Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 11151977 - R 77N IN 3
The following are the calendars prepared by the Clerk, County Administrator, and Public Works Director for Board consideration. (f 10 11 JAMES R KENNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N BOGGESS 1 ST DISTRICT N �, Ci,"AI- L1. NANCY C FAHOEN.MARTINEZ CONTRA a COST a COUNTY ROBERT t SCHROO_R 2ND 'BICE CHAIRMAN: ROBERT 1 SCHRODER.LAFAYETTE AND FOR JAMES R.OLSSON.CCUNTf CLERK 3RD DISTRICT AND EK OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS.GERALDiNE RUSSELL 4TH DISTRICT BOARD CHAMBERS.ROOM 107.ADMINISTRATION BUILDING CHIEF CLERK ERIC H.HASSELTINE.PITTSBURG PHONE(415)372.2371 5TH DISTRICT PO.BO%911 MARTINEZ. CALIFORNIA 94553 TUESDAY NOVEIZER 15, 1977 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2 . 402 . 9: 00 A.M. Call to order and opening ceremonies . Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator . Consider "Items Submitted to the Board. " Consider recommendations and requests of Board members . Consider recommendations of Board Committees . 9: 45 A.M. Consider request of Mr . J . E. Moriarty to continue as county representative on Metropolitan Transportation Commission until expiration of his term in February, 1979 . 9 : 45 A.M. Executive Session (Government Code Section 54957 .6) as required or recess . 10: 45 A.M. Hearing on proposed abandonment of drainage easement and slope easement in Minor Subdivision 11-77, Alamo area; Planning Commission recommends approval . 10: 50 A.M. Hearing on application of Mr. C . Papaionnou for transfer of partial ownership of his cardroom license (to include his wife) and to increase the number of tables and hours of opera- tion at the Corner Club , West Pittsburg (continued from October 25, 1977) . 11: 00 A.M. Hearing on appeal of Beverley Glieder. from Planning Commission denial of application for Minor Subdivision 7-77, Walnut Creek area (continued from August 16, 1977) . 11: 05 A.M. Hearings on recommendation of Planning Commission with respect to the following rezoning applications: P . E. Frazier, et al, 2141-RZ , Danville area; Isakson & Associates, 2101-RZ, Danville area; and Isakson & Associates, 2112-RZ, Danville area. If the aforesaid applications are approved as recommended, introduce ordinances, waive reading, and fix November 22, 1977 for adoption. 11: 15 A.M. Hearing on appeal of Wes Anderson & Associates from Board of Appeals denial of Land Use Permit 2173-76 to establish a boat storage yard in the Bethel Island area. 11: 45 A .M. As Ex Officio the Governing Board of County Sanitation District No. 15, hold hearing on proposed condemnation of certain re-=l property in the Bethel Island areareauired for a sewer system (continued from November 8, 1977) . 00002 Board of Supervisors' Calendar, continued November 15, 1977 ITEiMS SUBTMITTED TO THE BOARD ITEMS 1 - 5 CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of certain tax liens and delinquent penalties . 2 . INITIATE proceedings and fix December 20, 1977 at 10 : 50 a.m. for hearing on proposed formation of County Service Area M-24, San Ramon area. 3. ADOPT ordinance (introduced November 8, 1977) amending the Code to permit lowball and panguingue to be played in licensed cardrooms . 4 . DENY the claims of Pacific Telephone and Telegraph Company (Case No . B-740-366) , LeAnn Rochin & Ron Campbell, and the amended claims of Timothy David Taliaferro and Randy Edward Cooper. 5 . APPROVE proposed annexation of Subdivision 4663 , West Pittsburg area., to County Service Area L-43 without hearing or election (Govern- ment Code Section 56322) . , Items 6 - 12: DETERMINATION (Staff recommendation shown Follow ng the item. ) 6. RESOLUTION adopted by the Board of Trustees of Alamo-Lafayette Cemetery District requesting that the name of the district be changed to Las Trampas Cemetery District . CONSIDER APPROVAL OF REQUEST 7. LETTER from Mr. G. H. Cardinet, on behalf of the American Horse Council, requesting that the Board view a documentary on trails in the East Bay area with Contra Costa County significantly prominent . CONSIDER FIXING DATE FOR PRESENTATION 8. PMEMORANDUM from Director of Planning recommending refund of : 300 park dedication fee paid by Mr. H. D. cones in connection with building Permit No. 53704, Orinda area. APPROVE RECOMMENDATION 9 . MEMORANDUM from Clerk listing those Boards and Commissions wnich do not adhere to Board policy related to staggering of terms for members . REFER TO INTERNAL OPERATIONS COMMITTEE FOR RECOMMENDATION 10 . LETTER from Mr. A. B. Varni, attorney representing Russell City Hob Company, requesting that County Counsel advise whether said firm requires a refuse transport permit in connection with transporta- tion of food by-products for animal feed. REFER TO COUNTY COUNSEL FOR REPORT 11 . LETTER from Deputy Director, Division of Medical Assistance, State Department of Health, transmitting information pertaining to AB All, the Adult Day Health Care Act, and AB 1612 for matching fund grants . REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 12 . UTTER from Foreman, 1977-1978 Contra Costa County Grand Jury, trans- mitting report recommending that the decision to exempt the position of Airport Manager be reconsidered. REFER TO INTERNAL OPERATIONS COMMITTEE ?erscns addressing the ?pard should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation . IN VIEW OF THE THANKSGIVING HOLIDAY THE DEADLINE FCR THE NOVEMBER 29 AGENDA ITEMS WILL BE 5 P .M. , MONDAY, NOVEMBER 21 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . The Finance Committee (,Supervisors R. I. Scrroder and J . P . Kenny* ) meets the 1st and 3rd cndafs of each month, 9 :00 a.m. , Rcc L 108, County Administration Building, Martinez . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 00003 OFFICE OF COUNTY P.DMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions November 15, 1977 From: Arthur G. Will County Administrator I. PERSONNEL ACTIONS - - 1. Reclassification of positions as follows: Cost Department Center From To County 0003 Management Supervising Administrator Analyst III, Management 4102 Analyst Civil 035 Safety Services Insurance Service Specialist I, Analyst II #01 Library 602 Library Library Circulation Assistant II, and Overdue Records #08 Supervisor 620 Branch Branch Librarian II Librarian I, 4102 Social 5000 Personnel Personnel Services Service 509 Services Assistant III Assistant II, #01 Treasurer- 015 Investment Chief Deputy Tax Supervisor Treasurer Collector 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation District 0242 1 Deputy 1 Deputy District Attorney District Attorney III Attorney IV 0242 1 Intermediate 1 Typist Clerk Typist Clerk 00004 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-15-77 Page: 2. I. PERSONNEL ACTIONS - continued 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Civil 581 3 Clerk-CETA -- Service 2 Public -- (PSE) Services Worker I-CETA Human 0180 1 Contracts 1 Administrative Resources 582 and Grants Analyst, #01 Specialist I Medical 540 1 Accountant- Services Auditor I 540 1 20/40 Licensed -- Vocational Nurse- Project 540 2 Clerk 2 Intermediate Typist Clerk, #02, #77 540 1 Dental 1 Hospital Attendant, Assistant #64 Public 0061 1 Associate 1 Engineering Works Architectural Technician II, #01 Engineer 4010 1 Building and 1 Administrative Grounds Mainte- Services Assistant III, nance Manager #079-01 Social 5010 1-Community 1 Eligibility Worker- II, Service 589 Food Coalition 4502-112 Coordinator 503 -- 1 Social Work Supervisor II, #03 5000 1 Children' s 1 Social Work 509 Services Program Supervisor II, =01 Specialist 011(105 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-15-77 Page: 3. I. PERSONNEL ACTIONS - continued 3. Decrease hours of positions as follows: Cost Department Center From To Social 502 40/40 20/40 Eligibility Service 5200 Eligibility Worker II Worker II, #33 (2 positions) 4. Authorize appointment from reemployment eligible list of Frances Bendix in the class of Staff Nurse III at the top step ($1,436) of Salary Level 382 ($1,302 - $1,436) effective November 1, 1977, as requested by the Director, Human Resources Agency, and recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS 5. Name and Destination . Department and Date Meeting (a) Josephine Los Angeles, CA Energy Conservation Rodriquez, 11-15-77 to 11-19-77 Training Session/ Economic CAL-NEVA Conference Opportunity Council (b) Roy Kong, Chicago, IL Police Communications Sheriff- 8-17-77 to 8-20-77 Systems Study Coroner (date correction) (c) George H. San Antonio, TX Mechanical Sub- McConnell, 12-12-77 to 12-15-77 committee IAPMO- Building - - - - ICBO Inspection III. APPROPRIATION ADJUSTMENTS 6. Health (Health Projects) . Appropriate $126,884 of federal revenue to finance study of the incidence of cancer as related to industrial emissions in the heavily industrialized areas of Contra Costa County, pursuant to agreement approved by Board on October 25, 1977 . 00006 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-15-77 Page: 4. III. APPROPRIATION ADJUSTMENTS - continued 7. Internal Adjustments. Changes not affecting totals for t e tollowing budget units: Human Resources Agency, Social Service-Administration, County Superintendent of Schools, Assessor, Public Works (Road Maintenance) , Riverview Fire Protection District. IV. LIENS AND COLLECTIONS 8. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Abatement Lien taken to guarantee repayment of the cost of services .rendered by the County to Fred and Barbara Clark who have made repayment in full. V. CONTRACTS AND GRANTS 9. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose r' Amount Period (a) AEP Prepare EIR for $2,800* 11-1.6-77 Associates Subdivision 5162, to Danville area 10-31-78 * (paid by developer) (b) Charles Office of Economic $60 11-15-77 Abitz Opportunity Home to Maintenance 11-30-77 Training (c) Joseph C. Probation Depart- -0- 11-15-77 Jordan ment Juvenile to Justice Information 1-15-78 System Study (d) State Dept. Health Department $15,000* 9-30-77 of Health Hypertension Co- to ordinating Council 7-31-78 Project * (state funds) (e) Contra Costa Evaluation of the $25,000 11-1-77 County Center for Human (state to Superintend- Development-drug funds) 6-30-78 ent of abuse prevention Schools programs n n( l/��'10 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-15-77 Page: 5. V. CONTRACTS AND GRANTS - continued 9. Agency Purpose Amount Period (f) State Dept. Amend existing $50,000 7-1-77 of Health contract for (increase) to Health Dept. 6-30-78 Family Planning service to increase state funding VI. LEGISLATION None. VII. REAL ESTATE ACTIONS None. - VIII.OTHER ACTIONS ; 10. Authorize County Medical Services to give "Notice of Exclusion From a Class Action" in Carex International, Inc. "v. Jerome Lackner, et al. , Los Angeles Superior Court No. CA000294, as recommended by County Counsel. 11. Authorize Donald L: Bouchet, Acting County Auditor- Controller, to execute applications to the State for reimbursement of an amount not to exceed 10 percent of expenditures made for public defense legal services, pursuant to Section 987. 6 of the Penal Code. 12. Authorize relief of cash shortage of $8 . 30 in County Medical Services cafeteria receipts, as recommended by the Director, Human Resources Agency, and concurred in by the County Auditor-Controller and District Attorney. 13 . Amend Board Resolution No. 77/560, establishing rates to be paid to child care institutions, to add The Boutell Home, Concord, at a monthly rate of 5850 . 14. Authorize settlement of claims in the amount of $6, 772 resulting from conciliation agreement and authorize Director of Personnel to execute the necessary documents. 00008 To: Board of Supervisors From: County Administrator Re: Recommended Actions 11-15-77 Page: 6. VIII.OTHER ACTIONS - continued 15. Adopt resolution providing for internal salary relation- ship adjustment for three management classes, one each in the Probation Department, Public Works Department and Department of Agriculture. 16. Authorize the County Auditor-Controller to write-off delinquent General Accounts Receivable amounting to $6,522.34 as recommended by the County Health Officer and County Medical Director. NOTE Following presentation of the County Administrator's agenda, the Chairman will ask if anyone in attendance wishes to comment. Issues will be carribd over to a later time if extended discussion is desired. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12 NOON 00009 _ CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez , California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Extra Business for november 15, 1977 SUPERVISORIAL DISTRICT II Item 1. MONTARABAY RECREATION CENTER - APPROVE ADDENDUM NO. 1 AND ADVERTISE FOR BIDS - San Pablo Area On September 27, 1977, the Board of Supervisors approved the plans and specifications and advertised for bids for the Montarabay Recreation Center at Bayview Park (County Service Area 1-I-17) , San Pablo Area. No bids were received. By action of November 1 , 1977, the Board of Supervisors recom- mended that the subject project be re-advertised for bids at a favorable time. It is recommended that the Board approve Addendum No. 1 and the new construction cost estimate for Montarabay Recreation Center and direct its Clerk to re-advertise for construction bids to be received until 2 p.m. on December 15, 1977 . Preparation of plans and specifications was by Barbachano & Associates, Architects, E1 Cerrito, California. The Archi- tect's current estimate for the base bid is $300,000. Addendum No. 1 incorporates a new bid form and advertisement in the specifications. The plans and specifications have been reviewed by the M-17 Service Area Advisory Committee and the Public Works Depart- ment. All General Plan and environmental review requirements have been complied with. (RE: Work Order No. 5220-927) (B&G) GENERAL Item 2. RICHMOND ADMINISTRATION BUILDING - APPROVE AGREEMENT - Richmond Area It is recommended that the Board of Supervisors approve the Consulting Services Agreement with Hardison & Komatsu Assoc. of Richmond, and authorize the Public Works Director to execute the Agreement. (Continued on next page) EXTRA BUSINESS Public Works Department Page 1 of 2 November 15, 1977 01)(110 Item 2 continued These consultants will provide programming and master plan- ning of the court remodel of the Administration Building in Richmond. This Agreement provides for a maximum payment to the Consultant in the amount of $3,500, which amount shall not be exceeded without further written authorization by the Public Works Director. (RE: Work Order No. 4403-4188) (B&G) EXTRA BUSINESS Public Works Department Page 2 of 2 November 15, 1977 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for November 15, 1977 REPORTS Report A. ASSEMBLY TRANSPORTATION COMMITTEE HEARING The Assembly Transportation Committee is holding a series of hear- ings on the future of street and highway financing in California. The Public Works Director has been invited to testify at the Northern California hearing in Oakland on November 21, 1977 to represent the point of view of urban counties. The purpose of the hearing •is to determine the adequacy of existing methods of financing state and local street and highway programs. The major question to be examined at this meeting is what effect will federal energy standards, which will increase miles per gallon by as much as 200% by 1985, have on fuel tax revenues used to finance transportation programs. As the amount of fuel gallonage used begins tom decrease in spite of the additional numbers of vehicles that come on the highway system, other methods must be considered to finance the highway transportation program which are not tied to gallonage of fuel consumed. This Department will respond to the invitation from the Assembly Transportation Committee and reaffirm the Board's position on financing, as expressed in Resolution No. 75/901 adopted by the Board on November 12, 1975. (MLK) Report B. ALLOCATION OF TRANSPORTATION DEVELOPMENT ACT FUNDS On May 10, 1977, at its.Workshop on Public Transit Services in Contra Costa County, the Board of Supervisors urged the Metropol- itan Transportation Commission to change its rules concerning local matching requirements for the funding of public trans- portation projects. At the present time, an estimated $8 million in unallocated Transportation Development Act funds are not readily available to the cities and Contra Costa County because the requirement to match every' $3 .00 of Transportation Development Act funds with $1.00 of local funds is difficult to achieve. (Continued •on next page) A_ G E N D A Public Works Department Page 1 of 12 November 15, 1977 00012 Report B continued On November 2, 1977, at the initiative of Commissioner Moriarty, the Metropolitan Transportation Commission adopted Resolution No. 477 and rescinded their Resolution No. 144. The revised policy adopted under Resolution 477 will permit the allocation of the total available apportionment of TDA funds in Contra Costa County outside of AC Transit District No. 1 for public transportation purposes consistent with the limitations on the use of TDA funds imposed by the Act. This new policy is consis- tent with the Board's position. The Public Works Department will cooperate with MTC in working out details of the application of the new policy; will review the status of funding of transit projects; and will submit recommendations as required to the Board. (MLK) SUPERVISORIAL DISTRICT I Item 1. PARK AVENUE BRIDGE - APPROVE AGREEMENT - East Richmond Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute Amendment No. 2 to an Agreement with the California Department of Fish and Game, dated March 2, 1976. The original Agreement was made with respect to the proposed Park Avenue Bridge Improvement Project. As a result of failing to obtain acceptable bids in 1977, the project has been redesign- ed and is scheduled to be readvertised for construction in the spring of 1978 . Amendment No. 2 concerns the new construction time and also reduces Fish and Game conservation measures to be taken by the Contractor when working within the creek bed. (RE: ' Project No. 1065-4413-665--77) (NOTE TO CLERK OF BOARD: Please return original, .yellow and pink copy to the Public Works Department for transmittal to the state.) (RD) SUPERVISORIAL DISTRICT II Item 2. WATERFRONT ROAD BRIDGE - APPROVE AGREEMENT SUPPLEMENT - Martinez Area It is 'recommended that the Board of Supervisors approve and authorize its Chairman to execute Supplement No. 6 to the Master Local Agency - State Agreement No. 04-5928 previously executed by the County and State. (Continued on next page) A G E N D A Public Works Department -'age 7 Sf 12 November 15, 1977 11101-3 Item 2 continued This Supplement, entitled "Program of Federal Aid Secondary Projects" will be "Exhibit B" in the above-mentioned Master Agreement. The Supplement shows the estimated costs of preliminary engineering, right of way and construction for the construction of the Waterfront Road Overhead Bridge Project, to total $1,151,000 in State and Federal funds. (RE: Project No. 3481-4215-925-75) (RD) Item 3. WATERFRONT ROAD BRIDGE - APPROVE PLANS AND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve .plans and specifications for the "Waterfront Road Overhead and Approaches Project" and advertise for bids to be received in thirty days, and opened at 2 :00 p.m. on Thursday, December 15, 1977 . The Engineer 's estimated construction cost is $919,000. (a) A Negative Declaration pertaining to this project was posted and filed with the County Clerk on December 23, 1975 with no protests received. The project has been determined to conform with the General Plan. (b) The Board of Supervisors determined on January 26, 1976, that the project will not have a significant effect on the environment and instructed the Planning Director to file a Notice of Determination. The Project consists of removing a narrow and structurally deficient bridge on Waterfront Road, over the Southern Pacific Railroad tracks, and replacing it with a new bridge of greater width and improved alignment. Also included is reconstruction and realignment.of approximately one-half mile of roadway. (RE: , Project No. 3481-4215-925-75) (RD) Item 4. ESCOBAR STREET - APPROVE RENTAL AGREEMENT - Martinez Area It is recommended that the Board of Supervisors approve a Rental Agreement, dated November 8, 1977, signed by Evelyn Hollis, for rental of County-owned property at 1139 Escobar Street, Martinez, and authorize the Public Works Director to sign the Agreement on behalf of the County. The rental is on a month-to-month basis for $225 permonth effec- tive November 1, 1977. The property was acquired for future Civic Center development. (RP) A G E N D A Public Works Department Page 3 of 12 November 15, 1977 ON-1.4 SUPERVISORIAL DISTRICT III Item 5. OAK ROAD - APPROVE RENTAL AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve a Rental Agreement with Christine L. Garrison, Denise Rivera and Christine R. Schmid, dated October 26, 1977, for rental of County-owned property at 2565 Oak Road, Walnut Creek, and authorize the Public Works Director to execute the Agreement on behalf of the County. The Agreement provides for a monthly rent of $375. (RP) Item 6. STORM DRAINAGE DISTRICT ZONE 22 - DISSOLVE ADVISORY BOARD - Walnut Creek Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra CostaCounty Storm Drainage District, dissolve the Advisory Board for Storm Drainage District Zone 22. The Advisory Board has not held a meeting for at least the past four years. With the project work in the zone completed, except for a few minor items, and the elimination of the ad valorem tax, the two remaining board members recommend that the Board be dissolved. It is further recommended that the Board direct the Clerk of the Board to send certificates of appreciation to Mr. Grant Burton and Mr. Joseph Mangini Jr. , the two remaining Board members. (RE: San tation District Zone 22) (FCP) Item 7. OAK ROAD - APPROVE TRAFFIC REGULATIONS - Walnut Creek Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution. Nos . 2392 and 2393 be approved as follows: Traffic Resolution No. 2392 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the East side of Oak Road (#4054B) Walnut Creek, beginning at the intersection of Treat Boulevard, and extending southerly to the intersection of Jones Road, a distance of 580 feet. Traffic Resolution No. 2393 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the west side of Oak Road (#4054B) (Continued on next page) A G E N D A Public Works Department Page 4 of 12 November 15, 1977 0001.5 Item 7 continued , Walnut Creek, beginning at the intersection of Treat Boulevard, and extending southerly to the intersection of Jones Road a distance of 580 feet. (TO) Item 8. L•OMA VISTA DRIVE, EL TOYONAL & ORINDA WAY - APPROVE TRAFFIC REGULATIONS - Orinda Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2398 & 2399 be approved as follows: Traffic Resolution No. 2398 Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be limited to three minutes, for the purpose of depositing mail, along the west side of Orinda Way (192544A) Orinda.- beginning rinda;beginning at the centerline of Irwin Way and extend- ing southerly a distance of 30 feet. (Traffic Resolution 21900 pertaining to an existing white curbed area 338 feet wouth of Irwin Way is hereby rescinded.) Traffic Resolution No. 2399 Pursuant. to Section 21101 (b) of the California ` Vehicle Code, the westerly intersection of Loma Vista Drive (#2345C) and E1 Toyonal (#2254) , Orinda, is hereby declared to be a stop intersec- tion and all vehicles traveling westbound on Loma Vista Drive and eastbound on E1 Toyonal shall stop before entering or crossing said intersection. (Traffic Resolution No. 24 pertaining to an existing yield control on Loma Vista Drive at the westerly intersection of E1 Toyonal is hereby rescinded.) (TO). Item 9. COUNTY SERVICE AREA R-6 - ORINDA COMMUNITY CENTER - APPROVE CONTRACTS -- Orinda Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute Inspection Services Contracts with !Messrs . J. M. Nelson, Robert G. Grady, Laurel Roderick Cameron and Robert G. Soto for contract documents review and construction inspection services for the Orinda Community Center-Phase IV construction. These contracts are effective November 17, 1977. (Continued on next page) A_ G E N D A Public Works Department Page 5 of 12 November 15, 1977 Item 9 continued These contracts provide for payment for services in accordance with the standard rates indicated in the contracts. (RE: Work Order 5347-927) (B&G) SUPERVISORIAL DISTRICT IV No items. SUPERVISORIAL DISTRICT V Item 10. MARSH CREEK ROAD - APPROVE AGREEMENT - Brentwood Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute an agreement with the California Department of Fish and Game. This agreement is in conjunction with the proposed' Marsh Creek Road Bridge Reconstruction Project and defines the conditions under which construction work within the Marsh Creek stream bed will be performed. The agreement is required under Section 1601 of the California Fish and Game Code. � (RE: Project No. 3971-4301-661-76) (NOTE TO CLERK OF BOARD: Please return original, pink and green copy to the Public Works Department for transmittal to the State.) (RD) Agenda Continues on next page A G E N D A Public Works Department t Page 6 of 12 November 15, 1977 0001.7 Item 11• CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 - APPROVE AGREEMENT Bethel Island Area It is recommended that the Board of Supervisors, as ex officio Governing Board of Contra Costa County Sanitation District No. 15, approve and authorize the Chairman to execute an Agreement for Engineering Services between the District and Harding-Lawson Asso- ciates, 2430 Stanwell Drive, Suite 160, Concord. The Agreement provides for geotechnical and soils testing services during the construction of the District's sewage collection system and wastewater treatment facility. The Agreement provides for a maximum payment to the consultant of $20,007. The Agreement is necessary due to the complex nature of constructing underground facilities in an-area of high groundwater and extreme soil conditions. Approximately 87-1/2 percent of the engineering costs are being funded by the State and Federal governments under the Clean Water Grant Program. The local share will be funded from the proceeds of a $2.45 million General Obligation Bond authorized in 1967. (RE: Work Order 5400-0927) (EC) Item 12. CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 - ACCEPT EASEMENTS Bethel Island Area It is recommended that the Board of Supervisors, as ex officio Governing Board of Contra Costa County Sanitation District No. 15, accept the following listed easements and right of way contracts; authorize the Public Works Director to sign the contracts on behalf of the District; and authorize the County Auditor to issue warrants in the amounts specified, to be delivered to the Real Property Division for payment: Parcel No. Grantor Contract Date Payment 4 Clyde Ridgeway October 24, 1977 $100.00 16 Brian L. Walker October 28, 1977 $100.00 20 Roger & Sandra S. November 1, 1977 $100.00 Mazza 23 Alan Thomas Evans October 31, 1977 $100.00 & D. E. Dawson (RE: Work Order 5400-927) (RP) . A G E N_ D A_ Public Works Departm�T} Page 7 of 12 November 15, 1977 Item 13. SUBDIVISION 4047 - REFUND CASH DEPOSIT - San Ramon Area The minor deficiencies for which a cash deposit was posted on Subdivision 4047 have been corrected. It is recommended that the Board of Supervisors authorize the refund of the $6,000 cash deposited to insure completion of the minor de- ficiencies. Refundee: Kaufman & Broad 880 Hinckley Road Burlingame, CA 94010 Location: Subdivision 4047 is located on Larkwood Circle, north of Joaquin Drive in the San Ramon area. (LD) Item 14. SUBDIVISION MS 91-77 - APPROVE AGREEMENT - Alamo Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with William F. Lehman, and authorize the Pub- lic Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 91-77 as required by the Zoning Administrator. Owner: William F. Lehman 181 Oak Road Danville, CA 9.4526 Location: Subdivision MS 91-77 fronts on the south side of Oak Road, approximately 100 feet east of Smith Road in the Alamo area. (RE: Assessor's Parcel No. 196-120-01 & 02) (LD) Item 15. SUBDIVISION MS 257-76 - APPROVE AGREEMENT - Alamo Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Louise H. Kochendorfer, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 257-76 as required by the Board of Adjustment. Owner: Louise H. Kochendorfer 1200 Danville Blvd. Alamo, CA 94507 Location: Subdivision MS 257-76 fronts on the east side of Danville Boulevard, approximately 15 feet south of Hemme Avenue in the Alamo area. (RE: Assessor's Parcel No. 197-040-06) (LD) A G E_ N D A_ Public Works Departt Page 8 of 12 November 15, 19777=0 19 Item 16 . MOUNTAIRE PARKWAY & MOUNTAIRE CIRCLE - APPROVE TRAFFIC REGULATION Clayton Area At the request of local citizens and upon the basis of an engineer- ing and traffic study, it is recommended that Traffic Resolution No. 2397 be approved as follows: Pursuant to Section 21101 (b) of the California Vehicle Code, the southerly intersection of MOUNTAIRE PARKWAY (#5654) and MOUNTAIRE CIRCLE (#5465AN) , Clayton, shall be declared a three-way stop intersection and all vehicles shall stop before entering or crossing said intersection. (TO) Item 17. CAMINO RAMON - APPROVE TRAFFIC REGULATION - Danville Area At the request of local citizens and upon the basis of an engineer- ing and traffic study, it is recommended that Traffic Resolution No. 2396 be approved as follows: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 40 miles per hour on that portion of CAMINO RAMON (7#4827K) , Danville, be- ginning at the intersection of Sycamore Valley Road and extending southerly to the intersection of .Greenbrook Drive; thence, no vehicle shall travel in excess of 35 miles per hour on that portion of CAMINO RAMON beginning at the intersection of Greerbrook Drive and extending southerly to its point of termination, a distance of 3,550 feet. (Traffic Resolution ;2142 pertaining to the existing 45-mph. and 35-mph. speed limit on Camino Ramon is -hereby rescinded. ) (TO) GENERAL Item 18. RECOMALNDATIONS ON AWARD OF CONTRACTS The Public Works Director will present recommendations on the award of contracts for which he has received bids. (ADM) Item 19. WORK FOR OTHER PUBLIC AGENCIES - APPROVE RESOLUTION On July 24 , 1962, the Board of Supervisors adopted Resolution No. 1077,pertaining to the desirability of providing services and/or equipment by the County to other public agencies. On September 3, 1974 , the Board adopted Resolution No. 74/799, eliminating the necessity of the approval of the Board for services, the .value of (Continued on next page) A G E N D A Public Works Departmen4f)(120 Page 9 of 12 November 15, 1977 Item 19 continued: which does not exceed $1,000. With increases in prices over the last several years, and as a means of efficiently providing ser- vices, it is desirable that this limit be increased to $2,500. It is, therefore, recommended that the Board adopt a new Resolution, superseding previous Resolutions, and increasing the maximum that can be approved by the County Administrator to $2,500. (PDM) Item 20. DETENTION FACILITY PROJECT - APPROVE BID ADDENDA - Martinez Area It is recommended .that the Board of Supervisors approve and author- ize the Public Works Director to issue addenda to plans and specifi- cations for the Detention Facility Project approved on October 25,_ 1977. The addenda are: a) Addendum 1 - Detention Facility Electrical - Project No. 5269-926- (46) b) Addendum 1 - Detention Facility Mechanical - Project No. 5269-926- (47) c) Addendum 1 - Detention Facility Plumbing - Project No. 5269-926- (48) d) Addendum 1 - Detention Facility Sprinkler - Project No. 5269-926-(49) e) Addendum 1 - Detention Facility Precast - Project No. Concrete 5269-926- (50) The addenda modify the plans and specifications as requested by Kaplan/McLaughlin, the project architect. Turner Construction Company, Construction Manager, anticipates no increase in contract cost.- The ost.The addenda also provide that bids for the Detention Facility Elec- trical, Mechanical, Plumbing and Sprinkler contracts will be re- ceived one week later than originally scheduled, on December 1, 1977. Bids for the Detention Facility Precast Concrete contract will continue to be received on November 23, 1977. (RE: Project Nos. 5269-926- (46) , 5269-926- (47) , 5269-926- (48) , 5269-926- (49) , 5269-926- (50) ) (DFP) Item 21. DETENTION FACILITY PROJECT - ACCEPT CONTRACT AS COMPLETE - Martinez Area It is recommended that the Board of Supervisors accept, as of October 13, 1977, the completion of the contract with Gallagher & (Continued on next page) A_ G E N D A Public Works Departmenf'��� Pagel10 of 12 November 15, 1977 ,r Item 21 continued: Burk, Inc. , of Oakland, for construction of the Site Grading and Temporary Parking (Project No. 5269-926- (42) ) , and direct its Clerk to file the appropriate Notice of Completion. The work completed by Gallagher & Burk, Inc. , is in conformance with the approved plans and specifications and special provisions at a contract price of approximately $125,125. (RE= Project No. 5269-926- (42) ) (DFP) Item 22. DETENTION FACILITY PROJECT - ACCEPT CONTRACT AS COMPLETE - Martinez Area It is recommended that the Board of Supervisors accept, as of October 13, 1977 , the completion of the contract with R. E. Jones of Martinez, for construction of the Pine Street-Court Street Diversion and Utility Relocation (Project No. 5269-926- (40) ) , and direct its Clerk to file the .appropriate Notice of Completion. The work completed by the Contractor, R. E. Jones, is in conform- ance with the approved plans and specifications and special pro- visions at a contract price of approximately $310,500. (RE: Project No. 5269-926- (40) ) i (DFP) Item 23. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors accept the follow- ing instruments for recording only: No, Instrument Date Grantor Reference 1. Offer of Dedication 11-1-77 0. L. Willis, LUP 2033-77 for Drainage Pur- et al. poses 2. Offer of Dedication 10-21-77 Louise H. Kochen- Sub MS 257-76 for Roadway Pur- dorfer poses 3. Offer of Dedication 10-28-77 William F. Lehman Sub MS 91-77 for Roadway Pur- poses 4. Offer of Dedication 10-19-77 Tony Cutino, Sub 4922 for Drainage Pur- et al. poses (Continued on next page) A G E N D A Public Works Department Page 11 of 12 November 15, 1977 00022 Item 23 Continued: No. Instrument Date Grantor Reference 5. Offer of Dedication 10-4-77 P & M Development Sub 4984 for Drainage Pur- poses 6. Offer of Dedication 11-3-77 Western Electric Sub 4943 for Drainage Pur- Company, Inc. , a poses New York Corpora- tion 7. Offer of Dedication 10-27-77 Pacific Interim Sub 4941 for Drainage Pur- Corporation poses (LD) Item 24. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings. " B. The Delta Water Quality Report is submitted for the Board of Supervisors ' . information and public distribution. No action • required. i C. Memorandum Report on Water Agency Activities. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion becomes lengthy and interferes with consideration of other calendar items. A_ G E N D A Public Works Department Page 12 of 12 November 15, 1977 00023 Prepared by Chief Engineer of the Contra Costa County Water Agency November 15, 1977 CALENDAR OF itaTER MEETINGS TIME ATTENDANCE DATE DAY SPONSOR PLACE REM1ARCS Recommended Authorization All @ 9:00 am-12:00 pm 1:00 pm- 5:00 pm Nov 15 Tues. Department of Fresno Public Hearing on Legal Cotmsel 16 Wed. Interior Fresno Proposed Acreage 21 Mon. E1 Centro Limitation, Rules and Regulations Nov 10 Thurs. Governor's Comm. 9:00 a.m. Consideration of Legal Counsel to Review Calif. Harlan Adams Present Law Regarding Water Rights Law 'theatre Groundwater Rights Performing Arts in California Center #144 Calif. State Univ. - Chico r:ov 10 Thurs. Rotary Club 12:00 Noon Presentation on the 'Port American Legion Periaheral Canal Hall Lafayette =ov 15 Tues. State Committee 9:30 a.m. Hearing on State Legal Ccunsel on Natural ' . Bristol Theatre Claims to Reclaimed Resources and Edna Hill Lands in the Sacramento- Wildlife Jr. High School San Joaquin Delta Brentwood .iov 15 Tues. Regional Water 9:30 a.m. Plan to Consider Staff Quality Control Assembly Room Prohibition of Dry Board 1111 Jackson St. Weather Discharges Oakland to Suistm Marsh '3v 29 Tues. Corps of 7:00 p.m. Public Meeting on Staff Engineers Bristol Theatre Permits for Rock Edna Hill Barriers across False Jr. High School River and Fisherman's Brentwood Cut, in the Delta All start 9 9:30 a.m. 'ov 21 Mon. Senate Assembly Fresno Interim Hearings on Staff 28 Mon. Conference San Diego Peripheral Canal Bill 30 Wed. Committee San Francisco (S.B. 346-Ayala) '-.c 2 Fri. Redding 12 Mon. Stockton 00024 THE BOARD OF SUPERVISORS "ET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M. , THURSDAY, NOVEMBER 15 , 1977 IN ROOD? 107 , COUNTY ADMINISTRATION BUILDING, "'!AP.TINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, Presiding; Supervisors J. P. Kennv, N. C. Fanden, R. I. Schroder, E. II. IIasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. 0005 Contracts, Agreements, or other documents approved by the Hoard this day are microfilmed with the order except in those instances where the clerk was not furnished with the documents prior to the time when the minutes were micro- filmed. In such cases, when the documents are received they will be placed in the appropriate file ( to be microfilmed at a later time) . ' 00026 � r In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Ordinance(s) Adopted. This being the date fixed to adopt the ordinance(s) indicated, which wnend(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 same as required by law. Ordinance Number Subject ct Newspaper 77-113 Section 52-2. 202 is amended to Contra Costa allow panguingue (and expressly Times lowball) in licensed cardrooms. PASSED on November 15, 1977 by the following vote of the Board: Supervisors AYES NO ABSE:dT J. P. Kenny (x) ( ) ( ) N. C. Fanden (X) ( ) ( ) R. I. Schroder (X) ( ) ( ) V, . N. Boggess (X) ( ) ( ) E. H. Hasseltine (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 hand and the Seal of the Board of Supervisors affixed this 15th day of November 19 77 J. R. OLSSON, Clerk By4 -- . Deputy Clerk H 24 12/74 - 15-M Jamie L. Johnson 00027 P0SITI0N ADJUSTMENT REQUEST No: C Department County Administrator Budget Unit 0003 Date 11/1/77 W Y Action Requested: Reclassify Management Analyst IIlnto SUAervisinq Management Analyst Proposed effective date: ASAP _ Explain why adjustment is needed: Expansion of Capital Projects Unit and recognition thereof as specific organizational component ' Estimated cost of adjustment: Amount: 1 . Salaries and wages: $ 744 2. Fixed Assets: (t.Z6t item and cost) r t-- F- Estimated total $ 744 r Signature ` 13 Department ea Initial Determi-nation of County Administrator Date: November 2 7 To Civil Service: Request recommendation pursuagg t randum ed November 2, 1977, copy attached. Count A mi m s rator Personnel Office and/or Civil Service Commission Date: November 8, 1977 Classification and Pay Recommendation Reclassify 1 Management Analyst III to Supervising Management Analyst. Study discloses duties and responsibilities now being performed justify reclassification to Supervising Management Analyst. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Management Analyst III, position #02, Salary.Level 488 (1632-1983) to Supervising Management Analyst, Salary Level 567 (2076-2524) . Assistant Personnel i rector Recommendation of County Administrator Date: November 10, 1977 q•�_ M j Recommendation of Personnel Office and/or Civil Service (1 Commission approved effective November 16, 1977. AIN �0'"' " -%e - ) County Administrator Action of the Board of Supervisors Nov 15 1977 Adjustment APPROVED } on J R. OLSSON; iCounty Clerk NOV151977 � 1 ' Date: By- Patricia A. Bell o-'i' �f ccerk APPROVAL o4 t2,i,b adjustment eon,6t tute.6 an Appnopniati..on Adju,a.tmoit and Pvtzonnee Reaotuti"on Amendment. I NOTE: Top section and reverse side of form (mutt be completed and supplemented, when appropriate, by an organization chart depicting the sectioq ,or office affected. P 300 (M347) (Rev. 11/70) 0 0 2S POSITION ADJUSTMENT REQUEST No: Department -Civil Service Budget Unit 035 Date 10/31/77 Action Requested: Reclassify Safety Services Specialist I position 001 to Insurance Analyst 11' Proposed effective date: ASAP Explain why adjustment is needed: To properly classify assigned duties and responsibilities F- a- of incupp:kent dor the past two years. cr Contra Costa County Amount: Estimated C'ostcpy kdjustment: RECEIVED 1 . Sa and-wages: $ 2. Fixed ieP d Ass-ets-.- (Z"t item6 and cost) OCT 111977 Eice Of $ County AdministraW Estimated total $ Signature forDepartmen�P-Head-November -11917 ' Initial Determination of County Administrator Date: , To Civil Service: Request re7endat'i oryl.' aunty tor Personnel Office and/or Civil Service Cowission Date: November 8, 1977 Classification and Pay Recommendation Reclassify 1 Safety Services Specialist I to Insurance Analyst 11. Study discloses duties and responsibilities now being performed justify reclassification to Insurance Analyst I.I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Safety Services Specialist I, position #01, Salary Level 408 (1279-1554) to Insurance Analyst II, Salary Level 468 (1525-1866). Assistant� Personn irector FRecommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel office and/or Civil Service Commission approved effective November 16, 1977. CountyAdministrator Action of the Board of Supervisors - NOV 15 1977 Adjustment APPROVED on J R. OLSSON, ,Cotmty Clerk I �-o 0 Date: NOV 15 1977 Patricia A. Bell Deputy Clerk APPROVAL o6 tha adjustment conAtituteA an ApptopAiation Adia6brent and PeuonneZ Resotation Amejidment- 140TE: Top section and reverse side of form fmurt be completed and supplemented, when appropriale-, by an organization chart depicting the section or office affected 4002'91 P 300 (M347) (Rev. 11/70) POS I T I ON A D J USTh4ENT REQUEST No: Z e-0 Department Library Budget Unit 602 Date 10/11/77 Action Requested: Reclassify Library Assistant II pos. #08 to Library Circulation and Overdue Records Supervisor Proposed effective d te: 11 1 77 Explain why adjustment is needed: Classify position in line with dutiesnod _ respons bi 1 ides h Estimated'cost:of tadjustment: Amount: C•,-,,;a Gxta Count $385.00 1 . Salaries and wages: '--t < _ 2. Fixed Assets: (t,&St stenos and cost) n 917 $ Estimated total of y $ $385.00 Signature Dep rt-YeWt- Head Initial Determination of County Administrator Date: October 19, 1977 To Civil Service: Request recommendati.o 1�,, Co"unty Administrator Personnel Office and/or Civil Service Commission Date: November 8. 1977 Classification and Pay Recommendation Reclassify 1 Library Assistant II to Library Circulation and Overdue Records Supervisor. Study discloses duties and responsibilities now being performed justify reclassification to Library Circulation and Overdue Records Supervisor. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Library Assistant II, position #08, Salary Level 290 (892-1084) to Library Circulation and Overdue Records Supervisor, Salary Level 306 (937-1139) . Assistgnt Personnel Director Recommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator Action of the Board of Supervisors NOV 15 1,9/7 Adjustment APPROVED ( ) on R. OLSS,OI County Clerk 1 J • 1 Date: NOV 15 1977 By Patricia A. Bell APPROVAL o6 .thiz adjustment eonztitutea an Appaopni.atti.cn AdJurtment and Pe)L6onnee Resotuti-on Amendment. NOTE: Top section and reverse side of form muh.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (14347) (Rev. 11/70) 01)(1 3(, POSITION ADJUSTMENT REQUEST No: 110 v Department Library Budget Unit 620 Date 10/25/77 Action Requested: Reclassify Branch Librarian I pos. #02 Antioch Branch to Branch Librarian II pos. #06 Proposed effective da : 11/1/77 Explain why adjustment is needed: Circulation for past year at Antioch Branch Library was 159,077 Estimated�cost�of adjustment: Contra Costa County Amount: 4 RCe(VEp g 382.00 1 . Sal ari esxand_'wages: 2. Fixed Assets-.- (t.,E6 t .c terra cuid cost) 4=0— !1•� -OT cc n > > inistrctor, s 382.00 Estimafegt�E�'I' Signature De r ment Hea Initial Determination of County Administrator Date: Oc,rober 31 1977 To Civil Service: Request recommendation. rountv A ministrator Personnel Office and/or Civil Service Commission Date: November fit 1977. Classification and Pay Recommendation Reclassify 1 Branch Librarian I to Branch Librarian II. Study discloses duties and responsibilities now being performed justify reclassification to Branch Librarian II. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Branch Librarian I, position #02, Salary Level 393 (1221-1485) to Branch Librarian II, Salary Level 409 (1282-1559) . Assistant Personnel irector Recommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County A inistrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on J. R. OLSSON, ,County Clerk c Date: NOV 15 1977 By: l Patricia A. Bell Deputy clerk APPROVAL o5 ,tltiz adjustment eo"Zttitutu cut App•top-do-ti.on Adjustment and Pensonnee Reso.Eution Amendment. NOTE: Tom section and reverse side of form rnurt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affect P 300 (M347) (Rev. 11/70) POS I T I ON ADJUSTMENT REQUEST No: U-0 5000 Department Social Service Budget Unit 509 Date September 12. 1977 Action Requested: Reclassify one Personnel SPrvirps Aggigtaut TT position (#5000 Sng ARVA 283/01 ) to Personnel Services Assistant III Proposed effective date: ASAP Explain why adjustment is needed: To classify appropriately on the basis of responsibilities, duties performed and experience of the incumbent (John Miagate). _ a Costa Coun Estimate¢.cost of adjustment: RECF� � tyAmount: v�D 1 . Sa1.6ri6_7s_'a6 wages: SEP1� �J998 - - 2. Fixed Asseg: (t s.t item cued co-6t) Ottice of ry AdrAn. HUMAN RESOURCES AGENCY Estimated total * 1998 ` Dat�:._ _ Signature V?_!07 . Depart t Head Initial Determination of County Administrator Date: September 20 1977 To Civil Service for review and recommen _aon. Count � mini rator Personnel Office and/or Civil Service Commission �e: November 8, 1977 Classification and Pay Recommendation Reclassify 1 Personnel Services Assistant II to Personnel Services Assistant III. Study discloses duties and responsibilities now being performed justify reclassification to Personnel Services Assistant III. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Personnel Services Assistant II position #01, Salary Level 424 (1342-1632) to Personnel Services Assistant III, Salary Level 488 (1632-1983). Assistant Personnel Dfirector Recommendation of County Administrator /Date: November 10 , 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County'Administrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on R. OLSSON, County Clerk NOV 15 1977 ` Date: By. Patricia A. Be Dept,, Cferk APPROVAL o5 .th-,s adju6.tinent const tuteb an Appnoplci,ati.on Adju tment and Petsonnet Re.s o Cuti..on Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affg��� n P 300 (M347) (Rev. 11/70) J POSITION ADJUSTMENT REQUEST No: �3 �-s Department TREASURER-TAX COLLECTOR Budget Unit 015 Date = 6/22/76 Action Requested: Reclassify 015-751-001 Investment Supervisor to Chief Deputy Treasurer Proposed effective date: immediately Explain why adjustment is needed: to give division head status to this position Estimated cost of adjustment: Amount: Contra Costo County I . Salaries and wages: REIEN 2. Fixed Assets: (tist item and cost) �- .; A UG$ 4 1976 --= 2 Office of ` sW Estimated total County Ad-Ministrah U i` r;' Signature •cL ` W, Department Head Initial :Deterr�naf-ion of County Administrator - Date: May 24 . 1927 To Civil S9zvi.ce: Q Request recommendation, pursuant to m dum dated./ 2 �S attached. County Administrator Personnel Office and/or Civil Service Commission Dater November 8. 1977 Classification and Pay Recommendation Reallocate class and position of Investment' Supervisor to Chief Deputy Treasurer'. Study discloses duties and responsibilities are appropriate to the class of Chief Deputy Treasurer. Can be effective day following Board action. The above action can be accomplished by amending Resolution 77/602 and 71/17 to reflect the retitling and reallocation of class and position of Investment Supervisor to Chief Deputy Treasurer, both at Salary Level 498 (1682-2045). ASSISTANTP rsonnel Di for Recommendation of County Administrator te: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County A ministrator Action of the Board of Supervisors NOV 15 1971 Adjustment APPROVED on J. R. OLSSON; ' County Clerk Jdov 15 1977 C, /,� Date: -- By: (' 1W C K, Patricia A. Bell '" Deputy Clerli APPROVAL o6 this adjubxment conaxitutes an Appnop4 ati.on Ad1urtment and Pwonnee Resotution Amendment. . NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) Z POS I T I ON A D J U S T M E N T REQUEST No: D �Q� Department DISTRICT ATTORNEY Budget Unit 0242 Date Oct. 28. 1977 (Org. #2805) Action Requested: Cancel Deputy District Attorney III position #03 and add one Deputy District Attorney IV Proposed effective date: 11-16-77 Explain why adjustment is needed: To reemploy an extremely qualified former Deputy District Attoinet-IV Estimated cost ofJadjustment: Contra Costa County Amount: ` U Increase perm. salaries by $63 � 1 . ISaIaries and wages: for 7� mont �E� EC D 49755.00 C 2. ;Fixed-Assets: (. iAt c tem6 an co.6.t T 311977 Office of— Estimated .Estimated total unty min- a 4,755.00 r Signature Department Head t4icY;el_J. Phelan Initial Determination of County Administrator Da A To Civil Service: Request recommendation. A-- 0 nv AdmNiA;Trlator 11-14 Personnel Office and/or Civil Service Commission D e: kTn%TzrMhA= R 1977 Classification and Pay Recommendation Classify 1 Deputy District Attorney IV and cancel 1 Deputy District Attorney III. Study discloses duties and responsibilities to be assigned justify classification as Deputy District Attorney IV. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Deputy District Attorney IV, Salary Level 602 (3210-2808) and the cancellation of 1 Deputy District Attorney III, Salary Level 566 (2070-2516) . zz_A� Assistant Personnel!Director Recommendation of County Administrator %/ Date: Nn-,Tcmhar i 0., 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County ih stra or Action of the Board of Su ervisors Adjustment APPROVED ( on NOV 15 1977 R. County Clerk Date: N O V 15 1977 �y. Q ' J�, Q_ Patricia A. Bell DePu~/ C,erk APPROVAL os thi6 adju,6tment eon6xi tutee an Appn•opAiati.on Adju6tmenz and PeUonnet Ru otut i.on Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the .section or office affected. P 300 (M347) (Rev. 11/70) 0003 V/ POS I T I ON A D J U S T M E N T REQUEST No: Department HRA Budget Unit 0180 Date 9-1-77 Action Requested: Add one Contracts and Grants Trainee position and cancel one Administrative Analyst position # 0180-280-01 Proposed effective date: ASAP Explain why adjustment is needed: See attached memorandum Estimated cost of adjustment: Amount: 1 . Salaries and wages: $ 2. Fixed Assets: (tZ6t stems and coat) �- Estimated total eZe 4z' Signature Department ea Initial ;'0etermi,nafi on of County Administrator Date: September 20, 1977 To Civil service for review and recommendat �J ra Count d trator Personnel Office and/or Civil Service Commission f D te: Classification and Pay Recommendation Classify 1 Contracts and Grants Specialist I and cancel L Administrative Analyst. Study discloses duties and responsibilities to be assigned justify classification as Contracts and Grants Specialist I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Contracts and Grants Specialist I, Salary Level 352 (1078-1310) and the cancellation of 1 Administrative Analyst, position #01, Salary Level 352 (1078-1310) . AssistantPersonnel irector Recommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) -on R. ,OLSSON,. County Clerk o t � r N 0 V 15 1977 Date: By' Patricia A. Beil DepLrf Clelk APPROVAL c6 th ,6 ad j uz tmenzt confit i to te6 an Appnoptia tion Ad ju.6tment and PvLsonnee- Re6otuti.on Amendment. NOTE: Top section and reverse side of form mu6t be completed and supplemented, when appropr a e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: Department BRA-CETA Budget Unit 582 Date 3-2 77 Action Requested: Establish a class of Contracts and Grants Trainee-=T�— Proposed effective date: ASAP Explain why adjustment is needed: to Process new CETA Title Ir and VI contracts. Estimated cost of adjustment: Amount: County C 1 . Salaries and wages: RECEIVED Contra Costa ossaC $ 1027-1248/month approx. 2. Fixed Assets: (&.st items and cob.t) A:9 jt p v : ;n7''7] Ottice of $ EstimatetuWpaAdm'-trator $ �-ra Signature l .' a g Department Head W I ni ti al--6etewffli ngi on of County Administrator Date: April 7, 1977 To Civrl= S Avi&?e: hmequ�t recommendation. ' r ` k! cr� CoUnt strat6r Person6bl Oft2 ce�and/or Civil Service Commission ate: November 8. 1977 Cl assi fi cat+Cm and Pay Recommendation Allocate the class of Contracts and Grants Specialist I. On November 8, 1977, the Civil Service Commission created the class of Contracts and Grants Specialist I, and recommended 1977-78 Salary Level 352 (1078-1310) and 1978-79 Salary Level 368 (1132-1376) . The above action can be accomplished by amending Resolution 77/602 by adding Contracts and Grants Specialist I, 1978-79 Salary Level 352 (1078-1310) and 1978-79 Salary Level 368 (1132-1376) . This class is exempt from overtime. ) Assistant Personnel 'rector Recommendation of County Administrator , Date: November 10, 1977 Recommendation of Personnel Director and/or Civil Service Commission approved effective November 16, 1977. County Adm istrator Action of the Board of Su ervisors Adjustment APPROVED ( ) on NOV 1 S 1977 J. R, OESSO:J. County Clerk Date: N O V 15 1977 By: Patricia A. Bell Deputy Clerk APPROVAL o6 .tlzi.d adjustment eonsttitutea an AppiLopni,a -Zon Adju.6tment and Peuonnet Ruot ut i.on Amendment. NOTE: Top section and reverse side of form mutt be completed and supplemented, when appropr-fie, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) Y)°)e;s POS. ITI ON ADJUST MENT REQUEST No: Department DISTRICT ATTORNEY Budget Unit 0242 Date Oct. 19. 1977 (2810) Action Requested: Cancel 1 Typist Clerk (2nd step) position as authorized by Board of Super- visors' Res. #77/716 and add 1 Intermediate Typist Clerk proposed effective date: 'A.S.A.P. Explain why adjustment is needed: To fulfill the requirements of AB 3121 wherein certain Juvenile Court procedures were transferred to-the responsibility of the District Attorney. „rc -0:"o County Estimated cost of adjustment: ` r'-�1 , Amount: L t: CL-- Increase perm. salaries $146 per mo. 00 1 . Salaries and wages: for bal. of fiscal year � L j j X91$ 1, I68. 2. Fisted Assets': (tilt •c tema an co.6 t) , of $ -Ministrat0 r, Estimated total , 1,168.00 Signature // �✓J��✓ '' Departmenta ` Mich 1 J. Ph an Initial Determination of County Administrator Date:' To Civil Service: Request recommendation. /. J Count trato Personnel Office and/or Civil Service Commission Vj: November 8, 1977 Classification and Pay Recommendation Classify 1 Intermediate Typist-Clerk and cancel 1 Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Intermediate Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17, Allocation of Budgeted Positions to Certain County Departments, by adding 1 Intermediate Typist Clerk, Salary..Level 240 (766-931) and removing 1 Typist Clerk, Salary Level 194 (666-809) . r Assistant personnel ctor Recommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County AdnNifistfatlbrl Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on Date: NOV 15 1977 By Patricia A. Bell DepWY. Clerk APPROVAL of -thi6 adjurtinent eonatc,tut" an Appn.opni-ati-on Adjustment and PvL4onnet Re ctution Amendment. NOTE: Top section and reverse side of form mua,t be completed and supplemented, when approprla e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0001to. 7 POSITION ADJUSTMENT REQUEST No: Civil Service Department Department p„h�T„iep impinyenr Budget Unit 581 Date November 9. 1977 Action Requested: Classify five (5) positions as follows: 3 Clerk-CETA, Planning Department; and 2 Public Services Worker I-CETA, Public Works DepartmenRroposed effective date: ASAP Explain why adjustment is needed: CETA Public Service Employment adjustments necessary to implement FY 77/78 program plan. Estimated cost of adjustment: Contra Costa County Amount: RECEIVED 1 . Salaries and wages: 2. Fixed Assets: (fit items and coet) uV - 9 1477 Office c# nt/ inist tor, Estimated t . al $ Signature partment a Initial Determination of County Administrator Date: County Administrator Personnel Office and/or Civil Service Commission Date: 11/9/77 Classification and Pay Recommendation Classify and add 3 Clerk-CETA and 2 Public Servicft Worker I-CETA Duties and responsibilities to be assigned justify classification. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of positionsas followsi Add 3 Clerk-CETA, Salary Level 178 (634-771) Planning Department - Project •64 Add 2 Public ServicasWorker I-CETA, Salary Leve8-847) Public Works Department - Project #65 � - atJ4LVve�� for/(J4 c Recommendation of County Administrator Date: N er 10. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator . Action of the Board of Supervisors - NOV 1 5 1977 Adjustment APPROVED ( ) on J R. OLSSON, . County Clerk Date: NOV 15 1977 By: Patricia A. Bell Deputy Clerk, APPROVAL a6 tIzib adju6ttreat eoiMt tuteb an Appnopniati-on Adjustment and PeuonneQ Re,sotution Amendment. NOTE: Top section and reverse side of form must be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Amending the Board Order of August 16, 1977 to add additional CETA Title VI project positions. The Board hereby further amends its Order of August 16, 1977, "Authorization for Immediate Implementation of New Title VI Public Service Employment Projects," Exhibit V , II Contra Costa County Projects, to add the following projects: Project # Department # Positions Classification 64 Planning 3 Clerk-CETA 65 Public Works 2 Public Service Worker I-CETA 5 Passed by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g: Civil Service Witness my hand and the Seal of the Board of cc: County Administrator Supervisors Attn: G. BrownFixed this 15t",-doy of November 1977 Director of Personnel (PSE Office] Attn: R. Hagstrom Auditor-Controller 1 /1 J. R. OLSSON, Clerk Attn: G. Gross B i._t-) l_t Q�L - Deputy Clerk Human Resources Agency Patricia A. Bell Attn: J. Miller 000)"39 H-24 3/76 15m ti POSITION ADJUSTMENT REQUEST No: CJU� s Department ccco. Medical Services Budget Unit 540 Date 10/3/77 Action Requested: Add one Accountant I/II position Proposed effective da=e. U. Explain Oy adjustment is needed: To provide adequate staffing for Business Support Services W m U r County Estimated cost of'-,adjustment: R1-k_DVED Amount: 1 . S-al arils and wages: OCT 20 19/7 $ 2. Fixed 9k3sets: (ti-6t item cued coet) 1 desk (30" x 60") $300.00 Offic. of 1 Chair (swivel with arms) 100.QU-_..,, , f„! g 11000.00 -rtii��1 istra;fir. 1 Calcplator - printing 600.00 ” r: AG=NCy Estimated total $ Signature ,l�George Degnan, M. Medical Director Department Head Initial Determination of County Administrator Date: October 24, 1977 To Civil Service for review and recommen 'on. v Count Adm' trator Personnel Office and/or Civil Service Commission ;Dae: November 8. 1977 Classification and Pay Recommendation Classify 1 Accountant-Auditor 1. Study discloses duties and responsibilities to be assigned justify classification as Accountant-Auditor I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 1 Accountant-Auditor I, Salary Level 357 (1094-1330) . ersonne .-Oirector Recommendation of County Administrator �` Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator Action of the Board of Su ervisors r 1477 Adjustment APPROVED on NOV 1 J. OLSSON,tCounty Clerk Date: NOV 15 1977 By: f ✓ EIZU " � Patricia A. Bell DepL;.i Clerk APPROVAL o5 tlu;a adjustment c0k7Atitute.5, an Appnopni.ation Adjubtment and Penaonnel' Re6otuti•on Amejidme►tt. NOTE: Top section and reverse side of form must be completed and 'supplemented, when , appropriate, by an organization chart depicting the section or office affected. t, P 300 (M347) (Rev. 11/70) no oM r � POSITION ADJUSTMENT REQUEST No: Department ccco. Medical services Budget Unit s40 Date in/ig-477 Action Requested: Add one 20/40 Licensed Vocational Nurse Position (Project) Proposed effective date: 10/18/77 Explain why adjustment is needed: For contract #29-402-8, AGR-NDA 77 - 59192 Es4imat�tcolst of adjustment: RECEIVED Amount: 1: ' Salaries and wages: OCT 31 1977 $ Fi fed Assets: (ti 6t item and coat) ice o County ministrator,$ � Estimated total $ HUN%A`'rESCU;CFS AGENCY r Appiov.^o J Signature � n, Medical Director �_.__ �:._ Department ea Initial Determination of County Administrator Date: November 1, 1977 To Civil Service for review and recommen ation. County AA minis r Personnel Office and/or Civil Service Commission Date: November 9. 1977 Classification and Pay Recommendation Classify 1 20/40 Licensed Vocational Nurse-Project. Study discloses duties and responsibilities to be assigned justify classification as Licensed Vocational Nurse-Project. Can be effective day following Board action. -- The above action can be accomplished by amending Resolution 71/17 by adding (1) 20/40 Licensed Vocational Nurse-Project, Salary Level 259 (812-987) . Assistant Personnel D' ctor • Recommendation of County Administrator ate: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Adm nista o Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on J R., OL`'SSON,� C unty Clerk Date: N0V is 797 By: Patricia A. Bell APPROVAL oa .thZ6 adjua;rrent eon.6titut" a)" APPnopncatioji Adiu6tinent and PvLzonneZ QepJ*� Clerk Resotution Amendment. NOTE: Top section and reverse side of form mubt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) • y POSITION ADJUSTMENT REQUEST No: v1,7 Department CCCo. Medical Services Budget Unit 540 Date 10/24/77 Action Requested: Cancel Intermediate Typist Clerk Position 091-77 PittsburgClini - add one Clerk position Proposed effective 11 1 77 Explain why adjustment is needed: to provide adequate staffing at Pittsburgn Position flagged in Civil Service to be changed to Clerk when vacated. Estimated cost of adjustment: Amount: C0:1;;p Costa ounty 1 . Salaries and wages: RI=C[fV D 2. Fixed Assets: (tizt .ctemb and eoht) r� Lef 2719p LU i--.;UAUN �s - ^"'!CY Of Ce Of �. ,��,'^ S �.. fi A-- J.�_�.--�,,� Estimated total CctJ.nl/ Administrator. $ �i pat r� --��•••""""'; Signature George Degnan, D. , gadical Director Department Head , Initial Determination of County Administrator Date: 10/28/77 To Civil Service - Request Recommendat �hlL� .liY Count a strator Personnel Office and/or Civil Service Commission Yate: Nloynmhpr R- 1977 Classification and Pay Recommendation Classify 1 Clerk and cancel 1 Intermediate Typist Clerk. Study didslcoses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Clerk, Salary Level 178 (634-771) and the cancellation of 1 Intermediate Typist Clerk, position #77, Salary Level 240 (766-931) . Assistant ersonne irector Recommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County A mi istrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED { on J. 6iSS0N,' -Gounty Clerk Date: NOV 15 1977 By: � C� Patricia A. Belk '. Deputy Clerk APPROVAL o5 thZ6 adju6tmeja eonbt tute,b an Appnopn.i,a on Ad1uAtment and PenaonneQ Rebo&ti.on Amendment. NOTE: Top section and reverse side of form must be completed, and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0 0114 3 J P O S I T I O N A D J U S T M E N T R E Q U E S T No: Department CCCo. Medical Services Budget Unit 54o Date 10/14/77 Action Requested: Cancel Hospital Attendant Pos. #200-64; add one Dental Assistant Position Proposed effective date:see Item „M" Explain why adjustment is needed: to provide adequate staffing for Dental Clinic at Richmond r-- a to Estimated- cos tvof adjustment: Contra Costa County Amount: I . Salaries and wages: RI Cr-r �� 2. Fixed Assets: (tist -items cuid cost) 4 chairs @ 4§A100 320.00 4 Desks, (double ped w/typewriter well @ s3oo-061 u 1 2 5 1977 1200.00 3 IBII $electric typewriters @ *700.00 2100.00 TOTAL . Estimated total Cou. Ad ' trator. $ ? AG1'YJCy Signature4 George Degnan, M.D. , Medical Director L Dote----._4.2.,f'` Departmteht Head Initial Determination of County Administrator ate: October 51. 1977 To Civil Service for review and recommend n. � t County Admi rator Personnel Office and/or Civil Service Commission We: November 8, 1977 Classification and Pay Recommendation Classify 1 Dental Assistant and cancel 1 Hospital Attendant. Study discloses duties and responsibilities to be assigned justify classification as Dental Assistant. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Dental Assistant, Salary Level 215 (710-863) and the cancellation of 1 Hospital Attendant, position #64, Salary Level 217 (714-868) . Assistant 4rsonnel/Di rector Recommendation of County Administrator , Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator Action of the Board of Supervisors NOV 1 5 1977 Adjustment APPROVED ( ) on J. R. OLSSON,, , Cou/n�ty Clerk � Date: NOV 15 1977 By: PZtricia A. Bell DePuy`! Cle.,k APPROVAL o6 tlu,s ad jUZtMe1z t eonsti tute s an Appno pAi4ti..on Adjustment and Pe tzonne e Resotuti.on Amendment. 140TE: Top section and reverse side of form mutt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) (),1 it POSITION ADJUSTMENT REQUEST No: x/'07 Department PUBLIC WORKS Budget Unit 0061 Date 10/18/77 Action Requested: ADD Associate Architectural Engineer (061 ); CANCEL Engineering Tech II (650-01) Proposed effective date. ASAP Explain Vhy.aoustpent is needed: to appropriately staff Architectural Division; division 9-- a bin s$�ffed by temporary Architectural Engineer for over one year r Estimated-costS;f adjustment: MVED Amount: ._L M 1 . Salaries a0d wages: (top step) $ 815 /mo. 2. F'*ed l,—,-4ets,: (•dust .i terra and co,64 -- _ ..:ce of Estimated tota vp'� 815 /mo. ;Lf Signature -�y— eW rtment MW Initial Determination of County Administrator Date: October 24, 1977 To Civil Service: �Z�. anti Request recommendation. Count ministrator Personnel Office and/or Civil Service Commission Date: November S, 1977 Classification and Pay Recommendation Classify 1 Associate Architectural Engineer and cancel 1 Engineering Technician H. Study discloses duties and responsibilities to be assigned justify classification as Associate Architectural Engineer. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Associate Architectural Engineer, Salary Level 493 (1657-2014) and the cancellation of 1 Engineering Technician II, position #01, Salary Level 323 (987-1199) . Assistant Personnel rector Recommendation of County Administrator ; Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. 01 " County Administrator Action of the Board of Su ervisors NOV 15 1977 Adjustment APPROVED ( on R. OLSSON,, County Clerk NOV 15 1977 a Date: By= OV Patricia A. Bell Depul- Clerk APPROVAL o6 .thi.d adjurtment eon t tutee an Appnopxi,ati.on Adjusbnent and PeAAonneZ Reaotuti.on Amendment. NOTE: Top section and reverse side of form murt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 114 ) P O S I T I O N A D J U S TM E N T R E Q U E S T No: Department Public Works Budget Unit 4010 Date 8119/77 Action Requested: Add Supervising Architectural Encaineer position 02• Cancel Ad- ministrative Services Assistant III Proposed effective date: ASAp _ Explain why adjustment is needed: To provide better supervision arm c ►•+f•-nl of +h;S area of activity Estimated Cost �t a `ustment: Amount: L4 9 x 541/month I . Salaries:_and gages: $ 4,869 2. Fixed As��tscL (.(',i.6t steno cuid cost) -0- < cu ` - Estimated total 869 Signatur Dartment HTa Initial Determination of County Administrator Date: '8-22-77 To Civil Service: Request recommendr 0 a, 1 our Administrator Personnel Office and/or Civil Service Commission Date: November 8. 1977 Classification and Pay Recommendation Allocate the class of Building, and Grounds Maintenance Manager and classify 1 position. Cancel 1 Administrative Services Assistant III. On I4ovember 8, 1977, the Civil Service Commission created the class of Building and Grounds Maintenance Manager and recommended 1977-78 Salary Level 582 (2173-2642) and 1978-79 Salary Level 598 (2282-2774) . Can be effective day following Board-action. The above action can be accomplished by amending Resolution 77/602 by adding Building and Grounds Maintenance Manager, 1977-78 Salary Level 582 (2173-2642) and 1978-79 Salary Level 598 (2282-2774) ; and amend Resolution 71/17 to reflect the addition of 1 Building and Grounds Maintenance Manager, Salary Level 582 (2173-2642) and the cancellation of 1 Administrative Services Assistant III, position P079-01, Salary Level 488 (1632-1983) . This class is exempt from overtime. _//I A Assistant Oerrsonnel /Director Recommendation of Co—u-nt—y-Administrator ate: November 10,' 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on R.24SSON, County Clerk VA Date: NOV 15 1977 By: Patricia A. Bell Deputy 'Clerk APPROVAL eS .this adju.e;bnent eonztitut" cut Apphopni.ati.on Adjus-tment and Petcaonnee Rebotution Amcnd►nejtt. NOTE: Top section and reverse side of form m"t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 0004 r POS I T I ON ADJUSTMENT REQUEST No: 5010 Department Social Service Budget Unit 589 Date August 31 , 1977 Action Requested: Establish new classification of Food Coalition Coordinator and allocate S'02-549:-IJ.Z ZA- ,� a position to that class/CanceI L-f,y,L,1�f, L0C'-cr�l� P'7.':' ,.. Proposed effective date: ASAP Explain why adjustment is needed: To provide an appropriate classification for the duties performed. Estimated cost of adjustment: ,�;'-, ,�� C°�`nfy Amount: 1 . Salaries and wages: v,� i � $ 1071 2. Fixed Assets: (.Lust stems and cont) 5 tfi 1071 AGENCY Estimated total $ HU'= czd' /�rptove r Ali t�,,.,., Signature Date � j _ Depar Hea Ini ti al i Deterliii nati on of County Administrator Date: September 29 i az7 To Civil 5drvice for review and recommendat-' . CotKty Admiriistrator Personnel Office and/or Civil Service Commission 'Date: November 8L. 1977 Classification and Pay Recommendation Allocate the class of Community Food Coalition Coordinator and classify 1 position. Cancel (1) Eligibility Worker II. On November 8, 1977, the Civil Service Commission created the class of Community Food Coalition Coordinator and recommended 1977-78 Salary Level 336 (1027-1248) and 1978-79 Salary Level 352 (1078-1310) . Amend Resolution 77/602 by adding Community Food Coalition Coordina- tor; and amend Resolution 71/17 to reflect the addition of 1 position, Salary Level 336 (1027-1248) and the cancellation of 1 Eligibility Worker II, position #502-112, Salary Level 285 (879-1068) . Can be effective day following Board action. This class is exempt from overtime. Assistant Personnel 9frector Recommendation of County Administrator / Date: November 10, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. J County Administrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on J R. OLSSON, County Clerk N OV 15 1977 -t Date: BY: Pati icia A. Bell Depu;s Clerk APPROVAL eg .tlL,;s adjusti7zent comstitutes an AppnopAiatcon Adju.btne►Lt and Pc-Lbonnet Reeo.P_u ion Amendment. NOTE: Top section_ and reverse side of form mutt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: o-o �'C� Department HRA/Social Service Budget Unit 503 Date 10-20-77 Action Requested: Cancel one Social Work Supervisor II 503-497= ition Iry Proposed effective date: ASAP Expiai4vh3Fridju`stment is needed: to provide an offset position in the Business Support Iry ces as a result of the Medical Servi des Personnel Audit n,+_ County i Estimated cost of adjustment: �` `�iuEf� Amount: l . $al ari e� and wages: OCT 2 2. Fixed`Assets: (.E',ca.t .cte.ma and coat) j ice of i Estimated total 171f Signature Department Hea Initial Determination of County Administrator Date: october 24, 1q27 To Civil Service for review and recommenda 'on. ? County AdmiWf3trator Personnel Office and/or Civil Service Commission e: November 9. 1977 Classification and Pay Recommendation Cancel I Social Work Supervisor II position. E { The above action can be accomplished by amending Resolution 71/17 by cancelling I Social Work Supervisor II, position #03, Salary Level 455 (1476-1794 Can be effective day followiag Board action. �t j Assistant ersonnel trector Recommendation of County Administrator Date: November 10, 1977 Recommendation of Personnel office and/or Civil Service Commission approved effective November 16, 1977. L County Admin rator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED on t J R. OLSSON, County Clerk Date: NOV 15 1977 BY:6� ^ ` r Patricia A. Belt CePutr, clerk APPROVAL oS .t1tia adjustment cona#.i tuteb an AppnopA i,ati-on AdJuAtmenat and PenaonneZ Reaotution Amendment. NOTE: Top section and reverse side of form muh t be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) ` 00048 V/ i . POSITION A DJ U S T M E N T REQUEST No: 5000 Department Social Service Budget Unit 509 Date Action Requested: Cancel one (1) vacant Social Work Supervisor 11 nnsitinn l# 01) and- establish a second position in the class of Children's Proposed effective date: Services Program Specialist. Explain why adjustment is needed: To establish position at the apprnpriatP classification as necessary to permit appointment. Contra Costa County Amount: Estimated cost of adjustment: ConRECEIVED $ 400 i . Salaries and wages: 2. Faxed Asse i: (tj,6t .c tem6 and cost) SEP 26 1977 f $ vuluym mzi—j• r Estimated total ` 400 Signature Department Hea Initial 'Deters nation of County Administrator ,ate: October 6, 1977 To Civil Service for review and recommendatio Count- d is rator Personnel Office and/or Civil Service Commission Date: November 8 1977 Classification and Pay Recommendation Classify 1 Children's Services Program Specialist and cancel 1 Social. Work Supervisor H. Study discloses duties and responsibilities to be assigned justify classification as Children's Services Program Specialist. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Children's Services Program Specialist, Salary Level 465 (1521.-1849) and the cancellation of 1 Social Work Supervisor II, position #01, Salary Level 455 (1476-1794) . . T� Assistant Personne. Director Recommendation of County Administrator I' Date: November 10, 1977 • - Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County dml "i tr for Action of the Board of Su ervisors NOV t -5 1977 Adjustment APPROVED ( ) on J R. OLSSON, County Clerk NOV 15 1977 By: — "�, i '� ^C, Date: . Patricia A. Bell Deputy Clerk APPROVAL o% thi.6 adjtiztm nt eonstitute.6 an ApprLopni.oti.on Adjustment and Pwonnee Ruotuti"on Amendment. NOTE: Tod section and reverse side of form muht be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. Gott P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: 003 502 Department Social Service Budget Unit 5200 Date November 1 . 1977 Action Requested: RPallncatP one full-time Eligibility Worker II position ( 5200-502-548- XHVA-300) to two (2) 20/40 Eligibility Worker II positions Proposed effective date: _ ASAP Explain why adjustment is needed: To provide sufficient part-time positions to allow the reassignment of staff as appropriate. C°� �a Costa County - -- — Estimatpd, comet of--adjustment: R�CEEVEp rAmount:r- n 1 . Salaries acid wages: , 0V - P, X971 $ 2. )Fixed�Assets: (.P,ist .rtem6 and co,64 U `strato� PESOURCEs AGENCY Estimated total " $ �- - ,)Proved 1 rpJie a �LG Signature Department Hea Initial Determination of County Administrator ate: November_2. 1977 To Civil Service: Request recommendation . County A mim I ator Personnel Office and/or Civil Service Commission ie: November 8, 1977 Classification and Pay Recommendation Decrease hours of Eligibility Worker II position #33; and 1-20/40 Eligibility Worker H. Study discloses duties and responsibilities remain appropriate to the class of Eligibility Worker H. The above action can be accomplished by amending Resolution 71/17 by decreasing the hours of 40/40 Eligibility Worker II position #33 to 20/40 and add(1)20/40 Eligibility Worker II position, both at Salary Level 285 (879-1068) . Assistant PersonnelDi-rector Recommendation of County Administrator Date: Nnypmhpr 10* 1 977 Recommendation of Personnel Office and/or Civil Service Commission approved effective November 16, 1977. County Administrator Action of the Board of Supervisors NOV 15 1977 Adjustment APPROVED ( ) on J. R. 0LSJN, County Clerk Date: N OV 15 1977 By: •. If t ,Vatricia A. Bel l`�, 1. Depu;y Clerk APPROVAL of thisa.dfuh;tme►1.t const tuted cut Appkop'u. ,atic.n Adjustme►tt and Peuonnet Res otuti.on Amendment. NOTE: Top section and reverse side of form muz t be completed and suppi'emented, when appropriate, by an organization chart depicting thd,section orl�iffice affected. rr,� P 300 (M347) (Rev. 11/70) !nn►� 05V CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING 0451 HEALTH PROJECTS ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 5734 2100 Office Supplies 1,500 5734 2301 Travel 1,500 5734 2310 Professional and Personal Service 98,636 573$4 1081 Labor Received/Provided 25,248 0450 1081 Labor Received/Provided 25,248 0990 6301 Reserve for Contingencies 101,636 0990 6301 Appropriable New Revenue 126,884 Coa-Ira Costa County RECE;VED 14nil - 1197/ Office of Cc;J�f� tic!ministre or. APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONT4tOi.,LER ' To reflect amount approved by outside funding 9 By: Date a/;LS/77 source for the Study of the Incidence of Cancer as Related to the Industrial Emission in the COUNTY AD INISTRATOR Heavily Industrialized Part of Contra Costa County. Revenue X9499 By: 001 Date // //-/7 BOARD OF SUPERVISORS YES: Super%icon Kcnn)-.Fah,cn S:hruier,I)o�ycss,Hssscicine NO: '}',,frK� N OV 1 19 77 — - -�—,-- On J.R. OLSSON, CLERK 4.� ` Al& 't'�� SIGNATURE TITLE DATE By��LIU. \ J I,. l.\ APPROPRIATION 5G-5 Patricia A. Bell Deputy Clerk ADJ. JOURNAL N0. 105 (M 129 Rev 7/77) 1 SEE INSTRUCTIONS ON REVERSE SIDE 1 • CONTRA COSTA COUNTY ESTIMATED REVENUE ADJUSTMENT T/C 24 L IEIARTNENT OR ORGANIZATION UNIT: ACCOUNT CODING HEALTH PROJECTS 1ICANIZATI11 REVENUE Z. INCREASE <DECREASE> ACCOUNT REVENUE DESCRIPTION 5734 9499 CANCER INCIDENCE STUDY 126,884 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTRO - --44 By: DoIe LQ.0_17 To increase estimated revenue to recognize funding for the Cancer Incidence Study in COUNTY ADMINISTRATOR fiscal 1977-78. 4naa.By: Dote ////0/7 BOARD OF SUPERVISORS YES:Supervisors Kenny.handcn beRsess,Passetrinc N pY } 5 1977 NO:'� -,;L� Date J.R. SSON, CLERK ^ r: � e Patricia A. Bell Deputy Clerk REVENUE ADJ. RA00 5053 JOURNAL 00. (M 6134 T/TT) 1 - HEALTH DEPARTMENT UCT (� Contra Costa County < 3_ TO: Ron deVin DATE: October 25, 1977 Fiscal Officer //�� FROM: Allan Leavitt .� ? n � SUBJECT: Appropriation Admin. Analyst Adjustment The attached appropriation adjustment is submitted for your review and transmittal to the County Administrator's Office. The adjustment allows for the expenditure of funds granted to the County by the Environmental Protection Agency for the Epidemiological Study of the Incidence of Cancer as Related to Industrial Emissions in the Heavily Industrialized Part of Contra Costa County. The project application was approved by the Board on July 5, 1977 and the Grant Agreement was approved on October 25, 1977. Should you have any questions , please do not hesitate to call me. Attach. ALL:mpl CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I I. DEPARTMENT OR ORGANIZATION UNIT ACCOUNT C001Ns HUMAN RESOURCES AGENCY ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0180 2281 Building Maintenance & Improvements 400 2310 Professional & Personal Services 6,000 1011 Permanent Salaries 2,500 1042 F.I.C.A. 150 2170 Household Expense 200 2284 Requested Maintenance 200 2300 Transportation-Other 3,350 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CON TR LER TO adjust accounts to reflect current needs. Expenses for Human Services Advisory Commission budgeted By: Date l �/`(/7 in Object 2310. Stipends to be charged to Permanent Salaries, other necessary expenses to be charged to COUNTY ADMINISTRATOR Object 2300. By: Date //0/77 BOARD OF SUPERVISORS Y E S: 5cper air},crm.l,hdcn Schru,icr,ih mess,Hu3dri= NO: ' O1-,k_ NOV 15i77 On / / --------- J.R/-8 SSON, CLERK 4. 11 /1 / 77 SIGNATURE -- TITLE DATE V-. R. d Vincenzi FisgqaJ� fficer By. � APPROPRIATION A PUU SGGO Patricia A. B011 Deputj Clerk ADJ. JOURNAL 10. li'�l�� IN 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE t ri CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C a 7 ACCOUNT CODING I. DEPARTMENT 01 016AKIZATIII INIT: SOCIAL SERVICE - ADMINISTRATION ONSANIZAT111 501-01JECT !. FIXER ASSET -bECREASI> INCREASE IIJECT OF EXPENSE 01 FIXED ASSET ITEM 11 11WTITT _._ _ 5000 2170 Household Expense 500 " 4951 Printing Electronic Calculator, Monroe Model 1440 0001 1 500 ti Cl APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To provide a printing calculator for use by an analyst in he Fiscal Section. This analyst prepares and controls Br• t2�1 �'rc Dote II /,4/77budgets of $430,000 for State Department of Education Child Day Care and of $500,000 for the Area Agency on Aging and COUNTY ADMINISTRATOR does other fiscal and accounting work. This analyst is currently forced to go from office to office to find a By: �?lCl Data-///1011 machine not in use at the moment--a waste of expensive time. This calculator can be used by other staff who do not BOARD OF SUPERVISORS have a printing calculator on those occasions when they need a tape. YES: Superesurs Krnny•Fanden We plan to charge half of the cost to the Area Agency on Schrukr.Uoggess.Hassdcinc Aging (10 County money). The other half will be approxi- NO: NOV 15 19 ately 30% County money. on For R. E. Jornlin, J.R. SSON, CLERK 4. Director 11/2 /77 •IaaATYa[ TITLE OAT[ By: A►►RIP11AT111 Patricia Deputy Clerk AIJ. JIIIIAL 10. � cl (M 129 now. 7/77) SEE IN9TRUCTI0N9 011 navans[ SIDE CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTMENT OR ORGANIZATION UNIT: ACCOUNT CODING County Superintendent of Schools ORGANIZATION SUB-OBJECT 2. FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY 0601 2310 Professional & Personal Services $4,100 0601 2170 Household Expense $130 0601 -7*56- Electronic Equipment Computer Terminal coo-3 2 $3,970 X95/ r APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER Purchase Of two computer terminals ($3,970) and 2 chairs ($130) needed for two additional keypunch operator Date /`�/77 positions. The additional positions will perform school district warrant processing duties. COUNTY ADM NISTRATOR A contract for outside keypunching of school personnel master cards was negotiated for significantly less than By: - Dote ��/�a/ budgeted. Remaining funds in this account (#2310) are sufficient for anticipated expenditures. BOARD OF SUPERVISORS YES:Supervisors Kenny.Fanden C�n;u:er,H,+:Fetis.Hasscicinc NO: rlV31uL NOV 15 19 7 On J.R. OLSSON, CLERK 4. / ,�'fI, SI NATURE TITLE DATE Q •�X3�-�' APPROPRIATION .5CWo f q Deputy Clerk ADJ. JOURNAL NO. Patricia A. Be (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE • CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C !7 1. DEPARTMENT 01 OICANIIAT111 INIT: ACCOUNT CIOINC Assessor ORUNIZATI11 601-01JECT 1. FIXED ASSET -DECREASE,> INCREASE OBJECT OF EXPENSE 01 FIXED ASSET ITEM 11. GWTITY — - 1600 4951 Model 155 Data Inscriber 0007 1 970 1600 2250 Rental of Equipment 970 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER 1 Internal adjustment to allow purchase of one Date 1 /-4/7 Model 155 Data Inscriber with Model 10 check Digit feature. COUNTY ADMINISTRATOR NOTE : By; `1 � ;11 V . -� Dote ��//0/. Rental of this equipment to fiscal year end BOARD OF SUPERVISORS (June 30 , 1978) is approximately equivalent to the purchase price . No increase in the YES: Kenn).Fandcn Assessor' s Total 1977-78 Budget is required. �:hialcr,l;o�rss,i issscl�inc NO: 1�_C ,ts� NOV 15 19 7 J. SSON, CLERK �. On / / Asst. Assessor AIGNATURE TITLE eAT[ By. i LI 0 �y C APPROPRIATION C( Patricia A. Bell Depu-1 Clerk AIJ. JO111AL 10. 111 ` ,! (Mize 116v. 7/77) SEE IIISTRUCTIOMS 00 REVERSE $109 CONTRA COSTA'COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING I. DEPARTMENT OR ORGANIZATION UNIT Public Works ORGANIZATION SUB-OBJECT 2. FIXED ASSET <IECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. QUANTITY ROAD & BRIDGE MAINTENANCE 0671 2319 Vasco Rd Bridge Rpr WO 4932 7000 ROAD & BRIDGE CONSTRUCTION 0661 2319 ]Rodeo Sts resurfacing WO 4440 7000 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER T , /l� ��/8�7 Transfer from road capital to road maintenance B) }1'� •ems =� Date for Vasco Road Bridge Repair. COUNTY ADMINISTRATOR By: ` Date BOARD OF SUPERVISORS YES: SuFcn•ixirs Kenny.Fshden S.hr��:cr,1L,�;�;csc.Hassr)tine NO: V�OV� NOV 15 977 0' /// 1�,4wAdg , / J.R. OLSSON, CLERK 4 pVjpKA0= I Public Works DirectQr11 9 j7 (� NATURE TITLE DATE Com. 0 . APPROPRIATION A POO�7 Patricia A. Bell Depuri Clerk ADJ. JOURNAL NO. (M 129 Rev 7/77) SEE INSTRUCTIONS ON REVERSE SIDE • CONTRA COSTACOUNTY Wntrd Costa County RECEIVED APPROPRIATION ADJUSTMENT T/C 27 N0V - 81977 ACCOUNT CODING I. DEPARTMENT OR ORGANIIATIO9 UNIT: Riverview Fire Protection District County AdministT010C OASA4!1ATICq ; SUB-OBJECT 2. ;FLXM;,ASSE_T_ qECREASE> INCREASE f OBJECT OF EXPENSE OR FIXED ASSET ITEM NO. IQUANTITY 7200 4741 I Fencing STN 4 & 6 250.00 i 7200 6301 For Fencing STN 4 - 6 250.00 i I 1 � J i PROVED 3. EXPLANATION OF REOUEST e-0S7-/_9_0M AUDITA C N .OLL To provide for increased �. contingency account. BY:, n Date1 Cost per P.O. 08783 1,750 77-78 Appropriation 1,500 COUNTY ADMINISTRATOR Additional Appropriation 250 By: Date IJ/i0/I I BOARD OF SUPERVISORS YES:$upervisnrs Kenn}•Fanden >;:c,tilci 14 qcr.< Hassettine N 0: NOy 1/5 1 77 On _. .i��--���� Golinveaux Fr d J.P. OLSSON. CLERK �__ Chief it / 3/77 SIGNATURE A TITLE OAT[ By'_ i APFROPRIATION Dnfrirri_-i A Reil Deputy Clerk ADJ. JOURNAL 10. (M 129 Pay 7/77) SEE INSTRUCTIONS ON REVERSE 31DE IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Program ) Supplement No. 6 of the Local ) Agency-State Agreement ) No. 04-5928, County Federal Aid-) RESOLUTION NO. 77/942 Secondary Projects, Waterfront ) - Road Overhead, Martinez Area. ) Project No. 3481-4215-925-75 ) WHEREAS Master Local Agency-State. Agreement No . 04-5928 for Federal -Aid Projects has been approved by this Board ; and WHEREAS the Supplement No. 6 entitled "Program of Federal - Aid Secondary Projects" indicates the estimated costs of preliminary engineering , right of way and construction to be a total of $1 , 151 , 000 of State and Federal funds for the construction of the Waterfront Road Overhead Bridge Project . On the recommendation of the Public Works Director , IT IS BY THE BOARD RESOLVED that the Chairman is AUTHORIZED to execute Program Supplement No. 6 of the Master Agreement . PASSED by the Board on November 15, 1977 . Originator: Public Works Department Road Design Division cc: Public Works Director CALTRANS County Auditor-Controller RESOLUTION NO . 77/ 942 00060 • County Contra Costa Oate�Octo er 18. 1977 Supplement No. 6 To Local Agency-State Agreement No. 04-5928 PROGRAM CF Cww Faim AID SEomm PAo,xas IN TFE f CONTRA COSTA County Pursuant to the Federal-Aid for Secondary Highways, Act, the attached "Program" of Federal-Aid Secondary Projects marked 'Exhibit B" is hereby incorporated in that Master Agreement for the Federal-Aid Program which was entered into between the above-- named COUNTY and the STATE on June 21 1977 , and is subject to all of the terms and conditions t ereo . The subject program is adopted in accordance with Paragraph 2 of Article II of the afo�r�nneeqtioned agreement under authority of County Resolution No. 77/9 +2 approved by the Board of Supervisors on —November See copy attached).' f i CountyN: Boggess By Chairman, board of Supeivisors Title Approved for State Attest: J. R. OLSSON i Ciera ' / By N. Pous, Deputy Clerk Deputy District Director of Transportation District 04 = Department oT Transportation i 1 DN-OLA-256 (4.77) OWr6i PROGRAM EXHIBIT B OF FmmAL AID SEOOom PROJECTS Date: October 18, 1977 PROGRAM SUPPLEMENT NO.: 6 County: Contra Costa Matching un s Proect No. Location & Description Total Cost Est. Federal Funds State Count Preliminary Engin erin BRRS-A066(1)On Waterfront Road Peytor 99,000 992000* Overcrossing of SPTC tracks near Martinez Right of Way 163000 16,000* Replace RR overhead and approaches Construction 19036,000 2829975 7539025* 191519000 282,975 868,025* *Grade Separation Funds (Sec. 190 Street and Highway Code) pec al Covenants or Remarks: 1. All maintenance, involving the physical condition and the operation of the improvements, referred to in Article VI MAINTENANCE of the aforementioned Master Agreement will be performed by Contra Costa County at regular intervals or as required for efficient operation of the completed improvements. 2 . The County of Contrac Costa will advertise, award, and administer this project with the approval of the State. DH-OLA-256 (4-77) V IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY , STATE OF CALIFORNIA In the flatter of Approving Plans ) and Specifications for the ) Waterfront Road Overhead and ) RESOLUTION NO. 77/943 Approaches Project , Martinez Area . ) Project No. 3481 -4215-925-75 ) WHEREAS Plans and Specifications for the Waterfront Road Overhead and Approaches Project have been filed with the Board this day by the Public Works Director ; and WHEREAS the general prevailing rates of wages , which shall be the minimum rates paid on this project , have been approved by this Board ; and A Negative Declaration pertaining to this project was posted and filed with the County Clerk -on December 23 , 1975 with no protests received and the Board determined on January 26, 1976 that the project will not have a significant effect on the environment and instructed the Planning Director to file a notice of Determination with the County Clerk; and The Project has been determined to conform with the General Plan . IT IS BY THE BOARD RESOLVED that said Plans and Specifica- tions are hereby APPROVED. Bids for this work will be received on Thursday, December 15, 1977 at 2 :00 p.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work , said Notice to be published in the MARTINEZ NEWS GAZETTE PASSED AND ADOPTED by the Board on November 15, 1977. + Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller 00063. RESOLUTION No . 77/ 943 • WAVERFRONT ROAD PROJECT NO# 3481-4215-925-75 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ+ CALIFORNIA NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY . THAT THE PUBLIC WORKS DIRECTOR ,WILL RECEIVE 61US UNTIL 2 O'CLOCK P.M. ON DECEMBER 15 . 1977. FOR THE FURNISHING OF ALL LABOR. MATERIALS+ EQUIPMENT . TRANSPORTATION AND SERVICES FUJI WATERFRONT OVERHEAD AND APPROACHES THE PROJECT IS LOCATED ON WATERFRONT ROAD . 0.6 MILE EAST OF I-680 FREEWAY IN THE MARTINEZ AREA. THE WORK SHALL BE DONE IN ACCORDANCE WITH OFFICIAL PLANS A140 SPECIFICATIONS PREPARED IN REFERENCE THERETO, BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEERS ESTIMATE ITEM ESTIMATED UNIT OF NO* QUANTITY MEASURE ITEM 11 LS MOBILIZATION 15a 500 LF REMOVE PAINTED TRAFFIC STRIPE 155 16 EA ABANDON PIPELINE CASING 15C 350 LF RECONSTRUCT PROPERTY FENCE 15d 1 .140 LF SALVAGE GUARD RAILING 15e 6 EA SALVAGE ROADSIDE SIGj"4 15f 21 EA SALVAGE MARKER 159 LS BRIDGE REMOVAL to LS CLEARING AND GRUBBING 19a 6+000 Cy R0A0imAY EXC-AIVATiG•� 195 123v000 TON IMPORTED BORRO4 19c 9.760 TON SAND BLANKET ! gd LS SPECIAL STRUCTURE EXCAVATION 19e ( F ) 470 CY STRUCTURE EXCAVATION N Microfilmed with board order 0011 — 1 NOTICE TO CONTRACTORS (CONT. ) ITEM ESTIMATED UNIT OF NO. QUANT I TY MEASURE ITEM 19f ( F) 272 CY STRUCTURE BACKFILL 20 839500 SOFT EROSION CONTROL 21 10 EA SETTLEMENT PLATFORM 25 19880 TON CLASS 2 AGGREGATE SUBBASE 26 79840 TON CLASS 2 AGGREGATE BASE 39a 3.870 TON ASPHALT CONCRETE (TYPE 8) 39b 19050 LF ASPHALT CONCRETE DIKE 51a ( F) 147 CY STRUCTURE CONCRETE. BRIDGE FUUTING 51b (F) 674 CY STRUCTURE CONCRETE• BRIDGE 51c 6 EA FURNISH PRESTRESSED I—GIRDER (40 LF) 5 1 d 6 EA FURNISH PRESTRESSED I—GIRDER 150 LF) :)le 6 EA FURNISH PRESTRESSED I—GIRDER (60 LF ) 51f 18 EA ERECT PRESTRESSED I—GIRDER 51g 121 LF WATERSTOP 51h 127 LF JOINT S£AL9 ( TYPE B) 52a (F) 146.000 LB BAR REINFORCING STEEL 52b (F) 150 LB SUPPLEMENTAL REINFORCING (STRANDS ) 56 LS SIGNING AND TRAFFIC CONTRCL 59a LS PERMANENT TRAFFIC STRIPING 59b (F) 655 SOFT PAINTING 66a 40 LF 12—INCH CORRUGATED METAL PIPE (0*064—INCH THICK ) 66b 30 LF SPLIT PIPE CASING 6? 2 EA OVERSIDE ^RAIN 73 4 CY MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION) 75 12 EA REST►RAINER 'JN.! T ( TYPE 2) 30a 625 LF PROPERTY FENCE j�( 1 • I!1�1 65) N — 2 NOTICE TO CONTRACTORS (CONT. ) ITEM ESTIMATED UNIT OF NO• QUANTITY MEASURE ITEM Bob 795 LF TEMPORARY FENCE 81 1 EA SURVEY MONUMENT 32 21 EA MARKER 838 418 LF CHAIN LINK RAILING ( TYPE 7) 83b 432 LF CONCRETE BARRIER (TYPE 25 ) 83c 1+850 LF METAL BEAM GUARD RAILING 85 300 EA PAVEMENT MARKER (REFLECTIVE) r�r►r��s N — 3 NOTICE TO CONTRACTORS (CONT. ) ----------------------------- EACH PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI- FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS+ ROOM. 103, COUNTY ADMINISTRATION BUILDING+ 651 PINE STREET* MARTINEZ+ CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY BE EXXMINED AT THE OFFICE uF THE CLERK OF THE BOARD OF SUPERVISORS OR AT THE PUBLIC WORKS DEPArRT.4E•iT, 5TH FLOOR OF SAID COUNTY ADMINISTRATION BUILDING. PLANS AND SPECIFICA- TIONS ( NOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS, MAY BE OBTAINED BY PROSPLC- TIVE BIDDERS AT THE PUBLIC WORKS DEPARTMENT, 5TH FLOOR , COUNTY ADiMIiNIS- TRATION BUILDING+ UPON PAYMENT OF A PRINTING AND SERVICE CHARGE IN THE AMOUNT OF THIRTEEN AND 31/100 DOLLARS IS13.31 ) (SALES TAA INCLUDED ) 'WHICH AMOUNT SHALL NOT BE REFUNDABLE* CHECKS SHALL BE MADE PAYABLE TO ' THE COUNTY OF CONTRA COSTA- , AND SHALL—TE—MAILED TO PUBLIC WORKS DEPARTti(=f.T, 5TH FLOOR, ADMINISTRATION BUILDING• MARTINEZ• CALIFORNIA 94553. EACH BID SHALL BE MADE ON A PROPOSAL FORM TO BE OBTAINEC -AT THE PUBLIC WORKS DEPARTMENT, 5TH FLOOR, COUNTY ADMINISTrRATION BUILDING. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN• AND NEITHER PARTIAL NOR CONTINGENT BIOS WILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN ( 10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL• THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER 'S CHECK, CERTIFIED CHECK OR BIDDER 'S BONDS MADE PAYABLE TO THE ORDER OF ' THE COUNTY OF CONTRA COSTA. ' THE ABOVE—MENTIONED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE 'WURK, AND WILL BE FORFEITED BY THE BIDDER AND (RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES . NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT QR TO FURNISH THE NECESSARY BONDS AFTER @EING REQUESTED TO DO SO BY THE BUAKO OF SUPERVISORS OF CONTRA COSTA COUNTY. BID PROPOSALS SHALL BE SEALED AND SHALL BE SUB-IITTED TO THE PUBLIC WORKS DIRECTOR. 6TH FLOOR, COUNTY ADMIN15TRATION BUILDING, 651 PIr.E STREET, MARTINEZ. CALIFORNIA+ ON OR BEFORE THE 15TH DAY OF DECEMBER• 19779 AT 2 O 'CLOCK P6.%1. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE , IN THE CGNFERENCE 800,11 OF THE PUBLIC WORKS DEPARTMENT, 6TH FLOGR , ADMINISTRATION BLDG. , ,rARTI:+ ._ , CALIFORNIA , AND THERE READ AND RECORDED. ANY BID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS NOTICE 'RILL BE R=TUR::cD UNQPL:.-4E; . 00061 N — 4 NOTICE TO CONTRACTORS (CONT. ) THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE BOND IN AN AMOUNT EQUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICE+ SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN THE STATE OF CALIFORNIA, BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTIQ�i 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA9 OR LOCAL LAW APPLICABLE THERET09 THE SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IV THE LOCALITY IN WHICH THIS WORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECHANIC REQUIRED TO EXECUTE THE CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM wAGES IS ON FILE WITH THE CLERK OF THE BOARD OF SUPERVISORS + AND IS INCORPORATED HEREIN BY REFERENCE THERETO, THE SAME AS IF SET FORTH IN FULL HEREIN, FOR ANY CLASSIFICATION NOT INCLUDED IN THE LIST + THE M.IN- I--+UAL*- WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE COUNTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT ANY ANN ALL BIDS OR ANY PORTION OF ANY BID AND/OR WAIVE ANY IRREGULARITY IN ANY 310 RECEIVED. BY ORDER OF THE BOARD OF SUPERVISOKS OF CONTRA COSTA COUNTY J.R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY _--- DEPUTY DATED- "V 1 1977 PUBLICATION OATES- 01)(168 5 WATERFRONT ROAD PROJECT NO. 3481-4215-925-75 8I05 DUE DECEMBER 15. 1977 AT 2 O'CLOCK P.M• 6TH FLOGR* COUNTY ADMINISTkATION BUILDING* 651 PINE STREET+ MARTINEZ* CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ* CALIFORNIA P R 0 P -0 S A L F 0 R WATERFRONT OVERHEAD AND APPROACHES NAME OF BIDDER BUSINESS ADDRESS PLACE OF RESIDENCE TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THE UNDERSIGNED* AS BIDDER* DECLARES THAT THE ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPP%LS ARE THOSE NAMED HEREIN— THAT THIS PROPOSAL I5 MADE WITHOUT COLLUSION 'KITH ANY OTHER PERSO s FIRM OR CORPORATION— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO- POSED WORK. PLANS AND SPECIFICATIONS- AND HE PROPOSES AND AGREES, IF THIS PROPOSAL IS ACCEPTED* THAT HE WILL CONTRACT WITri THE COUNTY OF CONTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY * TOOLS+ APPARATUS AND OTHER MEANS OF CONSTRUCTION• AND TO 00 ALL THE WORK AND FUR141SH ALL THE MATERIALS SPECIFIED IN THE CONTRACT * IN THE MANNER AND TIME PRESCRIBED* AND ACCORD- ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH* AND THAT 1-:c WILL TAKE IN FULL PAYMENT THEREFOR AN AMOUNT EASED ON THE UNIT PRICES SPECIFIED HEREINBELOW FOR THE VARIOUS ITEMS OF WORK* THE %TAL VA;.UE LiF SAID WORK AS ESTIMATED HEREIN BEING S INSERT TOTA; l AND THE FOLLOWING BEING THE UNIT PRICES BID. TO WIT- Microfilmed with board order P _ 1 0 069 PROPOSAL ( CONT. ) ( PRICE NOT TO EXCEED THREE (3 ) DECIMALS) ------------------- -------------------N---_M__�—«.---_— ----- — --------- 1 TEM TG T AL ITEM ESTIMATED UNIT OF PRICE( IN ( IN N0. QUANTITY MEASURE ITEM FIGURES) FIGURES ) ------N__-N------N_-M---------------- --------------- _--_-_-- --------- LS --_---- LS MOBILIZATION 15a 500 LF REMOVE PAINTED TRAFFIC STRIPE M_NN------------------------------------------------------ ------- --------- 15b 16 EA ABANDON PIPELINE CASING --------------------------------------------------------- ------ -- 15C ------------------- ------- -------- 15c 350 LF RECONSTRUCT PROPERTY FENCE �_ N_NrN__---_ _N----- ---------------- ---- ---- -------- 15d 19140 LF SALVAGE GUARD RAILING M---------------------------------------------- --------- -------- 15e 6 EA SALVAGE ROADSIDE SIGN ---M----_-_-- ----------M-_---- --------- --------- 15f _ -----_ -------r15r 21 EA SALVAGE MARKER ----_ -------- ---------------------------------------- --------- --------- 15g ------------------ ------- -------- 15g LS BRIDGE REMOVAL --------_M__--N_ - ----------------------------- ------- --------- LS CLEARING AND GRUcoIN G 19a 6+000 CY ROADWAY EXCAVATION ���M—�N------------- ------ ------------ ------- -------- 19b 123+000 TON IMPORTED BORROW -------------w---_-_--_------------------------.ter--------- ------ -------- 1c 5760 TON SAND SLANK�T- — !r 9 . E -------- I -------- 19d LS SPECIAL ST RUCTUIRE EXC:.VAT IC`: ------------------------------------------------------ ----1------------------ 000,70 P - z PROPOSAL (CONT, ) ( PRICE NOT TO EXCEED Ti TREE (3 ) DEC I,'•):.LS) - -1-N__NN-_--------N_---N--------N-N___M___-___-__N Y------------------ I TEM TOTAL ITEM ESTIMATED UNIT OF PRICE( I,: ( I,% N0. QUANTITY MEASURE ITEM FIGURES) FIGURES ) -_-- --_r-r-- lge 470 CY STRUCTURE EXCAVATION ( F ) ------------------------------------------------------------- ------ -------- 19f 272 CY STRUCTURE BACKFILL (F ) -MM-------------- -__Y-�N_N_N------------N-_--__-__ _--_----i-_M----- 20 83+500 SOFT EROSION CONTROL 21 10 EA SETTLEME1:T PLATFORM I 25 1 .880 TON CLASS 2 AGGREGATE SUBBASE -N--------M-N___--_-M_-N-_--N-M---------N----_N----- -------- --------- 25 7,840 TON CLASS 2 AGGREGATE BA$- -w------•�-----___--'--------___N_-_---------------.------_--- --_----j--------- 39a 39870 TON ASPHALT CONCRETE (TYPE B) _-N----------------------- ------ -------_ 357 19050 LF ASPHALT CONCRETE DIKE _N---__--_w_M_-- -_N _�-__ ------------- M-N ------ __---- 51a 147 CY STRUCTURE CONCRETE, BRIDGE FOOTING (F) 51b 674 CY STRUCTURE CONCRETES BRIDGE ( Fl 51c 6 EA FURNISH PRESTRESSED I—GIRDER (40 LF) ! i ------ 51d o EA FURNISH ?RESTRESSED I—G I RC-cR ( 50 Lr) 51a 6 E'A FURNISH PRESTRESSED 1-GIRDER (60 LF) OW)'71 P — 3 PROPOSAL ( CONT* ) • (PRICE NOT TO EXCEED THREE (31 DECj,'r:"LS) M-w-N N+�---N-- --N-N---N-----------------------------------r------.---r- 1 TES•( T10 T AL ITEM ESTIMATED UNIT OF PRICE( IN ( IN N0. QUA,NTITY MEASURE ITEM FIGURES) FIGURES) --- ------------------- --------w--N- r --wr-----••-- ----------------- 51f 18 EA ERECT PRESTRESSED I—GIRDER ---------w---------M-----------N- -r-----------rr-----r-----N---- --------- 51g 121 LF WATERSTCP i l 51h 127 LF JOINT SEAL+ (TYPE 0) -r�r.�--rr--------�--Mr-ww----r-ter--�.r----------�•-N---r -N-•�-r Nr---N 52a 146.000 LB BAR REINFORCII:G STEEL ' (F ) , 52b 150 LB SUPPLEMENTAL REINFORCING (STRANDS) ( F ) -w--'r-r-M N--w--M--------------N-r---w----r--N-1---N---M----~--------- 56 LS SIG�NI.vG AND TRAFFIC CC�NTr2JL j _ 1 i i -N-M---MN--MM --M-----------N- ------MM----r---�-rN----�►--N----- 59a LS PERMANENT TRAFFIC STRIPII*:G � i -�rwrr- -�M-•---------M-----r----rr------�•- --N-----r-rr------------------ 59b 655 SOFT PAINTING i ( F) r t 40 LF 12—INCH CORRUGATED METAL PIPE � 66a (0.064—INCH THICZ, + ----------------------------------------------------------------------------- 66b 30 LF SPLIT PIPE CASING I -NI------Mw-M--�/--N--w-------N-N -----r-M-N----- --M-r-r---------- 69 2 EA OVERSIDE DRAIN --------- --------------------------------------- f i 3 4 CY MINOR `:.? CRETE (MiSC. LLA;iEvU5 CONS TRt;C T ZQN ) i 75 12 EA RESTRAINER L'NIT (TYPE 2 ) i 1 M..�.-N r-- n0072 PROPOSAL (CONT* ) c PRICE NCT TO EXCEED THREE (3 ) CEC i -1A L;5) -��M-��-r-------- ------�r.�-----N----r------r-a------r-----+----.----+__-----r- j TE,-'- 7 3 ITEM ESTIMATED UNIT OF PRACE( i,r ( i,: NO. QUANTITY MEASURE ITEM FIGURES) FIGURES ) --r--w---r-------N------ ---r-aa--------------a----------------------------- 80a ----------------- 80a 625 LF PROPERTY FENCE ------------------------------------------------------------- .l ------ -------- 800 795 LF TEMPORARY FENCE t -MN----------N-- aY-M-N_----a-a-------------a------r- - ---------- 81 r-----r---r-_-- 81 1 EA SURVEY MONUMENT 82 21 EA MARKER I 83a 418 LF CHAIN LINK RAILING ( TYPE 7) -------------------------------------------------------------Z-------- --------- 83h 432 LF CONCRETE BARRIER ( TYPE 25 ) 1---M-----MM Na-�N--aM N- -r.-----_--N�----r---arr rrrr-r- -a--r--- 83C 1 .850 LF METAL 8EA,M GUARD RAILING ------------------- ----------------------------------------- 85 --------------------------------85 300 EA PAVEMENT MARKER (REFLECTIVE) � +NN------------a---ra- -r---aa-•---------------------------`----r--r --------- NOTE—PLEASE SHOW TOTAL ON PAGE P-1 TaT:,L -------------------------------------------------------------------r-------- oto 13 P — 5 PROPOSAL (CONT. ) IN CASE OF A DISCREPANCY BETWEEN UNIT PRICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE ONLY• BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL* AND THE RIGHT IS RESERVED TO THE COUNTY TU INCREASE OR Dc- CREASE THE AMOUNT OF WORK UNDER ANY ITEM AS MAY BE REQUIRED+ IN ACCURD- ANCE WITH PROVISICVS SET FORTH IN THE SPECIFICATIONS FUR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT Or MONEY SET FORTH FOR EACH ITEM OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT• DOES ,NOT CONSTITUTE AN AGREEMENT TO PAY A LUMP SUM FOR THE _ WORK UNLESS IT SPECIFICALLY SO STATES. IT IS HEREBY AGREED THAT THE UNDERSIGNED• AS BIDDER+ SHALL FURNISH A LABOR AND MATERIALS BOND IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL AND A FAITHFUL PERFORMANCE BOND TU BE ONE HUNDRED PERCENT OF THE TOTAL AMOUNT OF THIS PROPOSAL• TO THE COUNTY OF CONTRA COSTA AND AT NU EXPENSE TO SAID COUNTY. EXECUTED BY A RESPONS- IBLE SURETY ACCEPTABLE TO SAID COUNTY , IN THE EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA, IF THIS PROPOSAL SHALL BE ACCEPTED AND THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AMD TO GIVE .THE TWO BONDS IN THE SUMS Tu BE DETERMINED AS AFORESAID+ WITH SURETY SATISFACTORY TO THE BEARD OF SUPERVISORS. WITHIN SEVEN ( 71 DAYS. NOT INCLUDING SUNDAYS+ AFTER THE BIDDER HAS RECEIVED NOTICE FROM THE BOARD OF SUPERVISORS THAT THE CON- TRACT IS READY FOR SIGNATURES THE BOARD OF SUPERVISORS MAY, AT ITS OPTION+ DETERMINE THAT THE BIDDER HAS ABANOONED THE CONTRACTS AND THEREUPON THIS PRUPOSAL AND THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYING THIS PROPOSAL SHALL OPERATE AND THE SAME SHALL BE THE PROPERTY OF THE COUNTY OF CONTRA COSTA. SUBCONTRACTS -M--M-N-- THE CONTRACTOR AGREES+ BY SUBMISSION OF THIS PROPOSAL. TO CUV- FORM TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GJVER,NMENT CODE PERTAINING TO SUBCONTRACTORS+ EXCEPT AS PROVIDED UNDER SECTION 4100.5 + THE SAME AS IF INCORPORATED HEREIN. FOR ALL TRAFFIC SivNAL ANC STREET LIGHTING WORK* A COMPLETE LIST OF SUBCONTRACTORS IS REQUIRED AND THE BIDDER WILL BE EXPECTED TO PERFORM WITH HIS O:N FORCES ,ALL ITEMS OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS INVOLVING TRAFFIC SIGNAL AND STREET LIGHTING WORK TO BE SUBCONTRACTED OWN THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTOR + THE VALUE OF THE WORK SUBCONTRACTED WILL BE BASED O`1 THE ESTIMATED COST OF SUCH P %RT IJ:v OF THE CONTRACT ITEM• DETERMINED FROM INFORMATI�;-: 5k'5:•'.ITTED �Y T„E CC.:.— TRACTOR • SUBJECT TO APPROVAL BY THE ENZiINEER. THE UNDERSIGNED, AS BIDDER + DECLARES T:-,AT HE HAS `+CT ACC PTSD ANY 810 FROM ANY SUBCONTRACTOR DR MA T ER I ALMAN T HRCUGn ANY 8:D DEPCS i T URY 9 THE BY—LAMS• RULES OR REGULATi'ONS OF WHICH irccr,!-: . " GK PREVENT TrE CG,4— TRACTOR FROM CONSIDERING ANY 810 FRCK ANY SUiCC57=ACT=R OR Mi T_. ;A0 WHICH IS NOT PROCESSED THROUGH SAID 510 DEPCS170kit OR dHICK PiEVEAT ! SUBCONTRACTOR OR MATERIALMAN FROM 5140ING TO ANY CONTRACTOR nr.0 DOES ;.JT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH 910 DEPOSITORY. 1st44 PROPOSAL (CONT. ) NO* ITEM SUBCONTRACTOR ADDRESS N-- ------y-_ ___________ ----------- ------- --------- ---- N-- _�-i-------------------- ---------------------- -------------------- ACCOMPANYING -- -------------ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GWARANTY IN THE AMOUNT OF TEN ( I0) PERCENT OF AMOUNT 810 ---_-N_NNN- -N-------M-1_-N__-_-_---N--------------- (CASHIER 'S CHECK. CERTIFIED CHECK OR BIDDER 'S dOkD ACCEPTABLE ) THE NAMES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FOLLOWS- IMPORTANT ,NOTICE IF THE BIDDER OR OTHER INTERESTED PERSON IS A CORPORATIONS STATE LEGAL NAME OF CORPORATION. ALSO NAMES OF PRESIDENT. SECRETARY . TREASURER+ AND MANAGER THEREOF. IF A COPARTNERSHIP . STATE TRUE NA,'!r-- OF FIRM* IF BIDDER OR OTHER INTERESTED PERSON IS AN INDIVIOUAL. STATE FIRST AND LAST NAME IN FULL. --M-N---------------------M---------------------------------------------------------------LICENSED TO DO OR SuBCCNTRrCT ALL CLA55ES OF 4QRK INVOL•VZD IN THE PROJECT , IN ACCORDANCE wITH AN ACT PROVIDING FOR TmE REGISTRA— TION OF CONTRACTORS+ LICENSE NO. (CLASS— ) . ---------- — — ------- -- --------------- --------------- - --- -------- -�- ------------------------------ -------------------------- Nw_N---.---------------------------- (SIGNATURE Or SiuvER ) BUSINESS ADDRESS ------------------ ----- — ---- PLACE OF RESIDENCE DATE i= 0007j PROPOSAL (This affidavit shall be executed by the successful bidder in accordance with instructions in the Federal Requirements of this booklet, but bidder may execute the affidavit on this page at the time of submitting his bid.) NON-COLLUSION AFFIDAVIT To the County of Contra Costa: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. Fill in description of contract Signature of Bidder Business Address Place of Residence Subscribed and sworn to before me this day of , 197 - Notary Pub] i c in and for tine Coen cy - My Commission expires 19 w1 ) c Director of Public Works Purchase Price for Plans County of Contra Costa, California and Contract Documents: 513.31 (Non-refundable) CLERK 50,V.J J _v:'.r,/joRS C%VRA ''.Ca+-a..................Devut WATERFRONT ROAD OVERHEAD . AND APPROACHES C.C. Co. Project No. 3481-4215-925-75 Federal Aid Project BRRS-A066(l) OFCC Identification Number CC-DOTH)-10-77-060 VERNON L. CLINE Contra DIRECTOR OF PUBLIC WORKS Costa C,ourty BIDS DUE: DECEMBER 15, 1977, 2:00 P.M. For Use In Connection With State of California, Department of Transportation, Standard Specifications, Dated January 1975, and Standard Plans, Dated March 1977, and Contra Costa County Standard Plans. De Leuw, Cather & Company, Consulting Engineers 120 Howard Street P.O. Box 7991 San Francisco, California 94120 (415) 495-6060 Microfilmed with board order, 00017'1 2632 TABLE OF CONTENTS Notice to Contractors N-1 Proposal P-1 Contract C-1 SECTION A - SPECIFIC DATA Al - Location A-1 A2 - Description of Work A3 - Contract Documents A4 - Beginning of Work, Time of Completion and Liquidated Damages A5 - Permits A-2 A6 - Additional Liability Insurance Requirements A7 - Hold Harmless and Indemnification SECTION B - GENERAL PROVISIONS B1 - Definitions and Terms B-1 B2 - General a. State Contract Act b. Standard Specifications B3 - Proposal (Bid) Requirements and Conditions a. Examination of Plans, Specifications, Contract and Site of Work B-2 b. Proposal (Bid) Forms c. Proposal (Bid) Guaranty d. Competency of Bidders B4 - Award and Execution of the Contract B-3 a. Award of Contract b. Contract Bonds c. Execution of Contract B5 - Scope of Work B6 - Control of Work B7 - Control of Materials B8 - Legal Relations and Responsibility a. Insurance b. Public Safety c. Preservation of Property d. Rights-of-Way and Easements e. Access to Construction Site B-6 f. Responsibility for Damage g. Damage by Storm, Flood, Tidal Wave or Earthquake B9 - Prosecution and Progress B-7 a. Subcontracting b. Assignment C. Beginning of Work d. Progress Schedule e. Time of Completion B-8 2632 BID - Measurement and Payment a. Determination of Rights b. Partial Payments c. Payment of Withheld Funds d. Final Payment e. Adjustment of Overhead Costs B-9 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL C-1 Cl - Definition C2 - Labor C3 - Equipment Rental SECTION 0 - CONSTRUCTION DETAILS D1.01 Order of Work D-1 D1.51 Maintaining and Restoring Pavement Grades in Settlement Areas D-2 D2.01 Lines and Grades D-3 03.01 Materials D-4 D4.01 Public Convenience, Public Safety and Signing D5.01 Cooperation D-5 D5.02 Pacific Telephone Company D-6 D5.03 Pacific Gas E Electric Company D5.04 Proposed Industrial Tank, Inc. Pipeline D5.05 Lion Oil Company Pipelines D5.06.Southern Pacific Transportation Company D-8 D6.01 Obstructions D6.02 Southern Pacific Pipe Line Inc. Pipeline D6.03 Pacific Gas E Electric Company Pipeline D6.04 UCO Oil Company Pipeline D-9 D6.05 Central Contra Costa Sanitary District Sewer Line D6.06 City of Martinez Water Line D7.01 Office for the Engineer SECTION E - RAILROAD RELATIONS AND INSURANCE E10.01 General RR-1 E10.02 Railroad Requirements E10.03 Protection of Railroad Facilities RR-2 E10.04 Work by Railroad Company E10.05 Clarification of Billing for Railroad RR-3 Inspectors and Flagmen E10.06 Notice of Commencement of Work E10.07 Agreement Exhibit "A" - Form for Agreement between RR-4 Contractor and Southern Pacific Transportation Company Exhibit "B" - Contractor's Public Liability RR-6 and Property Damage Insurance Endorsement for S.P.T.CO. -ii- t 1 la1 2632 SECTION F - FEDERAL REQUIREMENTS 5-2 Federal Minimum Wages MW-1 5-3 Area Affirmative Action Plan AP-1 5-3.01 General 5-3.02 Specific Goals and Timetables 5-3.03 Order of the Secretary of Labor 6 Federal Requirements for Federal Aid Con- struction Projects FR-1 6-1.01 General 6-1.02 Performance of Previous Contracts 6- 1.03 Non-Collusion Provision 6-1.04 Federal Aid Proposal Notice 6-1.05 Alternative Materials FR-3 6-1.06 Required Contract Provisions FR-4 6-1.07 Affirmative Action Requirements - Equal Employment Opportunity FR-10 6-2 Federal Requirement Training Special Provision FR-17 SECTION G- BID ITEMS Item 11 Mobilization G-1 Item 15a Remove Painted Traffic Strips G-1 Item 15b Abandon Pipe Line Casings G-1 Item 15c Reconstructing Property Fences G-2 Item 15d Salvaging Guard Railing Item 15e Salvage Roadside Signs G-3 Item 15f Salvage Guide Markers Item 15g Bridge Removal G-4 Item 16 Clearing and Grubbing G-6 Item 17 Watering Item 19 Earthwork - General G-7 Item 19a Roadway Excavation G-9 Item 19b Imported Borrow G-10 Item 19c Sand Blanket G-12 Item l9d Special Structural Excavation G-13 Item 19e Structure Excavation Item 19f Structure Backfill G-14 Item 20 Erosion Control G-15 Item 21 Settlement Platforms G-16 Item 22 Clean Up Item 25 Aggregate Subbase G-17 Item 26 Aggregate Base (Class 2) Item 39a Asphalt Concrete (Type B) G-18 Item 39b Asphalt Concrete Dikes G-20 Item 51a Structure Concrete, Bridge Footing G-21 Item 51b Structure Concrete Bridge Item 51c-eFurnish Prestressed Concrete ' I ' Girders G-25 Item 51f Erect Prestressed Concrete ' 1 ' Girders Item 519 Waterstops G-27 0008-0 -iii- 2632 Item 51h Joint Sea] (Type B) Item 52a Bar Reinforcing Steel G-29 Item 52b Supplemental Reinforcing (Strands) G-33 Item 56 Signing and Traffic Control G-34 Item 59a Permanent Traffic Striping G-35 Item 59b Painting G-36 Item 66a 12" Corrugated Metal Pipe Item 66b Split Pipe Casing Item 69 Overside Drains G-37 Item 73 Minor Concrete (Misc. Construction) Item 75 Restrainer Unit (Type 2) Item 80a Property Fence G-38 Item 80b Temporary Fence G-39 Item 81 Monuments Item 82 Guide Markers Item 83a Chain Link Railing (Type 7) G-40 Item 83b Barrier Railing (Type 25) Item 83c Metal Beam Guard Railing G-41 Item 85 Pavement Markers ATTACHMENTS - Contra Costa County and Caltrans Standard Plans / Q1�C�S..ru;;�. a <' Cz lFOf CA��F' Ot)�81 -iv- TWE BIDDER'S EXECIT'IOt. ON 711E S:CNN-.UPZ PORTION OF j THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSVMMT JLYD ExEV-.i o N OF .vasE CERT:rzcATZONS WHICH ARE A PAIL? OF THIS PROPOSAL The bidder _, proposed subwntractor �, hereby certifies that he has +, has not �, participated in a previous. contract or subcontract subject to the equal opportunity clause, as rwquired by Executive Orders 10925, 11114, or 11246, and that he has _, has not _, filed with the - Joint Reporting Cotwittee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President',* Coaesittes on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Equal Eriploy- arnt Opportunity Recalations of the Secretary of Labor (41 CPR 60-1.7 (b) (1) ) , and must be submitted by bidders and proposed sub- contractors only in connection with contracts and subcontracts vhicb are sur7ect to the equal opportunity clause. Contracts and subcontracts which are exert from the equal opportunity 4 clause are set forth in 41 CPR 60-1.5: (Generally only contracts or subcontracts of $10,000 or under are exerpt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive orders or their implementing requlations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcon- tracts unless such contrActor submits a report covering the delinquent period or sucn other period apecified by the redoral Highway Adsu nistration or by the Director, office of Federal Contract Comyliance, U.S. Depart.."ent of Labor. 00082 The bidder certifies that: . A. I do- not. intend to subcontract any work on this D -� project. B. El I do intend to subcontract portions of the work on this project. In accordance with the provisions of Part III, 'Participation By Minority Business Enterprises In Subcontracting, " in Section 6-1. 04 of the special provisions, I have tat:en affirmative action to seek out and consider minority business enterarises for the oortions o= the work which are intended to be subcontracted and that such _ affirmative actions are fully docu.—nented in my records and are avaiiaile upen request. In addition, I will take such affirmative action on any -future su;contracting for ,.:.e life of this contract. Rote: The bidder shall check box A or box E. If the bidder does not check a box it will be deemed that he has checked box A. 00004- THE BIDDER'S EXECUTION 01.4 ;'TIE SIGNATURE PORTION OF THIS PROPOSAL SfMLL ALSO consT:UT= AN ENDORSEMENT =- wm E:CrCL':ION OF neon Ct.RTirIGIT%oms NHICli An A PARI' OF THIS PROPOSAL The bidder _, proposed subcontractor �, hereby certifies • that he has !, has not �, Participated in a previous. contract or subcontract subject to. tho equal opportunity clause, as required by Executive Orders 10925, 11114, or - 11246, and that he has _, has not r, filed with the - - Joint Reporting Coesmittee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President`.* committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Note: The above certification is required by the Equal Erp loy- wnt Opportunity aeculations of the Secretary of Labor (41 CPR e0-1.7tb) tl)) , and must be submitted by bidders and proposed sub- contractors only in connection with Contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exert t from the equal opportunity clause are set forth in 41 CFH GO-1.5.