Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 10211975 - R 75I IN 1
a THErBOARD OF `SUPERVISORS ;MET `IN ALL ITS CAPACITIES PURSUANT. TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR 'SESSION AT 9:00 A.M. , TUESDAY, OCTOBER 21, 1975 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, Presiding; Supervisors J. P. Kenny, A. M. Dias, J.- E. Moriarty, E. A. Linscheid. CLERK: J. E. Olsson, represented by Geraldine Russ,ell',. Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, County Administrator and Public Works Director-. ri r t _ z f k OO�a1 JAMES P. KENNY. nlctsmoNo CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N. BOGGESS IST DISTRICT ALFRED M.DIA S,SAN PAIALO CHAIRMAN 2ND DISTRICT CONTRA COSTA. COUNTY JAMES P. KENNY JAMES E. MORIARTY.LAFAYETTE VICE CHAMMAN 3140 DISTRICT AND FOR JAMES R.OLSSON.COUNTY CLERK WARREN N, BOGG=::c;.CONCORD rx orricio,CLERK OF THE BOARD AITH DISTRICT SPECIAL DISI RICTS GUVERNF.0 BY 'THE BOARD Mr-S. GERALOtNt RUSSELL EDMUND A. LINSCHEID. rIyTaeuRQ BOARD CHAMBERS, ROOM 107, ADMINISTRATION BUILDING CHIEF CLERK DTH DISTRICT `".- P.O. Box 911 We Na - MARTINEZ. CALIFORNIA 94553 Inyy Telepiiono Numbfar 372,2371 TUESDAY OCTOBER 21, 1975 The Board will meet in all its capacities Pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and. opening ceremonies. 9:00 A.M. Consider recommendations of the Public Works Director. 9:00 A.M. Consider recommendations of the County Administrator. 9:15 A.M. Consider "Items Submitted to the Board." 9:15 A.M. Consider recommendations and requests of Board members.' 9:30 A.M. Consider recommendation's of Board Committees. 9:45 A.M. Service pin awards. 10:00 A.M. Executive Session (Government Code Section 54957.6) as • required, or recess. 10:30 A.M. Hearings on proposed abandonments as follows: a. Portion of Hawthorne Drive, Ufalnut Creek area; and b. Portion of Campo Calle Road between Quandt Road and Pleasant Hill Road, Lafayette area; Planning Commission recommends approval; and c. Portions of Warner and Del Porto Roads, Oakley area; Planning Commission hearing continued to November 12, 1975. 10:45 A.M. Hearing on proposed abatement of property located at 529 Loring Avenue, Crockett area, June Elizabeth Hartman et al, owners. 11:00 A.M. Receive bids for the following: a. Construction of Montalvin Manor Park, Phase I, San Pablo area (County Service Area M-17); and b. Construction of traffic signals, San Ramon Valley Boulevard (intersections of Town and Country Drive and Sycamore Valley Road), Danville area. 11:00 A.M. As ex officio the Board of Directors of the Riverview Fire Protection District receive bids for provision of weed. abatement services. 11:00 A.M. Hearings on planning matters (see attached agenda). ITEMS SUBMITTED TO THE BOARD Items 1 - 6: CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of delinquent penalties on 1975-1976 unsecured 1-011. 2. INITIATE proceedings and fix November 24, 1975 at 7:45 p.m. for hearing on proposed dissolution of Crockett-Valona County I-later District. 4 00002 Board of Supervisors' Calendar, continued October 21, 1975 3. EXONERATE bond deposited as surety for taxes in connection with Subdivision 4562, City of Martinez. 4.. APPOINT Directors (in lieu of election) to various districts, pursuant to Elections Code Section 23520. 5. ADOPT the following ordinances (introduced October 14, 1975), waive reading and order publication: a. Amending curfew regulations; and b. Increasing dog license fees. 6. DENY the following claims: Benny Quesada Palacio, $500; Homer B. Sidlow, $78; James Coffee et al, $1,000,000; and James Amerson, 8,50,000. Items 7 - 13: DETERMINATION (Staff recommendation shown following the item. ) 7. MEMORANDUM from County Counsel (in response to Board referral) transmitting copy of proposed ordinance regulating fortune- telling and related. activities. CONSIDER FIXIr1G TIME FOR INTRODUCTION OF ORDINANCE 8. LETTER from Fire Marshal, Fire Prevention Bureau, Danville Fire Protection District, requesting Board assistance in the abatement of certain vacant buildings declared to be public nuisances. REFER TO ACTING COUNTY BUILDING INSPECTOR FOR REPORT 9. LETTER from Recreation Supervisor, Walnut Creek Senior Citizens Club, submitting its Mini-Bus Project for consid- eration in distribution of county Revenue Sharing Funds. INSTRUCT CLERK TO ADVISE THAT DECISIONS ON USE OF REVENUE SHARING FUNDS WERE MADE AT THE TIME THE 1975-1976 BUDGET WAS ADOPTED 10. LETTER from President, League of Women Voters of Diablo Valley, requesting that the Board proclaim the week of October 20-24, 1975 as "League of Women Voters of Diablo Valley Finance Drive Week." APPROVE REQUEST 11. C=,'UNICATION from Director, Bureau- of the Census, Washington, D.C. , advising that determinations made under the 1975 Amendments to the Voting Rights Act (Public Law 94-73) indicate that the county is required to provide oral or written assistance to minority voters in future elections. REFER TO COUNTY CLERK (ASSISTANT COUNTY REGISTRAR) AND COUNTY COUNSEL 12. LETTER from Town Manager, Town of Moraga, requesting that 544,800 previously allocated through the Special Aid to Cities be transferred directly to the Town to facilitate payment and completion of a landscaping project on Canyon Road. REFER TO PUBLIC WORKS DIRECTOR FOR REPORT .13. CONSIDER memorandums of understanding, if any, submitted on behalf of the Employee Relations Officer. 00003 Board of Supervisors' Calendar, contgnued October 21, 1975 Items 14 — 18: INFORMATION (Copies of corrnunications 11sted as rmation items have been furnished to all interested parties. ) 14. LETTER from Chairman, State Assembly Joint Subcommittee on Community Development, inviting county participation at a hearing to be held October 22, 1975 on the community development planning process of local governments. 15. NOTICES from State Department of Health of public hearing to be held November 14, 1975 on proposed changes in regulations in Titles g and 22 of the California Administrative Code. 16. LETTER from Dr. Irene Won, Pittsburg, commenting on the existing County Jail and the proposed county detention faoility. 17.. NOTICE from State Department of Health of public meeting to be held October 24, 1975 on proposed legislation pertain— ing to National Health Planning and Resources Development Act of 1974 (PL 93-641) . 18. LETTER from Mr. R. S. Allen, BART District Director, advising that BART's Board of Directors voted to extend its trial express bus program to June 30, 1976, and commenting thereon. Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. NOTICE OF MEETINGS OF PUBLIC INTEREST (For additional information please phone the number indicated) San Francisco Bay Conservation and Development Commission 1st and 3rd Thursdays of the month - phone 557-3686 Association of Bav Area Governments 3rd Thursday of the month - phone 841-9730 East Bay Regional Park District 1st and 3rd Tuesdays of the month - phone 531-9300 Bay Area Air Pollution Control District 1st Wednesday of the month - phone 771-6000 Metronolitan Transportation Commission 4th Wednesday of the month - phone 849-3223 Contra Costa Countv Water District lst and 3rd Wednesdays of the month; study sessions all other Wednesdays - phone 682-5950 00004 BOARD OF SUPERVISORS' CALLNMt 11 October 1975 - Tuesday 11:00 A.M. - RE-ZONING: PUBLIC 10VUNG: (S.D. V) BRYAN & I URPIIY ASSOCIATES (Applicant) - EARL W. SMITH (Owner) - 1955-RZ- To rezone 4.6± acres from Multiple Family Residential District-2 (M-2) and General Agricultural District (A-2) to Single Fandly Residential District-6 (R-6) ; property located at the southwest corner of the inter- section of Pacifica Avenue and Anchor Drive: Nest Pittsburg Area. STAFF RECOINNENDATION: Approve. COINAiISSIUN RI_-M\r6"ILLATI0W: Approve. 11:05 A.M. - RE-ZailNG: PUBLIC HEARING: (S.D. V) PLA,CNING CUNNISSION INITIATIU4. SYCAMORE AREA - ROBERT PARA ENTER (Owner) (1962-RZ) To rezone property from Planned Unit District (P-1) to Single Family Residential District-15 (R-15) , described as being 1.671 acres fronting approximately 156-ft., on the south side of Sycamore Valley Road, approx- imately 350-ft., west of Canino Tassajara Road: Danville Area. (P-1) STAFF RECONNU\1 ATION: Approve. CO\WISSICIN RECONINUNDATION: Approve. 11:10 A.M. - REZ(INING: PUBLIC HIiAUNG: (S.D. V) MKMiEII W. GONSALVES (Applicant) - WRENLE A. HARPER (Owner) - 1928-RZ To rezone 4.5 acres from General Agricultural District (^-'.) to General Conumtercial District (C) ; property located on the northeast side of the Southern Pacific Railroad right of way, approx., 1,000-ft., southeast of Crow Canyon Road: San Ramon Area. STAFF REMNN ENDATIGN: Approve. COzWISSIUN RECUNINU DATION: Approve. 11:20 A.M. - APPEAL: LAND USE PEFNEIT: PUBLIC HEARING: (S.D. V) L. L. LARSW (Applicant & Owner) - #2074-75 To establish a mobile home for temporary occupancy by a member of the family on parcel consisting of 1.37 acres, fronting 179.91-ft., on the east side of Via Hermosa, approx., 270-ft., south of Diablo Road: Dan- ville Area. STAFF REODNIN r\DATIQN: Grant Appeal of San Ramon Heights Homeowners Assn. CANIISSION REC NkENDATION: Deny Appeal of Homeowners Association; Grant permit with conditions. 00005 CONTRA COSTA COUNTY CLERK'S OFFICE Inter- Office Memo Date: October: 21_ To: Board of Supervisors From: Clerk Subject: Supplemental Agenda Item for -October 21, 1975 Sale of $300.,000 1975 bonds of Knightsen School. District '(bids for purchase of the bonds are to be opened at the offices of Orrick,, Herrington, Rowley and Sutcliffe at 10:00 a.m. ). Prior to the conclusion of today's meeting the Board will be advised of the successful bidder. 00006 t - OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions October 21, 1975 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: Cost Department Center From To Agriculture 335 Weed and Verte- Weed and Vertebrate brate Pest Pest Control Control Man Inspector Agriculture 335 Supervisor of Supervising Weed - Weed and Verte- and Vertebrate - brate Pest Pest Control Control Inspector Auditor- 011 Intermediate Account Clerk II Controller Typist Clerk County 030 Deputy County Deputy County Counsel Counsel III Counsel IV Medical 540 Information Program Evaluation Services Systems Tech- Technician-Project nician-Project Public 243 Public Defender Public Defender Defender Investigator I Investigator II Public Works 074 Lead Custodian Supervising Custodian 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Clerk of 002 1 Assistant the Board Clerk-Board of Supervisors 00007 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-21-75 Page: 2. I. PERSONNEL ACTIONS 3. Authorize appointment of Margaret Adam at the third step ($975 per month) of Salary Range 287 ($884- $1,075) , effective October 15, 1975, as recommended ' by the Civil Service Commission. II. GIFTS AND DONATIONS 4. Accept donation in the amount of $9,500 to County Service Area R-6. (Orinda area) for park land development from the Orinda Foundation, and issue Certificate of Appreciation to Orinda Foundation for said donation. III. TRAVEL AUTHORIZATIONS 5. Name and Destination Department and Date fleeting R. E. Jornlin Salt Lake City, Utah American Public Social Service 10-28-75 to 10-31-75 Welfare Associ- ation Western States Regional Conference IV. APPROPRIATION ADJUSTMENTS 6. Internal Adjustments. Changes not affecting totals for the following budget units: Human Resources Agency, Public Works (Road Construction, Flood Control) . V. LIENS AND COLLECTIONS 7. Authorize Chairman, Board of Supervisors, to execute satisfaction of judgment taken to guarantee repayment of the cost of services rendered by the County to Tal Westmorland (dba Thousand Oaks Realty) , who has made repayment in full. 8. Authorize County Auditor-Controller to initiate legal action in Small Claims Court against 'Phomas and Virginia Pletcher to recover costs due the County in the amount of $425.00. 00008 'To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-21-75 Page: 3. VI. BOARD AND CARE PLACEMENT/RATES 9. Home and/or Effective Department Institution Rate Date Probation University Mound School $1036 10-8-75 (Convent of the Good Shepherd) , San Francisco Probation University Mound School $1036 10-21-75 . (Convent of the Good each Shepherd) , San Francisco (Two placements) 10. Authorize amendment of Resolution 75/523 to add the following institution at the rate indicated, as recommended by the County Probation Officer: Institution Monthly Rate Edward C. Boyle Group Home, $750 -- Los Angeles VII. CONTRACTS AND GRANTS 11. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Per-jod Martinez Unified Provision of $600 7-1-75 School District Adult Education to Programs in the _ 6-30-76 County Jail Robert H. Foster Care $250 10-25-75 Mnookin Parent Training (Federal to & County 10-26-75 funds) State Department Provide funding $148,124 8-1-75 of Health for Community to Demonstration Rat 6-30-76 Control Program North Richmond Delinquency $14,400 10-11-75 Neighborhood Prevention to House Services 10-11-76 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-21-75 Page: 4. VTI. CONTRACTS AND GRANTS 11. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period Data Processing Keypunching $9,800 10-21-75 and Accounting service - to Service • Residential data 11-17-75 records City of Pinole Fire protection $102,300 1975-1976 services agreement } (Pinole Fire. Protection District) City of Richmond Fire protection $4,000 1975-1976 services agree- ment (F-1) -" Canteen Company Vending machine Commis- 10-21-75 of Contra Costa, service Sion to Continuing Inc. County Dr. Ronald Probation Depart- $1,200 10-16-75 Leppke ment staff to training 12-31-75 Pat Sax Social Service $101.10 10-8-75 staff training Marcia Social Service $148 .50 10-8-75 Perlstein staff training James Billings, Mental Health $200 8-6-75 Ph.D. staff training to 8-27-75 12. Approve and authorize Human Resources Director to execute professional services agreements with six additional physicians For services for the County Health Department, -and eight additional physicians for services for County Medical Services; processing of these agreements has been withheld primarily because of the uncertainty over the provision pertaining to malpractice insurance. 00010 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-21-75 Page: 5. VII. CONTRACTS AND GRANTS 13. Approve 1975-1976 fiscal year professional services agreements, and supplementary payments due pursuant. thereto, and execution of said agreements by the Human Resources Director, with Miles Graber, M-D. , Thomas Lenz, M.D. , and Duane Olson, M.D. ; status of these doctors changed from that of resident physicians effective July 1, 1975. VIII.LEGISLATION None. IX. REAL ESTATE ACTIONS 14. Authorize Real Property Division, Public Works Department, to negotiate for additional space (approximately 1, 000 square feet) for the Social Service Department adjacent to their existing Concord location. (Item resubmitted.) X. OTHER ACTIONS 15. Authorize Chairman to execute Community Development Block Grant Funding Approval agreement with U.S. Department of Housing and Community Development, which increases the County Community Development Block Grant by $3,000. 16. Acknowledge and approve grant action by the Department of Labor extending the County's CETA Title III grant (Number 06-5004-32, Modification 602) , the Summer Youth Employment Program, through June 30, 1976. 17. Acknowledge receipt and refer to Administration and Finance Committee memorandum report of Director of Planning pertaining to County participation in National Flood Insurance Program. 18. Acknowledge receipt and refer to the Human Resources Committee memorandum report of Human Resources Director on the Prepaid Health Plan and proposed Institute for Medical Services Program. 00011 To: Board of Supervisors From: County Administrator Re: Recommended Actions 10-21-75 Page: 6. X. OTHER ACTIONS 19. Acknowledge receipt of memorandum from the County Administrator furnishing names for consideration for appointment to the Family and Childrens Services' Advisory Committee, as submitted by the Human Resources Director, based on Resolution 72/236 creating said Committee. NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specified time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5:00 PM 00012 CONTRA COSTA COUNTY PUBLIC WORKS.DEPARTMENT Martinez,- California October 21; 1975 EXTRABUSINESS REPORTS Report A. COUNTY SERVICE AREA R-6 - AWARD CONTRACT - Orinda Area Bids for Phase I construction of the Orinda Community Center'Park; 26 Orinda Way, Orinda, were received on October 14, 1975, and referred to' the Public Works Director for review. It is the recommendation of the Public Works Department and the R-6 Service Area Advisory Committee that the contract, Base Bid (construction), plus Alternate Numbers 1 , 2, and 3 (paving and irrigation) in the amount of $93,959.00; be awarded to the low bidder, Ferma Corporation, P. O. Box 1316, Mountain View, CA 94042. (RE: Work Order 5230) (B&G) SUPERVISORIAL DISTRICT V Item 1. COUNTY SERVICE AREA R-7 - APPROVE AGREEMENT - Danville Area It isrecommendedthat the Board of Supervisors approve an Agreement with the San Ramon Valley Unified School District. and authorize the Chairman of the Board .to execute the Agreement on behalf of County Service Area R-7. The Agreement provides for the transfer of County Service Area R-7 funds in the amount of $7,550.00 to the San Ramon Valley Unified School District for distribution to five separate schools within the District, to assist in the development of recreation facilities. The County Auditor is authorized to draw a County warrant in Lthe amount of $7,550.00 payable to the San Ramon Valley Unified School District and forward to the Service Area Coordinator, Public Works Department, for delivery. (RE: Work Order 5450) (SAC) EXTRA BUSINESS Public Works Department Page 1 of 2 October 21, 1975 00013 Item 2. EAST CONTRA COSTA IRRIGATION DISTRICT-.APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - Brentwood Area < It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water.Conservation District, approve plans and specifications for the construction of irrigation system modifications and advertise for bids to be received in. four weeks and opened at 11 :00 a.m. on November 18, 1975. The Engineer's estimated construction cost is $21 ,000. The project consists of constructing siphons on three irrigation lines that conflict with the proposed Lines E and E-1 channel construction project which is scheduled for next spring. Funds for the project are being provided. by the United States Department of Agriculture, Soil Conservation Service and Contra Costa-County Flood Control Zone; No. 1 . The project has been determined to be exempt from the provisions of the Environmental Quality Act of 1970, through a Class 2 Categorical Exemption.. (RE: Project No. 8519-75, Work Order 8519) (FCD) Item 3. DIABLO COMMUNITY SERVICES DISTRICT = PROVIDE SERVICES- - Danville Area. It .is recommended that the Board of Supervisors authorize the Public" Works. Director to provide services to the Diablo Community Services District in accordance with its Resolutions- 1077 and 74/799 and the letter dated' October 14, 1975,. from the Diablo Community Services District_ 'Estimated .cost of work is $4,500. (RE: Work Order 4618) (tit). f k EXTRA BUSINESSPublic. Works 'Department Page 2 of ,2 October,21 , 1575 00014 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California October 21, 1975 AG -L NDA REPORTS Report A. HANDICAPPED ACCESS TO PITTSBURG ADMINISTRATION BUILDING, 45 CIVIC DRIVE, PITTSBURG On September 23, 1975, the Board referred to the Public Works Department, the matter of providing access for Nandi- capped persons confined to wheelchairs, to the Pittsburg County Building. This Department has conferred with the medical clinic staff and prepared a plan and estimate to construct an appropriate ramp. The estimated cost of the work is $450.00. From the Department's review, it appears that the project is desirable, and we recommend that the Board authorize the work. ' (RE: Estimate No. 100375L) (B&G) SUPERVISORIAL DISTRICT I . (No Items) SUPERVISORIAL DISTRICT II Item 1. PACHECO BOULEVARD - ACCEPT DEED - Pacheco Area It is recommended that the Board of Supervisors accept the Grant Deed and Right of Way Contract, dated October 14, 1975, from the Pacheco Town Council, and authorize the Public Works Director to execute the contract on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant for $21,500.00 to Title Insurance and Trust Company, Escrow #CD-202154, and deliver it to the County Real Property Agent for payment. Payment is for 1,760 square feet of retail business-zoned land and a 2,117 square foot wood frame meeting hall. (RE: Project 3951-4512-72) (RP) A G E N D A Public Works Department Page 1 of 6 October 21, 1975 00015 Item 2. CHRISTIE ROAD - APPROVE ADDENDUM - Rodeo Area It is recommended that the Board of Supervisors approve Addendum No. 1 to the Notice to Contractors and Proposal for the Christie Road Slide Damage Repair Project. This Addendum clarifies the estimated quantity of one bid item with no change in the Engineer's estimated construction cost. Bids will be received on November 4, 1975. All planholders will be notified of this Addendum. (RE: Project 2383-5833-75) (RD) Item 3. POMONA STREET - ACCEPT AS COMPLETE - Crockett Area The work performed under the contract for the Pomona Street retaining wall repair was completed by the contractor, Hess Concrete Construction Company of Napa, on October 3, 1975, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $38,000.00. It is recommended that the Board of Supervisors accept the work as complete as of October 3, 1975. The work was completed within the allotted contract time limit. (RE: Project 2191-4192-74) (C) Item 4. WATERFRONT ROAD - APPROVE AGREEMENTS - Martinez Area :a. It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute a Consulting Services Agreement with DeLeuw, Cather & Company. The Agreement provides for preliminary engineering necessary to submit a request to the State Department of Transportation for an allocation from the Grade Separation Fund for reconstruction of the existing grade separation on Waterfront Road at the Southern Pacific Railroad. The Agreement has a payment limit of $15,000.00 which cannot be exceeded without prior approval of the Public Works Director. An allocation from the Grade Separation Fund, if obtained, could pay up to 80 percent of the estimated $930,000.00 cost of this project with the railroad paying an additional 10 percent. b. It is further recommended that the Board of Supervisors approve and authorize its Chairman to execute a Joint Exercise of Powers Agreement with the City of Martinez. The Agreement provides for the City to pay one-half of the cost of the preliminary. engineering. (RE: Project 3481-4215-75) (RD) A G E N D A Public Works Department Page 2 of b October 21, 1975 c. SUPERVISORIAL DISTRICT III Item 5. BROOK STREET - SALE OF EXCESS PROPERTY - Lafayette Area It is recommended that the Board of Supervisors accept the highest bid received at public auction held October 9, 1975, for the sale of County-owned vacant property at the northwest corner of Brook Street and Dewing Avenue, Lafayette, as authorized by Resolution No. 75/685. The highest bid was from Dr. J. G. Holmes in the amount of $16,700.00. It is further recommended that the Board authorize its Chairman to execute the Grant Deed to the buyer. The above bid was the highest oral bid received with a minimum allowable bid of $9,000:00. (RE: Work Order 4129) (RP) Item 6. HAPPY VALLEY ROAD - RESCIND BOARD ORDERS - Lafayette Area It is recommended that the Board of Supervisors rescind the Board Orders of October .7, 1975, accepting a Grant Deed and the Relinquishment of Abutter's Rights, and authorizing the acceptance of an Offer of Dedication for recording only. The owner is John E. Barsell, Jr. , et al. The subdivision is MSL 2-74 within the City of Lafayette. The above action is necessary since the property involved is within the City of Lafayette. The City Council of the City of Lafayette is the proper accepting authority rather than the Board of Supervisors. (LD) Item 7. SANS CRAINTE DRAINAGE PROJECT - ACCEPT WAIVER OF CLAIM - Walnut Creek Area It is recommended that the Board of Supervisors accept a Waiver of Claim dated October 10, 1975, from Valerie Beth White and Terrence L. White, and authorize the Public Works Director to sign the waiver on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant for $430.00 payable to the above parties, as payment for additional landscaping removed during construction. (RE: Work Order 8505) (RP) _ Item 8. MUTH DRIVE - INSTALL SUB-SURFACE DRAINAGE - Orinda Area It is recommended that the Board of Supervisors approve the installation of a sub-surface drain at 46 Muth Drive and authorize the Public Works Director to arrange for the issuance of a purchase order to Dan Spillane for $3,500.00. The work consists of installation of 160 feet of perforated metal culvert and one Christie box at the upper end. The perforated_ metal pipe will be tied in-with the existing drop inlet and back filled with drain rock and repaved. (Continued on next page) A G E N D A Public Works Department Page 3 of 6 October 21, 1975 00017 Item 8 Continued: This work is a Class 1 Categorical Exemption from Environmental Impact Report requirements. (RE: Work Order 4749) (M) SUPERVISORIAL DISTRICT IV Item 9. JOHN GLENN DRIVE - ACCEPT AS COTIPLETE - Concord Area The work performed under the contract for the construction of a median opening on John Glenn Drive was completed by the contractor, Apollo Concrete of Antioch, on October 7, 1975, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $3,000.00. It is recommended that the Board of Supervisors accept the work as complete as of October 7, 1975. The work was completed within the allotted contract time limit. (RE: Project 4177-6072-75) (C) SUPERVISORIAL DISTRICT V Item 10. SUBDIVISION MS 114-73 - ACCEPTANCE AND REFUND - Alamo Area The construction of improvements in Subdivision MS 114-73 has been satisfactorily completed. It is recommended that the Board of Supervisors: 1. Issue an Order stating the the work is complete. 2. Authorize the Public Works Director to refund to Bolla Development, 3158 Miranda Avenue, Alamo, CA 94507 $500.00 cash deposit as surety under the Liinor Subdivision Agreement, as evidenced by Auditor's Deposit Permit Detail No. 126064, dated May 16, 1975. Minor Subdivision Agreement dated May 27, 1975. Subdivider: Frank G. and Paul Bolla, 3158 Miranda Avenue, Alamo, CA 94507 Location: Subdivision MS 114-73 is located on the south side of Alamo Way, west of Danville Boulevard. (LD) A G E N D A Public Works Department Page 470f 6 October 21, 1975 00018 Item 11. ROUNDHILL ROAD - AUTHORIZE RIGHT-OF-WAY ACQUISITION - Alamo Area It is recommended that the Board of Supervisors authorize the Public Works Director to acquire all of the right of way necessary to permit the construction of the missing link of Roundhill Road between the southerly boundary of Subdivision 2805 and the northerly boundary of Subdivision 4041, with all necessary costs to be charged against the right of way revolving fund. (RE: Work Order 4306) (VLC) Item 12. SUBDIVISION 4302 - ACCEPT IMPROVEMENTS - Danville Area The construction of improvements in Subdivision 4302 has beell satisfactorily completed with the exception of minor deficiencies. By mutual consent of the subdivider and the Public Works Department, these deficiencies will be corrected at the end of the one-year warranty period. The $500. 00 cash deposit as surety under the Subdivision Agreement, evidenced by Deposit Permit Detail No. 101054, dated July 27, 1972, is to be retained for one year in accordance with Section 94-4.406 of the Ordinance Code. It is recommended that the Board of Supervisors: a. Issue an Order stating that the work is complete. b. Accept as County roads the following named streets which are shown and dedicated for public use on the map of Subdivision 4302, filed August 15, 1972, in Book 148 of Maps at page 49. Burleigh Place (32/52/0.07) Bridgewater Place (32/52/0.03) Castleford Circle (32/52/0.16) Castleford Place (32/52/0.06) Park Hill Road (40/60/0.31) Tyburn Place (32/52/0.04) Pennington Place (32/52/0.06) Fairlynn Place (32/52/0.08) Derbyshire Place (32/52/0.10) Camino Tassajara Widening Road Group: 4825 Total Mileage: 0.91 mile _ Subdivision Agreement dated August 8, 1972. Subdivider: Leadership Homes of Northern California, 3690 Mt. Diablo Boulevard, Lafayette, CA 94549 Location: Subdivision 4302 is located at the northwest = corner of the intersection of Sycamore Valley Road and Camino Tassajara. (LD) A G E N D A Public Works Department Page 5 0-f 6 October 21, 1975 00019 Item 13. SUBDIVISION 4714 - REFUND DEPOSIT - Brentwood Area The County Counsel has advised that a stipulation agreement, entered into by R&B Trucking and Charles Pringle, satisfies the -requirements for releasing the remainder of the labor and materials bond for Subdivision 4714 . It is recommended that the Board of Supervisors authorize the Public Works Director to: 1. Issue a warrant in the amount of $2,464.51, payable to R&B Trucking, c/o Blewett, Garretson & Hachman, a Professional Corporation, 141 EastAcacia Street, Suite A, Stockton, CA 95202. -2. Issue a warrant in the amount of $835.49 payable . to Charles Pringle, P. 0. Box 305, Brentwood, CA 94513. The above amounts total $3,300.00 and are the final part of the deposit, evidenced by Deposit Permit Detail 124050, dated March 3, 1975. (LD) GENERAL Item 14. MONTALVIN MANOR PARD - APPROVE ADDENDUM NO. 1 - San Pablo Area It is recommended that the Board of Supervisors approve Addendum No. 1 to the plans and specifications for Montalvin Manor Park, Phase . This Addendum adds to the specifications' grading requirements, the establishment of the maintenance period, and ground cover area soil preparation requirements. There is no change in the Architect's estimated construction cost. (RE: Work Order 5213) (B&G) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department Page 6 of 6 October 21, 1975 .L. 00n20 In the Board of Supervisors of Contra Costa County, State of California netnhPr �i . 197 In the Matter of Ordinance(s) Adopted. This beim the date fixed to adopt the ordinance(s) indicated, which amend(s) the Ordinance Code of Contra Costa County and was (were) duly introduced and hearing(s) held; The Board ORDERS that said ordinances(s) is (are) adopted and the Clerk shall publish sane as required by laer. Ordinance Number Subject Izewspaper 75-43-Operative Dog license Fees CONCORD TRANSCRIPT January 1, 1976 75-44 Curfew Regulations THE INDEPENDENT PASSED on October 21. 1975 by the follo:•ri.ng vote of the Board: Supervisors AYES HO ABSENT J. P. Kenny (x) ( ) ) A. M. Dias (x) ( } ) J. E. Moriarty (x) ( ) ( ) 1. Y. Boggess (x) ( ) ( ) E. A. Linscheid (x) ( ) ( ) 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 hard and the Seal of the Board of Supervisors affixed this 21 8%t day of r1r•(-nhPr 19j5__ J. R_ OLSSON, Cleric BDeputy Clerk H 24 12174 -15-M Bonnie Boaz 00021 In the Board of Supervisors of Contra Costa County, State of California October 21 , 19.75 In the Matter 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 October 21, 1975. 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 21St day of October 19 75 J. R. OLSSON, Clerk By z ILl¢J Deputy Clerk Bonnie Boaz 00022 H 24 8/75 IoM POS I T I ON A D J U S T M E N T REQUEST No: -7G';�r DepartmentDepartment of Agriculture Budget Unit335 Date 4/11/75 Action Requested: Change title of Weed and Vertebrate Pest Control Man classification. Proposed effective date: As. soon a# E'xplain why adjustment is needed: to eliminate male designation for posible affirmative action. Estimated cost of adjustment: Amount: 1 . Salaries and wages: $ 2. Fixed Assets: (t st .c terra cued cost) t Estimated total $ Signature Department Head Initial Determination of County Administrator Date: April 16, 1975 Request recommendation, pursuant to attached merry!Sa { County ministrator ' Personnel Office and/or Civil Service Commission Date: October 14, 1975 I Classification and Pay Recommendation lReallocate class and all positions of Weed and .Vertebrate Pest Control Man to Weed and Verte— lbrate Pest Control Inspector and Supervisor of Weed and Vertebrate Pest Control fo Supervising Weed and Vertebrate Pest Control Inspector. Studv discloses duties and responsibilities are appropriate to the class of Weed and Verte— Pest Control Inspector and Supervising Weed and Vertebrate Control Inspector. 1 The above action can be accomplished by amending Resolution 71/17 to reflect the retitling Fand reallocation of classes and positions of Weed and Vertebrate Pest Control Man to Weed and Vertebrate Pest Control Inspector, both at Salary Level 280 (865=-1052) and Supervisor of-Weed and Vertebrate Pest Control to Supervising Weed and Vertebrate Pest Control Inspector, both y at Salary Level 407 (1275-1549). Can be effective day following Board action. Asst. 'Personne Director 3Recom,-,endation of County Administrator Date: October 16, 1975 Reallocate class and all positions of Weed and Vertebrate Pest Control Man to Weed and Vertebrate Pest Control Inspector, both at Salary Level 280 ($865-$1,052) ; and Supervisor of Weed and Vertebrate Pest Control to Supervising Weed and Vertebrate Pest Control Inspector, both at Salary Level 407 ($1,275-$1,549), effective October 22, 1975. 3 County Administrator i r Action of the Board of Supervisors OCT 21 1975 A-Ju-etrent APPR�7IED ) on J. R. OL550N, '" ounty Clerk 11975 By: •� -zr' Dspurt Oerk c-„ .Tlu,d adjuZtment eon titutea an Apun.cd,,tZati.on Adju tment and PetsonneZ O[,f��� 1 u c mt on Amex&en . V i • P O S I T I O N ADJUSTMENT R E Q U E S T No: Auditor-Controller Department Data Processing Budget Unit 011 Date August 5, 1975 Reclassify Intermediate Typist Clerk position #003 to Account Clerk II Action Requested: �d8X1Z1?cXlifdi�Yid�X.�LtZ1XZ3XIXXxXY �. Proposed effective date: ASAP Explain why adsdst!ent is needed: Classify position in line with duties performed. ^r U Estimated cost ofradjustment: A9@0iiP: Costa County 1 . ,Salar�s acid wages: $ 396 RECEIVED 2. (t iz t .c tem6 and coat) AUG, i9?5 $ Office of /County Administrator Estimated total j �$ 3 96 Signature , De ar t ea - Initial Determination of County Administrator Date: August l3v 19 7A To Civil Service: Request recommendation. County Atrlator Personnel Office and/or Civil Service Commission Date: October 14, 1975 Classification and Pay Recommendation Reclassify Intermediate Typist Clerk to Account Clerk II. Study discloses duties and responsibilities now being performed justify reclassification to Account Clerk II. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the re- classification of :Intermediate Typist Clerk position #03, Salary Level 206 (691-839) to Account Clerk II, Salary Level 234 (752-914). Asst. Personnel-4i rector Recommendation of County Administrator ` Date: October 16, 1975 Reclassify one (1) Intermediate Typist Clerk, position number 03, Salary Level 206 ($691-$839), to Account Clerk II, Salary Level 234 ($752-$914), effective October 22, 1975. County Administrator Action of the Board of Supervisors -Adjustment APPROVED ( _-. ) on 0 Q T N1 19r5 }, . OLSSON, County Clerk Date: OCT 2 1 1975 By: rLc u zi pip Clerk APPROVAL of tih.&s adjuatment eo►iZtitute.6 cul Apphopn,i.ctti.on Adjusbnettt and Pe&6onne.E: 0 �(1 ,+r)4 R�.S� a on Atnejtdmertt, ��SSrr POSITION ADJUSTMENT REQUEST Department County Counsel Budget Unit03O Date-0/1/75p !'7 Action Requested: Reclassify position (James A. Klinkner) from Counsel III to Dep. County Counsel IV Proposed effective date: Explain why adjustment is needed: Promote qualified & eligibit. dF�p Lty I I Estimated cost of adjustment: RECEIVED Amount: 1 . Salaries and wages: SEP 12 1975 $ i '�•, C� . 2. Fixed Assets: ` (&6t .items ;and coat) C)fflce ofCounty mire iator $ Estimated total <. J Signature1 ��.. Department Mad Initial Determination of County Administrator Date: September 16 1975 To Civil Service: Request recommendation. Co t dmi m ato Personnel Office and/or Civil Service Commission Date: October 14, 1975 Classification and Pay Recommendation Reclassify 1 Deputy County Counsel III to Deputy County Counsel IV. Study discloses duties and responsibilities now being performed justify. 8 J P Y reclassification to Deputy County Counsel IV. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the, reclassi- fication of Deputy County Counsel III, position #03, Salary Level 534 (1878-2282) .to Deputy County Counsel IV, Salary'Level 570 (2095--2547) Personnel Di. ctor Recommendation of County Administrator te: October 16, 1975 i Reclassify one (1) Deputy County Counse III, position number 03, ` Salary Level 534 p($1,878-$2 282)2 to Deputy County Counsel IV, Salary Level 570 ($2,095-$2,5475, effective October 22, 1975. County Administrator. Action of the Board of Supervisors Adjustment APPROVED ) on OCT 21 1975 I R. OLSSON, County Clerk Date: OCT 211975 By: C � J L eputy, Clerk APPROVAL oS .t;ti,s adjwsbment eonati-tutea cut App%cl.7.tZati.on Adjuzbnent and Penaonnee Reso_tuti.on Amendment. 0002 o e4'4n nf' rmmn1PtPd and suoolemented, when POS I T I ON ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 9/19/75 Action Requested: Reclassify Information Systems Technician Pos. #957-01 (Project) to Program Evaluator (Project) (filled by Tommy Duarte) Proposed effective date: 10/1/75 Expl ai n,_why `�jgtment is needed: L Estimated cod of adjustment: Contra Cosa CoUnfi/ Amount: , 1 . Salaries and wages: RECEIVED$ 2. _Fixed Assets: (.e izt item cold coat) c E o <-Q 1975 o Office of $ "o.;nty Administ.atar Estimated total HUMAN t; S�?;;^;r, AGENCY Signature W (zZX �0 Department Hea Initial Determination of County Administrator Date: October 8, 191-5 To Civil Service: Request recommendation. Count mtnti t Personnel Office and/or Civil Service Commission Date: October 15. 1975 Classification and Pay Recommendation Reclassify 1 Information Systems Technician-Project to Program Evaluation Technician-Project. Study discloses duties and responsibilities now being performed justify reclassification to Program Evaluation Technician-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the re- classification of Information Systems Technician-Project, position #01, Salary Level 255 (802-975) to Program Evaluation Technician-Project, Salary Level 319 (975-1185). Pers n6el Director 75 Recommendation of County Administrator ` Date: October , Reclassify one (1) Information Systems Technician-Project, position number 01, Salary Level 255 ($802-$975), to Program Evaluation Technician-Project, Salary Level 319 ($975-$1,.185), effective October 22, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED (��) on O C T 91 1975 3. R. OL ON. Coun y rk Cate: OCT 21 1975 By: -r.►2ce� 'l peputy. Clerk A PPROVIL o 5 tiv,6 a.d ju/s t-men t eon4t to teA an Appnop&iati.on Adjuz men t and PeAz oruti`h if) j Reso&tion Amendment. �i P 0 S I T I ON ADJUSTMENT REQUEST No: 2 Department Public Defender/ Budget Unit 243 Date September 10, 1975 Action Requested: Reclassify two (2) Public Defender Investigator I's (pos.#02 & 1#03) to Public Defender Investigator II. Proposed effective date- Explain why adjustment is needed: In order that each division office (4)has a P.D. Investigator II�,responsible for supervision of that officds investigations. Estimated cost,-af adjustment: Amount: . t; ;y1 . Contra Costa Coy 1 . Salaries-ani wages: $732 per position RECEIVED � 1464.00 2. Fixed Assets: (tet .ctema cued cost) Ui rite of Estimated totZ3vnsy A-*ninistra;or $ 1464.00 Signature Department Head ' Initial Determination of County Administrator Date: September 15, 1975 To Civil Service: Request recommendation. 4, 11 ii Cd6ntv Administrator Personnel Office and/or Civil Service Commission Date: October 14, 1975 Classification and Pay Recommendation Reclassify 1 Public Defender Investigator I to Public Defender Investigator II. Study discloses duties and responsibilities now being performed justify reclassification to Public Defender Investigator II. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the re- classification of Public Defender Investigator I, position #02, Salary Level 417 (1314-1597) to Public Defender Investigator II, Salary Level 449 (1449-1761). Asst. Personnel Di `ctor Recommendation of County Administrator te: October 15, 1975 Reclassify one (1) Public Defender Investi ator I, position number 02, Salary Level 417 ($1,314-$1,5975, to Public Defender Investigator II, Salary Level 449 ($1,449-$1,761), effective October 22, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED on 0 C T 21 1975 J. R. OLSSON, County Clerk Date: . 0�T 2) ? 1975 _ By: Deputy Clerk APPROVAL os to s adju,atine►tt eonztitutes an Apptol.).ti.ati.on Adjus.*ne►lt cuid Pe sOnnel_ (1�,c� Reao.Cu.tion Amendment. or.,�u2 7 POSITION ADJUSTMENT REQUEST No: Public Works Department Buildings and Grounds Budget Unit 074 Date May 5, 1975 Action Requested: Reclassify Lead Custodian Position #005 to Supervising Custodian Proposed effectivg dale: ASAP Explain why adjustment is needed: The duties and responsibilities of this asi;tLon Vave evolved to the point where the position is inappropriately classified. rn Estimated cost of adjustment: Contra Cos,,a Cou,-Ity Ac unto <_". T77. 1 . Salaries and wages: (Ist Year) RECEIVED $ 804 2. Fixed Assets: (ti4t item6 and cost) None 975 f Estimated to E aTnt,/ Administrar-or $ 804. Signature 491_41/rm -"0 Dep AAmdn f--ffie-aT-T— hilial Determination of County Administrator Date: May 16,_ 1975 To Civil Service: Request classification recommendation. County Admi nT'slrafor- Personnel Office and/or Civil Service Commission Date: October 14, 1975 Classification and Pay Recommendation . Reclassify 1 Lead Custodian to Supervising Custodian. Study discloses duties and responsibilities now being performed justify reclassification to Supervising Custodian. Can be effective dayfollowing Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the re- classification of Lead Custodian position #05, Salary Level 249t (868-957) to Supervising Custodian, Salary Level 279t (951-1049). Asst. Personnel Divtctor Recommendation of County Administrator 0 te: October 16, 1979 Reclassify one (1) Lead Custodian, position number 05, Salary Level 249t $868-$957), to Supervising Custodian, Salary Level 279t R951-$1,049), effective October 22, 1975. County Administrator Action of the Board cf- Supervisors Adjustment APPROVED W) oo OLL.o.I jg � J. R. OLSSO ', County Clerk 11 "T 21 BY: (&eputy Clerk APPROVAL o6 tU4 adjustment con,6titatu an App.top-liLation Adjtzs.tment and Peuonnet - - RezotutionAmez&nent. 000u.28 •L POS I T I ON A D J U S T M E N T REQUEST No: Department Clerk of the Board Budget Unit 002 Date 7/9/75 Action Requested: Establish Assistant Clerk of the Board of Supervisors (03) for training until position (01) retires on 3/31/76 Proposed effective date: 10/1 Explain why adjustment is needed: Provide proper training of replacement on r'ldministrator, Public Works, Planning, and other agendas. Estimated cost of adjustment: Contra Coria Coc,=nfij Amount: 1 . Salaries and wages: 6 months maximum I-\ECEI1SLEF) 5178.00 2. Fixed Assets: (ti.et item6 and coat) ^fice of Estimated total County Administro;or $ 5178.00 Signature - artment Head Initial Determination of County Administrator Date: 7/24/75 To Civil Service: Request Recommendation. Count A s rator Personnel Office and/or Civil Service Commission Date: October 14- 197,.5 _ Classification and Pay Recommendation Classify l 'Assistant Clerk-Board of Supervisors. r. Study di! cIos§as duties and responsibilities to be assigned justify classification as Assistant CWrk-Zoard of Supervisors. Can be effective day following Board action. The_above�4ct-#bn can be accomplished by amending Resolution 71/17 by adding I Assistant,LlerkcBoa`rd of Supervisors, Salary Level 305 (934-1135). i Personnel Dfrector Recommendation of County Administrator ate: October lb, 1975 Add one (1) Assistant Clerk-Board of Supervisors, Salary Level 305 ($934-$1, 135), effective October 22, 1975. County Administrator Action or the Board of Supervisor; 0 C T 21 1915 Adjustment APPROVED ) on J. R. OLSSON, County Clerk i Date: 0 C i 1 1975 — BY: U—)t—rt eputy Clerk - APPROVAL o6 tJzi s ad jwstment eonAti,t wto a an Appnop&Zation Ad ju stinettt acid Pefus ohne t' Ruotati.on Amendment. 09, 029 . 0 In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter 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 October 21, 1975- 1 hereby certify that the foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors ofSxed this 21st day of October lg 75 J. R. OLSSON, Clerk By Vt7x-"SC O Deputy Clerk Bonnie Boaz 00 '30 H,24 8/75 10M � CONTRA cos'rA COUNTY APPROPRIATION ADJUSTMENT ' 1. DEPARTMENT OR BUDGET UNIT Human Resources Agency 180 RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special Fund ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quantit ) BudoetUnit Ob'ect Sub.Acct. CR X IN 66) OI 1003 180-2100 Office Expense 2100 720 it 180-2110 Communications 2110 715 of 180-2261 Occupancy Costs 2261 1595 if 180-2301 Auto Mileage 2301 540 It 180-2303 Other Travel 2303 250 if 180-2310 Professional $ Personal Svcs. 2310 1900 1003 450-2100 2100 720 to 450-2110 2110 715 it 450-2261 2261 1595 " 450-2301 2301 540 " 450-2303 2303 250 " 450-2310 2310 1900 /003 Ib 4922 Cosis Applied To Se;y 4 suppfces ITAW �JSO-y`IO0 /�dvinlHiSTra'fli/e Servfccs SAW -5:726 -572e- PROOF _Comp,-_ _K.P__ _VER.- 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY To transfer funds for support of the Developmental Disabilities Council budgeted in the Human Resources Date Description Agency (BU 180) and transferred to the Health Department (BU 450) effective August 1, 1975. 0 APPROVED: SIGNATURES DATE c AUDITOR--= IO w= ccs CONTROLLER: - COUNTY ADMINISTRATOR. BOARD OF SUPERVISORS ORDER: YES: Supervisors Kenny. Dias, AlodamYt gogg�, LWscheid. - No:.C4 nC- OCT 21 197 J on J. R, OLSSON CLERK by c. P Director 10/9/75 Deputy Clerk 0 Signature Titleote ( M 129 Rev. 2/66) C. L. Van Marter App rap.Adj. Ot!r.31urnal No. •See Instructions on Reverse Side tJ V OK CONTRA COSTA COUNTY 0 • p p AP RO RIATiON ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Pub I i c Works RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Code Quantity) Fund Bud et Unit Ob'ect Sub.Acct. Decrease CR X IN 66) SELECT ROAD CONSTRUCTION 01 1003 661-7600 330 I . Camino Pablo 7900 554 2. State Hwy 4 RW 5000 552 4. Diablo Rd 90000 586 4. Diablo Rd 20000 585 4. Diablo Rd 70000 994 2. Land Dev Eng 5000 987 I . Slide Repair 7900 MINOR ROAD CONSTRUCTION 665 548 3. Morgan Territory Rd RW 3023 366 4. Calvin Drive 15000 362 4. Lind Ct 15000 360 4. Orchard Rd 15000 361 4. - Orchard Rd 15000 994 3. Land Dev Eng 3023 PROOF �__mp.__ _K--P:_ _VE_R._ 3. EXPLANATION OF REQUEST(IF capital outlay, list itwns and cost of each) TOTAL ENTRY 1. W.O. 5837 Repair and stabilize slide approximately Date Description 400 feet north of El Toyenal (contract award= 10/14/75) 2. W.O. 4174 Right of Way Engineering to establish existin. centerline from Bridgehead Rd to County Line 3. W.O. 4199 Right of Way Engineering to establish existing centerline from Marsh Creek Road to 3.2 miles south. APPROVED: SIGMA RES DATE 4. W.O. 4302 Consolidation of funds for various select AUDITOR and minor roads on overlay project to be CONTROLLER: done under one contract. ` COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: 8 asoma Ketttty, Dias, AlorlarW r.twimm OCT 211975 NO:.%.&OYLQ�, on2 J. R. OLSSON CLERK by 4 Deputy Public Works D i.rector 10/15/7! 0w.,,. Signature Title Date '7 CIe�IC (M 129 Rev. 2/68) •See Instructions on Reverse Side mal No.O�+V CONTRA COSTA COUNTY 0 APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Public Works RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quontit ) Fund gud et Unit Ob'ect Sub.Acct. CR X IN 661 FLOOD CONTROL ZONE I 01 2521 2521-7700 006 I . Utilities - lines E b EI 10000 003 I . RW Acq - lines E b EI 10000 FLOOD CONTROL ZONE 8A 2531 2531-7700 004 2. RW - Invest St Drn 2000 S ( 7712 002 2. Reconstr Inv. St. Drn 25663 702 2. Reconstr Inv. St. Drn 27663 PROOF C_omp.__ _K_P__ _V_ER._ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY I . Lines E b EI General Utility Coordination and relocation Date Description area bounded by SPRR, EBMUD, Hwy. 4 and Lone Tree Way. 2. Consolidate 75-6 budgeted funds with carry over funds for construction of Investment Street drain, Unit I, Parker Avenue to Rodeo Creek. APPROVED: GNATURES DATE AUDITOR— CONTROLL COUNTY + l0 ADMINISTRATOR BOARD OF SUPERVISORS ORDER: YES: Supervisors Denny. Dias, Moriarty. Boggess, LAnschd& OCT 2119 NO:.C.njJKA- on J. R.OLSSON CLERK Q eputy Public Works Director 10/15/75 by d• Deputy Clark Signature Title //� Date � r �+rnal No. �O ( M 129 Rev. 2/68) •See Instructions anReaerse Side OC j BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA. Re: Abandoning a Portion ) RESOLUTION NO. 75/819 of Hawthorne Drive, ) Date: October 21, 1975 Walnut Creek area. ) Resolution & Order Abandoning 1 County Road (S.&H. Code 5959) The Board of Supervisors of Contra Costa County RESOLVES THAT: On September 2, 1975 this Board passed a resolution of intention to abandon the county highway described below and fixing Datober 21, 1975, at 10:30 a.m. , in its chambers.,- Administration hambers;Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon, and ordered that the resolution be published and posted as required by law, which was done as shown by affidavits on file with this Board. .1 The hearing was held at that time and place, this Board hearing ` and duly considering evidence offered concerning the abandonment. t - This Board therefore hereby finds that the hereinafter ` described County Highway dedicated to public use, is unnecessary for present or prospective use, and it is HEREBY ORDERED ABANDONED. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present. VJW:s cc: Recorder Planning Co�rmission Public Works Direct-or ..o_ :�s _ Appli cAnt ?.O.?-E. _ Mr. E. Bertinuson Ri7ht ��' i�;y S»pil» f?sor r•T.&T. RESOLUTION NO. 75/819 E.73."".U.D. '°hQ?n43 Bro .. trap_: J;,r.n 03y.n roe?1 C.C.G. ;later Dist . Steffe San;tary Dist. of C.C. Oakley Co'-zn;y :Ja to n .Dist. Sar Pablo Sanitary Mist . Draftsman 00034 - / Hawthorne Drive l HXhI311 "'A" � Road No. 4245 BA July 24, 1975 ROAD ABANDONMENT - - - - Portion of Hawthorne Drive as-said road is shown on the map entitled; "Idylu ood Acres - Unit No. 1, Contra Costa County, California," filed May 6, 1946, in Book 29 of Maps, at page 12, Records of Contra Costa Gounty. California, described as follows: Beginning on the southwesterly line of said Hawthorne Dri-Cre at the southerly line of said Idylwood Acres - Unit No. i (29 DIB 12); thence, from said point of beginning along said southwesterly line of Hawthorne Drive Norf:i 2T0 33.' 20" West, 13.37 feet; thence, northwesterly along a•tangent curve ;.o z_- left, 'raving a radius of 50.00 feet, through a central ar_gle of 790 461•4011, an arc distance of 69.62 feet,- thence, tangent to said curve South 750 40' 00" lest, 26.73 feet; thence, North 370 04' 40" nest;-•54.22 �'1� feet to the northeasterly line of said Hawthorne Drive; thence, along said northeasterly line North 750 40' 00" East, 47.70 *feet; thence, soiutheasterly along a tangent curve to the right, having a radius of 100_00 feet, through a central angle of 790 46' 40"b an arc distance. of 139.24 feet; thence, tangent to said curve-South 24 33' 20" East, 13.37 feet to -said southerly line. of Idylwood Acres - Unit No. 1 (29 MB 12); thence, along.said southerly line South 6S0 26' 40" West, 50.00 feet to the point of beginning. _ -EXCEPTING AND RESERVING THEREFROM, pursuant to the provisions of Section 959.1 of the Streets and Highways Code, the easement and right at any time or from' time to time for*the owner of an•existing facility used for.utility purposes, -- including but not limited to transmission and distribution for electric power, telephone and other communication services and for pipe lines for gas, water, storm drainageand sanitary sewers, to maintain, operate, replace, remove, renew, and enlarge existing lines of poles, wires, pipes; and other corvericnt structures, equipZznt and fixtures for the operation of existing facilities' including access to protect the property from all hazards in, upon, under, and over the street hereinbefore described to be abandoned by said County of Contra Costa. 00035 J BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Abandoning a portion of ) RESOLUTION NO. 75/820 Campo Calle Road between ) Quandt Road and Pleasant Hill ) Date: October 21, 1975 Road (Lafayette Area). ) Resolution and Order Abandoning County Road (S.&H. Code 5959) The Board of Supervisors of Contra Costa County RESOLVES THAT: On September 2, 1975, this Board passed a resolution of intention to abandon the county highway described below and fixing October 219 1975, at 10:30 a.m. , in its chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for the hearing thereon, and ordered that the resolution be published and posted as required by law, which was done as shown by . affidavits on file with this Board. The hearing was held at that time and place, this Board hearing and duly considering evidence offered concerning the abandonment. This Board therefore hereby finds that the hereinafter described County Highway dedicated to public Use, is unnecessary for present or prospective use, and it is HEREBY ORDERED ABANDONED. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present. f VJW/j ; cc: Recorder Pianning CoYrasission Public Works Director Applicant Mr. E. Bertinuson Y:fight of :lay Supervisor ?.T.&T. t r". s. 1'ns C.: . . a- :r Dist. Slee -ani t-arg Dint. RESOLUTION NO. 75/820 C. of Ci.:. On l3: Colrnty Wat:�r D_s t. San Pabin Sanitary Dist. Dre f t:man 00035• ` Campo Calle j Road No. 365SAA EXHIBIT "All July 7, 1975 ROAD AB;10:DO1%TIENT _ Portion of the Rancho Canada Del Haribre described as follows: Beginning on the southwesterly line of the County road known as Campo Calle, at the most northerly corner of Lot 4 as said lot is shown on the map entitled- "Tract 2447, southerly portion of Rancho Canada Del Hambre, Contra Costa County, California," filed Dece;:iber 12, 1956 -in Book 66 of haps, at page 6, Records of Contra Costa County, California; thence, from said point of beginning, along said southwesterly line of Campo Calle: North 240 59' 47" West, 154`_85 feet; thence, northwesterly along a tangent curve to the left, having a radius of 275.00 feet, through a central angle of 130 54' 0011, an arc distance of 66,.72 feet; thence, tangent to said curve North 380 53' 47" West, 107.29 feet; thence, northwesterly along a tangent curve to the left, having a radius of 25.00 feet,. a� through a central angle of 490 24' 00", an arc distance of 21.55 feet; thence, tan- C. ti gent to said curve North 880 17' 47" West, 21.64 feet to a point on the easterly 1� line of Pleasant Iiill Road, from which a radial line of a non-tangent curve to the left having a radius of 525.00 feet, bears North 730 52' 15" blest; thence, leaving said southwesterly line of Campo Calle northeasterly along said easterly- line and curve, through a central angle of 30 58' 5411, an arc distance of 36.4S feet;- thence, South 890 59' 44" East, 1S.00 feet; thence, North 280 -33' 31" East, 14.64 feet to a point on the northeasterly line of said Campo Calle, from which a radial line of a non-tangent curve to the right, having a radius of 75.00 feet, bears South 90 59' 45" hest; thence, along said northeasterly line: southeasterly along said curve, through a central angle of 41° 06' 28", an arc distance of 53.31 feet; thence, tangent to said curve South 380- 53' 47" East, 107-29 feet; thence, southeasterly along a tangent curve to the right, having a radius of 325.00 feet, throug:� a "central angle of 13° 54' 00'', an arc distance of 78.SS feet; thence, tangent to said curve South 240 59' 47" East, 464.85 feet; thence, southeasterly along a tangent curve to the left, having•a radius of 275.00 feet, through a central angle of 220 54' 101?, an arc distance of 109.93 feet to a point of cusp from which a radial line of a non-tangent curve to the left, having a radius of 180.00 feet bears South 240 42' 411W;thence, leaving said northeasterly line of Campo Calle, westerly along said curve, through a central angle of 490 43' 15", an arc distance of 156-20 feet to a point of cusp on the northerly line of Quandt Road; thence, tangent to said curve North 640 59' 26" East, 22-25 feet; thence,- northeasterly along a tangent curve to the left, having a radius of 43.42 feet, through a central angle of 890 59' 1311, and arc distance of 68.19 feet to said southwesterly line of Campo Calle; thence, tangent to said curve, along said southwesterly line North 240 59' 47" tdest, 310.00 feet to the point of beginning. -EXCEPTING AND RESERVING THEREFROM, pursuant to the provisions of Section 959.1 of the Streets and Highways Code, the easement and right at any time or from time to time for the owner of an existing facility used for utility purposes, including but not limited to transmission and distribution for electric power, telephone and other communication services and for pipe lines for gas, water, storm drainage and sanitary sewers, to maintain, operate, replace, remove, renew, and enlarge existing lines of poles, wires, pipes, and other convenient structures, equipment and fixtures for the operation of existing facilities including access to protect the property from all hazards in, upon, under, and over the street hereinbefore described to be abandoned by said County of Contra Costa. 000137 Bearings used in the above description are based on the California Coordinate System , Zone III. 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Sale of ) $300,000 of Knightsen ) School District, 1975 ) Resolution No. 75/821 School Bonds. ) WHEREAS the Board of Supervisors of Contra Costa County, State of California, heretofore duly authorized the issuance of $ 300,000 principal amount of bonds of Knightsen School District of Contra Costa County; and further duly authorized the sale of said bonds at public sale to the best and highest bidder therefor; and WHEREAS notice of the sale of said bonds has been duly given in the manner prescribed by this Board of Supervisors, and the following bids for said bonds were and are the only bids received by said Board of Supervisors, to wit : Net Interest Cost Name of Bidder to District Bateman Eichler, Hill Richards, Incorporated $179,897.00 Crocker National Bank 180,000.60 f'lells Fargo Bank 200, 537.20 67-6-200 RESOLUTION NO. 75/821 0OO"o Form #22.2 AND, WHEREAS the said bid of Bateman Eichler, Hill Richards, Incorporated is the highest and best bid for said bonds, considering the interest rates specified and the premium offered, if any, NOW, THEREFORE, BE IT RESOLVED by the Board of Supervisors of the County of Contra Costa, State of California, as follows: 1. Said bid of Bateman Eichler, Hill Richards, Incorporated par value of said bonds shall be, and is hereby accepted and the Treasurer of Contra Costa County is hereby authorized and directed to deliver said bonds to said purchaser thereof upon payment to said Treasurer of the purchase .price, to =sit: Par and accrued interest to date of delivery, plus a premium of $ 18.00 Interest Rate Bond Numbers per Annum 1 through 15 7.C;; 16 through 27 5.8 28 through 32 6.C 33 through 37 6.10 38 through 42 6.2- 43 through 48 6.3e 49 through 54 6.4% ,55 through 60 6.5 Said bonds shall be in the denomination of $ 5,000 each in accordance with the Official Notice of Sale, and bonds shall bear interest at the said rates hereinabove set forth, payable semi— annually on May 15 and I ov ember 15 in each year, except interest for the first year which is payable in one installment on !J'o-xrei-ber 15, 1?76. 2. All other bids are rejected and the Clerk of this Board is directed to return the bid checks which accompanied the unsuccessful bids. 6-67-200 RESOLUTION NO. 75/821 Pare 222.2 00039 Page 4. The Board of Supervisors covenants with the holders of all 1975 School Bonds of Knightsen School District at any time outstanding that no use will be made of the proceeds of the Bonds which would cause such Bonds to be "arbitrage bonds" subject to federal income taxation by reason of Section 103 (d) of the n Internal Revenue Code or the application regulations of the Internal Revenue Service pursuant thereto. To that end, so long as anv of the Bonds of said District are outstanding, the Board of Supervisors, with respect to the proceeds of said Bonds, shall comply with all requirements of said Section 103 (d) and of all regulations of the Internal Revenue Service issued thereunder and then in effect, so that none of such Bonds will be or become "arbitrage bonds." 5. The Clerk of this Board of Supervisors is directed to cause to be lithographed, printed or engraved a sufficient number of blank : -)zeds and coupons of suitable quality, said bonds and coupons to shop: on their face that the same bear interest at the rates aforesaid. PASSED this 21st day of October, 1975. cc: Bateman Eichler, Hill Richards, Incorporated Diamond International Corporation Count;r Auditor Counter Counsel County Treasu-rer County Administrator RESOLUTIOPi H0. 75/821 00A40 1:'d i28 BOOM OT JU0vi_y*0T5 Oi Cont-i0. Costa Counly, S'.0 o California In Ahe moaar of Amending Resolution Number 75/523 Establishing Rates to be Paid to Child RESOLUTION NMBER- 75/$22 Care Institutions WHEREAS this Board on June 30, 1975 adopted Resolution Number 75/523 establishing rates to be paid to Child Care Institutions for the Fiscal Year 1975-76; and WHEREAS the Board has also been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution Number 75/523 is hereby amended effective July 1, 1975 as detailed below_ ADD THE FOLLOWING PRIVATE INSTITUTION MONTHLY RATE Edward C. Boyle Group Home/Los Angeles $750 Passed by the Board on October 21, 1975. cc: Probation Officer Human Resources Director Social Service County Administrator County Auditor-Controller Superintendent of Schools P .RESOLUTION.NUMBER 75/822 BRS UV041 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT In the Matter of Approving Plans ) and Specifications for Construction ) of Irrigation Siphons , Marsh- ) RESOLUTION NO.75/823 Kellogg Watershed , Brentwood Area. ) (Work Order 8519) ) WHEREAS Plans and Specifications for the construction of three irrigation siphons located within the Marsh-Kellogg Watershed, approximately 2 miles northwest of Brentwood , have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the project has been determined to be exempt from the provisions of the Environmental Quality Act of 1970 , through a Class 2 Categorical Examption ; IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on November 18 1975 at 11 :00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the LAFAYETTE SUN - PASSED AND ADOPTED by the Board on October 21 . 1975 • cc: Public Works Director County Auditor-Controller County Administrator RESOLUTION NO. 75/823 ©X42 rR C- E D Invitation for Bids No. 8519-75 October 21, 1975 ur�v�soas q'rRA COSTA COUNTY FIAOD CONTROL 2A fCO. By.__ W - '' AND WATER CONSERVATION DISTRICT 255 Glacier Drive Martinez, California 94553 NOTICE TO PROSPECTIVE BIDDERS - CONSTRUCTION SEALED FIDS, IN SINGLE COPY, WILL BE RECEIVED IN ROOM 103, COUNTY ADMfIN- ISTRATION BUILDING, 651 PINE STREET, MARTINEZ, CA, UNTIL 11 A.M. LOCAL TIME AT THE PLACE OF BID OPENING, NOVEMBER 18, 1975, AND THEN BE PUBLICLY OPENED AND READ, FOR THE CONSTRUCTION OF THREE IRRIGATION SIPHONS. THESE STRUCTURES ARE LOCATED WITHIN THE MARSH-KELLOGG WATERSHED, APPROXIMATELY 2 MILES NORTHk'EST OF BRENTWOOD, CONTRA COST: COUNTY, CALIFORNIA. ' THE ESTIMATED QUANTITIES OF THE MAJOR ITEMS OF WORK ARE: 37 LIN. FT. RUBBER GASKET JOINT, REINFORCED CONCRETE PIPE 123 LIN. FT. ASBESTOS CEMENT PIPE THE ESTIMATED PRICE RANGE FOR THE WORK IS $10,000 TO $50;000. ALL BIDS MUST BE ACCOMPANIED BY BID BOND; CERTIFIED CHECK, CASHIER'S CHECK, ®- MONEY ORDER, OR CASH IN AN AMOUNT NOT LESS THAN TEN PERCENT (10%) OF THE AMOUNT BID. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO EXECUTE A FORMAL CONTRACT AND FURNISH PERFORMANCE AND PAYMENT BONDS IN AMOUNT OF 100% AND 50% RESPECT- IVELY OF THE TOTAL AMOUNT OF THE CONTRACT. A CONTRACT WILL NOT BE AWARDED TO A FIRM IN WHICH ANY OFFICIAL OF THE SPON- SORING LOCAL ORGANIZATION, THE CONTRACTING LOCAL ORGANIZATION, OR ANY MEMBER OF SUCH OF;ICLAL'S IMMEDIATE FAMILY HAS DIRECT OR INDIRECT INTEREST IN THE PECUNIARY PROFITS OR CONTRACTS OF SUCH FIRM. ALL WORK SHALL BE COMPLETED WITHIN 35 CALENDAR DAYS AFTER THE DATE OF RECEIPT OF NOTICE TO PROCEED. PROSPECTIVE BIDDERS MAY ASSEMBLE AT THE INTERSECTION OF GRANT STREET AND HIGHWAY 4 ON WEDNESDAY, NOVEMBER 5TH AT 2:00 P.M. FOR A GROUP SHOWING OF THE WORT: SITE. IF YOU ARE UNABLE TO ATTEND ONE OF THE GROUP SHOWINGS, ARRANGEMENTS TO INSPECT THE SITE MAY BE MADE WITH THE CONTRACTING OFFICER FOR THE CONTRA COSTA COU\'TY FLOOD CONTROL AND WATER CONSERVATION DISTRICT, 255 GLACIER DRIVE, MARTINEZ, CALIFORNIA (PHONE 415-372-4470). COMPLETE ASSEMBLY OF THE INVITATION FOR BIDS MAY BE OBTAINED FROM THE CONTRA COSTA COUNTY FLOOD CONTROL DISTRICT OFFICE, 255 GLACIER DRIVE, MARTINEZ, CA 94553, UPON PAYMENT OF A PRINTING AND SERVICE CHARGE I:J THE ANOUdT OF THREE AND 20/100 DOLLARS ($3.20, SALES TAX I11CLUD%D) WHICH AMIOUNT SHALL NOT B3 REFUNDABLE. CHECKS SHALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA' AND SHALL BE !TAILED TO FLOOD CONTROL DISTRICT OFFICE, 255 GLACIER DRIVE, MARTINEZ, CALIFORNIA 94553. 00., r _ 9 v INVITATION TO BID NO. 8519-75 MARSH-KELLOGG WATERSHED E.C.C.I.D. IRRIGATION MODIFICATIONS LINES E & E-1 CONTRA CESTA COUNTY, CALIFORNIA issued by CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT in cooperation with r THE.U.S.D.A. SOIL CONSERVATION SERVICE E _ QCT 1975 J. R. 0.5-^'d, R BOARD U?�RVISORS P T^ CO. 001044 TABLE OF CONTENTS INVITATION FOR BIDS INSTRUCTIONS TO BIDDERS, FORM SCS-AS-39 SPECIAL INSTRUCTIONS TO BIDDERS ' NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS, FORM SCS-AS-819 BID FORM (CONSTRUCTION CONTRACT) , FORM SCS-AS-51 BID SCHEDULE . GENERAL PROVISIONS, FORM SCS-AS-43 SPECIAL PROVISIONS CONTRACTOR'S RIGHT OF ENTRY - RAILROAD EQUAL OPPORTUNITY CLAUSE, FORM SCS-AS-85 CERTIFICATION OF NONSEGREGATED FACILITIES, FORM SCS-AS-818 INSTRUCTIONS TO CONTRACTORS, FORM AD-425b BID CONDITIONS BID BOND, FORM SCS-AS-158 S CONSTRUCTION SPECIFICATIONS 3 STRUCTURE REMOVAL 8 MOBILIZATION 21 EXCAVATION 23 EARTH FILL 32 CONCRETE FOR MINOR STRUCTURES 34 STEEL REINFORCEMENT 42 CONCRETE PIPE CONDUITS AND DRAINS 44 ASBESTOS - CEMENT PIPE CONDUITS AND DRAINS 71 WATER CONTROL GATES MATERIALS SPECIFICATIONS 522 AGGREGATE FOR PORTLAND CEMENT CONCRETE 531 PORTLAND CEMENT 536 SEALING COMPOUND FOR JOINTS IN CONCRETE AND CONCRETE PIPE: 539 STEEL REINFORCEMENT (FOR CONCRETE) 541 REINFORCE CONCRETE PRESSURE PIPE 542 CONCRETE CULVERT PIPE 545 ASBESTOS - CEMENT PIPE 00045 INVITATION FOR BIDS MARSH-KELLOGG WATERSHED E.C.C.I.D. IRRIGATION MODIFICATIONS LINES E and E-1 CONTRA COSTA COUNTY, CALIFORNIA INVITATION NO. 8519-75 DATE: OCTOBER 21, 1975 ISSUED BY THE CONTRACTING LOCAL ORGANIZATION: CONTRA COSTA COUNTY FLOOD CONTROL AND 14ATER CONSERVATION DISTRICT Sealed bids, in single copy for the work described herein will be received by the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California on or before 11:00 a.m. , November 18, 1975, and at that time-be publicly opened in the chambers of the Board of Supervisors, Room 107, Administration Building, Martinez. Prospective bidders may assemble at the intersection of Grant Street and Highway 4 on Wednesday, November 5, 1975, for a group showing of the work site. The group will leave the assembly site promptly at 2:00 p.m. If you are unable to attend the group showing, arrangements to inspect the site may be made with Robert Lowe, Design Engineer for the Contra Costa County Flood Control and Water Conservation District at the Contra Costa County Flood Control and Water Conservation District, 255 Glacier Drive, Martinez, California (Phone (415) 372-4470) . Bid security in an amount of not less than 10 percent (10%) of the total bid price, must be submitted with each bid exceeding $7500.00. Security may be in the form of a bid bond, cashier's or certified check, postal money* order, or cash. If a bid bond is used it must be executed on Form SCS-158 (copies enclosed) . If a check or money order is used, it must be made payable to the CONTRA COST!1 COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT. Bid security, other than bid bonds, submitted by unsuccessful bidders will be returned as soon as practicable after award of contract. The successful bidder will be required to execute a formal contract Form SCS-410. He will be required to furnish to the Contracting Local Organization a PERFORMANCE BOND on Form SCS-161 of not less than one hundred percent (100%) of the original amount of the contract and a PAYMENT BOND on Form SCS-160 of not less than fifty percent (50%) of the original contract amount. • -1- MOTS J DESCRIPTION OF WORK: Construction of three irrigation siphons and related work involving the estimated quantities shown in the attached bid schedule. The work shall commence within seven (7) calendar days and be completed within thirty-five (35) calendar days after the receipt of the Notice to Proceed. In accordance with Clause 26 "Weather" of the GENERAL PROVISIONS, contract time will be appropriately adjusted for delays caused by weather. NOTICE: The Bide Schedule, General Provisions, Special Provisions (Mihimum Wage Rates) , Equal Opportunity Clause, Certification of Nonsegregated Facilities, Instructions to Contractors, Contractor's Affirmative Action Plan, Bid Conditions and Specifications listed under Contents and the drawings #D2653-D2655 will be incorporated in and become a part of the resultant contract. -2- 000 SCS-AS-39 U.S.DEPARTMENT OF AGRicurURE ' Rev.11-70 File code AS-14 Soil Conservation Service INSTRUCTIONS TO BIDDERS (LOCAL CONTRACT) 1. EXPLANATIONS TO BIDDERS 4. BID GUARANTEE Any explanation desired by a bidder regard- Where a bid guarantee is required by the ing the meaning or interpretation of the invita- invitation for bids, failure to furnish a bid tion for bids,drawings, specifications, etc., must guarantee in the proper form and amount, by be requested in writing and with sufficient time the time set for opening of bids. may be cause allowed for a reply to reach bidders before tfte for rejection of the bid. submission of their bids. Any interpretation A bid guarantee shall be in the form of a firm made will be in the form of an amendment of commitment, such as a bid bond, postal money the imitation for bids, drawings, specifications, order, certified check, or cashier's check. Bid etc., and will be furnished to all prospective guarantees, other than bid bonds, will be re- bidders. Its receipt by the bidder must be turned (a) to unsuccessful bidders as soon as acknowledged in the space provided on the bid practicable after the opening of bids, and (b) to form or by letter or telegram received before the the: successful bidder upon execution of such time set for opening of bids. Oral explanations further contractual documents and bonds as . or instructions given before the award of the may be required by the bid as accepted. contract will not be binding. If the successful bidder, upon acceptance of his bid by the Contracting Local Organization ® 2. CONDITIONS AFFECTING THE WORK within the period specified therein for accept- ance (sixty days if no period is specified) fails to Bidders should visit the site and take such execute such further contractual documents, if . other steps as may be reasonably necessary to any, and give such bond(s) as may be required ascertain the nature and location of the work, by the terms of the bid as accepted within the and the general and local conditions which can time specified (ten days if no period is specified) affect the work or the cost thereof. Failure to after receipt: of the forms by him, his contract — do so wii! not relieve bidders from responsibility may be terminated for default. In such event he ' for estimating properly the difficulty or cost of shall be liable for any cost of procuring the work successfully performing the work.The Contract- ing Local Organization will assume no respon- bid guarantee shall be available toward offsetting sibility for any understanding or representations such difference. concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for 5. PREPARATION OF BIDS bids, the specifications, or related documents_ (a) Bids shall be submitted on the forms ' 3. BIDDER'S QUALIFICATIONS furnished, or copies thereof, and mast be man- ually signed. If erasures or other changes appear Before a bid is considered for award, the on the forms, each erasure or change must be bidder may be requested by the Contracting initialed by the person signing the bid. Unless Local Organization to submit a statement re- specifically authorized in t11e invitation for bids, garding his previous experience in performing telegraphic bids will not be considered. comparable work, his business and technical (b) No bid will be considered unless all items organization, financial resources, and plant avail- in the bid schedule are priced. In case of error in able to be used in performing the work. the extension of price, the unit price shall p 1 0�i%,/18 S. PREPARATION OF BIDS—Continued will be considered at any time it is received and govern. The quantities listed in the bid schedule may thereafter be accepted. on which unit prices are requested are estimates (b) Bidders using certified mail are cautioned eonly. to obtain a Receipt for Certified Mail showing a (c) Unless called for, alternate bids will not legible, dated postmark and to retain such be considered. receipt against the chance that it will be required (d) Modification of bids already submitted as evidence that a late bid was timely mailed. will be considered if received at the office (c) The time of mailing of late bids sub- designated in the invitation for bids by the time mitted by registered or certified mail shall be set for opening of bids. Telegraphic modifica- deemed to be the last minute of the date shown tions will be considered, but should not reveal in the postmark on the registered mail receipt or the amount of the original or revised bid. registered mail wrapper or on the Receipt for Certified Mail unless the bidder furnishes cvi- Bence from the post office station of mailing 6. SUBMISSION OF BIDS which establishes an earlier time. In the case of Bids must be sealed, marked and addressed as certified mail, the only acceptable evidence is as directed in the invitation for bids. Failure to do follows: (1)Where the Receipt for Certified Mail so may result in a premature opening of, or a identifies the post office station of mailing, failure to open,such bid. evidence furnished by the bidder which estab- lishes that the business day of that station ended 7. LATE BIDS AND MODIFICATIONS OR at an earlier time, in which case the time of WITHDRAWALS mailing shall be deemed to be the Iast minute of the business day of that station; or (2)an entry . (a) Bids and modifications or withdrawals in ink on the Receipt for Certified Mail showing thereof received at the office designated in the the time of mailing and the initials of the postal invitation for bids after the exact time set for employee receiving tite item and making the opening of bids will not be considered unless: entry, with appropriate written verification of (1)They are received before award is made;and such entry from the post office station of either (2) they are sent by registered mail,or by mailing, in which case the time of mailin.c, shall certified mail for which an official dated post be the time shown in the entry. If the postmark office stamp (postmark) on the original Receipt on the original Receipt for Certified Mail does for Certified Mail has been obtained and it is not show a date, the bid shall not be considered. determined by the Contracting Local Organiza- tion that the late receipt was due solely to delay g, WITHDRAWAL OF BIDS in the mails for which the bidder was not responsible; or (3) if submitted by mail (or by Bids may be withdrawn by written or tele- telegram if authorized), it is determined by the graphic request received from bidders prior to Contracting Local Organization that the late the time set for opening of bids. receipt was due solely to mishandling by the Contracting Local Organization after receipt at 9. PUBLIC OPENING OF BIDS the Contracting Local Organization installation: PROVIDED,That timely receipt at such installa- Bids will be publicly opened at the time set tion is established upon examination of an for opening in the invitation for bids. Their appropriate date or time stamp (if any) of such content will be made public for the information installation, or of other documentary evidence of bidders and others interested, who may be of receipt (if readily available) within the con- present either in person or by representative. trol of such installation or of the post office serving it. However, a modification which makes 10. AWARD OF CONTRACT the terms of the otherwise successful bid more (a) Award of contract will be made to that favorable to the Contracting Local Organization responsible bidder whose bid,conforming to the 2 0 10. AWARD OF CONTRACT—Continued in the invitation for bids or the specifications_ invitation for bids, is most advantageous to the The bidder whose bid is accepted will secure and Contracting Local® Organization, price and other maintain such insurance as is required by statute factors considered. and/or ordnance. (b) The Contracting Local Organization may, when in its interest, reject any or all bids 12. SPECIFICATIONS or waive any informality in bids received. (c) Only one contract will be awarded and Specifications referred to herein shall in- the award will be based on the total bid, elude all revisions and amendments in effect on corrected if necessary, for errors in price eaten- the date of issuance of the invitation for bids. sions and/or addition. Information as to where these specifications may be obtained can be acquired from the office 11. CONTRACT, BONDS AND INSURANCE issuing this invitation. The bidder whose bid is accepted will, 13. RECORDS within the time established in the bid, enter into a written contract with the Contracting Local Records of the site investigation and soil Organization, and if required, furnish perform- mechanics testing report may be reviewed by ance and payment bonds on forms furnished by prospective bidders by contacting the office the Contracting Officer in the amounts indicated issuing this invitation. 3 ©01J50 SCS-39 (cont d) 11/71 INSTRUCTIONS `i0 BIDDERS 14. Bidder:' Licenses. All bidders must be licensed in compliance uit.i lar under provisions of Division III, Chapter 9 of the Business and Professional Code of the State of California, which provides for the registration and licensing: of contractors. 15. hist of Subcontractors. Bidders are required to furnisz specific information as to their intention to subcontract, in accordance with the provisions of Sections 4100 to 4113 inclusive, of the Government Code of the State of California. Descri-otion of -.:oz' to Name �mder which Sub- Address be performed .(Also sho:r contractor is licensed Bid Schedule Ite^ No.) License No. License No. License No. License No. Subcontractors listed must be properly licensed under the laws of the State of California, for the type of work which they are to perform. 0OC151 r SPECIAL INSTRUCTIONS TO BIDDERS 1. Workigeek - Construction Schedule The Contractor shall, within 10 days after receipt of a written ,request from the Contracting Officer, and prior to award, .submit in writing for approval: (a) a construction schedule showing the order in which he proposes to carry on the wort: indicating the periods during which he will perform work on each item listed in the bid schedule: and (b) the hours and days he proposes to carry out the work. The maximum workweek that will be approved is 10 hours a day, Monday through Saturday. The Contractor's proposed hours of work shall include daily starting and stopping times. Failure to submit the proposed construction schedule, and days and hours of work, within the time specified, may be cause for rejection of the bid. 2. Comprehensive Safety Program The Contractor shall suhmit, in writing, a proposed Comprehensive Safety Program as outlined in United States Department of the Interior Bureau* of Reclamation Safety and Health Regulations for Construction, to the Contracting Officer for approval, prior to issuance of the Notice tcc Proceed. Every contractor foreman shall possess a Bureau of Mines or American Red Cross First aid Certificate. 3. Bid Conditions The Contractor's attention is directed to the section on Bid Conditions which requires submittals as a part of the .bid. 0dorZ2 SCS-819 9-68 NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (a) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (b) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Oppor- tunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (b) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal .Opportunity clause will be re- quired to provide for the forwarding of this notice to prospective subcon- tractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. 0v53 SCS-AS-51 (Formerly SCS-151) Rev. 7-70 File Code AS-14 BID FORM (CONSTRUCTION CONTRACT) NAME AND LOCATION OF PROJECT Marsh-Kellogg Watershed E.C.C.I.D. Irrigation Modifications INVITATION NO. 8519-75 Lines E & E-1 Approximately 2 miles Northwest of Brentwood Date October 21, 1975 Contra Costa County, California TO: CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Date 255 Glacier Drive Martinez, CA 94553 In compliance with the above—dated invitation for bids, the undersigned hereby proposes to perform all work for the construction of three irrigation siphons and related work within the Marsh—Kellogg Watershed. in strict accordance with the terms, conditions, provisions, schedules, specifications, and drawings, for the following amoumt Total Price Bid: dollars The undersigned agrees that, upon written acceptance of this bid, mailed or otherwise furnished within calendar days (60 calendar days unless a different period be inserted by the bidder) after the date of opening of bids, he will within 10 calendar days (unless a longer period is allowed) after receipt of the prescribed forms, execute Form SCS—AS-41, Contract and, if required by this invitation for bids, give performance and payment bonds on forms furnished by the Contracting Local Organization with good and sufficient surety. The undersigned agrees, if awarded the contract, to commence the work within_? calendar days after the date of receipt of notice to proceed,.and to comolete the work within_calendar days after the date of receipt of notice to proceed. The bidder certifies that no official of the Sponsoring Local Organizatibrs, the Contracting Local Organization, or any member of such official's immediate family, has direct or indirect interest in the pecuniary profits or contracts of this firm. (Continue on other side) UU �� The bidder represents (Check appropriate boxes): (1) That he( )has, ( ) has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause herein, the clause originally contained in section 301 of Executive Order No. 10925, or the clause contained in section 201 of Executive Order No. 11114; that he( ) has, ( ) has not, filed all required compliance reports; and that representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained prior to subcontract awards. ( The above representation need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) (2) That he operates as an individual, 0 partnership, O joint venture, 0 corporation, incorporated in State of Receipt of Amendments: The undersigned acknowledges receipt of the following amendments of the invitation for bids, drawings, and/or specifications, etc. (Give number and date of each): ENCLOSED IS BID GUARANTEE.IF REQUIRED,CONSISTING OF IN THE AMOUNT OF s NAME OF BIDDER(Type or print) FULL NAME OF ALL PARTNERS(Type or print l EUSINESS ADDRESS(Type a pring BY(Signorure in imL.Type or pmt name under sig�ure) TITLE(Type or prinU DIRECTIONS ENVELOPES CONTAINING BIDS, GUARANTEE, ETC,MUST BE SEALED,MARKED,AND ADDRESSED AS FOR FOLLOWS: Contracting Officer SUBMITTING Contra Costa County Flood Control and BIDS Water Conservation District 255 Glacier Drive Martinez, CA 94553 Invitation for bids #8519-75 CAUTION:Bids should not be Qualified by exceptions to the bidding condition,. 00r5j E,%hibit 2603.3 . BID FO%2: (CONS7-r.UCTION CO,\7FAC1), CONTINUED The Bidder represents (check appropriate blocks) (3) Tnat (1) he / / has developed and has on file / / has not developed and does not hive on file at each establishment affirmative action pro- grams as required by the rules and regulations of the Secretary of labor (41 CFR 60-1 and 60-2), or (2) he / / has not previously hnd contracts subject to the written affirmative action program require- " mens of the rules and regulations of the Secretary of Labor. T - : ASH Notice 2000-15 3-15-74 - - BID SCHEDULE MARSH-KELLOGG WATEP.SHE.'' E.C.C.I.D. IRRIGATION MODIFICATIONS Lines E & E-1 Item Spec. Unit No. Work or Material No. Quantity Unit Price Amount 1 Mobilization 8 --- L.S. $ $ 2 Structure Removal 3 -- L.S. $ $ 3 36-inch Diameter Rubber 42 37 L.F. $ $ Gasket Joint, Reinforced Concrete Pipe 4 18-inch Diameter Asbestos 44 68 L.F. $ $ Cement Pipe 5 16-inch Diameter Asbestos 44 45 L.F. $ $ Cement Pipe 6 12-inch Diameter Asbestos 44 10 L.E. $ $ Cement Pipe 7 Concrete 32 -- L.S. $ $ 8 Valves, 24-inch Alfalfa 71 3 Ea. $ $ 9 Trench Shoring and Bracing 21 -- L.S. $ $ TOTAL BID $ MK - E&E--1, I.R. (BS-1) , 9=75 QOA57 SCS-AS43 U.S.DEPARTMENT 01'AGRICULTURE Rev.8-73 SOIL CONSERVATION SERVICE Pile Cudc AS-14 GENERAL PROVISIONS (CONSTRUCTION CONTRACT) 1. DEFINITIONS (b)Any other written order or an oral order(which terms Terms used or referred to herein are defined as follows: as used in this paragraph (b) shall include direction, (a)Contracting Local Organization:The organization or instruction, interpretation, or determination) from the agency awarding the contract. Contracting Officer,which causes any such change,shall be (b) Contracting Officer: The person who is designated treated as a change order tinder this clause,provided that and authorized to enter into and administer this contract the Contractor gives the Contracting Officcrwritten notice onbehatfoftheCo»fractingLoatlOrganizationorhisduly stating the date.circumstances.and source of the orderand that the Contractor regards the order as a change order. appointed successor or authorized representative. (c) Engineer. The person or his representative who is (c) Except as herein provided, no order,statement, or responsible for determining that the construction work conduct of the Contracting Officer shall be treated as a conforms to the technical requirements as set forth in the change under this clause or entitle the Contractor to an drawings and specifications. equitable adjustment hereunder. (d)If any change under this clause causes an increase or 2. SPECIFICATIONS AND DRAWINGS decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this The contractor shall keep on the work a copy of the contract, whether or not changed by any order,an equit- drawings and specifications and shall at all times give the able adjustment shall be made and the contract modified in ..�: Contracting Officer access thereto.Anything mentioned in writing accordingly: Provided, however. That except for the specifications and not shown on the dra%ing%orshown claims based on defective specifications,no claim for any on the drawings and not mentioned in the specifications, change under (b) above shall be allowed for any costs shall be of like effect as if shown or mentioned in both.In incurred more than 20 days before the Contractor gives case of difference between drawings and specifications,the written notice as therein required:And provided further: specifications shall govern.In case of discrepancy either in That in the case of defective specifications for which the the figures, in the drawings, or in the specifications, the Contracting Local Organization is responsible,the equita- matter shall be promptly submitted to the Contracting ble adjustment shall include any increased cost reasonably Officer, who shall promptly make a determination in incurred by the Contractor in attempting to comply with writing.Any adjustment by the Contractor without such a such defective specifications. determination shall be at his own risk and expense.The (e) If the Contractor intends to assert a claim for an Contracting Officer shall furnish from time to time such equitable adjustment under this clause,he must,within 30 detail drawings and other information as he may consider days after receipt of a written change orderunder(a)above necessary,unless otherwise provided. or the furnishing of a written notice under (b) above, submit to the Contracting Officer a written statement S. CHANGES setting forth the general nature and monetary extent of such claim, unless this period is extended by the Con- (a) The Contracting Officer may,at any time, without tracting Officer.The statement of claim hereunder may be notice to the sureties, by written order designated or included in the notice under(b)above. indicated to be a change order, make any change in the (f) No claim by the Contractor for an equitpble adjust- work within the general scope of the contract.includingbut ment hereunder shall be allowed if asserted after final not limited to changes: payment under this contract. (1) In the specifications (including drawings and 4, DIFFERING SITE CONDITIONS designs): (a)The Contractor shall promptly.and before such con- (2) In the method or manner of performance of the ditions are disturbed, notify the Contracting Officer in work: writing of: (1)subsurface or latent physical conditions at (3) In the Contracting Local Organization-furnished the site differing materially from those indicated in this facilities,equipment, materials,services, or site: or contract,or(2)unknow n physical conditions at the site,of (4) Directing acceleration in the performance of the an unusual nature, differing materially from those work. ordinarily encountered and generally recognized as 1 0u58 inhering in work of the character provided for in this Organization in its contractual capacity.acts of another contract. The Contracting Officer shall promptly investi- contractor in the performance of a contract with the gate the conditions,and if he finds that such conditions do Contracting Local Organization. firs. floods, ® materially so differ and cause an increase ordecreasc in the epidemics, quarantine restrictions, strikes, freight Contractorc cost of,or the time required for,performance embargoes, unusually severe weather, or delays of sub- of any part of the work under this contract.whether or not contractors or suppliers arising from unforeseeable changed as a result of such conditions,an equitableadjust- ment shall be made and the contract modified in writing causes beyond the control and without the fault or accordingly. negligence of both the Contractor and such (b)No claim of the Contractor under this clause shall be subcontractors or suppliers;and allowed unless the Contractor has given the notice required (2) The Contractor, within 10 days from the begin- in (a) above. provided, however, the time prescribed ning of any such delay(unless the Contracting Officer therefor may be extended by the Contracting Officer. grants a further period of time before the date of final (c) No claim by the Contractor for an equitable adjust- payment under the contract), notifies the Contracting ment hereunder shall be allowed if asserted after final pay- Officer in writing of the muses of delay. merit under this contract. The Contracting Officer shall ascertain the facts and the extent of the delay and extend the time for completing the 5. TERMINATION FOR DEFAULT—DAMAGES wort:when,in his judgment,such an extension is justified. FOR DELAY—TIME EXTENSIONS (e) The rights and remedies of the Contracting Local (a) If the Contractor refuses or fails to prosecute the Organization provided in this clause are in addition to any work,or any separable part thereof,with such diligence as other rights and remedies provided by law or under this will insure its completion within the time specified in this contract. contract,or any extension thereof,or fails to completesaid (f) As used in paragraph(d)(1)of this clause,the term work within such time, the Contracting Local Organiza- 'Subcontractors and Suppliers'means Subcontractors and tion may,by written noticeto the Contractor.terminatehis Suppliers at any tier. right to proceed with the work or such part of the work as to which there has been delay. In such event the Contracting 6. CLAIMS Local Organization may take over the work and prosecute Any claim by the Contractor arising by virtue of this the sante to completion.by contract or otLerwise,and may contract which is not disposed of byagreement shall besub- take possession of and utilize in completing the work such mitred in writing. together with® any written and oral materials,appliances,and plant as may be on thesiteof the evidence in support thereof,to the Contracting Officer for work and necessary therefor. Whether or not the decision.Before making a decision the Contracting Officer Contractors right to proceed with the work is terminated, shall notify the Contractor that any additional written he and his sureties shall be liable for any damage to the and/or oral evidence in support of the claim may be Contracting Local Organization resulting from his refusal presented to the Contracting Officer within 30 days from or failure to complete the work within the specified time. receipt by the Contractor of such notification• or within (b)If fixed and agreed liquidated damages are provided such further period of time as may be granted by the Con- in the contract and if the Congracting Lccal Organization tracting Officer. The Contracting Officer shall make his so terminates the Contractor's right to proceed. the decision in writing and mail or otherwise furnish a signed resulting damage will consist of such liquidated damages copy thereof to the Contractor. Pending the decision of the until such reasonable time as may be required for final com- Contracting Officer the Contractor shall proceed diligently pletion of the work together with any increased costs with the performance of this contract. occasioned the Contracting Local Organization in completing the work. 7. PAYMENTS TO CONTRACTOR (c)If fixed and agreed liquidated damages are provided in the contract and if the Contracting Local Organization (a) The Contracting Local Organization will pay the does not so terminate the Contractors right to proceed,the contract price as hereinafter provided. resulting damage will consist of such liquidated damages (b)The Contracting Local Organization will make grog- until the work is completed or accepted. ress payments monthly as the work proceeds, or at more (d) The Contractors right to proceed shall not be so frequent intervals as determined by the Contracting terminated nor the Contractor charged with resulting Officcr,on estimates approved by the Contracting Officer. damage if. If requested by the Contracting Officer. the Contractor shall furnish a breakdown of the total contract price (l) The delay in the completion of the work arises showing the amount included therein for each principal from unforeseeable causes beyond the control and category of the work,in such detail as requested,to provide without the fault or negligence of the Contractor. a basis for determining progress payments. !n the including but not restricted to,acts of God,acts of the preparation of estimates the Contracting Officer. at his public enemy, acts of the Contracting Local discretion.may authorize material delivered on the sitcand 001t)59 preparatory work done to be taken into consideration. facturcr,the model number.and other identifyingdata and Material delivered to the Contractor at locations other information respecting:the performance•capacity.nature. than thesite mayalso be taken into consideration t 1)if such and rating of the machinery and mechanical and other consideration is specifically authorized by thccontract and equipment which the Contractor contemplates (2)if the Contractor furnishes satisfactory evidence that he incorporating in the work.When required by this contract has acquired title to such material and that it will be utilized or when called for by the Contracting Officer, the on the work covered by this contract. Contractor shall furnish the Contracting Officer for (c) in making such progress payments, there shall be approval full information concerning the material or retained 10 percent of the estimated amount until final articles which he contemplates incorporating in the work. completion and acceptance of the contract work. flow- When so directed.samples shall besubmitted for approval ever,if the Contracting Officer,at any timeafter 50 percent at the Contractors expense• with all shipping charges of the work has been completed, finds that satisfactory prepaid. Machinery, equipment, material, and articles progress is being made, he may authorize any of the installed or used without required approval shall beat the remaining progress payments to be made in full. Also, risk of subsequent rejection. c•henever the work is substantially complete. the (b)All work under this contract shall be performed in a Contracting Officer,if he considers the amount retained to skillful and workmanlike manner.'rhe Contracting Officer be in excess of the amount adequate for the protection of may.in writing.require the Contractor to remove from the the Contracting Local Organization.at his discretion,may work any employee the Contracting Officer deems release to the Contractor all or a portion of such excess incompetent•careless, or otherwise objectionable. amount. Furthermore, on completion and acceptance of each separate building,publicwork,or otherdivision of the 9. INSPECTION AND ACCEPTANCE contract on which the price is stated separately in the contract,payment may be made therefor without retention (a)Except as otherwise provided in this contract,inspec- of a percentage. tion and test by the Contracting Local Organization of (d)All material and work covered by progress payments material and workmanship required by this contract shall made shall thereupon become the sole property of the be made at reasonable times and at the site of the work, Contracting Local Organization. but this provision shall unless the Contracting Officer determines that such inspection or lest of material which is to be incorporated in not be construed as relieving the Contractor from the sole the work shall he made at the place of production, responsibility for all material and work upon which payments have been made or the restoration of any manufacture or shipment of-ucli material. To the extent specified by the Contracting Officer at the time of damaged work,or as waiving the right of the Contracting determining to make off-site inspection or test, such Local Organization to require the fulfillment of all of the inspection or test shall be conclusive as to whether the terms of the contract. material involved conforms to the contract requirements. (e) Upon completion and acceptance of all work, the Such off-site inspection or test shall not relieve the amount due the Contractor under this contract shall be Contractor of responsibility for damage to or loss of the paid after the Contractor shall have furnished the material prior to acceptance, nor in any way affect the Contracting Local Organization with a release of all claims continuing rights of the Contracting Local Organization against the Contracting Local Organization arising by after acceptance of the completed work under the terms of virtue of this contract,other than claims in stated amounts paragraph (f) of this clause, except :s hereinabove as may be specifically excepted by the Contractor from the provided. operation of the release. If the Contractors claim to 1 amounts payable under the contract has been assigned.a (61 The Contractor shall, without charge, replace any i �,t release may also be required of the assignee. material or correct any workmanship found by the Contracting Local Organization not to conform to the contract requirements, unless in the public interest the 8. MATERIAL AND WORKMANSHIP Contracting Local Organization consents to accept such (a) Unless otherwise specifically provided in this material or workmanship with an appropriate adjustment contract,all equipment,material.and articles incorporated in contract price.The Contractor shall promptly segregate in the work covered by this contract are to be new and of the and remove rejected material from the premises. most suitable grade forthe purpose intended.Unless other- (c)If the Contractor does not promptly replace rejected wise specifically provided in this contract,reference to any material or correct rejected workmanship.the Contracting equipment,material,article•or patented process,by trade Local Organization (1) may, by contract or otherwise, name. make• or catalog number, shall be regarded as replace such material or correct such workmanship and establishing a standard of quality and shall not be charge the cost thereof to the Contractor. or (2) may construed as limiting competition. and the Contractor terminate the Contractor's right to proceed in accordance may,at his option•use any equipment,material,article,or with Clause 5 of these General Provisions. process which in the judgment of the Contracting Officer,is (d)The Contractor shall furnish promptly,without addi- equal to that named.The Contractor shall furnish to the tional charge,all facilities,labor,and material reasonably Contracting Officer for his approval the name of thcmanu- needed for performing such safe and convenient inspec- 3 3 © ' ISO Lf j tion and test as may be t equircd by the Contracting Ofticcr. construction work, except for any completed unit of All inspection and test by the Contracting Local construction thereof which theretofore may have been Organization shall be performed in such manner as not accepted. unecessarily to delay the work. Special, full size, and ® performance tests shall be performed as described in this 12. CONDITIONS AFFECTING THE WORK contract. The Contractor shall be charged with any additional cost of inspection when material and workman- The Contractor shall be responsible for having taken ship are not ready at the time specified by the Contractor steps reasonably necessary to ascertain the nature and for its inspection. location of the work.and the general and local conditions (c)Should it be considered nccessar•or advisable by the which can affect the work or the cost thereof.Any failure by Contracting Local Organization at any time before the Contractor to do so will not relieve him from acceptance of the entire work to make an examination of responsibility forsuccessfully performing the work without work already completed,by removing or tearing out same, additional expense to the Contracting Local Organi- the Contractor shall, on request, promptly furnish all nation. The Contracting Local Organization assumes no necessary facilities, labor, and material. If such work is responsibility for any understanding or representations found to he defective or nonconforming in any material concerning conditions made by any of its officers oragents respect, due to the fault of the Contractor or his prior to the execution of this contract.unless such under- subconttactors, he shall defray all the expenses of such standing or representations by the Contracting Local examination and of satisfactory reconstruction. If. Organization are expressly stated in the contract. however,such work is found to meet the requirements of the contract.an equitable adjustment shall be made in the 13. OTHER CONTRACTS contract price to compensate the Contractor for the additional services involved in such examination and The Contracting Local Organization may undertake or reconstruction and, if completion of the work has been award other contracts for additional work. and the delayed thcreb%.he shall,in addition,be granted a suitable Contractor shall Cully cooperate with such other -extension of time. contractors and Contracting Local Organization (f)Unlcssothenviseprovidcdinthiscontrac[.acceptance employees and carefully fit his own work to such addi- by the Contracting local Organization shall be made as [tonal work as may be directed by the Contracting Officer. promptly as practicable after completion and inspection of the Contractor shall not commit or permit any act which all work required by this contract.Acceptanceshall befinal will interfere with the perCcrmanee of work by any other and conclusive except as regards latent defects,fraud, or contractor or by Contracting Local Organization employees. such gross mistakes as may amount to fraud,oras regards the Contracting Local Organization's rights under any 14. PATENT INDEMNITY warranty or guarantee. Except as otherwise provided.the Contractor agrees to indemnify the Contracting Local Organization and its 10. SUPERINTENDENCE BY CONTRACTOR officers•agents and employees against liability, including costs and expenses, for infringement upon any Letters The Contractor shall give his personal superintendence Patent of the United States(except Letters Patent issued to the work or have a competent foreman or upon an application which is now or mat hereafter be.for superintendent.satisfactory to the Contracting Officer,on reasons of national security,ordered by the Government to the work at all times during progress.with authority to act be kept secret or otherwise withheld from issue)arising out for him. of the performance of this contract or out of the use or i disposal by or for the account of the Contracting Local J Organization of supplies furnished or construction work 11. PERMITS AND RESPONSIBILITIES performed hereunder. The Contractor shall.without additional expense to the 15. ADDITIONAL BOND SECURITY Local Organization. be responsible for obtaining any necessary licenses and permits, and for If any surety upon any bond furnished in connection complying with any applicable Federal. State, and with this contract becomes unaccpttablc to the Contracting municipal laws.codes,and regulations.in connection with Local Organization,or if any such surety fails to furnish the prosecution of the work. He shall be similarly reports as to his financial condition from time to time as responsible for all damages to persons or property that requested by the Contracting Local Organization, the occur as a result of his fault or negligence. He shall take Contractor shall promptly furnish such additional security f proper safety and health precautions to protect the work, as maybe required from time to time to protect the interests i the workers,the public,and the property of others.He shall of the Contracting Local Organization and of persons also be responsible for all materials delivered and work suppling labor or materials in the prosecution of the work performed until completion and acceptance of the entire contemplated by this contract. 