIA '- Notary Pis F�trcf�t a`ue in Crn:q Cesp Corky 72 Par, b'yCammis:ion6Frafktarrtll7�� ( nit V - PUBLIC AG TCY FORM APPROVED C tr fC unty, John B. Clausen, County Counsel ✓+ By` �lL. By Warren N. Boggess, Chariman De uty Board of Supervisors 00M ` wmfgmd wish bond•adK In t* Board of Supf11 wn Of Contra Costa County, Stoto of CaWarnio September 13 _'1977 M the Moitsr cf Rental Agreement 1510 Treat Boulevard Walnut Creek, CA - IT IS BY THE BOARD ORDERED that the Rental Agreement with Ben E. and Greta Hammond, dated September 1, 1977. for rental of County-owned property at 1510 Treat Boulevard. Walnut Creek is approved, and the Public Works Director is authorized to sign the Agreement on behalf of the County. The rental is on a month-to-month basis at a monthly rate of $230.00. effective September 13, 1977. PASSED by the Board on September 13, 1977. I hweby asrtify that do fon0oMg is a trw and cornet espy of on air entered an do aanuM of said floord of Supwvism on dodos* -6- M1 Witness my bend and die Seel of do flood of Originator: Public Works Department sup—hats Real Property Division of fed dds 1 tWW of September _ 1977 J. R. MSSON. Clark sy IL Patter Deputy.Clark N. Pous H-34 3/76 ism _. { In dw Board of Supervisors Of Contra Costa County, Statr of CaMornifs September 13 .19 77 M do Mahar of Accepting Easement Pine Valley Road Extension Road No. 5204 W.O. 4586-663 IT IS BY THE BOARD ORDERED that the Easement. dated November 15, 1976, from Pacific Gas & Electric Company is ACCEPTED for a consideration of $100.00, and the Auditor is AUTHORIZED to draw a warrant in that amount, payable to Pacific Gas & Electric Company. 1625 Clay Street. Oakland, CA. 94612, and deliver to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept said dead from the above named grantor for the County of Contra Costa. PASSED by the Board on September 13, 1977. 1 Imeby cw*fy dot tlr 6orrpir0 b o true cad cwmet copy of as order=owed an do ninulaa of acid Bomd of Suporvbom an do dale afaraaaid. Originator: Public Works Department Wimm 'hOod cad dw Seal of do ftwd of Real Property Division S"POMMS County Auditor-Controller aft dabL3th day of September 19 77 J. N. OISSON. Clark GyDeputy C N. Pous H•24 3/76 Ism � t In *W Board of &Wwvbm Of Contra Costo County, Stade of Ca lfarnia AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT, ZONE 10 September 13 .is 77 In the momm of Approving and Authorizing Payment for Property Acquisition Project Number 8528-925-76 Danville Area IT IS BY THE BOARD ORDERED that the following settlement, Temporary Construction Permit and Right-of-ft Contract is approved and the Public Works Director is AUTHORIZED to execute said permit and contract on behalf of the District: Contract Payee and Reference Grantors Date Address Amount Line A-4 Richard and September 3. 1977 Grantors $283.00 S.O.O.Z.-10 C. dean Radigonda 401 Montcrest P1. Danville, CA 94526 The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept an easement from above named grantors for the Contra Costa County Storm Drainage District. PASSED by the Board on September 13.1977. I hwsby cedi(y the the fowS M a bw mar carnet c*y of em odir w0nr ea the minula of roir Bead efSvpwv4ms on the dao-F, mid. Originator: Public Works Department WMnas my hoar ead do Sed of die Need of Real Property Division Sup.rvim% awamd tbk13tb&y at September _ 1977 cc: County Auditor-Controller Flood Control a,, / J. R. OLSWN, Cork By_ /lfZsO . Dwputy Clark N. Pous H•24 3/76 ISm In the Booed of SuperAstors of Contra Costa County, State of California September 13 .19 77 M dw Mdhr of _ Authorizing Defense. IT IS BY THE BOARD ORDERED that County Counsel. is AUTHORIZED to defend the County's interest in connection With Superior Court Actions No. 179548 Bay Cities Paving Grading, Inc. vs. Contra Costa County and No. 169190 John Wm. Niemand 1I, et al. vs. H. E. Hathcoat, et al. PASSED by the Board on September 13, 1977: 1 hweby cwWy that tlw k --i 0 k e tn*end=*d mph d m eelw edsrod on fha mirmn of said board of SYpwvbm as do dab ekrese.. cc: County Counsel VAMem my her eW do Soni d do bawd of County Administrator SUPWVWM offixgd 13ttW"01 September 19 77 A R. OLSSON. Clwk Jamie L. Johnson H-24 3/7615m f In the Board of Supervisors of Contra Costa County, State of CaWornio September 13 .19 77 In dw A4~of Authorizing Petition to California Supreme Court Upon the recosmaAdation. of the County Counsel, this Board orders: That the County Counsel is authorized and directed to petition for hearing in the California Supresa Court on behalf of the respo auto in Social Services Union Local 535 v. County of Contra Costs ., s s Courto v. . PASSED by the Board on September 13, 1977. AWW/j I hereby c*Mfy dwf die fak a Uw and caned a"of are order eidwed on d» mirxdes of said iloord of Supnriwn m dw deb bfaeseid. Wfl m my kaed eed die Sed of die Beard of cc: County Counsel Supermam County Administrator affixed ddsl3thdey of September 19 77 y L R. OLSSON. Ckrk Deputy Clwk Jamie L. Johnson 4; H•24 3/76 15m In the Board of Supervisor of Contra Costo County, State of California September 13, 19 77 In dla Mahar of Approving Deferred Improvement Agreement for Subdivision MS 238-76, Pacheco area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with JEFFREY LOU BEATON,et.al, permitting the deferment of con- struction of permanent improveomts required as a condition of approval for Subdivision MS 238-76, Pacheco area. PASSED by the Board on September 13, 1977. r� W VJ N x O `tr V Q aL �s v 0 v cc O H I codify thW 11M foregoing Is a Ifus and coved copy ai am oda► aalera'on lllar lninuw of Sold Board of Supe v6m an ow dols aforaaold. Wknm my of do Originating Department: PW (LD) Ii011d and scald of cc: Recorder (via P.W.) aFlad tkiajjday aF September 19 7L_ Public Works Director Director of Planning J. R. OLSSON, Clwk County Assessor /p Jeffrey Lou Heaton ay l U _+ Dlh Cwfi 164 Christen Drive I3. Pous Pacheco, CA 94553 H-24 3/76 15m M the Board of Supervisors Of Contra Costa County, State of Califomia September 13. .19 .1.2 M the MaNer of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following instruments are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE 1. Consent to Dedication Central Contra Costa Sanitary of Drainage Easement 8-25-77 District. a California Corporation SUB MS 154-76 r. rn 2. Individual Grant Deed 8-11-77 Donald E. Davies, ET AL SUB IIS 82 - 75 a 3. Relinquishment of W Abutters Rights 8-31-77 R.W.C. California Company SUB MS 246-76 cry r 4. Consent to Dedication Central Contra Costa Sanitary cof Drainage Easement 6-2-77 District a California Corporation SUB MS 154-76 3 S. Consent to Dedication East Contra Costa Irrigation for Roadway Purposes 8-30-77 District SUB MS 202-76 n 6. Individual Grant Dead 8-23-77 Jeffrey Lou Heaton ET AL SUB MS 238-76 4 i U PASSED by the Board on September 13. 1977. tC 0 h I homby cwtify Ihd the 1. Slim, is a true and aormd copy of an order ontrre'an do minalas of said Board of Supervisors an do do%afemmid. Wilms my bead sed the Sed of dw Board of Originator: Public Works Department s— I Land Development Division affixed thisl3th day of September . 19 L7- cc: 7cc: Recorder (via P.W.) Public Works Director J. R. CILS90N, C7srk Director of Planning i (Y l Ia L V, . Deply Clark Patricia A. Bell ��l � 14-24 3/76 15m 1 1 In the Board of Supervisors Of Contra Costo County, State of California September 13, .19 _ZZ In the Alaller of Authorizing Acceptance of Instruments for Recording Only. IT IS BY THE BOARD ORDERED that the following offers of dedication i are ACCEPTED for recording only: A it INSTRUMENT DATE GRANTOR REFERENCE 1. Offer of Dedication for e' Drainage•Purposes 8-11-77 Donald E. Davies, ET AL SUB. MS 82-75 W 2. Offer of Dedication for cn Drainage Purposes 8-12-77 Gregory B. Cherozian, ET AL SUB. MS 113-75 w '.43. Offer of Dedication for Drainage Purposes 8-25-77 Marvin H. Hyman, ET AL SUB. NS 124-75 3 a. PASSED by the Board on September 13, 1977. a •S 'a O V Y . tC 0 1 hereby oar ft dm*the foreOeilg Is a due and caned shy of mm enier aelwed an the e+inules of olid Board ei.SIp em the dote efMeea,, Wilaas my hemd mad Nye Sed of the lewd of Originator: Public Works Department Sup—lears Land Development Division efSad Ai�13thday of September . 19 77 cc: Recorder (via P.W.) Public Works Director - J' R. 01LI111101%• Clark Director of Planning &L ,Oepaly Chlrk Patricia A. Bell H-24 5/74 15m BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ). . Pursuant to Section 21101(b) of the TRAFFIC RESOLUTION NO. 2363 - STP CVC, Declaring a Stop Intersection SEP j 3 on FLAME DRIVE (#3975T) and SECOND Date: 1977 AVENUE SOUTH (f39750). Pacheco Area ) ))) (Supv. Dist. 11 - Pacheco The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffi.c and engineering survey and recommenda— tions thereon by the County Public Yorks Department's Traffic Engineering Division. and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the folloriny traffic regulation is established (and otber action taken as indicated): Pursuant to Section 21101(6) of the California Vehicle Code, the intersection of FLARE DRIVE (i3975T) and SECOND AVENUE SOUTH (13975D), Pacheco. is hereby declared to be a stop Intersection and all vehicles traveling on FLAME DRIVE shelf stop before entering said intersection. Adopted by the goordBSEP 13 1977 Sheriff California Highway Patrol T-14 BOARD OF SUPERVISORS. CONTRA COSTA COUNTY. CALIFORNIA Re: Pursuant to Section 21101(b) of TRAFFIC RESOLUTION-No.2364 - STP the CVC, Declaring a Stop Inter- section_ at'. LiZJ2P BMIE-V RD (7711 Date: SEP 131977 and EM-MUR FOLD (7351) Brent,occd Area. I (Supv. Dist. V - Brent�cood } The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommends tions thereon by the Comity Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.00Y. - 46-2.012, the follorins traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of 1-WMT BOUMARD 07711A) and BALMR ROAD 01351A), Brentumcd is hereby declared to be a four- TW, our-TW, stop intersection and all vehicles shall sicp before entering or crossing said intersection. Adopted by the BoCW SEP 13 677 Sheriff California Highway Patrol T-14 BOARD OF SUPERVISORS, CONTRA COSTA COMM CALIFORNIA Re: Pursuant to Section 21101(b) of the CYC, Declaring the Inter- TRAFFIC RESOLUTION M0. 2365 - STP section of MARIPOSA COURT (f472SQ) SEP j and ESTATES DRIVE (46240) a stop ? Date: 3 1977 Intersection, Danville Area. )) (Supe. Dist. V - Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and a ineering survey and rccomeenda- 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 Section 21101(b) of the California Vehicle Code, the intersection of MARIPOSA COURT 04725Q) and ESTATES DRIVE (146240) Danville, is hereby declared to be a stop intersection and all vehicles traveling on Mariposa Court shall stop before entering said intersection. �Pb�byt oBoo rd on. SEP 131977 Sheri ff California Highway Patrol T-14 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101(b) oi) the CVC, Declaring the Intersectio TRAFFIC RESOLUTION NO. 2366 - STP of SHERI LANE (4725A6) and TOW AND COUNTRY DRIVE (#4725AN) a Stop) Date: SEP j 3 p7T Intersection, Danville Area. )) (Supe. Dist. V-Danville Area ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and reemmenda tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the intersection of SHERI LANE (#4725A6) and TOW AND COUNTRY bRIVE (#4725AN) Danville, is hereby declared to be a stop intersection and all vehicles traveling on Sheri:Lane shall stop before entering said intersection. AdoptedbvihoOmd SEP 13 1977 Sheriff California Highway Patrol T-14 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Res Pursuant to Section 21101(b) of� the CYC. Declaring a 3-May Stop at 11 TRAFFIC RESOLUTION 40. 2367-3 Hay Stop the Intersection of ROUNDHILL ROAD) SEP 13 1977 (#4437U) and TAN 0 SHANTER ROAD Date: (#4437S) Alamo Area. (Supe. Dist. Y - Alam ) 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 WorksDepartment's Traffic Engineering Division, and pursuant to County Ordinance Code. Sections 46-2.002. - 46-2.012, the following traffic regulation is established (and other action taken as indicated): Pursuant to Section 21101(b) of the California Vehicle Code, the" intersection of ROUNOHILL ROAD (#4437U)'and'TAN 0 SHANTER AM (#4437S) Alamo, is hereby declared to be a three way stop inter- section and all vehicles shall stop before entering or crossing said intersection. �"fid SEP 131977 Sheriff California Highway Patrol T-14 i In the Board of Supervisors of Contra Costa County, State of Colifomia September 13 .19 77 In-dw M~of Executive Session. At 10:12 a.m. the Hoard recessed into Executive Session in Room 108 of the County Administration Building, Martinez, California. to discuss personnel matters. At 10:50 a.m. the Hoard reconvened in its Chambers and adopted the /following resolution: ��_�C L�S F (�'r j amu'����,�L►.:Lr,•c f ,.,� .w��l�u ^-,ct-+.,� _ r-/ s v � A Matter of Record 1 hweby cwtKy dx* 1, 9.1 i o trw a d amnm aW e1A*s jW adwd an do minuin of said 9 d of SupwWwn as dw doff denwid. wdM my band ad do Sod of dw Dowd of Supuvim aW-"d*13th day of 3A2 j=ber . 19ZL �. J. R. OLSSONi. Owk y r oopYyr CJ.k e ArieUfq&d M-24 4/77 15m - BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Assistant County Auditor } Temporarily Discharges ) RESOLUTION 77!750 Duties of Resigned County ) (Sept. 13, 1977 Auditor, at neM.selary. 3 The Contra Costa County Board of Supervisors RESOLVES THAT: County Auditor-Controller H. Donald Funk has resigned from those offices effective on October 15, 1977. Therefore, commencing ' on October 15, 1477, Assistant County Auditor-Controller. Donald L. Bouchet will temporarily discharge the duties of those offices and . of the other positions and functions combined with and assigned to them, as Acting County Auditor-Controller. as provided in Govern- ment Code Section 24105. During »r. Bouchet's temporary discharging of duties as noted above, his position of Assistant (Acting) County Auditor-Controller is hereby allocated to salary level665F (S3403) effective on October 15, 1977 and until the vacancy is filled. PASSED on Sept. 13. 1977, unanimously by the Supervisors present. cc: County Auditor-Controller County Administrator Director of Personnel RESOLUTIO,y 77/_Z50 In the Board of Supervisor of Contra Costa County, State of California September 13 .19 77 1n the Ma11w of _ Authorized Attendance at Meetings Zr IS BY r1W BOARD ORDSRSD that the person listed below 3s AUTAORURD to attend the following meeting, charges to be 100%Federal-- Funds: BAMS 6 DEPARrJOW M2227M ILUT Judy A. Miller NAOD Conference September is, 1977 Manpowr Director Manpower Directors to Human Resources Agency taaasas City, Missouri September 16, 1977 PASSED by the Board on September 13. 1977. I hereby certify that tM forepaiog is a true and eorred copy of an wdW ewtsred on dw minutes of said Board of Supervisors an the dale aforesokL Orig. Director, MRA Witness my hand and the Sed of the Bond of ce: J.Miiler, Manpower Director SaPNwsors County Administrator affixed thisiathday of Sentember , 19 77 County Auditor-Controller J. R. OLSSON. Clark By 'y- .�er U i.�,c��c r- Deputy Clerk Jeanne 0. .41aglie H-2431761Sm - s IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA in the Matter of Hearing on the Appeal ) of Vista Grande Homeowners Association ) from Action of the Planning Commission ) September 13, 1977 on Application for Subdivision 4607, ) Danville Area. ) The Beard on August 30. 1977 having fixed this time for hearing on the appeal of the vista Grande Homeowners Association from Planning Commission conditional approval of application for Subdivision 4607, Danville area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that, after the Board on slay 17, 1977 referred the appeal of the vista Grande Homeowners Association back to the Planning Commission for reconsideration, meetings were held with the developer and residents of the area and Terrasearch Inc., the engineering firm of the project, was requested to reevaluate all available information, conduct additional subsurface work and laboratory tests and summarize their investigation in an updated report; and Mr. Bragdon having stated that Terraseareh submitted a report dated July 5, 1977 (a copy of which was sent to the Homeowners Association) concluding that although the site is developable as proposed, design considerations ;oust be given to hillside stability, slide repair, and the diversity of soils present on the site; and Mr. Bragdon having advised that meetings were held with the developer's soils engineer and Terrasearch's geologist, and Mr. Donald Protzman, geologist for the Nomeewners Association, and that on August 9, 1977 the Planning Commission unanimously reaffirmed its previous approval of Subdivision 4607, amending condition No. 23 of its previous approval to read: "Should the detailed soils report indicate that some lots should be deleted because of soils instability, the Director of Planning may make a determination to eliminate those lots"; and In response to questions of Board members, Mr. Bragdon having responded that land slides in the area had been identified, that the proposed site is not a hazardous slide area, and that further review of the subdivision will be conducted by the Building inspection Department prior to the filing of the final map so as to insure compliance with all Building Code requirements; and Mr. Martin Snyder, representing the Vista Grande Homeowners Association, having expressed concern that construction of the subdivi- sion on unstable soil may have an adverse effect on homes in the surrounding area; and Mr. Protzman having disagreed with the Tarasearch report on the basis that the subdivision will be constructed on unconsolidated Orinda Formation which has a tendency to retain water, thereby increasing the risk of landslides"and that construction on the proposed hillside location would add to this hazard; and Supervisor E. H. Hasseltine having commented that the Board is attempting to determine if construction can proceed on these lots if nodern engineering technology and design can provide the necessary stability to protect the future home buyer and having asked Mr. Protzman if there were any lots in,the proposed subdivision that in his opinion were not buildable; and Mr. Protzman having responded that, if those lots were removed which in his opinion would not be good building sites, there would not be enough lots left to make construction of the subdivision worthwhile; and Adkow Mr. Jack Appleby having stated that his heave suffered damage because of unstable soil conditions in the area and having requested that lots 57 and 58 be deleted from the proposed subdivision and that an additional condition be added to the conditions imposed by the Planning Comeission .to provide for the removal of landslide material down to bedrock; and Mr. Robert McBain, the subdivider, having expressed confidence in the engineers of the project and modern construction technology; and Mr. Richard Rouland of Terrasearch having commented that there are many subdivisions built on Orinda Formation which have been successfully developed, and having explained methods of mitigating. problems of soil instability, adding that soil conditions will be monitored during the grading process; and Several other representatives from Terrasearch having also commented on engineering techniques with respect to slide repair and drainage systems; and Mr. Darwin Myers, County Geologist, having concurred with the report of Terrasearch; and Supervisor W. N. Boggess having asked Mr. Myers if he felt development of said site would expose the homeowners in the area to greater hazards; and Mr. Myers having indicated that in his opinion it would not; and Mr. Protzman, in rebuttal, having again reaffirmed his position that said site is not suitable for the subdivision as proposed; and All persons desiring to speak having been heard; and Supervisor Hasseltine, having advised that since there has been diversity in the testimony presented at.this hearing, he would recommend that the hearing be closed and that decision be deferred for one week to permit further review of the matter; IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine are approved and September 20. 1977 at 11:15 a.m. is fixed as the time for decision thereon. PASSED by the Board on September 13, 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 13th day of September, 1977. J. R. OL.SSON, CLERIC eys Jamie L. Johnson Deputy clerk cc: Vista Grande Homeowners Association MCBain a Gibbs Ms. M. T. Snyder Director of Planning In the Board of Supervisors Of Contra Costo County, Ute of Cokla io September 13__,19 77 M dw Me06e7 of Conciliation Agreement - Billy A. 'Baldwin Complaint As recommended by the Director of Personnel and County Counsel, IT IS BY THE BOARD ORDERED that settlement of the claim by Billy A. Baldwin in the amount of $1,671.80 is APPROVED, and the Director of Personnel is AUTHORIZED to execute a California Fair Employment Practice Commission Conciliation Agreement with respect thereto. Passed by the Board on September 13, 1977 I hweby coMfy That Aw foarsis0 b e Ww end coo d aW of am emdw aWwed on dw ohmm of mW I-- of St"rwms m+Tho isle ofMeseid. Orig: Administrator M►bl my h=d od do Seal of The 1a d of cc: Director of Personnel Sup�evi�oes Auditor-Controller afBwW this 13th day of copes _ IVU— I R. OISSON. Clwk 8 Q t h r•c.c , Q Av_,_'� 0qmdy Clwk Patricia A. Bell H-24 4/77 75m In the Board of Supervisors of Contra Costo County, State of Calkwnio September 13 ,1977 M the Moth►of Authorizing Attendance at Meeting. IT IS BY THE BOARD-ORDERED that the person listed below is AUTHORIZED to attend the following meeting, charges to beat County expense: NAME i DEPARTMENT MEETING DATE Robert E. Jornlin National Association September 20-22, 1977 Director of Counties Washington, D.C. Social Service Department Steering Committee on Welfare 6 Social Services PASSED BY THE BOARD ON SEPTEMBER 13, 1977. 1 hereby certify dwf the iaoBetey is o Uw awl cm ed a"of em order wAwed on flu uinuhs of soil Boord of Supeeoimn an do dere ahreeei I Orig: Human Resources Agency WHom my hand amd do Sad of do Beard of Welfare Director suM"'bO's County Administrator swood tbkl=doy of mbR . 19 77 County Auditor OtSf10N. Gwk CSTt.i tiVt r't ;i t( ^�Li .Dgwly geek Patricia A. Bell H-24 1/7615m In the Board of Supervisors of Contra Costa County, State of Gatifomio September 13. 19 77 In the MOMMer of In the Matter of Authorizing Attendance at Meetings IT IS SX THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meetinggon County time, with per diem and partial transportation expense being provided by project grants; and authorizing $218.00 to be paid for transportation costs in excess of the travel grant, a total expense of $218.00. NAME & DEPARTMENT MEETING DATES Ruth Vaughn Adoptions Training Seminars Sept 19-23, 1977 Social Service Dept Seattle, Washington Nov. 7-11,1977 Dec. 5- 7, 1977 PASSED by the Board on September 13, 1977. 1 herby certify that tlr I, on' fs o true and aornet copy of as order eaNnd on dw mints of said ioord of Supeniwn on dw dam aforesaid. WUnw oq haad amd dw Sod of dw 800rd of su Orig: Dir., Human Resources AgencyM �13thd,y of ,�ntember 19 7� County Welfare Director Staff Development Supvr County Administrator J. R. OLSSON. Clark County Auditor-Controller By, ��� :,t �� y Clerk Employee listed above Patricia A. Bell H-24 3i-,(,15m In dw Board of &pwihm Of Contra Coda County, State of Caf omio September 13 .19 J In 1M A%nw of - Approval of State Office on Aging Nutrition Project Contract Amendment #29-214-9 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State Office on Aging Contract Amendment #29-214-9 (State #0777431) to provide $26,539 in additional Federal Title VII Older Americans Act funds to increase the quality of County Nutrition Project services during the period July 1, 1977, to September 30, 1978. PASSED BY THE BOARD on September 13. 1977. 1 hereby certify dw* flre M e-ia6 Is a bw and co-ed copy of am ader w4wd as do nwnuies cisaid fiodrd d Supervioers oa flw dale daee°id. Ori g: Human Resources Agency VrAmer my hand mad Ow Sod of dw Board of Attn: Contracts F Grants Unit super-49M cc: County Administrator affixed lhiql=day of SeRtOmber, . 19 17 County Auditor-Controller County Health Officer J R. OLSSON. Clark Nutrition Project Director z Contractor 4,64.6 . Depr y Clerk Maxine M. tie fell EH-am MM H-24 3/76 15m - - ❑ COUTNACTOsr .STANDARD.AGREEMENT — , ❑ STATC Atdper 371.7E OF,^7AL�"ORNI A^ STO. 7, INEY. ❑ OtAT.OF OF_N.SSR. • ❑ COTROLL THIS AGREEMENT, made and entered into this 27 day of JU'y . 19�, NER . ❑ in the State o:California, by and beheen State of California.through its duly elected or appointed, ❑ qualified and acting ❑ 1 TLH OF OFFICER ACTING FOR STATE AGENC1/ 7M%31 Director State of California - Departownt of 16igg watiotter cWhid the SWtrI.and Contra Costa County (Health DepWttoent) 29 -21 Q!9 =_-•_Ifter called the crsttracter. TNESSETiH- That the Contractor for and is consideration of the covenants, conditions,agreems ts,and stipulation*of the State areinafter expressed,does hereby agree to furnish to the State services and rsaterials.as follows: ftirlh service to he remfo w by canuuctar.Gomm bile pow cmund".lir for pwfameace ar coup"a[.and sum*plwas and speci(iCebe[e,if rq l- W ITNESSSIR It is mutua22y agreed between the poaches hweto that Section Five of Contract No, 0'��0� tinted ice, 6_ 197 � is amwAdd effective 4C14W 1. 1977 as taws: i. In consideration of the aggoivg performance of the above in a mender considwed satisfactory to the State* the State shall p4y Contractor a total alwmL not to exceed $ 441.210& which is derived solely trap federal funds and which shall be spent in accordance with the budget xbich is part of the approved Project Groat Application. A portion of the total. contract amount shall be paid Contractor not more frequently than mouthy►, in advance, during the term of this sae PrIA up to the total contract amount, receipt and approval of Report of Fxpeaditures sand Request for Payment (CDIL-30�TM the State in quadrupl3cste We p-pRU APPROvf:f) Paragraph 17 of the contraat is tleloted.- - law 1i: Cft*400 Paragraph 16 of the contract becomes Paragraph 17• A new.para'nap 11 is A"�rhiel�, reads as j&1ows: 1 provish ns o th reverse si ereo constitute a part o rs agreement. 'ITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date fuet'hNive written. STATE OF CALIFORNIA CON7WT,OR j :NCv TR AC is-a T.M N IND: fCYAA.sTArA eNCT11s,A C9M.�A1.O. .partmectt of Aging `• `-` ►UTN RIZEO SIGjuw 1 45 t► _ rektor , Board of sbts 1) ;?7t TINUF_OON— HEFTA EACH (![AKIN NAMi C T A T I 45-1 _ Department of Ge/lero/Services A•/ONr•T K•ICUMOKIIKD AV..OWRI ATION FUND Use ONLY S Title VII Grata Bial De it Yrt•1CUf•.[R[O eALANCK ITLOW! CN AV TKR STATUTFS FISCAL MEAN S 1977 x rl.j.'111 0I^`ft" S -cer.—C l\CYu•IIYIC[ FDNC TO ON q P p C�O V Contractual Services • !. 1•rC.l•lIMC[MCl'MA.1•..l LINO IIi:M •Lt,0Tt1EN f 077.2 $3,981. SEP 2 01971 077.1 $19,0108. 027q.3 i1-160, 1 Lrnrby cwtil� utw�!1 tit) in.1, Iw:r"awl 61•...rb I,y;.r Ilett fnwl r'e'A' .w1 . v./..uU, r tic•a t.dd.•Ga,N+�p.••nl.l e:n!twtr,...•:r..!t!,. .-.{w:u.h ult.•sblt.al alwn•.• SY 1IGII•fUb1`pi 0Uh r1r14/�i slCra• CIA re Xi I'\.\lt.r ,�cc I twwlior carl,fy dwr tilt rewllllilel\fur 1•VTvllh4sl•1 telt 11r SJbb•;11!eulrll+t:nh L7•SFIr11.11 S-WIhv. 1.1IM,1 flu\'.:fM:.:4 1'IMIII.IN:If W ill IF•.f lull:-d.+-I4r11:111 1�etiessiga fr111m r.:vww hV 1&-III:jMirlUr1I11.•f F1/"we. Ifl'IIA1.1 L/ /111 A[:1/ I.L 1 W . - Nbea♦eaVee We swa%we -. •010TIFICAT1011 OF HUTP.ITI011 PROJECT Allift CALWORNIA DEPARTMENT OF AGING 918 J Strect L STATE PROJECT NUMBER:7..73049 Sacramento. California 95514 L BUDGET YEAR: C (TRACT rio.: OM4430�077,7 31 Q nnST 13 SEGO fourth cuaawc tNDING � ?. TYPE'OF ACTION; - of -��•.---, � b�B..... O CHANGE IN PRO.IECT PERIOD +i. APPROVED PROJECT tfRl00t E3CHANGE ret BUDGET P IIOO j 4 EIN0MG-2LIU 1# ff3CNANGE IN COST CATEGORY$LLOCATION Clmmat IN COST SNAnwc,RATIO L FISCAL TUN raft r1IICM rumor ARE AMAg"jh []OTHER ISI. BLOCK e321 7T 6. IiAUC AND A002 ISS OF RECIPIENT ORiAwZATtOf:: I. MAMC AND ADDRESS OF POOL IAM OIRECIOR: . Contra Costa CY lkra Orlin He Wood P.O. Hax 871 PeO. 9= 871 Nartin ez, Ci 94553 Mat3ass, C4 94553 R: APPROVED COST !. COMPUTATION 00 AWAaD COST CATEGORIES AMOUNT \ -A. PERSONMIL........_...... 19r9w""`.! B. zwon=NT.......... 396 IL LUS ANTIOVATEO SECT C. RAV FOOD ........._...._ 1 0 i11COtiE ..�...................IT" g?-�'7�,�. D. TRAVEL(STAFF) .......... ;" E. CONSNLT"TS:............. 6.,L53 G•ESTIIMTED NET COST ....:...»� S Li.��-�...:.. F. OTttrit COSTS............. 178.736 { D. LESS NOl4•FEOERAL RES011RCES. 11b,g72 G. TOTAL DIRECT caSTx..-.. • -E. FEDZRAL SNARE OF NET COST..: b42.2i0 N. (((DIRECT COSTS: ..p. E. :ESS CARhY-0MN........... ... .��'Q..:.....�. 1. ..TOTAcAPPRWEDsubs_ 666,026 C. AMOUNT Of THIS AWARD......... "it A. M loo►case:tf�slr.,�j a�S oldie owwd mw be empeo d for 8041 600 Some".. B. Uwl..s waised.the o wa.ot We L*we E*ioce.COMM UTICH OF AWARD,•.0 iwss* s a+*s la,ledsecl asliwpoteow iw*0 swer.d scut. . C. TM Fed@ a sieoee*f a asi*w' ' is mooma Weis whom t+lee•cost pis o—w-A and is asw•Fetswl aicrtr*1 Iiee cost Ns bow cawt.iwutd. Ron iv a$Fo6wel&wad*Waktor dlw"b+dwease or sajo wacrwswtI,docs/roe sonslNere ee"biev of twos*fewis. D. 0I1 the ecweel nor aw ea less swsw twe owiaeewt ow Liw.0 oW COMPUTATION OF AWARD,twe ilew.Feirrcl shore"a1 w.eet - 1 s«*i she fdevel swops.yell+won 79 Arf she coat foe tot mot cost for two /»'last sa,w�{tie:e*+tori. I:. Q In eccepeiw*e6v o.wt be,.ae a.+a♦ie+)fer aop/eet of the eaewaied oertiew of iw tii%0i"p"gr ft Ilse.atip:ewl opHes w r.wweeiw eap*"%was foe ewa ee:eawy fra;wem in the aarrwt of S drtiw3 two eppm w4 pro}est perie�. F. C►:+r.(Wer re.eraa w:aet. ' I. PAYEE: Contra Costa County P.O. Hous 871 OM4431 Mart.3.nea, Cl 94553 � ' with board Janet J. 1070Director .T 11444�. 21 A,W :.I .3/r7,7 •II0TIFICR't1014 Of 110 , . .. ,..,. .� . CALWORNIA DEPAR'1WNT OR ACIIIC 918 J Strect 1. STATE PROJECT1NeMER:706T30t►9 Sacramento, CaliEoraia 9SS16 IL tUDGET TEARe CONTRACT NO.: 07774430. 07774.31 13 FIRST SECOND P11.�Oww S. TYPE Of ACTION: ' OEGMG-:r�c+L—.EMD1N6 Q CHANGE 114 PROJECT PERIOD i. APPROVED PROJECT PER/OO= QCHANGE IN SUOGET PERIOD a211h4 ,p01M6 9/30/78 ®CHANGE IN COST CATEGORY ALLOCATIONS El WA.NGE IN COST NAMING RATIO S. FISCAL TEAR FROM 1011/CM HINDS ARE AgARDED: Q OTHER(SIFE BLOCK 012 ry it 77. w�s. s. NAME AND ADDRSSS OF RECI?1H+T ORGANIZAT1O:c T. Nar1E AND"*RISS Of PNOGRAM 01aECTOR; •. Contra Costa ftuxty Dr. Or]," Be Wood P.O. Boz 871 P.O. Boz 871 8artines, Q 94553 ^) MsrUnno CA 94553 L APPROVED, OST C !. COIPUTA1101I OF'AWnao COST C&TEGOR1ES AMOUNT \ 666026 A. PERSOMEt.............. ~ aoRA� 11 iiY E s. .:. 