• (Generally only contracts or subcontracts of $10,000 or under are exempt.) currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have- participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(5) (1) prevents the award of contracts and subcon- tracts unless such contr4ctor submits a report covering the delinquent period or sucn other period specified by the Fedaral Highway Adrunistration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 00082 CERTIFICATION FOR AFFIRMATIVE ACTION PLAN The bidder certifies and agrees that it will utilize as its minimum affirmative action plan for increasing minority manpower utilization, the goals and timetables of minority manpower specified under "Goals and Timetables," on page FR-11 of Section 6-1 .07, "Affirmative Action Requirements - Equal Employment Opportunity," and under Section 5-3, "Area Affirmative Action Plan," of the special provisions, and the "Specific Affirmative Action Steps," Subsection a through 1 as set forth on pages FR-12 and FR-13 of said Section 6-1 .07: It is agreed that if the bidder submits any additional affirmative action plan of its own, that no such plan shall reduce, or eliminate any of the minimum requirements set forth in said Sections 6-1 .07 and 5-3• Bidder agrees that in the event of a conflict between any provisions of any additional affirmative action plan submitted by the bidder and the minimum requirements certified to herein, the minimum requirements above referred to shall prevail. Company By: Title Date: The bidder certifies that: . A. I do- not intend to subcontract any work on this D project. B. I do intend to subcontract portions of the work ❑ on this project. In accordance with the provisions of Part Ill, 'Participation By Minority Business Enterprises In Subcontracting, " in Sectio.- 6-1. 04 of the special provisions, I have taken affirnnative action to seek out and consider ninori*y business enterprises for the portions o= the work which are intender: to be subcontracted and that such affir;aative actions are fully docs.:.,ented in my records and are available uocn request. In addition, I wiii take such affirnacive action on any -Future subcontracting for t:.e life of this contract. , Note: The bidder shall check box A or box B. If the bidder does not check a box it will be deemed that ' he has checked box A. Ooost In accordance with Government Code Section 14310.5, the • Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? • Yes No If the answer is yes, explain the circumstances in the. following space. r' �s j Note: This questionnaire constitutes a part of the Proposal. and signature on the signature portion of this Proposal shall constitute signature of this questionnaire. BIDDER'S BOND COUNTY OF CONTRA- COSTA Kum All 11m by 1']iese Presents, Tltnt %ve---------=--------------------------------------- . . --------------------------- - ------ _�__ u PRINCIPAL, and --------• •--------------------------------------------Contre 'COs', --------- -------► ,% Ci1fiT TY. aro held and thinly bound unto tiro County Of In the penal mism of Tf:X I+L•'nCI;\T (10;,.) 01'TI1I. TOTAL A%101;''T OF THE BID of the 11rinrilial above nnintd, xuhtnitled hl' ,rald I'rinrlpal tt, the COUNTY • fire the ts•orK drltrlhrd brinty, for the }�tytiient of trhlch at In ::awful mnne•y of list- lTttltrrl SI.ttw, well :tn.i truly to Im nntde. to the t,eunty . to %v;Ileh noir] laid was ,tilsotitt,•d. tt•n bin.! nuracives. (.tor fivirs, esccnlem%:vlmntkirmorn tonal auct esmuv% jointly and severally, firmly by theyu urescnta. In no rant. shall tho ltabllity of the surety hero- under exceed the sutn at >»---«------.---_-__«»__---_-««--- TIM CONDITION OF' TIIIS OL'i.ICATION IS SUCIi, That n•horeas tho Prlrsrl-ni ham subntitted the uhuvo-mositlunod Lhl to Ilio County ns aforesald, for certain construction specltically deecr lbed as foliow.g. for tvlllclt bids are to Lo opened at Californin. cc--«--- __ ---_ --------, (font ci J,rams of GtJ v0ue 0th s!1!De et+easE) (Insert datit of bIJ r;t••isi) for-------------------- ---- --------------------------------------- _ ------- -----------(Cc;J tele rise e:acl Ertn1,tl:n et.err,tncluCtn;lttearlen.u It at.{+ata nn t tr ctr7at+l1 «-------- NOW. THI:REFOlif:, if the afure5airl Nrisietpul !! ;tw:n•,Ir4 the enutract and, wIthln tiro Einar.- and manner requ:rrd tinder th.t !p••elllcatiuns, af:Pt• cite pvc ci iI,v.l f•.i'u+,a art- prt•st•nte•l to ItiM fur mignamre, tatters Into a tt•r•ittcn c,mtract. In the per+cr:bed f..r-m. in avemilatiry frith cite Irina :laid tiles tau bunds trtth the Dol.arttncnt, rote to �•tarant•a faith:ul i.crfs.ru+ance anti 0-v other t-o, wi-trant.•c l•:tyinunt :or htLor and inatei tale, a:. required Ly law, then this obligatiun shall hu null and vuld; otherwise, It Shall bo and reinulta In full loree and vtrtuv. IN WITNESS NV IEREOP, We Lave herailuto stat our liands and seals on this------__- day of- ----- -------i A.D. 19-_—. -- ---_ ---- ------(SCALI _---_- -------------[SFhLJ r - __ - -- --- Principal -------------------------------(SE"] Surer A dd r uts-------------------- NOTL—Si;naturem of tho►e eaeeutil+: for the surety must be proltrrlp ncl:uotrlcd;eJ. COUTP.ACT• r (Construction Agreement) (Contra Costa County Standard Form) I. These special terms are incorporated below by reference. (yy2,3) Parties: (Public Agency) (Contractor) Complete le?al nares (52) effective Date: Me 4- r starting date.) (53) The Work: (34) cra) Let:o�: :;�a: (stri);e out W) (b) and "calendar" or "working") l IID (date) 'l,r J (b) Within lbJda ~ a __'4r?inn days from starting date. (0) Liquidated c/c••.cr a. S per calendar day. ($b) Pu.�lic Agency 's :.cent: (57) Contract Price: S (forung- ce contracts: :core .n or less, in accoruance w:, finished euan• i5'ra�unit bid prices.) [Strike out parent)ietical material i' i poi :e.] ?ubZic Acenc:r, By: (President, Chairman Or Other uesignated Representative) !✓ f (Secretary) Contra_�o hareuv also acknocr�etS'i�,awareness of and compliance with Lairor Codc S1�# � Arning Workmen's Compensation Law. By: [CORPORATE Uesiunate official capacity in tae business) SEA:.] By: Designate official capacity in tiie business dote to Contractor ()) .xpcute ack;-,ow:e,:urter.t fore: below, and (2) if a corpora- tion, affix Corpora:c Ccal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of California ) Ac:r.)DULE0%-, JT (by Corporation, County of ) ss. Partnership, or Individual) rhe persons) sinning above for Contractor, known to me in individual and business capacitv as stated, persenally a^neared be_ ..ere today and ac}rcwledged that ne,'t ey c::ecutcd it and that the corporation or partnership narcd aaovc executed it. uated: (UO,ARI L SMUT Notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - FWU i1I'I'ROVED: J. B. CLAUSLN, county Counsel, By Deputy • (Page 1 of 4) .(CC-1; Rev. 12-73) 3. NURI: CUIJ:"C+1CT, CNAta;LS. (a) By their sinnatures ir. Section " affective on the abo•rr date, u:e:e parties pror.._:;e and aures: as sct forth in this contract, incorporating _"v these references tae material ('special terms') in sec. 1. VA Contractor shall, ..is c::n cost and? e:npcnsc, and in a worl::aanlil;c :a::.ncr, full-., ane: fait!ifully perform and =fete the work; and will furnish all materials, labor, services and transportation necessary, .convenient and proper in order fairly to perform tlic re:(uire:.:encs of this contract, all strict!;• in accordance with the PuDlic Agency's plans, drawings and specifications. (c) The wort: can be charged only with Public Agency's prior : ritten order specifying such chanyc and its cost agreed to by the parties; and the Pubes 11 cncy shall never have to pay more than specified in Sec. 7 without such an o_c'. �rj: 4. TIML': 1107ICL TO PROCEED. Contractor sha st: -t thi as directed in the speci- fications or t:te Notice to Protect:; and s t lc _pitc as specified in Sec. 1. 5. LIQUIDATED MVIAGES. If tac �'cnL- ctd- 1 to comps lctc t:tis contract and this work within t:te time fixed therefor a L, :1 a bring made for contingencies as provided herein, he becomes liable to the P�'�c :,c�r. all its �os: and damage ti:erefrom; and because, from file nature of theOt , `��--++L�. 4 s n will be ����nrrr���aaacticable and extremely difficult to ascertain and fill "' i ge: y's actual carfra:. any delay in pezfczmance hereof, it is aarced to tto %-ill pay as 1 r!u ua`e car:aucs to the Public Agency the reasonable s,•�•t "•e __ice _n Sec. 1, tack;` e�_.:e parties' reasonable endeavor to estir.:ate %ai��5; c cor..pensa:io.r ..: :or, feac'.i calendar day's t:elay :n fi^fishing said torhx i� the same be not paid��ublic regency may, in addition to its other re::etiiez, t:_ct tae sane _ron any ..e ey due or to become d;:e Contractor under this con- tract. I -he Pu'•licagency for ani cause authorizes or contributes to a dela•:, Sus�en- sion of ::ori: or c::-.cnsion of __mac, its duration shall be added to the t:.me a11c:•:ed for ccmpleticn, but it shall not be deemed a waiver nor be used to defeat ally richt tr.:7' ne Acency to Ca^.ages for non-compaction or delay here:ndcr. Pursuant to Govern..^{ � e Sec. 4_L5, the Contractor shall not he assessed liquidated damages for delay � co:y�letion of tae tori., when such delay was caused by the failure of the Public A7 c� r the owner of a utility to provide for removal or relocation of axistiay utilit tic ides. L`OCU:,l.a.•2S. .he plans, uravInys and SDC^' L—_^atiDX or Special Provis:.zns of tale Pubic Agency's call for .c ,, and Contractor o�ad�_ meted bid for this .cork are herebN• incor.orated into tits ccntract; andt nc to co-operate, so that any- 4n he titi:rytor ae plans or drat:inys auu �"`asnif e ritbitcDe`rentionedsaa4 sat special rov_sionz, or vice versa, is to . fort,i in i:ot.:, to t::c true ir.tcrt anu\i,\, y t.:aruof :rhea taF:en all together; and differc:tces of o::inion concerning �sa.tll be Earthily t:eterraiued by ?ublie Agency's argent specifier: in O'ec. 1. 7. PAYMENIT. (a) For :t<l pct and literal fulfill:.cnt of these promises and conditions, an as full comperS on ):'Sr all tuis work, the Public Agency shall pay the Contractor the sura snec'_fiaL i, ec. 1, e;cept that in unit price contracts tau payment shall be for finished antiti s at unit bid prices. �(jz u.. or a,--out the first uav of each calurdar month the Contractor shall zub.^..it to tha"r+ fife :.cency a vurific:ci ahplic:atiun for pay:.ient, supported by a statement s,ic.rinc aI11matcrials actually installed dur.n, tate prucutliny :..out.i, tJic labor expended thereon, and the cost thereof; whereupon, after c::eckinu, tib: Puhlic Agency shall issue to Contract;ur a certificate for the at.,vunt dieternincd to be due, minus 10% thereof pursuant to uovcrn:.,ent Code Sec. 530G7, but not until dufcctive work and materials have ween rer.;oveu, replaced and made good. o. PAY11L':TS WITHHELD. (a) 11to PuLlic Agencyor its aye:it may withhold any payment, or because of later discovered evidence nullify all or anv certificate for payment, to such e:ctent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective 4orl: not remedied, or unc:u:arleted work, or (2) Clait.ts filed er reasonable cviuc:ace proilabltl fili er (3) Failure to proparl pa_: suljcontractors ar ::--r •tat.!rial or la^c:, or (4) R,,asonaLIQ r:cubt t:tat t::e work-can i:u ccmpletnd for tale balance then unpaid, or (5) Damage to another contractor, or (ti) Damage to the Public Agency, other tl:an damage due to delays. (b) The Public Agency shall use reascnable .___ :e::ce to discover and retort to the Contractor, as the :or,. , rocreszcs, _.:e maLQr-a_s and lu: or which are not satisfactory to it, so as to avoid u:tttncessary _rouble or cost to t::c Contractor in making good any defective wort: or parts. (c) 35 calendar days after the PuLlic Ayancy files its notice: of completion of the entire (Page 2 of 4) (moss, (CC-1; Rev. 12-73) work, it snall issue a certificate to the Contractor ane pay tnc balance of tie contract price after decuctit,y all amounts withheld under this contract, provided the Contractor shorts that all claims for laLor and materials have Lcen paid, no claims lave been presented to the I'uLlic Agency based on acts or omissions of the Contractor, and no liens or withhold notice, have been fileu acainst the wort: or site, nd provided there are not reasonable inuications of defective or missing work or of �,e�-ecorueu notices of liens or claim, against Contractor. 9. IIISURAIICL. (Labor Code 5rlaUU-61) on siUninU r1> co t act, hontractor must give • Public ngency -(1) a certificate of consent to .f •s issued by the uirector of Industrial Relations, or (2) a certificate of t, rkner. s Compensation• insurance issued by an aanitted insurer, or (3) an exact copy dun icate thereof certified by the Director or the insurer. Contractor is aware ci, an >>_es with Labor Code;Sec. 3700 and the workmen's Compensation Law. � J Code',, Sec. bone:;. on zi5n"4 this c . tra jo- tractor s:call deliver to Public Agency for approval govt: and sufficient�r1s w tsureties, in anount(s) specified in the specifi- cations or snecral proves• ns yu -anteeiny his faithful performance of this contract and his paynctit for dil labor ar tia s i,.:rcunder. 11. I'1�ILL1;2' ''Li 'ul ':, T c tn_ Contractor a• a: v:ire r=uses or ncylects, witnout fault of tae P^.,1>c A;er,c or its a;ent(s} , to sui�i� sufficient natarials or workmen to cor.,Illete r.t and wo_l: as pr^_v :e;! hur, in, for a period of 10 chis or more after written: no iC :�eof b, frac Pusli. .��^ c i'ublic Agency may f 1=�i � same and deduct the reasot,aic�experses t.,Orsof _r ` co�ct price. `e J 12. :Ati.'S 11PI'L`_'. ue :cra? act a s rccu ni�c the anplicabi_''�.tv�f various S • federal, state and tocai lags arlu•rcyul io. csr,ccially C,:aptcr I ..t� 7 0: the California Labor Code Wey_r.::iny will: Sec.`''Su, and i:;cludi:,y Secs �V!777.5, & 1777.6 forbiu:ia» discri;aination) anti iuteaci t::at t is ac;reu:.:cnt cc::nlic��c %,ith. The parties spec; - stipulate t:,at Circ relevant penalties and f _orfeitue �? v_Lei in the Labor Code, especially in Seer,. 1775 & 1313, concern_, y norevailinq wages a1: -,t�s, stall apply to this agreement as thoucli fully ztipulatcd herein, l �1 13. SUSCCr3^1�1C'_�ltS. Govcrnrlcrlt Coue :;54 5�yI3 are inc �Z?, herein. 14. iAGL; FAT-1s. (a) Pursuant to ' ,Lor Coc:e Sec. 1- '3, the governing bony of the Public Agcr:cy was ascertaiauu ti:cgc::c� C cvnilinu r3`a',f wa us per diem, and for holiday and overtii: „ i ` e wor) :1 .::e Iota+ to be nerforr.4ad, for each craft, classi_'ication, or type of workr..an neeued �tu tnis contract, and saic rates are as specifieu in tl:a call fog �ic'.s for t:tis w6<- a d arc on file with the Public Agency, and c *dei are nerevy incorporaten. ('u) 7111:, sc!,ct:1�' of v:ages is easel on a vorh: nq day of 2 hours unless otherwise snecificd; and the uaily rats: i:: the hourly rate saultipliet'. by the number of hours con- stituting ti:t; ::orkiI15 day, l•lhun loss t,1an that number of flours are worked, the daily wage rate is proportionately redue,:u, c.,ut tau huurll rate rer.,ains as stateu. (c) i,1c Contractor, anu all his sal,cuntractor.-., must pay at least these rates to all pursues on this work, includinu all travel, suuslstuncu, and .Tinge benefit payments proviutru for by applicable culluctivr_ baryai::iny nyrecnants. All skilled labor not listed above roust we paid at least t:1r: wage scale establiL,:u L,v collective bargaining agreement for such laLor in the locality w:iere such wort: is bait,.i p. rforr:eu. If it becomes neces- sary for the Contractor or arty subcontractor to c.,.rr-)Ioy any perzon in a craft, classifi- cation or tyre of work (excuut executive, super—,zcry, au:.li,listrative, clerical or other non-manual wozicurs as sucl:) for v:ricu no mdni:.lur.1 w3r�c ral.2 i;; srrecified, the Contractor shall ir.:.leeiiatuly notify t:1c Pul,lic ,tgu:icy u:ticll s:1aI1 promptly determine the prevailing wade rate .,ere:or and funlish t11u Contractor wiC11 ,.::u :.ri,ri:.,u,.1 rate Lased thereon, whica shall apply Irc:.i tae tiro of trio init_al cmploy:.;ent of *%c nerscn -ffectcc. and 6::ring the continuance of suet er..�iovz: 11t. is. IiOUMC JI' .. .Uel:. -wiu;1t hours of lal,or in one calendar da-.- constitutes a legal day's wort, all" 110 ::c_;,:.:an e:-n1_o,.cd at any on t:lir. ::or:: by t:1c Contractor or by any sub- contractor shall ue required or per~ittcci to wort: lo11ccr tticraon except as provided in Labor Code Secs. 1310-1815. Properly indentured apprentices m.1y be employed on tail :work in accordance w_, th LaLor Codc Sccz. 1777,5 and 1777:6, forbiddin•J d-,scri=1nation. (Page 3 of Q {CC-l: itcv. 12-73) 00089 17. PI:LI'LIII:;:C:: PCI: :IT.i'L'I;Ii+L,. The Public Agency desires to promote the industries and �. ucono.sy of C:OIiL'ra Costa County, ane tac Contractor therefore promises to use the products, worl.s,es►, laborers and mechanics of t;►is County in every case where the price, fitness and quality are equal. 16. ASSIGII::EN . :his agreement binds the heirs, successors, Zssigns, and representatives of the Contractor; but he cannot assign it in whole or in art nor any monies due or to becorie clue under it, without the prior written consent of tl. P lic Agency and the Contractor's surety or sureties, unless they have • ai e sv�ice f assignment. 17. NO WAVi"Al IIP PL•:;LIC AGENCY. Inspcctior� the :C nd/or materials, or approval of wort; and/or materials inspected, or state nt L, any ` er, acent or employee of the Public Agency inc:icating the worl: or any - h reef conplic.s with the requirements of this cos:tract, or acceptance of he . cle� ny part or said work and/or materials, or payments therefor, or any tor. it hese acts, s:call not relieve the Contractor of his obligation to fulfill I co. .jc as prescribed; s:or shall the Public Agency be thereby estopped fror. . _ rc � aa �action for da s or enforcement arising from the tailor.: to co::p1 h ar. ..a to^s and cont:: n:, hereof. 20. itc)LL.�aY.T_"L t: �.. . ,I:I:Y (a) "on or z ..;isus to and shall hold harmless and indetmu "y fi -yt:. • liabil:tics.as fsection. (b) :c indcrinitees l:enefi� uu protected 'uy this promise are the Publicrn� \S and its elective anc: annoint:ve u Us, cornissions, officers, agents and �loy't 25. (c) She liahi'_:ties prctecteu against are any liability or zr.'amage of any kine allegedly suffcred, incurreu or threatened bccau:e of act ion%,lsy-,3ined below, inc_ucinc personal injury, death, property uamagc, inverse CORdCA21a'1^ or ny eor biration o: these, reuarsless of ►:.tether or not suci: liauzlitv, claim or �a>✓y�c� :as unforeseeable at ary timne octore tie PuLlic Agency approveu t!se pzovenent a 1o$�dcceptud the improvements as co-mplotud, and includiny the defense of any s i-(s`,�z action(s) at law or equity concerning trscsc. (c) The actions causing liaL• i a\� a::_r act or omission (negligent or non-nerliaen in connection with the :natters ccv,�ju jy tnis contract anc attributable to the contractor, sue)contractor(s) , or anv olfe;cr(s) , agent(s) or employcu(s) of one or more of thein. (c:) Non-Conuit4ons: 1,,Tne promise and acreenent in this section is not conditioned or dependent on not any I ndcr:nitec has prcparv�, supplied, or acaroved any =Ixn(s) , drawing (s) , speci*ivation(s) or special provisions) in connection with tris work, has inzuranca or ot::cr inuemnificaticn covering any of t.u.se :ratters, or that the alleged dar\; •:ltcd partly from any ncgli;ent or willful mizc:onciuct of any indemnitee. 21 '�:::;CA'.I+.Ir,,:. Contractor shall comely With t::e prvvinions of Labor Code Sec. 6422, if app ica.,lL!, :3}• suLr.:ittin, to P1:,_ic Agency a detail,_d clan s:,o inc: tine design of shoring, bracin7, or otaer provisions to be mane for worl_cr protection from the hazard of caving c,round during trench excavation. (Page 4 of 4) n (CC-1; rev. 12-73) - 009(l ' 2632 ' ' SECTION A SPECIFIC DATA DESCRIPTION OF PROJECT 1 . Location The ' pro�ect is located on Waterfront Road at the Martinez city limits, approximately 0.6 mile east of the 1 880 freeway* at the Southern Pacific track. 2. Description of Work _ The work consists of construction of a 3-spam precast V-girder reinforced concrete bridge, removal of an existing concrete bridge, removal of unsuit- able earthwork materials, embankment construction, grading, asphalt concrete paving, and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these special provisions o be performed, placed, constructed or installed. 3. Contract Documents The work embraced herein shall conform to the Plans entitled, "Waterfront Road Overhead and Approaches," the Standard Specifications of the State of California, Business and Trans- portation Agency, Department of Transportation, dated January* 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , the Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents Included by reference thereto in these special provisions. 4. Beginning of Work, Time of Completion & Liquidated Damages Attention is directed to the provisions in Section 8-1 ,03, "Beginning of Work," Section 8-1 .06, /'Time of Completion," and Section 8-1 .07, "Liquidated Damages,'/ of the Standard Specifications and these spacial provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of: 120 Working Days counting from and including the day stated as the starting date in the "Notice to Proceed." Attention is called to the Fact that the County reserves the right to defer certain Final embankment and pavement construction in areas subject to progressive settlement until near the end of the aforementioned 220 working days, as more particularly described elsewhere in these Special Provisions. VV�'»n��]� K��WK�K�/M ' Arl 2632 The Contractor shall pay to the County of Contra Costa the sum of $300 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. 5. Permits Grading - The Contractor shall comply with the applicable provisions in the County Grading Ordinances (Title 7-Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on private property within the County. Full compensation for conforming to Permit requirements shall be considered as included in the price paid for the item in which the permit is required. 6. Additional Liability Insurance Requirements The Contractor shall name the City of Martinez as an additional insured on the insurance certificates required by Section B-8 of these Special Provisions. 7. Hold Harmless and Indemnification The Contractor shall hold harmless and indemnify the City of Martinez in addition to Contra Costa County in the manner described in Section 7-1 . 12 of the Standard Specifications. A-2 Revised 2-18-77 SECTION B - GENERAL PROVISIONS 1 . DEFINIT;ONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public 'forks Director (Road Commissioner-Surveyor; ex officio Chief Engineer) , or his authorized agent acting within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS S.S. ) means the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transporta- tion, (hereinafter sometimes referred to as S.S. ) , dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING WAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing !lage Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk of the Board of Supervisors. f. OTHER PERTINENT DEFItNITIONS - See S.S. Section 1 . 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, or elsewhere by special order, the provisions of the State Contract Act (Government Code Section 14250 et seq. ) shall not apply to this contract, and reference thereto in S.S. Sec. 1-1 .40 is hereby waived. b. Standard Specifications. The Standard Specifications (S.S. ) referred to above are by reference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS ' The provisions of S.S. Sec. Z shall apply, except as modified herein. a. Examination of Plans, Specifications, Contract and Site of .fork S.S. 2-1 .03 0011,93 B - 1 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS A.ND CONDITIONS (Cont.) Records of the Department referred to in the second paragraph of S.S. Sec. 2-1 .03 may be inspected in the office of the Public Works Director for the County of Contra Costa, Martinez, California. b. Proposal (Bid) Forms (S.S. 2-1 .05) r (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre- qualification of bidders as a condition to the furnishing of a proposal form by the Department shall not apply. (2) All proposals (bids) shall be :rade on forms to be obtained from the office of the Public Uorks Director, at the address indicated on the Special Provisions; no others will be accepted. (3)• The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- tive spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. 2-1 .05 shall not apply. c. Proposal (Bid) Guaranty (S.S. 2-1 .07) The requirements of S.S. Sec. 2-1 .07 are superseded by the follow- ing: (1 ) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1 .11 ) The requirements of S.S. Sec. 2-1 .11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be Contractors holding a valid license to perform the required work as provided by the 3usiness and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order to be eligible for consideration or their proposal . B - 2 Onogj SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01 ) As used in S.S. Sec. 3-1 .01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1 .02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and Materials Bond in an amount of at least fifty percent (50%) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1 .03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1 ) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2-b) a certificate of Workmen' s Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public Works Department, at the address indicated on the Special .Provisions. 5. SCOPE OF WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1 .03B, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1 .036(1 ) , 4-1 .036(2) , or 4-1 .036(3) , as the case may be. A major item of work shall be construed to be any item,, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. SECTION B - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. r a. Insurance (1 ) The Contractor, before performing any work under the agreement, shall , at no expense to the Agency, obtain and maintain -in force the following insurance: (a) ;•lith respect to the Contractor's operations: The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-ovined automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of 5500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence.- (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arisina from each accident or occurrence. (c) Without limitation as to generality of the Foregoing subdivisions (a) and (b) , a policy or policies of Public Liability and Property Damage Insurance in an amount not less than S500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement. (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice of cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. B - 4 W SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) b. Public Safety The provisions of S.S. Sec. 7-1 .09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1 .11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph ? of Section 7-1 .11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The' cost of such repairs shall be borne by the Con- tractor and may be aeducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The rights-of-gray, easer:ents , rinhts-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined,. adequate for the performance of the work under this contract. Any additional rights- of-!lay, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at- his expense. B - 5 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims,against the Agency or extensions of time for r completion of the work. f. Responsibility for Damage The provisions of the sixth, seventh, and eighth paragraphs of S.S. Sec. 7-1.12, regarding retention of money due the Contractor, shall not apply. g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1 .165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--clothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1 .165 will be determined in accordance with the provisions in Section 9- 1 .03, "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1 .03A, "tdork Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. B - 6 SECTION 8 - GENERAL PROVISIONS ' 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) 4. Payment for Repair Work--;-Then the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County will participate in the cost of the repair determined as provided in Subsection E in accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid comparison purposes is greater than 52,000,000, the County will pay 90 percent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein. a. Subcontracting (S.S. 8-1 .01 ) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-P) are designated as "Specialty Items." b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S.S. 3-1 .03) In lieu of the provisions of S.S. Sec. 3-1 .03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the ."Notice to Proceed." The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1 .04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request. B - 7 41O1��9 SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont. ) e. Time of Completion (S.S. 3-1 .06) The following days are designated as legal holidays: January 1 , February 12, 3rd Monday in February, last Monday in May, July 4, 1st Monday in September, September 9, 2nd Monday in October, November 11 , 4th Thursday in November, December 25, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1 .045) The provisions of S.S. Sec. 9-1 .045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1 .06 and the fourth paragraph of S.S. Sec. 11-1 .02, the Agency will withhold 10 percent from any estimated amount due the Contractor. c. Payment of Withheld Funds (S.S. 9-1 .065) The provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1 .07) (1 ) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion- to be recorded with the County Recorder. (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices have been filed against said work or the property on which the work was done. Payment of the balance due will be made on the day following the regular day for payment of County bills by the County Auditor. B - 3 W)100 SECTION B - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont. ) e. Adjustment of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1.08 shall not apply. f. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. (Revised 5/10'/77*) SECTION C - FORCE ACCOUNT AND EQUIP'iENT RENTAL (S.S. 0-1 .03) The provisions of S.S. Sec. 9-1 .03 shall apply, except as modified herein. 1 . DEFINITION!. As used here, "force account" riieans the method of calculating payment for labor, equipment and/or materials based on actual cost, plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. When extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1 .03A(la) , will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retro- active increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. *c. The second paragraph in Section 9-1 .03A, "'Work Performed by Contractor," of the Standard Specifications is amended to read: To the total of the direct costs computed as provided in Sections 9-1 .03A(1 ) , "Labor," 9-1 .03A(2) , "Materials," and 9-1 .03A(3) , "Equipment Rental ," there will be added a markup of 24 percent to the cost of labor, 15 percent to the cost of materials , and 15 percent to the equipment rental . d. Section 9-1 .03A(lb) , "Labor Surcharge," of the Standard Specifications is amended to read: To the actual wages , as defined in Section 9-1 .03A(la) , will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Mage Rates , which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments rude to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1 .93A(la) and subsistence and travel allowance as specified in Section 9-1 .03A(lc) . 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1 .03A(3) shall apply, except as modified herein. a. No ;payment will be made for idle tia,e due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equipment shall be delivered to the extra work site equipped as ordered. c. idle time waiting for the arrival of transporting equipment to move the rented equipment will not be paid for. C - 1 2632' SECTION D CONSTRUCTION DETAILS D1 .01 Order of Work. The sequence of construction operations shall be in accordance with the "Stage Construction" drawing in the Plans, these Special Provisions, and the following requirements: Step 1 - Place sand blanket on the west approach area as described under Bid Item l9c hereof, so that embankment construction may begin as early as possible in areas where maximum settlement of embankments is anticipated. Step 2 - Begin embankment and bridge construction; place detour in operation. Step 3 - Continue :gest approach embankment construction, periodically restoring embankment levels as the fill settles. Step 4 - Remove unsuitable material from east approach and construct portions of that embankment. Step 5 - Complete bridge construction and route traffic over new embankments, insofar as practicable, depending on stability of embankments. Step 6 - Complete east approach embankment. Telephone ducts are to be placed in roadway shoulder by Pacific Telephone & Telegraph forces. Step 7 - Place AC pavement. This may consist of either a full or partial thick- ness of pavement depending upon embankment .stability at that time. Step 8 - Place pavement markers after completion of striping, Install guard rail where directed by Engineer. Step 9 - Remove existing bridge; clean up site. Note : The sequence of Steps 7, 8 and 9 may be subject to substantial variation, due to uncertain embankment settlement rates. Final paving of the roadway may be deferred by the Engineer until near the end of the time allotted for the completion of the project, even though all other items of work may be completed earlier. For further discussion of anticipated operations, see Item 19, Earth- work, of these Special Provisions. 01)103 D-1 2632 D1 .51 MAINTAINING AND RESTORING PAVEMENT GRADES IN SETTLEMENT AREAS Attention is directed to those areas in which progressive and continued settlement of roadway embankment and surfacing is expected. The Contractor shall place additional imported borrow, aggregate subbase, aggregate base, asphalt concrete, or any combination thereof, as directed by the Engineer, and shall place or restore traffic striping, pavement markers and guide markers, as may be ordered by the Engineer. The times or frequency for which such restoration of pavement and embankment will be necessary is not predictable in advance, but will be determined during construction to maintain a reasonably uniform, safe, and adequate pavement surface for public vehicular traffic. The work involved in furnishing and placing imported borrow, aggregate subbase, aggregate base material and asphalt concrete, will be measured and paid for at the price bid per ton for all quantities up to and including 125 percent of the quantities stated in the proposal irrespective of the number of operations necessary for such placement. Quantities to be ,placed in excess of 125 percent will be measured and paid for as extra work, as provided under Section 4-1 .03 D of the Standard Specifications. In the event placement of additional materials listed above is required, after they have originally been placed and the necessary special equipment has been moved off the site, the work involved in returning the equipment back to the site, including hauling over a total distance not to exceed 10 miles in each direction, will also be eligible for payment as "extra work." 00104 D-2 2632 D2.01 Lines and Grades. Lines and grades shall conform to the provisions in Section 5- .0 , 'Lines and Grades," of the Standard Specifications and these special provisions. One complete set of stakes for each of the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1 .07: (a) Right of way and clearing. (b) Cut and fill slopes, with reference stakes. (c) Fencing. (d) One set of final alignment and grade control stakes for use by the Contractor to control the basement material and subbase, base and surfacing. No additional stakes or marks for alignment or grade control will be set by the Engineer. The Contractor shall provide such separate grade controls for the basement material and the sub- base, base and surfacing as are necessary to secure conformance with the plans and final stakes. (e) Down drains, ditches and valley gutters. (f) Lines, elevations and points required for construction of the bridge, including but not limited to footing elevations, abutment lines, wall lines, bent lines, deck elevations with allowance for camber. (g) Survey monuments. The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be deducted from any monies due or to become due the Contractor: (a) Negligence in use of construction equipment. (b) Stakes ordered by the Contractor that are not used for a long period of time and are lost in the interim. ���1 t►5 D-3 2632 (c) Poor planning of sequence of operations by the Contractor. D3.01 Materials. Certificates of compliance will be required for joint seal (Type B) , reinforcing steel , paint, corrugated steel pipe, pavement markers, epoxy, chain link railing (Type 7) , metal beam guard railing, elastomeric pads, supplemental reinforcing (strands) and cement. The asphalt concrete and portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The Contractor shall provide the Engineer a minimum mix design review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Sections "Asphalt Concrete" and "Structure Concrete" of these Special Provisions. The Contractor shall give the Engineer not less than four working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognized commercial plants and for aggregate subbase and any other material from other than the usual commercial sources. The relative compaction of soils and aggregates will be determined by com- parison with the maximum density as determined by Test Method No. Calif. 216. The field density may be determined by Test Method No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231 .) D4.01 Public Convenience, Public Safety and Signing. Attention is directed to the provisions in Section 7, "Legal Relations and Responsibility," of the Standard Specifications and these special provisions. Section 7-1 .09, "Public Safety," of the Standard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. To facilitate stage construction and the changes when traffic is diverted from detour roadways to permanent roadways, on such occasions, it will be acceptable for the contractor, if he so desires, to close Waterfront Road for a period not to exceed 5 days. On these occasions, appropriate signs as approved by the Engineer, shall be placed at the intersections of Water- front Road with Solano Rd. on the east and with the Interstate 680 freeway ramps on the west, one week prior to the date of closing, stating the dates of closure. The cost of providing such signing, etc. , shalI be considered__ included in the price paid for "Signing and Traffic Control". D- 4 n�►� �►s 2632 except as noted above, traffic shall be carried through construction and on detours as shown on the stage construction drawings or as may be per- mitted by the Engineer. Construction operations shall be performed in such a manner that there will be at least one 12-foot wide traffic lane open to public traffic at all times. At the end of the day's work and when construction operations are not in progress, a passageway shall be maintained through the work of suffi- cient width to provide for two 11-foot wide traffic lanes for public traffic. In lieu of the conflicting provisions in Section 7-1 .0$, "Public Convenience," and 7-1 .09, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, installing, maintaining and remov- ing all signs, lights, flares, barricades and other warning and safety devices, except those shown on the plans to be furnished by the County. Signs shown on the plans to be furnished by the County together with 4" X 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify the Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners and said time shall be during the County yard working hours of 7:30 am to 4:00 pm. Signs shall be erected and covered with burlap prior to. commencing any other work on the contract. Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2' - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a 5-foot clear- ance between the sign and the pavement or ground surface. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer, the signs, barricades and lights shall be taken down and dismantled. Lane closure shall conform to the provisions in Section 7-1 .092, "Lane Closure," of the Standard Specifications except that the taper length for each lane width of closure shall be determined by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct traffic around the work. Permanent signs will be installed by county forces. Ail temporary signing and striping shall be installed by the Contractor as specified in Section "Signing and Traffic Control" herein. Final striping, reflectorized pavement markers and guide markers shall be installed by the Contractor. D5.01 Cooperation. Attention is directed to Section 7-1 . 14, "Cooperation," and Section -1 . 10, "Utility and Non-Highway facilities," of the Standard Specifications. The following work by other forces will be under way within and adjacent to the limits of the work specified, as follows : r D-5 2632 D5.02 Pacific Telephone Company. An underground telephone cable exists adjacent to the roadway in the westerly approach of the existing bridge. The telephone cables are suspended from the westerly face of the existing bridge structure and then continue aerially on poles beyond the eastern limits of the project. Pacific Telephone plans to permanently relocate their facilities and make provisions for future lines in an underground duct line in the shoulder of the new roadway and through the bridge. The Contractor shall provide sleeves or openings in the abutments, pier caps and diaphragms. Pacific Telephone Company will furnish inserts for support of the ducts for installation in the formwork by the Contractor and will furnish and place ducts and cables. It is anticipated that splice boxes will be required within the pavement area beyond the outside faces of the abutments. Such splice boxes will be furnished and installed by Telephone Company forces. On or about October 15, 1977 PT&T will have relocated the aerial portions of their facilities onto the PG&E poles north of and paralleling the S.P. tracks east of the proposed bridge. A service pole for the UCO refinery will be left in place opposite Station 25 until the undergrounding is com- pleted. A new riser pole will be installed adjacent to the northwest cor- ner of the existing bridge. Care shall be taken to protect these poles from damage by Contractor operations. The existing underground portions of the telephone line will be abandoned after completion of the embankment construction. The Contractor shall exercise care to protect the cables during grading operations and shall cooperate with Telephone Company forces in necessary protection and/or relocation work required. D5.03 Pacific Gas and Electric Company. Overhead electric service lines will be relocated by utility company forces to new overhead locations on or about November 1 , 1977. An underground electrical service box on the UCO property left of roadway station 22 + 50 will be adjusted to grade by PG&E forces. 05.04 Proposed Industrial Tank, Inc. Pipeline. Industrial Tank, Inc. has tentative plans to construct a liquid waste pipeline from one of the eight Lion Oil Company pipelines northeast of the existing overhead structure to their chemical treatment plant approximately one mile southeast of the project site. A casing for this line will be installed by their forces in the east approach embankment if their plans are completed in time. D5.05 Lion Oil Company Pipelines. Lion Oil Company owns the following pipelines within the project area. These were formerly owned by Phillips Petroleum Company. 1 . A cluster of eight pipelines which approach the site from the Avon Refinery on the east, cross under the eastern overhead approach at two locations north of the SPTCo. tracks, turn south and cross D- 6 of H (18 2632 under the SPTco. tracks at a point approximately 600 feet west of the existing overhead structure, proceed westerly along the south side of the SPTCo. tracks, turn southerly and cross under Waterfront Road near roadway station 11+00, and then turn westerly and proceed along the edge of the marshland south of Waterfront Road. o One 16-inch pipeline carrying product gasolines; o One 12-inch insulated pipeline carrying crude oil ; o Three eight-inch pipelines carrying diesel fuel , gasoline, etc. o One six-inch pipeline carrying slops from the Amorco Refinery in Benecia; and o Two four-inch pipelines (currently unused) . Where these pipelines cross under Waterfront Road, they are encased in steel pipe with vertical vents or corrugated metal sleeves. It is the intention of Lien Oil to relocate, prior to start of construc- tion, its several lines in the east approach area to a location parallel with, and along the northerly edge of the east embankment approach. They will make new connections with the existing pipes just westerly of the existing bridge. In the event of a delay in their schedule, the Contractor shall cooperate with Lion Oil Company forces to the end that the aforementioned pipe relocations are performed in an expeditious manner consistent with the orderly sequence of bridge construction. Extension of the casings at the crossing near the west end of the project is also to be done by their forces. Lion Oil Company forces will remove the abandoned oil lines and pull them out of the casings at the two crossings in the east approach. The exist- ing casings shall be abandoned by the Contractor in accordance with the provisions of the bid item for Abandon Pipe Line Casings contained herein. 2. A group of two pipelines located parallel to and south of the SPTCo. tracks. o One eight-inch pipeline carrying fuel oil : o One eight-inch pipeline (currently unused; previously used by Shell Oil Company) . These pipelines are protected by a corrugated metal pipe cover at certain locations above ground. The proposed construction requires relocation of expansion loops and minor portions of the two eight-inch pipelines. Work will be performed 00109 D- 7 2632 by Oil Company forces. The Contractor shall protect the lines from damage. The lines will remain under the new structure near Abutment number one. The Contractor shall notify Mr. D. H. Emanuelson at Lion Oil Co. (228-1220) one week prior to commencing work in the vicinity of Lion Oil Co. lines. D5.06 Southern Pacific Transportation Company. Existing overhead signal and communication lines will be temporarily relocated by Railroad Company forces in the construction area. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section 8, "Prosecution and Progress," of the Standard Specifications, full compensation for conforming to the requirements of this special provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or inconvenience to the Contractor's operations by reason of his con- formance with this special provision. D6.01 Obstructions. Attention is directed to Section 7, "Legal Relations and Responsibility," and Section 8-1 . 10, "Utility and Non-Highway Facilities," of the Standard Specifications and these special provisions. Attention is also directed to the presence of miscellaneous underground utilities in the construction area for which relocation is anticipated, as described under Section D5.01 herein. The Contractor shall give the utility companies two (2) working days ad- vance notice, or as may be noted below, before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. D6.02 Southern Pacific Pipe Line, Inc. Pipelines. Southern Pacific Pipe Line Company has two 12-inch and one 14-inch refined products (diesel fuel) , etc. ) pipelines located approximately 12 to 16 feet north of the centerline of the SPTCo. mainline track in the vicinity of pier number three of the proposed bridge. One week prior to doing any work in the vicinity of the pipelines the Contractor shall notify the Area 1 supervisor, Mr. J. D. Owen, Southern Pacific Pipe Line, Inc. , Concord, CA. , Telephone 689-2620. D6.03 Pacific Gas and Electric Company Pipeline. Pacific Gas and Electric Company owns a 16-inch hot fuel oil pipeline extending from Point Richmond to Antioch. In the vicinity of the project this pipeline is located at approximately engineer' s station 23+00. This line is maintained by Stanpac. Prior to doing any work in the vicinity of this line, Mr. Merle Heinrichs, Telephone 757-8579, or Mr. Carl E. Altman at the Pittsburg Steam Generating Plant, Telephone 439-9121 , should be contacted. D-8 2632 _ D6.04 UCO Oil UCO Oil Company has a l2-inch petroleum pipelin� lo - 0 to 180 feet north of the centerline of Waterfront Road east of the existing overhead structure. The pipeline will be unaffected by the constructYon. However, the Con- tractor shall notify Mr' Wayne Neal of UCO Terminals, Inc. /�7�-�2�~�2DO\ 10 days prior to start of construction' ` ' D6.05 Central Contra Costa Sanitary District Sewer Contra sta Sanitary District's (C.C.C.S.D.) sewer consists of a 20-inch underground force main located approximately 8 feet south of the SPTCo. mainline track in the immediate vicinity of pier number two of the proposed bridge. At a point adjacent to the proposed UCO access road, the force main rises above ground and continues westerly just off the north shoulder of Waterfront Road. Relocation of this sewer line is not expected to be required on account of the proposed construction. However, care shall be exercised when placing embankment over the line for the access road to the UCO property. The line will be monitored to determine if move- ment is occurring during embankment construction. If any work or repair is necessary on District lines, applicable District standards shall be followed and a written permit shall be obtained 24 hours in advance of the work' If emergency repairs by District personnel are necessary, Mr. Jim Coe of the District Maintenance Dept. shall be notified at Tel ' (415) 934-6727, D6.06 City f Martinez Water Main. A 12-/nch City of Martinez water main approaches the project site from the west on an alignment approximately two feet north of Waterfront Road and terminates at a point approximately 400 feet west of the existing overhead structure, thence turning northerly into the UCO Refinery. Relocation of this pipeline is not 3xpected on account of of the proposed construction, but continuous monitoring of the YYna will be performed. The work specified shall be so conducted as to permit the utility companies to maintain their services without interruption. Abandoned pipe lines, conduits, culverts and foundations, if encountered, shall be removed and disposed of off the job site, in accordance with the provisions in Section 7-1 . 13, "Disposal of Materials Outside the Highway Right of Way," of the Standard Specifications. Full compensation for conforming to the requirements of this spacial provi- sion, nor otherwise provided for, shall be considered as included in the prices paid For the various contract items of work, and no separate payment will be made therefor. D7.81 Office for the Engineer. The Coonty will make available, will deliver to the site, completion of construction will remove from the site, one office trailer' This trailer will be for the exclusive use _ of the Resident Engineer and his staff. ' U-g vny,���� V�� '�'* .��� 2632-00 Specific Data SECTION E RELATIONS WITH RAILROAD COMPANY E10.01 General . - The- term "Railroad" shall be understood to mean the South- ern Pacific Transportation Company. The term "Political Subdivision" shall be understood to mean the County of Contra Costa. It is expected that Railroad will cooperate with the Contractor to the end that the work may be handled in an efficient manner, but the Contractor shall have no claim for damages or extra compensation in the event his work is held up by the work of Railroad forces. E10.02 Railroad Requirements. - The Contractor shall cooperate with Railroad where work is over or under the tracks, or within the limits of Railroad property, in order to expedite the work and to avoid interference with the operation of rail- road equipment. The Contractor shall comply with the rules and regulations of Railroad or the instructions of its representatives in relation to the proper manner of pro- tecting the tracks and property of Railroad and the traffic moving on such tracks, as well as the wires, signals, and other property of Railroad, its tenants or licen- sees, at and in the vicinity of the work during the period of construction. The Contractor shall perform his work in such manner and at such times as shall not endanger or interfere with the safe operations of the tracks and property of Railroad and the traffic moving on such tracks, as well as wires, signals and other property of Railroad, its tenants or licensees, at or in the vicinity of the work. Except as otherwise provided herein, the Contractor's operations. shall not in- fringe on the following minimum clearances from any railroad track: 10' - 0" horizontally from center line of track. 22' - 6" vertically above top of rail . Any infringement on the above clearances due to the Contractor's operations shall be submitted to the Railroad and to the Engineer, and shall not be undertaken until approved by the Railroad, and until the Engineer has obtained any necessary authorization from any governmental body or bodies having jurisdiction thereover. No extra compensation will be allowed in the event the Contractor's work is delayed pending Railroad approval and governmental authorization. In the case of impaired vertical clearance above top of rail , the Railroad shall have the option of installing tell-tales or other protective devices Railroad deems necessary for protection of Railroad trainmen or rail traffic. The details of construction affecting the Railroad tracks and property not in- cluded in the contract plans shall be submitted to the Railroad for approval before such work is undertaken. Except in connection with construction of grade separation structures on prem- ises of Railroad, no private crossings at grad-- over tracks of Railroad for the purpose of hauling earth, rock, paving or other materials will be permitted. If the Contractor, for the purpose of constructing highway-railway grade separation struc- tures, including construction ramps thereto, desires to move his equipment or mater- 001112 RR-1 2632-a0 Section E Specific Data ials across Railroad's tracks, he shall obtain permission from Railroad; and, should it be required, the Contractor shall execute a private crossing agreement. The crossing installation for the use of •the Contractor, together with any protective devices, if required, shall be at the expense of the Contractor. Contractor shall furnish his own employees as flagmen to control movements of vehicles on the private roadway and shall take all measures necessary to prevent the use of such roadway by unauthorized persons and vehicles. In advance of any blasting, the Contractor shall notify Railroad in order that proper flagging protection may be provided. The Contractor shall , upon completion of the work covered by this contract, - to be performed by Contractor upon the premises or over or beneath the tracks of Rail- road, promptly remove from the premises of Railroad all of Contractor's tools, im- plements and other materials, whether brought upon said premises by said Contractor or any subcontractor, employee or agent of Contractor or of any subcontractor, and cause said premises to be left in a clean and presentable condition. E10.03 Protection of Railroad Facilities. - In connection with work performed at railroad crossings, railroad representatives, conductors, flagmen, or watchmen, will be provided by Railroad to protect its facilities, property and movements of its trains, or engines, when in the opinion of Railroad's representatives same is necessary due to the Contractor's operations while working on or adjacent to the Railroad's property or its tracks. The cost of all personnel deemed necessary by Railroad and provided by Railroad for the protection of Railroad facilities and trains during the period of construc- ting the separation, and the cost of installing protective devices in the case of impaired clearance, as above specified, shall be borne by the Contractor and sums sufficient to cover the claims based upon bills rendered to the Political Subdivision by Railroad for such costs will be deducted from the progress and final pay estimates due the Contractor. The rates of pay of Railroad employees customarily called upon to act for the protection of Railroad are the railroad rates in effect at the time of the work for the various classes of labor. Compensation, property damage and public liabil- ity insurance, vacation and holiday time, railroad retirement and unemployment taxes, health and welfare, and supery-ision charges shall be added to the above rates. Railroad will , upon request, furnish prospective bidders with an estimate of cost of the flagging protection which will be required, but such estimate shall be understood to be approximate only and no guaranty is made that the total cost of such flagging will not be in excess of the estimated amount. The determination of the cost of flagging and protective devices to be used as a basis for the submitting of bids shall be the responsibility of the prospective bidders. E10.04 Work by Railroad ComoanY. - Railroad will rearrange its telephone, tele- graph and signal lines and appurtenances, and will make all track changes and will perform any other work in connection therewith. 01)1 :1.3 RR-2 2632-00 Section E Specific Data The work by Railroad will be done by its own forces and is not a part of the work under this contract. E10.05 Clarification of Billing for Railroad Inspectors and Flagmen. - During the course of this project, Southern Pacific expects to assign an employee from its own Engineering Department to serve as an inspector. This employee may be assigned to the site of the work for a substantial portion of the time of construction. The cost of the aforementioned engineer-inspector services will be borne by the County. On special occasions, when necessitated by the Contractor's operations, such that the safety of movement of trains is affected, all as more particularly described in Exhibit "A" and Exhibit "B", railroad will assign train crew or maintenance- of-way employees, such as conductors, flagmen or watchmen. It is the expense of these employees which is subject to reimbursement, either directly or indirectly, by the Contractor, under the provisions of Section E10.03. E10. 06 Notice of Commencement of Work - The Contractor shall give reasonable notice to Railroad's Division Superintendent before commencing any work in con- nection with said structure upon or adjacent to Railroad's property, and shall observe Railroad's rules and regulations with respect thereto. Notice shall also be given to Area 1 Supervisor, J. D. Owen, Southern Pacific Pipe Lines, Inc. in Concord, California, at 689-2620. All work upon said structure shall be done at such times and in such manner as not to interfere with or endanger the oper- ations of Railroad. E10.07. Agreement - Before doing any work on Railroad's property, the Contractor shall execute an agreement with Railroad in the form of Agreement annexed hereto. RR-3 2632-00 Mile Post 36.9 EXHIBIT "A" FORM FOR AGREEMENT BETWEEN CONTRACTOR AND SOUTHERN PACIFIC TRANSPORTATION COMPANY AGREEMENT THIS AGREEMENT, made this day of 197—,by and between SOUTHERN PACIFIC TRANSPORTATION COMPANY, a corporation, first party, herein called "Railroad", and ,second party, herein called "Contractor"; WITNESSETH: I . Railroad hereby permits Contractor to enter upon the nroverty of Railroad to construct the Waterfront Road Overhead, herein referred to as "Structure", in Contra Costa County near Martinez, 2. Contractor warrants that Contractor has entered into a contract with the County of Contra Costa hereinafter called "Third Party," covering the work to be performed in connection with said structure at said location. 3. Contractor agrees to reimburse Railroad for all cost and expense incurred by Railroad in connection with the construction or operation not required under aforesaid contract between Third Party and Contractor, including, but not limited to, the furnishing of such inspectors, watchmen and flagmen as Railroad deems necessary to protect its property, tracks, engines, trains and cars and the operation thereof, the installation and removal of any necess- ary falsework beneath the tracks of Railroad and the restoration of Railroad's property. No vehicular crossing over Railroad's track shall be installed or used by Contractor without prior written permission of Railroad. 4. . Contractor shall give Railroad at least seven (7) day's notice in advance of any work done upon or adjacent to Railroad's property under said contract. Contractor shall notify Railroad the date said work is completed, and also the date the Contractor's work is accepted by Third Party. Upon completion of the work to be done upon Railroad' s property under said contract, Contractor shall promptly remove from Railroad's property all tools, equipment and materials placed thereon by the Contractor and Contractor's agents. Contractor shall restore said property to the same state and condition as when Contractor entered thereon and shall leave said property in a clean and presentable condition. 5. Said work shall be performed in accordance with plans and specifications approved by Railroad and in such manner and at such times as shall not endanger or interfere with the safe operation of the tracks and other facilities at said location. No materials, tools or equipment shall be stored within ten (10) feet of the center line of any track. The regulations of Railroad and the instruction_ of its representatives shall be complied with relating to the proper manner of protecting the tracks, pipe lines , wire lines, signals and all other property at said location, the traffic movine on such tracks and the removal of tools, equipment and materials. RR- 4 Exhibit "A" Sheet 2 . 2632-00 6. Contractor hereby releases and agrees to indemnify Railroad from and against all cost, expenses, claims and liability for injuries to or deaths of persons, (including, but limited to, passengers and employees of Railroad) and damage to or loss of property (including, but not limited to, property owned, leased, occupied or used by, or in the care, custody or control of, Railroad, or the employees of Railroad) howsoever the same may be caused, except when due to the sole negligence of Railroad, resulting from, arising out of or in any way connected with the prosecution of the work under said contract upon or adjacent to Railroad's property at said location. For purposes of this Section 6, the term "Railroad" shall include any other railroad company using Railroad's property at said location with Railroad's consent and any affiliate, subsidiary or lessor of Railroad. 7. Should Railroad bring suit to compel performance of or to recover for breach of any covenant or condition contained herein, Contractor shall pay to Railroad reasonable attorney fees in addition to the amount of judgment and costs. 8. Prior to the performance of any work upon or adjacent to Railroad's property under said contract, Contractor shall furnish Railroad; at Contractor's expense, a certified copy of a Public Liability and Property Damage Liability insurance policy issued in the name of the Contractor covering the contractual liability assumed by Contractor under Section 6 hereof. The form, substance and limits of said insurance policy shall be subject to the approval of Railroad and shall be in compliance with the provisions contained in the insert marked "Exhibit B", hereto attached and made a part hereof. Contractor shall keep said i.nsurance in full force and effect until all work to be performed upon or adjacent to Railroad's property under said contract is completed to the satisfaction of and accepted by Third Party and thereafter until Contractor has fulfilled the provisions of this Agreement with respect to the removal of tools, equipment and materials from Railroad 's property. Said policy shall name Railroad as additional insured. 9. 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 terms of this Agreement. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed in duplicate as of the day and year first herein written. CONTRACTOR SOUTHERN PACIFIC TRANSPORTATION COMPANY B By y Attest Assistant Secretary (1111.1 • RR-5 2632-00 EXHIBIT "B" CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE ENDORSEMENT FOR SOUTHERN PACIFIC TRANSPORTATION COMPANY The coverage afforded hereunder shall include the liability assumed by the named insured under the following indemnification provision contained in an agreement in writing between the named insured and Southern Pacific Transportation Company, a corporation, covering work to be performed upon or adjacent to Southern Pacific Transportation Company' s property in the County of Contra Costa at Mile Post 36.9. "Contractor hereby releases and agrees to indemnify Railroad from and against all cost, expense, claims and liability for injuries to or deaths of persons (including, but not limited to, passengers and employees of Railroad) , and damage to or loss of property (including , but not limited to, property owned, leased, occupied or used by, or in the care, custody or control of, Railroad, or the employees of the Railroad) howsoever the same may be caused, except when due to the sole negligence of Railroad, resulting from, arising out of, or in any way connected with the prosecution of the work under said contract upon or adjacent to Railroad's property at said location. For purposes of this Section 5, the term 'Railroad' shall include any other railroad company using Railroad' s property at said location with Railroad's consent and any affiliate, subsidiary or lessor of Railroad." The limits of liability afforded under this policy as above endorsed shall not be less than Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injury to or death of one person, and subject to that limit for each person, a total limit of not less than One Million Dollars ($1 ,000,000) for all damages arising out of bodily injuries to or deaths of two or more persons in any one accident or occurrence, and for a limit of not less than Five Hundred Thousand Dollars ($500,000) 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, an aggregate limit of not less than One Million Dollars ($1 ,000,000) for all damages arising out of injury to or destruction of property during the policy period. No cancellation of this policy or modification of the coverage afforded under this endorsement shall be effective until ten (10) days' notice thereof has been given to Southern Pacific Transportation Company, One Market Street, San Francisco, California, 94105, Attention: Chief Engineer. The policy shall name Southern Pacific Transportation Company as additional insured. 001 :1'7 RR- 6 SECTION F FERERAL PEQUIREMENTS � 4 t' ..«.:L4..• - _ _ 0.L•___ _______ �+o'r.r ..a:.:;a,,i�l•ia.j , . •, rams r ,%, ii, • 1 .• SECTIGX . SECTIO!:. 5 SECTIO:: 5-2. FEDERAL ::i::IYLIM MACES isul/a 1a.. all-5/a{ 5-2,01 Minimum Wige7:,--Attention is directed to Section n, SOON p"•M{•r11'•p••-•••• K...It Federal Ruquirtrrentb, of those special provisions and Ducisiu:. a.l.. Kat rr,1... r....l.. �••, No.CA77-5090 , of the Secretary of Labor, Lncludrd herein. alacltlGla//1 lama-41 .. /0'atOaW{fCiStt.a 1aul.r. o'•:a01. ,Ser a•ents, f•1a.f. 1'ac. IYtN a•rJ IAS•.a.•rt1•ar of marine. NameG11N#&la , <LlNltt/1 L70rda, blpl w, SaudOt. al M1au la, beeasa, place# . false•Cals.arsa, Col.••, Comer• • sn0 flora Coamore wage mIU, Wl wna, a1 D'I.D. 9ra•n•, ct t"• 5700 to=loan clam. /aerrlit. 991-10. Laos. raar•A. . 91111 II..1 4,1ele, ar Pt", IL ".4. IrnJtl.•a.a. ■Itclnel.n• 14.19 .05 3%0.95 .CIS ".red, Is.r+e, n.nt•ret. ►.p., fi-IJa, Cabo. !Jllura MIS .9% 390•05 ,OLf Hacsi, Pl. as, fa:fa&ento. San Sehi La, T+ant 19, San/..slats, San J•a.isln, i•n KII•n. flu lnclana l/.Si .3f 71..05 •OLS Santa clue, Santa Cfs1, fr.nta. Surra. CNU 1pl acus L5.{f .3S )hdS .015 a 9•N lyw. Sa:.no. wnu1. franHtaus, /+flat,Tt"a.a. 791nt1y. 111sra, lata b1•w Ora SW IYM.. Talo ani r.1. 91 to et as 1 11.11 .11 100.77 .Ot 111=1 1�slT/. 471-isle GTCI Dat•of P.nalca1104 GLIM fpllc.re IS.it .ff 3t..77 .00 0.1p•1.a 3.0 Iwcl,lon 14. CA77.7019 dated 5pf t1 77. 1517• In as If 70111. {oat., 41Nnn, t�•aen. ISMoe. SLSP1rt9N1 G!"to 0,11101"arms-elaa.l Wed mat onle•Ao eln418 164ily /I.N.. fn,•ar, a10U yos, So•••e"4 1,u 0..type apast..ota up to and fantasias•etorl•el.harry sad tob.>o One 7914111,Cased*@ {!fb•y to4sieSea ton ane OraJ11r.{. as to leUar 75.59 i.t3 31..703 ,0{ C.61.Sol 1s•re 15.10 1.13 71..703 .Ot • Pn..•1...1..,1,...•.n Lltctlici•nu Cable spite•#&• {•Je ,� 611+ca 17.15 1.17 700.705 .04 Ko«l1, go....m i r Gbf•Spl iCet• 14.10 1.17 31•00S .01 K . 6Mo t■ s••.r., YrrM• .•a•. A.P. fo : Ca U.•ru Sas fan iaelylck 4antlar SS UMS tr+r.w f t7.It JO t 1.17 51.50 .t1 9X0. 91st!lcun0r lochalelane 17,1S .N 31.1.31 .0t 00l1a;,x.vJ 13.17! .775 1.00 .f0 .t7 I � cable splicer• 11.71 .07 7101.75 .01 a[l:atwtLJ/ Slonaa.wn•1 1 we Contra Cu810 Coantr t1•clflclona 15.30 .10 7101.00 G1 wtt•, r..+..IJt. Cabot a.a ln,•rnJat{nsxep..a, .l6.80. 10.70 .70 36-1.04/.n hent 7000. son nanTae 1.ao. i L�.ctr tn1/..•bolds.clowul•s lc Ulf 13.75 .t0 J0.1./S .t1 616Nlyas• "1.14, i■c:•.a. , . and lrinlay C..ant 1.0 11.13 I.SD 1.10 3.00 .Of ti 4610 f,.l t:•r0 17.35 .t0 51.1.05 .Ot S1mvJ.sed C.nU..1st• < Ire.no. .1h)$. nadela elf G.•nUn 33.05 1.0 1.05 .30 Tosses C...sia• r TI ar•.1. {Into./uJ•ra, al.ctflcls.s 13.76 .00 39.1.0% .0S cabs•i nal ll•+.a.nJ 1L rarJ Gant lee 11.53 .q 1. Q 00 Osca 14.04 .00 11.1.0% .OS Let\•.[.,lase. ii daahl, • � W•. P+1In. 0undmlaq eck/ 61.rJl, L.a.a",n.l.c, h•vsM, •1 fa•nr0 Cunnll.• Harsi, 31.••0• L:ur..nto• al.culeU+[ 13.35 1.11 190.50 ;q {basis• if.efs. fart•, tabu fpllc.r• 11.01 1.11 30..70 •01 Ul.w, falx era T.0 Cat. 11.30 .ts 600 .75 6rquar,MreN. st•41eta•e ►rt.sey ani Sana.Coat • •M Twa,,m Wantl•s 6. 11.8 17.00 1.73 1.71 at ttsc11 c""e 1.03 .0 J1 11 6.Sudw•M Seats Coal• J 4610 Sy11ar#& 50,17 .0 71 l0 G4,n11•• 11.00 1.05want•r0j G.anLy Cabarru. , 0164 class 1 75.70 1 l.l0 31.7.10 .01 0a•]r.a arin, 3a.n1•Uar aM w C. f,.l scar• 11AL l.to lt.7.10 .p lwlun•Cr•ntls0 111.03 1.00 1.00 1.00 G 6W.••d 1•t"a Cwmtl•/ yYlua C-AGN, 13,.00 1.00sUe■UC Un. li.al .t1 10..01 .0t 901.1 i[•.:IJ J, 441•tyl lt•1a 37.50 11/9,e. A•11:1, 91 MUJA. .r •a.be to, 3.nta Cle#&WA 0...11, rl Sera, 109•'rota. ` /,nos Co.@ Co-ties sUn.a•l I+9u 0,•097..a a 5.70 •1.00 t 1.70 .atecl.lcu10. %0 n• 97.3,1 .11 6 ,05 tea Pr On;lar•anJ fen%.tp 0 cable 3ptic•c0 13.$1 .17 30.1.50 .05 CW"tl•• 90.00 .61 .04 see Ifanc L.c•Canty /a.s,w1, ung.,pA•u s1J tl•ctrlcla.4 H.Sol 1.01 706.94 ,46 TIUr•f.µ1u 1{.33 .00 1.00 Cable fyUue• 17.51 1.00 11..70 .01 CASIa:,11a31 San natty co.nq Cael+,•t.i. 1611 d.33 1.71 .95 .06 tl•cu I:U'N 13.49 1.73 T.0.,Is sold.»1 llr:r Lat•tu Inset , tad/a1VA CJ•.i.nS1.1Y N.A .fL .IS 30.0 .01 6•C•n::1U 5••!7700.1 a9r.'•a.e C1:•S M111,1'JS!•a/1f0/ 151st .S1 .3S 10.0 .p 04 tl•i1 4.1 steel 5,:.t 1•ld aL[tm1.:5 Q:":nD\T:Y• 1aLSY srsctof.ar1'ae Start shaelnp IPrs.l 009.39•. • • {r•cWa. LL.00 1.21 1.1% .65 AS GW i[1 Jo •777.90'+1• 17.13 l.il i•7l Wl.0 .15 .t{ ala•.Ja, a CLake.reta. a, to U:c lcsire n.611,11•.Mer! Mrin. P.Mxlna, ISo+90.99 091 d:.:•oa 11d.1N 75.57 .04 3.75 .73 •01 Aolf a.9 A....1/ fon•IM•f Ib rat C■JJ7af M1]":1 Ick. /t.yil.I•Int•ut, saps, Gnnl r..0••as 10.00 lel! 1.03 1.50 .SS 544 Sonat•, sen Irteacloca. It•silca 1au•N 7909 All • bn IYtar. cants clsis. Unle fAr.lvu 1.•Y noun• lb7f 1.10 1.03 1.50 .tl 4•a, Wmo. la.m. track seat 004..S1tray N•�•WMtne N e1 hUfbads and dpmsis, M,Ill.•:0ffo•14• Was 4.10 1.41 1.50 .61 iescktle0 01.1{ 1.M 1.{t .N .�� rTrCL J%JMLtuA LL.ss 1.11 4.11 ITS .07 . aflAltlelaal, !`iW�2 ' �j /as•cia Cc•.l1, . asocial 1L01 seas 10.1.3! •N Cabin Iyllc•lma 10.!5 1.05 15.1.15 •{0 North NW_I North 1 SECTION �j f SECTION S ... .t •w•. ,. . + .s, .. '' aRlol0a a •011.1/" .. {�CDIOI N. sale"" Basis 9.1-149...he.per..." . Gw0 so•a a..dr.ret-He M"11e a.ue 110 a past"■ mNwrw •.Lu 9.r1r [I.lo1... lows.1. softs Mae plow". tomo" :..6� ! LIMO L'OYfTOer•7IOMo t ntle Shoals. Clean. 1.48890.Ho0■s. Imwe•fl slaves.T:s•aa ON totally . .. Olplso, hesJrb.0rela. .. Y Counties C184.6100. as 1,ua.. M (I� OWA..nect, CI . Td/ .0 216.16s .0hunI1t1:•J, I..111 ws. p1.96 .61 1/9.711 .13et ity,oL W w.ose•I•d1 . or lease ID.le ./1 1.1 .03 8culren J.01rlel AIM-44A Closely 116:81M.41M. fort.. 62. 9reew-wa, 9.8/ LN 10.1.111 .H 111641814m.. . I.11.9. Tons". Lw•.n 93./1 I.8 10.1.11 .0 al "e. .sles•.1 rrla Het Ij.2lent eletstele 11.11 I.ss 16•1.17 .91 DArntime 11./8 .16 / 1./4 M.Nn r.lwa, s•tuwnte. pbe■. Alois.112,1666•N stall• talo, t.bs SAO theme ' posratab■ad alpine. al emro604 71.1.16 C-411880.9 the Wads. placed ane•lolls I••,4111 prrtlosaa.9 ; Counties beat or the MUS 110"re banOF a.N .61 1.91 .Ns .H .lolls madmeals eator•e:e isu•v1nr.7l I .; ado sdma . 6.91 .0 1x.77 .8lf p•w.e sr•etosro 18.N I.if 11.72 I.ea off Llw•sw 11.71 71 17.47! •.Its aolwfrrel■1 ll.f! i.s1 {.ii 1144/ .111 1 Coble splleeto •11.71 .11 •119.17 ./41 orw+sula Hr■ctrnl 1{.!7 1.26 2.71 1.68 .06 I We.PARIS.MommUse 161w■Ir 1.e/sono CamsNes 01•..80 loJ Gnats bol■ I s/wWwn 7.19 1.11 1110.6/ .83 Q%o.1ttoa 11.1/ 1.10 9.36 .626 Lime IyYliw•sL q.erotwe 11.17 1.11 16•.11 .99 GH•.C•Wa•.SI•w. �• LIw IwS 411.31 1.11 10•.11 .0 .alal%G, la•• Ilett lo I� Cable&raiser@ IIAI 1.11 2418.68 .H I6rY4slos of Cony flaw LaG.lvta or to ca.slr Ie.w'•.nj'•r Or 6 9.90 .16 1\•1.17 .84 Nr•I.■.•U•, .asses. L1n.rto 11.76 .69 1"1.67 .61 pew•. /sees. Hone. :4161 optic.$$ 111.18 .t0 1107.81 .84 7obw lost fuels.Coostlee 11.N .N .N .N son rLwase•e abosal GlG.pw•sa/•s J.gr1e CI wwJ-•S y • 11.7\ 1.89 21•.96 .86 b.4Uu 11.18 ds .91 :81 . L1eww 7•eMlslw I!.!8 lilt 110." .66 Iala pr..Calm:r 1a••r.w Cable/pltt.le As 61 LN 7N.8f .N 14..11 t:Cassel L1.1.hall.. Mew.a.tew•■d ba4.4m Cwstle6 9.61 .N .89 A.N also ► No GSRs. sense Cases. re-Sole, 6.1 66.16 Core •M Idea.if..l C%allse rer4a 1.0 /11.28 .118 .611 .11 � Crra l• • 11.0\ .8/ 2\01.70 .es 1\.pn•:Iw:Vf N■f LIM••rl .1W tMa4p•us Sew Iutw caunar 12.81 .N 3.N .81 O .W14• 17.76 .0 2101.70 .H gas e0wlad ad sue•CIOs _ a IwDLCit::�.i rm it 111 1:10 16.1.,! lou ■N Cr%%u: 12.60 .N I.1/ Nlbtu42r pilaw. Sup.r■dola she O ¢ Ailing. s•11•e hln10es hasee le.stl00 13.81 .75 .1/ qJJ i MGrIp•u. •ora W. fuwlabmo i est pan&-Idea bmstae0 w T..•1.• •C•unUes 16.13 .1l s 1 Blush ss.eHYem feprdl 6.911 .19 LJ {.I{ W H.. 1:mn!•h •teethe@ ,1 a■d t•6..:•res,160 9.16 d0 {.N S bIM sr•3a1 seall'sal 6WlY4w self of Uw w•Iw 2► 6uJf"•Nr ellWsmoat 9.72 .16 G..le 10.fs .!i 1.96 .8 LIb1 Na+i•at71w, � i h00w•.■ err.. e.leu awa Castle:••u CNsly y t ales■i'..•..s eUNLN• 11.78 .76 211.98 1.i 66r8n. To n. 1{.12 dl 89 Lin C1.lprwt g0ueew aLN .71 J10l.8t i tpwry aua.nos•1 loo{ 1{oaf .11 1.9 91wnu lade .11 7101." MGal$wu. +11:04.fawblevo C.:splla•ra 1611 .1/ 1101.19 est iwtw■e cuumsl@e GI run.. ode GOA sl"gw s oom i '9.10 .18 .H .16 .H t'w..t l.• 1 1.169 assist ralolks"6101 I'll u.•.•4 wr16•41 slw.d 6.11 A8 It .10 1/9\ Ms"Ch tl:&tem CIeesU98 0.11 P.•.nln+r w.444os.ed- votes eJ••tut 0.61 .18 d8 .11 .84 a1• L•.11vnr b.l.fa..l &rtorr sasiti■sllry 0•1/ .19 .a6 •15 .01 I.M ••.r.•n 8.N .H a7 .to Was 1■loldl@y.la:at11►J0.an .isLL1.+ena was a.N .O as .10 list I a•I•w. awes eta Guns U-:-an 1'a:.+pr•Ind Nary same cf8 ca.lalaes Llae si.l:•tuna 11•,4 leselosslq PH&IOwe 09 CnLeLe.1 tu.•6-1 4u10s1 Ills .t! L\ .L1 1A\ rloal asap 10 Ye WWI Tease 1.8169 Tel-••r to. a .s! {\ .t0 L/s\ /.Sal Cable 4.•11:•rel loal■os6 , 91YM • • a 1{.is .99 . 1.78 .89 .68 • NI•sees.@@ 12.19 .09 it .16 Vit r{•.■y 1{off .91 1.21 • 16.9.4. 01+10,saas 11. outdoes vvalets 17 .19 {.10 T41an 4'runtlu I hese?Gras ores ••� CrarnJ•.n 17.09 .711 70•.91 •// m4.1•b 10.1 .It .la `• L1..� Leas 11.16+.49 rpl.rl 6ts.us.861/tents . •a fit geulau li.1l .1! A•.0! .H Tgyu 91.70 .10 .8\ 7; Cable eplla•6• 18.78 .111 l8a.ff •N Leos.Male.11•wss;lhe.•AaY flla a •�+ lrelpa•o.heated.SIMMONS 1.11 a 1.M ee ala Tralwns C:rwtles NYM 19.17 •t1 a.9e .00 .el Lewaws a 0.N .sf {1 N 1{.q .68 {.10 .N •Q Gbl:411416411416:91411•. MU .N 9a 11 .. 11.74 .95 Mrwpwy Gamy Gwndws 9.63 1.14 1111611." .9/ Nn■■•■I T•cMldw 13.16 1.19 11011.19 .11 cobs:Ipticode 13.88 1.19 lass.38 .N more as wlsM fJ1Ystlse �Iwlo,+ ols 5 N 4 ! North 1160// Ha i :I :0 .,t .• .•.•*.:9999 I•„�,. • I • . .0 . :I . , ,r; _....t• r.. 99:99 .,i^y.A.: 4 w'ni..•y •f'1.'+•Y: "-l� .J:.r.:.y.•.",7 M'7'•.F.w.+l••;r .. .. . " SECTION 5 * SECTION@WINN OIL 411111-56116 4 5 ' aaClgar NN.•41/.SNf solid F.I.I. wed I . .roof..... ' !.lily th.sr•4 IWe /"•1,6wd.n►y...r. a.". Mar pook41.., ra,ellw r.aN. fA1hi001 ICewa•dl eggs.la •Mar r.a..$ Atte."lug"61eM• Lon•s• 1149..AI. ted.l.114y 11.4nngs•e 94 pWtaditl. ICMe•II I Al bi111e.N.-po1J{• gasses. O,1MII.094..4. /lies. awngth.e40ee&has ll.fleets, Natlar ellngy..9•Il are. 091:[9 11101. f..ete. TOLW. 191w11r one Jute 11491(:a. 911:1+a. lin.•.. Carnal.• t•hsv a+1:seely Cr.welta o 18.74 .ft .5/ Il.7f dl !reel wt f•ra,eq biflus L16 .61 .94 .purl be0.1.101ed1 allwtwd mnIsola.tvMa 0!44469 flbee&late 010011 er10i lIs6.1 frg.fe 9.71 .ft .441 erI faala•••:+rwt140 9.64 Yup I:..wlr Ines{;.11 goes /IJICCPR ft•a'fsJ1 that lies fret.etd at err. hisr•4r•+1[•.lee Carl! 1111. wt urate to and Ca.vtlat adf d0 1.11 1 fell using wens/96401 4Pmm; 446.0 and vessels 9961 .tt l.N b.." Ad! AI Jf .. Isoayl atfwawal attest ate e W Sew math Taps/• ilei/ •11 .71 Osr.es 6.61 .Ia 9.29 1.36 Witter. ta. Y4J 1f. OF AetOe. Ale'"%.:-+!fa C•r1. M ! v4 rsJa. tlasu. •eraw . at u•re I•. %Va. be.see. 01,110 aw11:10 91 Cwwae 1.64 d5 1.40 .88 919.1.11•a`rnls. hole@. Cr Nrrin 401 a...,a& Island SRI 1.1140 Coolest Cddue age 6.41 .56 1.48 .90 Iarca.11.d 64491.00 of Rican c mfr 8.77 .20 1.44 .99 0.+1111 Ir the ge4e 1: biweee•r::..tg 1I.40 1.75 1.10 I/1.40 Y401 140 1rrge. lHl.CIaN 0118 !1990! 1 11.17 .94 • 1.77 .111 .N 0aare Coal M.nth10 .16 1.49 opens 17.11 .94 1.7a .t6 .Il �. fLV.•thll foi.ea 11.01 .99 1.711 .66 .61 • has'44oM.M! al.If 7.75 1.70 .19 AI walge ate w•e+lde Mratles w Conti.Mea Coiner 18.46 1.15 7.71 .78 Use& 1df d1 .98 .86 14104!!/ Sw-Ismtee&l frgert la+w 1111.111 1/1..LIr9111 e.ao\as awrrl•,er half of 11•.11 •n'1 belief lap-fel Cmdaw.arYavegd, talo• 11.411M....8 L10 .94 .18 .89 as bi.ali, h..y.41 plree "a"oat Wt 411erle1 wast atean11 Sears&:.au rge Io.' 0140var not. el • es.4lhy La:*taw.o MMI 18.54 1.18 741 •16 a.11e•aa.wll � Lome Lbw ng a &Ms .50 .08 Ida .94 flat.•••11ngelny In Fusin."rnJ.vlra. eve//aMIOed ar/l leaser 6.61 .94 .75 Is ►' sal 9.w.a wangles 11.18 1.941 1.46 1.17 .II Mmol at Irn111a1 Voltage � alp .2. hra4•f {leather" 9.1fete to4JduN11 ■{11144 646 d8 .9f w 0919110 s!C. INS.!alta. . Alpe 1.'M•l 09.94 Inetettet. .•4 CINnrOa CM6:. /.•aro. • UNllc•n1.:•saMblesgol. • ii CNM. 01.19. ldurw. wd•fa. saflpll ads .5I .n a _ lear1NN.MreN, 0494, Nseel Sw11 •V.fatlra.e bie@e4q.OIwN• so.Absolute. Il.,1 410441.1 4.48 ./6 .11 a 114.1 Core, inroad, Mere. Dr. age w 11.46 .94 .71 a alvelrw. 1144411..•. suttees. a r.11.1nt%.false 6.81 d0 .31 TIC-6. fettled.VrlOs. Mott 1*wsr e.6f .fo .75 1 � tea{rene etJ Ira Crrn16.9 7 27.61 0 1.10 0 7.00 •16 tyr sun X9.6/ r!g .1f a :�1 J Ansa. N.ye ate Naam 40•{10/ 11.11 1.11 8.80 .16 "I8411%.1161 nelwl■y Mrne 1•e E. O get biles ate Irwrlds N4H1/ar114eo11ry 6avles iii Ca.ralrs 78.71 .96 7.87 .I1 hrpttoslsg/0.0el lisp SWrtafs uotr11e11 lotfsn 9.11000 ala.raa ate Cowles e@•1 Cas. o..41.140104 'I adg .50 .89 a a"Farn Was 7.11 7.16 .94 .N Mer Ilfaffl6 delineating •Yell%wlt,1ef 1tHafe device 0trltealae..e@/1 17 beetle@ ah ane al 11.99 1.11 1.16 •N •14 *ter Isolating.leeffle allr.s+eles Ia..w1•e@e pipe- .ease*40asafoagelf 1.11 .94 .ft a .I s;g.•nl Cw41 Tie lwllt 01 11.56 1.11 7.16 .N .94 .6ttlper 9.94 :11.4 94 .Jf • 019410:.Catanl.r.wNlpr•s. • Alie1 sal{p11 0.77 .94 .15 1 IYo{•d. aa...uq.lw. Stooleleae . .!gaily area 11.011aM and 1.11~0 awets.6 m1..1 eTwfalal 6.51 .94 .11 a kol-la etlate. all* syr,1ye&bis" 1191{ .f1 .If • 0.4wlalrw eM%.M UPI 11.11 •94 .61 efplleetw gvuNe 1.46 .!a .711 a Aat mocha".tl.e&tor 11.44 .N .61 Nolt1•.so 646 .N .15 a Smile.Mlrso,at fwuae. I.,bis. 6.18 .98 .95 a again.L.110". wa.e. place#, VLAWNI.ng plea+• 41.1.14. %I.e..• d1•.io ate Cookie&CMN BtP gyri. 161100.{anew. Osr4t lea 18." .11 1,00 .94 *1101114 ate 1.61 countiesarta:. Calves. Gas-ft. leaves /".toga 11.89 .94 d8 1L..1ar01eon halt.1 Ione@ Ina".saki..m1Mea and rr were. Va..... 21•.44. inlets C0.1.116.41allwr. soil Wbr aw.tlee 9.09 .p a.N . 1.0.11• 11.15 .18 .81 ww4sur Cr.n•r 18.81 1.94 Js .a1 ' Loss.Seattle.wraiCtM. 11". V1.1fta• aerps.".4616 ate 154111"one soon"CaWI{e@ No,lel awng lea a.N .N 1.46 b8 lwle@ 18.18 .94 746 1.91 .04 elplw•. 11Ma.. 9.{1.Cslae.ote Il.e{4 of.tatat 0eltlte -� as . al.vada.61.44. 17 battles eh I.rpl be.N .89 7.71 9.67 .04 . ._� WN.1090.".Ma.@is" ' Hlvrat4l aM4terso IIN- Ilr*00. ooe4/rwtr. 204 e#e92ee01 011 a"Nle. 88.18 .94 a.N 7.67 •N �r iwryle.!ledge.OR pet►ase.1.aa•ruset • . _ Nes eM 7.14 p.wwllas 11.51 .1l l.N .8f sn"Isse N Ne&M•.alaco Omer 17.11 7.e@ i.ef .94 as..f0o• 110.78 .N .1% .N �y Aw Me/w aLwt! 1.fi . .N '7.46 .674Register @%A assla else ' wf:i: Was a.N 1.19 mw-5 Nnrfh 16 :4 9999 ,; Y. '1 •Y ..a.r• 1 :f'.. ,•t' i, .w.r'•a. ,►•;• ,rr „ ..ti•;. .14p'„ . ..• • .•1.. • SECTIO!. S rt. ....... _ 3SCfiIOri.,5 ` • • Wigton M. CJwl."" _ • MINION as. tmi7w1601 /w•=41w.hM Pone•. t t a.11..•AN row..". isait 1aq Oa•dt • tle.s lM46M4 bM N a N Patellas Vegas"* eo a. •• N9.Ie iw..T4 0./49 rF, U1404. Voted" ranu 9c1•..IJ,IGnlY1' ,, At++t.a.ixtr.she Plmasl@9•sae men memo ma *Mae$r'.ta. MI 0.•mty. t m t3rtatMas.rat.•.stigma, wvvlAO. immitwo 31849 1.30 .0{ / bnw.Colla.Mart.members mai settle"& Nr.AAR.fcalx.NOP*,i!Islas•#$1$•1.06%Paftpa 11.36 1.30 .N serrata.to. la oi,wa. gra"o w9s# fame anMtao te.r.,s+.sa Ca4i tar 33.67 1.10 .•ffw itis:urM Xan+.Raw. iti.1 as C ala gale xAA 4 Co.#1. e14Hla. !tarts. [meetire Usmts•r,o *•lona. 41."". UVI r.# 11!11.. cots mod ter.-#,Tr u/tP. ra.a..oau.0l 16.11 1.N 1.10 1.44 .01 Vale meal$arm C0.4Un l7s0 .ft 1.7/ baa .tN hma•ata a•o risen limit &.44 t.to Lia .•T Glelta.IVAAH.taUgres•. Na e4n11a mai!molt Clefs N4 JoapnO. !restated@ ata ri41.06W f.•dm►$t@ N.it .N .0 LN rwtists • . teaa.w.smash.1143910. eoute,a#0.1918 11 @4401@1 10.16 Af tr{t Nt0 M3AL:..n..At Coulter.. o4$ssd @w Trlen l3i..•i$. t... -.4,44.•..ata.go" omislCountawa Ii.O LN .tri @0.1 4-1. .+ter• 19.70 .p test IN .N II$@tusp sM amble Cera 4tPiae.Cas. e,•ams tadn4le@ !lest I.N lei• Salk Job. 14...riOrd Ibfl d6 1.40 •11 s�n!:!¢!n1 AuAN. 4.e•...[..tragi. Ji-7ed it#i•& to 6•Swariat gime/t i'SattRMtnee Otlt U bees?".•mere Memo. r' 70L4b9/Dore 6•AmMglrlq tore r•Cheletma mer. /amlm.enlr. ►•816 lutes. *a 1. w 0.4. !alms aan . Term Commit 1.0 11.0 .11 1.4111 .11 i;Ii;p1drar cwapiMuw If of baste nearly rote gar seer I ware, Parties*. .#add.icawtato" awrtes, sea is of alter le.atl3 mats tet a wunt6s to 1 posts and vuelr•ms Crmnlis@ 91.14 .N 1.14 •K as Guoslss►q Credit. au Pala me11Joves A thin"*P. so 4401117,1,%twmatr.PAAta Ceara sol lanto Cows Crwaits 11.14 N#.0 Li4 !mita 6.Stronger contributes/.1 Nr sae towlteot Pala Pads 1.11 out beet$.114W144, labs. Ora Pam to vocetlen raw rot the total pear of gaviermanal memtw.Ptmmwrgwe.aan F 1 fait but less!sew!"Ste 6.31 Pat 40do W Gasoline pull feanclora. Go-Oms ad 0 yo logo b%9 loss shaft 16 p4084 I.0 tog boor ems eacatt"fblal is laity C_.1 eta 1114.11111 .46 4 6.16 .17 049 9!"us 8.63 0"Mew to GaCaatm two. Na 0114916 6+011 . 38.41 .N • 11 .17 Wet 204 itis-l'.4astatine 16.76 .0 i/ .H1 f.amplsl@t eMttibutaa 0.60 Poe eager br bas IttN live puri Degree, tial#. s.Mto nal •„ a: N tooterrstr "tor ten#tan e{.Of Per ser to taeaoiw Toles Crrnllrt 11.01 .13 4.11 614 sea Y/lap!NMt1rA. Seer rl-4aa Gstte. %loses. WS.4.@otter. Caleacros.Colwa. 91 ora", 1eAo tAK.sa.d.n rMeo•ta ilobA, 1,4111494 tat6lrAiwl "we Lata A9091,Austad Newer 9eA461oe least of sea J•.alain ateease _ 0ss40 Nase Isaaa# Y•a4sM6 01.045. son J•Ialele. lauN. � m 11661014044.teaftletart. /•4409. p"*..filially. GMP i • i.!! •1.73 • 9Af /bt1 •31 Tawlew. Wle 401 Toa c. mar list 0.ee 3.30 1:" 1.1 AO 0.04166 W4 tam.o s.+atleM • GM lea 1871 tela Lala 1.94 eta of to Cliall.r.r906, rental ,� DtraP 11x7 6.63 1.33 1Af 1.10 .10 and gifts&Co...41.41 terseiael" cowo lee 1.12 7.16 1.11 1836 .10 Lu T41ww assn 0.117 .04 9.N 9.0 .0 j GWP Ilei 137 1.2s 9.14 7.10 .94 s.wre Was 0464 awl age* � clear ate# a.Go 1.1% 1.14 1.36 .16 tabes Mss Is." .14 m0 p Causes 3 6.63 1.71 1816 136 .34 at. 14.t.ft.1n Can6 Hera GwoO 1 1.37 ill 1811 9d1 .90 1Y#ta.Ira a..Iwa.Mtaeio NaVleafp, flal'a. 161 Diagram son 3/11 a..., daft image. IANafAa $ 41a0ta.461.1% Sante arcs. Ithswns40i Blom aa3 mem..•Counties 41.36 .0 LOO 6 •0 fret1.91&rei11•a, grow 7 1833 3.75 1.10 7.in .1i U A1t.48.C6A4 6.696. me11Ao 41016P 1 4.46 9.3% 1.1/ 1.28 ./f nope.sea 6414.146%. Sam Damon,1 11.112i 7.46 Leis Ltf .10 Naive.Lomtm Ct6$$.Game �. W iwa.w Counties %04410 9.4/ d11 . Dominion COMIiss ILiP .0 ,N •0 Samoan ~112Wt flreees ala/halt decks Altardn ORA Congo*Costa CN. 1.71 1.1% L19 •N! , R9 C,its and amelias Ods. 1.4141 .411 ids .0 Croup 9 0.io 1.30 1.10 1.10 .10 sips,3:P%r •,.e. Caa.P 7 N.01 1.11 3.g0 3.1 d0 .�NaS ai•-•ta. .• :$a C..ah.. Get grout 3 9.011 1.31 1.16 1.16 .30 `4c� iwln.w•:•I t1. 4$... 48004 0A2 9.30 1.16 1.114 .N ' emw m4N lar M aJ mita 0,naps. ' Map► goo ragiw90:o. saw A•l,lw. ' • . a" females*. Wtu.e.pr"o"s *Waw mag Sutatty Cwessen i 91.N •LN i 1.16 11L.0 penalties*Mass solos.psegim.6 049060. 6#404Lasa%manage. fiNmlP t i.f! 9.741 9.li i.ti d0 seeds".taxa. el•so. OeW a g.fi best 9.71 1.31 Js emrran40. shaft t. and►i LN 9.0 L!a Lis .96 664996 adspl. 1044-4. Tale mat Tom$ CW%I46b 1.1111 ./6 ` Kw_B I'd-? tamr.tf. �rn..ela . . ..• N i , ♦ • e- e. .I�w.p,.3. Ygl •`•. . .. • i•N•. .l'i 't,a./ . ai !L 1.. .YI•1,';• la.. -q ...ti a....1'J..1.�n1.Yfn•i! •.•N' �', .b...Y 4 f'• , .. 1• SECTroR 5 SECiI01N 'S . . . 00,00 .... .... .. ... .� �;• ... .t a . ..,.• . .. . . ... • + .. •• 88CI/ia*Iq. 1311/•!/10 88Ctim1$r0. Crt1.3610 ' iA60ilA! id/0001a IlrDep 16 Alfaost sionpim oar Pa total laeoa..case and @&Palms 11W WI W she oral 4tpr 4.0;0#•1 ,.Ilrftbgsea 0r1"ma. liUmt• tell.aaa 4" 1.04ber1 C.:rpngage uI all speed h.aersto sow waprmalt.alas Grow to 01.4.md Senate grNMease Coa1N ca lboterWiO I11al$- Iti told a 4 rxl•ts ee.c00to fee-16#Canceler a*$analog$ s + war beam.shoft""a sgs Nia pet"actw1 a assembled Nads14 41ttWondr.a saw11.71 t.I grfnias scab...tnr lets gtwn0 Rowell scan. Slap as Samoa 6,41018. ors letel•blhen, lasbactia18. 1lN.a146 Js.aA»v#cp14ture Ja:44#7 of$100 act it i•.eLcol Sawa,Is bit f+&Man Piupn Otiticro,hxi•t+v n•Madilq#ibety Jea18m and sillier life C.•1ac11fo1 tett&uses, !31.44 404 Ago /lsurasn-•nae o4 1. IltteJl C..".'@ flasanef In lanes$$an- swilldt 0•1.6811, 1e1-8-14,re1•.tabe. It.a.Creole.o,,N01tea 98049'@twof ease C#a!e ransava Nd Htsaas O•abas and&w e#.&* tea,palpitates Smith!. .6r•rsal. -dtlnp.hamealM. Loe•Kh• CAmen and I#IVAI a Sdfff •RI *.til ps,0ba4@ R.ulsObnl PIma14- g491rl.ton!9.tdr/la Ppest s•r!ere+fait, 01wrt14oln. tbn4&. /me44a109 imp and bottaa fee on waft ate 1-102.161%1 916.111161,4.1+an it amen 1.41 4 doll#love-"&roommate News hamolf..e ae alias 00.•1 farmis.4sl q•0emen salft a otgo- sad.mans, 1.91,09.1 t•.81/rlml.11 pliglatge.t eW#.. rsedefe, Mal IMsee►a.iebble) $1001 late AM16m14 sta'@easier TlNslra. pipfwarsa#..tw441t late#*,passage pliolar•las tart tole $44i.R.#ess-vaaed of dealt a fraattiato rN#lals ta.rstfo.t diaper-all.gas one•lesecial io.or 61"s a...om Swat Teggse San-asry•ee$a! a!/ ttP•9 irec,pt as shwa in debate ill pan bet Von I.. a#pl Pa,-esbe0pe+ma end to►vai#np#. tostedirl passing hgsp 31 Csblelaaan t{w bt*ra.el 00"01" /f awe WIN/YIbe@tw- sf am•amJ e.,nuto oa1rforebode,6014 1.-1 a1 dopo #.&ago 9:6491901. a", mebode,*leakage a./4 iptn 1.01 avwrt#s edll;.gs Vaal$tat4.bet -set u $falls# 9gp$ teod.11 ..All fl.n.n.rna Palo a+d alta.match, •61a• Giants as edit Coag-Metals.Tnc*Nnf amcre%@ Clow- tulaNe 01{legs drm6•i.etrae.1 woo.4w..as.9.0418nr4 Separate$aM r01dlag nor*tr•mds#g#Wt+w#sent methods$frwL Com'@- Nyp4Aa van.else...of I..#ani&arm#VI61a•.elo.J-8,011 gloat 1. Naoemenl 0•ary4 , M.ualr.aa•.n.hie lunrar'"#%§YIc1UYta#arl•pat-It"Chime# .r aiin ywosws bi.q tel.*#est'or'net• 190 114. 11/44416 s1 Oboist yds&#@Joe and similar tp;e$ Lease bead 40 gMGL%I"With In110Af74g IeauerN w/a in flkaoalM 11x91 group 11.18 Jet wall M.10/to a•Sal.fad•#-!enter"del W/! � h00p it "Ill"WoNse $tsw01ng aM 4019011168 N Nm*e o&dPw*r 0 sea stories qts dealt*$Tech 4111101$2 lack la,Uatlaase bow@.pleasant And$$.roan fastness Pte..+ad dllllrug 6•'04 eralte14l wsamele01 all&4. -all • trend lega.dtets qi lett.1 a#tues of Iwet#naalairld..si9 shop as 6"1-6%19166Sc@Wr &Naaglaa*11Plber Mtle{ng wtN96lq dallier 61464018 sed M-•.storm oil both of goading.placing r ' am 0,16611.1 61 oil pa.des 4.J r.ptool6ed df engraves Sala mer ` = hasp i# asolat IaWt4 limci.at 611 el•swp auto Ibe31ar. poah$$N"in,"..as too meas Remains 4a piesUp bye 6 = lumber, INdIM and 1011164160■1 dmrpl dela. (In.lpJlny aallll..1 of single rags Seagate!la pinNf 4wp lllh bem clammis 9.110 �• f,1.1�O..dgf.r...w h; taktin Ii.9lORM caMT4 bo A•nlr taa.allas Camp lisp$ wolfs$1.1 wiling t DAM4114 1.140 G6@ pre11*$ T«ow r.�aopA , WNL=gs I CA"Iasi# pals## to"*van Old good Ledo (wt and seta Mgt ge dtt Was Supers sarMho M sears&010.1 264 1e.4-181r steel ham aOR Dirndl lane fosativottea gr+.p 00.11 1.116.1616 We aerosol CURS&IN9lgs alta gs se la J ��ai•sl bell ball I.I..#%Pet shalt � � tet prase O$othendt f9t$w l Gate legal C.,v.t ••a c.w.at cost, 01p4ter•f$. 9ARI6f14. = 011es .•teal r.i#•..yl..as ••«.at ta,eN x.J ti.si a p4r•lar.6a/ NN t 8491 ! tet!•i I.to .80 .16 fle1•.1.•r. .• :-abs.er 1.14.6;y+•and%to6frlM of era. i 0014 i t. s 601• 3.18 .N .0 4n.dn. t0.sa&t Illinois teatgta.cut N Nam 4 9.6& LN• 1.10 .N .14 # � two i i.ai 1000• 1.10 .N .ii ' pbH. RP '.•••Ir.latae. asf p Be A 1•.41 it.w•Irtse.0--.b"um 4-4 hadltes caT lambda Dart NitMalsl Coca Mae w t10ra•a I+ 0l.gnfo a.J on•.•r IJ1er4ey befall COme14as N.*1 S.a1 3,51• 1.10 .40 .N 8464.4 f.•a•' 0./040...a C.r Wo IN110 116 add 411 stogt uta 1 ti.1S i.0• 1.00 .OS .14 C.a.:nu :..r.#men 4-•1 a4 J.rta aatlles's 111180/1 Owes lendses No s 1LU &.Ola 1.18 .86 .14 $a s4k.a.. .M6:14461 10/•16a.1.e^.star 10.0$ car Its pffa..0611 Na a 11.19 1.01= 4.16 .SS .16 Ualabi o.t-1,04a.•I.e.1"bal A'd beadit"of oil tale aM bolestal6 1#. .11 In 141.1./91.4 a.+w14ts amea{fWalMl lattabo96rI Absps•c. 0.r•ralife 1#1-p+au 1&1.134181 ilop64#si.Wtmlgsa. M4a•.JnsN9r ase MNNp saw* sola 9.140 i•r#••tac w•,'.0 4.1 I.e•rmas. ab.see.and 01011910 mei ■ 90wee d+.ase Jn..nt.1 rye..,kl it 4.16.0 Nan 1 18.99 4.610 I.TS .86 .14 Nen i ilei! 1.81• &.18 .80 .14 b0e.p so All 01.16.11•.•at of 4-6am6.pd-M1 and#06848 p 1041164100 Nt0! 11.49 has. 1.10 .841 .16 Nd ass !0-:!.J to age vs ct••.ft•f Cte.rgtw a"■"%IM"Inds*$. Na i 11.11 edea 1.10 .N .14 eomett4.••... lanluu Ile I.41.1 vs ale A&I yr.egml 141014191 :.•f•fn. i •f a/ ties# $.so nal.6etl 111.0%Canonical C&Id-WIG. @aleer.iga18a. t J Lural.ars aawleral Jeags91 LUdylss SimonCas+#61111 Opmeakilf rp N L"Jane Irl.u.Pe#nruna te,J••.Mpe temrtam 0%an"ruestonatlmel • and jmetoding 1 aa.ram. ' netdNwMA.. *-Vs## f##.mala r.1 stall pare.erased#and Mtttad r.s.s.iiifag agar Net 666.91.41..+ 110:4 I41.•14e., t.•f.•Ita$r alt AM eager lease. vleunlle also a 41.4/ 1.61• 1.18 .00 .I6 of*letters 11•11 1 .- •t11.i.ear#.me*&#*abase 9+461011 Scavenger Na 1 11.66 Late 1.16 .N .94 Iav000eo w.04n* IbMwx antral Na 3 11.14 I.41• 1.1810 .14 Agog i 16.41 1.01' 1.10 .N pia • r 400 1L M&fttl""flat bene T .64tr on.rob.M.r.s.al" 'ill✓ 411aNei ani Di008gse@ &I@&1 148.011 1.010 1.18 .N .14 amp U be '@g.deen NN 1 1843 L.San 1..16 668 .34 }\a1 Nadi 33.31 i.ti• &.H .is .ii a� Moy i1 sats&Wwaa YN i 11.00 1.410 IS .N ./4 NW-9 North NW-10 • 1►n!•th L •t •_.\- -.�..�V4 --Ago - - _•� __�,_ - _ - - - __ _- - - - - __� _ - _- rwr.� • SEcarrou 5 • eerultr a. un•ln/ SECTION 5 • Sods Iw•p/•••Lp/apes /meuia# w. urr.uu N•olr LI./•xr ftwtm/pe1f1en GPIMAUM Beet• Issue Mae ►rdrs fn•aue sed/of • KdIJ4IJ It N.•.Ir f/nem.. .V•ll •<Tlnr ties jot Rome Nae /vara vessel.. I:r ul ray..... un.l..lL raw u1r�Jf faro aI1111fNfre almamBa M%••.+• Y4I..1--: If I la/f It10p1 4f•_•?�.•11 aof.0•"I O.efAtodl lane• Scop 1 / fats /1.19 I 1.75 .ft .79 Sande fill el allot /.I+ 1 l.tl•S 671 .N .N Irep Ilsl /s1 1.10 Agee t 5.11 L./7• l.fl Crap IIBI f.1/ 1.50 1.71 .tB .i9 Yoe 3 p.Ip east• 1.71 .t/ .II ataep i 1.7/ l.ls 7.7f .ff ,71 Yte 1 fait 1.N• 1.71 .// .II 'aver/ilei tB.{/ l.f7 i.if .fs .I Ga.p a 10.92 t,N• 1.1S .1f .if amp 3141 11•.7/ l.ff 7.71 .1/ .31 Gamy a !east I.sf• 7.71 .es .•t alw,h.rn Istelh rlr h se v.y/ ta.1l 1.f0 3.7f .fs .7f M•tysll t9a•4Nes Data hy1"Ager s.7/ !.n• t.+/ .// •16 sonatbs 1.31 pet Dere M Mel mote ewB eolf to Peoul. Ago•1 IB.se 1.57• l.+/ .80 .31 Y6.3 Is. . 1./1• l.f/ ./B .N fOa1N WY1181J17 OrN1A"m Yas 1 1/. 1./1• eats .// .1{ Ages t � IBlle{1 Nlapl seep Is Assistant as fnplwof Ifltmass.allot./staBadl wtalfi-kgiReese 11%14681 • Igor 148 Cerrlaasw ever a.id@1 wratonlo fast 1./+• 1.10 .// J. Ages l ts.1/ 7.17• 3.71 .80 .If afaup Pee Tisch Clam Inlet Mos i lB.f/ t.o7• elf res 3 {last • l.1s .// .1f Ys.t d Igor as +Wi1f dobe laglstlp raootal vel+l ��..a-•4R GLe comp i•ar Coo/leeenf Crstor It-III Gllstsam Iles 2.18.of motto ► a ►1e./as•t11 b61404 Ntealm Ippeoled N stage wall olotlflsagl laarwOO Clrragli 4rsn14m Yee t •1B.{f 1.// 1.71 .// .it Yoe 7 ll.It las/ I.f/ .// .14 atop Be pea Engine I I flora Lifte A•f em#doll-prepolld flus A= 1.78 .10 .76 Ivan%%ttlq Ywieo Yas{ 11.BI t./I A. .89 44 r� Garp 741 /esq arty offearam owed voodoo vamp 41 Npe,w"iglm.r In lieu of Assistant to rallrst Sods fd•es 6w612 ftgwrN . "S"Al BJlbr o1 le.peattw alle,Ld to Char pilfer Owes#C7enIN f6..re of hlNetatrS logs, Asia ser rlxstl"q ani(week.Ballots q.uta fags vahis ID10I41n916 lobe Mae frw••a f•oolw seats. ", •ITF �• nl alo•.l W Clwllm f,elre tlsnr fllr Js lest 1•/o aatiods W aw11 go s 11•p1./.11N•cattle - M 8-4 IS-6,111191 CO. 31.#hwo Cars, p Io eels Isalw6M is Me.r@ ,Ills 1-0.8 of-I• tans 1lratalnp..tectal wlr a. a w l•PI ery+Jr•1 la @rr1"# rw4\kill's rl 6:111'•, .nt•It . Map L gesp0/of sled o0 4wllne pend Cr less f1lodUres •wa..••r I.-I"euro of Id ate roto 8011441 wet t Co. 88.1 4414049 of tum Iehreve. flesh 44t•orof�llow at rstaf d ei Mlles.pap ow ear11oeswf •1144:4.61 q.ula d stn.rrwelA GesN/er Wlnn•t.rye West IY,rad a. single@ afNla IOWA Agro...+nets 0,41011610.equipment J 6M e.yrlut wow.goo if 700(a11tauar wuutl 111 Nffoulnr pll94ugy A.••aa+A 9vaasele0 p Isis 1t 1 1.{I 71.1/ Y•s 3 11 as as t.I7 bop /dap 4"1 8.Fee-.,Yu 7 1/.34 ,O 1.f1 I bas Sodf Nes 7 t/.f1 d/ 6{I 1.1/ a..dr a...lt IM.•k.. Yes 4 loves SoNt NB-e Mean fsesx•. K••. Iola fyOUfallp afogam0 NN.7/. a.u441 bcaeslef8tlea MY 1 YY A 7gonosl IB.ff .91 L.M I.b Yr•{ sop is • 1 7.77 ,1f r•s i IIsi! .N 1.1f 1.78 Safi 71e.Bf /1.10 .if 408 J .1{ 1.7{ 7.N Grp ao B.fB II.BI 1.71• 7.75 .17 .7t Yse t 11.71 ../{ 1.36 1.11 Corer as 1.71 il.1l L.fO• 7.iS ,fi .it Gump 417 11.11 11.(1 1.70• t.it .10 .i1 erlMla7 awn G agtwT Ca•ttNstla4 /1o..p is Assts It.s{ 1.1{• A.of .t0 .J1 arp/c la.+► tt.7i 1.!{• 7.71 .t1 ,39 • Syr tools corp fo 1/./7 &Las t.{H Isis .91 • &ares a.solf•Ifsptlld • Igor a 91.71 A41.0111.14• 3.15 ,1e .39 w94sdq pAf .R 1.1A bH 11104111 Alae, "Is LIO• 7.if .q .A1 ew11 geuesse hoer U1 111.7{ 44.17 I.SN 7.33 m��r+• 1 Gwr 7/41 ti./B 31.3/ I.fs• 9.1% .ff Igoe Cen44q 11.919"61941 Calf w L 0f IoM.Daffami r asst Olt lief lLf/ 1.f0• i.af .If .if as. goI H..,stw,felllwf a me../Il•Y U.0 111.7) 1.f0• t.a{ .q .ie a^ vamp t:-Br IJ.fa 11./3 tau• tate ,f{ .3p �sr Yt•L W to as food.1168 logo tele Con Io. vp{..711 11.114 lf.i/ i.Is• 11.1111 Wei•waw Mew Ago w.{alta0 a saa to 1d104 W JaN df a aiaeluess/ail Mt sago on �� flow 6 G"Irl#. serloma seem 4"UTAM a. tun }�et 140Ma•WUWc ser if 1.94 all..elm ed console L v Wo 8•M sea c•trMa"L 73 ago I o1Ms r @Mee Iwo of lata lab" • •ImleY4 6.18 NI apt ag ho01e e1 stele oY M&416 clod. NW-12 North NW-1 i North , • '�rF Y•egQ.•re lbw..�a.e'jr7�..r:.r,M.•Nw►y�yN•6•Mestq'..w•A1tfA'••I.1+fw•q.•Iw�.'Mw.,..a.a.M'f +�M 1•J•9R��+.wViFl,:w w• errs A!yf. ��r'. I• .. �•' 1' a'• Iak�'i.'"1'Iw{.• :pl•f+fN.+.•p.r ../p4tiyaf, ..y..,...• + r .•..,yew r +r•r 'N+• l.M r. •'1'1'6' •-Y...r .•}� !''1 c !'. w SECTION S SECT101i S . UCI/td PO. Gfl-14f1 IMW t was Jt) . Illinois 11 4llaants to v1saffeo {ebea•east rilo"nt Seaer Mar Aepalfaae ml 1pe.1 as 1.11 r.asanrdl fsyealpam f.avcm al tel t�'OOIy IN..fa17T•1Tee• Tot PkIewablI Pel Reel"(Many Dual 046411 Mer Fade swap a soma NUIpa#T OtaSawp/ lom&11 Sme.ai TI t.-preach operator#Geemage Rings Ig to-and Including WW S W III lTana•4 l rafdll fonrrrdf Irlt o{m6atw Itwe.allo redraft Iat Named • •+• •• Otd7wltel%Motors-ieban.eal Oorgeyor :mawdllr9 t41141.J Pa- 18111104A a• igwp lye Goer-tyre O1ea/lltawl laaRIMH e9ll/g Ga"1 49T•illt Rat •v leU 111an n...1 e.6 I,..Ie.f I+fat.1U Fireman rsw/1.496161# elb112611 Chr.srdm 47n.ta%j lerhger. tlm.. A-Gl N1 h..olnatfage bans- ipef•Je4 le.a4aa{.alt lanae Jll Tad NL I{u-ao II+..eg leanest# SO.alJ L.s J-9 Ira re enI .r.1Jen1 l"/6 ea. Vol. o.f.e.ib Lief{:\ it SIou b Ora erFto9 Pad{Naw{fl9adhaMl etvrot-1-.1•lailed.non&.let e41Nioo rNaes ties wm9an raneaea 9.1Jns P ("going lb nomal MLI Lacannln Ile tern Of a"ell sesedeeawl Radvan of Cbminsahl IlRgrg .afe•a9lage utl\la railSNA-mof gooier lincl-Rad Cara mee too.der n.6lfhl ' Rau Caesars Irarlaue:uan 1•••194111 wte/lnl iefftd&an Irderpt C.1Mr +-Ser Car/Wse4 trail may IlheluJlel Gles4n InvnJuwl s6l $1phaatle cumeresf rag$Ryan Sell-pa"llej, aotaraticsllr applied oat f..31.1 L•ta# one credos type# P•Lbm9 I/lee br911s11 arthfln9 ""cote 6.11"•achene Ire mildsM ayarara.NLNft i al"e-10Js1f 9-6•:4v let asstsafla Late flab Rer119-g1 IvaJILReq ana similar typefll T9a"hong machine. I It.depend TanL%Gal"Olives whole#soil. W&Jee is rare$-p ea&,.I tlwl-JI.? I Weddell h..00,13r0 1a.&9 log "m $fells 4te96 Amite Ander - Lslatle 94 maltlpla ger11SIR HAISI'le talar•unnwwrlrvf lac%." Iirelede.• arum. 826.1 Lao to-are"Adder s mrd-esfrda rue Ilrorriny Rheims ww•p If ea1112a Jade TarW9r aa111at 941.1/6"0 941seet TNpn1 Sgn1•all•Ofbf l$1dq{u at•pd4plllsd lleatialle R.6nt-glood temps. R.It I•i•f,+.e.1 t+.-.n IUMa11 P14.dan elevator"raker Ian• • sing-aeaJleg Sad v .news4 evacan 1115,111141 i41 lesclean eA of ole single [aper Sefapet news Ii lanae aaat 94anIN00r St a r et egad## UJgI tan Lift of e.AM6 au••69 lewnslgretuo Jar earl# Sw0y4-Ref Idyneam er mM4 wrf.►+aNe tU-'ll Tuewf. WFf69an1 M111 Llnr Ka.Ili,ate#fat Msea Il aw11 MYtN"at1 Tu fi'6en1 C-a:+2:rw1 Tote- Laying It;t .s111e Almond rathlwe 9-1%llf easier with TYrcr s.b.lr tan:•+ -A591811 Tfstge lo.•11nd whens h■mblhJ meen.or, u111r411M Oro4p i1 Ceepes69of Croom Ives all costate nlance Iver l cath r:-,.I" ale A•••L•hb Jr{fa Of $1491811 WAGMIN Owllwl P1611.91 mhtllel yards#Ca+rlflg I+-ry of 0.fall-te 11Yns1 fmaeator69 deovtlM Daae I.J.to al"mNaalel 1i&#%.a Machines press• 84 fait-op.esor411 rumps ewes 211 holding Ra9blao9 1{a•.666a agent than or 6166111111111 4k"19-164 SteN.m bhrocauller IN to And In&ludlal 1 Co. r1. ■.r.g.lr Paeth" 16+0121 IW to and Ineludlny J cu,we. S.6.d.11 Oeewp or 094 find P314 Pifer as slollore fest track or Dual �.• fJrrsleansall 2"1,k"al"loader Sees 319 to. re.6 G .9.e.La raloa de f+7W2•a td.-6 Ila.., e++ed.le Patch Plants I.it of J[lle Can- rl she "all Sae%Aatre Ned to enJ t"Lanae J 9r. 14.1 Wrong att•annalI eras.$..I 18.10.1n.poaora white en Algeria, 664h..rs, etrtarge Crdsw8 ones scot of tons, Y.A.-46e.4 Gat 4M11y1s CUd.-Alla WIN to 04 and,20111/Om 118all 66 gPar-Mgdr,ref Uel: Ic6a w apply w leesvis-6 l:+.Id.11 re.rf LLs.o U. Cln•a'al" M49ll..ro. t.p to el" earslg . tr tlla6, 611 411 n 118116 a 364411a'+-1811 mgham Canleear a In.•NLai 1•+. we. 4.1.911 Sewn el•b 1169111A eep{•Id SeN•pa.,.N20 f lgn•hml Lme.slb69 lots"re Ames 30 Was L.gt ILeL16n one 163.n•tlrr Llttlnl misco Insisted varntM owned 11 female aawo-Uerd Ifrrs:r 1+114.11 I.-bile 8..4 Jordan lease#Iull"46% shiniest FOS& 9 >I feo.:01. lelf,losi.n-I 6Ps4J3e.Led Nle ealtae11 Cast 4rel Lal"&.to Ons TUnwf loo by p.rta. h19r..af9. ,l"lse and.1101.••16114 06.1.1 troy of onela AN, eat IlnW res leaaef-trl Lida. J..naaae. Ilsa.ral Wille w Meal its AnOwltit Generate ftly roan pores Autanstls PoUroal Ne ' pace 01 es.l tee eri.1l I Wrnanrsa{a+fa CYeb Iwd/ar Gfe ca& 1141169 whine. concrete of Astleallg rortlwle Cdrba.1al Port Oa•.fm rasa# Tel•w.el Canso Instant ..6116.11601etttenvan# Cleave sdh6# leNgo enJ slnual# taros Jerae,operator seceding star- Igr82 .i Ll"&up t0 aged ladiessay its&.wU# Certlrmwo rules Too , fan• ate., It.9-0.•:811 Poster Isotope 4/,061111 1149e0dran lava J:gfs beef 1 so.yd. ItaelrJSM orN.an frond 6v1•olitt 444-A•1 U61e6f<.1rda all alaluellaspnelUs n69e..te powu9tg Self- or st•r1.1 &Ii tame as 0.0811 6..164 Wan rasa e.ntlsall6a leen the ""*%Its Cwri64sm W"W 9"11011 ydt•peplard Pipeline Pa 1,498 11ye1{ns Cabte.ar owes 1 16.111 LOAJ.c lends 4 raids,vp to srdypinl K,-also I.v18r19 0.of •easier trials delf-prop fled and K1.41wl IJ au. 188.38 Hallo ro.slfas RIa4 steps Pa.'s of 91611414 Mu l.•.,u1 lelbr4 mJ•isd Tara rd:aseo a1:P T69w I..s.p6 ,� n- Wr•1 else 1•.rllg-""'III rr..*aaeefse. Cla+.teitee afytiers.OeCe. 1111ea-g seeing rot,:.eat.faftele fall fvrwrtlnd tractional R.Ks,C.•Jralle br•r 1 rJ. aha eg to wJ Iml.emrq 1 er. r4..-eels.## I.Wr•1 Z"ensu ralru4 a..nlaes 16dtsp:0 pmpd1li-r Ja Wf MIN End i•rfua Amann# A.t•r-Re+a#Iillrl eg6lprtt Up M and Lnl.ldr/ tis rg swede sxulW 11 Imp to.+a asw9.J1wf 15 Co. red. •gfwrt•0.r.e•11 JI fel bpthl Mlle r. il-A C•••raewr train.Jlggplo r•. f Y P iYl$Inn Po.e# Y.Itsll Olelle ' Sfbvp ad Concrete C...swag of ClwlenN Sony. Trd9l of LlYltwnt • Ratio r s.nser-Utes Gruwrl0y DIRCURge Weak tansfo"9arreall Uis e.vneel #brew le,"Ile go applel6 C•+Rrete eaasmy"#0.114141%[too Vere n.-1 19110018,111 6f 661ns1911 TA df\GLOI Signed CIO-0 R:Osle Met fe16Me$1 919114.9 and Gals"taelelagry.1011821§141 I1142 to male#-y 9411 01-11114#Ifa4eM9 1W111wy atleLRwa ahuldll vr1988001 Nipper to+aurlierra. .alma dealt&far lalbart11611 Md 131&9 mnnr ..ff Llstfa al"Tawe CtaOso Ind Oe■Ila tryegl I boost Unseated lop to Mill $•Amann P.-f.enJ&..4144 tfiw•1 4"aal 0.496 Ina %.•also � rn AN Nd.4ay R/ed.pd.pr Remain Mosler Cew(erea AS Wel Opill Metal r/a1•.•d.••n-1 as.11ar1 la11gr+eal mans ra4rd14a mala{ 11 of -leg devull r+csm4.4a11 fltlr491.o1 ipnaate n4:na"m (aapnaab 941M9.96.•er and Uvlarll met.as Stood mute H1.01.4balol P4+2• a Sooner H-as sal"Y 1 . INAM&.Apel .1N of .1U.O.9 C•.-pd.s+g M•I.8a.2Mn; tern-ht 49.1069. Values Nh nM Y.ReaM with roan# P69Iealud#1 rJ"an fart\wt.61W.910 Ca•air+:rn Carrlhate.al p.M 1-ma.1 K..ws-a g1P6- (41.1 IIO tens 1 fabler Iw9f l: se .SJs.1 go U e. 1"I.1a&a eel None galfl. rips CleaM41 Reaching Itfacler propoNed al"amwbrull g Iee.11 M.cr MaanN 601 asi:ho ItA6f T w. p41$.6.6.e.0 e4mleg pip ml eppl.e 6a4hlne Itlse9of ptspellgl Nina Nir1+W9tfd16 0111 610961940 1,1-1 Hail l-prrinM Larth Igrlof maeelass 0 W1te wet T1 e0. Fele peed#Rafter 191•66161 IsleseR asl•tatarl ads-pewpelefd t...%errs I6e1sq hle/mO m.he.Ja Mwi f.eanets {l"6 1N so.Idle.Sas"Real devllr la•M.$ --% ale%ORO of rang N.P.C.1H blt•Pfai.itea Lde•aadal goods pl&wt Slasher 11{dfatees Small labeled p+alR(mels Sell Salem@ Slog Li-/r leader leeef I/w.IAe.I • Tesco tgpe.Wd•F4 WNe-typo datlllhl.gvbpr4ns seat it It.depth am&*11-Ce seromas of Nlleortar 146ew ate/I1 aeetfc sea►)t Group te aun•ss..ue oaf •1661.11 s k-beat plant"to-its Gat-tw-Raee SnemN Gmafdl d legummial S4.Ip"6a lots-awylnl m.-%n . C0•.+.na{Inw Slr:..q e1.3 Piece 01••114afi t.%••:ens 941916 lola.L 1-rllgple r04tg1 lasell N•48IRy Sab814 4-f-2091 U-401 Doty trFeadmen Nisar R•l ler#S6 d-:e{marl Ount Cha-..16 la-chableal of ethos- , • . FIT 11rm11wl IM Cr M•Iel N.eX. It11e..rcr8 Ma Seal waehur 101 stdutan 9+1..4 aaaacr#L..r•r Imp w a ynaean weLama41 TO•n,h 1h1o11# PIW_14 faeaeble CN.hl.l an-I 9enanlnT Plante# go,%C$11 0.14-1 Tiled Larth- North ewlns 682f•att Imp am al"s"Irtlol 41,cu.yen. •Steve%-0.6.6.31 W011le.T•#+leo. LN-lo, la. 21. 4ml 29-11080 PwJ99 T18.t 808res fei[- pur-Ile Mrp4cmf .let 1..4.16 Sueepl.rets 11.1.r Leta Hf Ism-bot Steve of 61-1109 n1a11wnH6 21"9"do&"acrepds Anssrs#Teww9hdn0 lach{mi ' 0009 4 it.4•pthl A1•M9e111 Seears Anw9L Rale R.clnl m6ewlea Raman Mod.-shed la"@thee 8e4116y Pul"ll egalpwasto WdrOe 6110 a so" Ofa.F n Chicago ss..+nl Cmhl"tloa g sl"c.PwON Il-wIs011 I -mow =1Mttew Siegel mines ami/"Clsaneis sIp2N6 Coble-by U tone ' 6104 am',estate Wil PI-Lift M dollar ISO Be.0f wells laeairlo Ragbane .a IpmWt aided.a6ll N ours%typalp"aaw bith be"W4 me i16pp 1 . N w 61814"1 MW-19 North . ,. . .. SECTION 5 . • . ..•. •.:• ... , s /. . 1 r SECTION 5 /tusk►to,19..4064 NCI10%064 b. C►17.6A90 ' • fear N•.ar [Mgwe 421/ fA.M 6.•.564 i■/•MN . ben M L f /wage• V...l w •d••2j /11CI M 193 A.1.01. I I MMf /wdw■ Too~ 1000 CIYJ:•..11IfAD15 I.M LI•JCs«ltT!fl tCane•d1 AtM.1.. swift. . 41 l 112. .ft11 . 12.9111 I.@ of P.-..I d11eNe 10:115 COftif 611I9ml■ I./" Ibr:utr 1.'7'e•hn•e1 94121. a 116. 464..Jet / • Iw•.xlfele. :U s• 1.wle 14n. .21.0 tr•r lir t.y It ffa fe:• u... of .rra 141, 6.1 ww121 6 11•. .•.21 ofrerrrl.e•list INC% Iris IredU AP.YH9 U 1b. •hill "I:.1 i -/14.491 1 sa.air t ldl. .9199 12n17/ 14n. .nn 14.•I, ZI.y21s Nw,Irte1 IL Vag. awl India/ %twat 19••01 1141. ..{21 140../196 19•8111 ft 1111 INWlO 1649111 b.-.aft la.lft 1 rem. ks. /Ver. sea wa"#I Vas. ' w21fe Isar 111 bawl w False • •� aet . 1ru111 Is acts test ple- OI anv21e re:121 Uvice LAq botch gowerar N■. •IOb . 1161 lot% ll.tt a r ad 0.4 at, a Vd•. wnef 126411 /16.26 1 9.196 .16 /1.66 . sprlerl..19 list feet logo shall y:I1.1 11.6.1.11 bagdo &-ni s. e1Y;/111.CLfr Iter 1.1 .. ran 1 1i1. .eue t 0.111-1 rlr.he 40.1115. !■.NU t_.•4r e.nu breis f.ad•gb star. era tlottlMl9 ' If@1 5.1-1.1:•.ex.... is is I A's.41.1 11.411 MAtft t.b. 4191 I..•lI/ �• 04./0111011.awl LeAv1 /n 11.11011 enrts.et•r■e / /.N 6.116 w 6.964 1412.11 p'"wif a12N sells f11VYr loome/A get" � J.00 so.100 9.191 •7/ 1./10 /eats. 4 ads. •a..aft 9 B"VV am INOD I ' 14e.-1161 1..•111 t••V 14 IAIQ boil 10.4141 3.395 .1/ 9.64 Var. 6,I..gee •1d1. .•ul d 12.1119 D.•peerp It 1x11. and � Nil 11164@ MAAAJ OtNIL 9421 5 e�t. .uft I..nll l STIMC A iYrud !4410 1.195 .H I.N ae .62 11 1011, rel.wort• VN..r4tIAr.61i mail A:IfA11/ 1-. r 1901111 alae INNI f ■t eJ.. w rub. 0 'J". it Sin. 16 140. thfeolr to/011.1 14116 3.191 .1/ I.1.1149219. Ig.Nlr final..wastalrl 14 !Is% 10ICL91 isu/11441111144111p C10. Litt irret IenMwlr Litt 11 s%l•..11111 st UIIpIH M/usage 1.500 p1s.1 1430 1.196 .10 1.10/ ■: flue■/ lair pe••N1411 so11r/919 E` 9, t 1Jo. tea wwa21 t Ids. - JMIt[IN=0 f11fce110OC1 a:1C motel 19.•10 L/.N I.If .H 1.64 $ 15.60 elate.0e/■edt/ 110.3L6 9.910E .7/ I.N imovi 70 osa.11115 IN=. IuMI 1.659 pll".j 910./t +.110 .H 3.64 fMN7If 6415 0tIf/16A 10ess Is VAO. 1,111"ll It 144.1 U1140 0 9.164 .N 0.1110 . L'f• LIWLt COdMI NDMV911 fides R 4177Mpf.10111 Litt 101/.64/ 10 6.166 •110 /1./10 q! �.1 0•.119./Ids. owd tweiwdlly fAhA91V fu..c6nt« i O 19 pea. u1, I•.e111 1W7. lwndol D I MAN 9464 .H 1.10/ S jai d.:a r~I��Muita7e111N ENC/SLIAt11eAN Afl9fll N.ql WIS .H I.N •j41i 0w11%i101•• 11 611%1"Ni VAt1M1 noel rwa.I 11.No pt12d.19ut s.v9•f■lea 1.11"11 3/.6410 3.364 .H L.N N!1-e"9.1••21 Igloos stns 4,641 td.hgl11 S.N. 6 Ib. W1540A 1110CIg/10111 MAIL orf Inclwftwl 11 tat. ■Stec 91St Ince 11 sale relill l9wlll be,.W end/el w Isa.619161 1,611 llwst 101"1 taut, Iar1 p19•M1911 IN••hwtctl 0.11Yes.11 6-418t•Hs. 6 Ids. add aeelt 146ma cited needsc lists slq 11 Ids.r9t•L l.bu wets within 194091.149 bedll O•ryRs1 Is 1M• 9w11sa1ct11A! 1/.910 9.964 .10 9.do • • She IMIs41n9 to I0/•«LN levels 1/.116 L.16 .H I.N AM114 7awCn•OAT' h 74164'{ (1.696 1.11. .1464 9.060 10141.1 110.111 1.111 .H 9.64 Iwwl OM 711Aaf80/f 110ee9Me,lerwq 110.19 9.966 .H 6./10 411MINA7II:N rgr:%Ug%m at,"1101571 Isobel&. . fhAglf Nb""AIM • . MI■IMI9atN Is Ida.ses 141.0/99 1". 0hfegO ,don, Walt a 146.1 1/.6410 1.966 .1/ /.N N 1064.1 M.N Ld10 .110 1.64 VACUIN �a 11M Nal 9N�6.fso6so 09 0.10i 110.646 1.9/0 .710 I.N wry«415«I41i7 B10 l..a HMA-16 v. «9f•IrsN1 64.11/ 9.164 •110 1.80 North North , tt., ,. � . . ,... y o. • - r .. ... . . . .r '• .. .,' ,t. , .. • . .. ,1• .. .. toot. , ..>... ,• ,.-SECTION $ •r. ,. I 499I/1W 114. Csl#•Hai •• - .. M1Gt4Ipa 10,. sslfl•NN ` SECTIoN 5 Md* 4�•N aw.6n.town �.� N.rdr SM. ffiCr pelt*.a! tGrwNJI loom 111..4lw•Wt l.rwwh .. ' .. w t. �r4;a.t•a� 1#.1. was ►mous. m*wM4 Ta „ N.rlr •�. Bills CLMItr gACdrge tow iw6 N•• /e•41f4• Cs.ux.a a"I.-Ft 6a hti. ,M dadfe la,wN4 W.t . eMfw)w Nis a1•.W r w'w N Wad, aS rJ6. .a1#r 14141#1 by •ager•Clot ii ifs. .N lavtr s1 Ila.of..off as 1W1441--j 11 res. •step ads.*flea 16.1111 C.1r•IIU 11 144. #Does to 1Jf• "a a•iff is f1#. 400 lari..h,a Is#b. eggs$ valet Woil pow,*gsr itM•r 14 It*#$#s 1. .tete W.'s t1 Ida. god those 66 I80.11,11111 foga. Cal 1+i.J.•y Is seg. 1 Iex/i$fflimaftor oNat 1.406 "Sol it•.to& r."61.9 sh.or l staftsfsagtol torn ae saseolag6fl t9 els. t 1 low•..forq t4 fie. . dt146 IdfsNm 800,a4ef So 144. .nal Ir..:11 :•ib 1406116 t Wad unite is big. .4141 10,.111 604.•..11 It#a..obi swri.Jt" labels I III V1o•lalro emwagst• • It 146..61.1 :roe ill 11•.at �► a1/.0-16/YI•. 41.1 awdlt is Id$r#.11.141.10....Co.&*At.. ^ fd•. .1109 tf.011 6 Ibl& 6 1.166 .16 il.if Mes at.so. 1M laatw4tat j to b41t$ lowest a 14.49 1 1.196 .0 61.6096 CIA`10 srW6M11 lwl o 1_ ager,9.04 as off.Ma 1.m.M#. 1.1-1 left !1 IaetaJU*1p 144. or ACIP-14104'..4'..e.a.6 1.014 1.116 .11 1.19 i 1.1#0111 a.•r IN M•.•r's iE laatb41of so fig.-0101 11x111 Ta.Kd WIAW.'41 N.f!! 1.196 .19 1.41 + o4r#•1ese looag is fib. 4M r. faeta41••1 6o t oo..0109 level$, eau C114.'.l ..t:►W t.,ro a0•C•tee 419 fah. a•J taai.alltf 4.401.4Mv041 14 Ir#. 4114 ► so via. -.4.1 artiste said$ 1041.4604:1 11•..4101 f. fd*W to+.n.14 146. •nd 104.111 C.•:•.0,,u..,door dad IN1.31111 if 101. ..141 1.4111 f .f•,y 1#a ug$n ..1-x4.1 Is e+ hw.• 14 81#t4.64a:11 Maalox 446. 4114 1..L.0 1:1 196• els. 65 666, sta sataadims 11.41 t.1ri .!a 1.19 sstea it..'I# ..••I.i1 total = so vat.841#1 level. 19 ago. 4•.J ing.1.11 as Ila. .st1f 11.••flt 4.rragN IM*f 4YN COdr$IfbrAtea ball., Is Ids. PI M..allot it Iso. .0,000•sofa so was.awe{ .41es 10..111 6614 140,165 logo. � 141+1111 ss Ids. .6141 ..1f to fat x I#"I...at 1111116 w r:.afrf W.doll it fab ..too 16.4111 1.4.412, J tar t104Ir.Rn1 H was. .4411 at.4191.•.. ..e44 11Iis. ► i 8016111 a.•..6.6w lay, 14 sa,a.•11 t4 1j..14 Taw..*INV i fob NY u41s44rat 1t ad*. ' Igs•Ha4•.•$.elf n..Mot bagel 1d.Nat N..Osgsr later II fit.fad I•ciYdtnt it so 044, a•1 fatt.f.Mg 96 few. 146..4101 10.411 96.191 1.916 .14 1.19 vat•$ 10,011#said@ lateral, .666 tame as!d$,did lae9W110f Its fob.agst le.ellr.Awwa Wad s.a..lT 1141■1*!•• Ida!6am•vasoo,c•ocragm 864. crier.weft ft 0..404 1.V llal II foo,rggse .0,0111 664 f".1 to qHc Ifeeta a•0,L.oe !/q4.fM �" 91.1.1 1#191 dt 1.19 406.1641 is I•I...&tog 80,•/ll W,.ngs 16.•1 is win. ar.$ 410,4041.# IS gab..ter :.rale ".Nits$ 10.04 14 140. 8a4 lfel.4lf# It 146..•409 10,01ff 4"sale. so% We 4114"tali ,,allow Cal 110•. rest@ CC41a. N1"a,4lstri1#. N.1vae•.601e 4..114 sW Hasler safe.gYlp a4,_I 0,"t reef#.1110#14"efi*of NW-18 1041 Uv 111 ir16 s+1 hat 401:.1 1,641. 1.06 61.11.16 1 North at 411W Poor. 1#4111101 miss (1 • Now Is 9-0...ON to 101# and #Da1.41./ IS ft..-alew 1.40111 live• late rte•4.411a.1$.4114 1#w.0411 11 Id$. Cad I1r11041f4 Is Na.dgs1 lexis •10.19 6 t.1ri .19 a.1# aro&tlafYr IlesaMa Iww ' @a w,..e•1 it I-it. oaf - Iwil.dhp Ito 1.1%. tau IH4iU , i•.w!10,4.0 IS r is. a,.f Irw is 1#04 +•ogwe••��as Ids...10, I...If I d.q+1419 ,Mee 1s raw.aM tacladlaf 66 . 1,66.Volvo 140,111 aworag11 Info +ser is rd@.4hd lfa1.4140 So too. r bags! 9•"At WILL 11610/+ua. .■e&ease 36 was.W 1w$8%,11af 1,4 fda.xt4r lewi##blogaa fair aR•tlK10*wages@ ago.goes 61 p".aid Iva9tdla4 19 . a" going bill 19.10 i.iri .N t01# MW 17 Borth i SECTION 5 4rCfi..N oa. PAff•$Jga • IIIA 1111mlfluld par .111 tfsinert arautm *•ASIA 1s G1109.88 Mt Iwiuod eightaAfgo t N $=slow 0. .•arl.l:y0 SECTION 40,1nod tester. , *&AM to tit.naw 1641.404 to the dso16lpatto W.ff4is16 ., t• Ir/iMi hlor rh1.h 14%ora"PON tow shi/ y .. ... NIA Ot/tNtTiaNs Hol . sod rause lines N Nees 1 gad 1. "M INSUIPiLLlll OrRATON$111.te dl Ce...rM-6/n 4Mr Sae 1119 alarm au the fegoMtee of tM sr08mrs IM64e Ynrrri.to the N.V.%proof at germ.%/p JAN. raxito two ilne*f TIn.the 4.16 p TMae6.•.tMt 19 1.•aha-I.L. .so 0.8 al I+rn•hlp 1:0. romp@ .Le lips. too".1...0..08 to the M.Y.&,arar•1 frw..b.r SIN.C-40 b. fl.tmae rutatlr moral she fartsarll line of!*r•.$hi9 too.4611fdoD TMore t...IhrNp to.M f.Y.termrr 6l. 4.wosmp Ms. apgo ills tM Ia.Diable+8#1416+to its i.Vs nsn+s do towas61/Fill, ifoar•fafasir it IM S.F.cachet of Ca- Wr M9, rawp No fell.91.81. WILI,Lase IIM and wfilAUf. 1Mmae$4.61-019 to the L.Y. telMt.1 t+wet4lp {,N. r...r W. TMra,Berthslip to tM 1.40.calmer of aanofatp Ifs. goose at. Theft@ .n.♦1.IN,IL.6.1.u•nfis fl 1.r...air o.., Is..,-4. 16*taa Lmariy se its S.V. across all township ILS. Gaye All. Theo.. ...tali.4,for S.W.."Nor of 6.w..htp Ica,f~ 90o !Ma,S.rltteir a$h•S.W. .Oscar N 69-09.10 Its. most Ste. Thomas antrelr to Of 5.9. 4.1611 dl.t.xwahlp I.N. of.&@ two thi64t frtitllp to use 2.4.than.1 taw.ghif Ile.ramp Nit. lMh-r h Bibelot to.6.01.1. totwrr of to-Mir Ate 16*.s1'..x14.11/co he S.Y. .1. dl ImrMISO all. goals fit. Thface Yr-so#1e to ah.N.Y. 6.10.1 al township 1-4. good@ roe 16#.C*1.614111 t•4M sot. ar..e of Irwn•1./p M. fees.too, rMnro Mrfthsflp to the N.t.solar#of 110-21110 1SM.Boos!w. Image S-Owsit e.It's S.Y..4#xn of confined IIs. rams• for. 1611•*lr#anit I■Iter s-i•rape#Of 180x6619 Its. 86*48 Ill. Theme Yognip to the Sob u11ner*1 gonFNl/ ILN. fe.6•ItY. Turves i.e%n1y a to.S.U.•.-fuer mf I-Peash{9 iii, cargo Ice, lM64w Nen orfs to too N.A.corner al teammates FNr.favor 164. lwlllFg x64 the%..choose sow of rap Cawed. 661.66{soloist Sarver M@r#ffly to IG0 N.Y. "J",of fe.YtMp till. Cant#I.W. elowd she Southall?(.."Gall df food loaner NalThsroy t.ts,N.I. solo.,Mf {■.w.hlr Ito. 9.-.08 I We Ca..61 sod the Southerly MxFdall of txlaw Co ale. n io@ id. Iles Veltrtty to the 01.111,gather of sum.611,lest, ease.I+#• . alar of s•wn461r tst. ads Its. Tha64.110.1Merly to 11.1 S.W. safe.r of Ixwh.slp Im+. 6&.l.I4.. Tho64e M.noretr to she N.L. career of tgwnNip its. nets Its. 1mmm-teaterit to ahe S.F.go#-#all to-ship ion.rare JAM. thlm.eUs-I.ri9 1.IM 11.4. .44.11 o1 14. 1,19 all. fewer all, Threat 54-11-11.4r ILv S.Y. ..Ire,of is-mslap It,, gasp we thefts M..gMetp t&of.P.C. .xuor of sNwaWM 116, tw t pot, lhawe Veggeltr co IM M.Y. eggnog of pw.6hlr 119# fears low, lMrwe Ynro.lo A.the N.V. r.1a•1 01 a.vw-blp 116. calve pet. ♦ TMNo s*xe6esly t.16.S.W.$a/mar of to shop lW. fends two SAM#Mffebgly 4.4M r.&. urges of t.wxsatr INS, cera! Ile. • image teraerly a Ke list. careen gI to mair$&No ant 160. Thomas Ner#sltr to the 6.Y. &xlma1 mf township ill. roods pit. .I ihi64e ff-1M1sy to gM feV•cede vet exwae61p IN.gaµs eta. TMmaa o.nMslra a%•M.N. anon d n.rohl► Ifi. 9649 iLI rfi Thecae facility to aM sot.calmer of BawnwGlp ICN. on.$*III. latest Nelatilp 4.Cts N.V. amount of township INS.faxµMe � 1Lnaf foretellp co Me$.Y•calmer f uwne61p INN• feN#r tone, lWoa".fthollr in ISe W.L. r.twr of 10-6%0 11. Bank@ M. � T%cote teas#ly 1g she S,C.:Marg.! awnsmap RNe nal.s1Ve Smarr Violator n for M.Y•former of sawn%Lip INS. long.its. Shoals ioethroll*fast ahw[acorn some al Cause I11 tf n@ Income o.s/Lnlf Is 10.8 use. .*#.@I of Ixw..rip al. tax$. 149. !e 46 rirttir 0tern 0"1.49.4 fl tt pwfnw of Mtfmw. Gottionto a input@ osollt Ba 1&$P.n# coffer of Nonmetals Us swat Itt. r. xtthe.$auto Clan Cassell for%.sAat NILI6 the lolle.I.g longs 160644►nrtmel f 10 IM a.c. Inger ri to-SPIP Ls. amp IN Ili. C* l-Lfal at 9"N.V, sonar of s-wns61r 62, fey*it,vs. Diable&*#.limo Mi Mae#A.N. lho.6o 11ecoarir to U•.W. solace of t.wns61p SS. ruse net. 9 . >t Tff*c f so au16.1M119 Alre.alm*a Ike S.Y. toner al 1f+skip TLeKg Motat#!s co the a.b atner of townt64f Sir r0al@ 110. 7MOH Ynso11g .ale M.Y. repo of tawn.6lp Sts raup Rt. Image s �a 61441 prer#tea to tM bo. $a,mer al$awns61/)ts !Mate Msf%11 Ny a the s./. 9.1088 N toestblp Jos arar #49. .gap is. p 16.040 Vs$411sy to alar N.Y. gather to cownehip 36,nmes lot, T4r64•to•nottalui / * Thomas WllLnly Ie$be N.C. ulm11 a grwnshlp IS. rang@ Ing. ~ rap.t, t fUoltbw b gM bt• a$ael d uwnNl N 16684e Yt$/6109 to to.N.Y. rolher to.an61p ISI th .i. t Se to a V$-tally Algeria$*90 the N.Y. rMNot of&*-"chip acs160.64Marhe11y feeling IM 644.saebls baseline the P.C.P.CtM . Tool.It, n toe joint of m 1 s 9 • s*nf#of t.-wshit in,roods its. $ 49fe 1, f t w+Ir MIN lrscow 1m g vet rl ihi64o Vfe161ir s.ahe N.Y. alm•r 4t ten.►%► Ir, nap Its, fru i sbg %mai.4rl 16ag rude of oulMu Cm11tMMg 11aMg iM.co Batchelor 4.tat N.L. Coleco of to-mall.7s, rims Its. x• pa "a"*Nrr#&tty t.the M.V. offIst of tOwnutf OIs torp Ist. tm blloal0u 1fFor# 1 Raco TMNr NarameIt To gibe 0.8. soon N sewuMp W. Togs 449. II onotownship 4.the fes//16%keen os dato"sNn./46 SMMdt N alf aho9;N. never 641 4a111lM 4.M.141161046 • TL@Oss 1.0-1.110 Ia the N.Y. .dg64r N t.-Fship ties rases 149. mSea,Tmove. erely&long tS•xaMfir tsa of township IM to tons Thar.