Loading...
HomeMy WebLinkAboutMINUTES - 05101977 - 77E IN 4 1977 MAY r r T E DAY New," I 3 i t .ate k I� i THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M., TUESDAY, MAY 10, 1977 IN ROOM 107, COUNTY ADMINISTRATION BUILDING, PRESENT: Chairman W. N. Boggess, presiding; Supervisors J. P. Kenny, N. C. Fanden, R• I. Schroder, E. H. Hasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, and Public Works Director, County Administrator 00001 DAZES P.KENNY.RIC«MONO CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.B000ESS NANCYCHAIRMAN C.FAHOEN.MARTINEZ CONTRA COSTA COUNTY 2ND DISTRICT ROBERT 1 SCHRODER • VICC C1+AIAMAN ROBERT 1.SCHRODER LAFAYETTE AND FOR JAMES R OLSSON.COUNTY CLERK 3RO DISTRICT AND EX OFFICIO CLERK OF THE BOARD WARREN N.BOGGESS,CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS.GERALDINE RUSSELL 4TN DISTRICT BOARD CHAMBERS ROOM 107.ADYYYSTRAYMN CHIEF CLERK ERIC H.HASSELTINE PITTSBURG PHONE(A15)372.2371 5TN DISTRICT PCL BOX 1111 MARTINEZ CALIFORNIA 94553 TUESDAY MAY 10, 1977 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items Submitted to the Board." Consider recommendations and requests of Board members. Consider recommendations of Board Committees including Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) on formation of a Human Resources Commission. 9:45 A.M. Executive Session (Government Code Section 54957.6) as required, or recess. 10:30 A.M. Hearing on appeal of Brookwood Associates, owner, from Conditions Nos. 1, 4, 6 and 7 of the conditions of approval imposed by Planning Commission on application for Minor Subdivision 133-76, Pleasant Hill area. 10:45 A.M. Hearing on appeal of Mr. Darrell Braddy from administrative decision rendered at evidentiary hearing related to General Assistance benefits. 10:55 A.M. Decision on appeal of Mr. Robert F. Mygrant from Planning Commission revocation of Land Use Permit 2001-75, Byron area, for establishment of a commercial boat harbor and a care- taker's mobile home (hearing closed April 26, 1977) . 11:00 A.M. Hearing on appeal of Eugene E. and Gloria E. Theisen (2055-RZ) from Planning Commission denial of request to rezone land in the Concord area. 11:15 A.M. Hearing on appeal of Robert C. Humann Co., applicant, from Board of Appeals denial of application for Minor Subdivision 95-76, Orinda area (continued from April 5, 1977). 11:30 A.M. Hearing on reconsideration of Board denial of appeal of Mr. Michael N. Huffaker from Planning Commission denial of application for Minor Subdivision 106-75, Oakley area. 11:35 A.M. Hearing on application of Albert•N. Williams et ux. for transfer of cardroom license, Oakley area. County Sheriff recommends approval. 11:40 A.M. Hearing on application of Bernadine Hendricks for transfer of location of cardroom license to Bethel Island area. County Sheriff does not oppose if transfer is lawful. 1:30 P.M. Presentation concerning transit services in the County. ' 00002 Board of Supervisors' Calendar, continued May 10, 1977 ITEMS SUBMITTED TO THE BOARD Items 1 - 6 • CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of certain penalties and tax liens. 2. APPROVE proposed Annexation No. 77-4, San Ramon area, to County Service Area L-42, without hearing or election (Government Code Section 56322). 3. DECLARE May as "Correct Posture Month." 4. APPROVE surety tax bond for Subdivision No. 4974 located within the city limits of Concord. 5. ADOPT the following rezoning ordinances (introduced May 3, 1977) : No. 77-52 Associated Professions, 2106-RZ, Bethel Island area; and No. 77-53 Golden Gate Development Co., Inc., 2013-RZ, Vine Hill/ Martinez area. 6. FIX May 24, 1977 at 11:05 a.m. for hearing on appeal of Walnut Creek City Council from Planning Commission conditional approval of Final Development Plan 3037-76 and tentative map for Subdivision 4829 (Silverwood Development Company, applicant and owner), Walnut Creek area. Items 7 - 20: DETERMINATION (Staff recommendation shown following the item.) 7. MEMORANDUM from Director, Human Resources Agency, submitting report on impact of the revised Medical Care Eligibility Policy and recommending that the Board acknowledge receipt of said report and authorize continuation of the policy without change. CONSIDER APPROVAL OF RECOMMENDATION 8. MEMORANDUM from County Counsel (in response to Board referral) recom- mending partial payment ($200.11) of the claim of Mr. John E. Barsell for refund of taxes. APPROVE RECOMMENDATION 9. MEMORANDUM from Director of Planning (in response to Board referral) recommending approval of the request of Newhall Land & Farming Company that the boundary of Agricultural Preserve No. 16 (1968) be amended to include annexations and detachments of certain parcels. APPROVE AS RECOMMENDED 10. LETTER from Mr. James C. Watson tendering his resignation as a Commissioner of the Brentwood Fire Protection District. ACCEPT RESIGNATION 11. MEMORANDUM from Director, Human Resources Agency, responding to Board referral with respect to fires which have occurred in quarters occupied by certain mental health programs. ACKNOWLEDGE RECEIPT 12. LETTER from Chairman, Board of Commissioners, Riverview Fire Protec- tion District, advising that the District's 1977-1978 preliminary budget was submitted with reservations, and urging that said budget along with other county budgets be closely studied to insure justification of their requests and to attempt to stem the continual increase of taxes. ACKNOWLEDGE RECEIPT AND DIRECT CLERK TO ADVISE THAT HEARING ON FIRE DISTRICTS BUDGETS WILL BE HELD ON JULY 19, 1977 at 11:30 A.M. 00003 i Board of Supervisors' Calendar, continued May 10, 1977 13. LETTER from fir. R. A. Fazackerley, Agency Liaison, Delancey Street Foundation, Inc., seeking to expand the organization's role in the County's Criminal Justice and Human Services System, primarily through an on-going referral program for offenders and establishment of a fee for service contract. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY, FOR RECOMMENDATION 14. LETTER from Program Manager, San Francisco Area Office, U.S. Department of Housing and Urban Development, advising that said office is reviewing the County's Third Year Community Development Block Grant Application, and noting items of concern with respect to eligibility of certain proposed activities for resolution prior to the expiration of 75-day review period. REFER TO DIRECTOR OF PLANNING 15• LETTER from Mr. R. P. Clark, Bryan & Murphy Associates, Inc., Civil Engineers, requesting that Subdivision 4764, Danville area, be annexed to County Service Area L-45 for maintenance and operation of street lights. REFER TO LOCAL AGENCY FORMATION COMMISSION AND PUBLIC WORKS DIRECTOR 16. LETTER from President, The Orinda Association, recommending adoption of an interim urgency ordinance to allow time for development of a Specific Plan for the Sleepy Hollow and Orinda Downs area. REFER TO DIRECTOR OF PLANNING FOR RECOMMENDATION 17. LETTER from Auditor-Controller of Alameda County submitting bid results for disposition of personal property which belonged to Bay Area Sewage Services Agency and advising that the remaining BASSA property will be disposed of through Alameda County's salvage sale process with proceeds distributed to the nine member counties. REFER TO COUNTY ADMINISTRATOR 18. LETTER from Foreman of the 1976-1977 Contra Costa County Grand Jury recommending that the Board provide two additional judicial positions for the Superior Court and requesting response in thirty days. REFER TO FINANCE COMMITTEE 19. LETTER from State Treasurer notifying the County of certain facts pertaining to Reclamation District No. 2090 (pursuant to Government Code Section 58762.1) and inquiring what action is planned with respect to replacement of said District's governing board. REFER TO COUNTY ADMINISTRATOR AND COUNTY COUNSEL FOR RECOMMENDATION 20. LETTER from Chairman, Contra Costa County Mental Health Advisory Board, and Chairman, Budget and Finance Committee, expressing concern with respect to fiscal problems faced by Mental Health Services, and again recommending that the Short Doyle budget be used as a claiming document with the County's share increased proportionately in line with the 90-10 formula for State-County sharing of the cost of local mental health programs. REFER TO FINANCE COMMITTEE, DIRECTOR, HUMAN RESOURCES AGENCY, AND COUNTY ADMINISTRATOR Items 21 - 22: INFORMATION (Copies of communications listed as information items have been furnished to all interested parties.) 21. LETTER and petition from Mr. J. R. Wayne, San Pablo, urging that the Board support continuation of federal funding of the educa- tional program known as the high Input Project. 22. LETTER from Air Pollution Control Officer, Bay Area Air Pollution Control District, in response to Board resolution pertaining to Fibreboard Corporation, advising that the District has requested its Hearing Board to issue a conditional abatement order which will permit consideration of economic factors affecting the plant's operation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. 00004 f r RPM OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions May 10,-1971 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Add eight (8) Clerk positions and cancel eight (8) Hospital Attendant positions to begin implementation of Medical Services Personnel Audit. II. TRAVEL AUTHORIZATIONS 2. Name and Destination Department and Date Meeting Lela Sater Emeryville, CA Grantsmanship and Social Service 5-18-77 to 5-19-77 Proposal Preparation (Council on Seminar Aging) Gay Lucas Same Same Social Service (San Ramon Valley Community Services) Elaine Schneider Same Same Social Service (Walnut Creek Recreation Demart- ment - Senior Citizens) III. APPROPRIATION ADJUSTMENTS 3. Health Department. Appropriate $80,000 (offset by $60,000 of additional State revenue) for Crippled Children Services program in accordance with grant application authorized on March 22, 1977 by the Board of Supervisors. 4. Clerk-Recorder. Appropriate $59,880 of additional revenue to be received from various public agencies for special elections to be conducted on May 31, 1977. 00005 t To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-10-77 Page: 2. III. APPROPRIATION ADJUSTMENTS .- continued 5. County Counsel. Add $10,000 to participate in litigation by the Natiezal Institute of Municipal Law Officers to determine constitutionality of Federal Unemployment . Insurance Act (P.L. 94-566) mandate applicable to State and local government. 6. Superior Court Administrator-jury Commissioner. Add 9,500 tor increase operating costs. 7. Public Works (Road Construction) . Appropriate $17,500 . cash contribution received from developer for new signal installation on-San Pablo Dam Road. 8. _Internal Adjustments. Changes not affecting totals for following budget units: County Medical Services, Auditor- Controller, County Administrator, Public Works (Plant Acquisition, Equipment Operations, Road Construction, Road Maintenance, Engineering and Administration, County Service Area R-7, County Sanitation District 5) , Purchasing, Health, Department of Agriculture (Plant Acquisition) , Housing Rehabilitation Block Grant Program, County Board of Education. IV. LIENS AND COLLECTIONS None. V. CONTRACTS AND GRANTS 9. Approve and authorize Chairman, Board of .Supervisors,.to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) AEP Associates Prepare EIR for $1,200* 5-11-77 to *(paid by Subdivision 5042, 12-31-77 developer) Sleepy Hollow Area (b) Consolidated Prepare EIR for $2,860* 5-11-77 to Engineering Labs, Subdivision 4912, 12-31-77 dba Alan L. Orinda Stanley Associates *(paid by developer) 00006 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-10-77 Page: 3. V. CONTR2kCTS AND GRANTS - continued 9. Agency Purpose Amount Period (c) Thomas Reid Prepare EIR for $5,000* 511-77 to and Associates Rezoning and 12-31-77 *(paid by Preliminary developer) Development Plan for Bath and Tennis Club and Saddleback at Blackhawk (d) William D. Staff Training $450 5-11-77 to Hearon, Human Effective- - 6-15-77 Consultant ness, Probation Department (e) The Regents of Area Agency on $525 5-11-77 the University Aging Program- one day only of California Training Workshop for 50 senior citizens - (f-) Milton S. Fujii Consultation and $9,240• 4-18-77 to Technical Services 10-31-77 to CETA Program (all Titles) (g) State of Provide 8 Increase 1-1-77 to California, additional Public - from 9-30-77 _ - Employment ..-Service Employment-$175•,986 - - - Development positions under to Department CETA Title VI $209,731 (h) State -of - Continued use of Hold 5-10-77 to California Concord Armory harmless 12-31-77 ' for Health Depart- clause (various ment WIC Clinics only specified dates) 0000'7 1 .. To: Board of Supervisors From: County Administrator _ Re: Recommended Actions 5-10-77 Page: 4. V. CONTRACTS AND GRANTS - continued 10. Authorize Director, Human Resources Agency, to execute contracts with the following agencies for the provision of medical services and supplies to Prepaid Health Plan enrollees during the period from May 1, 1977 through June 30, 1978: Agency Purpose Delta Memorial Hospital Inpatient and Outpatient Medical Services Brookside Hospital Inpatient and Outpatient Medical Services - Ellen's Memorial Convalescent •Convalescent- Hospi:ta-1-- - Hospital Inpatient Services Martinez Convalescent Hospital Convalescent Hospital Inpatient Services McMillan's Pharmacy Pharmaceutical Services and Medical Supplies Evola's Pittsburg Drug Pharmaceutical Services and Medical Supplies Oakley Pharmacy Pharmaceutical Services and Medical Supplies Johnston Orthopedic Appliance Provision of Prosthesis and Assistive Devices Delta Hearing Aid Center Provision of Prosthesis and Assistive Devices Respiratory Support Systems- Provision of Prosthesis Medical and Assistive Devices 11; Authorize Chairman, Board of Supervisors, to execute a Consultant Contract in the amount of $3,424 with Michele Hill, Speech Therapist, for the period May' 5, 1977 through September 30, 1977; and authorize County Auditor-Controller to make payment for mileage to said consultant at a rate of 15C per mile, not to exceed a total of $450 during contract period (Federal funds). 00008 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-10-77 Page: 5. VI. LEGISLATION 12. Acknowledge receipt of report from County Administrator regarding amendments to Municipal Court staffing and salary bill (AB-984) , and authorize submission of said amendments to the Legislature. - 13. Consider status, and possible adoption of County position, on other legislation affecting County. VII. REAL ESTATE ACTIONS 14. Authorize Real Property Division of Public Works Department to negotiate for new quarters in the Concord area for the Cooperative Extension Service now located in Pittsburg. VIII.077HER ACTIONS 15. Approve allocation by the County Auditor-Controller of trailer coach fees in the amount of $257,279.54 for the period July 1, 1976 to December 31, 1976, pursuant to Section 11003.4 of the California Revenue and Taxation Code. 16. Acknowlp-dge receipt of report from the Director, Human - Resources Agency, on the number of institutional and foster- home placements-and the expenditures for these placements during the third quarter of fiscal year 1976-1977. 17. Accept audit report on the 1976 Head Start Program and authorize the County Auditor-Controller to pay Gilbert Vasquez and Company the sum--of $2,400 for completing said report, as previously agreed 18. As recommended by the County Auditor-Controller, accept . .as complete the examination of the County's financial statements for the fiscal year 1975-1976 and the reports . related thereto performed by Arthur Young and Company, and authorize payment of $8,500, pursuant to Grand Jury audit contract approved by the Board of Supervisors on April 27, 1976. 19. Adopt resolution to revise County Medical Services schedule of rates, effective May 1, 1977; and rescind Board Resolu- tion Nos. 75/508 and 76/584 which established previous rate schedules, as recommended- by the Director, Human Resources Agency. 00009 -� . To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-10-77 Page: 6. VIII.OTHER ACTIONS - continued 20. Authorize Chairman, Board of Supervisors, to execute grant application in the amount of $642,.496($414,671 in Federal funds, $52,000 -in County funds, and remainder from various other sources) to the State Department of Aging to provide for continuation of the Health Department Nutrition Project -or the Elderly (16 sites and 700 meals a day) during the period July 1, 1977 to September 30, 1978. .21. Acknowledge. receipt of memorandum report from the Director of Planning on the Section 8 Existing Housing Program advising that the program allocation is $425,060 which is consistent with the-1976-1977 Housing Assistance Plan - submitted by the County; and authorize the Chairman of the Board to provide a letter to the HUD administration so stating. 22. Appoint two Board members and the County Public Works Director to County .Civic. Center.Planning Task Force and request the City of Kartinez to appoint two Councilmen and the City Public Works Director to said body. 23-. AcknoWledge receipt of fiscal year .1976-1977 Short-Doyle Final Budget and refer to Finance Committee for review and recommendation to the Board. 24. Acknowledge receipt of report by County Administrator on operations and organization of Buchanan Field Airport, and consider alternatives cited therein and recommendation that the airport remain as an organizational component of the Public Works Department. NOTE At the close of the County Administrator's agenda, the Board Chairman will ask for any comments by interested citizens attending the meeting. If discussion by citizens becomes too long and interferes with consideration of other scheduled items, however, that issue will be carried over to a later time. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5:00 P.M. 00010 CONTRA COSTA COUNTY PUBLIC HORKS DEPARTMENT lfartinez, California TO: -Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Extra Business for May 10, 1977 REPORTS Report A. CONTRA COSTA COUSTY WATER AGENCY - SENATE BILL 97, RELATED TO UNASSIGNED !LATER Board Order of February.22, 1977 referred Senate Bill 97 to the Public works Director. A report on the bill has not been submitted since Senator Nejedly had expressed interest in making a personal appearance before the Board on the matter. The Senator's appearance before the Board was scheduled and then cancelled. _In'view of the fact that SB 97 will be coming up for hearing in the near future, the following report is submitted for the Board's con- sideration: SB 97 would authorize the Secretary of the Resources Agency to file an application with the State Water Resources Control Board for unappropriated waters of the State to be used for recreation purposes and for protecting and enhancing fish and wildlife resources. SB 97 is definitely in keeping with the policies of the Board with respect to the Sacramento-San Joaquin Delta. It is there- fore recommended that the Board support the bill and direct legal counsel and staff to express such support in line with present policies of the Board at any legislative hearing on the bill. (EC) EXTRA BUSINESS Public Works Department Page 1 of 1 May 10, 1977 00011 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Agenda for May 17, 1977 REPORTS None SUPERVISORIAL DISTRICT I Item 1. GOODRICK AVENUE - APPROVE AGREEMENT - Richmond Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Child Enterprises and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Land Use Permit 2010-77 as required by the Board of Adjustment. Owner: Child Enterprises 2717 Goodrick Avenue Richmond, CA 94804 Location: Fronting 387 feet on the west side of Goodrick Avenue, approximately 1,000 feet north of Parr Boulevard. (RE: Assessor's Parcel No. 408-090-01) (LD) SUPERVISORIAL DISTRICT II Item 2. MUIR STATION ROAD - ACCEPT AGREEMENT - Martinez Area It is recommended that the Board of Supervisors approve and accept a License Agreement dated April 28, 1977, from The Atchison, Topeka and Santa Fe Railway Company covering temporary permission to enter on Railroad property for construction on Muir Station Road, and authorize the Chairman of the Board to sign said License on behalf of the County. (RE: Project No. 3275-4321-667-76) (RP) Item 3. CENTER AVENUE - APPROVE RELOCATION PAYMENT - Pacheco Area It is recommended that the Board of Supervisors approve the Relocation Assistance Claim dated April 12, 1977, from Saphronia Golette for mov- ing expense and dislocation allowance in connection with the move from property acquired for reconstruction of Center Avenue, and authorize the Principal Real Property Agent to sign the Claim form on behalf of the County. it is further recommended that the County Auditor-Controller be autho- rized to draw a warrant in the amount of $500, payable to Saphronia Golette, and deliver same to the Real Property Division for payment. (RE: Project No. 3471-4342-663-76) (RP) AG E N D A Public Works Department _ Page I of 9 May 17, 1977 00012 Item 4. MUIR STATION ROAD - ACCEPT DEED - Martinez Area It is recommended that the Board of Supervisors accept a Grant Deed, Temporary Construction Permit and Right of Way Contract dated May 8, 1977, from Rector, Wardens and Vestrymen of Grace Parish, Martinez, California, and authorize the Public Works Director to sign said Con- tract and Permit on behalf of the County. It is further recommended that the County Auditor-Controller be autho- rized to draw a warrant, payable to Western Title Insurance Company, Escrow No. M-309754-3, in the amount of $800, and deliver same to the County Principal Real Property Agent for further handling. Said pay- ment is for .375 of an acre of church land. (RE: Project No. 3275-4321-667-76) (RP) Item 5. PACHECO BOULEVARD - ACCEPT IMPROVEMENTS - Pacheco Area It is recommended that the Board of Supervisors issue an Order stating that the construction of improvements for Development Permit 3016-76 has been satisfactorily completed. Subdivider: Concrete Shell Structures 2565 Merced Street San Leandro, CA 94577 Location: Improvements under Development Permit 3016-76 are located on the southeast corner of Pacheco Boulevard and First Avenue North. (LD) Item 6. SUBDIVISION MS 125-75 - REFUND CASH DEPOSIT - Lafayette Area Conditions of approval for Subdivision MS 125-75 required a cash deposit to guarantee the installation of a fire hydrant. The hydrant has been installed and accepted by the Contra Costa County Consolidated Fire District, It is recommended that the Board of Supervisors authorize the Public Works Director to refund the $1,200 cash deposit to Louis J. Marion. Owner: Louis J. Marion 2086 Pleasant Hill Road Pleasant Hill, CA 94523 Location: Subdivision MS 125-75 is located at the end of a private court 400 feet east of Ivanhoe Avenue. (LD) Item 7. CANAL ALLEY - ABANDONMENT - Pacheco Area Joseph Casaglio has requested the abandonment of the portion of Canal Alley adjacent to his property on the north side of Second Avenue South, west of Interstate 680, in Pacheco. It is recommended that the Board of Supervisors set a date for a public hearing on the proposed abandonment. (10:45 a.m. June 28, 1977 suggested) (LD) Item 8. LAKE AVENUE CULVERT - APPROVE PLANS AND SPECIFICATIONS AND AWARD CON- TRACT - Rodeo Area Informal bids were received and opened in the office of the Public Works Director on Friday, May 6, 1977, for the construction of drainage facilities on Lake Avenue at its intersection with Second Street in Rodeo. • (continued on next page) A_ G E N D A Public Works Department Page 2 of 9 Mayo 7 ;a77 F Item 8 continued: It is recommended that the Board of Supervisors approve the plans and specifications and award a contract to Bay Area General Engineering of Oakland, in the amount of $5,449.50, the lowest of five (5) bids which - were received. This project is considered exempt from Environmental Impact Report requirements as a Class 1(c) Categorical Exemption under County Guide- lines, It is also recommended that the Board of Supervisors concur in this finding. Upon completion, these improvements will eliminate the ponding of sur- face waters at this intersection. (RE: Project No. 1795-4366-665-77) (RD) SUPERVISORIAL DISTRICT III Item 9. COUNTY SERVICE AREA R-7 - APPROVE PLANS AND ADVERTISE FOR BIDS - Alamo Area It is recommended that the Board of Supervisors approve the plans and specifications for Stone Valley School Neighborhood Park (County Ser- vice Area R-7) , (paving and shade structure) at 3001 Miranda Avenue, Alamo, and direct its Clerk to advertise for construction bids to be received until -11:00 a.m. on June 14, 1977. Preparation of plans and specifications was by the Public Works Depart- ment and the cost estimate for the base bid is $11,700. The plans and specifications have been reviewed by the Stone Valley School staff and Parents Club, the R-7 Service Area Advisory Committee, the San Ramon Valley Unified School District and the Public Works Department. This project is considered exempt from Environmental Impact Report requirements as a Class 3 Categorical Exemption under County Guidelines. It is also recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: Work Order 5464-927) (SAC) Item 10. SUBDIVISION 4386 - REFUND CASH DEPOSIT - Town of Moraga The Moraga Town Council at its council meeting of May 4, 1977, found that the improvements in Subdivision 4386 have satisfactorily passed the one-year performance guarantee period and has requested the refund of the original cash deposit. It is recommended that the Board of Supervisors authorize the Public Works Director to refund to M & W Development Corporation the $500 cash deposit as surety under the Subdivision Agreement. Subdivider: Sasha Maloff 45 John Glenn Drive Concord, CA 94520 Location: Subdivision 4386 is located on the south side of Ascot Court 200 feet west of Ascot Drive. (LD) A G E N D A Public Works Department Page 3 of 9 May 17, 1977 00014 Item 11. SUBDIVISION MS 61-76 - APPROVE AGREEMENT - Walnut Creek Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Norman A. Passur, Jr., et al, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 61-76 as required by the Board of Adjustment. Owner: Norman A. Passur, Jr. 2416 Warren Road Walnut Creek, CA ,94545 Location: Subdivision MS 61-76 is located at the northeast corner of the Island Court and Warren Road intersection. (RE: Assessor's Parcel No. 184-010-058) (LD) Item 12. SUBDIVISION 4037 - REFUND CASH DEPOSIT - Town of Moraga The Moraga Town Council at its council meeting of May 4, 1977, .found that the improvements in Subdivision 4037 have satisfactorily passed the one-year performance guarantee period and has requested the refund of the original cash deposit. It is recommended that the Board of Supervisors authorize the Public Works Director to refund to Russell J. Bruzzone, Inc. the $500 cash deposit as surety under the Subdivision Agreement. Subdivider: Russell J. Bruzzone, Inc. 899 Hope Lane Lafayette, CA 94549 Location: Subdivision 4037 is located on Country Club Drive east of Moraga Road. (LD) Item 13. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: No. Instrument Date Grantor Reference 1. Grant Deed 3-11-77 Norman A. Passur, Sub. MS 61-76 Jr., et al 2. Grant Deed 1-29-77 Fraser E. West, Sub. MS 134-76 et al 3. Grant Deed 3-16-77 Woodhill Partici- Sub. MS 138-75 patory Associates Limited Partnership B. Accept the following instrument for recording only: 1. Offer of Dedication 5-2-77 Gordon H. Ball, et al LSM for Roadway Purposes Bk. 61 Pg. 39 (LD) - A G E N D A Public Works Department Page 4 of 9 May 17, 1977 00015 SUPERVISORIAL DISTRICT IV Item 14. PORT CHICAGO HIGHWAY BRIDGE RECONSTRUCTION - APPROVE PLANS AND ADVERTISE FOR BIDS - Clyde Area It is recommended that the Board of Supervisors approve plans and speci- fications for the Port Chicago Highway Bridge Reconstruction Project and advertise for bids to be received in four weeks, and opened at 11:00 a.m. on Tuesday, June 14, 1977. The Engineer's estimated construction cost is $157,000. The project consists of replacing the existing narrow bridge with a new bridge having a 40-foot-wide roadway, one 5-foot-wide sidewalk, and a bridge span length of 50 feet. The work will be federally funded under the SAFER ROADS DEMONSTRATION PROGRAM which provides 90% of the contract cost. A Negative Declaration pertaining to this project was posted and filed with the County Clerk on January 20, 1976 with no protests received. On April 20, 1976, the Board of Supervisors determined that the project will not have a significant effect on the environment and directed the Director of Planning to file a Notice of Determination with the County Clerk. The project has been determined to conform with the General Pian. (RE: Project No. 4371-4283-661-76) (RD) Item 15. SUBDIVISION MS 134-76 - APPROVE AGREEMENT - Concord Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Fraser E. West, et al., and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 134-76 as required by the Board of Adjustment. Owners: Fraser E. West, et al. , Rt. 1, Box 175 Ione, CA 95640 Location: Fronting approximately 200 feet on the southwesterly side of Myrtle Drive, and approximately 200 feet on the northeasterly side of Laurel Drive, approximately 1900.feet southeasterly of Ayers Road. (RE: Assessor's Parcel No. 117-040-18, 46 & 47) (LD) SUPERVISORIAL DISTRICT V Item 16. SUBDIVISION 4207 - APPROVE AGREEMENT - Byron Area It is recommended that the Board of Supervisors approve and authorize its Chairman to execute the Subdivision Agreement for Landscape Main- tenance on behalf of the County. Location: Subdivision 4207 is located on the west side of Discovery Bay Boulevard north of State Highway 4. (LD) Item 17. SUBDIVISION 4664 - REFUND CASH DEPOSIT - Danville Area It is recommended that the Board of Supervisors: 1. Declare that the improvements in Subdivision 4664 have satisfactorily_ met the guaranteed performance standards for one year. (continued on next page) A G E N D A Public Works Department Page 5 of 9 May 17, 1977 00016 1¢ Item 17 continued: 2. Authorize the Public Works Director to refund to Crocker Homes, Inc. , the $500 cash deposit as surety under the Subdivision Agreement. Owner: Crocker Homes, Inc. P. 0. Box 2516 Dublin, CA 94566 Location: Subdivision 4664 is located on the south side of Camino Tassa- jara west of Sycamore Valley Road. (LD) Item 18. SUBDIVISION MS 138-75 - APPROVE AGREEMENT - San Ramon Area It is recommended that the Board of Supervisors approve the Deferred Improvement Agreement with Woodhill Participatory Associates Limited Partnership, and authorize the Public Works Director to execute it on behalf of the County. The document fulfills a condition of approval for Subdivision MS 138-75 as required by the Board of Adjustment. Owners: Woodhill Participatory Associates Limited Partnership - c/o RWC California Company 34-B Alamo Square Alamo, California 94507 Location: Subdivision MS 138-75 is located on the west side of San Ramon Valley Boulevard, south of Bollinger Canyon Road. (RE: Assessor's Parcel No. 209-090-007,008) (LD) Item 19. SUBDIVISION 4676 - ACCEPT SUBDIVISION - Danville Area It is recommended that the Board of Supervisors: 1. Issue an Order stati-ng that the construction of improvements in Subdivision 4676 has been satisfactorily completed with the exception of minor deficiencies for which a cash bond has been posted. 2. Accept as County Roads those streets which are shown and dedicated for public use on the map of Subdivision 4676 filed July 15, 1976, in Book 186 of Maps at page 24. Subdivider: Crocker Homes, Inc. P. 0. Box 2516 Dublin, CA 94566 Location: Subdivision 4676 is located on Contada Circle south of Camino Tassajara. (LD) Item 20. NORTH PARKSIDE DRIVE - APPROVE ROAD CLOSURE - West Pittsburg Area M. Lummus, Incorporated requests permission for a partial road closure of North Parkside Drive (County Road 5781) between the railroad spur crossing at Stanley Strapping and Willow Pass Road, for the purpose of repairing the railroad spur track. Eastbound traffic will be detoured via Willow Pass Road. The partial closure is for a four (4)-day period between May 9, 1977 and May 20, 1977 on working days between 8:00 a.m. and 4:30 p.m. Prior approval was granted by the Public Works Director in accordance with Item 3 of the Board Policy with the following conditions: 1. All signing to be in accordance with the State of California Manual of Warning Signs, Lights and Devices dated 1973 aqd the County Manual of Warning Signs, Lights and Devices; and (continued on next page) A G E N D A Public Works Department Page' 6 of-9 May 17, 1977 00017 vuvl� :r } Item 20 continued: 2. The Contractor shall comply with the requirements of the Ordinance Code of Contra Costa County. It is recommended that the Hoard of Supervisors approve the action taken by the Public works Director- (LD) GENERAL t Item 21. DETL_VTIoN FACILITY SITE - ACCEPT DEEDS AND INITIATE CONDE MTION ACTION - .Martinez Area It is recommended that the Hoard of Supervisors accept the following deed_ and contracts and authorize the Public works Director to sign said con- tracts on behalf of the County. A. Dated March 16, 1977 from Melvin. T. wells B. Dated April 25, 1977 from William J. Brady C. Dated April 4, 1977 from John F. Brady ' D. Dated March 18, 1977 from Flora N. Lyhne E. Dated March 29, 1977 from Howard Reed F. Dated March 23, 1977 from Charlotte R. McHarry G. Dated March 21, 1977 from Roy Herbert Dunkel, Gary Alan Ross, Patricia Gail Young, Nancy Lynn Ross It is further recommended that the County Auditor be authorized to draw warrants in the amount of $25.00, payable to each named Grantor and deliver same to the County Real Property Agent for payment- Payment is for real property interests lying within the vacated portions of Pi^.e Street, Green Street and Thompson Street, City of Martinez, re- quired for the detention facility site. ! It is also recommended that the Board of Supervisors adopt a Resolution of Intention to Adopt a Resolution of Necessity for the acquisition by eminent domain of the retraining real property interests lying within the abandoned areas of said streets, and set June 7, 1977, at 10:55 a.m. as the date and tine it will hold a hearing on the adoption of the Reso- lution of Necessity. (RP) Item 22. CONTRA COSTA COUNTY SANITATION DISTRICT No. 15 - APPROVE AMENDMENT No. 2 TO AGRE__"tT FOR ENGT RING SERVICES - Bethel Island Area It is recommended that the Board of Supervisors, as ex officio the Governing Board of Contra Costa County Sanitation District No. 15, appra- and authorize its Chair--an to execute Amendment 2no. 2 to the Agreement for Engineering Services, dated February 10, 1976, between CDM, Inc. and District No. 15. } Amendment No. 2 provides for an evaluation and cost-effective analysis of a 'low pressure sewer system' for Bethel Island. The cost of the analysis shall not exceed $12,000 without prior Board F approval. The State and Federal governments, under the guidelines of !; the Clean water Grant Program, is funding 87h9 of the cost. This work is required by the State Water Resources Control Board and mus: be completed prior to approval to advertise for bids on the previously designed 'gravity sewer system.' (RE: Woik Order No. 5400-927) (EC) item 23. NORTH WIND PLANNING DEPARTMENT REMODEL - ADVERTISE FOR BIDS - Martinez Area it is recoc=ended that the Board of Supervisors approve the plans and specifications for the North ming Planning Department Remodel, 651 Pine Street, Martinez, and direct its Clerk to advertise for construction bid_ to be received until 11:00 a.m. on June 14, 1977. The Engineer's estimated cost of the construction contract, base bid on!-- is ni:is $60,000. 4 This project is considered exevpt from Environmental impact Report re- quirements as a Class lA Categorical Exemption under the County Guide- lines. it is recocended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemp- tion with the County Clerk. (RE: 1003-086-7710-830) (B&G) A G E N D A Public Works Department pig ;efi9 May 17, 1977 00018 7 Item 24. FIRE STATION No. 6 - APPROVE PLANS AND ADVERTISE FOR BIDS - Concord Area It is recommended that the Board of Supervisors, as ex officio the Governing Board of the Contra Costa County Fire Protection District, approve the plans and specifications for the New Electrical Service at Station No. 6, 1120 Willow Pass Road, Concord, and authorize the Clerk to advertise for construction bids to be received until 11:00 a.m. on June 14, 1977. The construction cost estimate is $9,000. This project is considered exempt from Environmental Impact Report re- quirements as a Class lA Categorical Exemption under County Guidelines. It is recommended that the Board concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: 2025-2025-7710-706) (B&G) Item 25. JUVENILE HALL - APPROVE PLANS AND ADVERTISE FOR BIDS - Martinez Area It is recommended that the Board of Supervisors approve the plans and specifications for the Personal Security System at Juvenile Hall, 202 Glacier Drive, Martinez, and authorize its Clerk to advertise for con- struction bids to be received until 11:00 a.m., on June 14, 1977. The construction cost estimate is $15,000. This project is considered exempt from Environmental Impact Report re-- quirements as a Class lA Categorical Exemption under County Guidelines. It is recommended that the Board of Supervisors concur in this finding and instruct the Director of Planning to file a Notice of Exemption with the County Clerk. (RE: 1120-099-7710-604) (B&G) Item 26. SPAY CLINIC - APPROVE CONTRACT CHANGE ORDER - Martinez Area It is recommended that the Board of Supervisors approve the deductive Change Order No. 1 to the construction contract with Design Facilities Leasing Co., 38505 Cherry Street, Newark, California, for the amount of $492.21 (Deduct). This Change Order provides for additional work and agreed upon liquidated damages. It is also recommended that the Board accept as complete, as of May 17, 1977, the construction contract with Design Facilities Leasing Co., for the Spay Clinic at 4849 Imhoff Drive, Martinez, and authorize its Clerk to file the appropriate Notice of Completion. It is further recommended that the Board extend the construction con- tract time from December 6, 1976 to May 17, 1977; to cover delays in delivery of materials and conditions beyond the contractor's control. (RE: 1003-102-7711-711) (B&G) Item 27. BUCHMAN FIELD - APPROVE LEASE - Concord Area It is recommended that the Board of Supervisors approve and authorize the Board Chairman to sign on behalf of the County, as Lessor, Amendment No. 3 to the Aircraft Storage Lease with Buchanan Airport Hangar Company, as Lessee. The Lease Amendment is for the construction and operation of the sixth hangar building on the additional area of airport land approved by the Board of Supervisors on March 25, 1975. (continued on next page) A G E N D A Public Works Department -Page 8 of 9 May 17, 1977 00019 Item 27 continued: As recommended by the Board's Finance Committee and approved by the Board on March 15, 1977, the Lease Amendment is for a term of 30 years, commencing on the hangar building completion date on February 15, 1977, at the same rental rate and general terms and conditions as the original Lease and Amendments. It is further recommended that the Board establish the recorded completion date of the additional hangar building, February 15, 1977, as the effec- tive rental date. The new hangar building contains 17 closed-door units (6 large and 11 standard) bringing the storage hangar complex on the east side of Buchanar. Field to full completion of 6 hangar buildings (5 closed and 1 open shade-type) containing a total of 110 hangar units. (RP) Item 28. RIVERVIEW FIRE PROTECTION DISTRICT - PROPERTY ACQUISITION - Antioch Area On November 30, 1976, the Board of Supervisors approved the recommendatior of the Board's Administration and Finance Committee to authorize acqui- sition of approximately 12 acres of surplus State Highway vacant land for the construction of a fire station and administration center as requested by the Riverview Fire Protection District. The property is located on Delta Fair Boulevard adjacent to State Highway 4 Freeway. Appraisals, site investigation and preliminary negotiations with the State have been concluded. It is I recommended that the Board of Supervisors, as the Board of Director: of the Riverview Fire Protection District of Contra Costa County, approve the purchase of the 12.262-acre site from the State of California for the price of $79,700. It is further recommended that the Board adopt a Resolution and Notice of Intention to purchase the property at that price and set Tuesday, June 21 1977, at 10:45 a.m., as the date and time to consummate the purchase. A Negative Declaration pertaining to this acquisition was posted and filed with the County Clerk on March 25, 1977 with no protests received. The project has been determined to conform with the City of Antioch General Plan. It is further recommended that the Board of Supervisors determine that this acquisition will not have a significant effect on the environment and instruct the Director of Planning to file a Notice of Determination with the County Clerk. (RE: Work Order No. 5509-927) (RP) Item 29. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. The Delta Water Quality Report is submitted for the Board of Supervisors' information and public distribution. No action required. B. It is requested that the Board of Supervisors consider attached "Calendar of Water Meetings." C. Report on status of Delta Agricultural Entitlement Negotiations. (EC) NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specific time if discussion becomes lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department Page of—9 May 17, 1977 00020 A a J i Prepared by Chief,Engineer of, the Contra Costa County Water Agency May 11, 1977 CALENDAR,OF,WA TER MEETINGS DATE DAY TIME ATTENDANCE -SPONSOR PLACE REMARKS Recommended Authorization May 17 Tues. Senate 4:30 P.M. Public Hearing- Staff Committee on Capitol Bldg. Senate Bill Nos. Agriculture and Room 3191 3 Water Resources 44,345 and 346 June 20 Mon. State Water 9:00 A.M. 21 Tues. Resources Board Resources Bldg., Phase II Hearings Staff. Delta Water Qua 2222 Wed. Control Board Sacramento 27 Mon. ity Control Plan 28 Tues. 29 lied. k 3 E Y X ui 00021 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). 00022 BOA OF $QpERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Zo iir Ordinances Passed Date: May.10 19?? tion Of the This bei� the date property aspindicater ed , which was following ordinancets� rezoningg held; (-.:are) duly introduced and hearings 'The Board orders that tve iis (these) ord n dcassindicated} passed, and the Clerk below*. - Application Area Newspaper Ordinance A licaat Number Number _ .3P Associated 2106-RZ Bethel Island Antioch A 77-52 Daily Ledger Professions Golden Gate 2013-R2 I4artinez Morning News Go 77-53 Gazette Development Co., -• Inc, PASSED on Hav 10 1977 by the following vote: AYES- Supervisors J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine, and W. N. Boggess :GOES: !done ABS---7JT: None g gf CERTIvy •that the foregoing is a true and co*�act record and cop! Of action duly taken by this Board on the above date - AT^EST- j. R. ODS SON, Counts Clark d ex COLO?? err of the Board: an By: =� Billie C. Souz Deputy L e • In the Board of Supervisors of Contra Costa County, State of California Play 10, 19 M In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY THE BOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on May 10, 1977. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed thisl0thday of May 19 77 / J. R. OLSSON, Clerk By.-�I�1,/Y)ly kA212�Deputy Clerk Jamie L. Johnson K-24 317615m 0002.1 PZ3 : TIOH ADJUSTMENT REQUEST too: I Cep mment aoop. medical services Budget Unit Sao Date _1/3/77 Actizn R$CsL•aSted: Cancel soStbendant_Positloos 200-20, 51, 61, 73, 96. 97. 'a r� gr (8 positions): add eight Clerk/Intermediate Clerk PositionsProposed effective date: as soon as Expla;n wIy adjus�nt is neet--=d: To provide reaaired clerical support for nursing sibie pervice areas and release professional and as rofess12M2 personnel for duties of their classifications. Estimated cost of adjust Amount: 1. S Aries arm :tidt?s: 2. d 23s : (Ust- -u,:-:s w:d ca6t) t" Ld °'— $... TAU-: �. �� : 1'��ZCY Estimated total- S l :l�. r Signature medical.virector/ D-120,6�` `" Department Head1 t� Initial Determnna ion of County Administrator Date: J 19 1977 To Civil Service: - . Bequest recoomendation. County Mmin ator Personnel Office and/or Civil Service Commission D IA: ,�Prt7 2,1977 Classification and Pay Recommendation Classify (8) Clerk positions and cancel (8) Hospital Attendant positions. Study discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day folloviag Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of (8) Clerk positions, Salary Level 162 (604-734) and the cancellation of Hospital Attendant position #11, 020, #51, #61, #73, #85, #96 and 097, Salary Level 201 (680-827). Assistant Personnel ctor Recomvzndation of County Administrator i te: MX 6. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 11, 1977. County Adminiftfator. �Actio. of the 83ard of Super,risc::s '-wj ls-'T--nt -;PPROirD on Vow i n vm► • \r Cowar C'�c�t Ma C t.,,... ,c may 101977 �• I : C.': Aijus`me':t =:d Peatsoline.t 7 action and re _- of form rr'=: be cc-pleted and supplarenred, when -- .'lc ?, bit -- `;)n chart _'!} s.Ct7Qtt or OfrT:e 2`ieCtBd. 00no3 0:4;r ,. 1 In the Board of Supervisors of Contra Costa County, State of California May 10 .19 77 In the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on May 10, 1977- 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors -n the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed thisl0thday of May 19 77 // J. R. OLSSON, Clerk ByrJejnW 2gL-"j /16O,,Deputy Clerk Jamie Z.. Johnson 00023" H-24 3/7615m +• �` CONTRA CbSTA C$UNTY x APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT HEAl-..H RESERVED FOR AUDtTOR•CONTROLL£R'5 USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Cade Ouantit Fund Bud et Unit Obiect Sub,Acct. CR X IN 661 Ot 1003 460-1081 Labor Received 46,000 If 451-1081 Labor Received 461000 of 460-2310 Professional ti. Personal Services 120,000 of 460-2317 CCS Diagnosis 40,000 it 990-9970 Appropriable New Revenue 60,000 y " 990-9970 Reserve for Contingencies 80,000 Contra Cosict Count/ RECEIVED Off ice Of County Aerninistrator PROOF 7sme7, -K_P. VER. 3. EXPLANATION OF REQUEST(if capital outlay,list Items and cost of each) TOTAL — . _-_� ENTRY To reflect additional allocation of $80,000 ($60,000 State, $20,000 Local) for Crippled Children Services Date Description Diagnosis and Treatment Program for FY 1976-77. Other internal adjustments not affecting total. To alleviate year-end budget deficiencies and overages. APPROVED; SIGNATURES DATE AUDITOR— — CONTROLLER: c InO '.tQ'77 COUNTY d� b".�rf ADMINISTRATOR: van, ./ BOARD OF SUPERVISORS ORDER: Y E S:So pTvitots Kenny.Faliden, , rodrs,aoggcu,I iuultinc NO"t1rz.5� on MAY 10 19fi by (i. 0 J.R.OLSSON CLERK ' Admin. Serv. Ass It. III 4/21/7 Rt P to 1 q, t Deputy Cier Signot r Title Date i M 129 Rev. 2/68)• �OM Curna No. �"-��'j/,�, oumal Na. ,'-' P i}s��_ ' * •See Instructions on Reverse Side ys 4 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPAP,TMENTORBUDGET UNIJ-„..Special Elections 046 RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE I% ASSET ITE increase Fund g{�' r� ()� (' 1 1 Decrease CR X IN 661 Code Ounntit Bud et Unit Ob'ect Sub.Acct. 01 1003 046-1013 Temporary Salaries; 18,700.00 01 1003 046-1042 F.O.A.S. Insux' 'c� `' '”' 'fF 1,370.00 01 1003 046-2100 Office Expense 16,200.00 01 1003 046-2260 Rent of Real Property 1,200.00 01 1003 046-2465 Election Officers 7,610.00 01 1003 046-2473 Specialized Printing 14,800.00 01 1003 '1,9:--9970 Reserve for Contingent 591880.00 10(33 ggO•gq-10 ( N PPrZ0PRIA(ALE NEW � ZvrfAIVIL PROOF Comp._ K.P. VER. 3. EXPLANATION OF REQUEST(i1 capital outlay,list items and cost of each) TOTAL �+ �+ ENTRY The following elections have been called Date Description for May 31, 1977 and were not included in the 1976-77 budget request: 1. San Pablo Sanitary District 2. Mt. Diablo Unified School District 3. San Ramon Valley Unified School District 4. Sanitation District 7A APPROVED: S "S DATE S. Oakley Sanitary District AUDITOR- 6. City of Pinole CONTROLLER:_r'• COUNTY These agencies will be billed for their ADMINISTRATOR: 13-1r47 elections and payment is placed in the general fund. BOARD OF SUPERVISORS ORDER: YES:Supervisnis Kanny.Fandrn, tithrodrr,tit.ticas Itasschinr NO:1'W tLt, on M�l. 0 197 W.T.PAASCN,CLERK by aftVivS a' �46q q, re -E -d`r✓County Clerk 3-31 0-77 Deputy G(et Sipnat a 000 gpppottlANodl' Da1i M 129 Rev. 2/68} lourorn . •See Instructions ori Reverse Side 2V CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTME147 OR BUDGEf UNIT County Counsel RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Inctease Code QuontHyl Fund Bud et Unit Ob ect Sub.Acct. (CR,X IN 66) Oi 1003 030-2310 Professional Services 10,000 (NIMLO Litigation) 01 1003 990-9970 Reserve for Contingencies 10,000 PROOF Comp. K.P. VER. 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL —— ENTRY The National Institute of Municipal Law Officers has Date Description established a Federal Unemployment Compensation Tax Litigation Trust Fund to test the constitutionality of Public Law 94-566. Board of Supprvisors resolution No. 77-355 adopted on April 26, 1977, provided for a payment of $10,000 as this County's contribution for this purpose. APPROVED: SIGNA JRES DATE AUDITOR— j CONTROLLER: COUNTY lh. /�� ADMINISTRATOR: r:1—'`�{ BOARD OF SUPERVISORS ORDER: v YES:Supervisors Denny,Fanden, S,hrudcr,Bo"ess,Hasschiat NOIMj\�L an'r' , J. R. OLSSON, CLERK by(��Slii LL� a. _ Budget Analyst 5-4-77 Deputy Clark Signoture Title Date prop.i dlAdj. 5286 (M 129 REV. 2/15) 0U429"Ploa - •Sec frrstrtrrtrorrs err Reverse Side { ` r CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT JURY COMMISSIONER (237) RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Cods Ouantlt FundBud et Unit Ob'ect Sub.Acct. Decrease CR X IN 66) 01 1003 237-1013 TEMPORARY SALARIES $ 2,460.00 1003 237-2250 RENT OF EQUIPMENT 1,200.00 1003 237-2100 OFFICE EXPENSE Y,Soo 1003 990-9970 RESERVE FOR CONTINGENCIES 20060. /003 a37—.9102 000/4C Ac PER/OD I CAts ov Contra COsta County RECEIVED t'� r ':E13 2 3 1977 W cc.. u Officepf ? v County Administrator n ao v: si co � PROOF _Comp. K.P. VER. 3. EXPLANATION OF REQUEST(II capital outlay.list Items and cost of each) TOTAL �� � — � —— ENTRY Date Description To cover additional costs of operation of Jury -' Commissioner's function due to increased require- ments by legislative measures adopted. APPROVED. SIGNATU 5 DATE t uJ¢tsr.�4# AUDITOR— FEB L 8'17 AP. CONTROLLER: A COUNTY CC ADMINISTRATOR: 40/1%a l a .5-4-71 CC J AC BOARD OF SUPERVISORS ORDER: YES: Supervisors Kenny,FalArn, B0. -%diralcr,Nupt',ew l laueltine YE antdAY 1 0 197 �i V/ SUPERIOR COURT ADit. 2 17 N0.- W.T.PAASCN, CLERK W,TMS+ c. �+ �4oQ d, r�fi ubpuiy (.ter Title Date <' J. R a- (�(� Prop.Adl. '" (M 129 Rev. 2/66) •See instructions oR Reverse Side OVV� urnol No. tM i 4 • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT PUBLIC WORM RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM` Decrease Increase Cade ouantil Fund Bud et Unit Ob'act Sub,Acct. CR X IN bbl SELECT ROAD ?.e BRIDGL COINSTRUCTION 01 ' 1003 661-2319 1. San Pablo Dam load 3 17,500 RESE:RU FOR CMITINOEICIES 990-9970 1. AppropriMe—1,x Rev 17,500 1. Reserve for Contingen 17,500 PROOF £%PLANATION OF REQUEST(If capital outlay, list Items and cost of Will TOTAL ENTRY Data Dasctiption 1. To increase the budget for cash contribution received from Westwood Associates for new signal as per Deposit Permit # 142350 of 12/20/76, per conditions of Development Permit 3011-76. APPROVED: SIGNATU DATE AUDITOR CONTROLLER: COUNTY % 5.6-77 ADMINISTRATOR; r BOARD OF SUPERVISORS ORDER: Y ES:Suprrvtwa Runny,Fandcn, Schroder,floggcss,Hassettuu . ( �� -z—Public Works Director 5/4/77 J. R. OLSSON, CLERK by `. ''��--P- Cle a, �]('� Slonatute 000 Tltle Date .._..�_�M�prap.Add. outnat No. (M 129 REV. 2/75) *Sere Inslnrelinns on Reverse Side i CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT i. DEPARTMENT OR BUDGET UNIT MEDICAL SERVICES 540 RESERVED FOR AU OITOR•COfrTROLLEa'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Coda Ouontit Fund Bud ctUnit Ob"act Sub.Acct. Decrease CR X IN 66) 01 1003 540-7754 174 Sterilizer Instrument $ 205.00 01 1003 5)10-7754 175 Table Examining 2,920.00 01 1003 540-2140 Medical - Laboratory Supplies 86.00 01 16 1003 540-7754 1q 3 Otoscope/Opthalmoscope - Wall Mounted Units $3,211.00 MEN I.PROOF Comp. K.P. VER. 3. EXPLANATION OF REQUEST(If capitol outlay,list items and cost of each) TOTAL ENTRY Request that funds be adjusted as indicated above so Date Doscription that we may purchase wall-mounted otoscope/opthalmoscope units for use in the Richmond Health Clinic. We- have had a great many diagnostic sets "leave" the premises, and hope that wall-mounted units would deter these losses. There is a need to replace diagnostic units which are sorely depleted. APPROVED: SIGUl RES DATE AUDITOR— CONTROLLER: COUNTY ADMINISTRATOR: 5'6-77 BOARD OF SUPERVISORS ORDER: YES; cunrnisnr,Kenny,F.W,. _ N,hnulrr.Ilahgcss,Tlasseltin!'` NO:.`YkMits-_ on AYM l p 197 t/�e[ Assistant J. R. OLSSON, CLERK by a, Medical Director 11/28`1 sJcpuly tr1gJ(< < Sig- L. F. Girt Title Title Date �UJJ Approp.All: (M 129 REV. 2/75) Journal No. 'Sec fast►uctious oil Reverse Side i i r i t 1 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGET UNIT Auditor-Controller 010 RESERVED FOR AUDI TOR-CONTROL LER'S USE Cold Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Ouantlt Fund Budget Unit Ob'ect Sub.Acct. CR X IN 66) 01 1003 010-1013 Temporary Salaries 11,000 1014 Overtime 2,600 2100 Office Expense 14,700 2102 Books & Periodicals 500 2131 Minor Equipment Tagged 160 2250 Rent of Equipment 250 2270 Repair & Mtce Equipment 1,200 2301 Auto Mileage Employees 600 5 7751 001 Calculators 1,696 1 7751 002 Typewriter, Manual 374 1 7751 003 Typewriter, Electric 800 3 7751 005 Microfiche Reader 750 1 7751 006 File, Lateral 300 1 7751 008 Microfiche Reader Printer 1,500 1 7751 706 Typewriter 130 PROOF Comp.- K.P. VER. 3, EXPLANATION OF REQUEST(If capital outlay,list Items and Cast Of each) TOTAL1. -- - - —a- ENTRY To transfer funds to cover estimted expenditures Date Description through June 30, 1977, APPROVED: INA RIS DATE AUDI TOR�''" � CONTROLLER,.—' 5.11-7 7 COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER; �CC+l7 YES: Supervasors Fenny,Fandcn. Sihnwirr,riu�rss,Nxsxl�t�Rtpe (� ' d177 J. R. OLSSON, CLERK br` �k �d ��Q a. Ti Ogla Officer Data V Signat rop.Adl. c (M 129 REV. 2/75) `See Irrstruclious air Reverse Side 00 enol No. A i I ® CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGE'r UNIT County Administrator RESERVED FOR AUDITOR•COUTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Cade Duandt ) Fund Bud el Unit Ob'ect Sub.-Acct. CR X IN 661 OI 02 1003 003-7752 007 Desks - Dbl. Ped. , 30 x 60 695 1003 003-1013 Temporary Salaries 955 1003 003-2170 Household Exp. 7,500 1003 003-2281 Maintenance of Buildings 500 1003 003-2305 Freight and Drayage 900 a 1003 003-2310 Professional & Personal 6,000 Services 1003 003-2973 Specialized Printing 1,000 1003 001-7751 011 Dictating Unit 550 1003 106-7713 601 Various Leasehold Improvements 18,100 PROOFComp, K.P, VER. 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL --- - - - -- - - ENTRY To provide funds for various expense _ Date Description items resulting from office move and unanticipated public information printing and artwork expenses. APPROVED: SIGNATURES DATE AUDITOR- APP CONTROLLER: AY 5 197T AU COUNTYCo J-/ -77 CO ADMINISTRATOR: 1O ADI BOARD OF SUPERVISORS ORDER: YES:Sufxrvisun Kenny,FalatrnBOA,, YES: khruder,boBR�.Naucltittt . anM-AY 10 19 t QtASSiSt. � � 1�CCMNO:.-J. R. OLSSON, CLERK by kit! tti 8 01LG.Q 4. F. FernandezCo. Admin.-Finance 5-5-77 Signature Title Date J. R. OUt33 Approp.Adl. (M 129 REV. 2/75) Journal No, Sec Instructions on Reverse Side (M 12 i 1 ''f CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT I. DEPARTMENT OR BUDGE t UNIT PUE,IC WORKS RESERVED FOR AUDITOR•COUTROLLEWS USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quantity) Fund Bud etUnil Ob'ect Sub.ActL CR X IN 66) EQUIPMENT OPEcMATIONS 01 2 1003 063-7756 030 1. Roller 3-5T $ $ 32,000 2 1 _Q&_ 2. Pull Broome 13,657 2 7753 al 3. Emulsion 'Trailers 9,000 1 7756 (� G. Water Tank WJPump 131000 7753 013 Dump Truck 21oYD 17,000 018 Trailers HD Equip 40000 7784 023 Chain Saw HD 169 024 Brush Cutter 12 026 Chain Saw 1.1.2 7756 029 Roller 10-12T 8,766 i 031 Loader 314 YD 1498 PROOF Comp,_ N.P. VER. 3, EXPLANATION OF REQUEST(H capital outlay,list Items and Cott of each) TOTAL ENTRY 1. Replace old unsafe 12 year old rollers. Date Description 2. Pull Broome for road maintenance sweeping. 3. Smulsion trailers to allow storage of asphalt emulsion in all four maintenance yards. 4. Water tank to be installed on used chasis of allow water truck coverage on a County wide basis. APPROVED: URES DATE AUDITOR— CONTROLLER: �AY 4 1973 COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES:Supervisurs Kenny.Fehdcn, Sduudtr,f3og6eu,Hsstelt�tfif� . on MAY 10 19 Y \,iurs %Lfi� + ��',y i J. R. OLSSON. CLERK b c Works Director 5-4-77 —leUty 1:1 dignaturo (�(�jj 33 Title �j Date V00prop Adi. d (M 129 REV. 2l75) ournaf No. `Sec Itrstrrrctinss onXee�erse Side i 3 4 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT • 1. DEPARTIACNT OR BUDGET UNIT Public Works ' CONTRA C05TA COUNTY Increase APPROPRIATION ADJUSTMENT UDtTOR•CONTROLLER'S USE I Decrease CR X IN 66) RESERVED FOR A ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET TEIA' 1. DEPARTMENT OR BUDGE f UNIT Pub I ie Works Card Special RESERVED FOR AUDITOR•CONTROLLER'S USE Fund Bud etUnN Object sub•nc"• SELECT Roo & BRIDGE CONSTRUCTION Code Ou 4250 Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase a"i't -2 10 1. prof Svcs to 7l Cade OuanNt Fund Bud etUnit Ob ecr Sub.Acct. CR X IN 66) 01 1003 bbl 3 MINS ROAD & BRIDGE CONSTRUCTION 4250 COUNTY SERVICE AREA R-7 6b5� 1. Prof Svos to Z1 ROAD & BRIDGE MAINTENANCE 8500 Cl 2754 2754-7700 021 1. Park Site #7 5449 73,800 1. Central St Br Fm 1-5 ( 7712 011 I. Dev Pk Site 30 5486 73,800 671-1085 COUNTY SANITATION DISTRICT 5 2380 2380-7700 003 2. Mc Near WO 5552 1,500 1 { 7712 004 2. Sewer Sys Impr 1,500 PLANT ACQUISITION GARAGES 1003 119-7712 ata. 3. Pave parking area - pool 11,615 PLANT ACQUISITION PUBLIC WORKS 118-7712 715 3. Replace paving Btwd 5,500 { I 721 3. Repair paving Mt= 1,115 PLANT ACQUISITION - MTZ BLDGS 086-7712 528 3. Pave Parking Lot 5,000 list Hems and cost o)each) PROOF K,p, VER. 3 1, Work Order 4965 . EXPLANATION OF REQUEST(lf capital outlay, tetianoe _ TOTAL - Transfer funds to road main PROOF C_o_mp._ K.P. -V_E_R._ 3. EXPLANATION OF REQUEST(if capitol outlay,list Items and cost of each) ENTRY for replacing timber abutments on bridge. TOTAL Oaro Description ENTRY Data Description 1. W.O. 5449 Additional funds for park site #7 located at La Gonda Way and EI Pintado. 2. W.O. 5552 Appropriate funds for completion of WNear DATE Condemnation action. APPROVED: SI TUR �p� 3. W.O. 543-2 - Provide additional funding for cdimplete AUDITOR- AY 4 _T7— APPROVED: TURES Y Pavement repair of Pool garage Parking area. CONTROLLER: S AUDITOR- COUNTY CONTROLLPO AE_, -� ?? ADMINISTRATOR: COUNTY,-' BOARD Of SUPERVISORS ORDER: ADMINIStRATOR: YES: SuPvret%,%(,Kcnny.Falxlcn, BOARD OF SUPERVISORS ORDER: �.lrrodcr,ttoess,Hassettist! YES:Saperouot,Kcnm-,Pandcn, on ate &-ImAkt.tiossps,1•lasseltirm NO:. Iy\AZ' 000v��(((^^ Title f MAY 10 1977 . Signature Approp.Ad). on -' - J R. OLfr CLERK by �e hv� Cl nJournal No. on Reaersc Side 0003 J. R. OLSSON, CLERK bk" 1171 )� A � " l ��� Public Works Director 5/4/77 g REV. 2!751 •see lusnucrions ' Deputy Cle Signature Title Date Q4G3'7Apprap.A": Mi (M 129 REV. 2/75) Journal No. •See lustn,ctious err Reverse Side CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Health - 450 RESERVED FOR AUDfTOR•COMTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM Decrease Increase Code Quantity) Fund Bud etUnir Ob"eci Sub.Aar. CR X 1N bt 1 01 1003 450-7754 023 Fat Percent Indicator 43 01 1003 450-7754 011? Parallel Bars 11 3 01 1003 450-2140 Medical and Lab Supplies 54 Contra Cos�j. County Unice of Coun"I of PR601- Comp. K.P. VER. 3. EXPLANATION OF REQUEST(If capitol outlay,list Items and cost of each) TOTAL " -" " " To transfer funds for the purchase of a ENTRY Fat Percent Indicator and Parallel Bars Date Description which have risen in price since the ori- ginal budget approval. APPROVED: SIGNATURES DATE AUDI TOR- AY 3 1977 CONTROLLER: COUNTY ADMINISTRATOR: �.� '77 BOARD OF SUPERVISORS ORDER: YES: Suprcvuor+tCrnny.Falxten, SchcuSer,lb�,ess,tiassticiat ��>I� No:. �0(�g` on Admin. 1 fl 1977r Admin. Services J. R.OLSSON CLERK Assistant 4/26/77 by 1�.f t n,ri tads it Uep4fy clod Sign tura �� Title l �Va rap.Adj. t M 124 Rev. 2!681 •See Instructions an Reverse side urnal No. i I CONTRA COSTA COUNTY �- APPROPRIATION ADJUSTMENT !. DEPARTMENT OR BUDGET UNIT Purchasing Division 020 RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease increase Code Quan6tyl Fund Bud et Unit Obiect Sub.Acct. CR X IN 66 01 1003 020-2270 Repair & Maintenance Equipment 680 01 1003 020-2310 Professional Services 5,613 01 1003 990-9'M .Reserm-f"rr-dr G-een..r..,,...ei-es 6,293 00 0 6 3 - gl53 001 ''t-0 020- ,Z510 Contra Costa County RECEIVED Uliice of County Mmii*itrotor PROOFComp. K.P. YER. 3. EXPLANATION OF REQUEST(If capitol outlay,list items and cost of. each) TOTAL ENTRY To provide funds to cover State contract fee of Date Description $6,293 (1/a of purchase price) for the purchase of vehicles by Public Works Department in 1976-77; to transfer $680 from account 2310 to account 2270 for office equipment painting. APPROVED: SIGNATURES DATE AUDITOR- PR 2 G 1977 CONTROLLER: COUNTY ADMINISTRA70R: BOARD OF SUPERVISORS ORDER: YES:SuPmisurs Krnn},Fai,deo. S:hrU It r,lSax rss,tlassdtine 0 197 on J. R. o1.5soN, CLERK by } _ Admin Svcs Officer 4/22/77 a. , Deputy Clad i' .Signaturgr Title Date �� (�(�03 ptnP.Adj. (M 129 REV. 2/75) V V lJl� ournot No. :2 •See Instructions ort Reverse Side ' t r CONTRA COSTA COUNTY aos'_"t APPROPRIATION ADJUSTMENT iN, i. pEPARTlAE14T OR BUDGET UF117 ?'uBLi(.S t10AKS RESERVED FOR AUDITOR•COP$TROI,t.ER'S USE '000 Card SpeciesACCOUNT 2. 013JECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Cade Ouontit Fund Bud etUnit Ob ect Sub.Acct. CR X IN bb) PUELIC WORKS 01 3 1003 6 0-7751 007 1. Dictating Unit $ 319 1 017 2. Typewriter Selectric 760 706 3. File Unit 92 7750 037 High Pressure masher 22 1 7751 009 File IR4 Card 488 732 Microfilm Cabinets 415 772 010 Desk 6000 6 011 Desks h5x30 55 012 Storage Unit Lab 14 y 7754 013 Monument Detector 5. 014 Traffic Counter 166 PROO1= 1, EXPLANATION OF REQUEST(If capital outlay, list Isomand cost of tach) TOTAL " ENTRY 1, To increase portable dictating capacity. Date Description 2. To supply a seleetrio II to a receptionist whose Workload will consist of heavy, multiple face typing. 3.. To cover actual cost of file unit purchased. APPROVED: 51 GNATUDATE AUDITOR— RE Ay 4 1977 CONTROLLER: COUNTY ADMINISTRATOR: J�5ttL7llL � "?� BOARD OF SUPERVISORS ORDERS YES:SuivrVuuts xvnity,Fandrn. ?? schrtxirr,Boggess,liawltitu jots AY 1 Q 197 NOL-AbY4' on � J. R. p1.S50N, CLERK by a• Public Works Director 5/4/77 + r Deputy Clerk Signature x � Tit Data AppopAIS— (M 129 REV. 2/75) •Sec• Insiructions on Reverse Side CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT AA-1 CC- e— �} s.l�C�t t'L.C` t V t`T" 1 I. DEPARTMENT OR BUDGET UNIT 1 1%C t>,tS%V'�2` RESERVED FOR AUOITOR•CONTROLLER'S USE J>\Q.V\� Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase e Coda Ouontit Fund Bud et Unit Ob ect Sub.Acct. CR X IN 661 661 01 1003 086-7710 525 Hydronic preheaters 5,000 01 1003 086-7710 530 Install chiller Admin 5,000 0 k Contra Cassa County RECEIVED Office of County Administrator PROOF Comp.. 77 77 _VER. 3. EXPLANATION OF REQUEST I If capital outlay,list items and cost of socht TOTAL `� - ` ENTRY To transfer funds in order to provide Dote Description sufficient funding for installing the chiller in the Administration Building, APPROVED: .'�'_..QQSIGNATURES DATE CONTAUDITORCONTROLLER: 4-29-77 CONTROLLER: COUNTY ADMINISTRATOR: SIVS'-1e�77 BOARD OF SUPERVISORS ORDER: t� YES: Supca.nur�Kcnnp.landrn. Uhlodar,Boggess.Has w'w on M �t t \ � RYpv eputy Public Works J. R. OLSSON. CLERK by a. Director 4-27-?7 2 PP 'Itx tat Signature Title 1 ate 00041 prop.Adj. Date (M 129 REV. 2/75) •See Instructions ott Reverse Side Journol No. i i CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTIdENY,,Dp pUDGET UNIT County Board of Education RESERVED FOR AUDITOR-CONTROLLER'S USE 1 , CardSpecial ACCOUNT 7. OBJECT OF ExF'ENSE OP.FIXWAArS Hy ITEM• Increase // Decrease CR X IN 661 Codc Qjantit Fund Bud el Unit Obiect Sub.Acct. l' 01 1003 602-2303 Other Travel Employees 1 ,090 01 1003 602-1011 Permanent Salaries 600 01 1003 602-1014 Overtime 400 01 1003 602-1044 Retirement Expense 40 01 1003 602-1042 F.I.C.A. Expense 50 Contra Cosia County f`"A`I" -' 'r i5%I 011ice of County &ministrator {'ROOF Comp,_ K.P. VER, 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL -- ENTRY Date Description To allow County Board members to attend conferences where they may participate in the inservice training program and exchange ideas for resolving the various problems that they face. APPROVED: SIGNATURES DATE AUDITOR- CONTROLLER. AY 1977 COUNTY s_� T7 ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES:•`•`""A-114,ncony.I'abdcn• Schtu�r,UaBBeu Heseltine . onMM 1� 191 ) Associate Supt. 4 27 J. R. OLSSON, CLERK by s•— + Signature Title Date t puty CION Approp.Adl. (M 129 REV. 2/75) 00042 oumol No. � Set, INsrrucriN»s r»t Reverse Side ; I CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT Housing Counseling and 1. DEPARTMENT OR BUDGET UNIT n• j.Trbtining Program (592) RESERVED rOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OJ1FffgASSEiT!!EM.t; t�� Decrease Increase Code Ouantit fund Bud etUnit Ob ect Sub Ac t. I CR X IN 66) 04 1003 592-1011 Permanent Salaries 6,700 01 1003 063-7753 005 Vehicle, Utility Van 6,700 Contra C05ia COUniy cr-IVED oo ice of County Mntitii trc't0f PROOF _VER. 3. EXPLANATION OF REQUEST t It capital outlay,list items and cost of each) TOTAL y - ENTRY To transfer funds from Project positions,not filled Dote Description as soon as originally budgeted,to Public Works for purchase of a CHC-30 PS-300 Van, 12 passenger, for transporting support equipment and tools for the Housing program, and materials and personnel for the Community Services Administration Anergy Conservation program. APPROVED: SIGNATURES DATE 1000 federal funds involved in this transfer. AUDITOR--- U CONTROLLER: M Qh1 ..0' S 1971 Vehicle purchase approved by County Advanced Planning COUNTY Division, Planning Department. ADMINISTRATOR: S—I'°'?7 BOARD OF SUPERVISORS ORDER: YES:Sopmison Kenny.F&WM S Schradrr,Baess.Hasseltine NO anMAY 10 197 J.R. CLER� a. Ju liar Director, OAO !,4/28/7 * p )$ Signature Title to a i fie ov (� �Ap prop.Adi. i (M 129 Rev. 2/68) 0041 Journal No. *See Instractions on Reverse Side d + + • r CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR[BUDGET UNIT ! t RESERVED rOR AUDI TOR-CONTROL LER'S USE County—DepartmAmt of Alaric1g; C Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• 10 111 Increase Code Guanjily Fund Bud et Unit Ob'a t Sub.Acct. i ++ X IN 661 0( I GQ3 !oi - 771v sp,3 Plant Acquisition-Agrioulturd!,:! .,i: t:; i$2:,700.00 Expand Weights and Measures Office Space C Of r003 02-7712 602 Kennel Runs $2,700.00 F PROOF Comb.