1999M IL E1;UllMtNT............... 396 S. LESS ANTICIPATED POWWT _ G RAY FOOD ............... 166.05k INCOME 444..................l.: a .. IL TRAVEL(STAFF) .......... 10.06L 558,181 E. CONSULTANTS:............ C.•ESTRMTIV"Cr COST V. OThak COSTS............. 41,736 0. LE116,971- C: TOTAL DIRECT COSTS.. SS NON.FEOERAL RElRR1RCJ:S. -E. FEDERAL lNARE OF NET COST... 441,210 • N. PIDIRECT COSTS: .a. 1f. LESS CA41W-OVE11........... ... • =.OF S_____BAS 1. .•TOTAL APPIIO�►Eo woc 666,0M `• AIIo1RIT OF TNIS AWARD......... 441,210 IL REMARKS: • A. ©N..e..w i.s�,�S a al....w/rIr b e.p.e+.i Am a s p rd o *"a Samoan.. a. ©U.t.ss weissL*a*meow as Line E iw,cmmTATION OF AWARD."A 4.4i.9 S.Fd..r r_ g]The Feiswl*We of."Of most is sew"Mi,oh..-60 Cost is.ss..d and i...s.F0&fw.he eA a%, Cost Ms lee&ess.eiMd .. . Itows o d l .e fedunl Sae Ieitw dwsw&d....s.o ssi.� rwd wis .esJ.s e wstwo CC.w.:.S of tarso Srwiw D. Mot**se.osl use eW is less d.w.I.e amnowt as Li.oC Wow.pCOMPUTATION OF AWARD..h.ir..Flie,.l- A ehe.e..i11 welt sed dw fairshove will owes..ML_X f AIN 4N Io,r•.d q.t S,.d.o I yew of Owe owes& *--spied E. 01M escavviws Ike 1..A/'1600..%M.. J�1e.ssppe.,e1.I.e e.lw.4e1 seN.ee 09 40 eNs"w pmrw%dw,ehreAt .owes ta..e...Niw ssp.j.r..s le9 we as;%%"VMs.em:w the es.ee..of S dovi.g.ie OV90- J p.e10ee �''�� F. L I(1.w!•I+.....e.se 4:401. 11. PAYEE: lll Contra Costa CODUty P.O. Box 871 07774431 Martinez, CA 94553 order Janet J. Lary, Dtr�atoe �.. BARE AND TITLE Or AUInMl-'U4OF/ILIAL yGNAT BeerDATE 1. The Contractor agrets to indemnify, defend and save harmh:es the State, its oMLM., agents and employers from any and all claims and kisses accruing or resulting to any and all contractors. sulxontrrc•tors, materialmcn, laborers and any other Ixrsron, flan or corporation furnishing or supplying work,services,materials or supplies in connection with the performance of this contract. and from any and all claims and Irnsrs accruing or resulting to any person, firm or corporation who may lx injured or damaged by the Contractor in the performance of this contract. 2. The Contractor, and the agents and employees of Contractor, in the performawee of this agreement, shall act in :u► independent capacity and not as officers or employees or agents of State'of California. 3, The State may terminate this agreement and be relieved of the payment of any caasiderition to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. The cost to the State shall he dedretccl•from any sum due the Contractor under this agreement, and the balaucc, if any, shall be paid the Contractor upon demaud. !. Without the %%Titten consent of the State. this agreement is not assignable by Contractor either in whole or in part.. S. Time is the essence of this agreement. 6. No alteration or variation of the terms of this contract shall be valid unless made in writing and signed by.the parties hereto.and no oral understanding or agreement not ineorporaied herein, shall be binding on any of the parties hereto. 7. The consideration to be paid Contractor, as,provided herein, shall be in eompmsation for all of Contractor's expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided 16. In the event the Contractor is a unit of local government and is a self—insurer for its basic exposures for torts and work— men's compensation liabilities, the provisions of paragraph 15 of the Contract will not be applicable to the Contractor. However, the Contractor shall require its subcontractors under this program, other than units of local government which are similarly self—insured, to maintain adequate insurance coverage for property damage, torts, and workmen's compensation l abilities, and further, Contractor skull require all of its subcontractors to hold Contractor harmless. 111 other terms and provisions of this contract remain unchanged. r. In the Board of Supervisors of Contra Costo County, 'State of California September 13 ,19 ZZ In the Molow OF Approval of State Office on Aging Contract Amendment #29-002-9 (State #07273101) The Board having approved on July 26, 1977 a revised FT 1977/78 Area Office on Aging budget requiring additional Federal contract funds, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State Office on Aging Contract Amendment #29-002-9 (State #07273101) effective October 1, 1977, increasing Title III Older Americans Act Federal contract funds for the Area Agency on Aging approved plan and budget from $280,420 to $356,255, for the period July 1, 1977 to June 30, 1978. PASSED BY THE BOARD on September 13, 1977, I hsrsby certify thef the h @-Irro is a true and awned copy of on order snowed on the minutes of said ffoord of Srporriwn on the"densail Orig: Human Resources Agency IMHnsa my hand and note Seal of the Board of Attn: Contracts 6 Grants Unit Supwvbms cc: County Administrator affixed thbl3thday of September 19 7 County Auditor-Controller County Social Service Dept./Office on Aging -1,2, J. R. 01SMDK CWk State Office on Aging / �� Dq.h Chxk M. ,edreSdd em EH:dg H-24 3/7615m _ S c � AvatorEo w T.r[ - ICOftTRA�.TOA S3,9-. A) AGREEMENT ATTORNEY GENERAL '•:AT^�OF CA'..FORNIA I Jam{}'' $e ❑ ST iT[ACEUCY 3 T.^.. . .$4C V. 117731 �. ��'^`KGG.."' 0 DEPT.OF GPM.51911. 13 CON Ta►OLL[�- THIS r�GRL•'EMENT. made and entered into this 26 day of Jam' . 19 77. ❑ in the State of California, by and between State of California,through its duly elected or appointed, ❑ qualified:+ad acting ❑ 7. LC Q1: OFFICER ACTING FOR STATE •GENCY YUYIt ER DirectorState of California - Department of Agip 07273101 r Culied the Sinter,rind Contra Costa Coutes 0 q 1 t:ereuiter Culled the 0mimmor. UT\ESSETH: That the Contractor for and in coasideration of the covenants,conditions,agreements,and stiptdations of the State he:eiaafter expressed, does hereby agree to furnish to the State services and materials,as follows:. lSel forth sen•ice if)k."feted by Conimcmr.intimnr b he paid Cmtnrctar.time far plrfo"Mme or.complerioo.and attimb plats twespocifiectims,if nay) WITNESSETH It is mutually agreed between the partieshereto that Section;Five:of Contract No..07273100 dated 1••'?;t 16P 1-977 is amended effective October it 1,077 as fonder 5A In consideration of the ongoing .performance of the above_in:a manner consil eed satisfactto the.State,, the,State shall pay Contractor a.total.amount Mt to exceed S M1235. . which is darined.solely from federal: funds and which shall be spent in accordance with,the budget which is part of the approved Project:Ca ant Application. A portion of the total contract account-shall be paid.Contractor not more frequently than month]yt in admnce, during the term of this .agreement up,to the total contract atnoutsty upon receipt and approval of Report of Expenditares and Reqtzest for Payalartt (CD.L30)Aby the.State in quadruplicate (4}• - ao?raph 17 of the contract is deleted. Paragraph to of the contract becomes-paragraph 17. A nr r paragraph 16 is added which react as followse The provisions on the reverse side hereofconstitute a part'of this agreement. IN WITNESS IMEP.EOF, this agreement has been executed by the parties hereto, upon the date'first above written. STATE OF CALIFORNIA CONTRACTOR -..Er:C'r 06;51 TRACTORO♦DTAC•TRAA AM IRDWC-JAr.. STAT(W419TISCR A C43POn AT1O0 "T Department of AUT,.vRIZEO SIGNATUREI ATU4Ea SON", - EP. 131Director am, Board of S ,ryOBJ-SHEETS• EACH GgARISIC NA..MF.OF CONTRACTORIne Street, Mirtinez, CA .94553_ AMOUNT ENCUmBERED AVPRCr-RtATION FUND - Depo.rment of Gone,*?Services _ Use ONLY S Title III Grant Special Deposit - UNENCUMOEREO OLLANCC ITEM CH APTEP SrAT•J TI'S r'ISyC��j�L'YEAR Ste!.' A:1J. .wCML A51gG f1c.- ols"CL ►UNCTION - - 75,835* Contractual Services ADJ. DtCAt A>.,J.Q tf._..AAA.CC L.Bfo ITE-1A ALLOTMENT 037.0.1 $13,370 037,0.2 562 h.•n:ln• c,•rti?y up,.n ray "wi, th'a lnu!::rb:d land• r.r..A.r.o. v.s.,u0. uu•r:vu+L:l.Ir. La tl:c pap.i uu.!pnR�'•.•:of r?n•ratR:rnlliurn:.hd•rd nl..,t•,. �Gr::•:UJ.{;_�v�..��J:-.-�tG�JrJ:+n C.Or r -7 LJ11r i f it'd I hersby.:.I lily t1MIi OslI ver l46.In tiLCe J4fnnr.r.hoLw:1{IUleii ti.:ctrr i_tr� hucr.Ir.nl cn«ydrai with flood lbi..b.nmsd is m.•Ry,t fn.ra r.:vu:w•1,6!t!r•fl, tr "d Fnrro..r. 01 Vr:l tr.10 s.f,p qT.T41 Irl".,AL, !l1' II.+ A..1 PJC" - :ontract X7273101 16. 'Irn the event the Contractor is a unit of local. government and is a self—insurer for its basic exposures for torts and workmen's compensation liabilities, the provisions of paragraph 15 of:the Contract gill not be applicable to the..Contractoro Hcriever, the Contractor shall require its..subcontractors under this program, other than units of local.:gawwrAent:.wbich are.similarly. self-insvre4 to asaintain'adequate insurance coverage for property damage, torts, and workaen' s compensation liabilities, and further, Contractor shall, rec_•aire all of its subcontractors to hold Contractor harmlesse.. All O`YheN teras and provisions of this contract remain uncharged. Avvl,oRNvtto sr E NT»tL 7rj`/��J' ❑ CONrw+�ttow ST4 .0 AGREEMENT— ATTO £r GENA - sTA?t AGEISCr 5'.A i"`0 D F.C A'.•FO RN I A STM. ; ./rCY. 11/751 DEn T.OI GE*I.SER. CONTROLLER THIS AGREEMENT. made and entered into this 26 day of 1011 * . 19 77, 0 in the State of Culifonia, by and between State of California,through its duly elected or appointed, ❑ qualified and acting ❑ i.iL•_ Or:OFFICER ACTING FOR STATE AGENCYNUMa ER Director State of California — Department of 07273201 culled the State.and - Vontra Costa County i:r:reajter Cuffed tl:e Crintraettlr. : I T KESSETH: That the Contractor for and in consideration of the covenants, conditions,agmvmeats,.and stipulations o.'the State hereinafter expressed, does hereby agree to furnish to the State services and materials,as follows: (Set forth service to he rrnfered by Cootracw.amalwint to b*WW Cantm,war,time faniterfaarnce arcvwp"08.and attalb yioas_udso ti icatimo.if arty) WITNESSETH It is mutually eed between the, parties hereto that Sectioa;Five of Contract No..07�273100 anted May ? • ty77 is amended effective October !lp 1077 as foilvd3i 5. In consideration of the ongoing performance of-the .above in,a-wanner cons3dwed satisfactory to the State, the State atiall pay.Contractor.a total amount Wt to exceed S 350,255. . which is derived I solely from federal funds and-which shall be spent in accordance with the budget which is part of the anogroved Project.Grant Application. A portion of the total contract :awovnt shall be paid ContracUv not more frequently than monthly, in a&,rance, during the term of this agreeaea:up to the total contract alaount, upon receipt and approval of Report of Expenditures and Request for Payment (C_Da..30)bby the State:in quadruplicate (4). Paraoranh 17 of the' contract is deleted. ??rasraph 16 of 'lie contract becomes-paragraph 17. A new pa.^a graph 16 is added uhich reaft as fo?lours: The provisions on the reverse side hereof constitute a part of this agreement. IN i IT\ESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA CONTRACTOR C "TRI TOR 11/OrML.twA.�Aft 1001 Y.Gil K.STATC UIIt Tw[w•COwipwATl CI, T. w R 11 Department of . gra Count? Sr •AUT11ORIZED SIG\ATUREI THOR G ATUVEt Boom 7 TITLE . TL _-' ►SEP. 131977 Director nun, Board of S ry oewess ONi-SHEETS• EACH DEAR1f•IG `IAwF Ot CONTRACTO AI 651 Pine Street, Pfsrtiaes, CA 9�r553,� Ar.1OUNT ENCUMa ERED APPk0F_RIATION FUND Draarrmenr of /Services UsrONLY $ Title III Grant Special Deposit ONLY u NENC........xLAIIIC ITEM GN 4,,T EPTJTr.S r11C.,� YlAR C 19-,7 •]/. Iw cxC ASIMG E.c—'t—cr. FUNCTION S 75,835. Contractual Services •WJ otc., ...c t.c_..ft w..cc LINE ITC" ALLOrMLUT 037.0.1 $13,370 037.9:2 $62 1 lu•n+Lyrrrtllp ulwm my .aro pr•n•.nr:l �:u.icL•r!cr: Itult hudl;r.l•:d(unr7 Ira.•ntuelaLb:l..r fh.:1•:ri.rl rind pup.on of tE,.•t:u.aolr to n•nlra.•rl ure.rr• -;G,4A.UN r aF ACC •'1� rr 4A IF 1 hcr.•hy..rrtlly 11.81 fill e.uRhhr.r.(w.a.rY{iUlx.s.a bxlil lA tiro!.:rtlleunl.erlsh"!pfimxl w:ctn.w Iao:r .�•^�'i��t' hrnr.Iwrn ctxwlrhr.l IYNh.incl tlu.rh+unn:nt i+cy.•lly.t In•nr t.rt•rrtc 1�:flr•If. r !. l411.fiw r. 'tt:ti^11J.11 OI-rJF-.Ir;.H %'Grllrlt.rwa 1.1"At., JI 11.1 A•.!N�'r 11, t 1. The Contractor agrms to inde•ennify,dt4vvvd and save harmk-ss the State,its eCicers,;agents and cmpknccs from any aeed all claims and l w-s accruing or resulting to any and all contraetnrs, subcontrattors, materialmen, 6 wrers and any other penin, firm or corporation furnishing.or supplying.work-,services,materials or supplievin connection with ih6 perfbvniaz a of this contract, and from any and all claims and low-%accruing or resulting to rauy`persan firm or corporation who may Ise injured or dams ged by the Contracoor:in the of dens contract ? The Contractor, and the agiwts and employees of Contractor..in the performance of this agreement,shall act in an independent'capacity and not as bier a or ertiployrcx'of or. of State of California. 3.The State may terminate this agreemirm and he eelievcd of the payment of any consideration to Contractor should Contrador fail to perfana the a ovemnits beneiir eoaesaned'at the time-and, in the'maniier heieio proyided.In the event of web terinutatioe:the State may.pmawd wM i the work in any manner deemed proper by the State:1he9 eo*to the.Staw shaft be&Bectu&frau any sum due the Contractor'under this agmmteent, and dee brWrce, if any;sha8'by paid't6. Contractor upon demand. . i. w4out thewrom capsewf of;the State.this • r►8 i;'not-aAgnable;`>;y.'Centtractar - .. either in.whole or in part 3. Time is the essence of this agreement 6 No alteration or variation of the terms etf this= r3et sbap be-valid unless made in.rA tt and signed by the parties hereto,and no oral understaadingor apsemad not incorporated berein. shall be binding on any of the parties beat 7. The consideration to be paid Conteactor,as provided herein,shat be ia compentadtm for all of Conb2ctorls incrned in the bereef,-' travel-and eapeores- performance- rredurhng per eliera, unless otherwise eipoe Wy so provided. �oatract X7273101 " —2— !6. In the event the Contractor.is a unit of local government and is a self—insurer for its basic exposures for torts and worImen•s compensation liabilities, the provisions of paragraph 15 of the Contract will not be applicable to the Contractor. P4weverl, the Contractor shall require its subcontractors under this program, oche. than units of local government whichre asimilarly self—insured, to —maintain adequate insurance coverage for property damage, torts, and woe-men's compensation liabilities, and further, Contractor shall req,zjxe all of its subcontractors to hold Corfractor harmless. other ter.-rs and provisions of this cortract remain unchanged. OM In the Board of Supervisors Of Contra Costa County, Stat of Cof'ifo w September 13 In do A%ftw of inquiry on Promotion of Energy Conservation in Contra Costa County. Supervisor-M. C. Fanden having inquired as .to whether the County regulations contain provisions for the promotion of energy conservation measures; and Supervisor Fanden having recoil. nded that the Director of Planning be requested to review the concept of incorporating into county building codes and ordinances, requirements that homes be built in such a way as to promote energy conservation and submit a report thereon; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Fanden is APPROVED. PASSED by the Board on September 13, 1977. 1 hereby coo fy that tiN foe-g-ieg b a teas and convd appy of on o dw w4wed on*m mimufts of slid/toed of Supwvbm to dlw data aior�said. cc: Director of Planning Wkno s my bond aW do Sed of do @l d of County Administrator. sup—ileft -1 aff dhimL=day of gaptembpy, 19 J. R. OLSSON. Clwk sy�/rrmr� �Jt s1h►Cork Jamie L. Johnson 1 . H-243/7615. i In the Board of Supervisors of Contra Costa County, State of California September 13 0119 77 In the Matter of Proposed Installation of Drainage Improvements o.n Property Owned by Mr. R. Fenn, Danville Area. The Board on August 30, 1977, having considered the report of the Public Works Director with respect to the request of Par. Roy Fenn for apermit to install a 9-foot drainage pipe on his property at 3656 Blackhawk Road, Danville; and The Board having deferred to this day decision thereon so as to provide Nr. Fenn and the Public :Yorks staff further opportunity to reach a satisfactory solution; and Mr. M. Kubicek, Assistant Public Works Director, Flood Control Design and Planning Division, having reported that although staff members had met with Mr. Fenn on two occasions, they were unable to reach an agreement on permanent drainage improvements for said property; however. Mr. Fenn has agreed to construct an interim channel to minimize potential flooding and erosion problems that could be expected with the approaching winter season; and Mr. Kubicek having recommended that Pyr. Fenn be required to submit a proposal for permanent drainage improvements on the aforesaid property that would comply with the requirements of the Flood Control District, the Public L'orks Department, and the Building Inspection Department; and Supervisor 11. N. Boggess having inquired if Mr. Fenn viould like to comment on same; and Tr. Fenn having declined; and Supervisor E. H. Hasseltine having moved that the Board accept the recommendations of Public Works staff and that Pyr. Fenn and staff continue to work toward a long-range solution, and the motion having been seconded by Supervisor P., I. Schroder, IT IS 30 ORDERED. PASSED by the Board on September 13, 1977. 1 hereby certify that the foregoing is a true and carred copy of an order wooed an the minutes of said soard of SuperAwrs on the date aforesai& cc: Mir. Rog Fenn witness my hand and the Sed of the Board of 199 Cameo Drive supi^"— Danville, CA 94526 affixed this ? thday of SeoteMber . 19-M Public ',:orks Director Flood Control J. R. OLSSON, Clark Inspection County AdmDeputy Administrator by t ��%'"' - Clerk County Counsel A o ie/Gutlerre^ QM H-24 4/77 15m In the Board of &vervisors Of Conies Costo Cm*, Skae of Ca Urania September 13 .19 7Z b do k%d1W of Report of County Counsel on Court Decisions with Respect to "Blackhawk Boundary Reorganization". Mr. J. B. Clausen, County Counsel. in a September 2, 1977 memorandum report having noted that the refusal of the Board of` Supervisors to either rescind or place on the ballot its June 24, 1975 Resolution Number 75/478 approving the "Blaekhawk Boundary Reorganization" effecting various special district boundary changes involving the Blackhaak Ranch property (which action' was challenged by the "Friends of Mt. Diablo and the Sierra Club) was sustained by the Contra Costa County Superior Court; and Mr. Clausen having advised that the matter was then appealed to the California Court of Appeal, First Appellate District, Division Three, San Francisco and that on August 29, 1977 a decision was rendered sustaining the Superior'Courtle decision and upholding the Board's refusal to place the resolution on the Balot. IT IS BY 'THE BOARD ORDERED that receipt -of 'the report of County Counsel is ACKNOWLEDGED., Passed by the Board on September 13, 1977. 1 hweby ow ly that tM f, N s Ww=W awmd a W of ea wiw rswd ON dw w io"fss of said towd of ta'wvims an the dote efwaahL c.c. RaRtj RRHAgitrator VAkwo my Iwai aad do tool of do ftw!of 5"Nionn offal this��1,�3_�tlisp of �Qptember . 19 7 R. OLSSW Cook een er Clwk OW H•24 3/7615. p j COUNTY OOIJNM S OFFICE p COMM C01WrA CQUIM . «„ Dau: September 2, 1977 RECEIVED SEP 6 1977 To: Board of Supervisors J. a 063010 CWX�a s►Weos From John B. Clausen, County Couns RW: Blackhawk Reorganization, Board wins on appeal By its Resolution No. 75/478 adopted on June 24, 1975, the Board of Supervisors approved the "Blackhawk Boundary Reorganization" which effected various special district boundary changes involving the Blackhawk Ranch property. In July of 1975 opponents of the Black- hawk Boundary Reorganisation filed petitions with over 30,000 signatures requesting that the Board either rescind Rea. 75/478 or place it on the ballot as a referendum measure. In August of 1975 the County Clerk's Elections Supervisor certified to the Board that the petitions contained at least 26,000 valid signatures and were therefore sufficient to compel a county amide referendum election. Nay memorandum of September 3, 1975 to the Board noted my serious legal concern as tb=the "referendability" of the Board's Blackhawk Reorganization decision. On September 10, 1975 the Board declined "to take any action as requested by the said referendum petitions either to rescind its prior approval of Resolution No.. 75/478 or to set the matter for election until a court has determined that the Board must do so." In October of 1975 the "Friends of Mt. Diablo" and the Sierra Club initiated a lejal action in the Contra Costa County Superior Court challenging the refusal of the Board to either rescind the Black- hawk Reorganization Resolution or place it on the ballot for a referendum vote. As previously reported to you, the Contra Costa County Superior Court in January of 1976, sustained the Board's action as appropriate and found that the Blackhawk .Reorganization was not subject to a county-wide referendum. The "Fstends of Mt. Diablo" and the Sierra Club then appealed to the California Court of Appeal. On August 29, 1977 the California Court of Appeal, First Appellate _ District, Division Three, in San Francisco, rendered its decision sustaining the Contra Costa County Superior Court's decision and upholding the Board's refusal to place the Blackhawk Reorganization Resolution on the ballot. The Court of Appeal held that the Board's action, when passing upon a boundary reorganization pending before it under the District Reorganization Act of 1965, is an adminis- trative decision and not a legislative action and is, therefore., wA board order ��M�� t Board of Supervisors -2- September 2,, -1977 not subject to a county-wide referendum. At this point, we do not know whether the "Friends of Mt. Diablo" and/or the Sierra Club will petition for a rehearing.of this decision in the Court of. Appeal or petition the California Supreme Court for review of the Court of Appeal's decision: The Court of Appeal noted in its opinion that. "the conclusion is inescapable from the history of events that petitioners' [Friends of Mt. Diablo and Sierra Club] real quarrel is with the rezoning itself and that the attack upon the reorganization of the Districts (which, of course, "w'as accomplished for the purpose:of facilitating the development project) is designed to.impede the development." JBC:g cc: A. G. Will, County Administrator NM In the Board of Supervisors of Contra Costa County, State of Califioreio September 11 .1977 In the kkatler of Reappointment to the Contra Costa County Advisory Council on Aging. On the recommendation of Supervisor J. P. Kenn IT IS BY THE BOARD ORDERED that Mrs. Lofton Fowler, 167 South 8th Street, Richmond, California 94801 is REAPPOINTED to the Contra Costa County Advisory Council on Aging as a member-at-large for a three-year term ending September 1980. PASSED by the Board on September 13, 1977. 1 hweby certify that the fore0eina Is e tree end coned a"of m alder aststed an fisc mirwtes of said bard of Supervisors on the dole alare mhl cc: Mrs. L. Fowler W nm my hoed and dw Sodof do Hoard of supolvim Contra Costa County Adivosry Council on Agingeffirred this Urldoy of Repre-her . 19 12 Director, Human Resources CountyyAdministrator t I J. p A' � N' Clerk Public Information Officerby DWay Clerk County Auditor-Controller Ronda Amdahl H-24 5/7615. In the Board of Supervisors of Contra Costa County, State of California September 13 . 19 ZZ, In dw MMkM OF Resignation from Citizens Advisoryo Committee for County Service Area P-1. On the recommendation of Supervisor H. C. Fanden, IT IS BY THE BOARD ORDERED that the resignation of Mrs. Helen Dvorak, is ACCEPTED from the Citizens Advisory Committee. for County Service Area P-1; PASSED by the Board on September 13, 1977. 1 herby ctdify that do foraOeinR Y a tme and amnd copy of as oder osI on do minuets of said Board of Supwvison an dw daft ofaataid. cc: Citizens Advisory Cte. for- Wi� hood w My ad*Ab Stal of do awd of County Service Area P-1 ptrvisms Public Works Director oFSxrd" tb0ay al hep*.embeL� 1977 County Administrator Public Information Officer DnOLUON. Clsrh O.puh Clwk P.onda Amdahl H-24 3/76 Ism In the Board of Supervisors of Contra Costo County, State of California September 13 .1977 In dw Mallw of - Dog Bite Reports. The Board on January 18, 1977 having referred to its Internal Operations Coamittee (Supervisors E. H. Hasseltine and N. C. Fanden) a letter from Mrs. Joe Howell questioning whether present animal control laws, regarding dog bite cases, are sufficiently stringent; and Supervisor Hasseltine, having this day orally reported for said committee, noted that there is a state law which allows for the reporting of any dog which has bitten more than twice and having advised that at present, the County's Animal Control Division does not report such cases to the District Attorney, but leaves the responsibility with the citizen to pursue legal action; and The Committee having requested Board concurrence with its instructions to the Animal Control Division that information on all dog bite reports be forwarded to the District Attorney in instances where there is a previous bite report on a particular dog; and The Board hereby CONCURS with said action taken by its Internal Operations Committee. PASSED by the Board on September 13, 1977. 1 hweby comity that Ow for*oaisB h a trim and cornet appy of as wdw arhr*d on dw miman of void Board of Supwviron on dw dal*afonaid. cc: District Attorney 11Vkrm my hoed MW 6*Seal of Ow Board of Agriucltural Commissioner SupOevim County Counsel affixed this_j_jtjiday of SCpt-Pmhpr , 1977_ County Administrator Mrs. J. Howell J. �,�p MM. CMrk ► I By � v.-r�C_ D*pyly Clerk Ronda Amdahl !lM H-24 3/76 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving ) Recommendations of Finance ) September 13, 1977 Committee. ) The Board having heretofore made certain referrals to its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny); and Said Committee having reported and recommended as follows: Item Date Recommendation Report to be furnished. .. 3/29/77 Committee reviewed reports of Social by Director, Human Service Department and the Director, Resources Agency, on Human Resources Agency, on closed- issues involved and end appropriation of State funds for actions taken with administration of the income mainte- respect to State's "Cost nance programs and is satisfied that Control" plan for AFDC the department plans to remain within Committee to review with State allocations; remove from County Administrator. Committee. Request of Contra Costa 7/19/77 Refer to Mental Health Advisory County Mental Health Board and Human Services Advisory Task Force on Aging for Commission to be considered as they improved mental health prepare the 1978-1979 Mental Health services for elderly and Plan and consider overall priorities hiring of staff person for all human services in the County, specializing in respectively. gerontology. Request of Director, 8/23/77 Authorize Mental Health Director to Human Resources Agency, negotiate with State and present that that Mental Health contract to the Board for its Director be authorized to consideration. negotiate with State Department Qf Health for continued federal funding of county drug abuse treatment services(fy 1977-78). Letter from ABAG advis- 8/23/77 Governing Board has agreed to apply ing of possibility that for $50,000 for the Alameda- the County could apply for Contra Costa Region; no further Board additional funds for an action required. EMS grant for fy 1977- 1978, which letter was referred to EMS Joint Powers Governing Board. Provision of medical 6/7/77 Appropriation of $160,000 to establish services in East County. a medical clinic in Oakley as a replacement for present facility. The Board having considered said committee report and deter- mined the recommendations to be appropriate; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that the aforesaid recommendations of its Finance Committee are APPROVED. PASSED by the Board on September 13, 1977. WI l.7 I HEREBY CERTIFY that the foregoing is a true and correct copy of an order adopted by the Board of Supervisors on September 13, 1977. Witness my hand and the Seal of the Board of Supervisors affixed this 13th day of September, 1977.: J. R. OLSSON, CLERK . BY lcLt J C �t�l c'ilitL(�' Helen C. arsrshaall Deputy Clerk cc: Finance Committee Director, Human Resources Agency Mental Health Task Force on Aging Mental Health Advisory Board Human Services Advisory Commission Mental Health Director EMS Joint Powers Governing Board Aid to Families with Dependent Children Cte. Hospital County Administrator --Th' Board of Supervisors Contra ur%t an County Cand Costa Eaa�ioCwtota* County Administration Building 111M Gwaldiaall,11a,N P.O.Box 911 j Chief 00 t Martinez,California 94553 C,J(� j�'`' u "J (415Y=-2371 Jarns,P.Kenny-Ricttnxmd 1st District N aney C.Fabdae-Martinez 2no District Robot 1.SeMeNr-Lafayette 3rd District W erren N.BOOR"-Concord 4th rict Fri D Ha Erie M.NaaaNYee-Pitt,burg SEPTEMBER 13, 1977 5th District REPORT s( r CF FINANCE COMMITTEE ON VARIOUS ITEMS REFERRED TO THE COMMITTEE The Finance Committee met with the Director, Human Resources Agency, and other County staff, on September 12, 1977 and is now reporting back to the full Board on several items which have been referred to the Committee. 1. On March 29 a petition was filed with the Board and referred to the County Administrator and Finance Committee. This petition asked that the Board look into the ways in which the Social Service Department was dealing with the closed-end appropriation of State funds for administration of the income maintenance programs. The Social Service Department and Human Resources Agency have furnished reports to the County Administrator on this matter. The Finance Committee reviewed this appropriation as a part of our deliberations on the budget and are satisfied that the department is within the allocations provided by the State and has plans to remain within these allocations. No further action by this Committee seems indicated and we therefore recommend that this item be removed as a committee referral. 