*1.911..119 I.toe h.t. cued 6f $rwehlr 10. coxae %K. S.V. ,oner•1 s•n.nMd JN. 18.41 IMo telae V40.14• Ix tar N.V,asreer of to-41y,Y&. nwd.Ill., 1m.6*la-torte t0 file 5.11.""mer of/f.as$L1p in,rope We T6•r.a L Ilres I.t-ere N.C. caw pg of taw.n.p too, #.PCs Ili. Thowo Easterly afoot the No*-10 H08lina n the S.W. Isomer Thal•:.I-t I.Sao I.&.c.rwf of tm.Fship It*. tor. 149. of tewnshlp 164, rasp pt. Ur •A% it I.1r,1.2. ..resr of 4-Ne-t.tr It". I.qm hat. Thme%o-1heNy 4.the S.11* anchor rl nassalf If*tweak Ito IL 1 r 041.t see 4.1...1-f of $.•...Ales NN. Beef. (1•l. Tatmas fasualp to The I.l care*,of a-w1Mp is, ab,@ lf, It. . •'Ni•#i.4.oil 4N.t..11-1 et tr«,Nar 1W. Fees sea. lMaram atwmsty If the S.W.former*i 16.Mth{P aS. ganef It. free..Iecooll.co U@ S.S. L64WI al I04MsM9 KII. 1M.re lit. TM64m Castello 60 16.S.b 444411.1 a-n-le19 Ls.16-60 AL. %.111,11st I I It.M.C.9.9001 of two+Lop tln.gorae lit. losses N-ra4arf,I.lot ft.l• sour of a-wn6A{y;f.go-go Fes 14.wr Iuhll.I.%W 5.9. %#IA1$M t1.w..ld9 IIN, $auto k.c. ThingsYntarlr to#Le N.Y. Calmer+1 aew446tp 1.. sato It. pH4to S+Whetly I.gas$.Vs 1a1Mt of 16wnNNr&M.#.mires IIC. Image 16.I14sllp class&*$too N•W.Igt 66MIstg to the$.Va lm64*tuner! 16 tM fat.afar all t.wecMp IA". areas its, "4-86 of t*M ksp Is, COW It, TM640$molbc�9 I.at@;.Vs 418M1 N township ISNe lends Its. Thg64a saaasp glwef the"rns*Ids 6ratlhe To the tab"low,• . Tom*.#LahtttlyT ex 4M S.C.ugwr of s.wthfp 1V#.tshde lett 6I$a-aNtp In. amu It. f61+.t%,.I%11.1. It..all. rears.p Is.Fs.10 ICA.fsryr 111L. lMwe patiMriy t&no N.C. career of gown@Mp e". rasp sea tet•.. n•t..1.at or the li"I"In It"of sownafNp UN to the Iowa wanrlp to she M.V.$also#of&@Maki#on.end It. Is-' . • ..Iver.•I ate .uop M C4111e1Me' I6.N6 Dartmoor 441,tM MJ. sumer of 16%.619 1064. It, 2L... 411 es. .Am..,M:r#hrrlp*Ivey*Nr tater#boundary x1 1#r .1 al.of.4111.1.04 f•aMr M.L.carafe of t.mns so too. Total$1.eolel•t*tang the 6.tsherty Ithe to township time farm Ua helllc•e.eons th•64t Ye.4n/1 t.fit N.V.its"#of 4f-eah4r Its.cop tit. ' pus I for: footnote fort parties of northern California Iheloded talk. It--r 16.446..11 1.it.M.F.snot.9 to- Omr 4.41.$auto ids. to the 14/198.9; offer parr--.6.611 on 9M M.Y.##$.ar.1 4.wn4e11 IVns four*soda C*ranagis.•e the hNlhorly MNdely of the stoke d California IM..@".#$befit to Ike N.i,6.1000.1 nae-Isar Ito.#a.$# be. at Nu a.N.gems of tnw bip Gema lap IV.M&.Diablo osa• Sha&.:Ge Ice It Is t6a P.M. $Asset of coueshlt ISN. awe-we. time mod MTlatens - itt«e a.tnaCty Igo car 0.1.vecon of tmw..Mp:No I.ye at. Ibme southerly to use I.V.gather of t.xNhip W#Carafe IV 1L@o.@ 60-1@nle a 06.N.M.Israel of amos.Glr$:". go.a.at. 'beefs sell fly to W 5.1.alNr.1 uxoship SAM. nraie Me i ifoeer 8.1114..419 if the S.M.G...*er.1 e.t•r.%fp lin.ramp it• l%eNd solve% If N IM$.Vs gems of township •w. Tome W. . �mYl Tope.-e-$44 e.to go Igor S.L.toner of trwnmr FIM,hard 49. Image tatmrty M of S.S.canst of se nMip 410.some We 1► x, hews S.npnly a she N,L.4eawt.r$.-Ship 190. lease age w TMra Wt iselly N les 0.9.saner of township WN, ggmm We (� 166.0 Y.9.914 as IM N.Y.un ce r/4.-.kir SIN/.arar It. M the hertMrfe t"-*Icor.f#Ia seers of Catalog%&*. lban.e 6+0%.411 la aha N.C.calmer M a..wn.61p las nhp be, Van*as 0!...6119 mIN$ {h*Wf{%fly Mrmgsy of as State o1 11.64*11.14.411 a the M.V.pews of forwNlp JONe #*No It. C11141610168 M am paomt of%.$NtalOas formal 6,##An-#f a{••w the he.Diablo Mrid.sm 410 abs P.C. etW-i9 !1W-20 North . .••I1.. r.r.r.,, -•ti•lrM.w.y..rY..�•.••.u•.:t+..a.:...,rr tt:it p,tm:r:r.•.. ...t• an ft:';+:•y t•: ..:r•«.tr •'•C,r.r•.i ryr..'.,t: ..,Y :t � t.� :,fr.�Y'.:.t..+,e,•i.....;&....1Lr..t,...�.►e.;:a.lrt. .t:r.:.ret:�r• . .1• , .. SECTION 5 NDDI/IGTIOIIs ,. FFD01AL 1191!111, Vol. 47,NO, 199-fliDAY, 0001112 11, 1917 IODIilaTIMS p�:tOton w'tic,�l7,sm�-tr.t�i Ill n 37x3.5.0...2.1 19. 111 1 gw..•Or.t•f.n«n 1/Dl/Al/11919T//, VOL 42. 000. 1ff-- 1971F1DAY,OCTA/[/ 11, If7 n•..a.,Alpin•.Aw&n, w,tls LM. • • 41..eraa,64W64,Ontr. ' SAN f.•./r. re.•M.. 1 4 i� , /M1/tn1 M.ptT7•l730 Itlwt'411 cwt.. 0.1 Onto. at tbu 4Q, «,.i.. /a.,. h•.a,.GI.". ra:.,:dt. 7..•1• 9•.11• t..., til,f•, Mrlf.1 Il,wlt I tY1lya.a...1•114:{,w.M•.&•a. /•+• 141■ f�•Ire Y••ww •U«wa.e. MMt.l.r• hap.. Y..WO, Aw.t tont, Ola.•a. O.enr nto. /Wall bad apa0tl es 8.41 414nita. I.n It.f=. /1n.3o.j ln. t..n•:.o, a-ta W.•0 Opetebt 1.11 •!! .t0 0 . ►any.•two der•. 62 crna, tl.:.% Olara O. /!,:act. O.,larn. ►ppllcetol 0.9414 7.37 .Sf ,t0 1hau1.■en I.n .lf .4e 0 0aa„o, Ot 141.114., 11ttec. "Sun 1.411 d1 .44 0 bl.v, it Pd ry. Twlna. hwlr.a. 1,:.•.1 ir4 . 91••99942 •K O.,u•rant•Otr,neq 11.71 lAf 7.19 OraO:t lea. [•lll.rnle &al•t.. 4t6.t.fae.er•nta Oral roto al. ILWI 9. 183aa4, tale am H tr•t.rent fun.mu.n•• u.p•lUonl 71.113 1.94 1.19 1.00 .10 Uyln•,a.waaf,41.9.8.8. 9naaalsf W Sltcf 17.03 7.01 1.10 1.00 .19 sew i0yuln,St•nlal•,u NI - WWI-4+Di.ntb• 811.16 St." 91.00 e 91.00 het..Sime,l•Iet41 Alameda an.l O.,tre 4teu erA 7ulOn c►nntl4a WAS .0111 •00 Qwtl.e 1A.If ►.119 1.79 .76 Ol.et 0aul 8081erof lot 4,rot.&., ■.C11443, " •...U, ctrmtra mels. 0•••41lata ant Y,1•.•e Gw.tt"o 71.00 .17 7.11 l7I .OI paa•ty S1-... 6.4tar.nl•. I See False Crump 11.90 .77 1.•RO .10 42.414.nuu,tat tat, fll•latlsset I ALO, 1•14 and qr4 Uplr.,A-are tal.nr-- Oc..utl.e 17.60 1.61 1.71 .75 fee 79.64910,Ot&nte18w4 W 0•n t,nl to u.l{.nls Cl•e• fwLnm4 O1Wt140 9.31 i.00 d9 7.00 CwnUn 11.42 !J! 1.7! d! alae lc b..t �� 1 We1War nu w•1,Ot•n1018Y µtacwnl atee.dltlsrle . tw►!1141„+w&,r 9140 /4o 26a1 W W 0•Ita flectrlctar4 11.17 .90 lt•!.00 1/40 two d4ntt•a 19.19 l.M 1.71 •ZI 4.141 Opllc•ta 10.00 .10 70.1.50 L/416 IY pyo rltt.tor 11.411 1.11 7.19 .7! UtLea.r JL4A",at 0.14.. ber.r. .,d 1,,lo Crest lee 11.77 .91 1.79 .I7 � bin►an UYIM,•w L.r.W.•arae sl tae.L,y,IA Gwntp4 9/14.8 0.91 x.74 7.10 1.11 0.114 It•1•t.tatf.t4l • psl,bneu f.I.1h0.Tg4r6 11.77 .10 1.00 1.11 342Urq I.A Stflply Ms1t erd:.r Olyt.41►u 419 , V1.6-, 11.1.ud 1V1.10 O.rwtlu siesta.r.11n141trp price 3;Jllc•ur 0.17 As d7 0 M..•1 Ot.t•114t.114e1 6 14•t•1t W16.1 9.99 .116• d9 '/flfar hnwl•t,y Ineulle , 1re111c e•tl... mend- a1•.14.V 81111.01 7.69 .0 .00 0 tlarry tol . M:a•1 4enwr 9J9 .If .44 A 0;0..1••Sun 1.11 .100 0 ►s:l:u:r v,•uu.r 7.01 .7!! .d0 0 I: a.n 9.31 .11 .40 t r.;.,.tt:.Ittn 0.91 .a .410 / • Oru lnlrq W:A le. Tattl.Wtb14tlnl t+•fct agl lc.Wu r`.nl tuy . Lee terT1 1 111a Ow tate MnL.lulsr 9.11 .t1 d9 0 rt Y{Y•r Itlalttc deal... two , _� Melw•prylaceue.►heel �. et.y Inat.lt•r. uetU. ._� 11489.06••.•uleelsel 7.17 .10 .01 4 . Ste,+.e 10.01 .1! ,OI • ; UNA /8106t IOU 10481 0.417 .95• .40 0 1 NW-22 NW-21 North North FEDERAL 9-7-76 SECTIO14 5-3. AREA AFFIMIATIVE ACTION PLAN 5-3.01 GENERAL.--The Area Plan applicable to this project shall be the Contra Costa Plan on minority employment. Organi- zations subscribing to said plan include but are not limited to certain trades from the Contra Costa- County Building and Construction Trades Council, Local Construction Trade Unions, and General and Specialty Contractors Associations. 5-3.02 SPECIFIC GOALS AND TIr1ETABLES.--The Contractor's affir- mative action plan shall specify at least the following range of percentages of minority manpower utilization: From 9/30/75 forward 17.0% - 19.58 5-3.03 ORDER OF THE SECRETARY OF LABOR.--The Secretary of Labor Order entitled 'Bid Conditions Setting Forth Affirmative Action Requirements for all Non-Ekempt Federal and Federally- Assisted Construction Contracts to be Awarded in Contra Costa County, California,' dated January 27, 1972, shall apply to this project. AP-1 (C.C. ) 00130 Sec. 6 M (Pink) follows 1-10-77 SECTION 6. FEDERAL REQUIREMENTS FOR FEDERAL-AID CONSTRUCTION PROJECTS 6-1.01 f.rNF.RAL.--The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The 'Required Contract Provisions, Federal-Aid Construction Contracts,' Form PR-1273, are included in this Section 6. Whenever in said required contract provisions references are made to the ''State Highway Department Contracting Officer,' 'State llighway Department Resident Engineer,' or 'Authorized representatives of the State Highway Department,' such references shall be construed to mean 'Engineer' as defined in Section 1-1.18 of the Standard Specifications. 6-1.02 PERFORMANCE OF PREVIOUS CONTRACTS.--In addition to the provi- sions in Section II, 'Equal Opportunity,' and Section VII, 'Subletting or Assiqninq the Contract,- of the required contract provisions, the Con- tractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE. OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of $10,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. 6-1.03 NON-COLL11SION PROVISION.--The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary Projects. Title 23, United States Code, Section 112. requires as a condition precedent to approval by the Federal Highway Administrator of the contract for this work that the Contractor file a sworn statement executed by, or on behalf of, the person, firm, association, or corporation to whom such contract to to be awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement. participated in any collusion, or otherwise taken any action • in restraint of free competitive bidding in connection with such contract. This sworn statement shall be in the form of an affidavit executed and sworn to by the successful bidder before such persons as are authorized by the laws of the State to administer oaths. The original of such sworn statement shall be filed with the Department of Transportation prior to the award of this contract. immediately upon the determination of the successful bidder, copies of the affidavit as required by the above paragraph and in the form illustrated herein on the second page following the signature page of the proposal, will be mailed to said successful bidder, who shall execute and acknowledge said affidavit in duplicate and return both to this office as promptly as possible. 6-1.04 FEDERAL-AID PROPOSAL NOTICES NOTICES TO PROSPECTIVE FEDERAL-AID CONSTRUCTION CONTRACTORS I. CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities, as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7839, May 1q. 1967) on Elimination of Seqreqated Facilities is included in the proposal and must be submitted prior to the award of a Federal-aid highway construction contract exceeding 510,000 which is not exempt from the provisions of the Equal Opportunity clause. FR-1 00 � 1-10-77 (b) Bidders are cautioned as follows: By signing this bid, the bidder will be deemed to have signed and agreed to the provisions of the 'Certification of Nonsegregated Facilities' in this proposal. This cer- tification provides that the bidder does not maintain or provide for his employees facilities which are segregated on a basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the bidder will not maintain such segregated facilities. (c) Bidders receiving Federal-aid highway construction contract awards exceeding S10,000 which are not exempt from the provisions of the Equal Opportunity clause, will he required to provide for the forwarding of the followina notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agree- ments exceed S10,000 and are not exempt from the provisions of the Equal Opportunity clause. NOTICE TO PROSPECTIVE SUBCONTRACTORS AND (MATERIAL SUPPLIERS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES (a) A Certification of Nonsegregated Facilities as required by the May 9, 1967, Order of the Secretary of Labor (32 F.R. 7439, May 1%, 167) on Elimination of Segreqatpd Facilities, which is included in the proposal, or attached hereto, must be submitted by each subcontractor and material supplier prior to the award of the subcontract or consummation of a material supply agreement if such subcontract or agreement exceeds $10,000 and is not exempt from the provisions of the Equal Opportunity clause. (b) Subcontractors and material suppliers are cautioned as follows: By signing the subcontract or entering into a material supply agreement, the subcontractor or material supplier will be deemed to have signed and agreed to the provisions of the 'Certification of Nonsegregated Facilities' in the subcontract or material supply agreement. This certification provides that the subcontractor or material supplier does not maintain or provide for his employees facilities which are segregated on the basis of race, creed, color, or national origin, whether such facilities are segregated by directive or on a de facto basis. The certification also provides that the subcontractor or material supplier will not maintain such segregated facilities. (c) Subcontractors or material suppliers receiving subcontract awards or material supply agreements exceeding 510,000 which are not exempt from the provisions of the Equal Opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for construction contracts and material suppliers where the subcontracts or material supply agreeanents exceed $10,000 and are not exempt from the provisions of the Equal Opportunity clause. II. IMPLEMFNTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (a) By signing this bid, the bidder will be deemed to have stipulated as follows: (1) That any facility to be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub. L. 91-604) , and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 C.F.R., Part 15), is not listed on the U. S. Environmental Protection Agency (EPA) List of violating Facilities pursuant to 40 C.F.R. 15.20. FR-2 00132 • f 1-10-77 (2) That the State highway department shall be promptly notified prior to contract award of the receipt by the bidder of any communica- tion from the Director, Office of Federal Activities, EPA, indicating that a facility to be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. III. PARTICIPATION BY MINnRITY BUSINESS FNTERPRISPS IN SUBCONTRACTING (a) A bidder who intends to subcontract a portion of the work shall certify that affirmative action has been taken to seek out and consider minority business enterprises as potential subcontractors. (b) Affirmative action shall consist of seeking out minority business enterprises that are potential subcontractors and actively soliciting their interest, capability and prices; and documenting such action. (c) A 'minority business enterprise' shall mean a business of which at least 50 percent is owned by minority qroup members, or in the case of publicly owned businesses, of which at least 51 percent of the stock is owned by minority group members. 'Minority group members' are defined as American Neqroes, Spanish-speaking American persons, American Orientals, American Indians, American Eskimos, and American Aleuts. (d) A form has been included in the Proposal Section, to be com- pleted by' the bidder, which will satisfy the certification requirements for affirmative action at the time of submitting the bid. (e) Should the bidder fail to submit this certification or submit a false certification, the bid will be rendered nonresponsive. (f) Should the Contractor request permission to subcontract a portion of the work at any time during the life of the contract after the bid submittal, certification of affirmative action, as provided in paragraph (b) , stall be furnished, if it has not been done so during the bidding stage. Forms for this certification will be available from the Engineer. (g) The Contractor shall designate and make known to the Engineer a liaison officer to administer the contract's minority business enterprise program. 6-1.05 ALTERNATIVE MATERIALS.--The provisions in this section are applicable to all contracts except contracts for Foderal Aid Secondary projects. Wherever it is provided in the specifications that more than one material will fulfill the requirements for an item or items of work, the successful bidder will be furnished a questionnaire. Said questionnaire will be mailed to the successful bidder at the time the contract is presented to him for execution for indicating therein the material which he proposes to furnish to fulfill the requirements for such item or items of work. FR-3 01►1�3 1-10-77 U.S. DEPARTMENT OF TRANSPORTATION • FEDERAL HIGHWAY ADMINISTRATION 6-1.06 REOUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS (EXCLUSIVE OF CERTIFICATION ACCEPTANCE AND APPALACHIAN CONTRACTS) Page in conspicuous places, available to employees and applicants for I. Application ---------------------------------------- "64 employment, notices to be provided by the State highway depart- 11. Equal Opportunity PR- ment setting forth the provisions of this nondiscrimination clause. III. Nonsegrepated Facilities VR_5 b. The contractor will, in all solicitations or advertisements for IV. Payment of Predetermined Minimum Wages _—______ employees placed by or on behalf of the contractor, state that 811 r 5 qualified applicants will receive consideration for employment L. Statement- and Payrolls _______________—____________ PR-5 without regard to race, color, religion, sex, or national origin. VI. Record of Materials, Supplies and Labor ------------- !%.$ c. The contractor will send to carh labor union or representative VII. Subletting or Assigning the Contract ---------- A.8 of workers with which he ha, a collective bargaining agreement or VIII. Safety: Accident Prevention ________________________ VR-g other contract or under,tanding, a notice to be provided by the IX. False Statement+ Concerning Highway Projects --------n,8 State highway department advising the said labor union or work- X. Implementation of Clean Air Act and Federal Water er,, representative of the contractors commitments under this sec. Pollution Control Act ------------------—-_--_-----_FR_9 tion If-2 and -hall post ropers of the notice in conspicuous places available to employees and applicants for employment. 1. APPLICATION d. The contractor will comply with all provistoms of Executive Order 11236 of September _1, 19hS, and of the rules, regulations 1. These contract provi,ions shall apply to all work performed (41 CFR, Part 60) and relevant orders of the Secretary of Labor. on the contract by the contractor with his own organizaion and with the assistance of workmen under his immediate superintend. r. The contractor will furnish all information and reports re- ence and to all work performed on the contract by piecework, quired by Executive Order 11236 of September 24, 1965, and by station work or by ,tibeontract. rules, regulations and orders of the Secretary of Labor, or pur- cant thereto, and will permit access to his books, records and 2. The contractor .hall insert in each of his subcontracts all accounts by the Federal Highway Administration and the Secre- of the stipulations contained in these Required Contract Pro%i- tary of Labor for purpo.. ,of investigation to ascertain compliance sions and alto a clause requiring his -ubcontractors to include with such rules, rrgulatinns and orders- these rdersthese Required Contract Provision: in any lower tier subcon• I. [n file event of the contractor's noncompliance with the non- tracts which they may enter into, together with a clause requir• I ing the inclu-ion of thew provisions in any further subcontracts discrimination clau es of this contract or with any of the said tilt may in turn be made. The Required Contract Provisions rule:, regulations or orders, this contract may be canceled• termi. nated or suspended in -hole or in part and the contractor may be shall in no instance 1x incorporated by reference. declared ineligible for furdtrr Government contraru or Federally- 3. A brrarh of anv of the stipulations contained in these assisted construction cunlract- in accordance with procedures Required Contract Provisions may be grounds for termination authorized in F,xecuuvr Onirr 112.16 of September 21, 1965, and- of the contract. such other unctions may I„• trnpnsrd and remedies invoked as 1. A brra,h M the following clauses may also be ground, for provided in Executive Ordrr 112411 of September �3, 1965, or by debarment as provided in 29 CFR 5.6(b): rule, regulation or order of the Secretary of Labor, or as other- Section 1. paragraph 2: wise provided by law. Section IV, para^raphi 1, 2.3, 5 and . g. The contractor will include the provisions of this Section 11-2 Section V. paragraphs 1. Sa, Sb, and Sd in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor i„urd pursuant to II, EQUAL OPPORTUNITY ,ection _V4 of Executive Order 11.16 of September '_'3, 1965, so that such provisions will be binding upon each -ubcontractor or 1. Selection of Labor: vendor. The rontractor will take such action with resprrt to any subcontract or purchase order as the State highway department or During the performance of chic contract, the contractor shall the Federal Highway A4on,list ration may direct as a means of en• not discriminate against labor from any other Stair, possession or forcing such provi,inns including sanctions Inc nonenmplianee: territory of the United States. Provided,flowerer, that in the event a contractor becomes involved 2. Employment Practices: in, or is threatened with fitr_tsion with a subrontracior or vendor as a rr-ult of -itch lir--ct;on by the Fr,lrral Highway Administra. During the performance of this contract, the contractor agrees tion, the contractor may re tue',t till' United date, to enter into as follows: .itch ?iticatsnn to prorrrt the intere-t, of the Toted �tatrs. a. The contractor will not discriminate acainst any employee or 3. Selection of Subcontractors. Procurement of Materials, applicant for empinvmrnt hrrau,e of race, enlnr, rrli_ion. sex, or and Leasing of Equipment national oricrn. Thr cnntrart will take affirmative action :o rn sure that applicants are employed, and that employees are treated Dunne the rrrfur;nanr,• of the, rnntrtct. the contractor, for during employment ..tthottt re_ard to their race, color, religion, -if. it; ;and _.t„,...,r, ,n intrrr,t thereinafter referred acx, or national oricun. Such action shall include, but not be lim. to as the "contrar•:or”t r rrr, as ioitews: ited to the fnllnwinc: employment, uppradina. demotion or ?ran,. a. rompbancr ^. :h The •nntrac!,,r ,hall comply ter: rrcruitment or r,•,ruument adverti-irp: lasnfN it termination: with :h!! Reig:latma, !Lstre to nondiscrimination in federafly- rates of pav or other inrms of compen-ation: and -elrcnon fnr :r.,a,red programs of the Irepartmrnt of Transportation. Title 39, training, including apprenticr,hip- The contractor agrees to post rade of Federal Rr,-ulatmrt,. Part 21, as they may be amended form PR-1273--Previous editions are obsolete, FR-4 iRay. 9-751 00134 1-10-77 from timer. to time, (hereinafter referred to as the Regulations). '-waregated facilities at any of hi- establishments, and that he will which are hetein incorporated by n•frience and made a part of not permit Iii,employrc.ate perform their services at anv location, this contract. ttndrr he, control. where segregated facilities are maintained. He' Is. Nondke•ritnination: The contiartear, with retard to the work sure` iliac a breach of thio:certification is a violation of the Equal perfotmrd law it thetins the contract, .hall not di-criminate ora Opportunity clause in tile, contract. Ate used in the- certif-catilin. the -,tourist• of carr, colter. cc% of national origin in the :election thr term v'rrgaird farilitie-*• me3n4 any watt:n, room.-. work unit ictrntittn of solo nnuacioes, including: procurements of ma• area-,re4moms and washroom-.ie,taurants and other eaun:areas, terialc and Ir-at- tel equipment. The contractor -hall not partici- timeclock-, locker rooms and other storage or drmsing areas,park- pale riilier ditrr•tly ter indiirrily in dor dir•timination prohibited in= lots, drinking foetntains, recreation or entertainment areas, by eeecliam 21.5 of tide Regillation-,including employment practire., transportation,and hou-ing facilities provided for employees which whrn the romiart covers a peogiani wt forth in Appendix B of are ce•gregated by explicit directive or are in fart -egregated on the Hezilatiun• the ha-i,of rare,crrrd,color,or national origin, be•causr of habit, local custom, or otherw•ime. firs agrees that lexcept where Ice has c. Solicitation• for Subrantiact-, Including Procurements of obtainrd identical rertafication• from proposed ubrontractors and Material, and F.quipmrnt: In all ,olicitation, either by competi• material suppliers for specific time periods), he will obtain iden- tier bidding or nrgotiataun made b? the contractor for work to be tical certification from proposed subcontractors or material sup- performed unitive a subcontract, including procurements of ina- letters prior to the award of subcontracts or the consummation of terial, or lea e•, of rquilement, each potential uubcontractor or material supply agreements, exceeding $10.000 which are not ,upplicr •hall in• notifirtl fey the contractor of the contractor'- exempt from the provisions of the Equal Opportunity clause, and obligation, tender this contract and the ifegulations relative to that he will retain such certifications in his files_ nondioacriuunatiun on the ground. of race, color, sex or national origin. IV. PAYMENT OF PREDETERMINED MINIMUM WAGES d. inforinatrun amt Reports: The contractor ,hall provide all 1. General information and irirnn, acquired by the Regulation-a, or direc- lirr, i-,uctl inn-u.nu thereto. and •hall primit access to its book-. All mer•hanics and laborer: employed or working upon the reconls, an-mil a,. atbr•r •mutt, of information and it: facilities -iter, of the work will be- paid unconditionally and not less often as may let- drtrrminrd by the Stale highway department or the than once a week, and without -subsequent deduction or rebate on Fecirrul flighwaa• Adneini-tiatiou ate In- pertinent to ascertain any arrount (except much payroll deductions as sae permitted by compliance with -let Is Regulation.of diierttrc-, %%here any infor- regulation% i-,ued by the Secretary of Lsbor under the Copeland oration requited eel a rnmtactor i, in the: a m-lu•ive: po•sr-wion of Act 129 CFR, Part 311, the full amounts due at time of payment anodarr who fail- let it•fum-, to ftuui-h this utfunuation the con- computed at waive rate; not 1e.-4 than those contained in the wage tractor ,hall ,re r•r•atify to this State iriehway department, or the determination decision of the Secretary of Labor which is attached Fedetal Iliohway Admini,traiion a- appenpiiate, and -tall .ct bcreto and made a part hereof, regardless of any contractual re• Earth what efforts it has made to obtain the information. lationchip which matt Ire•. alleged to exist between the contractor r. Sanction, put Noncumphaure. Ili the rant of the contractor's and much laborers and merhanic-: and the wage determination nonrompliaiwo- wide the- nondi-reituivaiinn paavisions of this con- drei-ion shall be po-ted by tlrr contractor at the site of the.. work tract, the titan• highway drpartrurnt •hall impose such contract art a prominrut place whe•ae it can be erasily srrn by the- workers. ,anctieue, a, it lee ter F4-ial ili_er..q •\-ministration may deter- For the purpose! of thi- clause•,contributions made or cots reaon• mine to hr .appropriate, including, least not limited to: ably anticipated undri .rrticm 1tb)-(21 of the Davis.Baeon Act on behalf of laborers or uu•chanic< are con-idered wages paid to such (1) wideholdim; of payntena• to the contractor under the laborers or merhani,:s, -ubie•t t to the pro%isions of Section IV, contract tentil te•ernntrartot tomplie and/e'r paragraph 3b, herrof. Al-ra fur the purpoe:r of this clause, re,-ular. (2211 cancellation, ir•rurinatiten as .u•lw•n•ion of live contract. contributions made, or eo.t- incurred for mors than a weekly in whole- of in pact• period under plans, fund:, or programs, but covering the par- i inrorlenr.eiuen of 1lrovi,inn,: Thr contractor -hail include the titular weekly period. ate dee•nted to be constructively made or pao,i.ion of thi- p:lea--taph .", in tnery culwontrart, including pro- incurred during .5uch weekly period. curente•nt, of ittawtial- :ural Ira.e%of equipment. unless exempt by the Re:t:ulationc, or directive, i,sucd lnr,uant ihcreto. The con- 2. Classification: tractor •hall take each action wish ee•.pert to any -ulat-antraetor or a. The State highway department contracting officer !hall praw ruenient a. tile- Stair highway deparunvist or the Federal require that any class of iabore•r.or mrrhanirs. ins-heeling appren- Highway Adniini,le.aleeeu nny dirrrt a- a means of enforcing such tire, and trainer-. which i. not listed in the wa_r determination provisions inclwhu_ -:mrtine, fur unuruurplianre: Provided, how- and which is to be empimed under the contract,,hall be cla-sifted ever, tent, in tier .sero$ a contractor ln•rouirs imoivrd in, or is or reclassified conformably to the wage determination• and s re- threatened with, litas:ttion with a -ularorurartor or supplier as a port of the action taken shall ler ynt Iry the Stare highway result of title efirr•e•tiost. the rontr rtor may reque-t the State, department contractins officer to the Secretary of labor. highway ole-1,411111.111 to revive inlre .111.1i liti_ation to protect the intrie,t, wl the• State,, and, in additicivit, the. contractor may b. in the event the intra-ted parties cannot agree on the request the United Stan. to cnte•e into •tech litigation proper cla.ification of recla--ification of a particular class of la• to protect the• antevert-of lee• Unidrd State.. borrrs and merhanic-, mrluding apprentice, and trainees• to he used, the question accnmpanied by the recommendation of the 111. NONSEGREGATED FACILITIES State highuay itrpartine•nt contrartint; officer shall be referred to the Secretary bet final drternunaleon. (Applicable in Fe-doral-aid constntrtion contracts and related .ubrontiari, e•,t e•e"hna $10-11111 which air not exempt from the 3. Payment of Frin¢e Benefits: Equal 01-poeauutav tlau-er.t q a. The ;tate cor.::ac:i:Z shaiI Ify .nhnti.-leen set alai. hid. Ilte emittinn of thio cnntraei or -tib- require, wlM::rceT :he- ::uni ee:it wa_ :air prr-mined in -lit cin- ontract, lee she ,nn-nmmaaiten of ilea. material -upply acreemeni. tract for a clz; of lahe�+e r- or mcrhanics includr� a fringe benefit as apptoptiaw.ilea- Lnldei. F-Artal•aui e•nn.tntcleon rnntlactor.alb- whir:: is not a• in dourly wart- rair and the contractor conlrartni, tet mairiial -sipplie•r, :h appeteptiaw. rertifire that he is oWigatei :e) p.% a ra-h equ;rairni of -ugh a len.• benefit, an does not nctittlain tet prnridr for hi. rmployre, anv wgircwrd fa. hourly ca-h egtiivalrn-. thereof to be establislied. In the event the cilitir. at anv of hi- e•,tabli-lemma,. and that he .foes not permit te.••=tri ;r.ser. cannot aeree iii-on a ca-ll equivalent of the he% r11gdo%,-• tee w-ifeeem dhrir woke. at anv Inration, undrr hi: fru(:e bisneat, thetai•-tion• w.0"11rie, by � i--•• :he rrcommendat:nn control, r.Iaect• larditir, are maintained. He certifier, of aIle ront+arting officer, -half he referred to the. Secretary of further that he will not maintain or pin%ide for his employre,any Labor for eirtrrminatinn. FR-5 Force ftalt 46751 1-10-77 b. if the contractor does not make payments to a trustee or to utilize trainees at leu than the applicable predetermined rate other third person. he may consider as pan of the wages of any for the work performed until an acceptable program is approved. laborer or mechanic the amount of any costs reasonably antici- c. The utilization of apprentices. trainers and journeymen pated in providing benefits under a plan or program of a type .hall be in conformity with the equal employment opportunity expressly listed in the wage determination decision of the Secre• requirements of Executive Order 11246. as amended. and 29 tary of Labor which is a part of this contract: Provided.however. CFR Part 30. the Secretary of Labor has found. upon the written request of the rantrartor. that the applicable standards, of the Davis-Bacon 6 Appreatiees and Trainees (Programa of Deportmaut Act have been met. The Secretary of Labor may require the of Transportation): contractor to %et aide in a separate account assets for the meet- Apprentices and trainers working under apprenticeship and ing of obligation.under the plan or lerogram. .kill training program%wharh have brei certified by the Secretary 4. Payment of Excess Wastes: of Transportation as promoting equal employment opportunity in While the. wake rate shown are the minimum rates not subject to the requirements of Section IV.paragraph S above. s required confection with Fedrral-aid highway constntrtion program% are by the contract to be paid during it% leer. chi% is not repines- cation that labor can be obtained at these rates. No increase in The straight time hourly wage rales for apprentices and trainees the contrari price shall be allowed or authorized on account of underram such programs will be established by the particular pro- the payment of wage rates in excess of those listed herein 7. Overtime RequilYateats: S. Apprentices and Trainees (Programs of Department o[ Labor): No contractor or subcontractor contracting for ay pan of the contract work which may require or involve the employment of a. Apprentice% will be permitted to work at less than the laborers. mechanics. watchmen or guards lincludina apprentices predetermined rate for the work they performed when they are and trainees deicribed in paragraphs S and 6 above) shall require employed ami individually registered in a Iona fide apprentice- or permit any laborer.mechanic.watchman or guard in any work- ship program registered with the C.S. Department of Labor. week in which he i%employed on such work.to work in excess of Manpower •%dmini-tratinn. Bureau of Apprentireship and Train. eight hours in any calendar day or in excess of forty hours in such ing. or with a State apprenticeship Aarncv recognized by the workweek unless such laborer. mechanic. watchman or guard re- Bureau. or if a person is employed in hi. first 90 day of proba- ceives compensation at a rate not le%%than one and one-half times tionary employment a. an apprentice in such an apprenticeship his basic rate of pay for all hours worked in excess of eight hours program. who i% not individually registered in the program. but in any calendar day or in excess of forty hours in such workweek. who has horn certified by the Bureau of Apprenticeship and a% the este may be. Training or a State Apprentice-hip Aaenear twhere appropriate) to be eligible for probationary employment as an apprentice. L Violation: liability for unpaid wages; liquidated The allowable raiin of apprentice% to journeymen in any craft damages: cla-%ifir.mon hall not he rgrrater than the ratio permitted to the in the event of any violation of the clause set forth in para. contractor a- to hi% entire work force under the registered pro. graph . the contractor and any subcontractor re•pon%ible thrrr• gram. Any rn+plover listed an a payroll at an apprentice waar fore -hall be liable to any affected employee for his unpaid wages. rate. who i. not a trainee a% defined in 29 CFR 5.:(e)(2) or i% In addition. such contractor and sularontrwior shall be liable to not rrgi%trred or othrrwi%r employed as stated above. shall be the United States lin the case of work done under contract for paid tine wage rate determined by the Secretary of Labor for the the District of Columbia or a territory.to .tach Di%triet or to such ala-Aifiratinn of work It,- artually perfnrnvrtl. The contractor or territory). for liquidated damages. Such liquidated damages-hall -tafrrantractor will be rrgrairrd to furni-1s, to the State highway be computed with re-peet to each imfividual laborer. mechanic. agenry .sr to a rrlrrewnlative of the Waar•Hortr Division of the watchman or guard emtrlowd in violation of the clan%e tet forth U.5. lirp.arrrn•rat of Labor written evidence of the registration in paragraph 7.in the .atm of$10 for each calendar day on which of hi,i lrrnmatn an.i apprentice- 3. well a+ the- appropriate ratio+ such employer vas regtaarrrf or permitted to work in excess of anti wave rater arvlarr-serf in pereentagr-t of the journeyman right hours or in exeem of the standard workweek of forty beers hourly rat.•.). far :he area of eon%truction prior to u%in_ any without payment of the overtime wagr% required fay the clause at alaprentree- on the contract wnrk. The wage rete paid ap• forth in paragraph 7. prentier. -hall Ive not Ir" than the appropriate percentage of the journeyman*,& rate contained in the applicable wage determination. 9 Withheldiag for unpaid wages: b. Trainer-c. except a% prnvidrrf in _'9 ('FR 5.15. will not be The State highway dt•partmeni contracting offirer may with. permitted to wrark at le" than the pie detrrmined rate for the hold or cause to he. withheld from the contractor so much of the work performed nnle•r% they art- employed pur%cant to and indi. accrued payment, or advance% as may he coasidt red sreemary to vidually re.-i%terr••l in a program which has received prior ap. pay laborers, mechanic, lincluding apprentices and trainees) praval. rvidenervf Ivy formal r•enification. Iry the U.S. Department watchmen. or guard-, r•mleloyrd Ivy the contractor or any subeon. of labor. Manpower 1.imini%tration. Bureau of Apprentireihip tractor on the work the full amount of wages required by the %nil Trainin_. The ratio of trainer% to journeymen shall not be contract. In the event of failure to pay any laborer. mechanic. renter than permitted under the plan .approved by the Burst (including apprrntier%ani trainers) watchman or guard employed of Algrremirr.hip and Training. Flery trainee must he paid at or working on thr .itr of the work. all or pan of the wages not lr-. than the rate .pectfird in the .approved program for hi% requited by the contract. the State highway department contract- level of 1.t.rp;er . %ny rmpinver li-te-I an the payroll at a trainer ing officer may. after written notice to the contractor. take aaeh rate. who . not r.•:t:•terrd and participating in a training plan action as may be nrc• —iry to cau-r• thr -u%prn.ron of any further approved 6v th.• flureau of Alrprentirr-hip and Training %hall he payment. advance. or _uarante,r of fund% until such violation, paid nut I.•.. 1)1.111 the wage rare deirrntined by the. Secretary of have ceased. Laltrvr for th.. .la..airatinn of ..ark he ar rally performed. The r•antrarr.0 ns, .111wortr3ctar will ire rcgttued to furni-b the Stile IL withholding for liquidated damages: highway a.rury or r teprr-.-nt.ativr of the Rage-Hour Dsvision The Stair ht,ehwav deparernrnt contrartang atTreer may with- uf the 1:.S. 1)rp.t:!nn ul of 1 alrar written evidence of the rertifi• hold air rause it. IN. wrtbbr-Id, from any money.javuble on account cation of Its. pin-.-ram. the rr_t-traiion of the trainee., and ihr of work performed by the- ronirartnr or -uls•antrertor. •urh %nm% ratio- :rtes) way rat••• lrrewribrrl in that proarana. In the rvrni s+ may arfmtnv-tratrariv lo- .frterentard to Ire nrct-%ary to wti%fy this liuwau -if 11.1.rrntirr.hip and Training withdraws approval any Inabilatie% of -uch r•nntractor or -ulrcontrartor for liquidated III a trainus_ prr._tam, the ennttactor will no longer be permitted damages as provided in the rlaur+• %r•t forth in paragraph If. trona W1273 Rev. 9-:54I PR-6 00136 1-10-77 V. STATEMENTS AND PAYROLLS the contractor shall maintain records which show that the com- mitment Compliance to provide such benefits is enforceable. that the plan or program is financially responsible, and that the plan or program 3): has been communicated in writing to the laborers or mechanics The contrar•tor -hall comply with the Copeland Regulations affected. and records which show the costs anticipated or the (29 CFR. Part 3) of the Secraiary of Labor which are herein actual costs incurred in providing such benefits. incorporated by refs-rence. c. The payrolls shall contain the following information: L Weekly statement: (1) The employers full name, address and social security Fach rontractrrr or suhrontractor •hall furnish each week a number. (The employe'; full name and social srrurity number statement ten lite• leder highway tlel+artt»rtit resident engineer need only appear on the first itayroll on which his name appears. with respect tow fit.- wa--r% paid each of it, employees. (including The employre% address need only be shown on the first submitted apprentice. And tiain•rs described in Se•rtton IV, paragraphs 5 payroll on which the employer's name appears, unless a change of and 6, and +•.rtrhutr•rt anti guards) e•ngigo-d on work covered by address necessitates a submittal to reflect the new address.) tier. Copeland Itegulations during the preceding weekly payroll 12) The employees classification. period. The _iatrment -hall be rtecuird by the contractor or (3) Entries indicating the employee's basic hourly wage subtrontracter or ley an authorixrd officer or employee of the con- rate and. where applicable, the overtime hourly wage rate. The tractor or saila•nntom-tor who supe•rvicr•- tine isayment of wages payroll should indicate separately the amounts of employee and Contractors and •isli-untractor% must um- the- certification set forth rtnplayer contributions to fringe benefit funds and/or programs. on U.S. Department of Labor Forest W11-3411, or the same certifi• cans fringe benefits pard to the employee in cash etude be sods• cation appy:unec on iter an an of m with al U.S. Department o[ cated. There is no prescribed or mandatory form for showing Labor Form \1'fd reel, et, on any form with identical wording the above information on payrolk. 3. Final labor summary: (ei) The employee's daily and weekly hours worked in each The contras for and each subcontractor -hall furnish, upon the classification. including actual overtime hours worked (not completion of the contract.a summary of all employment, indicat- adjusted). ing, for the coenple•trrf project, the total hours worked and the 151 The itemized deductions made and total amount vasned. Thi, data Jrall let- -ubmitted to the State (6) The net wages paid. highway drpattnn•nt rr.idrnt engineer on Form PR-47 together with the datarrgtitrt•d in Section VI, brietif, reiati.e to materials d. The contractor ill t weekly a copy of all payrolls l anti rtipirlir.. )'Its• prevision:of this paragraph .err nut applicable ilei State highway depaa rtmeentnc resident engineer. The copy shall to contract, file .crondary highway, ur contracts financed solely lie accompanied by a statement signed by the employer or his with funds provider) 11y the. Highway lirautihcation Act of 1965, agent indicating that the payrolls are correct and complete, that as amended. lite wage rates contained therein are not less than those deter- mined by the Secretary of Labor and that the classifications set 4. Final certificate: forth for each laborer or mechanic conform with the work he 11ieon rosin ir•tion of the contract. flat, enntrartar shall submit performed. Submission of a weekly statement which is required to the State lorhwaty department ronuacting officer• for transmis• under this contract by Sectien V. paragraph ^_, and the Copeland .ion to the Fed--nal highway Arintini•tration with cite, voucher for Regulations of the Secretary of Labor (29 CFR. ?art 3) and the finalmint a list .Any work performed tinder the contract, a filing; with the initial payroll or any subsequent payroll of a copy I y i of any findings by tier. Secretary of Labor pursuant to Section IV. certificate courrneinr was•. and iployfd sin for laborers, themor- paragraph 3b. -hall satisfy this requirement. The prime can- tractor watchuts n and guards employed ale the project, in the tractor shall be respon_ible fur the submission of copies cf payrolls following form: of all subcontractors. The contractor will make the records re- quired tinder the labor standard, clauses of the contract available The undersigurd, contractor ort for inspection by authorized representatives of the State high way department. the Federal Highway Administration and the Depart• f Project No.) mens of Labor, and will permit such representative- to interview hereby certilie, float all latinrers, inerhanir•, apprentices. trainees, employees during working hours on the job. watchmen .end gtcaids rmplayrd by lune or by any subcontractor c. The wages of labor -hall be paid in le.-31 tender of the perftrrnting work nnds•r tier contract on tier presiect have been paid United States, except that thi•: condition will be considered sates- wages at nate. pmt I.••. than ahoy it•quir•d by the contract pro- first if payment is made by negotiable check, on a solvent bank. visions, .end that ties- work prrfortnr•nl lis• r•arh •uch laborer, which may be cashed readily by the, employee in the local com- mechanic,appts•nus of ttainer rmtfnnmr-rl br the classifications set munity for the full amount, without discount or collection ch.trges forth in tilt, r11ntnavt tir framing ism-rant provtsiuns applicable to of any kind. Wherr chrcks are used for payment, the- rontrae:or the wage rate limit. :stall make all necrssatry arrangements for them to he cashed and Signature anti ittle: shall give information regarding such arrangement% f. No fee of any kind shall be asked or accepted by the con- tractor or any of his a_ents from any person as a condition off S. Payroll.and payroll records: employment on tite icro)s•ct. a. Ilaviiiils .ail ha-it: recetd• es•tatin: ths•erto will be main• taau•d donors- the cora•. mf tits• work mud prs-•rncd for a period of g• `o laborer:shall hr cbetrgrd for any tools u•rd in ,rrform- thrre yeas ifer•n.tla•r tier all lalioier•. +wwritiniv•• apprentices• ing their :r•prcti.e duta- rtcept for reasanabiv avoidable loss or itainec+, wateharcn mead gcards workanu at the <itr of the work. dama;r :hereto. Is. The payed) rt,-mels .hail contaalt the name• social security If. Ever+ empio%rs• inn !hr work co-,rred bs tn.s ;antcaet seal: number and m blts.• mf rash etch rinphnrr, la: correct classihca• i,r permitted :o loss_, build and trade where ansa w:-.h whom he ion, rates m( pay a tnirfat ing ran•..tf yontribtiunnc or co,t% Antici- elects and neither alae :ontractor nor hii anent•, nor hi.,employees pater) of tier 1%p., lir•r Ilee•d in •r•rtIll n 111.1 i:!) of the Dayi•• -hall, dire-rtl or imiirectly, require as a condition of s•mployment Itaron %4 11.si.tely .aid urr•Liv nimaher n(lrmtin worked,deduction` that an employee -hill 'o.i;e. board or trade at a particular glace 111.141.• .alrd .aeoat anter. pend. \bhs-ne•u•r the `40•crriary of lalwe• err wish a pyrtu.•iia: prr+rin. pur.wwt fm ire iron 1\• paragraph ?b. ice. (aero: that tier war- of anv Ialcrru•t of mcrlmnicr inchnh fill- amount of any co-t- :• No charee .hail be made for any tran-portation Tarnished reasonably .aloes yrais-d in proyidma: lis-no-fit. cinder a plan or pro- by the contractor. or Ili- agents, to any person employed on the gram std 4-iihord in •r•crton 1(b)(3)t li f of the Davis-Bacon Act, work. FR—7 Form(if)2 11`��t�ry9Js1 1-10-77 No individual shall be employed as a laborer air mechanic way department contracting oL9rer. or his authorized represents- on this enntlart except on a wage ba-i-, but this shall not be give, and such consent when given shall not be construed to coustnved to prohibit the rental of tram&. trucks. or other equip- relieve the contractor of any responsibility for the fulfillment of ment from individuals. the contract. Request for permission to -sublet. assign, or other- wise dispose of any portion of the contract shall be in writing VI. RECORD Of MATERIALS, SUPPLIES AND LABOR and accompanied by tip a -lowing that the organization which will perform the work is particularly experienced and equipped 1. Tito- lerovi-ions in thi, section are applicable to all contract, for such work, and Ibl as a,surancr Ivy the tontrsetor that the except contract, for -rrondary highway, and contracts financed labor standards piovi.iotes ,et forth in this contract shall apply -solely with futufs provided by the highway Beautification Act of to labor performed on all work encompassed by the request. 1965, as amendrd. 2. The ronirai tar -hall maintain a record of the total tort of all VIII. SAFETY; ACCIDENT PREVENTION material+.and-ulq•lie-purrha-red for and incorporated in the work. In the performance of thi,contract,the contractor shall comply and also of tete ililantities of tho-e -peeitir: materials awl supplir- with all applicable Federal.State and Ioeal laws governing safety. listed on Fnrhn PR-1: and in the unit4 -hown. Upon completion health and +anitation. The contractor shall provide all safeawrdse of the contract, this record, together with the final labor summary safety device,and protective equipment and take any other needed required in Section V.paragraph 3,hereof.41all be transmitted to actions,on his own responsibility,or as the Stair:highway depart. the State:hi,1way department resident engineer for the project on meet contracting officer may determine, reasonably necessary to Form PR•4: its accordance with in,trurtions attached thereto, protect the life and health of employees on the job and the safety which will ler fierniArd for the, puspow upon requr:t. The quan- of the public and to protect property in connection with the pen titins for the• listed items shall Ise reported -eparairly for roadway formance of the work covered by the contract. and for -ituctures over :0 feet long A, tnra,urrd along the center- line of the roadway. It is a condit°on of this contract.and shall be made a condition of each subcontract entered into pursuant to this contract. 3. Thr contiactor %hall become familiar with the list of ,prcific that the contractor and any subcontractor shall not require any materials Arial -ilpplies contained in Form PR-47. prior to the com- laborer or mechanic employed in performance of the contract to meneemrnt tel work tinder Iliie,contract Any additional material- work in marroundings or under working conditions which are un- information required will lie -olicited through revisions of Form sanitary.hazardow..or dangerous to his health or safety. as deter- PR-47 with attendant explanation,. mined under ron,tnu-tion safety and health standards (Title 29. 4. Where -uhrontractor-are involved dvr contractor•hall submit Code of Federal Regulations. Part 1726, formerly Part 1518, as either a -Ingle• report covering work Fath by himself and all his revised from time to times, promulgated by the United States subcontractotr,or he ma) submit wparair report, fnr himself and $errrtary of Labor, in aevonfance with Section 10 of the Con- for each of hr--ellhrontractor. trayt Work Hours anti Safety Standards Act (8.3 Stat 96). VII. SUBLETTING OR ASSIGNING THE CONTRACT IX. FALSE STATEMENTS CONCERNING HIGHWAY 10 PROJECTS 1. The contractor .hall perfnnti with Iii- own orcanizatinn rote• in nyder to a,-ut• high quality and durable construction in con• tract work arnountant; to not Ir-- than 50 percent of the original total contact pace, r%,•e•pt that Ani sums designated by clic fortuity with apprmrd plan. and ,prrcifiraUnn,and a high degree State a- "fpr.ipri .rtnr' nia-s hr pnrfnrnird by subcontract and of reliability on matensent-and representations made by engineers. the amount"S of .try such "Spci•iai- e-rfor' d y 4ulpmvd may be e'antractors.-upplir%and worker.un Federal-aid highway projects. the etf from the original total r% hri 1 prier before d maycomput it i% essential that all penins concerned with the project perform the amount of work required to Lr performed by the contractor their tuncuuu- a+ randuliy, thoroughly, and honestly as possible. with hi+own organisation. Willful falsification, distortion, or misrepre-entation with respect to any facts related its the project is a violation of Federal few. a. "fly- own ur;aniiaiian" -hall fir rant•trurd to include only To prevrnt any nu-undrr.tandiug regarding thr wriousness of workmen rmployed And paid directly by the prime contractor anti these. and -itmlar arts, the- (allowing notice -hall br postai on equipment ••word or rented by hint. with or without operator. each Federal-aid highway project in one or mare placeis where it Is. "Apre-salty Items" shall Ly.on:trued to be limited to work is readily Available to all lerrmanrl concerned with the project: that require,; highly specialized knowledge., craftsman-hip or equipment not milinwily available in contracting organization- quafifird tat laid ern the contract a- a whole and in -enrral are In NOTICE TO ALL PERSONNEL ENGAGED ON be limited to minor ennsponenti of thr orerafl contract. FEDERAL-AID HIGHWAY PROJECTS 2. In addition to the 50 perr.-ni re,quirrmrnt set forth in para- Title 18, United Stair, t'evelr, �e•rtion 1020, ,rads as follows: graph I above,the contractor-hall furnish la) a competent super- intendant or foreman who i- rngdo.rd by him, who has full air "Whoever. bring rn o1Grrr, agrnt, or rmployrr of the United thority to tient performance of the wetk in arrordaner with the State..or of Any State-u;Territory.or whorver.whether a person, contrart n•Ilotivo ant-, and whit i, in rh,ugr of all con,tniction aswciation, firm. or e•In}s cation, knowingly make, any false state• ojvrratioa, tu•_.udl.,- of what prif"r+n, the workh, and (III -ic(i mrnt, fal-r rrprr,e•ntatieen, ear (Al-r telaott a-i til the character. other of In- own •Irganiaational e•apandet% .anti rrepon-ihility 1-o• quality.quanm%.air rte-i of the usairtial it-rd air to (r• usrd.or the perar,inn, maims-nnent. and cn_inrrtin,: -rrvu•rsl A- the State quantity or elurluv of the- work Ite-t(nnnrd ni to lie performed,or highwav dr;vttnirnt contau ten_ •advert drwrininrs a- nore-vary to III"cots the-reoi in rnunreiion with the ,ubmlwatn of plan-.maps. a,Fure the- iea-ifonnrnrr of the •onitjet. ,psecinrat.on% eantrart-, far --tm- sat ran-truenan on any highway 3. The rnnlia.t insanni u;•ein ehwit the i.} ;•rrt•e•nt rrepRp•:nrtel at [elated prnpert -ubnultr.( fair ap}+t4val to thr �errrtary Of set forth in paragraph 1 is eumputed ineltidr, the cost of material: Tran-lwrtatinn: or and nianufrrtur.•d preniurt-which .ter io ie• ;•urcha.nl or pnsolurrd -%%htwvrr knowinc!y anks; any fal-r -tatrmeut, fal-r represen. hv the cuntri,tot under the rnnti.sal :ermi-inn-. tation, fair irlanrt. •n fA1•. claim with re-pert tip the character. quality. eIuant.ty. tar ..a,t of anv work lerrinimed or to be per. 4. Anv la•m- that have hrrn -a!rctrt! ai "Specialty Item.— for &Fumed. or mal••-iai- fn[m,hrd ter to bre furotshr.l, in connection dee •ronir-u-1 .in- 61-1 a% -nth on clic Sperval Provsuun-. bid •.rrh the raei.r:t.en•.r. r.r one, 1;.viwar or rrlatnf prnprt Approved ,ehednh•,or rl:rwhrn- arIh.•reintiatI dtee wrienl-. Jay the!irrrriary of i•rrU-Ie•ntrpnne ear S. \n portion of till- rantram -hall !al- -aider. assl_nr I or othrr. -Whnever kno-wingly make. Any frl-r -tawsisrnt air false repro• wise di-po-d id .•te•e•p•l with die• N:{tt.'1• t,--m-ent of•s4,e`State-hialk- -rotation r- to a matetil! [act in any -tatentent, certificate. or Foran !1�FR-1773 (Rev. "1 F��B i 1 38 1-10-77. report submitted pursuant to provisions of the Federal-Aid Road listed, on the date of contract award. on the U.S. Environmental Act approved July 1. 1916 (39 Stat. 3SS). as amended and Protection Agency, (EPA) List of Violating Facilities Pursuant supplemented; to 40 C.F.R. iSIM "Shall be fined not more than 810.000 or imprisoned not more 2 The contractor agrees to comply with all the requirements than five years,or both." of section 114 of the Clea Air Act and section 308 of the Federal water Pollution Casual Act and all regulations and X. IMPLEMENTATION OF CLEAN AIR ACT AND Guidelines listed thereunder. FEDERAL WATER POLLUTION CONTROL ACT 3. The contractor .hall promptly notify the State highway (APPLICABLE TO CONTRACTS AND SUBCONTRACTS department of the receipt of any communication from the WHICH EXCEED $100,000) Director, Once of Federal Activities, EPA, indicating that a 1. The contractor .tipulates that any facility to be utilized in facility to be utilized for the contract is under consideration to the performance of this contract, unless uch contract is exempt listed on the EPA List of Violating Facilities under the Clean Air Act, on amended (492 U.S.C. 1857 et seq., as 4. The contractor agrees to include or cause to be included amended by Pub. 4 91-604), and under the Federal Water the requirements of +ubparagrapbs 1 through 4 of this paragraph Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as X in every nonexempt subcontract. and further agrees to tape amended by Pub. I- 92-M). Executive Order 11738, and regula. such action as the Government may direct as a means of enforc. tions in implementation thereof (40 CM, Pan 1S), is not ing such requirements. 00139 FR-9 Form PR-121-3 (Rsv. "I 1-10-77 6-1.07 AFFIRMATIVE ACTION REQUIREMENTS - EQUAL EMPLOYMENT OPPORTUNITY. Attention is directed to Section 5-3, 'Area Affirmative Action Plan,' of these special provisions. NOTICE EACH BIDDER, CONTRACTOR OR SUBCONTRACTOR (HEREINAFTER THE CONTRACTOR) MUST FULLY COMPLY WITH EITHER PART I OR PART II, AS APPLICABLE, OF THESE BID CONDITIONS AS TO EACH CONSTRUCTION TRADE IT INTENDS TO USE ON THIS CONSTRUCTION CONTRACT AND ALL OTHER CONSTRUCTION WORK (BOTH FEDERAL AND NON-FEDERAL) IN THE AREA OF THE AREA PLAN SPECIFIED IN SECTION 5-3, 'AREA AFFIRMA- TIVE ACTION PLAN,- OF THESE SPECIAL PROVISIONS DURING THE PER- FORMANCE OF :'HIS CONTRACT OR SUBCONTRACT. THE CONTRACTOR COM- MITS ITSELF TO THE GOALS FOR MINORITY MANPOWER UTILIZATION IN EITHER PART I OR PART II, AS APPLICABLE, AND ALL OTHER REQUIRE- MENTS, TERMS AND CONDITIONS OF THESE BID CONDITIONS BY SUBMIT- TING A PROPERLY SIGNED BID. THE CONTRACTOR SHALL APPOINT A COMPANY EXECUTIVE TO ASSUME THE RESPONSIBILITY FOR THE IMPLEMENTATION OF THE REQUIREMENTS, TERMS AND CONDITIONS OF THESE BID CONDITIONS. PART I: The provisions of this Part I apply to contractors which are party to collective bargaining agreements with labor organizations which together have agreed to the Area Construction Program (hereinafter the Area Plan) for equal opportunity and have jointly made a commitment to specific goals of minority utilization. The Area Plan is a tripartite voluntary agreement among the trade and construction councils, construction trade unions, and general and specialty contractors associations listed in said Section 5-3, and representatives of the minority community, together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Area Plan. The Area Plan, together with all implementing agreements that have been and may hereafter be developed pursuant thereto, are incorporated herein by reference. Any contractor using one or more trades of construction employees must comply with either Part I or Part II of these Bid Conditions as to each such trade. A contractor may therefore be in compliance with Part I of these Bid Conditions by its participation with the labor organization which represent its employees in the Area Plan as to one trade provided there is set forth in the Area Plan a specific commitment by both the contractor and the labor organization to a goal of minority utilization for that trade. Contractors using trades which are not covered by Part I (See Part II, Section A) must comply with the commitments contained in Part II including goals for minority utilization set forth in Part II. If a contractor does not comply with the requirements of these Hid Conditions, it shall be subject to the provisions of Part II. PART II: A. COVERAGE.--The provisions of this Part II shall be applicable to those contractors who: 1. Are not or hereafter cease to be signatories to the Area Plan incorporated by reference in Part I hereof; 2. Are signatories to the Area Plan but are not parties to col- lective bargaining agreements; FR-10 00140 1-10-77 3. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which are not or hereafter cease to be signatories to the Area Plan; 4. Are signatories to the Area Plan and are parties to collective bargaining agreements with labor organizations but the two have not jointly executed a specific commitment to goals for minority utiliza- tion and incorporated the commitment in the Area Plan; 5. Are participating in an affirmative action plan which is no longer acceptable to the Director, OFCCP, including the Area Plant or 6. Are signatories to the Area Plan but are parties to collective bargaining agreements with labor organizations which together have failed to make a good faith effort to comply with their obligations under the Area Plan and, as a result, have been placed under Past II of the Bid Conditions by the Office of Federal Contract Compliance Programs. B. REQUIREMENT -- AN AFFIRMATIVZ ACTION PLAN.--Contractors described in paragraphs 1 through 6 above shall be subject to the provisions and requirements of Part II of these Bid Conditions including the goals and timetables for minority utilization, and specific affirmative action steps set forth in Sections B. 1 and 2 of this Part II. The contractor's commitment to the goals for minority utilization as required by this Part II constitutes a commitment that it will make every good faith effort to meet such goals. "Minority" is defined as including Blacks, Spanish Surnamed Americans, Orientals and American Indians, and includes both minority men and minor- ity women. 1. GOALS AND TIMETABLES. The goals of minority utilization required of the contractor are applicable to each trade used by the contractor in the Area Plan area and which is not otherwise bound by the provisions of Part 1. For all such trades the applicable goals and timetables shall be as shown in Section 5-3, 'Area Affirmative Action Plan," of these special provisions. In the event that any work which is subject to these Bid Conditions is performed in a year later than the latest year for which goals of ' minority utilization have been established, the goals for the last year of the Bid Conditions will be applicable to such work. The goals of minority utilization above are expressed in terms of hours of training and employment as a proportion of the total number of hours to be worked by the contractor's aggregate work force, which includes all supervisory personnel, in each trade on all projects (both Federal and non-Federal) in the Area Plan area during the per- formance of its contract (i.e., the period beginning with the first day of work on the Federal or federally assisted construction contract and ending with the last day of work.) The hours of minority employment and training must be substantially uniform throughout the length of the contract in each trade and minori- ties must be employed evenly on each of a contractor's projects. There- fore, the transfer of minority employees or trainees from contractor to contractor or from project-to-project for the purpose of meeting the contractor's goals shall be a violation of Part II of these Bid Condi- tions. If the contractor counts the nonworking hours of trainees and appren- tices in meeting the contractor's goals, such trainees and apprentices must be employed by the contractor during the training period; the con- tractor munt have made a commitment to employ the trainees and appren- tices at the completion of their training subject to : e availability of employment opportunities; and the trainees must be trained pursuant to training programs approved by the Bureau of Apprenticeship and Train- ing for 'Federal Purposes" or approved as supplementing the Area Plan. FR-11 00141 1-10-77 2. SPECIFIC AFFIRMATIVE ACTION STEPS. Ho contractor shall be found to be in noncompliance with Executive Order 11246, as amended, solely on account of its failure to meet its goals, but shall be given an opportunity to demonstrate that the contractor has instituted all the specific affirmative action steps specified in this Part II and has made every good faith effort to make these steps work toward the attain- ment of its goals within the timetables, all to the purpose of expand- ing minority utilization in its aggregate work force in the Area Plan area. A contractor subject to Part I which fails to comply with its obligations under the Equal Opportunity clause of its contract (including failure to meet its fair share obligation if provided in the Area Plan) or subject to Part II which fails to achieve its commitments to the goals for minority utilization has the burden of proving that it has engaged in an affirmative action program directed at increasing minority utilization and that such efforts were at least as extensive and as specific as the following: a. The contractor should have notified minority organizations when employment opportunities were available and should have main- tained records of the organizations' response. b. The contractor should have maintained a file of the names and addresses of each minority referred to it by any individual or organization and what action was taken with respect to each such referred individual, and if the individual was not employed by the contractor, the reasons therefor. If such individual was sent to the union hiring hall For referral and not referred back by the union or if referred not employed by the contractor, the file should have documented this and the reasons therefor. c. The contractor should have promptly notified the contracting or administering agency and the Office of Federal Contract Compliance Programs when the union or unions with which the contractor has col- lective bargaining agreements did not refer to the contractor a minority sent by the contractor, or when the contractor had other information that the union referral process has impeded efforts to meet its goals. d. The contractor should have disseminated its EEO policy within its organization by including it in any employee handbook or policy manual; by publicizing it in company newspapers and annual reports, and by advertising such policy at reasonable intervals in union publications. The EEO policy should be further disseminated by con- ducting staff meetings to explain and discuss the policy; by posting of the policy; and by review of the policy with minority employees. e. The contractor should have disseminated its EEO policy exter- nally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors. f. The contractor should have made both specific and reasonably recurrent written and oral recruitment efforts. Such efforts should have been directed at minority organizations, schools with substan- tial minority enrollment, and minority recruitment and training organizations within the contractor's recruitment area. g. The contractor should have evidence available for inspection that all tests and other selection techniques used to select from among candidates for hire, transfer, promotion, training or retention are being used in a manner that does not violate the OFCCP Testing Guidelines in 41 CFR ?art 60-3. h. The contractor .There reasonable should have developed on-the- job training opportunities and participated and assisted in all Department of Labor funded and/or approved training programs rele- vant to the contractor's employee needs consistent with its obliga- tions under this Part II. P?-12 00 142 1-10-77 i. The contractor should have made sure that seniority practices and job classifications do not have a discriminatory effect. j. The contractor should have made certain that all facilities were not segregated by race. k. The contractor should have continually monitored all personnel activities to ensure that its EEO policy was being carried out includ- ing the evaluation of minority employees for promotional opportunities on a quarterly basis and the encouragement of such employees to seek those opportunities. 1. The contractor should have solicited bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation to minority contractor associations. NOTE: The Assistant Regional Administrator of the Office of Federal Contract Compliance Programs and the compliance agency staff will pro- vide technical assistance on questions pertaining to minority recruit- ment sources, minority community organizations and minority news media upon receipt of a request for assistance from a contractor. 3. SUBSEQUENT SIGNATORY TO THE AREA PLAN. Contractors that are subject to the requirements of Part II at the time of the submission of their bids which, together with labor organizations with which they have collective bargaining agreements, subsequently become signatory to the Area Plan, either individually or through an association, will be deemed bound to their commitments to the Area Plan from that time until and unless they once again become subject to the requirements of Part II pursuant to Sec- tion A. 1-6. 4. NON-DISCRIMINATION. In no event may a contractor utilize the goals and affirmative action steps required by this Part II in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. PART III: COMPLIA14CE AND ENFORCEMENT In all cases, the compliance of a contractor will be determined in accordance with its obligations under the terms of these Bid Conditions. Therefore, contractors who are governed by the provisions of either Part I or Part II shall be subject to the requirements of that Part regardless of the obligations of its prime contractor or lower tier subcontractors. All contractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors in writ- ing of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. A. CONTRACTORS SUBJECT TO PART I. 1. A contractor covered by Part I of these Bid Conditions shall be in compliance with Executive Order 11246, as amended, the implementing regula- tions and its obligations under Part I. provided the contractor together with the labor organization or organizations with which it has a collective bargaining agreement meet the goals for minority utilization to which they committed themselves in the Area Plan, or can demonstrate that every good faith effort has been made to meet the goal. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the Office of Federal Contract Compliance Programs determines that the contractor has violated a substantial requirement in the Area Plan or Executive Order 11246, as amended, and its implementing regulations, including the failure of such contractor to make a good faith effort to meet its fair share obligation if provided in the Area Plan or has FR-13 ��►-143 1-10-77 engaged in unlawful discrimination. Such violations shall be deemed to be noncompliance with the Equal Cpportunity clause of the contract, and shall be grounds for imposition of the sanctions and penalties provided for in Executive Order 11246, as amended. 2. The OFCCP shall review Part I contractors' employment practices during the performance of the contract. Further, OFCCP shall be solely responsible for any final determination that the Area Plan is no longer an acceptable affirmative action program and the consequences thereof. The OFCCP may, upon review and notice to the contractor and any affected labor organization, determine that the Area Plan no longer represents effective affirmative action. In that event it shall be solely respon- sible for any final determination of that question and the consequences thereof. 3. Where OFCCP finds that a contractor has failed to comply with the requirements of the Area Plan and its obligation under Part I of these Did Conditions, it shall take such action and/or impose such sanctions as may be appropriate under the Executive Order and its regulations. When the- OFCCP proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these Bid Conditions. The failure of the contractor to comply with its obligations under the Equal Opportunity clause shall shift to it the requirement to come forward with evidence to show that it has met the good faith require- ments of these Bid Conditions by instituting at least the specific affirm- ative action steps listed in Part II, Section 2. The contractor must also provide evidence of its stens toward the attainment of its trade's goals within the timetables set forth in the Area Plan. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of basic principles of Federal procurement law. B. CONTRACTORS SUBJECT TO PART II. In regard to Part II of these Bid Conditions, if the contractor meets the goals set forth therein or can demonstrate that it has made every good faith effort to meet these goals, the contractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under Part II of these Sid Conditions. In that event, no formal sanctions or proceedings leading toward sanctions shall be instituted unless the contracting or administering agency other- wise determines that the contractor is violating the Equal Opportunity clause. where the agency finds that the contractor failed to comply with the requirements of Executive Order 11246, as amended, the implementing regul- ations and the obligations under Part II of these Bid Conditions, the agency shall take such action and impose such sanctions, which include suspension, termination, cancellation, and debarment, as may be appro- priate under the Executive Order and its regulations. When the agency proceeds with such formal action it has the burden of proving that the contractor has not met the goals contained in Part II of these Bid Con- ditions. The contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the good faith requirements of these Bid Conditions by instituting at least the specific affirmative action steps listed in Part II, Section 2. The pendency of such proceedings shall be taken into consideration by Federal agencies in determining whether such contractor can comply with the requirements of Executive Order 11246, as amended, and is therefore, a "responsible prospective contractor" within the meaning of the basic principles of Federal procurement law. FR-14 00144 1-10-77 C. OBLIGATIONS APPLICABLE TO CONTRACTORS SUBJECT TO EITHER PART I OR PART II. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees. Discrimination in referral for employment, even if pursuant to provisions of a collective bargaining agreement, is prohibited by the National Labor Relations Act, as amended, and Title VII of the Civil Rights Act of 1964, as amended. It is the policy of the Office of Federal Contract Compliance Programs that contractors have a responsibility to provide equal employment opportunity if they wish to participate in federally involved contracts. To the extent they have delegated the responsibility for some of their employment practices to a labor organization and, as a result, are prevented from meeting their obligations pursuant to Executive Order 11246, as amended, such contrac- tors cannot be considered to be in compliance with Executive Order 11246, as amended, its implementing rules and regulations. PART IV: GENERAL REQUIREMENTS 1. Contractors are responsible for informing their subcontractors in writing regardless of tier, as to their respective obligations under Parts I and II hereof, as applicable. Whenever a contractor subcontracts a portion of the work in any trade covered by these Bid Conditions, it shall include these Bid Conditions in such subcontracts and each subcon- tractor shall be bound by these Bid Conditions to the full extent as if it were the prime contractor. The contractor shall not, however, be held accountable for the failure of its subcontractors to fulfill their obli- gations under these Bid Conditions, However, the prime contractor shall give notice to the Assistant Regional Administrator of the Office of Fed- eral Contract Compliance Programs of the Department of Labor and to the contracting or administering agency of any refusal or failure of any . subcontractor to fulfill its obligations under these Bid Conditions. A subcontractor's failure to comply will be treated in the same manner as such failure by a prime contractor. 2. Contractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended, with a contractor debarred from, or who is determined not to be a "respon- sible' bidder for Government contracts and federally-assisted construction contracts pursuant to the Executive Order. 3. The Contractor shall carr, out such sanctions and penalties for violation of these Bid Conditions and the Equal Opportunity clause includ- ing suspension, termination and cancellation of existing subcontracts and debarment from future contracts as may be imposed or ordered pursuant to Executive Order 11236, as amended, and its implementing regulations by the contracting or administering agency and the Office of Federal Con- tract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall also be deemed to be in noncompliance with these Bid Conditions and Executive Order 11246, as amended. 4. pothing herein is intended to relieve any contractor during the term of its contract from compliance with Zxecutive Order 11246, as amended, and the Equal Opportunity clause of its contract with respect to matters not covered in the Area Plan or in Part II of these Bid Con- ditions. S. The contractor will keep and will require his subcontractor to keep records and documents for two years following performance of this contract to indicate compliance with the Order of the Secretary of Labor, the title and date of which is shown in said Section 5-3. "Mese FR-15 00145 1-10-77 records and documents, or copies thereof, will be made available at reasonable times and places for inspection by any authorized representa- tive of the Federal Government and will be submitted upon request together with any other compliance information which such representative may require. For the information of bidders, a copy of the Area Plan may be obtained at the office of the District Director of Transportation of the District in which the work is situated. FR-16 00146 i '1 (To be used, wnen applicable, to Feueral-aid pcojects in Hometown Area Plan counties.) * The number to be inserted in this paragraph will be furnished by Headquarter's Civil Rights Coordinator. 1-11-7i SECTION 6-2. FEDERAL ACQUIREMENT TRAINING SPECIAL PROVISION 6-2.11 As mart of the Contractor's equal employment opportunity affir- mative action program, training shall be provided as follows: The Contractor shall provide on-the-job training to develop full journeymen in the types of trades or job classification involved. The goal iuc :•e numoer of trainees or apprentices to be trained _mn.er t:..: rectuirer enta of this special provision will be_L?.- In the event -t.-%-- Contractor subcon*racts s portion of the enr::aQt work, he shat: dete;naine ha•+ many, it any, of Lad trainees c- mpor- tscmes :.re to be t+...red by the :cntractor, croviced howevas, that the Contractor shall retain the primarl •r:apoaa+::ility for meeting the training requirements imposed by this special provision. The Contractor shall also insure that this Training Special Provision to made applicable to such subcontract. Where Feasible, 25 percent of trainees or apprentices in each occupation shall be in their first year of apprenticeship or training. The nusber of trainees or apprentices shall be distributed among the work classifications an the oasis of the Contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recrsitrwnt. Prior to corriencinq work, the Contractor shall submit to the 7epartment for approval the number of trainees or apprentices to be trained in each selected classification and training aro.r= to be used. Furthermore, the Contractor shall specify the starting time !or training in each of the classifications. The Contractor will be credited for each trainee or apprentice employed by him on the contract work who is currently enrolled or becomes enrolled in an approved program and will be reimbursed for such trainees or apprentices as provided hereinafter. Training and upgrading of minorities and women toward journeymen status is a primary objective of this :raining Special Provision. Accordin ly, tie Contractor sna:: make evert effort to enroll minority and women trainees or apprentices te.q., by conducting systematic and direct recruita'nt througn public and private sources likely to yield minority and wo-en trainees or aoprentzces) to the extent such persons are available witiun a reasonable area of recruitment. The Contractor will be respon:,ible for de:-o:stratinq the steps that he has taken in pursuance t.`mereos, prior to a e term nation as to whether tete Con- tractor is in co;jl'iance with this :raining Special Provision. This training commitment is not intended, and shall not be used, to dis- criminate against any applicant for training, whether a :ember of a minority group or not. ' tic employee shall be erplayed as a trainee or apprentice in any classification in rnich he :as successfully completed a training course lealirq to journey:an status or in wnLcn he has been employed as a journey.-an. :he Contractor should satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used the Contractor's records should doc=ent the finjings in each case. The minizu.•s length and type of training for each classification will be as established in the training program selected by the Contractor and approved by bath the Department and the Federal )highway Administra- tion. The 7ppartr..ent and the :•:deral Highway Administration will approve a program if it is reasonably calculated to meet the equal employment epyort•:nitl abli;atio:s of -:he Contractor and to qualify the average :ra.Lneo or apprentice -nr journey.man status in the classification c ncerned by bine end of the training period. Further- more, apprenticesnsp prograns regLscered with t.Ye J.S. Depar t-ment a: Labor. Bureau of A;iprecticewtip and rainsnc, or with the State of California, Departrent of Industrial Relations. ]ir:sicn of Appren- ticeship Standards recognized by the Bureau and training programs 0()1.4"1 FR-17 1-1l-7i approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship•and Train- ing shall also be considered acceptable provided it is being administered in a manner consistent with the equal employment obli- gations of Federal-aad highway construction contracts. approval or acceptance of a training program shall be obtained from the State prior to commencing wars on the classification covered by the pro- vzm. It is the intention of these provisions that training is to be pre-Wed in the construction crafts rather than clerk-typists sr secretarial-type posit-nns. =raining is v-r-issi:.ie in :ower level management positions such as otfice engineesr=, e9t1Z&tors, Li--3e- keepers, etc., wiore the training is oriented toward construction applications. ':raining in the taborer classification ma•• '-w permitted provided that significant and meaningful training is provided and approved by the division office. Soma offsite train- ing is permissible as long as the training is an integral part of an approved training program and does not comprise a significant part of the overall training. Except as otherwise noted below, the Contractor will be reimbursed 80 cents per hour of training given an employee on this contract in accordance with an approved training program. As approved by the Engineer, reimbursement will be made for training of persons in excess of the number specified herein. This reimbursement will be made even though the Contractor receives additional training pro- gram funds from other sources, provided such otaer source does not specifically prohioit the Contractor from receiving other reisburae- went. Reimbursement for offsite training indicated above may only be made to the Contractor where he does one or more of the following and the trainees or apprentices are concurrently employed on a Pederal-aid project; contributes to the cost of the trashing, pro- vides the ins:rucbian to the trainee or apprentice or pays the trainee's or apprentice's wages. dur:ng the offsite training period. .;a payment shall be made to the Contractor if either the failure to provide the required training, or the failure to hire the trainee or apprentice as a 7ourneyman, .is caused by the Contractor and evidences a lack of good faith on the part of the Contractor in meeting the requirements of this :raining Special Provision. It is nor-ally erected that a trainee or apprentice will begin his training an the project as soon as feasible after start of work utilizing the skill involved and remain on the project as long as training opportunities exist in his work classification or until he has completed his training program, it is not required that all trainees or apprentices be an board for the entire length of the cont=act. A Contractor will have fulfilled his responsibilities under th4s :raining Special Provisi:n if he has provided acceptable training to the nurzer of traLnees or apprentices specified. The number trained sha:l me determined on the basis of the total number enrolled on the contract for a significant period. only trainees or apprentices registered in a program approved by the State o: California's State Adm-nistrator of Apprenticeship may be employed on the project and said trainees or apprentices shall be paid the standard wage specified :ander the rogulations of the craft or trade at which they are employed. .he Contractor shall =arm:-sh the trainee or apprentice a copy of the program he will follow in providing the training. The Contractor shall provide eac. trainee or apprentice with a certification showing the type and length of training satisfactorilf cor..pleted. The Contractor :rill provide for the maintenar--e of records and furnish periodic reports docuaenting his performance under this Training Special Provision. Pel is 00148 SECTION G 2632 BID ITEMS ITEM 11 . MOBILIZATION MOBILIZATION shall conform to the provisions in Section 11 , "Mobilization," of the Standard Specifications. ITEM 15a. REMOVE PAINTED TRAFFIC STRIPE Conflicting centerline stripes and pavement markings shall be removed as shown on the plans or as directed. Sandblasting shall be used to remove the painted stripes and pavement markings in lieu of other methods allowed under Section 15-2.028 of the Standard Specifications Sandblasting shall be performed in such a manner as to prevent damage to vehicles or other property. Immediately after the removal of any centerline stripe, the sand shall be removed from the roadway and the new centerline shall be cat-tracked. The new centerline stripe shall be painted, as shown on the plans; no later than the following day. Payment Full compensation for removing the traffic striping and pavement markings as shown on the plans, or as directed, clearing the pavement and cat-tracking the new centerline with yellow traffic paint, including all labor, equipment, and materials shall be included in the contract price paid per linear foot for Remove Painted Traffic Striping and no separate payment will be made therefor. ITEM 15b. ABANDON PIPE LINE CASINGS Under this bid item existing pipe line casings, where shown on the plans, shall be abandoned. The ends of the casings shall be securely closed by a tight fitting plug or wall of commercial quality concrete containing not less than 470 pounds of cement per cubic yard. Casings 12" in diameter and larger shall be backfilled with sand, by any method acceptable to the Engineer, which completely fills the pipe. Sand backfill material shall be clean, free draining, and free from roots and other deleterious substances. At the option of the Contractor, the casings may be removed and disposed of. If the Contractor elects to remove the pipes, he shall completely restore resulting trenches in conformance with the provisions in Section 19-3.06, "Structure Backfill ," of the Standard Specifications. Existing casings, to be abandoned, that intersect the side slopes shall be removed to a minimum depth of 3 feet measured from the plane of the side slope before being plugged. The resultant void shall be backfilled in accordance with the provisions in Section 19-3.06, "Structure Backfill ," of the Standard Specifications. 0(),149 G-1 2632 Payment Full compensation for plugs, pipe removal , structure excavation, and structure backfill (including sand pipe backfill) , shall be considered as included in the contract unit price paid for ABANDON PIPE LINE CASINGS, and no additional compensation will be allowed therefor. ITEM 15c. RECONSTRUCTING PROPERTY FENCES At the location shown on the plans and where directed by the Engineer, portions of the existing property fence on the UCO Refinery shall be removed and reconstructed in a new location in accordance with the pro- visions in Section 15, "Existing Hiahway Facilities," of the Standard Specifications, Standard Plan No. CC 310 and the following: The aforementioned relocation of fencing shall proceed in such a manner as to maintain complete protection and security for the Refinery at all times. The work of relocation of the fence shall begin sufficiently early in the day so that the entire fence can be relocated and made secure by the end of the same day. The contractor shall observe such reasonable regulations as may be promulgated by the plant manager of UCO Refinery or his designated representatives. Payment The contract price per linear foot for RECONSTRUCTING PROPERTY FENCES shall include full compensation for furnishing all labor, materials, tools, equip- ment and incidentals necessary or required to remove and reconstruct the fence. ITEM 15d. SALVAGING GUARD RAILING At the locations shown on the plans or where directed by the Engineer, existing metal beam guard railing shall be salvaged in accordance with the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and the following requirements. The metal rail sections which are considered to be in acceptable con- dition shall be carefully salvaged and delivered to the following locations: 1 . For railing installed easterly of the existing bridge deliver to the City of Martinez Corporation Yard, 300 Alhambra Road, Martinez. 2. For railing installed westerly of the existing bridge deliver to the County Maintenance Yard on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. Posts and unacceptable metal rail sections shall become the property of the contractor and disposed of off the site. Measurement of railing to be salvaged shall be made along the face of the rail for the entire length of section to be salvaged. No deduction will be made if a section of railing is too badly damaged to be salvagable. G-2 f�i115� 2632 Payment SALVAGING GUARD RAILING will be paid for at the price per linear foot bid therefor which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals required for salvaging, cleaning and delivering rail to locations stated above, and disposing of defective railing and posts. ITEM 15e. SALVAGE ROADSIDE SIGNS Existing roadside signs, at locations shown on the plans or where directed, shall be removed and salvaged in accordance with the provisions of Section 15 of the Standard Specifications and these special provisions. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. Each multipost sign or single post sign with one or more sign panels mounted on the post shall be considered a single unit. Salvaged materials shall be thoroughly cleaned of all foreign material and delivered to the City- and County yards as specified for Salvaging Guard Railing of these special provisions. Payment Payment for SALVAGE ROADSIDE SIGNS shall be at the price bid per each and shall be in accordance with Section 15-2.07 of the Standard Specifications. ITEM 15f. SALVAGE GUIDE MARKERS Under this bid item the Contractor shall remove existing metal post guide markers in accordance with the provisions of Section 15-2.05c of the Standard Specifications and these special provisions. Markers shall be delivered to the City and County yards as specified for Salvaging Guard Railing of these Special Provisions. Payment Payment for SALVAGE GUIDE MARKERS shall be at the price bid per each and shall be in accordance with Section 15-2.07 of the Standard Specifications. G-3 2632 iTEM 15g. BRIDGE REMOVAL Removing the existing Waterfront Road Bridge shall conform to the requirements in Section 15, "Existing Highway Facilities," of the Standard Specifications and these Special Provisions. Attention is directed to the requirements under "Order of Work: and "Public Convenience, Public Safety and Signing" of these Special Provisions. As bridge removal operations are conducted over railroad property, the details of the removal operations shall conform to the requirements under "Relations with Railroad Company" of these Special Provisions. The existing bridge structure is believed to consist of two steel trusses, each encased in concrete, probably with reinforcement. The upper portions of the trusses are embedded in the concrete railings. The floor system consists of steel beams and girders, also encased in concrete. The exist- ing bridge was built in 1916. Original construction plans are not available. Protection of Railroad Facility -- The work of removal of existing bridge shall be subject to the technical inspection and approval of the railroad, including times during which the contractor's forces work over the tracks and the procedures for protection of railroad traffic and property. The track and tie area underneath the bridge shall be covered with protective planking not less than 3 inches thick. Immediately adjacent to the rails, it shall extend to a height at least one=half inch above top of rail . The protective planking shall extend at least ten feet beyond each side of the bridge measured from the outside face of the bridge railing. The planking shall have sufficient strength to protect the rail and ties from damage from falling debris. Beyond the planked area underneath the bridge, but within the area potentially susceptible to receive falling debris, cushioning material shall be provided and shall consist either of a blanket of approximately 4 inches of standard railroad ballast, or planking as described above. The Contractor shall be responsible for designing and constructing safe and adequate protective planking and cushioning with sufficient strength to avoid damage to rails, ties and track structure. All plans will be subject to Railroad's approval . When so instructed by the railroad representative to clear the site for oncoming train movements, demolition and all other operations within close proximity of the tracks shall cease. Any debris which might fall loose or is in a precarious position shall immediately be knocked or cut loose, so it cannot fall onto a train. G-4 02 2632 Item 15g. (con' t.) During demolition operations, the Contractor shall have immediately and continously available a piece of construction equipment suitable for removing debris from the track area. Interfering debris and any protective planking that might interfere with wheels or flanges shall be promptly removed prior to each train movement. Signals, switches and switch stands shall be suitable protected. The U.S.G.S. monument below the bridge shall also be protected during removal operations. Existing bridge abutment areas shall be cut back to a neat, stable and presentable condition, and substantially flush with adjacent sections of existing rock cut. Any protruding structural steel or reinforcing bars shall be cut back flush with the adjacent concrete. Concrete removed may be placed in the area where unsuitable material removal is designated on the plans in the east approach. Concrete pieces no larger than 3 feet in greatest dimension and steel reinforcing shall be placed in the lower limits of excavation, i .e. , at approximate elevation 0 or lower and subsequently covered with at least 3 feet of earth of the '"unsuitable material ." Steel beams and girders, etc. , shall be disposed of off site. Following completion of the bridge removal and demolition operations, all debris, cushioning material , planking and other materials shall be removed. and the premises left in a neat and presentable condition as specified in Part C, "Relations With the Railroad", of these Special Provisions. Before removal , the protective planking shall be cleaned of all debris and fine material . The construction of the protective covering as herein specified shall in no way be construed to relieve the Contractor of his responsibility as specified in Section 7-1 . 12, "Responsibility for Damage," of the Standard Specifications. The Contractor shall coordinate his activities with Southern Pacific Transportation Company to determine anticipated times of train movements. Actual train movements are subject to seasonal and daily fluctuation. As of July 1977, there were approximately ten freight train movements a day occurring between 7:30 a.m. and 4:30 P.M. The eastbound AMTRAK passenger train is scheduled to pass the site at about 10:30 a.m. and westbound at about 5:00 p.m. Payment BRIDGE REMOVAL will be paid for on the basis of a contract lump sum. Full compensation for conforming to the requirements in this item shall be considered as included in the contract lump sum price paid for BRIDGE REMOVAL and no additional compensation will be allowed therefor. G-5 ool53 2632 ITEM 16. CLEARING AND GRUBBING Clearing and grubbing shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications and the following requirements. Clearing and grubbing shall consist of removing and disposing of all objec- tionable material from within the project right-of-way, and other areas noted in the Standard Specifications. Clearing and grubbing shall specifi- cally include removal of designated trees, shrubs, the existing fence adjacent to the proposed South Frontage Road, debris, and other items as required to clear the work. Roadside sign's and portions of existing - guard rail are to be salvaged. Existing eucalyptus trees adjacent to abutment one of the proposed bridge and the adjacent embankment shall be completely removed, including their roots, WlLthin the slope lines shown on the plans. All trees which are to be left in place and which are caused to fall due to the negligence of the Contractor shall be removed by the Contractor at his expense. Burning will not be permitted. The existing rubber tube type vehicular impact attenuators located on the approach to the existing bridge shall be removed and disposed of as soon as the new bridge has been opened to traffic. Existing pipe line casings which are to be abandoned within the right-of-way shall be capped, plugged, or removed as directed by the Engineer. The cost of the work involved is covered by another Bid Item and shall not be con- sidered as a part of the work of clearing and grubbing. Payment CLEARING AND GRUBBING will be paid for at the lump sum price bid therefor, which price shall include full compensation for all labor, materials, tools, and equipment necessary or required for doing all the work involved in clearing and grubbing, including the removal and disposal of all the resulting material. ITEM 17. WATERING Developing water supply and applying water shall conform to the provisions in Section 17, "Watering," of the Standard Specifications and these special provisions. Full compensation for developing water supply and applying water, including water used to control dust resulting from contractor's performance of the work and for the purpose of controlling dust caused by public traffic, shall be considered as included in the prices paid for the various contract items of work involving the use of water, and no separate payment will be made therefor. G-6 (h 2632 ITEM 19. EARTHWORK - GENERAL Unsuitable Material The soils report and borings for the project indicate the presence of under- lying highly compressible materials within the loop of the east approach and all the original ground in the west approach area westerly of approximate Station 18. Unsuitable material in the east approach area shall be removed as further described in Item 19a "Roadway Excavation", hereof. Embankment construction in the west approach shall be staged as further described in Item 19b, "Imported Borrow" hereof. The provisions in the third paragraph in Section 19-2.02, "Unsuitable Material ," of the Standard Specifications, providing for payment for removal and disposal of unsuitable material as extra work, shall not apply. The removal and disposal of all unsuitable material will be paid for at the contract price per cubic yard for roadway excavation for the quantity involved. Unsuitable material shall be temporarily stockpiled and subsequently utilized for flattening of embankment slopes, primarily within the east approach area. Additional payment will not be made for removing the material from the stockpile, but compaction will not be required for the material placed outside of the designated 11:1 or 2: 1 embankment slopes shown on the plans. Ditches In lieu of the provisions in the first paragraph in Section 19-4.03 "Payment," of the Standard Specifications, the excavation of ditches will be paid for at the contract price paid per cubic yard for roadway excavation. The quantity of roadway excavation shown on the final cross-sections shall be considered to include the quantity of ditch excavation for those ditches delineated on the plans. Compaction In lieu of the relative compaction requirements in Section 19-5.03, relative compaction shall not be less than 90 percent, with exception that relative compaction under bridge footings and wing walls shall be 95 percent as provided in Section 19-5.03, "Relative Compaction," of the Standard Specifications. The requirements of paragraph two of Section 19-5.03 do not apply- Where road widening trenches are to be excavated adjacent to the edge of an existing pavement, trenching operations shall be conducted on but one side of the pavement at a time, and no trenching shall be started on the opposite side until the trench first excavated has been backfilled to the level of the existing surfacing. Scarifying Existing Pavement Prior to placing embankment, subbase, or base material over existing pavement, 0015 G-7 2632 ITEM 19 (Cont. ) the pavement shall be scarified to its full depth. After scarifying, the pavement shall be broken up and recompacted. Pieces of pavement over six inches in greatest dimension remaining exposed or loose after compaction shall be removed and disposed of as directed by the Engineer, or placed in the lower portions of new embankment. Full compensation for scarifying, recompacting, and removing and disposing of oversize material shall be considered as included in the prices paid for the various contract items of work, and no additional compensation will be allowed therefor. Slopes Concurrent with the construction of embankments, the exposed surface of embankment slopes shall be compacted by a tamping roller of a type approved by the Engineer. The slopes shall be rolled in increments of 6 feet, measured vertically. The roller shall traverse each increment of slope six times for a total of three round trips. If directed by the Engineer and before compaction is done, water shall be applied to the embankment slopes in a fine spray to avoid erosion. Full compensation for compacting embank- ment slopes shall be considered as included in the contract price paid per cubic yard for roadway excavation, or per ton for imported borrow, and no separate payment will be made therefor. Trench Excavation The Contractor and his Engineer shall retain the responsibility for the correctness and adequacy of the design and the implementation of the "Trench Excavation Safety Plans, : (SS Section 5-1 .02A) , if they should be necessary, during the course of the construction work. The review of the plan by the County Public Works Department will not relieve the contractor and his Engineer of the above responsibility. Full compensation for preparing the plan, constructing any planned shoring or protection and removing the planned shoring or protection shall be con- sidered as included in the contract price paid per cubic yard for structure excavation and no additional compensation will be allowed therefor. Cross-Section Sheets Cross-section sheets showing details of excavation, grading, and other earth- work at the project site are on file in the County Road Department Office and in the office of the Consulting Engineer, and may be inspected by pros- pective bidders during regular business hours. Such cross-section sheets will be made available- on request at the cost of reproduction. The cross- section sheets have been prepared with reasonable care, but their accuracy is not guaranteed, and the said cross-section sheets are not a part of the contract plans. 2632 ITEM 19• (Cont.) Four (4) sets of cross-section sheets will be supplied to the successful bidder without charge. Additional sets will be supplied at the cost of reproduction. ITEM 19a. ROADWAY EXCAVATION This work shall consist of all excavation involved in the grading and con- struction of the roadway and which is not covered by another Bid item, in- cluding the removal and replacing of unsuitable material and the scarifying, removal and disposal of asphalt paving in the section of the existing west approach designated as surfacing to be obliterated after completion of the detour period. Reference is made to the applicable provisions of Section 19 of the Standard Specifications, and the preceding general clauses and the following requirements. Removal of Unsuitable Materials, East Approach Embankment Existing weak peaty materials between approximate Station 25+00 and Station 29+00, right, (south side of the existing embankment) , shall be removed, generally as shown on the typical sections and the cross-sections. The precise limits of removal will be determined in the field by the Engineer. Attention is called to the fact that the area is marshy and saturated. It is anticipated that drag line excavation will be required, although the Contractor may dewater the area by pumping. The width of the excavation shall be not narrower than 8 feet at any station. Removal of material adjacent to the existing embankment of the east approach will be carefully monitored by the Engineer, and the Engineer reserves the right to order changes in or suspension of grading operations to prevent settlement of the existing roadway. Recompaction of Embankment A portion of the new embankment, left of Station 25+, which was added onto the original embankment during 1977 was insufficiently compacted due to restricted working conditions. An approximately two feet deep layer of this material shall be excavated and recompacted prior to continuing with the em- bankment raise. Such additional work, as directed by the Engineer, will be measured and paid for under this Bid Item. Payment ROADWAY EXCAVATION will be paid for at the unit price per cubic yard measured in accordance with the provisions of Section 19-2.08 of the Standard Specifi- cations, which price shall include full compensation for all labor, materials, tools, and equipment necessary or required to excavate the roadway prism, including unsuitable material , haul , place and compact excavated material in embankments, and furnish and apply water. -9 00151 2632 ITEM 19b. IMPORTED BORROW Under this item, the Contractor shall furnish, place and compact imported borrow in accordance with Section 19-7 of the Standard Specifications, the preceding general clauses, and the following requirements. All imported borrow shall have a minimum resistance value (R-value) of 30. Embankment Construction - West Approach Substantial and progressive settlement of embankment is anticipated during and after the construction period for portions of the west approach. Consequently, embankment construction for certain areas will require surcharging and probable frequent placement of additional fill material . In lieu of the requirements of the Standard Specifications, embankment construction in areas consisting of soft unconsolidated peaty materials, shall be performed in the following manner: 1 . Existinq vegetation and organic matter shall not be stripped, and the existing surface shall not be compacted. Construction equipment shall not be operated directly on the existing ground. 2. The first step in embankment construction shall be placement of a uniform layer or pad of permeable sand materials, as shown on the typical section, to create a construction workinq table and permeable surface layer. Such layer shall be placed with relatively light equipment working ahead from the pad, such as end dumping from dump trucks with pushing of the sand material ahead by bulldozer. The Contractor shall exercise every effort to minimize disruption of the existing surface layer. 3. The Contractor, at his option, may place a layer of subbase 6 to 8 inches thick over the sand to improve trafficability, prior to continuation of embankment construction. 4. Embankment shall be placed on the above-described working table, but compaction shall not begin until placement of the first 1-foot thickness above the sand working platform. New embankment shall be thoroughly benched into the existing embankment shelf in accordance with the provisions of Section 19-6 of the Standard Specifications in order to minimize the extensive differential settlement anticipated. The total settlement within undisturbed marshland areas is expected to be on the order of 12-14 feet and 3-4 feet of additional settlement under existing embankments. Settlements will not necessarily occur entirely during the period of construction. Accordingly, construction procedures are intended to accelerate the settlement as much as possible, and to provide for placement of surcharge prior to final surfacing. G-10 2632 ITEM 19b. (Cont.) Settlement will be carefully monitored. The rate at which embankments are to be placed and added to shall be as directed by the Engineer. Embankments shall , in general , be brought up to the level of existing, adjacent embankments prior to addition of material to existing embankments. Embankment Construction - East Approach Unsuitable material in the south side of the existing embankment shall be removed as described under Item 19a, "Roadway Excavation," hereof, and replaced in accordance with the following requirements: The sub-excavated area shall be filled with granular, readily compactable material conforminq to the requirements of Section 19 of the Standard Specification, except as follows: 1 . The base of the excavated area is not expected to be compactable, and requirements for compaction are waived. 2. Any water remaining in the sub-excavated area shall be pumped out to the extent practicable, in the opinion of the Engineer. However, it is anticipated that some water will remain. 3. The initial lift may be two feet thick, to provide trafficability for construction equipment. As the sub-excavation is back-filled and new embankment is placed, it shall be thoroughly keyed into the existing soils and the existing roadway embankment, in accordance with the provisions of Section 19-6 of the Standard Specifications. Outside the planned 13 or 2:1 side slopes, unsuitable material shall be used for backfilling excavated areas and for contour grading. Attention is directed to the sanitary sewer line crossing the site near Sta. 29+00 and the sewer and water lines paralleling the roadway in the west approach. Care shall be exercised in grading operations near the lines. Settlement or movement of the lines will be carefully monitored and grading operations may be halted if any deflection is detected. Source of materials Imported borrow shall be obtained by the Contractor from outside sources at his sole cost and expense, and he shall be responsible for makinq all arranqements. The Contractor shall furnish to the Engineer at least three weeks in advance of beginning borrow operations a list of sources of material proposed for use as imoorted borrow, and shall cooperate in Providing adequate samples for testing. 0011 i9 G-11 2632 ITEM 19b. (Cont. ) One potential commercial source: "A. Pereira Enterprises." (370 Muir Station Road, Martinez, phone 229-0330) . Payment IMPORTED BORROW will be paid for by the ton in accordance with Section 19-7.05B of the Standard Specifications, which price shall include full compensation for clearing and strippinq borrow sites, if necessary: providing scales; excavating, loading, hauling, depositing, spreading and compacting the material complete in place within the roadway in accordance with the plans and these Special Provisions. The price paid per ton for imported borrow shall include full compensation for furnishing and applying water, which will not be subject to measurement and which is not a pay item under this contract. No payment will be made for overhaul . Measurement of quantities for payment shall be in accordance with Section 9-1 .01 of the Standard Specifications and will be based on tickets filled out for the "County of Contra Costa Project No. 3481) and presented to the inspector on the job site at the time of delivery. ITEM 19c. SAND BLANKET Under this Item, the Contractor shall furnish and place an approximate two feet thick layer of permeable sand to serve as a working platform in designated areas of the proposed west approach embankment. The areas over which this blanket is to be spread shall be as shown on the plans or as directed by the Engineer. The sand blanket is also to serve as a drainage route for entrapped water. Sand for the drainage blanket shall consist of granular material , free from wood, bark or other extraneous material and shall meet the following require- ments for grading: Passing No. 4 Sieve. . . . . . . . . . . . . . . . . . .. . . .. . . . 100% Passing No. 40 Sieve. . .. .. .. .. . . .. .. .. . . . . . . . .0-10% Passing No. 200 Sieve. . . .. .. . . .. .. .. .. .. . . . . ..0-2% The sand is to be a coarse, free draining material and shall not contain excess moisture. It shall be placed with light construction equipment working ahead from the pad. Every effort shall be made to minimize disruption of the surface soil layers during sand placement. In the event the completed sand layer does not adequately support heavier construction equipment, a 6-inch thick layer of aggregate subbase may be placed over the sand, if so directed by the Engineer. If the subbase material is placed, it will be measured and paid for under Bid Item 25. Payment SAND BLANKET will be paid for at the price bid per ton, which price includes full compensation for a complete installation, measured in accordance with Sect. 9-1 .01 of the Standard Specifications. G-12 nr��su I 2632 ITEM 19d. SPECIAL STRUCTURAL EXCAVATION Under this Item, the Contractor shall excavate earth and rock in the area of the bridge, where shown on the Plans or where directed by the Engineer in accordance with the applicable provisions of Sections 19-1 and 19-2 of the Standard Specifi- cations and the following requirements. Excavated materials shall be placed in the approach embankments, as designated by the Engineer. The minimum slope line of the special structural excavation shall be determined by the ability of the native material to stand with stability, but in no case shall be steeper than one-half horizontal to one vertical . The maximum slope line shall not be flatter than shown on the .irawings. Should the slope be excavated to the maximum slope line shown on the drawings and local remedial work be directed by the Engineer, the cost thereof will be paid as extra work as provided in Section 4-1 .03D. Care shall be taken in performing this excavation so as not to disturb the footing support bearing materials for the abutments and piers. Blasting in or adjacent to footing excavations will not be allowed except as approved by the Engineer. Payment SPECIAL STRUCTURAL EXCAVATION will be paid for on the basis of a contract lump sum. Full compensation for conforming to requirements in this section shall be consider- ed as included in the contract lump sum for Special Structural Excavation and no additional compensation will be allowed therefor. ITEM 19 e. STRUCTURE EXCAVATION Under this Item, the Contractor shall excavate for the overhead structure, where shown on the Plans or where directed in accordance with the applicable provisions of Section 19-3 of the Standard Specifications and the following requirements. Blasting in or adjacent to footing elevations will not be allowed except as speci- fically approved by the Engineer. Structure excavation limits not shown on the Plans or specified herein, shall be as shown on Department of Transportation Standard Plan No. A62-BB. Excess structure excavation not needed for structure backfill shall be deposited in areas designated for embankments, as directed by the Engineer. Footings for the piers and abutments shall be excavated to neat lines, and footing concrete shall be placed directly against the sides of the neat excavations without using side forms. Payment STRUCTURE EXCAVATION for overhead structure will be paid for at the unit price per cubic yard measured in accordance with the provisions of Section 19-3.07 of the Standard Specifications and the diagrams shown on the Plans, which price shall in- clude full compensation for all labor, materials, tools and equipment necessary or required to make the excavation and dispose of the resulting excavated material in (��►1f1 G-13 2632 Item 19e. (continued) embankments, including all incidental work, such as furnishing, installing, and removing sheet piling or bulkheads. The quantity shown in the Engineer's Estimate for Structural Excavation shall be the final quantity for which payment will be made, as provided in Section 9-1 .015 of the Standard Specifications. ITEM 19f . STRUCTURE BACKFILL Under this Item, the Contractor shall furnish, place and compact structure backfill where shown on the Plans or where directed in accordance with the applicable provi- sions of Section 19-3 of the Standard Specifications and the following requirements. Structure backfill limits not shown on the Plans or specified herein, shall be as shown on Department of Transportation Standard Plan No. A62-88. Backfill at the inside of bridge abutment wing walls shall be placed before curbs or sidewalks which overhang the inside of the wing wall and before railings on the wing walls are constructed. PAYMENT STRUCTURE BACKFILL will be paid for at the unit price per cubic yard measured in accordance with the provisions of Section 19-3.07 of the Standard Specifications; and the diagrams shown on the Plans, which price shall include full compensation for all labor, materials, tools and equipment necessary or required to furnish, place, and compact the structure backfill and furnish and apply water complete in place, including all incidental work. Pervious backfill material furnished and placed as specified behind abutments or wing walls, will be considered as structure backfill for payment, and the contract unit price paid for structure backfill shall include full compensation for furnish- ing, placing and compacting the pervious backfill material . The quantity shown in the Engineer's Estimate for Structure Backfill shall be the final quantity for which payment will be made, as provided in Section 9-1 .015 of the Standard Specifications. 