__ ^K.R. _VER._ 3. EXPLANATION OF REQUEST(If capital outlay,list Items and Cott of each) TOTAL - _ An overcrowded office space situation involving ENTRY Agricultural Division Supervisors and Weights Date Description and Measures Inspectors and Supervisor exists in our present conference room/office space. With the proposal to transfer the Animal Control — Director to Concord office the crowded condition will be furthered. The expansion of the Weights and Measures lab into the unused portion of the APPROVED: SIGNA ES DATE airport lobby will solve our office space problem. AUDITOR R 2197 CONTROLLER: COUNTY ADMINISTRATOR: BC BOARD OF SUPERVISORS ORDER: YES:Supervisors Kcnay.Fslulen. Schroder.Bol;&m.Hassa)tiae J. No:-�1byU— an MAY 10 19' 7 Agricultural ! �� Commissioner J. R. OLSSON, CLERK by � �-� Signature Tula fir► ate {' Dau 01810 (�1 P � (�� .twtmol No. (M 129 REV. 2/75) 6 Scc Instructions on Reverse SWAMI I r' t BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Annexation ) RESOLUTION NO. 77/384 No. 77-4 to County Service Area ) - L-42 (Walnut Creek/Danville Area) ) _ (Gov.C. §§56261, 56320, 56322, 56323, 56450) RESOLUTION OF PROCEEDINGS FOR ANNEXATION AND ORDERING: ANNEXATION NO. 77-4 TO COUNTY SERVICE AREA L=42 [WITHOUT HEARING The Contra Costa County Board of Supervisors RESOLVES THAT: This annexation had been proposed by the landowners of the subject area and application therefore filed with the Executive O_ficer of the Local Agency Formation Commission March 22 and 23, 1977 The reason for the proposed annexation is to provide the area to- be annexed with street lighting services. On April 6, 1977, the Local Agency Formation Commission approved the proposal for the aforesaid annexation, subject to the condition that the exterior boundaries of the territory pro- posed to be annexed be as described in Exhibit "A", attached ` hereto and by this reference incorporated herein. Said commission also decl—ed the territory proposed to be annexed as legally . uninhabited, assigned the proposal the designation of "Annexation No. 77-4 to County Ser, ce Area 1:2", =.nd authorized the Annexation without notice and hearing by .this Board. This Board hereby finds that this proposed annexation is in the best interests "of the people of County Service Area L-42 and oftheterritory to be annexed. This Board hereby finds that the territory to be annexed is uninhabited, that no landowner therein filed a written protest, and that all landowners in the affected area have consented in writing to the proposed annexation. This Board hereby ORDERS this annexation without hearing, without election, and without being subject to confirmation by the voters. The Clerk shall transmit a certified copy of this Resolution alopS with 1-he appropriate fees to the Executive Officer of the Local Agency Formation Commission, in accordance with Government Code §5'6450. PASSED AND ADOPTED on May, 10, 1977- DCG:g Attachment RESOLUTION NO. 77/384 UUO45 cc: LAFC - Executive Officer Secretary of State State Board of Equalization County Assessor County Recorder County Auditor-Controller Public Works Director P.G.& E. Applicant - Roy P. Clark, Bryan and Murphy Associates ` .Larry Bartelson, MacKay and Somps s RESOLUTIOU 140. 77/384 0004� F Twi .Ty Cru�TC1 D(i:t:iRll� C��:4L`J•���i Contra CosL-t County, California Description DATE; 4J6/7? By; Annaation ??-4 to County Service Area L-42 ._. (T= Parcels) Parcel Cne Being Parcel "All as ahowzt on that certain =p filed Octobar 7, 1976, in Book 61 of License Surce fors Maps. at pegs 17, described as • fo31o�s3 Beginn:irz at a point on the z:este_�t lire of San Rawaa Vaney Boulevard, said point being the northeastern corner of said Parcel "A" (61 I.S.B. l?);"thence South 18° 17' 49:' RL:,t, along the vestera. fins of San Fa=n Vallay Boulevard, 340.26 feet; thence South 72o 00' West, leaving said waste:= line, 341.18 feet; thence South 18" 26. 30" Erst, 83.81 feet; thence South 0° 00' 30" Fast, 192.15 feat; thenca South 00 42' 30" iaes}, _£?_ fest; thence iiorth 89* 321 30" Wast, 232.56 feet; thence North 00 2?' 30' :st, 80.31 feet; thence Hort 891, 32' 30" 'i as t; 445.70 feet; thence So%-,th 0* 01= 33" East, 82.50 feet; thence South 89' 531 2?" Hast, 390.50 f oeL; the:tco North 20 37' 32" West, 663.05 icet; .thence North 870 05' 36" East, 255,85 feet; t bence North bj° 57t 52" Fast, 124.91 feet; thence Dory~ 111" 31' 30"" E3.st,'46.93 feet; thence Porth 87-1 1;9' 16" East, 972.50 foot to the point of begi.-m ng. Containing 19.79 acres, taoro or less. Parcel 44.-0 Bung a gorticn of Rancho `fonts D,1 Diablo, drse.3bed as follo s; Cc_=encirg on the western line of the parcel of land doscribed in th0 dyad to C. r. Barratt, of »I, racorded May 12, 1891, In Book j3 of Deeds, page 261. distant thereon South 230 14' 30" wast, 1,535.12 feet free the southern line of the Cot:ntg Paad Lmo n as Concord Avenue; thence, from said point o: co.^e:cizent, ::ort': 669 45' 30" Last, 200 foot; tnszce North 23' 34* 30" E2:-t, 533.24' fv9t to tha area Point of Daginning; t 2nca South 240 18. 19" :lest, 533.24 feet; North 650 41' w-st 00047 2 West, 50.00 feat; thence South 24= 18' -1911 :lest, 74.75 feat; thence North 710 34' 30"West, 610.98 fest; thetics Nort1h 210 32' 00tr Ezst, 19.83 feet; thence North 710 40' 0o:, best, 2,'a-62 feat; thence north - — 210 42' 53 a East, 5U-83 foot; the-nes South 750 45'.00" Fast,. 253.67 Seat; thence North 140 15' 27" East, 579.11 feat; thence South ?5° 44* 10" East, 3.19.84 feat; thence South 14' 15'�7" Wast, 579.21 feat; thence South ?5° 452 !tall East, %�5_Z8 feet to the TruO Paint of Bs3{r Wig. Coati=-'�iz�g 16.55 acres, more or less. W 48 _ — •�-����°fix IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUR'TY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the Juvenile ) • - Nall Kitchen Remodel, 202 Glacier Drive, ) RESOLUTfON 110. 77/385 Martinez. )) (1120-099-7710-606) - - EREAS Plans and Specifications for the Juvenile Nall Kitchen Remodel at 202 Glacier Drive, Martinez have been filed with the Board this day by the Public 4lorks Director; and WHEREAS the Engineer's estimate of cost for construction is $12,000; and ZIHEREAS 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 proaect is considered exempt from Environmental Impact Report.requirements as a Class'lA Categorical Exemption under County Guidelines,-and,this•Board•concurs " and so finds; and the Planning Director shall file a Notice of Exemption with the County Clerk. IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on June 7, 1977 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 world said Notice to be published .in the EL CERRITO JOURNAL.. _ PASSED AND ADOPTED by the Board on May 10, 1977 Originator: P. W. Dept. Bldgs &,Grnds cc: Public Works Department Building Projects Agenda Clerk County Auditor-Controller Director of Planning RESOLUTIOIJ ro. 77/385 00049 Ih THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes of the assessment Roll ) RESOLUTION NO.77/38b 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 1976-77 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 as stated below. For the fiscal years 1975-76 and 1976-77, the following mineral rights parcels have been erroneously assessed to -Santa Fe Land and Improvement Co_, due to error in overlooking document transferring title. Therefore, these parcels should be corrected to show the assessee as Chanslor-Western Oil and Development Co. , 4549 Produce Plaza, Los Angeles, California, who 'acquired title by . document recorded on October 29, 1974, in Book 7355, Page 106, of the Official Records of Contra Costa County. Ta-,c Rate Area Parcel Number 53004 051-031-700-1 53004 051-100-700-7 07U13 073-030-700-6 79067 099-030-700-1 79067 099-050-700-6 79067 099-061-700-6 08001 560-010-701-4 08001 S60-050-700-7 08001 560-181-700-9 08fl01 S60-400-700-4 R. 0. MATON Assistant Assessor Copies to: Assessor (firs. Kettle) Auditor .Tax Collector Page 1 of Z RESOLUTION NO. 77/380 ouc5o In Tax Rate Area 76007, Parcel No. 367-041-010-3, has been erroneously assessed to Santa Fe Land and Improvement Co., due to error in overlooking document transferring title. Therefore, this parcel should be corrected to shod the assessee as Josephine Dashiell and Sylvia Duarte, who acquired title by document recorded on December 24, 1975, in Book 7721, Page 11I, of the Official Records of Contra Costa County. -- - _ I hereby consent to the above- :- Zanand/or corrections: 0. SEATON CLAUS ty Counsel Assistant Assessor t4/28/77 ,,�„�� / - Puty Adopted by the Board on.,I,AY ] n iQ77 Page 2 of' 2 RESOLUTION•NO. 77/386 00051 rr. ;. WON* Y BOARD Or SUMMIS03S Or COIITRI COSTA COUIJTI, CALI FID IV s_A Re: Cancel D--linquent Penalties, etc. ) on 3576-77 Secured Assessment Roll. ) R OLI71I021 270. 77/IB2 TAX COILECT(S'S 2EM: 1. Due to inability to coaplete valid procedu~es prior to the•delinquent date, penalties and costs have attached to the below listed parcel numbers. Bavi.ng received payments, I now request cancellation of the 6% delinquent penalties, costs, redemption penalties and tees heretofore or hereafter accrued, pursuant to Revenue and Taxation Code Section 4985. 365-280-OO&S-01 365480-O07-3-01 365-230-008-1-01 372-122-0021-8-00 2. Parcel No. 172-020-006•-0-01. Due to inability to complete valid procedures prior to the delinquent date, penalty and cost have attached to the second installment. I now revest cancellation of the 6p delinquent penalty, cost, redw-ption ce:alty and fee heretofore or hereafter accrued, and payment may be made with-inn 30 days :ron the date the correction is entered on the roll, pursuant to Revenue and Taxation Code Section 4985. Dated: April 28, 1977 MiARD H. LSAL, Tax Col-lector I c nsent to these cancellations. / 114 B. CLAUS;MI County Counsel - ' . Asst. ;/ ':�, -r t opted by the j rd an......_MAU x...1977 -----.. x- -r x x x x x-x-x x x x x BOARD'S 0.1 Pursuant to the above statute, and sho- that these uncollected penalties and costs attached due to inability, to co;Vlete valid procedures prior to the delinquent date, the Auditor is ORD= to CANCM them. PA 7Z SED 0.1t i�`:ay ?C, 3977, by unanimous vote of Supervisors present. A?:jam ca: -Coca y Auditor County Tax Collector JESOiUTIO3 2ro. 77/3 R? 00052 4, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Chanes ) of the -Assessment Roll ) RESOLUTION N0.77/388" 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 1976-77 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, coot, 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 correction is entered on the roll or abstract record; and, FURTHER, in adcordance with Section 4986(a) (2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or costs on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. In Tax Rate Area 02001, Parcel No. 117-120-023-9, assessed to Linland Development Co., Inc. , c/o Leo K. C. Lin, was segregated to Parcels 117-120-OS2 and 117-120-053 by Segregation No. 76-159- However, through error, the segregated values on these temporary numbers were inadvertently transposed. Therefore, these assessments should be corrected as follows: R. 0. SEATON -- Assistant.Assessor Ccpies to: Assessor (Mrs. Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 77/388 OOC-53 Segregated Parcel No. 117-120-053 Assessed Value Linland Development Co. Inc_ From To c/o Henry, Margaret A. Land 1, 00 3, 00 1824 Paul Ln. Improvements -0- 6,450. Concord, CA 94521 Total 1,000 $9,450 Assessee has been notified- Segregated Parcel No. 117-120-052 Assessed Value Linland Development Co. Inc. From To c/o Leo K. C. Lin Land3�U Ti—.w 2 Harper Ct. Improvements 6,450 -0- Lafayette, CA 94549 Total $9,45U 51,000 I hereby consent to the above chan and/or corrections: j JO _ CLAUS C ty Counsel Assistant Assessor t4/24/77 eputy Adopted by t rd on.—M AY 10 1977 Page, 2 of 2 RESOLUTION NO.77/388 00054 BOARD OF SUPERVISORS CONTRA COSTA COUNTY, STATE OF CALIFORNIA RE: In the Hatter of the Cancellation of ) Tax Liens On and Transfer to Unsecured ) RESOLUTION NO. 77/389 Roll of Property Acquired by Public ) Agencies. ) (Rev. & Tax C. 34936(b) and 2921.5) Auditor's Memo: Pursuant to Revenue and Taxation Code 4936(b) and 2921.5,. I recouwend 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 onsent H. DONALD FUNK, County Auditor-Controller I . B.rCi. .SF my Counsel I/ Deputy 4,- By."%dV Deputy .­,.-..-1 ..... 1-...-_...... } i ; * ! + * + + ; ; 8`1977 t * : ; : * s t t t s r, */* i r i +.t. . .. nt�pted by the Board On � ,,,,_,_y The Contra. Costa County Board of Supervisors RESOLVES MAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel a portion of these tax liens and transfer the remaining taxes to the 197+ - 77 unsecured roll. Tax Date of Transfer Remaining .ate Parcel Acquiring Allocation Amount taxes to be Arei Number Agency of taxes to unsecured Cancelled 62017 35?-171-005-4 COHTQ.A C0]TA COMM 7-1-76 to S 375.89 $ 348.77 (A11) 4-8-77 i i PASSED *4-%D ADOPTED ON' MAY 10 1977 County Auditor 1 by unanimous vote of the County Tax Collector 3 Supervisors present (Secured) (Rede.-ption) RESOLUTION M. 77/389 (Unsecured) 00055 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA As Ex-Officio the Governing Board of the Contra Costa County Fire Protection District In the Matter of Approving Plans and ) Specifications for Fire Station No. 8, ) Concord. ) RESOLUTION NO. 77/390 (2025-2025-7710-710). ) WHEREAS Plans and Specifications for Fire Station No. 8, Concord, have' been filed with the Board this day by the Public Works Director; and WHEREAS The Engineer's cost estimate for construction is $18,000; and WHEREAS the general prevailing rates of wages, which shall be the mini- mum 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 IA Categorical Exemption under County Guidelines, and this Board concurs and so finds and the Planning Director shall file a Notice of Exemption with the County Clerk. The Board, as ex-officio the governing Board of the Contra Costa County Fire Protection District, RESOLVES that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 7, 1977 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 i n Loaca-d i1aii 3LTy-pnscr+p t" PASSED and ADOPTED by the Board on May 10, 1977 Originator: Public Works Dept. Buildings and Grounds cc: Public Works Department Building Projects Agenda Clerk County Auditor-Controller Fire District Director of Planning RESOLUTION NO. 77/ig0 0005S r DIVISION A. NOTICE TO CONTRACTOR, (Advertisement) 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: Remodeling of Station No. 8, 4647 Clayton Road, Concord, California The estimated construction contract cost (Base Bid) is $18,000.00 Eighteen Thousand and No/1OOths Dollars Each bid' is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 vain Street, Martinez. Plans and specifications may be ob- tained at the Building Projects Office, 823 Clain Street, Martinez, upon payment of a printing and service charge in the amount of Two Dollars and 13/100ths $-Z L3)— (sales tax included) which amount—shall not be refundable. Checks shall be made payable to the "County of Contra Costa", ana shall-Te—mailed to the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. Technical questions regarding the contract documents should be directed to.the Building Projects Division. Their telephone number is (415) 372-2146. Each bid shall be made on a bid form to be obtained at the Building Projects Office, 823 Main Street, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, Cade 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 to the Chief Clerk of the Board of Supervisors on or before June 7, 1977 at 11 :00 a.m. Bids will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Admini- stration 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 re- quested to do so by the Board of Supervisors of Contra Costa County. . i D raY lo 1977 J. R. OISSON CLERK BOARD OF SUPERVISORS B14x1.. a..........__.�,.,......De t , 00057 , Microfilmed with board ordr DIVISION A. NOTICE TO CONTRACTORS (continued) The successful bidder will be required to furnish a Labor and 14ateriais ,Bond in an amount equal to fifty percent (50%) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100%) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each-type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000, Contractor shall be required to submit for county approval an Affirmative Action Pian (see Divisian, E), The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J R R. S QN County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By Jean L. Miller Deputy Clerk DATED:_ Mn 3977 PUBLICATION DATES: 4 00058 i DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 7th day of June, 1977 at 11 :00 a.m, in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentleman! The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for Remoldeling of Station No, 8, 4647 Clayton Road, Concord, California in strict conformity with the Plans, Specifi- cations, and other contract documents on file at the Office of the Clerk of 'the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID: , Shall include all of the work for the construction and completion of all facilities therein, but not including any of the work in the following Alternates: For the sum of: Dollars ($ ) a �r ALTERNATES: (none) UNIT PRICES: In addition, Bidders shall quote unit prices for possible changes in the work. Unit prices quoted shall include all costs per unit installed including all labor, materials, equipment, profit and overhead, and shall constitute the basis for additions and deductions to the work. In the event any unit prices quoted appear to compare unfavorably with currently established prices for that type of work, the Owner reserves the right to require the quoted prices to be substantiated or adjusted prior to the execution of the contract. ITEM UNIT PRICE 1. Excavation... ......... .... ......................... cu, d. $ 2. Engineered Fill, (placed&compacted)................... cu. yd. $ (B) It is understood that this bid is based upon completion of the work within Sixty (60) calendar days from and after the date of commencement. (C) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the towner in the amount of FIFTY DOLLARS ($50.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual -amount of damage. -10- 00159 .g i T i rk nd liar (D) The undersigned has Sexamined the pecifications-and therncontractn of pdocumentsosed oandatheilocali with the Plans, Spec conditjons at the place where the work is to be done. hat (E) The undersigned has sors will carefully responsible forall of the vanyierrorsures aor omissionsdontthe the Board of Supervisors part of the undersigned in making up this bid. i sr_ y • 111V1510.i C. PPyO!;' t. (Rid £oral) Contt. (£) The undersinned hereby cercifics that this bid Is genuine and not sham or collusive• or -m de in the intereac or in behalf of any person not herein nac+cd, and, that the und_rsigned has not directly or lndireccly induced or solicited any other bLdder ca put in a shag: bid, or any other person, firz or corporation co. refrain frog budding, and that Cho utidcrsiCned hAs not in any ma .ter sou4ht by collusion to secure for himself An advanta;,e over any ocher bidder. (C) Attached is A list of the amts and locations of the place of businese of the subcontractors. (H) Attached is bid security as required in the Notice to Cancractori. C3 Cash D Bidders Bond O Cashiers Check D Cartiflod Check (1) The following addanda Are hereby acknowledged as being included in the bids Addendum 3 dated Addendum 4 dated Addendu= 0 dated by 4 AdCrass phone Licans*d In accordant* uith An act provlding for the rostatratlon'ot con. • �, .tractors. Classification and Lic*mat ka, • j t Dated this day of •.19 ACV. 12172 -Z2- i O0061 DTVLSSON C. PFtO?OShL 8SD FQR!! ecntirued LIST OF S11EClNMAs:T9RS: As required by Division B, Section 4, Paragraph (c)) Substitution of listod subcontractors: See Division E., Section 6, ?ara3raph E.). Poition of Vork Name Place of Bidders. �tt 1 I 11 1 ' 00062 : . REMODELING OF STATION NO. 8 VOR CONTRA COSTA COUNTY FIRE: DISTRICT WILSON. WILSON & ASSOCIATES, AI3CI-IITECTS & PLANNERS 3011N C11A11L1SN WALMON • AI1C111T1;CT { I,JtiI),1 t�'71.1t•;N H'7LN()N • A11C11J'J*VCT fr :l7.3n MAN PADLO 7)AM RUAD • P;L 1140111tANTE • CAI.JJ*0FtN1A • 04HO3 • 223.05 go r.. v• IV' t .ry ^1 1' Y - .':I 1 r]: 1" f a•. t _ a, r r' !i l ,i. r it �C i - ► q - �. - ti v :R sr•: "tJ .4. C. <. 'i�• .tip' ti;•��°`'t:•., yy - Y - � t- +f t: !y f;f, i 1• �J •.fir. ry;��~ u'i. .f a> F F,r. - �Z j: ., �•<�'r;F;Yd'ri'd�•:;y.f%i;ic�y4'+ - MAY :,: •:y� :'.1::._' J. R. O:SSON .fins i'3'• - 7'' ERK BOARD O: SUPERVISORS `4` 'i.. CONj RRQ4COSjjq CO. t 't' •'�1 .ititt�i5' Gl''¢t;dry' ��'a�i f'V'. ':.i:'y'S• ''.: t'rtl\, ..+�.'t. :.S S i.. :yl !A:"Wit''" �:I: ] .�•. 3. - f•3 R .k . 0 awa x y - _r. r SPECIFICATIONS for REMODELING OF STATION NO. B 4647 Clayton Road, Concord, California for CONTRA COSTA COUNTY FIRE DISTRICT 2945 Treat Blvd., Concord, California Prepared for: Public Works Department Contra Costa County Martinez, California John Charles Wilson, Architect 3735 San Pablo Dam Road E1 Sobrante, California H. H. Wang, Structural Engineer 1 May 1977 00064 SPECIFICATION INDEX DIVISION A. NOTICE TO CONTRACTORS DIVISION B. INSTRUCTIONS TO BIDDERS Section 1 Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of 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. PROPOSAL (BID FORM) DIVISION D. ARTICLES OF AGREEMENT DIVISION E. EQUAL EMPLOYMENT OPPORTUNITY DIVISION F. GENERAL CONDITIONS Section 1 Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section 5 Bond and Insurance Section 6 Subcontracting Section 7 Time of Work and Damages Section 8 Progress Schedule Section 9 Temporary Utilities and Facilities Section 10 Permits and Licenses Section it Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Documents Section 16 Clarifications and Additional Instruction Section 17 Product & Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples, Alternatives Section 20 Samples and Tests Section 21 Change Orders Section 22 Labor Section 23 Occupancy by the County Prior to Acceptance Section 24 Preservation and Cleaning 00065- L Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver to Claims Section 26 Guarantees STANDARD GUARANTEE FORM FORM STATEMENT TO ACCOMPANY FINAL PAYMENT DIVISION G. FEDERAL WAGE RATE DETERMINATION DIVISION H. SPECIAL CONDITIONS AND SUPPLEMENTARY GENERAL CONDITIONS DIVISION I. SCHEDULE OF DRAWINGS TECHNICAL SPECIFICATIONS Total Pages DIVISION 1. GENERAL REQUIREMENTS Section IA Standing Requirements 5 Section 1B Procedures 2 Section IC Scope of Work and Construction Schedule 1 Section 1D Temporary Facilities 1 DIVISION 2. SITE WORK Section 2A Site Preparation i Section 2B Earthwork 4 Section 2C Asphalt Concrete Paving 4 Section 2D Fencing - none Section 2E Demolition 2 DIVISION 3. CONCRETE Section 3A Concrete 2 DIVISION 4. MASONRY (none) DIVISION 5. METALS Section 5A Structural and Miscellaneous Metals 3 DIVISION 6. CARPENTRY Section 6A Rough Carpentry 5 Section 68 Finish Carpentry & Millwork 4 DIVISION 7. MOISTURE PROTECTION Section 7A Built-up Roofing - none Section 7B Sheetmetal 2 Section 7C Damp Proofing & Water Proofing - none Section 7D Building Insulation 1 00063 ,a .t �I DIVISION S. DOORS, WINDOWS & GLASS Section BA Overhead Door 2 Section BB Wood Door & Hardware 2 DIVISION 9. FINISHES Section 9A Lathing & Plastering 2 Section 98 Gypsum Board 2 Section 9C Painting 6 DIVISION 19 SPECIALTIES (none) DIVISION 11 EQUIPMENT (none) DIVISION 12 FURNISHINGS (none) DIVISION 13 SPECIAL CONSTRUCTION (none) DIVISION 14 CONVEYING SYSTEM (none) DIVISION 16 MECHANICAL (none) DIVISION 16 ELECTRICAL Section 16 Electrical 4 00067 -2b- -jr DIVISION A. NOTICE TO CONTRACTOR (Advertisement) 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: Remodeling of Station No. 8, 4647 Clayton Road, Concord, California a The estimated construction contract cost (Base Bid) is $18,000.00 Eighteen Thousand and No/100ths Dollars Each bid'is to be in accordance with the Drawings and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, Martinez, California. The drawings and specifications may be examined at the Office of the Clerk of the Board of Supervisors or at the Public Works Department, Building Projects Office, 823 Main Street, Martinez. Plans and specifications may be ob- tained at the Building Projects Office, 823 Main Street, Martinez, upon payment r of a printing and service charge in the amount of Two Dollars and 13/100ths -1-S (sales tax included) which amount shall not be refun ab e. Checks shall be made payable to the "County of Contra Costa", and shall e mailed to the Public Works Department, 6th Floor, Administration Building, Martinez, Californta 94553. Technical questions regarding the contract documents should be directed to the Building Projects Division. Their telephone number is (415) 372-2.146. Each bid shall be made on a bid form to be obtained at the Building Projects Office, 823 Main Street, Martinez, and must be accompanied by a certified cashier's check or checks, or bid bond in the amount of the ten percent (10%) of the base bid amount, t!ade 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 to the Chief Clerk of the Board of Supervisors on or before June 7, 1977 at 11 :00 a.m. Bids will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Admini- stration 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 re- quested to do so by the Board of Supervisors of Contra Costa County. 00068 -3- DIVISION A. NOTICE TO CONTRACTORS (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (50%) of the contract price and a Faith- ful Performance Bond in an amount equal to one hundred percent (100%) of the con- tract price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to the Statutes of the State of California, or local law applicable thereto, the said Board has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime work in the locality in which this work is to be performed for each type of workman or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. In all projects over $50,000, Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY JAMES R. OLSSON . By County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: PUBLICATION DATES: -4- 00069 Y•� DIVISION b. INSTRUCTION TQ BIRDERS! The bidder shall carefully examine the instructions con- tained 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. COMPUENCE'OF BIDDERS: (a) Licenses No bidder may bid on work of a kind for which he is not properly licensed. and any such bid received may be disregarded. (c) 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. ,SECUR140 OCU' Ss (a) Drawings and Specifications may be secured at the Else* and for the deposit or tee as called cut in the "Notice to Contractor", page 3. (b) The deposit, if called for in the "`Notice to Contractor" 9046% ' age 3, is a guarantee that the Drawings and Specifi- . cations will be returned in good condition. (e) The fes, if called for in the "Notice cc Contractor". page 3, is a non-refundndle payrenc to defray a portion of the print- ing and handy costs. SECTION 3, E:taMATION f`OF, PLANS, SPECIFICATIONS, AND SITE 2El�F EM: (a) S4,7rRACToR'S B,SPO:rSIBI ITr: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate Ind satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface, and subsurface materials or obstacles to be encountered, t a work to be performed, and materials to be furn- ished, and as to the requirements of the proposal, plans, and specifi- cations of the contract. Where investigations of subsurface conditions have been made by the County in respect to foundation or other structural design, and that information is shown in the plans, said information represents only the statement by the County as to the character of material whL.-h has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of sussurface conditions are made for the purpose of design, and the County assumes no responsibility whatever in respect to the sufficiency or accuracy of borings, or of the log of test borings, or other preliminary investigations, or of the interpre- tation therefor. .5. :rev. V7b 00070 MMUCTION TO BIDDERS (continued) There is no guarantee or warranty, either expreas or implied, that the conditions indicated are representative of those existing throughout the work, or any part of ic, or that unlocked for developments may not occur, Making such informs-. tion available to bidders is not to be construed in any way as a waiver of the provisions-of this article concerning the Con- tractor s responsibility for subsurfaca conditions, and bidders must satisfy themselves through their own investigations as to the act"I conditions cc be encountered, (b) RESPONSIVILM1 M UTILITIES, Aapart of the responsibility stated in subdivision (a) above, and without limitation ;hereon, the Contractor shalt be responsible at h!s own cost for any and ALL work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- eluding without limitation cherecn, repair of any or all damage mad ALL hand or exploratory excavation required. The bidder is euationed that such utilities may Include communization cables or electricdl cables which may be high voltage, and the ducts enclosing such cables, and whoa working or excavating in the vicinity thereof, the special precautions to be observed at his own east shall also include chs follewin;t All such cables and chair enclosure ducts shall be Lxposad by careful hand excava- tion so as not to damage the duets or cables, nor cause injury to persons, and suitable warning sins, barricades, and aiety devices shall be erected as necassary or required. In connection with the foregoing, the bidder's attention is ittvited to Section 12 of Division F of these specifications. (a) pj§ClkEPat(CIES M EP.P.O : If omissions, disczapanclaa, or apparent errors era found in the plans and specif-cations prior to the dace of bid oppening, the bidder shall submit a written request for a clar!- fieation which will be given in the form of addenda to all bid- ders if time permits. otherwise, in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and spactficacicna shall be governed by Section 15 of Division F of these speci:icacions. SECTION 4. JIDDINO DOCUMENTS (a) Bids shall be made upon the special Proposal (Sid iorss) (See bl-lsion C of this Specification), with all items completely filled out; reuabers shall be stated both in writing and In figures, the signatures of all persons signed shall be in longhand. The com- pleted fora should be without intarlineacions, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Fosse) may be obtained from those supplying these spectficacions. Rev. 5176 -6- a 00071 (F t ffiZCLDN4. BIDDING DOCtJvEh"PS (continued) (b) Bids shall not contain any recapitulation of the work to be done; alternative proposals will not be consid- ered, unless called for. No oral, telegraphic or telephonic proposals' or modifications will be, con dared. (e) Lisa of pr000sod 5ube� r g yg, Each proposal shall have listed c�orin Fthe name a`na•a§§,g res, of each subcon- tractor to whoa the bidder proposes to subcontract portions of the work in an amount in excess of 't of I percent of his total bid, in accordance with Chapter 2, Division 5, Title It of the Government Code. see Section a of Division F of these specifications for further reference to subcontractors. (d) idder's Security: All bids shall have enclosed Meh, a cam i ' c , corttctan ch+ttk or I bis�'cla:'s ben as ams—csi6eo be ow, executed as surety by a carporat on autnor sed 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. SECTIQN 1. StMISSION OFF FBOPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Casts 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 Series to Contractors and-the bid I Failure to do so may result in a premature opening of, or a failure to open such i)id. Proposals which are not properly marked may be disregarded. sECTIOg S. uITK RAW,%L Or 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 representativo, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral, eelestaphic or teleohnnic rennest to withdraw a bid Proposal =-%ot eta eable.� 'ins ws—.norawal of a aOrsra^all oc prejudice tnei rLint o a er to file a new bid. This article does not authorize tt-e withdrawal of any bid after the time faxad in the public notice for the opening of bids. Rev. 5176 •7. 000'72 i� J ATMON 7. p„i'gLiC OPE" IZ OF PROPOSALS proposals will be publicly opened and read at the time and place indicatod in the Notice to Contractors. Bidders or chair authorized agents are invited to be present. BION B. IRREGULAR PROPOSALS: Proposals may be rejocced if they show any alter- ation of form, additions not called for, conditional bids, in om eplete 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 eke 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. 9. COMPETTMVE BIDDl*,4- If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the lama or different names, esti such proposals may be rejected. A party who has quocad prices on materials or work to a bidder is not theraby disqualified from quoting prices co other bidders, or from auomicting a bid directly for the materials or work. All bidders are put on notice that my collusive agree- suent fixing the prices cc be bid to as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 19. AWARD OF CC?.'TACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be Gado within 70 days after the opening of the proposals. SECTION 11. SPECIAL REQUIRM%7S: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Conditions (Division F) or other documents included in these specifications. a Bonds b Insurance c Liquidated 04mag43 d Guarante e Inspectioe n and Testing of Materials (f} Facilities to be Provided at Site (g} Assignment of Contract Prchibited Rev. 5/75 00073 f t SECTION 12. rXECOMON OF CO MALT: The contract (example in D4visi6n V) shall be signed by the sueeessfuL bidder in duplicate counterpart and returned within five (5) days of receipt, not including Satur- days, Sundays, and Legal holidays, togecner with the Contract Bonds and Certificates of Insurance. :to contract shall be binding upon the County until sane has been viscuted by the Con- tractor and the County. Should the Contractor begin work in advance of e 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. FAILOAE SO MECG? CO.'�RACT., Failure to execute a contract and file accept- able bonds and certificates of insurance as provided herein within 10 days. not including Saturdays, Sundays, and Legal holidays, after the successful oidder has received the contract for execution shall ba just cause for the annulment of the award and the forfeit- ure 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 respon- afbie bidder refuses or fails to axeeute the contract, the County may award the contract to the third lowest responsLble bLdder. On , the !allure or refusal of the second or third lowest responsible biddor to whom any such contract is so awarded to execute the same such bidders' securities shall be likewise forfeited to the Countp; The work may then be readvercised or may be conscr�ctad by day Labor as provided by Stat& law. Rev. S/7b .4 1 $ 00074 (Bidder) DIVISION C. PROPOSAL (Bid Form) 10 BIDS WILL BE RECEIVED UNTIL 7th day of June, 1977 at 11 :00 a.m, in Room 103, 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 Remoldeling of Station No, 8, 4647 Clayton Road, Concord, Cdlifornia in strict conformity with the Plans, Specifi- cations, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums; namely: BASE BID: Shall include all of the work for the construction and completion of all facilities therein, but not indluding any of the work in the following Alternates: For the sum of: Dollars ($ ) ALTERNATES: (none) UNIT PRICES: In addition, Bidders shall quote unit prices for possible changes in the work. Unit prices quoted shall include all costs per unit installed including all labor, materials, equipment, profit and overhead, and shall constitute the basis for additions and deductions to the work. In the event any unit prices quoted appear to compare unfavorably with currently established prices for that type of work, the Owner reserves the right to require the quoted prices to be substantiated or adjusted prior to the execution of the contract, ITEM UNIT PRICE t. Excavation.............................................. cu. yd. $ 2. Engineered Fill, (placed & compacted)................... cu. yd. $ (B) It is understood that this bid is based upon completion of the work within Sixty (60) calendar days from and after the date of commencement. (C) It is understood, with due allowances made for unavoidable delays, that if the Contractor should fail to complete the work of the contract within the stipulated time, then, he shall be liable to the Owner in the amount of FIFTY DOLLARS ($50.00) per calendar day for each day said work remains uncompleted beyond the time for completion, as and for liquidated damages and not as a penalty, it being agreed and expressly stipulated that it would be impractical and difficult to fix the actual amount of damage. -10- 00075 (D) The undersigned has examined the location of the proposed work and is familiar • with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. -ll- 000"10 DIvlsIoq C. p8oro mt. (Rid yorm) Cont. (y) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or wde In the interoct or in behalf of any person not heroin named, and that the. undersigned has not directly or indirectly induced or solicited any other bidder to put In a cham bid, or any other person, firm or corporation to refrain from budding, and hurt the undersigned Iwis not in any manner sought by collusion to secure for himself an advantage aver any other bidder. (G) Attached is A list of the names and locations of the place of businaso of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. D Cash Bidders Bond C3Cashidrs Chack ❑Certlfled Check (1) Tho following addonds are hereby aeknowledgod ss being included in the bid= Addendum 0 dated Addendum 0 dated Addendum 0 dated • ` By Adores$ Phone Licensed In accordanto vlth an act providing tar the registration of Can. •..» ... .tractors, Classlf ltatlon and License llo. . Dated this day of . 19 . Rev. 12/72 �12� i 00077 DIVISION C. PROPOSAL BID FORM continued ' LIS? OF SI!5Cnt.7RA"09S: As required by Division B, Section 4, Paragraph (e)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Poltion of Work Name Place of Bidders . I -13. 000'78 l i i t omatox'D• A]tTtCLZ$ OF ACRLPNL41 (Cantrsee) NA (Coaittuation Alreomdht) (Contra Cots Cavett Standard rola) 1. PARtAPOS, there variables era inaerperated bolov by,reforense. ({{tel) pertioet (►e►lle A(eeer) (Cessrsator) ((!) tffaesioe Perot ties 14 (sr as&rttns uta.) ({!) the Verht (14) Completion timtt . trtr-the set (a) at (b) 'erlaeur" of "verbin{') ta) if data) p) vitbis satenlorlvorhIts dare from •tactics uts. t13) Liquidate! Canaiaot t per calendar oar. t{!f tablie ASoosy's AP#net tN) Contract triaar t diol unit #lire csntroetst %ore et lest. to &easrdrnar with ishan## ewentttt#e at unto bit prices.) titttbe out Paroatheticol "&gotta& it Inapplicable.) L 114RJf4rf1 l JCtrgVLtr"!kLN. tvbtta Joeaa., y z tlrootiost of Chatrass) tseerttery) %cyclol, hateby &tis sebnwledtMa wacenots rt and oogilanse visNr tNt ildti seaeerotnP uctb%on's C&%Paneattas Lev. tri tatty&te o lttla a&p&tttr to ins avetaota Nero to Centreatirt (1) traeutr eosncuiadT"cnt for" below; a%J to i,+ a aors`r%. lien, attach a errs(/ia. eery o; she lySava, a; too racolwt(oh a! the trip. siraetaro sughoriois! asrevtton 0, thio 00 a%d of the Sends rattrirod teeeap. .......................................................................................... !race of hlttarsta ) St. A. t v D'.r'F+t (b% Cot%sratten. C. at 3 pat ,crani►, cr tnatvt•tuatl the Patients) ollplas above for Contractor, known to ne in tadtviduat ant business ,,!&city a$ stated, paeraa&tty appotted before so toter and aebnswleJesd that halttc•• •,!asset it est that the torporsttdp or wtnoraotp nanrt abevo #accused it. Hato!! t SSAL) �. Notary ...........................................................................p.............. TORN AtthOCtOt J. R. CLAM%, County Cavn#e1. tr _Oeruty (Pace 1 Of 4) 00079 A Wr. y . i t f 'I IAM CNA50Lf. (a) II their signatures 9n fettles 1, effective an the above ales {.tae /aril./ prow{/• and acted a1 eat fetch to this eemcfatt. to CArpotat/ng kr {Yue reference• Ise es&$rUi t"vvr/af Ud") In fee, 1. 1N Cencractar 401 all, A, :us awe moat aa/ upen@S, and 1n A vurkmonitke nannrr, tufty and UttAlul7y ►e►fora and eenplatl t!/a ran:t$ and V111 tuNl:h all oatartaU, tale►. @Stvlt@S and tr+acperto[len ndsas•aty. snvn&$est wad 11:spar Is ardor fairly to ter Ura the tecuirrnenta r( Chia uncraft, all strictly la aetot4aogo with IAds Public Agency's pla,)ti, itarints and specifications, (a) Thlg vlrt u a be chmoted easy vita public Agency's prior written ardor s/eelfytol such shallso •wd lie a/g ecru{ eo by tAe pari @Si wad fes {Vona Agency •hall never have to ' pay note thea otdclt3ed In fisc. 1 without :.:h a 10 Nor. 4 i OtfCL TO It!C1 P. Controeter shall start this vert a directed In the /poet- moI es• or 11,11 hetltl &$ ?raised; mod $hall compLace It as rpecttted In gds. 1. �. LlgS1D�LD 9AY ASjj. if the Cutrasar Ulls to erallou taU none tsar and tate week r f a taI tta• Thea tae to U V. alslvanee moIsg au Ur an 111agl.teee a• p#*yl asd sato U, be hasesu 11s11e co ehd IW its A{Inc► !011111!! 11 aft lu ltse amo sinus the ret 90mt and b444:d•. I. Cho urate of Ise nose, t{ l/ and vitt a lau:eltat3: ane tst►eselY 4lffleult to ascertain and fill the public ASS We actual dans{• fres any 4:14Y in ►lrlo Masa h:fact. _ is Is agreed :bit C/At#*it:r Will goy ase t&$4144ted laastee to the public A$@,4, tis: n$IesNto cgs sp:calted In fes. 3. tee r:..{t of tn• plrgNs' fsA.It .nd14vet &$ ::$I s .1010.' tr ave rats #*elan u[&$a tAar4lo r, tot 1. . :scones► NV's U/4Y in (snith/nt alLI vis►1 and /t one uu kis net pat 1, ?w Sit At:ntr uy, to 1111{Un Io /tis eeest sou dla, ledvet Cho eaa ton way esn:r dull 1r a ►eeiso fw :enc 90rr10r un nor tele ansa. &fall. it the public A{I1ty Ur war nous• actnorlie: or centfsbvges to a /e Nr, Iutsrn• stn at vary a oecoulan •f ttmo, rte gu90t&$n the H sus/ to tA1 Itca ollwed ,,or snp&$tUe, ba It .01411 not ►I de wad a vet oar n1f Ya earl is Hftat asy Ng,1t of the ter nu•amolgtmot to 310tnneat n lot.!1441n)t,TA1110 CNsu4t{tadsenolna.n1N. 1111,144190Iautnga1a1l1u.90utrso &$Ce/d at t\e vert, when ancA de UY vis caused by the Iall.rl of the lubltg Atenty or talo sweet of a 69111ty.to provide or removal Of trigger&$% of ee&$I&$g utility facilities. • 1117tOPATID PC 'Nev=i. T\a /lac., deeving$ and desalttut&$u, of lav puslte Agesey's s 1►, ant ..ntt4:Isis accosted gra it, his w•N are hetety ,n./fed raeel lata of a tealHtt; tmo ..-Y aro $&gonads t1 thee.rats, so 9%14 anythlnt IahNtged 1A talo plus sr drwIs{/ anf mot 1:ntlesu to talo eeoatfiaa:ten/, or viae ►oro•, &$ to bt esegatsd a tf ds01tttosd, uu&$AH aha tst Urea In e[01, 90 the esuinfest sad •@Saint thereof vkos taken 411 cocaine r1 444 atfUrenmod of •:•Isla cnclrA.; :hue shalt to finally dogetalud by Public AtINCY'd Along epeeltte4 IS face. 1. A v ({) hr hid sttlee 441 iltl90l loons et these /#*ecus sad sal/1:91004, al mo u. cooede@SIlal !:r 411 [aro vork, tAe public Atgn.v 1..11 Per one Coogru 9011 t\• eaa spscltted In fu, 1, •acla gnat &$ 'sit price contracts the p4yun9 goals be for ftm/s\od twastitlee ac watt bt4 pticu. (►) Ca of about the 11,11 1y of each alienor tenth tae Clatractsr .01.11 .V►Ht t• the pw►31s Agansy • vlrtt&$t a#*ite4t&$n Ur :4vaent. #*ppergo4 br a dtaeeo411 snouts[ all meesrUll ac[wlly installs surtna the preegdtng :6Cn, tn• 1Hor ea:#*god i01s90e1, asd the :Ogg thereof wAdsl.:o%. •flat chic&$n{. tAa public AtanCv .%•1: issue to Nat:al Nr • ea'wt.. far to sacoa,at 41 t.tat%ed to bI duo, a"Us 1'. thereof pyrsoont to C10vIrn:4nt Cofe ret. f10N. but iso[ veal Nloetive Vaca and e•e.ftald have been #*moved, rapl•eed acs a to good. •. _ raesITN41,51 w1.) TAI @SpV►ite At.ItY sr 1r anee wfe hold /an•y espnAVt', owrA e !l90IICotse #* i:eaaera ". i n aleemc •s4 period of ties onif as may be notdsdsty to protect th. public Agoacy 1900 told Neawl eft (t) D:tegtlw wrk not s90odls/, et uecomrUtN vert, p) C&$tu cited or rescan+►le avU4%c. tndlt.:►at proteetl ttltng, (1) Tgllu90 1110 pgaporiy par but:ongra�tor. Wt lar uterial or tau r, ({) &u&sn Nlg dewt that the vote can to cespl/g:4 $or CAI bala�Co than unpaid, of (f) Dangle to asuthof costracter. (►) Tho pu►116 Agency •hell use #*490na►le diligence to discover and ►.post to the Cmmt90etor, as th1 weed an{traded, fes sotagt Al: 114 labor vetch aro not 14 11 dry to lt, e: ee to •w td unnsrdseary gtou•11 or Beat co the Cantra.tdr to o+stns food any 4.1.,V: v:ck or part$, (a) 1f calendar days after the P.bltt At1mtY tiles its nolle• of eoarlvtton of the :sttfs (►ago 1 at k) , i -14a- 00080 x verb. it $hall Isove a e+,ittissce to the Cfneraetor and pay the belongs et the eenerast (trice staff /a4vettn; all somvnca vtenAsld un/+r thio teneract. Pfevided chs Conecattfr above that sit gists$ for labor ant materials move tote Pala, no claim* have soon prfHate/ to PAs Publle AsenCr baud Gn aeRa ft amlutena sf the Cant acre r, and O01.111 =11 e item( • •r vLetheld settcls have l+on iilri s(((eas the vert fr sits, anf Pr$r3d+d ehlce arnet neaomabff tndlcatUns et Ielecaive or missing verb or of lace-rsoolded notice$ of lions •f dl*tna •{{Use Comer#tut, t � M lIt VAA Mtt. (L$ber Cots 111410.41) On $i4alat this contract, Vsntrattft *vet live wb ae ATone; {1} a ettel11;4:4.: lsat! ft tgeunc e# $rft•U#ura issued by ens Oireccar et Sadvatclel toll,lona, er (1} a geftlfltats $f Ysrksen's Cenpenutisn tasurscae U rued Yr am e4sitt r! inlvrtT, at (3} an faaca copy er 4Yp Mesta I #foot tortitltd by the Altoetor or the lraurar. Contractor to aware of sad complied vieh labor Code Sec. 3100 and the Verbues'o Csapooat,on Law. Ulti 0a $lantfs this generate Cdntroetft •hall deliver to Public Ataney for eppteea teed and suttttira, bends utth #uta rtes, ;n A&aune(e) sp+tittei to the fPGtitt• eatlga, /w caes a tog A1+ fatehtul Pertoreafeo df thio contract and his psyeant ter ell tabor 4*4 assettaia baraund!n NtiL'{L T? pi#yOpM. It Cho Contractor at any tine refuse* or hostages. vtthout fault • tb• lib lit Alen cy or Ptd agomt(a). is Au►plr sufttelent asteristr of verkmem to �g gaplate this stet acne and vfr16 as prarl1*, c,,tin. (or A Parted of 10 days at •eft #(,or vrittea asetu cheerer by the Pus1t< A;enty, the Public Agency say furnish dame and dlduet the reasonable elpshose thereof from Cho contract tries. 'I. LAVs APPLY. Cerner loth Pierre( rrc$gn U+ the APpllesYlltty ff w rN oma fGdorat. state as eco, awl Ana rlguiatranf, rap+(tally ChaPtee i e! ►alt 1 •t the .sitternI Labor Core (be Itomlns vith Sat. ifi?, and Including Sees. if)$ 4 1711.4 f."I U tat dt$• artatoatioa) and intend that this ittetsent coapitu tnefovtth. The partial spotttt4alty stipulate shat the relevant Ponaittor sod forisetures Provided to the Labor Cods,• MJolly to Sots. 1711 4 1113, coacaralns prevailing wages and hours, $hall apply to ibt• 001e44fat as though fully ctipulat$d,Mtlin. 11, SVletiNT1ACT01S. Coveroment Cede 114100.4)1) can Incorporated hoasta. 14. VAOL tATn. (a) PwtswAnt to Label Coda Sat. 211), tot terstnlap bade of she rubitt ASgeap ase ueefcalntd t1s tlnual PrtyalltII facts of vast$ per dteo, and (or holiday and etiaettna vert, ;n oho locality in which ehtt vert i# ce !4 Pst(staed, tet rata haft. s3fomtfttatien, er type st vsaksan *!Good to scaevt! th U tontese,, 4n1 uiJ ratan Ard As opecifla4 to the call for bids got tot* were and Alta on tale vtth the Public Ataney• and are boesby incorporated hereta. (b) This sehedulo of votes to bated as a vorotn; Oar of 4 hours unless fth#ruts* o►eallifd( and the daily rate to the hourly rate sulttPli44 by the number et hours can• •ittvti*t th• ver\1n; lar. when arca thea Plat nu*bat of neves ace work#o, chs daily v44* rate to Pr opdtttdaately rlivaGd. but the hourly Ntt tema4n$ a$ t N rad. to) The Contractor, and 411 his subcamtrattsra. auac poy it least these rates to all tolomao oa ehr$ vara, lntludta; Ile, s.►alcasnca, ani (rintG banttit paymanes p»ylde4 far ty Agiteaa:! uilaeIle: bartathtr.; agreen4hta. x11 eki2lad taset not ilstrs ileus ■wc be paid at least PAG war# stale tae{►llohtd N eollgetivG bafga:ning atreomgei tar such labs[ in the lotaltty vhe Rs such ware is being P#rfof*td. 1t tt t,sttass a#.et• eery ter the Contractor or Any suet entHet#t ge tePlay env Pefw n in a Craft, e3aa$tel• Cotte* e[ type of vert (r aCtpl etetutivl. suparri gery. lthta!$ifatlY:, eltitta3 Ot Othaf *e&•samusl markets oa even) 1!T vh%Ch n# sin Lia vale Rate ie #Pectose, the Caniratt#r shell laea/NtsIV notify the I'm lie Ats*ty which tha:l acomotl;• dt aerator the Preva412nt wgf rota th•n rot and guf*liA the CantrattoC utRn tSG atniucm tare best( tnlrton. urt,.h shall apply ttos the (tad of ehr tnttlel taPlaya... of No pofosn ♦ItseCGd anJ during t*e teattewcnte ft such #&play*gat. 13t. 1100t or LA,J t, LICnt ho uTo of 2sbaf to ane CAirndat Oar ttn#TCtuter A ileal day's vefY, anf ao ver*a in PastorG4 at env floe fn the► work by the Cfnti.aRar or alt any tit• gentcae u f •hail bt rteutrld or atRolttu to vo,k lino#[ en+feon saetpt i# Ptovtde1 4 Labor Cfao Sees. 1410-141). ��4 *__l�rattM els. yRapt[11 tadtntwt#d ippranii:t# say !e top ley#d Ch C`is are is Hter�with La►or Cee+ Slcs. 1171.1, ani i711.a sn na*•dlaen alnatlon. trot* 3 at 4) -14b- . 00081 11. ►�ILItG[NC[_1'E[_KAT[1iAls. the Public Agency deettes to promote the tnduattlec and At soya cwt44 t44u to vn[Y. and one eestrac ser the seleto /teal of to use the pNeu44 e, wfgatn, la►eror: 464 eeenant46 et tela eematy to ev0►y seam where the tries, (itnees apt 4146112; are awa1. E:! ! this a{r64sent bind: the hairs, succ@aure, datums• and representatives he c • tcantra9ert rut as :sone$ us/9n It In "bale ar In tart, net any "anise due or to • Cotoao due under It, vi[hevt the trier vrleSon Consent of the Public Agency and ohs C atratter'e eulogy or turettes, unless they have v('Ivsd "Otte@ of assignment. vatU Y anND VAtY[R NY ftlltlC IMCY. tnttectton et the mark and/or natartale. or approval of d oror m4 inspected, of ststeaaot to any officer, agent at employes of the Pattie Agency ledteatint the vork Of say fart tattoo( co":Lt4f vith tae ro4viren46ts at this contract, er aceop44nco a1 the who!! Or env tart of said vera and/or matrtialt, at ►spouts thlretor, or anY co+►inatton of thus act$. *hall net relieve the contractor of hie ebligat/en to fulfill this sen&sett at ►t44t1lbed1 net [halt the Public Agency to ' t►0sepy a Mppld brae brin{tn{ any aatlee for dosages or enlere46eat arising teen sac fotluro to eoaply vltn say •t rho taro and Condte Lou hero@!. tE,__NDLD NAp!tc[gt t 19D[BStty. fa) Contractor preel$u to sad &hall hold karate$$ and ea oaatfy leo■ She lu![Uttu as oaflnO4 In thl! :!:tion. (►) The 11149nalteos too sflted and protested 6 this tseolae ora the Publte Agenev and {t$ elective end appointive t!ardf, cnmt :%ft . offte!ro. along$ and eaptoyeal. (t) Tho 4 1 44}�� ►retested against +►a env /1 Ullity ar claim tot damage of 4nv $,Lad sitogedlY auiiirejij, lneuerad or enre$tese4 se44u:! !f action$ de tined ►slow, tngludtnt pots•aaI ta)ury. 444th, ►"petty daaato, tavert! :ea4stnatten, at anY con►1nOtseA •1 thin, petard," of vhether or got soca liability, glass of osmole vse unaIle at an^ tial Neese the Coua&Y approved the igrev64ohe t1On of aee$pert the Inpra.46encs at tasplete$, sat lo:ludleg the 4414664 of &by omitfl) or 4ettes(s) at lav or egu(ty senceralap 44440. (4) The acetpns eamaing liability Are any act at mission (ns;glgeat or non. ao{ttgrnt) in connection with the matters covered by this const•:: and 4ttttbwgasle to tat dv0%factor, eultentt64 u r h), of say oftte44ta), agonets) It upleyoo(s) of one or •ere of i on. (o) N64•Candlitanil the premise and agreement to this section 10 mpg eandftt�lntd at dependent an vesthet et not any thdsmottoo has prepared, tvtpliod, or approved an, plant*! er spatifi:atlen h! In sot, %Lou With this wage, has Insurance at other ind*mnl it tat tea 6:1,101108 any of these 049&091. or that can 4130gOd 4.0890 tttmltod partly fres any algll- goat at vtltful misconduct of say tadeoaltat. r (?ago.4 of 4) -14c- X00082 QiViSIONZ MIR•SATiCa ACTIC:t?°;J^^�'-5, Part Is The provisions of this Part I apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to Collective bargaining agreement* vith a labor organization or organizations and who togetycr with such labor crganizations have agreed to the Tripartite Agreement for Contra Coats County, -alifornla (but only as to those trades as to which there are coanitsenta by labor organization to specific goals of minority nanposar utilization) together with all. implementing agreements that have been and may hersatter be developed pursuant thereto, all of which documents are incorporated heroin by referenco and are hereinafter cumulatively Warred to as the Contra Costs Plan. Any bidder, contractor or subcontractor using one or more trades of Construction employees must ecaply with either Part I or Part 11 of these Bid Conditions as to each such trade. Mis, a bidder, eontrector or subcontractor may be in W.,pliance with these coalition* by its inclusion, with its union, in Use Contra Costa Plan a specific cer.Jt-sot by that union to a goal of minority manpower utilization for ouch true ".t", tnereby -ootinr the provisions of this Part I, aril by its c*mrsstmant to Part 1: in rdrirl to trade -9" in the instance In vhich it is not included in the Contra Costa Plan and, therefore, cannot vast the provisions of this Part I. To be eligible for award of a c,:.-.tract under Part I of this Invitation for Side, a biddor or subcontractor=at "scute and submit as part of its bid the certification required by Part III hrsof. Part Ili A. Coverane, the provisions of this Part 11 shall. be applicable to those bidders, contra tors and subcontractors, who, in regard to those construction trades to be employed by them an the pro.'est to wnich these bid Conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Pas: I hereotl 2. Are signatories to the Ccntn Costa Plan but are not parties to Colieotive bargsinin; agroomentsl 1. Are signatories to the Contra Cast& Plan but are parties to collective bargaining amvenants .lith labor organizations who are not or here-alter cease to be signatories to tRo Contra Costa Flan. 4. Are sicnatortos to the Contra Costa Plan but as to which not specific commitment to goal* of minority rAnpover utilization by labor organi- sation have been executed pursuant to t`h* Contra Coats, Plan; or Nov. 5/76 00083 M S. Are no longer participating in an affirmative action clan accep- table to the Director, OFCC, including the Contra Costa Plan, B. IteauirPm¢nt -- An Affir-.ative Action Plan, in all projects over 3500 0 L e ontractor inall ce reauiroi to submit for County approval an Affirmative Action plan. The bidders, contractors and subcontrac- tors described in paragraphs 1 through 5 above will not be eligible for award of a contract under this Invitation for bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part tit hereof that it adopts the minimum goals and timetables of minority manpower utilization. t/ and specific affirmative action steps set forth in Section 8.1 and 2 of this Part ti directed at increasing minority manpower utilization by means of applying gcod faith efforts to carrying out such steps or is deemed to have adooted such a program pursuant to Section 8.3 of this Part It. Both the goals and timetables and the affirmative action steps must fact the requirements of this Part II as set forth below for all trades which are to be utilized on the project, whet+ler subcontracted or not. ' 1. Goals and Timetables. The goals of minority manpower utiliza- tion for the bidder and subcontractors are aaolicable to each trade not otherwise bound by the provisions of Part t hereof for the following time periods, for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: From 10/1/74 17.0%-19.5% In the event that under a contract which is subject to these Bid Con- ditions any work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been cater- mined herein, the ranges for the period 10/1/73 through 9/30/75 shall be applicable to'such work. The percentages of minority manpower utilization above are expressed ' in tams of rranhours of training and enolovrcent as a proportion of the total manhours to be worked by the binder's, contractor's and subcontrac- tors entire work force in that trade on all projects in Contra Costs County. California during the perfor^inte of its contract or subcontract. The -Tan- hours for minority work and training must be substantially uniform through- out the length of the contract, on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to- employer or from project-to-project for the sole purpose of meeting the con- tractor's or subcontractor's goals shall be a violation of these conditions. 17 nor ty is defined as cc uoing Negroes, Spanish Surnamed Americans, Orientals and American Indians. .16. Rev. 5/76 00081 and for each of the trades. Further, the trsnsfer of minority employees or trainees from amp layer-to-employer cr from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. Io ruching the goals of minority manpower utilisation required of bidders, contractors and subcontractors pursuant to this Part ii, every effort shall be =ads to find and employ qualified journeyman. However, vhere minority journeyman are not available. ninority trainees to pre- apprenticeship, s;pvanticaship, journeyman training or other training programs may be used. In order that the nonworking training ',hours of trainees may be counted in meeting the goal, such trainees must be smployeod by the can- tractor durin; the trainin; period, the contractor must have made a com- mitment to employ the trainees at the completion of chair training and the trainees gust be trained puisuant to established training programa which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. A contractor or subcontractor'shot I be chased to be in compliance with the tetos and requircmenta of this Part II by the employment and training of ainortties in the appropriate percentage of his ag;rsgate work forts In Centra Costa County, California for each trade for which It is committed to a goal under this Par: it. tovever, no contractor or subcontractor shall be found to be in mancompliarce solely on account of its failure to most its goals within Its timetables, but such contractor shall be given the opportunity to demonstrate that I: has instituted all of the spathic affirt:attve action steps specified in this Part It and has race every good faith effort to sake these steps work toward the attainment of its goats within Its time- tables, all to the purpose of excandin; minority canpower utilization an all of its projects in Contra Cssta County, California. in all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the teras of these Sid Conditions. therefore, contractors or subcontractors. who ace governed by the provisions of this Fart It shall be subject to the requirements of that Part raisrdless of the obligations of its prima con- tractor or lower tier subcontractors. All btdders and all contractors and subcontractors performing or to perform work on projects subject to these Sid Conditions hereby agree to Inform their subcontractors of their respective obligations under the r---- and requirtaants of chase bid Conditions, includin; the provisions ♦.: *:ng to goals of minority enployment and trataing, Rev. 5/76 -ITS 3 ' x T 000'8) jf t r 2. jpetiftt Atftr uttve Action Stet's, bidders, contractors and subcootractors subject to this Tart 11, must enrage in affirmative it- tios directed at increasing minority manpower utilitation, which is at lout as extensive and as specific,as the following stepst a. The contractor shall notify community or3anisations that the contractor has e;pioyment opportunities available and shall maintain sscords of the organisations' response. U. The contractor shall maintain a file of the names and ad- drasses'of each minority,worker refterred to him and what action was takea with respect to each such referred worker, and if the worker was mot employed, the reasons therefor. 1t such worker was not sent to the anion hiring hail for referral or it such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefor. c. The contractor shall prorptl7 nctif7 the COMM CCSTA COU�»o p4JLZC•C,Z',S MPA-=M-7 when the union or unions with wao:i the ccntraetor hu a collective baroinins agreement has not rsterrtl to tns contractor a minority worker son% bi the centrzcter or the c:ntractcr has other intonation flat the union referral process has Luded hin in his charts to suss his goal. d. The contractor shall participate im.trstning programs in the area, especially those funded by the Department of Labor. a. The contractor shall disatminsts his 110 policy within his • nen organization by including it in any policy manual; by publicising it is company n}wspepsra, annual reports, eta.; by candutttng staff, anployss and union representatives' oeetints to explain and discuss the polity; by • posting of the polity; and by specific review of the policy with minority employers. C. The contractor shall diassainate his ILO policy externally bT inforaimg and discussing it with all recruie+snt sturcea; by advartis lstg in saws media, specifically intruding rinarity news media; and by mattfyiag and discussing it with all subcontractors and suppliers. g. The contractor shall make spscific'aad constant personal (both written and aral) rttrsitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations mad minority training argaaitations within the contractor's rscrtitaent area. It. the contractor shall make specific efforts to encourage present minority emplayees to recruit their friends and relatLvas. L. the contractor shall validate all man specifications. &else- tioo requirements, tests, eta. Rev.. 5176 •18• , s� 5 :e 60083 �. She contractor shall make every effort to promote after- School, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportun- tries And participate and &$silt in any association or employer-;roup training programs relevant to the contractor's employes needs consistent with its obligations under this Part it. 1. The contractor shall continually inventory and evaluate all staosity personal for promotion opportunities and encourage minority em- ployees to seek such opportunities. s. Ib* contractor shall mane sure that seniority practices job classifications, oto., do not have a discri.•alaatory effect., m. the contractor shall sake certain that all facilities and eoopany activities are non-segregated. e. the contractor shall continually monitor ail personnel ac• vitt## to ensure that his EEO policy to being carried out. V. "The contractor shall solicit bids for subcontracco from available minority subcontractors on Sated in the trades covered by these ' aid Conditions, including circulation of minority contractor association. 1. Contractors and !ubeantrattors Deemed to be sound by ?art in the event a contractor or suacnat:attor, vnm is at the tu:s of oidding eligible under Part i of these Did Conditions, is ro longer pArticipaticg ' in an affirmative action pian acceptable to the Director of the Office of federal Contract U-mPliance, including the Contra Costa plan, he shall be domed to be committed to Part I. of these Did Conditions. ?urther, when- over a contractor or subcontractor. who at the ctme of bidding is eligible ander?art IS of these Did Conditions, uses trades not Contemplated at the time he submits his bid, he shall be committed to Part .I for those trades. ihenever a contractor or subcontractor is deemed to be committed to Part II of those Lid Conditions, he shall be considered to be committed to a manpower utilisation goal of the minimum poresacage range for that trfds for the appropriate year. t,. Jubigouent Stvnato= to the Contra Costa plus. Any contractor or subcoatractor subject to the requirements of this Patt II for any trade at the time of the submtasion of his tid who to;st:ssr with the labor or- Ionization vtth vhcm it has a collective bargaining agreement subasquently becomes a signatory to the Ccatra Costa Plan, either individually or through. an associtation, may meet its requirements under these Did Conditions for such trade, if such contractor or subcontractor executas.and submits a new certification comitting himsolf to Part I of these Did Conditions. No contractor or subcontractor shall be deemed to be subject to the require- seats of Part I until such certification is executed and submitted. Rev. 5176 • .lg. 00099 !. won-discrioinstion. in no event may a contractor or subcontractor mulles the goals, timetables or affi-acive action steps required by this Part It in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sax or national origin. ""- art t t Cerrifleatlona. A. Didde-.s' Cartifjn;%2n. A bidder will act bs eligible for sward of r contract under chis invttstton for Bids un- less such bidder has submitted as a part of its bid the following cortifi- aatian, which will be deemed a part of the resulting contraett BIDDERS' CEATITICATIOX certifies that: taidder) 1. it intends to employ the following listed construction trades La its work under the contract { and 2. (a) as to those trndes set forth in ths•pracsding paragraph one boxeof for which it is eligible under Part I of these Bid Conditions far participation in the Contra Cast& Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa Court within the sea;:* of coverage of shat Plan, chose trades Ming: and/*.- (b) nd/or(b) as to those trades for vhi.h Lt is requirsd by these Bid Conditions to comply with Part II of these Did Conditions, is adopts the minixw minority manpower utilisation goats an! the specific affir- mative action steps contained in said Tart II, as Otte and 411 sutura construction work in Cont:s Caste :aunty sub,',ect to mese Bid Coalitions, tboee trades bein4t and B. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of ray subcontract under this contract the subcontractor certification raruirsd by these Bid Conditions. Signature of auttariraa representative of btaaar) 3. :_�eontractars' Corti fteations. Prior to the award of any cubeontraee under this invitation for Bids, regardless of tier, the prospective sut- contractor must execute and su:nit to the Prime Contractor the following, certification, which will be deemed a part of the resulting subcontract: Rev. 5/75 .20- 00088 i SnCONI1U=RS. CCATITICATION certifies that$ (Subcontractor) 1. it intends to employ the following listed construction trades in Its work under the subcontract t 2. (a) as to those trades sat forth in the preceding paragrapti one hereof for which it is eligible under Part I of these Did Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future constriction work in Contra Costa County subjeot to these Sid Conditions, those trades beings and/or (b) as to those trades for which it is required by these Did Conditions to comply with Part 11 of these Did Conditia m,it adopts the ' minimum micortty manpower utilisation goals and the spfctfie affirmative action steps contained in said Part It an this and all future construction work in Contra Costa County subject to these Did Condi iona,those trades taings and ~� D. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Did Conditions. (Signature of authorized representative o. bidder) ' C. �aperiallr, and Raroansivenesa. The certifications required to be made by the bidder pursuant to these aid Conditions is material and will -Quern re•bidder's perfo Hance an the project and will be made a part »f his •+a. Patlurs to submit the certification will render the bid mnresponsiva. Rev. 5/76 -21- 00089 a: i R i Part IVt Compliance and Enforejent. Contractors are responsible for Informing their suocontractors ra,srolesr of tier) as to their respective obligations under Parts I and 11 hereof (es applicable). The birder, contractor or subcontractor shall carry out such sani.:lons and penalties for vlolstlon of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be Imposed or ordered by the Contra Costa County Public Works Department. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall Qe deemed to be in noncom• pilanee with these bid Conditions. Violation of any substantial requirement In the Contra Costa Plan'by a contractor or subcontractor covered by Part 1 of these Bid Conditions Including tfie failure of such contractor or subcontractor to make a good faith effort to eat Its fair share of the trade's goals of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who Is covered by Part II shall ba deemed to be In noncomollance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of Imposition of the sanctions and penalties provided hareln. The Contra Cost& County Public Works Department shall revirw Its contractors' said subcontractors' employment practices during the performance of the contract. In regard to Part II of these conditions If the contractor or subcontractor meets Its goals or If the contractor or subcontractor can demonstrate that It has weds every good faith effort to meet those goals, the contractor or subcontractor sMll be presumed to be in compliance witn these Bid Conditions and no formal sanetlons or proceedings lesd:ng toward sanctions shall be instituted unless the agency otherwise determinas that the contractor or subcontractor is not providing . equal eaploy-iant coportunitles. In Judging wrether a contractor or subcontractor Mf met Its goals, the agency will consider each contractor's or suocontraetor's minority manpower utilization and will not taKe Into consideration the minority manpower utilization of Its sutc-intractors. where the agency fires that the contractor or subcontractor has failed to coo-oly with the racuiraments of these /id Conditions, the slency shall take such action ano Impose such sanctions as may pe.�ppropriats IncIudln%L but not limited tot 1. Withholding of payments to the contractor under the contrast until the • contractor complies, and/or 2. Cancellation, termination or suspension of the contract, In .