2. On July 19 the Board referred to our Committee a request from the Mental Health Task Force of the Council on Aging asking for improved mental health services for the elderly and the hiring of a staff person specializing in gerontology for mental health services. The Committee was unable to recommend in favor of adding any staff for this purpose because of the severe budget constraints this year. The issue of the relative priority placed on mental health services to one age group as opposed to another is one which is properly dealt with in the County's Annual Mental Health Plan. That Plan has already been adopted by the Board and submitted to the State for the 1977-1978 fiscal year. This request should properly be considered by the Mental Health Advisory Board as they prepare the 1978-1979 Mental Health Plan and by the Human Services Advisory Commission as they consider overall priorities for all human services in the County. We therefore recommend that the request of the Mental Health Task Force of the Council on Aging be referred to the Mental Health Advisory Board and the Human Services Advisory Commission. 0M Microfilmed with board ordo►- -2- 3. On August 23 the Board referred to our Committee the request of the Director, Human Resources Agency, that the Mental Health Director be authorized to conduct negotiations with the State for additional funding for drug abuse programs for the 1977-1973 fiscal year. The Committee believes these programs are worthwhile and should be continued. The Committee therefore recomr3nds that the Board of Supervisors authorize the Mental Health Director to negotiate a contract with the State Department of Health for the 1977-1978 federal fiscal year for the County Methadone Detox Program, the Methadone Treatment Program, and the Discovery Motivational House and to present that contract to the Board for its consideration when it has been concluded. 4. On August 23 the Board referred to this Committee and the Director, Human Resources Agency, a letter from the Association of Bay Area Governments advising us of the possibility that we could apply for an additional $50,000 in federal funds for the Emergency Medical Care Program. On September 1, Mr. Van Marter reported to the County Administrator on this matter indicating that it properly belonged with the ENS Joint Powers Governing Board which this County and Alameda County established for this purpose. That Governing Board has met and agreed to apply for'at least $50,000 for the Alameda-Contra Costa Region. Our Committee therefore recommends that this matter be removed as a Committee referral with no further action being taken by the Board of Supervisors. 5. On June 7 our-Committee reported to the Board on the matter of providing medical services in East County by indicating that this matter would be handled as a policy item in the 1977-1978 budget deliberations. The Committee--in reporting back the budget--recommended that $160,000 be appropriated to establish a medical clinic in Oakley as a replacement for the present inadequate facility. The Board concurred in this recommendation. Our Committee therefore recommends that this item be removed as a committee referral with no further action being required by the Board of Supervisors OI. Schroder James P. Kenny I f. t Supervisor, District III S Oervisor, District I v in the Board of Supero rs Of Contra Costa County, State of California September 13 .19 M Nle Malhr of Security at Social Service Office, 320 - 13th Street, Richmond, CA The Board on August 9, 1977 having referred to the Human Resources Agency, County Administrator and Social Services Union, Local 535, for review with the County Sheriff-Coroner and the Richmond Police Department a request by Social Service Department staff working at 320 - 13th Street, Richmond, for a security guard at that location; and The County Administrator having this day presented a status report dated September 8, 1977 with respect thereto; IT IS BY THE BOARD ORDERED that receipt of aforesaid report is hereby ACKNOWLEDGED and, as recommended therein, the County Administrator is AUTHORISED to arrange for the purchase of security guard services at said location for the period ending June 30, 1978. Passed by the Board on September 13, 1977. I hweby certify the* the foregeinp b o true and cwmd aW of aM ander "08md on dw winuba of said soord of Supwv6on on the date afomwd& Orig: Administrator wmk my hoW and do Soot of the Board of cc: Social Services Union S1lperv60rs United Clerical oi6xed tea 13th day of September . 1977 Human Resources Director Social Service Director Sheriff-Coroner / / / J. R. OLSSON. Ckrk Personnel Director s1u,/�`?Jt(( _�4 C.XC L_14h, Do"ck& (Safety Division) Jamie L. Johnson 0M, H-24 4177 15m In dw Board of SI9miscm Of ConhO Cola COIN/, swe Of COM in September 11 .1977 biAa wof Report of County Counsel with Respect to Reissuance of County Warrant. The Board on July 19, 1977 having referred to County Counsel for report the request of Ms. Ruth M. Abbott, 1387 Camino Feral, Moraga, California 94556 that a county warrant in the amount of $973.25 originally issued to Rose M. Lundvall, Ms. Abbott's mother, on June 4, 1973 for refund of duplicate payment of taxes, be reissued; and Mr. John B. Clausen, County Counsel, in Legal Opinion Number 77-71, having advised that a county warrant may not be reissued more than two years after it becomes void, and having explained in some detail the provisions of the codes which govern the reissuance of warrants and the refund of overpaid taxes; IT IS BY THE BOARD ORDERED that receipt of the Opinion is ACKNOWLEDGED and the Clerk is directed to transmit a copy of same to Ms. Abbott. PASSED by the Board on September 13, 1977. 1 honby cw1ify 60 Nn far♦rI S b a free odd owne a"of ow oder soWW ea do wjwdn of raid Iowa of SapwWi ea fb"ebwnh. c.c. Ms. Ruth M. Abbott moa my kwd eod do U of fo oend of County Counsel SNPW"i'Mo County Auditor-Controllear4od dde.L3.thday of September . 197 County Administrator fl. OLUON. CNik b een .Do"Clerk H-24 3/76 15m •, .-. �` c«UNnr c«,Nsa^s oFFice RECEIVED �f ' CONTRA COSTA CO)KW MARTINEZ,CALIFORNIA L Date: August 30, 1977 SFp;z 1977 To: Board of Supervisors J. R.aS aNlc iOARD OF SUPEWASM From: John B. Clausen, County Counsel By: Georgene G. Barnes, Deputy County Counsel Re: A County .warrant may not be re-issued more than two years after it becomes void. Summary: Responding to your July 19, 1977 Board Order, we advise that a warrant to refund taxes paid in duplicate may not be re-issued more than two years after it becomes void. Discussion: This question was raised in a 7-9-77 letter to the Board from Ruth M. Abbott, who requested re-issuance of a County warrant in the amount of $973.25• The warrant was origin- ally issued to Rose M. Lundvall, Mrs. Abbott's mother, on June 4, 1973 .for refund of a duplicate tax payment. According to Mrs. Abbott, Mrs. Lundvall was in the preliminary stages of senility at the time she received the warrant and evidently forgot to cash it, and she is now a patient at Lafayette Convalescent Hospital and can no longer manage her own affairs. Revenue and Taxation Code §52635 and 5097 govern the refund of overpaid taxes. Revenue and Taxation Code 52635 requires the Tax Collector to give notice by letter to the taxpayer when his records show that taxes might have been paid more thanonce. The notice shall advise the taxpayer that a refund claim may be filed pursuant to R.&T.C. 55096. R.&T.C. 55097 provides in pertinent part: "No order for a refund under this article shall be-made except on a claim: "(a) Verified by the person who paid the tax, his guardian, executor, or administrator." According to the Contra Costa County Tax Collector's office, a claim form is automatically sent whenever two tax payments are received for the same parcel for the same year. The claimant signs the form, has his signature notarized, and returns the form to the Tax Collector's office. They send the completed form to the Auditor's office which processes it and issues a warrant. This is the statutory procedure. Since the warrant was issued, we assume that Mrs. Ludvall filed a claim within the meaning of Revenue and Taxation Code §5097, and that the claim was allowed. 17 y. L -- Mivofilnled wifi board ordW t Board of Supervisors -2- August 30, 1977 Mrs. Abbott says she discovered the 1973 warrant while going through her mother's papers in June or July 1977. Mrs. Abbott requested that the warrant be re-issued. The re-issuance of County warrants is controlled by Govern- ment Code §29802, which provides in part: " [A]ny warrant issued is void if not presented to the County Treasurer for payment within six months after its date. n "Any time within two years from the date on which the original warrant became void, the payee . . may present such warrant to the governing body of the agency on which the warrant was drawn, . . . and the governing body of such agency may adopt an order instructing the county auditor to draw a new warrant in favor of the payee in the same amount as the original warrant, . . . providing limitations prescribed by this section have been complied with. Any such new warrant shall be subject to the same limitations as the original warrant which it replaces." These provisions apply to any warrant issued on or'after July 1, 1970. (Stats. 1970, Chap. 1041 §3. ) Mrs. Ludvall's tax refund warrant was issued June 4, 1973. It became void on December 4, 1973. The warrant could have been re-issued any time up to December 4, 1975. The County fulfilled its duty to Mrs. Lundvall by advising her of the duplicate tax payment, accepting her claim and issuing the original valid warrant. In our opinion issuance of that warrant satisfied the original claim, and it was extinguished. If tax refund limitations had not run, the tax refund. claim could be refiled. At the time Mrs. Lundvall's claim arose Revenue and Taxation Code §5097 required that claims for refund of taxes paid in duplicate be filed "within three years after making of the payment sought to be refunded or within one year after the mailing of notice as prescribed in Section 2635, whichever is later." cc: Auditor Treasurer-Tax Collector GGB:g 0016^ t � , In the Booed of Supervisors Of Contra Costa County, Slot* of California September 13, .19 77 in do IAAm of Appointment of Representatives to Overall Economic Development,Program (OEDP) Committee The Board having this day been informed by the Director of Planning that Alice Johnson, the representative from the League of Women Voters, can no longer serve as member of the Overall Economic Development Program (OEDP) Committee; and The Board having been informed that the League of Women Voters wishes to continue its representation on the OEDP Committee; and The Board having considered the recommendation of the Director of Planning regarding"the appointment of Linda Porter to membership on the OEOP Committee; IT IS BY THE BOARD ORDERED that the following person nominated by the Director of Planning be appointed to the OEOP Committee_to replace Alice Johnson: Name Representing Linda Porter League of Women Voters PASSED by the Board on September 13, 1977. 1 hweby cwofy that dw Iapsioo b a b w and aortod copy of am wdw wooed an dw mantas of said Bowd of SupeMsms on dw date dorowi I Vfimm nor hand oar dw SMI of dw bond of cc: Ms. L. Porter sup— is— Overall Economic Development uFawd ddsl3thday of September. 197E Program Committee County Administrator Director of Planning H. OLSSM, CMrk Public Information OfficerC6&b RondaAmahly CPQ H-24317615. - CONTRA COSTA COUNTY PLANNING DEPARTMENT TO: Arthur G. Will DATE: September 7, 1977 County Administrator FROM: Anthony A. Dehaesu SUBJECT: Overall Economic Development Director of Planni Program (OEDP) Pursuant to Board orders of March 2 and March 23, 1976 (in the matter of the OEDP), which authorized me to nominate certain representatives of the community for membership on the OEDP Committee for consideration and appointment by the Board of Supervisors, the Board appointed 37 representatives and 4 alternates with additional appointments to be made at a subsequent date to bring the committee to a possible total of 47 members. No additional representatives have been appointed since April 27, 1976. Recently, the League of-Women Voters has informed me that its repre- sentative, Alice Johnson (appointed March 23, 1976) can no longer serve, and recommended Linda Porter for appointment in her place. As you are aware, the Board of Supervisors has implemented a policy regarding the appointment of persons to its advisory boards and com- missions. The OEDP Committee and staff are revising the Bylaws of the OEDP Committee to comply with the Board's policy. It is anticipated that the revised Bylaws will be submitted to the Board on September 20, 1977 for consideration. According to the working draft of the revised Bylaws, membership to the OEDP Committee will be considered by the Board and all appointments will be effective January 1, 1978 for one or two year terms. The existing membership would remain. in office until that time (with the likelihood that most would be eligible for membership under the revised Bylaws). However, it is necessary that the OEDP membership be maintained at the highest possible level as the 1976-1977 OEDP Progress Report, including work program and plans for 1977-1978, are being developed and the active participation of representatives is needed. Please include an item in your agenda for the next Board meeting to accomplish the following: W 4 Microfilmed with board 0"* Arthur G. Will -2- September 7, 1977 1. Board of Supervisors to be notified of vacancy created by inability of Alice Johnson to serve on OEDP Committee as representative of- League of Women Voters, and 3 2. Board of Supervisors to appoint Linda Porter as member to the OEOP. Committee representing the League of Women Voters. AAD:blh LEAGUE OF WOMEN VOTERS OF DIABLO VALLEY September 1, 1977 Mr. Anthony A. Dehaesue Director of Planning Contra Costa County 71anning Department P.O. Box 951 Martinez, California 94553 Dear Mr. Dehaesus: The League of Women Voters of Diablo Valley has been represented on the Contra Costa County Overall Economic Development Committee by Alice Johnson. As she is now in France, we would like to send Linda Porter as our representative. Phyllis Hewitt of the Richmond League wishes to remain as alternate. Please send minutes, agendas etc. to Mrs. Porter at 3497 School Street, Lafayette, CA 94549. Her phone number is 283-6799. We understand that it is representation by the League, and not an individual, which was originally confirmed, However, we would aopreciate a v ritten confirmation of Mrs. Porter as our current OEDF representative. Sincerely yours, Sharon Johnson, President LIN of Diablo Valley 0 In the Board of Supervisors of Contra Costo County, State-of California Sej}temher 13 ,19 ZZ In Nie Mawr of Request for Reconsideration of Recent Board Action with Respect to Formation of Employee Organizations. Supervisor N. C. Fanden having advised that she had received a September 7, 1977 letter from Mr. Donald G. Sherwood, President, Superior Court Clerks Association of-Contra Costa County, requesting reconsideration of recent board action with respect to formation of employee organizations; and IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Employee Relations Officer. PASSED by the Board on September 13, 1977. 1 hereby c@Mfy that dw faeoOoMo k a faro and ca ad Copp of an ardor mod on do minufn of said bard of Supwvims on d o dew -1- WA cc: Employee Relations Officer �my hand and dw saidof*a lomd of Mr. D. C. Sherwood County Administrator fixed We IUWW of $PFtPmhor . 19 Jj J. R. OLSSON. Ckrk w o.p,1p chk onda Amdahl 0M1 H-24 3/76 ISm Box 762 Martinez California 94553 September 771s CEIVED The Honorable Nancy Fanden Member of the Board of SupervisorsEPtl Contra Costa County, District No. 2 • J R. ot-s"aON Dear Mrs. Fanden, CLUX sonar W sua:2vjsor,, RA a Co. I am writing to you on behalf of the U Superior Court Clerks Association of Contra Costa County. 3} I have been informed by our counsel, David Levy, that an ordinance was adopted by the Board of (� Supervisors last week which is a matter of extreme concern to our Association. By way of background, the Superior Court Clerks of this county have heretofore fallen under the classification of "Legal Clerks and Court Clerks" as designated for purposes of bargaining between the County and Local No. 1, this although in recent years only two (now one) of those clerks held membership in that union. Over the years the Superior Court Clerks became progressively more disenchanted with the efforts (or, more accurately, the lack thereof) of the union in our behalf. This failure to provide us with good faith representation is adequately reflected in the enclosed copy of a page from the union publication NEW FRONTIMS (circa April/May 1977). We, therefore, formed our own organization with the intent of disengaging from the union. After examining the County regulations pertaining to these matters, we determined that we could not do so until October of this year when, under the terms of those regulations, we would be entitled to hold an election to determine the bargaining unit we desired to represent us in the future. The vote, we knew, would be 10096 of the 15 Superior Court Clerks (including the present union member) in favor of our newly formed association. After biding our time until what we believed, under the existing ordinance, to be an appropriate "lift-off" date, we organized, began collecting dues, and retained counsel; all in pursuit of our legitimate goal. I believe that you will understand why we find ourselves in a state of shock after having patiently "followed the book" and then learning that the rules have been drastically overhauled. From our viewpoint the change is retroactive in effect KcroEilm--d wl`tlt board ord w j so as to preclude us from so acting for another two years. And if similar occurances take place two years from now we could be forestalled ad infinitum. Reconsideration by the Board of-its action seems appropriate,. and I would very much appreciate your comments on the matter, very truly:yours. C. Sberrrood President Superior Court Clerks Association of Contra Costa County OM' C ; In the Board of Supervisors of Contra Costa County, State of California September 13 .19 77 Ind*mmmes of Authorizing Revised Contract Change Order, Assessment District 1973-3 Median Landscaping San Ramon Area The Board, on August 30, 1977, having approved the recommendation of the Public Works Director that a change order be issued to Mmamkdale Bros., Inc., that would reduce the amount of contract retention an the contract for median landscaping in Assessment District 1973-3 from 10% to 5%; and The Public Works Director now recommend a that the amount of contract retention be further reduced from 5% to 2+¢, and that the change order be revised accordingly; IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED. PASSED by the Board on Septudwr 13, 1977. I Itmeby canny fha/ the f, is o inn sed carred ammplr of em wd r oslmroi an dw minuets of maid Board of Supaewws am 0a role rraemeid. Originator: Public Works Department wwm 1ny himad and go SW of Ike Iowa of Land Development SuPwaism rwar dos 13ttkWy of September . 19 77 cc: Munkdale Bros., Inc. 1616 Rollins Road Burlingame, CA 94010 J. R. o1.SSON, Clark Public Works Director By Do"Clark County Administrator Auditor-Controller 002"J4 H-243/7615. In the Board of Supervisors of Contra Costa County, State of California Septerber 13 ,19 77 In the Mmter of 1976-1977 Grand Jury Report The County Administrator this day having submitted to the Board a letter advising that he intends to file in two weeks his suggested responses to the report of the 1976-1977 Grand Jury; and The Board members having expressed the desire for a week to review said responses prior to consideration thereof; IT IS BY THE BOARD ORDERED that October 4, 1977 at 2 p.m. is FIXED as the time for discussion thereon. Passed by the Board on September 13, 1977. 1 hweby aehify that the fwegoin0 h a true and gonad aW of m andw aftmd on do niintAw of said 9owd of Supwvhan an the date ofwawid. wbt my hand and dw Sed of the board of Orig: County Administrator SuperviWz affixed this 13th of Seatenber_ 19 77 cc: Presiding Judge for � FY 1976-77 Foreman, 1977-78 J. R. OLSSON, CIwk Grand Jury / L� n7 a,,,,`DWAy Ck& Janie L. Johnsen OOM. H-24 4/77 ISM IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA September 13 , 19 77 In the Matter of Authorization for Contract Negotiations The Board having considered the recommendation of the Director, Human Resources Agency, regarding certain requests from operating departments for the completion of contracts for the provision of various types of program-related services for the County, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, or his designee, is AUTHORIZED to conduct contract negotiations with the prospective contractors named below for completion of purchase of service contracts for the anticipated terms and not to exceed the estimated contract amounts (payment limits) as follows: ANTICIPATED MAXIMUM PROSPECTIVE COUNTY PROGRAM TERM/ EST. AMT. CONTRACTOR DEPARTMENT SERVICES EFF. DATE (FUNDING) 1. Mt. Diablo Rehabilita- Social Sve. Nursing Home 8/1/77 - $ 16,270 tion Center Area Ombudsman 6/30/78 AAA State/ Agency on Contract Federal Aging 2. Roman Catholic Welfare Medical Catholic 10/1/77 - $ 13,835 Corporation Services Chaplaincy 9/30/78 County Services funds 3. Intergovernmental Social Training 8/15/77 - $ 2,500 Management Service/ Needs Study 9/30/77 Older Development AAA Americans Institute (IMDI) Act/Federal funds 4. Robert Pollack Medical Printing 9/1/77 - $ 22,300 Services "Pulse" 6 8/31/78 County "Keynote" funds 5. SIMCO Electronics Medical Biomedical 9/1/77 - $ 42,000 Services maintenance 8/31/78 County funds 6. Home Health and Social Senior 9/1/77 - $ 11,664.80 Counseling. Inc. Service/ Employment 6/30/78 AAA State/ AAA Program Federal 7. Housing Authority Social Senior 9/1/77 - $ 2,979 of Contra Costa Service/ Employment 6/30/78 AAA State/ County AAA Program Federal 8. Bay Area Neighborhood Social Senior 8/15/77 - $ 3,860 Development Foundation Service/ Employment 6/30/78 AAA State/ AAA Program Federal PASSED BY THE BOARD on September 13, 1977. CERTIFIED COPY Orig: Human Resources Agency - I cert"that this Is a fall.true t correct copy of the original document which is on file in my office. Attn: Contracts S Grants Unit and that it was passed &adopted by the Hoard of cc: Count Administrator Supendaora of Contra Costa County. California. on County tho da:r shown. ATTEST: J. R. OLSSON. County County Social Service clerk k exvfficio Clerk of said Hoard of Supernisoo Dept./Area Agency by Deputy Clerk. on Aging r_ BSEP 13 1 7T County Medical Services amre EH:R.IP:dg d In this Board of Supervisors Of Contra Coda County, Stoll of California September 13 ,19 77 M die McAlw of Spheres of Influence Planning. The Board on !larch 1, 1977 having appointed Supervisors W. N. Boggess and R. I. Schroder to serve on a special committee to work with a comittee of the Contra Costa County Mayors' Conference in an attempt to solve planning problems between the County and cities; and The Board on March S, 1977 having designated Supervisor E. H. Hasseltine to replace Supervisor Boggess on said committee; and Supervisor Hasseltins having this day recommended that the Director of Planning be authorised to continue the work of the special Board committee in meeting with the Mmyors' Conference to develop a policy on spheres of influence planning; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine in APPROVED. PASSED by the Board on September 13, 1977. 1 hereby cw*fr dial 11r I, @-* 0 b a true oed cerred emp1 of as o dw emund as die mdseles of said losrd of Superwbon ee lbs dale afm.seid. cc: Supervisor Schroder Whom my hand sed dr Seel of do bond of Supervisor Hasseltine Superrn— Contra Costa County efrisd dds 13thdey of Senteaber. 19 77 Mayors' Conferenem Director of Planning J. fl O&AKW. Clerk County Counsel County Administrator M a DWAr Cb& rfqkw H-24 417715m W /2 In " Board of S11ptf11bm of Contra Costa County, Stoll of California September 13 .19 77 In dr MMMM of Proposed Constitution and By-Laws of the Contra Costa County Advisory Council on Aging. The Board having received an August 26, 1977 letter from Mr. Arthur E. Schroeder, President, Contra Costa County Advisory Council on Aging, transmitting for Board approval a copy of the proposed Constitution and supplementary By-Laws of the Council; IT IS BY THE BOARD ORDERED that the matter is REFERRED to its Internal Operations Committee (Supervisors E. H.,Nasseltine and H. C. Fandan). PASSED by the Board on September 13, 1977. I hereby cerft that dr 1, @-1 d h a trw and coned a*y of an erdw odered ea do WAWA"of said board of Sepervi M on the"afored 1 cc: Contra Costa County 1ftn my hood and dr Sod of dio board of Advisory Council on Agid*- l— Board Committee iub�seedd dais]ath_dey ofd, 19z2_ Director, Human Resources Agency L R. OLS60M. Clark County Administrator Public Information OffiDepdy Chxk Ma aig A H-24 4/77/5m iia THL BOARD Gay SUEZ7L ILSORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for the Hillcrest Avenue Improvement ) September 13, 1977 Project, Antioch Area. Project No. 7561-4407-661-77 3 Bidder Total Amount Bond lunounts Antioch Paving Company, Inc. $47,454.00 Labor d: Mats. $23,727.00 Route 1, Box 612 Faith. Perf. 47,454.00 Antioch, CA 94509 George P. Peres Company, Richmond Branaugh Excavating, Inc., Castro Valley Eugene G. Alves Construction Company, Pittsburg . A. Teichert E Son, Stockton Ward Maher b Son, Inc., Vallejo Bay Cities Paving b Grading, Richmond The above-captioned project and the specifications therefor being approved, bids being duly incited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; - - IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and suf''icient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURTIHER ORDERED that, after the contractor has signed the contract and returned it together t:ith 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 authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Uorks 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 September 13. 1977 CERTIFIED COPY I eMiry that MIA 1::a tuft, true & correct copy of the original docuaont which Is oe rite In my office. Originator: Public Works Department nad aunt.it was pax=cd &adopted by the Board of supeirtsors of Centra mala county. California, on Road Design Division the, date ahown.ATTEST: J. R. of SsoX. County Clark&ex-officio Clerk of Bald l;avd of Superslsora, Ce: Public Works Director by DeputyClerl. County Auditor-Controller an SEP 13 1977 Contractor 0 8 P,orm 9.1 Rev. 6-75 Pub=ic Works Departrr-%nt Contra .:`" -ice, n•o.sroa=«b /, 1415)372.2 05 and serrite. 1 1415!372.2103 6:'n Floor,.zdministratian Building to Msr4 L.Kxrwit " Martinez,C.aiiornia 94553 Dtputy Tram (4151.3 2-2102 Coulty (415)372-2102 R&Lamb Vernon L.Clint R n i S Ca�r�euaCi ++� ? brit Works Director (415)372-2214 J.E.Tevew J.uidtaol Chic" . r ECEIVEDFlood Contyag a �;et orr:r 253 Gleeir ome (41S)372-4470 CT 4 1977 October 3, 1977 J. it. OLSSON CLW WAW Or CONTAPERVISOIS Our File: Cons--Hillcrest Avenue Improvements Project No. 7661-4407-661-77 Antioch Paving Co.�pany, Inc. -Route 1, Box 612 Antioch, California 94509 Gentlemen: Enclosed is your copy of the approved contract for the Hillcrest Avenue Improvements, Project No. 7561-4407-661-77. This is your Notice to Proceed as set forth in Section B, Article 9c, of the contract Special Provisions. The first chargeable working day shall be October 10, 1977. The resident engineer assigned to this project is Mr. Gordon Byers who may be reached via the County office, 3724 . Very truly yours, Vernon L. Cline Public forks Director By V. A. Plumb - Assistant Public Works Director . Construction Division VAP:bw Enclosure cc: Gordon Byers, Resident Engineer N. Griffin Survey Section rli ria is and Testing Division k of the Board, w/copy of Contract, Bonds and Insurance Auditor-Controller, w/copy of Contract Business and Services, w/copy of Contract Microfilmed with boo t !. CONTRACS E (Construction Agreement) LFL - _ (Contra Costa County Standard Pore) ISSQN 2. SPECIAL rZ?,!S. These special tares arc incorporated balesr SUPUVfSOes Contra Costao3TA co. (SS2,3) Parties: [Public Agency] =..ad..�...ne (Contractus] Antioch Paving Company, Inc. eta legal name (S2) Pffsatium, gate: . September 26, 1977 (See 54 for starting dste.] (53) no York: Repair of base failures and placement of asphalt concrete overlay on Hillcrest Avenue between Lone Tree Way and the Contra Costa Canal in the Antioch area, Project No. 7561-4407-661-77, all in accordance with the Plahs,•Drawings and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (S4) CoarpUtion rims: [strike out (a) or (b) and 'calendar` or •working-] .bruX�Xii�li (b) within 25 ing days from starting data. (ss) Ligsideted acmages: $ 75.00 per ealsndar day. (S6) Public Agsady'a Agent: Public Works Director (S7) Contract Fries: s 47 454.00 (tor unit price contracts: Bore or less, in accordance with inis quantities at unit bid prices.) (Strike out parenthetical material it inapplicable.] S. SICUArURCS 6 ACT.UOULBDCUMM". Public Roenea. asident, Chairman Or Other rnon L. 64Designated Representative) - Public Works Director Contractor, hereby also ad:knowladging awareness of and eoepliance witt Labor21953 61 era' Compensation Law. By: ) ACOViPox ty an the� mess SF.1L] 12 o csa in usiness Mote to Contractor (2) arts acknowledgment fore bslov, and (i) if a corpora- tion, affix Corporate Se state of California ) ss. AMI0lrCWI1Vtl? (by Corporation, County of Contra Costa ) Partncss ip, or Zndividurl) She person(s) signing above for Contractor, known to ao in individual and business capacity, av ptatou, personally smeared before ne today and: acknowledged that he/they cx: cuted it.incl•What the corporation or partner p nacmd! aboven/cecutod-it. 1 Dated: 9-L21-77 (esoa.anL Carol K. Wilson SEAL] Rotary Public FO::ir.jut i-;tovcb 5Y County Counsel. (Page 1 Of 4) (CC-1; Rev. 11-76) Microfilmed with &xvd order 0M1 f 3. 