Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 05111976 - R 76D IN 2
y 7za i y i S . I A 1 THE HOARD OF SUPERVISORS HET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODS SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A. K., TUESDAY, MAY 11, 1976, IN ROOK 107, COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman J. P. Kenny, presiding; Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, B. 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. JAMES P.KENNY.RICHMOND CALENDAR FOR THE BOARD OF SUPERVISORS JAMES P:KENNY 1ST DISTRICT CHAIRMAN r ALFRED M.DIAS,EL SOBRANTE CONTRA COSTA COUNTY EDMUND A.LINSCHEID 2ND DISTRICT VICE CHAIRMAN JAMES C MORIARTY.LAFAVCM AND FOR JAMES It OLSSON.CDNNTv CLER-C 3RD DISTRICT SPECIAL DISTRICTS GOVERNED BY THE BOARD ANO Ex OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS.CONCORD MRS.GERALDINE RUSSELL 4TH DISTRICT 004JIDC RS'ROO"I07_ADMbltSTRATION PURA)MG CHIEF CLERK EDMUND A LtNSCHEID.PITTWURG Po BOX 911 PHONE 94151372.2371 57H DISTRICT MA,RTiNEZ.t„ALiFORN1A 94553 TUESDAY MAY 11 , 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 recommendations of the County Administrator. 9: 15 A.M. Consider "Items Submitted to the Board. " 9: 15 A.M. Consider recommendations and requests of Board members. 9:30 A.M. Consider recommendations of Board- Committees. 9:45 A.M. Executive Session (Government Code Section 54957. 6) as required, or recess. 10: 30 A.M. Representatives of the League of Women Voters of Diablo Valley will propose adoption of a campaign finance ordinance. ITEMS SUBMITTED TO THE BOARD Items 1 - 13: CONSENT 1 . AUTHORIZE County Auditor-Controller to refund a total of $120 paid in connection with assessment appeals for findings of fact. 2. ACCEPT as complete construction of Drivate improvements in Minor Subidivision 107-73 , Martinez area, and exonerate bond in connection therewith. 3. AUTHORIZE extension of time in which to file final maps of Subdivision 4712, Martinez area; Subdivision 4454, Oakley area; and Subdivision 4748, Walnut Creek area. 4. INTRODUCE ordinance implementing Safe Driving Award program for Sheriff's Department personnel ;- waive reading and fix May 18, 1976 for adoption. 5. INTRODUCE ordinance amending the Ordinance Code to permit an additional caretaker exempt position for County Service Area R-6, Orinda area; waive reading and fix May 18, 1976 for adoption. •6. INTRODUCE Ordinance No. 76-37 rezoning land. in the Orinda area 'and repealing Ordinance No. 76-34; waive reading and fix May 18, 1976 for adoption. 7. INITIATE proceedings and. fix June 15 , 1976 at 10:40 a.m. for hearing on Lime Ridge area Boundary Reorganization , Concord- Walnut Creek area. 8. AUTHORIZE legal defense for persons who have so requested in - connection with Superior Court Action No. 160745 and Municipal Court Action No. 25402. Board of Supervisors' Calendar, continued May 11 , 1976 9. FIX May 25, 1976 at 11 :05 a.m. for hearing on appeal of Mr. Wilfred Carpenter from certain conditions imposed by the Planning Commission in connection with approval of tentative map for Minor Subidivsion 85-75 , Oakley area. 10. AUTHORIZE changes in the assessment roll and cancellation of certain penalties and tax liens. 11 . DENY the following claims : Warren Smith; and Roger Jacobson. 12. FIX June 8, 1976 at the times indicated for hearings on the following Planning Commission recommendations to rezone land: 11 :15 a.m. Al Perez (1974-RZ) , Pittsburg area; and 11 :20 a.m. Planning Commission initiated (1994-RZ) , Walnut Creek area. 13. FIX May 25, 1976 at 11 : 15 a.m. for hearing on appeal of Mr. Brian D. Thiessen from Planning Commission approval of Subdivision 4434, Alamo area. Items 14 - 25: DETERMINATION (Staff recommendation shown following the item. ) 14. CONSIDER appointment of members to the Assessment Appeals Board and as Assessment Hearing Officers ; terms of certain members expire June 6, 1976. 15. LETTER from Chairman , Family and Children' s Services Advisory Committee, requesting "that the Board proclaim the week of May 9-15 , 1976 as "national Action for Foster Children Week. " APPROVE REQUEST 16. MEMORANDUM from Director of Planning , in response to request of Mr. C. H. Jackson , Brentwood, for refund of park dedication fees paid in connection with the issuance of building permits for various parcels , recommending refund of $480 paid for two parcels, but advising that fees on the remaining parcels are not refundable. APPROVE AS RECOMMENDED 17. MEMORANDUM from Acting County Building Inspector, in response to Board referral of letter from Mr. V. E. Neumann pertaining to construction of a dwelling at 20 Lynch Court, advising that said property has now been annexed to the City of Concord, and recommending that all pertinent correspondence be forwarded to the City because the matter is within its jurisdiction. APPROVE RECOMMENDATION 18. MEMORANDUM from Director, Human Resources Agency , in response to Board referral of letter from Mrs. Patricia Gregory with respect to recovery of expenses incurred as a result of alleged neglect of health measures at the Rodeo Child Development Day Care Center, advising that the County has no liability nor jurisdic- tion in the matter and recommending that Mrs. Gregory be so informed and advised to contact the State Department of Education if she wishes to pursue this matter. APPROVE RECOMMENDATION 19. LETTER from City of Pittsburg, in response to Board request, advising that the City Council recommends that Mr. Horace "Shad" Enea be appointed to fill a vacancy on the Board of Commissioners of the Riverview Fire Protection District of Contra Costa County. APPROVE RECOMMENDATION Board of Supervisors ' Calendar, continued May 11 , 1976 20. LETTER from President, Easter Seal Society, requesting. that the Board proclaim the week of May 16-22, 1976 as "National Handicapped Awareness Week. " APPROVE REQUEST 21 . LETTER from Executive Vice President, California Anti-Litter League, requesting permission to place signs on county vehicles . as a means of creating awareness of litter laws. REFER TO PUBLIC WORKS DIRECTOR AND .000NTY SHERIFF-CORONER FOR RECOMMEN- DATIQN 22. LETTER from Chairman , State Solid Waste Management Board , clarifying procedures and legal requirements for review and approval of county solid waste management plans. REFER TO PUBLIC WORKS DIRECTOR (ENVIRONMENTAL CONTROL) 23. LETTER from Congressman R. V. Dellums urging county participation at a Federal Procurement Conference on June 5, 1976 in Oakland. REFER TO COUNTY AUDITOR-CONTROLLER (PURCHASING AGENT) AND PUBLIC WORKS DIRECTOR 24. LETTER from County Sheriff-Coroner, in response. to Board referral of request of Contra Costa Chapter of National Organization for Women that construction of the women' s minimum security facility be delayed pending completion of a study on needs of women prisoners , stating that federal funding (LEAA) would be. jeopardized and provision of equal facilities for women and men inmates delayed if construction was halted at this time. ACKNOWLEDGE RECEIPT AND INSTRUCT CLERK TO SEND COPY OF LETTER TO NATIONAL ORGANIZATION FOR WOMEN 25. MEMORANDUM from Director of Planning, in response to Board referral of letter from Mr. and Mrs. C. B. Jones relating to general plan amendment to allow low density .multiple family residential zoning on a 6. 5 acre parcel in the Pleasant Hill BART Station Environs area, advising that the Planning Commis- sion has postponed for five months review of the General Plan pending acquisition of land through County Service Area R-8 for a neighborhood park in said area. ACKNOWLEDGE RECEIPT Item 26: INFORMATION (Copies of communication listed as information item have been furnished to all interested parties. ) 26. LETTER from Acting Chief, Division of Planning and Research , State Water Resources Control Board, advising that $15 million in matching federal grant funds are available for public projects to control pollution sources and to restore the quality of pub- licly owned freshwater lakes. Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. OFFICE OF COUNTY. ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors _ Subject: Recommended Actions May 11, 1976 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Building 340 1 Typist Clerk- -- Inspection Project Supervisor, 001 1 16/40 and 1 40/40 Secretary to District #2 24/40 Secre- Member of Board of tary to Member Supervisors of Board of Supervisors II. TRAVEL AUTHORIZATIONS 2. Name and Destination Department and Date Meeting Sam S. Gallinger Coronado, CA Annual California and Manuel Ramos, 5-18-76 to 5-21-76 Probation Parole Juvenile Justice and Correctional Commission Association Members Conference Anna Waltemade, Chicago, IL American Library County Library 7-18-76 to 7-24-76 Association (time only) - Conference Gertrude Hall, St. Louis, NO National Training Social Service 5-16-76 to 5-19-76 Conference on Aging (federal funds) Elsie S. Baukol, New York, NY First Annual M.D. , 5-18-76 to 5-20-76 Symposium on Lead Health - Poisoning . (federal funds) • WM To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-11-76, Page: 2. _ III. APPROPRIATION ADJUSTMENTS 3. Office of Economic Opportunity. Add $57,820 to increase e budget for the Head Start program to the amount of Federal funds available for fiscal year 1975-76. 4. County Library. Add $325 for equipment at the Pittsburg Branch Library; this item is financed by revenue from the Davi Trust Fund. S. Superintendent of Schools. Add $1,000 from Reserve for Contingencies - Superintendent of Schools for relocation of power supply to computer terminals. 6. Internal Adjustments. Changes not affecting totals for the following budget units: Health (Special Projects) , Planning, County Administrator (Plant Acquisition) , Public Works (Road Construction, Road Maintenance, Aid to Cities, Sanitary Services) . IV. LIENS AND COLLECTIONS 7. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Lien taken to guarantee repayment of the cost of services rendered by the County to Genevieve Moniz, who has made repayment in full. 8. Authorize County Auditor-Controller to accept the sum of $500 in settlement of the County claim for medical services rendered to Dewitt C. Chittenden, as recommended by the County Lien Committee. 9. Discharge County Treasurer-Tax Collector from accountability for the rollection of delinquent unsecured taxes and penalties for the 1968-1969 fiscal year in the amount of $82,716.22; further collection efforts not justified due to the age and nature of the accounts. V. BOARD AND CARE PLACEMFArrS/RATES 10. Home and/or Effective Department Institution Rate Date Human Viola Young Family Home, $270 5-12-76 Resources Richmond per mo. (increase) 00W To: Board if Supervisors From: County Administrator Re: Recommended Actions 5-11-76 Page: 3. V. BOARD AND CARE PLACEMENTS/RATES - continued 11. Amend Resolution No. 75/523, establishing rates to be paid to child care institutions, to include The Growing Mind, Berkeley, CA, as a day treatment facility for children ages 3 - 14, at a rate of $368 per month. 12. Amend Resolution No. 75/523 to add the Yoder Group Home, ' Martinez, CA, to the approved list of child care institutions at a monthly rate of $445. VI. CONTRACTS. AND GRANTS 13. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency se Amount Period Paddi G. Training for $10 4-24-76 Whitney Foster Parents Western Amids, CETA Staff $3,000 5-10-76 Inc. Training to • 5-31-76 Yvonne Hensley Temporary child $120 5-4-76 care services to for foster 6-8-76 parents to attend child care training •classes Rosella Same $90 Same Hendrickson Haig Agigian Training for $300 6-7-76 Mental Health to Staff 6-28-76 - Contra Costa Amend Ambulance Pay at 1-1-76 Medical Systems Services Agree- Board to Inc. ment ordered 5-31-76 rates; pay at Medi- Cal rates for PHP emergency services To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-11-76 Page: 4. VI. CONTRACTS AND GRANTS - continued 13. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as. follows: AgencX Purpose Amount Period State Office of Application and $183,333 7-1-76 Criminal Justice Grant Award for thru Planning Automated Court 12-30-76 Calendaring Greg Washington PHP Marketing $1,250 5-10-76 and Associates Consultation to 5-31-76 14. Authorize Director, Human Resources Agency, to sign , agreement between the County an an additional physician for provision of professional services to County Medical Services, effective March 1, 1976. VII. LEGISLATION 15. Adopt Resolution in support -of AB-3844 (Knox) updating salaries and staffing for Municipal Court personnel, as required by Assembly Revenue and Taxation Committee procedures for SB-90 hearing; AB-3844 is included in the County Legislative Program for 1976. VIII.REAL ESTATE ACTIONS 16. Authorize, Chairman, Board of Supervisors, to execute a renewal of a lease with Mr. Linus Claeys for the use of certain property located in Rodeo, CA by the County Office of Econo Ac Opportunity for its UPSPROUT Community Garden Project. 17. Exercise option to extend lease between the County and Stanley McNamara, et al, for one year for use of premises at 702 Main Street, Martinez, CA for continued occupancy by the Health Department fot its Child Health and Disability Prevention Program. IX. OTHER ACTIONS 18. Authorize the Clerk of the Board to destroy certain Board of Equalization records in accordance with Government Code Section• 26202. ON% To: Board of Supervisors From: ' County Administrator Re: Recommended Actions 5-11-76 Page: 5. IX. OTHER ACTIONS - continued 19. Authorize the State Office of Criminal Justice Planning to allocate about $20,000 in Federal funds for criminal justice planning to the Criminal Justice Agency of Contra Costa County. 20. Amend Board order of January 2, 1974, which established the Retired Senior Volunteers Program petty cash fund in the amount of $250, to increase the amount to $500 and to specify the use of these funds for volunteers' mileage, meals and miscellaneous office supplies. 21. Authorize County Auditor-Controller to reimburse 20 foster parents for mileage expenses related to attending Social Service Department training sessions in "Parent Effectiveness" during the period April 19, 1976 through June 11, 1976, with the understanding that total amount of reimbursement will not exceed $350. 22. Authorize Chairman, Board of Supervisors, to execute applications for licenses for the Discovery Motivational House drug abuse program; this program is operated by the County under a State contract, which requires the County to secure appropriate licensing. 23. Approve and authorize County Administrator to submit to the appropriate State authorities estimates of public assistance expenditures as required by Section 10800.1 of the Welfare and Institutions Code_ 24. Acknowledge receipt of memorandum report from the County Administrator submitted pursuant to Board referral regarding the U. S. Housing and Urban Development Section 8 Housing Assistance Program; and, as recommended therein, endorse the County Housing Authority's efforts with respect to the Section 8 "existing" housing program, urge the HUD area office to respond to the goals of the Contra Costa County Housing Assistance Program, and urge larger overall funding for Federally assisted housing programs. NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specified time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5:00 P.M. . O0W CONTRA COSTA COUNTY PUBLIC WORKS DEPART'1ENT lartinez, California May 11, 1976 EXTRA BUSINESS SUPERVISORIAL DISTRICT III Item 1. SUBDIVISION 4670 - ACCEPT IMPROVEMENTS - 4ainut Creek Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of improvements in Subdivision 4670 has been satisfactorily completed, with the exception of certain incomplete work. The incomplete work includes the bridne widening of Bancroft Road and other improvements dependent upon the completion of said bridge. A S23,500 cash bond has been deposited to insure the comoletion of the bridge and related work. The plans for the bridge required aairoval of Contra Costa Water District and the Federal novernment. The approval has recently been obtained and work should begin immediately. 2. Acceot as a County road the widening of Bancroft Road, the rinht or gray for which is shown and dedicated for public use on the map of Subdivision 4670 filed Januare 13, 1975 in Book 173 of "Fans at paqe 33. Subdivision 4670 is located on the west side of Bancroft Road, adjacent to the Contra Costa Canal. (LD) SUPERVISORIAL DISTRICT V Item 2. LINES E AND E-1 - ACCEPT INST!?U'1ENTS - 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 4ater Conservation District, accent Grant Deed, grant of Easement, and Right of Way Contract, all dated May 11 , 1976, froci the East Contra Costa Trrinition District, and authorize the Actinq Public 'forks Director to execute the Contract on behalf of the District. It is further recoiunended that the County Auditor be authorized to draw a warrant in the amount of $12,00G, payable to the East Contra Costa Irrigation District. The payment includes 52,191 for richt of way ac3uisition and $9,250 for relocation and rebuilding of irrioition lines. (continued on next nage) EXTRA BUSI,iESS Public Works Deoartment Page 1 of 3 May 11, 1976 W*10 Item 2 continued: (Deliver warrant to Real Property Division) (RE: Hork Order 8514) (RP) :tem 3. STOP,4 DRAINAGE DISTRICT ZONE 13 - LINES C-1 AND C-2 - APPROVE AUDEND0 - Alamo Area It is recommended that the Board of Suaervisors, as ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District, approve Addendum No. 1 to the plans and specifications for construction of the stone drain along Danville Boulevard from Laurenita Nay to Estrada Verde in Drainage 'Lone 13. The Addendum provides additional information required in the contract proposal. Bids for the project orii1 be received on May 25, 1976. (RE: Project No. 8520-76 - Nark Order 8520 - Drainaue Zone fto. 13) (FCD) GENERAL Item 4. ASSESSMENT DISTRICT 1973-3 - SALE OF SURPLUS LAND - Danville Area It is recommended that the Board of Supervisors approve the sale of surplus property and adopt a Resolution and Notice of Intention to sell property located along Railroad Avenue between Linda Mesa Avenue and Prospect Avenue, in Danville, by public auction in the Board's Chambers. The property consists of a vacant parcel of land approximately 1.5 acres zoned Planned Neighborhood Business. It is further recommended that the Board approve the followinq terms and conditions prepared by the County Real Property Aqent, as set forth in the Notice of Public Land Sale, and authorize the Clerk of the Board to post and publish the "lotice of Intention to sell real property, pursuant to Government Code Section 6063. The followinq terms and conditions were approved by the Advisory Committee and gond Counsel for this Assessment District. Date of Sale: Tuesday, June 22, 1976 at 11 :� a.m. ffinimum Accegjtable Gid: 5225,000 Hinimum Bid Deposit: S10,00n (continued on next oage) EXTRA BUSINESS Public Works Department Page 2 of 3 Play 11, 1976 Item 4 continued: DornPte: 25% of Bid Price Minimum Credit Terms: (Optional) Balance in 5 years @ 9-1/2% interest (Secured by Note and Deed of Trust) Environmental and planning considerations have been complied with by Pilin a Negative Declaration and being found in conforr,*ance with the County &enn f Plan. (RE: !cork Order 5408) (RP) EXTRA BUSINESS Page 3 of 3 Public storks Department ttaY 11, 1976 ON12 CONTRA COSTA COUNTY - _ PUBLIC WORKS DEPARTMENT Martinez, California May 11, 1976 AGENDA REPORTS Report A. RUDGEAR ROAD - TRAFFIC CONDITIONS - Walnut Creek Area The Board of Supervisors, through its Order of April 20, 1976, referred to the Public Works Director a letter from Mr. James F. Free, 2113 Alice Avenue, Walnut Creek, pertaining to the intersection of Rudgear Road and San Miguel Drive. In his letter Mr. Free expressed his concern about traffic conditions at that intersection. in the past few years, traffic volumes on Rudgear Road have significantly increased due to the ongoing construction of a large residential development. All of the development is occurring within the City of Walnut Creek, however, the City has required the Developer to pay the cost to improve the present substandard intersection of Rudgear Road and San Miguel Drive. Within the past year, the Board of Supervisors has held several public hearings to -consider numerous alternate proposals to improve this intersection. The Board, after public hearing, selected a plan and authorized the Acting Public Works Director to proceed with road improvements. A private engineering consulring fins has been retained to prepare the plans and specifications. The engineering plans will be completed very soon app it is anticipated that the project will be under construct-.on late this summer. It is recommended that the Board accept this report and direct the Clerk of the Board to send a copy to Mr. James F. Free. (TO) Report B. MORAGA WAY OVERLAY - RECOMMEND •BID AWARD - Moraga Area Bids for construction of Moraga Way Overlay were received last Tuesday, May 4, 1976, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Branaugh Excavating, Inc. of Castro Valley, in the amount of $80,763.80. (RE: Project No. 0961-4316-76) (RD) A G E N D A Public Works Department Page 1 of 12 May 11, 1976 O 13 Report C. CASTRO RANCH ROAD - RECOMMEND BID AWARD - El Sobrante Area Bids for construction of Castro Ranch Road Widening were received last Tuesday, May 4, 1976, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the construction contract to the low bidder, C. M. Marsh Contractor, Inc. of Vallejo, in the amount of $13,660. (RE: Project No. 1461-4147-74) (RD) Report D. ARLINGTON AVENUE - RECOMMEND BID AWARD - Kensington Area Bids for construction of Arlington Avenue Reconstruction were received last Tuesday, May 4, 1976, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Branaugh Excavating, Inc. of Castro Valley, in the amount of $220,294.25. (RE: Project No. 1451-4525-72) (RD) Report E. APPROVAL OF FINAL I-AP OF SUBDIVISION 4748 On April 13, 1976, the Board of Supervisors referred a letter from Mr. David B. Whittet, 261 Castle Ranch Road, Walnut Creek, California 94595, to the Acting Public Works Director for report. The letter alleged that the Contra Costa County Flood Control and Water Conservation District has refused to meet with him to discuss certain conditions of approval of Subdivision 4748. Only three of thirteen conditions have not been complied with. All three of these involve providing hydrology and hydraulic calculations showing that two of three creeks running through and adjacent to the subdivision are adequate to carry storm water runoff without subjecting the subdivision to flooding hazards, and requiring-the necessary upgrading if inadequate. Mr. Whittet has requested that Flood Control personnel meet with him at the site to "verify that the existing conditions are adequate. " The Public Works Department staff informed Mr. Whittet that a visual inspection will not satisfy the requirement for the engineering calculations, but have agreed to meet with him at his insistence. Mr. Whittet also asserts that these conditions were not • placed on the adjacent minor subdivisions although, in his letter of December 2, 1975 to the Flood Control District, he acknowledges that "there is much less improvement work (on his major subdivision) than both the two minor subdivisions that adjoin the site. , . ." Conditions on minor subdivisions are typically less •stringent than on major subdivisions. The adoption of the Federal Flood Insurance Program has required that more accurate data be provided regarding potential flooding hazard. (continued on next page) A G E N D APublic Works Department Page 2 of 12 May 11, 1976 W014 Report_E continued: It is recommended that the Board of Supervisors acknowledge this report and direct the Clerk of the Board to send a copy to Air. Whittet. (LD) SUPERVISORIAL DISTRICT I - Item 1. PARK AVENUE BRIDGE - ACCEPT DEED - Richmond Area It is recommended that the Board of Supervisors accept the following Grant of Easement and Right of Way Contract and authorize the Acting Public Works Director to sign the Contract on behalf of the County. It is further recommended that the County Auditor-Controller be authorized to draw the following warrant, payable to the below named Grantor: Contract and Grantor Easement Signed Payment • City of Richmond May 3, 1976 $250.00 (Deliver warrant to Real Property Division) (RE: Work Order 4526) (RP) SUPERVISORIAL; DISTRICT TI Item 2. HIGH STREET BRIDGE REPLACEMENT - APPROVE ROAD CLOSURE - Pacheco Area It is recommended that the Board of Supervisors authorize the Acting Public Works Director to temporarily close High Street, in the Pacheco area, from May 17, 1976 through Alay 28, 1976 to allow the County Public Works Department to replace the existing timber bridge over the Contra Costa Canal. Traffic will be routed around the site via local streets. (RE: Work Order 4960 - Road No. 3975A) (M) Item 3. SUBDIVISION MS 102-72 - CORRECTION OF BOARD ORDER - Pleasant Hill Area The Board of Supervisors, on December 23, 1975, accepted for recording only an Offer of Dedication for Subdivision • MS 102-73. The Order should have been for Subdivision MS 102-72. It is recommended that the Board of Supervisors rescind the Board Order of December 23, 1975 pertaining to Subdivision MS 102-73 and issue an Order to accept for recording only the Offer of Dedication for Drainage Purposes from Albert S. Bowler, dated November 10, 1975, for Subdivision MS 102-72. (continued on next page) A_ G E N D A Public Works Department Page 3 of 12 May 11, 1976 OOU�S Item 3 continued: Owner: Albert S. Bowler, 5337 Golden Gate Avenue, Berkeley, CA 94618 Location: - Subdivision MS 102-72 is located on the south side of Gloria Terrace, approximately 600 feet east of Brookwood Drive. (RE: Assessor's Parcel No. 166-220-32, 39, 46 and 47) (LD) Item 4. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - Rodeo Area It is recommended that the Board of Supervisors approve the Plans and Specifications for Landscape Maintenance of View Park Homes, County Service Area M-20, Rodeo area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period July 1, 1976.through June 30, 1977. The estimated contract cost is $6,500. This work is considered exempt from Environmental Impact • Report requirements as a Class 1H Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B&G) Item 5. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - West Pinole Area It is recommended that the Board of Supervisors approve the Plans and Specifications for Landscape Maintenance of Montalvin Manor Park, County Service Area M-17, West Pinole area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period July 1, 1976 through June 30, 1977. The estimated contract cost is $17,500. This work is considered exempt from Environmental Impact Report requirements as a Class 1H Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B&G) Item 6. ROLLINGWOOD STREETS - ACCEPT CONTRACT - Richmond/San Pablo Area The work performed under the contract for Phase 1 of the street repair project in the Rollingwood Subdivision, in the Richmond/ San Pablo area, was completed by the contractor, C. M. Marsh Contractor, Inc. of Vallejo, on May 4, 1976, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $13,000. • It is recommended that the Board of Supervisors accept the work as complete as of Pay 4, 1976. (RE: Project No. 1075-4284-76 (Phase 1) ) (C) A_ G E N D A Public Works Department Page 4 of 12 May 11, '1976 00016 Item 7. CARQUINEZ SCENIC DRIVE - APPROVE INCREASE IN CONTRACT CONTINGENCY FUND - Martinez Area ' ' It is recommended that the Board of Supervisors approve an increase of $5,200 in the contract contingency fund for the Carquinez Scenic Drive Slide Repair project. The increase is required to provide for the County's share of the contractor's additional cost of mixing, spreading and compacting lime and cement treated embankment caused by the unexpectedly high amounts of lime and cement needed to complete the work. Sufficient funds for this increase are available in the slide repair item authorized by the Board in the current road budget. (RE: Project No. 2191-5823-75) (C) SUPERVISORIAL DISTRICT III Item 8. SUBDIVISION MS 31-75 - APPROVE SUBDIVISION AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors: 1. Approve the Subdivision Agreement for Subdivision MS 31-75. 2_ Accept a Grant Deed for Road Purposes, dated March 26, 1976, from Kathryn Tess Reichenbach. 3. Accept, for recording only, the Offer of Dedication for Road Purposes, the Offer of Dedication for Slope Easement and the Offer of Dedication for Drainage Purposes, all dated March 26, 1976, from Kathryn Tess Reichenbach. Owner: Kathryn Tess Reichenbach, 2380 Overlook Drive, Walnut Creek, CA 94596 Location: Subdivision MS 31-75 is located on the east side of Overlook Drive, opposite Harvard Way. (LD) Item 9. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - Orinda Area " " It is recommended that the Board of Supervisors approve the Plans and Specifications for Landscape Maintenance of the Orinda Business District, County Service Area M-11, Orinda area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape ' Maintenance Contract is for the period of July 1, 1976 through June 30, 1977. The estimated contract cost is $6,500. This work is considered exempt from Environmental Impact Report requirements as a Class 1H Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B&G) A G E N D A Public Works Department Page 5 of 12 May 11, 1976 ' 00017 Item 10. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS- Orinda Area it is recommended that the Board of Supervisors approve the Plans and Specifications for Landscape Maintenance of the Orindawoods, County Service Area M-19, Orinda area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period of July 1, 1976 through June 30, 1977. The estimated cost is $15,000. This `cork is considered exempt from Environmental Impact Report requirements as a Class lH Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B&G) SUPERVISORIAL DISTRICT IV No Items AGENDA CONTINUES ON NEXT PAGE • . AGENDA Public Works Department Page 6 of 12 May 11, 1976 woos SUPERVISORIAL DISTRICT V' Item 11. SUBDIVISION MS 83-75 - ACCEPTANCE OF INSTRUMENTS - Oakley Area It is recommended that the Board of Supervisors: 1. Accept a Grant Deed, dated February 9, 1976 for road purposes. 2. Accept a Relinquishment of Abutter's Rights, dated February 9, 1976 for road purposes. 3. Accept, for recording only, the Offer of Dedication, dated February 9, 1976 for road purposes. 4. Accept, for recording only, the Offer of Dedication, dated February 9, 1976 for drainage purposes. S. Approve the Deferred Improvement Agreement, dated March 4, 1976, and authorize the Acting Public Works Director to execute it on behalf of, the County. The documents fulfill conditions of approval for Sub- division MS 83-75 as required by the Board of Adjustment. Owner: Angelo J. Crocco, Jr. , also known as Jerry Crocco, Route 2, Box 178, Oakley, CA 94561 Location: Subdivision MS 83-75 fronts 493 feet on the west side of Sellers Avenue, approximately one- half mile north of Delta Road, in the Oakley area. %RE: Assessor's Parcel No. 33-140-003) . (LD) Item 12. SUBDIVISION MS 132-75 - ACCEPTANCE OF INSTRUMENTS - Brentwood Area It is recommended that the Board of Supervisors: 1. Accept a Grant Deed, dated March 2, 1976 for road purposes. 2. Accept a Relinquishment of Abutter's Rights, dated March 2, 1976 for road purposes. 3. Accept, for recording only, the Offer of Dedication, dated March 2, 1976 for road purposes. 4. Approve the Deferred Improvement Agreement, dated March 2, 1976 and authorize the Acting Public Works Director to execute it on behalf of the County. The documents fulfill conditions of approval for Sub- division MS 132-75 as required by the Board of Adjustment. Owner: Ruben R. Reimche, P. O. Box 428, Antioch, CA 94509 Location: Subdivision MS 132-75 fronts 545 feet on the east side of Virginia Drive and 285 feet on the north side of Lone Tree Way, in the Brentwood area. (RE: Assessor's Parcel No. 18-050-23 and 24) (LD) A G E N D A Public Works Department Page 7 cf 12 May 11; 1976 0019 d Item 13. STONE VALLEY ROAD BIKE PATH - ACCEPT WAIVER - Alamo Area i It is recommended that the Board of Supervisors accept ' Waiver of Claim dated April 23, 1976 from Harry Johnson, et ux. , and authorize the Acting Public Works Director to execute the Waiver on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant for $250.in favor of Harry and Dorothy Johnson and deliver to the County Real Property Agent for payment. Payment is for landscaping damaged during the construction of the above project. (RE: Project 4331-4183-75) (RP) Item 14. STONE VALLEY ROAD - ACCEPT DEED - Alamo Area It is recommended that the Board of Supervisors accept the following Grant Deed and Right of Way Contract, and authorize the Acting Public Works Director to sign the - Contract on behalf of the County. It is further recommended that the County Auditor-Controller be authorized to draw the following warrant payable to the below named grantors. Contract and Grantor Deed Signed Payment Robert W. Pohl and April 30, 1976 $100.00 Patricia J. Pohl (Deliver warrant to Real Property Division) (RE: Work Order 4516) (RP) Item 15. SUBDIVISION 4790 - APPROVE SUBDIVISION AGREEMENT - Alamo Area It is recommended that the Board of Supervisors approve the map and Subdivision Agreement for Subdivision 4790. Owner: Owens Mortgage Company,- 990 Moraga Road, Lafayette, CA 94549 Location: Subdivision 4790 is located at the end of Via Bonita north of Las Trampas Road (LD) Item 16. SUBDIVISION 4620 - APPROVE MAP AND SUBDIVISION AGREE14ENT - Danville Area It is recommended that the Board of Supervisors approve the Map and Subdivision Agreement for Subdivision 4620. Owner: Mahlon C. and Patricia L. Connett, Donald T. and Barbara Hay, 2425 East Street, Concord, CA 94520 Location: Subdivision 4620 is located on the south side of Clipper Hill Road just gest of Bradford Place. ' (LD) - A G E N D A Public Works Department Page 8 of 12 May 11, 1976 ON= Item 17. SUBDIVISION 4771 - APPROVE MAP AND SUBDIVISION AGREEMENT - Danville Area It is recommended that the Board of Supervisors approve the Map and Subdivision Agreement for Subdivision 4771. Owner: Ken Gooch Construction Company, 147 Bernal Avenue, Pleasanton, CA 94566 Location: Subdivision 4771 is -located at the southeast -corner of the intersection of Laurel Drive and Willow Drive. (LD) Item 18. SUBDIVISION 4232 - ACCEPT IMPROVEMENTS - REFUND DEPOSIT - Danville Area It is recommended that the Board of Supervisors: 1. Declare that the street and drainage improvements have successfully completed the one-year satisfactory per- formance period. 2. Authorize the Acting Public Works Director to refund to DiGiorgio Development Corporation the $500 cash deposit as surety under the Subdivision Agreement as • evidenced by the Deposit Permit Detail Number 101551 dated August 18, 1972. Streets were accepted for maintenance on March 25, 1975. Subdivider: DiGiorgio Development Corporation, One Maritime Plaza, San Francisco, CA 94111 Location: Subdivision 4232 is located on the south side of Sycamore Valley Road east of Tunbridge Road. (LD) Item 19. SUBDIVISION 4254 - ACCEPT IMPROVEMENTS - REFUND DEPOSIT Danville Area It is recommended that the Board of Supervisors: 1. Declare that the street and drainage improvements have successfully completed the one-year satisfactory per- formance period. 2. Authbrize the Acting Public Works Director to refund to C. M. Bloch, Inc. , the $500 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 102338 dated September 22, 1972. Streets were accepted for maintenance on April 8, 1975. Subdivider: C. M. Bloch, Inc. , 255 Rose Street, Danville, CA 94526 Location: Subdivision 4254 is located north of Crow Canyon Road along the extension of St. Helena Drive. (LD) A_ G E N_ D APublic Norks Department g Pae 9 o_f 12 May 11, 1976 00021 Item 20. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - South Danville Area It is recommended that the Board of Supervisors approve • the Plans and Specifications for Landscape Maintenance of County Service Area R-5, South Danville area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period of July 1, 1976 through June 30, 1977. The esti- mated cost is $6,500. This work is considered exempt from Environmental Impact Report Requirements as a Class 1H Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B & G) Item 21. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - Discovery Bay Area It is recommended that the Board of Supervisors approve the Plant and Specifications for Landscape Maintenance of Discovery Bay, County Service Area M-8, Discovery Bay area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period of July 1, 1976 through June 30, 1977. The esti- mated cost is $15,000. This work. is considered exempt from Environmental Impact Report Requirements as a Class lH Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B & G) Item 22. LANDSCAPE MAINTENANCE - Approve Plans and Specifications AND ADVERTISE FOR BIDS - Danville Area It is recommended that the Board of Supervisors approve the Plans and Specifications for Landscape Maintenance of Sycamore Homes, County Service Area M-6, Danville area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period of July 1, 1976 through June 30, 1976. The estimated cost is $15,000. This work is considered exempt from Environmental Impact Report Requirements as a Class 1H Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B & G) Item 23. LANDSCAPE MAINTENANCE - APPROVE PLANS AND SPECIFICATIONS AND ADVERTISE FOR BIDS - South San Ramon Area It is recommended that the Board of Supervisors approve the Plans and Specifications for Landscape Maintenance of County Service Area 14-4, South San Ramon area, and direct its Clerk to advertise for bids to be received until 11:00 a.m. on June 8, 1976. This Landscape Maintenance Contract is for the period of July 1. 1976 through June 30, 1977. The estimated cost is $6,500, and will be financed from the Public Works Department Road Maintenance Budget and County Service Area M-4. (continued on next page) A G E N D A Public Works Department Page 10 of 12 May 11, 1976 ■ t • s Item 23 Continued: This work is considered exempt from Environmental Impact Report Requirements as a Class 1H Categorical Exemption • under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding. (B & G) Item 24. LOVE LANE - SUSPEND PARKING RESTRICTION - Danville Area At the request of representatives of the Danville Community Center, it is recommended that the Board of Supervisors temporarily suspend Traffic Resolution No. 121 (No Parking Anytime) , along a portion of Love Lane in Danville, from the period of 3:30 p.m. on Friday, May 21, 1976 through 6:00 p.m. on Sunday, May 23, 1976, for the purpose of con- ducting an Art Fair. (TO) Item 25. DIABLO ROAD - ACCEPT DEED - Danville Area It is recommended that the Board of Supervisors accept Grant Deed and Right of Way Contract dated April 27, 1976 from Marvin R. Poston, et ux. , and authorize the Acting Public Works Director to execute the Contract on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant for $2,500 in favor of Transamerica Title Insurance Company, Escrow #220830, and deliver to the County Real Property Agent for payment. Payment is for 779 square feet of office zoned land. (RE: Work Order 4159) - (RP) Item 26. SUBDr%YISION 4406 - ACCEPTANCE OF INSTRUMENT - Tassajara Area It is recommended that the Board of Supervisors accept for recording only, the Offer of Dedication dated April 14, 1976 for drainage purposes, from RWC - California Company, and Diablo West Homeowners Association, Inc. The document is necessary for drainage improvements within Subdivision 4406 due to the revision of lots Nos. 73, 74, 75, 85, 86, and 87, as shown on the Record of Survey Map recorded March 12, 1976 in Book 60 of Licensed Surveyors Maps, on Page 28, Contra Costa County records. Location: Subdivision 4406 is located on the south side of Camino Tassajara Road west of Sycamore Valley Road, in the Tassajara area. (LD) A G E N D A Public Works Department Page 11 of 12 May 11, 1976 00023 i 1 t GENERAL { i Item 27. BUCHANAN FIELD - SHERATON- INYN-AIRPORT - Concord Area The Sheraton Inn-Airport has requested a 30-day extension to pay the March 1976 percentage, and May 1976 base rental payment, both due May 1, 1976. It is recommended that the Lessee, Sasha Maloff, be granted an extension to May 31, 1976 to make the payment, subject to interest at the rate of ten percent per annum. (A) Item 28. REMODEL FORMER ADMINISTRATION BUILDING - APPROVE CONTRACTS - Pleasant Hill Area It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Fire Protection District, approve contracts for inspection services and authorize the Acting Public Works Director to execute the agreements for the remodeling of the former Administration Building at the Contra Costa County Fire Protection District, 2010 Geary Road, Pleasant Hill, California. These contracts are effective May 11, 1976, and are with Messrs. J. M. Nelson and Robert G. Grady. Payment is provided for services in accordance with the standard rates as indicated in the Agreements. (RE: Work Order 5544) (B & G) Item 29. CONTRA COSTA COUNTY WATER AGENCY 1. The Delta Water Quality Report'is submitted for the Board of Supervisorsvinformation and public distribution. No action required. 2. It is requested that the Beard of Supervisors consider attached "Calendar of Water Meetings." No action required. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. A G E ND A Public Works Department Page_12 of 12 May 11, 1976 010024 Prepared Jointly by the Hater Resources Representative and the ` Chief Engineer of the Contra Costa County Water Agency .May S, 1976 CALENDAR OF WATER MEETINGS TIME ATTENDANCE ".TE DAY SPONSOR PLACE REKMMS Recommended Authorization 13 Thurs. Delta Advisory 4:00 p.m. Public Hearing Staff Planning Redevelopment Re: Draft Delta Council Agency Action Plan Auditorium 630 I Street Sacramento y 19 Ned. Delta Advisory 4:00 p.m. Public Hearing - Staff Planning Civic Auditorium Re: Draft Delta Council S2S No. Center Action Plan Street--Stockton -y 27 Thurs. TAC - Delta Sacramento Public Hearing Staff Advisory Comments Planning Council aoo25 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. ooa26 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zoning Ordinances Introduced Date: May 11, 1976 The Board having held hearing on the Planning Commission's recommendation( s) on the following rezoning application(s), and directed preparation of the following ordinance(s) to effect same; This (these) ordinance(s) Has (Were) introduced today, the Board by unanimous vote Waiving the full reading thereof and setting MaT,�,}♦ 1976 for Board consideration of passing same: Ordinance Application Number Applicant Number Area 76-37 Kirkpatrick, Williams, 1965-RZ Orinda Carlston and Eliot PASSED on May 11, 1976 by the following vote: AYES: Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid, J. P. Kenny. NOES: None ABSENT: None I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board: on 110 1q76 By. Deputy Maxine M. Neufeld O-027 cc: County Administrator t In the Board of Supervisors of Contra Costa County, State of California May 11 19 L6 In the Matter of Ordinances) 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 fines May 18, 1976 as the time for adoption of same: 76-39 Repeals, amends and re-enacts Chapter -28-2 (Judicial Districts) of the County Ordinance Code to include the Richmond and Test Judicial Districts and update Chapter 28-6 (Law Library); and 76-40 Postpones creation of Bay Judicial District- -- until January 1, 1)77. PASSED by the Board on May 11, 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 Seat of the Board of Supervisors affixed this 11th day of May . 1976_ J. R. OLSSON, Clerk By--4Deputy Clerk H sa 12/74 : 1"W Bonnie Boaz W28 In the Board of Supervisors of Contra Costa County, State of California. Mai 11_ In the Matter of Ordinance(s) Introduced. The ordinance(s) indicated having been in-roduced, the Board by unanimous vote of the members present waives full reading thereof and fixes May 18, 1976 as the time for adoption of sane: Adds Article 36-10.6 (Section 36-10.602) establishing ,a . Safe Driving Award program for certain personnel in the department of County Sheriff-Coroner; and Amends Section 32-2.622 to add another caretaker- exempt position for County Service Area R-6. PASSED by the Board on May 11. 1976 I hereby certify that the foregoing is a true and correct copy of an order entered an tha minutes of said Board of Supervisors on the date oforesoid. Witness my hand and the Seal of the Board of Supervisor ofnxed this 11th day of May : 19 76 J_ R. OLSSON, Clerk Deputy Clerk H Za 12n4 - ISM Jean L. Miller 29 ORDINANCE NO. 76- ' (On Safe-Driving Awards) The Contra Costa County Board of Supervisors ordains as follows (omitting the parenthetical footnotes from the official text of the enacted or amended provisions of the County Ordinance Code) : SECTION I. Article 36-10.6 is added to the County Ordinance Code to read: Article 36-10.6 Safe-Driving 36-10.602 Safe-Driving Awards. (a) Program. To encourage and reward safe driving, the Sheriff- Coroner shall maintain a Safe Driving Award program for personnel in that department, and shall promul- gate such regulations as necessary to implement it. (b) Awards. These awards shall be given for these amounts of safe driving: (1) 25,000 miles - pocket-size badge holder; (2) 50,000 miles - pocket style gold duplicate badge; (3) 75,000 miles - $50 U.S. Savings Bond Series E; (4) 100,000 miles - $100 U.S. Savings Borid'Series..E; (5) 150,000 miles - timepiece suitably engraved, not to cost County more than $150.00. (Ord. 76- ) SECTION II. EFFECTIVE DATE. This ordinance becomes effective 30 days after passage, and within 15 days of passage shall be published once with the names of supervisors voting for and against it in the a newspaper published in this County. PASSED on by the following vote: AYES: Supervisors - NOES: Supervisors - ABSENT: Supervisors - ATTEST: J.R.Olsson, County Clerk & ex officio Clerk of the Board By ,Dep. Chairman of the Board [SEAL] ORDINANCE NO. 76- 09M ORDINANCE NUMBER 76- (On Exempt Positions in Orinda) The Contra Costa County Board of Supervisors ordains as follows (omitting the parenthetical footnotes from the official text of the enacted or amended provisions of the County Ordinance Code) : SECTION I. Section 32-2.622 of the County Ordinance Code is amended, to add another caretaker exempt posttion for County Service Area R-6, to read: 32-2.622 Special Areas. The following positions in the Orinda Recreation Service Area (County Service Area R-6) are exempt: Director - Orinda Recreation Service Area Clerk - Orinda Recreation Service Area (two positions) Caretaker - Orinda Recreation Service Area (two positions) . The Public Works Director is the appointing authority, and he shall establish from time to time the full-time or part-time nature of the positions. (Ords. 76- 76-222 74-732 74-15, §2, 73-94 51. ) SECTION II. EFFECTIVE DATE. This ordinance becomes effective 30 days after passage, and within 15 days of passage shall be published once with the names of supervisors voting for and against it in the a newspaper published in this' County. — PASSED on by the following vote: AYES: Supervisors - NOES: Supervisors - ABSENT: Supervisors - ATTEST: J.R.Clsson, County Clerk & ex officio Clerk of the Board Chairman of the Board By ,Dep. [SEAL] ORDINANCE NO. 76- UVM ! • In the Board of Supervisors of Contra Costa County, State of California Maar 11 In the Moller of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS SY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on May 11, 1976. 1 hereby cw fify that the fam9ainp b o true and correct copy of an order w-mered on the WnuNs of said Boord of Supervison an the done ofonwAd. 1Mitness my hand and the Seal of the Board of supwvhols affixed this lltl&y of May19 76 01 J. R. OLSSON, Clerk B1r Do" Clerk Dorothy(McDonald H-24 3/7615m 0 `m POSITION ADJUSTMENT REQUEST No: 4166 tV F- D Department Supervisorial Dist. #2 Budget Unit 001 Qate 4 15 76 r ``- Action Requested: Reduce hours of Secretary to McTb o the0�d��cp of Supervisors Position No. 01 to 24/40. Add one (1) 16/40 Proposed effecdate:5/15/76 position same classification exemp . Explain why adjustment is needed: Fulltime employee on return from leave of absence able to work ess hours. Estimated cost of adjustment: Amount: 1 . Salaries and wages: $ - none - 2. Fixed Assets: (fiat .items and coat) $ Estimated total $ -- Signature �1 �c��teL4 Department Head ervisor Initial Determination of County Administrator Date: May 4, 1976 To Civil Service - request recommendation purs memorandum dated May 4, 1976 (attached) . County ms a o Personnel Office and/or Civil Service Commission Date: May 5, 1976 Classification and Pay Recommendation Decrease hours of Secretary to Member of the Board of Supervisors to 24/40; add (1) 16/40 position Secretary to Member of the Board of Supervisors. Update discloses duties and responsibilities remain appropriate to the class of Secretary to Member of Board of Supervisors. The above action can be accomplished by amending Resolution 71/17 by decreasing the the hours of Secretary to Member of Supervisors, position 001, and adding 1 16/40 position of Secretary to Member of Board of Supervisors, both at Salary Level 247 (783-951). Can be effective day following Board action. J Assist ersonne rector Recommendation of County Administrator Date: May 12, 1976 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 12, 1976. County Administrator Action of the Board of Supervisors WAY 111970 Adjustment APPROVED ) on J OLSSON, County Clerk Date: MAY11 1976 By: 11 axN'e It..Neuteld `Deputy Clerk " APPROVAL o6 Vv:6 adjastrment eona.titautes an Apptopniati..on Adja6hwtnt and Peasonnet Re aotuti on Amendment. Y •• 1 JJ POSITION ADJUSTMENT REQUEST No: I�'3 Building Inspection Department Budget Unit 340 Date Action Requested: locate one Typist Clerk - Project position. Proposed effective date: Explain why adjustment is needed: To be employe3 for Rehabilitation Program under Housing h Community Development Act 1974, adopted 4-27-76 by Board of Supervisors. Estimated cost of adjustment: Amount: 1. Sal&i2 and.wages: Federal Funds $ � -- 2. Fixed Asset (t i a.t itew and cost) Counry t_ Estimated total OF Signature j �6-1 ung t►cr::: ,;si��;o- � Department Head Initial Determination of County Administrator Date: I7f�/�GClV''' 1 /vL`CG'r+/iojGlY�rs� .-.-^r, �!H'sGS CY. y To-unty Abdnistrator Personnel Office and/or Civil Service Commission Date: May 3, 1976 Classification and Pay Recommendation Classify (1) Exempt position of Typist Clerk-Project. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk-Project. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/27 by adding (1) Exempt position of Typist Clerk-Project, Salary Level 162 (604-734). Assistant Personnel ctor Recommendation of County Administrator // ate: May 12, 1976 } Recommendation of Personnel office and/or Civil Service Commission approved, effective May 12, 1976. County Administrator Action of the Board of Supervisors MAY I 1 197-3 Adjustment APPROVED ) on J. R. O'SS County Clerk Date: MAY 1 i lei B o lk ine M.Ncufe�st Dlputy, Clerk APPROVAL o6 th,ia adjustment eon4titzU4 an Appnopvati.an Adjustment and Peuonnee[1� Rea otution Amendment. VJ 0 0 In the Board of Supervisors of Contra Costa County, State of California May 11 . 19 76 In dw Mahar 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 Hoard on May 11, 1976. I hereby certify that the foregoing is a true and cored copy of an order anierad an the rnimdes of said Board of Suparvhom an the dab akwesaid. Witness my hand and the Seal of the Board of SupsrwWM affixed this llttky of may . 14 76 J. R. OLSSON, Clerk By Deputy Clerk Doroth acDonald H-24$/7615m 0� 1 CONTRA COSTA. COMITY . APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE Office of Economic Opportunity - Head Start 004 Cord Special Fund Decrease ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Code Quantity) audoetUnit Ob ect Sub.Acct. f CR X IN 66) _ 01 1003 004-1013 Temporary Salaries 13,019.00 01 1003 004-1014 Overtime 780.00 01 1003 004-1042 FICA Expense 802.00 01 1003 004-2100 Office Expense 3, 166.00 01 1003 004-2102 Hooks and Periodicals 550.00 01 1003 004-2130 Small Tools b Instruments 100.00 01 1003 004-2150 Food 370.00 01 1003 0042170 Household Expense 96.00 01 1003 004-2180 Agricultural 50.00 01 1003 004-2200 Memberships 125.00 01 1003 074-2250 Rent of Equipment 1 ,100.00 01 1003 004-2260 Rent of Real Property 3,540.00 01 1003 00412261 Occupancy Costs eewie / 2,020.00 01 1003 004-2262 Ccc1..1'aarcy casts Qu„r pcl Qw'!d%pys 60,000.00 01 1003 004 2270 Repair b Service Equipment 550.00 01 1003 004-2281 Maint of Bldgs 200.00 01 1003 004-2282 Grounds Maintenance '� 200.00 01 1003 004-2300 Transportation - other 6,000.00 01 1003 004-2301 Auto Mileage - Employee 220.00 01 1003 004-2302 Use of County Equip 360.00 01 1003 004-2305 Frt b Drayage Exp 400.00 01 1003 004-23110 Prof b Personal 22,782.00 01 1003 004-23610 Insurance - Other 500.00 01 1003 004-2450 Sery b Supp - Prior Years 1 ,000.00 01 1003 004-2477 Education Supp b C 3,600.00 01 1003 004-7750 003 Audiometer 450.00 01 1003 004-9970 Reserve for Contingencies 57,820.00 01 1003 990-99;0 Appropriable New Revenue 57,820.00 _VER._ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY To adjust for Federal Funds not Date Description included i n original 1975-76 Budget. APPROVED: St GNjAT1 I DATE AUDITOR— VM ,t CONTROLLER: COUNTY ADMINISTRATOR. Q' BOARD OF SUPERVISORS OVER rtT YES: X19" fiemy. aoggagk LAn3cheld. NO,>'t4w, an MAY J. R. OLSSON CLERK �? ,C,,�,,,,,,,� �,, C5�i.0 Y 9(. bt Signature pDate Maxine M.Neute(`d Approp.Adi. ( M)29 Rev. 3'68) Clwk Journal No. • See Isstrrctioes on Reverse Side 00M CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT CEPARTUENT OP BUDGEr UNIT COUNTY LIBRARY 620 RESERVED FOR AUDITOWCONTROLLER'S USE Cord Special ACCOUNT 2 CBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quontitvl Fund &doetUnit Obiecx b-Acct. CR X IN 66) 01 1 1206 620-7751 .*:22 Carousel - Paperback #8625 $325 1206 991-9970 Reserve for continguencies $325 9 L t � corn on � � Contra Costa County _ r" M.RECEIVEQ r �: s APR i � -1976 = Office of County Administrator PROOF _Co_mp_._ _J_K.P_ VER. 3. EXPLANATION OF REQUEST( If capitol outlay, list items and cost of each) TOTAL ENTRY w Date Descripnan To provide additional funds for purchase of capital outlay item for Pittsburg Branch Library. Cost to be reimbursed to the library fund from the Davi Fund (#8113) by journal at end of fiscal year. APPROVED: SIGN RES DATE AUDITOR— PR 9 7 CON TROLLER: f'� COUNTY ADMINISTRATOR: BOARD OF SUPERVISQRS OFiu�ER: �yyprgyY. YES: I bm%eld: MY 1 Admin. Assistant 4/7/76 J. R. OLSSON, CLERK L �a�. M.Neu a S.3nature Title D to ..►. �Y aukoirPmol No.l (M 129 REV. 2/75) • Sri lerstrnclia,es tin Reverse Side 'r����VV/ f�s7!/T CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 13���� e 1. DEPARTMENT OR BUDGET UNIT 601 RESERVED FOR AUDITOR-CONTROLLER'S USE i Card Special ACCOUNT 2. DBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quontitv) Fund Bud etUnat O ect 6 Acct. CR X IN 66) 1006 601-2281 Ahintenance Building 1,000 - i H09 OffieeBlips 1,000 /©D6 993 Fvo 7401- COAtt' fitcle. juG77 O l�c /4QO�l a 00 1 �o oz � n m n1 m ov ZE MCI az = G t7 r I- 174 PROOF _ I'•_ _ _K_P__ _VER.— 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY Date Description See copy of merino attached. APPROVED: SIGNATU S DATE AUDITOR— CONTROLLER: COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: SennY' ""r. = r1 . MAY 11 1376 t NO% >Lt"++� J, R. OLSSON CLERK 6y>462Ifte ?L.,4 e.1 Associate Superintendent 4/7/76 ,.rte Maxine).1.Neul�.d Qnature Title Date Approp.Adi. •�7 s ( M 129 Rev. 2/68) Deputy C ak Journal No. •See Instructions on Re erse '38 t . t V i OFFICE OF COUNTY AD42%415TP.ATOR CONTRA COSTA COUNTY Administrotioa Building Martinez, California F. Z. Aarchus, To- County Superintendent of SchooPsPe: March 31, 1976 Attention R. Fifield F,om: Arthur G. Will, Subject- Computer Relocation County Administrato v T Welch Approval has been given to the Deputy Public Works Director, Buildings and Grounds, for relocation of 280-volt power su ply and relocation of computer terminals in your office. This was done after determining the move of the computer from its present location to the end of the building, which significantly reduced the noise level in the office as well as consolidated special projects staff in one location. At the same time, oy ur reassessment of your financial condition a _shows to liye_.funus available fort is work without god o�veer your budget, is give sn erious consideration. ---.�� Please submit an appropriation adjustment of $1,000.00 from 601--2100 to 601-2281 as you recommended in your memorandum of March 19, 1976 on this subject. ADL:es cc: V. Cline R. M. Rygh UVlltla7 • COKTRA COSTA COUNTY APPROPWATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Health 450 RESERVED FOR AUDITOR•CONTOOL LER'S USE Card Special ACCOUNT 2. DEJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quantity) Fuad flud etUnit Obreet 6.Acct. CR X IN 66) of 1003 87-7710 St(o Building Alterations 3,000 1003 451--2281 Maintenance, Structures, 1500 Improvements -3--g� fill plc /��p► ares 1)500 4D Ike H7 4r Ret /7, 000 Contro Costa County RECEIVED MAY - � 3970 Office of County AdministrQtor PROOF Camp- —VER- I EXPLANATION OF REQUEST(If capital outloY, list items and cost of each) TOTAL ENTRY To provide capital outlay funds for the Dote Descrptian soundproofing of interview rooms in the Richmond Alcoholic Rehabilitation Clinic. The expenditure of these funds has been APPROVED: SIGNATURES DATE approved by the state. AUDITOR— 3076 CONTROLLER- COUNTY L ADMINISTRATOR: J BOARD OF SW&RVIS2U Rl YES: Bow, LAnscheld. MAY 1. 1 J. R.OLS30N CLERK 1 J alyst , Sipe re ' Title Dote M &I.Neufeld Avvrop.Ads. r� Michael ney Journal No . ,f .� t M 129 Rev. 2:'6$) dElk •See Instructions ort Reverse Sl 0A40 CONTRA COSTA COLWTY • APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Planning RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special Fund ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Code 0jantit.i $udaetUnrt Obrect Sub.Acct. CR X IN 66) 01 1003 357-2473 Specialized printing $375 01 I 1003 357-7752 013 3 - Passenger settee $375 Contra Costo County RECEIVED MAY - ! 1970,1 Orrice of County Administrator PROOF _ComF,__ _ef_P._ _YER,_ 3. EXPLANATION OF REQUEST f If capital outlay, list items and cost of each TOTAL ENTRY To provide seating for the public in the reception Date area which will be created by a nearing remodel. APPROVED: SIGNATURES DATE AUDI TOR- CONTROLLER: COUNTY ADMINISTRATOR: 7 BOARD OF SUPERVISORS ORDER: YES: Ampimbts bey. Dias. Aloriattx, ZlMesk Ltaschea �` MAY 11 J. P- OLSSON ��" 04-29=76 CLERK by , ucin8 M.Neuteld S: awreTirte Dor. DNlpu y Cier: thony A. D6haesus, Director o Approp•Adj• t M 129 Rev, 2!6i) •See Instructions on Reverse sidePlanning 00M COt lW COSTA• cOlxiTY APPROPRIATIQ! ADJUSTMENT • 1. DEPARTMENT OR BUDGET UNIT County Administrator RESERVED FOR AUDITOR-CONTROLLER'S USE plant Accaluisiti Cord Special Fund Decrease ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Code Quantity1 Bud etUnit Object C.Acct. CR X IN 66) 0' 1003 084-7710 513 Install Superior Court Security System $600 01 1003 086-7710 537 Transfer to 084-7710-513 $600 PROOF C_a_mp.__ K_P: _VER._ 3. EXPLANATION OF REQUEST(11 capital outlay, list items and cost of each) TOTAL w - ENTRY To install an alarm system in Department 5 Date Description of the Superior Court. APPROVED: SIGNATURES DATE AUDI TOR— CONTROLLER: COUNTY ADMINISTRATOR: BOARD OF SUPERVISQRS ORRER: YES: beslnn. Boggem Linsdx4d. NO% on` MAY - - Assistant County J. R. OLSSON CLERK ` 5,>ul�.��.�� s. Administrator-Finance 5/5176 Signature Title r Date prop.Ali. ttt�l 3U� ( M 129 Rev. 2:'68) Daetk 0 urnol N. "Ste Instructions on Reverse Side CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT Pub I Ic Works r • /EPA*RTMENT OR Bt.OGE T UNIT RESERVED FOR AUDI TOR-CON TROLLER`S USE Cord Spec'oi ACCOUNT .w''E T OF EXPENSE OR FIXED ASSET ITEM' Increase Decrease CR X IN b6) COde 0uont4tvl F`nd BudoetUna Ob+ect %:c*- SELECT ROAD CORSTRUC TION D1 1003 651-7E0J 986 2. Signal Modification 46 550 3. Bishop Ranch AD 2500 3" 4. Canyon Road 1957 99= 3. 4. 6. Land Development Eng 6179 353 2. Bancroft Road 46 276 5. Castro Ranch Road 2703 9)7 5. Frontage Improvements 2700 095 6. Select C G Des 1722 MINOR ROAD CONSTRICTION 665- 222 1. Blum Road 6500 995 7. Minx C G Des 3544 9" 7. Land Development Eng 3544 ROAD a BRIDGE MAINTENANCE 671-231Q 1. High St Bridge Fm M222 6500 PROOF COry,,` K_P_ _1s R. =. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL . W.O. 4960 Transfer funds for High Street bridge ENTRY replacement at Contra Costa Canal. Dote 2. W.O. 4255 Transfer funds on completed work order. 3. N.O. 4228 W1 appraisal b Eng - San P.amon AD 1973-3 - County obligation. 4. W.O. 4242 To cover expenditures on completed work order. 5. W.O. 4147 Pavement widening between San Pablo Dam Rd 3 Olinda Road. 6• W.C. 4802 Curb grade design for all select roads. APPROVED: SIGNATURES DATE r� � � 7. W.O. 4801 Curb grade design for all minor roads. AUDITOR- •1 CONTROLLER: COUNTY �? ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: IiMAY. =aa. A'u•iaRY. Borg, I t ascbehL MAY 11 1976 1 L acting ?ublic Works Director 5/5/76 J. R. OLSSON, CLERK b! s. C . S.gnatu:c Title Dote >ylaxine Ai,Neuie! •_� Approp•Ad;. Journal No. (M 129 REV. 2/75) �ry Clerk • 1.. frstracltras Orr Ret erre Side 0�'v I 0 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT ! DEPARTMENT OR BUDGEr UNIT Public dorks RESERVED FOR AUDITOR-CONTROLLER'S USE Cotd Special Fund Decrease ACCOUNT 2. OWECT OF EXPENSE OR FIXED ASSET ITEM' Increase Code Quontit ) BudaetUnit Obiect Sub.Acct_ CR X IN 66) AID TC CITIES 01 1003 685-3580 002 1. .0riaraga Way. b Rd 1003 83 S S 024 I. Moraga Cntry Club 1003 74 SELECT ROAD CONSTRUCTIal C61-7600 995 1 . Design Eng 83 MINOR ROAD BETTt-RMENTS 666-7600 913 1. 3etterments 74 SANITARY SERVICES 475-1013 2. Temporary Salaries 2700 j 8822 2. Cost applied to Services 2700 -7 <7. PROOF _Co_mg._ _K_P_ _V_R. EXPLANATION OF REQUEST f If capitol outlay, list items and cost of each) TOTAL ENTRY I. K.O. 4160 d 6084 Transfer funds on cempteted work Date Desct+pt,on I orders. 2. Cooter temporary salary requirements to 6/30/70 pending appointment of permanent replaceslent. APPROVED: SIGNATURES t� DATE AUDI TOR— M► 6 76 CONTROLLER: COUNTY ADMINISTRATOR: BOARD OF SSUUPE�RVI S i oma YES: Bogge3k lAns,clttia NO% C�l 11 1 � J. R. OLSSON, CLERK b �� Act i g Public Works Director 5/5/76 S:gnatur Title Date " uine&I-Neufeld Approp-Adj. (M 129 REV. 2/75) Do" dwk � � Journal No. .7 • 5et, Instructions t,u Rei erse Sid r sw IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA in the Maher of Proclaiming the Week of May 9-15, 1976 as "National Action for Foster Children Week" RESOLUTION NO. 76/381 WHEREAS, the week of May 9 through May 15, 1976, has been proclaimed as National Action for Foster Children Week to call attention to the vital needs of foster children; and WHEREAS, in Contra Costa County there are hundreds of foster children who through no fault of their own have been deprived of a normal home relation- ship that is the basic right of all children; and WHEREAS, social agencies, both public and private, and dedicated foster parents are attempting to provide these children with a temporary and permanent environment that will help them become the responsible citizens of tomorrow; and WHEREAS, they are finding it increasingly difficult to continue to provide the basic needs of these children, such as love, shelter, medical and dental care, education, food, clothing, skilled-social work; and WHEREAS, these ends can be met by concerted public effort on the part of all citizens, government and private agencies, legislators, and others responsible and concerned for the future of these children; N(YA, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA, RESOLVED that the week beginning May 9, 1976 and ending May 15, 1976 is proclaimed as "Contra Costa County's Action for Foster Children Week" and the Board of Supervisors calls upon all citizens to volunteer their talents and energies to support the vital role played by foster parents in enabling these children to develop ,into mature, responsible, productive adults. PASSED BY THE BOARD on May 11-, 1976. Orig: Chairman, Family b Children's Services Advisory Comm. cc: Director, HRA County Administrator Public Information Officer Director, Social Service Dept. RESOLUTION NO. 76/381 0045 r . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of the proposed ) RESOLUTION NO. 76/382 Lime Ridge Area Boundary ) Reorganization ) (Gov.C. 5556291, 56292, (Concord/Walnut Creek Area) ) 56430, 56431) ` RESOLUTION INITIATING PROCEEDINGS FOR THE LIME RIDGE AREA BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Reorganization by detachment of certain territory from the Cities of Walnut Creek and Concord, the Central Contra Costa Sanitary District, the Mt. Diablo Hospital District, County Service Area No. LIB-13, and County Service Area No. R-8, and the concurrent annexation of certain territory to the Cities of Walnut Creek and Concord, the Central Contra Costa Sanitary District, the Contra Costa County Water District, the Tit. Diablo Hospital District, County Service Area No. LIB-13 and County Service Area No. R-8, has been proposed by the City of Concord by the filing of an application with the Executive Officer of the Local Agency Formation Commission on April 12, 1976. For a full and complete description of the proposed reorganiza- tion refer to Exhibit "A" of the Resolution of the Local Agency Forma- . tion Commission of the County of Contra Costa Making Determinations and Approving Proposed Lime Ridge Area Boundary Reorganization, dated May 5, 1976. The reason for the proposed boundary reorganization is to provide the various jurisdictions involved with simplified and uniform boundaries. The Local Agency Formation Commission approved the proposed reorganization subject to the following terms and conditions: a. The several boundary changes of the boundary reorganization (annexations and detachments) are to be as described in attached Exhibit "A" of the Resolution Making Determinations. -1- RESOLUTION NO. 76/382 01 MAR f i b. The parcels to be detached from the several jurisdictions are to be exempted from all : outstanding bond and other debt upon detach- ment. ' c. The Central Contra Costa Sanitary and Contra Costa County Water Districts may impose appropriate and usual terms and conditions on the territory to be annexed to those districts. At 10:40 a.m. , on Tuesday, June 15, 1976, in the Chambers of the Board of Supervisors, Administration Building, Martinez, California, this Board will conduct a public hearing on the proposed Lime Ridge Boundary Reorganization. At the hearing the testimony of all interest- ed persons or taxpayers for or against the proposed reorganization will be heard. Any Interested person desiring to make written protest against the proposed reorganization must do so by written communication filed with the Clerk of this Board not later than 10:40 a.m. on Tuesday, June 15, 1976. A written protest by an owner of land must contain a description sufficient to identify the land owned by him. A written protest by a voter must contain the residential address of such voter. At the conclusion of the hearing, the Board of Supervisors shall either disapprove the proposed reorganization or order the reorganiza- tion without election if insufficient written protests for the same had been filed and a majority protest is not deemed to exist. The Clerk of the Board is hereby DIRECTED to publish the text of this resolution once a week for two successive weeks in the "Contra Costa Times", a newspaper of general circulations published in this County and circulated in the territory of each of the districts proposed to be affected by the reorganization, the first publication to be made not later than fifteen (15) days prior to the hearing date. The Clerk of the Board is also directed to post the text of this resolution on the bulletin board of this Board at least fifteen (15) days prior to the hearing date and such posting will continue to the time of the hearing. The Clerk ofthe Board is further directed to give notice by mailing notice of hearing at least fifteen (15) days prior to the hearing date to each affected district and to each person who has filed a request for special notice with the County Clerk. PASSED AND ADOPTED on I•Iay 11, 1976 -2- RAB:s Attach. cc : City of Walnut Creek City of Concord Central Contra Costa Sanitary District Mt. Diablo Hospital District County Assessor RESOLUTION 110. 76/382 Public Works Director County Administrator 00047 RESOLUTION OF THE LOCAL AGENCY FORMATION COMMISS �0t1 lift:c E 1 V E D OF THE COUNTY OF CONTRA COSTA MAKING DETERMINATI NS AND APPROVING PROPOSED LIME RIDGE AREA BOUNDARY REORGANIZATION Cl_2K SIA-10 OF SunwlsoRs A/COtd> TA CO. The Local Agency Formation Commission finds: Application for proposed Lime Ridge Area Boundary Reorganization and appropriate spheres of influence amendments were filed by the City of Concord with the Executive Officer of this Local Agency Formation Commission on April 12, 1976; and At the times and in form and manner provided by law, said Executive Officer gave notice of public hearing by this Commission upon said application; and The Executive Officer reviewed said application and prepared a Negative Declaration of Environmental Significance, and a report, including his recommendation therein, said application, Negative Declaration and report having been presented to and considered-by this Commission; and The public hearing by this Commission was held on May 5, 1976 at the time and place specified in said notice of public hearing; and At this hearing this Commission heard and considered all oral and written protests, objections and evidence presented or filed, and all persons present were given an opportunity to be heard in respect to any matter relating to said application and report. NOW, THEREFORE, BE IT RESOLVED, DETERMINED AND ORDERED that: Section 1. The proposal is assigned the designation of "Lime Ridge Area Boundary Reorganization," and the territory was declared legally uninhabited. Section 2. This Commission certifies that said Negative Declaration is considered adequate for Commission purposes. Section 3. Subject to the conditions hereinafter specified, said Lime Ridge Area Boundary Reorganization is approved, with the final result being substantially common boundaries of the. affetted jurisdictions; the spheres of influence of the Cities of Concord and Walnut Creek and the Central Contra Costa Sanitary and Contra Costa County Water Districts were appropriately amended. Appropriate findings were made to permit the creation of two unincorporated islands surrounded by city territory and the Board of Supervisors is hereby requested to consider amendments to certain agricultural ' preserve lands in this area. Section 4. The reorganization is approved subject to the following conditions: a. The several boundary changes of the boundary reorganization (annexations and detachments) are to be as described in attached Exhibit "A". b. The parcels to be detached from the several jurisdictions are to be exempted from all outstanding bond and other debt upon detach- ment. etach- ment. c. The Central Contra Costa Sanitary and Contra Costa County mater Districts may impose appropriate and usual terms and conditions on the territory to be annexed to those districts. t 2. Section S. Contra Costa County is designated as the conducting agency and, pursuant to Government Code, Section 56291 and 56292, the Board of Supervisors shall initiate proceedings in compliance with this resolution. Section 6. The Executive Officer is hereby directed to mail certified copies of this resolution in the manner and as. provided in Section 56272 of the Government Code. PASSED AND ADOPTED on May 5, 1976 by the following vote: AYES: Dias, Grote, Silva, Welch, Linscheid NOES: None ABSENT: None I hereby certify that the foregoing is a true and correct copy of a resolution passed and adopted by said Commission on the date aforesaid. t jCONN9fficer Y ive JSC:es enclosure cc: Clerk, Board of Supervisors City Clerk, City of Concord City Clerk, City of Walnut Creek Central Contra Costa Sanitary District Contra Costa County Water District Mt. Diablo Hospital District County Director of Planning r r Of InAQ ' LOCAL AGENCY FORMATION ( MISSION Contra Costa County, California '78 - ?? Description Dates, 5/5/76 Bys EMBs "A" Lime Ridge Area Boundary Reorganization Annexation to the City of Walnut Creek ('Three Parcels) Parcel One. Being a portion of Rancho San Miguel, described as fol.lowiss Beginning at the northeastern corner of the 211.334 acre parcel of land shown on the map entitled "Record of Survey, Contra Costa County Service Area Rr.B", recorded January 27, 1976, 3n Book 60, Land Survey Haps, Page 16; thence Southerly, along the eastern boundary of said 221.34 acre parcel of land (60 ISH 16) as followss South 220 06' 57" West, 301.99 feet; South 310 10' 41" East, 146.39 .feet; South 23° 55' 34" East, 559.71 feet; South.730 25' 28" Fast, 2..1$.35 feet; South 30 39' 36" East, 438.81 feet; South 480 43' 36" East, 193.67 feet; South 100 48' 39" West, 393.10 feet; Borth 800 03' 35" West, 256.42 feet, and South 290 06' 10" West, 90 feet, more or less, to a point on the eastern boundary of Ygnacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordinance Ito. 878; thence Northerly, Northwesterly and Northeasterly along the boundary of the City of Walnut Creek 2900 feet, more or less, to a point on the cowton line between Rancho San Miguel and Rancho Monte ,Cel Diablo; thence South 480 52' 56" East, along said common line 250 feet, more or less, to a point which bears North 430 07' 04" East, 285.32 feet from the point of beginning; thence South 430 07' 04" West, 185.32 feet to the point of beginning. Containing 19.75 acres, more or less. Parcel TWO. Being a portion of Rancho San Miguel. described as follows, Beginning at the northeastern corner of the 64.923-acre parcel of land as designated on the map recorded February 3, 1975, in Book 58, of Record of Survey, at page 23; thence along the eastern, southern, and western lines of said Record of Survey Kap (58 ISM 23) as followst O()050 - 2 - South 10 371 West, 547.82 feet; South 480 21. 58" West, 839.71 feet; South 490 2?' 43" West, 391.85 feet; South 140 34. 43" West, 147.55 feet; South 250 44' 28" West, 96.94 feet; South 5B0 39. 13" West, 367.50 feet; South 140 34. 13" West, 149.66 feet; South 190 46' 17" Fist, 163.64 feet; South 430 14' 1411 West, 268.29 feet; North 270 35' 01" West, ?23.90 feet and North 480 28. 52" West, 1455.21 feet to the northwestern corner thereof, said point being on the eastern boundary of the City of Walnut Creek; thence Easterly and Northerly, along said City boundary, 3450 feet, more or less, to a point on the eastern line of the 211.3+-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area Rr8", recorded January 2?, 1976 in Book 6o, Land Survey Maps, page 16; thence South 230 45. 04" East along the eastern line of said 211.34-acre parcel (60 ISM 16), 50 feet, more or less, to an angle point therein; thence continuing along said eastern line as followss South 160 10' 511' Fast, 503.68 feet; South 440 57' 16" East, 567.80 feet and South 620 19' 090 East, 724.25 feet to the point of beginning. Containing 80.02 acres, more or less. Parcel Three Being a portion of Rancho San Miguel, described as followss Beginning at a point on the eastern boundary of the City of Walnut Creek, said point being the northwestern corner of the 25.748-acre par- cel of land as designated on the map recorded May 2, 1975, in Book 59, of Record of Survey, at page ?; thence, leaving said City boundary, along the northern and eastern line of said Record of Survey map (59 ISM 7) as , followss North 830 29. 25" East, 1452.30 feet and South 200 570 35" Fast, 654.42 feet to the southeastern corner thereof, said point being on the eastern boundary of the City of Walnut Creek; thence Westerly and in a general Northerly direction, along said City boundary, 3097.66 feet to the point of beginning. Containing 25.?5 acres, more or less. 00051 - 3 - Lime Ridge Area Boundary Reorganization Detachment from the City of Walnut Creek Being a portion of Rancho San Miguel, described as followss Beginning at a point on the eastern line of the 211.34-acre parcel of land as designated on the asap entitled "Record of Survey, Contra Costa County Service Area R-80, recorded January 27, 1976 in Book 60, Land Surveyor's Maps, Page 16, ,which point is the most northern point on the line ,which bears North 1* 02' 01" Fist, 207.93 feet; thence fraa said point of beginning, Horth 290 06' 10" East along the eastern line of said 211.34-acre parcel (60 LSP, 16) 315 feet, more or less, to a point on the eastern line of Ygaacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordinance No. 878; thence Southerly, along the boundary of said Ygnacio Valley Annexation No. 19, 490 feet, more or less, to a point on the eastern line of said 211.34-acre parcel of land (60 ISM 16); thence North 230 45. 04" West, along the eastern line of said 211.34-.acre parcel of land (60 ISM 16), 187 feet, more* or less, to an angle point therein; thence continuing along the eastern line of said 211.34-acre parcel of land (60 ISM 16), North 10 02' 01" Fast, 207.93 feet to the point of beginning. Containing .51 of an acre, more or less. 00052 Lime Ridge Area Boundary Reorganization Annexation to the City of Concord (Two Parcels) Parcel One. Being a portion of macho Monte Del Diablo and a portion of Rancho San Miguel, described as followss Beginning at the intersection of the southern boundary of the City of Concord with the southern line of the parcel of land described in the deed to the State of California, recorded August 12, 1969, in Book 5939. of Official Records, page 57, said point bears East, 330 feet, more or less, from the westerly terminus of the course 'West, 29295.00 feet" in said deed to the State of California; thence, leaving said City boundary, West, 330 feet, more or less, along the southern line of said State of California parcel to an angle point therein; thence North 450 08' 06" West, along the western line of said State of California parcel, 564.79 feet; thence South 110 170 49" West, leaving said western line of said State of California parcel, 192.03 feet; thence South 100 50. 32" East 1005.94 feet; thence South 480 190 25" East, 342.99 feet; thence South 50 080 33" West, 270.22 feet; thence South 290 45' 04" West, 234.59 feet; thence South 300 17, 50" East, 204.92 feet; thence South S90 240 15" West, 674.86 feet; thence North 480 43* 36" West, 193.6? feet; thence North 30 390 36" West, 438.81 feet; thence North 730 25' 28" West, 215.35 feet; thence North 230 S5* 34" West, 559.71 feet; thence North 310 10' 41" West, 146.39 feet; thence North 220 060 5?" Fast, 301.99 feet; thence North 430 0?0 04" East, 195.52 feet to a point on the common boundary of Rancho San Miguel and Rancho Monte Del Diablo; thence North 460 52' 56" West, along said common boundary. 4438.69 feet, to the southeastern right- of-way of Ygnacio Valley Road; thence in a Northeasterly direction along said southeastern right-of-way of Ygnacio Valley Road as followss Northerly along an arc of a curve to the right having a radius of 1440 00053 feet and an arc distance of 155.60 feet; North 250 35' 541, East, 223.39 feet; North 190 55. 41" Fast, 184.63 feet; North 440 359--4811 East, 259.62 feet; North 780 41. 11" Fast, 211.71 feet and Porth 30 i 09' 26" East, 123.88 feet; thence, leaving said southeastern line of Ygnacio Valley Road, South 550 40' 25" East, 406.85 feet; thence South 140 43' 33" Fast, 612.42 feet; thence North 700 32. 03" East, 501.13 feet; thence South 880 32' 24" East, 278.45 feet; thence South 810 30' 2?" East, 848.29 feet; thence North 280 22. 51" Fast, 308.18 feet; thence North 800 02' 50" Fist, 650.49 feet to a point on the western line of said State of California parcel (5939 OR 5?); thence North 20 13' 42" West, along said western line and the exten- sion thereof, 1515 feet, more or less, to the northern right-of-way of Ignacio Valley Road, said point being on the southern boundary of the City of Concord; thence in a general Easterly and Southwesterly direction along said southern boundary of the City of Concord, 8925 feet, more or less, to the point of beginning. Containing 609.35 acres, more or less. Parcel Two. Being a portion of Section 16, Township 1 North, Range 1 West, Mount Diablo Base and Meridian, described as followst Beginning at the intersection of the southern boundary of the City of Concord with the southern line of the parcel of land described in the deed to the State of California, recorded August 12, 1969, in Book 5939, of Official Records, page 5?, said point bears North 450 30" East, 1460 feet, more or less, from station point No. 23 of Rancho San Miguel; thence North 450 30• East, along said City boundary, 2680 feet, more or less, to a point on the eastern line of said State of California parcel; thence, leaving said City boundary, along the eastern and southern lines of said State of California parcel as folloust South 30 529 44" East, 60 feet, more or less, to an angle point; South 2?0 43. 19" West, 203?.92 feet and West, 970 feet, more or less, to the point of beginning. Containing 21.12 acres, more or less. 00054 6_ Line Ridge Area Boundary Reorganization Detachment frau the City of Concord Being a portion of Rancho Monte Del Diablo, described as follows: Beginning at the intersection of the southern boundary of the City. of Concord with the southern line of the parcel of land des_ cribed in the deed to the State of California, recorded ;August 12, 1969, in Back 5939, of Official Records, page 57, said point bears East, 330 feet, more or less, from the Westerly terminus of the course "West, 2,295.00 feet" in said deed to the State of California; thence, leaving said City boundary, East. along the southern line of said State of California parcel, 1000 feet, more or less, to a point on the southern boundary of the City of Concord; thence Southwesterly, Northerly and Northwesterly, along said City boundary, 2185 feet, more or less, to the point of beginning. Containing 6.17 acres, more or less. 00055 Ilme Ridge Area Boundary Reorganization Annexation to Central Contra Costa Sanitary District (two Parcels) Parcel One. Being a portion of Rancho San Miguel, described as follows; Beginning at the northeastern corner of the 211.34—acre parcel of land shown on the nap entitled "Record of Survey, Contra Costa County Service Area R.8". recorded January 27, 1976, in Book 60, Land Survey Maps, page 16; thence Southerly, along the eastern boundary of said 211.34-acre parcel of land (60 ISM 16) as follows; South 22" 06. 57" West, 301.99 feet; South 31" 10' 41" Fast, 146.39 feet; South 23" 55' 34" Fist, 559.71 feet; South 730 25. 28" East, 215.35 feet; South 31D 39. 36" Fast, 438.81 feet; South 480 43. 36" East, 193.67 feet; South 100 48' 39" West, 393.10 feet; North 800 03' 55" West, 256.42 feet, and South 290 06' 10" West, 90 feet, more or less, to a point on the eastern boundary of Ygnacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordinance No.•878; thence Northerly. Northwesterly and Northeasterly along the boundary of the City of Walnut Creek, 2900 feet, more or less, to a point on the common line between Rancho San Miguel and Rancho Monte Del Diablo; thence South 48" 52. 56" East along said common line 250 feet, more or less, to a point which bears North 430 07' 04" East, 185.32 feet from the point of beginning; thence South 43" 07' 0411 West, 185.32 feet, to the point of beginning. Containing 19.75 acres, more or less. 00056 - 8 Parcel Two. Being a portion of Rancho San Miguel, described as followss Beginning at the northeastern corner of the 64.923-acre parcel of land as designated on the map recorded February 3, 1975, in Book 58, of Record of Survey, at page 23; thence along the eastern, southern and western lines of said Record of Survey map (58 ISM 23) as follows; South la 37' West, 547.82 feet; South 480 21' 58" West, 839.71 feet; South 49. 27' 43" West, 391.85 feet; South 140 34' 43" West, 147.55 feet; South 250 44' 28" West, 96.94 feet; South 580 39' 13" West, 367.50 feet; South 140 34' 13" West, 149.66 feet; South 190 46' 17" Fast, 163.64 feet; South 430 14' 14" West, 268.29 feet; North 2?* 35' 01" West, 723.90 feet and North 480 18' 52" West, 1455.21 feet to the northwestern corner thereof, said point being on the eastern boundary of the City of Walnut Creek;; thence Easterly and Northerly, along said City boundary, 3450 feet, more or less, to a point on the eastern line of the 211.34-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R.8" recorded January 27, 1976 in Book 60, Land Survey Haps, page 16; thence South 230 45' 04" East along the eastern line of said 211.34-sane parcel (60 ISM 16), 50 feet, more or less, to an angle point therein; thence continuing along said eastern line as Soho-13s South 160 10' 51" East, 503.68 feet; South 440 57. 16" East, 567.80 feet and South 620 19. 09" East, 724.25 feet to the point of beginning. Containing 80.02 acres, more or less. V(07 f _ 9 _ Lime Ridge Area Boundary Reorganization Detachment from the Central Contra Costa Sanitary District Being a portion of Rancho San Miguel, described as follows% Beginning at a point on the eastern line of the 211.34-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R-8", recorded January 27, 1976 in Book 60, Land Surveyor's Maps, page 16, which point is the most northern point on the line which bears North le 02. 01" East, 207.93 feet; thence from said point of beginning, North 290 06' 10" East along the eastern line of said 211.34-acre parcel (60 LSM 16) 115 feet, more or less. to a point on the eastern line of Ignacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordinance No. 878; thence Southerly, along the boundary of said Ygnacio Valley Annexation No. 19, 490 feet, more or less, to a point on the eastern line of said 211.34-acre parcel of land (60 ISM 16); thence North 230 45. 04" West, along the eastern line of said 211.34:.acre parcel of land (60 LSM 16) 187 feet, more or less, to an angle point therein; thence continuing along the eastern line of said 211.34-acre parcel of land (60 ISM 16), North 10 02' 01" East, 207.93 feet to the point of beginning. Containing .51 of an acre, more or less. 00058 n le 10 _ Line Ridge Area Boundary Reorganization Annexation to the Contra Costa County Water Ilistrict (Two Parcels) Being a portion of Rancho San Miguel, described as followss Beginning at the northeastern corner of the 64.923-acre parcel of land as designated on the map recorded February 3, 1975, in Book 58, of Record of Survey, at page 23; thence along the eastern, southern and western lines of said Record of Survey map (58 LSM 23). as follows South 10 379 West, 547.82 feet; South 480 21' 58" West, 839.71 feet; South 490 27' 43" West. 391.85 feet; South 140 34. 43" West, 147.55 feet; South 250 44' 28" West, 96.94 feet; South 580 390 13" West, 367.50 feet; South 140 34. 13" West, 149.66 feet; South 190 46* 17" Fast, 163.64 feet; South 430 14' 14" West, 268.29 feet; North 270 35' 01" West, 723.90 feet and North 480 18' 52" West, 1455.21 feet to the northwestern corner thereof, said point being on the eastern boundary of the City of Walnut Creek; thence Easterly and Northerly, along said City boundary, 3450 feet, more or less, to a point on the eastern line of the 211.34-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R.8", recorded January 27, 1976 in Book 60, Land Survey Maps, page 16; thence South 230 45. 04" E1st along the eastern line of said 211.34-acre parcel (60 ISH 16) 50 feet, more or less, to an angle point therein; thence continuing along said eastern line as follows; South 160 10' 510 East, 503.68 feet; South 440 57' 16" East, 567.80 feet and South 620 19' 09" Fast, 724.25 feet to the point of beginning. Containing 80.02 acres, more or less. Parcel Two. Being a portion of Rancho San Miguel, described as follows; 00059 . Il . Beginning at an angle point on the southern boundary of the Contra Costs County Water District, said point being an angle point on the northern line of the parcel of land described in the deed to Joseph De Vito, at ux, recorded June 22, 19?1, in Book 6414, of Official Records, page 550; thence, leaving said boundary of the Contra Costa County Water District, Northeasterly, Southeasterly and Westerly along the northern, eastern and southern lines of said De Vito parcel as followst North 630 01101" East, 247.03 feet; North 710 14' 31" East, 80.00 feet; South 250 03' 40" East, 308.00 feet; South 26* 27' 30" Birt, 427.00 feet and South 770 5911 56" West, 285 feet, more or less, to a point on the southern boundary of the Contra Costa County Water District; thence Northwesterly, along said boundary of the Contra Costa County Water District, 710 feet, more or less, to the point of beginning. Containing 5.17 acres, more or less. 00060 c - 12 - Lima Ridge Area Boundary Reorganization Annexation to the Contra Costa County Water District Improvement District No. 1 (Two Parcels) Parcel One. Being a portion of Rancho San Miguel, described as followss Beginning at the northeastern corner of the 64.923-acre parcel of land as designated on the map recorded February 1, 1975, in Book 58, of Record of Survey, at page 23; thence along the eastern, southern and Western lines of said Record of Survey map (58 LSM 23), as followss South 10 370 West. 547.82 feet; South 480 21' 58" West, 839.71 feet; South 490 27' 43" *lest. 391.85 feet; South 140 34. 43" West, 147.55 feet; South 250 44. 28" West. 96.94 feet; South 580 39' 13" West. 367.50 feet; South 140 34' 13" West, 149.66 feet; South 190 46. 1?" East, 163.64 feet; South 430 141, 14" west. 268.29 feet; North 270 35' 01" West, 723-90 feet and North 480 182 52" West, 1455.21 feet to the northwestern corner thereof, said point being on the eastern boundary of the City of Walnut Creek; thence Easterly and Northerly. along said City boundary. 3450 feet, more or less, to a point on the eastern line of the 211.34-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R•800, recorded January 27, 1976, in Book 60, Land Survey Maps, page 16; thence South 230 45t 04" Fast along the eastern line of said 211.34-acre parcel (60 LSM 16) 50 feet, more or loss, to an angle point therein; thence continuing along said eastern line as follows South 160 10' 51" Fast. 503.68 feet; South 440 5?' 16" East. 56?.80 feet and South 620 19' 09" Fast, 724.25 feet to the point of beginning. Containing 80.02 acres, more or less. Parcel TOO. Being a portion of Rancho San Miguel, described as follows: Beginning at a point on the eastern boundary of the City of Walnut Creek, said point being the northwestern corner of the 00061 25.?48-acre parcel of land as designated on the reap recorded IUy 2, 1975, in Book 59, of Record of Survey, at page 7, thence, leaving said City boundary, along the northern and eastern line of said Record of Survey map (59 LSM 7) as foltoxss North 83* 29. 25" East, 1452.30 feet and South Zoe 57' 35" Fist, 654,42 feet to the southeastern corner thereof, said point being on the eastern boundary of the City of Walnut Creek; thence Westerly and In a general Northerly direction, along said City boundary, 309?.66 feet to the point of beginning. Containing 25.?5 acres, more or less. Ot"2 14_ Uite Ridge Area Boundary Reorganization Annexation to the Mt. Diablo Hospital District Being a portion of Section 16, Township 1 North, Range 1 West, Mount Diablo Base and Meridian, described as followsf Beginning at the intersection of the southern boundary of the City of Concord with the southern line of the parcel of land described in the deed to the State of California, recorded August 12, 19699 in Book 5939, of Official Records, page 57, said point bears North 450 30' Fast, 1460 feet, more or less, from station point No. 23 of Rancho San Miguel; thence North 450 30' East, along said City boundary, 2680 feet, more or less, to a point on the eastern line of said State of California parcel; thence, leaving said City boundary, along the eastern and southern lines of said State of California parcel as follows South 30 52. 440 East, 60 feet, more or less, to an angle point; South 270 43' 190 West, 203?.92 feet and West, 9?0 feet, more or less, to the point of beginning. Contalning 21.12 acres, more or less. 00063 Lime Ridge Area Boundary Reorganization Detachment from Ht. Diablo Hospital District Being a portion of Rancho San Miguel and,& portion of Rancho Monte Del Diablo, described as followss Beginning at the northeastern corner of the 211.34-acre parcel of land shotm on the map entitled ''Record of Survey, Contra Costa County Service Area R-8", recorded January 27, 1976, in Book 60, Land Survey Haps, page 16; thence Southerly, along the eastern boundary of said 211.34-acre parcel of land (60 ISM 16) as follows$ South 220 06. 57" West, 301.99 feet; South 320 10' 41" Fast, 146.39 feet; South 230 55' 34" East, 559.71 feet; South 730 25' 28" East, 215.35 feet; South 30 39' 36" East, 438.81 feet and South 480 43' 36" East, 193.67 feet; thence North 590 24' 15" East, 674.86 feet; thence North 300 17' 30" West, 204.92 feet; thence North 290 45' 04" East, 234.59 feet; thence North 50 08' 33" East, 270.12 feet; thence North 480 19' 25" West, 342.99 feet; thence North 100 50' 32" West, 1005.94 feet; thence North 110 170 49" East, 192.03 feet to the western line of the parcel of land described in the deed to the State of California, recorded August 12, 1969, in Book 5939, of Official Records, page 57; thence along the western and southern lines of said State of California parcel as followss South 450 08' 06" Fast, 564.?9 feet and East, 2295.00 feet to a point on the southern boundary of the Ht. ,Diablo Hospital District; thence Southwesterly, Southerly, Westerly, Northerly, Northwesterly and Northeasterly, along said boundary of the Ht. Diablo Hospital District, 21,030 feet, more or less, to the co:*mon boundary between Rancho San Miguel and Rancho Monte Del Mablo; thence South 1:80 52' 56" East, along said common boundary, 250 feet, more or less, to a point which bears North 430 0?' 04" Fast, 185.32 feet from the point of beginning; thence South 430 07' 04" West, 185.32 feet to the point of beginning. Containing 110.31 acres, more or less. 0004 - 16 - I3ae Ridge Area Boundary Reorganization Annexation to County Service Area LIB-13 (Five Parcels) Parcel One. Being a portion of Rancho San Miguel, described as followss Beginning at a point on the eastern boundary of County Service. Area LIB-13, said point being on the eastern line of the Contra Costa Lateral Canal, said point being the southern most corner of Tract 440?, filed August 22, 19?3, in Hap Book 162, at page 13; thence, leaving said boundary of County Service Area LIB-13, North 4?0 40. 