001 16. LAND RIGHTS necessary to improve his progress and the Contracting (a)Adequate land rights needed in order to perform the Officer may require him to either increase the number of work under this contract have been acquired by or orr shifts.days or hours of work,or the amount of construc- hehalf of the Contracting Local Organization.The right to tion plant,or all of them,and to submit for approval such enter,remove,or otherwise make use of adjacent property, revised construction schedule as may be deemed necessary roads, utility Lincs, fences, and other improvements not to show the manner in which theagreed rate of progress will included within the land rights provided shall be the sole be regained,all without additional cost to the Contracting responsibility of the Contractor. Local Organization. If the Contractor fails to submit a (b) Where ingress and egress is not defined on the revised construction schedule within the time specified by drawings,the Contracting Officer shall designate the right- the Contracting Officer,the Contracting Officer may with- of-wav to be used. hold approval of progress payments and/or take such other actions as provided in this contract until such time as the 17. RECOP.DS OF TEST PITS AND BORINGS Contractor submits the required construction schedule. (c)Failure of the Contractor to comply with the require- The Contracting Local Organization does not represent mcnts of the ContraCing Officer under this clause shall be that the available records show completely the existing grounds for determination by the Contracting Officer that conditions and does not guarantee any interpretation of the Contractor is trot prosecuting the work with such these records.The Contractor assumes all responsibility for diligence as will insure completion within the time deductions and conclusions as to the nature of rock and specified. Upon such determination, the Contracting other materials to be excavated.the difficulties of making Officer may terminate the Contractors right to proceed and maintaining the required excavations and of doing with the work,or any separable part thereof,in accordance other work affected by the geology of the site of the work, with Clause 5 of these General Provisions. and for the final preparation of the foundations for the spillway,dikes,and other structures. 21. SUBCONTRACTORS 18. MATERIALS TO BE FURNISHED BY (a)Work shall not be subcontracted in whole or in part THE CONTRACTOR without the prior written approval of the Contracting (a) Unless otherwise specified in this contract, the Officer.The request shall be in writing with the name of the Contractor shall furnish all materials required for the proposed subcontractor and a description of the work to be completion of the contract, done. (b) Unless otherwise waived in writing by the (b)If at any time thcContractingOfficcrdeterminc%that Contracting Officer. the Contractor shall furnish the anv subcontractor is incompetent or undesirable,he shall Contracting Local Organization with certifications dated notify the Contractor accordingly and the Contractor shall take immediate steps for cancellation of the subcontract. and signed by the manufacturer and!or supplier to the (c)Subcontracting by subcontractors shall be subject to 3 effect that the items listed therein meet the requirements of the above requirements. this contract.Such certifications shalt be furnished prior to (d) nothing contained in this contract shall create any the use of the material in any part of the construction and contractual relationship between any subcontractor and shall identifythep!-ojectonwhiehthematerial istobeused. the Contracting Local Organization. 19. WATER Unless otherwise specified in this contract, the 22' SURVEYS j Contractor shall provide and maintain at his own expense (a) Unless otherwise stated in the Invitation for Bids, an adequate supply of water suitable for construction only the basic staking shall be dine by the Contracting purposes. Local Organization.If the Contracting Local Organization 20. WORKWEEK—,CONSTRUCTION SCHEDULE does the staking, the Contractor shall notify the Contracting Officer in advance of any staking required in (a) Unless furnished prior to contract award. the order that such work can be property scheduled. Contractor shall,prior to commencement of work,submit (b) Bench marks shall be preserved by the Contractor. fto the Contracting Officer for approval(1)a construction and in the case of their destruction or removal by him orhis schedule showing the order in which he proposes to carry employees they shall be replaced by the Contracting Local on the work indicating the periods during which he will Organization at the Contractor's expense. perform work on each item listed in the bid schedule:and (c) Survey stakes destroyed or removed by the (2)the hours and days in which he proposes to carry on the carelessness of the Contractor or his employees shall be work. replaced by the Contracting Local Organization at the (b) If, in the opinion of the Contracting Officer, the Contractors expense.Stakes removed or destroyed in the Contractor falls behind the approved construction due course of the work shall be replaced by the Contracting schedule, the Contractor shall take such steps as may be Local Organization without cost to the Contractor. jL 5 (d)If the Contractor finds any errors or omissions in the assign any moneys due or to become due to him under this layout as given by survey points or staking, he shall contract without the prior written consent of the immediately inform the Contracting Officer in writing. Contracting Local Organization. 23. SUSPENSION OF WORK 26. WEATHER (a)The Contracting Officer may order the Contractor in (a)The Contracting Officer may order suspension of the writing to suspend,delay,or interrupt all or any part of the work in whole or in part, commencing with the day after work for such period of time as he may determine to be receipt of the Notice to Proceed by the Contractor,due to appropriate for the convenience of the Contracting Local weather or the effects of weatherat thesite,forsuch timeas Organization. he considers it unfavorable for satisfactory prosecution of (b)If theperformanceofall oranypartoftheworkis.for the work. an unreasonable period of time, suspended, delayed, or (b) When the Contracting Officer orders suspension interrupted by an act of the Contracting Officer in the under(a)of this clause.the contract completion date shall administration of this contract, or by his failure to act be extended a full calendar day for each calendar day within the time specified in this contract (or if no time is during suspension of the work if: specified,within a reasonable time),an adjustment shall be (I) All work is suspended except minor items as may made for any increase in the cost of performance of this be designated in this contract (work of an emergency. contract (excluding profit) necessarily caused by such protective or maintenance nature may be performed at unreasonable suspension, delay, or interruption and the any time); and contract modified in writing accordingly. However, no (2) The hours lost in any one workday of the adjustment shall be made under this clause for any authorized workweek through suspension equal one-half suspension, delay, or interruption to the extent (1) that or more of the houis of an authorized workday. performance would have been so suspended, delayed, or (c)if the Contracting Officer orders suspension of work interrupted by any other cause including the fault or as provided in (b) of this clause and the hours lost in the negligence of the Contractor or(2)for which an equitable workday immediately preceding a nonworkday equal one- adjust;hent is provided for or exciudcd under any other half or more of the hours in an authorized workdav, the provision of this contract. contract completion date shall be extended a full calendar(e)No claim under thisclauseshall beallowed(1)torany day for each nonworkdav d-,-ring suspension of the work. costs incurred more than 20 days before the Contractor (d)When the Contracting Officer orders any suspension shall have notified the Contracting Officer inu�ritingof the of-the work under this clause. the Contractor shall not be ® act or failure to as involved(but this requirement shall not entitled to any cost or damages resulting from such apply as to a claim resulting from a suspension order),and suspension. (2) unless the claim. in an amount stated, is asserted in (e)When the contract completion date is extended under writing as soon as practicable after the termination of such this clause, the contract shall be modified in writing suspension, delay, or interruption, but not later than the accordingly. date of final payment under the contract. 27. NONCOMPLIANCE WITH CONTRACT 24. CLEANUP WORK REQUIREMENTS (a) During construction the Contractor shall keep the (a)The Contracting Officer may order suspension of the work site.areas adjacent to the work site and access roads work in whole or in part for such time as he deems in an orderly condition,free and clear from debris and dis- necessary because of the failure of the Contractor to carded materials. Care shall be taken to prevent spillage comply with any of the requirements of this contract.and when hauling isbeing done.Any spillage ordebrisresulting the contract completion date'shall not be extended on from the Contractors operations shall be immediately account of any such suspension of the work. removed. (b)When the Contracting Officer orders any suspension (b) upon completion of the work the Contractor shall of the work under(a)of this clause.the Contractorshall not remove from the work site,areas adjacent to the work site be entitled to any costs or damages resulting from such and access roads: all plant, buildings. debris, unused suspension. materials,concrete forms and other like material belonging (c) The rights and remedies of the Contracting Local to him or used'under his direction during the construction. Organization provided in this clause are in addition to any He shall grade all access roads,other than public,removing other rights and remedies provided by law or under this wheel tracks and smoothing up such roads. contract. 25. ASSIGNMENT 26. QUANTITY VARIATIONS The Contractor shall not assign in whole or in part this (a)Where the quantity of work shown foran item in the contract without the prior written consent of the bid schedule, including any modification thereof, is Contracting Local Organisation.The Contractor shall not estimated. no adjustment of the contract price nor of the ® 6 0M performance time shall be made for overruns or underruns (c) For underruns of more than 25 percent, the ' which are within 25percentofthe estimated quantity of any Contracting Officer shall determine the quantity for the such item. item,establish an equitable contract price therefor,adjust. • (b) For overruns of more than 25 percent, the contract performance time equitably, and modify the Contracting Officer shall re-estimate the quantity for the contract in writing accordingly. item,establish an equitable contract price for the overrun of more than 25 percent,adjust contract performance time 29. FEDERAL,STATE,AND LOCAL TAXES equitably,and modify the contract in writing accordingly. this clause to thereafter be applicable to the total ro- Except as otherwise provided,contract unit prices shall estimated item quantity. include all applicable Federal, State,and local taxes. ,, , ry S jt ,h : 1 �, d ..�" a;. x ^s -x .y—' a Y '' r r x r r- 1 : r ,, S r ,, G s k: �t �" t ,�' t t X7 '. \ :. ,` f y, ' k � ( ' r � t r f tI 1. ;, 4"y ,{ ''a :. -. }'� 1�1f n . .., ... .. .::. ::: ;..� y._ _ 1° I _. k Y S ¢ t 4 r r`1 ,' 1 ; N i1. 1. r a" `� 1„�, I Ii - , , - t. —_. e — — — , 1 Y 4 L .�'5� S ,„ Y F ,. l r`� -til,° �� — �. � _ .. .�.. .!, _ — SPECIAL PROVISIONS 1. EIGHT HOUR DAY The Contractor shall read and acquaint himself with Sections 1810 to 1815, inclusive, of the Labor Code of the State of California, and follow and obey all of the provisions, one of which is that no laborer, workman, or mechanic shall be permitted or required to labor more than 8 hours in any one calendar day and 40 hours in any one calendar week on the work contemplated by the Contractor, except as authorized by Labor Code Section 1815. The Contractor shall agree to forfeit, as penalty, to the Contracting Local Organization, the sum of twenty-five dollars ($25.00) for every workman required or permitted to labor more than 8 hours in any one calendar day and 40 hours during any one calendar week, except such work as may be authorized or necessitated as explained above. Section 1815 of the Labor Code specifies that notwithstanding Section 1810 to 1814, inclusive, of this Code, and notwithstanding any stipulation inserted in any contract pursuant to the requirements of said sections, work performed by employees of Contractors in excess of 8 hours per day and 40 hours during any week, shall be permitted upon public work upon compensa- tion for all hours worked in excess of 8 hours per day at not less than one and one-half times the basic rate of pay. 2. LIQUIDATED DA.°fAGES If the work, or any part thereof, is not completed within the time agreed upon in this contract or any extension thereof, the Contractor shall be liable to the Contracting Local Organization in the amount of $175.00 per day for each and every calendar day the completion of work is delayed beyond the time provided in this contract, as fixed and agreed liquidated damages and not as a penalty; and the Contracting Local Organization shall have the right to deduct from and retain out of moneys which may be then due or which may become due and payable to the Contractor, the amount of such liquidated damages; and if the amount so retained by the Contracting Local Organization is insufficient to pny in full such liquidated damages, the Contractor shall pay to the Contracting Local Organization the amount necessary to effect payment in full of such liquidated damages. 3. PAYMENTS TO CONTRACTOR Paragraph (e) of Clause 7. of the GENERAL PROVISIONS is hereby supplemented as follows: (1) Upon satisfactory completion of the entire work, the Contracting Officer shall recommend the acceptance of the work to the Contra Costa County Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder. ® MK-E 6 E-1, I.R. SP-1- 9/75 r OJ 3. PAYMENTS TO CONTRACTOR (Continued) (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. 4. TERMINATION FOR DEFAULT - DAMAGES FOR DELAY - TIME EXTENSIONS Clause 5, Termination for Default - Damages for Delay - Time Extensions, of the General Provisions, is amended by adding the following: (g) Delay in completion of the work due to unavailability of fuel from suppliers because of a general fuel shortage will be considered unforeseeable. 5. TERMINATION FOR CONVENIENCE OF THE CONTRACTING LOCAL ORGANIZATION The Contracting Officer, by written notice, may terminate this contract in whole or in part, when it is in the interest of the Contracting Local Organization. If this contract is so terminated, the Contractor shall be compensated for all necessary and reasonable direct costs of performing ® the work actually accomplished. In addition, the Contractor shall be paid 10 percent for overhead expenses based on said direct costs, and 5 percent for profit based on the total of direct costs and overhead costs. From this will be deducted any payments or reimbursements previously paid and salvage value of materials paid for by the Contracting Local Organization but not used. Provided however, no profit shall be paid if the Contractor would have incurred a loss had the entire contract been completed. 6. SCHEDULING OF I4ORK The Contractor's construction schedule 'shall make due allowances for the following: Flow in Irrigation lines may be interrupted for a maximum of five consecutive days during the month of November after the Contractor has given the Contracting Officer five working days notice of the interruption. The interruption of flow in any line may be up to 12 consecutive days during the months of December, January, and February with 5 working days notice. A maximum interruption of flow of 8 consecutive days will be allowed in March after 5 working days notice. The Contractor shall assume all liability for any claims which may result from third party damage caused by interruption of flow in excess of any of these periods. MK-E & E-1, I.R. SP-2 9/75 00066 7. PERMITS AND RESPONSIBILITIES Clause 11, of the GENERAL PROVISIONS is hereby supplemented by the following: (a) WORKMAN'S COMPENSATION In accordance with the provisions of Section 3700 of the Labor Code, the Contractor and his subcontractors will be required to secure the payment of compensation to the employees. Adequate proof that the Contractor has met the requirements of Section 3700 of the Labor Code shall be furnished to the Contracting Officer before commencing work in the form of either (a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (b) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (c) an exact copy of duplicate thereof certified by the Director or the insurer. (b) LIABILITY INSURANCE (1) The Contractor, before performing any work under the agreement, shall obtain and maintain in force the following insurance`! (a) With respect to the Contractor's operations: (1) regular Contractor's Public Liabilitv Insurance for at least Two Hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily injuries to or death of any one person, and at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence; and (2) regular Contractor's Property Damage Liability Insurance for at least Fifty Thousand Dollars ($50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars ($100,000) for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations, 'Contractor shall procure or cause to be procured in their own behalf: (1) regular Contractor's Protection Public Liability. Insurance for at least Two Hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily injuries to or death of any one person, and for at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or deaths of two or more persons in any one accident or occurrence; and MK-E & E-1, I.R. SP-3 7 7. PERMITS AND RESPONSIBILITIES (Continued) (2) regular Contractor's Property Damage Liability Insurance for at least Fifty Thousand Dollars ($50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars ($100,000) for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: (1) regular Contractor's Protection Public Liability. Insurance for at least Two Hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily injuries to or death of any one person, and for at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or deaths of two or more persons in any one accident or occurrence; and (2) regular Contractor's Protective Property Damage Liability Insurance for at least Fifty Thousand Dollars ($50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence, and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars ($100,000) for all damages arising out of injury to or destruction of property during the policy period; and (c) Without limitation as to generality of the foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in amounts not less than $250,000/$500,000 Public Liability and $50,000 Property Damage Insurance, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT AS A NAMED INSURED. THE COST OF THIS INSURANCE SHALL BE ABSORBED IN THE CONTRACTOR S BID .ITEM FOR MOBILIZATION, BID ITEM #1. -THE CONTRACTOR SHALL FURNISH TO THE CONTRACTING LOCAL ORGANIZATION EVIDENCE RELATIVE TO THE COST OF THE LIABILITY INSURANCE REQUIRED BY THIS PROVISION IN DETAIL SUFFICIENT TO PERMIT THE DISTRICT TO ASCERTAIN THE ADDITIONAL PREMIUM INVOLVED DUE TO ITS BEING A NAMED INSURED OR CO-INSURED PRINCIPAL UNDER THE POLICY. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by the Contracting Local Organization of all work to be performed by Contractor under the agreement. MK-E & E-1, I.R. SP-49/75,� —9/75 7. PERMITS AND RESPONSIBILITIES (Continued) (b) The Contractor shall furnish, or cause to be furnished, to the Contracting Local Organization certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Contracting Local Organization at least ten (10) days prior to cancellation of the policy. (c) PUBLIC SAFETY Maintenance of all safety devices . shall be the responsibiiity of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain safety devices in proper operating condition or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspension of the contract until such defects are corrected. All expenses incurred by the Contracting Local Organization because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricad -s or warning devices, will be charged to the Contractor and may be deducted from any monies due him. The last sentence of Clause 11 "Permits and Responsibilities" of Form SCS A5-43, GENERAL PROVISIONS, is replaced by the following: He shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire construction work. 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 Contracting Local Organization indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Local Organi- zation be thereby estopped from bringing any action for damages or enforce- ment arising from the failure to comply with any of the terms and conditions hereof. 8. MINOR ITEMS OF WORK The following bid items are designated as a minor item of work: These items may be performed without charge to performance time during periods when all other work is suspended if such item is excepted in the Suspend Work Order: Bid Item 1 Mobilization Bid Item 2 Structure Removal MK-E b E-1 , I.R. SP-5 0"9 9775 9 SPECIFICATIONS Where reference is made to specifications of other organizations for portions of the work, such reference shall apply only to construction methods and materials used in said work. Any reference to measurement and payment in such referenced specifications shall be null and void. Whenever a reference is made in the specifications to a specification or test designation of the American Society for Testing and Materials (ASTM) , the American National Standards (ANS) , the American Water Works Association (AWWA) , or any other recognized national organ.ization, it shall be construed to mean the test method or specification, as .the case may be, either a standard, tentative standard, or supplement, and revisions thereof, adopted and in effect on the date of invitation for bids. In the event of conflict between such standard specification and these specifications, these specifications shall govern. MK-EE-1, I.R. S]?-6 9/75 00 70 0` • I 10. POLLUTION CONTROL During all phases of construction, the Contractor shall perform the work in a manner which will minimize soil erosion and water and air pollution. He shall take precautions in the handling or storage of hazardous materials, such as petroleum products and pesticides, to prevent discharge or spillages that would result in degradation of the water quality. The construction area for this project is adjacent to agricultural fields which are sensitive to dust. As required by the Contracting Officer, water or dust palliative shall be applied to haul roads and other construction areas for the alleviation or prevention of dust nuisance and crop damage. The cost for such services will be considered as included in the unit prices for affected items of work, and no separate payment for such work will be made. 11. SURVEYS Clause 22 of the GENERAL PROVISIONS is hereby supplemented by the following: One complete set of stakes will be set by the Contrr Ming Officer as he determines to be necessary to establish the lines and grades required for the completion of the work specified'in these specifications and on the plans. The stakes will be set after written notification by the Contractor, and such notification shall be a minimum of 2 working days in advance of starting operations that require such stakes or marks. The Contracting Officer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Contracting Officer, the cast of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be deducted from any monies due or to become due the Contractor: (a) ANegligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor. MK-E & E-1, I.R. SP-7 9/75 00071 i 12. ACCIDENT PREVENTION AND SAFETY MEASURES The Contractor shall comply with the requirements of Subchapter 4, Construction Safety Orders and Subchapter 7, General Industry Safety Orders of Chapter 4 Division of Industrial Safety, Title 8, Industrial Relations of the California Administrative Code in effect on the date of issuance of the invitation for bids. The Contractor shall also comply with the manual, Safety and Health Regulations for Construction, published by the United States Department of the Interior, Bureau of Reclamation, in .effect on the date of issuance of the invitation for bids, with the following modifications. (a) Reference to the Bureau of Reclamation shall be interpreted as reference to the Contracting Local Organization. (b) Paragraph 3b, Page ii, is changed by the addition of: "Requests shall be made in writing supported by evidence that every reasonable effort has been made to comply with the contractual requirements. The Contractor shall hold and save the Contracting Local Organization free from any claims or causes of action whatsoever resulting from the Contractor or his subcontractors proceeding under a waiver or approved adaptation." (c) Subsection 9.7.1 of Part II is applicable regardless of the year in which the equipment was manufactured. Subsection 9.9.1 of part II is applicable regardless of the year in which the equipment was manufactured, or the struck capacity of the equipment. Subsection 9.9.4 of Part II is applicable regardless of the struck capacity of the equipment. (d) Subsection 9.9.5 of Part II is deleted in its entirety. (e) Subparagraph 1518.550 (a) (3) of Part I is changed to "A boom angle indicator in good working order shall be provided." In case of difference between California Administrative Code Safety Orders and the Bureau of Reclamation Safety and Health Regulations for Construction, the most stringent regulations shall apply. The Contractor's attention is also directed to the "Trench Construction Safety Orders" of the California State Industrial Accident Commission, which the Contractor is required by law to obey, and which are adopted by reference as part of these Special Provisions. The Contractor and his engineer shall retain the responsibility for the correctness and adequacy of the design and implementation of trench protection during the course of the construction work, ' The acceptance of a plan by the Contracting Officer will not relieve the Contractor and his engineer of the said responsibility. MK-E & E-1, I.R. SP-8 9/75 40x'72 13. WAGE. RATES The Contracting Local Organization has ascertained, in accordance with Section 1770 of the Labor Code, the general prevailing rate of wages to be paid to the various craftsmen and laborers required to construct such improvements as follows: PREVAILING WAGE SCALE Employer payments other than those itemized herein, as defined in Section 1773.1 of the Labor Code, are to be paid in accordance with the terms of the collective bargaining agreement applicable to the type or classification of the workmen or mechanics employed on the project. Overtime, Sundays and Holidays, not less than one and one-half (1-1/2) times the basic hourly rate plus applicable employer payments. The holidays upon which such rates shall be paid shall be all holidays recognized in the collective bargaining agreement applicable to the particular craft, classification or type of workman employed on the project. Pursuant to Section 1773.8 of the Labor Code, contractor shall pay travel and subsistance payments to each workman needed to execute the work, as such payments are defined in the applicable collective bargaining agreements. • Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file and available for inspection in the office of the Department of Industrial Relations, Division of Labor Statistics and Research. Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any Sub-contractor under him. These provisions shall be obeyed. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex officio, the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. The Contractor shall forfeit twenty-five dollars ($25.00) for each calendar day, or portion thereof, for each workman paid less than the stipulated prevailing rates contained in the following wage schedule for any work done under the contract by him or any subcontractor under him as required by Section 1775 of the Labor Code. • MK-E & E-1, I.R. SP-9 9/75 00073 13. PREVAIL114G 14AGE SCALE (Continued) The general prevailing rate of wages for straight time and overtime which include fringe benefits (health and welfare, vacation, pension and similar benefits) is determined by the Contracting Local Organization to be the latest edition of the Equipment Rental Rates and General Prevailing Wage Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors. 14. LAWS APPLY. General . Both parties recognize the applicability of various federal , state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs. 1735, 1777.5 E 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 S 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. RELATIONS WITH SOUTHERN PACIFIC TRANSPORTATION COMPANY The contractor will be required to enter into a "Contractor's Right of Entry" agreement with the Southern Pacific Transportation Company. A copy of this form of Agreement is included in these Special Provisions. - All costs incurred by the contractor as a direct result of complying with the Railroad "Contractors'Right of Entry" i .e. Flagging, bonds, added insurance, etc., shall be reinbursed by the Contracting Local Organization after the submittal of claims containing full documentation of the payments made by the contractor. No work shall be done in the siphon construction at Station 90+18t "E" until the "Contractor's Right of Entry" is fully executed. lb. HOLD HARMLESS & INDEMNITY (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Local Organization and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind a egedly suffered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liability, claim or damage was unforeseeable at any time before the Local Organization approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. MK-£ E E-1 , I.R. SP-10 9/75 000'74 • A6. HOLD HARMLESS E INDEMNITY* (Continued) (d) The actions causing liability are any act or omission (`negligent -or non-negligent-lin connection with the matters covered by this contract and attributable to the contractor, subcontractor(s) , or any officer(s) , agent(s) or employee(s) of one or more of them. (e) Non-conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) , drawing(s) , specification(s) or special provision(s) in connection with this work, has insurance or other indemnifica- tion covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. i MK-E E-12 I.R. u-11 91751 1 0075 Approvrd a%to form by Grncral Counw)on Form C.S.7345 N133•1,1913 Shcct No. l of 2 CONTRACTOR'S RIGHT OF ENTRY �Lfjt$ 14grainnit, dated , 19 ,by and between Southern Pacific Transportation Company ,a corporation,herein called"Railroad",and ,herein called"Contractor 1. For the period not to extend beyond 119— Railroad 19_Railroad hereby permits Contractor to enter upon the property of Railroad in'the vicinity of Neral v South of Lone Tree Way as may be necessary in connection with work to be performed on Railroad premises by Contractor under agreement with Southern Pacific Transportation Company ,and for no other purpose. 2. Contractor agrees to (a) Perform that portion of the work on Railroad premises in accordance with plans and specifications approved by Railroad in such manner and at such times as shall not endanger or interfere with Railroad's operations and in ac- cordance with the regulations of Railroad and instructions of Railroad's representative.Contractor shall submit to Rail- road for approval all construction details, falsework and other incidentals not detailed in plans,insofar as they affect Railroad. (b) Maintain, at Contractor's expense,competent flagmen to protect and control movement of vehicles and equip ment of Contractor white upon Railroad premises. (c) Notify Railroad at least five(5) working days before commencing work on Railroad premises and within five (5)working days after such work is completed - (d) Keep all equipment, tools and materials stored at least fifteen (15) feet from the center line of any operable track. Explosives or other highly inflammable substances will not be stored on Railroad premises without the prior approval of Railroad's representative. (e) Remove all of Contractor's tools,equipment and materials from Railroad premises promptly upon completion of work,restoring Railroad premises to the same state and condition as when Contractor entered thereon. (f) Reimburse Railroad for all cost and expense incurred by Railroad in connection with said work, including without limitation the expense of furnishing such inspectors,watchmen and flagmen as Railroad deems necessary, the installation and removal of falsework beneath tracks, and restoration of Railroad's property to the same condition as when Contractor entered thereon,or to a condition satisfactory to Railroad's representative. (g) Remove any lien against Railroad's property arising from performance of work hereunder by Contractor or any subcontractor. 3. Contractor agrees to release, defend and indemnify Railroad from and against all loss, damage,claims,costs, expenses and liability for bodily injury to or death of any persons and toss of or damage to any property and loss of use thereof (including but not limited to employees, subcontractors, agents, invitees and the property of each party hereto) arising out of or in any way connected with the work under said agreement upon or adjacent to Railroad pro- perty, whether or not caused or contributed to by the presence or op.ration of Railroad trains,engines,cars or other equipment, structures or facilities of Railroad or any other party,or by negligence or alleged negligence on the part of any of Railroad's a�_ents, employees,contractors. subcontractors or invitees. in the event any pari of the provisions of thissection are determined by any statutory enactment or judicial decision to be void or unenforcesble,then this section shall not fail in its entirety but will be enforceable to the extent permitted by law.For the purposes of this section,the term "Railroad" shall include any other railroad company using Railroad property with Railroad's consent and any affiliate, subsidiary or lessor of Railroad. 00076 Form C.S.7345 Sheet No.2 of 2 4. Prior to the-start of work or occupancy of premises under this agreement, Contractor agrees to procure and maintain, at its sole cost and expense,the following kinds of insurance with an insurer or insurers and form satisfactory to Railroad: - Comprehensive general and automobile liability insurance with contractual liability endorsement and products and completed operations hazards included, which shall provide coverage for limits of not less than 5500,000 each person, 51,000,000 each occurrence bodily injury liability, and 5500,000 each occurrence property damage liability. Contractor agrees to furnish Railroad with a certificate of insurance to which will be attached an en- dorsement, the form of which is included as a separate part of this agreement,marked Exhibit"A". r ' - Liability of Contractor under Section 3 hereof shall not be limited to coverage provided under said insurance policies. 5.. Contractor shall deposit with Railroad the sum of One hundred and fifty -Dollars(S 150.00 representing the estimated expense to be incurred by Railroad in connection with said work. If there is no amount indicated in the blank space provided above for the deposit to be made by Contractor,in lieu of such deposit Contractor shall cause the attached surety bond to be executed by a reliable surety acceptable to Railroad,condition upon the faithful performance of the provisions of this agreement. 6. The permission herein given shall not be assigned by Contractor without the prior written consent of Railroad, except in the case of subcontractors who shall be deemed agents of Contractor subject to the terns of this agreement. 7. No vehicular crossing over Railroad's.track shall be installed or used by Contr:..ctor without prior written per- mission of Railroad. S. No work shall be done between the hours of 6:00.p.m. and 6:00 a.m., nor on Saturdays, Sundays or legal holidays without prior written permission of Railroad. 9. At request of Railroad, Contractor shall remove from Railroad premises any employee of Contractor or any 'subcontractor who fails to conform to the instructions of Railroad's representative in connection with work on Rail-: road premise4, and any right of Contractor to enter upon Railroad premises shall be suspended until such request of Railroad is met. Contractor shall indemnify Railroad against any claim arising from the removal of any such empioyee from Railroad premises IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in duplicate the day and year first above written. ; r' RAILROAD ' 3• , By (TITLE) 1' CONTRACTOR r By (TITLE) Ie4 94 r Form C.S.7345-B "EXHIBIT"A" ® COMPREHENSIVE GENERAL AND AUTOMOBILE LIABILITY CERTIFICATE ENDORSEMENT The scope of the insurance afforded by the policy(ies) designated in the attached certificate is not less than that which is afforded by the Insurance Rating hoard or other "Standard Provisions" forms in use by the insurance • company in the territory in which coverage is afforded. r Such policies provide for the following: I` Southern Pacific Transportation Company` is included as additional insured with respect to liability arising.out of the hazards or operations contemplated under all agrecrrtents entered into between the named insured and Railroad,whether or not liability is attributable to negligence of the named insured ►" -or Railroad. In the event this endorsement is applicable to a single agreement, the agreement is des- cribed as follows: The construction of an irrigation siphon at engineer's station 1219+93 Cancellation or material reduction of this coverage shalt not be effective until thirty (30) days following written notice to Address: Southern Pacific Transportation Company by registered or certified mail. 1707 brood Street, Oakland, CA 94607 Contractual liability coverage for liability assumed by the insured under said agreements or agreement 'with Railroad. The insurer waives any right of contribution which it may have against any other insurance carried by the the additional insured. { All policy or endorsement limitations relating specifically to operations proximate to Railroad property are eliminated. Broad Form Property Damage endorsement. So-called X, C and U (or similar) limitations are not effective as respects operations by or for the named insured on or adjacent to Railroad's property. •"The term "Southern Pacific Transportation Company" includes successors, assigns and affiliated companies of + Southern Pacific Transportation Company and affiliates thereof, any other railroad company operating upon or over Railroad's tracks with Railroad's permission,and the officers,employees and agents of any of the foregoing. Attached to and made a part of Certificate of Insurance of Policy of r (INSURANCE COMPANY) !!. , AUTHORIZED SIGNATURE 1 SCS-AS-85 Rev. 2-71 APPLICABILITY OF THE EQUAL OPPORTUNITY CLAUSE Equal Opportunity (Federally Assisted Construction) is applicable in any contract which exceeds $10,000 and any contract for less than $10,000 which is later increased by modification to more than $10,000. EQUAL OPPORTUNITY (FEDERALLY ASSISTED CONSTRUCTION) During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment be- cause of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall in- clude, but not be limited to the following: Employment, upgrading, demotion, or transfer; re- cruitment or recruitment advertising; layoff or termination; rates of pay or other forms of com- pensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be pro- vided setting forth the provisions of this Equal Opportunity (Federally Assisted Construction) clause. 2. The Contractor will, in all solicitations or advertisements for-employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers, with which he has a collective bargaining agreement or other contract or understanding, a notice to be pro- vided advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to em- ployees and applicants for employment. ® 4. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain com- pliance with such rules, regulations, and orders. 6. In the event of the Contractor's noncompliance with the Equal Opportunity (Fed rally Assisted Construction) clause of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended, in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as pro- vided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as provided by law. 7. The Contractor will include this Equal Opportunity (Federally Assisted Construction) clause in every subcontract or purchase order unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enfurcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 00079 SCS-819 9-68 NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (a) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (b) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Oppor- tunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMEEIZT FOR CERTIFICATIONS OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subzontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. (b) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause will be re- quired to provide for the forwarding of this notice to prospective subcon- tractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. 00080 I SCS—AS-818 ® Rev. 4-70 File Code AS—lb CERTIFICATION OF NONSEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related sub- contracts exceeding $10,000 which are not exempt from the Equal Opportunity clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to per- form their services at any location, under his control, where segregated facili- ties are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrcoms and washr•roris, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, ® parking lots, drinking fountains, recreation or entertainment areas, transporta- tion, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on -the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained iden- tical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt frog the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 Contractor Signature Title Date 0081 UNITED STATES DEPARTMENT OF AGRICULTURE • INSTRUCTIONS TO CONTRACTORS(CONSTRUCTION) FOR COMPLIANCE 11ITH EQUAL EMPLOYMENT tractors post a copy of the notice "Equal Opportunity OPPORTUNITY REQUIREMENTS UNDER EXECU- is the I.aw" in conspicuous places. TIVE ORDFR 11246 AND EXECUTIVE ORDER 4. CERTIFICATE OF NON-SEGREGATED FACI- 11375 FOR FEDERAL. PROCUREMENT OF CON- LITIES. If your contract exceeds $10,000 you must STRUCTION, AND FEDERALLY-ASSISTED CON- certify that you do not maintain or allow in a work- STRUCTION. place under your control employee facilities which Your obligation under the Equal Opportunity are seffegated on basis of face, color, religion, sex, clause of E::ecutive Order 11246, as amended by or national origin, whether by directive or through Executive Order 11375. is to take affirmative action custom. in providing equal employment opportunity. Reviews S. INCLUSION OF EQUAL OPPORTUNITY made by this Department as the Equal Employment CLAUSE IN SUBCONTRACTS.If your contract is in Opportunity Compliance Agency for your Company excess of $10.000 you are required to include or by the Office of Federal Contract Compliance, the Equal Opportunity clause in subcontracts and U. S. Department of Labor, may disclose the need for purchase orders in excess of 510,000. If the sub- special commitments on your part to achieve equal contract is less than $50,000 the clause may be employment opportunity compliance. Their proper incorporated by reference. discharge will be essential to performance of your 6. APPLICATION FORMS. Application forms contract. used in employment must not request or record As a minimum, your obligations under the Equal information which can be used to identify.an appli- Opportunity clause of your contract requires you to cant's race, color, religion, sex, or national origin. observe the following- 7. AFFIRMATIVE ACTION.The Equal'Opportunity 1. NOTICE. The notice "Equal Employment clauseofyour contract obligates youtotake affirmative Opportunity is the Law" is to be displayed in con- action to assure applicants and employees that there spicuous places, available to all employees and will be no discrimination on account of race, color, applicants for employment. It must be similarly dis- religion• sex, or national origin. Guidelines for the played by you in the performance of your contract. requirements are contained in the applicable Federal The notice is available from the contracting officer. EEO Bid Conditions for the geographical area where 2. EQUAL OPPORTUN'ITY POLICY.Your equal the work is to be performed. In the absence of Federal employment opportunity policy is to be put in writing EEO Bid Conditions the contractor's obligations are and communicated to all employees, offices, plants limited to the applicable EEO clause found in the or other facilities. It is most important that this contract. policy be fully understood by supervisory personnel 8. REPORTS.If you employ 50 or more persons, and effectively implemented. are non-exempt, and if your contract amounts to 3. NOTICE TO LABOR UNIONS AND OTHER $50,000 or more you are required to file annually, on ORGANIZATIONS OF WORKERS. The requirement in or before the 31st day of March, complete and accurate paragraph (c) of the Equal Opportunity clause t-at reports on Standard Form 100-(EEO-1). A prime con- you will send a notice to each labor union or repre- tractor is responsible for seeing that his non-exempt sentative of workers with which you have a collective first tier subcontractors file the report and each prime bargaining agreement or other contract or understand- subcontractor shall cause its subcontractors to file ing,will be satisfied whenever you or your subcon-, the report. • 00Ci82 FORM AD-425b(7-74) AGPR(41 CFR) 4-12.805-3 BID CONDITIONS AFFIRMATIVE ACTION REQUIRa=S • EQUAL a1PLOY,IENT OPPORTUNITY For all Non-Exempt Federal and Federally-Assisted Construction Contracts to be Awarded in Contra Costa County, California. Part I: The provisions of this Part I 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 im- plementing agreements that have been and may hereafter be developed pur- suant 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 I or Part II 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 as to trade "A", provided there is set forth 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 I, and by its commitment to Part II in regard to trade "B" in the instance in which it is not included in the Con- tra Costa Plan and, therefore, cannot meet the provisions of this Part I. To be eligible for award of a contract under Part I of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. Part II: A. Coverage. The provisions of this Part II shall be appli- cable to those bidders, contractors and subcontractors, who, in regard to those construction trades to be empleyed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof; 2. Are signatories to the Contra Costa Plan but are not parties to col- lective bargaining agreements; 3. Are signatories to the Contra Costa Plan but are parties to col- lective bargaining agreements with labor organizations who are not or here- after cease to be signatories to -the Contra Costa Plan; 4. Are signatories to the Contra Costa Plan but as to which not spec- ific counritment to goals of minority manpower utilization by labor organi- zation have been executed pursuant to the Contra Costa Plan; or BC-1 00083 5. Are no longer participating in an affirmative action plan accep- table to the Director, OFCC, including the Contra Costa Plan. B. Requirement -- An Affirmative Action Plan. The bidders, contractors and subcontractors described in paragraphs 1 through 5 above will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part III hereof that it adopf$ the minimum goals and timetables of minority manpower utilization, — and specific affirmative action steps set fourth in Section B.1 and 2 of this Part II 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 pur- suant to Section B.3 of this Part II. Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part II as set forth below for all trades Vnich are to be utilized on the project, whether subcontracted or not. 1. Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: Until 9/30/71 3.57. - 9.3% From 10/1/71 Until 9/30/72 9.3% - 11.8% From 10/1/72 Until 9/30/73 11.8% - 14.5% From 10/1/73 Until 9/30/74 14.5% - 17.0% From 10/1/74 Until 9/30/75 17.07. - 19.5% In the event that under a contract which is •subject to these Bid Con- ditions any work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been deter- mined herein, -the ranges for the period 10/1/74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects (both federal and non-federal) in Contra Costa County, California during the performance of its contract or subcontract. The manhours for minority work and training must be sub- stantially uniform throughout the length of the contract, on all projects Minority is defined as including Negroes, Spanish Surnamed Americans, Orientals and American Indians. BC-2 00084 and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part II, every effort shall be made to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre- apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal, .such trainees must be employeed by the con- tractor during the training period, the contractor must have made a com- mitment 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 II 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 II. ® 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 II and has made every good faith effort to make these steps work toward the attainment of its goals within its time- tables, all to the purpose of exp,.nding 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 k, terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part II shall be subject to the requirements of that Part regardless of the obligations of its prime con- tractor 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. BC-3 2. Specific Affirmative Action Steps. Bidders, contractors and ® subcontractors subject to this Part II, must engage in affirmative ac- tion 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. b. The contractor shall maintain a file of the names and ad- dresses of each minority worker refferred 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 FLOOD CONTROL AND WATER CONSERVATION DISTRICT 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 contrac- tor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contrac`or 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 advertis- ing in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific•and constant personal (both written and oral) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organizations 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, selec- tion requirements, tests, etc. BC-4 0U08S 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 opportun- ities 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 II. 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority em- ployees to seek such opportunities. m. The contractor shall make sure that seniority practices job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non-segregated. o. The contractor shall continually monitor all personnel ac- vities to ensure that his EEQ policy is being carried out. p. -The contractor bhall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound by Part II. In the event a contractor or subcontractor, who is at the time of bidding eligible under Part I of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part II of these Bid Conditions. Further, ;,7hen- ever a contractor or subcontractor, who at the time of bidding is eligible under Part II of these Bid Conditions, uses trades not contemplated at the time he submits his bid, he shall be committed to Part II for those trades. Whenever a contractor or subcontractor is deemed to be committed j to Part II of those Bid Conditions, he shall be considered to be committed ' to a manpower utilization goal of the minimum percentage range for that trade for the appropriate year. 4. Subsequent Sisnatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part II for any trade at the time of the submission of his bid who together with the labor or- ganization with whom it has a collective bargaining agreement subsequently becomes a signatory to the Contra Costa Plan, either individually or through. an associtation, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification comitting himself. to Part I of these Bid Conditions. No . contractor or subcontractor shall be deemed to be subject to the require- ments of Part I until such certification is executed and submitted. ® BC-5 00087 5. Non-discrimination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bids un- less such bidder has submitted as a part of its bid the following certifi- cation, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder) 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the-preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work (both federal and non-federal) in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affir- mative action steps contained in said Part II, on this and all future construction work (both federal and non-federal) in Contra Costa County subject to these Bid Conditions, those trades being: . and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder) B. Subcontractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective sub- contractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: + BC-6 006-88 SUBCONTRACTORS' CERTIFICATION certifies that: • (Subcontractor) 1. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work (both federal and non-federal) in Contra Costa County subject to these Bid Conditions, those trades being and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditiors, it adopts the minimum Minority manpower utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work (both federal and non-federal) in Contra Costa County subject to these Bid Conditions, those trades being: • ; and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bidder) In order to ensure that the said subcontractors' certification be- comes a part of all subcontracts under the prime contract, no subcontract shall be executed until an authorized representative of the Santa Barbara County Flood Control and Water Conservation District had determined, in writing, that the said certification has been incorporated in such subcon- tract, regardless of tier. Any subcontract executed without such written approval shall be void. C. Materialitv 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. BC-7 00089 Part IV: Compliance and Enforcement. Contractors are responsible for informing their subcontractors (regardless of tier) as to their respective obligations under Parts I and II hereof (as applicable). Bidders, con- tractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended, of September 24, 1965, with a contractor debarred from, or who is determined not to be a "responsible" bidder for, Government contracts and federally assisted construction contracts pursuant to the Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcon- tracts as may be imposed or ordered by the administering agency, the. contracting agency or the Office of Federal Contract Compliance pursuant to the Executive order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Exe- cutive Order 112462 as amended, -and the Equal 'Employment Opportunity Clause of its contract, with respect to matters not covered in the Contra Costa Plan or in Part II of these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part I of these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority man- power utilization, or of the requirements of Part II hereof by a contrac- tor or subcontractor who is covered by Part II shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Oppor- tunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11146, as amended. j Each agency shall review its contractors' and subcontractors' employ- ment practices during the performance of the contract. If the agency de- termines that the Contra Costa Plan no longer represents effective affir- mative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of* that ques- tion and the consequences thereof. In regard to Part II of these conditions if the contractor or subcon- tractor meets its goals or if the contractor or subcontractor can demon- strate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or pro- ceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or sub- contractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into BC-8 00090 i consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Con- ditions, the agency shall take such action and impose such sanctions as may be appropriate under the Executive Order and the regulations. Mien the agency proceeds with such formal action it has the burden of prov- ing that the contractor has not met the requirements of these Bid Con- ditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of- these Bid Conditions by in- stituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within ,its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within- the meaning of the Federal procurement regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency deter- mines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contract Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the Director, Office of Federal Contract Compliance, U.S. Department of Labor, Washington, D.C. 20210, and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such report relating to the provisions of these Bid Conditions as shall be re- quired by the contracting or administering agency'or the Office of Federal Contract Compliance. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the contracting officer. BC-9 00091 i i SCS-AS-08 REV. 8.70 FILE CODE AS-14 Date Bond Executed (Must not be later BID BOND thin bid opening date) (See Instructions on reverse) cipal (Legal name and business address Type of Organization X one [3 Individual Partnership Joint Q Venture Corporation State of Incorporation Surety(ies) (Name and business address) Penal Sum of Bond Bid Identification Percent Amount not to exceed Bid Date Invitation No. of Bid 8519-75 Price Million(s) Thousand s Hundred s Cents For (Construction, Supplies or Services) Construction KNOW ALL ABY BY THESE PRESENTS That we, the Prinripel. and SureV(ies) hereto, are firmly bound to the ontra Costa Co. Flood Lontrol & Water Conserv. Dlsthereinafter called the Contracting Name of Contracting Local Organization) Local Organization, in the above penal sum for the payment of which we bind ourselves, our heirs, execut:.rs, administrators, and successors, jointly and severally; Provided, That where the Sureties are corporations acting as co-sureties, we, the Sureties, bind ourselves in such sum "jointly and severally" as well as "severally' only for the purpose of allawing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the bid identified above. NOW, THEREFORE, if the Principal, upon acceptance by the Contracting Local Organization of his bid identified above, within the period specified therein for acceptance (sixty (60) days if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the bid ea accepted within the time specified (ten (10) days if no period is specified) after receipt of the forms by him, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the Contracting Local Organization for any cost of procuring the work which exceeds the amount of his bid, then the above do.Ligation shall e void and of no effect. Each Surety executing this instrument hereby agrees that its obligation shall not be impaired by any extension(s) of the time for acceptance of the bid that the Principal may grant to the Contracting Local Organization, notice of which extension(s) to the Surety(ies) being hereby.waived; provided that such waiver of notice shall apply only with respect to extensions aggregating not more than sixty(60 calendar days in addition to the period originally allowed for acceptance of the bid. IN WITNESS 161M EOF, the Principal and Surety(ies) have executed this bid bond and have affixed their seals on the date set forth above. Principal 1. 2. Signature(s) (Seal) seal Name(s) & 1' 2. Title(s) (Typed) . 00092 Corporate Surety(ies) Fame & State of Iac. Liability Limit Address 1. z. Signature(a) S Seal Name s 1. 2. Title a d Fane & State of Inc. Liability Liao Address 1. 2. Signature(r) (Seal) (Beal) Nene a & 1. Title s ed State of Inc. Liability Limit Name & v Address 1. 2. Signature(s) � Seal (Seel) Nese s & 1. 2. Title s (T.\-ed) Fame(s) & State of Inc. ability Limit Address A 1. 2. Signatures) (Seal) (seal) Names & 1• 2. Titlea� Name(s) & State of Inc. IIAability Limit Address w 1. 2. Signature(s) Seal (goal) Names & 1. 2. Title s) (Typed) USMUCTICUS, 1. The full legal name and business address of the 3• The name of each person signing this bid principal rlhall be inserted in the space designated bond should.be typed in the space provided. "Principal" on the face of this form. The bond shall be signed by an authorized person. Where such person 4. The person signing the bond for the surety is signing in a representative capacity (e.g., an roust submit evidence of his authority, to act attorney-in-fact), but is not a member of the fire, for the surety. partnership, or joint venture, or an officer of the corporation involved, evidence of his authority must 5. The corporate surety must be approved by be furnished. the state in which the services or supplies are to be delivered or in which construction 2. fte penal sum of the bond may be expressed as is to be performed.. a percentage of the bid price if desired. In such cases, a =axi= = dollar limitation may be stipulated (e eCe ) g.2 20%i of the bid price but the amount not to 00093 CONSTRUCTION SPECIFICATION 1: STRUCTURE REMOVAL 1. SCOPE The work shall consist of the removal,'salvage and disposal of - structures (including fences) from the designated areas. 2. MARKING (Method 1) Each structure unit'to be removed will be'marked by means of stakes, flags, painted markers or other suitable methods. (Method 2) The limits of the areas from which structures must be removed. will be marked by means of stakes, flags or other suitable methods. Structures to be preserved in place or salvaged will be designated by special markings. 3. REMOVAL- (Method 1) All structures designated in the contract for removal shall be removed to the specified extent and depth. (Method 21- Within the areas so marked all visible structures and attachments and all buried structures located and identified by survey stakes shall be removed to the specified extent and depth. 4. SALVAGE Structures that are designated to be salvaged shall be carefully removed and neatly placed in the specified storage areas. Salvaged structures that are capable of being disassembled shall be disman- tled into individual members or sections. Such structures shall • be neatly matchmarked with paint prior to disassembly. All pins, nuts, bolts, washers, plates and other loose parts shall be marked or tagged to indicate their proper locations in the structure and shall be fastened to the appropriate structural member or packed in suitable containers. Materials from fences designated to be salvaged shall be placed outside the work area on the property from which they were removed. Wire shall be rolled into uniform rolls of convenient size. Posts and rails shall be neatly piled. (3-1) SCS-WEST 3-7.-69. 000:94- 5. DISPOSAL OF REFUSE MATERIALS Unless otherwise specified, refuse materials resulting from structure removal shall be burned or buried at locations approved by the Engineer or otherwise disposed of as specified or as approved by the Engineer. ; 6. MEASUREMENT AND PAYMENT (Method 1) For items of work for which specific unit prices are established in the contract, payment for the removal of each structure unit, except fences, will be made at the contract unit price. Fences removed or removed and salvaged will be measured to the nearest linear foot. Payment for fence removal or removal and salvage will be made at the contract unit prices appropriate to each type and size of fence. Such payment will constitute full compensation for all labor, equip- ment, tools, and all other items necessary .and incidental to the com- pletion of the work. (Method 2) For items of work for which specific lump sum prices are established in the contract, payment for structure removal will be made at the contract lump sum price. Such payment will constitute full compensation for all labor, equipment, tools, and all other items necessary and incidental to the completion of the work. (Use with Either Method) Compensation for any item of work described in the contract but not listed in the bid schedule will be included in the payment for the item of work to which it is made subsidiary. Such items and the items to which they are made subsidiary are identified in Section 7 of this specification. SCS-JEST (3-2) 2-21-73 00095 S7 ITEMS-OF WORT: AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specification and the construction details are: a. Bid Item 2, Structure Removal (1) This item shall consist of the removal and disposal or sal- vage of concrete stand pipes conduits, valves, and any other structures designated for removal or salvage on the drawings. (2) The Contractor shall exercise due care in his dismantling and salvaging operations of the existing concrete stand pipes and valves. All irrigation appliances that are injured or damaged by reason of the Contractor's operations, shall be replaced at the Contractor's expense. All. salvaged Irrigation appliances and miscellaneous metal appurtenancies that are in the opinion of the Contracting Officer unsuitable for reconstruction and by no fault of the Contractor, shall be replaced in kind, equal in all respects to the best portions of the existing facilities. Replacement materials.will be furnished by the Contracting Officer. (3) In Section 2, Marking, Method 1 shall apply. (4) In Section 3, Femoval, Method 2 shall apply. ® (5) Disposal of refuse material shall be outside of the right-of- way. The Contractor shall obtain sites for disposal of refuse materials. (5) Measurement and payment shall be by Method 2. Payment for this item at the contract lump sum amount includes compensation for relocation of valves and salvaged standpipes. E-1, I.R. 3-3 9/75 000913 CONSTRUCTION SPECIFICATION • B. MOBILIZATION 1. SCOPE The work shall consist of the mobilization of the Contractor's forces and equipment necessary for performing the work required under the contract. It shall include the purchase of contract bonds; transportation of personnel, equipment, and operating supplies to the site; establishment of offices, buildings, 'and other necessary facilities at the site; ano other preparatory work at the site. It shall-not include mobilization for any specific item of work for which payment for mobilization is provided elsewhere in the contract. The specification covers mobilization for work. required by the - contract at the time of award. If additional mobilization costs are incurred during performance of the contract as a result of change or added items of work for which the Contractor is entitled to an adjustment in contract price, - compensation for such costs will be included in the price adjustment' for the items of work changed or added. ® Z. PAYMNT Payment will be made as the work proceeds, after presentation of invoices by the Contractor showing his own mobilization costs and evidence of the charges of suppliers., subcontractors, and others for mobilization work performed by them. If the total of such payments is less than the contract lump sum for mobilization, the unpaid balance will be included in the final contract payment. Total payment will be the lump sum contract price for mobilization, regardless of actual cost to the Contractor. Payment will not be made under this item for the purchase costs of materials having a residual value, the purchase costs of materials to be incorporated in the project, .or the purchase costs of operating supplies; Payment of the lump sum contract price for mobilization will constitute full compensation for all labor, materials, equipment, and all other items necessary and incidental to completion of the work. ` SCS—WEST (8-1) 4-1-71 00097 Compensation for any item of work described in the contract but not listed in the bid schedule will be included in the payment. for the item of work to which it is made subsidiary. Such items and the items to which they are made subsidiary are identified in Section 3 of this specification, a , 1 • ,VY t SCS-WEST (8-2) 4-1=71 00098 3. ITEMS OF WORK AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specification and the construction details are: a. Bid Item 1, Mobilization (1) This item shall consist of the mobilization of the Contractor's forces and equipment necessary to construct- the pipe lines and appurtenances as specified. (2) Payment will be made as gpecified in Section 2. MK-E & :E 1,, I.R. 8-3 9/75 : 0009 CONSTRUCTION SPECIFICATION ' 21. EXCAVATION 1. SCOPE The work shall consist of the excavation required by the drawings and specifications and disposal of the excavated materials. 2. CLASSIFICATION Excavation will be classified as common excavation or rock excavation in accordance with the following definitions or will be designated as unclassified. Common excavation shall be defined as the excavation of all materials that can be excavated, transported, and unloaded by the use of heavy ripping equipment and wheel tractor-scrapers with pusher tractors or that can be excavated and dumped into place or loaded onto hauling equipment by means of excavators having a rated capacity- of one cubic yard and equipped with attachments (such as shovel, bucket, backhoe, dragline or clam shell) appro- priate to the character of the materials and the site conditions. • Rock excavation shall be defined as the excavation of all • _ hard, compacted or cemented materials the accomplishment of which requires blasting or the use of excavators larger than defined for common excavation. The excavation and removal of isolated boulders or rock fragments larger than one cubic yard in volume encountered in materials = otherwise conforming to the definition of common excava- tion shall be classified as rock excavation. Excavation will be classified according to the above definitions by the Engineer, based on his judgment of the character of the materials and the site conditions. The presence of isolated boulders or rock fragments larger than one cubic yard in size will not in itself be sufficient cause to change the classification of the surrounding material. For the purpose of this classification, the following definitions shall apply: SCS-14EST (21-1) 3-7-69 . . 00100 i Heavy ripping equipment shall be defined as a rear-mounted, heavy duty, single-tooth, ripping attachment mounted on a "1 ® r tractor having a power rating of 200-300 net horse power (at the flywheel). Wheel tractor-scraper shall be defined as a self-loading (not. elevating) and unloading scraper having a struck bowl capacity of 12-20 yards. Pusher tractor shall be defined as a track type tractor having a power rating of 200-300 net horsepower (at the flywheel) equipped with appropriate attachements. 3. UNCLASSIFIED EXCAVATION Items designated as "Unclassified Excavation" shall include all materials encountered regardless of their nature or the manner in which they are removed. When excavation is unclassified, none of the definitions or classifications stated in Section 2 of this specification shall apply. 4. BLASTING _ • - The transportation, handling, storage, and use of dynamite and other explosives shall be directed and supervised by a person of proven experience and ability in blasting operations. ® I \ Blasting shall be done in such a way as to prevent damage to � the work or unnecessary fracturing of the foundation and shall conform to any special requirements in Section 12 of this specification. 5. USE OF EXCAVATED M4TERIALS (Method 1) To the extent they are needed, all suitable materials from the specified excavations shall be used in the construction of required permanent earth fill or rock fill. The suitability of materials for specific purposes will be determined by the Engineer. The Contractor shall not waste or otherizise dispose of suitable excavated materials. (Method 2) Suitable materials from the specified excavations may be used in the construction of required earth fill or rock fill. The suitability of materials for specific purposes will be determined by the Engineer. SCS—WEST (21-2) 4-1-71 -J 00101 6. DISPOSAL OF WASTE MATERIALS (Method 1)_ All surplus or unsuitable excavated materials will be designated as waste and shall be disposed of at the locations shown on the drawings. Method 2) All surplus or unsuitable excavated materials will be designated as waste and shall be disposed of by the Contractor at sites of his own choosing away from the site of the work. 7. BRACING AND SHORING Excavated surfaces too steep to be safe and stable if unsupported shall be supported as necessary to safeguard the work and workmen, to prevent sliding or settling of the adjacent ground, and to � ,-oid damaging existing improvements. The width of the excavation shall be increased if necessary to provide space for sheeting, bracing, shoring, and other supporting installations. The Contractor shall furnish, place and subsequently remove such supporting installations. 8. STRUCTURE AND TRENCH EXCAVATION , Structure or trench excavation shall be completed to the specified elevations and to sufficient length and width to include allowance for forms, bracing and supports, as necessary, before any concrete or earth fill is placed or any piles are driven within the limits of the excavation. 9. BORROW EXCAVATION When the quantities of suitable materials obtained from specified excavations are insufficient to construct the specified fills, additional materials shall be obtained from the designated borrow areas. The extent and depth of borrow pits within the limits of the designated borrow areas shall be as directed by the Engineer. Borrow pits shall be excavated and finally dressed in a manner to eliminate steep or unstable side slopes or other hazardous or unsightly conditions. 10. OVEREXCAVATION Excavation in rock beyond the specified lines and grades shall be corrected by filling the.resulting voids with portland cement concrete made of materials and mix proportions approved by the Engineer. Concrete that will be exposed to the atmosphere when (21-3) SCS-WEST construction is completed shall contain not less than 6 sacks of cement per cubic yard of concrete. Concrete that till be permanently covered shall contain not less than 4z sacks of cement per cubic yard. The concrete shall be placed and cured as specified by the Engineer. Excavation in earth beyond the specified lines and grades shall be corrected by filling the resulting voids with approved compacted earth fill, except that, if the earth is to become the subgrade for riprap, rock fill, sand or gravel bedding, or. drain fill, the voids may be filled with material conforming to the specifications for the riprap, rock fill, bedding or drain fill. 11. FIEASUREMENT AND PAYMENT For items of work for which specific unit prices are established in the contract, the volume of each type and class of excavation within the specified pay limits will be measured and computed to the nearest cubic yard by the method of average cross-sectional end areas. Regardless of quantities excavated, the measurement for payment will be made to the specified pay limits, except that excavation outside the specified lines and grades directed by the Engineer to remove unsuitable material will be included, ! but only to the extent that the unsuitable condition is not a result of the Contractor's operations. (Method 1) The pay limits shall be as designated on the drawings. (Method 2) The pay limits shall be defined as follows: a. The upper limit shall be the original ground surface as it existed prior to the start of construction operations except that where excavation is performed within areas designated for previous excavation or fill the upper limit shall be modified ground surface resulting from the specified previous , excavation or fill. b. The lower and lateral limits shall be the neat lines and grades shown on the drawings. (Method 3) The pay limits shall be defined as follows: a. The upper limit shall be the original ground surface as it existed prior to the start of construction operations except that where excavation is performed within areas designated (21-4) SCS-WEST 3-7-69 001m for previous excavation or fill the upper limit shall be the modified ground surface resulting from the specified previous excavation or fill. b. The lower and lateral limits shall be the true surface of the completed excavation as authorized by the Engineer. (Method 4) The pay limits shall be defined as follows : a. The upper limit shall be the original ground surface as it existed prior to the start of construction operations except that where excavation is performed within areas designated for previous excavation or fill the upper limit shall be the modified ground surface resulting from the specified previous excavation or fill. b. The lower limit shall be at the bottom surface of the proposed'structure. c. The lateral limits shall be 18 inches outside of the outside surfaces of the proposed structure or shall be vertical planes 18 inches outside of and parallel to the footings, whichever gives the larger pay quantity, except as provided in d, below. d. For trapezoidal channel linings or similar structures that are to be supported upon the sides of the excavation without intervening forms, the lateral limits shall be at the under side of the proposed lining or structure. e. For the purpose of the definitions in b, c; and d, above, any specified bedding or drain fill directly beneath or beside the structure will be considered to be a part of the structure. (Use with all Methods) Payment for each type and class of excava- tion will be made at the contract unit price for that type and class of excavation. Such payment will constitute full compensa- tion for all labor, materials, equipment, and all other items necessary and incidental to the performance of the work, except that extra payment for backfilling required overexcavation will be made in accordance with the following provisions : a. Payment for backfilling overexcavation, as specified in Section 10 of this specification, will be made only if the excavation outside specified lines and grades is directed by the Engineer to remove unsuitable material and if the unsuit- able condition is not a result of the Contractor's operations. SCS-WEST 3-7-69 00104 Compensation for any item of work described in the-contract but not listed in the bid schedule will be included in the payment for the item of work to which it is made subsidiary. Such items and the items to which they are made subsidiary are identified in Section 12 of this specification. o (21-6) SCS-WEST 3-7-69 00105�- i 12. ITEMS Or WORK AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specification and the construction details are: a. Bid Item V 9 , Trench Shoring and Bracing (1) This item shall consist of complying with the requirements of the State of California, Division of Industrial Safety, Construction Safety Orders relating to sloping excavations, trench shoring and bracing. (2) All trenches 5-feet or more in depth, in all types of earth, shall be effectively guarded against the hazard of moving ground as provided in the Construction Safety OYders. Trenches less than 5-feet in depth shall also be so guarded when examination indicates hazardous ground movement may be expected. (3) Payment at the contract lump sum amount for Trench Shoring and Bracing shall include full compensation for all of the materials and work required to provide the necessary trench shoring, bracing or sloped excavation. b. Subsidiary Item, Trench Excavation (1) This item shall consist of all common excavation required for the laying of the reinforced concrete pipe with rubber gasket joints and the asbestos-cement pipe. (2) The width of the trench shall be sufficient to permit laying of the pipe as specified and to permit proper handling or finishing of the joints. There shall be a minimum clearance of one foot from each edge of the pipe as shown on the drawings. (3) The trench excavation shall not proceed until all necessary equipment and materials are available and the work can proceed without delay. The pipe shall be installed and the trench backfilled without delay. (4) Excavated areas shall be kept free from water during placement of pipe, concrete, bedding material and structure backfill. Excavation in the vicinity of existing structures and utilities to remain shall be performed in such a manner as to prevent damage to those facilities. (5) Any unstable subgrade conditions caused by the Contractor's operations and which would have been preventable by proper pumping or drainage shall be stabilized at the Contractor's expense. (6) In Section 5, Use of Excavated Material, Method 1 shall apply. (7) In Section 6, Disposal of Waste Materials, Method I shall apply. The material shall be stockpiled within the right-of-way as directed by the Contracting Officer. MK-E & E-1, I.R. 21-7 9/75 fu W w1©6 12. ITEMS OF WORD: AND CONSTRUCTION DETAILS (Continued) ® (8) No separate payment will be made for trench excavation. Compensation will be included in the payment for furnishing and installing reinforced concrete pipe with rubber gasket joints and Asbestos-Cement pipe, Bid Items 3, 4, 5 and 6. c. Subsidiary Item, Structure Excavation (1) This item shall consist of all common excavation outside the trench excavation necessary to install the concrete,stand pipes and the access manholes. (2) Structure Excavation shall meet the requirements specified in 12.b. (3), (4) and (5) above. (3) In Section 5, Use of Excavated Material, Method 1 shall apply. (4) In Section 6, Disposal of Waste Materials, Method 1 shall apply. The material shall be stockpiled within the right-of-way as directed by the Contracting Officer. (5) No separate payment will be made for Structure Excavation. Compensation will be included in the payment for furnishing and installing Concrete, Bid Item 7. ® d. Subsidiary Item, Excavation for Structure Removal (1) This item shall consist of all excavation, in excess of that required for trench excavation or structure excavation, for the removal of structures. (2) Excavation for structure removal shall meet the requirements specified in 12.b. (3) , (4) and (5) above. (3) In Section 5, Use of Excavated Material, Method 1 shall apply. (4) No separate payment will be made for excavation for structure removal. Compensation will be included in the payment for Structure Removal, Bid Item 2. ® MK-E & E-1 Z.R. 21-8 9/75 001.107 i CONSTRUCTION SPECIFICATION 23. EARTH FILL 1. SCOPE The work shall consist of the construction of earth embankments and other earth fills required by the drawings and specifications. 2. MATERIALS , All fill materials shall be obtained from required excavations and designated borrow areas. The selection, blending, routing and disposition of materials in the various fills shall be subject to approval by the Engineer. Fill materials shall contain no sod, brush, roots or other perish- able materials. Rock particles larger than the maximum size specified for each type of fill shall be removed prior to compac- tion of the fill. The types of- materials used in the various fills shall be as listed and described in the specifications and drawings. 3. FOUNDATION PREPARATION Foundations for earth fill shall be stripped to remove vegetation and other unsuitable materials or shall be excavated as specified. Except as otherwise specified, earth foundation surfaces shall be graded to remove surface irregularities and shall be scarified parallel to the axis of the fill or otherwise acceptably scored and loosened to a minimum depth of 2 inches. The moisture content of the loosened material shall be controlled as specified for the earth fill, and the surface materials of the foundation shall be compacted and bonded with the first layer of earth fill as specified for subsequent layers of earth fill. Earth abutment surfaces shall be free of loose, unconpacted earth in excess of two inches in depth normal to the slope and shall be at such a moisture content that the earth fill can be compacted against them to effect a good bond between the fill and the abutments. Rock foundation and abutment surfaces shall be cleared of all loose materials by hand or other effective means and shall be (23-1) SCS-WEST 3-7-69 001nQ free of standing water when fill is placed upon them. Occa- sional rock outcrops in earth foundations for earth fill, except in dams and other structures designed to restrain the movement of water, shall not require special treatment if they do not interfere with compaction of the foundation and initial layers of the fill or the bond between the foundation and the fill. Foundation and abutment surfaces shall be not steeper than 1 horizontal to 1 vertical unless otherwise specified. Test pits or other cavities shall be filled with compacted earth fill _ conforming to the specifications for the earth fill to be placed upon the foundation. 4. PLACEMENT Fill shall not be placed until the required excavation and foundation preparation have been completed and the foundation has been inspected and approved by the Engineer. Fill shall not be placed upon a frozen surface, nor shall snow, ice, or frozen material be incorporated in the fill. Fill shall be placed in approximately horizontal layers. The thick- ness of each layer before compaction shall not exceed the maximum thickness specified. Materials placed by dumping in piles or win- drows shall be spread uniformly to not more than the specified thickness before being compacted. Hand compacted fill, including • fill compacted by manually directed power tampers, shall -be placed in layers whose thickness before compaction does not exceed the maximum thickness specified for layers of fill compacted by manually directed power tampers. Adjacent to structures, fill shall be placed in a manner which will prevent, damage to the structures and will allow the structures to assume the loads from the fill gradually and uniformly. The height of the fill adjacent to a structure shall be increased at approximately the same rate -on all sides of the structure. Earth fill in dacps, levees and other structures designed to restrain the movement of water shall be placed so as to meet the following additional requirements : a. The distribution of materials throughout each zone shall be essentially uniform, and the fill shall be free from lenses, pockets, streaks or layers of material differing substantially in texture or gradation from the surrounding material. r r ® SCS—NEST (23-2) ` 2-21-73 001 b. If the surface of any layer becomes too hard and smooth for ' proper bond with the succeeding layer, it shall be scarified ® parallel to the axis of the fill to a depth of not less than 2 inches before the next layer is placed. c. The top surfaces of embankments shall be maintained approximately level during construction, except that a crown or cross-slope of not less than 2 percent shall be maintained to insure effective drainage, and except as otherwise specified for drain fill zones. If the drawings or specifications require or the Engineer directs that fill be placed at a higher level in one part of an embank- ment than another, the top surface of each part shall be main- tained as specified above. d. Dam embankments shall be constructed in continuous layers from abutment to abutment except where openings to facilitate con- struction or to allow the passage of stream flow during construction are specifically authorized in the contract. e. Embankments built at different levels as described under c or d above shall be constructed so that the slope of the bonding surfaces between embankment in place and embankment to be placed is not steeper than 3 feet horizontal to 1 foot vertical. The bonding surface of the embankment in place shall be stripped of all loose material, and shall be scarified, moistened and r^. recompacted when the new fill is placed against it as needed to iinsure a good bond with the new fill and to obtain the specified ._ moisture content and density in the junction of the in place and new fill. S. CONTROL OF MOISTURE CONTENT During placement and compaction of fill, the moisture content of the materials being placed shall be maintained within the specified range. The application of water to the fill materials shall be accomplished at the borrow areas insofar as practicable. Water may be applidd by sprinkling the materials after placement on the fill, if necessary. Uniform moisture distribution shall be obtained by discing, blading or other approved methods prior to compaction of the layer. Material that is too wet when deposited on the fill shall either be removed or be dried to the specified moisture content prior to compaction. If the top 4urface of the preceding layer of compacted fill or a foundation or abutment surface in the zone of contact with the fill becomes too .dry to permit suitable bond it shall be scarified and moistened by,sprinkling to an acceptable moisture content prior to placement of:the next layer of fill. SCS-WEST (23-3) 4-1-71 00110 6. COINIIYCT ION Earth fill shall be compacted according to the following requirements for the class of compaction specified: Class A compaction. 1--'ach layer of fill shall be compacted as necessary to make the density of the fill matrix not less than the minimum density specified. The fill matrix is defined as the portion of the fill material finer than the maximum particle size used in the compaction test method specified. Class B compaction. Each layer of fill shall be compacted to a mass density not less than the minimum density specified. Class c compaction. Each layer of fill shall be compacted by the specified number of passes of the type and weight of roller or other equipment specified, or by an approved equivalent method. Each pass shall consist of at least one passage of the roller wheel or drum over the entire surface of the layer. Fill adjacent to structures shall be compacted to a density equiva: lent to that of the surrounding fill by means of hand tamping if per- mitted by the Contracting officer, or manually directed power tampers or plate vibrators. 'Heavy equipment shall not be 'Operated within 2 feet of any structure. Vibrating rollers shall not be operated within 5 feet of any structure. - Compaction by means of drop weights operating from a crane or hoist will not be permitted. The passage of heavy equipment will not be allowed (1) over cast-in-place conduits prior to 14 days after placement of the concrete; (2) over cradled precast conduits prior to 7 days after placement of the concrete cradle; or (3) over any type of conduit until the backfill has been placed above the top surface of the structure to a height equal to one-half the- clear span width of the structure or pipe or 2 feet, whichever is greater. Compacting of fill adjacent to structures shall not be started until the concrete has attained the strength specified in Section 10 for this purpose. The strength will be determined by compres- sion testing of test cylinders cast by the Engineer for this purpose and cured at the work site in the manner specified in ASTM Method C 31 for determining when a structure nay be put into service. When the required strength of the concrete is not specified as described above, compaction of fill adjacent to structures shall not be started until the following time intervals have elapsed after placement of the concrete. SCS-WEST (23-4) 2-21-73 Structure Time Interval (, Retaining walls and counterforts 14 days " Walls backfilled on both sides simultaneously 7 days Conduits and spillway risers, cast- in-place (with inside forms in place) 7 days Conduits and spillway risers, cast-in- place (inside forms removed) 14 days Conduits, precast, cradled 2 days Conduits, precast, bedded 1 day Antiseep collars and cantilever outlet bents 3 days 7. REDDVAL AND PLACE:IEti'T OF DEFECTIVE FILL Fill placed at densities lower than the specified minimum density or at moisture contents outside the specified acceptable range of moisture content or otherwise not conforming to the requirements of the specifications shall be reworked to meet the requirements or removed and replaced by acceptable fill. The replacement fill and the foundation, abutment and fill surfaces upon which it is placed shall conform to all requirements of this specification for foundation preparation, approval, placement,. moisture control and compaction. • ® 8. TESTING During the course of the work, the Engineer will perform such tests as are required to identify materials, to determine compaction characteristics, to determine moisture content, and to determine density of fill in place. These •tests performed by the Engineer will be used to verify that the fills conform to the requirements of the specifications. Such tests are not intended to provide• the Contractor with the information required by him for the proper execution of the work and their performance shall not relieve the Contractor of the necessity to perform tests for that purpose. Densities of fill requiring Class A compaction will be determined by the Engineer in accordance with ASTM Method D 1556 (or by equivalent methods), except that the volume and moist weight of included rock particles larger than those used in the compaction test method specified for the type of fill will be determined and deducted from the volume and moist weight of the total sample prior to computation of density. The density so computed will be used to determine the percent compaction of the fill matrix. (23-5) r SCS-WEST 2-21-73 00112 9. MEASUREMENT AND PAYMENT For items of work for which specific unit prices are established in the contract, the volume of each type and compaction class of earth fill within the specified zone boundaries and pay limits will be measured and computed to the nearest cubic yard by the method of average cross-sectional end areas. Unless otherwise specified, no deduction in volume will be made for embedded conduits and appurtenances. The pay limits shall be as defined below, with the further pro- vision that earth fill required to fill voids resulting from overexcavation of the foundation, outside the specified lines and grades, will be included in the measurement for payment only where such overexcavation is directed by the Engineer to remove unsuitable material and where 'the unsuitable condition is not a result of the Contractor's operations. (Method 1) The pay limits shall be as designated on the drawings. (Method 2) The pay limits shall be the measured surface of the foundation when approved for placement of the fill and the speci- fied neat lines of the fill surface. (Method 3) The pay limits shall be the measured surface of the foundation when approved for placement of the fill and the measured surface of the completed fill. (Method 4) The pay limits shall be the specified pay limits for excavation and the specified neat lines of-the fill surface. - t Y (Method 5) The pay limits-shall be the specifi-ed pay limits for excavation and the measured surface of the completed fill. (Use method 6 or 7 with all methods 1 through 5) (Method 6) Payment for each type and compaction class of earth fill will be made at the contract unit price for that type and compaction class of fill. Such payment will constitute full compensation for all labor, materials, equipment and all other items necessary and incidental to the performance of the work. t (Method 7 Payment for each type and compaction' class of earth fill will:be made at the contract unit price foi that type and compaction class of fill. Such payment will constitute full com- pensation'for all labor, materials, equipment and all other items necessaryand incidental to the performance of the work, except furnishing, transporting, and applying water to" the foundation and fill materials. c SCS WEST s (23-6) t 6-25-70 00113 Water applied to the foundation and fill materials will be measured and payment will be made as specified in Construction ® Specification 10. &Use with All Methods) Compensation for any item lofwillwork bdescribincuedd in the contract out not listed in the in the payment for the item of work to which it is made subsidiary. Such items and the items to which they are made subsidiary are identified in Section 10 of this specification. -25-70 t SCS-WEST (23-7) OU114 10. ITEMS OF WORK AND CONSTRUCTION DETAILS • Items of work to be performed in conformance with this specification and the construction details are: a. Subsidiary Item, Earthfill for Rubber Gasket Joint Reinforced Concrete Pipe and Asbestos-Cement Pipe (1) This item shall consist of all earthfill and pipe bedding required to backfill the rubber gasket joint, reinforced concrete pipe and the Asbestos-Cement Pipe to the existing ground line. (2) The maximum size of rock fragments incorporated in the fill shall be three (3) inches. (3) The percentage composition by weight of pipe bedding shall conform to the following grading as determined by Test No. Calif. 