Loading...
HomeMy WebLinkAboutMINUTES - 04271976 - R 76C IN 7 • PRIL THE BOARD OP SUPERVISORS HET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN RBOLAR SESSION AT 9:00 A.H., TUESDAY, APRIL 27, 1976 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman J. P. Kenny, presiding; Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, County Administrator and Public Works Director. dm JAMES P.KENNY,RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS JAMES P KENNY 11.10 DISTRICTCHAIRMAN ALFRED M,DIAS,EL SORRANTE CONTRA CSA COUNTY EDMUND A-UNSCHEID 2ND DISTRICT VICE CHAIRMAN JAMES E.1.10RIARTY.LArAYETTE AND F011 JAMES R.OLSSON.COUNTY CLERK 3RD DISTRICT SPECIAL DISTRICTS GOVERNED BY THE BOARD AHD Ex OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.tauCORD - MRS.GERALDINE RUSSELL ATH DISTRICT BOARD CHA>tigERS,ROOK 107-ADMIA.& TRATION BIMLDING CHIEF CLERK EDMUND A LINSCHEID.PITT5BURG r0 BOY 911 PHONE(4151372-2371 5TH DISTRICT MARTINEZ.CALIFORNIA 94553 TUESDAY APRIL 27, 1976 The Board will meet in all .its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. 9:00 A.M. Consider recommendations of the Public Works Director. 9:00 A.M. Consider recd=endation5 of the County Administrator. 9:15 A.M. Consider "Items Submitted to the Board." • 9:15 A.M. Consider reco:. cndations and requests of Board members. 9:30 A.M. Consider ;eco=endatiors of Board Committees. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required, or recess. 10:30 A.14. Presentation by Yr. Karry Donaldson with respect to status of the Green Valley Creek flood control project. 10:45 A.M.,. Consider action to be taken in connection with recominnen>.daticns pertaining to representation on the Interim Policy Body for Solid -.ante Management. 11:00 A.M. As E: Officio the Board of Supervisors of Contra Costa County Flood Control and :Cater Conservation District, receive bids for construction of storm drainage channel along Lines E' and ? of the Marsh-Kellog; t:atershed, Brentwood area. 2:00 P.M. Hearing on Planning Commission recommendation with respect to request of 31ack::auk Corporation to delete certain_ land -rom the currently approved Blackhavik Ranch flan.^.ed Unit- District (1540-RZ) , Danville area; and to renone said land to an independent Planned Unit District {1997-nom). ITEMS SURI-14ITTED TO `ti1.E BOARD Items 1 - 5: CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of certain tax liens. 2. EX01MIRATE bonds deposited as surety for taxes in connection with Subdivisions 4745 and 4746, Hercules; and Subdivision 4723, Danville. 3. ACCEP�_ as complete construction of private improvements in 1•11ir_or Subdivision 103-74, Orinda area, and exonerate bond. 4. DEITY the follo:.in ; claims: Janes 3. Cuddihy, Jr. , et al, 4100,00C; Salvador J. Caruso, :,1,000,000; Joseph Caruso, 51,000,000; _.linabeth Caruso, .;,1,000,0C0; and application for leave to present late claim of Scott Allen Just and Brian Thomas Jus-,, S2,000,C00. 0M Board of Supervisors' Calendar, continued April 27, 1976 5. INTRODUCE Ordinance Ko. 76-36 which amends the Ordinance Code pertaining to regulations for land improvement contractor's yards and recreational facilities and activities in residential districts; waive reading and fix May 4, 1976 for adoption. Items 6 - 12: DETEI MIPIATION (Staff recomeneation shown o owing the item. ) 6. 1-1z.T;ORA1,DU21 from Director of Planning transmitting copy of the final report of the Airport Site Selection Study for Contra Costa County, and r_ecommendin; that the Board acl.mowledga completion of the study and direct County departments to utilize it in their respective planning efforts. APPROVE AS R.EC01:DIEKDED 7. LETTER from. Chairman, Martinez ?icentennial Commission, requesting permission to erect an historical marker on the Old County Ccurt ?Rouse (row the County Finance Building). APPROVE REtiU::ST A1-7D A UTH-ORIZE EDA.RD C.HAIUd-W-1 TO SIGN P::iL�:ISSICI: CCU '. -"1`_' 8. LETTER from General ?.anager, Oakland Symphony, requesting that the Board consider appro:'ing a .:20,000 grant for the Symphony's 1976-1077 General Season. D 1Y REQUEST COT SID:lull;, COUNTY II _:CiAL CI:ZCtT:STA2:C S 9. LETT-R from Coordinator, E�me_gency Medical Services, County Health Department, recuestinS that the Board send a letter to the U.S. P:eDart=ert of Health in support of the County's arplicaticn for federal funds for the second program year (1976-1977) of the Bay Area Emergency medical Services Project (aut_..ori-"ed by the Board on March 23). REQUEST DIi.;�TOPI, s?L'i A:1 RESOU:tCE,S AG-ENCY, TO PREPARE APPROPRIATE Ln;is? Fv3 SIGIN AIU 2; 10. LETTER from President, Diablo Airmen's Association, Concord, requesting that the !...aster Plan study of Buchanan Field include a report of the airport's financial impact on the community. REFER TO PUBLIC STORKS DIP�'ECTOR FOR REEPORT 11 . LETTER from Chairaerson, Antioch Co--=ittee on Aging, requesting; a—location of federal funds under the Older Americans Act, Title 1_1 - Nutrition Project. =- ER TO DIRECTOR, HUINP2P RESOURCES AGENCY, FOR REVIEW 12. LETTER from Lafayette City :Tanager requesting that Contra Costa Cou.^t1 Stogy Drainage District, Zone 1, be dissolved and that the re=aining Zone funds be disbursed to the City for construction of permanent drainage facilities within the Zone's boundaries. REFER TO COUNTY A1-IINISTRA^OR AITD z?UBLIC i:ORKS DIRECTOR (FLOOD CONTROL DISTRICT) FOR R EC01? F.: DATIO2i Items 13 - 16: II.'=CR.%.ATION (Copies of communications i1sted as in,ormation items have been furnished to all interested parties. ) 13. LETTER from lice President, United Professional Fire Fighters, I.A.F.F. local 12.--')0, de=andinE; that the Board nage itself or a repre-entative of its c^oice to meet and confer in good faith with said organization; and COPY of letter from Employee Relaions Officer advising I.A.F.F. Local 1230 that the Board, as in the past, will discharge its meet and confer obligations through the Industrial Ewployers and Distributors Association, its authorized representative for said purpose. 00003 E Board of Supervisors' Calendar, continued April 27, 1976 14. LETTER from Cha-Ir+an,- Weimar Central Committee, advising that the Weimar Executive Committee supports a partial land conveyance proposal to provide financing for reconstruction of the Weimar Medical Center and recommends ratification by • the respective Boards of Supervisors. 15. LETTER from Director, BART Board of Directors, advising that said Board voted unanimously to support AB 3785 which would extend the half—cent sales tax to provide a continuing base of financial support for 3A.?T's operations. 16. HEMORAND%I from County Librarian transmitting copies of letters from the State Librarian explaining the reasons for disapproval of three county special project applications for federal funds available under provisions of the Library Services and Construction Act (PL 93-380). Persons addressing the Board should comulete the form provided on t:e rostrum and furnish the Clerk with a ymitter_ copy of their presentation. DE_4DLi E FOR AGEIZU I MIS: ti ED ESDAY, 5 P.M. OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions April 27, 1976 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS - 1. Reclassification of positions as follows: Cost Department Center From To Medical 540 Chief, Medical Administrator- Services Administrative County Medical Services . Services Sheriff- 055 Communications Communications Coroner Engineer Director 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Auditor- 011 1 Programmer -- Controller Analyst (Data Processing) Clerk of 002 -- 1 Assistant Clerk- the Board Board of Supervisors (103) II. TRAVEL AUTHORIZATIONS 3. Name and Destination Department and Date Meeting _ Wm. Allen Baltimore, MD U.S.A. Bicentennial Longshore, M.D. 5-8-76 to 5-13-76 Emergency Medical Health Services Conference (time only) Thirteen Reno, Nevada Child Welfare League Employees 4-25-76 to 4-28-76 Assn. Annual Regional Social Service Conference Department (time only) To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-27-76 Page: 2. III. APPROPRIATION ADJUSTMENTS 4. Internal Adjustments. Changes not affecting totals for the following budget units: Public Works (Road Construction, Drainage Maintenance, Plant Acquisition) , Probation (Juvenile Hall) , Social Service (Children's Shelter) , Brentwood Fire Protection District, Contra Costa County Fire Protection District. IV. LIENS AND COLLECTIONS None. V. BOARD AND CARE PLACE_P-1ENTS/RATES S. Home and/or Effective Department Institution Rate Date Probation Fred Finch Youth Center, $1,844 4-27-76 Oakland Human Fred Finch Youth Center, $1,844 4-20-76 Resources Oakland VI. CONTRACTS AND GRWrS 6. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period Jerry Lanigan Probation Staff $120 5-5-76 Training to 6-9-76 W. Landon Probation Super- $2,943 6-18-76 Heffner visor & Manage- to went Training 2-28-77 Rose P. Taylor Day Care Parent $100 5-13-76 Training Val A. Kositsky same as above $50 5-6-76 James Long Foster Parent $10 4-17-76 Training to 4-24-76 Jean C. Chastain same as above $87.50 4-27-76 OWV To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-27-76 Page: 3. VI. CONTRACTS AND GRANTS - continued 6. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period Phil Manfield Mental Health $200 4-26-76 & nary Mullin Staff Training to 5-17-76 William C. same as above $500 5-22-76 Schutz Rev. Bernard Social Service $85.30 4-21-76 Mayes Staff Training State of Continuation of As billed Effective California Services of Office June, 1976 of Administrative _ Hearings Arthur Young Grand Jury $31,000 Effective & Co. Financial Audit 4-28-76 VII. LEGISLATION None. VIII.REAL ESTATE ACTIONS 7. Authorize Chairman, Board of Supervisors, to execute an amendment to lease with Apollo Enterprises for premises at• 3700 Delta Fair Boulevard, Suite 10, Antioch, to increase rental by $75 per month in exchange for provision of electrical service. IX. OTHER ACTIONS 8. Authorize relief of cash shortage of $2 in the accounts of the Delta Judicial District, pursuant to the provisions of Resolution Number 2702. 9. Authorize increase in Health Department Revolving Fund to a total of $250, an additional $100, because of increased postal rates and prices of other items -purchased, as recommended by the County Health Officer and Director, Human Resources Agency. QVW7 E To: Board of Supervisors From: County Administrator Re: Recommended Actions 4-27-76 Page: 4. Iii. OTHER ACTIONS - continued 10. Acknowledge receipt of Design Development Documents for the Restoration of the John Marsh Home, and refer to the Administration and Finance Committee the matter of authorizing the firm of Ratcliff, Slama & Cadwalader, project architect, to proceed with preparation of contract documents (plans and specifications) based thereon_ 11. Adopt policy documents to initiate the Housing Rehabilitation and Assistance Program as prepared by the Director of Planning in accordance with Board directive of April 20, 1976. 12. Appoint additional nominees to the Overall Economic Develop- ment Program (OEDP) Coxmittee. 13. Acknowledge receipt of memorandum submitted by M. J. Phelan, Chief Assistant District Attorney, in response to Board referral; and, as recom4mended therein, deny claim of Mrs. Roberta Taylor resulting from loss of a wristwatch belonging to her husband. 14. Authorize Chairman, Board of Supervisors, to execute docu- ments accepting Community Action Program Grant funds to $238,500 for the second quarter of its 1976 Program Year. 15. As requested by the Contra Costa County Consolidated Fire District, authorize district to develop and submit to the Board for approval a contract for private legal counsel in a case(s) involving a conflict of interest for the Office • of County Counsel; said office will represent the County Retirement Board in the litigation. 16. Authorize County auditor--Controller to reimburse members of the Contra Costa County Manpower Planning Council for actual and necessary expenses relating to mileage, training, and child care under regular county policies, while conducting council business. 17. Approve and authorize County Health Officer to execute grant application to the U. S. Department of Health, Education and Eelfare for continuation of the Childhood Lead Poisoning Project utilizing federal grant funds in the amount of $156,813 during the 1576-77 fiscal year. 00008 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMEUT ttarcirez, California April 27, 1976 EAT RA 6 U S I N E 5 5 GENERAL Item 1. VETERAtiS' 1-2EFCRIAL 80 DING - RESCIND MID RE-AWARD CONSTRUCTION CONTRACT - Pittsburg Area It is reco;r.mended that the Board of Supervisors rescind the contract award for re-roofing the Veterans' Memorial Building, Pittsburg, rude on April 20, 1976 to Caldwell Roofing Ccmpany, Inc. , and awrard the contract to Cornell Roofing Company, Concord, who submitted the second lowest bid of $5,720.00. Caldl,ell Reefing Cwrpany, 1nc. , requested that its bid of $4,250.00 be withdrawn because it was based upon an incomplete set of specifications which did not include the metal flashing work. It is also recd mended that the Clergy, of the Board be directed to return to Caldwell Roofing Company, Inc., its bid bond. (RE: 1.4ork Order 52054) (B Z G) EXTRA BUSINESS Public Works Department Page I or I April 27, 19706 OW9 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California April 27, 1976 A G E N D A REPORTS Report A. PUBLIC dsETING REGARDING "REVIEW OF DELTA ALTEPUNATIVES" This report is being submitted in accordance with Board Order of April 13, 1976, and- in accordance with the delay of reporting date granted by the Board on April 20, 1976. The meeting was attended by Vern Cline, Acting Public Works Director; Jack Port, Assistant Public Works Director, Environmental Control; and Robert Jackson, Assistant Division head, Environmental Control. The meeting was opened with an introduction by the staff of the Department of Water Resources pointing out that the planning target date is the year 2000, and that the planning is based on providing sufficient water for the Federal Central Valley Project, the State Tater Project, and Delta Outflows. Mentioned also ::as the future possibility of using waste water for agriculture and developing a reasonable demand for export south. The Department'staff also stated that specific re- commendations are to be furnished the Governor by July 1, 1976. Cited, and of extreme importance to Contra Costa County, is the fact that the Department of dater Resources is taking a look at "off-stream storage" including the Los Vaqueros Reservoir in the southeastern portion of our county. Six alternatives to the Peripheral Canal were described which varied from the Canal itself to the use of improved Delta natural channels, and to the strategic location of barriers within the Delta. The meeting was then opened for corrrent by the public. Interests in the Central and Southern Delta and Contra Costa County joined in emphasizing one particular point and that is that a determination of "surplus water" should first be made before the Deoartment and the Bureau of Recla- mation commence exporting massive quantities of water to the south. Other comments were directed toward the need of coordi- nated operation of the State Water Project and the Central Valley Project. The County staff explained to the representatives of the Department of eater Resources and the Bureau of Recla- mation that their planning, in fact, "freezes" the definition "surplus water" by accepting the standards set forth in Decision D=1379. It was not the intent of the State Water Resources Control Board to make these standards permanent. The State Board admittedly stated in Decision 1379 that these are "interim. standards onlv." The record on the public meeting has remained open for written comments until May 14. Prior to that date, the staff will be presenting a prepared statement to the Board of Supervisors for their approval and authorization to submit the statement to the Departr:ent of tater Resources. (EC) A G E N D A Public Works Department Page i of 8 April 27, 1976 00010 SUPERVISORIAL DISTRICT I Item 1. NORTH RICHMOND STREET IMPROVEtLr•LITS - APPROVE PLANS AND ADVERTISE -FOR BIDS -- North Richmond Area .It is recomrended that the Board of Supervisors approve , plans and specifications for the North Richmond Street Improvements Project, and advertise for bids to be received in four weeks, and opened at 11:00 a.m. on Tuesday, May 25, 1976. The Engineer's estimated construction cost is $57,000. The project consists of pavement reconstruction on Duboce Avenue between Battery Street and York Street; pavement u-idening on Gertrude Avenue just west of York Street, various intersection reconstructions and overlays to improve rideability together with corrective drainage work. Duboce Avenue, together with several intersections in the vicinity of First Street, Third Street and Silver Avenue will need to be closed to through traffic with the exception of emergency vehicles and local residential traffic while work is in progress. It is- recom:zended that the Board approve the road closures subject- to contract requirements. This project is considered exempt from Environmental Impact Report requirements as a Class IC Categorical Exemption under the County Guidelines. It is recommended that the Board of Supervisors concur in this findinS. (RE: Project No. 0565-4285-76) (RD) Item 2. AMHERST AITNUE RECOYSi'RUCTIaN - APPROVE ROAD CLOSURE - Kensington Area The Amherst Avenue Reconstruction plans and specifications were approved by the Board of Supervisors and advertised for bids on April 20, 1976 with bid opening set for May 18, 1976. The contract special provisions permit the contractor to close Amherst Avenue to through traffic between Arlington Avenue and Oberlin Avenue, but make provision for passage of emergency vehicles at all times, and access to residents' homes. The construction time is estimated as 30 working days. It is recommended that the Board of Supervisors approve the road closure of Amherst Avenue during the construction period subject to the contract requirements. (RE: Project No. 1552-4300-76) (RD) A G E N D A Public c•:orks Department Page 2 of 8 April 27, 1976 00011 SUPERVISORIAL DISTRICT II Item 3. SAN PABLO AVE_%1UE MEDIAN LANDSCAPING - APPROVE PLAINS AND ADVERTISE FOP. BIDS- - San Pablo ARea It is recommended that the Board of Supervisors approve plans and specifications for the_ San Pablo Avenue Median Landscaping Project and advertise for bids to be received in four weeks, and opened at 11:00 a.m. on Tuesday, May 25, 1976. The Engineer's estimated construction cost is $26,000. The project consists of landscaping the traffic medians on San Pablo Avenue from 800 feet west of Tara Hills Drive to Del Monte Drive. The islands will be landscaped u:ith pine trees and low-growing shrubs enclosed in redwood planter bores. The work includes an irrigation system. This project is considered exempt from Environmental Impact Report Requirements as a Class Ic Categorical Exemption under County Guidelines. It is recommended that the Board of Supervisors concur in this finding. (RE: Project No. 0971-4256-75) (RD) Item A. SHELL AVENUE - TRAFFIC- REGULATION - Martinez Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolution No. 2192 be approved as follows: Pursuant to Section 21356 and 21803 of the C41ifornia Vehicle Code, all vehicles traveling southerly on SHELL AVENUE (Road 13281) , Martinez, shall yield the right of way to traffic on Peach Street (Road 13282) . (TO) Item S. MIDHILL ROAD - ACCEPT EASEMENT - Martinez Area It is recommended that the Board of Supervisors accept a Grant of Easement and Right of tray Contract dated April 15, 1976 from John T. Bowen and Wanda Faye Bowen, and authorize the Acting Public Works Director to execute the contract on behalf of the County. It is further recow.-ended that the County Auditor be autho- rized to draw a warrant on behalf of the Grantors for $215 and deliver to the County Real Property Agent for payment. _ Payment is for a 429 square foot drainage easement. (RE: Project No. 3571-4115-73) (RP) A G E N D A Public t;orks Department Page 3 of 8 April 27, 1976 00012 i SUPERVISORIAL DISTRICT III Item 6. COUNTY SERVICE AREA R-8 - APPROVE PROPERTY ACQUISITION - Walnut Creek Area It is recommended that the Board of Supervisors approve and authorize publication of a Notice of Intention to purchase from Crocker National Bank, all of Assessor's Parcel No. 139-180-006 and 139-180-007, consisting of 174.91 acres for a purchase price of $437,275. This property is being acquired for Shell Ridge Park and Open Space purposes in accordance with the provisions of the City of Walnut Creek and County Agreement dated September 17, 1974. The cost of this acquisition will be financed from the proceeds of the sale of the $6,750,000 2974 Park and Open Space Bonds previously authorized by this Board for County Service Area R-8. Environmental and planning considerations for the above have been complied with. (SAC) SUPERVISORIAL DISTRICT IV No Items (Agenda Continued on Next Page) A G E N D A Public Works Department Page 9 of 8 April 27, 1976 ON13 K SUPERVISORIAL DISTRICT V Item 7. ROUNDHILL ROAD - CONDEMNNUON ACTION - Alamo Area It is recommended that the Board of Supervisors adopt a Resolution of Necessity to Condemn, and authorize County Counsel to initiate a condemnation action to obtain immediate possession of all remaining right of way parcels required for the construction of the Roundhill Road connection. (RE: Mork Order No. 4306) (RP) Item 8. DRAINAGE ZONE 13 - LINES C-1 AND C-2 - APPROVE PLANS AND ADVERTISE FOR BIDS - Alamo Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District, approve plans and specifications for the construction of a storm drain along Danville Boulevard from Laurenita Way to Entrada Verde in Drainage Zone 13, and advertise for bids to be received in four weeks and opened at ` ' 11:00 a.m. on May 25, 1976. It is further recommended that the Board of Supervisors determine that the project will not have a significant effect on the environment and direct the Director of Planning to file a Notice of Determination with the County Clerk. A Negative Declaration pertaining to the project was posted and filed with the County Clerk on December 8, 1975, with no protests received. The project consists of a 500-foot extension of the storm drain system along Danville Boulevard to Entrada Verde and across Danville Boulevard to Ramona tray. The engineer's estimated cost is $53,000. The project is 'being funded jointly by Storm Drainage District Zone No. 13 and the County. (RE: Work Order 8520 - Project No. 8520-76 - Storm Drainage Zone No. 13) (FCD) Item 9. SUBDIVISION 4121 - ACCEPT DEDICATED AREAS - San Ramon Area On May 6, 1975; the Board of Supervisors accepted the roads in Subdivision 4121 as County roads. Four small areas adjacent to the ,Test side of Bollinger Canyon Road were offered for dedication for public use on the final map but were not accepted at the time the roads were accepted. It is recommended that the Board of Supervisors accept parcels A, B, C, and D of Subdivision 4121. Subdivider: Dame' Construction Company, Inc., P. 0. Box 100, San Ramon, California 94583 Location: Subdivision 4121 is located along Bollinger Canyon Road south of Crow Canyon Road. (LD) A G E N D A Public Works Department Page 5 of 8 April 27, 1976 00014 Item 10. RURAL TRANSPORTATION GRAFT APPLICATION - SENATE BILL 283 East County Area Senate Bill 283 enables the State to provide $4 million over a three-year period for local transportation projects. Under guidelines established by the Department of Transportation, preappli.cations for specific projects must be submitted by May 1, 1976. It is recommended that the Board of Supervisors authorize the Public Eorks Department to submit a preapplication for a project in Eastern Contra Costa County that is the same as the Federally-sponsored project. for which the Board previously approved an application on March 30, 1976. The project would provide demand-responsive transit service for transit dependent persons (the elderly and handicapped) and coordinate the transportation needs of the social agencies serving the area. If the preapplication qualifies, the final application will be prepared for Board review and approval during July. As with the _earlier Federal application, the project, if approved,- will require approximately $21,000 of "local" County money over the two-year demonstration period. It is undertain whether either of these applications will qualify. In the event .that both applications are approved, the Public Works Department will recommend that funds from only one source be accepted. (TP) Item 11. ACCEPT INSTRMIENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Grant Deed for 3-23-76 Robert C. Banovac, Sub. 4445 Development Rights et al. 2. Grant of Ease- 4-8-76 J. Thaddeus Cline Sub. 4620 went for Drainage Purposes 3. Grant of Ease- 4-3-76 Robert Allan DeChene Sub. 4620 ment for Drainage Purposes 4. Grant of Ease- 4-9-76 Richard H. Robinson Sub. 4620 ment for Drainage Purposes (Continued on next page) A G E N D A Public Works Department Page 6 of 8 April 27, 1976 00015 Item 11 Continued: No. Instrument Date Grantor Reference 5. Grant of Ease- 4=8-76 Thalia B. Brewer Sub. '4620 ment for Drainage Purposes 6. Grant of Ease- 4-3-76 - George A. Lawrence, Sub. 4620 sent for Drainage et al. Purposes B. Accept the following instruments for recording only: 1. Offer of Dedi- 1-21-74 Warren M. Hook, et al. Sub. 4627 cation for Road- Sub. 4721 way Purposes 2. Offer of Dedi- 3-23-76 Robert C. Vanovac, Sub. 4445 cation for Road- et al. way and Access Purposes 3. Offer of Dedi- 4-21-76 Boise Cascade Corp. Sub. 4196 cation for - Sub. 4440 ' Drainage Purposes - Sub. 44411 _, (LD) Item 12. FLOOD CONTROL ZONE 1 -' LINES E AND E-1 - APPOINT CONTRACTING OFFICER AND REPRESENTATIVE - Brentwood Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, appoint Vernon L. Cline, Acting ex officio Chief Engineer of the Di9trict, to act as Contracting Officer on behalf of the District, and Joseph E. Taylor, Deputy Chief Engineer of the District, as his autho- rized representative to act for the Contracting Officer. The Contracting Officer has the administrative responsibility for carrying out the District's performance under the Engineering Services Agreement No. AG06SCS-00127 between the District -and the Soil Conservation Service, and may delegate authority to other representatives of the District for contract administration purposes. (RE: Work Order No. 8315 - Flood Control Zone No. 1) (FCD) GENERAL Item 13. CAMINO PABLO - SALE OF EXCESS PROPERTY - Orinda Area It is recommended that the Board of Supervisors approve the sale of surplus County commercial property and adopt a Resolution and Notice of Intention to sell the property located between Camino Pablo and Orinda Way, Orinda Village area, at public auction, by the County Real Property Agent. (Continued on next page) A G E N D A Public Works Department - Page 7 o'f 8 April 21, 1976 00016 Item 13 Continued: It is further reco.-rmended that the Board approve the terms and conditions prepared by the County Real Property Agent as set ' forth in the Notice of Public Auction and authorize the Clerk of the Board to post and publish the Notice of Intention to Sell Real Property pursuant to Government Code Section 6063. - Said terms and conditions include: Date of Sale: Tuesday, June 8, 1976, at 11:00 a.m. Location of Sale: County Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, California Minimum Bid: $35,000 Minimum Bid Deposit: $3,500 The property consists of a 0_566 acre vacant, landlocked parcel of land. Environmental and planning considerations in this regard have been complied with by filing a Negative Declaration of Environmental Significance and submitting data for General Plan Conformance Report. (RE: Work Order 4508) (RF') Item 14. ORINDA COAASUNITY CENTER PARK - APPROVE CHANGE ORDER NO. 1 - Orinda Area It is recommended that the Board of Supervisors approve Change Order No. 1 to the construction contract with Ferma Corporation of Mountain View, and authorize the Acting Public Works Director to execute the Change Order. The Change Order extends the contract time 45 days, provides for additional drainage work, and will add $2,004.39 to the contract cost. (RE: Work Order 5230) (B&G) Item 15. CONTRA COSTA COUNTY WATER AGENCY 1. The Delta Rater Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. 2. It is requested that the Board of Supervisors consider attached "Calendar of Water Meetings." No action required. (EC) NOTE Chairman to ask for any co.-ents by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department Page of 8 April 27, 1976 ON17 Contracts, Agreements, or other documents approved by the Board 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). moll In the Board of Sup.ervisors of Contra Cosa County, State of California ADril 27 - 19 76 - M the Matter of ' Ordinance(s) Introduced. - The following ordinance(s) which amend(s) the Ordinance Code of Contra Costa County as indicated having been introduced, the Board by unanimous vote of the members present waives -full reading thereof and fixes '•cap° 14 , 1976 as the time for adoption of sage: Adds Section 52-4 .221 and Amends Sections 84-4.404, 311-33.404 , and 54-54.402 pertaining to revulations for land improvement contractor's yards and recreational facilities and activities - in residential districts. PASSED by .the Board on April 27 , -1970'- I 1976I hereby certify that the foregoing is a true and correct copy of an ordar entered on the- minutes heminutes of said Board of Supervisors on the date oforesaid. Witness my hand and the Seal of the Boercf o` Supervisors cffiixed this 27th day, of April _ 1976. J. R. OL.SSON, Clerk Deputy Clerk H 24 12173 - 15:1 9bnnie "Oa3 00019 Y In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is a true and coffee 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 27th day of April 19 76 J. R. OLSSON, Clerk By. a Deputy Clerk H 24 12170 - 15-M Doro MacDonald I POSITION ADJUSTMENT REQUEST flo. C/ G Department HRA / Medical Services Budget Unit ._ Date ��17t76 Action Requested; Revise the class of Chief, Medical Administrative Services 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 of Wildness my hand and the Seal of the Board of Supervisors affixed this 27th day of April 19 76 J. R. OLSSON, Clerk By ✓,� ,, Deputy Clerk Dorot MacDonald H 24 12174 15-M POSITION ADJUSTMENT REQUEST tic): ! l Department HRA / Medical Services Budget Unit 540 Date 3/17/76 Action Requested: Revise the class of Chief, Medical Administrative Services Proposed effective date: 3/24/76 Explain why adjustment is needed: to reflect organizational changes made in the Medical Services Department by the Board of Supervisors on 3/23/76 Estimated cost of adjustment: Co���� Amount: cc cll,Ia Co 1 . 6a�ari+rs ahb wages: �'_C�I� "' / 2. Wed A-sse (tiat .items and cast) D L.LCo r tv Estimated t6fiP " r^ ;,►, 11 cv Signature • - �- Depar tment Head Initial Determination of County Administrator Date: March 25 1976 To Civil Service: Request recommendation. oun mimstrator Personnel Office and/or Civil Service Commission ate: April 23, 1976 Classification and Pay Recommendation Reallocate class and all positions of Chief, Medical Administrative Services to Administrator- County Medical Services. Study discloses duties and responsibilities are appropriate to the class of Administrator-County Medical Services. Can be effective day following Board action. The above action can be accomplished by amending Resolution 75/592 and 71/17 to reflect the retitling and reallocation of class and position of Chief, Medical Administrative Services to Administrator-County Medical Services, both at Salary Level 613 (2389-2904) . Assistant Personne Director Recommendation of County Administrator Date: April 2s, 3 97r, Recommendation of Personnel Office and/or Civil Service Commission approved, effective April 28, 1976. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( ) on J. County Clerk Date: f^ , , . By: �l�P^-.�?��, n _ Pord3'.yrn S!•:_etas Deputy C66020 APPROVAL o6 -this adju.5tire :t e01t6.titUtes ar: App&op�_iati-on AdJu,&Znent and Peiwnnet Rcso&ti.on Amendmeitt. f -n POS I T I ON A D J U S T M E N T REQUEST No: Department Sheriff-Coroner Budget Unit 055 Date March 15, 1976 Action Requested: TO review the title and minimum requirements for the class- ification of CorL-nunications Engineer Proposed effective date: 3-31-76 Explain why adjustment is needed: To u&ate the specification in line with other a-milarClassifications throughout the State- OL Estimated lco -ofadjustment: Amount: 1 . Salaries and wages: 2. hx'edohssi&ts: (tZs.t .stems and w4t) Mr t ' Estimated total y $ —0— Signature Bep'1Ti" Or THE SHERIFF-CORONER - Initial Determination of County Administrator Date: To Civil Service: Request recommendation. ` ir u vm�n, tat Personnel Office and/or Civil Service Commission Date: April 23, 1976 Classification and Pay Recommendation Reallocate class and position of Co-...munication Engineer to Communications Director. Study discloses duties and responsibilities are appropriate to the class of Communication Director. Can be effective day following Board action. The above action can be accomplished by amending Resolution 75/592 and 71/17 to reflect the retitlins and reallocation of class and position of Communications Engineer to Corw.unications Director, both at Salary Level 546 (1947-2367). Assistant Personn Director Recommendation of County Administrator 'f Date: April 28 , 1976 Recommendation of Personnel Office and/or Civil Service Commission approved, effective April 28, 1976. County Adminlstr for Action of the Board of Supervisors Adjustment APPROVED ( ) on J. R. OJSSON. County Clerk Date: By: r.,• �c. } '4h���C,..J . t?o^��iyrn $haj�fVs cpu:y Clerk APPROVAL o f tJi" adjustment eollst .tltt2.s ax AWxp•`•iation Adjustment artd Pehaonnel? Reaoluti.on Armets Lwj%t. 21 .,:. . ,._ r POSITION ADJUSTMENT REQUEST lto: Auditor-Controller Department Data Processing Budget Unit 011 Date 2-18-76 Action Requested: Add one Prooramzmer Analyst with a proposed effective date of May 1 , 1976. Proposed effective date: 5-1-7 i Explain why adjustment is needed: To dr-sign and maintain the now _Rnsinas_sl Cast;ra C:osZa Lcunt'/ Personal tv System. Estimated cost of adjustment: Amount: 1 . Salaries and wages: Oi i lza of $ 2-Z60.QQ 2. Fixed Assets: (tiAt items a,:d cast) 4esk-$210, .�: cz3 ♦: $ 212-: t a Estimated total 72,970.0 ca � C 0 Signature •,s L4L 4L_ K Depa r n ea Ini ti a Detii nni -ati on of County Administrator Date: _21 __I? l ,--?�,, UV-J24- Countydminiistrator Personnel Office and/or Civil Service Commission Date: April 13, 1976 Classification and Pay Recommendation Classify 1 Programmer Analyst. Study discloses duties and responsibilities to be assigned justify classification as Programmer Analyst. The above action can be accomplished by amending Resolution 71/17 by adding 1 Programmer Analyst, Salary Level 433 (1380-1677). can be effective day following Board action. Assistant Personnel Director Recommendation of County Administrator ,/ Date: Anril 28, I47A Recommendation of Personnel office and/or Civil Service Commission approved, effective April 28, 1976. /f r County nministrator ` Action of the Board of Supervisors Adjustment APPROVED (B on ^fir County Clerk Date: 19"o APPROVAL o f tl iZ adjus�mert ceItsttctcates ar. Apptopti.atti.on Adju6bnent and Peneonnet 00022 Resobiti.on Amendm+�t. i POSITION ADJUSTMENT REQUEST No: �S Department rLES;,' Budget Unit o?" Date '..a.tc.'t 31 .—19 76 Action Requested: /_cartce_L Ass is '_�,�t Cic�f: o: the roand Pos.i.t.ion� (031 andf tea,_$4�gn Etder jean Manf.in to (021- vacated bg k.tt-0!6i--Proposed effective date: 4- 1-76 Explain why adjustment is needed: Fxt-a r)cs.it.io,t teas es.tab2.i�shed to covet tta.in%.ng "C"' ed -to tt ?. %'Iectiy^_ 3- 30- 76. Estimated cost of adjustment: `r � '='�: Amount: 1 . Salaries and wages: $ 2. Fixed Assets: (ti.s.t .i.,terss c,td cost) a $ z!3 Estimated total > UJ r s 0 Signature �'�'Le x Department Head Initial DeterMi-nation of County Administrator Date: County Administrator Personnel Office and/or Civil Service Commission Date: April 9, 1976 Classification and Pay Recommendation Cancel l Assistant Clerk-Board of Supervisors. The above action can be accomplished by amending Resolution 71/17 by cancelling 1 Assistant Clerk.Board of Supervisors, position 903, Salary Level 305 (934-1135). Can be effective day following Board -action. Personnel Director Recommendation of County Administrator Date: April 28, 1976 Recommendation of Personnel Office and/or Civil Service Commission approved, effective April 28, 1976. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( ) on J. R. MON, County Clerk Date: .�p� 9 i'_�,'C By: APPROVAL o f thvi.a adjusttn:ent ear. i ts-tes evt AdptoppdAti.on Adjus-b tent and Peuonne, 023 Reaotatc.on Amu:dmezt. �jV a e &3 �A In the Board of Supervisors of Contra Costa County, State of California April 27 1976 in the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing h a true and cored copy of an order entered on the minutes of sold Board of Supervisors on the date aforesokL Witness my hand and the Seal of the Board of supervisom affixed this 2 Way of_April 19 76 J. R. OLSSON, Clerk By Deputy Clerk Dorot McDonald H-24 3/76 15m I hereby certify that the fore is a trm and correct the minutes of said gourd of Supervisors on the dab id,aforesaSPY on order � on ou Witness my hand and the Seal of the Board of SUPOMKIVs affixed this -tdoy of=_AlLr 19 76 J. R. OLSSON, Clerk gYDoroDeputy Clerk t McDonald H-24 3/7615m CONTRA COS,A COUNTY • APPROPRIATION ADJUSTMENT RESERVED FOR _S_ C r FE X ASSE' IT 'S ✓ Increase SFa '` Ceuecse CR X IN 66) Coda Gua11110 'r SE!ECT ^ChD CO%*S�°UC T JON 01 1003 6i1-7 •4^ 133 Cs-bridge Avenue 2000 •/ } 514 2. 19?t' CZ•er i ay Pro juCt 9846 / 30+ I. ':aminG -Jab Io 132 3;4 2. Det.a tad 9346 98' 4 S1 ide R epa:.- 920 a45 2. Design Zngineer:ng 132 SELcL i RAJ BET T E N4zNTS 993 3. 7e;terr ten-'s 20010 J:1°:M POAD C0'%5-.R11CT1G'% 6i5-7600 21G 2. Triiane 12 I 230 2. Ave.idLSar':nez 920 416 2. Cinino Andres 444 9 25 2. Des i-n Eny i neer i ng 456 1 66,6-7c.'_ 32^ 2. '.'-.j'. • Drive 164 2. u i'erments 184 PROOF _C"__ _ _ �_'_ _ _ _ _ _ XPL:-``ATIGN OF =EWEST ! li ccF,ta1 o„rtay, 1.St items and cost of each) TOTAL =NT,;' 42`.S Cove:- expend;cure^ on cornpleted work orders. Data 2. 4113, 4249, 4593, 4749, 5335 Transfer funds on ca:p 1 ei ed work orders. 3. :i".0. 4298 Ex-tend culvert at Yale Avenue, APPROVED: SIGIN AT�2RES -T AUDITOR- ORIL•1101 F111%rP BY �1pt' :, 1 .76 CON 1ROLLER R. L ►'c?C';,:� COUNTY 1 ADMINISTRA 1 OR- n BOARD OF SUPERVISORS O! CER: YES: supendaors XeTLIY. Dt", :viz n utc. _' ,7 are; ��•L � 1 f J R OLSSO�V. CLERK ct i no ?�h 1 i c. k1 ,rks Director 4/21/7; �et,d^!yrn Vit+t-kiP$ y= !ae A0024 Title epDate Deputy Clerk Avproo Adj. V�Z)n-;•nal Pk. ' .« n 4. rw CONTRA COS`--' COUNTY A?PROPRIATICH ADJUSTMENT =Ublic acrks RESERI'CD 1OR .�_ ,; _ C'= f=XE� •,::E' ITE,• Increase Card S}:ccial _ Decrea,e Code Qoanr .O f q, , -r, r 1 (CR X 1.41 66) PLANT ACOU 1-5 IT IG'. -4T2 SCJ 11.D INGS JI I0?3 0a6-771 <! I . t. Caia 'roc =-i 63u 6470 COO I . tri-v I i nq --vers `G C21 6470 i 4 NtGE .,A INT E.`:A`.E 330-2317 2. e7ud drrge :o x761-997 2319 f EI--ZT Rc:-'O CC S':zLv--T 10N 1-7,:10 9a7 2. Cesign ung Fin 333 2319 PROOF �'_ '_�_ V _ = :f REL G57 tf :e�rrat outlay, i zs irem: and cost of each) TOTAL _ _ ENTR) 1 . V.1.0. 5273 Cons. lida-, ion of funds for Finance Bldg Dare zr.:• air conditioning re.mode l . 2. W.0. 5419 Trcrrsfar funds on cancelled project. APPROVED, �IGIN ATUR£� ,A AUDITOR- CONTROLLER 1 T Z' COU' { ADMINISTRATOR' ` BOARD OF SUPERVISORS OF.-"ER' YES' 3 piexvl•o:; Dena,'. Lle4�. N1on::nN i Acting Tubi .c 67orkc Director 4/21/76 J. R. OLSSON, a- RK �:..c " Title tote Dep,:-.v :tk 01025 laurmal Na. r _ man" • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMEKT 1. OEPARTMENTORBUDGET UNIT Probation - Juvenile Hall #314 RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT Fund 2. OBJECT OF EXPENSE OR FIXED ASSET lT@A' Oteteost Increase Code (Lant;ty) Bud^etlliat Obtect S„b.Acct. CR x IN 66) 01 1003 314 - 2150 Food 2,960 314 - 7750 008 Steam Cooker 2,550 314 - 7750 009 Steam Jacket Kettle 410 PROOF Cornp,- Kms_ VER.- 3 EXPLANATION OF REQUEST(If capitol outlay, list irons and cost of each) TOTAL -- - - - — ENTRY To adjust fixed asset accounts per quotation received by the Purchasing Department. Dote Description APPROVED: SIGNATURES DATE AIMITOR- CONTROLLER: + IPINTY 1 AIWINISTRA;OR: /21 go-%RD OF SUPERVISORS ORDER- YES: RDER:YES NO:. J. R. OLSSON tom, CLERK �,� t'h1 �- ' • County Probation Officer 4/21/i Signature Title _ Ootr �p�.Ad,. ( M 124 Ree. 2/68) Journal See IRstmClioxs on Reverse SideW02JouJournal� CONTRA COSTA COUNTY , APPROPRIATION ADJUSTMENT 1. oE�AaTt_:E::T c� f_=��cEr i:cit Social Service - Children's Shelter RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special 41'C,.!NT _. ulE%T Of EXPEnSE OR FIAED ASSET ITEM• i-;reuse Fund Decrease Code O'antit Bjdar1Unit Clf•cct x t.Ai-t. (CR t IN 6t: 01 1 1003 570-7750 002 Vacuum $325 01 1003 570-2170 Household Expense $325 PROOF Ce_�._ _"'.P. _ _ _R. 3. EXPLA'NATiCU OF REWEST(If ccaitoi ouil", list items and cost of each) TOTAL The Children's Shelter has two commercial-type vacuum ENTRY cleaners. Both were coming due for replacement last year. Date Description We requested one in the 1975-76 budget and had hoped that with one new one and continued maintenance on the other we could manage. The second one, however, is now to the point that we cannot keep it running any longer. It was purchased in 1969. These machines receive heavy use by both staff and the children, as well as by custodial staff. It is therefore necessary that the second one be replaced now. APPROVED: 5,�=(.ATJRtJ DAIE Necessar • appropriations can be transferred from Household AUDI IOR— 0311M,: L Sl.""• BY Expense. CONTROLLER: F R' 'i' r2"R j COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: :3upc.^s1a0rs Kenn- 1�1-, 1R. E. Jornlin, J. R. OLSSON. CLERK Director 4/9/76 Rendoiy. ns-- :lit S, ct,re Title _ / Dote Deputy l:zr p prop.Adi. �j�Cr7J (A1 129 REV, 2/75) Journal No. _ ' t;r 1.+�:racti.,ac +.0 Rea a+sr tisQ 027 CONTRA COSTA COUNTY APPROMATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT j,. RESERVED FOR AUDITOR-CONTROLLER'S USE Brentwood 1,01 a District Cord Special ACCOUNT 2. DBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Q�ontit 1 Fund BudaetUnit Ola ect b.Acct. CR X IN 66) 01 2004 2304-775 005 ►'6Acle :sdio V41240.00 01 200.• 2004-771 002 "r void ,w 1Wio 41240-00 I r f PROOF Or"P _ _ K.P._ —VER. EXPLANATION OF REQUEST( If capital outlay, list items and cost of each) TOTAL ENTRY .'o z2ovi,4, I'C� oIIt3 . 'OtOTQ}:i radio with Dote Des:t+pt a. ?�.:,1.r+4'472ra Li-c?1 ', t`:s Br,31r4+/0��= A. f APPROVED: ";f C��TU4- 4 L" ,E v+i ITOR- t7 I ONTROLO?ic': I 111 ? AIMUNISTRATOR: ROARp OF SUPERVISOP; ORDER: I > 4ul?cnlaws Kenny, iia.. ai,ris�:y $pgge&i. Llrscliod NO:. 1)CrNe— JOCLERK hill �`�'f // � ��►� Secretary �3 17_7b 1`i4^. c^ •-itr� S +at.�e Title / Date I}cputy Clerk 00028 Jcur ct No. Sat 7G l M 129 Rev. 2 e. ) • Syr Instructions un Bre rrsr Side ( CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT CR E'JDv'ET U':iT RESERVED FOR AUDITOR-CONTRDI-LEWS t,SE Contra Costa County Fire District -�i Special A--00jNT 2. DaJECT OF EXPENSE OR FIXED ASSET ITEM ' Decrease_ Increase a� 4Lanr'ty� Fund f3�d,etUa;r O;.ec� >_r.Acct- (CP X I'i 66) 2025 2025 7750 628 Smoke Detectors 605 7752 6'2 Lobby Furniture 1505 7758 671 Electronic Sirens B00 7753 666 Iwio — &.&Wt! 2910 Fd� Fp A a S PROOF I-K.P._ _VER-_ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY 1. Increase in price of smoke detectors. Date Description 2. Furniture needed for lobby in new Admin. Bldg. 3. Three elctronic sirens for Grassland Units. APPROVED: i' 1GNATUR DOXTE AUDI TOR- / CONTROL't,O: COUNTY ADMINISTRATOR: ;BARD Of- SUPERVISORS ORDER: YES- suix:rClaor's ii@11P\'. i las, 17 Ut::i:'i Bogge:js. Lirschvid �r t 1 NO:.� KYV- --- J. R. OLSSON, CLERK Chief 4-19-76 �(yTitle 7 Dote )�pt,ty Cler! O 06)(1 Approqj Journal No.op.Add. �eC �� !Q 129 Rev. 2/0) •Ste lustrnetioas or. Reverse Side IN ME BOARD OF SUPERVISORS Or CONTRA COSTA COL?iTYj STATE OF CAhIFORNTA In the ?:atter of Changes ) RESOLUTION NO. 76/348 of the Assessment Roll ) of Contra Costa County ) 1,r aRMA-3, the County Assessor having filed with this Board requests for correction of erroneous assessments, said reauests having been consented to by the County Counsel; NOW, 'THEREFORE, BE Ii RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975 - 1976 it has been ascertained from the assessment roll and from papers in the Assensor' s office -d--at was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of tha California Revenue and T:Lxat on Code, the followinm defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; end in accordance with Sections 4980' and 5096 of the Revenue and laxation Code, the assessee may file a claim for cancellation or refund: Code 66057 - Assessment Ito. 0GG1, beat CF 7406 AE is erron- eously assessed to Richard J. Ray, Assessed value 13G. Since 1r. Ray was not the owner of this boat on the lien date, this assessment should be corrected to zero value. FURTHER, for the 1972-73 fiscal year: Cade 79CG5; - assessment ?.o. 0253, boat CF 64.55 AG is erron- eously asse9sed to Robert Gra., assessed value *70. Since this bo,nt was destroyed prior to the lien date, this assessment should he corrected to zero value. FURTHER, for the 1971-72 fiscal year: Code 70CC5 - assn,:-*hent No. 901C, boat CF 61E55 AG is erron- -.ounly ansessed to Robert may, assogsed value $80. Since this boat was destroyed vrior to the lien date, this assessment should he norrec tcd to c�:ro Vahan. I hereby consent to the above rrn.?tses and/7t- corrention3. ;OW1 B. CL.AUSEN County Coun3el R. 0. Seaton ury Assistant Asnas-or APP, 2 7 1976 Adopted Boord on....................... ....-...... Tax Go"'I ector Audi for Page 1 of 2 76/343 00030 _._. ;;� • ii 1 IH Ta SOL= OF SUPMWISORS OF CONTRA COSTA COURTIY, STATS OP CALIFORNIA In the Ratter of Changes ) or the Assessment Rol ) of Contra Costa county ; RESOLUTION NO. 76/349 WHER 3, the County Assessar having Tiled with this Board requests for correction of erroneous essessmants, said requests having been consented to by County Counsel; Nava Tugs Str0r7B, BE IT REOLYED that the County Auditor is authorised to correct tba following assosoments For the rhea! Year 1975-76 It has boon ascertained from the assessment roll and frain papers in the Assessor's Office what tins intended and what should have been assessed; aced, therefore, pursuant to revenue and Taxation Code Section 4831, the following defeats in description and/or roma and clerical arrora of the Assessor on the roll should be corrected. FurUmr, In accordance with Section 1;985(a) of the Revenue and Tlaxatian Cods, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to snob error should be canceled as it was impossible to complete valid procedures Initiated prior to the delinquency date upon the aharog that payment of the corrected or additional amount +res me& within 30 days from the date the correction is entered on the roll or abstract record. For the Plscal Year 1975-76, on Parcel No. 196-161-001-9, Tax Rate Area 66047, FROCIS P. & RIGNOM H. GAMEY were not allowed the bamoawner's exemption through clerical error. The ex iqp should be allowed in the amount or V1,750. For the Fiscal Years 1974-75 and 1975-76, an Parcel No. 269-JkO-001;-5, T= data nrem 83004, CAWLYS AIM 890010 was erroneously denied the bamecwaar's eseoption bI board ftsolutton No. 76/170 adopted by the Board February 24, 1976. The bomeowaerrs exception should be reapplied for both fiscal years in the aswreeat of 01,750. Pb- the Pisosl Y=arn 1971;-75 and 1975-762 on Parcel Na. 374-071—oo"s Tax Rats: Area 05001, Paimo d mak Want Trustees, and WARY COLDXB09 Trustor, were not allowod the homeouner's es+s■ption through clerical orror. The hameowne_-•I s tion should be aliaewed In the amount of $104W for the 1974-75 Fiscal Year pursuant to Rsveam and 'Taxation Code Section 275(b) as the claim was tired between April 15 and December 19 1974• The homeowner's ezooption should be allowed In the amount of $4750 for the 1975-76 Fiscal Year. For ttus Fiscal Year 1975-760 on ?arcel No. 131-303-011-8, Tax Hato Area 06019, M qL.—:N F L. HU3ER. was erroneously not allowed the brneownerrs exemption through clerical error. The exmmption should be allowild in the Amount O:r 418750. 1 beireby consent to the above ehnni"a and/or corrections: Jowl N. CLAU3aN, County Counsel R. 0. S.r a• , Asa stuant Xaabssar OP r• t/11-21-70 By dw Copy to: •'.aaeaaar pay Auditor tr do&mdO _ APR P.7 t91B 'fax Collector Adopt tri poem 1of1 R S^:X i011 NO. 76/349 own 1 IN THE BOARD OF SUPERVISORS . OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 76/350 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel ; NOW2 THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4986 (a) (2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or interest on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 (b) of the Revenue and Taxation Code. In Tax Rate Area 85054, Parcel No_ 426-060-007-9, assessed to Wunderlich Development Co. , and Paul C. Petersen, has been erroneously entered as a separate assessment on the assessment roll due to error in not canceling such parcel, which resulted in a double assessment with a portion of another parcel . Therefore, this parcel should be deleted from the assessment roll. I hereby consent to the above changes and/or corrections: R. 0. SEATON JOHN C E `, my Counsel Assistant Assessor t4/14/76 APR 2 7 19?6 By zi a acrd on... eput Copies to: Assessor (*Ars. Kettle) Auditor Tax Collector i 1 i Pane I of I RES�111AUT ION .?!O. 70'/350 00032 '..,_,, 1976 py V `� • eput t4/14/7f, 1P� 27 thet=rdon- ,,trs. }:ettie) Collies to: Assessor ( :auditor Tax Collector I Fane I ofUTION I 00032 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 76/351 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel ; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained by audit of the assessee`s books of account or other papers that there has been a defect in description and/or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a sub- stantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831 .5 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section 4986 (a) (?) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or interest on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 (b) of the Revenue and Taxation Code. For the fiscal year 1974-75, in Tax Rate Area 79038, Parcel No. 159-110-001-9, assessed to Gallagher $ Burk Inc. , has been erroneously assessed with incorrect Personal Property value of $114,335. It has been determined through audit of the assesseets records that the personal property assessment should be corrected as follows: Original Corrected Amount For t}1e Assessed Assessed of R&T Year Type of Property- Value Value Change Section 1974-7S Personal Property $1142335 $110,735 $3,600 4831 -S I hereby consent to the above changes and/or corrections: JOHN BOE! unty Counsel Assistant assessor t4/14/76 By eputy Copies to: assessor (Mrs. nettle) Auditor Tax Collector Fuge 1 of 1 EE7SOL!jT i 4'% ".0. 70;/351 00033 BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFORNIA RL: In the Matter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION NO. 76/352 Roll of Property Acquired by Public ) Agencies. ) (Rev. & Tax C. S4986(b) and 2921.S) Auditor's Memo: Pursuant to Revenue and Taxation Code 4986(b) and 2921.5, 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. I Consent 11. DONALD FUNK, County Auditor-Controller _ JOWN B. CLAI EN, Coounty Counsel . By: `� v ; � als24 �neputy By: Deputy VU The Contra Costa County Board of Supervisors RESOLVES THAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 19 70 - 71 unsecured roll. ti Tax Date of Transfer Remaining Rate Parcel Acquiring Allocation Amount taxes to be Area Number Agency of taxes to unsecured Cancelled 2008 135-120-013 STAT OF CALIF:RsiiA 7-1-70 to FR $ 405.80 - 0 - 6-30-71 14002 237-393-0014 STATE OF CALIF3.1NIA 7-1-70 to zR. 29.50 - 0 6-30-71 73020 177-100-030 STATE LF ;:YLZ=v' !dIA 7-1-70 to FR 34.80 -0- 6-30-71 73020 185-390-012 STATE OF LALT_F)RIILA 7-1-70 to 6-30-71 FR 45-40 -0- 73020 135-390-032 STAT: Or CA?.I:�'M!iA 7-1-70 to FR. 26.84 -0- 6-30-71 79068 159-040-00h U?.ITED STATES OF 7-1-70 to FR 53.8$ -0- :j-; 0- RZOA 6-30-71 2 i t +a PISSED A:;D ADOPTED ON APR County Auditor 1 by unaiiiS'mous vote of t}1e County Tax Collector 3 Supervisors present (Secured) (F-edemption) (Unsecured) RESOLUTIOti M. .76/352 0 0034 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the North } Richmond Street Improvements ) RESOLUTION N0. 76/353 Project , North Richmond Area. } (Project No. 0565-4285-76) WHEREAS Plans and Specifications for the Horth Richmond Street Improvements Project consisting of pavement reconstruction on Duboce Avenue between Battery Street and York Street , pavement widening on Gertrude Avenue and reconstructing various intersections in the Richmond area have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and - WHEREAS the Public works Director has advised the Board that- this project is considered exempt from Environmental Impact Report requirements as a Class 1C Categorical Exemption under the County Guidelines, and this Board concurs and so finds; WHEREAS the Public Works Director has recommended that the Board approve certain road closures subject to Contractor's requirements and this Board so approves; IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on ?',�-r ?_� 1�t n at 11 :00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law in 't' bids for said work, said Notice to be published in the SA�' PAB�,O l�NS PASSED AND ADOPTED by the Board on April 27, 1976 Originator: Public Ubrks Department Road Design Division cc: Public Works Director County Auditor-Controller County Counsel RESOLUTION NO.760353 oU035 • NORTH RICHMOND STREETS PROJECT NO. 0565-4285-76 CONTRA COSTA COUNTY PUBLIC 'WORKS DEPARTMENT MARTINEZ* CALIFORUTA NOTICE TO CO%TRACTORS --------------------- NOTICE IS HEREBY GIVE; BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY* THAT THE CLERK OF SAID BOARD WILL RECEIVE BIDS UNTIL 11 O'CLOCK A.1`1. ON PAY ?5% 1976% FOR THE FURNISHING OF ALL LABOR MATER I ALS, ECU I PMENT v TRANSPORTATION AND SERVICES FOR NORTH RICliMOND STREET IMPROVEMENTS T11E PROJECT IS LOCATED WITHIN THE COMMUNITY OF NORTH RICHMOND THE WORK SHALL BE DOWE IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REF=ERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE WORK DESCRIBED HEREIN. ENGINEEERS ESTIe-ATE ITEM ESTIMATED UNIT OF Rob OUANT I TY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTROL 2 (F) 1*750 CY ROADWAY EXCAVATION 3 1.200 T0N AGGREGATE SUBBASE CLASS 2 4 1+860 ToN ASPHALT CONCRETE TYPE C 5 2 EA ADJUST MANHOLE 6 1 EA MINOR STRUCTURE TYPE II MANHOLE 7 2 EA MINOR STRUCTURE TYPE A INLET 8 64 LF 15" RCP CLASS III , Q 66 LF 51-6 CURB CLASS B CONCRETE 10 300 S^-FT SIDEWALK CLASS B CONCRETE Mcrof ilmed with board order h _ 1 00036 M NOTICE TO CONTRACTORS (CO%T. ) EACH PROPOSAL IS TO BE IN ACCORDANCE +r:ITH THE PLANS AND SPECI— FICATIO";S ON FILE AT THE: CFFICE OF THE CLERK. CF THE BOARD OF SUPER— VISORS, ROOM 103+ COUNTY ADMINISTRATION BUILDING* 651 PINE STREET• MARTINEZs CALIFORNIA. THE PLANS AND SPEC IFI CAT I O�iS MAY HE EXAMINED AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPERVISCIS OR AT THE PUBLIC WORKS DEPARTMENTS 5TH FLCC:R OF SAID COUNTY AV-XINISTRATI:=N. BUILDI?:G. PLANS AIND SPECIFICA— TIONS PECIFICA— TIONS (NCT I":CLUD I NG STATE STANDARD SPECIFICATIONS OR OTHER DOCu;VE;,TS INCLUDEf) BY REFERENCE) AND PROPOSAL FOR'"-Ss MAY FE CBTAINED BY PROSPEC— TIVE ROSPEC— TIVE BIDDERS AT THE PUBLIC ►LURKS DEPART:•-ENT• 5TH FLCOR s COUNTY ADMINIS— TRATION DMINIS— TRATION 9UILDING9 UPON PAYMI==NT OF A PRINTING AND SERVICE CHARGE 1N THE M-10U+`2 T OF FIFE AND 30/1&00 COLLAO RS $5.3C (SALES TAX 1:.CLUCED) WHICH AMOU"JT SHALL NOT BE REFUNDABLE* C•s=C« SHA7—L RE %*Ar)E PAYABLE TO 'THF COUNTY -:�F CONTo?A COSTA ' s A"i: 5":.L9 FE :-AjLf:O TO :•ct•'•Lj .' r;(1�C5_ EF ktt i CALIF—R% t. 5 .55IST?: Ti:% f ? EACH FID SHALL BE MADE ON A PROPOSAL FORM' TO BE OBTAINED AT THE POBL I C WORKS DEPARTMIENT s 5TH FLCOR s COUNTY ACS?I Y I STRAT I ON BUILDING. BIDS AR= REQUIRED FOR THE ENTIRE AOI K DESCRIBED HER=I N s AND NEITHER. PARTIAL NOR CONI T I NIGENT BIDS WILL BE CONSIDERED. A PROPOSAL GUARANTY IN THE AVOUNT OF TEN ( 10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THE PROPOSAL. THE PROPOSAL GUARANTY ';AY BE IN THE FORM OF A CASHIER'S CtiF CK, CERTIFIED, Ctfi_CK OR BIDDER'S RONtD s MADE PAYABLE TO THE ORDER OF ' THE COUNTY OF CO%TRA COSTA. ' THE ABOVE--!F NT l0%%*ED SECURITY StIALL BE GIVEN: AS A GUARANTEE THAT THE BIDDER ::ILL ENTER INTO A CONTRACT IF AWARDED THE WORK# AND WILL BE FORFEITED BY THE 9ICDER AND RETAINED BY THE COUXTY IF THE SUCCESSFUL BIDDER REFUSESs NEGLECTS OR FAILS TO ENTER INTO SAID CONTRACT OR TO FURNISH THE NECESSARY PONDS 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 CLERK OF TtiE BOARD OF SUPERVISORS• ROJ'r 103s COUNTY ADi:I N I STRAT I ON . POILDING, 551 PINE STREET, -MARTIN;E29 CALIF(%Rf;1As ON: :%R BEFORE THE 25TH DAY OF t•)AY s 19769 AT 11 O'CLOCK A.M. AND .:ILL BE OPENED IN PUBLIC AND AT THE TIME CUE IN THE CHAMBERS OF THE FOARD OF SUPERVISOR Ss RjO" 101. AC"IN:ISTRAT IO%' BUILDING, M-ARTINEZs CAL I f OR",l As AND TfiE.RE READ AND RECURDLC. ANY f'_I D PROPOSALS RECEIVED AFTER THE TIME SPECIFIED IN THIS N:JTICE FILL BE RETURNED UNUPENtED. - 2 00037 b" NOTICE TO CONTRACTORS (CCUT. ) ----------------------------- THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FURNISH A LABOR AND ;MATFRIALS BO:O IN A, A."CLINT ECUAL TO FIFTY PERCENT OF THE CO":TRACT PRICE AND A FAITHFUL PCRFORR1m',%:.CE BO&D I N A`: A:V OUNIT EQUAL TO ONE HUriCRED PERCENT OF THE CONTRACT PRICE. SAID BO'.US TO BE SECURED FROM A SURETY CO;M:PANY AUTHORIZED TO VO P_US I r�cSS I:4 THE STATE OF CAL I FORM I A. ESIDDERS ARE H RE=Y NOTIFIED THAT PURSUANT TO SECTION 1773 OF THE LABOR CODE OF THE STATE OF CALIFORNIA, OR LOCAL LAW APPLICABLE THERETO# THE SAID FOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIFM WAGES AND RATES FOR LEGAL HOLIDAYS AnD OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK 15 TO BE PERFCR'-ED FOR EACH TYPE OF WORKMAN OR -MECHAINIC RECUIRFD TO CXECUTE THE CONTRACT :+RICH WILL BE A::ARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES 15 UoR FILE WI T!i THF CLERK OF THE iSCARL OF SUPERVIS3%S+ AND 15 INCORPORATED HEREIN BY REFEPENCE THERETO, THE SA°'E AS IF SET F'URTH IN FULL HEREIN. FOR A%Y CLASS IFICA710., ROT INCLUDED IN THE LIST. THE MINIMUM WAGE SHALL BE THE GENERAL PREVAILING RATE FOR THE CODUTY. THE SAID BOARD RESERVES THE RIGHT TO REJECT-ANY AND ALL BIDS OR ANY PORTION OF ANY RID .AND/C:R WAIVE ANY IRREGULARITY IN ANY B I D RECEIVED. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J.R. GLSSO% COUNTY CLERK AND Ex—OFFICIO CLERK OF THE BOARD OF SUPERVISORS BY---------��- ------------ ------ - DEPUTY =�• I\r; FIA�i DATrn- APR 2 7 1976 PUBLICATION DATES— -------------------------------- -------------------------------- N _ 3 - 00038 r t . •�3 NORTH RICHMOND STREETS PROJECT NO, 0565-4285-76 BIDS DUE IMAY 25. 1976 AT 11 O'CLOCK A.M.* RGU;� 1039 COUNTY ADt41NISTRATION BUILDING# 651 PINE STREETS PARTINEZ+ CALIFORNIA 94553 TU THE BOARD OF SUPERVISORS OF C0NTRA COSTA COUNTY MARTINEZs CALIFORNIA P R O P O S A L F 0 R NORTH RICH`>.GND STREET IMPROVEMENiTS NAME OF R I DGER ------------ ------ — -- BUSINESS BUSINESS ADDRESS B, r PLACE OF RESIDENCE ------------------------------- TO THE DCARD 04 SL':'CnV150n5 OF CO;TZA COSTA COUNTY THE L;t:va r$1Ca«i s AS lil^^E,Rs DECLARES THAT THE ONLY PERSONS ORS PARTIES I N:TFREs:[^ IN T!i 1 S AS PRINCIPALS ARE THOSE NAMED HEREIN— THAT ERE1N— THAT THIS PR:POWSAL 15 ."A—E " I THOUT COLLUS 110% k I TH ANY GTHER PERSON• FIRM OR CORPCmATl(;N– 71HAT HE H::S CARZEFULLY EXA-.,If%ED THE LOCATIUN OF THE PRO– POSED WORK* PLht S AND SPECIFICATIONS– A.Dl HE PROPOSES AND AGREES+ IF THIS PROPOSAL 15 ACCEPTE^v, T14AT HE ::ILL Cv:.;R/.CT 144TH THE COU%'TY GF CONTRA COSTA TO PROVIDE ALL NECI SSARY %ACFI.aE=Y. TGULS. APPARATUS AND OTHER MEANS Of CONSTRUC71ONs At•;D TO ^C: A..LL TiiC i.OE:K Ar:D FURNISH ALL THE MATERIALS S1't;CIFIFD I TFi, CONTRACTS 1 '• 0. THE : A%.' E1: A:%) TIME PRESC-RIEED• AND ACCORD- 111G TO THE RICUIRE"ENTS OF TH.9- F.NIGIREER AS THEREIr: SET FJRTH• AND THAT HE WILL TAKE IN FULL PAY"'FNT THERZEFUR AN A"400-%T IIASED C:": THE UNIT PRICES SPECIFIED HERE P,19ELUX ;:OR THE VARIOUS;US l i E'-:S OF WORK r THE TUTAL VALUE OF SAID WORK AS ES71MATEr HERE:N BEING S ------------------- C i•:SE.'R T TOTAL ) ANV THE FOLLOi•. I!.G RE1::G T:=r U-7-IT PRICES 31^s TO IT– Microfilmed with board ArOK P _ 1 00039 P Rc'POSAL (CO%,T. f (PRICE NOT TO EXCEED THREE (3 ) DEC INIALS I ------------------_ ------------------------------------------+--------+--------- I TE;1 TOTAL ITEM ESTI"TED UNIT ,F PRICE ( IN ( IN NO* G,UA%TITY r EASURE ITEl: FIGURES) FIGURES) 1 LS S I G%I;:G :.;;� TRAFFIC CC;;T ROL ------------------------------------------------------------ ------ -------- 2 1050 CY ROADWAY EXCAVAT 10% ( F) 3 19200 TQuN AG-GREGA i I_ CLASS 2 4 1 •F60 TON ASPHALT C0%C.RETE TYPE B ---------------------------------------------------------------------------------- 5 2 EA AD iuLT :euci^vLE ---------------------------------------------------------------------------------- 6 1 EA MINOR STR:;CTURE TYPL II `-AANHOLE ----------------------------------------------------------- --------- ---------- 7 2 EA S I RUC T UnE TYPE A I I:LE T 8 64 LF 15 ' ' RCP CLASS III - ---- - -�-------- -------- --------- 9 6C' LF 51-6 kUrJ CLASS G CC;K:ETE 10 300 SOFT SIDEl%ALK CLASS C C::;;CRCTE — ----------------------------------------------------------- r---- -- --------- NOTE SHOW TOTAL ON PAGE P-1 TOTAL -------------------------------------------------------------------------------- 00040 P - 2 i' PROPOSAL ICONT. l --�----MwMN IN CAST' OF A DISCREPAXCY nETiiECN UNIT PRICES AND TOTALS• THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD AND AGREE ` THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE CN;.Y• BEING GIVEU FUR A BASIS OF COMPARISON OF PROPOSAL• AND THE RISHT IS RESERVE& TV TmE COUNTY TO INCREASE OR DE- CREASE THE AMOUNT OF FORK UADER A%T ITEM AS MAT BE REQUIRED+ IN ACCORD— ANCE WITH PROVISIONS SET FORTH IA THE SPECIFICATIONS FOR THIS PROJECT• IT IS FURTHER UNDERSTOOD ANC AGREED THAT THE TOTAL AMOUNT OF MONEY SFT FORTH FOR EACH IT OF WORK OR AS TfiE TOTAL AMOUNT [SID FOR THE PROJECT• DOES NOT CONSTITUTE A:: AGREEMEUT TO PAY A LUMP SUFI FOR THE WORK UNLESS IT SPEC I F I CHILLY SO STATES. IT IS HEREBY AGREED THAT THE U::DERSIGNLD. AS BIDDEk9 SHALL FURNISH A LABOR AND PATERIALS BCN2 IN AN AMOUNT EQUAL TO FIFTY PERCENT OF THE TOTAL AMOUNT OF THIS PRCPJSAL AND A FAITHFUL PERFORMANCE BUND TO BE ONE HUti^.RED PERCENT OF THE TOTAL AVUt;%T OF :HIS PROPOSAL 9 TO THE COUNTY OF CONTRA COSTA AND AT NO EXPFHSE TO SAID CQU%TY9 EXECUTED BY A RESPONS— IBLL SURETY ACCEPTABLE TO SAID C%rJMTY, It Thk EVENT THAT THIS PROPOSAL IS ACCEPTED BY SAID CCUfiTY MF COINTRA COSTA. IF THIS PROPOSAL SHALL BE ACCtPTEO ARD THE UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO PONDS IN THE SUMS TO BC OFTERVINED AS AFORESAID. kITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS* WITHIN SEVEN 171 4AYS9 NOT INCLUDIka SUNDAYS• AFTER THE BIDDER HAS R€CEIVED 4. 