1401M. CO:M:P. M CliltlGES. (a) By their signatures in SectiL 2, effective on the above este, t:hcsc parties promise and agree as set forth in this contract, incorporating by these references the material ("special termu") in Sec. 1. (b) Contractor shall, at his own cost and e_pc&=o, and in a wort: mile manner, fully and, faithfully perform and cohmpletc Ehc work. and will furnish all materials, labor, serviazz and transportation aewssary, convehhient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only with Public Agency's prior written order specifying such c'_hange and its cost agreed to b, the parties; and the: Public Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TIRE: ttO^,I= To ?AOCEBD. Contractor shall start this work as directed in the speci- fications or tthe Notice to lrocepd; and shall eamplete it as specified in sec. 1. S. LIQUIDATED DAddAGES. If the Contractor fails to mandato this contract and this work 9MU tee tick- i;:r:d therefor, allowance being made for contingencies as provided herein, he be-c-mas liai3lo to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage free any delay in porformance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the raeMJonable sum specified in Sac. 1, the result: o! the parties' reaso:abla end@avor to estittato fair average compensation therefor,•for each calendar day'sd31ay•in finishing said voX!:; and if the same be not paid;'=Public tgoncy may, in addiaca to its•ether r.:!:edicd,ezduet'thn sane from any money duo or to beco_-vc•-du_-Cont=actor ander this con- tract. If the Public Agercf for any. cause authorizes or contribatez to a-delay, saspen- sion of wort: or extension of tics, its duration shall be added to the time allowed for completion, but it shall not be dammed a waiver nor be used to defeat any right of the Agency to damages for non-co=pletion or delay hereunder. Pursuant to.Governownt Cods Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in cosplotion of the worst, when such delay was caused by the failure of the Public Agency or the crier of a utility to provide for removal or relocation of existing utility facilities. G. IMTEGrATEJ DMVj:lE'.iS. The plans, drawings and specifications or special provisions o. the Public Aga:ecy s call for bids, and Contractor's acceotead bid for this :cork are hereby incorporated into this contract; and they are intended to co-operate, so that any- thing exhibited in the plans or drawings and not mantioned in the spocificatic or special provisions, or vice versa, is to be executed as if exhibited, mentioned and set fortis in both, to the irue intent and saaaning thereof wacn taken all together; and eifferences of opinion concerning these shall be finally determined by Public Agency's Agent speci:ied in Sec. 1. 7. PAYMENT. (a) For his strict and literal fulfillment of these promises and condi tics,-, and,—as u:' compensation for all this work, the Public Agency shall pay the Contractor the stun specified in Sec. 1, except that in unit price contracts the payment shall be fo_ finished quantities at unit bid prices. (b) On,or about the first day of each calendar month the Contractor shall submit to the Public ,.gency a verified application for payment, supported by a statement showing all materials actually installed during the preceding conch, the labor expended thereon, and the cart ,thereof; whereupon, after checking, the Public Agency shall issue to Contractor a'eurtificatu for the atiount dcteruin:d to be due, minus 10% thereof pursuant -to Covernmant Code Sec. S30G7, but not until defcctive wort: and materials have been removed, replaced and made good. G. PAYIMITS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or ecause or later discovered evidence nullify all or any certificate for payment. to such extent and. period of time only as may be nocossary to protect the Public Agency from loss because of: (1) Defective work not renedied, or uncompleted work, or (2) Clainc filed or reasonable evidence indicating probable filing, or (3) Failure to proimrly pay subcontractors or for maturial or labor, oc (4) reasonable doubt that the work can be completed for the balance t ' then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public ,agency, other than damage due to delays. (b) Thr- Public Agency shall use reasonable diligence to discover and report to the Co:htract•or, as the wort: progresses, the materials and labor which are not satisfactoryto it, so as to avoid un3u:ceusary trouble or cost to the Contractor in makiug'goad any defective tor{: or parts. (c) 35 calendar days •.,iter the Public Agency files its notice: of completion of the entire (Page 2 of 4) 1CC-1; Rev. 11-76) r work; It shall issue a certificate to the Contractor and pay the balance of the contract price-after deducting all amounts withhold under this contract, provided the Contractor shows that all claias for labor and materials have been paid, no claims save been presented to the Public Agency based on acts or emissions of the Contractor, and no liens or withhold notices have been filen against the work or site, and provided there are not reasonable inuic:.tions of defective or aiszing work or of late-recorded notices of liens or clairs against Contractor. 4. Iesum4cC_ (Labor Code SS1960-mi11 On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or. (2) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is name of and complies with Labor Code Sec. 3700 and the Workers' Compensation Lev. 10. Dotiuss. on signing this contract Contractor shall deliver to Public Agency for approvargood and sufficient bonds with sureties. in amount(s) specified in the specifi- cations or special provisions. guaranteeing his faithful perfosstance of this contract and his payoont for all labor and materials hurounder. 11. 'FAll;ur-jl TO'MRFOttlt. If thin Contraptor at any. ,tire infuses qt n4914gt*#.vIthoy_t;.fault. of t. c Agency or its agent(s); to supply sufficient sat4risls or V611 man.to complete. this.agreement and Work ani provided heroin, ;for'a per{od,of 10 days-or =)re after written notice thereof by the Public Agahcy, the Public Agency mar furnish same.and deduct the reasonable exponsas thereof from the contract price. 12. LAWS APPLY. General. both parties recognize the applicability of various federal, Mto an oral IMS un regulations, azpacially Chapter 1 of Part 7 of the California Labor Code (beginning with See. 1720, and including Soca.. 173S, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 i 1913, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated heroin. 13. SUW01PrRACPORS. Government Code SS4100-4113 are incorporated herein. 14. WAGE RATL•`G. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of VLdu-3trlal Relations has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to axeeuto this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agencys and are hereby incorporated heroin. • (b) This schedule of wages is based an a working day of 9 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours coni sti.tuting the working day. When-loss than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) %:be Contractor, and all his subcontractors, must pay at least these rates to all .persons on this work, including all travel, subsistence, and fringe benefit paymsats provided for by applicable collective bargaining agreements. All skilled labor not listed above must ixb paid at least the wags scale established by collective bargaining agreement for such labor in the locality whore such wort: is being parfosbwod. If it becomes neces- sary for the Contractor or any subcontractor to euploy any person in a craft, classifi- cation or typo of work (except executive, supervisory, administrative, clerical or outer non-manual wort urs as such) for which no niniowa wage roto is specified, the Contractor shall Ummodiatoly notify the Public Agency which shall promptly determine the p-evailing wage rate tiwrofor and furnish the Contractor wit:► the miniww rate based thereon, which shall apply from the time of tits initial wgwloymcnt of the person affected and during the continuance of such coploytmnt. 15. 11OURS OF LAu01t. Eight hours of labor in one calendar day constitutes a legal day's warK, ane! no moor:can employed at any tine on this wort. by tete Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Sacs. 11110-ISIS. 16. APPE: ETICC;. Properly indentured apprentices may be e=ployud on this work in accordance Ux—Uk Labor Code Sees. 1777.5 and 1777.6, forbidding discrimination. tPage 3 of 4) (CC-1; Rev. 11-76) 17. PP.E:FURrr7CE !OP �MTCRMS. The Public Agency desires to promote the industries and ' ecanouy of ccutra costa Louuty, and the Contractor therefore promises to use the products, workmat,, laborers and machanirs of tais County in every case where the price, fitness and quality are equal. is. Assx.—a=rr. This agreement binds the heirs, successors, assigns, and representatives of tae contractor; but he cannot assign it in wholo or in part, no any monies due or to become due under it, without the prior written consent of Ow Public Agency and the Contractor's surety or sureties, unless they have wai.vid notice of assignment. 19. %'O MIVER 13Y PUBLIC AGM.=. Inspection of the wort: and/or materials, or approval of user• ane or mater" M—pacte , or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole ec any part of said work and/oc materials, cc payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or eaforeomaat arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD hI119h2ES5 i IN = Y. (a) Contractor promisos to and shall bold harmless and andem y rem c iR«a ries as seemed-In this sEction. '(b) - The zndemniteos benefited and protected bX this promise are the Publie.Agency and its eloctive�appointive boards, eomaizsims, officars, agents and employees. (c) The liabilities protected against aro any liability or claim for damage of any kind allagedlysufe ,, incurred or threatened because of actions defined be14741, including pozzonal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable. at any time before the Public Agency approved the improvement plan or aeeeptad the improvemants as cosapleted, and including the defense of any suits) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or nen-negligent) in connection tRe natters covered by this.contract and attributable to the contra:;tos, subcontractor(s), or any officer(s), agents) or employes(s) of one or more of then. -" (e) Non-Conditions: The promisa and agreement in this section-is not conditioned or dependent on wacthar or not any Iadennitee has prepare , supplied, or approved any plan(s),. d=wing(s), specification u ecifications) or special provisions) in connection with this work, has insurance or other indeunification covering any of these patters, or that the allegad damage resulted partly from any negligent or willful misconduct of any Indemnitee. - 21. h' tVATIOa. Contractor shall comply with the provisions of Labor Code Sac. 6705, if applicable, submitting to Puh.lic Agency a detailed plan shoring the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. - ••- - (Page 4 of 4) '� (cc-1; rev. 11-76) I 1 - 1 or donna w in " or Ms ndL . 2kMjNll%L A mal MMtiat at the sane& at ft"Ot er Of iatlsmk P*wt t Ca.. Is*. NO 463t at the ettlar *f tar heNeaiis. lrraa�t: trdAo C. AUAmma, Ttarirat udkwd s. AUIS@14 liar stars/art s. M. Jyilll��. c f r i sarairUi w an" aa+ cwt to d■Iiarifa s do" L MAIM&. •iar ppe"A it, to mtar "60 w rtli tar 4@W*t at Oaa&a Carla ftir "arts awel� as BLUA@ rt Avs■ , tiM. OWL. it awrdmi, to anw6e aaar« aM ownift •araaar■= taisi. A ��cn�c nv c� Coac�lit�rY V-O orrtCa. TACOMA. WA PUNGTON Bond No. U 70 95 ?reams: X427.00 PERFORININCE BOND CALWOM MA-MIRK CONTRACT KNOW ALL KEN BY THESE PRESENTS' That Vrwm PAW= Co., INC. as Principal,and the UNITED PACInC U4SURANCE COMPANY. a Wadiinatoa corporation adhsr- ised to execute bonds in the State of CaLturni as Sway,are held and 5rmkr bmd two ommm or 000M U atObtWe. in the seam of roz t7 swua Thsaad liver >isa4red Fifty fret aad Me/100th*-- ----- Ddkn a 47,454.00----------) for which sum we bindoursefm our heirs,execatnrs,admnastratom sawnsom ad amour joa*as d severalty by the prneata T w CONa[isom of the above obl4g tion.is such that, Whereas the Priacipsl has P inb a contract, dated Se "Wber *19 77 ,with the OW*e to do and per fix the bfimas work to wit: ■illerest rsmamra Isleras■srts • Nepalr of bass failure and plaeaa■t of asphalt consents ovarlay as Hillcrest 'IF beteeas Lass Tree Hay sad the Contra Costa Casal is the Antiacis area. Project #7341-4407-K1-77, all is accooria■ a with plass, isa l"M asid special prov sisas or specifications, prepared by or for the Public Harks Director end In acooriaaea with the acca*ted bid pdposal. Now,THEREFORE, if the said Principal shall wdl and truly petiorm the wont eoatrattad to be performed under said aoatract, then this dAgation :hail be void: otherwise to renown in f a forme and effect Signed and an ihs 26th day of saptasher 1! 77 UNITED PACZFiC INSffXANCE COMPANY BY L. C. )lack, .*icrofi4ned with board oerdar } ODU•2101 CAL. s,»u -CORTl ACT-rV�LIC-/iRF�.7 UICIr STATE OF CALIFORN L& Ir ' comas of rnaf--=3 G0.SfZ ss. On thi, P6th t def S'pntarr�hor +/(,t�M►pvflMrMMdnine knob ilaw sevent y—s ysgjwv,,, Carol K. Wi l GDn . Nelrp Aramaic, Ser of Cali wm%ilf�OW S-6 M--Uy o►M� Richard if h.tosebitrir Vice-President .f t„pii1ioiidatinba in Md th"eses - lir whim i onom .ad am hw Ira,wr rs be aiw prsoa_.._ -)6 eaomw air umim iweNwlwwt on&AW of air mv#wslaw Hamm aanw4 and eciwotakdped OFFICIAL SEAL ar 11f�ami ty ar CA7%0L K. WILSON _ ncr,.ry PudLc C.+.0 oa�,u IN W/TNM WHEREOF I ieee iwerrra Ser 09 A01111 Mill aSeed MY officiat saaf COYTaA COSTA COXATY r w ce11h„f Contra COg , eL.dad owi h?yGarr.rissianE4reaQt.14.1977 }�iwliieey+r e>k�alrrMSANew 1 Pybjic,State of California my Cmninibw E U 1y !1 11 may. 39&2 oma.+). (G G Sewti ltM--i1N 1) MIClOfilfil@d WIt1 board orc6r 4t State of California 1 1 s: County of Slag lrMcie" 1 On StItiK Zit h 19 12_,before me, the undersigned, a Notary Public in and for said County. personally appeared L_ C. BW* known to me to be the person whose name is subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY,as Surety,and h is own name as Attomey-in-Fact. i l KEN CLARK > NOTM" -UdL1L;-UwvfORN1A CITI ANO CDUNIII OF SAs FRANCISCO A) My Commission expires My Commission ExpireW*1S.1990 1 ^ Notary Public in and for s my ODU-1818 ED.3/72(CALIF.) WI 007 V&A.L.L o istia w ■i✓ J i t r+i.rJ L 1 ir/o a L`r u V r ir0A341r HOW 0101101M TACOMA.WAOIMNN{ POSER OF ATTORNEY KNOW ALL MEN EY THESE PRESENTS,Thst the UNITED PACIFIC INSURANCE COMPANY.•corporation duly organized under.the talcs of the Stam of Wfsbingtorn,deal hereby mow. amMow and"pint L. C. X= of SSV ><UKIM, CALIFU NU---------------- its true and lawful Anormip4n•fact,to malte essasu,seat and deliver for and On its behalf,all as its ora and dad Aft alto urn. KIRK MO UNIMAKIN s or SMXMKP----------- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as tuuv and to the some avant as if such bards and wrdwtaitirg ad o0of, n oderi s obligatory in the nacre there sura fiord W an Esaadive OHiaar of the UNITED PACIFIC INSURANCE COMPANY and salla/andatteatad. by ora other of such offiors.all hereby ratifies awd confirm an thet its teid Anornevlsl•in-fact n"do in p wriond Ir--. This Power of Attorney is eranood under and by authority of Section 37A of ft By-Laws of UNITED PACIFIC INSURANCE CoMpANY which provisions are now in full fora and efftfct,reading as follows: UCTION 37A—ATTORNEYS-IN•FACT SECTION 1. To Herd of Oinlao s.dee Pneidra.or anV Vice4le Unt or Assistant Via• rosidenr~have power and authority W.W appoint Anorrw"4n.fad and to authorin them to exeem on b~of the C eponlr.bonds and u WWUkmp,raloahuvartfaa,aMtrans of indehrhity and ocher writwo ob4awy in the naue thenad.and IM to rerreva all suck Attornev,ndaet at any tiny and raveke the power and authwitV given to hire. SECTION 2.Atarnews•in-fact shall h M aoww and authority.eu4/et sol Ike tarots and limitatiaM of the pMr o1 attWray ion"to tont,to sande and dative:an behalf of der Corral -.bands and ordartalninp,nmgniasnoer.contracn at indemnity and other writings dMiptory in the notwe thereof. TM corporate fol ie not rhadresery for the ee"tll of anal bends and undrtokinp.ramonimbM.Watraets of inc M 19 and attar writing oMipwrV in the nature tlhreot. This pow:of attorw is sighed and sealed by faaimile under and by authority of the following Revolution adapad by the Sord of Directors of UNITED PACIFIC INSURANCE COMPANY ze a faaating old on the214th daV of October.1971,at which a quorum ssav prwwht,and said Resolution has not been anwidad or repealed: "itepMd,!late the signatures of such dinetprs and officers and the sal of the Company may be affixell to any such power of attorney or any certificate tworing !an to by facsimile,and anti such power of attorney or cwtifirste bowing such facsimile "natures or facsishile mal shell be v"and binding upon der Company and env such power so executed and artitNd long frttiirmle sWepsu s and famnivie seat theft be Will and binding upon the Company in the futnrre with nsoRet to anv bond or undortahing to which it is attached:' IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY Ire"used these presents Io W aignrd OY its Vialntident,and itamrwhim seat to be hereto SHixad,this Zr dW of April 1974. UNITED PACIFIC INSURANCE COMPANY .d'r4ir} �ros'4,. STATE OF iYashiaRton i ui� COUNTY OF PiesCal S On this tad dee of Ap[il 74 NORM Z. RR+aiN 19�.personeliv apdeered to an known to be the V�i�reshAn�t of the UNITE"PACIFIC INSURANCE COMPANY,and acknowledged tot heeeecuad and attoo"the torgwq instrument and affixed the Iasi of said oro alWa thwo o.and the Sedion 37A.Sftom I and 2 of the BVLem of said Compnv and the Revolution.on forth therein,are still.n full for my Commission Expires: January 15 Ie_8 I- s is Notary Public in and for state of titrashitteton • •�! .� Residing an Tacoma I- D cite Srshns�li Astistanf SeamrV of the UNITED PACIFIC INSURANCE COMPANY,do heathy certify their the above and foregoing is a true and correct cape of a Pow,of Aftorrhev e.ecutad by said UNITED PACIFIC INSURANCE COMPANY;which is stntl in full face and effect. I� IN 11111 TNESS Mal re IMEREOF,I hheonrc sat nny hand and affixed the tell of food Company der 2 6 dev o!' 1927 tNSDU4431 E0.2 72 Sxrd Ordit t T32qlrx= I CLCI 0 COasPA rr r HOME OPPICE, TACOMA. WAaHINeTON Bond No. U 99 70 95 T.hemlcn C"N" hr eh^.neo If PAYMENT BOND IX,"404 incur.!x Ort'cveu bane. CALIFORNIA—PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS,that AVrW H PAVE CO., 11111C. 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 0011x!! or COMMA COST& as Obligee, in the sum of Twsmty SY:as lborsani Seat H•drei 1bssd.7 Seaea said no/100the »------»—Dollars($ 23,727.00-- -4 for which sum we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally by these presents. The Condition of the above obligation is such that, Whereas the Principal on the 26th day of September 19 77 ,entered into a contract with the Oblijoe for Hillcrest ♦war Iaproa�te - Repair of bees failure sedplacannt of asphalt comereta owrrlay as Hillcrest Awanrs betwer Prows Tires Way and the Contra Costa Canal is the Amt1och arae. Project #7561-407-fi1-77, all is accosdaca with plass, dradmW and special provisioes or specifications, prepared by or for the Public Varks Director and is accordance with the accepted bid proposal. NOW, THEREFORE, if the above-bounden Principal or his subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Codewith 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 f ixed 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 asugns in any suit brought upon this bond. Signed and seated this 26th day of September 19 77 .ANTIOCH.PAV=G.CO.,.1XC.. . . . . . . . . . . EXECUTED IN DUPLICATE UNITED PACIFIC INS ANCE COMPANY L. C. trek , Miuoiilm w�tn i rd ocdec I BOU-2884 ED.5/72(CALIF.) - State of California ) County of salt lh�li J On SestalbW 26H 19 77 ,before no.the mkrs*W.a Notary Public in and for said County, personally agnmld L._C. LICK known to me tp be the parson whose name is Subscribed to to within inswument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY.and acknowledpad to me that_he subaaibd the name of UNITED PACIFIC INSURANCE COMPANY.n Sunny,and h_A& own rierneae Attorney4n-Fact. KEN CLARK NOTARY •'U.L1LALrtORNIA CITY AND COUNTY OF 1 SAN FRANCISCO My Commission expires -MY COIneh fission Ewes Ju1105,1980 9d)W ask ,r BDU-1818 ED.302 ICALIF.) M/l I STATS or CAtJIPORNIA. l Contra Costa JT'R Oe SentCjpber s-MrY.rwrMr.=ii.r y,,&W,seyjMj�/-s_cr�vt,,,r6v0%�r,.Cra�raoel K_ Vila= •N.rr� "Ahard H�A fill son mi••aa p• •ars•P1•••t Olfa.wre1rr11rWCe- es ent pr ih.d wr.e«nlaf MfY uiliin iirha.eest..ft e1w+b..r r r irrlwr Oir:C7At 7EAl �at��al�A q Mr- 0ee1, Abwai,-- CAROL K. WILSON rrSWOa.deersn.eiwe.w+aftal ager NOTARY PUZLIC•GSLIMMA CONTdA COSTA COUNTY IN WffN=WHEREOF l iwr hT;;ri art e+1 L.IhII wF affi d my.#dd sed ISI isrr e, ,t Contra Costa drJay wel a searsMiraral ede)Ti*diem Ifat'ar7 Pebliq Safe of CalifacriL c�'L�i.'t a...fISO WON 1110 amono.►. wGe..jegoaF,aira10-14-77 Picofilrewd with board oW- " '— "A"° ... ...... .I .. .,,6%.0.. .nom o .w. i r b ..MI ►r../��. a 4e/`.I. W. J L.. "am OFPICB,TACQMA.WAI"No POWR OF ATTORNEY KNOW ALL MEN RY THESE PRESENTS,TIM the UNITEO PACIFIC INSURANCE COMPANY,a Corporation duiv Organized under Ow&rat the Sw•a w,.hinatm+.do.drasYa.w.mr.aar..traq.ill L. C. EM of BAN FRANCISW. CAUNGRM --------------- is true and lawful Attorrwymin-fea.to ntNu•nwwu,tau and deliyr tow and on its behalf,and mein act and dud AM AS ALL 30=6 AM 9WIM!MAIM OF EERXrf$ F----------- and to bind the UNITEO PACIFIC INSURANCE COMPANY Din-NO as fully and to the stmt extant as if suck bmW and underftWnst and other writings obligatory in lM netwe tlrwool sure sign/by an Etweutwa Officer of the UNITED PACIFIC INSURANCE COMPANY all allow and annual by one other of suck offiors,and hxlreby ralifin wd tlrnfinn cep"wits Mid Attorneyfsl rn4ect navy do in p nwance Iaweae1. This Power of Attorney is granted under and by authority of Section 37A of dw By-Lavas of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect,re difq as follows: SECTION 37A-ATTORNEVSaN-FACT SECTION 1.TOW bard of Directors,the Prwidrkt.at all Via4lrwkMot or Assistant ViCS40t dnat"hwa never and oulhoritg m:W apesiltt Attortwp4n-fan and to authwin them ee Crane on behalf a Ma Cameaay.bawds arld nwdwtakinp,raaogaieaaena,earwacta W atdstsaluty tad other vwitinp ablissWv in the nature thraef.ted tbl m remake ulna vrds AtWn"-in4mi st all tuna and revoke the faeerar Dna!autlkritY 1NMtk m biro. SECTION 2.AttanavHn4a t ehul Is"power all authority.auliaet to the ternb all IillaitMWfM of the naww of attorney is coed an then,to ox oto and deliver on behalf of the Caayrry.bands and undertakings.reoorli"110111s,contracts Of indwa nity and other writnllp abliam"in the nature threw. The Corporate anal is not twone erg for the v"tv of any bads and udertnkinp,wrnaniawresa,contracts of irdrtwity and oder writings eblieaearr in the nature throne. This power of attorney is signed end seated by faceiniN under and be authority of the following Resolution adopted by the hard of Directors of UNITED PACIFIC INSURANCE COMPANY N a xsNtirg held on tlw 26th day of October,1971,at which aeverunwas nrewnt,old asidRaadation hes not boon amuded or nap eo": "Revoked,that the signatures.of such directors and officers and the seal of the Company may be affixed to any such p, of attorney or any certificate relahrtg theram by factimiN,and any such pother of attorney or certificate baring such faciint" signatures or fapinuk seal shall In olid and binding upon the Coxnpeny and any such power W oxo-, I and certified by ' focsimils signatures and facsimile seal shell be Wid and binding upon the Company in the future with refpKt to naw bad or undertaking to which it is attsChW:' - IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY has cawed then Presents to be signed by its ViaPrgidnat,anal its o•rpraw- wal to b•herrn affixed,thio 2101 dor of April 1974. UNITED PACIFIC INSURANCE COMPANY TATE OF Washington ?ra/a Eltlefstir! ViaAreatfnat 5 hi$ a.sr COUNTY OF P1lrCE ss, - - 41ORRE. BRIM21011 Aril 9� pasolyredOn of he � attive to an known to be the Viee4P4esidan of Ifft UNITED PACIFIC INSURANCE COMPANY,wild acct n - dga-that he asaeuted and attested the 4pagwne insau will and affixed the tall of said cerporNion thereto,and that Section 37A.Section 1 and 2 of the avLaws of said Conlwv end the Resolution,set forth than",are stiff in full far MV Commission Expires: �s January IS le 78 :� y!yxIC? Notary Public in and for State of Washington Residing at- TaComa D K t t-h Johann ,Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY,do hereby eslrtity'thet the above urea fcregoing is a true and Correct copy of a flown of Attorney executed fav said UNITED PACIFIC INSURANCE COMPANY,which 4 still in full fate anC Otect. IN WITNESS WHEREOF,1 have hereunto sex nor had and affixed the will of Mid ConWnV 0his2L day of ''.,97,7'197, Ax }e MODU•1431 ED.2-72 - 3EAg i eerRry = Mknfilmed with board or. ^�•� ( t ..CGMi1eNiArtON P.O.BOX 807,SAN FRANCISCO,CALIFORNIA 94101 �.. ttvsuw�►trcE FUND CERTIFICATE OF WORKERS'COMPENSATION INSURANCE Septssber 14, 1977 Contra Oona Co.-Oonst. Divisian 255 Glacier Dr. Hart uax, Ca. 94SS3 This is to certify that we have issued a valid Workers'Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days'advance written notice to the employer. We Will also give you TEN days'advance notice should this policy be cancelled prior to its normal expiration 44-76 Oast 10975 (10-1-76/10-1-77) 44-77 Unit 10875 (10-1-77/10-1-78) BAPLOYER ssttxtwr Antiocb Paving Co. Inc. JOB: Proj. 47561-4407-661-77, Billcsest Ave. ft. 1, Boot 612 3>Npsvvullents Aatioeh, Ca. 94509 sh SCIF FORM 262A(REV.2-76)!r Uicro ikned with board ord 0 Alexander!..Uaxan,7ar Inc. ( c r-Su et Psa:a exa,7 der S_c:,r•S r_el Toti er link-wft A~ i4mzism Coblarws 94103 T:,:oWticne 413 777.550 CUTIEICATB 07 OMRANO Grlifiosla 1laldv: County kiministration Building 651 Pine Street M"11is ""� Martinez, California 94553 THIS 1S TO COMFE rte bows doseffibed iwewawee is in s/bet wish VW C0wgww in/ios4 011an. If sudl WMWW es is b be ca11ca1 had or wielaris!IV allose dmrwe as peri-st easlep as aneld horeiw.me Ca on I sass a Bi493 0 daps pier will= snlios r rte CWWft*MOW. Illi. Califima M lowwanea noi0w aMiaotivslp aw Meelwahlsaa�.alwrs or GKoor1ls so aftn"ill)do Mitis inscow beMw. NAME OF gyp; Antioch Paying- Co., Inc. AODREW OF gyp; Route 1, sox 612 LOCATION OF RISK: Antioch,' CA 94509 Repair of base failures and placement of asphalt concrete overlay on pESCRIpT101N OF RKK: 8111esest Avenue betlleen lane Tree Way and the Contra costa Canal in 'the -Antioch area, Project No. •7561-4407-661-77. Comprehensive General KIND OF INSURANCE: Auto Liability COMPANY: Tasuda Fire 6 Marine' IwdiwN& TCL 160240 vw*whoa/ 4/30/76 . « 12:01 AM ft 4/30/79 a 12:01 AN L:wrls s3dinp wAdwww04: &edilyinjury: - S 500,000 eachposew; 5 500,000 each occurrence ; "s 500,000. Prawwyowmee: i 100,000 sod. occurrence; S 100,000 KIND OF INSURANCE, Umbrella Liability ' tD pANv: Puritan Insurance Co. wsliclrN, .UL671553 ,ps,;-Iftm 4/1/77 o 12:01 AM M 4/1/78 « 12:01 AN urrib:$2,000,000 Excess of Prima'ry Limits KIND OF INSURANCE: COMPANY: ►eBay Na. Variod Iro w = a 40 Limits; KIND OF INSURANCE: COMPANY: policy No. p6nod from N a _ L�rmts: - REMARKS. THE CERTIFICATE HOLDER INDICATED ABOVE IS NAMED AS AN ADDITIONAL INSURED AS RESPECTS OPER-kTI0N. PERFORMED FOR THEM BY THE NAMED INSURED. By endorsement to Policy Nos. YCL 160240 and UL671553, Contra Costa county, its officers, employees and agents are named as additional insureds solely as respects the above listed job. D,te— ants H. Kobtusow. In the Board of Supervisors of Contra Costa County, State of California September 13 .19 77 MOwAW"wof Acknowledgment of Interim Status Report on Request for Support. of Teen Hope Foundation, Inc. The Board on August 2, 1977, having referred to the Director, Human Resources Agency, a request from the Teen Hope Foundation for financing a short-tern residential crisis center; and The Board on August 30, 1977, having ordered the Director, Human Resources Agency, to prepare a comprehensive analysis and report on the provision of family and children's services in Contra Costa County in conjunction with this and other proposals submitted to the Board for funding during fiscal year 1977-1978, specifically a request by the Junior league of Oakland-East Bay for a Family Stress Center; IT I5 BY THE BOARD ORDERED that the interim status report on this matter submitted by the Director, Human Resources Agency, dated September 1, 1977, is HEREBY ACKNOWLEDGED and the Human Resources Agency Director is AUTHORIZED to forward a copy of the aforesaid report to Teen Hope Foundation for information. PASSED BY THE BOARD ON SEPTEMBER 13, 1977. 1 hnoby ear*what the forgo&a fs a trio and cared cW of am ardor MNwwi on the minutes of said hoard of SupsrAwn an the dab aforesaid. Orig: Human Resources Agency 1 ono my hand aid db Seal of dw faoard of Welfare Director Teen Hope Foundation County Administrator ofSxsd this,113thdoy of Settember 19 71 J. R. OLSSOM, cork PS ire M, ive e � H-24 3!76 15. �' Human Resources Agency Date September 1, 1977 CONTRA COSTA COUNTY To Board of Supervisors RECEIVED i F'r'ont C. L. Van Marter, Di rector S E P Z 1977 J. r.0L%M Gert eonro OF WKWOO s Subj REQUEST FOR SUPPORT OF TEEN HOPE FOUNDATION, INC. 'gw "CO' Ref: Board Order on this subject dated August 2, 1977 The referenced Board Order referred to me a request from the Teen Hope Foundation for financing, along with several letters of support. I was directed to undertake a program and cost analysis of this proposal, taking into account existing County facilities and the request by the Junior League of Oakland-East Bay, Inc. for support of a Family Stress Center. In adopting the County budget on August 30, it is my understanding that your Board appropriated $250,000 for the purchase of property to be used as a Family Stress Center and that your Board made the expenditure of these funds contingent upon my providing your Board with a comprehensive report on Family and Children's Services. It is my intent to consider the request of the Junior League and the request of the Teen Hope Foundation as a part of our analysis of the Family and Children's Services being provided in the 'County now, taking into account identified need for services and the resources presently available to meet those needs. A comprehensive report on this subject will be supplied to your Board later this year, at which time we will comment on the request from Teen Hope Foundation for financial support. In the meantime, it does not seem appropriate to deal independently with Teen Hope other than as a part of our normal placement of children in foster homes and institutions. I recommend that your Board receive this status report on the request submitted by Teen Hope Foundation and order that a copy be forwarded to the Foundation. CLVM:clg cc: Arthur G. Will, County Administrator Robert E. Jornlin, Welfare Director 1 oozes.: MKrofihnmid wdh boon! ordw 3 In the Board of Supervisor of Contra Costa County, State of California September 13 ,i9 77 In the Malbr of Request for adequate visitor parking at the Pleasant Hill County Building. Supervisor W. N. Boggess having advised the Hoard that he had received a September 9, 1977 letter from Mr. Alvin Burton, Chairman of the Pleasant Hill Commission on Aging, calling attention to parking problems at the Pleasant Hill County Building, 85 Cleaveland Road, Pleasant Hill, California, and suggesting that action be taken to correct the problems; and IT IS BY THE BOARD ORDERED that this matter is REFERRED to the Public '3orks Director. PASSED by the Board on September 13, 1977. I hereby certify that the foregoing is o true and correct copy of as order emwed on" minutes of said bard of Supervisors on the date aforesokL cc: Public Works Director Voness my hand and the Sed of the Boord of Mir. A. A. Burton Supervisors 9 Chadima Court affixed this�l.'Aay of September . 