+hole or in • part, and/or 3. To the extent allowed by apolicable State Statutes, the contra.-tor may be declared Ineligible for further County Public Rorke contracts until he satisfies the County that he has astablished and is Inole"entinq an Equal Employment Opportunity program which conforms to the provisions contained herein. When the anency proceeds with such formal action it has the burden of proving that the contractor has not mot trio raauiraments of those BIA Conditions, but the contractor's failure to nest his goals shall shift to him the requira'ant to care forward with evidence to show that he has mat the "load faith" requirmrents of these Bid Conditions by Instituting at least the Specific Affirmative Action steps listed above and by nakinq every good faitn effort to mase those steps work toward the attain-pent of its lost% within Its timetables. The pandency of such formal proceeaings shall be taken Into consideration by Contra Costa Count•: Rev. 5/76 -22- OVOt7V In determining whether such contractor ue subcontractor un comply with the reaulre.-lents contained Martin and is therefore a "responsible prospective contractor." a It shall ba no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to War minority employees. The procedures sat forth In these conditions shall not apply to any contract when the Contra Costa County Public Works Oecartnant determines that such contract Is essential to tea national security and that Its ward without following such procedures is necessary to the national security. Contractors and subcontractors must kxep such records and file such reports relating to the provisions of these Sid Conditions as shall be re;uired by the Contra Costa County Public Works 9saartrent. M-tttal of CALTPA.10 form MC-I, ftl)CPAL-All) MIC#,WAY MiSTPUCTIVI CC•'tT ACTCRS t10 AMAT or optional form 66, MOIITMLY MAIIPC'ACA UTILIZATION REP:RT will be reculre: monthly. Additional forms or reports that may be reevired will bs presented at a ora-construction conference to be held prior to the start of work, for the infornatlnn of bidders, a copy of the Contra Costs Plan rsy be obtained from the Contra Costs County Public Works Ceparte-tent. Executive Order 11246 Executive Order 11246 requires non-discrimination in employment under federally-Essisted contracts. In executing this assurance, the County, cities, and non-profit sponsors agree to do, among other things, the following, a. Include the following equal opportunity clause in all federally- assisted contracts. .This clause applies to administrative I super- visory, professional, and clerical personnel as well as construction workers. This clause also applies to the employment practices of the Activity Sponsor: "No person in the United States shall on the ground of race, color, national origin or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds available under -, this title." -23- 00091 A DIVISION F. CENZRAL CONDITIONS SECMON L. Definitions, Whenever the following terms, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following meanings dde - A document issued by the County during the bidding p41-Tod modifies, supersedes, or supplements the original contract documents. f itiva eti n .a ow Ctil_tzation a t - xr ttin document iCaiiy, weeettly, or monen y) prepared by the contractor for submission to the County which reports the total number of employees, the total number of min- ority employees, and the present minority manhours of total man- hours worked on tha project. A_VS±emenc - The written document of agreement, exe- cuted by the`County and the Contractor. A�r1�hitect ar_Enaineor - Shall mean the architect, engineer, ina�iaus or co-partrurship, cmploped by the County of Contra Costs; as designated on the title sheet of these #paci- fications. When Contra Costa County 1s designated as the En inear, Engineer shall mean the Public Works Director, or his authorized representative. Bidder - Any individual, partnership, corporation, association. venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly auchor- izad representative. Board of Sunazvisers - Shall mean the duly elected or apppointed o iicsala who constitute such a Board, who will act for eha County in all zattars pertaining to the Contract. Chance Order - Zs any change in contract time or price and any change in contract documents not covered by subcontractors zalect InSIMtor, .nestrue tinn Suoe isorr, Irt�ector, or Clerk of the Wnrks #�a�l�i mean the autnori-a agaric a: the raMnty ac c3►a sits a. the work. Contract - The contract is comprised of the contract documents. Cant-sot Dociz-onts - The contract documents include the agreement, notice to contractors, instructions to bidders, proposal, pians, general. conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev 5176 -24- 40{ 92 v� i { I ' DIVISION F. GEIMRAL CONDITIONS SECTION I. Definitions: (continued) Contractor - The individual partnership, corporation, association, joint venture, or am combination thereof, who has entered into a contract with the County. County_ - Shall mean the County of Contra Costs, a political su v elan of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. Field de - Is an instruction given during the course of the work. ee Section 16g). Oaaer�l The written instructions, provisions, conditions or of er requirements appearing on the drawings, and so identified thereon, which pertain to the performance of the work. a s - The official drawings including plans, els- vation , sections, detail drawings, diagrams, general notes, in- foraution and schedules thereon, or exact reproductions thereof, adopted and approved by the County showing the location, character, /`'' . dimension, and details of the vork. l c The instructions,'provisions, condi- tions and deta�ments pertaining to the method■ and man- ner of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract. uba or_ - An individual, partnership, corporation, association,the cont ure, or any combination thereof, who con- tracts with t e Contractor to perform work or labor or render service in or about the work. The term subcontractors shall not include those who supply materials only. SuperintendeQt - The representative of the Contractor who shall be present at the work site at all times during perform- ance of the work, Such Superintendent shall at all times be fully authorized to receive and act upon instructions for the Architect or his authorized agents and to execute and direct the work on be- half of the Contractor. u lement Agreement - A written agreement providing for alteration, seen mnnt, or extension of the contract. Work - The furnishing and installing of all labor, materials, arrt ales, supplies, and equipment as spec ifiad, desig- nated, or required by t a contract. Rev. 5/76 -25- 00093 i VMSION F. GEM= C04DI ONS (continued) SSCTtO)I 2. Bernina LAVs Axid ReAulAtions: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and me I - loyess to observe and c=ply with all prevailing Federal and State laws, local ordinances, and rules and regulations made ursuant to said lave. vhtch in on? way affect the conduct of be-vork ol this contract. B. All work and materiAls shall be in full accord- anee 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 Slactric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable Stitt laws or regulations. Nothing in these Plana or Specifications is to be construed to Urmit work not conforming to these Codas. The Contractor shall keep copies of Codes on job at all tizas during construction period. C. lxeerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall eomojy fully with this section of the Labor Code as applicable. "No contract for public works involving an estimted arpendtiure in excess of $25,000.00 for the exervation of any trench or trenches five fact or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding b047 or by a registered civil or structural engineer, employed oy tae awarding body to whom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, brac- ing, sloping, or othar provisions to be made for vorkar proteetion from the hazard of caving ground during the excavation of such trench or trenches. If such pian varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or strue turai engineer. "Nothingg in this section shall be deessed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Saiaty Orders of the Division of industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or any of its employees. "the terms 'public works' and 'awarding body', at used In this section shall have the same meaning as in Labor Code Sao- tions 1720 and 1722 respectively." Rev. 5/76 -26- 0009 1 r f D S{R ION F. GENEML Conmolls- (continued) SLaTON-1. Patents and Royalties: A. The Contrsecor shall provide and pay for all licenses and royalties necessary for the legal uaa and operation of any of the equipment or specialties used in the work Certificates shoving the payment of any such licenses or royalties, and pper- mits for the use of any patented or copyrighted devices aMe, be secured and paid for b the Contractor and delivered to the County on completion of the work, if required. SECTION 4. ;ontrictor's ResponsibilityWork d Public t t : A, 1he Work: Until the formal acceptance of the work by the County, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage co aq part of the work by the action of the elements or from any other cause ax- cept as provided in Section 21. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good all such damages to any portion of the work occasioned by any of such causes before its aecept- anee. A. Public Utilities: a. The Contractor shall sand proper notices, make all necessary arrangements, and perform ail other services required in the care and maintenance if all public Ltilities. The Con- tractor shall assume all responsibility concerning same for which the County may be liable. b. Enclosing or boxing in, for portection of any public utility equipment, shall be Jane by the Contractor, upon comple- tion of the work the Contractor shall remove all enclosures, fill in all openings in masonry grouting the same watertight, and leave in a finished condition. a. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of same by the County during the ancire progress of the work. SECTION 5. Bond and Insurance; A. The Contractor to when the work is awarded shall within live (5) working days after being notified anter into a contract with the owner on the Contra Costa County Standard Form for :he work in accordance with the drawing and Specifications, shall fur- nish and file at the same time labor and Cat4r14l and faithful per- lormanee bonds as set forth 1n the advertisement for bids, on a tom acceptable to the County. Rev. 5176 -27- VQ9� Q z DIVISION F. CFiir^AL CO4IOITIONS (cont'd) SECTION 5. Bcnd and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contfact adequate Workmens' 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 sub- contractor similarly to provide Workmen' s Compensation Insurance for the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case any class of employee engaged in hazardous work under the Contract at the site of the project is not protected under the Workmens' Compensation statute, or in case there is no applicable Workrens' Compensation statute, the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance for the protection of his employees not otherwise pro- tected. C. Public Liability and Property Damage Insurance: The Contractor, at no cost to Public Agency, shall obtain Ns . - and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages due to bodily injury, sickness or disease, or death to any .person, and damage to property, including the loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such coverage, naming Public Agency, its officers and employees as •additional. insureds, and requiring 30 days'• written notice of policy lapse or cancellation. The Contractor shall submit a Certificate of Liability Insurance which shall include the "hold harmless" agreement as required in the Articles to Agreement. D. Fire-Insurance: (Omit) -28- 0@09':50 I f DIVISION F. —GENERAL CCN DITIONS (continued) SECTION 5, HOND AND INSURANCE (continued) E. CERTIFICATES M INSURANCE! Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall bo subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. Theae certificates shall contain a go that coverage af- forded under the policies will not be cancelled until ac least (50)days' prior written notice has been given to Contra Costa County. F. PERFORMANCE SOND• One bond shall be in the amount of One Hundred percent f100%) of the Contract, and shall insure the Owner during the ife of the Contract and for the term of one (1) ear from the date of acceptance of the work against faulty or improper mater- isle or workmanship that may be discovered during that time. 0. PAYmn BOND- one 0 D:Ona bond shall be in the amount of fifty percent (507.) 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 6. SUSCONRAMING. A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nised as such. All persona engaged in the work will be considered as employees of the Contractor. S. The Contractor shall give his personal attention to the ful- fillment of this contract and shall keep the work under his control. When any subcontractor fails to prosecute a portion of the work in a manner satisfactory to the Architect or engineer, the Contractor shall remove such subcontractor immediately upon written request of the Architect or Engineer and he shall not again be employed on the work. C. Although the specification sections of this contract may be arranged according to various trade a, or ggeneral grouping of work, the contractor is not obligated to sub at the work in such manner. The County will not entertain requests to arbitrate dis- putes among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work, Rev. 5/76 -29- 00049'1 f DIVISION F.. GFiNMAL COMITIOt+S (Continued) ,SECTION-6. Subeontractitm (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designatod in the original bid shall be permitted only !n cess of public emergency or necessity, and then only after a finding reduced to writing as public rae- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors; Contractor shall not subatituta any person or subcontractor in place of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors must be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Government Cade. Violations of this Act by the Contractor may subject him to penalties which suty include cancellation of contract, assessment of 1C percent of the subcontractor's bid, and disciplinary action by the Contractore' State License Board, SECTION . TIM OF W07K AND DA.wAGFS: A. The County will designate the starting day of the con- tract on which the Contractor shall L=ediacel begin and thereafter diligentlyrrosecute the work to completion. The Contractor obis- gates himse f to 4=1sta the work on or before the dace, or within the number of calendar days, set forth in the Proposal (Bid Fors) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. E. If the work is not completed within the time required, damage will be sustained by the County. It is and will be i;pract- icabla and extremely difficult to ascertain and detarmine the actual damage which the County will sustain by reason of such dolayl and it is therefore agreed that the Contractor will pay, to the County the sun of money.: per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- eribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any money due or chat may became due the Contractor under the contract. C. The work shall be regarded as ccapleted upon the date the County has accepted the site in '. ilio%. D. written requests for nontract time extensions, along with adequate justification, shall be submitted to the County not later than one month following the delay. E. 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. Rev. S/7b -30- 00098 t t pZIaSIO7 P. CEIMRAL COMMONS (continued) SECTION 7. TDM OF SJORK AND DMACES: (continuud) r. Should the County, for any cause, authorize a sus- pension of work, the time of such suspension will be added to the time allowed for completion. Suspension of work by order of the County shall not be deemed a waiver of the claim of the County for damages for non-completion of the work afteg the Adjusted time as required above. jECTIO 8. PE", ESS SCNEDllL£: Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart fora approved by the County. The schedule of operations shall show the order in which the Contractor proposes to carry out the work, the dates on which he will start each major aub- division of the work, and the contemplated dates of completion of such subdivision. When required by the County, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when sehedula is more than thirty (30) ' days in error.) SECTION 9. T&a MY, V"LTTIES ANM FACILITIES: A. All water used on the work will be furnished and paid • for by the Contractor. The Contractor shall furnish the necessary temporary pLpinr, from the distribution point to the points on the site where water is nocasaary to carry on the work and upon cam- j plation of the work shall remove all temporary piping. D. The Contractor, at his own cost, shall furnish and in- stall all aocers,all electric light and power equipment and wiring, all gas maters, gas equipment and piping that Ls necessary to per- form his work end shall remove the mama upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor shall furnish, vire for, Lnatall and main- tain temporary elaccrid 1i!ht wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall previde sufficient ill=iration and shall be to placed and distributed that these Specifications can be easily read in every place where said work is being performed. This tem- porary lighting equipment may be moved about but shall be maintained throu6hout the work, available for the use of the Engineer, Project Inspector, or any other authorized representative of the County whenever required for inspection. Rev. 5/76 -31- DOOM M I; F, 21VISION F, OE:ERAL COMITIMIS (Continued) SECTION-9. TtD ORARY UTILITIES AIM FACILITIES (Continued) 0. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men, These facilities shall be of an approved type conformin to the requirements of the County Health Department, and shall be weathertight structures with raised floors. Structures are to have adequate light and ventilation and door equipped with latch or lock. Contractor shall service such facilities daily, maintaining same in a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned upp upon removal of facilities when so ordered and upon complatlon of work. E. The County vi11av directly to the utility cnpanLes connection fees, annex`a�onfees, permit fees acreage foes, and all other fees required by the utility companies and associated with the permanent utility services. If additional fres associ- ated with the temporary services are required they will be paid by the Contractor. The County will not Ped for water, gas, tate- phone and electricity tonsured an the pro,�ect until after the County sakes written request to the utility companies that bil- lings be sent to the County. (;formally the County will Lake these requests after the project is accepted as coeplate.) F. See Spacial Conditions for Variations to the above requirements. SEC IO4, to. P xns: A. The Contractor shall make application for all permits. that are required for the performance of his work by ail laws ordinances, rules, regulations, or orders, of any body lawfully empowered to rake or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not reoixired to pay any charges assceiated with per- mits. (it is Lac cne present policy of the County to pay fees co the incorporated cities for permits.) srCTION 11. CO MUCT CF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connecticn with the project by Can- tract or otherwise, and he shall at all times conduct his work so as to impose no hardship an the County or others en;aged in the work. He shall adjust, correct and coordinate tris work with the work of others so that no discrepancies shall result in the whole work. 5. The Contractor shall provide an adequate work force, materials of proper 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. Rev. $/76 -32- 00100 j 1 I 1 I R i 21VISI,ON F. GENERAL CCtMITICNS (Continued) SECTIott It. CCttDUCCT CF WORK: C. She Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at 411 times until the job is accepted by the County. This superinte-Rint shall be ampwered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superintendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the site ready for the construction, He shall verify dimensions and scale of plot plans, and shall check all dimensions, levels, and construction. F. Where work of one trade joins, or is on other work. there shall be no discrepancy or incomvlece portions when the total project is complete. In engaging one kind of work with another, marring or damaging same will not be rolt:ed. Should improper work of any trade be covered by snotherpewhich results in damee, or defects, the whole work affected shall be made good by the Contractor without expense co the County. . 0. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is f+crnished and set at proper cizo s. An- chorage and blocking for i ':h trade shall be a part of $ame, ex- cept where stated otherwise. H. Proper facilities shall be provided at all times for soesas of the County representatives to conveniently examine and inspect the work. I. Watchmen, at Contractor's option, shall be maintained during the progress of the work as required, at the expense of the Contractor. J. If any subcontractor or person employed by the Contractor shall appear to the Engineer to be incompetent or to act in a dis- orderly or improper manner, he shall be discharged i=sdiately on the written request of the Engineer/Architect, and such person shall not again be employed on the work. SECTIt+K 12, R;3Pf2R..5!STL1T- FCR 917t CCINTTTIONS, The following, shall constitute exceptions, and the sole exceptions, to the responsibility of the Contractor set forth in Section 4, in the Instructions to Bidders: A. If during the course of the work the Contractor ancount- ets active utility installatians which are not shown or indicated In the plans or in the specifications, or which are found in n ar eatat substantially different from that shown, and such utilities era not reasonably apparent from visual examination, then he shall Rev. 5176 -55- i s ENO I DIMS QN F. GENERAL COMT1099 fContinuedl SECTION 12. RESPONSIBILITY FOR SITZ. (continued) promptly notify the County in writing. Where necesaary for the work of the contract, the Countyy shall issue a written order to the Contractor to make sue h adjustetnt, arrangement, repair, removal, alteration, or spacial handling of such utility, Including repair of the damaged utility. For the purposes of the foregoing, "active" shall moan other than abandoned, and "utility inatallncions" shall include the following: Steam, petroleum products air, chemical, water, sewer storm water, gna, electric, and cefaphe a pipe lines or condu;ts. The Contractor shall perform the work described in such written order and compensation therefor will be made in accord- ance with Soccion 21, relating to changos in the work. Except for the items of cost specified in such Sections, the Contractor shall recaive no carpensation for any other cost, damage or delay to him due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter sets with- out instructions from the County, then he shall be liable for any or all damage co such utilities or other work of the contract which aria as from his operations subsequent to discovery thereof, and he shall repair and crake good such damage ac his own cost. . B. If the contract requires excavation or other work to a stated limit of excavation beneath the surface, and if during the course of the work the County orders a changa of depth or dican- sions of such subsurface work dun to discovery ci unsuitable bearing material or for any ocher cruse, then adjusesert to con- tract price for such changge will be sada !n acccidanQ with Sec- tion 21. Except for the iteaa of cost specified therein, the Con- tractor shall receive no ctapensacion for any other eosc, damage, or delayy to him due to the presence of such unsuitable bearing saaterLai or other obstruction. SECTION 13, VISPECTIOtt; A. The Contractor shall at all times permit the County and their authorized agents co visit and inspect the work or anyy ppart thereof and the shops where work is in preparation. This obLi- gation shall include maintaining proper facilities and safe access for such inspection. Vhere the contract requires work to be tested, It shall not ba covered up until inspected and approved by the County, and chn Contractor shall be solely responsible for nocify- ing the Coun►y where and when such work is in readirest for inspec- tion and testing. Should any such work be covered without such test and approval, it shall be uncovered at the Contractor's ex- pense. B. Whenever the Contractor intends to Perform work on Saturday, Sunday, or a legal holiday, hashall give notice to the County .. .."ch intention at least two workingg days prior to performing such work, or such other period as may be speci- fied, so that the County may make necessary arrangements. Rev. 5/76 -34- 00102 I. DSYSSION F. GENERAL CONDITIONS (Continued) S CTTON 13. SNSPECTION.1 (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract an prescribed. Nork and materials not meeting such requirements shall be made good and unsuitable work or materials may be rejected, notwithstanding that such work , or materials have been previously inspected or that payment has been made. SECTION 14. REJECTIONS-OF MATERIALS: A. The Contractor shallprcmptiy remove from the premises all materials condemned by the County as failing to conform to the Contract, whether incorporated in the work or not, and the Contractor shall promptly replace and reexecute his own work in accordance with Che Contract and without expense to the County and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal. A. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice, the County may remove them and may store the materials at the expense of the Contractor. If the Contractor docs net ps the expenses of such removal within can (LO) days tho+:eafcer, �ha County may upon ten (10) daps written notice, sell su:h materials at auction or at private sale and shall account for the net pro coeds thereof after deducting 411 costs and expenses ttu t should have boon borne by the Contractor. *SEC710H 11. Itri'ERPR'_TATTO`t OF COVTRACT REQUTR=NTS: A. Correlation: The contract documents *hall be !nterpreted '+ as being complementary in requiring a ccmpleco work ready for use and occupancy or, if not to be occupied, operationAny require• mens occurring in any one of the documents is as binding as through occurring in all. D. Conflicts in the Contract Documents: In the event of conflict in the contract documents, the priorities stated in sub- divisions 1, 2, 3, and 4 below shall govern: 1. Addenda shall govern over all other contract doucments, except the County's Standard Fora 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 spacifi- cations, the specifications shall govern. 3. Conflict within the Pians: " Schedules, when identified as such. ihall govern over all other portions of the plans. b. Specific Notes, shall govern ever all other notes and all other portions of the plans. c. Larger scale drawings shall govern over smaller scale drawings. Rev 5;73 -35- a 001-13 4 r 01MICN f. CMI, COIMITICNS (Can't.) SECTION 15, iyTSPPRCTATI04 CF CNIPACT gMUIRLI Mqi (;on't.) 4. Conflicts within the Specifications$ a. The "Cenorsl Conditions of the Contract" shall govern over all sections of the specifications except for specific modifications thereto that nay be stated In the Special Conditions. b. Omissions$ It the contract documents are not complete as to any minor detail of a required construction systen or with retard to the manner of combining or Installing of parts. tutorials, or equipment, but there exists an accepted trade standard for Rood and vorVmanllke construction. such detail shall be deemed to have been Imi tedly required by the contract documents in accordance with such standard. "Hlnor detail" shall Include the concept of substantially Identical components. where the price of each such component Is small even though the aggregate cost or lsportance Is substantial, and shall Include a sIrAI* component which Is Incidental, even though Its cost or Important* may be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be com•paclble with the type, composition, strength. else, and profile of the parts or materials otherwise set forth In • the contract documents. S-CT104 15" CIARTMATICNS AHO ADDITIML INSTl 1MC4s A. Notification by Contractors Should the Contractor discover any conflicts. omissions, or errors In the contract documents or have any question concerning Interprotation or clarification of the contract documents. or If It appears to him that the work to be done or any matters relative there- to are not suffietently detailed or explalnod In the contract deet-+encs, then. before proceeding with the work affected, he shall Immediately notify the County In writing through the Construction Supervisor. and request Interpreta- tion, clarification or furnishing of additional detailed Instructions concerning the work. All such questions shall bi 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 adjuac any work which is not in accordance therewith and he shall be responsible for any resultant damage. detect or added cost. 11. Field Ocderst OurinS tha course of the work the Arcn%tect and/or Engineer my issue Field orders regarding the vork. These Fielc Orders witl supplement the Plans and Spectficacions in order cc etarif}• the intent of the ccntrac� docunanta by adjustment to meet fold tan,fttion3 or to rake the various phases of the work meet and join properly. A Field Ordar involves no change in contract time or price, Performance, partially or in full, of a Field Order shall constitute a waiver of ctas-+ ior a change in contract time or price for the work covered by the Field Order, unless a Change Order has been issued. C. Change Orders% See Seccion 21, this Division. Rsv.12/7 2 -36- 00104 t DIVISIONIr. CENERAL CONDITIONS (Con's.) SECTION 17. PP.ODUCr AND REPERVICE STANDARDS: A. Product Designation: Uhen 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 a being those found in Industry publications of current issue at date of first invitation to bid. S. Reference Stamdardst When standards of the Psderat 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 cnis 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. SECT1011 18. YATEP.IALS, ARTICLES, AND EQUIPMENT: / A. Mortal 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, submtc 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 at seq., of the Goverment Code, State of California. D. Mechanical equipment, fixtures and muteriat shall be delivered in original shipping crates to the Job stte and the County snail be notified " of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipcent, fixtures or material to determine any damage or deviation from that specified, ltams damaged during delivery shall be rejected. C. 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 co ver 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 chs material or process is equal to Rev, 12/72 —37 I 00105 D1Vl4i(,X F. CENMA.L Ct 1•p IONq (Can't.) sr Ic'i Is, _,MkMIA;I, ARTMIS, AND MUNT.- ! (Can't.) that epeolfled. lequest for substitution shall be made In ample time for Chu County's consideration as me delay or extra time will be allowed on account thereof. Cvidenee furnishad to the County by the Contrsetor shall consist of sloquatt size samples of material. te%ttng tabor}tory reports on materiel or proeees. manu'acturer's speelflcation data, fleid reports on product's a=proval and use by other public agencies, material costs, and installation costs and *utntenance provintons and experience or other data as required by the County. The County's decision concernlns the rcfusal or acceptance of proposed substitute for that ,specified shall be accepted an final, 4equests 'or suhstitu,ion will only be considered when offered by the Contractor with 04 reaarn (or substlt%400n. "allure to suhmit competent evidence as rtqulred and requested by County shall be considered grounds for refusal of substitution. The Ccntractor shall include n notice of change in contract prices. it substitution is approved. D, All materials shall be delivered so as to Insure a speedy aiwi uninterrupted progress of tt"t work. dame shall be stored so as to cause no obstruction, and so as to prevent overloading of any portion of the structure. and the Contractor shall be entirely responsible for damage or loss by water or other cause. C. within fifteen (1$) days Afte,L, staninr of t*o Contract, tS* Contractor shall submit for 47a=ovA Lto the Coumte a QOm"nlete Its,; of all materials It " use 'kyr t-11 ":cgr set, whlen differ to any respect from -Rater lals sped'ted. :his list shall Include all materials which art rroposte by the subcontractors as yell as by himself for use in work of his Contract and which are not specifically mentioned In the Spot It[cations. This list Must also Include the figures received by the Contractor In bid form for the material or materials which are submitted for approval or substitution, together with the fi;urss In bid forma of the specified material or materials for which suostitutions are proposed. In ease a substitute Is offered and acccptac as approved equal to rA teriala specified. t1re cost of which is less then the cost of the material or equipment specified, then a credit shall be taken for the difference betvttn tae two costs in order that tha CtunCy shall obtain whatever benefits may be dertvad from the sutsticutton. Failure to propose the substitution of any article within thirty-five M) days after the signing of the Contract may be deemed sufficient cause for the denial of request for substitution. :: ^T r\ 19, SNCP DW:IMs DESCRIPTIVE 06TA, S}V,}'`,�ALT_iXsTfVSSi A. The Contractor shall submit pro.ptly to the County, an as to cause no delay in the work, all shop drawings, descriptive data and samples for the various trades as required by the specifications, and otters of alter- natives. if any. Such submittals shall be chocked and Coordinated by the Contractor with the vork of other trades involved before they are submitted to the County for examination. Rev. 12172 _38- 00106 DIVISION f. OMMI. CONDITIONS {Can't.) 4+rin� gNOp DRUIROS, DE5CAIPTPIt DATA, SA1Sp1E$iAt.;[,t'{ATZYES3 (Can't.) S. The Contractor shall submlc to the County shop or diagram drawings in the number of copies As required in submittal schedule, or five (5) copies it mo schedule to included in these document$. The drawings shall show completely the work to be done; goy error or omission shall be taado good by the Contractor st his own expense, even though the work be installed before same becomes apparent, as approval by the County covers general layout only, fabrication, details sad inspection shall conform to approved Coatract Cravings. C. Descriptive batat Submit sets of manufacturer's brochures or other date required by the specifications in the number of copies as required to submittal schedule, or five (5) Capias it no schedule is included in these documents. The County will examine such submittals, noting thereon corrections, and return three topies with a letter of transmittal indicating actions taken by aha County or required of the Contractor. D. Sastplesl Submit *&"Its nt articles, tutorials or equipment ae r*quirod by the spootficattons. The work shall be in accordance with the approval of the samples. Samtoles shall be removed from County property when directed. Samples not removed by the Contractor, at the County'o option. will become the property of the County or will be removed or disposed of by the County at Contractor's exp*nao, L. Alternativost for eonventance In designation on the plans ar In the specifications, certain materials, articles, or equipment may be designated by a brand or trade Amar* or the near of rho manufacturer together with catalog designation or other identifying intor^atton. hereinafter referred to generlcslly as "d*sJ%n&c*4 by brand name". An alternative material, article. or equipment which 1s of equal quality and of the required characteristics for the purpose Intended est be proposed for use provided trs Contractor cortplios with the following requlromentst 1. The Contractor shall submit his proposal for an alternative In writing within the time limit d*stgnated In the specifications, or It not d*slgnated. than vithin a period which will cause no delay In the work. I. No such proposal will be considered unless accompanied by complete Information, and descriptive data, necessary to determine the *quality of the offered eaterials, arcteles, or equipment. Samples snail be providod when requested by the County. The Contractor shall note that the burden of proof as to the coerparative quality of suitability of the offered materials, articles, or equip- ment shalt be upon the Contractor. The County shall be rho sole judge as to such matters, in the event that the County rejects the use of such alternative materials, arciclos, or equipment, then one of Cho particular products designated by brand name shall be furntshed. Rev, 12/72 -39- DIVISIPv 1c. CENEMI, CcaJliiW+5 Won't.) imItm 19. ARNP 01A'alfr3. DESCRIPTIV! DATA, SAHPI.O. A!.TCANATIVEil (Can't.) The County will examine. with reasonable promptness. such submittals. and return of subnitests to the Cnntractor shall not relieve the Contractor from responsibility for deviations and alternatives from the Contract plans and soecifleeelons, nor shall It relieve him from responsibility for errors In the submittals. A !allure by the Contrnetor to Idlntlry In h1e letter of ersn.niital material deviations from the plans and Specifieselons .hail void the submittal and any action taken thereon by the County. when specifically requested by Che County, the Contractor shall resubmit such shop drawings. descriptive data, and s&,Pplrs as may be required. If any mechanical. eteccrleat. structural, or other changes are required for the proper Installation and lit of alternative naterlsls, articles, or equipment, or because ofdeviatlons from the contract plans and specifications, such chances shall not be made without the consent of the County and shall be made without additional Lose to the County. S CN ;,0. UMPLIt 1YD MM The County reserves the right at lis own expense to order tests of any pare or the work. If as a result of any such teat the work is found unacceptable. It will be rejected and any additional test required • by the County shall be at Contractor's expense. Unless otherwise directed, all samples for testing will be taken by the County from the materials, articles or equipment delivered, or from work perfor:red, and tests will be under the super. vision of. or directed by, and at su:h places a3 .r..y be convenient to the County. Materials. articles, and equipment requiring tests shall be delivered In ample time before Intended use to allow for tescinx, and none may be used before recelot of written approval by the County. Any sample delivered to the Cour.ty or to the premises for examination, Including testing, *hall be disposed of by the Contractor at his own expense within not more t?an ten (10) days after the Contractor ac;uLres krowledes that such examination Is concluded, unless otherwise directed by the County. sECTIOY 21. CRA402 OROEP.S: The County reserves the right to order in writing Changes in the plane and specifications, without voiding the contract, and the Contractor shall covVly with such order. No change or deviation from the plans and spaci!Lcacions will be ride without authority in writing from the County. Changed work shalt be perfocmed in accordance with the original requitements of the Contract Documents and previous fully executed Change Orders. A Change Order may adjust the contract price either upward or down- ward in accordance with either or a Combination of the following baaea, as the County slay elect: (1) On a lump sum basis as supported by breakdown of esc(tatod costs. • Rev. 12/72 -40- 00108 E AlYi4ios f• rrgEpAL CONDITIONS (Can't.) SWIM 21. CHANGE ORDERSs (Can't.) (2) on a unit price basis. (3) on a cost-plus basis in accordance with the following conditions, (a) R4�1 K-UM 1. For work performed by the Cenerat Contractor an amount equal to the direct cost (as defined herein) of the work plus 15% of the direct coats for overhead and profit. 2. Tor work performed by a sub-contractor an •mount equal to the direct costs (as defined herein) of the work plus 207. of the direct costa for overhead and profit. (Suggested breakdowns 15. to the sub-contractor, $% to General Contractor.) 3. for work performed by a sub-sub-contractor an amount equal to the direct costs (as da inod norein) of the work plus 25% of the direct costa for overhead and profit. (Suggested brtakdowni IS% to sub-sub-contractor, 5% to sub-contractor, 5%, to Central Contractor.) 4. In no case will the total mark-up be grestar than 25% Of the direct toots notwithstanding the number of contract tfecs actually existing. S. for deleted work the sack-up shalt be lox of the direct costs or the agreed upon estimate thereof. (b) DIRECT COSTS: 1. Labors The costs for labor shall include any employer payments to or on behalf of the workmen for health and welfare, pension, vacation and similar purposes. :Abor rates will not be recognt:ad when in excess of those prevailing in the locality and time the work is being performed. 2. tGterlaiss The actual cost to the Contractor for the wteria a oirectly required for the performance of the cnanged work. Such cost of oatertais may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier-ts available to the Contractor, it shall be credited to the County. If the saterials are obtained from a supply or source owned wholly or in part by the Contractor, payment therefore will not exceed the current wholesale price for such materials. The term "trade discount" includes the concept of cash discount. Rev.121i2 Rev. -41^ 00109 i x DIVtS20Y f, GENERAL C0.0tTIOYS (Coni.) SECTI09 21. CPANG E ORDERS: (Can't.) 2. Haterialol (Can't.) It, in the opinion of the County, the cost of materials to excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to him from the actual supplier thereof, then in either case the cost of the materials shall be deemed to be the lowest current wholesale.price at which similar materials are available in the quantities required. The County reserves the right to furnish such cwtertals as it deems advisable, and the Contractor shall have no claims for costs or profits an material furnished by the County. 3. r4uiprentl The actual cost to the Contractor for tht use of equipment directly required in the performance of :he changed work. In computing the hourly rental of equipment, any time less than 39 minutes shalt be consiaored on:•hatf hour. No oavront will be made for time while equipment is Inoperative due to brenkoowns or for nonworking days, in addition, the rental time shalt include the time required to rove the equipaont to the work from the nearest available source far rental of such equipment, ind to re:urn it to the source. if such equipment is not iruved by its own pcwer, then loading and transportation costs will be paid in lieu of rental time therefor. However, neither moving tire nor loading and transportation costs vitt be paid if tl.o equipment is used on the project in any other way than upon the chanced work. lnetviEual pieces of a ulnrent havine a reolacerant ^al-so of %I ^V, or lege shalt be conr.iderea to be toca it jmaiL erutinAnt, a,�c �o ;.awaant wilt be rxde tnereter, For equipment owned, furnished, or rented 4y the Contractor, no cost therefor shall be recognised in excess of the rental rates established by distributors or equtom:ent rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equiomen: as set forth above shall constitute futl compensation to the Contractor for the cost of fuel, power, *it. lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, deprrttatton, storage, insurance, labor (except for equip ant operators), and my and all costs to the Contractor incidental to the use of such equipment. (c) ALLO.'AUE = =-M—SWIS; For any change in the work, the Contractor shalt be entitled only to such adjustments in time by which completion of the entire wars. It delayed due to performance of the chanted work. ra;h estimate for a change in the nark s0mitted by'rha Contractor shell state the amount of extra time that he coasiaers should be allowed for making the requested change, Rev. 12/72 i -42- 00110 l DIVISION P• GENERAL CC-10IT104S (Can't.) RECTION 21. •CHAt10E OPDERSt (Con's.) (d) LOOMS &110 SUPPORTIVE 1NFOMATtOt (1) The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of extra work paid for on a cost-plus basis and the costa of ocher operations. (2) Contractor shall maintain daily records shoving man hours and material quantities required for cost plus work. The Contractor shall use a form approved or provided by the County. The forms will be filled out in duplicate and the County's inspector will review and attach his aot+rovtna sianature to the form an the dew the work is performed. (3) Mental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost records pertaining to cost-plus work shall be open to inspection or audit by the County. (s) FAILURE TO ACREE LS TO COSTi Notwithstanding the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contractor, upon written • order from the County, shall proceed immediately with the changed work. , Daily Job records shall be kept as indicated in paragraph (dl above and when agreed to by the Contractor and the construction insptctor, it shall become the basis for paysent of the changed work. Agreement and execution of the daily Job record by the construction inspector shall not preclude subsequent adjustment based upon a later audit by the County. Rev, 12/72 43- „s 00111 i I I DIVLSIONF. CEIMML COMMONS (Con't.) gtCTTON 22. tAsOR: Every part of the work shall be adcomspiished by workmen, laborers. or mechanics especialty skilled in the class of work required and woricvnship #hall be the but. iSECtON 22. OCCt'PANCY SY THE 1,07:MY PRtCR TO_ACUPTANCES The County reserves the right to occupy all or any part of the project prior to completion of the work, upon written order therefor. In such event, the Contractor will be relieved of responsibility for any Injury or damage to such part as results from such occupancy and use by the County. Such occupancy does not constitute acceptance by the County of the work or any portion thereof, nor will it relieve the Contractor of responsibility for correcting detective vdrk or materials found at any time before the acceptance of the work as set forth In Section 26 or during the guaranty period after such acceptance, es set forth in Section :0. SECTION 26, q�SMAT104 AND CLLOMt A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs, vlAdov and door coverings. boXings or other constructton as required by the County. This shall include any adjoining property of the County and others. B. The Contractor shall property clean the work as it progresses. As directed during eopstruction, rubbish shall be removed, and at completion the whole work shall be cleaned and all tazoorary construction. equipment and rubbish shall be removed from the site, all being lett In a clean tad proper condition satisfactory to tt%County. SECTION 25, PAYMENT CF FEOER%L C1 SUTF. 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 paid by the Contractor. The County will furnish Excise Tax Exemption Certificates to the Contractor for any articles which are required to be furnished under the Nov- 12/72 ..4G,,, 00 1 s t f i DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 25. PAYWIT CF FEDERAL OB STATE TARES: (Con't) Contract and which are exempt from Federal Excise Tax. SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it s shall have been completed satisfactorily to the County, Partial payments shall not be construed as acceptance of any part of the work. B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the time and in the manner as ca ad for haratofors. C. County shall begiven adequate opportunity to make any necessary arrangements for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are cooplate and Mroved by the County. This shall include, but is not limited to, construction, guarantee forms, parts list, scheduler, cssts, operating instructions, and as-built drawings - all as raquirnd by the contract documents. SECTION 21, FINAL P `�►YLx`"t ANM VAIVE3 TO CLkIuSz After the official acceptance of the work by the County, ti the Contractor shall submit to the County. on a fora acceptable to y the County, a request for payment in full in accordance with the contract. The form "Statement to Accompany Final Payment" (Page 0 ) shall be coopletee, signed by the Contractor, and submitted to the County with the floal payment request. SECTION 28, GUARAME: A. The Contractor hereby unconditionally guarantees that the work will be done in accordance with requirements of all con- tract, and further guarantees the work of the contract to be and remain free of defects in worlcanship and =teri.als for a period of one year from the date of acceptance of the contract, unless a longer guarantee period is specifically called for. The Contractor hereby agrees to repair or replace any and all work, together with any other adjacent work which may be displaced in so doing, that may prove to be not in its workmanship or material within the guar- antee period specified, without any expense whatsoever to the County, ordinary wear and tear and unusual abuse or neglect excepted. B. Contract bonds are in full force and effect during the guarantee period. C. The Contractor further agrees, that within 10 calen- dar days after being notified in writing by the County of any work not in accordance with the requirements of the contract or any Rev. 5116 .45- 00113 1 1 Q SION F. GENERAL CONDITIONS (Can't) SECTION-28. CUAWTEE (con t.) defects in the work, he will commence and prosecute with due diligence all work necessary to fulfill the tarns of this ua grantee, and to ccmplets the work within a reasonable period of time, and in the event he fails to so comply, he does hereby authorize the County to proceed to have such work done at the Contractor's expense and he will pay the cost thereof upon da mend. The County shall be entitiq to all costs, including reasonable attorney's fees, neeassarily incurred upon the con- tractor's refusal to pay the above costa. • Notwithstanding the foroggoing paragraph, in the event of an emargeney constituting an iaediata hazard to the health or safety of the County's em loyees, property, or liven sees, the County ma undertake at the Contractor's expense with out prior notice all work necassar7 to correct such hazardous conditions when it was caused by work of the Contractor not being Ln accordance with the requirements of this contract. 0 D. The genernl contractor and each of the listed sub- contractors shall execute and furnish the County with the standard uarantes form. See Page 48 )• Rev. 5/76 -46- • 001 14 • L 1�..f11 lhL..L ; i GUARAWME i toil Comm COSTA COUNTY gUILDINO MARTINEZ, CALIFORNIA We hereby guarantee to the County of Contra Costs the (Typo of stork) vbfch us have Installed in the Nose of building) California, for year (s) use from date of tiling of the ccoplecton notice In the Office of the County Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that "y prove defective In workmanship or materials within that period, ordinary wear and tear and unusual abuse or aeslact excepted, togsther with any other work which may be damaged or displaced in so doing. If we fail to comply with the above cautioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authoriza the owner to proceed to have the defects repaired and mads Rood at our expense and we will pay the costa and charges therefore immediately upon demand. .his guarantee covers and includes any special terns, including time periods, specified for this work or materials Ia the pians and specifications for this project. J This guarantee supersedes any previous guarantees we have made for this particular project. SUSCMIUCTOR Dates (Affix Corporate Seall CENERII CO'irP.AC':OR Decal (Affix Corporate Seat) NOTEi if the firs is not a corporation, odd a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev, 12/72 -47- 00115 C cX4rnALe FORK STATUTNt TO ACCOMPANY FINAL FAMM Tot Contra Costa County public Works Department County Administration Suilding Vaccines, California Us Final payment (Project) Dear girt The undersigned Contractor represents and agrees that the final payment includes herein all claims and deasnds, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract to construct the above entitled project, and that payment by the County of the J final estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and rAcerialsl on this project have been furnished and purchased in full compliance with the contract and with all applicable laws and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and thac the amount therein is justly due. I declare under penalty of perjury that the foregoing is'true and correct. Dated + at (City) , California. Rev. 12/72 -48- 00116 i DIv1151cm - C-� -FE(�L. ;,Jp.G� iZ.e•r� DET�rzmw.ariC NOTICES 'LJw d v f J• dd ♦ +" N Ah ww yJ �J% wn MN '• . titer ' M 1 s I .+ N.. � N n n•" • p h hh � n « Nw . nN � i i .• .. r ..a 9 S nn• nn nn 'g $ 1 w nh w n nn li i1 iiAl i _: N A •1 i•1 w1 MN• i•i•1 NH NN' N N • N M .• N N II M pe pp I•N 11 11 11 11 N•♦ • y n NN Y O O O!1 q•q hh lip; 111 • nn • • • ' (♦N h ♦ N Mw Nd •• h h hO 3'1� i; rw n r n wN re n"wl 91 %�n o.. .�.. �7{•! H •Mi •y ��`jfj q• ' ',� ' M M S Y Y � •)• N$''I N�S 8 Y,1 • • • �•,N�i . }N Y Y /1 w 4 "N F S�O• M M• O M w'ng- •I 3 Y\ 1 •� y M Y ♦ Y• Y Y M` M N Y 11 • . A Y «D yy T •�} L •f Y 4 V L N Q Y"• M { t \\NF• N M 1, Q Y r r��S•.• 1•�•��Y 1•Y w)•w N•• •1 Y AH •«N M Y yYMYN^ D a •.wM N p •y M R«NtI • � y Y � ' I IVn^•_M i 6� y �•�• Y 4•M••Y y v Y N Y Y M Y Y i H 6 ' 'j•,Lz»sx� « _:q� lM � VYIY 43Y�q M.•Yri a ....� ��NLiw►Ix`al;, 39 ,� �wt7�N 3s3 • r �i1J�l.M �• rlr`IP"•! •v •NV r0- y +STOO O N N O . , • 1" Zi' i� • �uS ••O«N 4 ..\ \1 O 6 •• • nO hr O P•O•P 3$ $P ry •! , t►�a c �.. : •nI MI.1 =M ! e TT Oh OY1 � "10.1. •110 ON n hOMa O O•IYwt i' : .•;!• !�'NV \ a Pd PP hPP N: Y•1 �1.3u:lara•1•♦•iNh+•o��a s • • r an 010 1-1 A t • „� YiQ N� wn w �« ^O•IP PTS N•O•I P , gi7«9 .3 .. J; 5 &title •„;;c \a? ��N 3« u,w\•"I r i i «• o.i n�;” i:i �+ Y S 139.11 • � �: � •a�Y�3; ,:Itis•' ;�=�" ` r;1i`�,"•,. \ ^•�YI 9 u V C)D'.••a? •M n N T..i;:rl tl w.Yi ~ .O wY J •T"� �± � {.Q V ��{ •V V�'C r1\I M It R ��V J It 1 • - .. • ZS ,I �f' U N,f jS o.�1+~•i �J.a;i I V +,•rl V• �S 1'. ',.�I�=M L • t: G:,^Y os`:; .1w.;�..; �1 �; .1t.; t;„3X1.11 E+ 1• • 41 29620 f"OTICCS 1 i r i 1 x �� O OOV O 00 MO P O J • I N M A1C• A �N 4� Nn: • Y a R .,• S8•s VR .A r;2A I � / i• #l1.�4t � 1r 'x•00 O• •arP f•`. O•+•O A • • V N Z r a w H rpy qi V 3 O«p'Yp•' S �• • O � •• r • i�4 h�•M 4 •Y w••Y•yI/1 :I)��N tl O,J V N � ••• • �• r ' w �• ee w e 3 N ,.N« • .Tlpi Y4 •� M M�•�� " •r• JJ'N V�3►•• Mp V 5�•Id� Y t'O�v!`d�{Y� • N • .. Fes.__ 3� O Vsp{.pYo A r��M P O bq•N yQ sY • M•+ M1b�11 0 wC.I pM VQ Y Y .r � }• I .{\ •..At aY e 4� Npp11 Y QN YpiV•�N}}.�AYI1• N Y� V r J.N C M•� A •J, • 3 .1M yY•1 Mr N ss { ( •7 9LYiNN « y N w ryS.i• u � "'"�L`�ysspp f, J � � ps1 �yi r�i i �,�Y'N w gJ g�•. � a• '( (�•�{ M 19, 1 Y M A A h V Y 1Vi S • M I w 1 , i •. 1yw•!C II A q•��••M Y ey YI•• 1 0 ) r���••Y v all yy 777 1 Y \• �N M•G Y J„� , (�VY ti �Y V ••M t {1 Y W •�O•\ • � 1 p�e <L•�M•• ••w�•rrJ.NNN►••yNKStiRwl r•1[MS 'O LL�gNFNI"i y'� • 1 ' �_� V1 .Iq • .I �•I.I yy • y ..I ' • • •_`� 3 :iq Do 00 • 00 • wM "9"% O 00 00 .99 1 Fl t W N + • . ii ,w • •, /t 1 J t{ o s•• en nti N.\ eo 0o eo RR a • ii �+ �" it Vii• vg 'NN ii ii ii .9 An '• O A W 1•!O• Nn Opp ' MN ee V O NM p0 wPP • `! b n n t\n n r; V rl V•t e a I�I. I•: M V• I�Ir V;; 1 • II ) V'•^ pO He hw • Y•n n.• �A AA • '04 A � •.•• { • • :�� n € 1 P•+ •O OJ •r'P •la n aN y VG wi•� fes' 11 1 •7 Y•°.\ti Sw w= ,a, wY na .�� �3 c Gk;G :.`w,'�N�v :.��" "Vw. `p�`•.'°.'.. tw..rY. ~.oe'IC R .� jN • r! •'y Ar i•�U v•� .1 V�:;V V4Y�w.1.•N�ll �',� ;V �`\�:t\ . / • V • r)V•r V•I•• �Y'w W V {• h 1• r\V� •�V r 1.1, W Y M v.4 V 4' A w .t � � :1 N �• N t: •• it 1 r • i .•r nwn '.M1nfM1 yf< � �• .^i,^..R ««« •n-.^"^•• 0 C.R f{ ill '� � HNi ii 'ri•.ii w✓ NNN l~r N:.• • •1 L n p V Alin 0 AAF H••w'1+�•1 •0+100\7 .10+ h• n KM • rM1JH PsHn HHO OOS•• P n wn• • • • t M♦wiM orl sr. p•O.iM •'•Oa ww ol P p•'r♦ Y� • V A M`Y Y� +•w M S � M �y"i •• +M6�(�Y�• 1 • D •MO 1���i lJA{ M Qa M•1 k� a��� Y♦5 Y ti 4 M , + . }• .*y w Wy y tl i).fi• yn}Y YY ($y1�N •.Ijj•� •¢07 M L1it Y}p typ i yyg$ jNp� Y�✓M` Z « M1.jE3yp4 ti«dE •~r iwy} ~64 04 F •t ♦} • �,j • µ• ti� �•� � 006 �N• 000 00 • .•,. Ad •' M� N i p • O y0 O a�j r. 4 r O M •w „ • H OO. RRRR � -H w1 i♦•w r••1 ww w •�••Hi•H+,r Mw w \ OH ^000 n••M1 Nr1 fl M1h•••M1 ORO HN M100 qd « Jn nFn nn nn n n YM1 ♦w nn Yl.n •. :♦`= J 0 P«PM H �V OQ N nYA V 4 i•�U - OSM, • w • PO• ' iw • M•0• •G»wr'iw n •n4 dP � rr„O♦- 3 ♦ J t• ••V +.••i `Y MF 4 M "� Y,'V 4* ♦V Y O M "i O f is Y i 7•f i�w•"l Y�,.Mi C w r♦ �j•",Y r'•p rM1 .'+i.R l,•ti V�•.A M e\ ��+�•'#•�S� ' i! •t.1.Y 4.•V i••It«:r�• ••V C.��i•�. �Y Y!�i,� '• r'1 r O% \I d rl\•-• ~ ~ri ri--�-li V Y Y rl w•1J l•1•d V l*V wi V ••.•.{\ri 00119 N Na•�r Sltr MM w� Y�N••� r ti 7 �1■ \\N•V r C �r +N�b ^.w _NV w:�w'.��\Yh ,.Nw.•n•^^Y � 1 OV�N , et•1O�•: �wC�wY�wM�«M;w:i w!1•i=�•.••�i• w�ii � • M y�cs ,ern • :wry\�h• ivr •s`:� ?.\C� "Ii:�i;� wwM �a • o . • w .-: N s•• Nyr� •1Or N• O N• p �s p � w . YNFF 'two °� ' :w S{�. 8 • , ;w h Vwr •t•awi1NG r wt� °,••e1,www� N 1 wr• �w«S:S•w•5 �N :rL• I••••O' N �•• !w i'�Iw �� MBN '• •°•.• ' �w.w YnO4 �.� °NMS i • r,•�'� •' A V?www • ••A OA F; 3N C D . to ♦ • � y \ . , MNO • • yOy O O rr0 F; yrp w}S0 ' ' MVN M V M S MNV YO OaO/M i��w +•riv o o S S .,00 ee S.Nri n • MMM' • • NM •N M ••�••• MN UUU !_ 000 O O M N, 000 00 000 ii• w 'OOS • OSS F 10, •' pp \• �YY Y10•Y YYY . . .. p,. . yC as �• ... N.. FYrr,,IS rN M�r �wwr••la ww• r f•'/,■ Y1 b•!• y •• - • k-• .r� ••r M > Y a Nw•I • w /a MMww ywO/.w • r��sSCM•�www I. wY V • ;I�w1'wV w 11 lY•�w w lY � •. �w w•! 1•••• it = l!Vnfln wt•qq w n wnn •' A •. •arrM V .� i�rjjwYYir6pS"7•rA "n.:.wi.r.'•irni\�"wwnww�i.w.e'lI.r.�(yaf► ••�• a. N•'' n•w'w.•.�� N1wrv.&446, 446,^Y,•jia - ,cj .. •i� �Iaa • wXw •e• w�l� v •a4 .•r�� � r� , �• �hi h w wv e 0 Rw n • w •• ► • • h e P M + ar O.A. w 1• • P Ye•�/�a �.� •'�' � Yt•ppw p• v � w . !li�.Lid•.S ri•I.j'r '•S' '�'ir• S �►• r Ell • ' •=i••• %IMM NM 0. to M CMMMM M M M n • ' •1 Irsrvv vrr • � vrsrr • r v 'j J , 53�110N "",9GZ� Y __ 1 i N �J •iJ �i "ch it 3rJ: rL`S`:"' N:�:•": j�tL•�� F + ' .•�• ,�M'�! .'•,.li1tiSOY � N!i• St'k1�YY41�A•rY•,f iy 1 w _. .. ol+ L'�.=: +���, • �• r � �.•.`.••r u it w • • 984 lb. • •"!NO ar. SS V. M • ••:07 S s } p 1 1 MSM S%• MOY '+OSM 08 O Y rM• �• M • . 1 rrrS �•• . = rMMr rrrr.r rr r . r r •y s • • ICU S� Y 0000" as S b ,OSH M• M • r• + .• rr r r • • . • V '• 8 j? M•C G•• FOY •4 M M M ttl t 1 i � � � � !.1•, r �1Ll�ei L r erL*�LL�.tN�3 CQ"�.� • •� �i 1 �r.���r �7��ir�.�w�`w.t��; �.��.".��t�' iC�el?�gfi'Q•�f_ � t ,r • �� Hrtir. �w r j r •�� 0 Or�; • II�� i V2 M t flit M r f} • fir• ;• �. � �s� �r P .�• = .. • . r ` • � r'i ti'1 E S M C� •w w w � .�� t• t • y t£� r a i 1 f'. •1 zZC\•�/ • ti.f•Nh r•rr•.Y��J I l• \••-I•rM w M'I h tf••r Y VMi 1 ' • • yy i• r i:1 ••9 r� Y i• : 11 �i w 1:w•i��i 11 i.n w•q w » • • • • IIYY If: i�i\ • h••I fi I,•,•w,riM\•w p:1/•r Mrwi•YYA i.».NY O\Ew r YY I.w. J «••1 `\ w s •ppC Ea N J �� l w .•n 4••1•A • P f1 1 •71i r•r Abe N.i • �wYw7 MY���� N • . 1 � N 1•Qw L •- • � e . r 7 � A O • O{�it i w w••1 s•t 1•' I•i.• Y 1 � •• A �_: = 1'r j • r i•• n O � � Y � AC ' i li • i w w .• ' 1 O y •O M O` Y O� O MO yr• V f/'iN 1 • • MMP S •• V Y •• M S w r P L'• O N lit 1 NSr S S S S' O r ww S Z•• O S V it t � • w • .yyry�l•• r r y�y r r r rr rr r-r ' , � ,�• /•.• 1•Mp S O O O S Y 00 O O O S 4 �• 7 I O I •• ri r rr • . r ,� . � t S • • .• !•, S S V M V S M � � • . rl • I � . �G9 � � 3 E gR � R R �� r i Y N • � `• terms '��• "y y1 rN N•17 � • �NNl.4 L . r1".rSNu w•Ryr� � RrBsc $M'ss . �rrc.■ i �, :Z O-i► O n. Y+11;•w• wNi.�rQ•„. � sQ.rUY•iQT111 w'•• f J w w N r •i N ,+� a` � =w r w.�l��_`c L ���ijj I frl t • • : y '��r � �r ~y'�Mwi �• •i fie. iii Ir i . i 1= 1•' y yn r f L • � p • ••n �r•� wCiao�' N &:w•�•�1• Nri .. • i ' �J IRert`i r• j �wY. .11�fr.Hri)s•: M Z x • f •'• MM MM • • • °••1• ! rr rr • p i•• . f M V• F , HM 1!i npi • H fir I •,�f• f I • • •r • y si ' • ' .• • S MM 00 • S O H s• •• r r " • 'r j N • N VV P.• O ��y r N S s • i ettoo ' r ••••var 1+n r� � �«w �: w rwlw a w � • .�w•►�'•' �.wr •. r y 9 t Is Fj�M b" •1h w„ I :•:NN• r. •/ w wlr w7 =1w EO w ; ft•• ' UN ah w N• ' • • L'w •�=•i • M� •• MS �i. r y • M MS \ • y ': ' y M � • i 01 •• pq tills g! • r ■ s �ji• e ' • tr ' • wYNrr�* ••YMr +'r 1• •MNw�i'• hYMr� AYNN� ' � •• ,.; • •• . _�. �w� ..1111 . � Q+11Npp/ � •� '. � M '• ' • ' ' � ' •• • rMM� • •�/•=S F�MM M�f�r�. SMY•• �,�•� ' ' r r r rag w w r r w r r r w r r r w w • , gg rag ;5003 r--- --- r r w •S� �• •��� •1f! �i�1 � ' wrww rr••••w rr►• ww w I Irii'IYi �IYai! i:•Ywif r17ww s•Ylik • YOP•1 YY�•t MV►7Y Y�YD YiYv t � • ` 7 w s � +Sri wwwiw �iwwi• w5irw «`hw� 1 1 i ::::a e•t�slf�►) l 1� 1 i ww•. • w� •, �}•.jam • ■••• L � a r} C ! • • *L/7■/N� O lYNrr lYNrw • K• � •• V�oO. • • • F nH�Y =Yy lYN rw•Y.•. . II•T• • ow1 •P KY wi ••'nN � • �! r ILr_ j , r Nrwhip •N•• 00•■ 000• •rl • OMP NNVO •• SON • �•V.•MC • • • • SN!• VpOM6666 6666 6606 • NMO V�■••SV •••• w 1 • • w • •� • , • , '•NNNN NVMN NNNN :•NN•P• . ' j •• • V V V V V V N�• H Y N VV.N V • p b b p b b b b b b am p P b b p • • O gSSS $000 oS$S ogoS00 MMMM •NNNN • • MM M^Mi• FFFI FltF 1.OFF, FFFF r N • • Zti�lwl� �i itwn�ri �i�•w+F•L �iwn�i kn •moi riww s;a;�i•G•= = , •www w w w w w w n w w w w� w w w w r •■. r 4 .... .i•..�2. •■■r�i •w•■w .... s �s� as• 1 • FYNN FYNNY 4� IMNNw� tNNNA FYNN M�w w•w�" r , . ��jj Vww w w � � rw••wwr • • •• , w � � w• r swwXw • faf • • � ,•' • will■ .�... •Nr so 0 left il ■ wrwn � ��_ 5 pV VM•I Opp�■0• :Sao coop••• �3 •••.0•00 • •wrl= ' pYkM 4r YY ONOV N/SYY M•/MM 3 • •• MMNM VVVV wwti•P do a- wtop w •�• • { w' . NNNN NNNN' NNNN NNNN • • . • , • Os 00 •�YPYP■• ••yy ••yyyy PP Yy•I YNMw Yi•YY FF�•F ■• FFFF PPPP !!! p j • • NNNN NNNN N N N N N N N N N N N N ti •ss asssss 'ss'ss ssss kc k e 1 � 4 UNION i i �., •. Ls' :. ��M�V ii Av ae.. ea� Q �7pp••s� +�l" 411 t « aft :iii x rw•ei8 ft s a - Oft.0 tx w p•� •.. x ' O V w �jk x s a i• • A M� O ,� M = ,f• V• r s :iF t �x�r�tx�s• s wRt r *rw1Zri�iV ,, �Ny �'i�a +S� ��1 w�,nw tw�w•t4v�7+e�a+ w 4. 96 11 w *t"'"'S."."t"w�Lrs"'��"xx: ..- R • su}S4 h w Mr /t i w . •t �as Xwl IFS ; 110 lwc^ " ;t t . vw w�i � 6 wti 4w• wr+• �w + V ggrza If011 fit � M M �Y ' N M M xP ' • • N N • M b N ; • b • I• r� tZ'JG� L1�t Lett . t 1 4 29628 NOTICCS s , • YI n N M ,� N Y1 N • N , • • M N •• N w N N M ►I • A �Y •V '. w V�•• y�X F Y X V:•r N•�Y 9 w Y:M •O V wyY •ZX.�• • Y y•• Y Y•1 N w • LR ��•iy�r Y ...�.w�'erpowwP�L P • V X ••4 Y S!V Y R L tl Y Y V M � y• R A Y�' )�•Hyl��M N r i v ..�• �A• �'S P 4 ry M v v= v •� iffiii •V •YVi�I• � • � • � Y �YK I'N •�1;Y)•�7�QI!•I• � VVJ w�OV R.•y1Oy • _ VY, Vim`•w� It— 'A Q Mw YV« Y Y J • • 3 % � OV �O.IOM da V< `Li•• : N .V Y A Y q M YI 6 A Y N YI J C •�.Ir►Y ►w s• r . Y ' g �w ^ ~,OI 11 rw• • wN �•1�{'• • N FS S�tiY• V[ry'K F��AVY M,jAi L/Y� +V1`Y VYV NYY rS;YVOy, Y'3 yfMy•O+ / J�y• 8 J 4VrY�rY S•�•yV�'f XY YVb HM`NY•VJ MMy / • N•2Fy M% N1�} :V Y M�I V �••..IIII O • �� w �1r A Y .=iw wAN wVX�Y w� �Na ,F M �It Y�•N,iV Y O��. J O L u 8 ' 8 8 8 ,�„ H N M M� •• H N N •• • Y 0. LA I't 3 •� w w w N w w w w , • • N N N . •i •i w w ••1 N N • •t N f n r r• r OI A O r • , O N ' p • .• O Y •`Y •.Y HJ •. M wri:Vw Y 1 J ' •I 'J vny wX i•.'.•Y]i y A ':' S"w Y F.. ' : e wq n v•�,.u .�.it o Y 4 a. Y/1 i N Y 1 M ,4^ • Y w r` •J 17 1••V •'w•. • l �' '�•I f!A1 �. y •Yn •• •.i Y.. y r ,1•••YI � y Y J Y w O� } t ♦r J� R �{ Is Mr 1{V••Y] ' ��1�'• T•w �1••. y•.`� •'•• JAY :M•`••f.Y " '(�■ It 58 WA S':c 2! 2D ■ w .i .i �Y• � Y Y � y Y M r••■ Y ••V AM�••C � M•Y•" •Jw w w " Y r N� • •N O r MY N �'•w,l•�, V 1 I•Y V•I •Y,7 Y» 3 V �� :, w Y Y•1 6� • • y!1 N r • s Y •r :! r s I .� r • •J M w '1 r•• • •J Y••I � N • �•+!1 r.•Y,,O• ,1 •J M Y•• •0 ' 7�••JIYY •I y,••r�•7� MY • w d � LI•�1 ky'n`rZ^Y $ b� �-i'.w bl• e air ■ aav �l.Xr .).QJYp 1M•"Yiy • .�s.i w •Iri , • 'S. • v •n::.:� ..` ■r•Q.�•ri� r•i•1 wN,.� ■ . •O •y•�r�••w if.:$.^•.•r •• Mi1H w rj Y Ji / wJ , M ;� � w t• Y1• �•r�. YY�., ,•Qt ��..�s,. Orli �u w•.y �=1w � ti Y «. { J V.•J Y�Y V Y O iI T O N Y 7�Y V 1.�rYi 'j••v'•w A I•A� �{i' �' y � i Yfl ,tll-Y �••1�,�••IM(p!M 7 r 3 n•"�•1 C J r• •r • .•n�•• •Y y�'O INT••• 6'' i41 Y •• F ~ bYw M •VO • N rYwaw•■Vr ■� �•Y •M r. y� • uhf •A..•\•w, ' J •'1' ^'O y�1� II y • ya yg •y �y q Y • Y w r OY`�y/�p MI 6r V �!{,nYy q)�n,y J w•^'. �>3.1 Y Y•.{Y••M N � • tl b�4��O y R L A ���•'^I��'�=L i]Y Ir, Y O w 1.A Y )�4 M� TI�ryis P r.7 � • ' A , j .:I � � 8 0 '8• 8 f. • • A• • i w w• } • :•• � •moi •••i •1• . • +�M •Y U w Y u V •OM111 J O 1•O • irbMY •„Y••�0�� ••ir CY)N1 i•Y'•:{Mw�V'•1 PV • • ' V ••p.�V'T w L r w�>•r J • �N w w�11�M w n '.' _ •I •1 11.J\nf•YY N ]Twp^J�r�YY•�^y Myw�N•� ' .U •1 ��J u•1 h '•~T T...A �n>,•l n �r•i••Y r.Yl•!i r; •�r 1. •T 1: i'••R• ru�l,:•; .1• •��u ..1 Nay •lig . ' . w . � 1• • 1 J i J•/•1 1 j v�J w w••v w N••�i`.• �,'u y •h-••Y j • r , 1 A r ) 1 •• % V M e • •,� •, �• •1••1♦a•�.� Ni 1'IY • :� i w;,l• Y�•4•Y•1.'i�v!• , i • • i ar ..a 1 � • i r�. • � N p�yr P•r•� � Y ••i M,J„i •w • 11l . • Aw � ; O I I mry A • 1 • Ij• r �I 1 • M • 8 • I • • YI•YY NM rr- YMr I•YNN• //..■■((�(�( YN yM{ 'Y MII�•••NNN • • M •�/ V Vr tR4.fiR•SHIS, ! s .eeeSyyo�y�IP1••SyPy Ppp�•�y. NrI�rryy1r1tt pMale pPrPr•w.r •■sesP M wYw�p�y1MN r w• MMM• 1•VM F/•�S�/•M• i�•A • • , � MMM VMMM «�� MMMMM • • • �• -M-N MMMM•I -r- Nrr- rrr -rf,Y-^Nrr• .s �. 000000000 888 sass sag BYL8Vp0 weave �• I i r---rr--- NNN -ryr-y« 7r-. yy-y-y-Nyyr. • � .•� MNY•.I J M YYJ •�•�•� . •�Vf• also V P•i�tlOt � i■(• •PNP YP YPP • t S i `pLi•ie s + • � i.i iIw .+ • 7 .t SSOYi/YSLOs�a 3S3t is•+.. z�..�Nsi � i . Z A • •MN•1 it I•t••YIJ•. ' wnnrnrl• 080 0000 1• t 53NUON OVOGZ i 1 1•ys :\iY.ii1i''•. - :s.rr:v :.Yf.;t! '{ii 5::,�:Ti;;.,. ' . �• • s�• �lw� :In� 1w• «K �4 V wr«n�w� wNw.\wa)+1,�\•fyOOywy��•:we w+^wwli " Fr•M• w"w'y Jul '+ •Ny�f•i:•a ii\I.1w'•~��f`•h G'•wi••:••'•:•n NN� A.•1�•1 N�1 N �i• +.w y /iV r Pwiw V t •• ••w ,•y � NN 1 • w. yw J n Via.. w .1A�•.••w r y R l •�r w•• a1 O � "r• •N f1•.V w S :•• 1• yN M V V 2:r • .!'w V J I• ;I' \ ' .• r I . •r) ey . aw• y �r••i; .. ; . . C" a A w 6O Y y AM•. • 1.yw w ••• S • iINw \'• j • wp\� r 1w 3" N t�•n 1+ a.v w•.y» �a•»y ::'•.1/ li•.ft::a S1 r "M r ff N i N r 0'•.,.J:w •:i•,i.�.\w''i w iw t.h .'/.i.; •�11 ^ i V+w••w E ��.ri."". t Y Ses"li•�, +seN + •wN..o Ya.' •• w 1 I. S p NNStl • • pr•:M:swYw P::•w:. L"'w•tlr"rr r wM r »wrN y1 a+ •ft NN•I\"•tl\•+ww•.Nir• l!! ••Nw�la wrsw0awrane r• �r 1.s�•N••w NvY .• n ilj . w •r1 • V N r YMw» I ••.iww 1 w r: y N •ww • ..+ww, wK tl $v, w X r t • $ \w NI. / wF�Z: 4 !. ' • n � w+ •�a a w�':rti N •r�a••wN•�N i••�• • I\+N • r al •.r O�nI� .\i CN w V wN i��;� t•N f y•• YNw tl • • " C �" ••~•� NPwrw\« w�••.r 11w�:i�:N.nti•w.r Mii\�w�� �a.. ' tiro p w�� + •• a+1sn .1 is (, • • • wsg~as`»•� =•e•e $ "wr•I•"•wL. =news.. r . Pww� w �I�» w rtl rw•w •S/i ry•I+w►••w:i 'SNA vNw '.�• Iwa •� s�F" T. s:'W.r, .•...uro rrl '•\. yNr »^• i • Er»;N 6•a� r11•• ■ A V• •'•!11 N w wy•N A Z... \w•5 w i•w1 1 r \y 't II— a"MW.NI •wi NwN�.f :O•'•n Y i..wir�lwiw 5N \i M err . s r r p w 11 •S k» $' wi w• :I� ggwI.••N.•�C � x�i � •sw' fa�Sn:.iris`w , Nt�ew•e+wi'•Ti:'�r:."`^.� w syp i :. $tl..if Nf1w ::�t ��rarn 3N• w. •rN wvv D:6 ({r- lN11 w� I'1 w• :wa'w��, •I°.. n"wo~iir I} o' • • • •gal"•t• /Ip eft., f • tlr /ti�. Kn,In=a'.q:�`s`w ewp�•.w:{wyi yr • ! �1��•7•• /wI •S• Y.��`T1 O�I�tt �M Sn1�O!/►'Iy.+ ~1ew �i.r V;•yi 1 . v • �•' X wrlN�Y rVNe» �i•Yi wN Y'w• nO 4.% .'r •i,1 wMMI » '• t wL.aN• ! gtl jixr �3 wF �i •" w •�3 • . i l•E�i�jy'.• w iy e N p•pl i'1Ti N .w.w I�Ii eZ w i •• i w M w F M P M 1► w■ f A• M w` • • • • N R ti A Yy!�31• X�:: ! .'� ' . . �.~i : �� •n �w w'S\NSid�INI�+we •w w Y a "�r n1�r " '�3: r lot Mq 9'snw EJG �•••iiip� •.. Ai_ I� ' � N/ w .