01ICE FRUM THE BOARD CF SUPERVISORS TdAT THE CON- TRACT IS READY FOR SIGNATUX19 THE BOARD OF SUPERVISORS MAYS AT ITS OPTION* CE TERV I tiE THAT T PL BIDDER HAS THE CONTRACT• AND THEREUPGk THIS PROPOSAL Apt^- THE ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE FORFEITURE OF SUCH SECURITY ACCOMPANYIKG, THIS PROPOSAL SHALL OPERATE AND THE SAVE SHALL RE TFtE PROPERTV OF THE COUNTY VF CONTRA COSTA. SUBCONTRACTS THE CONTRACTOR AGREES9 BY SUBMISSIDet OF THIS PROPOSAL• TO CON— FORM9 WHEN APPLICABLE• TO THE REQUIREME:TS OF SECTION 4100 THROUGH 4113 OF THF GCVERNMENT CODE PERTAINING TO SUNC04TRACTORS+ THE SAME AS IF INCOR— PORATED HEREIN. A COMPLETE LIST OF SUFCOUTRACTURS IS REQUItED+ AND THE BIDDER WILL BE EXPECTED TO PERFORM WITIf HIS OWN FORCES• ALL ITEMS OF WORK FOR WHICH NO SUPCONITRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF ITEMS OF WORK TO BE SUB— CONTRACTED ON THIS PROJECT. IF A PORTION OF ANY ITEM OF WORK IS DONE BY A SUBCONTRACTORS THE VALUE OF THE WORK SUHC:.NTRACTED WILL BE BASED ON THE ESTIMATED COST OF SL'C4 PORTION OF THE CL't.TRACT ITEy+ DETERNINED FROM INFCIKATIO: SUSMITTED BY THE CONTRACTOR• SJBJECT TO APPROVAL BY THE ENGINEER@ THE UNDERSIGXFQ. AS HIDPER• DECLARES THAT HE HAS NOT ACCEPTED ANY BID FROM ANY SUPC0R T 2:C T UX OR PATER:ALFA••: TPROUGH ANY BID DEMOS I TORY, THE BY—LAIr:S. RULES CR REGJLAT:41.5 OF kiIICH P•RNHIBIJ OR PREVENT THE CON— TaACTOR FROM CO%SIVERING A`:r PID FROM A::Y SUI+CUNTRACTUR Gee MATERIALMAN. WHICH IS `.OT PROCESSED TtIROLGH SAI: PID DEF::SITORY• OR WHICH PREVENT ANY SU8CCkTRACTOR OR MATERIALMAU FRUM DIDD14G TO ANY CONTRACTOR %HO DOES NOT USE TILE FACILITIES OF OR ACCEPT BIOS FROM OR THROUGH SUCH BID DEPOSITORY. P - 3 Qom I+�• A L 1 b i OF SUFCu::l RAC ;URS IS RECU I ?E7, AND THE BIDDFT: %'ILL BE EXPECTED T:: PEPFOR:" ::ITit HIS UWN FORCES+ ALL ITEMS OF WORK FOR WHICH 140 SIIFC0%TRACT R IS LISTED. THE FOLLOW4'kG IS A COMPLETE LIST OF ITEMS OF WORK TO BE SUB— CONTRACTED ON THIS PRGJECT• IF A PORTIO': OF ANY ITEM* OF WORK IS DUNE BY P SU9CONTRACTORs THE vALUt OF THE WORK SUBC::;TRACTED WILL BE BASED ON THE ESTI'ATED COST OF 5''Cli PURTIUS (.'F THE C:;-.TRACT ITE' + DETERXIPED FRO.`•: INF;;?!,AT I Q': SLR►!I T T ED 5Y THE CU`:TRAC TOR, SJBJECT TO APPROVAL BY THE ENGINEER, THE UNLE SI:Xrn, S "IDPER• DECLARES THAT HE HAS NUT ACCEPTED ANY PID FROV' A:;Y SL+FC+.:r,;'.;,C;::;� Cqt "ATE�IAL-�: TN;tOL'GH ANY BID UENUSITURY , THE BY—Ll,:-:S, R;_LrS CR T't L::L:.TIt:.'.S J4 :tiriI:►t ::Z:�ziIFf17 1R PRE THE CON— TRACTOR A%y ==I!, FR,,V :.Y SU:,C;;r:TRACTUR Gr< MATE PIAL!AAN, WHICH IS NOT P?C,ESSF% Tt-t�ll%LGH S�,I� VID CEF';;SITORyv OR nHICH PREVcvT ANY SUIICCNTRACTOR Ort %lATEr\I AL%*.,:. FRU., TO ANY CONTRACTOR v.HU DOES NOT USE THF FACILITIES OF OR ACCEPT BIOS FR::v: C.R THROUGH SUCH BID DEPOSITORY. P - 3 00041 PROPOSAL (C0NT. ) --------------- NO. ITEM SUBCONTRACTOR ADDRESS ---- ------------------------ ---------------------- -------------------- ,C.O:'P;...1'I•w Tri a t n,,. vJn►. a.� ;, (�i r%j vJML .,J.,RANT Y Ili THE AMDUUT OF TEN . . .. PERCENT CENT " •.nttw•T BID ------------------------------------------------------------- (C:,SH I ER'S Ciif:Cn s CERT i F I L.^. C11ECK .^.`{ ;i I IDER'S BCND ACCEPTABLE ) THE NA",I Or ALL PEt:Suc:S Ir.TERESTED 114 TifE FGREGUING PRUPUSAL AS PRINCIPALS ARE AS FOLLOWS— IMPORTANT NOTICE ---------------- IF THE BIDDER OR 4THEi2 INTERESTED PERSON 'S A CURPORATIONP STATE LEGAL NAXE OF CGRPL Rhl j0' , ALSO NAVFS OF PRESIDENT , SECRETARY , TREASURER, AND MANAGER 1HLRECF, IF A COPARTNERSHIP, STATE TRUE NAME OF FIRt1. IF PIDDER CR CT,,E:r, INTERESTED PERSCl: 15 AN It`1DIVIDUAL9 STATE FIRST AND LAST NAME 11% FULL. ------------------------------------------------------- ------------------------------------------------------- ------------------------------------------------------- L I`ENSED TO ^O G1 S::BCti::Th:,CT ALL CL.,SSES Cf WO(:K INVOLVED IN THE PROJECT , iN ACCOORDANCC WITH A% ACT PROVIDING FOR THE REGISTRA— TION EGISTRA— TIO;1 OF CONTRACTORS, L i CEi,.SE 1".0& (CLASS— ) o ------------------------- -------------------------------------- -------------------------------------- -------------------------------------- cSiG:::•T::�:L CF BIDDER ) BUSINESS A. DRESS ------------------------------------------------ PLACE OF RESIGLN%.c ---------------------------------------------------- DATC IS P _ 4 00042 • Bloom' Cs' mricAno • certifies that; � • (Bidder) 1. it intends to employ the following listed construction trades j •• in its work under Une contract , and : 2. (a) as to those trades set forth in the preceding paragraph one . beroof for wbicb 1: is eligible undur Part I of these Bid Conditions for participation is the Contra Costa pla•:, it w.411 eoaply with the Contra Costa Plan on tkir and all future constructica work Id Contra Costa CoinLy within tha scope of coverage o= thab Mena tbase trades being: • . • , and/or (b) as to those trades for uhicb it is required by these Bid Conditions to comply with Part :I of these Bid Conditions, it adopts the =in!== ainori:: =anpa e: util n . ;g atiooals and the specific affir- aative action steps contal:zed in sc:d part 11. on this and all future constriction ma-.k is Contra Cw:a Cown.6s- tvb.;ast to these DW Condislows . those trades beiag: and ' • 3. it will obtain from each of its subcontractors and subait to the ' , • •'1` contracting or administer!rg atone}• prior to the surd of any subcontract under this contract the subcontractor Certification required by these-Sid ' _ Conditions. • • (Signature o: aut1wr:-.e1 reprw-c„t atiee of bsdder) • • 0()� •• � ��• 8p\. su Cs'Th1AcmaS' LLTmnchnod . _ certifies that: ' . (sUbcontractor) 1. it intends to caploT the following listed construction trades in •. its work under the subcontract 3. (a) 'as to those trades set :or:.4 i:% the preceding paragraph one bereo: for Which it is ellg!b a :cider Part I of these Bid Conditions for participation in the Contra Costa Plam. it will comply with the Contra r Costa Plats on this and all future const:sc:;on work in Contra Costa CovnW su .Ject to these bad Condit Ions, t=was tertius being: s • and/or (b) as to those trades for -&*I . it is required by these Bid • Conditions to comply with. Part 11 of those Bid Conditions, it adopts the minim saiaar ty =:mpusrer utilization goals and the specific a.fi-...ative action steps contained in said Part IT on this and all future construction work in Coctra Costa Coanty sah;eco to th est Md Conditiom,tetose trades beings • ]. it will obtain ::esz tach of its see-contractors prior to the srard of any subcontract under this subcontract the subcontractor certification 'zequired by these Bid Conditions. (Sig nature of authorized represemmtive of- bidder) - In order to ensure tbat the said subcontractors' certification be- i • comes a part of all sthbeontracts under the pr L=v contract, no subcontract shall be executed until an .L:er:x« hep::sca:ativh: of the Contra Costa • County Public %brks Deparvwnt :::s dtsr::=:c:, in witiar, t6a: the said cortMeatlem has keen l acorge:atel In s ch mbeonetract, regardless of tier. Arq subcontract azoicu:er 7i-''thWO. -.xh mritten approval don . . .be voidod. . . i 1 ' 00044 J NORTH RICHMOND STREET IMPROVEMENTS Project No. 0565-4285-76 For Pre-Bid Information, Contact : Road Design Division Phone (415) 372-2131 SPECIAL PROVISIONS FOR CONSTRUCTION 011 COUNTY HIGHWAY NORTH RICHMOND STREET 1 MPROV'_:l:ENTS COUNTY ROAD GROUP NO. 0565 VERNON L. CLINE , ACTING PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ , CALIFORNIA April 27 , 1976 tX,crafitmed with boars ord@t 00045 THIS SHEET IS FOR INFORMATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section E, "Affirmative Action Requirements - Equal Employment Opportunity." This project is within the area covered by an Area Plan on Equal Employ.:ient Opportunity and the contract contains a special section of bid conditions dealing with the implementation of that plan. There are two methods of qualifying for contract award, one of which is described under Part 1 and the other under Part 11 of the specification. We have received information from Federal authorities that specific crafts, listed below have been approved as participating crafts for the Contra Costa Area Plan. PLUMBERS - No. 159 QUALIFICATION UNDER P.;RT I Any or all of the crafts listed above may be qualified under Part 1 . No contractor can qualify completely under Part 1 but may qualify the listed -rafts under Part 1 and must qualify all remaining crafts under Part 11 . Partial qualification under Part I involves completing Paragraph 2 (a) of the Bidder 's Certification of Affirmative Action for Equal Employment Oppor- tunity in the Proposal for the listed approved crafts. QUALIFICATION UNDER PART 11 In connection with responsibilities assumed by contractors bidding on this project , your particular attention is called to Paragraphs B-1 "Goals and Timetables ," and 8-2 "Specific Affirmative Action Steps" of Section E of the Special Provisions . You Must complete Paragraph 2(b) of the Bidder's Certification ! of Affirmative Action for Equal Employment Opportunity which i Is contained io the Proposal or scb=it an Affirmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part II-B. Particular attention also should be given to the sixth para- graph of Section E. Part IV of the Special Provisions , which states "it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees." In order to be a responsive bidder eligible for contract award under Part 11 , the contractor rust complete the Bidder 's Cert- Ification of Affirnative Action for Equal Employment Opportunity at the time of submitting his bid. I NFORMAT 1011 W046 NORTH RICHMOND STREET IMPROVEMENTS Proj . No. 0565-4285-76 N D E X SECTION A - DESCRIPTION OF PROJECT Page 1 . Location A-1 2. Description of Bork A-1 3. Contract Documents A-1 4. Beginning of Mork, Time of Completion b Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIO:lS 1 . Definitions and Terms B-I 2. General B-1 3 3 • Proposal (Bid) Requirec.ents and Conditions 8- 1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials B-4 8 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-9 10. Measurement and Payment B-11 SECTION C - FORCE ACCOUNT AUD EQU I P.-1-ENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1 . Order of Work D-1 2. Lines and Grades D- 1 3. Materials D-2 4. Public Convenience, Public Safety Signing D-2 5. Cooperation D-4 6. Obstructions D-5 7. Measurement and Payment D-5 8. Dust Control D-6 9. Removing Concrete D-6 10. Adjusting UtiiitV Covers D-6 1 1 - Watering D-7 12. Earthwork D-8 13 . Clean-Up D-8 14 . Aggregate Subbase D-9 15. Asphalt Concrete D-9 16. Minor Structures D-11 17 . Reinforced Concrete Pipe D- 12 18. Minor Concrete D- 13 19. Manhole Frames and Covers D- 14 OU�4~1 h " NORTH RICHMOND STREET IMPROVEMENTS Proj . No. 0565-4285-76 INDEX SECTION E - BID CONDITIONS . AFFIRMATIVE ACTION REQUIREMEUTS EQUAL NP RM1EUT OPPORTUNITY ATTACHMENTS COUNTY STANDARD PLANS Page 20 - Manual of Warning Signs . Lights and Devices for use in performance of work upon County Highways CC 306 CC 3011 CC 3021 CC 3040 UU048 SECTION A - DESCRIPTIOJI OF PROJECT I . LOCATION he ect is Contra CostaTCounty,within theated in thCommunityeofewstern portion of North Richmond , SECTION A - DESCRIPTION OF PROJECT 1 . LOCATION The project is located in the western portion of Contra Costa County within the community of North Richmond . 2. DESCRIPTION OF WORK The work consists of a pavement reconstruction for Duboce Avenue and various intersection improvements by either reconstruction, asphalt concrete overlay or drainage improvements and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications , or these special provisions to be performed, placed, constructed or installed . 3. CONTRACT DOCUME!ITS The work embraced herein shall conform to the Plans entitled, "NORTH RICHMOND STREET IMPROVEMEUTS ." the Standard Specifications of the State of California , Business and Transportation Agency. Department of Transportation , dated January, 1975, insofar as the same may apply, these special pro- visions , the Notice to Contractors , the Proposal , the Contract , the two contract- bonds required herein, any supplemental avnreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein , and to pertinent portions of other documents included by reference thereto In these special provisions. 4. BEGINNING OF YORK, TIME OF COMPLETION b LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 . 03 , "Beginning of Work," Section 8-1 .05, "Time of Co^pletion ," and Section 8-1 .07, "Liquidated Damages," of the Standard Specifi - cations and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted tine of: 35 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of S75.00 per day for each and every CALENDAR DAY of delay in finishing the wort: in excess of the number of working days prescribed above, and authorized extension thereof. A - 1 00049 5. PERMITS Grading - The Contractor shall comply with the appli - cable provisions in the County Grading Ordinances (Title 7 Division 715 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as fill on -private property within the County. Flood Control - The Contractor shall comply with the applicable provisions of the County Ordinance (Division 1010-Title 10) in the process of doing any work involving existing storm drain facilities , creek beds , channels , drainage Trays , and water courses , Sewer - The Contractor shall contact the San Pablo Sanitary District forty-eight (48) hours prior to commencing work on any existing sewer facility ( including removal of castings during grading operations) . At that tire , a no fee permit shall be obtained by the Contractor and inspection procedures established . 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. A - 2 V1105Q REVISED 2-14-75 SECTION B - GENERAL PROVISION'S 1 . DEFINITIONS FIND TERI-IS 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 Works Director (Road Comm~ i oner-Surveyor; ex officio Chief Engineer) , or his authorized agent acting within the scope of his authority, who is the Agency 's representative for administration of this contract. d. STANDARD SPECIFICATI0:1S (S .S . ) means the Standard Specifications of the State of California, Business and Transportation Agency , Department of Transportation , (hereinafter sometimes referred to as S. S. ) , dated January, 1975. Anv reference therein to the State of California or a State agency, office or officer shall be inter- preted to refer to the Agency , or its corresponding ag3ncy , office or officer acting under tris contract. e. EQUIP!iENT RENTAL RATES AND GENERAL PREVAILING !•IAGE RATES Means the latest edition of the Equipment Rental Cates and General Prevailing 14age Rates of the State of California , Business and Transportation Agency, Department of Transportation , adopted annually by the Board of Supervisors of Contra Costa County , and on file in the office of the Clerk, of the Board of Supervisors . f. OTHER PERTINENT DEFINITIONS - See S.S . Section 1 . --- 2. _.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) REQUIRE'7ENTS AND CONDITION'S The provisions of S.S. Sec . 2 shall apply except as modified herein. B - 1 00051 SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REOUIREME ITS AMID CONDITIONS (Cont. ) a. Examination of Plans , Specifications , Contract and Site of ttork (S.S . 2-1 .03) 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 Forks Director for the County of Contra Costa , Martinez , California. b. Proposal (Bid) Forms (S .S. 2-1 .05) (1 ) The provisions of S .S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. (2) All proposals (bids ) shall be made on forms to be obtained from the office of the Public �;IorFs 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 respective spaces provided, and shall be sinned 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 following: (1 ) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash , certified check, cashier 's check , or 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 . B - 2 00052 1 �4,61, SECTION B - GENERAL PROVISIONS 3. PROPOSAL (SID) REQUIREMENTS AND CONDITIONS (Cont. ) Competenc SECTION 8 - GENERAL PROVISIONS 5. SCOPE OF FORK (S .S . 4) (Cont. ) 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 .03B(l ) , 4-1 .038(2) , or 4-1 .03B(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 . 7. CONTROL OF MATERIALS (S. S. 6) The provisions of S.S. Sec. 6 shall apply . 8. LEGAL RELATION'S AUD RESPONSIBILITY (S -S. 7) The provisions of S. S. Sec. 7, except as modified by the agreement ( Contract) or these special provisions , apply to this project. a. Insurance (1 ) The Contractor, before performing any tiiork under the agreement, shall , at no expense to the Agency obtain and maintain in force the follorrino insurance: (a) With respect to the Contractor's operations : B - 4 00054 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S. S. 7) (Cont. ) Tn-itranr (r'nnt 1 (a) With respect to the Contractor's operations : B — 4 00054 a SECTION a - GENERAL PROVISIONS 8. LEGAL RELATION'S AU D RESPONSIBILITY (S. S. 7) (Cont. ) a. Insurance (Cont. ) (i ) regular Contractor's Public Liabilitv Insurance for at least Two Hundred Fifty Thousand Dollars $250 ,000) for all damages arising out of bodily injuries to or death of any one person, and at least Five Hundred Thousand Dollars ($500 ,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence; and ( ii ) regular Contractor's Property Damage Liability Insurance for at least Fifty Thousand Dollars ($50 ,000 for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars (4'100,000) for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations , Contractor shall procure or cause to be procured in their own behalf: (i ) regular Contractor's Protective Public Liability Insurance for at least Two Hundred Fifty Thousand Doi ars 251—MOO) for all danages arising out of bodily injuries to or death of any one person , and for at least Five Hundred Thousand Dollars ($500 ,000) for all danages arising out of bodily injuries to or deaths of two or pore persons in any one accident or occurrence; and (ii ) regular Contractor's Protective Property Damage Liability Insurance for at least Fifty Thousand Dollars 50 ,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence, and, subject to that limit per accident or occurrence, a total (or aggregate) coverage of at least One Hundred Thousand Dollars (,100 ,000) for all danages arising out of injury to or destruction of property during the policy period; and ( c) Without limitation as to generality of the foreeoina subdivisions (a) and (b ) , a policy or policies of Public Liabiiity and Pro.ertv Dariace Insurance in amounts not less than 250 ,0— 00 �00 ,C00 Public Liabilit and $50 ,000 Property Damage insurance, insuring the contractual liability of Contractor under t :e nrcvisions ci this Section as hereinafter stated . THE POLICY t ;, rCLICIES , OR RIDER ATTt`►C ifEED THERETO , SHALL NAME THE SPECIFIC AGEN:CY AS A tIMMED I-SSURED. B - 5 00055 SECTION B - GENERAL PROVISIOUS 8. LEGAL RELATIOi'S RIND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satis- factory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Aqency 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 t! e Agency at least ten ( 10) days prior to cancellation of the policy . 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 de- lineators , flashing lights , and other safety devices , shall be the responsibility of the Contractor at all tines . 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 im- properly operating equipment, will be sufficient cause for suspension 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. B - 00056 SECTION B - GENERAL PROYISIOUS 8. LEGAL RELATIONS AU D RESPOUSIBILITY (S.S. 7) (Cont. ) c. Preservation of Property (Cont. ) The last two sentences of paragraph 2 of Section 7-1 . 11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights- of-way or easements shown on the plans , the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-flay and Easements The rights-of-way , easements , rights-of-entry , fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights-of- way, easements , or permits which the Contractor determines are necessary or convenient for the performance of the work shall be obtained by the Contractor at his expense. 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 stall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for Damage The provisions of the sixth , seventh , and eighth paragraphs of S.S. Sec . 7-1 . 12 , regarding retention of money due the Contractor shall not apply. B - 7 00057 r 5E---C I I S - GENERAL PN_1VJCIn-t 8. LEGAL RELATIOIIS A:ID PESPOttSIBILITY (S.S. 7) (Cont. ) Q. Damanp by Stnr n Finnf4 T;d 7 +r per is required,red, r'e� ►.►'► �-� ►u'►� ► uau a►w u► ►uy.. IV u r i us i , ob nd egress other limitations affecting transpoftaccession aroutesrorslam�tations to the job site. The unavailabilil of access claims against the Agency or thereon shall not become the basis extensions of time for completion of the work. f. Responsibility for Dama e 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. 8 - 7 00057 SECTION S - GENERAL PRS VISIO11S 8. LEGAL RELATIOUS X31) RESPOUSISILITY (S-S. 7) (Cont. ) g. Damage by Storm, Flood, Tidal gave or Earthquake Subparagraphs A, C, E and F of Section 7-1 . 165, "Damage by Storm, Flood, Tidal :,lave 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 wort: 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 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--llothinq 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 Specifica- tions , take reasonable and adequate measures to protect the work or exercise sound encineerinq and construction practices in the conduct of the work, and such repair costs shall be excluded from consideration 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 allowance pursuant to Section 9-1 .03A, "Work Performed by Contractor, " unless the Occurrence that caus3d the damage was a tidal ware or earthquake. The cost of emercency 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 wort: which was not in compliance with the require- ments 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 . Q - 8 00058 SECTIGN n - GUIERAL PROVISIONS 8. LEGAL RELATIONS AND RESPOISIGILITY (S.S. 7) (Cont. ) 4. Payment for Repair Vork--:Then the Occurrence that caused the dariage was a tidal crave or earthquake, the County will pay the cost of repair, determined as provided in Subsection E . that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes . 1.hen the Occurrence that caused the danaue was a storn or flood, the County will participate in the cost of the repair deternined as Provided in Subsection E in accordance with the following: (a) On projects for which the anount of the Contractor's bid for bid comparison purposes is $2 ,003,030 or less , the County will pay 99 per cent of the cost of repair that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes . (b) On projects for which the Contractor's bid for bid corparison p-jrposes is greater than $2,000,0O9, the County will nay 90 per cent of the cost of repair that exceeds $100.001. 9. PROSECUTION '1'!9 PROs: ESS The provisions of S. S. Sec. 8 shall apply except as modified herein . B - 9 00"9 YlW 9H SECTION 8 - GENERAL PROVISION'S 9. PROSECUTIOP AU D PP-OGRESS (Cont. ) a. Subcontracting (S.S. 8-1 .01 ) The items of ti:ork in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items. " b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract , nay 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 succi surety or sureties have waived their right to notice of assignment. c. Beginning of Work (S. S . 8-1 .03) In lieu of the provisions of S .S. Sec . 3- 1 .03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) workinq days of the date the contract is approved by the Agency and t-he workin; 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 e!ork 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 w-ork 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. e. Time of Completion (S. S. 8-1 .06) The following days are designated as legal holidays : January 1 , February 12 , 3rd Monday in February , last :•tonday in Say, July 4 , 1st Monday in September, Septeinter 9 , 2nd i onday in October, !ovember 11 , 4th Thursdav in November, December 25, Statewide election days , and any other day established as a general legal holiday by procl ar-ati on of the Governor of California or the President of the United States . B - 10 A11060V4ccn SECTION B - GENERAL PROVISIONS 9. PROSECUTIOiE AND PROGRESS (Cont. ) e. Time of Completion (S.S . 8-1 .06) (Cont. ) If any of the foregoing holidays falls on a Sunday , the following Monday shall be considered to be a holiday. 10. MEASUREMEi,T AND PAYMEiET (S.S. 9) The provisions of S.S. Sec. 9 shall apply , except as modified herein. a. Determination of Riohts (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 Hithheld 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 ►•cork to the Board of Supervisors . If the Board accepts the completed work, it small cause a Notice of Conpletion 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 scorn written state^ent that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or onissior.s of the Contractor, and that no liens or u ithhold notices have been filed against said t•;ork or the property on which the work :ras done. Payment of the balance due will be made on the day following the regular day for payment of County bilis by the County Auditor. e. Adiustr:ent of Overhead Costs (S .S . Sec. 9-1 .08) The provisions of S. S . Sec. 9-1 .08 shall not apply . 8 - 11 00061 SECTION B - GENERA! PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont. ) f. Clerical Errors (S.S. Sec. 9-1 .09) The provisions of S.S. Sec. 9-1 .09 shall not apply. g. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. B - 12 00062 SEC TIOV C - FORCE ACCOUNT AitD EQUIFrIc"i:T RENTAL (S.S. 9-1 . 03) The provisions of S.S. Sec. 9-1 .03 shall apply except as modified herein. 1 . DEFIi1ITIOU. As used here, "force account" means the method of calculating—payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. 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 mages 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 retroactive increases or decreases in such rates . b. Prerium gage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. The labor surcharge percentage to be a plied to the actual wages paid as provided in Section 9-1 .03A( lb� of the Standard Specifications will be 20 percent for all work, except that for the following types of :cork said labor surcharge will be as shown below: Type of l;ork Performed Labor Surcharge Percent Cleaninq and painting metal 'bridge - - - - - 29 Concrete construction - bridoe - - - - - - - 31 Erection of structural metal for metal bridge, excluding sign bridge - - - - - - - �9 Piledriving , not including cast-in- drilled hole piles - - - - - - - - - - - - 26 3. EQUIPMENT REUTAL The provisions of S.S. Sec. 9-1 .03A( 3) shall apply except as modified herein. a . No pay.-nent will be made for idle time due to breakdown , lack of operator, weather conditions prohibiting work , or other circumstances beyond the control of the Agency. b. Equipr..ent shall be delivered to the extra work site equipped as ordered. c. Idle tire waiting for the arrival of trans- porting equipment to move the rented equipment will not be paid f r. C - l 00063 pz r SECTi014 D - CONSTRUCTION DETAILS l • ORDER OF NORM. Asphalt concrete "Overlay" work shall not be performed until all asphalt concrete base courses for adjacent sites have been placed . 2. LINES AND GRADES One complete set of stakes for each of the following items will be set by the Engineer after notification by the Con- tractor as specified in Section 5- 1 . 07 : (a) One set of final alignment and grade control stakes for use by the Contractor to control the basement material, subbase , and svr`acing . Ho 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 , subbase , and surfacing as are necessary to secure conformance with the plans and final stakes . (b) Curbs - :.here curb stakes are set , they shall be used as final alignment and grade control stakes for the curb and for control of the basement material , subbase, and surfacing . No additional stakes or marks for alignment or grade control will be set by the Engineer. The Contractor shall provide such separate trade controls for the basement material , subbase , and surfacing as are necessary to secure conformance with the plans and specifications . (c) Inlets , manholes and storm drain pipes. The Engineer shall be the sole judge of the adequacy and sufficiency of the stakes and narks 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 fro^ any r,onies due or to become due the Contractor: (a) Negligence in use or construction equipment . (b) Stakes ordered by the Contractor that are not used for a long period of ti.^.e and are lost in the interim. (c) Poor planning of sequence of operations by the Contractor . 0 - 1 00064 z 3. MATERIALS Certificates of cor..pliance will be required for reinforced concrete pipe. 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 minimus: nix design revier: period of four working days for a design from an "Approved" cor.nercial plant and five continuous working days for a design fro!: a "non-approved" commercial plant . For "non-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples . Refer to Section "Asphalt Concrete" and "Minor Structures" of these special Provisions . The Contractor shall give the Engineer not less than four working days activance notice to permit adequate testing and plant inspections of -;ateria) s for asphalt concrete and portland cement concrete from recognized cor-^erciai plants and for aggregate subbase and any other materi4l frons other than the usual commerical sources . The relat ;ve compaction of soils and aggregates will be determined by comparison with t^e maxin;;m density as determined by Test Method 11o. Calif . 215 . The Fie? d der:si ty may be determined by Test Method 'do. Calif . 210 or by nuclear density gage determination (Test Methac No. Calif . 231 . ) PUBLIC C '.!'ENIEGCE , PURL I C SAFETY Ar.D S I GN I UG Section 7- 1 . 09, "Public Safety ," of the Standard Specifications is moditied as follows : All signing and traffic control warning ana safety devices shall conform to the require- ments set forth in the current "Manual of Varning Signs , Lights and Devices for Use in PerTorrsance of Rork Upon County Highways ," issued by the Public t.orks Department , Contra Costa County , California . Throuch traffic will be routed around the work over other roads during the time that reconstruction and overlay operations interfere with the unobstructed passafe of through traffic . Intersections shall not be closed until the intersection construction operations begin . The Contractor shall not simultaneously barricade adjacent intersections unless alternate traffic routes are available. The resident Ing i:;eer shalt be the sole judge of the adequacy of the alternate traffic routes . Type Ill barricades shall be supple~ented With sufficient standard portable barricaces and flaslier iir;hts to safely barricade each intersection (Page 20, manual of ..arning Signs , etc . ) . D - 2 00065 4. PUBLIC CONVEN I EirCE , PUBLIC SAFETY AND S IGH 1 UG (Cont . ) A fifteen-foot rade opening shall be provided at each barricade intersection to allow access for local residents . All barricades and flashers shall be provided by the Contractor . Temporary traffic signs indicated on Recommended Signing Plan, including mounting hardware and posts , shall be provided by County on an "as require" basis . In lieu of the conflicting provisions in Section 7-1 . 08 , "Public Convenience ," and 7-1 . 09, "Public Safety ," of the Standard S�pecificaEions , the Contractor shall bear the entire cost of furnish- ing , (except those signs shown on the plans to be County-furnished) installing , maintaining and re-oving all signs ( including County- furnished signs) , lights , flares , barricades and other warning and safety devices . Signs shown on the plans to be furnished by the County , together with 4" x 4" wood posts , galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop en Shell Avenue bet-..,,eon Marina Vista and Pacheco Boulevard in Martinez . The Contractor shall notify the Engineer at least one (1 ) w irking day in advance of the time he proposes to pick up the signs , posts and fasteners and said time shall be during the County yard working hours of 7 :30 a .m. to 4 : 00 P.M. Signs shall be erected and covered with burlap prior to commencing any other wor;. on the contract . Covering shall be removed immediately preceding the start of work when directed by the Engineer. Wood posts shall be securely set a minimum of 2 " - 6" in the ground and shall be located so that the attached sign is at least two feet clear of the edge of pavement . Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface , except that when signs are located in sidewalk areas , or where there are pedestrians , the clearance shall be seven feet . Exceptions to the location pro- visions of this paragraph shall only be on the written approval of the Engineer . Upon completion of the project and at a time directed by the Engineer , the signs , barricades and lights shall be taken down and dismantled ; and the County-furnished signs and posts shall be delivered to the County painter;a:nce Yard Sign Shop on Shell Avenue during the County yard working hours of 7 :30 a .m. to lt :00 p .m . The Contractor shall nctify local authorities of his intent to close roads or intersections at least five days hefore the closure is begun . The Contractor shall cooperate with local authorities relative to handling emergency traffic through the area and shall make his own arrangements relative to keeping the working area clear of parked vehicles , p _ 3 �IV 00066 k 4. PUBLIC CON Eta I EN'CE , PUBL 1 C SnFETY AIiD SIGNING {Cont . ) Local authorities shall include ail fire , police , ambulance service , sheriff, public transit agency , school bus service and sanitation services . 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. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special pro- visions , including full compensation for furnishing all labor , including flagmen , materials , tools , equipment , and incidentals , and for installing, maintaining and removing all signs , liants and barricades as shown on the plans . as specified herein , and as directed by the Engineer , including picking up , hauling and return- ing County-furnished signs , and posts , shall be considered as included in the contract lump sur. price paid for7Signing and Traffic Control , and no additional compensation will be allo„ed therefor. The replace;ne•nt cost of. al l Covnty-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shad be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract . Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the follo,:ing manner : First Increment - 40 percent of the lump sum orice upon satisfactory completion of installation of signs , lights , and barricades . Second Increment - !gin additional 30 percent of the lump sunt price upon completion of work amounting to 50 percent of the original total contract price. Third increment - Balance of the lump sum price upon satisfactory conpietion of re-.,oval and dismantling of signs , lights , barricades , posts and framing and delivery of County- furnished materials to the Shell Avenue Maintenance Yard Sign Shop. 5. COOPE;AT I Cti The following work by otter forces %ail l be under way within and adjacent to the limits of the :pork specified , as follows : D - 4 00067 5. COOPERATION (Cont.) 1 . San Pablo Sanitary District - Adjustment of facilities to conform to finished pavement. 2. Water mains and gas mains and their related service facilities may require relocation to provide clearance for the installation of the 15" RCP and the Type "A" inlet structures. 3. Underground mains and their related service laterals and valve or manhole covers may require relocation or modification for the Duboce Avenue reconstruction. In lieu of the compensation provisions in Section 7 , "Legal Relations and Responsibility," and Section 8, "Prosectuion and Progress," of the Standard Specifications , fall 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. 6. OBSTRUCTION'S Attention is -directed to the presence of water , sewer , and gas pipe lines and overhead utilities in the construction area. The Contractor shall give the utility companies two (2) working days advance notice before work may start . Notification of several utility companies may be accomplished by calling Under- ground Service Alert (USA) toll free number 800-642-0123 . The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district 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 Olay," of the Standard Specifications. Full eompeonsation for conforming to the requirements of this special provision shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 7. MEASUREMENT AI:D PAYMENT Attention is directed to Section 9-1 .015, "Final Pay Quantities," of the Standard Specifications , the provisions of which are applicable to a bid item on this contract . D - 5 00068 8. DUST CONTROL Attention is directed to Section 10, "Dust Control ," of the Standard Specifications . 9. REMOVII;G CONCRFTE Removing concrete shall conform to the provisions in Section 15, "Existing Highway Facilities ," of the Standard Specifications and these special provisions . Removed concrete shall be disposed of in accordance with the provisions in Section 7-1 . 13 , "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications . Full Eonpensation for removing and disposing concrete shall be considered as included in the prices paid for curb and sidewalk items and no separate paynent will be made therefor . 10. ADJUSTING UTILITY COVERS General Where shown on the plans or directed by the Engineer , existing manhole covers shall be adjusted to grade after final paving , in accordance with the provisions in Section 15-2 .05 , "Reconstruction" of the standard Specifications and these special provisions . The Contractor shall contact the ovrners of the facilities which are to be adjusted to determine the standards which apply to the work to be done, and he shall cooperate with the oviners to effect a satisfactory adjust^ent of the facilities . The County reserves the right to delete any quantity of utility adjustment without compensation to the Contractor . Covers shall be so adjusted that there will not be any perceptible difference in elevation between the finished pavement surface and the cover. The Engineer shall be the sole judge of the smoothness and riding quality over the adjusted covers . Fortland cement concrete shall be Class 8 with or►e- inch ( 1 ") maximum aggregate size and shall conform to the provisions in Section 51 , "Concrete Structures," and Section 90 , "Portland Cement Concrete ," of the Standard Specifications . Mortar used in resetting manhole corers shall conform to the provisions in Section 51 - 1 .35, "Mortar ," of the Standard Specifications . Precast concrete elements shall conform to the provisions in Section 70- 1 . 02H, "Precast Concrete Structures ," of the Standard Specifications. D - 6 00 011Muu 10. ADJUSTING UTILITY COVERS (Cont . ) Salvaged materials which are undamaged may be reinstalled as directed by the Engineer . Structures built of cast- in-place or precast concrete and brick or vitrified clay pipe parts shall be replaced in kind . Attention is directed to the provisions in Sections 7-1 . 11 , "Preservation of Property" and 7-1 . 12, "Responsibility for Damage," of the Standard Specifications . Dirt , rocks , or debris shall not be permitted to enter storm drain lines . When manhole adjustment work is undertaken which involves excavation or concrete removal , a temporary cover shall be placed to prevent entry of material into the manhole and storm drain pipe. During sealing or paving operations , all surface structures shall be protected frori being covered by paving , and no adhesive material shall be permitted to seal or fill the joint between the frame and cover of any existing utility structure. Adiustina Manhole Covers , Case 11 At locaticns shot-in on the plans and where directed by the Engineer , manholes shall be reconstructed as required for adjustment of the cover to the finished pavement surface with materials equal in quality to those in the original structure , or as noted on the plans . Cast iron adjusting rings shall not be used to accomplish the adjustment . Manhole covers shall be adjusted without disturbing the precast concrete cone . The contract price paid per each for "Adjust Manhole , Case II ," shall include full compensation for furnishing all labor , materials , tools and equipment and doing all the work involved in adjusting the facility complete in place , as shown on the plans , as specified herein and as directed by the Engineer . No compensation will be made for any adjustments which nay be performed by the owners of the facilities . In lieu of the provisions of Section 4-1 . 03B " Increased or Decreased Quantities ," no adjustment of the contract unit price will be made for utility item quantity increases or decreases . 11 . WATERING Full compensation for developing water supply and applyiing rater , including tater used to control dust resulting from Contractor ' s perfor^ante of the work and for the purpose of controlling dust caused -"y public traf` ic , shall be considered as included in the prices paid for the various contract ; tens of work involvinq the use of crater , and no separate payment will be made therefor . D - 7 00070 12 . EARTHWORK In lieu of the previsions in Section 19-1 . 03 , "Grade Tolerance ," of the Standard Specifications , the surface of the grading plane at any point shall not vary more than 0.05-foot above or below the grade established by the Engineer. 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 unsuit- able material will be paid for at the contract price per cubic yard for Roadway Excavation, for the quantity involved . Trench backfill material conforming to the requirements for Class 2 aggregate subbase shall be used for trench backfill . Full compensation for shaping the trench before placing the pipes shall be considered as included in the contract prices paid per linear foot for the pipes , and no separate payment will be made therefor . In lieu of the relative compaction requirements in Section 19-5. 03 , relative compaction shall not be less than 90 percent . The requirements of paragraph two of Section 19-5. 03 do not apply. It is anticipated that there will be approximately 1750 cubic yards of excavated material which shall be disposed of by the Contractor off the job site , in accordance aith the pro- visions in Section 7- 1 . 13 , "Disposal of material Outside the Highway Right of Way," of the Standard Specifications . The Contractor and his Engineer shall retain the responsi - bility for the correctness and adequacy of the design and the implementation of the "Trench Excavation Safety Plans ," (SS Section 5- 1 . 02A) during the course of the construction .pork. The revievt of the plan by the County Public Works Department will not relieve the Contractor and his Engineer of the above responsibility . Full compensation for roadway excavation and removal of the excavation from the jobsite, an.d subgrade compaction shall be consicered as inc ?uded in ;he contract ;.rice paid for "P.oad,iay Excavation" and no additonal co-:pen.sation will be allowed therefor . 13 . CLE•';'.-L'P All construction debris , materials , and equipment in the area of construction and any adjacent areas used by the Contractor , shall be removed and disposed of outside of the construction area in accoruance with the provisions in Section 7- 1 . 13 , "Disposal of t:aterial Outside the Highway Pight of Way ," of the Standard Specific.itions anti these special provisions . D - 8 00071 13 . CLEAN-UP (Cont . ) 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, . 14 . 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 frith the specifications for Class i or Class 2 aggregate subbase. A combination fo the two separate specifications .ill not be accepted . 15. ASPHALT CONCRETE General 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 nineral aggregate shall be steam- refined paving asphalt having a viscosity Grade of AR 4000 and shall comply with the "Materials" section of these special provisions . Asphalt concrete for any one course shall be supplied from one plant . The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded at the plant until it is discharged from the delivery vehicle. Conforming work including street connections shall be constructed and paved as shown on the plans or as directed by the Engineer . Full compensation for the conform work; construction and removal of temporary transitions ; cutting existing pavement for conform work, and furnishing and applying asphaltic emulsion ; shall be considered as included in the contract price paid per ton for asphalt concrete , and no separate paynent will be made therefor . In lieu of the provisions in Section 4- 1 .036 , " Increased or Decreased Quantities ," of the Standard Specifications , adjustment of compensation wrill not be made if the total pay quantity of asphalt concrete varies by more than 25 percent from the amount shown in the Proposal . In lieu of the provisions in Section 39-5 . 03 , "Equip- ment Required" of the Standard Specifications , the required minimum rolling equipment and nu-ber of passes specified wriII not be reduced regardless of the quantity of asphalt concrete invloved . D - 9 00072 15. ASPHALT Cts','CRETEC ( ont . ) Overlay Paint binder shall be asphaltic emulsion , shall be applied at a rate of RS- I , and 0.07 gallons per square yard . 15. ASPHALT COUCRETE (Cont.) Overlay Paint binder shall be asphaltic emulsion, RS-1 , and shall be applied at a rate of 0.07 gallons per square yard . The Contractor's attention is directed to Section 94-1 .06, "Applying." and Section 93-1 .03, "Mixing and Applying," of the Standard Specifications. Prior to applying any asphaltic emulsion, the existing pavement shall be cleaned, to the satisfaction of the Engineer, of all material such as. but not limited to, leaves. sand. gravel and dirt. Any bushes which extend over the existing pavement shall be trimmed to the satisfaction of the Engineer. No traffic shall be allowed on the asphaltic emulsion with the exception of %ehicles unloading asphalt concrete. All vehicles involved with the Contractor's operations shall turn around only at public street intersections; driveways and other private property shall not be used without prior written consent of the Involved property owner. a dated copy of which shall be delivered to the Engineer prior to the use thereof. Paint binder shall be applied no farther in advance of the overlay than that distance which the Contractor can maintain free of traffic. The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the following: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by the wheels or tracks and shall have a screed that will produce a coapleted surfacing of uniform smooth- ness and texture conforming to the provisions in Section 39-6.03, "Compacting." The spreader box may be drawn by the asphalt material supply vehicle. The asphalt concrete overlay shalt be spread in successive layers of not greater than 0.25 feet in thickness. The sequence of paving shall be such as to avoid pav- ing a lane width with a cold joint on both sides. Conforms between existing pavement and newly constructed overlay pavement shall be made by tapering the nen pavement In accordance with the pians. The overlay shall extend to the edge of pavement in areas without curbs and to the lip of the gutter in areas with curbs unless otherwise shown on the plans or directed by the Engineer. - 10 00073 15. ASPHALT CONCRETE (Cont . ) Full Section Reconstruction Prime coat will not be required . Paint binder shall be asphaltic emulsion , Type RSI . , Asphalt concrete base courses shall be spread in one layer of 0.40-foot thickness . Asphalt concrete surface courses shall be spread in one layer of 0.20-foot thickness . Asphalt concrete shall be spread with an asphalt paver conforming to the provisions in Section 39-5. 01 , "Spreading Equipment ," of the Standard Specifications and these special provisions . The finished surface of the base course 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 r-ix is above 200'F. 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 nearly 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 . The provisions in the last paragraph in Section 39-6 . 02 , "Spreading ," of the Standard Specifications , are superseded by the following : Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or tracks and shall have a screed that will produce a completed surfacing of uniform smoothness and texture conforming to the provisions in Section 39-6. 03 , "Compacting . " The spreader box may be drawn by the asphalt material supply vehicle. 16. MINOR STRUCTURES Minor structures shall conform to the provisions of Section 51 - 1 . 02 , "Minor Structures ," and Section 90- 10 , "Minor Concrete." Drop inlets and manholes are identified as minor structures . Three- inch diameter weep holes , backed by filter material in burlap sac'Ks , shall be provided in the inlets as shorn on the plans . Filter material shall conform to the provisions in Section 90-3 . 04 , "Conbined Aggregate Gradings ," of the Standard Specifications for I " maximum combined aggregates . - 1 1 00074 16. MINOR STRUCTURES ICont . ) Forms for minor structures shall conform to Section 51 -1 . 05, "Forms ," of the Standard Specifications . The provisions in Section 51 - 1 .02 , "Minor Structures ," and Section 51 -1 . 23 "Payment ." of the Standard Specifications concerning payment for minor structures are superseded by the following : Minor structures will be paid at the contract price per each, which price shall include full compensation for all structure excavation and structure backfill . furnishing and placing bar reinforcing steel and miscellaneous iron and steel ( including metal frames and covers , and frames and grates) , furnishing and placing sacked filter material , and doing all the wore: necessary to con- struct the minor structures complete inrplace , as shot-in on the plans , and as specified in these specifications and the special provisions , and as directed by the Encineer , and no separate pay- ment will be made for these included ! teras . 17. REINFORCED C.O!!CR::iE PIPE Reinforced concrete pipe shall conform to the provisions in Section 65 , "Reinforced Concrete Pipe ," of the Standard Specifica- tions and these special provisions . The provisions of the last paragraph of Section 65- 1 .O2A , "Circular Reinforced Concrete Pipe ," shall not apply . Class II aggregate subbase shall be used for structure backfill for the pipe. Asphalt concrete surfacing for the structure backfill Shall conform to the provision of Section 15 "Asphalt Concrete" of these special provisions . Where the storm. drain is to be placed on a curved alignment at a radius of 22 . 5 feet as shoran on the plans , the reinforced concrete pipe shall be manufactured 4-foot lengths and shall be beveled at both ends by the pipe manufacturer to provide a joint seal equi.vaient to joints of reinforced concrete pipe laid on a straight al ian-cent . The Contract price paid per linear foot for reinforced concrete pipe shall include full compensation for all structure excavation and structure backfill , in accordance with Section 15-3 "Structure Excavation and Backfill ," Class 11 aggregate subbase , furnishing; and placement of asphalt cencrete sur acing , furnishing beveled end pipes , providing e en ;ng, itting and grouting ne,.r ripe to an existing -marhole , provid ir^ cor.nectio:a t:, ne:: inlets and a new manhole and doing all the work necessary to place the reinforced D - 12 00075 �I i 17 . REINFORCED CONCRETE PIPE (Cont . ) concrete pipe complete in place, as shown on the plans , and as specified in these specifications and the special provisions , and as directed by the Engineer, and no separate payment will be made for these included items . 18. MINOR C014CRETE Minor concrete for curb and sidewalk shall conform to the provisions in Section 73 , "Concrete Curbs and Sidewalks ," and Section 90-10, "Minor Concrete," of the Standard Specifications and these special provisions . The combined aggregates for the minor concrete used in the work shall conform to the grading linits for the one- inch , maximum size specified in Section 90-3 .04 , "Combined Aggregate Gradings ," of the Sandard Specifications . Minor concrete shall contain not less than 470 pounds of cement per cubic yard . In lieu of the provisions in Section 73-1 . 04 , "Forms ," of the Standard Specifications , surfaced lumber of nominal dimension may be used for forming the back of the curb and the front face of the gutter , provided the completed curb and gutter are constructed to the full concrete dimensions sho,.n on the plans . For extruded curbs Epoxy adhesive shall be spread to the full width of the curb base . Extruded curb shall be placed within fifteen ( 15) minutes after the adhesive material has been applied . Any section of curb whether formed or extruded which does not meet the quality and appearance requirements of the specifications shall be removed and replaced at the Contractor ' s expense. The sidewalk surface shall be finished with a fine hair push broom. Grooming shall be delayed until the concrete has set sufficiently so as to just retain the marks made by the broom hairs . Aggregate base for the blanket to be placed beneath the curbs and gutters and sidewalt:s small conform to the provisions in Section, 26, "Aggregate Bases ," of the Standard Specifications for Class 2 aggregate base , 1 1 /2" maximum, or 3/4" maximum grading . The aggregate base provided must comply wholly with the specifications for 1 1 /2" maximum or 3:'4" A combination of the two separate specifications v.ill not be accepted . Sidewalks v. ill be paid for at the-contract price per square foot , t:hich price shall include full compensation for furnishing and placing the aq;re ate base blanket , sawcutting , and removal and disnosal of existing sidewalk as shown on the plans and as -specified in these special provisions , and no separate payment will be made therefor. D - 13 000701", 18. MINOR CONCRETE (Cont . ) Curbs will be apid for at the contract price per linear foot , which price shall include full compensation for furnishing and placing the aggregate base blanket , sawcutting, removal and disposal of existing curbs and valley gutters as shown on the plans , as directed by the Engineer , and as specified in these special pro- visions and no separate payment will be made therefor . 19. MANHOLE FRAMES AND COVERS Manhole frames and covers shall conform to the provisions in Section 75 , "Miscellaneocs Metal ," of the Standard Specifications and these special provisions. The Manhole frane shall be set and accurately adjusted to finish grade after completion of paving. Grout used to adjust the manhole frame to finish trade shall conform to the provisions in Section 51 -1 . 135, "Mortar ," of the Standard Specifications . Full compensation for Burnishing and installing manhole frames and covers shall be considered as included in the contract prices paid per each for Type If manhole and no separate payment will be made therefor. 14 OOOTl Part Is The pmvisions of this Part I apply to bidders, contractors and snbcontracto-rs with respoet to than construction trades for which they are parties to collective bargaining agreenerets with a labor organization or oacoissatioas and who topthes with such labor orpaisatione have agreed to the Tripartite Agrescent for Centro Costa County, California (bat only as to those trades an to wddch there are caeaeitrents by labor organizations to specific pals of rd aority manpower u:/123 Cation) to.etber with all 1Wlesenting agnoeents that have been and nay hereafter be dmlcped pursuant thereto, all of which doewuoents are incorpera+.aah herein by reference and are hereinafter cuaulatively referred to as the Contra Costa Plan. AzW bidder, contractor or subcontractor usiwu; one or more trades of constructien emplapes rut ecrply with either Part I or Part II of thheas gid Conditions as tc each such %wade. Thus, a bidder, contractor or subcontractor my be in compliance with these ccaditiccs by Its inc]uslou, with iia usdon, In the Contra Costa Plan a specific ccraitalent by that union to a goal of nlnor ty m*awwsr utiliasti oa for surh trade ■ . threbg• rmtiear the provisions of this Part I, and by its eo=It--weal to Part II in regard to trade "H" in the instance In which it is not included in the Contra Costa Plage and, therefore, cannat met The provisions of this Part 3. To be e'_igible for asst-d or a ccctraet under Part I of this Invitation for Bids, a bidder or subcon trcc::r :ur•.. czeente end ant:dt as part of Uc bid tho cenificatica .eY::zed V Part ++: h c_ecf. Part II: J-1 . The prcv!siowes of this Part :I ahs:l be applicable to tis 3r3cdcr3, cas::..�ctors sed sw:b.•.ocyractors, wd+a, in regard to those construction trades to be erplid by there on the project to which there bid conditions pertain. 1. iTe not or berer'^ter cease to be si,7utories to the Contra Costa Plan referred to in Part I he:vc*: Y. Are signatories to the Co.v:uCosta Plan but are nct parties to collective barVdnfaC arreexntc: 3• Are aftcator3as tr thee LGntra Costa Plan bct are parties to collective bareaUftr agr ee-e:is of:h lacer cr;-aniza:i otis MW Are not or here- after cease to be siFnsto:es to the Contra Costa Plan. �. Are si;matterles to the Ccutrs Costa Plan but as to which not specific cawdtw:er.le to goals of rf=:+y rang—..car utilization by labor crfani- aation have been executed purse:ant to the Contra Costa inau; or E - 1 . WOPM Ellin 5. Are no longer participating in an affir..ative action plan accep- table to the Director. OFCC, including the Contra Costa Plan. B. Reouirement -- An Aff!rrarive Action Plea. The bidders, contractors and subcontractors described in p:ragrap::s 1 throu& 5 above will not be eligible for ward of a cont:rct under this Invitation for Bids, unless It certifies as prescribed in paragraph 2b of the certification specified in pars III hereof that it adoply the mini== goals and timetables of minority manpower utilization, — and specific affi=ative action steps not fourth in Section. 3.1 and 2 of this Part II directed at increasing minority manpower utilization kv aeaas of applying good faith efforts to eaMing out such steps or is deemed to have adopted such a program pur- suant to Section 3.3 of this Part 11. Both the goals and timetables, and the affirmative actio. steps sz:st meet the requirements of this Part II as set forth below for all trades which are to be utilized on the project, whether subcontracted o: not. 1. Goals and Timetables. 'The goals of minority manpower utilization - for the bidder and subcontractors are applicable to each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each trade vhicb will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: From 10/1,17114 17.0x• - 19.5% In the event that undder a coutbract t::.i:h is subject to these Bid Con- ditions any vc-A: is perfo=.ed In a ;ear later than tiv ?.test year for which. acceptable rar.Cas of mit crity m-anpruar utilizat=on Mve :een deter.dned herein, the ranges ,for the reric3 9/3.0/75 srs:l be applicable to such vor'c. - The perceat.a�.es of ";;::-ity -m.....o-:er utilsration above are Qxpressed in terms of manheurs of tra;ran; ar-1 cnv c;men: as a prcport.;en of the total manhours to be vor'aed by the ble..der's, rontractc:-'s a::3 subcvntra:tor's entire Work force in that trade on all pre.ec;.s In Contra :estaCour.-ly Cplif'oraln during the performance of itQ +.rn:xa:t or sub-contract . The -ruinhours for minority wor c and trairine :-a'.ast be SL's`:tanti:01;: u.-dfc=& ��:"':L'.;l'.ea`v t:a length or the contract, on all pro;ecLs atrl for etch of the :rraaet. Further, the :.ran:fer of mincrity employees o: Lrninaas frone-_�loL�er-*.c-e:�?c ver or fr .c- pro`ect-to protect for the sole purpose cf nee ti r.- .h: ecnt..-actor's o: subeer-mrsc:.cr's goals shall be • a violation ef these coria titer.... i:l:orsL: is :i;•:2n.12 L. . :. ':'G3S, Spanish �tir^.a':e3 nma!'iC:::.4, Orientals and A:crit.sr. luliars. - 2 00079 tar k and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-emaloyer or fro= project-to-project for the the contractor's or subcontractor's goals shall sole purpose of :aeeti be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Paz-, II, every effort shall be made to find and emaloy crualified journeymen. However, where min°ritc journe}=en are not available, minority trainees in pre- apprenticeship, aaprent'_ces:iip, journey-man training or other training programs bray be used. In order that the nonworkinE. training -.hours of trainees may be counted in meeting the goal, .such trainees r•Sst be a=ployced by the con- tractor during the trainin&- period, the contractor =ust have rade a com- mitment to employ the trainees at the cc=p:etion of tneir traini:►g and the trainees must be tra=ined vt:-suant to established training progrxms Iffiich must be the equivalent o the training programs now or 'hereinafter provided for in the Contra Costa Plan wit respect to the nature, extent and duration of training offered_ A contractor or subcont_actc: shall be deemed to be in co=pliance with the to=s and recuiri-ents o: this Part li by the employ=ent and training of minorities in the appropriate percentage or his aggregate work force in Contra Costa: Cour: , Calif°^ia for each trade for which it is co!ittted to a goal uroe. chis Pa_: =l. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its fa_lere to meet its goals within its timetables, but such ccn:_acto; shall be given the opporzuniry to deRoZ:st:uiC tntt 2L has 3^SL:.: tE'd all °2 the S?eC2ZIC 2f. _^r2tivt action steps specified in this Part !_ and has _rode every good :aitn effort to make these steps war.: tn::a_-d --he aLLzi fent of its goals W;thin ifs time- tables, all to tale pi_=Ose o: exna_-hc=no �-no==ty =ampcr.;er utilization on all of its projects in Centra Costa County, California_ In all cases, the cc=pl ance of a bidder, contractor or subcontractor will be detcrw_red in acco_eance with its respective obli aaticns under the terms of these Bid C.nditizns. Vne:efore, contractors or subcontractors ! who are governed by the grov ilio ns o; t::^_is Fart Il --iia ll be subject to the � requirements of that Part regardless of the obligatic=s of its prime con- tractor or lower tier subcurtractors. All bidders and all contractors and subcontractors perfo=ing or to perfo= work on projects subject to these bid Conditiorts hereby agree to ' inform their subco_^.tractors of tieir respective cblig:tions under the t'a`rr__r aild reCui.e=i.^.� o_ .:.+-se :aid Ct`_i it.ions, iticludir.^, the provisions to goals ofS_'i..°__:\' e-:lug�e:t ::id training. E - 3 _ . 