38" East, 3194.96 feet to the northern most corner of the parcel of land described in the deed as Parcel One to the Contra Costa County, recorded July 25, 1975. in Book ?574, of Official Records. page 47?; thence South 460 52' 56" East, along the eastern line of said Parcel One and its extension, 140 feet, more or less, to the southeastern right-of-way of Ygnacio Valley Road, said point being on the eastern boundary of County Service Area LIB-13; thence, in a general Southwesterly and Northwesterly direction, along said boundary of County Service Area LIB-13, 9200 feet, more or less, to the point of beginning. Containing 253.89 acres, more or less. Parcel Two. Being a portion of Rancho San Miguel. described as follows, Beginning at the northeastern corner of the 211.34-acre parcel of land shown on the map entitled "Record of Survey, Contra Costa County Service Area R-8", recorded January 2?, 1976, in Book 60, Land Survey Maps. page 16; thence Southerly. along the eastern boundary of said 211.34-acre parcel of land (60 ISM 16) as followst South 220 06' S?" West. 301.99 feet; south 31' Io' 41" East, 146.39 feet; South 230 55' 34" fit. 559•71 feet; South ?30 25. 28" Fast 215.35 feet; South 30 39' 36" East, 433.81 feet; South 480 430 36" 0�06� East, 193.67 feet; South 100 48' 39" West, 393.10 feet; North 800 03' 55" West. 256.42 feet, and South 290 06' 10" West, 90 feet, more or less. to a point on the eastern boundary of Ygnacio Valley Annex- ation No. 19 to the City of Walnut Creek as described in Ordinance No. 878; thence Northerly. Northwesterly and Northeasterly along the boundary of the City of Walnut Creek, 2900 feet, more or less, to a point on the common line between Rancho San Miguel and Rancho Monte Del Diablo; thence South 480 52' 56" Fast along said common line 250 feet. more or less, to a point which bears North 430 07. 04" East, 185.32 feet from the point of beginning; thence South 430 0711 04" West. 185.32 feet to the point of beginning. Containing 19.75 acres, more or less. Parcel Three. Being a portion of Rancho San Miguel, described as followss Beginning at the northeastern corner of the 64.923-acre parcel of land as designated on the map recorded February 3, 1975, in Book 5B, of Record of Survey, at page 23; thence along the eastern. southern and western lines of said Record of Survey map (58 ISM 23) as followss South 10 371 West, 54?.82 feet; South 480 21' 58" West, 839.71 feet; South 490 27. 43" West, 391.85 feet; South 140 34. 43" West, 147.55 feet; South 250 44' 28" West. 96.94 feet; South 580 39. 13" West, 367.50 feet; South 140 34. 13" West, 149.66 feet; South 190 46' 1?" East, 163.64 feet; South 430 149 14" West, 268.29 feet; North 270 35' Ol" West, 723.90 feet and North 480 18. 52" West. 1455.21 feet to the northwestern corner thereof, said point being on the eastern boundary of the City of Walnut Creek; thence Easterly and Northerly, along said City Boundary. 3450 feet, more or less, to a point on the eastern line of the 211.34-acre parcel of land as designated on the map en- titled "Record of Survey. Contra Costa County Service Area R-8", recorded January 2?, 1976, in Book 60. Land Survey Maps, page 16; thence South 230 45' 04" Fast along the eastern line of said 211.34- acre parcel (60 ISN 16) 50 feet, more or less. to an angle point therein; thence continuing along said eastern line as followss South ouoss 160 10' 51" Fast, 503.68 feet; South 44" 57' 16" Fast, 567.80 feet and South 620 19' 09" Bast, 724.25 feet to the point of*beginning. Containing 80.02 acres, more or less. Parcel Four. Being a portion of Rancho San Miguel, described as followss Beginning at a point on the eastern boundary of County Service Area LIB-13, said point being the northwestern corner of the parcel. of land described in the deed to Joseph De Vito, at ux, recorded June 22, 1971, in Book 6414, of Official Records, page 550; thence, leaving said boundary of County Service Area LIB-13, Northeasterly; Southeasterly and Westerly along the northern, easternand southern lines of said Da Vito parcel as followss North 640 31' 01" East, 317.23 feet; North 630 01' 02" East, 247.43 feet; North 710 14' 31" East, 80.00 feet; South 250 03' 40" East, 308.00 feet; South 260 27' 30" East, 427.00 feet and South 770 59' 56" West, 702.83 feet to the southwestern corner thereof, said point being on the eastern boundary of County Ser-rice Area LL--13, thence North 22" 02' 59" West. along said boundary of County Service Area LIB-13, 575.00 feet to the point of beginning. Containing 10.00 acres, more or less. Parcel Five. Being a portion of Rancho San Miguel, described as follows; Beginning at a point on the eastern boundary of County Service Area LIB-13, said point being the northwestern corner of the parcel of land described in the deed to James M. Cox, at ux, recorded July 8, 1974, in Book 7268, of Official Records, page 458; thence; leaving said boundary of County Service Area LIB-13, Easterly, Southerly and Westerly along the northern. eastern and southern lines of said Cox parcel as followss North 890 42' East, 613.98 feet; Sots' 00 180 East, 216.06 feet and South 890 42' West, 527.78 feet to the southwestern corner thereof, said point being on the eastern boundary of County Service Area LIB-13; thence North 220 03' West, along said boundary of County Service Area LIB-13, 232.62 feet to the point of beginning. Containing 2.83 acres, more or less. 00067 _ lg _ Lime Ridge Area Boundary Reorganization Detachment from County Service area LIB-13 _ Being a portion of Rancho San Miguel, described as follo:rst Beginning at a point on the eastern line of the 211.34-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R-8", recorded January 27, 1976, in Book 60, Land Surveyor's Maps, page 16, which point is the most northern point on the line which bears North 1" 02. 01" East, 207.93 feet; thence from said point of beginning, North 29" 06' 10" East along the eastern line of said 211.34-acre parcel (60 LSM 16) 115 feet, more or less, to a point on the eastern Iine.of Ygnacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordi- nance No. 878; thence Southerly, along the boundary of said Ygnacio Valley Annexation No. 19. 490 feet, more or less, to a point on the eastern line of said 211.34-acre parcel of land (60 LSM 16); thence North 230 45' 04" West, along the eastern line of said 211.34.-acre parcel of land (60 LSH 16), 18? feet, more or less, to an angle point therein; thence continuing along the eastern line of said 211.34--3cre parcel of land (60 LSH 16). North 1" 02. 01" Fast, 207.93 feet to the point of beginning. Containing .51 of an acre, more or less. 0,0o68 . � r Lime Ridge Area Boundary Reorganization Annexation to County Service Area R.8 (Two Parcels) Parcel One. Being a portion of Rancho San Miguel, described as followss Beginning at the northeastern"corner of the 211.34-acre parcel of land shown on the map entitled "Record of Survey, Contra Costa County Service Area R-80, recorded January 27, 1976, in Book 60, Land Survey Maps, page 16; thence Southerly along the eastern boundary of said 211.34-acre parcel of land (60 LSM 16) as follows% South 220 06. 57" West, 301.99 feet; South 310 10' 41" East, 146.39 feet; South 230 55' 34" East. 559.71 feet; South ?30 �5t 28" Fast, 215.35 feet; South 3" 39. 36" Fast, 438.81 feet; South 48" 43. 36" East, 193.67 feet; South 109 48' 39" west, 393.10 feet; Korth 800 03' 55" West, 256.42 feet. and South 290 06' 10" West, 90 feet, more or less. to a point on the eastern boundary of Ygnacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordinance No. 878; thence Northerly. Northwesterly and Northeasterly along the boundary of the City of Walnut Creek 2900 feet, more or less, to a point on the common line between Rancho San Miguel and Rancho Monte Del Diablo; thence, South 480 52. 560 Fast along said common line 250 feet, more or less, to a point which bears North 430 07104" Fast, 185.32 feet from the point of beginning; thence South 43" 07' 04" west, 185.32 feet to the point of beginning. Containing 19.?5 acres, more or less. Parcel Two. Being a portion of Rancho San Miguel. described as follows% 00069 21 - -Beginning 1 -•Beginning at the southeatern corner of the 211.34-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R$". recorded January 2?. 19?6, in Hook 601, land Survey Maps. page 16; thence South 770 09" '13" West, along the southern line of said 211.34-acre parcel, 1100 feet to the south- eastern corner of Ignacio Valley ,Annexation No. 19 to the City of Walnut Creek as described in Ordinance No. 878; thence Northerly, along the boundary of said Ignacio Valley Annexation No. 19, 1550 feet, more or less. to a point on the eastern line of said 211.34. acre parcel (60 LSM 16); thence South 230 45. 04" Fast, 50 feet, more or less, along the eastern line of said 211.34-acre parcel (60 ISM 16), to an angle point therein; thence continuing along said eastern line as follows$ South 160 10. 51" Fast. 503.68 feet; South 440 57' 16" East. 56?.8o feet and South 620 19' o9" Fast, 724.25 feet to the point of beginning. Containing 15.10 acrrt, more or less. W70 22 Lime Ridge Area Boundary Reorganization Detachment from County Service Area R.8 _ (TWO Parcels) Parcel One. Being a portion of Rancho San Miguel, described as followrs% Beginning at a point an the eastern line of the 211.34-acre parcel of land as designated an the map entitled "Record of Survey, Contra Costa County Service Area R.8", recorded January 27, 1976, in Book 60, Land Surveyor's Haps, page 16; which point is the most northern point on the line which bears North 1. 02' 01" East, 207.93 feet; thence from said point of beginning, North 29. 06' 10" East along the eistern line of said 21 ,*acre parcel (60 ISM 16) 115 feet, more or less, to a point on the eastern line of Ygnacio Valley Annexation No. 19 to the City of Walnut Creek as described In Ordinance No. 878; thence Southerly, along the boundary of said Ygnacio Valley Annexation No. 1%490 feet, sore or less, to a point on the eastern liner of said 211.34-acre parcel of land (60 LSH 16); thence North 231D 45' 040 West, along the.eastern lige of said 211.34.. acre parcel of land (60 LSH 16) 187 feet, wore or less, to an angle point therein; thence continuing along the eastern line of said 211.34-acre parcel of land (60 LSM 16), Horth 1. 02' 01" East, 207.93 feet to the point of beginning. Containing .51 of an acre, mare or less. Parcel TWO. Being a portion of Rancho San Miguel, described as followss Beginning at the intersection of the eastern boundary of County Service Area R.8, with the southern line of the parcel of land described in the deed to Contra Costa County, recorded March 7. 1975, in Book 7448, of Official Records, page 366, said point being the easterly terminus of the course "South 430 149 14" West, 268.27 feet" wr ti In said deed to Contra Costs. County; thence in a general South- easterly and Westerly direction, along said eastern boundary of County Service Area R-8,, 4610 feet, more or less, to an angle point therein, said point being on the eastern line of lot 6, Mt. Diablo Boulevard Tract, filed Xv 6, 1912, in Map Book 7, at page 153; thence North 190 S39 West. along the eastern line of said lot 61, 340 feet, more or less, to the southern line of the parcel of land described as parcel 3 in the deed to Reynold C. Johnson, Trustee, recorded August 13. 1975. in Hook ?590. of Official Records, page 230; thence along the southern. western and ncrtherm lines of the parcel of land described in said deed to Reynold C. Johnson (?590 OR 230) as followss West, ?18.91 feet; North, 396.5 feet; North 220 02' 59" West, 5103.80 feet; North 890 420 Etat, 527.?8 feet; North 00 18' West, 216.06 feet; South 890 420 West, 613.98 feet; North 220 02' 36" West, 71.?6 feet; North 77. 59' 36" Fast, 702.83 feet; North 260 27' 30m West. 427.00 feet; North 250 03t 40" West, 308.00 feet; South ?la' 029 West, 80.00 feet; south 620 48' 30" West, 24?.43 feet; South 640 18. 30" West, 256.4 feet; North 220 15' 30" West, 378.4 feet; South 6?0 450 West, 60.00 feet; North 220 15' Sof West, 646.00 feet and North ?50 50. 15" Fast,. 2260.00 feet to the northwestern corner of said parcel of land deeded to Contra Costa County (?448 OR 366); thence along the western and southern lines of said Contra Costa County parcel as follows% South 480 180 52" Bast. 1455.06 feet; South 2?0 35' 01" Fist, ?23.83 feet and North 430 14. 14" East, 268.2? feet to the point of beginning. Containing 166.00 acres, more or less. . r , A.-MEN RECGRD:13D, • Rri P it i7 ii /:r'ilTi il�T1 A T TiZ'tH i'a•t�.• !1 w• !f:•-�..•.i TO CLERK BOARD OF at o clock SUPERVISORS Contra. Costa County Records • J. R. OLSSO.U, County Recorder Fee S Official BOARD OF SUPERVISORS, CONTRA COSTA COUN Y, CALIFOR.►IA In the Matter of Accepting and Giving ) RESOLUTIO's. OF ACCEPTANCE Notice of Coypletion of Con tract with ) and ?:OTIC. OF CO :PLETioit , C. M. Marsh Contractor. Inc. (C.C. s§3086,713%3) (Project No. 1075-4264-76, Phase 1) RESOLU 101'. ii0. The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on Apr!t 5, 1976 contracted -with C M. Marsh Oontractor. Inc., P. 0. Box 107, Vallejo, California, 94590 ?lame and Address of Contractor) for Phase 1 (base failure and pavement surface repairs), of the street repair project in the Rollingwood Subdivision in the-Richmond/San Pablo area. Project_ No. 1075-4284-76. With Safeco insurance Company of Merica as surety, (Ila-me of Bonding Company for word: to be performed on the grounds of the County; and • The Pub?in: Works Director reports that said cork has been inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of Noy 4. 1976 i Therefore, said work is accepted as completed on said date, and the Clerk shall file with the County Reco;der a copy of this Resolution and Notice as a Notice of Completion for -said contract. PASSED AMD AMPTED Oil May It. 1976 . CERTIFICATION and I'EtRMCATION I certify that the foregoing is a true and correct copy of a resolu— tion and accenta_nce duly adopted and entered on t-e minutes of i1his Board' s meeting on the above date. I declare under penalty of perjury that t::e foregoing is true and correct. Mated: May 11 1976 J. R. OLSS01:, County C'1 env & at Nartincc, California er_ officio Clerk. of the Hoard Ly N. In aham 3puty Clerk Originator: Public Works Department, Construction Uivision be: necora x]a r`turn Contractor Auditor. Public V'orks Aduii.ni.ntr::tor RE.S07.1ITION 1.10. 76/383 0003 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA affff, STATE OF CALIFORNIA In the Matter of Completion RESOLUTION N0. 76/384 of improvements and declaring certain road as County road, Subdivision 4670, Walnut Creek Area. WHEREAS the Public Works Director having notified this Board that (with the exception of minor deficiencies, which include the bridge widening on Bancroft Road, for which a $28,500 cash bond (Deposit Permit Detail No. 135925, dated May 100 1976) has been deposited to insure correction of same) "-improvements have:- = been completed in Subdivision 4670, Walnut Creek area, as provided in the agreement heretofore approved by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision.Agreement: Subdivision Date of Agreement 4670 December 10, 1974 (United Pacific Insurance Company - U 76 02 65) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor`s - Deposit Permit Detail No. 121818 dated November 27, 1974) be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that Bancroft Road Widening, as shown and dedicated for public use on the map of Subdivision 4670 filed January 13; 1975 in Book 173 of maps at page 33, Official Records of Contra Costa County, State of.California, is accepted and declared to be a County Road of Contra Costa County. PASSED by the Board on Nay 11, 1976. Originating Department: Public Works Land Development Division cc: Auditor Controller Recorder Public Works Director Silverwood Development Company 1033 Detroit Avenue Concord, Cal i forni a RESOLUTION N0. 76/384 OW 74 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Resolution and Notice of Intention } to Sell Excess County Property ) Assessment District 1973-4, ) RESOLUTION NO. 76/385 Danville Parking Lot, W.O. No. 5408 (Gov. C. Sec. 25520 et seq.) The Board of Supervisors of Contra Costa County, RESOLVES THAT: This Board determines that the real property described in the Notice of Intention to Sell Real Property attached hereto and incorporated herein by reference, and in the Notice of Public Land Sale referred to therein, is no longer necessary to be retained for County uses and purposes. This Board declares its intention to sell said real property 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 $225,000.00 and the minimum bid deposit is $10,000.00. The minimum down payment is 25% of the successful bid price. This Board sets Tuesday, the 22nd day of June, 1976 at 11:00 a.m. in the Chambers of the Board of Supervisors, Administration Building, Martinez, California, as the time and place where sealed proposals shall be opened and auction bids shall be considered. The Clerk of this Board is DIRECTED to cause the attached 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 VALLEY PIONEER , a newspaper of general circulation published in said County; and by post n —a? copies of this resolution signed by the Chairman of this Board in three (3 public places in the County, not less than fifteen (15) days before the date of said meeting, as fcilows: 1. On the property described herein. 2. At the San Ramon Valley Library, 555 South Hartz Ave., Danville, CA. 3. At the County Administration Building, Martinez, CA. PASSED on May 11, 1976 , by at least two-thirds (2/3) vote of this Board. AJA:dlb cc: County Administrator Auditor-Controller Public Works (2) Originated: Public Works Department, Real Property Division RESOLUTION NO. 76/385 � lJ J • r .1' NOTICE OF INTENTION TO SELL REAL PROPERTY (Gov. C. Section 2550) NOTICE IS HEREBY GIVEN that the Board of Supervisors of the County of Contra Costa, State of California, has, on the j)*M-day of may , 1976, in regular meeting a opted a Resolution No. 76/_L85 y a two-thirds (2/3) vote of all its members declaring its intention to sell surplus County real property located along the south side of Railroad Avenue between Linda Mesa Avenue and Prospect Avenue, Danville, California, and as more particularly described in Exhibit "A" attached hereto and incorporated herein. NOTICE IS HEREBY FURTHER GIVEN that it is proposed to sell said property consisting of 1.5± acres of unimproved land to the highest bidder for cash or on credit terms approved by this Board; that Tuesday, the 22nd day of June, 1976, at 11:00 a.m. of said day, in the chambers of the Board of Supervisors, Administration Building, Martinez, California, has been fixed as the time and place when sealed bids will be opened and considered. The minimum bid is $225,000.00 and the minimum bid deposit is $10,000.00. At the time set for the opening of bids, any person present may offer orally to increase the amount of the highest written bid by at least five percent (5%) and to continue thereafter to bid orally in any amount until the highest oral bid is accepted. The successful bidder will have an option period of one hundred twenty (120) days to exercise the option to purchase the property by cash or on approved credit terms. The option deposit of Ten Thousand Dollars ($10,000.00) will be the consideration for the option period and is non- refundable for failure or refusal to complete the transaction in accordance with the terms to purchase. Minimum credit terms are 25% of the successful bid price as down payment within the option period after acceptance of the bid by the Board with a Note and Deed of Trust in the amount of the balance of the purchase price, payable in ten installments, for a period not to exceed five years at an interest of 9-1/2x per annum. A Notice of Public Land Sale containing detailed 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 Administration Building, Martinez, California (Phone 372-2134), on application. Dated: May 11, 1976 C n of the Board o Sup sors o County of Contra Costa State of California J. R. OLSSON, County Clerk By N. In aham Deputy Clerk Ot1U76 A.D. #1973-.4 (Danville Parking) Parcel 7A - Surplus EXHIBIT "A" That parcel of land in the unincorporated area of the County of Contra Costa, State of California, described as follows: A portion of that parcel of land described in the deed to First Western Bank and Trust Company, recorded February 20, 1970, in Book 6070, Official Records, page 24, described as follows: Beginning at the most westerly corner of said parcel (6070 OR 24) thence along the southwest line of said parcel (6070 OR 24) said line also being the east line of the Southern Pacific Railroad Company R/M South 520 35' 30" East 663.22 feet; thence North 37' 24' 30" East 47.09 feet to a tangent curve to the left with a 20.00 feet radius; thence along the arc of said curve 29.22 feet; thence tangent to said curve and along the south line of Railroad Avenue North 460 18' 30" West 315.76 feet to a tangent curve to the right with a radius of 230.00 feet; thence along the arc of said curve with a central angle of 27' 52' 26" 111.89 feet to the northwest line of said parcel (6070 OR 24); thence along said northwest line 164.25 feet to the point of beginning. EXCEPTING THEREFROM a strip of land ten feet in width, adjacent to and southeasterly of the northwesterly line of the parcel of land described above; being the strip of land described as Parcel 2 in the deed from Contra Costa County to Tom Gentry, et al, recorded April 22, 1975, in Book 7484, Official Records, page 128. Containing 65,000 square feet (1.5 acres) more or less. W77 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of the map of Subdivision 4790, ) RESOLUTION NO. 76/386 Alamo Area. WHEREAS the following documents having been presented for Board approval this date: A map entitled Subdivision 4790, property located in the Alamo area, said map having been certified by the proper officials; A subdivision agreement with Owens Mortgage Company, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; WHEREAS said documents having been accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. U806411) issued by United Pacific Insurance Company with Owens Mortgage Company, as principal, in the amount of $30,400 for Faithful Performance and $30,900 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 135775, dated May R, 1976), in the amount of $500.00, deposited by: Zontec. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in the map, and that the 1975-76 tax lien has been paid in full, and the 1976-77 tax lien, which became a lien on the first day of March 1976, is estimated to be $6,500; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No Number) issued by United Pacific Insurance Company with Owens Mortgage Company, as principal, in the amount of $6,500 guaranteeing the payment of the estimated 1976-77 tax; NOW THEREFORE BE IT RESOLVED that said map is hereby APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. The foregoing order was passed by the following vote of the Board: AYE: Supervisor J. B. 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 Founders Title Company. Originating Department: Public Works Land Development Division cc: County Auditor-Controller Public Works Director County Treasurer-Tax Collector Director of Planning Owens Mortgage Company 990 Moraga Road Lafayette, CA 94549 RESOLUTION 110. 76/386 . -. .ice .. _ .. .. .. .. SU31 NISI(V AWZ-M%T (51) Subdivision: 4790 t'.uia .51411611-12) (51) Subdivider: e" Mrtgqp Company Inc. l Er ect veDate: _ o lam_9 _ , (51) Completion Period: W.na Your (54) Daposits: A: (cash) X500 S. (bonds, etc. ) 1. (faithful performance $ minteiiaiece) 2. (labor 5 materials -00 : 3. PAI ES DATE.. Effective an the abuts data, the County of Contra Costa, Califoraia, here 1aefter cal eek 'qty", and the abure:iam'd Subdivider, mutually = promise and agree as follows conceYnur this subdivision: 2. Ik'MCI?tl M. Subdivides shall construct, Install and complete road and street Irprova:euts, tract drainep, street signs, fire hydrants, and all improvements as required by the County Or.:in=ce Code, especially Title 9, and including suture amendments, and all inprovemints required in Oe approved Improvement plan of this . subdivision on file in the County's Public Larks Drp..••twent. Subdivider shall complete this work and Irlwoeeneuts (hereinafter called "gook") within the above coL--pietion period from data hereof as rerpiired by the California Subdivision ,`•I~p Act (8.siness k Professions Code SSIIS00 and follaving), in a good work- manliku canner, in accurdcnce with accepted construction practices and In a nanner easel or superior to the _•equ.rements of the County Ordinance Code and rulings rade thereunder; and where there is a conflict beUvan the improvement plan and the County Ordinance Code, 'the stricter requircaents shall govern. 3. GUARk%TEC & HAI:.TMVa. Subdivider guarantees that the work is and will be freo frau de nets and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance 'Code; and he shall maintain it for one year after its completion and zccc1•:snce against any defective workmanship or materials or any unsatisfactory perforasnce. 4. l'4aF'tA EMENT SECUP',iT:: DEPOSIT S BONS. Upon executing this Agreement, Subdivide: shall, pursuant to lfrsiness 6 Professions Code 5116120 deposit as security with the Count.: A. Cash: $300 cash; and.... 8. ]Wn7s, etc.: (1 - faithful perforcance 5 nalatenance) "Iditional security for at least the a oic-specified amount, which is the total e•stirmted cost of the vo k less $500, in rhe fere. of a cash deposit, a certified or cashier's check:, or un- acceptable coo rrtc surety l ezA, guaranteeing his faithful performance of this agreentnt and mairterence of the nark for one year after completion and acceptance thereof against any defcciite x~ue3manship or ra%crials or airy unsatisfactory performance; plus (2- labor $ iraterials) ano::tier such addirioual security in at bast the above-specif e1,amount, which is the full arzount of slid estimated cost, senwiirg payment. to the contractor, to has suuczntractors, and to persons renting aquipm % or furnishing labor or materials to the•.: or to the Subdivider. S. 1►AgUR1 M Subd it 3 der warrants that said W—ravereut plan is adequate to accomplish this work :is pro:-ised in Section 2; and if, at any time before the County's resolution of core,letiaen for the subdivisioi/, the improvement plan proves to ba in2doTiate :i: cry rctprc:. Subdiridct slaal? Lake changes uectsb„rt to accuLplish tk/e work as prc,wlzoed. . IAio vrid� bOO� ardsr . - 1 - **79. : 6. NO KAIVER UY COUNTY. Inspection of the work and/or m.terials, or approval ` of work and/or materials inspected, or statezent by any officer, agent or csiployee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said cork and/or materials, or payments th.refor, or any combination or all of these acts, shall not relieve the Subdivider^ of his obligation to fulfill this contract as prescribed; nor shall the County be thereby s estopped from bringing any action for damages arising from the failure to comply with any of the teras and conditions hereof. ?. I:.'DDEN1TY. Subdivider shall hold harmless and indemnify the indcranitees from the: liabilities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, electitc and appointive boards, commissions, officers, agents • and employees. S. The liabilities protected sgainst are any liability or claim for damage of any hind allegedly suffered, incurred or threatened because of actions defined belo::, and including personal injury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, "claim or dwaage was unforeseeable at any time before the County approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceedings) concerning these. C. The actions causing liability are any act or omission (negligent or non-negligent) in connection ►►ath the ratters cohered by this Agreement and attributable to the Subdivider, contractor, subcontractor, or any officer, agent or employee of one or more of them. D. Non-Conditions: The promise-and agreement in this section is not conditioned or dependent on whether or not any Indcmnitee has prepared, supplied, or approved any plan(s) or specifications) in connection with this work or subdivision, or las insurance or other indemnification covering any of these matters, or that the alleged dawage resulted partly from any negligent or willful misconduct of any Indemnitee. 8. COSTS. Subdivider shall pay when due, all the costs of the Work, including inspections thereof and -relocating existing utilities required thereby. 9. SURUYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Conmissioner-Surveyor. 10. NONAERFOWNIANCE AND COSTS. If Subdivider fails to complete the work and improvements within the time specified in this agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon de and. If County s,.es to compel. performah.ce of this Agree::.ent or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys' -fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIG.%Mr_%T. If before County accepts these improvements, the subdivision is annexed to a city, the County esy assign to that city the County's rights under this Agrew.ent and/or any deposit or bond securing them. 12. RECORD 41P. In consideration Hereof, County shall allow Subdivider to file and record the Final Map or Parcel Nap for said Subdivision. CQYIRA COSTA COUff SUBDIVIDER: (see note below) VERNON L. CLINE$ Public Works Director OWENS MORTGAGE COMPANY INC. By L By- `'!� c � � President ,eputy- _ (Designate official capacity in the business) Note to Subdivider: (1) Execute acknowledgmeat RECQ%D!E.�*DED FOR APPROVAL form below; and (2) if a corporation, affix corporate seal. Ydw Assistant Publ11 - r s rector (CORPORATE SEAL) ' FODI APPROVED: JOK%T B. CLAUSEN, County Counsel Deputy , �h R it * .t 1r # ! t * tr k �• it : * * t : t * it t � it ! # t * ! ! * � t tit tr #r * tt .# t sir 1r � i it State of Cal' o is ) (acknowledgment by Corporation, Partnershp, County of ) ss' or Individual) - On 3 o I q`(C the person ts) whose name(s) is/are signed acove for Subdivider and who i are Mum to me to be the individual(s) and officer(s) or partner(s) as stated above uho signed this instrument, personally appeared before me and acknowledged to tae #zt -he executed it and that the corporation or partnership named above- executed it. * ruF;-rC:AL :JE AL (NOTARIAL T' P. 3%V) SSl . �,.._. } . '• r� :au= *r Notary Public for said Cou;ity and State • _r.���.sa.�..�sxxxaac� (Subdiv. Agmt. CCC Std. Form) LD-9 (Rev, 9/75) -3- won • EDWARD Y.9 EAL AL/060 P.I.OYC..I Ceostr Treenew-Tax ca eater Aaa/atwt Coeety Traesww• TAX C=I EC=65 OFFICE Tex C*lterar Det nd a raMe of CONTRA COSTA COUNTY Deumpen u...t.l Ta.s ou..a.porel.fs M dw rust ser of November as 00:eelbDer of Devew4er t YAlYe M CALIFORZ" __+_+ ` $sto od Iesteflnest of Texas 1bsee 226-1000.Env fees/LutteBMat at Taws Due sad PersbAs - DaUsWast as Ow Mat Day of F+sewer April 21, 1976 w Ns Tewtk Day e[ANN V IM TR= JW t n= N OMWR 31, 19 7k TBIS I3TTER IS 90ID 2bis xill certify that I baee examined the map of the proposed bdiviaion entitled: - TUCT NO. 4790 wA have determined frac the official taut records that there are no �P d County taxes heretofore levied an the property included in the Harp. Thel= tax lien has been paid in full. ow estimate of the 1976-77 tam lien, Bch Seca a lien an the first day of March', 1976 i-.. $6,50D.00 EDWARD W. Zti:U RECEIVED T= C ]Uctor M..4Y 10 191 r f ' J. R AISSON �L (UM 80AW OF wst Fyson, dl - F L _ E D t{ y // 1976 J. R OLSWW tc-,zf ck UMMORS .a. L+ - Miaofiimed with, �a r\ I LE � rrfr�fto►�r:�fr:r�rr' SECURITYLiONp F FOR SUBDIVISION ACRE MENT Bond OUS06411 Premium: $464.00 MAY J/ )9?D (faithful performance f maintenance, AND labor L materials) (Calif. Bus. 6 Prof. Code—FI1612) J. L OLSSM 50AW or SU?ERVISM Co.` A ori ' . 4 It --WiFincifiall Owens MortraQe Company, a corporation , as Principal, and (Surety) UNr= PACIFIC INSURANCE COMPANY , a corporation organized and existing under the laws of the State of iUSBTMGTOM and - authorized to transact surety business in California, as Surety, hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns to the County of Contra Costa, California, to pay it: (A. faithful performance b maintenance) Thirty Thous and Four Hundred Dollars (S30,400.00 ) for itself.or any • city-assignee under the below-cited subdivision contract, plus (B. labor h materials) -- Thirty Thousand Nine Hundred Dollars ($30,900.00 ) for the benefit of persons protected under Cal. Bus. y Prof. Code §11612. 2. RECITAL OF SUBDIVISION C014TRACT. The Principal has contracted with the County to install and pay for street, drainage, and other improvements in Subdivision Number 4790 , as specified in the Subdivision Agreement, and to complete said work within the time specified in the Subdivision Agreement for completion, all in accordance with State and local laws and rulings thereunder in order to satisfy conditions for filing of the final map for said Subdivison. 3. CONDITION. If the Principal faithfully performs all things required of him according to the terms and conditions of said contract and improvement plan and improve- meats agreed on by him and the County, then this obligation as to Section 1-(A) above shall become null and void, except that the guarantee of maintenance continues for the one-year period; and if he fully pays the contractors, subcontractors, and persons renting equipment or furnishing labor or materials to them for said work and improvements, and protects the premises from claims of such liens, then this obligation as to Section 1-(B) above shall become null and void; otherwise this obligation remains in full , force and effect. a ' No .alteration of said contract or any plans or specifications of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and consept is hereby given to make such .alterations without further notice to or consent by Surety; and the Surety hereby waives the provisions of Calif. Civil Code §2819, and holds itself bound without regard to and independently of any action against Principal whenever taken, and agrees that if County sues on this bond, Surety will pay reasonable attorney fees fixed by court as costs and included in the judgment. I. SIGNED AND SEALED on May 3, 1976 PRINCIPAL SURETY U1QM P C 11MRAMCE COMPANY OWENS MORTGAG i COMPANY By Vi Tesla, Attormsy is fact �.t*• +rirt�r ♦#ta***+���sr*tis*:��srtr,t��=►�*r.s**�:**�s:�t:,►:fss:s:,ttt,rsss,tir,►srsxr,►:ssi��i State of California )ss. (ACKNOWLEDGPIENT BY Sill) County of Contra costa ) Principal Oil April 30, 1976 the person(s) whose n.-me(s) is/ar.p.-,s gned above for Surety and who is known to me to be the Attorneys)-in-Fact for this Corporate-Surety, ". personally appeared before me and acknowledged to me that he/they signe4, t:he name 'of'tha . Corporation as Surety and his/their own names(s) as its Attorney(s)-in hactl. 07rICIAL SEAL ] �l: I.'•f.`ti j ,�;:�o� r P. c eta Issr Oft • • ur cu: !. J-%.Tr,Ian Y (NOTARIAL SEAL) Notary Public for said County an Sc State (LD-15 3/74) Microfilmed with board order 1• . " 00083 z s - i State of California ) sa: County of Contra. Costar ) On it 3 . 19, .before me,the undersigned,a Notary Public in and for said County, personally appeared 4i Tea is known to me to be the person whose name is usb%r bed to the within instrument as Attorney4n Fact of UNITED PACIFIC INSURANCE COMPANY.and acknowledged to me that ,_,_he so bed the name of UNITED PACIFIC INSURANCE COMPANY,as Surety.and her own name as Attorney4n-Fact. .r.::t 'A!. 5''1L KC7 -Fri.WA t.c My Commession expires 19 s � "�"'"'i"`�'Nja�7taw in am nr bKFOUnw BDU-1818 ED.3172(CAUFJ (LD-IS 3/74) Awofihmd with board order' vvo�� , BOND AGAINST TAXES F11 I E D KNO11 ALL 110.1 B3 WESL•' YRESDITS: MAY f/ 1976 THAT Owens Mortgage Company , -as p i 'Vi&Zw Waoas CONT and (Surety) ZtNrM PACIFIC rNSURUM CWArTY a coi dh ---- organized and existing under the laces of the State of t[AS '.z and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra - Costa, State of California, in the penal sum of Sixty-Five Hundred Dollars 6,500.00 to be paid to , the said County of Contra Costa, for the payment of which well and i truly to be made, we find each of us bind ourselves, our heirs, executors, administrators and successors, jointly and severally, 1•irinly by-these presents. Sealed -with our seals and dated this 3rd day of i!tAY 19 76 -The conditions of the above obligation is such that 11JIEREAS, the above bounded principal is about to file a map entitled - _ Subdivision 4790 • and covering; a subdivision of a tract of land in said County of! Contra Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land -covered by said map, uhich�taxes and special assessments collected as taxes, are not as yet due or payable. • NOW THIiHEFORE, if the said Owens Mortgage Company _ shall pay all of the taxes and special assessments collecLea as taxes which are a lien against said tract- of land covered by said - map, at' the' time of the filing of said map of said Tract-, then this obligation: shall be void and of no effect. Otherwise it shall re- main in full force and effect. OMENS MORTGAGE COMPANY Microfilmed with board order By- ke OKMW PACIFIC IIiSURAM COMPMY Surety, . MAY MG ° • By nl•ILEDG0.04T Vi ?cele, Attorney in s t, -•.-,- . SiJRE t y) : i ► ''' State of California ) Count;; of ) County in vhlch ack.no;:le: gemencis ta.te:ct. . _ toefor•e rie, a Notary Public, in for ::aid CounCt anti St::Ite, personally appeared known tb cue to be "r • of Ui;t co}poratlon that executed tin(.• t 1-1,in ,:ru;nent:.and- al-.o tcnovin to me 'Ur) be the person who executed it on if of such corporation and acknwvlcdgc4 to tdZ tha L such cornora tion ' �tited the wit'. in Anstrunent purzatant to ita by-lawn ora re:;olutx011 it::: board of dirc;ct:or:;. T"ii i4ttiL to u c ;ie i LTiir""�:y_iic:vif1-1.-W1; . i 1 R OISSON BOARD OF� State Of Cal!±ntryac:Bmsta CON! 1 S� County of ) On Kay 3 , 19 76.before me. the undersigned.a Notary Public in and for said County, personally appeared Vi "Teale known to me to be the person whose name is subscribed to the within int as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY,and acknowledged to me that _he subscraed the name of UNITED PACIFIC INSURANCE COMPANY.-as Surety,and h pv- awn name as • Attorney-in-Fact. L "Lx yr° C3ii:�«i CE_P"�D I,lLR1JLJ' YG My Commission expires 19 NotKy at in Wo for my BDU-1818 ED.3172 iCALIFJ ' IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) 7 6/387 the map of Subdivision 4620, RESOLUTION N0, Danville Area. ) WHEREAS the following documents having been presented for Board approval this date: A map entitled Subdivision 4620, property located in the Danville area, said map having been certified by the proper officials; A subdivision agreement with Mahlon C. and Patricia L. Connett, Donald T. and Barbara Nay, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; WHEREAS said documents having been accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. YS 751-4085) issued by Industrial Indemnity Company with Mahlon C. and Patricia L. Connett, Donald T. and Barbara Hay, as principal , in the amount of $13,682 for Faithful Performance and $14,182 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 135576, dated April 28, 1976), in the amount of $500.00, deposited by: Mahlon C. Connett. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in the map, and that the 1975-76 tax lien has been paid in full, and the 1976-77 tax lien, which became a lien on the first day of March 1976, is estimated to be $3,900; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. YS 751-4083) issued by Industrial Indemnity Company with Mahlon C. and Patricia L. Connett, Donald T. and Barbara Hay, as principal, in the amount of $3,900 guaranteeing the payment of the estimated 1976-77 tax; NOW THEREFORE BE IT RESOLVED that said map is hereby APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on May 11, 1976. Originating Department: Public Works Land Development Division cc: County Auditor-Controller Public Works Director County Treasurer-Tax Collector Director of Planning Mahlon C. Connett 2425 East Street Concord, CA 94520 RESOLUTION NO. 76/387 OUaB'"1 SUBVIVISIOY AGREDIEhT 01) Subdivision: 4620 - (S. P. Code 011611-12) 3t).Subdivider: Subdivlider: Mahlon C Con ett ann go • S wif- fective Uate: ay 1, as (§1) Completion Period: one -year tenant (§4) Deposits: A. (cash) $500 in eommor. B.. (bonds, etc.) 1. (faithful performance - 8 maintenance) $13,682-00 2. (labor $ material s)$ 14.182.00 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter calle4 "County", and the abovenamed Subdivider, mutually -. promise and agree as follows concerning this subdivision: 2. IMPROhi'. IMS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future . amendments, and all improvements required in the approved improvement plan of this subdivision on file in the County's Public corks Department. Subdivider shall complete this work and improvements (hereinafter called "work") witliin *tlte above completion period from date hereof as required by the California Subdivision Map Act (Business & Professions Code 011500 and following), in a good work- manlike manner, in accorJance with accepted construction practIces• and in a earner equal or superior to the requirements of the County Ordinance Code and rulings made thereucdder; and where there is a conflict between the improvement plan and the County Ordinance -Code, the stricter requirements shall govern. 3. GUAR N'TEE 6 MAI\TEtiANCE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall maintain it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. - 4. IMPROVEME:\T SECURITY: DEPOSIT g BONDS. Upon executing this Agreement, Subdivider shall, pursuant to Business & Professions Code §11612, deposit as security with the County: A. Cash: $500 cash; and.. .. B. Bonds, ctc. : (1 - faithful performance f raintenance) additional security for at least the above-specified amount, which is the total estimated cost of . the work less $500, in the form of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his faithful performance of this agreement and maintenance of the Fork for one year after completion and acceptance thereof against any defective workmanship or materials or any unsatisfactory performance; plus (2 - labor $ materials) another such additional security in at least the above-specified amount, which is the full amount of said estimated cost, securing payrent to the contractor, to his subcontractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. S. WARRANTY. Subdivider warrants that said improvement plan is adequate to accomplish this work as promisrd in Section 2; and if, at any tire before the Countv's resolution of completion for the subdivision, the ir..provenent plan proves to he inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 1 Miclofitmed with board order G. NO ItiAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. ENDUMITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened- because of actions defined below, and including personal injury, death, property darage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any tire before the County approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceeding(s) concerning these. C. The actions causing liability are any act or omission. (negligent or non-negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor, or any officer, agent or ecployee of one or more of them. -D. Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Irderritee has prepared, supplied, or - approved any plan(s) or•specification(s) in connection. with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that. the alleged damage resulted partly from an negligent cr willful misconduct of any Indemnitee. S. COSTS. Subdivider shall pay when due, all the costs of the work, including. inspections t$ereof and relocating existing utilities required thereby. . 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFOR-M.NCE AND COSTS. If Subdivider fails to complete the cork and improvements within the time specified in this agre=ent cr extensions granted, County may proceed to complete thea by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. ?f Cocmty sues to conpel performance of this Agreement or recover the cost of completing the i-r-iroverents, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewitlt. - 11. ASSIC.\AfE.\T. If before County accepts these improvements, the subdivision is annexed to a city, the County may assign to that city tete County's rights.under this Agreement and/or any deposit or bond securing the:.. • 2 - 40089 i , ► 12. RECORD NAP. In consideration hereof, County shall allow Subdivider and record the Final Flap or Parcel Nap for said Subdivision. MAHLON C. CONNETT and PATRICIA L. • CONNET'T, his wife; and DONALD T. HAY and BARBARA HAY, his wife, as tenants in common CONTRA COSTA COMM U VIDAR: note -) Vernon L. Cline, MAHPN G. UNNE Acting Public Works Director AT A By DONA T. Y Deputy BARA HAY RECOATIENDED FOR APPROVAL: Note to Subdivider: ( Fxe_ute acknow- ledgment form below; and if a corporation, affix corporate seal. $y—_�� -tet ... Asiistant Public I;oiks Viector (CORPORATE SEAL) FORM APPR0VED: JOIN B. CLAUSEN, County Counsel Deputy State o£ Ca morn' �f ) (Acknot:ledgment bl- Corporation, Par"tnership, County of ,� ) ss. or Individual) On — 14- 76 7 the person(s) whose name(s) is/are signed above for Su ivi. er and who is arc known to me to be the individuals) and officer(s) or partner(s) as stated above who signed this instrument, personally- appeared before ne and ac,:nowledged to me -that he executed it and that the corporation or partnership nazed above executed it. OFFICIAL SEAL (NOTARIAL SEA �a. SYLNIA A. IAKEti4AN raorAS, PUsuc-can:oRNM ccc y ;"COSTA M Notar - Public for said County and State (Subdiv. Agrmt. CCC Std. Fors) - LD-9 (Rev, 3/76) WON, EDWMM W.L£A.— ALFMD P.LOMELr Cour Troasucor-Toz Collector AaaLtent Ceustr Treasurer• TAX COLLECTOR'S OFFICE Teti Collector First UstcUment Taxes CONTRA COSTA COUNTY Dam rine rnstaumeat at Taxes Due and ai1* gwat as the First Dor of Noneat►er so Uto Tenth Dar of Decess:7lr ------------- MARTNEZ.CAWFORr'U Secroud Inctallsent of Tam Phew 22"000.Ext.2383 Second rastaSaent of Tizes Due and Purabls DelfsQrest on the Fint Dor of Feheoatj Argil 2�.�r., 1976 as the Tooth Dar of Apra IF SM TR= IS NOT FLIM HY WMER 31, 19 76, THIS I.�'TTr.Ft IS VOID This uin terrify that I bans examined the nap of the proposed subdivision entitled: T&tCT No. 4620 �ij� . and have deterrudned from the official tax records that there are no unpaid Cotmty taxes heretofore levied on the property included in the map. The 1975-76 tax Lien has been paid in full. Our estimate . of the 1976-77 tat lien, which becaa3e a lien on the first day, of )brcb 1976, ,is $ 3,900.00 EDirM W. US"' Tax Collector RECEIVED ' mAY /Q 1976 By: J. P- asAw CtE'R1C !BOAC• Ft P* E= D M it } 1970 t z. C=.AN CJA- w?CRVI M E • � aKr _ _� rA . Mjcrc,i!mad vAth hoard order 00091 BOND AGAINST TAXES ,ond �o. Lb 1.)1-4u, s Premium: $39.00 K14O J ALL MEN BY THESE PRESENTS: Mahlon C. Connett and Donald T. Hay and THAT Patricia L. Connett Barbara Ha , as principal and (Sure TndMgtrja1 Indemnity CQmnany , a corporation organized and existinc; under the lairs of the State of California and authorized to transact surety business in California as surety are held and firmly bound unto the County of Contra Costa, State of California, In the penal sum of Three thousand nine hundred and 00/100--------------------- Dollars (�3,900.OQ , to be paid to the said County of Conga 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 14th day of April , 19 76 The conditions of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled Subdivision 4620 and covering a subdivision of a tract of land in saia County of Contra Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said Tract of land covered by said map, which taxes and special assessments collected as taxes, are not yet due or payable. Mahlon C. Connett and Patricia L. Connett NOW, THEREFORE, if the said Donald T. Hay and Barbara Hay 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 time of the filing of said map of said Tract, then this obligation shall be void and of no effect. Otherwise it shall remain in full force and effect. Principal Mahlon C. Connett Prin ipal Donald T. Hay Patricia L. Connett 34rbara Hay Bd'T 1-1 1-jL v '-A D ft MAY // ��ro �► INDUSTRIAL INDEMNITY COMPANY ?mow Surety CLERK soAr.v v: su"?.Av;Sops J. a asSol i h?, C NIRA coS1A CO. CIM LARD of SUPERvISOit�a y. BY (BY SURETY) J an a, ttorney- n- act State of California ) City and County of San Francisco } County in which acknowledgement is taken Microfilmed with board order On April 14th 1976 , before me, Edith E. Rusinek a Notary Public in and for said ounty and State, personally appeared Marie T. Dianda known to me to be Attorney-in-Fact of the corporation that executed the within instru- ment and also known to the to be the person Y:ho executed it on behalf of such corporation and acknowledged to me that such corporation executed the within instrument. pursuant to its by-laws or a resulution ;,f its board of directors. �nlusnluttul:luny+t+ts::i:aii:=.�:•r.•ss.s::t:ltt. � ED!TH E. RUSihEK In Additior. tib S;gnature Type or Print °=+s^ Name of rotary Edith E. Rusinek ur co%+y+=ss+ar+ fXPIKES Sis"Pf. 21, 2l NOTARY PUBLIC 0092 . Or ic.AL SEAL 4"� "_ NUYx;t r 6t,E . -CAUFQ;ZPJJA ' STATE OF CAUFORMA 1 U�ttt rC:`C.STY —COMM"„� stril ISL > `�-� _ E;1 c�::.I c::;�"s 1�”; A 1973 4 i(� � CMMy tw.*id�1Mwl�wwi is trrir o� ', `�"'�' f 19� below Sylvia A. Lakeman Wtiti of ft"Mo*of yrs a,Votary Public,in and for said" come mi Stale.prrraeed&aQpeared Mahlon C. Conne tt Patricia L. Connett, Donald T. Hay and Barbara Hay 1014OWn to Nee to be toe l4 est_S_wbaar aa1Re R srAWAs eid to the within " .asd acknawbdged me tha�lrey-ezecuted tkc wine. r I'll nemely is fmanimia 111din anther Coma y ' �••sa c«.e. ««see�..rs N W00, oo stoke said"and a~Camay. , Notary Public ' tlt�rided) 1 00093 t Contract Bond-Payment L i' D Bond No. YS 751-4085 Public Work-California hcminm inctudcd in It 1 C D hYformancc Bond J. I~ OLSXN �C— INDUSTRIAL ra CO. INDEMNITY COMPANY 255 CALIFORNIA STREET • SAN FRANCISCO.CALIFORNIA 94120 KNOW ALL MEN BY THESE PRESENTS: That we, HAITIAN C. CONNETT AND PATRICIA L. CONNETT and DONALD T. NAY AND BARBARA HAY of CONCORD, CALIFORNIA ,as Principal, and INDUSTRIAL INDEMNITY COMPANY, incorporated under the laws of the State of California and authorized to transact surety business in the State of California,as Surety,are held and firmly bound unto COUNTY OF CONTRA COSTA, CALIFORNIA ,as Obligee, in the sum of FOURTEEN THOUSAND ONE HUNDRED EIGHTY TWO AND NO/10OTRS- - - - - - - - - - - _ Dollars(S 14,182.00 )• for the payment whereof, well and truly to be made,said Principal and Surety bind themselves,their heirs, administrators,successors and assigns,jointly and severally,firmly by these presents. The cq&TjgW I the foregoing obligation is such that, whereas the above-bounden Principal has entered into sated April 26 : 19 76 with the Obligee to do and perform the following work, to wit: INSTALLATION OF PUBLIC IMPROVEMENTS IN SUBDIVISION TRACT #4620, CLIPPER HILL ROAD, DANVILLE, CALIFORNIA NOW,THEREFORE, if the above-bounden Principal, his or its heirs,executors,administrators,successors or assigns; or subcontractors, shall fail to pay any of the persons named in Civil Code Section 3181, or amounts due under the Unemployment Insurance Code with respect to work or labor performed by any such claimant,or any amounts required to be deducted,withheld,and paid over to the Franchise Tax Board from the wages of employees of the Contractor and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor,the surety or sureties herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the said surety will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons,companies or corporations entitled to file claims under Section 5181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. SIGNED,SEALED and DATED this 26th day of April 19 76 Microhimed with board order >✓��i [ �_ f� (i. .< ZZ` (Seal) PATRICIA L. CONNETT MAHLON C. CONNETYri cipal 'y -BARBARA HAY DONALD T. HAY INDUSTRIAL INDEMNITY COMPANY By Made T. Dianda, Attorney-in-Fact veto w4 141741 00094 nd ♦ �,;;; OFFICIAL SEAL STATE OF CALIFORNIA .' -:.••t F�'t:� Ci,_1:C;?t,t� 1( GMraot�r of ContraCosta t:, e:: „ P.. ;a, 1573 v C j4 ~.—Sylvia lvia A. Lakeman . btJon + Woke w hw"-*d* O w n n JM ataep Pudic,is 4tetd few said'• ________5-�-j•&%I Stott,pr apprarrJ Mahlon C. Connett, Patricia L. Connett Donald T. Ha and Barbara may b.40%.4 to aw to be the rn'ua___.__rhaw a~ sr&W&i&d to dot red,aad adn-c'w4J=rd to-m Cwt.�ltt �Yecatrd Me=14W. .r �� /.t--f�! �/ may' °!/nofQe it rw+sa+isai<reed ier oNatAer Giwrry V www�• PeW"tr of nNaf uYitr"said"oetd nehsr Cr>�ir. Notary Public (itdividwllf 1 ` State of California On Ar it 26. 1976 ,before me,the undersigned, city,and sx -a Notary Public of said county and state,personalty appeared unty of San Francisco MARIE 'f. DIANDA known to me to be the Attorney-in-Fact of MIMTRIIAL INDEMNITY COMPANY , the Corporation that executed the within instrument,and known to me to be the person who executed the said instrument on tasetttett::tort:;s:t»:tntumttrntstuutttmtutttttt behalf of the Corporation therein named,and acknowledged to EDITH E. RUSIOEK = me that such Corporation executed the same. A r CITY A;:D CPLTATV Of > SATS "AXCISCO MY COMKISSID14 EXPIRES SEPT. 21. 19" v r aittlttitittrltlUttLaitlitalpplitlltltiUf11:11ft14:S1 NOTARY PUBLIC 00095 fY0f0 R4Ilt�ltt 1 -h INDUSTRIAL INDEMNITY COMPANY 235 CALIFORNIA STREET • SAN FRANCISCO.CALIFORNIA 94120 Contract Bond-Faithful Performance Bond No. YS 751-4085 Public Work-California Premium S 142.00 F L E D C014T IUCT BOND I:1 aY 1 I l��o J. . OWON YZC-M'--;WsaAW or w'- CONTRA COSTA CO. E PRESEN'T'S: MAHLON C. CONNETT AND PATRICIA L. CONNETT and That :'DONALD T. HAY AND BARBARA HAY as Principal, and INDUSTRIAL INDEMNITY COMPANY. incorporated under the Laws of the State of California'and authorised to transact surety business in the State of California,are held and firmly bound unto COUNTY OF CONTRA COSTA, CALIFORNIA in the sum of THIRTEEN THOUSAND SIX HUNDRED EIGHTY TWO AND NO/100THS- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Dollars ($13,682.00 ). for the payment whereof,well and truly to be made.said Principal and Surety bind themselves,their heisa, administrators, successors and assigns, jointly and severally, firmly by these presents: The Condition of the foregoing obligation is such that, Whereas the above bounden Principal has an agreement entered ink dated April 26, . 19 76 . with the COUNTY OF CONTRA COSTA to do and perform the following work.to-wit: INSTALLATION OF PUBLIC IMPROVEMMM IN SUBDIVISION TRACT #4620, CLIPPER HILI. ROAD, DANVILLE, CALIFORNIA Microfilmed with board order Now.Therefom if the above bounden Principal shall well and truly perform the work contracted to be performed under said contract. then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this 26th day of App ,19 76 el eo PATRICIA L:CONNETT MAHLON ...... ......../.... 5................ DONALD T. HAY j BARBARA HAY INDUSTRIAL INDEMNITY COMPANY .T. Dianda, Attorney-in-Fact woos Ra 1411131 y 0000 day of .Ys ST 9 ATF of CALtF0RN1A SL Cghtra Costap yak m n 19..-.--.-•below Me- write" Con net•.t; C..W anti Starr.Persoill 0Ptrrare Mahlon C. n Ntuury Pul+lir,is aad/ter 11" d rbara Ra jag rr--rxrrutrJ xjagso , nd aockncnrlrSed to l ✓t�'rrr��c'C. (tNrtl N to e1M to bC xltr/k"+ -1 a''i/mxtafV iai4%itttte+tl to aatttlrey C'twat,Y 1 /�� � •� � �lYotatT Pubtit �rii[r~acid'aad aatar COOOl tumuVWXMI State of California on April 26, 1476 ,before me,the undersigned, City and sr. a Notary Public of said county and state, personalty appeared County of San Francisco MARIE T. DZANDA , known to me to be the Attorney-in-Fact of ter . INDUSTRIAL INDMENITY COMPANY , the Corporation that executed the within instrument,and known to tae to be the person who executed the said instrument on iitiitiltiitttttinknittttittgtumitinlnttiittt um— behalf of the Corporation therein named,and acknowledged to EDITH E,RUSiNEK me that such Corporation executed the same. ' M03F1cY t -tl�R1f03L1M cay Ano t atrttrr OF snit moltOOSM (fJz aY coU:VIsstfili EXP40iS "PT. 21. 1*77 NOTAR UBL1C iitttlEtitifiEii'st�tii.Zttltltttitltl:It2tttiZtllti2!!/itWt o�i�Q� Waco ws 11►pxt if �/ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA C0UNTY, STATE OF CALIFORNIA In the Matter of Approval of the map of Subdivision 4771, ) RESOLUTION NO. 76/388 Danville Area. ) WHEREAS the following documents having been presented for Board approval this date: A map entitled Subdivision 4771, property located in the Danville area, said map having been certified by the proper officials; A subdivision agreement with Ken Gooch Construction Company, Inc., subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; WHEREAS said documents having been accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 8992106) issued by Fidelity and Deposit Company of Maryland with Ken Gooch Construction Company, Inc., as principal, in the amount of $5,700 for Faithful Performance and $6,200 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 135775, dated May 4, 1976), in the amount of $500.00, deposited by: Ken Gooch Construction Company, Inc. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in the map, and that the 1975-76 tax lien has been paid in full, and the 1976-77 tax lien, which became a lien on the first day of March 1976, is estimated to be $2,000; Security to guarantee the payment of taxes as required by Title 9- of the County Ordinance Code, as follows: a. Cash Bond deposited by Ken Gooch Construction Company, Inc. (Auditor's Deposit Permit Detail No. 135883 dated May 7, 1976) in the amount of $2,000.00 guaranteeing the payment of the estimated 1976-77 tax; NOW THEREFORE BE IT RESOLVED that said map is hereby APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on May 11, 1976. Originating Department: Public Works Land Development Division cc: County Auditor-Controller Public Works Director County Treasurer-Tax Collector Director of Planning Ken Gooch Construction Company, Inc. 147 Bernal Avenue Pleasanton, CA 94566 RESOLUTION NO. 76/388 ( a98 SUBDIVISION AGREE..MhT (§1) Subdivision: _ 4771 - (B. F P. Code §§11611-12) (§1) Subdivider: Ken Gooch Construction Co. 1) Effective-Date: May 11. 1976 (§1) Completion Period:. one ear (§4) Deposits: A. (cash} 500 B. (bonds, etc.) ' 1. (faithful performance S maintenance) $ 5,700.00 • 2. (labor F materials)S 6,200.00 1. PARTIES & DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the abovenamed Subdivider, mutually promise and agree as follows concerning this subdivision: . 2. IMPROMIEATS. Subdivider shall construct, install and complete road and - , street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 0, and including future amendments, and all improvements required in the arprot-ed improvement plan of this subdivision on file in the County's Public t*brks Department. Subdivider shall con.Flete this work and irprovcments (hereinafter called "work") within the above completion period from date hereof as required by the California Subdivision Map Act (Business v Professions Code §§11500 and following) , in a good work- manlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder;. and :here there is a conflict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE F -IRINTE.\X.\CE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with :Article 94-4.4 _ of the County Ordinance Code; and he shall maintain it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory - performance. - 4. IMPROVEME\T SECUPHTY: DEPOSIT $ SC`:DS. Upon executing this Agr cment, Subdivider shall, pursuant to Business & Professions Code §11612, deposit as security with the Ccunty: A. Cash: $500 cash; and.... B. Bonds, etc. : (1 - faithful performance $ maintenance) additional security for at least the abo—ve-specified amount, which is the total es:irated cost of the work less $500, in the form of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his faithful performance of this agreement and maintenance of the work for one year after completion and acceptance thereof against an;, defective workmanship or eaterials or any unsatisfactory performance; plus ("_' - labor $ materials) another such additional security in at least the above-specified amount, which is the full amount of said estimated cost, securing payment to the contractor, to his subcontractors, and to persons renting equipment or furnishing labor or materials to thea or to the Subdivider. S. KARRAI.\TY. Subdivider warrants that said improvement plan is adequate to accomplish this work as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, the improvement plan proves to be inadequate in any respect, Subdivider shall make- changes necessary to accomplish the work as promised. VUa�w=filmed with board order 1 ' 6. NO WAIVER BY COUYrY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or enployee of the County indicating the work or any part thereof complies with the requirezents of this Agreement, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination or all of these acts, shall not -relieve the Subdivider_ of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to co--ply with any of the terms and conditions hereof. 7. INDBINITY. Subdivider shall hold harmless and indemnify the indecn►itees from the liabilities as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened-because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combination of these, and regardless of whether or not such liability, clain or damage was unforeseeable at any time before the County approved the ir-proverent plan or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceeding(s) concerning these. C. The actions causing liability are any act or'omission rnegiigert or non-negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor, or any officer, agent or employee o: one or more of them. D. hon-Conditions: -The promise and agreement in this section is no: conditioned or dependent on whether or not any Indennitee has prepared, supplied, or l approved any plan(s) or specification(s) in connection with this work'or sub;ivision, or has insurance or other indemnification covering any of these matters, Or :.-at the alleged damage resulted partly from any negligent or willful misconduct of ary Irdecritee. S. COSTS. Subdivider shall pay when due, a'll the costs of the work, including. inspections thereof and relocating existing utilities required thereby-. 9. SURREYS. Subdivider shall set and establish survey monmmerts :: accordance i with the filed map and to the satisfaction of the County Road Commissioner-S::rreyor. 10. NONPERFOIL+14XCE AND COSTS. If Subdivider fails to complete the work and i improvements within the time specified in this Agreement or extensions gra:zzed, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to ce=gei performance of this Agreement or recover the cost of completing the improvements, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith- 11. ASSIGNMENT. If before County accepts these improvements, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. 1 - _ 2 _ 00100 12. RECORD MAP. In consideration hereof, County shall allow Subdivider to file and record the Final I•Iap or Parcel Map for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) • i Vernon L. Cline, f Acting Public Works Director 'KEN GOOCH CONSTRUCTION CO. , It c rporat'on. B • B KE Y OCH PRESIDENT . De ity (Designate official capacity in the business); . a REMNIMENDLD FOR APPROVAL: Note to Subdivider: (1) Execute acknow- ledgment form below; and if a corporation, affix corporate seal. By , Assistant Publi rks Director - ,``' .,1►�;�'% (CORPORATE SEAL) t� FORM APPROVED: JOIN B. CLAUSEIN, '� • :� County Counsel By tt ; Deputy :.,,,,jtrt;► ,�.,` State of California ) (Acknowledgment by Corporation, Partnership, County of CONTRA COSTA ) ss' or Individual) . On KEN GOOCH the person(s) whose name(s) is/are signed above for Subdivider and who is are known to me to be the individual(s) and officer(s) or partner(s)" as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named a ve executed it. HELEN L BUONARTI (NOTARIAL SEAL) _ �^ NOTARY WEUC-CAllFORNIA CbNTRA COSTA COUNTY �* Mrto—Was o'A"" •12•INotary Public for said County and State (Subdiv. Agrmt. CCC Std. Form) • LD-9 (Rev. 3/76) . • -3- 00101 • ` Ito premium Chals ed for this bond . • Ris $86.00 for the term thee: Swatm eco 8992:106 - IL 'E {faithful perforaance S maia'.er+ance, XD labor 6 as leis, . ,r (Calif. fess. a Prof. Croda 3116121 1.111 ICAAT e aiew h coClstrwtf ons I=. 0 as Piftec=pal. r't"Lr a i a corporation M 666 MV under the laws or Zft Sta:.e Of and aotbori:ed to transact surety business is California. as ty, jointly and 4severally bled ourselves, oor hairs, execu-COM . successors and assigns • to the County of Cost= Costa,, Calitbraizt, to pay it: . faithful ver for=nce d raintecancee) FIVE 'THOOSA W SEVER ----- lays {S QQ ) for Itself or nay . V-as r.ee er below-ci:eo ivision cc t�sapt plus 8. labor f materials) SIS 7HOUSAMD 1'�/��/)$S;D+WD MD seaaau MS �.�..ww for the >weaefit of + Y� r G 21,16-1Z. perSOnS prOtGt":QG �tiYe."• 2. RECITAL OF SU-Wl%'TS= aWl-1 QCT. The Parindpal has oonsraoted with the. ` County to install and pay for street, drainIffe. and other ierprovee:ents in Subdivision naber 4771 , as specified in the Subdivision Agreement, and to complete said stork within tTe--tlW specified in the Subdivision Agreement fear co gletion. all In acco-.42=0 with state and local laws and suliags thereeneder in order to satisfy conditio-.s %r fil#ut of the final nap for said Subdirison. . 3. CWM rtv. If the Principal faithfully per all things required of him according to the tem and coalitions of said contract and Improvesent.plan and iri:ove- . meets a%read on, by hi-_ and the Couaty, chat this obligation as to SecclV 1-M above shall became null scd void, except that the guarantee of mintenauce continues fa. the • one-year per=cd; and if be Felly pars the taeto:s, subcontractors, and persoas renting equila :t �.'�••is»i:.4; 1zbOr o: �::e�L�C:7� :o thea fo: said w A anvil _.-prova=*czs, and protects the premises frtc claias of such liens, thea this obligation as to Section 1-(8) above s..ai1 become null and raid; otherwise this obligation re=ias in full force and effect. _ No aitew-ion of said contract or aay plans or specifications of said wok . agreed to by the Pri=1pal and zk+e County shall relieve my Surety fron lizbility on th-s bond; and consent is hereby given to stake*such alterations without further w=ice to or consent by Surety; and tke Surety hcreby:smires the provisions of Calif. Cirsl Code 32315, and holds itself bos.•:l with at rtiprd to and independectly of any action against Principal Nhanever taken, and zzrecs that if County sues on this bond,Surety will pay reasonable • ,,,.%Aatt*FrM,zeas fixed by court as costs and included in the jeabtaeat. .►, My 39 1476 ;' aStCvc"' �W'S:atEo on ,• � ••� 1� r'� �rd's• -,r �• � ••s.♦�rsr..w�.►w�.s.wso..w...sw.rw.w+t..sown t.r.l�w.sjrs.r.�u •M s+ewu• r..lwr,rl+.s• ts�!• !! - Siaa 0-e:i1Cb; T fY SJbL*m San Fraacimo Indy 33 14?b --- tier person{s) whose namCs), lsfare signed above for Sure• a U1.0 ii �w a to ac to .•r :.• Atto-acv{S}-its-Fact for this Corr... S•,:rcty, pe•rso=11;• appoared bc.-Fore re 3.%= :.ImY.:e mac• to ne the: he/they s1,ts �thers. c o: the , Coa� r• ratioa as Surety aal hisithcsr own s( as its Attorae;(s)-• Fact. • ,tib ARTHUR HUR C. UDSTHU!?EN R et. QT( AND COUPITYQF ti r .. MY CO3•eT:.3*rA%- .:Evj*_%CcL S. 1979 � 1f�1ti... G. OOQTiiltiZ'EY Gpr t�tb-3S,11,}+, c.r;• _ Seta:r is xur said t?M btaze— (LD 3174Woufibrad with board orc- w102 17 MWARD W.tel- ALFRED P.LOMELI Countr Treasurer-Ta:Collector Assistant County Ttsoswor TAX COLLECTOR'S OFFICE Tax collector Flet nd P*faea!of Tasss CONTRA COSTA COUNTY First fasteua�s.t of Taxes Due cad Parob:e Qolis gttent on the First Oar of Navesbw as tss Tenth Dar of Cocowwr MARIL'YEZ CAUFOILNIA Second lnstolloeat of Tows Phone,22tl—Jaw.Est.23sS Second Isstanfsuat of Taxes Deo cod Parable DoUsq"nt on the First Dor of February April 9, 1976 on the Tents Day of AVdl IF 7M TRACT IS 11W rI M BY OCTQEB 31, 1976 j THIS MM IS VOID This tall certify that I have examined the map of the proposed subdivision entitled: MCT NO. 4771 G�iLLG . and have determined from the official tax records that there are no unpaid Coilty taxes heretofore levied on the property included in the map. The 1975--76 tax lien has been paid in fills. Our estimate . of the 1976-77 Laic lien, whish became a liaa an the first day of March, 1976 is S 2.000.04_,_,_ RECEIVED �ne�. , MAA /a 1976 - C J. O SM Com-L CUU f OF Sum B,: GONE � CO ✓ 6 . I L LE D MAY 1976 J. a. M:ori a:zc BOARD a SUMVISORS Ccmr2A COSTA CAL bAicsofilmad %•lith home oreser 00103 IN THE BOARD OF SUPERVISORS f OF ' CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of the Agreement for Subdivision � MS 31-75, RESOLUTION N0. 76/389 ) Walnut Creek Area. ) WHEREAS the following document having been presented for Board approval this date: A subdivision agreement with Kathryn Tess Reichenbach, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; WHEREAS said document having been accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (Cash), Auditor's Deposit Permit Detail No. 135223 dated April 16, 1976, in the amount of $4,000 for Faithful Performance and $4,500 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 135223, dated April 16, 1976), in the amount of $500.00, deposited by: Kathryn Tess Reichenbach. WHEREAS the Public Works Director having recommended the acceptance of a Grant Deed for Road Purposes, dated March 26, 1976, from Kathryn Tess Reichenbach; and ' WHEREAS the Public Works Director having recommended the acceptance for recording only the Offer of Dedication for Road Purposes, the Offer of Dedication for Slope Easement and the Offer of Dedication for Drainage Purposes, all dated March 26, 1976, from Kathryn Tess Reichenbach. NOW,THEREFORE, BE IT RESOLVED that said subdivision agreement is APPROVED. BE IT FURTHER RESOLVED that the recommendations of the Public Works Director are also APPROVED. PASSED BY THE BOARD on May 11, 1976. Originating Department: Public Works Land Development Division cc: County Auditor-Controller Public Works Director County Treasurer-Tax Collector Director of Planning Kathryn Tess Reichenbach 2380 Overlook Drive Walnut Creek, CA 94596 Recorder (via P. W. ) RESOLUTION NO. 76/389 00104 SUBDIVISION AGREEMENT 01) Subdivision: M.S. 31=75 (§1) Subdivider:Kathryn Tess Reichenback (B. & P. Code §§11611-12) C§2) Effective Date tfa 11 1976 (§2) Completion Period: One Year (§3) Deposit (cash): 39,uuu 1.• PARTIES AND DATE. Effective on the above date, the County of Contra Costa; California, hereinafter called "County", and the above-named. Subdivider, mutually promise and agree as follows concerning this minor subdivision: 2. IMW%rEtiE:TS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9 and including future amend- ments, and all improvements required in the approved parcel rap improvement plan of this minor subdivision on file in the County's Public Norks Department. Subdivider shall complete this work and improve=ents (hereinafter called "work"), within the above completion period from date hereof as required by the County Ordinance Code in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plan and the County Ordinance Code, the stricter requirements shall govern. 3. IMPROVDIENT SECURITY: DEPOSIT & BONDS. Upon executing this Agreement, . Subdivider shall, pursuant to County Ordinance Code Article 922-4.6, deposit as security with the County: Cash: $500 cash; together with S _ ;nn_ cash as additional security guaranteeing his faithful performance of this agreement; and securing payment to the contractor, to his subcontractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. 4. WARRANTY. Subdivider warrants that said parcel map improvement plan is adequate to accomplish this work as promised in Section 2; and if, at any time before the County's resolution of completion for the minor subdivision, the parcel map improve- rent plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 5. NO NAIVE.^. BY COUNTY. Inspection of the work anal/or materials, or approval of work and/ materials inspected, or statement by any officer, agent or employee of the Couu.ty indicating the work or any part thereof complies with the requirements of this agreement, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination er all of these acts, shall not relieve the Subdivider of his obligation ro fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 6. IADLMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section. A. The indernitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, cc.-missions, officers, agents and employces. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or an;• combination of these, and regardless of whether or not such liability, claim or damage , was unforeseeable at any time before the County approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s), actio - 1 - Microfilmed with b6ard op. other proceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non-negligent) in connection with the otters covered by this agreement and attributable to the Subdivider, contractor, subcontractor, or any officer, agent or employee of one or more of theca. D. Non-Conditions: The promise and agreement in this section is not- conditioned or dependent on whether or not any indemnitee has prepared, supplied, or approved any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 7. COSTS. Subdivider shall pay when due, all the costs of the work, including inspection thereof and relocating existing utilities required thereby. 8. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed parcel map and to the satisfaction of the County Road Commissioner-Surveyor. 9. NONPERFORWXCE ANM COSTS. If Subdivider fails to cowplete the work and improvements within the time specified in this agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor irmediately upon demand. If County sues to compel performance of this agreement or to recover the costs of completing the improvements, Subdivider shall pay all reasonable attorney's fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 10. ASSIMIEW. If before County accepts these improvements, the subdivision is annexed to a�city.t�'ie County may assign to that city the County•s rights under this agreement and/or any deposit or bond securing them. - 2 - 001U6 11. RECORD !MAP. In consideration hereof, County shall allow Subdivider and record the Final Wap or Parcel Wap for said Subdivision. CONTRA COSTA COMM SUBDIVIDER: (see note below) Vernon L. Cline, r f Acting Public Works Director at f LL-LL' KATHRYN TEES REICHENBACK By• . � By Deputy (Designate official capacity in the siness' RECMMEA'DED FOR APPROVAL: Rote to Subdivider: (1) Execute acknow- ledgment form below; and if a corporation, affix corporate seal. As istant Pu is 1r r; Director - (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel By /`: .._�,, � j �> ,.,�,�►- �Fes_ Deputy - State of Califo a / ) (Acknowledgment by Corporation, Partnership, County of e�T4a c—s ) ss' or Individual). On the person(s) whose name(s)—is/are signed above for Subdivider and who is are known to me to be the individual(s) and officer(s) or partner(s)- as stated above who signed this instrument, personally appeared before me and acknowledged to tie that he executed it and that the corporation or partnership . arced above executed it. (NOTARIAL SEAL) Notary Public for said County and State entnuu»auauuuui]]]]]urou]N]nnnnu]u]s Subdiv. A rmt. CCC Std. Form = ,r`. OFFICIAL aeAL s ( S ) GARRY J. CALLAHAN LD-9 (Rev. 3/76) ty 'r NOTARY PUBLIC - CALIFORNIA —3— COUMFY OF C014TP.A WSTA — Vy Ccnr.,l,w.Gyre SryaT:wf S.1477 - - Dt17qlII�iM]N/i]it]g7l]]]]]DSp]]]!]n]]U312u]ggt>17 . 010'7 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: Temporary suspension of ) "no parking" regulations, } RESOLUTION N0. 76/ 390 Danville area } The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to Ms. Elaine Fereira's April 26, 1076 request on behalf of the Danville Community Center's annual Art Fair, to which request the Acting Public Works Director has no objection following a review thereof; This Board hereby temporarily SUSPENDS the "no parking" regulation in force along the section of Love Lane west of Hartz Avenue extending to the railroad tracks in the Danville area for the period from 3:30 p.m. on Friday, May 21 through 6 p.m. on Sunday, May 23, 1976. The "no parking" traffic regulation which is temporarily suspended is Traffic Resolution No. 121, and after such temporary suspension expires, it shall otherwise remain in full force and effect. The County's Public Forks Department is hereby DIRECTED, for the period of this temporary suspension, to cover all existing "no parking" signs along the section of Love Lane upon which parking will be temporarily allowed. PASSED on May 11 , 1976, unanimously by Supervisors present. EBH:mz Public Works Department Originator: Traffic Engineering Department cc County Administrator Sheriff California Highway Patrol RESOLUTION NO. 76/ 390 U�1a8 4 C 1 N IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA_ In the Matter of Approving Plans ) and Specifications for Landscape ) Maintenance of Vlew Point Homes, Rodeo ) RESOLUTION NO. 76i 391• Area, County Service Area 14-20. ) (Work Order No. 5393) ) . .s WHEREAS Plans and Specifications for Landscape Maintenance of View Point Homes, County Service Area, M=20,, Rodeo 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 1 H Categorical Exemption under 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 June S. 1476 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 EL sogRANTR HRRAT.n APR PRESS PASSED AND ADOPTED by the Board on May 11, 1976 ORIGINATOR: Public Works Department (Buildings and Grounds) RESOLUTION N0. 76/391 _ cc: Public Works Director County Auditor-Controller �tl�� County AdIninistr•atur V 1 SPECIFICATIONS for LANDSCAPE MAINTENARCE at Poiivy- VIEW PARK HOMES ---County Service Area M-20 Rodeo Area - CONTRA COSTA COUNTY PUBLIC WORKS DEPARTHElIT GROUNDS MAINTENANCE DIVISION FILED ' t. a. ocsrori Lk CLERK PAW Or SUPEWMORS [ �IRA Qe Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County Sixth Floor Administration s Building Martinez, California E Miaofitmed.wM board order 0U110 r , TABLE Or COFfftHTS DIVISION A Notice To Contractors DIVISION B Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section S Submission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION D Payment Bond DIVISION E Proposal (Bid Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing Lars and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule_ Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Condut of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and -reference standards Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section 1 Scope of service - Section 2 Landscape maintenance Section 3 Plans 0€ 111 t IF F DIVISION A: NOTICE TO CONTRACTOR IJ,`o { (Advertisement) J. R. OLS:0N CLERK BOARU Or SUPEZASC)R5 ,,qq��N iRA (3 iA CO. Notice is hereby given by order of the Board of Sup o'Rs R ra Costa County, that Clerk of said Board will receive- bids for the furnishing , of all labor, materials, equipment, transportation and services for landscape maintenance of View ro Homes, County Service Area M-20. Roden Area The estimated contract cost is $7,500.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Room 115, Courthouse, upon payment of Two dollars and 13/100 ($2.13) per•set. (Includes 62b.sales tax.) Each bid shall be made on a bid form to be obtained at the Public Works Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of ten per cent (101%) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June 8. 1976 at 11:00 a.m, and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 1C7, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by. the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty per cent (500") of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. . Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is 1 ' Microfilmed with bOOrd order 00112 on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid arid/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty 301 days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS, OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY ' Deputy X lanAMAK Dated: MAY 111976 PUBLICATION DATES; 00113 DIVISION 'B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as ,to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for fee as called out in the "Notice to Contractor," page 1. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFI''ATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal , plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at, his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - W114 request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) way be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral, tele- : graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder- to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. - 4 - 00115 SECTION 7. PUBLIC OPENING OF PROPOSALS: ' Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall. in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or "from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such . award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prohibited - 5 - 00116 • SECTION 12. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of recElving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be,re-advertised or may be constructed by day labor as provided by State law. - 6 - 00117 DIVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to hereinafter designated as the "Principal," a Contract for constructing and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - 7 - 00118 PERFODIANCE BOND (Con't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) (be attached. ) By Surety By . The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - 00119 DIVISION D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed , 19 has awarded to designated as the "Principal," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars ($ ), lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - 00120 PAYMENT BOND (Con't.) This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly execute3 by'the Principal and Surety above named, on the day of 19 Principal By. Surety By Attorney-in-Fact - 10 - DIVISION -E. PROPOSAL (BID FORM Bids will be received until the gth, day of • June, 1976 at 11:00 a.m. , in the chambers of the Board of Supervisors, loom 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUtiTY GENME-14EN: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Landscape Maintenance of View Park Homes, County Service Area M-20, Rodeo Area in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BID: Shall include all of the work for landscape maintenance of all locations described therein. For the sum of: Dollars (S } � y f • O0 1V (B) It is understood that this bid is based upon a term of service from July 1-, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not. sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. 1:1 Bidders Bond 0 Cashiers Check O Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "None." Addendum € dated Addendum a dated Addendum dated By Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - 00123 (H) for accounting purposes; piease indicate a bid breakdown by location. This information shall be required of all bidders. M-20 Area Lump Sum Price (in figures 1. At Location 1 - Need Control on Willow Avenue 2. At Location 2 - Maintain landscaping within County right-of-way 3. At Location 3 - Maintain landscaping on Viewpointe Boulevard NOTE-PLEASE SHOW TOTAL ON PAGE11 TOTAL ANNUAL COST + - 13 - 00124 The following questionnaire shall constitute an inclusion to the bid documents mad shall be completed and attached to the Did (Proposal) Form, along with the necessary attachments.. Omission of the completed questionnaire from the Bid Toro or failure to answer all applicable questions shall be grounds for rejection of bid in accordance With the Contract Documents. Division E. 1L`►'TIIMC ION TO BIDDERS, Section IO (Page 7) IR1=IAR PROPM% S. Inclusion of this questionnaire is at the request of the State Attorney Generat. &! TIMMIR£ TO CEXM%l. CMMCLORS 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute Your bid? YOM ( ) No ( ) 2. If the answer to leo. 1 is "yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 2. Did You have any source of subcontractors' bids other than bid depositories? Yes ( ) No ( ) A. Has any person or group threatened you with subcontractor boycotts, union boycotts. or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) Ro ( ) S. L` the answer to no. 4 is "yes", please e:plafa the following details: (a) Date: (b) Name of person or group: (e) Job involved (If applicable): (d) Nature o: the threats: (e) Additional torments: ' (flue additional paper if necessary) Rev. 12/72 - 14 - • 0012 DZ7M03t r. AETMES OF ACREt MTM (Coatvactl CaKbaCT (Coaatraetiea Asroeneat) (Cants& Costa County st*adasd tors) I. WARIAMU'S. Tkese Warta%los ase lacetrecated below by reference. I ($12.3) _Atrties: (pabstc sa*acyl ` J (Co&&racter) • } (12), effective Ast*: (See $4 for sae=ci&g.tate.l E (13) The $ark: ($4) Cospletios TLoor - latrlte ast (a) or (►) 'calsodat' or 'wg%lag'l (a) by (dotal 03 vtt%le •ealesdarfwr►Les days flan •carting tats. • . ($S) Ligaiested haaaalea: $ nor ealeadar dap. ($U Pablio Agonap's dls+r: (171 Contract lrio*. $ Uer•sait price cosrracts: sono or lease to accerdsoc* sit• ilats&ee euaatltt*s at ants ►id prices.) (sttlke sot par*stbotical tutorial it laappllcable.1 ! SlCCATbyrs A jcrw0ylFmIlT. Tullio d*eoev. Ly: (rrasidest or CAalrras) (secretary) Coatrastor. %ate►y also aclawledatsa ewet*s.ss of and ceapltast• "tab • Laker Cads $1661 teaeerstag 4*r►nes's Cewps&satfew Law syn f Dsaisonte aLslcsal capacity to the bastassa i ' f Sate to Contractor: fll ezeoat♦ aakaswladpwe+t form lelaar; and f2j if a corpora- tist. Attack a certified ce;p of tke 1plaz*, or of the resalatiom of the loard or lirsetsre eatkcrisias ezeeatioo of this CJatra" and of the coeds required Aeretry. state Of Colltersta ) ACXW0W1t9CYt9T (by Corporacion. Coosty of I asrartsesatip. or Iadio/dual) The pecaaaCal alga**& a%eve for Contractor. & we to as is isdsvidual and buss&*•* capacity as stated. pec.oa&Lly arr.aced %*tot* as *easy and acknowledged *bat befcb*7 aseeste4 it sad t%at aM corperstloa or pattaecstlr &owed above executed 19. Oatedt , otat7 tulLic ---------»----------------- ---»----»--- IOWA Ary&OVCD: J. X. CLAUSES. County Cosasol. 6► �0*paty (late 1 of �) Rev. f - 15 - ooi 26 • r 1. WORK COST=ACT. C'AASCES. (a) Sy their sigaatares in $region S, atfeetIve as the above i date. these parties ptas►se and Acta* as act forth as this, contract, locorporattaa by these tolerances the material twWarlablea') to Sec. 1. Ib) Clatractor shall. at his own cost and eaves**. sod is a Workms*ltte aaaaer. tolly sad faithfully Factors and complete this Volk; Aad will forn:sb all Uateiialso la►or, services and eransporeatfon oaeessarw, eoaveafeat Aad proper 1a order fairly to vectors the requirements of Chi* coniracce all t Strictly to aecerdance with the Pt»Iie Agr*cy's Ptarts, drawings and syeettieattons. (e) t16fs work can be enacted ostl Wftktublfc Igescy's prior writers order specifying such e►aege sed ft* cast agreed to by the Parties; sad She Public Agency shall never bows to pay vote Chas specified IN Sec. ) without such as order. 4. TIKr: 110Tetr TO TIMID. CSateactor shall start skis work as directed fit the spec!- . lieatleas or the Saltcitoto Proceed; asd s►all coaPtece it as spotlit*& to Sec. t. S. 1cSCIVATEb ta-*ACTS. It the daeCaeeor fait* to complete this contract and chis work vlthta enc time llaed therefor. atlwasce betas Made for co^ttagencies as provided herein, Re ►otaees Ita*le to ate Public &$*Key for all tis toss sed damage therefrom: and because, fres the mature of the case, it to and will &a fopracitcabta asd exerenety difficult to aseestats asd its the Public Agency's actual lona$* frim say Betsy is parfaemance hereat. St is ngreod that Costractor will pay as lfgstdated d+nsgro to she Public Agency the roosomakle own spreffird to Ser. 1, the sesult of the patties' reasonable endeavor co estimate •tats average cS*Pe*satfam lkw Eel*r. for Sack calesdar day's delay to finishing said walk; and it tee *nae be Mme raid. r0►ltt Aleut? say, to Addlttes to Ccs other remedies, de4oct she save from +or assay due or to become doe Contractor under cola coa- traee. if oke Public agescy tar any cause authorises or aentrtbages to a delay, susprs- atan of work or aerosol*• of also. its &station shall be added to the time allowed for completion, 1609 it shall got be dossed a ►elver sot be.osrd to defeat any right of the A,gesty to damages for sea-eaapietiam or delay heresnder. f0f5wass to Geweratlent Code See. 4213. the Costractor s►all set be assessed 11402daged damages for delaw to completion of the ark. rhea such &rlay was cosset by oke failure of the Po►lic Agency or the awaet of a ; Utility to preside tot removal we relecaeses we exists^$ utility tactif9/es. &. lftTGCPASED "Ct-ESTS. The plane. de^wf*gs asd *reeificatf000, of any public Agency's call ler lids, Aad -"reactor,$ +cPfd for ibis work +re hereby lacorporated loco this eoatract; and &bey are ancestor to co-operate. ss chat anything exhibited to the pleas at exawlats Sad sot *setfesed so toe specsticetsu►, or vice versa, is to be eaecoced as it sablbltod, sentsogod +ad set forth !*'beth. to the grue faces; and meaning thewaat whoa gates all tegC9ke r, Ad ditfeseacrS of Opinion eoacer*tog these shalt be fimolly detemised by Public Ageaey's Agent •retitled ss $ec. I. v. tAyKrxr. (e) raw hie strict Aad Ileernl felttlleeot of these proctors and conditions. awd as tail coareasatfea tot all this work. the Public Agoocy- shall pay the Caatrsetor the man arecifted to Sec. 1. except chat lm wit price contracts the payment shalt be for il*ished -taamtities at watt bid peters. (b) as or abase the ttaat day of each eelosdar wast► the Contractor shall submit to the Public Agency s v*rfttrd aPpltcatlea tar palms^&. *epPerted by a statement *bowleg 111 eatatfals actually installed 2urtag tke pc*cedfag *049%. the tabor expanded thereon. sad the cost thereof; wkegeuba*, after elneklsg. the rablic Agency shalt issue to eoattector a cectiflcate for the answer determined to be due, alsws lot thereof pursuant go Coorcneeac Cede Sec. S1661, boa sat until detective work sad ma9e91als bave bots removed. rePlsced sad wade Sued. A. TAWLTTS YITSlELD. (n) The public &&Macy ow its $Sere may withhold any payment. of becoose of later dascovered evidence nullity all or any cerstticate for payment, to sack eateut sad reriwd of time ealy as say be necessary to Ptetses the Public Agency iron toss became* of. (1) Detective Werk mat remedfad, or eaeaarleted work. (2) Claims tiled or rea*Saa►le evanesce fsdleactar probable tllfmg. (3) raflwes to properly Pay eobcoatr►etore or for material or la►oro (4) Seasonable doubt that the Work Cos be eomvleted for the balance them Nereid. Sr (1) Daft$* e0 Soother to*99at909. i (b) The Public Ageacy shall bow 94400043010 dflidesce to diScsuer 804 export to the Caatterttor, as the well, reactessoa, the aate9lal+ Aad faker whisk at* not satisfactory to it. as a* to **old "accessary trouble e9 cost to the Costractor to caths 5004 any , detattiva Wolk Or pasts. , (t) )S calesdar days algae too Public Agoacy file• iia melts Of coSpletfes of the notice (rage 2 of &) ' (CC-1; Rev. 4-72) _. - 16 - 2 t work. it $ball Jesse a eerttflcat• to t►o Coaaracter and pay eke balance Of the coatract price after dedwetlms all neonate vttk►eld wader able coatract, provided the Contractor shwa that all clatca for labor sad watatlala ►ave been paid. to claims have bees preseaeed to the public Ageast based as &cam me osisaloss of gibe Costtactor. and so lions or witb►old aoclecs have bees filed stalast the vett or Otte, lad psovtded these arc sac reaseaabweek or ladicatloas 0t defectswe or mtaegog weeor of lace-accorded notices of Iiens, or cUlas against Contractor. a- .9. 1xstia"CC•. (Labor Cade 1111160-s1) Oa elgatag this contract. Coatraetor oust give pablte Ageocy (1) a Certificate of Cassese to salt-inset issued by she Director of Industrial Relatious, of (2) a certlescate of Worlaes's Coepeasatloa lasdrasce Issued by as admitted Insurer, or (3) as eases copy me lsplleate thrteof eeetlfted by the Director or the toseter. Coatractet to &wase of sad cospltea mirk Labor Code Sec. 3700 sad the VerlmWe Cespenaselem Lay. j 10. so"S, an assets& this contract Contractor ekail deliver to psblfc'Agescr for apptoval 4001 and suffleteet beads with sureties, to &sores($) specified is the spacift- Carlos&, tu&ramteelas his falthrel perfarramce of this eastraet and bis psloss[ for all 101601 and materials beremader. M 13. tAILCRE TO ttsrORY, If t►* Contractor at away glow rates** or m*glacts, without fault 7 of the tabltc Atea" we its &ge*tts), to srppif safficaeat satecials or werknea to complete this assee*eat and ver► as provided keret$, tot a rertod of s0 days or more &fear writtem settee t1ccet by eke tublic agency, the tablte Ageacy may turatsk same and deduct the reasonable *&reuse& eaegeot fee: the coatract Frig*. 17. LAWS arrI.T. Ceaetal. sorb pareses roces*iso the applicability of *&Bios* federal, state and local laws and tcgw:attass. &spectsllt Chapter 1 of psrt'7 at the Catiforata Labor Cede (betta&tat With Sec. 1113. dad iscledias Secs. 1733 6 1711,6 forbidding *is- ertalmaaioa) and saatmt that ttls agaw*ssst cozpltes t►erraltk. The gargle* specifically stipulate that the relevant pesaltles and ferteiteres provided is she Labor Code. especially to Secs. 1215.4 1413. coacetateg psewaldimg vagus amd hours, *hall apply to this agreenwat as though tally stipulated hotels. i 23. $ZSCOSTRACTORS. Covessacat Code ISAt00-4113 are incorporated berets. JA. WACL &ATIS. (a) tsrsamt to Labor Cede Sec. 1773. the several*g body of the Public i Agency has asccttolaed the general prevelaot rates of vases per dive. &ad fes holiday sad evertsse wort, fa the locality to which [ails work is to be performed, for week craft. classification, at type of ma4Lmas saedel to &secure Ibis contract. $ad wait rates are as specified lm the call for bids tot this mar& sad ate am talc with eke Ps►lie Ageaey. Aad SIC beteLy socarporated !Crain. (b) TL1% schedule of rages is based as a markfog day of I hoots wales* otherwise speeltsed; sad the dally rate to the hoarly rote multiplied by the number of hours con- atitutlat ebe -044106 day. Vnem lea* than that •ember of haurx are marked. the daily wage f rate is propeetlemately reduced. bot the hourly rate roasts as stated. (C) The Coatwacter. sad all bas subcontractors. must pay at least these rates to all paraems em this bark, laclud/os all travel, ssbstegeace, and frlrge bea&ftt ptysea[s provided for be applicable cellccttve bacsaaatas a etweeses. All skilled :soot not fisted show* most bw paid at least the wage scale est.blished by collecelve batgatotug agssrseac i for such labor 1s the locality where ssch was! 1s begat p&rte[oed. It Is b&cosos acces- sary for the Costracter or any satcoatraetax to employ Aso perm& In a trate. elasstfl- eattea or type of work (except executive, sarervitery. eda3mts[utlr*, clerical or other ass-mammal markers as such) few which as statues vase rocks to specified, aha Coatract&r shall tosedlately notit. the rrbltc ACCary .atcb shall ►swmptll degetstse am& pksevastisg wag* rate therefor and lsrs:sh the Coatractet with Us* atslarn sate based tnwreon, mitten &hall Appl.r two* the CIAO of the Coastal esplmysent of t►e per*an affected and during 9116 Coatimusuce of seek empleyseat. IS. 00CRS or LA!