•.Z "• �1$ 5'r�w•wi ��. S/w�r1:N..LP. Ni•eNw + ! f • � F wP •'{j(1n i w�� ^ +i ±: y De�sn °w° w11wN 1 I A M y1 1 M M',M N7wP T�' i wN�=w v'� • w � t 1 Y' • $,w � M.11 � p^� 1 •ew�iv:i $•'• /1 N�y {'i/.j ww1 wZ� ' 'I^. :• i•� j� •7n i• �l�rllp�r at a nM��.'�.i°�/1w ��Q g� • r ~ M ,t �: 1"�r / •1.°I IF «•162 C w 3 a �'•- fl 02 7i •'�a�1 n �� ; tr� �nw• � w• w .r. n '� R k i�71t!{Ar • •►wit= �4 tlL•� � 1 M P AY � M ••il 9a � 1 •• � ��r l; iw vM w ' • M XY N •J♦ N n 1 •`I• C M II.a R F Y• ! '" �, M /iI�•'�" ;1�A 1 '�w 1�, •• •7 w•y i w•wi 1.1 A w • � I•i •11 r M Nw•11 w•1• {1�•1•+ I�w R• '1�•f A �� w r w C.•�••wi I/ it/1, ri + A' Y J\ y 1 w �. 1 ',� �4 4ti : aN rN1 YN Ne••� •r !' R 1 1. I.L ' • • y �. 1 � t •w f I• �w• •��r Y'1 t s� • O r •L ` 1 �,Iyw Iw•p•• w �• IwJ G 1a w011 UCL w �i i A I K 1a 1L�LN• I•� == tr ' 2. • Re i \:w Y '4 it'1J1 w'• r} \j w J r y A r Z � rr.w•.wG 7 :.'l '• 1 1 4•. ' 1 •"s: oe ioo . v w 1i ,•- - � r � K•/ sw wsa•:: ` wX rel �!. ~ ` C � � Ia�� 1••�,•t,, r a • s w ' 1 s•f w r y•oFi • r �y •y• " • ,y•w i .. • • ` A r • 1••"i Ar11 M Oy Y • r «C N w p•M MY f�f• 1 �. ••`•�• M ;L w•w• i•i�••• M r w .Vrr i in le It r Y ' ••� �• •r ••u.wr w.r rrr•' • MMMN • Z {iii s. a,• �. ,•� � y 1 • Le M w$ ' • • MMNNP000••�•••M�••1.1 � ��i M• • , NNNNMNMMM M••M s�I 11� • - • • , 1 Npp NNMNNM NMrN14•.•0•�•11.•/1 y s PVA IV wp��!VYMNMi/ M r� • NMMNMMMNMrNMNNM � • ' ' Ob000i/i10 GOi7b u b b w • • MM�•MMMMMMMr MMN•. Y�IMM :V MYYYYMY�/ sr •+««wa•V i�«r NNwWw f • • • �•••11w•r NI•••1111•w•^1w ._F IYMMM I j•.• • •• Y V Y Y V V 4 N H V O 40 V V O Y i MMNI•M�IN/•/•MN NNMN � � ' wp••pp pp pp ppl•NNp y l SIM ON 1 i I Ii./11'.LJ I .0UJJ '1111 M .. y L V U.w r Y Y ^4 • .1 A J Y Y Y Cr'1 .✓r)•Y•i.Ji oY ` i •'•� 1� •Ir I•✓I. Lr:.HM� O /• i..7 YIt`wAy°:.Q w�.Y~7y Y 1. I, L L.•r r • M Y Y r ( �' .• .• i.,•y ^ ry1,�t. �.�1 Ii,O� Vp .� /'»:✓w.3V�J//y w» •� =fWL•• '�•V 6Y t'1 `I•Ytf �:J� • AMY e34 u M v• .1?..�r;f.•y, y • J . `..'..I' ••�v V �•,• /•w• :f TI b Y Y% 1 y 1 Y Y to••l Y•�n Y✓.w ^ QM • L1: •. yV .jl fl •H�j .t��•Y w'..r = y' 7Y01J� I.. :tl = A ; `r �• 1 w. r J�.tl;tw�J��fl wil �•i•.� • w 1.�.�.Jt :/'w1YO��r". ' • - ,. t •1 L�•• •.•.�r w ry V•� 1.!'f:f. �r•.��f S Y Y N F•�Y.�1y•� I f^ '��.�L l y,»+ I r %V•I / rl). M %.r1 W 1. 1 1 I� /YI•../«•• Y••»1.Y�/•}} ...•�•• • �Y ��Y✓r �✓Q�+«-�� rl)�V3�f••„wYY It;«N Lt•:YwYiR�3f;Ya•UiHNIV r N NOw' '� i r Y J wrr••�N A•)•.1••n-Iii to 11 L /I Y Y Y •r a.i'Y Ar •E/ft`Y Y N • s 1(Y. L•Y M••��R•+ . e Y O.f Y Y >Q .I Y Y Y• 4­ S w 11 M M11: •YY Y; II•.w�M L ✓r : w♦I . Y yI� y Q • r. VM ♦ L. w�I. I ! Tv yCM.. rirw �1✓y tI fL. I Y yYW.�Y k Y.1 N •a;r f H i w t'Jy4✓ 4I M%• I N}. 1 4• A ✓ Y V tl o J n M. • I M y Q•.S L N Y V 4 Y U Y M'/ , !•••Y Ify w 1«/.�3 t, �uL Ca s✓X �]1'r«iF 3 S •y Z Y i:i✓L ` 9•l s; i Eov',2,1 Y I ■■ y•+ L yyJ Y » G� 1, J •+n - YVGiLr O YN t•.r••M:'~ {KiblY kl-t II� Yw/;. LMA 3- !~ . A Y W Y \ M w •1 1 V Y Y ♦1✓ La 1�4 .1 U rY� ).. M Y M ••Y 1 j✓ `O nL `V i 6ICI w6N� M.0 V Y 1•N LIYfM I11 I ZCi.Qi Mr Oa 4 .ri QN •V MY Y� 2 4 Y I . A t Y w l J Y 7�1 Y O w r w • Y .Y v i t w✓I M i» h w..Y'/Yt Y.y.'LI/�M M I♦ 1/1 YY.. . • Y .+L,Ji 9 N V QY +{ .rRi u M. q•••iii M I.•1 y R M s Y ^ , i � iM tiv�"i i,r. «`i•i YV��'iR �al�•���Y.}✓...a...ty y ,d h .. Yy v fw•i J ..L LY V� Y.✓• YY.O•w Y•1'�`�r.lv .• s YY _` I M i 3^ y Y �Y Y Y 11 6 1L .•C Q w.V Y Y Y i7 • ' �'• ii Y Jf / •.YyOiII Y S•I.M J'i).Z Y'r i S 6 Y y L Y Y w S✓r Y Y .•O/I Y.»i I V 4 • ) Y w •y A y 1 'J v Y i Q v . w»Y .e v e t 7 x✓r M } S L L [S�fM rE3•J f.N Y.r7 •^ y M=Z u Ed')v Y♦�d{iM"h t t. Y/ � y.;yw iL Y• a 3..ieyY`.y�i�»H» f i ;.-).r 4��w� /•4 ;h I! y •9I1 ■: M•((,'L�qq i Qd �•�/S/nt w 3 1••✓• •i•Y.�• M • • L ± i i V► V.✓.r..A 4i.�w wJ NM% .YV 'v •w�Z p�N�f Vv�iN 4 ' 1 n � r i /e.. • •. M Y W. •S AO .1 Y-71 6.1 Y.I{ MXV � /.I �Z ��'M � 'iOV w MAO l«�yw YRV YA.•^Yw l.Y • (' • s 1! 1L l r V O Q `I Y •Y 6 O M C}' 11 Y `V C., •••� t." .. �d eSrwr Y{jrYY ) w r a.'' »^ n �.✓.pppppOy yypypy u w .sA.X`s::°�.^l a a°�.N..•".I w yLpy� ••. ^c A•” ^M»Q 1{ J M� Y�tMV i.w tl.i.Yv„�;y Y 1p•1�yM ' M MO• Rjl ='syy� ..•i 'Cg uii•u.�. • nEyy.Yi .i 43 o»�jn✓ wM L M.• .Ioiw i�IZ NA°OL'N rYc 3"�Ig2a4.f Y'1Xo.• It A �A �� ✓.1 � A w y a Y it✓ ``',, ✓ w dY Y.`. � Y»e t�.i+�..iu a�u ♦ W • i II pe v V 1 4 li w :i 4 N•r O E tl O. u . to w •�r Q� -••1O 6w+)Af. wM YM Y/r7. .yU.yY/YyyMY � Y0•.Y� R • •1M M .1 i •tt✓.•i .oC 1•N, OO w•w M M yvY Y Z Ii N � �iv 4 M r . N u \•11• �U1.1 Ll Y • ♦" �f M tl x V 4 Y V� S v),✓ . Y•.• e O.✓i Y* `e :u �'� ,,s �v e�� "•Y. «Onyx iai 0Y01132 .. ; �% •L J �1 J C .• r. � O w r i .1 •�� ..: lLYVLy. 4 ..V YS iCY : wv. HM •• V _ ¢ Y SV •V Y � YyM C�h VY • Y tl 7! wJ •;YN S Y .w..t.i YH Yww w•.✓•vi 20. jM'V .. . . �i'f 4 wa g »w:♦Y Y'Y •+^..W� ^44 o.J. •Sup�•iuy 0.prw ``Z` ✓ y w d a l w q� L » �. JOAO 0 5^ Y i s 4 A} • Y : i LV✓ k L � '•A MIYN M t1 Y CAn S w Yr Y M Y AV •/•• V O \I) AAw. 0 V UX! r w r 7 Z•' S ' A.. „ �1 V.•V t r -w f ✓v h .�O t�• ✓ • �'Y S w-�w 4 t t i•r..N Y 1 4 Y y h••w J » Y i iO. - ;w Ji r :4 °w 3 r n `�it t::: •1.�. :� S.Y. 4» q.i ' { i Y+.1.-'i•a`r• � • Y• A l • J Y M V•.�I. •\•\w 1 V•Y V � w NO i.V .� ..N�• ; J •'•w .\O �J •.a�Y Lw»{•?:t. '1••`• .� A .y1 i✓J n '•::.�J� 1i..:.:�. � 1 w• i i ` .�.. r `r r :. r•I `t- uMYw u�l✓.�♦H to •{ yrV VY� .>. VY•1.)..�.•;;♦1 i1M Y 00131 • 103 I2MI I 1 IIOYIcts • 6 "�• i i u ♦ Yiw � Mi w ♦i �i It i ,+'1 rr w YI h.I N Mi I.YI'ti u Y/4 •Iy 1•J I�i Y w MI 4•� E% .:'rr « :. r ^u •.r....Ii '♦I:+l S`ll it♦i w. :.I««YI � e r •. r II V&..K r 14• Y N Y y Y Id Y•�Y Y Y" Y Y•'Y r •Y!{ Y Y •, •°N y N n I. YY i N i •LW : MC I f, t•rY••IY MY IVY••• yy •• •Y qy �� Y; Y 1 4'�M`w y w Y' Y� Y'••V y �4 1•"'.1 .V.' A Y� C 1`l ic°•a1 pt ypp�, i\C ti b S 1 y� Y��Y Y, w r • Y•w• `w y Y II M•i Y Y M�• f i e 11 U I� =I,I I,ii J Y w .'�'n i �/S •1,"M"YY11 Y•w N Y }Y%Y :i«ur i♦mil • .`:7 tl:r S eNs nIt«n»n»n«A ^s»n»s s»t.«n»n«s«n»«.°. 96.! Alt O ! �� • "Y iA+l•A•J i�♦i Ait ` w wi••ip q t w L•�L w�:^i•�{♦�:M N•' A•"M • �i � �: Y :�;,fp4 ! F: f ' 4 S ! S a S�4 S S 44 " � S�l: V�:' w /y�1{ • M y Y V L Y Y" ! w ✓ r r M r Y Y Y y Y I i••1 w. V J • e N N /1" N N \I N° N V v,J w" y ' • O wyNL4Mi`v iYeYye �u:'•V YC1.vNC v eY o,eY o oM o sM e eY:tiN OM V iY eY 3 eMV YYe eM ' �C`Y\' ELXEV OYN UX EE uO . ��"�I i; r�««L E Aq°set1E f�EEsEY°e�""eEe"E�EdEeYeYEEun1'I`OYu�'"o$�S . {`S • r V• Y 7 V•Y•I V e Y Y Y°Y y e V O.Y° (h A •q r !3:::P' /V 0y 11 V .�' 1 /I w Y � NS M � � VS YS 4 �'•1'�661 fwN- tshi xtia°i?.iii°s�v`Ild�1: W; •A N 11 N N R A 15 ► >• i N h Y. r i•K% r r rr,1 y yr Y Y {v s „•�YAOI'IA, « w`Y1, ��.S�IS%.Y'q°I:.2'YX'�a�y�tS�wd"Y roeX d s s s� ' •s s s a s s s s a �.ab ~ " •«•� r w Y w "°r• Y Y Y Y ° Y � y M M Y Y r O O S �7 •L'y M yy II 1. O e • Y Y Y Y Y V�y Y YM,y V Y Y Y M f 1 • e Y r II Yq S A Y i Y A Nv Y� Y i Y d Y Y V q V�Y.1 Y 13 Y N V J Y qy Y A J; r1'MOI/J M rJ 3•'r+i Ii •Y.Y•r•Y M Zw"U w M S'•"Y M r. C w z M Y N u Y A Y 6 N, • •1 )pp•��i(II I• • y _•e Y pp Y • Y'•Y V V V g V y•Y n e e Y y V • .•OMI!{Y I�Yyy HWNW NWyN e r w.`"/i7 T.;t iy:Y11y�S>1?tti�1 sYy it}li:/i Yy%l L� .. !°X•Y 4 Y•Y Y Y C F ti Y Y Y Y Y Y Y [ •4 Y Y Y�Y Y Y •�Y Y�i Y�'d•'1Y r Y g r ♦ CMS �°Mw y�(I A��MIiM;A VY'Y ry O • • ' � ` � r'=f• •`j�Y�`` Y iJ•••Y•w!V Y Q w mayy i1 YYY Y�t'R • 8 • • yj • .. �i °V13•y Y'3'•OJ4V�,Jr«c,I/1 C i IY• M • � SMV A OV Y!p^•i:N�.Y9 Yp••"r • .1 8.1sY YO_• E 1 V i y e 71�� • • t I\r Y V Y Y w•! 4 y C r a w Y'w Y y} YY^�I�i • 'y^Yp , , Y Y s Y i YI ,1"G O Y ) �r�C A`A Y v,y"•i, i I •• �1 Vic °w• CpY!",N^•� Ya•.+•r•� •yam Y '.lE y Y 0. q•�yyy�i 1I M� ' V•��M w"�v �•••Y 1�C ^y H°O A L V �~� r Y •+ •H w^ R'U H j y Y;Y C .+Ir t�•, Y^�°a J.Y.: ' l a"I aAft ..�^ �$i3 ' t• V II�•V ��•• y y • M M w C w tl•� O••C 1 w� •`i`e�C U r C w�V n w r�• ' R � � wi'v7wY W •w,w > cYYII��" N i • I�i VV ±� `•• ^f OY4'Iv='1 r'1�yI C pv w:� A y .•'. tV Y G L �1 r q•.A ) r a V q V A S e � � ..• •.• Y Y w w V h n Y n r� G V V M•••I I `J �YJ�`wlN.� V�.wi awl i."Vi Y'Y NrY :j ovw V OYl �� •I�w: f.0� LJ •Y,Y,y;Y.:Y LVy�l Y 9 `u riS • t • I r w r • w i w% `w 31t0 0 r • Y I " fY••Uww; � •t1wiV w.; J 2 r•• •iN• y �:�^���� ..<�.y^�..�YSI;;•' .«�. " ce Y� Yy ° �w wee:3� w:: .i� •:w•`, 4 ins t w�.1 iF•'•• w A 1 � • w \Z'• a Y y 1 r ±i�w y r A V u Y 1 •Iii•••��C S M r w v�r V L w�l:I V � •!y • 00132 64- ;r j� lNNMI•/M♦\a�NM.ty •1+IN•tNNNNN NNNNN t NN•INNN YYNr Yr.r rrr + a I I.wR .HI ..i.wRispwwrR.¢."Rr't�`�.wi3i'.R�.�.nw�,Si,�•ShRitl3RR�£11 .�..�RLi t► w,wwwrlwNwh,wn www •wwwwnw•w P�wwn•ww w.wwwwn wwwwww • r • Y.Y,.t•\!T !iirr i�rt!! i: aKSt 1:ttY�S t:ttw t4•;Y lr 1Si�A•�t•T NM Y.T`•;• �rr,1S Y•• w ••i w M f M i�f n•p•4 ww wN♦ n y♦ �w, ,r ,•.1 NM wi�w Mw i A wHN•`+A�M� !tt �. w Ir.•tom rr r;••ww A r± s NAw rr•w• rA• •• ' i .•,'•w i w .ni :w.wi • S. ' • w�`w.ww� .�,wrZ M�wP w'w,7r,w r wir+"•4 �w #�� � w � � \w• � �,w,.� y. •t V M t \ •t M •! V V .! V V t' L V +i wl Y Y V •+ \ V V' \ ti V V Y Y Y +t +t Y V w n w V V V •t •a V •t Vl ,• }t # w #222����^^ �r•• w w R # w ,R,4 N F w N i• w w w w w •` +�:O s M S s:O e O tlr i i�i�•,••w s w i R• tt Nowt#•w• •#•w•# wa y•a•a•Vw awQ f#y pi !IR aR VNV wy`f Ny• #a t•••r" # w # � wv•• ' • •! • /t •"•"r"1�•il rti«rwww"II t�'•11 r* OFrtRMww r w w + ww `� rt NNNNN\!YY ttw 1C t4 Nt'X, Y C >t IY i NN M M Nx•1t Yi'it• 5+� Y K ti X Y• �R U . • • t • ttty�1••Q�•r•"wSNO �w+ww,wC♦.`t�C4 w"C,�•4sV,•lnM• ♦•N•y sTtl•Y, �A•iL MfitL• Nr•e• FN;4•Fr,f♦Mifn•�tttt MHw K wwu.4 t it Z iS11wAAN F12 C S «0 #�. A �t ••i•_•#AiA•I. iw w,4wlw�3�; i� r i.Rii�w'8 3 n"w �•"'s'i w'wwww�w i� e$wi }"inI Int • w w w n w r w w w w w w • t `� e e s see s • • a x e s • N{.' " • • `,•w+w,••w„w,••w w w,•,w s w s M,e•w•w•w 0 w i w � •••.w•,•,.etsn w,i•ren••e•M w,P•.e•,a�„ � , N w M w w V w Y w �Y w •'+ , • � _ �• H O R O O� O �O O R s t N i r w� •P•R 1 w•r lir w r N”w •N ��•,NC+r,ra• !w�MN=Na�+�r� a �O,Mt v �•tr 4NvrY+a • �Y"a.'Y tri" jr r it P„ Ntfr ea`1 " �+S.NI..K ar�+*�•• w i 9 tl Ytltl 9 itl tl 4 Yr•�•+tl+• N tl • tl •�•V� • • '• ar• • �Ntl wtl w~ •u~u w �; •r w • r » .+ » - •�"' i9if • •t�wl�+ w�r1NriNN"iwi Yaw.;..wivywNt".agg w. C wiw�wwwwwwwwwsws "� . ` • le•.iSt��yr� � J11 lei\it�l��w} jai�ieCwlTwtR';rw w�5il�w ,•� �•t�i�•.��t•.��«i"iMi w/�'��/�i.t��w� •VL.•t '� �7 V fit $ .M N6'• � it rt Nw M »»"»eVM»N 1t �`'�~ � =a airy j((ii y C•y�t{y y yr� `.�•� s{z} fir( .r`�'fly' yt �• ' • • ' ' e s� 14��Qy{+. P w N »f'wt/r.wiiiYilif14 ` i.ir . w�1Y�,/,i1aM/r�A wAw/Oy �•,r•+M 4�A•ww w wi A wwe M O ttt,,S,. Y• �4 u•�yjY i •}}GttN•Y -P--. A •A • tS . w tl F w f^7\ ^ "w`+#y � •• • ku•g•r xI � n.iwN 7. ±'•.{f wK ��• T w nea$ id �,w�w »w• 4wwww» w w N w r i •. w w» M w • $ r=1 •,�{•V »V V»tl r V M 3w•rw w ■ V V •i tl +f»i tl V tl • Yui y •t M Vt Y tl• Y � +«•• �• �11 w tQ�w 4 V V +1 V Y ti 4 � .t •• �. • w w w •¢ w�P,•7 1�i••S�• w • Z I'i• w w w # w w w �• w ���tl\�wC w�`w«�"3��$#a�i. �V V ;��I•.r•wi w*e Y�••+�f wi»�e.r `• MMwr ,r ,• y xga wM1a1�1•X�YiA +ai"• ��Y it aha , Xx»j� Yx��y w 9 r C ,YPtl"./ 7oa,NrN Npw •l w tr� • •I.�'Y1 NN�Ni'N. M• �{P •� i • ,. l'' « f: 2 K ,ia••lba ,ej wn 15 »L" S'sR ;:Rj.PHI *"�i+S° rr+ • • 0 4 YAiQ$Ki �92�R� ? ^� �" _ _. �''c» �`?�9�Cw�i'�p:Ci � w� �'• i .. . • • »•w•w R w V i• rA w „ s`♦•,i,l •"f"i"'•"i"e•1• � " = w� �.• �.wt wi s *•••�»�• fi �• X a �• •ws wi M•w�.na.•sw �7 , M www rw• w M„w w w o •! r` y. • w e w w w w iiAA x���� r$ i� •#.�' a �•la � i' a 41�ia�fy'yy3�i e �y � / r , �YiF�,•ti�,' w}"+. wa� r i'C � `.F,w,�i*�•;£r'�r��•rL.•L'i=' * 1 Ntl �` LR"tl"'� a Sr � 3 � a•tl£a-tlrtl tlttirf 1.'• • t 'r Lim wtl "• La �� 7 iw��rtl y»�wtl tl,r,tl +•r y� , /F .. ' • • ll"w t Z a irtpp. iii N'w q{w.w a S N • wet • w it .!•wt +�'t i• -3 r'•��:f i•�` i\ Ti �•�"vC l". C~ w Pw •• w •• r#rwww w"n"w•t w"n"w+w. Pit •�x rri�t;ti�.`jY. •/� � w r ' it � iSi�w.��2 �'�'•'SCt"ittT,Y4 � M• i i e� v/�tili" 1 & #! 'a awn w«*»t»•r•.{ w { ti t i 1 5 vim•• tel`• ;� n. 1M1• N• N • .•. a vtl�7 @r b x �4• k � 1 S . M . • i Y . t 1 ' I 1 s331ION DINIz t 'f• M���t� a+mum. `:.�c:r •s " �r�FnG�i•v�l� ��t: �•• J w w •»!."•. �a?r•• f•s M w M•�� T•w71 r n♦ •,�� .7 2A aU1 '•A ±•N�� Cr � h7�••w wL M•Y T. jl�1'� 'I11� 4��.•.w Yn yM S.i.a io�.(AwS:tilwn fi�,4 r a. �{PC p " ww"nr IT �.•� MS •� • t• \`` O �i� S s M • r • il�r yvy,.bsb(a(dYo• st . a.r o+ Tarr}s {'�� j) •. MY ,O i.ii6M•Yto L� • YY Sr «yL ,T�, 1t . • • MM • • i.MNdil/•NY � �M VO y r �, NN Np H 1• + � T , E cs• r� 4U�cpp� x"sic;. sift ; >: i C �"�. r . .n. .r nn ( S. •i X51 ��•?��pa} 2. Nyy^3 Flu �'• 9��� � �S�r (�JJ4"'��'� hep.•��w( '� • i yq 1:F P13 pp nu U U Be c ri • M i N 11 vv i i +s w r =r =r r? 7 j • r a "s's is s a c a i ��•1 T r1 ♦i 66 kw wN b h w t' ( i + .t ( AND 55311ON , s • '�,''";' �..•�'•"t• '.••n��r' n':i',.,';.. �=.��r•�•�„�..i���•',.��"••,`(`-"•`��1��',''^,+:d.'f+rts'ra�r�Tl+�,� .Z�s •: •-+.; r.(r�y,�•'^r�+g•�rya. «�tf, .r.. .. '• .a•, ,•:r:1:i� :.:• , qt:ai: I r. . •rte J••r •yr•.w:•n:���7•Y �f.,�.�:,,f..�::air�{ a�• •+� "x:..11.•r•,,�T!• •f••.'.'`•. ..:.:.11;4..ti.irtitit.11r.�:V>:ir,i:Gil:(�ilr:::isi•::N+••c:...+•�:.::L(iL•r•.w::::sewai•^.,....i«wssnie:+•T.a;L:a::'1..4. n..r:«►:,,f:i�.'::r:•.1:�4�i1:....rnN+1:.h::fL'R:•t«7•w. •.� t I •dr tY1•-�.O e,{i•• NNie pt , H ♦ YM, ♦ tN •�N • •• , ' • v Nettpr.M$na�x�r�'� � � M \••rL•_ IIA • II i � L1.1•�•i•{A•• Mw NNSI!\OP 4�w„�•s�.1�1 Awn���w�A��e MCA••r,,�A�•• S � t . • �,.w`y J ••��wC�•: .•C 7 w Cr w pA♦•A A w • •+� r+L'•�\ r.r■w •7 Y w� S. \A. r-AR•�rR. Nr4�w� I P Pr AY Arr CI• �• Sr� r w N•+ 1\b t ^u 3,\ Yw,r p^,♦/0O �` � ��C�4A� C� J&t�. rwC�°�G x + r O� 5 iwFE : aH •J/ A �9t� eh M:•7•�� M fee 2y C Y•O Y Y it•'1�• '� rYMp M �•/• NM YM fOSH �, f 1 y �A y y M{•y y p .e �{•s•� , 4 A • M ' t• • r r • o R$ Z ,• V V J S• S S DOfip M S MY MY • It • v. F V • M ur, M{• • •. Mr N” a O V O S O ii i yrr l i i rw y ��•• t i all .,gra, y .• � G .�� $$�$p 6�riw�Fw i•• w u � p jil : •• � r PM •' a '� • 8 � �' i'• 8 It �g, _ T. i • (p� pNp ^ • MM i Z N p • • •�il iib �' � �a � 3 SIMON 99991, 11 I 4 e t: ' Vj • ' �•ii •••iV.iNNN4M••'1 S�•♦tlbh? n . t• N 1 �P A1w ww•••M N 1M' • sk 0 h n h to O b It(i•ih!•41 N!•.�i� ^PYO'IV •lwl wn•�-w D7tl�«w !. jj''''�� wMRw �h+»Rwn•11 wj\ s\wr.t _e R♦ i•3• •ws�•� - « �• too i{ ' M f`ON40I!Oi.O x001}fijy A O��Ii6•hl' •' iF '{Swii 4 t/w • -1�i!. `r V o �b$`ii'd5 f,ti5.a$5,r✓Mu a NyF♦ • • •MM«M««•P Ol♦1l4 AYY✓#• 0 r C r !m 0✓+1•Y�{{••., "�•� = M«MOO w q`� a s •f w h i� 9 i•i ♦ •• • a • • �wwi A•• • O r 1r O w g fyit ♦ 4 ••S • • • •' • ••O ' + �My0M1�19t`•♦ ♦ ��'! ' - •yM»�. ripP A O p b T•-r ` • V4MM«MVOOO•�0•�. i••Oq • r, • M • a • 1.4 NM aP•MN VN✓0*Y OO • • ♦ • '• . • • 1• • • 1•�Y4N MN4«N««O OO • 'f w S� ' 1\'• • wMOt!?�M4«YM wNP OMi•• wr • N ••�• • = ta.•T- • ♦ 1.4•PNMI•rNM VN✓0♦MO • .• ♦ •• • '•t'• • • . ' � � •♦`• • YMVY•r4YY4•VMY1MiY4 :. ' • � • • L11 MNNMN4NNN4NNM •M' • � • '♦ •• OQOQO p�0009P0.00 ,a • •• � � ♦ • • ' • {wfA, yMNM NNIIN�•�N4 MNN • -• � ♦ w Y !•wwh!•!•t♦�•!!•aai•a•• ! jt �.•, .•• •�C '4t •�4 so -pfln�f Ti ` f{(1 ..' ti_ �• -'3 •I� iLi •. • •, diy, •• ••••/, •• •.�F+-'.Ni•• ••!4• ,,d l 'UAW •M• rf ` . ' {R� � ••� � M M r w � ••• M V V VV A i • A •• T• , w ' • • CMO00r•IrM _ + r q�•' Yr i•iP4« a ,• ♦ 0. SYAS OowNp� r• • • r • w •• L y F• MMMM YM�V V y N NM pM pM�N•�N•MrO/Ny Np � , -� • • • • • i• • V4DR9 YY00 = p r. • - ' • �OOMP•iV DO • - • ♦ NNN MMMNNM �•••� • avaaaraaw •i Tf aqY ONION a oil .� ♦ , � • •: M,'•IhM /• M!' 1-Mlle 11 .�F li%.j . SCLnn rl_. �f.••Is~�+}•i.M ��''1 1.C M Y 1j ,If L M...4 :iNt:iPh��w ��•�}C $•phat:fi'��5',N•�!a1 !i .�'"�:T ' ; •u•s"l ' i*;: 'C4"�'s'C ly"ss $tsi-1 ��. ?�, (pgy�S }Y`�--• 4 i1 }S# '{ ,i:IY.N+y�1i'� e.� W ��•• 1 ' 'S i ,1t^ tl P ,t•),+a1'1t�t• n " i-o F'[f•ski tl 7t tl`•� ' � •. Qj- �� `�,jC :Y'�R�iFSa��GkRiru�•"wo �M • 6 11' ,!LL to2i' s • NYY IS r •' 1��cr+•i Y V 'x l! 1r y , Z 4 od 3 n z t a " 1 � - ON N-M,/dl M�M�•Nw�Ny MNi NNi NNS NNN` � 1; "/$`�rN Nill 1 1 jai i L. ' i•i �r i 82 Mw6 folk 1�. 1l!i.. 1i 4� �.�'���iy Y i yN1 �••.i• • � ! y�7 •1 ' �j $ G R / YN NO VM MV �i�l •� ' Ep[ 1 y { • • • • • • • • • • • N t 4 li if Y»1 il�»` Ct»Y ct»Y M V »'I SI V V �(, • r , �"'w w17• '�»`� i:a i� i'w ail �w �Iv �:�, �► • ' • ''� i S]�IION i 'Jilti;l�' ' ! i i 1,} d:4 N 1 Y ' v i, � t�v•t /• 1 V M r eL V Y � f w ^ y • Lf r 7 r•f Nal}�SfN4fl4M wYCxE' .: S k Y1 rt!f�-t.71 /' P qf7Cg E � to ::' .' Et�,1�.: �,i��" is ,.,N=��•,."� t�x.�� K N � �.•IN t�g•'Y��' +^'�t��t: r law fli�AZt�wa���E;ihe,v�r ■a•• Ny:[Yw• p x� IZr�«36 °L i �1••�w•LYf1• a N YfIk�SI .^.for I . r •1 �q,1a.1 �_�. L•�s�A �• Y . .161��£ • • M Q ti fit f y•' � � ii�1 f f ~ ~ 1�i1 w V tfto h , ... f S OI LO 1 • i i otfoo I. T.".1M 1% -.11 to J,A, 9 AX Fit r r j tar rL pit 2 r rjp r r a Lot 441 fit 1: L Lr r listett p b b b b wo h b • ..Poo P k the "Fri muom WIN if i .'.LI•• l.~,�ti n L1? •` jjY.. • L,r;iR.�..��../I . N.NgP Yti" 6•+'S ifO r••'+•q.UfAVft ,L'•:.� � n.�•e o�•4i �:••'t�••'i• ��!�•r Y•r •'•'k 4 C l•�+w rr] y{,M b�N• r ,{ Y= ,w S • . .K'f. 0 ^► ''' .. n��! w'.tS .." •:r�•n�Y " : ra•^} LAi,`,^nee` .. +>•. y�j pNp A b` , •r,Ne'� Ti." 7= .P d�Zrlv' w jrr a S ' •�• r GGG:F. S CP.t a 6'• 3 as�r F:•` "ne�t�ey°ace:�l>�.•; ' ••�s.' a.'+. �: rl: E i} f-' tla. 1•e N a•�w a tai a u i•r •` r. w`n c. C:.. as r.:iii.. O r •� +t L ' �'• u is � � s Yze fir Ot ��S��\�tii:I • M •M M � •.�,•.,•- ,, VIE \se s�\'t n y�r. � Xr�ti, $ • la •+ ••r.l v• i • , r .• 60 Y•l••••,rN r �`. C lr•M 1t 6' !•�}'7r• r• :V~�1•rS•�•• y`�• `' r Ntg �•^ a � •� r�l4•e '.{iL' 'lF,• • . SYrr••: pa .:•ri�i'� r' ° .i i �'C �b�,�� tri � !8, ���.�. F Y - •, a . V • ' r x s�•', s At S•• S' Y •.4•ty�•I„ • . �• � .d' y v V i i • ;•: :"•►Jr�•vs+ MR •n+r+r«^ !JLM-Yn! !.S-..a, 1rn'f�!+"KP!sw!m.+tt^rrn!�+arn,T.w^++�r.`iCfe.7r;cc':^^lt'Q7;'+„.•wr;.'+•"e;16 :?!s'7�Y�!•��'; ... . •..... ..,.,•r S::.t••.r.:.r:,r r-.• «.::d•1\'t•:.l•.:•. .+:..a::r.:i.Ill:"i r 4'. t 4S.aw%:ol...., i'i. F,: \:K, +..limb J.,Y+'rS:G'::•�.::�.1....1•.i.:::.ii:i.••.•ds:��.w'":. �•1�n':ri.w 1 DIVISION H SPECIAL CONDITIONS & SUPPLEMENTARY GENERAL CONDITIONS H-1. INSPECTING THE SITE The site and existing building will be available for inspection at anytime during working hours. Additional assistance, if needed, may be obtained through the Building Projects Division, Telephone Number (415) 372-2146. 4 H-2. EXISTING FACILITIES The existing Fire Station will remain in operation throughout the construction period. All work under this Contract shall be scheduled and executed so as R not to interrupt these facilities and work shall be conducted to cause the least nuisance possible. Coordinate construction and use of premises with the Owner, notify Owner two working days in advance of disruption of any utility service. No disruption of any utility service is anticipated. All pparking by the Contractor and his employees shall be off-site on a space available basis. Existing Apparatus Room drive and building entrance off Clayton Road shall remain available to existing operations. H-3. REFERENCES TO AUTHORITY All references to "Owner", "Board" "Architect", "County", "Owners' Repre- sentative". shall mean the County as defined under Section 1, Definitions, of the General Conditions. Q11JA2 DIVISION I SCHEDULE OF DRAWINGS ARCHITECTURAL Sheet No. Site Plan, Floor Plan, Notes Al Elevations, Details A2 00143 DIVISION 1 GENERAL REQUIREMENTS SECTION IA STANDING REQUIREMENTS 1A- 1. INCLUSION OF GENERAL CONDITIONS A. The General Conditions and following General Requirements are hereby made a part of this Specification which, together with Addenda, accompanying drawings, and change orders are hereby made a part of the contract documents. The General Conditions. as set forth in full apply to all sections of the Specifications as if restated in full. IA- 2, DRAWINGS AND SPECIFICATIONS: A. Drawings which form a part of Contract Documents accompany these specifications. B. Specifications which form a part of Contract Documents consist of sections as listed in Table of Contents in forepart of these specifications. C. Addenda to Specifications: Instructions issued by Owner covering changes in or special interpretations of, drawings or specifications, are incorporated in Contract Documents by means of Addenda to Specifi- cations, before executing contract. Verify that changes and interpre- tations covered by such instructions have been correctly listed and described in the related Addenda. D. The Contractor shall check each set of drawings and specifications and verify that each and all sheets are included as scheduled or indexed. Be responsible in notifying the Owner of any sheets which may not be included. IA- 3. EXAMINATION OF THE SITE: A. Data in these specifications and on the drawings are as accurate as possible, but are not guaranteed. The Contractor shall verify locations, levels, dimensions and features of the site and related improvements that may affect the work. No allowance will be made in his behalf for any extra expense resulting from failure or neglect in determining the con- ditions under which the work is to be performed. IA- A. SUBCONTRACTS A. Subcontractors shall consult with those doing other work to ascertain locations of various materials and to familiarize them with his own material locations, making such changes as may be required to obtain best results in opinion of Owner whose decision shall be final. B. Subcontractors shall schedule work and cooperate with those doing other work to avoid delays, interferences and unnecessary work conforming to schedule of operations, making installation when and where directed. C. Separate Contract Items: As indicated, cooperate with Contractors in- stalling such items so as to facilitate their satisfactory installation. 00144 �— Standing Requirements 1A-1 t t t IA- 5. MAINTENANCE OF EXISTING STRUCTURE AND CONDUITS F A. The Contractor shall carefully examine the existing structure prior to beginning his work and shall be responsible for any damage or deteriora- tion thereto due to his operations. The Contractor shall be responsible for securing his equipment and materials, during construction, against vandalism or weather damage. B. The removal and/or replacing of any existing structure, pipes, conduits, 3 pavement, etc., necessary for the proper completion of any work herein specified shall be performed by the Contractor, and no claim for extra work shall be made for such removal and replacement. 1. In case it shall be necessary to remove any water pipes, electrical conduits or underground structures of any character, or any portion thereof, the Owner or his agent or superintendents shall be notified by the Contractor and the Contractor shall make the necessary arrange- ments for such removal. The right is reserved to the Gas, Water, Telephone, and Electrical Power Transmission companies to enter upon the work for the purpose of making repairs and changes that have become necessary by reason of the work specified herein. 2. The Contractor shall thoroughly investigate all existing wires, pipes and conduits above and below ground, and shall provide for the main- tenance or replacing of same in good condition. Refer to Electrical Work, Division 16. IA- 6. PROTECTION OF WORK AND PROPERTY A. Contractor will be held responsible for care and preservation of existing trees, landscaping, utilities, walks, streets and parking areas which are to remain, and coterminous property. He shall repair, replace or clean, at his own expense and to Owner's satisfaction, parts of them injured, damaged or disturbed because of his work. , B. The work shall include such temporary fences, barricades, lights, covers and other safety devices necessary for the protection of life or property and to prevent accidents. Existing facilities that interfere with the work shall be re-routed or boxed in or otherwise protected and maintained in service. Provide dust barriers where necessary. C. The County or the Owner will not be held responsible for the security, loss or damage to materials, equipment, tools, etc., stored within the building or premises. 1A- 7. INTENT OF DOCUMENTS A. Contract documents are intended to include everything necessary for proper execution of project. Every item necessarily required may not be specifi- cally mentioned or shown. Unless expressly stated otherwise, systems and equipment shall be complete and operable. IA- 8. CONFLICTS BETWEEN DOCUMENTS A. Drawings indicate general arrangement and location of such items as piping, { conduit, ductwork, apparatus and equipment. Contractor shall, if necessary, deviate from arrangement or location shown in order to meet structural or architectural conditions or because of interference with other work, after 00145 Standing Requirements IA-2 z 1A- 8. (continued) notifying the Owner without expense to Owner. 1A- 9. CODES & STANDARDS A. Contractor shall conform to all local , city, County and state building and sanitary laws, rules and regulations, and industrial safety laws. In the absence of definite requirements on the drawings, the provisions of such rules and regulations shall be observed by the Contractor. In case of conflict, the most strict requirement shall govern. B. Unless otherwise noted, all manufactured materials, products, processes, equipment or the like shall be installed in accordance with manufacturer's printed instructions or specifications. C. Specified manufactured products, brand names and assemblies are to establish standards of quality and utility. Substitutions of equal quality and utility acceptable, subject to approval by the Owner. Refer to General Conditions, Section 19 and 20. D. In the specifications following, certain industry, association, State and/or Federal Government Standard Specification documents are referred to, to establish minimum requirements for materials and/or workmanship. Copies of each are on file with the Owner. Copies may be obtained by the Contractor by applying to the respective industry, association, State and/or Federal Government department. 1. "F.S." refers to Federal Specifications of the respective numbers i established by the procurement Division of the United States Government, of the latest editions including Amendments thereto but not including War Emergency Amendments. 2. "C.S." refers to Commercial Standards of the respective number by U.S. Department of Commerce. 3. "A.S.T.M." refers to tentative specifications, standard specifications, standard methods or standard methods of testing, of the respective serial number issued by the American Society for Testing Materials. q. "U.B.C." or "I.C.B.O." refers to Uniform Building Code by International Conference of Building Officials, of Edition as adopted and amended as a local ordinance. 1A-10. MANUFACTURERS' INSTRUCTIONS A. With exceptions as specified or indicated on the drawings, apply, install , connect, erect, use, perform, clean, and condition all manufactured articles, materials, and equipment in accordance with manufacturers' current printed recommendations. Keep all copies of such printed recommendations at the job site and make available to the Owner or his representative. 1A-11. INSPECTION OF MATERIALS • A. Contractor shall make close inspection of materials as delivered. He shall promptly reject and return defective materials without waiting for rejection by Owner. Standing Requirements 1A-3 0014 x S r 7 P - IA-12. WORKMANSHIP A. Contractor shall inspect work in progress to insure that it is of highest possible quality. Workmanship will be subject to approval of Owner; defective or substandard work shall be removed and corrected to his satisfaction. 1A-13. MATERIALS, SERVICES AND FACILITIES A. Materials for construction operation shall be brought in, unless otherwise noted, and work conducted so as to avoid interference with concurrent con- struction by others or necessary field operations relative to future work. Materials shall be stored on site where directed by the Owner. 1A-14. PERMITS, FEES, AND REGULATIONS A. The Owner will secure and pay for all building permits and fees and any other permits as necessary or required by governmental agencies to complete the work. Refer to Electrical, DIVISION 16. B. If Contractor observes that Drawings and Specifications are at variance with codes, he shall notify Owner in writing at once. 1A-15. UTILITIES A. Gas, water and electrical power are available at the site and may be used by the Contractor at no expense to the Contractor. 1A-16. ACCURACY OF DATA FOR PLUMBING AND MECHANICAL WORK A. The drawings indicate the general arrangement and location of piping, and locations of apparatus and equipment. Should it be necessary to deviate from arrangement or location shown in order to meet structural or archi- tectural conditions or because of interference with other work, such deviation shall be made without expense to the Owner. B. Extreme accuracy of the data given in the specifications and on the draw- ings is not guaranteed. The drawings and the specifications are for the assistance and guidance of the Contractor, and exact locations, distances and levels will be governed by the building site and actual building conditions. 1A-17. FORM OF SPECIFICATIONS A. Specifications are of the abbreviated type and include simplified and incomplete sentences. Omissions of words or phrases such as "the Contractor shall", "in conformity with", "shall be", "as noted on the drawings", "according to the drawings", "an", "the", "all", etc., are intentional. Omitted words and phrases shall be supplied by inference. These abbrevia- tions shall in no way change the intent or meaning of this specification. 00147 Standing Requirements IA-4 s 1A-18. CONTRACTOR'S SUPERINTENDENCE AND SUPERVISION A. The Contractor's Superintendent shall represent the Contractor in his absence and all directions given him shall be as binding as if given to the Contractor. The Owner shall not be responsible for the acts or omissions of the Superintendent or his assistants. B. The Contractor and his superintendent shall give efficient supervision to the work, using his best skill and attention. They shall carefully study and compare all Drawings, Specifications and other instructions and shall at once report to the Owner any error, inconsistency or omission which he may discover. C. The Contractor shall furnish the name of his superintendent to the Owner at the preconstruction conference. If any change is made during the pro- gress of the work, the Owner shall be notified in writing. 1A-19. SEASONAL LIMITS A. No pavement nor fill material shall be placed, spread or rolled during unfavorable weather conditions. IA-20. PREREQUISITES TO FINAL ACCEPTANCE: A. Before final acceptance of the work is authorized, the following require- ments of the contract documents shall be complete and approved. This shall include but is not limited to the following: 1. Submission to Owner, required written guarantees. Each and every subcontractor performing work or furnishing material incorporated in this project shall submit a written guarantee of the work or material, use standard guarantee form, Page 47, General Conditions. 2. Satisfactory completion of all construction work. 3. Provide Owner with a complete list of subcontractors and principal vendors, including addresses and telephone numbers. 4. Deliver to Owner a complete file of Operation & Maintenance Manuals of equipment and materials used in the work, and a complete parts list. 5. As Built Drawings: Refer to Section 18, "Procedures", 1B- 5 "Drawings of Record". 00148 Standing Requirements 1A-5 F t DIVISION 1 GENERAL REQUIREMENTS SECTION 1B PROCEDURES 16- 1. PRE-CONSTRUCTION CONFERENCE A conference will be arranged prior to the start of work which shall be attended by the Contractor and the Owner. The purpose shall be to reach agreement on the timing and method of all procedures related to the smooth progress of the work and contract and discussion of any other items that may require clarification. Also, the procedure and distribution of all documents and correspondence related to the contract shall be established. 16- 2. CONTRACTORS OPERATIONS A. Premises, buildings, grounds and utilities serving them not particularly assigned to Contractor shall not be used for Contractor's convenience nor used without express permit to do so, arranged for in advance with Owner. B. Contractor shalt maintain and protect existing facilities encountered in or near vicinity of work or operations under the Contract, including on grade, above grade, and below grade structures, utilities, construction and improvements, whether existing or newly placed under the Contract. C. No service shall be shut down, transferred or otherwise interrupted without first giving the County Inspector 2 working days advance notice. The County Inspector will schedule all utility shutdowns. D. When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other work under the Contract, regardless of the hour of occurrence. E. The Contractor shall store materials to be used for the project in the area so designated on the plans or as directed by the Owner. F. The Contractor shall maintain a clean and protected operation. Protection of adjacent areas will be provided by the Contractor as necessary. Floors shall be broom clean, and all debris and waste shall be collected and removed at the end of each working day. The Contractor shall provide his own trash box. G. The Contractor shall take proper measures to prevent tracking of debris onto City streets, roads or drives. All egress from the site shall be maintained in a clean condition, and any debris tracked onto streets, roads and drives shall be immediately removed and the affected area cleaned. The Owner may order such work at any time as the conditions warrant. H. The Contractor shall deliver to the Project Inspector each week a completed copy of the Weekly Manpower Report. Report forms will be furnished by Contra Costa County. 1B- 3. PROJECT COST BREAKDOWN Before starting the work the Contractor shall submit to the Owner a complete project cost breakdown and separate Progress Schedule for purposes of assess- ing his applications for payment by the Owner. The breakdown shall be typed and shall be in a form acceptable to the Owner. Procedures 1B 00149 :% 1 IB- 4. RECORDS OF INVESTIGATION The following records of investigations and documents are available to the Contractor for reference: Contract Documents describing previous work done to the building. • 1B- 5. DRAWINGS OF RECORD A. Contractor shall maintain as-built drawings of work continuously as job progresses. Separate set of prints, for this purpose only, shall be kept at Job site. These drawings shall be up-to-date and so certified by Owner's representative at time each progress bill is submitted. Upon completion of work, Drawings shall be turned over to the Owner, who has the original tracings on file. As built drawings shall be convenient at all times and Progress Payments will not be approved unless as built drawings are up to date. 1B- 6. PUBLICITY RELEASES A. Contractor shall not release any information, story, photograph, plan or drawing relating to project to anyone including press or other public communications media, except as submitted and approved for release by the Owner. 1B- 7. CONFERENCES A. The Owner shall have authority, at any time during the progress of work, to require Contractor and Subcontractors to attend conference of those engaged on work. Notice of such conference shall be duly observed and complied with by Contractor and Subcontractors. 1B- S. CLEANUP & BROKEN GLASS A. Section 24 of the General Conditions entitled "Preservation & Cleaning" is supplemented as follows: 1. Cleaning of Glass: The Contractor shall wash & polish all glass and remove paint and putty stains. 2. Cleaning of Fixtures and Equipment: The Contractor shall remove all stains, paint and dirt from all fixtures and equipment. 3. Cleaning and Polishing Hardware: The Contractor shall remove stains, paint and dirt and he shall polish all hardware for all trades on completion. 4. Cleaning Painted, Stained and Decorated Work: The Contractor shall remove all stains, dirt and other soil from all painted, stained and decorated work. 5. Cleaning and Polishing Waxed Woodwork: The Contractor shall clean and polish all waxed woodwork upon completion. B. Broken Glass: The Contractor shall , at his own expense, replace all damaged, scratched or broken glass. Procedures 1B-2 03150 1 J DIVISION 1 GENERAL REQUIREMENTS SECTION 1C SCOPE OF WORK AND CONSTRUCTION SCHEDULE 1C-1. SCOPE OF WORK A. The work required of this contract includes furnishing of labor, materials, appliances, tools, equipment, transportation, services and performing all operations for and properly incidental to the construction and proper completion of the project as shown and noted on the drawings and as speci- fied in these Specifications. Items furnished and installed by the Owner are N.I.C. or "by others". Items furnished by the owner but installed by the Contractor as part of the work are so indicated on the Drawings. B. The Contractor shall furnish all materials, transportation, labor and services necessary for and incidental to the completion of the work. 1C-2. CONSTRUCTION SCHEDULE A. The Contractor shall prepare a sequence of construction and time schedule for Owner's review. No work shall commence before approval of said schedules by the Owner. a Scope of c�ZZ&nstruction Sched. 1C - 1 'A I i DIVISION 1 GENERAL REQUIREMENTS SECTION 1D TEMPORARY FACILITIES ! 10- 1. GENERAL A. Contractor shall provide, maintain and remove upon completion of work temporary rigging; scaffolding; hoisting equipment; rubbish chutes; barricades around reserved areas, openings and excavations; fences and other temporary work as required. B. Temporary work shall conform to requirements of State and local authori- ties and underwriters which pertain to operation, safety and fire hazard. Contractor shalt furnish and install items necessary for conformity with such requirements, whether called for under separate divisions of speci- fications or not. Furnish lighting at hazardous locations if required by job conditions or Owner. 1D- 2. TEMPORARY JOB OFFICE, TELEPHONES & TOILET FACILITIES A. The Contractor will not be required to provide temporary job office facilities. The Contractor and his forces may use the existing toilet facilities. If, during the work, the Contractor or his forces mar, damage or deface the Owners property, such shall be cleaned, repaired or other- wise restored by the Contractor at no additional cost to the Owner. 00152p Tem orary Facilities lO - 1 DIVISION 2 SITEWORK SECTION 2A SITE PREPARATION 2A- 1. GENERAL The General Conditions and General Requirements are a part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2A- 2. SCOPE Under this heading the Contractor shall provide all materials and equipment and perform all labor and services required or necessary, including that reasonably inferred for site clearance and preparation for work shown on the Drawings. 2A- 3. RELATED WORK IN OTHER SECTIONS A. Earthwork Section 28 2A- Q. LAYOUT AND SURVEY A. The Contractor shall lay out work from monuments, building, bench marks, levels, and dimensions given on Drawings. If conditions on the site deviate from Drawings sufficiently to warrant adjustments of elevations and locations, such deviations shall be brought to the attention of the Owner before proceeding with any work affected by the deviations. Stake out road and walkway alignments, walls, paved areas, and all other major elements. 2A- 5. SITE CLEARANCE AND PREPARATION A. All trees, shrubs, brush, grass, roots, debris, and gross vegetative ground covers shall be cleared from areas to receive construction and removed from the site. No trees, other than those designated to be removed, shall be removed without approval by Owner. Remove stumps and main roots to a distance of 5' from stumps. 2A- 6. REMOVAL AND DISPOSAL OF MATERIALS A. All materials removed in the process of site clearance shall be removed from the site. 2A- 7. EXISTING UTILITY LINES A. Confer with Owner and refer to Drawings for locations of existing underground utility lines and plumbing lines. 2A- 8. EXISTING PLANTING TO REMAIN A. All planting outside areas to be re-graded or disturbed shall be retained and protected. {k 00153 2A Site Preparation 1 p DIVISION 2 SITEWORK SECTION 2B EARTHWORK 2B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2B- 2. SCOPE Earthwork shall include all stripping, excavation, removal of all paving and excavated earth material including top soil , backfilling necessary to bring existing grades to the finished grades shown by elevations and grading work necessary to complete the aggregate base (engineered fill) in ` preparation for paving indicated on the Drawings and specified herein. Remove existing septic tank and drain lines. Remove all items below and above grade indicated to be removed on the drawings. 2B- 3. RELATED WORK IN OTHER SECTIONS A. Site Preparation, Section 2A. 2B- 4. RECORDS OF INVESTIGATION A. Refer to DIVISION 1 , Section 1B-4 "Records of Investigation" for existing building Contract Documents. • 2B- 5. CODES AND STANDARDS A. All work included in this section shall conform to the applicable requirements of the following codes and standards: 1. State of California, Department of Public Works, Division of Highways, "Standard Specifications". 2. "Uniform Building Code", 1973 Edition, Vol I, Chapter 70. B. All compaction expressed in percentages in this section refers to the maximum dry density established by the ASTM D 1557-70 compaction test method. 2B- 6. STAKING AND GRADES A. Contractor shall lay out all his work, establish all necessary markers, bench marks, grading stakes, and other stakes as required. Contractor shall be responsible for the accuracy of all the above surveying. B. Existing and finish elevations for all work to be constructed under this contract are shown on the drawings, and unless any inconsistency therein is brought to the attention of the Owner in writing prior to commence- ment of construction, the Contractor will be held responsible for the proper location and elevation of all work. Earthwork 2B - .l 00154 2B- 7. STRIPPING AND GRUBBING A. Perform all stripping and grubbing as may be necessary to remove all objectionable material from the building site. Remove a minimum of 12" inches of topsoil and whatever additional topsail is deemed necessary to remove all vegetation, organic matter, or other objectionable material from building and paved areas. Contractor shall be responsible for removal to a greater depth, when necessary to remove all vegetation and deleterious material encountered. B. All debris shall be the property of the Contractor and shall be removed and disposed of in a legal manner off the Owner's property. Location of dump and length of haul shall be the Contractor's responsibility. 2B- 8. EXCAVATION A. Excavate to a minimum of 12" below existing grade for paving engineered fill, to the lines and levels required, shown on the Drawings and/or specified herein, and provide any and all shoring, bracing, cribbing, pumping, and planking required. The bottoms of all excavated areas shall be level, tamped firm, clean and free from all debris or foreign matter. B. Excavations shall be kept free from water at all times. Adequate de- watering equipment shall be made available to the site and any and all emergencies shall be anticipated. C. All excavated earth material including top soil shall be removed from the site. D. Abandoned sewers, piping, and other utilities encountered in the progress of the excavating, shall be removed. Refer to Drawings. E. Active sewers, water and gas pipes, electric power, light or telephone poles, conduits, or wires, and any other active utility lines encountered, shall be immediately reported to the Owner and authorities involved. Owner and proper authorities shall be allowed free access to take what measures they deem necessary to repair, relocate, or remove the obstruc- tion as determined by the Owner. F. Where unsuitable materials are encountered below the specified depth of stripping, they shall be removed when so directed by the Owner's repre- sentative. 2B- 9. PROTECTION A. Protect open excavations, with fences, covers, and railings as required to maintain safe pedestrian and vehicular traffic passage. Prevent erosion of freshly graded areas during construction. Earthwork 26 - 2 a 4 00153 2B-10. SEAS014AL LIMITS A. No pavement nor fill material shall be placed, spread or rolled during unfavorable weather conditions. When the work is interrupted by heavy rain, fill operations shall not be resumes until field test by the Owner's representative indicates that the moisture content and density of the fill are as specified in these specifications. 2B-11. DRAINAGE SLOPES A. Slope and pitch all finish grades to drain as indicated on plan. Slope shall provide positive drainage with no low spots. All finish grades shall slope away from the building. 2B-12. ENGINEERED FILL A. General : Excavation and placing of fill shall be under the direct super- vision and control of the Owner's representative; he shall approve the material , the method of placing and shall give a written approval of the completed grading operation. B. Supervision, Inspections and Tests: All site grading, filling, and back- filling shall be carried out under the supervision and control of the Owner's representative, who shall perform appropriate field and Tabora- tory tests to evaluate the suitability of fill material , the proper moisture content for compaction, and the degree of compaction achieved. i1. All authorized inspection and testing will be paid for by the Owner, except as specified otherwise below. Tests for compaction will be made in accordance with test procedures outlined in ASTM D 1557-70. 2. Tests, the results of which prove satisfactory, will be paid for by the Owner. Retests of unsatisfactory work shall be at the Contractor's expense. 3. Work which tests have proved unsatisfactory shall be corrected at the Contractor's expense. C. Preparation of Site: Remove the surface soils to the depths specified on the plans. The surface of the area to be filled shall be scarified to a depth of 6 inches minimum. It shall be watered (or allowed to dry) so as to bring it to a water content that will permit proper compaction; excavation should be moisture conditioned to close shrinkage cracks to their full depth. Shrinkage cracks could be quite deep (about 2-1/2 feet) at the end of a long dry season which could require prolonged sprinkling and watering to close the cracks to their full depth. It shall then to compacted as hereinafter specified for fill. The requirements of this paragraph may be omitted only when so directed by the Owner's represen- tative. • Earthwork 2B - 3 CSO j 15.5 A o . 2B-12. ENGINEERED FILL (continued) D. Material: The material used for engineered fill shall be approved by the Owner's representative. It shall be free from vegetable matter and other deleterious substances; it shall be select material conforming to the following: (1) free of organic matter; (2) 100 percent finer than b inches; (3) liquid limit less than 40; and (4) plasticity index less than 15. E. Compaction: The selected fill material shall be placed in layers which when compacted shall not exceed six inches (6") in thickness. Each layer shall be spread evenly and shall be thoroughly blade mixed during the spreading to ensure uniformity of material in each layer. 1. Compaction shall be by sheepsfoot rollers, multiple-wheel pneumatic- tired rollers or other types of acceptable compacting rollers. Rollers shall be of such design that they will be able to compact the fill to the specified compaction. Rolling shall be accomplished while the fill material is within the specified moisture content range. 2. When the moisture content of the fill material is below that specified by the Owner's representative water shall be added until the moisture content is as specified to assure thorough bonding during the compact- ing process. When the moisture content of the fill material is above that specified by the Owner's representative, the fill material shall be aerated by blading or other satisfactory methods until the moisture content is as specified. 3. The fill and sub base shall be uniformly compacted to an average relative compaction of not less than 92 percent. 4. Field density tests shall be taken by the Sand-Cone Method ASTM 01556-70, nuclear device or any other approved method. 28-13. CLEANUP A. During the progress of the work, the Contractor shall keep the site in a reasonably neat and clean condition, and free from the accumulation of waste material. Upon the completion of the work, the Contractor shall promptly remove all of his equipment, dispose of all waste, refuse, or debris resulting from his work, and leave the premises in a neat and clean condition. Earthwork 2B - 4 00156 f DIVISION 2 SITE WORK SECTION 2C ASPHALT CONCRETE PAVING S 2C- 1. GENERAL F The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2C- 2. SCOPE Includes but is not limited to furnishing all materials, equipment, facili- ties, transportation, labor and services required to complete the installa- tion of asphaltic concrete paving, shown on the Drawings and specified herein. 2C- 3. RELATED WORK IN OTHER DIVISIONS A. Site Preparation, refer to Section 2A. B. Asphalt concrete paving earthwork and Engineered Fill, refer to "Earthwork", Section 2B. 2C- 4. COOPERATION The Contractor shall obtain all necessary information and instructions from other contractors and suppliers in order to coordinate the related work. He shall schedule the installation of items furnished by others to be placed under the asphaltic concrete. Notify other contractors in ample time so that provisions for their work can be made without delay- ing the project, and take all precautions to maintain alignment and prevent damage of the above items during placement of asphaltic concrete. Cutting and/or patching made necessary by failure or delay in complying with these requirements shall be at the expense of this Contractor. 2C- 5. OBSTRUCTIONS A. Attention is also directed to the possible presence of water, sewer, telephone, and gas pipe lines and overhead utilities in the construction area. B. The work shall be so conducted as to permit utility companies to main- F tain their services without interruption. C. Minor adjustments of pole lines, pipe lines, and other public improve- ments may be undertaken by the owners of these improvements during the progress of the work. The Contractor shall cooperate with the owners of the improvements and shall so coordinate his work as to avoid damage to any of these improvements. 2C- 6. LAYOUT {UID GRADES A. Layout work as shown on Drawings. All paving to be graded and sloped as • shown on the Drawings and adjusted in the field after layout. All paved surfaces shall drain positively to paving edge. Avoid depressions which will allow puddle formation. Discrepancies shall be called to the atten- tion of the Owner prior to proceeding with the work. 100157 2C Asphalt Concrete Paving 1 f 2C- 7. STANDARD SPECIFICATIONS • A. The Standard Specifications of the State of California, Department of Transportation, dated January, 1975, are hereby made a part of these Specifications and are hereinafter referred to as "Standard Specifi- cations". 2C- 8. MATERIALS A. All materials incorporated in the project shall meet the requirements of the tests specified in the Standard Specifications, and other mini- mum requirements specified therein or in these specifications. B. Furnishing and applying water shall conform to the Standard Specifications. C. The Owner reserves the right to make such additional inspection or tests as it may require prior to acceptance of any materials, and also reserves the right to reject any material previously approved because of serious defects or damage discovered subsequent to such approval. Any materials rejected by the County shall immediately be removed from job site, and no payment will be allowed therefor. D. The Contractor shall give the Engineer sufficient advance notice to permit adequate testing and plant inspection of materials, as follows: 1. For asphalt concrete, from recognized commercial plants, not less than 2 working days advance notice shall be given. t • 2. For any other material from other than the usual commercial sources, ` not less than ninety-six (96) hours advance notice shall be given. 2C- 9. PROTECTION OF SURFACES A. Protection of walls, walks, curbs, planting areas, etc. shall be at all times during the application of asphaltic paving in a manner and to such an extent as to prevent any asphaltic materials from falling on these surfaces. Any adjacent surface that needs protection shall be masked to a point two feet above ground and/or shield shall be used with spray fog. Should any asphaltic material fall on adjacent construction it shall be thoroughly removed. 2C-10. GROUND STERILIZING The sterilant shall be applied evenly at the rate of 0.2 gallon per square yard. Care shall be taken to prevent contamination of adjacent soil areas and for the protection of personnel . 2C-11. PAVEMENT REPLACING Where existing pavement is removed or disturbed due to this Contractor's operation, it shall be repaired or replaced with pavement of a like type including subgrade, base course, and paved surface, or by "deep patching" (see 2E-19). Pavement edges shall be saw cut. Existing paving shown to be replaced on the drawings shall be removed from the site and new paving placed as specified:Therein, for new paving. r nn 5Q 2C Asphalt Concrete Paving 2 VV S, 2C-12. SPREADING Asphalt concrete shall be placed by means of a self-propelled asphalt paving machine equipped with a screed or strike off assemby except where inaccessibility precludes their use. On such work, spreading may be by means of a spreader box or by hand methods. Asphalt concrete shall be delivered at a temerature not less than 250 degrees F at the project site. No asphaltic concrete shall be spread when atmospheric temperature is below 50 degrees F, or during weather otherwise unsuitable. 2C-13. TACK COAT A. A tack coat shall be applied uniformly to all vertical surfaces of curbs, gutters, and wood headers against which asphalt concrete paving is to be spread. B. The tack coat shall be an emulsified asphalt SS-1 or CSS•1 complying with the requirements of Section 94 of the Standard Specifications. 2C-14. PRIME COAT Application of prime coat shall conform to the requirements of Section 39 of Standard Specifications with the following exceptions and additions: A. Prime coats shall be applied under all asphalt concrete as a single application at a rate of 0.25 gallons per square yard or less as directed by the Engineer. B. Prime coat shall be liquid asphalt, MC-70, Section 93 of the Standard Specifications. 2C-15. ASPHALT CONCRETE A. Asphalt concrete shall be Type "B" 112" coarse conforming to the aggre- gate grading requirements in Section 39 of the Standard Specifications and the following provisions. B. Unless otherwise directed by the Engineer, bituminous binder to be mixed with the mineral aggregate shall be an AR-8000 paving asphalt complying with the requirements of Section 92 of the Standard Specifications. C. All paving shall be placed so as to carry surface water away from the planting areas and where shorn on the Drawings. D. The contractor shall furnish and apply a tack coat as specified.in Section 39 of the Standard Specifications. E. Fog seal coat shall not be required for work contained in this Section of the Specifications, except where sand cover is required. F. A sand cover over the prime coat, where required, will be considered as included in the contract price, and no additional compensation will be allowed therefor. 2C Asphalt Concrete Paving 3 00159 2C-16. CLEANUP Removal of rubbish, excess materials, tools and equipment related to this portion of the work shall be the responsibility of the Contractor or Sub- contractor, who shall remove them frequently during construction and upon completion of his work. Remove all excess materials, and rubbish from site. Q01, 0. 2C Asphalt Concrete Paving 4 I DIVISION 2 SITEWORK SECTION 2E DEMOLITION 2E- 1. GENERAL The General Conditions and General Requirements are a part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 2E- 2. SCOPE Under this division is included the furnishing of all tabor, materials, tools, services and equipment for or incidental to the general removal and disposal of all existing structure and incidental materials in the way of, or as re- quired for, new construction, remodeling to the existing building as shown on the drawings and specifications. Also included in this division is the removal and disposal away from the site of all waste materials. Refer to Drawings for sitework demolition. 2E- 3. RELATED WORK IN OTHER SECTIONS A. Sitework, refer to DIVISION 2 and to Drawings for items on-site indicated to be removed for new paving work. 2E- 4. WORK INCLUDED IN THIS SECTION A. The work in this section shall include (but is not limited to) the following: 1. Remove portion of existing Apparatus Room wall where drawings require the installation of new overhead door. 2. Remove portion of existing Dormatory wall where drawings require the installation of new exit door. B. Investigation of Site and Drawings 1. Intending bidders shall visit the site, inspect it thoroughly familiarize themselves with existing conditions. The submitting of a bid shall be considered acknowledgement on the part of the bidder of familiarity with conditions at the site. 2. The intending bidder shall study the Drawings and thoroughly familia- rize himself with each portion of the work. Any questions concerning the intent or scope of the work to be performed shall be submitted to the Owner prior to the opening bids for clarification. 3. No consideration will be given by the Owner to requests for payment for additional work which has not been requested by the Owner. 2E- 5. PREPARATION A. Before starting of any of the work in any part of the site or structure provide adequate protection for the existing parts against damage which might result from the prosecution of this work. B. Provide, install and maintain barriers as required around areas involved in this work to entirely block traffic from encroaching in these areas during the progress of this work 00161 Demolition 2E f f 2E- 6. PROSECUTION OF THE WORK A. Structural elements whose support is shown to be removed shall be supported and braced until new supports are in place. 1. Any damages resulting from removal work shall be satisfactorily repaired or properly replaced at Contractor's expense. 2. Provide adequate shoring under all load bearing beams, walls, and structural framing members before starting removal work. B. Breaking of plaster where existing walls, partitions and ceilings are to be removed shall be limited as closely as possible to the immediate area involved. Where possible, score all plaster surfaces on a straight line to limit the breaking and cracking of plaster surfaces to remain. C. Protect all existing surfaces to remain from damage with tarpaulin or other suitable material. D. Concrete work removal shall be restricted to the areas shown and to allow the installation of new work. Avoid excess removal of concrete at existing footings. All concrete and asphalt paving shall have saw-cut edges. E. In general, the work shall be performed to leave all surfaces clean and free of all projections (i.e., bolts, conduit, vent piping), leaving all • areas ready for the installation of work which is included in other Divisions. 2E- 7. SALVAGE A. All existing equipment, hardware, and other miscellaneous items which are dismantled or removed and not re-used shall remain the property of the Owner and shall be disposed of as directed by the Owner. The Contractor shall deliver salvaged items to the Contra Costa County Fire District. 2E- 8. RE-USE OF EXISTING MATERIALS A. Old lumber removed from the existing building may be used for blocking, fillers, nailers, etc., provided it is in undamaged condition. Use of old lumber for other framing shall be subject to the approval of the Owner. Store and protect existing light fixtures to be re-used. 2E- 9. DISPOSAL A. All materials resulting from this work, except as noted above, shall be removed and disposed of away from this site. No burning of debris will be permitted at the site. B. Temporary storage of materials prior to removal from this site shall be • limited to the areas approved. Demolition 2E - 2 00162 y 01, 21J.a i DIVISION 3 CONCRETE SECTION 3A CONCRETE 3A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 3A- 2. SCOPE The work in this Section of the Specifications includes poured-in-place concrete, cement finishing, and setting dowels. 3A- 3. RELATED WORK IN OTHER SECTIONS A. Engineeered fill, refer to Section 28. 3A- 4. GENERAL REQUIREMENTS A. Verify dimensions in the drawings with field conditions. Inspect related work and adjacent surfaces. Report in writing to the Owner all conditions which prevent proper execution of this work. B. Applicable Notes in the Drawings are part of this work. 3A- 5. MATERIALS _.., A. Cement: ASTM C-150, Type I or II. Cement brand shall have proven history of successful use with proposed aggregates and shall be of same brand and source throughout project. B. Aggregates: Conform to ASTM Specification C-33. C. Water: Potable, free of impurities detrimental to concrete. D. Reinforcing bars: shall be deformed bars conforming to ASTM Specification A-15, intermediate grade, 40,000 p.s.i. E. Form Lumber: Douglas Fir "Standard" grade or better. 3A- 6. MIXES A. Concrete strength - 3000 psi minimum 28 day strength. B. Concrete shall be measured, mixed and delivered in accordance with the requirements of the Standard Specifications for Ready-Mixed Concrete A.S.T.M. Designation C94, with 4" maximum slump, 3/4" maximum aggregate. Concrete 3A - 1 0016.3 3A- 7. MIXING AND PLACING CONCRETE A. Mixing: 1. Use transit mix concrete throughout, except that job mix concrete may be permitted subject to Owner approval of detailed methods and equipment proposed for use. 2. Conform to ASTM C-94 for all transit mixed concrete. Concrete shall be mixed for a minimum of 5 minutes after arrival at job site. B. Placing: 1. All forms shall be thoroughly wet down before concrete is placed. 2. Placing of concrete shall be done immediately after mixing. No concrete shall be placed or used after it has begun to set and no retampering will be allowed. 3. No concrete shall be placed in any portion until all reinforcing for same is fastened in place, nor until forms are completed. 3A- B. CURING A. Keep all concrete slab and formed surfaces wet for one week minimum, both while in forms and after removal of forms, or apply curing compounds approved by Owner. Curing compounds shall be clear and shall be com- pletely removed before acceptance of project. B. Protect fresh concrete from drying winds, rain, damage or soiling. 3A- 9. PATCHING Immediately after stripping forms, and before concrete is thoroughly dry, patch minor defects, form tie holes, honey combed areas, etc. Remove ledges and bulges. Repair gravel pockets by cutting out to full solid surface; form key and thoroughly wet before placing patching mortar consisting of one part cement to two parts fine sand; compact into place and neatly finish. On exposed concrete, mix patching mortar using cement mixture of white and regular types as required to match finish concrete color. Finish to match surface texture. 3A-10. FINISHES Exposed aggregate finish, all exposed vertical and horizontal surfaces. When set hard enough, remove forms and expose aggregates by washing with fine spray and scrubbing with stiff broom. Flush surface clean and keep wet for 24 hours. Concrete 3A - 2 00161 DIVISION 5 METALS SECTION 5A STRUCTURAL & MESCELLANEOUS METALS 5A- 1. GENERAL r The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 5A- 2. SCOPE A. The work includes, but is not necessarily limited to, the furnishing and installing of all structural steel work as indicated on the drawings and specified herein. B. Furnishing of straps, plates, angles and all items fabricated from structural steel. 5A- 3. RELATED WORK IN OTHER SECTIONS A. Concrete Reinforcing Steel, refer to Section 3A. B. Rough Hardware for Carpentry Work, refer to DIVISION 6. 5A- 4. SHOP DRAWINGS A. Large scale shop and erection drawings for all structural metal shall be made by the Contractor, based on the drawings and specifications, showing clearly each separate piece to be erected. Four sets of these drawings shall be submitted to the Owner for his approval and no work shall be fabricated until the drawings have been altered to conform to the drawings and specifications and have been approved by the Owner in writing. B. Approval of drawings will cover only the general scheme, design and character of the details, but not the checking of dimensions, nor will such approval relieve the Contractor from the responsibility for exe- cuting his Work in accordance with the Contract Drawings. 5A- 5. REFERENCE STANDARDS Except where provisions of these Specifications are more exacting, the Work of this Section shall comply with all applicable provisions of the latest editions of the following standards: A. Standard Specifications for the Design and Fabrication of Structural Steel for Buildings, of the American Institute of Steel Construction. B. Code of Standard Practice for Steel Buildings and Bridges, of said A.I.S.C. C. Code for Welding in Building Construction, D1.0 of the American Welding Society. D. Specifications for Structural Joints using A.S.T.M. A-307 or A-325 Bolts by the Research Council on Riveted and Bolted Structural Joints. E. Workmanship: as per A.I.S.C. "Manual of Steel Construction," later edition, unless more exacting requirements are specified in the Contract Documents. 00165 Structural & Miscellaneous Metals 5A - 1 t SA- 6. LAWS AND REGULATIONS Comply with all applicable Federal , State and County codes and regulations including erection safety regulations. 5A- 7. MATERIALS A. All structural steel: as per ASTM A-36, Structural Steel for Bridges and Buildings. B. Anchors, Bolts and Fastenings: as per ASTM A-307. C. Paint: one coat TNEMEC No. 99 red metal primer, or approved equal . D. Arc-welding electrodes: as per ASTM A-233 for Steel Arc-Welding Electrodes. 6A- B. MILL TEST REPORTS AND CERTIFCATION Furnish 3 copies of mill test reports of all steel materials to the Owner, showing conformance with the specified ASTM designations, prior to the installation of any work. Certified lots shall be so identified. Respec- tive manufacturers shall furnish duly executed certification, in triplicate, that all materials conform to requirements of this Specification. 6A- 9. WELDING A. All shop and field welding shall be done by certified welders. B. Defective work: All defective welds or unsatisfactory work shall be cut out and replaced, as directed by the Welding Inspector or the Owner, at no additional cost to the Owner. SA-10. PAINTING A. Painting shall be in accordance with "Specifications for the Design, Fabri- cation and Erection of Structural Steel for Buildings" and the "Code of Standard Practice" of the American Institute of Steel Construction, latest edition. B. General: All steel work, shall receive one (1) coat of paint, before erection and one (1) field coat of paint, after erection, as specified hereinafter. The field coat shall be applied with a brush, no spraying will be allowed. The field coat shall be of different color than the shop coat. C. Application: All parts of the metal must be thoroughly cleaned free from dirt, oil, grease, rust and all scale which does not perfectly adhere to the metal, Surfaces to be painted must be perfectly dry and the paint must be spread uniformly even and well worked into joints around all connections and rivet heads and all open spaces. D. The work must be neatly done in a thorough and first-class manner. E. After erection, all abrased or imperfect paint surfaces shall be cleaned and the primer coat restored. All field bolts, welds, etc., shall be thoroughly cleaned and painted so that all steel work receiving paint will have an unbroken primer coat. Care shall be taken to fill and cover all contact joints of steel. 00163 Structural & Miscellaneous Metals 5A - 2 i I SA-11. ERECTION A. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the Owner, and approval of the method of correction shall be obtained. Approved corrections shall be made at no additional cost to the Owner. B. Bolts and anchors shall be pre-set by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. C. Provide such temporary shoring and additional bracing as necessary to adequately support any loads imposed on structure dvAng construction. 5A-12. MISFITS, ALTERATIONS AND REJECTS Any material found missing, or material rejected because of misfits or faults of material or workmanship, shall be supplied forthwith by the Contractor. Misfits or errors discovered during sorting or erection shall be corrected, or new fabricated material shall be furnished by the Contractor. Defective work and fasteners shall be replaced at the expense of Contractor. 