202: PIPE BEDDING GRADATION . Sieve Size Percentage Passing Sieve 1". 100 3/4" 87 - 100 No. 4 30 - 60 No. 200 0 - 12 ® The material shall have a sand equivalent value of not less than 28, as determined by Test No. Calif. 217. The Contractor shall notify the Engineer in writing of the source from which he intends to obtain the material and shall submit samples of the materials he-proposes to use at least five (5) days in advance of importing such material to the job site. Note: 3/4-inch Class II Aggregate Base as specified in Section 26 of the State of California, Department of Transportation, Standard Specifications meets these requirements. (4) In Section 6, compaction shall be Class A. The fill matrix shall be compacted to at least 90 percent of the maximum density obtained in compaction tests of the fill materials performed as specified in Test No. Calif. 231 or 216. The area within the proposed channel cross- section need only be track rolled and is exempt from the 90% requirement. (5) The thickness of each layer of fill before compaction shall be not greater than eight (8) inches. (6) For each type of earthfill material used, the moisture content shall fall within a range that will allow the material to be compacted to the specified relative compaction. MK-E & E-1, I.R. 23-8 9/75 VulXV 10. ITEMS OF WORK AND CONSTRUCTION DETAILS (Continued) (8) No separate payment will be made for Earthfill for Rubber Gasket Joint Reinforced Concrete Pipe or Asbestos Cement Pipe. Compensa- tion will be included in the payment for Rubber Gasket Joint Reinforced Concrete Pipe, and Asbestos-Cement Pipe, Bid Items 3, 4, 5 and 6. b. Subsidiary Item, Structure Backfill (1) This item shall consist of all earthfill necessary to backfill the concrete standpipes and the access manholes and any voids resulting from the removal of structures. (2) The maximum size of rock fragments incorporated in the fill shall be three (3) inches. (3) Structure Backfill shall meet the requirements specified in 10.a (4), (5) and (6) above. (4) No separate payment will be made for Structure Backfill. Compensation will be included in the payment for furnishing and installing Concrete, Bid Item 7. MK-E & E-1, I.R. 23-9 9/75 00115 i CONSTRUCTION SPECIFICATION - 32. CONCRETE FOR MINOR STRUCTURES 1.• SCOPE The work shall consist of furnishing, forming, placing, finishing . and curing portland cement concrete as required to build the structures named in Section 24 of this specification. MATERIALS " Portland cement shall conform to the requirements of_ Matdrial Specification 531 for the specified type. Aggregates shall conform to the requirements of Material Specifi- cation 522 unless otherwise specified. The grading of coarse aggregates shall be as specified in Section 24. Water shall be clean: and free from injurious amounts of oil, salt, acid, alkali., organic matter or other deleterious substances. Preformed expansion Joint filler shall conform to the requirements of Material Specification 535. Waterstops shall conform to the.requirements of Material Specifi- cations 537 and 538 for the specified kinds. 3. CLASS OF CONCRETE Concrete for minor structures shall be classified as follows: Maximum Net Minimum Class of Water Content Cement Content 111 Concrete (gallons/bag) (bans/cu. yd.) . 3000DI .7 6 4. AIR CONTENT AND CONSISTENCY Unless otherwise specified, the slump shall be 2 to 4 inches. If air entrainment is specified, the- air content by volume shall be 5 to 8 percent of the -volume of the concrete. When specified or when directed by the Engineer, a water-reducing, set-retarding admixture approved by the Engineer shall be used. SCS WEST (32-1) •34-74 00117 5. DESIGN OF THE CONCRETE MIX ® The proportions of the aggregates shall be such as to produce a concrete mixture that will work readily into the corners and angles of the forms and around reinforcement when consolidated, but will not segregate or exude free Water during consolidation. -Prior to placement of concrete, the Contractor shall furnish the Engineer, for approval, a statement of the materials and mix proportions (including admixtures, if any) he intends to use. The statement shall include evidence satisfactory to the Engineer that the materials and proportions will produce con- crete conforming to this specification. The materials and proportions so stated shall constitute the "job mix." After a job mix has been approved, neither the source, character or grading of the aggregates nor the type or brand of cement or -admixture shall be changed without prior notice to the Engineer. If such changes are necessary, no concrete containing such new or altered materials shall be placed until the Engineer has approved a revised job mix. 6. INSPECTION AND TESTING The Engineer shall have free entry to the plant and equipment furnishing concrete under the contract. Proper facilities shall be provided for the Engineer to inspect materials, equipment and processes and to obtain samples of the concrete. All tests and _ inspections will be conducted so as not to interfere unneces- sarily with manufacture and delivery. of the concrete. 7. HANDLING AND MEASUREMENT OF MATERIALS Materials shall be stockpiled and batched by methods that will prevent segregation or contamination of aggregates and insure accurate proportioning of the ingredients of the mix. Except at otherwise provided in Section•8, cement and aggregates shall be measured as follows: Cement shall be measured by weight or in bags of 94 pounds each. When cement is measured in bags, no fraction of a bag-shall be used unless weighed. Aggregates shall be measured by weight. Mix proportions shall be based on saturated, surface-dry weights. The batch weight of each aggregate shall be the required saturated, surface-dry weight plus the weight of surface moisture it contains. Water shall be measured, by volumne or by weight, to an accuracy within one percent of the total quantity of water required for the batch. Admixtures shall be measured within a limit of accuracy of three percent. -. SCS-WEST (32-2) • 3-1-74 - 00118 8. MIXERS ANI) MIXING Concrete shall be uniform and thoroughly mixed when delivered to the work. Variations in slump of more than 1 inch within a batch will be considered evidence of inadequate mixing and shall be • corrected by increasing mixing time or other means. -, For stationary mixers, the mixing time after all cement and aggre- gates are in the mixer drum shall be not less than 1� minutes. When concrete is mixed in a truck mixer, the number of revolutions of the drum or blades at mixing speed shall be not less than 70 nor more than 100. Unless otherwise specified, volumetric batching and continuous mixing at the construction site will be permitted if approved by the Contracting Officer. The batching and mixing equipment shall conform to the requirements of ASTM Specification C 685 and shall be demonstrated prior to placement of concrete, by tests with the job mix, to produce concrete meeting the specified proportioning and uniformity requirements. Concrete made by this method shall be produced, inspected, and certified in conformance with Sections 6., 7., 8. , 13., and 14. of.ASTM Specification C 685. No mixing water in excess of the amount called for by the job mix shall be added to the concrete during mixing or hauling or after arrival at the delivery point. 9. FORMS • Forms shall be of wood, plywood, .steel or other approved material and shall be mortar tight. The for and associated- falsework shall be substantial and unyielding and shall be constructed so that the finished concrete will conform to the specified dimen- sions and contours. Form surfaces shall be smooth and free from holes, dents, sags or other irregularities. Forms shall be coated with a nonstaining form oil before being set into place. Metal ties or anchorages within the forms shall be equipped with cones, she-bolts or other devices that permit their removal to a depth of at least one inch without injury to the concrete. Ties designed to break off below the surface of the concrete shall . not be used without cones. All edges that will be exposed to view when the structure is completed shall be chamfered, unless finished with molding tools as specified in Section 18. 10. PREPARATION OF FORMS AND SUBGRADE Prior to placement of concrete the forms and subgrade shall be free of chips, sawdust, debris, water, ice, snow, extraneous oil, mortar, or other harmful substances or coatings. Any oil on the reinforcing steel or other surfaces required to.be bonded to the concrete shall be removed. Rock surfaces shall be cleaned by r" SCS WEST (32-3) 3-1-74 • 00119 air-water cutting, wet sandblasting or wire brush scrubbing, as necessary, and shall be wetted immediately prior to placement of concrete. Earth surfaces shall be firm and damp. Flacement of concrete on mud, dried earth or uncompacted fill.or frozen sub- grade will not be permitted. Unless otherwise specified, when concrete is to be placed over drain fill, the contact surface of the drain fill shall be covered with a layer of asphalt-impregnated building paper or polyvinyl sheeting prior to placement of the concrete. Forms for weepholes shall extend through this layer into the drain fill. Items to be embedded in the concrete shall be positioned accu- rately and anchored firmly. Weepholes in walls or slabs shall'-be formed with nonferrous materials. ' 11. CONVEYING Concrete shall be delivered to the site and discharged into the. forms within 111S hours after the introduction of the cement to the aggregates. In hot weather or under conditions contributing to quick stiffening of the concrete, the time between :he intro- duction of the cement to the aggregates and discharge shall not exceed 45 minutes. The Engineer may allow a longer time,- provided the setting time of the concrete is increased a corre- sponding amount by the addition of an approved set-retarding admixture. In any case, concrete shall be conveyed from the mixer to the forms as rapidly as practicable by methods that will prevent segregation of the aggregates or loss of mortar. Concrete shall not be dropped more than five feet vertically unless suitable equipment is used to prevent segregation. 12. PLACING Concrete shall not be placed until the subgrade, forms and steel reinforcement have been inspected and approved. No con- crete shall be placed except in the presence of the Engineer. The Contractor shall give reasonable notice to the Engineer each time he intends to place concrete. Such notice shall be far enough in advance to give the Engineer adequate time to inspect the subgrade, forms, steel reinforcement and other preparations for compliance with the specifications before concrete is delivered for placing. SCS-WEST (32-4} 3-1-74 00120 The concrete shall be deposited as closely as possible to its final position in the forms and shall be worked into the corners - and angles of the for and around all reinforcement and embedded items in a manner to prevent segregation of aggregates or exces- sive laitance. Unless otherwise specified, slab concrete shall be placed to design thickness in one continuous layer. Formed concrete shall be placed in horizontal layers not more than 20 .inches thick. Hoppers and chutes, pipes or "elephant trunks" shall be used as necessary to prevent splashing of mortar on the forms and reinforcing steel above the layer being placed. Immediately after the concrete is placed in the forms, it shall be consolidated by spading, hand tamping or vibration as necessary to insure smooth surfaces and dense concrete. Each layer shall be consolidated to insure monolithic bond with the preceding layer. If the surface of a layer of concrete in place sets to the degree that it will not flow and merge with the succeeding layer when . spaded or vibrated, the Contractor shall discontinue placing con- crete and shall make a construction joint according to the proce- dure specified in Section 13. If placing is discontinued when an incomplete horizontal layer is I in place, the unfinished end of the layer shall-be formed by a vertical bulkhead. • 13. CONSTRUCTION JOINTS Construction joints shall be made'at the locations shown on the drawings. If construction joints are needed which are not shown on the drawings, they shall be placed in locations approved by the Engineer. Where a feather edge would be produced at a construction joint, as in the top surface of a sloping wall, an insert form shall be used _. so that the resulting edge thickness on either side of the joint is not less than 6 inches. In walls and columns, as each lift is completed, the top surfaces shall be imediately and carefully protected from any condition that might adversely affect the hardening of the concrete. Steel tying and form construction adjacent to concrete in place shall not be started until the concrete has cured at least 12 hours. Before new concrete is deposited on or against concrete that has hardened, the forms shall be retightened. New concrete shall not be placed until the hardened concrete has cured at least 12 hours. (32-5) SCS-WEST 3-1-74 00121 Surfaces of construction joints shall be cleaned of all unsatis- factory concrete, laitance, coatings or debris by washing and scrubbing with a wire brush or wire broom or by other means approved by the Engineer. The surfaces shall be kept moist for at least one hour prior to placement of the new concrete. 14. EXPANSION AND CONTRACTION JOINTS • Expansion and contraction joints shall be made only at locations shown on the drawings. ' Exposed concrete edges at expansion and contraction joints shall be carefully tooled or chamfered, and the joints shall be free of mortar and concrete. Joint filler shall be left exposed for its full length with clean and true edges. - Preformed expansion joint filler shall be held firmly in the correct position as the concrete is placed. "-When open joints are specified, they shall be constructed by the insertion and subsequent removal of a wooden strip, metal plate or other suitable template in such a manner that the ® corners of the concrete will not be chipped or broken. The edges of open joints shall be finished with an edging. tool prior j to removal of the joint strips. 15. WATERSTOPS Waterstops shall be held firmly in the correct position as the concrete is placed. Joints in metal waterstops shall be sol- dered, brazed or welded. Joints in rubber or plastic waterstops shall be cemented, welded or vulcanized as recommended by the manufacturer. 16. REMOVAL OF FORMS Forms shall not be removed without the approval of the Engineer. Forms shall be removed in such a way as to prevent damage to the concrete. Supports shall be removed in a manner that will per- mit the concrete to take the stresses due to its own weight uniformly and gradually. 17. FINISHING FORMED SURFACES Immediately after the removal of the forms: (32-6) SCS-WEST- 3-1-74 0/ 122 a. All fins and irregular projections shall be removed from exposed surfaces. b. On all surfaces, the holes produced by the removal of form ties, cone-bolts, and she-bolts shall be cleaned, wetted and filled with a dry-pack mortar consisting of one part. portland cement, three parts sand that will pass a No. 16 sieve, and water just sufficient to - produce o - produce a consistency such that the filling is at the -point of becoming rubbery when the material is solidly • packed. _ 18. FINISHING UNFOPTED SURFACES All exposed surfaces of the concrete shall be accurately screeded to grade and then float finished, unless specified otherwise. • Excessive floating o-r troweling of surfaces while the concrete is soft will not be permitted. The addition of dry cement or water to the surface of the screeded concrete to expedite finishing will not be allo•ied. Joints and edges on unformed surfaces that will be exposed to view shall be chamfered or finished with molding tools. • 19. CURING Concrete shall be prevented from drying for a curing period of at least 7 days after itis placed. Exposed surfaces shall be kept continuously moist for the entire period, or until curing compound is applied as specified below. Moisture shall be maintained by sprinkling, flooding or fog spraying or by covering with continu- ously moistened canvas, cloth mats, straw, sand or other approved material. Wood forms (except plywood) left in place during the curing period shall be kept wet. Formed surfaces shall be thor- oughly wetted immediately after forms are removed and shall be kept wet until patching and repairs are completed. Water or covering shall be applied in such a way that the concrete surface is not eroded or otherwise damaged. Concrete, except at construction joints, may be coated with an approved curing compound in lieu of continued application of mois- ture. The compound shall be sprayed on the moist concrete surfaces as soon as free water has disappeared, but shall not be applied to any surface until patching, repairs and finishing of that surface (32-7) SCS-WEST 3-1-74 00123 are completed. The compound shall be applied at a uniform rate of not less than one gallon per 150 square feet of surface and shall form a continuous adherent membrane over the entire surface. Curing compound shall not be applied to surfaces requiring bond to subsequently placed concrete, such as con- struction joints, shear plates, reinforcing steel and other embedded items. If the membrane is damaged during the curing period, the damaged area shall be resprayed at the rate of application specified above. 20. REMOVAL OR REPAIR When concrete is honeycombed, damaged or otherwise defective, the Contractor shall remove and replace the structure or struc- tural member containing the defective concrete or, where feasible, correct or repair the defective parts. The Engineer will determine the required extent of removal, replacement or repair. Prior to starting repair work the Contractor shall obtain the Engineer's approval of his plan for effecting the repair. The Contractor shall perform all repair work in the presence of the Engineer. 21. CONCRETING IN COLD WEATHER Concrete shall not be mixed nor placed when the daily minimum atmospheric temperature is less than 40OF unless facilities are . provided to prevent the concrete from freezing. The use of accelerators or antifreeze compounds will not be allowed. .22. CONCRETING IN HOT WEATHER The Contractor shall apply effective means to' maintain the temperature of the concrete below 90OF during mixing, conveying and placing. . 23. MEASUREMENT AND PAYMENT For items of work for which specific unit prices are established in the contract, concrete will be measured to the neat lines shown on the drawings and the volume of concrete will be computed to the nearest 0.1 cubic yard. Measurement of concrete placed against the sides of an excavation without the use of intervening forms will be made only to the neat lines or pay limits shown on the drawings. No deduction in volume will be made for chamfers, rounded or beveled edges or for any void or embedded item that is less than 3 cubic feet in volume. (32-8) SCS-WEST 3-1-74 00324 Payment for each item of concrete for mi.nor structuress will bre - made at the contract unit price or the contract lump sum, whlcle- ever is applicable, for that item. Such payment will constitute full compensation for all labor, materials, equipment, transpor- tation, tools, forms, falsework, bracing and all other items necessary and incidental to the completion of the work, except items listed for payment else%here in the contract. Compensation for any item of work described in the contract but not listed in the bid schedule will be included in the payment for the item of work to which it is made subsidiary. Such items and the items to which they are made subsidiary are identified in Section 24 of this specification., (32-9) SCS-idEST 3-1-74 . 00, 125 • 24. ITEMS OF WORK AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specifica- tion and the construction details are: a. Bid Item 7, Concrete (1) This item shall consist of furnishing and installing the three reinforced concrete Access Manholes, the concrete bases, collars, junctions and plugs, as shown on the drawings. (2) Concrete shall be Class 3000 M. (3) Type II, low alkali, portland cement, shall be used. (4) Coarse aggregate shall be Size No. 67 (1" to No. 4) as specified in ASTM C-33. (5) Payment at the contract lump sum amount for this item shall. include full compensation for all of the materials and work required to construct the reinforced oncrete access manholes, the concrete base for the standpipes and the concrete collars, plugs and junctions, including steel reinforcement, excavation and backfill. Mr,E & E-1, I.R. 32-10 9/75 00, 1213 CONSTRUCTION SPECIFICATION 34. STEEL REINFORCEI4ENT 1. SCOPE The work shall consist of furnishing and placing steel reinforce- ment for reinforced concrete or pneumatically applied mortar. 2. MATERIALS Steel reinforcement shall conform to the requirements of Material Specification 539. Before reinforcement is placed the surfaces of the bars and fabric and any metal supports shall be cleaned to remove any loose, flaky rust, mill scale, oil, grease or other coatings or foreign substances. After placement the reinforcement shall be maintained in a clean condition until it is completely embedded in the concrete. 3. BAR SCHEDULE, LISTS AND DIAGRAMS Any supplemental bar schedules, bar lists or bar-bending diagrams ® required to accomplish the fabrication and placement of reinforce- ment shall be provided by the Contractor. Prior to placement of reinforcement, the Contractor shall furnish three prints or copies of any such lists or diagrams to the Contracting Officer. Accept- ance of the reinforcement will not be based on approval of these lists or diagrams but will be based on inspection of the reinforce- ment after it has been placed. 4. BENDING Reinforcement shall be cut and bent in compliance with the require- ments of the Amer#can Concrete Institute Standard 315. Bars shall not be bent or straightened in a manner that will injure the mate- rial. Bars with kinksi Fracks or improper bends will be rejected. 5. SPLICING BAR REINFORCEMENT Unless otherwise specified on the drawings, splices of reinforcing bars shall provide an overlap equal to at least 30 times the diameter of the smaller bar in the splice but not less than 12 inches. �-..•' (34-1) SCS-WEST 3-7-69 00127 6. SPLICING WELDED WIRE FABRIC Welded wire fabric shall be spliced in the following manner: a. Adjacent sections shall be spliced end to end by either: (1) Overlapping the two pieces of fabric one full mesh (measured from the ends of the longitudinal wires in one piece to the ends of the longitudinal wires in the other piece) and securing the two pieces together with wire ties placed at intervals of 18 inches; or, (2) Overlapping the two pieces of fabric so that the end crosswire of each piece comes in contact with the next-to-end crosswire of the other piece and securing the two pieces together only as required to keep the fabric in place and to prevent it from curling. b. Adjacent sections of fabric shall be spliced side to side by either: ' (1) Placing the two selvage wires (the longitudinal ® wires at the edges of the fabric) one along side and overlapping the other and securing the two pieces together with wire ties placed at intervals of-.3 feet; or, (2) Placing each selvage wire in the middle of the first mesh of the other section of fabric and securing it to the other section at intervals of 10 feet by means of wire ties placed on the selvage wires alternately at intervals of S feet. (3) Placing each selvage wire in contact with the next-to-edge longitudinal wire and securing them together only as required to keep the fabric in place or to prevent it from curling. 7. PLACING Reinforcement shall be accurately placed and secured in position in a manner that will prevent its displacement during the place- ment of concrete. Tack welding of bars will not be permitted. Metal chairs, metal hangers, metal spacers and concrete chairs (34-2) SCS-WEST I I r• may be used to support the reinforcement. Metal hangers, spacers and ties shall be placed in such a manner that they will not be exposed in the finished concrete surface. The legs of metal chairs that may be exposed at the lower face of slabs or beams shall be galvanized as specified for iron and steel hardware in Material Specification 582. Precast concrete chairs shall be manufactured of the same class of concrete as .that specified for the structure and shall have tie wires securely anchored in the chair or a V-shaped groove at least 3/4 inch in depth molded into the upper surface to receive the steel bar at the point of support. Precast concrete chairs shall be moist at the time concrete is placed. Reinforcement shall not be placed until the prepared site has been inspected and approved by the Engineer. After placement of the reinforcement, concrete shall not be placed until the reinforcement has been inspected and approved by the Engineer, 8. NEASUREMENT AIM PAYMENT jMethod 15 For items of work for which specific unit prices are established in the contract, the weight of reinforcement placed in �. the concrete in accordance with the drawings will be determined to ' the nearest pound by computation from the placing drawings. Mea- surement of hooks and bends will be based on the requirements of ACI.Standard 315. Computation of weights of reinforcement will be based on the unit weights established in Tables 34-1, 34-21, and 34-3. The area of welded wire fabric reinforcement placed in the concrete in accordance with the drawings will be determined to the nearest square foot by computation from the placing drawings with no allowance for laps. The weight of steel reinforcing in extra splices or extra-length splices approved for the convenience of the Contractor or the weight of supports and ties will not be included in the measurement for payment. Payment for furnishing and placing reinforcing steel will be made at the contract unit price. Such payment will constitute full compensation for all labor, materials, equipment and all other items necessary and incidental to the completion of the work including preparing and furnishing bar schedules, lists or diagrams; furnishing and attaching ties and supports; and furnishing, trans- porting, cutting, bending, cleaning and securing all reinforcement. (Method 2) For items of work for which specific unit prices are established in the contract, the weight of bar reinforcement placed in the concrete in accordance with the drawings will be determined (34-3) SCS-WEST 3-7-69 •0010 `c to the nearest pound by computation from the placing drawings. Measurement of hooks and bends will be based on the requirements of ACI Standard 315. Computation of weights of bar reinforcement will be based on the unit weights established in Table 34-1. The weight of steel reinforcing in extra splices or extra-length splices approved for the convenience of the Contractor or the weight of supports and ties will not be included in the mQasure- went for payment. The area of welded wire fabric reinforcement placed in the concrete in accordance with the drawings will be determined to the nearest square foot by computation from the placing drawings with no allowance for laps. Payment for furnishing and placing bar reinforcing steel will be made at the contract unit price for bar reinforcement. Payment for furnishing and placing welded wire fabric reinforcing steel will be made at the contract unit price for welded wire fabric reinforcement. Such payment will constitute full compensation for all labor, materials, equipment and all other items necessary and incidental to the completion of the work including preparing and furnishing bar schedules, lists or diagrams; furnishing and attaching ties and supports; and furnishing, transporting, cutting, bending, cleaning and securing all reinforcement. (Use with Either Method) Compensation for any item of work de- scribed in the contract but not listed in the bid schedule will be included in the payment for the item of work to which it is made subsidiary. Such items and items to which they are made subsidiary are identified in Section 9 of this specification. (34-4) , SCS-WEST 377-69 00130 M ,4 r4 Cl 4 •-1 W to .Ll a C� W cn O h %T N r-1 00 r♦ N O► r-1 m N .4% N h .- Q N N 1 -4 r-1 0% h 00 h 1� W 0 to to to.T M N O P1 O .T L 3 3+ 40.1 O W L 14 O 41 01 .T to C G C'l O H -rd NNNN .T .'t' O (rlrl %TN0r. 4) L rl r-1 r^I -4 -400 O O .-1 -4 N N c'9 .T �D h 4) r-a tff 0% O r-1 N L O T C r-1 r-1 r-1 r-1 crl N 4) h L 00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W 00 %D fn 4 OO OO co co CON NNNN NNNNN NN U 0) %T%T %T%T %T r-1 .-1 r-1 r-4 r4 r--1 r4 r-1 rd r4 r-1 r-1 C N U 4) %0 %0 %0 %D %0 %0 %0 %0 O Ck Pel C h0 V WW � Z N 04 W ej a a cr d. O N Q V] 01 N O% O\ .-/ M %D .-I h In N 01 %0 Crl cn h 41 .WZ %O Irl q� rt O C7 t7 %0 W) Ln I' C7 M04 N r-1 r4 r-/ M N H 9 O L s 1 OG S 11 W 3 C. - N °" cr) ca b r; z 54 V H O O b U -4 rf N %D h 00 0% O .-•1 O CV N N N N r-/ N C 00 4) L r-4 r! N C7 Irl r4 r4 .4 .4 .-4 r-1 r-1 r4 r-/ r-1 ,,..j %D IY. •4 Q1 h co %D h 00 00 C% O r-1 N h 00 L 1 -T %0 A C rl r-4 r-i cn L 00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 M O N cn -r4 NNNN NNNNNN NNNN0000 11 �7 1 0 r-1 r-1 r4 r-1 r-4 r4 r1 r-1 r 4 rd r-1 .4 r 4 r-4 t-7 . ) ch c'7 IT.'t %T %T .T %T .T.T .T .T.T .Tcn 6 chi C (-1 cn Cl) O Q u G4 h •f] . W C) N 1-4 N %00%-T-,Th •4r- %0 %D01Nhtn .T.T %0 C r-1 %D •.TN C> Ch r- tDLn 4000h -.Dtn .T m Q "4 O r4 .--i .•-1 r-1 rr r-/ •r1 O L O WL n � • C Z w C •.� to O rn 4) •r I .7 .•f Irl %D h 00 O` O .--4 .T Irl tD h 00 O% O b N •Ll 4) L r-•i O r-1 N C7 .T to • . 4 Q r-1 N C7 .T to r-1 •14 r-4 r-t t4 .7 r-1 fn v L O00 r'1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 31 -rd .T N N N N N N N N N N N N N N N L co L Av N rl 1 r1 r1 1 -4 -1 1 11 -1 rn cniQ N N N N'j N%j N N CV CrCl.-clM th C+ 01 ,y (34-5) SCS-WEST U1 3L7-69 TABLE 34-3. SQUARE WELDED WIRE FABRIC Style Wt. in Lb. Style Wt. in Lb. Designation Per 100 Sq. Ft. Designation Per 100 Sq. Ft. 2 x 2 - 10/10 60 • 4 x 4 - 14/14 ' 11 2 x 2 - 12/12 37 6 x 6 - 0/0 107 2 x 2 - 14/14 21 6 x 6 - 1/1 91 2 x 2 - 16/16 13 6 x 6 - 2/2 78 3 x 3 - 8/8 58 6 x 6 - 3/3 68 3 x 3 - 10/10 41 6 x 6 - 4/4 58 3 x 3 - 12/12 25 6 x 6 - 4/6 50 3 x 3 - 14/14. 14 6 x 6 - 5/5 49 4 x 4 - 4/4 85 6 x 6 - 6/6 42 • 4 x 4 - 6/6 62 6 x 6 - 7/7 36 4 x 4 - 8/8 44 6 x 6 - 8/8 30, 4 x 4 - 10/10 31 6 x 6 - 9/9 25 4 x 4 - 12/12 19 6 x 6 - 10/10 21 4x4 - 13/13 14 'Style designation is defined in ACI Standard 315 of the American Concrete Institute. • (34-6) . 'SCS-WEST 3-7-69 • '132 9. ITIS OF WORK AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specification and the construction details are: a. Subsidiary Item, Steel Reinforcement (1) This item shall consist of furnishing and placing all steel reinforcement for the concrete base of the standpipes, the concrete collars and junctions, and the reinforced concrete access manholes as shown on the drawings. (2) No separate payment will be made for Steel Reinforcement. Compensation will be included in the payment for Bid Item 7, Concrete. e MK-E E-1, I.R. 34-7 9/75 00133 CONSTRUCTION SPECIFICATION 42. CONCRETE PIPE CONDUITS AND DRAINS 1. SCOPE The work shall consist of furnishing and installing concrete pipe or concrete drain tile and the necessary fittings as shown on the drawings. 2. MATERIALS Reinforced concrete pressure pipe shall conform to the requirements of Material Specification 541 for the type and strength specified. Concrete culvert pipe shall conform to the requirements of Material Specification 542 for the kind of pipe specified. Concrete irrigation pipe, drainage pipe and drain tile shall conform to the requirements of Material Specification 543 for the kind of pipe or tile specified. " Pipe fittings shall conform to the requirements of the applicable pipe specifications. Sealing compound for filling rubber gasket joints shall conform to the requirements of Material Specification 536. Hot-pour joint sealer shall conform to the requirements of Federal Specification SS-S-169. Cold-applied sealing compound shall conform to the requirements of Federal Specification SS-S-168. Preformed sealing compound shall conform to the requi*ments of Interim Federal Specification SS-S-00210. „ Joint packing shall conform to the requirements of Federal Specification HH-P-119 for mastic sealed joints and Federal Specification HH-P-117 for cement mortar sealed joints. Preformed expansion ioint filler shall conform to the requirements of Material Specification 535. (42-1) SCS-WEST 3-1-74 Uv 3. LAYING AND BEDDING Pipe and tile shall be laid to the line and grade shown on the drawings. Pipe shall be laid with the bell or groove at the upstream end of each section. a. Concrete Cradles or Bedding. Pipe to be cradled or bedded on concrete shall be set-to the specified line and grade and temporarily supported on precast concrete blocks or wedges until the cradle or bedding concrete is placed. Concrete blocks or wedges used to temporarily support the pipe during placement of bedding or cradle shall be of a class of concrete equal to or better than that used in the bedding or cradle. b. Earth, Sand, or Gravel Bedding. The pipe shall be firmly and uniformly bedded throughout its entire length to the depth and in the manner specified on the•drawings. The pipe shall be loaded sufficiently during backfilling around the sides to prevent its being lifted from the bedding. Perforated pipe shall be laid trith the perforations down and oriented symmetrically about a vertical centerline. Perforations shall be clear of any obstructions when the pipe is laid. Elliptical pipe and pipe with elliptical or quadrant reinforcement shall be layed so that the vertical axis, as indicated by markings on the pipe, is.in a vertical position. 4. JOINTS Pipe.joints shall conform to the details shown on the drawings — and to the requirements of Section 5 and 6 of this specification applicable to the type of joint specified. Except where unsealed joints are indicated, pipe joints shall be sound and watertight at the pressure specified. 5. JOINING BELL AT7D SPIGOT PIPE a. _Rubber Gasket Joint, Pressure Pipe. Just before the joint is connected the connecting surfaces of the spigot and the bell or coupling band, sleeve or collar shall be thoroughly cleaned and dried, and the rubber gasket and the inside surface of the bell or coupling band, sleeve or collar shall be lubricated with a light film of soft vegetable soap compound (flax soap). The rubber gasket shall be stretched uniformly as it is placed in the spigot groove to insure a uniform volume of rubber around the circumference of the pipe. SCS—WEST (42-2) 3-1-74 00135 I _Method 1) The joint shall be connected by means of a pulling or jacking force so applied to the pipe that the spigot enters squarely into the bell. (Method 2) The joint shall be connected in accordance with the manufacturer's recommnedations. (Use with Either Method) 141ten the spigot has been seated to within 1/2 inch of its final position, the position of the gaskgt in the joint shall be checked around the entire circumference of the pipe by means of metal feeler gage. In any case -where the gasket is found to be displaced, the joint shall be disengaged and properly reconnected-. After the position of the gasket has been checked, the spigot shall be completely pulled into the bell and the section of the pipe shall be adjusted to line and grade. b. Rubber Casket joints, Sewer and Culvert Pipe or Irriga- tion Pipe. The pipe shall be joined in accordance with the gasket manufacturer's recommendations except as otherwise specified. c. Mastic Sealed Joints. At the time of assembly the inside surfaces of the bell and the outside surfaces of the spigot shall be clean, dry and primed as recommended by the manufacturer of the sealing compound. A closely twisted gasket of joint packing of the diameter required to support the spigot at the proper grade and to make the joint concentric shall be made in one piece of sufficient length to pass around the pipe and lap at the top. The gasket shall be laid in the bell throughout the lower third of the circumference. The end of the spigot shall be laid on the gasket and the spigot shall to fully inserted into the bell so that the pipe sections are closely fitted and aligned. The gasket then shall be lapped at the top of the pipe and thoroughly packed into the annular space between the bell and the spigot. (1) Hot-Pour Joint Sealer, The sealing compound shall be heated to within the temperature range recommended by the manufacturer and shall not be overheated or subjected to prolonged heating. After the joint is assembled, with the pipe in its final location, a suitable joint runner shall • [42-3) SCS-WEST 3-1-7.4 + 0013 I • be placed around the joint with an opening left at the top. Molten sealing compound shall be poured into the joint as rapidly as possible without entrapping air until the annular space between bell and spigot is completely filled. After the compound has set, the runner may be removed. Alternate joints may be poured before the pipe is lowered into the trench. In this case, the joint shall be poured with the pipe in a vertical posi- tion without the use of the runner. The compound shall have thoroughly set before the pipe is placed in the trench, and the pipe shall be handled so as to cause no deformation of the joint during placement. (2) Cold-Applied Sealing Compound.. The annular space between bell and spigot shall be completely filled with the sealing compound. The compound shall be mixed on the job in accordance with the manufac- turer's recommendations and in relatively small quantities so. that setting will not be appreciable before application. (3) Preformed Seali.ig Compound, Joint packing will not be required, except as recommended by the manufacturer of the sealing compound. Preformed strips or bands of the sealing compound shall be applied to the bell and spigot prior to assembly of the joint in accordance with the manufacturer's recommendations. Any compound extruded from the interior side of the joint during assembly shall be trimmed even with the interior surface of the pipe- d. Cement Mortar Sealed Joints, Cement mortar for joints shall consist of one part by weight of portland cement and two parts by weight of fine sand with enough water added to produce a workable consistency. At the time of assembly the inside surface of the bell and the outside surface of the spigot shall be clean and moist. (1) With Packing. A closely twisted gasket of joint packing of the diameter required to support the spigot at the proper grade and to make the joint concentric shall be made in one piece of sufficient (42-4) SCS-WEST 3-1-74 00137 length to pass around the pipe and lap at the top. The gasket shall be saturated with neat cement grout, laid in the bell throughout the lower third of the circumference and covered with mortar. The end of the spigot shall be fully inserted into the bell so that the pipe sections are closely fitted and aligned. A small amount or mortar shall be placed in the annular space throughout the upper two-thirds of the circumference. The gasket then shall be lapped at the top of the pipe and thoroughly packed into the annular space between the bell and the spigot. The remainder of the annular space. then shall be filled completely with mortar and beveled off at an angle of approximately forty-five (45) degrees with the outside of the.bell. If the mortar is not sufficiently stiff to prevent appreciable slump before setting,- the outside of the joint thus made shall be wrapped with cheesecloth. After the mortar has set slightly, the joint shall be wiped inside the pipe. In pipe too small for a man to work inside, wiping may be done by dragging an approved swab through the pipe as the work pro- gresses. (2) Without Packing. The lower portion of the bell shall be filled with stiff mortar of sufficient thickness to make the inner surface of the abutting sections flush. The spigot end of the pipe to be joined shall be fully inserted into the bell so that the sections are closely fitted and aligned. The remaining annular space between the bell and spigot shall then be filled with mortar and the mortar neatly beveled off at an angle of approxi- mately forty-five (45) degrees with the outside of the bell. After the mortar has set slightly, the joint shall be wiped inside the pipe. In pipe too small for a man to work inside, wiping may be done by dragging an approved swab through the pipe as the work progresses. e. Unsealed Joints. When unsealed joints are specified, they shall conform to the details shown on the drawings. 6. JOINING TONGUE AND GROOVE PIPE a. Cement Mortar Sealed Joint. Mortar shall be as specified for bell and spigot joints. The tongue end of the section (42-5) • SCS-WEST 3-1-74 00138 being placed shall be covered with mortar and firmly pressed into the groove of the laid section in such a manner that the tongue fits snugly and truly in the groove and that mortar is squeezed out both on the interior and exterior of the joint. Care shall be taken that no mortar falls from the groove end during the abutting; operation. Imme- diately after the pipe sections have been abutted, exposed external surface mortar shall be pressed into the joint and any excess mortar removed, after which the interior surface of the joint shall be carefully pointed and brushed smooth, and all surplus mortar removed. b, !Mastic Sealed Joints_ Strips or bands of preformed sealing compound shall be applied to the tongue and groove prior to assembly of the joint in accordance with the manufacturer's recomnendations. Any compound extruded from the interior side of the joint during assembly shall be trimmed even with the interior surface of the pipe. c. Rubber Gasket Joints. The pipe shall be joined in accor- dance with the gasket manufacturer's recommendations except as otherwise specified. d. Unsealed Joints. When unsealed joints are specified, they shall conform to the details shown on. the drawings. 7. BANDING When external mortar bands are specified, they shall conform to the details shown on the drawings. 8. CURING MORTAR JOINTS AND BANDS The external surfaces of mortar joints shall be covered with moist earth, sand, canvas, burlap or other approved materials and shall be kept moist for 10 days or until the pipe is backfilled. Water shall riot be turned into the conduit within 24 hours after the joints are finished. Hydrostatic pressure shall not be applied to the conduit prior to 14 days after the joints are finished. 9. PRESSURE TESTING Hethod 11 Pressure testing of the completed conduit will not be required. (42-6) SCS-WEST 3-1-74 09139 Method 2 Prior to the placement of concrete or earth fill around the conduit, the conduit shall be tested for leaks in the following manner: The ends of the conduit shall be plugged and a standpipe with a minimum diameter of two (2) inches shall be attached to the upstream plug. The conduit shall be braced at each end to prevent slippage. The conduit and the standpipe shall be filled with water. The water level in the standpipe shall be maintained, by continuous ' pumping, a minimum of 10 feet above the invert of the upstream end of the conduit for a period of not less than two hours. Any leaks shall be repaired and the conduit shall be retested as described above. The procedure shall be repeated until the conduit is watertight. The pipe joints shall show no leakage. Damp spots developing on the surface of the pipe will not be considered as leaks. Method 3 Prior to the placement of concrete or earth fill around the conduit, the conduit shall be tested at the specified test pressure for a period of at least 2 hours. Any leaks shall- be repaired and the conduit shall be retested. The procedure shall be repeated until the conduit is watertight. The pipe joints shall show no leakage. Damp spots developing on the surface of the pipe will not be considered as leaks. 10. MEASUREMENT AND PAYMENT Method 11 For items of work for which specific unit prices are established in the contract, the quantity of each kind, size, and class of pipe or tile will be determined to the nearest foot by measurement of the laid length along the invert centerline of the conduit. Payment for each kind, size, and class of pipe or tile will be made at the contract unit price for that kind, size, and class. Such payment X111 constitute full compensation for fur- nishing, transporting and installing the pipe or tile complete in place. (Method 2) For items of work for which specific unit prices are established in the contract, the quantity of each kind, size, and class of pipe or tile will be determined as the sum of the nominal laying lengths of the sections used. Payment for each kind, size, and class of pipe or tile will be made at the contract unit price for that kind, size, and class. Such payment will constitute full compensation for furnishing, transporting and installing the pipe or tile complete in place. (42-7) SCS-WEST 3-1-74 oo14 I 0 � . 11� I.,. I . I I . -''I I�11 -�N�'_ 11 I I {Use with Either Hethod) Compensation for'any item `of work -- described in the contract but not listed in the bid schedule will be included in the payment for' the item of work to which it is made subsidiary. Such items and the items to which they are made subsidiary are identified in Section 11 of this specification. - : . «- .. :- 1 II r :. ._ w. 11 , 4 `# ! 4 � Y Y 3 „I, .` : . .� .e f k y" 0 , .. , 1:'. ( i F ti. r F ! . _'. ,`. -� ._. ... _c. - .. ... .. .. _ _-. .:. , , , � F Y .. .,, .. ,. ,. . ..... .— a. . --. f ,^ . . , .. ... t: . . .. ....-. ,. ,., ^. ......a .. . .. a >• (42-8) SCS—WEST 11 3 1-74=. . 0141 11. ITEMS OF WORK AND CONSTRUCTION DETAIL Items of work to be performed in conformance with this specification and construction details are: a. Bid Item 3, 36-inch Diameter Rubber Gasket Joint Reinforced Concrete Pte. (1) This item shall consist of furnishing and installing the concrete pipe as shown on the drawings. (2) Pipe bedding shall be granular material as shown on the drawings and as specified in Earthfill Section 23-10a (3). (3) Rubber gasket joint reinforced concrete pipe shall conform to ASTM 6-3611 C-25. (4) The bell and spigot pipe shall have rubber gasket sealed joints. The joints and gaskets shall conform to ASTM C-443. (5) In Section 5, Joining Bell and Spigot Pipe, Method 2 shall apply. (6) In Section 9, Pressure Testing, Method 2 shall apply, except that reinforced concrete pipe shall be subjected to a mnimum pressure of 4.35 psi or a hydrostatic head of 10 feet above the highest point in the line for a period of not less than 4 hours. (7) Reinforced concrete pipe shall be subjected to rejection by the Engineer for the following reasons: (a) . Significant chipping or breakage at the bells and/or spigots. (b) Any shattering or flaking of concrete at a crack. (c) Exposure of any reinformcement arising from misplacement thereof. (d) Separation of "Blisters." (e) Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inches or more, regardless of depth or position in the wall of the pipe. MK-E do E-1, I.R. 42-9 9/75 00242 _ I ® 11. -ITEMS OF WORK AND CONSTRUCTION DETAIL (Continued) (f) Rock pockets and air pockets in any pipe. (g) Surface defects indicating honeycomb or open texture. (h) Excessive roughness of the interior surface of the pipe. Pipe may be repaired, if necessary, because of occasional imperfections in manufacture or accidental damage during the handling an 'will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured. (8) Measurement and Payment shall be by Method 1. ab MK—E& E-1, I.R. 42-10 :9/75 00,14.3' CONSTRUCTION SPECIFICATION 44. ASBESTOS-CEMENT PIPE CONDUITS AND DRAINS 1. SCOPE The work shall consist of furnishing and installing asbestos- cement pipe and the necessary fittings as shown on the drawings. 2. MATERIALS Pipe, fittings, and gaskets shall conform to the requirements of Material Specification 545 for the kind of pipe specified. 3. LAYING AND BEDDING Pipe shall be laid to the line and grade shown on the drawings. r a. Concrete Cradle or Bedding. Pipe to be cradled or bedded on concrete :hall be set to the specified line and grade and temporarily supported on concrete blocks or wedges until the cradle or bedding concrete is placed. -b.• Earth, Sand, or Gravel Bedding. The pipe shall be firmly and uniformly bedded throughout its entire length to the depth and in the manner specified on the drawings. The pipe shall be loaded sufficiently during backfilling around • the sides to prevent its being lifted from the bedding. Perforated pipe shall be laid with the perforations down and oriented symmetrically about the vertical centerline. Perforations shall be clear of any obstructions when the pipe is laid. 4. JOINTS Pipe joints shall conform to the details shown on the drawings and, except where unsealed joints are indicated, shall be sound and watertight at the pressures specified. Pipe shall be-installed and joined in accordance with .the manufac- turer's recommendations except as otherwise specified. - S. PRESSURE TESTING (Method 1) Pressure testing of the completed conduit will not be required. SCS-WEST 3-7-69 0)144 (Method ?), Prior to the placement of concrete or earth fill around the conduit, the conduit shall be tested for leaks in the following manner: The ends of the conduit shall be plugged and a standpipe with a minimum diameter of two (2) inches shall be attached to the upstream plug. The conduit shall be braced at each end to prevent slippage. The conduit and the standpipe shall be filled with -water. The water level in the standpipe shall be maintained by continuous pumping, a minimum of 10 feet above the invert of the upstream end of the conduit for a period of not less than two hours. Any leaks shall be repaired and the conduit shall be retested as described above. The procedure shall be repeated until the conduit is watertight. The pipe joints shall show no leakagq. Damp spots developing on the surface of the pipe will not be considered as leaks. (Method 3) Prior to the placement of concrete or earth fill around the conduit, the conduit shall be tested at the specified test pressure for a period of at least 2 hours. Any leaks shall be repaired and the conduit-shall be retested. The procedure shall be repeated until the conduit is watertight. The pipe joints shall show no leakage. Damp spots developing on ' the surface of the pipe will not be considered as leaks. - 6. MEASUREMENT AND PAYMENT (Method 1) For items of work for which specific unit prices are established in the contract, the quantity of each kind, size, and class of pipe will be determined to the nearest foot by measurement of the laid length of pipe along the invert center- line of the conduit. Payment for each kind, size, and class of pipe will be made at the contract unit price for that kind, size, and class of pipe. Such payment will constitute full compensa- tion for furnishing, transporting and installing the pipe complete in place. _ Method-21Oethod- 21 For items of work for which specific unit prices are established in the contract, the quantity of each kind, size, and class of pipe will be determined as the sum of the nominal laying lengths of the pipe sections used. Payment for each kind, - size, and class of pipe will be made at the contract unit price for that kind, size, and class of pipe. Such payment will _ constitute full compensation for furnishing, transporting and installing the pipe complete in place. (44-2) SCS-WEST 3-7-69 00145 I ' . (Use with Either Method) Compensation for any item Io. f work described in the contract but not listed in the bid schedule will be included in the payment for the item of work to crhich , it is made subsidiary. Such items and the items to which, they are made subsidiary are identified in Section 7 of this speci fication. �{ ;� � ax k / } � ht e MXd S Y L � r t tf ,; a :. �s ;jp c re ' G r 8'� 4 0 vA .7.>''Y - '� f F 4 "�y ]'.., �' • x srfr F ., tarsi a,7 G k * { 1 s 1 � �'�'1,-s .1q F kx , 11 "{"' k F '� F dz"l J ro t l ^+ ,�-. F Ay, y Y.l 4 Y7 �i �."'fir ` F f l 1 �'k § i Y } S j Z t j �2. F ..i'z x j F r 1 F 1 M } `. q 4 a s} .11� fi �.�^ u� .r'Y '� iC 3 -� f 2a '� �� � w q ,"'� i - z t , '� r �'tt i z �� ' " , �* '�` 3r .:'3` 4 z ` r � ,� f n Li C4 f" .1"b _ } ` f 1'-i l r L` j j -r j e x y ? Cum a A G k } h l -p fy. 9� YY' 3. .. F . ...'�.... ". ..Y : ..' ...` ,: , ,.". _` . s. f , (44-3). • SCS WEST 1 , � , 3769 f f) i yF X ^.. .— 4 i' T 0.141' 'y Sr v KE L`.}.RH '} .r 'i ,. .Y c 7 a; ,•c- `r .. `'w '4 .,�a.' L� sV .,5. +v. %,2�v" fir a.;.. 7. ITEMS OF WORK AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specification and construction details are: a. Bid Item 4, 18-inch Diameter Asbestos-Cement Pipe Bid Item 5, 16-inch Diameter Asbestos-Cement Pipe Bid Item 6, 12-inch Diameter Asbestos-Cement Pipe (1) These items shall consist of furnishing and installing the asbestos-cement pipe as shown on the drawings. (2) Pipe bedding shall be granular material as shown on the drawings,' and as specified in Earthfill, Section 23-10a (3). (3) Pipe shall conform to the requirements of Material Specification 545, for nonpressure pipe and ASTM C428. The pipe shall be Class 4500 minimum capable of withstanding a hydrostatic head of 15 feet. (4) In Section 5, Pressure Testing, Method 2 shall apply. Pipe shall be subjected to a minimum pressure of 4.35 psi or a hydrostatic head of 10 feet above the highest point in the line for a period of not less than 4 hours. (5) Asbestos cement pipe shall be subject to rejection by the Engineer for failure to conform to any of the specifications of ASTM Designation C428. Pipe will also be rejected for any of the following conditions: (a) Significant chipping or breakage at the ends. (b) Any shattering or flaking of the pipe. (c) Surface defects. (d) Excessive roughness of the interior surface of the pipe. (6) Measurement and Payment shall be by Method 1. MK-E & E-1, I.R. 44-4 9/75 00147 CONSTRUC7I011 SPECIFICATION _71.. WATER CONTROL GATES 'I. SCOPE The work shall consist of furnishing and installing water control gates including gate stems, hoists, lifts and other appurtenances. 2. MATERIALS The gates furnishes shall conform to the requirements specified in Section 8 or on the drawings. All gates shall be furnished complete with hoisting equipment and other specified appurtenances. 3. INSTALLING GATES The Contractor shall install the gates in a manner that will prevent leakage around the seats and binding of the gates during operation. Surfaces of metal against which concrete will be placed shall be free from oil, -grease, loose mill scale, loose paint, surface rust, and other debris or objectionable coatings. Anchor bolts, thimbles and spigot frames shall be secured in true position in the forms and"held in alignment during the placement of concrete. Concrete surfaces against which rubber seals will bear or against which flat frames or plates are to be installed shall be finished to provide a smooth and uniform contact surface. When a flat frame is installed against concrete, a layer of bedding mortar shall be placed between the frame and the concrete. When a gate is attached to a wall thimble, a mastic or resilient gasket shall be applied between the gate frame and the thimble, in accordance with the recommendation of the gate manufacturer. For radial gates, wall plates, sills and pin brackets shall be adjusted and fastened by grouting and bolting after the gates have been completely assembled in place. SCS-WEST (71-1) 4-1--71 001- 8 I k. INSTALLING HOISTS AND LIFTS Cate stems, stem guides and gate lifts shall be carefully aligned so that the stem shall be parallel to the guide bars or angles on the gate frame after installation. Radial gate hoists shall be installed in correct alignment with relation to the gate shaft. 5. ' RADIAL GATE SEALS The rubber seals on radial gates shall be installed so that the seals contact the walls or wall plates throughout their entire ?.ength when the gates are closed. 6. OPERATIONAL TESTS After the gate and hoist (or lift) have been installed, they shall be cleaned, lubricated and otherwise serviced by the Con- tractor in accordance with the manufacturer's instructions. The Contractor shall test the gate and hoist by operating the system several times throughout its full range of operation. He shall make any changes and adjustments necessary to insure satisfactory operation of the gate system. ® 7. 1 EASUREMENT AND PAYMENT The number of each type, size and class of gate will be counted. Fayment for furnishing and installing each type, size and class of gate shall be made at the contract unit price for that type, size and class of gate. Such payment will constitute full compensation for all labor, materials, equipment and all other items necessary and incidental to the completion of the wc7k including furnishing and installing anchor bolts and all speci- fied appurtenances and fittings. Compensation for any item of work described in the contract but not listed in the bid schedule will be included in the payment for the item of work to which it is made subsidiary. Such items and items to which they are made subsidiary are identified iu Section 8 of this specification. (71-2) SCS-WEST 3-7-69 00149 8. ITEMS OF WORK AND CONSTRUCTION DETAILS Items of work to be performed in conformance with this specification and construction details are: a. Bid Item 8, Valves, 24-inch Alfalfa (1) This item shall consist of furnishing and installing the three 24-inch valves for the Access Manholes, as shown on the drawings. . (2) Valves shall be 24-inch Waterman, Red Top Alfalfa valves with Type I frame and removable arch or an approved equal. (3) Payment at the contract price paid for each of these valves shall include full compensation for all materials and.work required to install the valves, including the placement of the sand blanket, as shown .on the drawings. b. Subsidiary Item, Relocation of Valves (1) This item consists of installing the salvaged valves and the salvaged stand pipes as shown on the drawings at Stations 34+16+ "E", 58+92± "E" and 90+18+' "E". (2) No separate payment will be made for Relocation of Valves. Compensation will be included in the payment for Bid Item 2, Structure Removal. c. Subsidiary Item, Installation of Valves Furnished by the Engineer (1) This item consists of installing the 12" gate valve supplied by the Engineer in the salvaged standpipe at Station 34+16± "E". (2) The Alfalfa valve salvaged at Station 34+16± "E" and not re-installed shall be protected from damage and returned to the East Contra Costa Irrigation District. (3) No separate payment will be made for Installation of Valves furnished by the Engineer. Compensation will be included in the payment for Bid Item 6, 12-inch Diameter Asbestos Cement Pipe. MK-E & E-1, I.R. 71-3 9 MATERIAL SPECIFICATION 522. AGGREGATE FOR PORTLAND CEMENT CONCRETE 1. SCOPE This specification covers the quality of fine aggregate and coarse aggregate for use in the manufacture of portland cement concrete. 2. QUALITY Aggregate shall conform to the requirements of ASTM Specification C-33 for the specified sizes. Aggregates that fail to meet any requirement may be accepted only when: (1) the specified alternate conditions of acceptance can be proved prior to the use of the aggregates on the job and within a period of time such that no work under the contract will be delayed by the requirements of such proof; or, (2) the specification for concrete expressly contains a provision of special mix requirements to compensate for the effects of the deficiencies. 3. REACTIVITY WITIL ALKALIES The potential reactivity of aggregates with the alkalies in cement shall be evaluated by petrographic examination and, where appli- cable, the chemical method of test, ASTM Designation C 289, or by the results of previous tests or service records of concrete made from similar aggregates from the same source. The standards for evaluating potential reactivity shall be as described in ASTM Specification C 33, Appendix Al. Aggregates indicated by any of the above to be potentially reactive shall not be used, except under cne of the following conditions: a. Applicable test results of mortar bar tests, made accord- ing to ASTM Method C 227, are available which indicate an expansion of less than 0.10 percent at six months in mortar bars made with cement containing not less than 0.8 percent alkalies expressed as sodium oxide; or -b. Concrete made from similar aggregates from the same source has been demonstrated to be sound after 3 years or more of service under conditions of exposure to moisture and weather similar to those. anticipated for the concrete under these specifications. (522-1) SCS=WEST 3-7-69 00151 } Aggregates indicated to be potentia bmortarabar testuresultsnor acceptable limits as determined y service records, shall be used only with "low alkali" cemenC, containing less than 0.60 percent alkalies expressed as sodium oxide. 4. STORING ANDll be stred ad HANDLING Aggregate of each class and size o aparticleosizesnor. contamina methods that prevent segregation p tion by intermixing with other materials. s 71 s r f y (522-2) t - _ 3-7-69 SCS-!-WEST S 00152 MATERIAL SPECIFICATION X531. PORTLAND CEMENT ` 1. SCOPE This specification covers the quality of portland cements. 2. QUALITY Portland cement shall conform to the requirements of ASTM Specifics tion C 150 for the specified types of cement, except that, when Type I portland cement is specified, Type IS portland blast-furnace slag cement or Type IP portland-pozzolan cement conforming to the require- ments of ASTM Specification C.595 may be used unless prohibited in the specifications. If air-entraining cement is to be used, the Contractor shall furnish the manufacturer's written statement giving the source, amount and brand name of the air-entraining addition. 3. STORAGE AT THE CONSTRUCTION SITE Cement shall be stored in such a manner as to be protected from weather, dampness or other destructive agencies. Cement that is , partially hydrated or otherwise damaged will be rejected. :SCS—WEST (531-1) DM3 MATERIAL SPECIFICATION 536. SEALING COMPOUND FOR JOINTS IN CONCRETE AND CONCRETE PIPE 1. SCOPE This specification covers the quality of scaling compound for filling joints in concrete pipe and concrete structures. 2. TYPE The compound shall be a cold-application mastic, single component or multiple component type. The single component type shall be a ready-mixed nondrying compound furnished in troweling consistency or in preformed rope or strip form. The multiple component type shall be composed of two or more substances that are to be mixed prior to application. 3. us ALITY Sealing compound shall conform to the requirements of one of the following specifications: ® ASTM Specification D 1850; Concrete Joint Sealer, Cold-Application Type. Penetration, determined as specified in ASTM D 1850, shall be not greater than 120. Federal Specification SS-S-00210; Sealing Compound, Preformed Plastic, for Expansion Joints and Pipe Joints. Federal Specification TT-S-227; Sealing Compound; Rubber Base, Two Component (For Calking, Sealing and Glazing in Building Construction), Type II. The compound shall be capable of being applied at a temperature of 70OF and shall be of such nature that it will adhere to dry, dust free concrete when applied either directly or over a suitable primer. After curing it shall be a resilient, adhesive material that is capable of filling joints and firm enough to prevent the entry of subsequently placed concrete or of earth during the bedding, cradling or backfilling operations. 4. COMPOSITION AND PROPERTIES The compound, if used. for pipe having rubber gaskets, shall have a composition such that it will not cause deterioration of the rubber gaskets. WS-[.TEST (536-1) 4-1-71 010154 I MATERIAL SPECIFICATION ® 539. STEEL REINFORCEf 'T (F03 CONCRETE) 1. SCOPE This specification covers the quality of steel reinforcement for reinforced concrete. 2. UAQ LITY All reinforcement shall be free from rust, oil, grease, paint or other deleterious matter. Steel bars for concrete reinforcement requiring bends shall be deformed billet-steel bars conforming to ASTH Specification A 615, Grade 40. Straight steel bars shall be deformed bars conforming to one of the following specifications: Deformed Billet-Steel Bars for Concrete Reinforcement (Grade 40 or Grade 60) - ASTM Designation A 615. Rail-Steel Deformed Bars for Concrete Reinforcement (Grade 50 or Grade 60) - AST:f Designation A 616. Axle-Steel Deformed Bars for Concrete Reinforcement (Grade 40 or Grade 60) - ASTM Designation A 617. Fabricated steel bar mats shall conform to the requirements of ASTM Specification A 184. Welded steel wire fabric reinforcement shall conform 'to the requirements of ASTM Specification A 185. Welded deformed steel wire fabric for concrete reinforcement shall conform to the requirements. of ASTM Specification A 497. Cold-drawn steel wire reinforcement shall conform to the require- ments of ASTM Specification A 82. Deformed steel wire for concrete reinforcement shall conform to the requirements of ASTM Specification A 496. (539-1) SCS-WEST 3-7-69 00155 3 DIMENSIONS OF WELDED WIRE FABRIC Gages$ spacing and arrangement of wires in welded steel wire fabric shall be as defined in AGI Standard 315 of the American Concrete Institute for the specified style designations. 4. STS GE d at the site Steel reinforcement storeatformse skids work sbe or stored above the ground surfarotect d from mechanical injury other supports and shall be p and corrosion. 1 ' fi C i f (539-2) 3-7-69 .,SCS-WEST 00153 MATERIAL SPECIFICATION 541. REINFORCED CONCRETE PRESSURE PIPE 1, SCOPE This specification covers the quality of reinforced concrete ' pressure pipe and fittings. 2. DESIGN AND FABRICATION The pipe and fittings shall be designed to withstand the specified external load and internal pressure. The pipe, the materials used in its manufacture, and the methods of fabrication shall conform to the requirements of the following specifications applicable to the specified type of pipe. a. Steel Cylinder Type, Prestressed: AWWA Standard C301 for Prestressed Concrete Pressure Pipe, Steel Cylinder Type, for Water and Other Liquids. -b. Steel Cylinder Type, Not Prestressed: AWWA Standard C300, except that Section 2.6, Steel for Cylinders, paragraph 2.6.1 shall be: 2.6.1 Steel sheets for cylinders may be in coils or cut lengths, and shall meet the requirements of (1) the "Specification for Hot-Rolled Carbon Steel Sheets and Strip, Commercial Quality" (ASTM Designation A 569), except that the maximum carbon content may be 0.25 percent and the minimum yield point shall be 27,000 psi or (2) the "Specification for Hot-Rolled Carbon Steel Sheets and Strip, Structural Quality," Grade B or C (ASTM Designation A 570). (54I-1) SCS-WEST 2-21-73 . IM57 c. Noncylinder Type, Not Prestressed: AWWA Standard C302; d. Low Head Pressure Pipe: ASTM Specifications C 361. Sections 1.6 and 1.7 of AWA Standards 0300, C301 and C302 shall not apply. 3. STEEL. REINFORCEMENT The steel reinforcements shall conform to the requirements of the specifications cited in Section 2 for the specified type of pipe, except that elliptical reinforcing cages or other rein- forcements that require special orientation of the pipe during placement will not be allowed. 4. JOINTS The pipe joints shall conform to the requirements of the appli- cable specification for the pipe. They shall be bell-and-spigot type or double-spigot-and-sleeve type and shall have a positive groove in the spigot to contain the rubber gasket. The size and shape of the groove shall be such that it will prevent dis- placement of the gasket by either internal or external water pressure when the joint is in any position within the required range of movement capability. Joint sleeves, also referred to as "collars" or "coupling bands," shall conform to the require- ments for bell rings in the applicable pipe specification. ® The joints shall be constructed so as to permit relative movement of the adjoining pipe sections with no reduction of watertightness. The joint length and the limiting angle defining the required capability of relative movement at each joint shall be no less than specified. Joint length refers to the permissible axial movement in the joint, and is defined as the maximum distance through which the spigot can move, relative to the bell or sleeve, from the fully engaged-to the fully extended condition 'of the joint when the adjoining pipe sections are in parallel, concentric alignment. The joint is considered to be fully engaged when the spigot is inserted as far as it will go into the bell or sleeve, and fully extended when it is inserted the least amount that will insure full confinement of the gasket and complete watertight- ness. Joint length specified for double-spigot joints refers to the permissible movement in each of the spigot-to-sleeve connections, not the sum of the two. (541-2) SCS-WEST 3-7-69 00158 iul The limiting angle of the joint is defined as the maximum deflec- tion angle between adjoining pipe sections the joint will permit before the outer surface of the spigot comes into direct contact with inside of the mating bell or sleeve. If both spigot-to-sleeve connections of a double-spigot joint permit angular movement, the limiting angle of the joint -is the sum of the "two deflection angles permitted by the two connections. 5. GASKETS The pipe joint gaskets shall conform to the requirements of the specifications cited in Section 2 of this specification. They shall be endless rubber gaskets having circular cross section. The cross-sectional diameter of the gaskets shall- conform to the pipe manufacturer's recommendation for the type and size of pipe furnished. 6. MARKING All pipe sections and special fittings shall be marked by the manu- facturer with the manufacturer's name or trademark, the date of manufacture, the nominal size, design head, design external load and the structure site for which it was designed and manufactured. ® 7. INSPECTION, TESTING AND CERTIFICATION The_pipe shall be inspected by methods prescribed in the specifi- cations cited herein, except that external crushing strength tests required as a basis for certification shall be performed by the three-edge bearing method described in ASTM Methods C 497. The three-edge bearing load shall be defined as: a. For pipe conforming to ASTM Specifications C 361, AWWA Standard C300 for AWWA Standard C302, the load required to produce a 0.01-inch crack one foot long; or, b. For pipe conforming to AWWA Standard C3O1, the load required to produce a 0.001-inch crack one foot long. The material certification will include: a. The pipe manufacturer's certified statement of the design strength of the pipe, consisting of: (1) For types of pipe for which design curve have been approved by the Soil Conservation Service, (a) a copy of the appropriate design curve marked (541-3) SCS-WEST 3-7-69 00159 to show the resultant concrete core stress and corresponding three-edge bearing load of the pipe furnished; and (b) a specification sheet for the pipe furnished showing all data and dimensions needed to compute the resultant concrete core stress; or (2) Results of typical external crushing strength tests performed on pipe of equivalent size and design and composed of equivalent materials, or (3) Results of external crushing strength tests performed on a specimen (at least two feet in length) of pipe identical in design and construc- tion to the pipe furnished. ,b. The pipe manufacturer's certified statement of results of the hydrostatic tests required by the reference specification appropriate to the type of pipe furnished. c. The pipe manufacturer's certified statement of current typical test reports on steel and steel wire reinforcing . and compression tests of the concrete used in the manufac- ture of the pipe. d. Such drawings and descriptions of the pipe joint as may be necessary to show that the joint conforms to the specified requirements. (541-4) SCS-WEST 3--7-69 09160 MATERIAL SPECIFICATION 542. CONCRETE CULVERT PIPE 1. SCOPE This specification covers the quality of nonreinforced and reinforced concrete culvert pipe. 2. NONREINFORCED PIPE Nonreinforced concrete culvert pipe shall conform to the require- ments of ASTM Specifications C 14 for the class of pipe specified. 3. REINFORCED PIPE a. Round pipe. Round reinforced concrete culvert pipe shall conform to the requirements of ASTM Specifications C 76 for the class of pipe specified. b. Arch pipe. Reinforced concrete arch culvert pipe shall conform to the requirements of ASTM Specifications C 506 for the class of pipe specified. c. Elliptical pipe. Reinforced concrete elliptical culvert pipe shall conform to the requirements of ASTM Speci- fications C 507 for the class of pipe specified. 4, RUBBER CASKET JOINTS When rubber gasket joints are specified, the joints and gaskets shall conform to the requirements of ASTM Specifications C 443. (542-1) SCS-WEST 3-7-69 { U161 MATERIAL SPECIFICATION - 545. ASBESTOS-CEMENT PIPE 1. SCOPE This specification covers the quality of asbestos-cement pipe and fittings. _ 2. PRESSURE PIPE Pressure pipe and couplings shall conform to the requirements of ASTM Specification C 296 for the specified class and type of pipe. Type I or Type II pipe shall be furnished unless otherwise specified. Fittings other than couplings shall: *(1) be cast iron or ductile iron pressure fittings compatible with the type of pipe furnished, (2) be of the all-bell, rubber-ring-connecting type with gasket retainer grooves cast or machined in the inner surfaces of the bells, and (3) otherwise conform to the requirements of AWWA Standard C110 (American National Standard A21.10). Gaskets shall conform to the requirements of ASTM Specification D 1869. When perforated pressure pipe is specified, the number, size, location and spacing of perforations shall conform to the • requirements of AST14 Specification C 508. 3. IRRIGATIOly PIPE Irrigation pipe and couplings shall conform to the requirements of ASTM Specification C 296, except that lower strength will be allowed, as follows: The rated working pressure shall be not less than 75 pounds per square inch, the hydrostatic proof pressure shall be not less than 225 pounds per square inch, and the flexural proof loads and minimum crushing strengths shall be as tabulated below. Pipe and asbestos-cement fittings shall meet the chemical requirements for Type I or Type II pipe unless otherwise specified. SCS-WEST (545-1) 3-1-74 0162 I Applied Flexural Minimum Proof Loads Crushing Loads Nominal Size Total Applied Nominal Size Crushing Strength inches Load, lb. inches per Lin. Ft. , lb. 4 1000 4 1900 6 2000 6 1400 8 3700 8 1650 10 1900 12 2200 14 2600 16 2750 18 2900 20 3100 24 3500 • 30 4100 36 5000 4. NONPRESSURE PIPE rI - Nonpressure pipe and couplings shall conform to the requirements of ASTTi Specification C 428 or C 644 for the specified class and type of pipe. Type I or Type II pipe shall be furnished unless otherwise specified. Fittings other than couplings shall meet the same physical and chemical requirements as the pipe and couplings. When perforated nonpressure pipe is specified, the number, size, location and spacing of perforations shall conform to the require- ments of ASTM Specification C 508. 5. PERFORATED UNDERDRAIN PIPE Perforated underdrain pipe, couplings and fittings shall conform to the requirements of ASTM Specification C 508, except that flexible couplings recommended by the pipe manufacturer will be allowed unless otherwise specified. (545-2) SCS-WEST _ 4U163 IN .THE BOARD OF SLPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA.. In the Matter of Changes � RESOL•UTION NO. ?5/824: of the Assessment Roll of Contra Costa Copnty ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; N0Ws THEREFOREs BE IT RESOLVED that the•County Agditor is. authorised to correct the followings assessments: For the Fiscal Year 1975 - 1976 It has been ascertained from the assessment roll and from pavers in the Assessor's office what was intended end what should Neve been assessed; and, therefore, pursuant to Section 1831 of the California Revenue and Taxation Cone, the following defects ir, descriptions and/or form and clerical errors of the assessor on the roll should be corrected; end in accordance with Sections 4966 and 5096 of th a Revenne and Taxation Code, the assesses may file a claim for cancel 2ati nn or refund: Code f:$(Gl - AQsens^ient No. 0866, boat CF 93C7 EN is assessed to Larry Ferdig, asseg?ead value SCO. This estimated assessment was arrnnanual? levied 'ince asgassee failed to giva correct dencrip- ti.on of boat, reRultin in highesto value being used in estimating a^sgsied ve.luation. Aftnr receiving more detailed information. it has been determined that this boat has a value under the *.,.CC min- imun value for taxrtioa of vessels; therefore, this assessment should be corrected to zero value. Code ?9C12 - Assessment No. 0012, boat CF L11k,360. EN is erron- eou.g]y asse3s.ed to Char'as Robinson, assessed value - Since Mr. Pobinson was rot the owner of this boat, this assessment should be corrected to zero value. Code 82036 - Assessment No. C99k. boat CF 6383 FB Is erron- eously assessed to Casey Sopa, assessed value .$12050. Since the situs of this boQ` has been determined to be Santa Clara County mhere it hRe been Assee-ed for 1975-76, this assessment should be aorreer.tad to zero value, R. 0. SEATON Assistant Assessor CC: Aaqeqqo%- Tax Coll ei i`for Audi;or Resolution No. 75/824. ?age Z -of s :. .. . ' . . . . :: . ..., . : , . .-. , . . . .. :'1.' ... .. . . . . .. .. . ... -. . . .. . . . . .... . .. .. . ..:...:: . . . . .. . ,. -. .. % .. ._ .. . -'. .... . . . .. . .. .......... ... fo to. 4-75 f�s y % - FL`RT'3r.�? r ' P 107 : cal ear:. . Code 82038 - Assessment No. 1G9?, boat CF 6883 FB is erron- eously assessed to Casey Soga, as9essed value $1,170. Since the s't!:g of th3.s boat has been determined to be Santa Clara County . . w:n_ere it has beer assessed for 1974.-75: this assessment should be corrected to zero valor. .. . FURTHER, for the 1973-74 fiscal year: . . CoQe B2G38 - Assessment No. 14214., boat Cr 6883 FB is erron- . eously as-,.es7- ed to Cas-.y Soga, assessed value $1:300. Since the situs of this boPt hag been determined to be Santa Clam County wt:ere it has been assessed for 1973-74: this assessment should be corr�rted +o zera lues -0 2� 1c0'� . . Adopted by tha Board on_______________-__......_....... I hereby consent to the above cha=rges and/oM ca?'rPctions. . .. JOHN B. CLAUSEN . County Counsel . . . . .. .. . . Ae,I�� . . . . . ... .. . . . W. -Z 4 R. C. SEATOiY Deputy . Assistant Assessori. . . . . , . .. . . 11: . . . . ... .. .. ... ......:.. .. .. . . : ': �.: :•• : %% - .. . .. .. .. - - , . ... .. .. • .'. .. .. .. .. .. ..... ...'.:'.. .. - . :: .:: ... .. .. .. ... .... .. .... .:...: . .. - . .. ., .. ,.. - i .. .. .. - - r. . . .. :... .: ..c' _ ' . - ... - .. .. .. .. ... .... _ ....... .. .. .. ._...... ..r...;"� ...- .. .. ..:. ..: '.. . .. ... .. . .. . .: - ... .. ... ....: -..: ... . :. . .. ..,. .. ... - - .. _.. ......... .. . . ... ... . .. ... - .. :. .' - - . ... .. ...:... . .. .. . .. - —11—... .. .:. . . . .. - ... .:. ..... .. .... .. , ....: .. .. .. ..... ............. .. ... ..... .. ... . .. :..' .. ....:..:''' - - - .. . .. .. .... . .. : . .�.. . .. .. ..,:. :x . .. ...�...:.. ... .:.....�..,. -y .. .. .. .: .. .. .. .. .: . _ .. .... .. .. r .. _ .. - - . ... :'. .. v ... ... .. .. .. .. ... .. ,. .. .. - - .. - ... _..: :--,: . ..' . :" - % . . .. :: ...�... .. .'.: .. . . .._:. ' . '.. . .. .. .. .. .. ' - :: .. .: - . ..... .. . .. . ... .. - .. . .-. .. .. .. .— . • . .. . .. - .. .. ... . .. .... ,. .. .. .: 1. . ... .. .. ... .. . ... :. - .. :'.. ... _ . .. . - ..-. ' . .. - - - r,... :....:... . .. ::::... .. - ...I.:.... - p : .. .. ,. - . .. .. .. ,... - 1. . .. .. ... :F�.e Qr .. - ... .. . :. .. . k% M. .. .. " '-. . " - ". .In ...�. �1J ■(//���■ ... ., .. - . .:..:F. .-• - . - .c'a- ter+ _ �.�: �� . .•� i.91µi'•st .. .•^!%'Y:.� ~::p::t:..R�.�,;.-:Y::n3�I ..a..rH.VM^.;.n:.,.— - ._ rN IN -Th -BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIk.' '° In the -Matter of Changes ) .RESOLUTION NO. 75/825.. of the Assessment Roll ) of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board.' .., reljUe3tS for addition of escape assessments: NMI, THER?ERORF, BE IT RESOLN-7.D that the County Auditor is directed to add the following escape assessments: .For the fiscal Yeer 1975 - 1976 - It has been ascertained from papers in the Assessorl's office that property belonging on the local roll has escaped'- assessment; , snd, -therefore, pursuent to the Revenue and Taxation Code, Section 531, escaped assessments should be added to the. unsecured'roll as.. follows Code 02002 - Assessment No. 9031 1975-76 Robert E. Flaclais 3755 Clayton Rd. Concord, CA 94519 : Boat OF 3056 BY - Assessed Value $750 : Code 09000 - Assessment No. 4004 Robert I4eusy : 137 Lorie Lang Walnut Creek, CA 94596 : Boat CF 9l;.85 BE - Assessed Value $500 : 'Code 09000 - Assessment No. 9005 1975-?b. J. W. Bones :1645; Carmel . 1falnut Creek, CA 94596 : Bost OF 0634 VP - Assessed Value. $360 Code 0905$ - Assessment No. 9001 1975=76: R. L. Johnson 586 Pock 0-.k Nd. : " Walnut Creek, CA 91t598 . 'Boat CF 6399 ,If - Assessed Value $870 Code 66(49 - Assess-ment No., 9cri?. 1975.+7�: Neil F. Killian of 1•1t+od-nont Ct. Danvi.'!14: CA 90426 boa} CF 6267 Fti - Ass es:,ee Value 7571 r) County A_asBeenr cc: As!!essnr tnrQspi Tax Collector Auditor of aDe Resolution:Vo.: 75/825 : Code .66071 - Assssp*nent Mo: 9001 I=9.7!!-75.: - Neil T. Jjeslie lt',3 Ras Dr. :Alamo, CA 94507 . Boat CF 26?9 EK - Assessed Value•$9!!.0 -Code. 66071 - Assessment No. 9002 .1975.-76: : Reil T. Leslie 103 Raeanra -Dr. :; .. - Alamo, CA 94507 Bane: CF 2679 EK - Assessed Value $900 Codd 061:92 - AssesQ^eent Ivo. 9GC :1 Steven M. Cushman 5• 975-7: - 90 Case. �:rande San -'Ramon., CA 94583 "` . •:ti::::,.. Boat CF 4598 F.T - AssessRd Value $800 Code ?9111 - Assessment tio. A8023 1975.=76:: . Rod' Ry F. Stich 1L-16 Carleton Dr. " - Concord, CA 94520 242 D Aircraft - Assessed V • sseas slue �35,�00�': Code 82 - AssessmRnt No. 9623 1975-7,6: John R. Smith ." 831 Jensen Ave San .Tose, CA 957.25 Ba C?� 3432 AL - Assessed Value 23C :.,..... et Code 3500E - Assessment No. 9005 :1975--7b - 6113 Fulton tYav El Sobrante, CA 94603 'BoatCP 2487 AL - Assessed VAlue Y130 FDRThER, in accordance with Section 275 (c}, alalk'mts . for .thip homeowner's property tax exemption who filed a claim'-sub'Be— avert 'to April 15, 1975: and whom the Assessor has ascertained. .to�':be g3'1 01 ble should be sll�nred 8Rl 3 4C or 80% of the-, assessed .value, as grown below: Code 72006 - Assessment No. 9001 1975-76 E. Psul. LeY:feldt P. 0. Box 2cC Brentwood. C, 94513 Boat CF 9378 FR - Assessed Value 12004. Homeowner's Exemption 611.00 NO VS: Assesses have been notified of these additions •and: their „ight of anpnQl. : OCT 2 1 1975 I hereby consent to ,the Pbore .:.. Adopted by the t,00ro oo...............-_.-..-_.---_.changes and/or corrections: . JHFA. CLATIS?N Counter Caunsel i Deputy Countr Assei-sor PgZe .2'.'of 2 .6. IN THS BOARD? OF SUPERVISORS OF CO:I'IR, COSTA COJNT- ra San OF CALIPOILNU In the :fatter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 75/826 W.11E S9 the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests havinf, been consented to by County Counsel; rUi t T�ER OIS9 B; IT 33SOUrM that the County Auditor is authorized to correct the following assessments For the Fiscal year 1977-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Revenue and Taxation Code Section 4631 the following defects in d©scription End/or fora and clerical errors of the Assessor should be corrected. Although the following; assessees timely filed a homeowner's exemption claim, additional, inforsmation was needed before the claims could be approved. The informations has now been provided. Therefore, In accordance with Section 255.1 of the Revanue and Taxation Code the claims should be allowed. Further, in accordance wit Section 4935(a) of the Revenue and ?"axat'ioa Code, any uncollecte:r delinquent penalty, cost, redemption penalty, interest, or redo.ption fee, herotofoia or hereafter attached should be canceled as it was iE;possible to complete valid procedures initiated prior to the dolinquelcy date, upon the show!;& that paymeat of the corrected or additional amount was nate within 30 days from the date the correction is entered on the roll or abstract record. Parcel Number Tax Rate Area Allow Assessee 071 -3.:.2-005-1 01002 ''R7.50 750 A LrAl s Fayllis 076-372-016-6 01002 PEOPLES, Robert L. L: Helen J. c/o PgOPMS, .Robert S. & Betty T. 426-191-OL4}4 03020 $1750 'riestern Title Guaranty Co. C/o 11011?, Ctilio R. & plaria On Parcel Number 549-092-006-2, ?ax Rate area 0$001, EARL WHITE has been found to be eligible for the disabled veteran's exemption pursuant to Section 205.5 of the 3evenue end 'laxation Code; therefore, the homeowner's exemption of $1,750 should be removed and a disabled veteran's e:emp tion o: �59090 should be allowed. 0�'dop`M'a:•Pi:-D-nal on......ULT 2.1,1973...» C3- -ij Signed b,� 1 hereby consent to the above A. 0. Seaton chs-ages and/or corrections: J. :3,_ATOI, Aa3islzan, a.ssassor JO3:1: 3, CLILUS330 County Coo:nsel t,'13-14 75 :uca = .AL $onToLA=o, Copy to: ASSe33ot' (:-hod erg) AU-14 1 tor jy Tcs Collector Deputy 00158 Page I of L In 1 IN TL BOARD OF SUPERVISORS OF CONTRt. COSH COUITTY, SCAT.JF CALIFORNIA In the Matter of Changes ) . of the Assessment Roll ) of Contra Costa County j RESOLUTION NO, 75/827 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOWO THEF.,-FOP.E, BE IT MESOLVED that the County Auditor 'is .. authorized to correct the following assessments For the Fiscal Year 1974-75 It has been ascertained by the assessor that there has been a clerical error of the assessee in information furnished the assessor which caused the assessor to enter the assessment at a higher valuation than he would have entered on the roll had such application been correctly filed. Pursua:t to Section 1;.831.5 of the Revenue and Tr.xation Code, the following correction should be entered on the roll. It has been determined that this property would have qualified for an exemption pursuant to Article XIII, Section 1'k, of the Constitution; therefore, ninety pereant (90j) of any tax or penalty or interest should be canceled pursuant to Section 270(a) (1) of the Revenue and Ta-cation Code; and, further, pursuant to Section 270(b) of the Revanue and Taxation Cada, any tax or penalty or interest thereon exceeding two hundred and fifty dollars ($250) in total amount shall be canceled or refunded. On Parcel No. 171-032-031-0, Tax Fate Area 09045s CA YEARLY MEET FRIENDS CnURCu was allowed a church exemption of $38,44 by Board Resolution No. 75/496 on Juna 24, 1975• Said Board Resolution stated that a maximum penalty of $250 Has to be applied. An additional church exemption of $6,516 should now be granted to make a total exemption of $45,000. Adopted by the word on .DCT iM 1975---------------I hereby consent to the above 01'1-r::?11! S-sned h- changes and/or corrections: R. 0. scaton JOHN B. CLAUSr�T, County Counsel R. 0. S�T0�7, Assistant Assessor z/10-15-75 r.r=?Ana A. SORTOLA=1 Copy to: Assessor (Rodgers) By Deputy Auditor Tax Collector Page .1 'of 1 00169 1 r IN THE BOARD Or SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION N0. 75/828 ) WiMREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFOR-, BE IT RESOLVED that the County Auditor is. authorized to correct the following assessments For the Fiscal Year 1975-76 It has been ascertained from records in the Assessor's Office that the following homeowner's exemption claims were erroneously allowed. Therefore, escape assessments should be entered on the assessment roll pursuant to Section S31.1 of the Revenue and Taxation Code. As the exemptions were erroneously allowed by the Assessor, the amount of interest shall be forgiven. The assessess have been notified. For the 1975-76 Fiscal Year: Parcel 'lumber Tax Rate Area Remove assesses -163-022-9 98003 1750 BORGOS, Jack & Lilians M. 2bS-03+-005-1 8300 . 1750 NAMANiSONi, Max &-Shirley S. 268-'410-014-8 8300Y $1�� CATTOLICA, Cosmo R. & Sarah Adooted by the 5oord on....0 E.2__1..1_._�_.�.. Oris=ad3 s=e,ned by i hereby consent to the above R• 0• Seaton changes and/or corrections: R. 00 SEATON, Assistant Assessor JOHN B. CLAUSEW9 County Counsel t/10-15-75 RICHARD & BORTOLAZZO Copy to: Assessor (Rodgers) By Auditor Deputy Tax Collector Page 1 of l 001'70 .... ... .... . ...... . . . I r\ IN TEL BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation ) Of Delinquent Penalties on ) 1975-76 Unsecured Assessment ) Resolution No. 75/829 Roll. ) The County Tau: Collector having\filed with this Board a request for cancellation of the delinquent penalty on Bill Ila. 2002/32L,4 on the 197-5-76 Unsecured Assessment Roll; and W11ERFAS, due to a clerical error, payment was not timely processed, which resulted in penalty being charged thereto; and so The County Tax Collector now requests cancellation of the delinquent penalty. IT IS HEREBY ORDERED pursuant to Sections h985 and 1986 (a) (2) of the Re•►enue !z laxation Code, State of Califorrd.a, that the penalty be canceled.. OCT 2 1 1975 1 hsreby consent to the above cancellation: Adopied by the Beard o:!---- -------------•---------- JOHN 3. CLAUSE�i COMITY COUNSEL By Deputy CO:r:li z' TREASUPE-a--TA: COLLECTOR Ry Deputy 'tax Collector cc: Treasurer-Tax Collector County Auditor Resolution i.o. 75/82 0071 - I h IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) County Application for 'Entrance) into the Emergency Flood ) Resolution No. ?5/830 insurance Program ) The Board of Supervisors resolves that: ;WHEREAS certain areas of Contra Costa County are subject to periodic flooding from streams, rivers, and bays, causing serious damage to properties within these areas; and .'HEREAS relief is available in the form of federally sub- sidized flood insurance as authorized by the National Flood Insurance Act of 1968, as amended; and 11H"-REAS it is the intent of this Board to require the recognition and evaluation of flood hazards in all official actions relating to land use in the flood plain areas having special flood hazards; and WTHEREAS this body has the legal authority to adopt land use and control measures to ;educe future flood losses pursuant to California Government Code, Title 7, ar_d :rater Code, Chapter 4; This Board of Supervisors hereby determines that it: 1. Assures the Federal Insurance Administration that it will enact as necessary, and maintain in force for those areas having flood hazards, adequate land use and control measures with effecti-e enforcement' provisions consistent ;:ith the Criteria set forth in Section 1910 of the Kational Flood Insurance Program Regulations; and 2. designates that the November 1, 1974 Federal Insurance Administration Flood Hazard Boundry ?lap will be used in the Administration of the Flood Insurance Program and that further considerations of flood hazards which may affect projects reviewed for General Plan conformance will be made utilizing the Public Safetv Element and the flood hazards described therein. 3 . Vests the Contra Costa County Flood Control and Water Conservation District with the responsibility, authority, and means to delineate or assist the Federal Insurance Administrator (hereafter kno7 n as the Administrator) , at his request, in delineating the limits of the areas having special flood hazards on available local maps of sufficient scale to identify the location of building sites; and 4. Delegates the Planning Department with general adminis- trative responsibility, authority, and means to: (a) Provide such infor:�ation as the Administr for may reeuest concerning present uses and occupancy of the f ooa p (b) Cooperate with Federal, S-tate, and Local agencies and pri--ate fi:^ms uhich undertake to sLudv, surrey, map, and identify flood plains. and cooperate rith neighboring communities With respect to management of adjoining *Mood plains in order to prevent agora',rati on of e._isti r_c hazards. 001'72 Resolution No. 75/830 (c) Submit on the anniversary date of the County's initial eligibility an annual report to the Administrator on the progress made during the past year within the unincorporated area in the development and implementation of flood plain management - measures. 5. Designates the Planning Department to maintain for public inspection and to furnish upon request a record of elevations (in relation to mean sea level) of the lowest floor (including basement) of all new or substantially improved structures located in the special flood hazard areas. If the lowest floor is below grade on one or more sides, the elevation of the floor immediately above must also be recorded. 6. Agrees to take such other official action as may be reasonably necessary to carry out the objectives of the program. PASSED AND ADOPTED by the folloi•:ing vote: AYES: Supervisors J. P. Kenny, A- M. Dias, J. E. Moriarty and 11. N. Boggess NOES: Supervisor E. A. Linscheid ABSENT: none cc: Office of Emergency Services Director of Planning Public i:orks Director Flood Control County Counsel Building Inspector County Health Officer County Auditor-Controller County Administrator ori-: Planning Department 00173 Resolution No. 75/830 . , Le J/ RECEIVED + V V OCT 211975 CONTRA COSTA COUNTY PLANNING DEPARTMENT OiT�te OT CLERK BOARD O�PERVISORS county AdminiS:ral r ,CpNiRA COSTA CO. TO: Arthur G. Will DATE: October 17, 1975 County Administrator FROM: Anthony A. Dehaesus !I SUBJECT: Flood Insurance Program Director of Planni � � v The National Flood Insurance Program (established by the National Flood Insurance Act of 1968 as amended by the Flood Disaster Protection Act of 1973) has two basic parts; A) the availability of flood insurance to property owners, and B) flood plain management procedures to be imple- mented by the County. A. 1. If the County enters the program by November 1, 1975, federally regulated lenders, including banks, savings and loan companies, credit unions, and insurance companies will require flood insurance to be purchased for any loans taken out (for the purchase of buildings, for substantial improvements of buildings amounting to 50 percent or more of the value of the building, and for equipment or furnishings of buildings) where the building lies in an area delineated as a special flood hazard area on the official Flood Hazard Boundary Hap (FHBhi) prepared by HUD. Any other properties, in or out of FHBM areas, may be insured voluntarily. The Federally subsidized insurance rate would be available as follows: SUBSIDIZED COVERAGE TOTAL COVERAGE Limit Limit Single family residential $ 35,000 $ 70,000 Other residential 100,000 200,000 Nonresidential 100,000 200,000 Contents, residential 10,000 20,000 Contents, nonresidential 100,000 200,000 2. If the County does not enter the program by November 1, 1975, the following sanctions will be in effect. a. Federally regulated lenders will not make loans for purchase, substantial improvements, or contents of build- ings lying in areas delineated as having a special flood hazard on the FHBNi received by the County on November 1, 1974. 001'74 Microfilmed with board order a Arthur G. Will -2- October 17, 1975 Two examples of the impact of this action have been called to the attention of County Officials. One is a restaurant building in Orinda which the owners wish to refinance. The lender will not agree unless the property is covered by flood insurance but flood insurance is not now available in this County. After November 1, the loan cQ:,not be made with or without insurance, because the building lies in a special flood hazard area delineated on the FHBM and because the County has not applied to enter the program. Several business districts lie partially within flood areas as shown on the FHBM- These are Rodeo, Orinda, Danville, Oakley, and Byron. The revised FHBA to be issued by HUD sometime after November is exu_ected to include the Bethel Island business district as well. In another case, three residential developments totaling approximately 500 homes are under construction just south of Danville near San Ramon Creek. An undetermined number of building sites in these projects, probably several hundred, lie in a flood hazard area defined on the FHBM. Ater ::3vember 1, 1975 Federally regulated lenders will nog L - aermitted to make loans for the purchase of these hom, _. The financial impact on the developers could be very serious. An exception exists for the purchase of pret'Acusly occupied residences. If the County does not entr the pro-ram, lenders are not required to refuse lows for the vurchase of previously occupied residences, although they may do so. This exception would relieve the impacts on resale of homes only if lenders decide to make such loans. Information on the general attitude among lending institutions is not available. b. There would also be impacts on County programs. If the County has not applied to enter the program by November 1, 1975, Federally related assistance will not be available for acquisition, construction, repair, or improvement of projects located or to be located in special flood hazard areas. This would affect, among others, Sanitation District 15, East County, Housing Rehabiltation Program, West Pittsburg and North Richmond (HCDA) , and any road, flood control, or other federally-assisted projects in the unincorporated County where the project area is delineated in the FHBM. 001'75 Arthur G. Will October 17, 1975 B. Flood plain management procedures required to be undertaken by the County depend on the status of FHBM at the time the County enters the program. If the November 1, 1974 FHBM is still the official map on November 1, 1975, the following procedures are required, as noted in the accompanying resolutions: 1. Require building permits for all construction or improvements in flood hazard areas. This is presently done by the Building Inspection Department. 2. Review all building permits in the identified flood hazard areas to determine whether proposed building sites will be reasonably safe from flooding. s. If a proposed building site (the site itself, not the property generally) has a flood hazard, new construction or substantial improvements must: a. Be anchored to prevent flotation, collapse, or lateral movement b. Use materials and utility equipment that are resistant to flood damage, and C. Use construction methods that will minimize flood damages. The above requirements are to be applied to prefabricated and mobile homes as well as to on-site construction. The require- ment does not specify "flood-proofing". 4. Review subdivision proposals and other proposed new develop- ments to assure that these proposals are: a. Consistent with the need to minimize flood damage b. All public utilities and facilities are located and constructed to mimize or eliminate flood damages, and C. Adequate drainage is provided to reduce exposure to flood hazards. This can be done through normal project review in the Planning Department, with judgment on (a); assurances from utilities on (b); and normal review and conditions prepared by Flood Control District on (c) . Environmental Impact Reports and mandatory 001 73 Arthur G. Will -4- October 17, 1975 referral of public projects to the Planning Commission for a finding on General Plan conformance will reference the Public Safety Element of the General Plan, adopted by the Planning Commission on October 14, 1975, for consideration of potential flood hazards. This reference will also be used in meeting Requirement 7, below. 5. Require that new or replacement water and sewer system be designed to minimize or eliminate infiltration of flood water or discharges into flood water. 6. Require on-site waste disposal systems to be located to avoid, impairment or contamination from flooding. 7. For projects in identified flood hazard areas, and in flood hazard areas not identified by HUD, consider any available 100-year elevation data in project approvals. 8. At the time a building permit is issued obtain and record the elevation of the lowest floor of the structure, and if the lowest floor is below grade on one or more sides, the elevation of the floor above. 9. In riverine situations (presumably not creeks), submit to the FIA Administrator evidence of coordination with adjacent communities which would be adversely affected by shoreline or water course development in the County. All of the items above are specified in Section 1910.3 of the Federal Insurance Administration Rules, March 26, 1975. Items 1 through 6 are noted in the two resolutions in accordance with the sample resolutions from HUD. The distribution of responsibilities among County Departments for items I through 6 is given in the resolutions. Items 7 through 9 are proposed to be the responsibility of the Planning Department as the general administrative department for the program. If the FHBM has been rescinded at the time the County applies to enter the program, the County will be in an officially unidentified status and will have a period of one year following the date a FHBM is issued to enter the program. However, the County could enter the program at any time in order to make insurance available even in the absence of a FHBM. At a future time but not before June 1978, flood elevation maps are to be issued by HUD. After that time insurance costs will be based on 00177 Arthur G_ Will -S- October 17j, 1975 actuarial rates, but existing buildings may continue to be insured- at the subsidized rate for part of the coverage if the owner wishes. Nearby counties in the programs as of August 31, 1975 include: San Joaquin, Alameda, Sonoma, Marin, San Mateo, and Sacramento. All cities in the County, except Moraga, are in the program. AAD:lh cc: Public Works Department County Counsel Building Inspection Department Y 0017 i 1: h 3 L _ ` x X - 2 h; C x / S h T U.;. Pru i Or. ItJLrS•• 1NII UI(I:AIA DI VELOP►aL1tt • TI'iIIRAL It)SU1:AI"'I AllIAINISIRAIIQ.. APPLICkTION FOR PARTICIPATION IN THE NATIONAL FLOOD INSURANCE PROGRAM' To be sul+arrttvi to: FE:IE•RAL INSURANCE ADMINISTRATOR e,.t► Depurrrr+ent o1 Houssay and Urban Development,Wushinyton, D.C. 20410 � November 1, 1975 • 1. APPLICANT (Crryy. T111-1% .