_AR. ilskt hours of labor }a use Calendar day coostitmtes a legal day's work, cad as wozkaau esploted at may same as able mock by the Comsracter me by may su►- eentgaetsr sb411 be ge4utged or pecatttel so moil loager ehetoos *seep& as provided to Labor Cade Secs. 1610-1i1S. 16. ArttfXTlCiS. Properly ladeatured app$owttcea way be employed me t►/s work in aeeogdAace vies Labor Code Seca. 1711.5, and 1771.6 as *&+-discstslsatlow. (tate 3 of 6) - CC-1; Rev. - 17 - e ' 00128 tRCiLRISCIE FOR `IATLRIALS. The to►lie agency desires co pronote the industries and ecosMr et senses tt&ta fom&ty. sad the Contractor therefor* recesses to one the products. weckarn. laborers sad soceasics of this County to every ease whets the price. (!toes* sad %easily ate *1641. . lg. ASSICNNist. This agreaeese binds the ►este. successors. assign*.'a&d rorresentatives of the eosacacter; but he cannot rialto it in what* or to past. not say mosses due at CO • become due wader it. without the prior writers consent of the public Agency sed the Costractor's safety or suretles4 ualeos they bow* wthed &acts* of assignment. I!. hp VAIT'[R RT pClLIC ACISCT. Iaspeeclem of the work andlet materials. or approval of week sadier matersals inspected. or statentmt by say officer. agent at employee of the twbtic Agency sodicatlag the vert or soy part thereof cooplies with the requirements of tbls contracto or acccptaac* of the whole me aay part of said work and/or mstertalo. or Mayoress therefor, or *my c*&►isatleo of t►*st acts. shall net relieve she eoacractor of his obligation to talflll this contract as pt*stet►ed; mer shall the public Agency be these►y estopped from ►riettag say action for dosages or *alore*meat aeissat from the falture to comply with soy at the terse and c*aditloss bars*(. 20. FOLD FAIr41SS a ISDI--KITT. (a) Costracter proalses to and shall bold baseless and ldemalir atom the lea►il►ties as dettsed to this s*etsom. (►) Ike ledemsita^s ►esefleed sad protected by Itis promise are the public Agency and Its elective a*4 appotmalve boards. c*ssissloes. officers. agents and employees. (e) The llaltlttles protected agalut are any liability or claim for damage of an► !ladallegydlyiw!!er*�. iscutr*d at t►eeatewed because of actions defined kelow. iactudsnq personal Injury. deatb. property dosage. !averse e*adesmaeton. or nay combination of the**. regardless of wartber or met Svc% liability. class or damage was unforeseeable at say time before abe Cemety ap;rowed the lnplovemeat plan or accepted the loprovecents as couplated, and iseludlat the deltas* of Amy suit(*) or acties(s) at taw or equity concerning these. (d) The actions causimt Lla►tlity are say act or omission (mtSligant or moa- wetllgrat) in coeaectloa with the matters coveted by this contract and attributable to the contractor. subeestractor(s). of soy officer(&). ag*st(s) or employer(*) of one or pore of them. (o) lea-Casslalaus: The praise and agr*easat in this section 16 not conditioned of dertedeat as w►etaec as set say Idomsleve has prepared. supplied. or approved any plam(s) or speeiftcatio&(s) Is eosaecties with this work. has lasurance or ocher Indemnification covering any of these mattes*. or chat the alleged danagr resulted partly five any aetls- test or willful miscoadect of any Iatealtee. (tato A *f U CC-1; Rev. 4-72) . 18 - 00129 DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the forks shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any.combination thereof, who has entered into a contract . with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - is - 0010001 Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and mann,-r of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. j Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Mork--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAI:S AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of thin contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. , The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties - 20 - 00131 used in the-work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPEi;SATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide .adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY MIAGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect hiR and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, S Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates - 21 - 0132 shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days` prior written notice has been given to Contra Costa County. E. PERFOPHANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOUD: One bond shall be in the amount of fifty per cent 50% of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months (November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (growing.season), the amount of 2/20 of the contract lump su=n price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. _ 22 _ �'J133 SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. SECTION 10. CONDUCT OF WORM. A. The Contractor shall observe that the County reserves the right to do ' other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - O0134 SECTIOn 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such inte.ition at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS or MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - 00135 1 over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification br_Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract docurments by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's name; product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. 'B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. - 25 - 00136 SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq. , of tLe Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is prooposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMERT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and - 26 - O it)! i paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Flans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. 27 • 00138 DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE.OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Haintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is .planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAIHTEIMCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and.asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - Ot3139 6.- The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Conmercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - 00140 Min. Max. Phosphoric Acid 6% 14% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur 1.60% Iron '0.35% and shall be applied at the following rate: One tablet for each ; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five-(5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. V.%ere annual bulbs have been planted, commercial bone meal shall be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Flowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of IV to 232" at all times. 2. Nypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical mowings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - W14a 1 G. Litter Control All areas shall be kept litter-free. Litter pick-up shall be done at two- week intervals or less as required to maintain presentable appearance as determined by the Public storks Director. H. Plant Replacement The Contractor shall replace all vegetation lost through lack of care as described in Items A through fa unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. I. Location of Work 1. Maintain in a weed-free condition the two median islands on Willow Avenue southeast of the freeway. 2. Maintain landscaping within County right-of-way as shown on attached plans. 3. Maintain landscaped median islands on Viewpointe Boulevard 1 • - 31 - •� *142 rrl UZ ME JU All �' o_ ' •+ � c � vu .. 4 r vu vv � z vnnu ms ., y Z p ^f VT Y U i 4 � > U � 1} A zrh v� rf �' p � � -• ~ p p Q i•+'r` 1^ Q F z O p jq V r TS ry Z z �n O C� r i •1Y a m r M D r n tR O-+ r P r n v F v r+ f:r'N • C 7 r r' v n n .• c! uv �• c" r s� G � .CI n� C � n tT y T L t► r Z A3,q _ r V 4 •� V O N 9 n V 4 13 D v w V y n D y Z TJ R ry p �p r� r In � U I 7e > t) -• w 0 �.� V 1• Y .. V f r� Y Q �• , F -4 rt n l,� �' i -Q{ xY� Q D v + �. • n r+' fpb UIj -1 Tn -+ Z = 0vDy � r r , c 4 ro 1J' 1n ,T r Q 1 V' r v V Q i M p r V �r v 3 r .-, r ; > V S V v ii t o v fl rla to 0 A2 r pI A -4 f r' a L p n r` o o n �. j\ • �, t a� w" _'lir.x.. �•'��V ..�'u (�_ -• � 'i ��r - ���� :�. �J •�_ .o S is a A� L .� ' !!��Fy'. ` i ♦ T j� A 1� B Z q U' it v - LT D �f T► 'I p A -y FN 073 y p n 1 > L` c• C (y p o< L n V s r+ A O v : h p ` � e} a iio c ; < ry4z o A -4r • -r b p n A $ ti r r " G Z v = r O a ra r ° r y R & n Jn i -, r F. r h p m n '~J � < c (K r v a r r < r 03 yyr' r z t 0o D o c; g i r a S R F , r �+ -+ r L w v s of v z Q v ^i, ^' u A 14r10 a v r y t� Ft PI C. =7 {^ !_._. t i•. .1 w• ry z O f w U ♦ w+'G~'+f T s ri n tLF i -� .. �4e j R It ti. . C [ i� ,C • I 11 n fSr -i � � R �• t• n 00143 R ! /f J•, /q1 •': �`i:' _— }' r `� ,�« t •• Eek D •� / )� c /41 t y. i..•..✓r `��..-•`�� _`�'�i•��,�,%- '�! � �,apt {��, d !. •?.:-` •.•�,� ,!+ /C.i, %'\f•`.\ wy si Vii► ROOEQ i�t i-.: ,w ••`�I,til �.- :,� 0,41 S&M Co 44* • / M Y !w f •f: w w. N•, '"i `� y1~ � s •♦ ,� f,� +.'mss ,�t,! ��• •tea � ' •+!!!"'..a 4!'/"1, 4 �/ yam•w� ✓+� ,`,+/ f.�_}_.�',�`� �•+ ' �s♦ t.i rb � � j i, i� Q R:p ♦ `- ti s t H � MLSMv iz�it to.4� - � ay.-�f fid► -'t ♦Lti 't Uti�` • t 4�X; e.or ^. 14 Af NOW'cs':r x,•09 .?t ' res t .s ss •> i.� b k '.' © 4 �• 1 � J moi` � ♦ A w/ • J! IBJ .01 •fir�f?r �,c'.E- � a z it all ov Z w � t kh� � •�13ro�- �► {� • w5�z •s� �`y�. h�`A 1 • i_ •�. S ` Z ^} �"; � LIQ o Lo PTA s Lo to 1' 'if f• t - M� V 4) ur 1 ' s�4► 'i 111 � - .•rrSx�f::f'"-^" �� (�'kti��i;ay '�;;t y`".tt .L ,. � � t2 � '�'� � 7h �•}M�ti 1�s r � +• �' �'l�p�L� ti+sMti ria � �♦;• y � �' 1�'��*^+~~ ~ � � o k�• {►nZihtZ;Z ~ �Z tb�wSZs.ye'"> y �, wt s3 aC►'h'+^ ilk it t �� t4 ssr ++ V Zvi 3 • � Z . � !'sr' . fin xp- 0 -war 0 Am— too IL rp! V r sr "�` • �• ` w • ' !' per Al �• +, � _ ' �� tae .----- �� _ "i ' O i zm ar Alf JOY �J P r Ilk 0,00 Un IL .06 ooqo Ilu tp IL 0, 0 lk tz to .111 't ♦ w ��•�♦�'1•, t�.'� `A * � � �'O V+. It - = �► k ~ .� t, g• arm:'� i<'� �_ s'�✓:�.�—�^�� L `� �`�i� e Z. ., L,r 1 , ..J 3 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Landscape Maintenance of Montalvin Manor Park, RESOLUTION N0. 76/392. West Pinole, County Service Area M-17. (Work Order No. 5335) WHEREAS Plans and Specifications for Landscape Maintenance'of Montalvin Manor Park, County Service Area M-17, West Pinole 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 1H Categorical Exemption under 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 June 8, 1976 at 11:00 a.m. , and the Clerk of this Board is directed t— pub ish 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 EL SOBRANTE HERALD BEE—PRESS • PASSED AND ADOPTED by the Board on May 11, 1976 ORIGINATOR: Public Works Department (Buildings b Grounds) RESOLUTION NO. 76/342 cc: Public Works Director County Auditor-Controller County Administrator ��� SPECIFICATIONS for LANDSCAPE MAINTENANCE at HUNTALVIN MANOR PARK County Service Area M-17 West Pinole Area CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTENANCE DIVISION I LED MA'f // 1G76� - s, a. ouroa afu BOA2D Or suPERvisoas (RA cost, co. r Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County ` Sixth Floor Administration : Building Martinez, California r - f Microf tied with bmd QWK ON49 t TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section 5 Submission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION 0 Payment Bond DIVISION E Proposal (Bid Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing .laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Condut of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and -reference standards - Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section 1 Scope of service Section 2 Landscape maintenance Section 3 Plans �n ' l FILE ® bI VISIOU A. NOTICE TO CONTRACTOR t J. R. C'.=N (Advertisement) CLERK 80Ak0 0 SOERVISORS NT: co r;. c0. Notice is hereby given by order of the Board of Supervisors Puty o�tra .._.oe Costa County, that Clerk of said Board will receive bids for• the furnishing l of all labor, materials, equip.�rt, transportation and services for landscape maintenance for Montalvin Manor Park, County Service Area M-17, West Pinole Area. The estimated contract cost is $17.500.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Room 115, Courthouse, upon payment of Two dollars and 13/100 ($2.13) per.set. (Includes 612: • on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY De'u ylky x.Lq=AUAN Dated: MAY 11 1976 PUBLICATION BATES: - 2 - 00152 DIYISION 'B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for fee as called out in the "Notice to Contractor," page 1. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - 00153 request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section pr division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder. to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such . bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. - 4 - o% SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing' on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prohibited - 5 - 0005 SECTION 12. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE !'OWRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be.re-advertised or may be constructed by day labor as provided by State law. - 6 - t DIVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to hereinafter designated as the "Principal," a Contract for constructing and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - 7 - 00157 PERFORMANCE. BONA (Con't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the arork or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) be attached. ) By Surety By The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - 001M DIVISION-D. PAYMENT BOND (Labor and Material Bond) KWON ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed 19 has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - 00159 PAYMENT BOND (Con"t.) ' This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claim under Section 3181 of the California civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By- Surety By Attorney-in-Fact - 10 - 00160 DIVISION E. PROPOSAL BID FORM Bids Will be received until the ath day'of ->da- I976 - at 11:00 a.m., in the c ambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY GENTLEMEN: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Landscape Maintenance of Konf;,lvin mor Park unty Service Area M-17, West Pinole Area in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BID: Shall include all of the work for landscape maintenance of all locations described therein. For the sum of: Dollars (� ) • i 01M (B) It is understood that this bid is based upon a term of service from July 1, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. Q Bidders Bond L7 Cashiers Check 0 Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "None." Addendum # dated Addendum # dated Addendum # dated By Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - (H) For accounting purposes,, ,please indicate a bid breakdown b kocation. This information shall be required of all bidderg. Y t • !3 00163 The following questloonoire shall constitute an inclusion to the bid documents and shall be completef and attached tc. the sid (proposal) form, along with the necessary attachments.. Omission of the completes questlonnaire from the did Form or failure to answer all applicable questions .%hall be g:vuods for rejection of bid in accordance with the Contract Documents, Division A. IMSTRtI 1 Mt To SIDDSMS, Section IO (page 7) IUMMAR FROPOSAISS. lociusion of this questionnaire is at the request of the State Attorney General. QUMIWXA1RE TO CM=L CoffmcrMs 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yea ( } so C ) 2. U the answer to go. 1 is "yes," please forward a copy of the rules of each bid depository you used with this questiom-taire. 3. Did you have any source of subcontractors' bids other than bid depositories? Yes ( ) so ( ) A. Has any person or group threatened you with subcontractor boycotts, union boycotts. or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? . Yes ( ) so t ) S. if the answer to No. A is yes", please explain the following details: (a) Date: (b) Mase of person or group: (e) Job involved (if applicable): (d) Nature of the threats: (e) Additional convents: (Me additional paper if necessary) Rev. 12/72• - 14 - + DMS108 F. AMCLES OF ACtMMfr (Contract) F ([Mite Ktt os Ajreesest) •(Contra Cast& Coowty Standard roes) pAZttAlLIS. These sada►Iss are incorprated below by reference. � ([[2.2) Parches: (ra►Its ajeKrl f . (GoerKeorl - i[:) rffoaeiw Rata-. (jce IA for starting date.] � 113) rke work: ' ([t) Casrtotiow time: . !seethe ant (w) or (►) `sa3ewJir" or 'working") (a) by (dotal CO Yt[hL -cnlanbr/wr►fag days eros starelsj date. fitnidated awwaies: [ sat calendar day. I[(+) rwbtie Jfeasr's ASSOC. 1� ([73 Q►a►traat !rine: i (for-wale price cowrracts: were or } less. 1s accord asu Yith tiwlsbed grawtities at watt bid priers.) [Strike out rarentket3eal saurlal it Isapplica►le.l g. ="Arm.." d acts6tr l'FCaI[irl. - �11b•lii Asewev, byi - (prosidest or Chairs$&) tucrscary) Cowtrostorhereby oleo ackwwledelws swareweao of sad cowpllasce with Labor Code 91661 coaceraioj Works"'& Cospessstlow Law. byi beasjasto elficlal capacity in tbo business i gots to Cowtraotor: fl) Fsaarta aakwooUdSvwr jors below; and li) If a corpora- tion. atteek a certified cc;.y of she bplaus, or of the resolatiow of the Board of /irastors aather►aiwS eaaaktisw of this esacrast and of the bonds required tiriby. Stato of California ) ACXy0VII9CXpd! tby corporation. • County er 1 •e. partsetabir. or lsdtvldsal) 2bo pariew(a) aljaiaj above for Contractor. know to se to lsdivtdwal and 6"914#68 capacity as stated. personally ♦treated bolero s✓ Cedar and sciawlsdted that keltkey aueoted It and that the eotporattan or paresershlp named above eseesced 1t. (fated t � - (tRAL) : t+otary rakllc -•-------_----«----- .---«-«--«-� rORM AMOviba J. X. CLAUSIb. Gwoty Cowssel. by jepwty (rate 1 of i) (CC-1; Rev. f - 15 - �. YORR COitTtACT. CMA11-:1rS. (a) at t►esr signatures is Section I. effective oo the above rete.-tLese parties pr*.iaa *e and agesas act torch to this contract, incorporating by these Colecewces the matertal (,variables-) in Sec. 1. (b) Ceoeraccor shalt. at We eve 4 toot sad expense. and to a ver►sasltbe -suet. (u22r and totthtelly regimen and copiplate thle work; a&4 will fugatsh all nateitals. labor. services and transpoggatlon aeces*agvo eonuesteat and proper is seder fairly to perform the tequiremeots of this coacracc. all strictly two ACCO94A6te with the 0`1661fe Agoacy'* plat♦!, gravies* and specifications. t (e) Tots work cam be cka►ted only with Public agsney's peter writtes order specifying sock • e►aage and Its cost agreed to by tke parties; sad the Public Ageacy shalt never have so pay more Chan specified to Sec. I without such as arder. a- TIME ROTICr TO MUM Contractor shall start this work as directed to the specs-!tattoo. of the Series to reoceed; and s►all complete It as apselffed In See. t. S. t1QCIOAT[D DAYACIS. It the CO&tf&[tar falls to complete this eontraeg mad this work F Within the tip* ttaed tberefor. allowance ►slog &ads for costingezcles as provided hereto, be beeeees liable to eke Public Agency for all its loss and damare taerstroa; and because, tram the nature of the case, ft is and will be Impracticable mad aactsssty difftcutt to aaeestata mad fix the Public Agency** actual damage from say delay Is performance hereof, It is ogreed tbat Cantracto Will Pay as liquidated damages co the Public Agsacy the reassemble ow speclftcd 1n Sec. 2, cbe result of eke parties' reasonable endeavor to *actuate fair average cacrensatl*a t►*rotor, lot each ealeader day's delay to fialshtag 6024 w*tk; and It eke sage be sot raid. Public Aganey way. in addition Co Its other **oodles, deduct Cho same from any mosey due or to become doe Contractor under chis toff- ! tract. It the Public agency for asy cause satherlaes or coscribmces to s delay, suspect- s *Jam of work or extension et time. Ste 4aratios *ball be added co the else allowed for tosrleties. but It *hall not be deems& a waiver now be need to defeat any right of the A,gowcy to damages for ass-ca*pletles or 4clav bsremoder. Pursuant to Goverameac Code Sec. *IIS. t►e Contractor s►all sec be assessed liquidated damages tow Cesar to conplettem of ; the Wolk. visa sock dater was caused by the (&$late at the Public Ageacy oe the owner of a utility to provide to teoeval of celogatios *f **series utility facilities. r a. I111"CrAT[D DOC"ESTS. Tike P1+06, drawings sad spectticatioss, of nay public Agency's gall for fid*, and cowtraeter's *:E bid tot tats work are b*reby tocorporatod lee* this ceutaart; and chop are tot-;dee to co-operate. so chat anything esbi►iced to the i &lams or erawlogs *ad nor meaticred In the rpeclttcat1*66. or vice Versa. lc to to executed as It ashlblte4, aoarlasod and sae tort► is"beth. to Cho crus !atop[ and meaning f thereof whew taken all tesecker; 404 diffsreaces of opinion concerotog [hese shall be limally determined by rabltc Agency's Agent opeeitle4 is Set. 1. P. PAYM[RT. (s) ►nr ►i* ",let an4 Illegal fulfillment of tb*•e promise* and eondtttons. as a foil eo*pewsaelee foe all this work, tb* Public Agency shall pay the Contractor the sew specified in Sec. A. except tk*c In colt price coalesces the psyese obalt be for timiobed %masticie* at &act bid prices. p) Oa or a►ant the fleet day of each calendar smash the Contractor *kali submit to the Public Agency a retitled &rplicatlee for peruser, supported by a stageneag showing all &@Socials actually Installed dwrtag Cho raecedlag math, the labor expanded there**. amt the cost thereof; w►eretr*a, after cboc►lag. the Psblit Agency *ball Issue go Coattactot a certificate ler the ~*at deterntsed to be due, wises 201 thereof pursuant to Coveteroat Code Sec. 33063, bac set msttl destectre wort and materials have boom tamped. &*placed and made good. S. PAMSTS t:IT1111iD. (a) The Pmbltc Agency or Its agent ray withhold any payneaC, or corse of later discovered ewidcse* nullity all or any certitic4te for payment. to sock *steel mad Period of else mall an say be sseesoarl to rgotscg the Pobtle Ageacy loos less because of; (1) Defeettre week sat reaedted. or uncompleted wort. F (P) Cletus tiled of &easseabie evidence 1041CA9904 Probable filler. } (7) falling* to Plererly pay *u►uatraet*r* or tot &seer!*s os labor, i (a) &*&&*&Shia doubt shat the work can be tsmr1*4*4.fsg gbo balance them mapaid. or (S) "sage e* anther costg*eter. (b) the Public Agency a►all us* reasonable diligence go discover mad report to the Coat*acro. an the was& ptegges*es. eke na[*rtmis ant 20406 whack are not ratfstactory to It. s* me to awed "Sctessaey tenable me coat to the ComgraCtor is matins good any , 4etaetive weak or pasts. (e) 73 c@leodar day* atter the ru►ltc Ascend [flan Stn notice of ceoplegios of the *6e1re page = of a) , (CC—,I; Rev. 4—]2) - 16 - wtA. it 6%011 tssue a certificate to the Contractor sad Pay the'balsoce of the coacract Pasco after deducting all esevats Wirh►eld wader this contract. Provided the Contractor *bows that all Cletus for labor and =&tarsals have bees paid. so Cletus have bees pteseated to the public Agency based as secs at oalasimns of the Contractor. and so liras or withhold settees have bees filed against the week or site, sad provided these ate Dot teasoma►le isdlcatfoas of defective or ■isalms wotL of as late-recorded notices of liens • or Cletus against Coatractor. .9. IltsUR&SCC. (Labor Code 111060-61) Oa signing this contract. Contractor soot give public Agency (1) a certificate of conseat to self-Lasurs issued by the Director of ladostrIal Relations, or (2) a certificate, of CogLaea's Compensaslos iesrirsace Issued by an admitted tasurer, or (3) as exact cop or duplicate thereof cegtifled by eke bisector of the iasuret. Contractor to aware at sad eoaplies with Labor Code Sec. 3700 and she Workaes's Cogeasettea Law. 10, LORDS. On Gigolos this tanteaet Contractor •hall deliver to fublic'Agency for oprsval good amt sufficient heads with sureties, in aasuse(s) spectfled in the specifl- gOtiess, guarsateeing his faithful perfarua&ce of this costraet and his y&yaeat for all 1 labor and aateci&ls bereuader. F 11. FAILURE To PERFORM. If the Contractor at any tome ref000s or neglects, without fault j of the public Agency as its agent(•), to supply sufficient materials or uoshnem to complete tkls agreement sad ori as Provided Lorain. for a period of 10 days or sots •rtes vtittes notice thereof by the public Ageacy, CL* Public Agency may furnish s=ae sad deduct the reasonable Cafe&Seo tee-rent urea the CweCCact price. 22. LAWS APPLY. Cemeral. loth parties recogalse she &pplic&►111ty of various federal. state sad local laws &md regm.atleas. especially Chapter 1 at Part•l of the California Leber Code (beglaufag with Sec. 171% rad taeladiat Sacs. 1733 4 1777.6 forbidding die- . ersaloatles) sad Istead that this agreement ceeplses therewith. The psrtieo specifically stsymlate that the relevant Penalties sad fertattares pgavided to the Labor Code. especially In Secs. 1115 t 1913, cenc*catag prevallisg wages sad hours, shall apply to this agreeeest as though fully stipo/ated berets. - • - r 13. SUACONTRACTORS. Ceveraseat Cade 116100-4113 one sacespersted herein. f 1 14. VASE RATES. (a) Putseant to Labor Cede Sec. 1773, the governing body of Cho public Agency kms ascertsiued the gtseral arcvailtsg rates of wades Per dies, sad for holiday and overtime work, is the locality to which this work 1s to be perfogaed, for each craft. Classification. or type of vor►aaa seeded to essence this contract, saj said Cases are as apeesfied to the call for bids tot this vor& sad are an isle ulth the Public Agency. sad ate ►ere1i'7 Incorporated karate. (b) TAI* sckedmle of wages to &&sed am a working day of L homes rales$ otberwlse specified; and the daily tate is the boorly rate sulti►lled by the number of bases con- stitutleg the working day. !;hes less thea that &saber of house are worked. the daily wage rate In prepoctlemately reduced. ►es gibe hourly rate ceaslas as stated. • i (e) The Contractor, sad all his subcwatractwrs, oust pay at least these rates to all Petsesa es this• week, lsCludint all travel. subsistence. sad fringe hepatic psymemts Ptevided Inc by applicable collective bargatatmg ageteaests. All stilled favor not Ilse od dove swat be pall at les=t the wage scale established by collective bargalDlsg agreement her smock labor In the 1eca1Ct7 were ouch work Is bele& perforaed. if is becomes neces- sary for the Coutractor as say subcoatracter to employ air person in a craft. classaft- cotton or type of week (eacept esecucive, aaPervlsary. administrative, clerical or other j nes-aaamal workers as else&) tot welch moo assiamm wase rate is specified, the Contractor j shall immediately aocity the Public Adeacy W►ica *hall promptly detsguixe the psavailtas W4190 tote therefor sad tugalsb CIAO Ceair&CCar With t►e aiwisun rocs based thereon. Which *hall apply fees gar time of the itictal emplwymewt of the person affected and during the eoutioweace of such enployseat. IS. SOURS Or tAlOa. Elt&t hours of labor )a a&* caloadar day constitutes a legal day's wash. sad no wow&&&* eovieved at saw time as this wash by Cho Ceaer&etor os by &way su►- • eoattacter alkali be 804ftwed os peealtted to WorL looter ehectea except as Provided to Labor Cede Secs. 1910-1615. l9. AfPR[7tTICES, pC0PCC1Y lsdestured Arpseattces may be employed 0a this work to ieeogdance Wish Labor Cade Secs. 1117-5. asd 1171.6 am wawa-dssec/atsaesoo. CC-l; Rev. -J2) - 17 - • • , e - 0MV l]. PlrFfRfSCf FOR MATMAM. Ste po►Ilc Agency desires to promote the industries and ecoMeay of Contra testa t000ty. and the Centraccer therefore pgamises to use the products. works". laborers and mechanics of this Canary In every case Whose the price. fitness sad quality are equal. 34. ASSIC"910T. this agreement ►Inds the heirs. successors. assigns.'and representatives of the cnneracter; but he cannot aasfsn It so whole or to part. nor say mosses due or to • became due Wader 19. without the prior wrlttem consent of the public Agency mad the contractor's susetl or sureties. unless they have v4'(ved ooetce of assignment. 11. MO CAIfrR IT Pr9LIC ASrtCT. lsspectfes of r►e west and/or nsterlals, or approval of wash and/or materlais laspecred, or statement by any officer, *sent or employee of the public Asemcy ledicarlag the Work or any part thereof complies with the requirements of this castrate. or acceptaste of the Whole or may past of said Wark and/or ascertals, of peymemt& lheretae. Of nay CedSlnarloo of these acts. shall mat relteve the Contractor of US e►119ettew to 9411!11 this emirate as prevCribed; nor shall the Public Agency be thereby estopped from brastleg any series for damages or estorcement arlaing Ifoo the !allure to comply with any of the teras Said cosdttlens barest. !O. MOLD MARU M k IXOr.Yt1TT. (a) Contractor promises co mod shall hold harmless and lwdemhify'swam sae ss&btlltiea as detlaod Is this *series. (►) The lades "tees beaefleed and protected by this promise are the ywb IC Agency and !tai elective and appetative beards, coaalaslams, officers. agents and employees. (d The llablflt/es protected aga9sae are Jay liability or claim for damage of any ►lad allegedly awlleged, lmcurred or threatened because of actions detloed below, tncicding pegsosal /a)ury. death, property damage, lnverse condemnation, or any combination of [hese. regardless of whether or met seek llmbtltty. claim or damage Was Unforeseeable me any time before the County approved the taproveaemt plan at accepted the Improvements Js Completed, and saeludiat the defeaae at sty swit(s) er octlea(s) at law or equity concerning these. (d) the actlees causlog Lla►lllcy are any act or emission factl/gent or son- aegliseat) iw cosnectfaa wlcb rhe natters covered by this contract and attributable to chs eawtraccer. :me atrae[er(s). or aq officer(&). Agese(s) er employee(*) of one or sore of them. (e) Mem-coal/tlemst The Females and agreement 9s this secclon is not eosditloned or dependent e■ whetser or not any ledeamitee ►a* prepared. supplied, or approved saw plants) er specitleAtloa(s) 1n cae&ectlon with, this work, has insurance or ocher lndenatficatiom eMeerlas Say of chess Matte Cs. or that c►e alleged damage geoulged partly from any nerll- seat or willful miscowdect of aq lademaltse. (pate t of a) . CC-1; Rev. 4-72) l8 - 001V DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer -Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the'County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - 19 - Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the- Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. - SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties - 20 - r • 001. 70 used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide -adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates - 21 - a0171 shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will. not be canceled until at least ten days' prior written notice has been given to Contra Costa County. E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty per cent 5—V of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months_(November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (growing season), the amount of 2/20 of the contract lump sun price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - l2- SECTION 7. TINE OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do ' other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - -00173 - SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - 0J174 over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shalt be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date.of first invitation to bid shall be considered as part of this contract. - 25 - 01*75 SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material' shall be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq. , of the Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter= rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal, State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and - 26 - 001'76 • paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. 27 - Ou.L77, DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal , spading, plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTENANCE' A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - 001'78 6. The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the-contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall • be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specificatieas of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - oan- 79 - Min. Max. Phosphoric Acid 6% 14% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of Nitrogen 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each ; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, commercial bone meal shall be incorporated into the soil during October. 5. All areas shall' be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained • at a height of 12" to 22" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical mowings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - � �0V G. Litter Control All areas shall be kept litter-free. Litter pick-up shall be done at two- ' %vek intervals or less as required to maintain presentable appearance as determined by the Public works Director. H. Plant Replacement The Contractor shall replace all vegetation lost through lack of care as described in Items A through G. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. I. Location of Work 8+ acre park as shown on attached pians. Included in the park mainte- nance are the park entrances, play equipment area and all sidewalks, which should be kept swept clean. Additional landscaping of ground cover areas may be accomplished during the contract year. Such areas shall be kept weed-free and upon comple- tion and acceptance of installation, become part of the park landscape maintenance. 31 - OJ181 N f .S,t �" � .fir!'• � A•rCG � /(���1 v _D � 11." fL '''r +• ra_�r� i.. t i• (. P + !` '+ t+ a 4 -Gr n ix S T rf p1 Q->t ro A r 4 A li• 4 1 it w T: _' w 1+ Z ?c.H A+y V V 3 P r` � v In T O A tp t� tf v xi y V f C, -i O> (1 1f c (+1 v Lj Z t i C or Cl � aij+'+' •• O r gn 1p +« �`"^i� r` _-»;.t'••''Lt�_'` rt is �,/ % '` � r�`',r r 1p ! �• Mc 0 En fn �.2 4 tt 6 p Oi �„ Si tr 40 r b ". Lr P U r • lu t... y C4 L � ?ti -t i� + .tt r n z n n+ p �i � V R �► 4 iR r � v -ice �r IK F r v t jv 4 D '•+� y s O ZtW A3 y lry L ',Ut f p� •� � # �?+„ � U O V 535, =Iy" fi+ ��ii .r. V �� it In At L f� r F �"+ 1i, ♦ AL N r 6 M i ` ; Y rr :a C O oDi z n u'� n v fi i p C 1v ii T Q ri r r p L O V P p 31" p p T f t L r p O 3, A r T < y r r U f'ry i4 r Q L yp� f'v G y 4 C U p 2 U 0 p U'n v v �p�' vL =Tr ?r 19 # �TF f-ijY `.Vire_ Pi D i. .,'O t �• Z < n fi lipOO 1 'rt" qrpf tr4: rPl IL% '. ` � r 71' ,i• e t D i L V � -f ,0•A t n 7—�.t* _ .R � �� * 1.Y* of i• �, 2 n ! _! ! . -4u an fi(r , rdr U � ------------------- " l l •gats �:.'r ; •7a Y, y NIP i T.J ,r .� Iry CL�17 t`r r9t� d .10 f1�h •' .t`' �y'.�s�, #+w.•.e# .-a( C :'. j }.a+.,• t,. ./ •L. p+�. ,�''' ?s j' 4,7 r ♦ Yg50 h 44 �. , .•t .- i xa f r..'y,, "a f i ". , L• .,1 s At 16 �J ( ~lf�+}}� ' w� �'Lc .C`J•7'C�Ii yds•�. ����`�S lcia�'�•``� +,-•'.�".�•}��� +`'.'J� ,+y.+� :fr ` iV J�f/ .#r�,' �7��/ '� T«' �"i.: y� j J,1 j,'r++... »:•�'''i + t`t•\ )�r,. \1-.'�".l z.,,ay+i:-y+ :ti r '�,,,* ,f• ! " f i L .s .r +.• t'. .� Y. •r . ,"j'�..�,�.•` �.l'ta ��•/.,f•. ` J p, •1 r r• ��� `"j'„Ir ��+�I�V,,,•+ # '���t. ♦ ::1�...•� +y�.'�fl�;`.rte.�, .�:•• ✓� �ti �ri�s����f., if�,�.+L_.�ru'.i♦� �a f .+A,�[.:••Y Cr 4 110 .�]���� �✓.•\r � +r �.. ,%.?/ mow.+ - � j/.���/(-j;:! 3`;'. •�J.�fJ.`K.i.'�.� 3 1_...v�i.S7M��,. ; � ✓I •rY'•-'r. •! ' -'�t4' f ls._ a fN •'"+t(w~� � • � t II. !i .•rJ`y ..v i} f % l f.r"a.f ��"'± !' ,r'`'lyc+'�' �".�t•' ..'+"�''t.� � '•'• +.3 '9. ',I} �`�';'.� !�: JP`i ,:. �^ Y ate.+'' ++�.+—i, z �s,� � w �T1� � .pf rt � �•Sltt"� ,K}Y ti'tv1:E.l_�,�..�•+i.r':fT,y ,.�.r•�/o" +L/ 'f• Wit-•� ���'*' �` iY �vj 1 t•,•y L T w ♦�� T 646 Ca 5 ,4,b 014 a tAils • �� 1 r � R _� rte_ __ _L��-.1�` �� .� , f •� -i ' ' .:{ _.`� •� -=•f�.. ..-.. � '`-;,'-�"� •"C_!"ice. _-.•-� �_ t ��•..r./•t:�j 7 . � Y !'..� • ,f/`'S'". •r'ii=r`'i•r' i ♦ r• v fir• � {�r.-'i. � ,-- � > >� .rpt .'�,'•��•�-�� •• •y .f.� t�tS r � L � sS !i+:i iyr: t. 1 i � ; i * • } r C s J s � ice. _ . i i • r � s•, " ra� .t •• t tf i.•'t r#iii ��'.i • .,.,.::..�v.r u•..r rrrr h�.'e,�. *j f•t.....:i •��iwl"�.-..__ •=� '�_F �. •.f s. +i. fir_'*r�' •,V�� {L i A_ IN THE BOARD OF SUPERVISORS OF i CONTRA COSTA COUNTY, STATE OF CALIFORNIA t In the Matter of Approving Plans ) - and Specifications for Landscape ) Maintenance of Orinda Business District, ) RESOLUTION NO. 76/393 Orinda Area, County Service Area M-11. (fifork Order No. 5291) WHEREAS Plans and Specifications for Landscape Maintenance of Orinda Business District, County Service Area M-1.1 , Orinda 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 YHEREAS the Public Yorks Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class 1 H Categorical Exemption under 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 . June 8, 1976 at 11:00 a.m.^ , and the Clerk of this Board is directed to pu�b' ish 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 ORINDA SUN . PASSED AND ADOPTED by the Board on May 11, 1976 ORIGINATOR: Public Yorks Department (Buildings and Grounds) RESOLUTION NO. 76/393 cc: Public Morks Director County Auditor-Controller- VV UcJ County Administrator *SPECIFICATIONS for LANDSCAPE MAINTENANCE at ORINDA BUSINESS DISTRICT County Service Area M-71 Ori nda Area CONTRA COSTA COUNTY PUBLIC WORKS DEPART14EENT GROUNDS MAdNTENNICE DIVISION F1 LED FL AY// 19;76 neRx EOAW or 5UPWASOM c U(RA cos CO. Depoy I Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County Sixth Floor Administration Building - 4 Martinez, California i E Miarofik d with, board order 00186 TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION 8 Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section 5 Submission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract - •DIVISION C Performance Bond DIVISION D Paymept Bond DIVISION E Proposal (Bid Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing -laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Condut of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and reference standards Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section 1 Scope of service Section 2 Landscape maintenance Section 3 Plans 00187 t - DIUSION A.- NOTICE TO CONTh,1CTOR (Advertisement) CLAY. eGn�u Or 5u:_Pv;;025 co. Bv- Decu Notice is hereby given by order of the Board of Supervisors of , or-tra Costa County, that Clerk of said Board will receive. bids for the furnishing of all labor, materials, equipment, transportation and services for landscape maintenance of Orinda Business District, -County Service Area M-11 , Orinda Area. The estimated contract cost is S 6,500.00 Each bid is to be in accordance with the plans and specifications on file at the '-Nice of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Room 115, Courthouse, upon payment of Two dollars and 13/100 (52.13) per-set. (Includes 62=a sales tax. ) Each bid shall be made on a bid form to be obtained at the Public Works Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of ten per cent (10%) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June 8, 1976 at 11:00 a.m. and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 1071 , Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty per cent (500) of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is - 1 - Microfilmed with board orcw... 00183 ;? on file with the Clerk of the Board of Supervisors. 1 The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY Deputy X. Dated: MAY 111976 PUBLICATION DATES: - 2 - 0V1C0 r DIVISION B. INSTkUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION i. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer incicated. SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for fee as called out in the "Notice to Contractor," page 1. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c), DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - 00190 request for a clarification which will be given in the fornr of addenpa to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section pr division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described tx!low, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. - 4 - 00191 SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on = materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the- State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included. in these specifications. - (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prohibited - 5 - 0()19 SECTION 12.. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute -the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be re-advertised or may be constructed by day labor as provided by State law. - 6 - 0 )1�3 DIVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to hereinafter designated as the "Principal," a Contract for constructing and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars (S ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - 7 - 001% PERFORMANCE BOND (Can't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) (be attached. ) By Surety By j The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - 00135 _f DIVISION D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed , 19 , has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars ($ lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit 'is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 1, (commencing at Section 3247) of the California Civil Code. - 9 - 001% PAYMENT BOND (Con't.) This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by• the Principal and Surety above named, on the day of 19 Principal By- Surety By Attorney-in-Fact - 10 - r. OIVISION E. PROPOSAL (BID FORM) Bids will be received until the 8th day of June 1976 at 11:00 a.m., in the chambers of the Board of Supervisor-"s,-Room 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS - OF CONTRA COSTA COUNTY - GENTLE14EN: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for Landscape Maintenance of Orinda Business District, County Service Area M-11 ,LOrinda area in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BID: Shall include all of the work for landscape maintenance of all locations described therein. For the stn of: Dollars -( 3 - 11 - • 0019", (Bj It is understood that this bid is based upon a term of service from July 1; 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. Q Bidders Bond Q Cashiers Check Q Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "hone." Addendum I dated Addendum # dated Addendum 0 dated By. Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of , 19 - 12 - 0�1'�9 (Hj _ For accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders. Area Lump Sum Price fin figures) 1. Park landscape maintenance. Northwest corner Brookwood Road and Camino Pablo as shown on attached plans. 2: Road Landscape Maintenance As shown on attached plans. NOTE-PLEASE SHOD! TOTAL ON PAGE 11 TOTAL ANNUAL COST - 13 - 00200 The following questionnaire shall constitute an inclusion to the bid documents aad shall be completed and attached to the did (Proposal) Form, along with the necessary attatbaents.. Omission of the completed questionnaire from the did Form or failure to answer all applicable questions shall be grounds for rejection of bid in accordance with the Contract Documents, Division E. INSTRUCTION TO bMERS, Section 10 (Page 7) IRRMUR PROPOSALS. Inclusion of this questionnaire is at the request of the State Attorney General. QIE.ST1OCtAIRE TO CMML OarMCiORS 1. dere bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Tao ( ) No ( ) - 2. If the answer to No. 1 is 'yes." pl ase forward a copy of the rules of each bid depository yon.+ used with this questionnaire. 1. Did you have any source of subcoutra tors' bids other than bid depositories' Yes ( ) No �. Us any person or group threatened yam with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince you to use the services or abide by the rules of ase or more bid depositories? Yes ( ) Ito (- ) S. If the answer to No. ` is 'yes", please explain the following details: (a) Date: ' (b) Nass of person or group: (c) job involved (if applicable): (d) Nature of the threats: - (e) Additional comments: (Ose additional piper if necessary) . a 14 - 002M j)IV1S10U j*. ARTICLES Or ACtCE!(f'2.'T (Contract) COM ACT j (towstsrtaloa d&rseossg) •(Coatta Cast& Crwty Stssdard rare) r i'1MfAMt[S. Ikea* variables ase Sscorporatad below by reterewce, (ii2.3) .lwrtioor )rabbit ateacyj - i i jCwtrast&rj � f (fZ), tffectire !wets: ISse ij for stars*&& date.) (13) Sirs Pari: Ceaptetion Sine.. jsce#►e one (&) or (b) 'calesdor, or "wrkles'j (a) by jdatal (i) Viable .cslewdar/wrktrr days &sea asossls& date. [iS) lst*idatsJ 04098*0: S asp calsadar Isy. [it) t*blis Aseftelr•s d;eat: e (s7) Cbstroet trite: S (ter-salt pairs caaerarss: more or } Jews. is oceocdsee* wit% famished twastfs#es at watt big prscao.) jststks art raceat"atcal satestal to toorrlicable.j • t. SIGltJlOfltS J J{trdYblf+o"'/arxT. J'rbtir aseaSj. Ali (tasalaswt ar Ckoctwsw) ' - (Setsstasr) Cewgraetar, ►stay alae ackaewisdttra owcaaesa at sod resvl*aoee vtc► t Labor Case *1061 evocersta; Vorkrss'& Cowpewsoties taw set MaaJxwate *&lids! capacity As two bestasas t Jlote to Cortrsstir: M tseerte Seamv-I*drwwt forty bezoar; awd !t! if a rortora- sign. attach a certified Carr of it* &yZav*. or of $Ae rssolrtion of th* trard of Direasara a&tkorixiwa "O*atior of this eewtraea and of tks bands regrirod Asrsby. State at Calitorata ) ae, dCIifQYf[9Cx[#tT (iy Cstrotatfew. Cewaty of ] tastwsrab#r, or tsdts#dwall =ke fersaw(s) *testas abets tar Costracssr, beaus to +e to *adiwtdaal awd bwalasys saracsey as stated, rsraaaally arrsased begets so codes sad s•hoowled&sa tkas b*labcy wxvewted it and tint tks cerroroctva or rartoersw#r *rad abeve executed it. Osteal • , • (tits) step tr►1#c ' ... ...��.. .,.,»�..�-----------------«- ------ }O!M Arr"n*, J. A. CLAMS. Corse! Cowatl. !! �!s►ver (Face (CC-1; )tee. - 15 - r 3. wont CONTSACT. CNASSES. (a) i7 thele sitaatares !s Section Z. etteet:ve an the above date. t4ese parts&$ Pga3t*e 404 apes♦ as arc forth; to this contract, tncorporactog by these retegemces ole matertal (-variables-) Is Sec. 1. 170) Cescractot ahatl. ac bas own f cost out e&pease. and is a WaCLmaallbe -maser, lulty and faltbtally perform and complete than ver\; out will furalsh all weeitals, later, *orvtees mad trasspoacatLon aeces.af•r, coo ve&1*ut mad pro}.; is o Nee fairly go Parcae. the requiresests of chis Cemeracc. ALL l • at 11 is Arcmeidn[e vat! tie Public At»cg's ►lam,., drovia o and specifications. (e) This wrk cam be ckaeted &sly with public Agency'* Prior vritces order specifying such • chaste and Its cost agreed to b7 the parties: and the Public Aseacy •ball never have to pay mar* %ban spacltied is Sec. 7 without asci as order. A. T1Mt: S0T1CT TO PROCEED. Coateac[ar *ball start tkls work as directed in the spec!- . ien[i&wa or eke imbue to Proceed; and *ball complete It as specified to Sec. 1. �. IICCIDATED fAYAGeS. tf the Castrac... falls to ceepiese this contract and chts work vathl& ibc tams tiara ttutefee. alleviate beast made tog centtalezeles as provtdrd bsret'a. be becomes liable t& the rebate Ateacy for all its lass and damage therefrom; and because. free the sats%* of the rase, It is and v111 be lapracticaLle and e&tgemely difficult 90 maeertals AAQ iia tie Public AgeAey's Actual damage Iron any delay in perforzance hereof. at as agreed flat Concrattee wilt pay as liquidated damages to the Public Agency the ;:atmos►le sat s 1, the Commit of the parties' reasonable endeavor to *selma[e Yaar ave%age caspeu male. therefor. for each calendar day's delay an fiat*blas said Work; and it eke same ►0 mat paid. Publtc Agency may. to addition to its other remedies, deduct the same fres say mosey due or to become due Coa[ractor under chis con- tract. If the Public Agency for asp cause authorises or coacrtbstes to a delay, suspect- i saes at week or eatessioa at eine. its ducats" *ball be added to she ti=e allowed for Completion. but it *ball one be tersed a va N er ■&r be-Used to defeat any fight of the t Agency to damages tog use-coupletles or dela. beresoder. Pursuant to coveraoent Code Sec. 421$. she Cootraeur *ball not he ass.*sed liquidated damages for dela. to completion of the wrk. %be& suck delay was caused by tk* fatlrge of the Public Agency of the owner of a utility to rcovsde for removal or telocatlan of eulogist vtlliey facilities. ' 4. ISTLCtATED DOCCYtzTS. Eke plans. /rsvisgs and specifications, of say Public Agency's mall for bids. and Coateacteg's accepted bid for the* wast aro hereby lacorporaeed tato t►1& Ceacract; and they aft imt.aded co Co-operate, so CLAC 8079bisg esbtblsed la the Winn* or dravlogs mad ■ee mAatlosed 18 toe srec[ficstteas, or vice versa, is to be eieemte! as gf anal►tied, seaelooed mad sot torch lo'botb, as the cave Latest and ceasing thereof *Hes to\e. ♦11 [etec►e r, mad dlltetosce* of aptaloa concer.tng these shalt be ftmally deterslmed by Public Aseaey's At*at speegtied to Sec. 1. 2. PATMtWT. (a) For his &tract mad 1196rAl fulfillment of these Promises and coadictoa&. as as lull ceereasattoa for all this Work. the Public Agencr Shalt pay she Coaccaccot s 6%19the sum specified 1m Sec. 1, *&cert Chat is Price comtteca. the psyzeac shall be for faalmbed %laatgtlee at unit bad price&. (b) Oa or Sheat the Ileac day at each calendar sostk the Contractor *ball submit co the Pabllc Agency a verltled applacaelom far psyseng, *up**fced by a statessat showing all materials actually 1&stalled during the precedtsg meacb, the labor sapeaded thereon# not the case tbegeet; Wheg.upoa, afros cbeckisg, she Pobltc Agency *ball issue to coutsecter a cectillcate fou the amammt detegztoed to be due, sines 102 cheroot pursvaac t* C&vegsov&t Code Sec. $1047. but not metal detective work and maseelals have been em r &ve4. replaced sea made so". s. PA7:fES! L•ITKAILD. (a) The Public agency or its Agent soy withhold any payment, or hecause e! lacer dlacowged evidence aullify all or soy eertttieuse for psynest. to seek eaten[ out pegged of time only as say be accessory to rgesect she Public Agency tees loss b*caea* ef: (1) Detective verb mat remedied, or uncompleted work. (1) Claims tiled or seaaooable evidence ladgcatims pub►le flIlot. (3) Failure [o r uperly Pay s.bcoaesscaegs me for material or labor, (4) asasosable do.bt that the wrk coo be completed for she balance them ampald. of (3) Damage to aw[her Costcaessa. (b) The public Agency 0"11 use ressoma►l , dlltseace to dtacov*g and report to the Camitactor. a the web pg&t[es*as. she matotlala mad labor which are set sattafaccogy to it. a& as to &vast ssse.os*ar7 tgsable or cost to obs Ceatracsog is sasfog good any detective weak or past*. (e) 33 ealeadsr !Ay* atter aha Public ASeeeT tiles iso musics Of eaePgvttoa of thea eatlre (page 2 of 4) (CC-2; Rev. 6-72) - 16 - • - 00203 Welt. It shall leave a certificate as the Contractor oat pay the ►almoce of the contract price after dedacaleg all &assets w/th►eld ander this contract, provided the Contractor ebws that all clalca fat labor sad a&torlals have bees paid, so claims have bass presented to the public ♦teach based as act& at eala&aons of the Contractor. and so Ileus or vtthkold notices &&we boom tiled against the work ea site. end remolded there are not reasonable ladlcatless of detective or missing weak or of lace-gecorded matte** of Lisa* • or claims easiest Costractec. ar •' .f. lKsVe►YCr. (Labor Code 111860-41) On stgataR this contract. :Detractor oust Sive public agency (1) s certificate Of consent to *elf-Insmr* !s*va by He DIFCCeea of ladmatrial Relatives, ea (2) a certificate of worlmen's CoapeAsattos assurance Issued by as admitted Sasurer, or (3) as exact espy or duplicate thereof certlfted by the Director or the tosmrer_ Contractor Is &wage of and coopltes with Labor Code Sec. 3700 and the botkaen's Cespesesttea Law. 4� 10. SONDS. as aegnlea this contract Cosexacter shall deliver to ►oblle•Agoncy for i appcevsl good sad sufficient bond* With amre $*&. is assume(*) spectated 1s :he specttt- e&ttems, guarest*elan his talt►lel performance of this coatcact and his payment for all labor sad materlals begemader. 11. PAILT&E TO PrityOM It the Costraeeer at any time retests or neglects. without fault } of the public Agc*cy or its &gentle), to supply sufficient materials, or watheas to complete able eggeenest sad earl as provided torah, ter a period of 10 days or nose after Written aotlee thereof by the Pmblle Agemee, tke Public Agency may tmrnlok same and deduct the assessable eapeases thereat tree the contract price. 17. LAWS APPLY. Coseral. Roth vacates recegsise the applicability of various federal. grate eat local laws and regulations, espeetally Chapter 1 of part'l of the Calltornta Labor Cede (►egisatag vita Sec. 1720, and lacludlag Secs. 1735 4 1777.6 forbidding dis- tttataatl&n) sad Intend that tats agaeemest [s=plits t►erevltb. The parties specifically stipulate that the relovaat peaaltive sad terfeltares provided is the Labor Code. especially is Secs. 1775.6 1413, concerning prevailing wages sod bouts, shall apply to chip ajteemeat as though tally stipulated hetet&. ) i 13. SDSC0NTSACTOSS. Gieeerame&t Cade 114100-4113 are lncsrpotated berets. / 14. BACs RATES. (a) Pagamaat to Labor Code Sec. 1773, the governing body of the Public Ageaey has aacortalaed the general proweiltst rates of wages per dies, sad for holiday and overtime work, is tae locality is watch this work to to be performed, for each craft* elasstftcataes, or tyre of werk&aa needed to execute this contract, and sold races are ss apecttled is the call tot bids tar Shia week aad are on tilt with the Public Aasacy, and are bere►y Incorporated bevels. (►) This schedule of wages is based as a working day of 8 &oars unless otherwise specified; aad the dally rate is the hourly rase multiplied by the number of hours con- stitatiaR the weskaag day. b'hes lose tksa that &&abet of hours are worked. lips daily wage i rate is ptapettlemately reduced, but the hourly rate remains as stated. (e) The CGattacter. aad all his sa►eoatr&Ct*rs, must pay at least these races to all persons ea tb1; work, lacladlea all travel, sa►ststeace, and fringe benefit payments provided for by appllca►le Collective ►artalaint agreeaeats. All skilled laser not listed { above must be paid at least the wage scale established by collective bargatslag agreement , for such labor in the locality whege each work is being performed. It it becomes neces- sary tot the Coutcactor er say subcontractor to employ as• peesom to a ctatrw classltl- cotton or type of wort (escape execative, supervisory, sdm4n1stz&9lve. clerical or other me&-na&aal workers as suck) for which me &Saimaa wage rate as specified, the Contractor shall lmsedlately smalls the fablsc Ageary which shall promptly deco wine the prevatltag wage cote therefor aad fugslab the Contractor with the mtaaoun rate based absence, vhich shall apply tree the alae of the !&least empleyneet of the person attested and doting ghe eoutlawance at such employment. . 1S. HOURS ny LAItOR. right hours of labor )a sae caleader day caestltuges a legal day's watt, aad so voriean oavloved at &ay time as this weak by the Coataactor or by say sub- contractor shall be requlsed or petelcted to war► leafier Sheaves except as provtded to Labor Cade Secs. 1810-1815. 36. APPeIXTICi.S. Pcoretly indentured appgesticea may be employed as this work go aetegdasce with Labor Code Secs. 1777.3. and 1717.6 ea moa-discrlmin&glon. (Pate 3 of 4) CC-1; Rev. 4-72) - 17 - • _ 002114 37. WRiPCttmCt t0l !►TIRtALS. She ]Public Agency dealt** to pros*te Cho tadustrias sad: ecomeey of Coo,ra Costa toasty. Sad the Contractor therefore promises to *so Cho products. wagLues, labolfs sad Mechanics of this Causty im every case where the price, fitness and q"J$t7 aro equal. Is. ASSIC"131T. This aggeevent Nets the \else, sueca'ssofs. assitas."sad representatives V9 the Costtacter, but be eaaneL ase/ls it go w►ole or is part, not say aoaies due or Ce • become due mader it. wltbart the Islet wrltges eomsest of Cho Public Agency Sad the Contractor's safety or safeties. aalea* they have wllved notice of asslsameas. St. SO WAITER IT PrILIC ACETCY. lnapecsies of she week sodfer materials, or approval of Was& andiet materials iespectet, or staleness by any officer, Bless or employer of Cho ]Poblsc Agency ladicattag the work or say part thereof compiles with the requirements of • this contract, as ecceptasco of the whole or say part of said work sad/or macretais, or Polecats tberetar, of any ceubinalles of these acts, shall *at relieve the Concracter of his obligatlea to felfsll this contract as prescribed; not shall the Public Agency be thereby estopped flea ►ete&lat sy settee ter damages or s&faresment'&ristat flea the failure to comply with any of tba teras sad condition* ►tree[. 28. "LP estytfSS s tltpCtlTT. (a) Contractor promises to Sad *bell hold harmless sad Idesalfy &foe tee Ilabilltles AS tellned to this &attics. (►) The ladeositees boveitted sad protected by this proviso are the public Agency and Its elective sad appolstswe boors. masala.loss. officers. agents and employees. (e) The lialllttl,&s Protected &&&last are may ll&►illty yr claim for dssagt of sat Rid allegedly *alleged. !scarred me tbr*atesed because of actions defined below, taclm:dtns P*sseaal la)ary. death, proparty damage. lovers& c*adessag/os, or any comblastion of chest, r*lardless of w►ether at mat sacs liability, claim or danage was unforeseeable At any sive before the County Approved the toprawsmest ►las of aeewpgvd the improvements Bs complacrd. sea lacluding tLe dole&&* of may smltts) or settee(*) at lav or equity eoncerstag these. . (d) The artless cousin& Liability are any act or estssies (aotligest or San- sesllgest) to c*amectlea wlcb the matters covered by this coatracs and attributable to the eostabetor. sakesettaccee(e). or any ofilcer(s), stoat(*) or gplOytf(*) of one or note of abaft. (*) !tee-taadltlens: The Females sad agreement is this seetlos is not conditioned or dap*dewt an wbegn*r Of amt may Indsse&gee has prepared. *applied, or approved saw plants) or specsflcatlo*(s) is coan:ctles with this work. has lasurasce er ocher indeeailic&CLOS eoversal army of ease Matters, or that th* alleged damage reswlted rarely from any Belli- . seat or vllltel Mlscoadaet of say Imdeeeltee. :rage t me A) CC-1; Rev. 4-72) . 18 - 00205 f DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract . with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - 19 O0206 Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Nates--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. .Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Mork--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety-Orders of the Division of Industrial Safety, the National Electric Code, thc. Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties - 20 - 002(Y7 used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to- the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide .adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DA14AGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect hin and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. r The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not -less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with the County and shall be subject to County approvai for adequacy of protection. All certificates - 21 - 002000 shall -indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days' prior written notice has been given to Contra Costa County. E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty per cent 50A of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months (November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (growing season), the amount of 2/20 of the contract Imp sum price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - 002VV 1 SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. ' SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do ' other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - 4U210 SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the .County will a:complish the necessary work, either with its own forces or with others, and tho cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00; will be deducted from the current month's billing. Continued failure to perfokn will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - 00211 over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION_ A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before'receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant dam9e, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Sperrifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturers name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. - 25 - 00212 SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq., of the Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be -considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is progosed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on articles furnished by the ' Contractor, under the Contract, shall be included -in the Contract price and - 26 - 00213 paid by the. Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. 27' r i a0".4 • DIVISION N. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LA40SCAPE MAINTEIUUICE A. Deed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept greed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2 A program for control of weeds, insects, and diseases shall be aeveloped by the Contractor and submitted with supporting manufacturers' data for written approval by the Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Need oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - 00215 6. The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall-be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - 00216 Kin. Max. Phosphoric Acid 6% 14% Mater soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Mater Soluble Potash 5.00% Combined Sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each ; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, commercial bone meal shalt be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of 1$" to 2?" at all times. 2. Nypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical moorings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical moorings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - 0,)21'7 'G. Litter Control All areas shall be kept litter-free. Litter pick-up shall be done at two- week intervals or less as required to maintain presentable appearance as determined by the Public Works Director. N. Fountain Maintenance The Contractor shall periodically inspect any water fountains to insure that there is no algae or litter buildup. In the event of any such buildup, the Contractor shall remove said buildup. I. Plant Replacement The Contractor shall replace all vegetation lost through lack of care as described in Items A through N. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. J. Location of Work Park Landscape Maintenance - Northwest corner Brookwood Road and Camino Pablo as shown on attached drawings. Road Landscape Maintenance: 1. Triangle island in intersection at Camino Sobrante and Orinda Way. 2. Along County side of freeway fence on westerly side of Bryant Way. 3. Circular island at the intersection of Bryant Way and Moraga Way. 4. Triangle island in intersection of Bryant Way and Davis Road. 5. Trees on both sides of Brookwood Road between Camino Pablo and Moraga Way. 6. Planted area on northerly side of Camino Pablo between Brookwood Road and Moraga Way. 7. Trees on southerly side of Orinda Way just westerly from Avenida de Orinda and on the westerly side of Avenida de Orinda just southerly of Orinda Way. 8. Trees and planted area along Pacific Gas and Electric fence on northerly side of Camino Pablo on westerly side of Brookwood Road, but does NOT include landscaping on northwest corner of Brookwood Road and Camino Pablo. 9. Trees and shrubs in tubs (approximately 60 in number) throughout Orinda Business area, including those along Orinda Way, Moraga Way and Bryant Way, at the south side of the corner of Camino Pablo and Camino Sobrante, and at the southwest corner of Orinda Way and Santa Maria Way. -31 00218 1 tt IT; Q ' D' L't 7 fi '' G an � • f o � Y 1� _L,z tT r tti Y Q > t -. '. 77 tit .. o f (� A ,t � � ►: C► 4' !' s •! r n G�„ (I Z + n f L Z In 0 '—� t.i •'; n .A t+ i s _ ro r © " D A O U ✓ j y 4; f u r 10 p �t r r in o + r P r r°f � F h r v z S r # y r Z r;►I U G 3 v W Y• L Q. ps p p p C t" V° t► pt n i� ,t t..P -i )*4. C Z r ;s N O c W r c tt U . n iw t\� r t Ilii-ice f7S Rcp i('Y fy 30 IT ' In Z Y V ro P c tv j 8 1a of w V P D P 7.. O +c - A r,. • N Q i O �` v Nt Z� V r � ` C) Z r w , : r r w f -01 A Crp r F u Ca m ► - O Z O -i u -{ tF r is r d s`' Q rTe�t 1� tt F tP i� r r r 1 -f o t r z r u 13 i -i p G f+ r r ii in G a > I r o v r �` O f r v r ; �)-. to ,-i -M O 4'f ig II, +� r ID D m Qw D (, A V` D _p `s• js fti R '+ - P - V ry t! pp A� 's 1 f" _v 1 A 17 O fG w 0 24 w a 4C t y t A r O si v r n �o O L z o s -f µ r fi Q rn r. p 30. G -X- -,s fi p p r r v A c P r pi m Qp«ir fi p r r r r ".4 A r N * p V T O G 3 < • T t A10 r "N U G 3 > t N r fi 0 U gD o r:w Q r v tip V r, }`t � r� c rt" L S 4 U D t ri L, ¢ 4tTt $ Z m £ # G !r r A 9 v n a V in = D ON a 41 10 u � � T+ .'a' i�ll�+Tt 1 s• s' ov ID ilk t to ! / i '`�: (�j.�oa,. ,t>v �T is . A T .^_. b • =. 2. r CT �, P SR 6(pig � A 1 . �� V .• .yf� f .1..W •w rN 1•. � t � � y ' 3833 r � \ � w a•w s I,• to \ ,r r ►'� 1 u i Y as 27 T ti\ •,,S`. _• III/// O // -`•J T r' S RI ARRA UAA CHURCH `� 'rJf•T'��'���, �,i�/`;�,/; ANO •' I,�`� ��%''i/// ,. SCHOOL `'.t.'. ORiHOA \.� i `�. • SCHOOL / i / •a PINE GROVE as L o as J1 GA Itit A, i / i.. w a• of 4f 45 do 40 PAKO 43 41, a� u t61 is Af ♦ of III ,, -" • f r •• •. 24 It Gam`-'-_.J'"' _ t /�\ �-�• `` .. of •M to ♦ ♦ , _ 2 I •� ;•i .� C7r it i I ',sem• '� Vic. A `-, •f.. S�, t( /, • a• �!s • ; �/,��' � `.�1 !:�1 '"< .�.;,�`R1 �`1�•.'..• ��� �• ~'I• � to v �.i, ., ����� �.:,. .. f�_•ri� ,• .. "mar:/. ,. ��. ��, ",j��• •� •- -� .. .-r: �►• �... .. ..f \'v p SII 1503 504 P U���v t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CTATE OF CALIFORNIA In the Matter of Approving Plans ) _ and Specifications for Landscape ) Maintenance of Orindawoods, Orinda ) RESQ1;LUTION N0. 76/394 Area, County Service Area M-19 ) (Work Order No. 5392) ) WHEREAS Plans and Specifications for Landscape Maintenance of Orindawoods, County Service Area M-19, Orinda 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 requirement as a Class lH Categorical Exemption under 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 June 8 1976 at 11 :00 a.m. , and the Clerk of •t 's Board is directed to publish Rotice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the ORINDA SUN . PASSED AND ADOPTED by the Board on May 11, 1976 ORIGINATOR: Public Works Department (Buildings & Grounds) RESOLUTION N0. 76/394 cc: Public Works Director County Auditor-Controller County Administrator O0;�21 . SPECIFICATIONS for LANDSCAPE WAINTEH MCE at ORINDAWOODS County Service Area M-19 Orinda Area CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTENANCE DIVISION ILED F 1 r',f// 1 1-1 7 J. R. 0=N CURK WA4# o: SUPEZItio2s • uaa CO CO. Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County Sixth Floor Administration Building 1 Martinez, California ' . f t 4 • w f rd e r v M TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION 8 Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bic'ding Documents Section 5 Sutmission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION D Payment Bond DIVISION E Proposal (Bid Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Condut of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and reference standards Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section 1 Scope of service Section 2 Landscape maintenance Section 3 Plans nt'M • Fill L D DIVISION A. NOTICE TO CONTRACTOR T R. CL-1-0t) (Advertisement) rry•- CO. 6Y fw..D3 }' Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, transportation and services for ladnscape maintenance of Orindawoods, County Service Area M-19. Orinda Area. The estimated contract cost is $15,000.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public {forks Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Room 115, Courthouse, upon payment of Two dollars and 13/100 (52.13) per.set. (Includes 6Yo sales tax.) Each bid shall be made on a bid form to be obtained at the Public Works Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of ten per cent (10%) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June 8, 1976 at 11:00 a.m. and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 101, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty per cent (500) of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is - 1 - . n[ MA on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio, Clerk of the Board of Supervisors, Contra Costa County, California- 1 , i BY Deputy n. l��wH" Dated: MAY 111976 PUBLICATION DATES: - 2 - . W� DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as ,to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for fee as called out in the "Notice to Contractor," page I. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - o�;�s request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper tim. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic reguest to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid " after the time fixed in the public notice for the opening of bids. - 4 - 00227 SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or ill alternates and unit prices called for on the Bid Form and their order of listii.q on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: _ The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prohibited _ S _ W�:1G[7 SECTION 12. EXECUTION OF CONIRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the , contract has been approved as above provided, any work performed by him will be at his crm risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be.re-advertised or may be constructed by day labor as provided by State law. - 6 - . 002 DIVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 14 , has awarded to hereinafter designated as the "Principal," a Contract for constructing .and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, St4te of California, in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and.save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall became null and void; otherwise, it shall be and remain in full farce and virtue. - 7 - VV � PERFORMANCE BOND (Con't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of whsch shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) (Principal and Surety) Principal (and acknowledgment ) (and Notarial Seal to) (be attached. ) By Surety By The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - 002M e DIVISION D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed I9 has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars (S ), lawful money of the United States of America for the payment of which surr, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - PAYMENT BOND (Con't.) This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By Surety By Attorney-in-Fact - 10 - ' WIGt7t) , DIVISION -E. PROPOSAL (BID FORM) ti Bids will be received until the 8th day of June-1976 at 11:00 a.m., in the chambers of the Board of Supervisors, Roan 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY GENTLEMEN: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for Landscape Maintenance of Orinawoods, County Service Area M-19, Orind-a Area. • to strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BID: Shall include all of the work for landscape maintenance of all -locations described therein. For the sum of: Dollars ( ) • f a 21 - 00234 i (B) It is understood that this bid is based upon a term of service from July 1, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local condi' :ons at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. Q Bidders Bond (] Cashiers Check 0 Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "None." Addendum f dated Addendum # dated Addendum # dated By Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - 00205 (N) For accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders. _ c 13 - 00235 The following questionnaire shall constitute an inclusion to the bid documents mad shalt be completed and attached to the Bid (Proposal) Form, along with the mecessary attachments, Gaissioa of the completed questionnaire from the Bid Fora or failure to answer all applicable questions shall be grounds for rejection of bid in accordance with the Contract Docoaents. Division B. M-rRt:"[' ION TO BIDDERS, Section 10 (Page 7) 1RREGUtAR rROPOS.tLS. Inclusion of this questionnaire is at the request of the State Attorney General. . QUESTIGCCK.IIR£ TO GVERAL C1D!MCTORS 1. Bene bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yms t ) Ko t ) 2. If the answer to Xa. 1 is `yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 9. Did you have any source of subcontractors' bids other than bid depositories? Yes ( 3 NO t ) 4. Ras any person or group threatened you with subcontractor boycotts. colon boycotts. or other sanctions to attempt to convince you to use tbe,services or abide by the rules of oae or more bid depositories? Yes t ) Ito t 3 S. If the answer to no. 4 is "yea", please explata the following details: (a) Date: (b) (tame of person or group: (e) Job involved (if applicable): (d) Mature of the threats; (e) Additional coomtats: ' (ase additional paper if necessary) tew. 12J72 ' 14 - I !1 DIVISIGIt F. ARTICLES W a(atMtMr (Contract) ' c COMISACT (Coosteetttom agreement) -(Costs Costs county Standard form) c I. N&YAPLI's. These variables are Incorporated below by reference. i (112.3) -Parties: Irobllc Agency) i (Centraclar) (17), Efreetiae Slate: (fee 14 for starting date.) (13) rte Cart. f (SS) Campletioa rise.- lstrite eat (a) or (b) 'caloolsr" or "wrbtmel (a) 9y Idatej (b) vlcblm calesdacfuarhtmg days Ices starclot date. [13) liquidated Amm ages: i peg calendar day. - (fr,) Prilie IpeoeF'a dMeas: t (17) fbatrect Price: S (ler-malt price coorracts: sore or $assn 1■ eccorduce nit! tiaseted {uaatitses at asic bid prices.) (Stat/o out pareaticttcal oaterlal ft lwapplEcable.j ' !. S76FAyox.TS f if[F0:'t.t?GKIrT. Pxblie toearyar: (trestdast or Cbsirnes) (Secrstary) Caatxetarhereby also acbaouledglos suaveness of and compllasee rtth t Labor Code 11961 concersiss Norh"n's Cospems.VoI tar. t7: i Dealgoate militias capacity is the lestoess Matos• Coatroator: r1J Execute melmmuUtt.v+t farm below; aged !!1 it a aoryora- Liam, attach a certified ee;s of rhe bytows. or of toe resolution of lite )card of Nrectere suttorisiy eseeutiom of this ecstrsss and of the bonds ragrired 40rrby. State of Calitorata ) ACzOOVlraCsr T (by Carporssleo. County of I se. rartnersbip. or lodivldral) Us petsow(s) slowing above for Contractor. &acus to no to indirtdoal amd business capacity ss stated, petsemally appeared before we coder sad acbawledted that bercbey r •necrtd It sal that the cotporattoa or partseraltp named •hors executed 19. >►stsdt (9tAL) otary public VORM ArrRortD: J. 3. CL&USEM. County Causes$. 9p —Depoty (rate 1 of 4) (CC-1; Rev. 4-72) - - 15 - 3. VORI CONTRACT. CSASCES. (a) By Hest Glassiness is 56cties 2. effect;ve on the above ! date. tLese pactlos praaae and ants* as set forth is this Cassese&. tncorporattot by these reteceaces the satestal t-vartsbles') is Sec. 1. (b) Ceatracter shall, at his own coot sad *spent*, and is a waCkmaallbe CaMmer. !aIle aad falehtutly pecfogs and Conptgte this work; sad will furatsh all sateitals, labor, services and traospercatten aecet•aty, eoaveatemt sad proper to order fairly to perform the requ&resests of thts contract, all strictly Is accordance wttb tke PW►llC Ageacy'* plarik. drawings and aprClftcottO*a. (e) This work Cas be cbeaecd OMIT wick Psblle Atsscy's prior written order specifytng such f eheage sad its cost agreed to by tie parties; sad the public Agency shall Rover bass to pay sots them Specified is Sec. 1 without such as order. 1 A. TPIV: ROTICV TO PtOCTID. Coatracter shall *Cast this work as directed to the •pact- . teetleat or &be Settee to proceed; and shall eospisss it as spoclitsd In Sec. 1. ` S. i1 Cg. lt'ATED DA`tACtS. If the Costraccor falls to complete this contract and this work vitbla the acme ttaed tkecefor. allewaacc belac tads tot COSCtsge.Sties as provided hotels. ` he beco"s liable to the Public Agency for all Its loss and damage therefrom; and because. from the aatate et the case. It is and will be tepraetica►le sad astreaeLr difficult to ' &*Cereals and tls the Public Agency's actual damage from any delay in pertoraance barest. It is attend that COatractar will pay as 114614*9e4 damages to the Public Agency the ieasawable ass spacifted to Sec. 1. the result at the parties' reasonable endeavor to 1 es[iwate lair aver&ge cocressattem therefor, for each calendar day's delay In finishing sstd west; sad It the sass be sot paid. Pa►llc Agency may. is addition to its *%hot t rssedlrs, deduct the sea* trsa say sesap due or to become due Costraccor wader this con- i trset, if tue Public Ageacy for any cause authorises or coscributes to s delay, suspsn- t i also ework or *atenstea of else. Its durattes shall ►e added to the tLe allowed for - esmplettes, but It shall set be de*sed a waiver mor be used to defeat any tight of the k Agency to damage* for moa-cespletlea or tela► be[*under. Forswear: to Govoranent Cods Sec. 4213. Ube Contraetot shall set be assessed ltgotdaced damages for dela* is conviction of the work, wk*a such delay was caused by the tallwre at Cho public Agency at chs owner of a stlltty to pgovlde tet removal of teleeatlsa at *slating utility facilities. i 4. 1RT[CPA.VD DOCMESTS. The pleas. drawiags sad specificastess. of any Public Agency's i Call for 6lds, sad Contractor's aceested bid ger this work are hereby tacorpora&ad into this coatract; sad they are tatead*d to cs-operate. so that ssysbieg exhibited is the plans et drawiegs sad set **&nosed to the specifications. cc vice Vegas, is to be executed as If *abl►iced. *Rationed sad sac forts ln'botb. co the craw intent and coastal tbereet Whoa takes all together; sad dlgferesces of opialas concecstat these shall be lfselll dote raised by Public Ageacy'_ Agest sp*elfSod Is Sec. 1. 7. PATM£NT. (a) Tot bye etc. sad ltteral fulfillment of these preaises and condition. sad as lull eoupessatiea for aha this work, the Public Agency s►all pay the Costraccor the sun specitted Is Sec. 1, escape that 1m matt price costsaets Che vayasat shall be for ttafsbed geaatltlea at salt bid prices. (►) as or *Nat the first day of each ealesdar Somali the Cemtractor shall submit to the Pmbltc Agtacy a v*sttied appllcaciea for payment, supported by s otatenems showing. all materials actually lastalled dartag the precetlas ■sack, the labor exoeaded thereon. aad the east thereof; wberesros, after chec►ism, she Public AS*scy shall Issue to Costracter a coettficaa* fes the amausc det*salsed to be due. missa 10% thereof purowant i to Cavetaoeat Code Sec. 31061, but sot small defective woo► sad satorlals bare bass i a=Wed. replaced sad aad* good. a. 1'AVNTTTS tITRRC D. (a) :he Public Agency of tte &goat may withhold any payment, or cause of later discovered evldeaee 4611191 all or &y cereilleate for psynese. to such sateat mad petted of time only an way be msce*sarl to presets the public Ageacy grow loss "came; at: (1) pefective work mat ees*dted, or uncompleted weak. t (2) Claims tiled or ge&soma►te evtdeace tsdltattas probable fillee. (3) Voltage is properly pay sabeeuttacters as lar material or lobos, t (l) gessoes*►le doubt that %be weak cos be esspleted.for the balsoce thea mmpsld. or (3) Damage so a*es►eC Cestreetsr. i (b) Ike Pebltc Ageacy shall sea smaeomable diligence to discover sad report co the Coatsactor, as the work plats***e*. the waterless sag labor which aro not satisfactory to ' St. ss as to avoid waacc*ssary trouble as ease to t►e Costractos is marlag good any . detective weak of pacts. (c) 3S celeMdyg days after the P*blte Ageacy Mae lea notice of too►)este• of U* entire crags 2 of A) SCC-1; rev. -721 - 16 - 00239 Work. It s►all 146460 a C*Vtlffcote to the Contractor &ad pay the aelaoee of tba ceatsacc ptiee atter deductiva all &assets withheld sader this coalesce. provided the Contractor eboot that all clatce far labor ead materials have bees paid, se clog** have bass presented to the Public &Rasp based as acts or *&Iasis&& at the Castsactos. and so Stews at withheld notices have bees filed &&slut the WOOL of site, and provided these ate not feesseahle Iadicattoas at detective or missimg vett of of late-recorded notices of Maas • or claims ag&last Contractor. 1. 1111SVRANCC. (Labor Code 611660-61) Oa &Isaias this contract. Coscractec most Rive Public Agency (1) a certificate of cossest to Aalf-/macre Issued by the 0treetor at Industrial telatlen&. Gw (2) a eectfficate et tosLnea's Caspessattoa iosareace issued by am admitted Seances. or (3) as exact copy at tuVlleaea thereof csrttt/ed by the Olecctor as the lssurer. eeattactos to swots of &ad complies with Labor Code Sec. 3700 set the werksem's Composestloa Lay. i 10. ROVDS. On elgalas this contract CaateaClor *hall dellvat to tublie'Asency for ap►reval trod ead sufficlemt bonds with guests&&. Is stere[(&) specified is the specifi- cations. guarenteelag his faithful perforramee of this costract ead his Voyages for all Labor and oatetiols hereoodeg. ll. FAIIVRF TO PERFORM. if the C*GteAttar at Say tins refeses or SasloctS. without feel& 7 at the public Agescy or its agent(&), to supply uffieleat aacerials or Workman to eowplete this &&greater and wart as pgevldod Local&. for a period of 10 days os more attar written notice tkegret by the Public Ageacy. the tabus A&eaey way tarnish same and deduct the reasonable expenses t►ewest from &be eoatracc price. 12. LAr APPLT_ Ceavral. Roth parties recessive the applicability of various federal. •tate and Isc&I laws oad cegu:actoas, especially Chapter 1 of Past"1 of the Califorata Lobos Code (beginalar with Sec. )763. oat tacledlag Sees. 1135 4 1771.6 fesblddint ata- , ertaiaation) &ad latest that cuts a=tersest cocplies tberewttb. The parties specifically j stipulate that the celevaat pe*aleles and forfeitures praysted to the Labor Code. especially to Seca. 1175 4 1613. concerning Pgavalllw& wages sad bases. shall Apply co ! this S&reeneat as though fully stipulated hotels. - f s 13. SUSCOSTRACTORS. Covermaemt Coda 114100-4113 see Imsstporbted berets. } • 14. LACE RATES. (a) Pursuast to Labor Cede Sec. 1773, the gover*lng body of the Public Asomey bas ascertained the geoeral ;ctvatlt&g rates of wades per dfan, and for holiday and evartlae vork, to the locality to wblta this work Is to be partasad. tow seek Ccatc. classification, of type of wegisas seeded to execute this coseraet, sed said races ars as specified la the call for bids tar this work and are as file with the Tabilc Ageacy. and [ Ogg hereby Incorporated bagels. lift (b) This schedule of wages Is based a& s woeklas day at 6 boors unless otherwise geeffied; oad the daily rate to &be borrly rate multiplied by the Dauber of bouts con- stltutleg the walking day. whom lose clan chat ashes of hours ase wotkad, the daily vase � rate to pgoportloaately reduced. ►n2 the beucly sate females as stated. (e) The Contractor, and all his ambeestracters. muse pay at least chase rates to all T parsecs en th14L work, lacludlot all travel. subsistence, bad tslate benefit payments provided for by applicable collective bargalslog *&raemascs. All *hilted least not listed T above moat be paid at least the wage &Cale established by collective bargaining agreement for suck labor 1a the locality where such work is balsa performed. 1t It becomes 09995- Gary for the Coatractor or any subcontractor to caploy any person In a crafg. classiti- catlea or type of week (eacept eaecuttve. anacewasory. administrative, clerical of ocher sea-Samuel wogkers of such) toe which no wlelarS wags rats to specified, the Coscratgor Shall Immediately aetity the Public Aseacy Watch &ball promptly determine tea VcavaiIIAt wage rate t►ecefog oad tarnish the Coalgaetee with coke ala/aum'tats based thereon, vbicls shall apply Icon the ties of the initial employment of the torsos affected and dwciat cue eoatlawa&ce of ane& empleymeat. IS.y11011R5 Os_LARDR. flake beer& o1 labor is one ealoodar day comotitucss a legal day's work, and &o warn&& employed at say time an this work by the Contractor aw by any sub- eomtcseter skull be re{wlged at permitted to work losses thecoen except &s provided Is Labor Code Secs. 1410-1615. 16. ApPRENTICts. Properly lodestrrrd appgeoticos my be employed as sk/A wort to aeeordasce with Labor Cede Seca. 11)7.5. oad 1171.6 as moa-dt&erla/nasion. (Page 3 01 4) CC-1; Rev. -72) - 17 - 00244 f Iy. PRZFEMCE FOR MATERIALS. The public Agency desires to premeto chs industries and ecwoof at csetta Castes County. and the Cestracter lberefwre promises to urs ins products. wci.nes. lobsters sad m*cnsaics of this Cwanty fa every case where the pries. fitness sad 4001167 ace egmal. 3b. ASSICT41501. This agreesewt bled. the baits, saccAsers, assigns."and representatives wf tk* Costeacter; but he cosset ueigm 1t to wbole or Is pari. net may Poste$ due or to • become due ander it. vitboat the #flee wrtttes cwsseat of the public Ageocy and the Ceetsacter's *%rely ar sureties. unless t►ay have wj{veal **tics of assijouent. it. sa Cairta sT rrstiC aCLTCT. Isspeeties of the verb andler, materials, or approval of weak andfor noterlals csap.cted, or atasemeot br asp officer. &seat or employer of toe p%131c Agency lodlcatlag the work at say part thereof coepll.s vicb ib* requtreaents of tklo (strait, or acceptsacs of the whsle of any part at said work and/or m&cerihls, at valet-age tb*rofmr. at any coa►lmattom of these act$, sball net relieve the Contractor of Us w►ltgaciem to fulfill the contract as rreecrtbed; nor shall the tab(te Agency be thereby *st*p►ed face ►rlaglag any action tar chooses or eslorcessat arising from the fellers to comply with nay of the teras sad cesdicieso hereof. t0. MOtU NAINIESS t INDr-SITT. (a) Costracter #rants** ran sad shall hold harelass and hideosity Tion the liabllati*s of defined le chis sectiox. (b) The Inlesna/t.ea benefited sod protected by this prowls& are the rublic Ageocv and It* elective sad app*lottve boards, co*msseloss, officers. Agent& and employees. (e) The 31abtlltles protected agalsot are say liahilfcy or claim for damage of am k3ad olletedly sullercd. Imcurred at threstea*d because of Accloss defined below, including *erswa3 injury, death. prerecty damage, levers* casdensatlos. or may combination of chess. regardleas of wbether er sae .aces Ilabllisy, claim or dhmeg* was anter*fe*able at half cine • before the Cousty approved the imptewmeat plan or accepted the tmprovesents as completed. and lmeludl*t the deitoae of any &sit($) or aets*ots) at lav or equity cenc*ralmg these, (d) The actlene causing Liability are &my act or eefa.i*o (megifgest of moo- meglig*at) !w cwdectlos with a►e Ba..... ......4 by this contract and actflbucrble to the ewstaactor. subcesttacterts). e: soy wJflcerts), sgemc(s) of smplwyeets) of one or more of tbem. (e) ran-Cenditle;*: The #rust** sad &greenest is this $*cafe* is sot conditioned or depeadewt as va*ta.r elf sot any 3ademsttee has prepared, supplied, or approved saw plaa(s) elf speclficstioota) 1m core.ctlos vii► ibis veri. has Insurance or och*s ladsraificaclon covering say of chess matters. or that the A13*god damage resulted partly troy &or nests- Seat er Willful misceadmct at nay Iad*malte*. (pate s of a) CC-1; Rev. 4-7:) . 00241 DIVISION G. GENERAL CONDITIONS SECTION '.. DEFINITIONS: Whenever the following teras, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - 19 - W2_42 Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the lega.l use and operation of any of the equipment or specialties 20 - 01243 used in the work. Certificates showing the payment of any tuch licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DMAGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required iq the Articles of Agreement. D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates - 21 - 00244 q shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days' prior written notice has been given to Contra Costa County. E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty per cent50A of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. r SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done Bering the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sm price divided by 20. C. During the winter months (November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (growing season), the amount of 2/20 of the contract lump sun price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - 009A5 SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION B. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or 'body 'lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others :o that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - 0046 SECTION 11. INSPECTION ' A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the .County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the.Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - 00247 over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Desiqnation: When descriptive catalogue designations, including manufacturers name, product brand name, or model -number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. - 25 - -30248 SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq. , of tLe Government Code, State of California. S. wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a 'standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within fifteen (15) dabs after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and - 26 - 0.1249 paid by the. Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. S. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. 27 00250 DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing ccadition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTENANCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control j of both narrow and broad-leaf weeds and fungal diseases in turf. f Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public forks Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - 001 251 6. The Contractor shall possess a valid California Pest Control Oper- ator license and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the .contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a written record of any , such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - 00 c52 Min. Max. Phosphoric Acid 6% 14% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur 1.60% Iron -0.35% and shall be applied at the following rate: One tablet for each ; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, commercial bone meal shall be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety: Turf shall be maintained at a height of 12" to 22" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical mowings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - 00253 G. Litter Control All areas shall be' kept litter-free. Litter pick-up shall .be done at two- week intervals or less as required to maintain presentable appearance as determined by the Public Works Director. H. Plant Replacement The Contractor shall replace all vegetation lost through lack of care as described in Items A through G. Unusual occurrences or those beyond the control of. the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. I. Location of Work Maintain landscaping in the Orindawoods area as shown on the attached plans. Roadside maintenance within twenty-five (25) feet of centerline of Orindawoods Drive and Kite Hill Road. Roadside maintenance within twenty-six (26) feet of centerline of Ironbark Circle, Ironbark Court, Ironbark Place, East Altarinda Drive, Greystone Terrace, and Hawkridge Terrace. 31 - 00254 P IL G pf rn 1 ' U ' c PI n rs, x. • p 1V� _ , • ,� p o O N •2 N M V R C d a L R �I (,► 1J fSl �. N N Z M ^ ( L p .} t o M > ilt V C t•t yy {� > -a «. > T.C° V> j, ( U t > p D ✓ A u CT Y A r Q V r f n ut• n , L� �,; H , � o >. �+^ < -. R y n rn7. n t u o o tp n -t r " L z i•, is jo C r Ft An P Ct Zf ri � r � t�il�+ fir".` Q • • . .L'��lY� �,__ ��� � + Ott� .-f � �;' ..Z'x--- '�� t.r-�~ ✓ e A a 9 a Z g A v » tf A a i1 a L. V "t O + a n c►r n b p A y n -y O Q y D t` t} v n tt Q L i F t Pi `> rU D r r v r D> r r r t` sT G V fi m U p U -y fn p V a %L n g > s ;!tr• A i, > o t r ><` � ¢� 00 Ul r r z _ rrty ro y u At Tnt __. .Cie«' •.T+�+.AZ �_� ...I#� " ` >_��;' s. 'w-a rS +Y D f ' •, ;,,ti 'y i �1' Z i � � mit �..� "V� �• �.. .._ .* � tl� r p .,( > b -i it -bi O -t b { p w Jr A b v> A (• O {" A (� Y p Z F P ° r > uat >t _+ !t r r r p n > r p C �► r p ww •> f iR r r > p L { `?r; rat i T g o 10 < p 3 4 =+ O P O O p r! > d y V a Q �L 9 t ra Fr i r V R t f c G bf LY n� m rr O Ixt- U*r�a,�jp�'�1 joto r O .}• �- �^ y�C r a =,i• a a i � s L —+� L. � t }y,• �j;��. ! r+ .1 -t F" oz Lf �•I e ; V *h n: T>i > Y .,g. r x n � }w� �t•� �w � � = ! raw � `` r � r •, � b. u+ 'h �{r" •. 4, �� (' •`"Olt r+ -y f• +» t^ • f+ �x' * Y + a -1 (r tom} � UU�0�`•V �. y r + n os ►•. filmy �L"'� 's� i ''�, • • 00 CA Y ea _ . �,+.,i�L GYM..,:�f.�✓ �/-. ��tt j=�� -j��' j q' jGw, ' C3�• iV r. o0 ��•f��;M•�r�"t as � �'= � Q/ it i<tl ` '�`.(�•���>t{.: •Y s• "' ass:�o a ~,�.itt,'"�.� .ff''{a.!t{r�'!1 Orr o 45- ,!ll�w�•J'tr.Otf• ,-`r,r•-��1 • f♦ �,.--err • =.r�rS" s�i • ts. i ea:.•y tf'Y i�Nra..•.,.tip •+ ;ls• a �-�w:`n• s a` � •\,`1�.2,� :;•,7,;;,,�5 • •r .' i •yip'y o •��1 "of • t �t.•.�C'?f` a, s '1..IT 1 �'f'T C• � •.�J O � I �y: D• � Ott t :� '� f�'r' • jv is °.° 1 ttIy> tp1 'ty'f 000 t ry tot G, y* ,.j ,.t•S t ..•••. , O _a .i; V ry a► `4.t to N tit t?. ....- wry ! s-",,'= a �. ,, �'a i:v��a�•eoo ns • o SAQ-� �•� f 4 N!f' t! ✓r '+.•..w .�...s .✓i,sr ry` Yz ,�/^���♦r a�0 ~' � ••'�.� �a�` stat '"b`N1(N"'�r 4 121 L t � 7c •`/ .� O' CP coo i"•�J• �/� .44 all 64 co -t`•'`+ ��'• r s0*tel .� �a A *1.ri•1rt'•a •��+ l� rty..:'fit♦•��•do 40 v °�:• to� } tG •...•a � t � A Q►�; r' •ts Q f•, .a' u+ pa � �s .. CD C V• "� i,� i � ! �. ` �•`6r__:�1. \l r '",` a 'vt '.