5A-13. DRIVEWAY HEADER BOARD SUPPORTS A. Supports shall be 2" 10 ga. 24" long galvanized steel "Krinkle" stakes as manufactured by Silver Manufacturing Co., Hayward, California. ,a Structural & Miscellaneous Metals 5A - 3 } 00167 i DIVISION G CARPENTRY SECTION 6A ROUGH CARPENTRY GA- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 6A- 2. SCOPE Includes all labor, materials, equipment and services required to perform all operations in connection with the installation of rough carpentry and rough hardarare, ccmplete in strict accordance with this section of the specifications and the applicable drawings. 6A- 3. RELATED WORK IN OTHER SECTIONS A. Furnishing of miscellaneous metalwork, straps, plates, angles, Section 5A. B. Concrete farrr„•rork, refer to Section 3A. C. Finish Carpentry, refer to Section 6B. 6A- 4. COORDINATION OF WORK Coordinate all wort: under this Section with that specified elseviliere. 6A- 5. LUMBER GRADING, DRESSING, MOISTURE CONTENT A. Crading Rules: Lumbrr and plywood shall to graded, under the current grading rules of the following Associations. and shall be grade stamped: 1. Pouglas Fir: "Standard Grading and Dressing Rules No. 15", West Coast Lumber Inspection Cureau. 2. Red►vood: "Standard Specifictitions for Grades of California Redwood Lumber", Redwood Inspection Serv•1ce. 3. Plywcad: U.S. Product Standard PS 1-66, latest edition, stamped with DFPA grade trademarks. B. Dressing: All lurcher shill be SAS of standard dimensions and all siz.s specified or indicated are nominal dimensions unless otherwise noted. C. Moisture Content: I•toisture crinuot of lumber shall not exceed 19 at time of installation. 6A- 6. MATIRIALS A. Lumber, grades and kinds: 1. Sills on concrete: Foundation Grade Redwood, graded at mill. 2. Structural Mullions, Posts: Select Structural Douglas Fir. 00168 Rough Carpentry 6A - 1 i i 3. Studs, Small Posts, Cripples: Construction Grade, Douglas Fir. 4. Joists and Ceams (not over 4" thick): Construction Grade, Douglas Fir. 5. Beams (over 4" thick): Select Structural, Douglas Fir. 6. Plywood Sheathing: (Structural Sheathing) Exterior glue, Structural 2, Type C-C; plywood is to be grade stamped by D.F.P.A. 7. All other framing members: Construction Grade, Douglas Fir. B. Materials Other Than Lumber: 1. Eater-ropellent pentachlorophenol wood preservative for non-prossure methods: Meet Fed. Spec. TT-41-572, Type I or II, Composition A. 2. Caulking compound: Dap Gold Label Butyl-Flex Caulking Compound. 3. Building Papers a. Felt: Asphalt saturated 150 rag felt. b. t;aterFroof: Sisalkraft Orange label. 4, Rough tiardvare: Galvanize all itcrns wholly or partially exposed to weather. Refer to Structural Drawings for rough hardware notes. a. hails: Co.:arson t-Are. For plytioud sheathing use barbed wire ply;lood nails. Galvanizes: nails for exposed exterior locations and Redwood. b. Dolts: Standard mils{ steel, square head machine bolts with square nuts and malleable iron or steel square plate washers. c. Clips, ties, plates, etc.: stock steel shaped as indicated. 19 d. Expansion Shields:"lledjet" or approved equal. e. Framing anchors: "Universal", Tipher Fasteners Inc., or approved equal. 6A- 7. DELIVERY AND STORAGE OF MATERIALS A. Delivsry: order framing lumber, as soon as possible after Mork i, begun. Season turihrr at the site. Crliver woterials and finished a-te.ruotilirc in an undwsaped cornditiort. Deliver manufactured iraterials in suitable con- tainors clearly marked with grand and manuracturer's name. B. Storage: Storn to preclude draragv. rile lumber on skids rnd sticking to • enture (.f ojeer :entilati(in czw erainago:. (lover sttorud nl.,.;ond to pvc Lrct e it froia weather. Store tv afford access for W pec Lion and identif icatiur,, Dathagred or deteriorated r..aterial will be rejected. 00169 Rough Carpentry CA - 2 'Arm` .. ... .. .. .. ... .. rY'� h Y•p 6A- B. 41000 PRESERVATIVE TREAT11Ei? (except redt:ood) A. Treat all wood in direct contact with or embedded in concrete, by dipping for a minirrum of 15 minutes or by applying two heavy brush coats of pre- servative. Apply second brushed coat no sooner than one hour after appli- cation of first coat. flood oil over wood, fill every check and depres- sion. Complete treatment at least two hours prior to incorporation of treated item into the work. Touch up cut areas and locations where film is broken with two heavy brush coats applied one hour apart. 6A- 9. NORM-WISHIP A. General: Prior to conrrencinq work, compare and check all architectural, electrical and structural drawings, each with the other that in any tray affect the location or extent of the trork to be executed. Size and relative positions of different units of the work are shown on the drewings and any part not particularly set forth shall be the same as similar parts. Lay out work in strict accordance with tine drat:ings. I•i conditions devivte from the drawings sufficiently to warrant adjustrant of elevations and/or lorptions, such deviations shall be brought to the attention of the Owner t-efvre proceeding with any work affected by the deviations. Cut, fit and patch to accoarrodate t;ork specified under other sections. Set all wood bucks, nriling blocks, anchors, grounds, plates, backing and furring, as required for installa- tion of materials and as required by other trades. B. Protection: The Fuildinn shall to closed in with permanent doors as soon as pnssible. All sills and stools, rxrored rullions, fr-mous, and projecting trim shall be protected from damage during construction. C. Fastening: It is the intent of the drawings to show number and spacing size of mils, bolts, and other fastenings required for structural strength. Fastenings not shown for a particular joint shall to provided to the extent indicatnd for a similar joint and as directed. Provide additional fastenings as directed, w;iether or riot shown on drawings or specificaLions if required to produce normal , stoat, rinid framing and to prevent %,%rping, sagging, buckling and other defects. Beet requirements of U.B.C. latest edition. D. Framing and Rough CArpentry: fit closely and accurately to required lines -and levels and secure rigidly in place. Scat inclined and hoeizontal meu►bers with cror•;n Pdge up, Structural members shall provide full cuntact at all bearing surfaces. 1. Rough Provide_ and install as indicated or required, including anchor bolts, clips, handers, ties, plates for connecting rood framing members to t;oc,d, concrete or steel, 2. Blocking: includinct grounds, pucks, backings, furring, n:J 1inn strips, hangers, frames, curb~, cants, special framinq, etc., to he fairnislIcd -as indicated or required to complete Mork in best and most r:wi;r;anlik� -T 00170 Rough Carpentry 6A - 3 i1 I manner and as rnquired for proper installation of materials and equip- ment of the various other trades. S. Plywood Sheathing: Apply and nail as indicated on Drawings. 6. Studs shall be spaced at 16" centers (where studs are required). 7. Install one stud and cripple each side of openings with header supported on cripples. 8. Install solid blocking between studs same width as studs in walls or partitions where required to support items supported on walls. 9. Pipe in bearing or shear walls shall be placed in the center of plates and shall not exceed 1/3 of the plate width in bearing or shear %.:ails unless adequate provision is made by the use of steel straps or other methods to preserve the structural value of the wall. 10. Structural mullions shall rest on sole plate and extend to top plates. 11. Install all furring as required for pipes and equipment. 12. Note use of patent framing anchors. 13. Install fire stops in accordance with Uniform Building Code, latest edition. 14. Provide backing at all Joints of plywood and end Joints of gypsum board where applied across studs. Provide backing where required for equip- ment which require backing for proper installation. Cutting, patching, and blocking and blocking all wood members where required for the work of the various trades shall be done by carpenters. f 00171 Rough Carpentry 6A - 4 d 1 E. Caulking: 1. Preparation: Clean out all spaces to receive caulking and remove all plaster, dust and other debris and remove greasy substances with appropriate solvent where necessary, Mask-off surrounding surfaces which will be exposed to view in the finish work. Z. Caulking: Use caulking gu,► where possible. Apply specified compound where indicated on drawings or where specified. Completely fill caulking grooves and fully cover contact surfaces. Caulk around the perimeter of all doors, in, exterior walls. Apply as directed to leave a smooth bead and as required for complete weather tightness.• F. Building Paper: Install as required and where indicated for backing behind exterior and interior finish materials. Paper to extend full height of wall. Lap sides 4" to shed water and ends 8". Apply behind all exterior wall finishes. G. Preparation for Finish Materials: Provide blocking and backing as indi- cated and required for proper installation of finish materials and equip- ment. Install 9" flashing strips around all openings, turning up under sills. ��� 041'72 Rough Carpentry.y. 5 I 1 DIVISION 6 CARPENTRY SECTION 68 FINISH CARPENTRY & MILLWORK 6B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 6B- 2. SCOPE The work includes the furnishing and installing of all Finish Carpentry and Millwork, complete as shown on the drawings or specified herein. It includes: a A. All Millwork. B. All caulking required to install work under this Section. C. Installation of Finish Hardware. D. Installation of wood door with wood frames. E. All work not included under other Divisions of these Specifications. 68- 3. RELATED WORK IN OTHER SECTIONS . A. Rough Carpentry, refer to Section 6A. B. Concrete Formwork, refer to Section 3A. C. Furnishing and installation of gypsum board, refer to DIVISION 9. D. Demolition, refer to DIVISION 2. 6B- 4. CODES AND STANDARDS A. The following publications are hereby made a direct part of this specifi- cation, and all work included in this section shall comply with the applicable requirements therein except as specified otherwise. 1. "American Plywood Association Standards". 2. "Standard Specifications for Grades of California Redwood Lumber" (CRA). 3. "Standard Dressing and Grading Rules #15 of the West Coast Lumber Inspection Bureau" (WCLIB). 4. "Manual of Millwork, Woodwork Institute of California current edition herein after referred to as "W.I.C." 6B- 5. SHOP DRAWINGS A. Shop drawings shall be furnished for all millwork and fabricated items. :, Prepare shop drawings in conformity with working drawing details txcept for approved substitutions. Submit 2 sets for preliminary approval and - 5 sets for final approval before fabricating any work. p 04AS Carpentry & Millwork 6B - 1 68- 6. MATERIALS A. General: 1. Moisture Content: Dry all interior finish iumber and trim to a mois- ture content not exceeding 12%. All exterior woodwork shall be thoroughly air seasoned and dry. 2. Dressing: All finish materials shall be S4S and sanded except that unexposed portions need not be sanded. 3. Delivery and Storage: Arrangements shall be made to property handle, store, prime and protect the work and materials before millwork is delivered. 4. Measurements: Verify all measurements at site and consult with others doing adjoining work. Contractor responsible for proper fitting and working out of trim and millwork details. B. Millwork: 1. Interior wood trim: "C" or Better Douglas Fir. All wood trim is to be painted. Trim shalt be milled to match existing trim. 2. Exterior wood trim: a. Driveway header boards: "Select Heart" Redwood, S4S. b. Finish Building Trim: "Select Heart" Redwood. Mitt to match existing similar trim. All exterior building trim is to be painted. C. Miscellaneous Items: 1. Miscellaneous Metal Work: Provide as necessary for assembly and install- ation of items in this section, such as brackets, clips, plates, not furnished under other sections of the work. 2. Caulking Compound: Dap Gold Label Butyl-Flex Caulking Compound. 3. Waterproof Sealer: Thompson's Water Seal , manuf, by By-Chemical Products Co. , Western Merchandise Mart, S.F., or approved equal. 6B- 7. CAULKING AND SEALING A. Completely seal all joints and intersections with caulking compound wherever good practic requires. B. Apply caulking compound around frames and wherever necessary to make watertight joints. Caulking shall be applied with a gun. C. All joints shall be thoroughly clean and dry. All joints shall be solidly filled with caulking compound. D. All caulking and sealing shall be done before adjacent work is given final coat.:of paint and plaster. Finish Carpentry & Millwork 6B - 2 00174 6B- 7. CAULKING AND SEALING (continued) E. The method of caulking shall be by means of a pressure caulking gun. F. After Joints have been solidly filled, all excess compound shall be removed and surfaces left neat and clean. 6B- 8. INSTALLATION A. General: Finish carpentry included herein comprises, in the main, the installation of all "Millwork" including hardware and related items. Trim to be installed or damaged trim to be replaced shall match and align with existing trimwork. B. Installation of Finish Carpentry and Millwork: After delivery of Millwork to the site, the responsibility for storage, protection, and placing of such millwork shall be assumed hereunder. Repair or replace damaged arts as directed. Prime concealed sides of millwork as specified under 'Painting" before installing. All work must be clean and free of soil, dirt, grease, or tool marks. Install all work plumb, true and square with corners neatly mitered and splices made with 45 degree cuts. Blind nail in so far as is possible and set surface nails. Securely nail, screw or bolt items to adjacent backing. Provide miscellaneous molds, trim, fillers, etc., as indicated or required for first class finish work. • 1. Installation of Exterior Trim: a. Door trim shall be set in full length with no intermediate Joints. b. Exterior trim and splices, not otherwise detailed, shall be level splices. c. All Joints shall be made up with white lead paste. d. Door frames shall match existing frames, shimmed as required and securely nailed with wire nails at approximately 12" centers. e. Nails for all exterior work shall be hot dipped galvanized. f. Priming of frames and trim shall be done under "Painting" before setting material in place. g. Wood trim, mouldings, exterior and interior, shall be installed in as long lengths as racticable. (All vertical pieces shall be one piece, full length. Miter corners and make splices with 45 degree cuts. Drive all members up tight and securely nail not over 12" on centers. Pre-drill and countersink all surface nails for putty stop- ping. Take special care to align and match with adjoining trim. • h. '!Install 9"wide flashing strips around all openings (See "Rough Carpentry"). Finish Carpentry & Millwork 6B - 3 00175 . 2. Installation of Interior Trim and Finish: a. Wood finish and trim in contact with plaster shall be primed before placing (see "Painting"), shall be sanded smooth and left in proper condition to receive paint finish. Nail with finish or casing nails set for putty stopping. All casings shall be mitered. b. Door Frames: Door frames, installed under this section, to be milled to match existing frames. Rabbet jambs into heads. Double wedge block at butts and at corresponding points on lock jamb. Secure with three finish nails per bearing. c. Doors: Door to be hung under this section shall be hung accurately, free of hinge bind with 1/8" clear at head, 1/16" clear at jamb, standard bevel, 3/8" max. clear. C. Installation of Finish Hardware shall be accurate and secure, without marks or defacements of any kind and left in perfect working order, without bind- ing, and free from paint or damage of any kind. Knobs and handles shall be protected with heavy paper wrappers until completion of building. Knobs and handles shall be removed before painting, then reinstalled. 00170 Finish Carpentry& Millwork 6B -4 DIVISION 7 140ISTURE PROTECTION SECTION 78 SHEETMETAL 78- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 7B- 2. SCOPE Includes all labor, materials, equipment and services required to perform all operations in connection with the furnishing and installation of sheetmetal work complete in accordance with this section of the specifications and the applicable drawings. Includes furnishing sheetmetal items specifically noted elsewhere to be installed by others. It includes: furnishing all sheetmetal required for the completion of the work not specified to be furnished by others. Includes adjusting existing rainwater leaders as noted on drawings. 78- 3. RELATED WORK IN OTHER SECTIONS A. Miscellaneous metal work is specified in Section 6A. B. Lathing and plastering is specified in Section 9A. 7B- 4. REFERENCES AND STANDARDS . A. Sheetmetal work shall be fabricated and installed in accordance with the "Architectural Sheet Metal Manual", A.I.A. File No. 12-L, of the Sheet Metal and Air Conditioning Contractors' National Association, Inc., First Edition, 1966, unless detailed otherwise. 78- S. MATERIALS A. General: All materials shall be new and of the following quality. 1. Galvanized Sheet Metal: ASTM 527, phosphate film applied to hot dipped zinc coated steel. Zincgrip, Paintgrip, Paintbond, Tufkote or approved equal , 24 gauge, unless noted otherwise. 2. Solder: AST, B 32-60 gT; 50 percent block tin and 50% pig lead. 3. Butyl Sealer: "DAP" Butyl Gutter and Lap Sealer, "Hapco 600", or approved equal. Use as per manufacturer's specifications. 4. Metal Primer: For galvanized surfaces, 221-14 Zinc dust and zinc oxide primer; for ungalvanized surfaces, 121-00 "CHER-RUST" primer W.P. Fuller Co. 5. Rough Hardware: Nails, screws, bolts, etc., to be galvanized for galvanized steel. Nails shall be barbed, of best types for intended purpose and that will not support galvanic action. 00177 Sheetmetal 78 - 1 6. Supports and reinforcements: Galvanized for galvanized steel to be furnished as necessary to provide strength. 7. Galvanizing: Hot dip galvanize all ferrous metal items wholly or partially exposed to weather. Standard commercial grade galvanizing. Galvanize after fabrication. 76- 6. STORAGE A. Storage of materials at the site shall be done so as to protect materials from damage. Materials which are scored, abraded, creased or otherwise damaged shall not be used in this work. 7B- 7. WORKMANSHIP A. All work shall be in cooperation with other trades and shall be performed by experienced workmen with ability to install and complete the work in a neat and workmanlike manner. Confirm measurements with job conditions. B. Backing Surfaces: Shall be smooth, even, sound, clean and dry, and free from all defects that might affect application. Notify the Owner of conditions preventing proper execution of the work. 76- 8. MISCELLANEOUS SHEET METAL AND METAL WORK A. Sheet metal and metal items not covered elsewhere in this section: as indicated on the drawings and as required to provide a watertight installa- tion. Includes sheetmetal and metal work required for miscellaneous clips, anchors required for installation of items and equipment specified here in and indicated on drawings. Where not indicated otherwise, sheetmetal to be 24 ga. hot dipped zinc coated steel. ( ( Sheetmetal 70 - 2 J 3 f 3 i DIVISION 7 MOISTURE PROTECTION SECTION 7D BUILDING INSULATION 7D-1. GENERAL The General Conditions and General Requirements-are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 7D-2. SCOPE The work includes, but is not necessarily limited to, the furnishing and installing of all building insulation cow.plete, as shown and noted on the drawings and specified herein. Install insulation where possible in stud spaces exposed during the installation of new doors. 7D-3. MATERIALS A. Building Insulation: Fiberglas sinnle foil-faced building insulation with vapor harrier and nailing flancr:s, 31; inch full thick fiberglass hatts in roll Katt form, as manufacturrd ar distributed by Owens- Corning Fiber•u1e-s Corporation, Johrns-;-.anville Corporation, or approved equal. All witerials shall be delivered to the ,fob in original packages. 7D-4. INSTALLATION' A. All insulation shall be installed in accordance with the manufacturer's installation instructions and recommendations. All stapling flanges shall be secured to sides of framing members to produce, air space on interior side of batts. B. Install insulation after all piping and wiring is in place. C. Install between all studs which are exposed during construction in exterior walls. D. Insulation shall be installed tautly without sagging. =� 001`79 Bu•ilcling Insu'N;tion 7D - 1 T 4 S DIVISION 8 DOORS, WINDOWS E" GLASS SECTION 8A OVERHEAD DOOR 8A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8A- 2. SCOPE Includes all labor, materials, equipment and services required to perform all operations in connection with the installation of the overhead door complete in strict accordance with this Section of the Specifications and the applicable Drawings, and includes the installation of electrical controls. 8A- 3. RELATED WORK IN OTHER SECTIONS A. Finish Carpentry, refer to Division 6. B. Installation of electrical controls, refer to Division 16. 8A- 4. OVERHEAD DOORS A. Overhead Door shall be a steel sectional metal door (match existing) with glazing, Model No. 424 as manufactured by Overhead Door Corporation, or approved equal. Include all items required for complete installation. Door shall be of size indicated on the drawings. Door shall be counter- balanced to require minimum driving torque with maximum speed of operation. B. Door sections shall be 20 ga. steel. Door sections shall be zinc coated steel prime painted both sides. Provide side, head and bottom weather- . stripping. C. Applicable Items: provide all brackets, tracks, counterbalance assembly, post tension drums, etc., as required for complete installation. Track assembly shall be "Standard 2" Track". D. Electric Operator: Underwriters' labeled. Shall be Model SFL (1/2 H.P, 115 V, single phase motor) and equipped with emergency disconnect arm and brake for manual operation in case of power failure. Shall be "Trolley Type" model. Motor shall be high starting torque, instant reversing type. Unit shall be designed so as to avert any type of overload damage to the unit. Motor to be totally enclosed to protect the windings. Motor shall be capable of being mounted in any position and of being removed for ser- vicing without affecting the limit switch adjustments. E. Control Switches: Provide push button stations consisting of "open", "close", "Stop" controls. Controls shall be flush mounted. Close button shall be constant contact to operate. Provide exterior key switch with "open" and "close" position. F. Shop Drawings: Provide shop drawings of all work in this section for approval before proceeding with fabrication. Provide Parts Manual. Overhead Doors 8A 1 001 I BA- 4. OVERHEAD DOORS (continued) S G. Erection: Shall be done in accordance with manufacturer's instructions and installed by a representative authorized by the door manufacturer. Securely anchor all items in place to provide a straight, plumb and level condition. Check and re-adjust all items as required for proper operation. Before installation this Contractor shall determine that all backing elements are plumb and securely fastened in place. Verify all dimensions in field before fabrication. H. Guarantee: Door and electric operator shall be guaranteed against de- fective materials and workmanship for a period of one year after accep- tance by the Owner. s, _ 00 1 8i Overhead Door SA - 2 DIVISION 8 DOORS, WINDOWS & GLASS . SECTION 8B WOOD DOOR & HARDWARE 8B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 8B- 2. SCOPE The work includes, but is not necessarily limited to furnishing, but not installing, the wood Dormitory door and finish hardware. 8B- 3. RELATED WORK IN OTHER SECTIONS A. Door Frame, refer to Section 66, B. Painting, refer to Division 9. C. Installation of Door and finish hardware, refer to Section 68. 8B- 4. Door A. References & Standards: Door shall be manufactured in accordance with "Custom Grade" standards of the Woodwork Institute of California, "Manual of Millwork", current edition, and shall be guaranteed in accordance with this standard. B. Construction: Door shall be solid core Birch intended for paint finish and as noted on the drawings. Door shall be 1-hour fire rated and shall bear U.L. Label Rating. Label shall be metal, fastened to hinge edge of door. Door shall be constructed in accordance with U.L. procedure manual and as required for U.L. labeling. The finished work shall be strong, rigid, free from defects, waves, scratches, warp or buckle. Joints shall be dressed smooth. 8B- 5. HARDWARE A. Codes: All hardware shall comply with applicable building codes. B. Manufacturer: Manufacturers indicated herein establish a "Standard". Substitutions must be approved by the Owner. Substitutions shall be requested for investigation in ample time, so as to cause no delay in the progress of the work. Refer to Section 18 of the General Conditions. C. General Requirements: 1. All hardware shall be furnished packed complete with the correct type, finish and number of screws, bolts, expansion shields, etc., for securing the hardware. 2. The Contractor will be held to have examined the general specifications, and drawings; to provide hardware in conformity with all local and State building codes. The Contractor will assume responsibility that • all hardware will properly fit the material to which it is attached. 00182 Wood Door & Hardware 8B - 1 88- 5. C. General Requirements: continued 3. Where the size or shape of members to be equipped with hardware prevents or makes unsuitable the use of exact types specified, suitable types having as nearly as practicable the same operation, function and quality, shall be furnished. 4. Sizes of all articles of hardware in all instances shall be adequate for the service to which the individual items of hardware will be sub- Jected in the course of normal usage. 5. Finish hardware shall not be installed until painting is completed. 6. The successful hardware bidder shall contact the lock company's repre- sentative as soon as possible and have him meet with the Owner to assist In reviewing the hardware and keying schedule prior to the forwarding of the hardware order to the factory. D. Keying 1. All keyed locks shall be passed by the existing C.C.C. Fire District Great Grand Master Key. All lock cylinders are to be Grand Mastered, Sub-Mastered, Building-Mastered, and set keyed. 2. Furnish three keys per lock to match existing exterior door key. 3. All keys are to be tagged and delivered directly to the C.C.C. Fire District by the hardware supplier. E. Templates: In order to insure proper placement and fit, all hardware shall be made to template. Templates, or physical hardware items, shall be furnished to supplier concerned sufficiently in advance to avoid delay in the work. F. Samples of Substitutions: Before preparing the hardware schedule, the Contractor shall submit one physical sample of each item of hardware (if other than the manufacturers listed in hardware sets specified) upon request from the Owner. G. Hardware Schedule: 1h pr. Butts TA 2314 4k x 4* PC NRP McKinney 1 Exit Bolt 9863 FLL SOB Sargent 1 Closer 154 PSN EB Sargent 1 Threshold 178 AV Alum. MS & ES Pemko 1 Kick Plate 10" x 3%11 IOB Sargent I Sign EXIT 5" white letters,on Red, Plastic. Mount where directed by Owner. Weather Stripping #332 ARD (head & Jambs) Pemko Wood Door & Hardware 8B - 2 0010.3 DIVISION 9 FINISHES SECTION 9A LATHING & PLASTERING 9A- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9A- 2. SCOPE The work includes, but is not necessarily limited to furnishing all material, equipment and labor to patch stucco all areas disturbed or damaged during the construction period. Includes Exterior Portland Cement-Lime Stucco and Stucco Mesh and accessories. Refinish to match existing work. Coordinate work with all other trades, in accordance with these specifications and as noted on the drawings. 9A- 3. RELATED WORK IN OTHER SECTIONS A. Wood frame is specified in DIVISION 6 CARPENTRY. r B. Sheetmetal, refer to Section 78. C. Gypsum Board, refer to Section 98 D. Painting, refer to Division 9, Section 9C 9A- 4. ENVIRONMENTAL CONDITIONS A. Stucco shall not be applied during freezing weather or to surfaces that contain frost. Stucco shall be kept at or above a temperature of 50 degrees F during and for a period of 48 hours after application. 9A- S. REQUIREMENTS & REGULATORY AGENCIES A. Metal Lath Association Technical Bulletin No. 9. B. California Lathing & Plastering Reference Specifications. C. USG Redbook of Lathing & Plastering 27th Edition. D. Uniform Building Code Section 47. 9A- 6. MATERIALS A. Materials and accessories specified herein shall be as manufactured by United States Gypsum Co., Western Metal Lath or approved equal. Apply all materials in accordance with manuf's. instructions. (No shovel measures allowed.) 1. For 'Portland Cement-Lime Stucco Systems: a. Portland Cement : ASTM C-150 Type 111 b. Hydrated Lime : ASTM C-206 Type 'S' c. Aggregate : ASTM C-144 Table 1 d. Water ; Potable, clean, fresh, suitable for domestic use. e. Metal Mesh ; 1$1" galvanized mesh, 1.42 p.s.y. f. Felt Underlayment : Asphalt Saturated Felt No. 15, ASTM DD-226. g. Nails 1-112" Galvanized furring type. h. Finish Stucco coat : USG Oriental or Peerless, uncolored. i. Metal casing beads No. 66X "Expanded Flange Square Edge Casing, 2E aa. galvanized steel. J. Metal Corner Beads "Stucco Lok Corner reinforcement" 26 ga. gale. steel, with expanded flange. 9A- 7. PATCHING Remove faulty plaster work where damaged during construction, repair and patch stucco to satisfaction of the Owner. All new stucco shall match and align with existing stucco surfaces. All work shall be done in accordance with the best practices recommended by agencies listed under 9A-5 above. Lathing & Plastering 1A - 1 r N 9A- 8. SCAFFOLDING A. Furnish and maintain as required in compliance with regulations of State Industrial Accident Commission. 9A- 9. CLEANUP a. Remove from site all plaster bags, excess sand and plaster and other debris caused by the plastering and clean all spilled plaster from adjacent surfaces. 9A-10. PROTECTION OF ADJOINING SURFACES A. Care shall be taken to protect all adjoining surfaces from plaster waste and damage. Contractor shall mask-off all adjoining wood finishes before starting work. 001813 Lathing & Plastering 9A - 2 P I E l t i DIVISION 9 FINISHES SECTION 98 GYPSUM BOARD 9B- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9B- 2. SCOPE Furnish all labor, material and services necessary to install Gypsum Wallboard as a finish surface and to patch all gypsum wallboard surfaces „ damaged during construction. 9B- 3. RELATED WORK IN OTHER SECTIONS A. Wood framing, refer to DIVISION 6. B. Painting, refer to DIVISION 9. 98- 4. ENVIRONMENTAL CONDITIONS During the application of gypsum wallboard the temperature within the building shall be maintained at a range of 55 to 70 degrees F. Adequate ventilation shall be provided to carry off the excess moisture. 98- 5. REQUIREMENTS & REGULATORY AGENCIES A. ANSI Specification A-97.1 B. UBC Chapter 47 C. ICBG Research Recommendation No. 1602 D. USG Handbook of Drywall Construction 6th Edition 9B- 6. MATERIALS A. Materials and accessories specified in this Section of the Specifications shall be as manufactured by United States Gypsum Co., or approved equal. Application of all materials shall be in accordance with manufacturers instructions. 1. Gypsum Board Materials: a. Face Panels: USG regular face panels, 48" wide, match existing thickness. 2. Metal Trim Accessories: a. Corner Beads : USG #900, 111j" Expanded Metal Flanges. b. Edge Trims : USG #200 Series, Electro-galvanized. c. Control Joints: USG #093 Roll formed zinc, tape protected. 3. Fasteners: a. Screws: USG Type 'S' Bugle Head lis". . 4. Caulking & Insulation: a. Acoustical Tape: Lowery # 10 1/8" Y Gypsum Board 9B'- 1 00185 i i 9B- 7. SYSTEMS DESCRIPTION h PROCEDURES ! A. General Procedures: 1. Use maximum board length possible to minimize end Joints. 2. Begin attachment by driving fasteners in the center of the panel first and work tcward the edges, holding the panel in firm contact with the framing. 3. Drive Fasteners flush with the panel face without breaking the face paper. 4. Drywall Screws to be applied with an electric screw gun. Drive screws not less than 3/8" from ends or edges of gypsum panels to - provide uniform dimple not over 1/32" deep. 5. All panel ends shall occur over framing members. 6. Arrange ,points on opposite side of partition to occur at different studs. 7. Arrange direction of installation so that lead edges of panel are attached to the open end of the stud flange first. 8. Bring ends and edges into firm contact, but do not force. 9. Cut and fit board around pipes and openings neatly. 98- 8. INSTALLATION A. Installation including placing, securing, taping, topping and finishing shall be in accordance with manufacturers specifications and recommen- dations. Leave all depressions level with surface plane. i B. All gypsum board shall be secured to backing with screws, no nails will be allowed. C. All corners shall be metal reinforced with corner bead. D. Finish shall match existing gypsum board finish. Sand as required to provide smooth surface, ready for painting. E. Drying: In all application steps the coat shall be dry before the application of the next coat. 0018"1 Gypsum Board 9B - 2 DIVISION 9 FINISHES i SECTION 9C PAINTING ! 9C- 1. GENERAL The General Conditions and General Requirements are part of this Section of the Specifications and apply to this Section as fully as if repeated herein. 9C- 2. SCOPE The work includes, but is not necessarily limited to, the furnishing of all materials and equipment and the completion of all painting and painters finish on all exposed exterior and interior surfaces as required to complete the finishing, of the work shown on the drawings and specified herein. In general the work includes the following: A. New interior and exterior finish woodwork. B. Painting stucco patching. C. New gypsum board. D. New exterior and interior exposed metal (except "surfaces not to be painted" noted below), including piping, electrical equipment. E. Refinishing all existing exterior and interior exposed surfaces which are damaged during construction and which is necessary to properly finish new work "onto" existing surfaces. F. Furnishing of drop cloths, scaffolds, masking, etc., necessary to execute work under this contract or to protect work in this Job. G. Furnishing of samples of paint and stain colors and finishes. 9C- 3. RELATED WORK IN OTHER SECTIONS A. Shop painting of all structural steel, miscellaneous metals as refered to in Section 5A. B. Painting or priming of factory finished articles and equipment. C. Painting or priming of Electrical equipment, refer to DIVISION lb. D. Caulking, sealing, refer to respective Sections. E. Gypsum Board taping and treatment, refer to Section 9B. 9C- 4. SURFACES NOT TO BE PAINTED A. All concrete work. B. All non-ferrous metal surfaces. µ C. All hardware 001100 Painting 9C - 1 9C- 5. PROTECTION A. The Painter shall protect the work of all other trades against damage or injury by his employees or by his materials, tools, or utensils used in connection with this contract. Any damage done by him shall be repaired at his own expense, without any additional compensation. 9C- 6. SAMPLES AND COLORS A. Color samples will not be required. Finish colors shall match existing colors of like adjacent finishes. New materials installed adjacent to dissimilar materials shall match existing material colors of similar use in the building, (i.e. new door shall match existing door color). 9C- 7. STORAGE OF MATERIAL A. Materials shall be stored at the site only where directed. Oily rags, waste and empty cans shall be removed from the site every night and shall under no circumstances be left in unventilated rooms or allowed to accumulate. The Painter shall properly protect the premesis by appropriate means. 9C- 8. WORKMANSHIP A. Workmanship throughout shall be of the best practice and strictly first class. All finish work shalt be applied by none but skilled mechanics. New surfaces shall match textures of adjacent surfaces and colors of adjacent surfaces which are to remain in their existing condition. Work which does not meet with the approval of the Owner shall be immed- iately corrected. If the work is not corrected, the Owner reserves the right to deduct the cost for correction from the amount due the Contractor. B. All materials shall be evenly spread and flowed on smoothly, and shall be free from runs, sags, and no paint, stain, varnish or enamel shall be applied until preceding coat is thoroughly dry and hard. C. No exterior painting shall be done in rainy, damp or frosty weather or if the temperature is below 50 degrees F, or until the surface is thoroughly dry. D. In general, unless otherwise specified or recommended, enanels and exterior oil paints shall be allowed to dry at least forty-eight (48) hours between coats and interior paints shall be allowed to dry at least twenty-four (24) hours between coats. E. All woodwork and metal surfaces shall be sanded lightly between coats with No. 2/0 sandpaper and dusted before succeeding coat is applied to produce an even smooth surface. F. All damaged work or work that is defective shall be repainted as directed by the Owner. No patching will be permitted. G. Each cclat of paint shall be of slightly different tone from preceeding coat to prevent skipping. Painting 9C - 2 00189 H. Prime gypsum board as necessary to prevent flatting of finished coats. I. Top, bottom and edges of the door shall be treated same as facing surfaces, after fitting. J. All adjacent surfaces, fixtures and materials shall be protected. K. Do not reduce paints or apply paint materials except as herein specified or as recommended by manufacturer. L. Where coverage is incomplete or not uniform in the opinion of the Owner an additional coat shall be applied at no extra cost to the Owner. M. Paint all exposed surfaces of every member. Where surfaces are inaccessable after installation, paint before installation. N. Finish hardware shall be removed before painting adjoining surfaces. 0. All exterior finish woodwork shall be primed on all surfaces after cutting and before installation. P. Do not paint over Underwriters Labels. Q. No spray painting will be allowed, unless given permission by Owner. 9C- 9. PREPARATION OF SURFACES A. All surfaces to be painted shall be examined by the Painter and any surface after sanding, still unsuitable for painting, shall be called to the attention of the Owner for proper adjustments and Painter shall not paint thereon until the surface is rendered suitable and when directed by the Owner to proceed. B. All sappy spots or knots shall be given one coat of shellac at least 10 (ten) hours before painting. Repeat if necessary. C. Puttying of all nail holes, cracks, and blemishes shall be done after priming coats have become hard and dry and before second coat is applied. The putty shall match the color of the finish coat. D. All greasy or oily surfaces shall be cleaned with turpentine or benzine before painting. All scale or rusts shall be removed by scraping, wire brushing or sandblasting. E. All wood surfaces to receive finish shall be sanded smooth and brushed free of dust and dirt before applying paint or stains. Remove all mildew or grade stamps from wood surfaces to be stained. F. Field bolts and rivets, abrasions to the shop coat, and other surfaces where paint has been scuffed off shall be spot painted with the material used for shop coat or its equivalent and all objectionable foreign matter shall be removed before general field painting. Painting 9C - 3 00190 G. All materials to receive"paint shall be thoroughly dry. H. Metal Surfaces: Clean free of dirt, oil, grease, rust, scale and other foreign matter, using wire brushes, sand paper, where necessary. Wash both galvanized and ungalvanized metal with benzine and wipe dry. Gal- vanized sheetmetal flashings, louvers, etc., shall be prime coated upon delivery to the Job before installation. Damaged shop coats shall be spot painted before application of finish coats. I. All interior finish and trim which will be in contact with plaster surfaces shall be back primed before placing. Wood door frames shall be primed immediately upon deliveryto the Job. 9C-10. MATERIALS A. General: All materials shall be delivered to the Job in the manufacturers original containers with labels intact and seals unbroken. All colors used shall be selected for their permanence and non-fading qualities. Paint shall be plant mixed. B. Materials: Paint and finish materials shall be as manufactured by Fuller Paints, Pratt & Lambert Inc., Glidden Paint Co., Olympic Paint Co., or approved equals. Materials shall be highest quality. C. The Owner reserves the right to take a representative sample of any paint material brought to the job and have it tested by an approved testing laboratory to verify the material conforms to these specifications. Cost of the test shall be paid by the Owner, however, if the test fails, the Contractor shall assume all expense relating to the test. D. For additional material descriptions, refer to the "Painting Schedule". 9C-11. PAINTING SCHEDULE A. The following paint finishes are taken from Fuller Paint Co. Specification October 1972, unless indicated otherwise. a. Stucco: allow stucco to dry 30 days before painting. 2-coats: 262-XX acrylic latex b. Woodwork: 1-coat: 220-23 Exterior Primer 2-coats: 260-XX House Paint c. Metal, ferrous: 1-coat: 121-00 "Chex-rust" 2-coats: 262;XX Flat Acrylic Paint 00191 Painting 9C - 4 d. Metal, galvanized or zinc alloy: Preparation: Wash with "Galvanprime", distributed by Fuller Paint. 1-coat: 221-12 Zinc Dust, Zinc Oxide 2-coats: 262-XX Flat Acrylic 2. Painting Schedule, Interior: a. Woodwork, trim, door 1-coat: 220-07 (enamel undercoater). 1-coat: mixture undercoater and finish. 1-coat: 213-XX alkyd semi-gloss enamel. b. Metal, ferrous: lst coat: 121-00 "Chex-Rust" metal primer, omit if shop primed. 2nd coat: 220-07 Enamel Undercoat 3rd coat: 213-XX Semi-gloss Enamel c. Metal, galvanized or zinc alloy: 1-cast: 220-22 (PYA Sealer) 1-coat: 220-07 (enamel undercoat) 1-coat: 213-XX alkyd semi-gloss enamel d. Gypsum Wallboard 1st coat: 220-22 P.V.A. Sealer 2nd coat: 220-06 Wall Primer Sealer 3rd coat: 219-00 (semi-gloss stipple) 9C-12. PREPARATION OF EXISTING SURFACES TO BE RE-FINISHED (Where required to repaint with new work). A. Interior: 1. Wood (painted & stained) & Gypsum Board: wash with Trisodium phosphate and rinse with clear water. 2. Metal: Wirebrush and remove all rust and dust free to a clean surface. B. Exterior: 1. Metal: Wirebrush and remove all rust and dust free to clean surface. 2. Stucco: dust free of all foreign matter. 3. Wood: sand down to smooth surface. 001r"211 Painting 9C - 5 9C-13. RE-FINISHING EXISTING SURFACES (Where required to repaint with new work). i A. Interior: 1. Gypsum Board: 1-coat, same as for new work. 2. Wood (painted): 1-coat, same as for new work. 3. Metal: 1-coat, same as for new work. B. Exterior: 1. Metal: (touch up with "Chex-Rust" 121-00) 1-coat, match existing. 2. Stucco: 1-coat, match existing 3. Wood: 1-coat, match existing. 9C-14. MISCELLANEOUS PAINTING WORK. A. Visible exposed surfaces of new equipment, electric panels, conduits, pipe, and similar items shall be finished to match adjacent wall or ceiling surfaces or as directed. B. Any surface not specifically mentioned which, in the opinion of the Owner required painting, shall be finished as specified for the particular material in question. 9C-15. CLEANUP Upon completion, clean paint spots from floors, walls, ceiling, glass, hard- ware, and remove all surplus materials and rubbish leaving premises in clean orderly condition. • 9C-16. GUARANTEE The Contractor shall guarantee all painting included under this section to be free from defects, and agrees to replace or repair, at his expense and at any time during two years from date of acceptance, and all painting that may be found to be defective due to surface conditions, materials, or application. 00193 Painting 9C - 6 4 y b►' DIVISION 16 ELECTRICAL SECTION 15 I 16-1. GENERAL The General Conditions and General Requirements are part of this Section and the contract for this work and apply to this Section as fully as If repeated here. 16-2. SCOPE A. Work Included: Furnish all labor, materials, tools, equipment, transportation and ser- vices as required to make a complete working installation of electrical systems shown on the drawings or described in these specifications. The work shall include all materials, appliances and apparatus not specifically mentioned herein or noted on the drawings as being furnished and installed under another section. The general extent of the electrical work is shown on the architectural drawings, and includes, but is not limited to the following: 1. Branchcircuit wiring, and wiring devices for lighting, receptacles and electrically powered overhead door, including wiring, and connection to motor and motor controller. - 2. Lighting fixtures and lamps. 3. Cutting, patching and caulking for all penetrations required for electrical work. 4. Relocation of one outside wall mounted lighting fixture as indicated on the drawing. 5. Conduit and wiring necessary for existing outside mounted speaker as required by Note 'E' on the drawing. 16-3. CODE REQUIREMENTS A. All work shall be performed in accordance with all applicable requirements of governing codes, rules and regulations, including the following: 1. National Electrical Code. 2. State of Calif., Administrative Code, Title 24, Part 3. 3. Rules and regulations of the local power company. 4. Rules and regulations of the local telephone company. 5. All pertinent city and county codes. 16-4. PERMITS AND FEES County will secure and pay for all permits, fees and inspections necessary for the prosecution and completion of the work. Contractor is responsible for business license. County will pay any and all Power Company fees and charges. Provide properly signed "Certificate of Inspection" before work is accepted. 16-5. VISIT TO SITE Visit the project site, take requisite measurements, and verify exact lo- cation of buildings, utilities, and other facilities, and obtain such other information as is necessary for an intelligent bid. No allowance will sub- sequently be made by the Architect or Owner for any error or omission on 00191 Electrical 16 - 1 16-5. (continued) the part of the bidder in this connection. 16-6. DRAWINGS The drawings, which constitute an integral part of this contract, shall serve as the working drawings. They indicate diagrammatically the general layout of the complete electrical system, including the arrangement of circuits, outlets, switches, controls, panelboards, fixtures, special systems, and other work. Field verification is directed for the following: a. Actual field locations, distances and elevations. b. Branch circuit in existing Panel to feed new Load as indicated on the drawing. Review the drawing and adjust work to conform to all conditions indicated thereon. Discrepancies between plans and actual field conditions, or be- tween plans and specifications, shall promptly be brought to the attention of the Owner for a decision. 16-7. PRODUCTS AND MATERIALS All materials shall be new, of the best quality for the purpose intended, and where applicable, shall conform to the requirements of Underwriters' Laboratories Inc. and shall bear said Label. 1. CONDUIT a. Rigid steel, full weight, threaded, hot dipped galvanized or sherardized. Conduit busing shall be OZ type A or T & B series 2D0. Grounding bushings shall be T & B series 3800 or OZ type IGO. b. Electrical metallic tubing, hot dipped galvanized or sherardized. Connectors and couplings shall be watertight compression type. Set screw type or indenter type will not be allowed. c. Water tight flexible metallic conduit shall be "Sealtite" flexible conduit with T & B series 5331 connectors or equivalent by Appleton. 2. OUTLET BOXES a. Boxes for dry locations shall be one-piece, galvanized steel; minimum size 4" square or octagonal by 1Y" deep. b. Outlet boxes for installation in concrete walls or ceilings shall be Appleton type OCR. c. Boxes for exterior use or in damp or wet locations shall be Crouse - Hinds Condulets, Appleton Unilets or Killark Adlets, complete with covers, neoprene gaskets and threaded hubs. 3. PULL BOXES a. Junction and pull boxes shall be standard outlet boxes wherever possible, ` otherwise code gauge galvanized steel of required size with covers Electrical 16 - 2 00193 i 16-7. (continued) 3. a. sealed with cadmium plated machine screws 6" on centers. Where pull boxes are installed in exposed areas, they shall be finished with one coat of di-chromate primer and two coats of ASA #49 medium gray baked enamel and shall be built from approved shop drawings. 4. WIRE AND CABLE All wire and cable for secondary power shall be new and shall conform to latest requirements of N.E.C. , shall meet ASTM specifications and shall bear UL label. Conductors shall be soft drawn copper with 600 V Insula- tion as hereinafter specified. Wire and cable shall be as manufactured by Rome Cable Company, General Electric Company or approved equal. a. Minimum conductor size shall be #12 AWG. b. Interior wiring shall be as follows: 1) #8 AWG and smaller shall be solid copper type TW or as noted. 2) #6 AWG and larger shall be stranded copper type THW or as noted on drawings. c. Color code #8 and smaller throughout. For # 6 and larger use Brady phase color tags at boxes and other terminal potents. 5. WIRE AND CABLE CONNECTORS a. T & B one piece type RP12, self-insulated connector for #10 wire or smaller or MMM Co. Scotchtoks. b. For 08 and larger use T & B compression connectors series 54000. 6. CONDUIT SUPPORTS AND HANGERS Kindorf, Unistrut, or approved equal. 7. SWITCHES Arrow Hart, Hubbell, Sierra, or approved equal, 20A, 125V rated for use on fluorescent and tungsten filament lamp loads, ivory. a. SPST AH 1991 8. RECEPTACLES Arrow Hart, Hubbell, Sierra, or approved equal with ivory, brown or gray finish as selected by the Owner. Duplex, 20A, 125V, 3 wire, groundable-AH 5762. Weatherproof receptacles in exposed locations shall be in cast FS or FO boxes with Crouse-Hinds DS 136 threaded cap housing. Electrical 16 - 3 _ 001 t 16-7. (continued) 9. DEVICE PLATES a. Sierra P series smooth plastic, Ivory finish, match existing plates. b. For surface mounted sheet steel boxes use Appleton 8300 series box cover. 10. Circuit breaker (if required) shall be single pole 30 ampere trip, 125 volts in general purpose enclosure. Circuit Breaker shall be Square-D, Westinghouse, or approved equal. 16-8. EXECUTION A. All wiring shall be installed in an accessible conduit system which shall be electrically continuous throughout. B. Installation of Conduit•: Conduits shall be installed in a neat, workman- like manner and installation shall conform to the best of modern practice. Conduit terminations at cabinets and boxes shall be rigedly secured with locknuts and insulated bushings. All conduit ends shall be reamed after cutting and, if not secured to boxes or cabinets, shall be capped and protected during construction. C. Installation of wire and cables: All wiring shall be continuous from outlet to outlet, or from terminal to terminal. No splices will be • permitted in conduits. D. Connection of Overhead door operator: Install and connect motor push button and key operated switch and connect motor and test motor for proper operation. E. Cutting and Patching: Provide necessary cutting in connection with the electrical work and make repairs in a manner satisfactory to the Owner. Structural members shall not be drilled, bored or notched in such a manner as to impair their structural value. Electrical 16 - 4 00197 IDT THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Platter of Completion ) RESOLUTION N0. 77/391 of improvements and declaring ) certain road a County j road, Subdivision 4845, ) Walnut Creek Area. ) ) The Public Works Director has notified this Board that improvements have been completed in Subdivision 4845, 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 4845 September 21, 1976 (United Pacific Insurance Co. - U 806442) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 139485 dated September 7, 1976) be RETAI17ED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code. BE IT FURTHER RESOLVED that Huston Road as shown and dedicated for public use on the map of Subdivision 4845 filed September 23, 1976 in Book 189 of maps at page 46 , 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 May 10, 1977_ c T L <. C - c: Cr a 0 Originating Department: Public Works Land Development Division cc: Public Works Director-Maintenance Recorder Public'Works Director-LD Planning Director Lee D. Berbiers 1478 Huston Road Lafayette, California 94549 RSow-rioH xo_ 77/391 co 9 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) • and Specifications for ) Improvement Plans for Contra Costa County ) RESOLUTION NO. 77/392 Detention Facility, Pine Street-Court ) Street Diversion and Utility Relocation RE: Work Order 5269-926 ) WHEREAS Plans and Specifications for the Improvement Plans for Contra Costa Detention Facility, Pine Street-Court Street Diversion and Utility Relocation have been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that the work is necessary for the construction of the Detention Facility; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Planning Commission reviewed the Envirorn.ental Impact Report pertaining to this project on April 26, 1977, and found it to be adequate and found the project to be in compliance with the General Plan; and WHEREAS the Environmental Impact Report was approved by the Board on May 3, 1977; IT IS BY THE BOARD RESOLVED that said Plans and Specifica— tions are hereby APPROVED. Bids for this work will be received on May 31, 1977 at 11 A-M. , and the Clerk of this Board is directed to p=ub 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 MORNING NEWS GAZETTE PASSED AND ADOPTED by the Board on May 10, 1977 Originator: Public Works Department Detention Facility Project cc: Public Works Director County Auditor-Controller County Administrator RESOLUTION NO. 77/392 00199 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTHE. MARTINEZ, CALIFORNIA F MAY o 1077 J. R. 0:530t1 CLERK MARL) U. WP,'Avr30R3 NOTICE TO CONTRACTORS 414M.4 k $,A co. oe Ur Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive birls until 11 O'clock A.M. on ;.Mai 31 ' 1977 , for the furnishing of. all labor, materials, egrsipment, transportation and services for: CONTRA COS'T'A DETENTION FACILITY PINE ')T. -- COURT Sr. DIVZRSIOtl AND UTILITY RLLOCATION CON7RACr I The project is located in the County Civic Center Area of Martian: utth the wcar!t at the following locatiuns: Court Street from Marina Vista to Mellue Street Pine Street at Mellus Ward Street from Las Juntas to Pine Street Willow Street from Ward Street to Mellus Street Pine Street Storm Drain from Marina Vista to Ward Street The work shall be done in accordance with Official Plans and Specifications prepared in reference thereto. A pre-bid conference will oe held for all prospective bidders in Room 108 County Administration Bldg. , P51 Pine Street, Martinez at 10:00 AM onMa�5 , 1977. Bids are required for the entire work set forth on the attached bid sheets. QAicro iln)Od with board ordor 00200 N _ 1 f i Y 1 t ` 1 Item Estimated Unit of Itw-1 Total NO. Quantity Measure Item Price (In (In ---- rirures•t Iri •ures) SIGNING AND L.S. L.S. TRAFFIC CO:TROL �. 2. L.S. L.S. TRENCH SHOP.ING (D-6) ---- 3. L.S. L.S. IIDBILIZATIO14 (D-8) ----= STPW T At'D DRAIt IMPROVEI11ENT 1 ! RE14DVE PARKING METER --- 4. 22 EA. POST (D-9) i I14STALL PARKING 5. 17 EA. METER POST (0-9) REHOVE SIGN ------ 6. S EA: AND POST (D-9) RZSLT SIGN 7. b EA. AND PO&T (0-9) RLLOCA:i. _.. 3. 10 EA. SIGN PANLL (D-9) ADJL'OT iW-11OLE 9. 3 EA. COVER CAST, I (D-10) ADJUST t'r'vJL .._..._. In. 9 EA. COVZR CAS» I 0-10} EA. COt':.1: C.%st 11 (D-10) .4z:U3' VALVE 12. 3 EA. COVLR CASE 11 (D-10) s 13. 200 L.F. CONCi.'iL SA1dI1�u (D-11) CONCRETE: REMOVAL 14. 11,000 S.F. FLAT (D-12) Ctli.Ll'.:.sE Rt.t•+UVAL 15. 2,1'00 L.F. C. L G. (D-12) . L.S. L.S. CLEARI..G (D-13) J��4r SL Ii. 300 C-F. rAILUM: itl:ii.Il. 00, 01 . .9� Miy:!r 4 I I t Mesa Estimated Unit of I-ric ('anal Iio. quantity 14easure Item rirur (In (In I i:rures) t i-.urec) yes) M18. 2,400 (F) C.Y. EXCAVATION (D-15) 19. 85 C.Y. II4FORTED TOP SOIL (D-16) 20. 850 S.Y. HEATER PLANING (D-18) AGGRECATE BASE ! F21. 1,750 TON CLASS 2 (D-19)ASPHALT CONCRETE 2. 3,000 T0N TYPE "B" (D-20) TYPE "D" INLET 1 23. 10 EA. COURT STREET (D•2i) TYPE "D" INLET Oil i 24. 1 EA. TYPE III BASE (, .. ) TYPE "A" INLET 25. 2 EA. PINE STREET (D•21) TYPF: II IS ITHOLE i 26. 2 EA. COURT STREET (D•21) TYPE II ;W%T.OLE 27. 2 E1. PINE STREET tD-21; 26. 5 EA, 4" (JALI: DRAI.i ' 29. 160 L.F. 15" mp COURT ST. (D-23) + 30. 300 L.F. 161, RC? COLM.T ST. (D-23) 31. 16 L.F. 18" RCP PINE ST. (D-23) t 32. 240 L.F. 24" RCP COURT ST. (D-23) 33. 195 L.F. i 30" RCI' PINE ST. (D-23) -.. 2 450 STD. C & G 4� ' L.F. TYPO S1-6 X0202 j4 i I 1 I Iten EstimatedUnit of Itan Total No. Quantity licasure Item Price (In i In Pirures) 1'i�ures) STD. P.C.C. SIDEWALK 36. 8,500 S.F. Ii:CL. A.B. CUSHION (D-24) STD. P.C.C. DRIVEWAY 37. 400 S.F. INCL. -A.B. CUSHION (D-24) PwUuORCED P.C.C. DRIVEWAY 38. 250 S.F. IIiCL. A.B. CUSHION (D-24) REGULtaORY OR WARNING 39. 30 EA. SIGN AND POST (D-25) f 1�ZiJ 40. 5 EA. SIGN PANEL (D-25) STREET HAM 41. 1 EA. SIGH AND POST (D-25) SPECIAL SIGN 42. 2 EA. AND POST (D-25) PAI�TI1:G CURBS, STREET 43. L.S. L.S. STRIPES & MI:P.YERS (D-26) REFLECTIVE 44. 200 EA. PAVEX 'T 1:ARIIERS (D-27) S9,1T. RY SEIiR I1-I ROVEIMI.TS ( -28) 45. I 3 EA. PLUG EXISTING SEVER � COMNECTION TO "6. I 5 EA. MISTING MMOLES 47. 8 EA. SANITARY NXIMOLES CO/CECT EXIST II4G 48. 200 L.F. LATERALS TO NEW SEWER 41, Cl • N'—W 6" SE;:EA LATERALS 49. 80 L.F. $" ACP CL. 3300 50. 530 L.F. &.NITARY SEWER � 12" ACP CL. 2400 51. 650 L.F. W%'ITARY SE::ER 12" ACP CL. 3300 ~� 52) 710 L.F. SrO:Iid.F;Y SE1'.:R 00203 Item Estimnted Unit of Item Total No. Quantity Measure Item I•rice (1n (1n Fi^urea) }Ivures) PERI.VJ;EIIT PU?JT. (D-29) 53. 1,100 L.F. REPLACE1047 (SEWER fs WATER) WATEt LIME IMPRO 'Er-1,,TS (D-3 ) 54. 305 L.F. 6" AC WATER LINE (WILLOW ST. 55. 1 EA. 6" BUTTERFLY VALVE (WILLOW) 56. 19060 L.F. 121, AC HATER LIRE 12"x12" TAPPING TEE AND 57. 2 EA, VALVE ASSEMBLY 5S. 3 EA. 12" BUTTERFLY VALVE 59. 1 EA, 8" AC WATER LINE TRA14SPER TRANSFER EXISTING 60. 6 E1.. RATER SERVICE TRIXSFER EXISTING 61. 1 E).. 4" FIRL SERVICE TRANSFER EXISTING %Imo 62. 1 EA, 6" FIRE HYDRANT SERVICE TRANSFER AND R:.SCT ZoNISTING FIRE HYDRAIZ 63, 1 `•1• C=''ILETE ASST„JLY NEW FIRE HYD T EA. ASSEMBLY, COMPLETE 64, l -A• IN PLACE AIR AND VACUUM 65. 2 EA. RELIEF VALVE , 66. i EA. 4" .BLIA? OFF 67. 4 EA. PLUG EXISTING WATER LINE Conti .sency Allow nce Ir .or Force Account or'. u 68. be pa d as earned and includes 112 the cost of 6,660.00 flare n ., and ad ustinc sprinklers, etc. TOTAL AMOUNT Z;=':: SHOW TOTAL ON PAGE P•1 00204 NOTICE TO CONTRACTORS (Coni.) Each Prupusal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Roan 103, County Administration Building, 651 Pine Stoeet, Martinez, California. The Plans and Specifications may be exanined at the Office of the Clark of the Board of Su,,orvisors or at the Public Works Department, 5th Floor of - eai(i County Administration Building. Plans and Specificatiuns (not includin;; State Standard Specifications or other documents included by reference) and proposal forms, may be obtained by prospective bidders at the Public Wor48 Departnunt, 5th Floor, County Administration Building, upon payment of a printing and service charge in the amount of ten dollars ($ 10.00 (Sales Tax included) which amount shall not he refundable. Checks shall be made payable to "The County of Contra Costa," and shall be mailed to Public Works Department, 5th Flour. Administration Building, Martinez, California 94553. Each bid shall be made on a proposal form to be obtained at the Public Works Departmentq 5th Floor, County Administration Buildin:j. Bids are re- quired for the entire work described herein, and neither partial bids nor contingent bids will be considered. ,v A PROPOSAL GUARANTY IN THE AN•70UNT OF TEN (10) PERCEINT OF A1:OUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's thee:, certified chec% or bidder's bond, made payable to the or-or of '"Tho County of Contra Costa." The above-nontioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the •:ork, 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 t:, furnish the necessary bonds after being requested to do so by the Board of Su,,ervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 31st day of May . 1977 , @ 11 Oicloci. and will be opened in public and at the time due in the Chambers of the Board If Supervisors, Room 107, Administration Building,, Martinez, California, and there read and recorded. Any Bid Proposals received after that time specified in this notice will be returned unopened. N - 6 00205 NOTICE TO CONTRACTORS (Cont'd) The successful bidder will be required to furnish a Labor and Materials Bond in an amount to equal to fifty-percent of the contract price and a Faithful Performance Bond in an amount equal to 100 percent of the contract price, said bonds to be secured from a Surety Company author- ized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law a plicable thereto, the Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of work- man or mechanic required to execute the contract which will be awarded to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors, and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum wage shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA BY Deputy DATED: PUBLICATION DATES: N - 7 00206 i i i i ly ' ;SIGN A•�1• THIS SHEET IS FOR INFORMATION PURPOSES AND SHALL NOT BE CONSIDERED A PART OF THE CONTRACT Your attention is directed to the requirements in Section E, "Affirmative Action Requirements - Equal Employment Opportunity." This project is within the area covered by an Area Plan on Equal Employment Opportunity and the contract contains a special section of bid conditions dealing with the implementation of that plan. There are two methods of qualifying for contract award , one of which is described under Part I and the other under Part II of the specification. We have received information from Federal authorities that specific crafts, listed below have been approved as participating crafts for the Contra Costa Area Plan. PLUMBERS - No. 159 QUALIFICATION UNDER PART I Any or all of the crafts listed above may be qualified under Part I , No contractor can qualify completely under Part I but may qualify the listed crafts under Part i and must qualify all remaining crafts under Part II . Partial qualification under Part 1 involves completing Paragraph 2 (a) of the Bidder ' s Certification of Affirmative Action for Equal Employment Oppor- tunity in the Proposal for the listed approved crafts , QUALIFICATION UNDER PART II In connection with responsibilities assumed by contractors bidding on this project , your particular attention is called to Paragraphs 8-1 "Goals and Timetables ," and B-2 "Specific Affirmative Action Steps" of Section E of the Special Provisions . You must complete Paragraph 2 (b) of the Bidder ' s Certification of Affirmative Action for Equal Employment Opportunity which is contained in the Proposal or submit an Affirmative Action Plan to the County Public Works Department that meets the requirements as outlined in Part II-B . Particular attention also should be given to the sixth para- graph of Section E, Part IV of the Special Provisions , which states " It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing For exclusive referral failed to refer minority employees." In order to be a responsive bidder eligible for contract award a ' under Part 11 , the contractor must complete the Bidder ' s Cert- ification of Affirmative Action for Equal Employment Opportunity -r at the time of submitting his hid . "� - INFOP, ATION - 00207 CONTRA COSTA DETE14TION FACILITY PINE STRLET—COURT STREET DIVERSION AND UTILITY RELOCATION MARTINEZ, CALIFORNIA es) BIDS DUE:_ May 31st @x.1:00 A.M. Rm. 103 COUNTY ADMINISTRATION BUILDING, 651 PINE STREET MARTINEZ, CALIFORNIA 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ, CALIFORNIA P R 0 P 0 S A L F 0 R PINE STREET COURT STREET DIVERSION AND UTILITY RELOCATION NAME OF BIDDER BUSINESS ADDRESS _-I ?LACE OF RESIDENCE ----- - - - -- -- ---t i TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY - THE UNDERSIGNED, AS BIDDER, DECLARES THAT THL ONLY PERSONS OR PARTIES INTERESTED IN THIS PROPOSAL AS PRINCIPALS ARE THOSE NAMED HEREIN-THAT THIS PROPOSAL IS MADE WITHOUT COLLUSION WITH ANY OTHER PERSON, FIRM OR CORP- ORATION- THAT HE HAS CAREFULLY E.WlINED THE LOCATION OF THE PROPOSED WORK, PLAl,S AND SPECIFICATIONS- AND HE PROPOSES AND AGREES, IF THIS PROPOSAL IS ACCEPT- ED, THAT HE WILL CONTRACT 11ITH THE COUNTY OF CONTRA C06TA TO PROVIDE ALL NECESSARY t1:CHINERY, TOOLS, APPARATUS AND f1THER MEANS OF CONSTRUCTION, AND TO DO ALL THE WORX AND FURNISH ALL THE WNTERIALS SPECIFIED IN THE CONTR.\CT, IN THE K%NNER A:1D i TItiE PRESCRIBED, AND ACCORDING TO THE REQUIREMEWS OF THE ENGINEER AS THERE111 SET FORTH, AND THAT HE WILL TAKE IN FULL PAYI•B:NT THEREFOR AN AMOUNT BASED ON THL UNIT PRICES SPI:CIFII:D HEREIN BELOW FOR THE VARIOUS ITEMS OF WORK, THE TOTAL VALUE OF SAID WORK AS ESTIMATED HEREIN BEING $ __ ___ ZINSERT TOTAL) ANN THE FOLLOWING BEING THE UNIT PRICES BID, TO WIT- 00208 )i i Item Estimated Unit of Item Total No. qunntity Measure Item Price (In (III Fi ures) F inures) SIG14ING AND 1. L.S. L.S. TRAFFIC CONTROL 2. L.S. L.S. TRE14CII SHORING (D-6) 3. L.S. L.S. MOBILIZATION (D-8) STPX-L AND DRAIN IMPROVEMENT REMOVE PARKING METER G. 22 EA. POST (D-9) INSTALL PARKING 5. 17 EA. METER POST (D-9) REMOVE SIGN 6. 5 EA. AND POST (D-9) RESIT SIGN 7. 6 EA. AND 110ST (D-9) RELOCATE 8. 10 EA. SIGN PANCL (D-9) ADJUST MA41OLE 9. 3 EA. COVER CASE I (D-10) ADJUST VALVE 10. 9 EA. COVER CASE I (D-10) ADJUST MANHOLE 11. 1 EA. COVER CASE II (D-10) ADJUST VALVE 12. 3 EA. COVER CASE II (D-10) C 13. 200L.F. CONCRETE SAWING (D-11) r CONCRETE REMOVAL 14. 11,000 S.F. FLAT (D-12) CONCRETE REMOVAL 15. 2,(100 L.F. C. & G. GRUBBING AND 16. LIS. L.S. CLEARING (D-13) PAVEMENT AND BASE 17. 300 C.F. FAILURE REPAIR (D-15.2) 2 00209 i t i Item Estimated Unit of Iters 'Total tio. Quantity Measure Item I•rice (In (Iii r inures) Fis•ures) 18. 2,400 (F) C.Y. EXCAVATIO14 (D-15) 19. 85 C.Y. IMPORTED TOP SOIL (D-16) 20. 850 S.Y. HEATER PLANING (D-18) AGGREGATE BASE 21. 1,750 TON CLASS 2 ASPHALT CONCRETE 22. 3,000 TON TYPE "B" (D-20) TYPE "D" INLET 23. 10 EA. COURT STREET (D-21) TYPE "D" INLET ON 24. 1 EA. TYPE III BASE t - _ f TYPE "A" INLET j 25. 2 EA. PINE STREET (D-21) TYPL II I-fANHOLE 26. 2 EA. COURT STREET (D-21) TYPE II t AMOL£ 27. 2 EA. PINE STREET 0-21) 28. 5 EA. 4" WALK DRAIN (D-22) ' j 29. 160 L.F. 15" RCP COURT ST. (D-23) 30. 300 L.F. 1811 RCP COURT ST. (D-23) 31. 16 L.F. 1811 RCP PINE ST. (D-23) 32. 240 L.F. 24" RCP COURT ST. (D-23) 33. 195 L.F. 30" RCP PINE ST. (D-23) 2,450 STD. C & G 34. L.F. TYPE S1-6 (D-24) X.YXX ITEM DELETED 3 002-10 f M Item Estimated Unit of Item Total No. Quantity Measure Item Price (In lIn Firureaf Fi••ures) STD. P.C.C. SIDEWALK 36. 8,500 S.F. INCL. A.B. CUSHION (D-24) STD. P.C.C. DRIVEWAY 37. 400 S.F. IIICL. -A.B. CUSHION (D-24) REINFORCED P.C.C. DRIVEWAY 38. 250 S.F. INCL. A.D. CUSHION (D-24) REGULATORY OR WARNING 39. 30 EA. SIGN AND POST (D-25) NEW 40. 5 EA. SIGN PANEL (D-25) STREET NAME 41. 1 EA. SIGN'AND POST (D-25) SPECIAL SIGN 42. 2 EA. AND POST (D-25) PAINTING CURBS, STREET 1 43. L.S. L.S. STRIPES & MARKERS (D-26) REFLECTIVE i 44. 200 EA. PAVEMENT MARKERS (D-27) SANITARY SEWER IFI RUVEMENTS (11-28) i 45. 3 EA. PLUG EXISTING SEWER j CONNECTION TO 46. 5 EA. EXISTING MANHOLES 1 47. 8 EA. SANITARY MAMOLES CONNECT EXISTING 48. 200 L.F. LATERALS TO NEW SEWER 4" Cl NEW 6" SEIMR LATERALS 49. 80 L.F. 811 ACP CL. 3300 50. 530 L.F. SANITARY SEUER 12" ACP CL. 2400 51. 650 L.F. SANITARY SEIJER 12" ACP CL. 3300 52. 710 L.F. SANITARY SEWER 00211 1 Item Estimated Unit of Item Total lio• Quantity Measure Item Price (In (In Fi ures) Fi,,•.ures) PERttANENT PUttT. (D-29) 53. 1,100 L.F. REPLACEMENT (SEWER & WATER) + WATEt LINE IMPRO EMENTS (D-3)) 54. 305 L.F. 6" AC WATER LINE (WILLOW ST.) 55. 1 EA. 6" BUTTERFLY VALVE (WILLOW) 56. 1,060 L.F. 121' AC WATER LINE 12"x1211 TAPPING TEE AND 57. 2 EA. VALVE ASSEMBLY 58. 3 EA. 12" BUTTERFLY VALVE 59. 1 EA. 811 AC WATER LIN£ TRANSFER TRANSFER EXISTING 60. 6 EA. WATER SERVICE TRANSFER EXISTING 61. 1 EA. 4" FIRE SERVICE } TRANSFER EXISTING 62. 1 EA. 6" FIRE HYDRANT SERVICE TRANSFER AND RESET EXISTING FIRE HYDRANT 63. 