00000 2. Specific Affl=-at=re Action Steers. Bidders, contractors and subcontractors subject to this Part ll, =east eagage In affinitive ac- tion directed at increasing minority canpoaer utilisation, which is at • least as extensive and as specific as the follcrulug steps: a. She contractor shall notify eo©uai or . the contractor has t � organizations dent employaen opportunities available and shall maintain records of the organizations' response. • b. She contractor shall maintain a file of the rases and ad- dresses of each e=iaority.worker refeerred to hi:: and wbac action vas taken with respect to each such referred worker, and if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring ball for referral or if such worker was not employed by the cmtractor, the contractor's file shall document this and the reasons therefor. Punic � c. ."r•.e cout'..\•act.—r &.L:l rw"w�:.�.r ::C ��� the '�+�'�:.n��.\`W-5 A -'.0 P /iV i4rr\s LLrji�i'�.\.�' :? 2t .1•e UJiMI C•! \.e�.r?•�3 •."•++'•h erhem +In cco.rsrrcr has a eolleridve barvL:•arm. s:•reenent has =t roferml to the carrrsctcr a ai.aerlau., •-yortar seat -rr.-;mvr cr :he :srtrartcr hat C"!her lr�c;retitcn that the anion referral p.cars ::ss :.-pe=ed L•in I his effc:-s tic rAo*: h+s seal. d. She contractor shall participate in.training progra=s in the area, especially those funded by the Department of Labor. e. Sbe contractor shall dlsxccdrace his EEO policy within his osa orgssization by including it in ay policy animal; by publicising It In conga" aeuspapers, annual reports, etc.; by conducting staff, employee and union representatives' meetings to explain and discuss the ,olid; by posting of the policy; and by specific review of the policy with minority employees. L the contractor shall disse=1nate his EW policy externally by iafoming and discassiug it with all reercitment sources; by advertis- ing in nears media, specifically includinge:irority nems media; and by notifying and discussing it with all subcontractors and suppliers. I g. The contractor shall make specific'and constant personal (both written and oral) recruit-meat efforts directed at all minority organisations, schools with minority students, minority recruitment orgsniratIons and minority training organization within the contractor's recruitient area. h. 7be contractor shall take specific efforts to encourage present minority employees to recruit their friends and relatives. 1. The contractor shall %ralidate all ran specifications, selec- tion respire cents, tests, etc. • E - y 00081 j. The contractor shall make ever~ effort to promote after- school, summer and vacation e=plo.=ent to minority youth. k. The contractor shall develop on.-the-job training opportun- ities and participate and assist in any association or employer-group training pro.-r---s relevant to the contractor's employee needs consistent with its obligations under this Part II. 1. The contractor shall continually inventory and evaluate all minority personnel for pre=tion opportunities and encourage minority em- ployees to seek nuch opportunities. m. The contractor shall make sure that seniority practices job classifications, etc., do not have a discriminatory effect. _ n. The contractor shall r..ake certain that all facilities and company activities are non-segregated. o. The contractor s:^.all continually monitor all personnel ac- vities to ensure that his -EEC policy is being carried out. p. The contractor shall solicit bids for subcontracts groin available .^i.inarity subcontractors engaged in the trades covered by these Bid Conditions, includ-ing- circulation cf minority contractor association. 3. Contractors - d S: cc. acta-s Dtemee to be Bo=nd by part !I In the evert a contractor o_ su_v-ccnz=acro_, who is at the time of bidding eligible under fart I o: r1irse Bid Conditir_.ns, is no longer participating in an aZH1rS.:::1ve action Jia^ acceptable to the Director of the Office of Federal Contract C:_mpliance, _..clucir_g the Contra Costa ?la=, he s..all be deemed to be cc==irted to Par. 11 of Hoose Bid Conditions. Further, when- ever a contractor or s•-bccntractcr, Lao at the time of bidding is eligible under Part 11 o= these Bid Conditions, uses traders not conte=plated at the time he submits his bid, lie scall be co=fitted to Part II for those trades. Mhenever a contractor or subcontractor is deemed to be co=itted to Part 11 os those mid Cone:t_ons, he shall 5e considered to be co=fitted to a manpower utilization goal of the minims percentage range for that trade for the appropriate year. 4. Subsequent Sirnatert to the Contra Costa Plan. Any contractor or subcontractor s::bject to the recuirem.ents of this Part II for any trade at the th3,e of the sub^ission of his Sic _-ho togeti:er with the labor or- ganization with whom it has a collective bargaining agreement subsequently becomes a sic atory to the Contra Costa ?Ian, either individually or through. : an associtatlon, r"--v meet its re4qulire=,en is under these Bid Conditions for such trade, if such contractor o: subcontractor executes and submits a new certification comit_:rg to ?art I or these Bid Conditions, No contractor or s::all be dt:,=ed to be subject to the require- ments of ?art I until s::c:: certification is executed and submitted. E - 5 000 , S. Non-discri-ination. In no event may a contractor or subcontractor utilize the goals, or af:ir:ative action steps required by this Part II in such a ,wanner as to cause or result in discrirination against any person on account of race, color, religion, sex or national origin. Part III: Certisieations. A. Bidders' Certirication. A bidder will not be eligible for award of a contract under this invitation for Bids un- less such bidder has sub�.itted as a part of its bid the following certifi- cation, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: (Bidder) 1. it intends to e--ploy the following listed construction trades in its word: under the contract and 2. (a) as to those trades set ford: in the-preceding, paragraph one hereof for Vnich it is eligible under :art I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Pica on this and all z""afore construction wore: i r CcnElra Costa Co':nt;: wittily ".h3 scope o_' covert:-e of .ha:. Plan, those trades being: and/or (b) as to those taches for %each it is required by these Bid Conditions to comply l:it.. Part 11 of these Bid Conditions, it adopts the =inl^,..., ==nor-ty_ ..an:_ Dwer .C1_izaZicn E a_S and the specific ai= r- mative action steps cc=ta_-ed i.. Zrt 11, on this and all -future corstructian wore: Ccsta C'ant7 rc) Aea3 Bid (on-ii tiolls, those trades being:- , and 3. it will obtain fro= each of its subcontractors and submit to the f contracting or ad=inistering agency prior to the award of any subcontract � under this contract the subcontractor certification required by these Bid r Conditions. n (Signature of auz;yoriced ret rose:taLive of bieder) Prior to the a..ard of anyi subcontract under this invitation fc �i� s, ri --rdless of tier, the prospective sub- contractor .-.._st uxecute ::;t= SL': _L to .elf. Contractor ti.e following CertificaitiOn, V.IiC:h 167ill be di-c—ed a part of the resulting subcontract: E - 6 _ 00083 ii SUmCONTRACTORS' CERT1FiCATI-ON " - certifies that.- (Subcontractor) hat:(Subcontractor) 1. it intends to e^aloy the following listed construction trades in its -Jork under the subcontract 2• (a) as to those trades set forth in the preceding paraorapli one bereof for which it is eligible under Part 1 of these Bid. Conditions for participation in the Contra Costa Plan, it will co=ply with the Contra Costa Plan on this and all future constr-ction work in Contra Costa County subject to these Bid Conditions, those trades being: and/or (b) as to those trades nor which it is required by these _Bird Conditions to cowalti .. Part 11 o: these yid Condition, it adopts the minimum minoritt ruannower utilisation goals and the specific affix-ative action ste;Is contained said; Part 11 an this and all ."uture construction work in Contra Ccsta Count, subject to these Bid Conditions,those trades being: and 3. it will obtain fro-_ each of its subcontractors prior to the award of any subcontract under -his suaccntract zhe subcontractor certificatior required by ti-,ese Bid Ccndit:4ns. (Signature c -a—Lti:criZed =e:reser:tative of bidder) In order to ensure tat the said subcontractors' certification be- comes a part of all subcontracts under :h.e prime contract, no subcontract shall be executed until an authorised representative of the Contra Costa ' County ' Public Works Department h:s de e:nirwd, in writing, that the ! said certification: has lbeen incorporated in such subcontract, regardless of tier. A;:,y subcontract executed without, such written approval shall be voided. C. Materi lltt and the certifIc tions recuired to be made by the bidder pi_-r:;-4ant to t::ese Bid Conditions is r-aterial and will zovern rnn bidder's pe::c:-ander on fire p-ro tc_ and will be =--de an part .nf his :a_ Failure to sub=it the cert___cat:on will render the bid nonresponsive. E - 7 _ 00084 Part IV: Compliance and enforcement. Contractors are responsible for informing their subcontractors (regardhLss of tier) as to their respective obligations under Parts I and 11 hereof (as applicable) . The bidder, contractor or subcontractor shall carry out such sanctions anti penalties for violation of the equal opportunity clause includinn suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder. or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial require_^ent in the Contra Costa Plan by a contractor or subcontractor covered by Part I of these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of ninority nanpor:er utilization, or of the requireRents of Part 11 hereof by a contractor or subcontractor who is covered by Part 11 shall be deemed to be in nonco..pliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract , and shall be- grounds egrounds of imposition of the sanctions art•! penalties provided herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the perfor^arse of the contract. In regard to fart 11 of these conditions if the contractor or subcontractor meets its coais or if the contractor or subcontractor ci.r de"onstrate that it has made every goad faith effort to meet those goanis, the contractor or subcontractor shall be presumed to be in compliance ::i th these '.H Conditions and no forna l sanctions or proceedings leadinq towar� sanctions s'.all be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities, in judci^c whether a cr•ntracc:sir or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization a:.d will not take into consideration the minority manpower utilization of its subsDntraeters. /there the agency `in-.-s that the contractor or subcontractor has failed to coMnly with the requirements of these Bid Conditions, the agency stall take such action and it-pose such sanctions as may be appropriate including, but not / tette.: to: 1 , Withholding of pad^.ents to the clr,tractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract , in whole or in part, and/or 3. To the extent allo;.ed by ap,pliczble State Statutes, the contractor may be declare+ inel inible for furthzr County Public ::'orks '' co:tracts ltriL t i he satisfies the Count: that he has esta5l ishe•_' and is ir-,plementir.q an Equal rTploy^.ent gprortunity pro-ran which conforms to the previsions contained herein. When the agency proceeds with such for-L1 action it has the burden of proving that the contractor has not met the recuireTects of these Sia Conditions, but the contractor's failure to meet his goals shc,11 shift to him the reeairer-ent to come forward with evidence to spa., that he has net the "^o^d faith" requirements of these Bid Conditions by instituting at least the Specific :,ffirTative Action steps listed above and by makin.: every ;eco faith e*=ort to ^ake those steps work to;%ard the attainr-ent of its coals %;;t'2in its tiT•_ta les. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County E - 8 00085 i in determining whether such contractor or subcontractor can comply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Sid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRA3S form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTiCS: CONTRACTOPS EEO REPORT or optional form 66, MO::THLY MANPOWER UTILIZATIOt: REPORT will be required monthly. Additional forms or reports that nay be required will be presented at a pre-construction conference to be held prior to the start of .cork. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. E - 9 . ouoga 3- t. S� � •`� • ft , i'�i or' r,w � ,� i � Q • c S�' b o 1'++ay ►:� 4.f . .t� _ r. O e 4.4'S r•a Q Q � � r � �''�^ • Y =�rttej 0 i Y ` � � f .''...`1� E � i0 +.. � ii�.'r'�`1t .r ;.fr• s f,1 ,• `"��J • �.• :r t- x r _ •'r ,s�.` ,• ti✓' •mss i - {i t? .".a-�.• r c y p •tC;st�'I�1f{l4'p `.jam• + � ! F'�.:� r ,. it . K. % 19 ivi C> 7 � � I �^. _ _ � ♦ •t .; a�f � ai o� .� iii ,; �•� a �� 1� ` ,��` .t V�1 ^ !�w � • t•v� ~ ti• t .� 1 ��t .. }s 1 a� w S � t .. ,p Lal' 'iii - . -'� o;� ^. ii _• t:. v �•^ � + *C rO ' r'a ►�'�'."'Y" •at :_.. '+s: �� `' ai �'- 2 : y " +.� '1 i ..� X n•. ._5 • •�� " �jL' It '�" + .,vr."mar'"•�.. 1� I + �_�2 • Is �� r' , I ' � '� cn C i 3 i � � • , -------------- lop— •. �. t"_ f-t.-�r f- t. �.�t,...�Gru� {.lt5� �s 333 Lv tit I"'P .�. ttat n Q ja1.M rN CD .Tli • , t a is a �, ' N t �^ 4 .. t. m TIS I I ( I I � •j4 �� ���Di_ � '� � � � � � •••.- rt .� ' t z 1 n r s i s C� ter: f � `a1 •� o L1 e•; I'll CD CL ------------ ♦ ♦� k t' m O � I 7,1 iii; •� LO i I r N ��' 1Sx � �' j•x R a i •s ��fi• y r Z E �ro00069 t < •� � Y 1}._ C Cy v ..4 -a o � rXr► O 0 rt ?f f o Ogo 0n C" ca =t v X CP N r Z to X �n r N 'Q �r Oro 0 x mo -4 a { fy o q O 7c G � rn ch N v �. in .-- w CD p O t-) rm h r F O 4 r (n � Z rn -1i us .1r X12 p p f3 �- N -r m " V tart cnx � � � r— ev in r't oZ o I- m m N to oor = Y � D SZ � vv xdi cl MtLa Zn OD O O 2 :;D M z�o CA `' 4 y anti T' CD N w�- ' y.. '{ 7► In fel fR 7� txn m On C# In, N tib+ 1 '. ta Lf) uv a 0 of �R tD V• 7RA F!C CONTROLS Barricade and Pwiatile Fla-Aer Support Characteristics TYPE 1 11 tit Portable Flasher Support Width o1 RailS" — t:" &" — t;" B" — 12" Top — B.. to 12 . Bottorff — 4" r iin.*i Length of Pall 2' min_ 32" -4' 3' trin. 31" max. Width of S;r,�e o" 6'. 6" 4-or 6" Hei0ht 3' rmn. � 3' rt+ri. 5' min. 30" min. Number of Bari 2 4 3 i1 taciti:; tratt,c in 2 ii top rail 12—wide, Faces Reflectoti--ed one 4 it top rail less 6 it tach,,; traffic in than 12" Nide. tv;o directiens. Type of Flame Geinc-,llIA'.! :t Lr,3ht ""A" Fv—C Post or Skids Licht ".A" Fmme Heap' ,.A.. Ft.v-E i�Nt3TE A. it 1up buata at a z:aM a t-rsrvi su;;.Lo: .s ens :^sr. 1Z a� e. bol:urr. buara sna+` to S ro:de. striped., aid let*cio.i.ea, NOTE Q 4" sit ipes map be use-1 ' ^en�m e• ra + s s or ess NOTE C- Ai' ounensions ate t -t:ne; — � C rs:cns. Figure 5—$ STANDARD BAPRICADES r X /6 4�at 6� ♦ /;r� E ' O t l 5,,e Note A PORTABLE FLASHER TYPE Ill SUPPORT a' .y 00 ; (� 3. 4 TYPE i TYPE It 20, 00091 . 5-22 TRAFFIC CONTROLS Wave b,ey.19n Flagmen 5-06 Since flagmen are responsible for human safety and distance to reduce speed or stop before entering the make the greatest number of public contacts of all con- project. struction personnel.it is important that qualified person- proper hand signals and use of the flagman's paddle and nel be selected. flag are illustrated in Figure 5-10. Flagmen should be used where added protection for The flagmen shall wear contrasting garments as iflus- motorists and workmcr►is required Flagmen stop traffi:c torted in Figure 5-9. intermittently at wort:sites,or reduce the speed of traffic Flags used for signaling should be a minimum flow to protect both workmen and motorists. g B purposes of 24` a 24' in size Flagmen must be located far enough in advance of the work site so that approaching traffic Qill have sufficient 21 . 00092 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the ) San Pablo Avenue Median Landscaping ) RESOLUTION NO. 76/354 Project, Pinole Area ) (Project No. 0971-4256-75) ) WHEREAS Plans and Specifications for median landscaping on San Pablo Avenue from 800 feet west of Tara Hills Drive to Del Monte Drive in the Pinole area have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and - WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class IC Categorical Exemption under the County Guidelines, and this Board concurs and so finds: IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on 1'7-_; 19771 at 11 :00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the SAN PABLO DEMOCRAT PASSED AND ADOPTED by the Board on April 27, 1976 Originator: Public Works Department Road Desiqn Division cc Public Works Director County auditor-Controller County Counsel R_.SOLUTION i:O. 00093 lid' SAN PABLO AVENUE PROJECT NO. 0971-4256-75 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 CLERK OF SAID BOARD WILL RECEIVE BIDS UNTIL 11 O'CLOCK AsMs ON MAY 259 19769 FOR THE FURNISHING OF ALL LABOR, MATERIALS, EOUIPM.ENT , TRANSPORTATION AND SERVICES FOR SAN PABLC AVENUE LAKDSCAPING THE PROJECT IS LOCATED ON SAN PABLO AVENUE BETWEEN TARA HILLS DRIVE AND DEL MONTE DRIVE Icy THE PINOLE AREA THE 4:ORK SHALL BE DOME IN ACCORDANCE WITH OFFICIAL PLANS AND SPECIFICATIONS PREPARED IN REFERENCE THERETO. BIDS ARE REQUIRED FOR THE ENTIRE .WORK DESCRIBED HEREIN. ENGINEERS -ESTI`IATE ITENI ESTIMATED UNIT OF NO. QUANTITY MEASURE ITEM 1 LS SIGNING AND TRAFFIC CONTROL 2 100 CY IMPORTED TOPSOIL 3 14 EA PLANTER BOX (TYPE A) 4 1 EA PLANTER BOX (TYPE B) 5 950 SOFT MULCH 6 LS IRRIGATION SYSTEM. 7 44 EA CANARY ISLAND PINES 15 GALLON SIZE (PINUS CAIIAR1ENSIS) 8 14 EA HOP BUSti, 5 GALLON SIZE (DODOKAEA V. 'PURPUREA) 9 60 EA ROCKROSE , 1 GALLON SIZE (CISTUS fDORIS HIBBERSUN� ) 10 12 MIT PLANT ESTABL I SH.AENT `-� mvviiw i�.wd -it-All 6wild QIdK CLFiY BOARD O. ::fRA C 'A Cu. B . _ N - 1 .00094 �L NOTICE TO CONTRACTORS (COIN• 1 EACII PROPOSAL IS TO BE IN ACCORDANCE WITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER— VISORSs ROOM 103+ COUNTY ADMIM STRATION BUILDING. 651 PINE STREET* MARTINEZ, CALIFORNIA• THE PLANS AND SPECIFICATIONS MAY RE EXAMINED AT THE 'OFFICE OF THE CLERIC OF THE BOARD OF SUPERVISORS PRAT THE PUBLIC WORKS DEPARTMENTS STH FLOOR OF SAID COUNTY ADMINISTRATION BUILDIfiGs PLAkS AND SPECIFICA— TIONS INOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED BY REFERENCE) AND PROPOSAL FORMS* MAY BE OBTAINED BY PROSPEC— TIVE BIDDERS AT THE PUELIC ::ORKS DEPARTMENT, STH FLOOR. COUNTY ADMIN15— TRATiON 6UTLOlk6i UPON PAYMENT OF A PRIKTI&G ANC SERVICE CHARGE IN THE AMOUNT OF THREE•. AND 20/100 DOLLARS fS3*2011SALES TAX INCLUDED) WHICH AMOUNT SE+ALL NOT BE REFIUNDABLE& CHECCS SMALL BE MADE PAYABLE TO 174E COUNTY OF CONTRA COSTA' s AN.1 St1ALL Nt KA 1 LEJ TO :BURL I C •r.CRKS DEPARTMENT 5T11 FLOORS ADVINI&TRAT:V% RUILDIUS9 MARTINEZ. CALIFORUTA 94553• EACH BID SHALL RE MADE CN A PROPOSAL FORM TO BE OBTAINED AT T14E PUBLIC WORKS DEPARTPENT+ STH FLOOR• COUNTY ADMINISTRATION BUILDING. BIDS ARE REQUIRED FOR THE EN71RE WORK DESCRIBED HEREIN. AND NEITHER PARTIAL NOR CONTINGENT BIDS WILL BE CONSIDERED. A PROPOSAL GUARANTY If. THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID SHALL ACCOMPANY THC PROPOSAL. THE PROPOSAL GUARANTY MAY BE IN THE FORM OF A CASHIER'S CHECK, CERTIFIED CHECK OR BIDDER'S B0kD9 MADE- PAYABLE TO THE ORDER OF• 'THE COUNTY OF CONTRA COSTA.' THE ABOVE—MENIIOMED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT THE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORK• AND WILL BE rORFEITED PY THE BIDDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL BIDDER REFUSES* NEGLECTS OR FAILS TO EATER INTO SAID CORTRACT OR TV . FURNISH THE NECESSARY H0%DS AFTER BEING REQUESTED TO DO SO BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTYs BID PROPOSALS SHALL BE SEALED AND SHALL BE SUBMITTED TO THE CLERK OF THE BOARD OF SUPERVISORS* ROOM 1039 COUNTY ADMINISTRATION BUILDING• 651 PINE STREET+ -MARTINEZs•CALIFORNIAS ON OR BEFORE THE 25TH DAY OF RAYS 19765 AT 11 O'CLOCK A.M. AND WILL BE OPENED IN PUBLIC AND AT THE TIME DUE IN THE CHAKBERS OF THE BOARD OF SUPERVISOPS. POOR 107s AD%INISTRATIOtt BUILDING. MARTINEZ, CALIFORNIA9 AND THERE REA.N AND RECORDEO. ANY BID PROPOSALS RECEIVED AFTER TI!E TIME SPECIFIED Iel THIS N0710E WILL BE RETURNED UNOPENED. N - 2 00095 NOTICE TO CONTRACTORS (CONT. ) THE SUCCESSFUL BIDDER WILL BE RECUIRED TO FURNISH A LABOR AND MATERIALS SOU'D IN At: AMOUNT EQUAL TO FIFTY PERCENT OF THE CONTRACT PRICE AND A FAITHFUL PERFORMANCE B014D It: Att AtSUUNT FUUAL TO ONE HUNDRED PERCENT OF THE CONTRACT PRICES SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS IN TiiE STATE OF CALIFCR`IA. BIDDERS ARE HEREBY NOTIFIED THAT PURSUANT TO SECTION 1773. OF THE LABOR CODE OF THE STATE OF CALIFORNIA. OR LOCAL LAW APPLICABLE THEkETOs TIE SAID BOARD HAS ASCERTAIUED THE GENERAL PREVAILING RATE OF PER DIE-t-1. t•:AGES AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IN THE LOCALITY IN WHICH THIS WORK IS TO BE PERFORMED FOR EACH TYPE OF WORKMAN OR MECFiAN I C REOUI RED TO EXECUTE THE CONTRACT WHICH WILL BE Ar:ARDED TO THE SUCCESSFUL BIDDER. THE PREVAILING RATE OF PER DIEM WAGES 15 Doll FILE WITli THE CLERK OF THE POARD OF SUPERVISORS+ AND 15 1NCORPOkATED HEREIN BY REFERENCE THERETOs THE SAME AS IF SET FORTH IN FULL "HEREIN. FOR ANY CLASSIFICATION NOT INCLUDED Ire THE LIST. THE MINIMUM WAGE SHALL BE THF GENERAL PREVAILING RATE FOR THE COUNTY. TtiE SAID RCARD RESEkVFS 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 BY DEPUTY tticE tai DATED— APR ? 1 1976 PUBLICATION DATES— -------------------------------- t\ — 3 �Vf nS SAN PABLO AVENUE PROJECT NO* 0971-4256-75 BIDS DUE MAY 25s 1976 AT 11 O'CLOCK A,M& R00-' 103. COUNTY ADMINISTRATION BUILDING# 651 PINE= STREET* MlARTINEZ9 CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY M AR T I NEZ s CALIFORNIA P R 0 P O S A L F O R F L E D SAN PABLO AVENUE LANDSCAPING �. R. O:S:Orj eanaD Or .us_'av;SORB 11A CO'rA Co. NAME OF B?DDER ---------------------------------- BUSINESS ADDRESS ---------------------------------- PLACE OF RESIDENCE TO THE POARD OF SUPERVISORS OF CONTRA COSTA COUNTY — THE UNDEFSIGNED9 AS BIDDFRs DECLARES THAT THE ONLY PERSONS OR PAI GES INTERESTED 11 THIS PROPOSAL AS PRINCIPALS ARE THOSE NA'fED HEREIN RHEREIN— THAT THIS PROPOSAL IS '':.DE 'WITHOUT COLLUSION ''WITH ANY OTHER PERSON, FIRM OR CORPORATION— THAT HE HAS CAREFULLY EXAMINED THE LOCATION OF THE PRO— PUSED WORK* PLANS AND SPEC I F I CAT IONS— AND HE PROPOSES AND AGREES s IF THIS PROPOSAL IS ACCEPTED s THAT HE WILL CONTRACT WITH TtiE CUU%TY OF CUNTRA COSTA TO PROVIDE ALL NECESSARY MACHINERY * TOOLS* APPARATUS AND OTHER MEANS OF CONSTRUCTIONS AND TO 00 ALL THE WORK AND FURNISH: ALL THE ,MATERIALS SPEC I F I£D IN THE CONTRACT s IN THE Y'ANNER Ar4D T I mE PRESCR I QED s AND ACCORD— ING TO THE REQUIREMENTS OF THE ENGINEER AS THEREIN SET FORTH* AND THAT HE WILL TACE IN FULL PAY?-ENT THEREFOR AN AMOUNT BASLD U3 THE Ur41T PRICES SPECIFIED HERE I NLELG!% FOR THE VARIOUS ITEMS OF WORK* THE TOTAL VALUE OF SAIL) WORK AS ESTIMIATED tEREIN BEING S ( INSERT TOTAL) AND THE FOLLCAING FEING THE UNIT PRICES BID* TO WIT— Microfilmed with board o@V P - 1 00097 PROPOSAL t CONT. ) (PRICE NOT TO EXCEED T1iREE (3) DECIMALS ) ----------------------------------------------------------------------+--------- I TE!•t TOTAL 1 1.1 ESTI14ATED UNIT CF PRICE t I^t ( IN NO QUANTITY "'EASURE I TE" FIGURES) FIGURES) ------------------------------------------------------------- --------- --------- I ---------------------------------------- ------- -------- 1 LS S I G C I:G ASCO TRAFFIC CONTROL -------------------------------------------------------------- ------------------- 2 100 CY IMPORTED TOPSOIL 3 34 EA PLANTER ",CX (TYPE A) 4 1 EA PLANTER Box (TYPE e) 5 950 SOFT MULCH G LS IoRIGAT4CON SYSTE." 7 44 [A CANARY I SLA:CO P 11%E. 15 GALLO;i SIZE (PECUS CAt"ARIEnSIS) & 14 LA HOP SUS14• 5 GALLO% SIZE (00DMAEA L'• PURPUREA) ---------------------------------- ----- ---- 9 GO EA ROCKROSC+ 1 GALLON SIZE (CISTUS 'L'02IS HIP-1ERSONS ) 10 12 PITH PLA:T ESTA3LISF(xEXT 150.000 1 ,800. 000 L- - ----------------------------------------------------------- ------- --------- "OTE-PLEASE SNC- TOTAL 0.% PAGE P-1 TOTAL P - 2 V0li 8 �e �r PROPOSAL 1CONT. I IN CASE OF A DISCREPANCY BETWEEN U::IT PRICES AND TOTALS@ THE UNIT PRICES SHALL PREVAIL. IT IS UNDERSTOOD A::C AGREED THAT THE QUANTITIES OF WORK UNDER EACH ITEM ARE APPROXIMATE DXLY9 BEING GIVEN FOR A BASIS OF COMPARISON OF PROPOSAL* AND THE RIGHT IS RESERVED TO THE COU11TY TO INCREASE OR DE— CREASE THF AMOUNT OF FORK I:NCFR ANY ITEV AS MAY BE REOUIRED@ IN ACCURD— ANCF WITH PROVISIONS SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT. IT IS FURTHER UNDERSTOOD AND AGREED THAT THE TOTAL AMOUNT OF MONEY SET FORTH FOR EACH I'c'r OF kOR< Ok AS THE TOTAL AMOUNT RID FOR THE PROJECT s DOES NOT Cv':ST I TS;TL AN AGRLEMEt:T TO PAY A LUMP SUN FOR THE WORK- UNLESS IT SPECIFICALLY SO STATES• IT IS HEREBY AGREED THAT THE UNDERSIGNED9 AS BIDDER@ SHALL FURNIS11 A LABOR A%D VATER;ALS N0:.0 IN An AMOUNT EDUAL TU FIFTY PERCENT OF Tlil TOTAL AMOUNT of THIS PROPi+SAL ANC A FAITHFUL PERFORMANCE BOND TO BE ONE HUNVRFD PERCENT OF THE 70TAL AVUUUT OF THIS HROPOSAL9 TO THE COUNTY or CONT4A COSTA AND AT NO EX.:=:;SE TO SAID COUNTY * ExECUTED SY A RESPONS— IBLE SURETY ACCEPTABLE TO SAID CUUNTY. IN THL EVLNT THIN THIS PROPOSAL IS ACCEPTED BY SAID COUNTY OF CONTRA CUSTA• IF THIS PROPOSAL SHALL HE ACCLNTED AND THE. UNDERSIGNED SHALL FAIL TO CONTRACT AS AFORESAID AND TO GIVE THE TWO BONDS IN THE SUNS TO BE DETERVINED AS AFURESAIDs WITH SURFTY SATISFACTORY TO TnE BOARD OF SUPT:RVISORSs WITHIN SEVEN l71 LAYS% NOT INCLUDING SUNDAYS* AFTER THE B I DOER HAS RECEIVED NVII 1 CE FRuR' TME POALRD JF SVPERV I SCRS THAT THE CON— TRACT IS READY FOR SIGNATURE s THE IiJARV OF SUPERVISORS 4AY9 AT ITS OP T l ON @ DETERMINE THAT THE p I Ds^.ER 11AS AlsA::;O%EV THE CO:NTRAC T s AND THEREUPON THIS PROPOSAL AXr TtiL ACCEPTANCE THEREOF SHALL BE NULL AND VOID AND THE 1'ORF£I TURF OF SUCH SECURITY ACCOAPAl:Y I`IG THIS PROPOSAL SHALL OPERATE AND THE SAME ShALL HE TILE PROPERTY OF 711E COUNTY OF CONTRA CUSTA. SLIBCCNTRACTS THE CC.NTRACTOR AGREESs BY SUE.415SION OF THIS PROPOSAL@ TO CON— FORM9 WHEN APPLICABLE* TO THE RFCUIREMENTS GF SECTION 4100 THROUGH 4113 OF THF GOVERNMENT CODE PERTal-44II&S TO SUPCONTRACTORS@ THE SAME AS IF INCOR— PORATED HEREIN. A CO'•'PLETF LIST OF SURCuNTRACTGRS 1S REOUIkE09 AND THE P•IDDER WILL BE FXPECTrD TO PERFORM WITH e.IS Ot..*1 FORCES* ALL ITEMS OF WORK FOR WHICH NO SUPCONTRACTOR IS LISTED. THE FOLLOWISG IS A C'UMPLETE LIST OF ITEMS OF WORK TO BE SUB— CUNTRACTEn O% THIS PROJECT. IF A NUkT ISI:. L'F Af%Y ITEM OF WORK IS DONE PY A SURCUNTRACTORs THE VALUk' OF THE WORK SUIRCC TRACTED WILL BE BASED ON THE ESTIMATED CCST CF SUCH PORTION OF THE CONTRACT ITEM@ DETERMINED FROM INFURMA71ON SUPMITTED PY THE CONTRACTLR@ SUBJECT TO APPROVAL BY THE ENGINEER. THE uNDERSI2%E^9 AS BIDDER's DECLARES THAT HE HAS NOT ACCEPTED ANY 810 FRUY A:tY SUPf_Q%TkACT;;:% OR PATEP I ALVAN THdOUGH ANY RID DEPUS I TORY @ TlfE pY—LA Ss Rt'LES OR VF ahlCh PRC1919!T OR PREVENT THE CON— TRACTOR FROM CO`:SIRi.R1:G Ae;V ft 0 FROM A:sY SUPC"TRACTOR OR VATERIALMAN. WlllCti IS NOT PROCESSED 71i*::LIG:+ SAID HID DE2051TO.RYs UR WHICH PREVENT ANY StIftCONT^ACTOR OR MATERIAL-Se: : FRUX PIDDII:G TO ANY CO,ITRACTUR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT PIDS FRU' OR THROUGH SUCH 910 DEPOSITORY* P - 3 OU(�09 PROPOSAL (CONT. ) N.C. ITEM SURCONTRACTCR ADDRESS ---- ------------------------ ---------- �---------- -------------------- ACCv IPA,NYING TI-15 P""'IP_'SAL IS A P"1905r1L GUARA"STY IN THE Ag ICU"rT OF TCC: 11-M) PERCE'T CF :,':CL'::T BID iC:.S}TIER'S Cii�C%, Cf RTIF:.�..^• CEIE.K C: ('ICJER'S SOND ACCEPTALSLE ) THE UA.:ES OF ALL PERSO.CS IC:TE;:CSTED Ir: THE FOREGOING PRUPUSAL AS PRINCIPALS ARE AS FELL:riS- I#)PZ:R i ANT jN0T 1 CE ---------------- IF THE EIDDEP CR OTHER INTERESTED 'PEPSON IS A CORPORATION, STATE LEGAL NA,'E CF CCRPCRATIC':+ ALSO .NAVES OF PRESIDENTS SECRETARY9 TRLASURCR9 ACC_ ' :.0:AGE^ THF'=CF. IF t. COPART%ERS`tIP, STATE TRUE MAME OF 1- IRP". IF PIiDER OR CTFJFR INTERESTED PEREON I5 Aft INDIVIDUAL, STATE FIf::T AND LAST NAME IN FULL, ------------------------------------------------------- ------------------------------------------------------- L 1 CEP:ST'D TO DC C.R. 5U-3CON-TRACT ALL CLASSES OF WORK INVOLVED IN THE PROJECT, ICti ::ITii AN ACT PROVIDIC�G FOR THE REGISTRA— T I C". OF CGt17RACTGfRS s LICENSE NOt. (CLASS— ) s ------------- -------------------------------------- -------------------------------------- ------------------------------------- (SIG%AT::%E OF 3IDOLR ) BUSINESS ADDRESS PLACE OF RESIDENCE ' DATE 19 P - 4 00100 ■ BiDD .RS' CERTI ICATIC:: I certifies that: ! (Bidder; ,c 1. it intends to cc:pzo,. the folla::ing listed construction trades in its Dare: under the contract and ?. (a) as to those trades set forth in the-preceding paragraph one hereof for which it is eligible unde7 Parc I of these Bid Conditions for participation in the Coatrz Costa Plan., iz will cozplj with the Contra Costa Plan on this and 221 suture con struction Lark id Ccatra Costa Cojan y within the: .sco,)e C:1 coverz,;e of z!-a,- ?Ian, ti.l oSe trade..& bein;,.,: and/or (b) as to :base trades for chic:i it is required by these Bid Conditions to com:Oy Liz?: r r r t ---T- of c:sese Bic! Condi tion:, it adopts the =ini=.= r•inorizv r.:.:naa_e. utilization. Sows and the specific affir- =ative action steps contai:,ed i:. s.:i Part 11, o: this and all future constriction Na:.; ie: CGS;,a ';vUN Yb„ec . to these Bid Conditiolt3, those trades being: and 3. it will obtain fro= eaci. of its zubcontractors and suaeit to the ' , contracting or ad=inistering a--enc-. prior to the a-ard of any subcontract under this contract the subcontractor certificatia:e required by these Bid Conditions. (Signature o aut..urized repre-.eat.xtive of bidder) t} 00101 l I ' s SLBCiJ\1�. AC RS' CERT IC1TI0N certifies that: (Subcontractor) 1. it intends to emn-aloy the follo,:irg listed construction trades in its work under tine subcontract ?. (a) as to those trades set fer tis in tae preceding paragraph one hereof for vbich it is eligible under Part 1 of these Bid Conditions for �t a- , + psrticip ..on .. the Contra Cesta rte.., i.. wi_l comply »it.: the Contra _ Costa Plans on this and a'_1 uture const-..:c-.ion wort: is Contra Costa County subject to then=c rid Conditions, those trades being: r ' and/or, (b) as to tiscse trades fo_ mica it is required by these Bid Conditions to comply .:it`s Part 7-1 of these Bid Conditiors, it adopts the >tinirru t minority z7anpo.e_ ut4_l;_=a t_i_on gza is and the specific af-ri—ative ,action steps contained in said Part 11 on this and all future e constr.Iction Noel: i n Contra LCs to Count,- subject tc these Bid Conditions,u:tose trades being;: and 3. it will obtain -f om each o its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification -required by these 1"-;d Conditions. (Signature of sLtisorized rep:csentative of bidder) t i In order to ensure t1:_t t e said subcontractor.:' certification be- comes s part of all stibcontracts under t a prime contract, no subcontract shall be cNtcuted until za.tl:orizL-L! _earc:scntstive of the Contra Costa County Public Works Departr:eat ..Ut cic t..;::r�_, in uriting, that the said cer tif'ication has Caen info:no :.t;d in such subcontract, regardless of tie:. A::y subcontract execstc3 :,_t`io L such :mitten approval small I be voided. 00luz On Pablo Avenue " 0971-4256-75 SPECIAL PROVISIONS FOR CONSTRUCTION ON COUNTY HIGHWAY SAN PABLO AVENUE MEDIAN LANDSCAPING t COUNTY ROAD NO. 0971C VERNON L. CLINE, ACTING PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA Microfilmed with boardts� • - Apri I 27, 1976 002fial San Pablo Avenue Project No, 0371 -4256-75 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1 . Location A-1 2. Description of Work A-1 3. Contract Document A-1 4. Beginning of Work, Time of Completion b Liquidated Damages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIONS 1 . Definitions and 'Terms B-1 2. General B-1 3. Proposal (Bid) Requirements. and Conditions B-1 4. Award and Execution of the Contract B-3 5. Scope of work B-3 6. Control of Work B-4 7. Control of Materials B-4 8. Legal Relations and Responsibility B-4 9. Prosecution and Progress B-9 10. Measurement and Payment B-11 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1 . Definition C-1 2. Labor C-1 3. Equipment Rental C-1 SECTION D - CONSTRUCTION DETAILS 1 . Lines and Grades D-1 2. Public Convenience, Public Safety 3 Signing D-1 3. Materials D-3 4. Obstructions D-3 5. Removing Concrete D-4 6. Earthwork D-4 7. Landscaping D-5 8. Imported Topsoil D-5 9. Fertilizer D-5 10. Soil Amendment D-5 11 . Mulch D-5 12. Combined Aggregate D-6 13. Perforated Pipe Sumps D-6 14. Weed Control 0-6 15. Planting D-6 16. Plant Establishment Work D-7 17. Planter Boxes D-8 18. Irrigation System D-9 ATTACHMENTS CC 3052 State Std. Pian ES-8 00104 SECTION A - DESCRIPTIO14 OF PROJECT 1 . LOCATION The project is located on San Pablo Avenue from 800 feet west of Tara Hills Drive to Del Monte Drive in the Pinole area . 2. DESCRIPTION OF WORK The work consists of constructing planter boxes, placing top soil and mulch, planting trees and shrubs, and installing irrigation system and such other items or details, not mentioned above, that are required by the Plans, Standard Specifications, or these special provisions to be performed, placed, constructed or installed. 3. CONTRACT DOCU14ENTS The work embraced herein shall conform to the Plans entitled, "SAN PABLO AVENUE MEDIAN LANDSCAPING," . the Standard Specifications of the State of California, Business and Transportation Agency, Department of Transportation, dated January, 1975, insofar as the same may apply, these special provisions, the Notice to Contractors, the Proposal , th-e Contract, the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or en- larging 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 8 LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1 .03, "Beginning of Work," Section 6-1 .06, "Time of Completion," and Section 8- 1 . 07, "Liquidated Damages," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete the work within the allotted time of 35 WORKING JAYS counting from and including the day stated as the starting date in the "Notice to Proceed." . A - I. X105 SECTION A - DESCRIPTION OF PROJECT 4. BEGINNING OF WORK, TIME OF COMPLETION b LIQUIDATED DAMAGES (Cont. ) The Contractor shall pay to the County of Contra Costa the sum of $75.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and authorized extension thereof. - 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 Ordinances 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. - 2 - OM W REVISED 2-14-75 SECTION B - GENFRAI PROVISIONS 1 . DEFINITIONS AND TER11S 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 icated on the Notice to Contractors , Proposal and Special Provisions . b. BOARD OF SUPERVISORS means the governing body of ' the Agency. 1 c. ENGINEER means the Contra Costa County Public Works Director (Road Con'Toner-Surveyor; ex officio Chief Engineer) , or his authorized agent acting within the scope of his authority, " who is the Agency' s representative for administration of this contract. '- -d. STA:IG:;40 SPECIFICATIONS (S .S. ) means the Standard Specifications of the State of California, Business and Transportation Agency , Department of Transportation , (: ereinafter sometimes referred i to as S.S. ) , dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be inter- preted to refer to the Agency , or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RE:2TAL RATES =.,:D GENERAL PREVAILING !MAGE RATES means the latest edition of the Equipment Rental Rates and General Prevailing Wage Rates of the State of California, Business and Transportation Agency , Depart�:�ent 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 PERTINEitT DEFINITIO�IS - See S.S. Section 1 . 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions , or elseah ere 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. i b. Standard Specifications . The Standard Specifications (S.S. ) referred to ab3ve are by reference fully incorporated herein except to the extent that they are modified herein. 3. PROPOSAL (310) REOUIRENUITS AND CONDITMIS The provisions of S.S. Sec. 2 shall apply except as modified herein. 8 - 1 0010 1 i SECTION 8 - GEINEnAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIOUS (Cont. ) a. Examination of Plans , Specifications , Contract and Site of :fork (S.S. 2-1 .03) 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. 3 b. Proposal (Bid) Forms (S.S. 2-1 .0Sj (i ) The provisions of S.S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. ) (2) All proposals (bids) shall be made on forms to be obtained from the office of the Public Workt 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 j for the item in the respective spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. ' (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 following: (1 ) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the aMOLat bid. Guaranty may be in the form of cash , certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Comvetency of Bidders (S .S. 2-1 . 11 ) The requirements of S.S. Sec. 2-1 .11 shall not apply . 1 - Attention is directed to S.S. Sec. 7-1 .01E and the j requirements of laic referred to therein relating to the licensing of Contractors. B - 2 04108 i tr i r SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMERTS AND CONDITIONS (Cont. ) d. Competency of 3i ders S. - Cont. All bidders must be contractors holding a valid license to perform the required work as provided by the Business and Professions Code , and may be required to submit evidence to the Agency as to their ability , financial responsibility , and experience, in order to be eligible for consideration of their proposal . 4. A' ARD A'0 EXECUTiGia OF T'riE 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 '• forks" means the Board of Supervisors . b. Contract Bonds (S.S. 3-1 .02) i The successful bidder shall furnish a Faithful Performance Bond in the anount of the total bid and a Labor and Materials Bond in an anount of at least fifty percent (50:'x) of the total bid , each in the form approved by th,e 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, to- gether 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 'lorkmen 's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicatethereof certified by the B'rector or the insurer. A sample coy of the Agreenent (Contract) to be executed by the Contractor can be obtained from the County Public 'Works Department, at the address indicated on the Special Provisions. d. The Guaranty of the successful bidder will be returned within fifteen (15) days after the contract is finally executed and approved , and Guaranties of other bidders will be re..urned prorptly after the execution of the contract. 5. SCOPE OF WORK (S.S. 4) The provisi ns of S.S. Sec. 4 small apply except as modified herein. In lieu of the provisions in the third paragraph in j Section 4-1 .033 , "Increases or Decr2aser. Quantities ," of the Standard Specifications , t{,e follo.:;nq shall apply: - B - 3 6: I a SECTIO1 B - GENERAL PROVISIONS S. SCOPE OF PORK (S.S. 4) (Cont.) 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 account, 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. 7. CONTROL OF MATERIALS (S.S. 6) i 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 t this project. i a. Insurance " (1 ) The Contractor, before performing any work under the aareement, shall , at no expense to the Agency obtain and maintain in force the following insurance: (a) With respect to the Contractor`s operations: i i s l - T B - 4 01)110 rr SECTION B - GE'iERAL PRO:'ISIO:IS } 8. LEGAL RELATIONS A:ID RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (i) regular Contractor's Public LiabilitX Insurance for at least Two Ht-ndred Fifty Thousand Dollars 5250 ,0:00) for all damages arising out of bodily injuries to or death of any one person , and at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence; and ' ( ii ) 'regular Contractor's Pro e��r�ty Dama e S Liability insurance for at least Fifty Thousand Dollars '50 ,000 for all damages arising out of injury to or destruction of property in any one accident or occurrence and, subject to that limit per accident or occurrence, a total (or au regate) coverage of at least One Hundred Thousand Dollars (;100 ,006 for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations , Contractor shall procure or cause to be procured in their own behalf: (i ) regular Contractor's Protective Public Liabilitv Insurance for at least No Hundred Fifty Thousand Dollars for all damages arising out of bodily injuries to or death of any one person , and for at least Five hundred Thousand Dollars (5500 ,000) for all dar.anes arising out of bodily injuries to or deaths of two or Wore persons in any one accident or occurrence; and (ii) regular Contracto'r's Protective Property Dam- ace Liability Insurance for at least Fifty Thousand Dollars for all damages arising out of injury to or destruction of property in any one accident or occurrence, and, subject to the limit per accident or occurrence, a total .(or aggregate) co1erace of at least One Hundred Thousand Dollars ' (5100,000) for all dcr.:aces arising out of inju.ry to or destruction of property during the policy period; and (c) Hithout limitation as ' to generality of the foreacina subdivisions (a) and (b) , a policy or policies of Public Lig:ill :: grid Property na^ace Insurance in amounts not less than ,,2050 ,1':JO; :500 ,000 ublic Liability and $50 ,000 Property t---;acs Insurance, i nsurinc the contractual liability of t Contractor un;;_r lt'iis Section as hereinafter stated. T."- -:LIL'i n t`:'_iCI-t , DR ATTACHED THERETO , SHALL I 14AME Thl S?ECI:IC %GE:;CY AS A %A.-!ED I:'SJRED. i 00111 F SECTION B - GENERAL PROVISION'S 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (2) Form, Term, Certificates a (a) The insurance hereinabove specified shall be in fora and placed with an insurance company or companies satis- factory 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 ten (10) days prior to cancellation of the policy. b. Public Safety The provisions of S.S. Sec. 7-1 .09 shall apply i except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Haintenance of all project signing, portable de- lineators , 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 inproper conditions or inoperative devices . Failure to frequently inspect and maintain lights and barricades in proper operating condition when in use on the r roadway, or failure to respond promptly to notification of im- properly operating equipment, will be sufficient cause for suspension 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 suprlenenting the Contractor's barricades or warning devices , will be charged to the Contractor and may be deducted _ from any conies 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 const"ruction area that are not to be reproved. ' B _ fi 00112 i SECTIOU B - GENERAL PROVISIONS 8. LEGAL RELAT10%S AND RESPONSIBILITY (S.S. 7) (Cont. ) c. Preservation of Property (Cont.) The last two sentences of paragraph 2 of Section 7-1 .11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged ` facilities or property within the rights- of-way or easements shown on the plans , the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the • work, The cost of such repairs shall be borne by the Contractor and may be deducted from any monies due or to become due the Contractor- under the Contract. d. Rights-of-:lay and Easements The rights-of-:ray , easements , rights-of-entry, j fill permits and other permits acquired by or on behalf of the 1 Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights-of- way , easements , or permits which the Contractor determines are necessary or ccnvenient for the performance of the work shall be obtained by the Contractor at his expense. r e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads dnd of clearances , permits required, restrictions , road and bridge load limits , and other limitations affecting transportation ind ingress and egress to the job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the uo►k. 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. a - 7 00113 SECTI01, 8 - GEUERAL PROYISIO:IS t 8. LEGAL RELATIO!iS AND RESPONSIBILITY S.S . 7) (Cont. ) permits required, restrictions , road and bridge load Iiial Ls , dnu ress other limitations aYfeca ltransportation c abilityof accessroutend srorslimitaand gions to the job site. The unav thereon shall not become the basis for claims against the Agency or extensions of time for completion of the cork. f. Responsibilitv for Damage The provisions of the sixth, seventh , and eighth paragraphs of S.S- Sec . 7-1 . 12 , regarding retention of money due 1 the Contractor shall not apply. a - 7 . 0011.3 .�,. 3 SECTION 8 - GENERAL PROYISIG:IS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S . 7) (Cont. ) 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 a 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 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. 6 • 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor i of his responsibility to protect the work from damage. The Contractor shall bear the enti re •cost of repairing damage to the :pork 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 Specifica- tions , take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consideration under the provisions of this - - ` section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost o7 the work performed pursuant to this Section 7-1 . 165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment." except that there shall be no markup allowance pursuant to Section 9-1 .03A, "cork Performed by Contractor,- unless the Occurrence that reused the damage was a tidal wave or earthquake. The ' cost of ecergency 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 reork. The cost of repairing damaged work which was not in compliance with the require- ments of the plans and specifications shall be borne solely by she Contractor, and suca costs shall not be considered i in determining the cost of repair under this Subsection E. B - 8 00114 a SECTIGN B - GENERAL PRO VISIXIS 8. LEGAL RELATIONS AND RESPO"SIBILITY (S.S. 7) (Cont. ) 4. Payment for Repair 'rlork-- then the Occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, determined as provided in Subsec=ion E. that exceeds 5 per cent of the amount of the Contractor's bid for bid comparison purposes. When the Occurrence that caused the danaae was a storm or flood, the County will participate in the cost i 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 per i cent of the cost of repair that exceeds 5 per i cent of the amount of the Contractor's bid for bid comparison purposes . (b) On projects for which the Contractor's bid for bid conparisen purposes is greater than $2,000,00, the County will oay 90 per cent of the cost of repair that exceeds $100,000. i - 9. PP.OSECUTION XID PROGRESS i The provisions of S.S. Sec. 8 shall apply except as modified herein. t i i B - 9 00115 ,. SECTION B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont.) • a. Subcontracting (S.S. 8-1 .01) The items of work in the Engineer's Estimate L, preceded by the letters (S) or (S-F) are desi-gnated as "Specialty items. b. Assignment (S.S. 8-1 .02) Neither the contact, nor any cronies due or to 1 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. Beyinnino of Work (S.S. 8-1 .03) In lieu of the provisions of S.S. Sec. 8-1 .03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved- by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the ' "Notice to Proceed. " The Contractor shall not start work prior i to the date stated in the "Notice to Proceed" unless a chana_e to an earlier date is authorized in writing by the Engineer. d. Proaress Schedule (S.S. 8-1 .04) The Contractor shall subnit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress' schedules small be submitted within five (5) working days of the Engineer's written request. . s e. Time of Completion (S.S. 8-1 .06) The following days are designated as legal .holidays : January 1 , February 12, -3rd Monday in February, last !-londa_r in May, July 4, 1st Monday in September, September 9 , 2nd Monday in October, November 11 , 4th Thursday in 3overnber•, December- 25,. Statewide election days , and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. B - 10 0011 v SECTIO14 B - GENERAL PROVISIONS 9. PROSECUTION AND PROGRESS (Cont. ) e. Time of Completion (S.S . 8-1 .06) (Cont. ) 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 Pavnents (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 estinated 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 Beard 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 cor..pletion and acceptance of the viork ; if he certifies by a sworn written state-ment that all claims for labor and materials have lueen 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. e. Adjustment of Overhead Costs (S.S . Sec. 9-1 .08) provisions rovisions of S.S . Sec. 9-1 .08 shall not apply . i i ' B - 11 1 00117 SECTION B - GENERAL PROVISIONS 10. MUSUREMENT AMD PAYMENT (S.S. 9) (Cont.} f. Clerical Errors (S.S. Sec. 9-1 .09) The provisions of S.S. Sec. 9-1 .09 shall not apply. g•� All prior partial estimates and payments shall be subject to correction in the final estimate and payment. i i i i B - 12 i -00118 SECTIO C - FORCE ACCOUNT AND EQUIPMENT REUTAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1 .03 shall apply except as modified herein. 1 . DEFINITION. As used here "force account" means 1 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 ::e determined in accordance with the '• provisions of S.S. Sec. 9-1 .03 as nodified herein. 2. LABOR. a. The actual ,rages 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 retroactive 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. � . The labor surcharge percentage to be a plied to the actual rages paid as provided in Section 9-1 .03A( lb� of the Standard Specifications will be 20 percent for all Mork, ! except that for the following types of work said labor surcharge will be as shown below: Type of 1:ork Perforr ed Labor Surcharge Percent Cleaning and painting metal bridge - - - - - 29 Concrete construction - bridoe - - - - - 31 Erection or struc:.::ral metal 'for metal bridge, excluding sign bridge - - - - - - - 29 Piledriving, not including cast.--in- drilled hole piles - - - - - - - - - - - - 26 3. EQUIP RENTAL The provisions of S.S. Sec. 9-1 .03A(3) shall . apply except as modified herein. a. No paynent will be rzade for idle time due to breakdown, lack of operator, xreatner conditions prohibiting work, or other circumstances beyond the control of the Agency. b. Equi-rent shall be delivered to the extra } work site equipped as ordered. c. Idle time waiting for the arrival of trans- porting equipment to note the rented equipment ::ill not be paid for. C - 1 - SECTION D - CONSTRUCTION DETAILS 1 . LINES AND GRADES One complete set of stakes for lines and points required for the construction of the planter boxes will be set by the Engineer after notification by the Contractor as specified in Section 5-1 .07. 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. (c) Poor planning of sequence of operations by the Contractor. 2. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Section 7-1 .04, "Public Safety," of the Standard Speci- fications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Manual of Warning Signs, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. Construction operations shall be performed in Such a manner that there will be at least one 12-foot wide traffic lane open to public traffic at all times. At the end of 'the day' s work and when construction operations are not in progress the full width of the roadway shall be available for public traffic. In lieu of the conflicting provisions in Section 7-1 .08, "Public Convenience," and 7-1 .04, "Public Safety," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the pians to be County-furnished ) in- stalling, maintaining and removing all signs ( including County-furnished signs) , lights, flares, barricades and other warning and safety devices . , 0 - l VV1.4v i SECTION D - CONSTRUCTI01 DETAILS 2. PUBLIC CONVE,11IENCE, PUBLIC SAFETY AND SIGNING (Cont. ) 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 Shelf Avenue between Marina Vista and Pacheco Boulevard in Martinez between the hours of 7 :30 a.m, and 4 :00 p.m. 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. . 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 or sidewalk. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or where there are pedestrians, the clearance shall be seven feet. Exceptions :o the location provisions of this paragraph shall only be on the written approval of the Engineer.. Upon completion of the project and at a time directed by the Engineer, the signs, barricades and lights shall be taken down and dismantled; and the County-furnished signs and posts shall be delivered to the County Maintenance Yard Sign Shop on Shell Avenue between the hours of 7:30 a.m. to 4 :00 p.m. 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 b.y the Engineer prior to its use. Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special provisions, including full compensation for furnishing all labor, ( including flagmen) materials, tools, equipment, and incidentals, and for in- stalling, maintaining and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and returning County-furnished signs, and posts, shall be considered as included in the contract lump sum price paid for Signing and Traffic Control , and no additional compensation will be allowed therefor. 0 - 2 00121 ae SECTION D - CONSTRUCTION DETAILS 2. PUBLIC CO>VDN IENCE. PUBLIC SAFETY AND SIGNING (Cont. ) The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Maintenance Yard Sign Shop shall be borne by the Con- tractor and may be deducted from any monies due or to become due to the Contractor under the Contract. Payment shall be made in increments of the contract lump sum price for Signing and Traffic Control in the following manner: Initial Increment - 50 percent of the lump sum price upon satisfactory completion of installation of County-furnished signs. Final Increment - Balance of the lump sum price upon satisfactory coapletion of removal and dismantling of signs, posts and framing and delivery of County-furnished materials to the Shell Avenue Main- . tenance Yard Sign Shop. 3. MATERIALS In accordance with the provisions in Section 6-1 .07, "Certificates of Compliance," certificates of compliance will be required for seed, fertilizer, soil amendment, timber and all components used for the irrigation system. The Contractor shall give the Engineer not less than 4 working days advance notice of his proposed source for imported topsoil and sand and shall provide samples of the materials if requested by the Engineer. 4. OBSTRUCTIONS Attention is directed to the presence of water, •sewer, and gas pipe lines, overhead utilities and traffic signal pullboxes, detector loops and conduits in the construction area. The Contractor shall protect all traffic signal components and shall repair any damage to the traffic signal system at his expense. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. D - 3 00122 SECTION D - CONSTRUCTION DETAILS 4. OBSTRUCTIONS (Continued) The work specified shall be so conducted as to permit the utility companies, ,the water district and the sewer district 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 Speci- fications. Full compensation for conforming to the requirements of this special provision, not otherwise provided for, shall be con- sidered as in in the prices paid for the various contract items of work, and no separate payment will be made therefor. 5. REMOV 111G CONCRETE Removing concrete shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Speci - fications and these special provisions. Removed concrete shall be disposed of in accordance with the provisions in Section 7-1 . 13, "Disposal of Material Out- side the Highway Right of Way, " of the Standard Specifications . The edges of existing concrete to remain shall be cut to a neat and true line. Full compensation for removing concrete shall be cop- sidered as included in the prices paid for various contract items of work requiring concrete removal and no separate payment will be made therefor. 6. EARTHWORK It is anticipated that there will be approximately 100 cubic yards of excavated materiai which shall be disposed of by the Contractor off the job site, in accordance with the provisions in Section 7- 1 . 13, "Disposal of Material Outside the Highway Right of Way," of the Standard Specifications. D - 4 001,23 SECTION D - CONSTRUCTION DETAILS 7. LANDSCAPING Landscaping shall conform to the provisions in Section 20 "Erosion Control and Highway Planting" of the Standard Speci - fications and these special provisions. 8. IMPORTED TOPSOIL Imported topsoil shall conform to Section 20-2.01 of the Standard Specifications and shall be a top quality screened material obtained from a local commercial source. Contractor shall submit a sample for approval by the Engineer prior to topsoil delivery to the site. The contract unit price per cubic yard paid for "Imported Topsoil" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals including placement, as shown on the plans as specified in the specifications and these special provisions, and as dLrected &y the Engineer. 9. FERTILIZER Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosperic Acid .10.00% Water Soluable Potash 5.00% Combined Sulfur 1 .60% Iron .35% and shall be applied at the following rates: I tablet per i-gallon can 3 tablets per 5-gallon can 5 tablets per 15-cailon can 10. SOIL AMENDMENT Soil amendment shall conform to the provisions of Section 20-2.025 of the Standard Specifications, except that 95% - 100% of the material shall pass a 6.35 mm sieve. 11 . MULCH Mulch shall be derived from the bark of fir or redwood, shall be maximum one and one-half inches in size, and shall be spread to a three (3) inch depth over all planting areas. Measurement for placing mulch shall be by the square foot. The contract unit price for "Mulch" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals involved in accomplishing said work. 00124 D - 5 SECTION D - CONSTRUCTION DETAILS 12. COMBINED AGGREGATE Combined aggregate for tree well sumps shall conform to the grading provisions of Section 40-3.04 of the Standard Speci- fications for the I -inch maximum grading. 13. PERFORATED PIPE SUMPS Perforated pipe sures shall be Advanced Drainage Systems . (ADS) corrugated plastic tubing, or approved equal , with holes spaced evenly about the circumference. Split end caps shall be installed on the top end of the sumps and shall have a one and on-half ( 1 -1 /2) inch diameter hole cut in the end for watering access. 14. WEED CONTROL Weed control procran shall be developed by the Contractor and submitted with supporting manufacturers' data for written approval by the Engineer before start of construction. The program shall provide for weed ccntrcl in all planting areas and island paving area. Any new or existing plants or soil which in the opinion of the Engineer have been damaged by applying weed control chemicals shall be replaced by the Contractor at his expense. Feed oils and Granular or gelleted creed control chemicals will not be allowed. 15. PLANTING Planting shall conform to the provisions of Section 20-4.05 of the Standard Specifications, the plans and these provisions and shall include the following: (a) Trees and shrubs shall be planted with the backfill mixture shown on the plant list. Measurement for shrubs and trees shall be by each plant. The contract unit prices paid for plants shall include full compensation for furnishing all labor, materials, tools, equip- ment and incidentals and for doing all the work involved in planting, complete in place, including plan; holes, backfill with mix, fertilizer tablets; perforated pipe sumps, combined aggregate, stakes and ties as shown on the plans, as specified in the Stan:ard Specifications and these special provisions, and as directed by the Engineer. D - 6 - 00125 SECTION D - CONSTRUCTION DETAILS 16. PLANT ESTABLISHMENT 'CORK Plant establishment work shall conform to the provisions of Section 20-4.08 of the Standard Specifications and these special provisions. Plant establishment period shall be Type I , and shall end one year after the completion of all construction operations. Maximum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen day period) . A program for control of weeds, insects, and diseases shall be developed by the Contractor and submitted with supporting manufacturers' data for written approval by the Acting Public Works Director. Such program will be adhered to unless written approval to. change said program is granted by the Acting Public Works Director. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vegetation In question. Any new or existing plants or soil which in the opinion of the Acting Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. meed oils, granular or peileted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - Trees or shrubs susceptible to wind damage shall be kept adequately staked or guyed per attached Standard Planting Details. Ties shall be loosened periodically to prevent girdling. Where the supporting stakes have been broken, or where a replacement tree is planted, the stakes shall be of wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 211x2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. 0 - 7 OvVs SECTION D - 'CONSTRUCT1CU DETAILS 16. PLANT ESTASL I SHM'ENT WORK (Continued ) All areas shall be kept litter-free. Litter pick-up shall be done at two-week intervals or less as required to maintain a presentable appearance as determined by the Acting Public Works Director. - ; Measurement for "Plant Establishment" shall be per month. An amount of money will be withheld from monies due to the Contractor on completion of all construction operations. This amount will subsequently be paid to the Contractor at the rate of $ 150.00 per month for plan establishment work. If , in the opinion of the Engineer, any of the work is inadequately performed, this money will be used to have the inadequate work corrected and the cost thereof shall be deducted from the monthly payment. The amount of money to be withheld will be $ 150.00 for each month between the acceptance of the contract as complete (except for the plant establishment work) and the end of •the plant establish- ment period described above. 