� y. ,.v .jy 4 • :� c, ,,, „ 111 ; r.. t • • ,, ; _ ,. ♦ �' wi .i" `�•A.. 'uf% u 40 N IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for landscape ) Maintenance of South Danville, Danville ) RESOLUTION NO. 76/ 395 Area, County Service Area R-5. ) (Work ,Order No. 5218) WHEREAS Plans and Specifications for Landscape Maintenance of South Danville, County Service Area R-5, Danville 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 1h Categorical Exemption under County Guildelines, 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 June 8. 1976 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 b law, inviting bids for said work, said Notice to be published in HE VALLEY PIONEER PASSED AND ADOPTED by the Board on May 11 , 1976 ORIGINATOR: Public Works Department (Buildings b Grounds) RESOLUTION NO, 76/ 395 cc: Public Works Director County Auditor-Controller County A&ministrator 00257 SPECIFiCATIOUS for LANDSCAPE HAINTERNICE at DANVILLE SOUTH County Service Area R-5 Danville Area CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTE.WiCE DIVISION L J. a. os:ark • eoAx., or suaexrt 2S Prepared for Vernon L. Cline, Acting Director • Public Works Department Contra Costa County Sixth Floor Administration Building !Martinez, California jvuuouumext with board orwac 00258 TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To Bidders Section i Competence of Bidders 7i Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section 5 Submission of proposals Section 6 withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION D Payment Bond DIVISION E Proposal (Bid'Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Mork schedule Section 9 Permits and licenses Section 10 Condut of work Section it Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and reference standards Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section 1 Scope of service Section 2 Landscape maintenance Section 3 Plans 00259 SIL F - DIVISION A. NOTICE TO COIdTP,ACTOR (Advertisement)ent) a.:;?: EOA&u o. 5u?cR"/=,1ZS a:. CG' A 11- or ` 8v .. } Notice is hereby given by order of the Board of Super ss of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipmQrt, transportation and services for landscape maintenance of Danville South,= County Service Area R-5, Danville Area. The estimated contract cost is $ 6,500.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Room 115, Courthouse, upon payment of Two dollars and 13/100 (S2.13) per- set. (Includes 612g.sales tax.) Each bid shall be made on a bid form to be obtained at the Public Works Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the account of ten per cent (10a) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June 8, 1976 at 11:00 a.m, and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a labor and Material Bond in an amount equal to fifty per cent (5000) of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained ,the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is _ 1 _ Microfilmed with board order 00260 on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any pirtion of any bid and/or waive any irregularity in any bid received. No bidder m4y withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY _ Deputy PWCRAHAX Dated: MAY 11 1976 PUBLICATION DATES: 2 - W26 DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. - SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for fee as called out in the "Notice to contractor," page 1. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONIFIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or raquired by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - o04s2 r .. request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid !orm) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check. certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of hidder's security is enclosed therewith. ' SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRMAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. 4 - 00,-%fi3 SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally in+:�-rted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the-State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will bee to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included_in these specifications. - (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prohibited - 5 - 00264 SECTION 12. EXECUTION OF CONTRACT.- The ONTRACT:The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be re-advertised or may be constructed by day labor as provided by State law. - 6 - O�J2�� DIVISION C. PERFORMANCE BOND KNOW ALL 14EN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 , has awarded to hereinafter designated as the "Principal," a Contract for constructing -and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety,, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and •save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - ? - 00263 - PERFORMANCE BOND (Con't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Sea] to) (be attached. ) By Surety By The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - r DIVISION D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed , 19 , has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars (� ), lawful money of the United States of America for the Rayment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - O�iCs� PAYMENT BOND (Con't.) This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By. Surety By Attorney-in-Fact - 10 - W269 DIVISION E. PROPOSAL (BID FORM) Bids will be received until the 8th day of ,dine. 1976 at 11:00 a.m., in the chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY GENTLEMEN: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Landscape Maintenance of Danville South, County Service Area R-5, Danville Area in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BIO: Shall include all of the work for landscape maintenance of all locations described therein. For the sum of: Dollars •(� ) - 11 - rid VV %270 (S) It is understood that this bid is based upon a term of service from July 1, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervii-Ts will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (L•) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. Q Bidders Bond p Cashiers Check 0Cdrtified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "gone." Addendum Sr dated Addendum # dated Addendum # dated By. . Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - 00271 (H) For accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders. R-5 Area Lump Sto Price , din figures) 1. Park Landscape Maintenance , • Subdivision 3806 - 1.5 acre park as shown on attached plan 2. Roadside Maintenance - east - side of Camino Ramon from approximately 200 ' + north of Joaquin Drive to approximately 300' + south of Franciscan Drive and west side of Camino Ramon from Franciscan Drive 300' + south NOTE-PLEASE SHOW TOTAL ON PAGE 11 TOTAL ANNUAL COST $ - 13 - x1.12'72 The followiag questionnaire shall constitute an inclusion to the bid documents and shall be completed and attached to the Bid (proposal) corm, Siong with the necessary attachments.. Omission of the completed questionnaire from the aid Form or failure to answer all applicable questions shall be grounds for rejection of bid in accordance with the Contract Documents, Division B. ISSTRUCi'IO:t TO BIDDERS, Section 10 (page 7) IRRECUTAR PROPOSA1S. Inclusion of this questionewire is at the request of the State Attorney General. 411ESTI_Q't' IRE TO GE.`IERAL COWMCrORS 1. Were bid depository or registry services used in oktatnipg subcontractor bid figures in order to compute your bid? Yes t ) Ko C ? 2. U the answer to Ko. 1 is "yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors' bids other than bid depositories? Yes ( ) No C ) A. Bas any person or group threatened you with subcontractor boycotts, uaioa boycotts, or other sanctions to attempt to convince you to use the services or abide by the rates of one or more bid depositories? Yes t ) go t ) S. If the answer to No. A is "yes", please esplaia the following details: (s) Date: (b) Noe of person or group: (e) Job involved (if applicable): (d) nature of the threats: (e) Additional conwe%ts: ' (Ilse additional paper if necessary) — 14 — 00273 r r AI1�LS10Ql T. UTICLU OF ACRMWfr (COUtVaCt) CONTRACT (Conatrvctlea A&casae*t) •(Coatee Cast& Cooety Stasdard Fors) i • i • t 1. WASIASLCS. ".&a variables are iscograrasod ►alw by refertsce. (tf2.7) lartise: (public Atescy) 1 (Coscraccor) F ' (f7), rffoetioe Fate: (See ft for •tart$*& date.) •t17) TAe wort: tit) C*Wf*tiom liavr . )etrtko ant (a) er (►) 'saloadar' of "wock$o&') (a) #7 (data) (►) &tichie •ealsalar/wrkist days fres stortis& date. (1!) Uquidate2 mom"e&: f ver csiesdae day. ' ((fi) Pablie •pesel•a Apeat: (i)) Ciatrsct Frier. S (ter-malt price caseracts: sage or , leas, is aecordasv wst► ssassbed csastrcieo at wit bid pestes.) - (Stgtie out paeescbetscal nategsal it isapplAca►le.) • - !. SICTRlDRt.S L JC[lfA:Jid'}Cs'tff'. ftbU& Aoeeen, #y: (rrestdest Or Cbairsao) ' (teerecacy) t C&atraotor. ►areky also sckawledtlat &was****& of asd casrltaaco witb `! Labor Cede GIA41 coscagetwS Werknem's Cesressatloe Law. { Dyl besitaate oltitiai capacity to the buslssoo ' f lite to Caatraetor: I)) rseaate eeAWWledyaest form below; amd M if a corpora- tian. attack a certified ea;-it of the i}:aai, or of the racolscios of the Board of lireetare astAoriaiap 'execution of &Aid eastrs0t asd of the beads reguircd Fersbp. state of Calsfecate ) ACSSOVIrworST (by Corporatsos. Caasty of ) mama. rogcoersbip. Of fadividual) Ike peceea(s) oitatat above for Cestraetar. knows to ae is tadividoal *4d bwoisess capacity as stated, rerataallr orreAged before se today sad acksowiedsed that be/cher oseeated It sad that tho torpor&ties at pateserabip cased *bore executed it. Dated: tart' *01611C FORM ArraOttst J. s. CLAtlSta. Casser Cosseel. I* ^#epaey (race 1 of (CC-l; )Rev. 4-72) 15 - Q0274 i S. NOSK COICTP#CT. au!~.FS. (a) By these signat18res is Section Z. etfeet:ve on the above date these Nrtass lraaae and atret as set leash, to skis comcwset, fncotpowattat by these 9e1*g*mCee tke M&tert6l ('variables') is Sec. 1. (b) Coattactor shall, at his ova f test aad expense. aad to a Wortmasilke a3mage, fulls aad faithfully pertorn and conplece thls veil.; aad ►111 farwlsk all maceilats. la%og, services and trrssportation wccassacv. eewrewI&*& aad proper t& *edge fairly go perferm tk9 eequiresests of thss eontcaee, all atrie[1y Is accoedaac* vI M rte tubi/e Ateacr'a plans, drawings and speetfleattoas, (e) Tula wegt Cam M cbeagcd only With Pablic Ageacy's prier written order sp*cifytnt such chaste and its cast agreed to by the pasties: sad the Public Agency shall never have to ` Pay seen than specified In Sec. I wither[ such as seder. 4. TIriF: XOTICF TO IFOCFF:l. COOCEactog shalt start this work as directed to the *pact- . -seatless or is* Sell" to proceed: sed shall Coaptete it as ap*ctlted to Sec. I. S. tl CIDAIED DA1lACIS. It tan Caftsrac9nr fails 90 COMPIC96 this contract and this work Ys tae rare used tkerefor. aslwaace Delves wade for caattageneles ss provided hotels. be hetes.* liable eke lU�IIe igooey fee all its loss aad danage cherefron; and because. frog the wa[va of[•tie case. It is aad will be tcpsacticable and exesemely difficult to aseettala aad iso t►e public Apem9706 actual 4nago from, say delay i0 performance hereof, 1t ss agreed tkat Cawttactar call pay as 114014ted 440&990 to the Public Agency the reasmoable suit specified Is Sec. 1. the result at the parties' te4sonakle endeavor co esctuaty fair average cespessatsoa "closer. for each calendar day's dela[ to finishing amid work; and it Ike amara be not paid. Public Agency say, to addition to Its other semedtes, deduct the ease Its= sub asa.v due or to become due Contractor under tits con- treet. It the tulllc A9amey tog say cause authorises or costribaces to s delay, susp9s- asou Of Wel or estenslaa of rtwe, Its 4189&9200 shall be added go the tie* allowed for completion, but it shall mot be deemed a waiver nor be used co defeat any tight of the �. Ageacy to damages for soft-cesplettaft or delay be99under. fursuaat to eovera:9ac Code Sec. 4215. the Comtracttr 41,411 set be assessed liquidated damages for delay t* compl*ctoa of the Werk. ries such delay was CAUS011 by the failure of she Public Agency or the *wags of s mtlllty %* provide tot general ng reloeatsoft et 04169105 v911197 taclltctes. i L. IQ'ECtATFD DOCt2tIX75. The pl&MG, drawings sed specl9tcatt*60. of any public Agency's call for bids, ad Cemirac[er's •created kid for this watt are hereby Incorporated into thl6 tentxacl; sad they aro lateadea to co-op*rase, to that asythtag exhibited to rho plans of draviors ad Sot meatisaed is the spectttcattons, or visa versa, is to %a e4eeated as if sakl►tied, sestlonet aad set [ores to`bark, to the true insets and meastag thereof wkeft takes all togesber: aad diftegesces of crisis= concerning shear shall be tlmally deteamis.d by Tablas Ageaey't Agent specified Is Sec. I. 2. PATIMIT. (a) for his street &ad literal talfillagws of the*e promises and evaditi*us. and as fell eoepessattea for all this week, the Public Agency sbpll pay the Contractor the 64m specified Is Sec. 1, except that is Unit Price contract& the paymeas shall be for 11014b0d %%44ttt19s At %&It bid prices. (b) Oa er about th* first day of each ealesdar month she Contractor shall submit to the PUbllc Ageacy a verified application for Paynes[, s18PPOS96d by A ss&teftest showing 4,11 materials actually installed dmrtat the precedlst month, the labor expanded thereon, aad the C04t shereet; Wberempaa, atter C%OCLSat. the Prbllc ASCACy •ball issue to Coatracter a cewtltleate for tae &sa0at detetotaed to be due, ntwus 201 thereof pursuant 90 Coversoeat Cede S*C. S1001, but set psis defactive week aad materials have been removed. replaced aad mads good. t. PATNTITS WITUAFLp. (a) The Pah11e Ageacy or its agesc nay withhold any payment. of because of later dlac&v9rod evidence ■U11197 611 or any eeectftcacr for payn*ot, to such oatewt sad passed of Claw only as may be aOCesaawy to p909999 the Public Ateacy twos loss becamet of: (1) petecttyo work mot trundled, o9 sacearleted work. t (2) Claims filed of xeasoaoble evideace tadlcatiag probable filing, (3) Failure to properly pay ssbcostgacsoto or for material or labor. i (4) Leasonable doubt tkat too work can be cosplated.few she balance thea oapald. or (S) Oawage s0 Guesser coatraeter. (b) The P"Itc ASOSC7 *hall Use 900900,6►16 dlllgeae* to discover Sad rgpo99 to the Cmstgactor. as the veil proes**ses. the sacesia/a and tabor wbscb are not satisfactory to It. so as to avoid uss.eeseary tray►le as cost to the Ctstsector to waking good any detective work or pasts. (e) IS coleader days aft*r the Publlc Ag.scy Isles Its Moslem of completion of she *stirs (page 2 of 4) (CC-l; Rev. 4-72) - 16 - VU2 75 w*tt. It shall Issue a corttftcace to the Contractor swab pay oke kelssce of the contract prtee &feet 46ducti&s all smouats wlskbold under able comcraet, provided the Congresses slava that all Claim* is$ label mad aaC*rtals have been paid, *o claims have boon pveaeate4 to the Pab11e Agaacy based as acts eg OB1s&11as of the Costractor. and no Items or withhold nsttcec have been filed easiest she vock or site, and provided there ase not teasesa►le tadlcatioas of detective or Biomass wort of of late-recorded notices of liens • or claims agalust Contractor. up •' .9. IRSCRAsiCE•. (Labor Cade Ifa86O-►1) On sssales this cswtract. CeetXACCOC meet sive Public Agemcy (1) - •ertittcote of consent to self-!assts issued by the OtsacCer of ledustelat Rclatl_ l_ -r (2) a certificate of v'oltage's Compensation lossirence Issued by as admitted tutus .. (3) a& enact coy ON duplicate tkerept certified by the Director or the issutec. C. eacter is swat* of mad roapliss with Labos C046 Sec. 3700 sad she wasLaew"s Coapemeata&a Lay. j i 10, 86tl8S, Oa sag&log this contract Contractor shall deliver to Pabllc'Agency tar appgoval good sad sufficient 1604640 with euresses. 1n &soust(a) specified to the sp*cift- cats*&*, tuasoateetat k1a fattblul p-Cfamaseo of skis eastract sad his Payne*& toe all { labor and t►atertals ►*reweder. II. TAILORE TO PERFORM. It the Contractor at any tine refolao or arglects, wtthoug fault of the Psklle Agcac)� er its ageat(a). to supply sufficient materials or wogknem to Complete skis aggeeaemt &%A wart as provided keseia. for a welled of t0 days or note &fast written notice tActee/ by the Pa►1lC agency, tike public Agency Bay fwrelob sans and deduct the roasN*ble eapeases tnegest fgts the eoasract price. 17. LAVS arPLT. Ccsaval. Seth parties tecogstse the applicability of various federal. state mad local 1"* mad regulatteas, especially Chapter I of part') of the Califorat.., Labor Code (►eglaslog with Sec. 1122, and laclsdlwg Secs. 1735 g 1177.6 forbidding dis- eetutoattos) mad !stead that this a*ree*eat complies tkerevtgk. She parties spectficolly j stipulate that tke relevant pesaltlea ssd forfeitures provided to the Labor Code. i especially to Sec*. 1115 4 1413, coacernfat psevalltos wages sad bouss, shall apply to thle air*eseat as though fully attpolated begela. i i 23. SU&COhTRACIORS. Coverameat Code 164100-4113 age Joe*sperated hotels. } } 14. LACE RATES. (a) Pagasaas to Labor Cade Sec. 1173, a►e goversist body of the Public Agency has ascertal&ed the tereCal rtessillag rates of wages per rites, and for holiday sad �. overtime wort, lm aha locality la wbecf this work ss to be pesters*#, for each craft, elaoslltcatl&m, or type of vatisas oe*4e4 to esee►:e skis contract, sad said rates are as opecttled to the call tog bids tar this wart and age on III& wash the Public Agency. and *as botchy lecospotatod k*vola. (b) This achedule of wages Is based u a wasting day of s hoots unless otherwise specified; and the daily rate is &be Lourly rate multiplied by the number of hours con- stituttog the worktst day. CbeB I&&* teas that soaker of hours aro worked, the daily wage rete is pcepettto&ately seduced. kv'e the beogly rate r&oalms as stated. (e) Tike Coast actor. sad all ►1s as►eonegacters. most pay at least these rates to all petaona s& s►!s watt, sacl&410t all travel, subsistence, ssd mage benefit payments provided tog Lv arrIlca►1e callecttee ►acgalmtaa aggeeneatt. All skilled taper woe listed &leve asst be paid at least the wage •Cale established by collective bargatatag agreement for such labor as tke locality were suck vett to least p*rlogned. It is becomes seers- eaty for the Couttacaer ar may sukcoutracter to employ any persom to a scale, classiti- ` eaties of typo of uOWL (eacept esecative. sapegvisory. administrative, elegtcal or other moa-sa*sal wotLCCs as such) for wntcb so mlaisaa vase rate is specified, the Contractor *bell Immediately settle the Puvite A4*aty which shall psamptly determine she preratltag wase rate tkereiog .04 turas&% the Coergector watt its* atmlach•sase based chevron, which *%all ap►1. from the time of the tattlal esployaent of the Pages& &(legged and dosing the eouttsuaace of such eaploymeat. 1S. #OCRS Of LA901R. fight ►our* of labor )a ore calendar day comasitwtoo a legal day's vont. &ad ma werocau employed at may tams oa this vork by the Contssccet as by any sub- 900490etot •hail be setiulred eg peeoltt*d to waft Saeger tkeeee n ascept as provided to Labor Code Secs. 1810-161S. ls. Arr111ST1C9S. Pgepetly lode&tured appa*etices may be eaplered an this work to seeogdaac* vita-Ldot Code Seca. I117.S, asd 1111.6 as men-deseslmla&tlew, (pate 3 of A) CC-l; Rev. - 17 - •^ 00276 17. pa MEXCt fOa tAXI& Als. The public Agoacy desire& to rtesete for tndus&ries aad ecoaae+y e! Caatca Lotti coma&+. asd the Contrsetot thar*igco ptowlses to use the products. Walker*, laborers a*d mechanics of this County to every case where the price. fitness sad quality ate equal. , IS. tSS1tX`iiliti. Ills a;reeetae ►fads the baits, tuceAsors. astlsas.'sod represeac*tives of the Coattaetae; bet l* cause* •asst• It is Whale or la part, ear say aowlss due or to barna& due %edge it. Wsth•at the prier Wrtttem taaseat of eke public Agency and the j Ceatractor's ssraty cc smeatcea. "lose, they have vjived settee of assitament. I!. SO CAITIR /Y IMM IC AZLt Y. lsapecesoa Of eke Werk aadlor materials, or sppraral of mask aadlot ante[Sols lasrectet, or *%&lowest ►e say officer, &gest or **Vlore* of 9hr robsc Aseacy Iaateatsat the Wer& or Sof part &&*reef Courts#@ with the regatrements of this contract, ar atceptaoce of the whole at ter part of said walk sadlor aatortAlt, or *aloes%s th*rat*e. at any cesbsnatlos of these acts, $ball not rettege the Contracget of his wbiitattom to fulfill this castrate as presettbedi ger shall the public Agency be thereby *stopped Ilea ►riattag asp action far daeoges of catercrmest *$loins %tom the falls$• to comply with any of the teras aad conditions barest. 70, xmlm 11141MUSS t ISCUMITT- (a) Coatractet promises to aad shall hold barmless and sad*catty Item tar llabllttt@s as detleed to thss section. (b) The sadrwatters beseltted aad protected by this Proviso ace the Public Agents aad sea elective aad aprotattvs boards. cessisstams, officres. assets and soplayess. (c) 1l# liabilities protected against are oaf stability or clsto for #masse of any &sad allegedly sets; Cd. saeacred or tbreatrmed heeause wI actions drftard below, including personal sajmry. dratb, property damage. tavetse ceedesmation. or nay combination of these, regardless sI whether at *et such lsabtllty. class or danaee Was uatoresreablr At Aar 9120 _ b*twl* the County approved the Isprovemest rise *r accepted the faprovec#st$ as cospiated. wad including the d*teosg of asy suit(s) as activate) at law or *twiny concerning these. , (d) Tka actives caustag Liability ase Say act or *aisstes (004tigest or moa- sealigrat) to casucetiea vita the matters coveted by cats coattact aad attributable to the ceattactor. subeeattaetor(s). at oaf offscerts). aa#at(s) at esplorc*(s) of ame-or moss of tire. (e) len-Coedstsas*t The rrostse and agreeaeot to &kis section to not coadtcf*are or dap*mdeat *6 Wketaer or set amy ladeoostge has prepared, supplied. or approved Aar plants) or Specification($) is coaaetttem wttl+ this wart. bas sasmrasct or ocher tadenatticacion t*vetlot say of these mattgts. we that eke alleged damage resulted partly from any Still- seat or Willful a/sceaduct of any Iadeaaltee. (rage A of g) CC-1; Rev. 4-72j 18 - 00277 DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the- County and the Contractor. Architect or En ineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall moan the duly elected or appointed officials who constitute such a Board, who will act for the'County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of. their authority. - 19 W278 M l Field Order--Is an instruction given during the course of the wor':, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. .Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety •Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties - 20 - 00279 used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURIL'tCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his etployees employed at the site of the project, and in case any work is sublet, the ' �ntract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide .adequate insurance for the protection of his employees not other-rise protected. C. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall, take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, front claims for damages for personal injury, including wrong- ful death, as well as from ciaims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates - 21 - 00280 shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days' prior written notice has been given to Contra Costa County. E. PERFODIANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR ARD MATERIALS BOND: One bond shall be in the amount of fifty per cent 50 of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months _(November through February), the amount of 1/20 of the contract lura sum price will be paid. D. In the months March through October (growing season), the amount of 2/20 of the contract lump sum price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - • 00281 • SECTION 7. TIDE OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work Schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, a.-.d all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - 00404 SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will rest'O t in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement -;nless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between pians and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - 00283 • over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining. or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION i A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question - concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. - 25 - 0064 SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq. , of tt,e Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process Is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be .considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from i:,aterials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal, State or local tax payable on articles furnished by the • Contractor, under the Contract, shall be included in the Contract price and - 26 - paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. 27 F y DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTENANCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by appl)ing or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or peileted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - O I I 6. The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a writ-en record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to £xistinq Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall -be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - 00400 I Min. Max. Phosphoric Acid 6% 14% ' I Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Nater Soluble Potash 5.00% Combined Sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each 3; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, commercial bone steal shalt be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of 11%," to 2111" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical mowings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - Q . G. Litter Control All areas shall be kept litter-free. Litter pick-up shallbedone at two- week intervals or less as required to maintain presentable appearance as determined by the Public Works Director. H. Plant Replacement , The Contractor shall.. replace all vegetation lost through lack of care as described in Items A through G . Unusual occurrences or those beyond the control of.the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. I. Location of Work Subdivision 3806 - 1.5 acre park as shown on attached plan. Included in the landscape park maintenance are the park entrances and dracenas fronting on Velasco Court and Serene Court. The fronting sidewalks should be swept clean of rock from the maintained frontage areas. Roadside Maintenance - East side Camino Ramon from approximately 200' ± north of Joaquin Drive to approximately 300 ' + south of Franciscan Drive and west side of Camino Ramon from Franciscan Drive 300' ± south. - 31 - ' • `0090 17 ryq "' V v .fir M1+\ ♦` i td rn� _ Q 41 rri V In r -� I v w - : 1 - -•� -- 2 v;' G� i.' n t t► c. ? a v n i U u r t! —7►1 v; -r�, � ..� r...� r •• �, ��'•, O Z e�r+r r, �, a 0 x q Qt� �i A r � Z. z � b, 1) '.`Z� I'! �C, U ' '> L' fi v zJ,t:Nj tz G r+ Y• v In C rOf, Z (1 t• I q S Orr w ai�t•• r q M' (Rl A fa0• ' U "'� i ..did_ 2�.4"'.—. �_•4'_._,.... .r i �� 1 T 'WY w't ••'y. 'lk .i� v U fa (v e!7r u : S • i > UC7 r p 63 t1, 4 :r i jp A U V ➢ Spa } O M v o va rr > � U` U f uv, s i C to ri v f p w t'+ 4 .L TY i �� * R ►ti y' A < Q P u ,�., u •� t'. Q tom+ i, o TX, 5;4 v Pj, Tr —i ¢ & C r < 0 (� G O A x ! y, Tj P -t ity, It = Uct 34. ID d < r* = z r` fi Z Ff O DIn_ r . Pi1p p l• sed { a a D CP < ` i!F-� as rr .• V OZv ;;z �7'w�� �L ry U o ti h t- • t 1 ' •r` ��;. T i P'44toy •w '1 �� -rte.• a o •." :2 ter• C 4 "'(�^S �.• _ ik.tM^,t(�:.•. :•,. C/�f\;. •`yJ'..�.+. ♦ VR.� - .}. .mss\ i,'.� :+'• :Y,•+1! �',•" •' •'r ^ 16 t . � �,".i; 1 �a _ • f. ::fir t ' as1..,-i•^'�i�-�" ``+' M",•. %\ 'i ry // t �3.io ;: •" '-,�' :► i'- s: .�,,,./'•;rt.i� '%.s x,411 410 . ti...- 469 3 fill, / T 8 fit .its Ar ' 15Z� r _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for Landscape ) Maintenance of Discovery Bay, Byron Area, ) RESOLUTION NO. 76!396 County Service Area M-8. (Work Order No. 5289) WHEREAS Plans and Specifications for Landscape Maintenance of . Discovery Bay, County Service Area M-8, Byron 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 1 H Categorical Exemption under County Guidelines, and this Board concurs and se finds; IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on at 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 BRENTWOOD NEWS PASSED AND ADOPTED by the Board on may 11 , 1476 • ORIGINATOR: Public Works Department (Buildings b Grounds) RESOLUTION NO. 761396 cc: Public Works Director County Auditor-Controller County Administrator 00293 { SPECIFICATIONS for LANDSCAPE MAINTENANCE at DISCOVERY BAY County Service Area M-8 Byron Area -- CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTENANCE DIVISION F I L E D CL,K Bora Or SUPEsaASMLjf t •- e f" eon a eo. • f Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County Sixth Floor Administration Building 1 Martinez, California 1 I t htiurofiknea with board Qtt�ec W29 TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section 5 Submission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION D Payment Bond DIVISION E Proposal (Bid'Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Condut of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and reference standards Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section l Scope of service ' Section 2 Landscape maintenance Section 3 Plans 002% } L ED D1VISION A. NOTICE TO CONTRACTOR � Ctf:K EGAkJ Ur (Advertisement) ::rRA COSTA CO. Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing of all labor, materials, equipment, Transportation and services for landscape maintenance of Discovery Bay, County Service Area M-8, Byron Area The estimated contract cost is S 15,000.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Room 115, Courthouse, upon payment of Two dollars and 13!100 ($2.13) per.set. (Includes 6t2-1. sales tax.) Each bid shall be made on a bid form to be obtained at the Public Works Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of ten per cent (10%) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June 8, 1976 at 11:00 a.m. and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a labor and Material Bond in an amount equal to fifty per cent (50A) of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is i Microfilmed with board - 1 - ._ 00296 on file with the Clerk of the Board of Supervisors. ' The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY Deputy x c uH" Dated: MAY 111976 PUBLICATION DATES: - 2 - 00M DIVISION B, INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Pians and specifications may be secured at the place and for fee as called out in the "Notice to Contractor," page 1. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONEIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materiais to be furnished, and as to the requirements of the proposal, plans and specifications of the Contract. (h, RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - 0029 request for a clarification which will be given in the foray of addenda to all bidders if time permits. Otherwise, in figuring the Work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed try section pr division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid rorni) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. - 4 - i SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the•Sta-e law and may render void any contract let un4er such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREFiENTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included.in these specifications. (a) Bonds (b) Insurance (c) Inspection (d) Assignment of Contract Prohibited - 5 - W" SECTION 12. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his awn risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bends*and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture . of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or .refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be re-advertised a or may be constructed by day labor as provided by State law. - 6 - 00301 DIVISION C. PERFORMANCE BOND KNOW ALL HEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to hereinafter designated as the "Principal," a Contract for constructing -and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and -save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. - 7 - (AX2 • PERFORMANCE BOND (Con't.) And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) (be attached. ) By Surety By - The above bond is accepted and approved this day of 2 19 The above bond is accepted and approved this day of , 19 _ g _ DIVISION D. PAYMENT BOND (Labor and Hateriil Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California resolution passed , 19 , has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars ($ ), lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - 0V$-InA PAYMENT BOND (Con't.) ' This )ond shall inure to the benefit of #ny and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such charge, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS THEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal BY, Surety By Attorney-in-Fact - 10 - M DIVISION E. PROPOSAL 610 FORM Bids will be received until the 8th day of L .111nggl 76 at 11:00 a.m., in` the chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY GENTLEMEN: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Landscape Maintenance of niscoxe••y gay. '- County-Service Area M-8, Byron Area in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BID: Shall include all of the work for landscape maintenance of all locations described therein. For the sum of: Dollars (� ) 4 . a1r� (B) It is understood that this bid is based upon a term of service from July 1, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. E3 Bidders Bond p Cashiers Check Q Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "None." Addendum 0 dated Addendum # dated Addendum 0 dated By . Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - t10 for accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders. c is : • t,. - 23 - OOMI The fotloutge questionnaire shall constitute an inclusion to the bid documents aad shall be completed and attar ed to the Did (proposal) Form, aiong with the necessary attachments.. Omission ei the completed questionnaire from the Did Form or failure to answer all applicable questions shall be grounds for refection of bid in accordance with the Contract Documents. Division D. I"IMLICTION SO BIDDERS, Section 10 (Page 7) IRREGMAA pROMLI S. Inclusion of this questionnaire is at the request of the State Attorney General. QUESTIOMIRE TO GEXERAL COSMCrM 1. Were hid depository or registry services used in of.rainipg subcontractor bid figures in order to compute your bid? TOW ( ) go f ) 2. If the answer to go. 1 is "yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have any source of subcontractors' bids other than bid depositories? Yes ( ) go ( ) 4. Has any person or group threatened you with subcontractor boycotts, anion boycotts. or other sanctions to attempt to convince you to use the services or abide by the rules of one or more bid depositories? Yes ( ) Ko ( ) S. If the &*suer to No. 4 is "yes", please explafa the following details: (a) Date: (b) Name of person or group: (c) Job involved (if applicable): (d) Nature of the threats: ' (e) Additional comments: (Use additional paper if necessary) sew. 121n - 14 - DTVMQM T. AMCLE.S (W ACREENENT (Coatzact) ' COf2RACt . (Cosatrsetiss Atteeweae) � , •(Coates Geta Gast! Standard Fero! 2. TAFld3fiS- these maria/les ate locerpratd below by reference. ($12.1) ,ltirtiss: (public At acyl )Csacr*cter) - (!2j tjjeetiee As 1500 14 for •&artist date.l (53) no wort:: - ' i ($4) Ces*Zetiea tine: . (atrlte set (a) or (►) 'caleeder' or 'werkset') (a) by (dete) • (►) atttbls --calssdar/werkset days twos atartlat data. (!S) UgkWAted&Moslem-- $ set calendar day. (![) pablie dlesap•s dlsat: (12) Ceatract Priee: $ (tor-sate price contracts: sere or } leas. !a accasdsste wit\ itetah&d 404&919199 at soft bid prices.) (fettle amt p6r&achet1c*1 anconal if 9sapplics►1e.1 ' ! Sl6ld►1lJrtS d 1C1s0>•l.£GGxIRT. a�blie tssary. bye (President OF Chessman) (Sscrecary) Clmatramter. ►ere\y otos ac►sswleditmt *Warsaw&* of sod cospli*nt9 wtcb ! Leber Cada 11441 cascera9at Corksea•* Coepsssatt*s Law. byr b&altaate aftscial capacity As t►e ►sales** t Aute a Ceelraetor: fJl Ixearte aelM"!*dlevet frrw bets--; and fi/ ij a lorpora- tion, Attar% a certified ee;p of the b.VZWs. or of the re00210t£on ej the Reard of s &treaters articrisial execution of tkie eoatract and of the bonds required f.ereby. state of Califetata ) IClllOittl'JGxEty (►y Corporstioe. County at ) *s• PartnwrsAtp, of lsdsetdual) TUC perse*(s) sttstat above for Co*trsctar. Lamm to no is isdi01dos1 sad &raises* capacity as stated. pecas44111 arreared betas* v coda► and scksowl94ted that befchmy eaacated It sad t\at t\e cerpcactas or pstaecablp used &pose &secured At. t+.edt oGsy public -«------«---------»-----------«--.---•«-_ •••_•.-•-«•»•-.••__-.r-•-----.•.-••- ►OU AITROWLS1 J. t. CLAQStn. Coosty Co asel. t. _Deputy (TaLn 1 of 4) (CC-l; )tcv. -72) i - 15 - 00310 1. vast ca"RACT. MZZIS. (a) by their signatures to Sertloa Z. affeettve me the above tela,tLese Parties prwicr sad age** as set toreb in bits Co cg&et; tacorporactaF by these gelesestes the aaterlal ('variables`) to Sec. 1. (►s Cvatr•.scor shatt. at his ova east out *areas*, aad tw a WOCbru mlibe Carer. false and falthfutty Wastage and conptece thsr wort; aad will forsisb all natsitals. labor, services and ersasporcactoo secs*saCV, eoaveslent and proper la start fairly to perform the tegwiresescs of ehts c acract, all otrlesly to accgrdaace With eke rublte Agree 2 p!a4s,, dtawiago and sreelfieations. Cc) Tbls work cao be c►oared Mel, with Public Ag*acy's peter Wrtecon order %pacifying such *huge aad its east 499004 ea by the }0942*•; aad the poblig Agency *ball sever have to par Mee Chao specified to Sec. 1 witbove such as order. 4. ttmE: SoDTlt[ TO PR&Crfb. Cmott&Ctmr SLA11 start this Work ao dtrecced to the space- Issueless or the tiatice to proceed; mod *ball complete tt as spectitled to Sec. 1. S. LIMIVATLD—WIACLS. It the Coattaetar falls is coaplree this contract and this work vlthia %be 92ae fixed tberct*r, allowance ►else &ado for caog3mgenetes as provided her*ta. Le betenem 11,05,10 to the •05,11* Agoagy for all Its loss and dosage theretron; and because,. Ito• eke oatwre of lbs use, !c !s aad Will be lerracticable and estrersll difficult co ' &ategtatw aad Iia the #oblic Agency's actual daoags from &my delay to performance hereof. it is •greed that fCOSCS&CCor will ray As liquidated damages to the public Agracy the ressuable &w& specified to See. 1, the result of the parties' reasonable sadeavor to esttut* sale awsrage compewsattoo therefor, for Waco salasdar day's delay to fiatshtag 0414 Werk; aad SI the sage be mot paid, rablic Agescy way, In addtctaa to its other acetates. dedeet the sane too= any nosey due or to become due Contractor m1146C this con- tract. 1t the rubllc Agemew ler Aar ears* oalborisss or contributes to a delay, suspeo- i sf** si Work mr rulessiMe Of clue, Its 40rACI90 *ball be Added to the give allowed for eompleatem. but it $%All est to teened a valvar are be sled to detest any right of the + Agency to dasa9ts lot sq-COSplst/*a Of dotal bartender. rursuaat to Coverareac Code Sec. 4235. IL* Contractor skall mat be assessed liquidated **mages ter delay la e"plett0a of the wori. Wh*a such delay was caused by the failure of the Pobll,c Agency as the owner me a atslity is provide tat removal or esloeatteft of &Stories Weflley facilities. : L. ISIF-CRATLD DOCUNES-TS. The }lams. dtawlegs aad speclficatloss, of say public Agency's call for bids, aad Cauttectes's aceepge* bid for this w*rk arc bereby l*eorpor&9*4 toga Ufa esatraet; and &bay are iageaded to co-oporate. so Stat anything eskibleed In the plaaa as drawlsts and mot asactes*4 So who spectfleatloo, or vice vats*, is to ke *&*cocoa as It esbibstea, asatses.4 and est torts to"beth, to eke ergs Income and meaning thereof whoa takes all together; amd ditlegeac*s of ortsioa concerstag chose shall be finally deterslsed by Public Agency's ^game %}*clued to Sec. 1. 7. TATHEST. (a) For his •mice sad ltteral 10113110tag of these proatseo *ad e*aditions, &04 of lull corpensatiea los all this weak, the public Agency shr11 pay the Contractor the soft specified t% Sec. 1. escape that to note prig* contracts the payment shsll be for flalshed tuastitles at matt bid raft*s. (b) Do or about the #seat day of each eole*dar smash the Contractor *bell submit to the rgblle Ageacy a verified appticstto& lot payment, ompperrrd by a staeame&g *having &11 materials actually to&tailed duttas the preceding nomt&, the taker eApended thermos, aad the cost thereat; wh*reu;*a, atter obsesses. Chs public &$easy small Issue to Contractor a certificate far eke aaenog detera10e4 to be due, ago$& !OZ ghereol yutsusat to Coveeao*st Cade Sec. S3061. bet mac asset d*fagtive work sad materials have bee& re"Wed. replaced 404 sages gad. a. TAV.MnS LITUNrib. (a) The public Agtocy or Its asset way withhold say payment, or because o3 later discovered evldeace satisfy all at say eertific+te for }syn*&e, to sock cutest aad period at clot only a* say be accessary go peotseg eke Tobllc Alcogy loop loss "caws, o#: (1) hlective work mot resealed, of 0&complate* week. (2) Clalae #lied or reasonable evtdemes twdlcattwg probe►'^ flltog, t (1) pallets to rearerIv par swbeoogeatt*t* or for "gets* ar labor, i (4) &*asoma►le doubt that tut Work coo be cosrleted.for the balasce ekes nopold. or (5) loan& to &uwtbor contractor. (b) The robltc Ase&cy shall we rmasooblo 411tseaco to dtscaver 4&A report to the Contrartor. as the work reo&a*msta, the "%*[Solo sad labor which on not satisfactory to St. me me to mv844 usseceseaey losable as coat to the COftgrlgtlr 10 "LS40 good say , detective Work ag parts. (t) li col*adar day* atter the Public Aa.op else• fee Mesita of cooplettea of the *091ry (rose 2 of 4) (CC-1; qtr. 4-72) - 16 - • y Wath. It shall laser a eertltfcato to the Contractor and pay !b*-balsoce of the contract price atter deductlea all amounts withheld Nader this ceo&gact, peovidrd Cho Contractor above that all clai&s tog labor aa! materlals have bee■ paid. me Cletus bare bows pretested to the public agency based on acts or ostsateas of the Caatsactor. sad ss liens or withhold settceb have loom filed against the vert or Otte, and provided that* ase Doc assessable ladicatfeas of detective or afooSt_- vert or of lase-teeotdsd notices of large • or claims agalsat CGa&gatteg. M J. 1xSV0AMCC, (La►or Cede [[1060-fit) On stgatag able Contract. Costractor goes giro Public Agency (1) • c4 tlticste of causest is self-insets issued by one Director at ladustclal aclatioas. or (2) a certltieate of sosLsea's Compessatloa lmstir•ece Issued by am odaltted Insurer. or (3) as enact copy or duplicate thereof cettlited by obs Utwactoe er the lasuser. Contractor is aware sI sad complies with Labor Code Se:. 3100 and the Weeks*%'* Ceapenastlea Lau. • 70. 60xOS, On ct&wlmg this coettact Contractor *hall dotter[ to publir`Igency for appgeval good sad sufficient bonds w!t► surettes, to &&moat(&) specified is aha special- tattoos, &earantecimg ►t• fsttbful pertereaace •t this eostgact sad bas payment for all la►og and mateglala horomader. F 11. IAILCIL TO ytlF0". It the Coatractmr at soy time retwses Of neglect&. Without fault r of the public Ageacp or lis *teat(*), to supply satttcleat &&sesta&• or uorkn*s to eoaplete this aSteeweat and woe!, as provided Lrrela. tar a period of 30 days or note atter vrltt*a mattco tbegcet bw the P"lle Agency, the public Agency uy twra/ah same and deduct the seaseuble eapeasrs there•( fres the com&lact Paige. 17. LAYS Arti.T. 6eaeral, both parties recagalse Cho applicability of various federal, state sad local la.& mat re&wlatteas, especially Chapter 1 of part•) of the California Labor Code OtSlaalag with Sec. 1125. age iscludlog Sacs. 1735 6 1111.6 forbidding &ts- erlulaation) sad lstead that Itis aigess*st ceepltes t►egewltb. Ike parties specifically stlpul*tt that tLo relevamt peaaltlos and forfeitures pgovtdcd to the Labor Code, - especially is Secs. 1115 6 1613, coaceratag ►tevailtag Wages and bases, &ball apply to E able a&CO&Gent as tboeth fully sgltelatgd betels. -` t 13. SUSCOhTAACTOAS. Covermacat Code 614160-4113 ase lacewporstet ►*refs, t f 14. CACC taT[S. (a) Pecomast to Labor Coda Sec. 1713. the governtat body of the public l Agency has a:c*rt•faed Cho gameral ;tosollasl valet of watts per etas, sad tow holiday and overtime worL, 1% the locality to vblcb this work 1s to be portosaed. ter each crate, elasst[tcattow, ee type of vetisaa seeded to erecete this contract. Sad $old rats$ Oce as specified to lee tali for bads for &has Work, and are oa isle ►Itb the public Agency, sad age heseby tacorperated hsreia. (b) ?his schedule at wages is based ss a Werklag day of 6 tours wolves otherwise opretttedl and the daily rate to the hourly tat* amlelplled by the number of bouts con- Gillette& the wog&tat day. Chem lees the■ that somber at homes are Worked. the dally vats i rate fa preporttowate17 reduced, bst &be bemrly sate r*aatas as stated. Ce) The Contractor. &me all hl& su►eoscractsrs. west pay at least these rates to all persons em tbir,,work, taclud/rt all tgav*l. sobsteteac*. mad ftiege basollt payments provided tog by applica►le collective bargatatmg saveesests. All skilled laser set listed above must be Vold at least tk* wage scale establtssed by collective bargaining agreemesg tow such labor to the locality where such work is bslog pertained. It it baeoue& seers- Gary for the Csotractor or any awecoacractos to rupiay &my prrsom to a ccsic, CIasatti- ` eotlee me type of weal (eacepc eaecstive, ampetvlsory. odelmtttrative, clerical at other wen-saosal wrlecs as such) for whata se stole• wage rate is specified, the Coacraceor shall igaedlately satlty the public A&*acv .Asch shall ptemptly deterusse ase praystltag wage gate tbegetog ASd furaish the Contractor vt&b tae ssatasa'gat& based therwos. Which *bell appit fees tae tine of the initial 04s107aeat of the person affected mad dertot ghe esattawaace of sat& empimlaost. 13. ROMS Or LAVO R. tight heats of labor jn one calendar day cooststutes s legal day's week. Sad so warbaas enslaved at saw tier an this work by the Conssaeeor or by say sub- eostgaetet shall be g*qutg*d er ►essttted to Nark Senior tbrrroa escape &s psovld*t is Labe Code Secs. 1610-1613. 16. AtrIMITICTi. Pcapetiv tadestaced •ppeemtieas any be warl"ad me tkta work in aeeesdaacr with Labor "do Seca. 1111.3. sad 1111.6 as mea-discsioloattesf - E (Page 3 •t 43 CC-1; Rev. - 17 - -- - 00M 3T. Pdrrtarx l: rot YITgtAts. The Public Ageocy desires to promote the tadosttles and oeooe•y of "Area Casts County. mad the contractor thotetgce psoal*ea to asr tae Deadness, vetbaem. laborers sod mechaotee at able Covell to every case where she price. filmes$ sad quality are equal. li. aSSIGT!1RitT. This sarceocae blade the &etre. successors, osstgas.'sad representatives mf the Coatraeter; but be tames. &.60280 it to whole of 1a part, now may nonios due or co • become due cadet it, wtabvwt tike prior vrltte■ coastal of the Public Asrncv sad the Coacracter's solely at susetles. volese they have wllved Notice of Assignment. it. toyalyrt or tr►LIC ALLTCT. Iaspectios of ;be work and/or nater/els. or approval of west mad/et materials taspee/ed. or scateaesc so may officer, ascot or employee of the Public agency tadscateaq the work or mor Part thereof sunrises with the coqulrcn*ecs of tkia contract. air acceptance of tae whole or ane part at said warn and/or macortals, of polecats tbcrefor, ar mar combination of these sett, #ball mot fellows the ConcrAccor of his ebllgattoa to fulfill Itis coatract as presert►ed; mer shall the ?white Agency be tboreby estopped fees ►riatsug say access for tanager or csfarcroane Raising from she failure to comply with any of the terea sad conditions beroot. ' . ZO. VOLA MAamtrss ► mu x m. is) costraecor promises so ad shall hold baseless mad . ludeawity tame the lis►Mattes as doilmed Ir this section. (►) The tadooettees &coeteted and protected by able proviso are the Public Agsacv mad Stu elective mad appefatsvo boards. coamtosteas. offices*. ascots sad oaployets. (c) The lla►llltfea protected agasmal are say liability or claim for damage of any &Sod allegedly sutlocea. focussed or t►r*acemed because at actions dwttsod below. tocluding personal injury. death. ►sopor y dasage. inverse coodesoattes, at any combination of these, regardless of whether or out each liability. elAtm OR damage vas um/oresccsblo ac mow 9129 ►afore the County appseved the tuvreveeast visa at accepted the tvproverents $a convicted. and loeludiag the detests of any estate) or sells&(&) at law or equity concerning these, (d) The •cafes% cunning Liability neo say act or eateries toegllgese or &an- wegllgeat) to connection with the matters covered by this coalesce and attributable to the es&eratter. su►contractor(o). or any otfieor(s). *goat(*) of esPloyee(o) of one-or note of thee. (e) tamdeed/tress: The proaaao sad osreoaest to able seettoo is mot conditioned or depeadcat ea whether or set ANY ladesmttee has prepared. supplied, or approved saw plan(o) at specificattsa(s) to coaectiom with this weak. has sasuranco or ocher indemnification Cavett^& say of cheat natters. Of that the ollrged chaste Reentered portly iso+$ ANY megIl- , soar at willful misconduct of mar Iodonaltoo. (Page a as a) CC-1; Rev. 4-72) 18 00313 DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendwn--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written docume-A of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - 19 - 00M4 Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The officials: drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the locat°on, character, dir•:ension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. .Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety-Orders of the Division of Industrial Safety, the National Electric Code, the. Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicaLle State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties - 20 - 00315 used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion om- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide adequate insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DMAGE INSURANCE: The Contractor shall � take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any, subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. ' D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates - 21 - • 00316 shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days' prior written notice has been given to Contra Costa County. E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty per cent 50" of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts undrr the Unemploy^uent Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment si:all be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months .(November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (groviing season), the amount of 2/20 of the contract lump sum price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - 100M mi SECTION 7. TINE OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for ti-,t performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees la%,fully required relating thereto and all costs and expenses lallfully incurred on account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - • 0Va 8 SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents. to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re:-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the County will accomplish th•• necessary work, either with its own fori*.es or with others, and the cost then!of, including a one-time re-inspection fEe of Fifty Dollars ($50.00) will be d:-ducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - 00319 • over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining.or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. i Should the Contractor proceed with the work affected before receipt of 1 instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract docurients by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the curre,it published edition at date of first invitation to bid shall be considered as pert of this contract. - 25 - ofJZU r. SECTION 16. MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq. , of the Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution. Failure to submit competent evidence as required and requested by County shall be .considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEAVING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on articles furnished by the • Contractor, under the Contract, shall be included in the. Contract price and - 26 - 00M paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such 'inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. r 27 00322 • DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, Plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTENANCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - • - 6. The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. Trees or shrubs susceptible to mind damage shall be kept adequately staked or guyed per attached Standard Planting Details. Ties shall be loosened periodically to prevent girdling. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall -be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% 29 - Q0tV4 Min. Max. Phosphoric Acid 6% 14% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each ; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, commercial bone meal shall be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be wetered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of 1�t" to 2111.-" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and two aerations shall be done to eliminate thatch and aid in grater infiltration. Such ver- tical mowings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - 0U4j G. Litter Control ' All areas shall be kept litter-free. Litter pick-up shall be done at two- week iptervals.or less as required to maintain presentable appearance as determined by the Public Works Director. H. Plant Replacement The Contractor shall replace all vegetation lost through lack of care as described in Items A through G. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. I. Location of Work Maintain landscaping in the Discovery Bay area as shown on the attached plans. - Cul-de-sac at Discovery Point, cul-de-sac at Laguna Court, cul-de-sac at South Point, median islands on Discovery Point, median island on Discovery Point and Lido Circle, median islands on Discovery Bay, and cul-de-sac at Willow Lake Court. . i - 31 - In LO /� O n p III W S u'� T i Ci i•y }+ i -4+ a 4. F R n v p Z �i -1 i. ✓. i a'i N N rte n Z r* r;c t+ a d c -+ "� L r H v w Q r i* }t p v� i ` -•r -rt V V w ` r R v r t t CM-At = r rP. 4` m •'! ' r ~ r tti m �r p r a v n A is A t t,�' p t^ n P► i ? tirlA v -v L N mV 0c IF = up In x 7- ro P ro u 4 7J .. ky D Ole,; p ni r s a " fJ. � h I. 0 �v F �^s Yt h Z_ x Oau 4 � + O r r a a 4� vZ c T- U 1 v to r r ¢ t' I, m v • v F 3T R p r R '4 r t7 Ct 3-1 Pp F m m {i U nay uy vA r ,,�{ j•t '4� o � g zID it +../� .-:ice.^�; �a ._�+'}.:i_l'G �'- U ♦ ' 1.\.� w� /�i' i �. � , �� �.. - tip? „��Y V} • � �// i • -..• `'t" Pi r OV L F (} - U �! -41 , AwxO { < a0 y 04 p A IE z F x � vSt. i. rr` or i" p A y 014 0 to n ' yt A i G O-At '�! P > r Q 0 c P r F R Oi tr'i r i rAr� !` r ; v a U 31n < r r }� b V t o C • a F� g -14 go r v r� m 2 c a s v r P D rt V m s P r Lt r LY OR f Cr v �! rl iia 1':3 p 11N, U_ r 1 i 1 i • • ; J to - l oro 2it . 7—A x` Y .^ t u v yE1 ti p v in In _ #2 I� V ., 2! t' tl A C t t7 to In C, y .. 1 1 ice+ .:r.. �;`'�• � .. V r•`. .. i Vl- Ir j57 A, �+:�.!i•'r l��; t=•-:: .t i'1 Rte. ��,.��.'-''-�```� � '*t at- t 1+ �,- ,.-•c I%t+tnro3 Ta 9F • t=: _ r ' ' �Q26 a r IN THE BOARD OF SUPERVISORS . OF CONTRA COSTA COUNTY, STATE OF CAL MRNIA In the Matter of Approving Plans ) and Specifications for Landscape Maintenance of Sycamore Homes, Danville RESOLUTION NO. 76/397 Area, County Service Area M-6 (Work Order Do. 5287) WHEREAS Plans and Specifications for Landscape Maintenance of t Sycamore Homes, County Service Area X-6, Danville'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 frau Environmental Impact Report requirements as a Class 1H Categorical Exemption under County Guidelines, and this Board concurs and so finds; IT IS BY THE BOARD RESOLVED that said Plans and Sopecifica tions are hereby APPROVED. Bids for this work will be received on Jimp A- 197A 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 VALLEY PIONEER PASSED AND ADOPTED by the Board on -MY 11 1(176 t ORIGINATOR: Public Works Department (Building b Grounds) RESOLUTION NO. 76/397 cc: Public Works Director County Auditor-Controller County Administrator °0032 - �Ga7 SPECIFICATIONS for LANDSCAPE MAINTENANCE at SYCAMORE HOMES County Service Area M-6 Danville Area CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTHANCE DIVISION F I -L E D fttr",' CLEIX WAZ) Or SUPEWISo25 Lbj` �ttRA CO'IAGO. t Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County Sixth Floor Administration Building Martinez, California j } I } f Miuofilmed w4h boord order Q� TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section 5 Submission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract . •DIVISION C Performance Bond DIVISION D Paymept Bond DIVISION E Proposal (Bid Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule Section 9 Permits and licenses Section 10 Condut of work Section 11 Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction , Section 15 Product and reference standards Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION N Technical Specifications Section 1 Scope of service Section 2 Landscape maintenance Section 3 Plans 00331 DIVISION A. NOTICE TO C014TRACTOR h- (Advertisement) J. 2. cLS:0fj qtr eCA2j Cu auxrr._ozs Oz;' • CC` A CO Notice is hereby given by order of the upervts ontra ' Costa County, that Clerk of said Board will receive bids for the furnishing t of all labor, materials, equipment, transportation and services for 'landscape maintenance of Sycamore Homes, County Service Area M-6, QanvillP Area. The estimated contract cost is $15,000.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Admin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public Works Department, Roan 115, Courthouse, upon payment of Two dollars and 13/100 (52.13) per-set. (Includes 620 .sales tax.) Each bid shall be made on a bid form to be obtained at the Public {'corks Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of ten per cent (10%) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June 8. 1976 at 11:00 a.m. and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. The successful bidder will be required to furnish a Labor and Material Bond in an amount equal to fifty per cent (500) of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to, do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained -the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is - 1 - 00332 1 P on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid and/or naive any irregularity in any bid received. No bidder gray withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOAR© OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY Depu y .IN Dated: MAY 11 197C PUBLICATION DATES. 2 - DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner of contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for tee as called out in the "Notice to Contractor," page 1. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal, plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - 0I e request for a clarification which will be given in the foror of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed farm should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Foal) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, grade payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. - 4 - VV� SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of lis'ing'on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMEWTS: The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance c) Inspection d) Assignment of Contract Prohibited - 5 - OOMIS rJ SECTION 12. EXECUTION OF CONTRACT: ` The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute .the contract, the County may award the contract to the second lowest responsible bidder. If the second lowest responsible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be re-advertised or may be constructed by day labor as provided by State law. - 6 - 00337 DIVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to hereinafter designated as the "Principal," a Contract for constructing and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, We, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATIOU IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its-officers, and agents, as therein stipulated, then this obli' ation shall become null and void; otherwise, it shall be and remain in full forcg and virtue. t - 7 - 00� PERFORMANCE, BOND (Coni.) ' And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) '(be attached. ) By Surety By The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - 00 339 DIVISION D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed , 19 , has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit 'is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - 00340 1 • PAYMENT BOND (Con't.) This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal By- Surety By Attorney-in-Fact - 10 - Q0tYfl DIVISION •E. PROPOSAL (BID FORM) • s` Bids will be received until the gtr, day of ---vune- at 11:00 a.m. , in the chambers of the Board of Superti��sors,-Room 107, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY GENTLEMEN: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for Landscape Maintenanceo_ f 4camre nom, County. I-SpuireAea M-6, nanville, Aroma in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following suras, namely: BID: Shall include all of the work for landscape maintenance of all locations described therein. For the sum of: Dollars ($ ) t - 11 - UU342 1 (B) It is understood that this bid is based upon a term of service from July 1, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed .; ` y: work and is familiar with the plans, specifications and other contract � k documents and the local conditions at the place where the work is t:= be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. 0 Bidders Bond - - p Cashiers Check C3 Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "None." Addendum # dated Addendum # dated Addendum # dated By Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - oW43 (H) For accounting purposes, please indicate a •bid breakdovm by location. This information shall be required of all bidders. . M-6 Area Lump Sum Price (in figures) 1. Landscape maintenance at entrance of Old Orchard Drive from Sycamore Valley Road and medians in 0ld Orchard Drive 2. Landscape. maintenance at entrance of Old Orchard Drive from Tassajara Road. 3. Landscape maintenance of medians in Sycamore Valley Road from approximately 500' + west of Old Orchard Drive to Tassajara Road. 4. ;Landscape maintenance of median in 'Greenbrook Drive at the Sycamore Walley Road junction. 5. Annual Plantings: Furnish and install annual plants two times a year in all annual flower beds including landscape maintenance for County Service Area M-6. NOTE-PLEASE SHOW TOTAL ON PAGE 11 TOTAL ANNUAL COST $ - 13 - The following questionnaire shall constitute an inclusion to the bid documents asd shall be completed and attached to the Did (Proposal) Form, aioog w1th the necessary attachments.. Omission oS the completed questionnaire from the Did Fora or failure to answer all applicable questions shall be gtnunJs for rejection of bid in accordance with the Contract Documents, Division D. IMMUMON TO BIDDERS, Section 10 (Page 7) IRRECULAR PROPOSALS. Inclusion of this questionnaire is at the request of the State Attorney CAneral. QfifSiTIOSMAIRE TO CE.`tMML CMrMCr0RS 1. Were bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yea ( ) oto ( > 2. U the answer to No. 1 is '"yes.` please forward a copy of the rules of each bid depository you used with this questionnaire. 3, Did you have any source of subcontractors' bids other than bid depositories! Yes ( ) Ko ( ) 4. Has any person or group threatened you with subcontractor boycotts, union boycotts, or other sanctions to attempt to convince jou to use tbe,services or abide by the rules of one or more bid depositories? Yes ( ) !lo ( ) S. if the answer to No. 4 is '"yes", please explain the following details: (a) Date: (b) Namme of person or group: (c) Job involved (if applicable): (d) Nature of the threats: (e) Addittooal eassmenta: (Dae Addttionat paper if necessary) Aev. 12/72• " 24 _ 003A5 t D1Y1S101( F. ARTICLES OF ACREEMM %Vmtvact) COWMALCT . (Coutractf se. A&Nemert) '" - (Centra Costs County standard role) 'l. rAR/ARLIY. 11sa* •aria►Ina ue Incorporated ►e]w, by reference. (112.3) Parties: (ta►lIc agency) • t (Comtrattor) ' • t 'r (12), lffectiae Set* (See 14 for starting dace.) t (13) rhe fork: - - s (64) Completion Timsc . latest* eat (a) as (►) "cal*sdms" or 'working") (a) 9y (data) (►) Ylthla •calsndas/wwsita& days from atartla9 dace. } (f3) Ligniddie3 1Wayss. _ ser calesdar day. ! (ffJ Pmblso Agsaty's Ap*mt: ' (q) Clsntrsst Prise: S (fsr•swlt price comeracts: ase* or j lose. 10 ascordeac t salt bid prices.) lStriLa out pat*at►atical aaterlal 1! lwappllcabl*.) " _. SICa'ATpRSS d 2CIlQ:'LtDCx'IIT. Pmbtie Agency. 9y: (president or Chairmen) (Secretary) [ Camtreator. torebr also ackmowled&!ma swaremess of awd caerllaace with - Labor Code 11941 cewcermtog morknon's Ceapenaatioa Law. Sy j aesi&aats eitsclal capacity an cks ►wotaeeo i t Rets to Cantrastor: fll rieerte oekmouledpeeac form belov; and W if a corpora- tism. attack a certified ee;�p of Ate 4lr24W*. or of toe recotwtion of cke board of Direatere, asthorisimp esser.tiem of this esatra.t and of the bonds repaired jereby. stats or California j AC"OKtraC+rrAT Oy Corporation. County of I so. rsrtmets►ip. at ladividnal) I►* peross(s) •Santa& above tar Contractor. know to we to lmdlvldwwl end kwsiness capacity as stated. p*rseaally appeared before se today amd ockawledted t►at heltaer esecoted It sad that the coipormtlea or parte*tshlp awed above executed It. ted:- (Stu) oto�prtlic -----«.-»-«•--«--•+.--•--.---»- ----«-- --------------.------ -r-------------- FORM AMOVEO: J. t. CLAUSES. Cossty Counsel. or ^6epwty (lace 1 Of 40 (CC-1; Rev. - 15 - of - 1 3. bong COSTga[T. CMAXL[S. (o) &y their elgmat.res to section 1. effective so the above at�heae rOrtega }too ts* and ACTe* as set fotgh in the► footrace, tseotporattns by these teforewces the aatestal ('variables') to Sec. 1. (►) Cesgraeter shalt, At his *us i test and espouse, and in a worisanitbe -.4000#, fullf and folthfolly Perfors end complete this vera; sad will ftorsls► all ma#eital4, labor, services and str0sportattos nwces•arr, esovestewt and rgorer In order fairly to pertors the regeifree09% of this comtract, all ' strictly to accordance wish tie Public AgrseV•s plaot!. dra.a mgt awd apectlieagions. S (e) This nark cam be c►sited *sly yet► Thb12e Aew&cy'& prior vrittes ester specifying each i them&* and its cos[ agreed to by the raseles; and the public Agency shall &ever have to pap moa* takes specified 1s Set. 7 ►ltlest stock so older. t. TIME: S021tr TO PEDCrrb. Contractor shall start this vote as ditected to the spe9t- • fleattess at the %sale* to proceed; sad shall couplet* It as speellted to Sec. 1. S. LIl'Ctt+aiED A4Y4CE5, if the Contractor Fails to cespirte this contract and this work Wight* eke tine tfaed ebegetor. all.1waace being made for costi.seeetes as providwd herein. be hec-ces Valle to the public Arescr for all Its loss asd dawate 9;0rwt9PM; and becousw, Fame the mature of the cue, It is end will be lartaetteatle and wsctraely difficult to aseettais asd its the rmblte agency** actual dosage from any delay tow performance bercot. It is agreed tkat Co.traccmr mill pay as ltgotd.g*d dessert to the public Agency the grssemable nue specified 1. Sec. 1, the result of the ?&rete%' reasonable endeavor to estimate tall average cesre..atre. theffefos, for rack sateodar day's delay to tintobing said work; and it the awe he seg paid. public A&e.cy say, to atdigfe0 to its athrr ge.edies. deduct the sake from any "Soy doe of to become doe Cootracger wader chis cow- tsoet. It the fubllc Atescr tog any tease autborlaes or 90*erlbtotes to A delay, susyen- ' atom of Vora at eat*patoft of claw. Its duration *ball to added to the give allowed for esmpletloa. ►rt it shall set be toward a vatvwf now be need co detest *my rithc of the F Asa.cy to dames*s for 0o0-coarletsom or delay h*r*uad". rorowsot to Coverwscst Coda Sec. 4213. the Contractor shall not be astwssed liquidated damages toy delay 10 coaplsttos of the wegi. wbtow stock delay was caused by the failure of the Public Aseacy of she owner of a utility to pcovide fog removal of aeloeattes at talotleg Ot2119y faetllttwo. ' t. I11 MATED POMMUTS. The plans. duwlegs and opecificatto.s, of say Psbltc Ageacy's call !oz beds, amt Coa[roctal's acwe2ed bid ter tokls cert are hsseby IOcsrPoraced into alis contract; sad tbey are intruded to co-oyrate, se that s.ythlms eshl►tted to Cho plana or droulrts &sd mot seatleeed Is coke specttteatless, or view versa, is to be *aecuted as It eablbtted, m*.tt*.ed Asa tee #seek i."b*gh, to the 9999 tsetse asd esaatng th*eeef velem wai*e all aogetbwa; asd dtftecwocrs of •?taloa coscrsoiss these shall be flaally deterals*d by Pestle Agemep'o Agent specified Is Sec. I- 11. PATMfST. (a) For 1614 strict out literal Fu1Fi11seot of t►tst promises tad 900dit2o&s, sot me IWll ceerea%atimm ref all than wo91a, the rohtle A6esry shall pay the Contractor the sum specified So Sec. 1, 0999►[ chat 10 0029 r#2ee no990496 gb* payseot shall be (of fiulaked gwuc#rses at mate bid prices. (►) On or about the first day of each ealrodar mouth the Contractor shall submit to the Publlc Agency a *settled application fog p010e09. sopported by o saateseat showlus all mstetial4 actually Installed during &be pfecwdiog &osak. th0 labor espended thereon. and the cos[ thereof; w►er*%"a. atter checking, the public Agency shall Issue to eomtseccor 0 certiftesto tow its sass& doeetatsed to be due. assns IOZ ghereot pursuant to covegmsemt Code Sec. $3067. but lost motil 4e90ct2ve work and ma[a ials, bars bete g0zwved. seplaced sed nate &004. &. pATMTS.TS 11Ti MIt. (e) The public Agency or its asset nor withhold any psymesto or heeawac et Sat" dtec.eve ged evident* slit(} all of &my gertlticate for roynewt, to such eatost ssC period of else sail am nay be aoeessacy to p909efa Cho Public A9689y twos less b*cave of; (1) refectav* Werk sec rea*dted, or o.9o.►leted work. (1) Claims filed Or reasonable ovideaew 2udlc&tioA probable fillet. t (3) Failose to pgererty 041 subcamtraelers or for material or labor. + (t) tesse**ble doubt that who work can be completed for tb* balance chem Gerald. or (31 psaate to Snugktg contractor. (►) The .`d1#c &geneV •ball tote seso.oa►le dlligesee to discover and report to the comtvartot. as eke vet& tsetses***. she matatlola and labor..kith are set satlsgactosy to St. on as to avoid um.9ccesaty trouble sa cost to the Contractor is waking seed our def*ettve tootL or parts. (e) 33 calendar days otter the Poblie Ageacy filws Its &sales of eospleties of the Vogt#& crag* 1 of a) (CC-1; Rev. - 16 - work. It aball last&* a certificate to tbo Costroctar sad pay the b&laoce of the contract trice atter dedactiy all assuage withheld eager this contract, provided the Contractor shows that all clale& too labor and mag&rtalo have 6090 paid, so 9101=4 Rove hes& tresested to the 110611C Agency based as acts or assesses% of the Contractor. sag me liens or wlthAold aotlees bare bees filed &=&lest the rock or site, and provided these are not sessaaa►le sudlcatlems of defective of •tosses work or of Ssty-seeosded ootises of Sivas • or claims atatast Coagrsctor. _ s 'I. INSURANCr. (Labor Cede {11460-61) Oa aliases .610 contract. Coatractor must give tabu* Agency (1) a certificate of cosse=t to self-issues lassed by the Director of ladwtelal Relattoas, er (2) a certificate of Carksea's Compensation lasdtonce issued by as Admitted Insurer. or (3) as 9aact copy of de711cote thereat ceretfted by the Director or the lesurer. Coatractog to awase of and oomph*• with LaLOr Code Sec. 3700 and the Westmea•s Com►easectea Law. j 10. 96"S. Oa atgalas this coutgaet Coatraeter shall deliver to tublie'Agancy for eppg*val pod sad sufficient bonds with sureties, Is anouat(s) specified IM the specift- cations. twereateefal big faithful ►ertareance of this contract and his payment tot all - t labor *ad materials ►ertusger. 11. IAltr4e TO ►TRTORS. If the Coatractor at say glee refuses so ogglrcts, vttbewt fault of the rubs c Ateacl *a its stoat(*), to supply suffiesess WAr*giata or workmen to - complete tAle =tree*eat sad week as provided Loggia, tot A period of 30 days or sage after Wrlttes Mede* tbegeot by the to►lic Ageaey, t►e public Ate*cy May turalsh same Sad deduct the reasonable expesses cLageol iota the eaatrecl price. 17. LAL•S Arrl.T. Gosesat. seek Factors rocess/se the appltra►111ty at various federal. &tote sod local lac► aad rcaw;atfrss, especially, Chapter 1 of ract•7 of the California Labor Code (bells•lug wits, Sec. 11213, aad tacladf&l Seca. 1731 b 1777.6 fosbldding dts- eglataatteal sad iatead t►at tots agreement cacpllve therewith. Ike parties opectttcally attpulatc that the resewast peaalgies sed tovt*ltwres provtdvd In the Labor Code. especially to Sees. 1711 6 1413, coaceralat ptevalllag votes and hours, skall apply to . tbsa atretaeat as though fully attrulated hetet&. 1 13. SUSCONTRACTOiS. eov*camost Cede If4100-4113 ase socooporated hotels. / • f 14, b'ACr RAZTS. (a) ►ugsuaot to Labor Code Sec. 1773, the governing body of the public Atescy has ascertained the general prevaillst rates of vales For dies, and for holiday and evertlae week, to the locality Ia which t►is woek Is to be performed. for sack craft, classification, at type of woe►aaa seeded to execute this contract, and said rates are as speestled 1t& tee call for ads for this weal cad are am ills with the public Ageogy. and age bete►y incorporated kateia. (b) This schedule of was** is based ea a working day of 4 hours sales• otherwise {. apeelfle4. and tie 4&111 rate is The hourly rate swltiplled by the swober of bouts con- atstt&tlat the wotloos da►• 4-'s,9■ Jess Chas chat &*abet of Amur• are worked, the daily vase 1 rat* to proportleaately tetoced. but the &wily rate tomato& as stated. (e) The Coatractor. aad all his su►costracters, mast pay at least these rates to all tereeae ea t►itL wogk. Including all travel. sa►asateace, aad fringe benefit payment• i provided ter by a►plicakte cellecrlve ►argatelas asr9esesg►. All skilled labor sec listed above mast be pstd at least like wase scale established by collective bargaining agreement ler such labor Is the locality where such work is Istat performed. 19 it becomes neces- sary for the Costeacter or say subcontractor to employ any person is a craft, rtassift- eatSes or type of work (except saecuttve, Supervisory, adslsistsative, clerical or ether uses-aast&al wskese se tura) Qsr vl1N ao alsisus wase rate to specified, the Coatractor &kali leeedoately aet3l• 2s,* it&blic Aeeary w•lcb s►all ►overgly determine the psevailins wage rate tbesefec and twralsk the Cootreeter vitt the ateisys rate based charges, which shall appl!, fees the time of the initial coplsystat of the teras* affected and dwrint cite COatIMWaaCC of Such tople/meat. ' IS. KOM Or LANOR. Flats hours of labor fs ase ealeodar day genatttotes o legal day's Work. and ao woswaaa esplosed at say else so this work by the Cowtiaetor or by say sub- comtgactoc shall be te{wtged as tegattted to Wer► leager cheeses escape as provided is Labor Code Secs. 1410-1613. 16, ArpRTSYM S, rroreals Iedrecored orreastices way be employed o* able work in eeeordasce Watt&La►or Code Seen. 1117.% sad 1)12.6 00 0sa-dsocrta/Hallow. (tate 1 at A) CC-1; Acv. 4-72) - 17 - 00W 17, VIDUMMC[ yam MATLIL,'A i. the pa►lte Agoecy dsafres to promote the todustrlos and eceaNay of centra casts eommsy. and the Coat actor therefore promises to use toe products. welaes. la►ogrrs sad eachamics of this ceosty Is every case where she prlcr, ftto#ss and quality are *goal. 19. ASSICTUNT. This agreement binds the heirs. saccissors, ssalgs#.'and representattvss of the csate&-car; bet be eaaaet aAassm it to whole or to part. nor say montes dwr or to • b*CSSe due %ad-r It, without the prior wgttt*a c*saree of the Tabltc Agency sad the eootraetWit sm:ety at soraties, assess they have wt{ved Notice of assigmseac. It. so CA MIC el rVILIC AC[SCY. l■apeetlon of aha work sealer materials. or approval of weak sad/er waterlols !aspected. or alateneat bw saw elfices, agent or employee of the !%blit Asesey tdtcasera.g the votk or say rate teereof complies wick the requirements of Rata reatracc. or ocerptsace of cbe whole or any parr of said wore And/or matertols, of Nemeats ekerofor. at any cem►Saattem of these acts, shall mot roto..• the Contractor of his obligation, to taltlll tkta cestract as prescribed; mor shall tR-Public Agency be thereby rsterrod flea bringing may •crime for damages of ratorcemeat Arising lgon the toilet* to coaply with soy of the togas sad coodltions hereof. ?0. MDL% MAILIMSS a INAMSITT. (a) Coatraceor promises go and #ball hold harmless sad Sademaeiy iron the 11+161111106 as defined to this &Carlos. (b) The tadOwaltees ►saetised and protected by this premise are the public Agency and Ste elective sad appointive boards. commissions, officer$. Agents and employes$. (e) !Me 1161611/t"% protected against are say liability or Clain for damage of any •Sad allegedly %uttered, locurrod me ehreacesed ►ecaucr of access* defined below, iactudlat pelsooal Injury, deal%. property damage, traverse cmedeeaateon, of any combination of these. getardless of w%rather mr mat such 11Abrlity, claim or dAn&te was walorrsreable at aar etas before the Causty approved c►e tmprovevest pros or accepted she lmproveaeats as completed. and locladlog the defeaae of may Amit(a) or scrim•(*) at taw or equity coaceraing these. (d) The series$ causing Liability are say act or •mfsaioo toceligest at mon- sealtgeat) la ceaoecttea week the matters eavegrd by this csrarract and Attributable to the eeateactar. subcoatraetec(s),_•ar ay.Offlcer(s). sgsat(&) or esployer(s) of nae or sore of them. . , (e) 1Coa-Com4stlemss: The proofs* and agroeweot to this section is not conditioned or depeade*t on, whechar or set say lodenattee has prepored, sa►piled, at approved sav plants) or speciticat/ea(&) So emmaection with this work. has Insurance or other ladenatftcatlos eeverlag say of a&*%* matgors, me that the alleged damage resulted partly from any agtlf- goat or w111961 Misconduct of any lademaitee. (page t of 4) CC-1; )ter. 4-72) - 18 - 0()3A9 ' DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITICeNS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works .Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - 19 - 00350 Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qu=ilities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAh'S AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legjl use and operation of any of the equipment or specialties 20 - 00351 r used in the work. Certificates showing the payment of any such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to"the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the pians and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COVIPENSATION INSURMICE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmea's Compensation Insurance for the latter's employees, unless such employ- ees are covered by the protection afforded by the Contractor. - In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Worikanan's Compensation statute, the Contractor shall provide .adequate.insurance for the protection of his employees not otherwise protected. C. PUBLIC LIABILITY AND PROPERTY DMIAGE INSUP.ANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, including wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not-less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. D. CERTIFICATES OF INSURXICE: Certificates of such Workmen's Compensation, Public Liability, & Property Damage Insurance, shall be filed with Vie County • and shall be subject to County approval for adequacy of .protection. All certificates - 21 - Il A shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days` prior written notice has been given to Contra Costa County. E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty per cent50A of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving -dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months (November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (growing season), the amount of 2/20 of the contract lump sum price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Orounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - 00= SECTION 7. TIME OF WORK AND DAMAGES A. The •County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. i B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of•operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all permits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other. work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to acL in all matters pertaining to the work. - 23 - 0 r SECTI6N 11. INSPECTION ' A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. 0. If the Contractor fails to re-work within seven calendar days, the ,County will accomplish the necessary work, either with its. own forces or with others, and the cost thereof, including a one-titre re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all cork rejected by the County as failing to conform to the Contract; and the.Contractor shall promptly replace and re-execute his wort; in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATIOU OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern - 24 - W355 over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIONAL INSTRUCTION A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjus-:ment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date-of first invitation to bid shall be considered as part of this contract. • - 25 - W356 SECTION 16.- MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq. , of tVe Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and ,use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution: Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter- rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal, State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and - 26 - 00357 paid by the_ Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. - 27 • g DIVISION H. TECHNICAL SPECIFICATIONSr SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil , fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. A. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE WtINTEIIANCE A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no geed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control ;iewicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. 5. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - OU►359 6. The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. B. Staking and Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 2" square and not less than 10' in length. See attached Standard Planting �.�tails for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the .contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public forks Director with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall • be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - w360 Min. Max. Phosphoric Acid 6% 14% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of Nitrogen 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each ; inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. - 4. Where annual bulbs have been planted, commercial bone meal shall be incorporated into the soil during October. 5. All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of 12" to 2�" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical moorings and two aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical moorings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All corings and thatch- ings ;hall be removed from the turf and disposed of at a commercial dump site. - 30 - 00361 G. Litter Control ' All areas shall be kept litter-free. Litter pick-up shall be done at two- week intervals or less as required to maintain presentable appearance as determined by the Public Works Director. H. Annual Plantings 1. Annual plantings shall be furnished and installed two times a year in areas designated for such plantings. Plant type, quantity, size and planting dates are as follows: Planting Plant Type Quantity Size Date Pansy, Swiss Mix Giant 2600 Flat Oct. 1 10" O.C. Marigold, First Lady (yellow) 10" O.C. 2600 Flat July 1 or Petunia, Grandiflora Mixed 2600 Flat July 1 10" O.C. 2. All plants must show ,a ful-1 green foliage color, buds shall be forming on no less than twenty percent (20%) of the plants in each flat. Plants shall be firm and full showing no sign of legginess. All plants shall be free of both diseases and pests. I. Plant Replacement • The Contractor shall replace all vegetation lost through lack of care as described in Items A through K Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. J. Location of Work 1. Entrance of Old Orchard Drive from Sycamore Valley Road and medians in Old Orchard Drive. 2. Entrance of Old Orchard Drive from Tassajara Road. 3. Medians in Sycamore Valley Road from approximately 500 " + west of Old Orchard Drive to Tassajara Road. 4. Median in Greenbrook Drive at the Sycamore Valley Road junction. 31 - 00362 ?. - 4 ' - D ' � u _ r r TOT+y.. y y4X,� �•.Y� p -moi 10 v 0r Z- or o, �` '' �- =t {� ° t d--' ""�. fid. T-.:0.• F' Z. V r 1 .y u f* �c s• p �n tl . t t� x- L c � O P ..a .• T^ v ra i t f T^ O p, y v N r Cw :_�, tj. °Fr, r 'a to tir � f u q �� P i• = L �: t" f V 4 tF C T Q 1 H 17 1 -� �" ra.. ;�? —� �►.... i r6-4 tv Ir Vt ty F a, to t r t• •j!" -+ » i t 7` � � f O f eCan 1p j, ',' e '• ' V Tt-+ �ti'.3^1 riC I Q [~ ( f kt •f`..�� 1J • •• �L f t_' 1''' � 1 x y � ! T�3 Y *`n•, w..i L, � ct r �t -"a a i �f4` t �,.t � ' �a V a y n�• 1 a � ry f` •v `C7 ixy „� tri `•��' .n , 4 • � � ti.4 z= .- SI .. 1 ` •.M •w� s 'r. .>.• ty LT 800 •''"� » "'- t �« tir ,,,... � ty CON � •/^,I. w •�!'tt�_:�"'"" �' l ria as to .11 `i rl,• If .� l:: t:l s f � �� � • • t�• �lt• 04 tam IRS •t r .tP � L ,�� � ' ., tr. 1t. �) •"� �'� 'fir'/i., ...,7ti 4 �, .CR� ,�,�'' ++ •I,•R'1 �w i7rt:7 � n}er/ .�wtEis►•� .... f� �.r...�hv �-R�'moi.\ ISO w S„ N F ---------------- IL r fit, ; -'"'� `' 1 r I• -, {2., � •K .rte ►� (/{}{'1/J��,;,p�/ ,� � �' (,.� r��T�� !• ,fir{.I.: ♦ « ,i r _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans } ' and Specifications for Landscape } Maintenance of South San Ramon, San } RESOLUTION NO. 76/398 Ramon Area, County Service Area H-4 ) r•i286 {, ork Order Vo. 5 ) } WHEREAS Plans and Specifications for Landscape Maintenance of South San Ramon, County Service Area M-4, San Ramon 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 lH Categorical Exemption under 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 June 8, 1976 at 11:00 a.m. , and the Clerk of this Board is directed to publish ?lotice 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 PASSED AND ADOPTED by the Board on May 11 . 1976 • ORIGINATOR: Public Works Department (Buildings b Grounds) cc: Public Works Director RESOLUTI02i N0. 76/398 County Auditor-Controller County Administrator r r SPECIFICATIONS for LANDSCAPE HAIRTEHANCE at SOUTH SAN RAHON ' County Service Area M-4 San Ramon Area CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT GROUNDS MAINTENANCE DIVISION iL E D zaz cov co. Prepared for Vernon L. Cline, Acting Director Public Works Department Contra Costa County Sixth Floor Administration Building Martinez, California f s .003-66 TABLE OF CONTENTS DIVISION A Notice To Contractors DIVISION B Instruction To Bidders Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of plans, specifications, and site of the work Section 4 Bidding Documents Section 5 Submission of proposals Section 6 Withdrawal of proposals Section 7 Public opening of proposals Section 8 Irregular proposals Section 9 Competitive bidding Section 10 Award of contract Section 11 Special requirements Section 12 Execution of Contract Section 13 Failure to execute contract DIVISION C Performance Bond DIVISION 0 Payment grid DIVISION E Proposal (Bid Form) DIVISION . F Articles of Agreement (Contract) DIVISION G General Conditions Section 1 Definitions Section 2 Governing .laws and regulations Section 3 Patents and royalties Section 4 Bond and insurance Section 5 Payment schedule Section 6 Subcontracting Section 7 Time of work and damages Section 8 Work schedule _ Section 9 Permits and licenses Section 10 Condut of work Section ll Inspection Section 12 Rejections of materials Section 13 Interpretation of contract requirements Section 14 Clarifications and additional instruction Section 15 Product and -reference standards - Section 16 Materials, articles and equipment Section 17 Preservation and cleaning Section 18 Payment of federal or state taxes Section 19 Acceptance DIVISION H Technical Specifications Section i Scope of service Section 2 Landscape maintenance Section 3 Plans DIVISION A. NOTICE TO COUTIvACTOR (Advertisement) a` ` `�'"� `:1RA CO" Co. Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that Clerk of said Board will receive bids for the furnishing , of all labor, materials, equipment, transportation and services for landscape maintenance of South San Ramon, County 'Service Area M-4, San Ramon Area. The estimated contract cost is $6,500.00 Each bid is to be in accordance with the plans and specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Adruin- istration Building, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department, Room 115, Court- house, Martinez, California. Plans and specifications may be purchased at the Public {Forks Department, Room 115, Courthouse, upon payment of Two dollars and 13/100 ($2.13) per.set. (Includes 632% .sales tax.) Each bid shall be made on a bid form to be obtained at the Public Works Department, Room 115, Courthouse, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of ten per cent (10p) of the bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted on or before June B. 1976 at 11:00 a.m, and will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Administration Building, Martinez, Contra Costa County, California, and there read and recorded. The above-mentioned bid security shall be given as a guarantee that the bidder will enter into a Contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects, or fails to enter into said Contract or to furnish the necessavy bonds after being requested to do so by the Board of Supervisors .of Contra Costa County. The successful bidder will be required to furnish a labor and Material Bond in an amount equal to fifty per cent (5000) of the Contract price and a Faith- ful Performance Bond in an amount equal to one hundred per cent (100%) of the Contract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes' of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and 'overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the Contract which will be awarded to the successful bidder. The prevailing rate of per them wages is - 1 - 003U0 on file with the Clerk of the Board of Supervisors. The said Board reserves the right to reject any and all bids or any portion of any bid acid/or waive any irregularity in any bid received. leo bidder may withdraw his bid for a period of thirty (30) days after the date set for opening thereof. BY ORDER TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY James R. Olsson County Clerk and Ex-Officio Clerk of the Board of Supervisors, Contra Costa County, California BY Deputy x Dated: MAY 111976 PUBLICATION DATES: - 2 - pU369 DIVISION -B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions contained herein and satisfy himself as to the conditions with which he must comply prior to bid in submitting, his proposal, and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) LICENSE: No bidder may bid on work of a kind for which he is not pro- perly licensed, and any such bid received may be disregarded. (b) Bidders shall be experienced in the type of work for which they are bidding and shall, upon request of the County, submit to the County a written list of completed projects, with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS: (a) Plans and specifications may be secured at the place and for fee as called out in the "Notice to Contractor," page I. (b) The fee, as called for in the "Notice to Contractors," page 1 , is a non-refundable payment to defray a portion of the printing and handling costs. SECTION 3. EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefore. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and obstacles to be encountered, the work to be performed, and materials to be furnished, and as to the requirements of the proposal , plans and specifications of the Contract. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the exis- tence or proximity of utilities encountered in performing the work, including without limitation thereon, repair of any or all damage and all hand or explor- atory excavation required. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in. the plans and specifications prior to the date of bid opening, the bidder shall submit a written - 3 - 003'70 M request for a clarification which will be given in the form of addenda to all bidders if time permits. Otherwise, in figuring the work, the bidders shall consider that any discrepancies or conflict between plans and specifications shall be governed by section or division of these specifications. SECTION 4. BIDDING DOCUMENTS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section E of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The completed form should be without interiineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be considered, unless called for. No oral , tele- graphic or telephonic proposals or modifications will be considered. (c) BIDDER'S SECURITY: All bids shall have enclosed a cashier's check, certified check, or a bidder's bond, as described below, executed as surety by a corporation autho- rized to issue surety bonds in the State of California, made payable to "Contra Costa County," in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed therewith. SECTION 5. SUBMISSION OF PROPOSALS: - Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder. to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such . bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral , telegraphic, or telephonic request to withdraw a bid proposal is not acceptable. The withdrawal of a bid shall not prejudice the right of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opening of bids. - 4 - 003 71 SECTION 7. PUBLIC OPENING OF PROPOSALS: Proposals will be p!-blicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional bids, incomplete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing'on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual , firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control or affect the awarding of this contract is in vio- lation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest respon- sible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: _ The bidder's attention is invited to the following special provisions of the contract, all of which are detailed in the General Conditions (Division G) or other documents included in these specifications. (a) Bonds (b) Insurance �c) Inspection d) Assignment of Contract Prohibited - 5 - 00372 SECTION 12. EXECUTION OF CONTRACT: The contract (example follows Page 15 ) shall be signed by the successful bidder in triplicate and returned within five (5) days of receipt, not including Saturdays, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Contractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file acceptable bonds and certificates of insurance as provided herein within 10 days, not including Saturdays, Sundays, and legal holidays, after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the forfeiture of the bidder's security. If the successful bidder refuses or fails to execute the contract, the County may award the contract to the second lowest responsible bidder. If the secgnd lowest responsible bidder refuses or fails to execute the contract, the Count_ may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be.re-advertised or may be constructed by day labor as provided by State law. - 6 - 4()3'73 DIVISION C. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That WHEREAS: The Board of Supervisors of the County of Contra Costa, State of California By Resolution passed 19 has awarded to hereinafter designated as the "Principal," a Contract for constructing and, WHEREAS, said Principal is required under the terms of said Contract and the Specifications therefor, to furnish a bond for the faithful performance of said Contract, NOW, THEREFORE, Ne, the principal, and as Surety, are held and firmly bound unto the said County of Contra Costa, State of California, in the penal sum of Dollars ($ ) lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bonded Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the said County of Contra Costa, its officers, and agents, as therein stipulated, then this obligation shall became null and void; otherwise, it shall be and remain in full force and virtue. - 7 - 00374 PERFORIMANCE• BOND (Con't.) ' And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specification accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the work or to the specifications. IN WITNESS WHEREOF identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety abn,e- named, on the day of (To be signed by ) Principal and Surety) Principal and acknowledgment ) (and Notarial Seal to) '(be attached. ) By • Surety By . The above bond is accepted and approved this day of 19 The above bond is accepted and approved this day of 19 - 8 - 00375 DIVISION "D. PAYMENT BOND (Labor and Material Bond) KNOW ALL MEN BY THESE PRESENTS: That WHEREAS, the Board of Supervisors, Contra Costa County, State of California by resolution passed 19 , has awarded to designated as the "Principal ," a contract for the work described as follows: WHEREAS, said principal is required by Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code to furnish a bond in connection with said contract; NOW THEREFORE, we, the Principal and as Surety, are held and firmly bound unto Contra Costa County in the penal sum of Dollars ($ ), lawful money of the United States of America for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors, or assigns, shall fail to pay any person or persons named in Civil Code Section 3181 or fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, with respect to work or labor, then said Surety will pay for the same, in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case - suit is brought upon this bond, such reasonable attorney's fees, as shall be fixed by the court, awarded and taxed as provided in Division 3, Part IV, Title XV, Chapter 7, (commencing at Section 3247) of the California Civil Code. - 9 - O0376 PAYMENT BOND (Con't.) ' This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder of the specifications accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work, or to the specifications. IN WITNESS WHEREOF this instrument has been duly executed by the Principal and Surety above named, on the day of 19 Principal BY- Surety By Attorney-in-Fact - 10 - 00377 DIVISION E. PROPOSAL (BID FORM) r Bids will be received until the 8th day of J e 1976 at 11:00 a.m.,, in the cambers of the Board of Supervisors, Roam 107, Adninistration Building, Martinez, California, 94553. (A) TO 111E HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY GENTLEMEN: The undersigned hereby proposes and agrees to furnish any and all required labor, anterial , transportation, and services for Landscape Maintenance of South San Ramon, County Service Area 14-4, San amonreA�a in strict conformity with the plans, specifications, and other contract docu- ments on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553 for the following sums; namely: BID: Shall include all of the work for landscape maintenance of all locations described therein. For the sum of: Dollars { 00378 (B) It is understood that this bid is based upon a term of service from July 1, 1976 to June 30, 1977. (c) The undersigned has examined the location of the proposed work and is familiar with the plans, specifications and other contract documents and the local conditions at the place where the work is to be done. (D) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. (E) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly or indirectly induced or solicited any other bidder to put in a sham bid, or any other person, firm or corporation to refrain from bidding, and that the undersigned has not in any manner sought by collusion to secure for himself an advantage over any other bidder. (F) Attached is bid security as required in the Notice to Contractors. Bidders Bond Q Cashiers Check Q Certified Check (G) The following addenda are hereby acknowledged as being included in the bid; if none have been received, write in "None." Addendum # dated + Addendum 0 dated Addendum # dated By. Address Phone Licensed in accordance with an act providing for the registration of Con- tractors, Classification and License No. Dated this day of 19 - 12 - 00019 (H) for accounting purposes, please indicate a bid breakdown by location. This information shall be required of all bidders. M-4 Area Lump Sum Price (in figures) �. At Location 1 - Landscaped portion of Alcosta Blvd. median islands 2. At Location 2 - Meed and Litter control portion of Alcosta Blvd. median islands 3. At Location 3 - Center islands of Village Parkway 4. At locations 4 through 12. NOTE-PLEASE SHOW TOTAL ON PAGE 11 TOTAL ANNUAL COST - 13 - . • nA 380 • The following questionnaire shall constitute an inclusion to the bid documents mad shall be completed and attached to the Bid (Proposal) Form, along with the necessary attachments.. Omissioo of the completed questionnaire from the Bid Form or failure to answer nit applicable questions shall be grounds for rejection of bid in accordance with the Contract Documents, Division B. IysMugnott TO BIDDERS, Section 10 (Page 1) IAREGUTAR PROPOSALS. Inclu.aon of this gwe:tioanair'e is at the request of the State Attorney General. QUESTIOMIRE TO CEIMI. CJCtMeroas 1. dere bid depository or registry services used in obtaining subcontractor bid figures in order to compute your bid? Yas ( ) No ( } 2. If the answer to No. 1 is 'yes." please forward a copy of the rules of each bid depository you used with this questionnaire. 3. Did you have soy source of subcontractors' bids other than bid depositories? Yes ( ) Ito ( ) A. ills any person or group threatened you with subcontractor boycotts, union boycotts. or other sanctions to attempt to convince you to use the services or abide by the rules of one or sore bid depositories? Yes ( ) llo ( ) S. If the answer to Ito. 4 is "yes", please explain the following details: (a) Date: (b) flame of person or group: (c) Job involved (if applicable): (d) Matin of the threats: (e) Additional eoontats: ' (Use additional paper if necessary) Rev. U/n ' 24 • 00381 DMSiG1t V. ARTICLES OF ACRCERM (Contract) eerreatr • tCOnstrOeelem att.emant) ' (COACT* Ceara Casatp fc*dard fora) I. tARIAUrs. These varia►les at* tacorperat*d below by raferenee. i ,hrtiss: (rablic Asesey) i ICOetractori ' z i pJ), tffectise Ante: (fes 16 los otastins dato.I t (i]) the 6brk. ' (14) Completion rime: - [strike oat (a) or (►) 'c*led*rw or ewrkint") CO) By [tate) (b) Vithle ••calendar/wrklms taps tree scathes date. (f)) titailsted remages: i_ s*s ulesdas daT. (96) heli, Agents'. Agent: 11 (!7) Contract hien. S (for-snte price contracts; macs or r Ina accorbare vat♦ tialaaod paOtities at omit bid pctces.) {{ [*tri►� Ort parent►ec/cal material If ta.prilea►1e.1 ' != SIGBAlORtS d !G![!D�'LFAGitt6T. tPublie Alerre. Opt (trssldeAt of Chairman) (8oerstscy) Contneetorhecey also ackswlodsles .wc.Aese of and compliance with Labor Code 11861 concerning YOTkaee•* Conpomeactee law. ati eaalassto ottleles capaelty /n CAO hostess• p f Rate to comersetnr: (J! troorte acknowz*dgmert form below; And MI if a aorpora- stow. Attack a Certified Cr? of cb bthma. or of Civ resolution of the Beard of Direetero Arborising eaeertion of this er+erist and of the bonds required Asr*bg. stere of G3ltore/o ) AC"0VLr9CPrfr (by C*soorstloo. Cesstt of 1 os' tsrtaerAlp. or individual) The pareas(s) attatah above for Contractor, blow to me is tdtwidosl and business capacity as seated. pers.selly arrested ►store am, today and acknowledged that ktthaf Anseat.d It And that the corpoT.tlOs or psttnetahtp named .Nee esecated It. Sat*di ecary rabllc leant ArraDVE&Z J. a. C1AUSta. Gaaaty Cawsel. 8y 'Oeyoty (race 1 Of (CC-1; Rev. r - 15 - 00682 . - S 3. CORS COSTSACT CUASLFS. (a) by their algsatagoo to fectlos 2. effeet.ve on the above •te. tLesr start&.+ pgoaa►e and ares* as set torch to tbl* contract, tacarporactag by these retereaces tie materlal t"varlables-) t& Sec. 1. (N Contractor shall, at his ova coot sale earembe, end la a varkmasl&he _asset. tells and talthfully Factors and complete I t\ia vosk; and w&11 furnish all aa[eceale. Iden. services •md tr.ansprcation necesear7, eoavtal0 t and pwopet is order fairly to pesters the requlgese9to of chis coactacc. all +� •ttictly &o accor4uce with the tr Ylie Agescy's PIA%It. dgavlags Bad arcelficaetoss. (e) This work can be cheated only with tablic Agesev'* trios writes& order %pacifying such change and its cost agreed to by the rattles; and the public &Stacy shall sever have to i pay mesa than specified is Sec. 7 without such an osder. f. TIMI: xmict To raocrrb. Contractor &ball start this week on directed in the *pact- . testtssa or tae ►otic* to proceed; and alkali complete it " spseltted to Sec. 1. S. LIOCIVATED :W1ACFS. It the Contractor falls to eooplete [bis contract and this work t wit\to ate give fixed thegater. allowance bases image for costialeneles as provided herein. be becomes llaklo to the teblic Agency tog all Its loss and damage eberetros; and because. from t\e Select of the case, it 1s and will be larsacttcak:t sad e*treaely dlfitcwle to aseettola and Ila the rubllc At*net's actual dasage Stas any delay to performance hereof, , it to *steed that Contractor will pay as itgaldated damages to the Public Agency the teasnaable sea specilled is Set. 1. the result of the parties' reasonable endeavor to •&%Seats fair avegage cooressattoa &§or, ter each calendar day** delay in fluf&hiog sold work; and It the *ase be set Paid. tbbltc Agesev may. to addition to its Behar Samoa&**. 4.dvct car lase tees Amy mosey dee or to become doe Cooeeaetor wader chis can- {i exact. It She public Agency for asp cause asiberlsos or contributes co a delay. saspea- $100 of work or eateaslos o1 also, its downtime shall be added to The Size allowed for eomplettoa. but it *bell sot be darned a waiver sot be seed to defeat any right of the F Agome, to damages for a o-cuspletlM or tela• bartender. rvrswasc to Government Code fee. 4213. the Coutractor *ball sot be as*vssed liquidated d*mmseo far delay to completion of Chu vogi. vies such delay was cawed by the failure of the Public Agency or the owner of a stfltty to Frovt4a tog removal as geloeatlem of oslaties Schley toellttles. i S. INTMPATID bec"ENTS. The plans. drawings and specitleattoss. of any Public Agency's call for kids, and Contractor's a_c_eeteed bid toe able work are hereby locarpOCS90d into F T1h!• contract; and that age istesdee to co-operate. so ikSg asytbiag exhibited to She plass me drawl&** and *at mentioned to the steettleatlonso or vice versa, is ce be , oaeeotad as if sa\lbitc4. mestlosed and sot North to"bots, to the crus Latest sad meaning .berme whoa takes all together: And 41tfegeacee of opiates eoncermlog chose shalt be &fully dee**shad by public ASoacy'e Ages& specified to Sac. I. 7. PAYMENT. (s) For his &trice ane Stearal fulfill0e99 Of ghts* promises 804 conditions, an 46 suit corpossatles for all chis work, the public Asescy sb#II Fay the Contractor t &be sen speettled is Sec. 1, except 9649 to salt Price costeset* tke paymoot sbslt be tot sial&►ed gwastltle& at salt bid prices. (►) OS or *bet the tics[ day of each calendar smash She Cougr*ceer shall 801+19 to ebo Public Agency a veretled appllcaalos for pa7meat, sspNcad by a statement s.vwlag all materials actually lastalled during the ptecodsms month, the labor expeoded thereon. and the cost thereet; whocospos. atter ekee►tag, eke Public Agency 0ha11 issue 90 Coattnetec a cegtlticate for the ensu[ deceratned to be due. 01906 102 gbersot put*want to Covaravost Code Sec. $7617. but sot ustfl detective worst and mateslals have base temsved. replaced ed made good. - s. VAvBFNTS CITaKEtD. (a) The Public Agency or its &Seat any withhold may Poysent, or cause at later dasce"904 evidence nullity all of any earctficate for payment, co such F omtemt and period of time only as say be sscesoory to 9909969 the public Agency 9960 less beeaNe of: (1) Detective week set remedled, or oaeonpleaed work. (1) Class* filed at g*asoaable ovidenee ladicact9g probable filling. 1 (3) failure to property par sebcostraetole or for material of labor, i (A) Seasonable doubt that &a* week gas be eomplesed.for the blames them Nereid. 09 (S) Swage to another cosetaetor. (b) The Pm&tic Agesey *ball lose reasonable 411190060 to discover oat 9*Per9 to the eoattectot. as a\e work Peogcess*s, the materials and labor wb$cb ser mot satisfactory to St. ao as to awned u&&.ce*sary trod!* as cost to the Costrocsog to mast*$ pod any 4*9eettve week or pasts. (e) SS calendar days after the PSbl&e Agoacy file& sea &sates of 6o&plai&oa of the entire (Page 2 of a) (CC-1: Lev. -721 - 16 - a 00383 r votk. It Shall !tuna • certtfleate Cm t►e Csotrattmr aad pay the*sjSSCe of the contract pCSC* after deduttims all amounts Withhold under this contract. provided the Contractor ahw* that all caatas tat labor and sag*11SIS have bows paid, so Clain• have bee& presented to the P"ISC Ateacy based oa acts or aotestesa of the Coatracter, aad so items of wstbbold notices have boss tiled aRalast the work or site, aad provided [hate ate hoc reaaamable SndicatSeaa of detective ar atesist wort at of late-cecorded montes of liens • mt tiaras egatest Coatracter. e. .1. UtSID !CI". (Later Cob $62860-61) on sigatas Chis Cestract. Cootgacter most Rive FOX lie Aseacy (1) a cetgiflcate of coaseat to self-Smsere issued by the Director of ladestrfal Relattess, of (2) a cetattleate of Worbase's Coapemsscies lasursace Issued by as admitted insurer, or (3) as exact copy or dwplaeate t►oreot certified by the Director *9th iasugec. Coatracter is aware of sad complies vii► Labor Code Sec. 3700 and the WotIsea's Coopeasattes Lay. f 10, SONDS. as attains thio eomegaet Coatgaetor Shall deliver ce Pablle•Ageney for approval sod aad outticfest bonds with sureties. 1a aaouat(s) specified to the spec$fl- t Se ug ses; awaraaeaat his fatchtws pactoreaace of this cooccact and his payment for sit ; ISbot and materials hereunder. ll. PAILaRE TO tFIF01K. It the Contractor at may ciao release or segigets. witbeoe fault of the public Asa Oey or its ageat(a), to Supply entilelest aatertats or wmrkaea to CoaFlete thSs atreeneat aad vori as provided terata, for a period as 10 days of mote !feet men,velites notice thereat by the public Agency, the public Agency Way toratab sass and deduct the reasoaa►1* e*peases taegeot tree the contract puce. 12. LAWS APPLY. Cameral. tock parties recstmise the SFplicablllgV of various federal. at it aad local laws &04 regwlatlt+s, especially Chapter 1 of Part'7 of the Caltforais Labor Code (►egtastat vita Sec. MIT. aad aacludsmg See►. 1133 6 1777.6 torbiddsat dis- erlalaatsea) and latest chat this agesesaat C"Vlsea tbererith. The Forties specifically t Stipulate that the relewac pozaltiee aad forteltwres provided to the Labor Code. !t especially to Secs. 1771 6 1413, cancerslog prewlliag wages and boors, shall apply co this agteememt as thong► fully seiFslat*d 60Ceta. Y 33. SSt4C0lT4at7bRS. Gverseeac Code 111100-1113 agelauspagatsd berate. 14. WAGE RA-M (a) Puissant to Labor Code Sec. 1773, the soveraias body of the Public _ Aseacy has iscertaaaed cbe Senecas Pgevetl Lt rags of wafts per die*. aad tar holiday aad ovettise work, to the socaitty IS watch this work is to be pertoreed, for each Crate. d3aeatfscatle0. CC type of waikWA& 0964*4 to eseCWCW this COattACC. 044 said rates are as specllled lax the call lot bids tog this work aad are as the with the Public Ageacy. and ate hetey Sacerperated hotels. (►) This schedule of vases is based as a worklat day of a boors wales• otherwise opeelfled; ad the daily tate to the hearty gate wlttplted by the number of hours Co&- etttmttag the worLtag day. Chea leu than that aoob9r of hours age va<gk9d, the daily wage } tate is proportieostely reduced. b4A the hourly race remains as stolid. 1 (t) the contractor, aad all 1610 sobeoacractors. most Fay at least these rate• to all poresee ea tilt walk, societies all travel. ou►atsteace, aad !rine* ►aesflt payments provided for by applleAble collective bargalasas agreements. All skilled laser not listed above most be paid at )east the vote scale established by collective ►arsalai^s asteemont i tot each lobar Sa the locality vaere such week is !stag reffereed. It It betas*$ •sees- eery for the Contractor or aa* smbceatractor to emplay jaw Verso^ is a Craig, Ctsssttt- eattom of type of work (except eascutive, supervisory, abt^asrrative. clerical of other U06-sammel workers as such) for which so atatawa Wage gate to spectated, cbe Contractor shall immediately aotl9w the Public Ag*way .bleb Shall promptly datetniae the prevatttag wase tate theteleg 404 twesis► like Coatracter with the alelsonorate based thereon, which shall ap#IF fro& the taus of the Initial emp1016e49 of rho torso& affected aad dortst the eosttswuce of such employaemt. 13. gouts OF LapOa. taght hours of labor )a ase calendar day constitotet a local day's wrk. and me vow &a ***loved at may is&& oa this work by the Contractor or by any Sub- Coatgattor *ball be reywaaed or peraleted to wegl leagor C►erese oscepc as provided sun Lobar Ca a Sew. 1410-1413. 16. APFUNTICtS. Pgapecly lodeetere4 aprge■tieea say be employed ea Cht6 work is oceotdamea with$Labor Code Seco. 1177.3, aad 1777.6 ea nes-dlacciaiwataam. (Mae 3 of 4) CC-l; Bev. 4-72) 17 :_ 00384 ' r II. tREMMCt y0R ]►TESIALS. The fulls agency desires to promote the Industries aad otesasy at Costo testa Comity. aad coke Cemteaeter tkerefor* promiwas to ase iso Products, wertmes. laborers aad mecksmics of this County so every case where the Price. fitaess and quality ate equal. 1g. ASSIMNIEE. This agreement ►lads the belts, successors, assigns.,mad ceressestatives Of t►e Camttattar; but be eaaaot wcsiga It 1s w►ole or AS part. mor say noalos due or Ce, • boceme duo wader it. witkout the prior Velteen consent of the Public Agency and the Coattacter's surety or smteties. Vale** they have wIlved settee of assigasest. 19. 90 CAMS AT PrWLIC ACLSC7. lospoctles of the Vogl aad/or materials. or approval of vett sadlor materials suspected. or stateoest ►!r sap officer. ogeac or employee of cite rwbllc ageacy lndtcatlwg the vert or say part tsereet coaplie& with she gequtreaoncs of this cestgaet. or acceptaace of tie wbele or ase part of said war* and/or matertals, of ' payments tkerefeg, or say cos►ssatlma e( these acts. Abell mot colts** the Costractst of Us eblitaties to tolfill this teetiact as osescrtbr4: new skall the Public Ageacy be tbeteky cstepped from btingtog way action for damages of eatogceaene arising from the tallore to comply with ay of the teras amu cesdttloso barest. 20. aeLp S&WtUSS s ISDEXTITT. (a) Contractor promises to and &ball hold harmless and tadesrliy'lrom eke liabilities as deflaed to skis section. (►) The iademaitees ►esetlted aad protected by this Pea/s* are %be tu►lie Age&C• and Its elective sad appolnttvo boards. conn/assess, officers, agents aad employees. (e) T1e jt&%tl9"os protected agalest are any liability or claim for damage of any &lad ollegedly sutieged. incurred as threateaed &*camas of actions defined below. tactrdiaq p*tsesaf is)ur7. death, property damage, taverse eosdemeacton. or any combination. of these. Regardless of whether or mot soca Liability. claim of danaRe was anforeseeable at any ciao • before the Comaty approved the inproveeeat Plea at accep9e4 the laptoveeeats as coaPleted, sad (atludlog the decease at may salt(*) or actleeW at law or equity costecalag these. (4) The ottleas caustog Llablllcy age any act ac emission toeclltest or son- maglfteat) 1s eeadectsea wltb the sattets covered by this contract sad attributable to the contractor. sm►eoatgactor (6). sr any offieer(s). agest(s) or employee(s) of ons of sore of (e) leo-Ce641ttess: The prealse sad aggeosest to this saccles to sot conditioned or depemdemt as whether at set may ladeaaltee has prepared, supplied. or approved art- plam(s) air spoelflcatles(o) Is eoaaecties with this work. Sao lasarasce or otter ladematticatton sevetiag may at those natters, er that tke alleged damage seamlsed partly from may aegll- ;eat or willful aleceadect of may ladeanitee. (rage 4 of a) . CC-1; Ree. 4-72) . O OSS DIVISION G. GENERAL CONDITIONS SECTION 1. DEFINITIONS: Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meaning: Addendum--A document issued by the County during the bidding period which modifies, supersedes, or supplants the original contract documents. Agreement--The written document of agreement, executed by the County and the Contractor. Architect or Engineer--Shall mean the architect, engineer, individual or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these specifications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his authorized representative. Bidder--Any individual , partnership, corporation, association, joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly authorized representative. Board of Supervisors--Shall mean the duly elected or appointed officials who constitute such a Board, who will act for the"County in all matters pertaining to the Contract. Change Order--Is any change in contract time or price and any change in contract documents not covered by substitutions, submittals, or field orders. Project Inspector, Construction Supervisor, Inspector, or Clerk of the Works shall mean the authorized agent of the County at the site of the work. Contract--The contract is comprised of the contract documents. Contract Documents--The contract documents include the agreement, notice to contractors, instructions to bidders, proposal , plans, general condi- tions, supplementary general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Contractor--The individual , partnership, corporation, associa- tion, joint venture, or any combination thereof, who has entered into a contract with the County. County--Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. - 19 - �t3862 Field Order--Is an instruction given during the course of the work, not involving a change in contract time or price. General Notes--The written instructions, provisions, conditions or other requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. Plans--The official drawings including plans, elevations, sections, detail drawings, diagrams, general notes, information and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, dimension, and details of the work. Specifications--The instructions, provisions, conditions and detailed requirements pertaining to the methods and manner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. Superintendent--The representative of the Contractor who shall be present at the work site at all times during performance of the work. Such Superintendent shall at all times be fully authorized to receive and act. upon instructions from the Architect or his authorized agents and to execute and direct the work on behalf of the Contractor. Supplementary Agreement--A written agreement providing for alteration, amendment, or extension of the contract. Work--The furnishing and installing of all labor, materials, articles, supplies and equipment as specified, designated, or required by the contract. SECTION 2. GOVERNING LAWS AND REGULATIONS: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and employees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws, which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accordance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal , the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations, Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. SECTION 3. PATENTS AND ROYALTIES: A. The Contractor shall provide and pay for all licenses and royalties ' necessary for the legal use and operation of any of the equipment or specialties - 20 - a03s1 used in the work. Certificates showing the payment of any "such licenses or royalties, and permits for the use of any patented or copyrighted devices shall be secured and paid for by the Contractor and delivered to the County at com- pletion of the work, if required. SECTION 4. BOND AND INSURANCE: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the County on the Contra Costa County Standard Form for the work in accordance with the plans and specifications, shall furnish and file at the same time labor and material and faithful performance bonds as set forth in the advertisement for bids, on a form acceptable to the County. B. COMPENSATION INSURANCE: The Contractor shall take out and maintain during the life of this Contract adequate Workmen's Compensation insurance for all his employees employed at the site of the project, and in case any work is sublet, the Contract shall require the subcontractor similarly to provide Workmen's Compensation Insurance for the latter's employees, unless such employ- ees are covered Dy the protection afforded by the Contractor. _ In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmen's Compensation statute, or in case there is no applicable Workman's Compensation statute, the Contractor shall provide adequate insurance for the protection of his employees not otherwise protected. AMMC. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance, naming Contra Costa County as an additional insured, as shall protect him and any subcontractor performing work covered by this Contract, from claims for damages for personal injury, including wrong- ful death, as well as from claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by either of them. The amounts of such insurance shall be as follows: Public Liability Insurance in an amount not less than $250,000.00 for injuries, inc: iding wrongful death, to any one person, and, subject to the same limit for each person, in an amount not less than $500,000.00 on account of one accident, and property damage insurance in an amount not less than $50,000.00 The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles of Agreement. t D. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, b Property Damage Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates - 21 - 0����� shall indicate that Contra Costa County,has been named as an additional insured. These certificates shall contain a provision that coverage afforded under the policies will not be canceled until at least ten days' prior written notice has been given to Contra Costa County. E. PERFORMANCE BOND: One bond shall be in the amount of the Contract, and shall insure the County during the life of the Contract against faulty or improper materials or workmanship that may be discovered during that time. F. LABOR AND MATERIALS BOND: One bond shall be in the amount of fifty per cent 50" of the Contract price, and shall be in accordance with the laws of the State of California to secure the payment of all claims for labor and materials used or consumed in the performance of this Contract and of all amounts under the Unemployment Insurance Act. SECTION 5. PAYMENT SCHEDULE A. On a monthly basis, the Contractor will furnish the Acting Public Works Director with an invoice for work done during the previous month, giving dates and service area name and number. B. Payment shall be made on receipt of said invoices at the contract lump sum price divided by 20. C. During the winter months_(November through February), the amount of 1/20 of the contract lump sum price will be paid. D. In the months March through October (growing season), the amount of 2/20 of the contract lump sum price will be paid. E. Invoices are to be directed to: Contra Costa County Public Works Department Room 115, Courthouse Martinez, California 94553 Attention: Grounds Maintenance Superintendent SECTION 6. SUBCONTRACTING A. The Contractor shall be responsible for all work performed under this Contract, and no subcontractor will be recognized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the fulfillment of this contract and shall keep the work under his control. - 22 - QUt1-389 _ r SECTION 7. TIME OF WORK AND DAMAGES A. The County will designate the starting day of the contract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. a B. Any money due, or to become due, the Contractor may be retained to cover said liquidated damages and should such money not be sufficient to cover such damages, the County shall have the right to recover the balance from the Contractor or his sureties. SECTION 8. WORK SCHEDULE Within three weeks after the Contractor has been notified to start work, he shall submit to the County a practicable work schedule of operations on a form approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work. When required by the County, the Contractor shall submit an adjusted work schedule on the approved form to reflect changed conditions. SECTION 9. PERMITS AND LICENSES The Contractor shall obtain all ;:omits, and all licenses, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders of any officer and/or body iawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith and pay all fees lawfully required relating thereto and all costs and expenses lawfully incurred on account thereof. SECTION 10. CONDUCT OF WORK A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Contract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of pro- per quality, and equipment to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. C. The Contractor shall personally superintend the work and shall main- tain a competent superintendent or foreman at all times empowered to act in all matters pertaining to the work. - 23 - 00390 � I _ SECTION 11. INSPECTION A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof. B. Whenever the Contractor intends to perform work on Saturday, Sunday, or a legal holiday, he shall give notice to the County of such intention at least two working days prior to performing such work, or such other period as may be specified, so that the County may make necessary arrangements. C. The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain an area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satisfactorily re-worked and brought up to standard in the sole opinion of the County. D. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one-time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract SECTION 12. REJECTIONS OF MATERIALS The Contractor shall promptly correct all work rejected by the County as failing to conform to the Contract; and the Contractor shall promptly replace and re-execute his work in accordance with the Contract and without expense to the County. SECTION 13. INTERPRETATION OF CONTRACT REQUIREMENTS A. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in subdivisions 1, 2 and 3 below shall govern: . 1. Addenda shall govern over all other contract documents, except the County's Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifications, the specifications shall govern. 3. Conflicts within the Specifications: a. The "General Conditions of the Contract" shall govern • - 24 - 003% over all sections of the specifications except for specific modifications thereto that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required system or with regard to the manner of combining or installing of parts, mate- rials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract documents in accordance with such standard. SECTION 14. CLARIFICATIONS AND ADDITIO14AL INSTRUCTION_ A. Notification by Contractor: Should the Contractor discover any con- flicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents, or if it appears to him that the work to be done or any matters relative thereto are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected, he shall immediately notify the County in writing and request interpretation, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any re- sultant damage, defect or added cost. B. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. SECTION 15. PRODUCT AND REFERENCE STANDARDS A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred to in the contract documents, such designations shall be considered as being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date.of first invitation to bid shall be considered as part of this contract. - 25 - Otl392 SECTION 16. ' MATERIALS, ARTICLES, AND EQUIPMENT A. Material shall be new and of quality specified. When not particularly specified, material' shall be the best of its class or kind. The Contractor shall , if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section,438O et seq. , of the Government Code, State of California. B. Wherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to that specified. Request for substitution shall be made in ample time for the County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material , testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other public agencies, and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for sub- stitution will only be considered when offered by the Contractor with the rea- son for substitution: Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. C. All materials shall be delivered so as to insure a speedy and uninter= rupted progress of the work. D. Within fifteen (15) days after the signing of the Contract, the Con- tractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. SECTION 17. PRESERVATION AND CLEANING A. The Contractor shall protect and preserve the work from all damage or accident. This shall include any adjoining property of the County and others. B. The Contractor shall properly clean the work as it progresses. As directed, rubbish shall be removed, and at completion the work shall be cleaned and all temporary equipment and rubbish shall be removed from the site, all being left in a clean and proper condition satisfactory to the County. SECTION 18. PAYMENT OF FEDERAL OR STATE TAXES Any Federal , State or local tax payable on articles furnished by the Contractor, under the Contract, shall be included in the Contract price and - 26 - 00393 paid by the Contractor. SECTION 19. ACCEPTANCE A. The work shall be accepted only after being satisfactorily passed by the County inspector. Any discrepancies or conflicts arising from such inspection shall be governed by Section 3 of Division B of these specifications. B. In judging the work no allowance for deviations from the Plans and Specifications gill be made, unless already approved in writing at the time and in the manner as called for heretofore. 27 00394 DIVISION H. TECHNICAL SPECIFICATIONS SECTION 1. SCOPE OF SERVICE A. The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County on the streets or areas as designated in the attached plans and these technical specifications. B. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil, fertilizing, mowing, watering, removal and disposal at a commercial garbage disposal site of debris, trash and detritus collected. C. The Contractor shall furnish to the Public Works Director, within 15 days after approval of the contract by the Board of Supervisors, a work schedule showing the proposed dates and time of work for the location shown on the pro- posal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to become effective. D. All plant material shall be in a healthy, growing condition during and at the end of the contract period. SECTION 2. LANDSCAPE MAINTENANCE' A. Weed, Insect and Disease Control 1. All planting, rock, concrete, and asphalt surface areas; and immediately adjacent street gutters, shall be kept weed free. Maxi- mum weed population shall be three (3) weeds per square yard, and no weed shall remain over two (2) full weeks (fourteen-day period). 2. 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 Public Works Director within 15 days of the approval of the contract. Such program shall include control of both narrow and broad-leaf weeds and fungal diseases in turf. Such program will be adhered to unless written approval to change said program is granted by the Public Works Director. 3. Application of weed, insect and disease control chemicals shall be within the season(s) best suited to the insects, diseases and vege- tation in question. 4. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying or lack of applying control chemicals shall be replaced by the Contractor at his expense. S. Weed oils, granular or pelleted weed control chemicals and chemicals with a "Danger" pesticide label will not be allowed. - 28 - 0Og9 % 6. The Contractor shall possess a valid California Pest Control Oper- ator License and shall provide the Public Works Director with such evidence prior to the application of any pest control chemicals. S. Stakintand Guying 1. 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. 2. Where the supporting stakes have been broken, or where a replace- ment tree is planted, the stakes shall be of a vmod of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" by 20 square and not less than 10' in length. See attached Standard Planting Details for replacement planting. C. Irrigation 1. All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 2. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the -contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the Contra Costa County Public Works Director with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. The controller shall • be set to operate in the morning before the heavy commuter traffic begins. D. Repairs to Existing Facilities All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. E. Fertilizer 1. Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% - 29 - nt v Min. Max. Phosphoric Acid 6% 14% Water soluble potash 4% 7% and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. 2. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur 1.60% Iron 0.35% and shall be applied at the following rate: One tablet for each )7- inch of tree trunk diameter breast height or three tablets per tree, whichever is greater, inserted up to two feet deep but not less than eight inches deep, and spaced equidistantly around the dripline at the end of March of the Contract year. 3. Fertilizer shall be applied to turf areas five (5) times during the growing season and three (3) times during the growing season of all other planting areas. 4. Where annual bulbs have been planted, commercial bone meal shall be incorporated into the soil during October. 5. All areas shall be well watered Within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing, The Contractor shall notify the Public Works Director in writing of each fertilization. F. Pruning and Mowing 1. All trees and shrubs shall be kept pruned for health, shape, pre- vention of wind damage and public safety. Turf shall be maintained at a height of 132" to 2-1�" at all times. 2. Hypericum calcinum shall be mowed once a year in the spring or in the dormant season, to a height of three (3) inches. 3. Where turf is present, two vertical mowings and twc aerations shall be done to eliminate thatch and aid in water infiltration. Such ver- tical mowings and aerations shall be spaced so that there is one ver- tical mowing in the fall and one in the spring. All curings and thatch- ings shall be removed from the turf and disposed of at a commercial dump site. - 30 - OU�9`7 G. Litter Control All areas shall be- kept litter-free. Litter pick-up shall .be done at two- week intervals -or less as required to maintain presentable appearance as determined by the Public Works Director. H. Plant Replacement The Contractor shall replace all vegetation lost through lack of care as described in Items A through G. unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. I. Location of Work 1. Center islands of Alcosta Boulevard from just west of Davona Drive easterly to Old Ranch Road. (Landscaped section only.) 2. Center islands of Alcosta Boulevard northerly from Old Ranch Road to just north of Ensenada Drive. (Weed and litter control only.) 3. Center islands of Village Parkway from Alcosta Boulevard southerly to Contra Costa County line. 4. West entrance in front of brick wall on Firecrest Lane just northerly from Winterhaven Court. S. Narrow planted area on east side of Firecrest at Alcosta Boulevard. 6. East and west sides of Broadmoor Drive at Alcosta Boulevard. 7. Northerly side of Alcosta Boulevard between fence and curb from Bellemeade easterly to Southern Pacific Railroad tracks, approximately 400 yards easterly, and from Firecrest Lane to fence and approximately 300 yards easterly. (Weed and litter control only.) 8. East and west side of Bellemeade Drive at Alcosta Boulevard. 9. Westerly side of Tareyton Avenue from end of planted area just north of Yarmouth Way to fence at Pacific Gas and Electric Company property, approximately 100 yards south of Springdale Lane. 10. Portions of westerly side of Tareyton Avenue within M-4 Service Area from Pine Valley Road southerly to approximately 200 yards south of Oak Creek Drive where Tareyton Avenue angles to east. (Weed and litter control only.) 11. Northeast and southeast corners of the intersection of Pine Valley Road and Tareyton Avenue. 12, Weed and Litter Control Areas Only Weed and remove litter as needed to maintain a presentable appearance as determined by the Acting Public Works Director. - 31 ' t�398 -1 V V i '• � o-_ �• i'J V x 1 . 10 0 h t -�. :. T.eS.1fi:•'- .1-. (�qre m i ! n 4 _.t.. - S -�l' r r F 7�,t - •� L jujr D c`. o z •, vANN f' uu v z orvn mss • ti �, .,r_ ( ~. i° a D► -+ off ► � z_-� vrtnyQ Yr Zr J7 Z rr,� F o i warrnZ n1 Zi m 6 ► r Q v P O O .vim r r P 4 O V z is r r -� f n -4 1> O tj r r p ~ D Z "' r ,� r T r PIn U Z e%"N y ° Q 3 n r< y -Vi n M' p r ? -�T' x' y VV A t o i v G) v r 4 4 � in /^� Q r c• i r' W n S P Z L� O in p o p •\� _ D 1 �; • m in , y 7 0 ., j _tip 'etc (n o 1'— i. •s ,. I'll, n =► n xr w U v s '3; P r0 p Y Q /} U n i U U y p U vi f Al F. _� ♦ R ~ !C ...i R O L r !Ou -� G 6 v it ! 1• Q r P R ! A P v_IL i n Z r C3 I �u ` w ° g i P $ ° j� r m r V t• O i/ ^ N r r v 01 r a u O-/ �( 'v O V �i CVT A (� > f v ➢ O In !" s r r CC v J V j b u P D O p� j V 31 } 11711 A`O O - `; r P v - • !i v n o -- /r n �r v --. p 0 > A 1 n > ► i O Li ar v M z 0 V j, P f, S t>- -vi A m '� --1 n O i ~ (''• R O-t .D D r -� '" " p O i ,i, " `I N A C r F; P N p t, > i J it y 0 r D O h n (Pi � �i r R r f Y p < �+:. --'t r4 r 1% -4- N r rd r Y A C T P -4 r P r �= l U r 1u 0 n P -1 A r r = r 4 _e Oi moC ( < p = D O 4,V O ► tr Z, x v 6 V ` +I Z ` yy i 1% c � U p' j - v oRr u r 0 n P1 r I - * ''0 Oin lq� p F1 4 p a I� O • azo = •. 'L p 'i, ,� ` v N � �� L--+-! 11"ti �'• r' � ? � i O a n Q:. 3 • �� r � r f-,,...� ., t- ( '. 11 11 '7 1 V C Y• t V ow t • f jam. + -�;�` '",*`}_' ' _'• ' • >+h i' I �ddI1.1 1 `...+pie 3+� r.,���L.� *.,,.� �• .� �4�:.•y j 41 vt 38.�47c .iPa_.� '' ►smut$ r �„�•...;• .`wt ��}."'c..rk-O^Yy � 1-. fj r 1� .. :�� `,.,�.:s ��b . .� j� :, *.�s'i•;aa`a i11•�'�1����.� iy._.. ��r- �'•h:. �` '-+�s +'p'_ ;_ ..a,�Jf i�� $' • � ���{j�jk�'���•' i.:!� f 'k ''"-� r �, :.�_ _"..r )li -*, '1'�;.+ '7 ' �1 ~V' •'is _ � . t A�f �'` �.Tr �7," 1 �+•�� _i .;a �: ti Ti �i �.•"'a i' =1 � 1 �3 `�. J1 ;4 a` 1'• ..��..--•—�-- ' ;:s :t =_ f ":=';1��v 1 ; ,gyp"a ::« .; " SY' '' ' 1 `v !(y,•/� + '"» ids. LZ .:«�M S /h r +a�w+ a't l"•,.J'' 1} `"i T �`+" r�."»�•.1., • joi la cs 14 ar w.r. ..�.',' it ��•�,• r:•♦ -,. •�- 4Y:j��--"^�, _". : `4�• r. • r / ry •'•. as .,,.•�• , , ..:� V .+. _ - - � • �, �-+-.-y,� •.w •+ j ♦ SRrf. :w J:�.S'si=.• • �+.J ,{�..� = ,`±+ � ° -_ `�:.. �' s y 'ice v •±� A/ n=C':! r � •` �' f :'t" !'.+ Biu'+:_..1.' •a.- ..sem• #: •y •'s � �' ^"f Ly =i, '�: .s `A«�.. �•y� .i:1 �`'"+ ; ;'`"; ? } �' �. �"Y ja k 3 r:. s _.j ,s f + 1 ;i•!_ .s i`:_ '=G�� ♦ ��+�t�•.•.'`Lr.�*" � l+..w...�' �•,•r y.t j,i i �+j�rtyt��` ' ,• 1 �1,__'�' ,45�}r.'�� r��- ,„�+�-_{ ,`a- s,s j`•y / psVOh3 ON •• t`� :,.a•k 'raw ,^�=-�”-- i - - -... _ ^� .� +.�'' ]�./. f- {( 1a •,/' • i--�� r •:J�r t_ "s . +♦�- `�• � �'i ( ly � 1• 1i�" .I Z a _•j�.. yt '_ �,l..��._ �` _{ .. .i�,: _ `�.- - �rr- tt r"t �i...: •-tom� �~j_+.._J,; r= ���j'f. '.1.1 -!♦'_ ' lam•, +-� L:"°_._ k A._ 'C , •_J �4, L..f' •...- L;4- ---------------- -to --� --_..:I.�♦lr_JlITERST_��:_�_:' _..«...ww.-+w._w.w.�wr......w w.irw+•,w.,�.wrwr+ .-..,w.i.-.,.---r w..........�...,r. w. ,r.. �. �...�..-...__.. 'M�.Mrw.."^"w: Iw•M"w'nr-'•+w. • • A •• L . u 3 • M-4 • • At F77]rL.A�{ �� 4 �+ �r Yysr E• �rE C '3. •i . =t � +.1' ~•.• + jam, s v0`.� t• - tt�•s Olt tw �i.��. y ,.•..:.r S,rs . '� .l •h �h'. L%� ` .t ! r : `„ • � SYS•, 7M .I JJ ij to ~+. i . •� ! +a. `r /• A• 4��y r' 1�..�j�\r•`an i. h'�t=r`�� !.`., tj••��+g.',+ .''"j` Q y.C �,/rr• ;� '2 � ��~ ` a f ✓!" ,�,�., ��-.-jay"~�•' �.`� r ' t..: i.►•'.w" Y ••.t.4x. r _ "! 't'• •.ai .'r N s a a •<r - ,,,, "„• .• .. ` .q`s r e"; .+ =•.tel ,",..': ..vt-<.S i• . t ,:}yam. f.''t 'fy •• �_. •• `i v •'1'• +I •r% .+C �(,•!i s�' fav «!p• �'� •:'1 ;at•- 4, �".' ,.-. j _ -.�" ` ;"` '+ . •�}•Pn i '�«. .,� lMO�R�t.,rJ �C•Ir�ti. >i„F%?w-- :r0►gY00i � t� bt• g�Y 4 yw•:"� t! +:a. +�[ inr♦aL .r4 r .� i .!-•..tom... L � _�..: �f�`+ �,r+ r �+` + 1� Z :� •' O `: �� J„ .<fy,y- �y' i + ''•.1•i r'7'"S.�nr.i �'�°' s � ! :j.. �t ?►;'•�' /i'i' .t»:`.•w ,,, ? •� ''• •t f .•`►-� :! ��-'• _� '`'�� r} "' �P/. •t" • }vim wS".•��dt •rs"� 3,p�'•j'"i- ;� `•.`.. it - ," a,.•• +''• �_� ..1. ,. y „ ` � �.� � 'o Z� ;�.•,•, � .� ti_t •L '' r-,..<�'�_'<`� ffy~ `t .�: ""fw . �tai A.R t» w�w� '.-. `y�►4 �s, ry• r'� AN .•V, + •r QCT -,,:7�t � t ,.>�—= y f'�'•l;.'.�•`.; • ry.. .O Vs +�. '..•' j,.'. .��. .+.2.• .a. «r�='•"•r r r ,t •s- _ _• w�•\�.at 4r••+*:: •R� , y •• .'s: 4�• ..s+�w•wt� '' ,a iy ' .. ., •..! S.• _7�„•'...Jit .,_ w• j,/e� t• `�•�i+t f ♦'�tt `;': '* .'�.•`'•S r� .ih/�'�: of .i�; w'ti. • � ti�y a, :ws�""`_tom'r � •;••' .'./ ^�•/`S<�%•\_ -"��% 4 �'!,J;. �;,,• ;:S' �' P? w� r t,1,y t j-' i �' ,. -,•• _ "`• � r j M+s' �• .!t' w�a.i� 'r' i�� •• y}.w(y!r`i: � a s :•�-Ji �':;, �, t�..i,• _� _w T tr•'. �1!►SE \ •''sem 'tit, ^r:"�`r ��!O '^..t�'. '.. Jw+ 'f C f••• ,f l� ;w( y '", LLT-. 0♦ 0 -W `• w. '_UBt �♦ � _r :�u•" �, �'1.0�;• � <-q�r ••`►►• '`.� t" ..1.+ .��_• .. '�' w.• •• y ;5 c;� xt ^ �� �s C'S'�_.�•.�••+ ACF•/'�. f a � >v4 � �• `•`�`'r:.Cv r•�`rsT� i�� .I+r�L".�',. •`� � `r•_ •�•- r.• .z•��i t � ���'^��_./_�. .i4„C �.:i..f. •• � (•••.`�. ,t� ..•t �y "� '` r � �� .-t r•l. � •�f� t, a��: 1hY� �L _ ?.t n. / ..+ i - :�y'.5•� - h r. .�:..�-y i��;-4 J?ti�*�' , ! `,•� u . ►e +++.i••_ -t��'•_ ..F--, H w !•'r r w�� �� voL:a t Gw.O.xCi-+�"Li , . - `v.�' 1 �+`i y �`.•.. !"i;, �\ t r. y�.. •'��1� � ••t--.+ ..i;ti rJ..t.a i `4,�•� �*�•�• t a .� •� TAA -�•i 1 tr �'rr-: Y` i' '• !j`- �"t� �a�awa •�N w: •'.t L� �- z'•' 1...»� )'- t!��:•t� Lf +sw is r•a:s_ „y- f ---=�+ •r - D� j"•�• w'i".,�•r �<_ f J,-�. - .1 .".*'-.)K'`` t?1 '�' =�!sJI:j r`••�'••t. ?t int`✓y`+•'• 0. ' ��.� + fie, y` y�-�'�'„� .,.,k 1� _� � •• ':.tet' .,,_«�t�� ! _'¢ _!.. ...%•i.l' '.t.:- � i`j�•: •t it •r- f. ! i►:f t;t,,,!✓��l V �i i }'�'"~ JtiTES _ 66Q; :�_::——_—=-:,"�. _—.:: �`.� 4401 ---------�- -----. ........... -,��� . -4 � � r•. M ' • • - � �`sem IJ� ,�,,, t•• �} s � `•^•-y] .� 1�' ��{�'.".•..n.:.•rY�•;i M MST �/ Cb vw Ail fr Q. r t �i.i2i, ?�.- J •O! •,• �, •. • fes''' !. � tr�M S• ,..f,•: / oar 1 ` ;1;' '� �t. ,. + •_�. t - :. 1 ?. .tet, j/ •f ♦ '.,y s .::� z. �: •^;' .f'�a, =:t •:. - . .0,L ._;, � ^``�% t:, �,, ",1 •�:�. ` Gas .. ....(+,�. ''';\ • , .� } • r••_ �• /jf ,/'�. ���• a/1+•r`� �•'P=� �✓� '�•- d%~„i`•` ••��t zmon VIA 37 (t e•• }/+?w ;. `r. � ate,,-.,�., �^��•^• ! dry �M-t '•�4t+ C. �' ..•? Pw`+ �� •.=�6':�o• -.•:+rs�f"t"'��'�• :�aJ' 1�' i `��rt.���iis��I.•�. ,t.+:�i •,y 4 +�,: • •t ,�P �.��., \ +! CM 'ti. .t H•" !�` �'J Jt Af•.r• t•r1�'J Y.It .f?1 i �i'n aa, <' -�t : °�'.�� J '�`1� `�! i� '"'�s*«-• %.',. ar.••'1 :� ,r r � ' a yti. �a�'•• ;�a is o1:�si� �,rt.`� ' ,.�»�* �� l+ ^'��•♦ '� , - � �_ � s J �/r ,•"il tet. ,. �.• �•+/(` � '"'• a ti•e.._•J•-,•`•.. .•P,• �_1 .= -_ 4 isa,.:�5.� y• � �JJ��r �� �• �, ? f •r.4 + 1/...G)))am a•'� J // / •,: ` ,.•:\411' r'! f �� � �,jM III 1IIE BmtU OF SUPEI:t'ISORS OF CO3IITRA COSTA COUNTY, STATE OF CALIFORNIA Amending Resolution Number 75/523 Establishing Rates to be Paid to RESOLUTION NO. 76/399 Child Care Institutions WHEREAS this Board on June 30, 1975, adopted Resolution Number 75/523, establishing rates to be paid to child care institutions for the fiscal year 1975-76; and WHEREAS the Board has been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution Number 75/523 is hereby amended as detailed below: ADD THE FOLLOWING DAY TREATMENT FACILITY MONTHLY RATE The Growing Mind, Berkeley $368 PASSED and .ADOPTED this 11th day of May, 1976. cc: Director, Human Resources Agency Social Service; M. Hallgren Probation Officer County Administrator - County Auditor-Controller RESOLUTION' NO. 76/399 00403 a r In The Board of Supervisors of Contra Costa County, State of California In the Matter of Amending Resolution No. 75/523 RESOLUTION NO. 76400 Establishing Rates to be Paid to Child Care Institutions WHEREAS this Board on June 30, 1975, adopted Resolution No. 75/523 establishing rates to be paid to child care institutions for the fiscal year 1975-76; and WHEREAS the Board has also been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE iT BY THE BOARD RESOLVED that Resolution No. 75/523 is hereby amended as detailed below: ADD THE FOLLOWING SMALL FAMILY HOME. MONTHLY RATE Yoder Group Hone. Martinez $ 445 PASSED and ADOPTED by the Board this 11th day ofMay, 1976. cc: Probation Officer Human Resources Director Social Service County Administrator County Auditor-Controller Superintendent of Schools RESOLUTION NO. 76/400 , OU404 tom. y IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, SPATE OF CALIFORNIA ' In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 76/401 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the 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 California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the .roll should be corrected; and in slccordance with Sections 4986 and 5096 of the Revenue and Taxation Code, the assessee may file a claim for cancellation or refund. Current information from the taxpayer and his certified public accountant shows that assets have been doubly assessed, since they are included in other assessments; therefore, the following corrections should be made on the roll: n/o S. Franklin Sher, MD Original Corrected Amount Class of Assessed Assessed of Code-AssmtJ Property Value Value Change iizquou=338 Pers Prop �U6 � Imps 3,760 1,205 - 2,555 09000-8040 Pers Prop 2,420 -0- - 2,420 09000-8041 Pers Prop 2,560 -0- - 2,560 09000-8042 Pers Prop 2,760 -0- - 2,760 n/o S. Franklin Sher Trust 09000-3357 Pers Prop $1,160 -0- -$1,160 R. 0. SEAT N, Assistant Assessor t 4/20/76 cc: Assessor (Giese) Auditor RESOLUTION NO. 76/401 Tax Collector Page 1 of 40445 f It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description 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 substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, assessor certifies to the auditor that the following corrections should be made on the assessment roll in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and S096, the assessee may file a claim for cancellation or refund. Assessee reported property which is included in other assessments; therefore, the following corrections should be made on the unsecured roll: n/o Wendy and Robert Sher Teri and Candy Sher Tony Sher, Trusts Eleanor Carlson, Trustee For Fiscal Year 1975-76 Original Corrected Amount Class of Assessed Assessed of Code-Assmtf Property Value Value Change 09000-9044 ergs Prop U $ -0-- -':6 Z,02u 09000-8045 Pers Prop 1,940 -0- - 1,940 09000-804 Pers Prop 1,800 -0- - 1,800 09000-8047 Pers Prop 1,700 -0- - 1,700 AND, FURTHER, that portion of the property not reported should be assessed as escaped assessment pursuant to Section 531.4; together with interest in accordance with Section 506; and, in accordance with Section S33 the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year; and business inventory exemption allowed in accordance with Section 219 as indicated. For the Fiscal Year 1976-77 An audit discloses the following corrections should be made to the unsecured assessment roll: Code 06001 - Assessment No. 8004 Pinole Medical Development dba Doctor's Hospital of Pinole 2151 Appian Way Pinole, CA 94564 For the year 1975-76 Assistant Asessor RESOLUTION NO. 76/401 Page 2 of 3 00406 _ l f 4 I Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change R/T Code mp7- s — I�$6 +4J.'593 ; Pers Prop 98,490 97,475 - 1,015 4831.5 Bus Inv Ex 13,205 13,365 - 160 219 Net Change +$1,420 533 Code 79111 - Assessment No. 8003 East Bay Properties, Inc. dba Sasha•s Wine Cellar P. 0. Box 5636 Concord, CA 94524 For the year 1975-76 Imps $ 39,690 $ 47,800 +$8,110 531.4; 506 Pers Prop 71,270 64,170 - 7,100 4831.5 Bus Inv Ex 3,495 3,640 - 14S 219 Net Change +$ 865 533 NOTE: Assessees have been notified. I hereby consent to the above changes and/or corrections: Ass't. Assessor JOHN B. L SQnty Counsel By Deputy MAY 111976 Adopted by fia mrd on... RESOLUTION NO. 76/402 Page 3 of 09497 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 76/402 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the 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 4985 (a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee, heretofore or hereafter attached due to such error should be canceled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected • or additional amount was made within 30 days from the date cor- rection is entered on the roll or abstract record. In Tax Rate Area 02002, Parcel No. 132-122-025-1, has been erroneously assessed to David Earl & Paula T. Bancroft, due to error in overlooking document transferring title to this parcel . Therefore, this assessment should be corrected to show the assessee as Myron Wood Jr. & Frances L. Osmuson, 41 Heritage Court, Walnut Creek, California, who acquired title by document recorded on December 27, 1974, in Book 7396, Page 288, of the Official Records of Contra Costa. Further, it has been determined that due to such error, a continuous Homeowner's Exemption in the amount of $1 ,750 assessed IA44Q�,� R. 0. SEATON Assistant Assessor copies to: Assessor (Mrs. Kettle) Auditor Tax Collector Page I of 2 RESOLUTION NO. 76/402 00411Q !, value was erroneously applied to this parcel. Therefore, this assessment should be corrected as follows: Assessed Value From To For the year 197S-76 Land $3,685 $3,68S (no change) Improvements 2,500 2,500 (no change) Homeowner's Ex. I "750 "=0- Total , T Assessee, Myron Wood Jr. $ Frances L. Osmuson, has been notified of this correction. I hereby consent to the above changes and/or corrections: 4t. 0. EATON JOHN B. USEN, Count Counsel Assistant Assessor t4/16/76 By Deplity MAY 111976 Adopted by il�Goora on. Page 2 of 2 RESOLUTION NO. 76/402 w409 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll of Contra Costa County ) RESOLUTION NO. T6/403 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 of description 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 substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, assessor certifies to the auditor that the following corrections should be made on the assessment roll in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund; AND, FURTHER, such error caused the assessor to erroneously allow business inventory exemption and, therefore, an escaped assessment in the amount of the portion of the exemption incorrectly allowed because of such erroneous or incorrect information submitted by the taxpayer should be entered pursuant to Section S31. S of the Revenue and Taxation Code; and that portion of the taxable tangible property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531.4; together with interest in accordance with Section 506; and, in accordance with Section S33 the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year; and business inventory exemption allowed in accordance with Section 219 as indicated. An audit discloses the following corrections should be made to the unsecured assessment roll: R. 0. SUTON, Assistant Assessor t 4/30/76 cc: Assessor (G. Giese) Auditor Tax Collector RESOLUTION NO. 76/403 Page 1 of �0 Concord Toyota Sales Code 02002 - Assessment No. 2889 > Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Ch�aneee ' R T Code ers Prop 230 4831.5 Imps 5,010 4,130 - 880 4831.5 Bus Inv Ex 5,100 5,105 - 5 219 Net Change Consumers Cooperative of Berkeley, Inc. Code 03000 - Assessment No. 2363 Imps 11,550 11,550 -0- Pers Prop 5,025 4,695 - 330 4831.5 Bus Inv Ex 2,170 2,007 + 163 531.5; S06 Net Change - 167 533 Assessee has been notified. Channel Lumber Co. , Inc. Code 08001 - Assessment No. 2052 Pers Prop 70,560 66,080 - -4,480 4831.5 Imps 29,190 29,190 -0- Bus Inv Ex 17,325 15-,085 + 2,240 531.5; 506 Net Change - 2,240 533 Assessee has been notified. James Spillman Code 08001 - Assessment No. 2576 Pers Prop 19,670 17,780 - 1,890 - 4831.5 Imps -.30 430 -0- Bus Inv Ex 9,215 8,2SS + 960 531.5; 506 Net Change - 930 533 Assessee has been notified. Levin Metals Corp. Code 08001 - Assessment No. 3150 Imps 316,070 313,680 - 2,390 4831.5 Pers Prop 261,020 259,500 - 1,520 4831.5 Net Change - 3,910 Carters of California Code 11007 - Assessment No. 2004 Pers Prop 66,600 65,600 - 1,000 4831.5 Imps 1,000 970 - 30 4831.5 Bus Inv Ex 32,005 31,275 + 730 S31.5; 506 Net Change - 300 S33 Assessee has been notified. R. SEATON, Assistant Assessor RESOLUTION N0. 76/403 Page 2'of OU4 - Atchinson/American, Inc. Code 12012 - Assessment No. 8007 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change (R/T Code) erP s Prop " 16,520 . , -' ""596 453I. !) � Imps 3,200 1,950 - 1,250 4831.5 Bus Inv Ex 5,825 S,71S + 110 531.5; 506 101 Penalty per Sec 463 No Change Net Change - 1,830 533 Assessee has been notified. FOR THE FISCAL YEAR 1974-75 Consumers Cooperative of Berkeley, Inc. Code 03000 - Assessment No. 2552 Imps 11 ,550 11,550 -0- Pers Prop 2,945 2,830 - 11S 4831.5 Bus Inv Ex 1,150 1,094 + S6 531.5; S06 Net Change - S9 S33 Carters of California Code 11007 - Assessment No. 2001 Pers Prop 68,940 67,720 - 1,220 4831.5 Imps 9I0 910 -0- Bus Inv Ex 33,060 32,250 + 810 531.5; 506 Net Change - 410 S33 Atchinson/American, Inc. Code 12012 - Assessment No. 2017 Pers Prop 16,910 16,320 - 590 4831.5 Imps 2,450 1,530 - 920 4831.5 Bus Inv Ex 6,605 6,595 + 10 531 .5; 506 Net Change - 1,500 533 Assessees have been notified. FOR THE FISCAL YEAR 1973-74 Gordon Wilson Code 02002 - Assessment No. 3610 Pers Prop 4,170 250 - 3,920 4831.5 Bus Inv Ex 369 14 + 3SS 531.5; 506 Net Change - 3,565 S33 Assessee has been notified. 17. U. 5LAA-UN, Assistant Assessor i Page 3 of RESOLUTION NO. 76/403 - UAll U412 r i i i ; Carters of California ' Code 11007 - Assessment No. 2001 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value - Value Change -(R/T Code elr s Prop 5�680 ��10 -5 770 4831. Bus Inv Ex 12,632 12,285 + 347 531.5; 506 Net Change - 423 533 Atchinson/American, Inc. Code 12012 - Assessment No. 2012 Pers Prop 1S,480 14,380 - 1,100 4831.5 Imps 1,300 1,570 + 270 531.4; 506 Bus Inv Ex 5,283 5,072 + 211 531.5; S06 Net Change - 619 533 Assesmees have been notified. AND, FURTHER, FOR THE FISCAL YEAR 1972-73 Consumers Cooperative of Berkeley, Inc. Code 08001 - Assessment No. 2707 Pers Prop 18,910 18,610 - 300 4831.5 Net Total - 300 Atchinson/American, Inc. Code 12012 - Assessment No. 2017 Pers Prop 14,700 132290 - 1,410 4831.5 Imps 1,600 1,280 - 320 4831.S Bus Inv Ex 3,528 3,246 + 282 531.5; 506 Net Change - 1,448 533 Assessee has been notified. For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers i, the Assessor's office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 of the Revenue and Taxation Code, the assessee may file a claim for cancellation or refund. Code 03000 - Assessment No. 201S, Velma Council and June Madison are erroneously assessed for Personal Property with assessed valuation of $50 and Improvements of $110 since assessees had gone out of business before the lien date; therefore, this assessment should be corrected to zero value. R. 0. SEATON, Assistant Assessor RESOLUTION NO. 76/403 Page 4 of 00413 Code 76008 Assessment No. 2002, William C. Merritt is erroneously assessed for Personal Property with assessed valuation of $360 less business inventory exemption in amount of $180, plus 10% penalty for failure to file timely. Assessee had sold the property before the lien date; therefore, this assessment should be - corrected to zero value, no business inventory exemption, no penalty. AND, FURTHER, for the Fiscal Year 1974-75 Code 76008 - Assessment No. 2002, William Merritt is erroneously assessed for Personal Property with assessed valuation of $32S less business inventory exemption in amount of $165, plus 101 penalty for failure to file timely. Assessee had sold the property before the lien date; therefore, this assessment should be corrected to zero value, no business inventory exemption, no penalty. I hereby consent to the above changes and/or corrections: Assistant sessor JOHN B. CLAUSEN, County Counsel By Deputy Adopted by the Board MAY 111976 RESOLUTION NO. 76/403 Page S of 00414 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of the Cancellation of j Uncollected Penalty €e Interest On j RESOLUTION NO. 76/404 Assessment Reduced by Assessment j Appeals Board/Officer. j (Rev. & Tax C. IJ 2922.5, h98S) Auditor's demo: Pursuant to Revenue Taxation Code Secs. 2922.5 and 4985, 1 recommend cancellation from the following assessments on the unsecured roll, of penalties and interest which have attached erroneously because such assessments were reduced by the Assessment Appeals Board or the Assessment Appeals Hearing Officer. I consent to this cancellations. H. DONALD FUNK, JOHN B. CLAUSEN, County Counsel County Auditor-Controller WCHA" A. BOIrrOLA=O By:�/ ��� ., /'�.�li Deputy By: Deputy 'lie Contra Costa County Board of Supervisors RESOLVES THAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel penalties and interest on the following unsecured assessments: 2002-8086 79005-0206 PASSED Am ADOPTED on MAY 111976 by unanimous vote of the Supervisors present County Auditor I County Tax Collector 2 Unsecured) Redenotion) RESOLUTION W. .76/404 40415 BOARD OF SUPERVISORS, CONTRA COSTA COMM, CALIFORNIA In the .latter of the Cancellation of RESOLUTION N0. _76/05 - Delinquent Tax Penalties ) (Rev. & Tax C. 4985) AUDITOR'S ?MEMO: Pursuant to Revenue and Taxation Code 498S, I recommend cancellation of the following uncollected delinquent penalties, costs, redemption penalties, interest, or redemption fees on the assessment roll for the 1975-76 fiscal year. They attached to the properties described by the following Assessor's Parcel Numbers or Tax Collector's Bill N%mbers due to the Auditor's inability to complete valid procedures initiated prior to the delinquency date. I Consent 11. DONALD FUNK, County Auditor-Controller JOHN B. CLAUSEN, County Counsel By: hL,ko et"', Deputy By: Deputy The Contra Costa County Board of Supervisors RESOLVES TIIAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel the uncollected, delinquent penalties, costs, redemption penalties, interest, or redemption fees on the properties described by the following Assessor's Parcel Numbers or Tax Collector's Bill ]Numbers: 114--410-048-2 193470-007-9 21n-040-015-5 193-470-OU-1 193-160-017-3 550-020-014-1 193-160-018-1 902-002-662-0-01 193-170-061-9 902-010-862-0-00 193-170-062-7 193-223-004-6 193-241-0105-1 193-262-008-9 193-150-01;1-6 193-450-105-7 193-!e50-0?1-!s 193-470-002-0 143-470.)04-6 PASSED AM, ADOPTED on MAY 111976 cc: County Auditor by unanimous vote of the County Tax Collector (2) Supervisors present County Counsel RESOLUTION NO. 76/405 W416 BOARD OF SUPERVISORS OF CONTRA COSTA COtMT?, CALMRNTAA Re: Cancel Delinquent Penalties, etc. ) on Second Installments an the j RESOIl4TION N0. 76/406 1975-76 Secured Assessment Roll. TAR COLLECTOR IS KMO: 1. On the below listed parcel numbers 6% delinquent penalties and costs have attached to the second installuents due to inability to compl9te valid procedures prior to the delinquent date. Having received paymenta, I now request cancellation of the 6% delinquent penalties, costa, redemption penalties, and fees heretofore or hereafter accrued pursuant to Revenue and Taxation Cade Section 4985• 034-200-014-8-02 232-080-006-9-00 110-052-020-2-01 248-120-001-8-00 u5-282-005-2401 270-131-0183-01 ll?-020-032-1-01 360-010-031-1-00 120-081-053-7-19 365-220-701-4-00 12"10-038-7-M 410-070-030-3-00 153-111-001-1-00 411-044-004-9-00 170-241-011-7-00 411-044-0064-00 174-022-014-8-00 416-091-001-6-00 1 500-260-0103-00 195-351-023-542 509-050-022-3-01 201-010-006-9-00 514-120-001-3-00 210-484-018-24)0 117-290-046-4-01 Dated: May 5, 1976 EDWARD V. IEAL, Tax Collector I consent to these cancellations. JOHN B. CLAUSEN, County Counsel kgA" Asst. By: Deputy BOARD'S ORDER: Pursuant to the above statute, and showing that these uncollected delinquent penalties and costs attached because of inability to complete valid procedures prior to the delinquent date, the Auditor is ORDERED to CANCEL thea:. PASSED ON MAY 11 1976 j, by unanimous vote of Supervisors present. I _ I APL:Jam cc: County Auditor County Tax Collector PESOLUTION NO. 76/406 0041.7 BOARD OF SUPEBVISCHS OF CONMA COSTA COMM2 CALIFG MA Re: Cancel Delinquent Penalties, etc. } on Second Installment of the 1975-76 ) RBSOIIITION No. 76/407 Secured Assessment Roll. ) ) TAX COLIECTIM IS 10'0- 1. Parcel Nos. 21C-C40-018-9-04, 210-a;O-0213-03 and 2j0-%0-=-j--03. Due to clerical error by inadvertently failing to consider an Assessment District on the roll, application for segregation of taxes was accepted by this office prior to the delinquent date. I now request cancellation of the 6% delinquent penalties, costs, redemption penalties and fees heretofore or. hereafter accrued pursuant to Revenue and Taxation Code Sections 4986(1)(b) and 4985. Dated: May 3, 1976 EDWARD H. IEAL, Tax Collector I consent to these cancellations. JOHN B. CIAUSEN, County Counsel By;L , Asst. By: ,Deputy x-x-x x-x x x x-,x-x-x-x-x x-ac x-ac x-x x x-x-x-x-x-x x x x x x-x-x-x-x-x-x-x x BOARD'S ORDER: Pursuant to the abore statutes, and showdng that these uncollected delinquent penalties and costs attached because of error, the Auditor is ORDERED to CANCEL them. PA= ON MAY 11 1976 � by unanimous vote of Supervisors present. APL:Jam cc: County Auditor County Tax Collector RESGUMON KO. 76/407 00418 IN TO BOARD OF SUPERVISORS . OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) Tax Bens on Property Acquired ) RESOLUTION NO. 76/408 by Public envies ) VWSAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NWs THEREFORE, BE IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year ofvarious FOR YEAR 1975-76 CITY OF IMTIDCH CONTRA COSTA COUNTY 065-101-009-2 1004 Por 053-051-002-3 53022 Por 066-142-009-1 1004 Por 125-240-018-7 79063 Par 076-261-016-0 1002 All A8-191-00Ie-8 79082 For 076-440-003-2 1002 All 148-191-005-5 79082 Por CONTRA COSTA COUNTY FLOOD C0NTROL 202-040-025-1 66002 Por AND WATER CONSERVATION DISTRICT CITY OF WALNUT CREEK 018-O60-022-3 58016 Por 184-060-011-6 9002 . Por W-060.032-2 58016 Por RICRI�p�. 1= REDF.4`ELO?HEN7 AGENCY 018-08O-OO7-0 58016 - Far 561-181-014-3 8088 Por 016-140-009-4 58016 Por FORFEAR 1974-75 018-lw-014-4 58016 Por CONTRA COSTA COU[3TY " 018-140-015-1 58016 Por 125-210-018-7 79063 Par 018-170-001-4 58004 For H. DONALD FUNK, County Auditor-Controller By: , taAY 1 �. 1976 Adopted by the Board On- (Tax (Tax Cancel Order) (RST 54986(b) ) County Auditor 1 County Tax Collector 2- (Redemption) (Secured) -- FESOLUITTO'l 110. 76/403 w419 IN THE HOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Fatter of Cancellation of ) Tax Liens on Property Acquired ) RESOLUTION NO. 76/409 by Public Agencies ) VMREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOW, THEREFORE, HS IT RESOLVED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1974-75 & : F3R YEAR 1974-75 FOR YEAR 1975-76 STATE OF CALIvORNIA STATE OF CALIFORNIA 9-79041-872-0 79041 Por 9-79041-872-0 79041 Por COWM. COSTA COJ14TY CONTRA A COST! COUNTY 269-010-016-5 83004 Por 269-010-023-1 83004 An 1 j .H. DO7ALD FUNK, County Auditor-Controller . By: .f t it'.AY 111976 Aaoptea by tib Gourd ai...- . (Tax Cancel- Order) (R&T 54986(b) ) County Auditor 1 County Tax Collector 2' (Redemption) (Secured) RESOLU^sION -NO. 76/409 00420 BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFORNIA RE: In the Matter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION N0. 76/410 Roll of Property Acquired by Public ) Agencies. ) (Rev. F Tax C. S4986(b) and 2921.S) Auditor's Memo: Pursuant to Revenue and Taxation Code 4986(b) and 2921.S, I recommend cancellation of a portion of the following tax liens and the transfer to the unsecured roll of the remainder of taxes verified and taxes prorated accordingly. I Consent H. VO4NALD FUNK, County Auditor-Controller JOHN B. CLAUSEN, County Counsel By: Deputy By: JinDeputy k * � � +r : t : • : * • : s � • * * : : : : s i * ♦ t t * t t s * s ,t w * s t � s 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 ,- Aes to the 'various unsecured rolls listed below. Tax Date of Transfer Remaining Irate Parcel Acquiring Allocation Amount taxes to be Area Number Agency of taxes to unsecured Cancelled FOR YEAR 1974-75 9d 5oo1 373-102-013-1 CONTRA COSTA COUNTY 7-1-74 to $_MT W& S $ 4eT:09 9-18-74 144N7 3-Te-33 Awl 5001 373-155-003-8 (X)MTRA COSTA COUNTY 7-1-74 to 10-22-74 FOR YEAR 1973-74 9 cf,S•7(o /a3, Fx 79049 098-210-024-0 iOH M COSTA COUNTY 7-1-73 to 1*.-55- 93.43 12-31-73 FOR YEAR 1972-73 85ooh h25-123-027-4 CONTIM COSTA COUIMT f 7-1-72 to -0- -444 6-30-73 FOR YEAR 1971-72 85004 h25-123-027-a C NTM COSTACOUNTY - to 4.28 .16 5-24-72 FOR YEAR 1970-71 85001, h25-123-027-h CONTRA CIM.STA COMY 7-1-70 to 4.42 -0- 5-24-72 PASSED AND ADOPTED ON MAY 111976 County Auditor I by unanimous vote of the County Tax Collector 3 Supervisors present (Secured) (Redemption) (Unsecured) RESOLUTION W. 76/410 _ M BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFORNIA RE: In the clatter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION NO. T6/411 Roll of Property Acquired by Public ) Agencies. ) (Rev. & Tax C. 54986(b) and 2921.5) 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 N. MaLD FUNK, County Auditor-Controller J01iN�CLAUSEN, County Counsel By: Deputy By: Deputy a � ,t * # � : � � � : * t s s s : t : t 3 s s ! t * t s t * +► t # * t s s t s s t -� The Contra Costa County Board of Supervisors RESOLVES THAT: Pursuant to the above authority and reco=endation, the County Auditor shall cancel a portion of these tax liens and transfer the regaining taxes to the I975_ - 76 unsecured roll. Tax Date of Transfer -Remaining Rate Parcel Acquiring Allocation Amount taxes to be Area -Number Agency of taxes to unsecured Cancelled 7025 085-054-006-3 PI?TSBURG RSkEVEIOPW1T 7-1-75 to $ 6.13 S 35.81 AGENCY (au) 130-76 7025 085-055-003-9 PITTSBURG REDEVEIAP'I NT 7-1-75 to 6.13 35.81 AGENCY (all) 1-30-76 7025 085-055-004-7 PITTSBURG REDEVELOPMT 7-1-75 to 12.27 68.62 AGE`O'Y (all) 1-30-76 7025 085-055-011-2 PITTSBURG REDEVELOP10"1T 7-1-75 to 6.23 35.81 AGENCY (all) 1-30-76 7026 085-082-003-5 PrMBURG REOEVELo. rr 7-1-75 to I68.I9 45.75 , AGENCY (all) h-14-76 . 7026 085-085-023-1 PrMB;JRc MEVELOPl1✓11T 7-1-75 to 9.76 20.82 AGENCY (an) 3-9-76 7025 085-117-005-0 PITTSBURG REDEVEWFIFrllT 7-1-75 to 3.06 29.41 AGENCY (all) 1-30-76 7025 085-117-006-8 PITTSBURG R.SDEVELOM 1T 7-1-75 to 6.13 35.81 AGENCY (a11) 1-30-76 79118 078-070-034-0 STATE OF C.41.IMMIA 7-1-75 to 3%.hg 763.63 (all) 3-2-76 RESOLUTION NO. 76/411 00422 Tax Date of Transfer Re--aininv Rate Parcel Acquiring Allocation Amount taxes to be Area NumberAgency of taxes to unsecured Cancelled 79328 078-120-MI-5 STATE. OF AL FOMVIA 3-2? 5 to $ 582.41 $ 12252.59 UU)2001 328-040-032-5 CITY OF CONCORD 7-1-75 to 84.32 218.00 (all) 2-23-76 - 2017 118-040-033-3 CITY OF CONCORD 7-1-75 to 118.88 306.13 . (all) 2-23-76 J , - ) . • 11007 417-042-021-2 SAN PABLO R DEVELOPMOT 7-1-75 to 105.07 70.76 AGM CY (all) 3-16-76 T. P:sSED A`.•D ADOPTED M MAY 111976 County Auditor 1 by u:ariaous vote of the County Tax:Collector 3 Salt erti isors present (Secured) (RedEcTtlon ) - RESOLUTIGI '�0. . 76/411 (Unsecured) 00423 . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) Supporting Assembly ) RESOLUTION NO. 76/412 Bill 3844. ) WHEREAS this Board of Supervisors has heretofore requested the introduction of Assembly Bill 3844 in order to alleviate salary inequities which presently exist with respect to the Municipal Court Personnel; and WHEREAS Assembly Bill 3844 does not contain an appropriation' for the reimbursement of any County costs which would be engendered by its enactment; and WHEREAS the County of Contra Costa is willing to accept responsibility for all such costs; NOW, THEREFORE, BE IT RESOLVED that this Board of Supervisors hereby DECLARES its support of Assembly Bill 3844 and agrees to assume full and complete responsibility for any and all costs which may be engendered by the enactment of such bill and specifically waives any right to seek State reimbursement therefor. PASSED and ADOPTED by this Board on May 11, 1976. Orig: County Administrator cc: Governor Brown (Office of Legislative Affairs) County Legislative Delegation Assembly Revenue and Taxation Committee Senate Judiciary Committee Senate Revenue and Taxation Committee County Counsel RESOLUTION NO. 76/412 0OA9 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Declaring ) the Week of May 16-22, 1976 ) "National Handicapped Aware- ) RESOLUTION NO. 76/413 ness Week. " ) WHEREAS the County of Contra Costa is deeply committed to take positive steps to guarantee handicapped citizens equal access to employment, education, transportation , housing, recrea- tion and to public buildings and services ; and WHEREAS to further this commitment, the Board of Super- visors fully endorses 01976 National Handicapped Awareness Week" in this Bicentennial year, sponsored by the National Easter Seal Society for Crippled Children and Adults and the California Asso- ciation of the Physically Handicapped, working closely with public and private groups and handicapped citizens to bring about this access; and WHEREAS it is important for all citizens -of the County of Contra Costa to understand that- our handicapped neighbors actively and productively participate in the life of our County; and WHEREAS to further this priority, "National Handicapped Awareness Week" activities are designed to remove existing barriers which affect one out of every ten Americans and to work towards the full development of their economic, social and personal potential through the use of our man-made environment; NOW, THEREFORE, IT IS RESOLVED BY THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA, TO HEREBY PROCLAIM the week of May 16-22, 1976 "NATIONAL HANDICAPPED AWARENESS WEEK" and to call upon all citizens to join in creating a barrier-free environment to enable individuals with handicaps to exercise their rights and inde- pendence to participate with dignity in the life of our County. PASSED AND ADOPTED this 11th day of May, 1976. cc: Easter Seal Society County Administrator RESOLUTION NO. 76/413 IVIVVA � IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA 7 In the Matter of Housing Problems ) of Low-Income, Elderly Families ) RESOLUTION NO. 76/414 WHEREAS the Board has received written and oral communi- cations from the Contra Costa Council on Aging pertaining to problems encountered by low-income, elderly families under provisions of Section 8, Housing Assistance Payments Program (Housing and Community Development Act of 1974) ; and Whereas the Board referred this matter to the County Administrator and the Housing Authority of Contra Costa County for review and report back to the Board; and WHEREAS the Board has received a report and recommendations of the County Administrator and has discussed the matter; THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY RESOLVES THAT: 1. It finds the proposed changes and improvements to the existing housing Section 8 Program which are contained in the comments transmitted to the Rules Docket Clerk, Office of the General Council, Housing and Urban Develop- ment on April 7, 1976 by the Housing Authority of Contra Costa County, would improve this County's efforts in providing better housing to its low-income elderly residents; 2. In light of existing housing assistance needs in the County, which far exceed the present funding level of available programs, this Board supports increased funding for the Section 8 Housing Program to provide increased allocations of new housing for the elderly and other low-income groups in the County; 3. It is desirable that the Housing and Urban Development Area Office be requested to consider more closely the goals for new housing in Table III of the Housing Assistance Plan of the County when making its allo- cations of new and existing units in future years; 4. Congressmen and Senators representing this County be advised of these concerns and be requested to support actions necessary to attain these recommendations. PASSED and ADOPTED by the Board on May 11, 1976. RESOLUTION NO. 76/414 1 t.,Arc 1�\1`�V Orig: Planning Department cc: County Housing Authority Contra Costa Council on Aging The Honorable Daniel E. Boatwright The Honorable Alan Cranston The Honorable Ronald V. Dellums The Honorable John T. Knox The Honorable Kenneth A. Meade The Honorable George Miller The Honorable John A. Nejedly The Honorable Nicholas C. Petris The Honorable Fortney H. Stark The Honorable John V. Tunny County Administrator i RESOLUTION NO. 76/ 414--` ti County Administrator Coma ,Board; mn costa, ist District County Administration But7dug AUiM AL Dia, Martinez,Califomia,94553 2nd District (415)372-4090J&"=E-sii = alNly am 3rd District G-WM RECEIVED 4th DiKrkt EdMWW A.Lkndm" 5th oavi" r4AY 111976 i Of SUMVGSM To: of Supervisors Date: May 11, 1976 Response to Council on Aging Comments on Section 8 Fron: ur G. Will, Subject: Housing Subsidy Program and County Administrator Housing Problems of the Elderly Your Board on April 6, 1976 referred to this office and to the Housing Authority of Contra Costa County the report from the Council on Aging and comments submitted to the Board on April 6, 1976 by Nr. R. B. Spaulding concerning the U. S. Department of Housing and Urban Development Section 8 Public Housing Program as it affects the elderly. My office has reviewed this matter with Mr. .J. A. Jones, Executive Director of the County Housing Authority, and the County Planning Department staff. Based on the foregoing, I wish to make the following comments: 1. There is general agreement that the total need for housing assistance by the County's elderly will not be met fully by the Section 8 Program in the near future; the major obstacle is adequacy of funding. 2. Within these constraints, HUD has allocated more "existing housing" subsidy units than requested in e First Year (1975-76) Housing Assistance Plan (HAP) . On the other hand, allocations for new construction in the County has fallen far sit of the County's request. Thus far, HUD has advertised a total of 231 units of new construction (including 196 units for the elderly) as compared to a requested goal of 999 units (with 885 for the elderly) . These allocations by HUD do appear to reflect a partial disregard for local priorities as expressed in the First Year HAP. 3. As with any new program the Section 8 "existing housing" program has faced some procedural and regulation deficiencies which, if corrected, would enhance the operation of the program in Contra Costa County. The Housing Authority, which is working with this program on a day-to-day basis, submitted recom- mendations for improvements to HUD in a report dated 004214 Microfilm.-d with board order Board of Supervisors Page 2 May 11, 1976 - April 7, 1976. It should be noted that as of April 23, 1976, 230 families were located in Section 8 housing units, including 93 for the elderly as compared to the Housing Authority projected Section 8 occupancy of 174 total units through April 30, 1976. 4. The County Housing Authority is working to maintain and improve the Section 23 "leased housing" program. Under current HUD regulations, this program will be gradually converted to the Section 8 program with Federal funds allocated specially for this purpose. This will not detract from the normal yearly allocations. Based on our review of this matter, and discussions with Mr. Jones and the Planning Department staff, the following actions are recommended: a. That the Board endorse the County Housing Authority's efforts to implement the Section 8 "existing housing" program and to obtain changes in the program procedures. b. That the Board urge the HUD Area Office to respond to the stated goals of the Contra Costa County HAP of each entitlement area with respect to both the new construction as well as the existing uni s aspects of the program. c. That the Board support larger overall funding for Federally assisted housing programs, and that said position be communicated to our Congressmen and Senators. A status review on this matter will be made later in the year. JEH:lk 00429 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Application for ) Grant for Law Enforcement Purposes ) RESOLUTION NO. 76/415 to the Office of Criminal Justice ) _Planning ) WHEREAS Contra Costa County desires to undertake a certain project designated as Automated Court Calendaring to be funded in part from funds made available pursuant to the Crime Control Act of 1973, PL 93-83, administered by the Office of Criminal Justice Planning (hereafter referred to as OCJP) for the California Council on Criminal Justice; NOW, THEREFORE, BE IT RESOLVED that the Chairman of the Board of Supervisors is AUTHORIZED to submit an Application for Grant for Law Enforcement Purposes to OCJP and is AUTHORIZED to execute the Grant Award Contract for law enforcement purposes including any extensions or amendments thereof; BE IT FURTHER RESOLVED that the applicant agrees to provide all matching funds required for said project (including any extension or amendment thereof) under the Crime Control Act and the rules and regulations of OCJP and' the Law Enforcement Assistance Administration (LEAA) and that cash will be appropriated as required thereby; BE IT FURTHER RESOLVED that grant funds received hereunder shall not be used to supplant ongoing law enforcement expenditures. PASSED and ADOPTED by this Board on May 11, 1976. Orig: County Administrator cc: OCJP Criminal Justice Planning Agency of Contra Costa County County Auditor-Controller RESOLUTION NO. 76/415 W lov .. GRANT AWARD The Office of Criminal Justics Planning, hereinafter designated %CJp", .hereby makes a grant award of funds to Contra Costa County hereinafter designated the "Subgrantee' under the provisions of Title 1, part C omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351) as amended (PL 91-644), hereinafter designated "Safe Streets Act", in the amount and for the purpose and duration' set forth in this grant award- Project Title Contract No. » Project No. AUTOMATED CALENDARING SYSTEK 214r--3 . Grant Period 7/1J76 - 12f30j77 1 project Director (lame, Address, Telephone) Federal Amount $165,000 L. Douglas Cervantes State Buy in Auditor-Controller's Office 9,167 contra Costa county (415) 372-2181 Local Hard Match 9,166 Finance Building Financial Officer (Name, Address, Telephone) Other Match N, K. Donald Fun-, Auditor-Controller Total Project Cost Contra CostaCCounty Finance Building (415) 372-2181 $183,333 Martinez, CA 94553 . This grant award consists of this title page, the application for the grant which is attar. ♦♦ ••.;-..s....a.. a and made a part hereof, and the Standard Grant Award Conditions whi a:•� attached %Iereto as Attachmeat- B and =ad e a part hereof. .. ., antee hereby• si ifies its acceptance of this grant az,ard• and agree:: to administe: i,... ..t...` gr 3 9n Isla grant project ,in accordancz with the terms and cozxdi.tions�set•forth in or incorporated by reference in this grant award and the a_np able pxorisiai. of the Safe Str ets Act. Q J,4P Kenny DATE My 111976 �Lz anal Authorized ign. for subgrantee • ;.•a�..'a z .James P. Xezui • :;•. Title: airma Chn , r .•,y Address: Board of Supervisors; Contra Costa Co. Mministration Building - • Martinez, CA 94553 By _ DATe L;:ecutive Director, OCJP SPECIAL DE POSIT G.rr'NSRAL FUND ITEM Fiscal. Year ' Fiscal Officer ZJP 653 - For use ONLY when TOTAL I'�CCT COST is $50,000 or more. 00431 Wised 7/75 Microfilmed with board order: '2y . , CALIFORNIA COUNCIL-ON CRIMINAL JUSTICE Part B Part C x Part E Application for a grant under Section 301 (b) of the Omnibus Crime Control and Safe Pre-Agreement-Effective L_ Streets Act of 1968 (PL-90-351), as amended Date by PL-91-644. Grant Extension Approved : • To . Title' AUTa4ATED CALENDARING SYSTEM Z. Region: G i. Type of Application Year: 1st 2nd 3rd X 12. Applicant: Board of Supervisors x� Original (Date) Contra Costa County 0Administration'Building Revision (Date) Martinez, CA 94553 ` Continuing Project2ias -3 i. Grant Duration: is Months 13. Project Director: L_ Douglas Cervantes, Justice Automation 3. Length of Project: le Months Advisory Committee Auditor-Controller's office, Contra Costa Support Dollars Percent Co., Finance Bldg,Rn 102, Martinez,CA 5. Federal $ 165,000 90 14. Financial Officer: H. D. Funk, Auditor-Controller State BU in 9,167 5 Contra Costa County Y- Finance Building 3. Local Hard Klatch 9,166 5 Martinez, CA 94553 15. Official Authorized to Sign Application: J. Tot.:i Project Cost $ 183.333 10N James P. Kenny, Chairman. Board of Supervisors, Co. Co. County C.-i,"_gory: Judicial Process C-2 Administrateion Building Martinez, CSA 94553 Pi-:,gram: Automated Calendaring s Pd Ke {' ' 'MAY 11 1976 a. Project Summar' Signature: 1n�w Date This project will continue to build on the Automated Calen i g System impleinr 'te in the Walnut Creek-Danville Court under project 2145-2_ The system will now; THE REGIONAL OFFICE WILL COMPLETE THE-FOLLOWING` REQUIREMENTS Page 2 - CA 189 to State and Metropolitan Clearinghouses i Page 3 - Acknowledgements from Clearinghouses THE BOARD OF SUPERVISORS JAMES P. KENNY.RICHMOND CPOA IST DISTRICT ALFRED M.DIAS,"N P^8W CONTRA COSTA COUNTY JAMES P. KENNY MIK CNAIRMAN %ND DISTRICT LgxK JAMES E. MORIARTY.LAFATLTTE ADMINISTRATION BUILDING. ROOM 103 JAMES R.O10 CL9XLSSON.COUNTY *CAN AND[%0//ICtO CtLRK OF THE tOAl10 300 DISTRICT WARREN N.BOGGESS.COHCOND P.O. BOX 011 NRS.GERALDINE RUSSELL. TRICT CHIEF CLERK AT" DIS EDMUND T LINSCIiE1D,rltxssutlo MARTINEZ. CAUFORN1A 94553 PHONE 229.3000 [ ZTH DISTRICT 11TENilON 2371 ENVIRONMENTAL IMPACT STATEMENT NEGATIVE DECLARATION To: All Interested Government Agencies and Public Groups In accord with the procedures for the preparation of environ- mental impact statement, an environmental assessment has been performed on the proposed agency action below: AUTOMATED CALENDARING SYSTEM Board of Supervisors, Contra Costa Co. The assessment process did not indicate a significant environ- mental impact from the proposed action. Consequently, an environmental impact statement will not be prepared. An environmental impact appraisal, which summarizes the assess- ment and the reasons why a statement is not required, is on file at the above office and will be available for public scrutiny upon request. Date April 22, 1976 By: L. DOUGLAS CERVANTES Project Director CERTIFICATION OF COMPLIANCE I, Charles J. Leonard, certify that the Contra Costa County - Board of, Supervisors has formulated an equal employment opportunity program in accordance with 28 CFR 42.301, et. seq. Subpart E, and that it is on file in the Personnel Department, Contra Costa County, 651 Pine Street, Martinez, California, for review or audit by officials of the Office of Criminal Justice Planning or the Law Enforcement Assistance Administra- tion as required by relevant laws and regulations. Date: .7 _"moi -� /6 CharKs J. L onard Directr of Personnel Civil Service Personnel Department Administration Building 651 Pine Street Martinez„California 94553 7 -4a- �,�. ♦i to Ist 4A co ., • • �;,. V Oto 4- C Mto .n 4j t.-. , t tin Ln o -c \� 4J CO v aimn i yy i•a tA N� J Ct.4. tf � � rf + •*i > N 41 4J xx ISL 11=1 � F— W }• -r- ►— a ' tY'• N + ` Ct: •.- v- 1 O O Ci O O Tti O +• . �. a C3 an [ O 1 Qt CL La. Q 1 o 4jviicin IjIQL tri C> a" L `♦•♦�� 4- 4- a tU w t. ra .�- m i + ,. rcr Q t CJ .0 ► C N t"f WL co Cl) �t of Ln cm c 10 Ci 3 w OLA `3i {y ` en C i � � ''1 � � ;�'�\ It f� 0 4- CA G U- to vii o a � O � t � j• .`l�a_♦��`+• « a a ! t-- 1 ., ccst��, 1���\ +`�i''• 1-* N N a0 tui i �— m CD 0% >7 N. .o 0 2 t t cn . . . s n ars to nr +' tv "� 1 ti+.'♦ .�. v �► O o +��'.�♦ 4- U -Os_ ~ r r {♦ `is + .Z{,ts+`•. a N a-a a v v� ;.a.t• � O � i y f � .� ; e i C1 C ant- 3~ N f v G -.-• O Qr �J .- � - ( e� f O • ti T ui► V C N i► Clf V C Q r^- N 4 Ci C an C an t- +.a b G a J 1 e•J G •✓ u C) C) U 1011 i+_ v. a ✓� a i Ci Q C;. •s-i s ZR V t ✓ t �'' 'qj C ray 0.,,.. 0 O > R ,• .-- 10 C C• a! 1 .- m tt�i.. ! �f � %- � C CC.r Cam.aa) 0. � ~.�_ a G N CA. CL ; mG a ` ! S. O iJ) Ct' -r- v Ca.U) f— v w Nb^Laij CL.. . c.3 a • fib .6- v r ::TAILED PROJECT BUDGET (CON`T) - FEDERAL HARD MATCH ; BUDGET CATEGORY TOTAL FUNDS STATE LOCAL" BUY-IN HARD MATCH 22. TRAVEL Auto mileage, parking fees, bridge tolls, & misc. 950 mi/mo X 12 mos X .17 1,938 1,938 Travel for review of existing .projects and for training of grant personnel (See budget justification) 3,600 3,600 F_ TOTAL 5,538 5,538 23. CONSULTANT SERVICES i)P Design Programming and Testing 31.831 31,831 1224 hours at $26 TOTAL 31,831 31,831 24. EQUIPMENT 1 Electric Typewriter 700 70Q 3 Executive Chairs 360 360 Ir 3 Executive Desks 519 519 1 Typing Desk 300 300 1 5--drawer File Cabinet 158 158 TOTAL 2,037 2,037 -y- CALIFORNIA COUNCIL ON CRIMINAL JUSTICE DETAILED PROJECT BUDGET FEDERAL HARD MATCH_ BUDGET CATEGORY TOTAL FUNDS STATE LOCAL �. BUY-IN 1HARD rt4TC, 21, PERSONAL SERVICES i A. Salaries Project Director $1,972 X 12 months 23,664 23,664 _Court Specialist $1,912 X 12 22,944 22,944 Programmer Analyst 1300 Hours @ $16/hr. (Contra costa County) 20,800 20,800 Senior Clerk $999 X 12 11,988 11,988 i . i Part-Time Temp. Twist-Clrk Statistical tgpist } 160 hours @ $4.65/hr 744 744 e f B. Benefits . Project Director 19.53 4,614 4,614 Court Specialist 19.53 4,474. 4,474 Senior Clerk 19.53 2,338 2,338 TOTAL 91,566 91,566 ` '04ZQ DETAILED PROJECT BUDGET (CON'T) FEDERAL HARD MATCH BUDGET CATEGORY TOTAL FUNDS STATE LOCAL HARD MATO 25. SUPPLIES AND'OPERATING EXPENSES Telephone: $75/mo X 12 months 900 900 Space Rental ' 800 Sq. Ft. at .55/ft. X 12 months 5,280 5,280 Computer 'Development Time (county and 'outside service costs) $000/mo X 12 mos.) 9,600 9,600 Office Supplies: Paper, pens, stamps, etc. $58/mo X 12 mos. . 696 696 1 Typist's Chair 60 60 Xerox lease--$135/mo X 12 .mos. 1,620 1,620 Forms end printing 2,000 2,000 Lease of Cluster Terminals, each consisting of 2 CRT/Keyboard 1 Printer 5X 1 Modem 1 Hini Controller 1 Device Controller at $536.75/mo X 12 mos. 32,205 13,872 9,267 90,166 TOTAL 152,361 1340,028 9,167 9,166 . 26. TOTAL PROJECT COST 183,333 16s 000 9 167 9,166 27. Percent of Tota: 1001 Project Cost 90� 5$ 5$ -8- 00439 28. Budget Narrative: Begin below and add as many continuation pages numbered a-A, 9-B, etc.) as may be necessary to relate the items budgeted to project activities and complete the required Justification and explana- tion of the project budget. Explain the sources the grantee will utilize for its matching contribution.' Enumerate those proposed expenditure items that require prior approval, as specified in Bureau of the Budget Circular A-87, and in CCCJ Fiscal Affairs Manual, so prior approval may be considered at the time application is made. TOTAL GRANT MATCHING PERSONAL SERVICZS FUNDS FUNDS FUNDS Project Director 23,664 23,664 _ This item will be primarily responsible for directing the planning and implementation of the county-wide court system. court Specialist 22,944 22,944 This item will perform principal systems analysis and prepare detailed user-oriented system documentation for -use by programmers. He will also prepare training manuals and schedules for court personnel- Programmer/Analyst. 