•F:.) - Contra Costa County ADDRESS(C.+owq•. P.O. Bax 951, Martinez, CA 94553 i '..OFFICIAL OFF:CL Olt AyEHCv WITH OVERALL RESPOrtSIOIL ITv fSer Afy.••r.d.a A(.)) TELEPHONE I County Planning Department 372-2026 i ADC)RESS(Slrecr at Duet 1.... Corr.State. ZIP Codr) 1 a 1 P.O. Box 951 Martinez, CA 94553 I - I 3. PROGRAM CORDINATOR(Uttatial. it doliercnr(rum++boor, nrtb rc+yr.niabilrty tot rorrrdinntrn(!(rroprnm) TELEPHONE } } Anthony A. Dehaesus ( 372-2026 1 -- ADORESS(Street or box As... Crty. State. -LIP Code) { same I 4. FIRST FLOOR ELEVATION INFORMATION WILL BE RECORDED BV:(See Alpterndrx A())) TELEPHONE County Planning Department I 372-2035 I ADDRESS(Street or/lox+V.... City.State. T.)(`Code) r - — I same y - i 1 5. LOCATION OF commute,7v REPOSITORY FOR PUBLIC INSPECTION OF FIA MAPS 1 ' County Planning Department , ADDRESS I same i ) ( e.ESTIMATES FOR ONLY THOSE AREAS SUBJECT TO FLOOD AND+OR MUDSLIDE t AS RN0%1N AT THE TIME OF APPLICATION NO.or t—O - NO.or SMALL NO.OF ALL I A:+�-+ POPULATION FAmm.v5111UC7UmK:5 RU.•-iricsSS7NUCTURES OTHEItSTRUCTURES NA ' ,r t. ESTIMATES OF TOTALS IN ENTIRE COMMUNITY NOTE: NO.Or 1-4 NO.OF SMALL NO.OF ALL POPULATION FAMILY STRUCTURE+IrrojE=STRUCTURts.OTHERSTi1UCTURES i1 Nish-nit r)u• /tr+l .:. j .rfi.rul rn).:••d ).. (/i.'. -. 1 Frvi,•ral hisur+N+r, I lrrtinisIrnlosses; (l+r third rr+py to N:•- N1,111. Caurdindtr•r;Rrtrtin ! fig.- he.r ri.l.) h.. ...:.r jite.%. 173,040 55,600 3,700 T4.570 i 1 HUD-1650 0-73i !' 001'79 If •.�.t;j�'lcijt•�Z:: .. +:(r..fS _'�i.:;:'r• .. •i •-:'- r :I - i •! l r;)N{�'j•(t.'A•t••'i l , i 4•} :Yr6•'• ..'}, �� ).•'? �'rt�l�ii. ••.r••t,.. •l1••....•'•�:.'' .'+• •N qt'':i�• Yom, .•a I+C4�•i .�'•r'�t .J! )�t -+ ti •7; �•:+�: <r{f� i Ifl i .�};i:` t ••i''•t''.• .arilC,w Grp+�lr:.s.IyiF y•�•" I tv . +`t .:{;.. 7' s(i�.:r` . .•ice :•)�: '. •j t'•f` r �J) } 2 a'T' *t ..� ..r .� J. .�. i-!,!�.+4.1i4•w'+:..4Jv w .9N`•Ft r�.+1//;+ +ri'�,1fyr .•'tt ,�,s Attachment to Application for Participation the the National Flood Insurance Program Item VI. List of incorporated communities within the County boundaries - l. Antioch f. 2 Brentwood 3. Clayton 4. Concord S. E1 Cerrito a .M 5j 1 6 Hercules F- 7. Lafayette S. Martinez r 9. Moraga 10. Pinole :f .11. Pittsburg 12. Pleasant Hill 13. Richmond 1 14. San Pablo h 15. Walnut Creek ; 7 I _ } T r .0®1I8a x �`; �t„ - IN THE BOARD OF SUPERVISORS OF C07-1TRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Assurances ) that the County has a Building; ) Permit Review System Meeting ) RESOLUTION NO. 75/831 the Requirements of the National ) Flood Insurance Program. ) The Board of Supervisors resolves that : WHEREAS Sections 1910.2 and 1910.3 of the Federal Insurance Administration Rules of March 26 , 1975 require the County to enforce a building permit system and review all subdivision and other pro- posed developments to insure conformance with the National Flood Insurance Act of 1968, as amended; and WHEREAS the County of Contra Costa has adopted and is enforcing the uniform Building Code for the County; and WHEREAS Section 301. (a) of the aforesaid prohibits any person, firm or corporation from erecting, constructing, enlarging, altering, repairing, improving, moving, or demolishing any building or structure without first obtaining a separate building permit for each building or structure from the Building Inspection Department; and WHEREAS the Building Inspection Department must examine all plans and specifications for the proposed construction when appli- cation is made for a building permit ; This Board of Supervisors hereby determines : 1. That all County agencies and departments are to observe and carry out the requirements of the National Flood Insurance Program; and 2. That the Planning Department and Building Inspection Department shall review all building permit applica- tions for new construction or substantial improvements to determine whether proposed building sites will be reasonably safe from flooding. The Planning Department shall, in conjunction with the Contra Costa County Flood Control and Water Conservation District, determine whether proposed building sites are in flood hazard areas , in accordance :with the available information at the time of application for a building permit. If a proposed building site is in a location that has a flood hazard, any proposed new, construction or substan- tial improvement (including nrefabricated and mobile homes) shall be reviewed by the Building Inspection Deaartment to assure that the proposed structure will: (i) be designed (or ^odified) and anchored to o_ revent =1otation , collapse, or lateral movement of the structure, (ii) use construction materials and utility equipment that are resistant to flood damage, and (iii) use con- struction methods and Practices that will minimize flood damage; and 3 . That the Planning Deaartment shall review subdivision or000sals and other nr000sed neer develoDmentS to assure that (i) all such proposals are consistent with the need RESOLUTION NO. 75/831 00181 to minimize flood damage, (ii) all public utilities and facilities, such as seiner, gas, electrical, and water systems are located and constructed to minimize or eliminate flood damage, and (iii) adequate drainage is provided so as to reduce exposure to flood hazards; and That the Planning Department in consultation with the County Health Officer shall find that any new or re- placement water supply systems and/or sanitary sewage systems to be designed to minimize or eliminate infil- tration of flood waters into the systems and discharges from the systems into flood waters, and the Building Inspection Department shall require on-site waste disposal systems to be located so as to avoid impairment of them or contamination from them during flooding. PASSED AND ADOPTED on October 21, 1975 by the following vote AYES: Supervisors J. P. Kenny, A. F1. Dias, J. E. Moriarty, W. N. Boggess NOES: Supervisor E. A. Linscheid ABSENT: none cc: Office of Emergency Services Director of Planning Public Works Director Flood Control County Counsel Building Inspector County Health Officer -- County Auditor-Controller County Administrator Orifi. : Planning Department 0082 RESOLUTION NO. 75/831 IN THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY,• STATE OF CALIFORNIA In the Matter of Completion ) " RESOLUTION 110. 75/832 of improvemnts and declaring ) certain road s as _ County ) a` roads , Subdivision 4302, ) Danville Area. ) WHEREAS the Public Works Director having notified this Board that with the exception of minor deficiencies _ 4 irworovements have been completed in Subdivision 4302,. Danville area, as provided in the agreement heretofore executed •by this Boa--d in conjunction z-rith the filing of the subdivision map; i NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terrinal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 4302, Danville Augupt 8, 1972 (Highlands Insurance Company - Bond No. 912394) _ BE IT FURTHER RESOLVED that the $500 cash deposit as suraty ,. (Auditor's receipt No. 101054 dated---July 27. 1972 ) be P.STAINED forone year pursuant to the requirements of _ = Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that the hereinafter described road(s) , r as shown and dedicated for public use on the map of Subdivision 4302 filed August 15, 1972 in Book 148 of maps at page 49 Official Records of Contra Costa County, State of California, (isl--� Lj (are) accented and declared to be County Roads) of Contra Costa County: Burleigh Place (32/52/0.07) Tyburn Place (32/52/0.04) Bridgewater Place (32/52/0.03) Pennington Place (32/52/0.06) Castleford Circle (32/52/0.16) Farnham Place (32/52/0.08) Castleford Place (32/52/0.06) Derbyshire Place (32/52/0.10) Park Hill Road (40/60/0.31) Camino Tassajara Widening PASSED by the Board on October 21, 1975. cc: Recorder Su:.div ider Public Works Director t RESOLUTION 1,10. 75/332 00183 WHEN RrCG?DED, jt w #1TFff;:Tl A T Ti ti f17 i irti•7_. fl'�.• fti• TO CLERK BOARD OF at o'clock - SUPERVISORS Contra Costa County Records J. R. OLSSON, County Recorder • Fee . $ Official ` ]BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFOlEdTIA . • In the Matter of Accepting and Giving RESOLUTION OF ACCEPTANCE Notice of Completion of Contract with and NOTICE OF CO► PLETIoN Hess Concrete Construction Company- of (C.C. 030861 30 3) apa, roject No. 2191-4192-74 RESOLUTION: 1110.110. 75/b33 The Board of Supervisors of Contra Costa County RESOLVES T11AT: The County of Contra Costa on July 15, 1975 contracted with Hess Concrete Construction Company, Inc. , 1819 Tanen Street apa, California 9455b _ name and Address of Contractor for repair of an existing concrete retaining hall on Pomona Street ®� between Second venue and Sixth Avenue in Crockett Project No. 2191-4192-'(4 Vtith Fidelity and Deposit Company of Mar land as surety, Blame of Bonding Company 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 as of October 3, 1975 ; Therefore, said wort is accepted as completed on said date, and the Clerk, shall file with the Co>urty Recorder a copy of this Resolution and Potice as a Notice of Completion for -said contract. PASSED AILD ADOPTED Oil October 21, 1975 CERTIFICATION and VERIrICATIONT I certify that the foregoing is a true and correct copy of a resolu- tion amd acceDtance duly adopted and entered on the minutes of ih,is Board ' s meeting; on the above date. I declare up-der penalty of perjury that the forer-oir- is true and correct. Dated: October 21, 1975 J. R. OLSSO?:, County Clerk ec at Martinez, California ex officio Clerk of the Board 133 N. Ing aha, epu Cy Uerk cc:�necora aria re"curn Contrac for Aud.i'tor. Public I;orks Adrii.ni.::trator. RESOLUT1011 110. 75/833 00JR4 +_ IN' THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA . I n the Matte& o6 P&o cta.im.ing ) Oc.tabe& 20 - 24, 1975 as ) League o6 Women Vote&s o6 ) RESOLUTION ,`10. 751834 - D.iabto Vattey Finance D&.ive ) Week. ) 1 WHEREAS this Boa&d &eeogn.izes that the League of Women Vote&z .is a nun-p&o j t, non-pa&t.izan o&gan.ization whose guiding p&.inc.ipte .is that democ&at.ic Bove&nment depends on the .inSo&med and active pa&t.ic.ipat io n o� .its c.it.iz ens; and WHEREAS this Boated ju&the& &eeogn.izes that jo& moue than 20 years the League o6 Women Voters o6 D.ia6to Vattey has been osje&.ing non-pa&t.izan Vote& Education and Vote& Se vice to the citizens o6 Cont&a Costa County; and WHEREAS this Board u&ges att citizens to exp&ess app&e- c.iat.ion 6o& this .import#ant community s e&v.ice by suppo&ting the League .in .its can&ent Finance D&.ive; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF. CONTRA COSTA COUNTY, CALIFORNIA RESOLVED that the eveek o6 Octobe& 20 th&ough 24, 1975 .is he&eby PROCLAIMED as League os Women Vote&s o f D.iabto Vattey Finance D&.ive !!leek. PASSED ba the Board on Oetobe& 21 . 1975. cc : County Administrator RESOLUTION NO. 75/834 00185 _ BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Sale of County owned property ) RESOLUTION NO. 75/ 835 at the northwest corner of ) Brook Street and Dewing Avenue, ) (Gov_ Code Sec . 25535) Lafayette, Work Order No. 4129 j The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board by Resolution No . 75/685, dated August 25, 1975, declared its intention to sell the real property described in the Notice of Intention to Sell Real Property incorporated therein, and in the Notice 'of Public Land Sale referred to therein, under the terms, and. conditions contained , in said notices. The Board finds and declares that' said property is no longer needed for County purposes . Said notices set Thursday, October 9, 1975 at 11:00 a.m. at property site, the northwest corner of Brook Street and Dewing Avenue, Lafayette, California, as the time and place where sealed proposals and auction bids would be received and considered. The highest bid received by the Real Property Agent at that time was $16,700.00 from Dr. James Holmes together with a $500.00 option-bid deposit, in accordance with the approved terms and conditions set forth in the above-mentioned Notice. Said 'cid is hereby finally accepted, and the Chairman of this Board is hereby AUTHORIZED and DIRECTED to execute a deed for the property and cause the same to be delivered upon performance and compliance by the purchaser of all the terms or conditions of his contract to be performed concurrently therewith. PASSED on October 21 , 1975, unanimously by Supervisors present. RM:me Originated by Real Property Div. cc: County Administrator Assessor Public Works (2) P.ESOLUTIOLN 130. 75/ 835 0l��8 " t BOARD OF SUPERVISORS,. CONTRA COSTA COUNTY, CALIFORNIA I:t the :tatter of the Proposed ) Dissolution of the Crockett- ) RESOLUTION NO. 75/836 Valona County Nater District ) ' of Contra Costa County (Govt. C. 11559636260 56361;' 35 • RESOLUTION INITIATING PROCEEDINGS FOR DISSOLUTION OF TIM CEOCXETT VALONA COUNTY NATER DISTRICT OF CONTRA COSTA COUNTY The Hoard of Supervisors of Contra Costa County RESOLVES THAT: Dissolution of the Crockett-Valona County hater District of Contra Costa County has been proposed by the Hoard of Directors 7:' "hat District. Resolution of Application for the proposed dissolution was filed by the Hoard of Directors with the Executive Officer of the Local Agency Formation Commission on August 13, 1575. The Crockett Valona County Dater District of Contra Costa • County is located entirely within Contra Costa County. The reasons for the proposed dissolution of the Crockett- Valcna County Dater District of Contra Costa County is that in the Immediate past there has been a nonuser of corporate powers by the District, that there is a reasonable possibility that such nonuser mar- continue, that the District has no assets other than money in tht form of cash, or liabilities. '-'herefore the District has no • further need to exist. On October 1, 15759 the Local Agency Formation Commission awproved the Resolution of Application subject to the condition that Contra Costa County is designated as successor to_the dissolved district. • At 7:45 p.m. on Honday, November 24, 1975,- In the Chambers of the Board of Supervisors, Administration Building, Nartines, • ^sl{Aornla, this Hoard will conduct a public hearing on the proposed diss-w+ution. At the hearing the testimony of all interested persons or taxpayers for or against the proposed dissolution will be heard, and any interested person desiring to make written protest thereto must do so by written communication filed with the Clerk not later than the hour set for hearing. A written protest by an owner of land must contain a deseri:ation sufficient to Identify his land, and a written protest by a voter must contain his residential address. At the conclusion of the hearing the Board of Supervisors shall either disapprove or approve the dissolution in accordance with Government Code Section 56366. 71!e ClerY of the Board is .hereby directed to publish the text e" `.'::= res-—Pion once a reek for two successive weeks in the • ""YbtiRcMt- ^.er;cep," a'newananer of general elrbulation publ„i.shed in r�i':a Coun.t;;, and circulated in the territory where the nronosed dissolution is situated, the first publication to be made not later fifteen days prior to the hearing date. The Clerk of this Eonrl is also directed to post the text of this resolution on the -1- RESOLUTION ?110. 75/836 00101 of this Board at least fifteentdoahe'- °time o£ the bulletin. board will continue hearing date, and such posting hearing. Board is further directed to give notice by: The Clerk of the Boaat least fifteen days prior to the mailing notice of the hearing city or district and each hearing date to each affected county, person who shall have theretofore filed a request for special notice with the Clerk. of the Boar 1975 by unanimous PASSED on October 21, vote of the Super- visors present. y C 7 l _ f ec Crockett-Valona County Water District of Co:Itra Costa County , J Municipal Utility District East Bay x County Administrator , County Assessor Public Works Director County Counsel s z s i 3r x -2 ?�5TH In?t xi0. 75/036 0 - J A T Ti w fT i i.a:•i• tl'4• f:. »•v TO CLERK BOILRD OF - SUPERVISORS at O'clock M. Contra Costa County Recordo J. R. OLSSON, County Recorder . Fee . Official BOARD OF SUPERVISORS, CONTRA COSTA .COUNTY, CALIFOFdTIA In the Hatter of Accepting and Giving ) RESOLUTIO.l OF ACCEPT1i2�GE Notice of Completion of Contract with ) and NOTICE OF CO :PLETIO"T A ollo Concrete -Inc . (C.C. 3§30862 3003) Project No. 177- 072-75 . � RESOLUTIO1, 110. 75% 37 _ The Board of Supervisors of Contra Costa County RESOLVES THAT: September 15, 1975 , ' The County of Contra Costa on P contracted -wit Apollo Concrete, Inc. en ree Street, Antioch, CaMornia 9115usf _ flame and Address of Contractor) for the construction of a median opening on John Glenn Drive at Buchanan Field Airport , Concord area Yti.th (no bond necessary) as surety, -name of Bonding Company for work to be performed on the grounds of the County; and The Public Works Director reports that said work- has been inspected and complies with the approved plans, special provisions, and &tandard specifications, and recommends its acceptance as cb,mplete as of October 7 , 1975 Therefore, said work is accepted as completed on said date, and the Clerk shall file with the Coi:,ity Recorder a copy of this Resolution and Notice as a Notice of Completion for -said contract. PASSED AND ADOPTED ON October 21, 1975 . CERTIFIC'1TION and VERIFICATION I certify that the foregoing is a true and correct cony of a resolu- tion and acceptance duly adopted and entered on the minutes of Lis Board' s meeting on th` above date. I declare under penalty of perji..ry that t:.e foregoing is true amd correct. Dated: October 21 , 1-075 J. R. OLSSO'i, County Clerk d at 1•;artinec, California er officio Clerk of the ?,card By Bonnie Boaz Deputy ierk cc: iiecora a nu return CoAntrlc for Aud.i't;or. Public ic l;arl:s 837 00189 Admini:.trAor RESOLUTIOU NO. 75/ in the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Agreement with San Ramon Valley Unified School District, County Service Area R-7, Danville area. (Work Order 5450) IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute on behalf of County Service Area R-7, an agreement with the San Ramon Valley Unified School District providing for the transfer of $7,550 from County Service Area R-7 funds to the San Ramon Valley Unified School District for development of recreation facilities, said funds to be disbursed by the San Ramon Valley Unified School District as follows: Alamo School $1,000.00 Green Valley School $3,000. 00 Stone Valley School $1,200.00 Montair School $1,250.00 Twin Creeks School $1,100. 00 IT IS FURTHER ORDERED that the County Auditor- Controller is AUTHORIZED to draw a warrant in the amount of $7,550 payable to the San Ramon Valley Unified School District to be delivered to the Service Area Coordinator, Public Works Department. PASSED by the Board on October 21, 1975• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: San Ramon Valley Unified Supervisors School District ffi axed this 21st 19 75 c/o Mr. J. Fears day of October — Public Works Department J. R. OLSSON, Clerk Public Works Director By — = Deputy Clerk County Administrator N. Ingraham County Auditor-Controller 00190 H 24 8/75 10M I AGREEMENT 1. PARTIES. Effective on 10/21/75 , the County of'Contra Costa, a political subdivision of the State of California, hereinafter called "County," and the San Ramon Valley Unified School District, a local public agency having authority to maintain and operate park and recreation facilities pursuant to Education Code Sections 16652 and 16653, hereinafter called "Agency," mutually agree as follows: 2. PURPOSE. In order to assure the establishment and development of park and recreational facilities, the County proposes to grant and transfer certain funds to the Agency pursuant to the provisions contained in Appendix "A" attached hereto. Any funds granted will be transferred from the County Service Area R-7 fund. 3. FEE GRANT. By this Agreement, the County hereby grants and transfers to the Agency County Service Area R-7 funds in the amount of $7.550.00 as specified in Appendix "A" attached hereto or in any resolution hereinafter adopted to transfer additional funds. Agency shall comply with all terms and conditions specified in said Appendix "A" and in any resolution hereinafter adopted as noted above. 4. CONDITIONS. Fees transferred pursuant to Section 3 of this Agreement shall be used in compliance with the following terms and conditions: (a) The Agency hereby grants the use of its grounds, as specified in Appendix "A," as park and recreation facilities for pubEc recreation purposes on school days after school hours, on Saturdays and Sundays, and during holiday and vacation periods; provided, however, that the use of the grounds for public recreational pi-:rposes shall not interfere with the use of the buildings and grounds for the regular conduct of school classes, school activities, or other purposes of the San Ramon Valley Unified School District. (b) The park and recreation facilities shall be maintained and operated by the Agency in compliance with all terms and conditions contained in any resolution or separate instrument adopted by the Board of Supervisors in accordance with Paragraph 3. (c) The park and recreation facilities maintained and operated by the Agency shall not be sold, transferred or assigned by the Agency without the prior written approval of the County. (d) Agency shall not assign, convey or otherwise transfer the lands upon which the park and recreation facilities are developed without first obtaining the prior written approval of the County. (e) Any portion of fees transferred and remaining unexpended by the Agency following the completion of the development of the facilities for which the funds were allocated pursuant to Paragraph 3 shall be returned to the County within thirty days after the final expenditure of funds by the Agency for the completion o: the said facilities . 7 5. RECORDS AND REPORTS. Agency agrees to keep true, full and accurate records of all matters pertaining to fees granted and transferred to it pursuant to this Agreement and as to any disbursements made by Agency in connection therewith. County, and/or its authorized representatives or agents, shall have the right to examine and inspect the Agency's books and records pertaining to this Agreement. A financial report showing all fees received, and expenditures of the monies during the fiscal year, with a state- ment attesting that it is a true, accurate and valid report executed by the financial officer of the Agency, shall be submitted to the County upon request. 6. DISCRIMINATION. In the maintenance and operation of the recreation center facilities, the Agency shall neither discriminate nor permit discrimination against any person or group of persons on the grounds of race, color, sex, age, or national origin in any manner prohibited by lay.' Non-compliance with this paragraph shall constitute a material breach, and the County may terminate this Agreement. 7. RESIDENTS OF TERRITORY. To the extent the establishment of the park and recreation facilities is effectuated, wholly or in part, by County Service Area funds derived from certain territory, any resident or groups of residents of said territory shall have the right to use and enjoy said recreation center facilities upon the same terms and conditions prescribed for use by any other persons or groups of persons residing within the total area of said Agency. Said use shall be at appropriate hours that do not conflict with the normal school operations. 8. NOTICES. Any and all notices or reports to the County desired or required by the terms of this Agreement shall be given in writing addressed to the Board of Supervisors, County Administration Building, Martinez, California. Any and all notices to the Agency desired or required by the terms of this Agreement shall be given in writing addressed to the Agency at such address as the Agency may designate to the County. 9. SUCCESSORS. The terms and conditions of this Agreement shall extend to and be binding upon and inure to the benefit of the successors and assigns of the respective parties hereto. 10. TERMINATION. Either party to this Agreement may terminate it by giving the other written notice of its intention to do so at least 180 days or more prior to the effective date of such termination. Termination shall not affect or extinguish any obligation of Agency to maintain and operate the park and recreation facilities to the extent funds have been provided therefor pursuant to this Agreement and all provisions contained here. 628500 _a_ 00192 APPENDIX "A" The San Ramon Valley Unified School District is allocated by the County of Contra Costa, pursuant to Agreement, of which this document is Appendix "A," County Service Area R-7 funds in the total amount of $7,550.00. The total amount allocated will be disbursed by the San Ramon Valley Unified School District to the following named schools and in the amounts so indicated, for the purpose of development of park and recreation facilities, so described: 1 . Alamo School Materials and equipment for environmental $1000.00 play structure 2. Green Valley School Materials and equipment for environmental 3000.00 play structure 3. Stone Valley School Development of picnic area, trees, 1200.00 drinking fountain 4. Montair School Slide, dome, balance beam, see-saw, 1250.00 drinking fountain, memorial plaque 5. Twin Creeks School Material for platform tower, earth berm 1100.00 TOTAL $7550.00 Should the projects not be completed by September 1 , 1976, said monies shall be returned to the County within 30 days of that date. Extensions to this date may be authorized by resolution of the Board of Supervisors of the County. If such monies are returned to the County, the County may reallocate and grant such funds to the agency or any other appropriate public agency for the provision of park and recreation facilities in accordance with law. /rb 10-16-75 00193 CONTRA COSTA COUNTY AGENCY e� - Boggess BY ftairran, Board of Supe rs 10 . ATTEST: J. R. OLSSOM, County Clerk and ex officio Clerk of Superintendent, San Ramon Valley the Board of Supervisors Designate Official Capacity Unified School Dist. By Deputy SAN RAMON VALLEY UNIFIED SCHOOL DISTRICT (SEAL) RECOMMENDED FOR APPROVAL: (SEAL) By 4-waCoy . Ad instrator By - , vice Area Coordinator FOR, :?PPROVED: J0�'; B. CLAUSEN, County Counsel By Deputy 00194 C In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Approval of Addendum No. 1, Christie Road Slide Damage Repair Project, Rodeo Area, Project No. 2383-5833-75. IT IS BY THE BOARD ORDERED that Addendum No. 1 to the Notice to Contractors and Proposal for the Christie Road slide damage repair project, clarifying the estimated quantity of one bid item, is APPROVED. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of County Administrator Supervisors County Auditor-Cont roller offixed this 21Gt day of October , 19 J-5- J. 2J. R. OLSSON. Clerk By Deputy Cleric N. Ingraham 0.0195 H 24 8/75 10M f CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA ADDENDUM No. i To The Notice to Contractors and Proposal For The CHRISTIE ROAD SLIDE DAMAGE REPAIR Project No. 2383-5833-75 NOTICE TO CONTRACTOR AND PROPOSAL Pages N-1 and P-2, The unit of measure for item number 10 - shall be "MSQFT." Bidders must acknowledge receipt of this Addendum. Acknowledgment must be shown in the space provided below and returned" with the Bid Proposal or under separate cover prior to the date and hour set for the opening of the bids , 11 :00 a .m. on November 4 , 1975. Acknowledged : Bidder: By : Title: Date: F I L E -D QCT -)-! 1975 J. R. OLSSON CLERX RD Microfilmed with board order BOA C05 �o isoes 00195 t In the Board of Supervisors of Contra Costa County, State of California October 21 019 75 In the Matter of Agreements in Connection With the Waterfront Road Overcrossing, Southern Pacific Railroad, Martinez Area. (Project No. 3481 -4215-75) The Public Works Director having recommended that he be authorized to execute an agreement for consulting services with Deleuw, Cather and Company, providing for preliminary engineering in connection with the reconstruction of the existing grade separ- ation on the Waterfront Road overcrossing at the Southern Pacific Railroad, said agreement containing a payment limit of $15,000, which amount cannot be exceeded without prior approval of the Public Works Director; and The Public Works Director having further recommended that the Chairman be authorized to execute a Joint Exercise of Powers Agreement with the City of Martinez providing for the City to pay one-half of the cost of the aforementioned preliminary engineering; IT IS BY THE BOARD that the recommendations of the Public Works Director are APPROVED. PASSED by the Board on October 21 , 1975• 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. ac: City of Martinez (via P.W Witness my hand and the Seal of the Board of Deleuw, Cather & Company pervisors (via P.W. ) affixed this 21 st day of October 19 75 Public Works Director \ R. OLSSON, Clerk County Auditor-Controller By - Z- e'_"J Deputy Clerk County Administrator Constance J. Davies 00197 H 24 8/75 10M I Joint Exercise of Powers Agreement Waterfront Road Overcrossing at Southern Pacific Railroad Project No. 3481-4215-75 1 . Parties Effective on October 21 , 1975 1975, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter ' referred to as COUNTY, and the CITY OF MARTINEZ, a municipal corporation within the County of Contra Costa, hereinafter referred to as CITY, pursuant to provisions of Chapter 5 of Division 7 of Title 1 of the Government Code of the State of California, mutually agree and promise as follows: 2: Purpose - The County and City propose to conduct, as a co-operative project, the Phase I portion of the preliminary engineering work to replace an existing grade separation on Waterfront Road across the Southern Pacific Transportation Company railroad. This preliminary engineering work will be performed by De Leuw, Cather & Company, an Illinois corporation, hereinafter referred to as CONSULTANT, and under the terms and conditions set forth in an engineering services agreement with the County. A copy of the Engineering Services agreement is attached as Exhibit A. 3. Administration Responsibility The County shall administer the engineering services agreement between the County and the Consultant, the expense of which shall be shared jointly as provided hereinbelow. The County shall seek prior approval from the City before authorizing any additional services by the Consultant. 4. Financial Responsibility The estimated total cost of Phase I preliminary engineering work is Seventeen Thousand Dollars ($17,000) as detailed hereinbelovi. -1- T:ii a grr �,vi;h bcar� �r"cier 00198 De Leuw, Cather & Company $15,000 Work to be performed by the County and the administration of agreement with Consultant at cost plus appropriate overhead, 2,000 _ $17,000 The City agrees to pay to County one-half of the total cost incurred by the County for Phase I preliminary engineering work. 5. Deposit and Adjustment , The City, prior to County approving and signing the Engineering Services Agreement with the Consultant, shall deposit with the County the sum of Eight Thousand and Five Hundred Dollars ($8,500) as the City's share of the estimated cost of the work. As soon as possible after-determination of final costs for the work, _the City shall either be reimbursed for .any .excess sum owing it from its deposit, or the City shall pay promptly to the County-any additional sum that may be due and owing the County over and above such deposit, 6. Term of Agreement This agreement shall expire upon acceptance of the Consultants work as complete and the payment of all sums required herein by the parties from - one to the other. CO TY OF C OSTA CITY OF MARTINEZ i o99ess Chairman, Board of upervisors or ATTEST: ATTEST: J. R. OLSSON City Clerk County Clerk By By (��X a rtix Ee Deputy Form Approved Recommended for Approval City ttorney Victor W. Sauer Public Works Director &n f of Deputy Form Approved John B. Clausen, County Counsel Y, 00199 Deputy :...,.•:: t:t i .\.t]::t.t i!. J.ttt`_ :i:.`:i+' 'eit2C� .' i t�C3l2ti t 4..Irs'::.. .i��'C:'..1 it •;:rv{]vglueC.'.,v::.Ctr:: by *6 t7t i'ii:�'I-.i,c. .-i'. ;e.:i�.;: C-onira :Costa C.oviity. :. •Pttld:•c;•::::De :I:eutt. a ts.fi a clL2i7 n X 1.2.0: H'owa rd S:t riet.,. San Franc i•sco: CA_ 941'05.`• - �C1' Hfat•CCt::il'E~.'I);it.E`•�• ' Var vercros:s'i ng a'Z ' ttil.. 'Pro,i-ect, Ha..;f;, �::isi:::. ::�aLoca1L.'ltl:1:S_.P.R:R 1I3A6.4 - 421~S-7•S 1'iltiri:iClet: Phase 't~ S 15,000 Then * i; "tj:1.11'y?v i:t:tiLf'>U i:t1e })iir't:,LC.ri nt r t { . i1iza : gzci ±� irDes!.:;nr:':c ;Qu,inc5a 41;;.i:: 'a€'• Calif' r w:. . :{:•()•F:i•:2'.'1 Cost a. .CiQlillErd } .h..2'ai.C's.a1�1sLIlGttt-.t.ti. �{t.. -{^•. ".:'t'.:•.:: :. - •;.' �:,� :y 1 .. fir, ;t , '.♦ �:.' , 1!1. t-riL7t'a', .� .,,.n:i.n"• a. o L, i0,. Con :.ultiant:j L. ; £, a..n ': •i :' :}iii. :IGlitYL'.il}i:itl ilil;t Iju.l,�itt:.J) Ci ilarit:i�::`, F�C:1" Y '• ..t:ota a ..arid. ac:;.lo:rlc:cl rod 4: =� .}.t.: .a a'n'a i•'•..ii- i .:':.d1''pAr 1:nor.s Zip 'na::ied a`1„••.` ;vc-- L4Ywcut'ik`'G '-i;.'fi tF:L'E:}I121... 21 4Y'lii:Ft'Ft ... to .'iLs .by-latts ' or:a razolitt:ian os: it: 'Board of'. Dir:: cwors :'.:•.::':.:. •;. V44,G i:oti.irdw Yu1]li c . .d _ 17. :'icor tt: Sailc:'r J.Q1,1 .Cly iis:ers 'G.6�.i t "c iii Puolic 11orks Director:-,: . J:.• ' . li^i:jC:.^•. lSkf't.'C}::l.irs: �3di Z:Il::. :itb VC'.. tas 't:`' ''l:Il(.': '.Z13OYE'�-ll tel4'c.dl:'.!?*Ub1Z'C::':�'� t'• and .Gdrlsult:ant., stultua11;•' all'nr.: a:i•cl' pro;�iytr :a ,'rQ1Io>•ti jl. • I l:i,,j1ovi,iciit:. YLii?llc. lathy. -Sl_-,;.j%0bJ 'Ci;?t)IC6nauiuGni'a:::'rAhd-z-.C►02w:u:.i`:.anr.'. tacca.its �`.iiich Cia.ploy+'ent:, .Z",Q .jt::1.016MA is a--}"]2'Cl:if•'.:.'+•.`'r�:f.�.Y�.I.- i£'1"V�.Ge3:: tic:.•iG_ �+3 ed iiel'ciri;. upon ti:iC ter-,x, area. i:.i Cf)1't; iCjuratiioiz. Of_t )u..Fl1 lzCria,s' :34:u� c6 :i•: ��i.•�.. !- :icn�•� of servic:.4' ia•11 bf'--`az�.ue cr .bed--:iii-'-!�•�f?vaii.ix J. Iiia. ] pt. ya i'i^iC I ' at 4adaletI }it•i. •i•ia. �. 6. x:::i:irance.. Tho E�UI1.^.•fll�•Ciii`E^ SIliI�: L� at- •116 'Ci.t)C:ri.j'.• ;til)•. tjL2;. J.=.4. 'i �.;t':3C!!':�: -�� fuz•,li:,t1 c4rti:i t'it:lt:c:3 or Q#:ilt r r :i ssr t? +i':=acc:evt;.utllf :.t:U 1?itb,Z:tC`•;f:€ iicu :. I�ut�i;c' i;>:i1)3.13 tir` iri.ur�ulcn Q.;' :: L'.. :Eo.'z:L. :a 5ti;. 3 i.. ft)r^ a13.=a..u.•:wE;c: ;:; r :z:i:i ;::.:�:i •• of.':bac,i'1�;� i...:.:iricz of..d a..:z f:ci an,, al~c: .�aerf. 'q' i"" airrid a� Oi' i.l+?ym .F)^•r; w�'iit t?Ilu e:C{:�:�G:ltj:.:.'t7I'r,.GC:CtL�_.1 t2t.i .i. il..lt. �i:�3:�: C?..+J•)+.�•�•' �w::"�a...�..�r::e•. ; t is t:V . 731:iL':•aZlIC;C: =?r t?tl1t.:11,�, f"Qa' a 'a.z4iit; bf-.'•!ioz. 1 C':a'�: . ;r• �`•. t J liar 3:. tc^an:....•.•• days' lite- ce of po1.icy A;4 p sc 'or^...CQ.T1t:'61-lati t1: :1�''.1'i:t►Ltll'i3�I..::.' •r. `' P :� i Agency r' {.C7r2auItie2tlf'" f'Qi' �O 1"Ga%�.�t:%i �C'':.'v"'`S;_:i .['.'i'a - um-114• u c Ag ncy .shalt.i!a J ",F3.... '1 ''. .. , " '::it.au •vti "i.iiC 1'c1tiC ;;il£7..n 1 i1 11ppc ?dix, -}3 2t.v1C ZQ��`_'11^'re+:.c►;` >ril c'sr::- nc'.::::a::` pe r�oa• . ... all. f3',iC'.I`.if,isC2 c'Ii2{I".r111t:1C�Crii+a't� e::=l On..a .� :�OY'. whit h...'-Ad,- 1C1C}.^',.�til0:li2�:.• CC)i.111C.LZ;iC:v''iQ:i hal' bb cello' eu:. n .i?U 011010;:-whall the,-.total 3rio.unti.::paid t`o ::Ao•sit:.;: :: COltsult 'iti 'GsCCt'GI tike p1,tfWC;it; lilt:iti 3I)t.'C:LriCCl :Lrl'. 5CG': .] {:B`�: 1�Oiii..:;t]?'tCar VlY':1 at:t:C:ii' c`!}3t]3"'U`trs1�. Qi t:l:• contra- 'efJut:�: ::Oililf:f :FrLit7a1^. ilb3';:: '}}:43•`G't::�.�::" C:Onsult a•rii: .;; "UMC t)�•• C..1:31t,,C•. ••szlalll 'Ili' .51t Il1l:tiii tl: i t.'':Cf}Y1if.2. t tit:.?'. .::..r.a. L'i:... tilt'„ltfe .W-J'.t:l'lkl �.30) .� :iL:: �1•lz:.i;oh I.ii13.:l:Lc Iz/:�...ii�y:+r.z:t . •�'' t: LL^� :Llitr.:t:' 1.11!' 1)tr t:i'.1 �:i.i•il..11ltti l:lt.: i:l) �:iit` 't�t)'St:::ti.�:i..^i:]1:'`' Yii"if' ::ii:7•':'Y3I ::'tit':i:'?:E :Y¢2' tsC):l::Il�l:il:l� I.:i ;�12`'t;i;i:•Z12'1•�, UI ;-!I. ::ti{ lt.,.�.t+j'itl.t,tll}::l..t)tij '•Ci't}1?►iJ t:i::1t StL�i'i'yt:: .;t:sf.`.E^:w'.I.3. +' 1 ` } E..:•i:.`-1 1 i.J•!'" t:t •t. itw; E"as.•fi i'G-'..•:►: t::ti•:=�!}.-'lt:.•ta:'i Qti:•7 4'7 i .i`ttl ;r,; .:1a,C. tf: '/, !';r,. t i 1•�';�'1 .. .� •,, .. ., ; ..: •C ;• .. :aj_•. ' r. {•;a„ •U.i.- elt. 1.°i:t a:'i:! :�. :1;.t.1 ..Vi:i.+ O ut!;.. iii::. 't:']i?tr l f; t ' 1 t;C S.Ei.c: :J�/i:�.l:::itYts�..: :wti;;L 1 :..,. lr::�,.•.' . ,N • +• •,. .t *`'•:y.'a'S S ! ,:r+ .t St 1•''O.1~•SIi:'f�Y.�.tyri••' .'1,'sa:,,..•» i•ai t•. . e1J .it:Ct::t,•J -Glut' Ql' t;.i .t''.':1 '( 'i' t). t t•.a...�;, Ut t! .d)!i' 'Zt 'c ltia•,: .. +x. _ to t•i:t• t:i:t:t` Qa. tf-f.1'i0..v%". :�• `i Eit aiC:» '3 : •rQl: :: il:! 1 iittt.':1f,•iZ£i::lifi :tiCi:ii"i:t:u.t]'i': itelt;: Cd:::i•ir't'».. i •wE:1•.�:i.1�1�U�tt''. � :.� :'i.:,2'•tf* :,,=:r{,fir, ' . ,. V :i•sr.: r�'" a: is �•1 .1•i':"ti: ,,,,,t:%cv�t.+t'1 •t V.• {:112:r122'�5.:':'i!••,.►rii: .,/-,'.0 .yi. .r t... ..r.,:_ .t: ;:;. Fez-,�.. •:� r 't�:i: t ♦ ) ;t. 3 t f,•i1' :t. i1.,.•:...1r. ,.. !`.:i:':a..it. ._ !':. •r may::• ., i-,R r ;t�*i.;iw:ii f�J'�: `c]'s•.:'.t;(ji:iC'::%r•:{: .A.0.'. ,'L •r iCG� .Li ,i.. ';i• :r: .f :.u: • sC!•Y:L:','•:i. -t] ,tl. a.i•.J'k:tii3a...:i' mkrommed With board orM of OPY � E 7 � ' S qoc.uMENT �S� pN AT UIVSAT. IS �ACTORY TAME or /I/cqooF . . .. .. . . . .. . . . .. . '. - . .; .. , . ... r.. :; •. .. . . . . . :, . . ;:;: , ... . . . • . . a . ,..., . .. , :. :. ........:.... ... ,. - .. ... .. ...e. . . f ..-.: .. .. ,:.. ........ .. .....: t. :.i A . .. ..... . ,,. ... ;..;.. .. < , .. r...,,,. .. - v�` ..... fx... ..., ,..... <.. 'ti ._.. .r . .., .... .:,.r .. . < ....,. ...,. ..s. ...a,.. _.,., ........ r.L ,.: .... ... .-. _,. •y Vii,:`.. .. ...1..... ..l.. ..v '.'. .. .......n .: .. .., 1,... .. .. .. .... .• ..,., .. .... ... .,.. .. .. ,....., .. ._..,1- S. t[Et R l'tJC:.5.ER1/;;l`. ..'.. : �.;.-::,,..:;:.:::. 1. �..,.. ..............:_ SCUP.c..:OF;.,.P.RGFESS:IQPI�iL:..EtlG.l. . . „: < . . :. .... ...,..',. . .. .... R... .. . ...::.:. . ,. t... ..: .. .. ... ... 1. . . ...._ n.. .. .. . ...� ......... ryl::. t .. ..... ... .,.... ,. ... .. :. ., .. - .. .. .. .. .. . _. . ..: .. .. . .. .:... .. ....t {,.. n M. P r1..RO.a RG H .E. . ..., ,. ... . .. .::_-.. ice;;. .. ,c _. ... :: .. .. .... •. _ .. . ... .... .. .... ... .. .. .... ...... .. ., ,._.., r.. .. .. . . _�"...:....k ....,.is....,... '..: - ......:'.:%:o..r.:___.:..:..:..... .:. Ii .-....r........ ... - ... . . , . .. I-E .- ms's-=Y= _,..... `S , <. ..... C.I. r.�,. .. .:...,:.,-n.:....... EPAr�.A i 1. :, s I _. . ... . - na..t'11.:s;:., .•..:•.. " .._-...:b%; t CuJ`,Ji'I11,Y._;.:s w:.;.r i KTAT:l' ..",:;,"..::...:Yl,,..;:.....:.w...;:.:;.., .... t ,...GF. 'SOUTHER•!`:;paC.I.E I..C::.TR . SPO......:: ;:_':r SE1.i:ItL 1 a ......, .... .... .. r.,. ... ... ..-... .... .. ... .. ..�. . .. .. . .: ...J......a............... ... . .. .: .: .. :'.:::,; tip rc COUidT:Y :':CT;L;I:r::Oti��f A... %= `;': : .:... .. ,:, P[c I.ITt�A:.CGS7t� . , .. �.... • ... -0 17�flca 1-:'.• -:, ,. =•.;-.1 -.:,.... \t i ne.cr :shat 1 `co ;;wR.,::,., ., c.: :!e', .�•o t�:. 'Fii:;>•orl:: o.F...tli.. Eng ...._-.: . ...',._ ...'.:::'•.. ......... si`s t .:: r... .:.,:.,... .......:;..:.: F:.. . c:. hs:cs .uf..: -�rk.;:trlu.lca'1.��. tac.iv..�:.us n�ay,'-'bc.. o .th p . C�otinty: f3;: •:nt'r`/ into this contract �hc County contrac:t:`5 to :th`c . .' ssT: tc cnterccJ into 1 �. r'k:,it;io.i.:•ccl. .i. i'":'.' f=h... .. . '�91t ,Tial 1:.:::no;t .. .: . t'y.. . . .........:,.- - _ ,:.'. v i:..'6�' ttic''Co:unty,,;-inti`.t.fie':::u=.c:c.`ic.nt ,.. .En.gi;ncer .unt;;i.. r. u.:t11_r...a ppro /.. . ... . .. :..::-..., ,.. . . n .. r nt.rac.t. tn.err_;.cr' unt;I:1..:�hc-'.: ng..tneer; i's: o: e:i^ed; to:_ : '.. :. ;., ; .:': : ;-. .Shaj.i :not .t�_ a _v ..;'`:::'" ''`.:: ' =" �o;':thc.:s. cciFic ;.!1�sc of.'lcork_ .for' the project, tsut shaii :rcratn hc.' .. . . ... ...:..:.:.,:,..:, :- ,. . ...,.... �,,.,:. I c.r' .t - ;:;.;... Eni. ..,,... ... .- Inccr.-.'S'.ol:.c.r .1..1c c. . .....:........::. 9 . .....:. r..:.:.. . ., ::..- .,..:' ::.,. ,. E.rii;:i n��c:t��:°;5ia�:i`rl;`:cci:..:` .:'. - r..:.;..� ;: Sc.r.v 1 cc _ -- Q t v'J c set:"forth o^ ...:.r: :. ..,.. -,. :..._.'...: r. i .unci :.secur-e,.'..tty._ 'ser. e..,s . ..:.tortt...Jrtd .tlr o . <,:.,>;:•.:'.i..,;.: . ,0 ..': .c :tic. .4 i _ .. .'ii�llt'ttIRY.; STUB:I:ES' F; :f):; kcrGP`!- L_n:�: t\Oi:X t .sis,..,i at . i� ..'I.!.lr�SE':':i:'::,: :i'1',t:.t. _ F{P r.E. ... . [� , ......,...'-:.,,.:, .....;..::'....,. ..'..:;':.' .. .. .... n : E; TO '!3G:iH; .PFIF�Srf :i.;::h. ;...:... :::'.:`�::;'..•.,,:;:.... f.- •.,'tt;:-:.ScR.10E- ..fti'._LIC Cs I. . . .... . . ..:..,....,...._. . .........:.... . .. ....... . . a au:t na ..:1tL.0 l J:I ON AL :::.::> u;:.- 1. _.<...... . . . ,:.:.::;..:PhKSE 2:: . . . . ..::... ;.... .: .... . �..:.. ,.:.... : ... _ :..:....::.:'. r ; ..: icr Pt�; sc :"'?..'': Union: .: . ,:.. .�-;':::Scr�•:t ccs'.::.o :i tiii:'`I�v.:.::E`ritf i .. ;. ;.;...,3 ,. .. i t tau. ;M. F '.i.. rUGCl2 I.CfI p.ia �:: .i .. -1[!'IltlYi._i2.i.i..(?.1 .tO.:.p .,.. _...,,..:,....:..,. ,,.. Lount, C t..a. .t .,a:'. 1.�nL A,Pt ?roc Ehgin•••°r- -sh�.l:i per•orri those scr.•�r1.rces set forth on 1 ct• C c •t ancf :sutihcccltn './iG011'lGJ'AL' `.:':"'; ": :: .: l ` 'u5hc ar:i 1. . t.1tL:.:G�S.I'G►.,. s V. n� �• ....:.::.<:.:_. ..._.,,.:::s:.';'::;..::'...: :ter: lt. ..r.'. .. .,U t Ll�r%LLQ ::it7..UOTfI..,t f.l�SE:.. M. _... . ..:.. .-, `: ': ,.......... E1 i"n.c.c.. _': i is :p';s;ti`i�. .:.........: ..... DOtles-.0, + '., l;.s,�.,i ..: ' ' Cc ::J►:t;:.:er i.l`.1` .ray i.J�c'... 3 '9: Ii;•,:.; — .--__ •..t/1... .V: . .. .. r t.ntls .. '... ,. . .t b. -i. 4 . 0 r. .c .. lie..�P r 1 1 . _ f l.io . : _ _.. o _ he ., ,'.::::-.' - t �..:: . .: ':;; . :,................. ,:.,..:. 6,1�.";'l... .. .. ... . ....•:.:... ... ... .....r ... .. . .. .... ::: ITS .,., :.,-:,.....,..,..:,..::...:.. ,< .. .alt. 'a.i I I.n,l.c:t.�..,. - P rev t C` ;:: :.. ... . .•; .:; i ck i n.cc . - ,,' . •. . ,...r...... . ... ' .. . .[ tJ-t.t..[.d.::.:i'n:.:corjnrc;t:'i;as4'�:r,i.t .. . ! •.t.J c..7 elnC 1 1.,1..1.. ..1.-. ., _.:.,. t.:•:. ::.. -.J ::' `':r ii'; ,ACU .. ..,....'..':' . Ji -:'l1u'L. eeaL..►.i�.it.t:t:1. ..tc� !fl t t:l.ili.r tic-l.itci J J t .. i c t.i ons`'j a.r .. .-.. _ % ..:..:........ ..:..... . . 1. ... o, il�} .,.:.:......- l:l j:, r:1 lin r V5tC' tl.l.. ,L.-. ... .. ... n ......... . . ..... .. ... . . .. . :_ .:air.C. 'a.. t .. . .. a- , . .._.... .. - - '.��� lir ftiJ� •:J'. .'�,! . y .t. r... t,r •jr.r't . ,,.. . .,t. S 1 ,.. ,. . . •::: r':`- �',Cc.C''iO:iS:-:��t.t2�'',GCrtt...cpE.[.a�....t": r....:.,.....h,.:... 11 L. ! 1 ....:....... .,..... ,Ci1..1:or,l..'a� ' sur:.t.-/� I. :.'fro t.-c.t.. ' . . ;.-.;.: :.:.::.. 1. h� . t. . . :.:..:...:: .........._ "t ..:.1..... / -,. 'ti n 'it)i.L` for all ..I1CjUi..i:]t:lOn,-;-:..., `•G: ! , . '. \'J�•. i'•ia7 7.71i.- .lnd L .- rCvE.Q S . �1 ,, . ..,.. . g` `° t1:'C tli C'�:�'..'.i.7il�i 'a7til116r Ca s'damat atctiv r 5 r l I l]n aJr1lJ l3... Cs'. ........:.......::.::s.: :- _ ... .....,':.,.... connect C:J n :,..:._: •::.,•.:.;,.' ..:.,.. 1: .�:..`,i hCa7;t.5c7i.:5: tCU:1rGCj:.:`'':..' ' ;.,:, --. ,..,: ........,. :, .... .. : . l:':t j t 1 e: t.po ... a j t " ..a ..i. .` �.,;;, - i �•:l J i rl�d f r t i . i i i . . -(, .It�1J i1 a1l ra. .�::�. . '`�,;, ;re4. i�'.:,: _ % %'. c t u ;cin t "C [t', r"eti.., ,y;'e 7 y: - \`�l1 iit•t I C.•:" , t '•: .. . ;a+ e' i:: ij . 'l _.: `� e' :.,. .. . . . . .. .- .:.... . � ,tea,-�w�'r - . .. . . Tf ......: - , . . - .. .• . . J _ - . - . . . . .. _ ::':.. • ... ...:..:' .: .. .. .. ... ,.. ... .. ... .. .... :. . . :.`. . ... .. : .... .: .... .. - .. ,. -. .....- - .. 1. . .. .. ... .. ,...-. .. .... .. , .... .. .._ .. .. ... ... ....:': ' ... •.: .... ... ... ...� .,. ... ,...... .„.... :JSP+.� ... .... ..< ...n.. .. .. l,. . ...I.::.. .. _ .'1y�'i.' .. •S. ...-::,.. .. :. .n.....:• .. .. ...,._. .. .. .. ..... .-.... ,�f . v' , a ..,... _ r. r .. ........ 'it. _ , i. i. r. ' ....: :...,.... ....�t .^....... ... ii ._.:.......:_.I.1..-+. ..,r .., ..!P .{Jit.,u�T:Y.S, ITD:•1:.� �.. 1. .-t-�� 1. <,s,;:.�'� ;..>1;;�f; •�.G,,.=�. ... . . :.1. FCL.. . Y.;�- _ ,Ati�,... ,...,n:.: :. '..': .. .. ....... .. . .. . .... . . '. .... - . .;., .,,rf, ,.,. .:, . , t .. .• �,: t, .., , ;; ':,.;: ���•c'•t`.`:v.4•�:c;�'.'cs=t~�b'T^:�sfZ�.i'�:: .::::•. 0-,c -,r: �ht. i..:. .s�,..s..iall,,.riau..: .tii ``;ohjc., .,E.:..,. _ Jc.... ::. ......,,..,.,: hc,..:..�.t-. . ,. .:.'. :. .:.:.,.... ... ....•.. ...... .... ...., . .,...., - < : *• ':m Vic.tC:rm i`h':i::..- si a;;{{ ...;. -..: rrie t r:t.c:.nr�.'t:.cn't a;l=;."acid;.�cr.r.e;a l :a::1:i: n../.:ri;t , -.,.. ..; .:.. :_:;' .: for`rt .` , i a c'i' ' `:.tib..;;. .T . ... . �.: ,. r:-acrd:::t.:t rG.1-..o.f....r,s:it �..,_:o:f.., . �. :.,... 4�J._- -J•.... . .::.::.. . . -a..;.:.;:... i.. - ti. t..t ne.:....o. .... ,,!_ .:•.:'::,:. .. ...'. ...•�.' '.,-,:i.j, .:i�:: -E a: .-I.1 o'r i i:ii:. Pua: ;i c'' /'�arccircrtt :':1ur... 1 t t:t:t(I::: .:":�;�,:?tk?:T::,�1pJ?1.r.ca�,?on-: .1:C::: L:,. c::'K '.:..:......:.: ; ' :.:....:.,:....:,, UCI,tI�ICS�•Gt�srts:.i55igii, un, ;Ior com.pily.Ctn.� a.: O��it;t- rtt`CC55irr.�l:= (J_-.1. ori % :..: :'::.::.:.:..- .. 1.;:..,..'.,,:. :.<' :-. o'.5(t'l'Ur.:..,al::'r( . 'U(:s't::<fW" an--.�`I.I.00a.>:t On'.:nf' :.I.n,....t r:Cjfi1`;;:.._. t.a:Lton t , r y1. - :,:.:;:. % :Sto tc-.{�a1 i T rood %rade :Sopa/rat tion�.FL'Y,CT:' Spec i t 1 G.:1 l y, the 11.71 is s.`ia..l . .,....:,... :.... . ': "" .. . :...........,,: . ii.udc. . . .....,:..:,.. -.tt: c ;: :'....... .........: . .. P.. araC: aICt:..r;l. t'r..1ce. prCl.sral.nti.:.:: goo;iust:r.ic..:-::ly.cu:C:s°'of::•.��cr�fca. . i.. .,. r.cP .. . . . ,..,.......... ..,. .. _. . . •:'�r>:e a tw,.. a:T.';I,Ci,ii:::::.i ... ... ..........:.:...;...,......:: ......::;•r. _,:..,.. . . .separaC'.toti.:;JtrtJcturi_s_::;: IZt ' ,,•tLdIL JI:a=11 : .n, .:cscl4."'ro. ....... .'.:.. - i. ...:.z.;..: ;:>:..: _ cart :l c;tc•.�I)s:::'.a,11c::: �ruc'tit,::c.;: l:afcfi;t;: h:.,...or:;:al;.: ::...c�..: and ;p,of t 1�, :. 1 - ::,«:, ' ,VCrtiC]i' CTGaZr:titC!•.5, C C:.:t O., .ut'1,t,C ... . �i ttt rcll i''da1G" ]m• :; ::.,. ,.._. aie:n�a,t fir, :;ny 15L C:i.CS.; :pi'G. :1�:.O.ns,., t' (;i'.. :,.:.- _::•.;' -_ .- : dctour.s. . aiccesJs U i"ji.. n r.:: , ...::.. .:. .. " ...:._.. .:...: . ,.:. , <: <:.: .. .;. . . .. ..... ,.:.:.::::::'.::.:... ..: . . . :...... . ::...:•x-:..::.': ._ " �...- ...'.' :i'4 :5,_a� `oat`i, ::;:r..;.a..::..:..:.. . •=4t :ter,1..r a,t.:T.r.;,•:.d.:::t:?:�:t.h` r.0 ec.t, �. ,..c.. ist.i:�.�i =af" F,::;,-,..:.'.:.' - . �Ori5tll -. t t i.: , . o� ra i }ro:ie; J:rOpi'rt;' �iitdlrj� 'Fid'-scent LO rai:t l rnad.<.tr.aer s ftcv s eti.. .:r:e: ..._,, . - : ;:°:` ;: : Oa.i:L- i�r:i zon to T;',a:1d.vara i ca.l.1. .�.ol ren- . . :i ;, . ... -::. ..,-::'.:;': ::,'.. .:5ecurc::,a,paro.. -t: u ?rop. ..•.^.: . .. . -.:•. - .. _ .- .. ': ra' 'ro tl ud: ,.. , . ..... . .. .. ... . . .:.. .... . .. .....:_.. - ... ...a. ,:.. .. .. :. .. ..':::..:..e. :,...,..;.. •::',.,... .. ..:. :c.:: l::..'::•: in':: ...U5J:r,5:t'a. :.G.Oi1: T'i'.:yL ..::1 ::::! .', •lr�t'1.:.If.•it'../:..;1.T.a►.,..='i:fl4 t..a,s...t ...i,: _ - 3:::.- .r.Vato?. r ...,.:..�... .. :-- .:.: .:-••.....: •.•. .: ;'.:::': r' i:n'fi1Cta2;:r iG,...t :.. ......, .�.. r ►Lt:'2t�; it i;i t�I':.0 F G S:;-0.,r`, ,,. ,.... [ .. `;ti. C?,. I` i ... . .. ..::.'.:: .. sh 4c,r)c.ir_':t:..:•i.i;ti�';��tl1i.,<.O�:sfe.r..5 :c3f::•�tF, . ..,. ;:.-: -:, tticl.:o i:t.,.. ..i '�s::l>t;;riGs:;viii i.;cl:; :t;ra•r�r.s ` ;:.,: :,.::..::...:.,..:.:•::.....:._ ,Ti _ _ prOduGaS a r) { „ ,;., . ;',::. . :.:"";;% . ':- ;function..t 'uliin�;::ticf -Os C:.L5tirrs?tL5 for protc. . _'.t; ., ,/ ,r, rC/oi. :. _ :a',.,.;•.:::... :...... .. .. i."'s: V. P.r..Y1dE::.COOfd.t'ila3.t:1G/1 _ r •�` '" C fl ::• n.o t _r..., . . . ca L .IO . . .. . _ _... ,.. .�:.-:,..:_ . „. :.,•,x...;..i.,;,, c G.I:L'S.:at1(1 .�IpCi,ltlC..cC . . :,::,..�........,,. _ a cn : ..:.:..,,t'.,.... Y J.. . �..,......,:. ,...',y az...:\.•s.'..e'. ... ... ...... ..a .n_.....�r..... .. ' .:, .. .- ... 5. Vftt:1G ,n.. ..•Lit,Ici i )l i.. r .c1i, .._,;.. c ..... .,. �.. ,. ... P c ,.t. . _... .. ..._..,.,..,..-.. .. ..- ...- ... ,....: . ..:..'..... . a..- :: p: . _.. 1 cont!i.1..I yn.. ... _... r . r . tiG .. to �. ;- , :... ... . .... ::.. . . . ...... .. _ . _ . ...:.... ,..: . . .. j. c�l �t: tr. .. r .. ,....: 1 L ....Jltti ...,... ....: . ... . .. •'. '.':.:t-. �: -:.,•ar•t�'ricz:• ita�i�tro;:d ,. "C t- ::.:.. .. Ol 5 .. ..:. .... ... i. at(. _ _ , �t :.>..: 4 . ,-,.,. . _. ... • a { 11t C :.,.;::, t1.1 L - . , - o.^..... . . .. CO .i r of he . . . .i. .. .. ......._:..' ,::....... 1. _ r.1. . ..,.�.. . `' 3 : '''.`.r'i ric`i; l .AKA iy; .';�``.>: . .- ........:. n. o t. ti... )r' :trlirary.:,(.��...,.!..: V .10 C t �:rt j. .,, ':: . .::. .. . . �iI'.:':�CG)1t:T(4G:7 :,:JUfCLS: ';!`t;i:S::1t..;,1`. ..:.. ..: .:::.:.:'.::.,. 5 rite t io:•t.-.,....t.�-.l`..�{t_.f, 1. - u:.tri.i�it..'.tti .�..., ti.. t : :.... .. .... .. . . . . dcrat to.l :to t t;:..:' . s t. . . . {G�. :; 1. :.,.. , .:.,:.::;.;. • , i ittl!I.'. atV_'t 1 ab k.: _t �.C,C.t':i:U:i1:'7 ti. t .t3t't.t�J' - .. ....: .. •.. • t. .••..� f r. t ..a•. ... �.. �. 5 ,..ct». t... .,Iz .• t{ .i . .. ....,... .:.. . 1. .•:.: ;:O�i::aC ......, • sa:c'r.t'?:`a.nct:`s`tucS..�' ': Z. ...... : . v nv:i.ronmen 'a.t-:F�ssc�.. . rr_t.i,n t ria r. .c.. � : 7 ilii C� �: ;ti;tt7f1.:'<LG- ,.:- ....r:: ahc"►l:t:..:,�i:.••:i:O:;;�a.i"., . :t... .,: : . <.........::::. n�i ri :i:�i ta�i�;'.5tt:rcf�� _ . . ...-''..::. ..:. .t i. .O, .. L .C , -;_, ....... ...:.:...... .. .:.: LXX ...... . �: ;,ip C;:.:...tx-": r )rojett:.::i. ... .._.. �. .ti)C�Ii_r: �hL t. at. 0 .,. . , ...t:" d a'" a 5... . , .. 'is i ...... Cvtf:.(:t7 i I �l JC:ti3.Gr<a7`'CQitt? .,,.,.. :.. . r. )ai r. ..; o.r h . ,...::.. . d a�:,::. t, .:. ,:...,.: Ii I ;. . t n .......<..... ...:... ... ..... ..:. .::..."..... s cc.. _•.:...:'::;•:::.�..... �� ibr 5'raisl�l.; bc..pr�Ji . - . ,. .. _. ...::. ::tra act:'S:tudy. ..... . ... .....:.. P. .. . -• ,. ,,: .,::,,.. -- 1. . . r.'-,: .. . - .. - . ::: .::, �,... - . 02 . U2 _ :,_ . -? ,.. - . - '::'.i- ?fir r: :.z#^. �,:ti='� - .,_. w."2'Y�isiz+..i<;,'t R C::.S:.v :a.�,:.:t,i,•o .... .^........ .. . . . . -- — . .J. .. . . . . . . . . .. -. . . . . .. . - . . . . I . ... ......_.-.._... ... .. .:. . .. .... .. . ... ..:::: . ....... .. .. . ... ,.:. :... I . �. ? .. . . r . , ......:.....: P . . _ s ...I.cl . , .,�.. r.r.irnar. L:....t r .. .: �t .d r •.• f0:iiliiilt:0�;i"•; �'�`-: v:. .: . .. ......:... .... ... c�t3.r t.._•,;It:x _.:." ....z:::..tst r .. . .. :.. . ..:. L.: t_Su1.t . .. -,..._ .. .:.. .. . .. ._ :.-:.:._. .. . ;Th t.s docuiWi:n'. :r a ..:;::; :.:....:......... .. ....... ..:_ scry_ t:ic :cor�:b�i ried`'tirtcCii�ori;�.of�:a J', ,i'`=�t`'`'�::`': �`�- .....,..:....,..,. . .:....::.. ::.: ..:.cr,. tr:aer.rr. rep o:r` :: :.,. : 3 9 .. . P.. -,:..prcl.:i.rrr.nar ..c - r3icn,.`u� : :i.- rc.4.C: aY5SeSSl+emp ::::'..::.: }v ..:....A.. . ...,',.;....w.:_;:. and ;rcl+art for se:br.;i':ssion. to,tI�e ..:,:..:,.:....::.. .:- . . .�. t r 'r t'r:es:': Cor.......s i.o.'r;; a: . .: .- -.:..., noli.l iia t 1 rii ,�t_a r l n.,_,..: c. f;: . :. ,...:.:::::..,..>.. i r, :,;e r r.n .: i J .. . :(.r:.,.. .an,.:i�l;l oc`o:" i : :,` .: ...... ori::.1....:.no�.':.rL.c�i:vL�. : . u ,..t�a.r 1�1 ..- r 1. n . . ...... dcr tFt•�: i .ca.i.. _ �/. r :r�i17 :.,.... .. /... .' � 5..�7� priori t . i:i`s.i:}.;_:::'=Tr `h. .re. or t r..r. ..:.:..:: .:..::: �h:tr.r bc.: c:):i.-P ,;chC:.y.; re ui,r.. .t.. .:'. :. s;C :'� •.,:; q .. . .cMn L's ::o`: the ..Ca l..r...:.o:n:i a:: . .. ;. .. . .......,;:.... I :i: t'., OV.t'ri(iq .ihr:.ClCnt'ft11:. COpt:C�:.s:t= �a.i•ttl:::ir1' ... _ rt! tic C tiL. tJ:ii . I l,.• r?fl. ()cl(•.�.: �;� r '., :.... ..: a-5:,.; 5 :t.trcicict.t. �i $ :o'f::::t}tis": i1p . :. . :..:...:... % •O., �i �hc .r •... :,: e ur S . . ,. . i bL :. . ,... ,. ... ...,.....:: . . .P . a.L I r VL.rrV.. to. .th . . . - . ... . . ,.. ... . .. ... .. „ . .. c Y. P i.rc,� 1 .PP on.... .. Th r s :r r.:. f.. ...:.:........ .. ...:... .:... .:......:ter. rra i�:::`doc�rrcR:t` r...L.,..es.:�:,;•i ..,..•..;::.: ...._.. .....:. .:.: ...:. ...•.::.-,,: ;:•.-..;,-...: :...:.:: ..an.or, l.c.ri �r,3; :Co: eQ ._,, uct•:.tn�e=.: 11ra:°ac~' .... . r. . . . . J ..t.. TFi i:s documen.t:::;s c a 1:i' " ncor iArate: : tc: r r��l:. rni.:�ar.; strtlt:`ur- .. :. 1. - .....::. 1 ...5. Ct:i.:OfiS�: P.... :. I......:c:nG'. �enccai Id;:t�:rt j)r.CPa7r1;:! Uni1C:' :';aru:�r •j . u •c. d ,..�� ) is iti. '>,.r��arci :'c' ::-.. :`;', ....: ._ .:. r % a'rr.rr:g5:, t:i::il3r�::, ,Znd..otho.�. 5ujir.Or:L,1.r1Cj.Ga.LA: ti.�i',:f''� [7:'; . .:.:� .,:., n`:; :: . •:: ?ubi i.0 l! 1 '�:. c,q. ... ..d,.u./,:_.,Ln_..::.,..:. .. . . tr rhes. COZ11t.s.s:ion, . rn connec.trpr .::r.i'ihr;:ihc". ► .1�'isc:aL.:ior`:.'6 b e ,:;I I•CC by tF,C..Cnun.t°!,':rC uC:SC"I:nf� rm r ..-:..:....::- . . . a:.. .. P..c r s��;on .:�o cons%ruct tf e.;I:p Project: Enn i neL sh�-11 1 .: . . ..:. .:;-.- ... . _ :...<:.:•..:.... .... . . :. . .. .i :ic- ".� a i'SO.:.fr1c. t ntet i.'i•>I.I a'i sQn.'•'l/:i t il,'::ti7:C;•.�l:i . ..: ........ .. ... ... ....: c 1 ss:l ort: :1 n co,..,cc�.i on: w.isLh:.efte.:Coun.t�•.'`s.:; i>i. . . . ., _ . . :...:........:..n.:.;.,. r I� r Assis If t r r•. .. , t. r c. .O�1a.rOt1S :..rt.Ci. _.i .. Ra1:I:rot�ci:';ili c ..:...: . . :. ...•. -. .. :. I-'% ..•:Yti:.., ,:. neccssar� t:;a=�a>: • ..:t... . . ....:. ..: :...... . orn or:;co:i::ttiF �=.;;::::.:........:.. :. ..... . 1. Ly o r i road Cans i:ruc:t:.i on:.ahit::.t1il:i:r.tonaricc::: rrcr;,=,` :; ' .. . . . . .. I.. . 3 r.. •....iv.Ltr _n:.,, r.c+,:. . i!i: .,c:;t:-ar: ::. .i••: fn :• ...� ::; , . _ t 1. .Irt_.! csui ..L..fyr.:`isr :+..::•.i'".r ; l::, .;,.: <;, ....:. .... i;n:�i:t;i.w:�:.::�: . . ..-.. ... . .. J tilit;. .F't. fFS /1 � ' cii.i�i�i G c�cii� - u ur '��;.pa � doc cation,: . c;��4. c',;:.�., y.,..to.. ..u.i trims: to.. sup r-.::a;:':roc2t.os: f0.1"..t....c :::.::: -. < . . ":...... ..::..:. ,. .� rl,! i. I. CaL ton., r rchi .,.Lha. c.nrluc} .. ..L•....:.......:: c:ej - 1. U` I ..... n1 rit.cr ..I.ezll :R�sJ:r.,t :Cot.r.•t.,. :e...:.rrr )ari::t end:<as �e^� i:.;<. . .aq..;..:.:. .:. .. . ... ,................. ,.I.n ..,,.. ...... . .:..-._- p.. _j: / , t.,).']1'..r.iin.:.(t7}.::Grc'tn, o, .•rCSO,U.41oi15:: :fnr:"ist107�ifll: -Jb: .: tc, .....:-, r 4. t.l ii . .,.....: oard:,:: b; Si:j'._ . t.,o"r'�::;:":.(i•) . ..pi:r fa:l.:.:dra:i n< s,:veru.fi re d:-..'to:::da�,is . ..:. . ........,....... ........... ..�. ,..c :L:..1 . ...: . . .._::.:.._....... ..... - ......, ,...:...:: :; s'rec..i i.c t r�i)h:i.c.;. h ... .. ,... ... ... , -�: t I ' i of rr - h . _ _....,.....:,.::. .::... ..:... �: sllr t.s :,7nt, Ft a.Ci.lr-:cs o.f... ,e cla � -a v. ... . - . ......11._. .. .... ...... . . a 1 , . e��rt:: Les.: 0' `c o;,� h� ,I -ilio ....: ...... ..: , . .. _,:;. '...:.. . ..... ,.and t1 a t..t t c:ocu:::.•n •.r ��', t C:s, I. ( .} Ca.t i err.. :.. . C. L•%C�iC " .•Or'7ur ... .. C O ::t. t d i I. l l. :bc -suut:lr Lie tG .Cai.Craris. rici .i� � : '`,':Onc,;:.•: the ......:....:.;::...;:,.,.; ... . ... . % . . . . .........::. ......: _.- ...:::,:. ... .. . .. _... . . .... ..:.. . ter. h� t n: b L t.0 a r is 7 L': . _. , ,. 1. ,; ,.: . ..-....•..... i t i I .uncle r:�.oad.:th:i t. . r:na i c ...: i ::. . `; '. . .. ... - rr:::;p::::fin. .,:.,.5,?.cC,i . i;c .,.."...,.-.:..,... u.sz�.�r�cL:i.c .. ..... .::::.:....,....: es,& l ates.wi I I :.nor...:;L .:co:,;;,lete. at;.`tht_s.:scatr:.::::.:. ;;-..:. .::;::::::,':;: '.:: : .: -. . Is, . . .. .:...1. :... ... ::. t r . t::ir.r �n::i:s :ri�t r�::.ir-i�:r.�• fro:n::1..7.:,:,./v,:.i=�i��Fi-+,..;,:.�:,:r.-:.:; • f,rru ;,4 _ :,�;:': u .r ,•. L ,yt :: :r j::rr:.i iii _ L;y. .i ,ir'C I' ri: :,iri.t :p .. . . .. LrOn .tci t}'+� ut �' i �c l: �:i;r• ':; t't •• .V.I r' i C'a � rii r r,t�Ct'>`U 'i.;;f.,:r - .. ..... ... r, - 1. . .. . .. ,, ror. .a po...rLtct:t a.t ,.r .str cti,t::rtt :iin..: l. :iir..itiri.ty `';i-i r�; rc•u�, �`�, :.. . .........: a car as cx cr' .::si ',i' c:` `:: :A,>:`;:. . P.P P �nc:ss 'Gn.: eha. f.:,o,..•tht_:.;Gii ri't.,..:a,:.._ ,:::-`: '': .`::.:: .. .; . . .. ..... : .... . - /C- :. 3 . 2.: 0 3 .. . , .:. . . . ' . . . . .:.: . . �, , • . . . . . . . a .. .. .. . . ':. . .. .. ... .. . . , 1. . .. .........., . _ .... .. . ...:.:...:.. ,.... . .. . . . .. . ...... _ .. ::. .... ..... ... = .. .. 1..... .., a ... ...:. ...... -: - .... .. .. ..-...,. � ..... P t } SE 2 r 1, ._ .. .... .- r. S .til ._.:,. .. .,..'...:,;.. . .. .. ..... _..-. __....-... .... _. ..�. .. .. . . .:...i. i`, - ... _..,. _ _ :.4 .. t _ .... .. ... ... .... .....> .. .. .. .... ... .. _ - .. ... ...... .. .. ... .. s .-. .. `L C- . r.y cce t ,. t ..,, - F.... 1... a. C,�1o.f`:I:aa7.t,1:oP1,. ...... ......... .. . :... .. . lans ... ... ... . ,. on [. c. Cnc.l.n�. r.... . : ..: o �t .ueerr . h .. _. . .. .,:...:. 3., c, s'l..�u_1F ` t. .. . - r ... ...'i. . ► .' i i• . ., % .. .c , .:.t.►.r.......:'.:.':ft'rr .Jtr=:i . , . . . a. j_ . t .fi- .l `f�:.l:t'.t:G'i":;,SO"1'I"=t't-S '.a':.,''.c::.•': :. '. - - .: .,. . ,.. . .. . - - . . . 5UIJ :stir f a.cl..:.r n lt'.,.0 I,a1,t.:t.1.ails 'a S..':.r.0 GC:S:�a r::•'.t:J.- ;UdslcjmL,:il.nc-!cons C:rt `• 'i�`�'' ... t: 7 ... ...,:. ... s , ,r f . r c_. . ...... .P}lt;t .tit ,1+1 "ty:.'�,. .--.. '.;C:. .. ..... ....: . . .-. e t5 a r.. ..r't. _..,.:._. .....: . . . . .. .. . : ..: lir,._; ^s:.l. ;;:.���::;..�.`;��. . .. .. % .... ..::�$.L')aral 1 {n '1)�1^Y.`ll i ',.,•. t ; :.,... � ry:': ;'.';'r: '""`,;�":,"I: :;:.: ,.::.,:' . 1 t c .t c n t ..<.�:};)1.o i-d' r)ry 1.:I.ftl.i.'n::.�: l:ji;i,:Z'ki; 'ir1.4t':`::'.i n.:.:...Z... ._. ...;.. .: '.. .:....:.. .... .. :.: d 1.. . . ... :, i.i3�:':14 '�)L•r C71':r�GfJ =CC+fi.�:%,.t.'c,1:'1:�nCJ: ..a. , ' .. . SL:r.ue�t.r_. . r..val..t... ,;..':..,; t.n.. .e1:t.e�,.. it�.t.nte.nt..' i."' * , t_, ....'..'r U ..'• . ,•.'r`, r.. . .... a. ,L. vG,t_1._I. 1 C..5 ,. ;: :::: :e+ ,.:..raa...•a 1.1 r,,:t.i.,,;:.. ..i.i,:.:att s .. :_ 1 �.:..i':t ne :r ... ... .. . . \...... ... ,....., :�. t.Pr �. GCI n.ne'I';i3�:*'i'C,:RZ. •': . a... . ... . .. .. :.. .... •. . ...:...:.: ;,.-_.>: _:;.,:r::.....:CJI-.ICU...., clit(. Q.s'Z.Z.. :,. ...._i;,, , ,..1.I .t.+._. .t a.}1-f,:. .I..0 -r.. LL:i:r r.J, �,.. :. ... .......::... .. - ... ..... .. • • ...."... .... .. . ......... ...... •. . .� %1•I:.a:�z':;_it i't.:::,'t i-(.�:. �,,... 01.Je. ..t:.c .s.r�_c, . r. a-{::1��.:,;'.� . .tiff . . :` - "S r:.;- :.:- �, ,•.,: .... .,. .... .. .... ..... _ c. ....:::., t- ,c,l. .. ec... hc•,.s'�i.c.c�'i�r�:.i<`:ifc t:i;r��.. ....:... ... ,...-.. •:.• . .. . :.. +.. coi+il.iliSr:ce It:.. Lil,•. na .�.....i:s.Gt.t, :r: _ ;+'�:;. :'i: �'r' - ....'..: ;.; _:...... - _ - i.t`c .t al..c1_c,..rif`inr.. e::issii:Uc t�.�.o.`� ;;' . .. , _. _ ....... . ..:.. ...:.... ._ _ ...: ,. - tCCtlUrt.. I.}1_- . 7ri'li)�a.e...-. i." .:::ie f.:_ ,'.�r: •1>,' ' ,.- . p- .,..,,. ..,. .. . t . � +p o -i l c.t`:y 'ort-.;.:n: 1'e: i,....;� c:..;....-i, :. . :'..........:.. . . . ...:.. -.,.... ...:.:... ....'.:conccaled .,aLrI.` 'l:i.:�_;:-:.. .:.,.:'.•« r rEh �.. t+1.C.... .is11`fidt t.�(t;tlOti,G...u[:;.;r J..%..:' . . . da tin 1.ItC.,-.1('t•. i-' ..:).i't77k 1'1:.1«:,..,t;.. F'i• 1 �`t'+.�:� r r,. :... ';:. .: ... ... :. .>....OU:i.CJ..:<t:C..CS a,t.s c.t�.',.i3 'Ggirf?t t:l: . ,..::.. t', .G::'.L. .t 5 .. att 1. , 7 1 i t. n c. d r, ..i 5,. .. i as L aJ 1. I - .' .1.:...... .--......... . ... . ... S 1 5.. : . ,. , i .. ...- . . . : ,.' . :...: r .......::.. . . . t : \ �:r; ,' : :. . . ,....._.:,... . . , % �. ... { 1..1. i:cr ix:,l,..,..: .,�m., -,... .,.... t r 1. l (• \'re• ''.. 1. '.r.•.r'. - •r.• iC t. 1: 1. J.-L.r'L' J. .. . •t{ t f1'/,i. t-ii:'i' t"i:l I:U . , _ ..r .. - .... .. « 1 � .....tdl :Jl. f7t,. _ .....t.,. \.. .. .•`C t....,: .... 1 . C C... .e1• `r....,'. a.rf!Cl .. .t , 1. Ur... a ! . u tlir: tl.,l is orz,i: f ... . _ . ... 1 ... nl.. . 0. . .i.r7 tY • )..a...i:t{:flil..;.. ..r•.. ... ..G.U:1.t r:itGt CiCGtlt:{L':i1c.,:.:.1.i i.:1...1.0:;,+i.... :.t.::!..: ..a....;.. ..... .::.: r: — ,.' . . .l a,t.I Dft$ 111.1}'t .... l i.i .: +,.• 1''rZU.:l• c. ... il'1- 'rf2%1 Cr '•i' 13.rrJ — :. ; . .. rC7i? (.., r .. . <:...,,... ... .. - n - �... f ..rtl,.ra.l } leil(.: . ;.se.•... ta�e..lis crf'::con..Cr.!u:.. 'i'oit{ii:d.!;1. =-'`; :;:'; ..s . . ... .. i. .. . ..: .... 1 .....:r:.t:...: _ _ . "..:....:.. , - .. : .. ....:::5 r .r.� .-.'.: . :.::•::. 1 t Q t t e a t'l,. (: .1. . I:i C. .pl.u;{'fil l .t'I i cc:C..:A i!'iC"<G: .. ..: _ __ ..:.....:.....:.. . .. .. . . ..... . .....'.•. r r t. l 1. .. ..'....:.... con./t c t a c.i_.... . ..,._ . . . -...,... .. . ........ ..._.',:.:. - . . _..:. >....:.. ..: . . ... . :�. Fttrtt1 ,J{ .IOt+.. rcI.UCXd ct5 Gr .r der..rfj is p,},in,,, Jrc}..-r 00;,. ,l:e.r:=:of ...u': .'�:' 1. •ry n r: I !. ;.. t. `:5' cc- r. 1..,_ns LU .._Cq l.ft4 CZ =Sc:G1T'u.t} tir_R'u...t)z r= 3' ti-.': .: % :::, . ......... .... ..,.'. .' t .. . . . L , .t. . . a r d.. ., . . J -': .- . _... 1 . ....:........ . .. .... • , y . •..:•r• '.'r ,• : : .:.;:f es.._ - G..'... ..Furn t.sh . ,a alta_ rs,p,.::t a.tt_:- �_t. i,tn fid.,.: r. en - ; ',;.�.' I. ., a al. $U 1[.1llt.n tal:l..: cl.t,%1'_n. .... .. G:' t) .1.....0.:) r" .-: `:'.:: "-`':i`:.:','.. F.�. . c. .url:...:.or .... ,i,iir^;4•�. ....,.... _ .. - :..:. ..... r. _ ,._ :. :' :i - .. . .... Prov.,d._ r.t. 1{- .'.. •.a. .. I.a11aJ•.. f)::t:�yiii: 1. ... ::: . ...:... /. .. . .1 � t.� . iali`1 -.t:- .r; ez, klt`�:L :: .. . _ .. - . . ,., . .. , . r.lc}1,t":C1.. ••{ ..l-it,fiilt-l:f..iflif: f,iG'.iUtl.tili'. `.)ll ) Ifut_iUf{'';Ct} =:1`�i 'r;`,.*I:A1,,:":1 :2: it !: . ::' . . ....,:7........ .r - r . .. .. . ... ... i .� , -. c � u ' .. ......,.. p. _ ' ': - . .: :. .. . � :_..:.:.... o .. . ..- .:... ..... . .. . . . : .. . . . : 1. . .. _- [• _ .....1... Utt 7J .. . n:T ..A.. '.l a . . tj _i ,C.. . . +.!7 t� 17. . t r )r1i 1 _,fi1 ..J'-ti'r:ly . ....ci , ,: .` ... F.Yr'c) ;.a.:... ,i.:� :. .. ::..:.., ::, :':..: . : .:....::...::.. :::and: ':l,egai_ cJi::.ci-rsL'i.�n ,:.o.E.::r...lc}its-o.i'.-ti�i� rci':::?rG•^c:.C-c`; t. . . . ,. .. F. . . 8:.:. .:.Reviciv'. ni:- c.iccf=si o' an.:.i ort,in.',:ciri :i�'i=s::.:r.+ '\• r r . . 7:::'.: n.j.,..,....tr.n. sttcd>'..:f::tn'c"-Z.- r G. tato . . ::' . . .. . q. Provide f)l:r:{:•icj;wJ 1 CO.ISLt1 i.7'L i.:C)n';iJrlCtl: .•]�.V i cC' CT' t`t3L .01-�"'�.$s,:%,1' < . - • i . . , . .;., . - . . _ J... . _ ,... ..... . . . . _ . , . ...,. .. . .. . .. .-...-...,.. . . . . .:.......;; .... .. ..:..:. . :.' ,.r. . ..:; ......... . ... . . S'!,' .. .. -:. ....-:.. .:... .. .. - , .. n .. ...� .. ..,.. .... ,r ..... - i..Y, _.�.....II;. - ,. _•. r. .., ... .... �... �. .a'=;:=`�Y.`a.:.„"?, .apt, ,. .. .. .. .. ... ,r< .,•. Y_':i ..0 .. .. ... ..... ...., e... , 1 .. ._ ... .., ..,.., ...-. ..� .,.... .. I. ..._....:...<.. ..o-1.p.. "s'A .. ..�... .. ..� ._. .. ...,. .. .I.. 7.a .:z, fin. Ti'4+.. r ....,..... .. .. a . .. ...i::.:..�:-..:: yt _ 4'•- - fi_.• 1•• 7. :, . ...,.... .. ... ..,r , ....... n .. ......_... y.:;��: .. .... .r .: ....... . . :`J�." }:�:a,�.'T�:.ia r j.E`.i n+i^�fi'':._�t.:.i. ......y:,.,..... .. .... .:..t..:..... i ,.. .. ..C.. .::J e.:":� - ..:...<.. <...... ,. ... ti ...::....n'....r..,.. .,. 'r�::,::.':-;=''".,:-.kBD:I:T.I.OfI�.L.:::S_RN.I.Cc"z. :'.:iT?T?. �, . c"' - - . ...•. :.. :... .. .. ...-. .. . . , . . . ;". . ..:... ..:..... Dur:'1'rt'a'itha=.cr,,.r ..�.�.:.. �n .::.or... it r s , .. -.._. . . •. �.'..:. ,.. .�. .(..... J .I_. O.F"": t'}1,I�S�,G4tifl.t,r';�G.t''�;;-`:f��3r:t:r1C.� •('-�':...1::�:'��?:<'�. c .: ... . . F► 8.1.41. t.."r:! iOt:IC3'r1`iRi.: I,.tC�i15: L'3.�:c:CnC:1:.1C(:1"�Irl - SC:1•:I:G�... �t.' :1;.�:;:'.,�;....�....�.<: .. . ...: .......:......,.:: '-.: ",%,:: ';;', s' CG,I it:C..;1 t'.:.;5 "LO''uL: Jo 1C":-61.. c1!'C 'Oi' :Ca:Gh' "�ha1S`'.51J[I;fl :7;"'� ... . .. .. ::....,. 1,.:....... =: ..+... . . . .. .. . _. f mac. C';c.,l.TatnrGL''L.::. c� s::: ...... ., 1:.. l 17 ......... ...:....:::.:. �.. .....� �.I.. :':):.. ...,y:>-• .: and>':4'`f?.'.' %;:' .r -:-:. .a l:'�:�nd:':5�a�c; is `�<�.�:or��y''• : .:.,.,...r...>•.:::::.,: :::'.: tire:�r�*:,a.,a t i.ort:....a.:�i.:... roc-ss j:n�'.i' 'r"::7 ,,.T,:.:: .: ;:,.:�': ;',.:.. ;:'. :r:,.,.:.:. ,. .. ►. Q�. o... arova.,.,ofy:: te: .,Fc4�ra.i;...o ::... , .,,......'...Go�c.rn,.t...,.t .:.tCt.C,,,.,... ....:d{�._t]�iGrt�5.".'t r c:Ori'. '�:: `r:• ,:; r' ;: .';.., c.�ra. C' ' � ` ..." . r�r tr a' . . n t t. :� c u a t 1 J• . f. _.. Count . .,:.; �... .. /. 1.. , ....::. ,..._.;. .........::........ ,.. - " - . :.:::....:.:..:..' ..:.".,..... :Rc�,rrsGz'' i1tl:...Cu.u.n.t'�.::s..,:l.n'tires:t..:::a.t: rlec:t:t:::cl::` ar:d- •Ii�r:::::.;- '" ;., ::.:;; :, ... .'.;... .: . i ..,,•... . "..,rltttn cr�lianc.ni.catlur>.s'. or. <al l, .;tat>crs- rcl.�: Ing �o:;tE;c �'ro�c.L.t .," ..:.:.. :: u.;.,,: >" a=:::`: .•' : .., PrOt'.l:Lt :c.�nCrriiitrry, con',Litat.iort`:` d;;ad, icc'or% a:i.l.e,Mar_`tcrs :r61�6� i�:riu " s•� . : . - to -t ... i.r.,j �_1 :.. _ .. . . 1... : :.: ..: . .... ...,..:':::::. . _ ..._. . .... , .::;.:.:`;'::` r;. i: ::Presen�: r,/,,n�.t i •..�rr-I,..r. :.3s :.t c. ar: o:::='. . ':' �' :,"'• '=;: ,.... .. a�.a t ,aL l.c.. ..: .art'.t.c i. �.�.t�s >'r'n r �cri. .. .``.. ',.^.,::. ...' . •:. ... :1.:,.:...,..'C: �. t..or. s:.b"c .o�r'c�.. ..''c: . :.... O:!'.:$lr?_r1.1.rG.r.a' .. .C'[..�. .•.;{)i.. .,cii t jr2� >"Of:'..O�f1Cf-::' .l iJ,.1:.1:G:. .:0�:1 CS .: :%: ";;;:::..:.:' _.."; :...:,: . _ >.,'... .. ... �... I I,.: .{rtl't..r.11ltC�l1.5:'•::.1.1':>i 1 :'" % '` '',K•,',' ...,..::..:'..:�.,.e..,....;..... F .. Son_.krl.t:it_�'.t :..:..:.. . .: ...:::...., :;...:.•;I.a r:1'<.[..tt 1.!_'. ft at 1..r,....r]+�C�' :''S ',i...1. . t, .i:' ,:d .j=�:- . ,.... a.ncE ca lir: :' `. :: . .Y. . .....:.... .. .... ,y_._..... .- . t._.. .ti"ctr[iE :. . . t [.. rt..: ;;: : ; dt O Ln 3.) .i . ... ..... . .. . .. .. I i. ... a s.:,:;;f"'r . . _ ... .. .. _ .. . . ;, . ,. . . ..... " x' « ....... .. .. ... .. .. .f: .. ..._...... «. ..... .. ... .&,-. ._.. . .. . ... ... .. .. ..._ .. .. .. .. ... .. .. ,.......... .... _ ....... ... _...., .r .. ..... .. . .. .. .,. ..... . .. .. .. :. .- .. .. . r..._ e ... .. .. . .... .. .,......':..:� - .. .. .. . .,.ra.. .. .. . . .,.:...'.�... .. '.; ..... ...:... ..: .. ... .. a ....... .. .. >.... -...... ......,...... .. . .. ... .. . .. .. .. ...-. .., . . .. .._ .. .,..> .. . =� ^�. ,Vii.:"`".::' .. .. .. ..r .... .. , r, .- .. ... ...... .. ., .,,.... ,.. .. ..-. .. ..t• .. .. .. �-.,_. '..ys. .. ... '1 . . .... .. .._ .. .. ... .. _..._...,... : :'ter .. ..,... • ,.. n.... .....,� .. r .. .. ... ... ...: .:::: _ .. .. ..:: ..: _ r ' x ,.., .x.. .-. _ .. ... ,_ .... .. , ._I. f. ... .r. i amu, . ........s........ ..... - a�f'' ... . . .. ...:. .....%..r,.. d.a... .. a .....<. ,,. ,a. ..r... , .... .. r .. ... - ... ...i .' .. .:. ..: .... ...... ........ ... , ,... ... ..... ... .,,,'�.. :.N,..�:"y,•� '*.'r'[-'!rein:'_.. . ... .. .. .... _.�. ... .. .. r:;... ..... ...,.. .._.. ..,.,.. -..Y. ... .. - _ . _..:... .. :...... ... •.. ; .... _ .. ....... ., ..t_. .... .M _.......:..... c Fv:' ...t.,._... ....._. , _. .. .:.,...... :. ;ss;:f;.;: ... _ ... ::t; :< .r., ... ..... ...,...,.. ... ... r .. ... . ... .. .. . .. .. :. ::•r.:.".::.:•.:. ... t .. ... ._.. ,. ... .. .. ........ .. ....r ...,...... - "_A. .. ... .s.•• a-.:.: .t . . .. _.. ...-.. ,'_ ..::.r: .r_- .. ,. .. ..,. ... ... .. .....r, .. .....-'.' ,..r.. . .:, .. .. .. .. .- .. .... .. .......... ... ....... •�y!- .-. .... , ..... ..... ...-. ..r.. r. ... ,. ..... .. .... .. ... .. ... ... ., _ .r .. 1 .. .. .. .. ._, .... ... t.t].. ... ..>. .....,.y."... .. . .. .. .. .. r.....- .:1K — ..,F. h.r. .. y.. .. ... ..:. 'il 'e.�-i:: nLti.'..0 _.., . .._.. . .. .. ... -...-.. .. .,J ....... .. r ... .. _ .. ...r .. ... .. .. ...... ........... ... .... .e.. ... .._. - _ 4��a .. v. ,- ,_... .. - ... :. .... . ... ... .. ... ... .... .. ... . .... _ _.. _...,. _ . .. . ,. .. .. .. .. ... .. ., ... ., . ,. .. .. ._-. ...... .. ...'. . ... . . ... .... ... ... .. .. .. .. .. .. ... .. .. .. .. .. ... . ... .. . ..... . . .... ... ... ..... . .. ... .. .. ....... .. W.es, - _. _. .., .....: ...r•... _. .. .....� ... .. .. .. .. .. .... .. .. .. .. .. ... _. .. . ... .. .... .. .... ...._ .. .. ... ...,. .. > .. _.. ................. .... ... .. _. .-. .... .. . .. .. .. :.._... .. ... .., .. .. , ., "r .. ,. .. .. .., ..... , _ ifr. .. .. .... r . _ .. ... ..:.r...':'...::... ....... v: ........: :4; . .., ......Y.. .......,.., .- "... .. ... ._ .,.., ..r ... . . .. .. ., ......... r .. .. ... ..,.. ... ... - .. .. ........... . .. .. . .. ... .. .. ... .. ar ..... .. .. - _ - , .. .. .',: :. . ,.... .:: d. ra _....., x, .E _. . . ',........::, h . ,,. s; _ . ..:.., n, . .. .. _ _. . .. .. ,. r....n r.�-� �, ^'s'` �•I"f�.t?% � •}fir}.r:&k: :,�.•`��;= .. ....:...:..::,:::z . . . . .. . . .. . . . . . , .. _ . . ,..... . ::..:.-.... . , , ...:...': :.::.::...-. - -;. t :-: :;:.:.:.:: . ... . . ... . ...... ...... '. ... `,;:<.;: :... r .. ..: ... .. .. - . . .. ... ..._+... .._._.. ,. ..r .. . _ i`i,'� < .. .. .. ... - -.. ........c.,._. _ ,..:... '. r' . .. ... .. . - :. c ...........:.... `'i ..i......,.. .. _.., .. .. .. ,_ .G .. ... .. .. .- ... .. .. .. _. :, .., .. _ ... .. . .. ,..�" ..r. .. ,. .. ..,-„.......... ... .. .. .: - - - . :� [. _ �,�:. ;Eye,..•=.c1":...:•..=`�_:..•t^ 1 tf 'r1 t ....-..., .. II. .... ..E,1L..fl.c..(.ii.t,.:A,1fl.Eht.I:RO.d/p".."- FiL.=:STU..1.1. ...: r.:.. ...- .. ... •dc. .. ,.:. .. , ... .'..: ......-.:. . .. ... .. .. ... ;..., .-... .. ._ ..._. +ice -...... ....-. .. . -w'`i�' .,'.a,y:;:�;: .est . ... .. ....... .. .. _ .. .. _ .- .. .. ... .. .. .. ... .... ......-'. :.: s. �,:,<•,: �'.;:r' toil,;✓: .:�=:='..y�Y-:y.,,« 7 C ..;-�.ir w•,r,:t .. ... ii 7" i.I.011 ..: .:........::,..,. i:: iii: a_ _«:k::,: I ... .Pta0.,..CT. U€SC 1 t . ... . _ - ... :.: - :« _ ... . . ... . .. ..-. x= _ - -.,r_ . ., ,. . . . ;. .0l ... LO.Cr,T :. :.� ..... .. .. .._ _ P r• ..1. r�a .t,�cy:. .. .. . Loa o n ro -ct t r . - ..y . : :::,a':: �: m. :. Raad.ra. JcrcLd...t,y t1tc: Pro tise�l "..a ot.a.; o }:s. .:...'. %' .". ,...,-...... r, -.". ..'car .L , . .lJS•..::Clta.rafteriss.ti:_cs'.rlct...,. Win; =to' or',. r.:t th t' ::•..::::� ..' ., ; - :;1 r.3S:- .. -.. .. - �,sC ....... .. ...:.. ..... ..... .. ... - . ......... ...... - - - he..t ro o.scc.. t 1. it. o ,. a ,. . t , .. . .. .._ .. . .. ... .. _ . •.. _.. ::a:: . .. 3. .. ...... ,,. - _ - i'�::Lir wr.,T::'�Y.:.'�-• ^• �. . ..... .... .., i - ..:...-.. ..q. - t ,.:-., . ! ,. T� . ..... .-P., OJ_Ct..L�S. G C . ... . . . . R . :::: _ .:.. . ...... .. . . . :fi .-. , i t:� .°ar l cc t i'cn�`:aiid:;:G�.,`.is�ii';;'o.:::.'•.thi:= E.,r.:o�':Gct ::� `<:��.;`;::. , .. ...,:' C...t:rc:,. J.4wJ i:t t. ti:t- t` �.,:,:., .. ..<.:...:.....:.:...... R :.:r;: -...:...•'... ::.::..:::......>..:,..:,, :..; . onlmun t'.0 't ::._..;.:R_ 'ro_,.,J.`'-... ....";o1..e;. s::;, =.;: .:;,. , �.., .:., :. :.r; H h.ra' 'DLa t c n...-Cr:�'.:tt r..:i a'' i':nc;l.liti i n GeS:i: n 5 ..�.c. :::„„. .,,...:.....:.:.. . , .. ... ,:::.. ;_, ... •: �. La,; c: -.:.;IcJ i an' a 'rShoG I"ri�r:.:+:.t:,c ;t:t:s :' :.:.....y. , t�a..E t.r111•ji::G r'•.CtC.S:i:. . . . .. . . :. �.:.:.:.;- . .. . . . ..:....•. .... ... �f ;. ;. :; . .. ;... - 1 , .. ... .. l:n:'..:1 u, i n .:R:i ,,h„t:::o r'F O . ,.. TO LiC.t v J11.L' Cr�a�..I.Lici-iZ ..Ot1.5, C . .. . _ .. ..,, ... '�'r nd. n . •rust i ori::Gos t..:..; .:' .+,is::;: r� .. .. .. .. R .. .:: ::..:. _ �.�.:'� :::' .. .._.. 05 - , .......,. ... ...,r. . _ .: rj 1 ._. .<..... .. _ 1.: 1 1.'. S T tr :.',:. .. . _. . .. DEC :..::- =- �:i�����:'��<�` ���:'��rr',� ::�.:: PFa 3cCT :: . . -. .. . ... . . ... =i . ..... T .,f r i'e{s ra t c f ►°�t._r<c:,;,.-; ..,,.i- .-., r ,:nc '..1 ti.1:1,t� ..i'rtlt.:'.t t..�::i, it::..l:.! c_.cri.5c�: asi/J '-i I - ^ .. ..... _ .._.;'.:•.._.Y •� . ..sit 1 - .. -..o:. .. .. c . / . i ,4....-,v,r:r V:w,ice::>` ....::.,y,: - ,. :. ♦_,- -v...:. 1.:�..:..... - ....:..:.. . .:.:: _ ^j'. I"ia7ut`:CICi' `l�:'i`�: ..._.:_. R: e�f v:a. i=o -.i t.:.;1 aira:t t -a,n�;`o :.. .. ... .... F'. l• . . i._.. t ;; .< . 1 .t.n1. t .. t o a i� .St t . .. O.. .. , - , .. .. ..i.. ..,.- r. - r.' . .. .. ..--.,.. ,. .. . . \ - ......... t. ...t.trt5:;::;,. 4 I- U a,. L.. CtU•. rc �,{,�- . ,..,.,+.... ....._... .._........ ....... ...... :............. :..•... -o.:` Locat.tr,n far- r.c( �r11, t:t�lrytcs;i:rii; '�E'<.5ri. .. . .- , -,.,.._....... _., •� ...::.:.•:,. t`.i.is'si', � :,,1;Zc.t:t:cj;:r_L:s . ..... a.. ',._.... r..c..l:.tri:t ti.rs '' `R;;'.r - .... o, : Lc, ca:t 9 , - �.t11 t:� . :' ;.,.: ., _ y r r r _ . . 'rv�;t.;�.t.ci>> :Far)` :'...,..:...... ,,�;::. ii in.c:' it:3`-or ':~:r :f,�i:c' 'i:t�tw.:�.L:...... o::::'. nc l.,i.t c+n �, .c.c� ! c! - . ... .. ., -- ;:.. .. ._, ....... .. . .. _. :... ..._...,.. .... -` - i;.:,:.:.::: v . '.t .1.1^:t tRt<• CO2lCCr1�S::.':kt G:t::`:`,a -I;ic..ab:l'c' .. o.:: �' .,.. .. — :I�..C2.I...ilEiai 1 .i {�. „ .,. :: .•... 1 ...:.. . ... ... .. ., i:. . _iilCrl�S_ n4 k. :: n :'.i•:, „..' :L_t. ht.t aPl. .. .. .. ...Y ._... .. ...-. .9 ..1 .i . „t .. - .. . .. .. <_. ... .. ..... .. .: . .. ., - .. ... - .. .. .. .. .- .. -'...; .. s .. .. ........ ::5:• } . .. .. .., _. .... ... ... ... ... n. ..:' ...-. ... n.,-� _,V - .. _ - .. ...: _ ♦..,v.. �lti�Yj ._. ..:.... ......_ f ., . - 1 1 / 3 .. .. .. ...... .. , ,Ir'LIIC 11 G _ - F t OF 1 �::.,. .. T OD.S _ ..... t h °-s.. .. I.. .t r ;.. ... ... ,;C... "d:.a.�:-y”�?•',r. y�:k:?:'� ;.'.fid i�.4���:. .. .... , ...... .. ... .. . -... .. .. .. .. -. .. ^i:., K. .. ,.... . ... .. ... .. - - ..... ..�.... :. ......� - ,t:),'-:.may,.T• t .. ... .-. - .. .. �:.F' i . ... ..... r =." C 1 i :.�' t a <I.t::. �:aa[I_.,:'-Jt:' a.ra-1.I.t-on...F i alt - ..I.. ........ ...........:.. - :,s:;y :�::,:'• o . .C. > . .. , ... .. .. •- ... . .. _ - t t r t 17111 _ r. ,ci.. Cc t _ ”. ,:, .. _ .. . ... . .. .., ..-:...., :....... n.;,s .N ..rt'^ 1- t15 Y`J�F: J I. n : • ' c 't. r .. tr Z 1111 xr”a Coutt't r. ..� ^�� ., o.... . . ). � . •: . . '-r" .fie`' •,•r.s . . .:..".::.. .... :S, c., •. .... t.[..r..�lltt.: `.�.i !. .i..• . .t;i... S.':: :. ,;,.z' +3:i- .. r .I . ... . . .. F do a -. :`. :�,.._ .�_�Ey�:a: .. .. .............. . .. .:.. ,. f- a... .. _ ... .. .. .. :. � rF .t. .. ww,Y:w. .x. - •: - r o. .. 1 rl..il .L « c . _. ..... ' 1. i•n :J.• ..(., -=�¢:, +34:1'`• •<�2': DLtc.rr..i .... rein . t LcJt.-. . -.. ...r: t .., :Eit_y�.t't.cn t. t . .O-, . y .. .... , _ . .. .... ..... • a ^ ..- ..G.. • ';':3is _ r. - 1.. ... : . ..,......:......... 1r:S :.,.,: ... b �. t r t ao tt U t n J• t 1 - D. s t - . � - .. .. .. .. . . .. ..._ + . ... , .. . . .. :. ..... . .. .. - _. .... .. .. .. .. ... , .... .. .. .. . .. .... _ - . . >. . .... - .. ... .. .. _ ._...... .. .. - - . . ... .. .... .. .. -. „ .. .., . . . ... . . .. .. .. ... . ...: ..:. ,: ,, "'. _ .:.....:r.- ', .-::... ... ,.. ... M1 .., M. i..;'':S:'• c r.'..._.... A. 'C M �.,:a 4 S< xs n.” _r. r? .L•!... _.F. w.4 a- xi�^ �� �.: .-. :5..:..-y �. ra 2rr v 3. �yy y l �.. }. Y ., v .. ..:,..1..' . .Y,..I�:Ti..,..::•...Sw..:..•.:..i::...::' A J 3: r, ..R ,.. :,....,.,c - �... .. $, 3t..F • .. .. k.- +� • rr.ctj a ..�..,".J:,ap:$,.. :v :.�`:Yc..+w'C :yah a!v..:,-...-......•�.,.-..i...:.:>,. .. ^,, :� r "4r:. +y J tc .'f+.. %ice' .,... ... s. _ - ......�..�.,.'.^`_:..::q:.>;: - .. .. . .. . . . . -.. ... ... ..... . . -- .. r,.....' f .. .: .. : . ::':'...., . .. ... .. .. . . i • .. .. . . • .. • • .... .. • .. ... .. .. - . .. .. .. .: - : :..':. . ...: <...-.... - - - . .-.,... ... .. .. ... .. ... ... . .. . . ... .....' . .... .. .. .. ...... a� .. ... .... .. .. ..-... .... . ..: y �• r .. . ...... .. r , ,. ...........r:. .. .. .. , t .. .... •.. ...,..c:'.. .:i • r 1 , r.E r T D. 1 t .. . i - V .. ... .:v.....-...:... ..... R l. T ~k .. C. . . .. _ :u::.-,:- ..:. _, ....... .. :...... ... .. .. ..:.. .w, . .. .. .......... .,..... - .... ` + d,.FF+'r :,i'.'q;%' "ray - :l i�yi :. - ``'i'�='_i:0. �i.:r•e.._p,)•...„h...-r,_:i:."'g �.2r.. • t rf,C C .. _ _ -u _ �...z ,1L"- C I f\. ...�'.i.f.. ,..:...:... a ... ... - ":.tom' _t4, Cond.,t:.t: %_, 1.. ons,=' - •�r r,= „ :'s:. >..;3- ,.. •, 1of-1 co 4- 4: .., • In 1 r 1St :,..-. :.;,- . .. . - �;�¢ 1';' . .. .. ., . .. . •. . .. .,: ::t .. ,L7 . . urre x ...�.: . . �e ... `' .. . ... !f. .. • .. ..,. ^.;orf;'`-::: 1 tL .S .v _ L. ,.•: .. .. i St - n si - Ex '�r ....:.:.'.: ...., .. - tiI�:��a:�in •I !:ti� .:f.. ai„ •c �F�4 r n t •./c t - +, ... . E� - _ ;.v ... .. .. .. .... - .. •'lam .!.;'y: ;.;; r. : . ... .... . . [•nd y .... ,_. . _ . .::: :, ,.. . cns.. . .... .. :�" i 1 G .. , .. ;x, 10 -_ . G O _, ..... .. ,s� e' }. _ .. vy�^i nf::Jii .. �` - .. = . ! 1 G S ... :''y': l Cpnd t . .. :a. s .. .... . . ..... ._l t ,..y._ C ... - mac'{•j D ra t.na c ,:,;;. 1.1. _- "ice:: x:f ! d.. us _::.. !. an. ,.. f .. .... .....:,... r:. ,;. ol.rce Q '':` ... .... ..... .. i:cs �s and ': ,Wet1 F�, .. : ..... - e...... .r. .: ...': :...., '..�..J .,... .. ....;. ..j: :i.. .4'9�^�':'bi'yi..a•::`��':`:s.�, . ... ....., -. YS' .rt'.:' f%:: .. ........... - z: ........,. r.. �. .. '. a, S' ;. \ ,., T ti i ST .-' 1_ �_y,:: a:Y c. C ...'.... .... U S s' C ,s t.7!.. `t: ,.. ... .. _ . ..,...: ..:;:...:. .poi _ .; <;w, ..... r. 1.G..F. .. ...., 1 1. anr' SOC ��.. ,: : :..� %F.; }:�. .. . ., . .....,.. ..... .. .. .... .. .. A :::. i�rxst:..� _ ,.:4,:i. . . ... . Lad ,.�:v, �: ,,Y . .. .. „i.i p {O . lJ•.�C� Ji. ...... ._... .....,....- r_a.i �� ..:: rt rtes... J.... `;i - ':�'k,,j,;.:°s ,.,... - r. k 1 a.t _ - . ., ..:....... .. .. .. li:. ... , .- ... .. .. .. ...... ..... 1 ..r::; �':[�'Y:, )�' `�Y;:= mss:;: .. .._. .-... .. - .. .' �( -,.. .. - .. .. .,:.,;<. T. p 7cRt5 ,-. -... . P.V.t.C� 4” , . ... . - .. .. .. _ ... ..... :i:,.hFY ... .. .. .. .. .. .'-:. - • , `y�Fj r , . ..,...::.. .......... —^ .+ .,.. ::sem.•+''.s:' oY'=,?'„ .... ., 11 �•"'^ - - ... .. 1CLS. ) :S: ! ::': :: R. y,•:. c t ,s= ?`cv FE V! „ , �.- .s-s:::,a , l .rt�l.1LG c t. ri:. s :i: 1rL ,-.- .....:.: ... . . -- ,• • \ GC a`' T j�, r /. nc !.3/ S r r. :;, a•'1S C . .. _ C! c ,�; .... ... :._... .. _ 1 ! I.n L `'�ui r 1 tr _-. . ..... ... l S l F . ... l t . y .. . . ... ._ r.. .. .. . .. , ,nom -•��� ,,t. i ,. f r 1i1 �a t G .. .-... tic r� .. - r :xW .,. ,. . .. . . C IS ... . ... _ .. - �r Yr ,'C.' .:_. - - TE: .. . .... ... .. - .. . .. • -,. ._ .... r .. ,... .. .:: t...-. -.j, ..7 . 1 I Ut t a 1 f� L - C I r. li ... . .. Th T r r .._�= 1'0 R 'T \1n , ,S - V 1.0 r 0 .......... i i O G� c d r -- E t t. _ 'Ord.. . ............ ....-._...... . .,.. ":and. •�'�cc.i L�1 ;;�_ _ .:. - is D'; �'''`: :'w L, r.r . . . r.O ;' -....... ... . .. . ..... ... . C t • t. l. ....'. "' �<� `tea. {. rr, I "t .t 1a I.rat 1 t-: L. t. �=N'7=- t . -.. .. .... . . .. ,r. .1 '.::::'..,:.... . .. < . .. ... / t 1 J CG ": Y. o t 1 �, n 1 Ge_ of -.-.,.:;� �1 G ii• G. .. =,rz " . ;%: .. rte. r. - T� f. yan.1�.,;- i\l,C I I C yF ,,.. . .. CAL .C. o d l "..::_.1:•: ' ' .: ,. : ;':.: o :: ..:.. i . .-..:.:..... . lt•at o F l a .,,;--, cs s .,.:..ir ... Ass ' ... ......, .. .. - _ 1.1 .. - .. � n . . . . k� lZ . .... Rt . ...:...... ,. :. : .. ... .. :....... .. 9. . . . . . .. .. :. .. ....... ... - .... .. _ ....''" n'r: ;1F'in _ �:,a``ks^�4:e= .. ... - :FS" .. . ... .:'•: :::.:: •il�.� ''1:5'•:' .. .• •_. - . f .i'.. a , t it ,i.. �. i V- E .V i.R 0 S tT .- . . +;sir.,.. . .'. .. ... .. . . i :_:. : - i .. ., . . .. 1. ..... ;.:...,...,... :....... . . .t .:::.;:::' /\i 1)..�G I t "' - \.L. Viii. S1 I..0 . CCtl:v I V. .\I_ ,� tt c, t i an . . .. . �•:;�:. :ti « ..,. �.r...y:,i:-. :... t f il._ _ t.0 1. 't .. .. .. r. . ....:......'.. t S 0 1I . . ..... . .. .... � . . . .,... ... . . ... . . ... . .J FL I TY ._...,....: At ` Q ,.: ! . o nst ruGt n. ra tt'. . Our.z.n..l. . iris .G_.nc . . .. ;:r ' uY;:':tyr= ......:.:.::::.........1. . l u is R�:s:s 19 'r:::.::' t f...tr�i.s:si.ans. a.rG. �. I1 1 l L`t'd , . ... Ot L4 ... teas,=. ;; i. ' .:'. ,.'. t. . . , .... . . . I Yetiic'i` s'`: ';' ?;.--..::::.. ., t•i:Att�uyt:'riC.l.t�lli:::' r ti.c.1. :of•: , .. ........ us..7 .a .. tLp . .. . . .. . C 1 rcu ,.,. ;. . ;:::. .- a-.. :.:.. . .::..:":...,....::.. ;;.:,:; ,. ; -- . . . ,.,. . .;. . '.." :,:>:f ... . :,.: . . 0 �,:. ...,. .... ..r..,m .:.;.: .::,::.... ... ..,-... .. .... �,,,,..,.., . - ,. •' '.::.:. ....., -. .. ...,.:: �._..�'—':.-:;....,:.P . ,� 1. . . . . .. :' . .:',...'..'. ::. 1. ... ... . .. ....'...,..,,. "'.." 1. ... ............,.. .:.:::.. ..... .: ....: . . ..,. ... . .... ... _ ._. .. . ..-. . . . . . ... .. .. . I. .. ....,.,_..,... . .. .. ........ .. ..... - % L. . .. .. . .. :..... ... ...:�.. - :... .. . T ,. ;. .-. ...,-.x.. .,...>,v.....:. .... ...RO.I\ttti\{./ ,. 'ti'"'xY+x.'::.,f' '.'3:,-;..r;.r'' ., c.on t.i n ;:: ..:;,;;; ;: _ e.{.: _ _ ._ , ,.__ .... .. , _. . . ... .. 6r. .k,..• "' ,,,.. _ .. r... �r,.. ;y� :�>::i .?GST '�4i``...�,:.��:. .. ....,: .,........y.•r. _ ..._.. ,. .._-. r('.. •'rl,-:'F•'^J::may. ..:;_t]^ar•.^n` S ,`yn. ..: L ...a.t...,.:.a.... ... ..:.. 'lf:q; ,t u3-�.•rt-i� 9' �Y..M,,:.: ..... •, ..... , n - u''.__ .n .n...:,. .. .... h0 ;:, 1.5 .. ..,. ..... x: ...: - •La .. ... ........ ..r .. .. .. .. ^�wra.. .. ..... _. :..-. _ _ 1. .. .... 1 .... .•� ':�:,.,:._:, .-:::_.,..;. .car:• �'A�.t�:r°,'a:v��-,"< ':•s : ''=(27':};.':x„ %�y.,:••.x[• ......,-,.n. .., 1 .. .., ,t. ... .,. I.S.C. .Level .. �'1 •re_m.:t.-.":�1iF:'•,- ':..p?�'::';,:. O.cur.r._I n 3?Z.3: D. r. ;s'. U 1. nL on'S LrU . ........_:...,,.._:.:, ..,:..:. .....J 1 , _. ...,... 5 _,. .:a i°y lr`i aJ vrLa :'>c.. 54 f....., . . . .. . . 0 1 s.c....L ,.. ., c�:e..i':s R c,u'1 . .. , ,. , . .... .. .... ... .. .. .. .. . . . .. .:...: -:. n. Ch�r�.gc rro �;�:.: .r.•;:. , r,�e n::.'S u ... . ...,... ... .. - 1. :T.. . d;,l.n ,. ... �/ ]�r .. ... . - . .. . < _:. .:... ,tl. .. .... S . :: .._.,...._.-. .. ... .. .. a .. ... ..:.... .. . _.. .. .. .. .. ... ,., .. .. ... .. .. .. .r .. ..�...: is .,.: .. ..x ...... ... .. .:. . . ... .. ... , .. .. .. .. v''k . ........y. .. L .... - .. .. .:.... _... ... _ . .. .. .... .......r ....... 17%. j �i V s C an C t s - �. Q r1 - - e �. r. f o - m.:Sura ounc ,:.. . y .l 1. f:n "Pi C3 o.i f. .i e_. .fr .• .. , :. f. .0� - .:p s ... , .-..:x .... ... r. ... ... .. .. :::, . ..., .... .. ... . ..... ..... .:. n,9`ti.. .;.. none . _. . ... . ;A,.; . . .. E . ..<_. - r ,t ..:.'....... .:.:.... .... .. _ .> ,.,..,.. F •:t: . ari: :i; _...:....: ..::.. . S.L'l rr' L� ," _ _ l CIQ -.: : n. - . _ (O ..3t..'..l.iilslY - . c ......;,._.. ..:.:.:. '. .. ' '.PQ :.:':. t n 1l 0 r. ar..F .. am t.red..: aria.:.':. . . . : . , 1 -.. . \ 0 4.i 0. ll 3 ..... m. .. .1 ....... 1.... ;.''........ . .. .,,. - - C, Lation LL). b �: fCuuL.d . -,.... ..., ,.,:.-.' . . .. .I.,...' :.., 'ez .. .....: P. :� =`�:_ .r;. :fir. '1Z :. .. ... , .. . .. .,.. ' F.--- . 1 S ='_- H. ' 1 1}. S r - LO F .. - - - ....:..,5.n..r.,y,:.... .. • •. .v.... .r.....,... ..:. 1 d. r � ' .. ,. ., Cup l.t - - ... .. .. :. . . ,:: . IL.o r ta�t�:.Lids[. �.ue��to;' ,r•..� -- _. sh : i' . .. . ,, . •�- - . _ , . .. . . .. . .. . . .. . .. .. .. - n .. . . 01 LS . .. . ...... . . ;,: _.,...:P.o r. �:: ;.:.... tcn:i�li f� ... ... ....... 3,.l..Qn ..f. ._ . ... . r Ub.l .. ::...:, ::F'. C ., . O ,.. na... . U.0 1 t "'�:.'% "c 1 Gii - t - 11.1 L3�.i o., _.. . ... . - __ ,'1 e. . :.: .... .,-. :. . . . .. .. .... % _.., .... . . .... .';.. ...... .. ..... .... .. .. .: ....". .: _t` ,!+Gf :': .... . .�.. ........ . .., .. .. r.,::....:., f ec • .... is . ......... .. ..,... .. . .. o Pr . <,. r :.., _. . . 1 GLu r . .. . .... .. t.; nG, .. . _ CdSC 1 it R ;�'�` - f.U..: . . S i.i...rc 4ia". . ..r.. ..., - .. . ;: r,rorn: Pru:' ... :....... ieY'4',.: 5.31 . q. ..r .: .. .. .. .. ...-.. ...i ....... ....,. -. .a...:. 1. .. .. .. .. .. ..... - :_ y yam„ ,'<?.n:�- + I... ... C ........ .. .. .. .:�...:; y, .,. .. .. ... .. .. .:i:;: .,r... .. ....-... - - 17:t .... ..:. ...r....G..D .i ism^�V�� '�`�.r"^�:, .1...._ LOG r _ .. ..... .. .. ,. .... ..... .:•......... ..-:...: v .. .. ... .. .. ....... acs-. t ; - LQ. 1 i?I.0 : .c .. '::,tit- -.,, P rob I L.ns .I. :..,_: :r': . c.. f:rtiin'::.Gca't o rc'.'.t!\; :... ....:.:.... .. .. -- :.-..:- -... .... . . . .. . r ,s ........ ....:... .. . r� .. 1r .. _ .... ..... ., T . I. f1t Eft RE.S .•:: `�` Ot1.R , .... ES . ,.. cLt <.. ,. .. ,. ...............: .. , - . . .. i'a c Lnttryl .,.. _. ., .. .,. ......: ,-....... . .. Cin .,.: L ! 5 C) .• .I..C.i:ind. .la.tc r. .'- . . , . . E P , • ...,,.... h., G ....f Enc . on:. �.. .. E.l'ood .l. =''.: , . . a Ip '' e . . p. _: . n.r,, ... . .... .. - ....:...., .,._..: . .. _ ,.. ,F,,t t.T,.,ActO Tt• - l..l..0 0 SE::4.lt'i.\plc R ;:: ::,.:... IST 1 1,•, ,.__ , ' Soc.i�.r" .r... . . .'Itl - .F_ .� •. 0 ..i t.c.. ..:r. i . ac c _ : i ... .. ... . _ 1 .. 1 1 tl r . =,;r C c.�u L .r.. F .r.,.. t ..: 11'. _ :. ,, , .... . . . Land .U.s .. .. 1 -... , . .., . .,. K ,'= . % -.0 h.ullc 45 .t n... � "'''``'" ''°`�`'�`�' L)iC:'-.1�<.I..I.ii!•.�<<L`c7,i1�L�.:.�{Se��:'t�_•Ir'L~ir.i�`1'!'i'�' ,...:.::, ll ......:.. .....:. .:' e. =...i 2. :......jiCC1.L.t t(iit t .. 4.{'.:L: :)nd:% til• !.:G lili(7i7.��r'i�::CIAGI:!��:Cifs,f�.�.���.).'".::-i.:.:::.. :-'::.. .. ....� jam• t+ Vii' ......, ...:- -. .;Iiiil ,.r:lillit''f. 1 ::, -`:>;,. L �,ti i:e Mrd E'i=:i vrti t fcisc`c.�..�:ea:1`t�Ct;ci ::23:sC:` .; ,.. .. ...., . .'' tZC:.�:ii�.,t'i.. :i,r:'�:. '. C L.. �n ILri . .. . ... .... c�.: z. .. . .._:. . . .. _ , . <..'....:.',.: -:_:,-...:.:.:.:;,:;<' Archa. __. ..c;�.r_.t l':oi'::!i l.s tur..cc::!t_.source .. .-.., :.:.. _.... . ....,...,;'.:.::::'..:.: :.;s',..-.':' .:.,!:5�a'r�+c�-;'� ..;reni;.ri:canc'i:`_G;r.;;:::'. . . .. s t:l n� Rr,l l road :Ovcnc�ad .. . . . . ....:..... :, ........:.... .. . :...:.. UT!l 1 F :ES.. , =` ."-. . ...:... . :.. U.t"i:i i.ey Scrvjcce.. I%rC:ct.l'v� A.fe _ .... .:, . . .. . .:. . >. . . ::-:: ., .. -'. ' Includln. .O2 i Gas : t1 r:. ;:.:. ::>.::.::._:,...:-::; ::;:';:.:,:;,. ,:: . ip Incs. . :... .. . . I. I. _. . nLinued:'; . . . `° 00?W. . . .. . . ..... ..... . .. - . ... . .. . . . . _. . . . . .. .. . , -.�! ... .: . .. . . . . . .. '.. .. . . , , '�t, -.. ','�".-,..:, .,�.- :... .. . . .:, :�:: . . :?i.:'..:r.��..'i:.-.�.":..-.',.:�l.��...... !.:;::4..�,-,;-_:,%.t.1 ......-"". ', '. . - . - " "' ' ' " :,.. � ,�:. ; "', ""', -.4."'. ....�._. ..'�'�.,"���-,--,'�7-,.:,�.,.".,--��"-.."�-.".",,�*,._:�,.t. ,�.-.��-��.�.!,.-.::;".""�,.,.�-,'-�--'-',.,,�;":;".-�I . . . , ,, , . . . . . -.. , -..: - . . . .. .'...... .'....'.. .. .... _ ,� - --.�. --.-.',-.--.-�_. ,,-,��'- -. '' .. ... ..- . !,.;:w...�'.!� ..-- : . ..'... _�t...... . ..", ., ..., -, - , , ". .. . .. .. .. . .. ,_" -,-z � '... . , ,��.- :4.;.:. ..�i ..� ..!.,... a_ :.:� "-�'" '_1--:�j -.:--- .�. . .. �-.-...�...- , - , , � -.-- ��..----,;,�....-,.... . . : . .. .." . � . ., :,. . ,. .-.1 .. .�. , i i�, ��!�- . .. I . , - _...."..... .. .. _.. :1.,., ,-, .:-`-,�.-. ... ," .,.. :1., ., . ... . ... . . . _.... �!.. .... .:.. .. ....0. ... .., - !,_.._-..-_._:..... .., , " : . ..�'. . � %..�%,:.. . 1._. . ... . .. . - _'. ..... a_i�::::.�. - . .. , �' ," , ,, .... - . , :, - . ! ;: .: . , ., '�,! �-:�, , .:�_. . . _i--�:���.-4,7 .. - . .. . � - ,.--..".--.-,,,.-.-,--.-,.�- . . . .. : % .... . _�. .;:., . .. I . .. . . � , , .. - - ��-.-'�-",`.. . . . . ,.�. !.�.: ..i .. . . . , � .. . . . . . .. �-, :.�l . .. .. : . . , .n -. ,_'... . ..� , .. . . .. -�--':�,.:: �. '. .. 1". . . , I . 1 ... .�,: : . . . . ; . .. - J�,.:. ..� .. . .. ::,-;-� , ..-.. . , . : ,:., .1�::..- . . .. . ..: : . .. ..; . .. .. . . . ., . . -f, .,. ...,..... , :. . .J..' , :-� . .... . , -., . . . . . ... ... . -: . . - ':�: , :. , .. �.:. , .:. .. .. .. , . .. i. ,� .. . . . . . .. i..:... . .. . � - -- " -.- -I,'-��, ..:.:!� . I . .: . . . . . . ... . � . .. . ,. . . . . .. .. . ...7:.,.. . : �-.1'. ... ...I . . . �,.� .� i%� : . . :��i,����� .;r�.��� . :�:. ;:�--..:-....- . . ... . . . .. .. .. .. . . ... .- . ... . . ... ...;,. , .�`.. .! . . .. . . . ., .. . . . . . ... . .. . . . -� ... . ,.: .. ,. , ",, .,, ,. ;.... - - . . , . . .. .1- :1 �,-::�,-."', - .. . -- : - -.. - �-. ,.� .. . .... :.,-,. ..., .:.-.�-:.��,........_.- ....�-.. �.-:,4r-��;. - - - . . . ::-�- �:. .1....J- ..�... . ��:z.1., . . . :. %..:. .......... ... . .m . . ,; . .. . - , - - .�l-, -:,",; ... . - .�� .. ... - �;. ...,,�`--: . . .,, . - .�.. '._..�..... :�,!..M... .� 1,.j , .....' .. . ,!: , ,:..,, �,:z::. .. .. : � : - ..':.-��'.�� .. ,...,. � . I.:: :�.:��.�.... � : .;.- . �... qi%:..�1�1-::�::�.:- �'-;�,,:-,, .'.- ...... -, � ,, , . - -_-. ,, 1 . . �. ... .� . ... . .�... ...,. - - `: ,..- - , ,�� - ,0... �i-.--,-.-�'!,.-.; - , - % �- . . . : ;': "," �.-e , .. . . .., . . . . . . __ ... .:.�.- ,i,,.- -,.�'...-1_: -. '..�....i,,�. . , :......�:- - , , -. - .�,- -:�,�':�,.'�_--,", .��;'-....;.: . . , . �:!��:-.,.`�_w'.��,�-`,.�,'-��!`�_...'.`,,.'.-�,' .'�:_,� .- � . . ..S.��..i:.j.�,.:. .. - .1. ., ..... . . - ...0.... , --�-...�,-...:, - - !�.�,..,.�,,"I , , - - - , "��,� ,'�`',��' -�'. �.:�` .. -�_�:,- :,." ,�1,�- i..:....,'m...... " , '.... �.;'......,�.:.�..;..'..:...: ::..�] - -- - - -� . . . .. . .. - .. .... .�....�i:?�.. .. , , - -- 1�-;M_��_-:: i:�--I,t,.'��'�'..r:..�-",-t,-,i-.:,.'.',,�,",.�'.,.'.,-.'.e"",.-.'�-,-��r�'i;-.,.';..�'T�,. .-.�;,.���,e,�', ..�.�i�,'--.-�,,-.- -.'�`-� . - . .�..- .,::� . :". M.. .: ..�..�.4:.;.:. ..r: , --�.�, ,,'._.:_,-.�i%�;im,r�'.�.,.." .. . . . .. �...;i __.. .. . ���'7,::..�- :."..:. :'. . . . . - - .t. ... '�...:......., . . , ,, '.�L;.I';,- - . ': -- , , .�'�.. ... .w��..: . ,--� ." � . ,-.�;:.1:�:"�.�,�I:i,: .. .�. .!.. .�".. . � , - ... . ,.4 , _ , .i.. ". . . . . .... - '. - . . .. . �. .,. .; .1 _ . � . . ri,, , - a . %_ ..�: . � -1�.;;.4.I;_ .. .. . .. .�"�-�.,7-�"��,�..::�'_�.!'._',,, - .v:. ..�7 w � .. . . . .i.,.,�_'. . .- _..� . ..:, ,, . �i% -, . .'A I ... , ... . _ ., - _A!,,%,�-;�,,.:...!�. ,.i., . ....�.:.,...;,. � m ... ...... , -, ,�� - . � :- ,�,� , , . .: . . : ."..:..... . . . . .]"r..i., � �.,;,,!,,.�'le�--',�`i, .. . - . , .. .. . :. .!.: , . . . _. �..:!.. ': , `� . . . , -!�::�;_%,,, ",`.i,�-,,-;:..c. iz.:.�:,!.;�.�.'��..;I ,`I:�!f",�, - ':�, ...�n, . . , . . .. . ..w.. .. .. .- .., "!, .;--,:;.,�-.---".'...... ,.,e,..,.,.:-"�,-%;.,."�--1 :` . ... . , .... .. !. '.:�.:::.,��. ...4 i..�o..:.�, ,.,;'.,1.�i.,-.�:�:.:a��4�.-i�-,-:i-"; � -....-.',' , . . e; ,i.:..-,-,-4�� .,�. . ... . .,.��.�X.'Z.�' ..� , . " . ,;;;::;.4 .,, . ; -- , �- . , . 1: - .. , , ;.. . �., . '. ,. - , - - -, 2� .�'e.j��;.-.��,.�i�7-..'-.��.:�-;� ", ,- .,---.---�. ..r....r _ ,. .... ..; '.�'1 �.�,-.:*., �.;- -m I.. .... . , . .;. ,�.-,�_._.;�..'�,-..�-��,-..'..: �z 1.,��,,,�_, -,.��115 :.I_fig';.!�,,�.��.,,�;�..%�,-,,�,;.,-.�,��t.,;,?�;�-� � �..': . .. ., . ., . ...!�, -��;'..,.�.. � , ..'. . . .a.�,::�., "m��r7�,i.,-:K��:?_..�'.;�,.�.-_e_._.'.. �-.._.:ov -, %'..:" . . . � . . ..� W_,.:, .. ..:1. .. .. �,'�,i� ..i'.r 1�1- -. . . -.-.. , . . ,�_�. . - ",.�i,I- .., .s ,_ , . . : '.�-,�--", , - , .-.. :; .� -;-',:,�'.�'-..'.....',.:.�,.-'.�7�*-.'�. -1 :,'�'.'. .., 4!;;��..4".%.-'.�.�-'.���'�",.,-!,.;7�- Jg. , . . . , ... ._;;., . .. . . . zi�"-,v-,�. 11..:.,�..,,..__.'. ..:. _'�i..-_-.4--,i- , , �� ._5 ,�;..... . �7:�.t�L;��:;,,;.�i:1.�.e , - , , ;"I;,...:.- , ,- __..-W`_01','.T� .i� -;A,,�.�. ",1.1. 1'�_,,L- , ,,. .. . �. - -t..:'-�.,' . . . _2tl.l 11.k"O--_:,� . _W�m .. !_ , �,�:�f.;:-.-;,�.,-"',..,:.,-. , '. ��:i:,":. -�' -",-,- .,�z', ,�.'- �' .M%, . - t'i� ;,.��r:�.-,:��!. �: .�_ ". ., - ..- . .- . 1 - - ,; . ... ,;� ...,_,-"4��;.�.,.i:,,. , !,;-�,..,!�Y� ;,.,Fv�,, _� r. -� - �,_ - I � .- ' ... ... , ,Y.4.X�2;qi,* ,;..,, -mw. .,&-.w.,'-' ., � ,:_�,�: - -:�%.�� ,�;, "�,-!,,,,� ,_,�_.:��..�-- I -4,, ��., . . - "�' ___ ,;!�� - . . . :,.z� , �.. �...',`_. , . , , , , - ,-,N�.".::,���.-`,.�_-.... ,� -- -,- -,". ,�`,4, ,A-'-C",.""i. , - , , -- .-'. "," ..., : ,L;':����z�,I��.,.:.,-�?�%--i,i.`..'.'.',�iv;�'.j.,�"e-,��- _. ... ..',�:,. . , �., .- -,._-��,_.. , i,,,,�.�_�t_,.?-,!�.4 P-.'M� r 4-i4-�,-'4- ."'. ..- ".. - ;-,,,A '!�, .,,'. _' .1 . . i.�-- --�,�- .. � , I il, - _t" �.Mi, . - -, - .. , -"..� ,."� -5 4 �, ,N�.. - ,;! . . ., .,- � , -. . . . .o� P � _ � _.�::, ._,z�: �'_. . .....i.����!;'�i��-.�_.ii .;i���;Z�..' R, z ,A,,,;� _-1. ..:*..:-�;;�:... . . ..!0 'i ,�T 0�,�,ql�� ,v�v,-;!;;';��..'.�.',��;�, "'.,.;,.�.",�Z,i-4�, ��, .,:_:-..... . . - *-, ROINHEINTAL"11 MWAC'L-', - - �,:'.r". AN-19-, " , , P. . I . . . .. �_;��,` - "`� --- . . , i....fi��.. - ��. - __ ,-*,r-_=-',V.W--- -J� ' 'I.� . . . . ` �Z; , ,-, - .--- -,.I - - ,-,,,-- . _ � .., 1;;L- . eg, , ; ... ./,!.,� !ix_-.;,,gz,�!.V-1 .. � .. .- ., .. - .!�,,.;mi�,4";e..�i'i"�,'..�._.�..,.-,Y��.",r.4-.--z�;,5-�.-,��?-.-� _g Pe', . �..ri. '� . . ... .-,'_'�R�� r , C�'.��,'.,,;';,�_,�,,,;,_,,�:',,�ti,:-,S..,��,,'.'�:�,t��,�,��.,_;i--,7�,�,,�--_,� �_ - � ilt' 7g,�V MOM MEOM 4, 1. ... . ".. ...4-7�,! , ,.4M.-.; -1.'- ..�,r _i�.,-,4v,.- . 12., - �ii 1�1 Q*_� 4V�',� ;_'.,�m ,- ,%�- I ...... .. .,:.. -1 1-1.4-�, --_. � - .I .- ';'�!; . .. -� -, . ,�.��- ,�1��y"i ' ,."�-4�`.i-.!,_�- i '7_- ,,I 1..1..,.� 1E , a W.�r" - ,I.-q,lg$� - -,- .. . . ,_�.�"---,.-.I�-r----., j�-'.k'-.'�,�.','.'_ -- , -��n-.-'.- , - tv-4�--�'S,� __ .--W17.-&LI . . . �. .. .. -� . .,. ':�.:.", _, -�!� !fta �g . . - �::...'.il`.:��_,Z.It.i �v . .In . .. I f.t,=-M�_;'ItW .... ,r !.;�-.` . - , .- .. �� . . .,4t _' ;'iQ. . i"-1 - ;. ,-_: .-.';'f -1-:�.,-r:�,;-..,i��?.-,����;�,..!,- -..--� f,'. & . 1. �...... . � .. 1.1. . _,_., _ - 0 _e - x _.� ,�_- m .- , ";�i� , - ' - - - - -S , ,,, , , ,, ��:..�.-*'��i=i,,�-;,._g '.-g _ --- -1 -'j�n ... . *' . R m jX Y� 1111 . . -Y. -f 1- Ar C. , . . .;�MI. I m � .-- kik,�7 r-R A I-�.7 - ,-,,-- . - ;� �.ii:',` N If, 9.., A, ;r-`�`:-..-_,.r,i��.i,'Z��,,-�,;��'.,�-,1 z . .. ,g�, n �. ., N-76 ,v',- ., . M - - .j,_ .. :. :�,� ;..-- -.. - -M--A., ,.;�Z�.il..;.- '..; " . , C��, . .� 4 5-�N.1 n' .,_1 I -". . :�_;�.�%,:�4-,.�.�;.,Ii;�.,.:�n��,.;�!l�.,, ,.-,?-..:A �,,, . �_. ..-: - � .A. � ,_...,.:,1.1. ..... . .._�.kjv, � t. .--rll .1 '. ..�,f.-� A.-: � .::...1. .,..;. _-.01. I.....�- .. . ........- . -- ., .,c a , --! " "r1f.t V . .. �,;�.*.P ut � . - - I - "- VON--�--- W &.-�, - . �. , P . ... ,47 � . z �, tl.M � U11i: . ��f j't_-�L', ."*"i I-a EI I MY'.11_.lop! .0 i fill i t M�4 A _%�Q� .1 f .� . � RFFIiot�_ql;mr�n,_-nw_,., . I w:'..:.. . I . ?I .-.-.,w, §1.1 grp "Z%-'�,��Te'6.f . .1 - - -;'... .... . ., -i11_1.-1%;_ "N 4A3. . , .. .3 z _. -44 Xg gs�- , . _ �. LA I cu, - . .,�-.�7,1:��'. ,S.�`A.Lm � P-,-- ,,3 . �_ .!��___1-11 1.��... :Z.�, . . , ..m."..1,� ., . .-- - .. ,�� .:�.r_�:��% . ,_...... - --_'.. ,.`.fz.,;. '4t%%1P._�. _� '.-1v�I ;"r... ....._ . '.., , I" , .. _..n.�;.M! . .a.. V.W,96 mm......� ,RV. . _. . . - - a. T'd '_" ".1. - I ._ . - . ...M, -4 _ : . . , .1_�, _:,.-,",�Imill. - . ., - .N, T I 4 UWz . a .41�, ,..! � , � - ,- -,;,�,-W� . . , � ci� rd:t,ect., ..& 'a - - , _____ .o...."!�.,..:,.f .... mm .., , '��A.,-,-r ( 'A , �: . , �� - ,, ;i zb�cthi.:%.' . - P, � ........... . . I ____ ..... _ . 15IN","' "m �. _m- 4 - F �, ,; � . , .., ��;�N. -7 . .. . .� ,, . _ .....;...;1. 4_.�_ , --z"'D ij f i�:.re .. I.-A-... - - �� � .:�., im,-'z*�'�"'. iS '' ;`_`i. , ... 1'..;�.�,, ;. .,"..:' . . i .; ;W.Fe 15�egu'��";X_W 'Z,�T�.;':l . �."111.:,W .- , - . .- ': - .. .. - �,O `;,M.5.,,rN��.,�-,�� . . ,;�,�-w"-_� ,... .. .!.:.-. , � ...11. - - . , __ - , _- '�;:;; , .11... fb . _ .1.�1.11;%i;i'N'ff 1 - .- m .� . zt.��, . - '. . . . ..... .F�,�',..:��,-'.'�.�"".r�"4,�:..,- - ..; , , � I .. , . �_ P�, _,-!�',','.', .. V ..;, -".,-, .,.�.,-,7...,;�,."_-,'::�. ., .11.1. , . .� .��,�:,55AIVS '. . -.7.5, - UWt�-!�� - , ..... . . . . . - . ..'..��; - , . . ...;... ..,.-I........ ..�..:�,..�� . . 7.:g%� � . . . . . - , " , TFIP5 i.., . . i, . . . -',.'. ..�..�--.'�.'�,,I�,.��:%.-.�..��,,�-..,,���."-�?1; ," -, -0 -_�i . �. �k m,42o, .. . % . - - -,*"f" 'N, , - f.��,..'..' 'i -.� ...,. in .. . , -i; ,:!, :.....,; __ .. ::: i';,M_. -, �- "-,;�`- - - .. -Z .. .��.,j;.:���,.'��..-.�---'it',,�.'i',..-w,�z,i,-.�-l�����.�-':�,;!:.,�-;�., _.-..� ., -� -. . ::1 . .......'_,"- ..'-.-,S,-,.'r'ii'L '. ,�, k i, - - - , '. � �,k , .:. . . . ..7M.. . .. -;!�';g , . ; .:. . . I " _ ..-.1.11, N!I -,0 Wm- ...I- -1. - - .". . .. �.`:%i ._,.., .,.z.;�, .., - ,�w�,12-il.'�',�--�-I'll'-".-17-... - ;' -- ' ' " . - . , � - - w . Zi�in,i�4� , - - , .1 ;- ,� �_w -!%;Qn -,i,?I. - `� - `A,_ .j , "- '�.- ... ... -...:".. ,:�:',�;..'�.'.�_,'. -.0 ., . , . ,I-�, _ .� - , - - , - . . . - -1 . .�:�,'.�".,��-;-'��,"',..f�,���," � ..,�.�._i .�!-`.'w'l ��..�-.�.,,t".�,,�i��;�!��..."�.;�.,.-.'�-.t�'i-,'-'.; ,! - :.,.,. . �' _�r�__.f.�,�� M . , .,.. ..�. . .. ..; ,.,!Q'4,r'i - 1. :.i. . I 1;_�!Qn�.". --, .... ..... . - . ., . ,_.._.1_. ,-.:.- ,,-�.,.-...' :7" - 11. ::: M,.'..-4��v�,� -, "'M. - i:F��-,:-,.`,_, ;.:...:.:.:.:- ..�_ . - : ., _.,, . . . - . ,u .`� - -SAFE;TY " I_A_ M� .]... .: . . _�-;:..:.,..;�.t 4;., ,�_ , - ..� . �. .... ... - .�_ - M,��! :..... I . . .. - '4 - - i , ` , . ",- - .1... . ". _ z� FF I Ci� , , . .. . �:_':. ! , ': __-H , ;. , � . : . .1 � . - - . _TRA .: .,:r.,: '. . .� ,-�': ..-_-",,;i�:�..... _ r;5'?, ,'7n*�I,,�-k ii�_?,�._5:lvog-., ";!�,__ - . . .;�. . , . . . -. , �, , , . . i.u�`,::J,;�,,%",�l . '. ., . �. .::� , __..-��,"..., �.o��": -,;"� ,,-.'-�'.,'�,�.-,--_.,'� .. , - � . .- ._ -, -��va,Z. - �,-.,-, - . . .- . .4, ,_?."',�%.'�`-"t4�.:z_�%.-,'�--,,_��.:-.!- '. . ... ...�.z. -,;- �t'-�,;`O'",--,� . m . .6�-�,-_4,-.', . - . .. :. ",� .. , ..".. ...�....'�,�""..;��,'�;,-A'.'.-,9�-'�4w, .6'.. , , " -,t .. ,�%-;�&F��;�,!";.;*�'.,,,�. . . . . - -�, ` - `�� -, ..- �.���.'-7t..tl-��,-,����"L.,�i��;�-,;���:,-,7!,'M,_�` . ," ...� ���!%,,._,,��.i.!,. , -4 ai;�:��.'V .,'..'.� -, -,. '.� ��::.;�!!�,;i.��:;.::_!,�-.,i,f!,.-.:-1�� ..�4_...%:., .- , . . ....�.7-.,O;;...,�.,�.t"..����.,.,,�,;F.-4,Z.�-.',!'�;!-�4.,i .... ;�% -�7i-.' -:, ,.,", ; ....i.. . . . ..�., . ..... ---,..z.. .- . . .-_ . . �... , -...�.'i......;-'.. . "'. , .:. .. . -% , ,�'; ��.,,,, -�::.:!�',.,-�-�i��;",�-,g-I�;,".M.--,"j!"-T," - i - I �A:L�;_-`-�-.,.,:f;,c3�:".- .'.,.^i�., -: . . . .., .I . U 2 . .. ..:�...�:�;-.�i�!,-,,Z.,�_,. ..'..... ;1.";;.,',:�--,�.i�, . : ......I- .- - - .- ..:, , , .. . . -. �,, - �',jl ,4 . .;..i.;,..., '. .,..1 , Z-0. . . . �. -..... I . ii.., ., . .? --...i." . ,.�_-A, �t":,Z4.,.,�4;;:.. . . . .�,....;,P,S4-.. ,... ".. - . - : '. :- .. ' - . .. .:1�, :�' ` ,��,,,T-,,��"..',',,r, -.---,_ 'E--.` --M"5-. '�." ... . ,. ., ....... . -.-� ;-,,,.ij�,�_ ,.'� Z�S.1-,, '�c�Z.�A- I . . - !�- -, ,,� ��`--.`�4-7.,X.7.Ni ,.7z ;. ., , , TC S' -",;,' ---,,i:;�'-."7i .. VRr Ui,��;� . ... - . .....1, ., -t:-- - � ,.,., ..,.��, . ER I'ST -:��'!; - -, ''. - - -- -.1-i . �, .,5i;. ., , , %, r . ''..1. ,� �, .,n,4,.4_5.-._ ., 'At".X 14A PUN CT � - , 1.", " . , ,.!. ,?L I . �;_ F1 Sc. .. _ � - - .j�l,"-;" ..�,:. . .".. ;�.�...-���.,,�,'.-.'zl..-,,',�--,',,i,'.-,i,..-.'..�;,���,'--.�".�!:-,.-"I;.�,-;,--,.,�,..,:."2,�.,',:-;�,;"�',.,�-�. ,.,.,:�";,)�;7,.P-"(:..','I��*�i��7�.ii.� --,'-,,��,�-,�. - �� - '--_.� ...!-.�:,,Q'i"."i Z,.;F ,--I'-f�?. . .. : , " ... :..�_.:.. , 1-..--,:__P - ... ., ,,.r..1. '. ..; ......, "-,a' . - :.:. . .."... - . ... . - , 'k. , � t _!:� V., . .. , . �o_ ": I -J'"t , .7", ... " . .. T....... 1 .1. . . . ,�. � .�Z . . " __,; , , '. ,i%; -..,:.... "'a" j A 6-U,", h les . -�,;�'s�,4""�-",*-�",4�4,-..4,-��I ��: cf0-1'z.,...n5.9!..P.. . ...,._PMCORMCM�,�."-, PP % ,!�-_,:�",.246_ � 'iA , ' '_ ` " � ;-Ms Rlavenuas��, ,_r-_J�V� .4 .2,z Q�!.�... ,�. - ,e:11 -P�14ZII��14zll I...... ir........ .... � W, .. Z.,..��-..,J.�;�_ �. ., .. . - ......_.., Z-.11. C-,-:�:�.mp "MR , , F.os�'! -�, �.,,�;, -1 �.' -OV . . _,w,� -, , �,,,� .t, r, -I".' N ,5 hf��'r'.d.d:L.-,.--',C - .-.'.'719� . r��_2..i,_,�z..�. - enuds!--;-� . '. .;,.. - - ;Z,. ... .. � .. 'i.;�'--',�i",�.-,�....".�i.-.� - .. - . - ., �� ,:... . . '.. -..;�.,-.'�-. '% -�:;. .:--, - .I.. _4 - .:.�,;'I.w., -.�"4 _ _.1.. . ."...... ........I .....d...... . ... - ." _P � " '*�4 . . ":.""'. -!.:. . '" � .�� _-z- .1 � . ;.4 �..;,I,6.:,�.�-�,,�'.'.-?-- .... .... . . .. I ... . -- -��'. ,;�',,��-�� , -:iby.,_. ncyA.."' '' A j 1:t In cv,-,frdm-k -.;::, - -.--ii.4�, �-, . � ,!,.5 .. , -� " , . .. . _ XL, ?%"", ! ",",-� V , �2 . - ., Crw -d J vry�-'- �,� -�.��,., .'.-,1?i,,1-._ .. .. . . -- ... .. .,.i,k--7,t,,!,�v.,� ..�� ,4:,�.., . -1� i -, I _-A _.rc. . I I ' '.. .r".. . .., - - - itc . . . ,4.4 . ,.1q,.... �,;e.'r, -,.",-i, ri:jv_,:� . . - . . - - .. .1. I.. . .0-I...,llv� - A�.�:f.-:';-.;.-4.:�::... ... - - - ., - ;--.",;.;:, .. ....' ... ._. . zy.�. , '�'--e",�,,,-,�!..5,��..-.-��,,�".-."��.""-.-, -`!Z1�,.;':�,._,., . . �. Yr& ,'J'Or . . . . _i ,_... ....I -"d - . - . - '., ax, - avi.Cnij i.'a..c___. ." .,�'... . . __. ... -c - '..P;e . . - - -N". I ...,.;�, ,':,.i..-.."Z- ill-l',A . ._ ,P.v .. _% , I bi�&,1746 f � ..i." ,��-.:.�.:-,-.%;,.: --, ,�,- -. . % ,, ,_;.,_.;��:., ;�,5,,it�,�z' . ., � - �4;_:� -,:�,.:;; - -,�..* -, .. I . . .:'.. :--�i�����.",�-.�.,��,�E�.� T,4M ., _,�', `,.�� , . ....%`iY..1.J,.1�j -m-A 5Ktz,:'I'�,",Z�`-�,&,--i,�-:,c6sts i,;��..,- 's-,".LOS C.]. " .thd,c,.�f.Ot _.)�L... P� : .,-,-,Lbh S,- .,;4r"-��- i..�` - ,-N - . T ... , - - -- � - . ,�v.�a . " 6 . . -, n" - :. ,�:... . , -,!! , ��,�:.;-�r.i- - ,.�.-,�-;.. ; ,Z,,;__.,, .'.. .. .. , _ ... .1 ...- i. . ...��:��..... ... .. . . - -,r�� , , R, � _. , . . '.:��:-�: - , ..�;�--�:`-i:",t��._` ""',�;-, . � . . '.. . - ...�;. ---, . ...,�;i,,�� "`�';O ':'�� --.;,�� "",Y,tz.��;,,�';',F, ,,;, �;�L_;;%,24!'% . . . . . . , ... .� '... . . .--I �- ,;'V-,� - ... . .. �::�.:_ , zi. ,-�, '!� D !?;.- �-,:,t-,�'i ., , ,%,,�'-�';*��i-L�,;Z..,;,!,�;,�.:* I �., .Y�,,-'.'�,,-�`i;.,:�:.� *,717f . . , vf-.Y�, ..;-.;,�.�. - . , .,;"�, ," "'.,��":ki..:;.,�C�,,ti-,K,';,�, , , , " , - - , . . . . . " .. .._ _ . w , .� .." I I C... _, 11. .:.-Q-...;..' . . - .L.._.,..,..._..._, ,". -.....j��I��-_.,:;�'�Z.,_ .�.r. -�- . ,� . - ';� i,.- - ...'��!�:.,.-.!..--�-4-.n.,�..,.f�.-"..p . . ( , '-' .�'.. P.- . � . . . _ . F. �. , - 7,40t "-"".,i..�,�,��--�?,-,--C,!,---...N,,, .. -.use. - .. 4.. ,�.� - _ . "'. . �;i ;�'.. ",;'6.-_ , - �, _jjbj . , .. ......1. . .� 1?S4,-:, - - 1'.��,' .......... .%...��:...-',....r.....�.:.,:.�'���.,.:.,.:�,,I�....,;.".