00162 G-14 2632 ITEM 20. EROSION CONTROL Erosion control shall be instituted at locations shown on the plans or at locations directed by the Engineer and shall conform to the provisions in Section 20 of the Standard Specifications and these special provisions. The work, as specified below, shall be performed when directed by the Engineer using materials, equipment and application methods approved by him prior to commencement of the work. Erosion control areas shall not be cultivated or treated with weed control chemicals; and the placement of straw or topsoil shall not be required. Erosion control slurry shall be nozzle applied uniformly on the designated areas within four hours of mixing and shall consist of the following materials : r a. Mulch shall be a green colored, fibrous, wood cellulose material containing no growth or germination inhibiting factors, and shall be applied at the rate of 35 lbs. per 1000 square feet (1 ,500 lbs. per acre) slope measure. b. Commercial fertilizer shall be a controlled release type with .an analysis of: Nitrogen 13ro, Phosphoric Acid 8%, Water Soluble Potash 4ro. A small fraction of uncoated soluble fertilizer shall be included for fast green-up. The fertilizer shall be applied at the rate of 15 lbs. per 1 ,000 square feet (645 lbs. per acre) slope measure. C. Seed shall conform to the provisions of the California Agricultural Code and the Federal Seed Act and shall consist of the following types and application rates per 1 ,000 square feet slope measure Barley 3 lbs. Rye Grass 3 lbs. or Rye Grass 3 lbs. Blando Brome Grass 3 lbs. Seed shall be innoculated in accordance with manufacturer's specifi- cations and shall be planted within four (4) days of treatment. d. Water shall not contain weed seeds and shall be of such quality that it will promote germination and growth of seeds. Vegetative coverage required for payment shall be a minimum of 90h at 45 days. Full consideration shall be given for existing geologic environment and climatic conditions during germination period. ON 63 G-15 2632 Payment Payment for erosion control will be made at the contract price per- square foot, slope measure, which shall include full compensation for furnishing and applying all mulch, fertilizer, seed and water to insure establishment of the required vegetative coverage. ITEM 21 . SETTLEMENT PLATFORMS Under this Item, the Contractor shall furnish and install settlement platforms conforming to the details shown on the plans. Materials shall be standard commercial items. Platforms shall be installed and adjusted by Contractor. Required measurements will be performed by Engineer. Contractor shall not proceed with any phase of his operations in the area around the platforms, which will affect the platforms, until authorized by Engineer. The foundation upon which the platforms are set shall be compacted and be level in all directions. Platforms shall be set plumb. Payment SETTLEMENT PLATFORMS will be paid for on the basis of the price per each, which price shall include full compensation for furnishing all labor, materials, tools and equipment necessary to construct the platforms, complete in place, including the protective sleeve and additional sections of the reference rods and periodically adjusting the protective sleeve to grade and adding sections of reference rods. The additional effort involved in compacting the embankments to avoid damage to settlement platforms shall be considered as included in the price paid for settlement platforms and no additional compensation shall be allowed therefor. In the event the contractor's operations cause damage to any settlement platforms such that, in the opinion of the Engineer, the useability of data obtained therefrom is impaired, such platform will not be paid for even though it has actually been installed. ITEM 22. CLEAN-UP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor shall be removed and dis- posed of outside of the construction area in accordance with the provisions in Section 7-1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications and these special provisions. 00164 G-16 2632 Payment Full compensation for clean-up shall be considered as included in the prices paid for the various contract items of work requiring clean-up, and no separate payment will be made therefor. ITEM 25. AGGREGATE SUBBASE Aggregate subbase shall conform to the provisions in Section 25 of the Standard Specifications for either Class 1 or Class 2 aggregate subbase at the Contractor' s option. The aggregate subbase provided must comply wholly with the specifications for Class 1 or Class 2 aggregate subbase. A combina- tion of the two separate specifications will not be accepted. Payment AGGREGATE SUBBASE will be paid for at the contract price per ton, which price shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all the work involved in hauling, constructing and compacting aggregate subbase, complete in place. The price paid per ton for aggregate subbase shall include full compensation for furnishing and applying water, which will not be subject to measurement and which is not a pay item under this contract. ITEM 26. AGGREGATE BASE (CLASS 2) Aggregate base shall conform to the provisions in Section 26 of the Standard Specifications and these special provisions. Aggregate base shall be Class 2 and shall conform to the grading for the 1-1/2 inch maximum or 3/4 inch maximum grading. The aggregate base provided must comply wholly with the specifications for 1-1/2 inch maximum or 3/4 inch maximum. A combination of the two separate specifications will not be permitted. The provisions in the second paragraph in Section 26-1 .06, "Measurement," of the Standard Specifications are superseded by the following: The weight of material to be paid for will be determined by deducting from the material delivered to the work, the weight of water in the material , at the time of weighing, as determined by Test Method No. Calif. 226, in excess of 9 percent of the dry weight of the material . The weight of water deducted will not be paid for. Payment AGGREGATE BASE (CLASS 2) will be paid for at the contract price per ton, which price shall include full compensation for furnishing all labor, materials, tools, and equipment and doing all the work involved in hauling, placing, and compacting aggregate base (Class 2) . The price paid per ton shall be full compensation for furnish and applying water required for compaction and for dust control . nr i �. 00 1 W) G-17 2632 ITEM 39a. ASPHALT CONCRETE TYPE B Asphalt concrete shall be Type B conforming to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000 and shall comply with the requirements of Section 92 of the Standard Specifications. Aggregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for three-quarter-inch maximum, medium grading; one-half-inch maximum, medium grading for asphalt concrete used to level irregularities in advance of placing the surface course. Aggregate shall have a sodium sulfate loss of less than 9.6% when tested in accordance with Test Method No. CCC 214 (AC) . Asphalt concrete for placing any course shall be supplied from one plant. Prime coat shall be liquid asphalt. Type SC-70. Paint Binder shall be asphaltic emulsion. Tvoe RSI . Foq seal shall be asphaltic emulsion. Type SSI . Asphalt concrete base course shall be spread in one laver not exceeding 0.25-foot thickness. The asphalt concrete surface course shall be spread in one laver not exceeding 0.20-foot thickness. Prior to placing the surface course the finished surface of the previous layer shall not vary at any point more than 0.05-foot above or below the grade established by the Engineer. All trimming of the surface shall be completed while the temperature of the mix is above 2000F. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on weather predictions, to schedule his paving operations to avoid paving in the rain or fog. If the day's operations are cancelled because of predicted rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which contains ponded water or excessive moisture. In the event the Contractor elects to pave and rain or fog forces a shut down, loaded trucks in transit shall return to the plant and no compensation will be allowed therefor. Areas of existing pavement where an overlay is to be placed shall be thoroughly cleaned prior to application of paint binder. n 1 G-18 2632 Item 39a. (con't. ) Attention is directed to the provisions in the first paragraph of Section 39-6.02, "Spreading," of the Standard Specifications. The extent of the areas where a surface course mixture shall be spread to level irregu- larities, as shown on the plans, shall be subject to revision by the Engineer, depending on actual conditions prevailing on the project. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is discharged from the delivery vehicle. Asphalt concrete surfacing shall be placed one-half width at a time and the remaining one-half width of the roadbed shall be kept free of obstructions and open for use by public traffic at all times until the half-width of surfacing first placed is ready for use by traffic. Asphalt concrete sur- face courses shall be spread one layer at a time over the entire project. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides. Conforms between existing pavement and newly constructed pavement shall be made by cutting the existing pavement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. Temporary transitions shall be constructed to conform with the existing pavement at each end of the project. The transitions may be constructed using asphalt concrete, or cut back material , with a paper joint and to a minimum length of 5 feet. The material used to construct the transition shall be removed prior to placing the surface courses. Asphaltic emulsion shall be applied to asphalt concrete surfaces, used by vehicles as a detour or roadway, before spreading additional layers of asphalt concrete. The rate of application shall be 0.07 gallon per square yard. Driveways, entrances and road connections shall be paved as shown on the plans or as directed by the Engineer to connect with the new paving. Due to the anticipated settlement of embankments and roadways, especially at the west approach area, periodic repair or replacement of paved surfaces may be necessary throughout the construction period. It has been assumed that temporary wearing surfaces, consisting of one to two inches of asphalt concrete or aggregate base, will be sufficient to carry normal detour traf- fic. If settlement is sufficiently rapid that frequent repaving becomes necessary, the Engineer reserves the right to order applications of asphaltic emulsion or liquid asphalt as a temporary surfacing in lieu of asphalt con- crete. In such event, such temporary pavements will be paid for as extra work in accordance with Section 4-1 .03D of the Standard Specifications. G-19 00111,1 2632 ITEM 39a. (Cont. ) Payment ASPHALT CONCRETE (TYPE B) will be paid for at the unit price per ton measured i.n accordance with Section 39 of the Standard Specifications, which price shall include full compensation for all labor, materials, tools, and equip- ment necessary to construct roadway pavement complete in place, including transitions. The contract price paid for asphalt concrete shall include full compensation for the following : a. construction and removal of temporary transitions; b. construction of driveways, entrances and road connections; c. cutting existing pavement for conform work; d. furnishing and applying asphaltic emulsion; e. furnishing and applying liquid asphalt (SC-70) as a prime coat; f. spreading sand cover over prime coat when directed by the Engineer; g. fog seal over the entire roadway. ITEM 39b. ASPHALT CONCRETE DIKES Asphalt concrete dikes shall conform to the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications and these special provisions. Fog seal coat conforming to the provisions in Section 37, "Bituminous Seals," of the Standard Specifications, shall be applied to the completed dikes. Payment In lieu of the provisions of Section 39-8.02, "Payment," full compensation for fog seal coat, shaping of dikes at spillways and driveways, and for furnishing asphalt concrete placed as dikes, shall be considered as included in the contract price paid per linear foot for asphalt concrete dikes and no separate payment will be made therefor. Said price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary or required to construct the dikes complete in place. Of)1GIs G-20 2632 ITEM 51a. STRUCTURE CONCRETE, BRIDGE FOOTING ITEM 51b. STRUCTURE CONCRETE, BRIDGE This work consists of furnishing and placing portland cement concrete of various strengths as necessary to construct the overhead structure in accordance with the details as shown on the Plans, as required by the Engineer, and as specified in Sections 51 , "CONCRETE STRUCTURES" and 90, "PORTLAND CEMENT CONCRETE," of the Standard Specifications and these Special Provisions. Attention is directed to the provisions in Section D5.02 of these Special Provisions, relating to hangars, inserts, and conduits for the Pacific Telephone Company. General Concrete in the bridge barrier railings is not included in Items 51a and 51b, but will be paid for under other items of work. Construction methods and equipment employed by the Contractor shall conform to the provisions in Section 7-1 .02, "Weight Limitations," of the Standard Specifications and the following: Loads imposed on existing, new or partially completed structures shall not exceed the load carrying capacity of the structure, or portion of structure, as determined by the Load Factor Design methods of AASHTO using Load Group III . The compressive strength of concrete Wc ) shall be the actual compressive strength at the time of loading, the value of f'c shown on the plans for that portion of the structure, or 2.5 times the value of fc shown on the plans for portions of the structure where no f'c is given, whichever is smaller. Materials The Contractor shall determine the mix proportions for all concrete to be used in the bridge structures in conformance with Section 90 of the Standard Specifi- cations and the requirements of these Special Provisions. Said mix designs shall be capable of producing concrete of the various ultimate 28 day compressive strengths shown on the Pians and specified herein, and shall be submitted to the Engineer sufficiently in advance of their use on the project to permit review. The bridge footings, piers and abutments for which concrete with ultimate com- pressive strength at 28 days of 3,250 psi is to be used, shall be constructed using concrete containing not less than 564 pounds of Portland Cement per cubic yard (designated as "Class A" concrete in Section 90 of the Standard Specifications) . The concrete to be used for the roadway deck slab of the bridge shall have a minimum cement content of 658 pounds of portland cement per cubic yard. The temperature of mixed concrete for the roadway deck slab of the bridge, imme- diately before placing, shall be not less than 50 degrees F. nor more than 80 degrees F. Aggregates and water shall be heated or cooled as necessary to pro- duce concrete within these temperature limits. Neither aggregates nor mixing water shall be heated to exceed 150 degrees F. If ice is used to cool the con- crete, discharge of the mixer will not be permitted until all ice is melted. G-21 oo i `!� 2632 Items 51a, 51b (continued) . Sheet 2 The amount of free water used in concrete for roadway deck slab of the bridge shall not exceed 325 pounds per cubic yard, plus 20 pounds for each 100 pounds (in excess of 658) of cement per cubic yard, including cement added in accor- dance with Section 90-4.03A, "Optional Use of Air Entraining Agents." Water reclaimed from mixer wash-out operations may be used in mixing concrete provided it is made up from a dilution type process rather than a concentration type process. A dilution type process is one in which the reclaimed water is extensively diluted and continuously agitated to keep solids in a state of suspension. The quality of the water shall comply with the requirements in Section 90-2.03, "Water," of the Standard Specifications, and in addition, shall contain neither coloring agents nor more than 300 parts per million of alkalies (Na20 + 0.658 K20) as determined on the filtrate. The specific gravity of such water mixture shall not exceed 1 .03 and shall not vary more than + 0.010 during any day's operations. Chlorinated Rubber Curing Compounds Whenever a chlorinated rubber curing compound (State Specification 721-80-100, 721-80-101 , or 722-80-102) is required the Contractor may, at his option, supply a curing compound conforming to the type specified except for the substitution of a solvent blend for the solvents in the formulation, provided: 1 . The solvent blend shall have a flash point of 700 F. , tag open cup, minimum. 2. The solvent blend shall conform to the requirements in Section 7-1 .01K, "Air Pollution Control ," of the Standard Specifications. 3. The finished curing compound shall conform to the specification requirements for "Characteristics of Finished Material ," with the exception that appropriate deviations will be permitted in properties affected by the density of the solvent. 4. The Letter "M" shall be added to the specification designation, e.g. , "721-80-10OM" on the labels of all containers in which modified curing compound is shipped. References to curing compound of the white pigmented chlorinated rubber base type as specified in Section 90-7.03, "Curing Structures," shall mean either Pigmented Curing Compound-Chlorinated Rubber Base Type (State Specifications 721-80-100) , or Pigmented Curing Compound-Chlorinated Rubber Base-White or Tinted (State Specification 721-80-101) . The seventh and eighth paragraphs of Section 90-9.01 , "General ," of the Standard Specifications are amended to read: 0i)1 FlU G-22 2632 Items 51a, 51b (continued) Sheet 3 When concrete is specified by compressive strength, prequalification of materials, mix proportions, mixing equipment, and procedures proposed for use, will be required prior to placement of such concrete. Prequali- fication shall be accomplished by the submission of acceptable certified test data or trial batch reports by the Contractor. Prequalification data shall be based on the use of materials, mix proportions, mixing equip- ment, procedures, and size of batch proposed for use in the work. Certified test data, in order to be acceptable, must indicate that not less than 90 percent of at least twenty consecutive 28-day tests ex- ceed the specified strength, and none of said tests are less that 95 per- cent of specified strength. Strength tests included in such data shall be the most recent tests made on concrete of the proposed mix design and all shall have been made within one year of the proposed use of the concrete. Trial batch test reports, in order to be acceptable, must indicate that the average compressive strength of 5 consecutive concrete cylinders, taken from a single batch, at not more than 28 days after molding shall be at least 600 pounds per square inch greater than the specified 28-day compres- sive strength, and no individual cylinder shall have a strength less than the specified strength. Data contained in the report shall be from trial batches which were produced within one year of the proposed use of speci- fied strength concrete in the project. Whenever air-entrainment is required, the air content of trial batches shall be equal to or greater than the air content specified for the concrete, without reduction due to tolerances. All tests shall be performed' in accordance with either the appropriate California Test Methods or the comparable ASTM test methods. All equipment employed in testing shall be in good condition and shall be properly calibrated. If the tests are performed during the life of this contract, the Engineer shall be notified sufficiently in advance of performing the tests that he can witness the test procedures. The certified test data and trial batch test reports shall include the following information: 1 . Date of mixing. 2. Mixing equipment and procedures used. 3. The size of batch in cubic yards and the weight, type and source of all ingredients used. 4. Penetration of the concrete. 5. The air content of the concrete if an air entraining agent is used. 6. The age at time of testing and strength of all concrete cylinders tested. All certified test data and trial batch test reports shall be signed by an official of the firm which performed the tests. n Ool'71 G-23 2632 items 51a, 51b (continued) Sheet 4 Footings Footings for the piers and abutments shall be excavated to neat lines, and footing concrete placed directly against the sides of the neat excavations without using side forms. Superstructure The placement schedule for the overhead structure shall be developed by the Contractor and submitted for review and approval by the Engineer as provided in Section 51-1 .06A of the Standard Specifications. Falsework Falsework shall be designed and constructed in conformance with the requirements in Section 51-1 .06, "Falsework," of the Standard Specifications and these special provisions. The twenty-second paragraph of Section 51-1 .06A, "Falsework Design and Drawings," of the Standard Specifications is amended to read: G The support systems for form panels supporting concrete deck slabs and overhangs on girder bridges shall also be considered to be false- work and designed as such. The deflection due to weight of concrete as specified under Timber of paragraph twenty-three of Section 51-1 .06A, "Falsework Design and Drawings," of the Stan- dard Specifications shall be 1/240 of span irrespective of the fact that the deflection may be compensated for by camber strips. The third paragraph-of Section 51-1 .06C, "Removing Falsework," of the Standard Specifications is amended to read: Falsework supporting overhangs, deck slabs between girders, and girder stems which slope 45 degrees or more off vertical shall not be released before 7 days after the deck concrete has been placed. Measurement and Payment Measurement and payment for structure concrete shall conform to the provisions in Sections 51-1 .22, "Measurement," and 51-1 .23, "Payment," of the Standard Specifications and these Special Provisions. All concrete required to construct the footings will be paid for at the contract unit price per cubic yard for STRUCTURE CONCRETE, BRIDGE FOOTING (Item 51a) . All conventionally reinforced concrete to construct the bridge, exclusive of pre- stressed girders, the bridge footings and railing, will be paid for at the con- tract unit price per cubic yard for STRUCTURE CONCRETE, BRIDGE ( Item 51b) . G-24 2632 Items 51a, 51b (continued) Sheet 5 The quantities shown in the Bid Sheet for all types of concrete paid for under these items shall be the final quantities for which payment will be made as provided in Section 9-1 .015 of the Standard Specifications. The contract price per cubic yard for the various types of STRUCTURE CONCRETE shall be full compensation for furnishing all labor, materials, tools , equipment and incidentals necessary or required to construct the portions of the concrete work described above complete in place. All incidental materials shown on the Plans for incorporation into the concrete work and for which a Bid Item is not provided, including, but not limited to, expansion joint material , shall be incidental to the price of concrete. Exca- vation, backfill , reinforcement, and painting will be paid for under their respec- tive Bid Items. ITEM 51c-e. FURNISH PRESTRESSED CONCRETE "I" GIRDERS ITEM 51f ERECT PRESTRESSED CONCRETE "I" GIRDERS Under these Items, the Contractor shall furnish and erect prestressed, precast con,rete "1" girders as shown on the Plans and as directed, and in accordance with the provisions of Sections 50, 51 and 90 of the Standard Specifications and the following requirements. The numbers and lengths of deck girder units are as contained on the Plans and in the Bid Sheet. In lieu of the requirements of Section B5.03 of these Special Provisions, four (4) sets of corrected shop detail drawings prepared specifically for the Contract shall be submitted to the Engineer for review. The top surface of the member shall be given a coarse texture by brooming with a stiff bristled broom or by other suitable devices which will result in uniform transverse scoring, in advance of curing operations. Any additions or rearrangement of reinforcing steel from that shown on the Plans shall be submitted for review prior to fabrication.. No increase in compensation will be considered because of any change in the method of prestressing selected by the Contractor. Concrete In addition to the requirements of Section 90 of the Standard Specifications, the following shall apply: The Contractor shall be responsible for furnishing concrete in these members which will attain at 28 days compressive strength not less than shown on the Plans and will conform to all other requirements of Section 90 of the Standard Specifications. Any refinements in the supplying and processing of concrete aggregates and in the manufacture of concrete, in addition to the requirements in the Standard Specifi- cations and these Special Provisions necessary to produce concrete of the required G-25 2632 Items 51 c-e, 51f (continued) Sheet2 strength shall be furnished or performed by the Contractor. Full compensation therefore shall be considered as included in the contract unit price or prices paid for furnishing said precast, prestressed concrete bridge members of the various types and lengths as set forth in the Engineer's Estimate and no addi- tional compensation will be made therefore. It is to be recognized that concrete aggregates locally obtainable may not be of sufficient quality to produce concrete that will have the specified ultimate strength, and in such event, the Contractor shall import concrete aggregates of the required quality. Conformance with Design Dimensions Notwithstanding any inspection that may occur in the fabricator's yard, the Contractor shall repair or replace at his own expense any unit which does not conform to the dimensions or structural standards shown on the plans or specified herein and which, because of such discrepancies, in the opinion of the Engineer should not be utilized in the completed work. Elastomeric Pads Elastomeric pads shall conform to the requirements of Section 51-1 .12H of the Standard Specifications. Full compensation for furnishing and installing elasto- meric pads shall be considered as included in the contract price for furnishing prestressed concrete girders and no additional compensation will be allowed. Payment Precast prestressed concrete members will be paid for at the contract unit price for FURNISH PRECAST PRESTRESSED CONCRETE "I" GIRDERS as shown in the Engineer's Estimate and at the contract unit price for ERECT PRESTRESSED CONCRETE "I" GIRDERS as shown in the Engineer's Estimate. The furnishing of prestressed concrete mem- bers will be eligible for payment when girders are delivered in acceptable condi- tion to the vicinity of the site of the work. The contract unit price paid for FURNISHING PRESTRESSED CONCRETE "I" GIRDERS shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in constructing and furnishing the member at the site of the work complete and ready for erection, as shown_ on the plans, as specified in these Special Provisions, and as directed by the Engineer. The contract unit price paid for ERECT PRESTRESSED CONCRETE "I" GIRDERS shall inlcude full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in erecting the member in place, as shown on the plans, as specified in these Special Provisions , and as directed by the Engineer. Full compensation for furnishing and placing elastomeric bearing pads and furnishing and installing bolts shall be considered as included in the contract unit price paid for erecting the member and no additional compensation will be allowed therefor. 011 ' G-26 2632 The deck and cast-in-place diaphragm portions of the superstructure will be paid for under Item 51b, Structure Concrete, Bridge. ITEM 51g. WATERSTOPS WATERSTOPS shall conform to the details shown on the Plans, and to the provi- sions in Section 51-1 . 14 of the Standard Specifications. Payment The pay quantity for WATERSTOPS will be based on field measurements, with excess lengths deducted. The contract price per linear foot for WATERSTOPS shall include full compensa- tion for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work involved in installing waterstops. ITEM 51h. JOINT SEAL (TYPE B) Under this Item, the Contractor shall furnish and install Joint Seal (Type B) as shown on the Plans, and in accordance with the applicable provisions of Section 51-1 . 12 of the Standard Specifications, as specified in these Special Provisions, and as directed by the Engineer. The preformed elastomeric joint seals shall have a movement rating as shown on the Plans and shall conform to the details shown on Department of Transportation Standard Drawing No. 66-21 , and to the requirements of Sections 51-1 . 12F thru 51-1 . 12F(3) of the Standard Specifications. At least 30 days before installing the Joint Seal , the Contractor shall submit to the Engineer for approval a sample of the Joint Seal , or catalog data in sufficient technical detail such that the suitability of the joint seal he pro- poses to furnish can be determined. In addition, a Certificate of Compliance for the preformed elastomeric joint seals shall be furnished. When ordered by the Engineer, a joint seal larger than called for by the Movement Rating shown on the plans shall be furnished and installed. Payment to the Contractor for furnishing the larger seal and for saw cutting the increment of additional depth of groove required will be determined as provided in Section 4-1 .03, "Changes," of the Standard Specifications. Repair of Groove Epoxy mortar, for use in constructing the groove at curves as shown on the plans, or for repairing the groove, shall consist of a mixture of epoxy binder and aggre- gate. The epoxy binder shall conform to the provisions in Sections 95-1 , "General ," and 95-2.01 , "Binder (Adhesive) , Epoxy Resin Base," of the Standard Specifications, and to the requirements in this section. Aggregate shall conform to the require- ments for fine aggregate for portland cement concrete in Section 90, "Portland G-27 2632 Items 51 g-h (Cont. ) Sheet 2 Cement Concrete," of the Standard Specifications. Gradation shall conform to the provisions in Section 90-3.03, "Fine Aggregate Grading," of the Standard Specifications, except that submitting the gradation data will not be required. The amount of moisture in the aggregate when mixed with binder shall not ex- ceed 0.50 percent, as determined by Test Method No. Calif. 226. The mortar shall consist of one part bind--r to 4 parts fine aggregate, by volume. The minimum temperature of the epoxy mortar after mixing shall be 500F. , except that when the ambient temperature is below 500F. the minimum temperature of the said mortar shall be 65oF. The temperature of the epoxy binder at the time of mixing shall be between 650F. and 850F. Heating of materials for epoxy mortar shall be done by indirect methods. Materials shall be cooled when required. The temperature of the aggregate at the time of mixing shall not be more than 900F. The aggregate and the epoxy binder shall be mixed in equipment and by methods that result in a homogeneous mixture. Prior to placing epoxy mortar, the entire areas to be filled or reconstructed, shall be prepared and cleaned free of all grease, asphalt, and loose and dele- terious materials by abrasive blasting the concrete and exposed reinforcement. Clean aggregate shall be exposed. The areas shall be cleaned of residue by sweeping and pressure jetting with air or by other suitable means. The areas to be filled shall be surface dry and the surface temperature shall be 500F. or above when the epoxy mortar, or epoxy adhesive is applied. Concrete recently cured shall be air dried for not less than 2 days. Methods proposed to heat said surfaces are subject to approval by the Engineer. Payment JOINT SEAL (TYPE B) will be paid for at the contract unit price per linear foot, which price shall be full compensation for furnishing all labor, materials, and equipment, including saw-cutting grooves for the joint seals, furnishing and applying the lubricant-adhesive, and other incidentals necessary for doing all work involved. G-28 2632 ITEM 52a. BAR REINFORCING STEEL This work consists of furnishing and placing bar reinforcing steel in the bridge in conformance with the details shown on the Plans, Section 52 of the Standard Specifications, and the requirements of these Special Provisions. Reinforcing steel in the precast concrete girders and concrete barrier rail is not included in this item. Temporary Supports Attention is directed to Section 5-1 .02, "Plans and Working Drawings," of the Standard Specifications. Whenever the free-standing height of bar reinforcing steel or forms for columns exceeds 30 feet, the Contractor shall submit to the Engineer working drawings and design calculations for the temporary support system to be used. The drawings shall show the support system to be used during each phase of column construction and shall be signed by a registered California Civil Engineer. The temporary support system shall be designed to resist all expected loads and shall be ade- quate to prevent collapse or overturning of the bar reinforcing steel or forms for such columns. The minimum horizontal load to be allowed for wind on rein- forcing steel and column forms shall be not less than 20 pounds per square foot of gross projected area of the reinforcing steel or formwork. The drawings and design calculations for the temporary support system will be reviewed for compliance with the minimum design requirements of this section. Bending Details for Ties, Stirrups and Spirals All column ties, closed and open stirrups, and ends of spirals shall end with 135 degree hooks. 135 degree hooks on column ties and ends of spirals shall have a 10-inch extension at free end of bar. Bar Lists The first sentence of Section 52-1 .03 of the Standard Specifications is modified to read as follows: Two sets of all reinforcing bar lists shall be furnished to the Engineer. Such reinforcing bar lists shall be accompanied by sufficient diagrams or sketches to permit the Engineer to review and check the lists and placement of the reinforcing steel . Upon approval of the lists by the Engineer, the Contractor shall furnish the Engineer with four (4) sets of corrected drawings. All weight tags shall be given to the Engineer for the purpose of determining partial payments, in accordance with the provisions of Section A9.02 of these Special Provisions. Materials The first paragraph of Section 52-1 .02A, "Bar Reinforcement," of the Standard Specifications is amended to read: "Reinforcing bars shall be deformed billet-steel bars for concrete reinforce- ment conforming to the specifications of ASTM Designation: A 615, including 001 f G-29 2632 Item 52a. (continued) Sheet 2 Supplementary Requirement S1 , or low alloy steel deformed bars conforming to the specifications of ASTM Designation: A 706. Unless otherwise shown on the plans, all reinforcing bars shall be A 615 Grade 60 or A 706." Splicing The fourth paragraph of Section 52-1 .08,' "Splicing," of the Standard Specifications is amended to read: "Completed welded butt splices and mechanical butt splices shall develop a minimum tensile strength of 63,000 psi for A 615 Grade 40 bars, and 80,000 psi for A 615 Grade 60 and A 706 bars." Welded Splices Section 52-1 .08B, "Welded Splices," of the Standard Specifications is amended to read: "All welded splices in reinforcing bars shall be full penetration butt welds con- forming to the requirements in AWS 012.1 and the requirements of these specifi- cations and the special provisions. "Before any electrodes or flux-electrode combinations are used, the Contractor, at his expense, shall furnish certified copies of test reports for all the pertinent tests specified in AWS A5. 1 , AWS A5.5, AWS A5. 18 or AWS A5.20, whichever is appli- cable, made on.electrodes or flux-electrode combinations of the same class, brand and nearest specified size as the electrodes to be used. The tests may have been made for process qualification or quality control , and shall have been made within one year prior to manufacture of the electrodes and fluxes to be used. The report shall include the manufacturer's certification that the process and material require- ments were the same for manufacturing the tested electrodes and the electrodes to be used. The forms and certificates shall be as directed by the Engineer. "Electrodes for metal arc welding of A 615 Grade 60 or A 706 bars shall deposit weld metal containing no more than 1 .5 percent chromium. "Electrodes for manual shielded metal arc welding of A 706 bars shall conform to the requirements of AWS A5.5 for E90XX, E8016-C3 or E8018-C3 electrodes. "Procedure qualification tests will not be required for direct butt splices made in accordance with AWS D12. 1 figure 3.5 on A 706 bars when E8016-C3 or E8018-C3 electrodes are used to make the weld. "Solid and composite electrodes for semi-automatic gas metal-arc and flux-cored arc welding of Grade 40 reinforcing bars shall conform to the requirements of AWS A5. 18 for ENS-2, E70S-3, E70S-6 or E70U-1 electrodes; or AWS A5.20 for E70T-1 , E70T-5, E70T-6 or E70T-6 electrodes. "Electrodes for semi-automatic welding of A 615 Grade 60 and A 706 bars shall produce a weld metal deposit with properties conforming to the requirements of AWS D1 .1 in para. 4. 1'0.2 forc90S and c'4:;OT eiectraces. (101 '�' G-30 2632 Item 52a. (continued) Sheet 3 "Reinforcing bars shall be preheated for a distance of not less than 6 inches on each side of the joint prior to welding. "In the event that any of the specified preheat, interpass and post weld cooling temperatures are not met, all vield and heat affected zone metal shall be removed and the splice rewelded. "All welding shall be protected from air currents, drafts, and precipitation to prevent loss of heat or loss of arc shielding. The method of protecting the welding area from loss of heat or loss or arc shielding shall be subject to approval by the Engineer. "Reinforcing bars shall not be direct butt spliced by thermit welding." The fourth requirement of the eighth paragraph of Section 52-1 .08C, "Mechanical Butt Splices," of the Standard Specifications is amended to read: 114. A statement that the splicing systems and materials used in accordance with the manufacturer's procedures will develop not less than the minimum tensile strengths of 63,000 psi for A 615 Grade 40 bars and 80,000 psi for A 615 Grade 60 and A 706 bars, and will comply with the total slip requirements and the other requirements in the specifications." Section 52-1 .08D, "Qualification of Welding and Mechanical Splicing," of the Standard Specifications is amended to read: "Procedures to be used in making splices in reinforcing bars and welders and operators employed to make splices in reinforcing bars shall be qualified by tests performed by the Contractor on sample splices of the type to be used, before making splices to be used in the work. "Welders and weld procedures shall be qualified in accordance with AWS D12. 1 . "Each operator qualification test for mechanical splices shall consist of 2 sample splices. Each mechanical butt splice procedure test shall consist of 2 sample splices. All sample splices shall be made on the largest reinforcing bar size to be spliced by the procedure or operator being tested except that No. 14 bars may be substituted for No. 18 bars. "Each operator qualified for mechanical splicing of reinforcing bars of a given size shall be considered also qualified for all reinforcing bar sizes smaller than those used in making the tests. "A separate operator qualification test or procedure test shall be performed for each mechanical splicing position and procedure that the operator is expected to use on the work. "The Contractor, at his option, may have operator and procedure qualification tests performed simultaneously. o'0 G-31 2632 Item 52a. (continued) Sheet 4 "Mechanical splice procedures and operators may be approved by the Engineer, based upon approval of previous tests performed on appropriate sample splices. "Completed sample splices shall be at least 42 inches long with the splices at mid- length. "The sample splices shall be made and tested by the Contractor in the presence of the Engineer or his authorized representative. When samples are tested by a commercial agency, the test shall be witnessed by the Engineer or his authorized representative." Section 52-1 .08F, "Nondestructive Splice Tests," of the Standard Specifications is amended to read: "All welded splices shall be examined radiographically by the Contractor in accor- dance with the requirements of AWS D12. 1 . "All mechanical splices shall be subject to nondestructive examination by the Engineer. "When nondestructive testing is required, the Contractor shall provide sufficient access facilities in the shop and at the job site to permit the Engineer or his agent to perform tests. "Radiographs shall be made by either X-ray or gamma ray. They shall be clean and free of film processing defects. Radiographs made by X-rays shall have densities of not less than 1 .5 nor more than 2.5 in the area of interest. Radiographs made by gamma rays shall have densities of not less than 2.5 nor more than 3.5 in the area of interest. Gamma rays shall be from the iridium 192 isotope and the emitting specimen shall not exceed 0. 16-inch in the greatest diagonal dimension." Payment The contract unit price per pound for BAR REINFORCING STEEL shall be full compen- sation for furnishing all labor and materials and doing all work involved. The quantity shown in the Bid Sheet shall be the final quantity for which payment will be made, as provided in Section 9-1 .015 of the Standard Specifications. The quantities of bar reinforcing steel required for the concrete barriers will not be paid for under this item, but will be considered as included in the contract price paid per linear foot of the type of concrete barrier involved. 00180 r_7,7 2632 ITEM 52b. SUPPLEMENTAL REINFORCING (STRANDS) Supplemental reinforcing (strands) shall conform to the requirements in Section 52, "Reinforcement," of the Standard Specifications and these special provisions. Supplemental reinforcing (strands) shall be 1/2 inch high-tensile wire strand conforming to ASTM Designation: A416, grade 270. The wire strands shall be fabricated with bends, hooks and/or broom ends and tied securely in place with 16-gage or heavier wire. Welding of wire strands or bending by means of heat will not be permitted. Payment Wire strands will be measured and paid for at a contract price per pound for SUPPLEMENTAL REINFORCING (STRANDS) . The contract price paid per pound for Supplemental Reinforcing (Strands) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and placing supplemental reinforcing (strands) , complete in place, as shown on the Plans, as specified in. the Standard Specifications and these special provisions, and as directed by the Engineer. The quantity shown for this item on the Bid Sheet shall be the final quantity for which payment will be made, as provided in Section 9-1 .015 of the Standard Specifications. 0 G-33 2632 ITEM 56. SIGNING AND TRAFFIC CONTROL Under this Item the Contractor shall furnish,, install , maintain and remove miscellaneous items necessary to inform and protect the passage of public traffic through the site during construction in accordance with the require- ments of Section D4.01 "Pub] ic Convenience, Public Safety and Signing" of these Special Provisions, and the following: Temporary pavement striping shall be done by the Contractor to provide for the safe and convenient passage of traffic through or around the work. If the pavement is not to be resurfaced, the temporary striping shall be removed as provided in Section 15-2.028, "Traffic Stripes and Pavement Markings," of the Standard Specifications. As directed by the Engineer, "cat tracking" (broken single or double stripe) of the centerline shall be placed by the Contractor at the end of each day's work, or as may be otherwise directed by the Engineer, to provide for the safe and convenient passage of traffic through the project area. Payment SIGNING AND TRAFFIC CONTROL will be paid for at the lump sum price bid therefor. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications, Section D4 of these special provisions, including full compensation for furnishing all labor, including flagmen, materials, tools , equipment, and incidentals, and for installing, maintaining and remov- ing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, placing and subsequently removing temporary striping, "cat-tracking" the pavement and other miscellaneous items of traffic control shall be considered as included in the contract lump sum price paid for Signing and Traffic Control , and no additional compensation will be allowed therefor. Payment will be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner: First Increment - 40 percent of the lump sum price upon satisfactory completion of installation of signs and barricades. Second Increment - An additional 30 percent of the lump sum price upon completion of work amounting to 50 percent of the original total contract price. Third Increment - Balance of the lump sum price upon satis- factory completion of removal and dis- mantling of signs, lights, barricades, posts and framing and returnina county furnished materials to the county maintenance yard. 001((�� llSryry N G-34 2632 ITEM 59a. PERMANENT TRAFFIC STRIPING White and yellow traffic stripes shall be painted on the pavement at locations shown on the plans and in accordance with these special provisions. Traffic paint shall be white reflectorized and shall conform to the State of California Department of Transportation Specification No. 731-80-95 and yellow reflectorized conforming to Specification No. 731-80-98. The new centerline stripe shall be painted on the pavement no later than the day following the removal of the existing centerline stripe. Paint shall be applied only on thoroughly dry surfaces and during periods of favorable weather. Painting will not be permitted when the atmospheric temperature is at or below 350 F. or when freshly painted surfaces may become damaged by rain, fog, or condensation, or when it can be anticipated that the atmospheric temperature will drop below 350 F. during the drying period. If fresh paint is damaged by the elements it shall be replaced by the Contractor at his expense. The Engineer shall be the sole judge as to the suitability of.the pavement surface for painting. The paint shall be applied to provide a minimum dry film thickness of 0.0075-inch. The completed stripe shall have clean and well defined edges, and its maximum deviation from the designated position of the stripe shall not exceed one and one-half inch (1-1/2") in any 100-foot length of stripe, including gaps. Surfaces which are to be painted shall be thoroughly clean, free from loose materials, and dry, and such area shall be prepared by the Contractor to the satisfaction of and with methods approved by the Engineer. Advance spotting will be performed by the Contractor and inspected for location and line by the Engineer prior to striping. Any damage to the newly painted stripe due to the failure of the Contractor to protect his work shall be repaired by him at his expense. Any over-spray or tracking of fresh paint onto unpainted surfacing shall be removed by sandblasting to the satisfaction of the Engineer. PAYMENT The lump sum price paid for PERMANENT TRAFFIC STRIPING shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and doing all the work including pavement cleaning, cat- tracking, correcting irregular stripes and removing over spray necessary to install the stripes complete in place as shown on the plans, as specified in these special provisions, and as directed by the =ngineer. G-35 2632 ITEM 59b. PAINTING This work shall consist of painting exterior sections of the barrier railing where shown on the Plans, and as specified in Section 59 of the Standard Specifications and the requirements of these Special Provisions. Paint In lieu of the requirements of Section 59-6.03 of the Standard Specifications, the paint shall be an exterior vinyl emulsion, premium grade, premium _ commercial quality, suitable for application on exterior concrete surfaces. The color of the paint shall be Deep Black. Payment The contract unit price per square foot for preparing and PAINTING concrete shall be full compensation for furnishing all labor and materials and doing all the work involved. The quantity shown for this item on the Bid Sheet shall be the final quantity for which payment will be made, as provided in Section 9-1 .015 of the Standard Specifications. ITEM 66a. 12" CORRUGATED METAL PIPE ITEM 66b. 12" SPLIT PIPE CASING Under this Item the Contractor shall furnish and install corrugated metal pipe products conforming to Section 66 of the Standard Specifications and these Special Provisions. Minimum thickness shall be 16 gage. Due to expected embankment settlement, it is anticipated that removal and re- installation of the 12" CMP culvert may be necessary during the construction period. The Contractor shall assume one such operation as Included in the price bid for the CMP. Additional removal and reinstallation if required, will be paid for as extra work. If rapid embankment settlement is occurring during a dry weather period, reinstallation may be deferred, if permitted by the Engineer. The split pipe casing shall be galvanized corrugated nestable metal pipe and shall be installed to protect an existing 6 inch diameter sanitary sewer force main. Payment The prices bid per linear foot for CORRUGATED METAL PIPE products shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals for the first complete installation and for one cycle of removal and reinstallation, as noted above. G-36 2632 ITEM 69. OVERSIDE DRAINS Entrance tapers, pipe downdrains, anchor assemblies, reducers and slip joints shall conform to the provisions in Section 69, "Overside Drains," of the Standard Specifications and these special provisions. Piping materials may be of either steel or aluminum construction. The down- drain pipes shall be securely anchored to the surface of the ground with an anchor assembly conforming to the details shown on County standard plan CC303. Payment In lieu of the provisions of Section 69-1 .06 of the Standard Specifications, OVERSIDE DRAINS will be paid for at the contract price bid for each unit complete in place. ITEM 73. MINOR CONCRETE (MISC. CONSTRUCTION) Under this Item the Contractor shall construct a valley gutter at the begin- ning of the UCO access road, in accordance with Section 73 of the Standard Specifications, and the following provisions. Construction shall not occur until near the end of the construction period, so that differential settlement of the embankments will be minimized. Payment The price bid per cubic yard for MINOR CONCRETE (MISC. CONSTRUCTION) shall include full compensation for all labor, materials, tools, equipment and incidentals necessary for a complete installation. ITEM 75. RESTRAINER UNIT (TYPE 2) This work consists of constructing vertical restrainer units consisting of cable assemblies, polystyrene board, and incidentals, conforming to the details shown on the Plans and the requirements in these Special Provisions. Cables shall be 3/4 inch preformed, 6 x 19, wire strand core or independent wire rope core (IWRC) , galvanized ASTM Designation: A 603 Class A coating, right regular lay, manufactured of improved plow steel with a minimum break- ing strength of 23 tons. Two copies of mill test reports of each manufactured length of cable used shall be furnished to the Engineer. 0011 j G-37 2632 Item 75 (con't.) Cable for vertical restrainers shall be securely wrapped at each end to prevent separation. All steel parts shall be galvanized in accordance with the provisions of Section 75-1 .05, "Galvanizing," of the Standard Specifications. Polystyrene board and hardboard shall conform to the provisions of Section 51-1 . 12D, "Sheet Packing, Preformed Pads and Board Fillers" of the Standard Specifications. The Contractor shall be responsible for determining the required length of the cable assemblies. The Contractor shall provide means of holding the cable assemblies in their planned positions. Payment The contract price paid per each for RESTRAINER UNIT (TYPE 2) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in installing restrainer units, complete in place, as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. ITEM 80a. PROPERTY FENCE Type BW property fence shall conform to the provisions in Section 80, "Fences," of the Standard Specifications, C.C.Co. standard drawing CC 310 and these special provisions. The fence material shall be fastened to treated wood posts. The provisions in Section 80-3.02, "Construction," of the Standard Specifica- tions, which provide for the installation of a deadman at grade changes where wire stresses tend to pull the posts from the ground, shall apply at all locations where the vertical angle of deflection between wires in adjacent bays exceeds 20 degrees. Barbed wire shall be installed as shown on the plans, but in no case shall the bottom wire be more than ten inches above the ground at any point. Additional posts shall be installed as necessary to permit satisfaction of this requirement, and no separate payment will be made therefor. The staging of permanent and temporary fences shall be such that the integ- rity of the enclosure is maintained at all times. Payment PROPERTY FENCE will be paid for at the contract price per linear foot bid therefor, which price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary for a complete installation. 00111 Ss G-38 2632 ITEM 80b. TEMPORARY FENCE Under this bid item, the contractor shall construct a temporary fence adjacent to the proposed South Frontage Road. The fence may be of either barb wire (four or five strands) or wire mesh construction with a minimum height of 4 1/2 feet. Posts may be either steel or wood. Wood posts do not have to be treated. Construction shall be in accordance with C.C.Co. standard detail CC 310. It is anticipated there will be livestock present in the adjacent field at all times. The integrity of the fences shall be maintained at all times. Payment TEMPORARY FENCE will be paid for at the contract price per linear foot bid therefor, which price shall include full compensation for furnishing all labor, material , tools, equipment and incidentals necessary to construct and subsequently remove and dispose of the temporary fencing off the site of the project. ITEM 81 . MONUMENTS Survey -elonuments shall conform to the provisions in Section 81 , "Monuments," of the Standard Specifications and these special provisions. Survey monuments shall be constructed where shown on the plans as specified by County Standard Drawing CC-105. Survey monuments shall be set after completion of all paving operations. The Contractor shall notify the Engineer seven working days in advance of starting to install the monuments to have locations marked by the survey crew. Payment MONUMENTS will be paid for at the contract unit price per each, which price shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnish- ing and installing the monuments, complete in place, including excavating and backfilling holes, and disposing of surplus excavated material . ITEM 82. MARKERS Under this Item the Contractor shall furnish and install guide markers conforming to the details on Standard Drawing CC 302 and the provisions of Section 82 of the Standard Specifications, where shown on the plans or as directed. Payment The price bid per each for MARKERS shall constitute full payment for complete installations as specified in Section 82-1 .06 of the Standard Specifications. 001 S'1 G-39 2632 ITEM 83a. CHAIN LINK RAILING (TYPE 7) This work shall consist of furnishing and installing CHAIN LINK RAILING (TYPE 7) as shown on the Plans, and in accordance with the applicable provisions of .Section 83-1 of the Standard Specifications, as specified in these Special Provisions, and as directed by the Engineer. Chain Link Railing (Type 7) is to be installed atop Type 25 concrete barrier railing as shown on the Plans. Details of the chain link railing are shown on Department of Transportation Standard Drawing No. B11-52. Chain link fabric shall be vinyl coated. Coating shall be Coating G, Warm Grey Color. Payment CHAIN LINK RAILING (TYPE 7) will be paid for at the contract unit price per linear foot measured from end to end along the face of the railing. Said price per linear foot shall be full compensation for furnishing all labor, materials and -equipment and for doing all work involved. ITEM 83b. BARRIER RAILING (TYPE 25) Under this item, the Contractor shall construct concrete bridge barrier railing, Type 25 and 25A, Modified, as shown on the Plans, and in accordance with the applicable provisions of Sections 51 , 52, 83, and 90 of the Standard Specifications, as directed by the Engineer, and as specified in these Special Provisions. The Contractor shall refer to Caltrans Standard Plan No. 811-53 for Concrete Barrier details not shown on the Plans. Concrete shall be Class "A" (564 pounds of cement per cubic yard) conforming to Section 90 of the Standard Specifications. Bar reinforcing steel shall conform to Section 52 of these Special Provisions. The Type 25 and 25A, Modified, concrete barriers shall be constructed by the "cast-in-place with fixed forms" method. Forming and placing concrete for the concrete barriers shall conform to Sections 51-1 . 165 "Railing," 83-2.02 D(l ) "Concrete Barrier-General ," 83-2.02 D(4) "Finishing," and 83-2.02 D(5) "Curing," of the Standard Specifications. Concrete barrier Type 25A, .Modified, installed in the finished work, will be measured and paid for as concrete barrier Type 25. Payment CONCRETE BARRIER will be paid for at the contract price per linear foot measured from end to end along the face of the railing, as specified in Section 83-2.04 of the Standard Specifications. Said price per linear foot shall be full compensation for furnishing all labor, materials, tools, equip- ment and incidentals, and doing all work involved, including the bar reinforcing steel . �r ! i i G-40 1� C8 2632 ITEM 83c. METAL BEAM GUARD RAILING Under this bid Item, the Contractor shall construct metal beam guard railing at the location shown on the Plans and as directed. Metal beam guard railing shall conform to the provisions in Section 83-1 , "Railings", of the Standard Specifications. Full compensation for cable anchor assemblies shall be considered as in- cluded in the contract price per linear foot for metal beam guardrail and no separate payment will be allowed therefor. Pa yme n t Payment of METAL BEAM GUARD RAILING shall be in accordance with the pro- visions of Section 83-1 .04 of the Standard Specifications ITEM 85. PAVEMENT MARKERS Pavement markers shall conform to the provisions in Section 85, "Pavement Markers", of the Standard Specifications, County Standard Plan CC 3050, and these special provisions. Pavement markers shall be placed to the line established by the Engineer, which will consist of: (a) control points at 200 feet on tangent and 50 feet on curves. (b) temporary painted line or new or existing stripes, one for s each line of markers. All additional work necessary to establish satisfactory lines for markers shall be performed by the Contractor, including correction of minor ir- regularities in the line established by the Engineer. Pavement markers are to be installed for the detour, if, in the opinion of the Engineer, the pavement is sufficiently stable so that repeated replacement of asphalt surfacing will not be necessary. Payment Payment for PAVEMENT MARKERS shall be in accordance with the provisions of Section 85-1 .09 of the Standard Specifications. 00189 G-41 2632 ATTACHMENTS APPLICABLE CONTRA COSTA COUNTY STANDARD PLANS Plan No. Title CC103 Street Barricade CC105 Street Survey Monument CC302 Markers, Mail Box, Typical Construction Sign, Guard Railing, Dikes, Raised Bars, Tapers and Flares CC303 Pipe Details CC310 Standard Fences CC3040 Basic Stakes and Marks to be Established by the County CC3050 Pavement Markers Typical Details CC3051 Standard Signing, Striping and Installation Details APPLICABLE CALTRANS STANDARD PLANS (March 1977 Edition) Plan No. Title A73-10 Timber Barricade, Raised Traffic Bars, Dikes and Road Intersections A77-C.8W Wood Post Metal Beam Guard Railing A77-E.4 Cable Anchor Assembly (Breakaway) A79-A.9 Guard Rail Flares A79-B.8 Guard Rail Flares and Miscellaneous Guard Rail Details A79-C.7 Guard Rail Connections to Bridge Rails, Retaining Walls and Abutments BO-3 Bridge Details 80-5 Bridge Details 66-10 Utility Openings - T-Beams B6-21 Joint Sea] Details B11-52 Chain Link Railing Type 7 B11-53 Concrete Barrier Type 25 ���19U APPROVED: F-8. DEPUTY PUBLIC WORKS DIRECTOR - R.E. CERT. NO. 9383 3/16"x 4" GALVANIZED CARRIAGE BOLTS WITI4 WASHER 9 HEY. NUT (TYP.) STREET PEEN AFTER ASSEMBLY 4' A W31 SIGN, 30"x 30" WITH YELLOW RE17LECTI VE W31 SIGN SHEETING AND BLACK LETTERS 4"x 4" x 9'-0" S 4 S END 6x B"x 51-4REDWOOD POST METAL BEAM GUARD RAIL D.F. POST (SEE CC302 FOR RAIL 5/8" CARRIAGU BOLT w DETAILS) WITH WASHERS 9 cD HEX NUT 4 ' CURB-1 --_--- I - 7 a CURB—' 12!-6' MAX. (TYP.) W A r SECTION A•A STREET BARRICADE NOTES: 1. POSTS TO BE TREATED WITH PRESERVATIVE AND MARKED IN ACCORDA14CE WITH SECTION 83 OF CONTRA COSTA COUNTY THE -CURRENT CALTRANS STANDARD SPECIFICATIONS PUBLIC WORKS DEPARTMENT 2. FOR STREETS WITH AN ENDGUTTER, CONSTRUCT MARTINEZ, CALIFORNIA ROAD WIDTH WSTREET BARRICADE 6" BEHIND GUTTER. POSTS STREET BARRICADE 32' AND Sd' 25'-0" 3 401 37'-6 to 4 SCALE, NO SCALEDATE c 2-76 64' 50,-0 5 D AWN G.M.C. I CHECKED. T.M.F. FILE NO. DC 103 • 2" ASPHALT CONCRETE TILL AROUND NOTES FRAME TO PROVIDE SMOOTH 1. PORTLAND CEMENT CONCRETE FOR MATCH WITH PAVEMENT JACKET AND CORE SHALL BE 24'r CLASS AM SACKS CEMENT PER CU TD 1 - - RAISE FRAME TO NEW GRADE WITH 3/4" MAXIMUM AGGREGATE AFTER COMPLETION OF OVERLAY ASPHALT CONCRETE SHALL BE 1/2" MAX -MEO GRADING _AC OVERLAY 2 COVER AND FRAME SHALL BE FORHr o'��••'r.�Z CORP "IRONSIOE S' OR AMERICAN EXISTING AC-V r 1 _____• F --- } .•.. ;: � BRA SS AND IRON FOUNDRY(A B B I) MODEL WITH NON-ROCKING COVER, OR APPROVED EQUAL COVER SHALL Ei,•. r 1'"r Q +^t--REMOVE EXISTING CONCRETE COLLAR BE MARKED •'MONUMENT" AND AbOVE COLD JOINT AND REFLACE 1,,- '•7 1\ •7 1i.. SEE NOTE 3. DESIGNED FOR A 16,000 POUND EXISTING CONCNt1E I -�. 7, !r �-• t i• i•, '(• {--- MINIMUM WHEEL LOAD BASE--- ---- II-1 METAL COVER AND FRAME 3 30# FELT OR 1/4" LATER OF SAND (SCHEMATIC ONLYI-SEE NOTE 2 OR EARTH TO CREATE A / • .a'-�_ r/r..�..,,, "COLD JOINT" /1,I:J 1' J FAL•:'.- 24" DIAMETER PORTLAND CEMENT 4 6- DIAMETER COLLAR FORMED WITH CONCRETE JACKET COVERED WITH 2" Of 30# FELT, I" BELOW "COLD JOINT" 7%I PROVIDE TEMPORARY CIRCULAR FRAMEWORK` ;••�'J� ASPHALT CONCRETE -SEE NOTE 1 S TAPERED ME TAI CONE OR 3/32" /tY; ,NAP MINIMUM CHIPBOARD CONE 6 SOLID BRASS MARKER 0.3!8"DIAME It r L=ITOP B 7/16" ■ 2" SHANK) WITH f�.t:\•" h r 2" ASPHALT CONCRETE FILL CHISELED CROSS B R E OR LS •%=_7�,v ;•� V AROUND FRAME TO PROVIDE NUMBER F SMOOTH MATCH WITH PAVEMENT. -=� --- j-- 7. ADJUSTMENT k111G51IIOi SHOWN] ARE AVAILABLE FOR BOTH TYPES OF DETAIL A I 24" -� I FRAME5 MAXIMUM HEIGHT OF I ADJUST ME NI by RING5 FRAME ADJUSTMENT /v ;;..;". ,� z" FOR fORNI FRAM[ •"• L. 0 3" FOR A b I FRAME WHEN "H" EXCEEDS 12". EXTEND CORE PER DETAIL B Is � WHEN REQUIRED ADJUSTMENT EXCEED` AbOVE LIMITS, TIIE FRAME SHALL BE RAISED 10 CONFORM TU THF >I 0 '�J'TT •I I'' - NEW PAVEMENT SURFACE AS $ 17 V SHOWN IN DI TAIL A - - - - _ - _ - - PAVEMENT SURFACE +•) 6" p , J C B WHEN DIMENSION "H- FROM TOP ONA55 MAHKLk 10 UE FURNISHED =7:•c= -..� - - __ = Of FRAME TO IUP OE CONCRETE AND IIISIAILED BY INE COUNTY INSTALLATION ABOVE COLD JOINT (PAVEMENT y ,•u4 •� - SEE NOTE 3 CONE(SEE ULIAII A) LACLEDS 12 , ON CONTRACT PROJECTS ONLY _111 TO BE THE SAME AS 15 /' 1Q„ THE CORE SHALL bE EXIENDEU COLD JOINT---•1 SHOWN ON IYPICAL SFCTION AS SHOWN H1 DETAIL B. Stt NOTE 3 '-"-`----"-" ?. SEC NOTE S SEE NOTE • O CONSTRUCT 6" DIAMETER PCC 1 r —CONSTRUCT NEW CONCRETE BASE SEE NOTE 6� CORE EXIENSIOM j 7 I V C =i•%+ O '7r 1'i RF 7.15.77 Add Dlldlh A B D V WITH 304w FELT - 7 CONCRETE CORE Rented P4014 I V FORM. 3EE NOTE 4 9.20.76 R �V V 7 •, -•I•---- —+ - cast IN 6" _ 1• n c r ...- CONTRA COSTA COUNTY ' �'_ I>�.�. DIAMETER FI -- v :.4� /" DRILLED HOLE _ _ _-'�'_ PUBLIC WORKS DEPARTMENT LAISIING CURE - /...ir - �. - 7(!<� - # 4 A B" REINFORCING STEEL DOwCL ,• F',I• 'T• ; •��7,I MARTINEZ _ CALIFORNIA 41:7 GROUTED INTO 1" DIAMETER L' '• T ' DRILLED HOLE F STREET SURVEY MONUMENT _..i DETAIL B - APPROVE 0 DIIAPUBLIC ACF ` 1>1RIC CORE EXTENSION '-t,LJ•r .� L' /��n -- r^ 'M 1(.1179' •• Ir R� �.FhT fi0 -' —_ TYPICAL SECTION 5co'• I.I/?" : r ____ ,,,,,, ,•'g"„ 1476 D,J.n L, FLNNANO[I V 1,1•N° ORIGINAL INSTALLATION CKK,ed nr TDNFLII_ `_ CTC 105 THREE s' Ttuow#tFltcroRe - NPpo�lo_Qf7`65 PAINT BLACK e' S' ►UBLI[WORKS DIRECTOR'R t LERT_�NO 5109 `'� Rtf Ltclon �' ` _ �?5'i' .2 TANI9I/L•/[ lie tori ., FRAME 1•_J"'S"_� � -. ,- EPOSTf TARGET ' Puht ..IT( I"-c) .'' • '..T"_.. SL01CIIt ITE sCOTUN.ITE SC01CnUt[ -fCOiCHlITt t_�,�w PLATE IwHTTEi IAMbi N) IWIUTEI (wHI TCI TOP OF NOl lS' N GAG( LU#e -• ^'T i r 1'.6•.Ib'DOUGLAS PAINT wi11T! 5--•_ -•-•. w _... I�_(i rill iaSE p PAVEMENT-- y II x SLOT DETAIL ' -.f 4 i F A•.4'.50110*00(1 POST- SAS i' '6 +n.• •ni •t,.•.,..Y�a,Pt -. ...� p•.,r :F' _�;7 iT fI- 7 i AiI CORAL t Y ..�-. w0 100DRAICONCRETE 416'H01t522•_- A A R lh 1)' if t,• TJ C G TO CORALS NU _ i.i 0� 3•=i• t� Tb SI OIS 4N POST ;c -,� SCOtcw rt[ "jam f RON1 VIEW REAR VIEW Iid IT, ��' IwNiTLf h 564' STRti tHrt.tt rittEO WI IN CI ASS'n'CON NEtt CULVERT CLEARANCE HORIZONTAL s NARROW GUIDE SUAIAcf bf t GUIDE MARKER _iAr FLATE E s oLit'. o 1 ; MARKER MARKER MARKER-WEIR a SECTION A-A + nh GUIDE POSTS SNall-9E PLACED 2'el7ONO THE EDGE CA I. SURFACED 5HOUt OCR, ALGANDIIS$OF SHOU(.OER ` wlUlll 01 5vlIU CNAl14C IANE IS .40tH IN COOTIE O#DIREO SECtiOHS. THE POSTS EDGE Of PAYIM[Wt 15UA11Y tilt 514E w1Dllt AS - CUADt fi 0""LACED 2'OU 1510[ Tn! THAI TIL FACE Of PAST RURAL MAIL BOX THE AOJACtht LANE a+SE-I iNCPAHALitt TO PAvtUtlli- .•E, POST G TARGET PLATE DETAILS A Ap.IAVtN Il"im .144.AS'!OVLItLtl.. 1 All Alit)G G ARE V•Rfe(l IC CUAVI 5 O' j� t•033' PER FOR SPEED CHANGL LA/.Ltilkt LOttTiNL30L3SLY CURBED MEDIANS .s.- •�_ 3•MAA _•-•••••..•..,.,..,.�•�,�; J _o! -AFLAttRA T - -- o :ANIVI tLGt OF PAVt Mt NT ISA ItAlt NLIIIItN FIAU link II,N IAI'tH Oil*([IF I*A- r - �'�^ - - •--._ 012 MIN ' b ANU f. � •-�'yf,r{"�'-"��� / .Ib`=♦'GALVANIZED tNi lit A T•NW NT U5t IMUi<Ni Otkhil tY iS[IS FNCYb TUC f 3 i.list Afoplfu Ofl St I 'L'.5 usi"I"1 AIUNG ouf5.L1 tGGf Of PAVEMENT / `.\ CANRIlSt DOLTS V•^-•- DUI YAI HNI IN At GA$L5 CROSS SECTION 510E VIE W IIIc FUL40WI,G lANlI Givts CHf5t l5 INIY A..IT t,NI PA11111El 10 tit 0 17' DIKE EDGE OF PAIJUt NI AT Ihtt NIAIS Mt ASI/AI.O THU.POINT A• RAISED BARS TCt Not. W.I.1.161 GAL NAI ALL L'fON Mt AbIINt Mt Nta INU4 LG41.Ul V.V(Mt NT ' UP,IACM$114 OF THE eI OCR f/ / -- FLAT PLATE AASHEft - t OFFSET FROM VASE LINE LENGTH OF TAPER,FEET_ CUT STEEL wSNER -- 1 I• ___ .-. fi3 1 90 RU 15lI inn 210 710 270 G•4 IO DWI? .i♦ U w ll 22 01 IAN(I rII(M POINT X I We'CAAR.AGE ax L31 O O G O O _ r WITH H[A NUT > 0 .( -••AIG'N 6_4016 -97 02 U 225 (134 15�100 125 150 Its 200 225 2` t ; ( 8•.i'SAS.i• OSb OG 5 OiR IVk 36 i50 2U0 250 3011 350 400 450 �i�aiz Di etiKR- -• . Ari h 127 141 164 1YT It., SOY 225 300 375 450 .25 boo 675 `= a ,,„jjjj A Q GAGE 17'?y 'd7'Y% i 225 z5o3 fin YQ aao li,[,��no ;wta Lno to eori 9uo n' jy -. - ♦'=A'rooD Poer ps'DIKE-MODIFIED 5CCT10N -j .... r - ( tee_ METAL f1EAMn .__ . ♦ O 5 600 7Ut Ril�.i c.I 450 Nn fr 150 v0(b(Y 01200135_0 -.- - - Gt' 7�0 9 10$(It nLU6 so GO0 8U0 A.3D i20UtHOO+F001i908 C' GLIpR.p E#K 1 ._ x _ J -i 173 659103112 n313 ta�4i 9t 475 YU(i fi25ti35 D�1St 0:600i',2:[�y25 SNGlll ofR 317R1aCNGJ t - •""-� 1�' - UY� i♦ 9lb111251312351\�OG2 75G uA)U�:aO ran l lt502000"2210 SECTION D'tl 0#TOP Ot ttlNe ,e1 i'ROU[A.5'♦• ITN -n 4 tldtll YI 1)-ts I�7a 9 G6 N?S IniO 1It s iG501Y2 a 200�♦7h IINCRR RAILING__'"�/ OF POST i.,OCURB 1 I•y } i l/ WItH NO Gl11» L_i.t Fi �"I • 40 10 Ii OMAU(14(K 200 v0G i2uu`�aic,I6UO 2100240 700 0' iTPICAI I'gSi SPACN.G POST ASSEMBLY INSTALLATION t?' / '{ i fJ IiNDtfIcul AND 2':SI+2"S M REFILL 1 OVENI-1 TYPICAL CONSTRUCTION SIGN ,._. �...,,....,,.�, - -� rnl SLOPE t27?• ' `� !..__. ._ _ �--2� - a #'.i'At-Y SiS DF REKR O12'MIN �" ST THAN A6i 6'•3•C TO C'�5�3•C TpC Ph /v �� SUIII�CIMIi 09 (4' \ � v t 3314`�J.((A.�. ,yt "11 NLINEO IN B I [! 05 DIKE - IAn{t DELOw _ t t�J, f ,. PpSFlK3 C�.._ EDGE Of F 't SHOULDER PARABOLIC CURD Tt ARES ASPHALT CONCRETE DIKES t-!1 r0 rS,20 i5 I-30�ao 45,I t0 160 tO L.TS.� eo 90 100 2� - .1+ +. ,.i '. ._. I`� F' • ---'�' .. ib FLARE I/ + � tN0 SECTION LAPPED __ B 1 DE TAIL-GUARD RAILING LOCATION CONTRA COSTA COUNTY 50 0 40 1 fll� iJ,E.O}61UI__ 1![-Q��.__.� �. _L...l_.-..L / IRAr FIC f10W +NA,F C FACE !- E 110 FLARE - ...x�4I.x,ta... i,. ,.,.._ — `— PUBLIC WORKS DEPARTMENT .,•_.1. 1 54 oz`o Ain ` leo 3za F-1�(Ro 1 _ __ __ _ r-•-- . ,-•- - -" - !kbM[t�4!L!r R A ' IOU Oro �__O�il{' �0 K1�1611�- j25O�5 j� ...{r nD�O I �E EIJ :i��: ii�.l�. A if•a♦A YrtaNAN AwRo.A., s to - }.____ _._ §S 48 _ _.,, _ MARKERS.MAIL BOX, TYP- 1 15 FLARE t_•' 4.W'M=x h.4 o Pi t _ _ _ TYPICAL INSTALL aTiON _ _ iCAL CONSTRUCTION SIGN, ♦5 Drs _DSY I.0 23t ,}� . _rrt«N Yu,E,rAu •.aa.� .a_ri. GUARD MAILING,DIKE 5,RAISED 75 00Y 0!5 Oen I♦t -_ Iii 32Q A!6 i n-.Tw .M,PUA_' o oI 1{i1t METAL BEAM GUARD RAILING «A.SwP*+ ,; BARS,TAPERS,AND FLARES 90 08t _ 01U�- fiU 6i 1•IY _ 105 2.6? 363�•_.-- ♦w7♦� -�� ALL QIMENSIONS5UbJ[CT TO MANUFACTURING TOLERANCES AEWDv DATE AC 5[R11TIOw lw 'ewiD acn T"vANi(i11L At E: ••51- - OWN 1 1/C.1.ti-._ r X11 J of N0 ATO$ all /Z+f tt _ M wyuc Ml. r a stwoino GAL.AMItto Afrwll CONCRETE OIRC Y fm ftCtwa Fop I COMPOESSIOR W 12' Cr► 12'LOMS,./SOFT -COMINNUQ6n r SAY LKN MRD ANSoon UPPER SILLS COLtAM.t 2'►i►E SELOEO RlNronao cwt u' f [rr r ' is•�u*Ott t[y!'►t `� ROU14f OMA 10 RIPE ANCHON ; � r„--..1 ALTln fIRUi ASroALtL!k t« Y I1K D j[ COrCal TL F 'g• t'-,_ (I SURE $TRUt } S 1 lU►l Ail I'_1• // �`�"^•.�` ri Fr='`I — 1•_� USOLT AMD nAIL WAY"N[a NUTs -j• , iA«O.r FL ANS! ( ( 0 `• L ounto S[tO S AE Oar vahltf - -- �-- SAMD.F/ANGE . I j Si't'e x#44•HOtt1 Sl to C 0." OVLAL ar= ,��Y • - .-CCNT /OUS M t(6 45 M INSIALI.1.PEROT '' `~ LOWER SILL /?'1131111 + O• Mort rt Nt • Is'I.it'TAPER 1 oornwiw STRUT DETAILS L .it"`�."" NOT CORRUGATED MO SCALL - _- MLLO, INEN AEGALVA«IEE' +�. NOIt' COMMSLON CATS AND SILLS ARE SAME U BOLT 6 PLATE i 01M1LMSIOM Tlllliln 1l STRUTS 11MSEA too SCALE S'•I' 1 SLAC11PIPE,{'LONG- FLATTEN MIK aMCHOo STRUTS 4NDSILLs SAKI K OOI(AAS fill COMMON M'tR ON EACH SIDE Of r1rE PIPE ANCHOR DOWHORAIN ASSEMBLY Mfµ scAtc ,4t•.r' scut 40'.4• SPACING IN FEET OF TIMBER STRUTS FOR CORRUGATEDMETAL B FIELD ASSEMBLED PIPE ANCHOR ASSEMBLY _ PLATE PIPE__ PIPE STRUT--H£IGNT 4F FILL IN fE£_T _. DIA S12E 0_•2,0' 0 40 50 60 70 80 100 4N6 60 50 40 35 30 • ..,"��� 48` 6 a 6 fid 5.0 4 5 4,0 3.5 ..-Motto SINS AC! EO rJOIARIH iAcIFILI r_=_a•.- 2•• 4■4 6-0-14 6 0'4 5 3 Lat[R.r POLVI Ton Lot 4{6 6 0 ♦5 ) S ! 0 -- - 1 _ _ _ _ _ - 1011,919 Nfl YM[R14L 60 bt; �.. to I thTIM ALI SLR• i• 4 1 SERIES raiLRlALt 5 ♦5 i•0 CLASS 4.2 PIAW$Ikt +rARrt 41.4 5 Q )O_ _ _ - -- ' MATERIAL DftYNDRM,iaL TOE _ �' {.0• - -* SEto'I f T2 4■6 6 0'S O !S )0 _� - __ �. SOIL CMAPACILRISIICS SLAY _. i A 6 _ 6 0,4 5 4 0 ).5 3.0'3 0 6:i ao 45 END SECT ION ELEVATION ELBOW DETAIL 6 a 6 6 O 6 OI 5 014 0 5 5 )O w$Cat[ ii 6Ai SO i�l4O_ SL Alt 102•'1' to K hacto"AE Sr[C1F490 i!• _ 4 5 t 3.5 _._ ______- _ _ OA Of"mD S1 LOWER5 6A6 60�5Sy�5lS 0, so 6NS 55}15 !.p 15 X1,0 i N 1 4 S 4 O !0 "�Y—'l- ••Ii•rwrllM roll OlrtNs to t' -t f!6 6 0 5 O !S 3.0 r.24•MMIMar 1,001 DEPTHS FROM x To 4` 1 [BGE at FILL 104 6 A i T6 0�5 0 4 013 3 O -_-- r•70'WNIWUr FOR DI VIMS OVER 4' f I 77'�'� III I 1 1 1 1 i.i .4540 )5 . 1.1.4.1.I111L1�.I.1. MOVE' at 104cE LARiER THaN S', R SHOULD s;;6 6 0 4 0 )o 1,E 1«CRuf[o -•.T) :. 120 6.B 6 8'55,4.0135.x.0_.. itsi — *110 _ uNaERaRAtN S O14�0 S _ lift NC 0120.N wnCDtRiI wo WC SCREE I'•Y Dr 132 606 60 45 3..5 30 :y Nr"4 r ,� 5.5:4�5 4 0 3.5,,3011 r _ 6 6► J3 O ff t ! a'Ti SwrL To 144 6 T . ff i6 1504055 lO � ......•..•A .. .te.NMrS' 156 I . i1M'bT•t01F � ;;7,_a iAi 6 O 4 5 3 5 3 0 .. .» _ CONTRA COSTA COUNTY PLAN 16M 6•i 3.5 _. -___ f NL C WORKS DE►ABTMINT $CAL& II i' i N i 6 0 5 0 4 0 3.O r�ra w.>rA tom• 6S8 3 Of A Aftt I60 Is A 6 6 0 1 5 3 5 - 1 .1. - NON•REINIFORCED CONCRETE PIPE - 0019 IM AOVAMCE OF PIACwo SACNFILL MATERIAL AROUND CNCMAN Plat. THE FULL tEM4TH WITH CEMENT TREATED BEDDING PIPE DETAILS Ii FLARED ENO SECTION DOWNDRAIN AND ENTRANCE TAPER of rrE *"S&L 4t DISIwtt0 u1stootlw MAT at HMORMID At THE 1A2pUCA1110E $HOP OR AN •LnMIAti IfM r.',w'A IE' CAST• IT/ICAL 1(!11 m*cop U 011ASM IN /Mt IIt10 Na n+ct IMOscaIiI +1�F-•"�-�'-YuF-�� _ '° CC 303 A41t"ATE*1 %&C( too( AtsIGIID+11111 All GLEN ZINC( so," ONVIN,4:"- s cc K IT I D..,Is$o I • 41 loftM-10to at 1.1 1 - I AtItMAIE om slIshume NON In -GAVE post LAIC.'EAT IT IF � iL WL I.m orms 1:Imss.oDs-, -, -...:-.. .: A -ED 4 cf.As spic.1 Nct Ishm Am o END.CORNER,AND GATE 7' POST A$LtmBiy 1SILT!- 1.1111.1: 1.o.I d, "L - . 11� A I A, b I.b..1 1 1.I I",N'o A I o' o. 'u,•ND o.Ic I's 1,4 �'ir 1� ", I Nf'. I I-L.ill L"I I I I I 0M I. I o i(A I so.I;bo'hoc.(* A. AN, N&GI.L.E[1,t;NS I.wc Irl( CI b IV 1-1-IC CHAIN LINK FENCE %fill vo.11s I lIs, .',it I A-1 It s.AND a..of D 4LI 4t.011 ... 1. Z.1 As 1 6 LL LLft6in- 6 to.Alo0o __ : - A: so T I B..cf • al 4 -I a.%.o." Ills A Is o (.ASS Ao.apc c"Ac.111 ;Nt csf6A of. END, C01tildif, AND GATE POST ASSEMBLY PULL PD51 ASSEMBLY 6--Li ft%l f I A I I.i A.(IN to w4 sI I.a.43"t(ft lusts) PULL POST ASSEMBLY • END. CORNER,AND GATE P057 ASSEMBLY LINE POSTS METAL POST INSTALLATION `"""NWOOD POST INSTALLATION A-a, q Q*... .1 1A,so$I Wt YW $To D, o'4.11 141:IrrN WE lost G. IT No A I'll .s 11 .1ki E... I.—IND tsiva I Irl f l.fc fu l,)%I D.A%111c".16 Slft,-IL 0- L L. .. . . . .. . . uh Df I., ALI. of A,$ .0-01D c.c.(.D.[,DtD METAL FRAME GATE AND ADJOINING PANELS BRACE POST ON CURVE FENCE LOCATION , SPACING Of BRACE POSTS NOTES 4.1 "I",c::11." poll Z of'"I NL to ok G• irN 1a1.1- I — N& Q. ;o� To"o sal Nr D zoo 'o ,zoo to:loo 4,(.1 TINT.lost ct,7 • 41 At PROPERTY FENCE CONTRA COSTA COUNTY IMIC WORKS DIPARTMINT 14ffA_FfD PLAN STANDARD .-so.10FENCES Ic -, -%o tros .2-0-73 WID C.—I—W1tvNG .6 IvA AlAt ct.l No. DATE .1"%IoN DiscNIPT.D. CC 310 APPROVED �` Y' 19 SLOPE STAKE REFERENCE PUBLIC WORKS DIRECTOR GUARD POINT AND WITNESS STAKE SLOPE STAKE STAKE R.E. CERT, NO. 5709 R/W AND/OR CLEARING STAKE SLOPE STAKE REFERENCE POINT AND WITNESS STAKE LATHFINAL GRADE R/W AND/OR GUARD FINAL GRADE AND AND LINE STAKE CLEARING STAKE STAKE LINE STAKE STAKES SLOPE STAKE TYPICAL SECTION ROADWAY STAKING NOTES: I. STAKES WILL BE PLACED BY COUNTY FOR SUCH SPECIAL FEATURES AS WITNESS STAKE BENCHES, STRUCTURES, PIPES, DITCHES, CHANNELS, INLETS AND HEADWALLS. 2. FOR FINAL GRADE AND LINE STAKES; (o.)OFFSETS MAY VARY TO FIT CON- OFFSET' DITIONS, (b.) GRADES MAY BE REFERENCED BY CUT AND/OR FILL MARKINGS, r- n wB u (c.) LONGITUDINAL SPACING WILL VARY AS DICTATED BY ALIGNMENT, GRADE AND TACK CROSS - SECTION CONTROLS. 3. IF TOP OF CURB IS STAKED, THE FINAL GRADE AND LINE STAKE SHOWN ABOVE WILL NOT BE SET. TYPICAL CURB STAKE OFFSET DISTANCE MAY VARY CONTRA COSTA COUNTY TO FIT CONUIIIONS, SUCH AS SIDEWALKS PUBLIC WORKS DEPARTMENT MARTINEZ CALIFORNIA STANDARD PLAN BASIC STAKES AND MARKS TO BE ESTABLISHED BY THE COUNTY SCALE: NONE DATE: JAN. 13, 1969 DRAWN: f DIMAGGIO FILE NO: NO. DATE REVISION DESCRIPTION BY CHECKED: M. WALFORD CC 3040 TYPICAL INSTALLATION DETAILS tNSTALLATiON AND-QUANTITY SUMMARY—— ho UMMARY ___ W PAVEMENT HARKENS .__..�._.. _ _ .. .._ .. __. �_ -.__ ! "r• �i�t-` T � ho u.tt PAVEMENT MARKER QUANTITIES ROAD STATIONS OR POST MILES DETAIL___�. EF.I L -'•tl----_ -1 -1. t P It r.j�- IigN-I tat E411v_E� R .�C Iv NAME from To� No test + i:rt_A_- _4i±i1_ SILL_{ 11ti- �IrL_0 _IjfL_i. _TT!(,.M_ n o :..-nttor L1I14"_ t DE TAiI IA CENTERLINE(SEE t10TL5 t S l 7 ! nH r.0 a• v1 wv U O nn o. a.r1I,, '•: iln.• nlM elllo. q' I+n n•b.•e,tl'Dw _�...— ___._"- -____._ C.:::::I I+.et rt•.II eI,-Slain + DETAIL i H11 wits i s 21 - _ _. ,•„� - �.. ..—.__. .._�.._.. _-. _.__ _ __...__ 1,Place tollective mothers of 40 Inler,rtl•m tangtnb and on cw,ts or 1,00 O'todiut a q rroltr and at Ia' _ nA I l _-W� - -_ - _ y- _ - ` _ mtM"Ns on currn.+In IrN than 1 OUO'rodw/,unlns ole r ----- - — - -- - - - se Shook ------ an t-lww - -- .- z Us,type Can..Nw 4 o"aA Ust Type TG oOm 11Hoat H-47-1 lind-otd tugh.g5 1,type 6 doll Tip*ttthoretm-14 0101",14 wth,011111r4, .TOTAL __. .S _ ... _ ._._... ..__. �.. __. . __...._. _ — wfoca iocu+p mummy traHrc ' �� I•r..11 4,r•»N t.•• Mntn 7,90 A mytre ore Dlaced al++•q,+.an w*+ T.I e - •_ee._. ... Tin T a- ._p f 7 'f- '""• ' ''' Ii2-f r.atnp Naf l+c etn+Pe soac.ngs two •! f �.__...._...._..._.....-.._____._..__.____.-.-....«-..---»� • i....:-.J � • E.. b*adjusted w tool m4,nonrrnrcu.e mwstn lou OLiAII•i urTENSfCriur 151 ANUS �..... .-.------._•r - --- ----•� an the stupe. Inti Nortel DETAIL-6 p.nrtt Ito YUAN LANE sulrt DETAIL 13 LANELINE 5 An undercut Or,N d OPPrd.onaiHl a,.,x be 4511*allE I A E I oiWw4,4 m ceramic nwivs m iw of"too thoon -• • K 1•' Y `-- „•�•."�•'I4,• \ axiMiiii e + 6 Tuleeonce amdll mdr eer duntntbne,U!4,•ctpt as nosed 1 . • T Ad}utl tpmq alma inlwete+im to Pm d.lal,lorm OL I Ali S wl wn.d rMVNr...1.I-TIO STOW! u tea• dldonfrom CO-10"" of Int«eect+ny road o) Pro,be minimum of eight :a gmupngs m both _ O to xrdes of this,Sactbn Y C t� Y �„� t•• ... t•' - • n{rtt tTi"t ! suerK� •.Plou IrW D and 1!W H rNgchrt martin odpc enl DETAIL-9 s s4, it tat New soot sinal[ -.o R•Saw - -, .„.oil, to ourWd.4,44.5 and aWOtd islands.(.act Imahm _-*o'ou.._ _ .p•- .-- �a.rtP .,R Oe drtetmin4,4 by Sea Eng•mfu 5!9.3 oU loaf• ,..IJ 4.5Pour type H rrifeci+,4,na.sens of Ia'inunr t4,p�nnr+q DI IAII a t.d-Waal Na n.tt+wc.d»#..Ito St.alE w r{nunrs w.,4 04.00 c••l Ctlu nt/stenrt 040.40 of tapers an trmsllmns aw lrrits fry 191to.--a rale tia�aM-2i•_Teuf Halal_ 4,r es ON 4,l•,Lll•••t lL lclrve rwa.• n11o.a49cm97 ?Yip tui+i.ninrvt - (i._IS.. .-.I4'_ _IL- _Ii»_. _Li'- suar•a ioNKi t's, DL JAIL-9 1,INlto wo-s w"u -I !•Trow1 { -.-..- DETXIL-i0 TWOM •ONS M all al.. Iwt ar u•nus ww Isla Nor[$•set salt DE 144-II GORE, LANE R NO PASSING SIRIPE .{I { _ _ •1 li' 11«4, sE'._::_..�... 1— :le•JT iM«aw I f» M :i ce _ag. 4,t. 4 �.- i 4 = ` • aI°sw tcna P ,YM 1n..r sew _.._ ._.. ._.._. �~ RAfeNTt� aql DE IA14-6 w90 .I01t 1.9 DETAIL-ti T.aalaill' wLoft wIo ..l tst — _ ..- CONTRA COSTA COUNTY ta'- n. c , . _,Ai 1 Rk PUBLIC WORKS DEMRTMENT r 044 •.H5•?J'� IN ' RSI 0407».1.T•t.o•r —'J- STANDARD PLAN I T-TWL!4 - ---R K _- ,1'1_ L?T TO Hopp�AME R K L► it 6'24 T7 VlSCDDE.Lit__... _r__ HIS (� !!_ E4NEAi 4?_.!'E._ .-., _ PAVEMENT MARKERS rI"'Iatt"I nn-1'•*1 V lit 11 22 T1 �ye�� 1 Ri(— —_..-__._._LENGTH DErnu-T 6 Tf P it�a D,Q�►ctta:7_ OE.T-2 USC leery MARKERS TYPICAL DETAILS MEDIAN ISLAND NOSE 6 TAPERS -� ! -�7� _.. ' DETAIL-12 1514,.oTO E•f! B 1.6.72 if f5 I!'oCa1E MUscLR5_ RLC OCT 12 VELETf TTPE D sc*lIy Irv..__ w0 raft .rvao• otscawflal s, w a•il at rrto.of K•IITIa. *, M•.N NI.. f•t1c•1 W: c I .Atilt CC 3050 NOTES. TRAFFIC SIGN AND HARDWARE ASSEMBLY DETAILS NO SALE I Street name and Imfl,c Sign% 114011 conform 10 the current �> Combo Costo County Ord,nonce Specd¢almnt 2 All sign S.Pporl posts stroll be 231;Ob gabonrted won pipe f.cept as noted on Inn plan Q) 3 Potts supporting sheet nom% signs and traffic signs,shall not be poinled - 2, 4 a Use 4'MA',od..od pasts.IIk ons silo k7 sign. b.Use 4•A 6'redwood posts.llh u„1 36'M 45"k296gn E V _ - r — '---- �-�----+—• 51reel home signs shall be mslwled on the corner .dh the greule%r sight d,slunc• and which t0vors the major street 6. One $11#41 name ugh assembly shall be nstolled of the 1nlf,Nalgn of County nwntomed loads .din one Sir,.m *OCA d, Clgn or of o point where a rood name changes I Two slrfel name sign a%%embh.t tholt be installed of the ,nt.:eclgn of Lounly-mw,nb,nod rood& nth two or mon +84' T— lanes m .ucn aanction tlWhdtsign Ir%%t& are to be wslulled nlhn an *sittingah " the side.otk shall be sowcut to g,ve 0 ee01upP..,an,0 when brushed to sollaunding grads E L•] SIRII I NAYS9 Where conJ,f.,rts permit, steelnom. signs may be install- Srgnod on the sa," sign post .,Ih u STOPIkik)sign 24' 1 I 24" 1124" I 1 ]0" '='"at.k,10 Point for Nullti striping shall cunform to IM c.,renl Stole . 1 I I I 1 I 24of Curdo,mu ,-.Vtof 1'...1 rrahun SptUhouuons for rellecnrf ]01 IW31R 1 W53R I I RIRUolllc Pole) Irlhj"!eeMn Osmtic* for all Iw1I Mawood.^^" Il (101.2 Post ..Ast1•rrr, •�-��•_ _.AppklNE0l�19 Tf •I t'. (See Note 4) �— DEPuIr PLNVh WORKS IuH(CTOR RE c(kr No 7957 . 1 r SIGN ELEVATIONS �- B'D,o(min)PLC�-. •lit: = 1 NO SCALE win embedment: Ftollfn end of _ v(� 1 DWe. 1 I; 4't 4' Post's 1 1 30"mm A 4'.6"Post- 2' HARDWARE SCHEDULE PIPE FOUNDaT10N (-1-) 111:nor Igatrl 12"Whle�— ( ) L«kwOtt4r Igalr) \I ~ Sef Cwnly siwaad roc.of taro tlFlal.atner Igolrl 1 SCALE. 6Wi Dro.ng CCs02. W31R p 'l act of curb 4J FnHhmg washer (nickel-plol.dl J i or E P .1 slop w L P rA's I"Wass Ilatheod boll _1._•_. -.` F1ber .asner /yy 111111 ~ NO >lY •, C7) be s 3'fe"boltonh*ad bolt 1901v /II CER2R SCALL - IOP)I r/4'twou nota'Ytrww (`) 'As . 6h"blltonMad bat (guiv)I Slandord sign saddle (pole 1 \ \�[, Sit tine Soo.. Sign bmckbrace (Rail) dPOST RIR x INTERSECI'ION DETAIL 2d Standard cost aluminum L bnckel PLACEMENT DATA S -a-o :J 46 4 _ SWGI.E 511411•( 66 4 M A J 0 R l4S T k E E T 0'While on 4 Sie rood) 14'lollo. on 2 fun.rood) 3• - Traffic signs most lace opP,oumaldY 6 0 2.7 1 I 15' � 15' 4 93• from dueclgn of traffic ,0 ( '---SH �* �— f �'> IWO WAY LARRIFH SIRIPE TYPICAL SUBDIVISION ]- Edge of pavement � - / � Traffic sign SIGNING PLAN 14"I"ble Yell..) I- \ — — — D' + street name Will — 90' Q Plot to location CONTIIA COSTA COUNTY r 1 -_-_----- ------ 2 Auernou baa UOn See Note 4 PUBLIC WOIIKS DEPARTMENT ONE�WAY BARRIER 51 NINE ��� / U g (4'b,Won h Solid Yellow) 9' ---- STANDARD — l5' IS' l PLAN VIEW TYPICAL ..� 12' . ----- -- --r— Typicaloo Ndside 5,gn Installation SIGN POST r•!�j�s' __ - _ -- - SIGNING, STRIPING • TRAFFIC STRIPING DETAIL 3' NO SALE PLACEMENT \t 'SYDL ;'ppma'4,t,lWre iru—/Pit' 4' INSTALLATION DETAILS NO SANo SCALE LE DETAIL brfAPo vyr,r..��[1;,tyh c c:.. tnettti .._tgTi6= - ---- - CC 3051 PUBLIC ROAD INTERSECTION r Riled R•lzo' R•110' Edge of ww.0•c.me•,q-IyT6 to 50.i.—._.. 1t 1 Ed"of T�1 SS' kowl•O Mbr R.25' I �N•2}' Von,ob4 PRIVATE ROAD INTERSECTION ''(-• pn a Irolf,c .,2222 rs. 2013,E +s'.b �,'_e• ;..p'.��b;��:��1�.��+-is+� .� .•y far �,a�llat� 1/vwrvn•pacug,• —� Spoag to a Le.Wgth b•t.a«t S'«d 20'pacing Whet 1«gm U IS a Im•d 5 W ardl v uNd a arrJl arid N sha,,dr • TRANSITION 2 TO 4.LANE w Stmdnn d d.Al•an,"b►oaw — oil' — dMle Sldpa.RarcanUadSargcny _ 5' 7\ ` .Cft4•• N =1- 4 aany.s.Ip.. 0.17'DIKE -y'{----•.� -- — oss— �-U RarMcretaN CSI GO!LL�SE�@3�"--- ---1 A A RAI � 6 - Gomm o2- 04 0225' g•-- Y.+'as' vataW ad aaN -- I fill WA Aar W with laww d _,. rid••5'•6• 2•.r.r. 0•Il.w 0 S' :- —mal«a b wp d 4►a (a('as'Lao era■ - -- ---- T-TRAFFIC BARS, 012;;;7,1 I 2'.d'a Y.s• _,� 2"% fMIw,IMr Edq...L,--Y—.J\ « -- fWMA 05'DIKE-TYPE A pDy(fyy o•T ' oOlt Nad 097 o -T o oe Rod t— of0aCRVIEWOSs SECTION SIDE VIEW CROSSSECTON 510E VIEW 2•.2' _ ._.T-��..__ 025' ' -- ---.�-Q -- FRONT VIE IK Q vak"OA sit" YT PE A l y f a END VIEWos —Fill1 dr 'a'1 ..IN RAISED TRAFFIC BARS TYPE M BARRICADE ma —/.'0.4ak`CanpaaA.Gayoba�owrsdfaa 0.17. =/� I M a NOTE- ORO-16 1—oa holhc lobu•ll•cl«Ipd SlgdOr Edea ton STATE STATE OF CALIFORNIA BUSINESS AND TRANSPORTATION AGENCY All to n••d•d to I•ua aWrlwltlny by.ind u•a o"filled Gaya DEPARTMENT OF TRANSPORTATION All limLw e«to N S+S 0.5'DIKE-TYPE B U••-Va.Machmebolls.Nhnilsand,:wwas" TIMBER BARRICADE, Use IFA C•mN C9.01coal•dno,N fa faaanMty 2•.s'horlronial boord lo2•.d••elkal Nola. RAISED TRAFFIC BARS, U •.5'Lao•cr•a•1w foal•rwto 2'a+•apace to 2'a6•bollom aunorl, DIKES AND ROAD INTERSECTIONS AT3-10 T/SI/T+ REDR.IAN Oj !/2D/7J-REYDIM.ADD WORD NA/LS8Re-Farrmorf W ` Nam. ,+ 11K Tal<ran�6�33]¢ �.���1,_�.1-�.T'•-���"r 0108` -► Aqt/ws4li.• msWw Nom, iztlr o�m8. 2tic 8Vj ix�'R were.. t3.semuriS7.l21ft� • t�• ---� - A— - 1 1 y N•Pro2vz 6th• _ .._15,eR ..` Slatted hoot Sym about Q d ! t__ u sMllea a • a . N 9' holes Slohed Adtl 7ryyt s l�` 0,10@` Same NOm+• Toenail wrlh I-l6d pat nail wont R•i`to 2t� element Section on each file of the block RETURN SECTION TERMINAL SECTION SECTION THRU Flet plot$wash" TERMINAL SECTION Cat utetool.0" TYPE -A' TYPE "El" RAIL ELEMENT 'r $ :Zrnoge bit fbewail the fo with hes nut—•"' 'ffSltOuldu S„rtocmg De 121 • .. �unde[tar4lrp 6'+8".1'•2'0 pyla ai0 a 1�'a+p rKeN `r 4 i-=- 142' Block 6• r C Lll a 0.183 o tS une u borh eider. � Fist i stat Plate F 3r1@' 'j►'; -�h Poet I" _ j; _ rid 3H•+242`Slat Post Spacing 6'-3'Cloc. eitj State fiiil� _IE LINE POSTS W.I W 18W.I wd owl Ihouwr baa 114' SB j1 t will 04 recessed iw.nutt-Total 8 per splice and A per terminal section lopin d�oclton of traffic. FLATPLATE WASHER NOTES• K►`,$n¢ RECESS NUT "fes BUTTON HEAD BOLT RAIL SPLICE t. For end ,details see Standard � Pion A77-Dw.0w,A74•C,,79.0 2 Terminal sections will not u Installed an 6"s B•Block between pat and roll the trading end of puord rail placed /on all posts edjocsnt to ole•way roadways ibd r�tV. _,_,�_�§ Splice a1 y� apin direction of No" f o _ a Traffic ;�Na Traffic 0 "m iflr ' e"oePat PLAN ELEVATION STATE OF CALIFORNIA @USINESS AND TRANSPORTATION AGENCY DEPARTMENT OF TRANSKATATiON WOOD POST METAL BEAM GUARD RAILING A77-C.BW r r,Q SteelWood Lne '[�' N•Da cencrN•loanJa.'$ 2e'010 cmcwleTip-Call Pop Svound 6'_3 1001-4np 2 NN S'Met N.0 /Y■y,'rs_•7YL 1..x•11.i 111N Md of Rall for Shmpnl Secllon 2'•6' 11011 c FTopor or road occof&no to Plane 50 M h.-,M r I 12 6'oaa.0 .- __ eyapf Coon Tr-mmW-�1 N•t NAla PLAN y,eat _ 6•.8•0FPotI _ "I•end anIll Wlull PINYv�n _ •. _jIt__. \ .� , wald '#MKNne WI./W -� __ —1 y --^aJ _ 1S 1 1(1•wM .slow an lronllKeN yl. �.• f �— Da Will, • "w t B C I�d Nwtrle■r iENMItI-L C(1rINKTON •TYPE 0 TYPE A�, 1 t� • See Nolo 2 ELEVATION Ijj►MI \, 2e1 „1h SWN 104 I(�TooM 2)11 Bout !''!• fa 3/j•Boil T/rr1•Nl Cpvl•clw ,, ollneu,r•I4.M mold 6"0r-__i��•. i 1,0,40'",w I S, rwadfeil IC.A /j' .-.j!-.-_ld-'Vj�•2— rTlueoAyydIItte��YyAd�1oLyEn�YWRreI1]y'A1ppIl •{ ./._3:eCLoa.l.e lobe tNt %j I[Ci-l0-N-A-A F Pel lennIodconnected ffiW ® PL 3,02 V. d.NI IerarM - •Boll SIP N •A la l' 1110"m.n54,10"on SWAGED FITTING AND STW-- (1.. [?.1�•'�.•�.Via"_.-1. Q(?TIONAL DESIGN TERMINAL SECTION s•■B•■S'-d erre., 6't0't3'•e•00'Pael `•'• �;__ A --------�.._._..._ /-- 3.r•CorNlp MII �l 1'Wd curd - - �_. I -z cwo ca.ueno� \ y,ON hold In Slondofd e.a•ed tonnes %Old 11W .�.. I - PI•le br l/e'ceele --. _ - - •..rt _. .----o� - ------ �� ANCHOR PLATE 0 TA1 S �- \ Concnl•Anct.or concNNAndw� rNo d tf/]=■11/�Slot• T ES TERMINAL SECTION-ELEVATION m IB' m 1.Und.IIA Steel of Wood Pu•1 IiudrdlNl. i2• 1.fair T(qI q W N 9NNzo4 apceM a oma.my as"" rVj•mahmballe./ell Wool TN tNl SKllon.Net$Wbel 0041 to YddLb•rON. A) .'d•d•d• aOl Mre un hcnl lKe ace, •7 IuW! !.for dNoUo rot eMwn eN Standard Plane. � 4.fbN ba•cenlora In co¢rele wainr: T e' [ed M$ Wall -•R e-11 0/j Cul 04 Aae o � 1• /�y bd Corner• dD 2'Su pp,e Woe•e . . Tw � Gnwnd lone U]1tn� SIATE a CA41fONN1A , .� �� ez•vrw ._.... .. y � ...,,,ate BUSINESS AND 1RANSPORTAIION AGENCY 11 1.-_.1 J 1�_ 2• O li-.I�:_u_ •t AWe, .+•IupK `'1' 74-1� (1� Or PA111M(NT Or T NAN;Pr1111AT10N ...•.� 12 Ir 1 IB• .� ._ II Viimil w �, T 1� /�l�l ij� id•R1u CP1111eN Al.hlq 1 11 .11 1, Nunn ue lel l4luun.la lu leulre O'■U'1'WlW yln�a CADLE ANCHU4 A"'AMIlLY TOMINAl. JNTIQK IbaPutNUdfl �'-�� Iuuuelemuuudt:.U'1•uN.ruvved.IlAllura041VeIAkY IDREAKAWAY) DL IAIL A Partio dComI•ICWIM%fwl#V Igv upoM■JPollUpenoloan.tAKolq �77 E.4 /,/ rn.rin.:a Iv.•.d..l.n,d. r.''_In�r•..1t rrp..•...1r a..t.a,.yt„gur .,.-►..•►+-..... ,..-»�T�.•...r-�. ....p .�_�..�..�.. ..•, -..r..eq•a.�.w...•+•��a71+•�r..P'.��.. . . .._ .... ...r.�..�M.u>♦11_.:T: .r..�..e.. .. .. ....\ ■y Swla,t of GENT PAL-t1'"itrs thea' tete..a.r ._:_ -_..._ t� /.,.r s Snav+b. `' f'Un• I. Use 6n.f•r shims 01hM11 pnttf antra uu110 wall tgdtanca 1647 (`""'�""r"'(••••'^ •{�'"�.+.�.I i•M'ta 1! t•.t•,q f ly"t lac t0 tlj'w, T eytMa46." than tS"{See Wool Al. !-�.�va.ant•.f"se �.�:.5 ..G=._! _ - I .tiM.waNr1 7 )C. Whu.Spnod lowngn btl.ren f9'ond!'516"1x0 post mat De ... / 1•w S E.aa".d" unb it Ods tmotaot!ttu tt.an 3'Luh nal bts roan t"4"m Hast 8 PCC. Mhtn Codings 1667 tlt�;i., 'tee M.r 7 --- YreMt NtNl,a►�,ltrare ( f.��" ( 6511•dui , P ort 0,96 too"(d'fl0"I Wlloct,ollath It toobno u+'ng ", 1.u..twP«uta n'.At 4 mt"12'a010eS/Ura..■j{l •pae ir4@+r�r� UI 14n1 _ N �� ayl ; �� � -S'+S'.6�t fb+i-tauirnq Conn.ti.on palati-Slondatd Plan SMe/ATT-p. .r+t..at0iilm4.S!,l4.19Zfi_.__ See NMN 7-- �__-.. -. _. ._..--•-._ 08'.49 MM• t�t� >— !' 6666 ! All potu ona blacks to Qt of•ha.n on SlonaarA Plon. 0 "4 / S' tl0 A Al! crd foil post t ocin to to 6'-T cents[to CtAt•f uct i at noted t•o.t•ntnl La �-_---,._ T'a- AUi t i W P P a P �✓ D/Wa4 5 Ilugnl of rotl 27'metlmam ocm.groan"end pa•nU to p006 01 anoulpr, TYPE 4 FLAREt.wt G.1•lotl*c6nw W.ewtM ffi— °r°i4 0 ar.tlan of Not welmelt•d 61 a,taa NOCAOUT DE IA L REMIITfON SECTION AA T. rot CtAMt116"details goo Stondald Pla"U9•C of A 79.0 past S.0;cet METAL BIAA RAN.X,.RUCTION DETAIL A S. rtr ant6or details tit Sia"datd Plan AtT•D _�T 7 t:� •Awaral tap I/Oe ASUINOAra Aa0 PAILS Owt. 9 6"te'D r post$and elocol At~ W640 S$t$d Post$Ma 81"66"10e 6p.cd Nd I 1 T - roc COL ws goat uradall titrii .here 444A-tabtt.10'410'°r PONt and i't8"D r to"bt Sho.n W6.+5 S Slwt Nate M.lye rr, 1661 qS-. .�101.0"'Mowc.o. •�StcUeu and IS 6't6'sl'•2"(01877'INo6181"gmorbetit-14d,rhae apWto1es 45«SlanOar@/4A A??-CS) S",e A.u"r- o0. IV—.I S.0am a411 tai 6e.5101104 an 60t.1g•n1 of qvw foil plated otloceM . ITbt SMI,to 'r41'. Of wee $ Man a.,&. f -- la 014 car lmgwata. lea a'ant I i po,"a pcgri"d Tree I fire a"a at awootA wid of 0m0•n4menl q.aa ran S.a WN i 70 4.•44"7- •. .. _._ - - ` 1 I'O'0 1 --.. Nfa s■ a'tt taw :71 T 4.d. t Di abs .•.\ ►5"441 rA0'A" Ser S' i'+f'prPoy P of tawi No •pa . r'....1. a \pa � .a11A NM It.i>I •wt snt.e.S— a ".n;jA" DETAIL 8 vj` ,Q l tn•tr b.e, t.» M.tw•N _ ,� •s11.L• ,1156 is TS'... L J, - ri6 top el NN arw.' ` Ctatt frwti• - _ .._..__ _ 5yatlt►ti.• tt.iw! TYPE'3 FLARE ,^"a• •r7'rrp'to. Ae'Mlrr. ' GMM I--w •1gTt'a'feos"S'dtattsm 154."55 us,aAh Tip@5,688 rWrg wtan p.ord tari.flos5 than Sol—Sit,,c"Sgporl AIN amt col M:—IAN _455441 Pa,r 6p.tnt S'ly'[�a wya�ra rr el eApd TYPE7FLARE raote vtdCdu"n aaslxd101q.5'•i'prN,tht J'•ly=tc tob•wad D �1 Irwa„.'l tap a6aul@A, QefaMn UA.Nms Cates A.ata.�D,r a T AS'--- SIaOULDGt INSTALLATION AT SIGN STANDARDS t lip *A* _�__. b.Aa6 r"'' I I I I � 46"0.6"e.tWa i•".-•. 95+0.•"0 DETAIL CCA Afthir 6'ta•pr � _} _ ••�•_••• ---•••-- - L•-��M Cot,.-6 tr uta l• �r,r..b.~Ou+• baatawr itpLZ S It a A if 11 Ik / ... -�`""-., T "-_`'ti" _ 's/"'' 6•ti'pr / Bou of RJA 1.51101ghi SOUan W.10't 3'•4'� ~_,._ 1 is yw Ptei Mr -----'------ _r .-3t•.L`f➢aL.h Or Mt uit,t o.r,i vra f••Da•e.a ey` -ZSrwd•,tdp .__..- 50'it^"^n^�... +O.�A'a" •w~Set , ifooto S•'9+si � � _ i 'fie • ... •-` Ntata Trm.ad 1S01y� �' `- `!a ` fe.tnar teas a m.`h 4 Ae '9e'A,U►"�'`?7@6tA I �'` TYPE B FLARE TYPICAL PARABOLIC LAYOUT 3Y+6_praw TYPE 2FLARE w.wa"ltap A M ���t �aa'a s« �• tit,al golla 10 bsrl w IaArr,p '� -- i b4• a,100vt alta 041L _ afwW' tacit;)r q't r0't 0•uale Aatfye a -St i'6Laf0a S 4'01 Cable Anclw-beaaaol Tipa'A' •_.SA 00101 8---_____ 5017 7 WNL A6u4.Pgn1, i M.t i 6! S"t"W[M ►n1 A 6'+1'01 777 �_- to Ago, n �.S �-'t Ow0 hr•,Na[ace +'±F7.�st6 •— t" 2 r A"4a« C� .t! Va@"" �sr'i•—'c� .aea�.7-,- -.� TYPE 6 FLARE two` `rl r'_A sect a 00.to Slrraal utt'a.-J --_--_.,atf•aaw_____ 1 } ``_..__ ---`00Mai �_ St'-i'paresue ; ai' S'a'ar•the �tw@ i ae.aaa"l tap S0'66.una,m �it'•a'uu�far lC� STATE OF CALIFORNIA pnN1N."to0rete 5.9h1mI Co6U irinmol TYPE 5 FLARE BUSINESS AND TRANSPORTATION AGENCY TYPE I FLARE bio4oiaj DEPARTMENT O' TRANSPOIIATiON MEDIAN INSTALLATION AT WitOl d He 00 SIGN STANDARDS SIfaA.oEq ENCROACHMENTS IRT.of Lr) Where cuaanca Moan to1.o1 b mlb"td He p•1a1 C GUARD RAIL FLARES A 75—A.9 .001 aer/ ..A1 6054' l V 1 too ofNwaNai r4ow A Yotie+t Sob i••0! => $40.00,f h+ 0.y•sere w ca11 S6$ Ise$N..a Coos Tominaf 6,"Aar #• �' 6eig(+#.Male A's2YTSTt�`�(�a«is-�•-" WFI,A1ninN ni, Type`A• �L ��•to.___- 0__ , �,/ Y 6'111"Pool. 0".0'45'4"R,111 l-r eNPr•t+-1•••+111 lleN ♦'.e'PP.a 6rl6po Rel1�Illnq•paM i+N anter of Paat fasi4q "�--�."_!�s�ri S. wrawot i S'•IY+SaaN •S'-,ft SPosN •..wr�gtl+nfflt .lg ..., /1 Sa•Nab•• M Cpl Mf # Face or Awl ISO*,syN w•wed L410 A 7Mn_5'W iil4sEae.Na CASE I .. �EOyatShovber T Full Wroth 11rdos Snaula6, Sl-6"PwoOa,o Paced PUn`Au Iron.lwl 50'lees, ^- --*•i 1 fdq.of N+e Mat_••.- &A f„n .cern �_--- O+o Sw Nae# $w Nafo r 1w/o4en i4p..id•r Sw Nal•E-+.• aIle.+eN*wl% O.w /Sea Noq 6 0 w ir.66e SM•sle #• ". 6'N'Pqu •3,'�S••t rim'.S'd'fal EMBANKMENT WIDENING DIAGRAM w+a.0y �. w.•..i { M a 3•-sYf S6ec.M Sw Wu S my 11.1 i+M,,.Mr4�•,Me•� PEDESTRIAN WALKWAY APPROACH LIP,'A CASE 2 A We E'q"le" TO BRIDGE SIDEWALK Pout,a W.dtn 11thl"Shoulder ;iwi'o Web I for guardrail details ale Standard Plane ATVC 5,AT7•CW,A71-DS and AT't-DW Soft*% D 2.Dsar6ee gala 0 2 lacebw•Nd• w Cie. ear all-NOW 'de rNNa 6t b.e 10'e 3 *oit•ay bs.lside edq•of stwuid6e to be paved•Pan tho•n an Typical Crate Section, #' SP6O'-U41 D6i •P�f•gy Coble Yet-41 e&'prrfo.oPoy • Guaaal pop•pounglobe 6'•s"unlet$*cents*unless w Tr Hbi 1 N•o,1 etre Pas/• 3.Cawderema mi and•asnu aro ends at bale ihoif G Flush NM pap. OD won, �- elan 6•.6'0.f Pool$A M 6•.3' 6. Top of 14d to be 27'maumom oboe:edge of road R,.oq• c S•�}'314 )IsSi$ 6•.y• 6•,S• 6`-S` 1.-M _.• 7 For connecbond•w,h,/•e Standard Plan A79•C orA79-D Rod -I- 7MP1 5100101/ A Ro ����� �a E�..•..... _!�' _ 8 Far and 0.0016,149 Standard Plant A 77.45 aha A 7t•Ow o+A 77•E 1400%{6w+)) -1 Nato of 01.4 for$rrn$ni Sou.w-•� 9.Wnon necessary to WdaO dA•0 6onl of Quaid roll,onli the 0 IT`hio dr6 mp 60 066d #7`•6`Paroeale W Usa Rmba chime•ithoui pn61e.Fare rott to eats w obutm6ni ciOmanu i#lew Man H; ...._...._._ (Standard Pion AT9•A,D6h1d'A*Fm Pas and column$uw 161101416 00616. ___ SO'w+unuw It•6�•aed la of atoll •-----' If. Terminal/#chair%•la flat oo+M1o116a on the Starting end of guard tai adjacent to aM - C-{•ale atO"hmap, Cableluminol •aymodror fs OIT' io,Anfnas.0atmu Br6asawy "be Specified i Co.f t2.6'06"0 F Foils and Sioces ahaPn,W6.6 5 Step P061i and 8locti aa 5•s Sl.."d""' I �• .O#•0A0 6N 400.0,A79 I) Ilf?I�ER POST wMr6 applicable,l0's10'0F Pails and a'.6'11 F alocl,s show.*61155S16N PopU in # 11,.�j. , Nos# and TS 6'e6`ai-2'1018TS`INco)84x!/may be"cilied■Mts apps cable ISN SidPIanATT•Cil _ nowt •.6.rs 5 13.For Type 0 f lo14 d•lod/,See Standard Plan A79-A. .%.I Pwf ` .in t5 cable Is-of Media•*FFr'''��� 0'.e'.tT '•b.es 6'.11'0 f \ o N #',fi 01#05'14 s1eaN,.f ie/t 1,61111,"at Own S) W Wan, drat+ 6R1,t4 1116.11 S S 6, #' gt3" -"y. •e.+�,•e�.•..-u-. lu Walm.,0, s'-11#5'h� `Sty}}}5'116'•• 6'•S' 6`'#' ."--.-1• '__ �1Tr_�.N Rob ' 22 ''t"- _- i --•ice-•�'-�f :. Ad"a/aw+off slandwd Pf«4t3 #We. ` �Sao I.is ,,..,r-•Sea%am• iKY61A0d ip SUagnl S•[Lon � LINE POSTS "�'' �"� 3r'•t'Pa•twta ! 6•3'040 12•"{'a_da•a sal ,,\ / „++Ead Nan aWNdN t1.a• I� c.#,of A.tnora9llr -- -4Cabl.T.rminol j See details rd Plan ATT•119 and A1T•DW STAIAND TRF CAL ORTATI �• for 0•falU 6USdrE 55 AND TRANSPORTATION AGENCI „i` for Ann;uo/.D•lal. D,Owa.ay •`�/ DEPARTMENT Of INANSPORTAIK)h +' A19 SC.A'7J DPna Sjurt. POST GUARD RAIL FLARES AND (Airarnotf a Insioll413ons1 GUARD RAIL IN CUT MISCELLANEOUS GUARD RAIL DETAILS AT9-8.8 .„. ,0000 . . ,_.....,..,....,,..........,....,».. 0,0_00.--•--..,.,.,�...,_..�. ...._,_-.,_ ..._. _ y , .._0 � �_.........,_„_,.....,.,,�_,....... 0.00»0 .. .. � _... ... ..,y." ...9...... 0000........ .........a-0000...,......•,..••.....✓",�' „rte.. 0000. .,.. ....,..."..,.. .......... ...- ._ JVHt N,I�tG croe.ro pbv. i•o 1 ' /•pSp l061'MCIneN/onI 1 . MmeOOY MJNellrowwarl MA.•//A1r•en/ I� Ms e/n/top rel o Orae► \..I DI N n rwn.ne CIO/e•Ieclen y'pinMllO1I IIMnI.Or/0rN 0,00 W IWA/Y//fe Me wWWSAy 1` A/IfI M/e/e OMI/ACIn/II OrWar l i.` 6 !r/ibrY~1/n r..aye Deeks .010,6/a IAO.n Mi.dwe Wn.n �•� r' eee Am/See/p/orl1. 1n nrw/Ac61Iu r tf'n1f1 t•.:': MO/MIAI _l � SNI ef/•eer C- -rVy eJ~ troYl wll M eer.wrrlli/w/M wM [1'e/ICY r{i�t� we/Jr.rl,C.yl,ek �e.f0 b•J n.nlJCceq • 6l� Arl Il'rnY d ; e/I/"e'i.O�pw1ti/N w~EABE MAERALQ'PEPAQD lronl ron Mw/l =11.0M;� w.a. ~ 41n:Y9 r1./01 BRIOGE QfrA/L 3-5 ,y WALL EXPANSION /O/NT WATERSMP t. J`Q' YOB BRIDGE OETA/L 3-I BRIDGE OETA/L 3-6 fIv AMr 0 -I See A"• � �+ I 0 r rap.,.o// w Ap•�i/ ♦1�r ArN/!.e CW 601 e.w•y elven•Arlt ,AOr/v Iv/M Arrrles.1* See A • MC r 1-- A6'rry S,gle Axe Asr/a✓01 M s amWO is Ar.eAo 4 oa ne Day• / I wed J t prof!7_ 1N Cool o/IAV CArn1Ir a rt $AN I.povO/0C1. �'reye GIIIa1l!./.� I/yJ by a//iOAy prw// arqv SfCrgN QEIA/[ A [EV/I/ON sfcr/om WALL EXPANSION WOWS AND WEAKENED PLANES WEAKENED PLANES. WEEP J'af AND PERVIOUS BACKFILL _ BRIDGE DETAIL 34 BRIDGE DETA/L 3-2 BRIDGE OEM& -9-I - / I'$eornl/tS'rrv.cerr/1r ro cNON I f'crc Ar ripe!mJ YIJ•c r Aw /IFI 1 NA1•r.1p W1111) !w W113 JJ/Jrf1W 10 7WINf1/.1r N01.prarl0e e rJ IV wm N a10fVJ1 rfrrVnl ppe wrJ•r 1M Ir,A'N/I NOlrnorpl IN. pre Iron Or AVOW J'!OOOre f-~#10410. O 6'IV.ve ar✓nr.•n.1 w fiv'n IN/YM.ire 4"sa AWAro1• CAVA/tln ..re J•J.n f/N 0OJ'/ AMAN 1-f, 10 01x1face. C One rlrOrr Ap/pF1/Ovl $WI1111^IWsO1•1 O ew/op IJte.IWWII,b/ U /Yrrr.Y/evCI/1e rN/NNI caftb'MVI IrAA/retM v &I r OD.Ir'w suNDA.o DRAWING D1446 A46w6 or D6131 felr.eJ �TIIUGTWIE - c • i �[- --��._ t�— CAUfORN1A e Te _ - . __ _ •e. wernrnMtwsn6u _____- BRIDGE DETAILS ... t� V 1 r Juin 11,0% .. Pit t4p U ar�U,er)t Ll ar� -l.1 ar (S •3� � ..(�1v",r r.p• Stpw V i>trJll-- - •i - 1�• 4 !yam Tr ;s- Or/NrfA TO box GWNO(R r•Rf,011 rRltafr 6rR[Kit BRIDG£DETAIL 5-2 BRIDGE DETAtt 5-5 G,rdor a O,opA,pph, Gnvr,an,rop ar awwryw TOP ON POTION Tto8 Affmlotcop*almull bopbr*a-2,00 o/**CA trrrvp A*ot M Sb•NM. S.---4".AaRr m rpPtN SKr** D£CX CONSTRUCTION.101NrS _ALT£RAtArMf STIRRUPS tr„�r�r j _gyp BRIDGE DEMIL 5-5 "—rp►our IllrroA�--- 3RtIVSVERSF DECK AEINf'ORCEMENT MWING,DIAL gRAM t8 0 1 tl1 P�CK_f}':AC/!YG NOT�',r • r0 crNia$w snot/taMv/o OKI pilon/#rMw,A.04'rR 0d/M wA1K/ to tAI 4wevot rMI fny,0sr. /Nati tM^%vaowt Moo 0-90 111/m 1004 rMreN aA A*/Ant,Me'0110 ,no rWNgr1 SAW be _..._ .t 1--*p►ewrOONy M.M�1ars. _.,t o•*r,4d fa� I I I r L troMrtrto 10".dt roJ o1 owmaNd M S-ov#Spon#v4Ntt oalor0.0/ or the fnory*r. For Caw mwv#Spon#,Iron#rM.*/onto Rw o1 W011d of MIWd Of W po.N of UW4 /f JAR 4Gt If OAKad AM r*Mn.m rt*rr ' r�'' Y trKOt/roerdN ydaon,rM porlwn art rM avgaarN snot!M w4eN Mw. ' iii ♦r CONCRfrr ♦, tanpdvd,,w 10"W, +4011 00 1aro,wf of Me*dp of R trefl,r tan*rnit#t ±r Siet'wAl,4 B sim rrPf is o,A*,.,r*otrA,,t*d by lAt fy,n*f, OJ. fw Arrtr r,,ppart*d an R*Cav C~1#0 G,4,t.Int M1r'401 dM AV t - _ / - tr'My4a1R ryw4rfwlV rRMwM M f fnd O,op/vJpml tout!M ptar(V 0 Aasf hh 0010 o#far*A*d*r4 -"`•~ AV ,4#l/mo v 441 re.1it,"" 4. far OK1 JWarn.d an(burlv,R1#,N:Me Koltfto,"a fa,tM*41,,*.,4M rwt wrpr r tint rod adtpte.t h r0,foa.ob— � d b,OMR rAatt o*M plot#, d r0P GIRO£R AE1,vfORCEMENT J. R0,01101000 11W#0//of ra+hnvar#torr all pnrNvCNa4 jools BRIDGE DETAIL 5-15 .�..rt SIANOA10 DRAWING I P.,N.NS Q1N1)�Lay,AaE'M s..,, ns�. • •�a " }J A ,y,,� v01 �TIII/CTllllE!•OE11WS 7/76 "' :-'ar ,�: o.4*ta fs_ Q !.-_'7" . F.,anwD.l•91D.,s•iS CALIFORNIA w �«" BRIDGE DETAILS .,A - �_ ,rn . N.v slwlwa sn0p0&au s�ls IVYTIItn N 11AMs1'OItQMII ,_ - -- —, 1 , • r • V ABUTMENT DIAPHRAGMS INTfRMED/ATE DIAPHRAGMS S+wrrMvsa•+v+►q NON f (.�+WM 6- !p t_ Cl At+I a ,_..�Yi of aaJK«v s?rr.1� BENT CAPS / mwd El/ S1( MIYpt+4Mr lA{YM/ 11w,.Vs tont/s•oof AtoVtto tntlArtipt ' . _.`1 — �.. Abn t !_Q! ` Nora • of Iolonnl tt.n•pt 17, 'v-" MOM 6 ) r t•�. At-to 0 6' (�� - abn s DETAIL V-" PEWL �! �11v�. Sa'tm W. 0AW6 a• Fv4 'etp 11 '< 10 iNato 4 —! i p-IM+. Mei QEI�JrFFwes Ab JII -ACM _SETA/L U-10 + r¢• A 1I,ros Ab,ra� ryp - '_ _ M CTk UYN -AYH• �+DIEI: TAa Leet lua++an.Ih.Itw,un IM i,Naeor•d ep.mop.H.6M iw Y6V^ \\�•"/// - 6`ryp IKIrAeco«dA tAo Project Prom In111 e+rutao p,Mo(nprogr77:1 . I CroYn A.«oAO.0 See, Pro/Ict Pton. Smrvps umt sA,p.os !•r`6 4 ! All an f an,4a a M p4xM w aal,A»as m.•t. +tore an Prltocl PAMS. Y✓tYnm+.+r yr MMI 6 DETAIL U-13 - 4 1. !N/401Rd,10 of ew-mall«+t4 t6nc+pA N martot,1111,1,0411,«104wo «1+41/wm r to/Nt of 40 aYr/hM poper. A%M.6 tj Moe 6 WA Hwa W"to CMH g 11IP 6. A4+to r, tawe wr r+a,m047r AV wx+,p d w/orw+t tent w«w 1 •• _ M Pm/Ic1 P/ono. r t t• Mut 41 of fm4►OW ut0 onJ t4gq n a/peuM+om/t4a�n pi ProtKt PAs•I. r !x Mrr1«tarty oln++++w Ir.on/,4,M D _ Q �.. _ t. Far !4rp w,t,/i otvn+oo amrnrom,to RotIC1 Pions and Voted U-10. Lit 't eol stem Ip AvJw Pomo«011 I_ j 6�Mo r i�x i0.��,� f. wAln Mwe is asYt.l,cAval soon n pun runt..as M~,Aoa4 n,nt rn4e !- I...t- SN Dt ut tt!1 (.� Q'N D K F!"nY+,.A c4s►N it prlatK. IttKN! p:r•otr. ®++/) D 4, l!•Ar+n.,r4CA1.N/J prldK. ->r__ ... .waft '.'SM'..proa•r... .1.11WDETA/L U N (FOR FUTURE UTIL/TY OPENING) Su+rn..onaAwmc ,aRoa,a, - - .�7/,a s, ,` +m•...ri i +�.'-_.' '.rt/ ��Rr.o4+.no) slu-15 CAU ORNIA STMICTUFAS4MiOM .�. 76 '' _. �. ::_;..•. " ..... n4C s R..nn,.. erAllwA�r nunnlun. �... UTILITY OPENINGS- T BEAM __. _..-- -'--- --- _ ...,..«.. r • r w mow.-.w. .��.—. �_ {.. _8b'10 lwy/A Nr No/.rwi o/CA.n 4M gwl.ry /jp�1- _� _ !' J'O'�n•q'-O'na._ � _ J'O'wr.n - p'O�nw ! wor �--- tAAAo4/ uir- I�r f.--6'O'a,a.9lu CAO Me/OOYK FJbK ronM.w/v a•AIw,YI t. Nr ,f gliwlry I[ /'nrin A ta1Yy Jw opI rqo eb IWA.a Awl L!N•SN•W l.a/ane we/ �tArn Lw11 A1AAlq lyya l --ls!•1• ItltJ lwq'.AM/.y.nwr of C C� •CTAT 11(W�ruGY orad twl., /6A•ra/WI A41111/ //VYAlr.yw.ny n: -SwYa NI..t b w�n,w/..r I A/Jr IAId Abl 4f wd PAIS WM n./A/*W*W,«Apw vs InnA al/ItAI.Iwe- •V/II�.OI a.Aa1.r.J/I pnn.gym 7,V Idol—.wa nA.wr P'll1•AA W'I N.Ar d /I U.J LA br an.+•Nr«lT'..A►a /oy p{Un1Nt/pnI SAM Apow.l a...1 wdA TO' I' f h•A OBJ O'�w/Ma cu w9:nn - '- '�N•P�/�V'L.o1MY ! SM'/O.A.MWW lyyp ro I < J"o'/�•r.•I el....YI/ �� /1 im.n/Jb.p J/wsn _9p/IM/err oa/IS' �`\ N <.. '.l L/ -�Ihs ab/ata. On/N a •, %W/AxAu/v1M(Ypl/•_ / [NCI/AAI/ .00/AnuM Mite o.rAw aWy i1.0WAPS Y,n nAwmlJ-0II wife <P.I CAanM a//Atlroow •------------ `llot Mew/ww .F _ � ~- _JW K Liv w -5 4t ro/Nr -- /N 1..W.wn wy wr --- �LFLIBQLIfS (LIQ_LAq H4Np MAIL INS TYP/CAL SECTION a&.. nHrrJ SA ELEVAr/ON Ca W A/.AUAW/r.wtA.n aa/I ..IA,.v.1.✓IAa/ m A.a:ISI _{ 4m.lar N S.cl..n AA -STY..���L 4.!.» IrI�--•��!- Plow l%I 411 cup t— rc� 1 1� A NOres. jfn, N I 1, /. MNIM a+,n^Jy'"CW tMw lo""W 41 MptMrwV 8 i1'•Aa'/AVW ��' j L Sl!•i1.O'U' rt ���111 a/Ar AW,n/a+ A"n a Y .urr porn/•A. ii/oao t- '/ (� ) S■ / �•� /. 'we W/I Y wrI/nI, Oa•.W/• At you Ara..r✓1b.. J. AI.Aro Wa coM.rm N AvuwAM W Y«nrW.IpwW. Aw M/o to ( ) / r'Aan r.lv�,t a✓On a AMYa/hM[Hna/W""wo/.JA rufut o/I O /a t.«W,N on � r /tt. /A al/A►i7/ranN/Ao.VA i '/ wcW wala M1 a.VMAAft Ma Ay N/N tiiy%war w . M/J A A.M Iaaw/wM owdo a/a w*�"o I{v.W Ar/.AY//M n.Ju✓,UN J lbt� rI 1 `�/ !S J•1•AI7J pw/ I{f•iia•04{j t.J1.11r•NQn I./MMa, 11/.Mn/M 7VroSY o 4 MI rw.I N/'/n1. /b,nw+AN i1f I Av 4. Axl w1n«o.I Aa.nJ I/B n.ar ayY Mra DI aIN N cm/wm to Aw.rJnNl !I✓.✓A~AN SECT/ON A•A od.1 ,I /DO n W Mu oti ow a an/On ehwsl/t iy N%N._ ,/ END POST�LEVAT/ON SECTION B-B Zz,!,uw«/w// �• �f U �. 4 N..IrW./J/O/yN JAW/M eMhn.,W1 J.aI nJ/MI than I . SIa AA 10 i,Itir A^w her Sem /.0 J a/I/I poll•.a/rap/MJI✓ ,Awl«ApvA te K'AI•'NJJ Ila AWWy CWI••• ADanlan Note,0/1[AYAw,aw OTA«/w✓ -•'I L(�,AMS tlM1.M Axe.Y1A./1 /S J'•1'•.ICI!' �' I•r.n r.� �S�t2'Ob.n wrNr,.kc1 a.1ta»AnwM1. .Y� I walnrr W. Nr nl/. q.ogN N I" N'CC a. !•„M pa.r 7— Il _�' r S� 7 MNn'04's m LYY.oArta/✓Glt (i/V. hJ✓a.•nW.Pawn 1411N. J'•'LtLt• 1 /1Y wrA pAr.n a AICA wrlM. _ ._ _ t. 4110"".9 Modemar a si,A-1/I4 Ir(anI/oPp/Ike,We I IoM 1 AMM ---Jj-� _ ly.Ma/1 VOn•wJ/ IfAsom oval1 •�I a'•J'•C/>]'« 1 _ ..•qy 7 1 rM W/J./r an,t Ia.nAwraMn/N/I1�tin III'COM/a/1 Bar/,a/Inv:e enol. LJy-tit.W M B.wJ,/I t $ /'AIn.A.Aln/Io/CNn AM N..,V 1)p/ �. •I•h7• 1 1 I-•i1iW''I N.AW,I//A${av l! a' 1•*N•t t'•i1 0.1016'W ciol/&I WA//w/uA /. Aov"o 14"W1/at up C"bJilI- ./A AA I/YI p JNwn/ImV Jnwnln YI pA N J/IIJ twrs M /HCCaw SM N11 10 a•W.In{/Iola 1NlI✓A./I M. IA M✓ br*,a v Payr ANCHORAGE OETA/L SECTION C_C SPLICE Q4 rxpAysioN yowr OErA/L ewla'a'n✓,n°Ir • - .,..--• J.i.. 1v.1 �_--_. 1.11.•I.Yliny liY. s)Il..n..l. IrraM • ••••' '1 •••.• •'•- 11. ■111UC IUNt■O■�1011 _ 7/76 S•�.T. :`6W u�1M1C ...lK' I•'�•�"' 'y " CALIFORNIA -..•. --.. . Iur �IL.IlY.16..1.1,.s..1 11 Tu1wnr1uf1rotlAflW - 1 CHAIN LINK RAILING TYPE 7 July/{.Nli 1.1_1J_J_S_1,1�.1_ <.tt.z..a11176 ..... - Arn4"/ nd'' O,elr A6•*r ` _ � roF N*mbanlment r�j• r•'3 ,rr 4;6*All r 6,07, �•i `�`NuAOW Sof 6•rronNr.W._ ..n(I. Jry� i'onubar �„ y'n,'nr_ - PLAN t- •511 Pry Cp`► f►vn la,V N mOKA Jr* EJtrr'as0' s(� '1 �� 1,•31.,,t•Fu1 &"#A-1.41A (1 anrhr tae, S '.1l•?'T'/yO \ 1_ [M+ /'e�rv,:r✓aK'+Mrr_�t1 r A•rt '5,030 r''!�'-•{'6aol. f .1111 (4'r r3lt fait Ci► F*d d.rtp..0 �p rso,_..._` ` ` 11stra? '.3ko?W050 1♦W days1ki A P, Plot: ('k�- allow or r # 7�ip13 i \ C/W AWL IALBrAm t•s;,.a{:h:.. 'v MA, y"' ( ( •(N•'3P13 l�e''iw d •p '3lleti,wt.o [1PF ?3A GUARp Rd/L '!�!r13 /e�,�yv�yl�,+,e .Xoe pR w4LL ✓plNr RWILL I Soo,Raw PWa 0 rYPF 23A `'+�•01'par,sfnr•mea/Se*Sec DO FLEVAT!©N !Y�F'if .Sc✓-e.jtr'•io' Far w or eorr.ot we rrpe ?JA r.P. ria 154 I"a A•mn }}rr 'n.! e'r Z i{cmc tae a &*1-10 a rr v t3 AreP+ I. {.....`'`� '3 tl..r t'rAse•h/_ ! /� y �� nnrred 1r i -`SN F30mw - m.n o! - e!. �ti• ti L '•+ Cant/- plod* . ..� �� -F.nM `r " f.. f ♦� PLA r,:•:. 41— F�f'�r%v •Gfl!PY_f1 �j ff •-t-x tower ''fi� ( � r1 +°"nr- Ali METAL BEAM GUARD RAI ANCHORAGE `��-.. ♦..: _•'1 t SM M►i ' r w.lw.av,r.rn.wt _ floe'.wt-. 7-- -•..-��3 carr - +� '�--✓3 .1'rrt'P yu+m / MOn h,nt TYP ?5 f vary Post.1�1.P/sMwlaOrAr {•s'•0'9'ar C6� ftre*vac TYPE?5A 3Yeo�9'POr,Pvrl*+-,! -� NorEs• I",Ada+*✓.ei MnN*l Lasr'w'd 43,v!t pw lawI Awt t A. was ora el N eatlbryO 0010'* owner n Ptosed gF cWa do,Z&N it Per 1.00 law AbMWOV.I!t to Per l=R.a/ { fat t !� _ A+nAsray•t9!as Per tinea!1b.d w'_ + I} I. G*wan;0 p renlwc.'p 11000 nom S'. to o 1'."aSo a! 1 np/IJ lan Jrl.J..W'II�Mw:em/n/Ia r'.V of*//ryonrun n•nl1 C.••nY a"6tw lr Pr lr.*✓/A.e t.+{,!'-0'=' �'1' •-t-1ede1'•T' /:1 �•.clt•yfrJ/60 POP Ptw�tAW ! W L Su vrY.etl Po.l+r tw erOUroea 4rJLo.1 ev trO eal tree O Fw FAmvlln W OrMrl,we 9J1aM41"e"St rrfs FS•154•1h ltC?J 04* I•,�• Moto/0N1 V Y sT AN4tti2X `F iP1L ! Om*n,Gnl woJ ewF.r'A aau-crow ow«.+A crto� 05 I l oll'; pa by 1*F%m.+OH rA"w O•! IN t •.1 w 7^ n*oprine W, Male See O.an i ml&W-V w rwew'ar tA.rsnarr,of wtauni Soo&rope v'Jn, ® .( Lot too N sr"P MoV AWIny fir Umet Vieal, F Fa Y*laf Boon Graf RVJ 000r0J,n v s U..we $1.1 rues J a A! !.a• - J e•{.17.*tar/ 3 'w{ wm Orae. U9-A, Arg-8, 419-470.0 At9-p. Cost toms ( Ary0.�a wVs d • 0443, 4* y�{ a On+n-t 1 qrd OwC-1�d r�d � • •�'i _!�_ _>_.i-_.i- to cVMr L 3 0#1 f5 __ �!t + SfCT1ON C-C SECT/ON {3•0 SELrK.W Y"M SFCTtQN N=N SFCTtON O-O SEMON a-e --- 0 S CTl{IN scars i?•f=p' sror* r2•Go' 6' TRANSlTlON A-A Ho Stare 1ril' STANDARD DINAWING 1 AG rel.# Stow of [TIItICTUiIE[•D[[1GM ~ .... .....�i lvt T:�• .W tiut,c -- tAIIFORMIA _ _.. » t/t{�K�l`�- oe"uedp"ube-lyre r.*^ ":J CONCRETE BARRIER TYPE 25 1 »;• tli6 dA`7 � e 3c�c ... x e,,,e Aea a nolo [{r{ttart r nuuwunc[ .. w .e.»....e..• cr,• _ r....e we r..w.....�er_-• B((•53 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Providing ) Work by the County to other ) RESOLUTION NO. 77/944 Public Agencies. ) WHEREAS the Board on July 24, 1962 adopted Resolution No. 1077, pertaining to the provision of services and/or equipment by the County to other public agencies; and WHEREAS it is frequently desirable to provide such ser- vices and/or equipment in the interests of overall government effectiveness and economy; and WHEREAS the Board on September 3, 1974 adopted Resolution No. 74/799, eliminating the necessity of approval of the Board of Supervisors for services, the value of which does not exceed $1,000; and WHEREAS, due to increasing prices, it is necessary to update and reaffirm this policy; NOW, THEREFORE, BE IT BY THIS BOARD RESOLVED that the following policy shall apply with respect to the provision of such services and/or equipment, superseding Resolutions Nos. 1077 and 74/799: 1. Agencies desiring such work shall make requests for them in writing to the County Administrator; 2. The County shall be reimbursed for all such work at cost plus appropriate overhead; 3. Such work may be provided to jurisdictions governed by the Board of Supervisors upon the approval of the County Administrator; 4. Such work may be provided to other jurisdictions upon approval of the County Administrator if the value does not exceed $2,500; items in excess of said amount shall also require the approval of the Board of Super- visors except that if the need for services and/or equipment is urgent and-immediate, such services and/ or equipment may be provided on the approval of the County Administrator subject to later confirmation by this Board; and 5. The County Administrator and the department heads in- volved in supplying such work shall establish the procedures to carry out this policy. PASSED AND ADOPTED this 15th day of November, 1977. Originator: Public Works Dept. Administration cc: County Administrator County Auditor-Controller Public Works Director RESOLUTION NO. 77/944 �z WHEN RECORDED, RETURN RECORDED AT REQUEST OF OWNER TO CLERK, BOARD OF SUPERVISORS at o'clock M. Contra Costa County Records J. R. OLSSON, County Recorder Fee $,.Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Platter of Accepting and Giving ) RESOLUTION OF ACCEPTANCE and Notice of Completion of Contract with ) -NOTICE OF COMPLETION Gallagher & Burk, Inc. , Oakland ) (C.C. Sections-3086nd 3093) rod ec No. 5Z69-9Z6-(42J) - . ) RESOLUTION NO. 77/945 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on August 8, 1977 contracted with Gallagher & Burk, Inc. , P. 0. -Box 7227 344 High Street Oakland Name and Address of Contractor for construction of the Detention Facility Site Gradin and Tem orarI Parkin Project No. 5269-926-(42) with United Pacific Insurance Ccxnpany, 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 standard specifications, and re- commends its acceptance as complete as of October 12, 1977 ; Therefore, said work is accepted as completed on said date, and the Clerk shall . file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. PASSED AND ADOPTED ON November 15„ 1977 CERTIFICATION AND VERIFICATION I certify that the foregoing is a true and correct copy of a resolution and acceptance duly adopted and entered on the minutes of this Board's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct. Dated: November 15, 1977 J. R. OLSSON, County Clerk b at Martinez, California ex officio Clerk of the Board gy Deputy G k cc: Record and return Contractor Auditor Public Works RESOLUTION NO. 77/95 00212 ZZ,-- ie- r*s- WHEN RECORDED, RETURN RECORDED AT REQUEST OF OWNER TO CLERK, BOARD OF SUPERVISORS at o'c'lock t1. Contra Costa County Records J. R. OLSSON, County Recorder Fee $ -Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving RESOLUTION OF .ACCEPTANCE and Notice of Completion of Contract with NOTICE OF COMPLETION R. E. Jones (C.C. Sections -3086 and 3093) Project No. 5269-926- 40 .) RESOLUTION NO. 77/946 The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on June 13, 1977 contracted with R. E. Jones, 888 Howe Road, Martinez, CA 94553 Name and Address of Contractor for construction of the utility relocation and street diversion required for the Pine Street-Court Street Diversion and Utility Relocation. Proiect No. 5269-926-(40).- with— United States Fidelitx & Guaranty Company- 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 standard specifications, and re- commends its acceptance as complete as of OctobpX 13,1977 ; Therefore, said work is accepted as completed on said date, and the Clerk shall file with the County Recorder a copy of this Resolution and Notice as a Notice of Completion for said contract. PASSED AND ADOPTED ON oyembgr 15..1 977 CERTIFICATION AND VERIFICATION I certify that the foregoing is a true and correct copy of a resolution and acceptance duly adopted and entered on the minutes of this Board's meeting on the above date. I declare under penalty of perjury that the foregoing is true and correct. Dated: November 15, 1977 J. R. OLSSON, County Clerk & at Martinez, California ex officio Clerk of the Board BY U,744hz ! i i Deputy Cler �( cc: Record and return Contractor Auditor Public Works RESOLUTION NO. 77/946 Of It Ln the Board of Supervisors , of -Contra Costa County, State of California Approving Addendum No. I for ) the Montarabay Recreation Center ) at Bayview Park, San Pablo Area, ) RESOLUTION NO. 77/947 County .Service Area M-17. ) (Work; Order No. 5220-927) ) ) WHEREAS the Board of Supervisors, on September 27, 1977, approved the Plans and Specifications and advertised for bids for the Montarabay Recreation Center at Bayview Park, San Pablo area; and WHEREAS no bids were received; and WHEREAS on November I, 1977, the Board directed the Public Works Director to readvertise for bids at a favorable time; and WHEREAS Addendum No. I has been prepared to revise the Bid Form, Notice to Contractor, and to change the Architect's estimate to $300,000; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS a Negative Declaration pertaining to this project was posted and no protests were received; the project has been determined to be in conformance with the General Plan and will not have a significant effect on the environment; and the Director of Planning has been instructed to file a. Notice of Determination with the County Clerk. IT IS BY THE BOARD RESOLVED that Addendum No. I is hereby APPROVED. Bids for this work will be received on December 15, 1977 at 2:00 p.m, and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the SAN PABLO NEWS PASSED and ADOPTED by the Board on November 15, 1977. Originator: Public Works Department Buildings and Grounds cc: Public Works Department Agenda Clerk Architectural Div. County Administrator P. Burton ( Info) County Auditor-Controller J. Dye ( Info) RESOLUTION NO. 77/ 947 00'%1 -^� November 15 1977 Public Works Department Contra Costa County Sixth Floor, Administration Building Martinez, California 94553 MONTARABAY RECREATION CENTER AT BAYVIEW PARK SAN PABLO AREA, CALIFORNIA ADDENDUM NO. 1 TO: All Prime Bidders of Record Acknowledge receipt of this Addendum by inserting its number and date in the Bid Form. Failure to do so may subject bidder to disqualification. This Addendum forms a part of the Contract Documents, and modifies the Documents as follows: PART I. Changes to Drawings and Specifications ADl-01 IN GENERAL: Delete references to all alternates, including Alternates 1 through 7. Alternates shall be as described in new Bid Form issued with this Addendum No. 1 . PART II. Changes to Specifications ADI-02 DIVISION A. NOTICE TO CONTRACTOR (ADVERTISEMENT) , Pages 3 and 4: Delete these pages entirely; replace with the attached amended Pages 3 and 4, in which the bid opening date and the estimated construction contract cost have been changed. '•AD1-03 DIVISION C. PROPOSAL (BID FORM) , Pages 10,11 , and Ila: Delete these pages entirely; replace with the attached amended pages 10, 11 and Ila, in which the bid opening date and the list of Alternates have been changed. ADl-04 SECTION 10A, MISCELLANEOUS SPECIALTIES a. Page 10A-3. Flagpole: Delete all references to Flagpole on the drawings and in the specifications. b. Page 10A-4. Trophy Case: Delete all references to Trophy Cases (tiro) on the drawings and in the specifications . However,frame the walls as shown on draw- ings for future trophy cases. Microfilmed with board or irv, 1 of 1 Addendum No. 1 ADl-04 SECTION 10A, MISCELLANEOUS SPECIALTIES (continued) c. Page 10A-4 Bulletin Board: Delete all references to Bulletin Boards (two) on the drawings and in the specifications. However,frame the walls as. shown on drawings for future bulletin boards. PART III. Changes to the Drawings ADl-05 SHEET NO. 3A: Delete Detail A1- "Conc. Block Wall" (Insulation) and all references thereto. ADl-06 SHEET E-2, Fixture Schedule, Light Fixture "A": Change to Shaper Lighting Products No. 2D-3665, MODIFIED, deleting the white aluminum egg-crate, no uplighting and changing color of fixture to matte white interior and brown exterior; all other detail remains. Attachments: 1 . Division A, Notice to Contractor (Advertisement), Pages 3 and 4, dated November 15, 1977. 