17. PLANTER BOXES Planter Boxes shall be constructed as shown on the plans, and as specified in the Standard Specifications and these Special Provisions. All timber for the planter boxes shall be rough construction grade redwood treated with a wood preservative as specified in Section 58- 1 .04, "hood Preservative for Brush Treatment," of the Standard Specifications. The 4"x4" post shall 'be driven into the ground through 3" diameter pre-drilled holes. All nails and hardware shall be galvanized. The contract unit price paid per each for different types of planter boxes shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in constructing the planter boxes, complete in place, including excavation and removing concrete island paving, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. D - 8 00127 SECTION D - CONSTRUCTION DETAILS 18. IRRIGATION SYSTEM The irrigation system installation shall conform to Section 20-5, " Irrigation Systems," of the Standard Specifications and these special provisions. All work and materials shall be In full accordance with the latest rules and regulations of the National Electric Code: the Uniform Plumbing Code, published by the Western Plumbing Officials Association; and other applicable State or local laws or regulations. Nothing in these plans or specifications is to be construed to permit work not conforming to these codes. When the specification call for materials or con- struction of a better quality or larger size than required by the above-mentioned rules and regulations, the provision of the speci- fications shall take precedence over the requirements of the said rules and regulations. Before the installation of -any irrigation system component, the manufacturer' s installation instructions for that component shall be furnished the Engineer. Alain line and lateral line piping shall be 1120-schedule 40 PVC plastic pipe with Schedule 40 Type 1 , Grade I PVC solvent weld fittings. Connections between main line and remote control valve shall be- of Schedule 40 hot-dip galvanized steel nipples and fittings. Galvanized steel pipe and fittings shall be coated with epoxy coating according to manufacturer instructions, and wrapped with 20-mil PVC or polyethylene tape providing no less than two (2) thicknesses of tape over all surfaces. Sub-lateral lines shall be polyethylene, 80 p.s. i . 1 /8" tubing shall be polyethylene and shall be installed in the sub-lateral by means of a metal grommet. The backflow prevention device- shall be a double check valve assembly approved by the water district and installed below grade in a pre-cast concrete valve box with a concrete cover. Strainer and pressure regulator shall be a Wilkins #500 YSBR with 100 mesh, one inch ( I ") size, and shall have a Marsh 0-100# pressure gauge mounted on the downstream side. Install in a pre- cast concrete valve box with a concrete lid. Set pressure regulator at 35 p. s. i . D - 9 f • oo128 E SECTION D - CONSTRUCT I ONI i3ETA I LS 18. IRRIGATION SYSTEM Remote Control Valve and Controller shall be a Water Watcher 11 , (4010 I " size and shall have battery included. Install in a pre-cast concrete valve box with a concrete lid. Emitters shall be "Sub-terrain ,QST-I . Gate Valve shall be brass, globe type. Filters shall be riser type by "Drip-eze". When brand names are mentioned, the Contractor may substitute the material with approved equivalents. Irrigation conduit: shall be placed under existing asphalt concrete pavement or concrete island in a trench approximately 2 inches wider than the outside diameter of the conduit to be installed . Trench width shalt not exceed 6 inches. The top of the installed conduit shall be a minimum of 12 inches below finish grade. The outline of all areas of pavement to be removed shall be cut to a minimum death of 3 inches with- an abrasive type saw or with a rock cutting excavator specifically designed for this purpose. Cuffs shall be neat and true with no shatter outside the removal area . The conduit shall be placed in the bottom of the trench and the trench shall be backfilled as follows: On Asphalt Concrete Roadway - Backfill shall be Class B concrete as per section 90 of the Standard Specifications up to the top 2 inches. The top 2 inches shall be backfilled with asphalt concrete. On Traffic Island - Backfill shall be commercial quality fine sand up to the top 4 inches which shall be backfilled with Class B concrete. Spreading and compacting of asphalt concrete shall be performed by any method which will produce an asphalt concrete surfacing of uniform smoothness, texture, and density. Spreading and finishing of portland cement concrete surfacing shall be performed by any method .which will produce a portland cement concrete surfacing of uniform smoothness, and texture equal to the adjacent surface. The Contractor shall not leave any trench open after -working hours. D - 10 00129 SECTION D — CONSTRUCTION DETAILS 18. IRRIGATION SYSTEM (Continued) The contract lump sum price paid for " Irrigation System" shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in installing the irrigation system complete in place, including the installation fee for The new water meter, providing and installing the double check valve assembly and pressure reduction assembly, all piping, valves, fittings, emitters, automatic controls, final adjustments of emmiter locations to insure complete coverage, all excavations, trenching, backfilling and restoration of surfaces altered by the work ( including concrete removal ) , all tests and the "AS Built" irrigation plans, as shown on the plans, as specified in the Standard Specifications and these special provisions, and as directed by the Engineer. A complete set of "AS BUILT" plans shall be furnished by the Contractor to the Engineer at the completion of the installation of the irrigation system. These plans shall show the locations, distances and depths of the various components of the irrigation system with respect to existing facilities. 0 — 11 00130 011, < a J "—.I J ti a �w 't i ot V It QL 01) 6 - t-C� J 13. N l }�P ._ '',_._ •".•• : ---'� ►4— its r 4u 3t'� •l 1 • a� L •t f� t j AJ �f �A,h—t /'l Ct \NIL, i ES-8 ri` 1 m ZL1lllli ti I a� •s = _° -�4 _ iS.f _� -' a v. _��— ti '•qdi �b a .t •:[ •fir, pX LL ct i L y • -{+ v • f - S•t E < �- < 21 j 41 75 f: EEE f �� f' � fl S ��- : tai Z1- ' +• _- 1 a • _�+, a �']c 2® _ zi a own ' :i a : ` r.� a� W Y C r n it j t: F ai c4 S •�a - a V Q`,� r r,,,� 'F ViR t �^ .t�`a v i t v i �..5'•//fM"'r.( � � ..i Lt -0 YL zik- Zi c' „ m J �.. v.a i� �� • u P� J t � o ���e i • rs`u 6 3 ?I Tt ^ - .. - "•'"per o: oo o E . no • u YE = o � ji n N 223 001432 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE CF CALIFORNIA In the Matter of Directing Publicaticn } of Notice of Intention to Acquire Real Property from Crocker National Frank RESOLUTION NO. 76/355 required for the Parks and Open Space ) Bond Program for County Service Area R-6 } (Gov. Code Sect. 25350} 1 The Board of Supervisors of Contra Costa County RESOLVES TEAT: In accordance with the City of 11alnut Creek and County Agreement dated September 17, 1974, providing for the acquisition and operation of local park and open space facilities for County Service Area R-E, it intends to acquire from the o mer, Crocker National Bank, for park and open space purposes the property hereinafter described at a cost of Four Hundred and Thirty Seven Thousand Trio Hundred and Seventy Five Dollars ($437,275.00). The Board will meet on Tuesday, June 1, 1976 at 20:35 a.m. in the Board's Chambers, County Administration Building, Martinez, California, to consider this proposed acquisition, and the Clerk of this Board is directed to publish the following notice in the Contra Costa Times, pursuant to Government Code Section 6063: NOTICE" OF INIEN110N TO ACQUIRE REAL PROPERTY The Board of Supervisors of Contra Costa County declares its intention to acquire from the owner, Crocker National Funk, at a cost of $437,275.00 all that real property in the City of Walnut Creek being all of Assessor's Parcel No. 139-160-006 and 139-130-007 consisting of 174.91 acres, and will meet at 10:35 a.m. on June 1, 1976 to consider the proposed acquisition of the hereinabove described real property. DATED: April 27, 1976 J. R. OLSSON County Clerk and ex Officio Clerk of the Board By 14.INUIt$RA.51 Deputy PASSED ON April 27, 1976 unani.^ously by Supervisors present. .IDF:pse (frig. Public Warks S.A.C. cc: Public Works (2) Administrator Auditor County Counsel City of t:alnut Creek 76/355 00133 S BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA AS E.X OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT Approving plans and Specifications for the Construction of Lines C-1 and C-2, ) Danville Boulevard Storm Drain. ) RESOLUTION w. ' 76/356 Work Order No. 8520 (Storm Drainage District Zone 13) WHEREAS Plans and Specifications for the construction of 500 linear feet of storm drain improvements along Danville Boulevard from Laurenita Way to Entrada Verde, in the Alamo area, have been filed with the Board this day by the Public Works Director; and WHEREAS the Board this day determined that the project will not have a significant effect on the environment; and r WHEREAS a Negative Declaration pertaining to the project was posted and filed with County Clerk on December 8, 1975, with no protests received; and WHEREAS the general prevailing rate of wages, which shall be the minimum rates paid on this project, have been approved by this Board: IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED and May 25, 1976, at 11:00 a.m. is fixed as the time to receive bids, and the Clerk of the 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 Valley Pioneer. IT IS BY THE BOARD FURTHER. RESOLVED that the Planning Director is hereby DIRECTED to file a Notice of Determination. PASSED by the Board on April 27, 1976. Originator: Public Works Department Flood Control Design cc: Public Works Flood Control County Administrator County Auditor-Controller Director of Planning RESOLUTION NO. 76/356 010% R c I�1 t`�I °13 d� `11eft t .� �p S of+ " �"r a e- I� E k�& A. ` e r a m 4II !' b � s �`{ '� hz aY nt'+.c.x „'.y ♦ � �' i 3 s µ, , q 7z :.t *" o :II9 A I,d I;' S ' b ia� E Ik- t.�.. + r t'., _ yf� d m t` t. ak �l ilNi l>!Pliltll Jf uP i,l llf}r i1 „9i Ii''i II t 'h �:a'+'Hn r" w " - s- t #�:i.`a a I 4 i., ,.' !1 4�ok #r: A h '`S N yr, 1 , :,s P - P T r f �Syaxao` k T^. s d zz"f `'y - .."-'�" q : r - r C 1 7"''�t x "S ,z,a Y n 3 Y?'•Is f t F p"' k n)iz Ids y� 1 E Ft 5 I' 'u lkit; 3 3 5 v 'r s, t >` t J •" V I,l.LE BLVtf's 1 `1tf 4z r6 ! 1 !� p t� s�aa h-Y."a`,e5 \ . a s q x -e s 't- s F 4 p//ma� k g,r,," + il� ! y d�, ! I�aI�� Iry A PRLfi� ♦, ` r'"X $b �� ia1RJ a!� :I & �y{ik.i 1 1 E- � Pi-R" � t'�' .�" d�I.'+^"tt�f�'7e!w 7 A II �y �� � ti ft11 '' -,at +.i`, ax:,,r' '--"g s.,, 3e. r`' "a•• .� ra �ly�° ;ISP io I 1 ,,,CONTRA .". OS�TA. C! ',T"Y FLt3.^'J COi�'TRUL {i�'a� �►'ATER CO��S V Ct* IST CT , ��_ w ' ? S GL:ACI`€R ,-bRI VE� t-ART�II�aE�'s c-AL.I twi q,S, ,, ' ,', 11 a q = x11 r 1p far #x: oTic To CoTaACTORs rX<� - r�� - -+_� .,. .ice J M1Ml4�r ,T F h 'YG< '� x. r v., a r v rte�rx c� j 7e. fir"1 �:.Y' J %t fb * r#3' X'll �� '. ` ' �� � ' OT.4�E I S tt€ E,X GI VER' fty .l?Ri2ER QF �JHE RCI RO t� SU'ERLR t�S R. a � �s � u: X ►ti�, �,i of ,TCIc T� �t�vE r �K�.,, ot�Yr o E a ,t > Fs , , �, � 9t'T ��Tp �� R ,?;� GE�1�IS IC7 +► THAT 7N� CLERK OF SRXL1�E3o�—, LL V$ � # 'y /��w . /� y +fit to ,{ TJX �, �^ {�4�-tm _�u.. ;" tr IA , r*x L�►I'+n a4"!"A V� �A' !..#t"r aq.i�Fa b 1 M 1:{�llG;ai F:UR�w 5 1, �"' '�`A aur x"' i,'a"nta"* ,.c Gr T., ,` +ti. :r s - ry �r xS'.�>a•x ,ask K,�.z, 'fi+w<# �GG ? I3! 1 ' +TR?i,wlSss ^.tllR €t:T s TRACS 'OT:TI,Ot+: NQSR 'TaC•E- �h .0� �.� " 'n'*v v - ftrw".-wn z 4 a ro s ; s a4k, m r `t w 1.1,3 x *:.et'dRr d "*, 'a•`r '?�,'; to '�t s x >«, :i "s ai rs J:P.,t, 4 rz"`.t `".r~hr-t, y�Y.%Cas,." S 'S z - f r* 11, utr 'x"�' �" t Y a fir. ` „r aF,A .+: uF r .4 k K " � r , $ 7 5TaOR &fi.GE QIS, ,ki - - t 13 4INE f -- K b 4 J`k i. air - :+S 4 X lall,NlM# n, 11 t �k> 'I, Y � d}ANV I LLE RiLV11. STORM DI2A I•. �,,- j11 as '^ '� - - " : '41 _ 4 t E PROJECT I- CATED �: QA{�1!ILLE Rt_Vp.' R M L UREAS k" - I'll1. ` �T T�:A�3A�11E�RUE4s �"ORTtt -1OF' THE Ct «.0 I 'Y OF .,, Ak tj o s 'R iy �#?� ��. -, k, 3 z K 5�4 LC 1� ;27�i�.*IE Ih , CCVROR�CE WITN O IC t� P �I xy d sP cu c T �a#!s �R , , I REFERCNC T&ERCTtT. z t ,�UIL�p,, , t11 I 1-1 I OS AR ;RE UIRCO °FOR Tti€ Lh E WQR1� _� � � � , �7 TIS OESCftZ@EdCkER 1-1 I�, y 5 poo., S. i� t X �+tG I RS E�STTE r �l +, t r r ' w rXU;� t T, '*, � 1. P, a ' i w „�I� u.. �Ts EO t1A►I T � _ Pb r^ r S"" + $ % Q .. ', RUA•TTS EASLlR� . I Te:� k 4 z - � ,, � IFI _ ` } � 4 {F 'r `cC fi '`t Y`v S Sr• .. IQ � ,�� w LS t R LIZAT IO; '� �. , � �,1,111 , LS TRENCH S:IORI OR PRtITI GT t3t�+ &" v" �} LS ODIF1l Nt IOLE '-n - -7, �},P` <:. k�t j "7 L y :� "�' .F IY X41 T,k"" la=to` s LS`- COJSTRUCT TEMPORARYA PAVE4EM� �� - r a ti ^+, '"x a y s aro " -s " '3�rf' rt LS �OAVE ENT REP,L CEME�1I. > ', 11-�� ,—- Q� �3 _ 3 s ' `� `,. t rya 's, d}� �'�," �, d - ",^wx - Y 1 ,� e a'. s r-".ver v^ t4�` cc :.,7' 'J""°" ir��• N- "s n ' �, 1 3' - n -,W '`• ! v,. X 1 EAS t�tINORST�tUCTURE. CdTry'E tIItAN�OC � - $ f i s k �` 'x 3 z k t -� 'q v Y G 5x x ,r;?m��" w9� n:7 a"* , „ 4 q BAYSlmwt , T?OP SL,'�� ","i� 9 . �a e s -� r Y!L 11t� t C+r ph�y �"`` o- v ,,ja i e,§';-.Z.-!a.-�..+ , ` ., '' a'(` 11 - x ".G EA' � i+ OR-f'">�7 irUUR �41�����R* `♦: - * 11OLE N'ITN T M Rr- N.AAI 8 5} �a'�`k'?fiXh C,{"`'' +, " a. " u r a r e ° a 3 s" '"M` r 't,x,+ i'yr� - z �p 2Ill' EA „t4L,NOIt ST tUCI. 7t,tRE ,: -4 �!� PRECNST t � - SWII`x t�;,At�iHOLE °�I TH ,T1lPE `L� " A.t ,_, w rRAS-1�E , , IV, �� � f .' 9. 21,0 L� ; 60": REINFORCED CONCRETEIP t�CC ► __ #��ya1. 11, I y, " , �'.I I I �. - �l �,- :, ,. 11 *� �s 'Y 41 % la44 Lt' abs s y REIA�FORCED CU t'., PJR�x�GC�, !S� r t'd` f °` z , 4 E.Z"y 7 1 , ,,r ..�, y "t �Y a J w �,�"" ." a x a �'�'.:� ,tt _ - '4>�'d a< t,. rF.,, r r _+� > ��{ "'. * ilf =i� e ralw : yx a vim s �t �v � �a, ' u - n. I" qq Y� 1 '. {a Ff, �Eh iii I.11' ��h�l NOTICE TO CONTRACTORS ICUNT. I I Tf'-o CSTIMATLD U':IT OF Hoe UUART I T Y VEASu4E I TEM 11 4E LF 4999 x 3391 BITUMINOUS COATED CORRUGATE, STEEL PIPE ARCH I.O798 • THICK) 12 4P LF 241 ' RITUMIMUS COATED CORRUGATED STEEL PIPE IoOT999 THICKI 1: 47 LF IP" CORRUGATEC METAL PIPE I.06c" THICf.s 14 IFI FR CY DRAIN ROCK 1s LS FLAGGING )CONTINGENT SUM—PAID AS EARNED) It - 2 00136 NOTICE TO CONTRACTORS 1CCUT. f ----------------------------- - EACfi DRUPOSAL IS TO BE IN ACCJROANCE kITH THE PLANS AND SPECI— FICATIONS ON FILE AT THE OFFICE OF THE CLERK OF THE BOARD OF SUPER- VISORS. ROOM 1039 COUNTY ADMIXISTRATICN BUILDING. 651 PINE STREET. MARTINEZ$ CALIFORNIA. THE PLANS AND SPECIFICATIONS MAY PE EXA41MED AT THE OFFICE OF THF CLERK OF THE BOARD OF SUPERVISORS OR AT THE CONTRA COSTA COUNTY FLOOD CnUTROL DISTRICT OFFICES 255 GLACIFR DRIVES MARTINEZ* CALIFORNIA 94553. PLANS AM SPECIFICATIONS (nOT INCLUDING STATE STANDARD SPECIFICATIONS OR OTHER DOCUMENTS INCLUDED oY REFERELCEI AltD PROPOSAL FORMS• MAY BE OBTAINED A1' PROSPECTIVE PIDDERS AT THE CONTRA COSTA COUNTY FLOOD CONTROL DISTRICT OFFICF9 255 GLACIER DRIVES KART MEZ9 CALIFCR::IA 945539 UPON PAYMENT OF A PRINTING AND SERVICE CHARGE I:: THE AMOUNT OF THREE AND 20/100 DOLLARS 1$3.201 [SALES TAX INCLUD=DI WHICH AMOUNT SHALL NOT RE REFUNDABLE. CHECKS ViALL BE MADE PAYABLE TO 'THE COUNTY OF CONTRA COSTA' , AND SHALL BE MAILED .. TO CONTRA COSTA COUNTY fLOJO CONTROL DISTRICT OFFICE+ 255 GLACIER DRIVE. MART I MEZ 9 CALIFORNIA 94553a EACH 91D SH:L- BE MADE ON A PROPOSAL FORM TO BE OBTAINED AT THE CONTRA COSTA COUNTY FLOOC CONTROL DISTRICT OFFICES 255 GLACIER nRIVE9 MARTINEZ9 CALIFORNIA 94553. SIDS ARE REOUIREn FOR THE ENTIRE WOPK DESCRIBED HEREIN9 AND NEITPER PARTIAL NOR CONTINGENT BIDS WILL BE COF:S I nrPrne A PROPOSAL GUARA::TV It+ Tt:E A%!JURtT OF TEA 1101 PERCEdUT OF AROURT SIC SHALL ACCOMPANY 7MF PROPOSAL. T"E PROPOSAL GUARANTY MAY BE IN THE FORM n= A CASHIER'S CHECK* CERTIFIED CHECK OR BIDDER'S PONDS MADE PAYABLE TO THE ORDFR OF 'CONTRA COSTA COUNTY STORY DRAINAGE DISTRICT '. THE AROVE—VENT/O%ED SECURITY SHALL BE GIVEN AS A GUARANTEE THAT T-iE BIDDER WILL ENTER INTO A CONTRACT IF AWARDED THE WORKS AND WILL 9E FORFFITED BY THE RUDER AND RETAINED BY THE COUNTY IF THE SUCCESSFUL PIDDER REFUSES9 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 CLERK OF T4E EOARD OF SUPERVISORS. ROOM 1039 COUNTY ADMINISTRATION PUILDING9 631 PINE STREETS MARTINEZ9 CALIFORNIA9 ON OR BEFORE THE 25T14 DAY OF MAY9 19769 AT 11 O'CLOCK A.M. AND WILL BE OPFNEV IN PUPLIC A`:D AT THE TIME DUE IN THE CHAMBERS OF THE BOARD OF SUPFRVISORS9 ROOM 1079 ADMINISTRATION RUILDING9 MARTINEZ9 CALIFORNIA, AND THERE READ AND RECORDED. ANY RID PROPOSALS RECEIVED AFTER THE TIME SPECIFIED I: THIS NCTICE WILL BE RETURNED UNOPENED. 0013'7 N — 3 _ I SNOT I CF TO CONTRACTORS l COOT. 1 ---------------- THC SUCCESSFUL PIDDER :ILL RE RECUIRED TO FURNISH A LABOR AND VATERIALS BORD IN AN A CUUT ELUAL TO FIFTY PERCENT OF THE COtTRACT PRICE Alia A =AI THFVL PFRFORIrA&CE BOND 14 AX A.UUNT MAL TO OnE HUNDRED PERCENT OF THE CONTRACT PRICE. SAID BONDS TO BE SECURED FROM A SURETY COMPANY AUTHORIZED TO DO BUSINESS Ih 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. TH: SAID BOARD HAS ASCERTAINED THE GENERAL PREVAILING RATE OF DER DIEV WAGFS AND RATES FOR LEGAL HOLIDAYS AND OVERTIME WORK IN TME LOCALITY IN WHICr. THIS dDgK IS TO RE PEAFORREC FOR EACH TYPE OF WORKMAN OR NECHA%IC REOUIRF^ TO FXfCUT: THF CONTRACT WHICH WILL BE AWARDED TO THE SUCCESSFUL PICOER. TN= PREVAILING RATE OF PER WEN WAGES 15 ON FILE i:178 THE CLE: K OF 7-l: +OARD CF SUPERVISORS. AND 15 INCORPORATED HEREIN RY 1;E FEREINCE THERETO. T-J: SAQ. AS IF SET FORTH 14 FULL HEREIN. FOP ANY CLASS IFIC:TIONR NOT IRCLUDED It., THE LIST+ THE MINIMUM MAGE SHALL BE THE GENERAL PREVAILIXZ RATE FOR THE COUNTY, THE SAID ROARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS OR AVY PORTIG's: OF ANY NIf% A:o)rOR NAIVE AKY IRREGULARITY IN ANY BID PECEIVCa• FY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY• AS EX OFFICIO T4E GOVERNING BODY OF THE CONTRA COSTA CGURTY STORM DRAINAGE DISTRICT J.K. OLSSC:. CCu'�Tr CLERK AND EX—OFFICiV CLERK OF THE BOARD OF SUPERVISORS By • N-N----moi--N Mfi--N-NN DEPUTY DATE7— APR Ow 71976 PUBLICATION DATES- ----------- ---------------- ATES- -----------N------------------ _ 00100 ry DAhVILLE BLVD. STORM DRAIN • PROJECT 40. BSZD-76 BIDS DUE MAY 259 1976 AT 11 OlCLOC% A.M. ROOIX 1039 COUNTY AWINISTRATION RUILOINGe 651 PlhE STREET. MARTINEZ. CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY AS EX OFF I C 10 THE WVERa I NG BODY OF THE CONTRA COSTA CDU%TY STORM CRAINAGE DISTRICT DART I!FEZ• CAL I FOR%I A P R O P O S A L F 0 R STORM DRAINAGE DISTRICT ZONE 13 — LINES C-1 6 C-2 DANVILLE BLVD. STORM DRAIN • - FILED NAME OF BIDDER AP 271976 BUSINESS ADDRESS 1 %GtZ= CXLM PLACE OF RES I DE::CC _ MN TO THE BOARD OF SUPERVISORS OF COiI•TRA COSTA COUNTY AS EX OFFICIO THE GOVERNING BODY OF THE CONTRA COSTA COUXTY STORM DRAINAGE DISTRICT THE UNDERSIGNED. AS BIDDER• DECLARES THAT THE OVLY PERSONS OR PANTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN— THAT 7111S PROPOSAL IS VALE jITHUUT COLLUSIOA UITH ANY OTHER PERSONS FIRM OR CORPORATION—THAT HF HAS CAREFULLY EXAMI%ED THE LOCATION OF THE PRO— POSER WO1:R. PLANS A%:! SPECIFICATIONS— AND HE PROPOSES AND AGREES+ IF THIS PROPOSAL IS ACCFPTFDv THAT HE %ILL CCNTRACT alTH THE CONTRA COSTA COUNTY STORK DRAINAGE DISTRICT TO PROVIDE ALL NECESSARY VACHINERY9 TOOLS• APPARA- TUS AND OTHER MEANS OF CONSTKCCTION9 AND TO DO ALL THE WORK AND FURNISH ALL THE PATERIALS SPECIFIED I TRE CONTRACT. IR THE MANNER AND TIME PRE— SCRIPED• AND ACCORDIK:a T7 THE 4EQ:IREVE:&TS CF THE EaralKEER AS THEREIN SET FORTHs Ahh THAT Hi BILL T44E IN FULL PAYME'T THEREFOR AN AXOUhT BASED ON TliF UNIT PRICES SPEC I F I En NE;tE I 4CRFLJ. FOR THE VARIOUS ITEMS OF WORK @ THE TOTAL VALUE OF SAID ADR% AS ESTIPA:ED DEREill BEIRS S -M-MN- IINSERT TOTAL) AND THE FOLLOWING BEING THE U4:IT PRICES BID@ TO WIT— ed wish bw d mw P — 1 00139 q. PROPOSAL (CONT. ) (PRICE %HJT TO EXCEED THREE (3) DECIMALS ) ------------------ ------------------------------------------t--------+--------- I TEtt TOTAL ITE}' ESTIMATF•D U,:IT OF PRICEtI.% tIN' NO GUAITITY ',EASUI:F I T E":•: FIGURES) FIGURES) ------- ------------------------------------------------------------------------ 1 LS MCBILI " "ON -------------------------------------------------------------------------------- 2 LS TRE%Cts S);ORING OR PROTECT IL'(i -------------------------------------------------------------------------------- 3 LS %'J 1rY =':%HOILE -------------------------------------------------------------------------------- 4 LS C0%STnL':T TIMPOAR ARY PAVE:rEYT -------------------------------------------------------------------------------- 5 LS PAXEL :ENT REPLACE'-&EN:T -------------------------------------------------------------------------------- 6 1 EA MI;:O2 STRL'C TLRE (TYPE III :":.c:HOLE BASE WITH TOP SLAB) 7 2 EA ��I R ST:UCT:: (48 * 1 PRECAST MANHOLE WITH TYPE III MANHOLE BASE) 8 1 rA 4.11NOR ST RUCTUIRE t4$ 1 ' PRECAST MANHOLE :•1 TH TYPE I MAA'$'HOL[ BASE ) ---4 -------210 LF6011 ------------------- -- __ ___ :;EY(•FOR000 Ct3: CRETE PIPE (CLASS II ) ------- ------------------------------------------------------------------------ 10 148 LF 36" REI%F RCEr0' CONCRETE PIPE (CLASS I1 ) 11 46 LF 4S' • X 331 ' SITU'11%'JL'S COATED CORRUGATE : STEEL PIPE ARCH ( .079' ' T+HICK) 1.2 46 LF 24 • e COATEID C04 RU GATED STEEL PAIPE: ( &0791 ' THICK ) -------------------------------------------------------------------------- 13 42 LF 1 E3 ' ' vE TI AL PIPE t .GL-4-' ' THA'CK) -------------------------------------------------------------------------------- 00140 P — 2 i` PROPOSAL (C01<T. ) (PRICE %OT TO EXCEED THREE ( 3) CEC IMALS ) -----------------------------------------------------------+--------r--------- ITE)A, TOTAL ITEM EST 14MATED U::11 CF PRICE t IN ( IN N0", GUANT ITY ;•ILASURE ITE'• FIGURES) FIGURES) 14 86 CY DRAIN ROCK -- 10 148 LF 36" R I%FORCED CONCRETE PIPE (CLASS II1 ------------ 48 LF 49" X 33" SITU-MI"OUS COATED CORRUGATED STEEL PIPE ARCH ( .079' ' T►I I CK I -- ------------------------------ 1.2 48 LF 24 • ' WATED CORRUGATED STEEL PIPE ( .079" THICK) ------------------------------------------------------------ 13 - - -- ---_- 13 42 . LF 1R" CCRROu:.TED METAL PIPE 1 .064" THICK) 00140 P - 2 PROPOSAL (COIN-1 . 1 (PRICE :--T TO EXCEED THREE (3) DECIMALS) ---------------------------------------~--------------------------------------- I --------- ----------------------------------------------t--------+--------- ITEM TOTAL ITEM EST14MATED U.:IT OF PRICE( IN ( IN NO, QUANTITY MLASURE ITE.%, FIGURES) FIGURES) 14 88 CY DRAIN ROCK (F ) -------------------------------------------------------------------------------- 15 LS FLAGG I%G (CU%T 1 P:vE,:T SU-•,-i'A I D AS EARNED) -------------------------------------------------------------+--------+--------- NOTE-PLEASE SHOW TOTAL C% PAGE P-1 TOTAL -------------------------------------------------------------------------------- P _ 3 00141 PROPOSAL ICO�T. I IN CASE OF A CISCREPA%cy P_tTwECS U%IT PkICES AND TOTALS. THE UNIT PRICES SHALL PREVAIL• IT IS UNDERST CD AND AQREED THAT THE QUANTITIES OF WORK UNDER EACh ITEM ARI• ;PPRON"ATE 0%LY. FEMG GIVE% FUR A BASIS OF COMPARISON OF PROPOSALS AND Tmr RIGHT IS RESERVED TO ThE COURTY TO INCREASE OR DE— CREASE THE AMOUNT CF WORK UNDLR ANY ITEM AS MAY BE REQUIREDe IN ACCORD— ANCE WITH PROV1SICUS SET FORTe+ 1% THE SPECIFICATIONS FOR THIS PROJECTS IT IS FURTHER U DERSTOOD AND AG4EE5 THAT THE TOTAL AMOUNT OF MONEY SFT FORTH FOR FACT ITEP OF WORK OR AS THE TOTAL AMOUNT BID FOR THE PROJECT* 'DOES NOT CU&STITOTE AX AGkEET:RT TO PAY A LUMP SUN FOR THE WORK UNLESS IT SPECIFICALLY SO STATES. IT IS hEREBY AGREED THAT THE U4DERSIGNED, AS BIDDEKe 'SHALL FURNISH A LABOR AND VATERIALS M0 IN A:: AMOU4T EQUAL TO FIFTY PERCENT OF THE TOTAL AVOUNT OF THIS PRJJCSAL AND A FAITHFUL PEZFORMANCE BOND TO BE ONE HUNDRED PERCENT OF !HE TOTAL AVOUNT OF THIS PROPOSAL* TO THE CONTRA COSTA COUNTY STORM DRA MAGE DISTRICT AND AT NO EXP_RSE TO SAID AGENCY• EXECUTED BY A RESPONSIBLE SURETY ACCEPTABLE TO SAID AGENCY IN THE EVENT THAT THIS PROPOSAL 15 ACCEPTED BY SAID CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT. 'IF THIS PROPOSAL SHALL RE ACCEPTED AND THE UNDERSIGNED SHALL FAJL TO CONTRACT AS AFORESAID AND TO GIVE THE TWV BONDS IN THE SUMS TO RE DETERMINED AS AFORESAID, kITH SURETY SATISFACTORY TO THE BOARD OF SUPERVISORS. WITHIN SEVEN l Z 1 MAYS. NOT INCLUDING SUNDAYS* AFTER THE BIDDER HAS RECEIVED NCTICE FROM THE BOARD OF SUPERVISORS THAT THE CON— TRACT IS READY FOR S I G%ATURE• THE BOARD OF SUPERVISORS NAY, AT ITS OPTION• DETERMINE THAT THE HIDDER HAS ANANDONE7 THE CONTRACT• AND THEREUPON THIS PROPOSAL AND THE ACCEPThUCE 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 CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT. SUBCONTRACTS www... w THE CONTRACTOR AGREES+ BY SUBMISSION OF THIS PROPOSAL* TO CON— FORK• WHEN APPLICAPLE+ TO THE REQUIREMENTS OF SECTION 4100 THROUGH 4113 OF THE GOVERNMENT CODE PERTAINING TO SUBCONTRACTORSY THE SAKE AS IF INCOR— PORATED HFREIN. A COVPLETE LIST OF SUBCUNTRACTORS IS REOUIREDe .AND THE BIDDER WILL BE EXPECTE: TO PERFORM WITH HIS OWN FORCESs ALL ITEMS'OF WORK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOdIRS IS A COMPLETE LIST OF ITEMS OF WORK TO BE SUB— CONTRACTED Cl THIS PROJECT. IF A PGRTIC% OF ANY ITEX' OF WORK IS DONE PY A SUPCCUTRACTOR. THE VALUE OF THE WORK SUP.CURTRACTED WILL BE BASED ON THE ESTIMATED COST OF SUCH PORTIO; OF THE CONTRACT ITEM DETERMINED FROM INFORVATION SUPQITTED BY THE CONTRACTOR• SUBJECT TO APPROVAL BY THE FHGIAEER. THE UNDERSIG%ED. AS SIDCER• DECLARES THAT HE HAS NOT ACCEPTED ANY BID FRGH ANY SJBMTRACTUR OR PATERIALMAN TPROUGH ANY BID DEPOSITORYe THE BY—LAWS• RULES OR REOLP_ATICNS OF kHIC" PPw4IBIT OR PREVENT THE CON— TRACTOR FROM CONSIRE006 A:Y P13 FROM AAV SUNCWtTRACTOR.OR NATERIALMAN• WHICH IS NOT PROCESSED THROUGH SAID AID DEPOSITORY. OR WHICH PREVENT ANY SUBCONTRACTOR OR MATERIALYAh FROM 91DCIUG TO ANY CONTRACTOR wmO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FRUP OR THROUGH SUCH DID DEPOSITORY. P - 4' 00142 PROPOSAL (CONT. ) ---------------- NO. ITEC! SUBCONTRACTOR ADDRESS ACCO,%PA:%'Y I-: THIS PROPOSAL IS A PROPOSAL GUARAiiTY 111-0 THE A-l0UN T vF TEN t 1::) PERCE%T OF A—VUi:T BIC -------------------------------------------------------------- (CASHIER'S CHECK s CLRT :F i ED CHECK CR B I D"DER'S RUND ACCEPTABLE ) THE ivAvES OF ALL PERSONS INTERESTED IN THE FOREGOING PROPOSAL AS PRINCIPALS ARE AS FC:LLOrS— 114PORTANT NOTICE ---------------- IF THE RIODER CP OTHER INTERESTED PERSON !S A CORPORATION• STATE LEGAL NA%'E CF CCRP0R4TI0jNt ALSO NA-*ES C:F PRESIDENTS SECRETARY, TREASURER. AND MANAGER THERLCF, IF A CONARTXERSHIP, STATE TRUE NAME OF FIRM. IF BIDDER OR OTHER I.NTERESTEC PERSON IS AN INDIVIDUAL• STATE FIRST AND LAST NAME I% FULL. ------------------------------------------------------- ------------------------------------------------------- ------------------------------------------------------- ----------------------------------------------------- LICENS`D TO Lv OR S:;2CC%TRACT ALL CLA55ES OF STORK INVOLVED IN THE PM-V^j[CTs Ii: A,'% ACT P LCVIDING FOR THE REGISTRA— TION EGISTRA— TION OF CONTRACTOR."I' s L I CE%SC %O• (CLASS— I • -------------------------------------- --------------------------------- -------------------------------- -------------------------------------- (SI%G%AT:::[- —vvF BIDDER) HUSINFS5 ABCRESS ------------------------------------------------------ PLACE OF RESIDENCE DATE 29 -------------------------- - 5 ©01-43 r •• .. wr rill • SL'PON" wJ1 MU O . ; certiffes that: . =saoccmtracts.j • I its 1. s. ri intends to czg1vg o-'-.. the _oll ; listed construction trades in its f vock undr- zbe bca t act 2. (4) :s to tho:c trades met fGrzl.'. IS the preceding para frapb one bereof for vU&. :: is eligible under pi: 1 o: Wiese Did Conditions for p=:.Ic_p:-lcn is the Co.::ra Coxca r2c:., :: s•::1 cooply vich t'be Contra Costa ply on this and all Mare constwctim Fork in Contra Costa CGM%W snb.iect To tbeso Bad Co -.14ticas, :hm wadw Mdu : and/or Ca rs to Umse trades #o- siftfcb :: is required by these Did Coodi::eas Z:• C;;3v Vith. ftrz is c: chest Did Coadlazim, :: adopts the _:L=—.Mcy =.mower ut::41cati_ca pliers -nd the specitsc affi rstive aczlm stops in said PC-'r• i/t� Q}n.1y�ddsl and ail *;ftttu--@ conte-s�nat!ion ■1 wait In sYMM r i/ +� i/C.:=�.� Vas.4cm. est +•kars, Ed �.s�...�,�MS7 s.mss- �.�� i \ . and 3. it vIli obtain :row each of Its sal'eon::actors prior to the award of a:W subem=act ender this mAcast.-act the subcontractor certification repined bW tbesa Did Con&tfans. r . (signature of authorised represeztativs of bidder) ' In ardor to Lmsure that the s:id subcoatraeu+re' certification be- cons a par: o: all sa'.�eontracts under :=.a print eontruct, so vubcontraet aball be cx:=m%—j wa:31 za :.:.:::r===« r4.;::sc::ativr of Me Contra Costa County P-clic UDrks Dcoart-.ant `{that %he said Ce•"'L.�.+i:a'.3C:: h= :�A 3accrFc:au'+ {fl '.L'L'SCA SL•a�JAL."iCL, raoasdlress or %Ier.. ,�.,'� s�, an«-•a:L mraw.rd :::So•.:= mcft ::ri-men a;proval shall . be volded. r M44 L L • •N �rw rt.•..»rr�... ... .r.r.\. _Mr r.... ....r ..r.. • rrir... r r_w.r.\ rir r. r•. wr�. .. rr r.�. r..r. wwr..... .._...•r•\..r•rr.�.. ......V\ . rw r.r.r... r rr M...h..rL•. .q� cez rz�s o AMLa tB1CGe> Awk t 1 i �. -t ;Z:ix+�c� .o ��aio}• xae zail�r+.:»� �:.stec� co»st�-izct2oa��t:adcs��r '� s� mase, .trader. .sim xor hl,Ln 6t pi c e. Al-i � ��� CoAas�rs,o �'a�����;�. � �= 'on= t 'osta OII �2�5 +AG .: � '��L•ii: h. COlIiT.=CL20�i "t:oSC t"aciGs 3QT Z.�I C.2 2� S„reai:2red b tiii..r' C pG: � n ' - oas to c=:), t:. S 'I azZhese �� Coni t oao s , L{AA .aMNL.+M�•i M�:.1\i �i..�s '.ww��+�.+R►.wi1►+" M iZiTwY ,� AM�i 'ri�M Mi! tisrn.Ar+► Fr:°4�i�+ .r'!. L 4 i f�"€i r ' i-,--action Sit s Ca.'iZ:'3ed IA t Cta�s,'I',iLL3C� *+`a r�'. ,►+Z LI3:I w s+L: "'""� {� of �T��.'Q►jJ,f$„;��s�" ,T ! ,.I..���' rarles ttM. u Ota1A,fro3A CaC�i of .� .tM A��.rQZii.if�\r�QTrs �2�.w1Y CD t':$Cx p O• s'IR� i?Si.1�++�i1�' Z R:If �tt3�t �� t�iR� Sw4.Yd Q j a .Sirunco"'Itra�. ��im�er�;ti scaA:raCx tic su3contz,cta►z czt� c3txort raqui zecby tb�s3zr ,y �+N .i 7..� }� y+,r �y� \ or � 'lrilK C 1 ,.MYiZV �K{��1 ♦�' 1ru.w ir,► ��{��w [� �tlC�} F i dk �r ,�.,..,.....a.nw,.,�+ra ��.,�, +��?��"lt: .,r.. .,.. �z°°.:;.t„�x ,n. .,� .. _ L �.r„wr...�€,��t�.. -_`k- „« .1. ,.,�,��'k�'`'..;•_. .� ..�a+ ., ..,. ... .,e.. .. o RECEIVED APR :17 1976 THIS SHEET IS FOR i nronmAT l Ort PURPOSES AN SHALL NOT BE COLS I DE RED A PART OF THE CO�ITR CT rJ. Icom OF apvw� .JI QWA ood Your attention is directed to the requirements in Section E, "Affirmative Action Requirements — Equal Employment Opportunity." This project is within the area covered by an Area Plan on Equal Employment Opportunity and the contract contains a special section of bid conditions dealing with the implementation of . that plan. There are two methods of qualifying for contract award, one of which is described under Part 1 and the other under Part 11 of the specification. We have received information from Federal authorities that specific crafts, listed below have been approved as participating crafts for the Contra Costa Area Plan; PLUMBERS - No. 159 QUALIFICATiON UNDER PART 1 Any or all of the crafts listed above may be qualified under Part 1 . No contractor can qualify completely under Part I but may qualify the listed crafts under Part 1 and must qualify all remaining crafts under Part 11 . Partial qualification' under Part I involves corspluting Paragraph 2 (a) of the Bidder's Certification of Affirmative Action for Equal Employment Oppor- tunity in the Proposal for the listed approved crafts. QUALiFICATIOH UNDER PART 11 In connection with responsibilities assumed by contractors bidding on this project . your particular attention is called to Paragraphs B-1 "Goats and Timetables," and B-2 "Specific Affirmative Action. Steps" of Section E of the Special Provisions. You must. complete Paragraph 2(b) of the Bidder's Certification of Affirnative Action for Equal Employment Opportunity which Is contained in the Proposal or submit an Affirmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part 11-B. Particular attention also should be given to the sixth para- graph of Section. E, Part IV of the Special Provisions, which states "it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees." In order to be a responsive bidder eligible for contract award under Part 11 . the contractor rust ccnplete -:h a Bidder's Cert- ification of Affirnative Action for Equal Employment Opportunity at the time of %uba-ii t t ing his bid. i t.F0RMAT 1011 - miaor'ihnad with hwid ordt 00146 Contra Costa County Storm Drainage District Zone No. 13 Project leo. 8520-76 FILED OR 27 197-0 J. a, ocs°,a" Qf" WMU of sun vZORS SFECLkL PROVISION'S �RA A Co. FOR CONSTRUCTION OF MANVILLE BOULEVARD STORE! DRAIN FROM LAURMUTA WAY TO FI. HADA VERDE LANE IN AlA.40, CALIFORNIA VERNON L. CLINE, ACTING E..X OFFICIO CHIEF ENGINEER CONTRA COSTA COUNTY STORM DRAINAGE DISTRICT `i MINEZ, CALIFORNIA APRIL, 1976 Mictoflkr4d with board ardw 00147 WORK. ORDER 8520 I N D E X SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location A-1 2. Description of Work A-1 3. Contract Documents A-1 4. Beginning of Work, Time of Completion, and Liquidated Da-mages A-1 5. Permits A-2 SECTION B - GENERAL PROVISIO'S 1. Definitions and Terms B-1 2. General B-1 3. Proposal (Bid) Requirements and Conditions B-1 4. Award and Execution of the Contract B-3 5. Scope of Work B-3 6. Control of Work B-4 7. Control of Materials B-4 8. Leeal Relations and Responsibility B-4 9. Prosecution and Progress B-9 10. Measurement and Payment B-11 SECTION C - FORCE ACCOUNT AND EQUIPMEN'T RENTAL 1. Definition C-i 2. Labor C-1 3. Equipment mental C-1 SECTION D - CONSTRUCTION DETAILS 1. Lines and Grades D-1 2. Materials D-1 3. Public Convenience and Public Safety D-2 4. Utilities D-3 5. Mobilization D-4 6. Existing Facilities D-4 7. Clearing and Grubbing D-5 8. Control of Water D-5 9. Watering D-6 10. Earthwork D-6 11. Aggregate Base D-8 12. Drain Roc;: D-8 13. Asphalt Concrete D-8 14. Minor Structures D-10 15. Reinforcement D-11 16. Reinforced Concrete Pipe D-11 17. Corrugate-- '_'etal Pape D-12 SECTIO N BID CONDITIONS. AFFIR.KAa IVE ;,c::t�: =�GZ?.Y'�� :TS E-1 EQUAL E.'.`PLOY'-1r'.i OPPORM.-!-:%' Thru E-9 001AR WORK ORDER 8520 I N D E X (Continued) STANDARD DRAWINGS INCLUDED IN SPECIAL PROVISIONS STATE BULLET0 105 E\"TRACT - TRENCH PROTECTION CC 3020 PRECAST MANHOLE, COVER, AND_TYPE I BASE CC 3021 TYPE "ll" MANHOLE BASE CC 3022 TYPE "III" MANHOLE BASE CC 3023 CIRCULAR CRATE AND FRAME 001AQ SECTION A. DESCRIPTIOS OF PROJECT ' 1. LOCATION The project is located on Danville .Boulevard between Laurenita Way and Entrada Verde north of the community of Alamo. 2. DESCRIPTION OF WORK The work consists of installing 496 linear feet of storm drain pipe consisting of 60-inch, and 36-inch diameter reinforced concrete pipe, 49-inch x 33-inch corrugated steel pipe arch, 24-inch and 18-inch diameter corrugated metal pipe, manhole structures, and such other items and details, not mentioned above, that are required by the Plans, Standard Specifications, or these Special Provisions to be performed, placed, constructed or installed. 3. CONTRACT DOCVZXN"rS The work embraced herein shall conform to the Plans entitled: "CONTRA COSTA COUNTY STORM DBAULAGE DISTRICT ZO.X 13 - LIKES C-I 4 C-20 DANVILLE BOULEVARD STORY DRAIN", the Standard Specifications of the State of California Business and Transportation Agency, Department of Transportation dated January, 1975, insofar as the same may apply, these Special Provisions, the Notice to Contractors, the Proposal, the Contract, 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 TORR, TIME OF CMSPLETION, AND LIQUIDATED DAMAGES Attention is directed to the Provisions in Section 8-1.03, "Beginning of Work", Section 8-1.06, 'rice of Completion", and Section 8-1.07, "Liquidated Damages", of the Standard Specifications and these Special Provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Engineer and'shall complete the cork within the alloted time of 35 working days counting from and including the day stated as the starting date in the "Notice to Proceed". The Contractor shall pay to the District the sum of $100 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. A-1 00150 SECTION A. DESCRIPTION OF PR0IECT 3. PEIRITS 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 the permit requirements shall be considered as included in the contract price paid for the items of work for which the permit is required and no additional compensation will be made therefor. A-2 00151 REVISED 2-1� SECTION B - GENERAL PROVISIONS 1 . DEFINITIONS AND TERMS As used herein, unless the context otherwise requires , the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the Notice to Contractors , Proposal and Special Provisions . b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public Works Director (goad Commissioner-Surveyor; ex officio Chief Engineer) , or his authorized agent acting within the scope of his authority, who is the Agency's representative for administration of this contract. d. STANDARD SPECIFICATIVS (S.S. ) means the Standard Specifications of the State of California, Business and Transportation Agency , Department of Transportation, ' (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 inter- preted to refer to the Agency , or its corresponding agency, office or officer acting under this contract. e. EQIUIN!ENT RECTAL RATES AttD GEttER:.L PREVAILING WAGE RATES means the 1 ates: edition of the Equipment Rental Rates and General Prevailing Wage Rates of the State of California , Business and Transportation Pgency, 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 PERTIttENT DEFIRITIONS - 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, PROPOS %L (BID) RzQUIREMENTS At:D CONDITIONS The provisions of S.S. Sec. 2 shall apply except as modified herein. B - 1 00152 r. .T SLC, TI014 B - GENERAL PROi'ISIC S 3• PROPOSAL (BID) REQUIRE19E1i7S AND COttDITI •ttS (Cont. ) a• Examination ofi Plans , rnn`�rart ' nri Ct o f I!n -1.Specifications C jOnS 9 n (t- ., 1 n., a. State Contract Acs. ull 1-,- special order, �ecial proves Ions , or(Governmentre ewhebcode Section Section A of these sN the provisions of the State contract toathisccontract, and reference 14250 et seq. ) shall 1o1 .40pis hereby waived. thereto in S.S. Sec. Standard 5 eci fi cati'ons- 7�11Standard i ncorporatedSpecifications b. ret erence .f Y (S'S ' t referred t��ee�xtentbthatatheyYare modified herein- except 3. PRQPQSt:L (B'sa (�LQUInti►ENTS Ai'0 COt:DITIOit$ s The Provisions visions of S.S. Sec. 2 shall apply except a modified herein. B - 1 00152 • SECTIO14 B - GENERAL PROVISION'S 3. PROPOSAL (BID) REQUIRE14EIlTS AND CONDITION'S (Cont. ) a. Examination of Plans , Specifications , Contract and Site of fork (S.S . 2-1 .03) 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) (1 ) The provisions of S.S. Sec. 2-1 .05 concerning the pre-qualification of bidders as a condition to the furnishing of a proposal form by the department shall not apply. (2) All proposals (bids ) shall be made on forms .to be obtained from the office of the Public Works Director, at the address indicated on the Special Provisions; no others '.will be accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1 .05 are superseded by the following: All proposals (bids) shall set forth for each '. item.of work, in clearly legible figures , an item price and a total for the item in the respective 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 requirenents 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 following: (1 ) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) -must be accompanied by a Proposal Guaranty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the fora 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 . B - 2 00153 . _. SECTION B - GENERAL PROViSiONS 3. PROPOSAL (BID) REQUIREIIENTS AND CONDITIONS (Cont. ) Competency of Bidders S .S . 2- . 1 Cont. 1 .u, a; - zwuperaeueu by ;the following: sealed cover. (1 ) All proposals (bids) shall be presented under (2) Each proposal (bid) -must be accompanied by a Proposal Guaranty in an amount equal to at letst 10 percent of the amount bid. Guaranty may be in the fora of cash , certified check, cashier 's check , or bidder 's bond payable to the specific Agency. d. Cotrpetency of Bidders (S.S. ly-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 . B - 2 00153 �I SECTION B - GENERAL PROUSIONS 3. PROPOSAL (BID) REQUIREMIENTS AILD CONDITIONS (Cont. ) d. Conpetencv of Bidders 1S .S . 2-1 . 11 Cont. All bidders gust be contractors holding a valid license to perform the required work as provided by the Business and Professions Code , and may be required to submit evidence to the Agency as to their ability , financial responsibility , and experience, in order to be eligible for consideration of their proposal . 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, to- gether 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 . d. The Guaranty of the successful bidder will be returned within fifteen (15) days after the contract is finally executed and approved , and Guaranties of other bidders will be returned pronptly after the execution of the contract. 5. SCOPE OF YORK (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 .035 , "Increased or Decreased Quantities ," of the Standard Specifications , the following shall apply: B _ 3 00154 SECTION B - GENERAL PROVISIONS 5. SCOPE OF WORK (S.S. 4) (Cont. ) If the total pay quantity of any major item of work required under the contract varies from the quantity shot;n 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 .03B(l ) , 4-1 .03B(2) , or 4-1 .038(3) , as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal, quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. "Sec. 5 shall apply. 7. CONTROL OF MATERIALS (S. S. 6) The provisions of S.S. Sec. 6 shall apply, 8. LEGAL RELATIONS AND RESPOUSIBILITY (S.S.7) The provisions of S.S. Sec. 7, except as modified by the agreement ( Contract) t..: these special provisions , apply to this project. a. Insurance (1 ) The Contractor, before performing any work under the agreement, shall , at no expense to the Agency obtain and maintain in force the following insurance: (a) With respect to the Contractor's operations: B - 4 00153 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIOEIS ACID RESPOUSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (i) regular Contractor's Public Liability Insurance for at least Two Hundred Fifty Thousand Dollars $250 ,000) for all damages arising out of bodily injuries to or death of any one person, and at least Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries -to or death of two or more persons in any one accident or occurrence; and (ii ) regular Contractor's Property Damage Liability Insurance for at least Fifty Thousand Dollars ($50 ,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence and, 'subject to that limit per accident or occurrence, a total (or ag coverage of at Least One Hundred Thousand Dollars (5100 ,000 ?regate) for all damages arising out of injury to or destruction of property during the policy period; and (b) With respect to Subcontractors' operations , Contractor shall procure or cause to be procured in their own behalf: (i ) regular Contractor's Protection Public Liability Insurance for at least Tti:o Hundred Fifty Thousand Dollars 250 ,000) for all damages arising out of bodily injuries to or death of any one person, and for at least Five Hundred Thousand Dollars ($500 ,000) for all damages arising out of bodily injuries to or deaths of two -or more persons in any one accident or occurrence; and (ii ) regular Contractor's Protective Property Damage Liability Insurance for at least Fifty Thousand Dollars $50 ,OUO) for all damages arising out of injury to or destruction of property in any one accident or occurrence, and, subject to .that limit per accident or occurrence, a total (or a gregate) coverage of at least One Hundred Thousand Dollars (100,000) for all damages arising out of injury to or destruction of property during the policy period; and (c) Without limitation as to generality of the forecoing subdivisions (a) and (b) , a policy or policies of Public Liability ar.d Property Damace Insurance in amounts not less than 250 ,0001 ,:)o Public Liability and $50 ,000 Property Danage Insurance, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES , OR EIDE:. ATTACHED THERETO , SHALL NAME THE SPECIFIC AGENCY AS A NAiIED INSURED. B - 5 00156 i � SECTION B - GENERAL PROVISIONS 8. LEGAL RELATION'S AND RESPONSIBILITY (S.S. 7) (Cont. ) a. Insurance (Cont. ) (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satis- factory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all word: 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 ten (10) days prior to cancellation of the policy. 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 de- lineators , flashing lights , and other safety devices , shall be the responsibility of the Contractor at all tines . 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 0 notification of im- properly operating equipment, will be sufficient cause for suspension 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 ti:ithin or adjacent to the construction area that are not to be removed. B - 00157 i SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont. ) - c. Preservation of Property (Cont. ) The last two sentences of paragraph 2 of Section 7-1 . 11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to Ether damaged facilities or property within the rights- of-way or easements shoran 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 Contractor and may be deducted from any monies due or to become due the Contractor under the Centract. d. Rights-of-Way and Easements The rights-of-way, easements , rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the perfor- mance of the work under this contract. Any additional rights-of- way, easements , or permits which the Contractor determines are necessary or convenient for the performance of the work shall be obtained by the Contractor at his expense. 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 completion of the riork. 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. B - 7 00158 • ..max„ i. ... ... .. :;,:. ,' . ..... ..: r SECTION 8 - GENERAL PROVISIWIS •8. LEGAL RELATIONS A:20 RESPONSIBILITY (S. S. 7) (Cont. ) g. Damage by Storm, Flood, Tidal {lave 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 s torus 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 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 t:ie occurrence which the Engineer determines %.as due to the failure of the Contractor to comply with the requi repents of the Plans and Specifica- tions , pecifica- tions , take reasonable and adequate Treasures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consideration under the provisions of this section. 3. Determination of Costr --Unless otherwise agreed between the Engineer and the Contractor, the cost of the wort: performed pursuant to this Section 7-1 . 165 will be determined in accordance with the provisions in Section 9-1 .03, "Force Account Payment," except that there shall be no markup allowance pursuant to Section 9-1 .03A, "Work Perforned by C6ntractor, " unless the Occurrence that . caused the damave was a tidal wave or earthquake. The cost of energency work, r:hich the Engineer determines would have been part of the repair work if it had not previously been performed, trill be determined in the same manner as the authorized repair work. The cost of repairing damaged rrork which tras not in compliance with the require- ments of the pians 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. 6 - $ oUl�9 r SECTIGN 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND P.ESPOYSICILITY (S.S. 7) (Cont 4. Payment for Repair Stork--:When the Occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, determined as provided in Subsection E, that exceeds 5 per cent of the anount of the Contractor's bid for bid comparison purposes. 11hen the Occurrence that caused the danaae 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 per cent of the cost of repair that exceeds 5 per cent of the account of the Contractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid comparison purposes is greater than $2,000,000, the County will pay 90 per cert 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. 8 - 9 00160 SECTION B - GENERAL PROVISION'S 9. PROSECUTION AND PROGRESS (Cont. ) a". Subcontracting (S. S. 8-1 .01 ) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items. " b. Assignment (S.S. 8-1 .02) Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors , nor in any event without the consent of the Contractor' s surety or sureties , unless such surety or sureties have waived their right to notice of assignment. c. Beoinnina of h'ork (S. S. 8-1 .03) In lieu of the provisions of S.S. •Sec. 8-1 .03, the Contractor :rill 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 corking days --haraed 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 chan_ae 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. e. Time of Completion (S. S. 8-I:O6) The following days are designated as legal holidays : January 1 , February 12, 3rd Ronday in February, last Monday in ttay. July 4, Ist Ronday in September, September 9 , 2nd tlonday in October, November 11 , 4th Thursday in Novenber, December 25, Statewide election days , hours from 12:00 noon to 3:00 p.m. on Good Friday, and any other day established as a general legal holiday by proclamation of the Governor tf California or the President of the United States. 8 - 10 00 A 61 SECTION B - GENERAL PROVISIHS 9. PROSECUTION AND PROGRESS (Cont. ) e. Time of Completion (S.S . 8-1 .06) (Cont. ) If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT MID 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 gill 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 Paynent (S.S. Sec. 9-1 .07) (1 ) Upon satisfactory completion of the entire work, the Engineer shall recom-mend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed ' work, it shall cause a Notice of Conpletitn 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 scorn 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 cork was done. Payment of the balance due will be nide on the day following the regular day for payment of County bills by the County Auditor. e. Adjustment,- of Overhead Costs (S.S. Sec. 9-1 .08) The provisions of S.S. Sec. 9-1 .08 shall not apply.. B - 11 . A oo162 SECTION 6 - GENERA! PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont. ) f. Clerical Errors (S.S. Sec. 9-1 .09) The provisions of S.S. Sec. 9-1 .09 shall not apply. 9. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. J - 6 - 12 4 00163 SECTION C - FORCE ACCOUNT AND EQUIPMEUT RENTAL (S.S. 9-1 .03) The provisions of S.S. Sec. 9-1 .03 shall apply except as modified herein. 1 . DEFINITION. As used here, "force account" means the method of calculating—payment for labor, equipment and/or materials based on actual cost plus specified percentages to cover overhead and profit for work not included as a bid item in the contract. 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 cwodified herein. 2. LABOR. a. The actual wtages 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 retroactive increases or decreases in such rates . b. Premium mage rates -will not be paid for any labor employed on force account work unless such rates have been approved, in w=riting, by the Engineer. The labor surcharge percentage to be a plied . to the actual wages paid as provided in Section 9-1 .03A( lb� of the Standard Specifications will be 2D percent for all work, except that for the followsing types of work said labor surcharge will be as shown below: Type of 1;ork Perforned Labor Surcharge Percent Cleaning and painting metal bridge - - - - - 29 Concrete construction - bridee - - - - - - - 31 Erection of structural metal for metal bridge, excluding sign bridge - - - - - - - • 29 Piledriving , not including cast-in- drilled hole piles - - - - - - - - - - - - 26 3. EQUIPM.EUT RENTAL The provisions of S.S. Sec. 9-1 .03A(3) shall apply except as modified herein. a . No paynent will be made for idle time due to breakdow=n , 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 trans- porting equipment to cove the rented equipment will not be paid for. C - 1 00104 E DANTI I LLE BOULEVARD SECTION D. CONSTRUCTION DETAILS 1. LINES AND GRADES One complete set of stakes for each of the following items will be set by the engineer after notification by the contractor as specified in Section 5-1.07: a) Storm drain pipes, manholes, and roadside Swale. The engineer shall be the sole judge of the adequacy and sufficiency of the stakes and =arks for the purpose for which they are set. If the contractor requests additional stakes, hubs, lines, grades, or marks other than those set by the engineer, the cost of labor, equipment, and materials required to comply with the contractor's request shall be deducted from any monies- due or to become due the contractor. The cost of labor, equipment, and materials involved in resetting stakes destroyed or displaced because of the following reasons will be deducted from any monies due or to become due the contractor: a) Negligence in use of construction equipment. b) Stakes ordered by the contractor that are not used for a long period of time and are lost in the interim. c) Poor planning of sequence of operations by the contractor. 2. MATERIALS In accordance with the provisions in Section 6-1.07, "Certificates of Compliance," certificates of compliance will be required for reinforcing steel, reinforced concrete pipe, and -corrugated metal pipe. The contractor shall give the engineer not less than four working days advance notice to per=it adequate testing and plant inspection of materials for asphalt concrete, aggregate base, pipe bedding, drain rock, and portland cement concrete from recognized cormercial plants. None of these materials shall be incorporated into the work until approved by the engineer. The relative compaction will be determined by comparison with the maximum density as determined by Test Method No. Calif. 216. The field density may be determined by Test :ethod No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231) at the engineer's option. Asphalt used in the asphalt concrete shall conform to the AR4000 Standard. U-1 001 Us� SECTION D. CONSTRUCTION 'DETAILS 3. PUBLIC CONVENIENCE AND PUBLIC SAFETY The contractor shall give the engineer not less than four working days advance notice to permit adequate testing and plant inspection of materials for asphalt concrete, aggregate base, pipe bedding, drain rock, and Portland cement concrete from recognized commercial plants. None of these materials shall be incorporated into the work until approved by the engineer. The relative compaction will be determined by comparison with the maximuw density as determined by Test Method No. Calif. 216. The field density may be determined by Test 'ethod No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231) at the engineer's option. Asphalt used in the asphalt concrete shall conform to the AR4000 Standard. 7)-1 001 Us� t SECTION D. CONSTRUCTION DFIAILS 3. PUBLIC CONVENIENCE AND PUBLIC SAFETY 3.1 General Construction operations in Danville Boulevard shall be conducted so as to offer the least possible obstruction and inconvenience to the public. At least one 12-foot wide traffic lane shall be open to traffic at all times. At the conclusion of work each day a paved traveled way of 16-feet on each side of the centerline of Danville Boulevard shall be provided. Temporary pavement may be 2-inches of asphalt concrete or "cut back." In lieu of the provisions in Section 7-1.08, "Public Convenience," and 7-1.09 "Public Safety," of the Standard Specifications, the contractor shall bear the entire cost of installing and maintaining signs, lights, flares, barricades and other warning and safety devices, including installing county furnished signs, guide markers, and culvert markers. Signs and other traffic warning and control devices shall conform to the "Manual of Earning Signs, Lights and Devices, and Use in Performance of Work Upon County High;.ars" published by the Department of Public Works, Contra Costa County, and to the Vehicle Code of the State of California, which are adopted by reverence as part of these Special Provisions. All signs shou-n on the site map and signing plan are to be furnished by the county, together with 4" x 4" wood posts, galvanized carriage bolts and brackets for assembly and shall be picked up by the contractor at the County `Laintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez, on county working days between the hours of 7:30 a.m. and 4:00 p.m. Guide and culvert markers, to be furnished by the county, shall be installed at locations shown on the Plans. 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. All other signs, lights, and barricades shall be furnished by the contractor at his expense as required. Signs shall he erected and covered with burlap prior to commending any other work. Covering shall be removed immediately preceeding the .start of work when directed by the engineer. Wood posts shall be securely set a minim of 2'6" in the ground and shall be located so that thio attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pave=ent or ground surface. Exceptions to the location provisions of this paragraph shall only be on the written approval of the engineer. D-2 0016S I SECTION D. CONSTFUCTION' Did MILS 3. PUBLIC CO.NXENIF`:C£ AND PUBLIC SAFE 3.1 General (Continued) Upon completion of the project and at a time directed by the engineer, the county furnished signs and markers to be removed shall be taken down, dismantled, and together with posts delivered to the County Maintenance Yard Sign Shop on Shell Avenue or. county working days between the hours of 7:30 a.m. and 4:00 p.W. The culvert marker at 0+52.5/18'+ Lt. "L-2" shall remain in place as shown on the Plans. Lane closure shall conform to the provisions of Section 7-1.092 "Lane Closure," of the Stannard Specifications except that the taper length for each lane width of closure shall be determined by the engineer. If directed by the engineer, the contractor shall also provide and station competent flagmen in advance of the closure. The sole duty of the flagmen shall be to direct traffic around the work. The costs of furnishing all flagmen shall be paid for as provided in Section 7-1.095,- "Flagging Costs." The contractor shall give notice to each property owner abutting the area in which work is proposed at least 48 hours in advance of work that will interfere with the use of driveways or other improvements so that suitable arrangements regarding their use or protection can be made. 3.2 Measurement and Pavment Full compensation for conforming to the provisions of this section shall be considered as included in the contract prices paid for the various items of work and no additicnal compensation will be allowed therefor (except that flagging costs :ill be paid for as specified in Section 7-1.095 of the Standard Specifications). 4. UTILITIES 4.1 General The contractor's attention is directed to the presence of under- ground gas, water, and sewer pipelines in the construction area. Special attention is directed to the presence of a 33-inch diameter sewer main and a 4S-inch diameter water main in the project area. The work shall be so conducted as to permit utility companies to maintain their services without interruption. The locations of underground utilities shown on the plans are approximate. The contractor shall give the utility companies two (2) working 'days advance notice before work may start. D-3 00157 SECTION D. CONSTRUCTION DETAILS 4. UTILITIES The contractor's attention is directed to the presence of under- ground gas, water, and sewer pipelines in the construction area. Special attention is directed to the presence of a 33-inch diameter sewer main and a 48-inch diameter crater main in the project area. The work shall be so conducted as to permit utility companies to maintain their services without interruption. The locations of underground utilities shown on the plans are approximate. The contractor shall give the utility companies two (2) working 'days advance notice before wort: may start. D-3 oo167 SECTION D. CONSTRUCTION DETAILS 4. UTILITIES 4.1 General (Continued) Abandoned utility pipelines and conduits, if encountered, shall be removed and disposed of off the job site, in accordance with the requirements of Section 7-1.13 of the Standard Specifications. 4.2 Measurement and PaNment Full Compensation for conforming to the above requirements shall be considered as included -in the contract prices paid for the various items of work and no additional compensation will be made therefor. 5. MOBILIZATION: Full compensation for conforming to Section lj, "Mobilization," of the Standard Specifications, shall be considered as included in the contract lump sum price paid for mobilization, and no additional compensation will be allowed therefor. The third (3) paragraph of Section 11-1.02, "Mobilization," shall not apply, and the retention of funds provisions shall apply to the contract lump sum price paid for mobilization. 6. EXISTING FACILITIES The existing road cross culverts at I.aurenita Way and Entrada Verde, including their endwalls and outlet protection of rock and sacked , concrete, shall be removed and disposed of in accordance with Section 7-1.13, "Disposal of Material Outside the highway Right of Way." Any damaged or cut edges of culverts shall be treated as specified in Section D-17 of these Special Provisions. The existing 25-inch C.M.P. cross culvert at Ramona Way shall be cut as necessary for construction and both ends plugged with concrete. Existing road signs and guide markers within the project limits shall be removed as necessary for the construction of the storm drain. They shall be salvaged and replaced in their existing respective locations after construction. Any traffic control signs (i.e. STOP, YIELD, etc.) that must be moved shall be set on portable wooden supports, located as directed by the engineer, until they can be replaced in their original position and supports. Full compensation for modifying the manhole at Station 4+25 "L-1" shall be considered as included in the contract lump sum price paid for Modify Manhole and no additional compensation will be allowed therefor. D-4 0016S, SECTION D. CONSTRUCTION DETAILS 5. EXISTING FACILITIES (Continued) Full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the work involved in the removing, salvaging, modifing and/or replacing of existing facilities, excepting the manhole at Station 4+25 "'L-1", as specified herein and shown on the Plans, shall be considered as included in the contract prices paid for the various contract items of stork involving said removal, modification, salvaging, and/or replacement and no additional compensation will be allowed therefor. 7. CLEARING ANM GRUBBING Attention is directed to the presence of existing plants, shrubs, and trees within the project area. The contractor shall exercise all due care in his operations to preserve and protect the vegetation that is not shown on the Plans to be removed. Tree roots 2-inches in diameter and greater shall be neatly cut off and treated with a tree sealing compound. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in clearing and grubbing as specified herein shall be considered as included in the contract prices paid for the various items of work and no additional compensation will be allowed therefor. 