-.,,-�. ,,,s..,;.,�..,-, - �. , ill j.. I--_.- A 1. . - I .. . . � , �Z�-.%'7 ..., . : . :,,i��:",� -,i'iL�9..:;.,�l:�'i�.'�;:�..-�-",'.,-�:;--.z�..-"�-,� st, --, -�--�j_ .., . . r... _e�-.;,:.. -,tj.d"-: . i .. .. -�-i�,,i. .. . . .. . , .......1......- . - ' �. I .. . . �- , - _et, .. . - - . .. 1 ,��:.��R .��-,.i -� '. c�,nE^.,�,;fr,.-,�efi, bi.. I , ''" -t ',!,'-?R i-` ja `g ;,-i-!.;.. -�e,�.,�-, ,; -,.;",;:;�,!�a?�;'.,�" ,;iks�,,�,_4` .l.i.l.4.-.',!--,._:.._ � dne 'd"b, , h �b . J1. - - .. '- , 9 - . . j,�-,. ;� ;-.1".., . .1 : Tm. isgs. -r. q . , M,�III!,�r..A'7f�l'�,7��tj......;.�. ,;�.�,'�' � . . .. % 4,�.:_M_,. -- - ...� ...- :,i �- . ., �, ,T:.!r?.-�.'- . r, ' ,,�.:_,:�.'ij`--K1 WIX-1-1-9 '.."I. -,,6".:�.�(�:4�,�,f .... �. � , 1 -�-2 " 1 ��i�]4:-',-'.`�t:",- ---.., ;� .,�%_.:,'..�f-,:��- �"".:�.`.��i;�,, - . - � _. I� . . .;�.-.!-,1.V1_.1.W... . . .1 �;.LL . - .., 1 an:!.. -7 -, . - L.14LZ;T�..2�. i .! ;,-��,���?�!��"..:-,-.,:�'..',; .. ,;i_�i. _... . i�.q-i�,'_;....Y:x:,..!. � I -! - 'ck k S .21- -Q�._ A..1�i"- ..... . - Z�'4�,� 14,;��!%�-�,'�.iV,�l"i"�il-l��-',�-,�;,..;�';��.,�--",,.,i--� . .1. 'j. , . ., j4y�L�IPP�'.__'PP-�Ik.._iyq?.K�?_. - , ,� - I . . �� � "t -" "-C '.�- � FT* _���. in _t.,�:�,��',O--� .*?,.."..", . . .�� - . .. .. . , �, - , . _. . . . � . ..:i�.;. . . .- - .,-.�Zv- ��S' 111...._.:;--,;.� 'il.f.,M�_ . . .. . . -�: ,,.-�16",__. o.. . ,, ,E)!1:3.,'�'Lj:.� - -9. J�_ ,I - A. - :,L!;..�.',i..i�01;�,� - , ;�-.4-'..'g._i�_ .- _........ii-,. 15.,."..-,�_-,._,: . ; .z'P1..�'...i:. ,..., - . , , �, , "�,--- _Z;,!:.._- _;_ '..... . ... -- _-.1 --�::�:�,�"L��,..>,,;:-,�,;�,.,.��.-.i-�,1:!��.,,,-- ,�;�r,4�,i�,-.,-.;-7":""�f�,;,.��','r.'�.".".,-,�"-""���,, -;�!-,' --'i"...- ,-.!,.'L,',.,!��,�.!-�."; - . '�:k-f..�, I;.x;'. .; ... .. �', __ _ _... 'j;'. -A :;:�. I - - ,.,.I . ."M.. -,.-. �N _;�":;!�5:�-.'j"-...-.. ji�i�.,.4 . ... .�,, . .1,"' r I;,1041 z-I.:,.. .��,.��f�*.-.'j��,_�. �jr�"._.�'!:f':�%_-, . . , ,.�il,����.. ,i��,i,7- - �.N� . . � .- , . - . .� - - . - �, .1 .Vll ...... . . .. ,; , , , - - , � " - I "L:-___�!�,,.,��`;4W- I I.�'t ta�!!�W" . . .- .. ,. ".... -_.,Jz.__ij�.�i'.51�` �.,; . ,. ,��,A., .: _ ..� - "i""',"'.,";.1",----;, -. - - "�,�''. -.�Q.Z,x " &!� . �i...-f--- ., v j2',g, _ �,.�.t , ,, N , - -- . -�.',.:.��:."!,-,. ..�..1�.�: �..,7. . ;�,, ... I.. - , . . . . . - , � .,.�4..,..,.. ��,..i�",6."..",�",�-;.,.",-�,..-�,,�,-,�,t�l.�,i_.i;"." T,.;'- -,'�_2-!','Z`� _�m� _, .... . : W-f1 'L,Y4:--��.�-.�.,,- ,:.". .1. . - _;.......".3 .. _... .','!�'.'..� 'i"O.,t..?2 �., .. . . . ,,�l.,O�,!r-�t�-.."�..t,-�f.-.;-.. �--i,� . -.-.;..i-. -... ...I -e...-,. " .. .?�ilz% �D "_. " _,,;.'�W'im ',,V Lj,�-'i�� ,Ir- .. -,�, , �, , 'I" " --..-;.".";,`_ ;,�.%:!�-,-,!Y."�,�-:, Z,,�t .: . .- . ; . .. � ,. '...,- , �f�,�`".7. , ��,J;.;,._, � . - .1 - I -I .;. . . .. ..- . -_w , "I,`�', -,,�, -,"'t . . .;F�. Z�4��-�a - -,1-1 - ....., - ,;P" - ,�---Z,,;;-r,,-i, .Z.. _., . - .. .1. �k.�Y..: _71 �. . %..,'��..,,�'�;��4��'���,�.'.V�j�,;,i-�"!.�",Zr���3--,�- -,��-,--.-- .7�:..�:--"!;:,.�,:;,':,,-..."�- ..,'... .. ��,�:o�-,_ I,. ..!.,;,...-�.-,;;.-.�:z��F--,.:�,: - _ 1 ,, 1�itne.-`� - . I "if!::.. .. 1-!.-�, 4%-.�!-�-�?�-,.';,i;i,--.��.,.�: , . %,�;`;,�.,,rr � . . ... ,� ,�..'Y�,:��.; � . . ".i., . _ li..._ S. . I..z-.."0 . . . 'IT."" , , j _ ;.�;.:.. - , - .W. _,%_jw�:,i_qL.1 _'1w!,._L..'111 `7 .. .1�� .. - . ."4! , ,.. � : . .- 'I'Mi.vvv�-.-f.:,1,`_.-,'1,1"..7,%. " ...".;_ibi% ?. -I- .?�Pi�',;,i.;- .. ....., .. . , cl .- � ,�.F,',�'x',,,�.. ';"', ,, I!-,,-5,,V,,-.'-�,.,,.,- - . .1 C7,;, ;;r'" . -; , . ` - , - ....r W) ,I , .1 "0.� ... _�:.,-L�'--;�-',�,g&,�Q 'MAVO, ' V Ey'-00'. 61"ik"'" " , ,� r .... . - �% - "eMENO-6, i,-�i.�'tt,'].�-T,-I.GATil-IIG-r,'.,M � U"L ',AN �.� lb _-`E� -RS'i v . - _ ...." j". .., 5L -AD r -1�ri,ra,p,!-� � 7'. i_!-.. �.... el, .... 7" , j,' �" , .A:�,.�!,!i%i;. ., . . " .- W � ... .:. ____..._._-!7�1 -er.,_.,;��� . .e.,,I.:;� 'r - - - -'I �1. 11: . - .� ," . . " -.k-.,��r,,77,- -..;.,..;.,. . . 1 , - - � __.A.. , , '?�� ,��.-.i::1 , . ��!j -, -" ., .: . . t-4'i.,�. 07-1i;.... ..._ ,-t,��-_X,�.5-,,,,,, . . . ,�.,r,,..-��,.,_�,L..! ��i' .,., - - ".. .._.� - .Z-� iii,;�';�!.;,z:�%.`.-�,Ii,�,6t;�!:�`-zY',' -,' '. - -.` ";?'z�`�L.., - 'z. ; - .1.- . . . - , ,. ,:;�,�;;".-.,t-.,�,"z�.�-.,:�'.',-.�.i,;",..�,,;�:1.1-l'....��'. ,i-� . . .. _m , -% '. i'.,.:� - �"-'��".-,�'.�:�",;,i.,l�."�.--:�',4�;,.,f '�.-.'�-.!.%". --.' -,!,�Z - &.. - .P. - � -,j fimrk�;?n-,-,$,�i,�..,,'�;-,ox .'i;,V.!-'.'.--.--,,i",-�;-��:-.;: '. -:'-......, ....: -,. . �� ..".� A z A,:. a - .�i.!Ijli`;�, " -g"D . _f�,..�,:,.,. 'e". , -,.Z-.;. . i�......'."... _I";_ : .. - `,��.,';,,:,.,,i :�... .._I ... . ,a_ - - , - '..... . . . -1-1 .. .1�% ...".. ..1........."_. . . , " � -�;17�'.;: -,�:�,�l''.f-�'.-.�^,,,,,,,,,,�..�:, '1;2,.,m1_3�_f, _,"�Z'� _.'�, .. ` '�s�i; _,"'n"";,% �-',�-..,P-�z-..,,, . ... . ....... ., ,5., .- _..'�. . ,....., ,11 . .,,�_..,I�, -in:'.-.-;�-, , -.,, -1.1 '.'. .,�.:-`�...�-.�;��...I z Z'-'�"` -- -�;-�`"L�%i�, . - , .,i� . . , , _...,...,.." ., ;� - _._11-11.1'. �_;�'�",;�,.F ,:: . . - , �_ ��i;.,!",, . . ..., -9:i:"�-.,.,4,��-,?,�:��;�,:;�j�..,:"�F:, ,,:"'.�, '. . , '-._� 1,�.,-._V. .1 . . �z�._. _'.. -,........ .�-� _�!_.,._�.,;, 1-t.'�,-R�,�.����,�,;,.,r,.�-�,��-.-.',�"".:�- . .. . ... ... V...� 1 - - . -J�,." ,,, ,�,Ij..�,�;.,-;.. -, �.��-._`.:i��!%:7,_",R'2�, ...�.! .-, . :%_rl."t , v- ,.:. . ,....:_`�.k1.14-� .. - - .� L.-i -�*f ,,,, ;. .11 �.'P��.- �': '�;. . . _: hin ". !�.- ,. ,-;,�. ;r..,;!� , �,�.,'�i,:!���,--,�T"..A..�.. .. -I,Vt S jdm:Tut��OrAj .�.. .."�.'i"..r.,ZZ-.2- - ..;�,,_,�L,�;.�,.. - . , .. � , , ,,:�;-';�,:;,',,.�..,51-�',i-�,.:�, ..r ��!F,'�,�"!'.-,"�;.T>�� - o -.1. . .z ��'�._ .w-.11 . . i I'mil., .1.., ..�.!V.il4��--,�i-�i.i,"ALttr%t.ii�T . ...., ..... .. ,, - ,��-� ,:7�" - .. .. . . . ...... .._ .."., ;�... ..;� - - ...::,-..�`Z,Imb, -1. . I�P . - .:. ,;Cer�iil PWI;n0�`�N-7., 7 e'-,(i,,;�Ii� _11. ���.,!.��.,:.-i,i).�:.-�,,��,.'-.,..:��-!:-71.::i'�:,;.,;�",.,�'.�'��.-L'.�f;�4."".i�.,.:,2--�iz..-'��.'- �-��z,���.f Z. ,Z".4... ,", . - - r.-,-,,-., . . ':��zi.,g:jLF.,. .2 -��:-, -,- ,- ., I �;.:-; -A.':��.-.,.,�".,�..,-�-t,-.,-!�-'�'��:��.7-�,'�"-"",I�-�.._.'.��-,,�:j,.,�,,'�,,!,.'.�r ;. -.1-.1 _�;,!�;.A'��:4, . � j,o�;;__-�.7r -.. . , jol. , .,.i.,.,.�...!�,,r,-,��-..-'�,-�',-..�,� - ...... 1� .- KV,'. � .4_. , . . 4. -; - ..- . ,..;`�.,,_ " . I .-I 1�--.�,',,-01,---.-I.".. I � ., --1.1.11- .��.,,-;�.-�..'---.,'�.� "4;S,2,' - . � , , "'! n c ,u j nsio. 0.0-Alb th i��-�:�.�,!;i�-.-4.,�.�:��.�,�.:,;--��,.-�-;-.-,."-"fi...�� .. , .16 I 'i,l�,x.. ... :. . .�,:,..--,:.;,..I.i".,4-.."3�ti�-.,;.-Tt,'�,,,, , - ,�p'f�,.Pj. .. ..�",.�f., ,�t';�,;".-Cs-.,�:-,�.�;7-�6�-,�,-,�"i,.-".��,-.�i, " -, �. .,��.�;:� .".U�-,u _*'1,i;J�'1,r,-:;:�, �_._�-., ..'� !6'�i,ziil��v%_ ;' . - �-....- t_._,_.;, :,:.,,:�.:._.'v`-i :ie�e'.�I% ��,:, _:.��:Z��,-,.,.,j;�-;..,�.V,!�7"--�.-,,�.,;-.,.;.,�,,�,�'�F,��,,'�-�.�r Eli.tf4` e;--_ .,,, , , ..��,�.4;);,";-�.��:-,., . I , 'J ON. ,e ,N, -- . - L;--_Z� 'P N:�,,Qj-;-i. - ..., r��!�,�`., . . ,i#..':n�:! 'f - " '; "'.5 "� -- _. ,. . ,. .. ..; , _ ...l.. ...71.-.._. _� :_... .1..i , ., . .".. j"I-:��*.:�L�,'.�..:�';-'�l-".:.'.". ,,,-, '�, `T`-�::.,��_,-���..�,.,'?.j'� i� _ _.,-- a.-R,-,��, _ I - . . .....'.. -I'�,k,�"�'.,-.'.-_:F�el:.��",-,-...�.-'i�,-� ',i....._;;., .. . ..��... . -,,.Y�v ,!;-.I.,� ;.,Zi, 'r . vf_,Iii7 . . . ... .... .'.. . , - - .�, -.�� �, - - I . . . _ . ;... ,�;�.�,,'.,��-,t...... ,�_-Z,r��c� ,. I .. v-21 " -, I � ".". ` .'41.-';;,�` .wli;', .. i.._. .. Z:;'_,-.'.�4Z._;��i.;,�.'�,,.I:v.I i.,!. � . �'. .,W. .. ... - . . . �.:;... �.�;,�.-'%:::...,:�.,:�:��',.��'.'�,���-..'-�,�,,,I�-,'.-t�.-�,-;-��.',�,,'.., , , '.. � e..11Z.3; ,4�4 -,��:�. I . .R-.`.,.;,:,,�. ,_11 - - '.-V-, - .:.�._,' ,:- _ .- , , , .. , ,.,..,... ...........I 5.," �%;,i�:,�..._;., .1 rt .�.,tw'� , . .. .. , " ' r-. .., n. ��`!'.�;�`'�� - . - . ..- . . . ... ". '. . - '!'- . -, - . ..�,w,.6...,_, :�1_'��-� ,:i. . .i; . ,:.!7:,%:1., ... . . .".7!�" . '�'��,.j=L.i-,j�d'&, . . .�;, - r. ", ff".."-NE..I.:14., .v,.1,RA1 liz,,:�'.:.,. _ - `��:.., ii 6 0 tr�t �"OE!j�.'Mkl, -S'�,�c-t.Ilt?.I-.ROt!t'-,'r-.tI . _. . . - f� �, �..!_`��-, -�I �.t-,,'.`,%4,. .�: �, , . - .. :!`,_,'�IFI`F�.. - . .� ....,_.1..:..;:.� , - -..-.� . _;, I. . .:_ .� ,,,. - 6- . ..J�ft.-.A'i- , �� ..�...�,.:�-:v,%,-.1oz�d'. - . i -, -N Q . . . ERJW�i:USES_;:� -- .. �;- ..' ;�--ll!.I,I-.'�:�,;�RELA�fibilS'ki:�'�' . ..�. ". ; ,�,Ql V`.;�,V,11:.ii. . . , , I � '!N_�;�4wj� . . � . I k I S. I . .- . ." . , _-Mrl' . . '.. .., ".-_� .- . . .t., . �. zl� ?. � . . . .- 6;r � r. �1 26.11 0 .5-M"A �'.-.. .1 ; . 1. _j.;� . ANCSJU! ... -- - .. .' -V ,,,VE,�-.�-.4'.I....., :.:. i ' I '01 G . I"W- S,�... ....4,k�m,.--.,��..�;�.!,-r-,--�; ' '' -OF '. �-- �- ---- , _.�,=_,�-ie�,,ilg .. _ . , , , r;f�'f':7 ;,� --;:r,j* 11--ji '' VENHAII C EME111_� -',L 6! , M .-;PR *D L,C" � , , . . - . - - - - -. .... . , , .."mc .- . .T. ,�Z;P;Or �i, . . .�,`,�7`,,�!;� -� - ..,:: !..,, ., ., ... "�, ..- _.A,,"""?�.'. -V�;��!!�.�,� _�i.. I . . . .. ...I-- .,..--..', _ ...-I. . 1.-4. . . � . ,C. ; �:�";.,.,�--'' ." ... f�,.T�yWw'P,5 I% .. - r V, , -� ,4 ,�..,-7_,..-Z.:!4','r'.;,�, ." ", .� , . . ;i,6;_;. ...". . -� - . `- .. r.... ,P -.-�'.i . - .�,:.,.��.' 'L.. - . I f. .: . ".,;, , 4S.M!--,,li;�,., .: .'... . ,., . . . ., _;; ,z ...1.v:. . .. . , .4.� . ..... `.'.i", -C-..--., -` . . . . � ._�.. , ,�', ..... .. ... .. .. '....,.. _.. - ..t . , _ ,-��i;�e.; - ..,�,'.".,-7,."-';:,,::�:.',',7..:..:i.--z" �:�,.., -',?�q�'�.e,.I,.'--j,:i,,f,.:� ",.1 N . ..� N,�......1;,-,�,"�-,��.,�,�.;, -�.. - . - 1:.....". ,.���: '. . , _.,: ... .t�.,�,:r�.�..r:;�tij�f� .1�. :; . -., ... -.`,,-��; � .- ... . , ,.-i.4,jt , . .., :.Ii��.!.",..�%;-,-.'..,:...., - t..".1.;...... .. ;..:. ". .m. .. " i�:_ . .. ,--:",.- ".-�'...- jo . -1, . . .. .. ...:,_�5 i.:., . . :_.--ir" - - '... :m- .. .�� - .�--,.;,,.r_',.`�'�'-��-.-,.- , . .5.n, ,:,-, .. .. - _.... .. . . - I I - -,.-�".� , ,�-i;'J,,5'ib'�._!Up ,%, . � . .��. --,:_,.-�.. . .:.1..; -.. T, ..�r,-.;,-,�,t..,-'.�`.�,�..,;:-,;�,','-�,.'���-�..�'.-�?T 2�L...�..j-�.i';:�,..,, ,. .... .. ... . km� .., ,4 ., �::�.. .� , ... - :� , -I ::!�;." i�L.;, . :i.....:... . . .. .01b . . .;.,�,,0,e," -� .1�;l % �;,"I -_- I ..:...._., , - .... ;':,V, .... %'4-, . .. . , , .._r..,....- ;S_�--"...'. .. '..,,.��.,: .�� _-X -'w'.�,, - . . . ..',� -��--.:�, -�a��;,;�� .��g--..- - -AM"',�., .;�� .. . � ,-.",.,�.,�Sle a.'. .", .., �A 1'��Kll)i;-i_-'111'�.`,�--.�::-�,,.�. ..,-.--.-.�� ; .�� - ," '", ... .. -,,�ii- _�__ . I , PIYL�W,,;?; ., - .� '. . . m, ., v '. 0, . .. . . -,�..t%;,��-.-,a�--,��,4, ', `_ . I - ; _. - ,.",-!:f,T�.-.,�,�r,���-..'�,!,;7�!�e�i'E.�:�- w ep;�W4,.- . ,k. I �'il"-'.!�f-l'-�lh'.t-.'td'uk6tS:�',,;COP'.,",' 0 mwj�l . -�,-_` .j,'I,*.I,,17-C',".1�RREV r-?.S,l 1;LE ENTURON."IERia ,-. . J I ITTIMERTS- 2- 2� 1'a . g4N-,�,;�",-,� - . , "." ..n;�6 �6C , . . . .�n�,.MF E�, - - I_W�ul��_ ..FX.,".�--.-...� , . .ft. , .� I . I . , 1-�,;3�,- , r .1,.:1. ...... .....,.. - , �, -'� --..:�:-,�:z%'_i.,.....!i.."".E,'�..`L.'I,�";,..,,.AV- - I 1� . ,..,.;,. " .;. ._...M. 7.1�.-m...i-�- ., .f, , " . . ., '.. _;,nm�-.....; "I... '.. _ -a,,., � ,�tff11. n . . . _., "J:Z im"'..,_ ....Q....."_'.., Nt�l I . . I - .� "I I ` ,_-,1, -�L g i,- -- . . . lmr.:�'_.,T� 'N.,-.,-,.,�.,-,:�7,1 7 . ... '. - ,".. - .,�,_... ..,... .���'_"!�;_%!-_��:��j!" ��.:r...;�:i,�"--� 1'.,`�-�um � mi F , . . . . -,ti: i'�:,' .- . .. _ ._.. '. I ..z 7- .- _.- . .,._.... , - ",.,r `!%" I , , , , . . . - .-� "I'MV.,; . : �:�'�,;�",:-.,-, ........... . _.��,: . , fi�'.....'.. .. ,�" .1 -, �.. .,�.. ` .�!� 1-'�':!,�,i.Zo�v§.�- , "', ... IT.....-P , ��..�: - 4�. om. . - _., - .� , .11� - .., .. .�. _ �..,�..,a �� . �1`- . . . l�'.,-.�,-�.;'�,.'.-,�";i�q:.,.:I.a.:,.-.�-,',.�.: ....- -,- ......��-,-i!"-;i:��;�;�.;�..";,r .i�ke I.. .. - . ?! . .: ::..-..., .___.- .:. .... - - � :r. .- I ...�r_., ......�,.!�J,�`V,;�'-,,�,��,4";!z . .. - �!",Ij`1n,!2i',v.- . . .1. ._jn-. �;, .,� ..... , .., ... . V�-'�-�1 ,'��...... � . -....... . .... . .. '... , . - - .1 � ... . . 71 ..- ,- . . - ,;-,'11-�_;,Zr4 . .... ... ... '... N�, ,.f.,v, %i-'o .. :.. .... . - � "-.`,-,,i.,. , ,, -, i . . , .... . - '. ,:�:� ;� ;�', . - .,!..: . , . ..._.- _ .S_ .,1 ....,;i.,:.�,"i,.-,,�:-�"�-,.-....,,�t'...-�:-.-'".--,-� ..�--Z . � . .k.-;,-;�-.Nv":m .- .. �: " 11' , . - -- . .. . .'�;�.,�1'..-I� . . ,� OF-blfoihl.....6 .- .. .',-'n.;,',' �.. .. .. . ...... .;- r..- .. . .; . , ,.:::.-�',�`,�:-*`-� - U -`�Vi�'XOIISJERVATIONI: ' .. .. "ESCURGE: �;�.!':� ,.;.O..-�,..�-�,'��.:��..,.�,, '� , .;. -. - .. , 'I. - , - ��,7-..-i,,,..�l!,.-�;�..,*,4;"...,�� 1,_1-..db..m 1, .. . i. __;i!-;,.-- 1-,, ,..f.A,_ �v....i,.;__!.:`.��' �� -11 _,"'I"?,�-3 -A .T .- . ..11- , ;-1.1._- .zi.. V". ;vj-,Z7�. P - . . ..�. '��z . .1 ,_ ._.rj_.".111.1. ,�_k--�-I . I ..... .:.:. . . . -::%r".���,�-,�',� ,'.; . kf�8W,�; a)� 'k. .I 4 0 - - -�'.�S r�'t';,"- - _ - _.. '. 0. �. ...; . ; �-.',7�',�,Y.:-"��5,-"--,.;.��.."�'..'�,.'�, -i�,:.i,::.- : ;-.-'. ... . 1,-.1. ... -- , , . ,.�� ., . '" _-� , 1, . , `;�.�:,.f- .. . i..:-.,.. ,�4;�;.11. . � ., "'.. . I ,. . . , . , , -" '� "�,'T.�! A___n-.&_. ,-.-. . , .. ,".�Z!;s . .. i ..- .".i.,i . , :`_-��.`, . , - ";:' ,�"::�:�'n"�.'.-".,�.;��!.", - -, . - .. i.... '..; __�,��4 - ` -j..-";,ii'r..-.. -!��,., .., , ;- :r,!'!'* .;�;?�!�I��- , .. - %.!-::..z .L.,';,L i"_�!�,-m� , i,.,� ,."",%� .,!�.',-.,..,,�.�;;,�, :'.'.-..;:.. -F���i;-�,,�,.,.�.�'�'.�,e�_��.�..,',:.�i-� �Tg�-�'.-. -.I'.. .,; � -. �_-, ... .. - - '14, ", .... . -. , .. - . . - , 4 -9, W .:r4r -,Zv - , � . .. ... .- _. . - ..�. , , .._',.__-.. 'rF..'M - .1� . �:`_,.:_.�!��.",:�. .,!. ; ,�.. . M N._.." . _j;v_ ,�!,;�!t-i'�'.-:'�",:, 5-,."'::`,�-!.,,�.;��-: _-Mb 1,1-1--1, , w .01.% iv- , - , : - '. .. . .. , - - - �-.:I;7..... .. .. -:.�, , "_�. ' .... - -i�;:!-.7',��.�.-,.,_1t--',5'.;,.%'�$�,T,�,,,, AT P, .. 1,.... '��,-..--,.- ... _ �..;;�,...,.,.�,,�'X�.'-i..,;;:4"�.',���'4F�l-IIAL-';-STATE-b�,EI'N...�......" .�.-L--,..,. �' ,4.,�;.!,i.',.,.'.-;.,?--�,,:.�6-..--. ..e,-.,.. ..,�,�i�, � .� ... ;_.; � " 1- _�'- �.:�."..:.-..:,..,r��,�,.:r,.,�',"...:_- - .11 UM,.�-vA I .-- .......- .- . ... _:��4'_ �, r M,., 5z, ."M -"�---e,_r -�-.... 1:.. .. .. - I I '. . . : , - ,0 ..,. I - - ... . . - . - - " , .�� vi",�, � �'5;1!�Zcf . i !� , . . ..-�...7,.�. . ., _ .... ...' , 40'. ..m'._.....'.... ..:...� .� . . %',,�..::,.]Z%�i��.,�,.�r:,��. _4,�.�..� .��,"'N' i'�,�.':�,."f�Tr - .---i n, I.L.I.- , 'g,,�._,�: . . .. .., ., _ .. i. :,. � ,-- , , '. �.-, AM ....,...:..... ,,. _:�I�! ..:, , . . ... . . - , - - - "� , W'Ie�.i� ,... .;-".,:"..'..., ..; . .� � . .%. -wa i4i . r '. ., .. .. ,�:�;��,",.��-�����i.�'",�.,i�;�".,.,����- WN'P'U,,k11PPRt,,1!1 .."�'! ' . . '�,,�.�!:L.�p ,. o"`:.... .. .�.,. Orr , . , , :i P a -1-1i.? .; . . ..;�-�., �._ _�,.'.�� - ,;- -. -......I;t �_':,z ",:,;i�,�"Z�i.�_.�- .�-" - , ,, �r I':...:��:; ' . �,:-�::!.�'.�", .��',,�-'.,;F V".'-�',�,.---�_,-_?,�.It�;;;,-�-,:1:'-�.-t-:'_-,.;...'..�,.'-�..'..',-.:,,... �-..-�-,i,-� .1-i.I-— '.1 ... ..; i,-,.1'Z�j.'�-.4.1�..;_.,-..t.,-,�O ;��-,,,,�,�,"�-1,41g,.�;�i,�'rk�;i, . .I,�`--ki,- . . . . ,umsfur.av-1-'O'ti-CEBIII:t'-I'b�!,'�DEVEL�GP2MEf:-,T�-e;" - .v .. . :� :t,. . - - - 4� % 10 I 1 - - . x NFU ;�,,:,.-.':.. , � - .. '!` 9 �__�_T�-_ . Z:r,l,-,-� -. .. , 'A . 6. '..., -'.,,-S��,gni�-�.i�)-�_�m Rr C,jil',At N DAT I ON,�-i'111-i 6-66"'! ' wip'-- . .. . k ��-",��;..".-�, .;.,...-,.,�'....�..I E ( .;.... .�. --i-35%-47t, .;ti;.&�!-�,:�.,,...,...,;%��.'se -, _ ... . . -.. , ���.���iil,?�k"h.7�V1.4AW;t,F."�i!n,v. ,-.r,`_ . , - -1... ...1�!',... .. . ...- ,z;� - ,��2:Ll�ll,�4��,.�l..-:.,,,;*f�..;-.",, -.,rik - __ "'it'it, &:,'��dVZR.h A ��-n�,,*_,� - . "i .� ..... . �.,'��.; 1� _'. M-1 - ,�� . -A _�, �IV,F7q" , , �_Iz -� ... - . "I:m WE"M � .. ..i.- � . . T-X,i!,.n' . :I . . ., - . ', ". ,, tf--Z�5MOR.- '" - -_. .; . . R jA� , PAO, .." -0 A , E P.r., � I - . -1, - � -�'_ - . - , 4. " . - ci�7.1. ZU �614 .�. .!�, '1;1r;�7';`.-i _,..;._ --, ;�..,-..'�, � , __ - mi,:�� . .,:i�;�.,,.�,,; a �� �� ,1 . . E2. '."?,!_,.;��.:.-.-. . . . �.!i.; 't - .. -,'.,i.-,..?�,.;�_ , _ �.. .1'..i. . L�.-�--,�.,,�'.i- - �*- ,�!r.,';'��`..;� -.W-0N;.-:r'M .. �1: , . ..-. - t,.--� I �-!.i:,'�� - : . . ;� . _":� ...:�7 ..Li. -%�ik'2'e,`�, RP Nt, . I,".r-11 ; ..,�ty '�'-�F1'y��r,��' Ywin m�..'�Ql,izf,:�"� ,�,.Z.-..'.'...,;."..-Z..." -. - - - �.'.�,.,F,, .. , _ -01....:: �4 %.. , �,Z,Z;,!.A;.,!i;I.�,- t . .- - "A _4 o�� ;!� .; , Z,v,'r-q -M. -�_W1. Z x- ; - .R. . ., . 1 R " �;:.',i.-. . . " W5, .g _.�. , R '- - ..t _-" ,�- _-F1 I'M - .-F - - "S. ,.- -_*il_�r `�'��L . -, - ,� ,- -� " *. '2, -; -i ".r, - ,4., .. . .I. .1 I.i I 1.�.M - . - . � .�. . .. . . .. .. -i ,1?uR.f . .:�..'Z�-'.t"7,k.,,Y,. - ..i��:. - :.. !-,...."..,?""";.i��n-..�t...'�,-�.I.."�.,�--i% ���lk.�7��-.�-.-��..',4��L.-�-i,!ii.,t�.-�t�_. . .......I M ��i_11�1_41., -,��� - . ,,.�,;,i,;,.,_.-: , , - MR.- ;� , �� -n.�..N'. :.... . . ii�'. - - - - -:� -.--L I . . ."x"";,;��'17,�N"�-,.'-tl�li-i�,.-��7t'R...,-A�i�,�%';�,�;,,-'.'��e���...��-,�.�,�,r�,,.;:�%-,7,�' �',... -.,-,- - �.;'5 --� - _M1IYM1; i .- - - iE -1 .. m , , t4 1� I .1�._.� :.,I-:4��;:�,�- �-,'.,'.,,;-,"--_�.---,-_:,;,1��,-_.g-��_..,:�L--_.114,`�',,� _t_. --J?._y Mm.Zo- . J, . � .. _ �,�,�z_r, . . Z I,� - � . '. .v.,,.-.- ,�,. -�."!�1`4m`,!���,'�:;! . � � _. , .. W " ....I. .......;., . " � _......-1. .�og_�xk � , -, -,� �*!A .&. ___ .- - -!�_,<C,��e,!ig-.',-;, " _.-�g _0 - .-- I "I "M I I.,11 - ," , - , - � V,';'6T;S:: - .. . -1. ..".�f . ...... ��,�` �,`;�-,�,,'1-7�--_-' . . � .5M ,- ,� . . . ... ..,Vj�,;, .k "' `-,"��'Z'.'t .;: - - .._-5i �.,N,- .;�-�n" .- ,-�.,;.,.;�,_ �,g . r . ;� ..'P.-�l.'..:.��:'..:�;!...!.,�7��:"�j'z,�,,-�:-.'.��-...�.:�.,.,.;.", e . , :4-_ .. 1'1'a,,;`,.U. . . ; - _� _.��x . _ .�.,. . . - ,�, . . :� .: ,f.,..-.:-.. ,, , � _.. ';l , . . . .;.j...:-.,.��`Um;', , t: -,,.:',,�,�y�.-"!.,.----i��'.,,."', , -._. " ,...:;�-��--..-.'�;�.--.'�'. .: r:Lz:-.'.��!��.�,l���.-�,�--.-,.e�.,i!�,�-.-�,-�-'�!�,-4,,P,-��,_'.fi�.��., r . ,. I , -:"s . , *�. - ....., .,;`1.f'%', . - Z�,-:g-_Ww ...V , . . . . _�,� .. 3. ""..- - - - '"�r '_Z 8,.�N- -,____ ,�1.� -;,:�.`.'. .. - . .. � i -- - ,i .I.�.7k.. " ,%; " �4� - - * . ----- -�F 1�;, - -..." _ '. "�,.,,-,t ... ,,..��-;.:;;..�.�-,Z�.--�.,:��...� �_ - . -.1,;,� ---. '. .'i,.I ,. IV.� . ,�,�21 .�.. . ., -. _.- . , - ,.�,_�..'L."r,:��,'.-.,-.�-,L?,�', ,. ,,g , in:,I!zA.�".�, --,�_'Z� W __... :. . .....,'�' .��W�f��W�.. - - - - - ,�� � '� ,:.* ,:�`.:-- -, LfN4 �_.; ., .��Z,:��, . . -i -14 �',, -,,.. . .,iMIii.Z -4-i.��IL'...",.'�.",-.�",.:,.,,.�'i..--.', -5, - . , 1421 .-,�1.�.��r . ,t_,1 - " - , -,.1, �, -��X"., _ - ..,.-. .. .11�. --1.,.1-.Z1..............1.�,74',�,.,,.-..,-,.-,:�,r,,�?.-.�.�"..,7,�!."..,;...,,?.,�.:,,i- 4m:-, W.D �� . I—. - . .- .. .;.,.. _. '. -,�o,".-.:��.,��,�, .,.�,.�-� .� - ...... . . _ 11 r ,&,.'7 _`L--.� , . .. t.�..ie F",ami;-1,vk1, .., .. '�--."�'.;'�t�l",*-���-��'--l�i-�'."!,�..,-.- ,,?�,-'.--. -: ,- ji-!! ;:�&15 I., .. �W.Z.�A"'.',:.'.' . .�,,i%::x. , - - .g _,', r�_-,g,4�_�,, . _11.1- .. ,�: �7 - ..;.�,.� . . - `.��_r,i _;..,;_.,."It�,-?:`:��`�,.�"..�-., i , - , ...., mk.,.,u..-��.`-.- ..".- ;' `:r , -.. .. . � - �,.;":.,. .. ....I ��z - M� '�'.�;;.�'���r."Z,.,-".,!-,�', . ,'�.:! - - I - .., .�1..1 4,:tf,,.,�,��';- �!:�7� yg�-;g.�.,,Zi .f;�� r, � -%,�i'��=.�7�%,�;r. -,'.j��.;"J[e, .ff. fli. � .%P " .., , -.F,��,..t..--r-��.�.�,;,;k.�.-�-i'.--�-,L"�-'�,�'.��'.��,-�',-;.,.,.--; -��� i% ?,;� �r t�__ 13;17- ;101j_� ., ,� - .%. .r,cz, -� _ 7M . �...�_�., -?.:�,;� 1, . -- - � , L".t ,� .,_,o� ". . . . , .c ,�. -n - -..�,I -1 .,-i`.,_?,V'T�' I , I .1, . " ... ............� . qlta�,� 'Aa�... Z _j-,N',, _, 4�� 'gk-N,-,- ,.., I - .- .. ... . .. , , - gsn.�_. . . - 1. _...1.1_Z,'. 'k .. ., . M .. . "I'-,��;'' - � . ., ,�gU,I;!-F�11�7_�.-�; -��--`� - `V �:A i�Minr�,wa-. ti-S.....'-,- - -WN 1;,M 1:p�:r;��*1'1. .�m - � �.. � - . ,� % `;'- _,,_" "PI ��, �._a�,am �_.. , :,��, ,�!,,,�p4j�,;,�;I-�A'-t .21 ! . ....�-,.a. ..,.;.;z �:s>�_&, -��;�� �"n�o��*,�,-tZ%-'_-6k� . . .�� .1 - - :., -- : ... .... 4, t'A't". , ? . . _. . --- , ...:. i -.,.'� 4-,., 1.1" �Ivl_ .4SX- , 'a'T;uA8,�a._.."WNIU.4,_117xc 1 A; t' _. - . ,,,-.;. -.- , �a.--:'��L��;'z - -j mg.ow ., . M I - ;.... . -r. . , Nr�.,W'w _. ,,�,ivi, .. *i..C.-__ .. �il.*., c '101.,, , I .. .. ... e�'.;�"� _..."m'. ..4,..". !m7l -h __", MAI � .:� ...I 1w. -I ; ,�SL,�W.;WZ�,W-V�,Z'vqg!�, ... ... .�� �._,, , 'j .4.P._��.T,q.�:;I.ill�'. " .;.�. .'�,'il. ,4�rTu.,r.1-. � W v ii, m I ,-,,�,1:a - ;�.'y L:,��.ta5 - .� 9 ., 6 , . I- , 11,M"M, - ,FE�. - md, ... ,_ - _ -,_� z-, .4�."'..,,, I-- I 111.'.%.�_... .., .. .0.�1! . . 1�--,I. � ��_ -.'.-, - '� . W , : ... ", . . .- - `h, -f- ,!�- -, , 01 111� .. I _24r, . '!�'-;?N"z.':1,�_T '�-_�-6"�;.� ;..t�n. - 1<1, .; . . . .... . V. ..w _�W1;i;R._ ilz . ..,-- , ,- - `Vv'�;�- "; .-. . ,� .. - '!� , "., . .k �il ._. . . ..'��..N T:;"�,,,k . ..,i , a . _. . . - .. . . ..,�.?,;�'�"4"A�.;`�-�;."-��`-�,.�j�'.-�t-'R%,.;r - . �N_-N . i . ��4,,,--..44!� � � I '.�.,%-,:. ..�L�Z_�%z.-,-,.1,- gi,!,-,C.7,�;C"iF�'��.'.��,7-.'.'..',-'�,;�,,.%-,.. � � �,�%-- O�. ..,.: . .. ., .. .�..�_. .,�.. WM E� , � ., - :�.: . ., .. - , .. __ . � __ , _ . � . . .. . -_-._-�.-.7.1�1., -.' 9-1__ ..1-1.Z7 .-. �Pe�!,.,Jr�. . . . . -, , , . �%..'--ir",-_v.,.� .z - i . . . . �_,_._f_.,%� - - ';,f�4;n� --R�11U=�4M,,�.,- - . . :. . . __ �NqK,",!`,i%'-.�� _,.� �� 3r 't, � M.: .. . . . . ....'. .-," �,I,�g ,5rwg _Z:.__.�"i!wrQ ., -g :t"N,�L`-L.0 -.W-��__ 1, . - , - I - ��4�.,�":�'i"..'�,e.,.,;;,�,�4�'i,,.�; ��-.-!,; r"..-R--s p-,1� -1.._.... .- _ .. ,��� i-.,��,,1.,..-;��,�-,;;r �,-'..;,-, _.., -7.1 115'..I.,...1. . � .-�, t� 53; � . . . , ,.?j��-�;i�, ir �'i.71 ,-._v;i.q, - . . . . ':704 - "T. -- . ..., : . . ;.�.. .., ."1__ir�,n- tv...-.�r- m_-�Zt�".?�*�':'Ii�:::.-i'�.--7'...",.-"-T.-��;,..-,t,�'��.�i�,-',`�,`.- '-,��:�,.L:�-,�'�-r."��'f�,-4-,��i'�-��`r",��, .Wli�*2'ROII. _... �� . . � - ,_. 'Q, " . ;.�....-.1- ..;��.... '.. ,.-, _g,-, .�,,-,'-.�.� %R� � 37-11 __ .;4;.�� ....-, ", ..._ . .L zP ,�-LI�;li�,,�"�'l,ifl�;;�!li�.... t.,'... , - - _1� ,,,t 4'1 :-I.. ... .. . .,!f,- - - . _,�___, 11_-.1"1--.,.. . , ,� . . ;'Z,;�_��;:z. ., �:Ig�,'� - _ me".- . ?" , _��- ." - --- . ". a . . - ,� - .., -o-4.'-*,�,5`.!�,,�,� - _7k.;�, .� n�!�M�_" Ti*, �'O�r -- . '. I ""7.zz --,%in��',---.�-,_''.�,�'�'�,,..1: .... .z �;7,..- .�� .�.j',�!�7�%,Wl� .. .. , Xi',F!�m411 - - , M.Z.�,,;� a- .. ,* , " _._ ., -, . ,z�,,,�. -.�.�',���F,f� ,i ;iMf�___f_1;1!,.�, ., . . , "m gj�j. .�. ,�� .2.�,�, , .;Z.r _-, .;�E` .. L. .1.. , _-�, - - ,;!��, -_ �`.7�-5,- �_ -,��-__ -.1 . - .w.,,�,", i,'�', .6- ", �,`,_iK', �,4.�'5..:,. "-, ..1;I-T.,_., . _'.- 'a-.,;:-:,�Ij,f�t.�'K� - - - - .? :�;;;g_ ,,,�"I.,� .; -:,��-�`,�_ �; .. - I_ . �k-�.0 ,':�t,' ��- v., - ,"', ��P�`.�Z . . ... - . `p��,��,.`,�:`�!'L'�%E-�,.-1,-,-,.,Fg�- , .,�. - . -.4ia,',R' ',T'��,', . -,17 ,�-,z;4��5,�k,.T,g.,.,!,,%_-" ""' . �,-'.`-��,.`�'r,�-,',!�A .... . . .I _�� 4;g�*�-6�,;-x,.� _.m.-� E_ a��.Q ..-I.II.M...�,�.,.- - .. ...I---�� 'i .,.. . .., ,�-A.'_'��..'-_ ,6 _,-,.,. - .�, .�.�,.� - m;-4.-! g-�:.�,,_R,:.., --;, . - � V;�.,.�� _r Qg.�, - ! ",�-,-_. . . '. .,ig.y - ., . 7 ,�e, .`i:'.f,�l"'e, - , , �_ �p _-, �ZN: '-,�j��,' � . ,�_'."! ., .h 4g ,.1w, ',v. , ..':�' ,� - 'M-, i M. .. . e-11;Z�4s ,",� - . . I ., .. � � ''.... . '. U - .i--.'...-7;�% .. - *. -;.P-�-�ft ., . ... .�;.�,t��� - - ._,_�...-,.,�'. ,�,��Z.In,.41'11-12 7;F1M'1_. , .... 1-11.4- , 3��2;...,."I .,�, - .. �,� !;',%,� !Ifi�7V4 1'%4i�Z';-- � . . �;.�- _�",. __ _ 2, ";-!,��;!,� i, ,3 a . ...1. . jw -_._� !.., _��T�..i�� ,, . .� , ,�,:ib�-,Z,-4.- . " .i. -,. i --le . � .` ,` , '�- 'f -;A� i�_�!ncn�-,��'_'Z'W;�-� ..�4,40 j7�- '1.x* - . . ........'vi�Z;"",_- - " 'f - - . ..,;,z q:�.�I .. -,'�v 141t(��`41-I.- ,r � . .- - . &"!.�..-" - I - ��t.a -, .,,.". ..-,'� .714i�� ;_�"I . . .,.�-��'..'��,�-.,,:i�f;:-�'.,---,�--��$ ;",if ."-C�,,'.�,� .. ;.-,� X;,X;X,�:.T;.- ;;. .". _ -.��t.,zof ., ..e -���'�,"%,-, . .. -f�#.,�, -�� -,,�W ,:;.': I , . "- I �...._ .!.�..tz,�n,1"..'.- 19�14 r-.;IR W.;:.!��-,. ,,� ` . - � I I .� V,' ...7.�.. ... , L .. . .. - .,,%;""..."",Q,.�-.�.�j,���, �1--.-I�� �-, N . . �..:.,i:',-i.._r�-.�:.-�i . . --- ,IN-1___.-.15,i�.,:V�`,� ,%.`AfKn2P',f-FPS . i .. -1 `_� P�11 ,,``� %�.' V.r ,�!,;�---., .!� . - . . . - - 4 .-T 11--f-I!; -k ,.�.r . N, , �, .._ P. -.4...'t, _A, f. . �, % _�.I....; .. . , , --1,V11.1 .""�."��'..�M-�� N, 4FM� .�R�z, . ,,_;�,_ . .- . . a W4.-,W�-, r . ,, It, . � e�glf_ Z, '4�R,_'.� ,01", ... ,�-�- _. .... _�. . .. . _�. , C.... ...r _� . -1," &g;;�'g,ii-`:-:�', -.:a.. .. �".'.��_4;14r--:t -,,;�"k,'-p4 - -..,-. - 41-',,��P i4!�Tv��a,,�Z!-_-,2A�!..- R1-3;��k2. _� � .... .- --4 r,�.I,,-..,,,,-�-1.. , , " . , �,F.:t.-2v��?.-, gi�,, ,i�,Z!� - i, 'i,".,',-,'�,'.�.��,.,���'��;-,�.,�;i,�-:-'.-ft4 ci�r ml� ,,--. - ,",�4&z,��-,--,:�_%vf,*-�. , , ;� , . 0� .. . ..f� ,:7 '�t;, r��.?.�-�����;::,.�..:,-.,--,�-',�.:-".,--,.; . " . ,CQ� i"MI'l,N� .-11 * ", . j .. ..��Vf-%:.��iT.;�'.W . . ��t� fli�.A-;?�, 0,�2�,,,w�i . M " _;".", !e"K: . . ._�;� R.,in !Q?tV,��3 AeRM. , - - .; . t:�',�., , , ;-��,.: I . .�... ,.,�., �-?�.��.,-*M,�. , .:�-:�.`�,.,-,�.�:,',,*F3,---,�;,i�s�i--�.-41L.--.�---,,,..�f"I :0L:x.N_w!-�:iq;..;w.-, . � -.��aN -�--" - `j- -L�;' Z.M�. w".. .X..I - VFI,�,-.. . . , . _�,�'.,�.�,.. , ..%, .. .; .- . , -, -, .!�, -. .1W - . - ... . � - , !gw�,.�,, j, .A ,;..,a.,;-,-,:,��',�,�.,:_�:;.tr,.�',--'.���--,'-�;..7.-"�, -!�, -111 r-12 �i,V.�.".Wz f4_��Vzx I I .- .i.%--�..,-�:... , . . . . ;�� .,:"z .� ,.P .'. I . , -- , , %,�',"'-.--,,--�r�-��6�',�i,���."'�,'r,,,�E,,,,.I ". --!�Px _PV,. ;,..... .. ,."I'.�,.�. � . , .. gd ZIY,r,�N" �j�,. ;� P.,...- .".. ;q. . - ....,..'�%-, 7- - - - -" _,-.11�;-;.;,.10-;,�Ig, -�-g -4, . �,.;�,.�._,j,-.-,::,; 1. .. � -�N -.�, � f- '-..-�:,!��.5.'.-�.�l�:".;L��,�', �,,�;!" -l"I't.-M "4.�&_P� .i.. . .....'!�;�`k;E-M.".gi.r ;t.,�,_ .."r 5 i.,,1: , , - ._., L-_1 I.-4. -.- .-- 'PlY.J. �'. �& . .. . ... .?-.-...___.111-1 .......I.,- ff�1. - .,.e-, .e .�, . . 'L i�-%w A. .." , 1- ._.0. -,�Oz . - -1-.. --00 ,-, -- 5'� '.N11 '��'. '��Yw,Q.� - �.� .1. , ., - � - �t:,I,T r i,% Na"', -.&R_;,-,g - �-'�, � _ ...I A , . ..� i i�r.N.i i,4A R�.,,�!;.,M.,�;� y- . �4 �� 0; _11 � �� V --- ..;*.;, .kli'.P ," . . .j,� -,7 , -1i . . ..... _,, " . , -- ��-.- - - , , _. E . 9, � _. � _..,_-11;, - -.1, ., -, �_,i__"_`_i, , � %;-io" , ,,,�g�%_;�� -,,�.�_�','r'�".�-, '.� 1� " 7.... ,'.�_�-;%�,,�, �zi, .,.,i--.Q---- ._...- ___, g! - 'r.,-7:-,.j, ,4,1. . T .� . le �.,,-,��]�,,��; �. . , t, .m N.4 ,�,i,.,..-�-.-.:.tj,-.,Z -g�-1 -i,�, � .�i __ -,� --1�I"I.- _j'f�� � I .. . , . '.4. -4 . �.?-1- 1�,� 'M.1 10 -:"; . .6 , �. '71", 4',&014.1�1.,_btu"Ss ZM;l �.,: . -77 .�, ':,�-Ts"t `-' zk_,.�';',�'-.5.21�`��.�.,' ,rl._ � _-, 1�:: . . . .. -1...�., .m..,_.t, . - r% - _ .,_S-.55� WC!, .." . ........ , .. -� .,g ,Twz��.`.11.11, _.".�.41,__., .." . . ,,,pf,,z=z ,W.r-.._*_ . " -;.":,:4,,_ - ,thpA.-M-, .. .. - . . ;..,��P,:�-,f, .�-Ji. .I.. -�' . "-" ..-j,15 - ,;,IAR-i-ZOM.., ,��_�,? - ,��.�- 4.1 .�.4:. _ " ':,'N 4,4U,5d.. �',f�___�-- - � - -3?t -n 1,�' ,- .. .. � , -:,t,,�. . . ..��. -.-.!;�. - -- -t.,�.--V- - . ., . qtv 44& ,.�4!g .. ,.? ': 'r�-%�:�'--� -_�S,*.,f��N-;,c,.jg-.-gj-g-.-,� . -� � .:.. . I .: _",'�.N....'Z .4`, �,, tv;;v=�:Z-KrAj,, . _'j, --,..4 , , � � ��Z-_�.ez . W., -- . .�" . ,v-. ,)-�1-�"2�;,�,..i". .- .-� , ,�...�.r - 'KM1!dj4kft2=TW0a 80.1 ..�,- __ . ,�,�-;, ..�-...... : . _ �S-'.,,, - 'L, _g � _._ ' , .. , �.. . .��!.�i� .. .1, - , .. ,; '?a ,:�t ,, .1. A. . a'. 4._. - .%6:� ..- ,;--&-=--,--,�e,-- �S;-....,_,--.�:.,A;.��ti�.e r:� *.6 .%,n . .I !. :�,; " � .. �.� M-1 �_ � ,.q.,.,N�,�.?,e � ,! ��.�"I .j. . . ..-r'. � U I ,.-A. . ...' - .g �,�_ .� . .�.;� ,4�� _.: � ." ml 141I� '��ffi R- I I - 'W").-A ?..�Rt�:R -"- -..,.-. ,�X'..",-, ;,..A;Z _- z"', " I -1.. R" ��i�-,,,�:�.�.... ,--j: _11,1,44 �k, , ,�!I , �P - - - I... , � .1'%R-,�,,,.,,.. ,. .1.- . -. -i;. -i;. UP,4 11 jM'r4;z� 9--i'"""11, , IN hl�.. (.,.I P ^M .t� - . � . ..�.... . .lyih�-�,�,;,ZL� .,;.,IZ� � i� , " & !1V ��..,Qm. --- : . - .'n";'q.jg VZR...._ -A,�_N,`,!_;,,� __ I.M.4." . ," ". . . _:�'�;..`' � '. . .-'z "' - _ , -�� . M, `.',.,-.-_P, ..., . - ., ..... -.1. 5!��,-18' _.,-V", T "'.-, _R '�it!�..- , , 7 �,.,�';.%_; I -M- ., ;'� .;, . - -.I��1.7�,.�, , �il� J - ,�, v . ._7. �,a -.W. . -11 R , , .11 . . . I . .,� .�, �� ', I il,14_11z I . - 11 � '. , . r,,4,4,-,-.-. - 1��Z.4j�j. 1 . . � � , A-,',,.- ,-,gi�,%;,-.�",-".,�r',,',��.-',,..,,?�'v..�..,;.";�-.L�;,"--�,.,r`i'i�z;'i-.-.,i,5.M�'.i'�,��!-,.."t--..t�'..,.i-!�,.-.;;', . .. . ".= I. N , . �._t t,�7. . ,_ v ", J- �. .- .. , ,_ - �;].;,.� � - .P-.- �. . . - . ';�� ,-. � -:,T - . . ... , , �_, "' -,.v-;---,7-.-.w--.,f�!41� ,� .,,��,� �. ...... .. ...-;:- �-',i�?.;,.���,-�'..�",b,Z�--,I�",4.., "�,;.;�'. _.a. ,�...'.', - - - _� goms!'. � ... .. - ,, ,__-,.. . " ... . I . .-MI.."r ,-S - �,`�`i`.-,4A.� :6Se ,,`�-'-,;�-.,-�.-.�.,.,----. .. ':,.: . - , -.- .-_... Y,- . I I .�'. ,- "A ; -� -.git,;, -F .,-,:v %:.,��ii.Zi; . ..... . - . �;P�.'.N 1%�S , , I . .. �..1.. ,-,, . . . 11,k._,,", .o�r��V.. i..." '.1, . ,�;�z_4a,��,`;�L�- -. ` -��.-'.��okG:1�.-,,,_�',9.- - ,.�. _ ., 1, . . ... .� T�z�%h 7. , M, I ., -- � - � -.�,....�-t�.4.i�,.-ri.m v:- -;,.:..�'. , . . -.. . , . �k - , - .11�," - "; `��.N.'.' ... .. �::��. Z. .k� 1.`ib_"._'- .'.�_: - �- .. .�z 7 I im� " ��.k., -.--, .... .. .I ...:.;�`111:t��&I . �, - --,-,,,.-�.;,�.'r,'�.�,e.,'�...--,;?��.�.�.',�i..� Y,�.,�-��-. -.g;-,-, �.; - . w., . '.... N : ........., .,..-.-",j. . q- .. .. ....i��w :::..-...1: .'.... .;. ... - I -i;. I '101`� . ::.�":.,..'.�..1,. .-.%-. - -1 - -. W " . 2 , -I .......� .. ... -..,. ej.!::- .. .... ...iii� i.156gfl� . 4,,-M.; ,..,:,X1M6E:�_Y1111_� ._ r. .. - ... .. I.. . �:.1 .. . . . 11 -.140- .� .,_.. .. �. i_--..,,,.�4::;�,-zN�. ,,.; _.. ;,"- ,J .... 1 . ,;7,�. -,� - , "Y ..,_...�.A�...-,. '.�::::.,,! .I.,:1... ... .. . . �: '. ... .. _.-;.. z 'Iml; � I "i� , . : .... , �� , , . -. ,z . A W - .. ... 18K 7- 11 I-114-.-,."... �- - .-i.. �... 1. ...1-:: :: .,-: .�Mm . :;-, .1 ,:...:..I..., .;;..... . . - . - 1. . --,,�2,,� 1 .i I- -. :� � - .- : ':�.,-�.",,: . ..,?._17"."l-, _-.1 . , , ::,.:�--,.;-�-.r",.-�: ." .� '. : �;�, . ��::,.:�.--, .-.r',�. .�.!��: .� . ,�. . I . , . .. . . . . .. 1�� '��.4j- ,I-,�,".�"r�.;-I 1 p-?".--1�.�,- ;...;.rl... - ... : ,� _-__ .. . .. " ..1:.. ... : - .i� ...- . ...:_ . , . :. ..... . . .. . , . - . W' �_,_,;t.- '-�:..�.;�X- .:. ..-.. :. . .. '. .. _ _ . i . � .�� - - � ., ,I.,,�. .. .�_ _.:.::o:. : . .::.-... .- .. ... ;:. ::..... . ... . . . !, . '.� j,�;�mr.�,�� . - . . . :..i.:. I.: L..i: . . I ,__ .." . ... . . .. .... ..� ::.-. .. .:i: . .. . . . , :'.�,;...111 ..... � ,._il. . '.. . .. . . '..m ... ... ...� .; . . . . . . . .:! - ... .I .:� �, ._ .; , - j., . . . . . : ..... ``7 -, " fzc.,.-.i `19,. . :.:.".%d% . I.. ..:.. ::- .. �4�.��- . . . . . . . -1 I,-.---.,. ,-�;- .�......- ,� _,.:� - �' . � ... I-.. - I .. i:d .. �� .. I .. . . .. . . . . . . ;:�i%.. - . .� .- .. ... . ...... - .: X_ - .; ... . ..: : . . . . ... . . .. 11 - - , .... .I �.%_r . ..:., -.. o. .;:. , , . - . . :... . .- -, . r -�: .. . . .- .. -.. . .:%.. 4 .: .:i,.--;.'�� ; 1 :. . . . . - .. " " ; . � ,:: 0;� . ... - -:n r�',ii � , . i . . . � .. ;�� lz.. '. "...-'_ - I 1:i.. : ., : . . '. r a 1.:� � � " . :.,. . '. . . . w ... 11 �, � -. . - . : ..: . ao.:! . . -.-�.....�%: �-4. I� .. . . I . . . :.;" ... .. ,� 4, 't- _ .;.4 . .� . .. .. I , . - ... 11 . . .. . :..: , .. . .. ,. : :.. . . ,. . ;._ ,..... . ;. ........::. :`: ': :' . . ........ .... •'ryi i!. l .. .. .. ... .. .. .. .. .. .. .. f.,>r..,:r i . �.-: ., _. .......,. .t..,-:, . ..:..:.......:.i . .. ..:..-. - ........ > ... ........... .......... .t- .. ...... .. ... .... ....:. _ .�.. .... .. .. ..... ..:,. R .. .. .. .... - _ :j i r : ..l. ' J. .,.. ....r►.t= .l/ it � .,hitt!':-'10.,;' ..J,,:.E r,w:,. ..s. ..:::..: . .-e.J;•.. .,,.. '.c....,,.. .... :t' 1 i. :`5'�..,,:e-.. rrb.'�.r a. •.. ... .A... ........ 3...... ... .r• ..P:s>�•.t> ..isn .... , .. .. ..:... ` t.. y;R.::V .., ..n .. .... .. : .. .. ......_...;. K_1., t1J 1 -.!S T'C.O,.'> .> :s::. . .. ..:...... .f.. ,. . ..:..... .....:.. _. . .... ........:. . _ Utz.,. ....,, ... ..S ..... . ... .. ... .. .: ....... ...... ....... ,.,.. .......,... ... .,.,. ,. ..... .. .. ... ,. .... .. .. _... .. ., .. .. .. ti. 11. .1r ' �.r y•,-.._...,.. fart ..<: nt �. ,.hr .R.t.:..•:...:i,.:'.:, Ti:G:::Coui;.C.Y:��9:!':c..'.c�:. to.`'(�:�,�;or>�t'�.tq:Jaf.c..:. :. ... ^r*=_ :tO :tfie� `_•rtq.IIlt;C.r •as co pe sation ::pr.': titL s; rVjCCys-='scr fcrth u `c1 ,.: _ , . ,.,,... . ;; ., :. _:..... - <,,. :::;:... .. .. ......,,.::.,..r......:.:.... .. 11. 1 - . _ tc r r. nt tsn..`fol:I"oi.tri . ,.._.,._..._.: , P. T 1. . ht.r..i. I.L.0 L .hast_,.., .. v. .t ,' . .,., ,. .>. ....,. .. < . ,} r ... . ..:.'..::.....,.:.n. " _,i::.,:. _ v.. ... .. -. .. '.... - - e r..; ......... ,. .j,.x..,: .,l ...t'...a.....� ,. :... .. .. .:.n ✓ .::.'." _ �..,y .. - ..... .i.. .. . ..- . r._ci.. t ,o...i. .ra i.art.r., tiro =..� _ T... ., �. )_ ..... . 1 ;L c.a !. r'.'r c.c,.!'or- 'cr:` 'I `�;. .r ,.•r.,r.... ,,.:....... . ..,., �... .,,-..-.,.:_..,., o,r. . i .......:.J.:. , .... .r r• c c .I:,;. s �....,•; t. 4 t J::on:'. !s .. -. ,,...R.t...:x.t..- ,:..:.:. µ •....:.:.. r ..,. :.-......,......,-:.-._::,....-:,.,..(.. -�. ....);- .!v. cv... .- ....o.:.,-.. iz..a�..:.�. ..1...ce :Fr:ect sa'1'a.-:;::;'cns:t.,...rti .,'1':: :. ..._.. . ;...... ,.... : :'.; . . ,.;,,.....i.;,+,...,:� - bc..:;corrt,�zt..ic�l.':ar ,.a. rn►tuc�: r;, ih_,'..l,ffL.�..- e, ...,_-i ,a.. . . .., d:'��:i�. ,.,..,..r':':,:. > ........ . .... ............. r ... _ - •: :. .,...4 ,: .,.::.,.,_..,,.:-_.:...::,..::.::,7: .. cry•a.f..rzcul.s::ilzc.-:.L. .:i.a t_L..t.as v ,q7: :,iii iircc ;l` s:in:: t.It:<"'::<:::. , >, ... ::::::'�:,'<�••v,., scr.•..�-;ic li at''. rf ..::,..- ... vs:: c;risl�nir. dcscr;i" -, T.. c: L:.. :�`c%: :':'....-:..:. r..::.::..:..: .. '..,..,-,_.':.:;r':�C-a:.z•: :..:::..:.s,._:. , , ..:,.. ..:t '-'::::: .r ... :. :: .-'.;'..,..;::...,;r..::•::.;:.::;, ';'•-'.:;';:;rte: :..•.`: ':•:.-=:':.:«.",', :.:, ;. ...,,,,..ems;_;!.:, ';;:<::::.:..:,::=:t ,�r�:i i. uc :c•,. ..aced:... :'cl.:.. . r:l.•�..'.. .....:..;..:,,._......_:. t:�:.c,.:tt�«tt I. •.'t:�lt:;,. I, ,_itl. tttCi::t'or,t . ;:. : , . - :::,• . ::. _ w..>,,.: : :... ,.. sa:l a r:• :fhLrt co,.1 .r : � ,. // __ ., L . , . ._.... - r JaS t r., tnl :r.;�r. �. ::r.� i _. ,t-t nt o r :,.,r. :ti ._n.._ ,.._. :.... .. . ........ ...._. :. .. ........ .. .. r: ,. .. ... . . .. . ,,' .'.- , ,. . .. ..,. ,.,..,._R_._ . -. :. ::.,.,:.. l3trr_c.t!.st�Ial.. c.s �l.a r:r�r J,'. _5U r.cl .., ... ...sn.. e. -. .. .. .. .. .J;f.Q I.I b�:;.. ..,..........,f, _a. cL a r. _.... i f ,n. ...�a aL's a l::Jnal.f. c 1. cc c.., . . ..:.,.a,,7....:.._. _r. :...._.;,..:�..•.-:;.:.:,:.-,... �:. G07.ti''I.,L..�:ICEIo:';'LU'..Cl:i 1`G. .CsiS�:: r':C;C i`T•Cri7Ctt..t.iar(�.; .=.•I'ou i:ii5:lJ.G�.i1GG;::'.'. :.:- 1 .. ,.i;._. .,_... .. ,. .c.. .,..: .. ... :.: .s < _r .. .. ... ..... ..: ,, ..; ,. .,. . 1 r . . . . . . ... .... :,.9..�._ ...,. ..._ ,..... _. .. :: „ ... 11,.._ .._... .. . .. : .,.1. :,�n:,::� - ...... ..-.. '::r.:ice.:::.. , _.,.;.f.:... 2 ..::,..:,tctu.a:1::..-apt;'.::."♦:.-:;.c 4..1.e4 .;:.sor':.' r;.,'rrr ..:...: .i :r. :r.-I.. - :cu ::3;i;r. :r .:m:.. ..,. .::..., ),._. ,.. - . ....... :.:..,:.. _ , . . . . .,....:.,. ... :.y,. !� . ........: .:., ir.... " .: rtc�ta 'rah, ...:R.r 0 - cj:L s'-.. .. _....,. z s' t'RZ:II.tC. �r:lci., y ..,. . __...4., ...,. .,. ,. ,.. _ ,• l _.;, :.r.::: Gu:t C.�... .,;.'J - .. fro.G i Ct.r.G t.JC.y.F'C Fes:.,.'+z ....5.. t�.f'. . sant.=!� :rst ...rl :!; :t.:5r�;irsc:... �t ,'_. ,.::. . �. c :,,.y � _tic': r:r:n ..<,,..R . , , .,..:..,.. ,...,.c_.., , . . . ....... r t _... .... _:...:::,. ....,. _... ... i .... . h... ..... .t�- rii'ur cii.. ?Er' :1 ,., ..:_...,_.,. ..,-.,. . .,,.........:tn�trcL .o.. L. lr:. .s s-�c-.... '..5 f- `:i. I �. `s:.�- ;i ��i ' '�:cl:•i: .:.,,.. „. . , ... .. ,......:..: .. .. .. _ _ ..., „�-,: .,ctrt cst..:aI-% A ! cv.t.,L .Css., �;r. "dnrrGr..:,L�cCi.ort Ot. .aC= �'c;� 01.. :::,: ,.r._.....,. . ,. ..........:..._ .............. n . ..I= r,�i-:1' :.::�i• u. c,:::trs�.i:tiSM QcsLo ;b. :�',.c:' ......, ,..�::.......... . _..t. c tom:. t�U �.c:`: •: ._....ft.fL _. _ ...:...........: .._.:...:.,.._ - '_,.,._ ...,.,. Grl�;t'rccr •c�. ll r, c rsr)nrir_ia, nd i or {�Lr ct t Lrtt .. y.. ,.... ;. • J s._ r.. G. c,4 /=;.:';, l.1 :'G.: 10. .cc ,/:nr, :r1�s;..-J,t ancs,:: ,.; .. o . . s ,; - ....r.. . . .,., ..: .. .. .. ... .r_. .Y.4 ... .. ..-.. . ,. - . .:........:.....F..:.. , ....,..., �,.._....,,,.. ..... ,.. ... . ...,v.. r... _ .... .3� �._ 1. ..:1`.• .':l .l.' ;;.J`Z-. '.J':",:r ...... ,.:.':-. :..,: :'Trus'c.:1; r. yt_ i:" .' ,';!'.L;t. t;r: '.t'r. i.5 :st'i..t t ri:.:. ii4- �n. iG;l:' 'GG.;trl'/ .. .. ... . .. . .,::...,_....'-.- .i,r+..+�t ,..s �nrs;!f. 1C',1-r:r0' 7tltt-jSs7'r't:S1'tC %i`iy};i 1- :tie` �i :i. ,.f. v,.a .:.':.. :;;.,... _ t . . _. ......,:... ., ...:•., ......:.: _ ... .. ...... ,. L L .t. .... .,: t.G ,... _,. ..<... a <. ... .. ... .': ..... _r... .. . : ':i3 r� :A: ,_ 7.h. r '.:]: ..J,�. 111,11 s:1:'s :u;i;JLr'::.�'e.,z- .i r. ,ra:., �. .)< = - ,. p;. }. .,.. ....,. :t3): .. .:....._..,.. .,.r... ..... . r.. ., .. .....,,._. ...:. _.: .; t. fir: '� ' .�.,. ..r.._..,.,_...�-,,,o.._,_....... : i,' t7,.. G:1:1 i f'�-:,..1=:�"1ur 00'� :... -v- ,.. .. • -, art ... .:ru �:a_. . .. .. ..1.:i::. ;� -c�ce.:c.c.' "i`:f' -cn �tious� .�.x:�, ) :.: ... : ....:...x....:... ...,.:..P-..:. , f 1.. . . . ..... ..... ..,_.. . . ,a->-. -., ....:.,.., .. ,. .rr.... :it�t -,.. S tJ:rf=i ie, ,::t..;,<:;.': :: _:. ;.:.�:::.::::. ,4ttl:c. i.nrt..., c,ri tc7 itr- ..s:eQp ;o'f . ,...:..... ._ _.,,,:. ':,::.... JJ': t.i.aJt�t. :r.. _ �:!, ,...:.......... 1.,.,:, ,...: . _„<....} .. ... .. .:... :. . ; 1 ::i`�� �' :�Ull l t s UTiy'�Lr`^:t►L•.i;e,,,i.;:: .' ,. ,_.,.- •1?tt:tsr.. :i rtu.£,rc?t,:;s:• _ t:rt:••r C z'{:... ..,,.• ,:. ..:...�':''... _...::...:.......,...._:.. r.... . i•rt..';., ; u:l :iii',. ' l......`tl,� :f •..:.,........,, ..,..: or t,riy _to a:. ..::.. ....,.:...,..,. .�', 't. r t _ t' . i t.. . tiI a s `�' ,a r .. ,+ ,_ ,. _ _ -.,.._.__.: 1 s' .:._.....,.. ::t ......i... :... _ _ ♦ .... ' , , r, !': !!. .�l,)tsil" '1:t+. Grt,.(.C..C � I:1`, ''4,:..CtJ.: :t4+. ::.w.... ,.i. . ...:: ...:.............. V:.,': F t�ts:r:s)e �r ...:..:.......>. .. _............... .. .. ..... _. .. ._. :. y .; .. ... :.,... r,J a -:..,._..,:. ,:.:. . z: : „ t.� ..c, ;.a t.:t::t CG1t.:,C.t, .ttic•'i ttrl i•f:k`C"r''..5' irr;i r:l.c .c. .! _ cs�:�;.. ..:..:;. �. :,,....:.... ...:. �u.r:..' 1.t :....,......:r.,,.. ..... >.: : ... .. h .:1'.t o t.c t 7l.:l;.sc::..r.1':i.;:.:is.t...�.«p.'1'i.c:r,L;c`s:;'o:.r. 0"...,....,...:'.,.-,:..,;..;i.:...:Y.._.... ..,-...��,.,. ;c:.,. -.,,:...;:.-... . flu"l. Y1ri i C :C-u`tt7';'C; :....._.:.•_,.....-:...: ,h_...� r•,.,.:' tic rrl•Cf iii :.....,d.t:s t'r':i Eiicii.t:r _ .... . ,.-.:,. t. . . ...:. :`n:: r::^ ....:.- , :.>.,, :<<.............:......:'F.cccI :tiS arid.r,bViler• u&S-'OS i'a-Z:i:i c; :it;.s*.Y;sjZ i',.. :^f... ,:... ;; =: ..,.. ... .:.....,,::,......._y:_.::.. :.,.. ...., ....... ,,.,: .. .:...... ,...i .a.., r t it.VG is CL.; d.`r ct .c . ,L.L.. 4. .c+ is ht ... ...__. ,,... .> .... 1. 1. . . -. ...... ..:...: ... . , . ... ._ . .. .. .. . ..,.: :. .._.:...., �... .. i':.a ,:,,. .,,. ,..; .:�:..... -:. .. .. :, _ ... _. a .. .. .'::.., ...t ... ... .... ... .... ::::`' 1 z: .2 :0 ,:::: "0 ,.._.....,: w.T.. }. - . .-:.,,...-I .....,,�t.::2. ..,.,..,.. ..,....,.c..r._... ..rY,:...,.............. .......�.... ':' - All . .,. r . .. ... ....... e.,,.,:.,.: .. .......,.n,.:-.....,., - ............ :.......,.. .. .. :..,,... �.2'::��' :S_!1�l1:)•-r 1' t 1 is+?.St_' . .:` !!! ;•.'..•-i�• I:�.'�:•' Lilt, i neer s:r: i't1�15 %;.:' .oi' ArP!_tMI Sn, C :•rt r:s*.i er .i n.• �;:ri t;r :: �c:: 'Cu i-c:i iiliti.L'St:: '� , nee :;.. ! P. 11 IS1G S' ( ii;r. arit:.,..expe fr=' En nac ndrad D i t'r::c` t . ?:I.f: =,:1 b �tdc:it:' t i r.'.` i'1 us'.or i,'.:tll. i1 t L;. •t:r.is �Tl (.j'j` ';i: .., .;»c; r _ C P.rinti:ttr, or ret j) :. .a , Spot {7tlrot 1 _ C:ti7! ICI L1' .Set iordi in paTra?C•ti;'111a; j. (1' i111Ct .�.• i:f)O•il;': .5.u1:'CCt .to .tits~ Follil; `lir::itut'ioiJ ::' J .r , (2) Tf I::tt'�i•:lia•:i LQ:i• •5 i t}n ;cl ::lri clt ..En i. I::':sis� i 1 1-s:i:Li�1 . . un � . . : 'fl1 . thtwould b C' 'mutC-Ir tljtI?St: uCt ?C to tfr�. tl::T , ••� L.l�:l:::�t)t :iil- con t:ract: corl.J.tr.uclion�;.•.co. .t::':�..:.;.,l-tti:•.::: - { i Cur: 'Ji'' ;:ii.t�.i :t; �„ ft �;:r`iGJC:cir:• '�: �: rt1J c�.f'`.::t:lis � r:... ;. Ci�i1. Lr, ;i. :.;:;;..;'. ,r� t:t:t�ti.u:l•:'.:v:+':, �i'!'f[;' :j)f:.r'een't.:'l"JG:�:J...at... ;f .t.. aa.::1Dunt: '+:i!t1 :L�J'Ytlt;lii,:.!er` for. .*,ne llflr] t? 1. 5t f.V:Ii:CS.. n a. i -.0 r _t. , def •s t .r:.. e' n s.'r•r:.. o GnJi('LlCtirt; t..�:'t. :r,•ali i .�t:.. t..t.�i�:tt.4 c?�,... t(lt,,, f'1'1'!a?I".C17...i-t,.-ltt.:iriLil' t.fl:it •C iT !!?? CC t�'r�t7 'IJ11�iC 1'i.11/C�':�'it'G'tl;'.(1 .j('il. -En t �:i•` S. ':L: `•t:i�. .IRtL,.i. .CCli:lh 45 a,>'1.,f• Jrla?,i l`ttJ� .iyC'.•7`l: : cri�cc: .ur tirr' Stlt:- t05c:r.al.IGU• ) •(3+1fc.J:r'i'�,'t j'. l J i r' -j .... ....... ��) ::.'.. I ! tr' tip c':f:. - t CC'S::'tl 1"• '.i rt' t:' :iL- Cii<?Li lr.. fi• 1+:.:1.�'atJ 'L• .S::Li'r �s.:•: • tr -... . . .- .... ... .. '. t.'1C rt:I i.,.;;�{:i Y ,..i u::R Sli t't�I rlii)ti�r C(;tom i-ri:sG . ... ......... . . . ..:..:.:... . . pa.y'1-a1 ::tl:iY'.it` -i :II+:rC:l.iir"iI?T)+rC:' Ci,:�.ir1Ci� I' !:�: i.UIJi P. L: O:1 i; 1 -.. – pcY��^nt: .t1. .;j:: tlir 's:•rti'i:c;i.�: ::ttrr:cc>.r�etl: L�j.::.isiJr:c�• Cfie.:<:iiecL- :: ]'r-y ii.:j: ' t i C?• •Qtt• .•fl I.1•' 'f!'-,1!,i{ •Ii::1J <?i1[t. $'!CG't I.C.? !Uns-..' :jUCrl.':C'ltt't(1Ci•.'r '_,n l i c L L t L j' r n0 '11 t'- Utlr:+:r..:'kr,e�ti. 1�{,,,: , i.l(itl tJ:lLiI.'Ena;Li'1r:.C'•r 'ilt?.Ci.r.L:C:S..trti.'n6-' t:l t. L•:rlt..Ji+l_; ii? i..J.:.C.=�. rri.{.•IlI;.rii. �liil.t:. Lila:. r•ICl;:o.,t_4. :: . r�aiure grim I.; �+.iI �y t::i.rcct�, '-u :�nijC.,iri.:t:i•i:ii cj:; ' ..' ....'. � J,: ci . � l:' t �._: ''.(.t) ii: CU'tJr,Li ��c.;.. Eiit;ittCt�r :Ln' ;l:;':'for:tl ric}iii''-u, t�J�s�i�:�x�:ci'i:a•! , Cpar(t : t, t.t- t �.r�y• :.: is �r:' -w-, fii''::t:t't:C: t;i r pct: =,::•:t':<I i i:ii i.l:a - tis :tl. . ..I is-m c;..di;i u';::';j..c.J .c' ��.,. crl• i i t.• t`ciruct� ser i ,CS':.} cs ''iari;+ ci::: .: F. a. – •Ti• :•i . :CJiI;:.:J:1 '�.t'i.l�;:i'•:S'.; , t�c)t•: •'t!i I' n. .{rl..(Jr'.ltr _ - + :• r t,l!':i1t' .:�`1' •tII) i:lr.11j.'Y:1�.11'..'•;?:. .:"'.,: <.�,';:,•..':. • Cil aJ l Tt•;'�. :i"� l Ci• c ,l'� !SI't t1:J i 1- t'•.. t:t,• .'i.+t{t:llt.'. Crl. :t Ila a:i_tIla l j+si�1I.C.,'YL���:!'l�',J�.t:il�i',i:t•('; Aeric+r�lii;:rl suc:!i.'.�'el'vic:t�••.: V The •tJ:iJ .1.,! :•Jtl l i;fl ::l:r;1 irs'i;t 1,j.: iC.!!,•lt .:iila?I:1� �!(::'t;i al-:t: - i,l:ti: '! .t.: Eligiir4C t In n:r:r.:,fJ.!/ .i:t::t..tt.li:lo:it:: lc•t''.111 t :1[•i i •i ' :111•'1 i..•S!1'+`JJ:'Itt:(:Il.ri) iif i)r:t'J::ir;:a,' .'JCI! �•L ir'.,:1 f. ( .s-1+• � --._�._.... •�; - -- ;�. .� Jfs'`i�`: t7i�'___.51'.a:l/.J 4s,-•tilt- ' A.I.1. $r.^.tCltt':: , f?r'i:t_1•f s.i'.:ti;i3lrj: .0=' •:J ti r;1l. I._ a i-:.t ;•s. .:r'+ :1: C'nti7i,: Lia ian. in .r,-pr'oCL:ci.a,..lc "le [flitill:;-.r.•: l:ritiCtl' ':I:IS! itt;rprepared or, Ci::it� ,C- �+'•' �. '.: LM: 1 �.' `ro er.i•' Of tttt: ..t'.t)U.nC.j.-iJ: Ili,:f:i: Ll,''".LUI'i1ciY,.Uti�C'r '.-tj' ' t:Ct.:{L•l ;:;1:? :'tcrmtnatia •cr..r()ilili1.t:'Uuit: u.i`.:Lii :s::.-ltdreciLleLit:: 00211 4 . Professions! Skill . It is ::.- her mutuallyunderstood:ane! agreed Chit the Engineer is skillcdl in .*Is.: ,trofe:ssional calling necessary to perform the work agreed to be done by him under this agreument,. tsnd Oiat .thc County, not beincj skilled - in such matters. relics upon: the skill. of Lite i ng.incer to -o and per;orrr;: its work in the most ski 1 1 ful manner, and the Engineer ar,re:es to thus perform his Bork; and. the'aeeeptance 'of ,his work by the County shall not operate as- a reieasc 0F•. the .tncirenr from said agreerrcnt. 5• : Time is of the Essense. -It' is understood and agreed-.that time is•. of the essence of this 'Agreement. The 'time during which' the Engineer is delayed in his work by acts or. neglect of' the County-.or its officers or employees, by contract or otherwise; or- by acts•'of. God which the Engineer could not reasonably' have Foreseen and provided for, and which are not caused by, or the continuance of which is.-not due to . .-any fault or negligence on the part of the Engineer, shall 'be •added to the time for completion of any portion of this Agreement, but -L. County shall not. be liable for'any damages on-account -of any -such delay' .The time Established for completion-of the Engineer's services-shall be 6s'--fol lows: For- Phase "1", 120 calendar days after the date- of execution :of. . this Agreement, or February 1 , 1975, whichever is latera . For Phase "2", 180 calendar days after receipt of written noti fication from County to Engineer to proceed with Phase "2" to'''the ' date of delivery of plans. specifications and estimates to Counti/ ' ready for. f i na 1 review, and approval by County for said' Project .6. Assi.c ment. This Agreement is personal to the Engineer and-.'shai.t. not be assigned by him. . The County and the Engineer bind .them=. selves, their partners, successors; executors, admin.istrators; .-eri-d assigns to the other perty of this agreement, and 'to t..a. partners, . successors, executors, administrators and assigns of such other. party 'in-respect to all covenants of this Agreement: 7. General Terns. . (1) This Agreement, upon its execution, shall :eonst,itutc% the Engineer's authority 'to proceed with Phase:'"I." of: the., work described herein. :. (2) All dee i s i ens and not'i ccs 'required of. the .-County by th is Agreement, and not otherwise specifically. providedi fo.r,. : be made by the County -Public Works Director. :(3) The County shall give. reasonable prompt cons i derati on to:'at l matters subsssi tted to it by the. Engineer for'approval ,..to."the .and.- that there will be no substantial delays in- the.:..Erg inod r.'s . program of work. (4) in the furnishing of the services provided "or herein, the Engineer is acting as an independent contractor and. is to ; furnish such services in his own manner and nethod- and .i s' in- no respect to be considered an employee of the -County.- Notices. he -County.Noticcs. W'r i t ten not i u:s to the County shall be addressed to the Public Works Director, Administration Building, Martinez, California ,'- 94553.-. Written notices -to the Engineer shall :be addressed to De '•:. . -:; Leuw, Cather Company,.-'.120 Howard Street, San Francisco, CaiXCI � Porn i a 94105 12 B-3 �� . ,�- . ' •, r t i f 'tri 7 I}..i i t 1 .S tr " ' - ---� �.t .. 1 L `� is �� 1L� t�" 1 t�,U `1 = F.. 4 d 41^ +� t{ ` t" �{ a:,e t E u l it c ji, }E� n z; c_,ra m�:�s t� �,. ._, .� , _ �} l ,III UE°'1RYlt��}i i,Pt G 1 IV ��.it.., '.-j o 4 /�P PIE n S.,, } i&� a s.� '�'� +�� Ifl ,t r, �fx�r Tx �� � t u.,tQt .r, 1 rT 2E r t d e L� '4 d' ,� t , . At F F? .1�Ci�Cti^. CALtFOR.�ttR g IOa ' r�'"'0 4 t nrt�Y:o 14,51 -iL`, �4ra0 3 ry }. E Yt ¢'} a V JV�."�J II „ Sr F r z SG7 Cn S• o s hur�us'l 13, 1 q75 T x n' `� ` `�G�2 0 t t y L ". tkt•': I.lUa�f.71C1.. �� i:4a=i 11T :r t - ,,✓ajSx }� �£ _ -. � X ,Rht�l d lJo1 .t5 iQt p.t. , �;' ��' r� �O[ln�'� :�CIiA t n h'`•t ral.L'.1,al1 Ii Cttt �! Ss� � a - c41 r tlartlnez, Cal t farm zit}5a E , ,r ,� t, x. C i- `�1 "f""�y n 11ttCntltOn ,`tr tl�3lS1 ilt :'�+IYIlr k p S r " 1 ' ~ - t 1 1 1 N.�`" L 1 k�i .7 J�� Y'i+t`ij{ f Wztl;,.:t i 1`011{.. 1-C)-it} I'.,,1 }i!I if� �ii --,J*.. Sri !"ES}c7I IE11 } Sll7)CCt: 2� 1 z "�x t f rl - - , • + jC s a Goat Mr Shiu: } ��� 3 � '-� I *tint cc�ntEr•rt;�tlnn of t311c 0't 7- �~',.�a 7c ;1�trng in:accor,cl,1.,. ,�: sri•, nur tt~It� a�loar tii,4 �tSCc .C1<z_sst !•icaii: -,i �s l t��lhae to' the �rartvsl,- pPrson��t, :•so arm expc..t�d to ::ui �c - . J �1+rE Cl�� ,tftc,�ttnr�� s3 I► Lct ;s [_ tsr i � ,Lru1 ,Itra1 , Encttnecr 1!! II`:' .:21(?IJ c':.rt ?r�G�t CIZ1! C,. ', I,;L trj•i,U ,"'I rj�.= !VIII c, , h k `it+tt l4i L7G s 1 rt(t Ct}tj 1 t1CC! 7hcnas 1ec;cs, l i; ire; t, 12 , L.3 r ry G s ovc Y Y Ceatte rJttt>I�rr tai `' zEt s t tu= x A t E3 r i r -InI '-,-I I.^.i' 1111 I-.i a+n vs`tsI in cs C VI t '9�slc�n�;i nq►neur " , V N t'ar.^r�, nzrn�arri In:,toi�i 2 5`ruc�tr" zl s}t t rII [z r r, ?i5x �' E t cha rd Gou I d '`:t t 4Ic s ja,�t �.t s 1st ttt I Lng i r �.. 1!I I ��°- I I � �I' <; Ed Pia 1 ma'' $Z 3 41C}117 iI I iltto t C}C1vr s r! 1 G•1I I GkS ,, '- „ I Rt'}:)C:l LCG Jul-ic Young. ;it Lccynotal �k t• , �, t r sr._ �I, i- , c of n�lurly -tales np,t1,tcabic tail sc cr �.Cm' the X01 l t riot pun s r t;T:( IUn�i: Y r a s �a aF 4y 3 r '4', •,r evcral _l15CE ' Iil -'stft r .°. ak {� . - , �., ;. rtycctr`I�/ r �. UC LI,U ' Cllr iI 4 £ C(3t.is 11.. .� it -Pot t rte11�� Ci1rt.'timi� P E`. �a� Gltref �Ctv1I� Engrit4c2 xart; tiP _ _ Ht tacl,tllc?n t 00 s 2130 tti Y - j old .�..§ _ .. .. . • .r� ., `: .t �i / si �'� .! ' �� - .. z ,, r r *. T t 3 1 .,_ -� ^c� - '' �7i 1l1l7Y sF' ti �'c...{ ' W, �:f ,�t Citi,--t s":w. i.1f I.F` ) 1 '{i:s .,. w1 ' AT ` X t f 3a: t.C I�.4.I i,/ i iI V,/i i- t Or"PIlt� a ra r t sar,y" i,f,/ter� I� t�I ( "� _ A Yt 1 L �� d w f ,wt, � z,fS } �} ""h TS ✓1 S n"y Q, Y t x } r f1,j ��..�.' '�I I .•fir +: ..c I,.tl t_ f,ti ;I�S,1} ilii �i J : u 1 , ..�. k n - x r €j I I t;'i t't c. : I .:L'ilCllfiC I ',��:� IA 1,Lc1% a ,. jU 'F Gil r _ 1 , . q JJ ��� r Yr x' X a 1 }i - C[tC,t t1; J t i.? t l�r`.~ �ir�J r J 4 t i; 9,:r I f t G . } i i. i ti O .i 0% � s' i i 'j 0: 1 �. c; , C t 3 t �' - - O I i , j i� i,� i,:I iJ� 1 i a" N r4 ,l f t i.�fJ , l�1 k iI,� ! 1 .rJ i i5 i t.. r ;4 t U�Z 1f 1 k In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75. In the Matter of Report with Respect to Pittsburg County Building. The Board on September 23, 1975 having referred to the Public Works Department the matter of providing handicapped persons confined to wheelchairs with a means of access to the Pittsburg County Building; and The Public Works Director having reported that the aforesaid matter has been reviewed with the medical clinic staff, that a plan and an estimate of the cost of the project ($450) has been prepared, and having recommended that the Board authorize said project; IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on October 21, 1975- 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: Public Works Director Supervisors Administrator affixed this 21st day of October 19 75 J. R. OLSSON. Clerk By •.a-,,.._, Deputy Clerk N. Ing&ham ONE-_ H24 8/75 lOM Li HE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Construction of Montalvin Manor October 21 , 1975 Park, Phase I, San Pablo, California, County Service Area M-17. ) (Work Order 5213) ) Bidder Total Amount Bond Amounts Eugene G. Alves $929361 .00 Labor & Mats. $46,680.50 Construction Company, Inc. (Base Bid plus Faith. Perf. $93061 .00 P. 0. Box 950 Alternates 1 & 2) Pittsburg, California 94565 J. H. Fitzmaurice, Inc., Oakland G. L. Hasenpflug, Inc. , Vallejo Munkdale Bros. , Inc., Burlingame D. C. Miley, Jr., mucking & Excavating, Burlingame Ace Landscape Company, Novato Valley Crest Landscape, Inc., Concord McGuire and Hester, Oakland Underhill Construction, Vallejo Bay- Cities Paving and Grading, Inc., Richmond Watkin and Bortolussi, Inc., Sen Rafael Neil Shooter Company, San Rafael 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 :-)resent two good and sufficient surety bonds as indicated above; and that the Public Works 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 October 21, 1975 , • CERTIFIED COPY I certify that this is a full, true & correct copy of the original document which is on file in my office. and that it was passed & adopted by the Board of Supervisors of Contra Costa County. California, on. the date showy ATTEST: J. R. OI SSo\. County Clark&ei-officio Clerk of Bald Board of Supervisors, cc:- Public Works Director by.Deputy ClerIL County Coun s e t on 0 C T 21 1975 County Auditor Contractor Form 9.1 00� 16 R .r / 7 r' i .. 1 � C014TRACT C (Construction Agreenent) (Contra Costa County Standard Form) 1. :i?t IAL ii.*J?,' . These. special terms are incorporated below by reference. (9y2,3) Parties: [Public .'Agency] CONTRA COSTA COUN'T'Y Eugene G. Alves [Contractor] Comp ete 1 gal name (52) effective Date: October 31, 1975 [See 54 for starting date.] (;3) The wort;: Construction of new parking lot, paving, grading irrigation, and turf at Montalvin Manor Park (m-17) Lettia Road, San Pablo, California, W.O. #5213, all in accordance with the plans and specifications or General Conditions prepared by or for the Public Works Directorq and in accordance with the accepted bid proposal, including Addendum No.l and Alternate Numbers 1 and 2. (y4) Corpletion :'ire: (strike out (a) or (b) and "calendar" or "working"] (b) Within�1_calendar/ Cdays from starting date. (§5) Liquidated Darages: s 50.00 per calendar day. (Sti) Public Agency's agent: Public Works Director (y7) Contract Price: S gq,16l.00 (for unit price contracts: more or less, in accordance with finished quantities at unit bid prices.) [Strike out parenthetical material if inapplicable.] l Public Agency, by: 1 (President, Chairman Or Other fetor W. Sauer ' uesignated Representative) Public Works Director :. Contractor, hereby also acknowledging awareness of and compliance. Wi�,h, Labor e ;;1u'G1 concerning Workmen's Compensation Law. ; I3y: }' t l( !''I lr- I CI)RPf>RE1TE [Designate off icia-1 capacity in the business �,'•.SEALj" Eugene G. Alves President By: [Designate official capacity in the business dote to Contractor (1) .:xecute acknowledrrient fora below, and (2) if a corpora- tion., affix Corporate .,caZ. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) ACZ.J0 'LEDG1.X3T (by Corporation, County of Contm Costa ) ss. Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/MM e::ecuted it and that the corporation or partnership namad above executed it. uated: October 3;61975 U [i.Cri A UAL :Iota Public Richard G. Tiptow { S OVIIUCHA 0iQ TAff9AN County Counsel, B /./r':C+; �'l��i 1('/::',!� Deputy NOTARY Pu'BLC-CALSPOPMA CONTRA COSTACOLUiTY (Page 1 of 4) ••./c.n %Jv cumin.oxviras JUL 19,1978 - .0. 6rg.CA 945% Microfilmed with board order 0 Oo� 16 �{ 3. 1101?1C COUTRACT, CHAVUES. (a) By their signatures in Section 2, effective on the above date, these parties promise and agree as sct forth in this contract, incorporating by these references the material ("special terms") in Sec_ 1. (b) Contractor shall, at his uwn cost and expense, and in a workmanlike mariner, fully and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, ` convenient aria proper ill 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 change and its co,t ay>L)eecr-to'by-tli parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. 4. TIlSE; NOT4C1: TOIPROCEED. ., Coattactor shall start this wort: as directed in the speci- fications or tile Notice to Proceeu; and shall complete it as specified in Sec. 1. 6. LIQUIDATED DAMAGES. - If tile' Contractor fsi3s to complete this contract and this work within the tine fixed therefor, allowance being made for contingencies as provided herein, he becorles liable to' the•Public- rigb'nc• for all its loss and damage therefrom; and because, .s 2f7tba the'riatura. of. .t:he case,Dit is' an will be-cibpracti.cable and extremely .dif£i:culr:to ascertain.-an i.: the Public•Agency- actual danage--frog,)ariyl delay;i � n perfoxnce hereof, it is agreed that Coatracto will ay as l.i<siuiapted damages- to the ,Public e?gency. th - 'z�anson}ablt� sun speeif c�-cit sec. 1,- tIIA-icsult`of, the pArti`es' -i:•casonable endeavor- o _ estimate fair-zveratfe-coiapeh§•ati:oitE••tiierefot'; 'for each-'IdaPont;artdaPsOdelay-;in f-finishing said work; and if the same be not paid, Public Agency may, in addition to its other remedies, deduct the sane from any money due or to become due Contractor under this con- tract. If the Public Agcn&: fo`r iiiy-cause auilioritcs--or-"con-tributes to a delay, suspen- sion of wort: or c::tcnsion of tim.c, its duration shall be added to the time allowed for completion, but it shall not be:-d&&ii6d a waiver nor be used to defeat any right of the ekgency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be asst§sec: 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-foY removal ,oia-rclocation of existing utility facilities. o. I11TUGi ATLU UOCbi-iE+.TS. The plans, drawings. and specifications or special provisions of the Public dgellcy's call for bias, and Contractor's accepted bid for this work are hereby incorporated into this contract; and they are intend to co-operate, so that any tihing e::ihibited ill the plans or drawings and not raintioned in the. specifications or sp,:cial provisions, or vice versa, is to be e::ccuted as if exihibiteu, mentioned and set forth in Lobi, to ti:cz true intent and moaning tLercof when taken all together; and differences of oi:inion concerning these shall be filially c:eterrhined by Public Agency's Agent specified in Sec. 1. 7: PA�PlC 1•T. (a)_-,..ror__ his strict and!,JEi e7 ral fHfi11Gte�jit of these promises and conditions, and :as dull, corlpensatior ' for all this work, the Public Agency shall pay the Contractor the sun 'Specified in Sec. 1, except tihat in unit price contracts the payment shall be for finisheot;quantities at unit bid prices. ii :or about the first day of each calendar month the Contractor shall submit to tiio Public .agency a verified application for 11r.r-Tient, supported by a statement showing all Raterials actually irstallei.,di:3-llig t!ra .preci clips:r.,o at r, the labor expended thereon, a.i.W the cost thereof; waerc:upoc, after checking, tlu: Public Agency shall issue to Contractor a certificate for the a:.,ount d4-.terninad to be due, minus l0% thereof pursuant to Government Code Sec. 53067, but not urhtil u,:fective wort: and materials have i,een rcrmoveu, replaced and Trade good. s v. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because or later discovered evidence nullify all or any certificate for payment, to such c-tent and period of time only as may be necessary to protect the ,Public Agency from loss { because of: V (1) L•efective wort: riot remedied, or uncuwplcted work, or (2) Claims filed or reasonable evidence indicatinU probable filing, or (3) failure to properly pay sui,contracturs or for maturial or labor, or (4) P.easonaLle douijt tilat the wort: can ifs: cor.;pleted for tilt_ balance tiien unpaiL, or :11 .`_ �' :`�`, .•; (5) Damage to another contractor, or ` °- V (6) Damage to the Public Agency, other than damage due to delays. (b) clic T'u1;IiC`�lyeilcy s'i all use reasonable s:i ligencc to'ci..cac ,ctror' Ka Contractor, as tihu wort: progresses, tale materials and tabor!'•�' �c.''-A satisfactory to' e it, so as to avoid unnecessary trouble or cost to t::e (3311L'AiaC Jr,-,,W'mkiifg good any ' * defective worl: or parts. ? ' 'sak-"t=':�.r_- - (c) 35 calendar days after the Pudic .+gene! files its.1107 fL-_j'f''cawp cation_o,`._the ghtire ' o 'R+� (Page 2 of 4) /'a 1� C work, it shall issue a certificate to the Contractor and pay the balance_of the contract price after deuucting all amounts withheld under this contract, provided the Contractor shows that all clams for labor and materials have been paid, no claims nave been presented to the PuLlic Agency based on acts or oLnissiotts of the Contractor, and no liens or withhold notices have been fileu against the work or site, and provided there are not reasortaule inuications of defective or missing work or of late-recorded notices of liens or clains against Contractor. 9. IIISLRWJCL. (Labor Code 5;113rtt)-rip) 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 Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is atiare of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Lau. 10. Voile.. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hiretuider. 11. FAILLIU: TO PLRFUR 11. If the Contractor at airy time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and wort: as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof froc tine contract price. 12. LAWS APPLY. Ueneral. Hoth parties recognize the applicability of various federal, + state and ocal lams attu regulations, especially c:itapter 1 of Part 7 of the California Labor Code (bcyir.rring with sec. 172u, and including Secs. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreeaeut conplies therewith. The parties specifically stipulate that the rcluvant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 s 1513, concerning provailinq wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCOUTRACiURS. Governrtent Code §!;4100-4113 are incorporated herein. 14. WiwL WeL•S. (a) rursuant to Labor Code Sec. 1773, the governing body of the Public Agency nas ascertained the general pruvailing rates of wages per diem, and for holiday and overtime work, irr the locality in wuicit this work is to be performed, for each craft, classification, or type of worknan needed to execute this contract, and saiu rates are as specified in the call for bids for t:nis work and are on file with the Public Agency, and are nereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate uultipliec'. by the number of hours con- stituting the working day. When less titan that number of hours are worked, the daily wage rate is proportionately reducoa, gut ttte hourly rate rei.tains as stated. (c) Tito Contractor, anu all his sul.cuntractors, must pay at least these rates to all pursuits on this work, including all travel, suusistuuc.:, and fringe benefit payments proviued for by applicable collective bargaining agreenertts. All skilled labor not listed above must rx: paid at least the wage scale establisaut. by collective bargaining agreement for such labor in the locality waere such work is being p.:rformed. If it becomes neces- sary for the Contractor or arty subcontractor to euploy any person in a craft, classifi- cation or typx: of wort: (excupt executive, supervisory, administrative, clerical or other non-manual workers as such) for uaicrt no miniLtuu wac;a ratt.: is specified, the Contractor shall irrreuiately notify tic Public Agency tfaich shall promptly determine the prevailing wage rate t.ierefor and furnish the Contractor with t:te Ltirtir•tcr..t rate Lased thereon, which shall apply froze tee time of the initial employment of t:ta person affected and during the continuance of :suet enploa-zentt. 15. HOURS OF LABUIZ. l:iq:tt hours of labor in one calendar day constitutes a legal day's wor:, and no uorl:r::an employed at any tin-c on t:ti:, wor:: Ly tate Contractor or by any sub- 4 contractor shall ba required or permitted to %:or;: lonciar taer.:orn except as provided in ( Labor Code Secs. 1310-1:115. \ 16. APP1'.Li:1A!ICi:S. Properly indentured apprentices may be ew:loyed on tnis work in accordance with Labor Code Secs. 1777.5 and 1777.U, forhidding discrimination. (Page 3 of 4) 4 (CC-1; liev. 12-73) 0007/60 j 17. P1UA*L1ZI:i1C1: FOR NXMRIALi. The Public Agency desires to promote the industries and economy of Contra Costa County, WILL the Contractor therefore promises to use the products,' wor:;l.,en, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 16. ASSIG1MM1. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO :•lAIVL'R BY PUBLIC AGL'I:CY. Inspection of the work and/or materials, or approval of worn; and/or materials inspected, or statement by any officer, agent or employee of the PuL•lic Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, s:iall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency Le t::,.!reby estopped from bringing any action for damages or enforcement arising from the failure to conply with any of the terns and conditions hereof. 30. HOLD 1Ii1M:LL'SS s II:LLI:tITY. (a) Contractor promises to and shall hold harmless'-and indeiuiify from the liabilities as defined in this section. (:.)) The indemnitees benefited anti protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kinu allegedly suffered, incurreu or threatened becau5c of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, reuardless of whether or not such liability, claim or damage was unforeseeable at any time L>atore the Public Agency approved the improvement plan or accented t_he improvements as co:.;Yleted, 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-negligen, in connection with the matters covered by this contract and attributable to the contractor, suocontractor(s) , or any officer(s) , agents) or enployeo(s) of one or more of-them. (e) Non-Conditions: Tne promise and agreenent in this section is not conditioned or dependent on whether or not any Inde nitee has prepare", supplied, or approved any plan•(s) , draw-ing(s) , specification(s) or special provision(s) in connection with this work, has insurance or other indeuuiification covering any of rause matters, or that the alleged t:anage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. i:::CA<ATIO J. Contractor shall comply with the provisions of Labor Code Sec. 6422, if applicable, ay suLmitting to Public agency a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worl_er protection from the hazard of caving g=round during trench excavation. (Page 4 of 4) y (CC-1; Rev. 12-73) IWO _1 % n i NOTARIAL ACKNOWLEDGMENT STATE OF Colifornic CITY &COUNTY OF San Francisco On this 1 t:t doy Or-t aber in the year one thousand nine hundred and -sc%Mgnr,y-LVA t before me, HFI-EN SQUIMN , a Notary Public in and for said County and State, personalty appeared 7-_ KING known to me to be the person whose name is subscribed to the within instrument as the Attorney-in-fact of the COMMERCIAL UNION INSURANCE COMPANY and acknowledged to me that he subscribed the name of the COMMERCIAL UNION INSURANCE COMPANY thereto as surety, and his own name as Attorney-in-fact, OFFICIAL NVAL / !#at#t:rs►traatatttuuntuttttutt»tnttur»ttrtttt#!tti t �ri � } HELEN BOURDON Notary Public in and for said County and to -: Commission ex ices- C VV'r f;t;! FR;XISCO �RSiltt7't•s! .. •� ..'?'} :' ,.,. ..,..._.r.l:t2t.it! 060815-CaUl. 1"73 ,IV' C90 q /& F $ond No. CF 710 53 49 U Premien 'iinnciL in charge for Performance 1 1 Luu y Bond Boston, Massachusetts LABOR AND MATERIAL CONTRACT BOND IWW ALL MEN BY THESE PRESENTS: That we ELTGENE G_ Al� S GUNSTRITC't`TON M-, TTSr_ as Principal, and r`.mmRRrTAT. TjNTnN TNS mANr'F Tnmp Nv incorporated under the laws of the Commonwealth of Massachusetts and authorized to execute bonds and undertakings as sole surety, as Surety, are held and firmly bound unto any and all persons named in California Civil Code Section 3181 whose claim has not been paid by the contractor, company, or corporation, In the aggregate total of-FOURTY SIX THOUSAND SIX HUNDRED EIGHTY AND 50/10OTHS------Dollars ($46,680.50 ) for the payment whereof, well and . truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE OONDITION OF THE FOREGOING OBLIGATION IS SUCH THAT; WHEREAS, the above bounden Principal has entered into a .contract dated October 31. 1975 19 with CONTRA COSTA COUNTY to do the following work, to-wit: Construction of new parking lot, paving, grading, irrigation, and turf at Montalvin Manor Park, Lettia Road, San Pablo, California. W. 0. #5213, all in accordance with the plans and specifications or General Conditions prepared by or for the public works director, and in accordance with the accepted bid proposal including Addendum No. 1 and Alternate Numbers I and 2. NOW,THEREFORE, if the above bounden Principal, contractor, person, company or corporation, or his or its sub-contractor, fails to pay any claimant named in section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code, with respect to work or labor performed by any such claimant, that the Surety on this bond will pay the same, in an amount not exceeding the aggregate sum specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, which shall be awarded by the court. to the prevailing party in said suit, said attorney's fee to be taxed as costs in said suit. This bond shall inure to the benefit of any person named in Section 3181 of the Civil Code of the State of California so as to give a right of + action to them or their assignees in any suit brought upon this bond. This bond is executed and filed to comply with the provisions of the act of Legislature of the State of California as designated in Chapter 7 of Title 15, Part 4, Division 3, Civil Code, Sections 3247-3252, inclusive and all amendments thereto. Signed and sealed this 31st day of October ,19 75 EUGENE G. ALVES CONSTRUCTION CO., INC. COJMERCIAL UNION INSURANCE COMPANY Principal Surety BY J kP_Ist..,,2 . Dug G. Alves President L. King /Attorney-inFact i. G60530-S/l Microfilmed with board order C60821 00IQ �(, -) WE'R dF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSo .NCE COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Mass., hath made, constituted and appointed, and does by these presents make and constitute and appoint W. A. BLOCH, JR., J. D. '+TEST, D. C. NANCE and L. KING all of San Francisco, California and each of them its true and lawful Attomey-in-Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and confirming all the acts of said Attorney-in-Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the COM- MERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty-seventh day of July, 1972: Resolved, That the President, or any Vice-President, or any Assistant Vice President, may execute for and in behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secre- tary; and that the President, or any Vice President,or Assistant Vice President, may appoint and authorize an Attorney-in-Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice-President, or any Assistant Vice-President, may at any time remove any such Attorney-in-Fut and re- voke all power and authority given to any such Attorney-in-Fact. Resolved: That Attorneys-in-Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further, Attorneys-in-Fut are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by-laws of the company as well as any resolution of the Directors having to do with the execution of bonds, recognizance, contracts of indemnity, and all other writings obligatory in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of Attorneys-in-Fact. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty-seventh day of July, 1972: "Resolved: That the signature of the President, or any Vice-President, or any Assistant Vice President, and the Signa- ture of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attomeys-in-Fact for purposes only of executing and attesting any bond, un- dertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used,being hereby adopted by the company as the original signature of such officer and the original seal of the company, to be valid and binding upon'the company with the same force and effect as though manually affixed." IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its Vice-President and its corporate seal to be hereto affixed, by its Secretary this 4th day of September 19 75 `pfd t ;_ 1�7x COMMERCIAL UNION INSURANCE COMPANY eoll �s•.i. Attest: gy Secretary Vice-President COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS. On this 4th day of September 19 75, before me personally came John G. Thompson, Vice-President, and J. Marshall Leydon. Secretary of the COMMERCIAL UNION INSURANCE COMPANY to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. ��' •'— ' Cl Julius Szentendry—Notary Public (Afy Commission expires February 27,1981) CERTIFICATE 1, the undersigned, Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporacion, do hereby certify that the foregoing power of attorney is in full force and has not been revoked; and furthermore, that The Resolutions of the i Burd of Directors set forth in the power of attorney are now in force. Signed and sealed at the City of Boston.Dated this 31st day of October 19 75 Assistant Secretary C60903-3 00 f G . � 15- . % k0 � � ; �\ \ \ � a , $ a , i C6 0 0 � \� � a g � $ - U \ -10 � 0 � { 1 $ j U u $ . - w £ � ■ ; 3 k % � , � � y 0 � « � ° 0 $ � 2 oQa u k .®/ & C)A U / � � . � A t fk \ 0 f � � \ N \ \ e Bof No. CF 710 53 49 .l COmnwmiA Union Assn Ance C mi um. $560.00 rte' Panies t Boston,Massachusetts FAITHFUL PERFORMANCE CONTRACT BOND I KNOW ALL MEN BY THESE PRESENTS: x� �� That vie, EUGENE G. ALVES CONSTRUCTION CO., INC. as Principal, and COMMERCIAL UNION INSURANCE COMPANY � i duly licensed to transact business under the laws of the State of California, as Surety, are held and firmly bound unto CONTRA COSTA COUNTY { as Obligee i^ in the just and full sum of —NINETY THREE THOfiSAWn THRPP urnvnrar:n etsr = AND NO/100THS--------- t i Collars (S 93.361 00------) lawful money of the United States of America, for the payment whereof well and truly to be made, said Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these ;^.! presents. ^' THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT,WHEREAS,the above bounden Principal has entered into a contract of even date herewith with the said Obligee to do and perform the following work, to wiC Construction of new park_ F" lot, paving, grading, irrigation, and turf at klontalvin Manor Park, Lettia Road San Pablo, California. W. 0. (5213. all in accorda_+ce with rho plauc .,a •ri .: - v. :. or General Conditions prepared by pr for the publin -and-in-ace es - iw V with�Y --the accepted bid-propos-al including Addpndivm Nn - -ant-AltrctNumbersand-. as will more fully appear from said contract,reference to which is hereby made. g NOW. THEREFORE, if the above bounden Principal shall well and truly perform the work contracted to be done under said contract, then ` this obligation to be moil and void, otherwise to remain in full force and effect 4 No right of action shall accrue under this bond to or for the use of any person other than the Obligee named herein. V t Signed and sealed this SISI _ day of October ,A.D., 19_Z5 . Witnes _ D EUGENE G ALVES CONSTRUCTION Cn__ JNC_ Richard C. Tipton """cam ,pad - geneG.-Alves President COZOMRCIAL UNION INSURANCE COMPANY t Surety '7 ' C k By . King— !F Attorney in fact Public Works Bond G60529-California 10-70 r: i _ �.t.�. i SiOC+CO•+D�v+ OWER O•F ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION IN ..ANCE COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Mass., hath made, constituted and appointed, and does by these presents make and constitute and appoint W. A. BWCH, JR., J. D. WEST, D. C. NANCE and L. KING all of San Francisco, California and each of them its true and lawful Attorney-in-Fact, to make, execute, seal and deliver for and on its behalf as surety any and all bonds or undertakings and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company, and duly attested by its Secretary, hereby ratifying and confirming all the acts of said Attorney-in-Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the COM- MERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty-seventh day of July, 1972: Resolved, That the President, or any Vice-President, or any Assistant Vice President, may execute for and in behalf of the company any and all bonds, recognizances, contracts of indemnity,and all other writings obligatory in the nature thereof, the same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secre- tary; and that the President, or any Vice President,or Assistant Vice President, may appoint and authorize an Attomey-in-Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice-President, or any Assistant Vice-President, may at any time remove any such Attorney-in-Fact and re- voke all power and authority given to any such Attorney-in-Fact. Resolved: That Attorneys-in-Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney-in-Fact shall be as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further, Attomeys-in-Fact are hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in_the nature thereof, and are also authorized and empowered to certify to a copy of any of the by-laws of the company as well as any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of Attorneys-in-Fact. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty-seventh day of July, 1972: "Resolved: That the signature of the President, or any Vice-President, or any Assistant Vice President, and the signa- ture of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys-in-Fact for purposes only of executing and attesting any bond, un- dertaking, recognizance or other written obligation in the nature thereof,and any such signature and seal where so used,being hereby adopted by the company as the original signature of such officer and the original seal of the company, to be valid and binding upon'the company with the same force and effect as though manually affixed." IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents to be signed by its Vice-President and its corporate seal to be hereto affixed, by its Secretary this 4th day of September 19 75 sBrA `•^' COMMERCIAL UNION INSURANCE COMPANY t/�AI� Attest: gy Secretary Vice-President COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS. On this 4th day of September 19 75, before me personally came John G. Thompson, Vice-President, and J. Marshall Leydon, Secretary of the COMMERCIAL UNION INSURANCE COMPANY to me personally known to be the individuals and officers described in and who executed the preceding instrument. and they acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and sayeth, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. Julius Szentendry—Notary Public (My Commission expires February 27,1981) CERTIFICATE 1, the undersigned, Assistant Secretary of the COMMERCIAL UNION INSURANCE COMPANY, a Massachusetts Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked; and furthermore, that The Resolutions of the Board of Directors set forth in the power of attorney are now in force. Signed and sealed at the City of Boston.Dated this 31St day Of October 19 75 ' Y x, i� Sb72 V f Assistant Secretary 17611 // T In the Board of Supervisors of Contra Costa County, State of California October 21 19 75 In the Matter of Addendum No. 1, Montalvin Manor Park, Phase I, County Service Area M-17, San Pablo Area. (W. 0. #5213) IT IS BY THE BOARD ORDERED that Addendum No. l adding certain requirements to the plans and specifications for the construction of Montalvin Manor Park, Phase I, San Pablo, County Service Area M-17, is APPROVED, as recommended by the Public Works Directore PASSED by the Board on October 21, 1975• • I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Whriew my hand and the Seal of the Board of County Auditor—Controller Supervisors County Administrator affixed this 21st day of October , 19 75 Contractor (via Pe W.) �� J R. OLSSON, Clerk Deputy Clerk Rondalyni Shackl s 00217 H 24 8/75 10M October 16., 1975 C01MA COSTA COUNTY PUBLIC WORKS' DEpARTME[1T Martinez, California ADDEYDMI P:O. 1 To The Plans and Specifications - For Construction of PROJECT: NONTALVIN MNOR PARK, PHASE I Project No: SPECIFICATIONS- 1. Grading Specification (Attached)_ 2. Irrigation - Section 4.d.3: Revise to Read:- "Connect controller to 120 volt A.C.- supply . to be supplied by (delete others) contractor." 3. Planting - Section 5.a.: Add: ",Maintenance period shall be 60 calendar days and shall commence when in the opinion of the Landscape Architect an acceptable rate of turf germination has occurred. 4. Alternate No. 3: - Specification for soil pre- paration shall be to incorporate 3" of nitrified sawdust into top 6" of planting area and apply F I L E 15 pounds of a balanced pelleted fertilier per a 1,000 square feet of planting area. T �, 1975 J. R. OLSSON Acknowledged. RK BOARD Or SU?- V CO COST Bidder MlcrOMMedy"ith board By ' order Title: Montalvin Maaor Phase I Page 2 Build up fill in planting areas in layers not exceeding 12 inches in thickness. Compact to 85 percent maximum each layer by passing over with earth moving equipment. See Asphalt paving specifications for subgrade compaction requirements. , B. Cut or fill as required by the drawings for finished earth surfaces as shown in planting areas. C. It is the intent of this Specifications to balance the cut and fill material to eliminate the import or export of planting soil. D. Surface Drainage: Provide and maintain uniform grades, slopes, crowns and ditches on all excavations and fills to insure satis- factory drainage at all times during the construction period. The Contractor shall be responsible for the construction of temporary dams, silting basin, operation of pumps, and other facilities as re- quired, and as directed by the Landscape architect to prevent soften- ing of compacted earth, formation of mud, or deposition of eroded earth and silt on adjacent properties or work in progress or completed. No separate payment will be made for this work, but it shall be considered as being included in the Contract for the earthwork involved. Finished grades and surfaces for all work under this heading shall shed water completely. E. The Contractor shall check the existing storm drain lines during and after rain storms, and keep free of debris that might plug the drain line and cause it to flood the site. The Contractor shall be respon- sible for cleaning the line and for any damage to the site due to flooding or silting during the construction period. F. After completion of pavements and structures, surfaces of earth mounds and planting areas shall be graded and shaped by blading, dragging, and other means. Finished surfaces shall be uniform and smooth; true to slopes and grades. Soil level of planting areas shall be one (1) inch below edge of headerboards 2 pavement or walks. Particular attention shall be given to the installation of surface drainage swales. SEASONAL LII+1IiS No soil shall be placed, spread, cultivated or rolled during unfavorable veather conditions. Zhen the work is interrupted by heavy rains, grading operations shall not be resumed until the soil has dried sufficiently to avoid soil structural damage. CLEANUP Upon completion of the site earthwork, -the Contractor shall remove all sur- plus construction materials, earth and debris resulting from his work so that the entire job site is left in a neat and orderly condition. 00219 -2- Montalvin '2�IaQor> pari • _-Phase I GRADING SCOPE: The .work under this section includes but is not 1imited to 8 Establishment of lines and levels,-- B.- Excavation.and filling. C - Soil"placement."and finished grading - � - COMPACMON TEST:METHOD .e-ereferred to-.in these Specifications, compaction or relative s ,,,c r ' shall mean the in-place ary,':density,of soil"expressed as r ' ,ne,naximum dry;;density] of the'name material, as deter ,^4 ,t 1557-7 mp .,c :i, C: D 0 Co action Test Method ; GRADES, .:MATES :AND LEVELS A Exlsting :and,.finished elevations for,all. uork to be:constructed�tunder this-:Contract ,are .indicated on.."the drawin" s;,"and unless aIIy inconsistency therein Js brought to the 'attention `of the Landscape Architect in Writing prior to commencement :of construction,` the (;ontrracto2s held r respon"sible for" the proper location'and:elevations of alI Work R. : .Grade areas shown to the. new co,atours gad es:-,- Where-'surface treatment is, indicated, grading and `excavatingshaTl be to the required,;' �- subgraoes.' ,Finished';grades,designated' are to the surface of,, any.,topsoil;; called for,tc be.placed; A).1.,planting areas:,to be s3.te`graded shal]. be left`smooth-'.Arid>even and shall=be finished level with surfaced areas tops"of.curbs, .sidewalks;.'walls, etc:, or`as indicated on the'drastngs :6rAhese Specifications. = C.` ;Construct drainage. swales, as indicated" on':the .plans-, or.:as required,to , .. "provide positive drainage from.all, areas to drainage facjaa.ties n The :tops of .all:manholes, cleanouts, valve boxes and utility boxes in: all areas to be -site graded shall be ad�usted, :if necessary, to meet finished-grades. In _planter areas, raise'a mini nura,�of one. (1) inch,;.` above grade. EAll vegetation shall be removed from areas -of grading, paving," and .turf areas and disposed of off site SOIL PIACR-01T AND FINISHED GRADING: Grad.ing,.shall be accomplished,:as necessar,{ to' bring surtfaces to grimes shc�+'n;cn>the"drawings or to. prepare,the subgrade to receive fill, pavl.ng base �or cons trvcLion :as specified herein or in other4Secti6ns 00�2� In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 In the Matter of Payment for Waiver of Claims Sans Crainte Drainage Area (Work Order 8505) IT IS BY THE BOARD ORDERED that the Waiver of Claim dated October 10, 1975 from Terrence L. White, et ux., is APPROVED and the Public Works Director is AUTHORIZED to sign same on behalf of the County; and IT IS FURTHER ORDERED that the County Auditor-Controller is AUTHORIZED to draw a warrant in the amount of 5430.00, payable to Valerie Beth White and Terrence L. White, to be delivered to the County Principal Real Property Agent. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originated from Real Property Witness my hand and the Seal of the Board of Division, Public Works Dept. Supervisors affixed this 21st day of October 1975 ccs Public Works Director J. R. OLSSON, clerk County Auditor—Controller By (\ ,rip Deputy Clerk Rondalyri6 Shack es H24 8/75 lOM 0z')'-`21 In the Board of Supervisors of Contra Costa County, State of California October 21 11975 In the Matter of Stipulation and Release Agreement in Connection with Refund, Subdivision 4714, Brentwood Area. (D.P. #124050) The Board on September 16, 1975, on the advice of County Counsel, having withheld a portion ($7,800) of the cash labor and materials bond posted for Subdivision 4714 because of the filing of two legal actions against said bond; and The Board on October 7, 1975, having approved the release of $4,500 of said cash bond in accordance with the terms of a Stipulation and Release Agreement between one of the claimants and the developer of Subdivision 4714; and The Public Works Director this day having reported that County Counsel advises that a Stipulation and Release Agreement has been entered into by the second claimant and the developer; and The Public Works Director having therefore recommended that he be AUTHORIZED to issue warrants payable to the following in the amounts specified, thereby disposing of the final portion ($3,300) of the cash labor and materials bond withheld by the Board on September 16, 1975: PAYEE AMOUNT R&B Trucking, c/o Blewett, Garrettson & Hachman, $2,464.51 a professional Corporation (second of claimants ) Charles Pringle (developer of Subdivision 4714) $ 835.49 IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. PASSED by the Board on October 21 , 1975• 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. ca: R&B Trucking (via P.W. ) Witness my hand and the Seal of the Board of Charles Pringle (via P.W. Supervisors Public Works Director affixed this 21 st day of October 19 75 County Counsel J. R. OLSSON, Clerk By -t�L et(2/C - _ deputy Clerk Constance J. H 24 8/75 10M IN THE BOARD Or Surr�ttVi.3GnS OF CONTRA COSTA COMM, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Phase I of Orinda Community ) October 21 , 1975 Center Park, County Service Area R-6, ) Orinda Area. ) (Work Order 5230) ' ) Bidder Total Amount Bond Amounts Ferma Corroration P93,99.00 Labor & Mats. $46,979.50 P. 0. Rox 1316 (Base Bid plus Faith. Perf. $93,959.00 Mountain View, California 9!. 042 Alternates 1 , 2, and 3. ) R. E. Jones Construction , Concord Economy Garden Supply, Inc. , Oakland wiunkdale Bros. , Inc . , Burlingame J. H. Fitzmaurice, -Inc., Oakland Eu;ene G. Alves Construction Company, Inc . , Pittsburg 0. C. Jones and Sons , Berkeley Asphalt Surfacing Company, Richmond Underhill Construction, Vallejo ' G.• L. Hasenpflug, Inc. , Vallejo The above-captioned project and the specifications therefor being . approved, bids being duly invited 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 suff_cient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FUR THF 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 On toner 21 , 10,7K CERTIFIED COPY I certify that this i, a full. true & correct copy of the original dnru:nent Whlvh Is on file in ms office. and that it was passed & adopted by the Board of Supervisors of Contra Costa County. California.. on the date shown.ATTEST: J. It. OI SSO\. County Clerk&esofficlo Clerk of said Board of Supervisors, cc: Public Works Director by Deputy Clerk. County Counsel `.�.�.�..t i<-t �t+«�zea October 21 , 1975 County Auditor — - Contractor O Form 9.1 G1223 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA October 21 , 19 75 In the Matter of Approving ) and Authorizing Payment for ) Property Acquisition ) ) IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract are APPROVED And Mr. Vernon L. Cline, Chief Deputy Public Works Director, is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Pr.CFIEC0 Pacheco Town October lit, 1975 Title Insurance $21 ,500 130T L11]VARD, Council and Trust Company,. F?the co ares . Escrow No. CD-2021511 Project No. 391'51 - 1,1512-72 The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Supervising Real— Property Agent. The County Clerk is DIRECTED to accept deed from above-named grantor for the County of Contra Costa. The foregoing order was passed October 21 . 1975 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 2' day of Gctobar 1975 . cc : Public Works Director J. R. OLSSON, CLERK County Auditor-Controller 'olns t^nn:P, -1. Dvf Le i » Deputy Cle k Form #20.I1 75-2-200 t r In the Board of Supervisors of Contra Costa County, State of California October 21 19 I� to the Matter of i Rescinding Board Orders with Respect to M.S.L. 2-74, City 0 of Lafayette. . K J ' The Board on October 7, 1975 having accepted a Grant Deed, a Relinquishment of Abutter's Rights, and an Offer of Dedication for recording only dated December 19, 1974 from r4r. John E. Barsell, Jr. , et al (M.S.L. 2-74) , City of Lafayette; and The Public Works Director having advised that the subject- property lies within the City of Lafayette and therefore the Board isnot the proper accepting authority; } Ori the recommendation of the Public Works Director, IT IS ORDERED that the aforesaid actions of the Board are RESCINDED. PASSED by the Board on October 21, 1975. J 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 : City of Lafayette Supervisors Public Works Director affixed this 21st day of October 19 M Recorder (via P. I. ) J„ R. OLSSON, Clerk By Deputy Clerk Man Craig 00/2 H 24 18/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Approval of Work and Authorization for Issuance of Purchase Order. (Work Order 4749) Good cause appearing therefor, the Board hereby APPROVES the installation of a sub-surface drain at 6 Muth Drive, Orinda area, and AUTHORIZES the Public Works Director to arrange for the issuance of a purchase order in the amount of $3,500 to Mr. Dan Spillane to perform said work. This project is considered a class 1 categorical exemption from Environmental Impact Report requirements. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director al Witness my hand and the Seof the Board of Supervisors County Auditor-Controller Purchasing affixed this 1 a . day of netober . 19 7 ci R. OLSSOY, Clerk B U _.x Deputy clerk Constance J. Davies 00226 H 24 8/75, 10M In the Board of Supervisors of Contra Costa County, State of California October 21 19 In the Matter of Authorizing Right-Of-Way Acquisition, Roundhill Road, Alamo Area. (Work Order 4306 IT IS BY THE BOARD ORDERED that the Public Works Director is AU'T'HORIZED to acquire all of the right of way necessary to permit the construction of the missing link of Roundhill Road between the southerly boandary of Subdivision 2$05 and the northerly boundary of Subdivision 4041 , necessary costs to be charged to the right of way revolving fund. PASSED by the Board on October 21 , 1975• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of County Auditor-Controller Supervisors affixed this 21 st day of October 19 75 J. R. OLSSON, Clerk By tic r it51 Deputy Clerk Constance J. Davis H 24 8/75 10M 0 0 " 27 In the Board of Supervisors of Contra Costa County, State of California October 21 , i9 75 In the Matter of Completion of Public Improvb— ments in Minor Subdivision i-14 73, Alamo Area. IT IS BY THE BOARD ORDERED that the public improvements in Minor Subdivision 11173, Alamo area, are ACCEPTED as complete and the Public Works Director is AUTHORIZED to refund to Bolla Development, 3158 Miranda Avenue, Alamo, California 91507 the $500 deposited as surety (as evidenced by Auditor's Deposit Permit Detail No. 126061., dated May 16, 1975) • PASSED by the Board on October 21, 1975• 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 ccs Subdivider Supervisors Public Works Director affixed this 21st day of October . 19 75 Director of Planning Recorder { c^ J. R. OLSSON, Clerk By a Deputy Clerk RdndalY4 Shackles oo44GU H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Provision of Maintenance Services to the Diablo Community Services District. (Work Order 4618) The Public Works Director having received a letter-- dated October 14, 1975 from the Diablo Community Services District requesting the county to provide general road maintenance services to the district at an estimated cost of $4,500; and IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to provide the aforesaid services, the district to reimburse the County for all costs plus appropriate overheads, in accordance with Resolution No. 1077 adopted by the Board on July 24, 1962. PASSED by the Board on October 21, 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Public Works Director Supervisors County Auditor-Controller County Administrator affixed this21st day of October 19 1 J. R. OLSSON, Clerk ByDeputy Clerk N. I graham On n H 24 8/75 10M ;✓1ti�� S ISO 01151915 Diablo Community Service District, 0 N4006 pE4AR1MEN� P.o. BOX 321 pull, DIABLO. CALIFORNIA 94528 DIRECTORS October 14, 1975 Paul J. Cortese. President Joseph V. Ragusa. Treasurer Join Oiander Janes Stone Robert Tiernan Richard J. Breitwieser.Secretas, RECEIVED Mr. Vern Cline 0 C T 1 Assistant Director Public Works Dept. J. r OLSSOJ Contra Costa Count GM BOARD OF SUP County TRA C06TA 725 Court St. e �1 Martinez, CA 94553 Dear Mr. Cline: Please accept this letter as your authorization to perform maintenance work for Diablo Community Service District under Resolution 1077. It is estimated that the work will cost $4,568.00. The work should be done as soon as possible. Very truly yours, PAUL J. CORTESE, President _ PJC:dr - Reccoommmende T /19 thur..'G. Will, County Administrator Date • /lam-/G I -Vernon L. Cline Date 'Chief Deputy Public Works Director Microfilmed with board order 00230 - - • . - • In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Exoneration of Surety Tax Bond on Tract No. 4562, City of Martinez. The County Tax Collector having advised that all taxes on the property included in Tract No. 4562, City of Martinez, f have been paid in full; IT IS BY THE BOARD ORDERED that Surety Tax Bond No, 05 S 48934 BCA issued by the Aetna Casualty and Surety Company is hereby EXONERATED. PASSED by the Board on October 211 1975- I hereby certify that the foregoing is a true and correct copy of an order entered on the .minutes of said Board of Supervisors on the date aforesaid. cc: County Tax Collector Witness my hand and the Seal of the Board of Supervisors affixed this 21st day ofOctober , 19 75 4A. OLSSON, Clerk By -Ar _ Deputy Clerk Ron-dalyrAi Shackles 00231 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 19 75 In the Matter of Executive Session. At 10:15 a.m. the Board recessed to meet in Executive Session, pursuant to Government Code Section 54957.6, in Room 108, County Administration Building, Martinez, California to consult with its representatives in connection with discussion of salary matters. PASSED by the Board on October 21, 1975. At 11:00 a.m. the Board reconvened in its Chambers and proceeded with its regular agenda. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: County Administrator Supervisors affixed this 21st day of October 19 75 cv J. R. OLSSON, Clerk By Deputy Clerk Sax a M. Neufel H 24 8/75 10M � � 2 In the Board of Supervisors of Contra Costa County, State of California Oetober 21 ' 19 In the Matter of Workshop with Federal Officials. On the recommendation of Supervisor W. N. Boggess, IT IS BY THE BOARD ORDERED that any member of the Board who wishes and the County Administrator are AUTHORIZED to attend at county expense a workshop with federal officials in Washington, D.C. , on December 4 and 5, 1975, provided that other official business does not preclude such attendance. PASSED by the Board on October 21, 1975• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: ..Board Members Supervisors . County Auditor-Controller affixed this 21st day of October 197.5 ,_ County Administrator J. R. OLSSON, Clerk By 1 /7/,� Deputy Clerk MaW Cra 00233 H 24 8/75 loon In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Proposed Ordinance Regulating Fortunetelling and Related Activities. Pursuant to the August 5 , 1975 order of the Board, County Counsel having submitted a draft ordinance regulating Fortunetelling and related activities ; IT IS BY THE BOARD ORDERED that November 18, 1975 at 10:45 a.m. is the time set for introduction of and hearing on the ordinance as proposed. PASSED by the Board on October 21 , 1975. 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. c c. Interested Parties Witness my hand and the Seal of the Board of with copy of ordinance Supervisors County Counsel affixed this?1st day of October , 1975 County Sheriff-Coroner J. R. OLSSON, Clerk County Administrator ByC,77��,,*,._ Deputy Clerk Robbie G ierre 0 z34 H 24 8175 10M In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Approval of Surety Tax Bond(s) . IT IS BY THE BOARD ORDERED that the surety tax bond(s) in the . amount(s) indicated .for the following tract(s) is(are) APPROVED: Tract Bond No. Location Principal 'No. Amount 4323 City of Albert D. Seeno 25344.53 $179000 Pittsburg Construction Co. 4549 City of Albert D. Seeno 2534452 6 000 Pittsbu_rb Construction Co. ' PASSED by the Board on October 21, 1975 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: Tax Collector Supervisors with copy of bond(s ) affixed this 21st day of October 19 77 J. R. OLSSON, Clerk Deputy Clerk Ro::dal-.=nn Shackles 31 0025 - 0 . In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Claim for Damages. A claim for damages in the amount of $1 ,000,000 having been filed with this Board on October 9, 1975 by O'Neill , Bridgman and Schock , Attorneys at Lave, 2150 Valdez Street, Suite 1485, Oakland , California 94612, on behalf of James Coffee , Sabrina Lyn Coffee and the heirs of Michelle A. Coffee , 2800 Sycamore, Martinez , California 94553; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on October 21 , 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. c c: Claimants Witness my hand and the Seal of the Board of Public k1 o r k s Supervisors Attn: Mr. Broatch affixed this 21 s t day of October, 19 75 County Counsel J. R. OLSSON, Clerk Director, Human By �%v < - Deputy Clerk Resources Agency Robbie Gu, ierre County Administrator H 24 8/75 10M 0 0 23^' } f I Com! AGAINST THE COUNTY OF CONTRA COSTA 2 AND CON'T'RA COSTA COUNTY BOSPITAL 3 CLADM'm'S: JAMES COFFEE, SABRM LYN COFFEE and the heirs of MLCHEaE A. CO , 4 deceased 5 ADDRESS: 2800 Sycamore, Martinez, California F E D 6 ADDRESS 'TO WHICH NOTICES SHOULD BE SEW: 0 LTG 1975-- 7 O'Neill, Bridgman & Schock J. R. amsson►�. A Professional Corporation aERK BOARD O� SUPcAv�!R$ ONI 8 2150 Valdez Street, Suite 1485 B ° � mw'cos�A ►� .... ._ Oakland, California 94612 . 9I 10 AND CIRCUISTANCFS OF OCCURRENCE: Fromm June 28, 1975 to July 1, 1975, 11 I MICHELLE A. COFFEE was a patient at the CONTRA COSTA (AUNTY HOSPITAL under the 12 ' care of claimees and employees of claimees; during said time, claimess and 13 their employees so negligently and carelessly examined, and/or treated, and/or 14 + dlagnosed, and/or performed surgery upon, and/or advised, and/or provided 15 medical services to said MLCHEL,LE A. COFFEE as to cause said MLCNELIE A. COFFEE 16 to languish and die on the 6th day of July, 1975; by reason of said negligence 17 and carelessness, claimants have been deprived of the care, canfort, society I 18 � and support of said WCH= A. COFFEE, deceased. 19 NAMES OF PEOPLE, EMPLOYEES CAUSING INJURY: Employees of the Martinez County i 20 Hospital and County of Contra Costa, whose identities are presently unknown 21 to claimants. 22 1 AMOUNT CLAIMED: General and special damages, $1,000,000.00. i 23 : DATED: Octcber--r 8, 1975. 24 i; O'Neill, Bridgman & Schock A Professional Corporation 25 26 i r, By /i.: i 27 Attorneys for claimants. 28 f i, 29 30 i• 31 2 O'NEILL,BRIDGMAN I, R SCHOCK �I A PROFESSIONAL CORPORATION ATTORNEYS AT LAW + 1165 ORDWAY BLDG. i} ` 00237 PHONE 2150 VALDEX ST. ! OAKLAND.CALIF.9161 !'r-j,_Jj /J. 2 Ij - PHONE 993-3900 C 1 l' In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Claim. Mr. Homer B. Sidlow, 3124 Clairton Road, Concord, California 94519 having filed with this Board on October 8, 1975 a claim for damages in the amount of $78; IT IS BY THE BOARD ORDERED that the aforesaid claim is- DENIED. PASSED by the Board on October 21, 1975- 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,. Claimant Supervisors ?ub1ic . or :s Director affixed this 21- st day of October 19 75 Attr.: .'r. B_"oatch amount_; Counsel •J. R. OLSSON, Clerk County Administrator -By t., #,,:, Deputy Cleric Count?i S h e r i_t � �or_a3lz:rn Shackles MM H 24 8/75 .20M17 D CLAIM AGAINST THE COUNTY OF CONTRA COSTA OCT 8 1975 TO: THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA C STS P avisoa CALIFORNIA. 1. My name and post office address are as follows: HOMER B. SIDLOW 3124 Clayton Road Concord, CA 94519 2. I desire notices to be sent to the following post office address: 3124 Clayton Road Concord, CA 94519 3. The date, place and other circumstances of the occurrence or transaction that gave rise to this claim are as follows: On 1 July 1975, at about 8 :40 A.M. , at 10 Bryant Way, Orinda, California, the location of the Jiffy Gas Station, I was filling my gas tank from the self-service pump. As I reached the $1.00 purchase, the attendant grabbed the hose which I was holding in the tank and attempted to yank it out of my grasp. I held on to it and pulled it from her grasp and put it back in the tank. She called over Charles Fitz, a deputy sheriff who was accompanied by deputy sheriff S. Motter, who was also parked at the station. She accused me of "trying to hit her with the hoze." Deputy Fitz twist- ed my right arm, and then my left, behind my back and then handcuffed me. He jerked up on the handcuffs and deliberately applied pressure to my arms, causing additional pain to an injured right shoulder and back that I was experiencing and which I informed Seputy Fitz about. He answered today complaint with these words: "Good, it will hurt you some more! " He refused to release the pressure on my arms and shoulder until he threw me into the back seat of the patrol car, about five minutes later. 