20,800 20,800 This item will provide the main liaison between the courts and Data Processing. He will be responsible to the court Specialist for determining hardware and programming - requirements. (D.P. will bill project monthly for services rendered at the rate of $16 per hour.) Senior Clerk 11,988 11.988 This item will, as technical assistant, be -• principally responsible for producing finished documentation of the system; will perform fiscal functions, bookkeeping, and secretarial duties necessary to the project, and will supervise temporary clerical help and determine the need for such. -9- 00440 TOTAL GRANT MATCHING FUNDS FUNDS FUNDS PERSONAL SERVICES (Cont.) Part-Time TypisteCterk 744 744 A total of 160 hours at 54.65/hr is budgeted for a part-time temporary statistical typist, to be utilized as required by the workload. Employee Benefits 11,426 11,426 19_50% of permanent full-time salaries is ' budgeted to cover employee benefits, as follows: Retirement 9.77%FICA 5.85% workmen's Comp. 1_00% Health 2.88% 19.50% The benefit rate is comparable to the County rate_ TOTAL PERSONAL SERVICES. . . _ . . . _ _ _ _ 91,566 91,566 TRAVEL An estimated 950 miles per month will be traveled by grant personnel traveling between courts_ $0-17 per mile is allowed, consistent with County policy 1,938 1,938 On-site visits to evaluate other innovative court systems applications, including those in San Diego, Los Angeles, Santa Barbara, etc_ Per diem, air fare & other mist_ travel expenses_ (51,810) • 3,600 3,600 Court Information Systems training course, Aspen, Colorado: $324 air fare, $375 tuition, $28 per diem X 7 days X 2 employees. ($1,790)_ Prior approval will be obtained from OC.JP for this item. - TOTAL TRAVEL . . . . . . . . . . . . . . . . 5,538 5,538 -9a- .0018M TOTAL GRANT HATCHING FUNDS FUNDS- FUNDS i CONSULTANT SERVICES . . . . . . . . . . . . 31,831 31,831 Outside services for EDP systems design and programming are estimated at 1224 hours X $26. All computer programming time and ' some systems development will be contracted for from consultants. This policy"is consis- tent with that currently being followed in Contra Costa County. EQUIPMENT . . . . . . . . . . . . . . . . . 2,037 2f'037 This item provices office furniture suffi- cient for our full-time personnel and for ' the use of outside personnel working at the project site. SUPPLIES AND OPERATING EXPENSES ! . j Telephone 900 900: ' This item allows for a phone bill of $75 per month X 12 months. Office Rental 5,280 5,280 This item allows for the rental of 800 ft ' at .55/ft. X 12 months. Office supplies 696 696 This item allows $58/mo X 12 months for the ' purchase of paper, pens, stamps, etc. ' Xerox Lease __. 1,620 1,620 , This item allows $135/mo X 12 months for lease of a Xerox machine. Typist's Chair 60 60 This item allows for purchase of one typist's chair for Senior Clerk. Forms & Printing 2,000 2,000 j This item is to cover initial forms design cost and first run expenses. ' t -9b- j 0()442 TOTAL GRANT MATCHING FUNDS FUNDS FUNDS'- SUPPLIES UNDS-•SUPPLIES ANM OPERATING EXPENSES (Coat.) Computer Development Time 9,600 9,600 This item is to cover County Computer charges and/ov outside computer charges incurred in developing systems and programs. Cluster Terminals Lease 32,205 13,872 _18,333 This item provides for the first year lease of a basic terminal cluster for each of the 5 municipal courts. Line costs and computer costs will be paid for out of County funds. (Manufacturer to be selected in accordance with OCJP Fiscal Affairs Manual:) TOTAL SUPPLIEs AND OPERATING EXPENSES . . . . 52,361 34.028 18,333 TOTAL PROJECT CAST........................... 183,333 165,000 18,333 The grant period is from July 1, 1976, to December 30, 1977. Note that this is an 18-month duration, although the budget is for 12 months_ The system, currently in the design process, is modular and is being designed for implementing one application at a time to each of five municipal courts and the superior court. While the total implementation is now scheduled to take place by July 1977, we feel there is a good chance that this schedule may have to be slipped until December 1977 in order to allow for adjustments to individual court requirements where uniform procedures prove inappropriate. r -9c- 100443 I 29. . Graphic Representation of Costs - 6y Month PROJECT HOtiTN 10 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th iIth 12t.4 100% 9 i 90% ' 1 w 8 I 1 Bop 7 ! ! i I ► 70% 6 i 60% 5 I ! 50% 4 t f i 1 i 40 3 f I s 30% 2a/ t ( ! 1 20A 1 ! 10% 0% 30. Other Sources of Funding UMS 1 tA DATE AGENCY REQUESTED REQUESTED .' STATUS OF REQUEST � f ! 1 t f 'w ' t 7 r i r 00-44 r In the Board of Supervisors of Contra Costa County, State of California Nay 11 , i976 In the AAatter of Executive Session. At 10:00 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 May 11, 1976. At 11:00 a.m. the Board reconvened in its Chambers and proceeded with its regular agenda. 1 hereby oar* that the fonVoinp h a true and correct a" of an order wMwed on the neinums of said Board of Supervisors an the date aforesaid Witness my hand and the Seo! of the Board of Supervisors affixed this 11th day of rtav 1976 r I R. OLSSON, Clerk Deputy Clerk Maxine M. Ne�e�d pt)445 H 24 4/75 IOSA In the Boas of Supervisors of Contra Costa County, State of California May 11 J_ 19 76. _... In the Matter of - Proposal to Limit Election Campaign Contributions. The League of Women Voters of Diablo Valley and Richmond having proposed that the Board adopt an ordinance to limit campaign contributions to local candidates and to ballot measure committees; and . The following League members having appeared: 1. Ms. Betsy Page, 1379 Reliez Valley Road, Lafayette, California 94549; 2. Ms. Rosemary M. Corbin, 114 Crest Avenue, Richmond, California; ' 3. Ms. Lori Griggs, 1733 Springbrook Road, Walnut Creek, California; and Mr. .Richard Watson, E1 Cerrito, Common Cause, having also commented -on same; and The Board having also received a May 11, 1976 letter from Mayor Robert I. Schroder, City of Walnut Creek, advising that the City Council supports said proposal; and The Board Members having discussed various aspects of the proposed ordinance; and Other Board Members having expressed a desire to study this issue, and Supervisor W. N. Boggess having recommended that t1his proposal to limit campaign contributions be referred to the Govern— ment Operations Committee (Supervisor A. M. Dias and E. A. Linscheid), County Counsel, and the County Clerk; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Boggess is APPROVED. PASSED by the Board on May 11, 1976. I hereby certify that the foreoano Is o true and correct copy of on order entored on Mer minut"of sad Board of Supervisors on the data aforesaid. W;lnen my hand and tho Sect of the Board of cc: League of Women Voters Supervisors of Diablo Valley aced thislichday of May . 19 ?6 c/o Ms. Betsy Paga 1379 Reliez Valley Road Lafayette, California 94549 _ , J. R. OLSSON, Clerk Public Works Director County Administrator By -r//� , Deputy Clerk Jean L. Miller i TRAGCE OF NOIR VOTMS OF DIABLO VALLEr, 3557 Mt. Diablo Blvd., Lafayette ISS OF WMW VOTERS OF "M 8IMffVW ANFI, 11275 San Pablo Ave., E1 Cerrito March 25, 1976 Board of Supervisors RECEIVED Contra Costa County 651 Pine APR/3 1376 Martinez, California 94553 J. IL OLSWs4 Members of the Board of Supervisors: am WMID OF su"Waors ��Opif 0 ACO. --.,ppuN On the basis of oar state and national Campaign f1bance Wo , Of the League of Women Voters of the Richmond area and of Diablo Valley ask the Board of Supervisors of Contra Costa County to adopt a County ordinance for campaign contribution limits for candidate and ballot measure elections with provisions for County ftmding for campaign mailing. The recent Supreme Court decision upheld most of the provisions of the Federal Election Campaign Act of 1971, as amended in 1974; complete disclosmre of campaign finances; limits on an individual's and groups' campaign contributions; and limits on contributions to serval candidates in one year. The court ruled that limiting campaign espendituures if public funding vas not available and the amount a candidate can spend on his or her ora campaiga vere unconstitutional and violated the First Amendment right of free speech. League members believe a County Campaign Finance Ordinance would: a4 enable candidates to compete more equitably for public office b. encourage candidates to broaden their base of financial support c. promote more citizen participation in the election process d. reduce the escalating cost of camps4m e. assure that citizens_ieceive more timely information about candidates and issues f. reduce the disproportionate influence of large contributions CAMPAIGN CONTRIBUTION LUC= We believe that contributions from an individual or a group should be limited to IM per candidate or campaign committee, with a of all contributions from that individnal— or group to be not at $1000 per county election. For comparison, the federal limitation remains at $1000 per candidate per election from an individual, with a limit of $25,000 from an individual for all elections per year. Groups are limited to $5000 per federal candidate. Enclosed are recommended guidelines for other elements ve believe should be included in a County ordinance. MiCtofi&rued with board order 00447 VOM X08 To insure that the voter receives fnforsatioa on all candidates and issues, and in order to reduce the high cost of mailing vo suggest that: 1. 'The County print a qualification statement for each Candi- date to be mailed with the sample ballot. 2. The County also mail in a emsoliaated mailing 10 days be- for the election, one 8.Az11 piece of campaign literature to be printed and submitted by the candidate or the priaci-- pLI committee Pzowting or opposing a ballot measure. Participation may be at their option. These attempts to consolidate vailings underscore the importance of citizen education and are an attempt to provide the voter vith while re- ducing the high costs of individual mailings. II0?+O�CF ! It is that the campaign finance ordinance be enforced by the District Attorney with a specified fine, or in the alternative, by a fine in an amount three tinea the amountyn avlltlly contributed or received. If .� a candidate is elected having knowlney violated the ordinance his election would be voided. We request that the Board of Supervisors place this Campaign Finance Ordinance item on the agenda for an Apra meeting, that you agree in principle to the adoption of a County campaign ordinance and refer this matter to the appro- priate committee for study and consultation with the County Counsel. We believe it is reasonable to expect that a Co=ty ordinance with appropriate Limits can be drafted and adopted in 1916 so that it may apply to forthcoming elections. Ve appreciate your thoughtful attention to this very important concern. Siucs relys Katherine Gueldaer, President League o`f;l.Vomen Voters of DEpblo Valley Phyllis`' , President League of Women Voters of 8ickmwnd Bet Pag tt ject Chairman County Campaign. Ordinance 1379 Heliez Valley Ed., Lafayette 94549 Enclosure OU448 RSCOMOMED GUIDELINES FOR LOCAL CA14PAIGH IMITATION ORDINANCES The League of Women Voters of Diablo Valley has studied and analyzed six local ordinances regulating campaign expenditures and contributions. Based on this analysis, we recommend that cities (and the county) seriously consider includ- ing in their campaign ordinances, as a miniaasm, the elements listed below: 1. To eliminate any confusion between the State law and a local campaign limita- tion ordinance, a city might find it advisable to key definitions, filing deadlines and disclosure requirements to those contained in the Political Reforms Act of 1974 (Proposition 9). It would be advisable for the ordinance to require candidates and committees to file with the city (or county) a copy of the State form "Statement of Organization and Declaration of Intent." 2. Campaign statements filed shall be verified true and correct and signed under penalty of perjury by the campaign treasurer and the candidate candidate elections) or by the campaign treasurer and committee chairman ballot measures). 3. Definition sections should be specific enam-,-b that those involved in campaigns will know clearly what the law requires without having to resort to their own interpretations of the intent of tho ordinance. The definition section should include, but not be limited to, definitions for the following: a. "CamnaiRn Statement" - an itemized financial record; the filing dead- lines and forms used should conform to the provisions of the Political Reform Act of 1974. b. "Election" - should include azW primary, general or special municipal or county) election, including an initiatives referendum or recall election. c. "Measure" - sball mean any proposition submitted to a popular vote at an election, whether by initiative, referendum or recall procedure or otherwise, or circulated for purposes of submission to a popular vote at amt election, whether or not the proposition qualifies for the ballot. d. "Committee- sball mean any person or combination of two or more per- sons ersons acting jointly in behalf of or in opposition to a candidate for municipal office or to the qualification for the ballot or adoption or defeat of one or more measures. e. "Controlled Committee" - is a committee which is controlled directly or indirectly by a candidate or which acts jointly with a candidate or controlled committee in connection with a making of expenditures. f. "Independent committee" - means a committee which is not controlled by a candidate or controlled committee, and which does not act jointly with a candidate or cont=119d committee in connection with the making of expenditures. Iadepemdeat committee also includes a committee which is not controlled by a committee directly supporting or opposing a ballot measure and which does not act jointly with such a committee in making expenditures. g. "Exoenditure" - means a pmuents loans pledges or promise of payment of money or anything of value for goods, materials, services, or facilities in assistance ofs or in opposition tog the nomination or election of one or more candidates, or for the qualifications passage, or defeat c': any measure. h. "tintribution" - ahall mean a gift, subscription, loans advances deposit, pl_,dge, contracts agreement or promise of money or anything of value or other abligvtion, whether or not leg-ally en`orasszble, mwo directly or ir-Airectly in aid of or in opposition to the nomination or election of one or more candidates or the qualification for the ballot or voter approval or disapproval of one or more measures. The term "contribution" includes the purchase of tickets for events such as dinners,, luncheons, rallies and similar fund raising events; a candidate's ozn money or property used on behalf of his candidacy; the granting to a candidate or committee of discounts or rebates not available to the general public; and payments for the services of any person serving as an agent of a candidate or committee, when such payments are not made by the candidate or committee or by a person whose expenditures the candidate or committee must report under the terms of this ordinance. Miuofi4 rw vvith board order 00449 B Guidelines - 2 The team "contribution" further includes any transfer, gift, loan, advance, deposit, pledge, contract, agreement or promise of money or anything of value or other obligation, whether or not legally enforceable, received directly or indirectly by a committee from another committee. The term "contribution" should not include volunteer personal services or non-monetary i*+-'gind materials which are minimal in nature, e.g., coffee aad cake, the use of private homes on behalf of a candidate or committee. 4. Contribution and Loan Limits Cities and counties should determine what they consider to be a reasonable limit on individual contributions and loans. It might be advisable to make it unlavful to accept or solicit contributions or loans from certain entities. The limits of the six ordinances studied ranged from $100 to $250. Provision might be made prohibiting individuals from making loans if they have already contributed the maxicum amount allowable. If the amount al- ready contributed is less than the limit, then any subsequent loan made should not be for an amount that would cause the combination of the con- tribution and loan to exceed the limit. The ordinance should include a section on anonymous contributions. There should be an gz-greRate limit set on the amount of anonymous contributions that can be received and kept by a candidate or committee. Argy amount over that limit should be turned over to the municipality or county. 5• Public Fund of Voter Information In order to enhance the opportunity for all citizens to become candidates for public office unhindered by a need to meet exorbitant campaign costs, and also to enhance the voters' access to candidate information upon which to make an informed vote, the municipality (and the county) might Riad the cost of printing all candidate qualification statements and mailing these along with the sample ballot. The minicipality or county might require each candidate to pay at least $50 - $100 of this cost. 6. Enforcement Provision should be made for filing complaints for alleged violations and for the agency responsible for enforcement and prosecution of alleged violar- tions - City Attorney, County District Attorney. Knowing and willful violations of the ordinance shall be m:isdemeansors punish- able by a specified fine for each violation, or by a fine three times the amount the person failed to report properly or unlawfully contributed, ex- pended, gave or received. The office of any candidate who willfully or knowingly violates a provision of the ordinance, or whose ca3paign treasurer violates a provision of the ordinance with such candidate's knowledge, shall be voided. Ordinances should require the City Attorney or District Attorney to notify the Council (Board) within a prescribed time of any complaint about violations of this ordinance and action to be taken. 7. Duties of the City or County Clerk It would be advisable to specify the duties of the City (or County) Cleric with regard to the campaign finance ordinance. Such duties might include: a. Distributing a copy of the ordinance to each candidate upon takistA out filing papers or to each campaign committee treasurer upon taking out a "Statement of Organization" form. b. Informing each candidate and/or campaign committee chairman and treasurer of sections of the State Elections Code relevant to fair campaign practices. c. Supply appropriate forms and mammals of instruction for filing campaign statements. d. Prepare and distribute written instructions expl {a nina the duties of persons and committees under the ordinance. name. e. Report apparent violations of the ordinance to the appropriate agency. 8. Review ordinance periodically to revise limits as =.v be necessary. 00450 In the Board of Supervisors of Contra Costa County, State of California May 11 . 1976 In the Matter of Review of County Solid Waste Management Plan. The Board having received an April 30, 1976 letter from the State Solid Waste Management Board outlining procedures and legal requirements for use by the County in preparing its solid waste management plan for submission to the State; IT IS BY THE BOARD ORDERED that the aforesaid communi— cation is REFERRED to the Public Works Director (Environmental, Control). PASSED by the Board on May; 11, 1976. 1 hereby certify that the foregoing Is a trm and coned copy of an order erNered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Wiles my hand and the Sed of the Board of (Environmental Control) supervilms County Administrator mixed this Ilth day of May . 1976 County Counsel J. R. OLSSON, Clerk Director of Planning County Health Officer Do" Cleric M. I aham H 24 W5 SCM 00451 1 ifaTE OF CAUFORMA—THE RESOURCES AGD CT EDMUND 0. BROWN At, Covera► STATE SOLID WASTE MANAGEMENT BOARD ROOM 1=15. RESOURCES BUILDING 1116 NINTH STREET ' SACRAMENTO "914 RECEIVED r, APR 3 0 1976 MAY 3 1976 J. ON cum OF wrEWWO A-CQ TO ALL COUNTY BOARDS OF SUPERVISORS: The State Solid Waste Management Board is presently in a proce of reviewing county solid waste management plans for approval as provided by Government Code Section 66780. Certain questions have arisen regarding the proper procedures for review and approval. This letter is intended to clarify the answers to these questions. A county solid waste plan, to be effective, must be adopted by the county governing body and the governing bodies of a majority of the cities contain- ing a majority of the county's incorporated population. 'A number of reso- lutions have been forwarded to the Board in which adoption has been expressed in terns such as "approval in principle". We are advised by the Attorney General that, like resolutions adopting ordinances, resolutions approving the county solid waste management plans =Lst express unconditional and unambiguous approval of the document itself. Resolutions only approving the principles contained therein are not satisfactory. Questions have also been raised regarding the proper sequence of approvals. The Attorne- General advises that the plans must be adopted by the county and approved by the necessary maiority of the cities before the State Solid Waste M2magement Board has iurisdiction to grant approval. If you have forwarded us a plan accompanied by a resolution that can reasonably be interpreted to satisfy these requirements, we will proceed on the assumption that the county board of supervisors has adopted the plan; if this is not in fact correct, please advise this Board immediately. - If your county has not vet submitted its solid waste managerent plan, please note these legal requirements in preparing resolutions of approval and transmission to the Board, €inally, it should be noted that all entities avvrcvin_g the plan must approve the sam. document. Accordingly, where changes have been made by the county on its own initiative or at the request of this Board, the entire plan must Jie resubmitted to the cities for approval, even if the changes do not affect every city. The Board regrets any inconvenience or delay caused by any lack of clarity in earlier co=unications. We trust you share our concern that any legal infirmities in the procedures employed be promptly corrected to ensure the efficacy of this important program. C . lQ� &J" Mkwfilmed ►th 1Roeid �rdet e GD �' 00452 NI=CM-. OM • - APR 3 0 - Page 2 1976 TO ALL COUNTY HOARDS OF SUPERVISORS - we appreciate your careful attention to these legal segairemeAts and the diligent work of your aouaty in preparing its solid.waste management plan. Sincerely, Alfred M. Dana � � ^ Chairman cc: Lbunty Liaisons . r 00453 ."""p.�.p. c � In the Board of Supervisors of Contra Costa County, State of California May 11 ; 19 76 In the Matter of Approval of Final Map for Subdivision 4748 Walnut Creek Area. WHEREAS the Board of Supervisors, by its Order of April 13, 1976 referred to the Public Works Director a letter dated April 12, 1976 from David B. Whittet, in which letter Mr. Whittet alleged that the Contra Costa County Flood Control District has refused to meet with him to discuss certain conditions imposed by said district prior to approval of the final map of Subdivision 4748; and WHEREAS the Public Works Director having reported that: (a) Only three of the thirteen conditions have not been complied with and that all three pertain to providing hydrology and hydraulic calculations for two of the three creeks running through and adjacent to said subdivision, and _.. (b) The Federal Flood Insurance Program requires that more accurate data be provided regarding potential flooding hazard, and (c) The department has agreed to meet at the site with Mr. Whittet at his insistence, and WHEREAS the Public Works Director having recommended that the Board acknowledge his report and direct the Clerk of the Board to send a copy of said report to Mr. Whittet; THEREFORE, it is by the Board ordered that the recom- mendations of the Public Works Director be APPROVED. PASSED by the Board on May 11, 1976. 1 hereby cer ify that the fon voing is a true and correct copy of an order moored on the minutes of said Board of Supervisors on die date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 11 t hday of Ma v19 ,_L6 J. R. OLSSON. Clerk B — Clerk Originating Department: Public-Works m ngra aDmP�+� Land Development Division cc: Public Works Director Director of Planning !1 24 ii mDavid B. Whittet a Castle kill Ranch Road ���� Walnut Creak, CA 94595 0 Report E. APPROVAL OF MAL MAP OF SUBDIVISION 4748 On April 13, 1976, the Board of Supervisors referred a letter from Mr. David B. Whittet, 261 Castle Ranch Road, Walnut Creek, California 94595, to the Acting Public works Director for report. The letter alleged that the Contra Costa County Flood Control and Water Conservation District has refused to meet with him to discuss certain conditions of approval of Subdivision 4748. Only three of thirteen conditions Have not been complied with. All three of these involve providing hydrology and hydraulic calculations showing that two of three creeks running through and adjacent to the subdivision are adequate to carry storm water runoff without subjecting the subdivision to flooding hazards, and requiring the necessary upgrading if inadequate. Mr. Whittet has requested that Flood Control personnel meet with him at the site to 'verify that the existing conditions are adequate.' The Public Works Department staff informed Mr. Whittet that a visual inspection will not satisfy the requirement for the engineering calculations, but have agreed .to meet with him at his insistence. Mr. Whittet also asserts that these conditions were not placed on the adjacent minor subdivisions although, in his letter of December 2, 1975 to the Flood Control District, he acknowledges that "there is much less improvement work ion his major-subdivision) than both the two minor subdivisions that adjoin the site...." Conditions on minor subdivisions are typically less stringent than on major subdivisions. The adoption of the Federal Flood Insurance Program has required that more accurate data be provided regarding potential - flooding hazard. w45J c � In the Board of Supervisors of Contra Costo County, State of California May 11 , 19 76 In the Mortar of Appeal of Mr. Brian D. Thiessen from Planning Commission Approval of Tentative Map for Subdivision NOTICE OF HEARING ON APPEAL 4434, Alamo Area. Mr. T. Blair and Mr. E. B. Shonyo, Owners and Applicants. WHEREAS on the 13th day of April, 1976, the Planning Commission approved with conditions the tentative map for Subdivision 4434, Alamo area, Mr. Tom Blair and Mr. Ed B. Shonyo, Owners and Applicants; and WHEREAS within the time allowed by law, Mr. Brian D. Thiessen of Merrill, Thiessen & Gagen, filed with this Board an appeal from said approval; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, Adminis— tration Building, Martinez, California, on Tuesday, the 25th day of May, 1976, at 11:15 a.m. , and the Clerk is directed to give notice to all interested parties. PASSED by the Board on May 11, 1976. I hereby certify that the foregoing-is a true and cored copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid c c: Mr. B. D. Thiessen Mons my hand and the Seal of the Board of Mr. T. Blair super Mr. E. B. Shonyo affixed this 11 day of_ May 19 Mr. Wallace Houts Public Works Department Land Division J. R. OLSSON, Clerk Director of Planning BDeputy Clerk Bonnie Boaz ti- ?., ;,,761str 00456 w y Lloih 00 or r WARM—7"1111 %%EN h r.A(.:F`.N cnw.wa L--rww.Lc 177 F"00,1 Srocc7 PAY t t? �ti 976 Mg1.N 0 TN/CRSCN P. 0."1 j1A wKL1.N c f..rrN--w. OwMVILLC.GWiOQMIA 945ZO " N,.y,... -Wov1..Cw --- • ,Pi,l O.IIw• L Was fcl[PIIOpt i..S! 417-OS..S - • � ( - aweaop. L.Meco. My 3, 1976 RECEIVED Contra Costa County NIAY�0 1976 - Planning Commission J. a. o=o., 651 Pine Street WIEW ow�vis4as rlartinez, CA 94553 �T Res Appeal of approval Subdivision 44434 Corlminsion Hearing - April 13, 1976 Gentlemen: Please consider this formal appeal of the approval on April 13, 1976, by the Contra Costa County Planning Commission of Subdivision /4434. 1 request the matter be considered by the Contra Costa County Board of Supervisor::. The appcal is based on several grounds: a. The hearings on April 13, 1976 , was posted by public notice and newspat:er publication as simply a hearing on variances for lot widths. In fact, it was a hearing to revitalize Subdivision 14434 whose time had expired and it seems that notice: of the hearing was legally deficient in that the public was not provided proper notice of the nature of the hearing. In fact, when the hearing was held, the staff report pointed out that this application was for reapproval of a tentative map for which approval had expired April 6, 1976. she staff report then acknowledged that the purpose of the hearing oras other than that for which public notice was given and yet the hearing proceeded over objection. i j b. This appeal specifically objects to the approval of this subdivision until adequate drainage is assured. Per a detailed letter sent to the Planning Department just prior to Planning Commission approval here, we feel strongly that the County of Contra Costa has been negligent in permitting development of thiLs subdivision, approval of Subdivision #4527 and #45236 and others in this area based on: V74 or ��G�i/-T .ti's'• iI%�h.:- -moi' Mivofitmed with board order . 00457 POP 1. •• C E Contra costa County EfNY [ zg « ']9 Planninq Commission tray 3, 1976 Page Two `- 1. Inadequate environmental impact report studies; 2. Failure to require proper public works drainage improvement prior to subdivision completion. The Planning Department and Planning Commission has been extremely considerate in requiring proper access, prior to the original approval of Subdivision 14434. We are very grateful for the suVport and assistance provides: bf the Plannina Staff and the Planning Commission and would again offer our thanks for this. Ute feel, However, that the Planning Staff and Commission is ignoring a major public works problem and is making the County of Contra Costa liable for inverse condemnation litigation and has caused a growing public nuisance to be created by failing to adequately provide for this outflow of storm drain waters from this project and surrounding projects prior to approval. An adequate environmental impact report initially would have revealed this, but we do not feel an adequate environmental impact report was prepared for Subdivision 44434 at the inception. Since the time of the original approval, the fears of those of us who are downstream neighbors have been realized in that the old lake bed at the eastern end of the flat portion of Las Quebradas load has received substantially increased water concentration front these new subdivisions and no provision has been made to carry that water off. Accordingly, the land itself is swampy even in the dry parts of the summer, there is substantial mosquito breeding and infestation, and we are advised that recently mosquitoes which carry encephalitis have- been discovered there. Apparently Contra Costa County is seeking to rely on its ability to slump these accumulated storm drain waters (and lawn water*runoff in the summer) on the vacant land owned by Prevost/Dank of America and cause those waters to pond there in the winter and in the summer ,and feels that this can be clone with impunity. The result in that there is a nuisance or being creates; on that property with the grduting water accumulation and substantial increased flow of dater across my parcel and the parcel of m_.► neighbors, yet there is no public drainage easement for this. As a result, our own land is being sailed upon to take the burden of these increasingly concentrated waters, thus diminishing our use of our land and making the County of Contra Costa liable, not only for the creation of this• :. r 00458 t t., PAT j Is PH Opt-.. . Contra Costa County 'f �- �7y ,t�. Planning Commission ; . hiay 3, 1176 c ►,,. . • . .=:•-:rt - ='�~ : Page Three 71 •,�{�'`• nuisance b f ��,•.-r•. but or inverse condemnation. r• .VP.!Y ►'" ' Ile have repeatedly indicated a willingness to cooperate in some'r''• ` well conceived storm drain improvement plan, but instead the Planning Commission has allowed this subdivision #4434 ,(as it ; :. . 'i�:' • had previously allowed other subdivisions in the area) to "- ":;, simply dump this excess water on our lands without Jany proper " public works improvement or drainage easements. .q\ 'tFor these reasons we request the Board of Supervisors to deny • 4'E';', approval of this subdivision until a proper drainage improvement ;j� �i,• plan is effected. .<<` Very truly yours, ''Nix`•: Brian D. Thiessen '14W `. enc. �T `,'•`,'� ) lit t>� , 'J' ;"% �LC1—:: :mitis S �• •�`tj�h-moi{• `-` �•e�J- F: .�,`v.. •rte. k •r MSA h�_4 ^ s 1.1�p rte•-. -:i:'••.h's''r`.. i it RECEIVED !i BEFORE THE PLANNING COMMISSION OF THE COUNT OF CONTRA COSTA STATE OF CALIFORNIA �;sa`( /p 137 +1In the Matter of the Application for Approval CLEa B of SUPERVISORS f 11of the Tentative Map of Subdivision Number 4434/ r A costa �i '. WHEREAS, a request by Thomas Blair and E. B. Shonyo (applicant and i ,,owner) for approval of a tentative subdivision map in an R-20 Zoning District 11was received by the Planning Department on April 1 , 1976; and, 1 WHEREAS, with the application was a request for seven variances for average lot width frau the requirements of the Zoning Ordinance; and, WHEREAS, after notice thereof having been lawfully given, a public ;hearing was held by the Planning Commission on April 13, 1976, whereat all sersons interested therein might appear and be heard; and, WHEREAS, the Planning Commission found that the Environmental Impact 1 PReport has been completed in compliance with the California Environmental Quality ;Act and the State guidelines and has reviewed, considered and evaluated the "information contained in the said final Environmental Impact Report. R WHEREAS, the Planning Commission having fully considered and evaluated ; ;tall the testimony and evidence submitted in this matter; and, 1! WHEREAS, the Planning Commission finds that the request to have a i t +variance to have seven lots with an average width less than 120 ft. is reason- . �, s fable and is not the grant of a special privilege, that there are special t 'circumstances applicable to the subject property because of the topography 1*,which warrants the granting of the variances, and that the variances meet the f )'intent and purpose of the land use district and the General Plan. NOW THEREFORE, BE IT RESOLVED that the Planning Commission approves the ';application and request for variance of Tom Blair and E. B. Shonyo for approval t� 'of the tentative map of Subdivision 4434, subject to conditions as listed in ;Exhibit "A", which is attached hereto and made a part thereof; and, �i Microfilmed with board ordat00460 r . . . ... ... . . . .. . . . . . � c Subdivision ; f Number 4434 BE IT FURTHER RESOLVED that the reasons for this approval are as follows: Page 2 (1) The proposed subdivision is in substantial conformance with the R-20 Zoning District. (2) The development of this subdivision as a single-family resi �tt • �! deotial development is in keeping with the character of the j area. : (3) The construction of the missing-link in Roundhill Drive will be assured with the development of this subdivision. BE IT FURTHER RESOLVED, that the tentative map of Subdivision Number 4434 be CONDITIONALLY APPROVED subject to the hereinafter stated conditions, i only as to lot design and layout, street alignment and widths, and tentative +l°design of the subdivision. The foregoing conditional approval expressly does i 41not include matters required to be approved in the Improvement Plans. i The foregoing approval " grade in the motion of Commissioner Milano, !;seconded by Commissioner Stoddard, and adopted at the Planning Commission !meeting of April 13, 1976, by the following vote: {{ AYES: Commissioners Milano, Stoddard, Walton, Compaglia, Young. 1 NOES: Commissioners - None. i ABSENT: Commissioners Anderson and Jeha. i �! t ANDREW H. YOUNG Chairman of the Planning Commission County of Contra Costa, State of California ATTEST: f �I n ny A. Dehaesus �Di for off Planning k 3 t. 00461 '_ Exhibit "A" Conditions for Approval of Subdivision 4434 1. The tentative map of This approval shall be that received by the Plan- ning Department March 31, 1975 as modified by these conditions. 2. Average width :variances as indicated for the following lots.are granted as the lots being created have building sites in substantial conformance • with the intent of the R-20 Zoning District and the 120' average lot width that district requires: Lot 3 = 108' Lot 13 = 102' 6 = 113' 14 = 118' 7 = .118" 1S = 100, 8 = 118' 3. The private drives to lots shall be minimum of 16 feet of pavement in a 20-foot wide graded right-of-way. Pavement shall be to County Ordinance standards. Plans, improvement bonds and inspection fees shall be sub- mitted to the Building Inspection Department. 4. The subdivision shall conform to the provisions in Title 9 of the County Ordinance Code. Any variances therefrom must be specifically applied for and will not be allowed unless they are listed on the Planning - Commission's conditional approval statement. S. Las Quebradas, between the subdivision and Roundhill Road, shall be constructed in accordance with the improvement plans on file in the Public Works Department, Land Development Division, except that the . structural section shall be the same as shown for Las Quebradas within Subdi,% ,.cion 4434. - 6. Prior to recording the Final Map, the use of Las Quebradas as a street name shall be reviewed by the Director of Planning. 7. .Access for employees, construction equipment and materials for all construction shall be from the northerly segment of Roundhill Road. Las Quebradas Lane, southerly of Roundhill Road, shall not be used for con- struction access with the exception of drainage improvements and utili- ties required to be located there. 8. Street lights shalt be installed on Las Quebradas Lane and the entire subdivision shall be annexed to County Service Area L-AS for the main- tenance and operation of the street lights. 9. Storm waters originating within and entering the subject development shall be conveyed to the storm drain under Roundhill Road, to be con- structed as part of the Roundhill Road extension project. 10. The lot pads within the development shall be protected from surface runoff from uphill lots and hillside slopes. Microiiimed with board order 00462 Conditions for Approval of Subdivision 4434 \\\ Page 2 11. Sewage disposal serving this subdivision shall be provided by the Cen— tral Contra Costa Sanitary District. Each individual living unit shall _ be served by a separate sewer connection. The severs located within the boundaries of this subdivision shall become an integral.part of the Central Contra Costa Sanitary District's sewerage collection system. 12. Water supply shall be by the East Bay Municipal Utility District. Each individual living unit shall be seared by a separate watex connection. Such water distribution system, located within the boundaries of this subdivision, shall become an integral part of the East Bay Municipal , Utility District's overall water distribution system. 13. The Final Subdivision Nap shall not be approved until agreement is reached between the San Ramon Valley Unified School District and the developer with regard to the San Ramon Unified School District Policy (Developer's Policy) on the availability of schools. 14. The subdivider shall comply with the requirements of the Danville 'Fire " Protection District. DP:lsw 4-9-76 0040 In the Board of Supervisors of Contra Costa County, State of California May 11 , �q 76 In the Matter of Appeal of Mr. Wilfred H. Carpenter from action of the Planning Commission in Connection NOTICE OF HEARING ON' APPEAL -r with M. S. 85-75, Oakley Area. Raymond Vail and Associates, Applicant. WHEREAS on the 6th day of April, 1976, the Planning Commission approved with conditions the tentative map for Minor Subdivision 85-75, Oakley area filed by Raymond Vail and Associates; and WHEREAS within the time allowed by law, Mr. Wilfred H. Carpenter, owner, filed with this Board an appeal from certain conditions from the aforesaid approval; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, Administration Building, Martinez, California, on Tuesday, the 25th day of May, 1976, at 11:05 a.m. , and the Clerk is directed to give notice to all interested parties. PASSED by the Board on 11, 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 cc: Mr. W. H. Carpente-- Supervisors Raymond Vail & As;o. fixed this 11 day of May 19 76 Mr. A. M. Shelton, --- Professional Corp. Director of Planning J. R. OLSSON, Clerk Public Works Director By�1.— _, Deputy Clerk Bonnie Boaz It-24 4/76 lSm 00464 I V -71 LAW OFFICES ARTHUR M. SHELTON PROF95SIONAL CORPORATION P.O. am "Be 2985 "MMELL OR/VE. SUITE 200 WALNVT CREEK. CALIFORNIA 9139e ttt3le57-0110 April 23, 1976 RECEIVED Board of Supervisors Contra Costa County T r,p ? �j 1,97- county Administration Building Martinez, California 94553 J, P. p_5_0N Re: M.S. 85-75 Le.,.—Apt To the Honorable Board of Supervisors: Wilfred Carpenter, owner of the subject property, hereby appeals to the Board of Supervisors from the conditions of approval of M.S. 85-75 approved by the Planning Commission at its meeting on April 6, 1976. A copy of the said approval is attached hereto, and made a part hereof. This appeal is filed for the following reasons: 1. Appellant objects to the requirements of paving in paragraphs 5 and 6 of the conditions. He has received a preliminary cost estimate for the paving of Live Oak Avenue at $3,248.00. He has received a preliminary cost estimate for the paving of the interior street at $16,954.00_ His preliminary estimate for engineering, staking and providing for drainage is the sum of $2,500.00. In addition, there will be some fill required for Live Oak Avenue. The paving of Live Oak Avenue would constitute a serious danger in the public. The total paving costs in excess of $23,000.00 is a cost which would be a burden, that would price the five acre lots out of the market and make the mini-subdivision impractical. 2. Appellant appeals the requirements of paragraph 8, 10 and 12 as being unreasonable. This property is undulating terrain with approximately 20 feet of sandy soil which will absorb all storm waters originating within the subdivision. To provide a basin with the necessary . C-0 of 'i hNicrofi med with board order 00465 J t LAW OFFICES ARTHUR M. SHELTON PROFESSIONAL CORPORATION Board of Supervisors Contra Costa County April 23, 1976 Page 2 drains in the existing almond orchard is not necessary nor economically feasible. 3. Appellant objects to the requirement of para- graph 9 which requires him to agree to furnish more than an amount equal to a fair apportionment of costs, within a planned area, based on benefits conferred on this property. 4. Appellant requests that paragraph 11 of the conditions be reworded by inserting the phrase "for construction purposes" at the end of the first sentence to make it clear that this dedication is for construction purposes only. Without this addition the appellant's title would be encumbered in such a way that it might be difficult to market that five acre parcel. 5. Also appellant objects to the inclusion of paragraph 4 of the phrase "and should subordinate their rights to the rights of the public in the deeded or dedicated areas" because this phrase was ordered striken by the Planning Commission at the hearing and because the applicant is without power to secure a consent from the United States of America to its subordinating its right of way for aqueduct purposes which lies within portions of the right of way to be deeded to the County. Appellant is not objecting to dedication of the rights of way, nor does he oppose the ultimate inclusion of the property in a drainage district. This appeal is directed solely to the paving requirements which are pre- mature and which economically defeat an effective minor subdivision as well as the imposition of drainage require- ments for on site draining which are totally unnecessary to accomodate any flood waters which originate on the site- and which will be completely absorbed on the site due to the porous nature of the deep sandy soil. 00466 • LAw OFFICCS ARTHUR M. SHELTON PROFESSIONAL CORPORATION Board of Supervisors Contra Costa County April 23, 1975 Page 3 Appellant is attempting in his later years to put his estate in manageable order, and this can not be accomplished unless the conditions of approval of this minor subdivision are modified to comply reasonably with existing conditions. Enclosed with this appeal letter is a check for the sum of $60.00 to comply with the filing fee requirements. Very truly yours, ARTHUR M. S ON, Professiona t'on By N L S. BURG WILFREP CARPENTER, Pner NSB:bjb enc. Vo, 467 M.S. 85-75 Conditions Approved by the Planning Commission April 6, 1976: 1. This request is approved for four (4) parcels. 2. file parcel mal) on entire parcel prior to sale or development of any parcel. The parcel map must he filed with the County Public Works Department and recorded within one year from the date of the approval of this minor sub- division or this hermit to subdivi•lc will expire. Upon :approval of the Director of Planning, a one-year extension may be granted to record the Parcel Map. Effective tU rch 1, 1975, new format and technical requirements arc in effect for Parcel Raps. The County Public Works Department should be contacted for details on the new requirements prior to drafting of the Parcel Flap. 3. Dedicate to the County a 60-foot wide and a 30-foot wide strip of right of way, with 10-foot radius returns at intersecting points, as indicated on the Tentative Malt received by the Planning Department on July 11 , 1975, with the subject application. Mien the Parcel Map is submitted for checking, the Offer of Dedication, which mist be executed by the owner before the" Parcel Map can be filed, will be prepared by the Public Works Department, Land Development Division. 4. In accordance with Section 94-4.414 of the Ordinance Code, the owners of all existing casements within areas to be deeded or dedicated to Contra Costa County for road purposes.should consent to the deeding or dedicating of the right of nay and should subordinate their rights to the rights of the public in the deeded or dedicated areas. S. Construct approximately 8-foot wide pavement widening; and necessary longi- tudinal drainage on Live Oak Avenue, with new edge of pavement 10 feet from the existing right of way line. 6. Construct 20-foot wide pavement, centered within the 60-foot wide right of way, in accordance with County Standard Drawing CC 207, from Live Oak Avenue to the proposed Parcel C - Parcel D lot line. 7. Submit improvement plans to the Public Works Department, Land Development Division, for review; execute a Subdivision Agreement; post the bonds required by the Arreement; and pay an inspection fee and applicable fire hydrant fee (Ordinance Code, Title 9). 8. The developer shall construct an infiltration basin to contain storm waters oril;inating within the development. This condition may be waived by the Public Works Department upon proof by the applicant that the basin is not needed. • iGco.• +"� with board ordew 00468 9. Execute a deferred improvement agreement with the County which shall require that the applicant install a portion of the ultimate storm drain line, Line A, along the easterly boundary of the subject development. 10. The developer shall offer for dedication, to the the County, a storm drain- age casement encompassing the infiltration basin. 11. The developer shall offer for dedication, to the County, a temporary stoma drainage easement along the easterly boundary of the site. The storm drainage easement shall be 25' wide and be adjacent to the 301 strip to be dedicated to Contra Costa County for roadway purposes. 12. To insure adequatr maintenance of the temporary and permanent storm drain facilities within the site Lite developer shall do the following: a. Form a Drainage Arca. b. Iteyuest in writing the formationoof a Drainage Area. The Drainage Arra shall be formed prior to the County approving the Parcel Map. c. Establish a tax rate to generate the maintenance funds. d. Furnish all drawings, legal descriptions, or other data necessary for the forittttion of the Drainage Arca. Park Dedication fee, as shown below, must be paid prior to the filing of the Parcel Map. Under the provision of County Ordinance 171-84 (Park Lend Dedication), dedication of land or payment of a fee for park and recreation purposes is required as a condition of Subdividing prolierty. Therefore, when the Parcel 11z1► is filed with the County Department of Public Storks for checking and recordation, the applicant shall pay the following fee for park and recreation purposes to the Department of Public Works: (P.D. Parcel R $21.00 Parcel C $21.00 Parcel D $21.00 The fee is waived on Parcel A as it was paid when minor subdivision 180-73 was recorded. 'Cite amount of iniad to he dedicated is dvtcrmitted by auiltilplying the number of dwelling units to he included in the development by 500 square feet . 7110 fee is required in lieu of land dedication. This fee is based on the current fair market value• of land as determined by the I'lattning, Department. The following fortuula is used to arrive at the fee: Current lair Market Value = Value per stl. ft. X 500 scl. ft. = FEE Area of Parcel (sq. ft.) 00469 • i in addition to the above requirements for dividing your property. vario►,s County agencies have submitted the following comments which yon shuulol i►k- aware of before you apply for a building permit to embark on other improvements to your = property: a. An encroachment permit must be obtained from the Public !Yorks Department, Land Development, for driveway connections and other construction within the right-of-way of Live Oak_Avcnuc. b. The finished pad elevation of any structures shall be above the projected hydraulic gradient for the ultimate storm drain system, or any interim system which is to serve the minor subdivision. c. The Contra Costa County Flood Control and Water Conservation District wishes to review the site plans showing the existing and proposed grading and drainage prior to the issuance of any building permits. d. A grading permit may be required for the earth work necessary to develop all parcels in the above minor subdivision. . y --Aa:j js . O0470 CG...RA COSTA COUNTY PLANNING DEPART. -NT • NOTICE OF Completion of Environmental Impact Report Negative Declaration of Environmental Significance .J Lead Agency Other Responsible.Agency Contra Costa County c/o Planning Department P.O. Box 951 ` Martinez, California 94553 Phone (415)3-A%Ci0 *Lft= 372-2024 Phone EIR Contact Person Melvin J. Bobier Contact Person PROJECT DESCRIPTION: RAYMOND PAIL $ ASSOC. (Applicant) - WILFRED H. CARPENTER (Owner), County File #M.S. 85-7S: The applicant requests approval to divide 32 acres into 4 parcels. Subject land is described as follows: Parcel B of M.S.• 80-73, fronting 579' on the east side of Live Oak Road approx. h mile south of Oakley Road, in the Oakley area. (A-2) (CT 3020) (Parcel #41-012-49) The project will not have a significant effect on the environment because: Parcels are relatively level, and all of them are over S acres in size. Except for breaking up of good agricultural land into noneconomic parcels for individual farming, there are no unusual impacts of magnitude. It is determined from initial study by Pielyin J_ Rahier of the Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department ' 4th Floor, North Wing, Administration Bldg. Pine f Escobar Streets ff}} Martinez, California t� Date Po_:tec! IiL�� Ld 1J( Final date for reviewjappeal `� j- � Planning Ne—partV Representative 94cr0►sirnz i vJi00471 ih �board order AP9 1/74 004 fj1 In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 In the Matter of Recommendation of the Planning Commission that Land in the Walnut Creek Area (19911-RZ) be Rezoned. Mr. Ray O•Flvng. Owner. The Director of Planning having notified this Board that the Planning Commission recommends the rezoning of 36.8 acres located at the most southerly terminus of Castle Hill Road approx- imately 1,900 feet south of Tice Valley Boulevard, Walnut Creek area, from Single Family Residential District-20 (R-20) to General Agricultural District (A-2) ; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, June 8, 1976 at 11:20 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California, and that the Clerk publish notice of same as required by law in the "Contra Costa Times." PASSED by the Board on May 11, 1976. 1 hereby certify that the fonegoing b a true and coffee copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director of Planning Witness my hand and the Seal of the Board of Names on list provided tel ° ors by Planning affixed this 11 day of May . 19 7 6 t J. R. OLSSON, Clerk Deputy Clerk Bonnie Boaz H •24 31,715 ISm 00 /2 RESOUMCN No. 36-1976 RESOII1M-41 OF MIL PIAMM; (J( MISSIM OF THE COMTY OF CGc`MU COSTA, STATE OF CALIF- ORNIA, UCORPORATL% FL DUZ AYD R£Q(1'MMWIMS COY PIAiKMG M44ISSIO14 LNITIATI(b (1" O'FLYWG - OVZMR) , (1994-R2), IN TIRE OR1DEt"CE COME SECTIM PEKWNL4G TO THE PRECISE ZO\MX FOR THE WALIXT CREEK AREA OF SAID COMM niR'iiREAS, at a regular meeting of the Contra Costa County Planning Wimiss- iun on Wcember 19, 1975, the Planning C=d sion instructed the Planning STaff to i institute rezoning hearings for possible changes in the existing zoning from Single Family Residential District-20 (R-20) to either General Agricultural District (A-2) or Single Family Residential District-100 (R-100); and IMEREAS, after notice having been lawfully given, a public hearing was held by the Planning Commission on Tuesday, 27 April 1976, whereat all persons interested therein might appear and be heard; and WiLRE�, no environmental impact report was prepared by the Planning Staff inasmuch as the General Plan indicates low density single family residential for the area; and 1ad:I;EAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and NW, 110?ERM, BE IT RESOLVED that the Planning Commission recommends to we Board of Supervisors of the County of Contra Costa, that the Planning Commiss- ion's Initiated Rezoning be APPROVED for change from Single Family Residential Dis- trict-20 (R-20) to General Agricultural District (A-2), as is indicated on the find- ings rap entitled: REMI-EX1)ATIUM FOR A PORTION OF MME DIbTRICTS MAP FOR ME SARA- W AREA, M.Zla AAP NO. 26, XID MNODRD DIVISIC6, SECTOR 6, MiTRA COSTA COtRM, CALIFUR M, which is attached hereto and made a part hereof; and BE IT FU-1M&R RESULTED that tie reason for this recommendation is as follows: (1) The existing terrain and inadequate circulation does not lend it- self to R-20 development. Castle Hill Ranch Road presently serves 49 homes. If all vacant lots and the four lots approved by Minor Subdivision S8-75 were developed, ttie total number of hones served by Castle Hill Manch Road would be 64. This would result in near ma-ximum traffic for a single-lane mad; and BL- IT R-'UfCI7Tc:R LXU that the Chairman and Secretary of this Commiss- ion shall sign and attest the certified copy of this resolution and deliver the same to the hoard of Stgvrvisors all in accordance with the Government Code of the State of California. The instruction by the Planning CAmmnission to prepare this resolution 14tiuofiirnW %:.nn ;:txird 004,1, Resolution No. 36-1976 was given by motion of the planning Commission an Tuesday, 27 April 1976, by the .following vote of the Cou ssian: AYES: CaW sioners - Jeha, Anderson, Walton, Compaglia, AJilano, Stoddard, Young- AAS: Commissioners - Now. ABSENT: Coamissioners - Now. ABSTAIN: Counissioners - None. 1, Andrew H. Young, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Tuesday, May 4, 1976, and that this resolution was duly and regularly passed and adopted by the following vote of the Planning Goamission: AYES: Commissioners - Jeha, Milano, Anderson, Walton, Stoddard, Young. WES: Coacd sioners - Hone. ABSENT: ComRdssioners - Albert R. Compaglia. AB iM4: Goad sinners - None- roan o tnc g CVMUssIOn of the County of Contra CosAa, Stdte of California A1TEST: secretary o e anniig ono the imty of Cohtra Costa. State of California REEl V D C ` 1976 CUMC 1. Q 0�35ON ASA o wjERVM02S A.CO. -2- 004'74 1 I Av�. 170 �f ,/£/ ,rte `.''•��l+�:,�}'�,,'!'.1 �• • Rezone •- i r From R-2�0 t f� `414 t Jr tii»' {}:�i.:}•'f ' '.;:; + o A-2 ,/ � .•_.f•:»` •//�:�:✓:ice /"'1 � �'/��... r :tis :� •4:::•»R�//// f /,/�/ /' CITY OF WALNUT GREEK 1, A . M . / . Yt?l1iVG , Chairman of cF+e Contra Costa County ommist Planning Csion, State of California, do her that this is a true and correct copy of eby certify Q pC?tZTtQN OF: 114E DISTRICTS MAP FOR THE SARANAP AREA. INSERTMap NO-26. AND WNCQRa Of C3V1SJ41V.5ECTpR ', indicating thereon the decision of the Contra Casts County Planning Commission in the ratter or COM Costo IIUITIATEQ 1994-- R . can Tue4 !•h 1976. �• Chairman of tht Canty Costa C�Y t ATT ST: Picnning Comm; ;on, S to of Calif. S cr Icry of the Contra Cb�ta County Planning Coo nrnission State of Calif. �• j Findings 1Ma Microfilmed with board order OE4'75 CON°--� COSTA COUNTY PLANNING DEPARTMII~ NOTICE OF Ccampletion of Environmental Impact Report XX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415)2Y8K529l1XHXXXX 372-2024 Phone EIR Contact Person Bruce Bowman Contact Person PROJECT DESCRIPTION: PLANNING COAgQSSION INITIATED - RAY O'FLYHG (Owner) - COUNTY FILE: 1994-RZ - A request for the rezoning of 36.8; acres from Single Family Residential District (R-20) to General Agricultural District (A-2) or Single Family Residential District (R-100). Subject property is described as follows: Located at the most southerly terminus of Castle Hill Road, approximately 1,900' south of Tice Valley Boulevard, in the Walnut Creek area. (Assessor's Parcels 188-180-10, 191-140-09 and a portion of 188-189-09) (CTs 3420 and 3440) Tlie project will not have a significant effect on the environment because: The proposed rezoning, if implemented, would remove the threat of higher density residential development on land unsuited for such densities. This rezoning was recommended for this property by the EIR for KS 58-75 earlier this year. It is determined from initial study by Bruce Bowman of the XX Planning Department that this project Noes not have a significant effect on the environment. C� Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine & Escobar Streets Martinez, California DaPos ed r Jam. IJ7� Final date for reti�iew/appealdft�� •� 191(c) By )J(V\J&P) 1.4 Planning Depar r) me t Representative AP9 1/74 Microfilmed with board order 0047] In the Board of Supervisors of Contra Costa County, State of California May 11 , 14 76 In the Mottw of Report of the Planning Commission on the Request of Mr. Al Perez (1974-RZ) to Rezone Land in the Pittsburg Area. United Steel Workers of America, Local 1440, Owners. The Director of Planning having notified this Board that the Planning Commission recommends approval of the request of Mr.jAl Perez to rezone approximately 146 feet on the west side of Liberty Street and 90 feet on the southeast side of National Circle, Pittsburg area, from Multiple Family Residential District--1 (M-1) to Limited Office District (0-1) ; IT IS BY THE BOARD ORDERED that a hearing be held on Tuesday, June 8, 1976 at 11:15 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California, and that the Clerk publish notice of same as required by law in the "Pittsburg Press." PASSED by the Board on May 11, 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 of Planning Witness my hand and the Seal of the Board of Names on List provided Supen+sors by Planning affixed this 11 day of Mav . 1476 J. R. OLSSON, Clerk By Deputy Clerk onn a boaz 11 •2;3/76 ISm 00477 �4 77 Resolution No. 35-1976 RESOLUTIOd OF THE PLANNING COI-FiISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALI F- ORAA, INCORPORATING FIi1DIirGS AND RECONS HOATIUIS 011 THE REQUESTED CHARGE BY AL PEREZ (APPLICANT), 111ITED STEELWORKERS OF AMERICA (OWNER) (1974-RZ), Ill THE ORDINANCE CODE SECTIOd PERTAIN14 TO THE PRECISE ZONING FOR THE PITTSBURG AREA OF SAID COUNTY. a WHEREAS, a request by AL PEREZ (Applicant), UNITED STEELWORKERS OF AMERICA (Owner), (1974-RZ), to rezone land in the Pittsburg area from Multiple Family Resi- dential District-1 (M-1) to Limited Office District (0-1), was received in the Plann- ing Department Office on September 25, 1975; and WHEREAS, after notice having been lawfully given, a public hearing was meld by the Planning Commission on April 27, 1976, whereat all persons interested therein might appear and be heard; and WHEREAS, no environmental impact report was prepared by the Planning Staff inasmuch as the General Pian was amended to accommodate this zoning change; and WIEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NO4. THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, that the rezoning re- quest of AL PEREZ (Applicant), UNITED STEELUORKERS OF AMERICA (Owner), (1974-RZ), be APPROVED as to the change from Multiple Family Residential District-1 (1-1-1) to Limited Office District (0-1), and that this zoning change be made as is indicated on the findings map entitled: RECO11CIDATION FOR A PORTIO3 OF THE DISTRICTS NAP FOR THE PITTSBURG AREA, CO3TRA COSTA COWITY, CAL.IFOR11IA, IRSERT NAP NO. 33, which is attached hereto and made a part hereof; and bE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) Tile proposed Limited Office zoning would allow uses which would serve as a highly desirable buffer between the freeway to the south and residential areas to the north. 6E IT FUkThER RESOLVED that the Chairman and Secretary of this Commiss- ion snail sign and attest Elie certified copy of this resolution and deliver the same to the hoard of Supervisors all in accordance with the Government Code of the atate of Caiiforitia. Tne instruction by the Planning CoarA ssion to prepare this resolution was given by t.-,otion of the Planning Commission on 27 April 1976, by the following vote: Microfilmed with board order W478 Resolution Ito. 35-1976 AYES: Commissioners - Compaglia, Stoddard, Jeha, Anderson, :dalton, Young. HOES: Commissioners - ftone. &SLUT: Commissioners - done. ABSTAIN: Commissioners - William L. Milano. 1, Andrew H. Young, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify That the foregoing was duly called and held in accordance with the law on Tuesday, May 4, 1976, that that. this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Jeha, Stoddard, Anderson, ifaiton, Young. HUES: Commissioners - none. MSUT: Commissioners - Albert R. Compaglia. ABSTAIN: Commissioners - UUiam L. Milano. Chairman of the PVnniftnmqmmission of the County of Contra Cksta, State of California ATTEST: / Secretary! f the Plann4tg Coaimissin"of the �ounty of Contra Costa, State of Califontia RECEIVED MAY .6 1976 -2- M4c19►-+�� ,+i. rt '�\/��,1I `� /\r�.��tt�Z � �%i�F .�• ti ,- :1Z.:�� JI/ . ., /'./'•. 4 Y/7\��\K�JC .'l X��� i+ / `✓� A6 -. �� it a .. � •� z n'X/,/_t ,� \j RE' At NX CV Fr np PAI ,. Cr;% I\f\l \i. LZ � ' v44 `fit•. � � ., ti � a .y r = V � � 4 r` r a r q i o r r RECOMMENDATION FOR A PORTION OF + THE DISTRICTS NIAP FOR THE PIT T SBURG AREA i` +, CONTRA COSTA COUNTY. CALIFOti? IA INSERT NiAP N0. 33 . �'•a 1.d.��!tlf�i� Ckeinea.oI rfw Ccnrra Cwia Coewry (' , • S i4v:�ry C:•w�rw..�Ge176.-n:s.do 1g0#Lf carri/f 1� ft �' t'� rMar at+:s.,...a ani crnctca�r�of d.p4.4C1Q"LQ►'tNi_ jji /J .+4�tt e1�33 *A, t /' ..mcm�da.ai.r�TTvion rra r.a rm ry Puwvn ` �� �; � � ? 1 v � �o.r+:•:_.',w:•d....errer e+.(INICF.LI.Y'f.FL✓1:L��CIQ�FG144� !E ;ATTFitc SCALE :N FEET �!wrrty 00480 ) r � '� Itrwfy CCRwr:�wn.SraM d fsl:l. z;,1 •. • r�,?� �{ trucrofilinled with board order 1914 R,,,7 - Uhrrrec Sr u.%lmi Fcr Loin 1440 F i DIS CS lAAP CO A COSTA COUNTY PLANNING DEPART& .T NOTICE OF completion of Environmental Impact Report XX lNegative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94SSS Phone (41S)?2XX SIW9XRXXXX 372-2024 Phone EIR Contact Person Bruce Bourman Contact Person PROJECT DESCRIPTION: COUNTY FILE: 1974-R7- - AL PEREZ (Applicant) - UNITED STEELWORKERS LOCAL A1440 (Owner) - A request for the rezoning of 2.180 acres from M-1 to 0-1, for use as steelworkers union headquarters office site. The property fronts approximately 4SS feet on the north side of California Avenue, approximately 146 feet on the west side of Liberty Street, and 90 feet on the southeast side of National Circle, in the Pittsburg area. (CT 3120) (Parcel 873-140-06) The project will not have a significant effect on the environment because: The proposed zoning is consistent with the County General Plan as amended on January 27, 1976. The proposed 0-1 zoning designation would allow uses which would serve as a highly desirable buffer between the freeway to the south and residential areas to the north. It is determined from initial study by Bruce Bowman of the aX Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine & Escobar Streets Martinez, California ! -I Dat s ed -�. �,- � Final date for review/appeal By 'L.rL------ Planning Depart ent Representative Iriiao►timed wrh uourd order AP9 1/74004 /74U 0483 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Contract )for Prepaid Health Plan/ ) May 11, 1976 Key Plan Marketing Services. ) Mr. A. G. Will, County Administrator, having recommended that the Chairman of the Board be authorized to execute Contract No. 2$-911 with Greg Washington & Associates for the period May 10, 1976 through May 31, 1976 to provide marketing consultation services for the County Prepaid Health Plan/Key Plan at a cost not to exceed $1,250; and Supervisor W. N. Boggess having questioned the need of a marketing study on the basis that the Board has never approved institution of a prepaid health plan in Contra Costa County; and Mr. C. L. Van Marter, Director, Human Resources Agency, having suggested that at some future time it might be appropriate to hold a public hearing on said plan; and Supervisor E. A. Linscheid having recommended that prior to a public hearing staff be requested to review with County Counsel" the legal authority of the County Hospital to provide other than emergency services to non-indigent patients; and Mr. William P. Baker, Executive Vice President, Contra Costa Taxpayers' Association, having appeared and urged the. Board to determine the feasibility of the plan before approving a marketing study; and Supervisor J. E. Moriarty having expressed the opinion that a marketing survey would determine whether the County should proceed with a marketing program; and Supervisor Moriarty having moved that the contract with Greg Washington. & Associates be approved, and Supervisor A. M. Dias having seconded the motion; The Chairman called for a vote, which was as follows: AYES: Supervisors A. M. Dias, J. E. Moriarty, J. P. Kenny. NOES: Supervisors W. N. Boggess, E. A. Linscheid. ABSENT: None. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order adopted by the Board of Supervisors on May 11, 1976. cc: Human Resources Agency Witness my hand and the Seal Attn: Contracts and of the Board of Supervisors affixed Grants Unit this 11th day of May, 1976. Contractor County Key Plan Administrator J. R. OLSSON, CLERK County Medical Director County Auditor-Controller County Administrator By ` / , Deputy Clerk Contra Costa Taxpayers' !4a Crai Association OU482 Cgvt�ra Co-t-, k:ounty Scandard Form 1. Contr<,ct Identification. !lumber 28 - 9- 11 Department: County Medical Services Contra Cr)tita :cunt•: Medical Ser[ces Kev health Plan ?flan) Mar::tt fj l; }FE,+IS�-:aziGn 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: GREG WASHINGTON b ASSOCIATES Capacity: An individual Address: P.O. Box 59334, Greermead Station, Los Angeles, California 90059 3. Term. The effective date of this Contract is May 10, 1976 and it terminates Hay 31, 1976 unless sooner terminated as provided hereict. 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. Payr::ent Limit. County's total payments to Contractor under this Contract shall not exceed $ 1,250.00 6. County's Obligations. In consideration of Contractor's provision of services as described l:elow, 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: ** per Payment Schedule in Attachment A ( ) hour; or FEE RATE: $ ** per service unit: ( ) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one 1 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, written evaluations and recommendations in relation to marketing for County's Ivey Health Plan. Service will be performed in the time, manner and place required by County pursuant to the Service Plan specified in Attachment A, attached hereto and incorporated by reference herein. One session, for payment purposes, shall be defined as the provision of services in Attachment A. Contractor shall be paid in accordance with the Payment Schedule in Attachment A. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its ofiicers, agents, and employees from all 3,iabitities 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 CO\TR.y COSTA, CALIFORNIA COtiTRACTOR By ✓ J. P. Kenny By -u► �o rman, Board A Sup isors De.ignee I E'COfaiJ-...'.. 1� •ji.l:t^r:l' �3 ., ',.i;tt Er caps. 00, el By )AVdjo�� (Form approved by County Counsel) D. a Microfilmed with board order (a-4620 A ATTAChM:T A 2 8 - 911 Number SERVICE PIULN FOR COVITY KFY HEALTH ?I X3 I. OVER%".EW OF SERVICES TO BE PERFORMED ContLactor will provide County with an indepth look at its Key Health Plan marketing program, people, methods, and objectives. Contractor will make formal written recommendations on how to increase Key Health Plan enrollments from the current level of approximately 4700 to the stated goal of 7000 enrollments by the end of the year. Included in the recoamendations will be suggestions for Contractor's role within Key Health Plan to insure a successful marketing effort. It is anticipated that services will be completed in four man-days; two days on-site, plus allowance for documentation and office research. II. SPECIFIC SERVICES TO BE PROVIDED A. A written evaluation of the current Key Health Plan marketing systems and its c.ealmesses. B. Definition and documentation of specific sales techniques to be employed by Ivey Health Plan for the 90 days after conclusion of service. C. Definition and documentation of needed personnel recruiting mechanisms, hiring mechanisms and the marketing organizational chart. D. A written timetable of events covering the 90 days of marketing activity after conclusion of service to include: 1. Recommendations on budgets. 2. General definition of marketing methods to be employed for the balance of the year. III. PAYMENT SCHEDULE. In accordance with paragraph 6, County's Obligations, County shall pay Contractor as follows: A. Fee Contractor's fees for marketing services as described herein, are $2401man-day. Contractor will not charge County for time spent enroute. B. Additional expenses will be billed as follows: 1. $10/day plus air fare for single day work not requiring Contractor's personnel to stay overnight. 2. $30/day plus air fare for work requiring Contractor's personnel to stay overnight. 3. Conference calls to and from Key Health Plan will be billed to County. W Vk Initials: f _ Contractor County Dept. 00484 i i In the Board of Supervisors of Contra Costa County, State of California 2Za ZI . 19 VL in the Matter of Granting Extension o* Time in Which to File the Final Map for Subdivision 4712, Martino4 arae. On the recomwndetion of the Director of Planning.. IT IS HSL THE BOARD ORI D EI) that the request of Robert J. Costa & Associates; Ino., for a one-year extension of time in which to file the final slap for Subdivision 4712, Martinez areas is GRAUM), thereby extend- ing the final filing date to June 3, 1977. PASSED by the Board on :may ll, 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 oforesokL Witness my hand and the Seal of the Board of cc: Robert J. Costa Supervisors a Associates, Inc. affixed this ??thdoy of '1 t'; 19 76 Director of Plantains, J. R. OLSSON, Clerk Public `vxorks Director ev � /���/ Deputy Clerk. Joan T,. Miller H 24 9175 10#A 0040.3 0 In the Board of Supervisors of Contra Costa County, State of California In the Matter of *r-anting :tens loo of Tis o in 1-Isiah to File the �'in,-Al Xnp for Subdivision L743, Walnut Creel: Arwi. On, the recomendation of the Director of Planning, IT IS BY THE 80 .RD D��w that the request of Mr. DRvid B. Whittet for an extension of time ;n which to Pile the final asap for Subdivision ? s Walnut Crook are 1, ie C�AtT for a period of one year, there- by eatendixk+; the f'inal filing date to June 10, 1977. PASS= by the Board on =lay 11, 1976. 1 hereby certify that the fon"p*Q is a true and correct copy of an order w-In- on that minutes of said Board of Supervisors on the date aforesaid. co: 2Yr. elvid E. a'h=ttet Witness my hand and the Seal of the Board of Director of P3annint'; Supervisors Public y or%3 'f:-ector affixed day of ?.t,,,, 19 -F Flood Control J. R. OLSSON, Clerk County %dstinistrator r BY ., ��1..� a�_i= Deputy Cleric itaietin '-+. U ler 4rJ H 24 SPS 1011 In the Board of Supervisors of Contra Costa County, State of California In the Matter of Granting Extension of Tim in Which to Pile the Fina? Hap for Subdivision ldi%, Oakley Area. Can the recomendation of the Director of Plaming, IT 13 BY THE BOAITM ORMIMD that the request of Mr. Charles Pringle for an extension of time in which to file the fin%l map for Subdivision 4454, Oakley ares, is GRIXMD for a period of one ;dear, thereby extending the final filing date to Flay 20, 1977- PAMM by the Board on May 11, 1976. 1 hereby certify that the fonvahM is a true and correct cWy of an order entered on tht minutes of soil Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of cc-. Hr. Cha.-les Pringle Supervisors Director of Planning affixed " 11th day of 19 76 Public 'Worlm D.-ector J. R. OLSSON, Clerk By Deputy Clerk 7 can L. 111111or 00-4fO H 24 ap5 IOM In the Board of Supervisors of Contra Costa County, State of California May 11 , i4 76 In the Mahar of Completion o: Private Improvements in Minor Subdivision 107-73, Martines area. The Acting County Building Inspector having notified this Board of the completion of private improvements in Hinor Subdivision 107-73, Vartinez area, as provided in the agreement with Eugene L. Della Rosa, Jr., and Lola N. Della !Rosa, 22 'Jygal Drive, Martinez, Ca . 94553, approved by this Board on December U. 1973; IT IS BY THIS BOARD OR . - that the private improvements in said minor subdivision are hereby ACC-';TM as complete. IT IS BY THE BOARD FURTHER ORXER D that Surety Bond No. 8714557 issued by Fidelity and Deposit Company of Maryland in the amount of $2,7979 is hereby IIUONERAV0. Passed by the Board on May 11, 1976. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the Wnutw of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: Omer Supervisors Grading Section affixed this Ilth day of Mas 19 ?6 3uilding Inspection Dept. J. R. OL5SON, Clerk By ZADeputy Clerk Jean L. Miller N 24 ares iota 1_ In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Approving and Authorizing Payment for Property Acquisition. IT IS BY THE BOARD ORDERED that the following Grant of Easement and Right of Way Contract are APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the County: Contract and Reference Grantor Easement Date Amount Park Avenue Bridge City of Richmond May 3, 1976 $250.00 Richmond Area Work Order 4526 The County Auditor-Controller is AUTHORIZED TO draw warrant in the amount specified payable to the above named grantor to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept said Grant of Easement from above-named grantor for the County of Contra Costa. The foregoing order was passed on May 11, 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 oforesaid. Originator: Public Works Department, Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: County Administrator Public Works Director affixed this 11th day of May , 19 76 County Auditor-Controller J. R. OLSSON, Clerk Real Property Division By Deputy Clerk H 24 12174 - 15-M N. In ahaa In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of In the Matter of Approving and Authorizing Payment for Waiver of Claim. IT IS BY THE BOARD ORDERED that the following Waiver of Claim is APPROVED and the Public Works Director is AUTHORIZED to execute said waiver on behalf of the County: Waiver Payee and Reference Grantor Date Escrow Number Amount Stone Valley Road Harry Johnson April 23, 1976 Grantors $250.00 Bike Path Dorothy Johnson Project #4331-4183-74 Alamo Area The County Auditor-Controller is AUTHORIZED to draw warrant(s) in the amounts) specified to be delivered to the County Supervising Real Property Agent. The foregoing order was passed May 11, 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. RHF:bb Witness my hand and the Seal of the Board of Originator: Public Warks Department Real Property Division Supervisors affixed this 11th day of May 19 76 cc: Public Works Director J. R. OISSON, Clerk County Auditor-Controller By ,� ,� pity Clerk H �Eqp tQjdministrator N. Tggraham i t WE BOARD OF SL�'rS VVISORS OF CONTRA COSTA COUNTY, STATS OF CALIFORNIA In the Matter of Awarding Contract ) May 11 , 1976 for Arlington Avenue Improvement ) Project, Kensington Area. ) (Project No. 1451 -4525-72) ) Bidder Total Amount Bond Amounts Branaugh Excavating, Inc. $ 220,294.25 Labor & Mats. $1. 10,147. 13 21483 Orange Avenue Faith. Perf. 220,294.25 Castro Valley, CA 94546 . Asphalt Surfacing Company Gallagher S Burk 0. C. Jones s Sons Ransome Company Bay Cities Paving S Grading McGuire S Hester The above-captioned project and the specifications therefor being approved, bids beim duly invited and received, the Public Works Director recomnanding that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; . IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the . listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the con,ract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on May 11, 1976 Originator: Public Works Department CERTIFIED COPY Road Design Division I eertlfr that this is a full. true & correct copy of the original document which Is on file in my office, and that it was passed & adopted by the Itaard of SuDerv6ors of Contra Costa County. California, on the date shown.ATTEST: J. IL Ot.SSOX. County Clark&esofficto Clerk of said Board of Supervio:s, cc: Public Works Director by i>cmcy Ctertt. Contractor MAY 1976 County Auditor County Counsel Fur n 9.1 130," r, .7 t' In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Rescinding A Previous Order and the Acceptance of Offer of Dedication for Recording Only, Subdivision MS 102-72 , Pleasant Hill Area The Board having been notified that on December 23, 1975 an Offer of Dedication for Drainage Purposes was accepted for recording only for a development erroneously entitled Subdivision MS 102-73; and The Public Works Director Navin¢ recommended that this •v Board rescind the aforementioned Bo." " Order and that it accept, for recording only, the Offer of Dedi _ation for Drainage Purposes from Albert S. Bowler, dated November 10, 1975, for Subdivision MS 102-72 ; rC IT IS BY THE BOARD ORDERED that the recommendations of the Public Works Director be accepted. PASSED by the Board on May 11, 1976. l� 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 oforesadd. Witness my hand and the Seal of the Board of Supervisors affixed this 11th day of Mei 19 76 J. R. OLSSON, Clerk By� Deputy Clerk Originating Department: Public Works M. In' aham Land Development Division cc: Recorder (via P.W. ) Public Works Director County Administrator Director of Planning Albert S. Bowler 5337 Golden Gate Avenue Berkeley, CA 94618 Jyy H:a e/>> iow+ —w 19 ViE BOArLD OF SUEZIVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for the overlay of Moraga Way between ) May 11, 1976 Glorietta Boulevard and the southern ) most intersection of Ivy Drive, ) Orinda-Moraga area. ) Project No. -0961 -4316-76 ) Bidder Total Amount Bond Amounts Branaugh Excavating, Inc. 580,763.80 21483 Orange Labor & Mats. $40,38I.90 Castro Valley, CA Faith. Perf. 80,763,80 Antioch'Paving Co. . McGuire d Hester Eugene G. Alves Oliver de Silva C.M. Marsh Contractor, Inc. Asphalt Surfacing Co. Gallagher b Burk Martin Brothers Inc. 0. C. Jones E Sons Ransome Co. Bay Cities-Paving d Grading The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnisbing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public forks Department shall prepare the contract therefor. IT IS FUR T ORDER that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insuran;:e, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHM ORDERED thpt, »pon signature of the contract by tho Public Ulorks Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on May 11, 1976 Originator: Public Works Department Road Design Division CERTIFIED COPY I certify that this Is a full. true & correM copy of M- original document %hirh Is on file In my office. and that It was thuxd & adopted by the Board of sup.rvL•ors of Contra Cwta County. Cnlllornw on the date shoal n.ATTF_�;T: J. R. Oi SO.K. County Clerk&es-offtclo Cirrk of said rosrd of Supervisors. cc: Rlblic Works Director rout Claxj` County Counsel � �../� titpY 111976 County Auditor Contractor 1"`Orm 9.1 00493 Rev. 6-75 • In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Traffic Conditions at the Intersection of Rudgear Road and San Miguel Drive, Walnut Creek area. The Board of F:.pervisors, on Apr 11 20,1976 referred to the Public Works Director for report, a letter from Mr. James F. Free, 2113 Alice Avenue, Walnut Creek, requesting traffic improvements at the intersection of Rudgear Road and San Miguel Drive in Walnut Creek; and The Public Works Director having this day reported that the subject intersection is scheduled to be reconstructed later this year and after the reconstruction work is completed the Public Works Department will review the intersection to determine if any additional traffic controls are necessary. The Board of Supervisors hereby acknowledges receipt of the aforesaid report of the Public Works Director. PASSED by the Hoard on May 11, 1976. I hereby certify that the forgoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the dote aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Super#ison Traffic Operations Div. olBnad this 11th day of aay , 19 76 cc: Mr. James F. Free J. R. OLSSON, Clerk Public Works Directorgy .�ic. �� Deputy Clerk County Administrator H 24 8P5 IOU r Report A. RUDGEAR ROAD =- TRAFFIC CONDITIONS - Walnut Creek Area The Board of Supervisors, through its Order of April 20,. 1976, referred to the Public Works Director a letter from Mr. James F. Free, 2113 Alice Avenue, Walnut Creek, pertaining to the intersection of Rudgear Road and San Miguel Drive. In his letter Mr. Free expressed his concern about traffic conditions at that intersection. In the past few years, traffic volumes on Rudgear Road have -significantly increased due to the ongoing construction of • a large residential development. All of the development is occurring within the City of Walnut Creek, however, the City has required the Developer to pay the cost to improve the present substandard intersection of Rudgear Road and San Miguel Drive. ' Within the past year, the Board of Supervisors has-held several public hearings to consider numerous alternate - proposals to improve this intersection. The Board, after public hearing,- selected a plan and authorized, the Acting Public Works Director to proceed with road improvements. A private engineering consulting fiim has been retained to prepare the plans and specifications. The engineering plans will be completed very soon and it is anticipated that the project will be under constriction late this summer. i In the Board of Supervisors of Contra Costal County, State of California) May 11 , 19 76 In the Matter of Approving and Authorizing Payment for Property Acquisition. IT IS BY THE BOARD ORDERED that the following Grant Deed and Right of Way Contract are APPROVED and the Public Works Director, is AUTHORIZED to execute said contract on behalf of the County: Contract and Reference Grantor Grant Oeed Date Amount Stone Valley Road Robert W. Pohl and April 30, 1976 $100.00 Alamo Area Patricia J. Pohl Work Order 4516 The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified payable to the above named grantors to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept deed from above-named grantors for the County of Contra Costa. The foregoing order was passed May 11, 1976. I hereby certify that the foregoing Is o true and correct copy of an order entered on tho minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department, WRQ my hand and the Seal of the Board of Real Property Division cc: County Administrator r: Public Works Director affixed this ?lth day of i4ay 19 76 County Auditor-Controller J. R. OLSSON, Clerk Recorder (via Real Property Division) Deputy Clerk H 24 12174 - 15-M 11. IWgraham IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA May 11, 1976 In the %atter of Releasing Deposit for Subdivision 4232, Danville Area. On March 25, 1975 this Board resolved that the improvements in the above-nand Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of action under the Subdivision Agreement; and now on the recommendation of the Public Works Director The Board finds that the improvements have been maintained for one year after completion and acceptance against defective work and/or labor done or defective materials furnished in performing the Subdivision Agreement, and that all deficiencies developing during this period have been corrected; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to OiGiorgio Development Corporation the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 101551 dated August 18, 1972. PASSED by the Board on May 11, 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. Hitness my hand and the Seal of the Board of Supervisors affixed this 11th day of May l9y6 J.R. OLSSON, CLERK BYlre-� , Deputy Clerk N. Zr&aham Originating Department: Public Works Land Development Division cc: Auditor-Controller Public Works (2) DiGiorgio Development Corporation One Maritime Plaza San Francisco, CA 94111 r in the Board of Supervisors of Contra Costa County, State of California May Il . 19 76 In the Matter of _ Increase in Contract Contingency Fund, Carquinez Scenic Drive Slide Repair, Martinez Area (Project No. 2191-5823-75) On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that an increase of $5,200 in the contract contingency fund for the Carquinez Scenic Drive Slide Repair project, Martinez area, is APPROVED. PASSED by the Board on May 11, 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. Originator: Public Works Department, Witness my hand and the Seal of the Board of • Construction Division Supervisors affixed this 11th day of May . 19 76 cc; Reami 1 Corporation J. R. OLSSGN, Clerk 2811 Adeline Street By . Deputy Clerk Oakland, California 94607 J2�4 N. In arta Public Works Director County Auditor-Controller Arthur G. Will, County Administrator r+z4 ears sore W&I� In the Board of Supervisors of Contra Costa County, State of California May i l 19 76 In the Matter of In the Matter of Approving and Authorizing Payment for Property Acquisition(s). IT IS BY THE BOARD ORDERED that the following settlement(s) and Right of Way Contract(s) 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 Diablo Road #4721 Marvin R. Poston, April 27, 1976 Transamerica Title $2,500.00 Project 4721-4159-74 et ux Insurance Co. Danville Area Escrow #220330 The County Auditor-Controller is AUTHORIZED to draw warrant(s) in the amount(s) specified to be delivered to the County Supervising Real Property Agent. The County Clerk is DIRECTED to accept deed(s) from above-named grantor(s) for the County of Contra Costa. The foregoing order was passed May 11, 1976. 1 hereby certify that the foregoing is a true and corned appy of an order a-is -d on the minutes of said Board of Supervisors on the date afaresokL RHF:bb Wftess my hand and the Seol of the Board of Originator: Public Works Department Supervisors Real Property Division affixed this 11th day of May 19 76 cc: Public Works Director J. R. OLSSON, Clerk County Auditor-Controller BY _ , Deputy Clerk County Administrator N. I aham (0499 H 24 SP5 IOU 1K TBE BOARD Or Sur-Za- ILOR-5 OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract } May i1 , 1g7b for the Castro Ranch Road Pavement Widening Project, E1 Sobrante Area, (Prof. No. 1461-4147-74) } . Bidder Total Amount Bond Amounts C. M. Marsh Contractor, Inc. $13,660.00 P. 0. Box 107 Labor & Mats. $6.,830 Vallejo, CA Faith. Perf. 13,660 Ransome Co. Asphalt Surfacing Delmas s Marof, Inc. George Peres _ Eugene Alves Const. L S L Equipment - Marron Company Martin Brothers 0. C. Jones McGuire S Hester - Bay Cities -Paving Gallaggher S Burk Miyashiro E Son Independent Construction Co. The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; - IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and su. 'ieient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FUR Tx� ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on May 11, 1976 Originator: Public Works Department Road Design Division - CERTIFIED COPY . I certify that this fa a full, truo & correct copy of the original documMnt which Is on file In my office, and that it eras raised & adopted by the Board of Supnvi.ors of Contra Costa County. California,. on the date shorn.ATTEhT: J. It. OI.SSOX, County Cork x e:o((tcio Clesk of said hoard of Suyervlsora. cc: Public Works Director M De>ruts Citric_ 1976 Contractor -� 110 1 off AY 1� County Auditor County Counsel Form 9.1 Rev. 6-75 IN THE BOARD OF SUPERVISORS _ OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA bay 11, 1976 In the Matter of Releasing Deposit for Subdivision 4254, } Danville Area. } On April 8, 1975 this Board resolved that the improvements in the above-named Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of action under the Subdivision Agreement; and now on the recommendation of the Public 'Works Director The Board finds that the improvements have been maintained for one year after coaplet-lon and acceptance against deflective work and/or labor done or defective materials furnished in performing the Subdivision Agreement, and that all deficiencies developing during this period have been corrected; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to C. Fl. Bloch, Inc. the 5500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Plumber 102338 dated September 22, 1972. PASSED by the Board on May 11, 1976. 4 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 Feat of the Board of Supervisors affixed this 21th day of May 19/6 J.R. OLSSON, CLEnK By Deputy Clerk N. Z aham Originating Department: Public Works Land Development Division cc: Auditor-Controller Public Yorks (2) C. M. Bloch, Inc. 255 Rose Street Danville, CA 94526 r In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 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 4739 Walnut Creek Paul C. Petersen U 80 66 35 $6,500 PASSED by the Board on May 11 , 1976. I hereby certify that the foregoing is a truer and torted copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of cc: Tax Collector Supervisors with copy of bond(s) affixed this I 1 th day of May _ 19 76 J. R. OLSSON, Clerk BY & Deputy Clerk Robbie G 'errez 31 005 i Bc)ND Afi1►LtiST TAX&; Bond No. U 80 66 35 Premium: $65.00 KNOW ALL MEN BY TRESS PRESENTS: THAT Paul C. Pgjersen. Builder Developer _ =ts er•inelpa1 and (Surety United Pacific Insurance Company �, a 10er•r9ration organized and existlnf; under the laws of the State of Washington and authorized to transact surety business in �;al.lfornia as surety are held and firmly bound unto the Count;; of Contra Costa, State of California, in the penal sum of Six Thousand Five _Hundred_ and no/100 Dollars ($ 6500.0© ) , to t:a paid to the said County of Contra Costa, for the payment of whiih well a-0 truly to be made, we and each of us bind ourselves, our heirs, exAput;ors, 2dmirttstrators and successors, jointly and severally, firmly by these presents. Sealed with our seals and dated this 4th —day of May 19 76 The conditions of the above obligation is such thvt WITF,REAS, the above bounded principal is about to file a map entitled Subdivision 4712 _ and covering a subdivision of a tract of land in said 'otrnty c►f contra 'Costa, and there are certain liens for taxes and special assessments collected as taxes, against the said 'Tract of land covered b;: said map, which taxes and special assessments collected as taxes, are not yet due or payable. NOW, THEREFORE, if the said Paul C. Petersen, Builder - Develo ear shall pay all of the taxes and special assessments collected as taxes which are a lien against said tract of land cornered by said snap, at the time of the filing of said map of said Tract, then this obligation, shall be void and of no effect. Otherwise it shall remain In full force and effect. Paul C. Petersen, Builder - Developer Principal Princi aL P P �A A � 1976 Paul C. Petersen a eoA o�suru�LWAS c sa Co. United Pacif c Insurance Company SurA- uYIP f .-- ACi{NOk'LEDG ►LENT BY (BY SURETY) ck, Attorney-in-Fact State of California ) San Francisco County of } County in which acknowledgement is take On May 4, 1976 , before me,_ the undersigned a flabarS Public• in and for said County and State, persona I— appe: ;o re,. `_James_A:-Vick_ known to me to be Attarney�in-Fact-'-' _ ___ of the corporation that executed t1pe rr ttrl►z instru- ment and also known to me to be the person_ who executed it r i behalf of such corporation and acknodledged to ine that such corpc,'ik,Lo:r pyArrrc;ocl 13pe tr:t.thin instrument pursuant to its by-laws or a resolution if E t;t: cjt" d1r•ectors . ::::u:u :ruy� :.'tl2�S:ltl�ftqlt•:no�unw�:i" ��'_�,�C•� (..�vti c�l;rt tai �r:-at_ CAROL COONEY = In Aciditiat: :.o :c;riatirr' -ne or Print r:3r:,Rv Piste. CA9;0QN1A - Name of Not«ry Carol ooney .. •;� )•i � r.�,�is s.Th'e+l S:lt r,Tal.GSS. — ., t•2CF'AP`L PUBLIC isR�!tSt:i :::f7::7_:77: t::.:ttlt�««:L•Stil:l:tt;tij� • •ofi1nied w::ci o �r��G and order - In the Board of Supervisors of Contra Costa County, Stats of California , 19 In the Matter of Approving Deferred Improvement Agreement for SUB MS 83-75 , Oakley area. The Public Works Director is AUTHORIZED to Execute a Deferred Improvement Agreement with Angelo J. Crocco, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision HS 83-75, Oakley area. PASSEL' by the Board on May 11, 1976. 1 hereby certify that the fonnp*y h a tree and eorrmct copy of an order mMmrmd on the minutes of said 800rd of Supervisors on the date aformsaid. Witness nay hand and Ow Seal of the Board of Supervisors affixed this i i 146y of mat, 19 --U J. R. OLSSON, Clerk By f :,i, Deputy Clerk Originating Department: PublWorks Land" velopment Division cc: Recorder (via P.W. ) Public Works Director (2) Director of Planning t+-=4 3/761 aunty Assessor 00504 In the Board of Supervisors of Contra Costa County, State of California Mav 11 1976 In the Matter of Approving Deferred Improvement Agreement for SUB MS 132-75 Brentwood area. The Public Works Director is AUTHORIZED to Execute a Deferred Improvement Agreement with Ruben R. Reimche, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 132-75, Brentwood area. PASSED by the Board on May 11, 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 thisl2lb day of Mair 19 J. R. OLSSON, Clerk Originating Department: By <<:f //�'• `� . Deputy Clerk Public Works, Land Develop,9'ent Division cc: Recorder (via P.W. ) Public WWorOks Director (2) H-24 9/76'fRN ToP8?sf?9nning In the Board of Supervisors of Contra Costa County, State of Colifomia In the 11 a"W of Authorizing Acceptance Of Instruments IT IS BY THE BOARD ORDERED that the following instruments ' are accepted: Instrument Date Grantor Reference Grant Deed for Roadway Purposes 2-9-76 Angelo J. Crocco Sub. MS 83-75 Relinquishment of Abutter`s rights 2-9-76 Angelo J. Crocco Sub. MS 83-75 Grant Deed for Roadway Purposes 3-2-76 Ruben R. Remiche Sub. MS 132-75 Relinquishment of Abutter's Rights 3-2-76 Ruben R. Reimche Sub. MS 132-75 PASSED by the Board on May 11, 1976. I hereby certify that the foregoing is a true and corned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seol of the Board of Supervisors affixed thi llthday of_May _ tg 76 r f J. R. OLSSON, Clerk r Deputy Clerk Jean L. Miller Originating Department: Public 'Works Land Development Division cc: §9848eWo02a4FQ?5or (2) Director of Planning :;uur.