2. Division C, Proposal (Bid Form), Pages 10, 11 and Ila, dated November 15, 1977. 2 of 2 0021 F (Bidder) DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL the 15th day of December, 1977 at 2:00 P.M. in conference room, 6th floor, Administration Building, Martinez, California 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor,. material, transportation and services for the construction of a recreation center building in strict conformity with the Plans, Specifications and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Califonia 94553, for the following sums; namely: (Bidders must bid on the Base Bid, on all Alternates to the Base Bid and all Unit Prices) . BASE BID Shall include all of the work for the construction and completion of all facilities therein: For the sum of Dollars (S ). ALTERNATES: ALTERNATE' NO. l : State the amount to be deducted from the Base Bid for the deletion of all parking lot improvements as shown, noted and specified under Section 2B. Deduct the sum of Dollars (S }. ALTERNATE NO. 2: State the amount to be deducted from the Base Bid for the substitution of asphalt composition shingles in lieu of Cement Roof Tiles as specified on Page 7K-2. Deduct the sum of Dollars .°! rof's'med with hoard 04�`>_ � I order -10- Issued with ADDENDUM NO. 1 15 November, 1977 (Bidder) ' (B) UNIT PRICES: Under certain conditions, it may prove necessary to add to or deduct from the various portions of the work under this contract. In this case, when work and/or materials referred to herein are furnished and installed to a greater or lesser extent than is contemplated by the Plans and Specifications, such work and/or materials shall be furnished or omitted in accordance with the following unit prices. Only one price shall be bid on each item and this price shall apply both to additions and/or deductions. This unit price shall also include contractor's overhead, profit and all incidental costs and other charges for the complete performance or installa- tion of the unit of work. I . Resilient floor tile including base as specified. per sq. ft. 2. Vinyl wall covering as specified. S per sq, yd. 3. Concrete color hardener (floor finish) as specified. per sq. ft. 4. Ceramic wall tile as specified. S per sq. ft. 5. Laminated plastic counter tops and back splashes as specified. $ per lin. ft. 6. Concrete flatwork 4" thick as specified.• per sq. ft. 00 1: Issued with ADDENDUM NO. I 15 November, 1977 (Bidder) (C)- It is understood that this bid is based upon completion of the work within 150 calendar days from and after the date of commencement. It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the Owner in the amount of $100 per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omission on the part of the undersigned in making up this bid. -Ila- 00219 Issued with ADDENDUM NO. 1 15 November, 1977 (Advertisement) - Page 1 of .2 . DIVI$ION .A, NOTICE TO CONTRACTOR (Advertisement) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Public Works Director will receive bids for the furnishing of all labor, materials, equipment, transportation and services for: MONTARABAY RECREATION CENTER, BAYVIEW PARK, SAN PABLO AREA Work Order No. 5220-927 The estimated construction contract cost (Base Bid) is $300,000.00 Three Hundred Thousand and No/100ths Dollars Each bid is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admini- stration Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Departments 823 Main Street, Martinez. Plans and Specifications may be obtained at Room 112, Courthouse, Martinez, upon payment of a printing and service charge in the amount of Thirteen Dollars & Eight Five Cents ($13.85) (sales tax included) , which amount shall not be refundable. Payment shall be by check made payable to the "County of Contra Costa". Documents may be obtained by mail with a written request accompanied by a check sent to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to the Building Design and Construction Section at telephone number (415) 372- 2146. Each bid shall be made on a bid form to be obtained at Room 112, Courthouse, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Public Works Director. . The above-mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Public Works Director, 66 Floor, County Administation Building, 651 Pine Street, Martinez, California 94553. on or before the December 15, 1977 at 2 P.M. , and will be opened in public immediately after the time due in the 6th Floor Conference Room, 6th Floor, Administration Building, Martinez, California and there read and recorded. Any bid proposal received after the time specified in the Notice will be returned unopened. Microfilmed with board order Issued With -3- Addendum No. 1 15 November 1977 NOTICE TO CONTRACTORS (Advertisement) Page 2 of 2 DIVISION A. NOTICE TO CONTRACTORS (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (50a) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100`0) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. - Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each tvoe of 1-:orkman or mechanic required to execute the contract which will be awarded to the success�ul bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over 550,000, a Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF COgTRA COSTA COUNTY By JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By N. Pous Deputy Clerk DATED: NOV 15 1977 - PUBLICATION DATES: 00%21 Issued With Addendum No. 1 -4- 15 November 1977 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning the Drainage ) Easement and Slope ) RESOLUTION NO. 77/948 Easement ) Date: November 15, 1977 Subdivision MS 11-77 ) Resolution and Order Alamo Area ) Abandoning County Drainage Easement and Slope Easements (Gov. Code 50438, 50440, 50441) S. & H. Code 956.8, 959, 960_4) - The Board of Supervisors of Contra Costa County RESOLVES THAT: On October 4, 1977, this Board passed a resolution of intention to abandon the County Drainage Easement and Slope Easement described below and fixing November 15, 1977 at 10:45 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.and the• Board'heard and duly considered the evidence offered concerning the abandonment. The abandonment covers a drainage easement and slope easement in Subdivision MS 11-77 which is located on both sides of Roundhill Road on the north side of Bolla Avenue. The slope easement was for the pur- pose of maintaining the fill slopes of Roundhill Road. The drainage easement was for the purpose of maintaining a drainage facility draining a portion of Bolla Avenue through the property. The drainage facility has been relocated and the easement is no longer needed. The grading and filling of the land adjacent to Roundhill Road has eliminated the fill slopes and the slope easement has become unnecessary. These encumberances should be removed to allow the orderly develop- ment of the subdivision. There were no objections to the abandonment. This Board hereby FINDS that the proposed abandonment is exempt from environmental impact report requirements as a class 12 categorical exemption under State and County guidelines. This Board therefore further finds that the hereinafter described drainage easement and slope easement, dedicated to public use, are unnecessary for present or prospective use, and they are HEREBY ORDERED ABANDONED. The Director of Planning shall file with the County Clerk a Notice of Determination concerning this abandonment. DESCRIPTION: See Exhibits "A" and "B" attached hereto and incor- porated herein by this reference. The Board determines that the portions of property included within the slope easement abandoned above and described in Exhibit "A" shall be separately deeded by quitclaim to the owner of the property on which said slope easement is located. The.Chairman of the Board of Supervisors is AUTHORIZED to execute a Quitclaim Deed for and in behalf of the County, quitclaiming the slope easement described in Exhibit "A" to the owner of the property, ELBACO, Incorporated, and cause the same to be delivered to said abutting property owner. The Clerk of the Board of Supervisors is DIRECTED to cause a certified copy of this resolution to be recorded in the Office of the County Recorder of the County of Contra Costa. PASSED BY THE BOARD on November 15, 1977. Originating Department: Public Works Land Development Division cc: Recorder Director of Planning Public Works Director Roy L. Towers, Vice President ELBACO, Inc. P. 0. Box 415 Danville, CA Central Contra Costa Sanitary District Pacific Telephone P. G. b E. - Mr. E. Bertinuson EBMUD Thomas Bros. Maps - Mr. Richard Milliron Contra Costa County Water District Stege Sanitary District of Contra Costa County Oakley County Water District San Pablo Sanitary District 0W- RESOLUTION NO. 77/948 EXHIBIT "A" The easements for constructing and maintaining a roadway embankment described as PARCEL THREE and PARCEL FOUR in the deed from Roundhill Enterprises to Contra Costa County, a political subdivision of_the State of California, recorded October 18, 1976 in Book 8056 of Official - records at page 818, Records of said County, more particularly described as follows: PARCEL THREE Beginning on the northwesterly line of Subdivision 4041 at the crost westerly corner of Lot 1 as said Lot 1 is shown on the map filed November 25, 1970 in Book 134 of Maps at page 1, records of said County, -from which a radial line of a non-tangent curve concave to the northeast, having a radius of 570.00 feet; bears North 33' 36' 36" East; thence, from said point of beginning along the northeasterly line of PARCEL ONE, as said PARCEL ONE is described in said Contra Costa County-deed (8056 OR 818), northwesterly along said curve through a central angle of 2° 26' 35", an arc distance of 24.30 'feet to a point from which a radial line of compound curve, concave to the northeast having a radius of 499.00 feet, bears North 36° 03' 11" East; thence, north- westerly along said curve, through a central angle of 8° 27' 07", an arc distance of 73.61 feet; thence, tangent to-said curve, North 45" 29' 42" West, 10.54 feet to the northwesterly line of said-PARCEL ONE, as said PARCEL ONE = i is described in the deed to Roundhill Enterprises, a corporation, recorded December 2. 1970 in Book 6260 of Official Records -at page 541 , Records of said County; thence, along said northwesterly line, and its northeasterly f prolongation, North 500 12' 48" East, 71.78 feet; thence South 39' 47' 12" East 15.00 feet; thence, South 21° 12' 43" 'vilest 60.00 feet; thence, South 400 35' 45" East 62.28 feet to the-point of beginning. PARCEL FOUR Beginning on said southeasterly line of PARCEL ONE of Roundhill' Enterprises parcel (6266 OR 541) at the most southerly corner of said Contra Costa County PARCEL ONE,(3056 OR 318), thence from said point of beginning along said southeasterly line South 57° 55' 44" West, 10.00 feet; thence forth 62° 49' 36" West 104.61 feet to said northwesterly line of PARCEL OiIE of Roundhill ! Enterprises parcel (6266 OR'541); thence, along said northwesterly line North 50° 12' 43" East 35.00 feet to the most viester1y corner of said Contra Costa County PARCEL ONE (8056 OR 813), said iaost westerly corner being on a i curve, concave to the northeast having a radius of 630.00 feet, from which a radial line bears North 440 46' 39" East; thence, southeasterly along said curve through a central angle of 00 16' 21", an arc distance of 3.00 feet; thence, tangent to said curve, South 45° 29' 42" East 13.54 feet; t thence, southeasterly along a tangent curve, having a radius of 559.00 feet concave to the northeast through a central angle of 3" 27' 07%, an arc distance of 82.46 feet to the point of beginning. ! f EXCEPTING AND RESERVING THEREFROM, pursuant to the provisions of Section c 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 .pipe lines for water, to maintain, operate, replace, remove, renew, 'and enlarge existing pipes, equipment and fixtures for the operation of e>isting facilities including access to protect the property from all hazards in, upon, under, and over the easements hereinbefore described to be abandoned by said County of Contra Costa. r• r r 0022� _ EXHIBIT "B" The Offer of Dedication to Contra Costa county of an easement for storm, flood and surface water drainage, including construction, access or mainter nance of works, improvements and structures, whether covered or-.open, or the clearing of obstructions and vegetation, recorded December'10, 1970 in Book 6272 of- Off jr al Records at page 232, Records- of Contra Costa County, . California, more particularly described as follows: Portion of Section 7, Township 1 South, range 1 West, Mount Diablo Base =� t and Meridian, described as follows: � Commencing on the northwest line of the parcel of land described in the deed to Elbaco Inc., a corporation, recorded August 24, 1977 in Book 8477, Official Records,—page 324, distant thereon North 57* 55' 44" East, 295.55 feet from the most westerly corner thereof; thence, fromsaid point of commencement southerly along the arc of a curve to the right with a radius of 630 feet, the center of which bears North 36° 03' 11" East, through a central angle of 0' 11' 45" an arc distance of 2.15 feet; thence southerly along the arc of a compound curve to the right with a radius of 20 feet, the center of which bears South 35° 51 ' 26" West, through a central angle of 850 45. 54", an arc distance of 29.94 feet; thence, South 31° 37' 20" West, 136.77 feet. to the actual point of beginning of the herein described parcel of land; thence from said actual point of beginning continuing South 310 37' 20" West, �{ 10 feet; thence, North 530 22' 40" West, 112.74 feet; thence, North 310 37' 20" East, 10 feet to a point which bears North 580 22' 40" West from the point • of beginning; thence, South 580 22' 40" East, 112.74 feet to the point of beginning. i s - - BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA In the Matter of the Proposed ) RESOLUTION NO. 77/949 Formation of County Service ) (Gov-.Code §§25210. 4, 25210.11, Area No. M-24 (San Ramon ) 25210.13, 25210.14, 25210. 15 , Valley Area) ) 25210.16) NOTICE AND RESOLUTION OF INTENTION TO ESTABLISH COUNTY SERVICE AREA NO. M-24, SAN RAMON VALLEY AREA The Board of Supervisors of Contra Costa County RESOLVES THAT: Notice is hereby given that on October 7, 1977, an application for the formation of proposed County Service Area M-24 in the San Ramon Valley area was filed by John P. Moore, Shapell Industries , P.O. Box 9020, Sunnyvale, CA. 94086 , a representative of a landowner of territory in the proposed service area, with the Executive Officer of the Local Agency Formation Commission. On November 2, 1977, the Local Agency Formation Commission approved the application. There- fore , this Board proposes that County Service Area No. M-24 be established pursuant to Chapter 2. 2 (commencing with §25210.1) of the Government Code in the unincorporated area of Contra Costa County. The exterior boundaries of the territory proposed for inclusion in the area are more particularly described in Exhibit "A" attached hereto and by this reference incorporated herein. The name proposed for the area is "County Service Area No. M-2411 . It is proposed that the extended services of street lighting, landscape and maintenance be provided within the area. Except where funds are otherwise available from service charges collected pursuant to Section 25210. 77a, a tax sufficient to pay for all such services which are furnished on an extended basis will be annually levied upon all taxable property within such area, up to the limit to be established by the voters of the proposed area. At 10: 50 a.m. on Tuesday, December 20, 1977, in the Chambers of the Board of Supervisors, County Administration Building, Martinez, California, this Board will conduct a public hearing upon the pro- posed establishment of County Service Area No. M-24. At the hearing the testimony of all interested persons or taxpayers for or against the proposed establishment of County Service Area No. M-24, the extent of the area or the furnishing of the specified types of extended services will be heard. The Clerk of this Board is hereby directed to give notice of said proposed formation of County Service Area No. M-24 by pub- lishing notice pursuant to Government Code Section 6061 in "The Valley Pioneer", a newspaper of general circulation in the area of the proposed County Service Area No. M-24. Publication shall be completed at least seven days prior to December 20, 1977. PASSED AND ADOPTED on November 15, 1977. cc : John P. Moore Shapell Industries County Assessor Public Works Director County Administrator RESOLUTION NO. 77/949 :6 L AGS�CY FORMATION CO3'-3 1SS IC_1I 160-7p-- Contra 80-78Contra Costa Cojnty, California DescriDticn Date; 11/2/77 By.- EMIBIT "A" Formation of County Service Area 11-24 Being a portion of Rancho San F.amon, described as follows-, Beginning at the intersection of the northern boundary of County Service Area M-4 with the northeastern line of Interstate Freeway 680, said point being the southern most corner of the parcel of land described in the deed to Shapell Industries of Northern California, Inc., recorded October 6, 1976, in Book 8044, of Official Records, page 428; thence, leaving said boundary of County Service Area M 4, Northwesterly, along the northeastern line of said Interstate Freeway 680 and the southwestern line of said Shapell Industries parcel (8044 O.R. 428), as follows% Northwesterly, along the arc of a curve to the left with a radius of 20,116 feet, an are distance of 373.72 feet; North 260 29' 12" West, 1103.26 feet; North 780 30' East, 70.00 feet; North 110 30' West, 65.00 feet and North 650 14' 08" West, 85.96 feet to the western most corner of said Shapell Industries parcel (8044 O.R. 428); thence, leaving the northeastern line of said Interstate Freeway 680, North 63° 46' 06" East, along the northwestern line o1 said Shapell Industries parcel (8044 O.R. 428), 3207.42 feet to the most northern corner thereof, said point also being on the southwestern line of the Southern Pacific Railroad; thence, South 280 49' 41" East, along the northeastern line of said Shapell In- dustries parcel (8044 O.R. 428) and the southwestern line of the Southern Pacific Railroad, 1590.45 feet to the eastern most corner of said Shapell Industries parcel (8044 O.R. 428), said point also being on the northern boundary of County Service Area M-4; thence, leaving said southwestern line of the Southern Pacific Railroad, South 630 46' 06" West, along the southeastern line of said Shapell Industries parcel (8044' O.R. 428) and the northern boundary of County Service Area 11-4, 3306.49 feet to the point of beginning. Containing 119.12 acres, more or less. y BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Subdivision 4663 ) RESOLUTION NO. 77/950 to County Service Area L-43 ) _ (Gov.C. §§56261, 56320, 56322, 56323, 56450) RESOLUTION OF PROCEEDINGS FOR ANNEXATION AND ORDERING ANNEXATION TO COUNTY SERVICE AREA WITHOUT HEARING OR ELECTION The Contra Costa County Board of Supervisors RESOLVES THAT: This annexation had been proposed by the Landowners of the subject area and application therefor filed with the Executive Officer of the Local Agency Formation Commission on October 7, 1977. The reason for the proposed annexation is to provide the area to be annexed with street lighting services . On November 2, 1977, the Local Agency Formation Commission approvcd the proposal for the aforesaid annextion, subject to the condition that the exterior boundaries of the territory proposed to be annexed be as described in Exhibit "A", attached hereto and by this reference incorporated herein. Said commission also found the territory proposed to be annexed as legally uninhabited, assigned the proposal the designation of "Subdivision 4663 Annexation to County Service Area L-43", and authorized the Annexation without notice and hearing by this Board. This Board hereby finds that this proposed annexation is in the best interest of the people of County Service Area L-43 and of the territory to be annexed. This Board hereby finds that the territory to be annexed is uninhabited, that no landowner therein filed a written protest, and that all landowners in the affected area have consented in writing to the proposed annexation. This Board hereby ORDERS this annexation without hearing, without election, and without being subject to confirmation by the voters . The Clerk shall transmit a certified copy of this Resolution along with the appropriate fees to the Executive Officer of the Local Agency Formation Commission, in accordance with Government Code §5450. PASSED and ADOPTED on November 15, 1977. cc: LAFC - Executive Officer Secretary of State State Board of Equalization County Assessor County Recorder County Auditor-Controller Public Works Director P.G.& E. DCG:g RESOLUTION NO. 77/950 LOCAL AGE4CY FORMATION COr24ISSION 184-78 Contra Costa County, California Description Dates 11/2/77 Bys E(HIBIT "A" Tract 4663 Annexation to County Service Area L-43 Being a portion of the southwest 1/4 of Section 10, Township 2 North, Range 1 West, Mount Diablo Base and Meridian, described as follows$ Beginning at a point on the western boundary of County Service Area L-43, said point being the intersection of the southwestern line of the parcel of land described in the deed to East Bay Municipal Utility District, recorded September 28, 1926, in Book 57, of Official Records, page 69, with the northwestern line of the parcel of land de- scribed in the deed to Charles H. Jessup, et ux, recorded September 24, 1952. in Book 1996, of Official Records, page 419; thence, leaving said boundary of County Service Area L-43 and the southwestern line of said East Bay Municipal Utility District parcel (57 O.R. 69), South 620 46' 10" West, along the northwestern line of said Jessup parcel (1996 O.R. 419), 484.88 feet to an angle point on the northern line of the parcel of land described in the deed to the United States of America, recorded February 17, 1939, in Book 492, of Official Records, page 207; thence Westerly, along the northern line of said United States of America par- cel (492 O.R. 207), as follows; North 760 06' West, 134.9 feet; North 810 49' West, 155.6 feet and North 760 06' West, 556.4 feet to the western line of the southwest 1/4 of said Section 10; thence North 00 04' 30" Feast, along said western line, 742.31 feet to the southwestern line of said East Bay Municipal Utility District parcel (57 O.R. 69), said point also being on the western boundary of County Service Area L- 43; thence Southeasterly, along the western boundary of County Service Area L-43 and the southwestern line of said East Bay Municipal Utility District parcel (57 O.R. 69), as followss South 660 47' 30" East, 218.62 feet and South 590 25' 30" East, 1224.49 feet to the point of beginning. Containing 14.20 acres, more or less. WWI- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Filing an ) Application for State Aid under the Provisions of RESOLUTION NO. 77/951 Section 987.6 of the Penal ) Code ) WHEREAS Section 987.6 of the Penal Code provides for reimbursement to the Counties of California for expenditures made for the defense of persons charged with violation of State criminal law or involuntarily detained under the Lanterman-Petris-Short Act; and WHEREAS the County of Contra Costa desires to be reimbursed to the extent possible for such expenditures; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS RESOLVED that an application for State aid under the provisions of Section 987.6 0£ the Penal Code be filed, and Donald L. Bouchet, Acting Auditor-Controller, is AUTHORIZED to execute same on behalf of the County. PASSED BY THE BOARD on November 15, 1977. Orig. Dept.: Auditor-Controller cc: County Administrator Public Defender State of California (2) c/o Auditor-Controller RESOLUTION NO. 77/951 0(W30 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending Board Resolution No. 77/560 RESOLUTION N0. 77/952 Establishing Rates to be Paid to Child Care Institutions WHEREAS this Board on July 12, 1977, adopted Resolution No. 77/560 establishing rates to be paid to child care institutions for the Fiscal Year 1977-78; and WHEREAS the Board has been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution No. 77/560 is hereby amended as detailed below: Add the Following Private Institution: Monthly Rate The Boutell Home, Concord, CA $850 (P) PASSED.AND ADOPTED BY THE BOARD on November •15, 1977° . Orig: Director, Human Resources Agency cc: Social Service, M. Hallgren County Probation Officer County Administrator County Auditor-Controller Superintendent of Schools RESOLUTION NO. 77/952 mh 00231 I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA CCUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION NO. 77/953 of the Assessment Roll ) of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for addition of escape assessments; HEZRN;FORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments : For the Fiscal Year 1977-78 it has been ascertained from papers in the Assessor's Office that property belonging ori the local roll has escaped assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531, escaped assessment should be added to the unsecured roll as s follows : Acct. CF2259AJE1 1.977-78 Janes Weldon Lewis 846 Iowa Ave. Sunnyvale, CA 94086 Boat - Full Value $1100 Acct. CF2263CHEl 1977-78 William C . Greany, Jr. 394 Ilo Lane 605 Danville, CA 94526 Boat - Full Value $500 Acct. CF2416CGE1 1977-78 Richard Payne 3200 RoEe:nont Dr. Sacramento, CA 95826 '-.oat - Full Value $20,700 Acct. CF2416CUE1 1977-78 Jack Orville Fisher 152 Lawnview Cir. Lanville, CA 94526 Boat - Full Value $7,950 aLA.... R. 0. -A .1 Assistant. Assessor tll/2/77 Copies to: Assessor (Mrs. Giese) Auditor Tax Collector RESOLUTION NO. 77/953 Page 1 of 9 L (OW 32 For the Fiscal Year 1977-78 Acct. -,,I'CF2447EUEl 1977-78 Gilliam I. Ganassin 1053 Northoak Dr. idalnut Creek, CA 94598 Boat - Full Value $2400 Acct. rCF2535FVEl 1977-78. David L. Tirey lel Alvarado Ave. Pittsburg, CA 94565 Boat - Full Value $1400 Acct. rrCF2545CEE1 1977-78 Elroy F. Holtmann 3144 Ramada Ct. Lafayette, CA 94549 Boat - Full Value $620 Acct. #CF2587EPE1 1977-78 Robert Zelinski 1675 Kasba St. Concord, CA 94518 Boat - Full Value $2600 Acct. 7'CF2626D. E1 1977-78 H. A. Lund 206 Estates Dr. Danville, CA 94526 Boat - Full Value $700 Acct. -#CF3102GCE1 1977-78 Gile A. Parsley 370 N. Civic Dr. Apt 312 Walnut Creek, CA 94596 Boat - Full Value $19140 Acct. ;'CF3113FZE1 1977-78 Wayne H. Merit 5209 Jomar Dr. Concord, CA 94521 Boat - Full Value $2080 Acct. #CF3296EYE1 , 1977-76 Victor R. Wacek 1218 S. Rosal Ave. Concord, CA 94521 Boat - Full Value $3360 Acct. #CF33U2AYE1 1977-70 . Robert F. Hansen 26L4 Shadow :Mountain Dr. San Ramon, CA 94583 Boat - Full Value $500 Az". R. 0. S=A T OiV Assistant Assessor Page 2 of 9 00233 For the Fiscal Year 1977-78 Acct. -CF3344EHEl 1977-78 William E. Campbell 59 S. Lake Dr. Antioch, CA 94509 Boat - Full Vslue $500 Acct. nCF3711FHE1 1977-78 Timothy Lynn Clark 403-35th St. Richmond, CA 94605 Boat - Full Value $4000 Acct. 7"CF3728GCE1 1977-78 Edward F. Cates 1367 Kingfisher 1 Sunnyvale, CA 94087 Boat - Full Value $10,000 Acct. ;-,'CF3729GCE1 1977-78 Ralph S. Hanna, Jr. 18693 MIcFarland Ave. Saratoga, CA 95070 Boat - Full Value $19,800 Acct. ICF3734GCF,1 1977-78 Kenneth E. Vindelov 23 Clifton Ct. Walnut Creek, CA 94595 Boat - Full Value �;12,3Uu Acct. #'CF3�41GCE1 1977-78 Walter Borges 1518-28th Ave. Oakland, CA 94601 Boat - Full Value $10,700 Acct, nCF3743GCEl 1977-78 Edward William Bleher 56 IL:eadowbrook Circle Pittsburg, CA 94565 Boat - Full Value $12,400 Acct. #CF3758GCE1 1977-78 Cameron P. Ninekirk 132 Via Serena Alamo, CA 94507 Boat - Full Value $23,200 Acct. *":CF3762CUE1 1977-78 L. E. Sjoberg R. D. Hooper L. E. Trainer 4248 Chaban Dr. Concord, CA 94521 Boat - Full Value $720 A!�Z�- 6, - - R. 0. SLATON Assistant Assessor Page 3 of 9 00 -34 For the Fiscal Year 1977-78 Acct, rrCF386 ml 1977-78 Chester Czar Sherman, Jr. 21U8 Devonshire Ct. Walnut Creek, CA 94596 Boat - Full Value $1500 Acct. #CF4554EILTE1 1977-78- _. Terry Simpson 1527 Center Ave. Eartinez, CA 94553 Boat - Full Value $2050 Acct. �CF4584CF_1 1977-78 hn JoW. Rasmussen 506 Hyde Park Dr. San Jose, CA 95136 Boat - Full Value $10,980 Acct.rCF4719EU.-1 1977-78 Clayton. W. Barron Dolores J. arron 1455 Larkin Ave. San Jose, CA 95129 Boat - Full Value $14,840 Acct. ijCF4723FBE1 1977-78 W. S. Hoover P. 0. Box 584 Bethel Island, CA 94511 Boat - Full Value $5540 Acct. '.-7"CF4806GBE1 1977-78 Craig Lee Oliver 121 Daisy Ct. Hercules, CA 94547 Boat - Full Value $7400 Acct. ;,�CF'48U8GBE1 1977-7$ Alfred Millis Burton X'ichi Yoshie 3318 Hacienda Way Antioch, CA 94509 Boat - Full Value $9100 Acct. #CF48U9GBE1 1977-78 William Francis Rogan Jeanette Larinds 2721 Entrada Cr. Antioch, CA 94509 Boat - Full Value $63UO Acct. ;;'CF481OGBEl 1977-78 Larry Cecil Delisle 1650 Sarah Dr. Pinole, CA 94564 Boat - Full Value $9600 R . 0. SLAT^ON Assistant Assessor Page !} of 9 ', 011125 For the Fiscal Year 1977-78 Acct. #CF4865FFE1 1977-78 Jackie Lee Smith 149 Lipton Pl. San Ramon, CA 94583 Boat - Full Value :480 Acct. #-GF50?3FFE1 1977-78 Dennis G. Laird 905 Aloha Ln. Santa Cruz, CA 95062 Boat - Full Value $4100 Acct. #-CF5150GCE1 1977-78 Robert 0. Zestrow 330 Golf Club Rd 21 Pleasant Hill, CA 94523 Boat - Full Value $3200 Acct. #'CF5271FPE1 1977-78 Robert Emil Scharff Charlotte Cudlip llu Country Club Dr. Hillsborough, CA 94010 Boat - Full Value $4240 Acct. ICF53UOCVEI 1977-78 Aletha M. Reese Arthur G. Reese 2271-16th Ave. San Francisco, CA 94116 Boat - Full Value $6300 Acct. #CF5315GAE1 1977-78 Lane E. Priest 1727 Canyon Dr. Pinole, CA 94564 Boat - Full Value $3760 Acct. "CF5322AGE1 1977-78 David G. Thompson 110 La Sonoma Wy. Alamo, CA 94507 Boat - Full Value $440 Acct. #CF5333FEE1 1977-78 Ellsworth martin Morss 353 De Anza San Carlos, CA 94070 Boat - Full Value $5000 Acct, rrCF5341AGE1 1977-78 Eobby G. Cates 3981 Bayview C it . Concord, CA 94518 Boat - Full Value $2000 R. U. "AON Assistant Assessor Page 5 of 9 00213 For the Fiscal Year 1977-78 Acct. #CF5457GCE1 1977-78 Bud Theil 11 Buena Vista Pittsburg, CA 94565 Boat - Full Value $71u0 Acct. ;'CF 5520FRy1 1977-78. Hardy Nix Rose Marie Ilia 101 Beede Way Antioch, CA 9 .509 Boat - Full Value $1'(,200 Acct. rCF5582A:•IE1 1977-78 1• arilyn Hanson Grossler Elijah Lee Green 663 21. Humboldt #401 San Mateo, CA 94401 Boat - Full Value $3280 Acct. ;,'CF5625ABE1 1977-78 Tom Atnip P. 0. Box 8u2 San Anseimo, CA 94960 Bost - Full Value X12,000 Acct, ir-CF5718ERF.1 1977-78 Omar W. Callaway, Sr. P. 0. Box 1003 Antioch, CA 94509 Boat - Full Value $81uO Acct. 7-r-CF5761FI4El 1977-78 William D. Reynolds Bernice B. Reynolds 27[64 Orlando Ave. Hayward, CA 94545 Boat - Full Value $5300 Acct. --iiCF5797E=E1 1977-78 Joseph Lee Butterfield 444 Rincon Ave. Livermore, CA 94550 Boat - Full Value $2020 Acct. ,-;= For the Fiscal Year 1977-78 Acct. rCF9340ESE1 1977-78 Wells Andrews Hutchins 112 Cedar Ct. Hercules, CA 94547 Boat - Full Value $13,800 Acct. ;,-'CF9356CJE1 1977-78 Bruce D. Bowman 109 Azalea Ct. Hercules, CA 94547 Boat - Full Value X600 Acct. 7# -1E1 1977-78 D. J. Cavallo 403 Cola Hallen Alsmeds, CA 94501 Boat - Full Value $73,800 Acct. -CF9476CUEEl 1977-78 Nicholas P. Cane 35 E. Vivian Dr. Pleasant Hills CA 94523 Boat - Full Value y800 Acct. :;5CF9636CVEl 1977-78 Louis A. Pagnini 142 Holiday Hills Dr. 2fartine z, CA 94553 Boat - Full Value 4;500 Acct, nCF'96�4FZEl 1977-78 Fancy Falls 3133 Rose St. Miartinez, CA 9455 Boat - Full Value 700 Acct. 7;CF9732FXE1 1977-78 Truman ding 13 Alta Ct. Pittsburg, CA 94565 Boat - Full Value $4680 Acct. #CF9765AGE1 1977-78 Charles L. Jones 3152 "G" St. Antioch, CA 94509 Boat - Full Value $720 Acct. ;4CF9824CBE1 1977-78 W. Godden 8648 Don Carol Dr. E1 Cerrito, CA 94530 Boat - Full Value $760 EA O ' Assistant Assessor Page 7 or 9 009238 For the Fiscal Year 1977-78 Acct. rWr,5157WEl 1977-78 B. 14. McPherson 1051 Lynn St. Livermore, CA 94550 Boat - Full Value $8780 Acct. J'1185JX-UE1 1977-78 Richard Thompson P. 0. Box 1820 Zephyr Cove, NV 8?448 Aircraft - $25,000 Acct, Ir ''2394DXXXE1 1977-78 Joe Guevara Charles E. Bull 29 Anchor Dr. Pittsburg, CA 94565 Aircraft - Full Value $6400 Acct. 72500KXXXEl 1977-78 John T. Schroder 504 Marshall Dr. Walnut Creek, CA 94598 Aircraft - Full Value $3200 Acct. 3260CXF.1 1977-78 Lyons & hill Architects AIA Inc. 47 Quail Ct. Walnut Creek, CA 94596 Aircraft - Full Value $719000 Acct. 74r-3566S77XE1 1977-78 Peter G. Blaney Clifford L. Faith 1925 Rose Lane Pleasant Hill, CA 94523 Aircraft - Full Value $7960 Acct. #362ZXY-XXE1 1977-78 Jack V. Franck 247 Bliss Ct. Walnut Creek, CA 94598 Aircraft - Full Value $21,000 Acct. #40784XXXE1 1977-78 Berandino & Stanton 507 Highland Dr. Danville, CA 94526 Aircraft - Full Value $35,000 Acct. fi '5190iLUXE1 1977-78 Donald G. Mrochinski 5525 Louisiana Dr. Concord, CA 94521 Aircraft - Full Value $8500 R. 0. SEATOU Assistant Assessor Page 8 of 9 \ 0,09-39 -mss. For the Fiscal Year 1977-78 . Acct. #5336QXXXEl 1977-78 Bruce L. Brown John Poundstone 2971 N. Dain Walnut Creek, CA 94596 Aircraft - Full Value $6200 Acct. 11664�-�,=El 1977-78 R. M. Haven 140 Summit Rd. Walnut Creek, CA 94598 Aircraft - Full Value $13,000 Acct. #7120RXXXE1 1977-78 Robert duller 125 Player Ct �1 Walnut Creek, CA 94598 Aircraft - Full Value $6700 Acct. n7331LX.XXE1 1977-78 General Air Services Inc. 260 Buchanan Field Rd. Concord, CA 94520 Aircraft - Full Value $22,400 Acct. #7598GxxxE1 1977-78 Alan D. Rogers 2716 Dolores St. Antioch, CA 94509 Aircraft - Full Value $139000 Acct.7-1r18l88iv ;El 1977-78 Virinia Schaefer 2959 Grant St. Concord, CA 94520 Aircraft - Full Value $4000 Acct. t8965T=l 1977-78 C. E. KcKa y 3950 Pinole Vailley Rd. Pinole, CA 94564 Aircraft - Full Value $10,350 Acct. fi9556iomEl 1977-78 NRI Flying Club, Inc. P. 0. Box 5369 Walnut Creek, CA 94597 Aircraft - Full Value $29,000 Note: Assessees have been notified of these additions and their right of appeal. e&&45�1 SEATON Assistant Assessor t•^'a�s�c!,y the Board on........NOV 15 1977 _ A. .w... Page 9 of 9 00240 BOARD OF SUPERVISORS CONTRA COSTA COUNTY, SPATE OF CALIFORNIA RE: In the :.atter of the Canccllation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION ?\0. _Z7/954 Roll of Property required by Public ) Agencies. ) (Rev. F Tax C. S406(b) and 2921 .5) Auditor's Memo. Pursuant to revenue and Taxation Code 4936(b) and 2921.S, I recommend cancellation of a portion of the following tax liens and the transfer to the unsecured roll of the remainder of taxes verified and taxes prorated accordingly.' Donald L. Boucllet, I Cons n County Acting Auditor Controller JOIIN CLAUSFN, j y / sel r Sy: Deputy B The Contra Costa County Board of Supervisors RESOLVE HAT: Pursuant to the above authority and recor..,mendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 19 77 - 78 unsccurcd roll. Tax Date of Transfer Remaining Rate Parcel Acquiring Allocation Amount taxes to be Area -N-unber Agency of taxes to unsecured Cancelled 66014 194-020-001-5 STATE OF CALIFORNIA 7-1-77 to $ 495.28 $10,139.22 (All) 7-18-77 66014 19li-020-002-3 STATE OF CALIFORNIA 7-1-77 to 5L8.h5 11,227.53 (All) 7-18-77 3000 513-361-003-9 STATE OF CALIFORNIA 7-1-77 to 197.81 12371.81 (All) 8-16-77 2002 128-010-049-L CONTRA COSTA COUNTY 7-1-77 to 292.28 612.71 FLOOD CONTROL 10-13-77 (All) 2005 130-2LO-001-3 CONTRA COSTA COUNTY 7-1-77 to 90.88 363.58 FLOOD CONTROL 9-12-77 (All) 66035 200-OLe-Ooh-o CONTRA COSTA COUNTY 7-1-77 to 1.70 13.11 (All) 8-12-77 7025 085-116-002-8 PITTSBURG REDEVELOPMENT 7-1-77 to 56.42 141.70 AGENCY (All) 10-13-77 7025 085-116-005-1 PITTSBURG REDEVELOP;ENT 7-1-77 to 81.33 186.99 AGENCY (All) 10-12-77 7025 085-116-006-9 PITTSBURG REDEVELOPI`ENT 7-1-77 to 47.51 137.25 AGENCY (All) 10-3-77 RESOLUTION NO. 77/954 011241 Tax Date of Transfer Remaining Rate Parcel Acquiring Allocation 'mount t--xes to be Area Nun ber .4;eney of taxes to unsecured Cancelled 7025 Oq5-3 16-009-3 PITTSBURG REDEVELOPMENT 7-1-77 to $ 63.02 406.54 AGENCY (All) 8-19-77 7025 085-116-J10-1 ?ITTSBURG REDEWEIDPI-E'NT 7-1-77 to 22.58 1115.83 AGENCY (All) 8-19-77 7025 085-116-016-8 PITTSBURG REDEVELOPI•__.NT 7-1-77 to 56.1:2 141.70 AGENCY (All) 10-13-77 . 11 6rOn2 208-150-001-5 EAST BAY REGIONAL PARK 7-1-77 to 18.61 125.99 (Dor) 8-10-77 8001 556-020-001-5 EAST BAY REGIONAL PARK 7-1-77 to 5.57 38.65 (All) 8-16-77 4001 556-030-0111-6 EAST BAY REGIONAL PARK 7-1-77 to 2.55 10.07 (All) .9-13-77 - 8001 556-0h1-0011-h EAST BAY REGIONAL PARK 7-1-77 to 7.95 23.63 (All) 10-1-77 PASSED r*'ZL) .00PT is ON november_ 15,_1927, County Auditor 1 by unanirous vote of the County Tax-.'Collector 3 S�1 en isors present (Secured) (Crze c,5red) RESOLUTION NO. -77/954 o o2,42 I_N THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Natter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION y0. 77/955- by ?ublic Agencies ) j%THEREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. N011, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1975-76R197h-7.e-. CITY OF EL CERRITO 505-262-054-8 3000 All • PASSED by the Board on November 15, 1977. Donald L. Bouchet, County Acting Auditor Controller By; 2J (Tax Cancel. Order) (R&T S4986(b) ) RESOLUTION NO: 77/955 County Auditor 1 County Tax Collector 2' (Redemption) (Secured) 010243 243 IN THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION NO. 77/956 by ?ublic AEencies ) j*1EREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for years of 1977-78&1976-77 FOR YEAR 1977-78 FOP. YEAR 1976-77 CONTRA COSTA COUNTY CONTRA'COSTA COUNTY 054-200-012-0 58027 For 172-020-020=1 98010 For 172-020-020-1 98010 For 185-230-03o-6 98003 For 185-23o-o3o-6 98003 For 188-080-014-7 98002 For 188-080-01h-7 98002 For U.S. SMALL BUSINESS ADMINISTRATION U.S. SM.ILL BUSINESS ADMINISTRATION 210-502-006-5 66085 All 210-502-006-5 66085 611 EAST BAY REGIONAL PARK EAST BAY REGIONAL PARK 573-050-002-1 8006 All 573-050-002-1 8006 All STATE OF CALIFORNIA 513-3611-010-1 3000 For PASSED by the Board on November 15, 1977. Donald L. Pouchet, County Acting Auditor Controller By: (Tax Cancel- Order) (R&T S4986(b) ) County Auditor 1 County Tax Collector 2* (Redemption) RESOLUTION NO. 77/956 (Secured) 00244 I_N THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the :'Satter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION NO, 77/957 by ?ublic Agencies ) - WHEREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for years of 1977-78, 1976-77, 1975-76 1974-75: STATE 0^ CALIFORNIA 110-130-031-5 2006 All 110-130-032-3 2006 P11 PASSED by the Board on November 15, 1977. Donald L. Bouchet, County Acting Auditor Controller By: (Tax Cancel . Order) (R&T S4986(b) ) County Auditor 1 County Tax Collector 2• (Redemption) RESOLUTION NO. 77/957 (Secured) 00245 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA RESOLUTION NO. 77/958 In The Natter of ) Cancellation of Delinquent Penalty ) on the 1977-78 Unsecured Assessment Roll ) WHEREAS, the County Tax Collector having filed with this Board a request for correction of due date inadvertently being omitted in the printing of the unsecured tax bills as shown in Exhibit P1A" attached, said request having been consented to by the County Counsel; NO.4, THEREFORE, be it resolved that the County Auditor be directed to correct same and cancel penalty attached due to such error pursuant to Section 4985(a) of the Revenue and Taxation Code upon showing that payment be made within 30 days from the date the correction is made as it was impossible to complete valid procedures initiated prior to the delinquency date. Dated: EDWARD W. LEAL, TAX COLLECTOR I consent to these cancellations. JOHN B. CLAUSEN, COUNTY COUNSEL By: cf e Alfred ?'. Lo eli Deputy Assistant Tax Collector PASSED ON November 15 1977, by unanimous voteof Supervisors present. APL/nlw c:County Auditor }�} County Tax Collector RESOLUTION NO. 77/958 00246 h Fage; 1 of 10r} yr �j' (((L { 7 r.{ f' t, •1 { ,i r • � + J•4' ! • T"_4r }. r .1 i t 1-t ; I t :ii, r� �.. 1 • t� , f ` '�+� ,, 1 ►�.a• 1 1 .Y ,,.,.,, r--� -\ i ` � � I.-+ t-•,. tiA, OV/22I1T LIEN EA 0SION LIST /) ti p- ` T"' +0 51154000 ORASSFIE40 EO '"�""' 030+#22'»'•000i6009016;28 01 00 NOT LIEN ONING IS 14VALIO 14 73104080 03E 6j J044 o 012z 00p+pppppp:024.8p7 0 �_ ��� pp Nppt 1N 185o•OuSO '�IN- A AkCADI0 b u W OOOt688,12�9 Zt 0 �jO NOT �N 62 J000Ul HUD ESTON JAMES L 0'114''0?. 000#000#000.00 0� UO NOT I N /091 2Z140040 MUN JOHN 030 I7 Q04.Q40+22 ,H4 1 Up NOT Lt1II N F 25HEK MIL ON HOWARD 031143 08000001 100 � UO Nfft L EN - F4343FY - Rk 114 OWIAN - 0310111 000#000#000 OU- 0 -- - - 00 NpT L EN r OYYS2000Q0 RAL�jRStEjN •AT`E 4-JUJV7 000#000+145.62 0 U0 NOT L EN 1 660E0 Ckt VE R1 STA S INC 0 12�T. 000.000.56 3l 00 UO NOT LIEN (y j 841004444 H G H Y t P QlUtb4 p4 :008:OS7. 5 �}j - 00 NOT L( N /r 225! POEN �U�MAV - 0l14j9 -000+00092/3.42- Ol---- - - - - UO NOT•61 N / 251400000 SUM DI5 R28U 4 CO Qli4 0 400,044tiS . 1 p2 pp0 NOT 1 (LN L F934OFM FRANCIS MARTON Jk R 031},DO 400+000 I N, O1 DO N01 L1 N # :. 19211E00d COVtUNE VINCENT E ANITA C 0,1106 00 +403.669.33 00 pp0 NOT L EN e92 4E0 HAN UN VIN A -'- O3ueul•- 008#404t000.4U - 0i - - 00 NOT L N -F35 04b55E007 AMA�LEASING SERVICES DIV 011ld4 0009000tU24.31 00 00 NOT L 1N 3030 CON WD YTNO CLU8 0j 4V9 000+000.404.00 01 00 NOT LIEN J• r ] 9600000 WENNN GUY 0,}pU 00090 0#]5R.SJ 0 N T L FN f�4y4Ftt - DFUiA1H PSH NALU o03V 1 ilu�. 068,0000.000,00 $i �__ _ . _ �O NOT Ll N 361900000 OOUSON MAWTIiN M 030,319 0009000.0 6.06 01 00 NOT L CN „ / 47HbSn0O0 GALFANA G Lf1ERT 030519 0000080#523.22 0 _ DO NOT N t . /1415100000 WTL4UN EA NESTINE 031020 QOU90p0U.UH3.`b 0 UO Nr1IT N GF2115FF JOHNSON DENNIS M 0 U1V5 000#000r000;QU 01 UO NOT L �N 094700000 RECEkWA 8ENJAMIN 03U4U4 0009000#059.90 UI UO NOT FN „ F'9 y'1 00 ggWA Y H(CHA D V 03UeU6 8p00#000+000. u U Q 1,pT j N 081 000 - $AS j MEtRV A 03UJV9 00 9004#758.03 0 _.._. �0 NpT I N -! .1 715L HUU ON MIFFS k 03151?, OOOr0OU9000,00 OI � � (JO NOT L N JGF94tl9FP C{ ARKE FRED G 03 u1, 00090409549,48 O1 00 NOT L EN „ CF661l,3 4CC FRAY G L 0 l3 4pO9000900U 00 0 0 NOf N F7.OJ9EH �USTER MOr+ARO HRUCE - .. 01���4 0QtJ9000,000.00 41 - DO NIST CN = 32H10o045 UNION O((, COMPANY OF CALIF 0314e7 000.0029116.67 00 00 NOT L1 N CCF3050AW PIERCE IED P O]1074 000000U#0U0.00 O1 UO NOT LIEN „ +13466500000 FktFMAN JOHN T 03U>10 000100 96.62 01 0 NO Lt-N CF4842CF - CUH51NGS NICHOLAS A - - 031095 --000+00 . 00,00 U 0 NO 'L fN �9 ,•4161j730004 E"04NU JOHN n30469 000#000#098.51 0 (S NOT L aN t' 1 { w0207400000 CAWDrF. L J D 0304,3n 00090009512.65 01 UO NOT L UN p „ /0478400000 GAf BWAiTH JOHN ROBERT 03051R p4U#ntS0.1S4.03 µ OI _ yV UO NOT N F74U7CY PN CE AkV L L 0]!132 80000 00 00.0u sl CSO NO i N ✓U982100000 PAWPY JACK L 030819 00U#00U9145.1S6 01 J UO NOT Ll N I!}J CF9hS,.F1 VOkOUS DALE A 0311:16 0009000x000.00 01 00 NOT LI N W ❑~ CF52dIFH IIUATON CAR EE 431100 000#OOU.000:9(I0 011 _. 08 NQT L N i 9if74 0440 PATI HSUN 4�AS 010"23 000900090�S.a2 - 01 - U NOT L� N C12917EJ WHIT JUHN W 011ub9 000:00090 O,OU 01 00 NOT L N /U29H2O0000 CUS5 L wtLBFWT E 030463 000#000,704,56 Ul UO NOT L1 N r, L�A12 CONTINENta-, t,EASINO 011 b? n0490i19j4r1.76 Q .. .__.__._. _ 1� NOT L N - . _ . _. ... -" :''ice 9RP CLAMI FHF F 1 S"' 00090 +. 00,00 i ` NOT L K[N _--000 7b00000 A018 ZIALOUIN 03uJa2 000#001t10d,Tu 0 !10 NOT L (,ti dnFH FOLSOM U�NN15 o3ue73 000900009277,44 U 00 NOT L N .J „ 600000 KFLtAkHYH O3Ubtill 044#0p4, 9 69 p1 ((ItO Np T L ttC FIND: �Y GEOHGf F 011430 OOOr000+�n ,0p 0) - 00 NdT L N400000 F.Nc,DItHL KAH` t DOS 03U`r41 000100094�?y.Ul O _ N 97O4UU 1 GO+OUN kOCH4tl ti NO 430403 000,0409041.36 U} -» _-' tI0 tt T LN r'. ' .J+?4- A,IDEMAN SPFN 03ffl3 OOQr00090�4.t8 U) (10 NQT LI N 300001 - CCC ASSN MFN11ALLY RETA14000 INC 0031 24 0000090440+0 0.V00 0111 -CJO NOT L1 NYl.% !'� y Page 2 of 10 LIEN EXCLUSION LIST 041?.2/77 r.. 0931070000 NGEpJLIMSUN 030 744 60090009378.23 01 00 NOT LIEN .. F979AFA F1b EN ROtl H oWtiR 008p#00 x000,00 dt _(�$ NOT L((tN " 942600000 0 RItN JObEPH K 03Urv8 000#00 036.50 01 Q NOT LtI,N "-'" v6?.880000U HUICHINSON (,EU4GE R 03ub46 o0Ut00 # 30.08 Ol 0 NOT Lll1tF14 ]84600000 WELLS CARCO INC 031004 000#OOOr046,51 01 DQp : J58700uU0 RIuNVF JAMES 03v515 000:0009453.62 O1 UO NOT LION 061400000 ACjjr C COAST CARPET-DESIGN 03u81I 000.600.383.75 01 N U``93?OOUO AL``f,N DONALD H OlUJb2 000.000.016.46 01 UO NOT LEN i J482oo0u0 Tu1tik O1.£ 0 U9b? 000+000.252,90 ul UuU NOT NOT Li�N L 33740000 MANRANIY r1ATA INTI, INC p3U v1 pppppp•p 0609?4A. 1 p _.,.� ._ u NOTtj--- ------ ` 4302000 NEMMAN JAMES J 030193 QOQt000tcT3t# r 4 - - D� Uy98900U00 PEMIEHA SHINLEY 03Ud1h DOUrOpOr24J,11 0l UO NOT N F?748CV pp CK NSU,N R A 031065 000.040.000.00 01 UO Not L N 409p000b 5 'UtIY PA IFIC REAL- ESTATE 831 7 00010004800, 0 Do NOT l N i 1J778 0001 x81504 UGHI M L O]U999 OUOr000,Ov0.9U - 1 - UO NOT L N _._. 791400000 HACKAY LARRY U 030119 000.000.014.23 of UO NOT L `N 392JOODUO ED%AxDS BOB 1 0 U*JJ4 000.000#0 .BU UI p0 NOT L N „ }1?800000 GODSILL rILLIAM A O U?9R o0040ol9 i9 0 „__.- 00 N T L1( r+ Y_ J616dE0 ( arAt SH J E --- 0314ba Od0#00]�72 . 3-- U� -- - UO N3T L - A 19;47�i0000000 PAITEERSUN INMA 0]01312 000.000.021. Y U1 UO NOT LIFFFN I 0587200000 H£R1fAGE COMPANY 031109 000.000#000.00 OI 0 NOT L1EN yi .✓ J0465rF010 AFr1IA EASItNG 5ERVICES DIV 031167 000908p0.0110o 37 p0 __U NOT ' €No411700Uo' A>45T Y U4NALU. -- 011117 000000094QQ�ou____ }0-•-.-__-_- �}$ p 719600000 TUNN N G S 03U967 00090OU1079.27 of p0 NOT L N , 1 j 740600000 LEACH tHELMA 03O1U3 000#000.121.17 01 UU NOT L N r 0674100000 KAHPAK NUHERT 030614 000.048Q.061.00 01 �j0 N T L N - 160200 U L�NQSAY KENNETH A 0]U1 0009000913].4b 0 -- -" E i^ CFS9d4FG r Lis wugexT 031W 00ot000tuoo.0o Ol DO NOT t N rr 0014000000 ALA Wi ANTHONY P 030 t09 00090009055.76 Ol p0 Not L EN _ =may• �: tr 96450000 SM TH GLENDON 0 _ .._ _ 03U907 o009ooQ#S53.6A 0} .__.__.._.. .___ ._ .__.- _ p0 NST L �14 . 20B000UO Ir T cNEL DON 010`109 '-"0000#00 #2A2.61 0 D NOT L 0 234000UG CELL NI LONSIHUCTIO.N O3U455 00090009178.57 0 00 NOT L EN +» r 0752870000 LEVE RUNALU I 030112 00u9000#1R1.58 0� UO NOT LIEN �j3y z4AH ANOFRSUN A`EAANOER F 030245 000#000#000,OU Ul p0 NOT 3711100000`" DELEVA I I R CHAR{} E- --- --_._._.__� 0 U506-- 000900007 431- 01 G 89L000Q0 CAL -1 FI INC 031114 00090099295.32 01 UO NO 1 L FN pp zz9BH pp ✓�ONA U A 030113 00p080p#00p08p#10 ogq Opp j1j UO NOT L N + �✓ O[ 23000V2 DDNArAY GORGE M. RETARDED INC" o�12C�i OUOig8O.QOp.OU - O1NOY CRCC ASSN MEN1A11 CtRA2?Fx OSEBERRY HOM Ji+ 0311'47 000.000#000 00 o2 p0 N,}t L1EN U16H530000 BwuNu C M 6 50145 1NC OJ0428 000+004#919. 1 g1 UO NOT Li FN C tsh6UEU HOxARTH ROHFRT GENE o lI 06 000#00 •p04. 0 p p 37788000000 rAUGH UtN.Lb E 0 0 000.0039214, 1 _._ 0 .^.___._.._..__ _ -_�0 N0 L (N --- 037660000 ANUERSON RICHARO 03UJ1? OOOr000# ?7.77 01 110 NOT L 4,N r,I �zz482000Uo STUNEHAM RICHAND H 030`129 0009000* 6.88 01 00 NOT LIIIItt{i 0)37UOEo00 AURITLEN H F INC O'11Ju5 00040009 2.26 00 �� Y ___ _ O NOT L �N �}{{?9Z3F1 YN H JIMMY 03 oto 000#000#40000.00-- 01 -ED NOT L 302J00000 RU MALL OF CALIFORNIA INC O]Uld9 00090809125.34 O1 0 NOT L IN 0545540000 MC CtF+ WUUGHUEE 4 CoNNiE 030 vA 000#000#035.65 Ott lf�,0 NOT L N ,1 x110?QO SHAG # DON 030 fel 0000080:64A..94 44,9 01 r0 NOT t/ ^- -- OY4IJ70002- .. PExf.1 A FRANK E __.. 071 4? - 000#O�U#bn3.4�- U0 GF2421EE LtANE WI LIAM 0 OUi•30 00010001000 00 O1 o NOT L .N 0527870000 GHAHAH TFVF K 0306V7 OoU#Oou#?02.59 01 VO NOT L N CV9189EF SHEPHARD CHARLES 031�4A 000#004#004#00 01 DO NOT LIEN �» F4 I IEN BR N,N WAYMONU J 0]U 13 - 000 000#000,00 - I - DO 1107 LIEN �+ 'JU , 10 • ,ti; •f 't a y��•a , - r. t .r�^� r,. , IF .. - , r�r I 14 / I LIEN EXCLUSION LIST Page 3 o e0 9ii77 , 0837300000 MC GLUME FfaEUA J 031326 0009000.000.00 01 DO NOT LIEN 1 r -- 1328100080 UNION OIL CO OF- CALIFORNIA 071449 00090159461.99- -00---- ' ' ---DO NOT'L1EN '- -- CF9944EL DEFFEBACH CHARLES L 031160 00000009000.00 01 00 NOT LIEN `� 0364400000 DOM141CI DIANE 0312b6 00010009098.37 02 00 NOT LIEN '0677400000 JORDAN ROBERT M 030611 00010009420,97 - 01 --- - p0 NOT LIEN 1007900000 PHELPS PAUL H 030830 000#001#717.11 01 DO NOT LIEN „ 1416000000 WILSON HUGH H 031021 0000000.049.06 O1 p0 NOT LIEN r 1]2]900000 ' UGARTE HAUL N 030911 0009000.849.68 -' 01 -'" - 00 NOT LIEN ^'- � � 007790E000 BANKERS RECOVERY SVCS INC 0311V7 000.0001116.99 00 DO NOT LIEN CF1436ED BANTON BILLIE H 030167 00090009000.00 01 0379900000' OUNCAN kOSCOE OJOSOO NOT LIEN rt.% 03050 - 00090009073.2]"' Ol ' -' --'00 NOT LIEN "`-- CF3969CP HALL FRANK B JR 03U211 00090009000.00 01 00 NOT LIEN „ I CF1433EO BRANT HARRY R 031075 00090009000.00 of UO NOT LIEN I" 024290E000 CITY OF CONCORD SANITARY 031236 000040.991.16 00 —'- -' ---p0 NOT LIEN ---- • ! 1249970000 STRATTON ROBERT 031407 000.0009052.78 00 DO NOT LIEN „ 13SO800000 VILLA FRANCO INC 03U90S 00090019359.91 01 DO NOT LIEN r 0003500000' ACCURATE HEATING-COOLING INC 030350 00090009436.29-' U1 '"' "-'-- 00 NOT LIEN --------•-------J ` CFOl29CZ OUAM NORMAN A 030173 00090009000.00 01 UO NOT LIEN 004655EO04 ARA LEASING SERVICES DIV 011161 00090009115.26 00 DO NOT LIEN 18716500000 ANDERSGIFFINOEVE ET 030311 011136 00090000018.61 - 01 -- --- _ DO NOT LIEN ��••-�•----•+�'•—�t CF7754AK GIFFIN EVERFTT R r. to L A 031504 0009000,147.51 01 UO NOT LIEN •� 0178600000 BURRIS HOBERT E - - -- 030435 000.000.094.94- 01 - - DO NOT LIEN -' - - - 0020100000 ALLEN LUETTA 070303 00090009031.60 01 E 00 NOT L1N „ 1047000000 OUACKENBUSM PAUL 03081 0009000#651.95 Ol DO NOT LIEN f 0676700000 K-KRAFT SALES INC' 030612' 000#000#610.19" O1 - — DO NOT LIEN -----y 0584500000 HENOER50N WALTER J 030632 00090OU9U70.16 01 00 NOT LIEN i D L 030390 OOOr0009587.91 O1 00 NOT LIEN r � 0053600002 ASH LEONARD 1 0976000000 - PAN AMERICAN TIRE CORP--"" `030814 '_ 000.0019230.73 01 - "--'-"" -" 00 NOT LIEN XX0097 HALE KELLEY YARNED E 031105 00090009000.00 01 DO NOT LIEN ,`• � XX0097 HALE KELLEY K 030216 00090009056.64 01 00 NOT LIEN 1268600000 - TAGGART VILLIA4 03ulo40 0001000o076.39- 01 - "--- - - --p0 NOT LIEN - CF3493CR BIONDI NICHOLAS 031018 00010009000.00 01 00 NOT LIEN e. 0838100000 MC CONNELL JAMES F 03U764 00000009106.40 01 00 NOT LIEN 0112300000 BEST 5 L 030410 0009000,031,47 - 01 00 NOT LIEN 1342400000 VARELA DIONICIO 030960 0000000,054.45 01 DO NOT LIEN 0297800000 CREITZ WILLIAM L 030485 000#0000055.81 01 DO NOT LIEN , f- - 0186500001 - C L C EOUIPHENI CO - 03U439 00000001037.55 " 01` 00 NOT LIEN 13B16000VOMEHMEYEH DONALD T 031003 00010001914.14 OI DO NOT LIEN 0927070000 NEUGEHAUER CARL 030791 000#000,092.90 01 00 NOT LIEN � `� `• 0677500000 KAIKAIANAHAOLE DURA -' "' 031301 00090001000.00 O1 - '- DO NOT LIEN - CF5449AJ J040AN CHARLES M 030232 0000000,000,00 Ol DO NOT LIEN . A 146IP SPITZER NONHAN S 030314 000,0000172.95 01 DO NOT LIEN 1300600003 - TITLE INSURANCE 6 TRUSY CO 03U9D6 000.000+067.72 Ol "-- 00 NOT LIEN CF579SES GOGNEN ALBERT 030236 00090009295,42 01 00 NOT LIEN 1215000000 SPEARS HOBBY L 030917 0001000,036.94 Ol DO NOT LIEN r , 1442/00000 YOUTH 1NCOHPURATEO 031470 0001000,000.00 01 `" 00 NOT LIEN "'•-" "' " `- 0543850001 GUERRA RAYMOND 03U622 0001000x537.94 01 DO NOT LIEN „ 06979000U0 KIEL RUUERT D 03U685 0009000,064,19 O1 00 NOT LIEN 1194300000 SMITH AULTON R 030906 0001000ro?6,06 01 VO N01 LIEN CF931RFR LEHFELUT E PAUL, 03U267 0001000,022.5'1 01 DO NOT LIEN �'# CF3275CN MANNERS GARY 1„- ,. 0310/6 OOOr000r000,0U O1 UO NOT LIEN 0132600001 BOEHM HUBERT C ” ' 0312V4 00010001949.02 01 UO NOT LIEN --�" 1354900000 VUELKER R L RD 030998 00090001246,32 O1 ti. UO NOT LIEN I' CF5309AK SCHROEDER GEORGE w .'J _ _ 030226 OOO,OOOi0o0,00 Ol 00 NOT LIEN VCR 18 • J I � Y I •., ,TAT''^� '.' ',, '..�„J. ' I:ICM-CkCLUS1UN LIST Page 4 of 10 v' - 09/22/17 t' �.• � 0475900000 FINDLETON JAMES RONALD OJOg5A 00090009040064 01 00 NOT LIEN lIJ t ' 132560EU01 UNION CARBIDE CORP 031413 00090039432.65 00 - -- - - 00 NOT'LIEN ,}22628 FLEMING AIRCRAFT CORP 030326 00010001000,00 01 00 NOT LIEN 0805300000 MANMILL DAVID JR 030776 00090009091.46 01 00 NOT LIEN 0512200000 GOHLE ERNEST L 030597 60090001OR2,B3 01 DO NOT LIEN ""'" ��►' t �J 1333300000 UTLEY DWIGHT E 030` IS 000.000,229.72 01 UO NOT LIEN CF674tlAF BELL MARVIN 030246 0009000#000,00 01 UO NOT L1 E'+ /9 12S5P NAVAJO AVIATION INC U314UA 00000009000,00 O( "" 00 NOT'LIEN- -- �- 127899EOOS TELCO LEASING INC 031412 00090001030.99 00 00 NOT LIEN (.t,., • CF8616FA MYERS CARL 031145 000.0009000.00 01 DO NOT LIEN 1292700000 THUMDSUN RMEHA K 030953 000.000910S.98` 01--- 00 NOT LIEN "'- 0924700000 NELSON FRANK F JR 03U7b9 00090001021.53 01 00 NOT LIEN ;t , CF3532FI SILVA ALBERT ELMO 031()80 0000000,000.00 01 DO NOT LIEN 00465SE005 ARA LEASING SERVICES DIV 0311d2 - 00090001017.73- 00- --- -- •-- DO NOT LION 0815300000 MARTIN ERMESTINE NETORAVE o3u7.39 00010009291.77 01 00 NOT LIEN 1272400000 TARUSHKA KATIE 030942 000.0000105,98 Ol DO NOT LIEN ^''•'' U 00465SE011 ARA LEASING SERVICES DIV - 031188 -'000#0006023.73- 00------- _ FN -UO NOT LI_ 0400800000 ELLIS GLEN P 031172 00010009462.97 02 00 NOT LIEN �J 0437700000 FINNIE WILLIAM 9 , • „ OJUs60 000900012s2.3] O1 DO NOT LIEN 12389300o0 STEPHAN DON 03U925 00090009014.64 01 `------ DO NOT LIEN - - ---- /311950000 TRESTHAIL BRUCE 030964 0009000001807) 01 00 NOT LIEN i•, i� It 1389600001 WEST HC COLLUM INC 031006 00090019050056 Ol DO NOT LIEN •J •, `� 1445300000 ZENTNEM AD AM 0310JO 00010001040,46 01 DO NOT LIEN 0708300000 KLINK JAMES E 03U691 00090001056.29 01 00 NOT LIEN ' A 9141W NAVAJO AVIATION INC 031DU6 000.0009000,00 01 DO NOT LIEN 0634600000' IMPSON STEVEN - 030648 00090000020.SU--•01 -- -- - -- ---• 00 NOT LIEN'— - CF5229CA OAkOY WILLIAM E 031099 000100D9000,00 O1Wry 00 NOT L!_ ' CF7137C1 LONDON ROBERT 031123 00000000000.00 pi 00 NOT LIEN 0429600000 FE14PEIWA FRANK N 030522 00090009192.33 01 - -- - - 00 NOT LIEN -- CF5645FM BkUSH HICHARU C JR 031104 00000009000.OU OlUO NOT LIEN CF4097FV LINOSTRu4 808 T 031Utl8 0001000.000,00 01 UO NOT LIEN � 0058500002-- BAILAROU.N CORP - - - 030367 000#0009144,95 - Ol -- -- - - - -•-DO NOT LIEN ------- 0980200n0o PARKER JAMES C 031J41 00090001000,00 01 00 NOT LIEN CF2908FP TURNER kOAERT ELLIS 03105A 000,0009000,00 01 00 NOT LIEN t ' R CF9612EF MC CURRY RAYMOND F -- 031164 00090001000,00 - •01 r '•'I • ----- - -- --- DO NOT LIEN _N - --• - ' CF3826BP SMITH ISAAC T O,1lUd2 000.0000000,00 01 DO NOT LIEN CF9463Ef' SOUSA JOHN R JM 031153 000.0009043.34 01 -'0698200000- - KIESLING L K DC - DO NOT LIEN "" _ - 030666 - 0009000r41J.24�-- p1--- � -•------DO NOT-L1EN -- � 1088300000 ROBEHT5 DAVID L' - 0308b5 000#0009056.20 01 00 NOT LIEN I „ CF3894CC SCHNAITMANN CA1IL J 031063 00010009000,00 01 00 NOT LIEN 0860650000 MENGES JOHN J JR - 030764 0000009137,38 p( -•-------- - --- DO NOT LIEN --' - ---j 0875200000 HILLIKEN FRANK 030769 000.0009097,70 01 UO NOT LIEN 089420FOOl MOkA1S LESLIE W 031331 000,000,059.46 00 Imo • n DO NOT LIEN ; 028bb00000 - CUkNELL A C 030481 - 0001000#123.14 - 01 - - _._.._.UO NOT L1 EN --- --r-.a CF0820AN 4ITTEN8ERG HERMAN 03U119 00010009000,00 01 DO NOT LIE"+ I ' 0243300000 CLAIRE DONALD 03113A 0009001#150.45 01 UO NOT LIEN - `• ', 013102E000 90-THEE PRODUCTIONS - 031203 00000001076.89 00 UO NOT LIEN - 1191100000 SKELTON ANNA 03005 00090009170,67 01 - -- --1�.27300000- u0009',J C-+ 031025-000.90009017:36—•01 UO NOT LIEN I J O--NOT-LIEN LCF51.40CC - CAkROL JAHES E 031079 00090009000.00 Ol 00 NOT LIEN ARMSTRONG ALLEN C011171 0001000,000,00 Ol 00 NOT LIG+ALEXANOER J A03(567 0009000rdJ5,84 p0 DO NOT LJCN- LAUNER HEQUEkT B - 0301.13 ---00010001000.00 01 - - - - DO NOT LJENBAPPETT ANOREM 0311VA 000,0001000.00 Ol E Do Nnr L1_N14UNNES JOHN 031060 . 00010001000,OU U1 00 NOT LIEN •' y VER '' '1' • �. .. EN_EXCLUS10N LIST Pace o iof770 1/ 1 0668200000 JONES CLYDE L ti30666 00010000060.50 O1 00 NOT LIEN i •�. 0894500000 MORALEL RAYMOND P - 03077?• '-'00010001016.93 -01' -'- '-"'---00 NOT-'LIEN'-"" 0911900000 MURPHY LAWRENCE C 030780 00000001014.69 01 00 NOT L9 EN •; , '; 0614600000 HOPKINS JOHN L 030640 00090001017.72 01 DO NOT LIEN �`" •' ''' -' CF0977CN 84ITT LOUIS 0 -• -. 030lb2 00000001000.00 01"--""' 00 NOT LIEN -'- 0697000000 KHALAF FROOD 030684 00000001312.7S 01 00 NOT LIEN „ CF8711F4SKIN9ER GEORGIA V 0302b0 00090009000.00 OI 00 NOT LIEN - CF7342ED WARD ARTHUR 0311:10 00000001000.00 01-- ""--'-""-'00 NOT'LI -'- 1219350000SPRAGUE AVIATION INC 030919 000.0000490.15 01 00 NOT LIEN „ 0939100000 NORTHERN CA AUTO WHOLESALE 1 030747 00000001111.51 01 DO NOT LIEN -- 0742400000 LECCE ANGELO 03VIU6 00000000071.64 ' 01 - - "' _. ...- UO NOT LIEN..----- -• -.__...�� ' , 1150900001 SECURITY PACIFIC REAL! ESTATE 031370 00010000000.OU O1 UO NOT LIEN „ CfOl10fF. SPkINGER RONALD 030172 00000000000.00 01 DO NOT LIEN 0025600000 " ALVAREZ DANIEL - 030366 00010009388.44 p{ --- -' 00 NOT LIEN -- 0032450000 MAYNARO GARY S 03U74A 00090000110.0M 01 UO NOT LIEN „ 0896700000 MORGAN JOHN 0 030773 00010000441.75 01 00 NOT LIEN ` 0420430000 FAMILY RECREATION CENTER INC - 03U54A 00090040892.0U 01 -'-` ""' " ' -" DO NOT LIEN --�- CF3188EKPRITCHETT LAVIER 03u2uo 00000001111.65 01 DO NOT LIEN 1, 0098100000 BEHRENS ROBERT G 031200 00000000206.10 01 00 NOT LIEN -'0198500000 ' CAMERON JERRY - 03U446 00090009166.19 U1 ' -" -- DO NOT LIEN- XX0199 HE FRANCES 03u2b0 000.000•000.OU 01 UO NOT LIEN 0920220000 NATIONAL PHOTOGRAPH COkP 030784 00000000276.66 01 _-- DO NOT LIEN 2&4t�294..--j 4051. NESTOR 1,/B S1�/-�a9 03o2V7 00010001000.00 01 -' 00 NOT LIEN �1 0659400000 JOHN AUSTIN 030655 00000001347.49 01 00 NOT LIEN .. •1273600001 TAYLOR-MADE COPY SYSTEMS INC 030943 0000000.014.90 01 DO NOT LIEN ' CF0234CR - JAHHAN RICHARD -" -' '- "0.11037 '00010000000.00 - 01"-_+'-- -' -'DO NOT'L1EN i CF0049AL MAHIN MICHAEL 0310.15 00000009000.00 01 DO NOT LIEN „ R 53346 TOAL EVERETT 8 0314UB 00000001133.20 01 DO NOT LIEN 0874000000 MILLER T A 030766 - 00090000472.33 01 -- - --;---- " DO NOT L1EN '- 209QO+r4�-� DECKER THOMAS R -1/4 009-ooy M2b6 00090009000.00 01 DO NOT LIEN CF4794CVJOHN AUSTIN L 030220 0000000/439.09 01 00 NOT LIEN ' - 079030£UOl- 4 V NURSERY INC 031J21 -- 000r0710541.95-" 00 - - - - - -00 NOT LIEN - - 0260500000 COLLIN ALVIN M 030467 00090001117.54 01 DO NOT LIEN it 0007000000 ADOINGTUN JESSE C 030331 00000000137.02 01 00 NOT LIEN ' fl CF5122FN 4A ETIE J R -- LL 031097 00000001000.00 01-' - DO NOT LIEN---'-- - -� 00465SE002 AHA LEASING SERVICES DIV 0111b0 00000001017,23 00 DO NOT LIEN 1418700000 VINNIE MELVIN M 031013 0000000+646.55 01 00 NOT L1EN atVtrJft4- -;) - JANCICH JOE t!B ?9q- 030298 -00000001000.00 - 01- - ----- - - - 00 NOT LIEN '- - ----+..r-{ 10953000U0 ROGERS TH04AS H 005 030070 00090000761.51 Ol DO NOT LIEN „ 0012100000 AIELLO FRANK A 0303�7 00000009222.78 01 DO NOT LIEN - A 9198P - NAVAJO AVIATION INC--' " - 031508 000.0001000.00 O1 00 NOT LIEN 0179000000 BURROUGHS LAWRENCE 03041h 00000001331.00 01 DO NOT LIEN 0834.300000HC BRIDE ARTHUR 03UI50 0001000+065,56 01 UO NOT LIEN 0733300000 -'LARSEN KARL 030700 00090001,213.96 01 - _ .__._..-•- 00 NOT LIEN -" 0412700000ESSLEY LEONARD B 0.11273 00000001,070.47 01 00 NOT LIEN „ ! 1379690000 VE80 GUY 0310U2 0000000,151.33 01 DO NOT LIEN ( 1248500000 STUAYETTA JAHE5 R 03U9JO -00010001062.41 01 00 NOT LIEN -- ' �I 0106850000 BERG DIANE 03U4U9 00010001616.47 Ol ~- DO NOT LIEN 0096600001 HAHTON JOHN P 030.118 0001,0001000.00 01 UO NOT LIEN 131317E000 TkI-CITIES HURSEMENS ASSOC 031419 00010000048.62 00 -•DO NOT LIEN - --- -- .............. CF7232FY ASHER RONALD 031127 00010001000.00 01 DO NOT LIEN I".. 130155E000 TOHIASON W 6 ASSOCIATES 031415 0000000+840,14 00 CF99981N - JACKSON JOHN L 0311bl 00010000000,00 01 - --•.- DO NOT LIEN - UO NOT LIEN •• - •- •• -- ---� /+151305 BEHAROINO A J 031485 00000001000,00 01 00 NOT LIEN 81281E NAVAJO AYIA71ON INC 031413 . 0000000v000.OU 01 UO NOT LIEN 111 • J 1 l Page 6 of 10 09/22/77 ,,-...•, ' LIEN Etc LUSION LIST 1260330000 SUPERIOR MACHINE CRAVE SVC INC 03111 000.000.000.00 01 DO NOT LIEN f ' 0806100000 MAkBLESTONE 1RVING ET AL 030737--'00090010310.01 OI •-"'- -"'UO NOT-L-I EN i 1086140000 RIPLEY PATSY 031360 0001000.073.15 00 00 NOT LIEN 0453900000 FORTIER FRANK F 030565 000.0000110.59 O1 00 NOT LIEN CF0282FV ALLEN RONALD E 031018 00090001000.00 01 `" " ' DO NOT LIEN ' 1334700000 VALENTE GEORGE 031453 0000004.469,22 00 DO NOT LIEN 1355900000 VOLUNTEER BUREAU OF CCC INC 031459 00000000000.00 01 DO NOT LIEN 1101900000 "- ROSSI FRANK 030876 "'00000009039.31--01""-'"---'- -' - ---DO NOT LI EN sj 0846900000 MC GUIRE 1NVESIMENT CO 031327 00000000000.00 OI I DO NOT LIEN 0228200000 CHAMBERS ROSEMARY CATERING 031227 00000000000.00 01 _ 00 NOT LIEN „ �: •.,t, Ci7905CM FUJ1I iHEn 031141 00000000000,00"' Ol'-"" DO NOT LIEN ---~ - -_ 1039000000 PRICE LARRY 03084A OOO90000176.37 01 DO NOT LIEN 0138960000 SONDE LYNN 0 030421 00000000054,22 01 00 NOT LIEN 1113200000 '"-" SARAH CHARLES A ...... -- 0308d3 -00000009318.51 01' "'-' " '" '--- UO NOT LIEN 0096450000 BEDARD ROBERT G 0304US 00000000098.56 01 DO NOT LIEN 133879E000 VAN DYR RESEARCH CORP- _ 031456 00000010065043 00 - :- DO NOT LIEN '=� ,�; �• CF2092EB ' VECCHI RAYMOND E 030189 " 00000009000.0o.-- 01 -DO NOT'LIEN --�- -- ---' 1 CFS808CU ALLEN NOEL W 031107 00000000000.00 01 DO NOT LIEN 0117200000 BIGGS DAVIS 030412 0009000,34S.81 01 00 NOT LIEN 0765100000 1.11TON SECURITY SYSTEMS INC "" 030721 00000000036.36 • 01----- `-7 --00 NOT 41EN - - ----------�.:• XA0106 KELZER PAULINE 030277 00000000000,00 01 00 NOT LIEN CF6209EW MINTERS LEE k 03111S 00000000000.00 01 00 NOT LIEN 8 024159000 CIRINCIONE ANTHONY M - 03U461 00000010420,43 ••. 01 -'- - ' -- ---00 NOT LIEN 5WILKINSONB R 030252 00000000073.04 O1 DO NOT LIEN 0068 �. „ 00685000000 01 AAILARDUN CORP 031194 0000000,015.62 02 DO NOT LIEN ' - 038440EOSO -- E I DUPONT OE NEMOURS ♦ CO -'- -"' 031270 0000000417087- 00-`-- - -- DO NOT* LIEN 1 0843200000 MC DorELL IDA M 030155 0000000320.27 01 00 NOT LIEN "•i'•'{ CF4990CR DUNN HERBERT M 03U221 00000000000.00 01 DO NOT LIEN ��''�`� d - 048080EDtl,'- GATX LEASING CORP 031�dl "`00000040695.15- ' 00 --- --" DO NOT LIEN -- 1049300000' OUINTERU THINO 0308*3 00000009027,43 01 DO NOT LIEN 0343600001 DENTAL X-RAY SVC 4 SUPPLY CORP 031262 00000009649.29 02 00 NOT LIEN 0528500001 - GRANOES SHOES INC 030608 00000000689.47 01' --- -- - --D0 NOT LIEN '------ CF6209CF GOLINVEAUX FRED L 031114 00000009000.00 01 DO NOT LIEN :;, • CF4052EE CIMINO JOE R JR OJIOtl7 0009000.0OO.OU 01 DO NOT .I J LIEN _ 0957900000 OWN GARY 030BU6 00090009041.85 01 --- DO NOT LIEN 1151300000 SECY OF HOUSING 6 URBAN DEV 031312 ODDI0001000000 00 DO NOT LIEN 1361900000 WALKER FRANK L CO INC 031463 00090009000.00 01 DO NOT LIEN '•'• CJ I• •- 0389600000 -• EATON OURICE -•••-• 030530 "00090009108.73-- 01 --• --• - ••• •---DO NOT LIEN -- - -- CF657SEH MAkD ROY DEWAYNE 030243 00000000373.91 01 00 NOT L1 EN '. „ 0618500000 HOUSTON SALLY A 0'40b41 00000009371.45 01 00 NOT LIEN 1289900000 - THOMAS JULIUS R 030450 00090009081.05' . 01 - -•-•- -••-- •DO NOT LIEN -�- --- 1109470000 RUSSO JOSEPH J 030tl81 00000000068.18 01 00 NOT LIEN ' 027402E000 CONSUMERS TINE a WHEEL 031247 00090009622.46 00 00 NOT LIEN L:J; � I - 0052600000 --ANWIGO PAUL M - - 030379 - 00090009120.65- O1 --- - ----DO NOT L1 EN - -_.'ri CF0805R5 CALUDIS CHRISTINE ARIST 030178 00090009058,56 01 DO NOT LIEN 00465SE009 ARA LEASING SERVICES DIV 031186 00090009015.48 00 DO NOT LIEN 1025000000 PLANT MAINTENANCE INC -~ 030640 00090019424.15 - 01 - - DO NOT LIEN - -- -- --• 0923510000 NELLEN R09ERT L, 0.30188 00090009086.57 01 UO NOT LIEN A 62bhY MILLER WILLIAM 031496 00090009000.00 01 DO NOT LIEN 11055SE000 RUBEY ALBERT H Al NANCY 0313b6 000 10029 106.37 - 00 - DO NOT LIEN - ----.,�= 0496600000 GEORGE k DAVID 0312b2 000.0009000.00 01 00 NOT LIEN ' 0859330000 MELLO ANTHONY 0307b3 000900O93g3,57 O1 ^� .• UO NOT L1EN CF72011W RUTTER ROREHT - - 031125 00090009000,00 Ol - UO NOT LIEN { 133350EO01 UZELAC MICHAEL DOS 0314$2 00090009505.91 00 UO NOT LIEN ' I CF7817CE FITHIAN ROBERT 031138 . 00000000000.00 01 00 NOT LIEN ' is .. . -•�F.:;` 'j•� ;..•, rem, Page 7 of 10 ' LIEN EXCLUSION LIST 09/2277 -+ 006610/000SACMMAN DISPLAY INC 030385 0009000#394.04 01 _ 00 NOT LIEN _ r 03284000,10 OE GENNARO R 031219 " 00090009000.00 - 41" '"' " - 00 NOT LIEN 0960700000 OSTROSKY PETER 030009 000#000.140.73 Ol DO NOT LIENIn ' 1002600000 PETE4S FORMAL WEAR INC 030627 000.000091.47 01 00 NOT LIEN CF3635FJ " LIEB WALTER M " 030208 0000400.000.00 01 """' "" " """'DO NOT LIEN 1 0363500000 DOLGIN KULLY 6 JAMESON 010519 000#000.439.15 01 DO NOT LIEN ~ 99 1254500000 STURTEVANT RILL• 030934 00090000092.18 01 40 NOT Lt EN CFSo38AB SCOTT CHARLES "' 030231 0000000#000.00 '- 01 00 NOT 1.1 EN 0837000000 MC CLENAHAN JOE 030753 000+000+109.65 01 00 NOT LIEN +' ' CF34S7BP BARRON CLAYTUN M 031017 0009000.000.00 01 00 NOT LIEN 095S46E000- OPEN SPACE DIST CORP 031339 000+000#127.34 00 ____.__. _.. 00 NOT LIEN AX0148 DEVINE HICHAHD 030219. 00000OP000.00 01 DO NOT LIEN t �+ CF94SICW KITCHELL ROY 031152 00090009033.85 01 -_.__._.. ... ..._„_ 00 NOT LIEN ..�.�• ( 06325TE000 ' -' TUEAL OISTNtUU►INO CO 031x93 0009000#144.64 QO " 00 NOT LIEN - 0987900000 PATTERSON WM C DOS 03Ud44 0009000#S13.57 01 DO NOT LIEN it 1095400000 ROHDE WAYNE I _ 030871 000:000#060.53 01 00 NOT LIEN .1+r 078A9000u0' LYONS KENNETH 0 ` 030728 • 00090009So1.63 -` 01 _..__.__ ____ _ D0 NOT LIEN CF0929EZ K0t0K JULIUS 030161 000.000#074.09 41 00 NOT LIEN +� 0829000000 NAVRIOIS VILTRUD T 030323 000.0009000.00 02 _� �_ 00 NOY LIEN 0921330000 ' NAVARRETTE JOE A 03,1105 000.000sO64.S8 O1'-' •"00 NOT LIEN ---^ CF246;4C SKINNER JIMMIE A 030191 00090000000.00 01 DO NOT LIEN { 0903600000 M05SMAN R H 030714 000.000#512.02 01 00 NOT LIEN 0421000000 FANTA2IA JOHN A 030549 0009000.070.64 01 00 NOT LIEN 04gb000000 GANLICK RON �l 030545 00000009190.96 01 00 NOT LIEN ✓0108600#9• PEkALSKY EDWARD J SGL ' 0102V1 0000000#011.18 01 DO NOT LIEN ` w !' 101]500000 PICALS ANOHEW "' 030833 000#000#140.77 '- 01' - '-~"-'""" - -'00 NOT LIEN---�"--"'--~' 0758400000 LILES PATRICIA J 43014 4000000#164.89 01 00 NOT LIEN �.. _' !•' , 99 i 0353300000 DIAMOND JANIT04tAL-SUPPLY INC _ 030510 0009000#061.83 01 �~ �� -- DO NOT LIEN �_ 1033900000' ---POUNDS WILLIAM 030846 " 000#0009262.41-- 01 " 00 NOT LIEN-" - CF09239U 40WELLO JOSEPH JR 011048 00090009000.00 01 00 NOT LIEN CF8gO5FG CLARK THOMAS E 031146 00090000000.00 01 00 NOT LIEN r -0751400000.. 'LEONESIO FRANK -- _........ .. ....._. 430711 '-00000009028.45-` 01 '-'--.._ _..___.� ._._._, 00NOY LIEN i CF1373EC DYCK GARY 031053 00090009000.00 01 UO NOT LIEN ` 0802300000 MALTIMAN MEL 030322 000x000#000.00 01 00 NOT LIEN _ _. �_ '" t' ""0048900000 ' ANENA DAN " " 0303/5 "'000.o0u0207.7I-""O1 -""--" ~•__.____._.. ..• D4 NOT LIE+� 1257000000 SUMMERS PAUL R 031409 00000000000.00 01 00 NOT LIEN 0r 1397300000 WHALIN HELVYN E 031009 000.0009681.22 O1 - -`--�`_ - DO NOT LIEN ~ .. "'Q309900Q00 0 d B ELECTRUNICS INC 030494 '" 000#0019182.55"'• 01 - "' 00 NOT LIEN CF7216ON FEUERIGHI F J 031126 0000000.000.00 01 00 NOT LIEN #9 93441 SHITS WILLIAM H 031610 000+0000000.00 01 00 NOT LIEN 1, 0344500000 ` '" DESCHAINE RICHARD'"'""'"', - "'-"' 034508 •" 4000040:244.57""'OI DO NOT LIEN'-"'r' . 0489400000 GAYA DENNI5 8 0305d6 000.0000134.09 O1r DO NOT LIEN 1 CFZ951FP HIGGINBOTHAM THERON 031072 40090009000:40 01 DO NOT LIEN ; t•' + 0032900000- -AMERICAN WEST WARRANTY•INS CO "" 030370 - 00000009041.96---01 ---^'---- 00 NOT LIEN -- -'~-� t 1405800000 WILCOX DALLAS 031015 000#0009085.54 01 UO NOT LIEN ��•.•� CF177REW SROVNINO RICHARD A 031067 004.0009000.00 01 00 NOT LIEN ;'•' 0529500004 GMANDES SHOES INC 030bIO '0009000.481.91 - 01 00 NOT LIEN �.t 0623400000 HUFFAKER MICHAEL 010645 000.000.187.56 01 DO NOT LIEN �. 90 0458000002 FOUNTAINHEAO INC 031279 0009000.000.02 01 - r DO NOT LIEN 1411000000 "WILLIAMS JOHN 031016 00090009033,64 ^ O1 - 00 NOT LIEN CF1344CJ KEYSER GEO A 031051 00090000000.00 01 DO NOT LIEN 0923300040 KEITH DONALD A 030787 00094009696.39 01 00 NOT LIEN 9r 0680720000 KANE INTERNATIONAL- "..."" 030677 00094019292.33 - 01 -"••• •' DO NOT LIEN 004655EOOO ARA LEASING SERVICES DIV 031118 00090000064.70 00 DO NOT LIEN CF2746EA COLLINS BILL 030196 . 00000009000.00 01 00 NOT LIEN i0 � 3i Page 8 of 10 k' -' »IEN�EXCLOSION LIST 09/22/77 0221710004 CAYFORO T004 030454 00000000116.08 01 00 NOT LIEN ' j� 0069150000"_'_ BAILEY HARLAN P II' _ 030388 080.000.207.24 0t __ - ___DO NOT'LIEN I 092750000 NEVES MANUEL 030792 000+000#126.24 01 00 NOT LIEN 0 ! .9 31270 MENDENHALL 'KATHY 031477 0000000+000.00 00 _.r DO NOT LIEN _._ ._ .• l__ . ..1217840008._ SPILLANE DONALD J 030418 00000000526.90 Ol 00 NOT LIEN 1045220000 PURE FOODS CO 030860 0000001.579.70 01 DO NOT LIEN A 6018 BERRY CHARLES E 031495 080:0000000.04 01 00 NOT LIEN `0.. CF5488AJ _" JONES M C 031103 - 00000000000.00 " 01 "a» "`"_" ""'D0 NOT LIEN i i CF9648FZ VENTURA JAMES A 031lbS 000+0000000.00 O1 DO NOT LIEN 020090000 CAMPBELL PAT 030447 00000000074.84 01 00 NOT LIEN 073860000 `- * LAWSON CARL 030702 0000000.022.68"'.'.01 00 NOT LIEN '�-" "_ -•" CF3956CU CANTER JAMES M 031084 000.0000017.55 01 UO NOT LIEN tt� 1359x00006 WAITE WILLIAM J 030942 000+000.146.48 01 DO NOT LIEN " 0636800080' ING4L0 JAY .. ..'. 030650 008+0009021.63". 01OQ NO LI N - 0948070000 ODUM CLAUDE 030801 0000000004S.49 01 DO NOT LIEN XX0254 ! WARREN BYRON 0 030285 00000000000.00 01 X _" _ 00 NOT LIEN 066440000 '- JOHNSON RAY 030663 00000000281.71--'" O1 `^ "-DD NOT•LIEN - CF7864Fw SCHU4ACMER RIC04ARO 031139 000.000.000.00 01 OQ NOT LIEN C: 0545770000 GUNDER OONALU R 030623 000+oOO.764.00 o1 00 NOT LIEN ! CF09678R 1 JORDAN JAMES MHAY 011049 040#OOd•OOO.00 of-___.»_..._._._......_._. "'DO NOT LIEi1 - i^� llb1740000 SHAMAN CLARENCE k 030893 OOOt008.042.69 01 DO NOT LIEN S tz. C r1 0318700000 OAVI BARTLO V 030502 000#000.226.52 O1 UO NOT 41EN Xr l .._ ... . . ..._._.._... .. . _.._._,. 0664100001 JOHNSON PHILIP 030662 080#0400061.10 -" 41 DO Not LIEN' q 9350H i PACIFIC STATES AVIATION INC 031511 0000000.000.00 01 DO NOT LIEN „ 1012100000 PHU KHUUNG M OR 0300.12 000#000+235.39 01 00 NOT LIEN ' -- 039060000+0"-'" ECONOMY GARDEN SUPPLY INC - 030532 00000000069.70""01 " " ""'DO N0Y'LIEN 088947000,8 MONTANIO MELVIV 030169 00000000022.51 01 00 NOT LIEN CFBS16CR } DAVIS RONALD D 031144 0000000+004.00 00 00 NOT LIEN 0020tl0E00p -" 'ALLEN 118E SALES INC 031168 000.001#792.05" 00 """"'- Q0 NOT LIEN 0312700000 DALLY HER9ERT 1 030496 000.001x575.32 01 OO NOT LIEN STLVESTRI ROGER L 030901 0539"00000 GRIMES JOHN A-' ^_ 030620 00000000012.14 O1 �__� UO NOT LIEN 1185180000- 800+000.1S3.75 81'- 00 NOT'LIEN' 0436100000 FINEFROCK PU8LISHINO INC 030559 0009001045.74 O1 00 NOT LIEN 008430000 BARRON JOSEPH R 030345 000.000.022.27 01 00 NOT LIEN CF6845CE ROSA BRUCE 031120 000#000#004.00 ""01 __.._.__ _._. _.._.. __. . 00 NOT LIEN CF2946CG SIFFORD BILLIE JOE 031071 0000000.000.00 01 00 NOT LIEN „ 0575180000 HAWK RICHARD E _ _ 030630 0081000+141.IZ 01 _ � ^ rt 00 NOT LIEN •' �' '"'0604300000 -HOFMANN HEINZ " 0306J7 o000oO0#091.23'"-01 "'OQ NOT`L(EN _ 0710100000 O1 UO NOT LIEN KNUOTSON RALPH 0 03ob92 00000000095.98 01 00 NOT LIEN 1 CF2425AG MC CRAY ROSCUE 030199 000.000.000.00 �• ! • _ 't �' '0 983240008 PARSONS GERALD 8' 030820 OQO00400064.90"` 0' -""" _ _` 00 NOT LIEN 1376300000 WASSO MICHAEL V 030998 0000000#081.07 01 00 NOT LIEN CF7384F% STUCEY GEORGE 0311JI 00000000000.00 01 00 NOT LIEN '-0978500001"" PAR ONE INC -' ' ' 030816 "" 0000000/932.SJ' 0I---- ---00 NOT LIEN" 0836900000 MC CLELLAND PHILIP 0 030752 000#0000174.55 Ot 00 NOT LIEN4i 7 0313200001 DALY LAWRENCE A JR 031253 000#000#097.42 00 DO NOT LIEN •'"`� 0368500000 DpUGAN HANK E " ' """" 031267 000+OOOt000.00 01 """ "' ""' 00 NOT LIEN 0396400000 EL CERRITO MUNTESSORI SCHOOL 031271 000+000#000.00 01 00 NOT LIEN 0377BOEOUl DUFFY CHARLES C MD 031468 000+000#141.07 00 00 NOT LIEN CF2"3bAHEl KELLY J 1 03lOb6 000#000#035.41 01 " ' UO NOT LIEN R 64T6P CUMMINGS RICHARD A 031498 0001000.000.00 01 UO NOT LIEN 109290EO01 RODA DAVID C M0 031362 000#0001113.08 00 00 NOT LIEN .. # �.j,1+ r ;#;..»: :� . . {.•I•,,.It,•{•rn:y+�,,rY,� >.; , 't. .. . ... ••,?•!!It+!"". t ri el Y L11 Lu LIEN EXCLUSION LIST 09/22/77 ! 1992000600 SMITH LEONARD 030908 00010009011.80 01 DO NOT LIEN '• k ' }� �• + —"'0088100000/ "'RATTAOELLO HALTER a/� '-" 030401 000.005.169.]5 - 01"' "" —"p0 NO7"LiEN , • : ' ✓762tl264�� ANDERSON RUNISE t9 1.1-IN` 0302906 000.000.039.51 O1 DO NOT LIEN , 0945650000 OAK BARREL INN 030/99 000.001.837.94 01 DO NOT LIEN j --OB24000000' " MASSONt LEO L MARIE "" "-""' 030743 000.000.156.69'- O1 "" -" 'DO NOT'LIEN" ` 1405500000 WILCHF.R CHARLES N 031014 000.000.022.07 01 DO NOT LIEN 1339900000 VAN SIEGMAN HENRY 030919 000.000.225.33 01 _ 00 NOT LIEN f' f717056 SANDERS CHARLES A - _ - 031471 000.0009000.00 "'O1- -'--'-»' --DO NOT LIEN 02]BO4E000 CMNISTENSEN OIL CO 031235 000.001.908.30 00 _ r DO NOT LIEN ~' �'' '17'•� CF596OCK CARSLEY FRANCES M 030237 000.000.000.00 Ol DO NOT LIEN ;; ''7T:' tlr -'0447000000-- FLYNN ROBERT B "" "- 030562'--'000.000.128.60""01 .....""'-" --p0 NOf'LIEN '- CF9262FF 0110 STEVE 031149 000.000.000.00 01 UO NOT LIEN „ CF3431AK OUNN HERBERT -_ __ 030202 00090009000.00 OI 00 NOT LIEN -`"CF7778EY' - MERNER KENNETH ALAN "- ' 0311J7--00090009000.00-0I __ UO NOY'L1 EN' 0188100000 CAOENASSO JAMES 030441 000.000.65,6.74 01 DO NOT LIEN + i 103416E000 POWELL GEORGE T 031748 000.000.016.58 00 _ _ p0 NOT LIEN ''-'• J _ ;:• 0406600000- 'ENKI RESEARCH INSTITUTE "" " 030543 -- 00090009121.06--"Ol -'- ' DO NOT' LIEN 0459200000 FOWLER RAY 010567 000.000.068.47 01 00 NOT LIEN r e I 0672900000 JORDAN DENTAL LABORATORY INC 030670 00090009427.29 01 UO NOT LIEN —0S23270000--- 'GOSELIN G 03060S---000.000.042•S1-U1 -- p0 NOT LIEN--- - 0661200000 JOHNSON CHARLES 0 03U6b8 00090009040.05 01 DO NOT LIEN u 0328800000 DE GRASSE FRANC W 030504 000.000.018.81 01 DO NOT LIEN CF5779AM BELL J M 030235 000.0009000.00- 01 -' _ 00 NOT LIEN'-'-__.. 0948300n00 OFFICE VROnUCTS L SVCS INC 03US02 000.000.248.17 01 DO Nor LIEN 12745000UD TAYLOR JAMES F 030V44 000.000.471.62 01 00 NOT LIEN 0963600000 OWENS RAY C - "- " -" "' -'030810"--'000.000.304.68 _ Ol --- ----p0 NOT LIEN"--' 0221100000 CAYFORD R T 030453 0009n009299.19 01 00 NOT LIEN i WCF7321SNYT ABELL MICHAEL 031129 000.0009OR4.84 00 DO NOT LIEN 1084000000' RILEY B(LLIE L 03Utl60 000.000.127.07 O1 ' _ ..-- - -'DO NOT LIEN ... - CF0054CM ROBINSON NORHA C 0310J6 000.0009000.00 01 DO NOT LIEN 0211600000 CAWPENTERS 46 N CAI, COUNTIES 031221 000.000.000.00 01 DO NOT LIEN I G 017S900000- " BUNKE THOMAS M - 030433 '000 r 000.018.32"' -01 - ---` - - 00 NOT L I EN-- - - ----�r•� OS93150000 HIGGINHuTHAM DENNIS ET AL 030635 00090009064.5b 01 00 NOT LIEN 0057290000 ATKINSON DONALD N 03U3tl3 000.000.220.71 01 00 NOT LIEN 0501100000 OMENS TOMMIE "' 030593 000.000.028.45" 01 UO Nor LIEN I 0458000000 FOUNTAINHEAD IVC 031218 0009000.000.00 01 UO NOT LIEN 0679500000 KALSBEEK J K 030673 000•nO09616.26 01 00 NOT LIEN � { - - 01375?0000 BOOK BIN "` 0304[0 000.000.034.9) Ol - •-- --• 'w } CF16233AN SLATTERY DENNIS V 0310'/1 000.000.000.00 01 p0 NOT LIEN u 0606800000 HOLE RICHARD J 031291 00010009000.00 01 00 NOT LIEN 0997370003 PEREIRA FRANK E 031343 0009000.026,73 00 -' pp NOT LIEN 0186950000 CAAMANU OSWALOO 031213 000,n00.341.30 02 00 NOT LIEN v CF2986SC JOVROAN WILLIAM 031473 000.0009000,00 01 DO NOT LIEN , 080493EOOI - 4ANSURI FRED H MD ""'031322 0009000 9 124.03 " 00 "-- - _ ' -_., DO NOT LIEN -►--T� " CF0848CW JORGE KENNETH 8 031046 0001000.000.00 01 DO NOT LIEN 1 1 u 0048900001 ARENA DAN 030376 0001001.243.84 01 00 NOT LIEN t '1�•� ' 1441400000 YOUNG LIFE 0314b9"" 000.0009000,00 Ol 00 NOT LIEN CF2884EA SAWYER JOHN H 031067 000.0009000.00 OI DO NOT LIEN 0932000000 NICHOLS PATRICK J 03U795 000.001415,44 01 00 NOT LIEN 0276300000 CONTRA COSTA CAMPUS LIFE INC 030477 0009000,IA1•tl9 " 01 - - p0 NOT LIEN 0572100000 HARVEY RUFUS 010629 000+000,026.14 01 00 NOT LIEN r.j".• i 0158100000 RkITfO ANTONIO G JR 031210 0009000.075,41 01 00 NOT LIEN CF0583AL VARGAS GLENN J 031041 00010009000,00 01 - UO NOT LICK 1432)00000 VRIGHT INGE 031468 00090009000.00 01 UO NOT LIEN 1152900000 SEGOVIA JESS J 030890 00090009015.47 01 00 NOT LIENAt t' J _. _.-. ._..._ _... .... ...... ._... _. _». -; EN-EX LUSION LIST Pale l0OV 22 77 �•. 02940y0000S CRAIG WILLIAM 0304H4 00000009040.96 Ol DO NOT LIEN 14120QOnUO _ M LLL AM5 SALLY 011j0!9 0000000 44 12 __p0 NOT L YN Gi4761FV "'K6LP.MG MAT THEM A""'_._... ..... ...__ O31UY4 '-' 80090009844.0 5000009800,65 0 SD NOT' t. N •--"�'r��� UU37180000000 DOY``E )AVL F 03USZ1 00090009093,63 U DO NOT L N � 0317700000 DUFFY CHARLES C 03U OUO*0009 42,47 0 _ DO NOT L �N l^' J _ X604100000 ARA55EAu F N 03U18R 00898089§12.84 Ob _._- Dg NOT LI N -.__ "•1.'� 46 5EUU1 AMA L A ING SF_MVICES DIV 0118 4 00 9 U 9 24.bL 0 NOT LI N - 451200000 FOREMAN MILLIA-4 010 64 00090009157.22 01 DO NOT LIEEN 484600000 GARDEN CREEK DEVELOPMENT CO 0103tl3 000000090" .42 01 UO NOT L F.N ,"�� i •r• n _ 144800000 LL E M LVtN LL a 0y lU9 00090089t) 014 01 U NST L FN 016{00000- '-p L Cy WA54 RD "" " ' -'-"'- 030834 000900 062 .30 - 01 --�--"-----_--- 00 NUT L N -'- F4652C1 RAMSEY CAQL E 0302}7 00090009000.00 01 UO N T L �N `.k �1�;.,��}• ` 439900000 YOUNG EMMA 03 MR 00090000024.41 01 UO NST L N :1 I 15T7700000 GUME� HUBERT M 030600 000900002]9.46 Ul - - O NOT L N _----_- �' lit EE ___�_....__... 0 NOT L LN 0 ]tl000U0 RALES tUDD "' ' OJ1 VS OOOr0019034,76"- 02""' 8 004655FOOS ARA LEASING SERVICES DIV 031�tl5 0000000rU65.14 00 pp0 NOT L rN F7211EP SANC4Z PEDRO C 0.11 18 00090009000.00 01 DO NO 1 L EN ry 4 - X741300000 EA RAYMONn 030704 0009000911].35 _ U _ UO N0T L rN 1 �' 422;!00000'- ASKpMSKI rOLFGANG " --- 010705 00 000`*333.0` 0 --'-�- 00 NOT• �N- 1145600000 MY MICHAEL J O3Utl8B 00 900 913097 01 UO NOT L EN 1 :• 11x0218 LLllLLLL1E t,ARRY G avle 030 44 00090009tl38.08 01 00 NOT L EN 11 _ vUORMIES MI``LIAM A aLy /;S_ _ 010 VO 080 90009000.02p 01 00 NOT LI N -' 013000001 AINS*00HIM MELVIN K 050 _ 0000000052972- 01"'- NOT L EEN -' HS 94300006 MACKAY NETL M ODS 0307J2 00000001531.05 01 DO NOT L IN N 98000OU0 ROUNEY k JppMD 030817 00000009358.23 01 DO NOT L 11 '• 1 3� ZZ 50000] GRAND�UHENTES INC 030911 -OO :900rS1t;. 3 I - - - U6NAT N6 10000-' {{NK�UOOUO b(LLA ROMA RISTORANTE INC 0.70486 00090Ou0Y62;VU Ol UO NOT L N r 165555551000ba SHL O1L CO 031116 00090000268.01 00 UO NOT l,l l,, •� 1V ; '00 F3 2 94P MOMARI� JAMES R 0]U UI 00 00000000.00 U __ __ _ _ NST N -' 116610000' OUHOSE OREF.N "' 0]0614 00800009110e,95 .. 0 -- �jS NST fI N 0C462000000 FRANCIS WALLACE M 010569 00000000 40.03 0� p0 NOT �1 N • ,. 0009000,000.00 0 Do NO EN D80d?0E000 MAHIANNEHSUN VLY APPARELC7I1 _ OOU d� 00810000924.47- 00 - ---• DS NST L FN 111111349 00000- ' VI�K`YG `NSSfRUMENA CO II""JJ p N T L E'N _ 10 4523 PACIFIC STATES AVIATION 0 14tl4 08000000000.00 8� 00 NOT L ffN 0224000000 CEN RAL AUTO SERVICE CTR INC 0 1216 0000000009 .19 01 80 NOT L EN '01 114004002p00 MHITEE INEODORE M. n I. 1 00 00 90 �j VN + GFR169ET 11AHREN w M 030gb� 00890800060:OU 8� DO N01 L N • - _• ----•--�+� r /I 55029 FUMRMAN FtOMENCE 0314V` OOUr000.000.00 ull O v8R9800000 MONTGOMERY DUPLE 0307770 0000000x370.26 O! DO NOT L N i 0 16400000 HAYES FRED n n306J1 0 00009128.65 01 - 00 NOT Lt u 1�•I . CC 96b5FM ---SPRAGUE ScLARENCE F - -- 033511t 808,00 0000.05 81 - - R8 -- CF06000`V COATES E09�IN A OJ1U4?. 000*008,000.00 Ol -_�.__ - _-_ _ DD NOT L� N 0403000000 EMMO NS FORRFST R 0 OSJR n00rnO90141.51 01 6320200008 TUHNFR THOMAS M 0 09ba 0 0089 44.12 01 qT EE 41/20000 FUHRER MARRY 03 U5/4 00 000 94]7.14 U` - --- - 88 N8T L`f 1" 0383tl0E000 DYNAMIC PALLET CORP OJuJ19 00090120795.66 ul UO NOT LIrN CF2417FH MARTIN MANU L N 0310b? 0009000,000.00 01 00 NOT Liv 1 049000000 ARENA 5 J 03UJIY 000900 9245. 2 01 _ p0 NOT L PN 1 { --'0063U50000" - AVtRY OOVGII,AS T L RICHARD L "'-"' }1142 OOU90089U35.�Z"" 01 - OO NOT L N- r 61R6NS000O SIM04 OLORGF V HD 0309U? OUO00069149.JU UI UO NOT L N 830J00000 HAAWE L EVEAETT L 011315 000000 0000.00 01 UO NOT L N „ 5Y67A RA�HJEN RICHAHD L 0314V4 OOOr00S9800.0U 06 p0 N T L N 0046SSE006 AH LtASING SERV CES DIV 03 183 000000 * 14.80 U - 80 NST L IN ( Gt .1 J L _._..._... - ._. .. .. .. 111 _-_ ._�__ .. ..__-__�_... _... ..... _ •r 'J In the Board of Supervisors of Contra Costa County, State Of C01if0mic November15 In the Matter of TRAVEL AUTHORIZATION IT IS BY THE BOARD ORDERED that George H. McConnell, Building Inspection Department, is AUTHORIZED to attend the Mechanical SubCommittee meeting - 1APM0- ICBO (International Association of Plumbing and Mechanical OFficials and International Conference of Building Officials), San Antonio, Texas, during the period of December 12 - 15, 1977, at no expense to the County. PASSED BY THE BOARD on November 15, 1977. I hereby certify that the foregoing Is a true and correct copy of an order a-000d an the minutes of said Board of Supervisors on the date aforesaid. Orig: Building Inspection witness my hand and the Seal of the Board of cc: County Administrator Supervisors offixed thisl5th day af—"jwwzb=-., 19-22 R. O LSSON. Clerk B t D*puty Clerk r=2': Patricia '* cia A. Hell H-24 4/77 15m 01 In the Board of Supervisors of Contra Costa County, State of California EX OFFICIO GOVERNING BOARD OF THE CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 November 15 , 19 77 In the Matter of Hearing on Proposed Condemnation of Certain Real Property, Sanitation District 15, Bethel Island Area — W. 0. 5400-927. The Board on November 8, 1977 having continued to this time the hearing on the proposed condemnation of certain real property in the Bethel Island area required for a sewer system; and The Public Works Director having recommended that action on this matter again be postponed until certain location issues can be resolved, IT IS BY THE BOARD ORDERED that this hearing is continued to 11:40 a.m. , November 29, 1977. PASSED by the Board on November 15, 1977. 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. Originator: Public Works, Witness my hand and the Seal of the Board of Real Property Supervisors cc: Mr. William Boyd, via R/P affixed this 15tblo of November ig 77 Mr. John J. TfcNamara, y — via R/P Mr. Joseph Spotts, via R/P J. R. OLSSON, Clerk Mr. Richard Pearson, 8y „ Deputy Cierk Zj via R/P Mr. Mike Landis, C.D.M. , Sandra L. Niel on via R/P Environmental Control, Attn: Robert Jackson 0 1 ! i�}r H-24 3/76 15m t In the Board of Supervisors of Contra Costa County, State of California November 15 , 197_7_ In the Matter of Appointment of Frances Bendix in the class of Staff Nurse III On recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the reemployment eligible list of Frances Bendix in the class-of Staff Nurse III at the top step ($1,436) of Salary Level 382($1, 302 - $1,436) effective November 1, 1977, is AUTHORIZED as requested by the Director, Human Resources Agency. Passed by the Board on November 15, 1977. 1 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: Director of Personnel Witness my hand and the seal of the Board of cc: Director HRA Supervisors Administrator affixed this 15tifay of November 19 77 Auditor-Controller Medical Services J. R. OLSSON, Clerk e � B C ' Deputy Clerk Patricia A. Bell H -24 3/76 ISm 0 259 In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Conciliation Agreement - Baird, Briant, Beard, Cornelius, Davis, Winter As recommended by the Director of Personnel and County Counsel, IT IS BY THE BOARD ORDERED that the following settlement claiins are approved, and the Director of Personnel is AUTHORIZED TO execute an Equal Employment Opportunity Commission Conciliation Agreement with respect thereto: Ruth Baird $2,357 Inez Briant 895 Dora C. Beard 840 blyrta M. Cornelius 925 Vivian Davis 913 Harriett Winter 842 Passed by the Board on November 15, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of cc: Director of Personnel Supervisors Auditor-Controller affixed this 15th day of November 1977 J. R. OLSSON, Clerk ey --� Deputy Clerk Jeanne 0. iliaglio H-244/7715m In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Approval of State Contract #29-226-4 (State #77-59348) IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State Contract #29-226-4 (State #77-59348) for the period 9/30/77 to 7/31/78 to provide $15,000 in State funds for the Hypertension Coordinating Council Project. PASSED by the Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts 6 Grants Unit Supervisors cc: County Administrator County Auditor/Controller affixed this 15thday of November 19` 77 Health Department -7 J. R. OLSSON, Clerk ey Deputy Clerk Maxine M. Ne eld EH:sh H-24 3/76 15m APPROVED BY THF. r a CONTRACTOR STANDARD MGREEMIENT �' ATTORNEY GENERAL f.ATE OF.CALIFOnNIA . !TATE AGENCY *To. 2 mfzv. 11/75) 0 DEPT. OF GEN. SER. CONTROLLER THIS AGREEMENT, made and entered into this M day of _7111V , 19_7-7-, ❑ is the State of California, by and between State of California, through its duly elected or appointed, ❑ qualified and acting -'•TLE OF OFFICER ACTING FOR STATEAGENCY NUMtl ER Chief, Program Services Branch Department of Health 77-59348 lrttaiDfter called Urc Stafc,and County .of Contra Costa (Health Department) 29 - 226 - Li J rwr/ter called the Contractor. VITNESSETH: That tate Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State aetreinafter expressed, does hereby agree to furnish to the State services and materials, as follows: ;51t forth service to he rendered by Cori trac for,amount to be paid Contractor,time for performunce or completion,and attach plans and specifications,i/wfy.l 1. The contractor shall conduct a program for the control of high blood pressure in accordance with his application submitted to the State. 2. The specific objectives to be met and the activities to be performed by the contractor pursuant to this contract are as stated in Exhibit C (consisting of 2 pages) which is appended hereto and incorporated as part of this contract by this reference. 3. The contractor agrees to furnish the State with a final report of accomplishments under this contract no later than August 31, 1978. The State may withhold up to $2,000 on payment of the contractor's final invoice until a satisfactory final report is received. (continued on page 2) r>O>~bY APPROIVEp The provisions on the reverse side hereof constitute a pad of this agreement. IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written. STATE OF CALIFORNIA'. CONTRACTOR AGENCY EP TRA TOR tI 111 TN AN AN INDIVIDUAL. STAT[ WHETN[R A CORIVORATION Department of Health 7 J' County of C tra Costa (Health Dept.) ax 'AUTHORIZED SIGNATURE) AU jtHATUREI N Boggess TITLE Edward E. Stahlberg, Chief c Chairman, Board of SupervisorNOV 15 1977 Program Services Branch ADDRESS 651 Pine Street ICOMTINUED ON-1-s.EETS. EACH SEARING NAME OF CONTRACTORI M$ Department of General services AMOUNT LNCUMtlEREO APPROPRIATION FUND Health and Safety Code Public Health Federal Use ONLY 15,000 Rgg-grf-io. no UNENCUMBERED BALANCE ITEM CHAPTER STATUTFS - FISCAL YEAR 1977-78 11977-78 ADJ. INCN1[A31rC EIICUMAAA.CE FUNCTION Operating Expenses _ ADJ. 0ECNEA31M1; EIICVM..ANCC LINE ITEM ALLOTMENT 1809-173-48-00 1 hereby f erUfy ufNln my awn 1UIN N:r, iI IIIIIOTII.11);C Jlev that hul/:J furNlT.B.A. NO. S.R. NO. . tiro nvuih+hlr for till. Ir•rflml f:ud porl1w.a ref Iln•rxluTlditure Slmese afNlvrr SIGNATUNq OF ACCOUNTING OFFICER DATE I han by cartrfy fluff fill condltllms for imew4itil•IRa (tittle in Staley Adminlxtrutivr•.Mltnual 5ectiuu 1.309 have lot-en clNtiphull with ural flit,dlog'unwnt LI exr•rlht frnfa regvicm ly the m!smirtllNtflt of ' Iy1 Qu SIGNATURQOFFICER SIGNING ON BEHALF OF THE AGENCY DATE - . I1;S R1 re8Cen u i$ r`T exeWrti T., ",L• County of Contra Costa (health Department) page two of two Contract No. 77-59348 4. The contractor agrees to cooperate with the State in providing such data and information as the State may request, and in participating in meetings and site visits at locations where the work of the contract is being performed, as the State may deem necessary for the monitoring and evaluation of the contractor's performance. 5. The period of this contract shall be September 30, 1977 through July 31, 1978. 6. The attached Exhibit A(F), entitled Additional Provisions, is made a part hereof by this reference. 7. In consideration of the above services, performed in a manner acceptable to the State, the State shall reimburse contractor not more frequently than monthly in arrears, upon submission of an invoice in quadruplicate stating the time period covered for actual expenditures in accordance with the budget, attached hereto, and shown as Exhibit B. The contractor may make changes in any individual line item in the budget, provided that such changes in the aggregate as to any individual line iter; shall not exceed $2,000; that the contractor submit an explanation of the need for such excess with the claim for reimbursement and to specifically identify the line item(s) to be reduced in order to increase the excess item(s) and provided further that the State reserves the right to deny any such claim for any excess reimbursement on any item. It is further understood that in no event shall the maximum amount payable under this agreement exceed the maximum amount specified in paragraph 8 of this agreement. 8. The total amount payable by the State to the contractor under this contract shall ' not exceed $ 15,000 9. Invoices, reports and other communications from the contractor shall be sent to High Blood Pressure Control Unit, Chronic Disease Control Section; Department of Health, 714 P Street, Sacramento, CA 95814. 10. The State reserves the right to use and reproduce all reports and data produced and delivered pursuant to this contract and reserves the right to authorize others to use or reproduce such material provided that the confidentiality of patient files and records is protected pursuant to applicable laws and regulations of the State. 11. This contract may be terminated by either party' upon 30 days' written notice to the other party. 00263 EXHIBIT B BUDGET - CONTRACT NO. 77-59348 Contra Costa County Health Department September 30, 1977 - July 31, 1978 PERSONNEL MONTHLY SALARY PERSON-YEARS AMOUNT Project Assistant $ 1,550 0.4 $ 7,440 Clerk 761 0.4 31654 Nurse/Educator 1,550 0.1 1,860 SUBTOTAL, SALARIES AND WAGES $12,954 Less Salary Savings 1,000 NET TOTAL, SALARIES AND WAGES $11,954 Staff Benefits @ 10.9% 1,300 TOTAL PERSONNEL SERVICES $13,254 OPERATING EXPENSE Supplies $ 1,000 Travel 746 TOTAL OPERATING EXPENSE $ 1,746 TOTAL BUDGET $15,000 00264 EXHIBIT C cOA'TRACT NO. 77-59348 STATMENT OF CONTRACTOR'S OBJECTIVES A14D ACTIVITIES Contra Costa County Health Department OBJECTIVE I To develop and implement a functioning; county-wide hypertension coordinating council with at least 50% of its membership representing consumers and to include representatives of autonomous providers of high blood pressure services. ACTIVITIES 1. Identify and contact consumer, ca.-.:unity, and provider organizations having interests in high blood pressure control. 2. Once identified, consumer, cc=munity and provider organizations will be brought together for council meetings. OBJECTIVE II To develop a written five year plan for hypertension control in Contra Costa County. ACTIVITIES 1. To identify, based on latest c:c :crraphic and vital statistic information, the geographical/neighborhood ._areas with the greatest need for increased high blood pressure control services, and to assure that limited resources will be targeted to these areas. 2. To inventory available high blood pressure resources in Contra Costa County. 3. To make progress toward the creation and functioning of at least one additional High Blood Pressure service project in a high risk target area in Contra Costa County. This will include, but is not limited to, the provision of increased patient and community education activities in the high risk target area of Pittsburg. OBJECTIVE III To begin develc,r:nenL of an informal-ion center for High Blood Pressure Education and resource materials. ACTIVITIES 1. To collect, review, and catalog available high blood pressure educational materials from local, state, and national sources. Contract No. 77-59348 page two of two OBJECTIVE III (continued) ACTIVITIES 2. To publish, disseminate, and update periodically a directory of community hypertension resources. 3. To disseminate available high blood pressure educational materials, resources information, and information regarding hypertension epidemiology and control to interested and involved community agencies. 01.12h fi Exhibit A (F) STATE OF CAWFORNIA DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising; Iayoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of the Equal Opportunity 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 provided by the agency Contracting Officer, advertising the labor union or workers' representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Federal 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 Federal 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 contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (6) In the event of the Contractor's noncompliance with the discrimination clause of this contract or with any of such Federal rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further State contracts in accordance with procedures authorized in Federal Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Federal Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Federal 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 State may direct as a HAS 1197(4176) means of enforcing such provisions including sanctions for noncompliance — provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the State, the Contractor may request in writing to the State, who, in turn, may request the United States to enter into such litigation to protect the interests of the State and of the United States. ( 8) Any reimbursement for necessary traveling expenses and per diem shall be at rates not to exceed those applicable to regular State employees under State Board of Control rules. No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. ( 9) All equipment, material, supplies, or property of any kind purchased from funds advanced or reimbursed under the terms of this agreement and not fully consumed in the work described herein shall be the property of the State. At the time of purchase of equipment under the terms hereof the Contractor shall submit a list of such equipment in,accordance with the instructions and format contained in the attached Exhibit A-1. Contractor shall at the request of the State, submit an inventory of equipment purchased under the terms of this contract or any predecessor contract for the same purpose. Such inventory will be required not more frequently than annually. At the close of the project covered by this agreement the Contractor shall provide a final inventory to the State and shall at that time query the State as to the disposition of said equipment. Final disposition of such equipment shall be in accordance with instructions from the State to be issued immediately after receipt of the final inventory and request for disposition instructions. (10) Prior authorization in writing by the State will be required before the Contractor will be reimbursed for any purchase order or subcontract exceeding $1,000 for any articles, supplies, equipment or services or for any fee, or other payment, for consultation of one hundred fifty dollars ($150) or more per day. The Contractor must provide in its request for authorization all particulars necessary for evaluation of the necessity or desirability of incurring such cost, and as to the reasonableness of the price or cost. For purchase of any item exceeding such minimum dollar amount, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. The Contractor must include in a written agreement with the vendor, or the subcontractor the following clause: "Name of Vendor or Subcontractor) agrees to maintain and preserve, until three years after termination of (Contractor's name)'s agreement with the State of California, and to permit the State of California or any of its duly authorized representatives to have access to and to examine and audit any pertinent books, documents, papers and records of (N`ame of Vendor or Subcontractor) related to this (purchase order) or(subcontract)." The terms "purchase order" and "subcontract" as used in this paragraph (10) only, excludes: (a) purchase orders not exceeding $1,000; and (b) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. 01) All personnel employed by the Contractor under this contract shall meet the standards of training and experience required for comparable positions in State employment, as determined by the State. If the Contractor maintains a local merit or civil service system, then the personnel employed under the budget shall be subject thereto, providing such local system is generally comparable to standards with the State civil service system as determined by the State. -2- Exhibit A (F) (12) Examination of Records (a) The Contractor agrees to maintain books, records, documents, and other evidence pertaining to the costs and expenses of this contract (hereinafter collectively called the "records") to the extent and in such detail as will properly reflect all net costs,direct and indirect, of labor, materials, equipment, supplies and services and other costs and expenses of whatever nature for which reimbursement is claimed under the provisions of this contract. (b) The Contractor agrees to make available at the office of the Contractor at all reasonable times during the period set forth in subparagraph (c) below any of the records for inspection, audit or reproduction by an authorized representative of the State. (c) The Contractor shall preserve and make available his records(i) for a period of four years from the date of final payment under this contract, and (ii) for such longer period, if any, as is required by applicable statute, by any other clause of this contract, or by subparagraphs 1 or 2 below. 1. If this contract is completely or partially terminated, the records relating to the work terminated shall be preserved and made available for a period of three years from the date of any resulting final settlement. 2. Records which relate to (i) litigation or the settlement of claims arising out of the performance of this contract, or (ii) costs and expenses of this contract as to which exception has been taken by the State or any of its duly authorized representatives, shall be retained by the Contractor until disposition of such appeals, litigation, claims, or exceptions. (d) Except for the records described in subparagraph (c) 2 above, the Contractor may in fulfillment of his obligation to retain the records as required by this clause substitute photographs, microphotographs, or other authentic reproductions of such records, after the expiration of two years following the last day of the month of reimbursement to the Contractor of the invoice or voucher to which such records relate, unless a shorter period is authorized by the State or its duly authorized representative. (13) A final invoice and, if required by this contract, a final report shall be submitted by the contractor within 45 days after the termination date hereof except as may be otherwise specified herein. If a final report is required by this contract final payment hereon shall be withheld until after receipt by the State of an acceptable report. (14) Any inventions made in the course of or under this contract shall be promptly and fully reported to the Chief Deputy Director, California State Department of Health. Patent applications shall not be filed on such inventions without the prior written consent of the aforementioned individual. (15) Officials Not to Benefit No member of or delegate to Congress or the State Legislature shall be admitted to any share or part of this contract, or to any benefit that may arise therefrom; but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit. (16) Covenant Against Contingent Fees The Contractor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty the State shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. (17) Inspection The State, through its authorized representatives, has the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. (18) Nondiscrimination in Services, Benefits, and Facilities The Contractor will not discriminate in the provision of services because of race, color, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. Section 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by state and federal law. For the purpose of this contract, distinctions on the grounds of race, color, creed, or national origin include but are not limited to the following: denying a participant an}, service or benefit or availability of a facility;providing any service or benefit to a participant which is different, or is provided in a different manner or at a different time from that provided to other participants under this contract;subjecting a participant to segregation or separate treatment in any matter related to his receipt of any service;restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the participants to be served. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. (19) Procedure for Complaint Process The Contractor agrees that complaints alleging discrimination in the delivery of services by the contractor or his or her subcontractor because of race, color, national origin, creed, sex, age, or physical or mental handicap, will be resolved by the State through the Department of Health's Affirmative Action Complaint Process. O1 2 io -4- Exhibit A (F) (20) Notice of Complaint Procedure The Contractor shall, subject to the approval of the Department of Health, establish procedures under which recipients of service are informed of their rights to file a complaint alleging discrimination or a violation of their civil rights with the Department of Health. (21) Only Applicable to Hospitals The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, creed, national origin, or sex, in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by law. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: advertisement conspicuously displayed advising the public that emergency health services are available without regard to race, color, religion, sex, or national origin and without regard to ability to pay. (22) Only Applicable to Hospitals Accepting Medi-Cal Patients The Contractor will not discriminate against the intended beneficiaries of funds monitored by the State because of race, color, religion, sex, or national origin in accordance with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d, rules and regulations promulgated pursuant thereto, or as otherwise provided by law. The Contractor will take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: advertising conspicuously displayed advising the public that Medi-Cal services are available to the public without regard to race, color, religion, sex, or national origin. 09271 C In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Molter of Approving Consulting Services Agreement with Hardison & Komatsu Assoc. for the Court Facility Remodel , Administration Building, Richmond. (4403-4188) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute the Consulting Services Agreement with Hardison & Komatsu Assoc. of Richmond for programming and master planning of the Court Facility Remodel , Administration Building, Richmond. This Agreement is effective November 15, 1977 and provides for maximum payment of .$3,500.00, which amount shall not be exceeded without further written authorization by the Public Works Director. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Bldgs and Grnds Supervisors cc: Public Works Department affixed this 15thdoy of November 19 77 — Agenda Clerk Architectural Division J. R. OLSSON, Clerk County Auditor-Controller By ���.� , Deputy Clerk J. Dye County Administrator N•POUS P. Burton Hardison & Komatsu 002 kit H-24 3/76 ISm CONSUITIIG SERVICES AGREEME"T 1. Soecia Con'w'_tions. These Special Conditions a-re !S.co.—,Iorated below ty refererze. (a) Public Agency: Contra Costa CQun v (b) Ccnsult-_it's ;'w e & Add_--ess: Hardison and KomatsM Associates 160 Broadway. Richmol3d, California 94804 ' (e) Effective Date: floveMbgrJ5. 1 7 ` (d) Project Kane, :: APPEROU A The professional services to be performed under the Consulting Services Agreement dated November 15, 1977 between Hardison and Komatsu Associates and Contra Costa County shall consist of the following: 1. Develop architectural program of space requirements based upon information provided by the Architectural Division in collabor- ation with the County Administration, judges and clerks of the court. If authorized at additional compensation, engage and coordinate the services of a court planning consultant. 2. Masterplan spaces based upon an approved architectural program. 3. Develop construction phases and schedules to suit the approved plans for tenant relocation as prepared by the County staff. 4. Prepare preliminary estimates of construction cost suitable for budget purposes. 2 ,4 Microfilmed with board order MARDWON AND KOYAIM AMOCIATM APPENDIX B HOURLY RATES - 1977 Rates applicable to hourly accounts effective July 1 , 1977 are within the ranges outlined below. Each Billing Rate is established at 2.50 times that individual 's Personnel Expense.* PAYROLL BILLING CATEGORY RATE RANGE RATE RANGE Principals $12.00 to $16.00 $36.00 to $48.00 Associates $ 9.00 to $12.00 $27.00 to $36.00 Project Architect $ 8.00 to $10.00 $24.00 to $30.00 Job Captain $ 6.00 to $ 9.00 $18.00 to $27.00 Project Designer $ 7.00 to $ 9.00 $21 .00 to $27.00 Construction Administration $ 6.00 to $10.00 $18.00 to $30.00 Project Administration $ 6.00 to $10.00 $18.00 tO $30.00 Specification Coordinator $ 8.00 to $11 .00 $24.00 to $33.00 Interior Designer S 6.00 to $10.00 $18.00 to $30.00 Senior Designer/Draftsman S 6.00 to $ 8.00 $18.00 to $30.00 Intermediate Designer/Draftsrian $ 5.00 to $ 6.00 $15.00 to $18.00 Assistant Designer/Draftsman $ 4.00 to $ 5.00 $12.00 to $15.00 Apprentice $ 2.50 to $ 4.00 $ 7.50 to $12.00 ` Technical Typing $ 3.00 to $ _7.00 $ 9.00 to $21 .00 *Personnel Expense is defined as the employee's payroll hourly rate plus a 20% payroll burden consisting of the customary and mandatory benefits which vary from time to time. 0 2`11 Microfilmed with board order DESIGN • N15URA COMPANY SO CALIFORNIA STREET,SUITE 54S . SAN FRANCISCO,CALIFORNIA 94111 CERTIFICATE OF INSURANCE THIS CERTIFICATE IS ISSUED AT THE REQUEST OF: Deatey,'Ren;cn & AssociatesP,0• Box 11lG=; ���3 Broadway ATTN: Oai:Iarl�. Ca!i:cr►;ia 594611Contra Costa County/Dep't, of Public Works (4:5) 651 Pine Street, 6th Floor DATE ISS<IED: Martinez, CA 94553 10/28/77 THE POLICY INDICATED BELOW BY POLICY NUMBER,POLICY PERIOD AND LIMITS OF LIABILITY HAS BEEN ISSUED TO: INSURED'S NAME AND ADDRESS: Hardison & Komatsu Associates 522 Washington Street San Francisco, CA 94111 TYPE OF INSURANCE DATE LIMITS OF LIABILITY AND POLICY NUMBER MONTH DAY YEAR BODILY INJURY AND PROPERTY DAMAGE DESIGN PROFESSIONALS' EFFECTIVE EXPIRATION LIMIT OF LIABILITY: DEDUCTIBLE PROFESSIONAL LIABILITY CONTINUOUS UNTIL �r� EACH 700456 8/28/77 CANCELLED s '250,000 DAMAGES s 10,000 OCCURRENCE COMPREHENSIVE GENERAL LIABILITY EFFECTIVE EXPIRATION LIMIT OF LIABILITY EACH OCCURRENCE OR IN THE (EXCLUDING AUTOMOBILES) AGGREGATE: CONTINUOUS UNTIL 700456 8/28/77 CANCELLED s 1,000,000, DESCRIPTION OF OPERATIONS AND LOCATION TO WHICH CERTIFICATE APPLIES: All operations of the insured. SPECIAL PROVISIONS: In the event the policy is cancelled by the Company as provided herein or a material change is made in the insurance afforded by the policy, written notice of the effective date of such cancellation or change shall be mailed to the above named certificateholder no less than thirty (30) days prior thereto. It is further agreed that Contra Costa County, its officers, agents and employees, is named as additional insured under Coverage Part II, Comprehensive General Liability. This certificate of insurance is merely a recital of insurance afforded by the company on policy and endorsement forms in use by the com- pany.Nothing contained herein shall operate to alter such insurance. Issued at Oakland. CA DESIGN PROFESSIONALS INSURANCE COMPANY /; -16 : y •/ 1 DE T Microfilmed with board order U ON " SSO S R E CERT WM 683-1 OPIC 177 CERTIFICATE OF INSURANCE Certificate issued to_....__..-COT MY OF COPITRA COSTA ._.._.............._•._...................._....._..._. Address............ 25 COURT STREET, 14ARTr-7EZ, CA. 94553 This is to certify that the following policies,subject to their terms,conditions and exclusions,have been issued by . this Company: Name of Insured......_... RDISON AND KONlATSU ASSOCIATES 522 WASHINGTON ST., SAN FRANCISCO, CA. 94111 Address------•--......... __.........-.....................---.---...__ _ __--_......................___....__.__._.__. POLICY EFFECTIVE EXPIRATION TYPE OF INSURANCE NUMBER DATE DATE LIMITS OF LIABILITY Workmen's Compensation 788JB2025 1-1-77 1-1-78 Statutory S Each Person Employers'Liability $ Each Accident Medial $ Each Person $ Each Person Comprehensive General Bodily Injury S Each Occurrence $ Aggregate Products S Each Accident S Aggregate Operations Comprehensive General Property Damage $ Aggregate Protective $ Aggregate Products $ Aggregate Contractual $ Each Person Automobile(Bodily Injury) $ Fxh Accident Automobile(Property Damage) $ Each Accident $ Each Person $ Each Accident $ Each Accident $ Aggregate $ Each Person $ Each Accident Remarks: ............................................................._-..............................................................--••-•--•--...•---......-•-.._......----...._...-•---•-•...._------•----••----•-------- The SAINT PAUL-MERCURY INDEMNITY COMPANY will mail to the said address a record of any material change in or cancellation of the said policy or policies but takes no responsibility for the failure to do so. SAINT P -MERCURY INDEMNITY COMPANY 10-27-77 Dated....................... ......- ----------•---------- .._ By..................... .... .. • ----_ -----...._........._..........-...------ Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California Noveffsher 15, , 1977 In the Matter of Approving Deferred Improvement Agreement for SUB MS 91-77, Alamo area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with WILLIAM F. LEHMAN , permitting the deferment of construction of permanent improvements required as a condition of approval for SUBDIVISION MS 91-77, Alamo area. PASSED by tEe Board on November 15, 1977. J N Y >O 2 G_ CJ U .g O U ' G Q 0 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. Witness my hand and the Seal of the Board of Originating Department: PW (LD) Supervisors cc: Recorder (via P.W.) affixed this 15th day 19-2_7_ Public Works Director Director of Planning J. R. OISSON, Clerk County Assessor �/ William F. Lehman By.1 i 2,�C,a, r �7 r Y (�� �'��i, Deputy Clerk 181 Oak Road i Danville, CA 94526 Sandra L. Nielson H-24 4/77 15m 002- 78 l In the Board of Supervisors of Contra Costa County, State of California November 15, , 1977 In the Matter of Approving Deferred Improvement Agreement for SUB MS 257-76, Alamo area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with LOUISE -H. KOCHENbbRFER permitting the deferment of construction of permanent improvements required as a condition of approval for SUB MS 257-76, Alamo area. PASSED by the Board on November 15„ 1977. N x 0 v y a C T, ' i� CCC^ C' 0• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: PW (LD) Witness my hand and the Seal of the Board of Supervisors cc: Recorder (via P.W.) affixed this 15 day of NnvFmhpr 19�_ Public Works DirEctor Directcr of Planning County Assesscr J. R. OLSSON, Clerk Louise H. Kochendorfer -� 1200 Danville Blvd. By, ���I,�x�1uZ'��T� �. r-C44,�,l0eputy Clerk Alamo, CA 94507 Sandra L. Nielson 00279 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Detention Facility Project, Approve Addendum 1 for Detention Facility . Precast Concrete (Project No. 5269-926-(50)). WHEREAS the Board on October 25, 1977, approved plans and specifications and bird due date for the Detention Facility Project Precast Concrete, and Addendum 1 , modifying said plans and specifications, having been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the aforesaid Addendum be approved and issued; IT IS BY THE BOARD ORDERED that said Addendum to plans and specifications is hereby APPROVED. PASSED and ADOPTED by the Board on. November 15, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Detention Facility Project affixed this 15th day of November . 19 ZZ— cc County Administrator County Auditor-Controller J. R. OLSSON, Clerk Public Works Director By01/ e clerk County Counsel �dra l,- on Turner Construction (via P.W.) H-24 3/76 15m =EWM NO. Detention Faci.litY precast Concrete Project No. 5269-926-(50) Dated: November s, 1977 The following ormat-iM should be Hated in reviewing t1u.s Addenda: 1. The Bid receipt date remains unchanged* 2. This Addendum must be a6mawledged. when You submit Your Bid Proposal- 3. A new Proposal Form is included with this AddendUm- L J. R. OLSSON CLERK BOARD O: SUPERVISORS CONLr1 COSTA CO. Maofilmed with board order. 00281 CCCDF Precast Concrete Addendum No. 1 November 8, 1977 I. CHANGES TO THE SPECIFICATIONS 1. Section J, Proposal: A new Proposal Form is included which adds Alternate F. 2. Section 03300, Cast-In-Place Concrete, Page 2, 1.2.C: add new Finish F as follows: "Finish F: striated and retarded by incorporating a. form liner b. architecturally cast concrete C. form retarder The striated and retarded finish shall utilize a chemical form retarder to produce a finish similar in all respects to the sample approved by the Archi- tect. " 3. Section 03300, Cast-In-Place Concrete, Page 12, 2. 1.E.1.g.2, add the following: "Exception: coarse aggregate for precast concrete Alternate finishes A, B, C, and F shall be 3/4 inch gravel as supplied by Claude C. Wood Company, Lodi, California. " 4. Section 03411, Precast Concrete, Page 6, 2.1, add new paragraph I as follows: "I. Insulation: provide rigid urethane insu- lation in sandwich panels as shown in the drawings and schedules. Insulation shall be Owens-Corning Urethane or Architect's approved equal. " 5. Section 03411, Precast Concrete, Page 9, 3.2.D.5.b.1: delete. (Steam or hot water curing shall not be allowed because it causes unacceptable color changes. ) 6. Section 03411, Precast Concrete, Page 1, 1.2.A, add the following: "Work shall include design and detailing of all precast concrete work. " 7. Section 03411, Precast Concrete, Pages, add: 1.6 DESIGN A. Design Code: Design shall conform to the requirements of the Uniform Building Code, 1976 Edition. 0111282 -1- CCCDF Precast Concrete Addendum No. 1 November 8, 1977 B. Design Criteria 1. Finished dimensions, shapes, configura- tions, and thicknesses of precast mem- bers shall be as noted on the contract drawings. 2. The structural design of the precast concrete units, for conformance to contract drawings and all applicable code requirements, shall be provided by the Contractor and submitted to the Engineer for review. Approval by the Engineer and the Department of Building and Safety of the County of Contra Costa must be ob- tained by the Contractor prior to the date of fabrication. The design calculations of the precast units and the connections, and the design drawings shall be signed by a Structural Engineer licensed in the State of California, and provided by the Contractor. 3. The precast units shall be designed for tributary wind and seismic forces in addition to the vertical loads. The vertical loads shall include the weight of all the elements supported by the precast units in addition to its own dead load. The minimum amount of reinforcing shall be as shown and equal to .002 times the gross concrete area of the unit in each direction. The precast units shall be connected directly to the structural steel members. The connections shall be designed to resist a force equal to two (2) times the gravity load of the unit acting in any horizontal direction. Connections and panel joints shall be be designed to allow for a relative movement of twice the story drift of the building. The story drift for the Detention Building is 1/4" . Connections shall have sufficient ductility and ro- tational capacity so as to preclude fracture of the concrete or brittle failures at or near welds. Inserts in concrete shall be attached to or hooked around reinforcing steel, or otherwise terminated so as to effectively transfer forces to the reinforcing steel. -2- ���} 3 CCCDF Precast Concrete Addendum No. 1 November 8, 1977 II. CHANGES TO THE DRAWINGS 1. Sheet A 7.2: a. Elevation 4: delete panels J-3 and J-4. (These walls are to be cast-in-place con- crete. ) 2. Sheet A 7.4: a. Elevations 7 and 8: eliminate the mullion pattern in the large window. The correct configuration is shown in the Precast Panel Schedule. b. Elevation 8: panel type is U-1. C. Elevation 18: change panel type X-10 to X-8. d. Elevation 23 in top row of sheet: change to read 27. (The correct elevation 23 is in bottom row. ) 3. Sheet A 7.5: delete panels P-6, Q-8, P-7, and Q-8. (These walls will be of cast-in-place concrete. ) 4. Sheet S 14.1 and S14.2: insulation shall extend through horizontal and vertical bars (typically #51s and #6's) , and extend insulation to line of bars sur- rounding window openings. 5. Replace the following sheets with sheets enclosed as part of this Addendum marked " 1 Addendum No. 1, November 8, 1977" S14.1, S14. 2, S14.3, S14.4. -3- 00284 CCCDF Precast Concrete Addendum No. 1 November 8, 1977 III. CHANGES TO DETAILS AND SCHEDULE 1. Sheet 45.01: a. Note 1: add second sentence as follows: "Joint width between panels shall be 3/4 in. " b. Note 12: delete and substitute the following: "12. Provide a total of 253 stainless steel threaded inserts for 1" diameter stainless steel bolts (to be located iaterj in panel types P,Q. R, S, T, U, V, and X. " 2. Replace the following sheets with sheets enclosed as part of this Addendum marked " 1 Addendum No.l, November 8, 1977" : 45.03, 45.05, 45.09, 45.11, 45.12, 45.13, 45.14, 45.17, 45.19, 45.20, 45.21, 45.23, 45:24, 45.25, 45.26, 45.27, 45.29, 45.30, 45. 