4. A general description of the injury incurred so far as it is now known is as follows: Severe strain to the back muscles and right shoulder joint which has been diagnosed as either bursitis or arth- ritis by my physician, Mamerto Palaganas. Further tests are being conducted currently to determine the actual cause of the deep-seated pain. 5 . The name of the public employees are Deputy Sheriff Charles Fitz and Deputy Sheriff S. Motter. 6 . The amount claimed as of the date of presentation of this claim is $78.00, which includes charges for X-rays of the back and four treatments by Daniel A. Huegi, D.C. of 23 Orinda Way, Orinda, CA. to relieve the strain and pain in the back muscles and shoulder. 7. The basis of computation of the claim is $48.00 for .ba.ck X-rays, and $30.00 for three additional visits for treadment after the initial treatment . Dates of treatment were July 530,7, and 8, 1975. Dated: 7 October 1975 1139 HOMER B. S IDLOW + Claimant .I I _ In the Board of Supervisors of Contra Costa County, State of California October 21 P19 75 In the Matter-of Claim. Mr: Benny Quesada Palacio, 88 Mountain View, ;Test Pittsburg, California 94565 by and through his attorney, Mr. Joseph M. Reid, Sherbourne, Kennett &: Stevens, Inc. , P. 0. Box 23648, Pleasant Hill, California 94523 having filed with this Board on September 24, 1975 a claim for damages in the amount of 3500; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Claimant Witness my hand and the Seal of the Board of Cublic Works Director Supervisors Attn: P:r. Broatcr affixed this 21st day of Oe-to-+P` 19 Countv Counsel J. R. OLSSON, Clerk Court- Administrator ' Countv Sheriff BY s �_ , ccc ;;� t, Deputy Clerk Ror_dalyh' n Shackles 00240 H 24 8/75 10M SHERBOURNE, KENNETT & STEVEms N.W.SHER80URNE A PROFESSIONAL CORPORATION AREA COON ats RICHARD E.KENNETT ATTORNEYS AT LAW TEL[PHONESt MITCHELL A.STEVENS 620 CC NTRA COSTA BOULEVARD 024.8100 JOSEPH M.REID P. O. BOAC 23648 -a PZSAbA.Yi 1i31.I.. CA1.3lOILYIA 946:II F L NOTICE AND CLAIM OF S E E D P 2 L4 1975 SUSTAINING PERSONAL INJURY J. R. OLV4N CIEIK BQARtJ,0F'SUpEW1Wn J ONT r4 •Co. To: Board of Supervisors, Contra Costa County. TAKE NOTICE THAT CLAIM IS HEREBY MADE FOR PERSONAL INJURIES - AGAINST THE COUNTY OF CONTRA COSTA. Claimant: Benny Quesada Palacio �r 88 Mountain View West Pittsburg, California SSP ` A Notices: Notices are to be sent to' aftic ARKS1REKT Joseph M. Reid Sherbourne, Kennett & Stevens, Inc. P.O. Box 23648 Pleasant Hill, California 94523 Date of Injury: August 9, 1975 Place of Injury: Contra Costa County Jail, Martinez, CA. Facts : On May 29, 1975 claimant appeared in the Pittsburg Municipal Court and pled guilty to a traffic violation (Action No. P 22941) . On July 22, 1975 claimant appeared in the Walnut Creek-Danville Municipal Court and pled guilty to another traffic violation (Action No. W 304221) . As a result of these pleas of guilty, the courts sentenced Mr. Palacio to 15 days in the Couaity Jail--the sentences to run concurrently and to begin at 9 A.M. on July 26, 1975.At 9.A.M. on July 26th, claimant surrendered himself to the personnel at the Contra Costa County Jail located in Martinez, California. The Contra Costa County Jail booking records for July 26, 1975 indicates that the booking procedure then began at 9:05 A.M. on that day. On July 28, 1975 the Pittsburg court received a notification from Sheriff's Officer Raymond E. Ingersoll that claimant had failed to appear for the committment order issued by the Pittsburg court (Action No. P 22941) . In fact, 1,1r. Palacio was in jail at that time. As a result of that notification, the Pittsburg court issued a bench warrant for the arrest of the claimant with bail in the sum of $500. On Saturday, August 9, 1975--the specified termination date of claimant's incarceration--claimant was informed that there was a bench warrant for his arrest. Claimant was further informed that he would not be released from the Contra Costa County Jail unless 00.-41 . t r Claim of BENNY QUESADA PALACIO Page 2 he posted bail in the sum of $500 or was arraigned on the bench warrant and released by the court. Faced with the decision of whether to remain in jail for another two days awaiting a hearing on his matter, or post bond by paying a bail bondsman, claimant chose the latter course of action. On August 26, 1975 claimant appeared again in the Pittsburg Municipal Court and was arraigned on the bench warrant matter. Claimant explained that he had in fact served his 15 days, and the matter was disposed of. Injury or Loss : Loss of premium paid to bail bondsman; loss of time and expenses incurred in making the court appearance on August 26, 1975; emotional stress and humiliation. Employee Responsible: Sheriff's Officer Raymond E. Ingersoll and others whose identities are presently unknown. Amount Claimed: $500.00. _ Dated: September 23, 1975 "- SHERBOURNE, KENNETT & STEVENS, Inc. Attorneys for Claimant By_ �` � - s p ei 00242 In the Board of Supervisors of Contra Costa County, State of California October 21 „19 75 In the Matter of Claim for Damages. Mr. James Amerson, 17C Enes, Pittsburg, California 94565 by and through his attorney, Ryan & Tabor, 680 Beach Street, Suite 324, San Francisco, California 94109 having filed with this Board on October 14, 1975 a claim for damages in the amount of 350,000; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on October 21, 1975. 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. c c• Cl a ::ant Witness my hand and the Seal of the Board of Public 'Zorks Supervisors Attn: .__ . Bro tch affixed this-21st day of October 19 75 Court r Counsel J. R. OLSSON, Clerk Coi,2.nz :'-d'min?st:"a mor Sherif:,s Department By V E( ati Deputy Clerk _Rondaal--rnn v aC}:leS .00243 H 24 8/75,loot► i i 1 RYAN & TABOR � L ED j" 680 Beach St., Suite 324 F San Francisco 94109 2 673-2300 FQCT /) 1975 3 Attorneys for Claimant f R, o1A�CH CIES S6i► OF 5UPWISM 4 c°'a�a�,COST 5 6 7 8 JAMES AMERSON, ) 9 Claimant, ) ) 10 vs. ) CLAIM FOR DAMAGES 11 CONTRA COSTA COUNTY, ) 12 Respondent. ) 13 14 JAMES AME-' SON presents his claim for damages, pursuant to 15 Government Code Sections 905 and 910, as follows: 18 A. Claimant is James Amerson, 170 Enes, Pittsburg, Ca. 17 B. Notices are to be sent to Ryan & Tabor, 680 Beach St., 18 Suite 324, San Francisco 94109. 19 C. Date of incident: 9/13/75 at 3:30 P.M. Incident occurred 20 on Willow Road in West Pittsburg. Members of the Contra Costa County 21 Sheriffts Department falsely imprisoned Mr. Amerson and falsely 22 arrested Mr. Amerson, assaulted and battered him and caused 23 negligent and intentional infliction of mental distress. 24 D. False arrest and imprisonment, assault, battery, emotional 25 distress, were the injuries suffered by claimant. 29 E. Names of public employees are unknown to claimant at this 27 time. 28 F. Amount claimed for general damages is $50,000. Special 29 damages are unknown at this time. 30 DATED: September 26, 1975. RYAN & TABOR 31 32 By Attorneys for Claimant RYAN b TANOR ATTOIINCYS AT LAW ..O.[ACM ST..SUIT[». SAN FRANCISCO 94109 673.2300 00244 024A r In the Board of Supervisors of Contra Costa County, State of California October 21 . 1975-- In 197In the Matter of Request of Bryan & Murphy Assoc- !; iates (1955-RZ) to Rezone Land in the West Pittsburg Area. Earl W. Smith, Owner. This Being the time fixed for hearing on the recommenda- tion of the Planning Commission with respect to the request of Bryan & Murphy Associates, applicant (1955-RZ) to rezone land in the West Pittsburg area, and no one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised the Board that no Environmental Impact Report was required for this application; IT IS BY THE BOARD ORDERED that the request of Bryan & Murphy Associates (1955-RZ) to rezone 4 .6 acres (more or less) from Mutiple Family Residential District-2 (M-2) and General Agricultural District (A-2) to Single Family Residential District-6 (R-6) , is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that the Director of Planning and County Counsel are DIRECTED to prepare an ordinance, amending the zoning ordinance of Contra Costa County, giving effect to the same, said ordinance to be published for the time and in the manner required by law in a newspaper of general circulation. PASSED by the Board on October 21, 1975• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisor cc : Bryan & Murphy Associates affixed this 21st day of October 19 Mr. Earl W. Smith J. R. OLSSON, Clerk Director of Planning By_ Deputy Clerk Bonnie Boaz 0245 H 24 8/75 10M I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) San Ramon Heights Homeowners } e _.A4sociation from action of the October 21, 1975 Board of Appeals on Application No. 2074-75, Danville Area. L. L. Larson, Owner This being the time fixed for hearing on the appeal of the San Ramon Heights Homeowners Association From Board of Appeals approval with conditions of the request of ter. L. L. Larson (LUP 2074-75) for establishment of a mobile home for temporary occupancy by a member of family, Danville area; and Mr. Gunther Boccius, Senior Planner, having recommended denial of the land use permit because of the property exposure to an adjacent subdivision and because, in the opinion of the Planning Department staff, an addition to the existing residence would serve the needs of the applicant and more readily comply with the zoning district and the General plan for the area; and Mr. John Leahy, on behalf of the San Ramon Heights Home— owners Association, having stated that deed restrictions for the subdivision include lot sizes and prohibit subdividing, and having suggested that Mr. Larson consider building a guest house to accommodate his parents; and Mr. R. A. McKee having appeared in support of the appeal, stated that issuance of the permit would set a precedence and 'end ' the single family character of the area; and Mr. L. L. Larson, applicant, hating requested that the decision of the Board of Appeals be upheld; and County Counsel having advised that enforcement of deed restrictions was the responsibility of the homeowners; and The Board members having discussed the matter at some length, and Supervisor E. A. Linscheid having suggested that the members of the Board view the site, recommended that the hearing be closed, decision to be made November 4, 1975 at 10:45 a.m. IT IS BY THE BOARD ORDERED that the aforesaid recom— mendation is APPROVED. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. L. L. Larson Witness my hand and the Seal of San Ramon Heights the Board of Supervisors Homeowners Association affixed this 21st day of October, 1975. Director of Planning J. R. OLS—, Clerk- '44 lerk- By^ �AL 'I- Deputy Clerk on a ynn ac es 0g Y 6 In the Board of Supervisors of Contra Costa County, State of California October 21 , 1975-- in the Matter of Recommendation of the Planning Commission with respect to Rezoning Changes in the Danville Area (1962-RZ) . Mr. Robert Paramenter, Owner. This being the time fixed for hearing on the recommendation of the Planning Commission with respect to its initiation of rezoning changes in the Danville area (1962-RZ) , and no one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised the Board that inasmuch as the requested zoning is consistent with the County General Plan no Environmental Impact Report is required for this application; IT IS BY THE BOARD ORDERED that the recommendation of the Planning Commission to rezone property from Planned Unit District (P-1) to Single Family Residential-15 (R-15) is APPROVED. IT IS FURTHER ORDERED that the Director of Planning and County Counsel are DIRECTED to prepare an ordinance, amending the zoning ordinance of Contra Costa County, giving effect to the same, said ordinance to be published for the time and in the manner required by law in "The Valley Pioneer." PASSED by the Board on October 21, 1975• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Planning Commission Supervisors Mr. Robert Paramenter affixed this t da of October , 19 Director of Planning ? y J. R. OLSSON, Clerk Deputy Clerk Mai�Y7 Craig H 24 8/75 20M 00.47 I i i In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 In the Matter of Request of Mr. Matthew W. Gonsalves (192$-RZ) to Rezone Land in the San Ramon Area. Mr. Lawrence A. Harper, Owner. This being the time fixed for hearing on the recommendation of the Planning Commission with respect to the request of Mr. Matthew W. Gonsalves to rezone land in the San Ramon area, and no one having appeared in opposition; and The Board having certified that the final Environmental Impact Report as received from the Planning Commission has been completed in compliance with the California Environmental Quality Act and the state guidelines and having further certified that the Board as lead agency and decision-making body has reviewed, considered and evaluated the information contained in the said final Environmental Impact Report; IT IS BY THE BOARD ORDERED that the request of Mr. Matthew W. Gonsalves to rezone 4.5 acres from General Agricultural District (A-2) to General Commercial District (C) is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that the Director of Planning and the County Counsel are DIRECTED to prepare an ordinance, amending the zoning ordinance of Contra Costa County, giving effect to the same, said ordinance to be published for the time and in the manner required by law in "The Valley Pioneer." PASSED by the Board on October 21, 1975. h 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. Matthew W. Gonsalves Supervisors Mr. Lawrence A. Harper affixed this 21st day of October 1975 Director of Planning J. R. OLSSON, Clerk By �� Deputy Clerk Mar Craig ou ? H 24 8/75 IOM In the Board of Supervisors of Contra Costa County, State of California October 21 11975- In 1975In the Matter of Proposed Abandonment of Portions of Warner and Del Porto Roads, Oakley Area. 'Itis being the time fined for hearing on the proposed .11 abandonment of portions of Warner and Del Porto Roads, Oakley area; and The Board having been advised that the Planning Commission hearing for consideration and report of said proposal was continued to November 12, 1975; IT IS BY THE BOARD ORDERED that the hearing on the pro posed abandonment of portions of Warner and Del Porto Roads is; : continued to December 16, 1975 at 10:30 a.m. .PASSED by the Board on October 21 , 19.750 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Draftsman Public Works Director Supervisors Planning Commission affixed this .21 at day of October 19 C.C.C. Water District J. R. OLSSON, Clerk Stage Sanitary Dist. of y _ L Deputy Clerk C.C.C. B Oakley County Water Dist. Constance Davies San Pablo Sanitary Dist. E.B.M.U.D. Purchasing .T.& S.F. Railway Co. California Public Utilities Commission H24 8175 10M 004249 o • In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Revised Funding Approval Under Title I of the Housing and Community Development Act of 1974 The Board having this day considered the recommendation of the County Administrator that it approve Community Development Block Grant Program Revised Funding Approval, which increases the County's entitlement in the amount of $3 ,000, between the County and the Department of Housing and Urban Development , in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 ; IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute said agreement. PASSED by the Board on October 21 , 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig : Planning Department Witness my hand and the Seal of the Board of Supervisors cc : Department of Housing and affixed this 21st day of October 19 75 Urban Development (2) J. R. OLSSON, Clerk c/o Planning Director County Administrator By _ Deputy Clerk County Auditor—Controller N. In aham H 24 8/75 10M I U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM FUNDING APPROVAL UNDER TITLE I OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974 (Public Law 93-383) 1. NAME OF APPLICANT 2. APPLICATION/GRANT NO. CONTRA COSTA COUNTY B-75—UC-06-0002 3. APPLICANT'S ADDRESS(Include Street. City, County. State and Zip Code) 4. DATE OF APPLICATION August 28, 1975 County Administration Building S. DATE OF HUD RECEIPT OF APPLICATION Room 103 — P. 0. Box 951 Martinez, California 94553 September 2, 1975 Contra Costa County 6. Q Original Funding Approval [f1 Amendment.Amendment No. i All section-references below are to the Housiny and Community Development Act of 1914 unless otherwise indicated. 7. CATEGORY OF COMMUNITY DEVELOPMENT BLOCK GRANT FOR THIS FUNDING ACTION (Check only one) a.Z] Metropolitan Entitlement(Sec. 106) b.Q Metropolitan Discretionary(Sec. 106) (1) San Francisco — Oakland , SMSA, State of California (S315A Name) c.Q Non-Metropolitan Entitlement(Sec.106) d.Q Non-Metropolitan Discretionary(Sec. 106) e.Q Secretary's Discretionary(Sec.107) f.Q Urgent Needs Fund(Sec. 103(b)) 8. AMOUNT OF COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS APPPOVED a. Amount of CDBG Funds Currently Reserved for this Applicant... . .. . . . . ..... .............. S 17060,000 1,057,000 b. Amount of CDBG Funds Now Being Approved for this Applicant . . . ... .. ...... ............. S + 3,000 c. Amount of Reservation to be Cancelled(Line 8a minus 8b).. . . . . . . . . . . . . . ... ... . ..... .. . . S —0— HUD ACCOUNTING USE ONLY rm TAC PRC Y A REG ARE DOCUMENTN PROJECT NUMBER — S 1 5 3 1 76 7 0 8 2 1 4 9 12 13 14 16 IB 23 30 37 CATEGOR AMOUNT 1 EFFECTIVE DATE F AMOUNT 2 SCHEOULENO 10] TUFf I I I I I IT FF1 1 -1 -11 38 41 45 50 54 60 61 65 70 74 70 9. DISTRIBUTION OF APPROVED COMMUNITY DEVELOPMENT BLOCK GRANT a. Amount of Advance Approved by Authorization dated . S —0— b. Grant Amount Reserved for Guarantee of Loans for Acquisition of Property(Sec. 106(b))....... .... S —0— c. Grant Amount Reserved to Settle Outstanding Urban Renewal Loans(Sec. 112(a)). Attach schedule in accordance with instructions . . . . . . . . ... .. .. ... . ...... . .. ..... .... S —O— d. Sum of lines 9a,9b,and 9c . . ... . . . . . . . . . .. .. . . ..... .... .. . ... ................ S —0— e. Amount of Approved CDBG Available for Disbursement(Line 8b minus 9d) . .. ....... . ......... S 1,060,000 HUD-7082(1-75) Microfilmed with board order UO2 �. 1 f INSTRUCTIONS BLOCK NO. j 1. Enter the Applicant's name as shown in Item 4 of Form HUD-7015, Application for Federal Assistance. ! 2. Enter the number shown in Item 2 of Form HUD-7015. ! 3. Enter the Applicant's complete address as shown in Item 4 of Form HUD-7015. 4. Enter the date of application or amendatory'shown in Item 15 of Form HUD-7015. 5. Enter the month, day and year that the application or amendatory was received, provided that it was judged to be complete, and the 75 day period was started in accordance with 24 CFR 570.306. If the application was incomplete, enter the date that the additions which made it- complete were received. Complete only when 7a or 7c is checked. 6. Check the appropriate box. Check "Original Funding Approval" for the first funding approval form executed under the grant number shown in Block No. 2. Check "Amendment" for subsequent funding approval forms executed under the same grant number. Number amendments under the same grant number consecu- tively, starting with 111." 7. Check the appropriate box. If box 7b is checked, complete lime 7b(1). 8. The amounts entered in this block shall pertain only to funds appropriated for CD Block Grants. They shall not include amounts pertaining to surplus urban renewal funds, which are handled separately in Block No. 10. a. Enter the amount of CDBG funds currently reserved for this Applicant under the grant number shown in Block No. 2. If amendment, enter the amount of CDBG funds which have been reserved since the completion of the previous Funding Approval form. b. Enter the amount of CDBG funds now being approved for this Applicant. If amendment, enter only the increase (+) or decrease (-) in the amount of CDBG funds approved for use by this Applicant under the grant number -- shown in Block No. 2. C. Subtract the amount on line 8b from the amount on line 8a and enter the difference on this line. 9. The amounts entered in this block shall pertain only to the distribution of the grant amount approved on line 8b. a. Complete only on original Funding Approval form in fiscal year 1975, if applicable. Enter the date shown in Block No. 9 of Form HUD-7015.7, Request and Authorization for Advance. Enter the amount of advance approved in Block No. 9 of Form HUD-7015.7. b. Enter the amount shown on line 4 bf Item F of approved Form HUD-7015.6, Application for Community Development Loan Guarantee, if applicable. c. Enter the amount, if any, reserved to settle outstanding urban renewal loans pursuant to 24 CFR 570.802. Attach schedule, in the format shown below, indicating the following for each loan: Project Number: Amount of CDBG funds to be applied to settle the loan: $ ; Current outstanding loan is (check one): / / Direct Loan f Private Market Loan d. Add the amounts on lines 9a, 9b, and 9c and enter the sum on this line. ! 4 e. Subtract the amount on line 9d from the amount on line 8b and enter the difference on this line. This is the amount of CDBG funds made available j by this Funding Approval form for disbursement through the grant payment system (e.g. , letter of credit). if t } 0 2t;2 10. AMOUNT OF SURPLUS URBAN RENEWAL FUNDS APPROVED AND BALANCE AVAILABLE(Sec. 112(h)) a. Amount of Surplus U.R. Funds Reserved for this Applicant. . . . . . . . . .. . .. . . . .. . . .. .. .. ..$ —0— b. Amount of Surplus U.R. Funds Now Being Approved . . . . . . . . . . . . . . . . . . . . ... .. .. . .. . . .$ —O— c. Balance of Surplus U.R. Funds Available for Future Use(Line 10a minus 10b) . . . .. . . .. . ... . .$ —0— HUD ACCOUNTING USE.ONLY BATCH TAC PROGRAM A REG AREA tJ0 PROJECT NUMBER — S 176 � 7082 1 4 9 12 13 14 16 16 23 30 35 CAlEC)FiY AMOUNT 1 EFFECTIVE DATE F AMOUNT 2 SCHEDULE NO. 36 41 45 50 54 60 61 65 70 74 .79 11. RECIPIENTS OF APPROVED GRANT AMOUNTS APPROVED COMMUNITY APPROVED SURPLUS IDENTIFICATION OF RECIPIENTS DEVELOPMENT URBAN RENEWAL FUNDS BLOCK GRANT (1) (2) f3) a. Applicant Identified in Block No. 1 S 1,060,000 S —a— b. Name and Address of Recipient Other Than Applicant (Include Street, City, County.State and Zip Code) i C. Total S 1,060,000 S —0- 12. AMOUNT OF LOAN GUARANTEE NOW BEING APPROVED(Sec. 108(b)) $ —0- 13. RECIPIENT OF LOAN GUARANTEE (Check only one) a. [j Applicant Identified in Block No. 1 f b. (_ Recipient Other Than Applicant lNume and •Iddre—,) NOT APPLICABLE i i HUD-7062(1-75) O��U� .10. Complete only if surplus grant funds remained after the financial settlement of urban renewal and/or NDP project(s), and those funds have been reassigned to this Applicant. Reference: 24 CFR 570.801. a. Enter the amount of surplus U.R. funds reserved for this Applicant. -Verify this amount with the Regional Accounting Division. On the first Funding Approval form in which this block is completed, enter the total amount of surplus U.R. funds reserved for this Applicant via Form HUD-718. On subsequent Funding Approval, forms, whether original or amendment, enter the balance of surplus U.R. funds available for future use, as shown on line 10c of the previous Funding Approval form, plus any additional amount of surplus U.R. funds reserved for this Applicant via Form(s) HUD-718. b. Enter the amount of surplus U.R. funds now being approved for use by this Applicant. This amount will be disbursed through the grant payment system being used for CDBG funds (e.g., letter of credit). If a letter of credit is being used to disburse CDBG funds, the same letter of credit -will be used to disburse surplus U.R. funds. c. Subtract the amount on line 10b from the amount on line 10a and enter the difference on this line. 11. a. Column (2). Enter the amount of CDBG funds now being approved for use by the Applicant identified in Block No. l Column (3). Enter the amount of surplus U.R. funds now being approved for use by the Applicant identified in Block No. 1. b. Complete only when there is a legal incapacity on the part of the Applicant identified in Block No. 1, concurred in by HUD, to contract for all of the approved grant assistance. Reference: 24 CFR 570.500. Column (1). Enter the name and complete address (Street, City, County, State and Zip Code) of the recipient, other than the Applicant, of approved grant funds. Any grant recipient identified in this block must execute the grant agreement, authorized by this Funding Approval, as a party thereto. Column (2). Enter the amount of CDBG funds now being approved for use by the recipient other than the Applicant. Column (3). Enter the amount of surplus U.R. funds now being approved for use by the recipient other than the Applicant. c. Complete only when line llb is completed. Column (2). Enter the sum of lines Ila(2) and llb(2). The total must equal the amount shown on line 8b. Column (3). Enter the sum of lines lla(3) and llb(3). The total must equal the amount shown on line 10b. 12. Enter the amount shown on line 6 of Item F of approved HUD-7015.6, Application for Community Development Loan Guarantee, if applicable. 13. Check the appropriate box. Check 13b only when there is a legal incapacity on the part of the Applicant identified in Block No. 1, concurred in by HUD, to contract for the approved loan guarantee assistance. Reference: 24 CFR 570.700. Enter the name and complete address (Street, City, County, State and Zip Code) of the loan guarantee recipient. Any loan guarantee recipient identified in this block must execute the grant agreement, authorized by this Funding Approval, as a party thereto. 14-29. Complete applicable sections. Acceptance Provisions. Transmit to the recipient either the Acceptance Provisions (for a single recipient) or the Alternate Acceptance Provisions (for multiple recipients), as applicable. Ufa/.5� A 3 14. Waiver of Certain Application Requirements for Section 106 Grants /7-/ The application requirements of Section 104(a)(1), (2) and (3) are waived pursuant to Sec. 104(b)(3), except as indicated below: NOT APPLICABLE 15. Determination Regarding Priorities or Needs to be Met by Proposed Activities (a) lx/ The Applicant has certified to the satisfaction of HUD that its Community Development Program has been developed so as to give maximum feasible priority to activities which will benefit' low or moderate income families or aid in the prevention or elimination of slums or blight. (b) LX/ The Applicant has certified and HUD has determined that the activi- ties described in the application meet other community development needs having a particular urgency as specifically described in the application. 16. Environmental Review Actions (a) / / The Applicant lacks legal capacity to assume environmental respon- sibilities under Sec. 104(h). HUD has prepared and circulated a final Environmental Impact Statement on the application. (b) /X/ The Applicant has legal capacity to assume environmental responsi- bilities under Sec. 104(h) and has submitted requests for release of funds and certifications approved by HUD under Section 104(h)(2) for all projects except those listed under Item 17(a) hereof and - the following exempt projects: SEE ATTACHMENT f ° 17. Conditional Approvals on Use of Funds i. /X/ Utilization by the Grantee of the approved funds for the projects, services and facilities shown below is prohibited without the further express written authorization of HUD. (a) Projects requiring HUD environmental approval under Section 104(h)(2): Projects SEE ATTACIDIENT Amount Local Option Activities, if applicable "Up to budget amount" f Contingencies $ 81,000. HUD-7082 (1-75) 0(i . i 4 j (b) Section'105(a)(8) public services determined necessary or appropriate for which other Federal•assistance`may be available: Services Amount NONE f fi . .(c) Section 105(a)(2) flood or drainage facilities for which other. Federal assistance may be available: f Facilities Amount i s . .. ... , . . ... ....E-.... .`+ NONE ' f • 18. Ineligible Activities Reducing Section 106 Grant Entitlement ; Application for funding of the following proposed activities, determined by HUD to be ineligible under Title I of the Act, is' disapproved and the Applicant's section 106 grant entitlement has.` been reduced in the amount shown below: Proposed Activity Amount . NONE I' . i i HUD-7082,(1-75) 004 16(b) Projects with authorization to assume envitDrumental responsibility under Section 104(h): 1. Increase CD Planning & Management (rapacity through pre- paration of comprehensive surveys $ . 2;000 ' 2. tncrease CD Planning & Management capacity through pre- paration of comprehensive studies 16,000 3. Increase CD Planning & Management Capacity by developing a comprehensive plan for housing problems 23,000 4. Increase CD Planning & Management Capacity by surveying community needs 23,600 $ 64,600 . 17(a) Projects requiring UUU euvioriuminital aplpt-w.el uttder •Ge-IIJInt j11.1(is }C:); 1. Housing Rehabilitattslet and t•.ede I-41141rce:nte:tit 1' -gram, 2. Counseling attd Trai ni ttg l'r.+gram by 1.0 staff 5ti,txnt . 3. Prepare procedural plait and execute f i uanc i a 1 .• procedures tee assist low and moderate int:•+me: families in East County. l,ti,I,=. . 4. Elderly Housing Pro jeLt t'lan • : 34,t)UV 5. Feasibility Study and Site Acquisition for Neighborhood Facility. 80,000 6- Feasibility Study for a Neighborhood Facility location * .22,000 7. Neighborhood Facility to serve as a multi-purpose center to house youths and senior citizens programs 801000 .8. Neighborhood Facility to serve- as a multi-purpose center primarily for the needs of senior citizens and juvenile residents 130,000 -- 9. Neighborhood Facility in the Alvarado Square Area 98,000 10. Neighborhood Facility Architectural design ..30,.000. 11. A multi-purpose senior citizen center in EL Cerrito 42,500 12. Renovation of existing public building to serve Pinole as a senior citizen and drop-in program center 4,000 13. Expansion of existing senior citizen center 43,500 14. Elimination of barriers to the handicapped at the E1 Cerrito Community Center 5,500 15. Elimination of Barriers to the handicapped through the construction of ramped curbs 39500- 16. ,50016. Elimination of Barriers to the handicapped in City buildings. 14,400 17. Construct a storm drain in Martinez Municipal Park 7,000 00258 , z', , -, _ T F .. .. ;.. , - .. 1. I : ,.1 ,- - , -• - _ ti , '" ,. :.; , .. ,,. '. _ ) r „3 1 i$_' RetiixrsDo r , at i Ia lt,:;` it It G•� iari, ttt,tr :19_` Ph as ed;develtiptliNiit�•,,,1 Mhwli{.tIviIi ,Tailor, Af`1.� :t 1'.ilk ',`i. gtic� 2o:'L Lease atid'-keIiaht 1 iI tt,i•ut .1l -,s rut't tlrr ,1-or a/ 11rtt u x h a Abuse 1'r�gxam/lialf�,r � ;1V 11"Itse lit the 'ltttd►_tt �i'tia` $Cl t)�ltl ' J 9 t ., , . 5 / 2 P3anni ng .and-feasi it i 1 i t y" ,i udt• t Dr da} r.art aiui : . ,i ,,, � � I delivery Sy5te rt; �l'l�.t�:►ut t1t°;L1. Ai �` I tIOt1 v �� 7 K .. -_ .. _ 22 Renovation of `ftistorzv lWrIalid llunie in,ytat t ti►e� 5 t)Ut) t 5�5F 23 hnproveitients un the::park `site- at Jt►liu M' it ,t7:au1 ,,`ut)t7 >jolll`1: Y _ , , = a r , 24 ' Adminxst.rat colill� SU,c)U(3 ... - - , r - r 4 M ' f ' ,_ ti ,.� „ .. ?1 S F t , A, • : 'J t i 1 : . . .��-,��"-,""--,.---'I-."�`,`,""I"", - 14'�:I.-- ,,'.Q�,'-�,-�,,,,'�%'�-,P,7�v,'�,:,,'�,'.,�_' 3, Y fi x f , '- _ ., - . , I - -- - .. .- -::: - - .- .. , : Y :.. w `k U059 :. , . -.. 19. Grant or Loan Guarantee Recipient Other than Applicant j—/ The grant and/or loan guarantee approved for any recipient other than the Applicant, as shown in Items ll.b, and/or 13.b. , is for the following projects or activities: Name of Recipient Project or Activity Amount NONE 20. Special Conditions and Modifications of Grant Agreement NONE • f i Check if continued on extra sheet and attach. The funding approval indicated above for utilization of the assistance provided thereunder in accordance with the approved application, subject to the require- ments of Title I of the Housing and Community Development Act of 1974 (P.L: 93-383) and the Department of Housing and Urban Developments rules and regulations, and the execution of a Grant Agreement in accordance therewith, is hereby authorized. i Date: - 3 l 75" Secretary of Housing and Urban Development By: . ...�. �-..., (Signature) 1, AREA DIRECTOR j (Title) I 1 t !i Date Applicant notified that funding has been authorized: OCT I 1975 1 S(3 j HUD-7082 (1-75) ©0192 i t i . 6 ACCEPTANCE PROVISIONS The Grant Agreement, authorized by the Department of Housing and Urban Development on OCT 1 1975 under the Funding Approval for appli- cation/grant no.8-75-UC-06-000,2 is hereby accepted by the Applicant as ti, Grantee under the Agreement and the Grantee agrees to comply with the terms and conditions of the Agreement, applicable law, regulations and all requirements of HUD, now or hereafter in effect, pertaining .to the assist- ance provided. i 4 t t Contra Cost unty C (N a Ap cant/Grantee) By + ( ignature of Auth ' 'ze f ial) W. N. Boggess Title. Lhalcraon, Doa:d of Supervisors Date: OCT 2 1 1975 i HUD-7082 (1-75) +Oa�cSl 1 4 _ � • i IN THE BOARD OF SUPERVISORS OF ' CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Appointments to Districts ) October 21, 1975 in Lieu of Election. ) Pursuant to Sections 23520 and 23556 of the California Elections Code BE IT BY THE BOARD ORDERED that the following Candi- dates are hereby appointed to the Governing Boards of the Districts indicated for four-year terms commencing at noon on the last Friday in November, 1975 : KENSINGTON FIRE PROTECTION DISTRICT - Richard H. Lee, 176 Ardmore Road, Kensington, 94707 Francis B. . Young, 415 Beloit Avenue, Kensington, 94707 ROLLINGWOOD-WILART PARK RECREATION AND PARK DISTRICT John M. Ozanich, 2465 Greenwood Drive, San Pablo, 94806 Robert A. Peterson, 2726 Rollingwood Drive, San Pablo, 94806 Rose M. Scott, 2800 Arundel Way, San Pablo, 94806 CROCKETT-VALONA SANITARY DISTRICT Arthur Del Agostino, 1799 Pomona Avenue, Crockett, 94525 Antone Dowrelio, Dowrelio Tract, Crockett, 94525 Frank Tacconi, 8 Rolph Park Drive, Crockett, 94525 CONTRA COSTA COUNTY WATER DISTRICT Division 3 _ Craig Z. Randall, 1433 Yosemite Circle, Concord, 94521 OAKLEY COUNTY WATER DISTRICT Ellis R. Patterson, P. 0. Box 165, Oakley, 911561 Robert IT. Wightman, P. 0. Box 285, Oakley, 94561 GREEN VALLEY PARK AND RECREATION DISTRICT Norreen S. Peck, 1666 Green Valley Road, Danville, 911526 PASSED by the Board on October 21, 1975. CERTIFIED COPY I certify that this is a rim, true & correct copy oi the original document %,-i,irh is on file in my office. and that it uns P;sa •t! f< ad^rb'cl by the Board of Suuervisors of tonna r',,.•.a Cnnntr. California. on the date 8110«•11. Al—,,'';:;•i': J. it. ou,;;oti, County Clerk& ex-officio Clerk of said hoard of Supervisors cc : • Dist"icts by Deputy Clerk. Reiztra; of jloters _Aon County editor County Administrator In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 In the Matter of Walnut Creek Senior Citizens Club Mini—Bus Project. The Board having received an October 13, 1975 letter from Ms. Louise M. Gillette, Recreation Supervisor, Walnut Creek Senior Citizens Club, requesting funding for the Club's Mini—Bus Project through County Revenue Sharing Funds; IT IS BY THE BOARD ORDERED that Mrs. Gillette be advised that decisions on the use of Revenue Sharing Funds were made at thetime the 1975-1976 budget was adopted. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc. Ms. Louise M. Gillette Witness my hand and the Seal of the Board of 1445 Civic Drive Supeirvisors Walnut Creek, Ca. 945964 affixed this �t doy of 110±a,ter 19 Director, Human 35 Resourcesgency , J. R. OISSON, Clerk County Administrator By Deputy Cleric Helen C. Marshall H 24 8/75 20M 002.53 In the Board of Supervisors of Contra Costa County, State of Califomia October 21 . 19 75 In the Matter of i Special Aid-to-Cities Ailocation to the Town of' Moraga. The Board on May 6 , 1975 having approved an allocation of $44,800 to the Town of Moraga through the Special Aid-to- Cities Project for median landscaping on Canyon Road; and The Board having received an October 10, 1975 letter from Mr. Gary C. Chase , Moraga Town Manager, requesting that the aforesaid funds be transfered to Moraga ; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED with the understanding that said allocation be used for completion of the landscaping on Canyon Road and other arterial median landscaping. IT IS FURTHER. ORDERED that the County Auditor-Controller is AUTHORIZED to draw a warrant in the amount of $44,800 to - the Town of Moraga, chargeable to #1003-685-003. PASSED by the Board on October 21 , 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Town of Moraga Witness my hand and the Seal of the Board of Public storks Director Supervisors County Audi tor-Control 1 er affixed this 21st day of October 19 75 County Administrator J. R. OLSSON, Clerk By ,'r Akl Deputy Clerk Robbie Gdtierrg' � X64 C � In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the.Matter of Street Signs , Danville Area. Supervisor E. A. Linscheid having brought to the attention of the Board a letter from T1s. Mary B. Carnes , 87 Betten Court, Danville , California 94526 , advising of an error in street signs on Diablo Avenue, and suggesting correction of same ; IT IS BY THE BOARD ORDERED that the Public Works Director is requested to contact Ms. Carnes with respect to aforesaid matter. PASSED by the Board on October 21 , 1975. 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. c c: M s . Mary B. Carnes Witness my hand and the Seal of the Board of Public Works Director Director of Planning Supervisors County Administrator affixed this 21 st day of October lq 75 J. R. OLSSON, Clerk By !Z6 .� G,?� ,�� Deputy Clerk Robbie 0 tierrez H 24 8/75 10M 1� 0 r In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 In the Matter of Appointments to the Contra Costa County Mental Health Advisory Board. Supervisor J. E. Moriarty having called attention to an October 14, 1975 letter from Rev. Palmer Watson, Chairman, Contra Costa County Mental Health Advisory Board, nominating Mrs. Marie Amato Goodman and Martin Fink, Ph.D. , for reappointment to said advisory board as Public Representative and Psychologist members, respectively; and Supervisor Moriarty having recommended that the suggestion of the advisory board be approved and the aforesaid nominees be reappointed for three-year terms ending November 12, 1978; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Moriarty is APPROVED. PASSED by the Board on October 21, 1975• I hereby certify that the foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid. cc • Appointees c/o MHAB Witness my hand and the Seal of the Board of Rev. P. Watson Supervisors Director, Human Resources affixed this 21st day of oetober 197 Agency County Administrator J. R. OLSSON, Clerk By Deputy Clerk Mar Craig 00265 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 In the Matter of Construction of Traffic Signals, San Ramon Valley Boulevard, Danville Area. (Project No. 5301 -4239-75) This being the time fixed for the Board to receive bids for the construction of traffic signals on San Ramon Valley Boulevard at the intersections of Town and Country Drive and Sycamore Valley Road, Danville area; bids were received frcm the following and read b7 the Clerk: R. Flatland Company, San Mateo Rosendin Electric, Inc., San Jose Steiny and Company, Inc., Vallejo IT IS BY THE BOARD ORDERED that said bids are REMRRED to the Public Works Director for review and recomendation. PASSED by the Board on October 21 , 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of County Auditor-Controller Supervisors affixed this 21 st day of October , 19 75 J. R. OLSSON, Clerk ByL'� �Zf,t E� c. I-Qt._.e-tel._Deputy Clerk Constance J: Davies ©(267 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Appointment to the Citizens Advisory Committee for the Contra Costa Off-Highway Vehicle Recreation Authority. The Board having heretofore executed a Joint Exercise of Powers Agreement with the Cities within the County and the East Bay Regional Park District creating the Contra Costa Off-Highway Vehicle Recreation Authority; and Pursuant to the provisions of the aforesaid agreement and on the recommendation of Supervisor A. M. Dias , IT IS BY THE BOARD ORDERED that `fir. Robert Sysum, Rt. 2 Box 282-F, Brentwood, California 94513 is APPOINTED to the Citizens Advisory Committee for said Authority; PASSED by the Board on October 21 , 1975. 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. c c• M r. Robert Sy s u m Witness my hand and the Seal of the Board of Public Works Director Supervisors County Auditor-Controller affixed this 21 st day of October , 19 75 Director of Planning J. R. OLSSON, Clerk County Counsel , County Administrator BY i�.tf Deputy Clerk R bbie tierr 00258 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 fig 75 In the Matter of Proposed Abatement of Property Located at 529 Loring Avenue , Crockett Area. This being the time for hearing on the proposed abatement of property of his. June Elizabeth Hartman , et al located at 529 Loring Avenue , Crockett area; and Mr. Roy Milgate , Deputy Building Inspector, having recommended that at the request of Mr. Frederic L. Harvey, Attorney for Ms. Hartman , the hearing be continued to a later date ; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tion is APPROVED and November 18, 1975 at 10:30 a.m. is the time set for the continued hearing on the proposed abatement. PASSED by the Board on October 21 , 1975. 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 dab aforesaid. c c: Ms . June Elizabeth Hartman W/i my hand and the Seal of the Board of Mr. Frederic L. Harvey Supervisors Building Inspection affixed this 21st day of October 19 75 County Administrator J. R. OLSSON, Clerk By _46U" CDeputy Clerk Robbie dAierreV H 24 8/75 10M �~ 0 - - . . • In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 M In the Matter of Request for Study of R-6 Zoning in Contra Costa County, The Board today having approved rezoning of land in the West Pittsburg area, and in connection therewith Supervisor E. A. Linscheid having stated that, in his opinion, the zoning classi- fication of R-6 is not adequate to accommodate mobile equipment; and Supervisor J. E. Moriarty having concurred that the R-6 zoning classification in the County should be eliminated; and Supervisor Linscheid having recommended that the Director of Planning be requested to initiate proceedings for a study of the existing R-6 zoning in Contra Costa County, IT IS BY THE BOARD SO ORDERED. PASSED by the Board on October 219 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director of Planning Supervisors affixed this 21st day of October 19 7 J. R. OLSSON, Clerk BY - '� Deputy Clerk Ron al S c s 00 '10 H 24 8/75 10M C C In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF DIRECTORS OF THE RIVERVIEld FIRE PROTECTION DISTRICT OF CONTRA COSTA COUNTY October 21 . 19 In the Matter of ' Bids for Performance of Fire Hazard Corrections and Abatement Work, Riverview Fire Protection District. This being the time fixed for the Board to receive bids for fire hazard corrections and abatement work within the Riverview Fire Protection District for the period December 1, 1975 through October 31, 1976; a bid was received from J. Spray Corporation, Concord, and read by the Clerk; IT IS BY THE BOARD ORDERED that said bid is REFERRED to the County Administrator for review and recommendation. PASSED by the Board on October 21, 1975.. . 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. ec• Fire District Witness my hand and the Seal of the Board of County Administrator Supervisors Ce anty Auditor— affixed this pi qt_ _day of 19 7 Controller J. R. OLSSON, Clerk By G 1'�ZL2�G� Deputy Clerk Helen C. Marshall '71 002 H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California nntnbPr 21 19 '5. In the Matter of Paths and Walkways Which Provide Shortcuts Between Various Kensington Streets. Supervisor J. P. Kenny having called the Board's attention to an October 14, 1975 letter from Ms. Natalie B. Salsig, Recording Secretary, Kensington Improvement Club, stating that the club is concerned about the deterioration and unsafe condition of the paths and walkways which provide shortcuts for pedestrians between various Kensington streets, and is considering improving the safety of same inasmuch as the county has disclaimed responsibility for their maintenance; and Ms. Salsig having enumerated various questions with respect to the legal liability and responsibility involved before proceeding with said projects; IT IS BY THE 30ARD ORDERED that this matter is REPPERRED to County Counsel and the Public Works Director for report. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Supervisor J. P. Benny Witness my hand and the Seal of the Board of County Counsel Supervisors Public Works Director affixed this i Qt day of nataber 19 7 County Administrator /r n' J. R. OLSSON, Clerk , Deputy Clerk Helen C. Marshall .' 00.272 00:2 f 2 H 24 8/75 10M - 1 In the Board of Supervisors of Contra Costa County, State of California October 21 , 19U- In 97-In the Matter of Voting Rights Act Amendments of 1975 (Public haw 94-73). The Board having received an October 14, 1975 mailgram from Mr. Vincent P. Barabba, Director, Bureau of the Census, Washington, D. C., advising that determinations made under the 1975 Amendments to the Voting Rights Act (Public Law 94-73) indicate that the county is required to provide oral or written assistance to minority voters in future elections; IT IS BY THE BOARD ORDERED that the aforesaid informa- tion is REPERRED to the County Clerk (Assistant County Registrar). and County Counsel. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Clerk (Assistant Witness my hand and the Seal of the Board of County Registrar) Supervisors County Counsel affixed this--2j-at-day of (3eteber 19 m County Administrator J. R. OLSSON, Clerk By G TXA'2 ('�TDeputy Clerk Helen C. Marshall H 24 8/75 10M 1- In the Board of Supervisors of Contra Costa County, State of California October 21 ' 19, 75 In the Matter of Property Damage Caused by Deer. The Board on October 7, 1975 having referred to the East Bay Regional Park District and the Agricultural Commissioner. a complaint that deer are damaging property in the Kensington area ; and Supervisor A. 0. Dias having this day called atten- tion to a letter he had received from lis. 0race .4. Reeves , 2648 Ridge Road, San Pablo , California 94806 , commenting on possible methods for preventing such damage ; IT IS BY THE BOARD ORDERED that els. Reeves ', letter is also REFERRED to the Park District ,:and the Agricultural Commissioner. PASSED by the Board on October 21 , 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Ms. Grace M. Reeves Witness my hand and the Seal of the Board of East Bay Regional Supervisors Park District affixed this 21st day of October . 19 75 Attn: Mr. Trudeau J. R. OLSSON, Clerk Agricultural Commissioner ey Deputy Clerk Animal Control Division County Administrator R bbie tierr H 24 8/75 10M 0=4 In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 7- In the Matter of Request of Danville Fire Protection District for Abatement of Certain Buildings , Danville Area. The Board having received an October 9 , 1975 letter from ',Ir. Roy Asmundsen , Fire Marshal , Fire Prevention Bureau, Danville Fire Protection District, declaring as public nuisances certain vacant buildings located on the corner of Church Street and South Hartz avenue, Danville area , and requesting assistance in the abatement of same ; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Acting County Building Inspector for report. PASSED by the Board on October 21 , 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. c c• Acting County Building Witness my hand and the Seal of the Board of • Inspector Supervisors County Counsel affixed this3l„5t day of Q c t o b e r , 19 7S County Administrator J. R. OLSSON, Clerk By Deputy Clerk Robbie tierre 00275 H 24 8/75 10M k In the Board of Supervisors of Contra Costa County, State of California octnher 21 or 19 1 In the Matter of Contract #29-209 with the State Depart- ment of Health To Provide Funding for the County's Community Demonstration Rat Control Program in Richmond IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #29-209 with the State Department of Health (State Number 75-53623) to provide $148,124 in funding from the State under the Federal Public Health Service Act for the Community Demonstration Rat Control Program operated by the County Health Department in Richmond from August 1, 1975, through June 30, 1976, and under terms and conditions as more particularly set forth in said contract. Passed by the Board on October 21, 1975 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 Seat of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Admin, affixed this 21st any of October— i9 75 cc: County Administrator J. R. {�LSS4N, Clerk County Auditor-Controller County Health Officer g � Deputy Clerk , , State Dept. of Health ].De M. Neufe2 4*276 ' FORM APPROVE0 GOPiTQA OR -;T11 V.��.��t� r�C1�:Ji��7Y1 —AP�30VEJ s'.Y TY,E As—aMv�CMNERat JOHN 8. CLAUS , untr un AcevcY, •"rtT5 r CAL.tr04 iA_ Q O�Tr. F•GeN.swr_ =<ws .roti i �'Deputy • (_j CoearRoLLt3i: r 1-1 1S 4�".�E` ENT,made and Entered into rn . ' l 5r1I 3a eE Ti*? z the S���'o£ CFL.rorlu�,;by.and beh'vean State of'GaiLon:is, throat i; duly elected'o�acpom ed D -:Mc'�t'lnj.r :.�,QyT� tJ:�rrLOT -Y:y: .f>4 •:z J:CLBr GSL - _ 3r&;r-�—� z e'tI�`LS�4T� Ti ab rhe,c.otla-ictor for ants x cons der�ion.o£'ths cLirr�aztts,' coudltions, a reerne~t�, and s�p:iLdon, a= the to hr"rrtri -er e.Ypr�sed, tlozs hereby a�a to furut,h to-he S6ie-,serizt�ei,and materials, a foIIotivs y ., w +e:,tTr n se-t:cr fr ne r^c.zr ?Ly Cortrs^�T,s:r,o;zrst?o�,e,-r�.'d ConEzcefcr,t.rt jor p �rrrczt ler coirFl tor,ar.�a� ch p7.znstact A Co**�rac�or, Sora,Costa Coz*.rFcy, representPu by qhs Hzalth Dega'"tmert et Co Lra Co��a rotz=ry,.:shall c�'ry ouL'�h�rfo3lo,rr texuts of tlP' cortrac� x° } a 3die corsdnc'�:of tY±e` Co T,-n?ty.,Deirona xgior_ Rai C rtroZ Pro am �n I 6hi7ora snaL`: con ;4a`tine Gil deldnes for Rat Control Gres s 'unde_r;SLtiion 3'�(e) rvoE'r Lne "°Lwr _rL,'1 J c Hea?t:. Sxvf ce Act.: (A=:cop f o tike gu?Vie?ones d2�o t, 1►Alt of;une cQYLCraCv) ,-which is made a pari hereof-b,, :this referanca. ' e cotzcl: o the Cor��n ty, Bzmorstrahzon Raz Cflrtrol Program ori F coruorrn o the objec-,lues of the program•as .set forEh 3n the protean prot�o al, (A. cop3r of tyle `tiro oa ;E;chibzt 'TMBI' of Ehe:coTr�ract r="� '` r po ) ,ri�.cn iso made a Fp..r ne_ear by, tr.�s:refErence.? .me.preu=_ mi on.O_f quarte y status repo2t .sh-I.:,:conform to; 'he gu�ael._nes_of the'l;ep��: ea of Health; Ed�;cati ozi:anti Wolf ai et U.S.:Ptw3 is xealt- Syr-r cam: (A_ P , of tihe ocude?Ines �� bt '"C°!<of the cosrbra��) T.=ren dv r�adA by this ref eren%e, ;Tie'suba ss-�on of. three` copes of eacrz cua_-cerZz=,-ero�r zo arorz,ons:.n£here verse stce h6 eo£coastiteite a pat o£this agreem�n:. (<,Convanu on,Ply 2) .C�%sT\ESS±;Z3ERE0F -this agrceinent hac been execute 2 bar the parties hereto, upor the;'d�te hist�LO�e ltiri Paz. S '�aTE Off' C_�L�'O \TL -co iCTOR 1`iTRAC':OR.l1F0 AN AN IS-nJVIDU4L.:5TATrIMM:AiR•AC R.�$ATIZ7N. <. ._... ` _ treat-, -f 7Rial tih. Couar-� .0t on _a Costa OCT 975;, 'ttr (AU„�YOR1Z •SIGIYATUR� <. to - IGNATURS CV...�`> eggs,.•r "• :'LE - '. . ' ;TIT_ l age F`'jjrla cial 'lanagement Branch �}laircrman� and of,S�rpervtsnrc ( ONTiNU d....f'_LSh£=7^”.EACH 3 ARING NANS.OF GON'MACTOR)" _ Jam- r,•a$ St. _ MarLir--t C"�7�I: _ 'AMOUNT OF .HIS:S�1�IAT£ AH7HO?itl\TION Hea-Ltl? 2raCi. '.y" PU\a7 S11�H 121 - S2f gty Code ''Sectionj( : UNENCtJMButiD BALANCE. IT'c.�t cf4A?rE 1 s la; 1',- Gr7INCRZASINC.s=aCUaI. . RUNCTIO. BRAN..E h $ - A7J. +J^-.C.�u1SIN:£NCUat- tNE IM-f ALLOTMz. �r ..... I nt'Ir:Itt ts72y./:tF`rtn my OtCrpvr,,,,ord Jl r�'.r_1-," &ua hiul?�ftt11.6� 3 A' h0 d T NO: t ure er.r.il.z.'rt'.a-rO r Ae p, crd ani.pur,�ase t�li�. r SIGNATURE OF ACCOUATtNG OFMCER, I hereb cart/y that;'r:l cnntfitinm,far,ezer p'c>ri ret,or+k in;S I to rl:t!rr nistn t t t '(Zrrt r Cae.ar a bt•�nI�mrnplwtl sG tfi and this a`�crrns-tt�c ri m;lt�mnr rez.r cc aj fh�D2pertr�zt at tar ::c'. /.: y SIGNATURE OF OFFICER SIGNING ON SEY.AL.FOF.:rfE AGENCY' 77 '� a :• '. ...: .it•:.. Itl l ,llt•{ .Cl• trate arltt't•. �2t�.Ct^tom I. .The C.itr•_,._.tlur:x rr�. tl; c f=1. ._�-,.do nd:ituci'. . :s i. ,. aiitd employees f.'i,:n a:-tv and.all.claims and}:I,ses'accrttittg or rcxulting ta.atti•n.ttl..sll.'ciincrors, sunco-atractors..In Leri Tr.ien,.?aourers anti ant' other person, firm.or.'corporation furhWiiug, G. ..: supplying,work.services,materials or supplies.in connection with the performance of this contraef incl from anw and all ekims and loses accruing or reser?tirrg to ::n; person, firm.or:corporation: who may be injured or dlmagec}by the Contractorin the performance of this contcnct. 2. The Contnictor, alld the zi---Vlt-s and ernplo}•2e> of*Contractor; in the pi7formancxe of this,: s^_;_rreement. shat act III an i!ldept-nd6nt capacity and not w; afters or t•inployers6r apratc oc State of.californhi. State may termiinate Zhis:agrl etttrnt and he.re}ievecl of tie as dent of.atiy eclnsitleration..: to..Contractor should Contractor fail to pedotm the cowat:ants hereon contained at the time and.: in the manner herein protide-1. rn the event of such teratit-ration the State mayproceed :Lath"the:.',. work in,itn}• manner c?es,:,ed proper by the State. The cost.to the Sate shall be tleducteic irvstt': . an-v'stun•due the Contractor:u:tder chi; tagreement, and'the•lrtlance,�if sny, sh:tIl:be, pzid the Contractor upon demand. ::_ :.. .: ..' • ._ _ :' d:.tlTithout t`a :written consent of the State, this agreement .is not ra siguab?e by.Contractor: 6.ffier.in whole or in=rt. incis tl:e esstrrte of this ag:cerrlertt. 6. i1'o s?—mt'an or v-1riaew- +�£t?tP :rralc of t:Ris contract shall be Mid unless made:in Vtek n- Mid signedby the part:rs hereto,and no Ural understandirig or agreement not incorporated Tnarein,;' .shall}ie hind:ntv on any of the parties hereto. : . 7. T'ne con ideration to be paicl Contractor, roc provided herein;.slual.l.'be in..conil eniation:For.. all of.Cont:ae::irs expenses incurred in the performance herrof, indudins travel axid per, Hell unless unless otherwise c.,cpress}y so proti-ided. .. : :.. . .. ...::. ....... ........: :: .: - .2– COHTEUAC7OR: WNTRA COSTA COUB r COiiIRAC t A 75--53623 -the St ate Heaa.th Dapartmant,. .Vector Contra Sections s Regional- Rat Control -Pro ject Office, ZL51 Berl"le;Lr ::a r, Beakeley, California 91+70,. on or before the. 10th.day 'follocr:ng the close of each resorting period. — 5he =bmissicn of a ra:thly report of-program status b coy-agram element to the State HealtPi Departmert, Vector Control Section's Regional Rat Contril Project Office on or before the 10th day following the close of each repo--ting period. (A copy of the report fora Exhibit "D" of the contract) ti hich is made a part hereof by this reference. 5. Me, submission of a quarterly report of program expenditures by budget.item-to the State He41th Dep3rtner_t, Vector Control Section*3 R.egio+al. Rat Projee OTf ice. 6. dee conduct of two comprehensive surveys of the Ri chr-ond target. area 3n. conformance with the Urban Rat Control Survey Methodology. (A cope of the methodology . L:-hibit " " of the con.race) which is made a part hereof by this reference. 7. Miis contract may be terminated by either party upon 30 days w7-:11iten notice to-. the other p=L.y. s. The period of this contract shall be from August 19 1975 through. dune 30, 1976. 9. Me attached Exhibit tfntI(F) entitled, Additional Provision_, is made-a part' . hereof by this reference. 10. In consideration of the above services, performed in azanzm3r2acceptable to.-the Stste, the State shall reir-burse the Contractor'querterlyq 'in arrears, upon. submission of an invoice, in triplicate stating the time period covered -for actual expenditures in accordance with the }urogram budget. (k copy of the budget Exhibit «Fr' of the contract) btich is made a part hereof by this reference; provided, however, that the contractor shall not exceed by 2,7% or $1,000, mhIchever is less, any individual item in the budget; that the Contractor submit an explanation of the reed for such excess with the claim for reimbursement;. and that the total amour v of this contract shall not exceed fit. I12+. STAT::Or CdLIFJ:tSin :. D$ia.3iir3iwti'I':OF ti�.aiL7ii. ADDITIONAL PROVISIONS . r r'+ r i fes, g 1 ? s a 1iiC CV-Ia 2aiQ .:L 7. 1iI t .-L .i :iailti`L . -r'iT:f rlvC 0a C► Ilton. t ..r Cli; zi0 ' r r...._'_ ion.. ex t)r r., ionon I I I h l;,G��.Ira s r •s:! c2` i merat Ilrt:'�ua.. OC;T:ta:: iiaa . .i- c • t :IE � t � . L *1 t2-'•.r r=a..r =nom; r ,+ 1 T .^ 1f a Ctll Cll2alrl, rn:»zl a. action.:•1 ;"iL .....0 . :.� t ri:i � ; ! � e1r.r itll ri+ z J+ a :`-» I+ti1a�t, bl:i 114 _i . II^. _ ;J •ia:ti' �fi:3.� CCn3itTt'Ii 'lC s:tltsr� .la'tst= Gem, xlomI 0',Lri^>iC s F C a a CTi ';t' a LaL1L:i:C Iz .,... ..1... iS%)st. Or' t rnllrtact�t2, f•t S=~UI 3dt J OL.t1CC>�tlr It '3� Cu pt.S3tlon; :.,--I S tccrlo^ taT: r`=.,II cT, is:^.C.iiZ2R �pirentw �ltt� :�h CQi1C�r3CcQ! at�T^' its lTt15G -:In-:.Con�71CUUL==a' pla...S' : 12i1a`TtC CJ C^ BIOirCS Zr.G aDp!'L:I/iiS for--,Cmi7n}=mea"tT- no ILC, f lig provided bf zhe Contrzicang Uff:__a srerri trfbfth rhe'arotis'ians of Ille Equal Opporl:nnicv d:, -f lat C'Jirs'.1CLUr 11'71!. Il 31sscwcifat ons Ul adve q!_m nrs,; or nn bChalf i=t the 'conIT_,=_Cli:r. :5z ae Il:ai mil -G:liitt'CCI I',I^J C�T2ta •::i r'ti.:'IT t OL'SI(�Ct1Ia0Il tOr' x <cmplot--mcnr,'%varhUur, rgtar4 to racc, colo:, religIirin,seg;or R tioa a: t`c1i'ri 1 ) 1ne Contr.ICCOF WR: se.- to each'&bbrun ioa or fepresTPt3 "c O* `ti JI{:ers VICl7'LLI Icil or t7ulCr COa t. fCt Cr L'St". tit "ri.P� i101=CC, LU i)t OI`lCCr. 't�tiCrCIelr'c Lr1C ,! 56 v- u r On; tore �LUr*ke' representa-a e of: the CO:CraCCor'S cQln2r_I_tpen s- uRder'thiS ECIL' I Qp^^z :.tII� t l:2tISL 'i~ti ,ala1li pOSC copes` Oi •>he norice -in co.sDicuous plaCcs at ilaUte; CO eai teJ. S aro appllL3lll•f fcJcr ernplC)'merit:` . . Tll" ta7ntr3CCQr t1'a- COr=a�! t�l[:1 't! Ua'1'lSIU.T� Of l:1CCaa I= {}riixt �7l}t� t� r .. "SCt at iTaUCT'-'r 9 67 .^_nal:Q: FIC i.2lCS, rC`=IIlaa Y1I.j;snil rC1r-t CSC'U'ii.TS Or ti:C' �ccrezp-. t)f 1 z1UOt Cnl r'-yli�ar aar_il :rtrrn eh rill .^tnrrtaylln�s �n�l �a>,^r r= .ai. . r 1�� Ti: r flr ir+ 6, t�`. St-nrcra:ner 2Y. 1-9b5, �nu t=?'.Clic Mks. FZ�lll ir•CIis �^t�"-U jar Ot I�it t : .l «. u rm `s 1 r 1 i.a tir L zTJr, Or :m. \..1_.a Ll1t re.0 .tat t :l pC....1L L..__� :J his oCly CLQ S eu atCUl 1: S il. COn't�CCi!`, 3 .iiCi'.; and ".•:LstC S:C_CiQ12Z' f t "L .SCr 1Qf=-';pilfposesOF ='tCLSItKdalOn CQ,1.t:IzRtC't�'Ilaa SL1Cl-:i13C5. I:41iit!OiS gnu ordcrs:` s.r. t b) or, or .l';FL':CCS f6rrn'.CI'utl t-'F;ii1Lti ctl:`Cr•=L ;=no In =ai .1.21 Saazli!''ISC �^,_ .l t'.9+'tf OT S'l�it al.':Lt]•lIr'•t..t0 Cl Eh ,�l =P C`;C.tiS„Oi �3 t�i'.i� p"r.,'Io il:.r=rtt-;a 't )-1 hour pLFIQti t►u ()�tr mt�tC' Zllat S11, v_O� fUr':1Ilt -?i-llCt 1 2Tt FlQt1, UGC �F 'IilnW 7.It'3�1:_ ITL St aC ..0 Ca?S'c ..LIGF� ,llt'reundc- ... i t r_:'T1tbIlrS:!!1"'T -for nuc. c:.ry Ir�:'L11rt; 'tLt 110E2S. '=Ps pCr LttCT�1S tof CQ^ ifi tht� f_ rares-not Lil �C'ce_'_ I.1`CiiC i�p::L IJIC'LO rt:�^.itsC Cz? L ^lt totr�S itna�t:r'a'.ttC U t ._tv At Cti:tl J! a»iCS. taT-aril i . a oaliil tfle Star'- Ot. (ria!=aOrtlia 5Il= a=11:'CIl'I�1taFJCC! L'n..aS i1LI01 t • � i a1.7- -e r .2t,*Il.• .. ._pr__t!'I..._ .7) ►li .cj-upricrac: material,- supnit� Ot prU Crit' UI -rPt i ind ITJ Lit se froM2 q f'Un is w I o+^ 1 , ' + I a-- 'rh t` .. „ t: II 'm- I a/ t_1•,. aCL'La OF:r� i).ia t. u:l.�.t C zerav; Qt `I z. _j_'YL�:IICZt tltl' rC acs Ca as uiI1CL 1I2 Lat1L t\O r c ..,•. it .i .. t. ..., . -= c t2 T; ' 7I t Ct , ., fIC!ld=I �c•s cl.a_riJf . .. aa.lt il.. i .t z., .ci,.it; Ci: u e .a*C. �t-i: L 1:Mks . Ii C LCF:I:S iIL':cC7i. :.ii ,Cp:lC:,a.Tal= ar %U.;Ii21_ list 0. C:lLit Ct?v i,.:i: t I.. •�'Uf:a'�L \: it CIiL r li1CiTuctioP.S :ard,formatt C01.11-line( in 121._121._ a-;`2ti:Cal. C,:l:i>i<r1-1� eta..: t' t±' �e=11t7z r11C'TLCfI c'1t Uz rut:" iCa:Si:11112lt ail :•til CliiJ: :iI CL�GIvaI_ii ti)ia ♦.a?t:i L:1• La d; a t T:: �` 1lla to'llt tt I U ...i J.iTL n 2 t )� t t-f', rt •i' a f rf '_. n Rnl' hFCGC���cJ: HCl:a•»tr CL= t _ 'S ' :IL-11 '!:_t .l.C) ! = IC '1i�tl t2 llLi G . ". ., tr�ti:!lull: t:^.?t. annutLl', •C !Ix ck':r 01 dw. pruzz:Cr CO. la.; 'Lt+ �Ii5 C;l ila �a:a r=CCCJa S:?'?' hrUl'ait I surd Ia1L' 22.+.i: Ci. lit•.' ankl S a. :ii L!!ai a.:1C I_• I- '.ItlLaS.�LS1 E. �' .1•� :T•` t1' �.:.t? C a 7. f.il2',:1 al: a a.L:.ill 11 1 _+ -n , !J.:;' .13i t. In .v Lt) l.•t Il:,irat ilUna IrUa2 Li: •7 l•r :aze Et _ ':;StIt ti '1:1[ ^_.:11 I t L►%Lr ICC t .a t�.!it l zl"!!la.'2tU't a.C! •,. • ..0 •cit fc r a:l_j f !tas a .:i ' x y �, r ( '8) PC o� 1aur o. rizar+_t]n' m .w:irtn4 �h-%7 the StarC,'still-J11.en req lir ( lit_fC�CC Ll7C �UntC•t eJC VIII Ge rC1:I1hCtCScc� CQ► �:1t' ,'�'.C:Ci tea. [)r�iCf-Or SUJCUITLr'CC CYCCCCIIR� yL,�O fir .ln}' 2rL.Ca..Y,t$�{T,) IICS CC-t mmertz!,)C s ^.' �S.'�Inc rt);..:=C:or C:u5 'I)rovi a in Its r;:aL,t ror 'titi)(►ri2�tiO1.n 4 pnracu aC� r•CCcS 'L ;�,�t Lt it •`F;t).Z , :!`t '2?c Iy U► tI�S' ''UiI.tIL`. oa,is Lurm-W, SUC'I COSI 3Zr,is roe--, 2C' s� j 11 � fi :S:)^S�Ji�ZCs, tit' t^t �r z:c or t )Si t t)f'�Lr.I::a)" Oi':3111 }tei- e}c,..4 gJ tllCll I'iinii un` dollar di'')3il[2t C::r c :wnpc:'" c }, Gn tI t •" .T J :LU5L i)C'.Jlll}!i`ItF� t`:tR rI2L' CYifi,iCSL, Cf aa1C �11�t['ct,,Ott t2ltitillij s:aU$♦ •Jt ".ltl�Cll! Ze u,:;-itteC1. 1 1 . • ( .9) :�iI .Ic: �. _ rn. i�� C:)rtrT wr .. c ,, *,, coni. ►ct ��SII ITIr tr thG` ,,� J int�art}S O.f ..s _ T ..^�:_ t•ICt- r'CIf.I;i SLI It?:� C:si::r..a.;..' ^�i F;L RJ Ilt Stet .r; •s tr r -* �S 1? J II`C t tlC.erIF1}ICU:Ut MIC _FC '_C T':C �.i. T'.Jr n1s::L*.II S 2 :^'-,L'^'CraT:'Us cL, S C' I." S;Sa`!'2„Lh Z It`C '17C SQsZn:I cin l^, oyC•i •a dCC a.,C bLtlti:t..hail'- SLOle,: L^ :CtC; prOViCIItt�S' Ch local Ss1tiFLltt, f'Aeriilly COI'tpZCZLte rQ St2i:f �rCS •.'.:4a the St:Irc'C.t'L.sem^IC. ;,v iLelri as '3.tcrs-' in'- I �y if Sate ��; : . _ , ,:: (10) ''l:r ,Conrmcror. szslt account for- fiintls proa.i�lec� nerd• ncicr In accordancc tv}rh t'enCrillj i}c.a-Ozee :t•�C::!!-,r L! iiaC.Uic$. :ICi• Cltnu uOCLL;.'_ ;IU 'LOr: Stlj)DbCC dai:UlG its.4f r L'OCd C I171CS S:CG .reco LTJ j be ± _. f r � r i Of.iit a :' 5::ri C , 2IIIt cit` O -,1 .ciJV cars »iter �'iiTtltS�rl�?IT Qt ti's .c. react s sh it iJC ais��3;1t: .for }a^specriQn` or siiwr, a re-isona ` ttip , b,v personnet iiltao1.rlf:d xh altt3re DL''I_�:t SIL,a�� (11) , :`. r•�}I`anruic: a:ic'_, it re4' .tcd' b� ;this Lonts.t a firal'r.part �l`uII U. JUG.7ILtCCil)y Til” CO lti�CiO' t }inl:t :? d2-rS ?Cr-: the ,Ic'CIis3LTU^. :{3 C hef �f t\C11 , F :iJ C}Is:' i?e .C1r11."r,vise t. - - r S�"Cl ed neCZst.. ii 1' ilna' re?U i .is r quired Lv this conEr: lt'Iirl 17.2VmenL hereon,;�hdll bC «ithheI latae aMtr receipt i?y:the Srate of;ln:acc ptacble reLiQ c . r :: 11 _ .. .. :: ' ;- � � J (1?) ln. . i:aCt :ore ^�:ule }22'the reurse of or under .fins.COnira.t clj. he prq�npr111, Ty nd, fl:?Iy rer,�r 4 to"IIie, Ci:Iei Dep:Ity Dir&ror,- CaIiforni� SEatc�Deaartm rt orzFl6kh Patens a- V I. 3t'U;15:•: i ' i not l)= Filet C)i) Such invcnrions, '.,jme:IC�;ai' prix t'!Itteni COnSC..,C' Oi CI G . r x ,. - ..... 11�1 r _, . . � ,y '-, , ti.: t,,r r t ,. ., , ,j G� t� -„ s, }1'. ._ . .: _. 11 t {. 1 . r81 n t'i `...: .. ' Y' -.... w' .. ,. - GER�::T•Ti�S FOR RAM CON OL PRO.:r.C'i G1ZrtiC:T$ L�tCM SSCTIOU 3141e) OF THE PUBLIC IM d SERVICE ACT swS In cr::}_ to assist city, county, and state agencies and co=-n-i t;; non-profit . i:h the mranara'tion o_' applications for rat control grant funds, . t-;-.e� gaidelines have been prepared by the Envirpme:tal Con;:rol. I. Project proposals should be directed to the problem of rats in the.urban situtat=on, t=ith strong e»phs-is on control activities in impoverished' ' areas of cities. 2. Crants should be used to establish new programs, or expand existing programs for rat control. They should not be used simply as a nex source of funds - • for on activities. Q. :o the greatest extent possible, rat control projects should be related to priority areas for other Federally—assisted. program, incl'�adinZ :yodel = cities, ar-d neigWoorhood service centers, and comprehen_p ve 'hea'th service - projects. It. Project proposals should reflectagency funding, -whenever possible, e.g, HUD for code enforcement activities and demolition of,structures; local. tax base or fee-for-services for solid waste collection• and. d:L;pos-.' PROGOA GOAL: s. •:::.ction of W e rodent papulation aim conditions conducive to rodent .infestation �.--thin the project area to a level where. they no loneer exert a piubli.c -health'and - eco=0=1 c effect upon the community. - •- . CMM i 0.°JrCTI:SS: . The p_og,ram objectives must be clear and measurable. a. Immediate and long--term reduction of the rat population. b. Reduction of incidence of confirmed rat bites. c. Elinivation of rat harborages and food supplies. d. Eliminate rat infestation of buildings. e. Education and motivation of citizens in the principles of enviroiLment sanitation to reduce and prevent rat infestation and to improve the. livability of the disadvantaged areas. - f. Provision for maximus". involvement and employment, training and new. career opportunities for iesidents-of impoverished areas. g. Provision for making rat control projects relevant to other environ- nental health related corwanity health programs. - . . . • . �1/l�i�.fir . A co=nrehensi:'e rat coil-Crol p_o_.r= focused on1��r'^...r11r.Rt, 1Ong-=anse ^.oleio^.s sh •:gid i.:clu _z or all o: he folio-wing program elements. ftndi n` for•certain . of these e?e=en;.s n„ cc_e a___apriately from other sources t_an,314(e.) health sv_•v°ces ?_velv_,en;. project g, .zts. 1. Pros_:: HBe: nition ar.a Plan: a. Surtre.,r to identi:!�* rat-infested areas and contributing erectors-- . subst�y:atr buildings., improper solid vaste manegewmat,' inadequ:Lely, ' .maintained savers, etc. -b. Describe priorities and methodology for control. c. Determine specific aetions needed for each area, _^.c�aling measurabble objectives for evaluation purposes. 2. 'Citizen Participation: Develoa p_oceaures for involvement of residents and uropprty ox_ers. in: ' •planning and proms—;ng activities to help bring about citizens' understanding, pa_rticipztion, and support. . 3. Co=unity Information, Education,, Motivation: . •a. Develop inforz- a-tion_1 material for distribution.to officials, •schools; adver L=sing media, civic and business organizatticns. Eqn-hasize.the �_o2•ta^_cother o= the nro�am to the residents by direct contact, Dreseat- .ations, andher lea ss m dia. . b. Encourage residents to participate, in block or neighborhood asso:;a:ti;a for 'the purpose of improving community sanitati oc thyoagh.their a::•n efforts. Gain resident cooperation in rat control in each structure., . z , and alle . 4. Effective Local Administration Orgaaizat�ion and Inter-agency Coordination: a. :Establish high. level responsibility for program AlUreetion and- coordination. - . b. . Define responsibility and program activities of each city; state age cy aria co=:rxz ty organization (e.g., health, streets, sam talion, buildings). c. :Achieve close coordination among all grn:erncent=•? z.^.:: co,:•ntxity� units and officials responsible for varioas phases of the grog-ram. Protect pr posa I s wast sho'.. affirri till stkppor t b3; city, state and col o nity elements it rcl:ed. d. Pro:'de a..ca:r�ite personnel, _..ci_ities, equips ena. .., arA materials for all program ele=encs. 5• Trzzin ng E.nt': of Re-s].de:tts of Rat-Infezted Areas: - - Pra:r.`.+e .:".•J:i^."�.^. O��Q3'Yi�.�t3c3 iOr a L=O��a'!:t, training, nad catreer� develOf1_mal: of residents of tax$?t .areMs in .11 phases of the program. w once--e:at o:. 4 equate Codes: e.. r=:elop c ;=_;; v3 appropriate ordinances and codes. b. lnsp_ct on a house-by-house basis, block-by-block; area- by-area and b±-i_n.; pra_4rtics into code compliance with prxrisions,::cf housing, rodent control., muiicipal Haste ordinances and, related.'codes.-;:: c. Provide an ade_fate number of trained inspectors. d. Rz:.ab�;sh a:: effective notice, permit, and, records,system. - e. Develop o: '.;p=o-:a adwir-Istrative. and legal .procedures for the prompt and equitable 'hall{ng of uQncenpl ia+:ce and spread. cases.. Ir. certai~ meas, code enforcement activities be s�ipported by funds - -'rcw MUD-conzcer:r=_ted code enforceswnt programs. 7. Spot Clearance of Principal. and Accessory Buildings: " .7c::01" tion of streets, ga aSE''s, etc. which are'deteriorate&-arid.. prv,%de rate na_rto=age. When possible, this activity should be. coord nated. with.DITUID program-s. 8. Rcfuse Storage ani Pr IMMI S0s Saai.tati'on: • '' a. Provide for insect, e-,,A ratproof storag•_ of garbage and other-refuse on, all prix t;;e and public premises.. ". • b. R=ove or e_ini nate rat harborage from al.l.pi-1 ate and public prem ses.- 9. lmkmieipal Ser;-ices: Pra:-;de a-lecu to collection and disposal of gsrbage arid.other refuse from residences, cc.._.ercial and industrial buildings. Pro idn for .special periodic. • clean-up _mor accu.::•-- atioz of.garbage and other refuse crow. all bi,ildi gs;. . t avant lots, alleys and. othar public gays. ' 10. Rat "'r is 1 ng: As a_prapr=ate, suvc er_ent peraawient control measures with re. Irillin'g-prd, ce!ures (roisrning, ft -igation, and trapping.) - a. Percent::__ of premises and blocks with raE infestation. b. Incidence of rat bites and complaint of infestation. . c. Peace:tag_ of premises having conditions conducive to •rat• infest.atxorr... d.' -Training and er.:ployment opportunities provided for low-income :residents. ' O11 4 . .-,L,-��-',,;�� ,1 . �.��,- .:� . ...-.----l------ll ---t�. .". �,-!:f-�--;..-- ..,-....1.� ;...I T�lt --.. ,:.:.....�.....�" �;;.. .�"-..-.. - .. . � - '........ .'ll.".:11�1--'.'..;'. 7...... .-Y!T-7 I-,,;.,:,.. -...-.. - : � � A:.-v��.-..- .,-I. .,-� m-----�7. ,, �,, I-li-�;,��;'�.;.,L..�i��'..'.'�'i� -�.-;,l,-.-.-.l.;;;�--1.-r-1�.V-�j:;.--_ . -... ...�-!"�.'........ - ,,, "- ,", a ,:I-,'. . . - . - ,: - . Ravvy --.------�-- . -. : - -- ,- -�;�� � .7,;�: ... . . 1- - , - -� !�"7..-z:.�i!.;j-"-,:-,-.�4 �- 7,�.�-.-,�.'4?-,.Nm�..... .. .., . . - ... �., ..iv - . :;.- :-. .�:1":...'.-�-....�%.'.'.::'. - -- - -- . ... ., . , .. . . ��:,� ,-..,�7,k�:,-,--�-:-:.-��-:�...... o.I"a R an of . . - � . ,, '. --- -- , ,- - .. - 7, " - - ,;,i��j .:, ..� "- -�:, :�.. - , - � ---- - ...�j�� .,- . . . . ..----�------ . . � . :� .: � .�.,... I-- ..-,r:: . � ..... �.., -.-'.,....I �� . . .�,�:,,.-:.,.-",.,��.-, ,,-`..:�--�..:---�; . . -- ... 11- -I -.. ,� ,��: ��:::,.-�'.-'..'-,..:�.,..:.�' - -,. . .. . . - -. , - -- - ,:.:-:7.:--�:��;..�'.�,��-.�'.�-.,.".--.,-�..'��,;.��.;,i.�;4 ]".-f.� . .I � - . -.. , :::��'. - ... . ... ... r�. !�.. - .; ..... : , . .':...... '. - .- 1 � . , .. ;-! - ... .. .. .,-.-,,.. - .. . .. . . .. -� ", -...�,,,!�:�...... .,.:,.. ... . .. . .. -�, .... . , . . - - .� �.....,. .. -.... . ..�!.!, ol'-, .1.,... . . -.:'. -:-;"�... . . :!� '-7...: ".'' . . .. : :-,�-,.�.'. - , - -'W.- . : �-.: : : . �� �- ,:! ��:��:-:.....1�.. . �-.�::��:�: .,:..�'. .� , " .. . .- -; .�%,::� . .. �- .. .�:��.�,'�.�: ... . .. ... 11 . . .-�.::..7�-,. - . : -� . �.�:..: ... . . �.- ,.:..m� s. . -- %. - -... I ... . . . , .. . , � 1..'. - . . . . . . . .. . �..... ... ..'...'. '. .,..... . .... ... ,:.. . .. . . . , :.' :.�..:...T.,...:..:.;.:,...... ...;.:..�; ... . '' . . . . . . . .. -11 - 11'-. � .", . . . . - - - - . ; . . . . , : .: ,, �.-.. ... . .,.::... . . 1. .. .. . . 1. .. 1. " ....1 . : -� :---:..���!.-. , -� ...-. ... . ..�.1 .. . ,....".,'A.I I:..... ..�'...� ;-, . : : .. 7 ,� . :�: - � : � :. . �: . . ..-, . ... � ..:: - ........ ..... . ... ..., .. .;...;,,.. � . .-I a��--��".-�.:;�-....�.1:. . . . .�.7 .; . .. .. . . .� ...::. .4. .. ...p- , ,;4,xinity...� 1 ,7"-.,:�-:��:�'- ..- . .. . . . . . . ,.!. : . ... .. . . -I . ..... . . I I..:�:".:�.-:�. .�:.. e.. - - , ;6-- .. h t-.- . .;.. , , . . .: .. . . . . .� C �� ..., ; .�:. ... .:,: - 1�'o.I. . - . . . . : ! -'-..-Y.'.',';-.� " ..... ��. . . , � - . . � .:-.� ...... . . - - , . - al an&i, ,.-o.-I......�-,.-- :-: : � . . . .. �jd iromyll.u-- _.;�_�- ;.,�,'..-. .:-'i-,,-..-::, !�..r,�;,-�:,,�Ll-,-, -- --'-_fot..-.,.-�'- :- " - i - �. � . �:. . .. .. ... .- . . &-Vvr�"..A- ��Wn . . ... -� .� �� ��::i '".. "�- -W." . "- .. ..... ei.b.,sill1r)"ammu"s. W. . . -711 � 5 . I .. O,. wetot -,..,;,fo- '. -- - ..- . . ..... .-�_.�.. - . . . ... �:.,- - WAOU I .0.. ; :.,�:--.-�-�.--...,, , - - .�"z. .:�.6,6 .�� . .. 7 '. .. . � ...: .. ... .. .. . . .. .... � :-.: - -� .. .,n.. . - .. �Wnn -7, -'?,'-��,�:,-.K: '.--";�%: - . . . . ., -i ,%-n. -. .-I �. . .... ... . , .� .. I . , .. .. '... ,... " - comenatio�.'..,j."A..-`- �.'f- .-. . . e R u .. ., ... ....... .�. .�_.�- : .1 ----- .... .-... :,..;- ,... . - .. ....�.. : :.�`::S.-a-- ".7'..."'k, " .-;I.,-.. ... .t�is,".."'n'.7'. .... , "'; -..., . .- - ll'.I;v... � ''. . aw.. -.- -: .:-.-'. . ��-:? '�-.:.�.`..---�- - ---... .,-. - - m, . - . . . : . - - --_... .4. .. . '.., 11 - , - - ".. -1. t..;, '.. � ` � ..o . ,.. - :.....m ...j.. .�----:��!..-., ...7.�7��--::I--�"--!,�'.".",�,!�,::,-�;-. �.-i....'-A... . ::..� . ,. I. ! - .., -:.-, .� . . - ;.,-.. . . . . ..........r . ., . . � .1 . . . ;, ...-, ,�- .. .., .. . ..Ai - .:I- .- . ..,. - -�. -�. ". - . . .. . -. - , , -.., ....... - - . ... .' ' - V -� .", - .:�-:. . 0 7- .. . .::;-,. .. i��: - . --J6; ...' -Iii;".btbaeq .:;_.�.-�. .. .. . . . . . L. . . -.;".�;,: . .. -�--P...... . t � I.Ji-; . . :fmr-ju '41.-.-.�. . ,:. -:.�-f"-.!.�-',;.. , . ., .. � .. .'. . . I .-a- buyltozom. --",--�- .it-:t-, ,4-�-� -. :.o . .. , .:.. , - .:4-..... - - .. .l....l.:. . - . :, ... , , -P�j --- .4 .. -. , � -4 . . - . .. . -:;.;. -i�..,...-. .-- : o,��,-% .............. . .. ..."-.. -:-�.�l-,:..:j.-..,:;--�.-.-�..:... .... . . .; -i,,,;.'..-.V��.�..,I;7.,..'�-"�., ", �. ,Z..,..-:,. .. ..�; , , . . .�- . . , . �": ., :-, -� . .", � - '! .:. :: : ....: . 1--e-, - .., , . - . - , '..., - , '1�' - 4r..- . .. - ..- -:� � .:.,.��, . . . ... ,�::.- --; -:,---�: ..�.. .�.A.� keS2. li*,"�,�--,. .. . - - :. ;� . , .4 . -I' , . 0�1 ... :-.�';�, -�-�-! ....;,: - �-,.. . ..z-...... -; , .8-.41- I . - . . . . - .- .: . . - I -- HIThOltsvo .." ..-........a! "oa;,j�-mX,rws�-r,-- ;:.:.-�.�, - .. . ... .-..'�i.... 1,J'..L.-..:...�..:. - ': - - "On-MBS OsjQ.vpvvo�-'- - . . . t, a ... ...,-.-'�z.,..�,.A-f.--'.��,,.,,�-,�-,�',-4-�'r.:�,-. . , . .....�..:- -�,::-�. .��. SA - -, , - . . . i ...:...-:. . .. .... - .... , - ar- -- %,--4x.-2-�- .-!!�--"a - -,-,-,-- ,�.Z- ,L�. , , .,�;.....: . . . . .. ..� Ua "" 1- . � `�,,%,�..,..... ." . . . I....-�� I-- . - ... .N , .. - , ,-'-�,P�� to.�,.; . .. % . . .1. . .. . . - - -... -- ;1� --..-''. - -",*�,:-:--?,,�O.��- `_�-'.!�-T�I;�-V-,--, �--,'.f----.--!*" -.;,::-., .. .. ... '%�a;n ..,.� - . . . - .. -I L.:..:-O.L 1 C- - , ---7--� I..11. .... Wregid th A .. ... ,.P. . e, . . . ... .. ��i�t ;dm - : ....... . �,,--i:_.-. - -i- 4-.-� -�,----,,KT.jN,.,,,., ..,-�- . ... .:.�: :. . .. i lb P. . .. . ....Z... . ,. - t- z� . .. . . . . . -.-.�-. - .1. .. . .- -.Vll -, tt.-,...., ;;;;-- ::.. ,- -, . :�-�i'5',. -!:, . ,�,:..:,:,� .�. .. :. . . ;",.�_', I.v.:.� ' o,"..4,I�;., ,-,--1 1�=�l i��-f VV.�I.Ilr2�'l....... '... . . .. . , ��..% 4 -mer- .�.:., . .,. . 'I .- . .L--,--- ..!:t. . . . . ,. .. . ..Ll .. .�.... . . . .. ......... . V.'-i�:... , ... . , ,� , . . . . , -ma�,, ,�,Cn: .!L�� .�.`,- �....,:.�..' -�V:;-.-z�!.�,.----.:".."...,. - -.1W,".. ',:� �:. - : . . : . �-�-� "nma -N, ��Q�w�.�'. :----�L---.--.-,���. �", . .L.!..�j� ., -". .7 I�,,--- - . - - , - . moms- As"-41- - . o. p. '. , .. . . ...... �.:�,T, - .i '. . . . , - ser. - --:.. -.l:,-.-t,4- ; -,� .-::. o. .. .Z,-....�.1;-�......: . .. . . --,�--,.�-,-J-.,��,' ...-h! .-:- ---- ,- '...� . � - - . . . . p. --��`.,-,----; -.:�";.1- ., - - - . . . .. . ;... ." . .1 . "I,ir- ""; :'l.- � . , ... - -�:.�� ..; . , ,, " .. ......." '. ,� . .;,;, . , ., -- -7 - .,,. - - � ..�...'-� ......"..'... ..,;.. � 7. ..7.1, . _11,�. . .:.::..,. j- ... , ..-,��:.''����,.,'.,,F..,..:,�..".� "..-,S.W., -,,i�. --..,,� . . . . - �;`�-:�-Z�--r�-.-i-..,�-�!-.,--jj,.lZ:,�j-'-- �17"A-�--�Z;.--..r.�,t�---.-f-4� . : .'.'.. ,�.- -, ,�. - - . ..".. - - - . , ;�: -:...�.�: ,� . �-' . �, � .p I.z.;" . .... .;1. ...I..�. :..,:�.5 ,:,:r",. �-... . ......:.�"..,:..�..-....,.:�".'L'I "I, ',-..-. z-.-,--, ,'-'-".;.,.�":�..��""...::�"-.-"-; �-;��.;., 6;, - -�. ,�nm,;;%�%R�.'. .. , - - -;;-".;.-,�.- , - .,.-,. -.- , -�,.----1�1 . ,-, . . . .. .. .. -, ,':�:"'-.' . 1� .:. ; - ....- - .,�. .,�:...... ,�...'-......,j -, ., :*,§'.,��t.A,...�% .. ,"� :. .. : .. . ,�__.�-,.�� : �....... �- " . . ,I - . .;.-,�!��,,-�-, ---.-...'.�:��.-��.m. .-..', .,-;.l.... . -.. -.....,:� , ,..: � v. , .. , .i""'.-,-,-....- -.- *1� q;?,,.4�4.:,.-,- ..:.... . .. - - . . - - "..- .1. .- .. ." ,.-.�....:..� ��-.��,-:- ,, .-. -.: - - ,-"�--:R--�W" i . . . .. -1 . �[m. ., . - . ......- _ .,��--.-.��...,.�.;...Z;��.'�",.I i, �: " - . ..� . . . - . : . , . - ,;. . .. .- ..�,Z.'...: , . .f:...� �` ';,'-." 1.;-e -"... ...--. I A--i� - nz.N.Og"i"m Kr. � ... � . :kl:,1�-'. ., :��`--�..,.-, ., � ., . w,-..-l--w:-,:.-:�.�.--� .;,.l;�--l--Il- .." V- . --48 -,,-......- . .:. -:��;nn4j wwoom"m"a pnoos" . . ', I' ��,-wj -gr�,;��fi......�� . - , �m .4.,-P.S,r.- -17� ;Cpl� -mhIlf-P ." q : . . - -!�"j:--Z-.x.,:!0'.,- '��Y-I�I'X.rf.L.�-, �....�!,,; -,-:111�; I--,; . -:. . . . . . WAI&A -� -.�_�..'...,, ORMI!, .. . . . - - .- 7 .0 101�!kj��;�-,� . -. -1. .�- - - -- = -x --�� .. 1. .. -... ;-, '�--��:�-,.�:r�.�.--�,�i�.,-.��,.�"."-;.",",�,�.f!�I;,.-..-' ;',,�-,�,-,L� `,.��:--���;--. --�� - ., -. . . - !�, . .: . - �!.�.�Zl:.:� , ,� . �,�..;',,%g___-, __ . ���*����.��,;.-i�,���2;!L.�?:", --�4- : " - -�-.�,---. - :Fj, Q ,Att'rd?-!% ,�=r-;.5-14, - . ,., . "' - ,,:�. -4.�z.�'?',��-ii4,�:l�-4,,ii'�."",!L,��i--;�-�-gp�wz W-w-, �:�.�:,.::: . . . .1 --.,-", " - --�,,��,�:".� . .: - `�..,-";-.-::�,�.;.--,�;-- ,.'-.'�"�-,'����'.,';�.,,..��.,;�',,�-.., -:�--;-�, -,?,� . .W .� - . . - .,, - - .. ... - _� ".. . ;50b kEW �I.. . , ..".. - . . a - ��:;` �v.��.:�.. - :;:�.:','.�,:,.F.-r.i,��-"":���,--', y;- -,!:�N?.�.��"- -.-�-;,--.51.11-1a..,.,--,;,;�.,,'*..".!�,,,��'.�,�n.. 7 . Zv� 'd�� �.,, -m .�' �l . .. , . 7 .... 'j ,%��-�'� 'Z`�':,"-,' . .;"-".---�' , . .,.,�... - - .,,�! .. . . . . . . - �--,��'-.WP, -� �� N r � , ,.,�- W �.....------ .. : . . .� . . ., ,, - ..�..."-� , ".,f �. ,4? A . . .. . .. 1...1.�.-_.:;,- �,� 7- 1 �,:..-�.�,.,-- -�-.,, -�:1z,!L '-- �'. .2 , !-7x"� . .;- . . . "-"ME"R.Mow. WK � -:: :�.. ��'..-.a.::. . - . 4,�t �� , . _p� .F. . �'Z:s!-,,-, --,'�.'.-�:�. �, 'm I . . . ,,,, , _ , - ,5-i...-"I.,-.-;,;��.,-, tm . .. - ----.z�:q�.��Zik,i.f . .. . . . �- --;-�.-,:,;�--"Z�, "�,; .. ,,,tm,,eC,.,,....,�;,,,�t�;......i, ,K",��;, . � " .. -�. . . .. . --�,.- ,1-4,111;j:c�.-,--l-, tx, !�-'ai.1W..".- - -;---N-K�,z'17� , -- � - - ;,.-.... I �i�..--,.�.-�*.�:. : - � � . ��;;,� -,,!A,A- -t. ......... -I..... . .... ....I....,I......"'Iq --l" " -' -�'f 5, ---. ' --- - Ti" A-g;i�,� m �' ,.1 - . . . . . - ,.o.""'W'd, - ',!----;az,�,�Y--If' .. .t -�-?�i,R,-�.t-,,-�-14- ,--- , . �.- . Pl.kU . - ,1�1,��`-t -�'w M-1 '- � r-4 . , ,Z,-�"-�.,...,;w -"gl .- 4 r ql� 'EM-1 . ,- . ��-, .il�. ,-�.=,.,�-.--.&W.-.- - rX .,;;; , !�.---.--,� .-'� . ;�� , -'..Y,qp-w7,�,�� - - �;,;.. .. . , -,*- , :�,'-i"g:,�-6k'�,.rz-;i".t,;�,�.�At '. . x%-- ,.:,-��ZL ,TW�' .=-O�W. ... ---- . �-� :4': .)�-'.-, '. �'�vk.Ay,._,,A, - WMI M.w. ,�l ,-Z,`,-!�`k--- , -- . . - , ", . Ska,!�- ,�-- -..,...,o�..".:m.: � : . - . tl-- . . r , � .-'-i, .. �, .,-,,, -.'$ j 11-1 I -m-01. . - .-4 ._-, .- ,�� W- _��- " ,:,:: .. . .. ` 4 �� ,� ..I... N -j,-.,.:m--,�."Ajji�,-:v�,, �. . Z; '..'N"1M.,111w. ...... � ., .. -� '. , -4m .1 n . , ., ., ?, ..., . :��-,�::��.-.--.-'�- , "-:PV-,W-��'-�1'1,41 r"', N 0. I ..M .- � N - .- � -� � MOMMOW mp-, j- : .. . " -11-11-.1-1-liv ll -, ... � . " , . � .1 . .. . -�-,:rz.-,j-*'.),-- . ��!!Rz. - �, l I i "I . I.:.-.. -. -� g g - .P-?�14;jv,;,P�.%.l".. . - :�-N 'rR$1�1- - : " wl�--IMC�W,4-1.lel'PA, omm R"-, � � � . . IX-TI-111 . - , . . , "" -"%. ;p ,� - - .- . . . : : - --g?. �;St.UAAM9., - W - filt W-W- , . �V-gj% -1 WE-- 7. ... , W: 11- ll'��" - - .,-�. " -,_n_ .,V,�;� 'gig I . -- . "�:"o-"t., -041-5-4 ZM- MA-- P 5--....';i�l.�.rl,l--.... - . . , -ZE; .. I-RaWP, 1�', 2�-7111;- 5 . .. , �v Ill ;11711 I., ,., . - g.,--,- -- -. . ;VQ.,?,%-A- omm -I'M" - ,e, . . . . �!�'O-P--�-Z---ZwVr,- I-max% -.......-.';,-. . . - -1;1 1". 11-21,.�<44�� -,Jmsi'OWQP--�� w -, �E,.,.; . . ;�;-.,- - mo - - . . . : I .,.. 1..,-L-,�..Y.z� �w4a�.g4 w- , ,--kogg - Is-- - - . '�'l -I..- . - `-�-,f7 r ., ,.� . .I . . . ;,........1',� . 11 Z ft r -- ,----c "�Ur,--�::�:�.--I:il:.. . . . . ... - `�.'��.'..:;, � , -, .Z- .11.1. _R t _R -, . 4'gQg-gs,-r, 7 - "'-`�`-""Pl- "' 1, 1,5 - .. J, . ... . -Ul�� ..4 n-N;�tg-Z.. ---- -1*11" - .;r.3- . .. ;�, � -- , -.. . "F - =';., . . ��' ,�l 6 - f, li-- . . . .. . .� �jf,, 5 �� - - - -- , ;K �. - -11-.-I- , -- - 7 I' 55- -X I ..,-� -1 `��,S` 029 0 .. ....]--,i,�-,-, , a, 02 "Cn AW R, .I;R�l �Wt��, :�, A-17-1 -- 1111W 7 . RNOW;5* ->�l-.q11-v,Xl-. . . .. z�%'�,t,:�s,;,.� ,�lQy. '-.,� � 0.a--'.�-,-,A-. �� m 1p , ......-.1-, A VW . �: :.1 I Ag ...it., -1. � .1 . - - W W - . ., Af - .. : -. -R - �...... p g . 'i - '.. .- --. �. 1� - . , , ...��.�I- - . . . . - - - �a.. - . .. ; zpt-, -*�:N . wn NA , - , ,i"'."--". ... `-T . . ��.. ,-� I -,, r� . . . ., P"W I; 1, 11-f . . .. -.�.- .44 �-!,!U- n. -N�:, % .,� !'�':1 ,, - . .. , 0,,�, ---- �!..,-,;;!',g,,'i;"z? � � I mtg!.;�- 4.n - , v , .�U,'�., - ,W ; zz. - - -65 -�, -� �!&-,�, -Fwzy-..---.,l-J; , - . . .. ,:..�:.,�,---.�!�,�,,,"M� I - � . g, i _g . "I , . 1. I- ... . . - . I.---.1-11--l- -.1-1- -.'�, "",- -� r" ml.5�w ar -.4.,r�--u- �l .&N. q�k.�-?"C, 5-J.-":P,,�� - ,7-,.. - � -f"�O%.�f,,-�;��_-.�- . .. -.1 ,=;---,-Ij� . 1v - - '.., .!-� Z , .I,--, ........ . ,-�:vx- . �.� -, ,, -r , '.-w,�:..- . : , , "�r, 'I ..J� . . : ;-V;i-'�- -.i,X&.' �� , g .. , N P'N,S?L--� '�2�,,Zz'.4., ,-... .. , 7 . g.a�,� .,F v )lp . : . . .. -.1 - .. . w - .m.....'r... ... .. �fpkw---- -;�-V'':5 tR�-,.:.�� .� , ... . . .. . . - .11'... .Mq.-,�,� . . . .. , , &'p..�'w 4,.,W-x-, . ,q%rw.,!--,%. -_,.,.--.r--.;,*,?,-- ---.�Ly,m '...� . : w , , . ; g _., - ��-.Wo, :. . .... .ll".;.I�l�--;l ,�� , i�'�! � ",r:w.`6 . A . . ...'. ...i .. - , --As-,. - .. WNe .. .. . ,-.. -i�-4�6,.,-,-Zk�,,���4'�-i4.,?!4 I .,ai 101-.1.1-- . g , . .. v ,�:, i�-Z , ;WK IK . -�, _g �-,��.-z-g-�,- ---, -� --- . .gwg - -"kgzg,�_�,�,,,-�.g-.1!ml O.1 , 11��12 . -1,�%'Q,,'Y!--;-��o,�'- -.xv .-�., 1� ---lMw;�;'l-- `4- :,. �mt: . - - � - : ,..- . ... l,"l-Zl"nl�- V %n ��, � . Im Z'W.- two ,A� .: - .� AW.M.11 M � .T.f, .... -. m . ffiffiew no .4 -� R -- W .. - - - � � -- .-, �N,j", --.-..V V . �,,!.�.:--- '..., , - .......I , ,-H t-��-f-A ,,, �4!,,,'-,�,! -�-ft)�;n�mv7p-g,��114 .,�,- 1, . .. .- ...-r-, �.l ;mVW�FX-.r;.,- - , . I- - - Q p�- ,�- , - .. . M -ZIN FIR, g2AI- �'O.- org " !", , A- - , --4 , , ,-� ,7;,?-,Z E - . . I ol In V, O L-1 ." - " L� -7;....,.m , . I'M �, . - . -,I , . i�-I't I -1-1 11,w�--.-,. .76* �*Wv� -.-.�I--1.11,- - . � I 11 -- -.,'" .,I,' a. , 'S .... -- - .. . Fl. ;,::�-:�-, .. � Q". 4.v- .* Rl�i - , -.-O�--1.1,A?�l,.'%�.,�T.. _-- I'T� .. -��.:o " . .. 'N. �7 . '. . - � . I'll, I I m . i il ,,,----. , . I i - I-Alli " -zt�p, � ",� ��fl�Ol I .11m-- .-- ....;-i..;..f...l... . . I W.-- .;�,�F -�; , . . ..�.-�.."...f*-.-z?,j�,tf,,, ."!., M- . - . ..�:.:.i. .0-..� foi,-% f.4f, Rl R -�--�:-�7,-m,�:,!.;I�,�- -�� ,.A ;, .% : . - .. WF , -.- . -�bwg --;;; . .I..., . . ,Am , ,- pi.... rl.:.r-,..-: . a,,;,, . �-,,. . T� . . -�,k---t,�;��,,-r �? -�� g- � . - - . '��.; -'t yl r,?.-!5-grE-, ,--� i- -- -!N,!.-----;�;,e ME 10' . . �:.-""P.�;,��.,,�tL,14'tyMIKOM:1�00�1- -,. - .. N , .... m . .. .,..:.,.,z. . �? ; � - , . .l..t,��....,,,��,�.�, !�, -ag g . .. - - : .--.-.l.--.M � , A,Z�G. ,*, .,I -WO,-Z 0-%-%,-� I . .. . .. ,a X 1,"- . .. ...-'--..�r . -, - -.,.5" LAI 9-T w", i.;��:.�, * . ..., .zg-.; � 4 .. -� 'h--1 ..... .im . . '. , 0- Z�� �a 0 .�, - -, - - - �, 4-� "',110I.-- . g--v'." -� ': . , .,.x- - .. -P,::,."!--"-- -.. -- - . . ,�;x��i , �I ..,-: " , ."% rel .7� . � ftT , !, . : . . �.y a ----,�;".j"" -- ,m--,--2-,;�-u --,,�. � � , .g J, .",�"ZiN , - -io -,J,-,:'-- 'Y ��L'���:.Z,g:,-7 -,�;..'.17�1�..�f.!.';, - , � �� 51-"E 0: N� ;' M .R .. . _ . . .�,;: _i, - -i ,�,-v� - -,.,,x,M.,.�. � ....l..11.l---- �g?,v gs- . -,1��4,�',W,-- i� A,z, o' 'l--.-.--. ,�', , - -:,-., A - W .. � , .." Nun, . ... - - 2��: � - .W, L .q. � . � � .g5%g% ggks -j;"V,w will@ 3, -- .. . .. 1--X-;71.-l.,-,.-,. 'WV -,W-g- If-'-, � - gz:a A .1 1. . ".. . . �.:. ,.Z.... ..��.,. OR $-,�-,tR��.-'fl��M.�,�,'4�:-7;�,P,'- "'�'�,.--.j�'�'�,�`,'--�"'ik�v.,�'.,--ln-!- W---.�.-�.�.. .. .. ", '. -,- �g , . ...l. ,-.T. . � ., .,.,� 4�,�z.,-u. -.. � Ill A70, `4nl.�?W`7-:R-11 PIZ . . . . .. ..-"-:�-'.-m:��--:-.-�. ��' - -,- -,- - . . . �t�z,;4,?.-.�_� ,iA OR x . . . . .........� ..".,�' ..1%41-��t�.���,��7L,.,�*V%14.��- ��IPR' -.�--�r --, ", - ,��-!: - �'.. .;:.-..... . : ..i�er�-Ill; r.���ltr.�,�-".,."7,i.".7,��-.�� ii7,�,R�%'i,�,. .�_ r.ji, ..,;,,.�, r .-g . .,.-,�-- � . ztqg -I-"k"..--.- . . . . ..7 . , -g! -g ,- (e . r . --,. . w-, # --_R; n,i ,, �Zr�`,'��,L��, - ..... � VL�l - -.-. 41-11-;A-7-1� � ,�,-'.-, ,- .�;�-4,�; A , ?, , , . � - -- - �� Rwm�Qln§: . .. . � . :1� 1- l--,s--,t,,,.;.,-,i! - L - IRAN i . . . ..... �---��... ....W- ,--�.�,,Y',�V'-� N--.,-,��. t5 -e�;, _�,-.,l -0 I -- . . . .,:....'"-Z -�--%qy.. - . rR. ,!O.R, 11 . , mme� ""., - . -P�.V- -?� -.,,, - . --'- ." -4.. -a-"�-,��-: I g:--- -� ,t�, m - ,�'AM5..'-'.,.gffil, , IS 2% . . 'pf5,vg-5ftp4 W , . �-:'� '. -�l&&=-,-Z-,-n4rl 4 -;.� - Y "4'j-lVM.,-M-"1: �,- . 1jr��,�--�,�.'-., - . ;:.",;.".t��.�.' ., ,,,�. � �C�i " . -� Im. .. . .. . ,7-411�h -V , 4 .Z-V ... -..;.. . �V., �,,-�, -4--l' , ��M4 �-Z�1�1,�.-Iw,%*,-.,- ,A.". .. - man W - At�55% !,-'. , -, . --, ,� " � ��Us .. . - �. - -�. - _,.125U� ., - --"." .-- �! ,.. ,--.--- '.--,�.'��-.., ,- -,-P . . ... .l.''n, . Z �,-!Fmj��-Q 'Y .... ..7.1 .. .--?,---..-A-v.- t .�: . . . . , . ;L.--��;;-- . g- ,.�I ., , , � � . - . .:t� .V.��--is! . , �� - . Z:...- � ,. ;��, .. �T�I�� .� ,-.'�, %%1-- - . � , ,. x ., . - - I . . - ,-z"I" `6.141�11w- .--� li�..-1�.,-, . - . - ,.'a,,.Zf>-:;,,.,� U, I .1 1:1.1;�.l�,,.. ... . . � , -7- . ,.�, 4 Z.. . . I,.:, . .l.. ":.I"K, � ,�n . . -. I I.- I --..;.............'e"r , , -W!"A-,� - - " , 4. -,.- t��Wq�m.,7-w,gfmg ", . ... ... -.�-�.. I.- . �i , �L -�.F, " �U-I� . - -� - . -U.-,"1;, , ,,,, , p ...,' p ----m-,-1- .�" lel`�� . . ,;;, ., lli�-,.,.. ov.vui�,,��;,-,� - - � x, ,. - 1 my . : ,�---V-'� ., , 1 , - - Rk? m7l&n .� . .��. ;.. - 'R-5 ,nt,�PW��) -,- ,� - k� W44jtlll-z .1 , , - �, 1.1-�--, 'gg.t.. .- - -- ,,.-�� .�.. ... . . ."4,'. R ,� W*.,4cy ,.% 5--vd-N.i�ne N.m.".. ,�i 4RA -.1-473a .7'!!?�'.':)-";�.�f"�'-',�4,%�..;'. . . .., ..4i .. .1 ..... . 4--- . .W. -'r.-I-I ,-p..� , ;,� . I I'm ---�� .� �� ll�,� r." - --f - "-,u 'JiL ,, .. - ,n.,�!A -Q,�ik-'-...;.,,�.; ... .-.,. ,q - : n .; ,.7. - .. 1-11 , . I-A2 - 47 ': I ,.:-..�:: . . - --i,-`--..��-,.;-��`�I't�*. A VLIEMIIW.-I�i�1'1.5 .�OMPR- s - , -gt,p,.��,'Q' -",j�g.�Y' -- --,- - ,- -I- .,.!. 1.1 i v-�-,�t-�.� . -M.- , - -. W , . , 17. --i, . � -i�,.'�-mrah- - -l.-.-.l.--l.l-.--l.� - " , -- .?-.!wt4-mlR---l-.Z,f. ; s . ..!L. -1, � -�.---,n,-I. ��"I�,-,-.-Pg'.�Ii uw�w-ft--,gw�,t�,Nd? 2��:71�0 . ��;.,-:;o-�-.-�,t-� . ......--�-, . .45 i,rZl . . . . .... . .. . .vs. ,----,.,..T��-,� . . -, t, 1 M P" WA.� : , .r.--l'......�;X�, , .t -�V---. . . .. . .. .m.ll�l P, , ,'t"MI, 9, , �14 '41. ... . . . ., � .F 1 '.."-" .- ��,�, �- . 5 - m ,V,�301...�!�z ��Ii,�8,M �- L� .,OR, I ,; 1 �!--�-"-",-,,.'-- . � �: � . � , L� a w-.-,M-,l$- 'I. --� -W , - I i '. ,A-.o�C-,J!,,�,; I �"'. ,� - . ", . � . .'. m. ,-q...., ---.t"". -.., - � , I.: -----j�--,�-' .I# %: -:� , , -'�w,�-r,��- , - . OR: . -71 . ...l..:ll:-;l-. � qm"... - m'..�� .� .,:..� I -;.;., . - . . � 'I,"..w - --mm"m Q, . ,.,rl..,. a No . .� ,.�-. , . -- P-504- ..�,,�. 91, . �, � 'Nis. I N I Im-"�k--�!;;'Lvv7vZ���'... .� ;,� -, . . ... , �.wo .. p : �� ' -% 4? .- . 01-lm� ON 1 . - . AR g.;'.�-"'�N'�-�,�:��k,�!:i�",�,tt.N . - ...-ml-:.Z-.�N-� - �"v/%'. ...... ... - " � , , � � - . .. 1". --1- . � g �. . . --I? W-E. 4' . -..7-,�:.I�oy�..'- 4-I..bf- NPR'L ,-,f1gr "'Pa.11- -fl;�a� . 4 ,"ttl';�-1,z 1. . .1 . � , -141-1 ;�.44� r . -:,. 's �-,��-�..�, ; , �111... ... ;! I - , . " -.- -.kl I MR -I-t I-- . - .... . � , .'.��A ... S,w �_ ;t - .A I -., M - two. ,�)NAM57% 5:i0ii.-I&i� . -..- O ��_�,;,--,.-+��-- R.1, ,-----R!rS55 . .3 I sm �.V, . .. M - .: . - - -'t - -', ;.-, .� : .. --�..,.;..,.,���,-�w-�--..��F�-,.��-��-�.,.�,�. ..-- ---,Io-,�I-i:i-��.-2-N,��,-,-�".;.M�� .. - ... a -.1111; ..- - - - ,a' A - � �l . I"W"�--.� .�. . �MVAN "TV I M A- -17., . -14 R6. - - ic ",�11 . �- I .. ... -I �---e-,- . I,C ,T_� .. .. I - 1--.4. '-'I- , ...... � -'ml . . . . � V,i - M .2- M-1 �. :..-. ..1., .t--�"N.I--.,�p ,� I --.= . -- - . . .. � : .�'; .2, - . .tqi- -4. -"-"AM -.W.,".��.:- Ift'. ,� . .1, , - �;,lt6--��f�-.-"4...�-4",.�.."�. .SR 411v�.�MI '-w" V- 7..--,<.=�, - fc,. -w �.k'�,�� Act . . ----,.-. .., ,. ON IMM"t,�4'v ,-,�-., - , N:i�'.. ,-P`�'�Y�tjm:g 39.1-ON-ROr, . .. ... . `�-m -m A-ey-m -. .r 'r . .: ...�., r..I �A t,E `��r--,. , �94�, � MRI� - - � , ., -:�,�. I it . --* .. W,�,f, . .,-.��-1111�:,i-,R�� �. .A .. -,�.Jl;, !t;o�f, Y I 1.� 1: ,:,. . - r,-�.- .". MI., ..' � : - . . , -NY l'Q-R§j§ 4 -�, . - I , 7 1. . . :.O.R r - �7.- - '--",'-' , L- I- I ;iG.'k-P, . .:: , ��--1-11--.1.-w -� `� !�.-.T p'. - ".,--4- WNA- -:,*, -.,r--k :--� - : ........,""..4�,. --" ,L,- - ," � :� - ."swQmk�;gp. vggago ,. AN -N of r -.� . . ... , ,, p ? � s *,t-','c�'. ��- jY " ..�: _L .� , � -.-,�;.�,��-. ; r ___ NQrt . ,, p',.U.vtg.,C;, . �.a 00,4-;:-P!o,FV,4�P,, ` 1.1-,�- ... 7 --,.,,-�..-..�;,�-,,,,-.;"-.:T.�w,.,...�� .:,� A ... � ,-- .7'r .::-�:-,-'.-�i��,t.ii,��.-'- N5l.-,;-..l--- v - .- ;,,-�..-- Wi7 �OW ffli'�,-t -, RN , . -- - �:,:r� .. . NOW--";�- - - ." : . .... ...2-1.,.,w 'Clko. -.... .w t. J. . ---,-.---..,. ,.r M. - -511 .7 g -....-.1",4,i-W. ,-;M---,-,Sgt,�P,,,' IG---.",."'.-,"� M& I -1 . ... -l-, -.---,.w,!A: .It, . :Wu ,.,:;�. . -�-� . � N-)�...-V. .r, . "P ii.61;z- .� I : .1 , R , rR . � -1: �" I--,. � �------gyi ---"tv_;,-,---. .I.- . � , * I-f I .�� , ii7i6l;z . .. -.---.-m -,tl�jk-,VvL R:�-�� WR .., f I .. - - 4 . . . - -4140AW.1-.1.111M - ---�--,., i� , h i. - - - - , , ll . . Z.Z: ;.�, . � --mmR .4fL - 1�4�.� "t I - I I - ;- it . -A , , -K -1 ..I--- I K12 , IM I-31 N ,I R 6 , -, ., -- --- - � 'N." , . ...b..-.1---'.. -. 4 - R, . , � - . . I s ,!p - -� � - - � ,�.t I 1, I NA �z,Z:-%,:.= -'� .7 14 -9�n � I'm0l, -� .1 g�."'riV2 5 I-r.. , , , -... ,-,, � 't , r I 'W" ,P!.i , - .. -,;�.Ijrz�,ZT--�. . 41 ii ,;iT,. - .o---M��*;gw-.-;-;-_-- . il , . .... I .-ml I ?,C���?-.,t��,,�jxr.��k.'��-�'--i , ;r - I � 4 '. I -1,-.1 , V,�,kg 4�.112,43? ..!;- _p R'� . t-I- 1- I I�- .- - .-- WOE, T-t-OZ.- .tl.�,X"-.It,��L-.;il.";�..,..� ,-... . - I , , �?- �-!- . . ..: .. . 11 ,, - $ �� :!:"�,2k:,.-4 :� i, � . -�":.;-.;Z:-11.9�� I -, � �,7 a . f- .-... .jm - ". , .S. -, "; , -, - -_. . '. '. . 17 r - - ,; A p , -.i.,. -r!i!-dr,4"r,'--,'�,�,, . � "�:�;�W.-!v�.!,, N - - I �� : . . .. .., - �ww "I p w . .�L.,,,."j,�ggrgg. 70 0141; . . . SwIl.t§ -oc-R-M. , . - -,,I-,,-. 5 ,� k 11 ...., . . ..... . ,ft! Ae� . �-,--.-.- - p - O.A�T* ;I-,- . .1 . -�I-.�-,%.RN.:g.,xs:L��rA . "I'll, j�.I. i, , ,F ... . -.1 , , w ,� '. -... --' -'I ',- -4 "ll"I'-.1.nn..S. '. -- .�. - .3r.1 . �'I'L z " g i . . ,?. � . . r; I—. -, , -.-.f. '--'�:-�t:! . lz-:mki'�-., g �V.l , m- " , 2�'I _..,,,I,j . m ...r. t. .,.,.,. ,I ... �,,, , .... zd - , ' ., t-.,,'f��.�.-I'w� - - - 'N �.. .. - ,,.-I. - .1 -��.,- -� - - - - -;-:,��.";,�.. -. ., -� - To --'.'It--*-rp,. . . . � . �--*j& '�`,.',.`�,,. �,..-.;�,-..-.--,"i� � I-. .. . ;-i'-.V:,7;T,4�4�� ` . ...I . .�-��N�gw -�.q."! I; - - 7 I .. 5 N., �,- --�',��7� -�' .. R4 .I-9 ..qz* , w . I - , -, ,�q r . ,�. -. W;014,.,.;r"i� . W, , .. . ...:., ,� ?"a " �. V. - , - � -1;1. : .;.e..--��I. ll".l-,W ...Z-. P.. ,� ,,,,7,-,;"- .�a-m..;�-- % m:4 111-go . , � :. --;�-., - - . I ,� ,W'-!��-'f-�v,: . TNZ �-� �zk4t;.�,n !�.r "IT RR, � , .5 1114 I Ir I al I R - z l.--.?:f.,;...,- . """ Rp. . 1".. .4, � p i, . . .. , A.:Zzf . � .! , � , -1 I . .. --l-,--i;i� --wmwQm-"- ---6 t'A.1. .. - ,.Z!. . . mmm - I . I . - ,p - . . . ,, n -1 �.. �$ " , lr,-,m� - _:m Mr., , ,�li 7�.... M � ,:?,,�5,�-4-.---.7", .1, - --m,RnJ--.m RP - ,,, " . ... .:--1"�-,,-.- "S..i A-S -iwe�? k!"I.-0- -,��4.�. � Y ,��O��-J.- 1, , - I . . �. , -7 - - i - . .. . .---. -In -T . . -� "".O" ,�. --, .,. . �% . . " ,-!��,f - ;.:':-�;.,',I�,�r.!�;�� �A',� - � - 'Qg,C R, -A g!V .6 '. "! ,ggg? �-,-. - I - - , , '. .--.I. 1-." .. I I '.A7,'�p 4, ,-,�, .. - . . ---i� , Ly-w - .i . .14 NO I . I -1 ;% M . - .- . -6, M `�, ,, �-- ,N rl�-X -N"I-,,,, ,j- - -�qwqn��; - -1 1§ - a k, . , ----:-��--A-R- I �.mm:- - i ...- 11-1-3, � . R R4:-fF..-N N.,� , Z.," � -:�.',L.'-, ., r-.=5M - -- - . ., �.-,,":---,*, -g----.--4k n,,.>� ----�- , R � ,��Iy .. . . .. ..,�,� , %ty" gz�vv%%wv�4.---��,g--.�,.,;� - A, I.... i . �-� .. .r,�,-L .. '.1*!&�N . ...;:,..��.?r. - - �j �, . :gg� �'R�I�l 1-�Ii , . .,Q �W' I�.1�1-11- - -� - 'e, - --m�- w-.Ij A 7 -..--,;r - ;-',!�---.-�,?r -TX.a.1 -1�I' '%',-,�. . . - -.i, -- . . i W !0�&' ..4,I, - . �- I I- , _.- . . . , --! .i�� ,�. . ...E� ,�., . , 'T _ .j,���. %�,,A -;;�AN -- - �I I- �-.17- - . ."4 W..'� ., W, I I��-.�?..-��!x�- . �,.�'.-�,:."�'�-.,'�f,�.� .�--rll.�V-1-1-1--, ,"I--',.--- 5Z , -, --- �17, � � -;,O.I��:p-r -., m . I" . -3. - r,;" ��i . ......:.�, .- - - ,;,,�4--,z -,---i�-,--,- ,'.. in.1 . ,� A , "' --..,--,- -, - -" -:Pf,p��.-�.-' .. . . .. .-. - gz ," -�,-'r.L.-', E:Tx ; .. r-IN'r - - , - , . .. � -�-, ;f,� -: ... I." . . zF`,�, I-- � .11- ,.,,,,v.. %Ell .. 11� I.-II10-:. .C,;.,qm!.�,Z�,�. -,----.-------'-"-1.".-,--- -..- - . ...;,.",",-�-. -z '-� , it, "N.--F, ---.,.,- -m -_"��,"--,� . -W. P" -�-fi.i - , .,��,�� . .. . .. , - �, , - . . .... - -..�,---.--,.-..- -.1,% - �&"- , -�- -- - - .- ,I , . ,�,S`jpnm .-,. T-1, N aw .R,-, 't -...:.� ..... --� -I��, :-"-�'�w,.---:-.:-.l:l ".-,'I" �V,"`�Nkl,��--�NA �,-A 4..,,i*,�,..,.Z��,,N'. !.�Z�;:,�.!-!fj.;r,�,-.gr" 1�i -1-1 -',.',-.%:�'.:�:.,1-7 1 !-., ..,..-,lll-,Yl , Z- -. - -- . , ..P".,. , �f. -.... .�.....K,!-.'r�'�.Q i�-�X!,g-�41 i .......... 2 ,�V, - i:. . ..�. ..� . - .�g =. ... -.,m,.W.-.........r.z- ,;.�:� : ��',. -.U.-ii, --Kj I . NM�v�.-r�;'Q . .. ... --- - - `- ... . ��, � �. . R - It . IR , E , 't .;,, , , - .,'-�;. - -�- . � i� . ,-,,-�'-.�� . a - -"'t:�',-'��,,�.'-k.;,'�� '..ii. ,1��r�.X!T� . IN L . r I..I.' �� , '1-1 PV--- i, �..--, Sq---�2 7�-:is-,-.--,2NR! .1 9 "Il.-1F- 21- . . -.,.�, . i -:- . . 1. - -�, �S---, -)� ," --.-- - --- - -,,-, .,- ." ..� . , .. , ��,:��,-�;i,,W,,.,-�';-d�,- ,s4W .�� " _4 . - ...,0..;N.n�..&,!.t', .. -- R� . ., .--L:i,�, f A,C ,Z- �,L-�.?; 41W .. ' " , . . - -: --� �- , .-`( � - i� I . -..: .- . . . - -- ,"'; -,,".- N ,- ---- . . ..- - , A , G2-m,,-�-7�-,--��g,�vi-'*' ,-4f�p-.-�.�-.. �-'��-,�`-�I�N�'l . -..-,�- . .-. .�L: z� , . .�.or. .,- . , � +� ;�' n - - , .i- -I....-I . i - " - - �F.l -- ..,-, " " -,-,--,"-lr -.,?,?* -, �. 5T . - --.()tl'��:p-, - Z,�-�4. V�W � ��, -0"-., . . .... , j �� . .� �� M�I� .. . --Rl'�-.�d?-,�,�",-'� . ,il-.. � ;'.�E-� �`�!� t� AN.-�- -- .- ", , 'w� I f� _ ..z , . �' ��..`� .1 '. . �w i-.�3,-%�- - -;�! i- -'.-�I,'�-`r,A , -.j��-.W,A�-. -, ..A. el 6� I- - _.,I--R*- :�-..`�;.!:,- :�: , " - -.,..� .� ,. ."_- ','�-� - - .!...-. 0. .. .�.. .. --,.--� J-,i ;- - �n�,z-r-�T, ,-4:3�";�-�I.l-,��,,-I.----l.,�-.- ,pr Z�,�-' .'� , .. . . . a-�,g�','.�,J�� ., - .:� --:".�t-;�-�,'..-��,� . -_I,`�� .g. tz...�,.�,�� - . .. . ,�.; ;:, " .1, - ? , , --- . ..e ., . - 1-1.. -1.1.., . -,-- I N . - __9 "-m - - - - _ - , -A�"�V:��V!�-,4.---r�. -, .,!:.6- -- -.. � . : .. :,.,.: .., . 7- - I. .. MA '-,C,7-g'--,.----- .- � z�. �Ilv`vv- ..1---.�n.'�:l I I . 9. 11 t I ,- .,� -, 'In, -- ,-...- ,-,�.-.�--"i.--�,--�,�- L.;, .-��,!.-4,-,,,.:.,,-..,,�----- ------T�-111-1.1ill rl� - . .. -.��...... ..-I.......I.-Il .- - -f. . , �. .- Q-. �;�.. ., . , .. . -! 26i., - � ��Z;;-�-,�-.- '. ..,. -1;,. ...4a . ; 19,011,11 �; .11 .-;z- .. - rA m4, ". . . .- �"""��..'.�,--.,L,- ,f . . i��;�7-��j,- Q .. ,':� ., �15.`,,4-'. "'�*-1;1;6, ,7:,��-, , - !:, � --t, .4t, :7�-,;.,�� W�. . . . �. � .. ... -- �.`2;§.-fg-.'q� ,-,...:,. - . 9' ', . , , 4 ... ��ee : , � �i I.-- ,(-, - . 1� -1. ,N. ,j,-i;,-�!�z..,�-,m-,�,j;-�z�%,�--- I I . -?..!'.,� -.�,�,,,.,' -1 .! , "a ,� ,.--, , . .. .I ��i�,;,AW��,.--� ,-�-�-.�-;, - - - '. ; ,R,�.�,�2 , NNUI �; -.' . --".,--,---4ie .-...-H.W.-----x, � . ., �,3t �;T-�--.�-i�.-;----�; - . - -.q,TE� 5QV .. .. . .-,z ;- , , - - .6k ,P�,-.-I'll-- ,-. 't - , . . ;.; .L.'�..:..'��.;-,:..- - -!p'!z7��,a�;'�- '.," .", - , ,;:�'.--".'..' 'g ,,----��"i:., -,,,�..--I."-,11;1�-.-,=..'_0Qjt ,'� IN:-, rr I... . .,-,�-ri ...-- - "I .: <Kv.n;�",� ....... _-��. ..I - . .. .. S .t'�-� -..-,z�.,.-,..,�,;��-.!.�--�i,�,,--i'-'�.-',;'�.'��.��zi,;,i,��� ";Vf.,,,`z�".m . ..::ir� I-.l .Q . "'._1 i�,P,.,.,� %".�':O..t:,"Z, . .��- �, - ;jl�z,�A,g,*. .� 'r�7.,:,L��, il - . . .. .. - oi�'. � �Z:trV�lt' &V- .� ",.k,.-,.,-�� . ; ... , . ,..... -, "; . . ., . - .. . -,-,,:::� .1 � . - -- - �- ��r `-: �-,.-�i �k;p:-i-,--.If.�.- - -T.�illi�4�.�R.r�-r.�,.;.41�"-4�. V',.'-'-'--,�,?�,��T ,- -. - - �. ..�..$ ... --!.1-�'4.`z ,: ...,i .. " , " 'I:. ...�--,:� .- I ,, .. --.. � m- . �,'4�,-:,�..%,�-�_,,.-�,,o 1---, - . .1 .- .,-.., . - , -,�g--, �-'4f-A-,i;�.�.,.,-e.�.?�;.c%�.�! ,.','4�--'-�� - , �. .. " ,fzmf�,, -,i,. . i�; � :�'l-:?--',-.-'Vw-'f2;t � . ... ., .. - . - -�, ,�'.as��44,Vp,9-6 ., A "; . . - , - , -.1-1--I� .1.11 - - ,- .z 'J , -M ,--�DX'4� .�;:--"� .. .,- . '�!',.' '."', , O , V re , - j � .. ... -...�-..k..;- - I,%bl, -,� . 4-Si. li�,OL . i.- �, . ", . L, , � 'I 1,z- A - . . 11 I ., :�:: �-::.�...... . �� �,111254w--L -, ""NZI -�'�,��O�I-W;a I W z -..."O's- A . . -I . 'XY ., , .. .��.g, �.- z .: . ..:...,....7""..�'.."�.,-..-i-�,.-3'�:.,�&��-:"�.- -- - . .. z, b,lj, . ... k Ily-il,'.�3 . . -..K.I.I.- yi- .N%: .1 --I- - 5�i, --�,. :".. ! . , �. ., � GM,l-*'.-.;�l--,7.--,' 5�t . . -, t �i v-- -,-.u��.--jpll. ...........-- �-N-�- . ,�ji. oblew "I"".'Re . .:. . ��w "W%m-W -,-., ----�..� %.,%;? .-,*"-.,.;j 6;,�4, "k . ISR - -11 1,11. � 4'i , .. , . %.zzt.T�.�::,.. , .�..t - -I.-- --Iz�;- - - - - '. '. ;T ..: .... m �- ,- �,�IQ-, . . .. I ,;�, -, - -� - j �, . �, . � � �. W-,N,--, 2, jkg.-i,. 11 .l.. .. , too�E.".�, . . - -:-,-.�l-,&4, ;4 ...�-,�4 . . . ..'�.--,.L��;a . �,.-- "Ir.,tt. . - . . - z ., - via- - -n -f'�` - - - `�'),.- �';' �� ... '_" ...," ,-..,: 1- .. .. . ,v� . - , i - .,:�_ , '. I-..---'-1 .1.11'. m. . .1 �.. , . . ., , 4--.-A,.,-;-o , .-I. '. .-!J. -;`9�:.& . . r�,�,F, --,.� -., . -. ......... . .��,,%� ,`�u":0?.IV!,.L.'�-.,.-,.,;:-: ".- --�,V!'�,� i�,-�rw�� �.-TT4��- ---., . -�.u%�-- -.,%t�,�.-- - ---- -----i� -.,L z , .-, 7:.I.:.- - :-;.I m,"'m - - -4�-'� - - -M . - .. .:� .. - . .- - - 'Z-----.---.,�pjra-,--.-� ,���;�!,---..];�...Zz,�,..:�"?�;�:,. .11- -�41.....v'-' -��7.1�, . .::: . . . - - .�...,I��,��.�'-"��.-�,.�D,z�,3�,.Z,�l� : - --`---:�';.-.. -.--.---..��::�,,..--, . � 4!� v , -�: ....�-.. - - ;� . ..,, , .. '"O .-" - - . . . ,-.,-'.:,. �......�,.:.,'.,.."'- - :4" ".,� -'a..:-:�, -".��.nz t, .4- �.--�,,�.2-5��?�,---,�-�-.L���-,.r�ziv��,-7�f��;i��,:�i .; - , . A �: .. , . .. .-.Z-�,-,l�'��Vz�., 1,�,;,.� , :��j - .. , ��- �',. , . '..",!. . - ;��z 'i . . .-:;. - , .. -,,..'-z�'..�,.�-a�z-;Jlt"p, .. 'i':'-'-,"��--!X,`.�;:;.'-'��-�F,;",�,,? ,; T,,---`t-�,?s`r ,- ...� . e�... � 1,'� -��,-,.,�'..-.�j�,,�:?,��.'�.v .-,.� q. . . .,_-11.11"',,, . . .. . ,��_'� .,. ..*, ., � .. . .�. . . .�.,�,:-'.. . . . -.m:.-.,.-L;7"..... - .-.i:-.,..'.-- -zi .: , . . .�r��:tl -!a-�, 7: ,-�: - �- - '. - - - .��..:;;..." r..... . . . I . - - 1.-. `�;--- '......'..'... - '.-� -����-:;-i.-.," - %;;. .a. 1. . . ..... . . ----,--,-l-----n, . . , I `��-�`,zj�, -�;.Z,.!;--,i�;.,-tr�.�',�;'..,..: . -- --I� I I- - -�.,�-I.-... ,,.�;, . : -m ,�:�:, , : . � ------- .���::..� . . . �:.,: .::,; . . - . � .:. , . ; . mf�z,,' ,.� -,.i� . - 0-;� .. - -...-- - - - ..:�:: . . - .. . . . -: -'�;-.-',�.: -;a. "I , - - , :�! , � -, - --,------ - "sm. - .. . . , , " . , ��'.'--11" -.,-,,�-'. 11-�-,-;;��: - " �NUIA �,,�.l IN ,.,. . .--.-�. �i�:., . .�.. nf,-- ��154?-,�C 5.r,:.,� - - . . . �"' � --..... f -,�',jP. L�, ;il% ", ,.I�F4��Z..- - ..,. - - . :...: aq-��- :1. - . ,- -.- ,�-"��--;--;� --v-,;5-----"-Czs��- f, _ '. "---:�� - �`il� ...-,--..,- - -- � -----!!!I�...,.,.....1, "': . .L., m�.. - - - 7-, -.. ., '.. � , ."f -1 - . . ..': . 0--,;� a ,.3--S -- . 'I, . , , , ,--,..---,... ...... .:� ... ... . : . ... I � ��i�, . -�=I-il. .... .: :......", A4:F., UVQZ,�,jM�;; -11-'-Jj::-:-,�'-,.;. �::.,:. . . :. i . -.� .- --..:: .. :. - - %.z,i�-'-Pl =- R'l .�. - .': �-;,-`-'t,-,--,- ;-.'--.,: . ... : �.. .�n�, . . . ... : . ::i::::::... -:,"�-; . -�N ..�'�i,�.---..,-,,,."�.", ...... :�:.. .. . --: ,-�, -;�f� - .,.-f .:I.--1, ."' " P-I I-- .I..".. ..-.. -sit. v� �� �.�. � ...... . .: - . . � ,", ". : :. '.. I. . ..". V .... . .. . . . . ..��-: .; -:�.,�:: ... � . , . ,x .. ,,;;;, W. : :: : �i.. ...:.:. ., ... . . . -j�. i '102 ,U.M : : . -��� � .. . . t , IM- - . I..; I-I..'M. . - .I a Z.- -1.�-IITV�.--.I. � � -� .� ...;.,-., -,�v . . . .- v �. .1�- I'- :I . . . : , � , "�, , .. . .. .." -, . . m . - -- ... �.�.l. . . .. . . .. . . . � L . . . 't ---��;,;;,-,t. ,�? 2. :. m - . - . . - .. . .:�� J, . . .:� -1�1'z- - ......., -Y I U . � Z TV - . . .. . .. . : . . .. .. . . 1�P&M.N.� - , �,Tl- -��-� -.1-: . . , ,. � --OS ��1;...;?--,.,. .. :'. : : . . . . . . .. �- ..... - 1- - . . .�..:-z-4;�'r.-%, .TL ,`t`�,-`n--,7�.,�,t� ...-. . , .:. .- , .,. -� A I : : . . . . .. . I . . . . . . ..- ��-'ht'.*il.. . .o:� . . . . :. : . . . . . , -�-, ".-I , e. - - - .�� . . . . . . . :.. . . .. -.. 4 . t� ,!:"..'�.�: - .. . . . T - � . I--W.1-4-wi , . . , , "" Z � �fll. ,- . . . . M "*. -'. ,.-". . . , I . �,zr, , - . ,�* �- - ..- � . . z .-.z;�,.".,V_ - . ,e - ----- :� ,��,I ;F9 z �. �'.