�7 -�ssasso� QQrme In the Board of Supsry4ors of Contra Costa County, State of Califomia May 11 . 19 76 M the MaltK 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 RKC - California Company for drainage purposes 4/14/76 A. Calif. Corp., et al. Sub 4406 Offer of dedication for road purposes 3/2/76 Ruben R. Reimche Sub. MS 132-75 Offer .f dedication for read purposes 2/9/76 Angelo J. Crocco Sub. US 83-75 Offer of dedication for drainage purposes 2/9/76 Angelo J. Crocco Sub. MS 83-7S PASSED BY THE BOARD on May 11, 1976. I hereby csrfify that Ow forpoh- is o trw and cored c+W of an adw end on Ow minutes of said gourd of SupervWm on A*date oforesW& Won" my howl and tiw&W of diw Boord of supervisors a�ieed 11th dew of May 19 76 J. R. OLSSON, Clerk gy, m V f , Do" Clerk Originating Department: Public Works, Land Development Division cc: Recorder (Via P,W.) Public Works Director (2) Director of Planning 00507 In the Board of Supervisors of Contra Costo County, State of California 19 76 in the Matter of The County Detention Facility. As recommended by the County Administrator, IT IS BY THE BOARD ORDSM that its Administration and Finance Committee (Supervisors Y. N. Boggess and J. S. Moriarty) interview the top Architect-Engineer candidates for design of the County Detention Facility. PAS33D by the Board on May 21, 1976. f hereby certify that the foregoing b a true and coned copy of an order entered on the, minutes of said Board of Supervisors on the date aforesaid. act Board Committee Witness my hand and the Seal of the Board of County Administrator `'xTervisors Public Works Director affixed this_.2, hday of Mev 19 _76 J. R. OLSSON, Ckwk Deputy Owk Jean L. Miller H 24 W75 XGM In the Board of Supervisors of Contra Costa County, State of California May 11 . 19 76 In the Matter of Park Dedication Fees. The Board having received a May 3, 1976 memorandum from Mr. A. A. 3ehaesus , Director of Planning, in response to the request of Mr. Carl H. Jackson, Route 2, Box 962, Brentwood, California 94513 for refund of six park dedication fees paid in connection with the issuance of building permits for various parcels in the County; and Mr. Dehaesus having advised that the park dedication fee (P.D. 846-72 dated August 17, 1972) was paid with the filing of a four-lot minor subdivision map, and therefor is not refundable, and that other fees (P.D. 426-72 dated April 14, 1972, P.D. 897-72 dated September 1 . 1972 and P.D. 1026-72 dated October 25, 1972) paid for single family structures on parcels in areas where agencies exist for the provision of park and recreation services are not refundable; and Mr. Dehaesus having recommended that the Auditor-Controller be authorized to refund Mr. Jackson park and dedication fees for the following two parcels , aursuant to Section 92-12.008 of the Ordinance Code: Fee Humber Parcel Number Date Amount P.D. 131-72 2-070-04 February IS , 1972 $180 P.D. i89-73 2-110-15 April 5 , 1973 $300 IT IS BY THE BOARD ORDERED that the recommendation of the Director of Planning is APPROVED. PASSED by the Board on May li , 1976. 1 hereby certify that the foregohm 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: "r. Carl H. Jackson supervisors Director of Planning affixed this 11 thday of May 19 76 County Administrator County Counsel County Auditor-Controller J. R. OLSSON, Clerk By -4--'f'/' . ,%v-r,� . Deputy Clerk Robbie :it tierrez H-24 ISM RECEIVED CONTRA COSTA COUNTY MAY 4 1976 PLANNING DEPARTMENT J. R.CLSSOK CLERK !PARD W sunRvIsoes c ra co. TO: Board of Supervisors DATE: May 3, 1976 r ,� FROM: Anthony A. Dehaes SUBJECT: Park Dedication Fee Refund Director of Planni Request by Carl It. Jackson On April 9, 1976 our office received a letter from fir. Carl FI. Jackson, Route 2, Box. 962, Brentwood, California 94513, requesting the refund of park dedication fees paid in 1972 and 1973 as listed below: Fee I Date Parcel I Census Tract Amount Paid �r1) P.D. 131-72 2/15/72 2-070-04 3040 sl80.00'--' 2) P.D. 426-72 4/14/72 16-010-17 3031 110.00 3) P.D. 846-72 8/17/72 20-190-27 3020 104.00 4) P.D. 897-72 9/ 1/72 33-090-36 3020 285.00 5) P.D.1026-72 10/5/72 32-280-13 3010 40.00 6) P.D. 189-73 4/ 5/73 2-110-15 3040 300.00 Section 920-12.012 of the Ordinance Code provides in pertinent part, as follows: (a) If the development consists of one single-family structure on a single parcel legally created before September 30, 1971, and if an agency to-develop and maintain the park has not been provided (Section 920-12.010) within three years after the fees were paid, and if the person who paid the fee so requests, the fees still held by the County under Section 92-12.008 will be refunded if develop- ment of Pari; facilities are not then provided for. The park dedication fees under Items 1 and 6 were for single family structures on parcels legally created prior to September 30, 1971. No agency to provide part: and recreation services exists in the area. Therefore, these fees are re- fundable. They part: dedication fee under item 5 above was paid with the filing of a four lot minor subdivision map, and is not refundable. The park dedication fees under Items 2 4 and S were for single family structures on parcels legally created prior to September 30, 1971 in areas where agencies exist for the pzwiision_ � rk and recreation services. Therefore, these fees are not refundable. 1 recommend that the Board approve a refund of $4S0 to Mr. Jackson for Items I and 6 onl;. The other fees paid are not refundable. cc - County Administrator County Counsel Auditor-Controller �(� ,sir. Carl N. Jackson N* 0 IAMMM . . T'•_j 197 ' t , Pbuinina, :oxi:=sio„ I have been cap. get zly ?ae4 Dodlc,-ztion Fees ba,: k if they are ',Y::;:. or over . and n-mount as follow 1125-742--nUr.17, 1`372-Parcels r,b,c.& d .�� -3206.00----- 104.00 2. P.D. fe9'-72, Sept,. 1 , 1972 ----- -----__..__--_______ . _ .__ 215.00 3. P.D. #189-73,kpril 5,19%3 ---- _-_-__--- ---• -------_ .__. . 3CC.00 . P.D. �I 4206-72,prii1G, 1972 ----------------------------- 110.00 5. P.D. 131?0-,-veb.15, 1972 -------------------- ----r------ 180.00 v. P.D. N 1026-72 Oct.25,1972 ----------------•------------- YQ.OJ ------------- Total Due i.. -- i ,X319.30 Thank You • jam � In the Board of Supervisors of Contra Costa County, State of California MAY 11 -0,1976- In ,•-t976-fn the Maffw of Approval of State Licensing Forms 200, 308 and 400 for Application for Discovery Motivational house, finder State Contract ?5-53687 and County Contract 29-402-3 The County Administrator having presented to the Board on the recommendation of the Director, Human Resources Agency, for approval three STATE LICENSING FORMS, LIC 200, Application for Facility License, LIC 308, Designation of Administrator Responsibility, LIC 400, Affidavit Regarding Client Abney, for submission to the State Department of Health Facilities Licensing Section for establishing the DISCOVERY AiT!IVATIONAL HOUSE under State Contract 75-S3687 and County Contract 29-402-3; IT IS BY 'THE BOARD AUTHORIZED that said license application v forms be submitted to the State Facilities Licensing Section by the County Medical Services Department. PASSED BY THE BOARD ON MAY 111976 I hereby certify that the foregoing is a true and correct copy of an order entered on the niuwtm of said Board of Supervisors on the date aforesaid. orig: Director, NRA Warms my hand and tho Seat of the Board of cc: bWical Services Director Supervisors 14 AY 19 7 9 Acting tiental Health Directoraf ix*d this�. l day of County Administrator J. R. OLSS1ON, Clerk Auditor-Controller By ,, Deputy Clerk H 24 IV74 • 35•M Wry crcag /' W12 I `:SMTf r G►LttiOiMitA-ItEAlnl AND IYczeaRl A4ENCY PEP AtiTbp".1 of it�A ` Ai'?t JCkTION-FOR FACILITY LICENSE Cwt baoR sa ira*UuctiwW w FOR DEPARTU"T USE ONLY t)iat�ici• Facility AiuRsxt�t: : �``.i f'�m,�, tattle: Aa tim Type: ROW&AM try Facility TW.- Contra ypes:Contra Costa County w ., 2.'CHECK TYPE: 0 A. WWYIlWAi I4 RsA1ItTItERSMit G I►4MPlpiIT CQR►ORATIOA! + �°�, Ela. monrconp. r— COnwTY Or. ,-mm rwLsc' ]. APPLICANT AOORESSCITY STAT[ zip Coot " PHotiC t+1a i n b Pine Streets Martinez CA. : 94353 : . 4. FACILITY(Olt As"MYS w1+W Discovery Motivational Nous r �� 5. FACIt.t7Y LOGITION C!'1Y ZtP COOL"' PNOMC' ' -0639 Pacheco- Martinez 6. FAOUTY*"ILIXG AMMt7iS LIF DWffX n GTY STATE ZIP.COOL t f T. I►ERSOIt tN CNAR6E OF FAClUT1f TtTLL ,.LICCWC NO. IF,APPLICABLE{ `A!l es p APTLICATSON: 0. CMAtsRE OF SERVICES nL ama CNANRt 3PLCiP11 ;zi s A.' NEIN APPUCATlON 0 E, CMAII6E OF FACILITY 7YRF C CHANGE OF CAPACITY 0 F. 0"Aa of Owiterssup C. CHAN"OF LOCATION � 4 CHAKC OF VED CLASSI""TL 11 3 9. TYPE OF'FACIUTY LOR AGENCY) iQ.r"AAIOU1lT OF ALC tit[LOIiLo& Motivational Drug Qetox Hofto 11.REQA=T=CAPACITY IX Afi!RAMC OF CLUW5 t'. ' TtI OF OPft<rtrl It + 9 18-33 24 ter. ? Liay'weeir,; p #4. WAS FACILITY"tMGWSLY UCEM WT TES @ No � IF YES.FACIUTY wt%iiaR w UCV"AOFMGtt ;! � 15. IS Wm CONSTRUCTION halon MI oATE oq�tSTRI1CrroN TO rssuC t6. PIloP[RTY,t)WMER3kIP � To (3W 041M To ftcallsttTED; N/A awn Rutr aTlrtax ;,, 17. OU""IE FACIUTIrs LICENSED DY an 0~MY APPLic NT: �#: A At 1 county on ire #aci!itieS a C. la. AREA MEALTH PLANNIUG APPOOYAL CIF REOOIREG DATE OF APPLICATION: WA OATS OF APTaOYAL: CAPACrff APPRO'IEO:.. 19. 1(we)accept responsibilityto t A. Comply with bean WdUa"COS coneantiag zoning.sanitatiat.buitdiag and otber app tWiete ordinances. a H. Comply with the Lmaor Code at a aVoyamt practices allownhtg non-diwindnatim =liability insurance,waq=,.isoucs,alts Y�arkin iP;f conditions. ; C. Comply with Health and Safety Code and regulation coacareing Ilcansitq sad lira safety. I two)f declare ander penalty of perjury that the stateonts an this Itpptiattion and an toe a=ogpnying attachments are correcT to my (ooh trlf Contra Costa County Sign Title C.lt3it�n Oate Si Title ! P-KAM n . Si Title` Date u ' rt Si tz Title_ Date .90. Do you wish to apply for the Medicare itlagram? Q Yeas Q ho "ter st. Do you wish to apply for the Uedi-Cat pnXram? Yes ONO ADOITIOAAL SPACE s f yt x z� LIC 2OO i�Jiat -'' t Sum o!Glifmnia—HoWth and::es: .vY r D"Urvnent of Heshh AFFIDAVIT REGARDING CLIFAT RiOXEY Ibis(ante is inicud-.3 an invurr thda all limused facilaics armply with smtuu ty banding requirements if they handle money. Facilities that banJc client own.-g toast certify that the facility does not need a bond(hear A)or that a bund is required(item 8)aril the anumunt of the bond.Ibis fonts is sequircd on new applications and wbeocwr the• .lepartenent dccros it is aacss:tny ao icer-duate the bones need of a facility. In accordance with the applicabic lenwisioni of California Health and Safety Code: IWe)� Contra Costa County xa..teii• As apoicant(s)far or operstor(s)of Discovery lot i vat i ona l house [[sato of FasiLtr Located 4639 Pacheco Martinez. CA. 94553 Contra Costa sweet OW Coutes I(We)Certify that:(CbcvL•A or B below) A. Well handle less than$50 per person if Community Care Facility or less than$25 per persoae if neakit Facility also less than 5500 for all teddeats in any one munch for either type facility. X Q U l handle mute than$50 pa paws if Community Care Facility of mote than SZS per person if Ifeakh Facility or mune than 5500 for all residents in any one month for either type facility.(if B is dwdted, phase i fte tb a t tit:gf' n that will be haadleda.Amount of money to be handled moran Moto if"1I"is cbcckc4 you will need also submit a surety Bond K/A County ran program MONEY HANDLED BOND REQUIRED S 7SOAD or las SIAW.00 7Si.00 to i. MOO 2,000.00 l.SOIAO to 2,500.00 3jWA0 EtYey additional incrancut of SI AOMW or faction thereof shall require an additional$1.000.00 an the bond. Will immediately diately notify the licensing agency in wd tag when the above stated amount is execede L Will maintain adcq=tc safeguards and arcueate wcords of atonies and valuables entrusted to the homtr. in aceoe d with ItWAuions of the State Department of Health. • I aatify that the fategaing smcmcmts ate tette to the best of my kmawk*c and beW In mak W these statemcom 1(ATe)malice that the udm inion of willfully inter stamocats constitute grounds for the a Micasion or nevocation of my license. IAwls G. Pascal l i, Jr. rental Health Adan i n i strator siptatatr ic'lut.of repos Cw=wh iw ram Contra Costa Co;;rty of Supervis K eMY sisaatlu t:Ti:'• UC 400 (61741 --'""•' 0&151• •` ��s..�t Cairo:r+a-Y-a�t3+and A;t" I Department of Meath DESIGNATION OF ADMINISTRATIVE RESPONSIBILITY Licensed fac'Mtics are required to have a person continuously present during operational hours at ti:e facility authoriz-td to regu:sent the facility and to accept licensing reports.This form is intended for licenses alio cannot be continuously present to delegate to the administrator or other appropriate staff authority to accept this responsibility_ applicants who are corporations are asked to attach board resolutions authorizing this delegation. Facility Name D i scovery Mot i vat i ona l i base Date 4/22/76 Facility Address 463 P;74chsc-o Phone 229-4212 r r City Martinez, CA. 94553 County Contra Costa Name Toms S i c l arGo Title Discovery House Dire-for is hereby designated as administrator. manager or agent of the above-named facility and is authorized to receive at the above-named facility on my behalf service of any documents including reports of inspections and coasultation3.accusations and civil and administrative process. I(%Nlc)shall notify the State Department of Health,of any change in the above authorization. Contra Costa County Boa of Superviso s P. Kenny S' sat co f of app[icintJticc c ntra Costa County Titer Main and Pine Street Ad_ress Kar~irez Contra Costa 9-4553 City r•.unry rp l.tC ti3 047s1 - 00515" " i In the Board of Supervisors of Contra Costa County, State of California May n , 1976 In the/Matter of Legal Defense. IT IS BY THE BOARD ORDERED that the County provide legal defense for the following individuals in the court actions indicated, reserving all of the rights of the County in accordance with provisions of California Government Code Sections 825 and 995: NAME and DEPARTKW COURT and ACTION NUMBER ". Harry D. Ramsay Superior Court, No. 160745 Sheriff-Coroner Zenta Sina White, Plaintiff Mr. Jerald R. Wallis Mt. Diablo Municipal Court, Sheriff-Coroner No. 25402 Cal-Farm Insurance Company, Plaintiff PASSED by the Board on may ll, 1976. I hereby certify that the forpoinp is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid cc: County Sheriff-Coroner (2) W;,tness my hand and the Seal of the Board of County Counsel Supervisors County Administrator affuted tha Ilth day of MaY . 1976 I R. OLSSON, Clerk dy Deputy Clerk Maxine M. Neufeld 24 sns ,GM 00616 f In the Board of Supervisors of Contra Costa County, State of California May 11 , i9 76 M the Matter of Fee-for-Service Contract and/or Novation Agreements with Physicians, Dentists, Optometrists and Podiatrists Utilized by the County Medical Services and County Health Department IT IS BY THE BOARD ORDERED that Contract and/or Novati-a Agreements for those fee-for-service physicians, dentists, optometrists and podiatrists utilized by County Medical Services and the County Health Department whose names are listed below are hereby APPROVED, implei...__..azing Resolution No. 75/844. Name Number Effective Date Rate Harry Rice, M.D. 26-755 March 1. 1976 $19.20 hourly IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to sign the Contracts and/or Novation Agreements on behalf of this Board. Passed by the Board on _ May 21, IM 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. Oris: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts Unit Supervisors cc: County Administrator affixed this 11th day of May , 19 76 County Counsel :/ J. R. OLSSON, Clerk County Auditor-Controller By`^ Deputy Clerk H 24 12174 - 15-M , County Medical Director Chief, Medical Administrative Services County Health Of:=icer Personnel Services Unit Employee Relations Officer ©Vtt% 1 l ACI'.iX•ENT FOR Pl;tlt'I SIONAL 51:N ICE Contract Paint Ph sic:ian3 (Contra Co:=tu County Human Resources Agency) Number . 26 - 755 1. Parties. The County of Contra Costa ("Cout►ty") and the below-named Contractor mutually agree and promise as follcn s: 2. Variabl i-s. a. C011tractor (name) Harry Rice, M.D. {address) 12 Arlington Ct., Berkeley, CA 9470T - Phone 524--2783 b. (} Attending Physician ( } Psychiatrist ( ; Podiatrist ( ) Physician/Resident ( ) Dentist ( ) Optometrist ( ) Orthodontist ( ) c. Effective Date March 1, 1976 d. Method of Payment (Board Resolution No. 75/844 ). Check appropriate box: [33 Hourly Paid Contract:. Contractor paid for each hour of actual service , rendered in accordance with established monthly schedule. Rate: $ 19.20 per hour [ .j Monthly Paid Contract: Contractor paid for services rendered in accordance with established monthly schedule. Rate: $ per monta. ' For services rendered as requested, and scheduled and approved by County, in addition to those normally and additionally scheduled and required as specified in 4. Services, County will pay Contractor $ per hour in addition to uonrhly rate. e. Anesthesia Services: Contractor agrees to perform anesthesia services to be compensated as set forth in Board Resolution No. 75/$43. Agreement includes availability for Anesthesia Services: ( j Yes ( j NO 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. ---Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as insicated in Section 2.b, pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services specified in 2.b. above, including all services normally-and custo=arily connected therewith, including on-call services, and such addicional services as are required, at times and locations specified by the l:edical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in .-advance d"Zt.:s. i:: cases oY emereriCy or V::►.'.rC Otherw25e required, the Medical Director or Health Officer may maize such changes in the duty schedule as are required. The County shall not change assigned duties without consultation and agreement. of the Contractor- For purposes of this Agreement, the Medical Director and/or Health officer are authorized to act on behalf of the County. 5. Term. The term of this arreemert shall be from its effective date, as indicated In Secticn 2.c. through October 31, 1976, but it lay be cancelled i= ediatcly by mutual consent, or by either party, by giving 30 days advance written notice thereof to the other. 6. 13odi f icat it„► a1z F_Yteusion. This contract r..,y be mots f ic.d and/or extended by mutual agre:me►►t of the County and the Contractor and approved by the Board. • lltiaofilmed wiori. th Boats 00518 Number�.r� �i-�5 7. Payrtnit:. Each month thu Contractor shall invoice the County in the fors prescribed by the County, clearly specifying services rendered to the County. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: a. if hourly paid, at the rate indicated in Section 2.d. for each hour approved; or b. if monthly paid, at the rate indicated in Section 2.d. or pro-rata amount for said approved period, or for additional services, at the per hour rate. 8. Mileage Roinbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with establfsh?d procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County !-Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security Taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies, and noa-profit medical corporations. 12. Insurance. If obtainable at a reasonable cost, County shall keep in effect a policy or policies of liability insurance including professional malpractice liability as provided in the policy I:o. CL 299545 issued by Providence Washington Insurance Grou-3 to the County and in effect on October 1, 1975 with limits of $500,000 per person and $1,000,000 per occurrence and umbrella liability insurance policy No. 4173-5674 issued by the Insurance Company of the State of Pennsylvania with a I-Imit of $5,000,000 each occurrence/anmtal a-greglte to the Count} and in effect on October 1, 1975 covering both the contractor and the County under this agreement. The County shall have sole and absolute discretion to determine whether the cost of obtaining such policy or policie of insurance is reasonanle. If the County determines that liability in =rznce, including professional malpractice insurance, or malpractice insurance only, is nor obtainable at a reasonable cost, the C.,unt'y will become self-insured (Govt. C.fr990.4) and will cover contractor's liability to the same extent as covered in policies Nos. CL 299545 and 4173-5674 issued by the above named Insurance Comnanies to the County and in effect as of October 1, 1975 not to exceed $5,000,000 including any umbrella coverage, which the County may be able to obtain, insofar as permitted by the Constitution and Statutes of the State of California. 13. Assignment. Contractor shall not assign o_ transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR uy syIZVZ_4j • Designee Director, Human Resources Agency Dated: � �-3 ATTEST: J. R. OLSSON, County Clerk and ex officio Clerk of the Board BY. Deputy RECONMENDED FOR APPROVAL: Medical Diroetar or Fealth 0:ficer 0V519 In the Board of Supervisors of Contra Costa County, State of California May 11 . i9 76 In the Matter of Request for Additional Superior Court Judgeships. The Board on March 23, 1976 having referred to the Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) and the County Administrator the request for legislation_ to provide for two additional Superior Court judgeships; and The Board on April 13, 1976 also having referred to said Committee and the County Administrator the April 2, 1976 report of the Judicial Council on Contra Costa County Superior Court Judgeship Needs, which recommends that two additional judgeships be created for the court; and The Committee this day having submitted a report thereon ( a copy of which is on file with the Clerk of the Board) recommending that the State Legislature be requested to establish one additional judgeship for the Superior Court of the County of Contra Costa, and that the matter again be reviewed by the Board next year; IT IS BY THE BOARR ORDERED that the recommendation of its Administration and Finance Committee is APPROVED. PASSED by the Board on May 11 , 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: Board Committee tartness my hand and the Seal of the Board of Supervisors Judge of the abed this 11th of May 19 76 Superior Court — County Counsel J. R. OLSSON, Clerk County Administrator gyt� ���,c_ Deputy Clerk H 24 12n4 - I5-M Vera Nelson Assemblyman John T. Knox 00520 ra The Board of Supervisors - Ccntra K Costa Chairman County Administration Building Costa County ClerkJanow R.° '� P.0,BOX 911 Ex Officio Clark of the Board Martinez.California 94553Garakh"Ru wW ier Clerk James P.Kenny-Richmond (4151372-2371 1st District Alfred M.Dias-Et sobrante 2nd District James E.Moriarty•Lafayette RECEIVED 3rd District Warren N.lioness-Concord 4th District t Edmund A.Unsdwid•Pittsburg Ef:i� I 1976 5th Oistrict May 11, 1976 CCE2K 80A�0 D� W,'-- *025 REPORT Cori= Co5rA Co. �/............................................Deputy OF THE ADMINISTRATION AND FINANCE COMMITTEE ON SUPERIOR COURT JUDGESHIP NEEDS On April 13, 1976, the Board of Supervisors referred to this Committee and the Office of the County Administrator the matter of the report of the State Judicial Council on Superior Court needs in Contra Costa County which recommended that two additional judgeships be created. The Office of the County Administrator has investigated this matter and reported to the Committee that there is no staff disagreement with the Judicial Council's report. The County Administrator's Office has analyzed the direct costs of adding one Superior Court Judge and concluded that it would cost approximately $85,000 for the first year of operation. J The Administrator has pointed out that in addition to these direct costs, there are other indirect costs attributable to the operation of the Superior Court. The County Administrator has been advised by both the State Dei:artment of Finance and the Judicial Council that there is a $60,000 annual reimbursement for each new judge that would be added to Contra Costa County's Superior Court. The Administration and Finance Committee recommends to the County Board of Supervisors that we ask the California State Legislattkreto add one Superior Court Judge to the Contra Costa County Superior Court. We make this recommendation in full recognition of the Judicial Council's report, the current Superior Court backlog of civil cases, and the recognized dedication of our judges to their jobs. Our recommendation is based on our concern about the County's overall financial situation which is requiring all County departments to possibly operate with fewer positions and resources than are necessary to meet current workload demands. Mkroflinlid wiffi 66ara order 00521 2. We further recommend that this Board of Supervisors again review the question of adding additional Superior Court Judges in the next fiscal year. J. E. MORIARTY W. N. BOGGESS Supervisor, District III Supervisor, District IV r 00M rc In the Board of Supervisors of Contra Costa County, State of California y ay 11 , 19 -7.6 In the Matter of Federal Procurement Conference. The Board having received an April 28, 1976 letter from U.S. Congressman Ronald V. Dellums, Sth District, advising that he is the sponsor of a Federal Procurement Conference to be held June 5, 1976 at Laney College, Oakland, for the purpose of increasing the penetration of federal markets by small and minority businesspersons, and urging attendance of county officials authorized to make contractual decisions relative to procurement matters; IT IS BY THE BOARD ORDERED that the aforesaid matter is REFERRED to the County Auditor-Controller (Purchasing Agent) and the Public forks Director. PASSED by the Board on May 11, 1976. a E I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor; on the date aforesaid cc: County Auditor—Controller Witness my hand and the Seal of the Board of (Purchasing bent) Supervisors Public Works Director affix" this , &- day of W 19 � County Administrator / J. R. OLSSON, Clerk By_ art Z�t�� t s�� , Deputy Clerk H 24 12/74 . 15-MHemmen G. Marshall In the Board of Supervisors of Contra Costa County, State of California may 11, 1976 , 19 In the Matter of Complaint with respect to Construction of Dwelling on Lynch Court, Concord. The Board on March 30, 1976 having referred to Mr. R. W. Giese, Acting County Building Inspector, a complaint of Mr. Val E. Neumann, 21 Krona Court, Concord, California 94521 objecting to construction of a dwelling at 20 Lynch Court, Concord, alleging infractions of county building codes and resultant ca:i�:a;-e to his property from water drainage; and In a May 5, 1976 memorandum rep-)rt Ar. Giese having aavised That the property referred to is now within the city limits of Concord and outside the jurisdiction of the county and therefore recommended that all pertinent correspondence be forwarded to the City; IT IS BY THE BOARD ORDERED that said r4co=endation is APPROVED. PASSED by the Board on May 112, 1576. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisor: on the dab aforesaid. cc: Mr. V. E. Neumann Witness my hand and the Seal of the Board of City of Concord s utorw6ors ,Acting County Building awed this 11 th day of -nay . 19 2& Inspector J. R. OLSSON, Clerk County Counsel County Administrator Byl , Deputy Clerk H 24 12174 - ISM Helen C. Marshall 00524 In the Board of Supervisors i of Contra Costa County, State of California !Lay 11 . 1976 In the Matter of Appointment to Board of Commissioners, Riverview Fire Protection District The Board on March 30, 1976 having requested the City of Pittsburg to recommend a nominee to fill a vacancy on the Board of Commissioners of the Riverview Fire Protection District of Contra Costa County created by the resignation of Mr. Louis N. Garcia; and The Board having received a May 5, 1976 letter from the Pittsburg City Council recommending the appointment of Mr. Horace A. Enea; IT IS BY THE BOARD ORDERED that Mr. Enea is APPOINTED to fill the unexpired term of Mr. Garcia ending December 31, 1976. PASSED by the Board on May 11, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the nhinutes of said Board of Supervisors on the date aforesaid. cc: Riverview Fire Protection Witrww my hand and the Seat of the Board of District Supervisors City of Pittsburg affumd this 11th day of--M"___, 19 76 Supervisor E. A. Linscheid 4 J. R. OLSSON, Cork County Administrator By Deputy Clerk County Auditor—Controller Vaxine M. N 1 Public Information Officer Mr. "Shad" Enea H 24 W75 IOU i 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 May 11 , 19 76 In the Matter of Approving and Authorizing Payment for Property Acquisition and pipeline relocation. IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract is APPROVED and Public Works Director, is AUTHORIZED to execute said contract on behalf of the District: Contract Payee and u Reference Grantor Date Escrow Number Amount Lines E & E-1 East Contra Costa May 11, 1976 East Contra Costa $12,040.00 Brentwood Area Irrigation District Irrigation District Work Order 8514 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. Deed and The County Clerk is DIRECTED to accept said/Easement from above-named Granter for the Contra Costa County Flood Control District. PASSED by the Board on May 11, 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: County Administrator affixed this 11th day of MaY - 1976 County Auditor-Controller J. R. OLSSON, Clerk Public Works Director By i Deputy Clerk Flood Control District H. In aham Real Property Division + ,a ef � sans 00526) In the Board of Supervisors of Contra Costal C.sunty, State of California May 3-1, . 19 76 In the Matter of Sheraton Inn-Airport Lease. On the relation of the Public Works Director, the Hoard GRANTS the Lessee of the Sheraton inn-Airport an extension of time to May 31, 19?6 in Which to pay the March. 1976 percentage and the bass rental payment for May, 1976 both due on May 1, 1976, subject to interest at the rate of ten percent per annum. PASSED by the Hoard on May 11, 1976. 1 hereby certify that the foregaing is a true and correct appy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department M/dness my hand and the Seal of the Board of Airport Division Superraors oflixed this uthday of_ MaY _ 19 76 c: Sheraton Inn-Airport (via Airport Manager) J. R. OLSSON, Clerk Public Works Director County Counsel By /!. Deputy Clerk County Auditor-Controller County Administrator Airport Manager H -14 3,176 Orn 005V In the Board of Supervisors of Contra Costa County State of California as ex officio the Board of Supervisors of the Contra Costa CounTy Storm Drainage District Zone 13 May 11 , i976 In the 1Ma"er of Approving Addendum No. 1 for Storm Drainage District Zone 13 - Lines C-1 and C-2 - Danville Blvd. Storm Drain Work Order No. 8520 The Board of Supervisors of Contra Costa County, as ex officio the Board of Supervisors of the Contra Costa County Stores Drainage District, hereby APPROVES Addendum No. 1 to the pians and specifications for the construction of Storm Drainage District Zane 13 - Lines C-1 and C-2 - Danville Blvd. Storm Brain. kASSED by the Board on May 11, 1976. 1 hereby certify that the foregoing is a true and correo copy of an order @ isi- on the minus of said Board of Supervisors an the des% aforesaid. Wi nese my hond mrd tine Seal of the Board of Originatn+r: Public Marks Departmen- Flood Con-rol Design cc: Public Works Director affixed this Ilt1�y of May 19 76 Flood Control CounTyAuditor-Consroi ler J. R. OLSSON, Clerk County Administrator By qty Clerk N. Iftraham H-24 3176 15m 00528 Contra Cosa County Storm Drainage District Zone No. 13 Project No. 8520-76 May 11, ,976 Project: lines C-1 and C-2 Danville Blvd. Storm Drain #852,0-76 s ADDENDUM K0. 1 Contra Costa County Storm Drainage District, Zone 13 Lines C-1 and C-2 Danville Blvd. Storm Drain Project No. 8520-76 1. The following shall be inserted in the Item Price and Total Price for Bid item lb. 15, "Flagging tContigent= Sum-Paid as Earned?", as listed on the Proposal : $3,000.00 and shall be included in the Total Bid Price. Microfilmed with baud order 045.29 In the Board of Supervisors of Contra Costa County, State of California may 11 , 19 76 In the Matter of Reappointment of Assessment Appeals Board Member, Assessment Appeals Board Alternate Member, and Assessment Hearing Officers. i IT IS BY THE BOARD ORDERED that Mr. James W. Goodhue, 5472-P Roundtree Place, Concord, California 94520 is reappointed as a member of the Contra Costa County Assessment Appeals Board for a term of three years commencing the first Monday in June, 1976. IT IS BY THE BOARD FURTHER ORDERED that Mr. Forrest J. Simoni, 4609 Wildwood Court, Richmond, California 94803 is reappointed as an alternate member of the Contra Costa County Assessment Appeals Board for a term of two years commencing the first Monday in June, 1976. IT IS FURTHER ORDERED that Mr. Simons is reappointed as Assessment Hearing Officer of Contra Costa County for a term of one year commencing the first Monday in June, 1976. IT IS FURTHER ORDERED that Mr. Thomas C. Garrick, 1364 Running Springs Road, /2, Walnut Creek, California 94595 is reappointed as an Assessment hearing Officer for a term of one year commencing the first Monday in June, 1976. PASSED by the Board on May 11, 1976. 1 I hereby certify that the foregoing is a true and cored copy of an order enMred on the minutes of said Boo rd of Supervisors an the doh aforesaid. cc: Appeals Board Members (5) Witness my hand and the Sed of the Board of County Counsel Supervisors County Assessor affixed thisllth , of May i9 76 County Auditor-Controller County Administrator J. R. OLSSON, Chrk By Deputy Clerk Mildred 0.Ballard N-24 ir;t,ISm 1 t In the Board of Supervisors of Contra Costa County, State of California May 11 . 1976 In the Matter of Approving Allocation of Criminal Justice Planning j Funds Mr. Arthur G. Will, County Administrator, having advised that the California Office of Criminal Justice Planning has requested that Contra Costa County waive claim to $20,000 in federal funds which have been allocated to the County by the State of California for Criminal Justice Planning for fiscal year 1976-1977 in order that the planning funds may be allocated to regional boards and fragmentation of the criminal justice planning effort avoided; and The County Administrator having recommended that in line with the aforesaid request this County's allocation of $20,000 be "passed through" to the Criminal Justice Agency of Contra Costa County; and IT IS BY THE BOARD ORDERED that the recommendation of the County Administrator is APPROVED. Passed by the Board on May 3,19 1976. I hereby certify that the foregoup is a true and cornett copy of an order entered on the Minutes of said Board of Supervisors on the date aforesaid. Orig: County Administrator W'itnen my hand and the Seat of the Board of cc: Office of Criminal supe Justice Planning affixed this 11th day of May 19 76 Criminal Justice Agency J. R. OLSSON, CWk County Auditor-Controller B /_ Deputy Clerk H 24 12174 - 15-M Makine M. NeufA d 00wi In the Board of Supervisors of Contra Costa County, State of California May s , 1976 In the Matter of Destruction of Records. Pursuant to Government Code Section 26202, IT IS ORDERED that the Clerk of the Board is AUTHORIZED to destroy certain Board of Equalization records which predate 1973 when the Assessment Appeals Board was established. PASSED by the Board on May 11, 1976. 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. Orifi. Dept. : Clerk of the Board Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this 11th day of May . 1976 J. R. OLSSON, Clerk By L, Deputy Clerk Maxine M. NeuYeid H 24 SPS IOM 00t%2 t%2 CONTRA COSTA COUNTY Clerk of the Board Date: April. 28, 1976 To: County Administrator From: Geraldine Russell, Chief Clerk Subject: Destruction of Records I hereby request that the Clerk of the Board be authorized to destroy certain Board of Equalization records, in accordance with Government Code Section 26202. The records to be destroyed predate 1.973 when the Assessment Appeals Board was established. GR aab LI�R/R7V Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California Has 11 . 19 Z In the Matted of Appointing Mrs. Pat Dodsworth to the Contra Costa County Flood Control Zone 3-3 Advisory Board. Upon the reandation of Supervisor W. N. .Boggess, IT IS BY T39 BOARD ORDERED that Mrs. Pat Dodsworth, 1805 Landana Drive, Concord, California 94520, is APPOINTED a member of the Contra Costa County Flood Control Zone 3-8 Advisory Hoard. PASSED by the Board on May 11, 1976. I hereby aer* that the fan%pkV b a true and correct appy 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: Mrs. Pat Dodsworth Supervisor Supervisor W. 3. Boggess aRixed this 11th day of May , 19 76 Public Works Director -- Flood Control J. R. OLSSON, Clerk County Administrator ey . _,�, .fr^ ire Do" Clerk Public Information OffsRerJoan L.Killer H 2 ars IOW 00-9-IA- In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Providing Payment for 20 County Foster Parente for Mileage Reimbursemer.L to Eight Training Sessions IT IS BY THE BOARD ORDERED that the Auditor-Controller is AUTHORIZED to pay 20 County-specified foster parents six cents per mile for mileage expense relative to their attendance at eight Social Service Department three-hour training sessions in "Parent Effectiveness" during the period April 19, 1976 to June 11, 1976, upon receipt of approved demand forms (D-15); and IT IS FURTHER ORDERED that the total of such demands shall not exceed $351.00. PASSED BY THE BOARD on May 11, 1976. I hereby certify that the foregohM is a true and correct copy of an order ~ed on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the hoard of Orig: Human Resources Agency & Attn: Contracts 6 Grants Unit cc: County Administrator affixed this I1t h day May 19 76 County Auditor-Controller J. R. OLSSON, Clerk Social Service Department Byege Deputy Clerk l:tc2r _rig N 24 alis IOU ' 0U535 In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Termination of F,einburse*-ent Agreement Vrs. :'.enerieve !.oniz On recon riendation of the County Auditor-Controller IT IS BY TETE BOARD 0RDE MD THAT the Chairnsan IS HEKr.BY AUMMORIZED to execute Tervdnation of Reimbursement Agreement \e which w;s taken to guarantee renayment of the cost of seri ces rendered by the l\� County to vrs. r2erevieve Poniz :to has made renavrent in full. Passed by the Board an May 11, 1976. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of scud Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of Drieinatinp rent: Aud=tnr-rontrallerSuperysm cc: +^ourty AdTiris: rator affixed this 11th day of May . 19 76 J. R. OLSSON, Clerk By Deputy Clerk 14 24 12174 - IS-M U IdwCraig r TION OF BEIMBURSEIfM AGREEMENT The REUMURSEHM AGBEEMENr and NOTICE OF LIEN executed on August 12, 1957 by Mrs. Genevieve Moniz and recorded in the official records in the office of the County Recorder of this County on August 30, 1957 in Volume 30W at page 276 is hereby released. Dated: NAY 11, 1976 By order of the Board of Supervisors. OF THE BOARb OF VISORS 'Contra Costa Cou ty STATE OF CALIFORNIA County of Contra Costa Ondate May 11, 1976 before me, Mary -Craig a deputy county clerk of this county, personally appeared ames PP. Kenny known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that be executed it. James R. Olsson, County Clerk by De Coup erk (M 2029 11/72) 00 11Aicrofilmed with h-ryrd o.r1 i In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Amendment to Ambulance Agreement with Contra Costa Medical Systems, Inc. On the recommendation of the County Administrator, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an amendment to existing agreement dated January 1, 1976 with Contra Costa Medical Systems, Inc. for continued provision of ambulance services at the request of the County through May 31, 1976, under terms and conditions as more particularly set forth in above-mentioned Master Agreement. Passed by the Board on May 11, 1976. I hereby certify that the hwegoing 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 cc: Contractor c/o Admi nistrati*arvisors Director, HRA affixed this 11th day of May 19 76 Medical Director J. R. OLSSON, Clerk Couni:y Auditor-Controller By ems / Deputy Clerk H 24 12n4 • 15-M M Crai' �a•i.:.I1I�.is ,0 .c�:v3F.tu.�,� ti�EEE:=�::T Effective April 1, 1976, the s"b"bulance Agreement effective January 1, 1976 between Contra Costa County and Contra Costa Medical Syster..s, Inc. is anended as follows: Section 2 of Attachment A is amended to read: "2. TERM. Notwithstanding Section 12, this Agreement is effective January 1, 1976 and terminates May 31s 1976." COU11TY OF CONTRA COSTA, CALIFORNIA COtITRA COSTA MEDICAL SYSTEMS, INC. By P. Kenny By .j 'Z-7 - C a rman, Board br Sugn-rvisors President Attest: J. R. Olsson, County Clerk Des gnate official capacity in business and affix corporation By 12i441 4:? seal) ✓Man► Cra Deputy State of California ) County of Contra Costa )ss. Recommended by Department ACKNOWLvDGEMENT (CC 1190.1) The person signing above for By Contra Costa Medical Systems, Inc. Desigpee known to me in those individual and business capacities, personally appeared before me today and Form Approved: County Counsel acknowledged that he/they signed it and that the corporation or Ger-�� :� u:aer partnership named above executed By the within instrument pursuant to Deputy its bylaws or a resolution of its board of directors} Dated: 99VI nrrtcw su►i GREGORY F. JIl.KA Notary-Pub c iw► ; Put PAL a$Iact Iii T` SONUMA COUNTY My Comnussion Emares Feb. 25, 147$ sr�slj fu AdIG VULM47 ftarofiimed with b--,d order In the Board of Supervisors of Contra Costa County, State of California, May 11 , 19 76 In the Maher of Approval of Contract #28-422, Western Amids, Inc. for $3,000 far training of CETA personnel IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract X28-422 with Western Amids, Inc. for training for 25 Comprehensive Employment and Training Act (CETA) intake workers and counselors during the period Nay 10, 1976 through May 31, 1976 not to exceed a cost of $3,000 in Title I funds under provisions set forth in said contract. PASSED BY THE BOARD on Hay 11, 1976. i 1 heir ceniify that the foregoing h o true and cored copy of an order «tiered on the minutes of said Boo rd of Supervisors on the daft aforesaid. Orig: Human Resources Agency M ftm my hand and Ae Seal of the Board of Attn: Contracts & Grants Unit Sup rwhors cc: County Administrator mixed this 11th day of May , 19 76 County Auditor-Controller J. R. OLSSON Clerk County Manpower Director �,y Do" Clerk Contractor tik, raag EH dg ,,[,540 H 24 SOS IOU (� antra i'.., • ,,UY S-andard Form 1. Contract Identification. ;:umber 28 — y22 D•2-jartnent: Human Resources Agency Manpower Project ,, Trainlne for CGTA Unit Coeleeselurs and Intik_ ;,orkers :te :iLl:#an, 2 : _..�a7�7ic:ai:t,;� Mild Coon-;eLin', •rechniques 2. par-ties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: UTSTEEL4 AHIDS, ISC. Capacity: Oregon corporation (for profit) Address: 10175 S.W. Barbur Boulevard, Suite 310 B, Portland, Oregon 97219 3. Term. The effective date of this Contract is _ May 20, 1976, and it terminates May 31, 1976 unless sooner terminated as provided herein. 4. Termina.ion. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. PaN...ent Limit. County's total payments to Contractor under this Contrrtt shall not exceed $ 3,000 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 375 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of 8 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in advanced interviewing and counseling techniques for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least 8 full hours of such services, as specified in Attachment A attached hereto, which is incorporated herein by reference. 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. Indenrir_cation. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, siclImess 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 Covernment Code Sections 26227 and 31000; Title I of the Cocprehensive Employment and Training Act of 1973, as amended (CETA) ; and 29 CFR Subtitle A, Parts 94, 95, and 98. 11. Signatures. These signatures attest the parties' agreement hereto: COUA1T1 0- COMUL COSTA, f4LIFORINIA CO►MACTOR �By _ - �P. Kenny B rman, Board of Supervisdrs Designee Ada_/ �:CCUIT4r:. .. .'. ;):•i ?:L�r:._ t;)c'�L 1::t fris[a! ca h--ick) $y (Form approved by County Counsel) Microf0mcd vAth hoard orderoosA1 (A-&62'1 7 711 i u ATTACM(ENT A Q 42f%#RC Humber 2© 2 f , Training Outline Contractor shall provide consultation, specialized instruction, and training in advanced interviewing and counseling techniques for up to 25 CETA Unit Counselors and Intake Workers under the County's CETA Title I Manpower Project. Contractor shall provide said services in an 8 session workshop, comprised of two parts. PART I shall include 4 workshop sessions for CETA Unit Counselors and Intake Workers together and Contractor shall seek to improve their skills in the following areas: 1. Interviewing 2. Listening 3. Transactional Analysis 4. Value Clarification S. Empathy 6. Time Management Contractor shall conduct these first 4 training sessions as follows: FIRST SESSION Morning Topic: SRecifying Counseling Outcomes for the Contra Costa System Participants discuss the desired outcomes from the counseling process and identify their concerns which may stem from personal perceptions of their roles or from difficulties with technical project or system requirements. Techniques for coping with the identified job related difficulties are demonstrated. Workshop participants engage in role-play and simulation activities geared to provide experience with and understanding of appropriate techniques. In addition to the above, the morning activities will serve to facilitate the identification of workshop elements which must be stressed. Afternoon Topic: Caseload Hanagement Through demonstration, simulation and discussion, the following topical areas will be covered: 1. Client intake procedures 2. Communication 3. Time management 4. Identifying, obtaining and recording essential Client information. Topical areas and related procedures will be stressed dependent upon the specific needs expressed by the participants. SECOND SESSION Morning Topic: Caseload Management (continued) Afternoon Topic: Client Assessment Alternative client assessment techniques will be discussed and demonstrated. Particular emphasis will be placed upon the Vocational Orientation Index and Job Readiness Posture. Participants gain experience with assessment tools through their own use and analysis. THIRD SESSION Morning Topic: Facilitative Interpersonal Relationships (Basic Counseling Skills) Discussion, role-play and simulations are utilized to illustrate techniques in facilitating, listening, and responding. Topic: Facil it"tiye Interae_::onal. Relationships (continued) -1 UU5V ATTACft*lM A Number 28 - 422 . FOURTH SESSION Morning Topic: Emplovabili y Development Planning (EDP) Through demonstration and simulations, basic counseling skills illustrated in the Third Session are enhanced and related to EDP tasks which include: 1. Personal (client) resource development 2. Establishing client goals 3. Action planning. Afternoon Topic: Motivators in Human Behavior Continued enhancement of basic counseling (and EDP) skills in a framework designed to identify and eliminate self-defeating behaviors. PART II shall include 4 workshop sessions, comprising 2 follow-up sessions specifically for CETA Unit Counselors and 2 follow-up sessions specifically for CETA Intake Workers. These last 4 training sessions will focus on the areas which are identified in the first 4 sessions as needing improvement and on other areas of skill development which are identified as being particularly important to the specific functions of the CETA Unit Counselors and Intake Workers. Contractor shall conduct these last 4 training sessions as follows: TWO SESSIONS FOR CETA UNIT COUNSELORS During these two follow-up sessions, Contractor shall seek to improve the skills of the CETP_ Unit Counselors in the following areas: 1. Crisis Intervention 2. Motivational Theory 3. Area of Weakness Identified in the first 4 sessions. TWO SESSIONS FOR CETA INTAKE {CORKERS During these two follow-up sessions, Contractor shall seek to improve the skills of the CETA Intake Workers in the following areas: 1. Test Assessment 2. Research and Referral 3. Time Management 4. Development of a Referral and Follow-up System OOM3 i In the Board of Supervisors of Contra Costa County, State of California May 11 , )4 76 In the Matter of Contract f20-079 with Paddi G. Whitney to Provide Training and Orientation to Foster Parents for the Social Service Department IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contract for provision of training and orientation in Foster Care to foster parents for the Social Service Department under terms and conditions as more particularly set forth in said contract: NUMBER: 20-079 CONTRACTOR: Paddi G. Whitney TERM: April 24, 1976, one day only PAYMENT LIMIT: $10.00 PASSED BY THE BOARD on May 11, 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 Orig: Human Resources Agency Wftm my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervhm cc: County Administrator affixed this 11th day of May 19 76 County Auditor-Controller . J. R. OLSSON, Clerk Social Service Department ( J Contractor By ��Qr ra:g � eU Do" Clerk 1117 X H 24 W75 �10M0544 Contra Co.;ta Caunty Standard Form ---- - - ----- - 1. Contract Identification. Number 20 - 079 Department: Social Service Subject: Foster Home Development (Training program for Foster Parents) 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: PADDI G. WHI'rM Capacity: Self-employed individual (Training Consultant) Address: 5743 Oak Knoll Road, El Sobrante, California 94803 3. Term. The effective date of this: Contract is April 24, 1976 and it terminates April 24, 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 $ 10.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 10.00 per service itnit: ()0 session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and training in General Orientation to Foster Care for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least four (4) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent , contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. Contractor shall defend, sale harmless, and indemnify the County and its oU icers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA COIMACTOR By (/' p. Kenny By. ,man, Soa.rd S;; 4 4;3 Designee e 7 __ Recom—i '.,V ti Depar:.^••r_._ :.e of L i capa__ty) By (Foran approved by County Counsel) 11// Microfilmed with bzard oder �I ' In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Contract #24-073 with Haig Agigian to provide Assertion Training for Mental Health Staff IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #24-073 with Haig Agigian for provision of Assertion Training for Counselors of Addicts with a payment limit of $300 and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on May 11, 1976. I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Orig: Human Resources Agency Mans my hand and the,Seal of the Board of Attn: Contracts & Grants Unit Supenium cc: County Administrator affixed this 11th dap of May , 1976 County Auditor-Controller J. R. OLSSON, Clerk County Medical Services - Mental Health By Oeputy Clerk Contractor M Gaiy fi 24 aps 1Q" 00546 i Cants . •i.•'...• klunty Standard row FCM _ 1. Contract Idantifieation. Number 24 - 073 4 - Q73 Departcaent: !Medical Services - Tlental Health Subjact: Rental Health Staff Training (Assertion Training for Counselors) 2. Parties. The County of Contra Costa, California (Cout_ty), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: HAIL AGIGIAN Capacity: Self-employed individual (Training Consultant) Address: 6169 Harwood Avenue, Oakland, California 94618 3. Terra. The effective date of this Contract is June 7. 1976 and it terminates June 28. 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. S. Pavmant Limit. County's total payments to Contractor under this Contract shall not exceed $300.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and fora prescribed by County (Demand Form D-IS) and upon approval of such demand by the bead of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE BATE: $ 7.5.00 per service unit: (X) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of four (4) service unit(s). 7. Contractor's Obligations. Contra=tor shall provide the following described services: Consultation, specialized instruction and training in Assertion Training for Counselors of Addicts for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least two 2) full hours of 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. Indezm ification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10, Legal Authority. This Contract is entered into under and subject to the following legal authorities: California government Code Sections 26227 and 31000; Welfare and Institutions Code, Div. S, Part 2, The Short-Doyle Act; and California Administrative Code, Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act. 11. Si natures. These signatures attest the parties' agreement hereto: COUNTY OF CO%TRA COSTA, CALIFORNIA CGHTF.ACTOR By P. Kenny Bye^-I .s"`-- Ch mzan, Burd ot Svp t sors Designee P.ecorn�:u' ', 1:_: v,-part=!;-n: ((. -:i;;mate official capacity) '"",#Ale's J By _JfhJJ& (Form approved by County Counsel) D a-4623 00547 orcler In the Board of Supervisors of Contra Costa County, State of California May 11 , 1976 In the Matter of Contract #20-089 with Yvonne Hensley and Contract #20-090 with Rosella Hendrickson to Pro vide Temporary Child Care Services for Social Service Department Foster Parent Training Classes IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following contracts for provision of temporary child care services for children in the care of foster parents while said parents are attending regular child care training classes operated by the Social Service Department and under terms and conditions as more particularly set forth in said contracts: NUMBER CONTRACTORS TERM PAYMENT LIMIT 20-089 Yvonne Hensley 5/4/76 - 6/8/76 $120 20-090 Rosella Hendrickson 5/4/76 - 6/8/76 $ 90 PASSED BY THE BOARD on May 11, 1976. 1 hereby certifyr that the foregoing is a true and cored copy of an order entered on the minutes of said Board of Supervisors on the data aforesaid. Orig: Human Resources Agency M!des my hand and the Seal of the Board of Attn: Contracts & 'Grants Unit Superwson cc: County Administrator affixed this 11th day of MsY 19 76 County Auditor-Controller % ' J., R. OLSSON, Clark County Welfare Director Contractors By ' Deputy Clerk M9$r Craig H 24 6"S IOU 00548 Coats Scandard Form 1. Coatr_�t :�'�r_tificatiun. :amber 2 0 0 8 9 %:partment: Social Service ti_ ', �L : 1�:A1�►rir.; 'i!r d care for Fvsr -r Home De'vr!a.,¢lent drain'..� for FUS. "arCnt`-) 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: YVONNE HENSLEY Capacity: Self-employed individual (Training Consultant) Address: 6310 Monte Cresta Avenue, Richmond, California 94806 3. Term. The effective date of this Contract is May 4, 1976 ,and it terminates June 8. 1976 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the Country, at its sole discretion, upon five-day -advance written notice thereof to the Contractor. S. Pa1r^ent Limit. County's total payments to Contractor under this Contract shall not exceed $ 120.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE BATE: $ 20.00 per service unit: (Y) 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: Temporary child care, including supervision, protection, and developmental experiences in the time and place required by County, for children in the care of licensed foster parents while said parents are attending County-operated training classes. One session, for payment purposes, shall be defined as the provision of at least four (4) 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. Indemnification. Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Covernment Code Sections 26227 and 31000. 11. Sj ,natures. These signatures attest the parties' agreement hereto: COUNTY OF CO%TRA COSTA, CALIFORNIA CONTRACTOR >3 J. P. Kenny Y By i n, Board of SvpzryDesignee 7 —:-._IL .. By _ (Form app:o:t b; County Counsel) 00549 Contra Co— : ,k:nty Scandard Form 1. Contr_,. -a_ion. Numb_r 20 - 090 Detiartment: Social Service Tempcsrary .-:mild Zara f*r E.,)4►.k•r Home D.: to mint 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: ROSELLA AMN HENDRICKSON Capacity: Self-employed individual (Training Consultant) Address: 6317 Monte Cresta Avenue, Richmond, California 94806 3. Term. The effective date of this Contract is May 4, 1976 and it terminates June 8, 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 writteu notice thereof to the Contractor. 5_ Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 90.00 6. County's Obligations- In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Departmeut for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $ 15.00 per service unit: W 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: Temporary child care, including supervision, protection, and developmental experiences in the time and place required by County, for children in the care of licensed foster parents while said parents are attending County-operated training classes. One session, for payment purposes, shall be defined as the provision of at least four (4)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. Indemnification- Contractor shall defend, save harmless, and indemnify the County and its officers, agents, and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By J. P. Kenny By -� L ; �' ",f., ' 1 ; /' Choi n, 6oa:d of Szvperviso Designee By (Form by County Counsel) ?-�---- 00550 MicroIni=4 viith board order .a i In the Board of Supervisors of Contra Costa County, State of California May 11 t9 In the Matter of Amending January 2, 1974 Board Order Establishing Retired Senior Volunteer Program Petty Cash Fund. On recommendation of the Director, Human Resources Agency and the County Administrator, IT IS BY THE BOARD ORDERED that the Board Order dated January 2, 1974 which established the RSVP petty cash fund be amended as follows: 1. Increase the fund amount from $250 to $500. 2. Limit monthly disbursement to $500 maximum. 3. Allow disbursements for volunteers' mileage, volunteers` meals and miscellaneous office supplies. PASSED by the Board on May 11, 1976. ! hereby cerWy that the farwpoinp is a true and correct cW of an order entered on the agnules of aid Board of Supervisors on the date ofare wkL WorA s my hand and the SW of the Board of cc: Social Service Department Supervhom County Auditor-Controller o#ixsd "_11th day of Mav 19 76 County Administrator J. R. OLSSON, Clerk Director, Human Resources Agency Deputy Ckwk et Neufe d (P) H24 RP5 1011 ,low i py r In the Board of Supervisors of Contra Costa County, State of California May Il , 19 2E In the Matter of Report of Director, Human Resources Agency, on Alleged Neglect of Health Measures at Rodeo Child Development Day Care Center. 1'he .hoard on Larch 16, 1976 having referred to Mr. C. L. Van Marter, Director, Hunan Resources Agency, and County Counsel the request of Mrs. Patricia Gregory for information with respect to her rights in connection with the recovery of $200 expenses incurred as a result of alleged neglect of health measures at the Rodeo Child Development May Care Center; and In an April 281, 1976 memorandum report Mr. Van Marter having advised that the County has neither liability nor juris— diction in the matter and, therefore, no ability to act to resolve the complaint; and Mr. Van Marter having recommended that Mrs. Gregory be advised to contact the State Department of Education if she wishes to pursue the matter further; IT IS By TIM BOARD ORDERED that said recommendation is APPROVED. PASSED by the Board on May 11, 1976. 1 hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mrs. Patricia Gregory Wit's my hand and the Seal of the Board of 400 — Sixth Street supervisors Rodeo, CA 94572 affixed this 1 Ith doy of may 19 _E Director, Human J. R. OLSSON, Clerk Resources Agency ' o ty Counsel By l�� E�s�-C- �jc�iL , Deputy Clerk " 24 12 , 0 1 y Administrator Ite_en C. Marshall 00552 a I Human Resources Agency Date April 28, 1976 CONTRA COSTA COUNTY Supervisors James P. Kenny, Edmund A. Linscheid RECEIVED To Alfred M. Dias, James E. Moriarty, Warren N. Boggess APR 2 9 1976 From C. L. Van Harter, Di rector l- R. �SSOri . ctERK So OF SUPERVISORS � 1A CO. Subj ALLEGED NEGLECT OF HEALTH MEASURES AT RODEO CHILD DEVELOPMENT DAY CARE CENTER Ref: Board Order on this subject dated Starch 16, 1976 The referenced Board Order referred to me and the County Counsel for report a letter from Mrs. Patricia Gregory requesting information with respect to her rights to recover $200 in expenses incurred as a result of alleged neglect of health measures at the Rodeo Child Development Day Care Center. Attached is a report on this subject from Dr. Orlyn Mood, County Health Officer, dated April 2, 1976. Also attached is a memo from Arthur Walenta, Assistant County Counsel, dated April 20, 1976, concurring in the recommenda- tions which follow. Based on Dr. good's investigation of this subject, I recommend that the Board take the following position: 1. The County Health Officer has jurisdiction in this instance only when a reportable communicable disease is involved. No such reportable coamunicable disease is involved in this instance. 2. The County is not now and has not been during the period of time covered by the complaint providing any financial support to the Rodeo Child Development Day Care Center, 3. The State Department of Education appears to have sole responsibility for licensing and supervision of this Center. 4. Other than forwarding Mrs. Gregory's complaint to the State Department of Education, there is little, if anything, your Board or County Government can do about Mrs. Gregory's complaint. 5. Contra Costa County has neither liability nor jurisdiction in this matter. In summary, I would recommend that your Board suggest to firs. Gregory that she contact the State Department of Education if she wishes to pursue this matter further since the County has no liability, no jurisdiction and, therefore, no ability to act to resolve Mrs. Gregory's complaint. CLVtl:cl g Attach�iment cc: A. G. Will, County Administrator c. -- - >Geraldine Russell, Clerk of the Board 00553 John B. Clausen, County Counsel Miuofitmed wifh Eioard order Dr. Orlyn hood, Health Officer COUNTY COUNSEL'S OFFICE CONTRA COSTA COUNTY MARTINEZ CALIFORNIA April 20, 1970 TO: C. L. Fan Marter, Director, Human Resources Agency - oe FrofM John B. Clausen, County Counsel ajAw'la�w By: Arthur V. Walenta, Jr. , Assistant County Counsel Re: Rodeo Child Development Day Care Center This responds to s ��l_e � p your April 8, 1976 memorandum on the March 16, 1876 Board Order concerning complaints by Mrs. Gregory against the Day Care Center. (copy attached) ^he Human Resources Agency is the first agency designated in the Board Order to report and it is established policy that the first designated agency is the reporting agency. Your recommendations appear to be in order. We do not believe i:nat any comment as to a possible claim by Mrs. Gregory is called for. AIIW:me cc: Arthur G. Will, County Administrator FF L -. 11,173 ; F; L ,�,-_ • * f-.- - SMA u • HEALTH DEPARTMENT Contra Costa County TO: C. L. Van Harter, Director, DATE: April 2, 1976 Human Resources Agency Attention Laurel Knapp FROM.- O. H. Wood, M.D. , tj� bL �` SUBJECT: Alleged Neglect of-Health County Health Of Measures at Rodeo Child Development Day Care Center Standards and inspections of Day Care Centers were, through 1974, under the jurisdiction of the State Department of Health. The licensing and regulations have now been taken over by the State Department of Education. Funding is also through the State Department of Education. In 1974 the former function of the local Social Service Department was withdrawn so that no local agency has jurisdiction over the Day Care Centers. (There is some question at this point in time whether anyone does.) The local Health Department has no direct relationship with any Day Care Center except those run by Head Start. We serve - asa consultant only when requests are made for our services. The last request for which we have a record involving the Rodeo Center was in 1974 when we were asked to inspect the food service and meal planning_ This was done and recommendations made. We never know whether our recommendations are carried out. The only exception to the above is when there is an outbreak of a reportable communicable disease (Scabies is not reportable) , which involves a Day Care Center. I can remember only one episode of this type; it involved one of the Richmond Centers and we were instrumental in having the State inspection team see that the building was closed and then refurbished. The Health Department (Richmond Nursing Division) did have a call from Mrs. Gregory on April 15, 1975. Mrs. Gregory was again contacted by telephone by the Public Health Nurse on April 22, 1975. Mrs. Gregory was referred to her private physician for consultation_ No other notations appear on the daily nursing log concerning Scabies in this family. We have provided consultation to several convalescent hospitals in west county, at their request, that were having problems with Scabies_ This disease is a recurring problem in the schools and there seems to be an upswing now, largely in central county. Again, if we are asked to consult we respond and make recommendations. There is no record in the Health Department that such a request was made for consultation from the Director of the Rodeo Center. OHW:bgg - GA-9 11/75 2M �� �� i In the Board of Supervisors of Contra Costa County, State of California May 11 . 19 76 In the Matter of Appointment to the Board of Commissioners of the Housing Authority of Contra Costa County. The Board on April 20, 1976 having approved a procedure for appointment of two tenant representatives to the Board of Commis- sioners of the Housing Authority of Contra Costa County for two- year terms, with the initial appointments made from Supervisorial Districts II and V; and The Board on May 4, 1976 having appointed Mr. Bebe Hill as the tenant representative over 62 years of age from Supervisorial District II; and Upon the recommendation of Supervisor E. A. Linscheid, IT IS BY THE BOARD ORDERED that Miss Bernadine Gamble, 43 Treatro Avenue, Pittsburg, California 94565, a resident of District V, is APPOINTED as a tenant representative on said Board of Commissioners, for a two-year term ending May 11, 1978. PASSED by the Board on May 11, 1976. 1 hereby certify that the foregoing Is a true and correct appy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. cc: Miss Bernadine Gamble Witness my hand and the Seal of the Board of Contra Costa County Sup--ms"s Housing Authority affixed this 21thday of May 19 76 Contra Costa Council _ J. R. OLSSON, Clerk on Aging B G� „� /yZ,_�� Deputy Clerk 2450 Stanwell Drive-220 Y Concord, California 94520 j/ Jean L. Miller County Auditor-Controller County Administrator Public information Officer VV�JVV H 24 8175 13M In the Board of Supervisors of Contra Costa County, State of California may 11 . i9 76 In the Matter of Use of Federal Funds for Construction of Women*s Minim= Security Facility. The Board on April 20, 1976 having referred to the County Sheriff-Coroner and County Administrator a request of Ms. Judy Imsdahl, Co-Coordinator, Contra Costa Chapter of the National Organisation for Women, that the Board preclude the use of federal .funds (TXAA) for construction of the 'Women's ftnimum Security Facility until after the County Probation Department study of the needs- of women prisoners is completed in June; and In az April 28, 1976 letter the Sheriff-Coroner having stated that stopping progress on construction of a female security ,facility would jeopardise receipt of federal funding and also delay provision of facilities equal to those provided for male inmates; IT IS BY THE BOARD ORMRED that receipt of the aforesaid letter is AMOLWEDGED and the Clerk is REQUESTED to send a copy of same to the National Crganization for Women. PASSED by the Board on May 11, 1976. I hereby certify that the for+eyoinp is a true and corred copy of an order entered on the minutes of said Board of Supervisors on the dots aforesaid. cc: Ms. Judy T_msdahl Witness my hand and the Seol of the Board of CC Chapter of Nat'l Super Organization for l'omen affixed this 11th day of %lay 19 76 P.O. Box 4794J. R. OLSSON Clerk Walnut Creek, CA 94596 By f C—� ! �+��� �; GL vo � Deputy" De u ,y Clerk H zs ,y7o Administrator County Sheriff—Coroner County Probation Officer County Counsel ac�Z5� SHERIFF-CORONER CONTRA COSTA COUNTY P.O. BOX 331 MAIMMM CAUFORNIA 34333 1-7 HARRY D. RANSAY N.G MO.iRr sMaarrxowoNai AXWWAur.Nwn (415) 372-2402 " A'AoroN. .ann8MVI c..omesw April 29, 1976 RECEIVED James P. Kenny, Chairman Contra Costa County Board APR 2 9 1976 of Suoervi.sors Administration Building I It OLMO l ClERK OF SUPERVISORS Martinez, CA 94553 a CO. Dear Chairman Kenny: Subject: Board Order of .April 20, 1976, Women' s tlinimum Security Facility In reference to the letter from the Contra Costa Chapter of National Organization for tlomen, it is my opinion that it is imperative that we continue with our progress in con- struction of a um--ten's minimum security facility. The, Quest House study referred to currently being conducted by the Probati 3n D-r3rtment will not concern the tvoe of female inmate usually remanded to my custody. As I understand it, Guest House will receive women normally on probation but who erpeerience additional recidivism problems. Also uamen o` a minimal problem type who might be more easily rehabilitated. To stop the progress on construction of a female security facility at this point would jeopardize funding from the Law Enforcement Administration Assistance program. It would also delay acquiring a facility to enable us to provide equal facilities for wa:nen inmates relative to that provided for male im-nates. Very truly your 1"Y .�ziff- Droner HDR:lm cc: Arthur G. Will, County Aftinistrator -d wifli Eoocd oider In the Board of Supervisors of Contra Costa County, State of California Mtv 11 . 19 J(L 1n the Matter of Request with Respect to Anti-Litter Laws. The Board having received an April 29, 1976 letter from Mr. Harry LaDou, Executive Viae President, California Anti-Litter League, requesting permission to place signs on County vehicles as a means of creating awareness of litter laws; IT IS BY THE BOARD ORDERED that said request is MWERRBD to the Public Works Mrector and the County Sheriff-Coroner for recommendation. PASSED by the Board on May 11, 1976. 1 hereby certify that the fonMping is a true and cored copy of an order wowed on the minutes of said Board of Supen►isom on the date aforesaid. Witness my hand and the Seal of the Board of aa: California Anti-Litter ��� League Public Works Director ar'"''d thiU= day of 19 ZC County Sheriff-Coroner County Administrator d.. R. OLSSON, Clark By /, Do" Clark Mary Craig H-24 3rax 15m Wes/ � I I In the Soard of Supervisors of Contra Costa County, State of California May 11 19 76 In the Matter of Submission of Data on Public Assistance Programs IT IS BY THE BOARD ORDERED that the County Administrator is AUTHORIZED to submit data on the public assistance programs to the appro- priate State authorities pursuant to Section 10800.1 of the California Welfare & Institutions Code. This Board also ACKNOWLEDGES that the passage of Senate Bill 1261, signed by the Governor of the State of California and filed as Chapter 54, REPEALS this annual requirement of Section 10800.1 effective January 1 , 1977. PASSED BY THE BOARD on May 11, 1976. 1 hereby certify that the foregoing is a true and cored copy of an order enhred on tiM minutes of said Board of Supervisors on the doh oforesoid. Witness my hand and the Sed of the Board of Supervisors Ori g• HRA Director asxed this 11th day of May , 19 76 cc: Social Service Dept. J. R. OLSSON, Clerk County Administrator pity Clerk County Auditor-Controller Maxine M. NeufAd LK H 24 GPS IOM o V�V In the board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Appointment to the Ridgelands Citizens Committee. The Board having previously requested each of its members to nominate a citizen from his district to serve on the Ridgelands Citizens Committee, which committee is to provides comments and suggestions to the Administrative Board of the Multijurisdictional Ridgelands Study Committee; and Supervisor E. A. Linscheid having nominated Mr. Jeff Wiedemann, 2303 Norris Canyon Road, San Ramon, California for appointment to said committee; IT IS BY THE BOARD ORDERED that the aforesaid nominee is APPOINTED as recommended. PASSED by the Board on May 111, 1976. 1 h.-N-eby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. J. Wiedemann wttess my hand and the Seal of the Board of Director of Planning Supervisors Attn: D. Mesick affixed this 11th day of_�$y ,, 1976 County Administrator J. R. OLSSON, Clerk Public Information Officer O'p"ty Clerk H 24 8/75 101A 00561 In the Board of Supervisors of Contra Costa County, State of California May 11 19 76 In the Ma»er of Salary Reclassification of Position of Director, Orinda Recreation Service Area. The Board on March 16, 1976 having referred to its Administration and Finance Committee (Supervisors W. N. Boggess and J. E. Moriarty) and the Director of Personnel the request of the Citizens Advisory Committee for County Service Area R-6, Orinda, that the position of Director, Orinda Recreation Service Area, be reclassified to Level 392 (=10218 - $12,480) to rent a five-step salary range rather than the present flat monthly rate of ►1,170; and The Board Committee having this day recommended that the existing salary be placed on Range 379 (;19170 - $12423); IT IS BY THE BOARD ORDERED that the aforesaid recotmen- dation is APPROVED. PASSED by the Board on May 111, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order enwd on the minutes Qf said Board of Superv� R tl�e date sforaaid. cc: County Servic b Wdnew my hand and the Seal of the Board of Board Committee Director of Personnel County Administrator offixed this_llt day of Way 19� J. R. OLSSON, Clerk By , Deputy Clerk xary g ?y H•24.1Js6 ISm uut%2 In the Board of Supervisors of Contra Costa County, State of California AS EX-OFFICIO THE GOVERNIVM BOARD OF CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT May 11 . 19 JIL In the Matter of Approval of the Contracts for Inspection Services by Messrs. J. M. Nelson and Robert G. Grady for Remodeling the former Administration Building, Pleasant Hill. (Work Order No. 5544) . The Board of Supervisors, as ex-officio the governing board of the Contra Costa County Fire Protection District, AUTHORIZES the Public Works Director to execute contracts, effective May 11, 1976, for inspection services by Messrs. J. M. Nelson and Robert G. Grady for the remodel of the former administration building at the Contra Costa County Fire Pro- tection District, 2010 Geary Road, Pleasant Hill. PASSED by the Board on May 11, 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. Originator - P. W. Dept Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: J. M. Nelson affixed this 11th day of May 19 71; R. G. Grady J. R. OLSSON, Clerk Public Works Department By ,-4 �� _ Deputy Clerk County Auditor-Controller N. In ham N,a 4175 '10M00563 SpecialJ (rr�i.•�c crvi.ces CorisL tiction .)up-1:rVi ion fY 1,11spec(-ion 1. V;ri 1bl cs. Thcse vo i-abler are incorp-)rated bclo:•r -by reference: a. Inspector's Name & Address: J.1, Nelson. 1905 P chgc_ o_____ Boulevard, Martinez, California 94553 b. Effective Date: May 11, 1976 c. Project's Name, Location, & Public Entity: Remodel Former Administration Building, Contra Costa County Fire Protection District 2010 Geary Rd. Pleasant Hill. Contra Costa County.Fire Protection istricc. Work- Ur er No. —:5544. d. Rate of Compensation: - - - -$12.60 Per hour- - - - - 2. Signatures. These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA INSPECTOR A�By LSO Public Works Director Form Approved: John B. Clausen County Counsel By - Deputy 6 3. Parties. Effective on the above date, Contra Costa County (County- Owner) and the above--naked Inspector mutually agree and promise as follows: 4. General Qualifications & Condztions. County hereby contracts with Inspector, as one speciaily trained, exper enced, and competent therein, to perform the engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction .supervision position commonly known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for the County by archi- tects and engineers in the design and construction supervision of con struction projects. This agreement does not preclude other employment of the Inspect-or if it does not interfere with the duties and hours of work required herein. 5. * Term. The duration of this contract is the duration of the said con- strue ion project, but either party may terminate it by giving 30 days advance written notice to the other. 6. General n:ities & Instructions. The inspector's construction super- vision and inspection services include the following general duties and instructions: a. Status & Relationship with Countv & Architect. His independent contractor relationship with the County paraliels that which 'existsbe- tween the County and- the Architect; buc he is subordinate to the Archi- tect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the County= Architect agreement. . 00564 Ntatut s !c Herm tott:htrr�v"Ith CAntr:►cLar. lie *tsull aaintaia=a diGntricd' bu, , .,unJzrstrudinjo relat.io:►,;i: is vJ Wi Ut>• vart.--A-n un the. Joh but, he :slafl.1 Cor eluc4 buz:i%c;css K only thaoiq,.h the cuutructctr's Job zuperiaLcadcat•, until shill not- n:t:ume the Colitractor�a� duties; and he shall not Cive Instruction d)rcc tly to the Contractor's co pl oycc Of- au bcontractor(s'); atxl lie shall Immediately advise the Architect ai any:ca:c uhcxc: the County rcprcrentatiTns Gtve tasixurtiona the. CoatJ-c'%^r";,cwplal,•ce >h ,Cvyx' i c, Countti-Coatrx;titrr Coordination. He ..loll effectively maintaict,clo..e Z coarct na•- tion of t;outrac cor's work and owner requirements-by frequent, regular coptercnce'- ole other suitable rxaa.., specially whereproJec Involve ulticratiao. or. cdllicutaon:� vim" ; or additions to as existing functioainu facility, which must`be.m detained•'at.:an=opera= i lag unit Curing conduct of con.trucUon work, and therefore-rcgnire spec:al• alcrinea f to Job conditions fticb may affect such coatiauiag operations. Itc- al 'coordfnat:e necessary intcrruptioas of normal County activities with the County and Cenerul.Con :' tractor beforehand. d. V=Aliar;tt with Contract. He shall became tboroughly-familiar with,all con � . tract documents including specifications; drawings and; addenda; and he.shall, supvfee 5l r sad check the adequacy and 'accuracy of required "as built:" dravin S s. re Contrector's eaployces (see also 7-a, below). P pared by= th R - f ^yfr�$ w • tri¢:. e. . Personal'Preceace & Observation. He shall be personally: greseat.vbec4!ver lw 4 ' is being periar d• even on ovcrtirae, n3.aat holiday. or weekend basis uhew5,say"Lr :ected 3Y ' F and sball attend meets Architect called by the Conary, Contractor or Arcbitcc4,.r sad. bei', 2UJkedirect personal »nervations of work.befog performed by•the Geners2 Coatrs.�tor , ,'•� ,and subcontractor(s) for certification to.County-Ownerthat such,-:vork;is.beingl-periorme� in.a sldlltul manner:nod is accordance. vUh. the requireacats of the contract docuiIIiecr . Advice & n EMs, County ons. He shall advise Coun on all,constructioalratters sucl " as ,sunestind, change orders or reviewing construction schedules;; he•shall. evalvate, i. Sestinas or --modifications which have beearride to accomodate on-theoblr s, a 4x aceport them with rec==adations to the Architect; and he shall, reviex anti rake-reconc 1?� mendations to the Contractor.on all pay L estimtes. �'. Special Duties h 2i-tructions..; The"luspector's.duties specially.,concerning-thee;>m, gress of rhe voex 3tiI the folloiriag: ' a. General Reenrds A� He shall maint.in a file of -abe_ • R , p + l.es. ,. ad aware contents o,' sae ,Isocal State Federal' `MW MA etc. codes ; =egnlatioas � s s s , s s s s sirectives requireaects, etc., which are pertinent o this project, sad sre provided,by tax County '" ,sad:be shall'maintain a complete file of all dtaviags,, specifications., contra; t �n change orders, d3recta:.•es, etc., which determine work to.be done ,by the,:Coirtra,ror se � r�"� also 6-d; above b. Diary& Reno:ts. He shall maintain a bound as 2y d1ary,,,.,not:E A i' ems conferences and remarks; and he shsll submit all r r P.robl , eports deeded aeces.�aryby ,{ ��'Y P�� report ' timely, ands:iaa.sufffcieat��� ,-deState Federal Archit and • vhfch shall toes c. Material Records. He shall malatain records of, materials:aa3/or' eQuipaeat . delivered at the site., showing an -utacturers' names, cafislog model, serial:, nac!ber, type, or other identifying iaf0 thereon, and noting vbether,they are;:tai-st—rJct compliance with the plans, shop drawings aad/or sr_Mficatiaas, or�.are apprrnrea.bye the Architect. He'shall certify to County that all materials-used ia.construction specified in contract documents; _•ad, oa completica and/or in.-tal2atioa�of etch apglfcatil .. 'item, he,shhll. collect sad asserl.�z relevant iaformatioa (including; guarantees, cerGfi cates,, maintenance nanu,als, opera`ing iastaructfons, keying schadules, eataloy nu bersr< x ' 1 vendors' addresses and telephone contacts, etc., of materialz and/or, equipcnecrt as re•- . , u3d);-!add at the eompletioa of the project,,, he shall deliver. this iaYorcaatioa tot the r Architect for.delivery to the County.- for ounty:for .Services & Relee-urscr e; frac hiee cs. •: a. County shall pay Inspector for these services, at the above rate, for send=► �oathly pay periody of the 1st through the 15th arx: the 16th•through- the. last da of;;they }w4 =nth. Paymnt vi11 be made on the 10th of the month or on the 27th of. the Mon th. tollov-- iag the per if a demand b 3s received b the Count Pablic Kori:.. Dee pay Pe - a8 Y Y partrn , oa the last Cauaty varMiag day of the period. • ti':k,fit; b. Hilear.e autborixed by the Road Commissioner--Surveyor -(Public Nor5w. Director); ori bis deputy,.hall be reicburucd at a rate to be mutually agreed upon from time. to time- r„ reflcctick; actual and chnct:ing cost.. ry., Xrt:•r:r:r:r�•r D*qu:r<r^rrt.. ]N%fmv tc•rfnrvtmC any urrrk unrlrr thin Contrr<ct•r Imisvetor r•Irstlt lit Iri:: t•t-rr cz.Kr:v 1un<r:•h C-a.-:-Ly Lith certifirr u.: cor trtlxr nevelo..al•lc c6vide-ir•r of his ctswraitc ley !t<l*)tc I-lubi]ity la:urnara•, for all his acts in lvcrforulrir. t1te dui.iers r.-quin-d by thio CoaLruct, in amuaLs of at len:L $2jr0,000 for all damrren arialpg out w :•:•-1::j ;n j r".C:. :: ���'.•�. �.'. �w = r-'":.^�'� rest �f:Mi MA f!.r tsy nr'r—v v ..t.i•�...t.s i tt anc oce l do ut,%r :`cur:c•r:+r, a;t•� IYo :-•.a Imo' r i nt�i�,:!y 2 crurancM: of at 36.-t y.�'�•C`- ►� both of vbich shall roc the ]n:reetor and thr County as insureda. 20. Formes-at nrd Internretrtion of Cnntreet:. The C+ouat�r'a agent for enfiveing and Interpreting this Contract shn" be the County's Road CmW sioacr-Surveyor (Public , Works Director) or a deputy, 11. Adiur:tment of me rate or compensation nay be adjuatcd by mural- . consent of the parties idvplvcd for G&d cat-e shova.• . 00 • Y 1 • • • •., 00 IV ti • V • Speci.r.! Engi^!.eriny Administrative Services Construction Supervision & Inspection 1. Variables. These variables are incorporated below by reference: a. Inspector's Name & Address: Robert G. Grady_ 64 Collins , Drive, Pleasant Hill, California b. Effective Date: May 11, 1976 C Project'sName,. Location, & Puhlic. Entity: Remodel Former Administration Building, Contra Costa. County Fire Protection rRistrict, 2010 Geary Road, Pleasant Hill. contra Costa 'County Fire Protection d. Rate of Compensation: $11.85 per hour 2. Signatures. These signatures attest the parties' agreement hereto. COUNTY OF CONTRA COSTA INSPECTO - B � y " 0 U ROBERT G. GRADY Public W,)rks Director Form Approved: John B. Clausen - County Counsel By - DeputyJ 3. Parties. Effective on the above date, Contra Costa County (Con ty- Owner) and the above-named Inspector mutually agree and promise as follows: 4. General Qualifications & Conditions. County hereby contracts with Inspector, as one specially trained, experienced, and competent therein, to perform the engineering and administrative services of a construction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for the County by archi- tects and engineers in the design and construction supervision of con- struction projects. This agreement does not preclude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. S. Term. The-duration of this contract is the duration of the said con- strue ion project, but either party may terminate it by giving 30 days - advance written notice to the other. 6. General Duties & Instructions. The Inspector's construction super- vision and inspection services include the follgwing general duties and instructions: a. Status & Rclationship csith County & Architect. His independent contractor relationship with the County parallels that which exists be- tween the County and the Architect; but he is subordinate to the Archi- tect, because the Architect is responsible for the design of the project and for general supervision of its construction pursuant to the County- Architect agreement. 00tE67 `}s! li. :;talus At ftelat,tetsjttr. uIlls CotetrneLor, Ife Miall cnigtLnits, a dlrnUE'cdI T cEt unacrzftandlW, relatiaut4tip W Us utz, d:ari.•ws% on Uze ,JOU but Iid: WnIll corctuct.bu::Lcu::s • ,only Uarutq; h the coutrectur's sob "pariatctAunt, urAl --hall not a—Zamac.the .-ContracWs-'x duties; atul he shall not, wive itiatructions dJrcctly, to the Contractor's c1ranis vycc Z. or j y subcontract or acxt be .4hall JwncdiatelY advi:c_ the Architect.a� u ( ), ny ca-s vhcrc County --cpreren:ativeo stvc to structlas. to the Contract-.r'w .sae 4v}•cr:c. c. County�-Coat: iris+" CoordlitueLioa. :me-shall cltectivclyraufntaf n=a osccoo tion of Contractor•s<vork and ausser requirements by frequent, regular copfercnc«ori*' other suitable .mean.., specially vhcra projects involve alteratious or acct:tfcatio t..f o �� or Additions to oa existing,in functiocinG facility, vbicb, wtwt Abe �fatu acd as awl"o�Cra�{ :tins unit dlurins conduct of construction.Vark, 'and therefore.require, spec nl`,al6rtnea to job conditions videh may atfcct such coatinuias,oticratioa3. tic shall coordinate necessary interruptioas of normal County activities;with the County, acC.P.ncral tractor beforehand. d. 1•'Ytoilier;tr with Contract. He shall:become thorottsb2y. land liar,Withy alx con=s tract;docta cats including 'specifications, draui.ags and addenda; and=,he• sha11"stxpA mad"check the adequacy mad accuracy of required ,as built" draxings prepared `b� the Contractor's employees (see also ?-a, below t _ e. - Personal'F're:ence tlbservation. He sball be personatly;preseat shece<ve Work r . is being Ferfor=ed- �:ca oa overtiae, nigut! holiday or weekend' basis uhea,so dfrectec h aid shall attend ;meetings caned by the County, Contractor or,`Architects the 3111 .nalce direct personal :bservations of vork.'being per ormed.by the Genual d6nt'iawtor sand.subconiractoir(s) fur certification to County-Odrner that suchK Work is bef ice, ertarme�` is a skillful canoe !and in accordance with the reaairea„ezits o= the coatrac diocurents4°. F f ; stions. He shall' advise Ccu c - t t. -Advice � city oa all oastrnctioa natters, Stw .as stiggestina change, orders or revievi coastrnc:ioa schedules;° he shall. exalt at e'� sup• , ,gestions or �odificatro�s 'which have been wade to accoamdate pairthe-sob prdblera_s� tends ; report them Frith reco«-,eeadatloas to,the Architects arid. he shallreviek asci' rake recon-� 1`4nM iaeodatioas to the Coa.-ractor on all pay estimates. �1�¢ Special Duties ltructiaas• �e 7. Inspector.s_ditties ggeeially; concernia press of the vwk iacluds The following: • 8. General Rtear3s A Files. Be shall:na3ntafit;a file of aad=be,.aWarea o% them o xd' •,dohtents af., peal, .Sete, WW as, RFYA; etc., codes, regttlatoas, directives x�egaire nts, etc , winch are pertinea�t to thin prolect,, and are,girovided by` b Cotuity .and 'lle shams nai.ntain a cl�ete file of all drwdi ;.t G�ZS►, SPeCtfiCatiOOS,. COntr?.etS, A • change orders, direc.Ives,, etc.., which determine vc -k to be dtoae by;.the: Cohtracto (sem also 6-d' -above). b. Dian► &'Reaor`•s. He shall wdatainla bound,daily diary,:: notttig tbereii. ob ' probleats, ocnferences ind remarks; and he: Oha11 submit all,,reports deeaecb necassary�b : Sate and Federal agencies; Architect ac:d ,Cot:nty, which shall be timely, and, ict suttfcien� detail -to satisfy the purpose of the report. { c. 1 . Material Records. He shall, mafataia_records of materials:and/ar delivered at the site, shoWi.:3 mantitacture s' names, caitalog,. rcd4, serf anmber, stjTe type, or other Identifying information thereon, and noting whether°they,are- coapliaace s:ith the plans, _shop c�riwia6s and/or sr citicatipas . or are cPP=ovetd by� the f Architect. Be shall, crrWy to County that all materiels'used. in;constructfoii arcs ash , w speciTied is contract documents; ods, on campletiaa,mad/or inrtallutioa at arch applicabYe�"°° s •'item, he;shall collect and as secCLe relevant,.tntormation, includiag; , &uar3dtcecexttti ,r .Cates,.mainteaaacc rxlauals, opera`ing fastructioi�,.;, kef fie'scheduler,�: catalo au eras ' condors' addresses and telephone contacts, etc., of material., and/iar egttipmeat as re quired); god at the•completioa of the prosect, he shall deliver this. iaforauitioa ton tb jrc Architect for delivery to the County. > for Services & Rel d urscrwnt far DMenaes '-- - -- • a- County shall pay luspector for these services, fit the .above rate; for seal r ninthly pay periods of the la throosh the'15th and the 16th•through;:the litat da of the moath. Payment will be mare on the 10th of the math or as the nth of the month; tallo•r-�� Ing the pay period if a demand bUling i received by the Couuty Public Worts:Depa�ctacn ; oa the last County varking day of the period. b. JUleare authorised by the Ilona Commi.srloncr-Surveyor (Public Worku- Director) o � n' d+ dCputy shall be reimbursed at a rate to be mutually agrCccd Upon, boar liras to time,. reflectin3 actual and chansica cost.. 46 Ld t y �. - X��;♦s:�.'s:n�.. lb•h:sirs ^sai::. PefrAv 1•t•rforwiaC any vork suxler this Contract= ln•.rec-tit^' •rJtu?•1 Ait lei:: v is lismIrb CsmAy vith.,cerLifir.-tv.: or istizcr ac or'..114c.c�id�•^c-c- •• caw ra• • 1� • i�l� tsL !. uNurtra�c• t rte a du t;•c is J I 1 s cta n. ,of �1ii c .. 3 I l 1 �f y 2 , or 11 �i f i�crSorusnt; the c.uf��c•� _ ;jregui2•c�l by this CouLfucL,, iia uswuats of at lea.-L $250,,Q00 for all dmoGcs nrIaing 1 �•1 •��•.rt •.�. a+..+•1. ♦, w«.. ..«w Mawr w.w1' j'I.IIA /M1/� * r .�: � til! .hti�..� J•.v •,...,CV W N•w M♦ p.• M♦.� ..w �..r � «••..• � s .�•. !��• �� AMww�lryws. n(•'�h+ul, �lj: :, � -.Inc acaidea_ rr :�rur:Yc e:: nal rros rr%r 1 spur-m-n-, of tit, Ica: �'� ►• 1� A* -of :vldch rhon r: c the lacrectur w7A the Cc-uaty or. id*zurcda. 30. Turbrec.-melt am. Intc.-pretat;on of Cnatmet:. The Country aCcnt-for: enf;.rj- ne� i.laterpset•i.og this Coalract shall be the Couaijr's iiocsd Comcaissloaor-Strveyar (Yub fc $ - :oxl Xrect ark or a deputy. l + 11. Adjurt•mat of Co--nen"Una. The rate of: compeasatloo: may:be. ndjus"c :by;:cwtua2. , consent of the ,parties iddvolved for.viod. cat;a shown.• • ^ ,�r�` s w i 1 ^ I.. • ' tr • - ;51 w yrs. ' Y • •. �" Y '+n�•'yM ' 4 ..3- - , r • In the Board of Supervisors of Contra Costa County, State of California May -'�• $119 I In the Matter of Exercising Option to extend Lease with Stanley McNamara, Carl Gabellini and Angelina Gabellini for premises at 702 Main Street, Martinez. County has in effect a lease with Stanley McNamara, Carl Gabellini and Angelina Gabellini, for premises at 702 Main Street, Martinez, for occupancy by the Health Department. Section 5 of subject lease grants to County the option to extend said lease for one year upon the same terms and conditions, except for a rental increase from $225.00 per month to $250.00 per month. IT IS BY THE BOARD ORDERED that the County hereby exercise its option to extend the lease for a period of one year effective July 1, 1976. PASSED on May ll, 1976 unanimously by Supervisors present. 1 hereby certify that the fon p*V 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, W-drms my hand and the Seal of the Board of Real Property Division cc: County Administrator 'fOn Public Works Director affixed this 11th day of—M" , 19 76 County Auditor-Controller J. R. OLSSON, Clerk Real Property Division Deputy Clerk H 24 12/7. . Max a M. Neu el Lessor (c/o RtP1 Health Department 60 70 In the Board of Supervisors of Contra Costa County, State of California May 11 , 1476 In the Matter of Settlement of County Claim Against Dewitt C. Chittenden On the recommendation of the County Lien Committee, IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to accept $500 in settlement of the County claim against Dewitt C. Chittenden for medical services rendered - Passed by the Board on May 11, 1976. I hereby certify that the fon"p**** is a true and coned 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: County Administrator Supervisors cc: County Auditor- affixed 1i+is 11th day of May , ig 76 Controller J. R. OLSSON, Clerk County Counsel By f Deputy Clerk H 24 12R4 - I5-M M Doig z In the Board of Supervisors of Contra Costa County, State of California May 11 -.01976 In the Matter of Claim. Mr. Roger Jacobson, P. 0. Box 727, Sonora, California 95370, having filed with this Board on April 13, 1976 a claim for reimbursement of services in the amount of $248.72; IT IS BY THE BOARD ORDERED that the aforesaid claim is e DENIED. L. • PASSED by the Board on May 11, 1976. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisor:on the date aforesaid. cc: Claimant Witness my hand and the Seai of the Board of Public Works (3) Supervisors Attn: R. Broatch allured this 11th day of May . 