31, 45. 32, 45. 33, 45.34, 45.41, 45.44, 45.76, 45.77, 45.78. {{ 3. Sheet 45.01: Add new note 14 as follows: t "14. Rigid insulation in sandwich panels is 3 in. thick. " 01.1285.1285 -4- CCCDF Precast Concrete Addendum No. 'l November 8, 1977 D. Connections for precast concrete bracing shall be attached to floor beams before erection. E. Each precast unit" shall have a minimum of two vertical load support attachments to the structural steel building frame. Each of the two attachments shall be located not more than a distance "e" from each end of the unit. In this context "e" equals 1/6 of the length of the unit. Any additional attachments that may be required shall be spaced equally between the two end attach- ments. Each precast unit shall also have a minimum of two upper panel lateral attach- ments to the structural steel building frame. Where the distance between upper panel attachments exceeds 10'-0", provide addition- al attachments as required. All attachments and bracing required to stabilize and support the precast units shall be furnished and installed by the precast contractor. 8. Section 03411, Precast Concrete, Page 10, 3.2.E.2, delete and substitute: "Back or reverse side: Steel trowel finish'. " 9. Revisions to Information to Bidders Part II: Substitute the following paragraph: 1. Scope: A. Contractor will furnish and install all Precast Concrete as sham or noted on the Contract Drawings and as specified in Section 03411 - Precast Concrete. Work will include installation of anchorage devices, stud bolts, supports, inserts and fastenings required for installation of precast concrete units. Work includes any structural outriggers and stiffners that attach to the structural steel frame to provide support for the precast units. Work includes all connections shown or noted on Contract Drawings S14.4, Rev. 1, dated NovaTber 7, 1977. Stiffner plates welded to Structural Steel are to be field applied under this Contract (3" x 1/2" x l'-0" plate per detail 2 on S14.4, 4" x 1/2" plate per detail 3 on S14.4 and 3" x 3/8" plates per detail 4 on S14.4 are all installed under this Contract) . The Structrual Drawings indicate the general intent for reinforc- ing of the precast units. The actual reinforcing of each panel shall be shown on shop drawings submitted for approval by the Contractor. The Contractor will include all costs for reinforcing of precast panels within his bid, understanding that variations in panel dimensions and configurations will -5- 0028, O CDF Precast Concrete Addendum No. 1 November 8, 1977 require minor modifications on a panel by panel basis from the general reinforcing layout shown on the structural draw- ings. Costs for modification of reinforcing layouts should be included in your Base Bid. B. Contractor shall be responsible for cutting of metal deck and edge stops as required to install precast connections. Contractor shall coordinate cutting requirements with the Structural Enaineer. Concrete blockouts and filling of blockouts for precast connections will be by others. C. All inserts in precast panels for the purpose of receiving window frames will be furnished by others and installed under this Contract. D. All precast mullions in poured in place concrete walls are by others. E. Should the precast contractor elect to use a precast mullion similar to that detailed on Sheet 45.91, he shall be respon- sible for providing all inserts to afix the precast mullion. This insert should be independent of the window frame con- nection insert. Information to Bidders Part II: Add the following paragraph: 11. Payment Payment will be made for fabricated panels stored in the Contractor's yard and approved by the Architect. The Contractor will urovide proof that the panels are insured and transfer title to the County of Contra Costa. For purposes of payment completed panels stored in the Contractor's yard will be valued at Sixty-Five Percent of the Contract Amount. This percentage will be subject to retention provisions as specified else- where in the Contract Documents. -6- f�02 J ADDENDUM. NO. 1 November 8, 1977 (Bidder) PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL THE 23rd Day of November 1977 at 2:00 PM, in the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for the Contra Costa County Detention Facility Precast Concrete in strict conformity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID Shall include all of the work for the construction and completion of all Precast Concrete, Base Bid shall include the use of Finish Type A. For the sum of: Dollars ($ ). ALTERNATES 1 . Finish B: State the amount to be added to or deducted from the Base Bid for providing Finish Type B. See Section 03300, Page 2. Add the sum of: Dollars ($ ). Deduct the sum of: Dollars ($ ). ADDENDUM NO. 1 November 8, 1977 PROPOSAL . (Bid Form) (Continued) 2. Finish C: State the amount to be added to or deducted from the Base Bid for providing Finish Type C. See Section 03300, Page 2. Add the sum of: i Dollars ($ ). Deduct the sum of: Dollars ($ I i 3. Finish D: State the amount to be added to or deducted from the Base Bid for providing Finish Type D. See Section 03300, Page 2. Add the sum of: Dollars ($ ). Deduct the sum of: Dollars ($ ). j r 4. Finish E: i State the amount to be added to or deducted from the Base Bid for providing Finish Type E. See Section 03300, Page 2. Add the sum of: Dollars ($ ). Deduct the sum of: Dollars 5. Finish F: State the amount to be added to or deducted from the Base Bid for providing Finish Type F. See Section 03300, Page 2. Add the sum of: Dollars ($ )- Deduct the sum of: Dollars ($ )• J-2 Wi��1J ADDENDUM -NO. 1 November 8, 1977 i PROPOSAL (Bid Form) (Continued) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other Contract Documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making. up this Bid. It is understood that this bid is based upon completion of the work within 237 calendar days from and after the date of the Notice to Proceed. The undersigned hereby certifies that this bid is genuine and not a sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corpora- tion to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for himself an advantage over any other bidder. Attached is a list of the names and locations of the place of business of the subcontractors. Attached is bid security as required in the Notice to Contractors. OCash IZ) Bidders Bond O Cashiers Check OCertified Check The following addenda are hereby acknowledged as being included in the bid: Addendum # dated Addendum # dated Addendum # dated Firm By Title Address _ Phone Licensed in accordance with an act providing for the registration of Contractors, Classification and License No. Dated this day of 19 J-3 l 1: � V ' ADDENDUM NO. 1 November 8, 1977 PROPOSAL (Bid Form) (Continued) LIST OF SUBCONTRACTORS: Portion of Work Name Place of Bidders ! i . r i J-4 • ADDENDUM NO. 1 November 8, 1977 REQUIREMENTS--AN AFFIRMATIVE ACTION PLAN Certifications A. Bidders' Certification. A bidder- will not-be-el-igible--for-award of a contract under this invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: BIDDER 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereto for which it is eligible under Part 1 of these Bid Conditions for partici- pation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County i 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 affirmative action steps contained in said Part II on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being I 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 0029 J-5 - � A i IIIIIIIIINI�IIINIIIIII�INNN III 6 { I _ i t N FP �� � IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIN IIN111NI � j N Fmfr A 1� ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLwghUn 10/24-COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 x}5.03 00293 415.398.5191 ` J r L AL !�q LA III s A 4fft C C t d F.F. x s �•. _ �+ .�� 11111111�IIIIHIilliiliiiillillllll{NIIIIIII{IIN�IIIIN i N FF -' 40 71 h ••� IL �- _ A .B _ lQiMp INS"TION I 'l'1-i(fV4-------------- � lig 1-0� 1'-10' �•'-7�/4� © ADDENDUM 1 8 NOVEMBER 1977 i K kn/McLaughfin DATE CONTRA C,U6TA C 0LKIY DETENTION FACILITY ARCNITECTS PLANNERS s 0�2�f' 901 BAIRY STREET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 4-5.6)5; ( !7 415.398.5191 EQ. i -v �. _ xurrF..r� 7A ��• ' 1111111111111111111111�III�IIIII111 �I�1�1111 III _ N � =:� 111111f1i1f IIf111111iIf111IIIIIIINIfIIIII11I111�IIIII��IIN� r• - '� .Gfi` — _oft► 2a q=4' r-- -` - AI --- ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin DATE CONM CMA COLMY DETENTM FAM" ARCHITECTS PLANNERS 1 a124- 901 BA TENRC(YSCSTTR C 94111 SHEET PRECAST PANEL SCHEDULE 00,2-4 J SAN FRA0 415.398.5191 -- � - a� lot E - XIIINIAl11Nl n s s a tlIINn111�WNmm @VI �I Ali EXTENT of w �U1111111111111111 f ���}�p#� Oil T�I��—AYIliED� � �wN�Qoaxnwr � E e DATE CONTRA COSTA COUNTYOElFN11oN FACILITY ��� oi¢a i�rsrvEas SHEET s: P ,sxe �, STREET 24 SAN FRANCISCO . S n 45.11 PRECAST PANEL SCHEDULE E TYPE HEIGHT WIDTH END COMMENTS E/1 24'-8" 10'-9" STR. E/2 24'-8" 10'-9" STR. SEE FIG. E/3 NOT USED E/4 NOT USED E/5 24'-8" 10'-9" STR. SEE FIG. E/6 24'-8" 10'-9" STR. SEE FIG. FIGURES N pm I. NOTES , ADDENDUM 1 8 NOVEMBER 1977 Ka lan/M�La�lghlui- DATE P CONTRA COSTA COUNTY DETENTION FACILr Y -10/24 - ARCHITECTS PLANNERS - - 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE i SAN FRANCISCO CA. 94111 45. 12 n ) 415.398.5191 "rb . lC- h i { - � Jill lii11i1111111111�1 r t i . lop CILF.F M1 _- AP. r-VAT 49W:P KPFF,"�aP _ _ ADDENDUM 1 1_!1 8 NOVEMBER 1977 Ka lanl4u" DATE C�pgRA COSTA coLr TY DE�TEN ON FACILITY ARCHITECTS PLANNERS lall+ - r� 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE 0 t�/198 SAN FRANCISCO CA. 94111 415.39$•5191 PRECAST PANEL SCHEDULE F TYPE HEIGHT WIDTH END COMMENTS F/1 24'-8" 10'-9" STR. F/2 21'-8" 10'-9" STR. F/3 NOT USED F/4 24'-8" 10'-9" STR. SEE FIG. FIS 24'-8" 10'-9" STR. SEE FIG. FIGURES F F 4 S jr kt 3i m 0 I NOTES r ADDENDUM 1 8 NOVEMBER 1977 • OATE Kaplan/McLa _. a/, C014TRA COSTA COLIM DETENTUN FACILITY ARCHITECTS PLANNERS PRECAST PANEL SCHEDULE fiir_��1J 901 BATTERY STREET SHEET SAN FRANCISCO CA, 94111 45. 14 415.398.5191 3 3 � _ I ea `y F r �► � J �:t, fffffffff�ffffffff����fff�lffflffffff CIO �j - �N o L fl! i ADDENDUM 1 8 NOVEMBER 1977 TE lLVlan/MCj�ugh .. . j0t ARCHITECTS TREETNERS ��. d a(� I 9m BATTERY S PRECAST PANEL SCHEDULE 0� 3 ►0 SAN FRANCISCO CA. 94111 415.398.5191 i 17L 10'(�J \" / Cf ff-40 J Q- - OIJTWNE OF 2 I I I ( OMAOTH GoNORETE •rl I I I b� � I e i ' I �,�KEb CoNG. •�� •_ � ;poo. ,�.; e::: o:•�•. © ADDENDUM 1 8 Nov. , .1977 X0/24-- CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET . � PRECAST PANEL SCHF4 SAN FRANCISCO CA. 94111ajd f1 415.398.5191 PRECAST PALL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS J/1 6'-1-1/ " 15'-0" STR. J/2 10'-1-1/ " 17 1-1011 STR. J/3 7'-11-1 2" 8'-3-3/4" STR. OID J/4 7'-11-1 2" 9'-10 3/4"STR. V ID t FIGURES NOTES ADDENDUM 1 8 Nov. , 1977 /M�La Ka lanDATE CONTRA CUN COSTA COUNTY DETENTION FACILITY P _ _:129 ARCHITECTS PLANNERS 901 BATTERY STREET SET SAN FRANCISCO CA. 94111 45.20 PRECAST PANEL SCHEDYJ J 415.398.5191 i K el ' i • F F. � ' N —---- _ (01(oa . i t © ADDENDUM 1 8 Nov. , 1977 Kaplan/M�Laughlin Ial24. CONTRA CMACODUN DETENTION FAiCLITY ARCHITECTS PLANNERS _ 901 BATTERY STREET 45.21 - PRECAST PANEL SCHEI�j SAN FRANCISCO CA. 94111 1)1 MW 415.398.5191 aur-nw►t� � L. ?PANEL 0 / 6 PAC-T*0 1 JT. LINE L— m f . U�, - 1 •• r F.F 7 j J _" 41.7101 ' 7�-3r 71—'1 V21 1 111-7M 1 !_ -- . -- - ADDENDUM-Il-:7-8 NOVEMBER 1977 • DATEjBII�MCLM �10f24_ CONTRA COSTA COUYTY DETENTION FaCIUTY ARCHITECTS PLANNERS PRECAST PANEL SCHEDULE 901 BATTERY tERY STREET sWXT SAN FRANCISCO CA. 9411100 04 415.398.5191 PRECAST PANEL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS L/1 271-5;4" 111-7" STR. Al FIGURES NOTES ADDENDUM 1 S NOVEMBER 1977 • DATE � Kaplan/McLau"n - /24-- CONTRA C )STA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL-SCHEDULE SAN FRANCISCO CA. 94111 5,28-_ 00305 415.398.5191 1 2 orp HANG v ZL� r his NFF I t r f 5,r1 ADDENDUM 1 8 NOVEMBER 1977 DATIaI]�MCIAU -10124 CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS PRECAST PANEL SCHEDULE 901 BATTERY STREET SHED (N���f�b SAN FRANCISCO CA. 94111 45.25 1415-398-5191 PRECAS i PANEL. SCHEDULE M TYPE HEIGHT WIDTH END COMMENTS M/1 19'-23.," 7'-6" STR. 4 M/2 19 '-234," 7'-6" STR. OPP. HD. M/1 FIGURES NOTES Q ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin DATE CONTRA C=A COLPO Y DETENTION FACILITY ARCHITECTS PLANNERS SHEET 901 BATTERY STREET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 45.26 010307 , , 415.3985191 - N N � r r 1 - o lei I 0 X45 '! eIM. 71 O" I In ADDENDUM 1 8 NOVEMBER 1977 Kaplan/MCLaughUh °"o�24 Cavan C0STA CONN DETENT N FACS ITY ARCHITECTS PLANNERS 901 BATTERY STREET sHEET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 x}.5.27 --_ 01031 8 415.398.5191 ° �• 7* . fi N d ' is ;�► . -Vo � - U _ 4 . P� 5, ADDENDUM 1 8 NOVEMBER 1977 KVlan/McLaughUm 'j CONTRA COSTA COW Y DETENnON FACLffY ARCHITECTS PLANNERS ! 901 BATTERY STREET S } ET PRECAST PANEL SCHEDULE 1 03{0 SAN FRANCISCO CA. 94111 4-r7,Q11 415.398.5191 PRECAST PANEL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS P/1 21'-8" 74-6" STR. P/2 14'-0" 7'-6" STR. P/3 14'-0" 7'-10" (L)MIT. P/4 14'-0" 4'-8" A\ STR. P/5 14'-0" 7'6-7 (L)MIT. 45.76A P/6 10'2-1/2' 9'-7-1/4" STR. LNOTUSED D P/7 10-2-1/2-7 '-0-1/2- STR. . FIGURES NOTES ADDENDUM 1 8 NOVEMBER 1977 C DATE CONTCOSTA COLIM DETENTION FACUTY La ��24 -_ RA ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE 00310 SAN FRANCISCO CA. 94111- _ 3 p 415.398.5191 s s - r O - dJ F. , �t- Q 70 ------ - - - - -- off. � .: -•:• :.1 - _ - -. "_ • _ -- ` ADDENDUM 1 8 NOVEMBER 1977 C DATE CONTRA CASTA COUNTY DETENTION FA�CIL�TY Kaplan/M Laughlin ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE (1/1 1 SAN FRANCISCO CA. 94111_ 1 ll!!1 l 415.398.5191 PRECAST PANEL- SCHEME TYPE HEIGHT WIDTH END COMMENTS Q/1 21'-8" 7'-6" STR. Q/2 14'-0" 7'-6" STR. 0/3 14'-0" 7'-10" (R)MIT. 45.75A Q/4 14'-0" 6'-8" (L)MIT. 45.75A Q/5 14 '-0" 6'-8" (R)MIT 45.75A Q/6 21'-6" 11'-7" STR. Q/7 14'-0" Z7'-:7h" (R)MIT. 45.76A Q/8 10-2-1/2-7--l" STR. NOT USED 3 FIGURES I l NOTES 1\ ADDENDUM 1 8 NOVEMBER 1977 C DATE CC)rVTRA CM'Y COSTA Ca DETENTION F Lff Y La 2* Kaplan/M hti �. 0 CHII T CTSERY STREET s► PRECAST PANEL SCHEDULE 00312 SAN FRANCISCO CA. 94111= 415.398.5191 i FF, - Fn 1 � G A !� rA 1s ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughHn DATE CONTRA Cob'TA COUNTY DETENTION FAiCILITY ARCHITECTS PLANNERS �O/24 � - / 901 BATTERY STREET SET 33 . PRECAST PANEL SCHEDULE 0 313 SAN FRANCISCO CA. 94111 415.398.5191 PRECAST PANEL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS R/1 21'-8" 10'-9h" (R)MIT. 45.76A R/2 21'-B" 10'-9h" (L)MIT. 45.76A FIGURES NOTES Q ADDENDUM 1 8 NOVEMBER 1977 jan/�Ij�Laug�lllri DATE CONTRA C.=A COLIN TY DETENTION FACLITY P l 0/2 -= ARCHITECTS PLANNERS , 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE 0031-4 SAN FRANCISCO CA. 94111 45 t - 415.398.5191 1 ION4 _ 1 -7 - 2 - -- _ - HR R F,F 4 V 1 i r � k Q r" �" Dom. .?` _• ,. •o o tl D o- _ —•�►• ._.._ ____..._ A\ ADDENDUM 1 8 NOVEMBER 1977 Alan1McL�a�ghlin DATE - Co ORA QMA oaWff oETE16M WL" RITECTS PLANNERS 941 BATTERY STREET SET RECAST PANEL SCHEDULE (�t�•1_! 5 SAN FRANCISCO CA. 94111 415.398.5191 _ i PRECAST PANEL SCHEDULE x TYPE HEIGHT WIDTH END COMMENTS X/1 21'-8" 7'-6" STR. X/2 NOT USED X/3 21'-8" 7'-4" STR. X/4 NOT USED X/5 NOT USED X/6 21'-8" 10'-10" (R)MIT. 45. 76A X/7 21'-8" 10'-10" (L)MIT. 45.. 76A X/8 21'-8" 7'-6" STR. SEE FIG. X/9 21'-8" 7'-6" STR. OPP. HD. X/.8 X/10 21'-8" 7'-6" STR. SEE FIG. NOT USE -X711 11'-e'Aj' T- &'' No. FIGURES X X X � 1v NV o ' .F. 31 -' NOTES + ADDENDUM 1 8 NOVEMBER 1977 Kaplan/M DATE 2�- A CC*ff COSTA COLKrY DETENTION FACLITY CLaughlin ARCHITECTS PLANNERS - I a/ 901 BATTERY STREET SET SAN FRANCISCO CA. 94111-46.44 ] PRECAST PANEL SCHEDULE 415.398.5191 PANEL v o {./� o .�a .. °O A MI TEK ( V TYPE FANEL. coNNECT j,0N 4 t 1� ?ADDENDUM 1 8 NOVEMBER 1977 00317 I�llaWMGIAA19hlin- -Npv 3��0� CONTRA CMA CCLITY DETFN M FACL" ARCHITECTS PLANNERS ERY STREET T F PRECAST PAWL SCHEDULE SAN FRANCISCO CA. 94111 �Fj,?"f�, '_: i 415.398.5191 MWFIL-F- TA MATCH 11 INTeKFOKM 1514" OR T loo- . W M , 00 p 0° o o ' ©0 ° o �- A .110RECAEbT R115j DETAILro Oa Q o ADDENDUM 1 8 NOVEMBER 1977 KvlanlMcLaughim DATE 0 CONM COSTA COUNTY DETENTIIoiN FAC L" ARCHITECTS PLANNERS f r1 901 BATTERY STREET s � RECAST PANEL SCHEDULE [l03-1 8 SAN FRANCISCO CA- 94111_ 415.398.5191 10� 1. L o 0 5u 5" Gp L &u °° 00 f Oo- - �. OD o. :o5t7r! o 01 vV - A &-PL)rf00Kr NOTCH _ 13 FA65GIA _ I a 1 dD O t i �G-� pF.LKING l�G�KET_-- QADDENDUM 1 8 NOVEMBER 1977 � I .Iva � ION FAC AIr1/ M� DATE i 1L1[l �CO6TA COUYfY DETENTILIW =ARCHITECTS PLANNERS 10 .2s�- 901 BATTERY STREET - ET PRECAST .PANEL PANEL SCHEDULE SAN FRANCISCO CA. 9411 X6.7 P 00319 415.398.5191 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearings on ) Application Numbers 2141-RZ, ) November 15, 1977 2101-RZ, and 2112-RZ to Rezone ) Land in the Danville Area. ) The Board on October 18, 1977 having fixed this time for hearings on the recommendations of the Planning Commission with respect to the requests of Mr. P. E. Frazier et al, applicants and owners, (2141-RZ) and Isakson and Associates, applicant, (2101-RZ and 2112-RZ) to rezone land in the Danville area from General Agricultural District (A-2) to Single Family Residential District-65 (R-65) , in lieu of Single Family Residential District-40 (R-40) as originally requested; and Mr. A. A. Dehaesus, Director of Planning, having advised that Negative Declarations of Environmental Significance were filed for these proposals; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the General Plan designation for the area is Country Estates (one acre minimum lot size) but that the Planning Commission recommended an R765 zoning classification to allow for compatibility with the surrounding area, and having noted that the Planning staff was of the opinion that an R-40 zoning classification would be appropriate inasmuch as it would not preclude design restrictions which could result in larger parcels; and Mr. Harry Campbell and Mrs. Margaret Frazier, applicants, (2141-RZ) having objected to the proposed R-65 zoning classification and having stated that their properties were zoned R-40 *at the time of purchase and they were of the opinion that an R-40 zoning classifi- cation would be appropriate for development; and Mr. Arthur Shelton, attorney representing Ms. Liahona Christensen (2101-RZ) and Mr. Dean Criddle,et al, (2112-RZ) having stated that an R-40 zoning classification would be suitable for the area inasmuch as it is consistent with the General Plan; and The following persons having spoke in opposition to the proposed R-65 zoning classification and having requested that an R-40 zoning be considered: Mr. Edward Grens, 543 E1 Pintado Road, Danville Mr. Ken Nielson, 574 E1 Pintado, Danville Mr. Ned Clyde, President of Remmil Corporation, c/o Mason-Mc Duffle, 230 N. Hartz Avenue, Danville Mr. Jay Skinner; 456 E1 Pintado, Danville; and The following persons having concurred with the proposed R-65 designation, stating that an R-40 zoning classification would provide for more development thereby creating problems with roads, schools, and soil erosion: Mr. William Gagen, Jr. 22 Toyon Terrace, Danville Mr. Alvin Hunt, 315 El Pintado. Heights Drive, Danville Mr. Walter J. Wilke, 98 Toyon Terrace, Danville Mr. James Mitchell, 521 E1 Pintado, Danville Mrs. Dorothy Shapland, 640 El Pintado Road, Danville Mrs. Robert Sutherland, 511 El Pintado, Danville Ms. Marilyn Tandrow; and Supervisor E. H. Hasseltine having stated that although an R-40 zoning classification would comply with the General Plan, it would not be appropriate for every parcel and, therefore, having recommended that the hearings be closed and the three proposals be referred to the 010, 20 San Ramon Valley Area Planning Commission to develop criteria in order to determine the zoning pattern for the entire area and subsequent recommendation to the Board; and Supervisor J. P. Kenny having expressed the opinion that inasmuch as the proposals had already been through the County Planning Commission it was now up to the Board of Supervisors to make a decision; The Board members having discussed the matter, IT IS ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the following vote: AYES: Supervisors R. I. Schroder, E. H. Hasseltine, and W. N. Boggess. NOES: Supervisor J. P. Kenny. ABSENT: Supervisor N. C. Fanden. 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 15th day of November, 1977 J. . OLSSON, Clerk By 41, C" Ronda Amdahl cc: Mr. P. E. Frazier et al Isakson and Associates Mr. Dean Criddle et al Ms . Liahona Christensen Director of Planning 00.121 l L In the Board of Supervisors of Contra Costa County, State of California November 15 19 77 In the Maher of Hearing on Appeal of Mr. Lars T. Delin from Action of Board of Appeals- on Application for Land Use Permit No. 2173-76, Bethel Island Area. The Board on October 18, 1977 having fixed this date for hearing on the appeal of Mr. Lars T. Delin, owner, from the Board of Appeals denial of application for Land Use Permit No. 2173-76 to establish a 40-unit dry storage facility for pleasure boats in the Bethel Island area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the proposed East County General Plan Amendment indi- cates agricultural-residential designation for the subject property and that, although the present A-2 zoning does allow boat storage facilities after the securing of a land use permit, the Board of Appeals made the findings that approval of the application would be an intrusion of commercial use into an area designated for agricul- ture and that a precedent would be established for other non- agricultural development of adjacent properties; and Mr. Delin having stated that lack of water and sanitary facilities would preclude use of the land for residential purposes, and having requested that his application be approved inasmuch as the present zoning allows the proposed use and there is an increasing need in the area for boat storage; and Supervisor E. H. Hasseltine having concurred with the need for additional storage facilities, having stated that in his opinion the proposed use would be compatible with existing retail businesses and would be an appropriate land use, and therefore having recom- mended approval of the application subject to the conditions proposed by the Planning staff; IT IS BY THE BOARD ORDERED that the appeal of Air. Lars T. Delin is GRANTED and Land Use Permit No. 2173-76 is APPROVED subject to conditions (Exhibit "A" attached hereto and by reference made a part hereof) . PASSED by the Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of CC: Mr. L. T. Delin supc'rvrison Wes Anderson & Associates affixed this 15th day of November 1977 Director of Planning Public Works Director Director of Building J. R. OLSSON, Clerk Inspection By �e �2�-rt� , Deputy Clerk County Health Officer Vera Nelson 40222 H-24 4/77 15m 2173-76 EXHIBIT. West Anderson &'Associates Conditions of approval for Land Use Permit No. 2173-76: 1. This permit is approved to allow construction of two structures to accommodate 40 dry boat storage units, similar to those indicated on the plans submitted with the application dated dated by the Planning Department October 12, 1976 subject to the conditions listed below. 2. Prior to the issuance of a: building permit the applicant shall submit a revised plan for review and approval by the Zoning Administrator. . The revised site plan shall include the extent of area to be surfaceiaround the buildings, parking and intended use of the balance of the property.. 3. Vehicular maneuvering area around the buildinas shall not extend beyond 501 of the structures and shall be gravel surface. 4. *Prior to the issuance of a building permit, elevations and arch- itectural design of buildings and structu' res 'shall be subject to final review and approval by the County Zoning Administrator. The proposed buildings shall be constructed in such a manner that their design, colors and exterior materials are compatible with that of existint, rural agricultural uses and structures in the area. S. Comply with landscape and irrigation requirements, as follows: A. A landscape and irrigation plan shall be submitted for review and approval by the County Zoning Administrator. Special attention should be given to drought resistant trees, shrubs, - plants and drip type irrigation systems. A cost estimate or copy of contract for landscaping improvements shall be submitted with the plan. Landscaping and irrigation shall be installed prior to occupancy. B. If occupancy is requested prior to the installation of the -1 landscape and irrigation improvements, then either: (1) , cash deposit; (2) a bond; or (3) a letter of credit, shall be delivered to the County for 1.00 percent of the estimated cost of the uncompleted portion of the landscaping aid irri- gation improvements. If compliance is not achieved after six months of occupancy, as determined by the County Zoning or the completion ' Administrator, the County shall contract f of the landscaping and irrigation improvements to be paid for by the held* stint. The County shall return the unused portion within one year of receipt or at the completion of all work. If drooi!,dit conditions exist, the six Inonths period can be exr,.-,idcd by the Zoning Administrator. 010,323 2173-76 Wes Anderson & Associates C. All landscaped areas must be maintained in good condition at all times. D. Landscaping materials shall be informal and species which are generally associated with agricultural uses (i.e. eucalyptus, willow, oak, etc.). 6 Any proposed fencing on the site shall be of an agricultural variety and shall be subject to the review -and approval of the County Zoning Administrator prior to installation. _ 7. Any proposed lighting shall be low intensity sufficient to provide illumination for safety and security without unnecessary glare. Exterior lights shall be deflected so that lights shine onto applicant's property and not toward adjacent properties and shall be subject to Zoning Administrator's review and approval. 8. All signs are subject to Zoning Administrator's review and approval. One sign may be permitted on site for identification only. It shall be designed in a manner compatible with the rural character of the area. 9. The applicant shall comply with the requirements of the Bethel - Island Fire District. 10. The applicant shall install a heat or smoke sensitive chemical fire-fighting system (or some alternative adequate fire-fighting system subject to the Zoning Administrator's review and approval.) 11. -The approved buildings shall be used for the storage of boats only. There shall be no flammable materials stored on the site or within the structures. There shall be no cleaning or repair work of any kind permitted within the buildings or on the site. There shall be no outdoor storage permitted on the site. 12. The applicant shall comply with the requirements of the Building Inspection Department. 13. The applicant shall comply with the requirements of the County Health Department. 14. The applicant shall comply with the requirements of the Public Works Department as follows: A. Storm water flows frown the developed portion of the subject property shall not be discharged into the roadside ditch. i B. Surface water originating oi, the :subject property shall not be. discharged in a concentrated manner onto adjacent land. 00,324 .. 1 2173=76 Wes Anderson & Associates C. Execute a Deferred Improvement Agreement with the County obligating the parcel involved in this permit which shall require that the owner: Construct curb, necessary longitudinal drainage, and pavement widening on Bethel Island Road. The face of,the curb shall be located 10 -feet from the widened right-of-way line. In accordance with_ the Frontage Improvement Policy approved by the Board of Supervisors, the Subdivider must construct the pavement widening adjacent to the curb on Bethel Island Road to a maximum width of 20 feet. The County will assume the responsibility for the balance of the pavement-widening, provided .that the Subdivider dedicates the right-of-way widening and constructs the curb and sidewalk. D. An encroachment permit shall be obtained from the Public. Works Department, Land Development Division for the drive- way connection within the right-of-way of Bethel Island Road. l ' 0032" IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Releasing Cash Deposit for Subdivision 4047, San Ramon Area. On July 30, 1973 this Board accepted the improverrents in the above-named Subdivision, with minor deficiencies for which a cash deposit was made to insure their correction; and now on the recommendation of the Public Works Director: The Board finds that the minor deficiencies have been corrected; and It is by the board ORDERED that the Public Works Directcr is authorized to refund to Kaufman & Brcad the $6,000 ..cash deposited to insure correction of the deficiencies evidenced by the Deposit Permit Detail Number 106494 dated Murch 16, 1973. PASSED by the Board on November 15, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of an Order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of tte Board of Supervisors affixed this 15th day of November 1_CZ I. J.R. OLSSON, CLERK By, Deputy ClErk �f Sandra Z. Nielson Originating Department: PW (LD) cc: Public Works Director-LD Kaufman and Broad 880 Hinckley Rd. Burlingame, CA 94010 00,326 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on ) Requests of Mr. Constantinos ) November 15, 1977 Papaionnou with Respect to ) Cardroom License. ) The Board on October 25, 1977 having continued to this date the hearing on the application of Mr. Constantinos Papaionnou for partial transfer of ownership of his cardroom license and for vari- ances to permit an increase in the number of card tables from four -to a maximum of ten and to extend the hours of operation from Friday through Sunday continuously; and The Board having received a letter from Harry D. Ramsay, County Sheriff-Coroner,' advising that the usual background investiga- tion indicates no reason to disapprove Mr. Papaionnouts requests; and Mr. Dale C. Adams, attorney representing the applicant, having stated that his client desires to include the name of his wife Theresa on his license to permit continuation of the business should he become incapacitated; and Supervisor W. N. Boggess having stated that inasmuch as there was no intent to create two separate licenses, he would support the request and, as recommended by Supervisor E. H. Hasseltine, IT IS ORDERED that the partial transfer of license ownership is APPROVED by unanimous vote of the Board members present. Supervisor Hasseltine having then recommended approval of the request for a 24-hour operation on Friday and Saturday nights but retention of the 2:00 a.m. closing from Sunday night (2:00 a.m. Monday) through Thursday night (2:00 a.m. Friday) ; and Supervisor Boggess having stated that he could not support an extension in the hours of operation inasmuch as it would be a further expansion of cardroom privileges to which he is opposed; and The recommendation of Supervisor Hasseltine was approved by the following vote: AYES : Supervisors J. P. Kenny, R. I. Schroder, E. H. Hasseltine. NOES: Supervisor W. N. Boggess: ABSENT: Supervisor N. C. Fanden. Thereupon, Supervisor Hasseltine, noting that a report from the Fire Marshal had not been received with respect to the request for an increase in the number of tables, recommended continuation of said item, and Mr. Adams being in agreement, IT IS BY THE BOARD SO ORDERED. CC: Mr. C. Papaionnou CL:;rf ICil COPY Mr.. Dale C. Adams t County Sheriff-Coroner _:••rrtiiy that thi>: is a full. tete & correct cope of .• nrtq=n,! ;!neument which is on file in my office. County Counsel t!t,". it Was N'Tered F adaf-tod by the Board of Count Administrator :�t1l,f'..i;its of Ccrtra Costa County. California, on County d:i:? ElIrk.-n. ;t1 FS : J. R. OLSSON. County Clerk:-e;•offic!o Clerk of said Board of Supervisors, by Leput3- Clerk. on • In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Authorization for County Medical Services to Give "Notice of Exclusion From Class Action" The Board having considered the report and recommendation of the County Counsel that County Medical Services, as a class member of general acute care hospitals, has received a "Notice Of Pendency Of A Class Action" in Carex International Inc. v. Jerome Lackner, et al. , Los Angeles Superior Court No. CA 000294, w is action seeks a judicial declaration concerning the validity of license fee levels for general acute care hospitals; and Since County Medical Services has no interest in this action because it is exempt from the payment of said licensing fees (Health & Safety Code §1266) ; and Unless the County gives written notification of exclusion from the class and the action, the County would be responsible for paying a proportionate share of attorneys' fees and costs in this action; IT IS BY THE BOARD ORDERED that the County Medical Director is authorized to give "Notice of Exclusion From a Class Action". Passed by the Board on November 15, 1977. 1 hereby -certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Counsel Witness my hand and the Seal of the Board of George Degnan, M.D. , Supervisors Medical Director afBxcd this 15th day of November . 19_-U Administrator Human Resources Director ^ Jhr R. OLSSON, Ck � eye �LLCU n a . l! Deputy Clerk Patricia A. Bell H-24 4177 15m in the Board of Supervisors of Contra Costa County, State of California Nvehrl5 . 19 ],Z In the Matter of Proclaiming Thursday, November 17, 1977 as "The Great American Smoke Out" in Contra Costa County. On the recommendation of Supervisor I N. Boggess, IT IS BY THE BOARD ORDERED that November 17, 1977 is proclaimed as "The Great American Smoke Out" in Contra Costa County and all citizens are urged to support the American Cancer Society in its endeavors pertaining to same. PASSED by the Board on November 15, 1977. 1 hereby certify that*the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. _ Witness my hand and the Seal of the Board of cc: Public Information Officer Supervisors County Administrator affixed thisl5th day of November 19= / J. R. OLSSON, Clerk Bye(p :/o �L� lr1v. Deputy Clerk Jamie L. Johnson 042029 029 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Compensation Adjustment for Three Management Classes (Personnel) . The Board having received a November 8, 1977 memorandum from Mx. Arthur G. I0,ill, County Administrator, recommending salary adjustments of approximately 2-1/2 percent for the following management classes : Chief Deputy Agricultural Commissioner, Senior Probation Supervisor-Juvenile, and Departmental Accountant in the Public Works Department; and Mx. Will having co=,ented that as a result of the management audit of the Department of Agriculture, the position of assistant Agricultural Commissioner-Director of heights and Pleasures was cancelled and in order to provide continuity of management in the absence of the Agricultural Commissioner-Director of Weights and Pleasures , Mr Danielson has designated the Chief Deputy Agricultural Commissioner to act in his capacity; and Supervisor E. H. Hasseltine having inquired further as to the rationale of the 2-1/2 percent adjustment for the Chief Deputy Agricultural Commissioner; and It having been suggested that the matter be referred to the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) , IT IS SO ORDERED. PASSED by the Board on November 15, 1977. 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: Finance Committee Witness my hand and the Seal of the Board of County Administrator Supervisors Public Works Director affixed this 15th day of November 19 77 Probation Department Department of Agriculture J. R. OLSSON, Clerk Director of Personnel By �Z�/X-�G71/�LQ-07C� . Deputy Clerk Jamie L. Johnson 0,4 1U H-24 4/77 15m W. N. Boggess J. P. Xenny i?. C. randen R. I. Schroder E. Iiasseltine November 8, 1977 Arthur G. Will Salary Adjustment of County Administrator Management Classes On my agenda of recommended actions for the meeting of. November 15, 1977, I will be recommending salary adjustment of. approximately 2-1/2 percent for three management classes as discussed below: 1. Chief Deputy Agricultural_ Commissioner As a result of the management audit of the Department of Agriculture, the Assistant Agricultural Commissioner-Sealer of Weights and Measures position was cancelled. To provide continuity of management during the absence of the department head, lir. Danielson has designated the Chief Deputy Agricultural Commissioner to act in his capacity. A salary adjustment of 2-1/2 percent is recommended to compensate this employee for these added responsibilities. 2. Senior Probation Supervisor-Juvenile Previously, the Probation Department was organized so as there were two Senior Probation Supervisor-Juvenile positions heading up the Juvenile Division of the office (one for western county and the other supervising the central/eastern section of the county. The Adult Division, which had approximately equal numbers of employees, was headed by one Senior Probation Supervisor- Adult. As a result of the review of this organization by my office, one Senior Probation Supervisor-Juvenile position has been held vacant, resulting in an annual salary savings of approximately $35,000. A salary adjustment of 2-1/2 percent for the remaining Senior Probation Supervisor-Juvenile to make his salary parallel to the Senior Probation Supervisor-Adult is recommended to recognize his increased responsibilities and the parallel nature of his responsibilities with his counter-part in the Adult Division. 3. Departmental Accountant A 2-1/2 percent salary adjustment is recommended for the class of Departmental Accountant in the Public Works Department to create salary parity for that person with the class of Supervising Microfilmed with board order -2- Accountant in the Auditor-Controller's Office: This is an appropriate relationship which was unfortunately overlooked when management salaries were set. All three actions have the endorsement of the affected departments and the Director of Personnel. I zpn:lni cc: Charles J. Leonard Vernon L. Cline Cecil Lendrum Kenneth E. Danielson 00-332 . . 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Fatter of Representation ) on the Metropolitan Transportation ) Cum-mission. ) November 15, 1977 This being the time fixed to consider the request of 11r. J. E. Moriarty that he be permitted to continue on the Metropolitan Transportation Commission until his tern ends in February 1979; and Mr. Moriarty having appeared and stated that"he has had many years experience in the field of transportation .(i,e: marine and aviation as well as automotive and rail), has served three years on the C:;amission and believes he has effectively repre- sented County interests in many respects, and that he is able to devote the time required; and Supervisor R. I. Schroder having commented favorably on the representation furnished the County by Mr. Moriarty and havinmoved that he be permitted to complete his term of office , it beigng understood that he would appear before the Board period- ically and seek its guidance; and Said motion having been seconded by Supervisor W. N. Boggess; and Supervisor E. H. Hasseltine having referred to previous Board discussions on this subject and having reiterated his view that because of the impact of MTC actions on the County the Board should have a direct representative on said Commission; and. Si-tpervisor J. P. Kenny having stated that the terms of Directors of the Bay Area Air Pollution Control ,Di.strict' (on which he serves as this Board' s appointee) statutorily terminate 90 days after a member ceases to hold an elective office, and having also expressed the opinion that a member of this Board should serve in the aforesaid capacity; and Supervisor N. C. Fanden having stated that she' concurred will-.'- the views expressed by Supervisors Hasseltine and Kerry, noting that representatives on the Bay Conservation and Development Commission must also be elected officials; and Supervisor Schroder having commented that his motion provides for Mr. Moriarty to continue on the Commission only until he completes his term in February 1979, that MTC is in the process of developing a transportation plan into which much work has gone and it would seem to be in the best interest of the County to have continuity on said Commission for the next year at least; and The vote on the motion of Supervisor Schroder was as follows: AYES: Supervisors R. I. Schroder, t;. N. Boggess NOES: Supervisors J. P. Kenny, N. C. Fanden, E. H. Hasseltine Trereupon Supervisor Hasseltine moved that a Certificate of Apprecia:..Lon be issued to Pfir. Moriarty for his services on the Metropolitan `Transportation Commission. The motion was seconded by Supervisor Kenny and adopted by unanimous vote of the Board. c.c. Metropolitan Transportation Commission_ Public Works Director CERTtCIED COPY f certf(y that this I, % fl[li. true & correct copy _ County Administrator for the orlltlnal document which to on file in mp office, County Counsel end that It was passed Fc adopted by the Hoard _ supeiOeors of Cnatra Costa County. California, the date shown. ATTEST: J. R. O:.ss0`, Cmtnt. Clerk &tv officio Clerk of said Bolyd of Supervisors. . "1 1It�� by Depute Clerk. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Re.: Repgrt of the Internal ) Operations Committee on Youth Community Conservation and Improvement Projects and Youth November 15, 1977 Employment and Training Program. ) The Board on October 18, 1977 having authorized the Chairman to execute the preapplication for the Youth- Community Conservation and Improvement Projects (YCCIP), and having referred the matter of the YCCIP and the Youth Employment and Training Program (YETP) to the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden); and The Committee having reported that on November 9, 1977 it had reviewed the recommendations of the Manpower Advisory Council and the Ad Hoc Youth Council as to programs to be funded and having also heard appeals from the following agencies with respect to the Councils' recommendations: 1. Social Advocates for Youth 2. Neighborhood Youth Corps 3. Carquinez Coalition 4. Mt. Diablo YMCA 5. Housing Authority The Committee having recommended that the Board accept the recommendations of the Ad Hoc Youth Council and the Manpower Advisory Council with the exception that the project submitted as #302/5 by the Neighborhood Youth Corps be reduced to the -last ranking and the remaining projects elevated accordingly which results in the defunding of the Mt. Diablo State Park Proposal and the funding of the Pittsburg School District Proposal; and The Committee having also recommended that the Board authorize the Chairman to execute grant documents necessary to meet the November 21, 1977 application deadline to the Department of labor for the Youth Community Conservation and Improvement Projects and the Youth Employment and Training Program; IT IS BY THE BOARD ORDMED that the recommendations of the Internal Operations Committee are APPROVED. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 15th day of November, 1977. cc: Human Resources Agency J. R. OLSSON, CLERK Manpower Director County Administrator By .� San ra Nielson( Deputy Clerk 00-334 Ja"��. .The- oard of Supervisors Contra . . s, the Board covitvAdnni,io,advnBuilding C\JsiC1 Mrs. P.O. Box 911 o=� (xn,tin=z'Ca|i/cxoiaS4553 C{][]n[\/ J3rnes P.Kenny'P^=mo"d ,s,o.,'"c' C.rahuen'warnne, Robert 1.Schroder'un"yett° 3rd District Warren m.Boggess'Concord *^o.y,u Eric n.*^""a`/n*'p^*D=m 511)District NOVEMBER 15, 1977 REPORT OF INTERNAL OPERATIONS COMMITTEE ON YOUTH COMMUNITY CONSERVATION AND IMPROVEMENT PROJECTS /YCCIP\ AND YOUTH EMPLOYMENT AND TRAINING PROGRAR (YETP) On October 18, 1977, the Board Of Supervisors authorized the Chairman to execute the pr8application for the Youth Community Conservation and InprUvem8Dt Projects and referred the matter of the YCCIP and YETP to the Internal Operations Committee for review and subsequent recommenda- tions to the Board of Supervisors. On November 2, 1977, the Committee met with Staff and had a thorUu�h briefing on both programs in preparation for subsequent review by the Ad Hoc Youth Council and Manpower Advisory Council as to programs to be funded under both of these programs as well as to hear any appeals as 8 resultof its recommendations' On November g, 1977, the Internal Operations Committee met and was presented with recommendations of the Ranpower Advisory Council (Attachment �l )' The Committee then heard appeals from the following agencies: 1 ' Social Advocates for Youth 2' Neighborhood Youth Corps 3' Carquinez Coalition 4' Mt. Diablo YMCA 5' Housing Authority After considering the recommendations and the appeals, it is the r8coKrinendOtion of the Internal Operations Committee that the Board accept the recommendations of the Manpower Advisory Council and the Youth Council with the following exception; that is, the project submitted as �302/5 by the Neighborhood Youth Corps be reduced to the last ranking and the remaining projects elevated accordingly' (Attachment -#2 reflects -the Committee's recommendations. ) This results in defVndiDg the Mt' Diablo State Park proposal and funding the Pittsburg School District proposal. Y Y���1����~~ ��^ �u��� Microfilmed with board order -2- Additionally, the Internal Operations Committee recommends that the Board authorize the Chairman to execute all grant documents necessary to meet the November 21 , 1977 application deadline to the Department of Labor for the Youth Community Conservation and Improvement Projects and the Youth Employment and Training Program. Eric d. Hasseltine Nancy C. Fah¢ n Supervisor, District V Supervisor, 4Istrict II Microfilmed with board order Attachment #1 'FCO`n!E::DATIONNS OF THE tULiPOT.tiER ADVISORY COL'idCIL Recommended for YCCTP Funding: # 1 City of Pinole $ 17,9211* # 2 NYC/10 (Cit} of Concord) 31,551-'- # 3 NY C/4 (23rd Agricultural District) 313551%. # 4 NYC/5 Wt. Diablo State Park) 31,551^� # 5 N. Richmond Neighborhood House 43,372% # 6 NYC/7 (City of Concord) 31,551*' # 7 NYC/2 (Martinez ECO House) 15,367-=* 100% funding level ($214,024) $202,867 ----------------------------------------------- # 8 Pittsburg Unified School District $ 28,505^ V 9 NYC/9 (UCSSO) 30' ,536** 125% funding level ($267,530) $268,408 ------------------------------------------------- Not to be Submitted: #10 Alameda-CC Carp Fire Girls $ 19,126% x:11 Pinole Y'11-:CA 6,730 C12 NYC/3 (Southside) not estimated --------------------------------------------------- Rejected: NYC/1 (Southside) NYC/6 (NYC) NYC/8 (NYC) * Wages/fringes of enrollees adjusted for $2.65 minimum wage. ** Maximum available was estimated assuming wages and fringes to be 65% of total. Wage figure adjusted for $2.65 minimum wage. s YETP Recommendations (Available - $ 865,000) In-School (40% - $346,000) Richmond Unified School District - $ 82,475.00 Neighborhood Youth Corps - 263,525.00 Out-of-School (60% - $519,000) Contra Costa College District - $ 519,000 00,137 Microfilmed with board order • Attachment #2 RECO,%L%1,F:iTIATIONS OF THE INTERNAL OPERATIONS CO.1-MITEE FOR YCCIP FUNDING 1 City of Pinole $17,924` 2 NYC/10 (City of Concord) 31,551** # 3 NYC/4 (23rd Agricultural District) 31,551** 4 North Richmond Neighborhood House 43,372* 5 NYC/7 (City of Concord) 31,551** 6 NYC/2 (Martinez ECO House) 15,367** 0 7 Pittsburg Unified School District 28,505% 100% funding level ($214,024) $199,821*y ----------------------------------------------- 8 NYC/9 (UCSSO) 36,536** # 9 NYC/5 (;•it. Diablo State Park) 31,551** 125% funding level ($267,530) $267,908** ---------------------------------------------------- X Wages/fringes of enrollees adjusted for $2.65 minimum wage. ** Maximum available was estimated assuming wages and fringes to be 65% of total. Wage figure adjusted for $2.65 minimum wage. RECOIL,,MN-DATIONS OF THE INTERNAL OPERATIONS COMMITTEE FOR YETP FUNDING (Available - $865,000) In-School (40% - $346,000) Richmond Unified School District $ 82,475 Neighborhood Youth Corps 263,525 Out-of-School (60% - $519,000) Contra Costa College District $ 519,000 0��.ltlJ Microfilmed with board order in the Board of Supervisors of Contra Costa County, State of California —Noygmber 15 19 7.;L- In the Matter of Hearing on the Appeal of Ms. Beverley Glieden from Action of the Planning Commission on Application for M.S. 7-77, Walnut Creek Area. The Board on August 16, 1977 having continued to this date the hearing on the appeal of Ms. Beverley Glieden* from Planning Commission denial of Application No. M.S. 7-77 for a minor subdivision in the Walnut Creek area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the preliminary General Plan amendment for the south Ygnacio Valley area, prepared by staff, will be before the Planning Commission early in January for public hearings, andhavingsuggested that this matter be further continued to a later date in February, noting that the attorneys for the applicant and opponent concurred with the extension; and Supervisor R. I. Schroder having recommended that the hearing on the appeal of Ms. Glieden be continued -to February 14, 1978 at 11:00 a.m. ; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of CC: Ms. Beverley Glieden Supervisors Mr. J. R. Lynn15th November 15,77 Mr. Henry Schmidt affixed this oy of Mr. D. H. Woodworth Mr. M. T. Stoddard -OLSSON, Clerk City of Walnut Creek Director of PlanningRV y Deputy Clerk Public Works Director Ronda Amdahl Land Development Director of Building Inspection P-139 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California Noypmher 1 S , 19 7 In the Matter of Appointment to the Contra Costa County Alcoholism Advisory Board. Supervisor R. I. Schroder having recommended that Mr. Robert Zivica, 1045 Springfield Drive, Walnut Creek, California 94596 be appointed to the Contra Costa County Alcoholism Advisory Board to fill the unexpired term of Mr. Bruce H. Dexter ending June 30, 1979; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Mr. Zivica Witness my hand and the Seal of the Board of Contra Costa County Supervisors u�� 15th day of November i9 77 Alcoholism Advisory Board S Director, Human Resources Agency �� .� )ISSON, Clerk Count Auditor-Controller County Administrator By /a �-�'r i Deputy Clerk Public Information Officer ionda Amdahl 00,140 H-24 4/77 15m C � In the Board of Supervisors of Contra Costa County, State of California November 15 . 19 jZ In the Matter of _ Terms for Certain Boards and Commissions. The Board having received a November 9, 1977 memorandum from its Clerk recommending that the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) review those Boards and Commissions that have not complied with the Board's policy governing appointments and staggering of terms; and Supervisor R. I. Schroder having requested that the Internal Operations Committee also reconsider the terms previously designated by the Board for the Citizens Advisory Committee, County Service Area R-8, taking into account the fact that the Walnut Creek City Council has representation on said Advisory Committee, and inasmuch as the City Council terms expire on March 31, it would appear that in this case the Advisory Committee terms should expire at the same time; IT IS BY THE BOARD ORDERED that the aforesaid matters are REFERRED to the Internal Operations Committee. PASSED by the Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• Committee Members Witness my hand and the Seal of the Board of Public Works Director Supervisors County Sheriff-Coroner affixed this LjL day of_ November . 19.7L Director of Planning County Administrator R LSSON, Clerk Public Information Officer By Deputy Clerk q Ronda Amdahl 00341 1-1-24 3/76 15m C ' In the Board of Supervisors of Contra Costa County, State of California November 15 0, 19 ZL, In the Matter of Airport Manager. ' The Board having received a November 8, 1977 letter from Mr. David J. Flynn, Foreman, 1977-1978 Contra Costa County Grand Jury, transmitting a report from the Public Works and Planning Committee of the Grand Jury recommending that the decision to exempt the position of Airport Manager from the County Civil Service System be reconsidered; and The Chairman having noted that staff' s recommendation was to refer said matter to the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) ; and Mr. Flynn having appeared and expressed concurrence with the proposed referral and having urged that appointment to the position be withheld pending decision on the Grand Jury committee report; and The Board having otherwise discussed the matter, the Internal Operations Committee is REQUESTED to review the aforesaid matter. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc• Committee Members Witness my hand and the Seo1 of the Board of Mr. D. J. Flynn Supervisors County Administrator affixed this 5thday of November . 197Z_ r J. OLSSON, Clerk By Deputy Clerk Ronda Amdahl H-24 3/76 15m �L�� In the Board of Supervisors of Contra Costa County, State of California November 15 . 19 jZ In the Molter of Appointment to the Contra Costa County Drug Abuse Board. Supervisor J. P. Kenny having recommended that Mr. Gary Carmagnola, 675 34th Street, Richmond, California 94805 be appointed to the Contra Costa County Drug Abuse Board to fill the unexpired term of Mr. Dean Felciano ending June' 30, 1980; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Kenny is APPROVED. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Mr. G. Carmagnola WitAess my hand and the Seal of the Board of Contra Costa County Drug Supervisors Abuse Board affixed this A5 Iay of Novpmbpr . 19 7Z Director, Human Resources Agency �� R. OLSSON, Clerk County Administrator (� Public Information OfficerB`y- r Deputy Clerk Ronda Amdahl 00143 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California November 15 19 77 In the Matter of Rental Agreement 2565 Oak Road, Walnut Creek Area IT IS BY THE BOARD ORDERED that the Rental Agreement, dated October 26, 1977, with Christine L. Garrison, Denise Rivera and Christine R. Schmid, for rental of County-owned property at 2565 Oak Road, Walnut Creek is hereby APPROVED, and the Public Works Director is AUTHORIZED to sign the Agreement. The Agreement is on a month-to-month as-is basis, effective November 1 , 1977, at a monthly rate of $375.00. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the dot* aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors -6affixed this 15 - day of November 19 77 cc: County Auditor J. R. OLSSON, Clerk By Le-2-4--1 ____ Deputy Clerk N. Pous H-24 3/76 15m C c; In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 November 15 , 19 77 In the Matter of Approving Agreement for Engineering Services during Construction of the District No. 15 Collection System with Harding-Lawson Associates Work Order No. 5400-0927 The Public Works Director, as Engineer ex officio of Contra Costa County Sanitation District No. 15, having recommended that an Agreement for Engineering Services with Harding-Lawson Associates, 2430 Stanwell Drive, Suite 160, Concord, CA, providing for geotechnical services during construc- tion of the District No. 15 Collection System, at a cost of $20,006.96, be APPROVED: IT IS BY THE BOARD ORDERED that said Agreement is APPROVED and the Chairman is hereby AUTHORIZED to execute the Agreement. PASSED by this Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of ORIGINATOR: Public Works Department Supervisor Environmental Control affixed this 15th day of November 1977 cc: Public Works Director Environmental Control J. R. OLSSON, Clerk Business and Services By ��G,z� , Deputy Clerk County Administrator N. Pous County Auditor-Controller Harding-Lawson Associates via P.U. 00211445 H-24 4/77 15m v � AGREEMENT FOR ENGINEERING SERVICES 1. GENERAL - A. Effective November 15, 1977, THE CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15, a political subdivision of the State of California, here- inafter called "DISTRICT," and Harding-Lawson Associates, 2430 Stanwell Drive, Suite 160, Concord, California 94520, hereinafter called "ENGINEER," mutually agree as follows: This agreement for engineering services, hereinafter referred to as the "AGREEMENT," is funded in part by grants from the U.S. Environmental Protection Agency, hereinafter called "EPA, ' and the State of California through the State Water Resources Control Board (SWRCB), hereinafter called "STATE." The United States, the EPA, and the State of California are not - parties to this AGREEMENT. This AGREEMENT is subject to regulations contained in 40 CFR 35.936, 35.937, and 35.939, in effect on the date' of' execution of this AGREEMENT. The rights and remedies of the DISTRICT and the ENGINEER provided for under this AGREEMENT are in addition to any other rights and remedies provided by law or under this AGREEMENT. 2. RESPONSIBILITY OF ENGINEER A. Pur ose. The DISTRICT requires, and the ENGINEER is specially trained and experienced and competent to perform and furnish professional services in connection with the geotechnical services related to the con- struction of a wastewater collection system and interim treatment facility for the DISTRICT, hereinafter called "PROJECT." `1- Microfilmed with board order 0 };1Q (1) The ENGINEER shall perform such professional services as may be necessary to accomplish the work required to be performed under this AGREEMENT, in accordance with this AGREEMENT and applicable requirements and guidelines of EPA and STATE in effect on the date of execution of this AGREEMENT. (2) Approval by the DISTRICT or STATE of drawings, designs, specifications, associated reports or other engineering work or materials furnished hereunder shall not in any way relieve the ENGINEER of respon- sibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for, any of the services by the DISTRICT or STATE shall not be construed to operate as a waiver of any rights under this AGREEMENT or of any cause of action arising out of the performance of this AGREEMENT, and the ENGINEER shall be, and remain, liable in accordance with applicable law for all damages to the "DISTRICT or STATE caused by the ENGINEER's negligent performance of any of the services furnished under this AGREEMENT. ENGINEER shall not be responsible for acts or activities of DISTRICT, DISTRICT's employees, its agents, or other Contractors. 3. EMPLOYMENT OF ENGINEER A. Engineer. The DISTRICT hereby employs ENGINEER, and ENGINEER accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. B. Subcontractors. The ENGINEER may perform some work by subcontract, subject to the limitations stated herein and the prior approval of the DISTRICT. -2- 00347 (1) Any subcontractors and outside associates or consultants required by the ENGINEER in connection with the services covered by this AGREEMENT will be limited to such individuals or firms specifically identified. herein, in attachments to this AGREEMENT, or as are specifically approved by the DISTRICT in writing during the performance of this AGREEMENT. Any substitution in such subcontractors, associates or consultants will be subject to the prior written approval of the DISTRICT. 4. SCOPE OF SERVICES Provide soil engineering services during trench backfilling for the pipeline. During the trench backfilling, provide the services of a field engineer to work with the resident engineer on an intermittent basis. Inspect fill placement and perform field density tests to help evaluate the relative compaction obtained in the backfill. The maximum dry density of the material shall be determined in accordance with the ASTM D 1557-70(C) compaction test method. Additional laboratory tests shall be performed to evaluate material quality for conformance with the specifications. Provide inspection services and consultation on an on-call basis at the request. of the project engineer. Upon completion of the work, the results of the soil engineering services shall be submitted in a written report, complete with field and laboratory test data. S. SCHEDULE OF SERVICES Services shall be accomplished in accordance with the schedule set forth in the Notice to Proceed, except that delays beyond the control of the ENGINEER shall be cause for a revision of the schedule. -3- 6. PAYMENT FOR SERVICES A. Payment for Construction Services. Payments shall be as follows: (1) The DISTRICT shall pay the ENGINEER for the.actual labor costs of ENGINEER and SUBCONTRACTORS, plus overhead costs, plus fixed fee, as negotiated with DISTRICT and set forth in attachments to this AGREEMENT. (2) The DISTRICT shall pay the ENGINEER for reimbursable expenses related to services, including, but not limited to, the following: a. Actual cost of out-of-pocket expenses, such as long distance telephone charges, telegrams, express charges, # postage--other than routine correspondence, subsistence i as required, special materials, printing, or other project-related out-of-pocket expenses. b. Actual cost to the ENGINEER of special tasks and services of special consultants (other than SUBCON- TRACTORS), including surveys and soils consultants. c. Automobile travel, except rental cars at $0.15 per mile. All other travel, including commercial and charter air service and automobile rental at actual cost. (3) It is estimated that the total.cost to the DISTRICT for the performance of this AGREEMENT, exclusive of any fixed fee, will not exceed the estimated cost set forth in the appropriate attachment designated for the specific group of tasks and the ENGINEER agrees to use his best efforts to perform the authorized work specified in Scope of Services, and all obligations under this AGREEMENT within such estimated costs. If, at any time, the ENGINEER has reason to believe that the total cost to the DISTRICT for the performance of this AGREEMENT, exclusive of any fee, will be greater or substantially less than the estimated costs, the ENGINEER shall immediately notify the DISTRICT in writing.to that effect, giving the revised estimate of such total cost for the performance of this AGREEMENT and reasons for change. The DISTRICT shall respond in writing to the ENGINEER's revised estimate within ten (10) days, either concurring or giving reasons for its nonconcurrence. (4) Except as required by other provisions of this AGREEMENT specifically citing and stated to be an exception of this clause, the DISTRICT shall not be obligated to reimburse the ENGINEER for costs incurred in excess of the estimated cost set forth in the appropriate attachment, and the ENGINEER shall not be obligated to continue performance under the AGREEMENT (including actions under the Termination Clause referenced in Section 18 herein) or otherwise to incur costs in excess of the estimated cost set forth in the appropriate attachment, unless and until the DISTRICT shall have notified the ENGINEER in writing that such estimated cost has been increased and shall have specified in such notice a revised estimated cost which shall thereupon constitute the estimated cost of performance of this AGREEMENT. The DISTRICT shall not withhold such notification unreasonably. No notice, communication, or representation in any other form or from any person other than by formal resolution by the DISTRICT shall affect the estimated cost of this AGREEMENT. In the absence of the specified notice, the DISTRICT shall not be obligated to reimburse the ENGINEER for any costs in excess of the estimated cost set forth in the appropriate attachment, whether those excess costs were incurred during the course of the AGREEMENT or as a result of termination. When and to the extent that the estimated cost set forth in the appropriate attachment has been increased, any costs incurred by the ENGINEER in excess of the estimated cost prior to such increase shall be allowable to the same extent as if such costs had been incurred after the increase, unless the DISTRICT issues a termination or other notice and directs that the increase is solely for the purpose of covering termination or other specified expenses. (5) Negotiated Overhead Rates a. The allowable indirect costs under this AGREEMENT shall be obtained by applying negotiated overhead rates to bases agreed upon by the parties, as specified below. b. The ENGINEER, as soon as possible but not later than ninety (90) days after the expiration of his fiscal year, shall submit to the DISTRICT, proposed final overhead rates for that period based on the actual cost experienced during that period, together with supporting cost data, for ENGINEER and SUBCONTRACTORS. Negotiation of overhead rates by the ENGINEER and the DISTRICT shall be undertaken as promptly as practicable after receipt of the ENGINEER's proposal. -6- c. Allowability of costs and acceptability of cost allocation methods shall be determined in accordance with Subpart 1-15.4, of the Federal Procurement Regulations (41 CFR 1-15.4), as in effect on the date of this AGREEMENT. d. The results of each negotiation shall.be set forth in a modification to this AGREEMENT, which shall specify (1) the agreed final rates, (2) the basis to which the rates apply, and (3) the periods for which the rates apply. e. Pending establishment of final overhead rates for any period, the ENGINEER shall be reimbursed at negotiated provisional rates as provided in written authorizations and attachments to this AGREEMENT, subject to appropriate adjustment when the final rates for that period are established. To prevent substantial over or under payment, and to apply either retroactively or prospectively provisional rates may, at the request of either party, be revised by mutual agreement. Any such revision of negotiated provisional rates provided in the AGREEMENT'shall be set forth in a modification to this AGREEMENT. (6) Billing Procedure a. The ENGINEER shall submit monthly statements requesting payment. Such requests shall be based upon the amount -7- s �r 111�-ID2 and value of the work and services performed by the ENGINEER under this AGREEMENT, which estimates shall be prepared by the ENGINEER and supplemented or accompanied by such supporting data as may be reason- ably required by the DISTRICT. b. Within thirty (30) days after receipt .of such estimate, payment upon properly certified vouchers shall be made to the ENGINEER of ninety percent (90%) of the approved amount, as determined above, less all previous payments. Provided, however, that if the DISTRICT determines that the work under this AGREEMENT, or any specified task hereunder, is substantially complete, and that the amount of retained percentages is in excess of the amount con= sidered by it to be adequate for .the protection of the DISTRICT, it may, at its discretion, release to the ENGINEER such excess amount. In the event that the DISTRICT questions a part of the invoice, the part unquestioned shall be paid in accordance with this paragraph, and the part questioned shall be withheld for resolution and payment on the subsequent invoice. c. Upon completion by the ENGINEER• of the technical aspects of the work called for under the terms of this AGREEMENT, and upon acceptance of such work by the DISTRICT, which acceptance shall be deemed to be satisfactory completion, -8- the ENGINEER will be paid the unpaid balance of any monies due for such work, -including the retained per- centages relating to the work. 7. PAYMENT FOR PARTIAL PROJECT In the event that the magnitude of the PROJECT specified is reduced and a project of lesser magnitude is undertaken in lieu thereof, or in the event the PROJECT is abandoned in whole, or in part, for any reason whatsoever, then the ENGINEER shall be paid for the engineering services already performed. B. PAYMENT ADDRESS All payments due the ENGINEER shall be paid to it at its offices at 2430 Stanwell Drive, Suite 160, Concord, CA 94520, unless otherwise notified in writing. 9. DELAYS The parties agree that the ENGINEER shall not be responsible for delays in the performance of the ENGINEER's work, including the preparation of reports and documents, occasioned by factors beyond the ENGINEER's control or by factors that could not be reasonably foreseen at the time this contract is executed. If such delays, which are beyond the control of the ENGINEER, last longer than thirty (30) days, the fixed fee established for the services authorized shall be subject to renegotiation. - 11. SCOPE OF AGREEMENT A. This writing constitutes the entire AGREEMENT between the parties relative to the engineering services, and no modification hereof shall be I r` effective unless and until such modification is evidenced by a writing, signed by both parties, to this AGREEMENT. There are no understandings, agreements, conditions, representations, warranties, or promises; with respect to the subject matter of this contract except those contained in this writing. B. If this AGREEMENT with the ENGINEER is terminated and the work is completed by others, the ENGINEER shall be released from all respon- sibility for work performed. 12. STATUS The ENGINEER is an independent contractor and is not to be considered an employee of the DISTRICT. 13. INDEMNIFICATION The ENGINEER shall defend, save, and hold harmless DISTRICT and its officers and employees from any and all liability for any injury or damages arising from, or connected with, the negligent performance of services provided hereunder by ENGINEER or any person under its control. 14. TIME OF COMPLETION The ENGINEER shall commence work upon receipt of the 'Notice to Proceed" issued by the DISTRICT. Work shall be completed within the time period set forth in the "Notice to Proceed." The time of completion will be stated in the written authorization for the services and the "Notice to Proceed." Additional time may be allowed at the discretion of the DISTRICT. 15. SEVERABILITY If any provision of this AGREEMENT is held to be unenforceable, the remainder of this AGREEMENT shall be severable and not affected thereby. 16. REQUIRED PROVISIONS - CONSULTING ENGINEERING AGREEMENT The "Required Provisions - Consulting Engineering Agreement," as published in the Federal Register, dated December 29, 1976, as Appendix C-1 to 40 CFR Part 35, Subpart E,-is-attached hereto and incorporated herein by reference as Appendix C-1. For the purpose of this AGREEMENT it is understood and agreed to the substitution of "DISTRICT" wherever "Owner" is used in Appendix C-1. The following supplementary, conditions shall apply to the provisions set forth in Appendix C-1. r' The Corporate Officer-in-Charge for the ENGINEER is hereby desig- nated as C¢c;t, N3 registered in the State of California as a professional engineer, License No. Civil Engineer [x'611 Signatures. These signatures attest the parties' agreement hereto: HARDING-LAWSON ASSOCIATES (ENGINEER) By � X 6 W State of California ) ss ACKNOWLEDGEMENT (CC Section 1190.1) Contra Costa County ) The persons signing above for ENGINEER, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it on behalf of the corporation or partnership named above and that the corporation or partnership named above executed the within instrument Z and if a corporation, that it executed the instrument pursuant to its by-laws z .. 4 5Z!!: o z- or a resolution of its Board -of Directors. ". =apo to 0 V V C Q u NOVV 419TT ]RE r LADED FOR PAL Date (SEAL) O li Q V Z1,Notaty Public .Vernon L. Cline-,"Engineer' Ex Officio Contra Costa County Sanitation District No. IS FORM APPROVED CO ;COUNTY SANITA N John B. Clausen, County Counsel �Boqgess Chair,:,an, Ex Officio Goverhilfig Deputy- Board COST OR PRICE SUMMARY For %T FOR SUBAGREENENTS UNDER U.S OA GRANTS form Approved fSee accornpanyin. .nstructions before cci:pleting this fcrrr.) OMB No. PARTI-GENcRAL t.GRANTEE 2.GRANT NUMBER Contra Costa County Sanitation District 15 13. NAME OF CON:RACTOR OR SU CONTRACTOR a.GATE OF PROPOSAL i1 Harding-Lawson Associates November 1 , 1977 S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR(include ZIP code) 6.:YPE OF SERVICE TO BE FURNISHED 2430 Stanwell Drive, Suite 160 Geotechnical Concord, California 94520 PART II-COST SUMMARY ESTI- HOURLY ESTIMATED 7. DIRF-CT LABOR ;Specify tabor categories) HMATED OURS RATE COST TOTALS S S SEE ATTACHED - DIRECT LABOR TOTAL: 5,743.40 S. INO:RECT COSTS(Specify indirect cost pool@) RATE ■ BASE= ESTIMATED' COST - Payroll Taxes b Employee Benefits .21 8 S —57T3- 0 S 1252.0 Administration Overhead 1-3-W 5743.40 9097.55 INDIRECT COSTS TOTAL: . . L. _ : �' S 10,_349. 1 r S. OTr.ER DIRECT COSTS I ESTIMATED aI . TRAVEL COST (1) -CANSPORTATION (S (2) PEri CIE%4 S ... TRAVEL SUBTOTAL: I S I b. EQUIPMENT. MATERIALS. SUPPLIES(Speeift•categories) QTY COST ESTIMATED ~ COST Vehicle L.S. S 1000.00 S 1000.00 - Nuclear gauge L.S. 500.00 500.00 s. . ' EQUIPMENT SUBTOTAL: - . - 1500.00 .• - - rf . . C.SUBCONTRACTS ESTIMATED COST S : . SUBCONTRACTS SUBTOTAL: S d. OTHER(Specify categorie@) ESTIMATED COST OTHER SUBTOTAL: : e.'OTHER DIRECT COSTS TOTAL: ' : • • �-S •1-;i =;S 1 ,500.60 tt).TOTAL ESTIMATED COST S 1 t►1 ».PROFIT 15 of Lines 7 and 8 W6.093-01) 741 . 12. TOTAL PRICE 20 006. 3 E PA Form 5700-4I (2-76) AGE t OF 3 Penn APr..n.eY • n.r�v... fee F:441 PART 111 -PRICE SUMMARY COvPf TITOw'S CATALOG LISTINGS. IN-HOUSE ESTIMATES.FRIOR OUOTes MAwlef T P/.Ur•I.+r.• (indicate baste for PACO e649P«/1160) FRICEISI I•I.II 1 Not ppllcable . _ ----------�s-r7 --- --- PART IV-CERTIFICATIONS is, -�I.�gAC-J17 Vila.HAS A F_OE?AL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGEVCY PERFOF.MEI]ANY ;;=VIE*of YOUR ACCOUNTS CF REZZIR:S iN CO%NECTICN w1 T H ANY OTHER FECERAL GRANT OP CCN'iRACT WITHIN T•.=PAST TWELVE MCti'nb- YES [3 NO fit-'Yee••dirty r.&Ze add:ese and rere'hcna number Of',viewing,attic.) Defense Contract Audit Agency San Francisco Region, East Bay Office Oakland Army Base = Oakland California 94626 Mr. Ted Mireball (hiS) 466-3043 ` 14b.'41S SUMMARY CJ%FCnMj •ITH THE F4LLOWIN C".ST PRINCIPLES Standard accounting procedures for for engineering organizations. Cost reimbursable + fee - Compatible with 41CFR1-15.2 E 1-15.4 I Gc. cropnsa' is s:._-.--ed for �-,e in connection with and in re:;o:se :o f:' a request for proposal from Contra Costa County Sanitation Dist. 15 Tris is :0 ce : :0"t'.- and beilef 1.7a: the Cost and p ricir g 'ata sumi.:a:ized herein are CO:r ie:e, C_::r::, and aCCC:ate•3s of f21. March 5. 1971 _ and t a: a financia'. c::;.ibiiav ex:s!s :o fsI and a=cs- :a!eI 3CC^L' t fJr the fl-3:Ci=1 r:i::?eCtiORs Lr de: th:s D:J;2l't. I f_:::Ie: cc.-,:f-.- -hat I II3d�:C.:t:II:.:^.At the s,_ba;:ee=t-:it price rrav be sub-?Ct to downward renegotiation and'Gr :ecot: .-e't .w*.e:e !t-.e above Cos: and ";:tic -: g da:3 `awe been de:e:mined. 2s a result Of audit, not to have bean CA-;l C•1::?:1t and .-.CC:1::.a as 0[ the dale ab3 e. I3) November 1, 1977 CAT£ OF EX£CUTICN SIGNATURE OF .PN.^.00SER Cecil B. Wood, Associate Harding-Lawson Associates TITLE GF PgZMDS_w 23. G-AV:Ee nEVIE&ER I certify tb.at I have re-viewed .:e Cost%price sun.rary set forth .^.e.ein and the p:opcsed ccs:s!pri('e ar?ea: accep,able for subag-eement 2w3ra. DATE OF EAECUTION SI.rATuP'& OF a£.+IE-Ea SlCrlr/r �"/1L///Cn Mc�r�„�G it / BCr TITLE OF REVIE*E tE. EPA f.��:E'wEi(::a�F!iew6le) DATE OF EXECUTION S.GNAr::ge OF KEVIE%ER TITLE OF PEV.EwER EFA 572G-41 ;2-:6) n PAZE Z CF S 1����j •FS 9 1 • r• • �' MARDOG-LAWSON ASSOCIATES Estimated Estimated Hours Rate Cost 7. Direct Labor Project Director/ Manager Cecil B. Wood 20 $15.87 $ 317.40 Assistant Pro- ject Manager Gary Underdahl 200 10.19 2,038.00 Engineer Varies 280 9.50 2,660.00 Tech. Lab Varies 30 8.22 246.60 Tech. Drafting Varies 10 5.58 55.80 Clerical Varies 80 5.32 425.60 $ 5,743.40 NOTE: Payroll rates are current and do not include escalation. We will submit new rates for approval if escalation is warranted. Profit percentage includes 0.10 for profit and .050 for legitimate ineligible overhead. 00260 CERTIFICATE OF INSURANCE dame and Address of Certificate Holder: Contra Costa County Sanitation District #15 Administration Building, 6th Floor Martinez, California 94553 dame and Address of Insured: Harding-Lawson Associates P.O. Box 3030 San Rafael, California 94902 "lie policies indicated herein apply with respect to the coverage and limits of liability indicated by specific entry herein, sub- ect to all the terms and conditions of such policies. TYPE OF INSURANCE POLICY NO. POLICY PERIOD COVERAGE LIMITS OF LIABILITY OR AMOUNT OF COVERAGE Eacn Occurrence JBLIC Bodily Injury $500, 000 Combined Single Limit .IABILITY 1. CP 631411 6-28-77/78 Property Damage $500,000 " .xUTO Bodily Injury 500, 000 89 " _IABILITY CP 631411 6-28-77/78 LProperty Damage $500, 000 IORKMEN'S As provided by ap- 'CrAPENSATION oZ. WC 203496 8-1-77/78 plicable state law Statutor,y Umbrella Bodily $3,000,000 Each Occurrence Excess 3. M835852 - 871-77/78 Injury & $3,000,000 Aggregate amiability Property Damage E� Construction of Water Pollution Control Facility 1974-1975, Contra Costa County Sanitation District #15. By endorsement to the Policies, Contra Costa County Sanitation District #15 is named as additional insured as respect to the above name job for work perfomred by Harding-Lawson Associates. his is to certify that the above policies, subject to the terms, conditions and exclusion, have been issued by: 1. Safeco Insurance Company 2. Safeco Insurance Company 3. Mission Insurance Company the above policies are cancelled or changed during the periods of coverage as tated herein, in such a manner as to affect .is certificate, .......3.0..............days written notice will be mailed to t hold f this certificate. November Z0, 1977 .._.... B ....................... ............ . .. ate... Microfilmed with boa or of CALENDER R081NSON CO. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Allocation of Trans- ) portation Development ) November 15, 1977 Act Funds ) At the workshop on public transit, held by this Board on May 10, 1977, it urged the Metropolitan Transportation Commission to change its rules concerning local matching requirements for the funding of public transportation projects. The Public Works Director having reported that the Metropolitan Transportation Commission on November 2, 1977 adopted Resolution No. 477 which makes changes consistent with the.Board's position; IT IS BY THE BOARD ORDERED that receipt of the report . of the Public Works Director is acknowledged. PASSED by the Board on November 15, '1977. 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 hoard of Supervisors of Contra Costa County, California, on the date shown. ATTEST: J. R. OLSSON, County Clerk&es•officto Clerk of said Board of Supervisors, by Deuty Clerk. on NOV 15 1977 Originating Department: Public Works cc: Public Works Director County Administrator 00)362 I I • Ml • CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California November 15, 1977 Report B. ALLOCATION OF TRANSPORTATION DEVELOPMENT ACT FUNDS On May 10, - 1977, at its.Workshop on Public Transit Ser-%rices in Contra Costa County, the Board of Supervisors urged the Metropol- itan Transportation Commission to change its rules concerning local matching requirements for the funding of public trans- portation projects. At the present time, an estimated $8 million in unallocated Transportation Development Act funds are not readily available to the cities and Contra Costa County because the requirement to match every- $3.00 of Transportation Development Act funds with $1.00 of local funds is difficult to achieve. On November 2, 1977, at the initiative of Commissioner Moriarty, the Metropolitan Transportation Commission adopted Resolution No. 477 and rescinded their Resolution No. 144. The revised policy adopted under Resolution 477 will permit the allocation of the total available apportionment of TDA funds in Contra Costa County outside of AC Transit District No. 1 for public transportation purposes consistent with the limitations on the use of TDA funds imposed by the Act. This new policy is consis- tent with the Board's position. The Public Works Department will cooperate with bITC in working out details of the application of the new policy; will review the status of funding of transit projects; and will submit recommendations as required to the Board. Microfilmed with board order 001363 l In the Board of Supervisors of Contra Costa County, State of California November 1 S , 19 TZ.- In the Matter of Request of Alamo-Lafayette 0. Cemetery District for Name Change. The Board on November 8, 1977 having declared its intent to consider this day the October 21, 1977 resolution of the Board of Trustees of the Alamo-Lafayette Cemetery District requesting that its name be officially changed to Las Trampas Cemetery District; and Supervisor R. I. Schroder having advised that there had been concern expressed by the general public against the proposed name change, particularly in the Lafayette area through many of the historical societies; and Supervisor Schroder having suggested that this Board not make a decision at this time, but that the District be requested to reconsider its resolution after ascertaining local sentiment, possibly through public hearings; and The Board having discussed the matter; IT IS BY THE BOARD ORDERED that the suggestion of Super- visor Schroder is APPROVED. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seol of the Board of cc: Alamo-Lafayette Supervisors Cemetery District San Ramon Valley affixed this 1=_th day of Hwpmhpr 1922__ Historical Society County Counsel l �r�, `JJ. R. OLSSON, Clerk County Administrator sy / LL) c !liwJ11 11- f, , Deputy Clerk Helen C. Marshall H-24 4/77 15m l� in the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Detention Facility Project, Approve Addendum 1 for: Detention Facility Electrical , Mechanical , Plumbing, and Sprinkler (Proect Nos. 5269-926-(46) 31 (47i, (48) and (49)) . WHEREAS the Board on October 25, 1977, approved plans and specifications and bid due date for the Detention Facility Project, and addenda modifying same having been filed with the Board this day by the Public Works Director; and WHEREAS the addenda are: a) Addendum 1 - Detention Facility Electrical - Proj. No. 5269-926-(46) b) Addendum 1 - Detention Facility Mechanical - Proj. No. 5269-926-(47) c) Addendum 1 - Detention Facility Plumbing - Proj. No. 5269-926-(48) d) Addendum 1 - Detention Facility Sprinkler - Proj. No. 5269-926-.(49) and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the aforesaid addenda be approved and issued; IT IS BY THE BOARD ORDERED that said addenda to plans and specifications are hereby APPROVED. Bids for said work will be received on December 1 , 1977 at 2:00 p.m. , and the Clerk of this Board is DIRECTED to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the MARTINEZ NEWS GAZETTE. PASSED and ADOPTED by the Board 'on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Detention Facility Project Supervisors affixed this 15th day of November . 19 77 cc: County Administrator County Auditor-Controller J. R. OLSSON, Clerk Public Works Director County Counsel B Deputy Clerk Turner Construction (via P.W.) Sandra L. N elson H-243/76 15m (( 1X-1 ADDENDUM NO. 1 CONTRA COSTA COUNTY DETENTION FACILITY DETENTION FACILITY ELECTRICAL Project No. 5269-926- (46) Dated: November 15, 1977 The following information should be noted in reviewing this Addenda: t 1. The Bid receipt date is hereby changed to ' December 1, 1977 at 2:00 PM. 2. This Addendum must be acknowledged when you submit your Bid Proposal. 3. A new Notice to Contractors is included with this Addendum. V L. . OLSSON CLERK BOARD OF SUPERVISORS = CO�JiRA COSTA CO. 01,366 Microfilmed with board order NOTICE TO CONTRfiCTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY ELECTRICAL - ADDENDUM1 Project No. 5269-926-(46) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 P14 on December 1 , 1977, for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Electrical which includes: All power systems including service bus duct, service and main distribution switchgears, distribution panels, motor control centers, transformers, standby diesel generator and emergency standby power system. Work also includes all lighting systems, fire alarm systems, communications systems, closed circuit television, and security systems. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1 ,538,000. The ►•cork shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. Microfilmed with board aider • • . NOTICE TO CONTRACTORS (Continued) The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request: Each bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at =the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal . The Proposal Guaranty may be in the form of a cashier's check, certified check •or bidder's bond, made payable to the order of "The County of Contra Costa". The above mentioned security shall be given as a guarantee- that the bidder will enter into a contract if awarded the work, and will be - forfeited by the bidder and retained by the County if the successful bidder. refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Adminstration Building, 651 Pine Street, Martinez, California- 94553, on or before the -1st day of 'Oecember 1977 at 2:00 PM _ and will be opened in public and at the time due 'in the Chambers- of the * Board of Supervisors, Room 107, Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals recieved after that time specified in this notice will be returned unopened. The successful bidder will be required to- furnish a :Labor and Materials Bond in an amount equal to fifty percent of the Contract price and. a Faithful Performance• Bond in an amount equal to one hundred percent ofthe contract price, said bonds to be secured froma Surety Company:`.-: authorized to do business in the State of California. -- A 2. alifornia.A-2. _ NOTICE TO CONTRACTORS (Continued) Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any - portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY ' J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY Deputy_ DATED: NOV. 15 1977 PUBLICATION DATES: = A=3 "� CCCDF Electrical Addendum No. 1 November 15, 1977 I. CHANGES TO THE SPECIFICATIONS 1. Section 16010, General Requirements for Electrical Work: a. Page 15 - 1.8, change second line of heading to read: " (THIS SECTION AND INCLUDING SECTIONS 16500, 16610, 16800 i 16900) ". b. Page 15-1.8D. 1. , third line, delete "Division 15000, this section, and Sections 16800" , and substitute the following: "this section, and Sections 16500,16610, 16800, 16900. " Sixth line, change period to comma and add "08110, and 08112." c. Page 16 - 1.8E. , after '16500" , add "16610" . d. Page 31 - 4.1A. , add the following sentence: "Includes Panel (277/48OV.) Asco 9200 contractor and dual coded relay." . e. Page 31 - 4.1B. , add the following sentence: "Includes necessary copper pigtails 30" long for each circuit extending from equipment. ". f. Page 31 - 4.1D. , add the following sentence: "Type 'V' fixtures with W.P. boxes and circuiting included. ". 2. Section 16100, Basic Materials and Methods: a. Page 3 - 2.2B., seventh line, delete the word "bronze" and substitute "brass". b. Page 6 - 2.5, add subparagraph "I. " as follows: "I. Conduit fillings for building expansion (sub-floor area) to be OZ 'AX' fittings, 2-inch and 3-inch sizes. " c. Page 7 - 2.6C. , add sub-item "3 . " as follows: "3. Duplex receptacles for 120 volt, 15 amp service wired on emergency circuit to be specification grade illuminated face. Use Hubbell Cat. #52621L or Leviton Cat. #HLR-5262. " 003" 0 - 1 - CCCDF Electrical Addendum No. 1 November 15, 1977 2. Section 16100 (Continued) d. Page 9 - 2.7E. , add the following: "Subject to color selection, alloy content (stainless steel) labeling. " e. Page 9 - 2. 8, change heading to read: "CONTACTORS & RELAYS FOR LIGHTING CONTROL" f. Page 15 - 3.2H. , fifth line, delete everything after the word "Provide. . . ", and substitute the following: "service fittings for convenience outlets over floor boxes where shown. Provide floor plates and nipples suitable for stand pipe mounting of receptacles, telephone, and signal outlets, where shown. " g. Page 16 - 3.4F. , add the following sentence: "Provide necessary barriers in switch boxes. " 3. Section 16200, Power Systems: ` a. Page 7 - 2.3B.2. , third line, delete "code spaced for silver plated" and substitute: "Alstan 70 electro-tin plated" b. Page 15 - 2.4C.2. , third line, delete "silver- plated" and substitute: "Alstan 70 electro- tin plated" c. Page 16 - 2.5A.6. , first line, delete "silver- ' plated" and substitute: "Alstan 70 electro- tin plated" d. Page 16 - 2.5A. , add sub-item "9. " as follows: i "9. All directories shall be typed and posted behind glass panel behind each panelboard door. " e. Page 18 - 2.6A. , second line, delete "silver- plated" and substitute: "Alstan electro-tin plated" i f. Page 22 - 2.10A. , second line, change "3-pole" to "4-pole" . i 2 - CCCDF Electrical Addendum No. 1 - November 15, 1977 3. Section 16200 (Continued) g. Pages 42 and 43 - 2.12B.8.e. , f. , E. and h. , delete in their entirety. h. Page 46 - 2.12B.10.c. , add the following: " (Cable in non-ferrous conduit.) " i. Page 49 - 3.1A. , fifth line, after "service" delete the period (". ") and add: "feeders. " . 4. Section 16300, Lighting Systems: a. Page 4 - 2.3B. , add the following sentence: "Use approved prismatic pattern for proper diffusing and brightness control. " b. Page 5 - 2.4B. , first line, change the word "holding" to read: "secure" C. Page 5 - 2.5B. , third line, delete "light track." and substitute: "console light. " d. Page 7 - 2.6B.1. , second line, change "single - foward-beam—" to read: "single-forward- beam— e. Page 8- - 2.6C.1.b. , last line, delete the period (". ") after "drawing" and add "for appearance and suspension." . f. Page 10 - 2.6C.7. , third line, change the word "prison" to read: "detention" g. Page 11 - 2.6C.15.a. , second line, delete the period (" . ") after the word "unit" and add " (cornice units) . ". h. Page 12 - 2.6C.16. , add the following sentence: "See Detail on Drawing E-35. " i. Page 13 - 3.2, fourth line, change the word "fixturds" to read "fixtures". CCCDF Electrical Addendum No. 1 November 15, 1977 5. Section 16400, Building Automation and Fire Alarm Wiring Installation: a. Page 1- - 1.1, change the first word in heading from "REALTED" to read "RELATED". b. Page 1 - 1.1B., fourth line, delete the word "AND" and substitute 6. Section 16500, RF Communication System: a. Page 1 - 1.1B. , first line, delete the word "Specifications" and substitute: "Section 16010". b. Page 1 - 1.2A. , fourth line and fifth line, delete in their entirety and substitute the following: "mobile units. Both systems will be controlled from related control panels installed in central control P�iuipment rack. " 7. Section 16610, Closed Circuit Television Surveillance System: a. 'Page 18 - Schedule "A" - Add one camera in Vending Area 1Pll, under Camera Group 2, to read as follows: LENS CAMERA ROOM CAMERA FOCAL TYPE TYPE GROUP LOCATION NO. TYPE LENGTH HSG. MOUNTING 2 Vending 1Pll 1 8.0 mm 1 Wall 1 s 4 -1!3 - - t11 CCCDF Electrical Addendum No. 1 November 15, 1977 8. Section 16800, Intercommunications Systems: a. Page 15 - Add new paragraphs "2.7" and 02.8" as follows: "2.7 COURTS AUDIO SECURITY SYSTEMS A. General: Two speaker/microphones shall be flush mounted in ceilings of both superior and municipal courts. Speaker/microphones shall be connected to flush mounted intercom master located at the - Judge's desk. Judge shall have option of tripping 2-way switch to initiate audio/visual alarm in central control and activate an individual speaker for each system to monitor proceedings of either court. B. Products: 1. Master: Ektacom #JM-01B-F with Ektacom #GQ-6 23-volt power supply. 2. Speaker/Microphones: Ektacom #RS-O. 3. Central Control Speakers: Ektacom #PS-6. 4. Audio Control Alarm in Central Control with Silence Switch: Ektacom #HED-1 with Ektacom IFS-3 control units. " "2.8 COURTS JUDGE/BAILIFF ALARM SYSTEM A. General: Pushbuttons shall be mounted on upper front L.H. side of Judge's desk in both superior & municipal courts for judge of Pither court to signal bailiffs desk • of other corresponding court with audio/visual alarm. B. Products: Audio/Visual Alarm in Bailiff's Office with Silence Switch shall be Ektacom #HED-1 with #FS-3 control units. - 5 CCCDF Electrical ` Addendum No. 1 November 15, 1977 8. Section 16800 (Continued) b. Pages 18-36 - Reissue Tables #1-18, add Table #19, and renumber Pages 18-37 —attached hereto and made a part of this Addendum. C. Pages 37-57 - Reissue Figures #1-20 and renumber Pages 38-58 —attached hereto and made a part of this Addendum. I 9. Section 16900, Security System: a. Page 1 - 1.2D.1. , add the following: "Supply 60 personal alarm transmitters as part of this contract; " b. Page 4 - 2.1, second and third lines, delete "Power for door operation and control is provided for at this location." , and substitute the following: "Power for door operation shall be supplied on each particular level. See electrical drawings. " C. Pages 9 and .10 - 2.6B..4. , delete in its entirety and substitute the following: "4. Pushbutton Operated Door Controls: Cutler-Hammer #E-30 pilot devices operating in ten modes of direct, manual control. "a. See Drawing E-28 and E-28A for control modes. "b. See Drawing E-28A for door number, hardware, control mode, interlock, circuit number, and schedules. " d. Page 11 - 2.6F., delete sub-items "2. ", "3. " , and "4. ", and substitute the followings - 1'2. All control mode pushbuttons except "G"— Cutler-Hammer #E30AA. "3. Control Mode G Pushbuttons: Cutler-Hattmer #E30DG. "4. All'-Door Control Pilot Lights: Cutler-Hammer #E30CJ. " - 6 CCCDF Electrical Addendum No. 1 November 15, 1977 9. Section 16900 (Continued) e. Page 11 - 2.6F.5. , delete sub-item "5. " in its entirety and renumber subsequent sub-items accordingly. I f. Page 12 - 2.7C. , delete sub-items "l. ", "2. ", and "3. " , and substitute the following: "1. All control modes except "All Release" function—Cutler-Hammer #E30AA. "2. All Release Function: Cutler-Hammer #E30DG. "3. All Door Control Pilot Lights: Cutler- Hammer #E30CJ. " g. Page 17 - 2. 8E. , add new sub-item "3. " as follows: "3. Contractor shall provide Contra Costa County with a complete Central Control Panel Operator's Instruction Manual. " h. Pages 21 through 25 - Reissue Table A, attached hereto and made a part of this Addendum. 10. Section A, Notice to Contractors: a. A new Notice to Contractors is issued as part of this Addendum. 11. Section E, Instruction to Bidders: A. Revise Paragraph 4 to read as follows: Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California, on or before the 1st day of December 1977 at 2:00 PM and will be opened in public and at the time due in the 6th floor Conference Room of the County Adminis- tration Building. , 7 - CCCDF Electrical Addendum No. 1 November 15, 1977 12. Section D - Information To Bidders Part II: a. Page 1, paragraph 1 Scope, subparagraph A, delete and substitute the following: A. Furnish and install all electrical work as shown or noted on the Contract Drawings and as specified in Technical Specification Sections 16010, 16100, 16200, 16300, 16400, 16500, 16610, 16700, 16800 and 16900. 1. Electrical Contractor will install all work previously indicated as installed under PHASE I in Specification Section 16700, Underground Conduit Work Phase I. Contractor will coordinate the routing of his conduits under this Section of work with the Construction Manager, there is sufficient room to run these conduits in the area above the top of grade beams. No sleeves have been provided. 2. In order to minimize the disturbance on parking in downtown Martinez, the site work, including site lighting will be performed in four incremental phases late in the project. 3. The Electrical- Contractor shall bear the cost of providing the Testing Agency and all specified tests. 4. Plywood backboards as shown or noted on the Contract Drawings are by Electrical Contractor and should be fire treated plywood. B. ' Page 6, 5, I, 1 of Section D, Information to Bidders Part II, delete paragraph 1 and substitute the following: 1. The Electrical Contractor shall provide 600 amp 480 volt service to the building and step down voltage and phasing as re- quired. Main distribution panel to be located in or near the east transformer room. Temporary service will be supplied by P. G. & E. to this point. This panel shall be installed in an approved enclosure, complete with concrete pad. Electrical Contractor shall supply temporary transformers and switchgear as required. Temporary power poles will not be allowed inside the -fence area. All conduit must be buried. 014 �.�.� - 8 - CCCDF Electrical Addendum No. 1 - November 15, 1977 is responsible for coordination of all temporary power requirement with P. G. & E. C. Page 6, 5.1, 3 of Section D, Information to Bidders Part II, delete paragraph 3 and substitute the following: 3. The Electrical Contractor shall provide at least two (2) distribution panels on the first floor and two (2) on the third floor where directed. Panels will be sized as required to handle lights, tools, and welding machines. The Contractor will provide temporary power boxes where directed, (2) two in the Courts Building, six (6) on the first floor, and six (61 on the third floor and six (6) on the fOLZth floor. Temporary power boxes to be American Construction Tempower Model G1-561-C-1C or equal. Submittals are required. All main and branch feeder lines required shall be included. Contractor to install 3 existing 25' fixtures on site as directed. Costs to include wiring, foundation, erection and relamping as required to keep operational. Transfer of temporary service to permanent is the responsibility of the Electrical Contractor. Temporary service will be maintained continuously without any disruptions to the project during normal working hours. Transfer of service will be performed during off hours if necessary at the Contractor's expense. D. Page 7, Paragraph 6, delete and substitute the following: Tem2orary Heating: The Electrical Contractor shall hook up all equipment installed by the Mechanical Con- tractor as part of his requirements in accordance with the temporary mechanical specifications, a copy of which may be reviewed in the jobsite office of the Construction Manager. 9 00378 CCCDF Electrical Addendum No. 1 November 15, 1977 E. Add the following new paragraphs to Section D, Information to Bidders Part II. 11. As Builts: AS-BUILT (RECORD) DRAWINGS a. Immediately after work is installed, draw on these prints, in record black or red ink, work which is installed at variance with work as indicated on drawings, and indicate by measured dimension to build- ing corners or other permanent monuments, exact location of all utility distribution ' (as defined above) concealed in concrete slabs and underground. b. If, in County's opinion, indications or details are not satisfactory or legible for purpose, Contractor shall employ competent draftsman to make new drawings to accomplish desired result. C. Upon completion of work, obtain a set of reproducible ozalid prints from the Construction Manager. Changes from drawings shall be drawn in clear and legible, to County's satisfaction. d. These ozalids shall be turned over to County for his records just prior to final acceptance of project by County. If requested by County, Contractor shall show evidence of "As-Built Record" draw- ings are marked and dimensional to date with progress of work before County will approve Contractor's periodic payment requests. 12. Guarantees: Use of the permanent systems for temporary electrical and heating services will not effect the specified guarantee period. i Guarantees will commence upon final acceptance of the Contract. - 14 - 1 CCCDF Electrical Addendum No. 1 November 15, 1977 13. Coordination: The Contractor will coordinate the location of all conduit runs with the Mechanical, Plumbing and Sprinkler Contractors. where a conflict occurs the Construction Manager will determine the appropriate routing. Costs to modify conduit locations due to conflicts with other building components should be included in your Base Bid. 14. Blockouts: Electrical Contractor shall provide all f blockouts through floor slabs, required to install his work. The metal decking shall not be cut until after the place- ment of concrete. i� { U CCCDF Electrical Addendum No. 1 November 15, 1977 II. CHANGES TO THE DRAWINGS 1. Sheet E-1: This drawing, marked "General Addendum 0 11/15/77", has been revised and shall be substituted for and supersede originally issued drawing bearing the same Sheet Number. 2. Sheet E-2: N Of of If " 3. Sheet E-3: " of of of " 4. Sheet E-4: to or it is 5. Sheet E-5: to of of of of 6. Sheet E-6: of of ofit 7. Sheet E-7: " of OF of of 8. Sheet E-8: " of of " to 9. Sheet E-9: of to of is to 10. Sheet E-10: of IF of of " 11. Sheet E-11: of of If is of 12. Sheet E-12: of " or of to 13. Sheet E-13: " " of of or 14. Sheet E-14: " " to it of 15. Sheet E-15: " " of of to 16. Sheet E-16: of go itit 17. Sheet E-17: It ff of 91if 18. Sheet E-18: " " " " If 19. Sheet E-19: r " " IF to to 20. Sheet E-20: " " of to of 21. Sheet E-21: " " of of to 22. Sheet E-22: " " of " of 23. Sheet E-23: " " of of of 24. Sheet E-24 : " It of of It 25. Sheet E-25: of of of " it 26. Sheet E-26 : " to of If or 12 - CCCDF Electrical Addendum No. 1 November 15, 1977 27. Sheet E-27: This drawing, marked "General Addendum 11/15/77", has been revised and shall be substituted for and supersede originally issued drawing bearing the same Sheet Number. 28. Sheet E-28: " " " Of to 29. Sheet E-29: " of " " " 30. Sheet E-29A: II n Is it " 31. Sheet E-30: It to " to of 32. Sheet E-31: IS to " to " 33. Sheet E-31A: II 34. Sheet E-32: go 35. Sheet E-33: " of " of " 36. Sheet E-34: It to " " of 37. Sheet E-35: " 10 38. Sheet E-36 : IS " of is " of 39. Sheet E-37: of 40. Sheet E-38: " of " of " II 41. Sheet- E-39: to " I i 13 - 00,182 INTERCOMMUNICATIONS SYSTEMS . Section 16800--Page 18 COMM COSTA COWITY DEWITION FACILITY TABLE. NO. 1 INTENDDMS POR HOUSING CUMM `A' n n i k BBBBBBSB000G8 (D o . a DESCRIPTION p H .uc ROOM H�IK+ H HM7 N WKM 0 U � r7 u.. N121BER K a 0.a a a a. >. v°ii a V. 8 a1 11 72 i 1rS�. W�0.7C0 w i 0. I as �y 3 3X35 CLUSTER MASTER 1 3 3A35 PANTRY 1 SALLY PORT DOOR, 3&31 INSIDE CLUSTER 1 1 SALLY PORT ODOR, j 3 3P02 CENTER 1 VISITOR'S SALLY 3PO6 PORT DDDR SALLY PORT EMR, i 3 3A33INSIDE CLUSTER 1 CENTER Eh'1WEEN DWRS 3 3POS 3P18 A/Ii 1 VISITOR ' 3P06B POR 1RT DOOR I SITOR S DOORS 3A27I i 3 3A32 3A28A, 3A29A, 3A30A 1 ' 3 3A27 VISITOR'S INTEROOM 1 1 3 30L28 VISITOR'S INTERCO!! 1 � � f 3 3A29 VISITOR'S INTEFXMH 1 1 3 3A30 VISITOR'S INTERCOM 1 �{ I i 3 3&33 CORRIDOR 3A33 I I 3 3&36 CORRIDOR 3A34 1 I 3 -- COURTYARD 1 3 3A35 DAYFOOM I RSG. e 2 1 1 CLUSTER A BALCONY. 8 4 1 � • 1 SQ4 E OFFICE 1 Contra Costa County Detention Facility ( 1�1�. ��� INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 19 CONTRA COSTA COMITY UEIEIITIO3 FACILITY ThWZ MD. 2 IM'IBR0MG !OR MOUSING CLUSTtR 'M' n n _ �:$ • K K tl W D = ! OOOOO •' eBe.0EJG) 8 O o poi t; � W Z $ Pte' DESCRIPTION igP1c <m N p H vi H vi •.' a� M{ayG�tpor p M v ROOM H i NUMBER 'yS �i Y�b(►(Vxp�lGVjl N � N1llM .Cig4C ; {1.a{� WW WS 6pO (3 I J /( C. 7NpMG ►r TTNS VW�"aHCCCiK IVmc MO.Fi!-.VzH p�o7u-W9 -3- -1- F ►Rr �w-i a (LR.i U iii Z m r� iiiJJJ R KASTER 3B34 PAT SALLY PORT DOOR, I 3 3833 INSIDE SALLY PORT DOOR, 3 3832 INSIDE. CENTER BETWEEN DOORS 3 13PO7 3P07A/B 1 VISITOR'S SALLY PORT ' 3 3P07 DOOR 1 VISITOR'S DOORS 3B26A 3 3831 1 3B27A, 3B28A. 3829A 1 I It A 3826 VISITOR'S INTERCOM 1 ' 1 3 3827 VISITOR'S INTERCOM 1 3 3B28 VISITOR'S INTERCOM 1 3 3829 VISITOR'S-INTERCOM 1 3 13B32 ICORRIDORo PACE 1 3 3833 CORRIDOR, PAGE 1 3 3PO4 YORK ROOM PAGE 1 3 3P03 LAY LIBRARY PAGE 1 3 3P06 LIBRARY PAGE 4 2 3 3P06A CLASSROOM PAGE 2 1 1 DAYBOOK i RSG. 8 2 UNITS, PAGE 3 '- 3 COURTYARD 4 4638 BALCONY 1 1 4 4635 BALCONY 1 1 CLUSTER B BALCONY, 4 8 f PACE 3ST2 02 STAIR 1 2 2ST2 J2 STAIR 1 1 1ST2 02 STAIR 1 2 2P14A CENTRAL CONTROL 1 1 1SO4E KI'ICNEN OFFICE 1 Contra Costa County Detention Facility f INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 20 CONTRA COSTA EWHY DETEI1T1011 FACILITY Trutt NO. 1 s Roow rm "WSIMG CL mmm "V Z 4l K K ! W v s z . ODOBOOOBG)C3O ® O O o � < x uo DESCRIPTION h h I:!+N H H 8 �7 w t tO4 « IfudH(rK W O Tt fZJ ac ►1 NUMBER ur O� =H , 64 w HIA w wCHti HN M W Zi R. (rb 3C35 305 SALLY PORT DOOR, i 3C24 TWIZMV SALLY PORT DOOR, 3C33 THSTOE SALLY PORT DOOR, 3P11 1 3P06 VISITOR'S SALLY PORT, 1 3 • VISITOR'S DOORS 3C27A, , 3 3C32 3C28A 3C29A 3C30A 1 3 PC27 VISIT'OR'S INTERCOM 1 3 3028 VISITOR'S INTERCOM 1 3 3029 VISITOR'S INTERCOM- 1 3 30 VISIiOR'S INTERCOM I 3 3033 CORRIDOR, PACE 1 3 3C34 CORRIDOR, PAGE 1 3 DMYROOM f NSG. UNITS, 7 2 COUF=ARD 3 COURTYARD 4 C35 BALCONY 1 1 4 IC38 BALCONY 1 1 BALCONY NSG. UNITS, 8 4PAar - 4 -- 1 4 4ST6 16 STAIR 1 2 2P14A CENTRAL COh?ROL 1 1 504E KITCHEN OFFICE 1 Contra Costa County Detention Facility I INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 21 CONTRA COSTA COIBITY DETEIITIO3 FACILITY TABLE NO. 4 INTLRCOMS POR HOMING cum= 'D' n r U,DDOOOOOBE)G9G , a DESCRIPTION � ff.f►+H W R % O ROOM hK%Mp14 AWH 1+p$Sn Z �N~t�.10 i NUMBER M a N a a r s fA N 042 ItL TKO ` M & o�cyQ = 22 'j 2�+2V Z (z.1 7w�h20 ►� = 6 MfO MOMF N.dMn w W 0.UM us Z H rA 3 3D37 MASTER IN CONTROL RM. 1 1 3 3139 SALLY PORT DOOR JINSIDE 1 3 3D41 SALLY PORT DOOR 1 INSIDE 3 31,14 SALLY PORT DOOR 1 CENTER 3 3P13 VISITOR'S SALLY 1 PORT DOOR 3 3D34 VISITOR'S LOBBY 1 3 3D28 VISITOR'S INTERCOM 1 3 3D29 VISITOR'S INTERCOM 1 3 3D30 VISITOR'S INTERCOM 1 3 3D36 DAYROOM 1 - -- 3 3D35 ADMINISTRATION 1 3 3039 CORRIDOR, PAGE 1' 3 3P17 WORKROOM, PAGE 1 3 3P13 CORRIDOR, PAGE 1 3 3D41 PANTRY, PAGE 1 3 3D36 DAYROOM AND MOUSING 10 2 PAGE 3 3D33 DAYROOM AND HOUSING 2 PAGE 3 COURTYARD, PAGE 1 3 1COURTYARD, PAGE 1 3 — LEVEL 3 INMATE ROO11S 24 4 4D47 BALCONY 1 4 4D43 BALCONY 1 1 4D48 BALCONY 1 4 4D45 BALCONY 1 1 4 4D41 STAIR VESTIBULE 1 1 4 -- LEVEL 4 INMATE ROOMS 33 4 -- DISCIPLINARY 9 BALCONY PACE i 4 __ ADMINISTRATIVE 3 . t BALC«:Y PAGE - 4 -- JUVENILE BALCONY PAGE 1 2 2P14A CENTRAL CONTROL 1 1 15031: IK17CIIEN OFFICE 1 Contra Costa County Detention Facility INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 22 C011FRA COSTA C0190Y DETEUTION FACILITY TABLE NO. S INTTMCO X roR NDUSINr Causm 'B* 000aooeB899@ ® o , DESCRIPTION C h !t w S Y ►� ROOM I�N�i,yNN {j �J Mb pQM u� �C NlJ!IBF.it i �N 0.14 r7 Y1 �M fjM M M I /. � =1r N a a o0 lop N� M N M O N M H M« M W M V Nr r M= = N M W 3 3E34 CLUSTER MASTER 1 3 3E34 PANTRY 1 SALLY PORT 3 3E32 DOOR - INSIDE 1 3 3P18 CENTER BETWEEN SALLY PORT DOORS 3P18A/8 1 3 3P20 VISITOR'S SALLY PORT 3 3E31 VISITOR'S DOORS I LOBBY 3 3E33 SALLY PORT 1 DOOR - INSIDE 3 3E26 VISITOR'S INI'EAL'OI 1 3 3E27 VISITORS INTERCOM 1 3 3E28 VISITOR'S INTEWOI 1 i 3 3E29 VISITOR'S INTERmI 4 - 3 -- COURTYARD 1 RTY 3 3E32 CORRIDOR, PAGE 1 E 3 3P20 LIBRARY, PAGE 2 3 __ DAYROOM AND HOUSING UNITS PAGE 7 2 4 4E35 BALCONY 1 11 4 4E38 BALCONY 1 1� 4 BALCONY HOUSING UNITS PAGE 8 3 tII� 3 3ST4 #4 STAIR 1 1 3 3E34A 18 STAIR •1 1 2 2ST8 08 STAIR 1 1 ISIS IS STAIR 1 3 3P19 CLASSROOM 1 1 2 2P14A CENTRAL CONTROL 1 . 1 1SO4E KITCHEN OFFICE - 1 *Weatherproof Speaker/Microphone Contra Costa County Detention Facility INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 23 CONTRA COSTA CW11TY DEW IM FACILITY TABL: W. • IFDR NONSIMG CLUB= M' n n • z = oo8aaa9B8G9@ ® 8 C 11 a Fop s % $ ROOM DE$CRIl7I0M H A w H M t t�yG ph~ gyp• w&wo'FA w A' IMIBER F �a E .7 S6' FAY WOKW� w � 'Ia rdX o =rMwF M1�Qj (((Z�aaa� fxj� 3�.'Ii�(1 0rd 96 a M O M{'.M rM M P� M i1 96 U 1,w M i �. w•M w N 3 3F39 CLUSTER MASTER 1 (BOOKING) 3 3F40 DAYROOM 1 1 3 3F41 DAYROOM 1 1 3 3F38 SALLY PORT INSIDE 1 3 3P23 CEN-rT-R BETWEEN SALLY PORT DOORS 3P23" 1 3 3P22 SALLY PORT DOOR 1 OUTSIDE 3 3F37 VISITOR'S DOOR LOBBY 1 3 3P22 SALLY PORT DOOR 1 . OUTSIDE 3 3F42SALLY PORT DOOR 1 3 3F41 SALLY PORT DOOR 1 •• INSIDE VISIT DAYROOK 3 3F31 INTERCOM 1 3 3F33 VISITOR'S INTERCOM 1 3 3F34 VISITOR'S INTERCOM 1 k3F40 DAYROOM 1 1 3 3F41 DAYROOM 1 1 3 COURTYARD 1 3 COURTYARD 1 3 3F38 CORRIDOR, PAGE 1 1 3 3F42 CORRIDOR, PAGE 3 1 3 3F40 DAYROON AND HOUSING 1 2 UNITS PAGE - 3 3F41 DAYROOM AND HOUSING 2 2 UNITS PAGE 4 4F37 BALCONY 4 4F39 BALCONY 1 1 4 4F41 BALCONY HOUSING, PAGE 5 2 4 4F37 BALCONY HOUSING, PAGE 4 1 1 1ST7 /7 STAIR 1 3 3ST7 47 STAIR 1 4 4ST7 07 STAIR _ 1 3ST5 05 STAIN 1 2 2P14A CENTRAL CONTROL 1 1 1504E KITCHEN OFFICE 1 Contra Costa County. Detention Facility 01 a-Ts's INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 24 CONTRA COSTA COUNTY DETUITION FACILITY TABLL M0. 7 IWMEC00 TOR MEDICAL.MAW= w n OBE] BBB F3 (D a � K G 8 8 0 0 . � DESCRIPTION � to N M •H►+H►� ..77 /t��( qO � u p px < O<Z H N H< 20 NUMBER Z SSZ106100.M M 9 p aM yq zb M Z rTTr fypL t� yy K WyG 0 ?A � 17i1xyx1, p_ tf\JL Ni" 1"C41 ��y'-1 O.V W W MS i Za. 10 SSN 1L/ MEDICAL 1 1M30 CLUSTER MASTER 1 2 2M22 BAI.00MY 1 1 1 SALLY , 1 f 1N33 INSIDE 1 IM01 SALLY PORT DOOR, CENTER 1 1 1524 PUBLIC SALLY PORT 1 1 IK32 SALLY PORT DOOR, 1 INSIDE 1 3MJ1 SALLY PORT DOOR, 1 CENTER 1 1S25 PUBLIC SALLY PORT 1 1 2T09 VISITOR'S DOORS 1 LOBBY I - — COURTYARD 1 2 2M26 VISITOR 1 2 2MO1 VISITOR 1 2 2M25 BALCONY 1 1 1 — MEDICAL S 4 CLUSTER PAGE ' 2 MEDICAL BALCONY PAGE ' 1 1S23 VISITOR'S LOBBY 1 1 1S25 VISITOR'S CORRIDOR 2 2 2PO4 VISITOR'S CORRIDOR 1 1 1ST1 01 STAIR 1 1 1ST6 #6 STAIR - 1 2 2P14A CENTRAL CONTROL 1 1 1SO4E KITCHEN OFFICE 1 1 1247 BOOKING 1 Contra Costa County Detention Facility 0103S19 INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 25 COFITRA COSIA C0VITY DCTIIITID:I FACILITY TADLE N0. 7A Irwwams no 1Rutu CUT!rlttA aooaaaaooe � o o a rr11 K Y O O O N K OZ p DESCRIPTION �: q N .h .s..N•. n .t'c •. ►� �J pJ vl o (1 NUMBER �• 'y�t NQNW4b pe„' Jrr. N N./.. Q N ,G aF•¢��((�.]O X�5J Y � .SUKKMa _ cr Cl aLU UL” l7a M.S V N KT. O yy, pPPTw V rC1 H K (rZ1 Yf 4 M r1 !CF� v •[ M M 94�O ��FI�M fV M w 6 U Y.IA N OT. f X 40 N 1 1x30 NURSE'S STATION MASTER 1 • 1 1M03 NURSE'S CALL SUB-STA. 1 1 1x04 1 1 IM05 1 1 1x06 1 1 1x07 1 1 1x08 1 1 1M09 1 1 11410 1 1 1K11 1 1 1x12 1 1 1x13 SHOWER P.B. Ot:LY • 1 1M14 NURSE'S CALL SUB-STA 1 1 1x15 1 1x16 1 1 1x17 1 1 1x23 1 1 I 1x25 • I _ 2MD4 2 2x05 1 2 2x06 1 2 2x07 1 2 2x08 1 2 2M09 1 2 2x11 1 1 2 2x13 I 2 2x14 1 2 2X15 1 2 2M16 1 2 2x17 1 2 2x18 I 2 2x19 1 2 21420 SHOWER P.B. ONLY 1 1 11427 DENTAL 1 1 1x28 TOILET/SHOWER 1 P.B. ONLY 2 2M25A SHOWER P.B. ONLY 1 Contra Costa County Detention Facility � INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 26 CONTRA COSTA COUNTY DETE11TIO3 FACILITY TULti W. 1 INrERCOW FOR twwm tlO im Emu= ( I r r ' E B B B B B E G) e O Q o a s� z a -9 "PEE �W so 8 ; DESCR �� IPq b M MM YY M U K ROOK �'S Nb9i 6a MM NULY i b1.b Mwrb RE b � SS YY%46 P, (i a. N r O►i70 06 �f O•�Z V Me 5 vv a aZ J N Q WU 040 1 IT22 DAYROON, NASTIM 1 .• 1 1T22 SALLY PORT DOOR 1 INSIDE 1� 1 1T23 SALLY PORT, CENTERSALLY 1 • 1 1S22 allSIDE R? DOOR 1 1 2P12 VISITOR'S LOBBY 1 r 4 1 -- FAIN COURTYARD */ 1 1T22 DAYRN. i HSG. PAGE / / i 1 1T22 COURTYARD DOOR 1 1 2 2P12 VISITOR'S DOORS I 2T01, 2T03 2 2T21 BALCONY SUB-STATION 1 1 2 2T23 BALCONY SUB-STATION 1 1 2 2T03 VISITOW 1 2 2201 VISITOR 1 1 1ST3 03 STAIR 1 2 2P1/A CENTRAL CONTROL 1 1 1501E KITCHEN OFFICE I I ( i - I i ri -weatherproof Speaker Contra Costa County Detention Facility ()�a3ko INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 27 CONTRA COSTA COUNTY DETENTIOy FACILITY :ASIS NO. s Iuesmeou 1OR 5uv1Cs swrlow x _ DOO [] OOOOOGSO ® O 3 a G b b oopi C .� _ � 8p �7 O (� ROOK h F{.R N�o M lse rs 6. 9x H K H "IBEROKH.4 F' U �ST.22ZUZU 4U6.'A.4 I tp•H h M H QI H O H M H H M 1 1521 SALLY PORT DOOR INSIDE 1 1 1 IS20 S POitT 1 CENTER 1 1 1519 SA L LY PORT DOOR 1 j 1 1S2S SALLY PORT DOOR 1 CORRIDOR 1 1 IS26 SALIN EPORT CENTR 1 IS03 SALLY PORT DOOR 1 LOADING DOCK 1 1 1S26B PUBLIC SALLY PORT 1 j 1 1503 LOADING DOCK 1 1 1 1501 LAUNDRY j 1 l 1S04E KITCHEN OFFICE j 1 1SO5 ODMISSARY j j 3 3F39 CLUSTER F - j 3 3E34 CLUSTER E 3 3D37 CLUSTER D 1 3 3A35 CLUSTER A 1 3 3B34 CLUSTER B j 3 3C35 !CLUSTER C 1 1 1Q28 INTAKE 1 1 17`22 IN7ATE/WORKER 1 1 1M30 MEDICAL 1 2 2P14A CENTRAL CONTROL 1 I Contra Costa County Detention Facility f)�)392 INTERCOMMUNICATIONS SYSTEMS Section 26800--Page 28 cmTRA COSTA COUnlTY DETE11Tt111 FACILITY 1ll7'NRCi M FOR SUPERIOR CnuNT TANIX NO. 10 satm STSTW FOR SUMMON COURT Q mt s r Z BBBBBUeBO0ot 00 a I t-1 1! 1 dESCRIPTIOIi �rC « .-F fa ROM «i M G 0 0.0 a NUttBERc`3aa ,0110 ZCN«N R x 5c om�axo « = a lime $« «.+«r « raRls.a«x s « w « i MASTER AT 1 1J24 BAILIFF'S STATION 1 f 1 IJ24 ADDITIONALSUB-STATION -1 FOR BAILIFT 1 2 1 1J24 SUPERIOR COURT JilDf.t Security monitoring system to central control and line-6p room - Receive only at these two stations - Separate 3-station master to be switched by Judge. 1 1 1J24 SUPERIOR COURT JOD4Z Emergency Audio/Visual alarm to Bailiff's position in Municipal Court. 1 1 1J24 SUPERIOR COURT JIAIGE Audio/Visual signal to Court Reporter. 1 1126 GUARD STATIOI 2 2P14A CENTRAL CONTROL 1 ` — INDEPENDENT SOUND SYSTEM — x 1 1J24 SUPERIOR COURT Separate amplifier for sound system to be located in Coswwnicat ons Clopet. 1 LJ24 BAILIFF 1 1 1J24 CLERK 1 ; 1 1J24 ATTORNEYS 2 1 1J24 JUDGE 1 1 1J24 NITWESS 1 ` r 1 1J24 JURY 1 3 1 1J24 SUPERIOR COURT SOUND 4 SYSTEM SPEAKERS ` -Both stations to have handsets to be jack-connected for portable operation at separate IB(2) locations as shown on electrical drawings. Provide press-to-talk button on hand-set. Contra Costa County Detention Facility 003,93 INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 29 CONTRA COSTA COUNTY DETEIITI011 FACILITY lWtrJ( M FOR NUMICIVAL COUNT . TABLE W. 11 HOUND SYSTM IDA MUNICIPAL COURT DOOOOOOOOGSO ® O a DESCRIPTION C H Ia 9 8 4 BOOK NUMBER OrwA.A.mIn eN WpO16 h� • sT Esc rr z a``.4j 01 MWNN M NO M 1 1J03 MASTER AT 1 BAILIFF'S STATION • 1 1J03 ADDITIONAL SUB-STATION �1 FOR BAILIFF • 1 2 -1jj±H — - I ± 1 1J03 MUNICIPAL COURT JUDGE Security monitoring system to central control and line-up room - Receive only at these two stations - Separate 3-station master to be switched by Judge. 1 1 1J03 MUNICIPAL COURT JUDGE Emergency Audxo-V.Lsual Audio—Visualalarm to Bat iff's position in Superior Court. 1 1 1J03 MUNICIPAL COURT JUDGE Audio/Visual signal to Court Reporter. 1 1I26 GUARD STATION 1 2 2PI" CENTRAL CONTROL 1 — INDEPENDENT kUND SYSTEM 1 1J03 MUNICIPAL COUii~ 1 Se ate Aupllfiez for sound system_ 1 1J03 BAILIFF 1 1 1J03 CLERK 1 1 1J03 ATTORNEYS 2 1 1J03 JUDO 1 1 1J03 WITNESS 1 1 1J03 JURY 1 1 lJ03 MUNICIPAL COURT SOUND SYSTEM SPEAKERS ' *Both stations to have handsets tt kt jack-connected for portable operation at separate I8(2) locations as shown on electrical drawings. Provide press-to-talk ' button on hand-set. Contra Costa County Detention Facility '44 INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 30 CONTRA COSTA CWHY DETE11T103 FACILITY TABLL 110. 12 IN21W0 M POt Caum AONIMISTAATIM I n BBBBBBeB88SO ® O p a FOOMMCAIPTION 1110 0.H � wph v~a tnofR t.��w �w590 1 V� oICL M ru:a.zx9 i 1 1J02 MUN'CIPAL CLERIC'S 1 • IOBBY 1 1 1JOS wOR131" 1 1 1 1J22 LOBBY 1 1 1 1J22A LOBBY 1 1 1 1J22C LOBBY 1 1 1 1J27 FOYER 1 1 1 1J28 FOYLR 1 1 1 iJ03 CLER[S INDEPENDENT SOUND SYSTEM — 1 STAFF LOUNGE AND One IB(2) with pilot light-to send Audio/Visual signal 1 1J10A F[711 Rr JURY to either or both Bailiff's offices at 1J30/1J14. { Provide keyed switch to be controlled by Bailiff to designate which officer is called. 1 one I3(2) with pilot light to send Audio/Visual signal 1 1J13A JURY ROOM to either or both Bailiff's offices at 1J30/1J14. Provide keyed switch to be controlled by Bailiff to designate which officer is called. Contra Costa County Detention Facility 00!3.14 INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 31 CONTIM COSTA C0117IY DETEIITI0,'1 FACILITY TABLC KO. 1] INTERCOMS TOR COOK!! NOW PC AREA n R: Iii) O 4 K K x M D Z w7 oaoaaae8e. 96o 0 4 N �g4 O as 9 ��' T9 DESCRIPTIONmHmH�Na 2n�N4.a4d d 1ip� NUNBER i May4u�6 m�m� $ }�Qa�a°d z aZ FR W 1{! gH�p(+aaaa�U -:p Baa cz: 0H4 in T fp�j�J Z5 .LZ i3 �V:C� Z 5 "'20.20 ►aui 7 r� "U) .0 "F►�.-�r�r� N Cf 0.U w Y!►�S Z N ►� G� ' MASTER AT 1 1 1226 ARD STATION 1 1 1226 DOORS 1122 i 1223 1 1 I IJ26 DOORS II20 i 1I21 1 1 1 1J28 DOORS 1122,A&1I23A 1 1 r1 1J27 DOORS 1120A i 1121A 1 1 1 1216 VISITOR LOBBY 1 1 1226 GUARD STATION AREA 1 1 1 1I26A CORRIDOR 1 1 1I20 SALLY PORT CENM 1 1 1 1121 SALLY PORT CENTER 1 1 ' 1 1 1I22 SALLY PORT CENTER 1 1 1 1I23 SALLY PORT CENTER 1 1 1 1213 LINE-UP VIEWING 1 1 PASTER 1 1724 SUPERIOR COURT BAILIFF 1 1 IJ26 MUNICIPAL COURT 1 BAILIFF 1 1PO4 RECEPTION 1 2 2P14A CENTRAL CONTROL 1 - 1 1213 LINE-UP VIEWING 1 1 MASTER 1 1112 LINE-UP 1 1 1PO4 RECEPTION 1 i iLIE!26 , GUARD STATION Contra Costa County Detention Facility INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 32 CONTRA COSTA COUIJIY DETENTIO71 FACILITY TABLE 180. 14 INTERLbMS toot LOOBY SECTION h N i a o K << i M v = DDOOOO98890O ® O o ss g g C � 8 DESCRIPTION ri *. "H a J t wIII 8 so<o.cst�s c�t;r.(�a(���((cpOwpQ a: .c a NU.YBERaR aaYHlaN F NY0 NM4K gala,N NY1MH ►� « M a ur..a« iCj 1 1PO4 MASTER AT I RECEPTION DESK 1 1POS STAFF CLASSROOI 1 2 1 1I06 SALLY PORT DOOR 1 i INSIDE 1 1101 SALLY PORT CENTER 1 1 1P03 VESTIBULE 1 1 IPOS WAITING 1 1 1PO6 SALLY PORT CENTER 1 1 BIOS MAIL ROOM 1 1 1106 CORRIDOR 2 1 — MAIN COURTYARD a4 1 1P09 WOMEN/STAFF 2 1 1P10 MEN/STAFF" .4 1 1P16 PUBLIC LOBBY 6 1 1P12 MEN'S TOILET 1 1 1P13 WOMEN'S TOILET 1 1 1STP STAIR 1 2 2P14A CENTRAL CONTROL 1 - 1 1249 BOOKING 1 1 1204 ADMIN./INFO. 1 1 1 1I04 ADMIN./RELEASE 1 1 SEPARATE INDEPENDENT SYSTEMS 1 1104E ADMIN./INFO. 1 1 1P03 VESTIBULE 1 1 1104 ADMINISTRATION 1 1 1206 CORRIDOR 1 1 1I040 ADMIN./RELEASE 1 1 1I58 CORRIDOR 1 -Ceiling flush-mounted, weather-proof speaker microphones instead of horns. Contra Costa County Detention Facility INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 33 CONTRA COSTA COWITY DETE111I0II FACILITY TANIS NO. 15 INTENCOINS FOR VEHICULAR SALLY PORT SECTION N ' Tcd to s s v = OOOOODC. 