19 77 Pleasant Hill, CA 94523 County Administrator � ✓ J. R. OLSSON, Clerk fly r /1 c Oeputy Clerk Maxine M. Neufe d 0M H-24 3/76 15m y .. � J►LYIB J►. 81IW$S03W 9 CHADIMA COURT PLEASANT MILL. CALIF. 94529 TELEPHONE 994-5716 September 9, 1972 Warren.Boggess, Supervisor nth District, 1331 Concord Aienue Concord, California. 94520 Dear Warren' Recently Dione.Mustard, Pleasant Kill City Councilwomen, has called a situation to my attention which should be corrected. As it stands visitor parking at the Pleasant Hill County Building, 85 Cleaveland Road, requires a complete circuit of the building with no.direction signs and inadequate marking when a person does get there. At the entrance on the left hand 'side. of the building all parking spaces are reserved for officials working in the building. It would be a courtesy to visitors if they were allowed to park in this area on the left of the building and the reserved parking placed somewhere else. A somewhat longer walk might even be beneficial to may of these desk-bound people. As Chairmen of the Pleasant Hill Commission on Aging we are trying to make life as easy as possible for our elderly citizens. Making it easy for them to park when visiting the County Building is one not too difficult step we can take to make life simpler for the seniors as well as everyone else visiting the building. Sincerely yours, REC I V E D a kS u 13 197 . J. 2. OLsori CLERK 00AZD O. 5U?`.¢VIS0js COiyiRQ.COSTA CO. W .t amfibroa with board order In dN Board of Supervisors of Contra Costo County, State of Colifornia September 13 .19 77 In tM AWnw of ` Establishment of Revised Maximum Initial Subgrant Payment Amounts for CETA Title VI Public Service Employment Projects, and Authorization for Payment of Such Amounts by the County Auditor- Controller to Project Subgrantees The Board having authorized, by its order dated June 14, 1977, certain CETA Title VI PSE Project Subgrantees to begin hiring to fill CETA Title VI PSE Project positions in accordance with each Subgrantee's respective CETA Title VI Project Proposals, as approved by the County Manpower Advisory Council, and The Board having authorized, by its Order dated June 28, 1977, the County Auditor-Controller to make payments to certain CETA Title VI PSE Project Subgrantees, not to exceed a Maximum Initial Subgrant Payment Amount established for each project, pending completion of Subgrant Agreements with each Subgrantee, and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need to establish Revised Maximum Initial Subgrant Payment Amounts for eighty-six (86) PSE projects approved for operation by forty-five (45) Subgrantees, in order to assure continuity of project operations pending completion of Subgrant Agreements with the Subgrantees; IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to make payments to the CETA Title VI PSE Project Subgrantees identified in the attached "CETA Title VI Public Service Employment Project Listing," not to exceed the Revised Maximum Initial Subgrant Payment Amount set forth for each project, with said Revised Maximum Initial Subgrant Payment Amounts wholly replacing the previously established Maximum Initial Subgrant Payment Amounts for the period from June 20, 1977 through November 12, 1977, pending completion of Subgrant Agreements with each Subgrantee. PASSED BY THE BOARD on September 13, 1977. 1 hereby certify drat the foregoing Is a true and oomct copy of=order enNrrd an the mknrns of said board of Supervisors on the don aforesaid. 1Numme my hand and the fed of the beard of Orig: Human Resources Agency �� Attn: Contracts & Grants Unit cc: County Administrator affix"thisl3thdoy of September . 19 77 County Auditor-Controller County Manpower Projectt R. pLs CNrk Director , Subgrantees by!f'�l�'��tc� ��6�i�/, f>•puly Clark I4axine 14, Neufeld RJP:dg 002 H-24 3/76 15m CETA '1"L'1M`, VI 11U1S1,1.0 SERV1Cl, EMPLOYMENT PROjGC'1' L.I9iV.Nt: (Projects auOiucized for implementation in June, 1977) I, New PSE Subgrantces PIUMOUS r:'4' MAY,11i1P'4 INITTAL II.;Y,"..',•SUFI 10TTIAT, SUIICRAPI!'EG PROJECT NUMBER PAYMENT SU!;!:":1r'f' PAYMENT NUMBER O ir JOBS, iV40UNT (6/2'3/77) 1. Contra Costa Legal Services #302 3 $ 5,179 _ ^ `; 7,769 2. Home Health and Counselling, Inc. #311 2 3,120 4,631 11310 3 3,241 4,862 3. City of Pinole #312 3 6,535 9,803 #313 2 4,280 6,420 #316 1 1,873 2,810 #314 1 2,123 3,185 #315 1 2,123 3,185 4. United Council of Spanish Speaking Organizations, Inc. #304 3 7,114 10,672 sv #305 5 .8,345 12,519 5. Neighborhood House of North Richmond #309 7 12,260 18,391 Cali- C, 6. Los Madanos Community Hospital District #322 4 5,466 8,200 7. Campfire Girls #321 3 5,256 7,884 8. Gnki Research Institute #328 7 3.4,217 21,326 #327 5' 9,730 14,596 9. Pinole YMCA #300 4 6,497 9,745 10. Contra Costa Community College #319 5 7,943 11,915 #318 6 10;174 15,261 11. Carquinez Coalition #308 .3 8,199 12,299 12. Phoenix Programs #329 7 10,429 15,644 13. New Horizons #325 3 4,787 7,181 14. Contra Costa Children's Council #331 3 5,525 8,288 Pago I of 4 PRFV ii);s CETA TITLE VI PSE PROJECTS - New Subgrantees (continued) MAMUM 7NITIAT., id;1:;I'.•1L'?i INITIAL SIIIiGRANT PAVIENT SUi',CPJi:i' PAYI•IFT7 SUBMWITU PROJECCTNUMBEI2 NU1_13r 0P JOBS AMOUNT (6/'_>ii/77) _�_P•It[) i:P __,. 13. Social Advocates for Youth 11333 7 $ 10,570 $ 15,855 16. Contra Costa Crisis and Suicide Prevention #326 3 5,874 8,812 17. East County Resource Center #317 3 6,284 9,427 18. International Institute 11334 4 6,220 9,331 19. Mt. Diablo YMCA #301 5 7,713 11,569 20. American Indian Council #323 7 13,470 20,205 II. Current PSE Subgrantees 1. City of Antioch #169 3 7,C'JO 10,500 , #170 6 12,667 19,000 #171 3 6,667 10,000 #172 1 2,067 3,100 v 2. City of Brentwood #173 3 5,400 8,100 �) 3. City of Concord #174 6 13,680 20,520 #175 7 15,960 23,940 #176 4 9,120 13,680 #177 7 15,960 23,940 #178 6 ; 13,680 20,520 #179 7 15,960 23,940 #180 6 , 13,680 20,520 #182' 6 13,680 20,520 #183 7 15,960 23,940 #184 5' 11,400 17,100 4. City of El Cerrito #108 5 11,667 17,500 #109 2 3,600 5;400 #111 1 2,467 :3;700 #140 2 7,000 10,500 #144 1 2,233 3,350 Pago 2 of 4 i'1tTVItiU5 i'EV'!ar:'.^, CETA TITLE VI PSE PROJECTS - Current Subgrantees (continued) 1MXI.MUM INITIAL 'MAXIM UX '_KTICIAI, SUBGRANT PAY!EVE U11C:P.1iff 2AYNE"V1' SUBGRAA'TEE PROJECT NUMBER NUMBER OF JOBS AMOTId:J' ((/?8/77) ",i•fi);P.;T _-._ 5. City of Lafayette 11148 1 6. City of Martinez 11185 3 7,067 10,600 #186 1 2,433 3,650 71187 1 2,100 3,150 7. City of Pittsburg . 11152 2 4,333 6,500 .11153 3 7,000 10,500 #154 3 5,700 8,550 #155 1 2,033 3,050 11157 2 4,800 7,200 11158 5 11,000 16,500 8, Pleasant Hill Rec. 6 Park 4135 1 1,833 2,750 9. City of Walnut Creek #165 1 2,433 3,650 #167 1 2,433 3,650 10, Antioch School District #136 2 4,167 6,250 #137 1 1,833 2,750 y #138 . 4 9,0¢7 13,600 U. Brentwood School District #150 4 8,567 ' 12,850 #151 3 6,433 9,650 12. Byron School District #162 1 2,367 3,550 13. John Swett School District #103 3 11,333 17,000 14. Knightsen School District #104 2 4,000 6,000 15. Lafayette School District #105 3 6,533 9,B00 16. Liberty School District #188 1 2,067 3,100 17. Martinez School District #146 5 10,333 15,500 18. Moraga School District #102 2 3,733 5,600 19. Mt. Diablo School District #122 3 4,000 6,000 #129 4 5,267 7,900 #132 4 5,067 7,600 Pago 3 of 4 C ETA TITLE VI PSE PROJECTS - Current Subgrantees (continued) PStF.\'TOCtS P.EV1S%D ;L1.±IttUi•t INITIAL NIAXTNUi`. IN'T'J"IAT, , SUBGBA IT PAYMPNT SUDS RAINT PA`.'ii:?i•E,' SUBGRANTEE PROJECT NUMBER NUMBER OF JOBS _ AMOUN'!' {h/23(77} Al1CU2vP 20. Oakley School District #159 4 4 7,667 $ 11,500 #161 7 15,037 22,550 21. Pittsburg School District If149 3 6,333 9,500 22. Richmond School District #112 6 11,300 16,950 #115 3 6,100 9,150 23. San Ramon Valley School District (1142 1 2,000 3,000 24. Housing Authority #141 6 13,333 20,000 24. State of California #191 2 3,067 4,600 #193 5 7,513 11,270 #194 1 1,667 2,500 999 09 Oak t t • P090 4 of 4 t � In the Board of Supervisors of Contra Costa County, State of Califomio S emher 11 .1977 M the A%Nw of Resignation from the Loan and Grant Review Panel for Second Year Community Development Housing Rehabilitation Program. The Board having received an August 22, 1977 letter from Mr. Neil G. Nicholson tendering his resignation as a housing and finance representative on the Loan and Grant Review Panel for Second Year Community Development Housing Rehabilitation Program; IT IS BY THE BOARD ORDERED that the resignation of Mr. Nicholson is ACCEPTED. . PASSED by the Board on September 13, 1977. 1 hereby cwtfy that the faepoiig k o hue and cored copy of an order moored on the minutes of void Board of Supe WWft on the dale dwewid. Y*VM my hood and the Sed of the Board of CC: Director of Building supervilars Inspection affixed".13.thdaY Of September . 197-7— Director 97ZDirector of Planning County Administrator OISSON, CMric County Auditor-Controlle ti Director, Economic BY Deputy Clerk Opportunity Program Ronda Amdahl Public Information Officer H•24 3/76 15hn In the Board of Supervisors of Contra Costo County, State of California September 13 09 77 M the Mtrlter of _ Proposed Slope Density Ordinance. nr. Anthony A. Dehaesus, Director of Planning, in response to the Board's request of April 26, 1977, having submitted a report dated September 7, 1977 on the feasibility of a slope density ordinance and having transmitted a draft ordinance on same; and !qtr. Dehaesus having recommended that the Board refer the proposed ordinance to the County Planning Commission and the two Area.Planning Commissions for their review; IT IS BY THE BOARD ORDERED that the recommendation of the Director of Planning is APPROVED. PASSED by the Board on September 13, 1977. 1 hereby certify that the foregoing b o true and carred copy of qn ordar eMve.d an the minutes of soil Board of Supervisors on the dote afonwokL Wihnu my hand cad the Sed of the Board of cc: County Planning Commission 6 Area Planning Commissions Supervises via Planning affixed thisl3th day of September 1977 Director of Planning County Administrator County Counsel _ I R. CLSSOPI. Clerk by .�?it?LC!. //..,,.�17 D."Clerk Jamie L. Johnson vVe/11y H•24 3/7615m 1' In the Board of Supervisors of Contra Costa County, State of Colifomia SQFtgnl�er 1 .1971- In 97In the Matter of Positions on the Family and Children's Services Advisory Committee. Supervisor E. H. Hasseltine having recommended that the membership positions of Ms. Paula Seabaugh, Ms. Sharlene Sheff, and Dr. Alton Wilson on the Family and Children's Services Advisory Committee be declared vacant; and Supervisor Hasseltine having further recommended that the resignation of Mr. Rupertito Porter-Butterfield from said committee be accepted; IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine are APPROVED. PASSED by the Board on September 13, 1977. 1 hereby cw ify that the foregoing Is a trw and cored copy of an ander erNend an the minutes of said board of supervisors an the date aforesaid. 1A/doess my hard and the Sad of the board of cc: Family and Children's Services Advisory Cte. Superwison Director, Human Resources fwd this13rhday of copt-omha. 119 _U Agency County Administrator J. N. Clerk Public Information Officer Deputy Clerk Ronda Amdahl 0 H-24 3/76 Ism In the Board of Supervisors of Contra Costa County, State of California September 13 _lq 77 In the Matter of Report of the Planning Commission With Respect to the Proposed Amendment to the County Ordinance Code which would Establish a New zoning District for the Downtown Area of Orinda. The Director of Planning having notified this Board that the Planning Commission recommends approval of a proposed amendment to the Ordinance Code which would establish a new zoning district to be known as the Community Business District for the downtown area of Orinda by substituting it for the Planned Neighborhood Business District (Planned N-B) and the Retail Business District (R-B); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 11, 1977 at 11:00 a.m., in Room 107, County Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements publish notice of same in the ORINDA SUN. PASSED by the Board on September 13, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director of Planning SupervisorsCnunty Counsel List of fiames Provided affixed this 13t4ay of September , fq 77 by Planning J. R. OISSON. Clerk t syr/,?X 0" :5i'� 1-ti"�F D"h Clerk Jamie L. Johnson hl-24 3/76 15m RECEIVED CONTRA CMA COLMM rtANNM DEPARTMENT aERK EOARO OF SUPERVISORS - _ /CONT C ACO. TO: Board of Supervisors DATE: 24 August 1977 Attn: Clerk of the Hoard FROM: Antsy A. Dei m" .) SUBJECT: ORDIIUNM OLM Ai�� - Cozownity Director of P BusiueeE3 District, Orinda Area. (S.D. III) 1 Attached is Planning Resolution No. 68-1977, adopted by the Planning Candse- ion on I1�, August , 1977, by s vote of 6 AM - 1 AH9W (Albert R. Compg&La). This ordinance code aseerien. was reviewed by the Planning Candsei,on on Tuesday, August 16, 1977, and was approved by the QuW asion by unanimmm vote (all members being present). Ibis proposed asmMent to the Ordinance Code would establish s new —in g district for the doentoan area of Criwk by aubstituting it for the Planned Neighborhood We- iaeer, District (Planned N-B) and the Aetsil Husinees Distt'ict If this ozdinmioe is approved by the Hoard of 9upwvisons, then hearings would take Plaoe to rezone the entire business area (The " and Planned N-B) of Orinda to this new Coommity Bus4 District. The following groups should be notified of ycxw Board's heariig daze and time: (See attached list) AAD/v Attachments: Resolution, Draft Ordinance, Staff Report, Minutes. cc: Ordinance Code Amendment, Orinda Community Easiness District. Orinda Chamber of Commerce Orinda Association Murofikned wok bond order RESOLUTION NO. 68-1977 RESOUMON OF THE KADIIti M MWESSION OF THE CO(Rm OF CONTRA COSTA, STATE OF CALIF- ORNIA, n CORPORAT= rMDIMS MID RM"MMATIONS ON AN ORDDM= CODE APOMMV PER- TAINING TO THE COIiMAAZ M BUSINESS DISTRICT FOR THE.ORnM AREA OF SAID CMM TY. WHEREAS, the Director of Planning advised the Planning Commission on Tuesday, October 19, 1976, that for the past two years or so, discussions between the Orinda Association, the Orinda Ch tuber of Coseeroe, the Planning Staff and arty number of other Orinda gz-roups, have been held reviewing the cammerwal districts of the downtown Orinda area; and WHEREAS, said discussions concerned the wdst3ng Planned Neighborhood Business District and the Retail Business District zonings now enistant; and WHEREAS, the Director of Planning fir dw informed the Ccm issicn that the prospects of agreement betwoon the orjnisatic= series to be now; and WHEREAS, thereahw, the Director of Planning firther informed the Gwwssion that a draft copy has been submitted and with sox further review, the matter will be listed on the Planning Ccadssian's apnia. for public hearing review and ; and WHEREAS, the prhaving been tentatively agreed upon, the Planning Camaissim conducted a public hearing on said draft on Tuesday, August 16, 1977, whereat all persons interested therein might appear and be heard; and W WAS, interested persons dial appear, spoke on the subject matter on Tuesday, August 16, 1977; and WHEREAS, the ordarnanoe amndmint entitled: CQt4MM BUSH SS DISTRICT, would be substituted-for the Planned Nei&borhood Business District (Plaruwd N-B) and Retail Business District (R-B) in the Orinda area if this:ordinance is approved and hear■inp would take place to rezone the entire business area (the Planned N-B and R-B) of Orinda to this new 001°M= BUSINESS DISTRICT; and WHEREAS, the Planning Cc mdission did fully review, consider and evaluate all the testimony and evidayoe submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Ccemi.ssion reoort=ands to the Board of Supervisors of the County of Contre Costa, that the proposed amendannt, which is attached hereto and made a part hereof, be APPROVED; and BE IT FURTHER RESOLVED that the reasons for this recaanendation are as follows: (1) The ordinance proposed is the result of a owbined effort by the Orinda Association and the Orinda Ch&%ber of Conmeroe as assisted by the Planning Staff. (2) There is no need to have two different business zoning classifications in Orinda innasouch as there Miuofilrned with boad wdw Resolution No. 68-1977 isn't sufficient distinction among the various locations in Ormida in this respect, there- fore, the entire area should have a uniform zoning regulation for business purposes. (3) This ordinance would allow the carrying on of retail business provided all the sales, demonstrations, displays, services and other activities of the retail business are conducted within an enclosed building, except that off-street parking shall be permitted; and those uses permitted in the Limited Office District (Section 84-44.402). (4) All uses proposed within this district carrot proceed until a development plan has been approved. BE IT FMR RESDUM that the Omirman and Secretary of this Planning Commiss- ion shall sign and attest the certified ropy of this resolution and deliver the same to the Board of Supervisors all in a000rdwm with the Governoent Cade of the State of California. The instruction by the Planning Canmi.ssion to prepare this resolution was given by oration of the Planning Camsission an Tuesday, August 16, 1977, by the following vote: AYES: Conalssioners - Anderson. CcmpW ia, Young, Phillips, Stoddacd,Waltan, Milano. NOES: Ga®nssiou s - None. ABSE NP: Co m d sioners - Nam. ABSTAIN: Caamissicrws - None. I, William L. Milano, Chairwaan of the Planning Commission of the County of Contra Costa, State of California, hereby oertify that the foregoing was duly called and held in acoordwm with the law on Turday, August 23, 1977, as follows: AYES: Carmissioness - Young. Stoddard, Phillips, Anderson. Walton, NJ Intro. NOES: Camoissionets - None. ABSW: Caomnissioners - Albert R. CmaW ia. ABSTAIN: Commissioners - None. Chairvm of the namung Comission of the f County of Contra Costa, State of California ATTEST: r i RECEIVED �ecre f the P sion of the Co.mtyl of ntra ta, Stat6 of California .J. R. OLSSON CLEM V-L%W of wPERVWO Mivofdrned vvith boord order -2- In the Board of Supervisors of Contra Costa County, State of California September 13 , 19 77 In the kwtter of Authorizing Purchase Order for the Pool Garage Overlay Project, Martinez Area. Project No. 5342-926-77 IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to arrange for the issuance of a purchase order in the amount of $9,995.00 to the George P. Peres Company of Richmond (the lowest of the two informal bids received) for the Motor Pool Garage Resurfacing Project; and The project is considered exempt from Environmental Impact Report requirements as a Class 1C Categorical Exemption under the County Guidelines, and the Board concurs in this finding. PASSED by the Board on September 13, 1977. I hereby certify that the forepofrro is a true and Domes aepy of an a due anlared an th minutes of said Boord of Supervisors on the data afonaaid. Witness my homd and the Sed of alta Board of Originator: Public Works Departmentsupervi— tly September 77 Road Design Division affixed this 13 Se P iq cc: Public Works Director Purchasing J. R. OLSSON. Clwk Contractor By Deputy Clerk County Auditor-Controller N. Pous &WO H-24 3/76 Ism rN THE BOARD OF SUPERliISMS OF CONTRA COSTA COU?ITY, STATS OF CALIFORNIA In the Fatter of Awarding Contract ) September 13, 1977 for the Blackhawk Road Overlay ) Project, Danville Area. ) Project No. 4331-4405-661-77 Bidder Total Amount Bond Amounts Branaugh Excavating, Inc. $24,555.00 Labor L Mats. $ 12,277.50 21483 Orange Avenue Faith. Perf. 24,555.00 Castro Valley, CA Gallagher s Burk, Oakland Antioch Paving Company, Antioch George P. Peres Company, Richmond Martin Brothers, Concord Eugene G. Alves Construction Company, Pittsburg Bay Cities Paving a Grading, Inc., Richmond The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recon.monding 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 bends as indicated above; and that the Public Vloeks Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the 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 September 13, 1977 CERTIFIED COPY I certify that ttds is a full.(rue& correct copy of Originator: Public Works Department The origin,(d—waontwhfifi is on file In my office. Road Desi gn Division and that It �� t-assed n ,doPted by it," nnard of Soperri:ors of contra c—tu County. C.amoreia. on the date eho•.n,.ATTL..ST: J. R. OLS.,ON. Cnunty Clerk 1 exoificio Clerk of oald Board of Supetctnors, ce; Public Works Director by Deputy Clerk. County Auditor-Controller !f/°�'+s� SEP 13 1977 Contractor 00311 Form 9.1 Rev. 6-75 - Public Works Department CO*a &64 IL y �J�7aa�j' � L ,/ 441614 emos ft Floor.Admiration SuMirg �./ 0".�C� Wik L.lith Martinez.Califomia 94553 '441S)372-2102 C,OO 'tel N�72-2= �~ Vinton L.pine aMM �wGrawd� iY01ie wake Dkoc1a M pt 11�GrM�w 1 E.Tsglw J.Yin4eel e+in.r - Oewgi.O�eYas CAiN Orgrty295 G&Wt040Q Isfs19 -an October 4, 1977 ' khawk Road Overlay t1 4331-4405-661-77 Branaugh Excavating, Inc. 0C T 21483 Orange Avenue Castro Valley, California 94546 CUMN cumIoM c A 00. OF SUPENGM Gentlemen: Enclosed is your copy of the approved contract for the Slackhawk Road Overlay, Project No. 4331-4405-661-77. The Notice to Proceed will be sent to you as soon as we pin down the schedule of the-developer's contractor. You might wish-to contact-Antioch Paving yourself. The resident engineer assigned to this project is Mr. Robert Faraone who may be reached via the County office, 372-4480. Very truly yours, Vernon L. Cline Public Works Director By V. A. F1 umb Assistant Public Works Director Construction Division VAP:bw Enclosure cc: Robert Faraone, Resident Engineer R. Jarratt Survey Section LZMate�rials and Testing Division 11e1rk of the Board, w/copy of Contract, Bonds and Insurance Auditor-Controller, w/copy of Contract - Business and Services, w/copy of Contract CONTRACT (Construction Asreeaent) L C 7 6 67 i (Contra Costa County standard Form) any OF 2. SPECIAL TSP.;!S. These special terms arc incorporated Wlaw by refar �K001 �OOSTa�� (SS2,3) Parties: (Public Agency) Contra •Costa County ki (Contractor] Branaugh Excavating, Inc. Comp eto legal nazi (S2) effective Data: .September 26, 1977 [see 54 for starting date.) (s3) rho York: Asphalt concrete overlay on Blackhawk Road from approximately 0.25 mile east of Mt. Diablo Scenic Drive to approximately 0.90 stile east, in the Danville area, Project No. 4331-4405-661-77, all in accordance with the Plans, Drawings and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. (541 Coiiptetion rine: [stripe out (a) or (b) and `calendar' or *working') (b) Within 10 M&NMI */working days from starting date. (55) Liquidated Damages: $ 75.00 per calendar day. (S6) Public Ageecy't Agent: Public Works Director (57) Contract Price: $ 24,555.00 (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.) t. SICIIAYURa-S 4 AMFOLLeDCI1,VT. public tooncv. —sident, Chairman Or Other Vernon L. Cli Designated Representative),.; Public Works Director Contractorhereby also acknowledging awareness of and complisace w{th ;<<� Labor Code 5186 porkers' Cnsatlon LawAV '. . gusto official capacity the mess ' 1�61ZL] luesignatef PUR3.1-capacIty in76 us ncss Mote to Contractor M execute acknowledgment fore: below, and !SJ if a oorpora- tion, affix Corporate Saat. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - .. � - State of Calif 47a ) ACXiI0Y1PDC11eDS (by Corporation, County of as. Partnership, or Individurl) The persons) signing above for contractor, known to to in individual and business capacity as statod, personally appeared before me today and acknowledged that be/they executed it and that the corporation or partnership, abova axe d i . Dated• all (270Ti�R2I1L SEAL) Notary Pun ac - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - rona by county Counsel.- ; ' :OFFICIAL SEAL(Page 1 of 4) {=r` - ULC RtEy Q.BJ kL1 pQN1A(�Y:-1; Rev. 11-76j 11`DACo1M►r&Pft 1us 26.187! 0=3 3. .WOIu; CONTRACT, CMI;GBS. (a) By their signatures in Section 2, effective on the above te,.tinese partlez proaisc and agree as set forth in this contract, incorporating by these refer;--nees the nmaterial ('special teras') in Sec. 1. (b) Contractor stall, at his own cost and c:pcnse, and iu a workmasnlik-a manner. fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, _ convenient and proper in order fairly to pezfozo the rcquirexnts of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) rhe work can be changed only with Public Agency's prior written order specifying such chane and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. -4. 'SIMS; WWI= TO PROCEED. Contractor shall start this work as directed in the speci- fications or tae notice to Irocead; and shall complete it as. specified in Sec. 1. S. LieIJIDI►TED DAtIAGES. If the Contractor fails to complete this contract and this work vvn tine t1Ak: Tau therefor, allowance being made for contingencies as provided herein, he booms lial+lo to the Public Agency for all its loss and damage therefrom; and because, from the nature of the case, it is and will be impracticable and extremely difficult to ascertain and fisc the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damaages to the Public Agency the rsasa:sable sum specified in Sec. 1, the resul!. Of the parties* reasonable endeavor to estiriate fair average co=onsation thezefor,•for each calendar day's delay in finishing said c.,or.:; and if the s:%= be not paid;-Public Agency,may, in addiiion tci its'othcr re.tcdi ed,`deduct-.the sax from: any coney-dnie or to become--due Contractor wider thin con- tract. • If the Public Ar,^-rcy for any. cause authorizes or contributes to a_dolay, suspen- sion of wort: or extension of time, its duration shall be added to the time allowed for completion, but it shall not be -deened a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. G. T=XCIATED DOCU TENTS. The plans, drawings and specifications or special provisions of the 1'n lic ,tyonrl's call for bids, and Contractor's accepted bid. for this work are hereby incn_poratod into ttn_s eoatraet; and they are irtenue�co-operate, so that any- thing exhibited in the plant or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be executed as if exhibited, mentioned and sett fortis in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be .finally determined by Public Agency's a5ent sp6cifiod in Sec. 1. 7.• 'PAYIL:ti;:, '.(a) For his strict and literal fulfillment of these promises and conditfGns, MI-as=u?`:c%x;p*nation for all this work, the Public Agency shall pay the Contractor the sari specified in Sec. 1, except that in unit price contracts the payment shall be for iinisned quo hies at unit bid prices. (b� oin.i or about the first day of each calendar month the Contractor shall submit to tie Pubalic•':.qbaey a verified application for Payment, supported by a stat at showing all mate{mics-=actually installed during the preceding month, the labor expanded taareon, and thcleost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for tine auount determined to be due, minus 10% thereof pursuant -to Covernacnt Cade Sec. 530G7, but not until defective wort: and materials have been removed, replaced and made good. S. PAMMITS WITBIIELD. (a) The Public Agency or its agent may wit(nhold any payment, or ecause of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss bucauso of: (1) Dafeetivo work. not remedied, or uncompleted work, or (2) Clains filet: or reasonable evidence indicating probable filing, or (3) Failure to properly pay sulmeontraetors or for material or labor, or (4) Reasonable e:oubt ti►at t-he work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (E) Damage to the Public Agency, other than damage due to delays. (b) :Ice IluLlie agency shall use reasonable diligence to dizcover and report to the Contractor, as the worn: progrcrres, the materials and labor which arc not satisfactory to it, ro as to avoid unnuc"-sary trouble or cost to the Contractor in making good any 4efective wort: or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) 0 �j4 (L•C-1; Rev. 11-75) _ I}, f work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withhold under this contract, provided the Contractor shows that all claims for Labor and materials have been paid, no claims !save been presented to the Public Agency based oa acts or omissionsof the Contractor, and no liens or withhold notices have been filen against the wort. or site, and provided there are not reasonable inuic:.tions of defective or missing work or of late-recorded notices of liens or claics against Contractor. 9. INSUMAM. (Labor Code 551860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or. (2) a certificate of Workers' Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof oortified by the Director or the insurer. Contractor is amore of and complies with Labor Code Sec. 3700 and the Markers' Compensation Law. 10. LOIrDS. On signing this contract Contractor shall deliver to Public Agency for app ivaTgood and sufficient bonds with sureties, in anoumt(s) specified in the speciti-• - cations or special provisions, guaranteeing his faithful perfosmsnee of this contract and his paynant for all labor and materials haveuader. 11. 'FAXLL'IC: TO PCRFOW4 If the Contractor at'any time .Pfuj."3 4r.n4glotg"a witbeittr fault o Elia Public Agency os its agent(s); to supply sufficient mstasisls or woskmen.to ca plcto.'this.agrecannt and Work as provided heroin. `gcg'a parkod:of 10 days-or more after written notice thereof by the Public Agchcy, the Public Agency mar furnish same-and deduct the reasonable expenses thereof from the contract price. 