8. CONTROL OF WATER Attention is directed to the anticipated presence of ground water within the excavation limits. The contractor shall construct and maintain all necessary ditches, cofferdams, channels, drains, sumps, and temporary, protective works and shall furnish, install and maintain all necessary pumping and other equipment for controlling flows including ground water in the pipe •trenches and structure excavations so that all foundations do not contain any free standing water when receiving concrete, pipe bedding, compacted fill, or pipe. After having served their purpose, all temporary protective works shall be removed to give a sightly appearance and so as not to interfere in' any way with the operation, usefulness or stability of the permanent structures or improvements. Sump holes or similar excavations shall be backfilled to finished grade in conformance with the requirements for earth stork as provided in these Special Provisions. The contractor's attention is directed to Section 7-1.01L, "Water Pollution", of the Standard Specifications. D-5 00159 SECTION D. CONSTRUCTION DETAILS S. CO2'TP.OL OF UUTER (Continued) Full compensation for furnishing, all labor, materials, tools, equipment and incidentals, and for doing all the work involved in controlling water shall be considered as included in the contract prices paid for the various items of Mori: and no additional compensation will be allowed therefor. 9. WATERING Full compensation for developing a water supply and furnishing watering equipment and applying stater for compaction and dust control as specified herein shall be included in the contract price paid for the various items of work and no additional compensation will be allowed therefor. 10. EARTHWORK 10.1 General Earthwork shall conform to the provisions in Section 19, "Earthwork," of the Standard Specifications and these Special Provisions. 10.2 Trench Construction Safety Attention is directed to Section 5-1.02A, "Trench Excavation Safety Plans," and 7-1.01F, "Trench Safety," of the Standard Specifications. An extract of State Bulletin 105, showing the minimum trench protection is attached and made a part of these Specifications. The contractor and his engineer shall retain the responsibility for the correctness and adequacy of the design and implementation of trench protection during the course of the construction work. The acceptance of the plan by the District •will not relieve the contractor and his engineer of the said responsibility. Only that length of trench shall be excavated which can be backfilled to the top of pipe the same day. Road crossings shall be back- filled to the level of adjacent surfacing each day and paved with at least 2-inches of asphalt concrete or "cut back." All spongy, unstable, or organic material classified as unsuitable material by the engineer shall be removed. The resulting voids shall be filled with acceptable material, placed, and compacted as specified herein. Removal and disposal of unsuitable material and the refilling of the resulting voids will be paid for as provided in Section 9-1.03, "Force Account Payment," of rite Standard Specifications, but only when such unsuitable material or unstable subgrade condition is not the result D-6 001`10 SECTION D. CONSTRUCTION DETAILS 10. EARTtn�OQ3: 10.2 Trench Construction Safetv of inadequate pumping or drainage by the contractor. Any unstable subgrade conditions caused by the contractor's operations and which would have been preventable by proper pumping or drainage shall be stabilized at the contractor's expense. 10.3 Pipe Bedding Pipe bedding shall consist of creek or band-. run gravel or sand, crushed rock, bank run rock or a mixture of these materials free from roots, vegetable natter or other deleterious substances. The material shall be of such nature that it will bind and compact readily to form a firm base. The percentage composition by weight of pipe bedding shall conform to the following grading when determined by Test No. Calif. 202: • Sieve Size Percentage Passing Sieve 1 1/2" 100 No. 4 20-100 No. 200 0-12 The material shall have a sand equivalent value of not less than 30. Material for pipe bedding shall be of such character that it will not sift or flow from around the pipe when re-excavation is performed adjacent to the pipe. Class 2 Aggregate Base or permeable material conforming to the requirements of Section 26-1.02B or 68-1.025, respectively, of the Standard , Specifications may be used for pipe bedding. 10.4 Structure Backfill Structure backfill shall conform to Section 19-3.06, "Structure Backfill," except as herein provided. Backfill shall be compacted to a relative compaction of not less than 90 percent. Jetting will not be permitted in excavations within pavement areas. Excess eticavated material shall be disposed of by the contractor off the job site in accordance with the provisions inSection 7-1.13, "Disposal of Materials Outside the highway Right of W,ay," of the Standard Specifications. The contractor's attention is directed to the second (2) paragraph of Section 7-1.13, "Disposal of :!aterial Outside the Highu:ay Right of Way," of the Standard Specifications. D-7 00171 SECTIONk D. CONSTRUCTION' DEVULS 10. 10.5 Measurement and Pa}went Full compensation for preparing "Trench Excavation Safety Plans," constructing the planned shoring protection, and removing the planned shoring or protection shall be considered as included in the contract lump sum price paid for Trench Shoring or Protection. Full compensation for all structure excavation, including pavement removal, control of nater for furnishing and placing pipe bedding and all structure backfill (including aggregate base) for constructing the earth swales, for furnishing and applying water, and for disposal of excess material, as specified herein and as shown on the plans, or as directed by the engineer, shall be considered as included in the contract prices paid for the various items of work involving structure excavation, pipe bedding, and structure backfill. 11. AGGREGATE BASE The combined aggregate shall conform to the grading specified for either 1 1/2" or 3/4" m.:xi-i m size aggregate for Class 2 aggregate base as specified in Section 26-1.02B, "Class 2 aggregate Base." 12. DRAG ROCK Drain rock shall consist of clean, uniformly graded gravel or crushed rock. Maximum size shall be 2--inches; not more than 10 percent by weight shall pass a number 200 sieve; and small have a Sand Equivalent of not less than 30. The drain rock quantity, based on the dimensions shown on the plans, will be a Final pay quantity in accordance with Section 4-1.015, "Final (quantities." The contract unit price paid per cubic yard of drain rock shall include full compensation for furnishing all labor, materials,- tools, equipment, and incidentals and for doing all the work Involved in placing the drain rock complete in place, as showT, on the plans and specified herein, and no additional compensation will be allowed therefor. 13. ASPHALT COXCR=- 13.1 General Asphalt concrete shall be Type B. D-8 00172 SECTION D. CONSTRUCTION' DETAILS 13. ASPHALT CONCRETE 13.1 General (Continued) ' Unless otherwise directed by the engineer, asphalt binder to be mixed with mineral aggregate shall be steam-refined paving asphalt having a viscosity grade of AR 4000. Aggregate grading shall conform to the surface course grading specified in Section 39-2.02, "Aggregate" of the Standard Specifications for if 2 inch maximum medium grading. Prime coat shall be liquid asphalt SC-70. Paint Binder shall be asphalt emulsion Type RS1. All loads of asphalt concrete mixture shall be covered with a tarpaulin cover during the period between the time of loading the truck at the plant and unloading at the job site. Conforms between the existing pavement and the 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. The thickness of asphalt concrete surfacing to be placed shall match the thickness of the existing pavement at the conforms lines adjacent to the surfacing being placed, but shall in no case be less than two (2) inches. In lieu of the requirements of Section 39-6.01, "General Requirements," of the Standard Specifications, the asphalt concrete shall not exceed 0.25-toot in compacted thickness in any one lift. The provisions of Section 39-6.03 "Compacting" of the Standard Specifications are modified as follows: All rolling shall be acco--plished by a steel-tired, 2-axle tandem roller weighing at least 8 tons. Rolling shall consist of 6 coverages of each layer of asphalt concrete. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the stork involved in placing asphalt concrete, as specified herein and shown on the plans, shall be considered as included in the contract lump sum prices paid for Construct Temporary Pavement and Pave=ent Replacement and no additional compensation will be allowed therefor. D-9 00173 s • SECTION D. CONSTRUCTION' DETAILS 14. HINOR STRUCTURES 14.1 General Minor structures shall conform to the provisions of Section 51-1.02, "Minor Structures," and Section 90-10, ".Hinor Concrete," of the Standard Specifications. The following types of structures are defined as minor structure: a) Type III Manhole Base with Top Slab b) 48-inch Precast Manhole with Type III Manhole Base c) 48-inch Precast Manhole with Type I Manhole Base At the contractor's option, a cast-in-place Type II Manhole Base may be subsituted for the Type I Base. The third paragraph of Section 51-1.02, "Minor Structures," of the Standard Specifications shall not apply_. Precast units will not be allowed except for the riser cones. The combined aggregates for minor concrete used in the work shall conform to the grading limits for I" maximum size specified-in Section 90-3.04, "Combined aggregate Gradings," of the Standard Specifications. Concrete for minor structures shall contain no less than 564 pounds of cement per cubic yard of concrete, except the minor concrete for shaping bottoms of manholes shall contain no less than 470 pounds of cement per cubic yard of concrete. Forms for minor structures shall conform to Section 52-1.05, "Forms," of the Standard Specifications. 14.2 Measurement and Pavnent Payment for manhole structures will be made at the contract price per each structure, which price shall include full compensation for all structure excavation and structure backfill, furnishing and placing reinforcing steel and miscellaneous iron and steel (including metal frames and covers and frames and grates), and doing all the work necessary to construct each structure co=plete in place, as shown on the plans, as specified in these Special Provisions, and as directed by the engineer, and no separate payment will be made for these included items. D-10 001`74 SECTION D. CONSTRUCTIO:: DETAILS 13. REIAFORC..":F!; Sampling of the reinforcing steel will not be made and the requirements for tagging are waived. A certificate of compliance is required in lieu thereof and must be submitted to the engineer prior to incorporating reinforcing steel in the structure. Full compensation for furnishing and installing bar reinforcing steel shall be considered as included in the contract prices paid for the various items of work requiring reinforcing steel. 16. REINFORCED Co,X.R'TE PIPE 16.1 General Reinforced concrete pipe shall be the minimum class as shown on the contract plans and bid schedule. All joints shall.be sealed with cement mortar and shall be thoroughly wetted immediately prior to the application of mortar. All pipe stockpiled on the site shall be placed off the traveled roadway and away from intersections, so as to not interfere with the free, safe, and unobstructed passage and line of sight of public traffic. Pipe shall be clearly barricaded with signs, lights and other warning and safety devices to give adequate warning to traffic or to the public passing through the work area. Attention is directed to Section 7-1.09, "Public Safety." 16.2 Rejection Reinforced cencrete pipe shall be subject to rejection by the engineer on account of failure to conform to any of the specifications of the American Society for Testing and I!aterials for reinforced concrete pipe (AST*: Designation: 'C-76-74) and the following: a) Significant chipping or breakage at the tongues and/or grooves. b) Any shattering or flaking of concrete at a crack. c) Exposure of any reinforcement arising from misplacement thereof. d) Separation or "Blisters." e) Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12-inches or more, regardless of depth or position in the wall of the pipe. f) Rock pockets and air pockets in any pipe. D-11 00175 NOME" SECTION D. CONSTRUCTION DETAILS 16. REINFORCED CONCRETE PIPE 16.2 Rejection (Continued) g) Surface defects indicating honeycomb or open texture. h) Excessive roughness of the interior surface of the pipe. Pipe may be repaired, if necessary, because of occasional imperfections in manufacture or accidental damage during handling and will be acceptable if, in the opinion of the engineer, the repairs are sound and properly finished and cured. Any cuts or breaks that are required to conform to structures shall be neatly made. No cracks :ill be allowed to extend into the remaining pipe. The cuts or breaks shall be grouted to a smooth finish and conform. 16.3 Payrsent The contract unit prices paid per linear foot of the reinforced concrete pipe shall include full compensation for furnishing all labor, materials, tools, equi,rent, and incidentals and for doing all the work involved in installing the pipe, complete in place, as specified herein and shown on the plans or as directed by the engineer, including trench excavation, cutting pipe, pipe bedding, aggregate base, structure backfill, earth swale construction, and salvaging, codifying and installing the redwood bulkhead at Station 0+58.5 "1-2." 17. CORRUGATED =AL PIPE The 49-inch x 33-inch corrugated steel pipe arch and 24-inch corrugated steel pipe shall be 14 gage and 16 gage, respectively, or heavier, helically corrugated, galvanized, and bituminous-coated. The 18-inch corrugated metal pipe shall be 16 gage or heavier, helically corrugated, galvanized, bituminous-coated steel pipe or 16 gage or heavier, helically corrugated aluminum pipe. Any cuts made on the corrugated metal pipe. or arches, including the existing 32-inch x 53-inch C.`..P.A. shall be neatly made, and shall be finished in accordance with Section 66-3.05, "Damaged Galvanizing," of the Standard Specifications. The contract unit price paid per linear foot for corrugated steel pipe arch, steel pipe, and metal pipe, shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all the Lori: involved in installing the pipe, complete in place, as specified herein and shown on the plans or as directed by the engineer, including trench excavation., cutting pipe, pipe bedding, aggregate base, structure backfill, and any grading necessary to conforc the 18-inch culverts to the existing roadside ditches. D-12 00176 ftft'ftq��.'I A pq:) Cccax-Ism'Sp. i.F.27.-i::;".1 TZ, AY.Irc.,.: =N-13j, Per: 1: Mm prn-i-sions of this Part k--?27 to bidders,, contractors cnd sub-contracters with. to those cersurcctifen trades for which they are parties to collective baz%--!a2rding, arpreenents with a labor organization or orranizatirise and the tc?-!ether :.nth --c-:h tabor orranizatic.-M hive agreed to the Tripae.4te Arreemeent for Centra Costa County, Califorcia (but only as to those trades as to which there are c=zzitnents by Ialbor crZanizatUonz to specific Male of r-Incri-t-'y nwmG*_er utili:-%tion) zozether with all irplementing agrocswnts that have been and rpy h-ana-fter be derelcDed pursuant thereto, all of Ahich docuc:ents are incorr"Irr- .ed herein reference and are hereinafter cm-r4latively referred to as the bontra Cczta Pian. Aqr bidder,, cc-n%racter or subcontractor ue!-4-.w, one or more trades of construction enployees =St cc-pkv with either Part I or Part 11 of these Lid Conditjc--s as %c each ==!I trade. -nus, a bidder, contractor or subcontractor may be in cr.V3iazt---e with these conditions by Its inclusion,, with Its union, in the Contra Costa Plan a sperific cc -fitment by that union to a gcal'off minority v_-%zq=aer utilization for such trade "A", thereb.".- Lxezinr 'Uhe provisions of this Part 1, and by Its cc.—_i=.&nt to Pirt n in regard to -.rade "]6" In the instance in which 1,64. is zact included in the Coctura Costa Plan therefore, cannot Meet. the prorisicns ef this art. I. To be eligible fcr award cf a ccmzract ur.der Part I of this Im"Itation for Mds,, a bidder or subs-sn"tractcr =_-= execcu-ze znd sutnit as part of Its bid the ceetificatic-n requi--v b."; Part. ::: herea.P. Pae, M L. Un-crZo-C. :!x prarim.lon's af this Part 11 sh_-11 be applicable to ti=ebidders, contractors and subcontractors, %-ho,, in regard to those construction trades to =e crmlp;ned I— the= on the project to .&ich these bid conditions- pertain. 1. Are not or herea-fter cease to be signatories to the Contra Costa Plan referred to In Part 1 herecf; 2. Are signatories to the CoetraCosta Plan but are not parties to collective bargaining agree-zants; 3. Are signatories to "&Ia, Contra Costa Plan but are parties to collective bargaining aCreemseants with labor organisations who are not or here- after cease to be signatories to UPA Contra Costa Plan. h. Are sib-catories to the Intra Cests-a Man but as to -.rich not specific cc-_-itment to E.cals of nim-5.-114.2y utilization by labor oreani- zatien have teen executed jr,!rs%:a-.2-. to the Centra Ccsl.a Plan; or V 00177 ......�... ... ..-.. . ..-.. ..�.. .....i. .. ..r...... ..•.r....w.... ../..iffy.Y..•r. .a... .n,...e..INY..�..J.J.4w Lyx..r!•�aJr,-. � • 5. Are no lrngtr partic:paZIMS in an a=fft--ative action plan accep- table to the Director, OFCC, including the Contra Costa Plan. B. Rronirement -- An Aff::-...ative Action PI.—.. Tae bidders, contractors � and subcontractors described in pa:afraphs 1 through 5 above will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part III hereof that it a-I--- the mini== foals and timetables of minority manpower uti,lization, 11 utilization,-1and specific afftrrative action steps set fourth in Section 3.1 and 2 of his Pact II directed at increasing minority manpower utilization by. means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pur- suant to Section 3.3 of this Part U. Both the goals and timetables, and the affJr=tive action steps most meet the re1FirG eats of this Part 11 as set forth below for all trades Lzicb are to be utilised on the project, vbether subcontracted or not. I. Coals and Timetables. The goals of minority manpower utilisation for the bidder and subcontractors are applicable to each trade not other- wine booed by the provisions of Part I hereof for the following time periods, for each trade urbich rill be used on the project within Contra Costa Country, California. The ranges for all trades to be util:ud on the project shall be as follows: Frcez 1CA/7L 17•w+ - 19.5~ In the event that mer a cor--act which is subject to these Bid Con. ditions my vo k is perforned in a year later Umn the latest year for which acceptable ran.-,as of rdncsity moposer utilira:.ica ban been dsterdoed herein, the ranges fer the periost 10/l/Th throngft 9/30/75 shall be applietble to such work. The percentages of nircrity aaaposer utflIzatfon above are expressed in tams of and=" of trai=icg and epleyaent as a prcportiou of the total msohours to be vorbed by the bidder's, con-„=actor's arA mbrcatractor's entire irk force In that, trade on all pre;ects in Contra Costa Conn:►, Calf fora;a during the perfcrsaoce a its cowract o: subcontract. The aenbours for minority :.pork and training, gnat be substantially naifbra thrcu&cut the lens th of the cant. -act, on all protects and for each of the trades. F~:::*ter, tae transfer of rdnority e-.glogees or t:alcees :rr.n e:*lgye.-to-eMlw,-er or fren proioct-to-project for the sale purpose cf r.ms:rim- ti!-e ecmtra to 's or su:mcm:racter's Scale shall be a riolatiion of ;hm ccr41%i ^s. N:•i:;: a::'�..:.: :.s ::.: ::e:::es, S:+rf rums-a3 i=erica:s:17 , Or1cr.:a3 a.:s lrJia:s. - 2 ' 00178 and for each of the trades. Further, the transfer of minority employees or trainees from eaaloyer-to-e=7loyer or fr= project-to-project for the sole purpose of meeting the contractor's o: subcontractor's, goals shall be a violation of these conditions. In reaching the goals of minority r..-%n=. ser utilisation required of !!� bidders, contractors and subcontractors pursuant to this Part II, every 1 effort shall be made to find and eMloy qualified journeymen. However, where minority journeymen are not amailable, minority trainees in pre- apprenticeship, apprenticeship, journey.-an training or other training . programs may be used. In order that the nonworking training " hours of trainees may be counted in met-ting the g.;al, .sueb trainees asst be employeed by the con- tractor during the trainirg period, the cora:actor =st have made a com- mitment to employ the trainees az the ccm:pietlan of their training and the trainees must be trained pursuant to established training programs %bleb must be the equivalent of the trairirg programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. A contractor or subc:ontracto: 'shall be deemed to be in compliance { with the terms and recuirec-tents of chis Part I1 by the employment and training of minorities in the appropriate percentage of his aggregate ! work force in Contra Costa County, California for each trade for which It is committed to a goal under this Part II. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within - its timetables, but such contractor shall be given the opportunity to demonstrate that it hes insti--uted all of tae specific affirmative action steps specified in this Part 11 and has mace every good faith effort to I make these steps wort: ta•.:ard tae z taf=A—m:t o! its goals n.-ithia its time- tables, all to the purpose of expanding minority manpower utilization on : all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined is accordance with its respective obligations under the f terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of -this Part II shall be subject to the i requirements of that Part regardless of the obligations of its prime con. `• tractor or lower tier subcontractors. i r 1 All bidders and all contractors and subcontractors .perforc:ing or to perform work on projects subject to these Sid Conditions hereby agree to Inform their subcontractors of their respective obligations under the i and requires encs al' these Bid Crnditions, including the provisions r:+. 'ing to goals of m3so:ity er;loymert and training. • E - 3 00179 2. S•rci:lC , n:s�:'�.:YP AC:3OM 5:"S. E3ddrrs contracodrs and subcontractors subject to tris ?art 12, zx:st eareSe in affix=t3ve ac- tion directed at Increasing cinority ntaa-o=rer utilization, which is at • least as cxtersfvhe and as spvc:fie as the following steps; a. The cantracte: shall nodi co=.=Ity organizations that the ccutractos has opportualtles available and shall maintain records of the organizations' response. • b. The contractor- shall naintafn a file of the nares and ad- dresses of each minositp.worker refferred to hint and what action vrss taken with respect to each such ne=e_-zed worker, and if the worker was not employed, the reaso~s t=:erefor. If ssca worker vans not sent to the union 'hiring hall for rcferral or if such woAker was not employed by the contractor. the contractor's file shall doc=mt this and the reasons therefor. e. The coae..raM r ibasl peep+..ly nctlf'r the OOa''Z'.att CC-CTA a".rte-r: P ,xC = AR"Z2M =hoc .he oeaicm cr unio w with whom the cootrsetor has a collactive be<rga1=1qr a..:-�eer : bas w referred to the conzmzor a idear ty vvrke seat u..r tine cit--t:actar cr Us ractor has other fnforrs;.4on that the nsafoa rei"+e-*cal process has jVedef him In hfa efforts to meet his goal.. d. The contractor etractor seal l participate int.tsainfng progra:s in the area, rsp*cW],r those f•:sided by the Dopa-anent of Z.abos. e. The cm—tractor snail disse:d ate Isis EW policy within his . oun orpmizatioc by Including is in a2y policy asannat; by publicizing it In ecr.rumy neerspapers. annual reports, etc.; by conducting staff, Mploy*t and union representatives' ametfaags to oplain and discuss :are policy; by posting of the policy; and by spec:ffe review of tee* policy with Ulaarlty M IDYMB- r f L The caatsactor shin dissc+sate bis EEA policy ezternsllg . bg 3nf=--4ag and disconsing it with all recruitment sources; by advartis- In In teems =ad!&, specifically including cluarity neva zndla; and by notifying and discussing it vfth all subcontractors and suppliers. X. The contractor shall sake speciffe'and constant personal (both written and oral) recruitment efforts directed at all minority, orpnizations, schools wltb :Inority students, n1nority recruitment organizations and aeinority training orgaai-.atioos within the contractor's # recruitcent area. h. The cogs:actear :hall =nke s;mcific efforts to encourage present .:.inarfty e=Plc+tiees to recruit tae:: friends and relatives. r I. The cantraeter shall validate all era. specifications, selec- tion requlreaents, tests, ate. 1E - 001 0r j. the contraeter e:all -.4ke every effort to prorate after- school, su=rer and vacation =plo=Cnt to minority youth. V. The contractor shall develop oh-the-job training opportun- ities and participate and assist in any association or employer-group training prograWs relevant to the contractor's employee needs consistent with its obligations -under this Part I1. 1. The contractor shall continually inventory and evaluate all minority personnel for prc=azion opportunities and encourage minority em- ployees to seek such opportunities. m. The contractor shall sake sure that seniority practices job classifications, etc., do not have a discri-^inator} effect.- n. The co=tractor shall maize certain that all facilities and company activities are non-segregated. , o. The contractor shall contiasally monitor all personnel ac- vities to ensure that his Ss'C policy is being carried out. p. •Tne contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and S"coa:r:ncrorr nee^ed to be Bound b% Part IZ. In the evert a contractor c: surco=zractor: -:no is at the time of bidding eligible under part 1 of these Bid Conditions, is no longer participating ' In an affix-...,=ive action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part II of these Bid Conditions. Further, woe-n- ever a contractor or subcontractor, zho at the time of bidding is eligible under Part II of these Bid Conditions, uses trades not contemplated a: the time be submits his bid, he shall be co--...fitted to Part I.I. for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part Il of those Bid Conditions, he shall be considered to be committed to a manpower utilization goal of the minimum percentage range for that trade for the appropriate year. : . tt 4. Subseauent Sisr:atory to the Contra Costa Plan. Any contractor. } or subcontractor subject to the requirements of this Part II for any trade at the time of the submission of his bid %ho to£ether' ith the labor or- ganization with vb= it has a collective bargaining agreement subsequently becomes a signatory to the Contra Costa Plan, either individually or through. an associtation, -..ay meet its req•.:irumezts under these Bid Conditions for , such trade, if such contractor c: subcontractor executes and submits a new ' certification to Part I of these Bid Conditions. No contractor or s bcontrac:or !:::all 3e dee=ed to be subject to the requite- vents of Part I until such ccrrificarton is executed and submitted. E _ 5 001-51 ` .. ......w.._......._. . ......... -.. ..�. •....r. .. .-.........�..r ..... �._...�.. ............. •-'� ' w.r......�- ..•..T..i l� .. ........... ..---...�� .. ..-..r. ... .. .....•w.- ..r .... �.. . -ti..a..r. ... _... .: .ti i •'� r T •:- �7 ti • S. :on-discr3wimszSon. In to even: r_ay a contractor or subcontractor utilize tine goals, timetables or aff.—ative action steps required by this part II in such a Branner as to cause or result in discrimination against amy person on account of race, colo:, relfeion, sea or m-tional origin. pa� rt III: Ce::ificatioas• A. $idlers' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bids un- less such bidder bac sub.Itted as a part of its bid the following certifi- cation, whish vfll be deemed a part of the resulting contract: BIDMS` em-A.Ts'ICASIM certifies that: j (Bidder) 1. it intends to eploy the fellowims listed construction trades In its work under the contract . and 2. (a) as to those trades set forth f: the•precedidg paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in: the Contra Costa ?1am, It will comply with the Contra Costa Plan on this and all future construction work id nos-„ra Costa Codi : • -Atkin tyle scope of core-rarre of %yet flan, those trades befogs and/or (b) as to those trades for which it is mquired by these Bid Conditions to eacply with. Part II o: these Bid Conditions, it adopts the ziai=_— =inorlrr am mer ut:li a:ioa goals and the specific affir- sative action steps comcaimed In said P.—t I1, on, this and all future construction work it Cana Costa Conn,y acb erz to tineas Bid Coa33tfomp those tredes bwLgp , and 3. it will obtain frog each of Its subcontractors and submit to the contracting or administering agency prior to the award'of any subcontract under this contract the subcontractor certification required by these Bid Conditions. • � (Signature of authorized representative of bidder) • 3, .C_%co ntr lttors' Cr r t!f 1cz ti em9. Prior to the -ward of any subcontract under this it itatien for Kids, regardless of tier, the prospective sub- . eo-ntractor nust execute and zub=it to se :rIme Contractor the following eertifica:ion, %a%Mc will be Cee-zed a part o: tine resulting rubcontraet: E - 6 00182 Sb-BCa:'IFJ=T..S' M i'IF1CAT10S - -• certifies that: 14 (Subcontractor) ' :i. 1. it intends to employ the following listed construction trades in Its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one ' hereof for wbich it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Place, it rill comply with the Contra Costa Plan on this and all future conscu etion work in Contra Costa County subject to these Bid Conditions, those trades beings • 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 Maim— minority aanporer utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work in Contra Costa Cou:r.y avbje:t to obese Hid Conditions,those trades beings and 3. it will obtain #roc: each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification 'required by these Bid Conditions. (Signature of authorised representative of bidder) . In order to ensure that the said subcontractors' certification be- cams a part of all subcontracts under the prime contract, no subcontract stall be executed until an authorised representative of the Contra Costa j County ' Public Yorks Department has deterained, in writing, that the said eert3fioation has beam incorporated in such snbc:ontract, regardless of tier. hV I I Mtract execated vithant such written gmrarma shall •' be voided. C. Haterislity and Responsiveness. Zhe certifications required to be 0 made by the bidder pu:suaat to these S:d Conditions is :aterial and will ! ;overn rho bidder's perfo ince on he project and will be rade a part ."f his `•'-4. Failure to su:+=ft the certification will render the bid nonresponsive. E - ] -• •- . ....... y.�7�7_x.._. ........ yrs Part IV: Urr- fiance and rn!nrce-cent. Contractors are responsible for informing their subcontractors tracaR ess of tier) as to their respective • obligations under Parts I and 11 hereof (as appiicable). The bidder, contractor or subcontractor shall carry o.m: such sanctions and penalties for violation of the equal opportunity clause Including suspension, termination and cancellation of existing subcontracts as ray be irVosed or ordered by the Contra Costa County Pubiis 1.brks Department. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial requirem-ent in the Contra Costa Plan by a contractor or subcontractor covered by Part 1 of these Bid Conditions including the failure of such contractor or subcontractor to rake a good faith effort to most its fair share of the trede's coals of minority nanaower utilization, or of the requirements of Part it hereof by a contractor or subcontractor who Is covered by Part it shall be dee-ed to be In noncoxpliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public tilbrks Department shall review Its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to Beet those goals,-the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no fomal sanctions or proceedings leading toward sanctions shall be Instituted unless the agency otherwise determines that the contractor or subtA mmtractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not tare into consideration the minority manpower utilization of its subcontractors. More the agency finds that the contractor or subcontractor has failed to comply with the requirems nts of these Bid Conditions, the agency shall take such action and impose such sanctions as bay be appropriate including. but not limited to: 1. Withholding of payments to the contractor under the contract until the contractor compiles, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part. and/or 3. To the extent allowed by applicable State Statutes. the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is Implementing an Equal Employm:ment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with sigh ferrel action It has the burden of proving that the contractor has not mast the regjirexnts of these Bit Conditions, but the contractor's faiiure to meet his goals shall shift :o hin the regjlre-pernt to come forward with evidence to ss:�.• :La: :.e i::s m-fi: the '•rc�d faith" requirements o° these Bid Conditions by ins;i u:8-: a: lecst the g:eci!ic Affir-130OR Action steps listed above and by akln7 every ct•od !a':h cv8-r: to -ake those steps • work toward the attainnent of its roals wit`;; its ti-e:ables. The pendency of such forr&I proceedings shall Le taken Into consideration by Contra Costa County E - 8 in determining whether such contractor or suacontractor can com.ply with the requirements contained therein and is therefore a "responsible prospective contractor." It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the Contra Costa County Fublic :corks Departnent. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTiMi CO3TRACTORS EEO REPORT or optional form bb, MONTHLY 11MUPOWER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of York. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. 85 E - 9 p D i s -�'� O �-,6- u a u'p D c to C, t �. �' -0 2`6 _6 G C is Y V D7 cl to is - q'r' t' '= L'S E LL �� «{ ? �` �, t• t `C CS �� D n D C. v a o E ; C O C. tF`} ` `._ > .., ti �' O D G`. �'i C.1. ° G 4 w N Q S w r J _in t7 U 6 m-b " O y, w C - �" C E. - s -r i't. a � v u a = o c :c mtf y c �„, 0 G o Ci Lf) o sI Az C .0 C'..Cly'p � a u tr c p � � c't=-r c (j o`o� ",�. Q. L ,d $ `u :. b} p L Q u D a G [ Wit: a U w �?+ a Q = O o >"' Y � ,L• J uj-o o u _> �O. o° e aS ,.. O El cl ao E •, LsiLi > v i r _ v w o a fes. G N N i S•n j� O -Lv ID o G tl .+ c• t D L} p ° cr C. C '5: .. CA C e CAO L O L +� {_• :.= C` 4 C COC ,► A, -•�c rte- tM,+ "C.• D �_ .ID E 7 4 h : Q o u. u O Q^n0- t,= co : / T T? u a ` J Q w 4Cw RR a to v >a >{n ` LIJ was N p - s x x y to to w1k Al t 2 "`" iaC V ,� G M i. v •► v' o Bei _ �7 C3 x"/. Y. 'r' x'. M u a 0 O a xx XW. X xx 11 QUol ` v ; O --- 0 to 04 v < fwtw nn%rr s--t D1 O '�, '- 7.U C E'r, F L C p_ L c� a n -, cr a D U ;� r. Ec: `^ `� n .. tt to r- „ O p > �,J p”G V-co `� I--►-►-►-r u O v � 6 0 _ `Z a� ZE rc 0 p o to U a to=a I" M CL CO t ` "'C • .r L'L O �" w o I J3l0S' lt_ 3A0 Vto O `^O ,U _ti :" 3" .._ t z _ _ t -- � a, 'ty D `Sl �" � C_g^ C �.' � ;.- t ..7�?(h c' -+ � + P t S` r.�...�.Yv/ .i t•��/��t��+.."//F'':'�1'.ll�/`"i`'`///i'-^'.'_ Ll a Y0 tot� \ c"' 6 v o t3 R R: E u S S M c-v u C } ° � U O `D u Z.`.:G A'�`. O T' i _. Y:,iY:f%Y"// .S ri(lYii%YY/ .S t{ D y C. ttE O a to to aaQ{� tyl tY �; C, to 4 [ N. Ci.a to,ue Ykll D C" e, t-i at o --u to }'' .l - W t > \. �. .;.'t ,u. ;,,y p F{ '� to E > 3 `' .\t' \: ",�r;r•..,�:i� .,[`�,'tt`� �i to c E 33 riot' a Lm R. t wwN1: z }3 OX Hula it � � �� gLFe� "r � 3Y "��P�(:o• lit fill 0 cr- a t W6nc s ; VV a P O O O II ( E t« et do r O a a a — S. r _ '� sOf CC Tg" .• p w < .. - - a CL LLJ Lid yv t1aMn,.�• "_.,.' vn Www 1 :Y _ tet 1 LLJ 1 CO D a t aaa � D a D a j ' • • s W W 1 ca r as o � �. "• "'�. a a t W =Sd • �4 M 00187 1 t s i 4! •- j 3y s F � Cz � � = • .._j ,=x_47-sT�s y W r q aY a t _ N CL CL Ll! O �d ;€s�q sij_�'i i cn �•� :rrt'•: �� Q We- G atria i.i�FFIIE�Fa4i '� rr N v� - _' b fly; ,e y r p I t S i ;-air ' ca CL . 1 • U—j =St *12 T I �• t,t•rr't� P r% a • T } w w p, ,Oo e- t s i I �N . Y�c u i; s: e_ 1 m `� �•0'1 * €r 1 il'!' ,rt j ! [O �� , it f Cj r �, L f int i# � t i��:"ie'''� - G0.• � ! '�( � t •!1 W hill ;'11 �ff 2 F2' iP:i�ri.f€E.,fsfL a • ����'; � � II � Ll,lil t w ------ ------------------- ----- A-4 lo `c •'� if r a o ;7as'! c v LAJ _= w �)� LYS.-r • 744 Is"OV1 AO YI17i..A s��{e _•� .� f g� Tia' —--------..----- _-f# .00 I .YL. j Q - - -- _ L i --- n3.asln Y. •t t �� �� i F� oar 4L : . Q 00159 ,� iiIt Oil: 9 :i3 ii� iIJ i 1 I 1s Y r 4 OD O • r . .y +•` �' '� 111 ( � x ILL r d _ • • w • 1/� H � r J to- CL s • r Y M a LLS o • z uj 00,90 � � t ! t �' Imo{ r t? c � w , c" � _ t�t►tIt o' 0 U IAC • r pp M3 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Resolution and Notice of Intention ) to Sell Excess County Property, ) RESOLUTIOR No. 76/357 Camino Pablo, Orinda Village Area, (Government Code Sec. 25520 et seq.) Work Order No. 4508 ) The Board of Supervisors of Contra Costa County, RESOLVES THAT: This Board declares its intention to sell the real property described in the Notice of Intention to Sell Real Property attached hereto and incor- porated herein by reference, and in the Notice of Public Auction referred to therein, under the terms and conditions contained in said notices. Said terms and conditions, as prepared by the County Real Property Agent, are hereby approved. The minimum price for said real property is $35,000.00 and the minimum bid deposit is $3,500.00. This Board sets Tuesday the 8th day of June, 1976 at 11 :00 a.m., in the Board's Chambers, Room 107, Administration Building, Martinez, California as the time and place where sealed proposals and auction bids shall be received and considered. The Clerk of this Board is directed to cause the notice of the adoption of this resolution and of the time and place of holding said public meeting to be given by publishing said notice, pursuant to Government Code Section 6063, in the ORINDA SUN , a newspaper of general circulation published in said County, and by posting copies of this resolution signed by the Chairman of this Board, in three (3) public places in the County, as follows: 1. On the property described herein. 2. At the Orinda Public Library, 2 Irwin Clay, Orinda, California. 3. At the County Administration Building, Martinez, California, not less than fifteen (15) days from the date of said meeting. PASSED on April 27, 1976 by at least two-thirds (2/3) vote of this Board. AJA:d l b cExnFIE COPY I certify that this Is a full, true & correct copy of Attachment the original document which Is on file in my office, and that It -as pasted & adopted by the Board of CC' County Administrator SuperrLm" of Contra Costa County. Caiirornia, on the date eho-n_ ATTEST: J. R. OLSSON. County County Auditor-Controller Clerk&ezaff►clo Clark of said Board of Supercitsors. Public l:orks Dept. R/P (2) by Deputy clerk. Planning Departnent on APR 2 7 1976 RESOLUTION NO. 76/357 WILK NOTICE OF IrlTEHTIO'I TO SELL REAL PROPERTY � NOTICE IS HEREBY GIVEII that th-e Board of Supervisors of the County of Contra Costa, State of California, has on the 27th day of April, 1976 in regular meeting, adopted Resolution r:o. 76/357 by a two-thirds (2/3) vote of all of its members, declaring its intention to sell for Contra Costa County the real property, located between Camino Pablo and Orinda Way in the Orinda Village area, being a portion of Assessor's Parcel No. 265-170-024. NOTICE IS HEREBY FURTHER GIVEN that it is proposed to sell said property, consisting of an unimproved parcel of land, containing approximately 0.566 acres of land, to the highest bidder for cash; that the minimum price for said property is to be the swi of Thirty-Five Thousand Dollars ($35,000.00); that Tuesday, the 8th day of June, 1976 at 11:00 a.m., of said day in the Chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California, has been fixed as the tire and place when the Board will receive and consider sealed bids accompanied with a minimum Three-Thousand Five-Hundred ($3,500.00) option-bid deposit. At the time set for the opening of bids, any person present'n, offer" orally to increase the amount of the highest written bid by at least five - percent (5d) and to continue thereafter to bid orally in any amount until the highist ora) bid is accepted. -The successful bidder will have an option period of Thirty (30) days to exercise the option to-purchase the property by cash. The option deposit- of Three-Thousand Five-Hundred Dollars ($3,500.00) will be the consideration for the option period and is non-refundable for failure or refusal to complete the transaction in accordance with the teras to purchase. A Notice of Public Auction containing terms and conditions for the sale, bid forms, and specific description of the property will be furnished by the County Real Property Agent,. Fifth Floor, County Adginistration Building, Martinez, California (Phone 372-2134) on application. Datad: April 27, 1976 �IMS P. KENNY Chairman of the Board of Supervisors of the County of Contra Costa, State of California J. R_ OLSS023, Clark ;i gy N. In rah Deputy Clerk AJA:dlb 00192 i 1 2 3 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA 4 -5 Re: Condemnation for RoundhiIl Rd., ) CONDEMNATION 6 Work Order 4306, Alamo Area ) RESOLUTION NO. 76/ 353 7 8 The Board of Supervisors of Contra Costa County, California, by 9 vote of tiro-thirds or more of all its members, RESOLVES THAT: 10 It finds and determines and 'hereby declares that the public 11 interest and necessity require: 12 The acquisition, construction and completion by the County of 13 Contra Costa, of a public improvement; and in connection therewith 14 and necessary therefor, the acquisition of fee simple title to 15 real property, and other interest(s) in real property as described 16 in Appendix(es) attached hereto; 17 Said proposed public improvement is planned and located in 18 the manner which will be most compatible With the greatest public 19 good, and the least private injury; 20 This Board shall acquire in the name of the County of Contra 21 Costa the said real property and interest(s) therein by donation, 22 purchase, or by condemnation in accordance with the provisions for 23 eminent domain in the- Code of Civil Procedure; 24 The County Counsel of this County is hereby authorized and 25 empowered: 26 To acquire in the County's name, by condemnation, the titles, 27 easements and rights of :gay hereinafter described in and to the 28 said real property or interest(s) therein in accordance with the 29 provisions for eminert domain in the Code of Civil Procedure and J0 the Constitution of California, for County road pur oses P , 31 To prepare and prosecute in the County's name such proceeding 32 in the proper court as are necessary for such acquisition, and 33 To apply to said court for an order fixin- the amount and 34 nature of such security as it may direct, and to deposit such 35 security as so direc-ed, and for an order permitting the County 36 001%) r I to take immediate possession and use of said real property or 2 interest(s) therein for said public uses and purposes; 3 The said real property and interest(s) in real property are 4 more particularly described in Appendix A attached hereto and by 'S this reference made a part hereof to the same extent as if herein 6 set forth in words and figures. 7 8 PASSED on April 27, 1976, by the following vote: 9 10 AYES: Supervisors - A. M. Dias, J. E. Moriarty, ll W. H. Boggess, E. A. Linscheid, J. P. Kenny. 12 HOES: Supervisors - Mane. 13 ABSENT: Supervisors - gone. 14 15 I HEREBY CERTIFY that the foregoing resolution was duly and 16 regularly introduced, passed and adopted by the vote of two-thirds 17 or more of the Board of Supervisors of Contra Costa County, 18 California, at a meeting of said Board on the date indicated. 19 20 Dated: April 27, 1976- 21 7, 1970'21 22 J. R. OLSSON 23 P County Clerk and ex officio Clerk of the Board of Supervisors of 24 Contra Costa County, California 25 as By P 27 x ' ng m Deputy 28 cc: Public Works Department 29 Real Property County Counsel �0 County Administrator 31 County Auditor-Controller 321 33 34 35 36 RESOLUTION! •) 76/353 00194 Roundhill Rd. APPENDIX "A" Portions of Part 1 of Lot A as per map entitled "Play of Division Survey of the A. H'. Stone Ranch" filed t:arch 9, 1892 in Book F of haps at page 141, Records of Conga Costa County, California, described in the following parcels: PARt,EL ONE: Beginning at the most m2sterly corner of the parcel of land described in Parcel One of the deed to James E. Eubank recorded June 22, 1966 in Book 5146 of Official Records at page 400. Records of said County fron which a radial line of a curve to the left, having a radius of 600.00 feet bears Mortar 60" 16' 04" East; thence, from said point of beginning, southeasterly along said curve and south-westerly line of said Parcel One (5146 OR 400), through a central angle of 16° 58' 04" an arc distance of 177.69 feet to the southeasterly line of said Parcel One (5146 OR 400); thence, along said southeasterly line Horth 49° 00' 00" East 122.'06 feet and Horth 390 30' 001" East 140.00 feet to the northeasterly line of said Parcel One (5146 OR 400); thence, along said northeasterly lire north 48" 55' 40" Vest 206.01 feet; thence, South 39" 30' 00" Hest 124.09 feet; thence southwesterly alone a tangent curve to the right faring a radius of 174.00 feet, through a central angle of 9" 30' 00" an arc distance o: 22.85 feet; thence, tangent to said curve Sou 0 49" 00' 00" Nest 63.51 feet; thence, westerly along a tangent curve to the right, having a radius of 10.00 feet, through a central angle of 87° 35' 08", an arc distance of 15.29 feet; thence, northwesterly along a compound curve -Co the right, having a radius of 570.00 feet, through a central angle of, 16' lull 25", an arc distance of 162.23 feet to the north- r.esterly line of said Parcel One (5146 CR 400); thence, along said north- westerly lire, Soutar 19" 48' 00" Nest 40.22 feet to the point of beginning. Containing an area of 0.267 acres (11 ,644 square feet) of land more or less. PARCEL 7:.0: An easement for drainage purposes over the following described strip of land: A strip of lard 20 feet in width the centerline of which is described as fol 1 o►Is: Commiencing at the r:.ost southerly corner of said Parcel One (5146 OR 400) from w- ich a radial lire o` a curve to the right, having a radius of 0'00.00 feet bears Earto 43" 18" GAJ" East; thence, from said point of co.=ence�.ment nartin;esterly along said curve and the southwesterly line of said Parcel One X195 (5146 OR 400) through a central angle of 7" 15' 30" an arc distance of 76.01 feet; thence, Korth 50'- 33' 30" East 30.00 feet to the true point of beginning of the hereinafter described centerline; thence, fron said true point of beginning North 50" 33' 30" East 20.00 feet. PARCEL THREE: . A temporary easement expiring upon acceptance by Contra Costa County of construction of the Roundhill Road connection project, but in no event later than April 30, 1978, for the purpose of constructing and maintaining a roadway ambankment over the following described parcel of land: Beginning at the northeasterly tenainous of the course described as "South 49' 00' CO" Hest 68.51 feet" in the hereinabove described Parcel One; thence, , from said point of beginning along the northerly line of said above described Parcel One as follows: South 49' 00' 00" Nest 68.51 feet; thence, westerly along a tangent curve to the right having a radius of 10.00 feet, through a central angle of 87* 35' 03", an arc distance of 15.29 feet; thence, north- s:esterly along a compound curve to the right, having a radius of 570.00 - feet, through a central angle of 13' 40' 56", an arc distance of 136.12 feet; thence, South 610 32' 40" East 26.17 feet; thence, South 45* 00' 00" East 114.93 feet; thence, North 550 31 ' 23" east 51.15 feet to the point of beginning. 00196 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Commending Andre Watts. ) RESOLUTION NO. 76/359 WHEREAS Andre Watts studied piano at institutions such as the Philadelphia Musical Academy and as a sixteen- year-old performed on nationwide television as piano soloist for Leonard Bernstein's New York Philharmonic Young People's Concert; and WHEREAS Mr. Watts subsequently played at a regular performance of the Philharmonic and received gide acclaim and later made appearances in recital in major American cities and as a soloist with many major symphony orchestras; and WHEREAS his 1966 European debut with the London Symphony and a debut with the Berlin Philharmonic were fol- lowed by a world tour for the U.S. State Department in 1967; and WHEREAS in the Spring of 1973, prior to his debut in the Soviet Union as soloist with the San Francisco Symphony in a State Department sponsored tour, Mr. Uatts became the youngest person to receive an honorary doctorate from the Yale University in more than 200 years; and WHEREAS Mr. Watts, who made his debut with the Oakland Symphony in 1973, is returning to perform in the Paramount Theater; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA RESOLVED that it commends piano virtuoso Andre Watts on his contribution to the arts and extends its deepest appreciation for his musical gift on behalf of the people of Contra Costa County. PASSED AND ADOPTED on April 27, 1976. 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 27th day of April, 1976. J. R. OLSSON, CLERK By Bonnie Boaz cc : CountyAdministrator Deputy Clerk RESOLUTION 110. 706/359 00197 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Proclaiming May 16, 1976 ) through May 22, 1976 as ) Resolution No. 76/360 "National Insurance Women's ) Week" in Contra Costa County ) WHEREAS the Insurance Women's Association of East Contra Costa County was organized fifteen years ago as a chapter of the National Association of Insurance Women; and WHEREAS the purpose of said organization is to broaden the knowledge of its members in the business of insurance, to cultivate and promote good fellowship and loyalty among members, and to make its members more responsive to the business requirements of their associates, thereby providing a high level of service to the public; NOW, THEREFORE, IT IS BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA RESOLVED that the Insurance Women's Association of East Contra Costa County is congratulated on its goals; and IT IS BY THIS BOARD FURTHER RESOLVED THAT May 16, 1976 through May 22, 1976 is hereby PROCLAIMED as "National Insurance Women's Week" in Contra Costa County. PASSED AND ADOPTED this 27th Day of April, 1976 by the following vote of the Board: AYES: Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid, J. P. Kenny NOES: None ABSENT: None cc : County A(1m1n1::tr:tto:- 00198 wM wa+wr�Wii.� r• In the Board of Supervisors of Contra Costa County, State of California April 27 . 1976 In the Akine r of In the Matter of Policy Guidelines for the Community Development RESOIAT1011 NO. T6/361 Housing Rehabilitation Program WwwAS, the County of Contra Costa made application to and received approval from the Federal Department of Housing and Urban Development for block grants pursuant to Title I of the Housing and Community Development Act of 1974; 10lt:WS, the County of Contra Costa. through its application, has established the objective to design a comprehensive Housing Rehabilitation Program and conduct rehabilitation and code enforcement proceedings In certain Target Areas of the county; HdiFJl AS. maintenance and improvement and preservation of housing for all residents, especially for those of low-to-moderate income is essential to the reten- tion of stable neighborhoods and co=unIties in the County; 10HREAS. a program of public improvements and the availability of grants in deteriorating areas would encourage owners to upgrade their property in designated areas and motivate owners in other nearby neighborhoods to make improvements to the existing housing stock; • 71M BOARD OF SUPEWISORS OF COIML% COSTA CO1= RESOWN TWIT: 1. A public purpose will be served by initiating a housing Rohabilitation Program with both public and private funds; and 2. The general purpose and intent of such a lkmsitng Rehabilitation Program will be to provide assistance for rehabilitation and Bodo compliance in selected Counter Target Areas; and 3. The document entitled "COX= COSTA COLWff CO>llWXTY DH'd111:lAPiiW HOMING 1101ABILITATIOS GRUT Pi OMM YEAR 1975-76" be adopted as the tbntra Costa Counter First Year Housing Rehabilitation Program and that said document shall represent the hoard policies regarding expenditure of the First Year Bands of $150.000 allocated for the program; and 4. Thi• Bui ldin.; inspection lkpartoent is ebarged with dcvu loping administrative procedures far impleaent,iug these policies; and S. Casvmunity meetings be held in the Target areas of North Richmond and West 141ttsburp; to explain the program to thv residents and seek tbeir vuluntan ixarticipation in the program; and b. A Crum i'aml is hereby established for the program, with ambers to be appointed thereto subsequently. PASSI.11 and J*dU41•t•la o n April 27, 1y:a. cc: Nr. dick Rodriquez, Chairman Community Development Advisory Council County Administrator Director of Planning Acting Building Inspector County Counsel Director, Human Resources Agency Economic Opportunity Program Director Public Works Director County Auditor-Controller (P) CU\lei A COSTA COUNTY Community Development (lousing Rehabilitation Grant Program Year 1975 - 1976 The following outline set` forth policies for residential rehabilitation grants, as authorized by Section 105, Title I of the Housing and Community Development Act of 1971. The day-to-day administration will be the respon- sibility of the County Building Inspection Department. The grant program will be closely coordinated with a housing Counseling and Services Program also funded with Community Development funds. All grants made under this program will be approved by a Grant Panel, in accordance with the following guidelines which may be ascended by the Board of Supervisors from time to time as circumstances and experience dictate. OBJECTIVE The primary objective of the voluntary !lousing Code Enforcement and Rehabilita tion Program is to assist in the development of viable communities by providing decent housing and a suitable living environment in the community - principally for persons of low and moderate income - consistent with provisions of Federal assistance provided in the Housing and Community Development Act of 1974. SPECIFIC OIUECT1VES 1. The elimination of sluins, blight, and the prevention of blighting influences causing the deterioration of property and neighborhoods. 2. The elimination of conditions which are detrimental to health, safety and public welfare, by rehabilitation, demolition, or removal. 3. The review of residential structures of owners participating in the voluntary !lousing Code Enforcement Program for need of rehabilitation. In order to attain these objectives, this Grant Program is aimed at the housing stock of households with very low income.* A. Eligibility Requirements This section sets forth the eligibility criteria and requirements for receiving; a Rehabilitation Grant. These criteria assess both the structure and the applicant from the standpoint of need and eligibility. *lice Appendix A for cis:-resit table of income and household size which specifies these criteria, which are also presently used for Section 8 housing; pursuant to IiCDA of 1973. - 00201 Microf itrnad vrit€z board order A. Eligibility Requirements This section sets forth the eligibility criteria and require- ments for receiving, a Rehabilitation Grant. These criteria assess both the structure and the applicant from the stand- point of need and eligibility. 1. General Reguirements All single family structures and owner-occupied duplexes Ouch are located within a designated County Code Enforce- ment and Rehabilitation Target Area will be eligible for rehabilitation financial assistance. The property must be in need of repair to cure hazardous conditions and/or other code violations. 2. Eligible Costs Work and items of repair eligible under this program are to be completed as available funds allow, in the following order of priority; a. To make repairs and improvements necessary to the stricture to correct health and safety hazards; b. To make other necessar; repairs and improvements, including exterior painting, in order to conform to code standards applicable to existing residential structures to ensure safe, decent, and sanitary housing; - C. To correct any incipient deficiencies which would make it impossible for a structure to be brought to and readily maintained at code standards; d. To remove unrepairable secondary buildings, structures, and other blighting influences located on the property; C. To replace built-in cooking appliances when required for safety reasons; f. To make other general property repairs if funds are availa- ble .and when the amount spent does not exceed 40% of the grant amount_ 3. Eligibility of the Applicant In addition to being; the owner of a single-family unit or the owner-occi patit of a duplex in need of the above repairs, the applicant for a grant must meet the following requirements: -2- 00202 n. To qualify for a grant, the applicant must meet the definition of the Federal Section 8 Program (IICDA 1974, Title II) for a very low income household (an income of S0: or less of the median income for the StsiSA) , and must have assets of not more than $10,000 excluding the value of the property to be rehabilitated. b. The owner-landlord, in the case of rental property, must conform with Federal non-discrimination regulations and agree that, upon receipt of a grant from the County, rents and other charges shall not be increased beyond the total cost of any actual increase in taxes and the percentage increase in the Bay Area cost of living index issued by the U.S. Department of Commerce. C. In the case of rental property, the owner-landlord will make every reasonable effort to rent the units to be rehabilitated to low and moderate income families as defined by the Federal "Section 8 Program". B. Grant Aruounts The maximum amount for a Rehabilitation Grant shall not exceed $4,500 for a single-family dwelling, with an additional $1,500 allowed for the second unit in a duplex. C. Priorities for Award of Grants Applications will be evaluated and processed as received, based on the eligibility critieria and requirements stated in Section A of these guidelines. The evaluation will consist of an initial determination of the needed repairs of the structure followed by a determination of the eligibility of the applicant. Upon consideration of such factors as ability to pay for all correction of all Code Violations and the effect of non-code compliance on the neighborhood, a grant may be awarded to an applicant who, with the aid of a grant, can only afford to correct life-threatening hazards on the property. For eligible rental structures, all other factors being equal, pre- ference will be given to owners who agree to enter into "Section 8" contracts with the present or future tenants upon request of the tenants. D. Grant Panel A Grant Panel of three members shall be established and appointed •by the Hoard of Supervisors; it shall be comprised of two persons knowledgeable in the housing and finance field and a citizen representative. The form and content of the saran: packa;;es will be detercined by the Grant Panel in conjunction with the Staff of the I:u i id i gig 1 nspec t ion Department in order to best conform with these guidelines and other legal recti:irenents. The Grant Panel will be pro- lorj tiith si:3fi er:•i(V`. i=r tics: Ilousir2;; Coordinator ar:d other County staff, :,s the necd arises. -3- 00203 E. A ) eals ?he Board of Supervisors. under the regular appeal procedures provided for in the County Ordinance Code, will hear any appeals which May be filed during the initial year, with the understanding that the office of the County Building Inspector would assist appellants in the appeal process_ C.C.C.P.U. 4/23/76 out APPENDIX A INCUME LIMITS FOR "MODERATE" INCOME AND "VERY LOIt" IKCO.S.E HOUSEHOLDS FOR REHABILITATION FINANCIAL ASSISTANCE (Schedule of Maximum Income Limits for Section 8)* ANNUAL GROSS INCOME Persons Low Income Very Lour Income Per Family Families Families 1 $ 7,750 $. 4,650 2 9,950 6,200 3 11,200 7,000 d 12,450 7,750 5 13,200 8,400 6 14,000 9,000 7 14,750 9,650 8+ 15,550 10,250 "Low Income" families are defined as earning not more than 80% and "Very Lour Income" families not more than 50e of the SMSA median income of $15,536. HUD has further refined these figures, to define a "family" for income purposes to consist of four persons and make adjustments for larger or smaller families. HUD adjusts these figures from time to time and the County program will use the most current available figures. ?i.+.IcraLc" incolue houselkolds for purposes of the Housing Rehabilitation Assistance 1,1-ori-am are defined as "I.ow— income for Section 8 housing purposes. 00205 Its THE BOARD OF SUPERVISORS OF CO.%'TRA COSTA MUM, STATE OF CALIFOWNIA RESOLUTION NO. 76/ 362 . In the Matter of Ackno:.ledit ing j Completion of the Airport Site ) Selection Study ) h11EREAS, the Airport Site Selection Study, financially assisted by the Federal Aviation Administration, was undertaken by the Planning Department with participation by the Public Works Department to analyze the County's general aviation demands through 1995, to identify the grays the demands could be accommodated and to evaluate site locations for additional airport facilities; and UIEREAS, the Planning Department with substantial wort: performed by Arnold Thompson Associates, Inc., consultants on the project, has completed the work and submitted the study report; and 1%11El:F.�XS, the Director of Planning recommends that the Board accept the report and acknowledge completion of the study; NOW, THEREFORE, BE IT RE-SOLVED BY THE BOARD OF SUPERVISORS that completion of the study is acknowledged and appropriate County departments are instructed to utili=c the study in their respective planning efforts_ PASSED BY TIIE WARD ON Agril 27, 1976. Original: Planning Departcent cc: Public Works Department Arnold Thorpson Associates, Inc. a/o federal Aviation Administrationojc' -t- LGte..,rL.c�+e•c>-l�rx7"Gte.Ql�u1 ICaL. �- I.:.SOLUI ION NO. 7t1/ 362 00206 In the Board of Supervisors of Contra Costa County, State of California A=il 22 , 19 7-1j.