8E) 0- 9G)O (D I a ;, J h axo hh �CrA° x x < DESCRIPTION y N►�h . M NUMBER yK�IvHiaSa asw„ .yyy��� �j.za�in"M q8 _rte.. ~` z► Uo�Vl .. zz N f20.U30zo R u�Sacir..a..x z VEHICULAR SALLY PORT I 1I42 ENTRY DOOR PEDESTAL MTD. Y/P SPFAID:R/MICR. i PROX. SWITCH 1 f VEHICULAR SALLY PORT 1 1242 EXIT DOOR PEDESTAL MTD. M/P SPEAXER/MICR. L PROX. SWITCH 1 '� VEHICULARRT 1 1 1I09 VESTIBULE DOOR,INSIDE 1 1 VEHICULAR SALLY PORT I 1 1I27 VESTIBULE D00R.CENTER 1 1 VEHICULAR SALLY PORT 1 IIa2 VESTIBULE DOOR,OUTSIDE PORT 1 1142 DOOR, OUTSIDE 1 1ST4 04 STAIR ' l I f• y - Contra Costa County Detention Facility INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 34 CONTRA COSTA C0U11TY DETEI1T103 FACILITY TlRItLl N0, lb IRTEACOMS raft WMING SECTION ' n n . . v - BBBBBaaoeoo ® o fop P. j a DESCRI/TION 64 64 •ht z e sr 1 110 r.a4Gj o � e� ((M�► ROOM W i(f,A/4M(Y�1j21 N(N �C go U goK"H a o tJ (J NUlSBER y g 5 1fig � 2 O z ' V Y fJ a a a W O�' V N fJ 0. V .toN�1 N M N W 4 u 161 N 04.T. z In N 1 1247 BOOKING MASTER I . 1 1I46C VEHICULAR SALLY PORT 1 VESTIBULE DOOR,INSIDE 1 1 1146 INTAKE 1 1 1141 VEHICULAR SALLY PORT 1 . VESTIBULE DOOR.CENTER VEHICULAR SALLY PORT 1 1142 VESTIBULEDOOR, OUTSILE I f1 `I` 1 1257 SALLY PORT DOOR 1 3 INSIDE 3333`` 1 1128 SALLY PORT DOOR 1 CENTER { 1 1258 SALLY PORT DOOR OUTSIDE I 1 1J33 COURT ADMINISTRATION 1 1 AREA CENTER 1 1J33 COURT ADMINISTRATION 1 1 AREA EXIT DOOR 1 1229 BREATH ANALYSIS 1 1 1I30 ALCOHOL RECOVERY 1 1 1130 ALCOHOL RECOVERY •1 2 2P14A CENTRAL CONTROL 1 Emergency P.B. to Booking Office only. Contra Costa County Detention Facility 00,1199 INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 35 CONTRA COSTA COMITY DETE11TI0;1 FACILITY INTERCOMS /OR INTAKE SECTION TABLE M0. 17 Z III • K K S Y s 000000aooG &G) o c pop >v z DESCRIPTIONnow w F F F N F pM w K M X <O<O<24,rt yyy��� Fh yK 6Q. RJ NUMBER 1[ ai�6YaN} � y94 NFYO r ►1 w si^Zri WS�w�azo[(J w a d MbM M!'M-4 NM M Wau`.wMi'i R' �j y M • 1 1Q28 DAYROOM MASTER 1 . 1 1Q28 DAYROOM1 1 1Q28 SALLY PORT DOOR 1 INSIDE 1 1Q27 SALLY POR! CENTER 1 1 1158 OUTSIDE 1 1 1Q02 COURTYARD EXIT DOOR 1 1 — COURTYARD - 1 1 1Q28 DAYROOM AND HOUSING .9 1 UNITS PAGE 2 2Q25 VISITOR'S INTERCOM 1 2 2Q29 VISITOR'S INTERCOM 1 2 2Q30 VISITOR'S INTERCOM 1 2 2Q31 BALCONY 1 1 2 1Q32 BALCONY 1 1 2 2Q35 VISITOR'S LOBBY 1 1 2 _ BALCONY HOUSING • 1 AREA PAGE 1 1ST5 45 STAIR 1 2 2P14A CENTRAL CONTROL. 1 1 1SO4E KITCHEN OFFICE 1 Contra Costa County Detention Facility 00400. INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 36 CO;ITf?A COSTA COMITY DETSITIO11 FACILITY INTERCOM EQUIPMENT ASSOCIATED WITH TABLE NO. 1s CEMRAL CONTROL NOT LISTED ON OI11EI1 TABLCS h n BBBBBoao8990O O a M M M H N 1.1 U DESCRIPTIONROO N CR f1 i.,. :Y) a Jit"4 OG it "U �a�dggo U�°d a �Hh t�W...ci�u to Zvi .' m�►i 0.�, H-�nZin IM' M0.0 4.w2ss i was I►�.' • 2 2P10A DUAL MASTERS 2 2P1• ENTRY DOOR TO CENT.0 1 1 2 2P20 DOOR, CORRIDOR 1 — INTAKE AND BOOKING SECTIONS — 1 1I45 MECIMICAL ROOM 1 1 1 1I53 PASSAGE 2 1 1 1I55 ING 2 1 1 1257 CORRIDOR 1 1 1 1I58 CORRIDOR 1 1 1 1263 CORRIDOR 3 1 — LOBBY AND PUBLIC SECTIONS — 1 IP12 PUBLIC/MEN'S ROOM 1 1 1 1P13 PUBLIC/WOMEN'S ROOM 1 1 2 2POS PROGRAM/STAFF 2 1 2 2PO8 PROGRAM/STAFF 1 2 2P10 RRIDOR 2 2 2P11 RRIDOR 2 1 2 2P12 RRIDOR 2 1 2 2P13VE1. STIBULE 1 1 2 2P19 PROGRAM/STAFF 2 1 2 2P20 CORRIDOR 2 1 2 2P26 PROGRAN/STAFF 1 1 —SERVICE SECTION- 1 1504 ITCHEN 1 1 1 1S03A CEIVING 1 1 • 1 1SO4D KITCHEN OFFICE 1 1 • 1 1S05 COMMISSARY 1 1 1 1S06 RECREATION OFFICE 1 1 1 1S09 OFFICE 1 1 1s10A MECHANICAL ROOM 1 1S14 ELECTRICAL WORKSHOP 1 1 1 1S16 GENERAL SHOP 1 1 IsI7 IJANITOR 1 1 1 1S18 CORRIDOR 1 1 1 1519 CORRIDOR 1 1 1 1522 STAFF/LOUNGE 2 1 i Contra Costa County Detention Facility 00401 INTERCOMMUNICATIONS SYSTEMS Section 16800--Page 37 CONTRA COSTA COU11TY DETE11TIO3 FACILITY EQUImw rok IWATZ HOUSING UNITS T"IZ NO. 29 FUSIMUTWWCA" STSTT-MS x BMBBBeeE; e90ve0o o 0 MCRIPTION 0. E- i F,a F- ROOM "Writ X WAte. C6 3 3835 CLUSTER MASTER 4 4A35 BALCONY SIM 3 CL. A HOUSING UNITS 191 19 4 CL. A HOUSING UNITS 27 27 3 3B34 CLUSTER MASTER 41135 BALCONY S/H 3 CL. 8 HOUSING UNITS 18 18 4 CL. 8 HOUSING UNITS -A -1 27 27 3 3C35 CLUSTER MASTER 4 4035 BALCONY S/" 3 CL- C HOUSING UNITS 19 19 4 CL. C HOUSING UNITS 27 27 --3 -3E34 CLUSTER MASTER - 4- 4E35 BALCONY S/K 3CL. Z HOUSING UNITS is is 4 CL. E HOUSING UNITS 27 27 3 3F39 CLUSTER MASTER 4 41`41 BALCONY SIN 3 CL- F HOUSING UNITS 21 21 30 30 3 rI4 CL- P HOUSING UNITS IT21 CLUSTER MASTER 2 2T21 BALCONY S/M I CL. T HOUSING UNITS 16 16 2 CL. T HOUSING UNITS 14 14 ;-17--1Q28 INTAKE HOUSING 2J2Q32 BMXOKy Sm I CL..Q HOUSING UNITS 20 20 Contra Costa County Detention Facility 00402 FIGURE NO. I' CALL CHART FOR HOUSING CLUSTER "A" 80014 INTERCOM 'C STATIONS TO BE CALLED--INDICATED BY AN "X" IN CORRESPONDING NUMBERED_ NO. N tnf 1 2 i 4 5 6 7 a 4 10 U 11 1311%115 16 17 10 14 20 21 2212124 25 26 27 29 29130 31132131114 3a r 3 3 1 3A35 PANTRY 2 X 3A34 SALLY PORT INSIDE 3 X X 3P02 SALLY PORT, CENTER 4 x 3PO6 VISITO ' SALLY PORT 5 x X 3A33 SALLY PORT, INSIDE 6 X POS CENTER POS A B 7 X1 x "IF06B VISITOR'S SALLY PORT a X X 3A32 VISITOR'S LOBBY a x 14 11 03A2 SITOR 12 X SITOR 13 X SITOR 14 X w ISITOR 1s X 16 RRIDOR 17 X1 X RRIDOR 1a x X OURTYARD 1! R IRAYROOM SGP E o xALCONY 21 Ix 2' 461 tKL i X x3 STAIR 24 AL yENTRAL CONTROL 6X X X X XITCHEN OFFICE 27 1( a A d A xo 0 4r�1i2 ~ rt Al 33 01 y'n 34 o H 0 0 35 o O ►� W • NOTE% If a listed �,. FOLLOW 1. List in extreme left coluarl the !. Start with Station Number i. The station is only to i N � n THESE name of all persons or departments row of boxes on the same line represents recaixe,calls and �`• n INSTRUCTIONS to be Included in the intercom all the other Stations in tho system, not oriyymate thee. in 64 "wAwN 10 system. Indicate which of these other Stations thane will be the 16 to Cz Number 1 is to call by putting an X marks in the boxes in rr � i in the corresponding box. Follow the alongside such w 1.3 sC rt l _ same procedure with Stations Numbers It Listed station. tq �C i 3 and so on: CD awe v��©©���©©©©©©�©©©aeNe■©©®■©©eN■■■N■ �moE ©iN�.�.■■■e■eeee■e■■■EeE■■eee■©■■e■■eE■ �■e ., . : a©■■■�■eeieeee■eeeN■Nei■■■ea■■e■e■N■ �E •' -•' Q©.■■■mom ow v©ee■■eee■eeee■■■Nee■■■■■e■■e■■■■■■ ■mom .. . . v©.■eeeN�■■■■■e��e■■E■■■■■■■■■■■e■N■ �■ v©■■■ ■.■ �■■■■■■■N■e■■■■■■■■■■■■■e■ �■ ... ... .. ®�e■■■■eee■ �eeeeeE■e■eee■ee■■�N■e■tN■ �■ .- ... '. ®�.ecce■e■e■i��■ie■e■ei■ee■eeee■eeN■ ��i .. -.. •. �©e■■i■Ni■Nei■ �eeN■Nei■ei■©■■e■■■N■ � ®tees■■■■e■■■■e�r��e■.■.e■■■ee©■ee■■■N■ ■mss �©.■■e■■■eee■eeNi�eeee■eeee■©■■■■■■e■ �� .. -.. • �©e■■eeeie■■eee■��N■e■eeeeN©■e■■e■E■ etc .. •.. �©■■■e■eeeeeeeeee■�eeeeeeee©ee■■■■N■ NONE Q7■e■NE■E■■ ■eeeeeeN�MEN■■■ ■■eN■N■O■ ® ■■e■■ee■ee■ ........ .. .©...■■eee ®REM, U113eee■=e■■Eeee�limummommiummumm ■■NN ® mmom■■ ■■■eee■ ■e■ee■eN■ ©■■■e■■NINI �� -. �©©©©©©ecce■©©©©©©©o■©�©©ee���■■ee■N■ • �©■■■■■■■■eeeeeee■N■■■eeee■■��e■e■■tN■ ■■■ �JN■■■■■■e■eee■eE■■e■e■■e■■e■■�s.■■e■ • io �eei■eee■e■■ieeeee■■■eeeeeE■■■� ■■■O■ et■� ®NE■■■■■eeeeeN�■■eeeeee■■eee■e■■e■ ��E■ . Ee■i a�■■■■ee■■■ee■ ■eeeeee■■■■■ee■ee■■■:�■ • • NN■� EF3N■■■■■■eeeeeeeee■Nee■■■e■ee■■e■■■N�� - • A � A • 10101-14 Q t r • • . . r . •;; •.. . • :. STATIONDAA©AQ©L1Eiia19®©mi�ii��7QimE, MIZWO ME�E�ETJQ�MMUM rrr�r. ,rrrrr•rrrrerrr�rerrrrrrrrrrrrrrrrrrrrr�rrBoom OC©everr©rr � • rrrrrrrrrrrr■ . •. rrr �r Wllbs ••- Borr��rrorrrrrrrrrrrrrrrrrrrrrrrrrr■ �r r• •:•- •:. dorr��rrrrrrrrrrrrrrrrrrr©rrrrrrrrr■ ��►•�--�y�=�-- �©arrrr��rrrrrrrrrrrrrrrrr©rrrrrrrrr■ ©orrrrr�rrrrrr�rrrrrrrrrrrrrrrrrrrrr■ oerrrrrr �rrrrrrrrrrrrrrrrrrrrrrorr■ . aerrrrrric �rrrrrrrrrrrrrrrrrrrrrrr■ • . m�©rrrrrrrr �rrNONE rrrrrrrrrrrrrrrrir■ .. ®orrrrrrrrrfrrnoun rr�rrrrrrrrrrrrrr■ . ®orrrrrrrrrr ,■ rr r■ rrrr ■rrrrrrrrr■ .. •.• ®©rrrrrrrrrr�i „anCrrrrrrr rrrrrrCmmm orrrrrM • .. ®©rrrrrrrrrrrr# �rrrrrrrrr r� ®rrrrrrrrrrrrr��rrrrrrrrrrrrrrrrrrrr . . m�orrrrrrrrrrrrr�irrrrrrrrorrrrrrrrr■ COURTYARDr� m�orrrrrrrrrrrrrrrrrrrrrrnrrrrrrrrrr r : . BONN rrrrrrrrrrrrrr� rrrrrrrrrrrrrrrr■ crrrrrrrrrrrrrrrrrri � rrrrrrrrrrrrrrr �now rrrrrrr■r -Mmrrr�I��rrreiimommmriii ®©rrrrrrrrrr rrrrrrrr�rrrprr,rrrrrrr■ �r �rrrrrrrrrrCrriCMOONS 0 ■rrrrrrrr■ - Miarrrrrrrrrrrrr �r ®r■ rrrrrrrrrrr ■rrrrrrmoirrrrrrrrw■ • U©o100morrrrer reerr��i ■rrrrrrrr■ ©rrrrrrrrrrrrClummiummsrrilrrrrrrrrr ®rrrrrrrrrrrrrCrrrresrrrrrrrrrrrrrr■ rr �rrrrrrrrrrrrr rrrrrrrrrrrrr��rrrrrrr MEMO �rrrrrrrrrrrrrrrrrrrrrrrrrrrrsrrrr■ MEMOorrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■ . MEMO ®■rrrrrrrrrrrrrrrrrrrrrrrrsrrrrr■r■ ®rrrr�wrrrrrrrrrrrrrrrrrrrrrrrrri�� rr■ ' m�rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr�rr • , �r a�rarrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr��■ �� �rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr�� - INTERCOM STATION �,�r ©� �i©o©dA©o ©©000©rrrr©reerrrrrrri� MINEz[eori rrrrrrrrrrrrrrrrrrr■©rrrrrrrrrr■ IMUNW"fil 4 WAS*01 w Me] -.- ©rrrrr��rrrrrrrrrrrrrrrrrr■©rrrrrrrrr■ IRIMMo©ON VJ .. . . a©rrrrr�t� ■rrrrrrrrrrrrrrrrrrrrrrrrr■• • • • DDrrrrrrr�rrrrrrrrrrrrrrrrrrrrrrrrr■2 NEE,err somdog) manumm mummaiiii Mrr rrMMENIONNOMM rrrrrrrrrrrrrrrrrrrrrrr■ • •• ®©rrrrirrrrrrr anommusommummommomomm mmmmumommommomonimon IFN'smommommum MONO JnrFT.Won FIGURE NO. 5 CALL CHART FOR HOUSING CLUSTER "Ell ROOM INTERCOM < STATIONS TO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX STATION N 1 2 3 110 5 6 7 0 9 10111 i til 14 1 5 4, 11I0I30120 Z1112 2' Y4 2512.6 27120 25 30 31 32 33 31, 3S 3E34 MASTER I XIX X X X X I X x X1x IX I X1__ X1 X X X 3E34 PANTRY I X 3E32 SALLY PORT, INSIDE 3 X I X 3P18 CENTEAL SALLY YORT 4 X X 3P20 VISITOR'S SALLY PORT— 5 X 3E31 VISITOR'S LOBBY 6 X 13E33 SALLY PORT, INSIDE 7 X X 3E26 VISITOR'S INTERCOM 0 X 3F27 VISITOR'S INJERCOM 91 X 3E28 VISITOR'S INTERCOM 10 X 3E29 VISITOR'S INTERCOM 11 X NX COURTYARD 12 R IR 3E32 CORRIDOR, PAGE 13 X ZL 3E33 CORRIDOR, PAGE 14 X X DAYROOM& HSG. UNITS is X X1 I 4E35 JBALCONY 16 X 4E38 BALCONY 17 X BALCONY HSG. UNITS 10 X 3ST4 1 #4 STAIR 5 X 3E34A 08 STAIR zi X x 3P19 CLASSROOM X 2ST8 #8 STAIR X .:S X 11ST8 #8 STAIR 24 X X 12P14A I CENTRAL CONTROL X X X X X X X X X X X X X X X X IS04E KITCHEN OFFICE zo X z 27 7. MURTYA q R n 10 0 0 3P20 LIBRARY PAGE 30 R _R (0 0 1-rt" 1 (t :3 31 0 M rt Ll _L :3 rr H 21 00 0 0 35 tn ftj rt FOLLOW 1. List in extrome left column the 2. Start villth Station Number 1. The NOTEt If a listed I z 0) iv THESE name of all persons or departments rou of boxes an the same line represents, station is only to I W INSTRUCTIONS to be included in the intercom all the over Stations in the system. receive calls and to 0 Sys tell. Indicate which of these other Stations not r oriq!nate them, NvmbOr I is to C411 by putting an "XI tile 0 will be OAN rt in the corresponding box. Follow the parks in the boxes saine procedure with Stations NUmbqrg 26 alongside such 3 and so on. listed staticn. FIGURE NO. 6 CALL CHART FOR HOUSING CLUSTER "F" ROOM INTERCOM STATIONS TO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX 10. _ STATION 1 2 3 4 s c 1 0 0 10 a 11113 lr 1 s lG 1710 1^ 20 23 2: 2 til :s 2G 27 20 20 30 31 32 r] 34 ss 3F39 MASTER (BOOKING) 1 yw~ X X X X X X X X X X X X XX X X XIX X X X X X 3F40 DAYROOM 2 L X , 3F41 j DAY ROOM ] X 3F38 SALLY PORT, INSIDE 4 X j' X 3P23 SALLY PORT CENTER 5 �• _ X 1 1- 3P22 VISITOR'S SALLY PORT G X X 3P37 VISITOR'S LOBBY 7 X 3P22 SALLY PORT, OUTSIDE 0 X X _ 3I SALLY PORT, CENTER 0 _ X 3F41 SALLY PORT, INSIDE l0 X ti> X 3F31 VISIT DAYROOM INT. 11 X rt 3F33 VISITOR'S INTERCOM 12 X >y _ 3F34 VISITOR'S INTERCOM 1] -- COURTYARD 14 R -- COURTYARD 15 R "0 R 3F38 CORRIDOR, PAGE 1G X 3F42 CORRIDOR, PAGE 17 X I �'�: X 3F40 DAYRM. & HSG. UNITS 10 X _ _ Y�, X ,3F41 DAYRM. 6 NGS. UNITS 1� ~��� �' X 4F41 BALCONY !.0 �?: X F3 BALCONY 21 �o X 4F39 BALCONY 2: — — K -- BALCONY HSG. UNITS '] X _ X 3ST5 115 STAIR 24 X _ _ X 4ST7 N7 STAIR �� X \ X 2 G 1i ~ `t. 2P14A CENTRAL CONTROL 27 X X X X M 1SO4E KITCHEN OFFICE '0 X 27 A O N 0 30 —' _ �� 1ST7 N7 STAIR 11 X O `:1 M ST STAIR 32 G ]] rt a X H 0' C 3F40 DAYROOM 34 !Ch r 3F41 DAYROOM 351--j- 1 X co y _ NW X til 2 rt FOLLOW 1. list in extreme left eolurin the 2. Start ►lith Station Dumber 1. The NOTE: if a listed e C A a T HESE name of all persons or departments row of boxes on the same line represent$ station is only to b N a 1r• n INSTRUCTIONS to.bo i'neluded in the intercom all the other Stations in the systen, receira calls and Cl) N C systea. Indicato which of these other Stations not originato themtn Humber l is to call by putting an "X" there w 11 ba "A" k 0 in the corresponding box. Follow the e'an the boxes rks iM y ►� an procedure with Stations Numbers 2, alongside such 3 -- - -• _ 3 and so on; - __ listed staticn. w to FIGURE NO. 7 CALL CHART FOR MEDICAL CLUSTER ROOM INTERCOM ti STATIONS TO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX �0. STATION V) 1 2 3 4 5 c y a 0 10 H 1-^;13114 15 1G 17 10 10 20 21122123 211 25 2G 27 20 20 30 31 32 33 3% ss 1M30 MASTER 1 — X XIX X X X X XIX X —X X X X X X X R X X 2M22 BALCONY 2 M X . 1M33 SAL R 3 11401 SALLY PORT, CENTER 4 X 1524 PUBLIC SALLY PORT 3 ^ X 1M32 SALLY PORT, G -� X _ 11431 SALLY PORT, CENTER 7 X �e X 1S25 PUBLIC SALLY PORT A �i: X _ _ 2P09 VISITOR'S LOBBY 0 MEDI 10 X ti� _ X -- MEDICAL BALCONY PAG 11 X _ X_ '1523 V ' 12A. �Z 13 X 1S25 VISITOR'S CORRIDOR 14 X - 2P09 VISITOR'S CORRIDOR 15 X i 1ST 1ST6 e6 STAIR l7 X le _.vii — 2P14A CEN RAL ON l9 X XIX X X X X X X X X Z 1SO4 E KITCHEN OFFICE 7.0 X 1147 IBOOKING 2j X X -- COURTYARD 211 R _ R 2M26 VISITOR 2G• X 2M01 VISITOR 2G X y M 0 to d A a0 _ 1." C' 31 \ ` O 7� rt » F+ f) At 34 of :0 O O 35 00 H M rt FOL LOW 1. List in extreme left column the 2. Start with Station Number 1. The �UiE: if a listed e Z a a THE. E name of all persons or departments row of boxes on the same line represents station is only to l to Q , to be included in the intercom all the other Stations in the system. receive calls and b N• c� I.ISIRUCTIONS not ori a to system@ indicate which of these other Stations pinata thea:, Number 1 is to call by putting an "X" there will ba "p" M N in the•corresponding box. Follow the "arks in the bones H rt $Itn procedure with Stations Numbers 2, alongside such „ _�_"_ 3 and so on. listed station. �iINTERCOM aA©Aa000vm©®©a�®�mvammm�®gym®m��mm®mm�i®a®mmm 5TATIOtJ o� ©A©eeeeeee■e©se■■■e■©©©©o©©© a©©�©©©©■ ©■ A■■■■■■■■■■■■■■■■■■■■■ ■■■■■�■■■■■■■■■ ©©■� ■■■■■■■■■■■■■■■■■■■■■C■■■■■■■■■ ■■M■■ ■ _ v©■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■■■■■ = ©©■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■E■■■ ■ _ De■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■■■ ■iE■E■ Qom■ ae■■■■■■�■■■■■t■■■■■■■■■■■■■■■■■■■■`■MEEM■ ae■■■■■■■ ."■■■■■■■■■■■■■■■■■■■■■■■■■ MEMO ® = LDe■■■■■■■■■��■■■■■■■ ■■■■■■■■■■■■■■C■ENEM ® _ ®e■■■■■■■■■■ i��■■■■■■■■■■■■■■■■■■■■■MEMO■ Ery■ ■e■■■■■■■■■■■�i� ■■■■■■■■■■■■■■■■■■■ ■■■■■ ® ®�7.■■■■■■■■■■■r ■ ■■■■■■■■■■■■■■■■■ ME■E■ : � .. un■...■■■■■sM■■ ■■. EE.... tea■ e■■■■■■■■■■■■■■■■ � ■■■■■■�■■■■■■■■MEMM. ■■■■ �■■■■■■■■■■■■■■■■C■�.. �■■■■■■■■■■■■■ MME■■ ® � �D■■■■■■■■■■■■■■■■�■ ■■■■■■■■■■■■■�ME■EM ® ®■■■■■■■■w■■■■■■ ■ ■■■C�■■■■■■■■■■■■ MEEE. �■ _ moo■■■■■■■■■■■■■■�i■ ■■■■ ■■■■■ ■■■■■■■■■E■ gym■■ �e■■■■■■■■■■■■■■■■M■■■■■■■■■��■■■.■E■MEEM. �Je■■s■■■■■■■■■■�■■■■■■■■■■■■■■■■■ ■ ■MEMO MENEM ® • me■�iCr■r■r■■rr■or■C■r■■■■rr■rrrrr■■��■■■■ = . . ate■■ �©■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■�■■■: ate■■ _ • �©■�■■■■■■■■■■■■■■r■r■■r■■ ■■■■■■■■■■Err FIGURE NO. 8 CALL CHART FOR INMATE WORKER SECTION ROOM INTERCOM STATIONS TO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX NO. STATIONV1 1 2 3 4 5 0 7 0 0 10 ll 11•n 14 15 1617 10 14 20 2112212 . 25 20 27 20 20 30 3132 33 34 35 1T22 mAs;rER 1 X X X X X + X X X X X X X X 1'I22 SALLY PORT, INSIDE 2 X _ X _ 1T23 SALLY PORT, CENTER 3 X. X 1522 SALLY PORT, OUTSIDE 4 X X -- COURTYARD (MAIN) 5 R `�• _ 1T22 DAYRM. 6 HSG. UNITS 6 X �: X _ 2T21 BALCONY SUB-STATION 7 �? 2T23 BALCOly__SUB-STATION 0 ' X -- BALCONY HSG. PAGE 0 X R 1T22 COURTYARD DOOR 10 X �. >� X 1ST3 N3 STAIR 11 X 12 t 1 — 2P14A CENTRAL CONTROL 13 X X X X X X X X1 X X X 1SO4E KITCHEN OFFICE 14 X 1S ' i 02P17. VISITOR'S LOBBY •I X IN 0 2T01 VISITOR 10 \il 7.0 �t 2..1 "w` v 26 v M� x 27 c y M ;.9 o M 0 3e 1 ft :131 '��, M i 32 � N i ^ a cc :3 0 3S O M M rt IFOL LOW 1. ' list in extreme left colurrn the 2, Start with Station Numbcr 1, The NOTE% if a listed e Z Aa TucSE MIMIC of all persons or departr..ents rm{ of boxes on the same line represents station is only to �v N to Le included in Lha intercom all the other Stations in the system, receive calls and W � f•'• n INSTRUCTIONS system, not ori 0 Judicate which of these other Stations gi11 ;h�nl, �,,,,� f'• 0 Number I is to call by putting an "X+ there will ba "R" ip y k rt in the corresponding box. Follow the a•-Arks in the boxes H same procedure with Stations Nunlhors 2, alongside such.and so on. listed station. rn in FIGURE NO. 9 CALL CHART FOR SERVICE SECTION 60011.1 I INTERCOM ¢ STATIONS TO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX ��. S T i0i1 N 1 2 3 4 5 6 7 0 9 10 11 i U 114 1 S 1fi 17 10 19 20 2112212- 24 25 26 27 20129110 31132133 34 35 2P14A CENTRAL CONTROL 1 X X X X X X X X X 1S21 SALLY PORT, INSIDE 2 X _ IS20 SALLY PORT CENTER 1S20 SALLY PORT, OUTSIDE �4 X 1S26 SALLY PORT 5 X _ 1526 SALLY POR IS26A SA 7 �.' 1S26B SALLY PORT 0 1505 COMMISSARY 1SO4E KITCHEN OFFICE i0 X _ 1503 I LOADING DOCK 11 X 1501 LAUND^Y 12 X `y 13 14 ,T 1SO4E KITCHEN OFFICE 16 X _ X X X X X X X X X X 1S05 COMMISSARY 17 X X 3F41 CLUSTER F l0 X _ __ X _ E34 CLUSTER EI9 X Xg 3D37— CLUSTER D 20 X ^: 3D35 CLUSTER A 21 X _ 3B34 CLUSTER B 22 X X `. 3C35 ' CLUSTER C '3 X _ X • 1Q20 I INTAKE 24 X X 1T22 INMATE/WORKER 26 X – – – – _ X– 2 1M30 MEDICAL 26 X X H 27 M n `.9 n O M O 10 F+• O K 32 \ H 341H+ 1 1 O� f) 3s o H .� ft! rt 1. list in extreme left column the 2. Start with Station Number 1. The NOTE; if a listed I Z rr a a TuESE name of all persons or departments roti of boxes on the same line represents station is only to I to 0 , to De included in the intercom 611 the otter Stations in the system, receive calls and b H. 0 INSTRUCTIONS rot ori inata :�e0► a N A H 0 system►. Indicate which of these other Stations 7 e rK i✓ f,. G Nvm: er i 1s to call by putting an "X" ti:ero will be "R" 0 to rt :3 •in the corresponding box. Follow the Barks in the boxes y same procedure with Stations Numbers 20 alongside such M 3 and so on. listed station. _ 00. J 3� aim■ = ©b�■©■■■■■■/■■■■■■■■■■■■■/■■■■■■/■■■ �■ • v©■��rtttttt■rtt■irt■■■■■■■■t■r■t■t■ ® • -.. ot■■■■tem■■■■■■ttt■t■�■t■■t■tt■■t■t■ INTERCOM STATION � �r■■■■■/■■moi■■■■■■■■■■■■■■/■■■■/■�■ �■ _ got ®t■r■■■//■■r ■■ ■t■■■■■■■■■■■■■■■�■ s�■■ • •- a�rt■t■■■■■■tor`■=te■■■■■■■■tt■t■■■■■ �� Petri■■t/tir■■■■■■��tt■■tt■r■■■■■t■�■ � �r/■/■■■/■■■/■■■■■eta■■■■■/■■t■■■■■■ � X11■■■■■■/■■■■/■A�■■■■©■■■■;�■■■■■■■■t■ �� tee■■■■■■■■■■■■■■iter■■/■r■■■ �■■■■■�■ • � ®■t■t■■■■t■■■■■■■t■■■■■■■■■■■■■■■:tet■ FIGURE NO. 11 CALL CHART FOR MUNICIPAL COURT ROOM INTERCOM d STATIONS TO BE CALLED--INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX NO STATION N 1 213 14 5 16 7 619 10 u Ix U 1► I5 16117110 19 20 1 22 2 24 25 26 27 2129 30 31132 3313% 13S 1J26 MASTER/BAILIFF 1 XIX X 1J26 SUB-STA./BAILIFF 2 X X 1I26 GUARD STATION ] X X X 2P14A CENTRAL CONTROL 4 X X S 6 1J26 MASTER/JUDGE 7 X X 1I13 LINE-UP ROOM a R 2P14A CENTRAL CONTROL 9 RGE ' 1a 11 1J26 JUDSIGNAL SYS. 12 �• X X 1J24 BAILIFF 13 R -- REPORTERS 14 R 15 16 17 10 19 20 1J26 SOUND SYS.-BAILIFF 21 X 1J26 SOUND SYS.-CLERK 22 X 1326 SOUND SYS.-ATTYS. ] X 1J26 SOUND SYS.—JUDGE 4 X 326 SOUND SYS.—WITNESS a. X z J26 SOUND SYS.—JURY 6 X y .M 7 fd f� a A O @ O s9 C ]a C � cot ]1 H ti ]2 ft N 11 Q1 O. ]5 O O M rt FOLLOW I. List in extreme left column the 2. Start with Station Number 1. The NOTE. If a listed THESE name of all persons or departments row of boxes on the same line represents station is only to 'd O to be Included in the {nttrron ail the other Stations in the system. receive calls and pl N 0 INSTRUCTIONS system. not originate thea. to K Indicate which of these other Stations p • there will be •p" M N Number 1 is to call by putting in •X 1 in the corresponding box. Follow thi narks in the boxes *2 alon tide such. th K rt — sawn procedure with Stations Numbers 2• listed station. tb �C 3 and so on,. STAT ON vvav©oaavm©®©m®mmmmm�®�€®®m®ammmmma�® • o ee©©eearrrrr//r�rrrrrr�r//rrr/INTERCOM mom � ae�r■■rr/r�rrrrrrrr/r�rrrrr/rrrr/rr■ � .. .,, ©©■�■rrr�rrrr�rrrr�rrr�rrrrrrrr��rrr■ � ._: oorr��rr■rrerrrrrrr�rr�rrrrrr/re�rr�■ ® •__ ©a/■rrrrr■rrrrrrrr�rrrrrnrrrrre�rr�■ ® .:= ao■■rr��rrrerrrrrrrerr■■rrrrrrr�rrrir■ e��a • oorrrrr�rrrrrrrrrrrrrrrrrrrrrrrrrr�■ OD■rrrrr��■//�///■■/■■///■rrrrr■■/�■ ' oor■■rrrr�errrr■■r■■r�rrrrrrrr■/■rr■ �■rr m�///■r■■■■�`r/■rr■/rrr/rrr■r■■rrrrrrr �r ®rrrrrrrrr��■rrrrrrrrrrrrrrrrrrr//�� ®�/r/r■■/rrr��re■■rr/rrrrrrrrrrrrrr�r �_ ®�//rrrrrrrrn�rr■rrrrrrrrrrrrrrr/rr■ _ a�rrr■■rrrrrrnrr/rrrrrrrrrrrrrrrrr�r �� ®ter■rrrrrrr������rr�rrrrrrrrrrrrrrrr� �rrrrrrrrrrrrrrr�t��rrrrrrrrrrrrrrr■■� �_ mr/rrrr■■rrrrrrr�:��rrrrrrrrr/rrr■/�■ �=• ��rrr■■rrrrrrrrror��■rrrrrrrr/rrrrr�■ �� a��■rrrrr/rrrrrrrrr� .`r/rrrrr■rrrr/rrr �� ��/■rrrrorrrrrrrrrr� ��rrrrrr■/rrrrrr■ �■� ter■rrrrr■■rrrrrr/rrri�rrrrrrrrrr/r�■ �� ®�/r■rrr■rrrr/rr/rrrrr:�rrrrrrrrrrrrr rrrrr m�trrrrrrrrrrrrrr/rrrrr■ �rrrrrrrrr��� �■� ��rrrrr■/rrrr■r■/r�rrrrr��'rrrrrrrrr�� r■rr air■■r■■rrrrrrrACrrrrrrrrr:�rr/rrr/rr■ o� 3�■/rrrrrrr■■■r■ ■rrrrrrrrr� rrrr/■/�■ �� �rrrrrrrrrrrrrrr/rrrrrrrr■r��■rrrrrrr �� ��■/rrrrr/rrr/rrrrrrrrrrr■rrrrr■//�■ . � fir■rrrrr/rrrr/■rrrrrrrrr■//■r��N■r�rl . �� m�■■r■rrrrrrr■■■■■rrrrrrrrrrr/r��■■rrrr �i ��/rrrrrrr■■//■r/rrrrrrrrrr■■■■:�rr�■ �� ®■rr■■rrrr/rrr■■/r�rrrrrrrrrrrrrrrr �� ®■rr■■rrrrrrr■■r/rrrrrrrrrrrrrrrr::��■ , rrrr �rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr■ �. . �� carrrrrrr■rrrr/rrrrrrrrrrrrrrrr/rrr� :y - FIGURE NO. 13 CALL CHART FOR COURTS HOLDING AREA ROOM INTERCOM STATIONS TO BE CALLED--INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX NO STATION '^ 1 2 314 5 G 7 e 9 110JU112 1311,415116117118119120 Z1122 2124 2526 27 2029 30 31132131 3► 15 1126 MASTER GUARD STATION 1 1 1 Ix X X X 1126 DOORS 1122 1123 2 K I I I 1XI 1126 DOORS 1120 1221 3 1 1 1XI 1J28 IDOORS 1122A 1123A 4 1 1XI 1J27 DOORS 1120A/1I21A s 1 Ix 1116 VISITOR'S LOBBY 61 R 1226 GUARD STATION 7 R 1126A CORRIDOR a R 1120 SALLY PORT CENTER 9 X 1121 SALLY PORT CENTER 10 RN I X 1122 SALLY PORT CENTER 11 X 1123 SALLY PORT CENTER 12 X 13 1J24 ' BAILIFF 14 X X 1J26 BAILIFF 15 X X 1PO4 RECEPTION 16 X X 2P14A CENTRAL CONTROL i7 X X X X X X X X X X X X X X X X '� 1e 19 VINN zo 21 22 24 N 76. z a M 27 N 0 0 O M 0 30 31 1 0 a 1 id rt 32 H rt 0) 31 H. Va cc H 0 0 75 0 0 FOLLOW 1. List in extreme left column the 2. Start with Station Number 1. The NOTE: If a listed i rt THESE name of all persons or departments row of boxes on the same line represents station is only to I 01 h! to be included in the intercom all the other Stations in the system. receive calls and INSTRUCTIONS Indicate which of these other Stations not ori hate them, K slam. 1- 0 ' Numbor I is to call by putting an •X" there w li ba •R" to N H. 0 in the corresponding box. Follow the larks in the boxes y rt :3 same procedure w:.h Stations Numbers 2, alongside listed , suchto K 'r 3 and so on'., FIGURE NO. 14 CALL CHART FOR LOBBY SECTION INTERCOM ROO$X STATIONS TO BE CALLED—INDICATED BY AN "'X" IN CORRESPONDING NUMBERED BOX SATIN IP04 MASTER 1 X XX X X X X IX X X X1 X X X X X 1POB STAFF CLASSROOM --X I XI L 1 41 1 X1 I 5 X1 1- 1106 SALLY PORT t INSIDE 0 XA 1P03 SALLY PORT,_CEjTER 71 XII _XF I.-1101 j PUBLIC SALLY PORT 0 X i I X1 I IP03 VESTIBULE 10 1 R I RI 1P05 WAITING 110 X I I X1. 1 11 JP051105 MAILROOM 11 R I RI-1 11 6 CORRIDOR 112 R I I RI I I 1P 9 WOMEN/STAFF - 113 X1 i I - I- I X1 I 14 X X IP 0 MEN STAFF --- r i5 IP16 I PUBLIC LOBBY R 7 R 17 4 J0, 1PO., IPIC 1pli CENTRAL CONTROL 101 X X X X X X1X1X X X X XIX X X1 X X 1147 BOOKING 10 X X X ADMIN. INFO. 20 X X X*, .1 1104 1 ADMIN./RELEASE a) X X X X 1 22 1SfP_IPUBLIC STAIR 2#. X X1 1 1P06 SALLY PORT CENTER 1211 X X1 COURTYARD (MAIN) 1); X X1 II04E ADMIN. INFO. 20 z X q 1P03 VESTIBULE 27 X L-NN, I tTj t 1104XV ADMINISTRATION 'k n M 0 30 -1 X klh I I V (11 IF06 CORRIDOR I L rt 0 C: 0 31 MIS rt :3 (D IF04D ADMIN. RELEASE !2 X :3 1158 CORRIDOR 33 Ix Q) rt A) .71\ ch H. 1P12 MEN'S TOILET R aD 0 0 35 0 :5 0 1P13 I WOKEN'S, TOILET a 0 0 FOLLOW 1. List in extreme left colum. the Z. Start with Station Number 1. The NOTE,. If a listed I z ft name of all person departments row of boxes on the same line represents station is only to I THESE , or 10 to,be included in the intercom all the other Stations In the system. receive coils and 0 INSTRUCTIONS Indicate which of these other Stations not originate .Rea, a to c systea. r. will ba OR" to 64 H+ 0 Number I is to call by putting an "X* the 0 in the Corresponding box. Follow the rArks in the bolt$ rt :3 same procedure with Stations Numbers 2, alongside such 3 and so on, listed static". FIGURE NO. 15 CALL CHART FOR VEHICULAR SALLY PORT I SECTION ROOM INTERCOM < STATIONS TO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED kX NO. 52T I ON 1 1 2 3 4 5 G 7 0 0 120 11 Inju 14 15 16 1? 10,19120 21122 2 24 25126 27120120I10 31 32 33 34 35 11 P14A CENTRAL CONTROL X X X X XX X I- A- 1:1111� 1142 VEHICLE ENTRY 2 X I142 VEHICLE EXIT X 1109 SALLY PORT, INSIDE 4 X 1127 SALLY PORT, CENTER 5 X 1142. SALLY PORT, OUTSIDE 6 X 71 1142 VEHICLE SALLY PORT 81 X IST4 04 STAIR 0 X Y 10 12 14 15 16 10 2.1 u. 26. 16 M is 0 M 0 301 1 1 rt 0 11 0 c: M (t 0 H 32 rt 10 33 —7t 35 0 :3 0 0 U) IIIIIIII,_ 34 co q ch 9 0 z ftj rt FOLLOW 1. List in extrame loft col urul the 2. Start with Station Number 1. The NOTE% If a listed name of all persons or departments row of boxes on the same line represents station is only to THESE Id IiiSTRUCTIONS syto sbtboe I' Stations In the Intercom all the other Stati ns In the system, receive calls and W to W 0 . lndic*ato which of these othor Stations not originate them, 6< H. 0 Num5or 11 is to call by putting an "XI there will ba "All M En Cc) rt :3 in the corresponding box. Follow the marks in the boxes rt 411*4 procedure with Stations Numbers 2, alongside such Ln A listed station, INTERCOM RCOl- ,NO. ST8TION Ulm - W, WE MEN low 0 rl MIN OMEN a an MIMMIMMUM 00 a M! woman 0 No Man MONO "NONE 0 NUNN MEMO mmum�� NONE a MONO MUMIMMUMM am MENEM No M13 MINIMUM ■1 NNE IN am 0 NNI=mmnwum" NE am . • ' COURTS CENTER lJ33 1— a mr. am mumm"a Mumma a MUMIUMIUMM MENEM a no inummuss -a----- sommimmmmmummu 1133001 NIEMEN NUNN �..E. mumamommussommommmEN M! ECC. . -- a IN ENNIS 0 a a am nommmum NOMS- No RON NONUNION OMEN OWN 0 MIMMAIMMEMEM a mmuslom I wassommummum mmummum a N AM M M--om- Nunn a a N M MINUMNIN I a silo a 0 ON mummoom E- 'alum no 0 0 No MENNEN KEWAUNEE NNE am NUNN animmoom nommum mosommum i ��� �i ' � li NmlMma" am M iiiu� Csiis MMMKNMM MIMMOMMUN a was IMMIUMIUMMANKMAIME man OMEN! momommom NUNN- FIGURE NO. 17 CALL CHART FOR INTAKE SECTION ROOi'1 INtERCOM r5 STATIONSTO BE CALLED—INDICATED BY AN "X" IN CORRESPONDING NUMBERED BOX i\0. STATION N 1 z a a 0 c 7 o 0 loll 1a;u 10 is is 17 10 10 zc z1 zz z x4 zs 2G 27 20 29 30 31 32 33 34 1!s 1Q20 MASTER 1 X X X X X X X X X X X X X X 1928 DAYRM. SUB—STATION 2 _ X 1028 1 DAYRM. SUB—STATION 3 ° X 1Q28 SALLY PORT, INSIDE 4 X X 1927 SALLY PORT, CENTER 5 X X 1I58 SALLY PORT, OUTSIDE G X IX I _ 1902 COURTYARD DOOR 7 X' `% X -- COURTYARD 0 R R 1Q28 DAYRM. 6 HSG. PAGE 110 X I I X 2Q32 BALCONY, SUB—STA. III I I _ X 2Q31 BALCONY, SUB—STA. 112 'L _ X 2935 1 VISITOR'S DOORS 13 XI 11 ;' X -- BALCONY HSG. PAGE 14 X �. X 15 i2 1G 1ST5_ 45 STAIR 17 X IX 10 `C 20 X X X X X X X X X X X X X '\� _ X 1SO4E KITCHEN OFFICE 21 X 1Q28 DAYRM. SUB-STATION 2_4 X _ _ X V H 2025 VISITOR'S INTERCOM 26 X _ Z 2029 VISITOR'S INTERCOM IZG X M 2Q30 VISITOR'S INTERCOM 27 X 0 0(D a I '9 rt � M 2 rt a 32 chcc _ 0 N iv M rt 35 Z as n IFOLLO'd 1. List in extreme left column the 2. Start with Station Number 1. The NO;E: if a listed b N If',,,' 0 T XESE name of all persons or departments row of boxes on the sarce line represents station is only to a fn H. r, i INSTRUCTIONS to be i'neluded in the intercom all the other Stations in the system, receive calls and to K system. Indicate which of these other Stations . not originate thcmo 0 N C xC rt Nvmber 1 is to call by putting an "X" ti-.01.0 will be "P" M sC in the corresponding box. Follow the marks in the boxes saele procedure with Stations Nun►aers 2, alongside such Ln -•-- _ 3 and so on; listed station. STATION v D mmm , ... .•� � mm�m�51m rl I= M FM NMI 0 HOME MEMO NONNI M mill No MEN Boom .o .CSC ...� C ....C.. ..... ova.. .. ON NINON C....C. IN. MIN No w� CCii i�iC'i ummo �MINININ iCi�ii�iiii ENE al MCI I NO mommm 777 . . ... NMI M1 NIMINNIMMUME N ME MIN NNE M NMI ... ..MIN . . ........ .�.� . 00 �' 0 . ME. . . .° .B 9°.e.1SO4A IRECEIVING M wommmIlmomm °.... Nunn SINImmommom on M MIN mom IMININN mono NMI m 0 MRS IN a ��. � � CLC.�C�... ...�..�...Y..��a.�MEN .. WHOM QMEN , IBM-MEM M Emu R 91" FAR RRIDOR MINIMUM Iowa 0 1 0 0 -1 Rmillowmam Now woman No ME well IMINNIN on a ommum 13110 101 MINIMUM No Now 0 MIN 1011 an M ON mosommommolm MEN MEN" a INIM am M ON low 03 M a an ammm_ ---UKW IN solon 3F38 I CO 0 No �RIDOR now M on M 0 1 0 - 0 a OWN lioulloolismom SE-frin M2019J.-P!p a nomommommummon lSl9_ L- ORRIDOR mommusumomomammmo MMIRWOMM""s a com ONE a No onammmummmommoomm MEMM Imp �I� : a 0 nommon 3,11111sum mass ammommin BE a ol won onsounn a a ME a nomposommumm MEMO mmm- No monommommoun a IMMUNE M MMINUM MEN Woman! NUNN Nunn a so soon 11 on MEMO Elmo a MINIM now= almono mmm UM "gonna" am MMMMMMMMMlUK commum a a ommosommmummoso ru NUNN[ IN 1 °lt: ' 11 EI©©DDDgQOmDM©!I!®taiaMMMMMU®®MEMmm®Ea®M � . • oma©©©a©©©©v©doAd©©©r/rrrd©/rrr//rrr■ III MIR 1111 �-� � Qo�an�c�rrrrrrrrrrrrrrrrrrrrrrrr/rr/w■ �r�r ; : .j ©nr���s��rrrrrrrrrirrrrrrr+rrrrrrrrrrrr■ �c:� - " o�rr��re��rrrrrrrrrrrr/rrrrrrrrr�rrri/ anrrr�:Q�am�rrrrrrrrrrrrrrrrrrrrrrrr�■ oArrr■ i�a��rrrrrrrrrrr+rrrrrrrrrrrrr� r oorrrrr ® errrrrrrrrrrrrrrrrrrrrrr■ DQrrrrrr �mA�rrrrrrrrrrrrrrrrrrrrrr�■ � . oarrrrrrr ®�r�rrrrrrrrrrrrrrrrrrrr�■ 03rrrrrrrrr �rrrrrrrrrrrrrrrrrrrrrr�■ �_.. morrrrrrrrr�Q��c�rrrrr�rrr■■rrrrrrr�r� Q� . - . ' ®orrrrrrrrrr:��n��crrrr�rrrrrrrrrrrr�■ mmrrrrrrrrrri �rrrrrrrr■rrrrrrrrrrrrr■ •.. mdrrrrrrrrrrwr�Qac��rr�rrrrrrrrrrrrr■ MAW .;�� • morrrrrrrrrrrrr�Qam�r�rrrrrrrrrrrrr■ � a�orrrrrrrrrrrrr��c�a��/rrrrrrrrrrrrr� m�orrrrrrrrrrrrrrr��cr��rrrrrrrrrrrr�■ ����: • avorrrrrrrrrrerrrrr��©�r��■rrrrrrrrrrr■ � morrrrrrrrrrrrrrrrr�Q�r�rrrrrrrrrrr/� �orrrrrrrrrrrrrrrrrr �Q � rrrrr�r�r�r �� a�rrrrrrrrrrrrrrrr/rr��rrrrrrrrrrrr�■ m�r/rsrrrrrrrrrrrr/rrr/:�rrrrrrrrr/rr/f �� mrrrrrrrrrrr■rrrr/rrr/r�rrrrrrrrrr�� �� �a■rr■rrrrrrrrrrrrrrrr■rr`�rrrrrrr/r/�/� �� �mrrrrrrrrrrrrr■ ■/rrr/rrrr�rrrrrrrr�■ - : .:: .__ • mtorrrrrrrrrrrrrGrrrrr�rrrrtrrrrrrrr■ � ,:: •� �xorrrrrrrrrrrrrrrrrrrrrrrrr�rrrrrr�r • r� mr/rrr■rrrrrrrrrrrr/r//rrrrr��rrrrr�o - . �� mrrrrrrr■/rrrrrrrrr/rr/rrrrrr;: rr/rrr �� ¢�rrrrrrrrrrrrrrrrrrrrrrrrrrrrr��rrr�■ �� mgr/rr■rrrrrrrrrrr/rrrrrrrrrrrrr �rrN� �� ®rrrrrrrrrrrrrrrrrrrr//rrrrrrrrr� �r�/�r �■r mgr/rerrrrrrrrrorrr■■rr/rr�rrrrrrrr ��� ` �� air/rrrrrrrrrrrr■r/r/rr/rr■r■■rrrrr ��e _ �� mr/arrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr�� 1 1 Section 16900--Page 21 CONTRA COSTA COUNTY DETENTION FACILITY ANNUNCIATOR REGISTER WITS PANEL SECTION ANNUNCIATOR COMPUTER LEVEL DESIGNATION PUSHBUTTON DOOR CONTROL .YES _ NO 3 Cluster "F" F-IN 3F42 X 3 Cluster "F" F-CEN 3F42/3P22A B 3 Cluster "F" ?-OUTER 3P22A X 3 Cluster "F" CYTYD-IN ----- X 3 Cluster "F" CL-IN ----- X 3 Cluster "F" SUB-IN ----- X 3 Cluster "F" SUB-IN ----- X 3 Cluster "F" MSTR-IN 3F31A, 3F31B, 3F33A, 3F34A X 3 Cluster "F" VISIT-OUT 3F31, 3F33, 3F34 X 3 Cluster "F" "F"-IN 3P23B X 3 Cluster "E/F" FE-CEN 3P23A, 3P23B, 3P23 X 3 Cluster "E/F" FE-PUBLIC 3P23 X 3 Cluster "E/F" E-IN 3P23A X 3 Cluster "E" CYTYD-Iii ----- . X, 3 .- 3 Cluster "E" CL-IN ----- X_ '3 Cluster"E" SUB-IN ----- _ X 3 Cluster "E" SUB-IN ---- X 3 Cluster "E" MSTR-IN 3E26A, 3E27A, 3E28A, 3E29A X 3 Cluster "E" VISIT-OUT 3E26, 3E27, 3E28, 3E29 X 3 Cluster "E" E-IN 3P18$ X 3 Cluster "E/D" ED-CEN 3P18A, 3P18B, 3P18 X' 3 Cluster "F/D" ED-PUBLIC © 3P18 X 3 Cluster "D" D-IN 3P18A X 3 Cluster "D" - CRTYD-IN ----- . X. 3 Cluster "D" . _ CL-IN - ---- X_ . 3' Cluster "D" SUB-IN ----- - - .- X . 3 Cluster "D" SUB-IN- - -- ----- X- X Cluster "D" MSTR-IN 3D28A, 3D29A, 3D30A X 3 Cluster "D" VISIT-OUT. 3D28, 3D29, 3D30 X . 3 Cluster "D" D-IN 3P14A X 3 Cluster "D" D-CEN 3P14A/3P14 X 3 Cluster "D" D-PUBLIC 3P14 X 3 Cluster "A" A-IN 3P02A' X 3 Cluster "A" A-CEN 3P02A/3P02 _ g 3 Cluster "A" A-PUBLIC :� 3P02 g 3 Cluster "A" CRTYD-IN ----- X 3 Cluster "A" CL-IN ----- . X ADDENDUM NO. 1, 11/15/77 a TABLE "A" - Page 1 of 5 (40424 Section 16900--Page 22 CONTRA COSTA COUNTY DETENTION FACILITY ANNUNCIATOR REGISTER WITH PANEL SECTION ANNUNCIATOR COMPUTER LEVEL DESIGNATION PUSHBUTTON DOOR CONTROL YES NO 3 Cluster "A" SUB-IN ---' X 3 Cluster "A" SUB-IN ----- X 3 Cluster "A" MSTR-IN 3A27A, 3A28A, 3A29A, 3A30A X I i 3 Cluster "A" VISIT-OUT 3A27, 3A28, 3A29, 3A30 X i 3 Cluster "A" A-IN 3P05B X 3 Cluster "A/B" AB-CEN 3P05A, 3P05B, 3P05 X 3 Cluster "A/B" AB-PUBLIC 3P05 X 3 Cluster "B" B-IN 3P05A X i 3 Cluster "B" CRTYD-IN ----- X 3 Cluster "B" CL-IPI ----- X ' i 3 • Cluster "B" SUB-IN ----- X 3 Cluster "B" SUB-IN ----- X I 3 Cluster "B" MSTR-IN 3B26A, 3B27A, 3B28A, 3B29A X 3 Cluster "B" VISIT-OUT 3B26, 3B27, 3B28, 3B29 X 3 Cluster "B" B-IN 3P07B X 3 Cluster "B/C" B-C-CEN 3P07A, 3P07B, 3P07 X 3 Cluster "B/C" B-C-PUBLIC 3P07 X 3 Cluster "C" C-IN 3P07A X 3 Cluster "C" CRTYD-IN ----- X 3 Cluster "C" CL-IN ----- X 3 • Cluster "C" SUB-IN ----- X 3 Cluster "C" SUB-IN ----- X 3 Cluster "C" MSIR-IN 3C27A, 3C28A, 3C29A, 3C30A X 3 Cluster "C" VISIT-OUT 3C27, 3C28, 3C29, 3C30 X 3 Cluster "C" C-IN 3P11A X 3 Cluster "C" C-CEN 3PllA/3Pll X 3 Cluster "C" C-PUBLIC 3P11 X 2 Intake. VISIT-OUT 2Q25, 2Q29, 2Q30A X 1 Intake CRTYD-IN ----- X 1 Intake SLIB-IN ----- X 1 Intake CL-IN ----- X 1 Intake I-IN 1Q27 X 1 Intake I-CEN 1Q27/1Q27A X 1 Intake I-PUBLIC 1Q27A X 1 Intake MSTR-IN ----- X 1 Booking MSTR-IN ----- X 1 Booking PAGE-IN ----- X ADDENDUM NO. 1, 11/15/77 Qi TABLE "A" - Page 2 of 5 0042 Section 16900--Page 23 ANNUNCIATOR CONTRA COSTA COUNTY DETENTION FACILITY REGISTER WITH PANEL SECTION ANNUNCIATOR COMPUTER LEVEL DESIGNATION PUSHBUTTON DOOR CONTROL YES NO 1 Booking BK-IN 1I28A X 1 Booking BK-CEN 1128A/II28 X 1 Booking BK-PUBLIC © 1I28 X 1 Booking BK-IN 1I41 X 1 Booking BK-CEN 1I41AI41A X 1 Booking BK-PUBLIC 1I41A X 1 Vehicle Sally Port V-IN 1127 X 1 Vehicle Sally Port V-CEN 1127/1127A X 1 Vehicle Sally Port V-OUT 1127A X 1 Vehicle Sally Port VEH-S.P. So. Roll-Up X 1 Vehicle Sally Port VEH-DR. No. Roll-Un X 1 Lobby L-IN 1I01 X 1 Lobby L-CEN 1I01/lIOIA X 1 Lobby L-PUBLIC 1I01A X 1 Lobby MSTR-IN 1P06A, 1P06, 1STP X 1 Lobby ADMIN-INFO-IN ----- X 1 Lobby ADMIN-REL-IN ----- X 1 Inmate/Worker SUB-IN ----- % 1 Inmate/Worker VISIT-OUT 2TO3/2TO1 X 1 Inmate/Worker CL-IN ----- g 1 Inmate/Worker CRTYD-IN ----- % 1 Inmate/Worker MSTR-IN 2T03A/2T01_A X 1 Inmate/Worker IW-IN 1T23 X 1 1 Inmate/Worker IW-CEN 1T23/1T23A X 1 Inmate/Worker IW-OUT 1T23A X 1 Service S-IN 1521 X 1 Service S-CEN 1S21/1S20 X 1 Service S-OUT 1520 X 1 Service S-IN IS26 X 1 Service S-CEN 1S26A, 1S26B, 1S26 X 1 Service S-OUT 1S26A/1S26B X 1 Service KITCHEN ----- X ADDENDUM N0. 1, 11/15/77 Q TABLE "A" - Page 3 of 5 00426 Section 16900--Page 24 CONTRA COSTA COUNTY DETENTION FACILITY ANNUNCIATOR REGISTER WITH PANEL SECTION ANNUNCIATOR COMPUTER LEVEL DESIGNATION PUSHBUTTON DOOR CONTROL YES NO 1 Service COMM ----- X 1 Service DOCK ----- X 1 Medical CL-IN ----- X 1 Medical CRTYD-IN ----- X 2 Medical SUB-IN ----- X ' 2 Medical VISIT-OUT 2M0l/ 2M26 X 1 Medical MSTR-IN 2MOIA/2M26A X 1 Medical M-IN 1M31A X 1 Medical M-CED 1M31A/1M31 X 1 Medical M-PUBLIC 1M31 X 1 Medical M-IN 1MOIA X 1 Medical M-CEN 1MOIA/1M01 X 1 Medical M-PUBLIC 0 1M01 X C L U S T E R E X I T S 3 "F" Stair (F) ,MSTR-IN 3ST5 X 1 "F" Stair 1ST5(I) MSTR-IN 1ST5 X 1 Intake Exit Passage (BK) MSTR-IN /0 1Q02A X 3 "F/E" Stair 3ST4(F) MSTR-IN L1 3ST4 X 1 "F/E" Stair 1ST4(BK) MSTR-IN U 1ST4 X 1 pl /Ql� 1Q . 2 "E/D" Stair 1ST8(L) MSTR-IN "` 2ST8 X 1 "E/D" Stair 1ST8(L) MSTR-IN 1ST8 X 1 S.P. INTAKE MSTR-IN c„ 1J33A X 1 S.P. INTAKE MSTR-IN 1J33 X 3 "A" Stair (A) MSTR-IN /0�� 3A34A X 3 "A" Stair (A) MSTR-IN LS 3ST3 X 1 "A" Stair (I/W) MSTR-IN 1ST3 X 1 In Wrkr. .Courtyard (I/W) MSTR-IN 1T22 X ADDENDUM NO. 1, 11/15/77 A TABLE "B" - Page 4 of 5 0x)42; Section 16900--Page 25 CONTRA COSTA COUNTY DETENTION FACILITY ANNUNCIATOR REGISTER WITH PANEL SECTION ANNUNCIATOR COMPUTER LEVEL DESIGNATION PUSHBUTTON /n� DOOR CONTROL YES NO 3 "A/B" Stair (B) MSTR-IN Li 3ST2 X 2 "A/B" Stair (I/W) MSTR-IN 2ST2 X 1 "A/B" Stair (I/W) MSTR-IN 1ST2 X y 3 "B/C" Stair (C) MSTR-IN Q 3ST1 X 1 "B/C" Stair (M) MSTR-IN 1ST1 X 1 Courts/Holding C-H-IN 1I23/1122 X 1 Courts/Holding C-H-IN 1121/1120 X 1 Courts/Holding C-H-OUT 1123A/lI22A X 1 Courts/Holding C-H-OUT 1121A/lI20A X 4 Interior Stairs East (E) MSTR-IN 4ST6 X - 2 Interior Stairs East (BK) MSTR-IN Q 2ST6 X 4 Interior Stairs West (B) MSTR-IN Q 4ST7 X 2 Interior Stairs West (M) MSTR-IN Z�s 2ST7 X 3 Classroom (E) MSTR-IN A 3PO6A X 3 Classroom (B) MSTR-IN Ai 3P19 X 2 Central Control CC-OUT 2P14A/2P14 X ADDENDUM NO. 1, 11/15/774& TABLE "A" - Page 5 of S 01025 ADDENDUM NO. 1 CONTRA COSTA COUNTY DETENTION FACILITY DETENTION FACILITY MECHANICAL Project No. 5269-926- (47) DETENTION FACILITY PLUMBING Project No. 5269-926- (48) DETENTION FACILITY SPRINKLERS Project No. 5269-926- (49) Dated: November 15, 1977 The following information should be noted in reviewing this Addenda: 1. The Bid receipt date is hereby changed- to December 1, 1977 at 2:00 PM. 2. This Addendum must be acknowledged when you submit your Bid Proposal. 3. A new Notice to Contractors is included with this Addenda. F I L F D J. R. O_SZOU CLERK B ARD O SUPERVISORS CON'RA COSTA CO. De tv Microfilmed with board order 00429 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY MECHANICAL - ADDENDUM 1 PROJECT NO. 5269-926-(47) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PM on December 1 , 1977, for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Mechanical which includes: All air handling systems, mechanical ventilation and exhaust systems, chilled water piping system, heating hot water pip- ing systems, temperature control systems, low voltage wiring and connections. The Project is located -in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1 ,680,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. . Plans and Specifications and proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Street$ ,(1035 Pine Street) Martinez, California 94553, upon request. f 00430 A-1 Microfilmed with board order; NOTICE TO CONTRACTORS (Continued) 1 i Each bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at the corner of Pine and Mellus Streets. (1035 Pine Street) Martinez, California. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal . The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa". The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be , forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. '. i Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine I Street, Martinez, California 94553, on or before the lst. day of December 1977 at 2:00 PM and will be opened in public and at the time due in the Chambers of the Board.of Supervisors, Room 107,.Administration Building, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. . The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor% Code of the State of.California, or local law applicable thereto, the Director of Department -of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for. legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required .to execute the contract which will .be awarded A-2 NOTICE TO CONTRACTORS (Continued) to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received.. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY- CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA By Deputy— DATED: NOV 15 1977 PUBLICATION DATES: - 0042 A-3 . NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY PLUMBING - ADDENDUM 1 PROJECT NO. 5269-926-(48) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PM on December 1 , 1977, for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Plumbing which includes: All sanitary soil , waste and vent systems including connections to fixtures and termination of sanitary soil lines. In addition, all storm drainage piping, domestic cold water piping systems including connec- tion to fixtures, domestic hot water piping systems including semi-instantaneous water heaters, pumps, accessories and connections to fixtures and equipment, natural gas piping system including connections, and rough-in for kitchen and laundry services. Contractor will provide all testing required by the Contract Documents. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1 ,382,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in_reference thereto. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415)' 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered. Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. 0;1433 A-4 NOTICE TO CONTRACTORS (Contlnued) Each'bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID - shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa. . The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by. the County if the successful bidder refuses, neglects or falls to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or before the istWdajho �ceaW 1977 at 2:00 PM and -will be opened in public and at the time due in the Chambers of the - Board.of Supervisors, Room 107,_Administration Building, Martinez, California, and there read ind.recorded. . Any Bid Proposals received after that time specified i.n this notice will be returned unopened. The successful bidder will be required tw ftirnish a Labor and . . Materials Bond in an amount equal to fifty percent of the Contract price ' '- and a Faithful- Performance Bond in an amount equal to 'One hundred percent of. the contract price, said bonds.to be secured from a Surety. Company authorized to do business in the State of California.,- - Bidders_ are hereby notified that pursuant to Section 1773 of the Labor., Code of the State of California, or local law applicable thereto, the Director. of Department-of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates -for legal holidays. and overtime_ in the locality in which this work is 'to be performed for each type of workman or mechanic required to execute the contract which" will .be awarded NOTICE TO CONTRACTORS (Continued) to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be 'the' general prevailing rate-for the County. The said Board reserves the right to refect any and all bids or any portion of any bid -and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY ; J. R: OLSSON d� COUNTY- CLERK AND EX—OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA By• Oma, Deputy DATED: NOV 1 5 1977 PUBLICATION. DATES: �I 00435 A-6 NOTICE TO CONTRACTORS I CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY SPRINKLERS - ADDENDUM 1 PROJECT NO. 5269-926-(49) Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive 'bids until 2:00 PM on December 1 , 1977, for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Sprinklers which includes: Providing and installing a hydraulically calculated and approved automatic fire sprinkler system. Fire sprinkler system shall include connection to a double check valve assembly. The work also includes fire hose cabinets and extinguishers, a manual preaction system consisting of a monitored air-changed preaction valve and piping with manual override, provide air piping as required and valve supervisory switches. The Project is located i-n- the County Civic Center, Martinez, California. The Construct ion Manager's initial estimated construction cost is $270,000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered.- Each Proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. �i 436" A-7 NOTICE TO CONTRACTORS (Continued) • Each'bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California. Bids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN .(10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa% The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa: Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or before the ist" day of•December 1977 at 2:00 PM and .will•be opened in public and at -the time due in the Chambers of the Board'of Supervisors, Room 107,_Administration Building, Martinez, California, and there read .and.recorded. Any Bid Proposals received . after that time specified in this notice "will be returned unopened.. The successful bidder will be required to- furnish a Labor and Materials Bond in an amount equal to fifty.percent of the Contract price and a Faithful Performance Bond in an.amount equal to.one-hundred percent of the contract price, said.bonds to be secured from a .Surety'Company authorized to do business in the State of. California: Bidders are hereby notified that pursuant to Section 1773 of the Labor- .*,. : Code of the State of.California, or local law applicable thereto, the Director of Department'•of Industrial Relations has ascertained the general - prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is 'to be performed for each type of workman or mechanic required to execute the contract which will be awarded NOTICE TO CONTRACTORS 1pontinued) • - to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be-the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid -and/or waive-any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - J. R. OLSSON COUNTY- CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY.- CALIFORNIA BY*y - P Deputy DATED: N 0 V 15 107 PUBLICATION DATES: 'A-9 CCCDF Mechanical Addendum No. 1 .. November 15, 1977 I. CHANGES TO THE SPECIFICATIONS 1. Section 15010, General Requirements for Mechanical Work: a. Page 2 - 1.3B.4. , add the following sub-paragraph: "a. Laundry Equipment—Furnished by Owner and • connected under this Section. " b. Page 3 - 1.5A. , change "SPECIAL" to read "GENERAL" . C. Page 3 - 1.5C. , third line, change "Special" to read "General". d. Page 4 - 1.6D. , add the following sub-item "6." as follows: "6. Any additional cost due to substitution shall be at the expense of- Contractor. " e. Page 5 - 1.6, after subparagraph "E. " add the i following new subparagraph "F. " and change "F. Project Closeout: " to "G. Project Closeout: " : i "F. Shop Drawings: Prepare dimensionally accurate floor plans, and sections as required, of all equipment rooms. Show all , equipment, piping, accessories, and also J clearances for operating and servicing. Prepare piping diagrams of all major systemp, showing all equipment, pipe sizes, and accessories. Automatic temperature control systems, wiring diagrams, control panel f boards. Include in wiring diagrams all low and line voltage wiring and equipment. All ` drawings drawn by a competent draftsman. Plans and sections shall be drawn to 1/4" scale or larger. Drawings shall be clearly identified with Architects project name and number and a sheet title identifying its contents. Include all structural support for suspended equipment including bracing and fastening description. " 01,1439 - 1 - CCCDF Mechanical Addendum No. 1 November 15, 1977 1. Section 15010 (Continued) f. Page 6 - 1.6F. 4. (changed to 1.6G.4.) , add new subparagraphs "e. ", "f. ", and "g. ", as follows: j "e. Written Instructions: Typewritten instructions for. operations and maintenance of the system composed of Operating y Instructions, Maintenance Instructions and Maintenance Schedule. Three copies submitted to Architect for approval. "l. Operating Instructions: A brief description of the system indicating proper setting of switches and other equipment furnished for the purpose of providing control of the system and its components by the operator. Do not include adjustments requiring the technical knowledge of the service agency personnel. 112. Maintenance Instructions: A list of each i item of mechanical equipment requiring the inspection, lubrication of services, j describing the performance of such ' maintenance, including types of lubricant for each item of equipment. ' 113. Maintenance Schedule: A list of each item of equipment requiring maintenance, showing the exact type of bearing on every . component of each item of equipment should be inspected or serviced. "f. Verbal Instructions: Provide a competent engineer from each supplier of major items of equipment for a period not less than 3 days, to instruct Owner's representative in the operation and maintenance of equipment supplied by his company. "g. Binders: Provide 3 complete sets of the ' above data in loose-leaf ring binders with permanent covers with permanent identifica- tion on back and indexed. " 2 010440 CCCDF Mechanical Addendum No. 1 November 15, 1977 1. Section 15010 (Continued) g. Page 13 - 1.12C.1. , delete in its entirety and substitute the following: "I. Tags: Provide tags on valves all installed. Attach to valve with brass chain. Tags shall be 1-1/2" diameter brass disc stamped with 3/8" high letters indicating type of service and valve number. Show N.O. or N.C. with service. " h. Page 13 - 1.12E. , second line, delete everything after "and" , and insert the following: "manually- and air-operable controls. " i. Page 16 - 1.18A. , second line, after "Operating", add the following: ", Parts Lists, " j . Page 16 - 1.18B. , fourth line, after "Architect" , add the following: "and Owner" k. Page 29 - 2.5A.2. ,. add the following sentence: "Type shall be Bi-Metal Thermometers for outdoor installation. " 1. Page 30 - 2.5D. 2.d. , fourth line, change to read "3/4-inch". m. Page 32 - 2.5I. , delete in its entirety and renumber subsequent subparagraphs accordingly. n. Page 32 - 2.5L. (changed to 2.5K. ) , first line only, after "Connectors: ", delete "Flexonics Model FCS, with" and substitute the following: "Use American Rubber, Flexonics, or approved equal, with" o. Page 33 - 2.6B.4. , delete " (Remove) " and substitute " (Do not remove) ". p. Page 34 - 2.7D. , delete in its entirety and substitute the following: "D. Baseplates: Cast iron or fabricated steel, drip pan type, with tapped drain connection. Pipe drain to floor sink. " - 3 - 0041,41 CCCDF Mechanical Addendum No. 1 November 15, 1977 i 1. Section 15010 (Continued) q. Page 35 - 2.7K. , first line, after the word "Sleeve: " , add "Stainless". r. Page 35 - 2.7N. , delete in its entirety. I s. Page 36 - 2.8A.2. , add the following sentences: "All piping shall be located in such a manner that there will be no hazard such as bumping or tripping. All valves, trap primers or like items shall be accessible for maintenance and service. All mechanical equipment and lines shall be secured. Lines that must be located I on the floor shall be clamped on secured unistrut channel. " I t. Page 36 - 2.8B. , add the following new sub-items 1'4. " and "5. " : "4. All fixtures shall have a stop on the supply line. "5. All hot and cold branch lines shall have a valve that is accessible. " u. Page 37 - 2.8D. , first line, after the word "fixtures" add "and stops" . v. Page 37 - 2.8E. , second line, after the word "and" add "full bore". w. Page 40 - 2.10A. ,. first line, after the word "On" change "4"" to read "6-inches". x. Page 41 - 2.10D.1. , delete in its entirety and substitute the following: "l. Align pump, motor, and coupling and place two dowels each in motor and pump to maintain alignment. " y. Page 49 - 2.14C. 3. , add the following sentence: "Hangers shall have hole and grommet large enough to permit hanger rod to swing through arc of 301 without shorting. " 4 W42 CCCDF Mechanical Addendum No. 1 November 15, 1977 1. Section 15010 (Continued) i z. Page 51 - 2.16A. , add the following sentence: "All seismic restraints shall be adjustable." aa. Page 54 - 3.02F. , delete in its entirety and renumber subsequent subparagraphs accordingly. bb. Page 56 - 3.04E. , add the following sentence: "There shall be a union down stream of each valve. " cc. Page 57 - 3.04K. , add the following sentence: "Plumbers tape is not acceptable. " dd. Page 57 - 3.05A. , second line, after the word "equipment" , add ", ductwork, " . ee. Page 61 - 3.10B. , sixth line, delete the word "should" and insert "shall". 2. Section 15200, Heating, Ventilating, and Air Conditioning: a. Page 8 - 2.6C.1. , first line, change "Equi-Flor" to read "Equi-Flo". b. Page 9 •- 2.7D. , third line, delete the colon and add "as shown on schedule. " . c. Page 10 - 2.8A. , first line, after "General:" , change "Lo-pressure" to read "Low-pressure" . d. Page 11 - 2.8F. , first line, change "constand" to read "constant" . e. Page 12 - 2.9D. , add the following new sub-item 115. 31 "5. Inner liner at elbows shall not be perforated. " - 5 CCCDF Mechanical Addendum No. 1 November 15, 1977 2. Section 15200 (Continued) f. Page 13 - 2.11A.3. , add new subparagraph "d. " as follows: "d. For return and exhaust duct, use 'Ventlock' Model 555 Quadrant. For supply ducts, use Model 644 self-locking reulator, and use Model 677 'Ventlock' concealed damper regulator at ceiling. " g. Page 14 - 2.11C. , delete in its entirety and renumber subsequent subparagraph accordingly. h. Page 16 - 2.13C.4. , fourth line, after the word "fiberglass. ", insert the following sentence: "At Contractor's option, PUC Zeston covers with equivalent insulation will be acceptable in lieu of insulated molded fiberglass. " i. Page 17 - 2.13E.3. , second line, change "adjered" to read "adhered" . j . Page 17 - 2.13E.4. , first line should read: "Concealed ductwork shall be finished with. . . " k. Page 18 - 2.13F. , add new sub-item "3. " as follows: "3. Inserts on piping smaller than 1-1/2 in. in diameter to be molded fiberglass. " 1. Page 19 - 2.13H. , add new sub-item "6. " as follows: "6. Where the duct is lined, external insulation is not required. " M. Page 22 - 2.15I. , add new sub-item "12. " as follows: "12. Automatic start after power failure. " n. Page 22 - 2.15J. , fourth line, after the word "manufacturer. " , delete the period (". ") and add "for 8 hours. " 6 - 00444 CCCDF Mechanical Addendum No. 1 November 15, 1977 I 2. Section 15200 (Continued) o. Page 23 - 2.15M. , sixth line, change "change" to read "charge". p. Page 23 - 2.15M. , add new subparagraph "N. " as follows: "N. Provide sound retardant jacket around chiller compressor, constructed independent of chiller proper and consisting of a 4-inch thick assembly of 0.65 PCF fiberglass insulation 3-1/2 inches thick i and a mass of 2 PSF airtight covering of either lead, loaded vinyl, cement plaster, gypboard, or damped 20 ga. sheet metal (damping material 1/16-in. dry thickness; use Sound-coat OP-1 or Korfund Vibro- damper 80A applied with manufacturers recommendations,) . " q. Page 23 - 2.16A. , first line, change the word "Vulvan" to read "Vulcan" . r. Page 25 - 2.19A. , third line, after the word "legs" add the following: "with Fero-line lining". i S. Page 26 - 2.21B.1. , third line, after the word "damper", add the following: "and circular silencer to reduce noise level from 86 dBA to 76 dBA on 'A' scale" ; t. Page 38 - 2.31J. , change heading to read: "Chilled Water, Heating Water, and Solar . Heating Water Closed Systems: " u. Page 38 - 2.31J.1. , third line, after the word "cleaning", add " , antifreeze, ". V. Page 38 - 2.31J.1. , fourth line, delete the words "and hot" and substitute " , heating, and solar heating" . W. Page 40 - 3.O1A. , fourth line, delete the words "copper or" . - 7 CCCDF Mechanical Addendum No. 1 ' November 15, 1977 2. Section 15200 (Continued) x. Page 48 - 3.01L.3. , second line, after the word "showers.", delete the period (". ") and add the following: " , dishwasher, and dryers. " y. Page 48 - 3.01L.3. , add the following sentence: "Provide aluminum ductwork for showers and dryers up to the adjacent exhaust duct riser. " z. Page 49 - 3.01R. , fifth line, after the word "access" insert the following: "as large as duct will allow" aa. Page 49 - 3.02A. , second line, change the word "twelve" to read "five" . 3. Section 17100, Temperature Controls: a. Page 2 - 2.1A. , add the following sentence: "Provide Maxim MUL-1 mufflers on intake to compressor to reduce noise to 77 dBA or less. " b. Page 5 - 2.2A.13. , add the following sentence: "In addition, detection by any smoke detector in the building and sprinkler flow alarm shall force the system to go to 100% EA and 100% OA. " i c. Page 5 - 2. 2A.14. , second line, after the word f "fan, " insert "return fan, and return fan, ". d. Page 5 - 2.2A.14. , third line, delete the words "and return air dampers". e. Page 5 - 2.2A.14. , delete the fourth line in its entirety and substitute the following: "and exhaust dampers" f. Page 5 - 2.2A.14. , fifth line, delete the word "energized". - 8 CCCDF Mechanical Addendum No. 1 November 15, 1977 3. Section 17100 (Continued) g. Page 5 - 2.2A.16. , add the following: I "In the Detention Facility,, each variable volume box shall have its individual damper motor valve controlled through that box's RP908A receiver controller. The TP925 return air or exhaust air sensor for each RP908A shall be located in the return air or exhaust air from the zone supplied by its box. Location of the sensor shall be such that it will not be influenced by mixing effect of other zone return or exhaust air but shall be a true indication of that variable volume box return or exhaust air. In general, ' the sensors shall be located in the 2nd and 3rd floor mechanical shaft areas for the zones serving the cell areas and behind exhaust or return registers in the non-cell areas. Before installation, secure the Engineer's written , approval for each sensor's location that it truly represents the most desirable location. " h. Page 7 - 2.2B.10. , fifth line, change the word "fans" to read "fan, return fan, and exhaust fan" . i. Page 7 -- 2. 2B.10. , sixth line, change "RA" to read "EA" . j . Page 7 - 2. 2B.10. , seventh line, after the word "closed" insert a period (".) and delete every- thing thereafter. k. Page 13 - 2.2G.4. , add the following sentence: "Add new VP514 straight-through valve on heating water supply to heat exchanger HX-1B for standby service. " 1. Page 13 - PART 3 - ALTERNATES, third line, change "2.2 G. " and insert the following: "paragraphs 2.2G.1. , 2.2G.3. , and 2.2H.7." i - 9 CCCDF Mechanical Addendum No. 1 . November 15, 1977 4. Section 17200, Central Control and Monitoring System: a. Page 4 - 2.2A. , third line, change the word "vinary" to read "binary". b. Page 5 - 2.3, first paragraph, add the following: "At present, each terminal shall be segregated, one for HVAC and one for Fire Management, but they shall be able to perform all or any part of the other terminal's function at any time as desired by the County. The HVAC operator' s terminal in the Engineer's office shall be a portable desk-top unit so that if the County's monitoring conditions or operation indicate that the HVAC control can be better affected by changing location of the terminal, it shall be possible to do so. Both terminals shall have the capability to be field programmable to change the functions initially specified to adapt to future use without addition of hardware, wiring, or memory. " C. Page 5 - 2.3, second paragraph, fourth line, delete everything after "intercom system. ". I - 10 - 00449 CCCDF Plumbing Addendum No. 1 November 15, 1977 I. CHANGES TO THE SPECIFICATIONS 5. Section 15300, Plumbing: a. Page 9 - 2.19, delete paragraph in its entirety and renumber subsequent paragraphs accordingly. b. Page 10 - 2.20 (was 2.21) , delete sub-paragraphs "A. " , "B. " , and "C. " , and substitute the following: "A. Fixture: American-Standard 0350.439 "Lucerne" with faucet hole at right. "B. Spout: American-Standard 7522.030 goose- neck with aerator-outlet - 6-3/8 inches. "C. Trim: American-Standard 2340.016 straight tailpiece, 7538.010 supply pipe assembly - loose-key stop, 7679.012 self-closing double-pedal valve - screwdriver stops - wall-mounted 2411.015 cast grid drain, 1-1/4 inch tailpiece, 4428.017, 1-1/4 inch x 1-1/4 inch cast brass P-trap with cleanout, and 4425.011, 1-1/4 inch threaded trap nipple - cast escutcheons with set screws. " c. Page 10 - 2.20D. (was 2.21D.) , delete in its entirety. CCCDF Sprinklers Addendum No. 1 November 15, 1977 1. CHANGES TO THE SPECIFICATIONS 6. Section 15400 - Sprinklers r A. Page 5 - 2.6B. , first line, delete the word "recess"; second line, change "Model D" to read "Model E"; and add the following sentence: "Mark-Well, Part #01960, 1/8 inches deep escutcheon. " B. Page 5 - 2.6C. , first line, change "Model G" to read "Model D". C. Page 6 - 2.6E. , second line, delete "Model D assembly. ", and substitute the following: "polished chrome-plated with white enamel escutcheon. Mark- I Well, Part #01960, 1/8 inches deep escutcheon. " Of)450 12 - CCCDF Addendum No. 1 November 15, 1977 I. CHANGES TO THE SPECIFICATIONS 7. Section A, Notice to Contractors: a. A New Notice to Contractors is issued as part of this Addendum. 8. Section E, Instruction to Bidders: a. Revise Paragraph 4 to read as follows: Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California, on or before the lst day of December 1977 at 2:00 PM and will be opened in public and at the time due in the 6th floor Conference Room of the County Administration Building. 9. Section D, Information to Bidders Part II a. Revise paragraph 1, Scope as follows: Delete subparagraphs A, B and C and substitute the following: 1. Scope: A. Mechanical 1. Furnish and install all work as shown or noted on the Contract Drawings and as specified under Technical Specifica- tion Sections 15010, 15200, 17000, 17100, 17200 and 17300. 2. Mechanical Contractor shall install all concrete work shown on Drawing M-18. Work will include all excavation and backfill required in conjunction with concrete work. CCCDF Addendum No. 1 November 15, 1977 Concrete will be 3,000 P.S.Z. Contractor will furnish and install concrete for all housekeeping pads and inertia bases associated with his work. For purposes of bidding concrete pads will be 3,000 P.S.Z. Concrete with reinforcing consisting of #4 bars at 12" on center each way. Housekeeping pads will be bonded to the floor slab by installing 3" expansion bolts 24" on center. Housekeeping pads j will not be poured monolithically as indicated on Sheet M-20, detail 9. Contractor shall also furnish and install concrete encasement around underground duct work per detail E-M-24. i 3. All miscellaneous iron work shown on Mechanical Drawings unless noted other- wise is by the Mechanical Contractor. 4. Contractor shall provide temporary heating as follows: It is the intent to use portions of the permanent HVAC system for temporary heat- ing during the 1978-1979 heating season. The Contractor will have the hot water system and the supply air system complete by 11/15/78 for use under manual controls. The Mechanical Contractor is responsible for any temporary or additional work required to insure that all parts of the building receive adequate quanties of heat to maintain a minimum temperature of 60° F. The Contractor is responsible for operating and maintaing the system as required. At the conclusion of the heating season, -Contractor will flush and clean systems as directed. r Contractor shall provide temporary filters - 14 - 1 CCCDF Addendum No. 1 November 15, 1977 as required to maintain the system. Filters shall be maintained and kept in a clean condition, they shall be replaced when directed by the Con- struction Manager. B. Plumbing 1. Furnish and install all work as shown or noted on the Contract Drawings and as specified under Technical Specifications Sections 15010, 15300 and 15500. 2. Plumbing Contractor will furnish and install concrete housekeeping pads and inertia bases associated with his work. For purposes of bidding concrete pads will be 3,000 P.S.I. concrete with reinforcing consisting of #4 bars at 12" on center each way. Housekeeping pads will be bonded to the floor slab by installing 3" expansion bolts, 24" on center. . 3. Blockouts through shear walls for piping running below the floor slab have been installed by others. Locations of these -blockouts are available for review in the jobsite trailer of the Construction Manager. Plumbing Contractor will coordinate with these blockout locations. Should a rein- forcing bar obstruct the path of piping, the Contractor will relocate or remove these obstructions as directed by the Construction Manager. 4. Contractor shall connect to work installed by others which is indicated on Concrete Drawings as Phase I Piping. This piping runs below the bottom of grade beam elevation. The lines and fittings indicated on Phase I have been installed by others. However, no risers or end sweeps are provided. The Plumbing Contractor will excavate down to the existing pipe elevation and make all necessary connections to existing fittings. As built pipe loca- tions and elevations are on file at the office of the Construction Manager, for structural reasons the majority of pipes under Phase I have been relocated to a I � position in the center of bay. - 15 - CCCDF Addendum No. 1 November 15, 1977 All piping indicated on P-2 will be installed under this Contract. Pipes installed by others in Phase I only extend approximately 5' beyond the outside of the building structure. The two (2) 4" lines shown on drawing P-3 between column lines F & G and 6' and 9' will be installed under this Contract. These were not installed under Phase I, however sleeves under the grade beams to receive piping have been provided. 5. Provide Temporary Plumbing as follows: A. Legal Requirements The plumbing work for construction purposes shall comply with all Federal, State and Municipal requirements, and must comply with Cal/OSHA standards of 1975. This contractor shall obtain and pay for any required permits or inspections pertaining to this work. B. Insurance Requirements The requirements are the same as for the permanent installation. C. General Temporary work shall be installed in such a manner as not to interfere with the permanent construction. If such interference does occur it will be the responsibility of the subcontractor to make such changes as may be required to overcome the interference. The cost of these changes will be included as part of the subcontract price. - 16 - 11i �t CCCDF Addendum No. 1 November 15, 1977 D. Material Minimum cost is the basis requirement consistent with material and workman- j ship which will satisfactorily meet i conditions of the job. E. Removal All temporary to4lets and plumbing work shall be removed upon completion of the permanent installation. The plumbing contractor will salvage the material and the salvage value shall reflect in the lump sum price. F. Maintenance The plumbing contractor shall include the maintaining of the temporary plumbing facilities including such use as may be made of the permanent toilets toward the end of the job. He shall also be responsible for the prevention of freeze-ups. Drain valves are to be installed at all low points of the system. Water service is to be available during the normal working hours of all trades, including start- up and shut-down overtime. G. Scope of the Work Furnish, install and maintain all temporary plumbing work for the entire project. The work shall include but will not be limited to the following items: 1. Water Service Provide a temporary water service, metering, and distribution piping for the initial phase of construc- tion. Service shall connect to existing 12" A. C. water inside the site limit on Pine Street near Mellus Street. The service will consist of 6 hose bibs supported 17 - 1111�e )� CCCDF Addendum No. 1 November 15, 1977 by a wooden frame located adjacent to the building near Column K-20' . As soon as possible the permanent water service will be brought into the building from which 2-1" temporary water risers shall be installed near Columns I 13" and P8 on floors 1, 2, 3 and the roof. Provide 3 hose bids at each location. 2. Toilet Facilities The permanent sanitary system will be connected to the Contra Costa County Sanitary District System as soon as possible. At that time a total of 12 temporary fixtures will be installed into the permanent soil stack where directed at the following locations: First Floor East, First Floor West, Third Floor East, and Third Floor West. Temp- orary water will be provided from the temporary water risers mentioned = above. Enclosures, supplies and cleaning of toilet rooms will be provided by others. Cost of water is by Contra Costa County. C. Sprinkler 1. Furnish and install work as shown or noted on the Contract Drawings and as specified under Technical Specification Sections 15010 and 15400. 2. Beam penetrations through structural steel shown on Sprinkler Contract Drawings are being prepared in the steel fabrication shop. Actual locations of the penetrations are available for reference purposes in the jobsite office of the Construction Manager. Penetrations for structural reasons may vary slightly from the locations indicated on the plans. - 18 - Jr�Q�S j 3. Concrete vault on FP-9 is by others. 4. Contractor shall include in his bid the coring of 2 each penetrations through 24" thick shear wall pedestals for routing of underground main. 10. Section D, Information to Bidders Part II A. Add the following new parapgrahs which apply to all Mechanical, Plumbing and Sprinker work: 9. As Builts a. Immediately after work is installed, draw on these prints, in record black or red ink, work which is installed at variance with work as indicated on drawings, and indicate by measured dimension to building corners or other permanent monuments, exact location of all utility distribution (as defined above) concealed in concrete slabs and underground. b. If, in County' s opinion, indications or details are -not satisfactory or legible for purpose, Contractor shall employ competent draftsman to make new drawings to accomplish desired result. c. Upon completion of work, obtain a set of reproducible ozalid prints from Construction Manager. Changes from drawings shall be drawn in clear and legible, to County's satisfaction. i d. These ozalids shall be turned over to County for his records just prior to final acceptance of project by County. If requested by County, Contractor shall show evidence that "As-Built Record" drawings are marked and dimensional to date with progress of work before the County will approve Contractor' s periodic payment requests. 19 - 0015 CCCDF Addendum No. 1 November 15, 1977 10. Patching Fireproofing The Contractor shall be responsible to remove fireproofing if required and to patch fireproofing which has been removed for the connection of his work. He shall be responsible to inform and coordinate with Turner the removal of any fire- proofing that may be required. 11. Guarantees Use of the permanent systems for temporary electrical and heating services will not effect the specified guarantee period. Guarantees will commence upon final acceptance of the Contract. 12. Blockouts The Contractor will provide blockouts where his work penetrates any floor slabs. The Contractor will not cut the metal decking until after placement of concrete. - 13. Testing The Contractor will bear the cost for all testing required by the Contract Documents. Testing will be performed as required to maintain the project schedule. 14. Access Doors All access doors shown on Drawings P-14, P-15, P-16 and P-17 will be furnished and installed by wall contractor. - 20 - 00453 CCCDF Addendum No. 1 November 15, 1977 15. Coordination The Contractor will coordinate the location of his work with all other trades. Where a conflict occurs the Construction Manager will determine the appropriate routing. Costs for relocating and offsets in order to coordinate should be included in your Base Bid. Generally gravity lines will have priority, with duct work second and last priority to lines under pressure and electrical conduits. No location shall interfere with architectural or structural. 16. Temporary Electric Temporary power boxes will be furnished by others I and distributed in central locations throughout building. Contractor will .provide his own extension cords. i I i 21 - CCCDF Mechanical Addendum No. 1 November 15, 1977 II. CHANGES TO THE DRAWINGS 1. Sheet M-1: This drawing, marked "General Addendum 0 11/15/77", has been revised and shall be substituted for and supersede originally issued drawing bearing the same Sheet Number. I 2. Sheet M-2: " " is It it 3. Sheet M-3: of of " 4. Sheet M-4: it to 5. Sheet M-5: " " of to " 6. Sheet M-6: of " 7. Sheet M-7: of it B. Sheet M-8: i I i 9. Sheet M-9: 11 " 10. Sheet M-10: 11. Sheet M-11: 12. Sheet M-12: 01 " 13. Sheet M-13: I 14. Sheet M-14: 15. Sheet M-15: " 16. Sheet M-16: 17. Sheet M-17: " " is " to 18. Sheet M-18: of 19. Sheet M-19: 20. Sheet M-20: " to " is is 21. Sheet M-21: of " 22. Sheet M-22: 23. Sheet M-23: " 24. Sheet M-24: 25. Sheet M-25: 26 . Sheet M-26 : - 22 - 0'9460 CCCDF Plumbing Addendum No. 1 November 15, 1977 II. CHANGES TO THE DRAWINGS 1. Sheet P-1: This drawing, marked "General AddendumAi 11/15/77", has been revised and shall be substituted for and supersede originally issued drawing bearing the same Sheet Number. 2. Sheet P-2: of " to to of 3. Sheet P-3: of to It is of 4. Sheet P-4 : to " 5. Sheet P-5: of IF of 6. Sheet P-6: is to to of IT 7. Sheet P-7: Is of of to it 8. Sheet P-8: of of It of it 9. Sheet P-9: to It of of It 10. Sheet P-10: to " It to to 11. Sheet P-11: " of " " to 12. Sheet P-12: " 13. Sheet P-13: " 14. Sheet P-161 " of to " it 15. Sheet P-18: of to of " is 16. Sheet P-19: " of It it to 17. Sheet P-20: It of of of of I 010461 23 - CCCDF Sprinklers Addendum No. 1 November 15, 1977 II. CHANGES TO THE DRAWINGS 1. Sheet FP-1: This drawing, marked "General Addendum 11/15/77", has been revised and shall be substituted for and supersede originally issued drawing bearing the same Sheet Number. 2. Sheet FP-2: 3. Sheet FP-3: 4. Sheet FP-4: 5. Sheet FP-5: " f 6. Sheet FP-6: 00 " ofl 7. Sheet FP-7: " 8. Sheet FP-8: IS " of 9. Sheet FP-9: " 00462 - 24 - fi v oe 4 f . w x (Do - 6OWTKA G TA COUNTY PeTenJTION-_ . FACILITY �.eveL I BAST 00463 11-IS--7'7 5KP-I , r Li It m CIL 004C) l GONTK^ G►DoTA . COUNTY DaTC-NTION r-AGI LIQ eVEL. ! 15A45-r i P'2 P-3 K - CAN.Tle'A G0Oo G T%( R � i ,cam , G z _ _ i Imn S Joe oe r IL , H07) GONTKA GDS-.STA GOUNTT DeTENTION FAGI LATY. L.eveLl I W e5T �l f ('� 4 4 PA II - 0046'j �-r Coe-rA COUNTY ae-r awri O N Lf:"vff�L 1 W E�6T 1i-is-1-7 6KF- 5 i r I a- a • 4 pp , 00468 •GONTKrA% C05TA COUNT( DETENTIONF-AG1 LIT'( LZVEL I WEST 5K�'-fo P , 1 00469 -60 JTKA 606T^ GOU NTY ,DETENTION F-^CIL -ITY LEVE L.... I W EST 1 l ILIf i r � t .r' f I�NTKP% 605TA COUNTY pETENT�oN � F�GI L1-tY LEVEL 2 e^5T 004 r0 1 i•` i (Da — CONTKA . .coo5TA Cou Wry OC-TeWTION : 'FZACILiT`r - Lleve L .. 2 w 1!1*�5T E 4,' E91CA1. t . 04 ly 1 ARG�A[tE s S CSF►- 9411 SAN : 5 g1S 415'3 itiTMI ] 3v,j • .. ' },rte tic. Mei . �v♦ ry t fu .. 1 Pli ( 047 3 Kaplan/Mc DATt �� 5.11 ARCHITECTS PLANNERS __.PWMb�Nti- cj�NEI�L AD1'� 901 BATTERY STREET SHEET - - =- - ---- - - SAN FRANCISCO CA. 94111: 4014�fF41;41PN) --- --- . 415.398.5191 ter^ Jr� • �ts tOX . �S 1'L� IOT i t•� .may}{,,�,s' r > w a •�� .}.,}.� /fid A I/ tt �4 ci",' ♦��� �,�5 � k .tet'. �� > �,� sMM t• j .I' 1 ! sTR p. P�GN P�EWis+�° gp1 BFRp''�jg1 QA15- 3�5 {'•. .` > Amp -1 TJ, jj9�� 40- .As _+4' ► i '. ►•. is` !_/�s� cM.Y/•..Z..i �+L. .. ..s..�+► �MpL�IIr R � E poll 4 � T �� ♦t . f. 4 4P • • •, � . w w J� iI i ,r /I J • �i In the Board of Supervisors of Contra Costa County, State of California November 15 19 77 In the Matter of Authorize Attendance at Energy Training Session and CAL/NEVA Conference IT IS BY THE BOARD ORDERED that Mrs. Josephine Rodriquez, member of the Energy Conservation Program Project Advisory Committee of the Economic Opportunity Council, is AUTHORIZED to attend the Energy Conservation Training Session and the CAL/NEVA Conference in Los Angeles, California during the period November 15, 1977 through November 19, 1977; and the County Auditor-Controller is AUTHORIZED to advance meal allowance of $60 to Mrs. Rodriquez, not a county employee, with appropriate documentation to be submitted by the Office of Economic Opportunity following the Conference. Passed by the Board on November 15, 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid, Orig: Economic Opportunity Witness my hand and the Seal of the Boord of cc: County Administrator Supervisors Auditor-Controller affixedihis I Sth day of November 19 77 J. R. OLSSON Clerk Deputy Clerk BY?Jea�jine 0. 1lagli-01, 'b H-24 4/77 15m 004 16 11 11 � J J . In the Board of Supervisors of Contra Costa County, State of California November 15 _, 19 77 In the Matter of Authorizing a Supplemental Travel Request IT IS BY THE BOARD ORDERED that a supplemental travel request made by Roy H. Kong, Communications Director, Office of the Sheriff- Coroner, in the amount of $70.74 for additional expenses incurred while attending the National Conference of the Association of Public Safety Communications Officers in Chicago, Illinois during the period August 17, 1977 to August 20, 1977, is APPROVED. Passed by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order enNred on the minutes of said Board of Supervisors on the date aforesaid. Orig: Sheriff Witness my hand and the Seal of the Board of cc: County Administrator Supervisor Auditor-Controller affixed this 15thday of yover.►ber 19-M 1 J. R. OLSSON, Clark B ha ':C a AV Deputy Cleric Patricia A. Bell 004`i 1 H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Maher of In the Matter of Refund of Park Dedication Fee On the recommendation of the Director of Planning, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to refund to H. D. Bones, P. 0. Box 4951, 2499 N. Main Street; Walnut Creek, CA 94596, the $300 Park Dedication Fee (P.D. 19-77) paid in connection with the issuance of a building permit which was subsequently cancelled. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Planning Department. Witness my hand and the Seal of the Board of cc: H.D. Bones Supervisors Planning Department affixed this_ j 5tlday of November 19 77 Auditor-Controller aA14ene__ 4k_Ze-� OLSSON, Clerk y , Deputy Clerk 004 is H-24 3/76 15m 'IVSD R 'C N O V 7 X977 CONTRA COSTA COUNTY PLANNING DEPARTMENT J. R. O_i:ON c_=nv BOAQ0 U. SU?_;✓ISOZ3 COV�t/2A C-:A c0. 8;;,,�t►1,tJi..:l..-...(...t.i.L1G2.1.O?Putt/ TO: Board of Supervisors DATE: Piovember 2, 1977 FROM: Anthony A. Dehaesus SUBJECT:J Park Dedication Refund Director of Planninppt Request by H.D. Bones '9 On October 21 , 1977 the Clerk of the Board referred to our department a request for refund of a park dedication fee from Hr. H.D. Bones, P.O. Box 4951 , 2499 N. Main Street, Walnut Creek, CA 94596. Nr. Bones paid $300 under park dedication 1#19-77 with the issuance of building permit 1#53704 on January 17, 1977. Subsequently, Hr. Bones canceled the building permit and requests the return of his $300 fee. The Ordinance Code provides in pertinent part: (b) If a final subdivision map, development plan, use pernit or building permit becomes invalid because of lapse of time or other legal reason within tao years after dedication of land or payment of in lieu of fees, and if the county still retains the land or fees, and if the applicant so requests, the Board may order return to him of such land or fees as the county still retains control of, minus such amount as the Board may determine necessary to reimburse the county for its costs. I recommend that the $300 be refunded to Mr. H._ D. Bones as requested. AAD/cad 0104`19 Microfilnnad wiffi &a,A a J In the Board of Supervisors Of Contra Costa County, State of Callifornics AS EX OFFICIO GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 15 Nnvpmhpe 15 , 19 jZ In the Matter of Approving and Authorizing Payment for Property Acquisition - Bethel Island Area, Sanitation District No. 15 Work Order No. 5400-927. IT IS BY THE BOARD ORDERED that the following settlements and Right of Way Contracts are APPROVED and the Public Works Director is AUTHORIZED to execute said contracts on behalf of the District: Parcel Contract No. Grantor Date Address Amount 4 Clyde Ridgeway Oct. 24, 1977 2200 Pine Crest Drive, $100.00 San Bruno, CA 94066 16 Brian L. Walker Oct. 28, 1977 P. 0. Box CB, $100.00 Bethel Island, CA 94511 20 Roger & Sandra S. Mazza Nov. 1 , 1977 P. 0. Box 869, $100.00 f Bethel Island, CA 94511 0 23 Alan Thomas Evans Oct. 31, 1977 P. 0. Box 718, $100.00 3 & D. E. Dawson Bethel Island, CA 94511 L) 0 The County Auditor-Controller is AUTHORIZED to draw warrants in the amounts a specified to be delivered to the County Real Property Division. The County Clerk is DIRECTED to accept said Easements from above-named Grantors for Contra Costa County Sanitation District No. 15. o` PASSED by the Board on November 15, 1977. or 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. Originator: Public Works Department, Wdness "y hand and the Seal of the Board of Real Property Division Supervisors affixed this 15thday of November 19 77 cc: County Auditor-Controller County Recorder (4) -� ,.l. R. OLSSON, Clerk (Via Real Property) , : , erg,�I( t �- � C,C [�.- (.f ��_��-_..deputy Clerk Patricia A. Bell H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California November 15, , 19 77 In the !Matter of Authorizing Acceptance of Instruments for Recording Only IT IS BY THE BOARD ORDERED that the following Offers of DEdication are accepted FOR RECORDING ONLY: N INSTRUMENT DATE GRANTOR REFERENCE 1. Offer of Dedication for Drainage Purposes 11/1/77 0. L. Willis, et al LUP 2033-77 0 2. Offer of Dedication 3: for Roadway Purposes 10/21/77 Louise H. Koctendorfer SUB MS 257-76 U 3. Offer of Dedication n for Roadway Purposes 10/28/77 William F. Lehman SUE MS 91-77 4. Offer of Dedication L for Drainage Purposes 10/19/77 Tony Cutino, et al SUB 4922 0 v 0 5. Offer of Dedication L) for Drainage Purposes 10/4/77 P & M Development SUB 4894 cc 0 6. Offer of Dedication Western Electric Company, Inc for Drainage Purposes 11/3/77 a New York Corporation SUB 4943 7. Opfer of Dedication for Drainage Purposes 10/27/77 Pacific Interim Corp. SUB 4941 PASSED BY THE BOARD ON Movember 15, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department:Publis Works Supervisors Land Developnwn! ffiXed this-1.rLtb _day of Nomeatter. 19_jj Division cc: Recorder (via PWD) J. ,• oLSSON. Cork Public Works Director B �'-- i l l ' ' CDeputy Clerk Director of PlarninS Patricia A. 6r� H-24 4/77 15m In the Board of Supervisor of Contra Costa County, State of California November 15 , 19 77 In the Matter of Salary Retroactivity. The Board having heretofore determined to extend to November 15, 1977 the time in which to make salary adjustments retroactive to November 1, 1977 for classifications represented by the Deputy Sheriffs' Association, so long as there is con- tinued good faith effort to reach settlement and so long as agreement occurs within a reasonable period of time after November 1, 1977; and Mr. C. J. Leonard, Director of Personnel, having recommended that the time in which to make,-salary adjustments retroactive to November 1, 1977 be further extended to November 29, 1977 so long as good faith negotiations continue; IT IS BY THE BOARD ORDERED that the recommendation of ". Mr. Leonard is APPROVED. PASSED .by the Board on November 15, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director of Personnel Witness my hand and the Seal of the Board of Eaux l . Supervisors aftertr affixed this 15thday of-Novem er , 19 27 County Administrator Chief, Employee Relations Div lion J. R. OLSSON, Clerk Deputy Clark Maxine M. Neufe d H-24 3/76 13m t � In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Executive Session. At 10:00 a.m. the Board recessed into Executive Session in Room 108, County Administration Building, Martinez, to discuss labor negotiations (Government Code Section 54957.6). At 10:45 a.m. the Board reconvened in its Chambers and approved the following action: I 1 1 i i i A Matter of Record 1 hereby certify that the foregoing is a true and correct copy ofdentered on the minutes of said Board of Supervisors on the date oforesoid. Witness my hand.and the Seat of the Board of Supervisors affixed this-15±1uday of November . 19 1 J. R. OLSSON, Clerk By Deputy Clerk Maxine M. Neuf d H-24 3/76 15m l � In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 n In the Matter of Separation of Sheriff- Coroner function. Supervisor J. P. Kenny having this day referred to the fact that in 1968 the offices of Sheriff and Coroner had been combined, and having suggested that the County Administrator be requested to furnish a study on segregating said offices and creating a position of Medical Examiner to perform the Coroner function; and IT IS BY THE BOARD ORDERED that the County Administrator is requested to provide a report on the aforesaid matter prior to the end of this calendar year. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Administrator Witness my hand and the Seal of the Board of County Sheriff-Coroner Supervisom County Counsel affixed this15thday of November 19 22 J. R. OLSSON, Clerk B� /t Clerk. Mix e M. 52-9-1d oomS4 H-24 3176 15m BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101 (b) ) of the CVC, Declaring a Stop ) TRAFFIC RESOLUTION NO. 2397 - STP Intersection on MOUNTAIRE PARKWAY ) (#5654) and MOUNTAIRE CIRCLE ) Date: NOV 15 1977 (#5465AN), Clayton Area ) (Supv. Dist. V - Clayton ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Pablic Works Department's Traffic Engineering Dlvislo6, and pursuant to County Ordinance Code Sections 46-2. 002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 21101 (b) of the California Vehicle Code, the southerly intersection of MOUNTAIRE PARKWAY 05654) and MOUNTAIRE CIRCLE (#5465AN), Clayton, shall be declared a three-way stop intersection and all vehicles shall stop before entering or crossing said intersection. Adopted by the Board on.-..___..NOV � 5 1977 ------------- ._... 1 Sheriff California Highway Patrol BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 22507 of } the CVC, Declaring a Parking Zone TRAFFIC RESOLUTION NO. 2398 - PKG on ORI NDA WAY (#2544A),Or i nda i NOV 15 1977 Area. Date: (Supe. Dist. 111 - orinda The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2 .002 - ' 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be limited to .three minutes, for the purpose of depositing mail, along the west side of ORINDA WAY (#2544A) Orinda, beginning at the centerline of Irwin Way aad-extending southerly a distance of 30 feet. T.R. #1900 pertaining to an existing white curbed area 338 feet south of Irwin Way is hereby rescinded. , Adoptz:d ay�:.r��:.: on............. NOV 15 1977 _ ._�................... .. Sheriff California Highway Patrol T-14 010486 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Pursuant to Section 21101 (b) ) of the CVC, Declaring a Stop Inter- ) TRAFFIC RESOLUTION NO. 2399 - STP section on LOMA VISTA DRIVE (#23450) and EL TOYONAL (#2254) Date: NOV 15 1977 Orinda Area (Supv. Dist. III - Orinda ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2 ,002 -' 45-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 21101(b) of the California Vehicle Code, the westerly intersection of LOMA VISTA DRIVE (#2345C) and EL TOYONAL (#2254), Orinda, is hereby declared to be a stop intersection and all vehicles traveling westbound on LOMA VISTA DRIVE and eastbound on EL TOYONAL shall stop before entering or crossing said intersection. (Traffic Resolution No. 24 pertaining to an existing yield control on Loma Vista Drive at the westerly intersection of E1 Toyonal is hereby rescinded NOV 15 1977 - Adopted by the Board on............. ........... Sheriff California Highway Patrol T-14 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the TRAFFIC RESOLUTION N0. 2392 - PKG CVC, Declaring a Parking Zone on Date' NOV 15 1977 OAK ROAD (#4054B) Walnut Creek Area (SupV. Dist. III - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : ' Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the East side of Oak Road (#40546) Walnut Creek, beginning- at the intersection of Treat Boulevard, and extending southerly to the intersection of Jones Road, a distance of 580 feet. Adopt-ed ay D. . ........OV,2 5 1977...... Sheriff California Highway Patrol 00488 T-14 s BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22507 of the ) TRAFFIC RESOLUTION 110. 2393 - PKG CVC, Declaring a Parking Zone ) NOV 15 1977 on OAK ROAD (40546). Date: Walnut Creek Area (Sup v* Dist. 111 - Walnut Creek ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2 .002 - 46-2 .012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the west side of OAK ROAD 040546) Walnut Creek, beginning at the intersection of Treat Boulevard, and extending southerly. to the intersection of Jones Road a distance of 580 feet. Adopted by the Board on.....N-OV-1-5-19.77. Sheriff California Highway Patrol 00489 T-14 BOARD OF SWERVISORS, WNTRA COSTA COUNTY, CALIFORNIA Re: Speed Limits on ) TRAFFIC RESOLUTION NO. 2396 - SPD CAMINO RAMON (#4827K) ) Date: NOV 15 1977 Danville Area ) (Supv. Dist. V - Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of an engineering and traffic survey and recommendations thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Chapter 46-2 (§46-2.002 ff. ), this Board hereby determines that the present speed limit(s) established on the below-described road, a street within the criteria of Vehicle Code Section 22358 , is(are) more than reasonable and safe, and hereby determines and declares that the following speed limit(s) is(are) most appropriate, reasonable, and safe prima facie speed limit(s) there: Pursuant to Section 22358 of the California Vehicle Code, no vehicle shall travel in excess of 40 miels per hour on that portion of CAMINO Ramon (#4827K) Danville, beginning at the intersection of Sycamore ` Valley Road and extending southerly to the intersection of Greenbrook Drive; thence no vehicle shall travel in excess of 35 miles per hour on that portion of. CAMINO RAMON beginning at the intersection of Greenbrook Drive and extending southerly to its point of termination a distance of 3,550 feet. T.R. #2142 pertaining to the existing 45 mph and 35 mph speed limit on Camino Ramon is hereby rescinded. Adopted by the Board on___._._N OV 15 1.977 PASSED unanimously by Supervisors present. cc: Sheriff 004-90 California Highway Patrol T-14d l fn 'Ine ward'ol` supervisors of Contra Costa County, State of California NOV 151577 , 19 — In the Matter of Approval of extension of Contract 93S06S with Joseph C. Jordan, an individual, for Juveniie Justice Information System Study for the Probation Department The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDEREDthat the Chairman is AUTHORIZED to execute on behalf of the County extension of Contract (►35065 with Joseph C. Jordan, an individual, for Juvenile; Justice Information System Study for the Probation Department for the period of November 15, 1977 to January 1S, 1978, at no additional cost. PASSED by the Board on N O V 15 1977, I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. EH Witness my hand and the Seal of the Board of cc: County Probation Officer Supervisors 1 Attn: Wallace E. Donavan SOY 151977 Contractor af:Sxad this day of_ )q c/o Probation Officer County Auditor-Controller J. R. OLSSON, Clerk County Administrator Deputy Clerk A:a:jrle F.i.Ntit::• . 004191 if-2-1 3/'b 15m L.__- CCC Standard Form May 1974 EXTENS IOP OF CONTRACT FOR PURCHASE OF SERVICES Contra Costa County 1. Contract Identification: Number 35065-3034-2310 Department: Probation Subject: Juvenile Justice Systems Study Effective Date: August 1, 1977 - November 15, 1977 2. Parties: The County of Contra Costa, California (County) for its Department named above, following named Contractor mutually agree and promise as follows: Name: Joseph C. Jordan • - Individual Address: 44 Bret Harte Road San Rafael, CA 94901 3. Extension of Term: The term of the above described contract between the parties hereto is ereby extended from November 15, 1977 to January 15, 1978 s unless sooner terminated as provided 1n said contract. 4. Payment Linit: As to the extended term of the contract, the maximum amount payable by the County is increased by the following amount $ -0- 5. Other Provisions: As to the term during which the above described contract is extended, the parties mutually agree to those Special Provisions (if any) attached hereto, which are incorporated herein by reference. 6. Signatures: These signatures attest the parties' agreement hereto. COUNTy'0-"FR6NTMJMA, CALIFORNIA CONTRACTOR N. Dorge,� B l�Gl .� By. Chairman, Board of Supery sots G kANDIVIDUAL Attest: County Clerk —� (Designate official capacity in business and affix corporation seal) BY— 'Deputy State of California } ss. County of Contra Costa ) RECOMMENDED FOR AP OVAL: ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor By known to me in those individual and -COUNTY PROBATION OFFICER business capacities, personally appeared before me today and acknowledged that he/they signed it and that the corpora- By tion or partnershlp'ndired above executed COUNTY ADMINISTRATOR the within instrument pursuant to its bylaws or.'a' resolution of its board of APPROVED AS TO FORM: County Counsel directors'. BY Q/ Dated: J, .%Y 7 7 DE-PUTY ' Not �/ Deputy ounty`Cler Miaofi1med with bcard order 0104'92 In the Boarcl of Supervisors r or Contra Costo County, Stat-a of Cali;ornio November -15 . 19 77 In t�1he Mager cf Con T;ac; T 77-112 with Charles Abitz - Home Maintenance Training Course. IT IS BY THE BOARD ORDERED that its Cha i rr-an is AUTHOR I ZED to execute the following Shor', :orn Service Contract: id.i: SER: 77-112 CO:I7RACTOR: Charles Abi`z TER-1: November 15, 11,177 - November 30, 1977 PAYMENT LIMIT: Sixty Dollart S60.00 DEEPARTiENT: The O;fice of Economic Opportunity SERV ICE: Corrnunity =esource Consultant FUND1NC: Housing and Corr..unity Development Title I funds PASSE+? 3Y THE ECA:-'J on NOV 151977 1 hereby certiy that the for going is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the dole aforesaid. Witness my hand and the Sa01 of ti:e Board of Orig: Off ice of Econenic 0;)pa:-_zity Supervisors cc: County Adm i n i strata:- afa"zed this day cYOV 15.1977 • l 9 County Au i to;-Control 1a; J. R. OLSSOIN Cleric Contractor sy Dz!pu:y Clark 00493 rt 1 75 1Oht _. COT:tr3CC f^_Gn�1LiC?tiC:�. - Numoer 77-112 De�artv�n•t: Office of Economic Opportunity Sub ect: Home Maintenance Training Course 2. Parties. The County of Contra Costa, California (County), for its Department na»ed above, and the following named Contractor mutually agree and pro-Oise as follo::s: 'Concractor: Charles Abitz capacity: Cot:�munity Resource Consultant Address : 284 Franklin Ave. , Pittsburg, CA 3. Trt . The effective date o this Contract is November 15, 1977 and it tern nates November 30, 1977 unless sooner terminated as provided herein. 4. T?-"ination. This Contract may be terminated by the County, at its sole discretion, u?on five-day advance written notice thereof to the Contractor, or cancelled im3;diately by 1:r_=ten mutual consent. 5. Pay=ent Li-it. County's total payments to Contractor under this Contract shall not exceed S 60.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the pa3m-ent limit. expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and fo L prescribed by County (Demand For-, D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, accordirg to the following fee schedule: (X) hour; or FEE ?__TE: $15.00 per service unit: ( ) session, as defined below; or . ( ) calendar (insert day, week or moat NOT 7-0 EXCEED a total of Four service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: 1. Instruction in minor plumbing repair 2. Instruction in minor electrical repair 3. Demonstrate safe electrical fixture testing and installation at field site selected by class instructor S. IrdeDendent 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 0- a ant, Seri"a:t, e-mployee, DartnershiD, joint v2nture, or association- 9. Indem:+ification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, s_c mess or injury to persons or property, including without limitation, all ce.se uen tial damages, from any cause whatsoever arising from or connected with the op_ra__ons or the services of the Contractor hereunder, resulting from the conduct, T1 -.1% Or C=herwise, of the Con-ractor, its agents or employees, the County, ics agents or employees, or any other person or entity. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Sig-n.atur=s. These signatures attest the parties' agreament hereto: CO'sCO`�. COSi�, CA?102:IA CO`TIL4CTOR N. E°g9ess B Designee ' by Depart-men c (Designate of`icier ca-jac4 -v) . 4 1 Desionea (Form approved by County Co,_:ase!) Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Agreement with AEP Associates for Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with AEP Associates of Walnut Creek, effective November 16, 1977 in connection with the preparation of the Environmental Impact Report for Subdivision 5162, "Woodview", Danville, at a cost not to exceed _$2,800.00 under the terms and conditions as set forth in said agreement. PASSED BY THE BOARD on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g: Planning Department Witness my hand and the Seal of the Board of Supervisors N O V 15 1977 cc: AEP Associates affixed this day of . 19 c/o Planning Department Director of Planning County Auditor-Controller J. R. OLSSON, Clerk County Administrator B - Deputy Clerk Maxine M.K fold L7 H-24 3/76 15m CONSULTING SI:RVICI_:S AGREEA1ENT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: AEP Associates, 1620 North Main Street, Walnut Creek, CA 94596 (b) Effective Date: NOV 1 L , 97, (c) Project Name, Number and Location: Environmental Impact Report for Subdivi— sion 5162., "11'oodview" , located at the southerly end of Santiago Drive south of Diablo Road, Danville . (d) Payment Limit: Two Thousand Eight Hundred Dollars ($2 ,800.00) 2. Signatures. These signatures attest the parties' agreement hereto: I"A COSf4T CONSULTANT � n y; tel y; ' y ter, Associate Chairman, Board of gtge3S Designate of f icia-1 capacity in b mess Supervisors pp ( C�t4�-�7� � ATTEST: J. R. OLSSON, (CORPORATE SEAL) Countv Clerl< and ex-officio C'lerl< of the Board State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT The person(s) signing above for Consultant, I<nown Deputy to me in those individual and business capacities, sonally appeared before me today and acknow- Recommen ei. Wiled ed that he/they signed it and that the corporation or partnership named above executed it. nthony A. DehaesUS Date: l\ -l- -1-9 Director/0 f Planning AAQ��_-,';�-,-i_% �Ic",,, Form approved: Notary Public :John 13. Clausen ''. ;. OFFIC!AL -a County Counsel (NOTARY SEAL),`,,-ti � :� ,mss / �� '�y�s--�t_�� r:ot..;.� r•uit:•c: .c.:,_::. .. f Deputy,,/ RI(�Symmiiilan Espirr hurt Z1. 195U i2 3. Parties. Effective on the above date, Contra Costa County and the above-named C:onsu tant mutually agree and promise as follows: 4. Employment. county hereby employs Consultant, and Consultant accepts such employment to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. G. Insurance. The Consultant shall, at no expense to the County, furnish certificates or other evidence acceptable to the County of (a) public liability insurance of*at least $500,000.00 fur all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $500,000.00. Thirty days' notice to County of policy lapse or cancellation is required. hat;c t of 2 0016 Microfilmed with board order 7. Payment. The County shall pay Consultant for professional services performed as follows: A. For preparation of the Draft Environmental Impact Report a fee not to exceed 1(d) above. (i) The first installment, in an amount to be determined by the Director of Planning of not more than 5096 nor less than 30% of the fee noted in 7.A. above, shall be paid after receipt by the County of the "Working Draft" report. (ii) The second installment, constituting the remainder of the fee noted in 7.A. above, shall be paid after the Director of Planning receives and finds acceptable the "Final Consultant Draft". 13. Ten percent (10%) of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning, whichever comes first. C. The fees specified in Section 7.A. include all overhead and incidental expenses for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the fee limit specified in Section 1(d) without prior written approval of the County. 8. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in th:! possession of Consultant or under its control at that time, and will be paid, except as provided below, without duplication, all amouhts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise clue and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any erne oyrnent, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. s_ 11. Stratus of Product. It is understood that the Final Consultant Draft accepted by the County will be utilized as background or source material by the Planning Department for its e:xcausive use,'all or in part, as it sees fit. The Consultant agrees not to release, disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising nut of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Page 2 of 2 (H 49 APPENDIX "A" Consultant shall prepare a Draft Environmental Impact Report in accordance with the California Environmental Quality Act and County guidelines for the project specified in I(c) of this agreement. The report shall be prepared in the format specified by the County. It shall be single spaced and suitable for duplication by office copier methods. The Consultant shall prepare the report in a "working draft" form initially and submit three (3) copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Department no later than thirty (30) calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one ropy suitable for duplication and distribution of the "final Consultant draft" for review and acceptance by the Planning Department. The "final Consultant draft" shall be submitted by Consultant to the Planning Departrnent no later than ten (10) calendar days after return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the time for completion of the process described in this paragraph extend beyond October 31, 1978without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a "Final EIR" for the project. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: 00498 C � In the Board of Supervisors of Contra Costa County, State of California November 15. , fig 77 In the Matter of Authorizing Write-Off of Delinquent General Accounts Receivable As recommended by the County Auditor-Controller in his November 2, 1977 memorandum, IT IS BY THE BOARD ORDERED that the write-off of delinquent General Accounts Receivable totaling $6,522.34 as set forth on the data processing listings dated 8/77, 9/77, 10/77 is AUTHORIZED. PASSED BY THE BOARD ON November 15, 1977. 004%99 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: Auditor—Controller Supervisors County Administrator affixed this15thday of_ November 19 JZ J. R. OLSSON, Clerk 2adBy / Deputy Clerk Sandra Z. Nielson FL-74 3/7615m S Office of COUNTY AUDITOR-CONTROLLER Contra Costa County Martinez, California November 2, 1977 TO: BOARD OF SUPERVISORS FROM: DONALD L. BOUCHET, ACTING AUDITOR-CONTROLLER By: Grace Potter, Accounts Receivable Supervisor SUBJECT: GENERAL ACCOUNTS RECEIVABLE RECOHMNDED FOR WRITE-OFF We submit the accompanying lists of General Accounts Receivable totaling $6,522.34, with the recommendation that they be written-off. The accounts listed have been coded into the following categories: 06 Determined inability to pay recommended by Health Department $2,311.34 03 Determined inability to pay recommended by Hospital 4,211.00 TOTAL $ 522.34 J 00500 Miuofi;med with board ordK CUNTKA CUSTA COUNTY - AGLUUNYS KECE IVAULE kECUMMENDEU Rik WRIT E-UFF kEPDKI TL1d57.2 PALL i . PKULLbS HATE Uti/08/77 , a AU I GM ' GUAKANTUK WKITEUFF by NllMEiEk UEPARTMENT ULZI69 13ALLIULILKLgJGntu 46J2 NALHECU ULVU MAKIINEL CA 4. 4553 Gp.UQ- MLUILNKE ULIEKMINED INABILITY til PAY RECUMMENDEU by 011113 CAI ANALHgLUNNIE I 2iti io'Ai:nlLK Uk AALiw'f LKEEK CA 94596 252.UU- M L U I C A h E ULTERMLNEU INABILITY TO PAY RECt3MMENDEU t3Y HEALTH DLPAKTt•ENT,--06 - U11573 4UMMIi.4GSsKUXAN[-4L 111 TrtLLAtvY Ku t'LEASANT HLLL CA 94523 72.0U- MEU t CARE___. UETE;KMINLO INAULL1TY TU PAY KEL0101ENDLO BY ULPAKTMtN-Tt-.06. 011213 HA SK I N:; I Ak NULu 2554 22ND �T St�Pi f'A-)LLQ CA S tLi04 50 40- __.. ._._-.-- .._ ` MLuI CARL �i DETE-kMI NEU IiiAo I LI LY TO PAY KELUMMENUEG BY }t E A L t N U 1;Ak't ME tv 1 -06 _---_....__—_-_-__ �i U121 10 LUNO 1 JF.WLL kLjU1'L l?IUUA A,t35 OAKLEY La 44561 31.8u- UL• TERMINLU 1iNAO i LI iY TU PAY NECUMMCNDL U 13Y HLALTN i3EPAKtMiE.NT -p6 { U 12174 NAPGL i TANU, Fki-kNK - '' 253U HAMILTUN AVL LUNLUkU CA j4514 t,0.ti0- MEDICAi�t.. .. UETE-KMiNED INAULLITY TU PAY KLCUMtMENDED by y GUNTKA GuSTA GUUNTY — ALGUUNTS RECEIVABLE KE(XMMENDk•f) FUK wKITE—UFF KEPURT Tblb57.2 f)AGk 2 PKUCESS UATE 08/06/77 w Ob/05/77 AUTOMAT LG RECOMfyi£NDED i GUARANTOR WRITLUFf• BY NUMhLR i U12176 SHUUf PWALIER PO boA LU53 UAKLEY LA 94516 bG.uu— MEUILAKE UETLKMINEU INAbILLTY TU PAY kEGUMMENOEU BY HEALTH UEf AklMkN1-()6 TUTAL KEGUMKt:NUAT iUNS too%SLD GR FIXED Gk I-fEf:IA U THE KS TUTAL KECUMMENUEU WkI i L—OFFS 566.20—* GftkND-._IUTAL5a6.20--* i' i i, r i� i f}�i5(►� i a. J CONTRA COSTA LOUNTY - ACCOUNTS RECEIVABLE RECOMMENDED FOR 'WRITE—OFF kEPOkT TB1657.2 PAGE L PROCESS DATE 09/04/77 09/05/77 AUTOMATIC kECCMMEND D GUARANTOR WRITEOFF BY NUM3LR DEPARTMENT :z 012153 GLANT0I4, EARNS:ST 1667 kUNNtE ST PITTSBURG CA 91565 1t620.00— i1 TERMS $135.00 PER MONTH LCS - DE`TE:i:t1-11?ILJ IN-,A(3IL1TY TU PAY RECQ' M hI I D, Eu 3Y �! HEALTH DEPARTMENT TOTAL kECOMMENDATIONS bASED ON FIXED CRITERIA � z1 OTHERS _ .__TOTAL KECOMMENOEU WRITL—OFFS 1to20.tT0— s' GRAND TGTAL 19620.00—* i . i 1 t 1 t 1 _ 1 I t ii) 3 { CONTRA COSTA COUNTY - ACCOUNTS RECEIVAULE RECOMMENDED FUR WRITE-OFF REPORT T81657.2 PAGE ,1 PROCESS DATE 10/13/77 10/05%77 , AUTOMATIC RECOMMENDED •il GUARANTOR WR LTEOFF BY _NUMBER _ __ ___ _.______ _. _.__ _. ___ _.__- -_- __...__.___- ._.-_-_-- -- _ .. -.-_.DEP_AkTMENL___ 009040 BAKTELLiANUREN 3. 12- DETERMINED INABILITY TO PAY RECOMMENDED BY •� HEALTH DEPARTMENT-o, 006451 KINGo J • 10.02- �� .� --.--- -__ ___._ _ ___ UETERMINE0 INABILITY TO PAY . RECOMMENDED BY--- HEALTH Y__HEALTH DEPARTMENT,06 _ . . ._ 0011.76 _RIBEIRO9RDNALD 707 WEST MADILL A141 LOCH CA 94509 92.00- TERMS x6.00 PER MONTH CCS —� DETERMINED INABILITY 7J PAY RECOMMENDED BY • HEALTH DEPARTMENT_ � 6 1 1 1 012004 SALESIAN MANOK - v.3 4 v 21 1.00-. _DEPARTMENT SERVICES - VOUN09 �(j//`rt • `\ ! �ti5 C 1 �Y J TOTAL RECUMMENDA7IQNS tlASEO ON FIXC:Q t,HITEk[A__ _```��--- .. :� -L6 ._ —__� .� -4-T..._._ OTHERS • TOTAL i"%ECOMMENUEU WklTE-OFFS 4* 316. 14-* 1 GRAND TOTAL _. __._.. _.__ ..._ . ___ __._.. _ .49316..14-.* ------ 00504 -. __Of 504 • In the Board of Supervisors of Contra Costa County, State of California NOV 151977 , 19 -. In the Matter of Relief of Shortages in Accounts: County Medical Services Pursuant to the provisions of Resolution Number 2702 dated January 28, 1964, IT IS BY THE BOARD ORDERED that relief of cash shortage in the amount of $8.30 is authorized in the account of the County Medical Services, Food Service Department. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: HRA Director Supervisors County Medical Director NOV 151977 Medical Services Admin. affixed this day of 19 County AdministratorA J. R. OLSSON, Clerk County Auditor-Controller g � . Deputy Clerk H 24 12/74 - 15-M 001t�5 In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 In the Matter of Complaints re Lafayette Morehouse, Inc. , Pleasant Hill Walnut Creek Area. As requested by Supervisor R. I. Schroder IT IS ORDERED that the Director of Planning and the Director of Building Inspection report to the Board as soon as possible on the status of investigation of complaints relating to Lafayette Morehouse, Inc. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director of Planning Witness my hand and the Seal of the Board of Director of Building Supervisor Inspection affixed thi5#�day of ivTov mb 19 County Counsel County Administrator J. R. OLSSON, Clerk 91B Deputy Cierk Maxine M. Neu el H-24 3/76 15m BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA `u""J """ Nov. 15, 1977 NOTE TO CLAIMANT Claim. Against the County, ) The copy o6 tki_6 ocumo_nt maited to you .t.6 yours Routing Endorsements, and ) notice oS tete action taken on yowt ceaium by .the Board Action. (All Section ) Soand os SupetvLsor,4 (Panagnaph IIT, beiow), references are to California ) given puAzuant to Gove%nmentt Code Seetiona 911.8, Government Code.) ) 913, E 915.4. P.teabe note the "wann,i.ng" below. Claimant: The Pacific Teiephone and Telegraph Company (Case No. -B-740-366) Attorney: 150 Hayes Street, Room 400, San Francisco, CA 94102 Address: Amount: $5,000-00 Via Public Works Date Received: October 14, 1977 By delivery to Clerk on Det ober 1L, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DATED: Oct. 1L. 1977 J. R. OLSSON, Clerk, By Deputy II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( This Claim complies substantially with Sections 910 and 910.2. ( ✓ ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are - so notifying claimant. The Board cannot act 'for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a Lata Claim tion 911.6) . DATED: 10 - `'' ' JOHN B. CLAUSEN, County Counsel, Bx- L,i%� C'T� ;�,._ Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check one only) (XX) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: Nov_ 15, 1977 J. R. OLSSON, Clerk, by C ��� t Deputy elen C. Marshall WARNING TO CLAIMANT (Government Code Sections 911.8 & 913) You have onty o mo ,tom the maiting o6 VM notice to you Mkin which to bile a count action on thio rejected Ctam (aee Govt. Code Sec. 945.6) on 6 month6 6,%om the den.i.at o6 you/. Apptication to Fite a Late Cta.im within which to petition a count Son utie6 Sn.om Section 945.44 cea.im-S.i,ei.ng deadline (aee Section 946.6) . You may seek ;dte advice o6 any attorney o5 yours choice .in connection w.id-z ZIU matte,'L. IS you watt to eon4uPt an attorney, you 4houed do 4o .immediatety. IV. FROM: Clerk of the Board T0: l County Counsel, (2) County Administrator, 4 (3) Public Works, Business 4 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. 6/ ") Q /� DATED: Nov_ 16_ 1977 J. R. OLSSON, Clerk, By 1-6/ ) G "7�1Lt2V1 d Deputy e en C. ars al." V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Nov. 16. 1477 County Counsel, By County Administrator, By Public Works, By 8. 1 (�d).�d1`� Rev. 3/77 ' Case No. B-740-366 CIA7 •i i%CF�Ii\ST Contra Costa County Eepartm Public Works D '� r � ' L ; U . �, ISI Cla `i..ant all.e.,'cs: F 0 11 i.u t 1 3 t.:, , A. i\Ell n"_' Z 111_. PZ)S1` off1CC Sdri SS Of c1Z'thq_Mt' The Pacific Telephone and Telegraph Company r�.��1C W0RKS DEPART A 150 Hayes Street, Room 400, San Francisco, California 94102 B. The jXist Office Cu: ss t'J %C:llch tl:e person, prest-mit mg i1:e claim Oesires roticcs to ba sent: Same as A. C. Tiia date, plc C_' and Other cirCl'uT.stances of the occu I:once or traalsc ction wlni h ga%'e rise t-6 tjl • claim asserted: On September 29, 1977, underground facilities, owned by this Company, were damaged when struck by a backhoe owned by Oscar Friborg and operated by his employee, Dennis Farndee. This accident occurred on Center Avenue at Fuschia Court, Pacheco, Ca. It is our understanding Oscar Friborg was the subcontractor to Gallagher and Burke, General Contractor for the City of Pacheco, for a street widening project at the above location. D. A general description of. tha i.^.dcbtedncss, obligation, injury, da-mage or loss i-Icurrcd so i:ar as it Tray be kncr...m at the time of presentation of the clan A 900 pair, 26 gauge communications cable in cement conduit was struck and damaged. E. Tne nane or nz--,Tes of the eT--loye` or egnl.oyees of Unknown causing the injury, dar-tage or loss, if kncxrn: F. Tina a�u_nt claii^e�d as of the date of prese.�li i i.on of the claL incl ding t1e est1inatccl a;1JLInt Of ai7,, prospective �.'1'JL'..'.-y, da—age Or loss, 1n.sofar as it m3�, be kno.:•n at the tine of oic presentation or: '-na claim t07et`zer. ::it}I the ba::is of c�,-?.It::tion Of the a:!-)un-%- claim=d. The estimated cost of repairing our facilities is $5,000.00 When our itemized bill is ready, it will be forwarded. DaLed:_� %/ iF-W-41 _ /,! .� � �! / •%--'ice Digr. �ll:;l Ur C:� 1i II- 1 1 0:. Clair. :nt MRS. A. M. HL14LER Sect Representative OCT 1 ' 1°i l (For. ::urtller p:�.-ticul.ars J. R. OLS�•OV Of :'t iLc UL" L ti.i_:CLIIlu.J 001508 CLERK BOARD OF SUPERVISORS C 'N SIy �O e'L? `" ' '{- <'..�1"'D� " Microfilmed wifh board order rw:A:.0 U,' )U1'- iS(2vb u1• LU.%IH:1 LUSIA (.'(iUN-11 CALIFORNIA BOARD ACTION Nov. 15 , 1977 )Amended DOTE TO CLAI,'•LANT Claim the County, ) The copy ohiz document naiteY to you cis :out Routing Endorsements, and ) notce cn Vie action taken on Moult ctxti t D'y t;_e board- :fiction. (JAll Section ) Bec„2d o-, S-,petv.i.sors (PatagrLaph 111, bace:-) , references are to California ) given l.u,%zuan.t to Cove.tntsent Code Secticrs Government Code.) ) 913, 9 915.4. Pfcaae note xhe "wa%ning" be-ctv. Claimant: Timothy David Taliaferro, 2125 Overlook Dr. , Walnut Creek 94596 Attorney: Robert B. Mitchell and Joseph D. Gaeta Address: 1475 No.. Broadway, Suite 106 , Walnut Creek, CA 94596 - Amount: $250,000.00 Date Received: Oct . 11, 1977 By delivery to Clerk on Oct . 11, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Amended Attached is a copy of the above-note(AClaim or Application to File Late Claim, DATED: Oct . 11 , 1977 J. R. OLSSON, Clerk, By �� •p �,� Deputy -Sandra . Nie is n II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( ✓5 This Clain FAILS to comply substantially with Sections 91.0 and 910-.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a La Clai (Sectio 911.6) . DATED: i - (j- "; 7 JOHN B. CLAUSEN, County Counsel, B�) � Deputy III. BOARD ORDER By unanircus vote of Supervisors present (Check on s� oI�ly) (XX ) This } fir` ON rejected in full. rrfVr ( ) This Application to File Late Claim is denied (Section 911 .6) '. -! 1917 cc-'V-y I certify that this is a true and correct copy of the Boar 'l d� Centered in its minutes for this date. DATED: Nov. 153, 1977 J. R. OLSSON, Clerk, by 146,..J C. i,t�f Deputy Helen C . Marshall WAR\'ING TO CLAIMAN7 (Government Code Sections 911.8 & 913) You have ont;y 6 mond axiom the maZt&ig o6 this notice to you R' tin a"'Tich to 6-iie a cewtt actZon on .this P.ejected Cfaim (dee Govt. Code Sec. 945.6) oa 6 months 6riom the deitiat of you& AppZi.catl-on to Fite.a. Late Ctaim within ithi.ch to pcti tion a coat 6o t ti ie c694945.-I 'som Sectio; 945. ' c ea im-6.i f-ir:y deadUne (dee Section 916.6) . You may 3 eeiz the advice o' any atte they o' yours choice .in connection with zu s matte,-L. IS you v2ant to con-Autt an at-to:uneu, you. zhoutd do eo .urnediatezy. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Admid nistrator, & (3) Public i',orrs, Business 14 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: Nnv_ If; . 1977J. R. OLSSON, Clerk, By 1JZ-(6J C.�1Lt���t� Deputy Helen C. Marshall V. HUM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public l orks of Supervisors Received copies of this Claim or Application and Board Order. DATED: Un 1 7 County Counsel, By County Administrator, iy Public Forks, By 8. 1 ow���� Rev. 3/77 '44 t � ' 7f T , ,e�� In the matter of the claim of ) TIMOTHY DAVID TALIAFER.RO, Claimant, FIRST AMENDED CLAIM FOR DAMAGES vs. COUNTY OF CONTRA COSZA SIMRIFF IS ) DEPA-Te-M- T, a Public Entity. ) TO: BOARD OF SUPERVISORS FOR. THE COUNTY OF CONTRA COSTA AND TO THE SiM-RIFF'S DEPART:ENT IN AND FOR SAID COUNTY, PURSUANT TO SECTION §910 OF THE CALIFORNIA .GOVER ENT CODE. 1. This Claim is presented by Robert B. Mitchell and Joseph D. Gaeta on behalf of Timothy David Taliaferro. The post office address of the claimant Timothy David Taliaferro is 2125 Overlook Drive, Walnut Creek, California, 94596. All Notices respecting this Claim should be sent to Robert B. Mitchell and Joseph D. Gaeta, 1475 No. Broadway, Suite 106, Walnut Creek, California, 94596. 2. or or about July 9, 1977 at or near the corner of Civic and Ygnacio Valley Road, Walnut Creek, California, Claimant received personal injury under the following circumstances. Claimant was on the property of a Chevron gasoline station at which time he was approached by a deputy sheriff of the County of Contra Costa and ordered to halt and place his hands on top of his head. Claimant complied with the order of said deputy- sheriff, he halted and placed his hands on top of his head. While in that position and without any provocation or fault on behalf of the claimant, said deputy sheriff shot the claimant causing a bullet to enter his left arm. That as a result thereof, the claimant was injured to his body and shock and injury to his nervous system causing claimant great mental, physical and nervous pain and suffering. 