1 EA. COMPLETE ASSEMBLY EW FIRE HYDRANT 64. 1 EAS ASSEMBLY, COMPLETE IN PLACE AIR AND VACUUM 65. 2 EA, RELIEF VALVE t i 66. 1 EA. 4" BLUW OFF 67, 4 EA. PLUG EXISTING WATER LINE i i Contiagency Allowance for Force Account or o 68. be pa d as earned and includes 1/2 the cost of 6,660.00 j fla g n and adj sting sprinklers, etc. TOTAL AMOUNT NOTE: SHOW TOTAL ON PAGE P-1 00212 5 PROPOSAL (CONT. ) ---------------- IN CASE OF A DISCREPANCY RETWCCN UNIT PRICES AND TOTALS# THE OMIT PRICES SHALL PREVAIL. IT 15 UNDERSTOOD AND AGREED THAT THE. QUANTITIES VF ooORK t1:.DER EACH I TFV ARE APPROXI,'/ATE ONLY# BEING GIVEN FO"R A BASIS OF CO,',!PAR'15tJN OF PROPOSAL+ A'IO THE RIGHT IS RESERVED TO THE COU14TY TO INCREASE 0% DE- CREASE THE ANIOUNT OF WORK CINDER ANY ITEM AS f•.AY HE REQUIRED+ IN ACCJRO- ANCE WITH PROVISIO145 SET FORTH IN THE SPECIFICATIONS FOR THIS PROJECT& IT IS FURTHER 'UNDERSTOOD AND AGREED THAT THE TOTAL A'•.GUj,,T OF NONF.Y SET FORTH FOR EACH ITE.9 OF WORK OR AS THE TOTAL A`/OU.%T HO FOR TIME PROJECT► DOES NOT CONST I TUTE AN AGREE'•IENT TO PAY A LUt•:f' SUM, FGR, THL WORK UNLESS IT SPECIFICALLY SO STATES. IT t S HEREGY AGREED THAT THE UN'DERS I GNED► AS E I D!,ER # SHALL FURNISH A LABOR AND MATERIALS SOND IPC AN A',',Ctir.T EOJAL TU FIFTY 1-=RCE'.- JF THE TOTAL ANCUNT OF THIS PRUPJSAL AND A FAITHFUL NERFORb:Ai.CE fl)ND T:: ESL ONE HUNDRED PERCENT OF THE TOTAL AVOUNT OF THIS PROPGSAL► TC THE COUINTY OF CONTRA COSTA AND AT NO EXPEN+S9 TO SAID COUNTY+ EXECUTES BY A ;t: SPIDNS- ISLE SURETY ACCEPTABLE TO SAID COUNTY# IN THE eVi. ,)T TIIAT T-I5 ai<,;t-USAL IS ACCEPTED BY SAID COUNTY OF CONTRA COSTA. IF THIS PROPOSAL SHALL RE ACCEPTED AND Tt4F UNOE RS1v .E o S!!A'.L FAIL TO CC«:TRACT AS AFORFSAIJ AND TO GIVE TH_ TIK, PONDS IN Tr.0 SL-S Tv FE DETER%!II:ED AS AFORESAID+ 66TH SURETY SATISFACT014Y To THE I'..+A:IC ;.i; SUPFRV I SOR5 r 'r.I TH I N SEVEN i?1 GAYS+ NOT I%C:.UDI«3G SUNDAYS+ AFT=R T; PIDDER HAS RECrIVF,"r, I CTICE FRt1v, THE BOARD OF SUPERVISORS TEAT Trt TRACT IS I S READY FOR SIGNATURE + THE POARD OF SUPERVISORS irAY + AT ITS OPTION► DETE:7P41NF. 'THAT THE SIDDER HAS ABANUC^ILL) THE CONTRACT, A:..: THEREUPON THIS PROPOSAL AND TiiE ACCEPTANCE THEREOF SHALL =:. N,*LL A.' VOID ANn THE FORFEITURE OF SUCH SECURITY ACCO;".PANYING THIS PRv'Nt3S;.L SMALL OPERATE AND THE SAIIE SHALL CE THE PROPERTY OF THE COUNTY GF Cl�;+TNA CQSTA. SUP.CONTRACTS ------------ THE - ---- -THE CONTRACTOR AGREES+ BY SURMISSICN OF THIS PItLPCSAL1 Tw C%J?:- FORMv WHEN APPLICABLE+ TO THE REOUIREMENT5 OF SECTION 41CiL, THROUGH 4111 OF THE GOVERN'4FNT CODE PCRTAI+`TING TO SUBCONTRACTCRS# THE SA141E AS IF I.NC(;R- PORATED HEREIN. A CCMPLETE LIST OF SUHC014TiiACTCZS I5 RECUIkED+ AND TME BIDDER WILL BE EXPECTED TO PERFORM! WITH HIS OnN FORCES► ALL I%%,S OF 'NGRK FOR WHICH NO SUBCONTRACTOR IS LISTED. THE FOLLOWING IS A COMPLETE LIST OF IT[I•!S OF WORK TO RE SUB- CONTRACTED ON THIS PROJECT. IF A PGRTIOI: OF ANY ITEM OF WORK IS CC';E BY A SURCO«.TRACTOR+ THE VALUE OF THE WORK SUBCONTRACTED '•'•ILL HE eASEU C«4 THE ESTIMATED COST OF SUCH PORTION OF THE CONTRACT ITE.yo DkTcR�tl+�,cD FROM INFCRN'ATIO.N SURO"ITTED BY THE CONTRACTJR+ SUBJECT TU APPAwVAL BY THE ENGINEER* THE UNDERSIGNED# AS BIDDER+ DECLARES THAT HE HAS NOT ACCEPTED ANY PID FROM ANY SUBCONTRACTOR OR MATER I ALMAFI THROUGH ANY BID DEF45 I TORY# THE BY—LA'.•15+ RULES OR REGULATIONS OF WHICH P:.t+HIBIT uR PREVENT THli CUN- TRACTOR FROM CUNSIDE'II14G A^,Y SID FROM ANY SUBCONTRACTOR GR -•ATERIALoANt WHICH IS NOT PPOCESSED THROU'.•H SAID SID DEPOSITOIty# OR. wHICH PREVLi•.T Ai;Y SUBCONTRACTOR CR MATERIAL*-IAN FROtit BIDDING TO ANY CONTRACTQN r.HO NLT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUG14 SUCH Bli; DEPI:41TORY, 00223 PROPOSAL EC.ONT. ) ---------------- N0. I TEfa SUBONTRACTOR ADDRESS -- ------ -------------------- ACCOMPANYING THIS PROPOSAL IS A PROPOSAL GUARANTY It; THE AMOUNT OF TEN ( 10) PERCENT OF Af•+OuNT R I D -------------------------------------------------------------- (CASHIERIS CHECK, CERTIFIED CHECK OR BIDDER'S BO-',D ACCEPTABLE) THE NAVES Or ALL PERSONS INTERESTED Ips THE FCRE331NG PiiGPCSAL AS PRINCIPALS ARE AS FOLLOWS— IMPURTANT NOTICE ---------------- IF THE SIDDE14 OR OTHER INTERESTED PERSOi'-i IS A CUKPOFATIvly, STATE LEGAL NAIVE OF CORPO2ATILti, ALSO fv;+r'ES OF P%ESI:ENT, SEC.TFTA;%Y , •TREASURFR, A`,D 'IANAGFR TMEREGF. IF A COPAPTNERSMIP, STATE TntUE f;Ai,;L OF FIRM. IF SIDDER OR OTHER INTERESTED PFRSON IS AN INDIVIDUAL, STATE FIRST AND LAST 'SAME IN FULL. ------------------------------------------------------- ------------------------------------------------------- LICENSEE) TO DO OR SUBCONTRACT ALL CLASSES OF ,vC:. K ViVOLVcE) IN THE PROJECT, IN ACCORDANCE 41TM AN ACT PROVIDING FC'2 THE REGISTRA— TION OF CONTRACTORS* LICENSE N0. (CLASS— ) . -----j- ---------------------------- (SIGNATURE OF BI'uDER) R USINESS ADDRESS -----------------------------------------------=------- PLACE OF RESIDENCE -----------------------------------------------r,--)-t—A— DATE -----------—----------------- 19-- 00214 P — 7 1 BIDDERS' CERTIFICATION certifies that: (Bidder) r , 1. it intends to employ the following listed construction trades in its work under the contract • � is and 2, (a) as to those trades set forth in tha•praceding paragraph one hereof for which it is eligible under Part I of these Cid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work id Contra Costa County within the acope o:; covorago o: that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Condi:ions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization noals and the specific affir- mative action steps contained in said Pa=t II, on this and all Future construction work in Centl% Costa County ,L'b;e:t to these Bid Conditions, those trades beingr and , 3. it will obtain from each of its subcontractors and submit to the ' , contracting or administering agancy prior to the award of any subcontract under this contract the subcon.ractor certification required by these-Bid Conditions. (Signature of authorized reprusentative of bidder) xt 00210 SUBCONTRACTORS' (XW!1rICAT1O1i certifies that: • (Subcontractor) 1. it intends to employ the following listed construction trades in its work under the subcontract i 2• (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra � Costa Plan on this and all future construction work in Contra Costa County subject to theue Bid Conditions, those trades being: r . and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditiors, it adopts the minimum zit s :.itv manpower utilization goals and the specific affircativa actio:i :c r.,:;:, contained in said Part I1 on this and all suture construction work fn Contra Ccuta County subject to these Bial Conditions,%nose trades baing: and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Siinature of autliorized represcncativc of biddor) ' In order to ensure that the said subcontractors,' certifieution be- comes a part of all subcontracts under the prime contr;ict, no subcontract .:;hall by a-,-ocuted until an authorized repra,entativo of the Contra Costa County Public ;forks Department has detar..�)s.ncd, in t-;riting, that the said certification has been incorporated in such subcontract, regardless of tier. Any subcontract executed without such written approval shall be voided. 00216 PROJECT SPECIFICATIONS FOR CONSTRUCTION AT CONTRA COSTA DETENTION FACILITY MARTINEZ, CALIFORNIA CONTRACT N0. I PINE ST. - - COURT ST. DIVERSION AND UTILITY RELOCATION VERNON L. CLINE, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIF. PREPARED BY: LEPTIEN-CRONIN-COOPER, INC. MARTINEZ, CALIF. BIDS DUE stay 31 , 1977 CONTRACT I CONTRA COSTA DETENTION FACILITY PINE STREET - COURT STREET DIVERSION AND UTILITY RELOCATION MARTINEZ, CA INDEX SECTION A - DESCRIPTION OF PROJECT PAGE 1. Location A -1 2. Description A -1 3. Contract Documents A -2 4. Beginning of Work, Time of Completion and Liquidated Damages A -3 5. Permits A -4 6. Additional Liability Insurance Requirements A -4 7. Hold Harmless and Indemnification A -4 S. Guarantee of Work A -5 SECTION B - GENERAL PROVISIONS 1. Definitions and Terms B -1 2. General B -1 3. Proposal (Bid) Requirements and Conditions B -1 4. Award and Execution of the Contract B -3 5. Scope of Work B -3 6. Control of Work B -4 7. Control of Materials B -4 8. Legal Relations and Responsibility B -5 9. Prosecution and Progress B -8 10. Measurement and Payment B -10 SECTION BB - SPECIAL PROVISIONS BB -1 through BB -8 SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL 1. Definition C -1 2. Labor C -1 3. Equipment Rental C -1 SECTION 0 - CONSTRUCTION DETAILS 1. Lines and Grades D -1 2. Materials D -2 3. Public Convenience, Public Safety, Signing and Traffic Control D -3 4. Cooperation D -5 5. Obstructions 0 -6 6. Trench and Shoring Safety 0.-7 7. Dust Control p -7 8. Mobilization D -7 9. Removing Existing Parking Meter Post and Setting New Parking Meter Post D -7 10. Adjusting Utility Covers D -8 11. Concrete Sawing D -11 12. Removing Concrete 0 -12 13. Clearing D -12 00218 rt i E INDEX Continued 14. Watering D -13 15. Earthwork D -13 16. Imported Topsoil D -16 17. Clean Up D -16 18. Heater Planning D -16 19. Aggregate Base D -18 20. Asphalt Concrete D -19 21. Minor Structures D -22 22. Yard Drains D -23 23. Reinforced Concrete'Pipe D -23 24. Minor Concrete D -24 25. Signs D -25 26. Traffic Striping D -27 27. Pavement Markers D -29 28. Sanitary Sewer Construction D -30 29. Permanent Pavement Replacement For Sewer and Waterline Trench D -31 30. Water Line Construction D -31 SLCT ION E - BID CONDITIONS, AFFIR3%TIVC ACTION REQUIREMENTS EQUAL E2,SPLOY:MH`r OPPORTUNITY STANDARD PLANS CO?.TRA COSTA COUNTY STANDARDS Cc 208 Standards for Location of Utility Facilities ':C 302 Typical Construction Signs CC 306A Pedestrian Ramp for Handicapped CC 3010 Type "D" Inlet CC 3020 Precast Manhole - Type I Base CC 3021 Type It Hanhule Baso CC 3022 Type III Manhole Base CC 3050 Pavement Narknrs CC 3051. Signinb, Striping and Installatiun Details CC 306 Curbs, Sidewalk and Driveway CC 3010 Frames and Grates cc 3011 Type "A" Inlet CENTRAL CONTRA COSTA SANITARY DISTRICT 32-01 Standard Main Manhole 32-18 Manhole Frame and Cover 32-21 Manhole Extension Rings 32-43 Side Sewer Details •32-44 Side Sewer Details 32-48 Side Sewer Repairs OTHER STANDARD PLANS SP -1 Water Line Details 1/3 (1TZ.) SP -2 Water Line Details 2/3 (mrZ.) SP -3 Template for Standara Arrow 11 ; SP -4 Handicap Ramps Vard and Court Street 00V 19 SECTION A - DESCRIPTION OF PROJECT 1. LOCATION The project is located in the County Civic Center Area of Martinez with work at the following locations: Court Street from Marina Vista to Mellus Street Pine Street at Mellus Ward Street from Las Santos to Pine Street Willow Street from Ward Street to Mellus Street Pine Street Storm Drain from Marina Vista to Ward Street 2. DESCRIPTION OF WORK The work consists in general of doing all the street,drainage, sanitary sewer and water line work necessary to the abandonment of Pine Street between Mallus Street and Ward Street. The work includes the following: A. Sanitary Sewer Construction - Approximately 1400 feet of 12" Sanitary with structures and and laterals in Court Street between Escobar Street and the intersection at Pine and Mellus Streets., and 500 feet of 8" Sanitary with laterals in Willow Street between Green and Mellus Streets. B. Water Line Construction - Approximately 1100 of L2" ACP water line with hydrants and services in Court Street between Main Street and the inter- section of Pine and Mellue Streets, and 300 feet of 6" ACP water line in Willow Street between Ward and Green Streets. C. Street and Drainage Improvements - The construction of a new fully improved street connection between Pine Street and Court Street in the vicinity of Mellus and Green Streets, including the construction of n O 220 approximately 600 feet of 1811 and 24" storm drain with ll V structures. A - 1 4 li 1 1 {� SECTION A - DESCRIPTION OF PROJECT 2. DESCRIPTION OF WORK Cont'd. C. Street and Drainage Improvements - Cont'd. The lowering of the Court and Ward Street intersection and the widening and reconstruction of Court Street from Green Street to 100 feet north of Ward Street. Overlay and restripe Court Street from 100 feet north of Ward Street to Marina Vista. D. Pine Street Drainage Improvements The construction of approximately 200 feet of 24" RCP drain from an existing structure on Marina Vista to an existing abandoned 18" C.I. water line in Escobar Street. The aban- doned 18" water line will be converted to a storm drain conduit between Escobar and Green Street and inlet structures constructed at the Escobar and Main Street Intersections. 3. CONTRACT DOCUMENTS The work embraced herein shall conform to the Plans entitled, "Improvement Plans for Contra Costa Detention Facility Pine Street-Court Street Diversion and Utility Relocation", these general provisions, the Special Provisions, the Notice to Contractors, the Proposal , the Contract (or Agreement), the two contract bonds required herein, any supplemental agreements amending or extending the work, working drawings or sketches clarifying or enlarging upon the work specified herein, and to pertinent portions of other documents included by reference thereto in these special provisions, including the following Standard Specifications: A. The Standard Specifications of the State of California, ' Business and Transportation Agency, Department of Transportation, A - 2 001221 r, SECTION A - DESCRIPTION OF PROJECT 3. CONTRACT DOCUMENTS Cont. A. dated January, 1975. B. For Sanitary Sewers - Central Contra Costa Sanitary District Standard Specifications for Design and Construction, 1976 Edition. C. For City of Martinez Water Line - Standard Specifications, City of Martinez, Department of Public Works, dated March 1972, with later revision. 4. BEGINNING OF WORK, TIME OF COMPLETION 6 LIQUIDATED DAMAGES Attention is directed to the provisions in Section 8-1.03, "Begin- ning of Work," Section 8-1.06, '"time of Completionp" and Section 8-1.07, "Liq- uidated Damages," of the Standard Specifications and these special provisions. The Contractor shall commence work upon receipt of directions to proceed as stated in the "Notice to Proceed" issued by the Public Works Department and shall complete all the work except the Pine Street Storm Drain and Willow Street Water Line, within the allotted time of: 45 WORKING DAYS counting from and including the day stated as the starting date in the "Notice to Proceed." The Contractor shall pay to the County of Contra Costa the sum of $ 250.00 per day for each and every CALENDAR DAY of delay in finishing the work in excess of the number of working days prescribed above, and author- A ized extension thereof. 00 '22 Ar A 3 r i SECTION A - DESCRIPTION OF PROJECT 4, BEGINNING OF WORK. TIME OF COMPLETION 6 LIQUIDATED DAMAGES Conft. The Contractor will be alloted an additional 20 working days to complete the Pine Street Storm Drain and Willow Street Water Line. 5. PERMITS Grading- The Contractor shall comply with the applicable provisions in the County Grading Ordinances (Title 7-Division 716 of the Contra Costa County Ordinance Code) in the process of disposing of the excess material as y fill on private property within the County. Sewer - The Contractor shall contact the Central Contra Costa Sanitary District forty-eight (48) hours prior to commencing work on any existing sewer facility (including removal of castings during grading opera- tions). At that time a no fee hermit shall be obtained by the Contractor and inspection proceduras established. Full compensation for conforming to Permit requirements shall be considered as included in the price paid for the items in which the permits are required. 6. ADDITIONAL LIABILITY INSURANCE REQUIREMENTS The Contractor shall name the City of Martinez and Central Contra Costa Sanitary District as an additional insured on the insurance certificates required by Section B-8 of these Special Provisions. 7. HOLD HARMLESS AND INDEMNIFICATION The Contractor shall hold harmless and indemnify the City of Martinez and Central Contra Costa Sanitary District in addition to Contra Costa County in the manner described in Section 7-1.12 of the Standard Specifications. 00223 A 4 'a f SECTION A - DESCRIPTION OF PROJECT 8. GUARANTEE OF WORK The Contractor shall provide a one-year guarantee after accept- ance of sanitary sewer work, as specified in Section 14-14 of the Standard Specifications of Central Contra Costa Sanitary District. The Contractor shall provide the City of Martinez a two-year guarantee after acceptance for all work except the sewer work described above. The guarantee shall be accompanied by a guarantee bond in the amount of 5% of contract price of the work. The guarantee form will be furnished by E the City Engineer, signed by the Contractor, and delivered to the City Engineer prior to acceptance of the work. A - 5 00224 i j� k j Revised 2-18-77 SECTION B - GENERAL PROVISIONS - 1. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meanings: a. AGENCY means the legal entity for which the work is being performed as indicated on the aeFe to Contractors, Proposal and Special Provisions. b. BOARD OF SUPERVISORS means the governing body of the Agency. c. ENGINEER means the Contra Costa County Public 11orks Director (Road Commissioner-Surveyor; ex officio Chief Engineer), or his authorized agent acting within the scope of his authority, who is the Agency's representative for administra- tion of this contract. d. STANDARD SPECIFICATIONS (S.S.) means the Standard Specifications of the State of California, Bus mess—and` raY`Transportation Agency, Department of Transporta- tion. (hereinafter sometimes referred to as S.S.), dated January, 1975. Any reference therein to the State of California or a State agency, office or officer shall be interpreted to refer to the Agency, or its corresponding agency, office or officer acting under this contract. e. EQUIPMENT RENTAL RATES AND GENERAL PREVAILING WAGE RATES means the latest edition of the Equipment Rental Rates and GeneralPrevailing !lags Rates of the State of California, Business and Transportation Agency, Department of Transportation, adopted annually by the Board of Supervisors of Contra Costa County, and on file in the office of the Clerk- of the Board of Supervisors. f. OTHER PERTINENT DEFINITIONS - See S.S. Section 1. 2. GENERAL a. State Contract Act. Unless otherwise specified in Section A of these special provisions, ore sew ere y special order, the provisions of the State Contract Act (Government Code Section 14250 et seq.) shalt not apply to this contract, and reference thereto in S.S. Sec. 1-1.40 is hereby waived. b. StandarddSSeecifications. The Standard Specifications (S.S.) referred to above are byreference fully incorporated herein, except to the extent that they are modified herein. 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS The provisions of S.S. Sec. 2 shall apply, except as modified herein, a. Examination of Plans Specifications, Contract and Site of Work (S.S. 2- .O3 00225 i SECTION B - GENERAL PROVISIONS 3. PROPOSAL (BID) REQUIREMENTS AND CONDITIONS (Cont.) Records of the Department referred to in the second paragraph of S.S. Sec. 2-1.03 may be inspected in the office of the Public Works Director for the County of Contra Costa, Martinez, California, b. Proposal (Bid) Forms (S.S. 2-1.05) (1) The provisions of S.S. Sec. 2-1 .05 concerning- the pre- qualification of bidders as a condition to the furnishing of a proposal form by the Department shall not apply. (2) All proposals (bids) shall be made on forms to be obtained from the office of the Public Works Director, at the address indicated on the Special Provisions; no others will be' accepted. (3) The requirements of the second paragraph in S.S. Sec. 2-1.05 are superseded by the following: All proposals (bids) shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respec- tive spaces provided, and shall be signed by the bidder, who shall fill out all blanks in the proposal (bid) form as therein required. (4) The requirements of the last two paragraphs of S.S. Sec. - 2-1.05 shall not apply. c. Proposal (Bid) Guaranty (S.S. 2-1 .07) ing: The requirements of S.S. Sec. 2-1 .07 are superseded by the follow- (1) All proposals (bids) shall be presented under sealed cover. (2) Each proposal (bid) must be accompanied by a Proposal Guar- anty in an amount equal to at least 10 percent of the amount bid. Guaranty may be in the form of cash, certified check, cashier's check, or bidder's bond payable to the specific Agency. d. Competency of Bidders (S.S. 2-1.11) The requirements of S.S. Sec. 2-1.11 shall not apply. Attention is directed to S.S. Sec. 7-1 .01E and the requirements of law referred to therein relating to the licensing of Contractors. All bidders must be Contractors holding a valid license to perform the required work as provided by the Business and Professions Code, and may be required to submit evidence to the Agency as to their ability, financial respon- sibility, and experience, in order. to be eligible for consideration of their proposal. 00226 8 - 2 } G SECTION B - GENERAL PROVISIONS 4. AWARD AND EXECUTION OF THE CONTRACT (S.S. 3) The provisions of S.S. Sec. 3 shall apply, except as modified herein. a. Award of Contract (S.S. 3-1.01 ) As used in S.S. Sec. 3-1.01 "Director of Public Works" means the Board of Supervisors. b. Contract Bonds (S.S. 3-1.02) The successful bidder shall furnish a Faithful Performance Bond in the amount of the total bid and a Labor and Materials Bond in an amount of at least fifty percent (50%) of the total bid, each in the form approved by the Agency. c. Execution of Contract (S.S. 3-1.03) Within seven (7) days after its submission to him, the successful bidder shall sign the contract and return it, together with (1 ) the contract bonds, and either (2-a) a certificate of consent to self-insure issued by the Director of industrial Relations, or (2-b) a certificate of Workmen's Compensation Insurance issued by an admitted insurer, or (2-c) an exact copy or duplicate thereof certified by the Director or the insurer. A sample copy of the Agreement (Contract) to be executed by the Contractor can be obtained from the County Public t•lorks Department, at the address indicated on the Special Provisions. 5. SCOPE OF 'WORK (S.S. 4) The provisions of S.S. Sec. 4 shall apply, except as modified herein. In lieu of the provisions in the third paragraph in Section 4-1.038, "Increased or Decreased Quantities," of the Standard Specifications, the following shall apply: If the total pay quantity of any major item of work required under the contract varies from the quantity shown on the Proposal by more than 25 percent, in the absence of an executed contract change order specifying the compensation to be paid, the compensation payable to the Contractor will be determined in accordance with Sections 4-1.038(1), 4-1.038(2), or 4-1.038(3), as the case may be. A major item of work shall be construed to be any item, the total cost of which is equal to or greater than 10 percent of the total contract amount, computed on the basis of the Proposal quantity and the contract unit price. 6. CONTROL OF WORK (S.S. 5) The provisions of S.S. Sec. 5 shall apply. 00227 B - 3 - tas• ii '. SECTION 8 - GENERAL PROVISIONS 7. CONTROL OF MATERIALS (S.S. 6) The provisions of S.S. Sec. 6 shall apply. 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) The provisions of S.S. Sec. 7, except as modified by the agreement (Contract) or these special provisions, apply to this project. a. Insurance (1) The Contractor, before performing any work under the agreement, shall , at no expense to the Agency, obtain and maintain in force the following insurance: (a) ;•lith respect to the Contractor's operations: The Contractor shalt provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum com- bined single limit coverage of $500,000 for all damages because of bodily injury, { sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (b) With respect to Subcontractors' operations, Contractor shall procure or cause to be procured in their own behalf: A policy or policies of comprehensive liability insurance, including coverage for owned and non-owned automobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of 5500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. (c) Without limitation as to generality of the Foregoing subdivisions (a) and (b), a policy or policies of Public Liability and Property Damage Insurance in an amount not less than $500,000, insuring the contractual liability of Contractor under the provisions of this Section as hereinafter stated. THE POLICY OR POLICIES, OR RIDER ATTACHED THERETO, SHALL NAME THE SPECIFIC AGENCY AS A NAMED INSURED. (2) Form, Term, Certificates (a) The insurance hereinabove specified shall be in form and placed with an insurance company or companies satisfactory to the County, and shall be kept in full force and effect until completion to the satisfaction of and acceptance by Agency of all work to be performed by Contractor under the agreement, (b) The Contractor shall furnish, or cause to be furnished, to the Agency certificate(s) of insurance or certified copies of the policies of insurance hereinbefore specified. Said certificate(s) shall provide for notice or cancellation to the Agency at least thirty (30) days prior to cancellation of the policy. 00228 0 - 4 SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) r b. Public Safety The provisions of S.S. Sec. 7-1.09 shall apply, except as modified under Section D - "Public Convenience, Public Safety and Signing" of these special provisions. Maintenance of all project signing, portable.delineators, flashing lights, and other safety devices, shall be the responsibility of the Contractor at all times. The Contractor shall respond promptly, when contacted by the Engineer, or other public agencies, to correct improper conditions or inoperative devices. Failure to frequently inspect and maintain lights and barricades in14 proper operating condition when in use on the roadway, or failure to respond promptly to notification of improperly operating equipment, will be sufficient cause for suspen- sion of the contract until such defects are corrected. All expenses incurred by the Agency because of emergency "call-outs," for correcting improper conditions or for resetting or supplementing the Contractor's barricades or warning devices, will be charged to the Contractor and may be deducted from any monies due him. c. Preservation of Property The provisions of Section 7-1.11 of the Standard Specifications shall apply to all improvements, facilities, trees or shrubbery within or adjacent to the construction area that are not to be removed. The last two sentences of paragraph 2 of Section 7-1.11 of the Standard Specifications are superseded by the following: If the Contractor fails to make the necessary repairs to damaged drainage or highway facilities in the vicinity of the construction area or to other damaged facilities or property within the rights-of-way or easements shown on the plans, the Engineer may make or cause to be made such repairs as are necessary to restore the damaged facilities or property to a condition as good as when the Contractor entered on the work. The cost of such repairs shall be borne by the Con- tractor and may be aeducted from any monies due or to become due the Contractor under the Contract. d. Rights-of-Way and Easements The rights-of-way, easements, rights-of-entry, fill permits and other permits acquired by or on behalf of the Agency are, as far as can be determined, adequate for the performance of the work under this contract. Any additional rights- of-Way, easements, or permits which the Contractor determines are necessary or conven- ient for the performance of the work shall be obtained by the Contractor at his expense. 00229 B - 5 g SECTION B - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) e. Access to Construction Site The Contractor shall make his own investigation of the conditions of existing public and private roads and of clearances, permits required, restrictions, road and bridge load limits, and other limitations affecting transportation and ingress and egress to the Job site. The unavailability of access routes or limitations thereon shall not become the basis for claims against the Agency or extensions of time for completion of the work. f. Responsibility for Damage The provisions of the sixth, seventh, and eighth paragraphs of S.S. Sec. 7-1.12, regarding retention of money due the Contractor, shall not apply. g. Damage by Storm, Flood, Tidal Wave or Earthquake Subparagraphs A, C, E and F of Section 7-1.165, "Damage by Storm, Flood, Tidal Wave or Earthquake," of the Standard Specifications are amended to read: 1 . Occurrence--"Occurrence" shall include tidal waves, earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and storms and floods as to which the Governor has proclaimed a state of emergency when the damaged work is located within the territorial limits to which such proclamation is applicable or, which were, in the opinion of the Engineer, of a magnitude at the site of the work sufficient to have caused such a proclamation had they occurred in a populated area or in an area in which such a proclamation was not already in effect. 2. Protecting the Work from Damage--Nothing in this section shall be construed to relieve the Contractor of his responsibility to protect the work from damage. The Contractor shall bear the entire cost of repairing damage to the work caused by the occurrence which the Engineer determines was due to the failure of the Contractor to comply with the requirements of the Plans and Specifications, take reasonable and adequate measures to protect the work or exercise sound engineering and construction practices in the conduct of the work, and such repair costs shall be excluded from consider- ation under the provisions of this section. 3. Determination of Costs--Unless otherwise agreed between the Engineer and the Contractor, the cost of the work performed pursuant to this Section 7-1.165 will be determined in accordance with the provisions in Section 9- 1.03, "Force Account Payment," except that there shall be no markup allow- ance pursuant to Section 9-1.03A, "Work Performed by Contractor," unless the occurrence that caused the damage was a tidal wave or earthquake. The cost of emergency work, which the Engineer determines would have been part of the repair work if it had not previously been performed, will be determined in the same manner as the authorized repair work. The cost of repairing damaged work which was not in compliance with the requirements of the plans and specifications shall be borne solely by the Contractor, and such costs shall not be considered in determining the cost of repair under this Subsection E. 00230 B - 6 t i SECTION 8 - GENERAL PROVISIONS 8. LEGAL RELATIONS AND RESPONSIBILITY (S.S. 7) (Cont.) 4. Payment for Repair Work--When the occurrence that caused the damage was a tidal wave or earthquake, the County will pay the cost of repair, deter- mined as provided in Subsection E, that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. When the occurrence that caused the damage was a storm or flood, the County will participate in the cost of the repair determined as provided in Subsection'E in accordance with the following: (a) On projects for which the amount of the Contractor's bid for bid comparison purposes is $2,000,000 or less, the County will pay 90 percent of the cost of repair that exceeds 5 percent of the amount of the Contractor's bid for bid comparison purposes. (b) On projects for which the Contractor's bid for bid comparison purposes is greater than $2,000,000, the County will pay 90 percent of the cost of repair that exceeds $100,000. 9. PROSECUTION AND PROGRESS The provisions of S.S. Sec. 8 shall apply, except as modified herein, a. Subcontracting (S.S. 8-1.01) The items of work in the Engineer's Estimate preceded by the letters (S) or (S-F) are designated as "Specialty Items." b. Assignment A S.S. 8-1.02} Neither the contract, nor any monies due or to become due under the contract, may be assigned by the Contractor without the prior consent and approval of the Board of Supervisors, nor in any event without the consent of the Contractor's surety or sureties, unless such surety or sureties have waived their right to notice of assignment. c. Beginning of Work (.S.S, 8-1.03) In lieu of the provisions of S.S. Sec. 8-1.03, the Contractor will be issued a "Notice to Proceed" by the Engineer within five (5) working days of the date the contract is approved by the Agency and the working days charged against the contract shall be counted from the day stated as the starting date in the "Notice to Proceed," The Contractor shall not start work prior to the date stated in the "Notice to Proceed" unless a change to an earlier date is authorized in writing by the Engineer. d. Progress Schedule (S.S. 8-1.04) The Contractor shall submit to the Engineer a practicable progress schedule before starting any work on the project and, if requested by the Engineer, supplementary progress schedules shall be submitted within five (5) working days of the Engineer's written request, 00231 B - 7 x s SECTION B - GENERAL PROVISIONS . 9. PROSECUTION AND PROGRESS (Cont.) e. Time of Completion (S.S. 8-1,06) The following days are designated as legal holidays: January 1 , February 12, 3rd Monday in February, last Monday in May, July 4, lst Monday in September, September 9, 2nd Monday in October, November 11 , 4th Thursday in November, December 25, and any other day established as a general legal holiday by proclamation of the Governor of California or the President of the United States. If any of the foregoing holidays falls on a Sunday, the following Monday shall be considered to be a holiday. 10. MEASUREMENT AND PAYMENT (S.S. 9) The provisions of S.S. Sec. 9 shall apply, except as modified herein. a. Determination of Rights (S.S. 9-1.045) The provisions of S.S. Sec. 9-1.045 shall not apply. b. Partial Payments (S.S. 9-1 .06) In lieu of conflicting provisions of the third paragraph of S.S. Sec. 9-1.06 and the fourth paragraph of S.S. Sec. 11-1.02, the Agency will withhold 10 percent from any estimated amount due the Contractor, c. Payment of Withheld Funds (S.S. 9-1.065) The provisions of S.S. Sec. 9-1 .065 shall not apply. d. Final Payment (S.S. Sec. 9-1.07) (1) Upon satisfactory completion of the entire work, the Engineer shall recommend the acceptance of the work to the Board of Supervisors. If the Board accepts the completed work, it shall cause a Notice of Completion to be recorded with the County Recorder, (2) Thirty-five (35) days after the filing of the Notice of Completion, the Contractor shall be entitled to the balance due for the completion and acceptance of the work, if he certifies by a sworn written statement that all claims for labor and materials have been paid, and that no claims have been filed with the Agency based upon acts or omissions of the Contractor, and that no liens or withhold notices' have been filed against said work or the property on which the work was done. Payment of the ' balance due will be made on the day following the regular day for payment.of County bills by the County Auditor. O0232 6 8 SECTION B - GENERAL PROVISIONS 10. MEASUREMENT AND PAYMENT (S.S. 9) (Cont,.) e. Adjustment of Overhead Costs (S.S. Sec. 9-1.08) The provisions of S.S. Sec. 9-1.08 shall not apply. f. Ail prior partial estimates and payments shall be subject to correction in the final estimate and payment. 40233 B - Q i (Revised 9/16/76) i SECTION C - FORCE ACCOUNT AND EQUIPMENT RENTAL (S.S. 9-1.031 The provisions of S.S. Sec. 9-1.03 shall apply, except as modified herein. 1. DEFINITION. As used here, "force account" means the method of calculating payment for labor, equipment and/or materials based on actual cost, plus specified percentages to cover overhead and profit for work not ri included as a bid item in the contract. When extra work is to be paid for on a force account basis, compensation will be determined in accordance with the provisions of S.S. Sec. 9-1 .03 as modified herein. 2. LABOR. a. The actual wages to be paid, as defined in S.S. Sec. 9-1.03A(la), will be considered to be the prevailing rates in effect at the time the labor is performed, and no revision of payment for labor already performed will be made for any retroactive increases or decreases in such rates. b. Premium wage rates will not be paid for any labor employed on force account work unless such rates have been approved, in writing, by the Engineer. c. Section 9-1 .03A(lb), "Labor Surcharge," of the Standard Specifi- cations is amended to read: To the actual wages, as defined in Section 9-1 .03A(la), will be added a labor surcharge set forth in the Department of Transportation publication entitled Equipment Rental Rates and General Prevailing Wage Rates, which is in effect on the date upon which the work is accomplished and which is a part of the contract. Said labor surcharge shall constitute full compensation for all payments imposed by State and Federal laws and for all other payments made to, or on behalf of, the workmen, other than actual wages as defined in Section 9-1.03A(la) and subsistence and travel allowance as specified in Section 9-1 .03A(1c). 3. EQUIPMENT RENTAL. The provisions of S.S. Sec. 9-1.03A(3) shall apply, except as modifled herein. a. No payment will be made for idle time due to breakdown, lack of operator, weather conditions prohibiting work, or other circumstances beyond the control of the Agency. ordered. b. Equipment shall be delivered to the extra work site equipped as c. Idle time waiting for the arrival of transporting equipment. to move the rented equipment will not be paid for. O -0I34 C _ , •,4 i Turner Construction Company SECTION BB CONTRA COSTA COUNTY DETENTION FACILITY SPECIAL PROVISIONS 1. GENERAL The requirements of the Special Provisions are in addition to those require- ments stated in other portions of the Contract Documents. Where a contradiction occurs between the Special Provisions and other sections of the Specifications, the Special Provisions shall take precedence. Z. DEFINITIONS The term "Project Manager" shall mean the duly authorized representative of Contra Costa County, charged with the administration of the Contra Costa County Detention Facility. 3. CONSTRUCTION MANAGER 3.1 The term "Construction Manager" refers to the professional services contractor, Turner Construction Co., 44 Montgomery Street, San Francisco, Calif. 94104. 3.2 Under the direction of the Project Manager the Construction Manager shall inspect and supervise the construction of the Project through to completion and shall see that the materials furnished and the work performed by the Contractor are in accordance with the Contract Docu- ments. His supervision shall in no way supersede or dilute the Contractor's obligation to perform the work in conformance with all Contract requirements, but the Construction Manager is empowered by the County to act on its behalf with respect to the proper execution of the work and shall give instruction to require such corrective measures as may be necessary in his opinion to ensure the proper performance of the Contract or to protect the County's interest. The Construction Manager shall have the authority to require the prompt execution of work under this contract whenever such action may be necessary in his opinion to ensure the proper performance of the Contract or to protect the interest of the County. Except as other- wise provided herein, the Construction Manager shall determine the account, quality, acceptability, fitness and progress of the Work covered by the Contract. The Construction Manager shall in the first instance be the interpreter of the provisions of the Contract and the judge of its performance. In the event the Contractor considers that the Construction Manager's interpretation is at variance with the Contract requirement the Contractor may appeal to the Project Manager. This provision is not intended to supersede the provisions of SS9-1.0.7B. 3B (i) 00235 i Contra Costa•.County_.Detention Facility Special Provisions 4.. FEDERAL REQUIRMENTS The Contractor is informed that Federal Funds will be used to finance this Project and the following Federal requirements must be complied with: 4.1 Equal Employment Opportunity -- During the performance of this Contract the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, age, religion, handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, sex, age, religion, handicap, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensa- tion; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be pro- vided setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, age, religion, handicap,or national origin. (c) The Contractor will send to each labor union or representative or workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and the rules, regula- tions, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto and requirement of the Owner and Construction Manager, and will permit access to his books, records, and accounts by the Department of Housing and Urban Development and the Secretary of Labor for purposes in investigation to ascer- tain compliance with such rules, regulations, and orders. The Contractor will furnish as requested, copies of his certified Al payroll indicating the ethnic group of each employee. 00236 BB (2) u 4 + Contra-.Costa County,.Detention,Facility Special provisions i (f) In the event of the Contractor's noncompliance with the non- discrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or Federally-assisted construction contracts, in accordance with procedures authorized in Executive Order No, 11246 of September 24, 1965, and such other sanctions may be imposed and remedies in- voked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. 4.2 Prohibited Interests -- No member of or Delegate to Congress, or Resident Commissioner, shall be admitted to any share or part of this Contract or to any benefit that may arise therefrom, but this provision shall not be construed to extend to this Contract if made with a corporation for its general benefit. No official of the County who is authorized in such capacity and on behalf of the County to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any engineering, inspection, construction or material supply contract or any sub- contract in connection with the construction of the Project, shall become directly or indirectly interested personally in this Contract or in any part hereof. No officer, employee, attorney, engineer or inspector of or for the County who is authorized in such capacity and on behalf ofthe County to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the Project, shall become directly or indirectly interested personally in this Contract or in any part thereof, any material supply Contract, subcontract, insurance contract, or any other contract pertaining to the Project. No official or employee of the County nor any member of such official's or employee's immediate family shall have any direct or indirect interest in the pecuniary profits or contracts of the Contractor. 4. Minimum Wases (a) The Construction Manager shall post at appropriate conspicuous points at the site of the Project a schedule showing all determined minimum wage rates for the various classes of laborers and mechanics to be engaged in work on the Project.under, this Contract and all deductions, if any, required by law to b'a made from unpaid wages actually earned by the laborers and mechanics so engaged. { Qory7 BB rte; M Contra Costa. County. Detention..)'acility Special fprovisioes (b) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regu- lations issued by the Secretary of Labor under the Copeland Act (29CFR Part-.3)), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determi- nation decision of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. For the purpose of this clause, contri- butions made or costs reasonably anticipated under Section 1 (b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a) (1)(iv). Also for the purpose of this clause, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be construc- tively made or incurred during such weekly period. (c) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified or reclassified conformably to the wage deter- _ mination. (d) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the contractor is obligated to pay a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof shall be established. (e) The Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(b) of the Davis-Bacon Act, or any bona fide fringe bene- fits not expressly listed in Section 1(b)(2) of the Davis-Bacon Act or otherwise not listed in the wage determination decision of the Secretary of Labor which is included in this contract, only when the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. Whenever practicable, the con- tractor should request the Secretary of Labor to make such find- ings before the making of the Contract. In the case of unfunded plans and programs, the Secretary of Labor may require the Con- tractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (f) The specified wage rates are minimum rates only, and the owner will not consider any claims for additional compensation made by the Contractor because of payment by the Contractor of any wage rate in excess of the applicable rate contained in this Contract. All disputes in regard to the payment of wages in excess of those specified in this Contract shall be adjusted by the Contractor. BB (4� 00238 k i t i t Contra Costa County•.Deteation..Eacility Special Provisions (g) If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer t or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract: provided, however, the Secretary of Labor has found upon the written request of the Contractor that the applicable standards of the Davie-Bacon Act have been met. The Secretary of Labor may require the Contractor i to set aside in a separate account assets for the meeting of obligations under the plan or program. 4.4 Payrolla and Basic Records (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b) (2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a) (1) (iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in provid- ing benefits under a plan or program described in Section 1(b) (2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially respon- sible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in pro- viding such benefits. (b) The Contractor will submit weekly a copy of all payrolls to the Construction Manager. The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic con- form with the work he performed. A submission of a "Weekly Statement of Compliance" which is required under this Contract and the Copeland regulations of the Secretary of Labor (29 CFR, Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor under 29 CFR 5.5(a)(1) (iv) shall satisfy this requirement. The prime contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The Contractor shall make the records required under the labor standards clauses of the Contract available for inspection by authorized representatives of the Department of Labor, and shall permit such representatives to v interview employees during working hours on the job. 90239 BB (5) I I I Contra Costa. County Detention Facility Special Provisions 4.5 Compliance with Copeland Anti-Kickback Act and Regulations -- The Contractor shall comply with the Copeland Anti-Kickback Act and Regulations of the Secretary of Labor (29 CFR, Part 3) which are herein incorporated by reference. 4.6 Overtime (a) No Contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics, including watchmen and guards, shall require or permit any laborer or mechanic in any workweek in which x_ he is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, as the case may be. (b) Violation; liability for unpaid wages; liquidated damages.-- In { the event of any violation of the clause set forth in subparagraph (a), the Contractor and any subcontractor respon- sible therefor shall be liable to any affected employee for his unpaid wages. rn addition, such Contractor and subcontractor shall be liable to the United States for Liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violation of the clause set forth in subparagraph (a), in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (a). (c) Withholding for unpaid wages and liquidated damages.--Owner may withhold from any monies payable on account of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated dam- ages as provided in the clause set forth in subparagraph (b). 4.7 Employment Practices -- The Contractor (1) shall, to the greatest extent practicable, follow hiring and employment practices for work on the Project which will provide new job opportunities for the unemployed and underemployed, and (2) shall insert or cause to be inserted the same provision in each construction subcontract. 4.8 Subcontracts -- The Contractor will insert in any subcontract the Subsections 4.1 through 4.8 contained herein, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. BB •(6) 0040 j 4 t Contra Costa County Detention Facility Special Provisions 5. DUMPING 5.1 The City of Martinez will allow the Contractor to waste both excavation materials and concrete and asphalt rubble in the approximate areas indicated on page BB-8. The Contractor will at all times meet the City's requirements for dumping in these areas. 5.2 The City reserves the right to require asphalt and concrete waste generated from demolition operations to be dumped in areas separate from those to receive excavated materials. Concrete and asphalt rubble shall not exceed a dimension of 2 feet in any direction. The City reserves the right to specify at all times the exact locations where material may be deposited. 5.3 Organic matter obtained from the clearing and grubbing operation shall be disposed of by the Contractor. The City will not pro- vide an area to dispose of this type material. 6. SOIL REPORT 6.1 A Geotechnical investigation for the Contra Costa County Detention Facility in draft form and dated 4-18-77 is available for bidders' review at 1236 Escobar, Martinez, Calif. 4 BB (7) 00241 9 Suis� � •, b fAatino ? i....,,. S.PT Co. ss0 i SITE 1 Shed Oil 1 ' t � County Sr Mit e a Ho�phat !� t F Q.� a IL i wa ���ta x► t' way F � F � n is i 4 Y �' Jahn µuU ppTY Cr k Glacier Drive 6 APPROXIMATE AREAS FOR DUMPING ?s OF EXCAVATION MATERIALS AND K CONCRETE AND ASPHALT RUBBLE " SCALE i°= 2000' 00 242 88 ($) i i ! G • �1 I�y1. Yi��ff�HNl11G;t±/11.�N•r,•!M•(••�«yy'J •1pJ�11/,.�/l� ��!G�A nV%•�i�J�t•1'�w4 L ii•J j�S 7''t� • �.)MN N • � ,� 7 L Y n 1• ` i p M�r�• Y yy Y/•1 • • • ���`•O•�' NDN�`!•��' a�:NH� AQ ' C • M isri 5 L�`c�J�'�� � •'bL.rn� R"3�8 • i •8;U W IS ;Mzr� �ygQIS 1 6 w �r• fin.. • N .N.e w C o rN. IN• Cw ILL g $ 1 f j O M M O O N N 101 Y•r •�+ ••. ' ' NN N N ' •N •N r' ' �77•T w��»��S w��M�� �. • ppp yy • N 1 00 M• 11 O f M N O �O � • � • �� `�• xCny ' Mt• N N N • N M NM � • 1 Y fil Y•rO G Y .°NyX� S 88 S o w � r N M r t • a `s r �•Pt�a 7��'s xfifC� .�.,1 • ee NN yy pp ee r� P V N •y�)D f��j fyy����j OM�11••1•�� `, •• M N M Y M NA T MJ Z40t1 ",• • �• w z 0 t V rR „� �t •q } 3i JXfT'�+s�: w�e" Y1 J•'•E � Y YYYY•r1�•`i * p• r w � • • ^� R`P R� Q 1 . 1••YF11 • F • •Y•Y•Yt �j• s}3j�,7 ��11 V p� •� N. �O�•J A i a�w�, � R p. "I. oY F L6 N A A O N N M 0 N J 1• N i O • •y+ '; N N YI V w N N 1w N O N• N O N O O O } M • • NN N N NF• , N N = h •� • iY N N N w 00 N •• • N Y N A N M N w w O N 0 N w N N M 1• N N N O N O • • �� �� "� • N w a 1MN t.Z N 00 NN N M N NN N ►• • N � � h Y V Y w N N P• O O O 1 •M q O O M N M M � 3 Y , 4 k 1 _A ee o000 00 o e e oe o .III= • NN MM vV VM M N ww w t , � 1 tccoz S331LOt. . 00243 to i.)xn^� tnn±bw:Ka inn+N;.^�^Ii�i 1::w:1 •� »:.i� tN ii i���v n g:i..��..r i•w'.\-r s,/::'•.�. �.'•^D�r�.r\:;Fy f� ' Q �•n^^♦n J !T( J M N M 1♦n Y J 11'• = ••Y h • D� r `• \Yt Y •�•M • • .7•tali ■.+ } • N 7}{! • 101 V !1 py V N nM 4 • � • � go n C MLS`1 M N N NN MN :N NN NN NN NN A"♦T•� ir O�• CN V N O 4 4M NN 7� OQ M A M N ON 4 w ♦\N r N w4 '♦M\'\N, i N\Y N ww MM N N V M A Y O O � w A •� ' V Y NM N , i•i• �� w t 4 N N N O JO N N V V V V 4 V V • M M M M O N O N �� M N �N N M N N �1 Nw NN •%r p�l ' • 00 MN NN 00 NM NN MN •l•t f• 00 00 00 00 00 6 00 •�_ NN NN I� MN r� I •O � �j' 0 r - r z ' o p N p viz. - 0319C.11 - rq O,l, V fidLb F114-5.p Y {�J Y S •w Y •t Y J 1�. • ' •t- M J*NM MM MM NM NN A=O ' 'M � * W • ♦• N O O M • Y \t wM OO OV MO , • N NY• 'O V.Jl AA 44 ; .. M �♦•N I ti V 00 00 ' • • M N N N H • O Ut J i , , V y y O 0' O MOO M N N M M M S . • • O 000 00 O'O := O' ", _ ' • • N M M N w n N M A P S33IION0024 GOZ ti. LOD IL"-.1 V wrn jL 5 rot W 0 0 UD w Q 93 % 44 O M 0 i. L M w w 0000 0 N N 0 a bene if 00 0 00243 S33liON A I t I • M A N U.• n N li.N.�tf{r n fr n!1�i r�1'y n;•tl� I ti J•~•y y I QY rri i:r.r n:rn nl r� . s rr::r.�ain' Q::.i r.�r f•�:::w•i Yq Va� (. �u �: � ;;,• ,ter�;,,.,QQ �^ •^�r e:y •n ,.r��eeii•.H,. wnrw •ii.•a iif i��i die°f• 3 • f1� •i�.it• I�a:r i�„v �•c n r r w n n J r. •O•� , q•�y rw A1- r � , ,I .o i. .� iw`,n1 M�sO �t� :I w � f 'f^ L n.� 7 •jii tf i a.o.ry•t rwn �,Z ire rn Vr (f�•i qy �bt:i .ri r••s e�2 �: F P C A r✓Lw�ojo � ar � r•�. ; r� • $±o' t i w r r ,... f••• r•• r N •. ♦r♦• ♦r A s s NN0 01r0 4••Y 4 N 4MY OY 4N r �S yyN V • • NSM j.r M V• �M A 00 ••N•N . Ir I+J •MNP 000 ON 0PN N4 P /• + x • . i/JH • NJJ 000 AA. �•Y�YY •PA JJ y • Y N r O O O J J M 0 0 M M N N N M M r r irr i�r � rrr rr ii • I MMM OOO 000 MY /�I•P NN N •wff NMM MMM a s c� n eeo oeo 000 0o eoeIr MroeN SO ••r • MNM •1N4 MNN P• ••M •• L 0 • r `,IVjj • t • yN YI O�•moi N 06 q N O tiv N�� j w`•,QI P[aO�Y •'E•••�0r1+v,r�t ••y i•_�Nr•••~pn,w wNp;d1•~.F'w1 A;•A•�'j{.�],i1 Irl. 1'1 Y S9� �9•��I- � npr�� r',•iTd'C 'fo OO• OOO ilii N nppw� •[,A^n.n.� w:n QQ `+ :•R a: ea�••u �fiR fir . • ni ^ 9• �$ � e • - O Y • Y •(•.M Y 0 O P N O MVM M O 0 =; ire w• L;- • w:r i • • .p •. •yw OM O VN N M rY0 O P,O+P V NO M MMM « • MJ J • - J J I.00 0 000 M�•u y ' • • 00' O ,+N O O p V M V •••� M4 • • 1� I ••••Y I i tl 1 ,. • N M M •�♦ MMM t • M N • W. N 00 j• .00 O p 0 0 M N M • S M♦• M•• N tl � M,N M 1• Ir V , • i 0 MM M MM M Aq•Oi• � • 0024 5 . SMUG v MOZ E sY . �{ •s J I.$,'• ii K 1r t'• +yry/• "t J A M '♦ M. rqr .• �M�M ��n wi M�� •4•• G ■i �aS�NY xy wt t: a� Y� • �w�� M i w 1 4 Y • r�..Qrt Y n �nrlN>•M it C ,1 33 r YY r.N•3pi� r • N ��Y •h• Y�i.••3 ��/4�t C_MYJ� a• ' p I �r y / � Y� +• �w Yiit V _ M 6•w�is O V�• NM y t`. 3«SVR; ^� �� • • nia i , '� i f • M s N N M . yy.•Mw MN MMM �_� • Y O y • MiIO Na MM ••{ST"A •IOJ •�V V wN ' y yy r • � - • �O a Y O • VrV OO V 4r■ M V • tw1�f • ; * � `R • •iYM YMY r a M z • ayxq�a■ bgxypN» ��5���■=��^q����"zp�;�!'((�u�e�,, (Ri1 � t7���yp' •�� K .i l����.•`Y��ri.�rw,. �ti~•�wY•i zM»r.�i� 5�rir�w��y�V��g 9,19�� • 3 ^S�r2 •^•i^.3 �:�,�k�s itwBiCR .•r! i � 1� �• a i Ls�i^��•• � tt r�ISr� �.. w w ►�{', �tiw^"' Ali,. `.i �'� R" 3 � •'�,^�"`3C �'�» �� IApV : ss c -4w 9 n'fi wy ►� • . N yiyy�VVt i N•1R4i N i i • V M M:ywM !. • yyy V NM•�Iii Y � V O Y NyM .r• , yy�� • yy�• yyyy x • 0 0 O O p 0 0 0 O 6 O a a w r w r • M y=r y Y N V Y Y M V M V V V V M Y » ♦i NNN N NMMMM M N N O O QOa tR • i VVO O PVCOP O d O • • 0 0 O A M O ficcoz UNION 00247 . . xU. r '� 1*!':! �' �"n�iM "r�•w•:rr:. '<� 34 •wr}in«+. �`.",Sn a4i�w ��rt �wai+ �.•a�e. � . ji u .fir MXy. • n r� r'4 rj•r7Y W y i I X n w r• r IL S N - r r w • .err~. r or a wwwrw . i A i O • J J M = w y i+ J w J u w 1 x S ' r � + A A V i► • to, .wMJ :rw .i �.•NMNi+e �( f • O O O r M O Y Y w N 0 0 0 0 0 � w y yy�e yN� p f • O O , N O OOr O NO S NNNNN f M Odddd • , • Y MYI+ i0+ Y f 3 r w • v gg • �i • a• . do o r33.tat• 7w� n�ryy" Aa �r • peepg �• �w '�~ rad »�ag �� MF �� 4p � ■ In Z•iw "S: x+ au t.vG i. +rwde Q } L • M O Y O N V W J V O V M W M • �M , M Y r MN Y r ri V N O N r i. Y N N O 0 0 0 N MN NM Y N • MMN N YMY Y = w • N O M w N w w }•M M t JAL A + N h V M V N 3 j 0v00 O j N S33ILo N 0024& 0 6G 61Z + „r k6JO sir% M }•r�•,w r +'meq an •�tV ni Z • y «���ifn•i�ww'•isa•w•�r. • + w wr r .t•�' NP.� •�M •i n M /• Ii1�Q y i •• N O O O M O O M ✓ M N M � O s i • y w y i V M N Y ,! Y N � •►•'• F Y t • + • N S R fi•rr �~•rr i•••• int J • Nry yry w : �•yy••11 M M M �• Ii M N M N N O O O O O V V O O O M + •jjl � �y{ , p 1 • Y O t c���nw��•/`��„•l6 the�•�. �q� NN �� N Y w SSp .• 3�1 p 3 �} ►���i • 60��� V.�•••.i 6�M �O .;•raj. � 0+03 V r �i�'[[[Kyyg$��1 N M� O N�S�M�`$i1 ql►1 R n �iD. V • L Ar •�.t Y • M ` O - a 1 � 1•r• ►r •r ►• w >.x r O �NO N M Y V M Q MN •�• • N . s • Y• • N S 1 r M I• w 1 ii 'i•w w w w w w w w 06 i •1 "00 w O w w •, N ►• Z 1 M • MM M V M :•• M M MM � � • MI OM► N O ► O N M O O Sf M h N +S • M 00 ` t • ia 00249 249 ZGGOZ S331LON r Q i.'•1 rr j`'Y.F'u 4,�.,N 1 ru Y r ii!.!M1 7 •�N N Y :R•7 e1;;•� �j f 1 f•u r• •1 i� r:r J f"1, �• r• lf•�i./i Y. . I• N • w�.i.�.�1^«5�L' u'��:;;S•e iN�,ar '.'. wrr•'•,1'r � "! i 'M;.i N O N M �Y^J V .�!['n?•t•pt"fl M�.• J :C •Y. , • � /Q�,]Y•IB�w•��1r(.I N�IMS�S IL!j i'�•.i r`1<ywl,u j Nq �/~,Li yT �� t i •Ln�YY1+.�1 • y,O�4 rr r',�/,�F•U;N L J r J 7 S M • ' � 7 r II(Y,M 11 I••(, •pJ` Y Y 4•bJi ,•J•�Y Y U ni U q fl1Y • ►{j ` M����" V�� • � i••r a:Y d.1.1 i:A Y.t•' i {4 ' O � « s n .r t►�1� d n w YI 1 E • o a r ��; !�'f� Y�• M:�v�a� 1'1� u iii a ~ Asa • 1 O H M O N w M N 00 O O < • •�•i o o •� Nii i Qg , n �1s•� t M M O V O O w n 04 V • M V yOy pH H Yr • 10•• .O N O O p 1 • Y O O O • r v O • •• M ' ^ \ \ 41 • w MN 693110N 00250 86602 LGG 'f 1 r s r I[,� M.~r ipNtl 40 �f� i t _ A h M i F aJ(♦i Y �r!i d y*y V 1 w N ~ t i aMCQ E ~A + rope 10 open,pe (4nf �rrrryyyyyyyyyya � 8_ rya +fir ' MrMM X kMM1+. M . www � MNNMMMM MM y Yi L♦ • $ w w". al E j{yMj$ r to • w • AY� Www vwAu www owA�wwww• 2,�� OirN • N4air Girl «wi.OyM:IM1! �y" •A V M VN« AN •W N VrrV ♦ M N N M M N N N N N N N N N M N N N ' ' • rq .Z • �r MpM pMMMN Mr F.M wMMww HMMM r •, S S O O O O O a O S o`rd$O O S O 4 S .s • + MMM :r;r,..M • yNM • wMM wMfrpNw + Y • W V V V V V V V V rV e N V N 0 o • w 000 � 0000 O O O 0000009 0 0 a a a a a a 00 . a • 000 000 0 000 80000p.Op w � 929 sr! iN 099 OQOG00000 'i'�•$ �� t.' . 00251 w 66602 SoUON i z • . 0 NA t;w\Ll flip .�1M�•rfAAM.a.•/{w r«Nw� 23 L rI i{.•.1 n y,:) i i .q:: r =. ,:. r 1� ri il:f r ii• I.V rA 'I JAN�•1 nI!• ••'I•.S:•�rf l� I� .i • M M A f?r•N�M N A t w. w�{����nn •:4.�A�ww]Z w J •�! q � rl w • • •f.. I ! 11 M I Iy/ YM• M Y IM {•f IiY I (�:• M Nl:�•AN AM•I MND !{w Y ••r• 11.F w S• q^A t •1 A • r •q" W t « 11 n !.f• •1 1 s r ! 1I /I r�f 3 � . r Y•Z n I►,!N I;F •♦••M I• �.w,l i fI 6.I ��•r•r•f�A if �MNY /i Yi/�i r i• Y M, f W fi J{�6 w 4 N r :i Y"N I•iF S r Fr^I M�• ff N ��h�N ir.)(♦� rra(11Y..A�_ 1r• i p'r0-I� F• A 11 P'21 P 131- ,YI w rNM 1�} 1►d� N y ,.N 1�.1 w.f 4 rI Y fS r1 rYe �►w Y�:1 Nw % • •1 i1 Ir• Fi f� tFN a•.1 Y M N}} r N r%F i fY F:(•; I• N q.�!{" A � 1 . " f/f• i' r r p A I r Y • �NI�! w A �' s• fiy ..�I•ry�I[r i:!lu . II,I,t rf i d1•�A f•.j•A, 1 qw:= M u6�1i.+1�3•�s Yi}Nf•o +" .• 1J i;fel .I• Y,••Y. M A Y � ! � r :/if 1!;A Y •R N i/ ���w �I• i � r ralkwf$•LL•�:: • «:llf'•: i14i�X'I...f�,♦r(ixHa «a w �g y�1si� ♦,.♦yjA � Fi3N Mpww. w.�.•�•1 lw�: , A (Iw^ N3M�«r NN�� r,y^^�•� 1 1fa•11 • ♦ yQ � � yl�j`rotf.xqq r�,i„�I o4%fA r ! ./ r�rp w 7I.r•Z I N N•rA i. r w I N 11 q t E rI 'j ar f itiu fy.y M N9 J..n p r d a:J A/.i•� �f�•v.�M�'t ... ti r it !n. n n •rA 7 ••�;�•• fru itf� snr$e gg r r q e(1SO�w+Ra•�it'"�i �• wl 3 MxakaeX+ Ie� ,.Nwr ryt rY,{•• it Cr"Mr all ..(rt.��:AO ..(1 4�j}`I•f S Ott • r• {I�f Axa J ` s ' w P' t ` w � Yee_ �•' �" p �"$ �w•�qQ �' a' w w R n '♦ w■ � Pal " 4 " fly¢ Y�ail • 8 j 1j • 1 wg' w•1^O 1j} }��w � M .ww{� 7fgf 11 ' i ; w3 �j{l{�f�:S..A.^ iS�:i.;t�:xg • '13 nw �i :13 ne r w�qw Q •$ . • � a �y� M�ay� �Q k��J w" "O�V 77jja �1j tj ilwS[ ir 1� F•••1ggqg►�F;3 :. �d3H r-3 L Aw Y9 A. 1. ..•. � � i""�R�w L 1£ii �ss••r.gL ngfirtr • nd. sr • f !v! ��� mea`��il �3�G,• f�lwF� "�iw a � ff�lel �j'M1 � � 11O .I � N!• � � S 0 I 0 3 lON a u z .00252 2 52 i I 6 f R O Y• ^ •y . ,.w « f: �{ Jit w n + W i 3 ,iyTi M N:I Y Q 7C Nf7 X� 5n»iS�•N a -1 b 15'66 ��w £ • It N � � nki.g wants 14 r x V " zzzz� zzzzw��� zzr.z$N� zzzzx zzzz-^� .� � w w w w w w r w www w „�� YY YY y(� r Y IYA �. I M IY ,�� !Y�� r r�M•w1 y1 p wMNMR Y tgg•} AW NNN_�M� A W NNw f� AW W M�w ♦MNM M N i�y`•if�h${J Y 41 r CC.NaGYi.NM MVO «NMOr VNVw w ' w W MMwM F«WMM M W qts V I�M.r ♦I w s ;.=„r.•p. �.w►.►. Z..pwp�.=. ...pwp�.gipp+ aoo•pp...W #, •00, V N�.OiI V V J V Jw1YJ 4 J JV . y . . . . . . . . . . . . MNI•+N MMMN _ MMMM NMMM MNNN J4Y`. V U V�,. V 4J�. ♦ o .J J4 Jam. p w w w w w w w w w w w w w M w w w w ii"i«ir �iww viii ' i.oi • a•ww ' � i • . W ' • NMMM F«MMN `HMF. IrNMjw inNF«M ��� ' 'ijYFj AwwA iwwA www •www Awww a ` 00253 1000 X 1 g • MVMM�7 11e4NN �. oVN1.1 ..•� ••V.••I�'�; •��•'+(ii: {try ' s BUS sg�� ���� fit �M MrMM MMl11N MMMM _ • • i i s�• Y MM� M�•NH srM�•K . � Y s.s.Iw.:. s.:: r w wrww rwr •• r t # its =Balt firs _ i .t wY NM r �i5 � �r ifOil*list R� • - - Dr rrrr r py f�1' ' M1%YMerMr.i �M•M M��.r • ` � MRNM •��! 00254 i .¢t, i f E • NwYI+N NI+MM • N �� a v • g�J . a • i . i MMQOOY V V� its=+ , pp i•W V w l•y1 N.r V i � ' M eueeo.►wre ' � M ` c {yy{y yNyMNMV�•MM /• • ! M M M M Mw'M w M } 7 77 Np M p N N N p N p N p N M r r • �OO��0000 � 7a!{i'• M �r • IANNN4iJNMN ��� ' P • - w w w w w w w w w iga� �so " Y1 V N ►• N .~i aasq > ^OF N. - "7RIJ RED ga S y s n 3 s . $fix ^•. SSS Q1 ail G 7 .r. •t ^ • i e • d.. Jnrap^p �a7^ 11$c� ■ �q w � s. sw • 00255 - SoOtz MOON : + .. .. ��{•• �F'Fo�Ipq.' epp�£eRn�\�cF+ • • ' . , rc6. 999 'gu99G VS7 Vc9VM 7�1 M O • � t '�QJ1 YYYIMMMMY YY .�_� ' P C N N N r Y O O O O O V V y O ��• • • ' r �V V NN��MN JNIO••wN O ~ ��"" i • NM L+YYI+YYY YYY N • y1wL�yyw 11 N N NNNNI+I•rpOOO � A'}}}yi= • , • NNN NNIf M"V W"w•NO N �;�• ' r MMs+1+Mr Y•I+YI+MM YY YY N • Y Y N W Y Y Y Y Y Y Y Y Y Y Y 1t • • NMN NN NN.IN NNNN NN T ' F , S88S88888888888 ♦ bw 00000 00 V N J0000NJ 4•J i• 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 N V . N�MMM MN 4 MNNNiJMM �� wwwww wwwwwwww ww A N • V Tigre K .1 tp�Iwl O•q"i�g�w M q�Y�1 "A N " M N w �V w»Y •1^� w •f� ;cY^ � �w va.�s $ S C �• C. �. .•r A 6» •Q N w 4 • p �K � � "Cr w O •6v t I �,N • • 1f11`yy�•prir �ywgs ^ •,1 IyS � .t a»a��n a �, �s s O Oq. N VVVVV ^q Y t(���111 Y It n n w frj p ►q Y n • F±D¢ "••i^r».•t1 7NpFn V Y 1 N a 7`.^ �Ji�g141 C•• r\ (p:v p tN�y�!\ H•• • A r�V aAe L T qM Y�L '[ Y Y q•n."i V �twi •C1 t C7�n S r•'1J1 8 Y Y .• �� �p V w�fl•Oi�'n}.M M i• ���M �A V Z� Y�W n w n ±�•.q �Y �o . q iii R �� r ,O U Y � VO �i � ••.O O.6`•w ffn11• » p w tt�pp n•r 7� M w" ^ ,� • t, �'•w�w <qV _y 4Xo q Su � p••r. �"w •Y•G"'�p�»\ N,j 4•=•• �•t D b i�V t�. r".S V ;r } •pyw q N•�}ip�:sw O n � .�..�w n ,. Oa n� .�.�.• a tV� { }i:" •''lr.•i\+w '�f Y S w •.N S t� y,q", Y W +�ft 11 }' ^9 .O ,N. r J• .4 7•+w w� ` w "G i~ "•\. Y ,Cy LAr N dC n"".`.«.r 2' rg" SA ry Ar •1" 7 $Qgn f6 w r••V• n 0 p N r q r•• �,O• rRw l» y X••J �• ' �i�q e°.vu°w 18 n»` § ••S v�90Y tW .. . • • w O w�1 n�$1\ �Mp 1 yq » • _ 7�" wN it J b ' wO�i.�� - `�wir1� to t on'i wn•"�1Y '\ b�� i'LI t '•$ �!a w 00255 S33RON 1'OOIi rcYc+•vw����zrr...� • NQ . °/I��"�£ 4r hn �SY' nC�� � �:.°M J"1`I, J r M'j i�L �' lI 11.11 ... • 1Y[�y♦p�� Q M MN OV •'• ^r•1 N �J71M�f ,r1I�Y �.1*, ~YN?U .1 •� FF�N•L;1 rr• v�. 11• Yn A an r« �r"r•.�.r i -r� r Xa•:)I. .Ir:v7� • � • i.."w P •1'1 Ir» h A r�^ �« 1,r~� J p,1 V i iJ� •1 U A n a'y n e.l(/J�r.w ; nh lin 1.n• y...~. .1 i�»�N N^•Y i./ �M tl pi Llw r Obi•{,«�• r A 4 tl '1 r :�w. •1 a A.�r.� w� A:I f n w � �M n.r w r I. 4 � 1 �rLlr�w�.lw 1•w vjVr. Sn� �� .".Rn r "3A{�1 L.iL'i�vo ^ ^M •/�Qw1, r"^roti+r�n 2 a 1+ a ru**�A •y 1t y(Q�f11 L r •,~i.t`w r O i M:1 + R %— rw 41� Air{ n7.. M �'J 7« ii MnA�1N nJ MA , � RRRrR^ PC .a;l:i ern i $�w04.•i�..VSl�rlrl).n U r�1 Nn" g "rr. !"t! �f ,1� :.Y A I:NaFir'*jH!y171� 4/ L'rl �}�'� �S�r " CzNMY `i.r6RK=Q - i 3" Sid " $ Tnx•�~wr-i� �3 w �R4 aLLNiy;V-111" � �,g LO.9 $$ ' r"C"��,��•�xv.�d.•.w3li ���� ri�Mfi�6n�!!a � w�_� 7i w � r� R�~• ^ " >ir. ul e ••Y�3: �::�6�� "gip �"� 7 qa4� ts IN �' RCS Sb �. Co rP" N o r w � z v w Cr 7 12 p w w w C = `� e 3 R'3S$ QQS ��••'11Yp.S 31�� � 311 5 O �S N a R�. R •;r�/( Q f( 321 " w y F p ^ N O A r " •Y 11w Ai p" i:r n 1.9~ ].l .Q r.•y ��"rr IQ� ... 2 _ ? SOw• 1.-*.0 yN i•�� li•} �nS2y� 7� rCwg3.°f''n�` NJ ..« ° {«.E �,�.A,n"$ �t M� N.i M "N Y �t�tY w« • 1 E �`�� 2� ry 2� � ���• .:ssr w� s 2 • ' O " �w n ��N« �n t N 4�h�M F n�n n ijQ Y $ �j.•• �Taa$tl"'�"wfie.°�,iL_'�w�1 rub.p�V•NS • b r••i�2� yrr�ie.�sR�, n"wYwaaNNa,r�^ ennT , S33ILON 0025 t , • pg p p $ [ :j • .t 1) t/'rwt�i•1�Ctl$� �GI SI � nw eri�inY~[x •V'�R7".Si fl .� y! pp•� M w A M M:11\ r M O r .qi wi ��wl•'•ww[a;•"•�r [: �w�!{k'•'Qw6w`�[��iwwi�, � f N i �"•�iLnw••••�w�� ,wr•w��. w rwn•"A«C n:'•nA A�e� � z • O M 1 4 CC r r q•.~ 1 A:•h n,[ A" f. six h�j•1 w••1 r /"�'w)'• w � N y 1 fQ.�•Y' 1Y�a E 11 1 n"-r q�p n]A w CM rw�r•O• 6[«�V w M!1 'J M FI O 1� `MY wD 7 Y w A�����r xy�� 7 n 111"111.I. b y/�i n w�[ i e r M w w i t i�1 • r t l T w ~a�w`a �•[a[9n [ Z�•1�'•wa�iwwHn�iw�[« rra 1 r►n r n i• F " �[ � " r A I Y Y' �w y w r i•Y M �^6 �w � .' •�.rn X P n a . - w O D t N • " s 1 8 0 8 j• [� _' t 10 z � •..11.[ S i� � w� � 3 R 'a 1. ri•O : w Y • a v� 8 O� M^�•• R.'$ O � r A O w o r� 00 O r M • • o a o S + 0 0 0 o e .�c� • r • r, r � e e e z;� • J w N M O J N N N M N M N = • M 1.1 M M N H M N M h ' V � V � V V •� � r � N N N N N N M • = V O O O O O O • O O O O • ` O O O O •O O O O O " } Z �rx y 00258 :i r 'l • r M • SI� A'� it N Z�* 'tom!4f l'Mr 4.r;� A M Y���A 4g w Y M 4 • Yrif �4Y A� awy• rww, V r M N M�• }1. w wad • y M i ' L O r O O O O O • ~ a r • • � � ti .t 4 it v r:1 j �q .r.` «: YY » .ZHU 5 � if - • e uzs •i • .- - rs o 2i '��L i w r w r .r • / O a, O a • � }1} - • r -a • • 00259 . b. -. LOU 5� itQN :t . t ' • .. Yjr •wu, �r[.• r`.rM "� r r trt rr..x;t-.1�...�x�• rl .baa.gzzz M g iS t N v a N w"M 6.Y. w" —.4 o i F(iu� i t 9•• .Vi •Li s. t G a M 7 0 0 0 0' • T r v �t a y. F �j g �• • fyl� ... • [�1 wMM"• Y i • i I-„," 6-bNF P Yw s • r " ����jjjM• wq "waN�YN w`�'w Nsq fi�n�r T•1~•\NQ~iNN•� e� '15 P•.h i ,!r•YliwY i'•yrH 1" . l�r+�y'�••i�o�y'G • y W ,yr�v.On i1 Pr d�" « { Y• N Y.Qe1♦•1+•C Mt N• N P �`w� NY � ••y�•n•Y i~Ie•• yp"�w n w"J h�K K w Y y" r• 4 •i • "4 it s•+�,� ;dill:••• 3i�'max:�f>,b��R(rp�iaYw rA�;�w i\ °' Yµp O'•��YRlw Z1��••I � Y��• RSA��+ VS6�4�1 < � ! w�• r�v»�;• w • w • " � t M K � y v N N • It ' O O w e - Y.f OU2�0 i ; i i 1 w I rQ V f r/.•��MY .•e~f r1/• w r1+ w r M.•/1•w Nr d— w r M � ,• N1� MOI YMIY bJo i Y1.�'1�Y•r.r i�. r� N7 loop �• OIL IN N I • •�w•f i A w w 1{~1 1M� Is, I • : Yr••5•�//,Y.°.��1•ow/�jM•IJ�i((�1J]�� wNwl�il ilNw wL Y•;M.111 �nM � rdw Iw OfI�� n p • Y1yi`ri NA wA M1.N4i YI• // n 41•1Y AL tlY9 w Tw:4 *4 •O�� • • ws+O��Mi,•1 '{{M�NN y• �MYw4•10" YNr••'�WJLjA'-Y ��,Ni , r.1 g4 ZI "JOG ONE$, if•}•(� Sw'�.."IN$iLw 1;;,.1 y�y 7; w pis.03'b";ytlrl�r NM,� 7. N1• .�1 IY 11• �(N i1 O•i1 Ni1Xu �i � Yw i Y e±M•1�i�S N r M n n1•/W •f w / 7 /! I• 1.A r M •!Y f RL +NJ ,r (1 � ���jiYM n IL I. � Mf. R,M�•YR RI "e_ y' w N ,,// II II N.1•I r I%,Y Y �•yJ 0YrM�. Ill Y YI••r,Yw�;M� `( 1•Pw I�+ ni N�.� �II,�Y�• M�� ww1• �bR W IXYCn�q w wOw7YY PSI: M r f$ r Ind YY CYY 1. '4� V •Y� • 3 r= � .Nr Nix =�w��II w r • �I •MI N N = N • � �1jjw • • I list � V moi• • s Q • i v , • 1 L ewewi••ww•�wwwwwwwwwwwwwww b«w• wwwowo wa R ,• I •w•w M • N N M w M A • I M 1• A 1•w�w ww wPwwn.�ww .w.I•�/i nn r�• n ^w w f••a M.- W11-jr— w r N jr!wIIa'S;wa'w Aw =w "w•"w• :r ."w.w ~ ."••i.•Ii "•i"v"v•"+III••V"r •i r r r a��fi .� r .i r . r I• `,L r r r V v V r r V V V .{ •i •f r s V •{ •1 V V � �P • .± P w w w w w w w w w MNw w / • 3 wSwr � weS•IIeao:•o•IIeIIeoew°gr�wlPa°seise°iERover w,R"PwrNr ww Cw�wsw=wyw�w�"P�wa�ywrlw N�~�w�w�w;"r•I•06w N.w• Y�,1 \ • i s a's s a' 1� ` ••��n w l� ✓t = It. E w r ! ! w ! ! N ! R 4 R ! N N N N P r • ! X � !!• !• !• ! ! ! ! !• !RlwV YN^NI N• N• NY i• w r ; • !'�!"�•if'�1'Cr°�^w.4�•°r°�,e�an. �.. rp ere�ie�eS �.. � ��w �A • SS•�SSS•:iEIISIISgSSIISB+SiSgSS3:Se"�eIIS+SIIII"sIIL'$�.•.w � wxC IT" r 0 lar M M w w w n w n w w w w ^n n • w n •t M It C •• • • � • ° ^ e w ° e O • wa w O w O a1C w Plift"•w•w �w•w0 wn a ww s we w0 we w0 w s O wwe °w• .. P O R a w w w w w w w w w Iww w w wa A w;P �•� • n w w w w w n M r n w w 11 z3 $ I ; 3yI33111�1,•; awsio ? a � rI1 d r%I s I I I P I P r PMI!I P I • ant P r P M P sM i•n 1" M P" F N I"TI'«w«'«M«=«'«'«'•."«P �w M w P w�r M� r I !�d ; O v O ! 9 O ^ V.S y n :ONO M O MO l� •°�1� e+ v�i7yy�vy eyvyyvyyv y�eq v Nyvepv v y�o I•i ss 1I •• yq 1. P � a• i� NN�"N:NNN��• NMINI.�M N NN l•N•..�NN NN�N�' IIT wai w 7 •p�; • Or• • • • • N• G• • N ; 111 1� tt N• t v w�, Nj x f w • �w e•�• •lew Ow OM9°Dw°i 7Yrre\IIY • YOYi Y9YfY Pw • w- e N i°^ww llwii"i"w"w��"Si$Iwi w'wwiw° w L"�°.ww lNi•f,es i 1i v•°� 111 �• .+ .� .• N N • • w w P I w w 11 w wM MS• N N O N.r•.wM�1 N M N M yy N ••,, e w « r w aa1w, C • I • ^^A� �^^-•^A^�•.^:•^�•r•INM YN•O� • O••.IN1,yAA N= w P ni"^n��t q�...