- In the Matter of Completion_ of Private Improvements in Manor Subdivision 103--74, Orinda Area. The Acting County Building Inspector having notified this Board of the completion of private improvements in Minor Subdivision 103-74, Orinda area, as provided in the agreement with Kenneth L. Woznak, P. 0. B= 872, Orinda, Ca, 94563, approved by this Board on June 30, 1975; IT IS BY THIS BQAa_D OP_2:M�- that the private improvements in said minor subdivision are hereby ACCSPT_.D as complete. IT IS BY TPS BOkRD F'URVM- OF_TE-HED that Surety Bond No. 40SB9229 3n the amount of 52,650.00 issued by Travelers Indemnity Company is here— by MOMMo i:.D. PASSED by the Board on Aparil 27, 1975. (p) 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: Applicant Supervisors =11dir_g Inspection nffuuu! this 27th d of April t9 76 a- Grading Secti1 J. R. OLSSON, Clerk By UZi� O Deputy Clerk Bonnie Boaz H 24 8/75 IOM 00207 f • In the Board of Supervisors of Contra Costa County, State of Californias April 27 119 76 In the Matter of Approval of Surety Tax Bond(s). IT IS BY THE BOARD ORDERED that the surety tax bond(s) in the amount(s) indicated for the following tract(s) is(are) APPROVED: Tract - = Bond No. Location Principal No. Amount 4548 Pinole Diversified U 897094 $43,000 Enterprises, Inc., a corporation PASSED by the Board on April 27, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Tax Collector Supervisors with copy of bond(s) armed this 27th day of April 19 76 J. R. OLSSON. Clerk By-- L eputy Clerk Rondal Shackles 31 00208 cM .. BOND N0. II 897094 - APR 19 1976 BOND AGAI14ST TAXES KNOT: ALL NMI BY T1 ESE PRIZEN_'S: ation ' THAT DIVERSIFIED ENTERPRISES INC. , a cornor/ , -as principal and (Surety) unm PACIFIC INSLBANCE COMPANY , a corporation organized and existing, under the la::s of the State of California and authorized to trarisact surety business in California as surety are held and firmly bound unto the County of Contra Costa, State of California, in the penal sum of Forty-Three. - Thousand and no/100ths-----Dollars (43,000.00 ) to be paid to the said ,County of Contra Costa, for the payment of which well and truly to be made, we and each of us bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by-these presents. Sealed -with our seals and dated this 19th day of April , 197 The conditions of the above obligation is such that Z•11MREAS, the above bounded principal is about to file a trap entitled - TRACT 4548, PINOLE; CALIFORA`IA and coverinf, a subdivision of a tract of land in said County of Contra Costa_, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land -covered by said map, lrhich_taxes and special assessments collected as taxes, are not, as yet due or payable. VOW, THEREFORE, if the said DIVERSIFIED ENTERPRISES INC. shall pay all of the taxes and special assessments collected as taxes which are a lien against said tract of land covered by said map, at• the tine of the Pilin- of said map of said Tract;, then this _ obligation- shall be void and of no effect. Otherwise it shall re- main it: full force and effect. DIVERSI ED ENT PR S IN . , A' ORATION �..�..ti. _ �_L'Z By. .•' r p U11ITED PACIFIC INSURANCE C0I1PANY Surety By X A ChNOWLET)GFiiENT (13Y SURETY(BY Robinson, Attorney--in-fact . _ State of California } L C01lnt:;; of Alareda ) CottntY in t:1ii ch ac:;no::7 edr;eat;n , is La:;ctl Ot���ril ._1976 , bc1b.•c MIL, Linda A. Willis , a 14o Lary Public., 3n and J or said Co_ unty and St._3 Le, pc•r:;otia?ly appeal-ed Dalmarie Robinson known to me to be gvtorn^y-in-fact ai'Li:�� co�•,�c�raLion that: cxecuLc•ci ti,e ::3.Lllin in:trllmellv and- also Zcnc,:-::: to r::e to he the pe2150n who ex:ecitted i.L on behalf of ::uch corporation an l ackno.:led"c-d to me that nuch corporation execu Lc:d the pur-u-1•:t to 143 by- aw'3 or/ ralt;Llc►tt of it-- board of direr torn. li; i i �.��El� uiT�Eii•�_iiL• rnnfr o1. no Lary Linda A. FMX_i1*tRY I'Uj'_tL1(' . 002W _ __ :rte BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 21356 and ) TRAFFIC RESOLUTION NO. 2142 - YLD 21803 of the CVC, declaring a) Yield Intersection on SHELL Date: APR 2 7 1976 AVENUE (Rd. 13281 ), Martinez. ) (Supv. Dist.11— Martinez } 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 21356 and 21803 of the California Vehicle Code, all vehicles traveling southerly on SHELL AVENUE (Rd. =3281 ) Martinez, shall yield the right of way to Traffic on Peach Street (Rd. 93282) . APR 27 1976 Adopted by the Board cc County Administrator Sheriff California Highway Patrol T-14 0o210 0 i In the Board of Supervisors of Contra Costa County, State of California April 27 . 1976 In the Matter of Exoneration of Surety Tax Bonds on Tract Nos. 4745 and 4746, City of Hercules. The County Tax Collector having advised that all taxes on the property included in Tract Nos, 4745 and 4746, City of Hercules, have been paid in full; IT IS BY THE. BOARD ORDERED that Surety Tax Bond Nos. 2537085 and 2537086 issued by the Safeco Insurance Company of America are EXONERATED. PASSED by the Board on April 27 , 1976. 1 hereby certify that the foregoing Is a true and correct copy of an order Mored on tho minutes of said Board of Supervisors on the date aforesaid. Witness my hand and tho Soot of tlw Board of cc : County Tax Collector Supervisors affixed this 2.7 day of April 1976 6 J. R. OLSSON, Clerk By UAnAtL / L • Deputy Clerk Bonnie Boaz H-24 1176 15m 00211 In the Board of Supervisors of — Contra Costa County, State of California April 27 -11976 In the platter of Approving and Authorizing Payment for Property Acquisition. IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract are APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the County; Contract Payee and Reference Grantor Date Escrow Number Amount Hidhill Road John T. Bowen April 15, Grantors $215.00 Project A3571-4115-73 Wanda Faye Bowen 1976 Martinez Area The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept said Easement from above-named Grantors for the County of Contra Costa. PASSED by the Board on April 27, 1976 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 Seat of the Board of Real Property Division Supervisors cc: Public Works Director affixed this 27th day of April 1976 County Auditor-Controller — County Administrator J. R. OLSSON, Clerk By Deputy Clerk H 23 12174 • ISM Vit. lng&laham VUM In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Exoneration of Surety Tax Bond on Tract 4723, Danville Area. The County Tax Collector having advised that the county taxes on property included in Tract No. 4723, Danville area, have been paid in full; and ITIS BY THE BOARD ORDERED that Surety Tax Bond No. U8056o6 issued by United Pacific Insurance Company, is EXONERATED. PASSED by the Board on April 27, 1976. 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 dote aforesaid. Witness my hand and the Seal of the Board of cc : County Tax Collector Supervisors affixed this 27 day of April , 19 76 J. R. OLSSON, Clerk By ` V Deputy Clerk Bonnie Boaz H-24 3J76 15m 00213 c � ` In the Board of Supervisors of Contra Costa County, State of California April 2 7 , 19 7� In the Moller of Authorizing Acceptance of Instruments for Recording Only IT IS BY THE BOARD ORDERED that the following Offers of Dedication are accepted for recording only. Instrument Date Grantor Reference Offer of Dedication for Roadway Warren 14. Hook, Sub. 4627 Purposes 1-21-74 et al. Sub. 4721 Offer of Dedication for Roadway and Robert C. Banovac, Access Purposes 3-23-76 et al. Sub. 4445 Offer of Dedication Sub. 4196 for Drainage Sub. 4440 Purposes 4-21-76 Boise Cascade Corp. Sub. 4441 PASSED by the Board on April 27 , 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of supervisors affixed this 27th day of Axe ri 1 19 76 t� J. R. OLSSON, Clerk Deputy Clerk Originating Department: Public wo=ks Land Development Division cc: Recorder (via P.W. ) Public Works Director (2) Director of Planning 4124 a,75 10%1 00914 In the Board of Supervisors of Contra Costa County, State of California April 27 . 19 76 In the Matter of Authorizing Acceptance of Instruments IT IS BY THE BOARD ORDERED that the following instruments are accepted: Instrument Date Grantor Reference Grant Deed for Robert C. Banovac , Development Rights 3-23-76 et al. Sub. 4445 Grant of Easement for Drainage Purooses 4-8-76 J. Thaddeus Cline Sub. 4620 Grant of Easement for Drainage Robert Allan Purposes 4-3-76 De Chene Sub. 4620 Grant or Easement for Drainage Purposes 4-9-76 Richard H. Robinson Sub. 4620 Grant of Easement for Drainage Purooses 4-8-76 Thalia B. Brewer Sub. 4620 Grant of Easement for Drainage George A. Lawrence, Purposes 4-3-76 et al. Sub. 4620 PASSED by the Board on April 27 , 1976. 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 27th day of April . 19 76 / / ,G J. R. OLSSON, Clerk By l.!�-R..-�.... d l=�'-�1-. Deputy Clerk Originating Department: Public Silks jean L. iLil]?r Land Develoament Division cc: Recorder (via P.:7. ) Public Works Director (2) Director of Planning H 24 8175 IoM 00-215 s In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Expense Reimbursement Authorisation for Members of the Contra Costa County Manpower Planning Council. The Board having adopted an order on June 5, 1974 which was amended on December 10, 107h authorizing the County Auditor- Controller to pay a special allowance per meeting and reimbursement of certain expenses to members of the Contra Costa County Manpower Planning Council ; and County Counsel subsequently having recommended that the Council members be reirburred only for itemized expenses that are necessarily, reasonably, and actually incurred; and The United States Department of Labor having provided guidelines to the effect that menbers of the Council should be reimbursed for their expenses In a manner consistent with the county's official personnel practices; and Mr. H. H. "Bud" Harr, Chairman of said Council, having appeared and urged the Board to continue with payment of in-lieu fees rather than reimbursement of actual expenses; IT IS BY THE BOARD ORDERED that the orders of June 5, 1974 and December 10, 1971 are hereby SUPERSEDED and that the County Auditor-Controller is AUTHORIZED to reimburse Council members for their actual and necessary expenses relating to mileage, training and child care under regular county policies while conducting Council business ; and IT IS FURTWER ORDERED that the Council is REQUESTED to submit amend--d by-laws reflecting this change in the reimbursement policy, said by-laws previously having been approved by this Board on January 6, 1976. PASSED by the Board on April 27, 1976. 1 hereby certify that the fonnp ing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orifi. Dept : Director, HRA � Witness my hand and the Seal of the Board of Pervium cc : Manpower Planning Council affixed this 27th day of April 1976 c/o HRA �; J. R. OLSSON, Clerk U. S. Department of Labor c/o HRA By _ s,-t Deputy Clerk County Auditor-Controller County Counsel County Administrator H 24 ails IoM 00216 s, In the Boar. of Supervisors of Contra Costa County, State of California April 2719 ' 76 In the Matter of - Accepting Certain Parcels as Designated on the Map of Subdivision " 4121, San Raman Area WHEREAS the Public Works Director, having recommended accepting certain parcels of land in Subdivision 4121, which were not previously accepted; IT IS BY THE BOARD ORDERED that Parcels A, B, C and D, as shown and dedicated for public use on the map of Subdivision 4121 , filed August 25, 1971 , in Book 139 of Maps at Page 45, Official Records of Contra Costa County, State of California, are hereby ACCEPTED. v The foregoing order was passed by the following vote of the - Board: AYE: Supervisors J. E. Moriarty, W. N. Boggess, - E. A. Linscheid, J. P. Kenny. NO: None. - - ABSENT: None. ABSTAIN: Supervisor A. M. Dias. Supervisor Dias stated that he wished the record to show he abstained from voting for the reason that he is an employee of the Founder's Title Company. D . 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. Originating Dept. : Public Works Witness my hand and the Seal of the Board of Land Devel. Supers Div. �„md this 27th day of April , f 9 76 cc: Auditor-Controller — RecorderI J- R. OLSSON, Clerk Public Works Director a `� Deputy Clerk Dame Construction Co. , Inc. Maxine M. Ne d P.O. Box 100 San Ramon, CA 94583 0021'7 H 24 8/75 10M "G In the Board of Supervisors of Contra Costa County, State of California April 27 , 1976 In the Matter of Rescinding April 20, 1976 Board Order and Re-Awarding Contract for Re-Roofing Veterans' Memorial Building, Pittsburg. (Work Order No. 5264) . The Board on April 20, 1976 having awarded the contract for Re-roofing the Veterans' Memorial Building, Pittsburg to Caldwell Roofing Co. , Inc; and The Public Works Director having this day advised that Caldwell Roofing Co. , Inc. requested that its bid be withdrawn because it was based on an incomplete set of specifications which did not include the metal flashing work; and The Public Works Director having therefore recommended that the Board rescind the April 20, 1976 Board Order awarding the con- tract to Caldwell Roofing Co. and award the contract to Cornell Roofing Co. , Concord, who submitted the second lowest bid of $5,720.00; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that the afore- mentioned April 20 Order is RESCINDED and the construction contract is AWARDED to Cornell Roofing Co. PASSED by the Board on April 27, 1976. 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 dote aforesaid. Originator - P. W. Dept yyitness my hand and the Seal of the Board of Buildings and Grounds Supervisor cc; Public Works Department affixed this 27th day of_Agril 19 JE Cornell Roofing Co. J. R. OLSSON, Clerk Caldwell Roofin- Co. %�' ,� ' County Auditor-Controller By7,�. __ �` Deputy Clerk .; IJean L. Miller H 24 8/75 IOU 00218 In the Board of Supervisors of Contra Costa County, State of California April 27 1976 In the Matter of Grant Application to U. S. Department of Health, Education and Welfare for Continuation of Childhood Lead Poisoning Control Project IT IS BY THE BOARD ORDERED that the County Health Officer is AUTHORIZED to submit grant application to the U. S. Department of Health, Education and Welfare for Federal funding in the amount of $136,813 for continuation of the Childhood Lead Poisoning Control Project during the fiscal year 1976-1977. PASSED BY THE BOARD on April 27 , 1476. 1 hereby certify that the foregahM is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dab aforesaid. Witness my hand and the Seo[ of the Board of Orig: Director, HRA Supervisors cc: County Health Officer affixed this 27th day of April 19 76 County Auditor-Controller — County AdministratorJ. R. OLSSON, Clerk By z2 �' Do" Clerk Ma LIQ 00219 H 21 8P5 IOU Ny DEPARTMENT OF HEALTH,EDUCATION.AMD WELFARE PUBLIC HEALTH SERVICE ot.e No. so wens 1. State Ciearirtghauso Ido"66" APPLICATION FOR FEDERAL ASSISTANCE (NONCONSTRUCTION PROGRAMS) 2. ApplicsM's Applicotiow Na. PART I ' ]. Federal Grewtor A;esy A. Applicant Nmwe Department of Health, Education and Welfare Contra Costa County Health Dept. D/gOnliwiwlel Uwit Deperf arM D.vleip Public Health Service - CDC Adwtinisa+Hw Office Street Add.ese–P.O.Bos i 50 Fulton Street 1111 Ward Street P.O. Box 871 -t &Address_P.O.Boa City County San Francisco, CA 94102 Martinez Contra Costa City Store zip Cede sw. Zip Cd. Calif S. Descriptive Nowa-i the Protect Contra Costa County "Childhood Lead Poisoning Control Project" 6. FeJ"Catalog Ns. 7. Fdorol Fwdiwy Rooueotd -- S 156,813 L Grontes Type ' State, X Ca:+.+s. City, Orle.(Saecii ) 9. Type of Applicatiaw or Reoueat He•GM, X Cwi w;4.% Stgmpl....e., Other Charges(Specify) 10.Type of Assistome —X_Grewt, t dere, ...—a6..(Sa.cifs) 11.Pepulotiaw Directly Be..iitiwg GM d+e Ptetect 11.Length of Protect Approximately 66,000 children Age group 1-5 June 30 1976 to June 30 977 12.co"resaiowel District u.fl"irvtin Dore a. 7, 8 and 9 June 30, 1976 h. 1S.Dete of Application April 5 1976 16.The epplicwe cottlfisa that to the beat of iris loo–Idge.reed ftehei tie dwo in this epplics+iws we true eni correct,and that he will comply t.lth the otteched essurencos if M receives the grwo. Typed waom Title, Telephone Number Orlyn H. Wood, M.D. Health Officer wetu C=C a„MaLe C,t- slgneturs of Author'id Repreaew r v 415 372-2501 Fw Fd«el Use C.J, Project Number PHS-5161-3 (PAGE 11 Form Approved (Formerly HEW-6DST) O.M.B.No.BS-R1379 10-73 00220 l� PART 11 ow»0.:0-010 res PROJECT APPROVAL INFORMATION Item 1. Does this assistance request require Sta`e, local, Name of Governing Body regional,or other priority rating? Priority Rating Yes__X___No 1 Item 2. Does this assistance request require State,or local Naar of Agency or advisory,educational or health clearances? Bid County Board of Supervisors X Yes No (Attach Documentation) Item 3. Dass this assistance request require clearinghouse (Attach Consents) review in accordance with OMB Circular A-95? X Yes No Item 4. Does this assistance request require State, local. Name of Approving Agency regional or other planning approval? Date _Yes t Item S. Is the proposed project covered by an approved coerpre. Check one: State 0 hensive plan? Local 0 Regionel 0 Yes X No Location of Plan Item 6. Will the assistance requested serve o Federal Name of Federal Installation installation? Yes�No Federal Population benefiting from Project l Item 7. Will the assistance requested be on Federal land or Name of Federal Installation installation? Location of Federal Land Yes_ X No Percent of Project Item 8. Will the assistance requested have an impact or effect See instructions for additional information to be on the eaviromm•nt? provided. Yes X No i Item 9. Number of- Will the assistance requested cause the displacement Individuals of individuals. families,businesses,or farms? Families Businesses Yes_X._No Farms Item 10 Is there other related assistance on this project previous, See instructions for additional information to be pending,or anticipated? provided. Yes X No PHS-5161-1 (PAGE 21 (Form*rly HEW408T) 10-73 f . PART 111 — BUDGET INFORMATION SECTION A — BUDGET SUMMARY Gana PropaWr fed" U00b6aaoad Frda Naw or Revised Budget Function Adiv ar itr rai Catalan tis. F•da•ar How.FabFarfara$ NairFadoral Total a ) c • i 1. $ S $ 156.813 S 16,576 : 1-713— P-3-89 2. i 4. S. TOTALS S S S S S SECTION B— BUDGET CATEGORIES 1 —Gar Prafrar.Fuwctiaw a•Activity 6. Object Class Categories T.rd a. Personnel S 99,348 S S S i i ' b. Fringe Benefits 9,935 c. Travel 8,350 d Equipment 8,880 t 't t" Suplies 3,000 i i t Contractual 26,800 r i 1 g. Construction —0— Other 500 i. Total Dired Charges 156,813 j. Indirect Cha —0— L TOTALS S 156,813 S S f S 7. Program In S S S S S PHS-5161-1 (Paga 31 (Formerly HEW-60ST 10.73 0U222 r fi SECTION C—NON-FEDERAL RESOURCES (�C—"P-W - (►)APPLICANT (c)STATE (4)OTHER SOURCES (e)TOTALS a County Support s f s 4. 10. I]. 12. TOTALS } SECTION D — FORECASTED CASH NEEDS T"for Is*Yew Ia*Orr~ 2d Ow sw 24 Owtw 41lr Ouw*w 13. FeAeel S 156 ,811 S i S s u. Nen-Fawe1 16,t576 4 ,144 4,144 4,114 4,144 15. TOTAL s 173,389 s 43,347 s : S43,348 SECTION E — BUDGET ESTIMATES OF FEDERAL FUNDS NEEDED FOR BALANCE OF THE PROJECT i (s) �prsy.er FUTURE FUNOPOG PERIODS(YEARS) A)FIRST k)SECOND 1 (4)THIRO (e)FOURTH lb. i i 17. i { I !9. { 20. TOTALS f f f SECTION F —OTHER BUDGET INFORMATION l I (A**ech r44iiiseel Shoots M Necessary) i 21. Otreat CMrOeu �" 1 2L (e4ireo Cho%*&% / t 23. Rewerle: PHS-5161-1 (PAGE 4) PART IV PROGRAM NARRATIVE(Attach per instruction) •(Fornwdy HEW 606T) 10.73 OU223 SUPPLEMENT TO PART fit.SECTION F KE Y PE RSOa`t'=E L SOURCE OF FUNCS ANNUAL No. TOTAL, SALARY MOS. TIME AMOUNT AVPLIC APO RCQUCSTCQ NAME RATE # OUOG. REQUIRED AND OTNCR FROM PMS (1) (2) (3) (4) (S) (6) Project Director Health Officer 47,855 12 2 957 957 -0- Chief, Division of Environmental Health 30,209 12 5 1,510 1,510 -p- Occup)jtional Health Project Coordinator 24,608 12 10 2,461 2,461 -0- Project Team Manager L Senior Sanitarian 18,144 12 100 18,144 9,072 9,072 Staff Nurse II 15,624 12 100 150624 -0- 15,624 Outreach Community Worker (6) 58,320 12 100 58,320 -0- 58,320 Intermediate Typist Clerk 10,572 12 100 10,572 -0- 10,572 Account Clerk II ( ) 11,520 12 50 5,760 -0- 5,760 i� • 1 qa . * Salary rate based on estimated 5% increase on July 1, 1976. FRINGE BENEFITS(Rates 18.4% ) 20,856; 2f576 18 280 CATEGORY 10-AL 17 itis-sm .1 (PAGE 4") 10-73 OU224 _ s� In the Board of Supervisors of Contra Costa County, State of California April 27 , 1976 In the Natter of Request of Contra Costa County Fire Protection District for Private Legal Counsel. The County Administrator having advised that the Contra Costa County Fire Protection District has requested authorization to develop and submit for Board approval a con- tract for private legal counsel in a case involving hearings or litigation against the County Retirement Board regarding the retirement of William E. Billings; and Further, that the Office of County Counsel represents the County Retirement Board, which will probably take an adverse position to that of the District and therefore cannot also represent the District; and IT IS BY THE BOARD ORDERED that the request of said District is APPROVED. PASSED by the Board on April 27, 1976. 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 data aforesaid. cc• Fire District Witness my hand and the Seal of tha Board of Retirement Board Super County Counsel affixed this 27th c uy of April 1976 Director of Personnel J, R. OLSSON, Clerk County Auditor—Controller County Administrator By Deputy Clerk M Craig (D) H 24 8/75 IOM 00225 In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Acknowledging Receipt of Design Development Documents, Restora- tion of the John Marsh Home The Board this day having received Design Development Documents for the Restoration of the John Marsh Home, and said report having been approved by the John Marsh Home Restoration Committee; IT IS BY THE BOARD ORDERED that receipt of Design Development Documents for the Restoration of the John Marsh Home submitted by Ratcliff, Slama & Cadwalader, Project Architect, is hereby ACKNOWLEDGED; and IT IS FURTHER ORDERED that aforesaid matter is REFERRED to the Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) for recommendation on authorizing the Project Architect to proceed with preparation of contract documents (plans and specifi- cations) , inasmuch as total estimated restoration project costs included in the report exceed project budget estimates. Passed by the Board on Arnril 27, 1°7A. 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: County Administrator Witness my hand and the Seal of the Board of Super cc: John ?harsh Hore affixed this 27th day of April 1976 Restoration Corri ttee j d; R. OLSSON, Clerk Board Cor ri ttee / Project Architect By -f ex Deputy Clerk H 24 Public Works Director Mary `cig Director of Planninr OU42 4 ' PRELIMINARY SUBMITTAL JOHN M_jkRsH HO..ME 1 March 1, 1976 . ' �icroCitrn�v ,�1�tn �csccl ar�eC, m TABLE OF CONTENTS 1. CONSTRUCTION COST ESTIMATE 2. DESIGN-DEVELOPMENT DRAWINGS 3. OUTLINE SPECIFICATIONS LEE SASi LOFT. INC. CONSULTNG COST F-%G:XEERS SUANTITY SURVEYS 1541 PALOS VERDES MALL TIM&TES WALKUT CREEK.CALIFORNIA 94,596 (415) 933-6000 COST ANALYSIS _ BUDGETS FORECASTS FEASIBILITY STUDIES CAM,'PERT i . i - JOIRI 1-MRS-11 RESID-MENCE BRE- 11-TWOOD, CA SPECIAL STU-DIES ISI-;2174'n �'ARCR 17, 19?o RATCLr-7F, SI.AXA & CADF'ALADER i a .i. 1 . i CONS T RUCTiON COST ESTIMATE ESTIMATE ♦wOJECT JOiw0 PG t john :-:arch --Sidemce LS217n 1 Aw C►VENGwlDwwCR PREPARED eY Ratcli_i'. S?ama r- Cadwni-der - LSS PROJECT LOCATION COCCRED eY Brenti-mod CA K_v DESCRIPTION CATt Construction Cost Analysis March 17, 1976 ITt" ESTIMATED UNIT NO. DESCRIPTION QUANTITY UNIT COST TOTAL COST a7 V .-LARy O:` 2.1 Demolition 21,953 2.2 Service 7 5)0 3.1 Concrete 2,400 4.1 _ Masonry 92,375 5.1 24isc. Metals 61050 6.1 Carpentry, Ro,.Zh Finish 68,465 7.1 Shingles 7,520 7.6 Sheetn-eta1 6,670 8.7 Finish :iard::are 2,080 9.1 Lathing & Plastering 26,200 a.8 Fainting 15930 1-45-10 Q5 building Saecia1ties 520 - 5.10 Plumb ing 13750 15.30 :eating Fc Vent 8,8o,8 16.00 Electrical 1-4,280 TOTAL 275,541 General Conditions 8% 22,043 Contingency 5% 13,777 Escalation 55 15,563 0 8y P. Bond 1153' -352c,6? TOTAL ESTDIkTED PRICE 362,891 ro..aa �O ss• Lit SAVLOJI.INC. SOY Ta 04230 1 4 M i G CONSTRUCTION COST ESTIMATE t 4 !Msr^_ 2 17 1976 • lT(� [STIM�T(D uwlT «D Li SLO+►7.,-,A CL.tiT1T• u~/T COSI TOLL COST 2.1 DEE-I-fOLIT_L.t Rear 1:al:,.ay 105' -: 3' {3" Thick) 315 Sf LS 150 Remove Slag 150 r.= n d j. Bldg. LS 150 RXt. I•Sa s on ry LS 21290 Shingle Removal c=e 3,400 SF .12 40$ Shingles yd,!. �l LS 125 Flashing & Sweet-le ,al LS 140 Tower Removal LS 500 Ext. Porch Col nec-ion LS 50 RXt. Ch_ eys - vay LS 300 Plaster 12,000 SF .25 3,000 int. Pr i-c'--. LS 123000 Int. Flooring 2,000 S;' .20 400 Int. Flu^bino c-ne LS 100 Int. Plumb L g d i. 31 dg. LS 100 int. Flectr_c Abandon LS 250 Adj. Bldg. int. :e=o LS ?50 Sand Under ioiS-. F-en ve LS 500 C Misc. Panel_ng- mac. C LS 750 Sub Total 21,953 .2.2 S ZOIC? SITE P.•ovide _-D Rea_ 100 `GS. LS 500 Cle-.r &- GruD LS 270 Sub Total ;`=2.2 750 3.1 Co VR T Conc. Slab e, jieranda 13450 SF 1.00 1,450 Conc. Slab (:-� Conn-�dj. Pldg. Soil Ce-nent 300 1.50 450 .Mise. Conc_ Pads, Found, 3tc. LS 00 Sub Total ; .1 2,400 4.1 :I2son_y 3ep?ac_me_^.t ?'0" Wit. 775 35.00 20125 Sgeci=l Cut Store _�- _zee�?� ?60 60.o0 9'600 Special Si-1 LS 1,000 Rebuild Chimneys LS 5,000 Rer)eLnt Uoaer __asonry. 5,200 Sq 3.00 15,600 Int. Transv. ?.al_sa F_rec_ac a Flues, Open Chec� y Replace LS 7,000 Stone Perin C3, Veranda LS 2,000 ♦.+.0 as LUL SA.LOD 1«C 00231 . CONSTRUCTION COST ESTIMATE LSI,,-?l7 'n ::arch 17 1976 ITCH [SIN TrO UNIT h0 Ot SL>r:►71:,.h QUAhTiT♦ I'h/T I COST TOTAL COST 4.1 1 So:iRy (cin j Masonry 1eneer Tr::cr 800 SF 20.00 161000 Brick Cni,mey Add;. Bldg. LS 250 Marble Fireelaces 3 25000. 6,000 Fireplace Grazes - .zl?ow. LS 3,000 Paving TiTi le ::ex Veranca 1,'4'50 4.00 53 800 Yiisc. 'asonry V Fill Cavities Etc. LS 1,000 Sub Total 7=Y.1 92,375 5.1 MISC. .1ALS Seee? Beam : Tc er LS 550 Masonry Anchors 11000 3.00 3.,000 Steel Strains ^ _doors ILigin t GA. Ties LS 2,500 Sub Total ;'5.1 61050 6.1 CARD_77r_ ,�`v Veran-da C-o l u _ns 16 250.00 4,000 • Rail in 165 LF 20.00 3,300 Veranda & Balc. Framing 13450 SF 10.00 14,500 Rebuild Two Bafcon_es 2 2,000. 4,000 Construct Tc:•:er 150 SF 20.00 3.,000 Rework Cornice 7n Place 300 LF 3.00 900 Termite Prevention LS 500 ' Shore interior LS 1,000 Stud,-.,ails Interior 112000 BF .boo 6,600 PargetirZ Interior & Chicken :Dire LS 8,250 Sandblasting Int. 4'_sonry LS 11000 Revork �cist .,.i ndG.)s Glazing 37 SETS 150.00 5,550 Rework .Lxi st Iloors 27 SETS 100.00 2,700 Rework moist Base Trim & Cut Outs Elect. LS 13000 Revork Stair Rail & Newel'_ Post LS 1,400 MG11 Moldings LS 300 insulae ion Att. c :-.Tal is 6 n 8,500 .15 1,275 disc. Cut-ting =urr;nL ^atch- irs, Sealants, zo de LS 1,500 Adj. Bldg. Repair .__. i-:.al LS 12000 Refinish _loons 5,700 r .50 2,850 Roof, Tower Floor :?;�--:cod ,000 �= a8l 80 . Sub Total ;;v.1 68,465 *a..&%I AO 77H L[[SAILOR,IMC w0 •• 0 0 232 k� rel I _:a .� .>•e fr CONSTRUCTION COST ESTII•:ATE LS l,r2174n I,'.!arch 17, 1,076 11CM [STIW&TED UNIT NO DCSLwI'i/CA QUA%TITT UNIT COST TOM COST 7.1 SHiIT-LES Patterned Ntiood Shales-Fire Retard 34 SQ 200.00 6,800 Reroof Exist. Bldg. 7201 1.00 720 Sub Total 7-,"7.1 7,520 7.6 SHEA T-4!--,TAl.I Terne :•.stal Veranda 1,'750 SF 2.40 Terne Metal Flatroofs 150 SF 2.40 4,000 Terne Fetal .Balc. 70 SF 2.40 Gutters Terne 50 LF 10.00 500 Ldrs Terne LS 420 Vent Ca 3rd Floor LS 450 Misc. Flashing & Counter Flashing-Shingles a Brick LS 13000 Misc. 1:p. Membranes., Sealants 'Etc. LS 100 Sub Total -17.6 6,670 8.7 FINISH �'_� �?. ;� (--"STAT.t ED) Rework —x SL?ng�:arcY:are LS 1,000 Door Rm Locks 40 EA 22.00 880 Misc. Special LS 200 Sub Total -:2.7 2,080 9.1 LATHING F: PLkSTESING Interior iitl. Lath Or Button Board 173500 SF 1.40 24,500 Bondex On Trans Verse Brick 2,000 SF .60 1,200 Misc. Accessories, Cleaning Ftc. LS 500 Note:Alt. Leave wood lath in place 3rd. Sub Total „9.1 26,200 9.8 PA N -11-7:G i:a s onry Tipg 63500 SF .50 3,2250 Plaster 17, 500 SF .a 5,250 Sash &- Trim 74 EA 30.00 2,220 Doors & Trim 26 EA 25.00 0'50 Dct. Trim Cornices LS 1,200 Adj. Bldg. int & 2-xt LS 11000 Iiisc. ?dork Z: Trim LS 1,000 Stain Roof 2400 .-'-'0 1.=6o PC Sub Total 15,9330 .o■..a...o � � �Ov To W233 • I { CB AC IC CONSTRUCTION COST ESTIMATE � L3I,=2??4n :larch 17 ic,76 lTIM CSTcrAED yNIT w0 LISC•+•TaOw C:AwT&T. vftgT TOTAL COST 7 r COST ltb: �LI.1.} DTI-u ��1 7'•'51•?_ Si Gns ll0%, - - LS 4o0 ur,�h =A 4o.o0 120 Sub Total ;10.50 520 5.10PT tip G r"�Q�aceil� „ D. ^?1t�lres Reuse Roughs 450 LS 1, 50 'xter_or D.F. 400 LS 00 Assure Septic ^an +0�., ssu� Use Of ► a Ler -Fining Ck. Sub Total --,:7'15.10 1,750 15,30 u ATING & V-"1.7 Elect. �„rs. 100 2 EA 700.00 1,400 F ilLers 4 r..A 25.00 100 Dampers (auto) 3 EP. 85.00 255 Dampers 1:?nua? 16 =A 12.00 192 Ductrorn Supply 2,000 I 1.50 3,000 Dutc::orti .�icL, n 200 zr 1.25 250 Duct::ori Plenum 200 1.65 330 Duct 1•7orK Insi-,l st ion 750 S,:-' .4o 300 outlets Thi::ble 14 EA 14.00 196 outlets 2 LA 25.00 50 Outlets razeboard 2 a4 4o.00 8o Return 1 EA 30 Controls H/V 2 EA. 125.00 250 Remote 1 FA 250 Interlock LS 100 Relief Fan 1 EA 115 Supports & installation 1,000 Elect Htg. Adj. Bldg. 2 EA 00.00 1,000 ' Sub Total V-15.30 80808 .00 ELECTRICAL .ia_in S:-:itch Sear d - :•rtr. Base Pull Section 1 FA 1,000 Panel A & 3 2 E_4 500.00 1,000 Feeders LS 900 Lignt Outlets (Rc. ex) 23 =S 25-00 575 Rece t. -40E.4 25.0 750 Switches 4 :4 40.00 16o H &; 1 Conn 2 EA 150.00 300 Attic Fan 1 EA .• 200 Security Contr. tans' 1 :-:4 13900 vo..♦.+.0 33” LE[SAYLOR-IMC. 1Cf h0 ►G / G CONSTRUCTION COST ESTIMATE ,�, L S 1 21.1 -�r. !'.arch 17, to r ITCH ESTIMATED "'Tw0 L[SC 41►TION QYAATIT• YNIT COST TOTAL COST F.A. Ocntrc 1 EA 1,400 ionization Detector 1 A 11120 Intrusion A'lain Oet. 54 EA 35.00 1,890 Pouer Service L_rezt 3urial LS 55O Tel. SeT ii c LS 400 Duct Detector 1 Eck 175 Fan r. 2 =A 135.00 270 Adj. Bldg. y T-i---.e Clock, Sou Out Future etc. LS 1,000 Intrusion _lar =ells 240 F.A. &: 1-:isc. Pull Stations LS 250 Sub Total 1#16.00 13,980 .0-1111.0 sswr SA1LOA,II.C. .« 111 MAO R :�S r0 ►L 7 CONSTRUCTION COST ESTIMATE LS ;;=2I74n ITEM - ESTIrATED UNIT DC SCIII►T I of YwIT TOTAI.COST w0 DLi�ATIT• COST 1. Leah Chilm ey As _s, 5,000 But Renove CaDs, Fatch & Grout - 1,500 3,500 x 1.29 (4,5�5) 2.. Omit Floor Sanding, Cover ::i to Carpets In F y :: 2,850 Less I•ii se. - 250 • 2.1600 x 1.29 (3,354 3. Cost 01L Using Adjacent Bldg. Demo 875 Chi-ney Masonry 100 Carpet 11000 Shingles 720 Paint 1,000 - Plumbing 1,750 Htg. 1,000 Elect. 750 7,195 x 1.29 (9,280 4. Piazza Conc. 1,450 Masonry ,800 Carpet },000 3,300 14,500 Stmtl 3,480 Paint 00 33,030 x 1.29 ( 42,609) 1691 SAILON,600C «p• •1 002361, 1C1 w0 ►G^. V CONSTRUCTION COST ESTIMATE T,jT7'.�171n t,L E1E'AT'C ' Cl:7 l i•i��'.".r rj'T ZC'J7h I TCY LsTr.T[O uMi1 MO OC SLS.♦TION QwAw Tl T♦ uw.T COST TOTAL COST 5. Balconies Carpet- 4,000 Stnit 1 170 Pain 2Z - 4;420 x 1.20 Ttal For 2 5,702 Total For 1 23851 6. Shutters For The Addition 0_`' Say First Floor Only .DDIT-4 ALT. 4,080 Ll PC*. .•.0 34 L[[SATLOA.IMC 0023'7 , r. k ON •a t = IL ud6 o not M • N N •� tl «► ids Zz ' ca < �1 � � a u� � _ ' is -04 L. ��• �.!.�- '—i `.iia's:~iti y is�j le 40 IL lip r - ` � .�--•- 's----�__� _tom-�—� � i �•� u' 4 T r\ z Z e o 3 3 OIL ki 1p J Y:p g . k i� ( un exCa✓e`ed) t t i 1 *r 1 ti WL A, N lit It 1 „ AL. y` K 1Ibb i fin!• �- �y�d '• - .��- 1 �•.-� i fir:?;. 1 tLy 1 �Ji o of 41 ti Q 77 � �: i r f 1• (� «S Aa iniTll t {t N ID OIr fit ! �► _ t' .. w x JK P 19 rip _.. a. - _,__� 70 _ jp CL r k? ,s ti�* j � • � v ` ' .•tet r1 � r { „yr 't ! �`� + ..oma' , E 1. • "� _..�, 'i It!� i .. •�.w, _ � 'y�{i. � . iY. ° �- r �� 'T • CCC111 46 OA IP VIA VA S C Q 1i� f -_ ' Ir 0 do+pv � tt�Y � • rp r 6 t1 4vp sr t+ PP 0 1� ��r.nw• � 1 i . fid ION Im r q�+plys to t is r A it TT iv oi t ! ! } Z yjp q•" eve •n r �., M1lb-_ _1 a r� :: ,,.• 14 IV IKO (} � �.4 b yL...p4f 1a j ,- 4 *.+, ��• 777"' ✓ 4 e 4 r tio •art .. �� � � `.---" 'i, ,�i t i e�� t .'�'�.�`e•'� �� is� . "�'"� � A'� �' �. �• i � ` pr�of t�• '�•� �t, 't t t wt Y-"" "• �'pa 1 x i • s Po s QA 4 \its. p vi Z p�. N .ry xF G r NT r: Z e C t.. jf t e l ' �t7 a a73 ; .e i$ -lift a Al VL Ila � /�+� 1R �� � '�� �O�tti,. ��\Q "meq{7Q� ��V► a + ,":: M3 _ 3. b � Q � g � �♦ rt _ q 1r • i �� �w3p' �►'� is U W'A� VIPat�74 I A�• N 7+ �.+""� +' _.. l".. "�1e .*�+. �a •f i!r�, 9 a 's --^� of? ' 2♦S� i< ago 36 In v o s A M /1fl z >s ; V ¢ r 4 s rro o -A Y O 3p r i ' rt t., �d ii 1 i £r` JDi^ 1 �'d # = V, Ilk 1. �, ...��. ! N Sl'l11~�t.(u�• � 9 t^` J 1 'A 1� Ali, I ty , 111111111 III Z 1�• O SUL a p 3 w 1fm i 44 tr -+,e. 3 Q ZL tv `4az;��i '4s�id D t�a�.� w R J• � �Q .. O �- _ 19 1*; co =psi A Z z 1p •• tett • Q� N ~off t0CL o �0 .. s ;x �6 ...fir T�f ht 5 �B • fi c r-. .f f rtif'r 1 � t Pf opt NWas 14 ff IT C �� .y.,,''_.,_ � ... �+.._=�t�,,,,.+� ``"C Q�• r 7.' (('�,i N ,.r„wyk s�liz+ 73 Zi tr►'T- ♦ rA IAy �{� �1,�-�=',. r� i iIF:�•;J}y��� � � i `,J 'moi to '� ��°"n• r*, f, 0 `o s n. z n 34 to V : ~ rp } ' z z y i` -i • Zr: r ► sr f O Vit► �, , Oft r w � ' y� •Nt ' lF, D � rr Zia EI r D to • �0 8q �� ��� Vit: • RIC Py # . - ___ l..! ti ~it ..♦.{ .�. t �. � fir N. �, / ,t fir',{� �•t f w •.� ; ��� � <YC,�` �,. '' { QST• O � t P ' r Aw Is 16 �' Q •r.r•�r Ii• _ if � 20 IP i A47. s � •'p' rj�M ;(' ' r t� -4 p 4 A i•s v µ +M r # Y __ _ vex s�.,;+,,• Y VX 34i 4 oc mob w �1 ��.. rr �,r „• f �M J• LyTki� y- 1 �-^• +. i 1�}'�yt�' ,�±.�t�� y �f yet + iY 1 1 l mac` 4,0 tj Z • rO� r { n 2t JiLoh Orr Zoo + !� 2 A ! T �~ �O ri ; Ratcliff, Slama & CadLwalader o.? GnO,JE S7.. BERKELEY 94TC3 6117 GFOvE f.7„ ORKLA110 91tQ; ARC:NPECTS 1 P*-Vi.ERS PHONE (415) 6112-1972 WUL: P. O. BOX 1022, BERKELEY 94701 John Marsh Hone Restoration Outline Specifications: Table of Contents 1. General Requirements IA. Summary of work 1B. Codes and construction 2. Sitew-ork and Utilities 2A. Site Clearing and Exterior Demolition 2B. Interior Demolition 2C. Landscape and Utilities 3. Concrete 3A. Concrete work 4. masonry 4A. Exterior Stonework 4B. Interior ?Masonry 4C. Tile paving and stonework borders 5. Metals SA. Structural Steel 5J. Misc. metal 6. Wood 6E. Carpentry 6G. Architectural woodwork 6H. Woodwork restoration 7. Thermal and Moisture Protection 7A. Membrane waterproofing 7G. Thermal Insulation 7J. Roofing A7K. Shingles 7P. Flashing and Sheetmetal 7T. Joint sealers 00248 S. Doors, Windows and Glass 8A. Glass and Glazing 8G. Wood windows 8R. Wood Doors 8S. Builders Hardware 9. Finishes 9A. Furring and Lathing 9C. Gypsum Drywall 9D. Plaster 9L. Wood Flooring 9T. Painting 10. Specialties 10B. Toilet accessories 10F. Firefighting Devices 15. Mechanical 15A. Plumbing 15C. Heating and Ventilating 16. Electrical 16A. Electrical 16C. Fire Detection system 16D. Security alarm system 16E. Telephone 00249 Outline Specifications 1. General Reauirements 1A. Sum-nary of work: A. Scope 1. Restoration of an existing residence consisting of three floors plus base- ment and tower, generally including patching and reworking masonry walls, structural repairs, new roofing, new interior plaster and painting, repair and/or and replacement of millwork and hardware, new electrical and heating. and ventilating. 2. Reconstruction of the balconies, tower and colonaded wood veranda. 3. General cleanup of the immediate exterior area; coordination with landscaping work by others. C 4. Removal of all non-historic features, interior and exterior. 5. Improvements to adjacent wood struc- ture, including upgrading the existing toilet facilities and electric systems. B. Historic significance 1. All demolition, cleanup, patching and new work shall take care to preserve and enhance the historic integrity of the house and immediate surroundings. 1B. Codes and Construction A. All work shall be governed by the analysis and interpretations recorded in the Historic Structures Report. B. Subject to the exceptions and interpretations mentioned above, which are intended to recog- nize the special historic character and significance of the house, the following categories and codes are applicable: 1. Fire Zone III 2. Construction Type V-N OU250 _777;777.7--- i 3. Group I Occupancy 4. UBC, 1973 ed. 5. Titles 8, 19 and 24, State of Calif. 6. Nat'l Elect Code, Uniform Mech. Code, Uniform Plumbing Code 2. Sitework and Utilities 2A. Site Clearing and Exterior Demolition A. Clear debris and waste from immediate sur- roundings; remove concrete walkways and veranda paving; salvage historic hexagonal brick-tile pavers for reuse (or other usage) . B. Remove top floor of tower; remove shingles and fashing; remove upper portion of -brick chimneys. C. Remove wood porch structure between house and adjacent wood building. D. Removal of eroded stone masonry (under Masonry, Div. 4) . E. Remove wall and roof shingles from adjacent wood t� building. 2B. Interior Demolition A. Remove fixtures and tilework in 2nd fl. "bath" . B. Remove paneling from office; remove kitchen cabi- net; remove closures at former fireplace locations. C. Remove wood beams at 3rd fl, under west wall of tower. D. Removal of stone-fireplace mantle, and interior brick (under masonry, Div. 4) . E. Removal of interior plaster (under 9D plaster) . F. Remove non-historic electrical, security, alarm, finish hardware, plumbing, pipes, etc. G. Remove non-historic finish flooring. H. Remove silt and soil touching existing 1st fe joists. 2C. Landscape and Utilities '. A. Coordinate with landscape/irrigation work by others. B. Stun out electric utilities to 5 ' from perimeter of house. i� C. Existina chain link €ence to remain during restoration construction; to be removed later and relocated by others. D. Spray area under lst fe joists to discourage insect/fungus growth. 3. Concrete 3A. Concrete work A. Rough slab for veranda and column footings. B. "Soil Cement" Slab between home and adjacent building. 4. Masonry 4A. Exterior Stonework A. Repointing and repair of exterior walls, including replacement of the stonework around most of the (\® lowest 3' of the walls. Partial replacement of sills. B. New anchors in the backside of the exterior stonework; new reinforced grout or parging over anchors (coordinate joint anchors) . C. New stone veneers and castellations for new tower structure. D. New brick chimneys. E. Sealing all exterior masonry. 4B. Interior Masonry A. Repair of existing interior brick masonry. B. Provide three new marble fireplace facings and mantles. 4C. Tile paving and stonework borders A. Re-install original historic pavers and grout; provide new replacements for missing pavers to match existing. (or replace all with new pavers) OU252 B. Re-install original historic stone border and column plin t:^es at nerimenter of veranda. 5. Metals 5A. Structural Steel A. Provide and install new steel beam and mounting plates under west wall of tower. 5J. Misc. Metal A. Provide metal joist anchors, joist straps, post anchors, corner angles, etc. per structural requirements. B. Provide fireplace grates and grilles. 6. wood 6E. Carpentry A. Provide shoring, blocking and bracing, scaffolding etc. as required by other trades; provide layout and coordination for all work. B. New framing for toper, interior side of exterior walls; new sheathing on roof, underside of floor joists; construction of veranda and balconies; new post and beams in basement. C. Installation of hardware, specialties, equipment. D. Removal and/or restoration of door/window frames as interior brick is removed. E. Modifications of 3rd fl. room for heat/vent system,- enclosures ystem;enclosures for ducts to new outlet locations. F. Repair of adjacent building and preparation for new uses. 6G. Architectural Woodwork A. Reconstruction and patching of stair, newel - post and railings, door and window trim, window shutters, decorative woodwork. B. Special woodwork related to concealment of electrical, alarm systess, etc. C. Finish woodwork for balconies and veranda. 00253 _,max 6H. Ztiood*errork restoration A. Patching, replacement, preaaration for refinishing of existing trim, doors, sash, etc. B. Patching, aligning, re-nailing and caulking of exist cornice mouldings. 7. Thermal and 'Moisture Protection 7A. Membrane waterproofing A. Net.• moisture barrier on exterior face of new exterior wall framing, and under new sheet- metal roof/decking. 7G. Thermal insulation A. New fiberglass batts between new and existing roof joists and in tower wall framing. 7K. Shingles A. New square and "fish scale" redwood 3/4" + butt split redwood shingles over new moisture Farrier sheet, installed in historic patter. UL Class C Fire Retardant 7P. Flashing and sheetmetal A. Repair or replacement of existing sound sheetmetal and flashing; patch and solder as required. B. Replacement of existing rotted sheetmetal gutters and roofing, downspouts. C. New sheetmetal covering of veranda balcony and small balconies. D. New flashing on new tower, at new veranda balcony, new small balconies. 7T. Joint sealers A. Silicone sealant at exterior metal-masonry, wood-masonry, metal-wood, etc. joints. B. Butyl caulking at exterior wood-wood details. 00254 8. Doors, Windows and Glass 8A. Glass and Glazing A. Replace broken lites with single-strength glass, puttied and back-puttied. B. Replace broken lites in adjacent structure. 8G. good Windows A. Reuse existing sash in storage as required; . repair and reglaze as required; install using existing historic hardware. B. Repair and restore existing sash in place. 8K. Wood Doors A. Patch and restore existing doors and frames after removal of non-historic hardware; install rim-lock type historic hardware. 8S. Builders' Hardware A. Provide replacement hardware to match historic period as required: doors, casework, wood sash, etc. Latchsels to be white porcelain knobs with unmarked rim-set hardware. 9. Finishes 9A. Furring and Lathing A. New metal gale 3.41 lathing at all ceilings. and soffits. B. New furring as required to repair existing unsound conditions. 9B. Gypsum Drywall A. New gyp. lathing at enclosure for new heat/vent system and new tower walls and ceiling. 9D. Plaster A. Removal of all interior wall and ceiling lathing plaster, throughout. B. New fiberglass-reinforced, gun-applied cement plaster on existing brick interior walls. 00255 C. New cement plaster on existing ceilings. D. New wall/ceiling plaster at tower. 9L. Wood flooring A. Repair, re-nailing of existing wood T & G flooring; sanding and filling in preparation for new finish. B. Replacement of rotted or remolished portions of existing wood floor. 9T. Painting A. Exterior: preparation and painting of sash, doors, trim, veranda and balconies; staining of new shingles; preparation and painting of existing adjacent building. B. Interior: preparation and painting of wood doors, sash, wainscots, base, trim, new casework; undercoat-sealing of all new plaster and gyp. board; painting of all ceilings, and walls where wallcovering will not be applied (wallcovering by others) . ® C. Repainting interior of adjacent building. 10. Specialties 10B. Toilet accessories A. New items for toilet facilities in adjacent building. lOF. Firefighting Devices A. New surface-mounted ABC rated extinguishers, located per Fire Department requirements, in house and adjacent building. 15. Mechanical 15A. Plumbing A. Remove and/or cap off existing lines to existing "bath" and exposed in existing kitchen. . B. Remove existing fixtures in existing toilet facility in adjacent building; repair lines as required. 00256 C. New fixtures in adjacent building toilet. D. Remove exposed lines and waterheater in existing areaway. 15C. Heating and Ventilating A. New electrical unit with forced air distri- bution; concealed galv. ducts; new boots to concealed outlets in baseboard, or new exposed "vent"pipes to new cast iron stove units serving as outlet; remote ductstat controls. B. New elect baseboard units in adjacent struc- ture, with integral thermostats. 16. Electrical 16A. Electrical A. Minimal power and lighting locations in house, generally concealed, controlled from secondary panel in Administration Office panel w��r B. Primary switches, meter and distribution in adjacent Administration building with under- ground connection to utility source, and to panels 'LA" & "LB." C. Power outlet for new heat/vent unit and fans, security and fire detection systems. D. Upgraded power and lighting for adjacent building; provisions for future exterior lighting. E. New "period" light fixtures, simulating gas lamps and/or chandeliers. 16C. Fire Detection System A. Ceiling-mounted smoke detectors in each major room of house; focal alarm horn and tie-in to Fire Department via public telephone. 16D. Security Alarm System A. Electronic system with switches at windows and exterior doors, and master switch, connected to Bay Alarm Company via public telephone system. 16E. Telephone 00257 A. Telephone service provided, with instrument in administrative space of adjacent building. In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Approving Road Closure on Amherst Avenue for the "Amherst Avenue Reconstruction" in the Kensington Area. (Project No. 1552-4300-76) The above-captioned project plans and specifications having been approved and advertised for bids on April 20, 1976 and bid opening for this project having been scheduled for May 18, 1976; and The Public Works Director having recommended that Amherst Avenue be closed during the construction period , estimated to be 30 working days; and IT IS BY THE BOARD ORDERED that the closure of Amherst Avenue is approved , subject to the project contract requirements, for the designated construction period . PASSED by the Board on April 27 , 1976. 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 Boord of Supervisors Originator: Pub] is Works Department affixed this 27th I day of Apr i 1 1976 Road Design Division J. R. OLSSON, Clerk By Deputy Clerk cc: Public Works Director N. Ing chant H24 SJ:S 10M W258 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Flood ) April 27, 1976 Control Project for ) Green Valley Creek, ) Danville Area. This being the time for Mr. Harry Donaldson, 882 Diablo Road, Danville, California 94526 to address the Board with respect to completed flood control improvements and proposed projects for Green Valley Creek; and Mr. Harry Donaldson having expressed the concerns of the residents in the vicinity of the first and second crossings of Diablo Road with respect to the width of the channel, the cost of construction, the disruption of the natural environment, and the the increase in the number of motorcyclists riding their bikes on the dry flood plain; and Mr. Donaldson having requested the Board to amend its November 19, 1974 Board Order (which lists the project priorities for Zone 38, Walnut Creek watershed) by deleting Priority No. 4, the second crossing of Diablo Road to Green Valley Road; and Mrs. Jean Johnson, 870 Diablo Road, Danville, California 94526 and Mr. Ernest De Zorzi, 8 Ililloi%mere Road, Danville, California 94526 having commented on same; and Mr. J. Taylor, Deputy Public Works Director, having advised that his department is attempting to develop a flood control program for the area under the guidelines set forth in the Federal Flood Insurance program and that consideration is being given to various alternatives for the construction of the next phase of the project; and Supervisor E. A. Linscheid having recommended that this matter be referred to the Government Operations Committee (Supervisors A. M. Dias and E. A. Linscheid) for review; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Lirscheid is APPROVED. PASSED by the Board on April 27, 1976. 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: her. Harry Donaldson Witness my hand and the Seal Mrs. Jean Johnson of the Board of Supervisors affixed Mr. Ernest De Zorzi this 27th day of April, 1976 Senator John A. Nejedly Committee ?".7embers Public Forks Director J. R. OLSSOri, CLERK County Administrator BX Rondalynn hack es Deputy Clerk 00259 t In the Board of Supervisors of Contra Costa County, State of California April 27 . 19 76 In the Matter of Executive Session. At 9:45 a.m. the Board recessed to meet in Executive Session pursuant to Government Code Section 54957.6 in Room 108, County Administration Building, Martinez, California to consult with its representatives in connection with discussions of salary matters. PASSED by the Board on April 27, 1976. At 10:30 a.m. the Board reconvened in its Chambers and proceeded with its regular agenda. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Supervisors offbwd this 27tIdoy of_ April . 19 76 J. R. OLSSON, Clerk Deputy Clerk Rondal n Shackles 11 -3i i�'G ism 00260 i In the Board of Supervisors of Contra Costa County, State of California A ori 1 27 , 19 2-6- In the Matter of Claim for Loss of Personal Property. In response to Board referral, the County Administrator having submitted a memorandum dated April 8, 1976 from Michael J. Phelan, Chief Assistant District Attorney, relative to claim of Mrs. Roberta Taylor resulting from loss of a wristwatch belonging to her husband; and IT IS BY THE BOARD ORDERED that receipt of aforesaid memorandum is ACKNOWLEDGED and, as recommended therein, the claim of Mrs_ Taylor DENIED. Passed by the Board on April 27, 1976• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesaid. Orig: County Administrator Witness my hand and the Seal of the Board of Supervisors cc: Airs. Roberta Taylor affixed this27th day of April 19 76 District Attorney- County Counsel J. R. OLSSON, Clerk {- 6y R� �•-+'ft'• .-.. .. ,���-��Deputy Clerk H 24 12174 - 15-M Ronda&nn Shackles 00261 r Il�• ~' Cly"/..' t WLIA61 A WMALLEY OFFICE OF MICHAEL J. NIELAX District Attorni-r D I S T R I C T A T T O R N E Y , s; Chief Assistant CONTRA COSTA COUNTY ,, Arthur G. Will, ounty Administrator Date: April 8, 1976 ATTN: Charles ond, Chief Assistant County Administrator From: Michael J. Phe Chief Assistant istrict Attorney Subject: Claim of Mrs AR berta Taylor for Loss of Husband's Wristwatch This will respond to your memorandum of March 16 , 1976 t regarding the claim submitted to the Board of Supervisors by Mrs: Taylor. The facts known to us are outlined below. Mrs. Taylor's husband, Raymond Taylor, Jr. , was charged with vehicular manslaughter arising out of a case in which two persons were killed in a head-on collision. Mr. Taylor was also seriously injured. His wristwatch was recovered at the scene of the accident by investigating officers for the California Highway Patrol. Subsequently, a preliminary hearing was conducted in r the Municipal Court. The wristwatch was not introduced as an exhibit at that hearing. Eventually, Mr. Taylor entered a plea of guilty in Superior Court. I am informed that Officer J. Hughes of the California Highway Patrol states he delivered the watch to Mr. Taylor's attorney, Stuart Willis, after the preliminary hearing concluded. Mr. Willis states, however, he cannot recall this transaction and denies ever having possession of the watch. It does not appear that any representative from this office or official of the county ever had possession of the wristwatch. We recommend the claim be denied. MJP:bl RECEIVED t,/1 c-1,L 4O. G APR J. R. OL550N CLERK WARD OF SUP�RVIS02S P%TRA TA Co. I: ::o',i:mrd with board order 00262 sy, In the Board of Supervisors ! of Contra Costa County, State of California April 27 , 19 76 In the Matter of Application for Public Transportation Program under S. B. 283 East Contra Costa County The Board this day having considered the report of the Public Works Director with respect to application for a-pubiic transportation program; and The Public Works Director having reported on the availability of Transportation Program funds provided by Senate Bill 283, which funds could be utilized for a public transportation demonstration project in East Contra Costa County; and . The Public Works Director having reported that the purpose of the demon- stration project is to provide a transit system to meet the needs of the trans- portation dependent and social agencies in the rural community through a single efficient coordinated service; and The Public Works Director having advised that the application procedure is a two-part process; the first being a brief concise preapplication to be . • submitted by May 1, 1976, for screening purposes; and the second being a detailed application, to be due at an undetermined later date; and The Public Works Director having recommended that the Board of Supervisors authorize the Public Works Director to submit, on behalf of the County, a preapplication for a rural public transportation program for the purpose of screening applications, the full application to be submitted to the Board prior to submittal at a later date. NOW,-THEREFORE, IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is APPROVED. Passed by the Board on April 27, 1976. 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 oforesoid. Originating Department: Public Works Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this 27th day of April 19 76 Director of Planning R. OLSSON, Clerk County Auditor-Controller , By - --- Deputy Clerk N. Ingr am 112.4 V75 00 263 kyty ........:.... In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Request for Placement of a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES placement of a dependent child of the court (Court Number 47396) in Fred Finch Youth Center, Oakland, California, at a rate of $1844.00 per month, effective April 20, 1976. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Agency Witness my hand and the Seal of the Board of Social Service Supervisors Attn: M. Hallgren affixed this 27th day of__AE 19 76 County Auditor-Controller ril , — County Administrator J. R. OLSSON, Clerk Deputy Clerk 3ondal nn Sha kles H 24 8/751°M 00264 V! Contra Cosecs County, Siai.e of California In Authorizing Placement of a Juvenile April 27, 1976 Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 45932, at Fred Finch Youth Center, Oakland, at a monthly cost not to exceed $1,844, effective April 27, 1976. Passed by the Board on April 27, 2976. hereby cer'iiy :aat the faregaing is a %ru- and correct copy of an order antered on the minutes of said Board of Supervisors on t6 date aforxaid. Orig: Probation Department Witness my hand and the Seat of the Board of cc: County Probation Officer Supervisors County Auditor-Controller affixed this 27th day of April , 19 76 County Administrator J. R. oLSSOM, Clerk 3 Deputy Clerk M ?_ Rondallym Shackles BRS 00265 In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Authorizing Relief of Cash Shortage Pursuant to the provisions of Resolution Number 2702 adopted by the Board on January 28, 1964, IT IS BY THE BOARD ORDERED that relief of a cash shortage of $2 in the accounts of the Delta Judicial District is AUTHORIZED. Passed by the Board on April 27, 1976. 1 hereby certify that the foregoing Is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid orig: Administrator Witness my hand and the Seat of the Board of Supervisors cc: Delta Judicial District aged this 27th day of Ail ig 76 County Auditor-Controller pr —" J. R. OLSSON, Clerk By,j2cm,.(_f,S=. . „ n)?(t LD@puty Clerk H 24 12/74 • 15-M Rondalyrin Shackles 0V265 In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Authorizing Increase in Revolving Fund of the Health Department On the recommendation of the Director, Human Resources Agency and the County Administrator, it is by the Board ORDERED that due to the increases in postal rates and prices of petty cash funded items, authorization is granted for an increase of $100.00 (to a total of $250.00) in the revolving fund of the Health Department. Passed by the Board on April 27, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seol of tin Board of Supervisors cc. County Administrator affixed v z day of April fq 76 County Auditor-Controller J. R. OLSSON, Clerk Director, Human Resources «f n , Ac j_, D*" Clerk Agency Rondalynh Shackles Orig. : County Health Officer ruiipp H 24 8/75 10M VU IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA April 27 1976 In the Matter of Authorizing Attendance at Meetings ) IT IS BY THE BOARD ORDERED that the persons listed below are AUTHORIZED to attend the following meeting on county time, with costs at employees expense: NAME & DEPARTMENT MEETING DATE Jany Ruskin Child Welfare League Assn. Annual April 25, 1976 Regional Conference to Vickie Santos April 28, 1976 Reno, Nevada Lillian Fujimoto Doris Mack Betty Allured Caroline Hiner Olive Banks Mary Anderson Del Williams Rose Manning Bob Smayda Joan Daniels Jean Suntzeff Social Service Department PASSED by the Board on April 27, 2976 Orig.: Director, Human Resources Agency cc: County Welfare Director or County Administrator , of County Auditor-Controller Employees Listed Above r;Lors, Si�.. kP_RI-1I97E 00268 In the Board of Supervisors of Contra Costa County, State of California April 27 19 7L_ In the Matter of Authorising Attendance at Meeting IT IS B1 THE BOARD ORDERED that Dr. William Allen Longshore, Director, Public Health Medical Services, Contra Costa County Health Department is AUTMRI ED to attend the U. S. A. Bicentennial Emergency Medical Services Conference in Baltimore, Maryland My 8, 1976 through May 13, 1976. Travel expenses shall not be charged to the County. PASSED B1 THE BOARD on April 27, !976. 1 hereby certify that the forepohV 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: Director, HRA Supervisors cc: County Health Officer affixed t+s2#11._day of_Lpril , 19 Dr. Longshore J. R. OLSSON, Clerk County Administrator By tA# r Clerk County Auditor-Controller Rondalynn Shackles LK 00269 H 24 8/75 IOM In the Board of Supervisors of Contra Costa County, State of California April 27 19 '2, In the Matter of Appointment of _Additional Representative to the Overall Economic Development, Prograin (OEDP) Committed The board having this day considered the recommendation of the Director of Planning reryarding the appointment of a certain additional person to membership on the Overall Economic Develop- ment Program (OEDP) Committee; IT IS BY THE BOARD ORDERED that t,hv following additional person nominated by the Director of Planning be APPOINTED to the OEDP Committee: lame Representing Mrs. .Ann Loehr City of Lafayette Passed by the Board on April 27, 1976. 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: Planning Director Supervisors cc: Administrator affixed this 2 7 day of Atari 1 19 7 Appointees J. R. OL.SSON, Clerk L f o P l zi n n i n r, Deputy Clerk Public: In ormati�,n Off ct:r Randal ShaC les V170 H 24 8/75 1tAl In the Board of Supervisors of Contra Costa County, State of California ;Dril 27 , 19 76 In the Matter of Appointment to the Board of Commissioners of the Bethel Island Fire Protection District of Contra Costa County. The Board on April 20, 1976 having accepted the resignation of Mr. John B. Thorpe as a Commissioner of the Bethel Island Fire Protection District of Contra Costa County effective May 1, 1976; IT IS BT THE BOA?J ORDERED that Mr. Howard Holmes, P. 0. Box 346, Bethel Island, California 94511 is APPOINTED as a Commissioner of the Bethel Island 'ire Protection District of Contra Costa County to fill the w a .pined term of IMr. Thorpe ending December 31, 1977. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is a true and corned copy of an order entered on the minutes of said Board of Supervisors an the data aforesoid cc: Bethel Island Mire Wenew my hand and the Seal of Ow Board of Protection District su pervison County Administrator affixed this27thdoy of April , 19 County Auditor—Controller Public Information Officer J. R. OLSSON, Cleric 4Y 13' r,( , n6Qij DWdy Clerk Rondallynn Shackles 271 H-24 3/76 15M V V In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Reappointment of Supervisor James P. Kenny to the Board of Directors of the Hay Area Air Pollution Control District. This Board being advised that the term of office of Supervisor James P. Kenny as a member of the Board of Directors of the Bay Area Air Pollution Control District expires May 31, 1976• On the recommendation of Supervisor J. E. Moriarty, IT IS BY THE BOARD ORDERED that Supervisor James P. Kenny is REAPPOINTED to the office of Director of said Hay Area Air Pollution Control District, for a term of four years (ending May 31, 1980). 10 PASSED by the Hoard on April 27, 1976. 1 hereby certify that the foregoing is a true and cornd c"y of an order entered on tht eninums of said Board of Supervisors on the daft aforesaid. cc: Bay Area Air Pollution Witness my hand and fhe seal of the Board of Control District Supervisor J. P. Kenny aBaxed this �t$a�r of April , i9 76 County Administrator Public Information J. R. OLSSOK, Clerk Officer r, C, ..�. V 121 CIO@" Clerk Rondalyin Shackles H-24 5/16 ISM ��� c. In the Board of Supervisors of Contra Costa County, State of California April 27 19 76 In the Matter of Historical Marker on the Old County Court House. The Board having received an April 12, 1976 letter from Mr. James R. Olsson, Chairman, !Martinez Bicentennial , Commission, 525 Henrietta Street, Martinez, California 94553, requesting permission to erect an historical marker in a suitable place on the Old County Court House (now the County Finance Building) in recognition of the early history of. Martinez; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED and the Chairman is AUTHORIZED to sign the permis- sion document provided by the Commission. PASSED by the Board on April 27, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of cc: Martinez Bicentennial Supervisors Commission Contra Costa County armed this 27th day of April 19 76 Recreation & Natural / J. R. OLSSON, Clerk Resources Commission By Deputy Clerk H 24 12,6au Administrator Ro ie Guth rrez ' W2'73 y0L1JT10N C , �itp of Olartiflr� . 0, ,� z �itFntrnnia[�ommi5�ion MAP= 4T�6-19�G rera . �9zr° April 12, 1975 RECEIVED Contra Costa County h�� 1 r. IQ7o Board of Supervisors Administration Buildin g c�:xc EoA2D o: u�' 0 S7 ;aviso;r, Martinez, California 94553 OUT sT co. Gentlemen: One of the primary responsibilities of the Martinez Bicentennial Commission is to awaken public pride and renewed interest in the history of the Martinez area. As one means of doing so, the Commission would like to call public attention to certain old sites and buildings that are considered to be of historical significance in the early development of Martinez. As visible symbols of the role played in our early history by those men and women and institutions who have left their indelible traces upon our past , the Commission will be erecting markers in commemoration at chosen sites. The Bicentennial Commission feels that the past history associated with the Old County Court House (presently used as the County Finance Building) should qualify the site for such recognition. Accordingly, we ask your permission to erect in a suitable place on your property, an historical marker with appropriate legend for public perusal. A drawing of such a marker and type of lettering to be used is enclosed. The erection of such a marker in no way jeopardizes your use or control of your property, and does not obligate you to afford public access to any portion of it. Please sign the enclosed permission form and return it to the Martinez Bicentennial Commission. You will be contacted with further details regarding erection of your sign when the enclosed form has been returned to us. Very truly yours, t i~• ° _James R.R. Olsson , Chairman Martinez Bicentennial Commission 03TA CO, e4 6 e ��`'c 1 /i-�i`1,r- tom--- ✓J [�[.��c �..o•aN LitvR aU•323 bienrietta Wit.,f lartinc;X-&i.94:533 HOMI-EA OF .R..R.. BUN :s BUILT 1876 �E e PUBLISHER -Contra Costa �• - 1s�o �s�3 �- MARTI N EZ j 1 STO R1 CAL MARKE .f aY CLEAq HSA r K/a Q' =s',lkp� ;Layout- - ebm J'J — '4- (yam ,,,///��� PRI !' (r''►'a ��je� � 1.c-TT5Rs i Huet) mw cOL40p, r-FST ��� �� �� 00275 tt��rv, L r v_v—n'0 et CAA—6 :C-• CZA(A FLAT LE ItWwRiifmENTAL SIGNS 1%14 R EAPNeIZ RD, C WR O VALLEY °t4s4� E I , as Chairman of the Board of Supervisors on behalf of Loih9ao%W 4oVP-qrty brty located at (address) 675 rnurt Stroat generally known as (Historical Site title) Old County Court House do hereby grant permission to the Martinez Bicentennial Commission to erect an historical designation sign on my property. I understand that granting this permission will not jeopardize my use or control of said property, and does not obligate me to afford public access to any portion of it. I further understand and agree that said designation sign remains the property of the City of Martinez. CONTRA COSTA COUNTY .