-:�� : . I . . . . . .. . , . . . . . z z z z z z . m . z ......::::::-�.7:� 1,.: : . . . :........ .-. . - - shmill .. .. 1 mo .- � . -, .. .. . . . .-,�-i!j�, 7. " ... .. I....... . 02-1: s.C%f. F?Cr!'Vkr_1 FWNI ..-,-, ...T •r• 1� • n. ... ' P_kRT �: •- i:��..�y_:.V . Sim`!�;: CL Tt:R,,�) - �.t►r!IBTT 11B Richmond I. lo. Tern (St rate. prec:sel„ by order Of ;;-o-.= 5 year Co jecti7ves) Objective rl - Achieve control of rat populations., harborages, food supplies, and infestations on premises within the Richmond target area by meeting federal maintenance criteria and demonstrating that such - achievements have a permanancy. Objective §2 - Provide education and motivation of Richmond target area residents in the principals of environmental sanitation as. tha major ineans to reduce and prevent rat infestations and thereby improve the livability within the target area. Objective C43 - Present a comprehensive report on the kncrrledge and- insights gained from the Richmond program experiences in rat reduction that can be utilized in forming a model program for the county and region. 7. Shote u—T'��� (State L=a:?sem!y, by orler oI Dilor t- . the Lzicrema-Ai of your - 10 r'ie_r CojeeLd-ves 3'oL' home to re c.Z diur F..^o i--:s budg�i. pe 04) Lang Term Objective rl - Achieve naintenznce level in all areas presently under attach. Reduce rat population and associated problems: (Environmental surveillance and disease prevention) . (See additional sheet 5a) ' . Long Tern Objective R2 - Develop, demonstrate,- and refine a series of formal r educational presentations for groups of varied backgrounds. Continue : efforts to train, certify, and obtain permanent employment for staff. - (Public participation and career develop.;,ent). Long Term Objective r3 - Develop and refine the format and channels for efficient correction and/or abatement of environmental problem areas. This should result in the produ;.tion of a comprehensive actio.-/referral .flori chart for staff and other agency use. This coordination ofcommunity and governmental programs related to environmental health will attempt to effect linkage for integration of services and resources. (Environ- mental improvement and problem definition). - 00 MLCH :OND U?.3rti MkT CO TROTS PROGP_IU-1 Demonstration Area 7. V. ;Z1CF: Marin _.f.._ Richmond .. . ' • rM. _ - _ - `•- �f. ���: i►.ti's �� . lc Ais ,' •� - �F-.,-=14-• .;�:..._�rt�!��•,:� _ .Vicinity tfap - ^as�a '... R .S. �• 1. .n..v�. . . • t it -►, 1 i':a `•; '.... a•i,.\.�; L 1 ARGET DATES Oi: � AT++n^i A t -•. +—�_. JyJAv L1+JL!", �ti (All areas presently under at,'' �: _x _11 Attack.area_1 = la/z/t 5 :i' i'�`-•.,•°a.a •�..�•- .....� ' 1 RONt•r -7'1y,S; t �• SGLE �.s Attackarea 2 = 3/3/7ta - r ,r�:;..�.�._�r�� ^y •» +"',; �.s, .:L- \ 'f•• !/��\� teIa//�\f•a/a+�i!�' •...1�4_���.�.II,Ji'�T,��iwatle• .'1� �•1.J�� �'•c�ti;�� :r•':�.��•.h'�Z Gcfare 3 — 4/l/7" tptcck. areah 7/1/70 i' • �\ :i•r a-+�L_ s�, _�a !� - moi.5:.ti :' `.tl::.�-L -^� f _��-\•_•1 �+_�1w...tYT�-':-- ���-'.'. �.._tel-•�,._.�... ... _— .�..___�M-, .�i � . • FT • � :�:r.`"=..'�'IL ': `i.J �i�t,..1t J:J l..�J:��a�.1'J�..J� I.I���,.� - ' . '_ - • ` i �r;�i� ��t sot JL sM::�� ,'� • ., �—� Ff• t'`7. ;,• :�•�:.;—�:.�_„1.-,--ark:.�.• ;__:� LT Ji ice.,.\,:�:,~~ �\ = jiIiEAS -UNDER A TITkC ; Pir�SE; EFFECTIVE C'I'IjfE 3/33/75 (Subject to revision after comprehensive inspection; _ 5a _ • t�U1W '? 1T Applicant.-. R i chr:orrd .rr_.: _•�^ `1 .-v i f 1i, t� -tom_ - .t v��� c: S.^_� Si.2�.SIii�Ru C�. La:� �C�,_:^L,1 ^''O,�'+t7SE'� to ra te=a each �. Short Term - Objec--ive ='1 A. Environmental Surveillance 1. Conducting two comprehensive surveys to identify problem areas and status. r 2. Performing verification su r✓zys to confirm above. 3. Monitoring rat -complaints and referrals_ B. Disease Prevention 1. Killing of r,-s and ectoparasites. 2. Monitoring of morbidity reports for rat related diseases. Short Tern - Objective F52 A. Public Participation 1-. Community education to increase awareness. a. Developing and presenting school programs. b. Presentations before civic groups. c.. (lass media presentations. ; 2. Citizen's advisory board. a. Continuing support from Model Cities Health Advisory Committee_. b. Establishing an independent, effective and representative ` - citizen's advisory board. H. Career Development 1. Training and education. a. Obtaining certification of. pesticide handlers_ b. Providing work release for approved educational programs. c. Attending regioial training activities_ 2. Permanent job placement. . a. Expanding current county program. - b. Providing access to information regarding external opportunities_ Short Tern - Objective 93. A. Environmental Improvement 1. Provision of direct services. a_ Etat proofing existing structures_ b. Servicing of litter and refuse containers.' 2. Initiation and coordination of services_ a. Organizing community clean-up cz.mpaigns_ b. Participating in city--tide "garden concept" program. C. Initiating an abandoned vehicle programa J 0028 A?Pi�CATlO,! FOR RAT CONTROL PROGR.aI► FUiIdS PART 111 - 11;�RRATIVE SEC ! 10?I (COil7l?IUCD)` Applicant: Rich.moiid D. ;,A. .CTIVITIES PROPOSED cont. _i. Reporting to cooperating ag�ncies. a. i?e^ortir.y of chronic solid :1raste and occ+:p�ncy related problems,. . to hzalth darartnent for enforcement and abate.�sent. b. Reporting o1-1 f structures e�h i ch are bey�:►d repair to Liu i ld ing I Ia=�thorities for spot clearance or other action. ii. . ?robler Definition disease, or rodenticide resistance 1. Trapping for ne:r species, . ?_. Test i ns -o. ne:v fo:r.�s, equ i pmant, etc. m _ ', r '.r Art f~ : — * a YI �n,1 :l Y S r f y '£c x r �, _ . . a J t f 7 t J r k . n t t 1< r f "` t i y .r r- .l K .t'"I � x ��^ - 6 a - �" § '`* -.ice ~ �iL'LL+Tt ^•l'i:�J� ���v S11 110. (tai:71J T�t1:+17� pgc�nb_ Richmond .�:►s S a' aC:y C 07.x.Z:_ ase:.t a C.tea'.ail ed o`.`.t!_ 4 ne e_c �?=nor& hat, 1.11hen, yffr.o, littlei-e, How F:Ild t0 hom each Lc:2-._v7 L:'_Z1_ be conducted) Short Term - u5jecri:•e =1 - A. Environmental Surveillance The entire proJect staff will participate in two comprehensive surveys to inspect all premises in the targ_t area. These surveys are scheduled to begin duri.nt, the second weeks of April and October. For this and other assigned duties, the eight vector controllers have been assigned to four teams of trio with specific geographic areas of responsibility. (While hay{ing a common . geographic `assignment or disrricr, team members will w3rk separately 't:hen - - aprrcpri_ate). After data from the comprehensive survey is collected and tabu- laied, a verificat:on survey, to be coordinated by the regional staff, will be requested. This survey will involve a random sampling to confirm or reject areas placed in the maintenance category by the comp r;hensive survey data. These surveys, combined with the monitoring of citizen canplaints and referrals from other agencies, should insure an accurate picture of the problem status. Short Term - Obi ective rl - B. Disease Prevention _ The vector ce^trol tear.;s will be responsible for the placement of traps, anticoagulant bait, or other rat killing measures within their-assigned area. As only one vehicle is equipped for safe poison storage, bait place-Wt dll be scheduled under the supervision of the lead vector controllers. . The project manager will continue to recaiv? notification of anti• reported rat bites, rat bite fever, salmonellosis, leptospirosis, toxoplasmosis or plague in-*the entire • :»n ty. S`iart Term - Objective '•2 - A. Pubiic Participation ;i Community education to increase awareness. The project manager has initiated action that will allow the staff to make approved educational presentations in the six public elementary schools located in the target area. Lead vector controllers wi 11, join with a selected vector controller to form two educational' teams to develop and deliver the school presentations. The lead vector controllers will also arrange for the educational teams to initiate group ,presenia-- tions for all target area civic groups and churches listed by the Richmond Chamber of Co:...r rcE�, Model Cities Resource Directory, and the most recent telephone listings. The project manager, with the assistance of the leadnan, will be responsible for.'writing news re- leases a.-.d any mass media appeals or information to support program activity. 2). Citizen's advisory board. The project imanager and/or badman has been reporting nonth'ly to 'the Richmond +;vdel Cities health Advisory Committee. This group has served as an advisory co:isnittee for all federally funded programs operatino in the Model Cities area, but is scheduled to terminate activity then the City of Richmond absorbs the Model Cities Program in July, 1975. During the month of May, a hest advisory board will be selected by the proiect manager from the nares of area residents submitted by staff and interested citizens or groups. 'This five memba,- board will meet nonthly to advise the project manager and staff of the ! community viewpoint or position on selected questions or issues. I A?PL(CATION FOR RAT CONTROL PROGRAM FUr1DS PART 11 - NARRATIVE SECTION (CONTINUED) Applicant : Richmond E. METHOD 0: OPERATION cont. - Short Tern - Objective ,,-:'2 - B. Career Development }) Training and education. All project staff are presently working to:rard the certification of pesticide handlers as required by pending EPA regulation. This training is being coordinated by the California State Health Department, Vector Control Section, and is in addition to the periodic training sessions attended at the State Health Department Training Center. Wort: release time, to be made up after hours and on weekends; will be offered as an incentive for staf; to attend a college degree or•certificate rrogran. At present, only two staff members are taking advantage of the program; one leadman is completing a master's degree in Public Health Education, while the second is working towards an associate of arts degree at the local ccmmunity college. 2) Permanent job Placement. The project manager is continuing to submit annual requests for additional permanent vector cantroller -positions for the county-wide program and staff are encouraged to be aware of external opportunities. Several staff members have recently applied for a permanent vector control technician position with the City of Berkeley and provisions have been made to allow work release time to apply or test for any 4pptopriate. permanent position. Short Term - Objective r3 - A. Environmental Improvement 1) Provision of direct services. Vector control teams wili offer technical assistance (and limited materials as available) to rat-proof, premises within the target area. This assistance will be initiated eit':er through response to a complaint or as a result of survey findings. Litter and refuse containers, with the servicing paid for by project funds, will remain at selected community locations. Vector control teams will be familiar with the location of these barrels and will notify the leadman if a problem or a better location might arise. It is the responsibility of the leadman _ to' keep the franchise garbage authority up to date on location and status of barrels. 2) Initiation and coordination of services. Vector control teams will attempt to initiate neighborhood clean-up campaigns under the direction of local citizen or civic groups. Team r,!embers and their appropriate leadman will offer technical assistance t•nr arrange for the provisior.'of drop bores and limited rental equip- ment as needed. A leadman will continue to act as a liaison with the city-wide "garden concept" program. This privately operated program is - attempting to turn eyesore vacant lots into well-maintained vegetable and floc--er gardens for local residents. The program is still in the planning :taLC. nlC�lhcl possible urea_t F:iu: .y _.ty .rd county action is is the abandoned vehicle abatement program. The county is presently considering adopting the California highway Patrol Program that will allow the collection of an administrative cost or "bounty" for the removal of abandoned vehicles. The project manager is investigating use of vector controllers as not only a solution to the problem, but also as a possible source of revenue. s�Q� ,002% 7a _ - Ar'PL i CnT 1 Qi'1 FOP. RAT COPITROL PROGRAM. FU-NDS . PART 11 - NARRATIVE SECTION (CONTINUED)f NUED) . App] i-.art: R.i rl,mond c, .�1ETHOD . OF 0PERAT 10:1 cont. " .. . a) Reportingto coordinating agencies. . i.=?ctor cant-ol tea.:.s t:.I 1 report chronic sol id;waste and occupancy: :'.:. . .." . . related proiiiens to t:sei r lead��an for referral to. the :ca. .ty Health dzpart��Fert disLrici sanitarian who will handle appropriate codes . enforcement and abate�Tent- A Simi Iar referral patters will. i.nVo•1V the appropriate city or county building inspector Lthen structures '- : . that appear beyond repair are noted. . Short Tern - Objective t3 - B. Problen Definition . . . ' : -: As :required, project staff .rill. render assistance to the 'regional :of nice-' (i.e. trapping o racy for identification, ' resistance .testing, etc..):' .. . . .. .. . ... . - .. t.:: ,.:. ... . .. . .....:.:... .... . ..... ;; : .. .... ... .. .. _ .. ... ... .-.... .. ...r.. - -.. .... ... .... , .: -.... . _ - .. I. . .. ..:........,.--....... - . .. ".t _ y.. .. .. _ -..., _ ... ., ..s. ..,.'._. . s... - . .. ..._... .. .-.. .. .... .. .. v ....:.:.....:. ..-. .._. - - . a .. .. -::'...:::.. - - . ... .: .: ..:, :'. .....:: .,. -M.. .:., .v ......- .�.I .. . .. :% .. - - , ..* z:,I. .;.. �:. �. 1:i . ;.. . .: ..r : . _. . : . ,.- - .. .. .. ..: ,.. _. .. . .. : .:. - i. , . . . . . ` ... . . . : l ... . . . ; ; % . ... . .. ,.: . .... ...: : . ...;. .. . :. : - : . . .. . . .. . .. .... . ..,' ..... ._ . - : . ,.. :., . f . .. . . .. : - . ,....., . . ,-,. . . . _. :. . .. .. .. .. >.:' .:.., ..:. ... ..:. :::.. '.', ..n .. ... .. .. .:ti'i':..�':.'::' �:': . .. .... ... _ . :. z:i:: .. .. ..._.. I. ... :... d. . r _.. .-..:....... .... .. .. .. . . . ., .. ..:..._ ..-. . -. . ... . .... .. . . ..... : . . . - .. .. . . • . ': . ... ' : • _ . , . ... . .' ....- . ._ . .. ... .. .:. . ... .. . .. .... . <. :.... . . .. . ::- .......:...:.. 76 • ...-. - . . ..:..:.. .........._,.. .,....�...,.. - 6. ... .. .�..r. _.....'. . - ':i'1 ..:i:-': �-.5.: .. -.... ;'. ...".. '.r... ... .. . . i ^ -•? 0-11f MOTS • }1�UI,T1r:��CJ : po, Cs�i Leis. : 001 0 + ♦ -a...-- MS ;?IL ^ IT - i:'anum s S-.Cil'•.C.:: (CDN l::j R.i chmmd . . k.•Vr v:r.-h tri Lr�i1ri{.y StBye 4-hv V+iyPiwrl.a to be -uSAV. L'J: i11ea.7L:V.e .1..tJ , . sj,-ccess �.-� =-.3e tL'� your steed Cbiec ive The environmental surveillance and environmental improvement activities. ' land the.-.selves to quantitative evaulation- Overall program• e`Fectiveness " for these activi_ies. can best by measured by the changes •in active ret signs; .. exposed garbage, etc. , documented during the canprehensive and verification surreys. The evaluation of the public participation and community. education. activities requires -more sophisticated statistical procedures and research design. Upon prior agreement, the project manager will submit a l 1 raw data collected... to the regional office for tabulation and statistical analysis. P,outine - tabluations and analysis will still be completed by the Richmond project .' managar-.and staff, but prior evaluation and review at the regional- level should provide a better quality of data, and possibly serve as a modal for: regional data processing. M. . .. _ APPLICATION F03 RAT. CONTROL PROGE:IA FUNDS PART !!I - BUDGET SECTION (CO:.`J"tNUE-ED) Applicant: Richmond ESTIi A* FD TOTAL 'rIM2 ALLOTMENT Pro"ie +`. 'VeC tor Controller _ Eight POSit30riS. Activit Protiosed (?a,e 6 6a) E.T.T,.I. (Work D Iys) T:Yo co-.,zre,-ensive surveys . . . . . . . • . . • . . 370 Verif;ca11031 curve, ( . . . . . . . . o . • . • • • • . • 1t)5 Complaints and referrals 275 Rat killing and poisoning . . . . . . . . . . . . . . . 70 Disease Investigat?or_ . . . . . . . . . . . . . . . , . . . 10 School ,roup presentations . . . . . . . . . . . . . . 30 Civic grout) presentations . . . . . . . . . . . . . . . 35 Multi-*:redia promotion . . . . . . . . . . . . . . . . . . . 'S Model Ci ties advisory Cotwiittee . . . . . . . . . 10 Formation of new advisory committee . . . . . ' 35 Staff pesticide certification .. . . . . . . . . . 30 Educatiozaal work release . . . . . . . . . . . . i30 In-service traininc, .. . . . . . . . . . . . . . . . . . . . 65 County job placemen.; 20,- External 0 Exter al pl acemerit release . . . . . . . . . . . . . . 15 - Structural rat-prooi'irg . . . . . . . . . . . . . . . . . 35 Servicing litter containers 0 . 0 00 0 0 V 25 Commun_ty clean-up campaigns 150 Richmond "garden concept" programa . . . . . . . 25 Abandoned vehicle progrwu . . . , . . . . . . . . . . . ' 25 Referrals through Health Dept. 75 _ Referrals through Building Dept. . . . : . . , . 25' Rat trapping . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 Equipment and supply testing . . . . . . . . . . , . 15 Rotating office coverage 100 misc. & Admi nistra Lion (25;S of total) 600 GRANID TOTAL 2400 *Educational work release time is to be made 'up at a later date by employee M-.?. re-allocated to another time category. - 11d - �s!`i' G:.:M I':z�:JFX GC'PTIUM,5 (rotin CDC 7.15) 1!?r:,::C'yue�vt'_�9 1' r4co.`�a. 2s 1�'1{.B i��.'� O permd-t a c11.L2atio.P_ o� ."--f c^.+. ar'Ov trd to provide ir�:orn-t ion for prcpar.-tion of periodic st�us.r e��irt:.:..' 3c `�. i f a b i y que.., 1.:. 4J.7...i.J+�•t!»uv 1.i_.Oi"6'duvJ..'T! UG` .itl�:i7l�l.E'd t?C2.1.4�. c'.I�� �"C��. :JvGd• _ v��v led is-:s=,rzctiors for completing rox^� CI}:,' 7.1� are as fo'li 0'.Is. 1. . 'Proje =d?*ti'ca;ion ?:�{-:ber T.�is item refers to ths-nn,.�ber ascrad to the pro j e� by lie Regional Office in the Protic;: of Grant Award.. 2. ^uai':••erit Period Eridirz — Eater the last day of the fiznel. Month of 'the Capp_wriat'e C17a-'r. ter; for example, imne.30, 1973. , 3. Date - I%hter the datte on which the revoet was co.i".7 4 for S,L^..:tssia ! to the State Office. . ��. Comp. eted Bir — Eater the name of the person trho'praparad the L other than the prograim direc;.or, the prograa di_-e&'or Should place'.. 41 his i,�: a?s fonova the`na~ie. �. Age zct ?came end Address Miter the rafic and address of the- pgency- ' cordo ui:ng- the rat control program, and in parenthesis: tine nar,�.e'ate the t.xge=t, area city. b. 1Eget Area Status — Enter the name wid/or number of each tarLetl, area• if a program has ,:Jl`v' than fire carnet areas; it ::ill be necessa,- to co=lcto target area status i:Liormotion on additional forrs. A. 2: -ber of Blocks — Record the total number o.0 blocks in each t, L, area. . t�{ i iVt,s..a.a•:w: ?..._.,,wr C.ht: =:Zw•::J:.- o hl oclm • J.{i.viir: �.il'.GLV Vn�rA waaaJv, i a' oach �{ a g L, area. .Blocks zn• Lhis.phase are those. in a torgec. area. n: in iAl idh' no direct activit f ha, begun, although residents living in these blocs.± a:t2 be rc;osed to the mass midi a ir-rornation.-i effox t dirsctrd at areas in the attack phase. (2) Ata e - %tsr Une ruwber of blocks in the attack Vaose for each itbr-et area. This is the period of may_Ln mpr�;;ra-a actin L'y in a earg'f:t arr ea. (3) Itai }enange - E_ater the number of blocks in the mal-itensnce F_zass . • for each tzrgat area. For reporting.purposes, ?.t the end of each - cfaarter,. bloc'-x-, ars faced in the*ma.i n;,ertmace p`►gse only if saz-.W data indicate the, 2 rercert or less of the.Drew— ses have active. e+trrior rat si=nsl --A either (1) 15 percent or less of the premises • have emose3 Farbr:;e, or (2) 30 percent'. or less of the !P eI_—.ses figare. vnsuaroved refuse storme. Target area blocks should bep?aced in the mai enance phase on an -Iran ividual basis. It is strongly - urged, ho;ever= that maii3twLence -areas be as h=genoss as possible. Haus iL� str.,ira the't.%tee thlases described 6bwe imust be :`vs nch•: d. j. Ph -ber of Promises - `his item refers.to the estiledted total rimer'of p_reaudsas in each target area. C. PTlwber of DusellIng Units'- Record the total neer of d -alling units In eaen target area. - D. Est:i+�atcd Po�•alw ion IOUs s item refers to the estimated, _populat_an in. ' each target area: 11n :;os S programs tele iYLUerior rias. papnlaLionS 11&� be iisucyandeaaa vf, aia i Lucy ODi :._Lut^. a y.=^ tGr pTOr`lv':! 4'la l !._h C_�:tar or population: I:" t.R1S Sitt'.ation does exist, su ve:m should be r.do to provide infortm tion on the extent of iutcrior infest-a ion an. corrcct-i-ic action should be conducted. VVP:a77 - 3 — E. i?ut Bte:. - 1:4et the rawher o� rat bites !ab have been conf. ad by p_o grza _rw son:e:. o;• other gLali Pied i diV idols for each t e:gpb area. • ' F. RM., Co=:)W-..%S - Revo it the n--3fjer of rat co-=Aaints received for ea h. t rgat. e.+oa. 1_._s does not, include compllai-Y :.J 21--out 'Mouse grid,insect il`*estations. 7. Rat Bites (C=t-r :ide) - Gity-vide data inclulde those from the target.. . creas ar 4 other nar s or the city. .8. Rat Complaints (City?:idS) - City-vide eonpl.ain`..s include those from the t=Get areap_d i"rom other areas within the city limits. 9. Eszmated Cit,='gide Paeal.ations . This item refers to the total population in the city irlLxUng the popu:Lation An, the'target area.' 109-1 Realth EllacetiDn Activities . A. Nwber of Talks Presented - Ewer the n r eat of formal presentations - an:1 spnmhes madle by pograa staff t0 Cl1riC c+rga.nizetions, baoCG clubs, school arse-stlies, or other-groups. B. 11wtwr of Peorle Reached - Etter the estimated total number of personsint, the precious item. For presentations to primary and .sscor:Lary school chr].dren-and to call ae stud.ents, enter nrrber.• . vftave irdice ed. .C. Number of FaTdlies Contacted - Mter ihe.nur-ber of families i�.th itich in .1 Tdua? on p�•.eadses. contacts were made and educational- motivxUor_al in'twrviey.*s accomplished by health educator aides or siadler per 50:=161. ' D. 1T .s..ber of Fz. Zies Co acted tore L-Phen Once - PhLor tae nu<•bar-o-O famU ies visited by health educe—or aides,or.similar persomel- more th= one time in a given quarter. • 0047 ' - 4 - .U. Project Fri:•led) - 1I-is item includes both suU- tine an.'I prase-iir- program e4r�l oyes: whose sal-dries are pad d caa�i.�•p� from. the Fterra's grant furls. List the rrumber of ec-ployeas hTcd from target areas oc"Ly iit =i.d?tom. M-sst•coluLma2. 11:e secorA coZ.u.-a Includes. �--irsd t_..._ ov.-Lpcida o•' the targot toxo � paid j' F _a .. ._� ... � .��a L-�d ..... �eon Fede r,.,1 funll s. %he g=i rd col .a is the su.% of Vie fist wld second colu.i•Ln.s. A. BRQ-ni,, of Quarter -•Ther the total nunber of these employees as of the fi et, day of the quarter. B. III-rE:i - mer t_.e zinc-b= hip-ad during the quarter. C. S bt•c>tat - Idd L=tee k mzd Line B. D. Spp2ra':.ed - Lea;3r the number separated d=�� the c aerter. • E. kt Fnd of Qupa Lar Subtracil Line D from Laze C. - 12. rIarrat iv a S=..ave:,:wn, - 7he intent of the nxc+^ratiVa report is.to provide-- ' neanin ru? information on those elemezeb:, of the program not inched In the statistical report. This migt+t be infform:alior_ on•.improvad 1aunicip2l s wir ecs, =,-roiAW L•+.tizen pa ticipataon and votivebil n, discuss-l"Lo» of :bind;ative approaches develops. (amwerate under separde subsect_.^,n), special spa„:ey- s designed to masure changes Ir ci:L attituka and behavior, results of samp?a urban rat surveys (statistical adder:3�s.::), and p_a:.•lctns encountered. in addition, describe any accomrplish- s tali:.`::, have-been made a to :h crease project se-U-s' fiCle'^_^',�► (1.e.f a statem-�t of the governor aiTtual, legal, financial, or other efforts of the locsI*p„ogrzr. to increase its ability to maintain rat control. activities and iMrove:ments with reduced Federal. support). 'Leis' nsrrati 1 e should be ba iof and nor :ally not to e}:cezd t -o letter-size Mes, doub?e-:.paced. 13. Remarks - As necessary, provide rem=kns that may clarify or substaritiate the sl nti.eical data on the fora. r1 1_ON'21 r $1 � S R L'Ri (DL'�J r...OsnC ENTAL) s Z * rte tdir S ^�., o� z..._.orr�=3 P_ c�;;rw� 2�T�e �� A:_ mess T,..a_ 0, ,real vIt D^r:.rley, CA a,l;i C!: Covp;l at ed by: D rectlons: Pla..� a check mar_-c in the box describing the status ofeachprogra;l ele.^:.e:iL on the date of tlli-s rc. Date Fi ement E eme►t tMement Status* ;'tmmber Descriptio:, s,,L A A i,.M-or A Serious lProblem Problem Problem �. Citizen Pacy'L3 ell-pation t J 2 Com:;uzily lrformstion Educt?on and lootivabion ! ld.^i_ 2 stration, Orgptnasatio • a.-id Interagency Coordiinatior 1. Fit ining and Career De:eloprert 5 De-v-elopment anA M-Soreement of Adequate Codas 6 in...-ro—yen t of Residential and Accessory Structures ? Refuse Storage grid ! Prei-mises Sard-Cation Ell M%mi.cipal. Services Cl Pat, yin'Lrig 2.0 Evrlu8t?on kt♦ '`i:5 CO::1'Ja.Y'Cd ::r1Lh progress e:.T�?Cted Uo 4c'i.$ as expressed in the' current comer tact. x.: T3_i "Ell mie ter.• t1s,w m," is de:-ined as an inspection. St;r Jcys r.,my be of two typas: the nvr •rs. ! �: r r.; .r .i _ ! ...iz�..r sr ot�u lie a. is with the io:c:c-r.j:,, :Z.. Basel : Sn~��7 - 1S the i�sYcction Of aL2. p-eir._-cs on .c1 pre .t . eJt.L a7 F.S< number of rx-ndo?l y sel a tc3 blocks Withi;ri a proposed tar oev. area. Mie Sa..lvCl�10i1 i!e;,hDdDlDgs is described in t1 a "Urban, Ra, Sur i a-y" Miis p of sm;Ta y' w4.11 p=%-Ela the manager with -,�alusble i1'ffi 2-:— MUM- for an area as a ::hole bet rot or a spec cif section.of the =ea. Miers,ra, the baseline S•:?`my is recor.mended for deYonsvrati_*ig he'Cher or n t a T MPOsea taroett area meets fu=4ing criteria. • ?. rehensive S�.L�•;retr - is the inspection of ev -T premises on very b7DC'_7 Z:1thin Vim tare%, area. Us su"•lrey enables the ra*iger Mo ma-a do niUve sta e-meats about. wn ii di;rduai lwemises, a 01. C: Y •a,census trace or the entire tzget, area. . -A. corp=ehensive survey is required t;1'ice yearly for 23-1 blocks in. �tsck 2-�3 1u2?Zltenazce Vlltil of the entire,target, area has achi ev ed z air_t wna-sce, at t;hich time a veri�'icatior_ survey be cordur`tt,ed tX-:ice a year for those blocks in maintenance. Me blodlks . remaining 3- rt't ack, hov Ter, Prast continue VO Z•LCe1�''e� Lhe COrtpr re- remaining s•:rt:e;; twice yearly. . :Ea;,h ins:;actor should be assi;,r_ed a specific number of blopks daily which i� cor:_r s..x•a..,. _th an �1s_:.c�_or. at of 50 pr =.li.,es _r...r day. i•.o_1.�-.0 _ ours mw h;�':e tD 'ue adjusted ir_ d'rder to kaci?itaLe the i.'•.spea. of at l a st 952 or the presaises. she 1~.tmaGer pand�or his field suacmisor should corltac; each inspector flail- in the field. Tr_ this r;a�•, 'the c�iz �;er can solve p*•oblcr.� �� � Deco.„ 4 V- . :. . . - . : .. ' ..,... '. . .. . . .. . . . �s-t. 1, 1 75 Vamu z r:u_�s 30, 197 .: _;' : : .. ,, .. ... -. :; __. . . :: ,T. iii.9 fm:= i. . ...-.- . .' - - - _ :'fid,::. �m i4 -r ti`A j - .'-;' ,.�.a :..s._. . z �. 3` :.. :i" .. _ - - - - '•t� Awl.�, 7,, L`: _ _ �T. /._ �b�` 3': .AzcoT• -•� J. . - - - _ _. - ti • _... . ... .. .1 ,.-F C: t .:..a.. . * _. .r L_.._ _� . . .:: . .. .. - .. ... "' :.: . ,.. L.; TA S .J..CL�= �fJ1 ri3uI. ..-.. : ..; ., A. . .. : . ' - J" : S s �' �; ..: . 20: -F -,air L'` ,, ;1.0 ,,; _`9 �. ..,� .or.Controllers . ::. - . . . . . . :: : . . .�.._._._..__: .. :.. . ..:::.. .. . . . . . - . T�,. 5 .� a and,�Iai: :%..',. ..r' .�� . .:.., . .-. ... . . :.. . . . .:. .... . .. .. ... . . a. ......; .... . ,.,_..._.. . ..... ........ :. . .. ..:..... ..... :. ..'. .-. ....: .:.,.'. . . ... . . ,.:.. .. .. ..... - " . .. :..:...... _ . __.'i,' . .... .. .. .. ..�. .:...; _ ., .�. _ _ .......: ., .. .._.... 3 r amr L r_,_ 'PAT ENG" iT F -�:' .. Y . +.5:,..fin•;,-';`�'.11-.r.'•: h : ^--•; �; f.. �...a�_ C� a. - C .L r= ; .. - - ... 'i:.:': .h_- :Y.. 4.'1: _ - 4 :,,:, Rant '�. 5 , _- '4°"3 �� - -y., _ :' .. .' c 3.. .. :.; „r,: •r ' ,�i' -ice,:-.: " rt .', .. .. - 'y.',.. C. rJ;`:` -I r r. rL w - ''.M1 - ti3'. y:•.':i Y �yr..� . T.1 �• T' i_�4.�. i. V•� SRI - '!F., _ 'i';�ry.:`;.�.!" _�'- - - ;v:y• r';-..'. _;':, . :F 1 . a," ; ",-. 0. ; .,, . . - - - t. ,.:..`.:: ....:... ��I �. y� �=2�. riff .-p ..1-,i T+.' ••.. ;'. *•tel• ai _ _ _ `V:i•.L:.' 1':.4..,, - �I�...+W.I�. Y: •.. ..;" it., .. .. .... - - - .. .. _ - - l- (�� 7 ..- r Parr . ... ....:,.i.' :.F.c- T..".'„� p" $. y _J�;.. T..r•fytiy i.. :`,t{ ]:. e. . - ..n s a - - -4v.i�:` - • 1 .. .. _ •. - ... .:�... .. . r ::: - .. .. - a( .: ...,.: _ . .-. _...'' - - ��., a:'_-: 4 . cas r. o •• a 1 r n 1 ,n ..s. 11 .... _ - _ - *' . .. .. - - . ,.._- _- - • a „�a_cle .i.ax nan C3- . . : ;' '.: . . . . . .. . taut; lE ,;rises.: Toil° -nSP'.. . ... Fes' . . . . Su yu t.21.Buci Te L �'7= � .. . . . . - .. . . . . .:.` :� ;..::. % T� st�;r.3�.ci Savi.i_ ?9=. . •7 . . . . iCr �U . . .-.: .. ....: . . .. .. .,. . . , , .. _: . . ... :...r _ y�� - - tf�-rte-.r , . - - 'V :. .-.. ......��♦ t F_ ' .'. - r: _ _ _ .. , .. ......_j•_ r-. M. . ..�.. __.. .. ......._' _.............. - _- .. :,...:,. .::. - - - - . .,. .... v... F. .:. Fes::.. -:r._ - m - vi.;^ :t,..r .7- .. . . � OM L=a?' _�.. -7' {.r:- -='F i .:` �'}' Y' F. as- i .. r. .. .>71�G .r .tet, (n..........::..:..........'- _ }� ,'f�' 1.,.:�. � :!.1:"' - .L "5� Rr In the Board of Supervisors of Contra Costa County, State of California October 21 , 1975 In the Matter of Authorizing execution of agreement between County Service Area F-1 and City of Richmond for provision of fire protection services. IT IS BY THE BOARD ORDERED that the Chairman is authorized to execute an agreement between the County of Contra Costa (on behalf of County Service Area F-1) and the City of Richmond, under the terms of which the City agrees to provide fire protection services to the Service Area for the period July 1, 1975 through June 30, 1976, at a cost to the Service Area of $4,000, under terms and conditions as more particularly set forth in said agreement. PASSED AND ADOPTED on October 21, 1975. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 21st day of October 19 75 J. R. OLSSON, Clerk By Deputy Clerk H sa 12/74 - 15-M Maxine M. Ne a ld Orig. Dept. County Administrator CC. City of Richmond County Auditor-Controller County Administrator FIRE FIGHTING EQUIPMENT AND SERVICES IN UNINCORPORATED AREA OF CnuYTY SERYIC'E nu"_A F-1 1. Date & Parties. Effective on 1 , 75 the following public entities in the County of Contra Costa, State of California, ('Q�TMITV SERVT _F ARRA F-1 ( "District") and city nf Rinhmpna ( "Fire Agency") , mutually agree and promise as follows: 2. Purpose & Prior Agreement. Fire Agency has an organized fire department with trained personnel and fire fighting equipment and certain auxiliary equipment; but District does not have adequate personnel or equipment to cope with all fires which develop in its territory, and so must contract for the use of Fire Agency's personnel and equipment; and this agreement supersedes their similar agreement dated July 1, 1974 3. Payment, Taxes. District shall pay Fire Agency $ for its services hereunder, payable one-fourth on August 25th, 6 -f nth on November 25th, and one-half on April 10th. District shall levy taxes to raise these sums. 4. Responsibility Limits. Fire Agency shall respond to all calls at all times to extinguish fires within those areas of the District delineated on the attached map (by this reference incorporated herein) , insofar as it reasonably can, considering the character, amount and condition of repair of its equipment, the training and experience of its firemen, and the primary responsibility it has to fight fire and protect and preserve property and lives within its own territory. 5. Extra Services. Upon written request of District property owners and/or residents, Fire Agency shall provide fire prevention services in addition to the other services it renders hereunder, insofar as it reasonably can. 6. Command. All of Fire Agency's fire fighting activities hereunder shall be under the supervision, direction, and command of its Fire Chief, or in his absence of its senior fireman present, whose judgment and decisions shall control in all cases. 7. Duration. This agreement is effective through '71,nA 1n 1971 , but it shall be deemed to have been renewed from year to year- there after unless either party (at least 60 days before the date of expiration or the expiration of any period of renewal) gives written notice to the other party of its election to terminate. "Dis W. N. Boggess "FIRE AGEITCY" Btz:;9�f�e_ By man of Board pervisors, as h irName Chairman of District's Governing Body ATTEST: J. R. OLSSON JDCT 21 1975 Mayor County Clerk and ex officio Clerk of Title the Board of Su ervisors APPROVED AS TO FO�tIi: JOHN B. CLAUSEN, County Counsel ty erk By `'✓ Deputy 00= Microfilmed with board order 7 tp 517 \ � � s � 221 5 � �. •E' �J '�-, 1159 •NSI `�'/� ..J \\ s i� S'. � \ '•ST - i16 r`e wVNI \T \ . \\ LP • G ol ? ��`�- .� � w�. \\\\�` \\ •v .� -\cif tp tp 'y .. .vim' .. oi- C�r� $�` y\ �-•( ^ \\ \ \\ \ �\ � r �G't .•rye 71 It . 15 tp \ e q \ \ \J. � \ -00 14 I • \ �f - A . f _0 304 4-� Q COf/NT Y SERVICE'IREA IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Proclaiming ) October 27, 1975 ) October 21, 1975 as Sea Power (Navy) Day. ) WHEREAS, during our Bicentennial Cele— bration Year, the County of Contra Costa wishes to recognize the Sea Power of the Navy, Coast Guard, Marines, and Maritime Men as a vital part of our nation's defense; and WHEREAS, the County of Contra Costa is participating in the Bicentennial anniversary celebration of the birth of our country; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA RESOLVED that October 27, 1975 is hereby pro— claimed as Sea Power (Navy) Day and the period of the Bicentennial until July 4, 1976, the close of the second century of this nation's existence, will honor our Nation's Men of the Sea. PASSED by the Board on October 21, 1975 • I HEREBY CERTIFY that the foregoing is a true and correct copy o: a resolution entered on the minutes of said Board of Supervisors on October 21, 1975• Witness my hand and the Seal of the Board of Supervisors affixed this 21st day of October, 1975• J. R. OLSSON, CLERK B DQ k tcc Rohdalynn 3 ac es Deputy Cler r t In the Board of Supervisors of Contra Costa County, State of California October 21 19.75` In the Matter of Satisfaction of Judgment Tal Westmorland fD3A Thousand Oaks Fealty) On recommendation of the County Auditor-Controller, IT IS BY THE BOARD ORDEFED Tu T the Chairman IS HERITiY AUTHORIZED to execute satisfaction of judgment :which was taken to guarantee repayment of the cost of services rendered by the County to Tal Westmorland (DBA Thousand Osks Realty) who has made repayment t in full. j Passed by the Roard on October 21, 1975• a 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 Originating "ept. :Z%ulitor-'-ontrolter Supervisors ct; ;Dunt} ".dr::nistratn- affixed this p�st_day of netmher , 19 7 County Counsel J. R. OLSSON, Clerk By Deputy Clerk H 24 12174 - 15-M LD:.:ma M ry Craig s IN TIM MU14ICIPAL COURT FOR THE MT. DIABLO JUDICIAL DISTRICT IN AND FOR THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA COUNTY OF CONTRA COSTA, a body ) corporate and political of the ) State of California., ) No. 16396 Plaintiff ) SATISFACTION OF JUDG14MT vs. ) TAT, VTS'i'riOPLI ND ) DBA THOUSAND OARS REALTY ) .2228 Concord Blvd. Defendant ) Concord, CA 94520 ) The Judgment of County of Contra Costa, entered on September 23, 1975 in the above Court, recorded in Book 7628 , at Page 723 having been paid in full is hereby fully satisfied, Dated: October 21, 1975 By order of the Board of Supervisors h " o the d of upervisors Contra Costa 04uzity,, California State of California ) ss. ACI4JOWLEDGMENT (CC 1181, 1184) County of Contra Costa) On October 21 1975 , before me, Mary Craig , a Deputy County Clerk of this County, personally appeared Warren N. Boggess , known to me to be the person Who subscribed this instrument and to be the Chairman of the Board of Supervisors of this County, and acknowledged that he executed it. BY eputy Co y Clethis County - �- N 2100 7/75) 0030 Microfilmed with board order. In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of National Flood Insurance Program.. The Board this day having adopted Resolution No. 75/830 approving County application for entrance to the National Flood Insurance Program and in connection therewith the Board members have indicated that it would be desirable to attain further information on certain program areas; IT IS BY THE BOARD ORDERED that the County Administrator is requested to prepare a report for submission to the Board on October 27, 1975• PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Administrator Witness my hand and the Seal of the Board of Director of Planning Supervisors affixed this 21st day of October . 19 a R. OLSSON, Clerk BDeputy Clerk Rond ynn c IW308 H 24 8/75 10M in Tae Doard Of JUDerviSors Of Contra Costa County, State of California October 21 , 19 75 In the Matter of Approval of Extension Agreement with Neighborhood House of North Richmond. The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County an extension agreement with the Neighborhood House of North Richmond extending the existing contract for provision of delin- quency prevention services through October 11 , 1976, at a cost not to exceed $14,400 on the same terms and conditions that prevailed for the agreement on October 11 , 1975- PASSED by the Board on October 21, 1975. 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. Or ig. Probat*on De art�e-ot Witness m hand and the Seal of the Board of cc: County robatQon icer y Attn: Wallace C. Donavan Supervisors Contractor affixed this 21st day of October 19 75 c/o Probation Officer J. R. OLSSON, Cterk County Auditor-Controller , County Administrator B �� z Deputy Clerk H 24 12/74 • 15-M M ine M' Neuf efid i ^ . CCC Standar. d ;-cm,. May 1974 EXTENSION OF CONTRACT FOR PURCHASE OF SERVICES Contra Costa Countv o - 1 . Contract Identification: Number 35005-308-2310 Department: Probation Subject: Delinquency Prevention and Counseling Services Effective Oate: October 2, 1962 2. Parties: The County of Contra Costa, California (County) for its Department named above, and the following named Contractor mutually agree and promise as follows: Flame: Neighborhood House of North Richmond Capacity: California tion-profit Corporation Address: 321 Alamo Street, Richmond, California 3. Extension of Term: The term of the above described contract between the parties her is hereby extended from October 11 , 1975 to October 11 , 1976 , unless sooner terminated as provided in said contract. 4_ Payment Limit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount 5 14,400.00 5. Other Provisions: As to the term during whichthe above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference_ 6. Signatures: These signatures attest the parties` agreement hereto. COU` OF CONT TA, CALIFORNIA CONTRACTOR/ f JIV IN Borggess i9r5 ByL an, Board of Supeijmrs / Attest: County Clerk A Executive Dixector Design-ate official -cap;;city in business and affix„creporatiun seal) BJDe t ty State . f .Cal" fornia ) C.S. County -01F ron.�ra Coster ) RECOMMENDED FOR APPROVAL: ACKNPI-I'LtO.GEMENT !.UC 1190.1) �� _ �; The person, signi'ncy above for Contractor B,y ,�✓� �, ��,�' ,,/ known to me in those individual and r= , CQL'�i T Y PROBATIO�J OFFICER business capacities, personally appeared 4he/tiey e me today and acknowledged that signed it and that the corpora- lly or partnership named above executed COUNTY ii ithin instrument pursuanttoitss or a resolution of its board of t-PPROs_v AS TO FORM: County Counsel 7rector. s_ BYV J. --� + Dated:,, %` [ DEPUTY Notary Public/ Deputy County Cierk -----p=E1CIAL SEAL p(,-Zr--RT 1W BALES ;. T' CAL 1RR-S11 OF;ICE 014 G C;;—a CCU-Nly i ••y f 'r'e:;... °:- A'g•it {.5. 1977 { WACrofilmed with BOOM oraeT 00WO In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 785 In the Matter of Contract #20-036 with Robert H. Mnookin To Provide Training in Foster Care at the County's First Annual County-Wide Workshop For Foster Care Development IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #20-036 with Robert H. Mnookin for provision of training in foster care at the County's First Annual County-Wide Workshop For Foster Care Development on October 25, 1975, with a payment limit of $250 and under terms and conditions as more particularly set forth in said contract. Passed by the Board on October 21, 1975 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Admin. affixed this 21st da of October 19 75 cc: County Administrator y — County Auditor-Controller/ (% J. R. OLSSON, Clerk Contractor County Welfare Director ByM21ax� e M. Neu el Deputy Clerk H 24 8/75 10M uvnLra Corti County Standard Fortis t`=" STANDAPI) CONTRACT (Purchase of Special Services) 1. Contract Identification. number 20 - 036 Department: Social Service Subject: Consultation and training in foster care (Foster Care Development Program) 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: ROBERT 11. MOOKIN Capacity: Individual and private entrepreneur (self-employed consultant) Address: #9 The Uplands, Berkeley, California 94705 3. Term. The effective date of this Contract is __ October 25, 1975, and it terminates October 26, 1975, unless sooner terminated as provided herein. fit. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 250 6. County's Obli;ations. In consideration of Contractor's provision of services as describe:.' below, County shall pay Contractor, upon submission of a properly documented -demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 250 per service unit: ( ) session, as defined below; or ( ) calendar (insert: day, week or month) LOT TO EXCEED a total of 1 service unit(s) . 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in foster care for County-selected persons. in the time, place, and manner required by County, including the provision of ao-y related materials and supplies_ Contractor shall: (1) deliver the Keynote Address at County's First Annual County-Wide Workshop for Foster Care Development, (2) participate in the day-long program of Workshop activities, and (3) discuss the following topics: basic policy concerns, reform, protecting parent-child relationships, and adoption. One session, for payment purposes, shall be defined as the provision of at least 7 full hours of such services. E. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification_ Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the . Contractor, its agents or employees. 10. Le;a? 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 Social Security Act, as amended 11. Sic-natures. These signatures attest the parties' agreement hereto: C .'1" F 'TF,eqA COST FOr,�:IA CO;iTE.4CT0I: ry Ctt irrian, 110ard1 of Supervisors OCT 21 1975 ` Attesc: J. R. Olsson, County Clerk (Designate official capacity) Vitness�C`" D pttty / /L Uct t v lteeerntaotulod by 1)epartr:e nt — -' 1jy�T (Form approved by Cottttty Counsel) -- Microfilmed with board order00312' ' r In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 35 In the Matter of AUTHORIZING EXECUTION OF AGREEMEN FOR INMATE VOCATIONAL TRAINING REHABILITATION WITH MARTINEZ UNIFIED SCHOOL DISTRICT. WHEREAS the Martinez Unified School District of Contra Costa County has the capabilities to implement an Adult Education program at the County Jail; and WHEREAS the Sheriff-Coroner and County Administrator have recommended that said program be implemented; and NOW, THEREFORE, BE it by the BOARD OF SUPERVISORS resolved that Supervisor Warren N. Boggess, Chairman of the Board is authorized to execute the agreement with the Martinez Unified School District for the Fiscal Year 1975-1976, costs not to exceed six hundred dollars ($600). PASSED by the Board on October 21, 1975. Orig. Office: Sheriff—Coroner I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Sheriff-Coroner Witness my hand and the Seal of the Board of Superintendent, Martinez Supervisors Unified School District affixed this 21st day of October . 19 75 County Auditor-Controller County Administrator ,., J. R. OLSSON, Clerk �/ H za 12/74 - �s-nn By Deputy Clerk Maxine eld 00313 • AGREL•'MENT (Vocational Training and Rehabilitation for Martinez County Jail Inmates) 1. PARTIES. Effective on July 1, 1975, the SIIERIFF OF CO\*TRA COSTA COUN'TY, hereinafter called "Sheriff," and iUIRTINF.Z U14IFIED SCHOOL DISTRICT OF CONTRA COSTA COUNTY, hereinafter called "School District," pursuant to Penal Code Section 4018.5 and Education Code Sections 5718, 11151.5, and 17952, MUTUALLY PROMISE AND AGREE AS FOLLOIS: 2. CLASS;:S. School District shall establish, supervise, and maintain classes in vocational training and rehabilitation at the Martinez County Jail. The specific dates upon which the classes are to be maintained, the size and number of classes, and the courses to be taught are to be mutually agreed upon by the parties to this agreement. 3. TERM. This agreement is for a term of one (1) year commencing July 1, 1975, and may be terminated at any time by either party upon giving thirty (30) days' written notice to the other; it may be modified or extended, or both, by written, mutual agreement, approved by the Contra Costa County Board of Supervisors. 4. PAYMENT. The Sheriff shall reimburse the School District for the cost of maintaining such classes, after such cost has been reduced by the total amount allowed to the School District for each unit of average daily attendance at such classes by the State Superintendent of Public Instruction, pursuant to Education Code Section 17952. The net annual amount to be paid by the Sheriff to the School District shall not exceed the sum of Six Hundred Dollars ($600). Such reimbursement shall be made in two installments, the first on or before December 31, 1975, and the second on or before June 30, 1976. 5. INDEPENDENT CONTRACTOR STATUS. This agreement is by and between_ two independent contractors, and is not intended to, and shall not be construed to, create a p<:rtnei- ship, joint venture, or association, or the relationship of principal and agent, master and servant, or employer and employee between the Sheriff and the School District or any of its officers or employees. Dated 11ay 1, 1975 SHERIFF OF CONTRA COSTA COUNTY MARTINEZ UNIFIED SCHOOL DISTRICT OF CONTRA COSTA COUNTY �1 B-7 y: -4 Xd� ry D. Iran s %�ntendentay Sheriff-Cor ner APPROVED: APPROVED AS TO FORM: BOARD OF SUPERVISORS OF CON''TRA COSTA COUNTY FORM APPROVED lmin li CL 1"SEN, Count :�se1 -� , I . J, N. Boggess Chairman of the llonrd ATTEST: J:tutus R. Ol t;oii, County OCT 21 1979 Clerk /-{ UcpuCy JAR:sI:d Microfilmed with board order . MM4 I Soara of Jup-eryfsors 4i Conir a Costa County, State of California October 21 ' 1975 In the Matter of Approval of Contract with Dr. Ronald D. Leppke, Consultant, for Human Effectiveness Training Course The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract with Dr. Ronald D. Leppke, Consultant, for a Human Effectiveness Training course from October 16, 1975 to December 31, 1975 at a cost not to exceed $1,200.00. PASSED by the Board on October 21, 1975. 1 hereby certify that the foregoing is a true and correct cony or an order enured on :he minu:es of said Board of Supervisors on the date aforesaid_ Orig: Probation Departure tWitness mv hand and the Seal of the Board of cc: County Probation Officer Attn: Wallace C. Donavan Supervisors Contractor of;txed this 21st day of October 19 75 c/o Probation Officer J. R. OLSSON, Clerk County Auditor-Controller County Administrator BY Deputy Clerk H 2.1 12/74 - 15-r.1 N. 1&raham 00315 _ ,. STAN B.- _ _ . ra� s 4... (gu:c:zase{o� Sac a c .Services) 1y` # ``� Y r' = t ice � __� 1 t 1� t= j`� 35024 .300 231 __ j '�eOaLr-== � �-aaat ion <J1)l�� t y ♦� /.}. U L Yt F� .:S 4b�ef...L� I �� ,.. { r; Hunan Effect i venesTra t n i ng Cou r, } r Ftp ����� e L 2' Partes �The _Coon*y of Contra11 I .Costa Caliiorni`a =(County), foY its Depot-enLg,na=ed� : .= OYe, :zd the xonouii g named,11-111 Contractor taut.ially agree 2rd pi=oatsa as+ folio rs 4 Contractor Dr. Ronald .D. .Lepp{.e ' 'Gapac3tY: Consultant . t Addx ss 44O ,Davis .Court f�614>.San. Francisco, CA' 94111 , , i 3. .. :Tem. The effective date of this,,Contract Is - October.`. 16, `19 and `'it tez,m�.r.1_ 1. 75 975 unless sooner, 'terrs rated zs p.ov ded bare Decemnnr 31 ,' l ' _ ,11 :: 4 TerniIMtioa . This .Contract ray be temnatoil bf.,;th� Counry, at lt.s, sole discLz:t on snow x�z."=day advance written notice tAereof to. :tne Contractor !, r , 1. .% S ?_v-+ant., imi County's; total 1: Ipaycents. to Contractor under this Contract`ssh lfl not' er1CZC� ''1200 :�{�� 3 F YY .t'l,•y Es(a, Fr t uY .., : _ .:, -} r b Cour',_L,Z.Oblxgatxons Zn cons dezata on;of .ContI'll, 11zactar'-"s proirzsiom of `se�cv cesk as e�zse {bed�,belosr, :County ishal3 pay:Cor_tractor, upon submissi.On or a�properly, dorcili& 1 cl ; dzzz�s nor pay aunt �n •the manner ,and.�f6rm prescribed;by County { ,ecgartdt Foz�t D--lS�z �ircd Leon annroval of such damand by the head of'; the:Coun#y Departaznt for,�tan ch�thzs#Contract - ,.; ; is ode or hxs designee, according to .the ;fol164ing"`fee schedule ` , ` � ! �x ` x F t ; M ,.y Y '- ,- r. - ) .hOurj; or ryzY c " _` $ 30 00 1. per; serz1.rice. unix ,'L X)' sess .6n, os defined bel au", or { ) :calendar (snsert� dayn see r:ar no:r 7 , ?vQT, EXCEED a total of 40 service• u i�sJ. i. "- h y .E . { ; 1-11 ;7. ,Cont actor's CblxQations_, Contractor shall�provz3e ttie iollow�io:d�scz�.b�c3 a ve ces: .: . , Consultation, specialized insfruction, :and training �n Numan Cffecttveness`for Gounty selected persons' in _the time; place, and manner required by County:, 3includ�nq thy: p�ravissort fo. any relatedimate11rjal%sand suppii'es. ° t r „. - y x > k� X3 } IJne s�rv�ce unit for paynent purposes shall be defined, .as thirty (30) hours of training ror--.cine participant: , . . :. .. .. 8 Znaependezt,,ContractoL .Status_ This Contract a , by and b�tceen two xndepGnderct cont�.acrors aua ss not intended"to ' 'd "shall not be construed to create the reiat2 _`.,h-p Of 2ge. servant, .employee; partna sl: p, o3nt venture, or assoc�ateor f --{ 9 Inde._.. cation: Contractor. shall, defend, save harmless; and indemnify the Counry ar=_=_ its orxcz s, aI ,igents, and employees from all Ltabxlyties and cl a�r+s'for dart2les{fox deal szclaess or xn�ury hto persons or grogerty, znclud�ng Gizthout lztnxGation; a11 consequpn;i? damagas., £rom 'aiay z cI.ause whatsoever` arising from or connected irxthiarytlie`",", - tions orr the ;: services of the Contractor hereunder,, w etfier or .not resulting from 'the` neg,T. gence` of the .Contractor:, its agents or 1.etaplvye2s. �� Y 1. 1. ' �" 10 Z.�at .0.u�hozitZr ` This Contract is entered into under and subject to tiletollocrzrg lega? au�ho��.t3es .;California Goverr�eLt Code Sectioiis 26227 and 310flfl ` � � � k y< 5, .. -_ .. - rf 7 Signatures_ Tk2se.sio atureS attest the garLies' .'agreement hereto hF • . _., '. COUNN r NT �iA, C4LIEOFti'IA :Cfl,tTc?ACTO� ` > t;. CT 2 11975 11 II AW. B ess B �//7�[ t�` .� y 1..�kI 11 a ztia. BOa 1 O" _'visors , I( ��ti ___�___ ,At J. R_ .07.sson, .Cou;cty Clerk (Des3gnatz.;oEficial sagacit11-y} ByI _ :k 1;'itress 1. .,,, ,..' !. " 1% _ - 1. • ..k s�� 4C - �"" �!_ ./c Reco ondzd by 11:1Deaartment ` hate T 0.b. 1875 '�" 1. 0 r Microfilmed.with,board .order, I 0. $y �' .�,J t ' I( -I {Fora. ap rated bf1. Cour4 r �__.___._._____...__ _..,__-__.____-.__,__.,� . ..__., . In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Two Contracts (#20-037 and #20-038) To Provide Training For Social Service Staff At A Suicide Prevention Workshop IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contracts for provision of training services for Social Service Staff at a Suicide Prevention Workshop on October 8, 1975: NUMBER CONTRACTOR TERM PAYMENT LIMIT 20-037 Pat Sax, L.C.S.W. October 8, 1975 $101.14 20-038 Marcia Perlstein October 8, 1975 $148.50 Passed by the Board on October 21, 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Admin. affixed this 21St day of October , 1975 cc: County Administrator J. R. OLSSON, Clerk Contractors Social Services By Deputy Clerk Auditor-Controller N. I graham H 24 8/75 10M 0)317 Contra Gt,SLa County - Standard Form STANDARD CONTRACT (Purchase of Special Services) 1. Contract Identification. Plumber 20 - 037 Department: Social Service Subject: Suicide Prevention Workshop 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: Pat Sax, L.C.S.W. Capacity: An individual Address: 915 Ashbury Street, San Francisco, California 94122 3. Tern. The effective date of this Contract is October 8, 1975 and it terminates October 8, 1975 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon fixe-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to' Contractor under this Contract shall not exceed $_101.10 6. County's Obligations. In consideration of Contractor's provision of services as described below, Count;: shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: (K9 hour; or FEE RATE: $ 35.00 per service unit: ( ) session, as defined below; or ( ) calendar (insert: day, week or monL.- NOT TO EXCEED a total of 23z service unit(s). In addition, Contractor shall be paid $13.60 for mileage reimbursement computed as 80 miles at 17t per mile. 7. Contractor's Obligations. Contractor shall provide the following described services: Training for County-selected Social Service staff at a six-hour Suicide Prevention Workshop on the subjects: a. "Understanding Suicide--Warning Signs, Threat, Depression" b. "Working with the Suicidal Person, Counselling" 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal nut:iorities: California Government Code Sections 26227 and 31000 11. Signatures. These signatures attest the parties' agreement hereto: COUNT 1F CONT SST: , CALIFORNIA CONTRACTOR ����� OCT 2 11975 _ By BY Chairman, Board orrvisors Attest: J. R. Olsson, County Clerk (Designate official capacity) L'y k Witness Deputy 7- l Recomm;:nded by Department Date f " 'l= 7 j By �� _ ✓ �' (Form approved by County Counsel) Designee OU318 "CrOfilmed with board order Contra :: %:.ta County Stanched Form SHORT i•0?..+i SERVICE CONTPUCT 1. Identification. slumber 20 0 3 V Department: Social Service Subject: Suicide Prevention Workshop 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: Marcia Perlstein, L.C.S.W. Capacity: An individual .Address: 1409 Bonita Street, Berkeley, California 94709 3. Tern. The effective date of this Contract is October 8, 1975 and it terminates October 8. 1975 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. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 148.50 6. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: M hour; or FEE PATE: $ 35.00 per service unit: ( ) session, as defined below; or ( ) calendar (insert: day, week or month) NOT TO EXCEED a total of 4 service unit(s). In addition, Contractor shall be paid $8.50 for mileage reimbursement computed as 50 miles at 17� per mile. 7. Contractor's Obligations. Contractor shall provide the following described services: Training for County-selected Social Service staff at a six-hour Suicide Prevention Workshop on the subjects: a. "Working with the Suicidal Person, Limits and Possibilities" b. "How to Prepare Yourself to Help the Suicidai Client" c. "Reaching Out to the Survivors" 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000 11. Sianatu=es. These signatures attest the parties' agreement hereto: COL'N.TY OFo CONTRA COST 1, CALIFORNIA CONTILICTOR OCT 2 11975 ... 13vO By .�. "56a y ��r l.•sem. C ie...-:1, 6oar� of Scs� �isurs. r Attest: i. R. Olsson, County Clerk: (11csignate official clpacity) By` 29 __ I.7itness Deputy / Y P Recommended b Department Date �o/O/7� By �! r � (Form approved by County Couns MM DesigneeMicrofilmed with kioard ord =: �1 In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Training of Mental Health Staff Contract #24-049 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #24-049 with James Billings, Ph.D. for training on suicide and depression for Mental Health staff for the period August b, 1975 to August 27, 1975 at a cost not to exceed $200. Passed by the Board on October 21, 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Unit affixed this 21st day of October , 1975 cc: County Administrator J. R. OLSSON, Clerk Auditor-Controller Contractor By rt Deputy Clerk Medical Services/ N. I raham Mental Health 1000.40 H 24 8/15 lOM Stanaard ror STA.,D.ARD CONTRACT f ` (Purchase of Special Services) 1. Contract Identification. Number 24 - 049 Department: Contra Costa County Medical Services/Mental Health Subject: Mental health training on suicide and depression 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: James Billings, Ph.D. Capacity: An individual Address: 2331 Prince Street, Berkeley, California 94705 3. Term. The effective date of this Contract is August 6, 1975 and it terminates august 27, 1975 unless sooner terminated as provided herein. L. Te^=natioT_�. This Contract may be termi:.ated by the County, at its sole' discretion, upon rive-day advance written notice thereof to the Contractor. 5. Pav--ent Limit. County's total payments to Contractor under this Contract shall not eXCeed $ ?00.00 6. Countv's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 50.00 per service unit: ( session, as defined below; or ( ) calendar (insert: day, week or month) NOT TO EXCEED a total of 4 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in suicide and depression for County- .s,:;ected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. Each session shall consist of two hours of training for Mental Health staff on the subject specified above using a variety of methodologies by Contractor, who acknowledges that he is a trained clinician and expert in the fields of suicide and depression. . 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and is officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority_ . This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000 ; Welfare and Institutions Code, Div. 5, Part 2, The Short-Doyle Act; and California Administrative Code, Title 9, Subchapter 3, Communitv Mental Health Services under the Short-Doyle Act. 11. Signatures. These signatures attest the parties' agreement hereto: COU TY F CO:i COSTA, CALIFORNIA CONTRACTOK OCT 2 1 1975 —` W. N. Boggess By Chair��n, Board of Sup A,y 1N�JeVi�S u,e� Attest: J. R. Olsson, County Clerk (Designate official capacity) sY Witness �.._� t/ Deputy Recommended by Department Date Bl� 1 y i%�=��-�.p ��..�� J1.� _/ (Form approved by County Counsel) Designee Microfilmed with board order c (A-4620 7./75) In the Board of Supervisors of Contra Costa County, State of California October 21 19?5 In the Matter of Execution of Contract with Data Processing and Accounting Service On the recommendation of the County Administrator, it is by the Board Ordered that Chairman be authorized to execute an agreement between the County and the Data Processing and Accounting Service in the amount of $9,800 for Keypunching Service-Residential data records for the period October 21, 1975 to November 17 , 1975. Passed and Adopted October 21, 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept: Co. Administrator Witness my hand and the Seal of the Board of cc: Contractor Supervisors Auditor-Controller's affixed this 21st day of October 19 75 Office J. R. OLSSON, Clerk BY Deputy Clerk H 24 12/74-15-M Maxine M. Neufi ld CONTRACT FOR PURCHASE OF SERVICES 1. Special Conditions. These Special Conditions are incorporated Below by reference. (a) Public Agency: CONTRA COSTA COUNTY (b) Contractor Name and Address: Data Processing and Accounting Service 50 Van Ness Avenue San Francisco, California 94102 (c) Effective Date: October 21, 1975 - November 17, 1975 (d) Service: Keypunching Service (e) Payment Limit: $9,800 2. Signatures. These signatures attest the parties' agreement ereto: SERVICE REPRESENTATIVES BY o ie) n �� (Designate official capacity in business) STATE OF CALIFORNIA, ) ss (Acknowledgement by Corporation County of San Francisco ) Partnership or Individual) The person (s) whose name (s) is/are signed above for Contractor, . and who is/are known to me to be the individual(s) or partner(s) as stated above who signed this instrument, personally appeared before and acknowledged to me that he/they executed it and that the corporation or partnership named above executed it. �•umunununnuu�n2nnunnn•n Date: October 9, 1975 ELIZAB TH J.FICLALSSREDICE . (6WT:+�R PUBLIC-CALIFORNIA X- ETLTSUNTY OF SAN FRANCISCO / Notary Public Yr C—aswn Ea01rAOAI 2s.1977 Y „ �wwnuuuuuml:::a2unuw•nmu•uuunn••� PUBLIC AGENCY FORM APPROVED ZContC s County John B. Clausen, County Counsel N, ess By: Deputy Chairman, Board eT Supervisors OCT 21 1.,1 :) 00M Microfilmed with board order 3. Parties. Effective on the above date, the above-named Public Agency and Contractor mutually agree and promise as follows: 4. Employment. Public Agency hereby employs Contractor and Contractor accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the pay- ments stated herein. 5. Scope of Service. Scope of service shall be as described in Appendix A attached hereto. 6. Payment. Public Agency shall pay Contractor for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed, excluding taxes, if any. In no event shall the total amount paid to the Contractor exceed the payment limit specified in Sec. 1 (e) without prior written approval of Contra Costa County. Contractor' s state- ment of charges shall be submitted at convenient intervals. Payment will be made within thirty (30) days after receipt of each state- ment, net cash, without discount. 7. Termination. At its option, Public Agency may terminate this agreement at any time by written notice to Contractor, whether or not the Contractor is in default. Upon such termination, Contractor agrees to turn over to Public Agency everything per- taining to the work possessed by him or under his control at that time, and will be paid, without duplication, all amounts due or thereafter becoming due on account of services rendered to the date of termination. Contractor may also terminate this agreement at any time by written notice to Public Agency. 8. Status. The Contractor is an independent contractor, and is not to be considered an employee of Public Agency. 9. Indemnification. The Contractor shall defend, save, indemnify, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder. . OTHER TERMS AND CONDITIONS 10. The performance of services by Contractor shall conform to requirements of Appendix "A" . 11. Contractor shall not be liable for nor deemed to be in default on any account of any failures to perform services if due to anv cause or condition beyond Contractor' s reasonable control. W324 12. This agreement, including Appendix A and Appendix B, constitutes the entire understanding between Public Agency and Contractor and no commitments by either party, implied or otherwise, shall be binding on the parties hereto unless expressly set forth herein. 13. This agreement shall be governed by the laws of the State of California. 14. Contractor will submit to the Public Agency time and progress reports periodically or on demand as required by the Public Agency. 15. Contractor is responsible for pickup and delivery of materials to the Countv' s Data Processina Center. 16. Insurance. The Contractor shall, at no expense to Public Agency, furnish certificates or other evidence acceptable to Public Agency of (a) public liability insurance of at least $250,000 for all damaaes arising out of bodily injuries or death to any one person and at least $500,000 for two or more persons in one accident or occurence; and (b) property damage liability insurance providing for a limit of not less than $50,000. Ten days' notice of policy lapse or cancellation is required. 17. Proprietary Information. Proprietary information disclosed by either party to the other for the purposes of this agreement which is clearly so identified in writing as proprietary, shall be protected by the recipient in the same manner and to the same degree that the recipient protects its own proprietary information. Such information will be disclosed only to those employees of the recipient requiring access thereto in order to perform this agree- ment. Public Agency will hold harmless and indemnify Contractor from liability to third parties arising from wrongful disclosure by Public Agency to Contractor of information which has been receive in confidence from a third party. Contractor will hold harmless and indemnify Public Agency from liability to third parties arising from wrongful disclosure by Contractor to Public Agency of informa- tion which has been received in confidence from a third party. APPENDIX A To Agreement dated 10-21-75 between Contra Costa County and Data Processing & Accounting Service. SCOPE OF SERVICE The Contractor is to provide 42,000 finished documents on Magnetic tape. A minimum of 5,000 finished documents are to be delivered twice a week. County will provide blank magnetic tape, keypunch and magnetic tape formats. Tape will be written on 9 track, 1600 B.P.I. odd parity and EBCDIC code. Upon delivery of the finished documents to the County, they will be verified for correctness; any errors will be returned to the Contractor for correction at no cost to the County. APPENDIX B To Agreement dated 10-21-75 between Contra Costa County and Data Processing & Accounting Service. RATES Contractor will perform the services set forth in Appendix A to this agreement at the following rates: Service Rate Keypunching $218. 00 per 1,000 documents n7 I/Ly\ PAGE PAGES TYPING IIAjE : ' . -Statement of Adjusted and!or Advance Premiums / of w/1217-4. — :GENTS •.O AGENT PGIICY %'I COD[ CUBN/Ni POIICT MO OED POLICY NO CODE WALTERS CG. LR LH :ri1 I ice: C►' 118820 CP 3W.76 •11SITED 11111 Of nUSINrss ]Al PROCESSING APED :"tCCOU+TINU SERVICES DATA #''ROCESSING OrFIcE _ .i.SUNED S ADDRESS ••11/v 1;1 .•111.1 59 Ari NEss AwEltuCY SAq FRANCISCO. CALIFORu1A F.01 OMF PERSON ONE OCCURRENCE PNYi14li1 AN,•N/GAII AOIO I'D —c 1.11 �1.1 AI CO IN' NN OLD LIMITS 011. CNSUREDrISt q l'IbUAL.vN.III•IIIP NEVLIMITS ^�Y wl . /1i =+Sf.a• as C. 7E.Y•C= OLD POL9C1 TERM AUDIT DA•C ADJUSTED EARNED PREMIUM ESTIMATED ADVANCE PREMIUM CA,CEILPT.J%CAPE IF APPLICABLE MO Uhl .w MD DAY YN MO DAC_ •M MU DAY_ I'm8 TO 8 TO 8 `L DESCRIPTION OR CLASSIFICATION elPisi ' CLAS CODE RATE EXPOSURE PREMIUM RATE EXPOSURE PAL ARUM SECTION I S $ s261. FIRE SECTION 11 f SW LIABILITY INSURANCE I, I QLB.T. BUILDINGS OR ',512 1 1-385 Is575- 22• PRENtlES-OFFICE. AREA .GIS 10.N ; T.0 FIRE LEGAL LIasILITY 73 .017 12,000. 5-00- 48-50 .M48-5O VAN NESS .AVENUE SAN FRANCISCO, CA. EXCESS L114ITS 99ti"1 1 7- PRODUCTS NAZARD Coupwi r. OPERATIONS CHARGE FOR UNKNOWN EXPOSURE S , TOTAL . Is 305- 5 Is305- - �� 305- +TOTAL A::01T TC•A: ES: ADVANCE PAY THIS AMOUNT r : :F'$+FE'J La t.r•A .• ..Ye•.!le.:.•u.:owner. In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Execution of Agreement With Canteen Company of Contra Costa, Inc. On the recommendation of the County Administrator, it is by the Board Ordered that the Chairman be authorized to sign Vending Machine Placement Agreement between the County of Contra Costa and Canteen Company of Contra Costa, Inc. , providing for installation and service of canteen machines at specified County facilities on commission basis to be paid to the County. Agreement to be effective October 21, 1975 - continuing. Passed and Adopted October 21, 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig. Dept: Co. Administrator Supervisors cc: Contractor affixed this 21st day of October 1975 County Auditor-Controller J. R. OLSSON, Clerk Public Works Director B% Deputy Clerk Buildings and Grounds p �' H24 ffh mof District Attorney Maxine M. Neu e d 00329 VENDING MACHINE PLACEMENT AGREEMENT 1 . PARTIES & DATE. Effective on J.,T 21 i / , CONTRA COSTA COUNTY, hereinafter called the 'County' , and the CANTEEN COMPANY OF CONTRA COSTA, INC. , hereinafter called the "Company", . do hereby mutually promise and agree as follows : 2. PURPOSE. The purpose of this agreement is for the Company to provide and for the County to receive vending machine services at the Office of the District Attorney, located at 1957 Parkside Drive, Concord, California. ?. INSTALLATION & SERVICE. Company is to provide, install. main- tain, repair, and service the following vending machines at the above noted location: (a) One (1) canned Beverage machine; vending Pepsi and Belfast assorted flavors . (b ) One (1) candy Vendor Machine; vending Candy, Cookies, Gum, and iMint s. (c) One (1) cigarette,.Machine. Company agrees to keep the machines in good working condition and keep them filled with the above noted products . 4 . COLLECTION E DISTRIBUTION OF INCOP•IE. Company agrees to sell the above noted products and collect all monies and pay to the County, or other party designated in writing by the County, commis- sions based on the following schedule: (a) Canned Beverages 1. Selling Price - 30 2. Commission - 12p of gross sales (b) Candy And Cockier 1. Selling Price - 20 2. Con.^ission - llr of gross sales - (c) Gum And ;pint s 1. Selling -Price - 150 2. Comrissi_in - 111% of gross sales (d C?caret Les 1. Sellinp Price - 55� 2. CGT; _s== -:'1 — 30 her DBCFS -1- X330 0"f ifined with board order Commissions shall be made payable to Contra Costa County and remitted to the Office of the County Auditor-Controller, unless otherwise designated in writing no later than the tenth day of the month following the month in which commissions were earned. 5. HOLD HARMLESS & INSURANCE. During the entire term of this agreement, Company shall keep in effect a policy or policies of liability insurance (including products liability) naming the County as additional insured with limits of at least $100,000 for each person and $300,000 for each occurrence for all damages arising out of bodily injury, sickness or disease, including death and $50,000 for all damages arising out of Injury to or destruction of property for each occurrence. Company shall provide the County .with a Certificate of Insurance (with a ten-day cancellation clause) ' evidencing above specified coverage. Company shall also provide County with a Certificate of Insurance evidencing that Workmen's Compensation Insurance coverage is provided its Employees. Company agrees to defend, save, indemnify, and hold harmless the County and its officers and employees from any and all liabilities and claims for damages for injury, sickness and disease, or death to person(s) and/or property from any cause whatsoever arising from or connected with its operations or services hereunder; provided, however, that nothing contained herein shall require Company to defend or indemnify County for injuries or damage aris- ing out of the sole negligence of County, its agents or employees. E, COMPLIANCE WITH LAMS. Company agrees to comply with all laws, ordinances, rules, and regulations of all federal, state, county, and city governments pertaining to the installation and operation of such mach4Lnes and will hold the County harmless against any fine , penalty, tax, or damage for any actual or alleged failure on the part of the Company to comply therewith. 7. USE AND ACCESS. During, the term of this agreement, and any extensions thereof, the Company shall have the use of the area in which such machines are located and free access thereto during usual business hours. Upon termination of this agreement, Company shall have the right to enter upon the premises where the vending machines are located and remove them. 8. PROPERTY RIGHTS. The County has no property rights in such machines and nothing in this agreement shall give the County any proprietary interest therein. n. TERM & ISOi'ICE. This agreement shall operate on a month-to- month basis and shall i:e automatically renewed for successive month- ly periods unless terminated b; thirty days written notice by either party* to the other Darty. -2- 10. NON-ASSIGNABLE. Company shall not assign this agreement without prior written consent of the County. CON ACO UNT Y CANTEEN COMPANY OF CONTRA COSTA, INC. by airman, Boardpp6upervisors Authorized Repre entative OCT 21 1915 ;i ' ,t C ATmEST: J. R. OLSSON, County �� Clerk and ex officio Clerk of Address . the -oard By ��%/ G NOTE TO C014PANY:- Deputy j (1) Sign, (2) Execute acknowledg- ment and (3) affix Corporate Seal REC0MENDED FOR APPROVAL: [Corporate Seal] By ,11 , ver County Administrator FORM APPROVED: John B. Clausen, County Counsel Deputy State of r ��" On this the day of ✓� 197.L, before me. ' SS. County of Ai'�LL the undersigned Notary P blit, personaall apjpeared _• _ a� known to me to be the person(s) whose names)7� "u cribed a OFFICIAL SEAL to the within instrument and acknowledged that }� !!! -e ROBERT E. BUSi"110 executed the same for the purposes therein cogtained. corrwa COSTA COUNTY IN WITNE WHEREOF, I hereunto sett (hand and official seal. � My Comin�ss,an Eap:a II.:.a i 19i8 —, :may SIGNATURE.JURISDICTION.EXPIPATION DATE AND ADDRESS OF NOTARY PUSLIC !!! in hg Board of Supervisors r OT Contra Costa County, Stale of California October _2I ,.19 75 In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the-County Probation Officer, IT IS BY,THE BOARD ORDERED that authorization is GRANTED for theplacement of a disturbed Ward of the Court, Court Number 43905, at University Mound School (Convent of the Good Shepherd), San Francisco, at a monthly cost not to exceed $1,036.00, effective October 8, 1975. PASSED BY THE BOARD ON October 21, 1975. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Hoard of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 21st day of October 19 75 J. R. OLSSOM, Clerk ByDeputy Clerk H 24 12/74 • 15-M 5�Ingraham Orig Probation Department cc: County Probation Officer County Auditor-Controller County Administrator BRS X333 iia iysa uviiiiu 01 .rjupar is-r- Of Contra Costa County, Sate of California October 21 , 1975 In The Matter of , Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that Authorization is GRANTED for placement of- a disturbed, Ward of the Court, Court Number 44556, at University Mound School (Convent of the Good Shepherd) , San Francisco, at a monthly cost not to exceed $1036, effective October 21 , 1975. Passed by the Board on October 21, 1975 hereby certify that the fore,oing is a true and correct copy of an order entered on-the ninu;es of said Board of Super-Asors on the date aforesaid. Or ig. Probation Dept. Witness my nand and the Seal of the Board of cc: County Probation Officer Supervisors County Auditor-Controller of;ixed this 21st day of October 1975 County Administrator J. R_ OI_SSOV, Clerk By Deputy Clerk H 24 12/74 - 15-ft N. I raham 00334 in the -Board of %Sfupel visors or Contra Costa County, State of California::- '.,' _- ,: October 21 , 19 75' In the Matter of Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT ISBY THE BOARD� ORDERED that Authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 44508, at University Mound School (Convent of the Good Shepherd) , San Francisco, at a monthly cost not to exceed $1036, effective` October 21 , 1975. Passed by the Board on October 21, 1975. 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. Or i.g Probation Dept. Witness my hand and the Seal of the Board of CC: County Probation Officer Supervisors County Auditor-Controller County Administrator affixed this 21st day of October -, 1975 J. R. OLSSON, Clerk By LosDeputy Clerk H 24 12/74 • 15-M N. In aham In the Board of Supervisors of Contra Costa County, State of California October 21 p1975 In the Matter of THOMAS AND VIRGINIA PLETCHER Public Works $425.00 IT IS By THE BOARD ORDERED that legal action be initiated in the Small Claims roller's Office against the above persons to, Court by the Auditor-Cont recover the cost owed Contra Costa County. PASSED by the Board on October 21, 1975- 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 aforesaiWitnd my hand and the Seal of the Board of originated by : Auditor Supervisors affixed this 21st day of October 19 75 cc: Administrator J. R. OLSSON, Clerk County Counsel B Y � �„`� Deputy Clerk H 24 12/74 - 15•M N. Irgraham OG�3� in the Board of Supervisors of Contra Costa County, State of California Ortaher 2.1 . 19 75 In the Matter of Authorizing Attendance at Meetings IT IS BY THE BOARD ORDERED that the person listed below is authorized to attend the following meeting, charges to be at County expense unless otherwise indicated: NAME $ DEPARTMENT MEETING DATE R. E. Jornlin American Public Welfare October 28 Social Service Association, Western States through Regional Conference October 31, 1975 Salt Lake City, Utah PASSED by the Board on October 21, 1975. 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. (P) Witness my hand and the Seal of the Board of Supervisors cc• Director, Human Resources affixed this 21 day of October 19 75 Agency v/' �, J. R. OLSSON, Clerk Social Service Director By Deputy Clerk County Auditor-Controller Maxine M. Neufeld County Administrator H 24 8/75 10M W)W7 i • , In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Authorizing Appointment of Ms. Margaret Adam as Medical Record Librarian. On the recommendation of the Civil Service Commission, the Board hereby AUTHORIZES the appointment of Ms. Margaret Adam to the class of Medical Record Librarian at the third step ($975 per month) of Salary Range 287 ($884—$1,075) , effective October 15, 1975, as requested by the Director, Human Resources Agency. PASSED by the Board on October 21, 1975. 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, Human Resources Supervisors Agency Director of Personnel affixed this 21st day of October 19 75 County Auditor-Controller J. R. OLSSON, Clerk County Administrator By ! "dip Deputy Clerk May Cra Ih4J��j+tl� H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Authorizing Agreement Between AS THE EX-OFFICIO GOVERNING Pinole Fire Protection District BODY OF THE PINOLE FIRE and City of Pinole. PROTECTION DISTRICT OF CONTRA COSTA COUNTY IT IS BY THE BOARD ORDERED that Supervisor W. N. Boggess, as Ex-Officio Chairman of the Governing Body of the Pinole Fire Protection District of Contra Costa County, is authorized to execute an agreement between the District and the City of Pinole, under the terms of which the City agrees to provide fire protection services to the District for the period July 1, 1975 through June 30, 1976, at a cost to the District of $102,300, under terms and conditions as more particularly set forth in said agreement. PASSED AND ADOPTED on October 21, 1975. 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 21st day of October 1975 J. R. OLSSON, Clerk BKAI �s ri:�' Deputy Clerk H 24 12/74 - ,5-nn Maxine M. Neuf d Orig. Dept. County Administrator CC. City of Pinole Pinole Fire Protection District County Auditor-Controller County Administrator req FIRE FIGHTING EQUIPMENT AND SERVICES IN UNINCORPORATED .AREA OF PINOLE FIRE PROTECTION DISTRICT 1. Date & Parties. Effective on July 1, 1975 , the following public entities in the County of Contra Costa, State of California, PINOLE FIRE PROTECTION DISTRICT ( "District") and City of Pinole ( "Fire Agency") , mutually agree and promise as follows: , 2. Purpose & Prior Agreement. Fire Agency has an organized fire department with trained personnel and fire fighting equipment and certain auxiliary equipment; but District does not have adequate personnel or equipment to cope with all fires which develop in its territory, and so must contract for the use of Fire Agency's personnel and equipment; and this agreement supersedes their similar agreement dated July 1. 1974 • 3. Payment, Taxes. District shall pay Fire Agency $ 102 .300.00 for its services hereunder, payable one-fourth on August 25th, one-fourth on November 25th, and one-half on April 10th. District shall levy taxes to raise these sums. 4. Responsibility Limits. Fire Agency shall respond to all calls at all times to extinguish fires within those areas of the District delineated on the attached map (by this reference incorporated herein) , insofar as it reasonably can, considering the character, amount and condition of repair of its equipment, the training and experience of its firemen, and the primary responsibility it has to fight fire and protect and preserve property and lives within its own territory. 5. Extra Services. Upon written request of District property owners acid/or residents, Fire Agency shall provide fire prevention services in addition to the other services it renders hereunder, insofar as it reasonably can. 6. _Command. All of Fire Agency' s fire fighting activities hereunder shall be under the supervision, direction, and command of its Fire Chief, or in his absence of its senior fireman present, whose judgment and decisions shall control in all cases. 7. Duration. This agreement is effective through June 30. 1976 , but it shall be deemed to have been renewed from year to year thereafter unless either party (at least 60 days before the date of expiration or the ex-piration of am- period of renewal) gives written notice to the other party of its election to terminate. "Distr- t" "FIRE AGENCY" N. By C< < By air f Board of S v L rr,t as / Name Chairman of District's Governing Body OQT 21 1975 ,AI ATTEST: J. R. OLSSON Mayor•; City of Pinole County Clerk and ex officio Clerk of Title the Board of Supervisors B}�/ ATTEST: _ j A���Ro��ED as To FoR.i: JOHN B. CLAUSE•7, County Counsel Microfilmed %v" board orc�_c. 00340 NRS_-�,r�w, yea .--•^''- ? o. �•, Ott:�� � h•• � .t,...- • f��•79�C~;'`� ��'�', •�� t / 1�: •FEZ. •tl�j 'h.'1 t�w�.,R°j��• '\ ,SOF- �. .t1 0. Ar •�.�t• 3w!•''"•�r •-• , w•�'teruu+ -prs-- '4•.• `• oit ZZ •t sir_, J e �'�" '� •--..1�'+••.�1\ '• •f:t M O 1.-t R ,NON°. A.. ,••i jT''�;aQ [•. % - � ,,.r' �• ..tet` -:� t..`,♦1 '=-� '�: � ,>.•- •Q i - � �/"" "` ': '�.,�}14. . _..�\"��. �--t�� ....i►� '\�(��•;-:�•••s, ,�� 1. � ,y+ L- I � � :' ',fir" '� [lo "..1,�,•-•.� t ,�y' i ` ,.���^•c ,.N'b .t,f�l M �. ;'•-,, " «.�'•"d ..,i�J": j ;''�'• � �- :tea 'C� ,:-•P.?:::• [ •..•• 1•�..• •[...1•.. MIS pe ij t .A sssOlU Is se it oss Vv- �• .• 1,� f, rI , 1 1 tTr '� r. • • x_ta '� tib•-- t� Ns //(' ^_„_�,- -�7 f � � •c.,s- , � � :� ^i: ' .w••„R V_' t�� "'.^' •A e"ll t4'i�� {l.` / ( . o+ `.c••'n�'� 'I• j. s O, .' .L -,. •� '.; '• .;,,, j 1� 1 - �•, \. •t--•• yam• •V 'rj' ,• �! �, 5...«..�� = ;.. ' •••'r,..a i• ::• ... .. _ Ivy 4'+ :�••.-•. r% :. • �,• w r i • ••roc- 66* _N a i \'ti y�•� t�: �• t! •:_i•; 't{'t � � y�t N .. �•.�`;�v���,�. �' \ aV J'r � �•'�i• t f � .: ,��i_ �� .r"" t': ,may}..��-aWc. � :t�• • t.. 11 j', � t '�,�„• � .✓'� � ',_ 10. at \ •.�'��ti �V.••� tr yV.�/ -�Y 7 iy is i.•`r�•� s[aa°'t s' -T•_ ..\. •5:�,.,-�` i� .t ter-• •4 -�• `.' it t r• 1 �� ,1at \ .�.•,.,r.��"��. i ..•��* f. '.,+, 4,• d' •'.'�.fit, � "' '- I 1 • ••• fir`L i:i�e !1� =',,s '•� J• °' •�y,i Y . ',{,! .l:a•• .4• • A I•r • t 0 In the Board of Supervisors of Contra Costa County, State of California October 21 , 1975_ In the Matter of Fee-For-Service Contracts Implementing New Rates of Pay For Certain Physicians Utilized by County Medical Services In connection with the rates of compensation for fee-for-service physicians utilized by County Medical Services and the County Health Department, this Board on July 23, 1974 adopted Resolution No. 74/636A setting the rates for same; and This Board today having received contracts with those fee-for-service physicians whose names are listed below: Medical Services Number Rate Effective Date Miles Graber 26-663-1 $17.00 per hour July 1, 1975 Thomas Lenz 26-668-1 $17.00 per hour July 1, 1975 Duane A. Olson 26=676-1 $17.00 per hour July 1, 1975 IT IS BY THE BOARD ORDERED that said contracts are approved with the understanding that additional monies will be paid for July, August, and. September, 1975, to said physicians, being the difference between contracts expiring June 30, 1975 and new contracts as specified below: Name Number Received to Date New Contract To Be Paid Miles Graber 26-663-1 $5686.50 $5767.25 $ 80.75 Thomas Lenz 26-668-1 $5686.50 $9486.00 $3799.50 Duane A. Olson 26-676-1 $3791.00 $5890.50 $2099.50 IT IS BY THE BOARD ORDERED that said contracts are APPROVED and that thereafter payment will be made according to the terms of the contracts. IT IS FURTHER ORDERED that the Director, Human Resources Agency is AUTHORIZED to sign the contracts on behalf of this Board. Passed by the Board on October 21, 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Su Attn: Contracts Admin. pwvkors cc: Medical Director af$xed this 21st day of October 1975 Acting Health Officer J. R. OLSSON, Clerk Director of Personnel By Do" Clerk County Administrator County Auditor-Controller N. In aham H 24 8/75 10M I s � � CCC-Standard Form:-' �H 114600. August 1074 AGREEMENT FOR PROFESSIONAL SERVICES ' ^ (Contract Paid Physicians) .. L. 0 - 26 - 663 -t..•.....«.....w�w�ttlS3wtf t : Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Miles Graber, M.D. (address) 2013 1/2 Hearst Ave. , Berkeley, CA 94709 Phone 841=8538 (b) E09 Physician E ] Dentist E ] Podiatrist E ] Psychiatrist E ] Orthodontist E ] (c) Method of Payment Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 1+0.00 per :reek Rate: S $17.00 Per {-four E ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week L _1 Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: E ] Yes PC] No (e) Effective Date jaly 1, 10175 (fl Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated .as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by wunty employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic natters, as indicated in Section 2. (b) , pursuant to Government Code Section 310�O and wealth and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and Iocations specified by the Medical Director or Ilea Ith Officer. The aforenamed shall provide Contractor with a schedule of professional services reasona5ly in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d). ) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, throuch the next following June 30th, but it may be cancelled by mutual consent, or by" either party, by clivi.:y 30 days a6vance written noT i ce thereof -.0 the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the _ County .aarea the -Board. subsequent-contract w i I I rlepresent--the resuIt►of aII. - - - - - - - nerotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata ar.-ount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8. 1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Reoulations. Contractor agrees to abide by all rules, regulations and procedures for the opera;icn of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or ad:ainistration. 11 . Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit radical corporations. 12. insurance. County snaii 'Keep in eTTec-r- a policy or policies or iiapiiiTy insurance, including professional malpractice liability with total limits of-not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assinnment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY - /J /' CONTRACTOR q BY Director, Human Resources Agency :tiles Graber, I.I.D. ATTEST: J.R. OL SSOl, County Clerk and ex officio Clerk of the Board By Deputy RECO"•jENDED FOR APPRC)VAL: AW,101ILEDGED: C. L. Van Marter Director, Human Resources Agency u George De0an, 1M.D. I'edical Director or Health Officer y CCC Standard` Form• 144600 August 1974 AGREEMENT rOR PROFESSIONAL SERVICES (Contract Paid Physicians) 6. 1.. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Thomas Lenz, M.D. (address) 1482 Ashwood Dr. , Martinez, CA 94553 Phone 228-1492 (b) EO`] Physician E ] Dentist E ] Podiatrist [ ] Psychiatrist E ] Orthodontist E ] '(c) I'ethod of Payment Hourly Paid Contract: Contractor paid for each hour of actual service rendered (riot including on-call time) in accordance with established schedule. Scheduled Hours 40'00 Per week Rate: S 1T.00 Per Hour ] 1:eekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( includes payment for on-call services if so indicated in 2. id). ) Rate: S Per Meek I� J Monthly Paid Contract: Contractor paid for services rendered durina a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) td) On-Call Availability: E ] Yes FX] No (e) Effective Date July 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and raquires professional services to supplement those rendered by County employees Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and -training in medical and therapeutic matters, as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The zforena^ied shall provide Contractor with a schedule of {professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the. Contractor. In cases of emergency or where otherwise required, the Medical Oirec;or or Health Officer may make such chances in the duty schedules as are req;.irej. If availability for on-call duties is indicated (Section 2. (d). ) the Contractor shall be for such on-call services as required by the County. 5. Tern. The terry of this agreement shall be from its effective date, as indicated in Section 2, through the next followina June 30th, but it may be cancelled by mutual . consent, or uy either p-irty, by B i v;..y 30 days awance written not;�e theraof ; the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Mard, accepted in writing by the Contractor. The Contractor and the Cotlnt,y-adree-that-each-subsequent; contract'wi I i exapresent the result of all -VV . 345 nLr.o:-iations between the Contractor, County and any ogganization representing the. Contractor. 7. Pay.rent. Each month the Contractor shall submit a written invoice on the form e prescribed by the County, clearly showing services rendered to the County. 1f.the . services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to.the value of services rendered to services scheduled will be made. Upon processing of each invoice and apprnval by the County Medical Director or Ilealth Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. B. 14-ileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. P.eculations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Pledical Services or the Health Department.. 10. Status. Contractor functions as self-employed, .independent agent,. providing processional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. I1. Privileaes. Contractor will retain the right to belong to and. be .represented by .appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. i2. 1iisui-drn:e. County shdii keep in eiiecT a pot cy or policies or iiaoiiiTy insurance, including,professional malpractice liability with total limits of-not less than 55,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement.. 13. Assianment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer.. COUNTY CONTRACTOR rBYit qua. vii w d S Director, Human Resources Agency Thomas Lenz, 1`.D. ATTEST: J.R. OLSSGN, County Clerk and ex officio Clark of the _%ard By , Deputy REC01: CCC Standard Farm s , , M4600 August 19/4 r• • AGREE14ENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) 715 •i . Parties. The County of Contra Costa ("County") and the below-named Con-tractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Dua-ne Allen Olson, M.D. (address) 1021 Shell Ave. , Ma:-tinez, CA 94553 Phone (b) ] Physician [ ] Dentist [ ] Podiatrist ] Psychiatrist [ ] Orthodontist [ ] .,.(c) Method of Payment [= Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 40.00 Per wee=k Rate: SPer Hour [ ] Meekly Paid Contract: Contractor paid for services rendered during, a week in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d). ) Rate: S Per Week L _I Monthly Paid Cc-t:•a-zt: Contractor Paid fer services rendered �urino a month in accordance with established schedule. ( includes payment for on-call services if so indicated in 2. (d). ) (d) On-Call Availability: [ ] Yes [ ] No (e) Effective Date July 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires profass:onal services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly chance assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the t"edical Director or health Officer may make such changes in the .duty schedules as are _ requirod. If availability •for on-call duties is indicated (Section 2. (d). ) the Contractor shall be for such on-call services as required by the County. 5. Term. Tho term of this agreement shall be from its effective date, as Indicated in Section 2, through the next foliowina June 30th, but it may be cancelled by mutual consent, or by e i th%,r party, by 0 i v i,:y 30 days aLvance written no'i ice thereof -3 the other. 6. Mod ifIcat ion and Extension. This contract may be modified and/or extended by writton order of fho Board, accepted in writing by the Contractor. The Contractor and the Coun t-y nrce that each subsegt 1rt--contract will *,,prosent the resu I t o 6M7 j nego-iiations between the Contractor, County and any organization representing the Contractor. ' 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each Invoice and approval by the County iAedical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate Indicated In Section 2. (c) or pro rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel * lnvolvina the performance of his services.' Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. It. Privileges. Contractor will retain the right to belong to and be represented by appropriate nrofessional organizations such as physicians unions, medical societies and non-profit medical corporations. i2. Insurance. County snaii keep in eifect a poi icy or poi icies of iiaviIity insurance. including professional malpractice liability with total limits of-not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY , CONTRACTOR E3y ✓,J� 'C!/ .r'� . r � L,� .u!cucc� G( 7n ��, /lr. kAl ,rIv Dwane Allen Olsor., M.D.�— Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board B y Deputy RECOi'IENIDED FOR APPROVAL: ACKNOWLEDGED: C. L. Van Marten Direc/tor•, Human Resources Agency Gear�,e Y Dego n, M.D. . Modica! Director or Health Officer In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 In the Matter of Fee-For-Service Contracts with Physicians, Dentists, Optometrists and Podiatrists Utilized by the County Health Department and County Medical Services In connection with the rates of compensation for fee-for-service physicians, dentists, optometrists and podiatrists utilized by County Medical Services and the County Health Department, this Board on July 23, 1974 adopted Resolution No. 74/636A setting the rates for same; and This Board today received contracts and/or amendments thereto with those fee-for-service physicians, dentists, optometrists and podiatrists whose names are listed below: Health Department Number Rate Effective Date Anita Mitchell 22-562 $17.00 per hour September 1, 1975 Richard Pascan 22-563 $17.00 per hour September 22, 1975 Tom Bell 22-565 $17.00 per hour September 24, 1975 Leonard Fox 22-564 $17.00 per hour September 15, 1975 Donald Sokol 22-566 $17.00 per hour October 16, 1975 Catherine Briggs 22-567 $17.00 per hour October 1, 1975 Medical Services Kwok Chan 26-736 $17.00 per hour August 23, 1975 Richard Sterling 26-737 $14.10 per hour August 21, 1975 James Hundley 26-738 $17.00 per hour September 19, 1975 Terry Toranto 26-739 $17.00 per hour August 21, 1975 Kenneth Rothman 26-740 $17.00 per hour September 21, 1975 Milton vonRydingsvard 26-741 $17.00 per hour September 22, 1975 Steven Weiss 26-742 $17.00 per hour September 23, 1975 Ervin Brotman 26-743 $17.00 per hour October 1, 1975 IT IS BY THE BOARD ORDERED that said contracts and/or amendments thereto are APPROVED. IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to sign the contracts on behalf of this Board. Passed by the Board on October 21, 1975 I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts Admin. Supervisors cc• Medical Director affixed this 21st day of October . 19 � Acting Health Officer J. R. OLSSON, Clerk Director of Personnel By Deputy Clerk County Administrator N. , In sham County Auditor-Controller g 00M9 H 24 8/75 10M CCC' Standard I-orin 1 - 1.14600 August 1974 AGREEMENT FOR PROFESS I Cn^!AL SERVICES (Contract Paid Physicians) 6 NUMBER .--2- -C�._............s.u.�s MJs�i I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Anita Mitchell, M.D. (address) 3031 Telegraph Avenue, Berkeley, Suite 136, 94705 Phone 849-0900 (b) fix] Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [%2 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours No more than 40 hrs. Per week Rate: S 17. 00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) , Rate: 5 Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Ca I I -Ava i 1 ab i-I i ty: E-3 Yes - xf�x] No (e) Effective Date (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as Dart of maximum yearly salary and treated as a separate service not covered_ under the teras on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor -is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and 7heraDeutic matters., as indicated in Section 2. (b), pursuant to Government Code Sec'i 31300 and Health and Safety Code Section 1451 . 4. Services. Contractor small render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenared shall provide Contractor with a schedule of professional services re3sonably in advance of their effective dates. The County shall not arbi,r_rily or abrurTly change assigned duties without consultation and agreement Of rze Contractor. In cases of emergency or where otherwise required, the Mndiczi E?irec=;r or Health Officer may make such changes in the duty schedules as are require,. If availability for on-call duties is indicated (Section 2. (d).) the Con'+ ra::TOr shall be for such on-call services as required by the County. 5. Term... he term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the otner. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will 0epresent the result.of all ns between Re Zontractor, Y an Count and org nization representing the neaot�atio Y Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services' scheduled, a pro-rata payment proportionate to the value of services rdndered to services scheduled will be made. v Upon ,processing of each invoice and approval by the County Medical Director or . Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. ' 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services og the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against: a self-employed person. Contractor does not assign such obligation to the County for collection or administration. I.I. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shalt keep in effect a policy or policies of liability insurance, Including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assianment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. . COUNTY �,q� CONTRACTOR By1 sem. r , �.�.1� �V Com✓ oS /1h.�.�cJ�-�-L� Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy . RECO"•t•',E;:DED FOR APPROVAL: ACKNOWLEDGED: Director, Human Resources Agency Med Val Director or Health Officer CCC Standard Form .- - 1.14600 August 1974 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians)NUMBER .?,, 2 -5 6 S 1. Parties. The County of Contra Costa ("County") and the below-named Contractor muteially agree and promise as follows: 2. Variables. ' (a) Contractor (name) Richard Pascan, I.I.D. (address) 1511 Arch Street , Berkeley, Ca. 94708 Phone 548-4653 (b) Ex] Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [x] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours Not more than 40 hrs. Per week Rate: 17 .00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a. week in accordance with established schedule. (includes payment for . on-call services if so indicated in 2. (d).) Rate: S Per Week . [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule.- (Includes payment for - on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes Wj No (e) Effective Date September 22, 1975 . (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor-is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, -as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may mace such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) tine Contractor shalt be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual • consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the resu_ lto4.'.of all _ ��lf35 necotiations between 11I .Contractor, County and any of ization representing the Contractor. 7. Payrent. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section -2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated In Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement= '--.: according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. .9. Reaulations. Contractor agrees to abide by all rules, regulations and procedures for -rhe operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. Ii. Privileaes. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit nedical corporations. 12. insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of.not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. 'Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR r• By Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECO(" ENDED FOR APPROVAL: ACKNOLJLEDGED: 'Direttor, Hurgan Resources Agency hied i ca I D i rector or Health Officer 0=3 -Cly 5iandard rorm 144600 Auaust 1974 • . AGREEMEh1T FOR PROFESSIONAL SERVICES (Contract Paid Physicians) 2 2�-� . ................. ! . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Tom Bell, M.D. (address) 7763 Stockton Avenue El Cerrito, Ca.94530Phone 527-2984 (b) C-K] Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment Ex3 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours Not more than 40 hrs. Per week Rate: S 17_00 I Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) Rate: 5 Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) - (d) On-Ca! l Availability: [ ] Yes [xl p!o (e) Effective Date September 24, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as cart of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor -is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health' Officer. The aforenan.ed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assioned duties withou+ consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d). ) the Cc-tractor shall De for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will de-present the result of all negotiations between the .Contractor, County and any organization representing the Contractor. 7. Payment. Each r.�onth the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. S. Mileage Re.i.mbursement. The Contractor sha I I be entitled to mileage reimbursement: -j according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. II. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of--not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for The County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with-- out the expressed permission of the County Medical Director or Health Officer. COUNTY / / CODITRACTO€t By Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOWAIENDED FOR APPROVAL: ACKNOWLEDGED: Director,_,Hu-?n Resources Agency PdedYcaI Director or Health Officer r CCC S t-andard rorty I44600 Auaust 1974 AGREEMEtIT FOR PROFESSIONAL SERV I CES (Contract Paid Physicians) I . Porties. The County of Contra Costa ("County") and the below-named Contractor r=j,;ually agree and promise as follows: 2. Variables. (a) Contractor (name) Leonard Fox, M.D. (address) 6 E. Captain Drive Apt. 329 - Emeryville, Ca. 9.4608 Phone 652-3027 (b) [.%:a Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] O::-hodont i st [ ] (c) Method of Payment [xx] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours Not more than 40 hrs Per week I Rate: $ 17-00 ! Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) Rate: $ Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [O Dlo (e) Effective Date September 15, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as cart of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees:. Contractor -is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, -as indicated in Section 2- (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services described above ( including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the liedicaI Director or Health, Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of trio Contractor. in cases of er*_'r e:ency or were Gyi�e� requ i red, the -Medic:'1 Director or Health Officer -n2v make such chances in the duty schedules as are required. If availability for on-call dult-;es is indicated (Section 2. (d) . ) the Contractor snail ne for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, throuah the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Ex-t•ens!on. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will represent the result ofall nanotiations between the -Contractor, County and any organization representing the Contactor. 7. PayT�nt. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileace Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will 'be submitted monthly on "demand" vouchers in accordance with established procedure. 9. ReQulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing . professional services. Contractor is, therefore, solely responsible for self- employment Social Security tares, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of.. not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for The County under this agreement. 13. Assinn.-ent. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR By �!� ,f� f s%i %=f�'✓t`�� --v�.z.,�'1 - CJ Director, Human Resources Agency ATTEST: J.R: OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOMMENDED FOR APPROVAL: ACIUJOWLEDGED: Director, Human Resources Agency Ned 1caI Director or Health Officer i OOM7 CCC dard orm tf4600taAugustr 1974 00 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER I . Parties. The County of Contra Costa ("County") and the below-named Contractor I mutually agree and pramise as follows: 2. Variables. (a) Contractor (name) Donald Sokel, M.D. (address) 488 - 41st St. Oakland, Calif. Phone 653-3569 (b) Ex3 Physician [ ] Dentist [ J Podiatrist J Psychiatrist [ J Orthodontist [ J (c) Method of Payment E-xl Hourly Paid Contract: Contractor paid for each hour of actual service - rendered (not including on-call time) in accordance with established schedule. Scheduled Hours IQo more tnan 40 hrs. Per «eek Rate: $ 17.00 Per Hour [ J Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week J Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) - (d) On-Call Availability: [ ] Yes No (e) Effective Date October 16, 1975 (f) Conpensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County ooerates a Health Department and a County Medical Services and requires professioral services to supplement those rendered by County employees. Contractor-is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services- as are required at tures and locations specified by the Medical Director or Health Officer. The aforenamed shalt provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abrupT!y charge assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwisc required, the Medica! Director or Health Officer may rrake such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all - negotiations between *.Contractor, County and any orgization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the Ccunty shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursementii;iukt according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for- collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and nor-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policie3 of liability insurance, including professional malpractice liability with total limits of not - less than $5,000,000 covering both the County and Contractor for services pdrformed by the Contractor for the County under this agreement. 13. -Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY v � r �,� , CONTRACTOR . r/ 05�- WdWida-VIt Slds'/ .. � 7 5 Director, Human Resources Agency �, �� �� s�i� ,{�j►�. --� fes., ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board " By Deputy , RECO MENDED FOP, APPROVAL: ACK OI-ILEDGED: . Director, Human Resources Agency 1%fidiy41 Director or Health Officer s.� _ CCC Standard Farm _ (•14600 August 1974 • • AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER ..�_`......�........................ I'. Parties. The County of Contra Costa ("County") and the below-named Contractor mu•,ually agree and promise as follows: 2. Variables. (a) Contractor (name) Catherine Briggs, M.D. (address) 877 Revere Rd. Lafayette, Calif. Phone 254=2294 (b) EY] Physician E ] Dentist E ] Podiatrist E ] Psychiatrist •E ] Orthodontist E ] (c) Method of Payment EX3 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. i Scheduled Hours No more than 40 hrs. Per creek Rate: $ 17.00 ( Per Hour E ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( Includes payment for on-tail services if so indicated in 2. (d).) Rate: S Per Week - E ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: E ] Yes fix] No (e) Effective gate October 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as cart of m6ximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor -is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, •as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health" Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may .make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d). ) the Conrrac'lor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, throuoh the next following June 30th, but it may be cancelled by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County aaree that each subsequent contract will riepresent the- result of at 00360 ne.;otiations between ,Contractor, County Y 9 and an orjIzation representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form psyscribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services _rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursements :,.: � . according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Reeulations. Contractor agrees to abide by all rules, regulations and procedures Tor the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and •be represented by. appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY /'.� J ' CONTRACTOR � B cs%C f tt�. j/`r f �'� %if � z Cit .��,� L * no Phpd 1'i-pry/./f-pAtA/P#/�ppjeryj rprs Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOt",ENDED FOR APPROVAL: ACKN011LEDGED: • j Director„ Human Resources Agency( Medical Director or Health Officer _ 00361 • CCC Standard Form 144600 Auc;ust 1974 AGI:r IMEI IT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) ry cc�� 1 . 6 °' 3034 UA� ER ----------------------..........,..,_.:., 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (Hama) Kwok Chan, M.D. (address) 20"38 23rd Ave. , San Franc=sco, CA 94116 Phone 665-3085 Lb) LJXXj Physician 13 uenTIST E 3 Foaiarrisr ] Psychiatrist C ] Orthodontist E (c) Method of Payment CIJ Hourly paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 20.0`} Per %reek Rate: S 17.00 Per Hour E 3 Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Meek L .) Monthly Paid Contract: Contractor paid for services rendered during a month in accordance wish established schedule. ( Includes paymen•t. for I sc .iCVJ so Indica cd in L. (Y%.) (d) On-Call Availability: E ] Yes F'] No (e) Effective Date August 23, 1975 , (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated �as a separate service not covered . under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement 'those rendered by County employees. Contractor is specially trained, experienced and competent to perform special . professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. - 4. Services. Contractor shall render the services described above (including all services ncrmally and custorarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Ut t i cLr. '1 tie a torena;oaa sra i I provide Conrractor rr l th a scheau I is of protess i ona I services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Cff icer n3,, male such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective dates as indicated in Section 2, throunh the next following June 30th, but it may be cancelled by mutual consent , or by eltt..;r party, by giving 30 days advance written no•i '&Le thereof o the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of. the Bo6rd, accepted in writing by the Contractor.. The Contractor and the County agrae that each .subsequent- contract will ilep resent the result of all 003M I nems inions between the Contractor, County and any organization representing the Contiactor. 7. Payirii�o t. Each month the Contracl or shall submit a written invoice on the form prescribed by the County; clearly showing services. rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or . (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Miedical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. i2. insurance. COMITY snaii Keep in errect a policy or policies or iiaaiiiTy insurance, including professional malpractice liability with total limits of-not less than 55.000.000 covering both the County and Contractor for Services perfermed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY ,�' 1'-% � CONTRAQT,OR By Qua( dw •L• Director, Human Resources Agency Kwok Chan, M.D. ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board ay , Deputy RECO MENDED FOR APPROVAL: AC101011LEDGED: C. L. Van barter Director, Human ^9ancy ecr3e _Tr,4g i&i,U'.D. Medical Director or health Officer CCC Standard Form j • : 144600 August 1974 AGREEMENT FOR P.40FESS I O,IIAL SERVICES (Contract Paid Physicians) 737 6_�: I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Pichard B. Ster?i c, D.D:S. (address) 175 Sierra Drive #110, Walnut Creek, C4 94596 Phone (b) [ ] r%y s I I an ] Dem i is f [ Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [al Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call tirra) in accordance with establishes: schedule. Scheduled Hours 16.00 Per wee: Rate: S 14.70 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. ( includes payment for on-call services if so indicated In 2. (d).) Rate: S • Per Week ' (, l4onth!y Pa i d r:rtrzct: Contrac e- 2a i d for ser•:i ces rendered dur i ne a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: P-] Yes [ ] No (e) Effective Date Aumm�t 21, 19T5 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. Purpose. County operates a Health Department and a County Medical Services and requires professlonai services to supplement those rendered by County emplayees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section.1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are renuired at times and locations specified by the ?,ad1caI Director or ilea Ith Officer. The aforenamed shall provide Contractor with a schedule of protessionat services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties 1thout consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Cortr3:tor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shalt be from its effective data, as indicated In Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by e i Tt:;;r party, by n i v i,:w 30 days u::vance written notice thereof •0i the other. 6. Modification and Fxtansion. This contract may be modif led and/or extended by written order of the Board, accepted In writinn by the Contractor. The Contractor and the County agree thist each subsequent contract will daprosont the rosulf of all 00364"' : nonntiations between thtContractor, County and any orno zation representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by tho County, clearly showing services rendered to tho County. If the services rendered by weakly or monthly Contractor are not equal to or greater than the sorvices scheduled, a pro-rata payment proportionate to the value of services rendered to services-scheduled will be made. Upon processing of each invoice and approval by the County Medlcal Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate Indicated in Section 2. Cc) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mi.leane Reimbursement. The Contractor shall be entitled to miloage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. d 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. - i2. Insurance. County snaii keep in effect a policy or poi icies of iiaoiiiTy insurance, Including professional malpractice -liability with total limits of not less. than $5,000.000 covering both the County and ^oetrzctor for sorvicds pirfor. d ty the Contractor for the County under this agreement. - 13. Assignment. Contractor shall not assign or transfer any interest hereunder w1th- out the-expressed permission of the County Medical Director or Health Officer. COUNTY /r �7� • CONTRACTOR By A riI Wed 31 Ash afm taml 0.1eh,ra � . 3terlfn^;, Director, Human Resources Agency ' 'ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board BY , Deputy RECUMMENDED FOR APPROVAL: ACIW (LEDGED: . . _ C. L. Van Mgrter Director, Iluman Resources Agency • - �• w '� - Medical Director or Health Officer 0t .. : ... .- - CCC Standard Form 144600 August 1974 AGREEMENT rOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUINAMERZE38 -7 t. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. , (a) Contractor (name) Jmmes R. rHundlj-y, M.D. (address) 1407 34th Ave. . San Franc=sco, CA 94122 Phone -5.66-1563 (b) [ ] Physic.lan [ ] Dentist [ ] Podiatrist [0] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours •�� Per Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week [ ] Men+h!y Paid Contract.: Contractor paid ser so^rices rendered durirq a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d). On-Call Availability: fir] Yes [ ] No (e) Effective Date Se-tent,?r 19, 1975 . (f) Compensation for anesthesia services on-call (if applicable) will - be as per Board Order currently in effect covering these services and not-computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. ' Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000'and Health and Safety Code Section 1451. .4. Services. . Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are rcruired at tines and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where: otherwise required, the Medical Director or licaIth Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by e i t::;;r party, by n i v i.:w 30 days au.ance written notice thereon -a the othor. 6. Modification and Ex-tonsion. This contract may be modif led and/or extended by written . ordor of the linard. acc`pted in writing by the Contractor. The Contractor and thn County anroo that each subsequent contract w I I I doprosent the result of n I I • 00366 negni iations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered hj weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each Invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each h6ur approved; or (b) If weekly or monthly paid, at the rate Indicated In Section 2. (c) or pro- rata amount fuer said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involvina the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. II. Privileaes. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. i2. int;urance. Countv snaii keep in effect a policy or poiicies of iiaDiliry insurance. including professional malpractice Ilabiiity with tOtai limits of-not les�; 'than $5,000,000 covering both the County and Contractor for services performed by =he Contractor for the County under this agreement. 13. Assinnment. Contractor shall not assign or transfer any interest hereuneer with- out the expressed permission of the County Mledical Director or Health Officer. COUNTY / r/� CONTRACTOR ooer y ;� �C•..f/-aC�r/L/ vim-. ;M07 WAS//5A ATi.IAOTA/ „Tqn R. Hundley. t' D. Director, Human Resources Agency { ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board E3y Deputy RECOMMENDED FOR APPROVAL: ACKNOWLEDGED: C. L. "an '•carter Director, Human Resources Agency Medical Director or Health Officer CCC Standard Form' , ' • • 114600 August 1074 AGREEMENT FOR PROFESSIONAL SERV i CES (Contract Paid Physicians) :� NUMBER 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Ter J. Tomato, 1I.D. - (address) 1031 Bella Vista, 00rcland, CA 94610 Phone 536-Te36 (b) [� Physician [ ] Dentist [ ] Podiatrist. [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call tires) in accordance with -established schedule. -Scheduled Hours Per *fr^ek Rate: S 1' ' '0 Per Hour . E ] Weekly Paid Contract: Contractor paid for services rendered during a week In accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week (. .1 Month i y Paid „^::tract: Contractor p p i d for services rendered eu..-i na a rronth i^ accordance wi+h es+ahlished scheduie. ( includes Daymeen7' for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes - ] No (e) Effective Data Aug'-'4t T! , 1075 (f) Compensation for anesthesia services on-call (if applicable) -will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County emplayees. : Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Healtn and Safety Code Section 1451. 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at Times and Ircations spec ifIad by the Mod icaI Director or health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assinned duties without consultation and agreement of the Contractor. An cases of emergency or where otherwise required, the M-adical Director or Health Officer may make such chances in the duty schedules as arc _ required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call servicers as required by the County. 5. Term. The term of this agreement shall be frog its affective date, as indicated in Section 2, throuptr the next following June 30th, but it may be cancelled by mutual consent, or by e i tht_.- party, by clivi.:y 30 days a;.lance written notice thereof ;a the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Hk:ard, accepted in writing by the Contractor. The Contractor and the. County apron that each subsequent contract w I I I riaprosont the resu I t.of a I I �rQQ nerotiOttions between the Contractor, County and any organization representing the Contractor. ' 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services. rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated In Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8. 1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Reputations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing prefessiona! services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against .a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11 . Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. - i2. lnsurarice. County snaii keep in eifect a policy or poiicies of liapllity insurance. ...v......iJ . v .....r.v.... ......:v:`G�_ i:_ to . . .y (1� V •.... .- •... v :.: $5,000,000rcoverinq both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY /* �`f� ,CONTRACTOR By- }J t ;�rir11!'��I�Y fJ��Ylt��FFF 1'�PNd � 74r tc T. Torre Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ea officio Clerk of the Board By Deputy RECO t•'ENIDED FOR APPROVAL: ACKNOWLEDGED: C. i,. Van "arter Director, Human Resources Agency � �• Medical Director cr Health Officer L4-t. J 1 Ofluisrug 01 In M4600 August 1774 1 AGmEMEtIT I OR P:sOFESS 1 ONAI. SERV I CES (Contract Paid Physicians) NUMBER . -.7.. ..0.............._. I. Parties. The County of Contra Costa ("County") and the below-namod. Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Mmueta L. Rothman. M.D. (address) 89 Arden Road, Herke3Ay, CA 94T04 Phone 48-0685 . (b: P`:--.-!clan [ ] rMnt:st E 3 Podiatrist 13 Psychiatrist E ] Orthodontist E (c) Method of Payment E4 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in aceordance. with'established schedule. Schedu I ed Hours '" ^•'' Per Rate: S 17.00 Per Hour E ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment.-for . on-call services If so Indicated in 2. (d).) Rate: S • Per Week E j I ith1y Paid Co.^trect: Contractor paid for services rendered- durinq.a month In accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) •(d) On-Call Availability: E ] Yes No (e) Effective Date Seate-,ber 21. 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per. ' Board Order currently In effect covering these services and not computed as part of maxim= yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31003 and Health and Safety Code Section.1451. 4. Services. Contractor shall render the services described above (including all sorvicos normally and customarily connected therewith) and such additional services as are required at t1mes and Iocations spec ifiod by the Mad ica1 Director or ilea Ith Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of er-arc:ency or whArp otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as aro required. If availability for on-call duties is indicated (Section 2. (d).) the Ca tra-tor shall be for such on-call services as required by the County. 5. Term. The torn of this agreement shall be from its effective data, as indicated in Section 2, through the next following Juno 30th, but it may be cancelled by mutual consent. or by o i tl.sr party, by g i v i..,, 30 days ec ianca wr I t•ten notice thereof 60 the other. 6. Modification and Fxtonslon. This contract may be modified and/or extended by•writton ardor 61—fio-Bourd, accepted in writing by the Contractor. The Contractor and the County aproe that each subsequent contract will doprosont' the result of all _ 00370 - _.. 4 negotiations between *Contractor, County and any orgaanization representing the Contractor. - 7: Payment. Each month the Contractor shall submit a written invoice on the form prescrit:cd by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated In Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. :s 9. -Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies - and non-profit medical corporations. ic. insurance. County snaii keep in effect a policy or poi icies of iiaoiIity insurance. including professional malpractice iiabiIity with total limits of..not less than: $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assinnment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY / f f i.' CONTRACTOR QhWMrkQ4r/,/A ibwqfAN/SLOQ104109frN Kenneth L. Rothman, M.D. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOI.NENDED FOR APPROVAL: ACI04O11LEDGED: . C. L. ar Marter Director, HuMan Resources Agency .ac. DM» ten. • .. - D. Medical Director or Health Officer �wm - CCC Standard Form , - • • 144600 Augus t 1974 AGREF14ENT FOR PROFESS 1014AL SERVICES (Contract Paid Physicians) • NUMBER- 1. UMBER1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) ?Milton Ross •ro-1P,_rcinMv3:-d, :4:D. (address) 2325 Webster Street, Berkeley, CA 94705 Phone 849-4557 - (b) [•` Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment ' C::3 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call tim3) in accordance with established schedule. . Scheduled Hours 30-00 Per Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S . Per Walk L j Monthly Paid Contract: Contractor paid ser cer•:ice_ rendered dur;nq a month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes - No (e) Effective Data S'_ntarber 22, 1975 . (f) Compensation for anesthesia services on-call (if applicable) will- be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Sectign 31000 and health and Safety Code Section 1451 . 4. Services.. Contracior shall render the services described above (including. all services normally and customarily connected therewith) and such additional services as are required at ti=pis and locations syncifipd by the Medical Director or FleaIth Officer. The aforena.:sed shall provide Contractor with a schedule of professional services reasonatly in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Mad ical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The tarn of this agreement shall be from its effective date, as Indicated in Section 2, throunh the next follawinn June 30th, but it may be cancelled by mutual consent , or by e i t;sr party, by q i v i.:y 30 days a:..ante written no i i ce thereof :0 the other. 6. Modification and Fxtonslon. This contract may be modif led and/or extended by written order of tho Hnard. accepted in writing by the Contractor. The Contractor and the Coun ty..agreo tnat each subsequiont contract w i f i 6 3prosent the resu 1.t of all _ .00M. . . ... . nanotiations between th•Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services. rendered to the County. If the services rendered tj weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said aaproved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involvina the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. * Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as ::elf-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- empioynent Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. i2. Irisurance. County shaii keep in effect a policy or Doiicies of iiaDiiity insurance, including professional mialpractica Iiabiiity with total 1i„its of ..not less that: $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assionment. Contractor shall not assign or transfer any interest hereunaer with- out the expressed permission of the County t"edical Director or Health Officer. COUNTY '%/ f/ /r r' lr�f r CONTRACTOR. UY i,j '?.,!/'•r: l�� f/`flf,.0 /'1{/�•'/`y'��. fih. i.Gai .� v ', •N Af Director, Human Resources Agency Milton. Ross vo;iR:dinSsv3rri, *i.D. .'ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the bard By Deputy RECO,VENOEED FOR APPROVAL: ACINOWLEDGED: C. L. ;Ian Harter Director, Human Resources Agency Med i ca I is rector or flea I th Of f i car ,1 CCC Standard Fourn 1.14600 Auqust 1974 AGREEMENT rO11 PNOFESS I OVAL SERV I CES (Contract Paid Physicians) NUMBE 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutuaily agree and promise as follows: 2. Variables. (a) Contractor (name) Steven G. Weiss, M.D. - (address) 2028 Cedar, Ber;:cley, CA 94.709 Phone 843=•5.643 (b) ["] Physician [ ] Dentist [ ] Podiatrist ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [''-! Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours ''"' �0 Per •�^Pk Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate:' 5 Per Week Monthly Paid Cont. ct: Contractor paid fcr sorY!cos rendered dur!r. a month in accordance wish established schedule. ( inciudes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes No (e) Effective Date September 23. 1975 . (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in-effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional sarvices to Supplement those rendered by C1vunty employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section.1451 . 4. Services. Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or health Officer. The aforena-rad shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or wnere otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availabiliTy for on-call duties is indicated (Section 2. (d). ) the Contra-tor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective dates as indicated in Section 2, through the next followinn June 30th, but !t may be cancelled by mutual consent, or by eitl,sr party, by Oiv;.:y 30 days e-vance written notice thereof 'o the other. 6. Modification and Fxtonsion. This contract may be modified and/or extended by written ordor of tho Board, accepted in wrItInq by the Contractor. The Contractor and the County agree that each subsequent contract will 6aprosent the result; of al - 0=4 �nono-llatlons between the�Contractor, County and any org�izatlon representing the Contractor. 7. Paym�!nt. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services. rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionato to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8. 1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. ReGulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11 . Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. ii. Insurance. County snaii keep in eiiecr a poiicy or Doiicies of IianiiiTy insurance, including prof ass iona1 MB1DraCTiGe I iabi I ity Fel t total I Imits of..not Iess than $5,000,000 covering both the County and Contractor for services performed by -the Contractor for the County under this agreement. 13. Assio n-,ent. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY :'_17 ,! CONTRACTOR By CAN rim A0,8 IPjf/Mppfp%f-Pfis Stnve-• C. Weis, M.D. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOPi:`4ENDED FOR APPROVAL: ACY.NOlLEDGED: C. L. Van Mar Director, human Mesource Agency tdedIcaI Director or Health Officer . . LL� C(':C Standard Form 144600 August 1974 AGREEiaENT FOR PROFESS I 0 NAL SERV 1 CES (Contract Paid Physicians) ' NUMBER -2 .... --- . .- 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Irvin H. Rrotman, X.D. (address) 2659 siski3roa Drire, Walnut C-aek, CA 94565 Phone (b) JP-13 Physiolan [ ] Dentist [ ] . Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with establishod schedule. Schedu 1 ed Hours .�'�' Per 'J= Rate: S • Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week ,J Month!y Paid Contract: Contractor paid for .eryi ccs rendered dur:rc a month in accordance with estab: ished schedule. (include,, payment for on-call services if so Indicated in 2. (d).) (d) On-Call Availability: [ ] Yes No (e) Effective Date =+pbn- � , 1^79' (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently In effect covering these services and not computed as part of maximum yearly salary and treated ps a separate service not-covered under the terms on this contract. "3. Purpose. County operates a Health Department and a County Medical Services and roquires professional services to supplement those rendered by County employees. . Contractor is specially trained, experienced and competent to perform special professlodai services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services.- Contractor shall render the services described above (including all services normally and customarily connected therewith) and such additional services as are required at times and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreersnt of the Contractor. In cases of emergency or where otherwise required, the 10edical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effectivo data, as indicated in Section 2, through the noxt following Juno 30th, but it may be cancelled by mutual consent, or by oflhcr party, by givi.:y 30 days au.anco written notice thereof :o the other. 6. Modification and Fxtonslon. This contract may be modified and/or extended by written order of the Board, ac p d in writing fly the Contractor. The Contractor and the County agroe that each subsequent contract will. doprosent tho result of al nogotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. . if the services rendered by weekly or monthly Contractor are not equal to or grantor than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each imroice and apprnval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. B. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involvino the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. emulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- emptoynent Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. il. Privilepes. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. U. insurance. County snaii keep in effect a poiicy or poi icies of iiaDility insurance. it} w:tj^ a: i i.I s of-not less than'--nal alaracttca Nabi ! 55,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assinnrant. Contractor shall not assign or transfer any interest hereunaer with- out the expressad permission of the County Medical Director or Health Officer. COUIv'TY CONTRACTOR BY C.�'✓%L�I�rfyf��'Jz`'�� ..��it'��-GL/ /�'-e.e/'�ti+ /�/c�/''Ld�t.ei w ofWilme; Toffaa1WV!Vdr1V ,...,:: :�• prey-2n Y.D. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOMNEN ED FOR APPROVAL: ACIMILEDGED: L'. L. Jan Di rector, }iura3n Resources Agency t1 Medical D i rector or F yea i th Officer _ _ 00 a • • In the Board of Supervisors of Contra Costa County, State of California October 210119 75 In the Matter of Memorandum with Respect to Family and Children's Services Advisory Committee. The County Administrator having submitted to the Board a memorandum furnishing names for consideration for appointment to the Family and Children's Services Advisory Committee as recommended by the Director, Human Resources Agency; IT IS BY THE BOARD ORDERED that receipt of said memo- randum is ACKNOWLEDGED. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Witness my hand and the Seal of the Board of Agency. Supervisors County Administrator affixed this 21st day of October 1975 .J. R. OLSSON, Clerk By4a Deputy Clerk Maiq Crai 00378 H 24 8/75 10M RECEIVED OFFICE OF COUNTY ADMINISTRATOR G� I �1 �gl� CONTRA COSTA COUNTY �• P OLSSOEd CURRK BOARD O� 5U�ERVISORg Administration Building gy�c ViRA C¢LrA c0. Martinez, California "�">' To: and of Supervisors Date: October 17, 1975 From. h G. Will, Subject: Nominees for Family and Children's County Administrator Services Advisory Committee Under a provision of Resolution 72/236, the County -Welfare Director is responsible for nominating persons for appointment to the Committee when vacancies occur. Pursuant to this provision, the Human Resources Director has referred for your consideration the following nominees suggested by Mr. R. E. Jornlin Membership Slot ml - Term expires April 11, 1978 Supervisorial District I Nominee - Mrs. Juanita LaBeau, 20 West Chanslor Court, Richmond Mrs. LaBeau is formerly the Director of Southside Center and is presently a Board member. She is on the YWCA Board of Directors and a Board member of Allied Services in Richmond. She is Vice President of the Contra Costa County Mental Health Association and is active in the Service League of Brookside Hospital. She is a Past President of Church Women United. Mrs. LaBeau is a Trustee for United Way and holds an Honorary Life Membership in the P.T.A. Her present employment is as an Administrative Assistant to Senator Nejedly in Richmond. Membership Slot T3 - Term expires April 11, 1978 Supervisorial District III Nominee - Mrs. Ruth Anderson, 128 Diablo View Road, Orinda The Committee requests the reappointment of Mrs. Anderson who is a Past Committee Chairman. She is a member of the Board of Directors for Comprehensive Health Planning and is a Trustee with United Way. She is Co-Chairman of the Joint Information Sharing Council and a member of the Executive Committee, Northern California Council of County Advisory Committees for Family and Children' s Services. 00379 Mic-of i'med vaith board order 2. Membership Slot #4 - Term expires April 11, 1978 Supervisorial District V Nominee - Mr. Alton Wilson, 1008 Andrienne Drive, Alamo Mr. Wilson served on the Welfare Committee of the Grand Jury and at that time developed an interest in problems relating to the poor. He has been active in Boy Scouts of America for 30 years and. is on the Board of Directors of the Mt. Diablo Council. Membership Slot #5 - Term expires April 11, 1978 Supervisorial District IV Nominee - Mrs. Mary Lou Laubscher, 122 Lovell Court, Concord The Committee requests the reappointment of Z2 Mrs. Laubscher as Chairman of the Foster Care Subcommittee. She is also on the Child Health and Disability Prevention Committee and Services Committee of Comprehensive Health Planning. Other interests are membership in Concord Sewers, Inc. , Save Mt. Diablo, Concord Trails Council, and Concord Open Space Task Force. Mrs. Laubscher is Chairman of the Board of the Concord Day Care Center and holds a life membership in the P.T.A. Membership Slot #10 - Term expires April 11, 1977 Supervisorial District IV (Current holder, Mrs. Judy DeVore, is unable to complete her term because of educational plans which will take her out of the area.) Nominee - Mrs. Jo Quinn, 2212 Yukon Street, Concord Mrs. Quinn has been associated with LINC for two years and is currently a LINC CETA employee. She is the present Chairperson for the County Committee on Aging and has served on that committee for three years since its origi- nation. Her" employment includes two years as a secretary with the County Department of Education. Membership Slot #2 - Term expires April 11, 1978 Supervisorial District V Nominee - Mrs. Helen Mackintosh, P.O. Box 230, Pittsburg The Committee requests the reappointment of Mrs. Mackintosh, who is a low income representative. In addition to her active service on the Committee, she is 0033, Chairman of the Central Area Council of OEO and is active in many groups in West Pittsburg. She represents her community well because of the breadth of her knowledge and her involvement in many facets of community life. If additional review of these nominees is considered desirable referral of this matter to the Board Human Resources Committee for review is recommended. CAH:eb cc: C. L. Van Marter , ^ P3 I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA October 21 , 1975 In the Matter of: ) Appointment and Reappointment ) of Members to the Family and ) Children's Services Advisory ) Committee. ) As recommended by the County Welfare Director and Director, - Human Resources Agency, IT IS BY THE BOARD ORDERED that the following named persons are REAPPOINTED to serve as members of the Family and Children's Services Advisory Committee, for terms to expire as indicated: Membership Number Name Term Expires #2 Mrs. Helen Mackintosh 4-11-78 P. 0. Box 230 Pittsburg, CA 94565 #3 Mrs. Ruth Anderson 4-11-78 128 Diablo View Road Orinda, CA 94563 #5 Mrs. Mary Lou Laubscher, Chairperson 4-11-78 1122 Lovell Court Concord, CA 94520 IT IS BY THE BOARD FURTHER ORDERED that the following named persons are APPOINTED to serve as members of the Family and Children's Services Advisory Committee to fill unexpired terms or existing vacancies, for terms to expire as indicated: Membership Number Name Term Expires #1 Mrs. Juanita LaBeau (Expired term 4-11-78 20 West Chansl or Court of Ms. Ethel Richmond, CA 94800 Dotson) #4 Dr. Alton Wilson (Expired term 4-11-78 1008 Adrienne Drive of Ms. Mary Alamo, .CA 94507 Freedlund) #10 Mrs. Jo Quinn (Unexpired 4-11-77 " 2212 Yukon Street term of Concord, CA 94520 Mrs. Judy DeVore) " PASSED by the Board on October 21 , 1975. Orig: Human Resources Agency cc: Chairperson, Advisory Committee County Administrator County Welfare Director County Auditor-Controller C�RTIfrED c: ?Y f certify that this is a.full, true & correct copy of the original dorument which is on file in my orrice, and that it was passed & adopted by the Board of StiperclRnr: of Contra cefita County, California. on the date s'.iown. ATTS 5T: J. TZ. OTSSON. County 01erk r;-T-officio Clerk o:said Board of Supervisors, 01 Uputy Clerk. on. OCT 21 1975 00382 c In the Board of Supervisors of Contra Costa County, State of California October 21 , 19 75 In the Matter of Approval of Modification Number 602 to CETA Title III Grant Number 06-5004-32 (Summer Program For Economically Disadvantaged Youth). The Board having this day considered the recommendation of the Director, Human Resources Agency, that it approve the Grant Signature Sheet for Modification Number 602 to the County's CETA Title III Grant Number 06-5004-32 (Summer Program For Economically Disadvantaged Youth) which was received from the U. S. Department of Labor on October 8, 1975, showing that the Department of Labor had unilaterally extended the ending date of the grant period from October 1, 1975, to June 30, 1976; IT IS BY THE BOARD ORDERED that receipt of said Grant Signature Sheet (DOL Grant 406-5004-32, Modification #602) is acknowledged and that said Modification Number 602 is hereby approved. Passed by the Board on October 21, 1975 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts Admin. affixed this 21st da of October 19 75 cc: County Administrator y — County Auditor-Controller %^ J. R. OLSSON, Clerk U. S. Dept. of Labor gy . ' Deputy Clerk Maxine M. Neu d H 24 8/75 10M f•V•7 �'S I l L f 7 -w %-;✓ .- U. S. DEPARTMENT OF LABOR MANPOWER ADMINISTRATION -3 RENON IX 450 GOLDEN GATE AVENUE, HOX 360a4 SAN FRANCISCO. CALIFORNIA 44102 Date: Oct. 7, 1975 Please reply to: -9 TIGB 4-G ! Grant No. : 05-5004-32 CEI V 3D QV •1 �s modification No. : 502 OCT u 1975 County of Contra Costa .2_ $. OLCSON ty.X P,0a;.Z) OF SU?ERW RS Board of Supervisors fi`Gd'gCOSTA CO. cy-Wj 551 Pine Street a`' ' "� " .cu—• t Martinez, a . 94553 Gentlemen: Enclosed is one copy of the modification to your above identified grant. Should you have any questions regarding this modification please Contact. your Federal Representative, incerely yours,, JABS P. ROBERTS, R. Acting Assistant Regional Manpower Administrator Administration and Management Services Enclosure 1) Original copy of modification ECC', E 9 V E n 1975 cam'-1����c��t�:r..� _ HUMAN RESOURCES AGENCY *US GOVER:»t:=.' PRINTIM OFFICE. 297.1-693-732/35 P.c-turnyTo: Microfilmed with board order I %, ur.� 4 Jt:. /. DIY J.� ', <<. , ._ 60 If OO-5004 32 /f� 7 C C•:.:. 1:' .r, r .-i C.�,. s i 4 �. ♦ a-... -�. rw % p f,.A ,'--,- s/s♦ "' ` .L✓ , , C't+ - .,,. LkAh CLT,`r?C'/L. , "� v� rci � _ — .-+` Manpotier`Administration,1. CouI .nI.ty o.0 Con r�Costa Ua�artlnent of Laoor 651' Pine St It 4�U &older+ Cate Rve IRart�nez`, Calci- 7 -3 San Fraric�sco tCal 9402 .. _, r�/ n s / _n s o414� h i n We. ��rl'I1 1.'22 gratti 1S en.cre I'lto b}' L C,,V.1 C S�dtt�S-l4. �r1y�q2 a'iii --i p�Ld� '-I � /� y SJo'IO•t Izcre. Z.r nr reictrc3 to as G:a'ttor aIl^�1tCnt�fm[ � .sso j' �' �,� r �,�1 �" r " -11 /� .r l`c-c2n�:.cs.rcfe .`ed to 'is C an:c- Trr G-an ce a r es to o�z ate a Co-1. 2prerensv�' .pt --1 ..., h3 , a r _ 1 r'. .inj OHCS:^ In .1r CO.da 2CC t 2Lti2 the proLlno'Is o: this a;rc>: 01•, In 2t.Glrg LI• COIli).elf* k J.ar.?�ti.er PIan"a.•�d rich g neral and s� :al Zsr•ra-2�es a Zc Ir�lu�'��''r� c.� r , -119 A.�GR.AN P =tIOD �� , - S: 'This Gra-2t agre�-2er t covers ttie'pe-lod rl3rr�� fi—— "7 1. >Io J _3Q; �:Iv " . K ' , [ £'Z b OBLIG:,lIO;ti a ' � i ? _r S P 1 X 2K Thls a ''tion ❑ 1-Ic.caszs 0 dccrc4! Q- does.oL c`a.;e L federal oSIlyatl�n fors .Ise C� ant b (1Ptt`a -fonj 5 �� IO.7 jnt+. lnclj S. T' k r y . +1' f r C i i i Lr P 1D F1SC.'►L Y AR .` u s ` . . . K _ ..r..i *.t.1. i±d�i .. . :FtSCl+C'YE R r I . 1. TITLE TOTAL " (': ,z ' ,1i1LL,111 i yi s B:X r t 3 M Incen.i�e t z' 5 TlaI.c D a - S k ..B23L { f. i } };�..- r �S .>�- } Diiaet.ana.} 9. £ t2x. s y 1 Y rJ & - T1TLE III in3u.'Is ate , Y:_ _ i 4 1 �t}ICS •j I a k c..r .. a t ii+e ^" $ ast k 4t - . b T �' a ,,TIT ':-4,-VI21 , . ;i - Ha. x- '� K D.sael.onary h r 7' 7 ' + ^_ �..��lv,� :I :,,L�:� I I"t F:- I -a r _`- i 1M . D T:zis;lsoriiica�i..II c?ocs not provide for adeitio�al Ze3Ara1 indFand z� for tnc.:pux^ose crit y .of'e:xtenatng_the Grant.;;period jib CO In3y,be irlct��^ed ante �r @ O""f�s'1�? t�..?S1:t30I1iB O� t�� '�'?.Ilt `71t.^JLC D'10Y' c3Dp3OV31 O tlle� ` ;G2't�T1� Oi-1C�'. rvsv J( }{�(� w.D. DQrvD;[(�� tOpA T.+� G.rwti70R LY'. : ,. s.riw,vCp rOR TMC GawntCC aY' t-J T1TLE % TiTLt Con:rscbng Of.icer,1. �r.!'r�r�r ��.tts�X} �(11{iC 'YY" Z �%:`:' sI:.•.r.zuaE / DATE r slcH.11 ,:; O-T-Tt ? 9/30/75 Y.-r_�..7'DJC�'u: r_{c fir,::_— t:..:r-CK . �..,,.:. .l, C. . ./ ,/ /" Microfilmed with board ordew In the Board of Supervisors of Contra Costa County, State of California October 21 19 75 In the Matter of Authorizing Execution of the 197E Community Action Program Grant Application (Grant Ro. 90195), Office of Economic Opportunity IT IS BY THE BOARD ORDERED that the 117E Community Action Program Grant Application material submitted by -'1r. George Johnson,Di rector at the direction of the Economic Opportunity Council (FOC), be accepted and referred to the Administration and Finance Committee for review and recommendation to the Board at its meeting of October 27, 1975. PASSED by the Board on October 21, 1975• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 21st day of October 19 79 J. R, OISSON, Clerk By r Deputy Clerk mar..' Crai Originating Department: Office of Economic Opportunity cc: County Administrator ,Auditor-Controller 00386 H.24 8/75 AOM J In the Board of Supervisors of Contra Costa County, State-of California October 21 In the Matter of Authorizing Negotiations for Lease of Office Space. On the recommendation of the County Administrator, IT IS BY THE BOARD ORDERED that the Real Property Division, Public Works Department, is AUTHORIZED to negotiate for lease of an additional 1,000 square feet of office space in Concord for the Social Service Department,adjacent to their existing location. PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept. — County Administrator Witness my hand and the Seal of the Board of Supervisors ce: Public Works affixed this 21st day of October 197 Social Service Real Property Division J. R. OLSSON, Clerk County Administrator By Deputy Clerk Mar Craig H24 8/75 10M OFFICE OF COUNTY ADMINISTRATOR RECEIVED CONTRA COSTA COUNTY Administration Building OCT 14197 Martinez, California J. R. Oi.SSON CLERK BOARD OF SUKRVISORS r �jRA COSTA CO To: Board of Supervisors/� Dare: October 14, 19 "Depi''y From Arthur G. Will, Subject: Request for Concord Space County Administrator for Social Service The request of the Social Service Department to add approximately 1,000 square feet of space next to its Stanwell Drive Central Office, which was listed on the agenda for October 7, 1975, is a minor adjustment in space which is made necessary by changes in occupancy arrangements for the Manpower Program. Manpower has had three Fiscal Services staff members housed in free space in the City offices of Pleasant Hill and due to internal City problems must consolidate staff in the central Manpower office on Stanwell Drive, now shared with Social Service. In order to accommodate this change, Social Service must relocate staff from the shared Manpower space and has requested the ad3itional 1,000 square feet adjacent to its existing office to consolidate Central Social Service personnel staff in one location. It is desirable to consolidate the Manpower staff -in one office and the Social Service personnel staff in one location, both of which are immediately adjacent to the Social Service Central Administration Building. Social Service already occupies approximately the same amount of space as is being requested, but in two locations; therefore, the net charge will be a consolidation of split functions at no additional cost after giving up the space shared with Manpower. Manpower will pick up the space and the charges for the space vacated by Social Service with a net increase of approximately 1,000 square feet at a cost of about $375 per month of Federal funds. It is the recommendation of this office that the Real Property Division of Public Works be authorized to negotiate for the requested space. DB:sc 00388 p,A."o;; nod board order In the Board of Supervisors of Contra Costa County, State of California October 21 19 75 In the Matter of Acceptance of Donation from Orinda Foundation On the recommendation of the County Administrator, it is by the Board Ordered that the donation in the amount of $9,500 from the Orinda Foundation to County Service Area R-6 (Orinda Area) for park land development is hereby accepted and that a Certificate of Appreciation be awarded to the Orinda Foundation for said donation. Passed and Adopted on October 21, 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig. Dept: Co. Administrator Witness my hand and the Seal of the Board of Supervisors affixed this 21st day of October , 19 75 �j J. R. OLSSON, Clerk By Deputy Clerk N. Ing aham H 2412l74-15-M In the Board of Supervisors of Contra Costa County, State of California October 21 i9 75 In the Matter of Memorandum Report from Director, Human Resources Agency, on the Prepaid Health Plan. The Board having this day received a memorandum report from the Director, human Resources Agency, on the Prepaid Health Plan and proposed Institute for Medical Services Program; IT IS BY THE BOARD ORDERED that receipt of the aforesaid memorandum report is ACKNOWLEDGED and said report is REFERRED to the Human Resources Committee (Supervisors J. E. Moriarty and A. M. Dias) . PASSED by the Board on October 21, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• County Administrator Witness my hand and the Seal of the Board of Supervisors cc• Board Committee affixed this 21st day of October , 19 15 Director, Human Resources f J. R. OLSSON, Clerk Agency By �?. Deputy Clerk M �y Craigs H 24 8/75 10M _:.L111 U i t �Lt�J��iR_�:S A���t j1 Date October 20, 1975 CONTRA COSTA COUNTY i To Board of Supervisors P; RECEIVED i :i3 From C. L. Van garter, Director , OCT 21 1915 I R. OLSSON CLERK BOARD OF SUPERVISORS Subj STUDY OF PREPAID HEALTH PLANa �i�.c ..J�Cq/ Mr. Will last reported to the Board on this subject July 28, 1975. At that time, he covered several significant factors which required resolution before your Board made any final decisions on continuation of the Prepaid Health Plan. I would like to bring the Board up-to-date on each of the items covered in Mr. ill 's July 28 report, indicating what action has taken place to date. REVENUE AND EXPENDITURE DATA Attached as Appendix "A" is a memo from the County Auditor-Controller setting forth the results of their study of PHP costs and revenue between July 1, 1974 and July 31 , 1975. This report shows a net loss for the 13-month period of $164,417, based on costs of $2,379,405 and premiums of $2,214,988. Our revenue thus is 6.91 percent under our billings. By contrast, the ongoing losses from regular Medi-Cal billings-are much higher_ Simply, as one example, in August 1975 our Medi-Cal billings totaled $780,698_ The anount- allowed by the Department of Health in August 1975 was •$472,628. The difference of $308,070 represents 39.5 percent of the dollar volume of our billings which are lost. In most instances, these losses are because of the unrealistically lovj Medi-Cal reimbursement rates. To a lesser extent, they represent claim exceptions, failure to collect Medi-Cal labels and failure to submit Treatment Authorization Requests (TAR'S). As Medical Services' costs go higher and higher and as there is no adjustment in allowable rates, these losses will continue to climb. With a loss ratio of less than 7 percent under PHP and perhaps 40 percent under regular Medi-Cal , the real PHP savings become obvious. The Auditor-Controller projects a monthly loss for the first half of this fiscal year at just over $15,000 per month. If we assume our 1,1edi-Cal losses are even half of the August 1975 rate, they are $150,000 per month. The fiscal soundness of FNP is not only in its internal profit or loss but in the reduction it brings in the regular Medi-Cal losses. ENROLLMENT Prepaid Health Plan enrollment has been dropping each month since our point of highest enrollment in March 1975 due to the lack of marketing over the last several months. The result of the lack of marketing is evident from the schedule below which shows the number of enrollees and capitation income (premiums) each month: Microfilmed with board order Board of Supervisor-) . October 20, 1975 Page STUDY OF PREPAID HEALTH PLAN I;onth Enrollees Premiums January 7108 $229,207 February 7103 228,468 March 7751 247,6966 April 7659 245,519 tray 7310 234,884 June 7087 229,102 July 7034 228,865 August 6860 223,935 September 6514 214,103 PREPAID HEALTH PLAN ISSUES REQUIRING BOARD OF SUPERVISORS DETEPj4INATION If the Board agrees that the Prepaid Health Plan is fiscally sound in that it is assisting in reducing the loss of Medi-Cal revenue which the County would otberi:'ise sustain, several other policy considerations need to be brought to the Board's attention. These issues are the same ones raised with you in Mr_ Willis July 28 report but, in many instances, substantial progress has been made since that date. - INST_TUTE FOR MEDICAL SERVICES On July 28, Mr. Will advised you of the existence of the new Institute for Medical Services program which we anticipated would become effective in this Co:anty on November 1 , 1975. He also indicated that action had been taken-to indicate this County's intent to comply with these requirements. Since July 28, we have been advised that there will be a. delay in implementation of the IMS until Mlarch 1 , 1976_ This material was brought to the Board's attention as apart of the Government Operations Committee report to the Board on October 14. Because of this delay in implementation of the IMS, the State has also canceled the public hearing which was originally scheduled for October 23 in Richmond. This hearing will be rescheduled for sometime in November. On September 23, the Board agreed to a 30-day contract extension to permit continuation of the Prepaid Health Plan through November 30, 1975. With the State's delay in implementation of the IMS we anticipate that the Board will be asked to execute a further 90-day extension to continue the existing Prepaid Health Plan from December 1 , 1975 through February 29, 1976. The State has declined to offer the County the two-year PHP contract which was mentioned in my report to the Government Operations Committee on October 14. This further extension of the PNP will be foniarded to your Board sometime in Novemnber for your consideration. Since July 28, the State has provided far more detailed definition of the IMS guidelines with which the County must comply. We have conducted an analysis of these guidelines in terns of the County's ability to meet then. 00392 Board of Supervisors October 20, 1975 Page 3 STUDY OF PREPAID HEALTH PLAN Appendix "B" to this report identifies all of the guidelines of which we are a :are and includes comments on our ability to comply with them- One negotiating session has been held with our State PNP Contract Manager. in an effort to begin defining the process to be followed in developing an I11S contract. These discussions were terminated at the time the State post- poned implementation of the IRIS but will be rescheduled in the near future if the Board authorizes such continued distussions. From the. material presented in Appendix "B" it should be apparent to the Board that the County will have some significant issues to face before they can comply with the terms of the Institute for Medical Services but it should also be clear to the Board that none of these policy issues is insurmountable. t•1ARKET I";il On July 28, Mr. Will presented to the Board a suggested plan for marketing developed by the Human Resources Agency and noted that the State had .taken actio; to restrict enrollment until October 1 , 1975. This marketing sanction was lifted effective September 5, 1975 with the imposition of five conditions as set forth in a letter from Mr. Steven Passin, Deputy Director of the State D2ona rt.tent of Health, to Mr. Will. Mr, Passin's letter is attached as Appendix "C". Basically, these five conditions require that the County utilize only County employees to enroll PHP beneficiaries; that the County open the P.ichmor-42 Outpatient Clinic on Sundays; that the County execute a contract with an anb;.;ance service to provide emergency transportation services to PHP enrollees; that the County reimburse Michaels Ambulance and the !West Contra ' Costa Comi-munity Health Care Corporation for services provided to the County; and that the County limit their enrollment to the previous (March 1975) level of 7750 enrollees. The marketing plan presented to the Board by the Government Operations Committee on September 23 has been approved by the State and will be implemented by the Medical Services Department approximately November 1 , 1975. The Board took action on October 14 to authorize extension of the hours of operation of the Richmond Clinic to include Sundays. Mr. :Jill 's office is presently completing negotiations with the County Ambulance Association and will present a report to the Board on this subject in the near future. On October 7, 1975, the Board authorized presentation to Michaels Ambulance Service of a proposed settlement of their claim. A proposed contract with the West Contra Costa Co=::.munity Health Care Corporation is presently awaiting final approval by the contractor and County Counsel prior to presentation to the Board- The County is aware of and will limit their marketing so that we do not exceed the authorized limit of 7750 enrollees. It is important that these marketing efforts be continued for the life of the Prepaid Health Plan in order to increase enrollment again to the point where the PHP is "in the black"_ 00393 Board of Supervisors October 20, 1975, Page 4 STUDY OE PREPAID HEALTH PLAN GRIE.'ArCE VERIFICATIONAND DISENROLLri--P;T SERVICES In Mr. !dill 's July 28 report to you, he summarized the background of the request submitted to the County from the West Contra Costa Community Health Cara Corporation. As I noted above, Mr. Will 's office is in the final stages of developing a contract which will reimburse the contractor for these services provided the County during the period January l to June 30, 1975. CONTRArT FOR HEALTH PLAN SERVICES In Mr. lull 's July 28 report, he noted that we had been negotiating for some time for the development of a contract with private pharmacists which would allow PHP enrollees to obtain prescriptions at locations other than the County Hospital and outpatient clinics. A final draft contract has been prepared by the Human Resources Agency and is awaiting final review by the Medical Director. I anticipate sending a report and recommendation on this subject to Mr. Will in the near future. A143ULANCE CHARGES As was noted above, Mr. Will 's office is presently involved in discussions with the Ambulance Association. I understand that some rate adjustment trill be reco=ended to the Board of Supervisors in the near future_ This rate adjustment should resolve the question of reimbursement for ambulance services provided to PHP enrollees. AVAILABILITY OF PLAN TO COUNTY EMPLOYEES As Mr. Will noted in his July 28 report, Contra Costa County Employees Association, Locall , has urged that County employees be allowed membership in the PHP. While this is not an available alternative under our present PHP contract, it would be a possibility under an IMS contract. While i` is difficult to anticipate the exact direction which expansion may take under the Ir;S, we will probably be proposing to the Board that our IMS contract with the State include an expansion which makes it possible for medically needy only (M:110) and medically indigent (MI) recipients to be included, in addition to the cash grant recipients presently eligible under the PHP contract. It is likely that we will also attempt to expand the scope of services under the IHSS to include the full range of mental health services presently provided within the M-edical Services Deparanent. We will also explore the feasibility of opening the I14S plan to .other low-income persons and employed persons who do not have other health insurance coverage available to them. This latter issue could make it possible for some County employees who are not eligible for the County's present hospitalization plan to apply for coverage under the I'MS. This will be a major policy item with which the Board must deal since one of the guidelines for the IMS requires that the employees in the plan have the pian offered to them as an alternative health insurance system. 00394 " Board of Supervisors , . ,{. II Qctooer 27, 1975 Page 5 a r t ,, ,.: *' 11 a• ,_ STUDY0� PREPAID-HEALTH Pl.A�J 4 I 11f?ECO:i ;�i;SAT I OfyS This whole subject was .referred by the Board to the Government Operations' CoTmitt2e on September 2, 1975. I recommend that this report also be. _ Torw3rden to the Goverment Operations Cosi ttee for. their analysis°and recem �ndations to you_ CLVM:cla Attach gents cc: Arthur G. Will , County Administrator Geraldine Russell , Chief Clerk to BIS Dr. George Degnan, tledical Director William R. Downey II, Chief, Medical Admin. Services . ,. J . �� r, - r , , I J µ , _<. a - x L a s1 L n, y u r at k - F r f r et r } u ..... .�, .. i`. t t� " r t - .. hD'E;NDIX fix, _ Sentemhe: =3 1975 Gn:+ Cbur TO: r`ti.^` .:r G. :•" 11, Cetzma:Y .4ttea tion. : Charles A. Hsc--=ond, Asst. to the County �fi.,•�nistrZtor -ROM.: H. d.-onald Fund., v.`.�i:oi-t.�itrLlld,•� /0 �,..... �� Ji SUBJECT: Prevaid Health Plan Attached ars t°:e results o_ a::r st::3r of the -P&M for. fiscal year 1974-75, arida for t::e month o.' July, 1975. The first half,of FY 74-75 was cane of rapid growth. in enrollmbnt. Luring the second half, enrollment remained fairly constant. For this reason, we are presenting a comparison of the second half to a projection of the first half o+ F1' 75-76 based on July activity. En7ollment decreased by 349 in -,:ay and another 223 in June, resulting in a reduct! n of revenue. However, usage of medical services by P11P patients did not decr..ase pronortionately. - Unless premium rates are raised to cover incree.sed costs, we can expect increases losses in the coxing fiscal year. • Ian adc:tion, two items should be mentioned. Tae outside PHP costs, :shier. ave=aned 512,000 a aonth during 74-73, have been continually increasing during that period. 4t the present time, about 7 percent of the total cost is for this ite=. Second, the esti.ated first half of 1973-76 shows a loss of $93,000 as comuared to $47,000 for the immediately preceding six months. About half of the 593,000 resulted from the salary increases effective July 1. HDF:rp Enclosures . s. Ir .-.: N' N • .. �. �. C. u .., lip CIC cc Fa Wl 'gr c: r.: o •'o a Vs Lr ri C41. Z cc 14 Lr. C7 cz eri C z�_ .. _ 41 Com•+:. ei �• _ V o 0 _ _ - en fj. .. 41 Lnus Ul to r • w�:' V V u v C%Z O0 cot CJ �... �l r - � CVL r L3. Cl Al cj ry ZZ , .. .tr„' ..•+rye,..,:f.`:}.;:Lt;:;'... r• C ss - = � � LZ I � •.J. 'r..? :r:�sjw+r7;l.r�r�:'•::r, •s..� 'S' MPd' ., •. - 1 f •mow Of aOr =Y ... VD, ti :r ti 3c ZI 00 nL } APPENDIX "B" IMS GUIDELINES AND MEDICAL SERVICES C01,ZIENTS THEREON 1. The Institute for Medical Services must have at least seven physicians who devote all practice time to plan patients. This presents no problem except that a strict interpretation of "who devote all practice time to plan patients" could be of concern_ 2. The IMS must utilize the services of a licensed pharmacist, with clinical training, in all aspects of the peer review proceedings involving drugs. This will require appointment by the Medical staff of a pharmacist to the utilization (peer) review committee_ 3. Beyond the required seven full-time doctors, Institutes .are encouraged to use the services of nurse practitioners, physician assistants, or other certified or licensed allied health personnel . Family Nurse Practitioners are currently being utilized and plans are being formulated to expand their role. Dr. John Lee will have to formulate his implementation plan for Department of Health approval. 4. All three primary physicans at each service site must practice full time on site and must share common standards of care and support staff and space, including central record files. Each primary care physician at service site must have backup support from other primary care physicans at that service site. All primary care physicians must practice at a service site. All Contra Costa County Medical Services' sites have more than three physicians practicing and more than one on duty during working hours. 5. Institutes must use discretion in employing the services of physicians and other providers who have a background of problems'directly relating to practice of medicine or provision of health care. All physicians applying to work at Contra Costa County Medical Services' sites submit an application form that is processed by the Credentials Coumittee of the tledical staff according to Joint Commission of Accredited Hospital rules and regulations. E. All fee for service income of plan physicians must go to the plan for distribution as salary or other method which eliminates any incentive to favor fee for service patients. Fee for service practice should be phased out as rapidly as possible. The Department wishes to encourage develop— ment of true prepaid group practice plans. Contra Costa County Medical Services physicians agreed to accept an hourly fee for services rendered. lit, 9 -2- 7. Individual hospitals need not provide all services, however, all services coa,na ensu rate with needs of enrolled population must be available and reasonably accessible._ All plan hospitals must have DOH approval to participate as IMS providers_ At least one plan general practitioner and/or internist shall have staff privileges at each hospital regularly used by the IMS_ Contra Costa County Medical Service provides its own hospital services. 8. If the Institute operates its own emergency facility, an Institute physician must be on duty at the facility at all times. Subcontracting eme.-gency facilities must have a physician on duty at the facility at A-11 tires. In either case, provisions for bilingual staff must be made. The emergency care for central and east County is provided at 2500 Alhambra Avenue, Martinez. A physician is on duty at all times. The emergency care for blest County is provided from 8 a.m. to 9 p.m. Monday through Friday and on Saturday and Sunday from 8 a.m_ to 5 p.m_ at 38th and Bissell in Richmond. Off-hours emergency service is available at Kaiser--Richmond on Cutting Boulevard. Bilingual staff is available at. all sites. 9. Contracts between the Institute and facilities within the service area which agree to provide emergency services to the IMS subscribers must explicitly specify the procedure for accepting and treating enrollees, including the procedure for establishing current IMS eligibility, and the procedure to be followed in admitting IMS subscribers to inpatient .care. The present Richmond--Kaiser contract does not specify procedures for accepting, treating, identifying and hospitalizing enrollees. The Kaiser Richrond contract is, however, under review and will be revised to fully comply with this provision. County Medical Services is also reviewing other medical facilities in West County with a view toward insuring that the most adequate possible emergency care is available to ItS subscribers 10. In addition to providing emergency transportation to the facility, the Institute shall provide transportation home for those emergency victims who have no other transportation available_ Transportation is currently provided both emergency and otheniise. This includes both ambulance services and the County's transportation contract with the United Council of Spanish Speaking Organizations. 11 . Institutes ::ill be required to establish Boards composed of at least one-third consumers and the remainder of public members with no direct financial involvement in the program. A Government-sponsored IMS must have a strong consumer advisory committee as is described in No_ 12 below. Please see com-Tents under No. 12 below- 400 -3- 12. Each plan will organize a consumer advisory committee. The committee gill be composed solely of subscribers democratically selected with a least one-third Medi-Cal subscribers and must be provided with necessary funds by the Institute for technical staff and assistants. The committee must report regularly to the policy-making board. A newsletter has been published for September requesting names of enrolleE interested in serving on such a committee. The Medical staff has indicate that they wi1i wish to appoint a Medical staff advisory comimittee who alsc reports regularly to the Board of Supervisors. Selection will be by secre ballot mailed to all enrollees. lj. Institutes will have a standing grievance committee to include a minimum of three ,:Emnbers who are subscribers. For those committees with more thar five me.—Sers, at least 51 percent must be subscribers. A grievance committee of perhaps eleven members could be appointed, with six of them being subscribers selected in the same manner as will be used for the advisory committee. The other five members could be made up of the plan administrator, two members of the Medical staff, the Director of nursing services, and one other appropriate staff member. 14. Institutes must have a grievance coordinator at each service site who will receive all complaints, grievances and di'senrol I ment 'requests. If not resolved at this first level , the coordinator will refer issues involving medical judgments to the Medical Director and all others to the grievance cormrittee. The grievance coordinator will report to the committee on any dispositions at first level. A classification of grievance coordinator will have to be established and approximately four positions will have to be created. 15. Institutes are encouraged to establish other volunteer opportunities for subscribers and coi-mmunity members. As for subscribers who are members of the policy-making boards and advisory committees, the Institute must provide training to volunteers and reimbursement for out-of-pocket expensE incurred in connection with other volunteer work. Contra Costa County Medical Services has an organized volunteer program. This program will be reported to PHP enrollees via the monthly newsletter. 16. A detailed Bill of Rights must be sent to each member upon enrollment and must be conspicuously posted in every clinic. The patients' Bill of Rights will be mailed to all enrollees and ne-w enrollees will receive it with their ID cards. 17. Each contractor or potential contractor for IMS must present letters of support from community groups and members of the community which include evidence of community acceptance of the Institute's proposed role in the comimunity and evidence of community need for the proposed services. It has been suggested that the CHPA survey of community interest from December of 1974 be used as the supporting evidence of community acceptant -4- 18. Enrollers will be directly employed by the plan and will have duties as membership service representatives as well as marketers. Enrollers may not be paid solely on a commission basis. Marketing plans call for health plan representatives in each income maintenance office location. This proposal has tentative State approval and has been commented on more fully to the Board in the text of the . material presented this date. 19. Each enrollee will have a 30-day "cooling off" period in which to disenroll without cause. After the 30-day period, disenrollment requests will go to the Institute's grievance committee for possible resolution. If not resolved, they must be submitted promptly to the Department of Health for action. This guideline has been fully supported previously by County Medical Services and should present no problems in implementation. 20. Department of Health approved program of preventive care is mandated at each Institute. This ind udes a program of follow up and/or referral which is required for patients with ongoing conditions, those who have received emergency care, and those in need of dental treatment. The guidelines have an attachment with a long list of preventive programs. Outpatient programs provided by Medical Services will be related to this list. Many of the guidelines are new and innovative. There is some level of certainty that the State will not expect immediate and full compliance with all of these services, although this remains to be worked out with the State. 21. The ViS must have effective regular internal peer review system based on disease specific outcomes. The IIS must show a mechanism for multi- disciplinary participation including all full-time providers as a minimum. Contra Costa County Medical Services has full Joint Commission on Accreditation of Hospitals' accreditation which indicates complete compliance with accepted peer review standards. 22. Each plan must have an approved program for professional education. The program must include specific educational exercises directed toward correcting provider deficiencies identified by the peer review system. A full professional education program for all health providers has been underway for several years. We believe these programs will satisfy this guideline requirement. 23. A medical records system developed by or approved by DOH must be implemented. Disease coding for ambulatory services is estimated to require three full time equivalent intermediate typist clerks_ Also the uniform medical records system proposed by the Department of Health mould require four full time equivalent intermediate typist clerks and two 00402 -5- 23. cont'd full time equivalent pharmacists. Meeting these requirements will pose a problem if full implementation is required by March 1 , 1976. We will attempt to obtain delay in_ implementation of these require- ments or their modification. 24. The medical records system must include a method of chart retrieval and a documentation system that will permit the Auditor to authoritatively say that something did or did not take place. Contra Costa County Medical Services has a medical records system in full compliance with these requirements. 25. The IMS rust have a full time qualified administrator who must be selected by the I-IS policy-making board (the Board of Supervisors) with qualifica- tions to be determined by that board. The administrator must devote full time to administration of the plan. It is recommended that Mr. D. J. Ludwig be designated as the full time administrator for the IMS since he presently devotes full time to administration of the Prepaid Health Plan. It may be necessary to alter Mr. Ludwig's classification slightly in order to have this position more clearly designated for DOH purposes. 26. IMS must'offer an enrollment option to its employees. Enrollment is not mandatory but it is desirable for plan employees to be enrolled in the plan. This requirement has been commented on in the text of the memo to the Board of Supervisors. The degree to which the County will be required to comply literally with this requirement must be explored further with the State. 27. If the IMS has 5 percent enrollment or 200 subscribers, whichever is less, rrom any specific group for whom English is not the primary language, appropriate multi-lingual and counter staff must be readily available. The requirement for multi-lingual staff could raise a problem but no information is currently available on this subject. We will have to gather data regarding enrollees for whom English is not a primary language and then determine the extent to which multi-lingual staff in one or more languages other than English may be required of us. 28. Administrative costs are considered to be all costs not directly related to the provision of health care. The acceptable level of administrative costs (including marketing) is 12 percent for fully operating institutes_ Current PHP's as well as new institutes are considered to be developing until they reach their break even point. Developing institutes may not exceed 25 percent administrative costs, including marketing. The Department of Health is vague on what will be considered administrative costs within the Contra Costa County Medical Services' budget. Further discussions and possible negotiations with DOH may be required on this point since we will probably be the-only Institute which provides services to Institute enrollees as well as other persons, thus making a separation U"J403 2E. cont'd of our administrative costs which are appropriately chargeable to the Institute much more difficul.t.. 29. Institutes must submit acceptable evidence of solvency in addition to previous requirements through a detailed financial plan with growth and expense projections. Solvency questions have been precluded in our case since the Board of Supervisors has already adopted a resolution accepting responsibility for all debts occurring within the Prepaid Health Plan. We should be in full compliance with this requirement. 30. Subcontractor' financial information must be available to the Department of Health to show the use of capitation funds for subcontracted services. All subcontracts must contain language which allot-is DOH to inspect the financial records of subcontractors. We will. insure that all contracts signed with subcontractors meet these requirements. The Human Resources Agency Central Office Contracts Administration Unit is aware of this requirement and will ensure that any such subcontracts have advance State approval . 31 . Institutes must provide DOH with periodic financial reports. This includes copies of quarterly reports required. by the Attorney General under the Knox-Mills Registration Act and an annual financial audit report prepared by a CPA. Action will be required by Medical Services to establish these reporting requirements. Questions will need to be raised with DOH regarding the requirement for an outside CPA firm as opposed to possible auditing of our financial records by the County Auditor-Controller's Office. 32. Institutes must submit itemized records of services rendered to enrollees on a quarterly basis. Items of service will be discreetly defined. Each item of service will be reported to the Department in a manner which is yet to be designed. This requirement could have considerable hidden problems for the County since our County Hospital administrative system may not be sufficiently flexible to meet DOH requirements. We will , however, attempt to work with .DOH to insure that our reporting system meets their requirements and yet is not unnecessarily disrup'ive on our present accounting systems. CLV;•1:clg 00404 r RPPEilDI X ` .EDMUh'3,.G.:.•w.7 JIV ;Y Gw�sno�' - tii —P°a ; h^ wCtF , 'AGtNVt -- 0 � �,r �t`IT Or ,HrALTI �' , t F t `�, c`r f b f5-�..' ,k�w.,liaF �4s � r` 7'� �—y,F` mx to 95d1_ r S , SA�7 O c.a I fowl � � < f�i S r r"'�,, a r.. t% ^' '''�, >> ., 'v" .t r - ��< ; _ Se te�.be ��r� � T '' f �EontrnjCostC County y l x y = z.y ' r SEP12 X97 �F vD ^Z +lC�3L=_SLratO" ' ` hx Q4k" O 2 {,: t Z G ZI V� 1L� 1 r! z r e s 3 q;q.I. w �. .. :,, ��„ Couny�karnlrrstraror~ T " t t i r `y �. �Lp t = Os :utal r a�C ,'L._'-LIS— �� ^'�!%''2�? •�'T=� '�' , i- ,�-a. .; -.. ` y� . . .. ass ,�, te., } +t` 4 r 1T 4 r F J b 4 J j Z Tom" �! r �„ O., ' 1r,A i L'. C^ _tiO.a.. G �03..a v.. r 1 —'r7 �Tr t av � kaxj� ; ? � a < . '�,� "3 n. 3 .a ' nnn ,x. r ., .�,r�r--�:,if!'t��.,, ''f=<"� ^ra,F,� w'�iaz F'�' n'r„t >x �v..rv- ! a r'` '` t".S ,t'•X'u> ? Ar,- '`5�rr.'- sy* yr; £ y r p +,, r r'�wy rk 'S 1 5}.e��, , vt u 7'ri igi „z„' -Fla°,r�`"f t2 v( . a s 's :fi d 4 ; yQF: F.. ".1 .1�-aole,,T2^Ct•` OT hour request zoo l�.tt ttlle�,52.LC�10L; 2*iv stAe 2 , r � r L CO'!s' g, Fy. Y - r ''. .^• .... g �� �ac't<�Ae va o=atiions occurrea pore than S=r�ontns i r 'z YtJred.-T— A2 l �x Th 'Qhq'.101�, Li+teC r_ Mx r � r , „�-: k 17 r] VOr1lL e31 �_ ! �(� ',z fis ��y� a ' ' f. e rorrenz �o � x - P .F�� ,�� � sr� a rec L1i e to , r_ k � �f+ N ;.s= �:Y�ac' , `'ere co deren 1n reach=ng p concIdsid �0�2i l.7' Z70i1. �4: ' �i h r , a N z Yz :.. e_r Or��'I1Z L20A o saax�re� '�'1eT lncluae zrou� co t>aen� 0 ` iia �;3 r �-�f, f n w I� R�'.4 y K.d� , 4 .Y: 1 ,r4 J • '� etirio�.ees",,.ta�en.�-ro11 I.e..1,�..�1 ���n` ,p-..vhf"Y+ i°rh' *q.-t+�.,.'"J.�4 "e�� yW �'� W newt a vet 1 0"!_s c0;!; 4 ,,l, c w ; '.' - y d�r"5 t ;" urc s y: <` , �" •is ,.;:l"" co , 'r'n Vo ArgCE1VeC3 i�'zS A01215 Off;fO%:?l tT'�?I'im, -y pn `i yy s x:y �^°��4`,x`,'.• `` ABs - .� O S l~L... i .,t a z a: -cx,a'r '',, S,+g"s2,ra,,, s Yw'.., �r4.''�.ry kV, 1 z • T y t � ,far- , "{. Z.'-t;"S" r�"Sxn'- . �- . I - 99 F,��`. ,e I 4 �t4 'P�.,'x hr, 'I"'13,S -_Y b� 'C�=".� ,ea. O __•[�L ,Ja�Gr�.Ia7e�. .;ice`^ � "£ 3 +y, 'rt'yt Ar-4y,s -`;r :r. 4; y s <kj , .ls k� -�,. h t 3 -L. `' 3 Y Y� ., 'S�r„` h`Yl �A A-.:a "+' t 'a.qty ly-1}r§ ..,.>„Z!:} T,,tu .� r� _ sx w 3 Ugl.. w., .Prs; r.,..'. s;x: „'.rc.r-u �� '�• rM y.� _., a t d.r 3• fi 'd`.r'K,,,'r.'.+i'"h. rr.' * x' 2r v`L"'xk tTY ."f�. T " n r ate Oil Or �•.h� 1'�C�I.+O'�1.'�. C 2-i•G0 1'�lCl�1C t r "; r� 2 �1 — = Z r-oa 5 O Q_ — w� �5 f pas 3 rev r • r`ta. , ..., Y p �` ti' y r"{} ?4" "'' .++,.u'�'f , i , �,rt.A. yet�rr'K,F. a.. ', - -:� "O Se ^� G Tw V O S C:) 1Z: •'' �Y x..{ M"�' s v . D.l`1C2 - 5 s .^fy J t s ^Sfr k aµ i, {#V +t S r*_l';� t�"srtk` ha ..�X.' of�«^°J'3 h^'_ l` �"h !F �w. v ` F ,„ y _ ,.• S`�..f°zi •Ma'y's-:zf�IIa€ca«.t«Es,t,,. S,�� c..}axfi ,Q' , ik+ _ 5 m �` '�' ^L'Le na,<COntZ'8Ct i:lth an ar�ou2ance. s�rsnce o 3.ovade�'eaerEenc ` , ..r .; t f �` #� .+y.,/ ..��a�. - "^% t 4„; i xt a`'- �.1 3 �'" r- `" t.#x "`` ''w r"`2 r -+ sacs z or CCC-P enrollees u � F '` F:Z ,, .v oSSDO •.a. 10L ,7„`t a ' �.kti �.gt.yrz.4�'"€', + "'-ts{ ISI sxet t - ; F z:: v. ,� s -P-..(`kh./s'�' ^wc*� .. # �r�t 7 .,.,i '-,�i `. .--Y�sI.t7wr5� '�"OZ'2Qe'"S 2.'1G UreV1011S �r0�'1derS l.fesv COA�rZ�CO�Z �C.,, egg ' rOV1530ZL OrLesl Sei'Y1Ce5p „"}"'k4 i r # ♦12..nGe- , ,pmoLIaCCe perva ce) IOr th p 5r n.;3x t a� +t✓I n ,.� v. '��r ., `�,7, } air'" +. $ ti r - �,. r x a ... : �4 Y :.`�" ri ^C st=.t-sit'y3�r '''-;1 s .� i S z :' s :q r + r r,�r^t «'xa€x T--rr r �f ".k+`,° s fs h .,,, s,uroL zo a ,..a<�mi enrollment 'level of 7;75C ers..Zl ees � � � � ;� �4 , rr �,„t o f a^'rs f y4 z '' x9" 'X's a�2 r .:z 11.1 #aa 3y, AOS tna•. r Otl'-�f9 •'"I�' ' .i O Z''.� G ^,ra 1Le �reGti ♦ ZL'f1s18ZlCeGi L�� 4eC1S10" x_. �� -.. :_� r , z G ,- e„Cog�t7r x o Lab•. T1e q Of oaoe o ��° � 7 v G... .v �.O.i T.la L5 i rh r'. , ia'a y,„ '4' " ti : k ' x f q` +'° '"r'�1•,,_'_ '.4q �'�F,: . �S"°.,,,5,t' .=° 5 a�4 t ::r .: .e,nr',".`r4�t i--,s i A } - r 1 34 ted w4�.�' ,4-,w f. {xry ,+b .- rtx3 c ,.. S ere I I �<xx= ` d ,. "n'y tti.'' r r ter "„r + t` ,t'�' ,fir``TT.�» F. Y y K "'_ .�' kr�`Y7 la x, F )y 'w-', uat ,t va a"x r T' ti I � � �r� t 'id> 1 Y C ' n r 7 '� S7 Jt� n z� a7 ` T v,c r ..,`r,r y JtY e"`s i�a,e �iS k\ _ 1 f i1A ` `,I"�Z i �.[O''4 '..rNrr:"�`13 9.- f 5 d',y���!,5, k " �i $ •wFx , a rt/G,' ,; � ��J mak,.,,C�.,„e..' C fi�,"� s "+ir„s��. `� . S ''z i�'"•U. '".r,Anr '�w,T p • r;,� y '.. "` a ,:J" n r 'z x - �'� f -s r ; a .` r x rtr Ger pi�K `�"Y".aTY'3�-r*''q F ,p-y, K },� Y'� t • ; d 2v-ti } } "' '%. y r' �-�,r�c'"'r .-� w„,,�Fzlr+� ' -r`' .-2[, 0� fir-`�� y r we �,.: y �, 2 r, 3 2z "4 ..c '+d, eei a -"'S S.a. r�,. t F's h, �, NY �^�T} :- >. 1 -Yt`k '�. r.�.4 _[_..`:-tw",". ... siw�' ;S.,.r:'.' x, z�X.'.. .,... -...r...A J .'i... .._ 4 rY r , ,- -; �� . , ,i4.,`,---,,-� - "�,- ---.,"'` -�.. t -",-' ' - — ,", , ""', .. ,,� ,�.,��-,��;�,�`-.:�;, �,.� , �,, ,-��,,, - � ,, - "�,�., "" , ..°i Y t }•�' y . , � "-- - I-I 11 I.-1�l-.�. -.-I ,,�� - �- -` a I e, , , , - � ,,, ,��,,.- '.- - , .- ,:�-�* �--� - I I � I I " �,.:I � . .. —,��. -, .,-- - - � ,� - ",- , - - I 1, � � , � . ,, -1 4 ,-- , --'11, I-: ---I --- - - 11- � , - ,,,,,".�_ I 1 "" ""' " . , ,. , , � , . . , , ,, ��. ,. -7 I , - - I - � ,, . - ,�... ,7,,,�,":"�" ,, I , , . 1, ,, �, ,� � . ; .I I.,�I -, ,, � I -- I - � 11 rP�l , , I I � - ,,I 'I, ,, -. .� I I I I. - � � � , " ", 1�� --.- r - I :,,,,� ,- '� - ,,,�, 1:, - --�.1 -- .1 I "� -, �. � ,I, " I I -�. - I.1 I --- - � - I , , -,,., - , I-� I - I - " - � �. -- - ,..�� -: ��,, � - , I , * , � - I I - -, .�. - I - I I - , - , - -- � , , � ,� *� .: ,,�I . :,��., ",, � —-:, - - , -,�-.- I �, ---� �-,..," , � .1",�l. �I -, I,,, ,-,��,� I--,,I.," � I . . - I - I;,I I . .,�� . ,- ,-. , ,1,�,,,-,-,� , ,, ,, � , -�, Z .�-, , --- - - ,��:,-,;, , ,.,I -I I 1. I , . � �,, -�- . I I � I I :� , , � , � I I..I 1.� .,p ."I�,,, I :,-'I.-��_-��-'11.1.:���,�t,:,��--�-.. - --� 11-. , , -- , , . . � I � , .. I . � � - , � -�- ,, ,- - -I I I I� I I I, , , �, , I.I I I , I I I I 11, ,I �,, . I .. , , - I I , I I I--, .". �-,. , - .,- , -- --.- , , 1. : . ., ,11---1 - , . -: , � �-�,� � � � "I . — 11Board ad Darns to meet on /n• �•.�n,) 2`7 / S" And. the 3 .r , in the Board Chambers, Room 107, Administration at b0 /°/LI Bui1.lding, Martinez, California. . �: ".;.: , . ,W N. Bogge s, a an- F ATTEST• �r � ' +r J - .R. OLSSON, CLERK -1 ,�_ �. a x ,n t�,i h rt^ { t Y i K {Y L 4 Y _ 4 J r x De Ut ) T .v ns.Y k .7 'h �lS..S >S 4 - f! t i-„'2 h �. t" ,j'La '� f -- X 4 a t 4k 1 ,.+? a 3 i ; W R T k y t , T ' < J k 2r Z+^'" +y r ft t �, N; "� d b f �f J,, ti >, r r ��+yw +4,a,J z ,�fit' ;3 j 'f.+ -z,�-. �. ,:r ,f *� ��_" r ' .0 J J `� f s,,.. i�.' tl� r k + r a t .a 4 f 7 �. z 3 ,;. -.� A—,t—Z�--�—� , I - :� I . , ,:� ',,�:�,---.',�-'�,,�.,���,,,],":","",,�,.-�,:,� , - , :�� :�: �:-- �,,, . " � - � �� ''- -, , I . I - ��,�,��'�', T,'�� ,����, - , , - - , , - � :,,',��,!,,�i,,, '', - - , � , . I I , . .,- ,-, , .1 . ,�� �,:, � � -;,,,,�-',�,�,-7��,,,*��.-,�-,.:"��-,�.�,:�� -.- �,.:.�,� "' . ': I I - , - . , � , - I - :.,�`-,�',-��:�,-"',7`,-',,�',::�'-,%;,_--:�,`-�,, ��,�,,--,�`�, , � . , :,-,. :, � . - I - - 'r �l I 1. - - �,��_ ,`��,�-,,-,,-: , �,;-- .1 I -, I.,4- -� - I �- L, ,' I I,--,-- � , -� -, ,--, ' ' , . . I — � " - - I - -- �. , , _ .1 � �.-, . - -- � - . , - , � - �� I � I - , -- - , -�,: - - �,-, , , '. :. 11 ,�-`!-- - -"ll ." I� - �- , -,, -",�,- -, , � I I � .1 1. I 11 , -�, ; ,.�.,.�,�,�-�.'�,.,'�,,'�����,,.,'��,-',,, -::,:�- - - �� .1 , � , � - � ., I I , - , -: :.'I" �� , , - ., - , I, - -- ,I �� �I I . I ,- �� " -,��, --,. z ,,� "I.- - — ,- . -1� "., , - - I I , - , , - , I,. I � I I , . - - , .1 'I, .1 . I,-�"-,:�!, -'�,,�,,','-- -1, , -1 - I - 1. - 1�--.---vf#- I �I.: �.� , I. � .'' -, ,.�--e",V��,,w�'-,,-�,,�, ,', �, - ,:,�i,I , - I . -.- - �. I.. � I;l � I . I � I � � � 1, -1—l'-1.111,--r�, I I--.,�- - , .-:�, � � ��7,:- �, . . , , �I I I . . I� , � I I _ I. I - I . I - ,,�,, - - :, I I �, I 11 � .. I�l , - I � �--�,-!,Z,I�,�j�z 1-'��, I. - , 1. � , � --,�Zl�.-*�%. �,-��-�, I � �l 1, � .I �. 11 � , - , ` ,�'%- , - I �. � I : I I . � -� ,'-� ,';, . -, J-z,-,- �-,�,,, I . 11 :�-�,-",, �,��� . ,-,� I I I , -�-�q, .. , " " ��,-,""�!�',"�,,� , '�I�j'x' 4 � . - I I ��, -�,,,-, - i�, 4 y 4 n -" -�-I�'- � I I-,�-`�-.-�,,',-I-,-�,;."Z,s4�p�,�- , , I� ,- I � - ,� -,Z--�.�;�;,- �, � ,,],-, '., - , I��--,-;, -,-,,..�t-' , , - I ,- - , ., -, " ,,,� ��i,� �I� 1. �� -I I .1 -- h,Z .-6'.`,i,; --,��--""-,�,� -- I � 11 ',�'-. "-,�.'��,--��-,�-3�,.�,,'��-,�'Irl�l�'-,`- f : SUMMARY OF PROCEEDINGS BEFORE THE. BOARD OF SUPERVISORS OF CONTRt, COSTA COUNTY, OCTOBER 21, 1975, PREPARED BY J. R. OLSSON, COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Department of Agriculture, Auditor-Controller, County Counsel, Medical Services, Public Defender, Public Works, and Clerk of the Board; and authorized appointment of M. Adam to class of Medical Record Librarian at third step. Approved internal appropriation adjustments not affecting totals for Human Resources Agency and Public Works (Road Construction and Flood Control). Denied claims for damages filed by B. Palacio, H. Sidlow, J. and S. Coffee and heirs of M. Coffee, and J. Amerson. Approved surety tax bonds for Tracts 4323 and 4549, City of Pittsburg. Waived reading and adopted Ordinances 75-43 and 75-44 increasing dog license fees and amending curfew regulations;and fixed Nov. 18 at 10:45 a.m. for introduction of proposed ordinance regulating fortunetelling and related activities. Authorized R. Jornlin, Social Services Director, to attend the Western States Regional Conference of the American Public Welfare Association, Salt Lake City, Utah, Oct. 28-31; and authorized appropriate county officials to attend a workshop with federal officials in Washington, D.C. , Dec. 4-5. Authorized Auditor-Controller to initiate legal action in Small Claims Court against T. and V. Pletcher. Authorized placement of Juvenile Court Wards at University Mound School. Authorized Director, Human Resources Agency, to sign Fee-for-Service contracts with certain fee-for-service physicians, dentists, optometrists and podiatrists and certain contracts with same implementing new rates of pay. Recessed at 10:15 into Executive Session to consult with representatives in connection with salary discussions. Authorized Chairman to execute the following: Revised Community Development Block Grant Funding Approval agreement; Vending Machine Placement Agreement with Canteen Company of Contra Costa, Inc. ; Agreement with San Ramon Valley Unified School District for transfer of CSA R-7 funds to said District for development of recreation facilities; Contract with Data Processing and Accounting Service for Keypunching Service- Residential data records; Contract with J. Billings, Ph.D. for training on suicide and depression for Mental Health staff; Contracts with P. Sax and M. Perlstein for training services for Social Service staff at a Suicide Prevention 1,7orkshop; Contract with Dr. R. Leppke, Consultant, for a Human Effectiveness Training course for Probation staff; Agreement with Martinez Unified School District for inmate vocational training and rehabilitation at County Jail; Contract with R. Mnookin for foster care training at First Annual County-Wide Workshop for Foster Care Development; Agreement with Neighborhood House of North Richmond extending delinquency pre- vention services; Agreement with City of Richmond for fire protection services to CSA F-1; and Contract with State Department of Health for the Community Demonstration Rat Control Program in Richmond. Authorized Chairman, as Ex-Officio Governing Body of the Pinole Fire Pro- tection District of Contra Costa County, to execute agreement with City of Pinole for fire protection services to the District. Exonerated surety tax bond, Tract 4562, City of Martinez. Oo S 17 And the Board adjourns to meet on A ,�cn) �7."/9� at. /� , in the Board Chambers, Room 107, Administration', Building, Martinez, California. W.; N. Boge s, an ATTEST: . J. :R. OLSSON, CLERK' - f } 4 s+ ' _ r 00 06 SUMMARY OF PROCEEDINGSBEFORETHE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, OCTOBER 21, 1975, PREPARED BY J. R. OLSSON, COUNTY CLERK AND Ek-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Department of Agriculture, Auditor-Controller, County Counsel, Medical Services, Public Defender, Public Works, and Clerk of the Board; and authorized appointment of M. Adam to class of Medical Record Librarian at third step. Approved internal appropriation adjustments not affecting totals for Human Resources Agency and Public Works (Road Construction and Flood Control). Denied claims for damages filed by B. Palacio, H. Sidlow, J. and S. Coffee and heirs of M. Coffee, and J. Amerson. Approved surety tax bonds for Tracts 4323 and 4549, City of Pittsburg. Waived reading and adopted Ordinances 75-43 and 75-44 increasing dog license fees and amending curfew regulations;and fixed Nov. 18 at 10:45 a.m. for introduction of proposed ordinance regulating fortunetelling and related activities. Authorized R. Jorrlin, Social Services Director, to attend the Western States Regional Conference of the American Public Welfare Association, Salt Lake City, Utah, Oct. 28-31; and authorized appropriate county officials to attend a workshop with federal officials in Washington, D.C. , Dec. 4-5. Authorized Auditor-Controller to initiate legal action in Small Claims Court against T. and V. Pletcher. Authorized placement of Juvenile Court Wards at University Mound School. Authorized Director, Human Resources Agency, to sign Fee-for-Service contracts with certain fee-for-service physicians, dentists, optometrists and podiatrists and certain contracts with same implementing new rates of pay. Recessed at 10:15 into Executive Session to consult with representatives in connection with salary discussions. Authorized Chairman to execute the following: Revised Community Development Block Grant Funding Approval agreement; Vending Machine Placement Agreewient with Canteen Company of Contra Costa, Inc. ; Agreement with San Ramon Valley Unified School District for transfer of CSA R-7 funds to said District for development of recreation facilities; Contract with Data Processing and Accounting Service for Keypunching Service- Residential data records; Contract with J. Billings, Ph.D. for training on suicide and depression for Mental Health staff; Contracts with P. Sax and M. Perlstein for training services for Social Service staff at a Suicide Prevention Workshop; Contract with Dr. R. Leppke, Consultant, for a Human Effectiveness Training course for Probation staff; Agreement with Martinez Unified School District for inmate vocational training and rehabilitation at County Jail; Contract with R. Mnookin for foster care training at First Annual County-Wide Workshop for Foster Care Development; Agreement with Neighborhood House of North Richmond extending delinquency pre- vention services; Agreement with City of Richmond for fire protection services to CSA F-1; and Contract with State Department of Health for the Community Demonstration Rat Control Program in Richmond. Authorized Chairman, as Er.-Officio Governing Body of the Pinole Fire Pro- tection District of Contra Costa County, to execute agreement with City of Pinole for fire protection services to the District. Exonerated surety tax bond, Tract 4562, City of Martinez. 0 0 4 "U''Y October 21, 1975 Summary, continued Page' 2 Adopted the following numbered resolutions: 75/819 and 75/820, approving abandonment*of portion of Hawthorne Drive, Walnut Creek area, and portion of Campo Calle Road, Lafayette area; 75/821, selling of $300,000 Knightsen School District 1975 bonds to Bateman Eichler, Hill Richards, Inc. ; 75/822, amending Resolution No. 75/523 to add Edward C. Boyle Group Home to Child Care Institutions; 75/823, as Ex Officio the Board of Supervisors of Contra Costa County Flood Control and Water Conservation District, fixing Nov. 18 at 11 a.m. as time to receive bids on construction of irrigation siphons, Marsh-Kellogg Watershed, Brentwood area; 75/824 through 75/828, authorizing changes of assessment roll; 75/829, authorizing cancellation of delinquent penalties on 1975-76 unsecured assessment roll; 75/830 and 75/831, authorizing submittal of an application for the County to become eligible for the National Flood Insurance Program; assuring Federal Govern- ment that the County has building permit review system meeting requirements of aforesaid program; Requested staff to cont-inue review of County participation in National Flood Insurance Program and report to the Board thereon. 75/832, accepting as complete improvements in Subdivision 4302 and accepting certain roads as County roads; 75/833, accepting as complete contract with Hess Concrete Construction Company of Napa for construction of retaining wall on Pomona Street, Crockett; 75/834, proclaiming ,reek of October 20 through 24, 1975 as League of Women Voters of Diablo Valley Finance Drive Week; 75/835, authorizing Chairman to execute Grant Deed to J. Holmes for sale of County-owned excess property, Lafayette area; 75/836, fixing Nov. 24 at 7:45 p.m. for hearing on proposed dissolution of. Crockett-Valona County Mater District; 75/837, accepting as complete contract with Apollo Concrete, Inc. for con- struction of median opening on John Glenn Drive at Buchanan Field Airport, Concord. Acknowledged receipt of report from County Administrator suggesting nominees for consideration for appointment to Family and Children's Services Advisory Commit- tee, reappointed thereto H. Mackintosh, R. Anderson and M. Laubscher, and appointed J. LaBeau, A. Wilson and J. Quinn. Continued hearing to Dec. 16 at 10:30 a.m. on proposed abandonment of portions of Warner and Del Porto Roads, Oakley area. Approved recommendations of Planning Commission with respect to requests of Bryan & Murphy Associates (1955-RZ) and M. Gonsalves (1928-RZ) to rezone certain lands in the West Pittsburg and San Ramon areas, respectively; approved recommen- dation of Planning Commission to rezone certain property in Danville area (1962-RZ) ; and requested Director of Planning and County Counsel to prepare ordinance amend- ments on the aforesaid. Closed hearing and fixed Nov. 4 at 10:45 a.m. as time for decision on appeal of San Ramon Heights Homeowners Association from action of Board of Appeals on Applica- tion No. 2074-75, L. Larson, Danville area. Awarded contract to Eugene G. Alves Construction Company, Inc. for construction of Montalvin Manor Park, Phase I, San Pablo, CSA M-17, and approved Addendum No. 1 to plans and specifications for aforesaid project. Approved recommendations of Public Works Director re construction of an .appro- priate ramp for handicapped persons for access to the Pittsburg County Building. Authorized Public 'Yorks Director to execute an agreement for consulting .services with Deleuw, Cather and Company for preliminary engineering in connection with recon- struction of existing grade separation on 1aterfront Road overcrossing at the Southern Pacific Railroad, Martinez area, and authorized Chairman to execute Joint Exercise of Powers Agreement with City of Martinez to share cost of the aforesaid. Approved Addendum No. 1 to the Notice to Contractors and Proposal for the Christie Road slide damage repair project, Rodeo area. October 21, 1975 Summary, continued Page 3 Referred to: Administration and Finance Co^-iittee (Supervisors Linscheid and Kenny) for report on Oct. 27 the 1976 Community Action Program Grant Application material submitted by OEO; Last Bay Regional Park District and Agricultural Commissioner letter from G. Reeves on possible methods for preventing property damage caused by deer; Acting County Building Inspector request of Danville Fire Protection District for abatement of certain buildings, Danville area; Human Resources Committee (Sunervisors Moriarty and Dias) report from Director, HRA, on Prepaid Health Plan and proposed Institute for Medical Services; Public Works Director bids received for construction-of traffic signals on San Ramon Valley Boulevard, Danville area; County Clerk (Assistant County Registrar) and County Counsel information from Bureau of the Census, Washington, D.C. , re 1975 Amendments to the Voting Rights Act; County Counsel and Public Works Director letter from Kensington Improvement Club re condition of paths and walkways which provide shortcuts between various streets, Kensington area. As ex officio the Board of Directors of the Riverview Fire Protection District of Contra Costa County, referred to County Administrator bid received for fire hazard corrections and abatement work in said district. Requested Director of Planning to initiate proceedings for a study of existing R-6 zoning in the county. Accepted donation from Orinda Foundation to CSA R-6, Orinda area, for park land development. Fixed Nov. 18 at 10:30 a.m. for continued hearing on proposed abatement of property located at 529 Loring Avenue, Crockett area. Appointed R. Sysum to the Citizens Advisory Committee for Contra Costa Off- Highway Vehicle Recreation Authority. Reappointed M. Goodman and M. Fink to Contra Costa County Mental Health Advisory Board. Requested Public Works Director to contact M. Carnes re certain street signs in the Danville area. Authorized Real Property Division, Public Works Department, to negotiate for lease of office space for Social Service Department, Concord area. Accepted as complete public improvements in MS 114-73, Alamo area. Authorized Public Works Director to acquire necessary right of way for construc- tion of missing link of Roundhiil Road, Alamo area. Approved installation of sub-surface drain, Orinda area. Rescinded certain Board Orders with respect to MSL 2-74, City of Lafayette. Authorized payment to Pacheco Town Council in connection with property acquisition, Pacheco Boulevard, Pacheco area. Awarded contract to Ferma Corp. for Phase I of Orinda Community Center Park, CSA R-6, Orinda area. Authorized Public Works Director to issue warrants to R&B Trucking and C. Pringle for portion of bond posted for Sub. 4714, Brentwood area, which was withheld previously due to legal actions against same. Approved Waiver of Claim from T. White, et ux, Sans Crainte Drainage area. Approved transfer of Aid-to-Cities funds to Town of Moraga subject to certain understandings. ' , "' ' '_ I -��' ,�' , ' .�_ � 1 ,� , '_ _ - . - , � I ' � I I - " - � , - -. "" _ '" ""_'_"".,: ' ",' ', __' �-",' I I - � . � - I , �I'':�� . " - : ' -'� `,�: ' � '- --.,,I- - .;,: ," I I - � � I ��� _. : , , .' -��' 4 -- - - - �';.��-_-"' ,"� -.�._ . � �. , , , I I I I � � , - . - .' - � � ' � I - 1 , � � �'� �':. , -- -,-,-- " , � "I'I - - I _ :� �' � � , I . I,-, ,. "_�"'_ -', -, ��", : ., t t g goo ,� �-! 7s Y µ :`' ' 1 i qi`' v _ kt r — } N t } ; ,k ,. �.l a Y I'll5 1f U 4 } kow {: £ mw a S } - S ck r 3'� t - Lr ? > k, r The g� "' . 1 t 11 . .: 4' r €x T i } 7 preceding documents " h ,.� , ,-", rte{ 'consist of 410 pages ' - a ° t 4 F' tet' >+' ar r' �.4 ;+>x - z �* r 3 X w s P 1 �' zz MN a x2 t a�f �.: aX f ." t Axa Orta#_W K" O 3I 1 H T'v: r * ax tt 3r ..�a7 }, '.t_"+ ;`t i., .. i �r �' aA_'S fly� {K� ' h ., t 1 s e e ' a"l,'j"''� r .,� ` Li� 1 t>r �_'.r .r.+ t' y "' Y a *� t { a x #1 sal x s..a .%^' 5 z s s ,r..t", A-m /YY r' �1 at ?'( 4 f i ti' 7-� h S; Z s �1 Y „h y k 4Sh 1 �'- 11 "L 1 : 1 7.txJ S f w x J -I� { +l A ,7 3 AWS F ,',.0 ' iJ T A h t f xv� t Y �Y"�. ,f. 3 b 5 L ?} "} 1 e .. - 'fit .. ^.r` _ M f 4 6 ' [}' s Y r• ''t &L M1 ft h Y '1- r'1 C}lY why-Ay; nd y i S -[ } t t t i+Ypvj v 3� '� 4 i ✓t f f i,n ak �' ,t 2 ¢Yx.,`z, 'X"y"`'""'�. t x, tpy on; r i 2 a s 'jr ux 3 e x"�`". erA � 3 ; r 's, a r -"z. �. 1 z t s f y r .� i' sx �"! y ti x f ra,,� _ �, SI' 3 t x / k "3 } r �" v > ," ,'t H t OSx s "I",s.a x. "�, y s'z rx .� t z k rS} fie . sem' x.. -,:; -+ t. } ry � r J k I I - � .♦ . 1 f$��f i .tU s ; j A� —t p L"4�t 9 "Ia ' .: r� �S a :`z r n x r d t -v r, `"1 1 Lr 4 V h "`C .3 y d 5 g< 4? A. 'e` _ }2 t r F I . I � _�-�� - " - - - -�-"�-'��:"":��'�' '�-�, �:-_'"�" '."" �' �� � { 3{ l t cry C'.Yom�££,,,, .t 3 -4 "' '�x�,e "�sx x.,wi& max.... K. _ - - - - -