•tttt M v•1�ANA• w• • + � � r r � 0026.1 GOOTZ S331ION _ i r • ygHgHNNH•Hr y yHNNM Ny yy y N yHHNHNHNN NH HNHN H • w •w• •n w w g w A w n,n n n n(1 1 g n w w w w w,n qy•w w n w w w n f n w w w w w w w w w 5 • •lt Et,t:NIw 1�MN M.N E'• 1:!S I!y M•l.n E'/.N.%.;.. ;• +I N11%IM N.1'I.M W.M,y i!M Eo C"• n q Y Y 4 7 M O �• ' v ♦; w i n Y , V w Y O'Ir O ✓ Y Y w O A w(wr�i n n C S E ✓„ "w✓w �� ✓w✓w✓n^ I Y n�•• C / r i r�••:n N.•✓w ♦wy I n}✓ a r .,�A II M A 1 y•i n w/1�•fl O�N�n � n �n A•�i �i 7;• w�K 7,�,1 �n�� A�1 i 1•^I rt n M1•^•.l n /�• r M•w•r V A V N J.�:.V�V Y ZX •w_•,{•w,«V,^•«M"—,rM V �w Y•S .^iy w_.n.•Y"Y«V.V_•• —V•S• Y Y V'� � V V w r, •• n 0 O n 0 p O •O�Y 0✓O V O ° O V O a E'f ° O O n ° O O w 4 O•• O n^n^yn�n••1�Mw y y > p•w f w•� n ^ �i O n =}r� � • /�b w TI^±n^ w}��t T A A n ;iY 7 w 1�E Y A� G •r n n�.1 �•1 �1 �;w r.i1 ♦ �^ w t!♦N N N Y. Y.• !H 7 N w•S .. .. S! Y 1 ST N N N N 7. N •y K Y.:K N•n N• N.•S! .t •'.t N� i! tt 'r. ' q N N N Y K K f. •1 Ei"EM.�,I.M,L•y � M.• 1••1• I•• �L'• Cr M yM I.1• •1 MJ"M E C •� aaaaaaaasa�gx. aaaaaa;aaaaaa a�^ aaa"ssaa�aaa;aaaa >4 qP aaaaRcs� x a A ��K t Raia $= a C iw��nwnww n• rn� � � Rw7�w �n�w R"v s �w�n � www�•w �wAw;n ��� ^ ° h 0 O h,O• h h«h ° "rO, ti 1 O �"^h^h 1, O M n. r°• r°w •°, .°•"•°i." 7{A S i°b° S i $ ° ! •.�•V ° d° j n P H °j 0 f PIE � 6"•A w yc 9 0( D % f A ! ° se w 9 ` 5 ! M F 'J V �w■`�•�♦ nY�•e r� • •t 3 O M•.7f M� •• �.• i E .•i � FI `.✓Si �ir`t.O /1., BYO fr♦ T M! J V r• •J I• Y ET Y✓ IY^N '✓�. .� •P'• iI y M n• C,«7 • V„♦ tl 9 ytl /,y•7•,tl y7 Nq Ntl tl °X �V 7 4 7 7 4 7 4 e�^i�•w Y w !, w^E Y w Y w w w w M w Y N Y w Y w w j) E war E w a w L w Y h w w Y n w •f ' eji.I*i�1.2s+i� �wr3n %nfCwr�w �•awlsibs ��� � �• ! rc' S' n•^ipl :' Y "Y I .Yin.�MMMRI1�M :1 tl s 'V es p e w y NNe NNNN ww>w•�^ Kv� e,� wwa ywl"� '°wE ✓Rr• � RR°w^Ra;e �^a O` A� RY«Y� HeY�L�N�1!•�Y V Y^n•I•R/ 'R Nn•l A RN RH Ry Rw� A wRwR• wR•nww ,www •woR • wwepwwn • nwww A "w T Vl s, JSJYic° -try Hww 2i•. nr w.�•w R w N� i N s w �/4; ^!;y;p., V;yw w Y S n y� O• Pw �E II •^•�• O• .^i •^•S N ••d • w ; 0; ; •t � „^ 3 i� S; � L;�t'1 n Y Y I. •E♦ ry 1l E r_•_a V Li`l ti V t. cRq O^• • n0�E V Yw V^V^'•1 V w V V w V '•V N y a E V Y O V•^i° O°0 ° Q Y 1• ♦ O'1 A ., w w •wi E •^1 Y 1 V•^.wY.°S°p°p°a p y°y o p e~ � p -71nMi�•�n•% Y 8V V V Vµtip IL hw^ !w^wp^nV !(M A n{I• it N`N, ^ O! « q N'O nw w 1^N!^N�^t , L/ C•ss IIN M u !•1� a•n n:'!•1!w CA C• S L' N•v O ri n n n 5^\ 7• 1.1• ro• C• y• C• C• M S ,F A w n 0 G O O Na N Y n • 3sw 0 Y•. O 5•^O,•ei S b A w p ^ f'a O a O E Y •O n'n Y u^O•n a w O !1 V a •� i l s� {w� }(�a F.w o a•• ° ° .°.'c«l e n a ° i Y �a •. a e••S e po� T!• �. •^I n n•• 1 w w�i•1 1• n 11 1 , M � 3 :f O f• V a 1 n 7 n A •^•A w i N A 1 w��•f1 \•^{ (�y :•ewpw•°.^ pp^ �^ .°. wa^• a o^• °aS✓•o ° a o "e^u�o^ewe � � • hh�..^•,^ YC'_9p � ^ V O P �=a h;hry"^hw•.^w F..D.1.• �'�� � 7q N ^R•. O n; n i O O O O •• �• o g �4 a� •:Q R n C !• 0 {ti q n e R o e •!• � an 36ai �a?� 3A �{i333 tt! {.• sir «�•.�sa•v i• i � � o �; n 6 n :•o•.�.i::i.lri�:r«a•�:r +�s� v_ «q�• J.• i1 :Y w o °v w+aN.«V••V•�v-v•.V«•1«tl YY a • 7 �V.,+a n y a. Y i ^w a •ri wa tw. w«4«•1«4 tl ..�:.�..�.. u w .Q�t'Y �' o�t:S:l i�' � w�i b=•°. .. °a " w" ^ w^ a.a ot;z ii wiy:z::iu'ssii �°n lilwi 111 a , l Y L� YO ( yCO C i1^' pJVrwz .w• y�;Y �V^'•a ^ ' w; N.^ .,^ A ^• LI Y _� J' • i ji+«:I�•^A^•^'•• •;Nfw ,Aw±♦ R �1 y S li'v .•i 1 1.•i 1 O Y E � E�f T_• •. � _ .. •p•� V • •wN N N • • D • 0062 s F^ n nn^�nw • •owinnn nri�r r•n �•w M(•i .n n x:i v w�y:.:i:►o lir � 6 ° Y• N• N •'rTeln��~C J•i '� � ��� 1 N ti Or�4 tl V �/SN ^ � • • ''•� i°�.�'�;#�.�' a.S°. � v n a w � o i • t • z j 00263 TjpjZ SIMON r M1 .SECTION D - CONSTRUCPION DEPAILS 1. LINES AND GRADES Lines and grades shall conform to'the provisions in Section 5-1.07, "Lines and Grades," of the Standard Specifications and these special provisions. One complete set of stakes for each of the following items will be set by the Engineer after notification by the Contractor as specified in Section 5-1.07: (A) Rough grading of streets. (8) Sanitary sewer construction. (C) Storm sewer construction. (D) Water line construction. (E) Curbs. Where curb stakes are set, they shall be used as final a r alignment and grade control base and surfacing. No additional w z stakes or marks will be set by the Engineer. The Contractor ° shall provide such separate grade controls for the base and surfacing as are necessary to secure conformance with the plans r The C,intractor shall use at least 3 consecutive stakes when establishing line and grade. N The Engineer shall is the sole judge of the adequacy and sufficiency of the stakes and marks for the purpose for which they are set. If the Contractor , requests additional stakes, hubs, lines, grades or marks other than those set by the Engineer, the cost of labor, equipment and materials required to comply with the Contractor's request shall be deducted from any monies due or to become due the Contractor. The cost of labor, equipment and materials involved in resetting stakes destroyed or displaced because of the following reasons, will be deducted from any monies due or to become clue the Contractor: (A) Negligence in use of construction equipment. 16_ (B) Stakes ordered by the Contractor that are not used far a long period of .time and are lost in the interim. 0 C1 i t e SECTION D - CONSTRUCTION DETAILS 1. LINES AND GRADES Cont. (C) Poor planning of sequence of operations by the Contractor. 2. MATERIALS Certificates of compliance will be required for Sanitary Sewer and water line material, asbestos cement and reinforced concrete pipe, cement, pave- ment markers and epoxy. The asphalt concrete and portland cement concrete mix designs shall be designated by the Contractor subject to the approval of the Engineer. The n Contractor shall provide the Engineer a minimum mix design .review period of four working days for a design from an "Approved" commercial plant and five continuous working days for a design from a "non-approved" commercial plant. For "nun-approved" plants the Contractor shall be responsible for obtaining the necessary aggregate samples. Refer to Section ("Asphalt Concrete" and "Minor Structures") of these Special Provisions. The Contractor shall give the Engineer not less than 4 working days advance notice to permit adequate testing and plant inspections of materials for asphalt concrete, aggregate base and portland cement concrete from recognised commercial plants and for aggregate subbase and any other material from other than the usual commercial sources. The relative compaction of soils and aggregates will be determined by comparison with the maximum density as determined by Test Method No. Calif. 216. The field density may be determined by Test Method No. Calif. 216 or by nuclear density gage determination (Test Method No. Calif. 231.) 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Attention is directed to the provisions in Section 7, "Legal Relations and Responsibility," of the Standard Specifications and these special provisions. D _ 2 00263 . . I SECTION D - CONSTRUCTION DETAILS 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Con't. Section 7-1.09, "Public Safety," of the Standard Specifications is modified as follows: All signing and traffic control warning and safety devices shall conform to the requirements set forth in the current "Hanual of Warning Si;,ns, Lights and Devices for Use in Performance of Work Upon County Highways," issued by the Public Works Department, Contra Costa County, California. The following closures and partial closures will be ubserved during the course of construction: (A) Court Street - ward to Metius, Willow Street - Green to Mellus, Melius - Court to Pine - and Ward (Sta. 6+50 to 6+O0)--Provide one (101) lane access to abutting properties durin6 day and two (101) lanes at night. (B) Court Street- Marina VLsta to Ward, Main Street and Pine Street - One (101) lane with flagmen or two (100) lanes during day and two (121) lanes at night. The Contractor will make every effort to ,reserve on- street parking during day. (C) Pine Street Drainage - T-, i:e constructed atter Court Street is opened to Pine Street traffic. In lieu ,f the conflicting previsions in Sectiun 7-1.08, "Public Convenience," and 7-1.09, "Public Safuty," of the Standard Specifications, the Contractor shall bear the entire cost of furnishing, (except those signs shown on the plana to :)e County furnished) installing, maintainin;; and removing all signs (including County-furnished signs), lights,. flares, barricades and other warning and safety devices. Signs shown on the plans to be furnished by the County, together with 4" x 4" wood posts, galvanized carriage bolts and brackets for assembly shall be picked up by the Contractor at the County Maintenance Yard Sign Shop on Shell Avenue between Marina Vista and Pacheco Boulevard in Martinez. The Contractor shall notify Lne Engineer at least one (1) working day in advance of the time he proposes to pick up the signs, posts and fasteners. Signs shall be erected and covered with burial) prior to commencing any other work on the contract. Covering shall be removed immediately preceding the start of wort: when directed by the Engineer. Wood posts shall be securely set a minumum of 2" - 6" in the round 62 D -3 0 SECTION D - CONSTRUCTION DETAILS 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Cont. and shall be located so that the attached sign is at least two feet clear of the edge of pavement. Signs shall be placed on the post to provide a five-foot clearance between the sign and the pavement or ground surface, except that when signs are located in sidewalk areas, or where there are pedestrians, the clearance shall be seven feet. Exceptions to the location provisions of this paragraph shall only be on the written approval of the Engineer. Upon completion of the project and at a time directed by the Engineer, the signs, barricades and lights shall be taken down and dismantled; and the County-furnished signs and posts shall be delivered to the County Maintenance Yard Sign Shop on Shell Avenue. Lane closure shall conform to the provisions in Section 7-1.092, "Lane Closure," of the Standard Specifications except that the taper length for cacti lane width of closure shall be determined by the Contractor and approved by the Engineer prior to its use. The Contractor shall provide and station competent flagmen in advance of a closure. The sole duty of the flagmen shall be to direct traffic around the work. . Full compensation for conforming to the provisions in Section 7 of the Standard Specifications and these special provisions, including full compensation for furnishing all labor, (except for flagmen, which compensation shall be made in accordance with Section 7-1.095 of the Standard Specifications), materials, tools, equipment, and incidentals, and for installing, maintaining; and removing all signs, lights and barricades as shown on the plans, as specified herein, and as directed by the Engineer, including picking up, hauling and re- turning County-furnished signs, and posts, shall be considered as included in ttie contract lump sum price paid for Signing and Traffic Control, and no additional compensation will be allowed therefor. 00267 D - 4 i SECTION D - CONSTRUCTION DETAILS 3. PUBLIC CONVENIENCE, PUBLIC SAFETY AND SIGNING Con It. The replacement cost of all County-furnished material lost or damaged between the time it is removed from and returned to the Shell Avenue Ida£ntenance Yard Sign Shop shall be borne by the Contractor and may be deducted from any monies due or to become due to the Contractor under the contract. Payment shall be made in increments of the contract luw•sp sum price for Signing and Traffic Control in the following manner: First Increment - 40 percent of the lump sum price upon satisfactory completion of installation (if signs, and barricades. Second Increment - An additional 30 percent of the lump sum price upon completion of wort: amounting to 50 percent of the original total contract price. Third Increment - Balance of the lump sum price upon satisfactory completion of removal and dismantling of signs, lights, barricades, pasts and framing and delivery of County- furnished materials to the Shell Avenue Mai6- tenance Yard Sign Shop. 4. COOPERATION The following wor!< by the other forces will be under way within and adjacent to the limits of the work specified, as follows: P.G.&E. (A) 1. Adjustment of U.G. ducts, splice box and electroliers in Ward intersection after removal of existing sidewalk by Contractor. (PG&E) 2. PG&E to trench and install conduit across Court Street at locations shown on plans after rough grading anti prior to placing base. (PG&E) r 00268 �d D - 5 -.a SECTION D - CONSTRUCTION DETAILS 4. COOPERATION Con"t. P.C.& E. (A) 3. Removal of poles - SW corner Ward and Court and SW corner Green and Court. (PG&E) 4. Minor Adjustments of Cas services. (PG&E) P.T.& T. (B) Adjustment of manhole covers, and placing duct in PG&L trench. In lieu of the compensation provisions in Section 7, "Legal Relations and Responsibility," and Section 8, "Prosecution and Progress," of the Standard Specifications, full compensation for conforming to the requirements of this special provision shall be considered included in the prices paid for the various contract items of work, and no separate payment will be made for delay or in- convenience to the Contractor's operations by reason of his conformance with this special provision. 5. OBSTRUCTIONS Attention is directed to Section 7, "Legal Relations and Responsi- bility," and Section 8-1.10, "Utility and Non-Highway Facilities," of the Standard Specifications and these special provisions. Attention is also directed to the presence of water, sewer, and gas pipe lines and overhead utilities in the construction area. The Contractor shall give the utility companies two (2) working days advance notice before work may start. Notification of several utility companies may be accomplished by calling Underground Service Alert (USA) toll free number 800-642-0123. The work specified shall be so conducted as to permit the utility companies, the water district and the sewer district to maintain their services without interruption. Abandoned pipe lines, conduits, culverts and foundations, if en- countered, shall be removed and disposed of off the job site, in accord%269 D - 6 SECTION D - CONSTRUCTION DETAILS 5. OBSTRUCTIONS Cont. with the provisions in Section 7-1.13, "Disposal of Materials Outside the High- way Right of Way," of the Standard Specifications. Full compensation for conforming to the requirements of this special provision, not otherwise provided for, shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. 6. TRENCH SHORING AND SAFETY - (Bid Item 2) Attention is directed to Section 5-1.02A, "Trench Excavation Safety Plans," and Section 7-1.01F, "Trench Safety," of the Standard Specifications. The Contractor and his Engineer shall retain the responsibility for the correctness and adequacy of the design and the implementation of the "Trench Excavation Safety Plans," (SS Section 5-1.02%) during the course of the construction work. The review of the plan by the Public Works Department will ;got relieve the Contractor and his Engineer of the above responsibility. 7. DUST CONTROL Dust control shall conform to the provisions in Section 10, "Dust Control," of the Standard Specifications and these special provisions. The last paragraph in Section 10-1.04 shall not apply. Full compen- sation for controlling dust caused by public traffic through the construction area shall be considered as included in the prices paid for various items of work. 8. MDBILIZATION -(Bid Item 3) Mobilization shall conform to the provisions in Section 11, "Mobilization," of the Standard Specifications. 9. REMOVING EXISTING AND RESETTING PARKING METER POSTS SIGH POSTS AND PANELS - Bid Item 4____8_T_ Where shown on the plans or when directed by the Engineer, the exist- ing parking meter posts shall be removed. The Contractor will provide the City D - 7 00270 1 i SECTION D - CONSTRUCTION DETAILS «' 9. REMOVING EXISTING AND RESETTING PARKING METER POSTS SIGN POSTS AND PANELS - Hid Item 4 - 8 24 hours notice to remove meter from the posts to be removed. New parking meter posts conforming to the requirments for posts in Section D-25 of these special provisions shall be installed in locations marked by the Engineer. Where shown on the plans or when directed by the Engineer existing signs and posts will be removed and reset in new locations or delivered to the City of Martinez Corporation Yard. Posts will be removed flush with existing concrete surface and the remaining holes plugged and finished to the existing grade. Signs and poets to be reset shall be stored by Contractor and reset in accordance with standard drawing; No. CC 3051 and the special provision for new signs and posts. Each sign panel removed from an existing, post and remounted or de- livered to the Corporation Yard shall considered a unit. The unit for payment for removal of signs and posts shall be made for each post removed regardless of number of signs on the post. Full compensation for resetting parking meter post, signs and posts, including all labor, equipment, materials, digging the holes, placing concrete, saw cutting existing concrete as necessary and all incidental work required to Install the parking meter post, or sign posts, complete in place, in accordance with the plans and these special provisions, shall be considered as included in the contract unit prices paid and no additional compensation will be allowed therefor. 10. ADJUSTING UTILITY COVERS (Hid Item 9-12) 10.1 General A Where shown on the plans or directed by the Engineer, existing D - 8 00271 s SECTION D - CONSTRUCTION DETAILS 10. ADJUSTING UTILITY COVERS Contt. 10.1 General Cont. manhole covers, valve covers, cleanout riser covers and pressure relief covers shall be adjusted and/or reconstructed to grade after final paving, in accor- dance with the provisions in Section 15-2.05,"Recons true tion" of Standard Specifications and these special provisions. The Contractor shall contact the owners of the facilities which are to be adjusted to determine the standards which apply to the work to be done, and he shall cooperate with the owners to effect a satisfactory adjustment of the facilities. The County reserves the right to delete any quantity of Utility adjustment without compensation to the Contractor. Covers shall be so adjusted that there will not be any perceptible difference in elevation between the finished pavement surface and the cover. The Engineer shall be the sole judge of the smoothness and riding quality over the adjusted covers. Portland cement concrete shall be Class B with one-inch (111) maximum aggregate size and shall conform to the provisions in Section 51, "Concrete Structures," and Section 90, "Portland Cement Concrete," of the Standard Specifications. Mortar used in resetting manhole covers shall conform to the pro- visions in Section 51-1.35, "Mortar," of the Standard Specifications. Precast concrete elements shall conform to the provisions in Section 70-1.0211, "Precast Concrete Structures," of the Standard Specifications. Salvaged materials which are undamaged may be reinstalled as dir(:cted by the Engineer. Structures built of cast-in-place or precast concrete and brick or vitrified clay pipe parts shall be replaced in kind. 01),2'72 D - 9 r t - Pg` SECTION D - CONSTRUCTION DETAILS ^� 10. ADJUSTING UTILITY COVERS Cont. 10.1 General Cont. Attention is directed to the provisions in Sections 7-11.11, "Preservation of Property" and 7-1.12, "Responsibility for Damage," of the Standard Specifications. Dirt, rocks, or debris shall not be permitted to enter sewer lines. Mien manhole adjustment work is undertaken which involves excava- tion or concrete removal, a temporary cover shall be placed to prevent entry of material into the manhole and sower pipe. During sealing or paving operations, all surface structures shall be protected from being covered by paving, and no adhesive material shall be permit- ted to seat or fill the .joint between the frame and cover of any existing utility structure. The various cases are explained in the following special provisions. 10.2 Adjusting Manhole Covers Case I (Aid Item 9) And Valve Covers Case I Did Item 10) Cast iron extension rings manufactured to fit the manhole covers and valve covers, shall be furnished and installed at the locations shown on the plans and as directed by the Engineer. Single rings shall be used for adjustments not exceeding four inches. Cant iron extension rings shall be attached only to frames, housings, castings and rings which have been securely fixed in the proper position. 00273 D _ 10 A , SECTION D - CONSTRUCTION DETAILS .., 10. ADJUSTING UTILITY COVERS Cont. 10.3 AdJustinp Manhole Covers Case II (Bid Item 11) And Valve Covers Case II Bid Item 12) At locations shown on the plans and where directed by the Engineer, manholes and valve housings, shall be reconstructed as required for adjustment of the cover to the finished pavement*surface with materials equal in quality to those in the original structure, or as noted on the plans. Cast iron adjusting rings shall not be used to accomplish the adjustment. Manhole covers shall be adjusted without disturbing the precast concrete cone. 10.4 Payment The contract price paid per each in each of the above cases shall include full compensation for furnishing all labor, materials, twols and equip- meet and doing all the work involved in adjusting the facility (including removing and disposing of concrete) complete in place, as shown on the plans, as specified herein and as directed by the Engineer. No compensation will be made for any ad- justments which may be performed by the owners of the facilities. In lieu of the provisions of Section 4-1.0313 "Increased or Decreased Quantities," no adjustment of the contract unit price will be made for utility item quantity increases or decreases. 11. CONCRETE SAWING (Bid Item 13) Where shown on the plans ur directed by the Engineer the existing P.C.C. sidewalks and driveways shall be cut in a neat line to a minimum depth of 211 with 'F a power driven saw before Concrete is removed. Measurement and payment for •P.C.C. Saw Cutting will be by the lineal foot. Any concrete broiten beyond the limits of the saw cut shall be removed, recut anti replaced at the Contractor's cost for which no additional compensation will be allowed therefor. D - 11 002 74 SF- i{ 1 3 f t 6 E SECTION P - CONSTRUCTION DETAILS -• 12. R=OVING CONCRETE (Bid Items 14 and 15) Removing concrete shall conform to the provisions in Section 15, "Existing Highway Facilities," of the Standard Specifications and these special provisions. ` Removed concrete shall be disposed of in accordance with the pro- visions in Section 1-1.13, "Disposal cif Material Outside Highway Right of tiny," of the Standard Specifications. The Contractor shall conduct his operations in such a manner as to cause the least possible inconvenience to the abutting property owners. pe Remo ing concrete sidewalk, driveways and valley gutter (Bid Item 14) Will be pant for at the price bid per square foot. Removin,, concrete curb and gutter (Bid Item 15) will be paid for at the price bid per lineal foot. The concrete price ;,aid for removing concrete shall include full compensation for removing reinforced steel, if encountered and for dis,,osing of concrete. Thu volume of concrete removed and paid for under Bid Item 14 and 15, will be deducted frum volumes for excavation (Bid Item 18). Removing P.C.C. pavement, if encountered, will be paid for at the price bid per cubic yard for excavation, (Bid Item 18). Attention is directed to the provisions in Section 9-1.015, "Final Pay Quantities," of the Standard Specifications. 13. CLEARING (Did Item 16) Clearing and grubbina shall conform to the provisions in Section 16, "Clearing and Grubbing," of the Standard Specifications. Clearing and grubbing shall be performed only as necessary within the grading slope lines. All trees to be removed will be marked by the Engineer. All trees which are to be left in ;+lace and which are caused to fall Al : glue to the negligence of the Contractor shall be removed by the Contractor at his p '7 expense. 002 x� D - 12 re I j SECTION D - CONSTRUCTION DETAILS 13. CLEARING (Bid Items 14 and 15) The lump sum price paid for clearing shall include full compensation for pruning and sealing those trees remaining which overhang the traveled way. 14. WATERING Full compensation for developing water supply and applying water, including water used to control dust resulting; from Contractor's performance of a the work and for the purpose of controlling dust caused by public traffic, shall be considered as included in the prices paid for the various contract items of work involving the use of water, and no separate payment will be made therefor. 15. LARfHWORK 15.1 General Earthwork shall concorm to the provisions of Section 19 of the Standard Specifieatiuns and the following provisions: The provisions in the third para6raph in Section 19-2.02, "Unsuitable Material," of the Standard Specifications, providing for payment for removal and disposal of unsuitable material, as extra work shall not apply. Payment for the removal and disposal of all unsuitable material and replacement with suitable material will be considered as included in the contract price paid for the various bid items. In lieu of conflicting provisions of Section 19-3.08, "Payment"'of the Standard Specifications the following shall apply: Full compensation for structural excavation and backfill shall be con- sidered as included in the contract price paid per lineal foot for pipe construction or the unit price for minor structures, and no separate payment will be made therefor, with the exception of those specified in Section 30.4 of Special Provisions. All structural backfill within the roadway area shall be Class 2 aggre- gate base with 3/411 maximum grading as shown on Detail 1/7. 002'76 D - 13 SECTION D - CONSTRUCTION DETAILS 15. EARTHWORK Contt. 15.1 General Cont. In lieu of the relative compaction requirements in Section 19-5.03, relative compaction shall not be less than 90 percent or as shown on Detail 117. The requirements of paragraph two of Section 19-5.03 do not apply. The provisions in Standard Spec Me ations 19-8, "Overhaul" are super- seded by the following: Full compensation for overhaul shall be considered as included in the contract price for items of work requiring overhaul and no separate payment will be made therefor. 15.2 Pa:•ement and Base Failure Re-)air (Bid Item 17) W,aere shown on the plans, designated in the field by paint markings, or as directed by the Engineer, the existing surfacing, base and basement soil shall ue excavated to the depth shown on the plans or as directed in writing by the Engineer. Excavated material shall be disposed of off the ,job site as provided in Section 7-1.13, "Disposal of Material Outside the Highway Right of flay" of the Standard Specifications. The pavement and base failure repair operation shall be conducted on but one side of the road at a time. No pavement and base failure repair shall be started on the opposite side until all areas to be repaired on the first side have been backfilled with asphalt concrete to the levet of the existing pavement surface. Asphalt concrete shall be placed in layers of equal thickness not exceed 0.35 feet. After the excavation has been trimmed, cleaned of all loose material, and all edges have been painted with asphaltic paint binder, asphalt concrete shall be placed and compacted in the excavation to the level of the surrounding, pavement. D it►' 00277 SECTION D - CONSTRUCTION DETAILS 15. EARTHWORK Con't. 15.2 Pavement and Use Failure Repair (Bid Iten 17) Cont. The asphalt concrete so placed shall then immediately be rolled with a pneumatic tired roller. Areas too small to be compacted by a pneumatic tired roller may be rolled itmnediately with a fully loaded dump truck. This asphalt concrete layer shall be rolled until there is no visible displacement under the tires or wheels of the compacting unit. One or more layers of asphalt concrete shall be placed and compacted as above until an 8 to 10-ton steel wheel tandem roller can be used to compact the finished surface level with the surrounding pavement. All base and pavement repair excavated in any one day shall be back- filled that same day. No excavated areas will be permitted to remain open overnight. If necessary, excavations shall be temporarily filled to the existing pavement level overnight at the Contractor's expense. Re-excavation and repair shall occur the following day. Measurement of base and pavement repair areas will be made by multiplying the square foot of pavement surface removed by the death shown on the plans or or- dered in writing by the Engineer. Full compensation for all pavement cutting, excavation, re-excavation, haul, disposal of excavated material, asphaltic paint binder, asphalt concrete and compaction of the asphalt concrete shall be considered as included in the contract unit price paid per cubic foot for pavement and base failure repair, and no ad- ditional compensation will be allowed therefor. In lieu of the provisions in Section 4-1.0313, "Increased or Decreased Quantities," of the Standard Specifications, adjustment of compensation Will not be made if the total pay quantity of pavement and base failure repair varies by more than 25 percent from the amount shown in the Proposal. D - 15 00278 t SECTION D - CONSTRUCTION DLTAILS 15. IMPORTED TOPSOIL (Bid Item 19) Imported topsoil conforming to the provisions of Section 20-2.01 shall be placed at locations shown on the plans or directed by the Engineer. Measurement of Imparted Topsoil will be made by the cubic yard by measurements in the vehicle at the point of delivery. Payment will be made at the contract unit price per cubic yard which price will include placement of topsoil behind curbs as directed by the Engineer. 11, CLEAN-UP All construction debris, materials, and equipment in the area of construction and any adjacent areas used by the Contractor, shall be removed and disposed of outside of the construction area in accordance with the pro- visions in Section 7-1.13, "Disposal of haterial Outside the Highway Right of Way," of the Standard Specifications and these special provisions. 18. HEATER PLANING (Bid Item 20) Existing asphalt evncrete shall be planed at the locations and to the dimensions altown on the plans and in accordance with these special provisions, and as directed by the Engineer. Planing asphalt concrete pavement shall, at the option of the Con• tractor, and subject to approval of the local Air Pollution Control Officer, be performed by either cold planing or heater planing. Cola planing machine shall have a cutter head at least 30 inches wide and shall be operated so as not tQ produce fumes or smoke. The heater planing machine shall have, in combination or separately, a deans for heating anti cutting the asphalt concrete surface and blading the displaced material into windrows in one continuous forward motion. The cutting width of the blade shall nut be less than 3 feet. D lfi 002 9 n ��jjN)(� - E i a :iECTION U - CONSTRUCTION DETAILS 18. HEATER PLANING (Bid Item 20) Can't. Heat shall be applied uniformly to the area to be planed and shall be accurately controlled according to -conditions and road surfacing being planed. Heater planing operations shall not be carried on at any time where, if an open flame is used in the heater, there is danger of igniting untapp eil gases from 4e%tors or gas mains. Existin;; trees, shrubs and other improvements shall be protected frim damage caused by heat, by spraying or other approved method. The depth, width and shape of the cut shall result in a uniform surface conformlm, to the typical cross sections. The outside lines of the planed area shall be neat and uniform. The road nurfacin>t to remain in place shall not be damaged in any •say. Planed widths of pavement shall be continuous •„xcept for intersections at cross streets where the planing shall be carried around the corners and the conform lines. Thu material planed from the roadway surface, including material de- dosited in existing Butters or on the adjacent traveled way, sfiall be immediately removed from the site of the work and disposed of as provided in Section 7-1.13, "Disposal of Material Outside the Highway Right of Nay,” of the Standard Specifi- cations. The removal crew shall follow within 50 feet of the planer, unless otherwise directed by the Engineer. Beater planing will be measured by the square yard. The quantity to be paid for will be the actual area of surface planed irrespective of the number of passes required. The contract price paid per square yard for Heater Planing shall include full compensation for furnishing all labor, materials, tools, equipment and incidentars, and for doing all work involved in planing asphalt concrete surfacing and disposing; of material removed, as specified in these special pro- visions and as directed by the Engineer. �� �� D - 17 y' .x l SECTION D - CONSTRUCTION DETAILS 19. AGGREGATE BASE Aggregate base shall conform to the provisions in Section 26 of the Standard Specifications and these special provisions. Aggregate base shall be Class 2 and shall conform to the grading for the 3/4 inch maximum grading. The provisions in the second paragraph in Section 26.1.06, "Measurement," of the Standard Specifications are superseded by the following: The weight of material to be paid for will be determined by deducting from the material delivered to the work, the weight of water in the material, at the time of weighing, as deter- mined by Test Method No. Calif. 226, in excess of 9 percent of the dry weight of the material. The weight of water de- ducted will not be paid for. Full compensation for furnishing and applying all water after the material has been delivered to the roadbed, including water required for dust control, shall be considered as included in the contract price paid per ton for aggregate base, and no separate payment will be made therefor. The provisions in Section 26-1.04, "Spreading," of the Standard Specifications, are superseded by the following: The use of a spreader box for spreading Class 2 aggregate base will not be required. Class 2 aggregate base shall be spread with equipment, to be approved by the Engineer, that will provide a uniform layer conforming to the •planned section, both transversely and longitudinally, within the tolerance specified in Section 26-1.05, "Compacting." Equipment or methods which cause segregation of the material will not be* permitted. D ' 1$ 00281 s SECTION D - CONSTRUCTIOI4 DETAILS 19. AGGREGATE BASE Con't. Full compensation for furnishing and placing a-gregate base for structural backfill for pipes and structures and for cushions beneath sidewalks, curbs and driveways shall be considered to be Included in the contract price for those items, and no separate payment be allowed. 20. ASPHALT CONCRETE (Bid Item 22) Asphalt concrete shall be Type B conforming to the provisions in Section 30, "Asphalt Concrete," of the Standard Specifications and these special provisions. Unless otherwise directed by the Engineer, asphalt binder to be mixed with the ,mineral a,;gregate shall be steam-refined paving asphalt having a viscosity ;;rade of AR 4000 and shall com;,ly with the requirements of the "Materials" section of these special provisions. A:;gregate shall conform to the grading specified in Section 39-2.02, "Aggregate," of the Standard Specifications for one-half-inch maximum, medium grading for the top layer of the surface course; and 3/4 inch maximum, medium ;rading for asphalt concrete used in base courses and failed area repairs. Ag„regate shall have sodium sulfate loss of less than 9.64 when tested in accor- dance with Test Method No. CCC 214 (AC). Prime coat shall be liquid asphalt, Type SC-70. Faint binder shall be asphaltic emulsion, Type RSI. The thickness of the various courses for overlays, conventional re- construction and deep lift construction will be as shown on the typical sections. In reconstructed areas, prior to placing the surface course the fi- nished surface of the previous layer shall not vary at any point more than 0.,.5 foot above or below the grade established by the Engineer. All trimming of the surface shall be completed while the temperature of the mix is above 200° F. ,c D -19t�; 82 7 SECTION D - CONSTRUCTION DETAILS 20. ASPHALT CONCRETE (Bid Item 22) Attention is directed to the provisions in the first paragraph of Section 39-6.02, "Spreading," of the Standard Specifications. The extent of the areas where a surface course mixture shall be spread to, level irreeu- a larities, as shown on the plans, shall be subject to revision by the Engineer, depending; on actual conditions prevailing on the project. The Contractor shall furnish and use canvas tarpaulins to cover all loads of asphalt concrete from the time that the mixture is loaded until it is n discharged from the delivery vehicle. The sequence of paving shall be such as to avoid paving a lane width with a cold joint on both sides. Conforms between existing pavement and newly constructed pavement , shall be made by cutting the existing ,)avement to a neat, smooth line at the conform line and constructing a vertical-face butt joint. Asphaltic emulsion shall be applied to asphalt concrete surfaces, used by vehicles as a detour or roadway, before spreading additional layers of asphalt concrete. The rate of application shall be 0.07 galivns per square yard. -2o 00283 SECTION D - CONSTRUCTION DETAILS 20. ASPHALT CONCRETE (Did Item 22) Con1t. The Contractor shall not perform paving operations when the weather is rainy or foggy. It shall be the Contractor's responsibility, based on wea- ther predictions, to schedule his paving operations to avoid paving in the rain or fug. If the dayts operations are cancelled because of predicated rain or fog, a non-working day will be charged regardless of actual working conditions. Asphalt concrete shall not be placed on any surface which contains ponded water or excessive moisture. If paving operations are in progress and rain or fog forces a shut down, loaded trucks in transit shall return to the plant and no compensation will be allowed therefor. Driveways, entrances and road cunnections shall be ;Paved as shown un the plans or as directed by the Engineer to connect with the new paving. The contract price paid for asphalt concrete shall include full compensation fur the following: (A) Construction and removal (if temporary transitions; (D) Construction of driveways, entrances and road connections; (C) Cutting existing pavement for conform work; (D) Furnishing and applying asphaltic emulsion; (E) Furnishing and applying liquid asphalt (SC-7U) as a prime coat; (F) Spreading sand cover over prime coat when directed by the Engineer; Payment for asphalt concrete used for pavement and base failure repair (Item 17) and permanent pavement replacement (Item 53) shall be considered as in- cluded in those items and no additional compensation will be allowed. -zl 00284 t i SECTION D - CONSTRUCTION DETAILS 21. MINOR STRUCTURES (Bid Item 23 to 27) Minor structures shall conforn to the provisions of Section 51-1.02, "Hiner Structures," and Section 90-10, "Minor Concrete." Drain inlets and man- holes are identified as minor structures. Three-inch diameter weep holes, backed by filter material in burlap sacks, shall be provided in the inlets as shown on the pians. Filter material shall conform to the provisions in Section 90-3.04, "Combined Aggregate Gradings,' of the Standard Specifications for 1" maximum combined aggregates. The combined aggregates for ininor concrete used in the work shall con- forn to the grading limits for 11=11 maximum size specified in Section 90.3.U4, "Combine(! Aggregate Gradings," of the Standard Specifications. Forms for ninor structures shall conform to Section 51-1.05, "Forms," of the Standard Specifications. The provisions in Section 51-1.02,"Minor Structures," and Section 51-1.23, "Payment," of the Standard Specifications concerning paynent for minor structures are superseded by the following: Minor structures will be paid at the contract price per each, which price shall include full compensation for all structure excavation and structure backfill, furnishing and placing bar reinforcing steel and miscellaneous iron and steel (including metal frames and covers, and frames and grates), furnishing; and placing sacked filter material, and doing all the work necessary to construct the minor structures complete in place, as shown on the plans, and as specified in these specifteations and the special provisions, and as directed by the Engineer, and no separate payment will be made for these included items. D - 22 0028.) f SECTION D - CONSTRUCTION DETAILS 22. YARD DRAINS (Did Item 28) At various locations shown on the plans or .then directed by the Engineer, the existing saiva ,eable yard to gutter drains will be removed, cleaned and relayed to the existing gutter. The Contractor may replace the existing drains with asbestos cement or other equivalent ;ripe of the same size. The yard drains will be laid in a manner to provide positive drain- age to the gutter at a minimum grade of S . 0.02t. f The unit price for each yard drain connection shall include full cunpensation for furnishing all materials except sidewalk replacement which will be paid for separately, and doing all work to reconstruct the drains in place Including connections to existing yard drains. 23. REINFORCED CONCRETE PIPE (Did Itans 29 to 33) Reinforced concrete pipe shall conform to the provisions in Section 65, "Reinforced Concrete Pipe," of the Standard Specifications and these special provisions. The prnvisions of the last paragra•th of Section 6S-1.024%, "Circular Reinforced Concrete Pipe," shall not apply. Full compensatiein for structure excavation and structure backfill using Class 2 aggre;;ato base shall be considered as included in the contract ;,rice pais per linear foot for pipe, and no separate payment will be made therefor, with the exception of that excavation in excess of that shown on the plan, when ordered In writing by the Engineer, will be paid for as excavation 13. Structural backfill fur such excess excavat£un ordered will be paid Lor at the price bid for aggregate base (Item 21). Full compensation for all cutting, fittins;, grouting and other wor'c necessary to extend new piles into existing drainage structures and pipes, and for connecting new pipes to existing pipes shall be considered as included in the con- tract price paid per linear foot fur pipe, and no separate payment will be made therefor. Permanent pavement replacement for the Pine Street storm drain will be Included in the price bid for Pine Street Storm Drain Pipe and structures. Concrete renoval for sidewalks and curbs will be measured and laid for at the price bid for those items. D _ 23 00286 SECTION D - CONSTRUCTION DETAILS 24. MINOR CONCRETE (Bid Items 34 to 38) Minor concrete for curb, sidewalk, island paving, driveways shall conform to the previsions in :lection 73, "Concrete Curbs and Sidewalks," and Section 90-10, "Minor Concrete," of the Standard Specf.fications and these special provisions. The combined aggregates for minor concrete used in the work shall conform to the grading, limits for the one-inch, maximum size specified in Section 90-3.04, "Combined Aggreilate Gradings," of the Standard Specifications. Minor concrete shall contain not less than 470 ,pounds of cement per cu'aic yard. In lieu of the provisions in Stiction 73-1.04, "Forms," of the Standarc: Specifications, surfaced lumber of nominal dimenston may be used for forming the back of the cur`) and the front face of the ;;utter, provided the completed curb and gutter are constructed t,j the full concrete dimensions shown on the pians. Any :sectt-.n of curl) whether formed or extruded which does not neet the quality and appearance requirements of the spec.fications shall 'je removed and re- placed at the Contractor's exi)ense. The sidewalk surface shall be finished with a fine hair push broom. Brooming shall be delayed until the concrete has set sufficiently so as to just retain the marks made by the broom hairs. Al;gregate base for the blanket to ao placed beneath concrete driveways, sidewalks anti curbs shall conform to the provisions in Section 26, "Aggregate Bases," of the Standard Specifications for Class 2 aggregate base. Curbs will be paid for at the contract price per linear foot, which price shall include full compensation for furnishing and placing the aggregate base blanket as shown on plans and specified herein. 00287 D 24 .k j„ f I � e SECTION D CONSTRUCTION DL.TAILS 24. MINOR CONCRETE (Did Items 34 to 38) Con t. Sidewalks and driveways will be paid for at the contract price per square foot for each item, which price shall include full compensation for fur- nishins; and placing the aggregate base blanket ae shown on the plans and as specified in these special provisions. 25. SIGNS (Did Items 39 to 42) Signs shall be installed at the locaticns indicated in plans or where directed by the Engineer and in accordance with Section 56 of the Standard Specifications and these special provisions. All traffic signs shall conform to the current requirements of the California Traffic Control Devices Committee, Uniform Sign Chart, and the Division if HLghways Traffic Pianninv; Manual. Letter size, spacing and dimension of signs shall be as specified in Chapter 4 of the Traffic Planning Manual. Stop signs and warning signs shall have a border and rounder! corners. Signs shall be punched for center mounting for ai,;ne of four foot width or less. Larger signs shall oe mounted on two posts at four-foot spacing. R26 (No Parking Anytime) signs shall be double faced and mounted on standard cast aluminum "L" brackets. Traffic signs shall be mounted on 2 3/811 O.D. galvanized metal poles. The length of pipe to be used shall be such that the requirements set forth in the plans and Stannard Drawings are satisfied. Care shall be taken in drilling the holes frac the correct location and in cutting any thread to accommodate the signs and hardware. Galvanized steel or aluminum caps are required on the top of all posts. Attention is directed to the existence of underground utilities. Posts shall be installed vertically in a footing of Class D portland cement concrete in accordance with the Standard Plans. The concrete shall be wet batch mixed and placed and smoothly finished to ground level height. 40288 D25 i I r I II SECTION D - CONSTRUCTION DETAILS 25. SIGNS (Aid Items 39 to 42) Con't. Metal posts and the backs of metal traffic signs shall be painted in the following manner: (1) Pre-Treatment: Vinyl Wanh (State Specification 701-80-52) (2) Prime Coat: zinc Chromate (State Specification 701-80-51) (3) Intermediate Coat: Enamel, Exterior White, Metal (:hate Specification 701-80-10) (4) Finish Coat: Enamel, Exterior White, with beige tint as specified below, Netal (State Specification 701-80-10) Prior to painting any surface it shall be cleaned and prepared. Any of the following methods may be used: hand cleaning, solvent cleaning, power tool cleanin;,, blast clean. All mill scale, rust, dirt, looso or chalky paint, dele- terious clatter, foreign material, oil, grease, sales and cracked or pooled paint shall be removed. All enamel for painting backs of signs and posts shall be tinted a beige color to match color No. 30279 of Federal Standard No. 595. The interriediate and finish coats shall have a total film thickness of at least 2 nils. Paintinf; shall is done in a neat and workmanlike manner. If fresh paint is damaned by the elements, it shall be removed and replaced at the Contractor's expense. Any oC the following will ue evidence that the paint is unsatisfactory and the Contractor shall remove and replace it at his expense: lack of uniformity holidays, runs, sags and thin areas. The Contractor shall protect all parts of the sign and the complete work area against staining and disfigurement from his painting operations. He shall be responsible for any damage caused by his operations to vehicles, persons or property and shall provide at his expense protective means to guard against such damage. n D _ 26 OU 99 F r i SECTION D - CONSTRUCTION DETAILS 25. SIGNS (Bid Items 39 to 42) Cont. All defects shall be corredted prior to placing the next coat. The surface of any paint coat shall be free of deleterious material before additional paint is applied. Full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in preparing, priming, and painting; the back of signs and sign posts shall be considered as included in the prices paid fur installing permanent signs or relocating signs. All signs shall be measured by actual count for each installation. Sign and Post will be paid for at the contract unit price, which price shall in- clude full compensation for furnishing all labor, materials, tools, equipment, and incidentals for installinU one permanent si,,n with post complete in place as spa- cified. Sup?lementary signs installed can either new or existing, posts will be ;said for separately at the contract unit price for each additional sign panel furnished and installed. Street name signs conforming to Standard Plans, CC 3051 shall be con. structed at the Locations shown on the plans. Street name signs shall be measured by the unit which unit shall include s£;;n panels and post. The contract unit larice for street name signs shall include full compensation for furnishing all materials and doing all wort: to construct the street name sign complete in place. 26. TRAFFIC STRIPING (Bid Item 43) 26.1 Remove Painted Traffic Stripe and Curb Markings Conflicting curb painting, striping markers shall be removed as shown on the plans. Sandblasting shall be used to remove the painted stripes and pave- ment markings in lieu of other methods allowed under Section 15-202D o'f the Standard Specifications. 00290 "" D . 27 SECTION D • CONSTRUCTION DETAILS 26. TRAFFIC STRIPING (Bid Item 43) Cont. 26.1 Remove Painted Traffic Stripe and Curb Markings Con t. Sandblasting shall be performed in such a spanner as to prevent damage to vehicles or other property. Full compensation for removing the traffic striping and curb painting as shown on the plans and cleaning the pavement shall be included in the contract lump sum price paid for Street Striping and no separate payment will be made therefor. 26.2 Painting Traffic Stripes.. Marking and Curbs White and yellow traffic stripes and white arrows and messages shall be painted on the pavement at locations shown on the plans and in accordance with these special provisions. Curbs shall be painted red or green where shown on the plans. Traffic paint shall be white reflectorized and shall conform to Lho State of California Department of Transportation Specification No. 131-bO-95 and yellow reflectorizod conforming to Specification No. 731-30-98. Red and green paint shall conform to the City of Martinez specifications. Paint shall be applied only on thoroughly dry surfaces and during periods of favorable weather. Painting will not be permitted when the atmo- spheric temperature is at or below 35°F. or when freshly painted surfaces may become damaged by rain, fog, or condensation, or when it can be anticipated that the atmospheric temperature will drop below 35°F. during the drying period. If fresh paint is damaged by the elements it shall be replaced by the Contractor at his expense. The Engineer shall be the sole judge as to the suitability of the pavement surface for painting. The paint shall be applied to provide a minimum dry film thickness of 0,0075-inch. zs 00291 SECTION D - 'CONSTRUCTION DZTAILS o 26. TMFFIC'STRIPINC (Bid Item 43) Con't. 26.2 Painting Traffic Stripes, Marking and Curbs Con't. The completed stripe shall have clean and well defined edges, and Its maximum deviation from the designated position of the stripe shall not ex- ceed one and one-half inch (1-1/211) in any 100-foot length of stripe, including gaps. Surfaces which are to be painted shall be thoroughly clean, free from loose riaterials, and dry, and such area shall be prepared by the Contractor to the satisfaction of and with methods' approved by the Engineer. Advance spotting will be perforned by the Contractor and inspected for Location and line by the Lngineer prior to striping. Any damage to the nowly painted stripe and arrows due to the failure of the Contractor to protect his work small be repaired Ly him at his expense. Any over-spray or tracking of fresh paint onto unpainted surfacln�., shall be removed by sandblastint, to the satisfaction of the En;sneer. The lump sum price paid for street striping, (Bid Item 43) shall in- clude full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and doing all the work including removing; existing stripes and markers, pnvenent cleaning, cat-tracking, correcting irregular stripes and removing over spray necessary to install the stripes complete in place as shuwn on the plans, as specified in these special provisions, and as directed by the Engineer. 27. PAVEMENT MARKERS (Bid Item 44) Pavement markers shall conform to the provisions in Section 65, "Pavement Markers" of the Standard Specifications, County Standard Plan CC 3050, and these special provisions. Pavement narkers shall be placed at locations shown on-the plans. All work necessary to establish satisfactory lines for markers shall be perform- ed by the Contractor. _ 00292 0 - 29 V x SECTION D - CONSTRUCTION DETAILS 27. PAVE12:11T MARK RS (Bid Item 44) The first and second paragraphs in Section 85-1.06, "Placement," 3 of the Standard Specifications superseded by the following: s Rapid Set Type adhesive shall be used to cement the markers to the pavement. The contract unit price Cur the types of markers shown in the Pians shall include full compensation for furnishing Rapid Set Adhesive, and no additional payment shall be made therefor. 28. SANITARY snu CONSTRUCTION (Sid Item 45 to 52) Materials and constriction of Sanitary sewers shall conform to the Central Contra Crista Sanitary Districtis Standard Specifications and Standard Detail.:d Drawings 1976 Edition and the Sewer Construction Plan Sheet 7 of 12. Contra Costa County has paid all requires sewer fees and cut sheets have been approved for Line "A" between Station 0+00 and 10+0:; and Line "E" Station 0+00 to 5+A. Central Centra Costa Sanitary District recognizing the limited tine allowed for construction, has approved the plan for Lmmediatc c,>n- structian within these limits. Cut sheets must be submitted and approved to obtain approval to proceed with the remainder of work. The contract price paid for the various sewer items shall include full compensation for all labor, materials, tools, and equipment and doing; all the work Involved in furnishing and installing the sewer pipe and appurtenances including ex- cavation, bedding, backfill, compaction, cleaning, and testing as specified, exce t the following: Excavation in excess of that shown on the plan, when ordered in writing by the En„ineer, will be paid for as excavation (Item 18). Structural backfill for such excess excavation ordered will lie paid for at the trice bid for aggregate base, (Item 21). "e D - 30 00293 i i SECTION D - CONSTRUCTION DETAILS 28. SANITARY SEWER CONSTRUCTION (Did Items 45 to 52) Con't. Permanent pavement replacement where shown on the plans shall be paid for at the price per foot for permanent pavement replacement. 29. PERMANENT PAVEHLNT REPLACLME11T FOR SESIER AND WATERLINE TRENCH Did Item 5 3) In locations to receive A.C. overlay where directed in writing by the Engineer, seater and water line trench will be paved with .251 of asphalt concrete placed as shown on detail 1/7. The contract price per foot for Permanent Pavement Replacement shall Include full compensation for supplying all materials and doing, all work to con- struct the pavement replacement complete in place including saw cutting or wheel cutting pavement prior to pavement replacement. 30. WATER LINE CO11VrRUCTIO11 (Did Items 54 to 67) 30.1 General Haturials and construction of hater Lines shall conform to Section 15 to 34 of the Standard Specifications of the City of Martinez, Public :.'orks Depart- ment, dated March 1972, revised October 1972, insofar as the same may apply and in accordance with the following provisions and standard plans. 30.2 Nater Pipe linter pipe shall be Asbestos Cement Class 150 as described in Section 15 of the Standard Specifications. All asbestos cement pipe shall be installed with a single strand of twelve (12) gage copper wire located directly on top of the pipe. Wrap wire once around each corporation stop. The price bid for water pipe shall include compensation for excavation, pipe bedding, trench backfill, fittings, concrete thrust blocking and all other items necessary for the installation of the pipe in conformance with the plans and specifications that are not included in .the other items of work. g OOz94 A D - 31 I F � I SECTION D - CONSTRUCTION DETAILS 30. WATER LINE CONSTRUCTION (Bid Items 54 to 65) Cont. 30.3 Valves All valves shall be Butterfly Valves conforming to Section 19 of the Standard Specifications. 30.4 Trench Excavation Excavation shall conform to Section 31 of tha Standard Specifications. Compensation for trench excavation shall be included in the price per lineal foot of pipe installed and nQ additional compensation will be allowed therefor. Other Excavation Where Ordered by the Engineer. Excavation in excess of that delineated in the plans and specifications, deemed necessary and ordered in writing by the Engineer and not due in any part to carelessness or neglect by the Contractor, and refill shall be paid for as follows: When loss than 5': of total design excavation-----------No Compensation When more than 5"4 of total design excavation-----------Excavation will be paid at price bid for excavation (Item IW and backfill at price bid for aggregate base (Item 21). 30.5 pipe BeddinSr Pipe beddinS; shall conform to Section 32 of the Standard Specifications. Compensation for pipe bedding shall be included in the price per lineal foot of pipe installed and no additional compensation will be allowed therefor. 30.6 Trench Backfill Trench Backfill shall be imported aggregate base backfill material con- forming to Detail 1/7 of the plans. Compensation for trench backfill shall be included in the price bid per lineal foot of pipe installed or unit price for`water service transfer and replacements. 30.7 dater Service Transfer and Renlacements Water service replacements shall be l-inch minimum size pipe. All service lines, shall be installed perpendicular to the main. Service lines that are non-metallic shall be installed with a single strand 12-gage copper wire taped directly on ton of pipe. D - 32 00293 �;a4 SECTION D - CONSTRUCTION DETAILS 30. :DATER LINE CONSTRUCTION (Bid Items 54 to 65) Con t. 30.7 Water Service Transfer and Replacements Con t. ' Existing, copper services that are to be transferred shall be trans- ferred with copper pipe of like size, 3j4-inch minimum size. New services or services to be replaced shall be high molecuair polyethylene, minimum 1•inch iron pipe size, "Orangeburg,," or approved equal. Fittings shall be "Insta-tite" as manufactured by Mueller Co., or approved equal. The number of service transfers and replacements shown on the drawings is approximate. No adjustment in the prices bid for transferring or replacing water services will be made for any reason. 30.8 New Fire Hydrants Material for nuw fire hydrant assemblies (tee, valve and pipeing) shall be as shown on the Standard Drawin6s. Fire hydrants shall be East Day Series as manufactured by Rick with 1-2'i " & 1-4§11 discharge and shall be painted white. 30.9 Air Vacuum Relief Valves and 4" Blow Off Assemblies Air and vacuum relief valves and Uow off assemblies shall be constructed at the locations directed by the Engineer and shall conform to the attached standard plans. 0 - 33 0029 i i F 6/76 SECTION E - BID CONDITIONS_-_AFFIRMATIVE ACTION REQUIREMENTS, EQUAL EMPLOYMENT OPPORTUNITY 1. AREA AFFIRMATIVE ACTION PLAN The Area Plan applicable to this project shall be the Contra Costa Plan on minority employment. Organizations subscribing to said Plan include, but are not limited to, certain trades from the Contra Costa County Building and Construction Trades Council , Local Construction Trade Unions, and General and Specialty Contractors, Associations, Contractors participating in the Contra Costa Plan may qualify under Part l of Section E (2), "Affirmative Action Requirements," of these special provisions for the following designated craft, if said craft is to be utilized on this project: PLUMBERS #159 2. AFFIRMATIVE ACTION REQUIREMENTS Part 1 : The provisions of this Part 1 apply to bidders, contractors and subcontractors with respect to those construction trades for which they are parties to collective bargaining agreements with a labor organization or organizations and who, together with such labor organizations, have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to which there are commitments by labor organizations to specific goals of minority manpower utilization), together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which documents are incorporated herein by reference and are hereinafter cumulatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using one or more trades of construction employees must comply with either Part 1 or Part 11 of these Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by its inclusion, with its union, in the Contra Costa Plan a specific commitment by that union to a goal of minority manpower utilization for such trade "A," thereby meeting the provisions of this Part 1 , and by its commitment to Part 11 in regard to trade "B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot meet the provisions of this Part 1. To be eligible for award of a contract under Part 1 of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part 111 hereof. Part 11: A. Coverage. The provisions of this Part 11 shall be applicable to those-Iiidders, contractors and subcontractors, who, in regard to those construction trades to be employed by them on the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part 1 hereof; 2. Are signatories to the Contra Costa Plan, but are not parties to collective bargaining agreements;' R 0022 E - 1 I Yr ,a i` Y` Part 11: A. Coverage (Can't) 3. Are signatories to the Contra Costa Plan, but are parties to collective bargaining agreements with labor organizations who are not hereafter cease to be ' signatories to the Contra Costa Plan. 4. Are signatories to the Contra Costa Plan, but as to which not specific commitment to goals of minority manpower utilization by labor organization have been executed pursuant to the Contra Costa Plan; or S. Are no longer participating in an affirmative action plan acceptable to the Director, OFCC, including the Contra Costa Plan. 8. Requirement--An Affirmative Action Plan. The bidders, contractors and subcon- tractors described in paragraphs I through 5 above will not be eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in Part 111 hereof that it adopts the F minimum goats and timetables of minority manpower utilization, 1/ and specific affirmative action steps set forth in Section 8.1 and 2 of this Part 11 directed at increasing minority manpower utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program pursuant to Section 8.3 of this Part 11 . Both the goals and timetables, and the affirmative action steps must meet the requirements of this Part 11 as set forth below for all trades which are to be utilized on the project, whether subcontracted or not. 1 . Goals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade .not otherwise bound by the provisions of Part i hereof for the following time periods for each trade which will be used on the project within Contra Costa County, California. The ranges for all trades to be utilized on the project shall be as follows: Until 9/30/72 9.3% - 11 .8% s From 10/1/72 until 9/30/73 11.3% - 14.51 From 10/1/73 until 9/30/74 14.51 - 17.0% From. 10/1/74 until 9/30/75 17.0: - 19.5: S, In the event that under a contract which is 'subject to these Bid Conditions any work is performed in a year later than the latest year for which acceptable ranges of minority manpower utilization have been determined herein, the ranges for the period ' 10/1/74 through 9/30/75 shall be applicable to such work. The percentages of minority manpower utilization above are expressed in terms of manhours of training and employment as a proportion of the total manhours to be worked by the bidder's, contractor's and subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of 1/ Minority is defined as including Negroes, Spanish Surnamed Americans, Orientals and American Indians. 00298 E _ 2 I s B. Requirement--An Affirmative Action Plan (Con't) its contract or subcontract. The manhours for minority work and training must be substantially uniform throughout the length of the contract on all projects and for each of the trades. Further, the transfer of minority employees or trainees from employer-to-employer or from project-to-project for the sole purpose of meeting the contractor's or subcontractor's goals shall be a violation of these conditions. In reaching the goals of minority manpower utilization required of bidders, contractors and subcontractors pursuant to this Part 11 , every effort shall be made g to find and employ qualified journeymen. However, where minority journeymen are not available, minority trainees in pre-apprenticeship, apprenticeship, journeyman training or other training programs may be used. In order that the nonworking training hours of trainees may be counted in meeting the goal , such trainees must be employed by the contractor during the training period, the contractor must have made a commitment to employ the trainees at the completion of their training and the trainees must be trained pursuant to established training programs which must be the equivalent of the training programs now or hereinafter provided for in the Contra Costa Plan with respect to the nature, extent and duration of training offered. A contractor or subcontractor shall be deemed to be in compliance with the terms and requirements of this Part 11 by the employment and training of minorities in the appropriate percentage of his aggregate work force in Contra Costa County, California for each trade for which it is committed to a goal under this Part 11. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part 11 and has made every good faith effort to make these steps work toward the attainment of its goals within its timetables, all to the purpose of expanding minority manpower utilization on all of its projects in Contra Costa County, California. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. Therefore, contractors or subcontractors who are governed by the provisions of this Part 11 shall be subject to the requirements of that Part, regardless of the obligations of its prime contractor or lower tier subcontractors. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority employment and training. 2. Specific Affirmative Action Steps. Bidders, contractors and subcontractors subject to this Part 11 must engage In affirmative action directed at increasing minority manpower utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. 00 ss E - 3 B. Requirement--An Affirmative Action Plan (Con't) b. The contractor shall maintain a file of the names and addresses of each minority worker referred to him and what action was taken with respect to each such referred worker and, if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hail for referral or if such worker was not employed b the contractor, Y the contractors file shall document this and the reasons therefor. c. The contractor shall promptly notify the CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT when the union or unions with whom the contractor has a collective bargaining agreement has not referred to the contractor a minority worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc. ; by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posing of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO oolicy externally by informing and discussing it with all recruitment sources; by advertising in news media, speci- fically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific and constant personal (both written and oral ) recruitment efforts directed at all minority organizations, schools with minority students, minority recruitment organizations and minority training organi- zations within the contractor's recruitment area. h. The contractor shalt make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications, selection require- ments, tests, etc. J. The contractor shall make every effort to promote after-school , summer and vacation employment to minority youth. k. The contractor shall develop*on-the-job training opportunities and participate and assist in any association or employer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part lt. 1. The contractor shall continually inventory and evaluate all minority personnel for promotion opportunities and encourage minority employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifica- tions, etc. , do not have a discriminatory effect. 