� J. P. KENNY airman , /eet pervisors Owner of propertted at 625 Court St Martinez, California 94SS3 00276 IN THE BOARD OF SUP&-qfIISCRS or COD.--TRA- COSTA COUh-TY, STATE OF CALIFOPM-A In the Ilatter of Proposed• _ ) Interim Policy Body on ) April 27, 2976 Solid Waste Management. ) The Board on April 13, 1976 having deferred to this time . consideration of the recommendations of the Ad Hoe Committee on Solid baste Management with respect to representation on the Interim Policy Body that is to rico=end the composition of the, permanent management agency for the County's Solid :taste 1,1anage- nent Plan; and Supervisor J. P. Kenny having this date requested that the Board approve the following recommendations: 1. The Board of Supervisors officially approve tie' composition of the Interim Policy Body as follows: Allocation of Parties Represented Membership Western Cities E1 Cerrito Hercules Pinole ------ I Richmond San Pablo Central Cities Concord 2 Clayton Lafayette Martinez ---- -- I Torn of Moraga Pleasant Hill - Valaut Creek Eastern Cities Antioch Brentwood --——-- I Pittsburg Sanitary Districts Centel Contra Costa I San Pablo I B�-roc► Crocl.ett-:Falona Mt. View Oak l ey ——--—-•1 Rodeo Steffe Val icy Cors. Services ,Nl,:n`aer of the Coard of Supervisors I Confcreuce At-Large Representative I Consumer Represenzative (Selected by the 1 Board of Supervisors) Private In3ustry (Solis? %*ante) I ll 00277 2. The Interim Policy Body report back to the Board of Supervisors upon the conclusion of its work with respect to its recommendation on a permanent Solid Waste Manage- ment Agency. 3. Membership on the Interim Policy Body be conditioned as Follows: a. All representatives of the cities, sanitary districts, Mayors' Conference, and County be elected represen- tatives residing in Contra Costa County, b. The representative from the private collectors and disposal site operators be actively engaged in the management or operation of the collection or disposal of solid waste in the County; and 4. The County Administrator be authorized to act as convener of the initial meeting of the Interim Policy Body and to send letters to the appropriate public Jurisdictions and parties requesting that they designate representatives; and Mr. George Gordon, on behalf of the Contra Costa County Disposal Association, having indicated the aforesaid recommen- dations are acceptable to the Association; and Ms. Barbara McCormick, Action Vice President, League of Women Voters of Diablo Valley, having requested that the consumer representative on the Interim Policy Body be a member of the League; and Board members having discussed the matter, IT IS BY THE BOARD ORDERED that the aforesaid recommendations are APPROVED. PASSED by the Board on April 27, 1976. CExnFIM COPY I certify that this is a full, true & correct espy Mf the original document which is on tile In my otfiee. and that it was passed Xc ariopted by the Floard of Supervisors of Contra Coeta County. California, on the date shown. ATTEST: J. R. OLSSO\, County Clerk is es-officio Clerk of Haid.Board of Supervisors, b;Deputy Cte+iF. on cc: Public Works Director Z- Environmental Control Director of Planning County Health Officer County Administrator George Gordon, Attorney 611 Las Juntas - Martinez 012'78 k OREM In the Board of Supervisors of Contra Costa County, State of California April 27 , 1976 In the Matter of Application for Emergency Medical Services Act Funds for Fiscal Year 1976-1977. The Board on March 23, 1976 having granted authorization for submission of an application for Federal Emergency Medical Services Act funds to continue the County's Emergency Medical Services Project during fiscal year 1976-1977; and An April 19, 1976 letter having been received from Mr. Bob Eisenman, Coordinator, Emergency Medical Services, County Health Department, requesting the Board to send a letter to the United States Department of Health, Education and Welfare in support of the afore- said application; IT IS ORDERED that the Director, Human Resources Agency, is REQUESTED to prepare an appropriate letter for signature of the Chairman of the Board. PASSED by the Hoard on April 27, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: Director, Human Resources Wdness my hand and the Seal of the Board of Agency Supervisor Emergency Medical Services affixed this 27th day of__&2r11 19 T6 County Administrator J. R. OLSSON, Clerk Bye Deputy Clerk Ma Crai H 24 8J75 IOM oot In the Board of Supervisors of Contra Costo County, State of California Aoril 27 , 19 In the Matter of Application for Leave to Present a Late Claim for Damages. Scott Allen Just and Brian Thomas Just, 1124 Warren' Street, Martinez, California 94753 by and through their attorneys, Malott, Pedder & Stover, Attorneys at Law, P. 0. Box 475, Lafayette, California 94549 having filed with this Board on April 14, 1976 an Application for Leave to Present a Late Claim for Damages in the amount of $2,000,000: IT IS BY THE BOARD ORDERED that the application for leave to present a late claim is DENIED. PASSED by the Board on April 27, 1976. 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 : Claimants Witness my hand and the Seal of the Board of Public Works Supen&ors Attn: Mr. Broatch affixed "21_day of Anril 19 Z6 County Counsel County Administrator J. R. OLSSON, Clerk Deputy Clerk Bonnie Boaz It•24 3y76 15m 00280 1 APPLICATION TO PUBLIC ENTITY 2 FOR DAVE TO PRESENT LATE CLA124 " 3 4 5 In the Matter of the Proposed ) Claim of SCOTT ALLEN JUST and ) APPLICATION TO PRESENT 6 BRIAN THOMAS JUST, minors, } CLADI UNDER SECTION 911.4 OF THE GOVERNMENT CODE BY 7 against the State of California,) CLAD1ANTS THROUGH THEIR County of Contra Costa, and ) ATTORNEY 8 City of Martinez. ) } 9 10 TO: STATE BOARD OF CONTROL State of California F I L E D 11 926 J Street Sacramento, California 95814 12 APR 1-4 1976 BOARD OF SUPERVISORS 13 County of Contra Costa J. IL OL=N 651 Pine, P.O. Box 911 oink°WARD.°rsruP`o`gOi� c 14 Martinez, California 94553 15 CITY COUNCIL City of Martinez 16 525 Henrietta Street Martinez, California 94553 17 18 1. I, WILLIAM C. VENCILL, the undersigned, attorney for SCOTT 19 ALLEN JUST and BRIAN THOMAS JUST, apply for leave to present 20 a claim under Government Code Section 911.4. This claim is 21 founded on a cause of action for wrongful death which resulte 22 I from an occurrence which took place on November 7, 1975, and 23 for which a claim was not presented within the 100-day period 24 as provided by Government Code Section 911.2. For additional 25 circumstances relating to the cause of action, reference is 26 made to the proposed claim attached to and incorporated as a 27 part of this application, by reference, as if fully set forth 28 herein. MALOTT. PEDDER 5 STOVER ATTORNEYS AT LAW 3447 GOLDEN GATE WAY LA OU281 CALIFORNIALIFORNIARN1ORNI94A 94529 ARtA Cc=415 4 ins I'w: 1 2. The reason for the delay in presenting this claim is that 2 SCOTT ALLEN JUST, whose date of birth is December 31, 1967, 3 and BRIAN THOMAS JUST, whose date of birth is September 1, 4 1970, were and are minors, and were minors throughout the 5 entire 100-day period specified by Government Code Section. 6 911.2 for the presentation of this claim. 7 3. This application is being presented within a reasonable time 8 after the accrual of this cause of action, as set forth. above 9 WHEREFORE, I respectfully request that this application be 10 granted and that the attached proposed claim be received and acted 11 upon in accordance with Government Code Sections 912.4, 912.6, and 12 912.8. 13 Dated: April 12, 1976. 1.4 M4LOTT, PEDDER & STOVER 15 Williem C. Venall 16 By William C. Vencill 17 Attorney for Claimants 18 19 20 21 22 23 24 25 26 27 28 MAtorr.PE0I1£'R& $=v" AWCAN"S^r LAW 3AA43 c06A04"TC WAT 3;,A3.1fO1tNtJ►3➢45Q9 002002 2402 111�[A C40[Ai3 , �y • 1 CLAIii 2 3 In the Matter of the Claim ) of SCOTT ALLEN JUST and } 4 BRIAN THOMAS JUST, Minors, ) CLADI FOR DA14AGES ) 5 vs ) FOR WRONGFUL DEATH 6 The State of California, ) County of Contra Costa, and ) 7 City of Martinez. ) 8 9 TO EACH OF THE ABOVE DATED GOVERN?-ENTAL AGENCIES, PLEASE TAKE 10 NOTICE that the undersigned, on behalf of claimants SCOTT ALLEN 11 JUST and BRIAN THOX,%S JUST, both minors, hereby serves and makes 12 demand upon you in the amounts and for the causes set forth below 13 in the following claim: 14 1. Claimants' names and address are: SCOTT ALLEN JUST and 15 BRIAN TROMAS JUST, 1124 Warren Street, Martinez, California 16 94553. 17 2. Claimants' mailing address to which notices are to be sent is: 18 c/o Malott, Pedder & Stover, Post Office Box 475, Lafayette, 19 California 94549. 20 3. The amount claimed as a result of the below described incident 21 as of the date of presentation of this claire is $2,000,000. 22 This figure includes special damages and prospective damages 23 insofar as they are known at this time. 24 4. The date and place of the occurrence giving rise to the claim 25 asserted are: On or about the 7th day of November, 1975, at or 26 near the Martinez Marina, 11 Court Street, Martinez, Contra 27 Costa County, California, 28 lAALOTT. PEODER 6MVER ATUMNCYS"LAW ,45 COLOCN LAIC WAY s�~ ([J�((('''���A 3J►/AY0,04 00283 CAt1MORNIA 8•IISA9 ARCA Coot.0/5 ; wary 1 5. Description of incident which gave rise to claim: 2 On or about the above mentioned date, and for some time prior 13 thereto, the above named public entities, by.and through their ? agents, servants, and employees, whose names are not presently 5 known to claimants, negligently and carelessly owned, designed, 6 constructed, altered, repaired, maintained, operated, con- 7 trolled, supervised, and entrusted the above mentioned Marina 8 and the waterways adjacent thereto so as to proximately cause 9 and permit said Marina and waterways to be in a dangerous, 10 defective, and unsafe condition, in that they, and each of then , 11 so negligently and carelessly failed to provide adequate and 12 sufficient signing to warn oncoming boats of a breakwall 13 surrounding said Marina, and further they, and each of them, 14 failed to properly construct, design, maintain, and place sign 15 along said Marina and waterways so as to permit the safe 16 passage of boating traffic, thereby creating a reasonably 17 foreseeable and substantial risk of injury to persons in the 18 area of said Marina and waterways and members of said persons' 19 immediate families, including claimants herein; said public 20 entities and said servants and employees, and each of them, 21 were further negligent and careless in that they, and each of 22 them, failed to provide proper, adequate and sufficient light- 23 ing in and about the said Marina and waterways adjacent to and 24 in particular, in the area of said breataJall; said public 25 entities and their servants and employees, and each of them, 26 were further negligent and careless in that they knew, or in 27 the exercise of ordinary care, should have known, of the above 28 mentioned dangerous and defective conditions of public MALOTT. PEDDER& STOVER ATTORNEYS AT LAW r� __$GORpCN Gr �YAY U -2- 100284 rwrctrc- VV IV�lii CALIrORNIA 94569 ARG COD[4m I property, and they, and each of them, failed to remedy said 2 conditions, having a reasonable opportunity to do so. 13 As a direct and proximate result of said negligence and. 4 carelessness of said entities and said persons; and as. a 5 further direct and proximate result of the dangerous and defec- 6 tive condition of public property, as above set forth, the boa. 7 in which claimants' father was riding as a passenger was causes 8 to strike the above mentioned breakwall, and thereby causing 9 his death; and thereby causing claimants to sustain injuries 10 by reason of the wrongful death of their father. 11 Dated; April 12, 1976. 32 DIAL Y, T, PEDDER & STOVER 13 WiHicm C. `leneff 14 By W1111im. C. VenFITI 15 Attorney for Claimants 16 17 38 - 19 20 21 22 23 24 25 i 26 27 28 _ lstALATT.P�OaER ds STOVER ` Ar:nxaars wr"W COUM"GArc%VAT n. f CAL/MMMIA 445,99 ` 2 wmu► Coca 415 �v r -�- milli DECLARATION OF SERVICE BY �QkIL 2 I, the undersigned, declare: _ 3 My business address-and place of employment. is 3445 Golden ' Gate Way, California 94549. 4 I am, and was at the time *the herein mentioned mailing took 5 place, a citizen of the United States, over the age of 18 years, employed in the County where said. mailing occurred, and not a part- 6 to the above entitled action. 7 �� On the date shown below I served the d {its n i led r: Application to Present Claim under Section 91�Z anccL C aim.._ 8 by depositing a copy thereof, enclosed in a sealed envelope with- - the postage fully prepaid, in the United States mail box. at 9 Lafayette, County of Contra Costa, State of California, addressed 3.0 as follows: 11 State Board of Control City Council State of California City of Martinez • 926 J Street ' 525 Henrietta St_ - 12 Sacramento, CA 95814 Kartinez, CA 94553 3.3 Board of. Supervisors • County of Contra Costa 14 651 Pine, P.O. Box 911_ " Martinez, CA. 94553 15 - 16 I declare under penalty of perjury at Lafayette, California 17 on the date shown below that the foregoing is true and correct. 18 -DATED: 13 April 1976. - 19 20 t H. Go_ en 22 23 24 25 w 26 27 - 28 - .ALO7T• PEDDra & • STOVER 00200 •tZoaxcrn ws Uw aD COLDlM Cw7C WAY _ LwrAYETTC- C In the Board of Supervisors of Contra Costa County, State of California April 27 , 1976 In the Matter of Claim for Damages. Mr. Jades R. Cuddihy, Jr. , et al, 194 Mayhew Way, Walnut Creek, California 94596 by and through his attorney, Mr. Richard E. Kennett, Sherbourne, Kennett & Stevens, Inc. P. 0. Box 23648, Pleasant Hill, California 94523 having filed with this Board on April 13, 1976 a claim for damages iri the amount of $100,000; IT IS BY THE BOARD ORDERED that the aforesaid claim is DEFIED. PASSED by the Board on April 27, 1976. I hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Wknass my hand and the Seal of the Board of CC. Claimants Supervisors Public !:arks Attn: Mr. Broa`c?a affixed this 77 day of Anri 1 1976 Medical Services County Counsel J. R. OLSSON. Clerk County Anministralo^ By Deputy Clark Bonnie Boaz IF 1 LED ,114utd dxZae &-;- . April 12, 1976 pPP.03 191c• f:R. OLMN e0A;Q.of Board of Supervisors ; County of Contra Costa County Administration Building Martinez, California Take notice that claim is hereby made for wrongful death against the County of Contra Costa, State of California. Claimants: James R. Cuddihy, Jr. 194 Mayhew Way Walnut Creek, California 94596 John J. Cuddihy 5006 Jeri Place Concord, California 94521 Marilyn A. (Murphy) Ribarich 784 Terrapin Court Concord, California 94518 Kathleen N. McHale 200 Anneston Avenue White Sands Missile. Range New Mexico 88002 Eileen M. McDaniels _ 110 North Avenue Bryan, Texas 77801 Michael G_ Cuddihy 315 Orient Street Chico, California 94926 Notices: NOTICES ARE TO BE SENT TO; Richard E. Kennett Sherbourne, Kennett & Stevens, Inc. 620 Contra Costa Boulevard Post Office Box 23648 Pleasant Hill, California 94523 Date of Injury: Claimants' mother died on 'January 4, 1976 Place of Injury: Contra Costa County Medical Services 2500 Alhambra Avenue Martinez, California Facts: Claimants' mother, Cecilia Cuddihy, entered Contra Costa County Hospital for medical 00288 s W:rpt is e treatment_ Contra Costa County Medi-cal'� Services failed to follow the standard of care in treating claimant and on January 4, 1976, she died. Injury or Loss: Loss of care, comfort, society and protection of claimants` mother and other pecuniary losses yet to be determined. Also mental distress and anguish was suffered by claimants by reason of their watching their mother's slow painful death_ Employee Responsible: Unknown Amount Claimed: $100,000_00 general damages plus medical expenses actually incurred. RICHARD E. 00289 �f h Jr In the Board of Supervisors of Contra Costa County, State of California 00289 t{P r In the Board of Supervisors of Contra Costa County, State of California ADril 27 . 19 In the Matter of Claim for Damages. Air. Joseph Caruso, 111 Don Circle, [Walnut Creek, California 94596 by and through his attorney, Boccardo, Blum, Lull, Niland, Teerlink & Bell, One California Street, Suite 1700, San Francisco, California 94111 having filed with this Board on April 14 , 1976 a claim for damages in the amount of $1,000,000; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on April 27, 1976. 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 : Claimant Witness my hand and the Seal of the Board of Public Wori � �aonts P Attn: 74r. vroatch affixed this. day of April . 1976 County Counsel County Administrator t ��� J. R. OLSSON, Clerk By �J �'/�+� Deputy Clerk Bonnie Boaz H-24 tJ76 Ism 00290 S 'l:4 �k {A 6 f k.. £ Y �4- 'M rt �,"�L ,, 1 p ry ry- e a S € a �'Ii it �� I I ..W._ N }'l _„s :g e }qC �.. , �' 1' a a I s r x xl q ej ? lu it it it iI'I j 1 c—Ul--I,—I—111-1- , ; ��-- , I I I 1. I4� a,- � P,'t--111KI, r' �qR ; r' � l[�l!ln lls iif li l l !'�'i -ems r r,41— .'N F � P : e R '{dal E $r d -�",4.- I'�1,,�� I- ,, , "I I , �, � � I. .1 .--, I ,�,,��,; -.� , -, I � I ,I - h eM y 4' S rk:?= u y#' srt�tl _ 'I hue' ,�.> e f r,'. w is n S zh BO L1 r a-4 v11 s ll� �!+� CO�r'TR[3L1. xFt3le71 �p i oCl0-it� c � o . _i: 1Ea 11 I 4 M , ��. --,�,I,-��",i; r 5 ME k, , ,U I:a ctli StreetI' ll j, t r y e r 11 ?� #fir+ h cx:: cnto, lxfornza " ik � }: SaCa �SEhS r 1. 6T «:? Off' S:�l'£R'iT_TSO y �S r COa4* 4r :CO�`.TR� COSix� x ' IM1 t � s - _ e .r "-', ,' ,y�A� r , r 65�-pini Street - �1- 1 i Ml £ liaxt.k:iez, Ca I a.foarnia. C X, � Irl ,. � - " y C3"s'3'.:CQU::CSLll� � r CIT't'' O: .TtixsL'er'Ul' t � 5 3 _ tC ww*y Locust , i t ab rr 3 f YO# �11Y+4 ,7 w:. 4 J i i4 Cir*I.s Gt' Z$dl3vt '�../f'.a:f ♦ Cci�a�.11 � q x r r <lOti, AAS} r.T�Cii OF IOII, �.a11 please; tak ` 11 # � , -— - 1. no xce.�a ° �� nnderisyne �rcrebv ° c •es znd y ..t -r h1 ,> as.es ac,n u nauoth kcau'e and :ants sit ia.. ,.th 2b t3oll� rx 1 �ollosx�ny cla=l Y , ;, r r� - � a - . ' ' �111C3.a is :nom and l�dclxess Joseph Cazusc►nj -1", { 111 Don C G3L, .t zlrzut ,Crec3: 4 Y J, . C�l.�fornia *` z, � 5 l ]5 A,� ; " .�.. a „ ,y.t. �. . 7 , is 4 "'�'`� t, z k Ch .....aza.t :S IAz 1.a.1Ac� Bdt C rS tQ I 11 ,k*�11C " � " 19 naLt es%,�ar b a 4. z sent cfa rocea:do,; >,31u L.- ' hilaxid, f! Be , x 1. -� Qerl�:x�l Qn 38 Caliiorn1. t` `~` �'� r k. :mow[',` Mr r&. r. 1. �.a .. t, .Sux � 1700 n FrancA. Ga 1.�L9aUr Oma; ti..c'2131 $DCC1.'11 ua as s � 7 . ,,r k BMW ,11 g and ergen..eawl- o '`" . III ` cau ed by Tt 'r accw.�: ncc do -��� r�� � - •cr- Pd,belakr znct general dasaa � I 1, ti . 11 I �c sura of t?:F r6IJa2:1C�' 1l.�`D X2:0 100 DOLT.fs 11 4�2-� -'�� , . Rs tsi aQo,oa�a�.�a� YllV. +� .• '. ,t i r+ rt,�a a L Dart C .��3�3 plsc af: occex renc.e gi�►�nc rise tc► the;c. a d = .23 11-1 - assrsicd: O,-t cr �:}�c►ui whc:"21.-..h dad► o ,. Fehrez xy, 3�9 dG on .c � >! k + - 'd�✓, I. ' s _ R, a�: •. v� n�=a�- i�:s 3XI U i-:: cE:ion with Castled 251-1 GlOn� RQat "� i w , i ! il! 1116 �t-v of 11';t tuIN.- Cr ►*- c:c.�, Ca.zny o€ Con .ra Carta, Sale a r; .. 't> d 9, � 11 I A �'- "` r �4 �NU �R? . fi a�'"r`Wr1�i' '► th F - -„,4 �. : T qq z ..., a �x°`.`4.#I-f,..+ � w,.,I«14.,..-.. r. �.,...._:�-..,. .fl;.s..,... .d. .<4a" €.<rr;�-,i��a s {+ �..r:,�e.°��`s�'�� N�;'� � �S� r e x III I F It a�. � .� 4'w ex'F - -wp, - - "I ! Description of occurrence: That on or about Cho aforamun- ' 2 j tionad date, and for seam± time prior thereto, tho above-named • - - . 31 public entities, by and through their agents, servants and • q employees, negligently and carelessly controlled, supervised, - 5 ' , designed, constructed, altered& repaired, owned, maintained, 6i operated and entrusted a portion of Tice: Yaliey Road at or near Its intersection with Castle Glean Road in the City of Walnut Crack g County of Contra Costn, State of California, in that i:lsey failed g to gro-.rida adequate ani sufficient signing to warn oncoming1O swtori::ts of sharp and dangernu:. curve; in Bald roudwdy, and I further that they failed to provide sufficient barriers 12 or other protective de:•icos so as to provide the safe passago of ]3 vahfcular traffic, theraW creating a reasonably foreseeable 14 and-pubstwmtial risk of injury to persons using said roadway and 15 right of way, including HICIML CARUSO, now deceased, that said 16 public entities, and each of them, wore 'further negligent and 17 careless in that the Janos on said roadway and the rondway•itsolf 28 were not sufficiently delineated so as to apprise odbtorists of ]g ' the turn in said roadway than and there: existing and further that 20 said arca was dimly lit and in all respects unsafe and confusing 21 to motorists uniny said rcxadway; that said public entitles, and 22 each of t1sL:a, ware furLM r negligent and careloss in that they 23 + knc w, or in the ozorca Re of ordinary care, should have known of 24 tho da ager..• in. coed:tira of raid ru da—l:y and right of way and 25fL%31%i! to :r:::• swid e•r•:x3itiun, having a reur:onable Opportunity 26 to do uce; Ossat .::: :s d,i l c•c-L and pre•::"to rennult of Use negligence- Iry 4M rIVI.it-I.. .rem 111F.Wk a Ir." ' ASSMMA" as wK■"WWMw Oldest b"Is so" ON 1' &AMIMS V4211 I • l and carelessness of said public entities, and each of them, 2 as aforesaid. and as a further direct and proximate =esuIV of 3 i the dangerous and defective conditions of public property, as r 4 aforesaid, RIICILAEL CARUSO, a pedestrian at said time and place, 5 was causod to be struck .by a vehicle, thereby causing said G 11ICHAMEL CkHUSO, ncru deceased, tho broth-or of claimant herein,' to 7 sustain severe personal injuries, which injuries rdsulted in his S death on or about the 5t1i day of I-larch, 1974. 9 BOCCARDO, BLUR, LULL, NILAND, 10 TEN ' & LL 11 1 By: 12 A ruor Clay. rant 13 14 16 17 I 1 19 ' 20 ! 21 i 22 l 23 . 25 ; 26 .ltiil.11[I.Itwi.t 411t , �3� i 0116u..1.•all 4-W 00293.. PROOF OF SERVICE BY MAIL I, the undersigned hereby certify that I am a citizen of the United States, over the .age of eighteen years and not a party to- the within action; my business address is One California Street, San Francisco, California_ I served a true copy of the Claim for Damages by mail by placing same in an envelope, sealing, fully prepaying postage thereon and depositing said envelope in the U.S. Mail at San Francisco, California, said envelope was addressed as follows; and I certify under penalty of perjury that the foregoing is true and correct. . Executed on April 12, 1976 I or STATE BOARD OF CONTROL STATE OF CALIFORNIA 926 J Street Sacramento, California 95814 STATE OF CALIFORNIA DEPART.TENT OF TRANSPORTATION 1120 Forth Street Sacramento, California 95814 BOARD OF SUPERVISORS COUNTY OF CONTRA COSTA 651 Pine Street Aartinez, California CITY COU: CIL CITY Or WALNUT CREEK 1641 Locust walnut Creek, California 00294 s _. , h i In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Mauer of Claim for Damages. mr. Salvador J. Caruso, 111 Don Circle, italnut Creek, California 94596 by and through his attorney, Boccardo, Blum, Lull, Niland, Teerlink & Bell, One California Street, Suite 1700, San Francisco, California 94111 having filed with this Board on April 14, 1976 a claim for damages in the amount of $1,000,000; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is a true and carred copy of an order entered on tho minutes of said Board of Supervisors on the date oforesaid. cc: Claimant Witness my hand and the Seal of the Board of Public Works �Pers Attn: Mr. Broatcz axed this 27 day of ADril 1976 affixed County* Counsel County Administrator J. R. OLSSON, Clerk gy _ /`71.-17 Deputy Clerk onn e 6oaz H-,,3176 15m 00295 M 1 1 � d I ' TO: STATS BOARD OF C&%"ZWL 'STATSOF CALIFOMIAL . E..D. 2 i • 926 J Street , 1 3 ' Sacramento, California 95814 4 1976 STATS OF CALIFMIA CM OF 4 DEPART WA OF TRANSPORTATION 5 1120 KorLh Street Sacramento, California 95814 8OF SUPERVISORS VO =T CP CONTRA COSTA ine Street 8 Martina, California 9 CITY COWHICIL CITY Or VNEX IT CRSBR 10 1641 Locust Walnut Crack, California 11 VW# AND ZWK OF YOU, trill please take notice that the 12 undersigned hereby serves and makes demand upon yno for the 33 cause and amounts set forth in the following claim: 14 Claimant's name and Address: SALVADOR J. CAIjUS0 15 1]1 Don Circle, tialnut Creek, C:liforn_s. 16 Claimant's mailing address to which notices are to be 17 Sent: % Boccardo, Blum, Lull, Hiland, Weerlink i Hell, One I8 California Stre t, Suite 1700, San Francisco, California 94111. 19 Amount of Claim: Special damages and expenses proximately 20 caused by the occurrence described below and general damages in 21 the a?.= of OXE KILLION. ADD b0/100 DOLLARS ($18000,000.00) . 22 Date and place of occurren:r.-: giving rise to the claim 23 asserted: On of about tho 29th day od! rebruary, 1976 on Tice . 24 Valley Road &t u: noar its intersection with Castle Glen Road 25 in the City of Walnut Creek, County of Contra Costa, State of 26 i Califol-Wi:ia. iiOCa UM It"WN• AAM UPFAM&KM �S i.1R+Wa G"Gat a+wn NM PAN rwmwgc'I 74141 000W "N*iN•d7faO . i I Description of occurrence: That on or about the aforemen- 2 tioned date, and for some tine prior thereto, the above-named 3 public entities, by and through their agents, servants and 4 employees, negligently- and carelessly controlled, supervised, 5 designed, constructed, altered, repaired, awned, maintained, 6 operated and entrusted a portion of Tice Valley Road at or near 7 its intersection with Castle Glen Road in the City of Walnut Creek g County of Contra Costa, State of California, in that they failed g to provide adequate and sufficient signing to warn oncoming 10 motorists of sharp and dangerous curves in said roadway, and 11 further that they failed to provide sufficient barriers 12 or other protective devices so as to provide the safe passage of 13 vehicular traffic, thereby creating a reasonably foreseeable 14 and substantial risk; of injury to persons using said roadway and 15 right of way, including MICHAEL CRRUSO, now deceased, that said 16 public entities, and each of thea, were further negligent and 17 careless in that the lanes on said roadway and the roadway itself IS were not sufficiently delineated so as to apprise motorists of ]9 the turn in said roadway then and there existing and further that 20 said area was dimly lit and in all respects unsafe and confusing 21 to motorists using said roadway; that said public entities, and 22 each of them, we;o further negligent and careless in that they 23 knee, or Jr. the exercise of ordinary care, should have known of 24 the dangarL-Ls eonl I t ion of said roa:tw ay an.I right of way and 25 1 fallod to rer.ody said con-011 :ion, having a reasonable opportunity 26 - to do co; that ai; a direct an` proximaLe result of the negligence W.1602"mom.use. :saga sUxIM a ecu N1M4tN���M rrn�nw :.w now.-war*gym t•tu ssassas 00%� j I 1 ! and carelessness of said public entities, and each of them, 2 as aforesaid, and as a further direct and proximate resu2t•.of 3 „ the dangerous and defective conditions of public property, as 4 aforesaid, MICH.aEL CARUSO, a pedestrian at said time and place 5 was caused to be struck. by a vehicle, thereby causing said 6 MICHAEL CARUSO, now deceased, the son of claimant herein, to 71 sustain severe personal injuries, resulting in his death on or 8 about the Sth day of Lurch, 1976. 9 10 BOCCARDO, BLUM-,?LULL, NILRND, TEERLINK & BEL 12 �. BY: 13 At t� neys� r imam 14 ...� 15 16 17 18 19 20 21 22 23 24 25 , 26 ILANN TfUtLII„i I:TLL -3- w1f.7w"LV%AT t.\T iC lwN/Y7RMw 1Tw[LT OU11C%TOO __'FRi-NCISLQ 93111 ! 14 191 391-37130 002% PROOF OF SERVICE BY I-MIL I, the undersigned hereby certify that I am -a citizen of the United States, over the .age of eighteen years and not a party to' the within action; my business address is One California Street, San Francisco, California. I served a true copy of the Claim for Damages by mail by placing same in an envelope, sealing, fully prepaying postage thereon and depositing said envelope in the U.S. Mail at San Francisco, California, said envelope was addressed as follows; and I certify under penalty of perjury that the foregoing is true and correct. . Executed on Anri.l 12 , 1926 kA, STATE BOARD OF CONTROL STATE OF CALIFOR`:IA 926 J Street Sacramento, California 95814 • STATE OF CALIFORNIA DEPARTP1EN'r OF TRANSPORTATION 1120 North Street Sacramento, California 95814 BOARD OF SUPERVISORS COUNTY OF CONTRA COSTA 651 Pine Street Martinez, California • CITY COUNCIL CITY OF WALNUT CREEK 1641 Locust Walnut Creek, California 002M � c In the Board of Supervisors of Contra Costa County, State of California Anril 27 . 19 76 In the Matter of Claim for Damages. FIs. Elizabeth Caruso, 111 Don Circle, Walnut Creek, California by and through her attorney, Boccardo, Blum, Lull, Niland, Teerlink & Bell, One California Street, Suite 1700, San Francisco, California 94111 having filed with this Board on Auril 14, 1970' a claim for damages in the amount of $1,000,000; IT IS BY THE BOARD ORDERED that the aforesaid claim Is DENIED. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is a true and correct Dopy of on order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Soot of the Board of cc: Claimant �p,�n Public Works Attn: Mr. Broatch affixed this ?y day of Anril 1976 County Counsel County Administrator J. R. OLSSON. Clerk B- Deputy Clerk Bonnie Boaz rJ H-2-13/7,615m 00300 N.§ a c� dad s it,� �, r d s , r k n *x t, § s ren r � x�d l f^ysr 3�� i i f G IVI!.i t £� a di. .,, r+F' - v .t f try .�' d dapiih� - L8 �^a u;� , 1 s :. `m r SS`�b es' r11 M,,.z �`s, t„sr � #s i4r,n. s k , I., uGa} _ iN 8" U111 Lem 5 A t k .iy.. - "', � 'O,. ST:1TE BOsLttD. .Ctr CO'd��O°L -, �� 2 g �sr E t CMZ^Oi .Iax R ]A -{�t�.,.`a°j ' u �J V -:Y S W.4Z ct,� t /�.. . ro-k ar ,s r � � ��.� � - a'+s- ,, +#Sacacata/ �Ca.12.ta1'21Zc15815, �' ,�"R;= , .` � r, �' ,. �11a 'BOWAOF ' STs1TE OF .CsALIFOIRXVIA= i 7�yL pb �y�y•�yn� k,IIa + ;b�4i�I�111FJiiCwT .OF t.�T.S�GRTI�TxC1�3= �� ; �' ° <>z�r',fu #, _ x -11 a 112Q I�oxfih Stz+ e , �. ,t-, ,-,111 ,� , t � 1:111Sac:a teilto�.,Csli€ornia 9581�� .11 ,��� 'I.0 1% �1, ' T .4 C►F .svp R soles. � � � - - -, COUNWT'OF COtiTF.A'COST13 s,IiII � � ' G52 kiue. Street t, ^, F `� % ,� }} A �1 21e ,/ C811tt?rn]�sZ..: '� �,.�X11 .m. ,t�d �`}, w. s s .. q 1 �,,k(q if 3v wr 7$ y ,.a �� <C.i Y SOF VALT�iIT" nn}}�����r r `�'. , _ x C �."a i.1. t x , 31 r 1OU,' 7AND r.ACE OF YOt1, �,�.�1 please'ta1:c notice �tna1.1111.�� , k j 4 , �►�tnders� n+ r3 hexeb s11�erv+ s.atllt� makes_;d�id.�b urian= out �'c��`rt e � '.11I 13 ' ° Muse and ants setIi, tazth int ,� follawzn claiiu: s 11, U, , �� . - w ,w J :g fa,� b }� � Claxmanfi's nasi and. Address: EI-Ii c tl ,. Cagcitso r RS n s ., zi - 1 . g p C. ; � , I'� r R r 11], Ooh C1�C].0 ?tea y s li. ut Creek, Ca].ifarn a. r : �� y r t 1, t12� - s _ r r � � �1.11 C],"i"t, S mai41* Addtdss to;wji'!'P iiot:kd c? C � O� i - � � 1 T $ i Foy„., - W' 3 b ,I s k z .. t i y�i ds r KA, >ar' v I- " ' seat , .z. occardo E?.uaa, Fall,; EiI'll�.an&; Teeac].i»� ,f ��B �On�.; _'} x ,�_ x _t Ca3 zoo uia Sfiaceet/ .Suites 17,00, San FrandiSra, CaliEar r,,, , � l9 r ; �� :. � �t,.o IICIai=._ SPec4a3 ` c ama�ge ., auc k exgan a #xoxu�.at1=1 I � _ paused byt the,.occuacrence d�►cr r►cl belOwj�anit�7777-7genCrat, d �'s�� mtbo u�a o11�� Off; kILLIOI Is:"D 20/La0 DOLE � 1,QQO/OOO t10} � �� a � +� '- '' + •' '] 4z. ,�41r12?+ t � 11 Date; ani p3aca of occuxrc:nc,�: g�,t* .rg ra sv do tae- cla ' ; , 2a h 3ssex-tec : On ar '�:2a�uL "fi.�le �9t1�' d.:Y-' of 'Febrvaz}•, 197G`an T ' 'i` 1, K ' ,- 11x� w - "` 1'a11 .i:9asi ai ,rar n.�a�.t; i,Cs <i�terse:ctioa�''with Cart�le Glens Tta�crl' �:, 11 I ; 'rIp11 2 I'.I ;i` �e .Ci,iy O.' tz*a1aut Cres-:.. COu ty of Contxa Cos o f State a "!„�,�wll - �G � N y s�7� 4,1141 ,ttMt4. % _k tom♦ ' i�-1F� 7�a;;',�i.b�• YT tt,� i, I h� As'f v R+niti saws, t h r r r} �2 ,I Y :'fJ J M 3' r : $C -s .'<b ' " r�, s 2r�., 1 Y r w ¢� as I, I ,'' h4Sx } ,k, +Gve,,i ;:�S;y � b $y` §i£W b h '-4' .�.� 1 za"�A. .iRy. *�zR ,,�ytgJ.0 s�r�, xp !!.. " '«,"! d qI iq� ....a.Nr .' .. P 9I5 »``,. ' ,� rr.�...a�. w:.:' `.n .�..: ,_�'. ." ,. r :'<..s. c?a5a?"«5.$;; f. ,;,F.'L-"rwtz F�� �� la i,z`3`..,.� .. .... . ...�II II I}�19 li II ss s�w�1 � s Y f: 11 Y' z i k } F^ i. t A r'S _„ rw. e 7 , ^Y v+ c R I r� ;-!a i. �f afrty : yl� gr ^I,i1 i f I. k w L.. z r x+�, ? c# 7 s � x { ° :a�s7��, m i r d ! g� 3 r * k,E<�'�..,�`sa ,1 n4 `a+ ,r < a, �` z a4,y+' �.y f ' S'! �i� �I ;# ,� rx�Pi� � ! w� 1, 54 -��g. y �il t'b 'i(� I7 Y i7 2'M" "I I �115 q j F Y W" �kr K 1'4 r!�! �s 1. F�,. y� 11� r. .Y,3 S� P X.SF !a . �`i' sql F , x a tx �a ',ap`'3 'M' up z>< , # .i �g �� �, �c ycri tion o occnra�en Tbat� ono nbou the a► cmc ur � 1 `7, t rr„�..fit st L?+b� �`� , >i ioadd., , - , aad �oac some fi j prior thca�eeto, #�ta�abc►� asrm '§ZY- ( T O " 11:J .G cn l `1cS, by,8nd '�LOUt�jl t�E`1 �Q4'n ,S�.�St.'XVs211 � ' y C�a yak nloyces, ancgligcntly and carelessly cont a�.ledf, �s, II B ei �. �� SA" jj OSXgned, 'constructed.= alterad repasred�, 'awrnetel*, Ni. 9 rt..M .x - ,_ n ,tv s F3,�-l "�_ ?j.,I,. ! n' r 5`r xrfid_ �£ u + r r , �ope i , quid antrustW; a ort�.on of ice, dale � ��n _ 4 , N �a s S x r " , U". ,) �,','. t]� O HaA`� .� r.t.•c ,e�exsecta:an 'sem tI� Castle Glen► Road` , n, the�Ft�, e r t 7 v s a 'F'� � { i '7 y'Mw- '�, 3 �' i Sw ,r _ �', g t6txh:y o an r3 r Co. z:, State of Cala fornia� ten= tha cWe ..*rrr' s _�f,"vt}rdr �' -Zip_1 � 4 4 Y . �. !t Y ,,rN Y �'�R' 'PY�a , t h z I pro d I. ceder-uato aura su ica.ent sake=�9 f toy r � I, -11 7 ,,x � � t , R" wo ,X.� y .X', -01 'y 3► J Yin. SI 1-111 q, ` �e=u Curt, sa ,M,M�ryVr Rd _ 4 k] ur» ek that they faded to praysde sut 11 Czen�b �e ., x '111,1­11 ,iZ �. fi. � — 'I 0�..�iCx �?rta#.L'Ct�.i�C tTC`�.CCS 50 3S to Xo�" C�E:ty t - SS �. �M��,i` d +,* .cu].as :,t� t�,c, th�aceby creel. gar re oo4bl,,1,fa► e �77r x ,�,F �. , �,i 4 kf d �substant3al risk otr' sn�ury► to perSQn: using a ro' + x O" �41 � � ,, ��T/r ��Ktt�1*■�/�►►(/�� j 1 {: ,�. a 6�1 - O� �"',y' �,1nC]:tad .11 j IAC *t . iRM•7►, I It �CIcC+�ased _S - 10Mrd� � Nt s yIIW- a '� f 4� y d 1 Y f` } f 4-, ►u3a]�c ,enfi.,lta.Gs, and each cf theca, ,rer.e��p",g ', - �.F II*X •.'� � ,�,',� • f o '+. si a L.��sn '!;, min ti : careles -, that t, , lanae. an said -road"K' y ""14 � as^^ 3 - #.,y 44 , s .i ', - — i. a � � moi. of c�cr:�h �].3meatcd so as ta= ter se ;auto t c l h s . / r •_ I ie �� k . 6i Vin,^sa d xoadi�l, then and heac erar,�fi,�u,-, "i 'c� im T Yw S a eta► MSa��Pajs,ne h I ;� saad aX@3`ta.its dlxily ]3t 3nu �. all re.•pe * r ..' -f 'C" L A A ,� _ w . y C j X21 to mo ori sta 'using sr,xd roadway, shat ,77,77s csd' aub►2zc� e» On ��, ���� " a A. each ,, cleat, ' ere fur +ox� negl .gcnt11,� ands cttze5 ?�n�t fi ' ,: r11 est ax 7� � Sm t � f i .: �hoitldV�tc� xt kn+- , or, ° the exec c .c Qf,:.ord�nar este,f -�� It * Fr r,a° §r�s7 I.I _. Im r' 5 ase +�atigez �ss corcat„aan ai' sada Yoad»•u ► a�nc1 right, o � � %,. 11'' 11 I'llvy a N ?'-,. ,•" y, 2a ;is; to .rc=dy= sa q Gond tib , having a a easana, o Qp, _- . _ .. .� r 17` j`^' rar' 45 to do ..•o* i'h�::: a. <a df c a�sd proxi=ate �u2t a► N. �� ' ; - '"-� ,a t `" .tee' IV ,,*>n -�- I ill �� ! sr ° r B wee , " '1tt 1.iL.L1. I ,k In 1h " r'� '�#^��'r s Im s;>c2r ;arn.� _,a t s 4.k- >� $h irk g r ,yu, F u x r� tg`.211 ,1 �' �{ �` / d ^"``# ,.:y a '� e.T y, - X. sr t�`-G' r� j'�j'.. s .�.�;� +,��tr r ;rr.�;9' 7 pf �'sizrr, w.4 s".z'fi7a " a 3, '� t,r n.3, ..3.n.-s.�s, r u 'F a. + 'z� ,*�.». �' �^.; al 1�� Iy N ar ��,x fi r .�� S r.. w$.. _. a .<. r� Ii �4l I, s r f I.�! o OP — 1 and carelessness of said public entities, and each of them, 2 as aforesaid, and as a furUp:r direct and proxfmatti resalt Of 3 the dangerous and defective conditions of public property, as 4 aforesaid, HICIPJM CAROSQ, a pedestrian at said time and place 5 was caused to be aLruck by a vehicle, thereby causing said 6 MICHAEL CAHUSO, now deceased, the can of claimant heroin, to : 7 sustain severe personal Injuries, resulting in his death on or 8 about tho 5th day of March, 1976. • . 9 - 10 80CCARDO, fit, LULL, HILAND, ?LB lux s 11 _ 12 ' • �3Y: 13 - AtLo t-7" a t 14 - C7, 15 16 - 17 , 1s - 19 20 - t 21 - 22 23 - 24 25 26 ACNAW u+%:.a. .a uk:uaw a sna —3— . �K fMM\YMA�\N1* - :W/fNM�Wi1O li11 � �� NNi iMF�1�0 • PROOF OF SERVICE BY MAIL I, the undersigned hereby certify that I am a • _ citizen of the United States, over the .age of eighteen years and not a party to the u ithin action; my business address is One California Street, San Francisco, California. I served a true coPy of the Claim for Damages by mail by placing same in an envelope, sealing, fully prepaying postage thereon and depositing said envelope in the U.S. Mail at San Francisco, California, said envelope was addressed as follows; and I certify under penalty of perjury that the foregoing is true and correct. . Executed on -gyp.-; 7 12 , 197 • STATE BOARD OF CONTROL STATE OF C_ALIFOR:N"IA 926 J Street Sacramento, California 95814 STATE OF CALIFORNIA DEPARTMENT OF TRANSPORTATION 1120 North Street Sacramento, California 95814 BOARD OF SUPERVISORS COUNT' OF CONTRA COSTA 651 Pine Street Martinez, California CITY COUNCIL CITY OF WATU:UT CREEK - 1641 Locust Walnut Creek, California 00304 i i In the Board of Supervisors of Contra Costa County, State of California April 27 . 19 76 In the Matter of Authorizing Execution of Amendment to Lease with Apollo Enterprises. The County of Contra Costa having entered into a lease dated August 5, 1975 with Apollo Enterprises for premises at 3700 Delta Fair Boulevard, Antioch, California for use by the District Attorney, Family Support Division; and An amendment to the aforesaid lease having been presented to the Board this date providing for a rental increase of $75.00 per month in exchange for Apollo Enterprises providing electric service; IT IS BY THE BOARD ORDERED that the Chairman of the Board is AUTHORIZED to execute said amendment on behalf of the County. PASSED on Argil 27, 1976, unanimously by the Supervisors present. 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 Departr<.ent, Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: County Administrator affixed this 27th Anri1 County Auditor-Controller day of _ 19 7 District Attorney _J. R. OLSSON, Clerk Lessor via RIP B Deputy Clerk H 24 12174 15•M Real Property Division Buildings & Grounds 00306: SUPPLERMT A3tD AME PXMiT TO LEASE 3700 Delta Fair Boulevard Suite 10 Antioch, California 94509 DISTRICT AT LMR:IEY - FAMILY SUPPORT DIVISION 1. effective Date and Parties: Ftfective on pun ~ ? 11 APOLLO Eld , ere na er *Wred !MSOR, and tr&e- COUNTY OF C0NTRA COSTA, a political subdivision of the State of California, hereinafter called COUNTY, mutually agree as follows: 2. Pu ose: The pax-ties desire to supplement and amend that Lease ante o between LESSOR and COUM on August 50 1975 for 3.860 square feet of office space now designated as Suite 10 in the building connonly known as the Delta Fair Center at 3700 Delta Fair Boulevard, Antioch, California. tinder the original agreement, COUNTY agreed to pay for its share of the utilities. Since LESSOR has been unable to arranDe for a separate meter to isolate COUZITY!s _ share of the costs, LESSOR has paid for the COMMIs utilities. The parties desire to supplement and amend the agreement to compensate LESSOR for past utility expenses and provide a mechanism whereby LESSOR can continue to pair for utilities in return for COUNTY"s pay- ing a greater rental fee. 3. Amendtont: Paragraph 3, Rental,+ shall be deleted in its entirety an sal be replaced by the Tollaarring: 3, Rental: COU1&M agrees to pay to LESSOR as rent Tie`nonthly rental sun of Eight Hundred Fifty-Five and U01100 Dollars (8855.00) in advance, on the 10th day of each month. The Increase in rent per amth reflects the estimated cost of utilities which will now be psxid by LESSOR. This rental rate is to be effective as of May 1, 1976. Payments are to be sent to LESSOR at 3700 Delta Fair Boulevard, Antioch, California 94509. 4. Amendment: Par arXaph 4. Tern and Extension shall be deleted in its ent ety anL shm-11 be replazeZl by 055 o ow ig: 4. Tera and Extension: A. The tern of this agement *Z for five years corme.nala . Sepzerber 11 1975 and end- ing August 31, 1980. {t�cci vntb bocW ori B. This lease =ay, at the option of the COUNTY, be extended by giving LESSOR thirty (30) days prior written notice on the same terms and conditions an contained herein as follows: (1) First Option: Two (2) years commencing Septembe. 1, 1980 and ending August 31, 1982 at :dine Hundred Seventy-Five and No/100 Dollars ($0,75.00) per month. (2) Second Option: 7!wo (2) years commencing September 1, 1932 and ending August 31, 1984 at One Thousand Twenty-Five and do/100 Dollars ($1,021.00) per month. 5. Amendment: Paragraph 8, Utilities and Janitorial Services, shall be deleted in its entirety and shall be replaced by the following: 8. Utilities and Janitorial Services: COUNTY is relieved of all responsibil ty to pay for future water, electric and gas. LESSOR shall pay for all hater, electric and gas services provided to the leased premises. COUNTY shall provide its own Janitorial and refuse collection services. COUNTY shall pay to LESSOR within thirty (30) days of bein -requested to do so by LESSOR, as additional rental, a sum equal to ten and 33/100 percent (10.33'a) of the increase, if any, in the cost of natural gas and electricity provided to the entire building, that exceeds the cost of natural gas and electricity provided during .fiseal year 1975-76 or during the first fiscal year the building is 80 - or more occupied, whichever is later. n. Coripensatinn fb� Utility Payments. COU:dTY agrees to pay L'SSO� the sum of Six Hundred_ and No/100 Dollars _ _ ($600,00 ) as compensation for the utilities paid by LESSOR from 5p.ptember 1_ , 1975 to April 3g-, 1976. 7. Effect: Except for the supplements and amendments agreed to herein, the Lease of august 5, 1975, remains in full force and effect. -2- 00307 In witness whereof, the parties have executed the Supplement and Amendment to Lease as of the day and year first written here- inabove. LESSEE: LESSOR: COUNTY OF COINTIRA COSTA, a APOLUJ ENTERPRISES, political subdivision of the a limited partnership State of California By / Kimmy ClSiXian, Boars dfvisors Rocco Battaglia, General Partner ATTEST: J. R. GLSS0.1, County Clerk APPROVED AS TO FORM: By 1(t:'ic� '' '"� By Deputy Deputy County Cou sel RECO?:TEND vOIR APP, WAL: By County A&ifnibtrator ( - By J % Deputy Public •7orlIs 'Dii-eetor Building and Grounds By i-'� Real Property Agent -3- 00308 In the Board of Supervisors of Contra Costa County, State of California April 27 ' 19 -26 In the Matter of Execution of Statement of CSA Grant Number 93195 IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute documents accepting a Community Services Administration iomunity Action Program Grant of 5233,500 for the second quarter of its 1976 Program Year. Passed by the hard on April 27, 1976 1 hereby certify that the forelp*V le a true and correct copy of an order snowed on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the doord of supervisor: affixed this 27th day of April 19 76 J. R. OLSSON, Clerk layDeputy Clerk Orig. Dept: OLEO 14'a Cra{_g cc: Auditor-Controller County Administrator Cormunity Services Administration c/o OEO H 24 8/15 IOU 00309 COMMUNITY SERVICES ADSOIJISTRATIOV STATEMENT OF CSA GRANT Reserved for � OrylJ i4pprooal f fnFu l,sr.,cta�.e.'lal� rt t. NAME ANO ADDRESS OF GRANTEE a, GRANTEE P.O. FUND SOURCE CODE FFY A[TtOV NO. Contra Costa County Board _ _ 90195 S 76 ( 04 )• EFFECTIVE DATE of Supervisors 1157 Thompson Street __. —_ Aril_� 1, 1976_ ONLIGATION DATE fllS:r Martinez, California 94553 A. .�aa: Community Services Admimistration - COMMUNITY ACTION PCOGRAK � I SPECIAL'CONCITIO` . NAUIE OF GRANTEE2. GRAII7 NO. PROGRALI YR. ACTSOM NO. t Contra. Costa County Board of Supervisors 90195 - 76 04 SPECIAL CONDITION APPLIES TO: r f •. R ALL PnOGCAM ACCOUNTS IN GRANT ACTION b. 1]OMLY PROGRAM ACCOUMT NUMDERIS) ' 1 This grant is subject to the Special Condition below. in addition to the applicable Gen.ral Conditions governing- grants under Title II or 111-8 of tate Economic Opportunity Act of 1964 as am nded. . r In accordance with CSA Instruction 7850-Ia, the requisite ; �. . standards and associated project goals stated in CSA Form r- � 419 (per the grantee's submission for the forthcoming i probrPin Sear) are approved and will provide the basis for CSA and the grantee to evaluate program performance. j - E I• . r.• s" t • i t r F0111.i r nEMLAC;7 t CAP F(RIAS 29.29.,29S.2y:.22l.DATED MAa 65 AND G'.A VC rI4//. s w AP 73+ tQE�. Atly trt ■■■■■■//// 11 k' r�4� - c In the Board of Supervisors of Contra Costa County, State of California Apri 1 27 . 1976 In the Matter of Agreement with Arthur Young & Co. for Grand Jury Financial Audit IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Arthur Young & Co. for provision of services in connection with a Grand Jury financial audit, at a cost to the county of $31,000, effective April 28, 1976. Passed by the Board on April 27, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: County Administrator Witness my hand and the Seal of the Board of Supervisors cc: Jury Commissioner affixed this 27th d of April 1976 County Auditor-Controller J. R. OLSSON, Clerk Arthur Young & Company �/� Jury Commissioner By, .�/"l l 7—v Deputy Clerk H 24 1217V1sA+ Rb i e Gut errez OU312 "U✓il CONTRArilx GRr.::D V uRY & B-3ARD 0. SUPERVISORS C •I Rlt C:J 1 tt CL Ll:i� ► 1976-77 1. Parties, Date, authority. Effective on April 28 , 1976 the Contra Costa County Grand Jury, the Contra Costa County Board of Supervisors [paragraph 3(b) ] and Arthur Young & Company, Certified Public accountants, 1330 Broadway, Oakland, California "Contractor") , hereby mutually agree and promise as follows, pursuant to California Penal Code Section 920' and Government Code Section 25250, and subject to approval by the assigned Superior Court Judge. 2. 'deed for Exoert Service&, Contractor is an expert at examining accounts, records and books, as authorized by Penal Code Secs. 925, 925a and 933.5, and can provide these expert services and the services of assistants thereto; and the Grand Jury deter- mines that it requires these services, subject to the limitations of law and herein. 3. Examination (Audit) . (a) For Grand Jury. Pursuant to Penal Code Secs. 925 and 933.5, Contractor shall, concerning this fiscal year, examine (1) the accounts and records, especially those pertaining to reven::e, o: all officers of the County, and (2) the books and records of special purpose assessing or taxing districts located wholly or partly in the County. Not later than August 31st of this calendar year the Contractor shall aibcmit its written report of the findings fror, this examination, and recommendations on these fiscal matters, to the then sitting Grand Jury, which is hereby authorized to accept the report and approve payment to the Contractor. (See §933[b]. ) (b) For Bd. of Supervisors. The Contractor shall then complete a financial audit, and not later than ?November 30th of this calendar year issue its opinion letter pertaining to the accounts and records of 53(a) and the financial statements resulting from those records. The Board of Supervisors contracts for this portion of the Contractor's Performance and approves payment for it. (c) Welf. & Inst. C. 510602.5. Contractor's examination shall, within its legal authority and pursuant to Welfare & Insti- tutions Code Sec. 10602.5, specially include a review of the County's child-support collection program to be submitted by August 31st of this calendar year. 4. Direction & Approval bt: Grand Jury. Contractor shall not start a:lj such exa:::iration ::itnout specific c advance ::mitten direc- tion therefor from he Grand Jury' s Foreman or Audit Committee Chair- person, who may at any time rescind or change such direction and/or 00313 '... 1. ... .. WWI- Sr change the scope of the examination and/or restrict the expense thereof. All such worn (except per 53[b]) shall be subject to the Grand Jury's approval and to the Grand Jury's and Contractor's legal authority. It is contemplated that , without special direction and other arrangements, Contractor's work will not cover cities or districts which are not governed by the Board of Supervisors or which do not deposit their funds in the County treasury. 5. Contractor's Reports & Appearances. Contractor shall make written reports to the Grand Jury or oral reports to the Grand Jury and/or Audit Come-aittee, on the progress and results of its examina- tions, as may be required by the Foreman or Chairperson. 6. Confidentiality & Destruction. For 5 years Contractor shall hold confidential all material and information of any kind relating to this work (except per 53[b]), subject to inspection during regular business hours by this or later Grand Juries only, after which it may destroy same if the then current Grand Jury declines to take custody thereof. 7. compensation. (a) Pay. The Contractor shall be paid for this work at these rates. Partners $ 60 per hour Managers $-'rQ - per hour Seniors $ 24—28 per hour Assistants $ 20 - 23 per hour Clerical & Report Typing $ 10 per hour (b) Naximums. Contractor's compensation shall not exceed OWN— these maximum amounts for the separate phases of this work, (see also §926) : (1) For all services under Section 3(a), $16'5.-0._0-2 (2) For all services under Section 3(b) , $_-6�s�50-0�; (3) For all other services under 53(c) , (c) Claims. This compensation shall be paid, as each phase of the examination is completed, on Contractor's written claims (invoices) approved by the Grand Jury and allowed and ordered paid by the assigned Superior Court Judge (except per 53[b]) . These claims shall be segregated into the phases under 37(c) and shall identify the amounts for each rate level indicated in §7(a) . 8. Termination. This contract terminates on December 31st c� this mea:^; but the Gra^d Jury may earlier terminate it by giving Contractor advance ;,ritte:: notice thereof by mail, if it deems c.Oa. raCzo- :s Je. 1_CLJ u.nzatlsfactori for any rea:,,0 1 (. .C. 53J2 [C]) and the i:oard o. Sure_;_sar s ~a_: slam arty terminate it as to §3(b) --2- 00314 . , , GRA14D JIJRVY-' CONTRACTOR By reran A roved: Judge of th Supero Court tesignate title or capacity in Judge of th4 4uppe7r firm) LOUATY OF CONTRA COSTA (Paragraph 3(b)] By / c C man, Board of S Arvjsors Form Approved: John B. Clausen County Counsel Deputy N Gi'7i•3:s -3- 00315 In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 i In the Matter of Agreement with State of California, Office of Administrative Hearings As recommended by the Civil Service Commission, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with the State of California for continuation of the services of the Office of Administrative Hearings, effective _ July 1 , 1976, under terms and conditions as more particularly ' set forth in said agreement. Passed by the Board on April 27, 1976. 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 -:zd the Seal of the Board of Orig: County Administrator Supervisors cc: State of California affixed this 27th day f_ April 01 1976 County Auditor-Controller J. R. OLSSON, Clerk Director of Personnel By i✓ �1� i Deputy Clerk H 24 12174 - 15-M Robbie G(Yf`errez 7 00316 a AGREEMENT THISAGR£!-La.ENT, made and entered into this 1st day of July f, 1?7_, at S-_ramento, County of Sacramento, State of California, by and Ut=L-WeC!1 JidLC of California, chrough its duly•appointed arc; qualified Director of the Office of Administrative Hearings, hereinafter called STATE, and the Contra Costa County Board of Supervisors, hereinafter called C ounty WITNESSETH: WHEREAS, from time to time the services of Administrative Law Judges, Hearing Reporters, and other staff personnel of the Office of Adminis- trative Hearings, Department of General Services, may be needed by County for conducting hearings and issuing proposed decisions; and WHEREAS, State has,the authority to contract with County for the rendering of hearing services pursuant to Government Code Section 27727, and WHEREAS. State is amenable to the furnishing of such services as the needed personnel are available by State and are required in the proceedings referred to, NOW, THEREFORE, IT IS MUTUALLY AGREED between the parties hereto as follows: 1. Upon request of County State will furnish the services of Administrative Law Judges, Hearing Reporters, and other staff personnel to County for the purpose of conducting hearings under the authority of Government Code Section 27727, provided State will be required under this Agreement to furnish such personnel insofar as personnel are available and the assignment of such personnel for hearings of County may be adjusted to the scheduled hearings of State. 2. In consideration of the performance of such services by State, County agrees to pay to State the cost of rendering such services, which cost shall be computed by State in accordance with the rates applicable to the services performed as of the time the services are performed. State agrees to submit invoices in triplicate to County for services which are rendered hereunder. 3. This Agreement commences effective the date of .first above written and shall continue in full force and effect until either party shall notify in writing the other party of its determination to terminate the Agreement, which termination shall occur sixty days after the mailing of such notice. IN WITNESS WHEREOF, this Agreement has been executed by and on behalf of the parties hereto, the day and year first above written. CONTRA COSTA COUNTY OFFICE OF ADMINISTRA'IIVE HEARINGS BOARD OF SUPERVISORS B.• /`' t r H:`..r.. BY . Cit _ n, Board of'Sup Qrs O0317 �a In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Contract $20-039-1 with Reverend Bernard Mayes to Provide Workshop Training in Suicide Prevention for the Social Service Department IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract W20-039-1 with Reverend Bernard Mayes for provision of workshop training in Suicide Prevention for the Social Service Department with a payment limit of $85.30 and under terms and conditions as more particularly set forth in said contract. Passed by the Board on Apri 1 27 , 1976. 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 Orifi: Human Resources Agency Supervisors Attn: Contracts S Grants Unit cc: County Administrator affixed this 27th day of Apri l 19 76 County Auditor-Controller J. R. OLSSON, Clerk Social Service Department Contractor BY Deputy Clerk Rob ie 6u rrez J M_= � aazu 00318 Cantra Costa Counts Standard Form 1. Contract Identification. Number � U - 03 Department: Social Service Subject: Suicide Prevention Workshop 2. Parties. The County of Contra Costs, California! (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: REVEREND BERNARD MAYES Capacity: Self-employed individual (Training Consultant) Address: 796 Ulloa Street, San Francisco, California 94127 3. Term. The effective date of this Contract is April 21 , 1976 and it terminates April 21 , 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-dad -advance written notice thereof to the Contractor. 5. Pa -ment Limit. County's total payments to Contractor under this Contract shall not exceed $ 5.30 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand 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, according to the following fee schedule: ( ) hour; or FEE RATE: $ 70.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). In addition, Contractor shall be paid $15.30 for mileage reimbursement computed as 90 miles at 17 cents per mile. 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in The Difficulty in Facing Suicide--Talking and Dealing and Working with the Suicidal Person, The Helping Network for County-selected persons in the time, place and manner required by the County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two (2) full hours of such services. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Tnd_e_mnification. Contractor shall defend. save harmless, and indemnify the County and its officers, agents, ani employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR / p V By Designee r L Recommended v2p3TLw2^.�, C.pa city) By (Form approved by County Counsel) (A-4620 :3.1'75) 00319 m r. In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Contract f24-070 with William C. Schutz to Provide Training in Family Therapy for County Mental Health Staff IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract x24-070 with William C. Schutz for provision of training in family therapy for County Mental Health Staff with a payment limit of $500.00 and under terms and conditions as more particularly set forth in said contract. Passed by the Board on Apri 1 27 , 1976. 1 hereby certify that the foregoing is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orifi: Human Resources Agency Witness my hand and the Sea{ of the Board of Supervisors Attn: Contracts & Grants Unit cc: County Administrator affixed this 27th day of April 19 76 County auditor-Controller �, J. R. OLSSON, Clerk County Medical Services- By Deputy Clerk Mental Health p Contractor Robbie GUE errez ,� 24 Bp} lt)m 006124 Contra Couney Standard Fon= 1. COnC=s_c---t ldt'nti:iC.7Li0::. Nlisbisr 24 - 070- - ---' Department: !Medical Services - Rental BL-•alth SubJOct: Rental Health Staff Training in "Interpersonal Effectiveness, Skill Detelopaent within their Treatment Prograse 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: WILLIJU4 C. SCHUTZ Capacity: Self-erployed individual (Tratntng Consultant) Address: 16 Portola lane, Mill Valley, California 94941 3. Term. The effective date of this Contract is May 22, 1976 and it terminates May 22, 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 500.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed heroin, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or F8B RATE: $ 500.00 per service unit: (C) session, as defined below; or ( ) calendar (insert day, week or month) IMT TO EMM a total of one (1) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialised instruction and training in Interpersonal Effectiveness and Skill Dcvelopsent vithin Treatment Program for County-selected persons in the tine, place and miner required by County, including the provision of any related materials and supplies. one session, for payment purposes, shall be defined as the provision of at least eight full hours of such services. B. Independent Contractor Status. This Contract is by and between two independent . contractors and is not intended to and shall tot be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Inde-nification. Contractor shalt 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 exmsequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, wbetber or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Welfare and Institutions Code, Div. S, Part 2, The Sbort-Doyle Act; and California Administrative Code, Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act. 11. Signatures. 'Thee signatures attest the parties' agreement hereto: COLgM OF CMr= COSTA, CALIF=L& COSTSACTOR gy r J F .,.., Designee N. Re±comat::+'.: L: v�partaa^' (Ue:.i eitc gl`:ici cnpaci:v) By (Form approved by County Counsel) C"620 13/73) 00M In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Contract #24-072 with Phil Manfield and Mary Mullin to Provide Training in Fair Fight Techniques for County Mental Health Staff t IT IS By THE BUM ORDERED that its Chairman is AUTWRIZED to I execute contract 024-072 with Phil Manfield and Mary Mullin for provision of training in "Fair Fight Techniques" for County Mental Health staff with a pa}-meat limit of $200.00 and under terms and conditions as more particularly set forth in said contract. Passed by the Board on Apri 1 27, 1976. 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. Oris: Human Resources Agency Witneu my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 27th day of April , 19 76 County Auditor-Controller J. R. _.; S , Clerk County Medical Services - Mental Health By Deputy Clerk Contractors Robbie Gu ierrez H 24 8/75 lona 00322 Idl yI R v f9 4 h a Y'?rk,Rs,. b K1Lt2'1 �{��t` ..�swQl,lilt;� s, e s 7"" S r 9p O I s i € a II f p ,, , T t 7+ '.OtlG101JACGdtlCilIi,tICICII F t f2 .. �,; Yr , ww 4 s ' A fl ���{ t rl tI 'Ill 'x b JHO C4i/1w7. + "WT1/ Lw` y lll4 i a �ti. °R. d 4 s - 'e­11tcli sr �ySr �^t >:i''' ;,x z "ai,,, '€. t f,r CFE ��I - �I'lle x s err I „ 2. Contract T icat oR: �dttber � w sME:u� �+ Depa�c�taenC� 3iedica7 'Se `� �" � ` ��i ces- 2�ental Health s,F 1 �„ Suh,, 1 l 4 �� d M,� c x4 u" HE:RCBa. Health. StaE �, rai111­.RiRg t pal Fight �G ,. l.,K,.,i. t �� ^. - a, x`°` ,ter 4 �} a } s ,�,r.a 481rt3US ,COURty �/l, fAVRt�, Ww4a.fi 4fiiiJ­'111 I.O_11"l Rsv.cv .?.;ayz , c 'r c bbr+` . ��N _ (CctUn ),'s fQtSBCiQ?�I7t -ItBIItE �albove, �a the #Qllowiag RalR2d CQxttrSctoa� atttttallF arc a fam a�ee ruts promse�01,a �J4" 'y ( # CQntractQr i P.HII. 11,1II 1, +SL t T. '�`^` I` .- ..y" NKI. aY _ I'll -11 _111-.1-1-111 f g H{ z „ r— 'H t 1.."'L � ,LQ� -r.Rr4�4 1/ �.f.6Wii. , y,:.�'l-i—', *,�w µ �' �; t�� `,v ` ✓+y' _ t -c k~ -f. 4x CoABUltantS) 'r .1, 1,1 1 - 7 `'`' 's' k4 '�'E ,> t +•x rr s..&- e acz+' ` .�''Li+ "a,T.. - � � ,,f: ess X33 4 11 Court '�,Swi,,ten`�.02 '�Ta7.met ;reels ..Cs ar x.4-5 {� - �4 1MOUIRPQ "`�� E*tsk l "a z€xc`.+. �. h,; rty5"rr "" s aawIM'�„ "'7Ys #` �, din, Y eill fte tiVe d8L@ Q LiS. COacr. iS#> Apr- `26s r197 - - r 4 rtezm_nares, v 17;2976 ,"mess,souner. Lerae�nate a Pza d '*'. mammm t K H'{, «-'Y5, 'r - t 'Q' ":i.3. �` ryR � 151 ��"`5f yY� �11 4.I'll. 9'+eraia t QR.� 'This Contract asap b �teacal hated b the1 CaanW ati-A sci +iii I upon ay vaace wra ttea Ro l-� t1.111 hexeat,to the cdat G Ctor R 1�.1� �� ---- ,� <, �113+isC % Its' kg2 r' r' RR'Vh ,��„ `, ,,,aeaen/.t/�[.'asit..° Coant��*�s1.{�total�pa.Y�!enCs :tQ CoRttacta� nader, , rCaRCr ` s # Baa P' ty \!Y �'� fi ali" % J ,�*'�' �q sF k' x3-' +s`fiy,*f, _ _„i' 1n Mk l}"�i?1- ar E' 1 5.-S 1 r }„ Y 'J SCJ' tc `' ", ^,y R a4 .ig hX' 9 L !. C+Yr,Z' Y' ,;.kf6C` � pit �~l 's sLJ Y"ylx .r . x ^� r;:; ,,1z ,r1 I M 11 _ tP `�"p4{"'T;0+ L �` — _ I�x a �, Couaty s Obl3gatiQas In Con to_1111r! t;prororis#Qa o $ caaalsderatiou of trac �kw' +e$c � � ttStt�?jOCLtO t�34z� 8 t t gClX;4'S13 �sQ�WI t $ ue ^t "� "'+'�'K` c t 5.. 'K9 # '""yas ._'' .a t -r ;;- *5" a''�,, ^. x _ ,,Lf€;''�a �'tQ"+- i pQR Q�L p�QM y� 7 ,:fi u �. Y # '.,"Q�'{ryap"-� r k�ms�k:. a x.rYir h '"'£ 'fir - j. '�P +T. ,' - .a3» t��,, �. Ol"""^"'� :1„' ,,,, ��Dr�lA pir:St:1^ b� CQtl_', '�Qrs '- ' and up 'A �X�1V�0��811 d111 y�e' eaa o£ the couaty,Aepau,tmmi for �hfch : CCDtQChefQIlQon$ fee SChi�dttll this CoRtract�. matP. Ql]Ga2 5 '1111o f Y" r z t `' ~ Kz v" a ,s '� Y '. F t+. nZ r� x ,u u fiw4r tI'll £'�1 ,, s h& t w ,{ r, r� p w +` ii ,y� �" � 4, 4,� ,. F .0 G ,f' s ,.. 5 G' "'�z ,,,,5 ,,, yari .R Wll�,� a , . fin d s i, k,,, 0, J��,` 7,F ���+`fi ve - #yt . M .+' ESQ V{/ �p� .���2w (�.wu�i..Czt�,.,.,t,.--r' � '�°.1 L .? Lia.. r `n r_ �^' S�c. i• -.{� Sel38iO.Ry AS�d M of - ` a sx w. '? .k r fn rry u t ,�t s +t `ttr.S fi y.:to�+ - r %n. i,z ; 7 s f ■t �,,,...�i,.*`'''.G�:`m,r .,^"Y` ,,�,,�� ss, zru :,-�,'L 'r"'�.iZ-4.4' r*`v-I -1,. E ,,, ' aLDGB .s OfOtl�n �� qtr( r \$ • a �-�7.1 l 'z �`���,'R'�"'°r sr�. l t t..>,—ilp ,S•.s5' r ,011,11. ­11ttwv ata n,�' �G°Rtrac�tQr s 3 aLiaoas CoaCtactar s�ba�l, ro Ii - de s cels '#s,w... ,"i ,a ik,ms,+ �4,' ,+"*h m s : :., ,;.,,z �,i -'r t'rs l- f " `tee�.'x k o .r^ "a ,� ztA �� rte . 41. p � �y�� � Imo; - y.a,� ,i 5, , "1.