19 76 County Counsel County Administrator J. R. OLSSON, Clerk Superior Court, Dept. 11 By✓ z L Deputy Clerk e M. Neufef d H 24 SPS IOW 1 ROGER JACOBSON ) Apr P21 t .D3 i�7u Claimant, ) ( ) 2 J. a. VS. ) CLAIM FORLC110 F 3 ) SERVICES COUNTY OF CONTRA COSTA ) COUbTY OF 4UNTfm COSTA, 4 ) ) 5 6 TO: Board of Supervisors, County of Contra Costa, Martinez, California 94553 7 (a) My name is ROGER JACOBSON and my post office address is 8 P.O. Box 727, Sonora, California 95370. I desire all correspondence and notices to be sent to the aforementionad 9 address. 10 (b) This claim is being made in reference to services rendered October 10, 11, 1974 and a subsequent transcript that 11 was requested by Judge Fannin, Dept. #11, Contra Costa Superior Court. 12 (c) This claim is being made as a result of Court Reporting 13 services rendered the above mentioned dates. My office was called by the County of Contra Costa to supply a 14 Court Reporter and I have not been paid to $ate. Numerou • billings, phone calls and letters have been sent without 15 anv satisfaction. and in most cases, not even the consider- ation of a reply to my letters, billings & calls starting 16 on October 15, 1974. This has not only been a frustratin experience in terms of my time spent in attempting to 17 collect this bill but also expensive in terms of long distant phone calls made in an attempt to get paid. 18 (d) The County of Contra Costa is the enity that owes this 19 obligation. 20 (e) The amount claimed is as follows: 21 October 10, 1974 Court Reporter Per Diem, Dept.#11 Martinez Superior Court $55.0 22 Mileage 130 miles @120 $15.6 23 October 11, 1974 Court Reporter Per Diem, Dept #11 Martinez Superior Court $55.0 ; 24 Mileage 130 miles @120 $15.6 CVtober 11. 1974 Transcript o Proceldings ------- $15.4 i 25 Time spent n attempting to colect bill: Two hours C` $25.00 per hour---------------------------------- $50.0 26 Interest on balance due 1C"lWS per month, 18 months 27 overdue-------------------------------------------- 1 28 TOTAL: $248.72 Microfilmed with board order. X5'73 In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Claim Mr. Warren L. Smith, 1100 Bailey Road, Pittsburg, California 94565 having filed with this Board on April 14, 1976 a claim in the amount of $10,000,000; IT IS BY THE BOARD ORDTs' M that the aforesaid claim is DENIED. PASSED by the Board on May 11, 1976. 1 hereby certify that the forpoinp Is o true and cored aW of an order erhtered on the minutes of sold Board of Supervisors on the date oforesoid. cc: Claimant Witness my hand and the Seal of the Board of Public Yorks Director S„per,;,on Attn: R. Broatch affi,�,d this lithtoy of Mav 19 76 County Counsel County Administrator J. R. OLSSON, Clerk dy - _, Deputy Clerk M=e M. NuYeA H 24 ens ioM 00574 RECEIVED 1976 BOARD OF SUPERVISORS W1LMf_$UNXP?_!-_ti CONTRA COSTA COUNTY OAS Inthe Platter of Regular Calendar of Board. REOUBST THAT MATTER BE CPJ ENDARED FOR BOARD ACTION DATE: TO: BOARD OF SUPEIVISORS It is respectfully requested that time be allotted on your next regular calendar for consideration of the fol- lowing: (State specificically matter to be consid- ered and action desired by Board. ) 1,7i%rr.� .•.v . ._.. r ► s P d It is e itiated that � ! minutes �^-� ► will be re qu i r e df _ resenta ior.. Preferred time: a,m. P•m. '7- 58-1 - 500 - 26.1 Cts..,... Racro;i!mad with bocrd order 0075 In the Board of Supervisors of Contra Costa County, State of California May 3.1 , 19 76 In the Matter of Appointment to Solid Waste Management Interim Policy Body. The Board on April 27, 1976 having approved the creation of the Interim Policy Body that is to recommend the composition of the permanent management agency for the County's Solid Waste Management Plan; IT IS BY THE BOARD ORDERED that Supervisor J. E. Moriarty is APPOINTED as the Board's representative on the Solid Waste Management Interim Policy Body. PASSED by the Board on May 11, 1976. 1 hereby certify that the foregoing is a true and carred Dopy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of Eavironmental Control super,hors Director of Planning affixed this 11th day of May , 1976 County Health Officer County Administrator J. R. OLSSON, Clerk Mr. George Gordon, By ` Deputy Clerk Attorney Maxine M. Neufeld Public Information Officer H 24 !/75 IOM l � In the Board of Supervisors of Contra Costa County, State of California MBy 11 , 19 -76 In the Matter of Appeal of Decision Rendered by Delta Judicial District. IT IS BY THE BOARD ORDERED that County Counsel is AUTHORIZED to appeal to the Appellate Division of the Superior Court the small claims judgment rendered by the Delia Judicial District in the case of Poe vs. Beesley, Contra Costa County, with respect to baby sitting fees. PASSED by the Board on Play 11, 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: County Counsel Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this _11th. day of___E" , 19 J. R. OLSSON, Clerk L Deputy Clerk H 24 12174 - IS-M Helen C. Marshall W77 4 In the Board of Supervisors of Contra Costa County, State of California May 11 . 1976 In the Mauer of Authorizing Refunds in Connection with Assessment Appeals. IT IS BY THE BOARD ORDERED that the County Auditor- Controller is authorized to refund the following amounts which have been paid for findings of fact, which were not provided, in connection with applications for change in assessment: Dillingham Corporation $90 1990 North California Boulevard Suite 930 Walnut Creek 94596 Martinez Petroleum, Inc. $10 3575 Pacheco Boulevard Martinez 94553 Park Cambridge Apartments $10 c/o Mr. Alan J. Sternberg 130 Webster Street Oakland 94607 Chori America, Inc. $10 350 Fifth Avenue New York, New York 10001 PASSED by the Board on May 11, 1976. I hereby certify that the foregoing is a true and coned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my stand and the Seal of the Board of cc: Applicants, c/o Auditor Supervisors Auditor-Controller affixed this 11 day of May 1976 County Administrator J. R. OLSSON, Clerk sy, �' �2lLCr?, dm Deputy Cterk Bonnie Boaz ..t 44 In the Board of Supervisors of Contra Costa County, State of California May l 1 . 19 76 In the Matter of Renewal of Lease with Mr. Linus Claeys for use of certain property located in Rodeo,California by the County Office of Economic Opportunity, UPSPROUT Community Garden Protect IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute a renewal of a lease with Mr. Linus Claeys for the use of certain property located in Rodeo, California by the County Office of Economic Opportunity for its UPSPROUT Community Garden Project. PASSED BY THE BOARD ON May 11, 1976. 1 hereby certify that the fon pkv Is a true and cornet copy of an order entered on the minutes of said Board of Supervisors on the elate aforesaid. Orig: OEO Witness my hand and the Seal of the Board of cc; County Administrator Supervisors County Auditor-Controller affixed this Ilth day of MaY . 19 76 Mr. L. Claeys c/o QEd J. R. OLSSON, Clerk By %.s. / Deputy Clerk Craig 00079 H 24 any 101M (Contra Costa Co=un;ty Gardens Project) .1. Lease Identification. pa_rtmant: Contra Costa County OfflcR of Economic Opportunity Subject: UPSPROUT Co=,mitt' Gardens 2. Parties. The County of Contra Costa County, California, (Lessee) for its apartment named above, and the following named Lessor, mutually agree and promise as follows : " Name: Linus Claeys Address : Rodeo Valley Rd., Rodeo, CA 9 .572 3. -Term. The effective date of this Lease is MAY 14, 1976 and terminates June 1, 1977 unless sooner terminated as provided herein. 4. Lessee's Oblination. In consideration for this Lease, Lessee 52 shall pay ae sum o: Une Dollar 01.00) to Lessor for the entire term of the Lease. 5. Lessor's Obligations. Except for the improvement described in secti-o-n-6--oT this Leases Lessor shall let the vacant land described as follows : the unsed portion of property adjacent to the P & X Harket's parking lot and bordered b7 Parker Ave. and Investment St. in the unincorp- orated town of Rodeo California 6. Improvements. Improvemants eoidsisting o fhe following are located upon the leased land and are not included in the Lease: ?lone 7. Superseding Rights. The land leased hereunder is leased subject to the _o ow ng superseding easements and rights: Vone 6. Utilities. Vlater necessary for the irrigation of the crops to be grown on tns premises shall be available during the term of this Lease from the facilities of the 9. Project. This Lease implements in whole or in part the follow- ing describe Project: The Contra Costa County Office of Economic Opportunity has assigned personnel to the establishment of com.-nunity vegetable gardens under the Federal Comprehensive Employment and Training Act of 1974. These gardens are operated on a non-profit basis in order to provide food and gardening experience for low- income families and groups. The operation by which this purpose will be carri:A out has been labeled "UPSPROUT Community Gardens!, 10. General Conditions. This contract is subject to the General Condi-tions attachnd hereto, which are incorporated herein by reference. 11. Legal Authority. This contract is entered into, under and subject to the follozing legal authority: Government Code 26227 i 12. Si natures. T'azcso signatures attest the partiest agreement hereto. LESSOR/ LESSEE , t, Contra Costa County Linus Cl-e� s P Kenny Print flame Ch rman, !soar Supe visors ATTEST': J.R. OLaS0N,� unty Cleek and ex of f�cio _ Clerk of the Board .:puL =ice Mary Cra%g -1- Microfilmed with board order WSW V 1 (Contra Costa Community Gardens Project) :General Conditions 1. Occupation. Lessee shall be given immediate possession of the demised premises. 2. Termination. This contract may be terminated by- either party., at their sole zscretien, upon thirty-day written notice thereof to the other. 5. Use. The real property herein leased shall be used for the planting, cultivat1bg, irrigating, gro- ing, tending, fertilizing, and harvesting of vegetable crops, including application of herbi- cides, pesticides, and fugicides and composting. 4. Toolbox. Lessee may erect a toolbox for storage of shovels, rakes,—Toes, cultivators, hoses an other tools normally used in connection with the activities mentioned in secW.czj 3. 5. Waste. Lessee shall not commit, or permit others to commit, on the premises, waste, or a nuisance, or any other act that could disturb the quiet enjoyment of Lessor on reserved or adjacent property. 6. Hold Harmless. Lessee agrees to save, indemnify and hold harmless essor rom all liability and claims for damages arising from or connected with Lessee's use, maintenance, or operation of the leased premises hereunder. 7. Insurance. Lessee agrees to take out and keep in force daring the term of tis Lease at its own expense public liability insurance covering and insuring all parties hereto, including the naming of the Lessor as an additional insured, against any accidents or injuries to person or property arising or occuring in or about the demised premises in the minimum sum of $250,quU for any one person injured, $500,Ou0 for any one accident, and $100,000 for property damage. 8. Assignment and Sublease. Lessee agrees not to assign this Lease or sublease the premises without first obtaining the written consent of the Lessor. 9. Successors. This Lease shall be bindin;v,, upon the heirs, successors, and assigns of Lessor_ 10. Notices. All notices desired or required to be given shall be given in writing and may be delivered by deposit in the United States mails, postage prepaid. notices to the Lessee shall. be addressed to Contra Costa County, Office of Economic Opportunityy 1157 Tnnompson Street, Martinez, California 94553. Notices to the Lessor shall be addressed to the Lessor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. -2- 005% I In the Board of Supervisors of Contra Costa County, State of California May 11 19 76 In the Matter of Authorizing Increased Board Rate for a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES increase in board rate for a dependent child of the court (Court Number 43904) in the Viola Young Family Home, Rich- mond, California, to a rate of $270.00 per month, effective May 12, 1976. PASSED by the Board on May 11, 1976. .a I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Agency Wdnew my hand and the Seal of the Board of Social Service supe^" Attn: M. Hallgren affixed this 11th 6y of May 19 76 County Auditor-Controller J. R. OLSSON, Clerk County Administrator B , Deputy Clerk Mai ine M. Auteld. H 24 Bps laM ��/� In the Board of Supervisors of Contra Costa County, State of California May 11 , 1976 In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that the person listed below is AUTHORIZED to attend the following meeting, charges to be funded by Area Agency on Aging: NAME b DEPARTMENT MEETING DATE Gertrude Hall National Training Conference May 16, 1976, Social Service, on Aging to Area Agency on Aging St. Louis, Missouri May 19, 1976 PASSED BY THE BOARD on May 11, 1976. 1 hereby certify that the foregoing is o true and correct copy of as order entered on the malates of said Board of Supervisors on the daft aforesaid. Ori g: Director, HRA Witness my hoed and the Seal of the Board of cc: County Welfare Director Supervisors Gertrude Hall affixed this 11th day of May 19 76 County Administrator County Auditor-Controller J. R. OLSSON, Clerk�. �' 0e" Clerk Maxine M. Netifqld LS H 24 SP5 IoM am In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 Z In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that Dr. Elsie Baukol, Assistant Health Officer, Contra Costa County Health Department, is AUTHORIZED to attend the First Annual Symposium on Lead Poisoning in New York City on May 18, 1976 through May 20, 1976. All expenses will be paid out of grant funds. PASSED BY THE BOARD ON May 11, 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 Orig: Director, HRA supervison cc: County Health Officer his 11th o{ May 19 76 Dr. Baukol J. R. OLSSON, Clerk County Administrator County Auditor-ControllerB a&ine M. Neuf d Deputy Clerk BGG H 24 W75 10M In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of TRAVEL AUTHORIZATION IT IS BY THE BOARD ORDERED that Anna Waltemade, Branch Librarian II, is AUTHORIZED to attend the American Library Association Conference in Chicago, Illinois from July 18, 1976 to July 24, 1976 (time only). Passed by the Board on May 11, 1976 I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Librarian m Witness my hand and the Seal of the Board of County Auditor-Controller County Administrator affixed 11th day of May 19 76 �-- J. R. OLSSON, Clerk d � Deputy Clerk Maxine M. N ld H 24 8"S IOU t 0 0 In the Board of Supervisors of Contra Costa County, State of California May 11 . 19 76. In the Matter of Authorizing Attendance at Meeting On the recommendation of the County Probation Officer, IT IS BY THE BOARD ORDERED that Manuel Ramos and Sam S. Gallinger, Members, Juvenile Justice Commission, are AUTHORIZED to attend the California Probation, Parole and Correctional Association Conference, Coronado, CA, May 18 through 21, 1976. Passed by the Board on May 11, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of soW Board of Supervisors on the date aforesokL Orig: Probation wee my hand and the Seal of the Board of Supervisors cc: Juvenile Justice Comm. affixed this 11th of May 1976 County Auditor-Controller J. R. OLSSON, Clerk County Administrator Bi KO.f Deputy Clerk H 24 12174 - IS-M Maxine M. Ne e d In the Board of Supervisors of Contra Costa County, State of California may 11 , 19 L6 , In the Matter of Approving Submission of Grant Application to Department of Health, Education and Welfare for Human Resources Agency. Mr. A. G. Will, County Administrator, having recommended that the Director, Human Resources Agency, be authorized to submit a grant application to Region IX, Department of Health, Education and Welfare, for $54,000 in Federal monies to be matched with an inkind County contribution of ;46,000 for the Human Resources Agency to design a comprehensive human services delivery system for Contra Costa County during the period from July 1, 1976 to June 30, 1977; and The Board members having discussed the matter, and Supervisor E. A. Linscheid having voiced opposition to ,same; IT IS BY THE BOARD ORDERED that the aforesaid recommenda- tion is APPROVED. PASSED by the Board on May 11, 1976. I hereby certify that the foregoing is o true and correct copy of an order entered on the minufes of said Board of Supervisors on the dale aforesaid. cc: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts and Supervisors Grants Unit affixed thisalthdoy of may 19 TA_ CountyAdministrator County Auditor-Controller J. R. OLSSON, Clerk Acting Director, Allied Services By M14,-4/ Deputy Clerk Chief, Program Evaluation, Cr HRA H -24 ;! 615n1 00 DEPARTMENT OF HEALTH,EDUCATION,AND WELFARE PUBLIC HEALTH SERVICE owe wo.MOOS$* 1. Sew.Creo.ingiierse Ilemriiier APPLICATION FOR FEDERAL ASSISTANCE (NONCONSTRUCTION PROGRAMS) f- I. Applicem►'e Aprliawiaw Kw PART I --- S. Feie.al Grnvr A*oocy I. Aapikeme Nese Human Resources Agency Dept. of Health, Education, s Welfare Z�ntra Costa County Ogearsapi.nsi U-bb DeNt—one Oi.iaiem Office of Asst. Secretary for • Planning 6 Evaluation 651 Pine Street Aiaiieissrariw Office Street A"oss—P.O.Bea Grant Officer -- Rom 5027:1 Martinez Contra Costa Sbeee A"oss—P.O.Bea City CorN Y 330 Independence Ave. S.W. hrashington, D. C. 20201 California 94553 car Sr.s. Zip.Cele Sew. ZIP wo S. Oeswyeiee({...ei r►.P.ejecr Designing a Comprehensive Human Servi:es Delivery System for Contra Costa County 5. Fele.e)Catalog Ns. T. Fedwol Ftrdime Ree"Sted --- S 53,490 IL G.ea.e Tree sew.. a Cowo . el... —Ori..(se.cif) V. Tyke a1 ApoLcotiea r>ta*ueoo Now Grew, Cewrissrrieti SeP►4M.+. Odw Chenoo(Specify) 10.Type of Assisreace Gas+._L== Col.(SpecNr) 11.Pawle+ieN Directly f ionolk v fee.rbc Pmjoo IJ.L«pl►of Praiecr 600,000 3 years 12.CawPesslewel Dier►icr tl.B.�iw.imy Ow ` 7, 8, and 9th Congressional Districts July 1, 1976 f- Countywide ts.O.r.of AMlievoWn May 11, 1976 14.The a„tjeow cewMies them ti rim Ma of hie iae.aedye awl Im,161 rile awe ie shls 0"Ucariee are rruo and ceno►,ona plat Ge Will comply �ldt the oweeW ass.eewcee!f M reeehtes pia greet. Typd Neale TW. ' Director, To[ III Number Claude L. Van Harter Human Resources Agent au coot NuwaR car. SryaRve d A�Nhorisea Rpresotvari`e 415 372-2602 --- For Fed"Use Ody Project Number PNS-5161-1(PAGE 1) Form Aoprowd Worrrtarly HEW-GOST) � p.M.B.No.68-Fl 1379 10.73 Microfilmed with board order. PART 11 ons NO.eo.no nee PROJECT APPROVAL INFORMATION Item 1. Does this assistance request require State, local, Name of Governing Body regional,or other priority rating? Priority Rating Yes--Y—N, Item 2. Does this assistance request require State,or local Nome of Agency or advisory,educational or health clearances? Board Yes `K No (Attach Documentation) Item 3. Does this assistance request require clearinghouse (Attach Comments) review in occordance with QMB Circular A-95? Yes xx �o Item A. Does this assistance request require State, local, Name of Approving%lyency regional or other planning approval? xx Dote Yes No Item S. Is the proposed project covered by on approved compre- Check ane-. State 0 hensive plan? Local O Regional D Yes .YAC No Location of Plan Item 6. Will the assistance requested serve a Federal Nom*of Federal Installation Installation? Yes X.dC No Federal Population benefiting from Project Item 7. Will the assistance requested be an Federal land at Name of Federal Installation installation? Location of Federal Land Yes lUf No Percent of Project Item 8. Will the assistance requested have on impact or effect See instructions for additional information to he on the environment? provided. Yes ?[X No Item 9. Number of_ Will the assistance requested cause the displacement Individuals of individuals„ families,businesses,or fords? Families xx Businesses Yes No Forms Item 10 Is there other related assistance on this project previous. See instructions for additional information to be pending,or anticipated? provided. Yes XX No PHS-5161-1 (PAGE M (F*rn%o ty HEWS08T) 10-73 0((LL���� V`�Lpt7 \ . . . . . . . . . . . . . . . . . . . . . . . . z . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ON ON _ o ! ■_ n Cle � m 7 7 $ C14 � k # q _ ' ® - - - , ® ® _ . � o _ ■ U. 2 E6-V 60 � uga ■ z � T 2 03 92 600 cr. "C _ - 2 - . ad u - _ k © ■ �k ' ■} � � _ � � � 2 § ■9 � '} < - 2R k 2 ■ �� 2 a & Cr a G om . . . . . . . . . . . � . . . . . . . . . . . . I s • ' :` -► W • a a W p r- .t � Y arc o M o • �"'� W oc '' N u s a d i Z d .+. 4 o is. O U3 U3 t� ~ W _► = _ 0�, at w u p oo+ m Z Cr. J us C� `z o `-' a C t + O O W W = M•► W � 1 � Oa•• us tl� tL. • + us II. Z U. a 0 tri a pr p W V Y v V4- to o_ r tvi► s �-, W E c3 tto a� � o cti « W Q3 Q jut fl. Q_ i i •P= -43 i r+ Y r � = .r.• r • iM UPPLEMENT TO PART Ill.SECTION F KEY PERSONNEL SOURCE OF FUNDS ANNUAL NO. TOTAL SALARY MOS. :TIME AMOUNT APPLICANT NLOU[.ST[D + NAME RATE BURG. REQUIRED AND OTM[w FROM PHS (!) (2) (3) (4) (S) (6) Warrington Stokes Social Program Planner III Project Director 27,324 12 75 20,493 20,493 --- Marvin Ziegler Chief, Program Evaluation 22,548 12 25 5,484 5,484 --- Social Program Planner rI. 22,548 12 100 22,548 11,274 11,274 Program Evaluator Ir 17,604 9 100 13,203 13,203 Intermediate Steno Clerk 10,260 12 100 10,260 --- 10,260 FRiN6f B£N£FITS(R». 18 f 10,908 4,655 6,253 CATEGC.�r TOTAL $82,896 1 41,906 1 s 40,990 san VW�JIV In the Board of Supervisors of Contra Costal County State of California xay ii , 19 76 In the Matter of Authorizing Discharge from Accountability for the County Treasurer Tax Collector. Mr. Edward W. Leal, County Treasurer-Tax Collector, having tiled an application with this Board for discharge from accountability for collection of $82,716.22 in the form of cer- tain unsecured taxes and penalties for fiscal year 1968-1969 which do not warrant further collection efforts because of the age and nature of the accounts; IT IS BY THE BOARD ORDERED that, pursuant to Revenue and Taxation Code, Chapter 4, Section 2923, the County Treasurer- _ Tax Collector Is discharged from further accountability for collection of said accounts. ` PASSED by the Board on May 11, 1976. I 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 oforesokL cc: County Treasurer-Tax Witness my hand and the Seol of the Board of Collector supervisors County Auditor-Controller affixed thbuthday Of Mat 19 l& County Administrator . J. R. OLSSON, Cleric Deputy Clerk Ngif Craig,--- H raikH-24 3/76!Sm ON93 EDWARD W. LEAL ' ALFRED P. LOMELE COUNTY TREASURER-TAX COLLECTOR ASSISTANT TREASURER-TAX COLLECTOR Unsecured Taxes CONTRA COMECCTT�WSOFFICE Uns.cwed Taxes Duo and payatAoDelinquent r%rat Day of(larch COj� RA COS j A COUNTY TWty Fust Day o1 Auqust 625 COURT STREET FINANCE BUILDING W ARTINEZ.CALIFORNIA 94553 Yhow 1415)37'2-3130 April 28, 1976 CO11fro CQ `R County 3' L,.,,',.-I V y D :a y eJ o a Honorable Board of Supervisors Ce $' of Administration Building irtf,r : n.,i}":!Ci Martinez, Califorada �► Attention: A. G. Will, County Administrator Gentlemen: Pursuant to Revenue and Taxation Code, Section 2923, I hereby respect- fully apply for a discharge from accountability for the collection of taxes and penalties listed on attachment and substantiated as follows: Items are included which either do not justify the cost of collection or are of such a nature that enforcement is impracticable. The list includes the names of the persons liable, the amounts of these taxes and penalties for the fiscal year 1966-69 but does not include the interest. The facts warranting discharge are the statute of li.adtations and age of accounts. I declare under penalty of perjury that the foregoing is true and correct. r EL" Edward We Leal Treasurer-Tax Collf~ctor of Enclosure RECEIVED � MAY dy 1976 I J. R. OLSSON GM BOARD OF SUPERVISORS RA=_ s ( OL or olell 0%&aa•ololtrc4&o.crc,0�Cr6a.eras-a•0.a.crao.orRrrr.c.acro*a►c.6►aa-a.o-o►o+o-aa►ca.b►cyarc►o►a-c%o,"o►o►O►o�oo► O.C.. b - McomMoMmmircrcoasmocommmcow 03mmm000womcoaocama-mcrmmwcopoMcow boccc mWcomcaWcoaom cDcompowcom mcoosca alm,' mx, y b000t�000�000t�oaoirac�000a00000cooaa(vaoocraoa' 000000c` 00o00oo6000 coo 0006y vo NNNN NNNNNNNNNNA/NNNN(�N/uAaNAiNNNiViVIVNNrrr+rrr�rrr�-.rrr rr+r �rP_ FP*V _r r+rr+ n-r-r ► h+►� C? po0o�o0000000aaopcaaooaoQo00000cp000p000000ooaoa 0005000 000 000 000 Co ra000p000a000p000r�oao0oao�,00cOaca000000ao 000czoao 00000000000 coo 000 oo.- NNNNNN�INNNNNNNNNNNNNtNNNntNNn (VNNNNNr+--DCiCO�000DOOO 0000000 000 coo 000 oC"' rq, ! 1 y �. ' NNOOQOOOGOOOe:iCOOL►OCOQOCQ00000000000G�ONNNNNn:NNNNNNNO00000C]000 000 0061 OC N1 ���' f-'OPOiTC�QOfTOv�vtlNWlntAi�.i�WW^1N�+r�0000dOQO00Q0tttVlt71�`$1+.i' i►WWC}QOi.i`$i►�►$WWWN NN►� �+O p0VJ 1�. }t`O aDmtilisiWNrOdPR`t�f$r+1�.CvrR`itOrr.OL'��7fN�Wi►NrOOCNQOiOWNrON�lmfdViQ�W�VNrriCC�lt�C7 �ii�+J VKi%$ NO3 00oN040-i`0:i`4-OvfDkm-4-I0:W%ftwpo+.Ll=N%nW.JVtNO$NN mWWr4.—o- -gooc)io%tIVO a,v coo-ocov-war%o0o #imm w#w asm lb c1 C��ar�nrncn� a�TGf�c��vi'fl2-i0 <Srnl�c+ae v2SG.00�vn vpN�Lc�C��C aQn-1 �N�"G� n�fmCfWOC�oa NL7C oSG Cn S►t«•-tr''�<30nc+c�CCSC-�>or•ss,pz+00DmnAtnn+mmDr�Qtn2000pG20r'C�' �ZO�►••rRr'�rsr"b -arn�-• rn�-+O C2 'Dv+t12t�A..C7Q v+�7DT-tt]�r<��#(1r�?a2-�a��-ID7DAYDZt�C�Z20rr �+3D-w.»vro-o.,wXX <is= MzZ Dr-Z 110 SOA=c1�o2-ir7�7�-1�c7ornoc��:isrOlnArr7tzr7�R►cn2rnZ27o*np rett�s�rA-�p2m3(�r�EMMO-1Q, —Mo VNG7 =rlm ._� «- 7D +eStTlv+Srnmrnm.-.r•+•-1 7Cm-ti^ O I;bMCM-+ -CA 2�Dr'7o (^CA! l)ZMZXZ34Z�+(A PwnC>O CAX 20 3o"o o 3r►M 0-40 i�- XZwZm+L x XMZP►27D-n-•-n--.: mL--rr=rr2D r xclal. rn-4 L �rnG � m ,size. DDO ZZ °r 2J�2n7ot7 �+ n0< o Ap ro �n-��n2tppD�►r�n Mrc.c.OD 4Z.-n -no3 Ocf ono 2 > 23-i �v ` r:rom�c O©v-•rc.C.3sm�onL-��n+nrt�' o;t 3 Vc C"% OO�ZCOCOM(AC'►P Sw+4n r' 03=*CD Ar)3t to ,'W � Om ZwVCPZmm>ma zwor- 7a32bxm Of-Xxp7Dm(_zo—Se'1 XXm 2)"XxxOD Z-4 XXAP Z_qmm rm n T r_ mA2 ZZac-WCF— C! nl. n�p7c AS�rC►�+tn r-�•+ G)O Cr Zma b wr-zxmzzw.< D !1 [mn wcn(AZW 3003vw r--DCD-#_CVvPatS ZS W=mt-�rC-4 21-In ••21- r"Co m-< or>c 7c I ozS rn m-.crr aCZ.Z'nAS rrn> m rnz7co7n <'nz OMCo Om vr; m-cZ 2 oz mr-130 � om m n r ZP.XOW m 0 rinx Ml: OW ;a r-aCrmmn "0 C{'TTi{mom wxn r r a rz 2 3 m ox: -• ,V mc') >ML, rren >Q rZrAoml mr) O:v A mt]r 0S Ow *< fst ('' O A-4 M r r m c M 0 m m tnC D, 70-1 Gn rn 1 ! Z � O -� rA r m O: 0 0 -1 1 M n• m rmn 04 Mll c CV Xi } r '1 N.r rNi` W Okr-rWr+Nr r r Wr-. OVr O.Wo-p- WN.Qr N.PNr r 0- w M NCO,%a-Jmo--W--w a 01%0-QC,M&Cl, wMNCO,%a-JWrW--waO1%O-QCrm&Crcr.4-.i"lo-1NOuqu.&* r"—w0-tael7"WNW-JVrOVtOcows-opwoa& -4IdCD ftIta Nu�1`rWOChN.P.NrNtr�OWu+O�ttsOiCtNNWNNOC3OfurNONOw�-NONt�rrNWrNC►WNrr�$�O�t►�NrNii-.lif1J"WWt�l0�rVICeWr�1 ►-1� > O pz� :ljwo%c) "mjOk&MCI&04*Q-WWO,tv ,&-& rpO���r.iO,OO11►4& O +1r WOV1JtCpGwr-rW!JNW�PVtRt�.rA "� 0$:10 �u�JrG . r4 � dOf OQ$ rr-t+•i� A CrrrW rNr r r W *D-40 404"` r tANaC►+ NWN r Nrrr r-� •4 Na D ♦ u` aor.Ir�OW�OO•!J�O�II.rNWCDtt�t7e-+fWV►tM*QNQQ�O1l��OQrC-�OClO�Oj`QC3�Ol`W�`-LfO+�IN.I .••Flo-b-oda$•J�D$o�J�Do�t�+O�ao��1 �D► .Orl�i�rCc.O-.f,CCcRD�ON i`�I+CNr+OILa<tWOtCr.--.rrC�$Q�r-G+N-dO:$i`�O�rVP$.irONtt.t.F.iNIJr�►+iQ c�Q !�J�OW$ .11�.1 ._ $N.CNN -w17i�00-at7�tat�C-Jrr-.OCW�01J�IitQ•V+Wta:rWV'N1Ttuctt+.•7sN.p4+�01yt1�W1`C 'Cr�O�1rVI�itO �CNr�'Nrrr►-WWOWGh+ V�OS r' i 1 ' ! n IA y ' E I t m r' WN rN r W.AO+i _40, wrr rN►�� rr- �► �,,irro,:-aws,�Vi`$ .100••-W$CDVt�D.i`$�I�$V�W�10$N7.�CrV�b�iNliIN�DOw�tTDr•POP$.O`�'N{d$�'v1N0� oi0�O $�D$ I'6111 `. �� Cr�cv�0i*-l•rac-.�rOw►war.rNocA«,►r-uwrr$�1r�.� r.-oQ�oao�,vsgoa,00-d�oaNNrrn.Do-aor.r$@%- Ww, %ofON ow& ,, s s tt 1 _ - _ r .. r _i .. r i_ 'w .w to ` • P 'M �J! x...<; iTO,PQ� C.OPtT C'PO-QO�PPcp.000PtT+'?'PC"C►O`PQ%Q`aC,a-OOO'.C.O`O-G*PO►PO►C-Q`O1040�0►O4O4O�xp(r04c4a#O%abo% �O►PQ% OAC► a CCCDQDC0PTW0DODiD=WM WOO=WMWOCDWCOCCODC2CC;DC00000C3WCDWC ODCDCOCOMCDC*MCDtSSODWWWCDFV=WW DWM CDC13CMID CaC3W t7DOa x Q000 000000cp000C0000000aoGaoi0000ooa0000aaooQ0000000ccdo�000 000 00` n i�WW 1JItJ117flT1tl1V�1J�4411��WWWII..a►WWWWWWWWWWWI+�NNIVNNNNNNNNNniPJNNNNNniWWN�VNNNNNN NNNJuNNN NN C b000 000t�000pO0000000000000Opd00�]00'.00CQCOO00000pO000t]00 0000000000 00 _ fl 0.1000 OOOOOOOAOQOOOOOb000000001�Nr► .-.�C000Obv00iDQOOpO00C30p00000 0000 0000 00 T � -- j f-' -'r'r' -'«���-'•°'��-'!-OOOpOOGOOOGOOGOpPO�V�.t00CrCaWdGiWtXiaD000DdQ�CDODCDCIIO�IJt1JtNNNNNNVNNNVNNN NN , __o { fv0000OOOCi0000,O+L1NnaNNvIvNNNNG000NONNNO�D�OCDNNIVNNNLi00000UOL30.Q�007WWN NNN4VNNN NN Vf rNN+-rr.�p1p000flO0i`2�WWu�f�NN.-t?«-QOCOOOOOOOQONN(v►��rNNr►.}-.x000000 00 0 �[i�0�0 00-JC� ww 0 iQrO.awIWNCDr�--.--OOOOi�r.CtW«-1J�W4srCe1`.01`N.+OrO�t�sOOONr1-.IVFtT�C`�'�tQ�,luyw-►OCarO WNOD aVtW�Jl�+C�O+ttIWN b`�OWOOPWOOP« 09t- url�ip�?CrGC1NOPPQ`NANO^171W,OrW�IW�JiWNW�ON i�QOW�OC�t7�C�CDr�Ol` CTC �C MOM 4%-4W too m si �E'OTv►C1�SWTt7c�cs�G�L1-•-�3rs7D Car 30:7Tm� cf1�.-n���c�-f2cLCC.=y<c�a� o2G-v3v�nzknY-�T 00M rowwrxcp i-�D�-+3�DOD`JOOC��7c2C�DpDtn�C2CCCorl��00fnLCDfs�CDr» acT•�Q••a•Dprna{gym-�Onm��►O>�cow MOO �? 3G�-�«�fn2Glr«-JZ^AmmG�-�C-cJo as rrrSrrt�22¢� n��aZ27ct�r7aT0'L�m�G�SZ�rmr(n0���7a3.-. n�rn wO ' 3�mm-�m7tar2c��Em�nmrnr<�c� acac�as2vi---r7[n-��ocyT7t��zo{n -»z3vC��nrZ2r-i<rv►�1vr� -4w to SZ--Zntn» «+=M4't.... =n-.Crn>MtA3C n3>Zr-M>M LA4AVMMCV t^'C• —3t=M AM—Mr-ORV10!+ Mm rrRl3 3 ?oOt- z �tnr<ZO XXX===( +<" M tzmG=► <T >rlwz=rnoozf>fn 0--fzw>z�T+ 70-1 C <�-� ap ...pmr c_O r rn c�c1< a2v�CTm --►r"=rnr -,tnOcltz r �rLOGzr27��z-+; -•� 20 -1 a; D-C;D< z0 f-c12rCLC 0 n>c-.rr--n rz-+• Q A m rrnx =rrn XC.-Xo Z 0 6M C-MMC- -1>S Or-+ zz 2Y7cz-r+-�arn�EG�mra>ac�o� �r v7o`rnc�r�n Ocv+>aDOinO�-»Cc-' <L.;�7cwr7oO7acnD�o 7� �-t �rwc� s► x Ox3 --ZDn TCC-+zrn"*Z f-=n-qc 2r'74av+inc' -ti7o�7vin2w._tn-+mLmO...rnmmoZ --t3 7ornm0-+ uAAAA�+m-4 <r C 7o SZtnm rD3-• 2voatnOnclpn-QST>D-•DD-w-l7snornn+-1nmZ 1 M M=C')ZMrC31 -lrsm 0-4—Mcl 0CIM 0 AC Z r K 90tH rrrtnr mm�e-• 3-4.CMMC7 "J>Z<QD*»-� Z2A�3�ZD-+7of rZS2-i^T<-+2N 171 --1p7C �pT�w r f/f r --C7N rn`Oo7CA r37S---Z Z^c_f�n -+-�-NZ< rTr >tn cn70'' 3r r >2{ (n-•1 mx rn „ <�-r A Cl SC of r r +r Otn�t:C rnmwrr MMn c.�o--ta -4 OM'nrGzr ; X po:Xm nj Z 3t7? f7 u+7CC7c'►;n LACIX Q 2 f'I<in r < OZ a -1< `r x20 m rnmoz MM m T D Z! I .. .� 70 _ In .. I L C O OT. = T -C am <O 3 Oi p Cl C') O ^ N ! p N u+ ZZ --- Z 2 Its --r i { ! m m I (T1 mx 1 of f { Via. 1 �Or Nr i` N W •-VSs N WNW► 0-444 C� Z _ Nr� •- � rr.i�WPO�W�+-NNt�: N �i`�CV�rrCaCsrtttr+l�.lr r r NrNW�ONNVf¢NCD1f1WNC�.l�l�lr -1 V�Orr-O+JO�d�C��O`Q�v0Vs1`0�1TN�V+r .IWN+Qt►+WSC`�10D•-OtJ�.irC1\tt0'r►NW�C1N.dO�OC �ivwC�t► O�OWiC.i��OC�.tWr1T10�W�`r�C+�P O 'O Y ' .LV�Oo�dO"171x+-JtnVrClDi`.Cirj`WrN.+1`1�rC.CO�1�iJ'`NWODCDGCz.C1i`OONC��1WmC��ONNNON'�.ICDC��►►rNOOQ'WC�d�70.1�1�1t�0(7 C�► O Vt�T1�ri�tJ1�CWU�4QNV.1�W�1tJ+1J�Oti�10 V+CDVVCDWtiVYOC1rr�C�t�Otf,:OCan�OWCGvO'r1Js•n�0�`�Js.vODWrOt- �TtrrN-0'A�J�CCD�I h+ta" h7r ri I + fi/r Nr N W rN N W Wo- ; r0.j D• C1► Nr r r- ta"r.pNPCT -V�rNNy N C1Dl+rn-�7s.�i�tTrO1.Ir �► r+ NrNWoNNW�DO�V1RurWt� 41J► !. -♦ Vs000�tOWC00•C=P.D1J4rVtr-.t`WrC��DNrV►-6WO +I�i��OWQW017+W0"�oNtTWaZOQ*ONOCy-6Q-jobWN-It?1Wt11►�Nt�7A�1N a14►, R Q j rrQWNrWIVrNrNrrrl7�0'aCV�1�rC`�rV�vi`Nt►i`�Or�QN�ONNONi�i�•-�OPONr+�DODdVt�IW1JIN�GVt►-CC 1`C�OOWtJf1�N1tlO�tiO�'i� �D 4Smf-Q�."w O.LlW& -.4 goodP4`N1J+pOCCNs�t�w9tTriYli`�ON�CC L% OWWC ONOOPNCAr41410i`.9%-4&W-441- "O,ONCI004,WOCC" Str "t s f 1 t� W rA N W �.� q- Nrrr� fjo P-W 4nz { r WVWWL► 1 rr► r PtiC1u W�► IaPvi� r rNPrrC��ODOW C�C'N{Rmlti QD i • • • • • • • • • • • • ♦ • • • • • • ♦ ♦ • • • • • • • • • • ! • ♦ • ♦ • • • ♦ • • • • • • • • • ♦ • • • • • • �• • • • • r p4e, _ 1MsWNO W�.�Wl`�OtnWas.D171rO�tTOW.InsOWusWW�i��W O��O��O Q�Q.1.W�N1�D1�.�W� 0�0�� WO�r WNr CDN.I WO+ -4 Q.1Wr ' -.IOvOv�OO:�TQ1`WO�D• WmVO`�IY1t10�OCts�.iQ��dlVt�CrwC3�pC�t�R"�IWGD��" \Ji�rwl�+.dr0 -►li'Vt COOT' OO ! yy `W I q s t 1 f { ot C0 P0%01 0%010kokc*ac,cr0a04Pv�cl0ka.o%o»-a Qk*Icroka.06 ►crao,nkcro►Pao+o►c.o►cro,Pao►0rao-c%bo. aa►�crac�cro*0,010111,01c"0140" r. t tZO�00t WODtl3�7Ct�tbCo2Wt3�GDCDWOsiCftp sL1DlALbAtrUCC7t9iDt7}CDi1cCcCso�G�C�li1t7D¢st7[lCstxtCDGOCSmtXsmtl?tXiGaGDtXftbCommm t? W= {�ww6i x t�000pooabaao�:�ooa000000aoa00000aoa00000aoc�0000000 0000000000oo 000 000 "bre O�-+J�I+.I*J.iv-,t�.i-.I-a�P*d�i�1V�1�iw�i�.iV .i•.t�.i.t•i .l�•l«i�1•+I�,tai-.i-�i�iv�C+.t}tii�i .i-J�•i .t.,,t.i1'3�iPPPPChPi,1`O`PP i7tttlttl Vtiti6tt t/b.: o '3x. s�000t5ooa0000t000co aoocr00000`�00000000a0000ocoao.rop000poaopaoob000 000 00. O , t:occpoaoAoocp00000000csoo4 oov0000cr000coocoaoocooar�000aooa o0o aaa 000 ocs m •-iTQ Prr.+r+l�!-r»rwrwr�r-rye-r�►r•rrM.- rrl-rrrr!-rrr•r►-rr�►-+r.•r�r«.1-+r-+4�rCOC'�r�NNN�000 1JtIJ1ti1 r+►rrr 1-+r :,,., rn k t�NN�;c�vNNtti, ;rvn�r, .,NNNavn,Noc►oorxoaoc�ooaa0000000b0000eoa aNN�vNNoe�Noo NNN ONN Nh3 W �rrOpWWWWWNNI�NNfvfVNN�OWWWWWNNNN+r'rrt-P-1-.- 0000A0000000pcoo 001 OOa "p-00ONN NN , tI+ OWiv+O�ltT1JtWW�--O��}�it�W�ti:a t oCQ s�itl�4:+GvR3NQ.iL1tWlVrw..r�f�G+OQ?GD�1PP{rQ'l"tark7or�}.+01a1W 1�NN PrC�K?OI�P ro 3: WGCNNNO+D�IQtTVti�`W•sir.4`O-•iC7rwOra•t+rpN.ti►t.il�t•••i+►Pia•1vtWCDPvte0t7CtN a�lJ�rr1017tZ0%Nr44l- W %O%PUO .9-0 CDP m yi 1 Tc2'��7a:�7D�cnt7'rrn��Xr,'i�r»�naD=7�c.7D7o-♦c.7Crc�jr-�7D7D+OG'a'JC'�D-t-�tnus2=pcD�nc.=vgD3��C�S D7DDr�c"��< 3oD-. �..�? L?DlaO+yp...fl1A-�5.., ►rTC -+-C{�t L30r1tt77.-.C7C..+Dl�1«+CDC7?O-•DSS+►Dt �CYCZC1titD��1tOCC2C04>D *MX`4 -400 00- R!t't"t; 03 OI"thtvG'7DD7C�TC:D�73f ,�fiaF�Nt"r;tt/�GCZP't"'ni�D2s�tANaCraD,�iA7oc'sCaZ22NZ�5�?�ZC"X1ZC��►Dm R�70AWC-CCS WX 7C'13CmyA4�t!-+ry�;gr,_ -- -{rt�7os3pr-iNtn�nrn�••t�D�tl3tr�+�N-irr,-*•-7[3CCO�i_L?�Z.i7aC7rnt���SaD S *3 r3-4 ML"7r, Drn _c' m o"aMoZ-+Wwo .ZO -<Mw -04A -43:00 —M - +? N �2�2� m --en . n � cnG0 SCAM M;D= r7o r S< N-1 G!-+t� ow3m-rx2 r-�Ac.v►r7�Z22xamC�-+a G?ZN OmrnN r r-01N�Ccs cn703 �-+flZ[I M r, 5- M<Moo _Z DL: 3:T.(A CirrrDenXc ozo m W> bInz wxc) 0 JEZ Or-ZC..tnZ?C >r-6>0-,JZZ 2 *+D t 2 -iZYC1 r zt o>M 7o2-<-4 37Dw n, 0- OOZDD on -#I*2 r� 0> 3Z 4.0 Co «CSDA X Cm: ZooP.'n--i- wzc tom 0 t' wil" Co mr- Zl)-Mr- co 5� cic) = mr or Z-<cn0 O?K OS C s� rnsn?00 m -4 -cmr- mmll-Z(A Mm rr, Or zr-ozzom mr-cm a mr o- ox � C> XZ 2 r r 7eO 0 ro>-+'7+-PI-m V= >(AC 3> tGStv«-•SDDrtn crrD�?o Or CD�Tit'-C CAC z LIs` r 17SL A mmol Q-t =or ox m f�DDZrr!-+�ZC 7--, 1- ;a G1Z tTt Lt* 3 NM x -cc_o;co zT mzo r cr-r3 DOZmtnnmcn". m Z f mm m t. ZMM CC'S ..+ ? m ;D 00 V -4mrl z rN Dz! G"f ►"+Z C ;�f• rs� rn m GC nr t'i m v: qm r- ric-; cn t mO . c m z .- CZ TI TI m iSq r i � 111 f ! a S y i F a Z cnt-r 0-10JN.4:�0- P Chrl.rVN1�1+� CDNNrtrtP �4 WOOODPVtO-�t�inaC-.1P^iCtvWUtr�iOP�Oix.PN�rC3riOD+GCD1mCsWC3a8PPt7fQ+*iOWCCiilSOP+DtttCDiN�tTt�l+Ltt�„►Vs +ti►1VNC4Pl7tPCo�yVlht tl "� �` rCio.00GnW�O.t�tJ�.i�a�V+1►rt�r+Jt�OaVP.I�dtAtA+,OCW«�iNtbP.its+rt�i*�r»�Gt+iTctitl`ts►Cr.Or ,tWC>tJ�CSi`Wti�PtitN�irr�P+1�tWQi�O`+�+NWt ujcl !: 0.. ` �G�GtT.tV�PNrCcCT.i��JOV..iP .Ok}.1 .IPtir«-C7DvsPdPPCf*OPIJYPO'�I.iWd.tb»t7tPtP.JPv�CS.00D�C1i"rOPNlip Nt1aCP��Orrt3 u kA wr ►--*tN !-P-N) i r Vrt-r �-•-NN ripr .P,1`Vi`r t�luNi`r r!r rr. r .i�r10 O P 4srrr Nr'O CDNN rW -1 WWGr.tO`�`0�710 Vr�DO +R)POD+.tr-Q IAWQPO`R�► 1`OWrp.JLb+L1CDCa17cNC O&PIMP-VONCD P.00,0t7rVN..IVIWr��r141�PNtrt►Y+O� s • s • 4 • • s • • • • • s • • • • • • • s s • s s • • • • • • • s • • s • a s • • • s • • • s � • • • • • r • ♦ • • ♦ t • • • 4 • • • r♦ �}' QK �;�. OCTW1l�l\il`4rCC.ILn-WVrk7`V1Nf1t4wal••IvWNNWvQCWi�{a�NNWNhN1"*WWNNrNNW�`NWNW�IVOSNNj`NCG�71C`{�+dWh+{►JW.1V WK}. IP30 Sa r..ii��boCD+i��10Ve-�St�lliTt�li`�CSt7*rCr i`C30ril+WOtts.+1`�tr.,Jittiirl`•"OCI+Voi�1 a�VC3rpa.WWWtiFtCDi�G7+1�4tk�1PWo�riW�t} CC? f- 6 tn. i W r rr P NcatTr •w-N i i NO�DIV W$ +o N Jbrr 7r t•+NPOI}rQ,rP�R'.-i►+in.OVt�ili`.��`ODS.ri�PWWOW,i`.i�atVc.li�c��`A.N.i?tAWbiWW+ISP+�t.PalNc�tiis�iP�1+I'4t��tNGDK3 fi1RhW PO► Cilr> ; °t:� CDNNVt PNtri•"-ti"+ORptiCM�QWOarO+QNB+/'+ihtC.>IZIVOV►W+OV1+�y�QuQlNV►.�l�1 +�1WHJ r4PVf�Vri`P�4ir.0 �O�IrO +►r10� •O 104Fr iv w � Q-O'O'0'cr-0'0rD'O'0,c•rrcra-craIC12101 a,a,**acrrccr0*010►cro1c,010,0104pa.a,c,aa+c%CIO%a,acl010, raicrc-a 0-00'0.0'.3�c-aro- aRr a 4aoaoumCimc�occsc�accOcm=cDc3O: O:mO0000aa�tocscoco3�osmao 000mccmmmcapsstcecoOGmmm�CamcO oaca0z► c�mcsmcommlxmmm�xmCo• x QOOOGOOOC►OC�QUOOCiOOaOOdQadOOOQQOODadOCtddO¢OOOot7OOpddOC+GOdGdao ?000 000G Z 0 � masccm0ssasazcac�mrnmaoaca,a�mc�c�mo�mmmcoc�0amwco�caae�mmaommmmma�coccao0ama�pmm0ss�►macmi�cca�o�itaaoomm0z� oca►+oo0z�c� O pOG7o�ooQ[�oOdaCiaC2t�dOaodQQC3dOG?tiGdOfJddC7OddOQCl00000000co ,7dddp0OO�Dcoo GOO00 v pOpOpOOafJOpt7rOQaQQO0aO0C3oQaOOOQOOOGOOIaoddOOC3dCadO060000000 Oda f0000000100 m ; ! 1-r►-»r-rrrr-F^ r-r«-p.r*s-•rrr�-,-rr�rrt--�rrF��rrr�+rrr-F+1111-r+�r�»++rrj-r-rri-+rt�r rr►►-•�r+r-r rrr r►+ �+ rp i-+1111► rrr « rrrQOOQOOG0000 OdC3O0Cit3OOddQOdaGQdOddOOf3dOC}t�OQGGOOOi 000 000 00, N , CA ,. �iNIVNrr+-r1��'OL�O�t3.D+O+tlti4�OCct�m.lQ1NVtL1Ni►tlti`�"l�Nl*WWWWWWI►►WNN�INNN r+rr�rrr»QOOO 000 900 QC t�WNNCD•JCu»t�1`CTi�i�iDV00 V�rVtl�NW1�ITN�NAGuDGD .I,cN.OmiAllti�sWrmt +..WW1 .iitti�#*WNr�j4-4WN) NIVN *-00 ZOO Z +. OM13CT�Q T�`aim«.tO-+1WN2`CT.GWtVt�4+tTGi1+t�N�"'rWN@�dC`�itri9Wa"V�rO�IVt7t.OrLTWdmP4TfWOC1��1Nm17�—O%co O4, O%DCO QVI.P. m WA < o2z7�7�Sx cn:�c_S2GZ�'t�<:n7a?c'►f Z 93cZ37cSt �cn7cT_233f-►G�tTmD - wc_n=wmx--Ir7[G,-) C1��r -1-4-i V a 0112«.-rt7cC1oO7na tACJa70�:mv►�c�mmtnm ►nc'�aCD7oO3DmD-+jnOc�am2 —M-4m=.'L`oM>—oYi'iC+'+ ►+CT1m t-�rr«� S►A z� isOrm�+701701- «-- --iyrS�c7ctn<-+C3mrnGst-c�-. �a2tnZ-»orzraocs:o---tZ�crt�mz--00.4xwa -47oz-� -40nv� :�7r> ' .. t��Csmr* :fC�cnxr .^.2�►�fn aG��+OtfD�4nv+7orC�C�Or»�C#-11n©r1m<mZm-1© 0n frrt cn�Etn-i�c7�•-i 2-t�+C-C-i-i 000 XX x �7orn�otrimaacx -- rZcn�zra2c z2Zr '�aS-•—nr�e-cs�' m2mcn-stn x m;oo tr—s.'Z: M- M! D mrn OOO GD-CD! c"lccA"7cz moazrl-ac''fZQ-.m M-lCD-'yin x3D < ZMX = mzxmzrJ vmm -t O7cZ7c Dcnm z mz0 -ez v >wXOW-4mrlcrc.rs wcDx OLA► -v-• Orr-nx-4" O-n -nz: "o-OD zz j Cc lot rsl -t—ssm OL... X-4MM=XCCiV>X 5- ?�at�-�ora�mvvO-�ravC.-rlc0n3ot�o ui xm } oaa co .. Xor3 rmS�Aci�-+Ci ;t17� ZMX<-4x;Or-4 �rmOx-4wr-zromomr-CC DiaM comcc_ MMM-4.4 W=W CC t: r t�2C1 3o xmusnwr-xn -4L^ 70--+...�C;+«.. trn7Cp2L rnr]o.�--raCC f"C�3�Z��m�77DD�fF.-Crrl�r-- DDD Ow � C r- «.. m=mrn -OVCxcr' r 7c r-OC n;: Zc-z*;C< --+?D--c+-rric)2 0rn7a2o•-+� z I --l-i -�--1-1 -lam z - R z ?c rte cnz n— A D MM— 7cc�m OZZ' rcoc-rn-4m MMXM f"- cnrf»G�7r-,i mm, m 0 c7rr ••••••-• 7076 u .-� .-• rS Zmm rc r z Zt vsxr4nmmtr r_r z mNmm 7csbcnm; m mmmoC�DOfJ�r• m ,. £� r rn rn Z-4 Omentn 7D 0 0 rz' w z acs' D 70 70 �zzZ Dp ,-• r v+ 2 m r m v mm;D rr3-.+1 WOO rr C �` m 7c n xr fn Z r tTz = mc-n D oDOxx 00. v " n, DD7D:v ZZ, VII D r,. co, . 0 ' • ` � � I to t7 ,� m , ! ,,. M v X 0n r a Ar . Ni`WvD' t0 rr Nv-tw O`rQgO 4-%Ar Oki tVa t0,+ r M r•,� a s- r rr P�f►rr4"'�'�'r"�►M '►" .trOt�0 �i1l�OsOCD•O0>h►O-IV+sOO�•PhaOilrON.OvCDPOrQ•Ga*v►OWdO0o4tPiumO+CD4vdi�M7ta"mN�dtbONptrlVNi�i*O1` t+Q O ♦ • • • • a • • • • • • • a • ♦ • • • s • a • • • • s • s • « • « • • • • ♦ • • r • « • • • • • r • • • • • • « • t « • • • • • r"" • -II I'll i3raa�C►r-W�CO:.d�Q!'h4lrWia+05K.+0,r•-VIOtCCIt4tNO�rCGNV-+J�tiO'NWG'.WrQ WNtt1dNG�rrCDi�WNda�+1-'�Ol�t�f++i`Kx+B�?`rrrO+vGVi+ri A C2 .a Arr„��DuC+GtA.t`�C1O CCC>+c3�fJOOr-.-^NQi'WrcVOs'?r•t1aC31ar�7+8Q�OaGO� �OC}OtiitrGuaO+0,O.OtiOtg�OC3�C�a�OrWhiVlllIW171OW C7W f' W IW y I NWNOD m W 0- r r' 4.0+0-0- pwf+M- �) ! ln�Cm.t`CRQ`tJ�Q�si�- t+a.3rr+GQ tJtNK�{r1`AD�LtAVC +OO RrV1tt+Qrt vtTtit+OtltQODV•lV►t7�N►�VtVQ0O1`�ti�-JrO`OGtnr�'f�11lNWWIJfW O +r[> rQo�.a VQs.ccrwca+--•+o.c.-�rna0auz•aWnrn:ate..-N Qsw.cc!-o �camona.:.o,00 r.i�-.n d.aaa�-�r�o-i fwu,vi WP CDP* W CD_jeD%p4D%o��OV1•�rs %assnsk-P%D%Gi` %O%O+D %X4/ r K 1 i O m r cc tNrtT tT P- N y�.*WSNNr r r N V r W Ob i ► �riW►iC3Lisli`WtTiO•IcVs�`++�lO"i�WWC"rN'1,1►"GO.1►,��arPO`.�br�7"{11nNWWOWPri'OW�O�.i�►•WP+OPiTNYIW�*�i.►usW1� F+4iW C61�Of� 0'O► � +� Its•�°W�OCIOOO�G1iJ+O+lfalw•+OOVr+OtJ1w..V.0iv�11i�tvdWwlO`i5�'t�+G1rC3GIW#AC'O+�Q'M-►ttMt�sb'OrtJtCllWVl1�+COtttO�O�i GS►+hl 0,i. � "r°0, 4 �,'*. � � _ � •+ � ,V � . ! ` � y * + � . � r � •-• � ~ � ! ` may , ,! � ,» ! i i jlTo,o�o.-trO�0�0'o�o•a�ccrc0'v�ao,��a�asro,c�crC.a.ac.acaC.aC�a.( o�o-tro..o�craaoacro-o►aa--0.0- ra�o,(Y.o. p+c►ao►! PO.0 j?-Oo► n pDmaDaD maaa�mr�mczwa�mmooxmaamaomc�a>mm+cooa�a�©oocmwa�coa�sca�mmcammmwmaowporna�m�wmm comm WCDCD�ww x r i + laoac oaoocoor�oQ0000aoc�oobcooc a0000000000000000apocoi00000000c�000booataoa ; n ! wwmmWaomoos�o:�mcommaommamc�maoa�maoxmcoatt�aowmc�mmmfloaowccmcma►oamWcoaoaopocomaaWtomao}�www}voomMMOW. O 0000 aaac�c00000r�00000000naoc�0000aocoa0000aoa000cp000p000000oaavap000boo 0 +.I .tN1V�VN•-rNJOataOOGOOtJOOC7004�t?OJOpOOGOQQG3G1000000A000pOQaOCOOpQoobaaop000 oo rn Q`D•�1`i`�`tDODQ7vWtuNNNtv1�r..rrr��+rr...r...rrrrr•-rrrr+r�+r•••rrrrrr..p.r..r�M�.•r+r�1-rrr+�r►..r+rrrr I+r+ ' am i p000{7CNNCNNNNNNi�.Ja�O.CCUWWt+sWtr:Ww4:WWWWWWwWW1a+wNNNN�NNN^iNNN4VNNNNNr.� �.+r+►+�.r1rr+ r•►+ �i,N QOaOf�0.7000CJOpOOt?QQOOOR`l`WWWw�vNNNNNNr+�rrOO�C�OC�GD+1.i�tr10 O�V�1J��i`�`WW�701�i+AIWWWNNN NN (A I OOZ`�`N•'NrNQ3000Dd�iU�NN«r.-OWP�T�+.aNOtaCa•1Wr+C0+7�.tN.iN1+r�1WNrrpla�rl�W},1Q►WNAWrO rOCDN�.00DODOr0�V1 3 L�rVwL70�-Ooyev.iV+.OV�IWNCe0l="%iO4U"O001 4"wpockOct,r04%f O-COA. r%Od Wm M IA !f z j t72nv►�7crc`�t�cnc�ntn�� ttctiv+7ov+�"+=c��G3mss:nN7o7�C�C�hAnaE'vt.,['�3'nA•v=-�cn�C'��c_S�tnmClEnm--rho{-2StJt�=SSi�C7t� ��,. car- ITurSsCA 'ar3aO4at �fl-�OG7CfnQ:>�OD»- OSD-t� n•+QDC17Cprntt►Z-�•.•L7••OD7v'007�t-11a7o.»F-.CD .�rTf2+ 00. �+cp�nJf �"Cv+xm7�n«.3Zcn�"�AC3�'►'.'�7oLZ7o��7e^.:?hc+OD4�.crnrc�27o'' D<"vrOTO�"Czf '�••«.•�rTfC'+�N^�filhlJo2C+ ZP'P' tr "„�' tnm rrr-7J�-��V+7��-d•.•Z-g2l�T¢7DZ'lCtn-,�?tA�f�S 7[�rsT1'ss7�7CrttC3t�2D�rZ'7t/>�*�mtTrr'G��sD2�-i3QtDC/1N�Q am< P'm ! QAONi rncnQ-ezG���tnrnmrrr.m> 1v.-.m�c.srn3� �rnNtrtnrTtN-�C7tZmv►nS -cv�3�m�a�nam�r0-1a�••�-cncnmiii--r++m Z7oz3cn-Cfr�O mZ mo7o zZOrs 3 2aaC O X> "MVM %*�AOX?uxf- p MMK =Z.4= r -• r OinORt Z«-XM c-MolOMMLA m 30t-Zu%CZXOC -�7�:r1-•.•Dv+t. 2S=►�c. 7o; v+D«-4zmzA(-4z )DWCAO vo S ZOc_ OaOr--m xr-ox mm"MI)a= DO-4tn xz MMMZO cxo- WCOAcr X: C) Om 4+0D0 W, �--2r wlpbc C C)xXXtOmX =Z>M=X---=3Z M— GrNd rnLS OrM--4m Mom c--QnM;0cAx=z0zz >.V f-MMMOX fox--.�;to...D-C2aaaCC'7ammGrmC37r►'�mc'� MM-4Ccn c_ >Znz —M .-..-.-4�aDmmC7oi rn OI rn0 -4" C rSm f7lmC..•••►•aDD-C=C�r 27oC3w—c 7—cmzmOr w r'm-im 104-004, N 70-4m-0-4m ;vMwt7Q�1—<4"Wo ;*(A, Z <x. cn Oce—V «-C-+ O-<mZA mD.-.-4zC n mr=m<COSCs r o r2►�ortn7c-��opS m ... yrCMWD zMM to --+moo Cl mr`$ -Oot- LnMMz WXZ0-n d z mmr-"O— < ON;; cn2 m -- z OrM SmR+-• r R',UO=?r z= -+Z n I=-[ITrcn-aj r47jx <z7c C'► M I" c-- 'C7D'Q a rn a D SID tri .-. " rn Ns� x x m 7o m'OOc's tAn A 2 > COCK CD Z x M-40 v rn n C'►Ri--- D -0 C r F- M. a.n.,. i m x�r 1 i f i i NV+` rVtt� r Qorrrtt�r- WJ,`CDWtttr�OWr.00+W1��-QNIV C�NtuNW WVrr�NNW! vN� N� ri[ O�N1 �rW� �� --4 �„�• Q�IO.di`sD..IN�Q�trPOO�VI7S�CDCOa.`i`i�Wf�Ni`WsO�@CQ�ODOVWVtr-O+Jt7tC,t�tfs-.11J�Ct)v�ii�m�irittlJlQ��N1�m0'ODW.F�.ANi` fttt { O Q11�sOO�tVttOsCrN�tT1V0•ttsOOsG�OD�00-WNO.I�NO3i�00�WOWOrW�00.Or��W�OWCDi.-OW-�iwWWrir►tTfr+�O Q��0009DrO�NOtT10 "(7'NwZ-OsONw%0%r-4c0.4'"NO%D%CV0, OOP-r-NON00%DwcQf-&%a000Z"' O0 IQ%a 00100r+.0.1"ONNr-Or'OPllr+: f r ' � 1) N N �t►�-- Nr WN N VN N� ►- r- P rus 0.4" «. p�rrrVtr OWVWr+--vNrVmNta+rtt�NN ONrN N1+►-Wr �Ni` NNW' N �` Wvi �►rW ��`. -l.,,, r. OVsQW1`C�ttsOWQCOi�WQ"NOGCtO`i`Q•st4r.Or�sv+W!V03Csi�OOV+NVQ-JC�tTNWi�1►01�.1W�NQV�V��i` rrOo:�IQ��O�irM+N �!N1, G'.� N�---.10or�Gr--.ir1�1oN..1�1Q+sO.t�.0�1`if-�tOGrAC7-v�IQOCmrsO-Cr0,0-4`00-c`ODN �*' s r�ru+w.;mac.allooyv+.r•.a.a.c.aco,tt+W..�oaNma►.ceso�•o...mei.ocNa�-rr�WrwWmWN.n�arW>�W�v�c -�oa.ib�N�Da� N.r r- �, in h J:• 1 rW Nj`W to NWS-- OCDi'rN: O��i•-NVrl�rWri- �Ni+N�t r r.-rrN i r? rN co U400-0 lw r- Nt1♦s _.. s W.i�rNNv+WNNrOWOD�OsOWOOwVwI�NVO��I�tQ�n.�WW�IOOiV+WWO��V�-+1WNOD�n1�O�OttsWr�Wasl�4+Ni�lt��ll+cttC301�fr0 {1M vNC�WOWri`NOW�1tbirO+itt►rOOwiGW�Y+rO��NNNiWO"r►-NNCWmNJ�01ttC^�IQ0�4oN.1�000 VO-•I�OQ?O?YI s0••W , ` E t10`PP� PPPO`C"O`PO`PPPC`CTPPQL�P{TQ`OOPPL*POPQ'PQPO`O�C�CCL`�C?Q�OO�R`�O`?O�Q�O�aCO�C�O��PO�P�Q►QrP�0�0► ]s Coco Coco roocococcCID MCDCOMMM0000mCID oomcaaomQccmcomamtammmMCDC MMM Coco aoccommCZ)MODF maocoaoa,moaPomaoa* aoaacon aoco x y r--rr► +r�rrr.ori-+-+r►+lrrr�0000000o0000QO0oC)Oo000o0000000o000oObOOO 000 000 00 m 1-+•ter.-• rrrCa00000000000nQ�O+O�O�DvD�C.O �O�C�C�D�D��OiG+C�Q O�O�O�O�O��oo�0�0�01C.o�D�Cic3�D+C�Oi+D�o�O�o concoo cma C12MM Com, 0 bc0000a00000000c000ao0000000000ts000t�000aaoap0000aochooOp000 coo 000 00. v 000t�0oac�000a00000taou+�titNr.-«-ao000000aaa00000000000aoa0000a000 �0�3.0 �n�o�o .a.1, m WWWWWWWWL�ir �rt►ra••r•r-rr.��p.pLROWI�:OST+QOo00000000Gf?OOUQ000bO000000G000 NNN VMNN 0%0% I i moi. -i1 Rcn o0000000NNNNQDOGOOG0NO0ONNNOR�IVNNNNNNNNNN�7NNNfVNNNNNNNOOOOOOOO�NNN�NNNp00 �(A I p00000000•-000a00000c�oaoN000ao�c�oaroa�©C000aoc,.+ .isos�rwWt►�NOOr'►�OOOOOOQ0000000 DOO N 1 X00-�I�t{S1WrrNOvt7�WNNr+rOOCNO+�ON�WONWOCDRaPPWr►"r�Qy�1�1Ci1+O�d�1i`Q��Ovt+0-40�011`000-0- 0-00 Doo �3 1y {Jtil`OC�VV1.i`OOW•OvN17�WrON1N�-WIV001J��11`. +/•+.10"i`WNOPWNN `Wr�O`CDW�OWO�OOVt1`►►�WO�1�'NWN��`W 0%04% -!P Z a i NvXCDvcDVZac0:DComrrxxxX> mL.Xwwx�cr!'snc�Zf rrr7aQo¢t'--�Sc7�mD3cn2G'�-'1rr�--I�v3" clnc_ C- . :- D--C-�G�<mJ>DD-STD'7tTD9�OTDtjT3sL'`fT�ssTOaRt7�v$QaOi]DD2tsirTiDAr+:7mD�*2AVOn►+DDDDO�+S�+C! CrC3 M> «(� Zm�2fTtOrr�SrJO�D►mp7DQis� ,j�11�7�y1� rtT1AF•�m►•TN223�• Z.ZNi"�{1Z2ZSGND� r-orr--XOCM �- >M zr t"'G�2tnN<Zraoacr�-��r-rr-+'-<-+D►r-+is-rs+,Iv+•�mL�s•rnOG�-+m7o-�c�c�S27�DZ Tom-�zC�n<mr-��mtt's7oc�tnr�v�xx OM mp MCO r-X>0 •m 7o;n r-c_=n-4ZZ--m CmMC,�vrn Xm>7o4nz.T.r -•cn? -•DxZ aomCaX .4>0>Z-42-40M Hm rOom.t O z Zw t- Z z -c 2n 0-4:ommmb-mow mr4z cnt�:a o 1 me -nrgmc— 20 dos vs 0 wotncn moorc-2 MZ 0- X %A -nv+rnmv+vmm07e«»7o:+wZCI$n r3=as�ov+wU�o7�t�r 7DP'07D�o200r max--vim- lar>Dro -�-n7a33rnr- mcmi z horcnID= ;o m r90 ry G» z--mx - OrommtnO00oC m�sr30*-�c'"nD[� vO310 C=C-300 wm$30n<rnr 3 Xr-X-4n•D MZL.0 X Tlm--4 Or-=tiXv C x_ r7oat�m2mzO-c--ccnC7�vctnU =•• torr—X-4= 0-cmro:nor s xxzZr Zr"► mxzc_mxo MOM=►+ibr--m >t R Z r o -4zr zN x m ao< Mr---D mcc*a*-nen�opv+r+ -�2 z�o.c<o--O -+ t-00 x 2 20 <namm <mrc0 f cn •- A7o t�mv N tnZ Xtl+f►7cG`77 > N zm x>•---t"'tnoc —ivry 31 s Szm xZZCAI v .-;o<f m >T>M -im mr= mw to 4m"a a -/v-1 a <2zv v a> -.VoomA a!m, O m! 7[n 3m n4 �1 -C MLA mm m s cn•.• -• --D n �s-ti�oo-r; m = nx m 17x U DZ Z"ZM or -4 v2 rn393v O v' 0 CO ;a �o x 0 n T z ..rte Cl zm 0 n O' —1 7o m+ m Z c_ r � m s} m c z x nz>c z 07 X o ao nn •- oo z n D = m 2!! --� I Q + N � r fsic m rr i rrr r v N h W f�:•- N Nr r!!� W rrV► � i i' j rN Wtmn4i WWNWW r4,0•-N OJIbOw rN Wr+; �-4 �7tODtt,.Ar�PtitPN�1W�1�0NttlWvPrQN�irrocv 3�CQ�WOPtlsO'Nay/:t+%oW�IrCD�1i+C►i�i .IrinPNr P�NrlWtaarlNCcsWVt 0 aw o .0 • • • • • • • • • • • • • • • • • • • • • • • ♦ • • • • ♦ • • • • • • • • • • • • • • • • • • ♦ • • • • • • • • • • • • • • • i • • • • • -4 W vO�1�DC��I�OVPOCr�1.Qr17�•-�T+O�WO�PNNi`O.QWrWV.�1rVs•.•WCL.`m.iOPNO�tO�C�iCD�TtODQ�OPJ`OOiV�CD�00WWN�VrO►1��`O�i,T� CD Q ,; V1tJ�tnO� J�►OWVVtc��►1�P+Ort iz.A .ACA�CPOW�,00"rpr�i�p.�rNWO�.�NtDQ►�iCirWCc�Ol`O�I�DQWrWrCD�ICp{�Itptnuf w►r TI- !1 All t 0 I rn "N 0 rrr r D" N •- W Nr N N►- rN N rtr r ( 0► rN W1,AWNNNWN ►-rP•-N P-N Wr! �►+r+dD►+ j• ► [ V " t7+-dtT2`OWO Vti`WCCITPaOWt�t7�u�rrr�r�C.1�i�t7uW�`1►P.GC�r1�NV�Ovr•-Cfi►CtON�1P�IW-0OOWO`ONrW1?�0 O l�i�INVf{{►►O,p� O -4 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ • • • • • • • • • • * • • �.1..� P Z`P.t`�'Pi`\J�1`C`1`Cf'OrN+,OVtPN%vCGr�pvNtt'N1i'2`OOP1�•"-W�10`•-'O�CNCN'�iCbP�`WWCCNNW�ONWOCDONOJ'OCoO�1Ce1rNN0 �r2► i' WOWNtWrWOtTmvVVrOV+t+�OCGW�tOrNtaW�mr�3i�Tr�.�W.Gwz-Q `rNvON&W&4`C,vc04-4%0 4C%0&,P--4wwM%" 4PW r 1 I i , i xv D 1 i W 1►- r •- •- r ►- r r- 1.-W i r Z t, j i li+ NCGCoO�rrrNV fv�G r jWr 1�1�0VN2Q•-tnWN NrOr�OrL�O� -INor r r'- � • • • � • • • • • • • • ♦ • ♦ • • • • • ♦ • • • • • • • • ♦ • • • ♦ • • • • • • • • • • • � • • • � • • • � • • • � • • • • • • • •^ r 04 J, �rWCDNWWWOP�D•-�0'NOtT.W�OVtQ`+NLnO�C�WCorWONs�O�i�•1S1�J�ICDQOW�OJ'Nll1i6*'WIV�W0��1WQ�V0SOW♦ IVW ♦ �1 '� WLgN,i`r%CN-JONOw1aWw-Low-4,9- 4,Vftaw-iPCM0 HP,Q,0b 4P,0 -W%xbsP►.-40N W��L1W�Ot�ilO�►►�dO'17iN�1 Ooh+ 0 10 V� 4-AM % y M t v w Y ..4 acaara+�aooecr0000�racceroo+0000cro►ago►c►crawcaaaaacao►Baa►c►�cra�ccoo►cra�aa�ca►a�c+c►a►p►awao� a►a�' a ,, O�acoo�pcmcm@oocemG�mmmGamaooc0ammm0�mmm=eCe�O�mO�CDC3�C7CDCCmivm07CDW0�Q�lA{7Dl�CDWCCmmm�7BCDmm WCOW 0LIWW WwX. Y i i- rrr�rr•-•rr••rr-rrrr•.R—+�rrr•..rr rrr+r► ► +wir•rr.r-.1-r►��-►N+rrry..r+►+H rr+r +irr+r�rrr h�►+f~ ►+►+M+ •..♦r A NNNN NNNNNNNNNNNNNNNNNNNh.Nr►-wr+a+v►►f}—rrr�rrr►•ir►+rrf+rr+r� rrr�-.r►+r}�►+rrr �+►+►+ r+r+r }rr.. p " p000 0000000000000aa00000a0000000000000OP0000000 0000000 oao` 000 000 oa, o �.-a+r rr.�F-rrrlrr► a•rr �+�-r•..0000+-r��rr►orf}++-err}.•r►.•i..rrrr/-+r.•r•►-1-r►-wrr►rrr rrr rr0 COO [i0 '' m ,�;, :i`.11 �`at`i�.i�i�.i�rN�vNNNNNNnsNtvNii►OO.O.G�"..d�1. .d.1�r�i�.i�t.1.►ti-d-.it+i�i�l�t;4 -4-4..t -4-4-4 -4w0 0%C c%0 Wt CANNNNNNNOONNNNOOOOOOOODpN000U�NN�:NNN1\tNNNNO0000000000AC�00000000NN ONO VNO N1. OOOQCOOQOO.- rQG+t?000OOpO00C?OCO00+ +-wR�rr000000r►�r�r+r+�..�..r•r••000700000 0000000 POO CA, , gOD�lOtilWWNpC+rpCpf••.pCCpVQWWNOOl�OrrOO�OmyV�WOwWNrOOl`WWWWNr+000mQDCDODG��ILgw%m NOO h-NN N#0 ; j vD�CP�DVQL'�Ni` +�IQ�tt`r .OV►OV+•-.IWNtt�•+WN.t?ONWWC¢NRNV��QWAIJI.LIQ`OQViW►�01+�.1C�i�GC�r10`i`W4+C�Wr+ NO-4 Cka%.Q24001, M x z .. -4 9v i�3r'hX'f1G�7C7D��l�'Otn=P aD3om's oxmc;►@S-1'nomor-cxonJC27orLvfsrl'J'�3 -1NN7�-ISS` T-IZ-x;oc- =W, y t1'1QmGaD►....t�SC1DD0'-wC3aD.•.mm..J�D370'.?'t7Z<�w+m700r+m0•+Oax12mC'-yDQDCf,�-+��Cln--�r-+m�-+C�D7CD +DCO �+m : . t7Qzv+ sir•-,nrx OrL7r�cnz-.Z«+ma0 -•mAmw+07omzC.��rC!-�'2orSC�n2<��G-tm;�scsCOrr- dnr Mo= rw <v--�v+r�o-amr--•xrorv+S�zv�maa2 c�r�zv�2cnva�v+-�ovcrr-rcnOzz•-• r►mz-gzmmr cncnS -�cZ7� rvz 1"'70 nmmmnmmcntr mom- tnrnmOr*�-cS-KTtM�C?mrnO�nzc^► rn.+Dr-CrnmQmm ZoCC� NM-0 rm -4 m mxm m (n <. C77o7C7DA �+-• =�a2307DSz7e QftA.p«.`Sm...�••[1 r-XMZRtcf27D,7-cxDOOm�CG�"z -nm;VGjMC).m " 70 <C3 > l «0 N OWWM—t+ P Cn CC n pw-az(nm vxxxxxo" Cir. S m 7D A z70 O m m70rnZ 0> S�+Z 3� tn2Ss0i�+ •-�7�70---�t�7pr2C�r2m: = mein�4�tn0!»f'�*1-• r r-rtnc_�-rl cnxzwc-N+ nova a OZC3 Q;V w>>Dir<xzmaorr:S•-<rZJ>X>xc. o"x S m�.tAr-ssommornZtnDJS7�� Oi rn x mn7aa70" z0m ZGl0 Z mxcr-zmc <«-C;; O wilom O o0-C> T7o "mz 0 ino mmam.- 0-06 xr-> zrL7r-o> 7007 am0 ) i.m C W<o-1 xmxtA z3 ovxmr, -. -43c-mmm nomom O< 2m r► m►��000mm 70zZ 70th Z Comm zr O O t'nOi7G rrna•2mZmZrCRs<rs� •- S rn rsD tn� C3SS7027v C: ►+ T m nZCs t7mZ Vf « a< 7v Ev+.^.2 ao3mv►�n p MOMC--27 r "C Mow —4 bz DD —W N X no w m, :C0 m i"+ -• D worn to <VZZ-r cn< 2a m inn r;c rz o: i" ( m3m C *f sem, •., r. < *0-4 M. n a c+!'�r xr S v nr omr CIA A x f z 2 z m m w n .: m0 M '3 C_ V C) .y Q r 7[T r j P7 0 aG C1 C. n 7n M4 ( r ++ C? ! ff m C) i Ein C f t t N � f 1 cis 3 � I Wt -+VODN\71W►-W01`N1N►+rr•- �W•..i`+�{r�- W Ow�li`1�V{H1` N r WNNN►r 1���+.i�Qir+WWNrf+►�►+►�I O�►�ifN171 fir{ f �OOvtWNJNri�VtPOOtJ11`mt7��iQO.QO+O'N¢rC2�tylr+Om�CaO`QONttsrt�►C�dQNr�IODWm�OGDWi�r. t•i�ImQ'WvQQ`1r�'lnrmCOD I O '� , • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ • • • • • 0-4 71 .ov.oW<nQcr.ov�v+.-Niro«•o,v��c•..t +..,rrNr., +.o.+.•N.-we.ofrNv�-...o•.�oW�oW�a�osc�Qu+W�coWv+t-r•+r�cotnQ.��oo�Laa cD► a rv,tir+Nw•+OamGav+eua.�i<,,.-oWw+so�v�aa.-.-W.iWWoau.nn;�aNcrro•+n�NW�...�,��..,m'tar-r.�m.-.ac�u��r.•�,��.�,r�n r c� yy 9�3 J m m .. 1- PM WW WNNNr W ri►�1►�A�WNr +►�rri tlf�W j` �( �: ` JODITQWNr+r-NrCorC�Wr .irlraC�QtJ.i�~�DCrrV�uDfttr�tbWrwoCttOV��iO QoCO .IW•JrO�D�Ir+rOC�O►-O �It71WODIn1l1m�'�Crl�l+t G �i O`NO`�Or•vW�DtTO1�rNCiTCPCAr-r+p..iO�iR�trOQ�1� .tNt7'tV!ti►.LTWWl �trCW�t+Vt.tr-NOO�IVODi"1+1J�m�1J�►+,i"NG3Ar�(►�W�N ODOR �D ti+@`NrVtV'iCt��GW4:O�.Cfta��W1`.GWWrQ�OWA.viyrr•-Witsi<J!C7r�CrrCi' Ar1WOO�i►1►dNNOWOi��Or�Gv+W�J1�1.drilfO�d�OQ��O r ^3 i i m m NN o��rr.o►- v►71Nr-Nrr r- Q� fv r Wj►6N�1MN r ►►r�r i N r-NJ► R-rrr! a+ W N N bp NNwi�w�ON�D�Gm.IOA11"WO�a001f��Or�IWOotraW�tli�mol+OWIVIWIVwi�GW�lVV10�N�IY6IIQ+.dONla��i♦+�0 ♦d1Y1 00 � ~ C�GWr¢�WCD�V►rtO�I�DrONV�-OO.i�.imCO�WJrl1�O�NiliVrtur+rOa�/V1IVtAC��drr►J'O+WOCVlltiml�+dY1 rCQwJw X00 �Ot71t•1 {p; ( Y�; , Q O OtTO@C O`PPC`@Q�t7"t7`Ot!`a0@0`O�O tTtr@C! @�f`O O`Q�Q @67'@Q`C�Q C•p 3"G`'JCC"Q`Q�G►Q00`Q�0'O�Q►Q�j .0 0.m 0.1,0► a-0'0', &O. b . GD+x000c�DfDClQ�CCCeC�13�Q�O�daiCRCDtbCDmf�£DLDOCCDC�CCQ�dm6Cti�E3�ODG�tLmmQCC31CS[DriDCDQTG��1DQ70�OCQTQa7Gnd07Q70� OWD(cr w cc co(33 MCD K C 0%CU"U"U"v+v+v+v�v+ �TVtt�6lav+�ry ttltAL3ltTUv+tir�l7�NtlltWLs!tt►v+u+ltitnvs�n{nv vtu+l7►tJfv���7►tJtvfVl�TttntJlttl�JltJllJft�1 rrr- r+rr r1.& too r, tVNNrQDWWODWwWWWwIr►WWwWWWWW4.WWWWWWWWwWWWWWWW4WWWWWW{aiWWWWWWW�IWWWLiWNNEVNNN 1%3N- 000 coo 000 N oo0bcoop000 00 0 OQOqI�OOOOtaCOpOGO(SOGOOOQOQOdO000fa00000000pOQC3C7000bO00G000 OOODC3CpC� IJ�WN rr m Y ccr©WrrW.a�:..ago.a.o�a�aro.o.s�aroo�.^rc. .��o�n,c.o.a+�•or��i*i�i�AA.NNN{vNNNNNNNNNNN NNN OC�O -4V1.0 Q►k71 'y �m bOONNO00Q07000Q100000pOt7004pOa00QOONNNNNONNNO0000GO00fJO000000PON�0 NNN DOC XCA OOOO OOOOtTQ�Vtt1�2`i�l�rl�t.tWWNNNN.- .-OOOOOOOU00000000-01�WWNNNrr}rO000000P000baooOC: CA OOOQrNNONrONGt7li�Nrp�Ji`r�i.dWf�Q~t�1�1► `WNNr+�Qm�1�lO�N}+rrOO�CJCDN►�'��`b�IWi"}�r00 "WOPWN0 00 3 CNrWPQONt7ttT11�tONiJlvOp�O�-.IW•.IrOPj`Cu�OMf01J��01- 1�pOtTN�ONiQ►�oODWWo@O�CDroN.itJt:po�l�` �V1r�WWV� r+N mW. lf� y am>4A*�ITJ3:�XA=Lnvc-zoom-unvxx'S r0crz ,0mmx0-ww n~S33aC�n-i<fnZrSC�o7a;r00> -1G7'GpaSxW WG) m...Z-la3>t�DC^C•+S+OCA-+DCCrnvanmOomC�<�►M-{�-=c+-Zrna.- c�c'�mr�+OHCI►-��?�02C1�rt7CmzCimCIP M>X CD C1rC�aKtn Z1nZ7o3. 2CSC�r7cc�=Cr"rm7�-t7�-iCnOr--tr7C2-i-+Z<2 r�r-xocw-4Z -r- i Dcoxxxx Z;0C wx fir" arm�t-3c�rcnC:�n-�mm7cr3c�orrnm-+Cr�S22 r�nrCc7•+m-�m:ac�c�OZm3m nrf-im:Comc��.zaoZ;XK =ZZ XIM ?�cnrrQGr.-.m ^cnrnv,7o .n•Crr+i< •-<MGrn.CMZwZxWrtimr=rrr�4ZcnrADrv+mC70Crn-+Om -com -<-- xm � r Om7acnm?f--+r ZZ'r-n ZZ 3c.= DD=JcmMPlxr_mcC_' Om r�c�usZC a� 70 7cZ s.7c 00 x� tAr-O "o -4—;0;cvaC �mL-i-• » -.47D=3:3C-+x —m;0ZZZC�c) mr ,r Om2mr- rZ 0 0 Zu'), - DO 'norm 3ccx 00(A o DD2Sxn ZI0w0MW_4mZ00nb mmo—m Mpv-icp;0Z m•»-4 mm>m =" r. _4<DL�oZ3> a azbaaoz Gmon-noor3 —Cmz 2rn ZD (_3 rcm70, lsSo, .» 10 r-c)xZOrrn a•-c,) tpc7 r m-C3am ZOm 2.[ m La2-+S0xtn3tD=s LA m7oLC7c-2Lx7a a=var70 Zf..—m DnLOZrz►y4 Z-iZD7o3= am x -3CTOor- 4- Wf->>MZ Dm.� n= 7Q-tb7o--�C�07Qr0-�x Or' 0 ss ZO Z2DC0; X! rsmZ;or > 700 Z x ZMO> mm c 41>ttr2 xxfA=-+ 30 -i 3 omt- CD -;0WW m x1 -40 o>xmc-2 mi V;0.4c)m x Ow c -t -cn••7o3Jt^ 7t xniCa -10 mp 3rnd m3mc.-rn ZOmm o; —0 4;omm C7 N r m0 Rt n mt'�T--�x Zits Z S Z v,t7 r N ntn x t�+mxz' Z3' Otn-I' 6�cc; m -Im �an C�oS tmT x Orn t;_ C.tnr<7E tx S C a x .»7c m W M o z-1ss co , c, n nn Z n V rrA XTI re i o m G 41 r • I ! f � ate, ,� ' N � N trrrr W.i�WrrNWt` r rN r rO�OC �T�itTtT.OWOO+�OtJ�.� r1�Nrrr.1�►Nt#�tOt�Wa-r i �r � ; �JOcirtDCi�V►Q�VNrr.O.OPvVirfsrrl"v•iC.t�GLCFi�WGDV'Juv.INW1�1`•►Ni�N�OWN��Ai.00ts1Vt�l�ONliimWOt!►NtT�0i0rN�lIQ�+1P �O � .. OotTOWWt►�t71VlN�IwN�pOOPrd`'W�CV��iQ�Oj`PQ�NQ`�dNQ�tW�COWmd�i�OC'�QO►�rWVO`N�IwIWQW�.INNW�O�O�tiOrNVi�O�� Cn G ,��r r�1�OrNVCoaV�•G.Ctrlr�aiO�1Wt�.CQCo.[f+•t.OtTnnOvtr�t�t�BtrnOl�.f3rti�0► W .trrWQ�rOtifDdC'iV.l�i►rW0�l1�WWN1,�tWWP+ WNf r f!" k � I 1 5 cr r W N r r r N N i�rre+ WAArr-NWi` r rN r rV+V� �iPV r?WrDO�CD�lt�O AN!! rrq`ONZNONap- 6-ow -4 ♦ _ .itbWOWQ�W�trVQ'�rdj`ODQ?fTI�+N�LI.vdWNN►.JOS.t .1p1+NOV"r�1QRbdW1►j` Jr�pOr�00JQ`OtsV'tViQ�O►++r�JNC•WOO�QD�Cl7ti'�J?1n O �1. Wrt7orq�prN�ImO.CC1Viu1N0@C`�C•RWvNOlv04NOi�lR1�QVtOCbQ�O�V+�C�GtT�C1Jtl�:a �0�`NWr1�i�t�OCo►-�`WV.IWOOoWCDtT�QVt DSD �IODtTrdrWO�CtT.C1rN�i►fW�Qrt�:rdirOr-ta►N.QWVV.D�7'.CO2`NANGlsrr.iCs�i+C3r�14rrt?Q'OO�O�{►►tb�Od{�J�G17tmi .tC�.O'�i`N f�; pM .. Or C �t iD nZ R j r � P- Cr NNrr rrN r 4.W 0%2`WNQ0t-tAWVWt- Nr r W ►-OW P-04• • • • • • • • • • • • • • • • • • • • • • • a • • • • • • • • • • • • • • • • • • • • • • • 1 • • • ♦ • • • ♦ • • • i • • s • • • s • r" W �.NNN�1WWWl`�OvfT��N1J�Wt►tnVOQ'1*�O�ij`'tat�lWNn�1�71W.j��DrAONW�'OQ�01'C�rO?IuWtOWI(•t�Q�N�G�/�0�1\tYIO VWtii♦�OtO �1 r.CWOttaP�tlrPWOV+ wwVt�V.a�tVtOO+.•N�rPVGsAmNOWONV�N.1�fSV�O�Cta►.J1nt�efivONA►�Oe► O�aoW�C�1��a►J� &%X-4tAt46W -< 4; -.: b,o,aPo•o�O,PPaoo-cro•aaoaco-PPPo-o-aacrPPao-oPaaPPcrat�Pc►ao►a►o�o�o�o►a�c►o�a►c►c�Fro►era` o�a�a► aaa� o�aw � '� i CLmmOo asooaC=Ma MW03ao30mmcQ macao a x .7�t�1�1•.1►IV.J.I-j-4-1Q`PO1O*dka`PPp`aPPQ%acr-cv* �O"D�TPPaCrO�O�PPQ�O�Q►D�C►Q�aETC�Q�O� aC►PR`O�Q�O� O►aQ4 &O%a 0� ,'• t7 ( {�WNNNNNNfvtVNNO`PPPC`Pt?`O QPPPPPPOO�O�OQ' `PPO`NNNNNtvNN�fNNNNVNNN NNNNNNN NNN�VNNN NICs Q QOOOoOOOoocoocOOOC3000000000000000000000000000000000000000000 000 000 OC+.; n-2 ! oOOOC�oaoaoAOCC7rAmO�PPOG*.i�.R'rwwWWNNl�N7NlvNNol71t7�4Rt7R llrwW�lwwWl�JWwwwwwW wwW wWW www c0 m tr�n�C�D�O�C�UO .O a. CoO�V�VlC oC�OiCm-dtTV VfoCCpDmmCDCDWONWwww W«��1^I.l-JrI JtJl�Vtl11V1ti1►Jt t1117O MOUTW lROL" C►O� q F� t�00pO0000C100NNNNNNOONONNO00NNNNNNNNNpOC)OQONN[�OOOpNNOC�000p000 000 OOOONI\t ' Nf b0000000000000pOfJAOpOOC►OOOOrrrrw+pp00000000000000000rf+(. r000000 000 000 OQ f/f _ rOPV►WWWWNNONWrWNr►�NOCi►+NOrOOmt�ED�1�ImPNrP1`rr 0CP---C00-0Nr%O%OQDQ`PW 0-000000 j►W- 3 CCN�pmVti`WN.iWtT1`NWW-J.��1�---dNi�V�rt7�--NC`�OmWWrOVtO�JW�IC► 030Nh+OWANO�Or�WPr'iOUt��O WZOIPOW" -jo Z , AnC7�naaa=roc�LD-It'fD�-1 n?s <3D't�V+3X0,nMc:c a :MlAcpOwcDcDwooxoS �C-x6XIff-0XVM vnxC M114wa CDC) rrm-rL"`CO47ar7�CCgf100f �r'. iD...Dc37�CabQOrmD-+QmCftllNrfT!>7D.�QRfminmO�+�+DZDp� 7D1► 8100 >"O W0. x �naDrnCCGGG���3TT3CarC;r,=nxcAr*+mmpZO 000r�n•�22-�C7ox�yr02tnOvzr<�O�Cr^+-» bZC� 000 CZ ja7C7o�ADDAG»032Lnr.3O3v+ l1f�-+11r-2TnGr<«»cnrn�C2�A�mtiE^vomZcamr�s-�mcnc�rncnfvxvD= 2t►N CUI 7oxc2D" -cCD^v+ �mCOADZrnzrn3...•'��nC3Zmrn2mcnta«+rmG2-t��+►+m7o7al+mcn + vs3 z-00 Xllw . -J, MOM MOM mOfn O p.7oSS== cnO'ZOmZtn 1 ?.inzN2C�rL Art �.i^�r7ocnAZ��l�- --#3C: S ry►7o^• �o-� X� ZN2x z OT•,O y w 2 !� MV-qOOOODN C)ZctA cl z 2v+� XX N Cmxfv-4 2.»n 000-4nmr O rn0. t7►- -i Z3333'nM CQDp�v►¢['14'►D Crttz S XoC aur JEmram: r7cml rnrzviaz= ZA2 X— DCd C-M f7 pR1TTT0 Tris«-ZrN=^ 0200 4��3�DD?�Z-CrOat1 >rr73vfC�7sNDC.7D-�ZfT1D D+CZ�D OfT1r X<O Ow r==otntnv LM(Ar- n "V rc+mrCZ 0 OOr=b:-4 0_4p0WOz0 CMXZ MMM V -1Zr ••.tp C �, D07o.I mOC�t'�;C1m�•aDr tnaDrO rrrRsrZ2 �n 2<D O�rm�rs7aZ tnc'�m..4.�Cbt�?o-1A7�'1-42"•�ry 7oR�a••••�•-•«..-.map mmznm -4;0 ZCC—r-�-.trrrdMMMmm MCC-P-+M Z— m = _! m�mc):r —m'v r' > v� , Om ZZZ2 -4 ZO mA zamp r' r "OA rr0-C�- ; !n-4 �c -4 RI �Dm4"1�1C�('i T -4w Z % � •? D3 Ar ;SO m r m; CD ;r;v m; r rm t MX= "e--q t'� 'v t'$m-,•1., 7 3 T7 �+ •+ G r G_4 Q �Z m C Tom ., -4 m C- 0 A b m nm rn mn ^2070 'n = aD cn i rm z r o v r+ z f f z v -, m r n: c1 In m i rn L4 2 p ^: < i 1 1 z O f 'f t pr, O 'Jjfa. r!-r N NNrr r .@N •-' tt� 1 2`R �-"MOPP rwo,r•4r w U%4%0 P rata rOPWW.- v Nr-%:r r r- rN Q,w V.wt N.u ILW Un K) -f QmQOi�.i�W-.IC�ITu+Wig-.Il�W1n01+V�.fO`�OtJ�l�WvrvQrLT+At-,IiNm.C�QVsWCo�OG.P .i.tCIIO-.1titO0�NCtT+�ttdt7tl�OQ�►.APW�`�ut.iODNP C] '� '�^, ♦ • • • • • • • • • • • • • • Is • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • s • • • • • • • • • • • • • • • ♦ • • • • • O-4 �} ' rMWNNNNmQ�N1�rp..lPrOrOoW.int?WNL-�1!0�0'.i`WOiODGDVr�1Pm�JVt�`OV�ONmGtt��`tnPP�TW1i�1V�1�0%d17tP�QNf-'17101T��IW�JO�O CD Ci r DPW.i00�0�0-,tt7:ta�Om4:.i0►rV+r.t�V� CO�.sP�BCa�t7+.ttnN.01�r�O�O�OP�OmwwVW�►m�Om•1N�rn1+iNirNm�'►r1�+C>.Irrj�O.A�Di��iO r !'Y 4 • i cg ' . m r• WQOO.OPP NW�lfWPn W -t-4-%D 0, "ow "00,www .�+. •-.--+«- .- ►+V PWrfiW N ISN �f V�mt7�O��.iVQ�Ni�r1Jr.CNN�3rWC�N.I�OWWt>�rrW.A•-VtffNrOOPWrO�Wl�•Q�OWWC�m�O•IVtOPrOVHJri►IVN0.1i+WPN WO&I DCVI O .l , • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • I • • • • • • • • • i • • • ♦ • • • • • +4"4 O .Id�O•�`�ivO�W�G�7+rW�t�TmrPWWtvOP.i2��-j`PWtirVsa'Q��V�Ol`OSNNW.INCoi`1`►•OQrrWONP1++i�j`POV�OWT'ODN.i4Vmi`�O �w bD �': !4CDCD- XS4-C %PCM&W4-K;mONOV+�rW%OwP.JQ`Nr�GW%"476m4'PN1`CDOm1`OWWrtTN+PVmOW%ONh:Vf�-W CD -0-40"'PVNOD Wm r j gyp, I V110 C m 1y r rr Or to ; 6'12 „. NOPPt>RWW 4+p+tAWrDQ •- ODNV� k OD1� O`Wr-NP' W. r i� r rr' Niar rr- R�IV►+ b • • • ♦ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ • • • • • • ♦ • • • I ♦ • • • • • • • • • • • • • • • • • ♦'• r to r Wrww�rl��uoDaw•+�a�ww+.Orono,aa�+o+�:�ow�w.�cac,oroww.'Nva.-o�►�c�v�w�oWc►�It++�,' �oc►m�iuw�r�Nw♦ �o�►- -+ - rmv►o o�-�.a.aacrqwrr.-orw�NW�,«c....rv�wNosu�mN�r�oDicnaDooe►aD�ow�I�o•.��o��.il�iusaW� .lo wN►• mow+ � ;;� r 0% OkCk0- 010101 a,97%&01 cp-ca0 cMa- &G-C-a►acr0.orakV sv c%a o-IEP'O-&&crc-(7.av►cr.o►0. a-0-0, aa-0-M0►aa4 &040% 00040 Opo►- > { M@@@wtA@t73CpSQ3w03,mlDC1M ccMCDCOmmODw=Cococow CDCOCOC{OMMCD cowco @@Ca m@4! RDCOK �rf�l�l-i�.l-J�1�.IVvvr=J�iV�1«Vri�irl�i-�i�1V�JVV�1-J�C�1-J�i�IV-.i+l-J�1�11iV.i�i�1�1�1-Jt�1V�►.J�J-J�I�ItN-J�1�1 -J-4-4 11Vd .4-4 ' t'1 OO.-Go .D�OOZ O.C.OrO�CO.010QTR'O`PWWWWWL�w wwwWWWWWWWL►JWWWWWWW owww WWW ww, 0 �?000{�OOOpGUOpOOpGO000000C.ti►OCC?OOC1C?OOOO.00Ot�00�%CJOUiOpC?OOCO00 000 000 000 t30.•. CJ s`, Q000 00000<a00000000GnGf.70PV�i1`p,t�WNO00NNNNNNNNNNNNNNNNNNNNN NNO OOO 000 OG :; M NNtNNNNNNNNNNNNNNNN@C`tTC`0 P(Vt��Ow7u1".OQ`^O"C`PC�CnQ1Ct07O7mOD03�?OJ(Dm Cif C7CD�COCDN 00 x ulOnu"I VSViVI .SJ " I N kN C7000000i7p0000JOOt?ONtV!`1NpONONOC?ONNNCONNtNNN�VNNN(ttNNN NNN�VNOh�QNNN QOO 000000 N D000l71p000000000000►-r000000pOpOOCC30C7i�Ai►1�1`;AAWWWWWN�V.-�a' 000000000 -40. N►+h+�r+00 dd N tAV�1.iQ�V�1`i�WWWNf+rr+r [�OAr�Ot7GJl`00d� Ot?pOOWtt�►+�p,MtlIWNN�"'CCV�tWN�t O64-40 000 V%O@ WN Z OrNOi`tTmr1SN«+O«JOFrWtVOJOV� .I `@Wriili`WNrWtl�QNO`OQ�ii`G�Q^�0�1W0`�O ? rWODC0�01�d¢�4-4b WAOWO-CD-/01@ DON R1 ;r5 i z ' •-�Ax-�3C»x-r�na=c�c�0?wc�t�c�c'O7ov+mtrsnn37� n�D�n�v+c�tn-e�-ir�o3r7cx�[=G��zrDr7«s�--�v��'�t-rrv�cn "vnv� c7w; �s. Z«- �DCaCGr'�CCC�2+Dm7DaaoamOCrmGr7maO�n�sm-�x.imrsrnA>nm�•A-•01 xm- =C- C7�►»OCO-Ir1 Dn.. =P Cf<7o<f"tninCZZO�Z2--�omz v►-amtr..�rn�onp7o2:v�u..�m;+n�t3227�tss�3r'rGo�Ez�c��c+�tomrxl"'r►+ls r"'�3 7oC ycmrz'v Ocn--��oZ-�C;7r�ORnxmc'�3m-�Cr0-.r7�3-1r+�mr•»'vZGOf�cnm n�rrr�a �I D7� Dzoo2 -orf am0 �-+3 ` ' t'��a•-•mx.o�mm��om 3spmm-r=z -� O--�rnC�e'�O-cmQmb��mv►Snm2b�c'�s�o D�1DSO�Vt cnV►omv� n+rr -�x�z �noa "�. McnAVKo w=^i0,-4vzr-r- c ac3CZ-M<xZWZ-Cp- sn--4rnrr, 0-Mm: Zr-Z, cn'nr s x no -0 ►+3vA -4rn 03 -i mm ooDu►mt_,nv 7Dj;► Dm D ZA m2O "Azzr-xur-(D 4 cnzMwmbL;Xvxz m22 Z>m RIM, 2V+A=N07D7rxCR3 C-MO.'^CMD2s0 Torr-30c- s DxZ(Ac- -t -<O Ommm-1 1 r zo -m >0m OZz zmi r 701n x0 -XMx>ON ism •-rvOD m<Mlpl- cccA 2['7>XM-wX-4x 7-mMMT203D<0Cz7Dtn(n.-1 cn r(-r-ZXM m"<r- -marpm0m=0Mr--r; zmDO ' r7Dm3 mCXr->cbr, mono mm C L� romox-- mrOar-Moc-wzvMxzx m2 c.0 Zxx nw MZ<MC2P,-4n0 M-t xt_r2m; -1v►:<-4z-C "mom -4 zM -Mor�tv 7032 x:mn3�-ra«.•GZ2C f C �nC� A...v��Z2or�-1-�7cmi G� x-41 -C xxm�oac��+. m y >Z"oZN -1 nC. G Mxr- > zap w > om Q-t -4xz-1-4OCDz 2 MCC)! 0+:c D; me M v►2xa m f M D m m -+0@rr-or m M 74; O x7D ;vw to tA;v ^nm-c 2r-C-)j n r Om r �c f- C m C- 0 3 cc_ rM -•Di oc M-t; <MM Dcn O r . m A L7 r A N F3 -•{ r-Z �+ cn M -1 �7or� nC C=J:ll mo ! -r� p p m czi mx~ -47 Z(An I tYl - t p onz77 Mfi ' r t M•, r, F C �r � I *. z. i is I hJ`JD r- r- Wry. r �i`IVCDr tV I � � a ! t), rtVr r %CF-W"-Wr W r V� - � N -i 0DOVj`rrCp-IcrrO-JWW-d@NO "4%%X4- rC`Cr%M4%PWO-C�04%04&VW Ln4Orlob-ldOWooP-4 -410(bOD4►m 0 • • • • • • • • • • • • • • • • • • • . • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 0.•.•.. V-4 �1 WO040-4W OO OM.Ooo OOOZDrCCs�.1QNODN�DO��OrQr1J�-JtlDyr+4�V�NWWOrWlrrr�1►�1`I�O�i�1•J�Ot7��O1�r+rN�V1Vl�Jtai�t7>_ -4000Q�0-@VSO•-W%AU%Or00«--QDW&%0,111 4%.it-400-0WON&0W0r4`VIf,TfWo1+J�'W&0, C-at, f�- rn fi i+4l-N-lr N • � rNr r .DON@Wr 1u r w- +1WrVir1�W GWN4*0►rp�W@CCV1►-r�r�N1nR+NV�Vt�@ IVN � P-�O�O�ONW-4�@VOj`4`��@Rb.�WC�Q.1i•• 1�tJ��Q�r-i�.i`aN00 0�1f��10W17+tJ!WNQf@NIIV�1�1j`NODOOdVIV�tTNQ��IWiM+V1CD@ .Wm O .4 n: , O`WWW!-WNC�i`NCTITW,�`r,t`t`!`p'NN�i�OvCrV�V�•�O@W^1CDWtTWW�O�IQ.C.QVNC`ViOWrN�IV4`�1r!-N�CVtQ�V1�10�1�001N170C ' �> �a' -44.41414.V, -4C>-v-4 -441r00.4waMWrWN@@•-•Aute, •-.OV—40-Wtn0 0`0 W 0-4 ftj 0-0 0-O�a 0 0 aZ014' 0ufr(MM DDwo I- �. � ! r*NN ! W r ViNWWN v G!v rmW a.r.uINta@v+trwr NrW� k" Iwo �!> r a. • • • t • • • • • • • • • • • • • • • • • • • • • • • • • • • / • • a ♦ • • • ♦ • • • t • • • • • • • �► • • • • • • • • • • • • d • • yr Q +dV1N1V�4PQ�NN�i`Q`NNtJ J`N1ttt4`V70FrT�NO�INWQ WP!►1NNwIQ WN41m1"f�1{IW WN�a1�O��lONO�ONtOO�O��IVIW*1NII/+ rA'A Wab " I=q pQPO��O�iaD04`«-@CDO�J�OOr�OW�14►mr�ONW��iV�IQ�gN�Q,tW�W�10�t7�NW�i�OW�'A�4lCDQ00►rrVhO��00��t' NGDQ7' A�� � �, 1 M 010,0101t*aaao•co.0,0,001010,01010,o,o►a+a+aao,o,a�a�oao�a,0101 I,&o•ok&()*040,010-0►o'acro,000�oa& oa000k,cm)%o►ira►o� wwmo�0cmmmwmmooalmmmclma1a1w0emmcaalmmtammmcoa�mm�lmmmp�aommmmmmcsmc�aaoacomoomaameoFoaoaompammm scow x j 4-4-4-4N-4-I•4-4-4-4-iN-4+1-1-d-4-4-Q 4.4-4'r!�l .id�l�i�1�1�t�ir�I +l•J�I�1 .!!JAI+J�l�1�i�1�INJ•.}�I�l�l�ld�l�l�i+l� �D��D�D4Dofl�D�O�fJJ�Q�GiO�OrII�DiD�O�J�40�0�.ts�011J3�Q�0�0�0�01O.D�0�010�O�D�01':O.O�O�OtO�O�C010�D�QO�Or0��0,�J' �O.O�DI��O�L}�D�G�O�O�G�D�OrG, O c{,. rrrr�rr000000000000ppO00C30O00GO000000000A000DO00QOCOA000A0000O000000 C?O O �� iaoo�l�IN.11J�.0►0.0�O�0iD�O�D�C�tC7mCcW.1aQ�QPOaPU�V�U�U!t7�Ln�L7s�tft71W17�tTiVs�t+IJ�171t7tAi`WWWWNNNNNNN�VNrr r1-r CO. m QONN(vOrQ`LTC*POPO`C`QNNNN:•-.i` .7�IW4:u+4�W�Q�D.Q�fI.Q.:?�OO�D�D�Q�:O.Lf�O�L'��OW�DNOGrrraC�aiO�O�aa�TNNN NNN NN ;s I ti-1 rrn } NGNO{700mQtiNNNN�VCON:NNNI\iNOONNivCOpOOp00000000GO00000NNOOCiNNNDO00pOWNNOO 00 �N I COOOpO00t7� D0006000 000 33CA »' t--ONr�.-000U000�-JrNWW"«+OOOOl7�r iWOi�W.L1 .lO Ntt�NOO�O�i�WOa1T�A01�00rOONrr00WrDOWN wr(DO OMM MM NrN�DR�N�--OtJ1v7QWNAi`Oti«-G1�Wi`r'+OrCxWWWr+r�Ai`V��ONODV+I�C�V►N�ICDO .{alai`aN�DUlr�ri- Oa�OwrV�i`�.�J=%Cc)%1!-•WN Mm i t-n2SC_<3-13NN37CSf77�LAC3^.r30NS3G%T3{73=N�.r�OE�1��3G►C7�-1/1�37C�C�N�NSUsC.7«47S2-�f7f��Vf30f�=C '�. dSADDaCaltt-y-�mCD►D�-r2-„3�-rT++SaOrrnf110`.�►.m3�ArnODL►OHO*+DaSO"'-Im1-fD�DAD�m�cc: m >a> TsC f �n�o7ov,2-�n7p�o7Qr2?�Sm�--3r' rlxomx 07ec' mzxmorlmr-x 2azr xvmOrrnnmrmzzzmzrozz rlr<Po-♦ u .2'��<O C7cc�- 2c�a003f-gym«»OGS•+-+r►zL1n<�7C►+N-+mc��7aS7�tnR+Sm<�rD .'�F'Sz►Gr�cna: mOIh�XCA -r-- MM > (/1 •-�m"�'�ra--moo T1m2�OrnaDOn+..?C:�lrm7C`aa(*.-m7c.•r{/,�7Cm.-.mmCtn�scn«+•+rss tnc^ cnm cnm-I:Z'm, m ►+ Z_(A ;VM --rDtn-t -r- =r' MOM--r7)- 1 0>1>0 cnAXtnmmm -r w(d.%x 2 o mtntn2! c9MoZ.+D70"-.Mx EA- Oz N--4D p Ozo iAz -1 -M sn-a "Z-i mwzc-mmo-< Cvr o;cc- x m C-+Z!/1 x.>zz Ln i DN .r-1 SC Z Zs-nx� nzomp2 m m-cmrvlm AaZ Doo Or w<vA--qbrQaa rzpm Ova xxDOoar rxA -cx S Dpr2= me 4c_xTwmmOm xxx AO ooc-? M--. MCm 2' G-MXW-<Wmz xrt-xzA<r m { Pon-<"M<>onmontnm> -- mr w rr-9zmo OCaOnCsnL<ZZ323DD{,'a Sr: ODmm-4 Wnm tn<r nr C ` 3r--r-0, mr 27J is �orrcl -y,17Q«- 0-Mc_-tSrc,+zS�Omn n >w •tnMO:c mr+ SrI momyv —O F-0 Z �. �mao MLA--4 PI-4 0,o-o-4f -- v1<=-c =zzoaaaoxzr �c�z Ov<D z-4mmCm` ro b 0= 0,C (A x<zf C--m xr2r •-70o nAc1«+ vo m: .tD�7c►�o2 O -r C Z7oO7o mmCC7o<I Co -i r. 2•+ 1st r -� Z37e r rC >Mm xzx z m ra c. S to N— O <MZZ m; 2 In 0 ; to t'? mnr' ..m rr L T m x 1 c- cnr w p m r -40 r a "— cn; n m 7e L m C =x z nzL to C+ a S v x O nn M-4 c- x I'z Ca z mm mf I I M r C a a o m m 0 ;v, yE O ' ' n -•1 C'0, � � ; G7 } O - 0 GD r ! A r C" m cm rn cn Z n 1 -4 n o j o r C Za ( << : : a fj r Nw r r Cr a N ti N N r►+� 2 ,fr s�rr •-pWV��DV�r CCWo•W-Jf�iO MW%P&' r NrNJPb N•ANra-W rraNNNr V1r-4OWr r Nr-io W (Y- 0-1 O-1 ;v .D�C1�mC10�Q�NOvO�Wl�.Ni�VW1�rvW.i��Ott1..�mW�BWQW�G-aC1vO�NONrrr.i+Vtl►OrtJ!OOOQ�.1aO��saNl��IrO�rrmrODO�OW CD O N�`Ova-vQ3�tiT�Wr�imVVNOCNdia`.O QNrWyN.rmrrrvGW�10�C*-ONNrO►atsiV+a�lAi�r107�OQ`O�Oca:•.10��1NpvtODL" ON r !7 N y { -> i m r 1--W r a• arr to r 1�: N F+ ►-r� O� ,r rrl+ r10r�i►mi`O j`NO W�iAt�p Oos-�t r NrNj► rWNrrW ra•p+NNNr Wr�1�pWa- r ►.rW W -�Imm1�WNrWONOV+m�raQC1�COrQOtA,i�r.��s+.G10•QCu�trOOa�Omr�7nWOt7+�n0o•ltt's0�`VtOO�E1C`W�►�aNGlct7irWOl7lWVtt7�Q��OVs O �1 ,,�-_ ' • • • • • • • a • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ • • ..{� Q. ,ilk i`tWOOV��01`.i`O.GITIDC]rrtCtJ+O=Li�Nr�iaCatT-•1WWrC+Nl`rri`�Q4sWWmr•►�`l`r-�D►-�t►i�N1.VV1mNPi`tn�OCC00'�VtWV}WtJtQ'Wj` bD -"='.:a t��a-WWNOi`WtvCOC'i`O•-a-O�+.NWNQ"tAmW�O.0 WAC.sOv.Orl+���D�iN�CNN1rNaCrWlti�1�IC1tt�i'WNAOWi�AWQ`NONC►ifi0 �r i G ; H I m I ; rn f-►Z . •Q ; N r-mW-NOS OwWr1`•-a- i`�a.W r rN: ►N:r N ra•Wa1rr P 1a-N �G1A1: .tl: i•1/ � • • • • • • • • • • • • • • • s • a • • • • • • • • • • • • • • ! • • • , • • • ♦ • • • • • • • • • • • • • • • ! • • • • ♦ • • r pr 1`tt�Omwi•--VmiwOr�G1WW�DVOm1iM��.KIK@OWW�ir+101P0'N�iW-Wl`�•�1VW1i:rrQ�ON1`ViQWiNr4�wr.11JNCOesa�-VtrW�I1V►�O � P f O�Or�Nrt*OAINV�WWlvO`OA>vi`�O�IO��I�DO�Wm�GC1.ONr�iWOOf,1W-dN�Sr0001'OY��'WA1�1�i•CWY�(:ICDV14t>O�WW 1�14f Int. � '�" I i i ' cp c).me, o'c-o-CrO,0,O,cr-O.00P0-a0O C a.O�cp-c, QOC�OO�G►ITQ CPcp%010►O1CPI ObQ�Q17`C,&OI(Y*Ob010�04CbO►OlO+<boloka'al01.0►PO11O►G%C)k01 O►O► . D 07mtOCDCDCDmCDmmC:ODC000MSJOm(:03f,'!'4MCDCOCOMMMMOMMOmmm070DGD====mpOmms7omaommaommm�7omC170D aoa,m' mmm coo x WmmmODODODaDOocaLt�azCDQ�CoC��mmmpApO�CDmCcmmOotDmC�C�C�cs�aDmCsCDCDd7taDm000�GDODGDmOommmbDmt�CDWCDm�G�CMD mCMD -J-4-4 -id A " { f NNr%)r%) NNNNNN MIN NNNFUNNNNNNNNNNN'NNNN %0%0%%O %Q%O O "21 b000 00000000pOOG1CO0O000GO00000000000000O000D0004c00000000000000 Nr-r r-r- D Y- i 4�WWWWWWWWWW:a WWWWWWu�WWWWWwWWWWWWWWWWW1arWWWWWWWG�WWN rrr+�.•►�«.OL70000000 0%00 00 m r.�coo�a4c>rmc�actsmma�aome»o�commmwmmc�mmrrrrrr.�rrrrrrrrrrr000mGN000ao-�+;.�.rrw�wWww oc�o��o►aro► �:- DO i ! DD DD► N s I (N OOOOpO0000000000C?OOOOOOOOGCOpO00GO000000Q0.'�ONNNOONOObOONRVN0�0 NOO NNN NN Vf :� ! psi.1�1�Ip1A�19V�WWWNNNr..rrrrp.OpODOrrWWWWWWNNNN�r�+04000000000 0009000 coo Ow •� N j t3 .IWNr�1i�N�D�1.1r�00�Aat7�r�r�CD-,IONNOOOCDO�I�NN�OO�OQ�NM+mQ�WpdOOOOr.+ 00r''b000 P-00 0-4w t11N S � �rW�OODQ`mmIT�OV►NE]O` d�.JNNvj�O�iWltst`tJ�i`r+1ALiWQt7�.C1+@NO'61�C�D�L?00`W�'W1�►'m1J10�OmNNrO�rOOrW 1�NC� NIOr Z mQc�n Nsnv=�nmrNM3zff tAMr-rMMn3CXrr7a:rrmOt] -43" 7om=nZOM VZ ` XMOD IDD-Z 0 J*CMC<mnmmOCMDMOXDn2-OD-•r*60n0x>0->o>c OTC mo, i moor C-o=Cr-4rmOin -4r-Ca<M-•xrN rr2112JOtnml2�tOT�tD27�n1n�►+zCZc'+r30�S0-�3r oav�c'1 7oD7G. -4 Z7c7Ca��[SrG�tn-�«-�nOv+rfv�cn+C)m iDi�tsL�cfJv�7�-�7c7��r227Cm��nZ-�7otn►+r�7C +cnSrt�-f-�r-oorlf-j --4W 70 M mT nm mMO� M' cncn OOaGm> C'77r!cnMMCxZZO "mUw-o -OmWmX-.ZvoOOcAjoO --i-ymmC-gym ZM> -OC M< ,, '- x C77ovm fn Z1DA }->V X>> DXWwsMMXW MW Zr OM-4ZM Z C-Im:�r-qZ ZW' -4zmp-O•' m cn Z rA- oo-� a��r��c��a�z-•acs:nxrzv�..,c�-+ Oxm;D c�0MVI CAO"X -0-.pop Ln--• 70 �`n rzoos o(n or , , amt 0 «->ZOmapO 7�m>Z aD =m=CIO) mc-,rcnfn>mmc(^ O r-4z;: O:rpgcc- mz;cmi-Izcl zx:c zf" Crate; 7or3rncn7o2' cnD«.7�J�-�csSJoSZT cz•f-wz Mom x -Z Omr-M ! Xz CKPID"nD.-+m0 MIC <3 -� ?� wrrn'- r^m7amrnx�mrn -cCt7mmDarxo ZMX<X Z �r T+�CD C ?o or: nN mr mmrxm Zmc.•-Crr m Z ZZan 7o=b=►c'��tn<rmr��n Z7�MZ"XZ p>MC 7oox O < -•' 70 -4=-cxZSrn pn s 27cs-.4.r �ac3Z t_ �Zc'�-�ap7o -t, maQcnG� (TE-1NmZDRi r-�ac�r -4r rr��-n cn >Y mm; Ox Z m ZL� --mf7r -• > ram 7CZM m-imox --i �-i ramw 2C p ; m 7c' D or" �'+ rni"mx x n --4tn 0>-< -f: n;ofr 7c =r r-L�2 i-<>a Eco ps: R 7a 77• G.S7� m x S r 0-1m: N < as ! m M < rOr x --c 70 z 0 a 0 n 7f) m H 'a jr: rn <o o In Z -�, r r z 0:6, x a b O � � N its 1 i ! HT1 M , E T -, rr•-V11`rtJ1t`-r WNWW1� N N►•l` W r--NNW W i` N �OrNN W W1r %A NtflW �t I '0%aw0wo -1 l+�.i�NrNO��D�CVv�f�IrC!`C!017ttVONP�rV1+i�t•OtTCOrOQV►�C�Qrt71mm�1vJwt1��Q�CN��O�DWV�VtQ�71V1�h'�IVrrldVt `�O�lftJ�mtJ1 rW O ^"? • • • • s • • • • • • • • • • • s • • • • • • ♦ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • a • • • • • • • • • -{ 7p mN�01��+-CWVrmmOCQ+�rrtn•-i`rV�i�W�70mWN.11rmrVrrNNVIw�11�1�r�000w�1111►--drWWO�w�O CD�rmP�li�T�r+�lj`1QOW CD O ' WOrN1�NWeftvr-NrVtNVfNrWW1i1W�d.p-vWr.1-JA�OOe!►a1Qv1�lOQD1rNNOOri��i�0►�.IVr�O�O�C�1�ON0'Asmr�1•1VIWQ�Q07ti`1lIOtl1 r A m I { r }utt N r N ` N ; .Ir W O� " •� •-f`�Nti`i`V+r+t-Wr-W1`1` N NO-W to •-rrW w 1�. N �prNN w Wr i un NOW P �' WC70N t to -4 WrNv-©W%mwCPTWJ,VOWOC�Vr000V1�Qi>f"N1tlrQ�Co1+�O�Q�tQil+rCs�.iVW�1+iV•-Ww�IQ701�NVNV1�TWt7t�dpt7lVti�W1J1W�0�710V1� 0-1 0 fI Sr ♦ • • • ♦ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • -y p� g G-�Ir-WCWITNIva%CC'-iV'OONWOmO`rtowo,%C.rm[�1N+IDS+-NNvVrNCfl—Cowv-&4,wzwoI."- c04*04*Owl "04P.Q�O��'V1C)COW y► r ' v+cmrN•-.ca.+w-.+�....�w�-+o.o�:m.o�•a'vltrNvc�nv�luwNv►mtirv�u,•�+Woo.aNWor.ir-o►ow.o�c•��act+:a�,rs��n��oromoa oa r ,..�� ! 1 � 0V y m . CD C)z N Wfr)NW NNNr►:N 1-- r- N N r-►-N v W! r- W .-r- r- I N r.ut f F+ II • • • • • • • • � • • • N • • • � • • • • • • • • • • • � • • ♦ � • • • � • • • • • • • • • s • � • • • • • • • � • • • + 1 • • � • • • if • • r Ay �;, V171VO�O�WOcDrmr�DOWWWNWN�pi+a`WrrtJSCa�•-NIrWO71710��Y�?�1tf1+.t�Q�W�NVIN.IWWIVW.i�a+WN {�IsiY1�rONJ�pO�! � iOWm 1��OrC��i7rN.-Q O�'-v+O VsWt•. +j-w-N�tT�V+trtr►.dNW��11Nf!uf�1•-m��W1ilLT1�r-Vla0000O�iNr.l Wr+�i-rtJt♦ CNN -C 1 j - cro,opo,oo,crrro�cabo�co�o,�C"o•oarrocc,o�000,a•c►varaoo►o•o►o►cacao,o►o•srao�o�aaoa&o-o- o.o'or.p►0%(Y.o►c►o-o►0 cpobcr," s pDa000mooaemmmmcaoro�maDODaomcs�mmmacmcacsmoaaasmaDamcD©aoasmrasamaamwcDcvaD c�aam�saoaoaoP°ctsmas aaaoao a�coiuo aeas x - ( { PDmODODO)ODmCDCOW00CDQ OMIMCDC COC COMMOCOWWCOWO MMIMCDOmmocowcococoOCDaQ?ODO cDc*bD (oc:)IwwcDw Dm(Mm cocoa) 00 n ,p {Js 111 V�V1VfwWWWI�.`WWWWWWWNIVNNNNNNNNNNNNNNNNNNNNNNNNN�VNNNNNNNr7NNNVNNN��uuNNN NNW�u !,'.' O ; OOOOnO00000000000C000000000000QO0000Ct000ta000AOp0p0002000000010000 000pCiC'` Q 00000NNNNr0000QOOi1--P4" ,PAr1'1,rri�A��`t�wt.:wWWWWWWWWWWww�l,.+a•1WWW44i1www a+wwwttaylwww wwwFFµµµµ++��1111t,rW m . �trr r�rrtnrd`�i�rrr�rr 414-4- A�`Ai`N[lsmC>MOCtCDooaDGDmODCONmpDODaCopDODmm WWW mC8o0 mG��pDow I ( i W u1=� i 1 m QOOOCaNNNNONt.�0000G�.L1Ntv000OpCO00000N��NNNWNNNNN�+r+rri•rr�r�►�r►��rrr 000 000 00 N f�OOOOr+rO000r0000Ca000NNNIVNNNNO000000WNrr000004►WWw=NN rr-N- 000Comm www OM �IA Q�t7�i`O�O�fl�J01`rODO�Wr�00NNlCmOD-JO`t`WWNirrrO+-GNCCDW.it!`CNN1pCDWW 1Jfrd�DOD�-'O/�071�A 3 iTWODPNOm�li�s`v+O�W00+N�OmNsli�TWVC"rWNW01�NrmNO�p'�VrcOdLnCD�tO"P-�tC� wODWhNANvc 4-4w ji UIN 04op- rW Z mrr�0oD0�37� vO�nf�7�2.^.ax'r��- .�tn7o33>3c_2t�DDDaom����-nc'f+rllCDaDN3�<NG.Oca¢7�«G-400 AXPC 2x2 om 1 +•a•.Db•MoD-•rnTa-"racmmoavtsc�oarncc�►t�Zam•-o•ym�axoc--+«+�'fOAr+i�OmZ7�s=r-rA�"D[lD c"" coo MZ-4<}c«�Cr�r�-r<L�rrxc�-• Y>>E�Grr2tJs-ca�Sn�«+ZCaaZ-�v�ZZssOG2-acn2�r-mz2v�OZOG�C�<=C X xz MaJr •,p, ;fir tnm--r«.-+ZmrZ-a«�m<22TXr�c.t�t�^t237�Zx-++'`}7a�+-r-�rnelZe�scntr�c-�Sr►s7acir�rZO�n3�-+Cf�»r2r -17Cc'� rm3 v>Z M r-LnmoWMo--WMm Omrrma�Y*7cmm—<nsmr mzC•-•�A•+^•�+�n-+30�r+r�n7o N-+rn�tnr-Sc�C��O N > m T •� ovm W>omr-cn nrG:r2- =mz z-t cOm mD.A=fin Zm'rZm -<c QD03330P-48TOC� D xm< wZ -4c-(A a•-+.. PCa D 00vOnmm -r >NCA ]s-4Zd tnOLS')v `vc- ZZ moo O G' mzc_Z� O-"bC-�- z > =T t rn<� -+rrc/nz>zzor-= X317)Dm 3 -. XMQ Zpmm O< rr2 wivz= =i a irC�mc")20n0 V39M X �,.. ?�3om Cam Mc oX>own mo 00.4 "MCC O NA•t- 132-*t-C_O! X-4m Or; GDX(- rnv2f 22Z —M> x c= p mnmm rw c�Zr--{�rDP2A=�tS'►i4Cis VC-M �.rZ:vAO�-tC.mTzN�DpOZ07�Z C-ZD rVs< Dor"' C ., ozm <2•-• O= C-mcmr2 -+-40M-4= 3CMrn r OM12N. Mo< oTxwMb2<1 AmtO= XXMM2h" mr r <rn Z a tnCJv .-•-r iEOc., O -�-rm a=G�vsO*,-rn2r-+7D r-S=XD m-" -"mZ>ox mrmmws 2m X>Xxo0 rx f ZD Z-im Ar S M0— rr.-jz-n cn-1 r2 -4cDc 0 1-W -•' m Z� -1m Z lav c a TN DC- C 7�'3m Z =Dr wrlxm -r mQ Sm to zz (A f Zr -nl v-+ o "p3 o" r 7e< OU-4 x D �r -irC. C73D S m m Zi c'1D c.. r~� WLA 2 Y. O m z c- 0 r 0 n o aD-i rrtn m2 rn"nc- 0 7a>',a,_ c m w C (n r I m m f"n i Q y i -� ii c $?,f V C3 -Z1 L 2 I N i t j 1 -4 Y i l } cl -JN 4 1 Nrrr' .�r�W Wrr W -�W'vW Nt7t�LrW r.tr.o.-N A wo-w" r rN VNrmQJArr•+rr�11++Ai'-�I WOO` ON V i� . O�.i�WOON.1Vocmv+C��DOt�.i�u1��fOD.00D1u �l�t`Oar-W�OWMtnrWITAWWW-.tOt7�IW4W.i�1�AOVt��0�1'tJtC��Wt7rr rOOIJl • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ s • • • • • • • • • ♦ • • • iii • • • • • •. . .� 7D -' 'F,'H N�O�Cmt�rNOfTrufPCe1`Q`rG.-.i�ONWO+i�vl�rtRWVGj►Wat��QO.7►O�OQQWrV�t7t0j`�tc7DVmN�01�ITt�t1�+OVt10Ar-�O{►�C�T1AiOWNF D O '� C�.iii`.lO�trN•-.att�Oi�WZ�WNt�W.Gi`1�ADW-►r.JOOCDi�N�ti`WNL+�71�O�OrWmrtAWNtif1J�OD�CVivij`OJ�CiD -4%A=NOW tA40-0 d1m r C7 RKvJ� ` � k f M} a$ r a x r.►r-rr O+Orr wrr N "No"-W N%p="w �WCsrN N NrNr rW O�Nrm:�r•+Oi-�J►r.Jr�!O►t-w,.o& SON -4 �rrWO`�Q01"D: .IPrO .i.OCst7�WV00W�iQ�it►-.IOD�T�TW�OrQ��3tn1�Ar�ltWNWwO.OtrH+rO►�GWWOtrltis.JO►�rAN�+OW�I VAr .O�O� O 04 ! ►" r-rOO�ONWIn-ti�VN•0►-1�OWv�QNOCOr'iJ`t+.CN�IWrWONW4+�1QArAi��OVfN�T.1G0'i"�CG�JNANQ��J�IN�.00�0 �`OD�1 tf1�C D' Ilk rOO.C1`ODOOOWGO�wOCJ4+O:���tPV�VOWN.IO�OC�Q�It�:NC�Jtt7+O�0as�mQvK.WtJ��Or.c3Nt1fOWOWRO �ON!-NWO r+tl�OD �G�1 r 71q o f I 1 i nZ I I rr r W r- ( ►-, r i ONN� N �-- VV1r rWV+r-f` NNOrr r r r r 4�r A�NrWi Int Al NNJ� NV1W' V1r• �S ► l Y+Wm�iW�OPrrs-ODi1`ANIVWCDOrrDi�QWNr-rWV`W03rWW1�NW�DIVNNAV�W�Ow4:rA000D1�t1�lOW u1�bw AVIO�WO��1 �i0� �1+f r11�mP.DrOrOmOr�11�Oj`GO^W�D�iODOV+00r-NO�OGNrOPOWOWOOr�1�►�G00�101.�01�•+A•l�iiiOQDW VII�1 �►�00 ht �,: ■ • • 0 • • 0 t • =0 • • • = • • • • -_ • • _0- • • 0%lr0,^0,17,S,C,17,0%c C,O,O,P C,C,O,PP O,C,0%er C O,O,p,DE Q`Q' 0.c.(7- 0.v`CP.O,Q•C,O,C%0,R7`C.C,Q,O,a% (74 Q•O,0 O• at a-0% ��C% C14C4. o�p�a�.�a�mmc�mmm@aoa�mccasca@mo�saaamcamoo@mmwx©a�@aaaoFoonaomcsaommQocsaomFco�@aoP000mcopaoaaoao mmooP°a�m x �, �a C a.n.ago.o.o.o+opo•��.a•cmmto@a�mcom@mw@ems@dam@cnoaaoc�caia�co@m�oa�@@mcsmaopomao@boaomoo aaoa@ mmao con WO c*l i QaMMwwo Owwow=co,aa,a%ALA%Av � utr a O 000 000 00 o N �OOC�COOpOCOOC700pCCNlvNNr00�0�010�0�0�1CD@@@X17@C6CfCDCD@Q,�TQ,Q,Q,O►NNNNNNN�r+rlw 3000 00 m 0,{17NWWWWwwNNNNNNoGi:OCOM%a%DCDCcCOOD1O%O%O.P4N4`r.0`41-S.Wmood`4,14,-z 04 C30r103r i { Em . i 0�11vNNN000NO.700v^N.2s(�iQONUOvOf\+NOGODNOOOOGiN�VNNNNNON�VNNOONNO N00 %CNO NNN NO LAN t ' OpprOC3QO00rO0Ota0000QQO00GO000O0000Q'OOCQOODCOOOOOOf3000�0'000 0000 ocoa000 o►.• 93Cv► Nl--^'O,tTtTrW�-"{ 1�11i�W01`WNNr+N�1tJ��IQ`rNO,i`G+r+r+Nrh��ttmd0"VtrW�3.i/+�R`l1►rN�V�JQ,GD}�IVtNCD h+0'�`�171NIW %no I 3}F r C�7DDn�T.T�^n�G"i n v3 7CM3COX-nx X.VClvr- X:A.)OMpt C..Mncor-7c-4S2zoo prr-CDL a00r x;ca SQ1NfAXW i rnpaC3Z'L770...>�?>A�rnc':J'oama...7�3*x--rs�>Oa>Dtn�+7aOcmOmrOm..•7o Ornrnrn.-.ma,DClmrCD•-+77 nanC�zsp -�`' ona:»<zrtn4»sn� �v� r�o-�Dcnr..��omr<z=r20n1-22rn��2Q�rrc��2Q0�7ormrf2c'�< Off= cnC. <rif 0xOrntnr>CW--4w=nmA - r--Of-oO snrz"<M- OTC-4oxrnzCZOOM O2m -nzm -40 r-r.Lp7o-rtnT_rn mDn2 amrtimrtrn2tnZcZ�T]D2C20cn rr.Grma-<oMMZtn M!v%jom 7 >woczm{n-t pP..mrmm apC�-�aC�--rxA7oflan'v+zJOAm cnm —AL+CMWX 3-czOzr Owr-o rrzxO wo"OOzi w vC{m-/r wM «- zwoz O M nom+ Ca r-xMor=+�m{nfrQnt-m rn>vziny N mx3 mxCaaz -4 Vomb} r-#Z CA ' Mw— .-. OXMXM0 Z-.-C3Ox flraa z Z-<>r<MOMM> Ozc--W<"j:-Owp xz noacG.0 1 n MO NOm>>Mcomm rn :L -t�:�.C. O= X m0 3nzOr3 r-;G—Mx:•rni cr *A(Ar. Zmr0 W"> Mf-xx:-4j>xO xxx s1C-%.GamgmmmwM CZX"XXC rm n Tt-1Dm4s m b v,2m 3�»2ZD'O C mWCZooM<- >AZR'ACI) D 7C7Qrr'{7cbp2r'Ctn tib XO—ZTRT1 tJfG70�TD��T1r-�@ r•�-i47{ifr�Z 2 . mCOa--, D > t'rn Crr Mm— r 1'ut[)03>27a2X-• --r Zrm-/rDRl2 Zm� -1 X CX zr->— •Wr m X; —x3c zOGn"zM mmOr ^O—Oxx. br1>0 0 : <:Gs ,n>" OCI W-IL- ,n> Cl r -+--1< S ovC'M ZcmMmO Z--• TN r'' Q> 7Q v N =Z0 z r==:MrnrC7 n 3 o s ><nc �S mr. Ob > om rnoe 2 r a0 A 3', -4r-: CAI O C- ; 2 0 7C,b r- 70 "fir X G 0 73m X D f Z zz 0 r z n 1 m i i n i rn Go .w LA o i z N rr 2 i M a ; > .. b i CA: 1i N { ! -j wbi wow W NV Z Uzi t+ Wr-X100,►- W.t�N,+-r-r N.iCf- �' r V,tJs W r rN 1-'�- NO- r+rW►-.t r@i' :PWr { ✓.J10D.i� m�-dtJi ,i Q X100,OyCo1�tTLnQ .O.CV�QC,Wrr.i2�V�OrL?Q• .C1�.012�WvCsrO,ti1►—CCWCCoWr��ONO,m•i�V,Ortf.ij`r—mO,Q��:@�C+J►•�TGD�000, 1 O • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ • • • ♦ • • • • • • 0-4 70 N tr, 1�C�NO,+ '.Oi�i�wOC•Wr-r-Nt7�tpN.MVD^�rOW�IW�+IWW�3'er01+�Ca@�O.itks�Lf1�N�T07rCOW�IWO�•1O,00t��DQ�@ O�ta�W�10�Nt 1. pax N �V.DEW!.i�1oi`rM-Wei►�OarQQ�'a��Infw+QCsQ,r+G�Ot.+�O•Ot,�ts�pta+�1DOG�QfC@r(nW.l@�`GmtJ11�t�O�OWWmr�O WWOO&W f !"f, # mI Ic p W rrWrO, ALi. WNr- 1 .106%n ow -I*i&%p -4 t C�p>rO+D .1WtTWW�1Wtv�J WNO,�IW�@.00,0,1i�r�D�Ttr�O,-QGPi,OCp1`OWN r@@r- -A.0tffl%O-WVQ'O�d`-4L"*,ftjw& #Ot"Ap+ • • ♦ • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • ♦ • • s • • • • ♦ • • • • • • • • • • • ..� p► N .oWwO,m@Wv+s�VCCe�ON+v.t"v�Od`Or-OOvU�rV•-00�06CfC�'Ni`�ONi`1`(ui'WN��iJ��J�OV1..lOmO`�t1N00'QN��0171�NO+C J'W tn 1` CQ�O,N�`rrl�+r�tl�WC7WQ A`WO•GtrW�`�IrC�Wi�Q,�GWC�tnm.L3�101`VONrd@NOD�1CctJ�C,mNO`Q,.i`�I.O�IWQ700mW�0 @� �' rn C gym . a. .., m cc r r 0-40 NNr- r %GCpl` •- U" @ M-48- ?tri N 0% WW b, r 000 see be: 10 QW)w %ONi -4 .-�fW.DrOtTpWONVsN�QW�WWQNON�Dib,OWE.li�00r�1tn?tAr010�+01,�lOG�b�JO,�OWQ►NO"�O�Ot7tNJ, 1r�wtoo "Co- Q, •C t l In the Board of Supervisors of Contra Costa County, State of California May 11 , 19 76 In the Matter of Request with Respect to County General Plan for the Pleasant Hill BART Station Environs Area. The Board on April 6, 1976 having referred to the Director of Planning, Mr. A. A. Dehaesus, for review and report a letter from Air. and Mrs. Charles B. Jones pertaining to a request that the County General Plan for the Pleasant Hill BART Station Environs area be amended to allow low density multiple family residential land use on an approximate 6.5 acre parcel; and Mr. Dehaesus having submitted a May 3, 1976 memorandum to the Board advising that the Planning Commission at its April 20th meeting postponed for five months consideration of said proposal in view of a letter from the City Manager of Walnut Creek indicating that acquisition of land for a neighborhood park in this area is being considered by C"ounty Service Area R-8; IT IS BY THE BOARD ORDERED that receipt of the aforesaid memorandum is ACKNOWLEDGED. PASSED by the Board on May 11 , 1976. hereby certify that the foregohM is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. and Mrs. C. B. Jones Witness my hand and the Seal of ►he Board of P. 0. Box 437 Supervisors Zephyr Cove, Nevada 89448 affixed this 11th day of May . 14 75 Director of Planning . OLSSON, Clerk Public Works Director County Counsel By Deputy Clerk K x 12174 - 15-a Vera Nelson 00609 And the Board adjourns to meet on _ / TG at ' -OD 19. 1. , in the Board Chambers, .Roam 07, Administration Building, Martinez, California. J. P. Ne _, Chairman ATTEST: J. R. OLSSON, CLERK De ut 00610 { JI 3 SUPTARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, PAY 11, 1976, PREPARED BY J. R. OLSSON, COUNTY CLERK AUD EX-OFPICIO CLERK OF THE BOARD. Approved personnel actions for Supervisor, District No. 2, and Building Inspection Dept. Approved appropriation adjustments for Office of Economic Opvortunity, County Library, and Superintendent of Schools; and internal adjustments not affecting totals for Health Dept. , Planning Dept., County Administrator and Public Works Dept, Discharged County Treasurer-Tax Collector from accountability for collection of certain unsecured taxes and penalties for FY 1968-69. Authorized Director, Human Resources Agency, to submit grant application to Dept, of health, Education and Welfare for design of comprehensive human services delivery systen. Authorized attendance at ceetinrs as follows: M. Ramos and S. Gallinger, Juvenile Justice CormIn cion members, to California Probation, Parole and Correctional Association Conference, Coronado, CA, May 18-21; A. Waltemade, Branch Librarian II, to American Library Association Conference, Chicago, IL, July 18-24; Dr. E. Baukol, Health Dept. , to First Annual Symposium on Lead Poisoning, New York City, May 18-20; and G. Hall, Social Service, to National Training Conference on Aging, St. Louis, MO, May 16-19. Authorized increase in board rate for dependent child of the court in Viola Young Family Home, Richmond. Authorized Auditor to refund total of $120 paid in connection with applications for change in assesnmert. Faxed May 25 at 11:05 a.m. for hearing on appeal of'N. Carpenter from certain conditions imposed by Planning Co=l.ssion in connection with approval of tentative map for MS 85-75, Oakley area. Fixed May 25 at 11:15 a.r. for hearing on appeal of B. Thiessen from Planning Commission approval of tentative map for Sub. 4434, Ala=o area. Authorized County Counsel to appeal Jud;Ment rendered by Delta Judicial District in case of Poe vs. Beesley re baby sitting fees. Granted one-year extension of time in which to file final maps for Sub. 4454, Oakley area; Sub. 4748, Walnut Creek area; and Sub. 4712, Martinez area. Appointed Supervisor Moriarty as Board's representative on Solid Taste Management Interim Policy Body. Waived reading and fixed P'ay 18 for adoption of following, ordinances: Adds Article 36-10.6 (Section 36-10.602) catablishing a Safe Driving Award program for certain personnel In Sheriff's Office; Amends Section 32-2.622 to add another caretaker exempt position for CSA R-6; 76-37, rezoning land in the Orinda area and repealing Ordinance No. 76-34; 76-39, repeals, amends and re-enacts Chapter 28-2 of County Ordinance Code to include Richmond and West Judicial Districts and update Chapter 28-6; 76-40, postpones creation of Bay Judicial District until Jan. 1, 1977. Accepted as complete private improvements in IMS 107-73, Martinez area. Denied claims filed by W. Smith and R. Jacobson. Authorized Auditor to accept $500 In settlement of County claim against D. Chittenden. Exercised option to extend lease with S. McNamara, et al, for premises at 702 Main Street, Martine:, for occupancy by Health Dept. OU611 - I � May 11, 1976 Summary, continued Page 2 Authorized Public Works Director to execute Waiver of Claim accepted from H. and D. Johnson in connection with Stone Valley Road Bike Path, Alamo area. As ex officio the Board of Supervisors of Contra Costa County Flood Control and Eater Conservation District, authorized Public Works Director to execute Right of Way Contract with East Contra Costa Irrigation District in connection with property acquisition, Lines E and E-1, Brentwood area. Granted Lessee of Sheraton Inn-Airport extension of time to May 31 to pay rent due. Awarded contract to Branaugh Excavating, Inc., for Arlington Avenue Improvement Project, Kensington area. Rescinded Dec. 23, 1975 Board Order accepting Offer of Dedication for drainage purposes for development erroneously entitled Sub. MS 102-73, and accepted for recording only Offer of Dedication for drainage purposes from A. Bowler for Sub. Ms 102-72. Approved increase in contract contingency fund for Carquinez Scenic Drive Slide Repair project, Martinez area. Authorized Public Works Director to refund to DiGiorgio Development Corporation cash deposited as surety in connection with Sub. 4232, Danville area. Authorized Public Works Director to execute Right of Way Contract with R. and P. Pohl in connection with property acquisition, Stone Valley Road, Alamo area. Acknowledged receipt of report of Public Works Director with respect to traffic conditions at the intersection of Rudgear Road and San Miguel Drive, Walnut Creek area. Awarded contract to Branaugh Excavating, Inc., for overlay of portion of Moraga Way, Orinda-Moraga area. Fixed June 8 at times indicated for hearings on recommendations of Planning Commission with respect to following, rezoning; requests: 11:15 a.m. - A. Perez (1974-RZ), Pittsburg area; 11:20 a.m. - Planning Comriission initiated (1994-RZ), Walnut Creek area. Authorized Public Works Director to execute Right of Way contract with M. Poston, et ux. , ::n connection with property acquisition, Diablo Road, Danville area. Reappointed J. Goodhue as eember of Contra Costa County Assessment Appeals Board for three-year term; F. Simoni as alternate member for two-year term, and as Assessment Hearin- Officer for one-year term; and T. Garrick as Assessment Hearing Officer for one-year term. Awarded contract to C. V. Marsh Contractor, Inc., for Castro Ranch Road Pavement Widening Project, £1 Sobrante area. As ex officio the Board of Supervisors of the Contra Costa County Storm Drainage District Zone 13, approved Addendum No. 1 to plans and specifications for construction of Storm Drainage District Zone 13, Lines C-1 and C-2, Danville Blvd. Storm Drain. Authorized Public Works Director to refund to C. M. Bloch, Inc., cash deposited as surety in connection with Sub. 4254, Danville area. Approved reco-nendation of County Administrator with respect to allocation of criminal justice planning; funds. Approved surety tax bond for Sub. 4739, Walnut Creek area. Authorized Clerk of the Board to destroy certain Board of Equalization records which predate 1973. Appointed P. Dodsworth to Contra Costa County Flood Control Zone 3-B Advisory Board. OWO • ♦f � 4 May 11, 1976 Surmary, continued Page 3 As ex officio the Governing Board of the Contra Costa County Fire Protection District, authorized Public Works Director to execute contracts with J. Nelson and R. Grady for inspection services in connection with remodel cf former administration building, Pleasant Hill. Approved salary reclassification to Range 379 for Director, Orinda Recreation Service Area. Appointed J. Wiedemann, nominee of Supervisor Linscheid, to Rldgelands Citizens Committee. Authorised County Administrator to submit data on public assistance programs to appropriate State authorities. Amended .Tan. 2, 1974 Board Order establishing Retired Senior Volunteers Program petty cash fund to increase fund amount, limit monthly disbursement and allow disburse- ments for volunteers' mileage, reals and miscellaneous office supplies. Approved Grant of Easement and Right of way Contract And authorized Public Works Director to execute said contract with City of Richmond in connection with property acquisition, Park Avenue Bridge, Richmond area. Referred to Public Works Director and County Sheriff-Coroner request of California Anti-Litter League for permission to place anti-litter signs on County vehicles. Acknowledged receipt of letter fren Sheriff Cin response to referral of request of Contra Costa Chapter of National Organization for Women) with respect to use of federal funds for construction of Roren•s Minimum Security Facility, and Instructed Clerk to send corp of same to said organization. Appointed B. Gamble as tenant representative on Hoard of Commissioners of Housing ' Authority of Contra Costa County for two-year tern.:. Approved recommendation of Director, Human Resources Agency, with respect to alleged neglect of health measures at Rodeo Child Development Day Care Center. Authorized Chairman to execute the following: Contracts with Y. Hensley and R. Hendrickson for temporary child care services for Social Service Dept. Foster Parent training classes; Contract w.th H. Arigian for "Aszertion Training for Counselors of Addicts"; Contract with P. Whitney for training; to foster parents for Social Service Dept. ; Contract with Western A.-;Sds, Inc., for training; CETA intake workers and counselors; Amendment to Agreement with Contra Costa Medical Systems, Inc., for continued provision of ambulance services through May 31; Termination of Reimbursement Agreement taken to guarantee repayment of cost of services rendered to G. Yoniz; Renewal of lease with L. Claeys for use of certain property in Rodeo for UPSPROUT Community Garden Project. Authorized Auditor to pay certain foster parents for mileage expense relative to attendance at Social Service Dept. training= sessions in "Parent Effectiveness." Adopted the following; numbered resolutions: 76/381, proclaiming week of May 9-15 as "Contra Costa County's Action for Foster Children Week"; 76/382, fixing June 15 at 10:40 a.m. for hearing on Lime Ridge area Boundary Reorganization, Concord-Na?rut Creek area; 76/383, accenting; as cor..rlete contract with C. Y. Marsh Contractor, Inc., for street repair project in Roll±nrwood Subdivision, Richmond-San Pablo area; 76/384, accepting; as co-alete inprovererts in Sub. 4670, Walnut Creek area, and declaring; Bancroft Road Kidenirr to be a County read; 76/385, fixing June 22 at 11 a.m. to receive bids for sale of certain excess County property, Assessr.Pnt District 1573-4, Danville Parking Lot; 76/366, approving man and subdivision agreement for Sub. 4790, Alamo area; 76/357, aprro:ing map and subdivision arreem..ent for Sub. 4620, Danville area; 76/388, approving; map and subdivision agreement for Sub. 4771, Danville area; May 11, 1976 Summary, continued Page 4 76/389, approving rap, and subdivision agreement for Sub. MS 31-75, Walnut Creek area; 76/390, suspending "no parking" regulation along portion of Love Lane, Danville area; 76/391 through 76/398, fixing June 8 at 11 a.m. to receive bids for landscape maintenance for the following county service areas: 14-20, Rodeo area; M-17, West Pinole area; M-11, Orinda area; M-19, Orinda area; R-5, South Danville area; M-8, Discovery Bay area; N-6, Danville area; and r4-4, South San Ramon area; 76/399 and 76/400, adding The Growing Mind, Berkeley, and Yoder Group Home, Martinez, to approved list of child care institutions; 76/401 through 76/403, authorizing changes in the assessment roll; 76/404, authorizing cancellation of uncollected penalty and interest on assessment reduced by Assessment Appeals Board/Officer; 76/405, authorizing cancellation of delinquent tax penalties; 76/406 and 76/407, authorizing cancellation of delinquent penalties on second Installments on 1975-76 secured assessment roll; 76/408 and 76/409, authorizing cancellation of tax liens on property acquired by public agencies; 76/410 and 76/411, authorizing cancellation of tax liens on and transfer to unsecured roll of property acquired by public agencies; 76/412, declaring support of AB 3844 which updates salaries and staffing for Municipal Court personnel; 76/413, proclaiming week of May 16-22 as "?rational Handicapped Awareness Week"; 76/414, acknowledging receipt of report of County Administrator re U.S. Dept. of Housing- and Urban Development Section 8 Housing Ar.sistance Program, and approving recon endations container: therein; 76/415, authorizing; Chairrian to execute grant application for law enforcement purposes for submission to Office of Criminal Justice Planning. Approved recommendation of Acting County Building Inspector that correspondence relating to complaint re construction of dwelling on Lynch Court, Concord, be forwarded to City of Concord. Referred to County Auditor-Controller (Purchasing Agent) and Public Works Director letter from Congressman R. Dellums on Federal Procurement Conference. Approved recor=endation of Administration and Finance Committee (Supervisors Boggess and A1or±arty) to request State Leeislature to establish one additional judge- ship for Superior Court of Contra Costa County. Authorized Director, Human Re,ources Agency, to execute fee-Por-service contract with H. Rice, M.D. Authorized legal defense for H. Ramsay, Sheriff-Coroner, in connection with Superior Court Action No. 160745, and J. Wallis, Sheriff-Coroner's Office, in connection with Mt. Diablo Municipal Court Action No. 25402. Authorized Chairman to execute applications to State Dept. of Health for licenses for Discovery Motivational House drug abuse program. Acknowledged receipt of report of Public Works Director on letter from D. Whittet alleg;inr that Contra Costa Counts Flood Control District refused to discuss certain conditions Imposed prior to approval of final clap of Sub. 4748, Walnut Creek area. Authorized Public Works Director to execute Deferred Improvement Agreements with A. Crocco in connection with Sub. KS 83-75, Oakley area, and R. Reinche in connection with Sub. MS 132-75, Brentwood area. Accepted Offers of Dedication for recording only in connection with Sub. 4406, Sub. ASS 132-75 and Sub. YS 83-75. Accepted Grant Deeds for roadway purposes and Relinquishments of Abutter's Rights In connection with Sub. MS 83-75 and Sub. NS 132-75. Authorized Chairman to execute contract with Greg Washington & Associates for marketing consultation services for Prepaid Health Plan. 00614 May 11, 1976 Summary, continued Page 5 Referred to Government Operations Committee (Supervisors Dias and Linscheid), County Counsel and County Cleric proposal of League of Women Voters of Diablo Valley that an ordinance be adopted to limit campaign contributions. Authorized Auditor to refund to C. Jackson certain park dedication fees paid in connection with issuance of building permits. Referred to Public forks Director (Environmental Control) letter from State Solid Waste Management Board outlining requirements of county solid waste management plans. Appointed H. Enea to Board of Commissioners of Riverview Fire Protection District to fill unexpired term ending Dec. 31, 1976. Acknowledged receipt of memorandum from Director of Planning advising that Planning Commission has postponed consideration of amendment to County General Plan for the Pleasant Hill BART Station Environs area pending acquisition of land by CSA R-8 for a neighborhood park. Directed Administration and Finance Committee to interview top Architect-Engineer candidates for design of County Detention Facility. i• W15 The Preceding documents consist of 615 pages.