12. LABS APPLY. General. Both parties recos"as the applicability of various federal, state and veal 11—us ane regulations, capocially Chapter 1 of Part 7 of the California Labor Code (boginaing with Sac. 1720, and including Sam.. 173S. 1777.5, i 1777.6 forbidding discrimination) and intend that this agremment•canplios therewith. Ste parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 i 1x13, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUDCMITRACTORS. Government Code 554100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the Director of the Department of Industrial-Welations; las ascertained the general prevailing rates of wages per dies, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification. or t-ype of warknan needed to execute !Isis contract, and said rates are as specified in the call for bids for this work and are an file with the Public Agency, Awd are hereby incorporated herein. (b) This schedule of wages is based on a working day of • home unless otherwise specified: and.the daily rate is the hourly rate multiplied by the number of hours cem- stituting the working day. When lass than that number of bases ate worked, the daily wage rate is proportionately reduced, but the hourly rate remains as states!. (c) Ybe Contractor, and all his subcontractors, mast pay at least times rates to all persons on this work, including all trawl, suiseistenee, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above angst be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being parfermed. If it teeows meces- Bary for the Contractor or mar subcontractor to snploy any porous in a craft, classifi- cation or typo of work (eweept axeeutive, supervisory, administrative, clerical or other mon-mmnual workers as such) for ubich no minium wage sato is specified, the Contractor shall lamodiatoly notify the Public Agency which shall promptly determine the p-:vvailiag wage rate t4arefor and furnish the Contractor wins the minismma rate based thereon, which small apply grow the time of the initial employment of the person affected and during the continuance of such enployrant. 15. HOURS OF LABOR. Eight hours of labor in ono calendar day constitutes a legal day's wur:, and Ma w-"- -^ u employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Sees. 1010-1315. IG. APP1:LZ::ILT,1. Properly indentured apprentices may be coployud on this work in accurjas:ce with Labor Coda Secs. 1777.5 and 1777.6, forbis buj discrimination. (Pago 3 of 41 (CC-1; Rev. 11_76) a 5 17. PRUftiM. N= FOR MriTERIALS. The Public ]Agency desires to promote the industries end evonony of contra costa County, and the Contractor therefore promises to use the products, workmau, laborers and mechanics of t;tis County in every case where the price, fitness and quality are equal. is. Assranim .. This agreament binds the heirs, successors, assigns, and representatives of tie contractor; but he cannot assign it in whole or iii part, nor any ebonies due or to become due under it, without the prior written consent of'the Public 7.gency and the Contractor's surety or sureties, unless they have waivesi':iotiee of assignment. 19. No UNNIVER IIY PUBLIC AGEI:CY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the Public Agency indicating the wort: or any part thereof cociplies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as proscribed; nor shall the Public Agency be thereby ostogped from bringing any action for damages at enforcement sarising from the failure to comply with any of the terms and conditions bereof. 20. HOLD &MMU.ESS iIt:G'EITY.. (a) Contractor promires to and shall hold harmless and, inde=ufy rom: a Labs a.taos as siebined-In this section. (b)- 'The inddwnitees benefited and protected by this proci;e are the Public.Agency and its elective and appointive boasas, commissions, officers, agents and saplo_+eez. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su ered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these. regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as ecsklleted, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in cannection xat-. -ie matters covered b_v this-contract and attributable to the contractor, subcontractor(s), or any offieer(a), agent(s) or amployae(s) of one or more of them. (e) Hon-ronditionse The promise and agreement in this section is not conditioned or dependent on wiiather or.uat any Indemnitee has prepared, supplied, or approved any plan(a), drawing(s), specifications) or special provision(s) in connection with this work, has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code sec. 6705, if app ace e, uy submitting to Public Agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. - - - (Page 4 of 4) AnM� (cc-1; rev. 11-T6) �1 NAVE AND ADDRESS OF AGENCY Clay Thompson, Inc. COMP1 a P.O. Box 2456 caAwANY Napa, CA. 94558 LET ER A ' (707)224-6505 COMPANY B LETTER NAME AND ADDRESS OF INSURED COMPANY Branaugh Excavating, Inc. LETTER 21483 Orange Avenue COMPANY Castro Valley, CA. 94546 LETTER cow"Y E LETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANYPOLICr umftef In (owl LETTERTYPE OF INSURANCE POLICY NUMBER' EXPIRATION DATE EACH Nr4x"n OCClNaIEMCf GENERAL 11Aa111TY BODILY I%-%. s s A INCOMPREHENSIVE FORM LC 2352760 12/1/77 E�PREM.K_ES—OPERATIONS PW-WERTY DAMAGE f IS EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD PRODUCTS,LOMPLETED OPERATIONS HAZARD BODILY]INJURY AND® C CONTRACTUAL INSURANCE PROPERTY DAMAGE s 500 MID BROAD FORM PROPERTY COMBINED {{� DAMAGE _ Ld'IN DEPENDENT CONTRACTORS • PERSONAL INJURY PERSONAL INJURY AUTOM0131LE LIA131LITY BODILY INJURY IEACHPERSON) s. A ®COMPREHENSIVE FORM CcU1 OWNED LC 2352760 12/1/77 (EAHOCRIENCE) s" MISTED PROPERTYDAMAGE i �j NON-OWNED BODILY INJURY AND S 5M vaOPERrr DAMAGE V V COMBINED EXCESS LIAMM BODILY INJURY AND ❑UMBRELLA FORM PROPERTY DAMAGE $ s OTHERTHAN UMBRELLA COMBINED FORM WORKERS'CONAPENSATION STATUTORY A and WP 2196313 12/13/77 EMPLOYERS'LIAINLITY W2,000rtACII,rc,oan OT ER By Endorsement to Pol cy No. LC 2352780 Contra Costs County, its Officers, Employees and Agents are named as DESCRIPTION OF OPERATIONS/LOCATIONS/YEHICLES Asphalt abncrete MWlay on Blackbavk Road from a"k --cisately 0.25 Yale Slat of Vt. Moblo Soenic Drive to appao d=tely 0.9 Yale Slat, in the Awville Area.Pro ject No. 4331-4405-661-77 Cancellation: Should any of the above described policies be cancelle fore the expiration date thereof,the issuing com- pany will diitNLUXXXmail 30_ days written notice to the below:named certificate holder.JMMKX a _ � OCiGriiF _ LAME AND ADDRESS Or[ERTIFICAT E NGL DLR DATE ISSUED. 9/26/77 Contra Costa County County Administration Building 651 Pine Street _cl _ Martinez, California 84553 %.fAUTHORIZED A^OPD 25 dC.2.771 - 0e IIARMANTCE COlPAN1Y OF NOWM ASOMWA FOM.499IMM vwmum_ _ 123.OD saw Na-_MU 029600 CONTRACT BOND CNirad.RAaawios saw--niu'c war KNOW All MEN 6Y THM MUMS: That we, Branaugh Excavating. Inc. as Ptiaripd,and DO)RANCIE COMPANY OF NORTH AMMUCA..'s o-p-mcs a Vmnd Leder dw I— d the Stoic d Pkoosylvada ad duly w 6wind wtd-the bm of tie Sole d C961mia to W-Me sola order on bonds and vodalabop,a Surly.an kW and Srmly bawd web Contra Costa County n Vis, i ee peog mm d Twenty-Four Thousand Five Hundred Fifty-Five and No/100— ($24,555.00 o/100--(S24,555.00 ), kmW ahmey d do«Swu d Aaaiea,b be paid to tie oil ObUrik sucoeuas or aripr for Niro payarat, west sad a*so be made,we bid arsdws,our heim estrrtns, svocamm sdmwstW—mad anima,ley mad maybody by d—P Now,THEREFORE,whmn ee slid Priacipd ba arena iMo a d Own dale herewith vie tis slid Obtuse to do awd pafam tie fdba d wak,ft•-k Asphalt Concrete overlay on Black- hawk Road from approximately 0.25 Mile Bast of Mt. Diablo Scenic Drive to approximately 0.9 Mile Bast, in the Danville Area. Project No. 4331-4405-661-77, all in accordance with the Plans, Drawings and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. as is mace tpseiically met forth i said arrraet.to whiel oeabsct referevre ie heoby made: THE CONDITION OF TM ORLBOAliON is mach.LMR it tie acid MOO44 its er is heirs.swsereou6 mc- asssws,admihttatoes mad adps,dull u4 m d may do tis=id wwd6 sad f"awk sed away at Lbs oowsrrts. csaditisss and reWwwmu of the acid osrtnct in um"m vn*the picas std We0=ma.On tie above obftodoa to be vuK clherwin to ersais in hag face std viebe. No qht d achm$di ensue wader this bard to cw fa tie tae of may puma dba 6=Lbs Obftw. ,laths Soled wie aw•sale said dated ti's 26 day of September i;ti 1977 , By;t4�.99 Robert D. Branaugh P +Pv President DZURAN[E COMPANY OF NORTH AMMCA By. T� _........... Clay peon 'm Attt2rney-In-Uct.___....._�M.+__ MINA WS FYIN M UA& p�8 CORPORATE ACKNOWLEOCMENT State of California County On this 264by of September 19 77,before me_ the undersigned _w ,a Notary-Public in and for said A18aieda _.�M T�County,personally appeued_ Aobt�rt D. Drapsttgh.� _�__ .._ (SEAL) known to me to be the and-_ known to me to be the w.._.._..._of for the Corporation that executed the within in suntacet, sad.also knows to me to be the Person._— who executed the within instrument. om b'ebalf of the-Coeporatice hctais named, and aektwwl- edged to me drat such Capatation exeeseed the same.mW farther ackwrwledged to me that such Corporation executed the witbin instrument possuest to its by-lows or a resolution of its 9oatd ,«. OFFICIAL S . SHWEY R.BRiGGs WITNESSmy handn ' t seal. t i r9OTARY PUBLIC-CALIFORIVA 'j Mr Ceram.—r)'Cr MY 25.1979 Notary Public in and for said_ ouaty and.State.. r+ssx a-ts My commission expires_ May 269 SIAM OFCALIPORNIA COUNTY OF papa On 0& 26 J Debra �Yor 8errte�mber ,yrs 19"---0?7 beforr nor 1+797• ST.Q7FOF �Y Foster CALIFOAWA tlgwrrer Cla �Mnowr�r to nor A,,*pk, °Kms' h w,a t0,arir gig1AMU om'w CE CO ls�b AMERIC aw nvxtar r+dsrrl `t7lilVgrp7ii,,fl,ERKA,,sd , oa,s'yWdAAIr+nyrrWOf*A� ANVQFNORT1y OHiciol Sad c Alw rwP+sc Np erry tuhile eN tar tis d��y�•� Printed in U.S.A. Ne" Count MMAly, nswaron Expiresltrellp 191E =9 : O� INSURANCE COMPANY OF NORTH AMERICA PROADELPHIA The Premium on this Bond is included in that of the Perkemance Bond Bond Wo.:..—..MNB--_029509............................. CONTRACT BOND California Contract Bond—Public Wok—Labor and MaWial KNOW ALL MEN BY THESE PRESENTS: That we, Branaugh Excavating, Inc. Of Castro Valley, California .as Principal, and INSURANCE COMPANY OF NORTH AMERICA, a Corporation organized and existing under the laws of the State of Pennsylvania and authorized to transact surety busioess in the State d California, as Surety, are held and firmly bound unto Contra Costa County 50/100 as Obligm, in the sum of Twelve Thousand Two-Hundred Seventy-Seven and T)ollars(S 12,277.50 for the payment whereof. well and tndy to be made, said Principal and Surety bind themselves, their heirs, administrators,successors and assigns,jointly and aeverally,firmly by thee pa eoL The condition of the foregoing obligation is such that, whereas the above bounden Principal has entered into a contra",dated September 26 ,1977with the Obligee to do and pederm the following work,to wit: Asphalt Qoncrete overlay on Blackhawk Road fro■ approximately 0.25 Mile East of Mt. Diablo Scenic Drive to approximately 0.9 Mile East, in the Danville Area. Project No. 4331-1405-661-77, all in accordance with the Plans, Drawings and Special Provisions or Specifications, . prepared by or for the Public Nous Director and in accordance with the accepted Bid Proposal NOW,THEREFORE,if the above-bounden Principal at his subcoouact rs fail to pay any of the persona named in Section 3191 of the Civil Cock of the State of Ca6faaia,or amounts due under the Uaemploymeat hasmaoce Code with respect to work or labor performed by any such claimant,do Surety will pay for the alone,in as amount not exceeding the sum specified in the bond,and alto,is cane suit is brought upon this bond,a amonabie attaraey's he, to be toed by the court. This bond:half inure to the benefit of any and all persons,complain or corporation;coo"to file claims umkr Section 3191 of the Civil Code of the State of Calitaraia,so as to give a right of action to them at tYp 40 ' i'in" any suit brought upon this bond This bond is executed and filed to comply with the provimos of the act d Lellialature of the SMA.Gabfortlfa'air. designated in Civil Code,Sections 3247-3252 ioclaaive,and all amndmlmts thereto. + SIGNED AND SEALED this 26 day of September 16 17..•: Dti�O11110A bAllmY1.tim...,InCRobert . . INSURANCE CO IP osmiximrOF NORTH AMERICA By ................. - .................__ ClayCTbodpson Attorney-ln—.Fact..................................................._ 34.1241 r03 maul in u.11 A i CORPORATE ACK14OWLEDG/EPT State of California Alameda S.S. „ _County j On this 26thky ofSept. ..1913 ,before me__ rhit a NOUAT Public in 1ataeda 'A at said-19---------________.._.._._..County,personally appaaed__pp�#,;;p,,__>�aAtSit„__..»__.._ (SEAL) known to me to be the,_„PTesidettt� and---- ___. ___�._---____. _known to me to be the __.— -__.------- of the— Biat►stt�i Faccavitf rt��Inory __�_� the Corporation that executed the within instrument,and also knows to me to be the person------ who executed the within insitument, on behalf of the-Cotporstion herein named,and acknowl- edged to me that such Corporation executed the same.sad further acknowledged to me that sacb C ation executed the within instrument pursuant to its by-laws or resotntior of its Board OFFICIALtsec s. { ' SHIRLEY R. WITNESS my hand ori seat. NOTARY PUfllt-CALWOiTtA - AtAMEiM COUNTY .# Mf comm.tinkes MAY 26.1979 Notary Public in and for said. Ala" _„_ ,___..._.w_�f"Coaaty and State•_. My commission expires_ ?! •-tssx sora STAM OFCALIRJRNIA COUNTY OF NauB Orr this 26 .— *y of September TntYrcyrar 1977 before mr Debra Hay Foster a STATE OF CALIFORNIA jmn j.Wmvd NOra'Y�+b/Jc in and!6i the Aoawn as nsr oro Err al.pespm tthatsr rrrrsr k Clay Thompson ssdoeii6nd to die W1010 Int ar the '* to am o of aha IACSW Slit, COWANY OF NORTH ANE la ER to ime tlrat he srr6acritS ad tYa'"No Oil#M/NSURAACE t ,iNy OF) AAIERIC,!gli"*a�Xattelik rG**firnsraAtllorrsrya FMZ OMRAKASoo TY IMS. "Wary tubtieHopei county +tr faUfc A sna is sgae dCy, '^-. ,733 Printed in U.S A. M�`tamtruission EapMeas July 33,-i9ii Ori` , TOWER OF ATTORE'Y INSURANCE COMPANY OF NORTH AMERICA t>+IaAoaw+1A, PA. Know all green by these presents: That INSURANd COMPANY Of NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 26,1975,to wit: "RESOLVED,pursuant to Articles 3.6 and S.1 of the Ry-laws,the following Rules shall gum the execution for the Company of bonds,undertakings,tecognizances,contracts and other writings in the nature ttrerir : (1) That the President, or any Vice-President,Assistant Vice-President, Resident Vice-President or Antimey-int-Fact, may execute for and in behalf of the Company any and all bonds,undertakings,wcognizaaces,contracts and otter writings in the nature thereof,the same to be attested when necessary by the Secretary. an Assistant Secretary or a Resident AwisWtt Secretary and the seal of the Company affixed thereto; and that the President or any Vice-(resident may appoint and aushorise Resident Vice-Presiders,Resident Assistant Secretaries and Attotneys-in-Fact to so esKule or anent to Me aeculion ol all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the secretary. (3) The signature of the President or a Vice-President and the seal of the Comirany may be affixed by fmimile on any power of attorney granted pursuant to this Resolution,and the signature of a certifying officer and the seal of the Company nay be affixed by facsimile to any.certificate of any such power,and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (i) Such Resident Officers and Atlomeys-in-Fact shall have authority to certify or verify copies of this Resolution,the ry-Laws of the Company,and any affidavit or record of the Company necessary to the discharge of their duties. (S) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on lune 9, 1953." does hereby nominate,constitute and appoint CLAY THWSON and HELEN E. MCKIM, both of the City of Napa, State of California each individually if there be more than tate named, its true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf,and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said .................C....AWM DAA!XE..................................Vice-President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this .........2fitb............................... day of ...........No.vember 195_..-----•---• ........................... INSURAKE COM OF NORTH AMERICA (SERI) by............._........................................................................... Vice-President STATE OF PENNSYLVANIA ss. COUNTY OF PHILADELPHIA On this ..........26th........................ day of ...........P4 PW#Mb.*T.............. A. D. 19.15.......... before me. a Notary Public of the Commonwealth of Pennsylvania,in and for the County of Philadelphia,came................................................ ............................................................C...DANIEL..AIS...............................................vice-President of the MOURANCE COMPANY Of NORTN AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument,is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia, the day and year first above written. r _ Notary Public. � ("ommission expires August 13, 1979 hla undersigned, Assistant Secretary of INSURANCE COMPANY OF NOUN AhV3KA,do hereby certify that f WER Of ATTORNEY, of which the foregoing is a full,true and correct copy, is in u force and effect. mess whereof, I hpve hereunto subscribed nhe as Assis Secreta and corporate seal ration, this......... la...................:....... day ............................`........................ .. . . .. In the Board of Supervisors of Contra Costa County, State of California September 13 19 jZ In the Matter of Request for Assistance on Billing from County Hospital. The Board on June 14, 1977, having referred to the Director, Human Resources Agency, for report, a communication from Ms. Eliesa Peters seeking relief from billing procedures of the Medical Services Department for eye examinations; and The Director, Human Resources Agency, having investigated the matter and submitted an initial report to the Board on August 4, 1977, indicating a further report would be forthcoming; and The Board having now received a final report from the Director, Human Resources Agency, dated September 1, 1977, recommending to the Board that no relief from these charges be accorded to Ms. Peters since the costs for the two eye examinations she received at the County Hospital facility are consistent with similar charges made by other hospital emergency rooms for similar types of services, and that the aforesaid costs are based upon Medical Services' adherence to the rates of the State of California's 1969 Relative Value Study for new outpatient visits; IT IS BY THE BOARD ORDERED that the Board of Supervisors concurs in the recommendation of the Director, Human Resources Agency, and HEREBY DENIES any special relief from charges billed to Ms. Peters for medical services rendered. PASSED BY THE BOARD ON SEPTEMBER 13, 1977. 1 hereby certify that the foreOoimo is o bw and cornet copy of am order entered an the minutes of said Board of Supervisors aw fire"ol- ail Ori g: Human Resources Agency VNilwee my heed and 60 Seal of Mrs Board of Medical Director Supervisor Ms. Eliesa Peters �,� 1e d- we.. 19 County Administrator 13thdaY Sopio� 197.;L— County Auditor J. R. OLSWN, Clerk By Cepwy clerk Ma Craig s/�Ill�rt) H-24317615. In the Board of Supervisors of Contra Costa County, State of California September 13 ,19 77 M the Matter of Influenza Immunization Program for Fiscal Year 1977-1978. The Board having received a report from the Director, Human Resources Agency, dated September 1, 1977, along with a summary of the planned influenza immunization program for fiscal year 1977-1978, as recommended by the County Health Officer; and The Board having reviewed the aforesaid report and concurring in its recommendations; IT IS BY THE BOARD ORDERED that the County Health Officer is HEREBY AUTHORIZED to administer influenza vaccine in Senior Citizen Centers only to the limit of 5000 doses furnished by the State. IT IS BY THE BOARD FURTHER ORDERED that employee clinics are HEREBY DISCONTINUED for fiscal year 1977-1978. Those persons over age 55, or with a chronic disease, may obtain immunization through the Senior Citizen clinics, and all others desiring immunization should consult their private physicians. PASSED BY THE BOARD ON SEPTEMBER 13, 1977. 1 herby certify thot the forepoire fs o trw and coned copy of os order uNered m the minutes of said Doord of Supenisors on the date afarwid Ori g: Human Resources Agency Mone my hand and tf>.Seal of do Board of Health Officer SMP-vi*— Medi cal Director affixed this 13thday of_September 1977 MH Director Welfare Director County Personnel Director J. it OLSWN. Clark County Administrator Ds"Clerk Crvig i 0=4 H-24 3/76 ISm In the Board of Supervisors of Contra Costo County, State of California September 13 .19 ZZ In the#10"W of Applicants for at-large position on Contra Costa County Planning Commission. The Board this day having interviewed applicants.for for an "at-large" position on the Cpunty Planning Commission and upon conclusion Supervisor R. I. Schroder having expressed the desire for time in which to thoroughly review the resumes of the applicants; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that September 20, 1977 at 10:45 a.m. is FIXED as the time for the Board to make its determination on the matter. PASSED by the Board on September 13, 1977. 1 hereby certify dwe Ow foregoing is a hue and correct copy of an ander entesod on Nro minutes of said floord of Supervisor&on the date ofoesoid. cc: Director of Planning Witness my hand and the Seel of the Hoard of County Administrator Supervisor affixed this 13th day of a=tFamh� 192Z // ��j I R. OLSSON. Clark S J (c2 • `//.� Z1.�G Do"Clerk i•laxine Fl. Neufeld O J H-24 4/77 15m In the Board of Supervisors of Contra Costo County, State of California September 13 __, 19 77 In the Akmer of Report of the Planning Commission on the Request of Fred W: Hull, Applicant, (2152-RZ) to Rezone Land in the Diablo Area. Lehner and Muzzy, Owners. The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Fred W. Hull, applicant, (2152-RZ) to rezone approximately 15.56 acres located at the most easterly terminus of Valle Vista, Diablo area, from General Agricultural District (A-2) and Single Family Residential District-10 (R-10) to Single Family Residential District-15 (R-15) and Single Family Residential District-40 (R-40); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 11, 1977 'at 11:25 a.m., in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in THE VALLEY PIONEER and give notice by mail to all persons shown on the last equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 13, 1977. I hereby ceAify that Ow foregoing b a trot and cornet copy of an order «Mood on*a miwta of soil Boord of Supervison on the daft ofonnaid._ Wihwn my hand and Iht atd of flit Hodrd of cc: F.W. Hull e�per� G. Lehner J. Muzzy affixedthiel t day of September 19 77 List of Names Provided by Planning J. R. OLSSON, Clerk Director of Planning oJ�y��, ��C�i2or.� Dq ty Clerk Jamie L. Johnson 1/1/l7w'1 H.24 3/7615m RECEIVED CONTRA COSTA COUNTY SF-P /a 1977 PLANNING DEPARTMENT II R.otI newt BOA"of&HEW 06 JCONTRA A CO. TO: Hoard of Supervisors DATE: 2 September 16'77 Attn: Clerk of the Hoard (S.D. V) FROM: Anthony A. Dehaesus SUBJM:REnM G: Pred V. Hull (Applicant), Director of Pl Lehner&Wzw (Owners) - 2152-RZ: 15.65.'. Acres,A-2 &R-10 to B-15 &R-40:4 Area: Attached is Planning MM Lon Resolution No. 70-1977, adopted by the Planning CommdUqs- ion on Tuesday, August 30, 1977, by a vote of 6 AUS - 1 ABSW (Oompaglia). This application, to rezone 15.56 acres from General Agricultural District (A-2) and Single Family Residential District (R-10) to Single Family Residential Districts (R-15 and R-40), was reviewed by the Planning Commission on Tuesday, August 16, 1977, and was approved for the above indicated cbmw by unanimous vote of the Commission (All m®loers being Present). The subject property is described as being 15.56 acres (more or less), located at the most easterly terminus of Valle Vista in the Diablo Area. The following people should be notified of your Board's bearing date and time: Fred W.. Bull (Applicant) Diablo Comamity Service District 40 Castleford Place Post Office Box 321 Danville, Calif. 94526 Diablo, California 94528 Gene Lehner (Owner) 70 Derma Maria Way Orinda, Calif. 94563 Joe Muzzy (Owner) Post Office Box 4126 Walnut Creek, Calif. 94596 Diablo Property Owners' Association Post Office Box 556 Diablo, California 94528 AAD/v Attachments: Resolution, Findings Map, Area Map, Neg.EIR, Staff Report, Findings. cc: 2152-RZ Fred W. Hull Lehner & ?Aizzy Supervisors, District: I, II, III, IV, V. Otl'�7 Niitrofitmed with board order RESOLUTION NO. 70-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA,INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY FRED HULL(APPLICANT)GENE LEHNER(OWNER)(2152-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DANVILLE/DIABLO AREA OF SAID COUNTY. WHEREAS,a request by FRED HULL(Applicant),GENE LEHNER(Owner)(2152-RZ), to rezone land in the Danville/Diablo Area from Single Family Residential District(R-10) and General Agricultural District(A-2)to Single Family Residential Districts(R-15)and (R-40), was received by the Planning Department Office on July 11, 1977;and WHEREAS, the Environmental Impact Report for this application was prepared in conjunction with Subdivision 4894,which was found to be adequate by the Planning Commission; and WHEREAS,after notice thereof was lawfully given,a public hearing was held by the Planning Commission on Tuesday,August 16,1977,whereat all persons interested therein might appear and be heard;and WHEREAS,the Planning Commission having fully reviewed,considered and evaluated all testimony and evidence submitted in this matter;and NOW, THEREFORE,BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa,that the rezoning request of FRED HULL (Applicant),GENE LEHNER (Owner),(2152-RZ),be APPROVED as to the change from Single Family Residential District(R-10)and General Agricultural District(A-2)to Single Family Residential Districts(R-15 and(R-40),and that this zoning change be made as is indicated on the findings map entitled: A Portion of Mt.Diablo Division,Sector 4,and the Districts Map for the Diablo Area,Insert Map No.22,Contra Costa County,California,which is attached hereto and made a part hereof;and BE IT FURTHER RESOLVED that the reasons for this recommendation are as follows: (1) The rezoning is consistent with the County's General Plan and findings of Subdivision 4994 approved on the subject property. 0 Miuofamed with board order RESOLUTION NO. 70-1977 BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest to certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, August 16, 1977, by the following vote.- AYES: ote:AYES: Commissioners - Young, Anderson, Phillips, Stoddard, Milano, Walton , Compaglia. NOES: Commissioners - NONE. ABSENT: Commissioners - NONE. ABSTAIN: Commissioners - NONE. I, William L. Milano, Chairman 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, August 30, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Phillips, Stoddard, Young, Anderson, Walton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Albert R. Ca■paglia. ABSTAIN: Commissioners - None. Chairman of the Planning Comission of the County of Contra Costa, State of California ATTEST: RECEIVED Secretary s of the`Planning Commission of the ' � 6 1977 County of i Contra 'Costa, State of California J. R. 060SON CLM BOARD OF wvERVISC s ONi aSiw C0. 2 Miuoiiimed with boord order / N V =8001 - // :Rezone e-tor i t From :`�'�•Q:' is //I/ I jet �R•40 �•. ./ fff 1/fj // f ' / / ,R-40 R/ ,., R-20 , '� f Y/ 11 wak L-M, Chairman of she Contra Costa County Planning Commission, Stale of California, do 'iereby certify that this is a true and correct copy of A pedyOU Or Kr. 1 ASW ♦ _ s write A�lew_hSaAT MAP NeL2 COf��U►CASTA C.&Uti►TV CAUFO AI indicatingIhereon the decision of the Contra Costa County Planning Commission in the matter of-F-LLb—%#L ` - /S2•A� Chairman of the Contra Costa County Planning Commission, State of Calif. ATTES - ,--Secrtark of the Contra Costa)County Planning Commission, State of Calif. Findings Ma Micrpf ww with btu Ma Planning Departmentonra .� � mews CV1 IAwMw b.Yew! County Administration Building.North Wing �.1t/.7�a Alamo-�Ch.,,rma.r William L,Miterre P.O.Box 951 , 1) Martinez.California 94553 'j"hP-tistrurg-Vice Cnanman Cfvy q oorrw e.Awewaw Mnraga AnS onr A.Deheesus Director of Planning AlOerl p.cespill" e Martinez Phone: 372-2024 akhaM J.Jem El Sobranhe Jack Meddere Richmond wixism Y.wavow rm _ Pleasant Hill I01' . lied W. I•iull 401 Place f?arnville,CA 54526 Dear Applicant: The Contra Costa County Planning Department has completed an initial study of the environmental significance of the project represented by your pending application bearing County File Number 7 . .In conformance with Contra Costa County Guidelines for implementing the Califorma�Environmental Quality Act of 1970(CEQA)it has been determined that your project 1w01) (will not)f►ave a significant effect on the environment.Your project fallswithinthe following category: f M. AN ENVIRONMENTAL IMPACT REPORT(EIR)IS NOT REQUIRED. I ) The project is categorically exempt(Cuss ). 1 .!•`The CEQA requirements are accommodated by the EIR previously prepared for 1 1 A statement that an EIR is not required (Negative Declaration of EmrironnNntal Significance)has ban filed by the Planning Department Junless appealed)- 1 1 Other: ( ) AN ENVIRONMENTAL IMPACT REPORT IS REQUIRED. 1 1 To expedite EIR preparation additional information concerning the project must be submitted.To satisfy this requirement the attached questionnaire should be completed and returned to the Planning Department. ( 1 The complexity of your project requires your submission of additional spedal reports or information(as outlined on the attached sheet)(which will be outlined in a forthcoming Iota). ( I Due to the scope and complexity of your project,a consultant will be hired to prepare the environmental impact report. This procedure (is explained an the attached sheet)(will be explained in a fonficomins tetter). ( 1 An additional fee of$ is required W cover preparation of the environmental impact report. Please return the attached billing with payment. Preparation of the EIR caisnot be started until the fee and additional information re*nNed is received by the Planning Depertmatt. If you have questions concerning this determination, or desire additional information relative to environmental impact report regulations,please call 372-2024 and ask for Sincerely yours, Anthony A..Dehaesus Director of Planning AP 8 5/76 Microfilmed with board order ey: i - In the Board of Supervisors of Contra Costa County, State of California September 13 ,1977 M the Molhr of - Report of the Planning Commission on the Request of Crabtree Engineering, Applicant, (2149-RZ) to Rezone Land in the Oakley Area. Frank and Maddlen Beede, Owners. The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Crabtree Engineering, applicant, (2149-RZ) to rezone 2 acres fronting approximately 264 feet on the north side of a private road, approximately 600 feet west of Empire Avenue immediately opposite of Cypress Road, Oakley area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40); IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 11, 1977 at 11:20 a.m., in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in the ANTIOCH DAILY LEDGER and give notice by nail to all persons shown on the last equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 13, 1977. I hereby aw* that the fonpoinp is a true and carred copy of an ardor entered on the minults of said Board of Supervisors on the dab aforesaid. whn my hand amd the sed of the Board of cc, Crabtree Engineering Supe,rism F. S M. Beede List of *James Provided affixed this1=day of_spt mP h,-r . 