` 'b,,- x ; .. �n"Ill�" z� +L S in$ aq;;'>k "" .} ..,.,d- -per to 0 Ffi.iiv r tr�rie�. � CQUA tEI TtSR �lC L� Fye }P r �/�11— � , t o�`Z`t« e3'C S*x 2 IF 77 4 ..S 11annZL �e tf ; ���inU�,. w , �► and Sts � rh �� lii �'RxIB 2'h@ prQlliSiOA O� atT`leaS Ewa t2) jj'- - . q,€.1'�.' N„.,''l,lls,' z 4.' :'Y'P" �, t -+te r.. :, a = _ ac�„r � >�a �.::a u$ w : .y,.. s e k z:,3 r ' �, �-. "` ^' �,x, tirEI...; —. x +mF a � ,� s,z„a b 7;-4 tom �. > t i r , r 3'�s' „�� r 6 `r" 4 `' Ar:wP;i1�1Al` r a x � ? 'j�^cg s a v -. 'J «§' +,sxy,✓,.- r i � gbh 7 ., � �� }� .k ",r"`M t`', ..� iF w' .,.:� ,� y ,.,`c'ta�r`4jL y a, s. 4,�r$ ,r .x ' i.a J,iJ,irYz.,��i #Y� ;>y q z4 i �n k `x`s .i ( 5 i�- �- a �5��'. ;`"�" N:, i +`` , " `- {'ir yC F :.s- aC `* 9 , �LndependeAt1Costzactor 5tatns , „ill-Co _ ntri hYnie en �, trazto�cs 3� tt0 11", ten3ed to,and sbi :not be cams to crew g �,Y n�3` Via,s a w - r,+ Utz d w1- � f: .hw4� .,e+ may VIM,pO3►ee, taershiQ3a�'�reRtUre Qaass�lcia S r '+1wr 'i`M �.v '',' '' S _€" �Z $"4•�ct#.. y: a , 7 :4 k�ki Y ,"p .:' r -_— 1-1 v-;v Y `' ''';°''�.' „1.IIIw �^' � . . '�,,.. 'e j" r,%:2'- .� ~fi x �'"h /►,ice: rixE„ t+` ' }' r f prlZNI'' ,p s, " 11 1 r. - c� LYR to ,Si ., O�i.,. Smote"b , - • w rz:< ama 1 < ,�#r�"'P , a,,;. 'n,,,x, t s'�• xM C SSa, "I t6 SQRS OrprQper s l '�,i r�. '�aW �+:'wIL"'s,"-.?%Yk', Me..� '_' c 3 T,'r L a1c '2 35'.1` �' ^o*M�MM _ UenU+� 9111 i8R �whatsaew � 4V Can ;G '+"_'�"', Fc�,x 2nr^,', " :?p'%t e ,n '�v*r.- 'x'ri x , r.- " gip. exsL�QasQr the es o `the CoRttactar leuimderwhatl�a�Ra _ _— : ` r,tftn x Pt �,g LRCe k0 1e I r.QAt�ctQL'� S' a$euts :Q7R`'`CIIIP,ZQ�TP�$ r ,� u " �9-re 'Azb x r y+{Fax+up;iR r , c';" �,''; ;:.a t b � g I� r `.. ,;,,,,­,,fi '4 -'+ ,z�,Tx '�{a y;i'- -_�Li,A -_t 5 y«w''C" t y,t? '^y yG: *11 �;8'k1�1 , .V+. ^'� a Y �4s, _A f:: r fi+» r ' x `,,, "ir � y � rites. Comtract is entered be Z. t MAa]. uthbk r,tle Cai orna 11 a t Code Sections X26 3 QQ _ .. �'t?: �5 @ S..x,�, r, 'x`a�"_kg, ,Fm,ap. x a 4 r i� *_ - s to "' r z, +^'U. �� iv�lnS tuL Rs Codit, , )atv. 5,Pair Z ' Sbort�11Q le°Acc t ' =Subapter 3, ComoruRi"�RtalBealtb cued "'ri�h�ai o -- nCodee s# t Y =- 6x'3ro s +,k w } c°:- - �. L s+aar c. r y, >m t £" � s. h- 11 , "..?.�.W 2 tib �"A' t t'"`, �',` a N.*'p d 4` m �r `b' .�� Si 11AL111'OSw " l$SP. S t11X'CS► S�te$t 4 ' - ��. pwOr Qy. .� �.& `"�{"£'yL7Y►7 � ��°"��►4�w�i4if \►V.7in� �� LL YON Ilk^ a,sr ,.ryc;e'r`§$tom !�'�.H#° , i, a .t : a rte% '11, zv b S,i+"'t'X-a"t"y''" 3d �... li, .t,, i b th ¢ m W �q y b Y 1 �, -P Yui D �Q�^V x i Ayv f h'9+ P11 h tr t T # A "• !MI!'r•l.l..f ��. 5 { { dt1.4�'t� r - A,i ,�., 5 -11,C o-kx 1-,.yp+t 'y ."r * �, +� Bye � azuds +v Depat t :t e fir .' n } s ` a v Ip 5c»t a "y"•rk: c3 .r,4 '»( '. b"v 'S»' hr.�. "u'. " rt 't 17 %xit 5 j N .. e "R.,3 ,� x y"' 'ase•... pt "' ,� x I'� .. Y, v x .� ,*� Co p ' v� Cou�ns4 311 9X� rhh � x s 't - �7 Q " # x ."T OP ' s. �w „c". ..� 'k Y �.Fz„. aez..�.�� i �� it 5 �!� , -�� �, � � �:. � �'� ''� � � I V'II'I I!I III II I I I hII� �'ilE��..a.9i�s .ppb, .r et *�. i">� f13"3`« f,. .., it18� fi�l�i��� �I I.� I�IJI1 II ��II �r I���I�i�� In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Contracts 120-083 with James Long and 120-086 with Jean C. Chastain to Provide Training in Foster Horse Development for the Social Service Department IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contracts for provision of Foster Home Development training for the Social Service Department and under terms and conditions as more particularly set forth in said contracts: Dumber: 20-033 Humber: 20-086 Contractor: James Long Contractor: Jean C. Chastain Term: April 17, 1976 to Term: April 27, 1976 April 24. 1976 (one day only) Payment Limit: $10.00 Payment Limit: $87.50 Passed by the Board on Apri 1 27, 1976. 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 cc: County Administrator affixed this 27th day of Apri 1 19 76 County Auditor-Controller z J. R. OLSSON, Clerk Social Service Department Contractors BY '-.� i Deputy Clerk Robbie Gu�ierrez !� H 23 8/75 lot.! 006124 0" I If Jn , 14{�k W i;uk b� Wa°t 11 �3,i i)IF k.; .TF rN,..:r,+.Y 4, I d4 ;` ry h� t 4d t :k ,7'.'. 3k ;.k ° JD!.�'_i t9 t� D[ h �A Si dd / f.�s �w� S a =a �. # i [I ' sl i� t s i i -FIg a i9 ii D f I4{ M+v ks�? 4�1R c,,, i" t �. ; tr Dr �,,+��'s,�r I I &t� y id' * z u , E �Iii.aaMiwlii�l i. �aUli1 I r PO#1` x ., { ,, �r �y���y jet t. " " ;', z Y' � y �i;. r I - i'... 'Y�� ,*° tk ri - k74i ,,i/ai.0.'i;+�X iti,7 �+'.` ('t x f r a} FF" xt r iP� i [7k ms 's,pww`4 "' *+"" *�� mt r e r N ,4 Y q, r;-ti r a° zxfrf v e� yE 'N I[ 1 1 -11 l x C + �� ,d W !�i e.i - 17_ 7�' E Ufa �Ontr.3Ct Ident3fa�catiQR. ' .�... Illtt6tb?r s fi 1 - h r i,�ssn a r i e?. aw'i .irr ""3t �.� w Yt s ° r t r i, g r x.tai• '+`f•.'3 t.} `"z ��'^k� iii? " '�Jx w:x Department.. s C"l 'S e d ,;F.W,,.�.n,.^dz,D'"'r „' r,rc-f* I . - � � % "� '� ;Sseb. ec" � Oster Aon�e Deve].o fi Y �a s }moi^„ X 'Xz A '3. ; .�, i. I% xa > n �, $' prQ$ �O �'OSt1_1ea� g g� ,� 1 J 4" ` t j Y { 3' rY..4 t �x „'`iq„„D�,s.+2 a - r irtY lis ,'r a ar'3.z +Y1t,�.,ti 4rI —. 1• ' P8xt�tS. TtBGQ4itiL�f O£ .CORCr�3 CQSCa CaZifOraa mk �$� � `.� 3 /� ■/�'/� , Coua_y fcra ts«Dep toren Oeste" ri }�N'�F �/.�Gf 'F��� AI yR� 4.�Yrt Y rF �'��ik 4^'W'.9/W_�.G�,,yS . [en 1,"'w}aj j"" 7_ H"�,In,, s k: , ... aCract r u04Y S?ce a 'pr a".�: 1�],YMAP , �o ��, . A o f a 2 ,,,..�`' a ,,�/.�,,•�.� ,�r s``', r,rDF d�" - i 4,v y. ¢K- t s "i` "' iftictor+i AiiW r .? Y i s'. "-d r w"^ �° 4, } '' , 1,� '*I: +. tp e r "Ap7m , . s g, wN ,4wia �fi' rB",,{', "� k ,� d"` . k_t, lddreSS X43 Oak'8nO71i80ad SObrante „a L /��� �� ' } ^� i Y 'v i r _ e �? f `+`l�Q �iM� .ei°Y"-„".t.'' ,p. ,yLZr< < '.;f,y. R$T y �. y,+; y�.Yx _ '7 « 3 y t :x” - a' 'x' t m y t,"'0.�,%,"k 5 4. �«Lr1Q. i v e @Ct Ve date Of,tb3s j� �. ;19?6i ;_0 4 COntract 4.i..7 Ap 7* �; 7 tearminates Aprd1 2b; 7b unless;ZVIsooneic ter iaate a prod ` h'r* y r�tx'� r z` cs'r--m�.,zi �+�.�..,.► r rr r"ry..,M s*`kr,"3. ,r,�sy,.+r, t< - , 'v " r " + c r r { ., ., uc �, t -1.1111,1. , " `e exla nation. 'lbdss Contract mays be tested b "PLhe Ccilinty ate e M5, 1. � < l % up►°n v+e-day a,�vauca � itCea1_1 nOtatce the�cea£` tQ wee CQ t ctan:* � "� ---- ' J- : . #� S11 3Y` $ t i�imit• sCOuu_ Y'�S tot;i . payaents t0 CORtrICtOr"Wldel'cr t11:rS CpA€tr?.c r 230 4 x>, K �s$ - , z v - - d 1 T ? kbT ` COuttys r�bliat3ous• Zn cons3deraCion of Contractor�s9.prOvfsixi" as10, h t41clescr3bed belo�r, aadsgbject to the payment3�3t expre►assed��hereinun� �` "~ -11r, LG" Contractor, upon° s ,oa1,2�c£ a prO�er].Ya­11dacemeeaCed demani , dt i p-- 4 e�o �k N'F, '�'' orm pprescribed�b CouR g % -,e Y tY �en and ,c►arei D-�S) and ? SPp?pp�a�I�"O P. cb "� e o e Costt�h► DepartmeRC ,foz�w1�.ch. tt�s t ls� i Q " r $AE x $�QrdB�t0 tj1B f01. P.f: SCtl�e. � � a► . aj i~�5 m,>ka"d ,r. �? t 'r sa S k *F -� `'3 �r r i" #` qs` =q% t�<'"�yEy't G Y'' r y. : - _ a afi #' tW 1 � r�N� - 1 11 $ 3 , at�� i �F �lQLlt•,,r,,,;,, r �' � �S" : �D � y S p+X. ;S@rV3Ce toric �t $eSS10A,," 38 ttei�ilted 0 +�" ^' �. z'�,`i z..af , x r ' 'c r ,. t t;4 t. .M'f ar�.'..x> "t ; �, �� c t� (atnse t 4 a , we o _ A, n ma :w° �a' '.N,I r- s 't Y � - 'h-.e W—'i',tz t,�+, '3 . ,'� 11 �T 0 a,total 11'off', . (2� w� C(s}a fia11" �� , F 1, a' : }», ,^e4. w=d - a' .1 z.n Y `.t° ''�- -s r "p 1111 a x zt$„fix'a d ,� �l` � 'dr .� 'z n - : 1 A Cs` 5 2�� °'S,,,,� "";?�"'uF c rr k.. f .« z v,+' .,i, '+tr - a t 1 u 6 a 'F'z�"Srw_ `=M �* h weOntr8CtQr S MORS.. +sha�3:�p tbex Q�Qfii D deb 4T *" '++a,Ak''" �a ,�� } '.re",, p +*`.h i '„ 1 q,:. a w v''m�^k 'a`I I,+'f'.',-r ,„,' g y,£O ik_. i c,..+e`3r ;: ro ,�'s u«,.. ' y aCoasu�.tat3Qn °� I'll -- xtru C3On and training its General,0enta Os e 1, Care f°r 4__ P �r I�rsOins ;iia the tioe, ;places aad m e 1.r regt�iac 1-11 b� � 01 :- i!", 0 x11� 1. thex p�rov3c,�a �o.',]ap: zQa+�ted�jmate also andI supp er 'EJ, .. 5 t� fi4,. �4a+V bpi {✓1Ri�r YID-K j�� , h•�tb 4 t'mr r 4 �� 411111 1. Off' BPSt twQ ^adS11C1SeCe&• 1�1 r h ,, s P Yx t��a` ''° '�,+' �$a11, .' -- *,,r'Nti 'iF», '�s9i�.* 7 a A a �i c;4y �y,i i jL^, � k r 'tt P7"a "____ eRdeat�Ccintacactvr S� Thus CQa racC #s bye andw beive _ .Z . „Ycontaract+oxs andI 11 � e�'r3eR - ' not3iatetided to aad shaxl not-.be coastiued.�taxe a �� r p� jQatint YQtitRtr6�; Qat.11-11 -1 n.z x s w.�e: x.a r �. R S � �Ld�gSy�pt�p BC OR owC,��.1Rt't,., � S�1R I�e£Sl�td', 1.SVP.' 1t�t'Cul'dS&iaw EI t1 L° t* - �� � a + Qif.Lsi , ,encs 1,11-°3 :,G-' y "r.;r'd'S' , J.k a �, a e ►�oyee s I�Cc�it all 1zab�L7tt3 a - k r 10 �+Ae rtTeath.,,-�>* SC�CneSS► Or, Bury t0 ;persous`O �rQP �," H, p.,stiL' t�ka,yp;.,p.,y� *+ nIJ''k^4" - use ei_o^O ativ 4PN.M�\/i# t f k _A 3 f`„r"1'{-i.eLL 0 t�4.:;° .; t} Y�+i" — N{6 9 i y d fi'P""�'" -fit° S ro { k c " q } ,',,,. �xoperat;LQns orbe ,servtces of'.''tbe r Caatractor hereunder; betbe> as nOesl:.ttai - h.",. i r x s: g 91 *GtF 3 ahW, rx u 8��$l$eR O O � COME$,_, , " +s agen t -O» emplQyteBS- �1 > � - ., , 1 s A " _ r ` �' �ut1A . SIS �iQAtl"aCC'�Sr�:Qte><et fntQ#laid Rlibet. Q�tb '_4,1 fg : I r klega �autbOa� ties111 : xaI ,11EQrA38 GOY@IRC Ctde Seataia X622 ancr3IQQQ:r t §VYfri�'�""k. ^�'E ,�,k z '- * °ai}��. ' r xa�` t�X' ✓F'>`w�S gd -D, o-M ���� y# z } t r ,f 4 r�ra'F r - yj z 4 M'...,,.,'fir e ra g ar x a � r � >13. Sar 0a�kures. Meese s T atvres attest the part3.es' agregwm h�etcr. ill- . w1. 1. ,- '7 ,� a'D . x t„ r f O11 P=t�� 1XIMS, CALIpOR�iT C04�"1.IRACTQ�t I f , . �," h ie ghr , 'yam".,.., .�.�.��. _ y. � � v'10 ','� ;e�,p, ;: . : �. , , I ­ I . ,f I '' - -�� `,­'�,,�,�­��,,. — — a a ° �y`` �_ �a,w a ''- _. _ I ,A. , K '$ - i��K f �1. �+r�ad b�• Det Del f 3 *�ee� r y vz rya +i`+ „a' rrc� i' t rAT 4„ibi 's"§ r4-''x r t - 1 c a i r z air 11 - ttz 4 ,* D zea i,t 4.`" � .. K r — ,� x fii' ,G� kar i 'a ,-, x , i 3 �FA� ap a�ovrd�bp�Coui"I - 4 �,, �,M1.ty i"$"fi�`sa r � v7IIr�rn�e 111',v< s9= -L�'''I _*'.• rx3' ss�. f Y`sia k"y t - '`T p Y :x ' r >( 'h3uer a s P ,.r_a< s,3 a�. hp ,'s... s,y{sY ,,,,1, N;,, _,,�Z,�i -L�,�,�I,,� ,�1�,� e�'i",;, ,,���,e',,,,� �i�,,,'� ��} "'I�';L�k��.';-f'%"% , � ''L �' 2�t 3 �3' _ _�.� i-,`� ..�,— "-, � "'`"'�,. i}5�"� '' y, ,,,,���,�5; �,��,,e r,,,�i""Y°_,� a °,�n ",r "" r`'MWO"`,�°4t ,I -I I'I� ,t 11f 1.11-.i A*'j ra .,."'q ,X i. I 1,�j, '1i��.,-",,,— „;€ iD4i �z Sv+,,KZ,,—," fi r Y---' s�' t rF f 1:�ffix �i i�di lil l' �� I'll ,Ili h j a ..i>r:rt.a,i_. '.l�tl„ ,�:, .dd&av�;"*,ro^+,-,:r<,'R.�a . �, i,�+.:.'.t^,a "P �"''z� S .y' r�,tfi''s' ay D " i �: , �'` Is���� ilii��,��� ��AN N���������i i{{i ,U 11! '� k >4 8f:t t d 9 k 1 I Iill " �'� q '.i, • e. r,. a h 9 , 6 III ''��il III i!si!Oo i°l41 1I�ll.R)7LIl1Lq `��++O ;!:ill I iia t s wa` �'�a 3 ' ,I j I' {I�+o Ali II���III II Iwi ��:II II I'II ^dim S W 4 " .� "� r ,� o r r, F3z {i3P sx; k ,u� �� '�,y.';J I xi w h t , (�� . �/.�p.y_ �.'}� /�Q /�./ �'I x s t,t f.�i 3,Y E.�,G .i T i �' + - "�+ '" R '` - :S �T�s��.'i.sw�iatC \wSA F►�Z i ; �. w1t`� `/N "� o `i 5 8 0§ 'k rn 3 !v �' /tr �y3 1 . i. - ° - i F `�.BC& &�w''_' Yk" �Gy r�it t,; a ? "''r s, .. DA ZBC @At3L3CStloti. °' _ '' �xpartaleat' Socia3 Serv:Lce ;, �� _ �Lc` ' Sub�ect� Fost+e Nome Dewe ,op>.e et Cir " __.,caa� fo f!aste�fi enC a r 1: r tf iY `'�-rte''x F"ar _ k A `Z Farts es SheCount► .of Contra.Costa, Cal,ifar , (County), fob is " -----..,.-. Y� f�,��DeF�, above, a�td the` o ' Caat>ractor sutual- agree§and;i�promwi�,,, } ow►s �� /� /�p��.�', �' �� yG"E — n�+ , ,"\�JA� �,,t.Q,r".cwJG[1R 4� �+L,tM7ii1iA_�j ;+;_ /����� ♦',w-, r '" s +w p„� rck}°°�- "3'� '�'; �"-v7 '3 i 9 � Y'r,. ,:: `s' 1�t7i'.�. ,p�y� . a * (�r�iKiJi ��MW�MAaa,i4�s+s4) x . �`:`-" .;. 'w ry YuE^k y„tq i es ;. 41100 35th Sty td OAidaad, Ca�riforn:Ea �. 1�baM � ,'x �4 f� =w= —_ ��, eraa.._ he`eectivedae of this Contract is Ap1r'' ?,`��1 � ,H 2 X76 - x tesamates April X27, 1976 unless sooner;termdnat6x a provide heir - , (,,.T r= ) r„f wpm.-rnn'+ "rA — tt " k f TM t ..,y - Y.,. , } + f.Y'"^�Y E Y N Y irk" .N' _ , h ` , � eraimatioa. 'hl Contract a OW, to IIited bye�th C�►untY, at t sa►X d e ,x ;,�u�wu#ive days dvaace written notice tbereof tat the Cantxacta . , � Y * " ro r M1 .o--' r cSy$'.' %r"fid '; }. , ka-i� air.+ 'M t'� ' r $ z� 'a At°a It County's t0 j4j1�leACS t, COntrac UndP.r this Con oC $h 2'z a ss�� �' r .� f .y c F1?r. ""#ud $Q 1`� '" y i ��exceedy,, S7 �0� , .'„t , f Ff : t !y ,N " 2 Eqs. _ ":6 y , C +d' kw 6Y T��r i -- 4' zx r +'VL{�nt� Snob t3lonsw ',,�:� 4,Wn. a• 4.. t C a� ''c 't v m ","'Y'�t4' a'"`n., ". ' d , k ' 1Ism f` Contractaa�"s�UrQv�sfo �a�s , a __ R Y 3�h Y '4' S S r+ F+ 29 YY"E' Y '" ; �described�belo '3eCt 1toYthePaYment .:13mit<expressedherefsr �Coum s �,4 �` ,+} A-s,r- s 2 v ^.C,''1 , .e* r-. k s +,. '.w *� >a•,a a ,'a'a? t� `f" taes . Xddtractor��uponfisub>aiss on o£ a p�caperly documenteddeeand for. pajFmen t maria - :rand�font .prescribed by�COuntjr �Demand�t Form D,,, )r ai4d upow,wap rav o su dedran ,the ahead of the,Coiu>:ty Departmeaz #or which this Contract is ioade or , des gae a BCCOrdlna to "the O1.�AW LIg fee schedule ,, !� i ask s '' *, '� .v .1^ 4 .,k' ^� r. — (' ) houac, ori r 3 - .; RTE ,S 87 50 , per .service unit (X) session, as defisied ,be a 3-� I Y ( ) Calendar v (inset-day, o O moat a s ����T� + SOT 0 1 . total=of one 1 service unitCs) � ___ 1 y tt . „s { c .. ;Cflntractor'sOblins Coatsacta�c shall: provide,thea followg�des e� s ces - x 4' $ h ;{ Consultation, splac3alized instruction, and tran3n 3n+ua,a��� Be �� I oaf Toster children for County_7p acted persons in the ti> „ Place; mama "� "e 'A byCounty -inch the<provision of ang related mate�ctaas ands s, " '4 £or payment pu s a shall be defamed as the provis o of >ens tbic ozi h �4 ahs ^ > xu r g d-1i2ful1<houlrs'of such se>cvices . '�Y ,}� ,?a2'Je >*e'�i. ' { -'terry r 2 's Ott „ ,oa»a�, -- � � " ; Sb 4 EP ,' �• 1 N ,- i a Y t t t .1 a ;. ,. M't. .� .g j4 5 ',.v+8: nd..I.. at 1Contractor.:Status. T63s Coat=act isobjr$t 'l between tvir ea' - A; contractors and is snot intended"to and shall,n►ot be cons 'td kcrea yr' �_�,� ax s. .z b y' r ws a 's t :: " _ Yf , =Of,agent,f servaat� e�aploy'" part�acship, ja3at VeRtilrf: ori a OC t a1 Y = 'x - a-t , e'le1, "`"r Lade s fscata on` Contractor shall sdefend31 save harmless, a afnd t h sand its�orflcers; a8eats and ,, " rota alit l.fabila� es and' dams x death c�aess nor mjuxy to persons or property, Includ3n&,,',l onit �I mita 4 P a2}r aF x ,rye`° "'' ' consequeab a]. damages, frrc>4a any cause fwbatsoever afsla�fio a � want t ,,x 4 ,, moi, - p°p,+�'xatxonS nor iecaseYv. ccs a, fibe Cctntractaic�hereuAdeac, : 1 the Q n� re nt �,� Z. $ $QAC@+Of�'t �:OatrBCta�, '�tS 8$P.RtB Or elrtployC B�. F' >+ ,4111.r: _ i 5': t $ Y 7 k -, , '� A + ski '".y e 5 _, .t i ,. r � < ..�y zt „�2. n ,.cee #{ mk2"' I,r ' >" } c .k a >' a 4✓, .,l -- 3 s " fi < �'' a1O a 1``�luthori' T!>uis .CaatxacC; is catered into -,,, Ind subjects t,r%,c � ,. - _ ��*, '^legal authoratates Califorai�a Gone; hent Cade Sect�alns 2f227 'and 31000 411" -_ }? � v - a s .. irr j .° n , x `- k u 't _ 3. s aazures "hese'sigpatures attest the. parties* agreenoent hereto. ' T", ,�, z# , 'M I e t �' _ kk -. "rt�F¢`., COQ Q� .CON COM% ,, j ryr ..i, ... €x xf'. S C} ➢ h1 # r NSI - J P K ala g :.%' Designee y � t z = }12p.� i " Zecos as d by Department (Designate of ia€1 aci y { k.v x E h j r` F $fix {r y �. �t'� — ma SR. y 2.,,,„.g ., ~,'tom �: ' 'i �,� :; 3 r.'7* 'i .�.^,a �?' ; 3► _ (Lrarar�}alp»aysbg�Count�Cctu I ,�' �,(*,.,sS`:-,ea n, ` m ar'.v,K^. $ s o- R1 ,� y_ n� � "s"- A ..: " ,ar,- ,�.5 - `r'ti_ l s4�+, a.>*lr� a.s: $ tF= m+s ,r- :z srnT7�'u"' S +r F w�. r Il } 's. ea• � *.-�'.in`w &.y, } 4 t .s' w *'L'«fl i �+ s kst`r' 'r ^ 1 a'^ 3' 'yy;^p,s,r�3ya:,'�?w s-r �u,�' ..<.a.. a r,'r y yy..r+ 1 ,";r 'i d ^`4' hZ i t +t..... tl I� a� 'n`�'L "�`"'r" >?R #r`t� i ,. k s. x r gsa,Y,y«Asa`. &: ?�.,<y�ry,ip4 ,,.z'. 'I ip{Ips Ali I, ,,i`w55_7-��Pfyr `'}, ,�`„ ..""F<;k` ..t."k+ �d 22- k,� .e �"..Yg� F•�"":"' y6�"`t`. � �I w 1. �}'I �,� 9'¢. — �r, z: 1II la.. •k, - _ .�tNll �'Oi ze. „a ,�� . ,, i�,���r.;�,�;.,w,"� . <, ,,,.w,_ .. m`",a,�.,+t�»4rtata ".�,r._,�aa ..��as.t�s�,:�� "��a.��.`1�: � +5.� �d 4 � rl� f f: is� I������L�! III In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Contracts $20-080 with Rose P. Taylor and #20-082 with Val A. Kositsky to Provide Training in Day Care Develop- ment for the Social Service Department IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contracts for provision of Day Care Development training for the Social Service Department and under terms and conditions as more particularly set forth in said contracts: Number: 20-080 Humber: 20-082 Contractor: Rose P. Taylor Contractor: Val A. Kositsky Term: May 13, 1976 (one day) Term: May 6, 1976 (one day) Payment Limit: $100.00 Payment Limit: $50.00 Passed by the Board on Apri 1 27, 1976. 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 dote aforesaid. Orifi: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts Z Grants Unit Supervisors cc: County Administrator affixed this 27th day of Abri 1 1976 County Auditor-Controller J. R. OLSSON, Clerk Social Service Department Contractors By ``" lcz, ` Z`tpi' Deputy Clerk Roibie Gut errez H 24 8/75 10M 003V . •••�I���r•` _.r. �. yam. Contra CJA!s County Standard Focs • .+::tib: :'+�:tom' ... ;y�•.fit.: 1. Contract Identification. Cumber 2 0 — 080 Departnent: Social SrrvJL-e Subject: Day Care Development (Training Program for Day Core Parents) 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following nand Contractor antuatly agree and promise as follows: Contract: ROM P. TAYLOR Capacity: Self-employed individual (Training Consultant) Address: 137 Wild Hoor Reach, Roc 15, Sea !leach, Califoraia 95497 3. Term. The effective date of this Contract is ft 131 1976 .and it terminates May 13. 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be teminated by the County, at its sole discretion, upon 11w-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 100.00 6. County's Obliaatlons. In consideration of Contractor's provision of services as described balov, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and fora prescribed by County (Demand Fora D-15) and upon approval of such demand by the head of the County Department for which this Contract Is made or his designee, according to the foUnwIgg fee schedule: Pah RA'i'B: $ � per service unit: (31 sessloa, as def lued below; or ( ) calendar ______ (insert day, wast or month) Na TO S MEED a total of one (1) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialised instruction and training In "Quality In Tandy D•' Care" for County-selected persons in the time, place and meaner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two 2 full bours of such services. S. 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, joist venture, or association. 9. Ind-ecrification. Contractor shall defend, save harmless, and Judemaily the County and its officers, agents, and employees from all liabilities mod clalms for damages for death, sickness or injury to persons or property, Including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. horal Autbority. This Contract is entered into under and subject to the following legal authorities: California Covesnment Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUMM OF COr'TU COSTA, CALLMNIA CO3'tRAC1� Deaigaee i ecoc of ed by Dmpartr_e:: (boultoate off is LaY capac i:y) �► (Form approved by County Counsel) DsS�a s�i+ (� ("620 10/75) 000 . Cantr.m ::: ;:.a County Standard Focm 1. Contract Identifizatian. mar 20 - 082 Department: Social Service Subject: Day Care Development (Training Program for Day Care Pareats) 2. Parties. The County of Contra Costa, California (County), for its Department vaned above, and the following named Contractor outually agree and promise as follows: Contractor: VAL A. JOSH'S Capacity: Self-eaployeed individual (Training Consultant) Address: 1090 Miller Avenue, Berkeley, California 94708 3. Term. The effective date of this Contract Is _gym &- 1976 .mad it tecod ates may 6. 1976 _ ualess sooner tetminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discrotion, upon five-day advance written notice thereof to tLe Contractor. 5. P vmrnt Limit. Gouaty's total payments to Contractor wader this Contract shall not coca" $ 50.00 6. qtr's Oblisstioms. In consideration of Contractor's provision of services as described below, and subject to the payment Admit expressed bereln, County shall pay Contractor, upon submiasioz of a properly documented dewed for payment in the manner and farm prescribed by County (Demand Form D-15) and upon approval of sack dorsad by the bead of the County Department for which this Contract lis made or hie desig=er according to the following fee schedule: ( ) hour; or l+lO; RNTE: $ 50.00per service unit: (x) session, as defined below; or ( ) calendar (insert day, week or month) 1107 TO MMUD a total of one (1) service watt(s). 7. Contractor's Oblitatlons. Contractor shall provide the following described services: Consultation, specialized Instruction and training In Nutrition for Day Care DevRtotr meat Program for County-selected persons in the time, place god manner required by County, Including the provision of any related materials and supplies. � Ove session for purposes, shall be defined as the provision of at least four 4 full hours of such �t services. S. Independent Contractor Status. This Contract is by and between two independent contractors and 3s not intended to and shall not be construed to create the rolationsbtp of agent, servant, awloyee, partnership. Joint venture, or assoclatton. 9. IndemnifIcation. Contractor shall defend, save harmless, and indemnify the County and its offs.-ern, agents. and employees from all liabilities and clalms for damages for death, sickness or injury to persons or property. including w3tbout limitation, all mm- - ueatlal damages. from any cause whatsoever arising fron or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor. its agents or employees. 10. Legal Authority. This Contract Is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. Tbobe sigpatures attest the parties' agreement hereto: COMM OF CMrM COSTA, CALIFOMIA COD�1'BNCTOR By '� kyr ^;a�- - � Designee .rtee r1 0 Recocme ped by Department (Ues 4mate of c tat eapae tty) kly (Form approved by County Counsel) s:fie= 00329 l In the Board or' Supervisors of Contra Costa County, State of California April 27 19 76 In the Mciter of Approval of Contract with W. Landon Heffner for Probation Supervisory and Management Training The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a, contract with W. Landon Heffner for Probation Supervisory and Management Training from June 18, 1976 to February 28, 1977, at a cost not to exceed $2,943.00. PASSED by the Board on Apri 1 27, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc• County Probation Officer Witness my hand and the Seal of the Board of Attn: Wallace C. Donavan Supervisors Contractor affixed this 27th d y of April 1976 c/o Probation Officer J. R. OLSSON, Clerk County Auditor-Controller County Administrator 11 Deputy Cleric H 24 12174 - �S�a It0 bie G.0 ierrez O 00330 ,1 ll U tun IKILI (Purchase o; SpeciaT Services) 35036-308-2310 zeparw6mant: Probation Subject: Probation Supervisor Traininq 2. Parties. The Ccun.y of Coni:ra Costa California (County), for its Department named above, Enz the folly,«:rz raz-ed Contractor mutually agree and promise as follows: Contractor: W. Landon Heffner :.Epacity: Management Consultant Address: P.O. Box 917, Davis, CA 95616 3. Term. The effective of this Contract is June 18, 1976 and it terminates February 28, 1977 unless sooner term nate as prove a erein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon l l vc-day 'rance iTij ii0Lic2 th_reia to the Contr .ct-or. 5. Pa gent Limit. County's total payments to Contractor under this Contract shall not exceed , I . County's Obligations. In consideration of Contractor's provision of services as descri a below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 327.100 per service unit: ( ) hour; or ( session, as defined below; or ( ) calendar (insert: day, week or month) NOT TO EXCEED a total of 9 service unit(s). of six hours per session. 7. Contractor's Obli ations. Contractor shall provide the following described services: Consultation, specie izef nstruction, and training in Probation su ervisory and Management for County-selected persons in the time, place, and mnner required by ounty, ineluaing bK1ll the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intendid to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. - Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services or the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal AuthoriM This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Si:,nallures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR �1 a n oar o u ery rs Consultant Attest: J. R. Olsso 1, County Clerk (Designate official capacity) n By Deputy Recommended by Department Bye,,. LC - (Form approved by County Counsel) OU331 �Pa IM �1 Coniro Costo County, Sicl;e of Cc:if.^,rnia April 27 ' 19 76 Approval of Contract with Jerry Lanigan for Probation Staff Training The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County a contract with Jerry Lanigan for staff training in working with the aggressive client from May 5, 1976 to June 9, 1976, at a cost not to exceed $120.00. PASSED by the Board on April 27, 1976. 1 hrra!by cer3::y :aot the for�geing is a :!-je and corre_t copy or an order entered on -she t:►inules of said Boord of Supervisors on the dote oforasaid. cc: County Probation Officer NVi:ness my hard and the Sea! of The Board of Attn: W. C. Donavan Supa:visor, Contractor or axed this 27th d- of April l 19 76 c/o Probation Officer `' P County Auditor-Controller '^ � J. R. OLSSON. Clerk County Administrator B., L ,If Eepu'ry Uerrc RouOerrei 00332 STANDARD CONTRACT (Purchase or pecia ervices) 1. Contract identification. Number 35035-308-2310 Department: Probation Department Subject: Training Probation Staff To Work With The Aggressive Ment 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Jerry Lanigan Capacity: Consultant nddress: 8795 LaRiviera Drive, Apt. 207, Sacramento, CA 95826 3. Term. The effective date of this Contract is May 5, 1976 and it terminates June T,1976 unless sconer terminated as prove erein. 4. Termi„ation. This Contract may be terminated by the County, at its sole discft tion, upon five-day—advance written notice thereof to the Contractor. 5. Pa ment Li-mit. County's total payments to Contractor under this Contract shall not exceed air 6. Count 's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 20.00 per service unit: ( } hour; or (X) session, as defined below; or } calendar (insert: day, week or month) NOT TO EXCEED a total of six (6) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services Consu tation, specialized instruction, and training in working with the Aggressive Client for County-selected persons in the time, place, and manner required by county, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not inten to and shall not be construed to create the relationship . of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising fron or c-nnected with the operations or the services of the Contractor hereunder, wheiher or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By- J boar or 9upe7rs Attest: J. R. Olsson, County Clerk (DDesignate orn czar capacity) By ' — -deputy Recommended bv Department , .Sy ;' (Form approved by County Counsel � --- bo� _... . .. M MMMFWMw. In the Board of Supervisors of Contra Costa County, State of California April 27 , 1976 In the Matter of Board' s Appointee to the 0. Airport Land Use Commission. _ _ i Supervisor J. E. loriarty having noted that the term of one of the Board' s appointees (Mr. E. Dale Thompson) to the Airport Land Use Commission will expire on May 3, 1976; IT IS BY THE BOARD ORDERED that its Government Operations Committee (Supervisors A. M. Dias and E. R. Linscheid) review appointment action with the Director of Planning. PASSED by the Board on April 27, 1976. 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 dote aforesaid c c• Board Committee Wdness my hand and the Seal of the Board of Director of Planning Supervisors Acting Public Works affixed this27th day of April i9 76 Director J. R. OLSSON, Clerk Airport Manager CounAdministrator By Deputy Clerk ++ s< 12/74 - 15-M Robbie Gutlarrez 00334 l In the Board of Supervisors of Contra Costa County, State of California April 27 1976 1n the Matter of Request for Grant for Oakland - Symphony's 1976-1977 General Season. The Board having received an April 19, 1976 letter from Mr. L. Guilford Daugherty, General '=tanager, Oak=land Symphony, P. 0. Box 1619, Oakland, California 94604, requesting that the Board consider approving a $20,000 grant for the Symphony's 1976- 1977 General Season ($15,000) and In-School Discovery Program ($5,000); and IT IS BY THE BOARD ORDERED that the aforesaid request is DENIED in view of the County's financial circumstances which may involve cutbacks and reductions in existing programs. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid c c • Oak=land Symphony Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this 27 day of April _ t976 J. R. OLSSON, Clerk BY _. Deputy Clerk none a r. H-243/:GISm 00,335 { i In the Board of Supervisors of Contra Costa County, State of California At` Fw nr"TrTn THr i•nn nr cirprovTenvc nF rnNTR• COSTA 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 e e : Oakland Symnhony Witness my hand and the Seal of the Board of County Adrlinistrator Supervisors affixed this 27 day of April 1976 -�7 J. R. OLSSON, Clerk By ✓7LJtkL, _. Deputy Clerk Bonn d H-24 j/;G 15m 00035 In the Board of Supervisors of Contra Costa County, State of California AS EIS OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT April 27 , 19 76 In the Matter of Appointment of Contracting Officer, Engineering Services Agreement No. AG06scs-00127, Flood Control Zone No. 1, Lines E and E-1. Work Order 8315 IT IS BY THE BOARD ORDERED that in accordance with the Engineering Services Agreement No. AG06scs-00127 and Section 2600.1 of the United States Department of Agriculture, Soil Conservation Service's Administrative Service's Handbook, Mr. Vernon L. Cline, Acting ex officio Chief Engineer of the district, be appointed to act as Contracting Officer on behalf of the district, and Mr. Joseph E. Taylor, Deputy Chief Engineer of the district, as his authorized representative to act for the Contracting Officer. The Contracting Officer shall be authorized to delegate authority to other representatives of the district for Contract administration purposes. PASSED by the Board oa April 27, 1976. 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 dale aforesaid. Originator: Public Works Department Wtness my hand and the Seal of the Board of Flood Control Design Supwwbcm affixed tnis 27th day of April 1976 cc: Public Forks J. R. OLSSON, Clerk Flood Control County Administrator By ,! ' D � Cork County Auditor-Controller N. In aham H 24 aP5 1014 _ _r In the Board of Supervisors of Contra Costa County, State of California f April 27 , 19 } - i In the Matter of Approval of Change Order No. 1 to Construction Contract for Orinda Community Center Park, Orinda Area. (Work Order No. 5230) . County Service Area R-6 IT IS BY THE BOARD ORDERED that Change Order No. 1 to the construction contract with Ferma Corporation of Mountain View i is APPROVED and the Public Works Director is AUTHORIZED to execute said Change Order. The Change Order extends the contract time 45 days and provides for additional drainage work and other miscel- laneous items required by the Public Works Department, and will add $2,004.39 to the total contract price. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is o true and correct copy of an order enw on the minutes of said Board of Superstsors on the date aforesaid. Originator - P. W. Dept y Wass my hand and the Sea of the Board of Buildings and Grounds Supervisors cc: Contractor affixed " 97rt, day of aP=;= 197,E Public Works Department J. R. OLSSON, Clerk County Auditor-Controller By .-` , Deputy Clerk Service Area Coordinator County Administrator H 24 8/75 1014 003a7 ,. C.O. W.u. 4. S_ 230 l'rn,jcct:-_�Orinda Cowu pity Center Park - Phase Y ConLi.acLor: Ferma Cor oration, 2499 Stierlin Road, Mountain View, Ch In r.rcordance wiL-li County recluest, Cintractor propose to provide 111 equipment, ' 14taterial;:, labor and services Lo accoaplish the roque::ted chane to the contract - documcncs for which the au.auat noLed he ciu below shall con;;titute full compensa- tion and by which Clic contract price shall be adjusted. In.all other respects • the contract remains unchanged. - Description of Chngrc: 13C nvqo* 1: Extiend contract tide from 90 days to M days (See attached justification letters from contractor) No change in contract price. - 2. Construct underground drainage in-right of way • (Field .Order #1) (Change required by Public Works Dept.) ADD $1,424.39 -3.. Install Chainlink fence (Field Order #3) (Security-requirement by County) ADD $ 120.00 A. -• Install_a--rock• curb at entry drive ' (Field Order #3) (Safety requirement by County) ADD $ 460.00 Approval R ended: Met Change Iv Contract Price $2"gD XADD prajec Arc i Last Contract Price $23 9,00 Y iic:z Contract Price Supervis' Bldg. Proi- Engineer Approved: Acting Public Works Director Accepted: contractor % Dare rERMA CORP. OEMOUTION CONTRACTORS March '1, 1976 Contra Costa County Building Project Division Public Works Dept Room 107 Courthouse Martinez, California 94553 Re: Orinda Community Center Park Pahse I The following is a list of days that we were unable to work as stated in Division G Section 7 Paragraph D of Specs. January 9, 1976 Rained Out - FebruaryS, 1976 Rained Out February 6, 1976 Rained Out February 9, 1976 To . Net To Work February 10, 1976 February 11, 1976 February 12, 1976 " February 13, 1976 Rained Out February 16, 1976 Rained Out February 17, 1976 To Wet To Work Fenruary 18, 1976 " It to of February 19, 1976 - is It of It Februarf 20, 1976 of to " It February 23, 1976 " It " of February 24, 1976 " to February 25, 1976 5 Days are needed to perform work order field order #1. A total of 21 days are needed to complete this project. Res ec full su mitted, Robert Vera �t D gS � for: Ferma Corporati c„ V9's RV/fv • - QV�uG° 19S 14cE Bv�tD�r� 2499 Stierlin Road.Mountain View.California 94040 (415)961-2742 a061di9 fAAR g;pRKS DE.PAr"1ME111 FERit3r.A CORP. DEMODUGN CONTRACTORS March 11, 1976 Contra Costa County Building Project Division Public Work Department Room 107 Courthouse - Martinez, CA 9455.3 RE: Orinda Community Center Park - Phase I Dear Sir: The following is an additional-five days we were unable to work as stat--d in Division G. Section 7, Paragraph D of the specifications. March 1 Rained Out ' March 2 Rained Out March 3 Rained Out March 4 Rained Out March 5 Rained Out Yours- truly, Robert Verga RV-.ADC D � Lw 1 ':J 'i976 PUBLIC tVORKS BU'LD'NG W-1NTENA:gCE 2499 Stierlin Road.Mountain V-ww.Cali[ontia 94040 (415)961-2742 00340 FERWA CORP. OEMOtmON CONTRACTORS March 2S, 1976 • k Contra Costa County s Building Project Division Public Work Department - Room 107 Courthouse Martinez, CA 94SS3 RE: Orinda Community Center Park - Phase I Dear Sir: The following is an additional two days we were unable to work as stated in Division G. Section 7, Paragraph D of the.specifi- cations. March 18 Rained Out March 19 Rained Out Request for four additional days to comrlete change order No. 3. ,. ,- Yours truly, u Robert Verga RV:ADC r 2499 Stierlin Road,Mountain View.Cablamia 94040 (415)961-2742 o03-4-s D DD [a rAR ?rte J PUBUG WE DEPA. EE[t F'ERMA CORP. . DEMOMON CONTRACTORS April 12, . 1976 Contra Costa County Building Project Division Public Works Dept. Room 107 Courthouse Martinez, California 94553 Re': Qrinda Community Center Park - Phase I Gentlemen: We are returning four copies of change order No. 1. Please note that the time was extended because we were requesting working days not calendar days in our letters. The following six days were rained out and we could not proceed with our work. April 5 - 6 - 7 - 8 - 9 - 12. In addition we are requesting seven extra working days in order to meet the manufacture recommendation on the curing time of the laykold tennis court. Yours very ty, Robert Verga for: Ferma Corporation RV/fv " Enc. 2499 StKrUn Road.Uwntain Vier.Catitornia 94040 (415)961.2742 ou.RA2 In the Board of Supervisors of Contra Costa County, State of Colifomia Ancil 27 019 76 In the Matter of State of California Department of Water Resources Meeting on "Review of Delta Alternatives" Acting Public Works Director, Vernon L. Cline, having reported today on the Public Works Agenda that the Department of Mater Resources held a public meeting on April 13, 1976, in Stockton, concerning alternatives to the Peripheral Canal, and that the meeting was also attended by Jack Port, Assistant Public Works Director, Environmental Control, and Robert Jackson, Assistant Division Head, Environmental Control; IT IS BY THE BOARD ORDERED that the receipt of said report is hereby acknowledged. PASSED by the Board on April 27, 1976. 1 hereby certify that the fan pomp is a trw 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 Supe�noR Environmental Control a�� this 27th day of Aril 19 76 �p J. R. OLSSONI, Clerk off. Deputy Clerk cc: Public Works Director ey Environmental Control Jean L. Miller H 24 aP5 10M Uo343 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California April 27, 1976 AGENDA REPORTS Report A. PUBLIC MEETIt.`G REGARDING `M'IEW OF DELTA ALTERNATIVES" This report is being submitted in accordance with Board order of April 13, 1976, and in accordance with the delay of reporting date granted by the Board on April 20, 1976. The meeting was attended by Vern Cline, Acting Public Works Director; Jack Port, Assistant Public Works Director, Environmental Control; and Robert Jackson, Assistant Division Head, Environmental Control. The meting was opened with an introduction by the staff of the Department of Hater Resources pointing out that the planning target date is the year 2000, and that the planning is based on providing sufficient water for the Federal Central Valley Project, the State mater Project, and Delta Outflows. Mentioned also was the future possibility of using waste water for agriculture and developing a reasonable demand for export south. The Department staff also stated that specific re- commendations are to be furnished the Governor by July 1, 1976. Cited, and of extreme importance to Contra Costa County, is the fact that the Department of Water Resources is taking a look at "off-stream storage" including the Los Vaqueros Reservoir in the southeastern portion of our county. Six alternatives to the Peripheral Canal were described which varied from the Canal itself to the use of improved Delta natural channels, and to the strategic location of barriers within the Delta. The meeting was then opened for eoz=ent by the public. Interests in the Central and Southern Delta and Contra Costa County joined in emphasizing one particular point and'that is that a determination of "surplus water" should first be made before the Department and the Bureau of Recla- mation conmence exporting massive quantities of water to the south. Other co=ents were directed toward the need of coordi- nated operation, of the State stater Project and the Central Valley Project. The County staff explained to the representatives of the Department of Water Resources and the Bureau of Recla- mation that their planning, in fact, "freezes" the definition "surplus nater' by accepting the _standards set forth in Decision D-1379. It was not the intent of the State Water Resources Control Board to mate these standards permanent. The State Board admittedly stated in Decision 1379 that these are "interims standards cnl ." The record on the public meeting has remained open for written comments until may 14. Prior to that date, the staff will be presenting a prepared statement to the Board of Supervisors for their approval and autl-orization to submit the statement to the Departcent of rater Resources. (EC) A_ G E N D A Public Works Department Page^1 of 8 April 27, 1976 00344 In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Maher of Request of Antioch Committee on Aging for Allocation of Older Americans Act, Title VII- Nutrition Project Funds. The Board having received an April 19, 1976 letter bearing the signatures of Ms. Lela Bator, Chairperson, and Mr. Paul Gurule, Nutrition Chairperson, Antioch Committee on Aging, (the latter also President of the Antioch Senior Citizen's Drop-In Center), transmitting a copy of their application for inclusion of the City of Antioch in the federally funded Older Americans Act, Title VII-Nutrition Project; IT IS BY THS BOARD ORDERED that this matter is REFERRED to the Director, Human Resources Agency, for review. PASSED by the Board on April 27, 1976• 1 hereby certify that the forepoiq is a true and carred copy of co ordw eii on the mints of said Board of Supervisors on the dale aforesaid. cc: Ms. Lela Bator and Witness my hand and the Seal of the Board of Mr. Paul Gurule Supervisors Post Office Bo= 369the 27th day of April____, 19 76 Antioch, California 9450 J. R. OLSSON, CNrk Director, Human Resources �t�.,-� oZ�z / Cleric Canty Administrator Jean L. Miller �� y H 24 8/75 IOU 00345 In the Board of Supervisors of Contra Costa County, State of California Apri 1 27 , 1976 in the Molter of Request to Dissolve Contra Costa County Storm Drainage District, Zone 1. The Board having received an April 15, 1976 letter from Mr. E. C. Marriner, Lafayette City Manager, requesting that Contra Costa County Storm Drainage District, Zone 1 , be dissolved and that the remaining Zone funds be disbursed to the City for construction of permanent drainage facilities within the boundaries of the Zone in the City of Lafayette; IT IS BY THE BOARD ORDERED that the aforesaid proposal is REFERRED to the County Administrator and the Acting Public Yorks Director (Contra Costa County Flood Control and Water Conservation District) for recommendation. PASSED by the Board on April 27, 1976. 1 hereby certify that the forpouq is a true and correct copy of an order fired on the minutes of said Board of Supervisors on the dab aforesaid. cc: City of Lafayette Upness MY hand and the Sed of the Board of County Administrator super":°`: Acting Public Works Directo this 27th April , 19 76 Flood Control and Water J. R. 01 N, Clerk Conservation District By -� - Clerk za 49ppV,,,,Auditor-Controller Robbie 6u — rrez 00346 In the Board of Supervisors of Contra Costa County, State of California April 27 . 19 76 In the Matter of Inquiry Concerning the Master Plan Study of Buchanan Field. The Hoard having received an April 159 1976 letter from lair. Larry J. Hancock, President, Diablo Airmen's Association, 1369 Rosal Lane, Concord, California 94521 inquiring about the possibility of including in the Master Plan study of Buchanan Field a report of the financial impact of the airport on the community; IT IS BY THE BOARD ORDERED that said inquiry is REFERRED to the Public Works Director for report to the Board. PASSED by the Board on April 27, 1976. I hweby aer* that the f uvooing is a true and cored copy of an order siMersd on the minutes of said Board of Supervisor on the does aforesokL cc: Diablo Ainren'Is Wdnm my hand and dw Seal of the Board of Association sup "MS Public Works Director oifxed this27thdoy of Anri^ 1 . 19 Z Airport ?tanager Director of Planning I R. OLSSON, CNrk County Administrator By Cleric tondal Shackles H-24 ,,h,sem, 0034'7 f In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT April 27 , 1976 In the Matter of Bids for Construction of a Storm Drainage Channel along Lines E and E-1 of the Marsh-Kellogg Watershed, Brentwood Area. This being the time to receive bids for the construction of a storm drainage channel along Lines E and E-1 of the Marsh- Kellogg Watershed, Brentwood area; IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for report after conferring with the U. S. Department of Agriculture, Soil Conservation Service. PASSED by the Board on April 27, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Sed of the Board of cc: Public Works Director Supervisors Flood Control affixed this 27thdoy of April 1976 County Auditor-Controller J R. OLSSON, Clerk By Deputy Clerk N. In ham H 24 BPS 10M 003-8 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Supervisor ) April 27, 1976 E. A. Linscheid Reaffirming ) his Position on the Delta. ) Supervisor E. A. Linscheid today having stated that the recent reprint of a Contra Costa County Times Editorial being distributed by the Contra Costa County Water District is a complete misrepresentation of his position, not only with respect to the Delta, but with respect to East Bay Municipal Utility District (EB€iUD) taking over the distribution and sale of water in the area now served by the Contra Costa County Water District; and Supervisor Linscheid having asserted: "I want to state for the record, which I have already done on numerous occasions, neither I nor the Board of Supervisors have given up on our fight to protect and enhance the fresh water environment of the Sacramento-San Joaquin Delta. As far back as the early 60's this Board of Supervisors has taken a strong position in opposition to construction of the Peripheral Canal, knowing full well that once it was constructed that the Federal Central Valley Project and the State hater Project would obtain a complete stranglehold on the fresh water that presently flows into and through the Delta. "The hater District, on the other hand," the Supervisor said, "has weasel worded several positions varying from firm support of the Canal, to talking out of both sides of its r..outh, to a pos-it :on today which is very similar to that taken by this Board of Supervisors in ?•+e early 601s, a position, I might add, which has remained consistent to this day." "The truth is, and the District can't get around this, is that protection of the intake of the Contra Costa County Cater District at Rock Slough, which serves as a source for their Contra Costa Canal, simply does not protect the ecological uses in the Delta, nor does it provide the needed fresh water for -'.c farmers in the Western Delta or the industry located in the Pittsburg- Antioch area. Most important of all is the fact that it does not provide the fresh water needed to protect the fishery and wildlife habitat, one of the most :,pique in the warld. "I was personally told in October of 1973 by officials of MMUD that they do have sufficient wziter to serve the Contra Costa County tater District. How- ever, after ry tall: with these officials, and t:y congratulating EBHUD for their 00349 _ r willingness to cooperate in a study which mould be jointly sponsored by EMM, the Water District, and the County, tater District officials pressured EMMUD. EBMD elected to take the expedient path and box out. "All i could see in this entire picture is political pressure being placed by one agency on another, only to maintain a political umpire which rests on a very marginal nater supply serving some 250,000 to 300,000 people in eastern and central Contra Costa County. The Contra Costa Canal was never intended to serve as a domestic supply. It was designed almost solely to provide agricultural water in the now urbanized Clayton and Ygnacio Valleys. "In closing, I want to say that the County wants to win all the battles. that have to be fought and von, for the farmers, the industries, the munici- palities, and the entire ecology and environment of the Delta before it can be said that we have, in fact, achieved victory." THIS IS A YtATTER OF RECORD I hereby certify that the foregoing is a true and correct copy of a .matter of record entered on the minutes of said Hoard of Supervisors on the date aforesaid. Witness my hand and the Seal of the Hoard of Supervisors affixed this 27th day of April, 1976 J. R. OLSSON, CLERK moo, _ 41Q„ ,I? a d on a ynn Shackles ' Deputy Clerk 09050 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATS OF CALIFORNIA In the Hatter of Recommendation ) of the Planning Commission with ) Respect to Application of Blackhawk ) April 27, 1976 Corporation (1995-R?) to Rezone ) Land in the Danville Area. ) ) This being the time fixed for hearing on the recomimmendation of the Planning Commission with respect to the request of Blackhawk Corporation to delete 943 acres from the Planned Unit District (P-1) previously approved (lkG-RZ), and rezone the deleted land (1995 RZ) to an independent Planned Unit District (P-1); and Mr. A. A. Dahaesus, Director of Planning, having briefly commented on the proposal before the Board; and Hr. Harvey Bra,.;& n, Assistant Director of Planning, having explained tasz tbs proposed plan would reduce the number of single family units "ria 467 to 206, that development would be restricted to the lower slopes, and that the Planning Commission has certified that the Environmental Impact Report received by this Board on April 20, 19762 and new before it, is adequate; and Mr. Owen Schwederer, President of the Blackhawk Development Company, having stated that the proposal had been presented tc• various community groups and received favorable endorsement; axed Mr. DanieI Van Voorhis, attorney for the applicants having advised that his client concurs with the 30 conditions of approval imposed by the Planning omission; and The following persons having appeared in opposition to the proposed plan: Ms. Linda A. Doody, representing Amigos de Diablo and the Sierra Club, concurred with proposed density but questiorod placement of lots on slopes over 20 percent, grading and --,gstem of detention ponds for drainage; and Mr. Rudolph Ulrich, -soil scientist, commented on preservation of streambeds in their natural condition and build- ing on slopes over 20 percent; and Ms. Sally Ann Phelps, on behalf of the American Indian Movement, expressed concern about the archaeological portion of the Environmental Impact Report and requested that said organiza- tion be permitted to select an archaeologist to further study the site; and Mr. Dahaesus having advised that Condition No. 30 of the proposed conditions of approval provides that the Planning Depart- ment be notified if any items of potential historical or scientific interests are discovered during construction or excavation; and Mr. Van Voorhis, in rebuttal, having reiterated his request that the plan be approved; and 0*351 i The Board members having discussed the matter; and Supervisor H. A. Linscheid having recommended that the public hearing be closed, that staff be directed to prepare for Board consideration any required responses to the concerns expressed by the three speakers in opposition, and that staff be instructed to prepare the necessary documents for the Board's decision (approval or disapproval) on May 4, 1976 at 11:30 a.m.; IT IS BY THE BOARD ORDERED that the aforesaid recom- mendations are APPROM. PASSED by the Board on April 27, 1976. cc: Blackhawk Development Company Attorney Daniel Van Voorhis Director of Planning County Counsel CERTIE'ED COPY I certify that thb, i� a felt, true & correct copy of the nrfainal dovwntrt � `Ceh 1� on file in my office, and that ft aas pa,i-wil r• w1oritrd by the Board of suverr:=ur4 of rnntrc t%,-ta Coanty. California, on the date rhnwn. ATTF "f:3 . ic, pGSSO`+. County Clerk &vxoffi(,lo Clerk of said hoard of supervfeoris, by Leputy Clerk. 67 APR w 7 1976 ��..:. � on .___._.... 00352 4 In the Board of Supervisors of Contra Costa County, State of California April 27 , 19 76 In the Matter of Appointments to Ridgelands Citizens Committee. Supervisor J. P. Kenny, this county's representative on the Administrative Board of the Multijurisdictional Ridgelands Study Committee, having reported that at a recent meeting of said board it had been determined that eacharticipating county (Alameda, Santa Clara, and Contra Costa would appoint five indi- viduals, representing various interests, to a citizens' committee to provide comments and suggestions to the Administrative Board; and Supervisor Kenny having proposed that each Board member nominate a citizen from his district to serve on the Ridgelands Citizens Committee, and having thereupon nominated Mrs. Joyce Burr, 7817 Terrace Drive, El Cerrito, California 94534, for appointment to same; and Supervisor .;. E. Moriarty having nominated Mr. Rudolph Ulrich, 835 Juanita Drive, Walnut Creek, California 94596, for appointment to the citizens' committee; IT IS BY TFL BOARD ORDERED that the aforesaid nominees are appointed, as recommended. PASSED by the Board on April 27, 1976. 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: Mrs. Joyce Burr Witness my hand and the Seal of the Board of Mr. Rudolph Ulrich Supervisors Director of Planning affixed " 27th day of April , tq 76 County Administrator J. R. OLSSON, Clerk Public Information Officer By Deputy Clerk Xhixe M. Neuf d H 24 8/75 10M 00353 j N 24 4/75 IOM 04. 353 And the Board adjourns to most on at f.90 g1f , in the Board Chambers, Room 107, Administration Building, Martinez, California. . P )JAKEeT Chairman ATTEST: J. R. OISSON, CLEC Deputy 00354 SAW CM ''a.'eCFs-'DIMM SIMM ME THS POAND OF 3UPE!!e'ISn'M Ow CO.:'^RA COSTA CnU'effv, APRIL 77, lc7f:, PREMED BY J. R. OLMM, COU..'7 Y CLERK AM El-n"MO CLEM OF THE BOARD. Approved personnel actions fbr Fedical ser+ricesf, She.-Irr-Coroner, Auditor-Controller, Clerk of the Board. Ape+roved Internal adjustrents not afftating totals for Public Works, Probation, Social Service, Brentwood sire protection D_striet and Contra Covets County Fire Protection District. Arpointed A. Loehr as revresentative, of Clty of Lafayette on Overall Economic Development Proms Cora+ittee. Authorised attendance of Dr. V. Lonrahore, health Dent., at U.S.A. Bicentennial Mwrrency Medical services Conference !n Poltirore, :Maryland, Pay R-13; and thirteen emolayees or Social Serviee Pert. at Chile: Yelfare Learue Association Annual Aer.lonal Conference, Reno, Hevada, April 2!;-2'P. Authorized Increase in revolving flnnd or Health Dent. Authorized relief or cash shortage In accounts of Delta Judicial District. Authorised nlacenent of two Court wards at Dred Finch Youth Center, Oakland. Acknowledged receipt of revearandur. frons Chief Assistant District Attorney relating to claim of R. Taylor resultinr !'roe- leas of personnel property, and denied said claim an recomreeaded therein. ntwcessed at 9:45 a.m. to r+eet-in Executive Session to consult with representatives In connection with discuraloup o!' P21ar7 natters. Accepted as con-plete private Improvenents in MS 103-74, Orinda area, and exonerated surety bond in counection therewith. Apprbved surety tax bond ft- Sub. 4548, parole area. Approved Traffic Resolution `:o. 21?2. Exonerated surety tax bonds can Sub. tion. 4745 and 4746, City of Hercules, and No. 4723, Danville a:•ea. Acknowledged receipt of design develonnent docurants for restoration of the John Harsh Home, and referred to Adrinistration and Finance Cor.Qetttee (Supervisors Boggess and Pariarty) matter of authoriainr Project Architect to proceed with Preparation of contract docurents in connection therewith. Avoroved request of Centra Costa County Fire protection District for authorisation to subait for Hoard approval contract for private lefral counsel in case of the retire- sent of V. 81214aga. - Authorized Health nff!cer to subrit rrant avo2 leation to U.S. Deft. of Health, Educatlon and Welfare for confinuetlan of Childhood Lead Poisoning Control Project for FY 297F-77- Valved readinr and fixed f+.v 4 for indention o:' ordinance smanding Ordinance Code sections pertairinr to rerulatlons for land irprrverent contractor's yard and recrea- tional facilities and activities In reps+den:++.i dintrIcts. *=rescinded Board nrder of AP-0111 29, 1971t awardinr contract for re-roofiM Veterans' Fermrial Bulldinv, Pittsburg,, and awardel ccntra:t for xald construction to Cornell Rooflnr Co. Superseded Board Orders dented June S, 1!474 and Dece-ber 20, 1974 relating to apecial allowance for rms-be".. of Con:rd Corte County '.Manower Planning Council; authorised Auditor to reirburse rerbers for actual and necessary expenses; and requested said Council to subrit amended by-laws reflectinR said change. 00355 April 27, 1979 Sur_rsrv, continued Page 2 Authorized Chairman to execute the fe.11ox!ng: Contract with J. Lmnlr+n for Pr-+bltion staff tratninr in workinor with the aaressive client; Contract with V. Heffner fop Probati"n runprvisory and Management Training; Contracts with P. Taylor and V. Kositsky for Day Care Development training for Social Service Dent.; Contracts with J. Long and J. Chastain for Foster Home Development training for Social Service Dept.; Contract with P. "anfield and w. !Pullin for training to "Fair Firht Techniques" for Vental Health staff; Contract with V. Schutz for trainirr in fariiy therapy for Mental Health staff; Contract with Rev. B. %Farves for workshop training in Suicide Prevention for Social Service Dert.; Arreerent with State Afftce of Adr•inistrRtive Hearings for continuation of services: Arreenent with Arthur Tounr S Co. for Grand Jury ftnaneial audit; Documents accevtinr Corrunity Services Adrdnistration Community Action Program grant for second nuerter of +576 vrosrrnn year; Anendsrent to lease with Apollo rnterorlses for use of Premises at 3700 Delta Fair Blvd., Antioch, by District Attorney, Qarily Supvort Division. Adorted the following nunbered resolutions: 76/348 through ?6/351, Ruthorizinr chanes in the assessment roll; 7F/352, authoriztnr cancellation of tax Ilona an and transfer to unsecured roll of Pronerty acautred by rublle agencies; 76/353, fixinr Pay 25 at 11 a.m. to receive bids for North Richmond Street Improverpents Project, North aichrmnd area; 76/354, fixinr. Tray 25 at 11 a.r. to receive bids for ^an Pablo Avenue Median Landscaping Protect, San Pablo zr6a; 7F/355, fixing June 1 at ln:19 a.r. for hearing an Proposed acquisition of real pronerty from Crocker Untional Rank required for Parks and open Space Bond Program for C%A R-3; 7F/356, as ex officio the Board of Supervisors of the Contra Costa County Storm Drzinare District, f±x!nr ?'ar 25 at 11 a-.. to receive bids Por construction of storm drain alone portion of Danville Rivd. , Drainage Tone 13, Alamo area; 76/357, fixing June 8 at 11 a.m. to receive auction bids for :sale of excess real nronerty, mrinda Villare area; 79/35°, author!.*nr Counts Counsel to initiate condensation action to aequirg real property reautred for construction of Foundhtll load connection, Alamo area; 7r13�n, correndln riss:o s::tuoso A. :'Ztts on his contr!butian to the arts; 79/3F4, Proclairinr week of May 19-22 as National Insurance Women's Week; 7ri341, adopting Policy docurents to initiate Community Development Housing Rehabilitation Program; 7F/362, acknowledO nc coraletlon of Airport Site Selection Study. Denied claims for dar!ares filed by E., S. and J. Caruso, J. Cuddihy, Jr.; and anplication for leave to present late clalr filed by S. and B. Just. penuested Director, Huran Fesou-ces Agency, to nrenare annroartate letter for air mature of Board Chnirran to send to B. S. Dept. of Health, Education and Welfare in support of application for errency medical Services Act funds for Py 1976-77• aroroved renuest of !Fart!ne= Bicentennial Com-ission for permission to erect historical marker on Old County Court House and authorized Chairman to cign permission docurent. Approved Grant of rasere:nt and Rlrht of Way Contract in connection with Midhill Road, Fartine= area; author!-zed vadhl!c ':oras Director to execute said contract; and accented said ease:-ent fro^ j. and F. Bowen. Reapaointed Surervtsnr rerny to 9oi:el of D±re:tars of the Say Area Air Pollution Control District for a terr ending Fav 11, 1910. Arrointed H. Holmes as Cord ssioner of Bethel Island Fire Protection District to fill unexaired ter.- of J. Thorpe endirs; Dec. 31, 1977. W356 i r ar, 'fi Aaril 27, 197 Sumuaery continued Referred to: ' 'Public Harks Director letter i'rom'Diable .Airmi6als Association.aoncerning caste Tan-study-,of Buchanaze;`Field; Counts; Administrator ar�d Public korks Director- Contra Carta County Flood Con al } and Fater Conservation`District) request of Lafayette: Gity 'pans er-that Cctintxa Ooata Cauntv•; torso Araina�;e`District, .Zone :t, De ;dissolved; and. the reraining Zona funds bei ` disbursed ta`the'City: far: cpnstruatian af-dreinae taci]ities,. k`. - a3lacat anaf101�1er AraericanssActeATt2 YII NutionQProectfundsan Atn s Gavern�aent,',Oaerations Committee vi am`Alas ands Linacheid): matter ofr Gree Val :Cr+eeR flood control flro ectgg, Acknoiiledged,,r+ec`eipt of report.,-at Public darks Director Stith respect to Stages ' . on.. . x Resources meetin "Aew3exof DelaAlteinatives"ater "- As-sex ;officio'the;Boardd of Suuery sons' of Contra;Cosh County Flood Contra `4n .��������� r t�aLer�Conservatioa 'Disbr3et aopoint6d•V. C2.1ne, Acting ez officio-Chief 'Sngineer„ as Contracting Officeron behalf oi' the •district, and;J.'.Taylor Deputy Gdfef Etlgii22e4r, as;: his authorised representative, Flood Control Zone oto l Dines B and E 2, Brentvioad� . . u Approved -Change,'Order Now 1 to construetion contract trlth.Perc�a;carpo atiQr�Ifo � Ornda Camrnunity Center Park,, GSA R fi;-Or�inda area,, and. authorized.Public Marks f Director ta­execute said Change Order; * Denied ,{request of:Pakland Sv�aohang for, ap.provaI of grant fqr 14� T? General season. ' Requested Gc+ternrent Operations Committee _to revie�t x3 tb Director Q :Planning fi <. sppointent" action to.,:betakciz with respect to Airport Land 1dreGommSasiorrr ,Approve recoaendatiot�s of ,Supervisor Renner n writlh respect'to reresentatian the I erlm"policy .Sodv that is to recommend the.;compaaitiQa of=the pvrmanerrtb k, ` � asxsagement .a$enc►. .Tar :the Ca►unty•s. Soltd'i�aate ManagemmetSt".Pian.;: Accented Oxant Deed` far Devdlopment• Righti%, itt connection Leith Sub►. d# i�tr froa z 4 R." ovac� :et al, . Qranta of Ra eeaent 'for [drainage Pusoses . caxxnectiar Sub,:a ►521 froze 1,„Clixue, R. De�ChetneR. Robinson T. Urexex�,, at�d G La encs W Accepted for retarding only. Offers of.:Dedication:f fid. Hook, et a2, itk cannectiQ� �roith dubs =�4b27 �4T 1�"1 . Bar sac,,et.a2 in".connection��r3tb`Subw # andiJaof Cmscad+e _ Subs. and �s#1.with ' �2�f : 4A40,Cine . connction r Approveri'.anaad altuRure at Aust Avenue, Kensington orrea„ durip construtLAl �orr�° w�� ����.� �t w Attepted .certain:panels, of ].mud dedtt8ted' for flublic use} SuV w �i�i.,�tl w?'i1#•''FK�N+.t.R #.+yv�ii i�uthortsed Public . dorks Director to:subu►i , Preapplicaton .faar local. t>~aRs}�naa� c� Orbject in ' tern,Contra Caata GQunt�r w � k As ex ad'ficia the Board of Supervisors of Contra Casty County R1c�ad Casa & a77 fit,;� x .Mater :Connervatlon -,Disttrict, referred Public Works D�ectau� for,re�zartwafte f1x 'w►i th she U.S. De �+t w sof Agri culture,, Soil 'Conservation"service, bids fad, ccu�strucbi on ;Of -star�a.drainage channel. along Li nes R. and 8-1 of`tho Nash=9e21og� '$tershQd s"Srentwooa area. A, pointed ," Surr and R. Urlicb to �Ridgelands Study. Gititetts Comtaittee as name of Supervisors .Kew.,said �►iaxdarty .respcti'rcljt. Closed hearing and fixed K" # at 11:31 a.m. for decision,,an Plan lz. x'+ecaara±�+eaxdatiAn wtith relpect ta'reQu+est of Siactchdxk'Cor�tiorx;to rtxarae r»erar , in.the Danville area to an Independent ??'Immed.Unit.lid' 5, — big ........ : ,, ,.-.. ";-., - •.. .,, .. .. �,+f�xis Lk.�a�d;��n'�'S�'�',,r"��'.,�. ��'�..��r'X..� . . a.re�. i The preceding documents consist of 357 Pages.