3. That as a further result of the acts of said deputy sheriff claimant was required to obtain the services of a physician to treat him and did incur medical and incidental expenses, the exact amount is unknown to Claimant at this time. 4. The name or names of the public employee or employees causing said 010510 Microfilmed witlh i3oard order f injury to Claimant are unknown to claimant at this time. 5. That the mane of the public Entity causing said injuries to claimant are the County of Contra Costa and the Sheriff s . Department of Said County. b. At the time of presentation of this claim, Claimant, Timothy David Taliaferro claims damages in the amount of $250.000.00. DATED: October 10, 1977 JOSBM 13, GAETA "— Attorney for Claimant A B, MITCHELL- Attorney for. Claimant -2- l r ' F i In the natter of the claim of ) TDIOTHY DAVID TALIAFERRO., ) u T 4; iq'I E Clai*nant ) a. teti , vs, 'wti� yr�¢Si7.jr �H COUNTY OF CONTRA COSTA SHERIFF'S ) DEPARTIMENT, a Public Entity. ) ROBERT B.' MITCHELL and JOSEPH D. GAETA, Attorneys at Law, on behalf of claimant named above, hereby present this claim to the Sheriff's Department of Contra Costa ,County, pursuant to Government Code 9 910, 1. The post office address of said attorneys is: P. 0, Box 290, Walnut Creek, CA 94596, and all notices re- specting this claim should be sent to said address, 2. The date and place of the transaction giving rise to this claim are: July 9, 1977, at Walnut Creek, California. 3. On July 92 1977, the above named claimant was assaulted and battered by an officerof the Contra Costs Sheriff's Department, at the time and place above stated. 4. That as a result of said battery, claimant received a gun- shot hound in his left arcs from which a permanent and lasting injury will result, 50* The name of the Public Entity causing said damage is: Contra Costa County Sheriff's Department. 6. The amount claimed as a result of said act as of this date of this claim* is $250,000.00. This figure represents the estimated amount of prospective damage, insofar as it is known at this time. Dated: October 4, 1977. JOSEPH D. GAETA Attorney for Claimant ROBERT B.' MITCHELL Attorney for Claimant Microfilmed with board order BOARD OF SUPERVISORS OF NTRA COSTA CO(INTY, CALIFOP- IA BOARD ACTION ' Nov. 15, 1977 Amended NOTE TO CLAIMANT Claim Against the County, ) The copy os tti,6 documentt r,;, e to you .c.6 yours Routing Endorsements, and ) notice o6 .the action tal en on yo:tt ciea.&i by the Board Action. (All Section ) Boatd o6 Supe)tvizotA (patag,taph IIT, below) , references are to California ) given pwuuant to Gove,%nment Code Sec tions 911 .8, Government Code.) ) 913, E 915.4. P.tea6e no.-'-e the "wanni.ng" be.,tow. Claimant: Randy Edward Cooper, 1915 Kirker Pass Rd. , Concord, CA- Attorney: AAttorney: Maurice S. Moyal Address: Maurice S. Moyal, Inc. , 1820 Galindo St. , Suite 210, Concord, CA Amount: $5,000,000-00 Date Received: October 12, 1977 By delivery to Clerk on By mail, postmarked on 1ell e I. FROM: Clerk of the Board of Supervisors TO: County Counsel A enz�ded Attached is a copy of the above-notedA lain or Application to File Late Claim. DATEDE)at, 12, 1877 J. R. OLSSON, Clerk, By I p , Deputy �r121dra T._ TIi al eL II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( VI This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a lClaim (Spe 1.6) . DATED: /0 �T l 7 JOHN B. CLAUSEN, County Counsel, B• , Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Creek ,one only). (0C) This& Jim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: Nov. 15, 1977 J. R. OLSSON, Clerk, by ��G �uL�I/ , Deputy Helen C. Marshall WARNING TO CLAIFANT (Government Code Sections 911.8 & 913) You have onty 6 mo nam the maoCZing 06 thi,6 notice to you WMZn which to Size a eouAt action on tiiA %ejected C.taim (bee Govt. Code Sec. 945.6) on 6 months 6nom the deniae o6 yours Appticati.on to Fite a Late Ctaim within which to petition a couxt Son uti.eS 6-tom Section 945.4`6 claim-6.iti..ng deadei.ne (bee Section 946 .61 . You may 6e& the advice os any attenney o6 yours. choice in connection cvZdt this mafitet. 16 you want to consult an atttonnec , you 6houtd do iso .cmmediateZc . IV. FROM: Clerk of the Board T0: 1) County Counsel, (2) County Administrator, b (3) Public Works, Business b Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. �I DATED: Nov. 16 , 1977J. R. OLSSON, Clerk, By ��G I�'�,ri✓'� Deputy Helen C . Marshall V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or application and Board Order. I ll i 1�r�• 5 i t,� DATED: Nov. 16 , 1977 County Counsel, By County Administrator;/By Public Works, By 8. 1 T F �1AURICc. S. LOYAL L E D 3 ''PF,TBR DODD law Offices of OCT 12, 1977 4 51AURIC:S S. MOYp.L, INC. 4 1+1020 Galindo St. , Suite 210 J. R. OLSXN CLERK BOARD W SUPERVISORS 5 lConcord, CA 94520 c NTRA CST CO. !!Telenhone: (415) 686-0200 6 Gr...De c I. attorney for Claimant ►� ti 8 � i 9 � 10 'i �UVM ' EDWARD COOPER, � 11 '� Claimant, 12 v. s. 13 ; COUNTY OF CONTRA COSTA, ANZNDED CLAIM FOR i4 i DAMAGES FOR NEGLIGENCE Defendant. r.._._. 15 16 i+ �O THE CLERK OF THE BOARD OF SUPERVISORS, COUNTY OF CONTRA COSTA: 17 This claire is presented by the Law Offices of 18 {.AURICE S. 1110YAL, INC. , on behalf of ,2APIDY ED`r?ARD COOPER. 19 ,he ;ost Office address of claimant is 1915 Kirker Pass Road, 20 ,oncord, California. All notices respecting this claim should 21 I e sent to the Law Offices of MAURICE S. MOYAL, INC. , 1820 22 Galindo Street, Seta 210, Concord; California 94520. 23 1' The circumstances giving rise to this claii-m are as 24 follows: On or about June 26, 1977 , claimant was injured as 25 its ped-z-gtrian while wal;.ing along Kirkar Para Road in the City I 26 f Concord. Clairu&nt was brought to Contra Costa County !` �Iospital for treatment of the injuries that he had received. ;i II4fLiC(1tCi `JVlt�l 'board. order" i I . 1 � 1 . 71 The personnel at Contra Costa County Hospital failed I 3to discover and failed to treat adequately claimant's head 11 4Ijinjuries, resulting in severe infection of claimant's head i 51iwounds. in addition, the personnel at Contra Costa County I; 6 ! iospital failed to trent properly claimant's injuries to his 7 I� Illeft leg, resulting in infection and hemorrhage in the left 8 deg. As a result of the negligent diagnosis and treatment i i 9 !4dmin istered by the personnel of Contra Costa County Hospital, i! 10 �laimant suffered aggravation of his injuries, to the detriment 11 ! f his health and strength, causing mental , physical and i 12 ; ervous pain and suffering, mental anguish, loss of income, 13 ' dditional medical expenses, possible permanent disfigurement i 14 ' nd disability, and future loss of income, mental anguish 15 4nd pain and suffering. 16 ! The names of the public employees responsible for the . I 17 forementioned negligence are unknown to claimant at this time. 18 !' The amount claimed as a result of claLmant's injuries I 19 s of the date of the presentations of this claim is $5,OOO,000 .00 . 20 bis includes the amount of $4,000,000.00 as the estimated I 21 �mount of prospective damages, insofar as it is known at this 22 231 the basis of the above computation is the best 24 assessment of the attorney for claimant. 25 26AT'ED: October 10, 1977. /s j M.AURICE S. MOYAL �%ir1QRZCE S. MOYAL, Attorney for Claimant -2- 005 �3 h I (PROOF OF SERVICE BY MAIL—1013&, 2015.5 C.C.P.) 1 am a resident of the county of _CO TETRA COSH /am oklinel-r over the age of eighteen years and not a party to the wnbin above enttt!ed action, my residence addrett it: 1820 Galindo St. , Suite 210, Concord, CA 94570 on October 1f),, 1977 .1 served the within E NEGLIGENCE on the interested party in -raid action, by placing a true copy thereof enclosed to a sealed etvelope with portage thereon fu!ly prepaid,in the United States port office mail box at COnaOrd addressed at follow: Clerk of the Board of Supervisors County of Contra Costa 651 Pine Street Martinez, CA 94553 Served 'an original and three (3) copies 1 LaurLa -rtgo certify (or declare), mader penalty (name mart be typed or printed) of perjury,* that the foregoing is true and correct. Executed on October lar 1977, at Concord California (date) (place) RE : Cooper vs. Co. Co. Co /s/ Laurie Lee Lambertson . Sigaature � y •proof of service by mail form-r,being signed under penalty of penury,do not regmire notarizaioa. DANON PRESS FOP. NO. 1 I I 1 4AURICE S. MOYAL ENDORSED I aw O five F I L E Taw Officers of 3 j 1_ IU-TC" _ OYA-L, Il C. i�820 ,7;alindo Street, Suite 210SEP 2 3 1977 ,oncord, C.A. 9,520 lenhona: (415) 686-0200 J. R. OSSON JCLERK BOARD OF SUPERVISORS 5 �! CONTRA,COSTp CO. B jjLzw-'-•:be ur 6 bN'torney for Claimant 7I • 8I 9 li t 10 'RANDY EDWARD COOPER, 11 !� i, Claimant, i 12 vs. 13 CLAI`•1 FOR DAt•1AGES FOR NEGLIGENCE ICOUNTY Off' CMITR COSTA, 14 {I Defendant. 15 I'- 16 ITO TIS CLERK- OF THE i30 RID OF SUPERVISORS, COUNTY OF CONTRA COSTA: 17 1 This claim is presented by the Law Offices of I 18 !�'M,URICE S. MOYAL, INC. , on behalf of Randy Edward Coover. 19 The Post Office address of claimant is 1915 Kirker Pass Road, 20 Concord, California. All notices respecting this claim should 21 i be sent to the Law Offices of 7y'1URICE S. MOYAL, INC. , 1820 22 Galindo Street, Suite 210 , Concord, California 94520. i 23 The circtmzstances givinq rise to this claim are as ,4 follows: On or about June 26 , 1977, claimant was injured as 25 ' a pedestrian while walking along Kirker Pass Road in the City 26 of Concord. -laimant was brought to Contra Costa County IIospital for treatment of the injuries that he had received. i a kroNImed wife board orc er t The personnel at the Contra Costa County Hospital failed to 3iK iagnose and to treat claimant' s injuries adequately. As a I 415result of the negligent diagnosis and treatment administered II 5lby the personnel of Contra Costa County Hospital, plaintiff 6 �I suffered aggravation of his injuries, to the detriment of his Iftealth and strength, causing mental, physical and nervous pain 8 ! lla—nd suffering,mental anguish and loss of income. . 9 11 The names of the public employees responsible for 10 the aforementioned negligence are unknown to claimant at this I I It. ime. 12 it The amount claimed as a result of claimant's injuries i 13 as of the date of the presentation ofthis claim is FIVE MILLION i 14 �OLLARS ($5,000,000.00) . This figure includes the amount of 15 OUR MILLION DOLLARS ($4 ,000 ,000 .00) as the estimated amount 16 bf prospective damages, insofar as it is known at this time. 17 I The basis of the above computation is the best i 18 assessment of the attorney for claimant. i 19 DATED: September 21, 1977. 20 i 21 j /s/ MAURICE S. MOYAL 22 MAURICE S. MOYAL iAttorney for Claimant 21 24 25 26 i i V -2- i f� r (PROOF OF SERVICE BY MAIL— 1013x, 2015.5 C.C.P.) I am a ruiden:of:be count) os._S.01UHA_CC.9TA_ - --- t an over the age of eighteen years and no:a art to the•within abore entitled action, m business addrett it: g party y residence 1820 Galindo S_treet, Suite 21_r_CQncord. CA 94520 On SAPt mh.r22 r _.—_. 1917,I ter:ed the within- CT.nTRi FAR nAMAGV-S FOR NEGLIGENCE on :heinterested aartYaction, by placing a trite copy thereof enclosed in a tealed envelope with portage thereon ru!!) prel'ard, to rbe I'nned Sates post op:ce marl box a.Concord addressed as f ollou-s Clerk of the Board of Supervisors County of Contra Costa 651 Pine Street Martinez, CA 94553 Served an original and three (3) copies I, T.mir i P LP-P_ T ambertson ,certify (or declare),under penalty (name r-a-:se:y?ed o•printed) of perjury.* that the foregoing it true and corre::. Fxecsrtrd on Septemlaer 22, 1977 at— Gene California (date) wt RE: Cooper,vs. Co.Co.Co. /s/ Laurie Lee Lambertson Signature •proof of ser ice by rratl f ornts,being signed And cr,,ens.'r:of perjury,do not require notarization. { 8ARON PRESS FORM NO. � In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Termination of Abatement Lien Fred & Barbara Clark I On recommendation of the County Auditor-Controller, IT IS BY THE BOARD ORDERED THAT the Chairman IS F?E'REBY AUTHORIZED to execute Release of Abatement Lien which was taken to guarantee repayment of the cost of services rendered by the ICounty to Fred & Barbara Clark who have made repayment in full. Passed by the Board on November 15 9 1977. I hereby certify that the foregoing is a true and correct copy.of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Dept: Auditor—Controller Witness my hand and the Seal of the Board of Supervisor cc: County Administrator affixed this 15t1day of November 1977 Building Inspection J. R. OLSSON, Clerk By 1 Deputy Clerk Sandra L. Nielson 005, 20 H-24 3/76 15m RELEASE OF LIEN uuricr. OF LIEN recorded in t1te official records in the office of the County l:ccordcr of this County on March 49 1970 in Volume 6077 at page 285 is hereby release(!. Dated: November 15, 1977 By order of the Board of Supervisors. 4 C11AIl" iV-4 OF Tnc cc;ARD Or- SUPERVISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa On (date) November 15, 1977 bcfore ne-, Sandra Z. ielson a deputy county clerl; of this county, personally appeared W. N. Boggess Lnoi:,n to ne to he tlec personsubscrihed this instrument and to the Cl►airman of the Board of Sunervisors of this County and acknov.'ledged that lie executed it. Janes R. Olsson, County Clerk ✓✓✓ Deputy County C erl. 00521 tii►aoAG'rn'-u with board order r In the Board of Supervisors of Contra Costa County, State of California Nov is1977 . 19 — In the Matter of Contract #24-088 with the County Super- intendent of Schools to Evaluate the Drug Abuse Prevention Programs of the County Center for Human Development IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #24-088 with the Contra Costa County Superintendent of Schools for the term from November 1, 1977, through June 30, 1978, with a contract Payment Limit of $25,000 to provide an outside, objective evaluation of the drug abuse prevention progv—as which are operated by the Superintendent's Center For Human Development, and under terms and conditions as more particularly set forth in said Contract. PASSED BY THE BOARD on NOV 151977, I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human .Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors NOV 151977 dc: County Administrator affixed this day of . 19 County Auditor/Controller County Mental Health Director J. R. OLSSON, Clerk County Superintendent of Schools By �tloa-4t Deputy Clerk UP:sh n!! H-24 4/77 15m 1 i.52fJ Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 4 — U V 8 Department' Medical Services/dental Health Subject: Process and outcome evaluation of the drug abuse prevention programs operated by the Center for Human Development (under Contract x:24-749 with County) 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: CONTRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: 75 Santa Barbara Road, Pleasant Hill, California 94523 3. Term. The effective date of this Contract is November 1, 1977, and it terminates June 30, 1973 unless sooner terminated as provided herein. 4. Pavment Limit. County's total payments to Contractor under this Contract shall not e.:ceed $ 25,000 5. County's Obligations. County shall make to the Contractor those payments described in the Pay ent Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out r' at ;fork described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reierence. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by r__erence: County's Standard Agreement #29-409 with the State of California (11'epartment of Health, Division of Substance Abuse) 9. Legal Authority. This Contract is entered into under and subject to the following 1=cal authorities: California Government Code Section 31000. 10. Signatures. These signatures attest the parties' agreement hereto: CCUN �F.a,T OSTA CALIFO CONTRACTOR Y •_.-C� Chairman, Board of Supervi or (Designate o ictal capac y in business Attest: J. R. Olsson, County Clerk and affix corporation seal) �-7 State of California ) ss. B� �� �/Zzli County of Contra Costa ) eputy ACKNOWLEDGEMENT (CC 1191) The person signing above for Contractor Recor.r.ended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B . hey signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a res lution of its board of directors. Form Approved: County Counsel Dated: Z / AR T HL:,i %7- .-.ALF-WTA. JM Deputy Nota x r--Rublic/Aeputy, County Clerk C'. : 1, Microfi!m-.�d wah board order r. C 00,523 (A-4617 REV 6/76) Contra Costa County Standard Form PAY?SENT PROVISIONS (Cost Basis Contracts) Number 24 - 088 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only,] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [Y] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular RIC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost) , and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ Xj b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contiact is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 10,5 24 (A-4618 REV 6/76) -1- SERVICE PLAN Q Number �4 — 0 8 8 1. Evaluation Study. The Contra Costa County Superintendent of Schools (Contractor) shall utilize a Request-For-Proposal (RFP) competitive bidding process to select a qualified subcontractor (Evaluator) to conduct an independent, objective analysis and evaluation (both process and outcome evaluation) of the efficiency and effectiveness of the drug abuse prevention prograns currently being conducted by Contractor's Center For Human Development (which is funded under contract x=24-749 with County). Contractor shall follow and carry out the RFP process pre- scribed in the document entitled "Contra Costa County Center For Human Development, Superintendent of Schools, Request For Proposal, RFP CHD-77-1, September 16, 1977" (18 pages), which is attached hereto and incorporated herein by reference. References in said document to "Contractor" shall be construed to mean the above "subcontractor." 2. Progress Reports. Contractor shall submit to County's Project Director (Chris Benevent) an initial written progress report on or before December 16, 1977, or as otherwise may be authorized by County, and regular written progress reports bimonthly thereafter during the term of the subcontract. Said progress reports shall include, but not be limited to, the following: a. A description of the Evaluator's progress in conducting said analysis and evaluation; b. A cumulative description of the work and services provided; c. Any difficulties or special problems encountered; d. Any pertinent facts or interim findings; and e. A statement that the Evaluator is or is not progressing satisfactorily in conducting and completing the evaluation. Contractor shall submit on or before July 31, 1978, to County's Project Director a final progress report which shall include, but not be limited to, an evaluation of the quantity, quality, and impact of the work undertaken in conducting the evaluation. 3. Final Evaluation Report. Contractor shall require the Evaluator to submit on or before July 31, 1978, to County's Project Director the Final Evaluation Report which shall be the Evaluator's comprehensive, fully-documented, and completed analysis and evaluation, including recommendations for changes and suggested means for implementing any proposed changes for the improvement of the Center for Human Development activities. 4. Subcontract Approval. In accordance with Paragraph 13. (Subcontract and Assignment) , page 2, of the General Conditions, Contractor shall submit the sub- contract described above to the County Human Resources Agency Director prior to execution for review and approval by the County Administrator or his designee. Contractor shall not enter into said subcontract without the prior written consent of the County Administrator or his designee, subject to any required State approval. County agrees to expedite said review and to respond to Contractor's request for approval and written consent within 5 working days of receiving said request and subcontract document. Upon termination of any subcontract, Contractor shall notify the County immediately. Contractor shall be responsible for the performance of any subcontractor. 5. Compliance with State Requirements. Contractor shall comply with the State requirements set forth in Exhibit A(F), "Additional Provisions" (2 pages), which are attached hereto and incorporated herein by reference, including the requirement that Contractor include the provisions of paragraphs (1) through (7) of said Exhibit in the subcontract described above. References in said Exhibit to the "agency" shall be construed to mean the "County". Contractor shall obtain any required State approvals by submitting such requests to County's Project Director. 6. Budget of Estimated Program Expenditures and Accounting Guidelines. Costs incurred under this Contract shall not exceed $25,000 for the Contract term. Contractor shall determine its costs in accordance with its subcontract and Exhibit AM described above. Initials: Contractor-/ County Dept. 00152a CONTRA COSTA COUNTY CENTER FOR HUMMi DEVELOPIENT SUPERINTEtiDENT OF SCHOOLS REQUEST FOR FRO?OSAL RFP CHI?-77-1 I - September 16, 1977 SYNOPSIS This is a request for proposal for a process and outcome evaluation o-f the Drug Abuse Prevention Programs offered by the Center for Human Development_ The total contract amount shall not exceed $25,000.00. The period of t:Ls contract will be approximately 7 months. 'I�0j26 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 24 - 088 1. Pa}rment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. ' 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ) a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ X] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 010524 (A-4618 REV 6/76) -1- Contra Costa County Standard Form PAYMENT PROVISIONS (Cost. Basis Contracts) Number 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Co_ltract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit rec!uired by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be e::prr_,_.Z- d by applicable State or Federal regulations, policies or contracts, but in no event lat_r than 18 months from the termination date of this Contract. If such audits) show ghat the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allow able costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days uF demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, they. County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility* for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. (A-4618 REV 6/76) -2- SERVICE PLAN 8Q Number 24 - o (q 1. Evaluation Study, The Contra Costa County Superintendent of Schools (Contractor) shall utilize a Request-For-Proposal (RFP) competitive bidding process to select a qualified subcontractor (Evaluator) to conduct an independent, objective analysis and evaluation (both process and outcome evaluation) of the efficiency and effectiveness of the drug abuse prevention programs currently being conducted by Contractor' s Center For Human Development (which is funded under contract x=24-749 with County). Contractor shall follow and carry out the RFP process pre- scribed in the document entitled "Contra Costa County Center For Human Development, Superintendent of Schools, Request For Proposal, RFP CND-77-1, September 16, 1977" (18 pages) , which is attached hereto and incorporated herein by reference. References in said document to "Contractor" shall be construed to mean the above "subcontractor." 2. Progress Reports. Contractor shall submit to County' s Project Director (Chris Benevent) an initial written progress report on or before December 16, 1977, or as otherwise may be authorized by County, and regular written progress reports bimonthly thereafter during the term of the subcontract. Said progress reports shall include, but not be limited to, the following: a. A description of the Evaluator's progress in conducting said analysis and evaluation; b. A cumulative description of the work and services provided; c. Any difficulties or special problems encountered; d. Any pertinent facts or interim findings; and e. A statement that the Evaluator is or is not progressing satisfactorily in conducting and completing the evaluation. Contractor shall submit on or before July 31, 1978, to County's Project Director a final progress report which shall include, but not be limited to, an evaluation of the quantity, quality, and impact of the work undertaken in conducting the evaluation. 3. Final Evaluation Report. Contractor shall require the Evaluator to submit on or before July 31, 1978, to County's Project Director the Final Evaluation Report which shall be the Evaluator' s comprehensive, fully-documented, and completed analysis and evaluation, including recommendations for changes and suggested means for implementing any proposed changes for the improvement of the Center for Human Development activities. 4. Subcontract Approval. In accordance with Paragraph 13. (Subcontract and Assignment _, page 2, of the General Conditions, Contractor shall submit the sub- contract described above to the County Human Resources Agency Director prior to execution for review and approval by the County Administrator or his designee. Contractor shall not enter into said subcontract without the prior written consent of the County Administrator or his designee, subject to any required State approval. County agrees to expedite said review and to respond to Contractor's request for approval and written consent within 5 working days of receiving said request and subcontract document. Upon termination of any subcontract, Contractor shall notify the County immediately. Contractor shall be responsible for the performance of any subcontractor. 5. Compliance with State Requirements. Contractor shall comply with the State requirements set forth in Exhibit A(F) , "Additional Provisions" (2 pages) , which are attached hereto and incorporated herein by reference, including the requirement that Contractor include the provisions of paragraphs (1) through (7) of said Exhibit in the subcontract described above. References in said Exhibit to the "agency" shall be construed to mean the "County". Contractor shall obtain any required State approvals by submitting such requests to County's Project Director. 6. Budget of Estimated Program Expenditures and Accounting Guidelines. Costs incurred under this Contract shall not exceed $25,000 for the Contract term. Contractor shall determine its costs in accordance with its subcontract and Exhibit A(F) described above. Initials: .� ' A7 IF Contractor-/ County Dept. CONTRA COSTA COUNTY CENTER FOR HIJI-IM DEVELOPIENT SUPERINTENDENT OF SCIHOOLS REQUEST FOR PRO?OSAL RFP CND-77-1 . September 16, 1477 SYNOPSIS This is a request for proposal for a process and outcome evaluation of the Drug Abuse Prevention Programs offered by the Center for Human Development. The total contract amount shall not exceed $25,000.00. The period of t:.=s contract will be approximately 7 months. 1)0 j26 The Contra -Costa County Center for Human Development is a multi-facus substance abuse Drevention/intervention program that provides consultation, inEorma-Zion and training services to support health and sell-being among people of Contra Costa Co-,:-=y. As. a community service program co-sponsored by Mental Health Services, the human Resource Agency, and County Superintendent of Schools, the Center for Hu=a-. Development programs focus on a psychological/sociological develoarcntal- ap_rcacz in an effort to deter problems of alcoholism, drug abuse, mental illness, and ju•:mile delinquency. The Center for Human Development is funded by Mental Health Service (Si:urt D3yle) and Alcoholism Program contracts to the County Superintendent of Sc.00ls_ The Center for Human Development provides consultation, training, and info= tion programs to two =ajor target populations of the county: schools and community organizations. In its prevention/intervention outreach to eighteen county school districts the Center has the stated goal: Sfudents will be able to makle self-enhancing decisions about their behavior and/or the use of drugs and alcohol. Current strategies to achieve the goals include a primary prevention program reqv---,riig thirty hours of in-service training, courses for teachers, parents, and ar'�-inistrators on co=poments of prevention, •conferences for school personnel, and hig- school peer counseling programs. The high school peer counseling programs vary in their proorai: objectives; they are co-designed by the schools and Center corsultaats to the needs determined by a school climate survey conducted b, stuCents. The community goal is to increase the capacity of individuals and community groups to determine their own health needs, to enter into supportive relationships with others and to affect positive change within their respective families, organiza=ions, and communities. Current strategies to achieve the community- goals include support of an unaffiliated community youth group (ages 14-19) trained to provide peer assistance in cc=- .unity settings; programs and courses for org;=*nizations tailored to the needs assessment of the group; general coanunity con_erences; and community outreach via a mobile counseling van staffed by t.,a youtz counselors. Recreational alternative programs for youth are also sponsored to i=element the co=unity goal. The Center's staff utilizes a program development model with all clients, assessing needs, defining appropriate objectives, and strategies suited to the specific request. The setting for training is either on-site or at the CHJ training Center. Since the establishment of the Drug Education Office, Contra Costa County, in January 1972, (under CCCJ Federal Grant) the office has experienced rapid growth of program, facility, and staff. Pioneering the realm of substance abuse prevention/intervention within eighteen county school districts and allied coy.-unities, the early years permitted only internal evaluation based upon the custo—ry client-hour counts of most drug programs. 00,52 ; -2- In 1975, the name of the Drug Education Center was changed to the Center for Lan Development, to reflect the program philosophy as developed_ Response of t school districts and communities to the Center's ?rograms has u_en .Dust positive; support from the Contra Costa County Drug Ab,-,se Board and the Hent-al Haal:h Advisory Board has enabled the mental health development concept :guard su-==-n-:e abuse prevention to be expanded. The Center for Human Development, views the request--ad evaluation project as an op::7:uaity to improve the quality of its service to the clients it serves in both the sc Dols anal- the communities of Contra Costa County. Such a rigorous process and outcome evaluation is essential to refine the se-_7vices offered by this developing prevention program. 4 if��r -3- I: 0= Ti'E' STUDY: 03;I1-='.'ES: To improve the efficiency and effectiveness of the prevention cU_•_c7:t_! b_:ia- conducted by the Center ;or liuc:an Develo?-i'nt, by condt_ctin.4 a system- at__, co-?re::_nsiva process and outcome evaluation. As a result of these _vi u�tio:s, an analysis of the spzcific process variables which tend to influence prodr.ma outcc=e ;:ill be conducted. This project will deliver to the Center for Human Development, a comprehensive prozes- s and outcome evaluation of all the services discussed in the introdr_crion to the RF?. :his study is to begin Nove,Yber 1, 1977, with a final report to be completed Jure 30, 1978. II: P?,O.:=CT DESIGN: The bidder must describe, justify, and defend the specific strategies and procedures proposed to accomplish the following: A. PROC'SS EVALUATION: Identify and fully describe all specific CHD services in teens" of the specific opulation(s) mer*ed, specific strategies employed, (attention, should De. diva: to the suitability of the strategy(s) to the target recipients), program goa_s an-4 objectives, existing criteria for program success (derived fro= annual repo=ts and program protocols) , unique aspects of program, organization and coorcinatio^_, overall funding pattern, and fundiag sources (total annual program budget average cost per participants, number of participants, number of.participants (' served per year) , staffing patterns (staff size, discipline of staff, turnover rate, education, and training) . B. OU CME SVAUAT_IO`: 1. PARTICIPA2:TS TO BE INCLUDED: The first cohort of narticiaants* to be included in this stuff are those who have been formally accepted to the specified CHD progarrs regardless of their length of stay and who have left the program for any reason before or during the month of June 1977. The second cohort to be included are participants who are enrolled in the program as o: September 30, 1977. 2. SAMPLING: The contractor is expected to develop a detailed sampling design_ with substantial rationale and justification which will generate a representative sample sufficient for accomplishing the Foals of the study. The contractor shall propose, justify, and defend the sampling schema in b.oth the first and second cohorts. The following table is proL idcd to assist the bidder in the sampling design. The bidder shall. desigri a representative sampling technique which would include each of the following school and community services categories: x For the purpose of this study participants will be defi:ied as those per.';Ons mznrc than 3 program contacts. 0 529 74-. _ FY 1976-7 FY 197;-2 COHORT I COHQ'i FI 7. :'.GET PROGRAM ELIGIBLE ESTI2:UTF, TYPE PARTICIPANTS ELIG12LE • PARTICIPANTS SC-,-�•J-S r-=^nistrators 65 40 Teachers elementary in-service 125 50 Students elementary TRIBES Program 400 750 Parents Courses 150 . 100 High School Pear Counselors Training 125 200 High Sc.00l H. S. Program Stu-'eat Clients of Designs 1500 2400 Peer Co, elors CO M:NI r' SERVICES YDutn r?ternative group - "�=�= F=i1y" Recreational Alternative 100 _ 50 s ' Cou_se/aorkshop Adolescent Participant• Probl'ems. 120 160 Communication Values Clarification Family Dynamics Problem Solving *See appendix for descriptions of program types to target populations 00530 -5- I II. B. 0 -_,c,1:- = Et►;,u. rims, (cont.) 3, 0A- CC_ ECiIO: The data collected on the sam.p_e of the first and second cohort participant_ must include, but is not nece=s =ily limited to the following dependent variables: (1) Drub use (2) Criminal involvez-a (3) Social producti-:_t•: (4) Participant satiSfai cion (5) Quality of Fami l:: Interaction (6) Quality of Peer Interaction (7) School performance attendance the contractor should also describe relevant independent variables (such as length of stay, prior history, etc.) which might significantly ifluence the conclusions dra;r b this study and which are necessary for achieving the goals of the study. The contracto,: mast specify the ::ay in which he/she proposes to measure each: of these variables and justify the indices which are selected. The contractor is expected to demonstrate expertise in instrument construction by submit ting, sample questions Tor each of the data collection variables -included in the study. Examples of developed by the contractor for previous similar investigations may be included. Reference =ay also be rade to existing inst=uaents developed by others which may have relevance to this study. 4. TDfE I,^ ;.US: 1. FIRST C0 ORT: Data must be collected on these participants a minimum of 5 months after exit from the program. 2. SECOND COHORT: Pre-data must be collected on these participants as early as possicle towards program entry, with post-data to be collected after a mini=uta of 5 months or program involve=enc. 5, INST3L�!ENT DESIGN: - The contractor shall justify and defend the type(s) of instrumentation proposed for this study in terms of reliability and validity and other sources of error. 6, PATNTICIt-_JT IDENTIFICATIO::, TF`MCKING AND CONTACT: The contractor should propose a participant identification and contact design which is responsive to the following: a. Participant confidentiality -6 b. Sampling requirements c. Protection of participant-agency relationships d. Relative responsibilities of agency and researcher in client identificaiton and 'contact e. Program priorities, needs and time constraints f. Internal consistency of both data collection methods and data collected g. Accuracy of the data collected h. Sensitivity to school confidentiality requirements In the design particular attention should- be given to specifyi.n„ in detail, the allocation of responsibility for each of the various steps or stages which will be involved in the participant identification and tracking procedures which will be used. If the contractor proposes to do tracking of participants, the tracking methods which the contractor proposes to use should also be specified in detail with substantial justification and rationale. These methods should be responsive to the olloaing: a. Every effort should be made to track those who have moved aut of a given region. b. Participants who have been found to have moved out of the Bay :area, and reasonable vicinity should not be followed. c. The contractor should specify the parameters (Limits of time and distance, for example) of the tracking procedures which will be employed. d. The contractor should develop and describe a consistent approach for contacting individuals other than participants for tiacking purposes. This approach should take into con- sideration a balance between participant confidencialit-f and the specific problems involved in locating former partic- ipants. artic- ipanis. ::�I,IDATI0�3: the contractor should discuss possible biases and discrepancies arisin- .ro= the data collection design and should specify methods for identifying and controlling them. The contractor should describe and justify the use of a validation design which includes the following: a. School records b. Collection of documentary evidence of client behavior c. Corroborative interview with teachers, peers, and parents -7- - ALUATION (cont.) The contractor should make e::licit -the procedures that would be used to co_lect data of this kind, the w in which confidentiality issues iould be _ ,ec the particular nature of the data t.:hich would be collected, and - - each validation technique .:ould be used for both cohort samples or for only sub-samples. Or-:--r methods of validation -a;• be suggested by the contractor. Discussiol Of all .-alida:ion methods should =::;.ludo a description of the potential a--:an=ages, disavantages, and prel)lems associated with each. ^e contractor will also be eXD ected to describe and to suggest ways of resolving any discrepancies which may arise between various data sources. Even if discussed in previous sections, the contractor should discuss in 'eta= the precautions that will be taken to insure that the confidentiality of the part_c'__ant is safeguarded. Specifically, the contractor should r-ddres. the issue of confidentiality in conjuction with the following tasks: a. identif;ing and tracking participants b. The met^od and duration of data storage c. ine ror_at or data reporting d. Lbtaim:ng participant and parental consent for follow-up e. Gbrainino validation data RI G z:D 'I^ ,_LNING 0= FIELD PERS):;`:rT T':he contractor should descrihe procedures for selecting, training, and =onitorino field staff and should justify :.shy these procedures were selected. Careful attention shoujd be given to tna *hays in which these proce,'uses will facilitate the ac_omolishm- ent of the goals of the ^t-tdS. These procedures should be responsive to: a. Characteristics of the agencies, schools, and participants to be involved b. Problematic areas unique to school and co=unity based prevention programs c. Adherence to Federal and State Confidencialit~ regulations d. The contractor's ability to mobilize and field a staff - 1�. DA:A r:::LYSIS: The contractor should describe the data management system it expects to a=ploy and justify the use of this system. The following specific issues _ should be addressed: a. Data processing, including editing, key punch, and coding b. Hard and software systems . _a++i Iia. 10. OUTCOME EVALUATIO\ (cont.) The contractor should also-d:-scribe the quantitative and quaIi=cj:re procedures, he/she proposes to use for oroanizin--, describing, anai;•ziw;, su=arizing, and interpreting the results of the data collection efforts. These procedures should be discus__c in detail and should be respa.si.•,e to,- a. o:a. The contractor's sampling des=on b. The selection of variables c. The overall goals of the study d. The specific variables against 1hich outcome is to be judged e. The specific process evaluation: variables which will be related to the results of the outcome evaluation M. CON'TRACTOi RESPONSIBILITIES After the awarding of the contra==, the contractor will be responsible for the following: A. The contractor shall provide a writ-ten description of any design or methodological details or proced_==s which a. -- necessary to augment =rte design co-wined in the proposal a. .e&otiatt:.; after ?roposal review_ The contractor also will include a detailed descri.)tion of the way in which the ►•nor; is to be organize_, :he scheduling c_' tasks within the contract period and the resources wrath are to be et:ployed in doing the study. These details and procedures will be reviewed and approved by the CHID Program Director. B. The contractor shall design the c=ta collection instruments and all pertinent recording, coding, and analysis materials. These •.rill be reviewed and approved by the CHID ?rogram Director. C. The contractor shall hire, train,'and supervise as many field personnel as necessary. D. The contractor shall attend project evaluation meetings as required and be responsive to the suggestions and recommendations rade by the CED P-rogram Director E. The contractor shall meet with the CED Program Director an a regular basis. F. The contractor shall provide monthly progress reports to be reviewed b- the CHD Program Director. The contractor shall submit six copies of thEsa reports. The monthly progress reverts shall contain: I.. A detailed description of the duties performed during the past =onthly period in terms of the names, type, and numbers of programs contacted, number and natdre of data scLrces which were e=ployed, and other pertinent information as necessary. 2. A brief description of the *.tar k that is to be performed during the next monthly period. 3. If applicable, a brief description of any technical, administrative or interpersonal problems which have arisen during the past monthly period, or any problems which are expected to arise during the next monthly period. 4. If applicable, any planned char-ges in key personnel assigned to the contract anticipated during the period remaining to complete the contract. S. Expenditures during the past :anchly period as well as cumulative expenditures through the reputing period. G. The contractor shall.provide a draft final report which :ill be due June 1, 1978. This report *shall include the ethodological proLj ergs involved in the study as well as an analysis e_' the data collected as of itsv 1. 1978. .t -10- IIIC. M;TRACTOR RESPMSIBILITIES (cont:) This report shall be prepared in the format which will be used in the final report. The contractor shall submit 5 copies of this report wh-;ch will be reviewed and approved by the Program Director of the C':J. H. The contractor shall provide a final report which will be due on June 30, 1978. This report shall include a discussion of the findings in terms of the goals of the study and all relevant tables or figures; it shall ::_scribe the methods which were employed in the study; it shall discuss the :-ethodo- logical, technical or interpersonal problems which were encountered ir_ the course of the study; and it shall reflect the suggestions and recommendations of the CHD Program Director in its review of the draft final report. I. The contractor shall provide the data which were collected in the course of the study on tape or cards, along with appropriate coding manuals. IV. TDD SC EDULE The performance period will be 7 months. The estimated schedule for the entire process is as follows: A. RFP Distributed 9/16/77 B. Bid Proposals Submitted to Office 10/11/77 C. RFP Review-and Selection Completed 10/17/77 D. Award of Contract 10/18/77 E. Negotiated Contract/Contractor Begins Work 11/1/77 F. Draft Final Report Due 6/1/78 G. Final Report Due 6/30/78 V. REQUIREMENTS FOR CONTRACTORS IMICH MUST BE INCLUDED IN BID PROPOSAL A. The fixed fee bid not to exceed $25,000 for fees and all necessary and reasonable costs. Each bidder must submit a detailed budget with the bid. The budget will contain: 1. Detail of bidder's staffing for the proposed contract, job specifications for staff to be used, and percentage of time staff will spend providing services. 2. Rates of pay and fringe benefits that will be paid to employees of contractor if awarded a contract.' #,536 -11- _ REOUIRL•: EN'TS FOP. CONTFACTORS '.:iii C:i MUST I.;F. 1.:C MED R: 917 PPG-?!)S-AL 3. Duties of ;ill staff that rtay be used in pt•rifOrmance of tfte contract including officers and consultants. . r 4. Amount to be paid for travel based upon appro.i�.d state rates_ 5. Amount of profit or fee to be realized. B. r description of the methodology to be used in the study, in torts oE the areas included in Section II (Design.) and Section HI (Contractor Rus- .;nsibilities) of the RFP, a statement of the objectives to be achieved, ani a justification for the approach which is outlined. C. A detailed description of time and person power to be expended toward completion of the stuay. Contractor should include a detailed description o= the overall maanagement and scheduling of the project in terms of the limited amcuat of time available to complete the evaluations. D. A description of the bidder's qualifications, including knowledge of and e:Terience »=t_ school and co=unity drug and alcohol prevention programs, school program evaluation and community program evaluation. E. Evidence o= similar services, if any, provided by the contractor in the Past. This s!-cold include a suitnary of the last three contracts performed by the contractor, and/or staff or consultants, the -dates of these contracts, and the na-es, titles, addresses, and phone numbers of the Project Officers on these contracts. F. he names, qualifications, and resumes of the bidder's lead personnel and supporting persor_nel who would be assigned to the project, which demonstrate a sensitivity to the needs of school populations and couumunity populations. G. -??1 persons preparing the technical aspects of the proposal riust be identified by name and organizational affiliation.- H. A11 personnel and consultants proposed for the operation of this contract have to submit a letter accompanying the proposal, stating that they read the proposal and agree to participate in the activities and level of effort specified in said proposal. I_ A description of the equipment and facilities to be utilized. J. The stipulation that the CHD shall have proprietary rights to all materials developed or collected in the course of this study and to all reports provided by the contractor. K. A statement certifying that Civil Rights Act, 1964, as amended, on non- discrimination because of race, sex, color, or national origin, will be fully observed. Proposals will be carefully reviewed to ascertain the degree to which the proposed staffing pattern complies with the intent of the Act.- L. ctaL. The selected proposal shall be subject to negotiation by the Director, CHB. 'sjl • a/ / -12- n. Rights to 1.1onitor and Audit 1. Contra Costa County, Federal 'anc S:ate Governments .have right to r.!onitor and audit for program an= fiscal aspects of contract 2. Contractor shall hive full coc_er=__ipn to Contra Costa County, Federal and State Governments -n _a_v -cnitori,g or auditing conducted by these Doi:e_nmen ts. B. Retention of Records The contractor shall preserve and m_:.e available his records (1) for a period of five years :roe: the date c: final payment under this contract, and (2) for such loner period, if a as is required by applicable statute, by any et^e= clause of this contract, or by subparagraphs I or 2 below. 1. If this contract is completely or partially terminated, the records relating to the ::ork terminated shall be preserved and made available for a period of four years from t=e date of any resulting final_ settlement. 2. Records khich related to (1) litiatioa or the settlement of claims arising out of tae performance of this contract, or (2) costs and expenses o= this contract as to - ice exception has been taken by the County or a:V of its duly au_ orized representatives, shall be retained by the contractor_ until Clisposition of such appeals, Iitigatioz, f claims, or exceptions. C. Effective period of contract and righ:s of termination. D. Alterations and modifications to ccnt_act must be ifi writing and signed. E. Assignments must have u ritten consent of nonassigning party. F Law governing contract shall be lames c. State of California in addition_ to others cited. G. Totality of Contract Contract will contain all the terms and conditions agreed upon by the parties. No other understandings, oral or o: e_-;=se, regarding the contract shall be deemed to exist or to bind any of the parties to. the contract_ H. Subcontractors Any use of subcontractors must have prior ::ritten approval of Contra Costa County and that any subcontracts r..ust bz subject to the same provisions for providing services as the contract Contra Costa County and the contrac— tor. Contractor shall be responsiv=e for the performance of any subcontractor_ I. Submission of Bid 1. All bids are to be sent to the C_D and must be received by 12 Noon, -13- �'I, £i'�yL i'i:0;!ISIOi:S (cont.) Octo:>er 11, 1977. All bids must. be addressed to: Jeanne Gibbs, Director Center for Human Development 2199 Norse Drive Pleasant Hill, CA 9:523 2. All bids -must be under sealed cover and plainly marked "Bid for An Evaluation of the Prevention Services Offered by the CRD", CRD-REP 77-I, 12 Noon, Oct. 11, 1977. Bids not submitted under sealed cover *_rill be rejected. 3. All bids shall be submitted on standard white bond 82 x 11 size ?aper, double spaced, and each page shall be clearly and consecutively numbered. 4. All bids shall be covered by standard white bond 82 x 11 Size paper secured with a staple placed in the upper left hand corner_ 5. An original and 10 copies shall be provided. E. The bid shall be written and submitted in three separate component parts. Part I shall consist of the title and identification page-and of the bidder's overall introduction to the proposal. Part II shall contain (a) a su--ary outline in two (2) pages describing the scope of :ark and methodology for accomplishment, plus (b) the bidder's response to ir Section I -- X of the proposal, and (c) the project work plans; this part shall have all references to the bidding agency expunged and be separate from the other two parts "of the proposal. Part III shall contain the cost proposal, bidder's qualification, and other non- methodological items listed in the above Requirements for Contractors and General Provisions. 7. Costs for developing bids are entirely the responsibility of the bidder and shall not be chargeable to Contra Costa County. 8. A bid may be rejected if conditional or incomplete, or if it contains any alterations of forms or other irregularity of anv kind. 9. Bids shall be signed by the bidder. An unsigned bid will be rejected_ A bid may be signed by an agent of the bidder if he is an officer of a partnership bidder, or if he is properly authorized by a power or attorney -or equivalent document submitted to the County prior to The submission of bids or with the bid. 10. A bid may be modified after its submission by withdrawal and resubmission prior to the time and date specified for bid submission. Modification offered in any other manner, oral or written, will not be considered_ _ 11. A bidder may withdraw his bid by submitting a written request for its withdrawal to the County, signed by the bidder or an agent authurized in accordance with paragraph "9" above. He nay, therefore, *submit a new bid prior to such bid submission time. Bids may not be withdrawn, without good cause, subsequent to bid submission time. 12. The County may- reject any or all bids and may waive any immaterial deviatic o�� �;9 VI. ::: ?. !'�:i)�'ISIO,�S (cool. ) of a bid. The County's waiver of an immaterial defect shall in no way modify the RFP documents or excuse the bidder from full compliance with the objectives if lie i:: awarded the contract_ 13. %:e County may also, with the agreement of the principles, request two or mare of the firms to wori; cooperatively on- this project if it is determined that this combined effort will increase the potential for the success of the project. VII. E =''l 2--l`-,' --:D 5-.-ELECTION- PROCESS For th= -Urpose of deter=ining the proposal that best-serves the interests of t«e Gusty, the proposal of each bidder shall be evaluated as outlined below. A co~ittee shall be selected from representatives of the CHD, School and Co—unit; Based Prevention agencies, and the California Department of Health. Proposals should clearly indicate the staff available to work on this project a^.3 s^'-Id s:)eci= r:.e Darticular s'-ills of each individual available. These skills shouid be __f-:iciest to respond to the .-cried topics outlined for each area of the project design section. Ir. addition, the proposal should indicate: A. r, staff capability and experience in providing prevention -services to co--unity populations and school programs. ' B. ny staff capability and experience in conducting process and outcome evalu-ions in the field of prevention of alcohol and drug abuse, C. An,: firms, not having specific drug abuse prevention program experience, sh3u!d demonstrate the capability for mobilizing a capable, experienced field staff. D. Staff and institutional capability to respond rapidly and adequately and to communicate results clearly. Bidders should submit inf rmation sufficient to evaluate their proposals based on the following criteria. Failure to supply the informatioa requested rzy result in rejection of the proposal without further consideration. Bidders are cautioned that the preparation of a cohesive proposal is not limited to a reiteration of paraphrasing of this RFP_ The proposal should conclude and clearly state approaches and procedures which demonstrate knowledge and ability. Bidders shall submit a summary outline (e.g.,- I, a, b. 11, a, b, c, etc.) not to exceed two (2) pages, describing the scope of work and Methodology for accomplishment. E. Evaluation Criteria 1. Understanding of the goals and purposes of the study (5 percent). 2. Overall adequacy of the design of the study (10 percent) 3. Methodology (25 percent) Includes: 00,54ti -15- V_T. r":il.?':�: 0: AiND SF•UCTI01: I'RodsS (cont. ) a. Overall project design and rationale (5 percent). b. t•:ethods for participant identification and sampling; (5 percent). 1- C. tMethods for participant contact (5 percent). d. Variables and instrument design (5 percent). e. Analysis procedures (5 percent) .' Sensiti:•ety and responsiveness to agency relationship problems (5 percent) 5. Flan and scheduling of work (15 percent). 5. Corporate capability (10 percent). 7. Project sta=f qualifications (15 percent). Sc. budget (15 percent). VIII. PRO'--CTS .k. Natif i cati0n Pro_eses must be made in writing and 'addressed to: Ms. Jeanne Gibbs Center for llu.-Lan Development 2199 Norse Drive Pleasant Hill, CA 94523 Protests shall state the reasons for the protest; citing the law, rule, .regulations or practice on which the protest is-based. Certified or registered mail rust be used. B. Protests to the RFP must be received by the County at the address stated in Paragraph A above, as promptly as possible, but not later. than September 23, 1977. C. Protests concerning the evaluation, recommendation, or other aspects of the selection process must be submitted not later than October 22, 1977. IX. \EhS RELEASE News releases pertaining to the award, resulting from the RFP, will not be made without prior approval of Contra Costa County. X. DISPOSITION OF BIDS All materials submitted in response to this RFP will become the.propertS of Contra Costa County and any information ,therein may be utilized by the County, and/or returned only at the County's option and at the-bidder's expense. - -16- C2':--ACTS 16- C2':-ACTS FOR I2:FOi`LiTIO:: B:^:dens may contact Jeanne Gibbs (415) 944-3307 for information pertaininb to the Regeust for Proposal. x;1942 _I7_ - Appendix: Item TYPES OF PROCRAMS TO TA?Gr-'c POPULATIONS SCHOOLS = ORGAN I ZT I ON, i 7-5 0: Students Teachers Ad=ons. Parents Other Staff Levelooment x i x k Co"-�ces•r:al es Claris; ( x x cation. , r^ ^ - i ! i ll.v^^;:=1iCt Resolution x x 1 t. tRec_ea_ion" 11 tern.f, x x ! I �..� 3e12t'_ons i i i x t=o---o Theo:;/Process! x t Subs_ance :;*-se x x r k .. .ora Dave! . ' X ,C'ass_co= Man. viv.. VVL:a. .�.I C• ,is i �; 1 , :� MR_BES Orientation ! x F Personal Growth Groups x X3bile Counseling Van x r Resource Info. uateria?s x x xf x 3 x , s i i Program TRIBES i t Ele=er.=a_ -Intermediate x x Peer CounselinG I x ! X i ! x Other ADDlicat=ons } O ���� Exhibir A (F) STATE OF CALIFORNIA DEPARTMENT OF HEALTH ADDITIONAL PROVISIONS (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, relition, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship.The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of the Equal Opportunity 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 provided by the agency Contracting Officer, advertising the labor union or workers'representative of the Contractor's commitments under this Equal Opportunity clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The Contractor will comply with all provisions of Federal 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 Federal 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 contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. (6) In the event of the Contractor's noncompliance with the discrimination clause of this contract or with any of such Federal rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further State contracts in accordance with procedures authorized in Federal Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Federal Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Federal 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 State may direct as a HAS 1197 (4/76) W4 means of enforcing such provisions including sanctions for noncompliance — provided, however, that in the: event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the State, the Contractor may request in Writing to the State, who, in turn, may request the United States to enter into such litigation to protect the interests of the State and of the United States. ( F) Any reimbursement for Necessary traveling expenses and per diem shall be at rates not to exceed those applicable to rcanilar State employees under State Board of Control rules. No travel outside the State of California shall be reimbursed unless prior written authorization is obtained from the State. ( 9) All equipment, material, supplies, or property of any kind purchased from funds advanced or reimbursed under the terms of this agreement and not fully consumed in the work described herein shall be the property of the State. At the time of purchase of equipment under the terms hereof the Contractor shall submit a list of such equipment in accordance with the instructions and format contained in the attached Exhibit A-1. Contractor shall at the request of the State, submit an inventory of equipment purchased under the terms of this contract or any predecessor contract for the same purpose. Such inventory will be required not more frequently than annually. At the close of the project covered by this agreement the Contractor shall provide a final inventory, to the State and shall at that time query the State as to the disposition of said equipment. Final disposition of such equipment shall be in accordance with instructions from the State to be issued immediately after receipt of the final inventory and request for disposition instructions. (10) Prior authorization in writing by the State will be required before the Contractor will be reimbursed for any purchase order or subcontract exceeding $1,000 for any articles, supplies, equipment or services or for any fee, or other payment, for consultation of one hundred fifty dollars (S150) or more per day. The Contractor must provide in its request for authorization all particulars necessary for evaluation of the necessity or desirability of incurring such cost, and as to the reasonableness of the price or cost. For purchase of any item exceeding such minimum dollar amount, three competitive quotations must be submitted with the request, or the absence of bidding must be adequately justified. The Contractor must include in a written agreement with the vendor, or the subcontractor the following clause: "i%'a;ne of Vendor or Subcontractor) agrees to maintain and preserve, until three years after termination of (Contractor's name)'s agreement with the State of California, and to permit the State of California or any of its duly authorized representatives to have access to and to examine and audit any pertinent books, documents, papers and records of (Alame of Vendor or Subcontractor) related to this (purcbase order) or (subcontract)." The terms "purchase order" and "subcontract" as used in this paragraph (10) only, excludes: (a) purchase orders not exceeding $1,000; and (b) subcontracts or purchase orders for public utility services at rates established for uniform applicability to the general public. (11) All personnel employed by the Contractor under this contract shall meet the standards of training and experience required for comparable positions in State employment, as determined by the State. If the Contractor maintains a local merit or civil service system,then the personnel employed under the budget shall be subject thereto, providing such local system is generally comparable to standards with the State civil service system as determined by the State. -2- .Cor.Gra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00.949 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 0110,5 ' (A-4616 REV 6/76) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3 001548 - IN THE COUNTY BOARD OF EDUCATION OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Resolution ) ' Authorizing Signatures in ) Absence of County Superintendent) Resolution No. 1 - 77-78 WHEREAS, governmental agencies need assurance that properly authorized signatures appear on project agreements and other required contracts, and WHEREAS, Floyd I. Marchus, County Superintendent of Schools, may not -always be available to sign documents within the designated time, NOW, THEREFORE, BE IT RESOLVED that these agencies be informed that the following individuals have been duly authorized to sign all legal documents for the Contra Costa County Superintendent of Schools Office: Robert Fifield, Associate Superintendent, Administrative Services --r Richard Keefe, Associate Superintendent, Special Education Robert Hughes, Accountant Edith Cotler, Administrative Assistant PASSED AND ADOPTED THIS 13th day of July, 1977 by the following vote of the Board: AYES: (7) Arteaga, Martin, Mauzy, Dowling, Hruska, Spears, Ruiz NOES: (0) ABSENT: (0) I HEREBY CERTIFY that the foregoing is a true and correct copy of the resolution approved by said Contra Costa County Board of Education on Julv 13, 1977 i President, Contra C staj County t� Board of'Education FM:RF:1s 00549 In the Board of Supervisors of Contra Costa County, State of California NOV 151977 , t9 In the Matter of Approval of State Family Planning Contract Amendment County 429-202-5 State 477-58180-A-1 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State Contract Amendment #29-202-5 (State #77-58180-A-1) effective October 15, 1977, to increase State subvention for County family planning services by $50,000 to a maximum amount of $325,000 for fiscal year 1977/78. PASSED BY THE BOARD on NOV 15 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors NOV 151977 cc: County Administrator affixed this day of 19 County Auditor-Controller County Health Department J. R. OLSSON, Clerk State Dept. of Health G �/G 6Deputy Cleric 4-11ew-Z 01 P EH:dg H-24 4177 15m r1.•?J A;(V A. ArTrj r+r:r:. G r N nAL �'•• I f l;'� 1 r �� r•!: ., or Gen. Sept. CON fROLLER ...:ltic ;indertcred 1 t� October into this 5 day of , 19 , ... t... S:;It; Cif �%;Nfor.._:I, by and bets men S::,.,e of Ca!;fumia, throug:l its duly ` t.� cicctccl ul slfp�:n.cd, ❑ and actil:it Ej .. r!i .1 f'r:•:C F.i. SCri%t: r srtrc -- 4GE:.^.Y ttUM:J L'r+ ._.._, :o:,- ce n h Jezfar4^en . o� Health 7 j-j�180 A-1 1� ,i w Contra Cos�.a County CHealth Department) L �•.. :r r.•:!1•'li thr.C(:ntruc:•It. I.. SSETH: 1-hat the Contractor for and in consideration of the covenants, coeditions, agreements, and stipulat:,n; of the State h- :_inafte:expressed, doles hereby agree to furnish to the State services and materials, as follo%s: f:�t-rrel service to be res-d--,red by Cont:iciur,urnount to be paid Contfoctor,time for Jrerforr.lurce or•conlplotiun.cnd attuch plans and spl:cifiwiions,if any.) 1. In that certain agreement between this Department and Contra Costa Count. • Fealth Depa:tment dated July 1, 1977 , and approved on August 17, 1977 by the State Department of General Services: A. T'he last sentence in _item l: on page 2 is attended to read: "The rtaximilm amount sayable hereunder shall not exceed $ 3259000 ," an increase of $ 50,000 2. All other terms and provisions of said contract shall retrain in full force and effect. • APP'0 v D i-M nee � r:'tar:JL�u Ahe provisions on the reverse side hereof constitute a part of this agreement. Division 1.x :!I'f\ESS WHEREOF. this agreement has been executed by the parties hereto, upon the date first above LL•ritt_n. STATE OF CALIFORNIA CONTRArTOR .•.G +.CY C IRA R IIF Th Atm An INDIVIDUAL. STArt :.y ITh LA A Cr,4j.04AT10, De_*artrent of i_:alth �Co a r ty(� Den arten-6) 5V IAJT. F-3 SIG%'ATL:Ra U ft j/�,TtjgEl .171-F- �r•ar�tt U::s:l,Ctl:aF,Contract A:ar;cgolnenl Sec:toll,for. TITLE Chief, PrO�- services Branch Chairmcin, Board of J:J �?�rr;•:. ,QV 15 1977- ADDRESS t51 Pine Street •cam: euro ON--g-S-EETS. =ACM OEAaING -IANC OW CONTPACTORI Martinez, CA 94553 :MOUNT ENCUI.teEREO APPHOPHIATION FUN0 Depart.-lent o/ General Services Use ONLY S Local Assistance General UN£NCUMSEREO BALANCE ITCM CHAPTER 31 ATUTES FISCAL YEAR 251 (h) 219 1977 197T--78 Foe Inn.ter suoeeT S Deportrn-nt ofGeneral Set1I!lit� AJJ. Ir.CAr^S1!,G thCutwe-A-Cc FUNCTIOW APPROVED IS +50,000 0 B & • (�7 ..0.. CCC-CAStw Cu•.!-At•C11 Ltt:t: ITCW ALLOTv CYT 1978 S 10-.2_;Q-48-tZ0 JAN 9 , J!"i ertiry I:l-,n nt:v jr:purr+:! l.nuulu!�.: flt! b:: :err:li ft:n! cle:f•+r tl:.:j+ r..f.fnplp,.;.r .ftrl• •�t�•n 11+:•+:st.f:,:.l rt!�.tr••E oc ACC 4rlur-o C^CWcan" r. c.•rfi/ t.r• .:1f rn.n+fitinn. Ir rs��F ! / t r S r I• 9aj ti rt::rf fnrlii itt$la..•:�Ilwiova:olive .::hl:f:i%r!wIfflltm:.:Imempt fim.1 r••t•u:u.In - I1:41IAr• HQ`Ot�O�.F�Cv`.r:t.{�I�IfCAcc-ley t.:Tr_ � �•! — _— -- -•_ _�_� _.._ !i.'y: ''` DQxit`Of *i".,^ce aL 4 _ �� • tj�t7La1. ' Micro,�'��. with board c+ In the Board of Supervisors of Contra Costa County, State of California November 15 ..19 77 In the Matter of Refuse Transport Permit, Russell City Hog Company. The Board having received a November 1, 1977 letter from Mr. Anthony B. Varni, attorney representing Russell City Hog Company, advising that said firm had been asked by the County Health Department to obtain a refuse transport permit in connection with transportation of food by-products for animal feed, in accordance with Ordinance Code Section 418-2.004; and Mr. Varni having further advised that he was of the opinion that the provisions of said Ordinance Code Section were not intended to apply to the operation of Russell City Hog Company, and having requested a review of the question by County Counsel; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to County Counsel for report. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. A. B. Varni Witness my hand and the Seal of the Board of County Counsel Supervisors County Health Officer affixed this 15thdoy of Navember , 19—M Director, Human Resources Agency County Administrator '� (( �� l r� �J/� R. OLSSON, Clerk Contra Costa Mosquito By 1 6L' C F'1LL4--t�-�k' . Deputy Clerk Abatement District Helen C. Marshall H-244/7715m In the Board of Supervisors of Contra Costa County, State of California November 15 , 1977 In the Matter of Rental Agreement 1139 Escobar Street Martinez IT IS BY THE BOARD ORDERED that the Rental Agreement with Evelyn Hollis, dated November 8,1977, for rental of County-owned property at 1139 Escobar Street, Martinez, is APPROVED, and the Public Works Director is authorized to sign the Agreement on behalf of the County. The Agreement is on a month-to-month "as is" basis at a monthly rate of $225.00, effective November 1, 1977. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Dept., Witness my hand and the Seal of the Board of Real Property Division Superv'sors afriued this 15 t hday of November 1977 cc: County Auditor J. R. OLSSON, Clerk By � Deputy Clerk N. Pous H-24 3/76 15m 1•1).95 3 C C In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT November 15 , 19 77 In the Matter of Dissolution of Storm Drainage District Zone 22 Advisory Board Walnut Creek Area The Public Works Director having indicated that the Storm Drainage District Zone 22 Advisory Board has not been meeting and it having been determined that there is no longer a need for this advisory board; IT IS BY THE BOARD ORDERED, as ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District, that the Storm Drainage District Zone 22 Advisory Board is hereby dissolved. IT IS FURTHER ORDERED that the Clerk of the Board is DIRECTED to send certificates of appreciation to Mr. Grant Burton and Mr. Joseph Mangini Jr. for their servile on the Advisory Board for Storm Drainage District Zone 22. PASSED by the Board on November 155 1977. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department,Supervisors Flood Control Planning affixed this 15thday of November 1977 and Design — cc: Public Works Director J. R. OLSSON, Clerk Flood Control By ��-z�, , Deputy Clerk County Administrator County Counsel N. Pous Auditor-Controller County Planning Director H-24 3/76 15m C (_ In the Board of Supervisors of Contra Costa County, State of California NnvPni her 15 . 197.7- In 97.7 .In the Matter of AB 1611 and AB 1612 pertaining to Adult Day Health Care. The Board having received a November 1, 1977 letter from Mr. Bruce Yarwood, Deputy Director, Division of Medical Assistance, State Department of Health, transmitting information pertaining to AB 1611, the Adult Day Health Care Act, and AB 1612 for matching fund grants; IT IS BY THE BOARD ORDERED that the aforesaid information is REFERRED to the Director, Human Resources Agency. PASSED by the Board on November 15, 1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director, Human Supervisors Resources Agency affixed this 1 .h ,day of NnUeMheX , 19-7-7— County Counsel County Administrator � � J. RR.OLSSON, Clerk By 1C1 f'.L��c��G. �C�,2.�1 . Deputy Clerk Helen C. Marshall H-24 4/77 15m STATE OF CALIFORNIA—HEALTH AND WELFARE AGENCY EDMUND G. BROWN JR., Governor DEPARTMENT OF HEALTH RECEIVED 714-744 P STREET tet. SACRAMENTO, CALIFORNIA 95814 (916) 322-8961 N C,V 3 1977 November i, 1977 J. R. OLSSON CLERK BOARD OF SUPERVISORS T By, �!V. TA CO. TO: Board of Supervisors A11 Counties AB 1611, the Adult Day Health Care Act, Chapter 1066, Statutes of 1977, becomes effective January 1, 1978. This bill will make adult day health care a part of the Medi-Cal program and may involve you. Consequently, I am sending you this letter to provide you with information regarding your role. Copies of AB 1611 and AB 1612 are attached. The law has the folloering Sections that may apply to the Board of Supervisors: Section 1572.5. Establishment of an adult day health planning council of 15 members. Specifications for-14 members are stated. Exemptions may be granted. Section 1572.9• Approval of Composition of Council by Department of Health and development of a county plan (guidelines to established by DOH). Hearings must be held on the county plan. Section 1573• County planning council reviews and comments on indi— vidual provider application. Questions you may have regarding these provisions: 1. Is this a mandated program for the County? No. It is your decision. You may not see a need for this program in your county; however, no license for adult day health care center will be given to anyprovider unless the county planning process is followed as specified in AB 1611. (See Section 1575)• 2. Can the county be a direct provider of this program? Yes. Section 1575.2 specifically allows the county to operate a day health center. 3. 'haat about the governing body requirements •if the county operates a center? Section 1585 does allow exceptions to this requirement. Regu— lations iTM take into account the speciaQ nature of a county .operated center. 4. We %could like to designate our Commission on Aging (or Area Agency on Aging, Office of Senior Citizen Affairs, etc.) to provide the staff cork and be responsible for the planning council. Can we do this? Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Resignation from Oakley Fire Protection District. Supervisor E. H. Hasseltine having noted that he had received a November 4, 1977 letter from Mr. Ray Piichelotti, Vice Chairman, Oakley Fire Protection District, advising that Mr. Samuel Magistrale has resigned as a Commissioner of said District; IT IS BY THE BOARD ORDERED that the resignation of Ur. Magistrale is ACCEPTED. PASSED by the Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. Ray Michelotti Witness my hand and the Seal of the Board of County Auditor-Controller Supervisors County Administrator affixed this 15th day of November 19 77 Public Information Officer 0 A R. OLSSON, Clerk Deputy Clerk Patricia A. Bell �1K�t lclrl H-24 4/77 15m C � In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of - Approving Agreement with the California Department of Fish and Game (Marsh Creek Road Bridge Reconstruction Project) , Brentwood Area. Project No. 3971-4301-661-76 IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute an agreement with the California Department of Fish and Game defining the conditions and manner in which the proposed construction work is to be performed within the Marsh Creek stream bed, Brentwood area. PASSED by the Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seol of the Board of Originator: Public Works Department Supervisors Road Design Division affixed this15thday of November 1977 cc: Public Works Director Dept. of Fish & Game J. R. OLSSON, Clerk County Auditor-Controller By �Cr.�� Deputy Clerk N. Pous 0i5 H -24 3,176 15m Notification N� `�� �l''11 THP No AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION THIS AGREEMENT, entered in o between thip State Sof_Califomia, Department of Fi and Came, hereinafter called the Departme anc�`� ) lS ="'ti }t ��li - =^!�l�`c� of 0 nr-hi Nr - State'of L1L�( _ —, hereinafter called the operator, is as follows: WlHEREAS, pursuant to Section ` LCA of California Fish and Came Code, the operator, on the C) clay of / -r hc�A— , 19LEL, notified the Department that he intends to substantially divert or obstruct the natural flow of, or substantially change the bed, channel, or bank of, or use material from the ns_treambed f, the following water: t ,�.t i-''�f l ( �.C-r=�=�� �_, in the County of ��� State of California, S=`-� T�_R !111 k'1�11 WHEREAS, The Department (represented b; 'G a� t` ` 1 � l `t�Y'.i f)f)`��l has made an inspection 1\J l of subject area on the �} M day of � lr. f AXLE r , 19 1, and) has Permined that such operations may substantially adversely affect cxistinx; fish and wild iF 71 e otirces includin `)C �-' THEREFORE, the Department hereby proposes measures to protect fish and wildlife daring the operator's work. The opherebz agrees to accept the following recommendations as part of his work: Numbers _\�'� --L 4-A�. -� from the list of recommendations on the back of this page and the following special recommendations: 1. All work in or near the stream or lake shall be confined to the period nr 1-1 t Dc tcberzi CI ' E-� ►_ 1 > r-1 If the operator's work changes from that stated in the notification specified above, this agreement is no longer valid and a ne\v notification shall be submitted to the Department of Fish and Came. Failure to comply with the provisions of this agreement and with other pertinent Code Sections, including but not limited to Fish and Came Code Sections 5650, 56.52 and 5948, may result in prosecution. Nothing in this :agreement authorizes the operator to trespass on any land or property, nor does it relieve the operator of responsibility for compliance .with applicable federal, state, or local laws or ordinances. A con- summated agreement docs not necessarily constitute Department of Fish and Came endorsement of the proposed operation. This agreem becomes effective n 1 fi t tom`-"—wi Y� and terminates Operator �• .L(� � ) r.% v T)/pastnsenLjt prcsentatiVe Title Public Works Director Organization County of Contra Costa Department of Fish and Came, State of Califo is Date_ November 1 , 1977 Date ��t ( A I �)�}55 ' •If inspection was not made, cross out words within parentheses. Microfilrrl ed with. board order FG 1060 te.771 RECOMMENDATIONS 3. Disturbance or removal of vegetation shall not exceed sary to construct barriers or fills. If work in the lake the minimum necessary to complete operations. The is unavoidable, a curtain enclosure to prevent siltation disturbed portions of any stream channel or lake mar- of the lake beyond the immediate working area shalt gin within the high water mark of the stream or take be installed. The enclosure and any supportive material shall be restored to as near their original condition as shall be removed when the work is completed. Possible. 14. Silt settling basins shall be located away from the stream 2. Restoration shall include the rcvegetation of stripped or lake to prevent discolored, silt-bearing water from or exposed areas. reaching the stream or lake. 3. Bock, riprap, or other erosion protection shall be placed 15. Preparation shall be made so that runoff from steep, in areas where vegetation cannot reasonably be expected erodible surfaces will be diverted into stable areas with to become reestablished. little erosion potential. Frequent crater checks shall be 4. Installation of bridges, culverts, or other structures shall placed on dirt roads, cat tracks, or other work trails to be such that water flow is not impaired and upstream control erosion. or downstream passage of fish is assured at all times. 16. Wash water containing mud or silt from aggregate wash- Bottoms of temporary culverts shall be placed at or ing or other operations shall not be allowed to enter a below stream channel grade. Bottoms of permanent lake or flowing streams. culverts shall be placed below stream channel grade. 17. ;i} A silt catchment basin shall be constructed across 5. Plans for design of concrete sills and other features the stream immediately below the project site. This that could potentially impede fish migrations must be catchment basin shall be constructed of gravel which approved by Department engineers. is free from mud or silt. 6. When any dam (any artificial obstruction) is being b) Upon completion of the project and after all flowing constructed, maintained, or placed in operation, suffi- water in the area is clear of turbidity, the gravel along cient water shall at all times be allowed to pass down- with the trapped sediment shall be removed from the stream to maintain fishlife below the dam. stream. 7. An adequate fish passage facility must be incorporated 18. If operations'require moving of equipment across a into any barrier that obstructs fish passage. fiowing stream, such operations shall be conducted without substantially increasing stream turbidity. For 8. Any temporary dam (any artificial obstruction) con- repeated crossings, the operator shall install a bridge, structed shall only be built from material such as clean culvert, or rock-fill crossing as specified in comments gravel which will cause little: or no siltation, below. 9. No equipment will be operate(] in live sh-carn channels. 19. If a stream channel has been altered during the opera- tions, its low flow channel shall be returnee] as nearly 10. Equipment shall not be op:_ratcd in the stream channels as possible to its natural state without creating a possible of flawing live streams except as may be necessary to future bank erosion problem, or a flat wide channel or construct crossings or barriers and fills at channel sluice-like arca. If a Jake margin has been altered, it changes• shall be returned as nearly as possible to its natural 11. When work in a flowing stream is unavoidable, the state without creating a future bank erosion problem. entire streamflow shall be diverted around the work The gradient of the streambed or lake margin shall he area by a barrier, temporary culvert, and/or a new as nearly as possible the same gradient as existed prior channel capable of permitting upstream and down- to disturbance. stream fish movement_ Construction of the barrier 20. Strictures and associated materials not designed to and/or the new channel shall nor(nally begin in the withstand high seasonal flows shall be removed to areas downstream area and continue in an upstream direr- above the high water mark before such flows occur. tion, and the flow shall be diverted only when con- struction of the diversion is completed. Channel bank 21. No debris, soil, silt, sand, bark, slash, sawdust, rub- or barrier construction shall be adequate to prevent bish, cement or concrete or washings thereof, oil or seepage into or from the work area. Channel banks or petroleum products or other organic or earthen material barriers shall not be made of earth or other substances from any logging, construction, or associated activity subject to erosion unless first enclosed by sheet piling, of whatever nature shall be allowed to enter into or rock riprap, or other protective material. The enclosure placed %where it may be gashed by rainfall or nmoff and the supportive -material shall be removed when into, waters of the State. When operations are com- the work is completed and the removal shall normally pleted, any excess materials or debris shall be removed proceed from downstream in an upstream direction. from the work area. No rubbish shall be deposited within 150 feet of the high crater mark of any stream 12. Temporary fills shrill be constructed of nonerodible or lake. materials and shall be removed immediately upon work The operator will notify the Department of Fish and completion. Caine of the date of commencement of operations and 13. Equipment shall not be operated in the lake or its the date of completion of operations at l"t five days margin except during excavation and as may be neces- prior to such completion. ..474.O00 1.77 4.730 COLO OT OSP In the Board of Supervisors of Contra Costa County, State of California November 15 ' 19 77 In the Matter of Amendment No. 2 to Department of Fish and Game Agreement (Park Avenue Bridge Improvement Project) East Richmond Area. Project No. 1065-4413-665-77 IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute Amendment No. 2 to an Agreement with the California Department of Fish and Game dated March 2, 1976. Said Amendment concerns construction time and also reduces conservation measures in conjunction with the proposed Park Avenue Bridge Improvement Project on Wildcat Creek, in the East Richmond area. PASSED by the Board on November 15, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Road Design Division affixed this 15t]aay of November 19 77 cc: Public Works Director Dept. of Fish & Game J. R. OLSSON, Clerk County Auditor-Controller By ��a ,J Deputy Clerk ous IoriwH -2-13/76 15m Admendment No (2) Notification No. III-018-76 AGREEMENT REGARDING PROPOSED STREAM OR LAKE ALTERATION THIS AGRE NIE'NT, entered into between the State of California, Department of Fish and Game, hereinafter called the Department, and _Contra Costa County- PublicWorks Department of ContraCostaState of hereinafter called the operator, is as follows: WHEREAS, pursuant to Section ______1601 of California Fish and Game Code, the operator, on the 12 day of___January 19.76_, salified the Department that he intends to substantially divert or obstruct the natural flow of, or substantially change the bed, channel, or bank of, or use material from the streambed of, the following water: Wildcat_Creek_ lot 22 Rancho S Pablo in the County of Contra Costa_ State of California, S______T_ NVIIEREAS, the Department hereby certifies that an inspection of subject area was made on the 13th clay, of .TanUary— _, 19_76-, by the following Department personnel: Wdn__F_..S.._Russe1 I - - —� ------and it was determined that an existing fish or garne resource may be substantially adversely affected by such operations, - THEREFOHEI. the Department hereby proposes measures to protect fish ctnd wildlife during the operator's %vork. The operator hereby agrees to accept the following recommendations as part of his work: Numbers #1.113 x#16 q#19,#20.' from the list of recommendations on.the back of this page and the following special recommendations: 1. All work in or near the stream or lake shall be confined to the period _April__1,through__Oct_.1. 1978 _zee-m #16 _Shall _be __placed_-before. any_. construe-tion-or.-disturbance--- Qf--streambe"._ Lt-.shall-be- constructed-of---washed rock--min i mum-tz -Y-0 3" d__shalI be -placed three-feet- abox-e--seasonal-flow,----- If there will be no wrork-in streambe_d__item-#16__ma"e_omitted. If the operator's work changes from that stated in the notification specified above, this agreement is no longer valid and a new notification shall be submitted to the Deparhncnt of Fish and Came. Failure to comply with the provisions of this agreement :uul with other pertinent Code Sections, including but not limited to Fish and Game Code Sections 56.50. 5652 and 59.13, may result in prosecution. Nothing in this agreement authorizes the operator to trespass on any land or property, nor docs it relieve the operator of rr�sponsibility for compliance xvith applicable federal, state, or local laws or ordinances. This agrees ut heannes effectiy __f C _1.,1977__ and terminates Operato Dev.M hent Hgnv,entative Public Works Director Title— __ - _ __._._ ..__ _ Title_ Fish__and Game-War_den-- - -- County of Contra Costa Organization_ __ . _ __ ___._____ _-._____.__ _____.____ Department of Fish and Came, State of California Date-_ November 15, 1977____ Date_ _ Oct 1 1978_ �r7p Microfilmed with board order FG 1060 c12.731 RECOMMENDATIONS 1 r 1. Disturbance or removal of vegetation shall not exceed nary to construct barriers or fills. If work in the lake the minimum necessary to complete operations. The is unavoidable, a curtain enclosure to prevent siltation disturbed portions of any stream channel or lake rnar- of the lake beyond the immediate working arca shall gin within the high water ]nark of the strearn or lake be installed. Tl,e enclosure and any supportive material shall be restored to as near their original condition as shall be removed when the work is completed. possible. 1:3. Silt settling basins shall be located away front the stream ?. Restoration shall include the revegetation of stripped or lake to prevent discolored, silt-bearing water from or exposed areas. reaching the stream or lake. 3. ]tock, riprap, or other erosion protection shalt Ile placed 1.1. Preparation shall be matte so that runoff from steep, in areas %%-here vegetation cannot reasonably be expected erodible sttrfac•es will be diverted into stable areas with to beco►nc reestablished. little erosion potential. Freque•ut water checks shall be placed on dirt ro;uls, cat tracks, or other work trails to 4. Installation of bridges, culverts, or other structures shall control erosion. Ile such that water flow is not impaired and upstream or downstream pas�agc of fish is assured at all times. 15. Wash water containing mud or silt from aggregate wash- Bottonts of temporary culverts shall be placed at or ing or other operations shall not be allotted to enter a below stream channel grade. Bottoms of' permanent lake or flowing streams. culverts shall be placed below stream c•hanne•1 grade. 16. A silt c•ateliment basiu shall be constructed across the 5. flans for clesi.;n nl c•oocrctc sills ;nc(l other fi;,tures strcall) itnloediatc•Iti• bc•lo« the project site. This catch- that could potentially impede fish migrations must be ►Hent basin shall be constructed of gravel which is free approved by Department engineers. from nu►d or silt. Upon completion of the project and after all flowing water in the area is clear of turbidity, 6. When any clans (any artificial obstruction) is being the gravel along with the trapped sediment shall be constructed, maintained, or placed ill operation, sulfi- removed frotn the stream. tient water shall at all tinges be allowed to pass down- stream to maintain fishlife below the dans. 17. If operations require moving of equipment across a flowing stream, such operations shall be conducted 7. Au adequate fish passage facility must be incorporated without substuttially increasing stream turbidity. For into any barrier that obstructs fish passage. repeated c•rossios{s, the operator shall install a bridge, S. Any dans (any artificial obstruction) constructed shall culvert, or rock-fill crossing. only be built from material such as clean washed gravel 18. If a stream channel has been altered during the opera- which will cause little or no siltation• tions, its low flow channel shall be returned as nearly 9. l'quiptnent shall not be operated in the stream channels as possible to its natural state without creating a possible of flowing live streauls except as maty be accessary to future bank erosion problem, or it flat wide channel or construct crossings or barriers aunt fills at channel sluice-like area. If* it lake margin has been altered, it changes shall be retunted as nearly its possible to its natural 10. When work in a flowing stream is unavoidable, the state without creating a' future bank erosion problem. entire streamllow shall he diverted around the work The gradient of the streambed or lake margin shall be area by at barrier, temporary culvert, and/or it net%, as nearly as possible the s;une gradicut as existed prior channel capable of permitting upstreaut and clown_ to disturbance, stream fish uloveru•nt. Construction of the barrier 19. Structures and associated materials not designed to downr the hew channel, shall ill ll 1`i begin ill the withstand high seasonal flows shall be removed to areas downstream a►•ea aunt continue in :til upstrc:un dirco- above the high water mark before such flows occur. tion, and the 110W shat)) he divcrtt-d only �yhen con- struction of, the diversion is completed. Chanuel baulk 2)0. No debris, soil, silt, sand, bark, slash, sawdust, rub- or barrier c•onstruc•tior shall },e adequate to prevent bish, cement or corc•rete or washings thereof, oil or seepage into or from the work :uvea. Chanue l banks or petroleum trod acts or other organic or earthen material barriers shall not be mauls of earth or other substances front ally logging, construction, or associated activity subject to erosion unless first enclosed by sheet piling, of whatcyer nature shall f,e allowed to enter into or rock riprap, or other protective material. The enclosure placed %There it may be washed by rainfall or runoff and the supportive material shall be removed �yltell into, waters of the State. When operations are cotn- the work is completed and tilt- removal shall normally pleted, any excess materials or debris shall be removed proceed front clownstreanl in ;ut upstream direction. from the work arca. No rubbish shall be deposited 11. Temporary fills shall be constructed of nonerodible within 150 feet of the high water mark of any stream materials and shall be removed immediately upon cork or lake. completion. 21. The operator will notify the Department of Fish and 12. Equipment shall not be operated in the lake or its Carne of the date of completion of operations at least margin except during excavation and as ntay be neves- five clays prior to such completion. OT osr C � In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Assembly Transportation Committee hearing. The Public Works Director having reported that lie has been invited to testify at hearings before the Assembly Transportation Committee on the future of street and highway financing in California; IT IS BY TEE BOARD ORDERED that the Public Works Director is AUTHORIZED to attend such hearings and reaffirm the Board's position on financing as expressed in Resolution No. 75/901, adopted by this Board on November 12, 1975. PASSED by the Board on November 15, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: Witness my hand and the Seal of.the Board of Public Works Supervisors cc: Public :7orks Director affixed thisl5th day of November 19 77 County Acninistrator County Counsel z R. OISSON, Clerk jay 4 w OL • N Q .. Deputy Clerk Patricia A. Bell 00,564 H-24 4/77 15m CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California November 15, 1977 REPORTS Report A. ASSEMBLY TRANSPORTATION COMMITTEE HEARING The Assembly Transportation Committee is holding a series of hear- ings on the future of street and highway financing in California. The Public Works Director has been invited to testify at the Northern California hearing in Oakland on November 21, 1977 represent the point of view of urban counties. The purpose of the hearing *is to determine the adequacy of existing methods of financing state and local street and highway programs, The major question to be examined at this meeting is what effect will federal energy standards, which will increase miles per gallon by as much as 200% by 1985, have on fuel tax revenues used to finance transportation programs. As the amount of fuel gallonage used begins to decrease in spite of the additional numbers of vehicles that come on the highway system, other methods must be considered to finance the highway transportation program which are not tied to gallonage of fuel consumed. This Department will respond to the invitation from the Assembly Transportation Committee and reaffirm the Board's Position on financing, as expressed in Resolution No. 75/901 adopted by the Board on November 12, 1975. Acrotilmeu with board order In the Board of Supervisors of Contra Costa County, State of California November 15 , 19 77 In the Matter of Approving Inspection Services Contracts for Ori,nda Community Center - Phase IV, County Service Area R-6, Orinda Area. (Work Order No. 5347-927) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Inspection Services Contracts with Messrs. J. M. Nelson, Robert G. Grady, Laurel Roderick Cameron and Robert G. Soto for contract documents review and construction inspection services for Orinda Community Center - Phase IV - Orinda Area. The contracts are effective November 17, 1977 and provide for payment for services in accordance with the standard rates indicated in the contracts. PASSED by the Board on November 15, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Bldgs and Grnds Supervisor cc• Public Works Department affixed this 15th day of November 19 77 Agenda Clerk Architectural Division J. R. OLSSON, Clerk County Auditor-Controller By // ��" . Deputy Clerk J. Dye County Administrator N.POUS P. Burton Inspectors H-24 3/76 15m 0(.)9)66 CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name & Address: J. M. Nelson, 1905 Pacheco Boulevard. _ Martinez, California 94553 c) Effective Date: November 17, 1977 d) Project's Name and Location: Orinda Community Center - Phase IV, Orinda Area, Work Order No. 5347-9Z7^— e) Rate of Compensation: $14.54 per hour 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AG ^ClY Contr Costa County PECTOR By � .,Public Works Direc M. L ON 3. Parties. Effective on the above date, a above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with board order. Formed Approved by County Counsel 1-77 00567 b. ' Status & Relationship with Contractor. He shall maintain a dignified but r understanding relationship with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s); and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessar;- interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawin-s prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being •performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to acco- modate on-the-job problems, and report them with recommendations to the Arch�- tect; and he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. S;ccial Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, the local , State, Federal , NFBU, NEPA, etc. , codes, regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings , specifications, contracts, change orders , directives , etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. oomr -2- i C. ` Mate•:ial Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers , vendors addresses and telephone contacts , etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public !forks Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage fer owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. -3- CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa County b) Inspector's Name & Address: Robert G. Grady, 64 Collins Drive, Pleasant Hill , CA c) Effective Date: November 17_ 1977 d) Project's Name and Location: Orinda Community Center - Phase IV - Orinda Area, Work Order 5347-927 e) Rate of Compensation: $13.65 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGErQ Contra Costa Counts INSPECT By vW L Public Works Direc or Robert G. Grady 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- structiori supervision position commonly known as Clerk-of-the-Works, in con- nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- Ween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Akcrofilmed with board order Formed Approved by County Counsel 1-77 V ' Status & Relationship with Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the-owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessar. interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawin-s prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever ..,ork is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification tc Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to acco- modate on-the-job problems, and report them with recommendations to the Archi- tect; and he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. S;ccial Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of; and be aware of the contents of, the local , State, Federal , NFBU, NEPA, etc. , codes; regulations, directives , requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings , specifications, contracts, change orders , directives, etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. nnJf -2- c. ` Mate-rial Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc. , of materials and/or eauipment as required ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the lst through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. x'12 -3- CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated belot' by reference: a) Public Agency: Contra Costa County _ b) Inspector's Name & Address: laurel R_ Cameron, 751 Valita Drive Can leandro CA _ c) Effective Date: Novemher 17, 1477 d) Project's Name and Location: _Orinda Community. Center - -Phase IV - Orinda Area, Work Order 5347-927 e) Rate of Compensation: 513.65 2. Sionatures. These signatures attest the parties' agreement hereto. PUBLIT'CY Coatra Costa County INSPECTOR. By c�Public Vlorks Direclbf Laurel R, mero 3. Parties. Effective on the above date, the above-named Public Agency (Omer) and the above-named Inspector mutually agree and promise as follows: 4. General Oualifications n Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection with 'the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. I lil� ! J Formed Approved by County Counsel 1-77 Microfilmed with board order. h. yStatus & Relationship with Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s); and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessar;- interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications, drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawin;s prepared by the Contractor's employees (see also 7-a, below). e. Personal Presence & Observation. He shall be personally present whenever r;ork is being performed even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accom- modate on-the-job problems, and report them with recommendations to the Archi- tect; and he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7. . S�ccial Duties & Instructions. The Inspector's duties specially concerning. the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, the local , State, Federal , NFBU, NEPA, etc. , codes, regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications, contracts, change orders , directives, etc. , which determine work. to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies, Architect and Public Agency, which shall be timely and in sufficient detail to satisfy the purpose of the report. (' ! -2- c. ' Mate. ial Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number style, type, or other identifying information thereon and noting whether they are in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers, vendors addresses and telephone contacts, etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public forks Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. 01i5',� -3- CONTRACT Special Engineering-Administrative Services Construction Supervision & Inspection 1 . Special Conditions. These special conditions are incorporated below by reference: a) Public Agency: Contra Costa Count b) Inspector's Name & Address: Robert G. Soto, 985 Kenston Drive, oncor , CA c) Effective Date: November 17. 1977 d) Project's Name and Location: _Orinda Community Center - Phase IV - Orinda area. Work Order 5347-927 e) nate of Compensation: $13.65 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC AGED Yy� ContraeCosta County INSPECTOP By �Oublic Works Directo Robert G. Soto 3. Parties. Effective on the above date, the above-named Public Agency (Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and competent to perform the special engineering and .administrative services of a construction supervisor and inspector, including those associated with the continuous con- struction supervision position commonly known as Clerk-of-the-Works, in con- nection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and constructiion supervision of construction pro- jects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of this construction project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions. a. Status & Relationship with Public Agency and Architect. His independent contract relationship with the Public Agency parallels that which exists be- tween the Public Agency and the Architect; but he is subordinate to the Architect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the Public Agency Architect Agreement. Microfilmed with board order: nn -7/ Formed Approved by County Counsel 1-77 `1r15�[ iO b. ' Status & Relationship with Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job but he shall conduct business only through the contractor's job superintendent, and shall not give instructions directly to the Contractor's employee(s) or subcontractor(s); and he shall immediately advise the Architect of any case where the Public Agency representatives give instructions to the Contractor's employees. c. Public Agency-Contractor Coordination. He shall effectively maintain close coordination of the Contractor's work and the owner's requirements by fre- quent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing function- ing facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessar;, interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all con- tract documents including specifications , drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawin;s prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work, is being performed even on overtime, night, holiday or weekend basis when so directed) , and 'shall attend meetings called by the Public Agency; Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification tc - Public Agency-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. advice & Suggestions. He shall advise Public Agency on all construction mat- ters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to acco- modate on-the-job problems, and report them with recommendations to the Arch'- tect; and he shall review and make recommendations to the Contractor on all pay estimates. g. Pre-Construction Review of Contract Documents. When so directed by the Public Agency, he shall perform in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 0 7. S;�ccial Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, the local , State, Federal , NFBU, NEPA, etc. , codes, regulations, directives , requirements, etc. , which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawings, specifications , contracts, change orders , directives, etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary and Reports. He shall maintain a bound daily diarv, noting therein job problems , conferences and reirarks; and he shall submit all reports deemed necessary by State and Federal Architect and Public Agency; which shall be timely and in sufficient detail to satisfy the purpose of the report. -2- nr1�`7'! r , c. ` Mate• ial Records. He shall maintain records of materials and/or equipment delivered at the site, showing manufacturers' names, catalog, model serial number style, type, or other identifying information thereon and noting . whether they are in strict compliance ~•lith the pians, shop drawings and/or specifications, or are approved by the Architect. He shall certify to Public Agency that all materials used in construction are as specified in contract documents; and, on completion and/or installation of each applicable item, he shall collect and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, catalog numbers , vendors addresses and telephone contacts, etc. , of materials and/or equipment as required) ; and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency. 8. Pay for Services & Reimbursement for Expenses. a. Public Agency shall pay Inspector for these services at the above rate, for semi-monthly pay periods of the 1st through the 15th and 16th through the last day of the month. Payment will be made on the 10th of the month or the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorised by the Public Works Director or his deputy shall be re- imbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance. Inspector shall , at no cost to Public Agency, obtain and maintain during the term hereof Comprehensive Liability Insurance, including coverage fer owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property including the loss of use thereof, arising out of each accident or occurrence. Inspector shall furnish evidence of such coverage, naming Public Agency, its officers and employees as additional insureds, and requiring 30 days' written notice of policy lapse or cancellation. 10. Enforcement and Interpretation of Contract. The Public Agency's agent for en- forcing and interpreting this Contract is the County's Public Works Director or a deputy. 11 . Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties for good cause shown. And the Board adjourns to meet on 977 at / ti . /YJ, in the Board Chambers , Room 107 , County Administration Bui.ldinc, `^artinez , California. L / W. N. Boggess , Chairman ATTEST. J. P. OLSSON, CLERK Deputy 0015`�'� SUti11ARY OF PROC..TDING"S BEFORE THE BOARD OF SUPERVISORS OF CONZRRA COSTA COUTDdTY, NOVEMBER 15, 1977, PIRZPARM BY J. R. OLSSON, COUv�'Y CLERK AND EX-OFFICIO CLERK OF na BOARD. Approved personnel actions for County Administrator, Civil Service, Library, Social Service, Treasurer-Tax Collector, District Attorney, Human Resources Agency(CETA) , Civil Service (PSE) , Medical Services, and Public Works. Authorized appointment of F. Bendix from the reemployment eligible list in the class of Staff Nurse III at the top step. Approved appropriation adjustments for Health Department and internal adjustments not affecting totals for Human Resources Agency, Social Service- Administration, Superintendent of Schools, Assessor, Public Works and Riverview Fire Protection District. Authorized attendance at meetings as follows: J. Rodriquez, Economic Opportunity Council, to Energy Conservation Training Session and the CAL/?F'EVA Conference in Los Angeles, Nov. 15-19; R. Kong, Office of Sheriff-Coroner, to Police Communications Systems Study in Chicago, IL, Aug. 17-20; and G. McConnell, Building Inspection, to Mechanical SubCommittee meeting in San Antonio, TX, Dec. 12-15. Recessed into Executive Session at 10 a.m. to discuss labor negotia- tions; reconvened at 10:45 a.m. and approved recommendation of Director of Personnel relative to retroactive salary adjustments for classifications represented by the Deputy Sheriffs' Association. Denied claims for damages filed by Pacific Telephone and Telegraph Co. and amended claims of T. Taliaferro and R. Cooper. Authorized refund of Park Dedication Fee to H. D. Bones in connection with issuance of a building permit. Requested the Director of Planning and the Director of Building Inspection report to the Board as soon as possible on the status of investi- gation of complaints relating to Lafayette Morehouse, Inc. , Pleasant Hill- Walnut Creek area. Approved Traffic Resolutions Nos. 2392, 2393, and 2396 through 2399; and rescinded Nos. 2142, 1900, and 24. Fixed Dec. 6 at 11:15 a.m. to view a documentary on trails in the East Bay area to be presented by G. Cardinet, Jr. on behalf of the American Horse Council. authorized write-off of certain delinquent General Accounts Receivable. Authorized relief of cash shortage in account of Medical Serrices, Food Service Department. ? November 15 , 1977 Summary, continued Page 2 Approved Addendum 1 for Detention Facility_ (electrical, -mechanical , plumbing, and sprinkler) and Tiled December 1 , 1977 at 2 p.m. to receive — bids . Approved Addendum for Detention Facility for precast concrete. Accepted resignation of S. Magistrale from the Oakley Fire Protection District. As ex officio the Governing Board of Contra Costa County Sanitation District No . 15, approved settlements and Right of Way_ Contracts for District. As ex officio the Governing Board of Contra Costa County Sanitation District No. 15, continued to November 29, 1977 at 11 :40 a.m. the hearing on proposed condemnation of certain real property, in the Bethel Island area required for a sewer system. As ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District Zone 22, dissolved Advisory Board for same. Accepted Offers of Dedication for recording only for LUP 2033-77, M. S. 257-76, M. S. 91-77, Sub. 4922, Sub. 4894, Sub. 4943 , and Sub. 4941 . Approved Inspection Services Contracts with Messrs. J. i'1. Nelson, R. G. Grady, L. R. Cameron and R. G. Soto for Orinda Community Center, Phase IV, County Service Area R-6, Orinda area. Approved rental agreement with E. Hollis for County-owned property. Approved Consulting Services Agreement with Hardison & Komatsu Assoc . =or programming and gaster planning of Court Facility Remodel, Adair_. Bldg. , Richmond. Authorized Public Works Director to: execute agreement with Calfiornia Department of Fish and Came with respect to proposed construction work within the IMarsh Creek stream bed, Brentwood area; execute Amendment No. 2 to Agreement with California Dept. of Fish and Game with respect to proposed Park Avenue Bridge Improvement Project or, Wildcat Creek, East Richmond area; attend hearings before the Assembly Transportation Committee on the future o` street and highway financing in California and reaffirm the Board ' s zosi`.Icn or_ financing as expressed �r Res . `Io. 71, 5190-1 ; a chcr==ed re=_:=d: -C K.auf an 3_cad caste den- oe:,_er_' for Sub . L-04. San Ramon_ area execute De=erred mprovem-eft Agreeme~_ ,._t -F. Le'=ar_ for '_'_. S . Ql-7,, Ala= area; f_�%ec ._e _efe=ed Tmprovemen: A_gr_ement Tu_t: �. H.. Iocherdor=e_ _or X. S. 257-i6 , 41=o =_ea. Apro4nted C. Ca=a,- rola =o Ccn--c Cosa Ccu—=: L:se car` Accointed R. 'ivica to the Contra Costa County Alcoholism Ad-r sore 3ca=c. November 15, 1977 Summary, continued Page -3 Proclaimed Thursday, November 17, 1977 as "The Great American Smokeout . " Approved Internal Operations Committee reco=endations on Youth - Community Conservation and Improvement Projects and the Youth Employment and Training Program. Approved rental agreement with C. Garrison, D. Rivera and C. Schmid for. Com ty-owned property in..Walnut Creek. Continued to February 14, 1978 at 11 a.m. the hearing on appeal of B. Glieden from Planning Commission denial of application for M.S. 7-77, Walnut Creek area. Referred applications of P. E. Frazier, et al, (2141-F.Z) and Isakson & Associates (2101-RZ and 2112-RZ) . to rezone land in the Danville area to the San Ramon Valley Area Planning Commission. Approved appeal of W. Anderson & Associates from Board of Appeals denial of LUP 2173-76 to establish a boat storage yard in the Bethel Bethel Island area. Approved transfer of partial ownership of cardroom license of C. Papaionnou (Corner Club, West Pittsburg and increase of hours of operation, and continued matter of increased tables. Adopted the following cumbered resolutions: 77/942, authorizing Chairman to execute Supplement No. 6 to the Master Local Agency-State Agreement for the Waterfront Road Overhead, Martinez area; 77/943, fixing Dec. 15 at 2 p.m. for receiving bids for Waterfront Road Overhead and Approaches Project, Martinez; 77/944, providing work by the County to other public agencies; ?7/945, accepting as complete contract with Gallagher & Burk, Inc. for construction of Detention Facility Site Grading and Temporary Parkin.- 77/946, accepting as complete contract with R. E. Jones for con- struction of utility relocation and street diversion required for Pine Street-Court Street, Martinez; 77/947, approving Addendum No. 1 for Montarabay Recreation Center a-:. Bayview Park, CSA M-17; ?7/948, approving proposed abandonment of drainage and slope ease- ments in MS 11-77, Alamo area; 77/949, fixing Dec. 20 at 10:50 a.m. for hearing on proposed formation of CSA M-24, San Ramon area; 77/950, approving proposed annexation of Sub. 4663, West Pittsburg area, to CSA L-43 without hearing or election; 77/951, authorizing Acting Auditor-Controller to execute applicatio- for State reimbursement for public defense legal services;. 77/952, establishing rates to be paid to Child Care Institutions; 77/953 through 77/955, auth.crizi^g ch=ges in assessment roll and cancellation of certain tax liens and delinquent penalties. �41��� November 15, 1977 Summary, continued Page 4 Approved certain settlement claims and authorized Director of Personnel to execute an Equal Employment Opportunity Commission. "orc;I- iation Agreement with respect thereto. Authorized Chairman to execute: Contract with Sut_ erintendent of Schools for evaluation of the Center for ::uman Development - Drug Abuse Prevention Programs; Contract with C. Abitz for Office of Economic Opportunity Home Maintenance Training; Extension of contract with J. Jordan for Juvenile Justice Information System Study; State contract providing certain funds for the Hypertension Coordi- nating Council Project, Health Department; Agreement with AEP Associates for consulting services in connection with preparation of EIR for Sub. 5162, Danville area; State contract amendment to increase State subvention for County Family Planning services; Release of Abatement Lien to guarantee repayment of cost of services rendered to F. and B. Clark; As Ex-Officio the Governing Board of County Sanitation District No. 15, Agreement for Engineering Services with Harding-Lawson Associates providing for geotechnical services. Referred to: County Counsel request from Russell City Hog Co. relative to the matter of a refuse transport permit; Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) matter of compensation adjustment for three management classes (Probation, Public 'Works and Department of Agriculture) ; Director, Human Resources Agency, information received from State Department of Health, Division of Medical Assistance, pertaining to AB 1611, The Adult Day Health Care Act, and AB 1612 for matching fund grants; Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) report from Grand Jury that the decision to exempt the position of Airport Manager be reconsidered and list from Clerk of Boards and Com- missions which have not complied with Board policy related to staggering of teras for members. Adopted Ordinance No. 77-113 amending Ordinance Code to permit to-ball and panguingue to be played in licensed cardrooms. Authorized Medical Director to give "Notice of Exclusion from a Class Action" in connection with Los Angeles Superior Court No. CA 000294. Acknowledged receipt of report of Public Works Director re allocation of Transportation Development Act funds. Racuested ?oa=d cf Tn_,stees c_-," ylamo-Da:arette Cemetery Dist-:c to recor_sider th eir resolution relative to prcpcsed name ^ge o: :as Cemetery District. Denied request of J. Z. ;,Ioriarty to continue as county representative on Metrorolizan Transportation Commission until expiration of his term Februaz^1, 1979. • 00553 The preceding documents consist of 583 pages.