19M by Planning Director of Planning `� J. R. OLSSON, Clerk Bye/[n2/," �� n.J�7..Deputy Clerk Jamie L. Johnson VUK)M�YG H-24 3/76 15m RECEIVED t� CONTRA COSTA COUNTY SEP (6 1977 PLANNING DEPARTMENT - J. R. 0MA - CLERK BOARD OF V;fJW*0N T ��ONTRA ACO. TO: Board of Supervisors DATE: September 1, 1977 Attn: Clerk of the Board FROM: Anthony A. Dehae SUBJECT: REZONING: Crabtree Engineering Director.of.P (Applicant)—Frank & Maddlen Beeders) (2144-RZ) - A-2 to R-40 - Anti ey Attached is Planning Commission Resolution No. 69-1977, adopted by the Planning Commission on Tuesday, August 30, 1977, by a vote of 6 AYES - 1 ABSBU (Compaglia). This application was reviewed by the Planning Commission on Tuesday, August 16, 1977 and was approved at that time by a unanimous vote of the Ca Jssion (All members Present). The subject property is described as being 2.0± acres fronting approximately 264-ft., on the north side of a private road, approximately 600-ft., west of Empire Avenue, immediately opposite of Cypress Awad in the Antioch/Oakley Area. The following people should be notified of your Board's hearing date and time: Sam Crabtree (Applicant) P. 0. Bax 987 Antioch, California 94509 Frank $ Naddlen Beede (Owners) 106 East 6th Street (ns wilbur Ave) Antioch, California 94SO9 AAD/v Attachments: Resolution, Findings Map, Area Map, Neg. EIR, Staff Report, Minutes. cc: File 2149-RZ Crabtree Engineering Frank $ Maddlen Beede Supervisors, District: I, II, III, N, V. Microfilmed whh board order RESOLUTION NO. 69-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDING AND RECOMMENDATIONS ON THE REQUESTED CHANGE IN ZONING BY CRABTREE ENGINEERING (APPLICANTS) FRANK 6 NADDLEN BEEOE (OWNERS) (2149-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE OAKLEY AREA OF SAID COUNTY. WHEREAS, a request by CRABTREE ENGINEERING (Applicant) FRANK AND 14ADDLEN . BEEDE (Owners), (2149-RZ), to rezone land in.the Oakley Area from General Agriculture District (A-2) to Single Family Residential District (R-40) was received , by the Planning Department Office on June 17, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on August 3, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, August 16, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, 'THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, that the rezoning request of CRABTREE ENGINEERING (Applicant) FRANK b MADDLEN BEEOE (Owner), (2149-RZ), be APPROVED as to the change from General Agricultural District (A-2) to Single Family Residential (R=40), and that this zoning change be made as is indicated on the findings map entitled: A Portion of- the Districts Map for the East Antioch Area Insert Map No. 28 and the Districts Map For the Oakley Area, Insert Map No. 30, Contra Costa County, California, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is in conformance with the County's General Plan. (2) The intrusion of residential uses in agricultural lands is address in the adopted East County General Plan Environmental Impact Report. �Inir�f�+l4ffi:d with board order RESOLUTION NO. 69-1977 BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, August 16, 1977, by the folloriing vote: AYES: Commissioners - Compaglia, Young, Anderson, Phillips, Stoddard Walton, Milano. NOES: Commissioners - NONE. ABSENT: Commissioners - NONE. ABSTAIN: Commissioners - NONE. I. William L. Milian, Chairman 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, August 30, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission. AYES: Commissioners - Phillips, Stoddard, Young, Anderson, lialton, 1tilano. NOES: Commissioners - None. ABSENT: Commissioners - Albert R. Compaglia. ABSTAIN: Commissioners - None- Zhai raian oft arm ngom m�i onFIR- County FIRCounty of Contra Costa, State of California ATTEST: RECEIVED SEP � 1977 Secretary of ,the Planning Commission of the J. R.oLSSC.N y'-County of Contra Costa, State of California CLERK 604W OF su"OVISM�fRA TA co. L -2' Miarofilmed -with board ordef IIIIIIIIII1111111111 IIIL! IIII � ; Zoll IIIIIII�� IIIIIIIIIIII � IIII - ; III IIIIIIIIIIIII :N* -2 Rezone R-40 I j / From �-To 71 N 2 1" =800' / f I. WN.L_ Msure , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of Mh ' wa ds�t:�ets M►� l:ett Twt�►tcrsv Ats�Zr��t Mesta ' No. 30 fdssT�ew C�st�Ca�Tr [�.�e.wsw. _ indicating thereon the decision of the Contra Costa County Planning Commission in the matter of Ct>AWratle Jta1Tr.�VMy 2.111 RZ Chairman of the ContraoCosta County Planning Commission, State of Calif. ATTEST: r Secrejary f the Contra Costa County 00335 Planning Commission, State of Calif. warotilmed with board arcw CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTiCG OF Completion of Environmental Impact Report XXX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 Phone EIR Contact Person Alice Bonner Contact Person PROJECT DESCRIPTION: CRABTREE ENGINEERING(Applicant)-FRANK dt MAIMEN BEEDE(Owners)County rile 4 -R app scant requests approva to rezone a acre parcel approx.660'west of the intersection of Cypress Road and Empire Ave.from A-2 to R-40 and divide the property into 2 one ace parcels. Subject property is located in the Oakley area. The Project Will Not Have A Significant Effect On The Environment The project conforms to the General Plan and to recent development south of the site on Bedford Lane. The parcel is already substandard-2 acres as opposed to 3 acres required- and further division will not adversely affect the environment. Residential development would preclude the continuation of intensive agriculture on-site, but similar development south of the project site makes this impact negligible. To conform to the policies of the East County Area General Plan the applicant should be required to have water service extended to this site. It is determined from initial study by Alice Bgnner of the X X Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report .is available for review at the below address: Contra Costa County Planning Department 4th Floor, North king, Administration Bldg. Pine & Escobar Streets Alartinez, California t D e Pos ~3 1�� Final date for review/appeal �t a 15M 011301 Planning Departmbnk Representative In the Board of Supervisors of Contra Costa County, State of California September 13 ,19 77 In the Mofter of Report of the Planning Commission on the Request of Frank Bellecci, Applicant, (2130-RZ) to Rezone Land in the Oakley Area. Tony Cutino, Owner The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Frank Bellecci, applicant, (2130-R2) to rezone 13.29 acres located approximately 722 feet on the east side of State Highway p4, approximately 1,120 feet south of Cypress Road, Oakley area, from General Agricultural District (A-2) to Single Family Residential District-40 (R-40): IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, October 11, 1977 at 11:15 a.m., in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California. IT IS FURTHER ORDERED that the Clerk, pursuant to code requirements, publish notice of same in the BRENTWOOD NEWS and give notice by mail to all persons shown on the last equalized assessment roll as owning real property within 300 feet of the property which is the subject of the proposed zoning change. PASSED by the Board on September 13, 1977. 1 hereby certify dwt the foregoing h o true and eorred copy of on order anNnd on t1w minutes of said Board of Supervisors on the dole afenmokL cc: F. Bellecci Wilnew mY haed OW*ie Soul of dw ward of T. Cutino supervialtzI List of Names Provided affixed this)-qday of_senterher . 19 77 by Planning Director of Planning J. R. OLSSON, Clerk Br i27��Lt >T.._14.77Deputy Clerk Jamie L. Johnson H-24 3/7615m RECEIVED l CONTRA CMA©DUTY ;r P 6 1977 FLAMING DWARTRIENT J. R. OLSSON GElFX BOARD OF SUPERVISORS RA A CO. TO: Hoard of Stipervisors DATE: 2 September 1977 Attn: Clerk of the Board I FROM: Anthony A. SUBJECT: ROMM: Frank Bellecei (Applic) Director of P Tony Cutino (Owner) - 2130-AZ - 13.29 Ac., A-2 to R-40 - Oakley Area (S.D. V) Attached is Planning Resolution No. 67-1977, adopted by the Planning Comai.ss- ion on Mmsday, bigtot 3D, 1977, by a vote of 6 AYES - 1 ABSWr (Compaglia). This application was reviewed by the Planning Commission on Tuesday, August 16, 1977, and was approved for change from A4 to R-40 by the Cbmd ion by a unanimous vote of the Coowdssian (all ambers Present). The property fronts for approximately 722-ft., on the east side of State Highway #4, apprwdmately 1,12D-ft., sout hof Cypress Road, in the Oakley Area. The following people should be notified of your Board's bearing date and time: Frank P. Bellecci (Applicant) 2056 East Street Concord, California 94520 Tony Cutino (Owner) Post Office Bax 5 oalaey, California 94561 AAD/v Attachments: Resolution, Findings Map, Area Map, Neg.EIR, Staff Report, Minutes. cc: File 2130-RZ Tbny Cutino (Owner) Supervisors, District: I, II, III, IV, V. Micra6imed with board ordw RESOLUTION NO. 67-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE IN ZONING BY FRANK P. BELLECCI (APPLICANTS) TONY CUTINO (OWNER) (2130-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE OAKLEY AREA OF SAID COUNTY. WHEREAS, a request by FRANK P. BELLECCI (Applicant) TONY CUTINO (Owner), (2130-RZ), to rezone land in the Oakley Area from General Agriculture District (A-2) to Single Family Residential District (R-40), was received by the Planning Department Office on April 20, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on June 29, 1977; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, August 16, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this smatter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, that the rezoning request of FRANK P. BELLECCI (Applicant) TONY CUTINO (Owner), (2130-RZ), be APPROVED as to the change from General Agricultural District (A-2) to Single Family Residential District (R-40), and that this zoning change be made as is indicated on the findings map entitled: A Portion of the Districts Map for the Oakley-Brentwood Highway Area, Insert Map No. 45 and Byron Division Sector 1, Contra Costa County, California, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is consistent with the County's General Plan. (2) Is consistent with the pattern of development of surrounding areas. 0M microfilmad with board ardor RESOLUTION NO. 67-1977 BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by.motion of the Planning Commission on Tuesday, August 16, 1977, by the.following vote. AYES: Commissioners - Compaglia, Young, Anderson, Phillips, Stoddard, Walton, Milano. NOES: Commissioners - NONE. ABSENT: Commissioners - NONE. ABSTAIN: Commissioners - NONE. I, Williams L. Milano, Chairman 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, August 30, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission. AYES: Commissioners - Phillips, Stoddard, Young, Anderson, Walton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Albert R. Compaglia. ABSTAIN: Commissioners - None. Chairman of the Plann gomm sssiori t e� County of Contra Costa, State of California ATTEST: RECEIVED SEP 6 1977 \ J. R. OmSON Secretaryr o the Planning Commission of thee amc°OAR°OF w M 's°as County of Contra Costa: State of California -2- microfilmed with board oedml r / / - ♦ , / lo Rezone • i from bZ To QAA - lo ..�rw �/ saz•u /j/ � � l. .Wr" L:_ Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of %Ar 02TU& Qft%W2A C TA rettYtt'!► CI1ultottliit. indicating thereon the decision o the Contra Costa County Panning Commission in the matter of EMAMA Chairman of the Oontfo Costo County Punning Commission, State of Calif. ATTEST.'' O(M 5ecrefary of the Contra Costa-County f Planning Commission, State of Calif. Findings Map CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XXX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 9S1 Martinez, California 94SS3 Phone (415) 372-2091 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: FRANK BELLECCI (Applicant) - TONY CUTINO (Owner), County File 2130-RZ, The applicant requests approval to rezone 13.n acres from General Agriculture A-2 to Single Family Residential R-40. Subject property is located east of Highway 4 and 600'north of Laurel Road in the Oakley area (CT 3020) The Project Will Not Have A Significant Effect On The Environment . The rezoning is proposed on the assumption that a subdivision (SUB 3040) be approved. The proposed subdivision and rezoning are consistent with the proposed East County Area General Plan if water is available from the Oakley dater District, this should be a condition of approval. The western lots fronting on Highway 4 are within the 60 dBA contour line shown in the Noise Element. Environmental impacts related to encroachment into agricultural areas from residential development are cumulative and in accordance with the General Plan. It is determined from initial study by MarWet Coulter of the XXX Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Ming, Administration Bldg. Pine E Escobar Streets �M�a7rtinez, California f t` Da a Post LJ (v 1 Final date for review/appeal V -y II., r9 B) �Yh� Planning Depart"'! epresentative 00M n P9 1/74 M cro(ilmed with board order In the Board of Supervisors of Contra Costa Count), State of Colifomia September 13 .19 7 M the Mo"w of Project Agreement for Activities of the Third Year Community - Development Program (1977-78) The Board having this day considered the recommendation of the Director of Planning and the Community Development Advisory Council, that it approve the.-Community Development Block Grant-Program Project.AgreemenL. between the County and the.City of. Walnut Creek in the-amount of $371,468.50- for Second Year Activity !8 and Third Year Activities #34 and t39, in order to carry out the intent and purpose of the Housing and Community . Development Act of 1974 for the period of July 1, 1977 to June 30,1978; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said Agreement. PASSED by the Board on September 13, 1977. 1 hereby certify thea the forogdav b a true and corrad atpy of an.order enlaced on minutes of said hoard of Supervisors an the date-in aid. Orig: Planning Department Wir'o my hand and dw Seal of the hoard of cc: City of Walnut Creek S'P-Vi— c/o Planning Department oRmd this13thday of eptPmbpr . 19 _ZZ County Administrator County Auditor-Controller J. R. OLSSON. Clark Director of Planning ffy �i.�r��/"��c�s/ .Oeputy clerk Maxine M. Neufeld t)vay`!`! H-24 j/7C I5m PROJGCI %1INTEMENf COMMUN1'FY DFULOPPIFNI I:LOCK GRMT PROGRMt Second Year Activity 08 1. Agreement Identification. Number Third Year Activities 1134 $ #3t Department: County Planning Department .Subject: Allocation of Federal fuudiul; under 'title I of the (lousing and Community Development Act of 1974 2. ['arties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: City of Walnut Creek Address: 1,145 Civic (hive, Walnut Creek, CA 94596 3. 'Perm. The effective date of this Agreement is July 1, 1977, and It terminates ,Jude 30. 1978 unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained or incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor under this Agreement shall not exceed $ 371,468.50 S. County's Obligations. County shall make those allocation payments to the contractor described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General Conditions and Assurances. This Agreement is subject to the "General Conditions" and tite "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Work Program" attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. 8. Project. This Agreement implements in whole or in part tite following described project, the application and approval documents of which are incorporated herein by reference: ']'flat Project as described in the Community Develop- ment Block Grant Program Application dated April 6,1977 and approved by BUD on June 9, 1.977 ; and as more particularly described in the "Project Work frograut', attached hereto. 9. Signatures. These signatures attest the Parties' agreement hereto: CO -Y N'f CALIF01 CONTRACT i -ore a 8y Chairman, Board of Supervi /i4zf-0( sors YOR ATTEST: J. R. OLSSON, County Clerk 1 !�YCITY CI '\ L .ems �� Depu yNote to Contractor: (1) If a public agency, designate official RecommendIlepartment capacity in public agency and attach a Certified Copy of the governing 1 body resolution authorizing execution 8y' / of this agreement. corporation, I--rt7ithon A. Dehagsus ! (2) If a nor oration desii;nate official capacity in business, I execute acknowledgment form and affix Form Approved: County Counsel corporation seal. 1]}' APPROVED AS TO FO-;.t: Deputy — ,i� D:ttiII:L .1. C. JR. CA-.- City is.City Cf i i_; 1% -i l!"k 00345 Microfilmed with board ordrr ----, : `` '' PAYMENT 1111,0 i I S IONS 1. Payment Basis. County shall. in iio event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Agreement. Subject to the Payment limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Agreement 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 Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. if, for any reason whatsoever, County does not receive such Federal funds, Contractor agrees that County shall have no payment obligation hereunder. 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 Agreement, County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" contained in the Project Work Program. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with all Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the (lousing and Community Development Act of 1974, as published in the Federal Register, Volume 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project on a direct or _n indirect basis, must he in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor shall submit written demands for payment in accordance With the 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 60 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 Agreement is made or his designee, County will make payments as specified above. S. Right to Withhold. County has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties under this Agreement, or has insufficiently documented same, or (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 demands for payment. 6. Payment Adjustments. (a) if any funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement, County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No such action taken by County shall entitle Contractor to reduce salaries, wages, or supportive services for any particpant or to expend less during the effective period of this Agreement than those sums called for in the Project Work Program. Any such reduction in expenditures may be deemed sufficient cause for termination. Contractor shall reimburse County for any allocated monies which are expended in violation of this Agreement or used for unauthorized or illegal expenditures. 00346 -1 7. Cost Report and Settlement. No later than sixty (60) days following the termination of this Agreement, 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 Agreement. If said cost report shows that the allowable costs that have actually be incurred by Contractor under this Agreement 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 Agreement. 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 Agreement, Contractor shall remit any such excess amount to County. The Contractor shall provide County with a Certification of its Cost Report required under this Contract. Said Certification shall provide a full; true, and accurate accounting of the actual cost of services under this Contract, including all applicable expenditures, revenues, and indirect cost-allocations, and any other pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. B. 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 Paragraph 7. (Cost Report and Settlement). Any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement) 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 Agreement. 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 Agreement, including any adjustments made pursuant to Paragraph 7. (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 Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 9. Audit Exceptions. In addition to its obligations under Paragraph 8. (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 Agreement. 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 Agreement. DJF:dh -2- W34I I GENERAL CONDITIONS 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable to public agencies with respect to its performance hereunder, including but not limited to, Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Fart 570, as published in the Federal Register, Vol. 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be made available for review by the County upon request. 2. Inspection. Contractor's performance, place of business and records pertaining to this Agreement 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 pertaining to this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to HUD, except as follows: (a) Records that are the subject of audit findings shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for three years after he has received final payment. 5. Termination. a. Failure to Perform. In the event the Contractor fails to perform properly any of its obligations hereunder and such failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. Ir. the event that Federal funding for this Agreement ceases, this Agreement is terminated. c. Failure by the Contractor to perform properly any of its obligations under this Agreement may be cause for suspension of all obligations of the County thereunder. 6. Entire Agreement. This Agreement contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein and in the "COOPERATION AGRG131CNT, H.C.D.A. 1974" effective January 20, 1976 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. - VM 7. Further Specifications for tlperating Procedures. Detailed specifications of operating procedures :ind budgets required by this Agreement, including but not limited to monitoring, auditing, billing, or regulatory changes, may be developed and set forth in written "Informal Agreements" entered between the Contractor and the Cotinty. Such "Informal Agreements" when entered shall not be modifications to this Agreement except to the extent that they further detail or clarify that which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor as provided herein. "Informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which this Agreement is made or his designee. 8. Modifications and Amendments. a. General Agreements. This Agreement may be modified or amended only by a written document executed by the Contractor and the Contra Costa County Board of'Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject to any required State or Federal (United States) approval, provided that such adminis- trative amendments may not materially change the Payment Provisions or the Project Work Program. C. Extension of Term for Performance. Without requiring Contractor to provide consideration in a ttton to fiat supporting this Agreement, the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under "Term" (Paragraph 3). Any such extension must be in writing and shall be at the sole discretion of County. 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in accordance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. This Agreement is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11• Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, 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 Agreement, 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 Agreement as prescribed; nor shall the County be thereby stooped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terms and conditions thereof. 13. Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 1:1, Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become due hereunder, without the prior written consent of the County. Is. Independent 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. 11l/M -2- 16. Conflicts of Interest.' Cowi*;1(toT agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the 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, if Contractor is a corporation. Contractor promises and attests that the Contractor and any memhers of its governing body shall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". 17_ Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of recipients, 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. 18, Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, agents and employees. ln. The Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or in- directly, the organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action - unless County undertakes to represent itself as co-defendant in such legal action in which event County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date specified in the Agreement but shall remain in full force and effect. 19. Insurance. During the entire term of this Contract and any extension of 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 destruc- tion 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 insurace coverage for its employees. c. Additional Provisions. '1']re 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 shrill constitute primary insurace as to.the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall riot 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 ert' cate(s) of insurance evidencing the above liability insurance. - _3- 20. Notices. All notices provided for by this Agreement shall be in writing and may be delivered by deposit in tiie United States mail, postage prepaid. Notices to the County shall be addressed to Contra Costa County Planning Department, P.O. Box 951, 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. Available Copies. Copies of the County's Project documents (as specified in Paragraph S, Project, of this Agreement), and all pertinent Federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. 'File Contractor shall secure completion of the construction work in accordance with the approved construction plans and specifications. c. If the Project includes acquisition of real property, the purchase price for such real property shall be determined from two County-approved appraisal reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure. Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence of title which is determined to be sufficient by County . Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion of County might interfere with the operation of the Project. In condemnation actions such title defects must be eliminated by the final judgment. DJ l:,dh -`I- !lllM ASSUILIP:CGS The Contractor, as recipient of funding wider Title I of the housing and Community Development Act of 1974, assures and certifies that: 1. ' It will comply with the regulations, policies, guidelines and requirements of Federal Management Circulars 74-4 and 74-7, as they relate to the County's Community Development Block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. Contractor, identified as "Applicant" below, will "comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the regulations issued pursuant thereto (24 CFR Part I), which provides that no person in the United States shall on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title VIII of the Civil Rights Act of 1968 (P.L. 90-284) as amended,- administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of brokerage services within the applicant's juris- diction. c. Section 109 of the (lousing and Community Development Act of 1974, and the regulations issued pursuant thereto (24 CFR 570.601), which provides that 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, an), program or activity funded in whole or in part with Title 1 funds. d. Executive Order 11063 on equal opportunity in housing and nondiscrimin- ation in the sale or rental of housing built with Federal assistance. e. Executive Order 11246, and all regulations issued i.ursuant thereto (24 CFR Part 130), which provides that no person shall be disc>>.minated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- ment advertising; layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. f. Section 3 of the (lousing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and engployment be given lower income residents of the project area and'contracts for work in connection with the project be awarded to eligible business concerns which are located in, or owned in substantial part by, persons residing in the area of the project. '4. Prior to the submission of the "Project Work Program", the following have been complied with: a. Citizens have been provided with adequate information concerning the amount of funds available for the project, the range of activities that may be undertaken, and other important project requirements; b. Citizens have been provided an adequate opportunity to participate in the development of the project and in the development of any revisions, changes, or amendments. oil, 1_ 11Vfi�:(, 5. It will: a. Provide fair and reasonable relocation payments and assistance in accordance with Sections 202, 203, and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable HUD regulations (24 CFIZ Part 42), to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for an activity assisted under the program; b. Provide relocation assistance programs offering the services described in Section 205 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable HUD regulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will be available in the same range of choices to all such dis- placed persons regardless of their race, color, religion, national origin, sex, or source of income; d. Inform affected persons'of the benefits, policies, and procedures provided for under HUD regulations; and e. Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services required to ensure that the relocation process does not result in different or separate treatment to such displaced persons on account of their race, color, religion, national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assistance and Real Property Acquisition-Policies Act of 1970 (P.I.. 91-646) and the provisions of Section 302 thereof: b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of the benefits, policies, and procedures under HUD regulations (24 CFR Part 42). 7. It will give HUD and the Comptroller General through any authorized representative access to and the right to examine all records, books, papers, or documents related to the grant. 8. It will comply with the provisions of the Hatch Act which limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296, relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible Federal official under the National Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and b. Is authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the Federal courts for the purpose of enforcement of his responsibilities as such an official. *11. The Community Development Program has been developed so as to give maximum feasible priority to activities which will henefit low or moderate income families or aid in the prevention or elimination of slums or blight. Where all or part of the Community Development Program activities are designed to meet other Community Development needs having a particular urgency, such needs are specifically described in the application under the Community Development Plan Summary. , r 0 12. It will establish safeguards to prohibit employees from using positions for a purpose that is or glvc-s the appearance of being motivated by a desire for private gain for themselves or others, particuarly those with whom they have family, business, or other ties. 13. It will comply with all requirements imposed by HUD concerning special requirements of law, program requirements, and other administrative requirements approved in accordance with Federal Management Circular 74-7. 14. It will administer and enforce the labor standards requirements set forth in Section 570.605 and HUD regulations issued to implement.such require- ments. (*Assurances 4 and 11 are applicable only if Contractor is a city.) -3- EX111H1 r A CONTRA Co COUNTY COMMUNITY DEVELOPMLi: ROGRAM 1977-1478 PROJECT WORK PROGRAM A. PROJECT DESCRIPTION Second Year Project X8. Code Enforcement Program to enforce the state housing code in substandard apartment districts of the Walnut Creek Planning Area in order to improve the housing conditions of low- and moderate-income tenants of those apart- ments. This project will take place in five designated target areas in Census Tracts 3390, 3400 and 3430. Third Year Projects #34. Implementation of First Program Year Study for Neighborhood Facility to serve senior citizens, the handicapped and other programs. Construction will take place in fiscal years 1976-77 and 1977-78, and will be incre- mentally funded over several years with CD monies. N39• Elimination of Barriers to the Handicapped consisting of installation of handicapped bathroom stalls, curb cuts, and ramps in City buildings. Continuation of First and Second Year Program. B. PROJECT TIME SCHEDULE Time Schedule on a month-by-month basis for the abovd Project indicating when major activity items are expected to be undertaken and completed. Second Year Project yE, Code Enforcement Program (Initial inspection of all apartment units of four or more units completed by July 1, 1977) a. July 1977 - October 1977 Re-inspection of units needing repairs. Initial inspection of those units to which inspectors were unable to gain entry previously. b. November 1977 - December 1977 Inspection of those units to which inspectors have continuously been refused entry. Third Year Projects k34. Construction of Neighborhood Facility a. July 1977 - January 1978 Construction of project. N39• Removal of Barriers to the Handicapped Program a. July 1977 Engineering design completed. b. August 1977 Advertising and award of contract. C. September 1977 Construction of project. C. PROJECT ADMINISTRATION Contractor should indicate who will be responsible for administering the Work Program. Janet Falk 1445 Civic Drive Walnut Creek, CA 94596 Phone: 935-3300 ext. 231 (Contractor shall administer the above programs under the direction of the City Manager. All programs shall be carried out by regular City of Walnut Creek staff with the exception of subcontractors hired for construction involved in removing barriers to the handicapped and For construction of the neighborhood facility.} � ' - OU355 • I'RCUI:CI' 140RF I'�'cx;i1M1 D. PERPORM\NCE STAND.4RAS Contractor should indicate, where applicable, what performance standards (details of project implementation) will be applied in implementing the Work Program. Under this program, the contractor shall: Second Year Project #8. #8. Code Enforcement Program a. Inspect all units in apartments of four units or more for violations of the California Housing Code within the five target areas desig- nated in the County's Application for Conmunity Development Block Grant funds. b. Conduct reinspections and other activities necessary to insure that apartments found to have violations of the Housing Code are in fact brought up to code. Third Year Project #34 and #39 #34• Construction of Neighborhood Facility a. Complete construction of the neighborhood facility described in the Work Program according to approved designs and specifications. This activity will be incrementally funded over several years with Community Development money. #39• Removal of Barriers for the Handicapped Program a. Complete engineering designs and specificiations needed to insure that barriers to the handicapped are eliminated in the City buildings. b. Award a contract to remove barriers to handicapped access in public buildings within the City of Walnut Creek by installing ramps and by redesigning bathroom stalls to accommodate the handicapped. Building affected may include Instructional Arts Studio C. Plans, specifications, and construction will conform to state and federal laws and regulations regarding access for the handicapped. All contracts let pur- suant to this Work Program will conform to all federal regulations, including equal opportunity and Section 3 Contractors. The City shall conduct environ- mental reviews pursuant to state law and provide the County with copies of relevant documents. An executed copy of all contracts with copies of rele- vant documents. An executed copy of all contracts let under this agreement whall be transmitted to the County Planning Department prior to demand being processed for payment to ensure that all appropriate clauses and provisions have been included. E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Coimmmity Ilevelopment Advisory Council representatives where applicable to discuss progress of the Contractor'toward achiev- ing stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Plaraiing Department. 3. Contractor shall maintain and submit quarterly monitoring and progress retorts on work performed by sub-contractors. F. GENERAL OPEILIriws Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. 003B - 2 - PROJECT W0Rr 11MGRA- G. BUDGET OF ESTIMAILU PROGRAM X;l NDIIURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expendi tures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS $354,979.63 3. CODE ENFORCEMENT 12,188.25 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 4,300.62 7. PAYMENT FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES 11. COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 13. PLANNING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $371,468.50 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The above schedule is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner presecribed by County. - 3 - 00*%7 CON IRA I OUNlY COMMUNITY DEVELOPMENT 'POGRAt4, 1977-1978 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE Second Year Activity 48 CONTRACTOR: ACTIVITY NUMBER: 11iird Year Activities 934, 439 City of Walnut Crock PAGE 1 OF 1 1445 Civic Drive Walnut Creek, CA 94596 (415) 935-3300 ext. 231 BUDGET PERIOD: July 1,•1977 - June 30, 1978 Original x Amendment No. (a) (b) (c) (d) BUDGET ITEM CD FUNDS - $ + OTHER FUNDS - $ = TOTAL - $ (Second Year Activity 98) Code Enforcement 12,188.25* 12,188.25 Building Inspectors-Re-inspection Achninistration-Transportation (Third Year Activities 934, 439) 434 Construction of Neighborhood Facility Construction Costs 354.979.63 160,000.00** 514,979.63 939 Removal of Barriers to the Handicapped 4,300.62 4,300.62 *Second Year Community Development Funds **'lliese funds will be advanced by the City of Walnut Creek to be reimbursed with Fourth Year CD funds (subject to availability of funds and approval of the City's application). e TOTAL $359,280.25 $172,188.25 $531,468.50 NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FWC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules & Regulation). (c) Estimate of other necessary expenditures that cannot be funded with CD monies; and indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (r.) alcove including both Con¢nunity Development and ; 11011-Connnunity Develnpmir_nt funds. (e) Contract Payment Limit for CD project. OOM 1 t ! In the Board of Supervisors of Contra Costa County, State of California September•13 019 77 In the Mortar of Approval of Nutrition Project Contract with Home'Health and Counseling, Inc. IT Is BY THE BOARD ORDERED that its'Chairman is AUTHORIZED to execute Contract #22-033-7 with Hose Health and Counseling. Inc. for Nutrition Project services during the period July 1, 1977 through September 30, 1978 at a cost of $36,546 is Federal Title VII Older Americans Act funds. PASSED BY THE BOARD on September 13, 1977. 1 hereby certify that the farApoiti0 Is a true and correct a"of 06 aedei aeMnd on-Ow nunuha of said Ward of Supervisors an the data ofore aid. WNness sqr hand and do Sad of the Ward of Orig: Human Resources Agency Supervisors Attn: Contracts d Grants Unit cc- County Administrator affixed thislItnday of September 19 County Auditor-Controller County Health Department17 J. R. OLSSON, Clerk Contractor ` / ✓/L j Deputy Clerk Mzzine M. Iredf d EH:dg F H-24 3/7615m tonna t,osta county Standara/form STANDARD.CONTRU%CT ` (Purchase of Services) 1. Coatract Identification. Number2 2 - 033 - 7 Department: Health Subject: Contra Costa County Nutrition Project for the Elderly Meal Service 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: HOME HEALTH AND COUNSELING, INC. Capacity: Corporation Address: 110 Petticoat Lane, Walnut Creek, California 94596 3. ie*a. The effective date of this Contract is t�ix �_ ]977 and it t2 es Satember 30. 1978 unless sooner terminated as provided herein. G. Pa•.-=ent Limit. County's total payments to Contractor under this Contract shall not exceed $ 36.546 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 re'_e=e.ce, 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 refereace. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa 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 California Government Code 53703 10. Sinnatures. se signatures attest the parties' agreement hereto: COSTA C LA CONTRACTOR 14F C o _ Chairman, Board of S p visors (Designate off tial ca acit in business Attest: J. R. Olsson, County Clerk and affix corporation seal HOME HEALTH State of California ) Byi �- � County of Contra Cos a ) ss-AND ' Deputy ACKNOWt.EDG �dci4MEMNIS The person signing a p)C tatr�ctar Reco=ended by Department known to me in those i i 33�annHH business capacities. Mlbral�AeRert4 before me today and / By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Ap2roved: County Counsel Dated: ��/ /E L r . Z-77 eputy lerk ELI7A8ET1-1 p. HUTCHINS DI-PU i f CG 'C!rf CLE" _.. Cgdro Costo County,Cali{ornlu MicrofikoW with board orcbr Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 2 2 — 0.33 `7 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: f ] 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.] [X] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ J 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 '_1 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment -ounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 00M (A-4618 REV 6/76)' -1- Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, 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 Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. S. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. )U (A-4618 REV 6/76) -2- 'f SERVICE PLAN Number 22 ` 033 Service Provisions HOME HEALTH AND COUNSELING, 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 wNi.ch is incorporated by reference as Appendix A. Contractor shall provide meals for service under this contract from food caterer or caterers designated by the County in writing. Contractor shall solicit support from local agencies, clubs, groups and individuals in an attempt to integrate the Nutrition Program into the community. Contractor will place primary emphasis on reaching those isolated individuals who, because of limited financial resources, are unable to prepare for themselves well-balanced, nutritious meals. As vacancies occur in the meals program, staff shall attempt to fill these openings with persons that meet the above criteria rather than on a first come, first served basis. A registration system and waiting list will be used to insure maximum utilization.of the Program by persons described above. Supportive services specified in Appendix A may be utilized by persons unable to participate in the meals program. 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 meals during said month, which will be deducted from total Contractor expenses in arriving at the net amount due. A separate checking account (Income Account) will be established by the Contractor which will be apart from any other Contractor accounts, in which shall be deposited all payments for meals received from participants. The income Account will be used only to transfer funds to the Contractor's General Pccount. 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- Co rector County Dept. O0X3 [;U:LK F:?UG24� 2 2 -0 3 - 7 Con::ractcr -gees to: A. Stn _ 1. I;>_cruit, 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 res?oasibiiities listed in the job descriptions subaitted as part of the County grant application to the State Office On Amino. 2. Su:)ervise 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. Progra- Planning 1. Participate with the County in program planning and financial exploration. C. ?=_cords 1. Ma,_tain 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 incicde but are not limited to: Weekly Report of participant characteristics and numbar 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). Contractor agrees to: _y coa3regato Serve congregate meals 5 days per week at 7 site(s): . - Number of Heals Daily 330 Kidd Nanor Senior Citizens Center, 100 Austin Court 40 San Pablo, CA Senior Citizen Drop-In Center, 189 Parker Avenue 50 Rodeo, California Hacienda Senior Citizens, 1111 Ferry Street, Martinez, CA 45 Concord Senior Center, 2727 Parkside Circle, Concord, CA 50 Casa Serena, 1000 Clearland Drive, West Pittsburg, CA 40 Antioch Senior Citizens Drop-in Center, 620 Sixth Street 55 Antioch, CA Walnut Festival Building, 1385 Civic Drive, Walnut Creek, CA 50 330 Total Service - East Contra Costa County During the period July 1, 1977 through September 30, 1977 pending County's award of a contract for Nutrition Project meal service in Eastern Contra Costa County for the period of October 1, 1977 to September 30, 1978, Contractor will serve up to 65 meals daily at the Pittsburg Neighborhood facility located at 2021 Crestview, Pittsburg, Californla- Payment for reimbursable expenditures for the Eastern Contra Costa County service will be made in accordance with the supplement to Appendix B, "The Budget of Estimated Pro Expenditures." 1100%1 InitialTorr . tractor county Dept, APPENDIX A WORK PROGRAX Nuwber 2 2 -0 3 3 - 7 Heals may be reassigned by the Project Director to any other County Nutrition Site dependent on the success of Outreach efforts and the established need. S. Home Delivered Contractor will not deliver more than 10% of total meals to participant's 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 #NP-29 Congregate Waiver for each participant receiving a home-delivered meal. 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 Deliver 1. Order meals from food caterer designated by County with,72.'hours 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 #h'P-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. Initials: IC- rtt-r County Dept. -2- WWI APPENDIX A WORK PROGRAM Numbe?,2 -033 - ,2 -033 - 7 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 non-participants who are knowledgeable of the needs of the elderly and/or active in senior affairs, not to exceed 49% of the total membership. Contractor staff shall attend all County Project Council meetings. Initials: tractor County Dept. s -3- CUDGET Oc ESTIMITED PROG11WI MENDITGRES Nutrition Project for the Elderly Number 2 2 -0 3 3 - 7 Per;oanel & Benefit,.; Federal Local :utrition Coordinator S 15.470 $ Site Managar(s) 36,332 Aide -0- Training Replacement Personnel & Sick Relief 2,625 Vacation Accurals 2,985 Friaoe Benefits 8,627 Dining Site Volunteers -0- $ 17,000 Total Personnel & Benefits $ 66,039 S 17,000 Staff Travel $ 2,400 Other Costs Training Seminars and Coafereaces $ " 350 Participant Transportation 1,875 :aaagameat 750 Accouatiag 1,875 Telephone 2,250 Office Supplies, Postage 750 Insuraace (Auto, personal liability, bond) 2,450 Pert 850 Utilities _ 345 Janitorial 85 Special Events (Parties, Films, Decorations) 1,398 Consumable Supplies (Condiments, cakes) 3.729 Kitchen Supplies 525 Vehicle Operation 200 Total Other Costs $ 17,432 Su=. ary Personnel $ 66,039 $ 17,000 Staff Travel 2,400 Other Costs 17,432 Total $ 85,871 $ 17.000 Less Revenue -40,094 $ 45.787 Less Cash Donations -11,859 NET CONTRACT COSTS $ 33,928 $17,000 Petty Cash Fund Authorized Initials: _5. eyfitriictor County Dept. 01f i SUPPLEMENT BUDGET 0? ESTM--1T_ED P; 'FLA:- E}':°;UDIT(M—S Nutrition Project for the Elderly Eastern Contra Costa County 22 -033 - 7 Neighborhood facility Pittsburg& 8 Y number July 1, 1977 to September 30, 1978 P_rso�:-1 E. Benefits Federal Local `:trition Coordinator $ -0- Site managers) 63 days x 6 x $5.00 1,890 _fide 63 days x 4 x $3.41 859 Training Replacement Personnel & Sick P.elief 126 Vacation Accurals 109 7ringe Benefits 2,984 D_n i_g Site Volunteers 448 Total Personnel S Benefits $ 3,432 S--a=f Travel $ 75 0-`:-ar Costs Trainin3 Seminars and Conferences $ -0- participant Transportation 240 A ccoLatiag 40 Te1ep10ne - 50 Office Supplies, Postage 40 insurance (Auto, personal liability, bond) 100 Rant -�- Utilities -o- Janitorial Special Events (Parties, Films, Decorations) 52 Consumable Supplies (Condiments, cakes) 164 Kitchen Supplies 25 Vehicle Operation Total Other Costs $ 711 Personnel $ 3,432 Staff Travel 75 Other Costs 711 Total '� 4,218 Less Revenue 1,600 NET CON-TR1CT COSTS $ 2,618 Petty Cash Fund Authorized Initials �.��5 -- Ict ractor County Dept. SPECIAL WNDITIORS .n 22 -033 - 7 The General Conditions, paragraph S. 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 IOX 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: O.K., Count OIL au�`4...5 Contra Costa County Standard Pori 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 perforawme 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 my be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the term 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 sum 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..yy (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, fry any cause whatsoever arising from or connected with the operations or the servizes 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 b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authogized 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 set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. S. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Wg70 (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 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)1 -2- _A Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts b Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- And the Board adjourns to meet in regular session on Tuesday, September 20, 1977 at 9:00 a.m., in the Board Chambers, Room 107, Administration Building, Martinez, California. W. N. Boggess, airman ATTEST: J. R. OLSSON, Clerk Deputy W—"W-W � f i { �. SUMMARY OF PROCEEDnrGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COU111PY, SEPTEMBER 13, 1977, .PREPARED BY J. R. OLSSON, COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Health Department and the Board of Supervisors. Authorized attendance at meetings as follows: R. Vaughan, Social Service, to Adoptions Training Seminars, in Seattle, WA, Sept. 19-23, Nov. 7-11, and Dec. 5-7; R. Jornlin, Social Service, to NACo Welfare and Social Services Steering Committee, in Washington, D.C. , Sept. 20-22 J. Miller, Human Resources Agency, to NACo Conference of Manpower Directors, in Kansas City, 1409 Sept. 15-16. Approved internal appropriation adjustments not affecting totals for the County Administrator. Authorized'County Counsel to defend County's interest in connection with Superior Court Actions Nos. 178548 and 169190.. Authorized and directed County Counsel to petition for hearing in the California Supreme Court on behalf of the respondentsinSocial Services Union, Local 535. Approved settlement of claim of B. Baldwin andauthorizedDirector of Personnel to execute a California Fair Employment Practico. Comission Conciliation Agreement. Denied any special relief from charges billed to E. Peters for medical services rendered. Acknowledged receipt of interim status report from Director, Human Resources Agency, with respect to Teen Hope Foundation, Inc. proposal. Authorized Health Officer to, administer influenza vaccine in Senior Citizen Centers only and discontinued employee clinics for FY 1977-78. Fixed Sept. 20 at 10:45 a.m. as time to ask* determination- on applicants for at-large position on Planning Commission. Approved revised CETA Title VI Maximum Initial Subgrant Payment Schedule for the period June 20 - Nov. 12, 1977 and authorized Auditor- Controller to make payment in accordance with same. Approved rental on a month-to-month basis of county-owned property, Walnut Creek, to B. and G. Hammond. Authorized Director, Human Resources Agency, to execute a contract with Alta Bates Hospital for services under the Prepaid Health Plan September 13, 1977 Summary, continued ± " Page 2 Authorized Director, Human Resources Agency, or his designee, to. negotiate contracts with certain service providers. Fixed Oct. 4 at 2 p.m. as time to consider county response to Grand Jury Report. Referred to Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) proposed constitution and by-laws of the Contra Costa County Advisory Council on Aging. Referred to Public Works Director request from Pleasant Hill Commission on Aging for adequate visitor parking at the Pleasant Hill County Building. Accepted instruments for MS 154-76, 82-75, 246-76, 202-76, and 238-76 and for recording only for MS 82-75, 113-75 and 124-75. Approved Deferred Improvement Agreement with J. Heaton, et al, MS 238-76, Pacheco area. Approved Traffic Resolutions Nos. 2363 through 2367. As Ex-Officio the Board of Supervisors of the Contra Costa County Storm Drainage District, Zone 10, approved and authorized payment for property acquisition for Line A-4 from R. and C. Radigonda. Accepted easement from PG&E for Pine Valley Road Extension, San Ramon area. Authorized the Director of Planning to continue the work of the special Board committee (Supervisors-Hasseltine and R. I. Schroder) in meeting with the Mayors' Conference to develop a policy on spheres of influence planning. Adopted Ordinance No. 77-75 (R. Vail & Associates, 2129-RZ) rezoningland in the Byron area, and 77-76 (Junto Construction, Inc., 2142- , rezoning land in the Oakley area. Authorized revised Contract Change Order, Assessment District 1973-3 for median landscaping, San Ramon area. Awarded to G. Peres Co. contract for Pool Garage Overlay Project, Martinez, area; Antioch Paving Co. , Inc. contract for Hillcrest Avenue Improvement Project, Antioch area; Branaugh Excavating, Inc. contract for the Blackhawk Road Overlay Project, Danville area. Fixed Oct. 11 at the times indicated for hearings on the following rezoning applications: 11:15 a.m. F. Bellecci, 2130-RZ, Oakley area; 11:20 a.m. Crabtree Engineering, 2149-RZ, Oakley area; and 11:25 a.m. F. Hull, 2152-RZ, Diablo area. Referred to Employee Relations Officer request from Superior Court Clerks Association for reconsideration of recent board action respect to formation of employee organizations. September 13, 1977 Summary, continued Page 3 Authorized Chairman to execute: Contract with J. David for specialized training of staff, Probation Dept. , in "Crisis Intervention"; Contract with T. Broome, Attorney at Law, for Social Service staff development training; Consulting services agreement with A. Mingione for the Automated Traffic Citation Management System; Contract amendment with State Office on Aging to increase Title III Older Americans Act Federal contract funds for FY 1977-78; Contract amendment with State Office on Aging to provide additional Federal Title VII Older Americans Act funds for the Nutrition Project; Contract with Home Health and Counseling, Inc. for Nutrition Project services through Sept. 30, 1978; Community Development Block Grant Prog� Project Agreement with the City of Walnut Creek for 2nd Yr. Activity 18 and 3rd Yr. Activities #34 and 39; Agreement amendment with State Economic Opportunity Office to con- tinue County participation in the Energy Crisis Intervention Program; Joint Exercise of Powers Agreement with City of Concord for architectural services for. Mt. Diablo Muni Court expansion in Concord Civic Center. Acknowledged receipt of report of County Counsel with respect to reissuance of county warrant. Authorized appointment of L. Porter to the Overall Economic Devel- opment Program Committee. Recessed into Executive Session in Room 108 of the County Administra- tion Building to discuss personnel matters. At 10:50 a.m. the Hoard reconvened in its Chambers and adopted Resolution No. 77/750 designating Assistant County Auditor-Controller Donald L. Bouchet to temporarily discharge duties of County Auditor. Adopted the following numbered resolutions: 77/749, fixing compensation for exempt classes of Staff Nurse I- Pro,Ject and Staff Nurse II-Project and extension of applicable employee benefits; 77/751, fixing Oct. 6 at 2 p.m. for receiving bids for Detention Facility Metal Decking, County Detention Facility Project, Martinez; 77/752, fixing Oct. 13 at 2 p.m. for receiving bids for Traffic Signals and Highway Flashing Beacons Project, various areas; 77/753, authorizing certification of Right of Way to the State De- partment of Transportation in connection with the reconstruction of Muir Station Road, Martinez area; 77/754, authorizing Right-of-Way Certification to the State in connection with Waterfront Road Overcrossing, Martinez area; 77/755, accepting as complete contract with A. Allen Co. for the demolition and removal of nineteen County-owned buildings located on the Dentention Facility project site; 77/756, fixing Oct. 25 at 10:45 a.m. for hearing on proposed abandonment of portion of Withers Avenue, Lafayette area; 77/757, accepting as complete improvements in MS 126-76, Lafayette area. VM September 13,1977 Summary, continued Page 4 Acknowledged receipt of report from County Administrator on security problem at the Richmond Social Service Office and authorized County Administrator to arrange for the purchase of security guard service for that location. Acknowledged receipt of meporandum from Director of Planning trans- mitting draft of proposed slope density ordinance and. referred same to Planning Commission and the two Area Planning Commissions. Required Mr. R. Fenn to submit a proposal for permanent drainage improvements for property located at 3656 Blackhawk Road, Danville area. Closed hearing on appeal of Vista Grande Homeowners Association from Planning Commission conditional approval of tentative map of Sub. 4607, Danville area, and deferred decision to Sept. 20 at 11:15 a.m. Fixed Oct. 11 at 11 a.m. for hearing on recommendation of Planning Commission with respect to proposed Ordinance Code amendment pertaining to establishment of new zoning district (Community Business District) in' Orinda area. - Reappointed L. Fowler to the Advisory Council on Aging as a member-at-large. Accepted resignation of H. Dworak from CSA P-1 (Crockett). Referred to Director of Planning for review the concept of incorpo- rating into county building codes and ordinances requirements that homes be built in such a way as to promote energy conservation. . Accepted resignation of N. Nicholson as a housing and finance representative on the Loan and Grant'Review Panel for- 2nd Year Community Development Housing Rehabilitation Program. Declared vacant three membership positions on the Family & Children's Services Advisory Committee and accepted resignation of R. Porter'- Butterfield from same. • Approved recommendations of Finance Committee (Supervisors Schroder and J. P. Kenny) with respect to: States's "Cost Control" plan for AFDC; request of Contra Costa Mental Health Task Force on Aging for improved mental health services; authorizing Mental Health Director to negotiate with State for continued federal funding of county drug abuse treatment services for FY 1977-78; application of Emergency Medical Services Joint Powers Governing Board for federal funds for Emergency Medical Care Program; and appropriation of monies to establish a medical clinic in Oakley as replacement for present facility. Acknowledged receipt of report of County Counsel on court decisions with respect to "Blackhawk Boundary Reorganization." Concurred with Internal Operations Committee instructions to Animal Control Division that information on all dog bite reports be to the District Attorney in instances of a previous bite repo The preceding documents consist of 376 pages. i