00300 E - 4 i 1 B. Requirement--An Affirmative Action Plan (Con't) n. The contractor shall make certain that all facilities and company activities are nonsegregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority subcontractors engaged in the trades covered by these Bid Conditions, including circulation of minority contractor association. 3. Contractors and Subcontractors Deemed to be Bound by Part 11 . In the event a contractor or subcontractor, W110 is at the time of bidding eligible under Part 1 of these Bid Conditions, is no longer participating in an affirmative action plan acceptable to the Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deemed to be committed to Part 11 of these Bid Conditions. Further, whenever a contractor or subcontractor who, at the time of k- bidding is eligible under Part 11 of these Bid Conditions, uses trades not contem- plated at the time he submits his bid, he shall be committed to Part 11 for those trades. Whenever a contractor or subcontractor is deemed to be committed to Part 11 of those Bid Conditions, he shall be considered to be committed to a manpower utili- zation goal of the minimum percentage range for that trade for the appropriate year. 4. Subsequent Signatory to the Contra Costa Plan. Any contractor or subcontractor subject to the requirements of this Part Ir7or any trade at the time of the submission of his bid, who, together with the labor organization with whom it has a collective bargaining agreement, subsequently becomes a signatory to the Contra Costa Plan, either individually or through an association, may meet its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and - submits a new certification committing himself to Part 1 of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the requirements of Part 1 until such certification is executed and submitted. 5. Nondiscrimination. In no event may a contractor or subcontractor utilize the goals, timetables or affirmative action steps required by this Part 11 in such a manner as to cause or result in discrimination against any person on account of race, color, religion, sex or national origin. 5 00301 E �, i i v a B. Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. a. A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bid's unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: ar BIDDERS' CERTIFICATION f er certifies that: (Bidder) sk 1. it intends to employ the following listed construction trades in its work c under the contract a and t a 2. (a) as to those trades set forth in the preceding paragraph one hereof for t which it is eligible under Part 1 of these Bid Conditions for participation in the C Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future b construction work in Contra Costa County within the scope of coverage of that Plan, P those trades being: t 0 and/or z (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower s utilization goals and the specific affirmative action steps contained in said Part 11 0 on this and all future construction work in Contra Costa County, subject to these B'd b Conditions, those trades being: e a s and c 1 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. a C (Signature or authorized representative or bt der p�r3�2 E - 6 1 B., Requirement--An Affirmative Action Plan (Con't) Part III: Certifications. (Con't) B. Subcontractors' Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier, the prospective subcontractor must execute and submit to the Prime Contractor the following certification, which will be deemed a part of the resulting subcontract: SUBCONTRACTORS' CERTIFICATION certifies that: (Subcontractor) 1. it intends to employ the following listed construction trades in its work under the subcontract 2. (a) as to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part l of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part 11 of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part 11 on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being: and 3. it will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the subcontractor certification required by these Bid Conditions. (Signature of authorized representative of bider } C. Materiality and Responsiveness. The certifications required to be made by the bidder pursuant to these Bid Conditions is material and will govern the bidder's performance on the project and will be made a part of his bid. Failure to.submit the certification will render the bid nonresponsive. Part IV: Com liance and Enforcement. Contractors are responsible for informing their subcontractorsregar e3l ss of tier) as to their respective obligations under Parts i and 11 hereof (as applicable). The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity = 43303 E 7 b I B. +Requirement--An Affirmative Action Plan (Con't) r Part IV: Compliance and Enforcement. (Con't) clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the Contra Costa County Public Works Department. Any bidder or contractor or subcontractor who shall fail to carry out such sanctions b and penalties shall be deemed to be in noncompliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Plan by a contractor or subcontractor covered by Part 1 of these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share k of the trade's goals of minority manpower utilization, or of the requirements of Part 11 hereof by a contractor or subcontractor who is covered by Part 11 , shall be deemed to be in noncompliance by such contractor or subcontractor with the Equal Opportunity Clause of the contract, and shall be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Works Department shall review its contractors' and subcontractors' employment practices during the performance of the contract. In regard to Part 11 of these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be in compliance with these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority manpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has railed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate, including, but not limited to: 1 . Withholding of payments to the contractor under the contract until the contractor complies, and/or 2. Cancellation, termination or suspension of the contract, in whole or in part, and/or 3. To the extent allowed by applicable State Statutes, the contractor may be declared ineligible for further County Public Works contracts until he satisfies the County that he has established and is implementing an Equal Employment Opportunity program which conforms to the provisions contained herein. When the agency proceeds with such formai action, it has the burden of*proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed 00304 E - 8 li 1 B. Requirement--An Affirmative Action Plan (Con't) as Part IV: Compliance and Enforcement. (Con't) An, above and by making every good faith effort to make those steps work toward the an attainment of its goats within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County in determining whether such or contractor or subcontractor can comply with the requirements contained therein and is st therefore a "responsible prospective contractor." 0 0 It shalt be no excuse that the union with which the contractor has a collective 1 bargaining agreement providing the exclusive referral failed to refer minority t employees. Cp The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Works Department determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRANS form HC-7, FEDERAL-AID HIGHWAY CONSTRUCTION CONTRACTOR'S EEO REPORT or optional form 66, MONTHLY MANPOWER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pre-construction conference to be held prior to the start of work. For the information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Works Department. 00305 E 9 I i i SEC. 32-0I CENTRAL CONTRA COSTA SANITARY DISTRICT WALNUT CREEK,CALIFORNIA STANDARD MAIN MANHOLE FOR 15.OR SMALLER LINES ROUND $LOCK I SQUARE BLOCK CONCRtTE BLOCK 4'-G"DIAMETER OR 4'-G'IOUARGI-� _.. /,,..•f•—�•�"� N♦ CONTINUOUS C,M. lOUARC Slot$PARALLEL TO OR AT RIGHT ANGLE 70 [Oat Of PAYCYEtil.FORM 3"VERTICAL LOOK$ AROUND TOP OF BLOCS, FORM INSIDE Of!LOCK TO *• ` R[CCIVE FRAME AND COVLP / • ••I P e e�, WITH 1/4' CLCAPAN.1. 14VA01C BLOCKS$HALL It USED • ••jj e a• r IN tASCMENT4 •P r e w• Peer 4 f'.0' PLACE REINP049IND BAR! Al SHOWN POOR CONCOCT[TO WITHIN t`Or TOP Of COY911 CASTING, ROAD SURPACC--.1u/^"'�'\• !h �I+ CASEMENT A C.SUR►ACiNO i ROUND SYR/ACE CAST IRON FRANK i COVto I ltt OLTAIL IEC 18.14 OR 1!•141,,4 HOOPS FOS CLCVATION TO It t • ,�. '4, DCTERMINLD IN FICLO, H TYPICAL IT901.1HROAT t0 SHELF, 4100 'r F� o WROUGHT IRON,$ALVAN11D I ! AFTER FA RICATION.14'WIDt. II t 3'MINr {'t tYt CLEAN :01141 AND INSTALL MICIORMCO PLASTIC StALISO OASKIT PRIOR t0 4'•O` - ICTTINO NCR T 4AARCL OR CONC SCCTION, UPPER MANHOLE SECTION ROTATED 450 �,THC GA{E !MALL It POURCO TO A LCVCL 3'ABOVC TNL NOTK; HIOHLST PVt ALL t0 It 3`-CL9 GLC/1N MORTAR FCR 4C449CTION FORM 49Ctst IN $A1[ WITH APPROV90 S%CLP�S ABOVC S-ILP itt MCTAL FORM140 RING TO RCCtiYE it'.31.04 pot CGAIT MAM NOL[ VOINf, INGULL rRLFOR MLC rL3111C SEALING GASFET GIFORC IL+0140 111111 14401 OR CCNL SCCTION * 4 01 it OR10 ALt4FCRC[0 CLASS A CONCItCTL Mat I T TYPICAL IELCW 3NCLF 1 \ C044LCTION TO MANHOLE tCA42E 6[OpiN/MATERIAL ._�' $.i • • t \l1 til%% i[WCR OR VAIN)1" —�=q----q If RATCR IS PRESENT SASE SECTION \Ott , t'•M N DEPT% 0'.Is' LAY rIPC TNRu M N.WNCN PO1/146C. 10'-M%DEPTH 14'•8$' i r FCO LOCATI,T4 OF JOINTS SEE SEC. 33.41 11 �_...�.-ANGLE IETWtCN INCOMING .-�. I� it I AND OUTOOINO LINES $MALL ,, yl It OREATtR THAN 100 j °i.GPt SNC.r r � i rLOW SM1LF ' MANHOLE THROAT 6 alto LOCATION OPTIONAL OPTIONAL SQUARE ROUND lA$E ; ,.l[ 00300 BASE SECTION A-A ' SEC. 32-IS CENTRAL CONTRA COSTA SANITARY DISTRICT WALNUT CREEK,CALIFORNIA ' MANHOLE FRAME SI COVER CAST IRON LIFTING SLAT Mt' GUSSETS OPTIONAL- SEE DETAIL BELOW AT QUARTER POINTS OF FRAME ❑ a ❑` TOP OF FRAME AND COVER �❑ ❑ ❑ ❑ ❑ ❑ C3� f ❑ ❑ ❑ ❑ ❑ ❑ ❑ A (I❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑, A 40 TJ \ / r+•�I It/I{- UNDERSIDE wl, OF COVER PLAN --later— "On. -'linrNOTE.PTV of LIFnNo DETAIL OF SLOT DETAIL MUST OVERLAP OR MEET LIP OF FRAME TO LIFTING SLOT REDUCE INFILTRATION 2914 28`o. 27 To-ISS i a~ N /COVER-Ve CROWNJE MAXIMUM MACHINED SURFACE I MACHINED SURFACE T MANHOLE FRAME 'j It;TAPER � �"'-""^- II y4 —"—' Uj TAPER � L93'a 3411;+lie SECTION A-A CCCvSD LETTERING TO BE LOCATED f IN CENTER OF COVER 00307 SEC. 32-21 CENTRAL CONTRA COSTA SANITARY DISTRICT WALNUT CREEK,CALIFORNIA MANHOLE EXTENSION RINGS CAST IRON Nt..i.��• 1• 'J�yy�i%► QCs, yl J I! 4 A ks „�Ye HALF PLAN e leititl«cD iV#ME WIN r� rs _____►___ -- _ i � �� %�• f.M71s Y1R�.1'r•IfAIt�R�f FI i iLLVl.t\tls.{RIi1'V.iVi yat«IN{D#uR►Act SECTION 8-8 SECTION A-A STANDARD MANHOLE FRAME EXTENSION RING IFOR SEC,32.10 832.20! 1�.•co 4J /�.. \f / Y/ ♦ I 1 N� Yi#It1 I �� 'i•� �. V ope T HALF PLAN yiCltl«CD SU#raCE I 1 SECTION 8-8 yacht«co saRnct SECTION A-A LIGHTWEIGHT MANHOLE FRAME EXTENSION RING (/���/ 'F"- ... ..-.G1 00308 I I i SEC. 32-43 CENTRAL CONTRA COSTA SANITARY DISTRICT WAL14UT CREEK,CALIFORNIA TYPICAL SIDE SEWER DETAILS = SRASs � ►INIIN K# 1 �'�• 1 aouvo�, �• MINIMUM a'C.I. (ICLCARDUT RISER t I � J -7—7 MIN a'C.1• CLEANOUT I r•Rlct" I i ANGLE POINT CLEANOUT SANDto Pulock PLAN VIEW c0u►LINO AIM ANOLC PoIkT CLLANOut RLaIRRto IN Mot stRrtR Ot PLLCf IONS AO•all sRt Aft R, ANGLE POINT RHEA 1N UNt MILER CLEANOUT RISER AP.+oFco NOTE' MVEMtRt su"rAct—) :9 ._CI Clete wl"sov. :If CLEANOpT Is w INSTALUC PRtoR T ! 00w45 s LVTINa MOR ,Tk"AT10N N tic Sc+t+,IT$MALL I It Tog sAML Lilt V TFL°IDE StMt+: s GA 411141.0to wlRt Loop ,w� �— APPROVtO I{•t ITN" f r r��� RtIN/0RC[0 CONCRlTLI1 utILITT SOR i' { i 1:11 PIPE�:��' ytANDC°RUIKR °+Colt ' C0°PLIhO CLEANOUT RISER IN ROADWAY �� r, �V `'�,'\tNSTALlLO iT C.0 C.S3 act SEG sl•C3C 2 SADDLE CONNECTION �r._.., Io' +w.•t awl. I"'� .•IC'iRCM PROPERTT LINE y { STRAP TO' {1 A R i POST f �VCNT Note; �' -�~3'YIN.rCR s'%&STt PORCONNW40 TO MANHOLES Its r; 11 SECTION 33.0t,32.02,CR VLhT AHEAD OF LAST TRAP 3S•01 as A►►LICASLt. 'y NOTE' I Qi Z,,CLEANOUT IN Ntw fusDIVIs10NS M'TES ANOrOR Ttti (A! 000101v0 of DISTRICT SMALL It Ihs`lltL7 CAP*.Zh NOT FOR WE 596(11 cok%ECT10N3 IN LIED CP IN uSEN DISTRICT INSTALLED SACILES l 1 TRAP{-IV 14'MIN CIfi IRON fir.. INAP\T411141Ct MOBILE HOI,E PARK CLEANOUT 00309 �` SEC. 32-44 CENTRAL CONTRA COSTA SANITARY DISTRICT WALNUT CREEK,CALIFORNIA TYPICAL SIDE SEWER DETAILS LATPAL [EWER I "oust SEWER t'MAXIMUM SEE SECTION CUR@ ► _ A•Ot@@ STANDARD CLEANOUT SEE SCC$1.45 IN \ POINT WNLRE SANITARYIEO ` \SADDLE CO-41T'04 ►LMMBIND FIRST PROTS (SEL LE CO•R11 FROM UNDER WILDING _1-yt1—►- ,SIDE SEWER PLAN rouKoATION. TYRE SACKII L TYP SACKII MAK PU@LIO STREETS AND ratI or CUR@ OR E IAYto AREAS ONLY I pot OR PAVING �• // u •••INIINEO ROAD GRADE raj .. .. T A►IPOVLO PLUG ALL ft �I i S i fITTIMO{ 10 4AIR TESTI EI �• i i r SEL ILC 31-41— a S'.p• i i '.: —FINISHCO Iv@•aPADL ^ ' '! e+rct0 RUSStR w GOU►LINO II 1 V. ,� I'.;.� \�r•' SANITARY DISTRICT CONTRA COSTA COUNTY 1 ,•.;,• \,I: ,•• JURISDICTION OR CITY JURISDICTION. ,j,- (• •� . •, ( IMAR,t'TROY POIMT WNLRC �� •.�'• BUILDING DAMN FIRST r•'��;�� :• ►IDOL[ ►R0J[CTS/POM UIIOtR +'.• y. 1St[SEGCONNECTION 31•471 INLDINO IOUNDAiIONI SIDE SEWER PROFILE NOTE- IN%to STREETS OR ROADS.NO SEWER WORK SMALL S[0'N UNTIL THE STRICT 04 ROA:►A1 IttN ROUON•ORADCO AND 11 "1 ADY FOR IMPORT SAM ALL MAIN S[MEP$ SMALL BE LOCATED AS NEAR AS IRACTICAL TO Te[ CENTER UNE OF TIE 'PA,SLED WU.USING CURVES WHERE NCCESSARY. NOTE w.9N A LaTCRAL SEWER IS INSTALLED IN ADVANCE. OF INC HOUSE SEWER. IT $HALL It TERMINATED AT OR NCAR THE PROPERTY LINE AND IT SHALL R BE THE. R[SPONSISILITT OF INC DEVELO►[R TO MARK INC LOCATION Of I, P LUGGED END. NOTE: REffn TO CCCSD. STANDARD DETAILS FOR SPECIAL 510E SCWCR FITTINOS AND'q:1 DEVICES FOR PREVENTION OF PROPCRTY DAMAGE. ISM 3I•47 AND St. ASI 00310 'a SEC. 32-48 CENTRAL CONTRA COSTA SANITARY DISTRICT WALNUT CREEK,CALIFORNIA SIDE SEWER REPAIRS athERAL MDT[' ALTERATIONS Or SC*CR GRADES WALL RV. .CMLf N R 044LN Pt4 1551pN HAS ttth PtCtfVC0 FROM THE DISTRICT tMOINECR ALL aL►A14S SMALL It No DC of;'S`T0:1 rOPCES,AT TMC CroEN51 Or Tom pCSPONSIAIC TOR DAMAGt.LMtCSS OTH14wISt A►p40.00. SIMPLe SIDE SEWER BREAK SIMPLE SiDE SEWER BREAK NO CONFLICT IN GRADE NO CONFLICT IN GRADE {1410 UTILITY Plot teaLtINS • ,C � INtw uTIL+TY clot `�'.,� � ESiITIMG 710E KRIR I TYPE I IACrnu, BREAK tort 1!Ac%PlLL � ►tLl[NT4xCa'ntx)+I FILL C11T1Rt ACTRENCH4VA1EO 0t ..1:11hCN MCA I • MIN,01OUTSIDE ACH luo ARLA FNtw UTILITY PIPE YIN IA•EACH mot Or MA' MIN.E "u tib[ 1 bi YAz.Q[aR W ttwCR UN[. 1 r 1 iCwtR UNt—�' j 1 ltNOtD RV111R 4.14 RUiStR MO I 4j YAl,CLCM ti i COY►LIMO __1�,,,....-'- LTf:tnMS 35.46 DURD,FIT 1FOWL 711E Fin ICTW4CM +-(---- C•I, EI ` wC17NT t01L IRKT t iCMCR ►i►L7 wNRM 1' ..•. i L1J7T4M7 1 •b[RVICE I ANOto RUt/LR 04 LESS , 'Aug PIPE A7 MDE —PROPER RAOapf00 tR. CLCAR. w r [E17TINI SCSIER 7 R bi VAJ4 CLCAR +' Trot i UC%rILL ~--'1 y1N., tA" �UM01ti VRILD tARtN Ntw UTILITY Pl►f 4'r 4'►Ut/CR M03!•H 1,41 max.CL[1R O.RC F!T lN.l.r![• YIN i A4hCI: ►vAA[o REPAIR T*19%IIts*Mt%.' iANoto AVIALR REPAIR COVPL'h3 OR LESS C.CAP. 1.1100Ma 040Ct CdAt okete DJrt I AOt r1 CCNT4A'.C:NtR4 COSTA SANITARY 03TO'CT It 14.4 T(T1 i h'1T!FT C4NTPAL CC%TAA:*STA !a•:TAP♦�'(10':T 13l4•AT211 2 TRI'/ t S4ALa Pint T5 A :Lt"CVT -11:1445{: 4'•:, t V N.VLV 2 REPAIR SMALL It M4:t AS 3-CAA ASO xN.AS 1(TA1.17 C•1 lMEtT Cr IA. i;t:TotN:M AALL WT PlCC4 :t NCM Call IP(,+,A►( :T E3UA. NO 1 411404 :LCAPAN:( ALTWLIN SCALA A FL 4.D d'IL.tr A,P( .S(' C.AM(itR 13 1,T SPACE iCTW(1-i TRIVVto CA:f MITM A VLf.V.V :.IAAANCL OR MOR[. RCPAIR MAY I1 VADt A.I-TML $AVE TTPt Or PIPE At T-4 0, ." .hCM AT tACr Cr.S AEVCit PIPt ST.0 4140 ropy C'.E 1a1.,CD 4419[o 9L411h0 SLAC-o. *0[h 0 1 Or*lot! A09 e.'Mlte 1'Or[AEN OTMCo. CCVPtIha AN.:NSTA.L Tot COVPLINa ON 1ME VPITREAV E'.:Cr T-( t10t TMCOE PALL IL A 4'. 4' PAD Of It•A4 :.*CVt T(P 4-11310►L4Ct•- ItW($, t.tA 0LACt A'.aMtR SAN=-0114 '04001.; C'.T-E SCMNSTACAN SNVOLY IEtA1[N THE#,PCI LNC. PLA:( A•.:AC4fT:R 01,44 r T-L Pa:oto S-1 CA tA:. 1N: O/TMI :I plot Rt Pt4Ct Vt%T It CT10N, 2 THEN INSt4T ':t tN0 Ih T-C:C.►.'NO V.T-t O 0.NIt :.(AM CNAL 1414 PIPES AT UPSTREAM Silo ATIO 3.1:1 ::.PL-40 CORN- ltofAV.;(htt PlhS IT 0Y[R TNL .O.NT, T15MTCN CCUPLIN3 AAN:I. 4 SMALL RUNNY OF 610-T C1.414.AIO 1,3-110.45 YPSTPCAV CO:a..45 N-CN 5 0 Or PIACS ARt A'TM N 1' OF[ACM:f Mt R, T-Cat 11th It 4 4' . A' PAD OF 15.4, CgIlcvc to A.IILR PLACCO S%uGV 6CTwtt% T-€ a ALS. SIMPLE SIDE SEWER BREAK-WITH CONFLICT iN GRADE ,NEW UTILITY Plot ,19sEL plot% � MAX. S SLFLCCTIOM 10• ExiST1hG IaNOED AVISCR COUPLING MISTING C.i.ICCTION At DETAILED A10Yt 11001.4 BREAK OR CONFLICT `-MIN.%Lopt MaiPtan Ext%t.nrc ,EXIST.Plot ....1- Ci'.i�:; 'yt• x=NG%[wE `IANOEO RVl1tR REPAIR' aRACE `C:U►LIMOs lAh0E0 RV77ER OUruhaS 4 uA% DEFLECT 3- Exist SEWER GRAOE Exi%T.PNET lED11NG'� MIN.SLOPE I/i'PER R 1 �:,,. 4=�•� `IST pip UNDISTV4tt0 EARTH-�'�~ IEVEL Piot% •r MAX.OtrLCCT10N t0- IANOEO RUIOER COUPLING REPAIR L FOL, LVIA.:.%'AA;CSTA $44:1441 G!STAICT 1914•6?211 2 4MLN NEN.T✓t1 P.rt CR CONOu:T CONFLI:TS Ct1. SCNCP UNf 444M T-E UTILITY PIPE Ca [:N:dT SNALL 1E RAISED OR LOAEREO,IF POSS'6LC.TO MISS TML St A[4 LINE 11 •:'P:Sx B:t TO VC•'1 TME UtIl1T1 LII.E, WRIT TCN riAL'SS'CN S-ALL IC ACC:R=C -..V TMC $4%1191 C'STRICT ANO TMC SEACM UNC 'iL CCaTCD I%ACCCRC A%::t 4' ;r -L CCIAIL2 ali..E AND LtAA: rrCClr l:aT.aAS Of T-[ i13TR,C'0,f,,CC,pr -rV['4RC 4I1H1.1 I'CF C4C4 OTMER•TMt AE SHA.L Of A3.4 Ia:Cr)•.47::A:Vt-t4 L:FFEq PIACC:5'.UCLt Ir14t(h T-E P DCS. 00311 1 z of }=.W s r.c z 0: �pCO �*q Q � W C 19 D ~� Q �`q G z W 1• ai Ns v MY ion d b < '' W o N MA ® a € x iv b22 n? 'Eli ; S r ,fin' t" 4� sit t «i s i it.,_.:,N*•l. t s a Y + + S 3 nit u Y :Q� t R 1 y S� Y' • .��' i s ° r A ; i ► ... r YL,Y *►M 0 0°•01��0 1 4 ►a� i � tY !li } i �t c •faiC47dQg'o°ofe+o 1 6C + �tizI y36: w 3x� � 1� ' Q�� �.�` �� ,t41�A994Y oYl , 1 y$ w�4R.j�L+1r,'„-�-•` g� vY� .S i �►�+�.. � � � !!'�$A «'owjO of ;^¢�91R ?''4�" i $ :S 91� �.�o°� 's � �+�� � �,xA l;�; � n onto..l^r►p��`ia t Y pp o oe + i hy5� 4 000+*5"�^Ny.Y AA A Si y1 S r ► Ys u +y4 eC o o "all .1 It ! $; Ills 16 d = �_ ' isi litQ Jill It vp lit 1 413 44 jj f ti . T Y yt � l��ii�iili��i�1��I��;:iil� ! •�N 6 i� �4 r � t 1 !1 s ••. 4r e c ilk i 1 I VX. 1 r ! -•' LIN 41f Ig + = r `NA tipeja is Aj �a��� l�1�l��al� ## ' �' • �a �f as ' '� a ! ➢ fillVie r ' L •• t t i 41�s� #3, I x� 14 4 q � Y • � ` /ti V ' '� s ' ° •i a.� a sI 1� 'fits W • ' 11 1 ! ( sT I I I 4-INIII'li- 51 •f1j�t Lij1 ztj . wk kIH r• kkk ` � � � '�a LOCATE AT MIDPOINT OF RETURN UNLESS OTHERWISE NOTED ON PLANS COARSE BROOM FINISH IN DIRECTION SHOWN f \ A\ F' PLAN SCALES I"=5' SlOFwAI K SCORE MARKS (TYP,) 4.5' SI-6 CURB 0.04 T-3-f ELEVATION SCALE: NONE CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT STANDARDS PEDESTRIAN RAMP FOR THE HANDICAP ED APPROVED PUBLIC WORKS DIRECTOR Fr E. CERT. N6.5709 SCALE; AS SHOWN DATES JUNE 1973 DRAWN, R. HARNESS FILE N0., NO. REVISIONS BY 0AT CHECKED: QC2jQ6A �x t = M W us 00 i. U b b fHIS US jj33 t 110 41 '' f;sill , : ;, •r.► i�_ #~till ;.fit jail,t. • = =Iti's r' ft Itlow _#t lit lilts US X1 •A•;t � V L K lr,' {/rt J J ,i. .s, • 1 0 s R � ul ts ti' 1 (7 J Ott ` rrj ~ � � jY • 9 1.0 to eui r i �r� •'' Z`i iii ,y�� �"� �1 .��4,' ... � h � 9• tt�t � �� tt { / ,a�• w • � � � `` iiti � c ' {�, ti's� s ,. .—! � � ,..,--•-�;` 'tt 1 • t 1 1 1 J M \ 1 S • � \ \ 1 !` `ss W _ ;i y�i si i;� y t^•{ 3� �'�!w i�4 ��#��� iRy �o � •1�1 � lip ���� �'s� •�s'��� i' ti `� Li :t3Q��4 � t � 1 r'-V � '�r It1,.t- •� i �i 3tsie�S��r4i�1• is s 1 .•r• � 9 pit les - + i e 1� g lit R t ' 1~ l lit I L:a 1 2 r r i 13 fill 2f • s Ills . �" ' m �t � if• �F I „ai 00320 fill jL � b �is �� � y ���}!:� ���;�''tij��f�� �� , ; • . = c yit NIA CL J6 rat= 1 Yi .... ,�r 3 w st •. � � � 1 1 a =e:;f ` ti �I 1 5 F GROUT HOLES(OPTIONAL) MANHOLE FRAME 4-EQUALLY SPACED ASTM GRID PATTERN BLIND PICK HOLE STORM SEWER EDGE PRY-HOLE SET SCREWS FOR EXTENSION RING 3-REQ,O EQUAL SPACING Ay 1/32 MACHINED SURFACES BLIND PICK HOLE COVER —^26.1/4u ' a3 23.6/16" 7 FRAME I.3/8" 24" I.r 3I-1/2" oil o\i COVER RECESS TO RECEIVE SET SCREW EXTENSION RING VARIES, 1-I/2" to 4-' FRAME RECESS TO RECEIVE SET SCREW AT 1/3 POINTS TYPICAL CAST IRON EXTENSION RING (NOT TO SCALE) NOTES CONTRA COSTA COUNTY 1. MANHOLE FRAME AND COVER SHALL BE PUBLIC WORKS DEPARTMENT PHOENIX IRON WORKS(OAKLAND) MODEL P-1090 OR MARTINEZ CALIFORNIA PINKERTON FOUNORY(L001) MODEL A-640 OR APPROVED EQUAL. MANHOLE AME AND COVER APPROVED, PUBLIC WOR6 DIRECTOR — R.E.CERT. NO. T937 Scott$ 1/8" s 104 Data= Daoambw 1976 `4 -OW, I Drawn by, FERNANDEZ V Fila Na.irt'CC� ��r�� Chocked by- TONELLI G 'i •r 31 r All Is �,�1 a �. � �� �� � • • 00 � st I � .i ra G , � c.Nf n , • p �� , 9 � t y M a a a � STC� 1• 7 ac = 8l O f W • V • � W O � O w .� ~4 � ` `111 � , • �r t �< iI<� M O J i.. 1 � �J �I i .�� J� '• t. t n 177Y1t YON#" e, • Hon�� I d •i �i W 11 .l �MIJ, O I; J�S I N AAY i7 I e 4 , dit d k -j i 41 d s L 4� I �n nnnnnnn 1 x ��u�vVvuvad� +i • ' •i C a��€�1 �a�33.t.i���Osi�:a \• � _� �� � ��,� y,�j t- � I 3 Mq i fRAFFIIJ ';'fRIPIHG AND PAVEMENT MARKINWS x r ' CO14TRA COSTA COUNTY PUBLIC WORKS , :'• STANDARD ARR0WS FOR PAVEMENT MARRING r 711 Ile PAINTED_ AREA- I3.64 sQ.'F is — iI fc p =cr) 1 PAINTED.\ ' I Alt—4— AREA m 11.00-SQ.FT. .� � J ► - . t - -T— PAINTED 1 11_rlla 1011' E A 2G.GO—SQ.F i . I - - - - 00325 t1 PLATE 17 - a f i HYDRANT INSTALLATI0N POLICY t 1. Provide approximately fire hydrants of the East Bay type. train and hydrant system is to be capable of producing a required fire flow of GPM with any hydrants flowing.simultaneously while maintaining 20 pounds residual pressure in the main. Fire hydrants and fire mains shall be installed and in service prior to combustible construction on the site. Fire mains and hydrant requirements, other than those installed by the local water district, shall be as follows: a. Two (2) sets of plans and specifications shall be submitted to the Fire District for review and approval prior to installation. b. Material and installation shall be as set forth in FtFPA Standard 024 for Outside Fire Protection. c. Fire hydrants shall be of the East Bay style incorporating one (1) 2-1/2" and one (1) 4-1/2" independently valved outlets. d. Each fire hydrant shall be controlled by a 6" street valve located not less than 5' nor more than 10' from the hydrant barrel. e. Pipe sizing shall produce the required fire flow as set forth by the Fire District without exceeding the velocity of 20 feet per second. f. Fire mains and hydrants shall be hydrostatically tested at 200 pounds per square inch for four (4) hours utilizing an approved consumption monitor- ing device. g. Pipe and thrust blocks shall be inspected by the Fire District prior to covering. h. All required tests shall be run prior to request for inspection to insure performance. i. All requests for inspection shall be made 24 hours in advance. J. Landscaping shall not obscure fire hydrants. k. Hydrants subject to mechanical or physical damage shall be protected in an approved manner, i.e. posts or barriers. 1. Cost of the installation is to be borne by the developer. " (13.301c)UFC 2. All streets and access drives shall have a minimum width of 20 feet' and minimum 13'6" of vertical clearance in order to accommodate emergency equipment. (13.200a)UFC T t3t:�32s 5P- 1 ..;w y -�7 so �e x ar* w IL w cc cm %re 03 �Tgr . { .. W -� i i • y- Z f w i 2 • • t y •� • S tIR aTff/Of Ui0 w a r •*t '•'i ` i ! • i` to = *T! liar■!a+{•T!u q=.i•! O O• • •= M w .Y Q i i r • V i •• O wti p• 91" 1:\f{Gr 11l{r•1•� I { » •• • Z w O 2 i y R I • r r y • • V` r � t ;rte~ • Q v Y • r e J •.. Y .. ..... ... . ....._....,.. ._. - ... .1.... i Q r• - 8 r « « * V • H w y �••' • 14 w w yv � i � ?• .. *' • N J Us \ Q {• .. '. 17 U3 1 + 1 i t- s i• a � Y .. .. ' -r' i � �� •fie•_' dL� � e , • ate. F y ` •F= a'w 11tH yLj z 2 8 us U. •*�. '�:- � .�j�-'�"�=tom �.r Q ... . ;..:�. ,A, • +• a 1 w � 7 I O {{ • N f • � r 4 e ! a •Y J • •• r J F r , Q Z La w 40 U. r • m i ... • Y .. ass .a _° :':,:• � S-Z I i t :1C. Y ,� •� 7' i J IL r••• • •• .. ,• Yx �r Q �� a �� J • ;''. �• �" a 1!• `,*� �i 4 � �:�u•� i Q � �;,_ ^�': g ,K =�4 •s= n z f: A 10 i i� // f *���E � w • * 'Y..•40�i> F ki a aE F M�' » � �.'�. rl+�'r�r_r � ,'•`a:�w`,a,...+... rw`rrw-w �. � � J • .L IL ol a �,•„? _ _ r t '1► a Z p�•1' a w Y _ i = w`,.4'Sw3` '_ -��s»s rrw�ee•a.•w,irre- rrr•rr�r>� ? � 49 2 • "�i.si o - V•ar{{i4�t :=: `"::l+FSi ::::I: is � � *• - '\ u y'•b• 'JV I,�S SrV SO SvS MSYM ' ds V3dild Z�� YS�'S�.ryr�rree�r."..�5• S � ..r�� ' . J - - - _SSS_..t•_ • s ~ • n J 3=; >re+:.f + w••�a�ryl�„i wr Se s•x2� g �, e i r s... ea -4SRth �s+2S.Oi4 ?11237:ss .. . = _+ tit" -.,- O h ■ t u • _ ,y t• _;• .. .. ��-rr..�i.+.i •s+•w•M r� n toUp us 3 tv - • .-g:. -7,1 � .a '{. :s-.. a 2 N . •YMoy3 } —les oSxr'sals., .'.C.ei• 't jt t Ajj : x!• .�.��;-' iic i .'�.'• i �= ..411'S�s.._ � :.: ' i x7L � • : �ioE 'r CL rix • �� iia ij • _ y r ` G rRa e - e . iin z • ! � .je � «a wl Qat J i ►«• - ; . , t t• � + • • tw ai T J ■ :��..•a.j:x,�.: �e •�a. ��t 2"� Z ' r"\+i �w 1j h rs '� tj • 1 V Y O i � e V`7 rl � Y• • �+ • LL _ • a Q rir sV : �'• 't� f •i � i a s • .. r i r f i�ti's 1 - j I [ � ca WIN L—L U— L + I �'-Y taw -ter^ £14►! + —2 t5w�t 1711•"° Ji`3 t t.i.9� :9tt,'�.L t 1! lstsni.g* C2saw� AF a e - s l i i i i LOCATE AT i tAtDPOIttT OF ti RETURNS UNLESS OTHERWISE NOTED ON PLAtJS ' � 1 COARSE BROOM FINISH IN DIRECTION SHOWN let PLAN ��... 70 SCALE i"=3' WALK SCOPE #'.inrSi(S (T YP,) :. SI-6 CURS 2-AMP 0 I/2 E1.EV T IGh! SCALE, Y • WG1Q D &NQ CL1312T STIZEETS CAU P •___.. .-_!_ It DWt ;JC 4,/77 IMT 5P 4 .•• ,a a IN THE BOARD OF SUPERVISORS OF CONTRA COSTA CODUTY, STATE OF CALIFORNIA In the Matter o ) Ptocta.rming May 17, 1977 ) thttough May 21, 1977 as ) RESOLUTION NO. 77/393 "National Insurance Women's ) Week" in Contra Costa County. ) _ 1 _ WHEREAS women in the 6ietd o6 inswcance ate entering a career previoualy pursued by hew o6,thcei.% s ex; and WHEREAS women in the insurance jietd need a knowledge of setting .techniques, 6ietd experience as weft as motivation; and WHEREAS women in this 6ietd ate_ptepared. jot the challenges which the jutute o66ets to those in inautance cateets and give os themsetves with sincerity and enthusiasm.- NOW. nthusiasm;NOW, THEREFORE, the Board o6 Supetv.i4o&4 o6 Contra Costa County ptoeta.ima the week of May 17, 1977 through May 21, 1977 as NATIONAL INSURANCE W09EN'S WEEK and encourages oth:ets to *enter this worthy cateet. PASSED and ADOPTED this 10th day o6 May, 1977. I HEREBY CERTIFY that the 6otegoing is a .true and co4teet copy o6 a resolution adopted by the Board o6 Supetvieota on the date a6otesaid. Witness cry hand and the Seat o4 CC-, County Admincstta#or the Board o6 Supetv.isors a51ixed J this 10th day o6 May, 1977. J. R. OLSSON, CLERK ByQ.rnu Deputy Cte,*ck RESOLUTION MO. 77/393 00330 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA RE: Intention to Buy Real Property ) for Buchanan Field-Runway 19-R ) RESOLUTION NO. 77/394 Clear Zone ) W.O. 5438-927 ) (Gov. C. No. 25350) PCL 4 - Deutscher et al ) RESOLUTION OF INTENTION TO PURCHASE REAL- PROPERTY The Board of Supervisors of Contra Costa County RESOLVES THAT: It intends to buy from Irvin Deutscher et al, for Airport purposes, the following described real property for $39,000.00, which is a fair and reason- able price therefore: Portion of the Rancho Monte Del Diablo, described as follows: Beginning on the west line of the tract of land designated on the map entitled "Hillcrest Terrace-Unit No. 1, City of Concord, Contra Costa County, California," which map was filed in the office of the Recorder of the County of Contra Costa, State of California, on February 26, 1952 in Volume 45 of Maps at page 45, distant thereon North 34' 07' West, 70 feet from the most northerly corner of Lot 70, as designated on the map entitled "Avon Acres-Unit No. One, Rancho Monte Del Diablo, Contra Costa County, California," which map was filed in the office of the Recorder of the County of Contra Costa, State of California, on August 10, 1942 in Volume 26 of Maps at page 898; thence from said point of beginning, North 340 07' West, along said west line 48.37 feet to the south line of the parcel of land described in the Deed from Henry G. Bollman to F. W. McNear, dated February 27, 1900, and recorded February 28, 1900 in Volume 84 of Deeds at page 180; thence South 73° 30' West along said south line 175.97 feet to the east line of the County road known as Solano Hay; thence South 35' 01' 40" East, along said east line, 100.03'feet-to a point which bears South 55° 53'.West from the point of beginning; thence North 55° 53' East 166.11 feet to the ooint of beginning. This Board will meet on June 14. i4,77 , at 10:50 a.m. in the Board's Chambers, County Administration Building, Martinez, California, to consummate this purchase and the Clerk of this Board is directed to publish the following notice in the Concord Transcriot , pursuant to Goverment Code Section 6063: NOTICE OF INTENTION TO PURCHASE REAL PROPERTY The Board of Supervisors of Contra Costa County declares its intention to purchase from Irvin Deutscher , et al at a price of $39,000.00, that certain real property located at 1785 Solano Hay, Concord, California, as more particularly described in Resolution No. 77/39& of the Board and will meet at 10:50 a.m. on Temp i�=,to consumate the purchase. DATED: May 10, 1977 J. R. Olsson, County Clerk and ex officio Clerk of Said Board By PASSED by the Board on May 10, 1977. Originator: Public Works Department Real Property Dvision cc Public Works (2) Auditor-Controller Administrator Owner (c/o - R/P) Airport Manager RESOLUTION NO. 77/394 00331 i ( t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA ) In the .-.atter of Amending Itemized ) Professional and Service Rate Charges ) RESOLUTION 110.77395 for the Contra Costa County Medical ) Services Effective May 1, 1977. ) WHEREAS the Director, Human Resources Agency, has submitted an itemized rate change for County Medical Services to amend the schedule of itemized rates adopted by Board Resolution Number 75/508 and Board Resolution Number 76/584; and WED;REAS the Director, Human Resources Agency, recommends that itemized rates adopted by Board Resolution Number 75/508 and 76/584,and not amended be identified herein for necessary posting; and WHEREAS the County Administrator recommends that the amended itemized rates become effective May 1, 1977; and WHER..AS said recocnPndations have been carefully considered by this Board; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA RESOLVED that the schedule of itemized rates adopted in Board Resolution Numbers 75/508 and 76/584 are A1400D as follows effective .May 1, 1977 and itemized rates adopted by Board Resolutions 75/508 and 76/5814 and not amended are restated: Total Unit of Professional Service Unit Service Service Couaonent Component Rate Inpatient .•fedical 'ward Day 5.6o 154.4o 160.00 Mental Health Ward Day 5.6o 144.40 150.00 (1 Nursery Bassinet Daffy 0.75 149.25 150.00 (1 Intensive Care Unit Day --- 330.00 330.00 (1 Respiratory Care Unit Day 5.60 154.40 160.00 Surgical Ward Day — 16o.4o 160.00 (1 Partial Hospitalization Mental Retardation Multi Purpose Care Partial *Jay 1.62 53.38 55.00 Outpatient General Case (Visit) RVS 0.74 1.61 2.35 Mental Health Care (Visit)RVS 0.51 0.94 1.45 (1 Mental Health Methadone Month -- 20.00 20.00 (1 RESounioN No. 77/393 i 00332 -2- Total Unit of Professional Service Unit Service Service Component Comnonent Rate Ancillary_ Operating Room RYS ---- 80.00 80.00 (1 Cast P.00m Visit — 22.00 .22.00 (1 Surgery Professional Component RVS 13.44 13.44 Anesthesiology Professional Com_nonent RVS 6.88 --- 6.88 Pharmacy Drug Cost + MPF --- --- Central Supplies (Exp endable Supplies) Cost + 75r (1 Central SUDnlies (Service Iteos) RVS 3.63 3.63 Radiology RYS 0.58 2.52 3.10 (1 MG RVS --- 0.39 0.39 Laboratory RVS 0.01 0.31 0.32 7herap_r - General RVS — 1.07 1.07 Therapy - Mental Health RVS 1.05 1.05 Outside Service and Supplies Nuclear ?;edicine Cost + 15 (1 EEG Cost + 15'n (1 Blood Bank Cost + 1065 Prostheses Cost +.10'. Laboratory Cost + CES (1 RVS = Relative Value Study MPF = Maximum Professional Fee CHS = Collection and Handling of Specimens (1 Amended BE IT BY THE BOARD FURTHER RESOLVED that its Resolution Ilumbers 75/508 and 76/584 which were approved July 1, 1975 and August 1, 1976 respectively are HEREBY RESCM ED effective May 1, 1977. PASSED by the Board on May 10, 1977. Orig: Director, HRA County .Medical Director County Administrator County Counsel County Auditor-Controller County Probation Officer LFG:OR:kl-,c RmOLUYT_oa NO. 77/397 00333 i I i In the Board of Supervisors of Contra Costa County, State of California May 10 , 1977 In the Matter of Executive Session. At 10:30 a.m. the _Board members recessed into Executive Session in Room 108, County Administration Building, Martinez, California where they convened as the Contra Costa County Water Agency to discuss with County Counsel a litigation matter involving water. At 11:00 a.m. the Board reconvened in its Chambers as the Board of Supervisors and proceeded with the scheduled hearings. a Matter of Record hereby certify that the foregoing is a true and correct copy of minutes of said Board of Supervisors on the date aforesaid. _ Witness my hand and the Seal of the Board of Supervisors affixed this I0t'rday of May 1977— J. 977 -J. R. OLSSON, Clerk By Deputy Clerk Billie C. So za . 00334 H-24 5/7615m r 000MOMMMMM IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Fatter of Appeal of ) Brookwood Associates from ) action of the Planning ) May 10, 1977 Commission on Application ) for M.S. 133-76 Pleasant Hill) area. ) The Board on April 26, 1977 having fixed this date for hearing on the appeal of Brookwood Associates from Conditions Mos. 1, $, 6, and 7 of the conditions of approval imposed by the Planning Commission on Application Number 133-7E for a minor sub- division in the Pleasant Hill area; and Mr. Harvey Bragdon, Assistant Director of Planning, having described the proposal and advised that the Planning Commission felt that two lots, rather than the three lots requested by the applicant, would be more suitable because of the topography and general character of the area; and PIr. J. R. Orosco, representing Brookwood Associates, having stated that each of the three parcels requested complies with the present R-10 zoning, that the organization did not offer to dedicate land to the Pleasant Hill Park and Recreation District, that the proposal is a resubdivision of a previously approved minor subdivision, and having objected to the requirement that all improvements for I .S. 102-72 be accepted by the County prior to recordation of the parcel nap for the proposed minor subdivision; and Mr. S. A. Hansen having appeared in support of the appeal and urged that the proposal be approved for three parcels; and Mr. Bragdon, in response to Board questioning, having noted that the Planning Commission felt that the park land dedication was a reasonable requirement inasmuch as said land borders the Pleasant hill Park and Recreation District and is unsuitable for a building site because of a flood control easement already dedicated to the County; and The following persons having appeared in opposition to the proposal and concurred with the recommendations of the Planning Commission: Mr. Michael Whaley, representing Brookwood Homeotmers Association; Mr. E. H. Winslow, General Manager of Pleasant Hill Park and Recreation District; Mr. W. L. Ordway, 3215 Brookwood Drive, Lafayette; and Mr. Orosco, in rebuttal, having reiterated that the land would not be granted to the Park District at this time; and Mr. J. B. Clausen, County Counsel, having noted that the County Ordinance requires land dedication of 500 square feet per unit or the payment of fees in lieu thereof for park purposes and that unless the property owner offers to dedicate a larger portion, enforcement of Condition No. 6 would be difficult; and Supervisor N. C. Manden having concurred with the recor--nendations of the Planning Commission with the exception of the park land dedication requirement, and having recommended that the appeal be granted in part by deleting Condition No. 6 and amending Condition No. 7, and that the nark dedication fees be paid as required by the County Code; 4 SuperIT IS BY THE BOARD ORDERED that the,recommendation of visor Fanden is APPROVED and application tiro. !4.S. Z APPROVED with revised conditions (Exhibit "A" attachedhereto and by reference made a part hereof). PASSED by the Board on May- 10, 1977. I HEREBY CERTIFY that the foregoing is a- true and correct copy of an order entered on the minutes of said Board Of Supervisors on the date'aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 10th; day of t4ay, 1977. J• R. OLSSOM CLERK BY Jamie L. Johnson, Deputy Clerk cc: Brookwood Associates Robert .C. Humann LL Assoc. J. R. Orosco Director of Planning Public Works Director 00336 7--q':-:"'.;--1.-, - EXHIBIT "A" td-S. 133-76 1_ This request is approved for two (2) parcels as shawn on-tae Staff study. 2. File Parcel Map on entire parcel prior to sale or development of any parcel_ The Parcel Map must be filed with the County Public Works Department and recorded within one year from the date of the approval of this minor subdivision or this permit to subdivide will expire. Upon approval of the Director of Planning, a one-year extension may be granted to record the Parcel Asap. 3. All new utility distribution services shall be installed underground. 4_ The Parcel Map of Subdivision H.S. 133-76 shall not be recorded prior to the acceptance of all improvements required in M-S. 102-72 by Contra Costa County. . 5. Conduct a soils investigation with particular emphasis on local ground- water conditions_ The study shall be conducted by a licensed soils engineer familiar with subsurface water problems. The study shall out- line necessary corrective measures. The study shall be reviewed by the County Geologist prior to the recording of the Parcel Map. 6. Prior to recording the Parcel Map, the applicant shall submit plans showing the grading within the drainage easement for approval by the Public i.orks Department. 7• Any improvements proposed or contemplated shall be bonded prior to recor:ing the Parcel IJap- , 00337 In the Board of Supervisors of Contra Costa County, State of California may 1 n , 19 In the Matter of ?fearing to Reconsider the Appeal of i r. V.ichael N. Huffaker for Inulication for A.S. 106-75, Oakley Area. The Board on April 19, 1977 having fixed this date for hearing on reconsideration of its denial of the appeal of rilichael N. Huffaker from Planning Commission denial of anulication for '-,':ino--r Subdivision 106-75, Oakley area; and ':r. Huffaker having presented written and oral testimony stating that he believes the proposal is not in conflict with the existing or proposed General Plan and that similar minor subdivisions have been approved by the Planning Commission in the Past county area; and Havey Bragdon, Assistant Director of Planning,. having reviewed decisions of the Planning Commission on minor subdivision auplications subsequent to the Huffaker denial; and Suzerviso_ E. H. Hasse'_tine having noted that the proposal does not have existing Yater or sewage facilities and is not consistent with the proposed Last County General Plan, and theref�Dre having recommended that the Board decline to reconsider appeal; and The Board members having discussed the matter, IT IS ORDS9 D that the reco=endation of Supervisor Hasseltine is APP=OV3D, and the Board's original determination to deny the anneal of Xr. Huffaker is ?S.'LFFIR:KED. PASSED by the Board on ilaf 10, 1977. I hereby certify that the foregoing 15"a true and correct copy of an order entered on the minutes of said Hoard of Superv+sars on the date aforesaid_ Wishu ss my hand and the Seal of the Board of cc: i`r. H•-:,Taxer Supervisors Director of Planning affixed this 1O-;day of :lay I9 77 . J. R. OLSSON, Clerk By 3�4- G•� J� . Deputy Clerk aillie L. ouza 00338 H-243176 15M IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of the ) Walnut Creek City Council from ) action of the Planning Commission ) r4ay 10,1977 on Application for Final Development ) Plan 3037-76 and Subdivision 4829, ) Walnut Creek area. ) Silverwood Development Company, ) Applicant and Owner. ) WHEREAS on the 15th of March, 1977 the Planning Commission approved, with conditions, the Tentative ?tap for Subdivision 4829 and Final Development Plan 3037-76 0£ Silverwood Development Company (applicant and owner); WHEREAS within the time allowed by lair, the Walnut Creek City Council filed with this Board an appeal from said action; NOW, THEREFORE, IT IS OF.DERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, Administration Building, Martinez, California on Tuesday, the 31st of May, 1977, at 11:05 a.m., and the Clerk is directed to give notice to all interested parties. PASSED by the Board on May 10, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of "Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 10th day of May, 1977, J. R. OLSSON, CLERK By o. 'r,�rr1.C1 . ..C.`1m�.G�t . Jamie L. Johnson, Deputy Clerk cc: Silverwood Development Company Coleman & Isakson City of Walnut Creek Director of Planning 00339 RECEIVED : 6, `jl�'°``�• j I'.� CONTRA COSTA COUNTY MAY 3 1977 PLANNING DEPARTMENT SAA p�qH cu me SAA JD TO: Board of Supervisors DATE: April 25, 1977 APPEAL - Final Development Plan FROM: Anthony A. Dehaes SUBJECT: 3037-76 & Subdivision 4829 Director of Plann Silverwood Bev. Co./Coleman & Isakson (Walnut Creek area) On March 15, 1977, the Planning Commission approved, with conditions, the Tentative Map for Subdivision 4829 and Final Development Plan 3037-76, located in the Walnut Creek area. An appeal of this decision was filed on April 4, 1977 by the Walnut Creek City Council, signed by Gary Binger, Chief of Planning for the City of Walnut Creek. The appeal is based on the City of Walnut Creek's concern regarding the proposed density of the development. This appeal is being forwarded to you for your consideration. Final Development Plan 3037-76 and Subdivision 4829 are proposed for 216 ta.::!:cU: a ^i*.s a^ 25 ac:^es i^ a P?$n^ed Unit District (P-1), located on Road, east of Heather Farms Park and approxi the wesi sid� oFia;Waii mately 900- feet north of Ygnacio Valley Road, in the Walnut Creek area. This application was filed by the Silverwood Development Company. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - The following people should be notified of your Board's hearing date and time: City of Walnut Creek Coleman & Isakson Attn.: Gary Binger 1353 Pine Street 1445 Civic Drive Walnut Creek, Ca. 94596 Walnut Creek, Ca. 94596 Silverwood Development Company Harvey E. Bragdon 1033 Detroit Avenue 4 Barrie Way Concord, Ca. 94518 Mill Valley, Ca. 94941 AAD:dh Attachments: Letter of Appeal, Planning Department Acknowledgment, Planning Commission Resolution & Conditions, Planning Commission Minutes of March 15, 1977, Staff Report, Flap. cc: Sub. 4829 File 3037-76 Public Uorks, Land Dev- Building Inspection Deist. 00 rti►i:toii;mom `viin boacd order ►.,,. R E C �t1tl� 1445 CIVIC DRIVE- WAI.:NUT CREEK. GtLIFOitNIek1 1159) 511��9JI-3300 CityOt�(Q 9 f April 4, 1977 Mr. Tony Dehaesus Planning Director Contra Costa County P.O. Box 951 Martinez, CA 94553 Dear Mr. Dehaesus: 3037 RE: APPEAL - FINAL DEVELOPMENT PLAN 00I-76 AND TENTATIVE SUBDIVISION MAP 4829 I hereby formally appeal the Contra Costa County Planning Commission's approval of Final Development Plan 3a7-76 and Tentative Subdivision Map. 4829 for a 25-acre parcel known as Bancroft Green - Phase 2, which is located in the Walnut Creek planning area. This appeal is being filed at the request of the Walnut Creek City Council. The City Council's concern on this matter primarily is in regard to the proposed density of development in an area within Walnut Creek's Sphere of Influence. The City Council formally requested the County to under- take a General Plan study to consider amending the County's General Plan so that it would be consistent with the City's in this area. This request was made some months ago and, to date, n formal response has occurred. cerely y s, Gary Binge Chief of Planning GB:hn cc: City Manager City Council 00-nAl viacrofilmed with board order r,l Crof9lmed with board order Plan vii -y Depradment CU 111-a to,.�.1„d f..a,wnl..lnrl la.wdr.. Anew it.Yong Cr`urdy Arh vnistrilion Building,North Wing C4S[a ALI-m+ Crvmonn Wllltam L Milano F.O.Milt 9:'1 latl•Jwury.Vr•r,t]nnman Martinez.C atilOrnia 9!553 County Donald t:.Anderson Mnrar�r Anthe”A De ti resus Director d Ptanninp Albert n_Compaglla ` M.irtmrs Phone: 372-2091 _ E Sobnmaaha Jack Stoddard ttichmond wiltlarn V.Waltonlll _ PlaasaM Hili ' ti April 13, 1977 City of Walnut Creek 1445 Civic Drive Walnut Creek, California 94596 Attention: Gary Binger, Planning Director Dear Mr. Binger: This letter acknowledges receipt of your letter of appeal, dated April 4, 1977, and the $100.00 filing fee for Final Development ' Plan 3037-76 and Tentative Subdivision Map 4829, which was heard by the Planning Commission on Tuesday, March 15, 1977. Your appeal is being transmitted to the Board of Supervisors. The Board will notify you as soon as a hearing date is scheduled. Should you have questions relative to the above information, please feel frce to contact us. Sincerely yours, Anthony A. Dehaesus Director of P ni n< 1. Norman L. Halverson 1' Chief, Subdivision Administration NLH:dh cc: Sub. 4829 D.P. 3037-76 Coleman b Isaksoh Silverwood Development Co. 00342 viah board order BEFORE THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA STATE OF CALIFORNIA In the batter of the Approval of the Final Development Plan 3037-76, Bancroft Green, Phase II and the Tentative Map of Subdivision 4829/ WHEREAS, a request by Silverwood Development Company (Applicant and Owner) for approval of a Final Development Plan 3037-76, Bancroft Green, Phase II, was received by the Planning Department on August 27, 1976, and a tentative map of Subdivision 4829 in a Planned Unit District (P-1) was received on September 8, 1976; and WHEREAS, 'after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on March 15, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and NOW THEREFORE, BE IT RESOLVED that the Planning Commission APPROVES the Final Development Plan 3037-76 and tentative map of Subdivision 4829, subject to the conditions as listed in Exhibit "A", which is attached hereto and made a part thereof; and BE IT FURTHER RESOLVED that the reasons for this approval are as follows. (1) That the applicant intends to start construction within two and one-half years from effective date of zoning change. (2) That the proposed planned unit development substantially conforms to the County General Plan. (3) That the development will constitute a residential environ- ment of sustained desirability and stability, and that it will be in harmony with the character of the surrounding neighborhood and community. (4) That the development of a harmonious, integrated plan justifies exceptions from the normal application of this code (Ord. 1743: prior code § 8166 (g). 00343 NUaofi!med with board oraar ii ' S . i MONO MINIM • t LUP 3037-76 and Subdivision 482 The foregoing approval wasmade in the motion of Commissioner Compaglia, J Page 2 seconded by Commissioner Stoddard, and adopted at the Planning Commission meet-1 ing of March 15, 1977, by the following vote: ;AXES: Commissioners Compaglia, Stoddard, Phillip!;,,-Young, Anderson, . . Walton and Milano. DOES: Commissioners - None. ASSE14T: Commissioners - None. WILLIAM L. MILANO Chairman of the Planning Commission County of Contra Costa, State of California ATTEST: Anthony A. Dehaesus Director of Planning J J ~ Borman L. Halverson Chief, Subdivision Administration 0934-1 Kcrofiimed with boars.' ordae j,., t Exhibit "A" E a , t l Exhibit "A" Conditions Approved by the Plgnnizg Commission-3/15/1977 - Final Development Plan #3037-76 - Bancroft Green, Phase II and Subdivision 4829 1. This approval is based upon the following exhibits submitted with the applica- tion and revised tentative map received by the Planning Department March 11, 1977. a. Exhibit 1: Master Plan indicating 203 units on 25.4 acres, •_ _ scale V = 1001. b. Exhibit 2: Typical Cluster Plans, including perspective drawing of typical cluster, consisting of 4 sheets, scale c. Exhibit 3: Plans for Units A, B, C and C, including building cross-sections and foundation plans, scale 1/4" _ 1'011, consisting of 12 sheets. d. Exhibit 4: Preliminary landscape and irrigation plans for typical cluster, consisting of 4 sheets, scale 1" = 201. e. Exhibit 5: Recreation plans for tennis courts, consisting of one sheets. f. Exhibit 6: Patio trellis plans for units A, B, C and D. consisting of 4 sheets, scale 1/4" = 1'-0". 2. The preliminary landscape plans are considered conceptual only. Prior to issuance of a building permit or filing the Final Map, the developer shall submit complete final landscape and irrigation plans, including the Bancroft Road streetscape, and common area development, indicating locations and details of plant materials, street and path lighting, paths, fences, etc. These plans shall indicate the sizes of the specimen plants, which shall be much larger than indicated on the preliminary landscape plans. 3. Prior to the issuance of a building permit, the design of all the structures shall be subject to review and approval as to layout, design, grading, land- scaping, building plans and elevations, building materials and other pertinent improvements. 4. Lot 123 shall be eliminated or retained in accordance with approval of the Director of Planning and a setback of not less than 20 feet to the adjacent north/south road, shall be provided. S. Phasing of the development is approved, as shown on the tentative map. However, phasing of the development may be modified after review by Planning and Public Works Departments. 6. Development rights for the common area shall be deeded to Contra Costa County prior to recording a Final Subdivision Map. 7. Prior to filing a Final Map, Covenants, Conditions E Restrictions, Articles of Incorporation and By-Laws for a Mandatory Homeowners Association shall be submitted to the Planning Department. These documents shall indicate how the common areas are to be owned amd maintained. Microfilmed with isoord order 00345 S F: -onditions for Approval - Bancroft Green, Phase II • #3037-76 Page 2 B. Prior to filing a Final Map, park land shall be dedicated with the develop- ment of this project in accordance with the Park Dedication Ordinances. The - amount of land shall be based upon 500 square feet of land per dwelling unit. The land to be dedicated shall be a parcel located adjacent to the east prop- erty line of Heather Farms Park as shown on the tentative map; with 50 percent credit for private space being allowed. �. Fencing shall be constructed along Bancroft Road of the same design -and acoustic properties as approved for the adjacent Phase I of Bancroft Green. 10. Submit details and locations for illuminated directories for the develop- ment prior to issuance of a building permit. Illuminated house numbering shall be required for all units. 11. The Parcel Map for Subdivision M.S. 152-75 shall be recorded prior to the approval of the Final Map of Subdivision 4829 by the County Board of Super- visors. _2- Subdivision 4829 shall conform to the provisions in Title 9 of the County Ordinance Code. Any variance therefrom must be specifically applied for t and shall not be allowed unless listed on the Planning Commission's condi- tional approval statement. 13. The developer shall contribute, in cash, one-fourth of the signalization cost of the intersection of the entrance road opposite Banbury Road. The contribution shall be made a condition of filing of the Final Map for the first unit of any subdivision within the area involved in 1939-RZ, or a condition of the issuance of any building permit within the same area, if the development will not require the filing of a Final Map. 14. Should the construction of Subdivision 4829 be subsequent to the construc- tion or completion of adjacent dead-end subdivision streets, the subdivider of Subdivision 4829 shall provide for adequate temporary protection of the road connections and for advance signing of the construction area. 15. Deed to the County 15 feet of additional right-of-way along Bancroft Road, as continuation of the widening at Phase I to the beginning of the ultimate location of the return at Ygnacio Valley Road as necessary for the 110-foot right-of-way. 16. Relinquish abutter's rights of vehicular access along the new dedication on Bancroft Road, except for the access road opening from Bancroft Road opposite Stratton Road. The relinquishment shall extend around the right-of-way returns. 17. Construct standard S1-6 curb, 40 feet from the centerline of Bancroft Road, and a 6-foot wide meandering concrete sidewalk from the southeast limit of improvements for Subdivision 4670 (Bancroft Green, Phase I, Unit I), to the beginning of the ultimate location of the return at Ygnacio Valley Road as shown on the "Ultimate Ygnacio Valley Road-Bancroft Road Intersection Plan", prepared by the Public Works Department and the City of Walnut Creek. From the end of the concrete curb, construct- an asphalt concrete dike around the right turn lane shown on the "Interim Ygnacio Valley Road - Bancroft Road Intersection Plan". k0034S* 0 34 iicreiilrfted with boort order F� .• ;-J vrltr,:ed with boord order Conditions of Approal - Bancroft Green, Phase II Page 3 83037-76 :.8_ Construct channelization on Bancroft Road to Ygnacio Valley Road consisting of S1-6 curb along the southwest side of the median, and on both sides where the median width is four feet. Use painted double yellow lines else- where. The channelization shall provide for access opening with left-turn lanes at••Stratton Road. The details of this requirement will be refined by the Public Works Department, in cooperation with the developer's engineer. 19. Construct pavement widening along the Bancroft Road frontage and free right- turn lane with a short transition to the existing Ygnacio Valley Road pave- ment. The existing triangular traffic island at this corner shall be enlarged by double yellow lines painted for the new configuration. 20. All new utility distribution and service facilities shall be placed under- ground. 21. Street lights shall be installed along the Bancroft Road frontage. The property shall be annexed to County Service Area L-45 for the maintenance and operation of street lights. ;22. Roads and common parking areas that are designated as "private roads" by the Planning Commission shall be constructed in accordance with provisions of the Contra Costa County Ordinance Code. Improvement plans, bonds and inspection fens (5% of est—i-ated cost of private roads) shall be submitted to the Building Inspection Department. 23. The requirements of the Consolidated Fire District shall be complied with, including the provisions of six hydrants. All hydrants shall be installed behind the curb line, at street intersections, in the common area to the southwest of Lots 58, 86, 143, 168, 181 and 199. Fire flow is 3,000 G.P.M., which shall be produced with any three hydrants flowing simultaneously. 24_ Sewage disposal serving this development shall be provided by the Central Contra Costa Sanitary District. Each individual living unit shall be served by a separate sewer connection. The sewers located within the boundaries of this subdivision shall become an integral part of the Central Contra Costa Sanitary District's sewerage collection system. 25. Water supply shall be by the Fast Bay Municipal Utility District. Each individual living unit shall be served by a separate water connection. Such water distribution system located within the boundaries of this sub- division shall become an integral part of the East Bay Municipal Utility District's overall water distribution system. BT:dh 11/5/76 Rev. 2/22/77 Rev. 3/11/77 3-22-77 Micron:rna isrn Lcard order. 010347 Iii THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFOM IA In the Natter of Hearing on Appeal. ) of zr. Robert F. 2pgrant from Action ) May 10, 1977 of the Planning Commission with Respect to Land Use Permit No. 2001-75, Byron Area. i The Board on April 26, 1977 having closed the hearing and deferred to this date decision on the appeal of Mr. Robert F. IMygrant from Planning Commission revocation for lack of non- compliance with conditions imposed on Land Use Permit No. 2001-75 to establish a commercial boat harbor and a caretaker's mobile home in the Byron area; and Supervisor E. H. Hasseltine having stated that he and Supervisor J. P. Kenny had toured the property site which is logated in a remote area of the County and that the marina is an appropriate lard use, and having expressed the opinion that the conditions imposed by the Planning Commission are extensive, that an additional opportunity should be given for compliance, and that possibly some of the conditions could be deferred until a need exists; and Supervisor Hasseltine having recommended that the matter be referred back to the Planning Commission for a six-month review .period to allow ILr. Hygrant to satisfactorily comply with the conditions of approval or secure deferred improvement agreements or modification; and Supervisor Fssseltine having further recommended that the county departments e=edite issuance of the necessary sewer and :,rater permits as sccn'as the ar,licant furnishes adequate information, and that staff submit a progress report to the Board within 60 days as to the status of said permits; and The Board members having discussed the matter, IT IS ORDERED that the recommendations of Supervisor Hasseltine are APPROVED. PASSED by the Board on Mlay 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors -on the date aforesaid. Witness my hand and the Seal of the Board or Supervisor* affixed this 10th day of May, 1977. J. R. OLSSON, CLERK,-,, C (' .Ronda Aiddahl Deputy Clerk cc: .•:r. R. F. Mygrant Mr. J. Coker, Attorney ?'.r. A. Kelson, Attorney Mr. D. Piantanida, Attorney Director of Planning. County Health Officer County Building Inspector 00aAs I In the Board of Supervisors of Contra Costa County, State of California May 10 ' 19- 77 In the Matter of Hearing on°Appeal of Mr. Gerald A. Cohn from Board of Appeals Approval of Variance Permit No. 112$-76, Orinda Area. The Board on Harch 8, 1977 having closed the hearing on the appeal of Mr. Gerald A. Cohn from action of- the Board of Appeals on application for Variance Permit No. 1124-76 (Spencer Kendall and Walter Ruedrich, applicants and owners), Orinda area, and fixed May 31, 1977 for decision thereon; and The Board having subsequently received a May 6, 1977 letter fron Mr. Aaron M. Greenberg, attorney for Mr. Cohnsand a May 9, 1977 letter from Mr. Maurice E. Huguet, Jr., attorney for Mr. Kendall advising that both parties have reached a satisfactory agreement and requesting that the matter be rescheduled to the May 17 Board meeting; and Good cause appearing therefor, IT IS BY THE BOARD ORDERED that May 17 at 10:55 a.m. is FIXED for decision on the aforesaid appeal; PASSED by the Board on May 10, 1977- 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date oforesaid. Witness my hand and the seal of the Board of cc: Mr. G. Cohn Super,=' rs Mr. S. Kendall affixed this 10thd° of—.._",P-v . 1977 Mr. W. Ruedrich y Mr. M. Huguet, Jr_ Mr. F. C. Kracke J. R_ OLSSOIN, Clerk Orinda Association Director of Planning BYE Ali?1f 7'72-s''.c�71 . Deputy Clerk County Counsel -Ja a L. Johnson 00349 - H-24 ir,615m H-24 i/76 Om _ 4 ` In the Board of Supervisors of Contra Costa County, State of California May 10 . 19 77 In the Matter of Transfer of Cardroom License. This being the time for hearing on the application of Albert Neal Williams and Billie Louise Williams for transfer of an existing cardroom license at the Alaska Club, Highway 4, Oakley, California 94561; and It having been noted that the County Sheriff-Coroner had posted and published the required notice and that he recommended approval of said ownership; and No one having appeared in opposition and on the motion of Supervisor E. H. Hasseltine, IT IS BY THE BOARD ORDERED that the transfer of ownership of said cardroom is APPROVED. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date oforesoid. Witness my hand and the Sea(of the Board of cc: A. Williams and B. WilliamSo,perv'isors P.O. Box 609, Oakiey,CA affixed this lotbday of_ MRY 19 g� 94561 County Sheriff-Coroner County Treasurer-Tax Collector J. R. OLSSON, Clerk County Administrator C By 1a .� C-• ,. . Deputy Clerk County Counsel Billie C. Sours 00350 H-24 3176 Mtn Mai IId THE BOARD Or SUPERVISORS COI-MRA COSTA COUNTY, STATE OF CALIFORI MA . In the Hatter of ) Transfer of Cardroom ) Ray 10, 1977 License. ) ) This being the time for hearing on the application. o£ Zrs. Bernadine Hendricks for transfer of location of a cardrooa license from Bernie's Club, 4636 Clayton Road, Concord, to 4651 Gateway Road, Bethel Island; and . The hearing having been opened; and . Captain A. E. Luntz, Cormander, Inspection and Control Division, County Sheriff's Department, having advised that no detrimental information has been found to preclude approval of said transfer, although he questioned the validity of the county license since firs. Hendricks t-as granted a city license; and Captain Luntz having explained that, in the latter part of 1976, the portion of Clayton Road in which Bernie's Club is located was annexed.to the City o;: Concord and that since Mrs. Hendricks had a' county license (which was not valid within the city limits of Concord), she was issued a city cardroom license, noting that firs. Hendricks purportedly claims to retain ner . county license which is the one she not wishes to transfer; anti Mrs. Hendricks having appeared and requested approval of said application; and Supervisor E. H. Hasseltire having questioned the validity of firs. Hendricks county license; and Mr. John B. Clausen, County Counsel, having responded that the county license has no validity in the City of Concord and that it is his opinion Krz. Hendricks lost her county license when the location of her business was annexed to the City of Concord about six months ago, and that the only action, she had taken to protect her interests had been to apply for, receive, and operate under a city license replacing the county license, so that she now seeks a second license to replace the original one; and firs. Hendricks having stated that she did not know 'her club was being annexed into the City until it was too late to protest the annexation; and Captain Luntz having referred to a letter he had received from James L. Chambers, Chief of :olice, City of Concord, advising that the City has a policy proaib_iing additions or expansions of cardroom permits, but that an exception eras made in Mrs. F:endrick's case because she had a county ca-rd-room license at the tithe of annexation, and ..rz. t:endricks having - -iicatec: that sec was plarn.& n on selling Bernie's Club .::itis the cites cam-droor", license and transferring her county license to Bethel Islam•?; and Supervisor Hasseltine having stated that he did not believe I+irs. Hendricks had a valid court;; license to transfer; and Supervisor V. N. bog,=;ess :caving recommended that the Board take no action on this application since there is no counter licenze to transfer; and 00351 p The Board having discussed the matter, IT IS ORDEP.ED. that the recommendation of Supervisor Boggess is APPROVED. PASSED by the Board on May 10, 1977. CEM- F!£D Copy 1-rufr that thin .a a fust. CC: P. Os. e BOICC tne d that ictxu r'm .}aGnc, "�P norrem ct ofd PFtrfaorr of Car r t:.-; Y r sni ej t'aiiforthp niudaa Bethel Island, CA 94511 ����-0i�;;..:�,: �. ri. oisso�, coanc County Sheriff-Coroner ctr:k a., T AatT ct;.X rrt of Suflerzgsurs County Counsel County Administrator aAMAY ] 0 1917 1 00352 z i ) In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Appeal of Robert C. Humann Company from Action of the hoard of Appeals on Application for H.S. 95-76, Orinda area. (lir. A. Id. Bones, Owner) The Board on April 5, 1977 having continued to this date the hearing on the appeal of Robert C. Humann Company from Board of Appeals denial of application for M.S. 95-76 to divide 1.20 acres into two lots in the Orinda area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised that the Board of Appeals denied the proposal on the basis that it would adversely affect the established character of the area and that the lot should remain as a single building site; and Mr. H. Corbett Kroll, one of the property owners, having stated that the proposal meets the requirements of the County Subdivision Ordinance and complies with the existing zoning for the area, and having expressed the opinion that the objection of the Tahos Hill homes Association is based on deed restrictions not conditions of approval; and Iir. lied Robinson, representing Tahos Hill Homes Association, having appeared in opposition to the appeal and stated that the surrounding properties are one acre or larger and that future development in the area should continue along the same lines; and Ur. Gregory balker, in rebuttal, having urged that the Board grant the appeal and that the adjacent homeowners seek compliance through the enforcement of deed restrictions; and Supervisor R. I. Schroder having stated that he is familiar with the area, concurred with the findings of the Board of Appeals, and recommended that the appeal of the Robert C. Humann Company be denied; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: R. C. Humann Company Witness my hand and the Seal of the Board of Mr. M. M. Bones Supervisors 1470 Danville Blvd affixed this 10thday of May , 19 77 Alamo, CA 94507 Mr. :carry Kroll k 2 Altarinda Circle J. R. OLSSON, Cler, Orinda, CA 94763 Bjr_ V,I r t r.. (I i(:. I , Deputy Clerk Director of Planning Patricia A. Bell 00353 H•2s;:;r.Ism IN THE BOARD OP SUPERVISORS OF CONTRA COSTA COUPITY, STATE OF CALIFORNIA May 10, 1977 In the Matter of Appointments) to the Family and Children's ) Services Advisory Committee. ) The Board on April 26, 1977 having accepted the resignation of Mrs. Juliana Rousseau as a member of the Family and Children's Services Advisory Committee representing Supervisorial District V; and Supervisor E. H. Hasseltine having recommended that Carol L. Rosenblum, 132 Glen Court, Danville, California 94526, be appointed to said Committee to fill the unexpired term of Mrs. Rousseau ending April 11, 1979; and Supervisor J. P. Kenny having advised the Hoard that Mrs. Ann Lenway, 32 Kerr Avenue, Kensington, California 94707, is interested in serving another three-year terse (ending April 11, 1980) as a member of said Committee and would therefore recommend her reappointment as a representative from Supervisorial District I; and Supervisor U. C. Fanden having; recommended that ?fir. Willie Parker, 75 "arguerite Drive, San Pablo, California 94806, be appointed as a member of said Advisory Committee for a three-year term ending April 11, 1980, as a representative from Supervisorial District II; and Supervisor R. I. Schroder having recommended the reappoint- nent of Mrs. Esther =tarchant, 1403 Meadowlark Court, Lafayette, California 94549, and the appointment of Mrs. Cynthia Wentner, 523 Hiner Road, Orinda, California 94563, as members from Supervisorial District III to the Advisory Committee for three year terns ending April 11, 1980; and Supervisor Schroder having also recommended that n,rs. Ruth Olson, 3645 Walnut Street, Lafayette, California 94549, be appointed as an alternate to said Committee to fill the unexpired term (ending April 11, 1979) of Mrs. Carla Gatto who was appointed to a membership position on March 1, 1977; IT IS BY THE BOARD ORDERED that the aforesaid recomw endations are APPROVED_ PASSED by the Board on May 10, 1977- I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Vitness my hand and the Seal cc: T?s. C. L. Rosenblum of the Board of Supervisors affixed T-Irs. A. Lenway this 10th day of <,'ay 1977. . -1. Parker „rs. E. r?arcnant J. R. OLSSOU, CLEFK "'rs. C. ',•;entner �?rs. R. Olson Director, Human Resources Agency By County Administrator Jamie L. Johnson, Deputy Clerk. Public Information Officer County auditor-Controller ON 542 F, In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY WATER AGENCY May 10 , 19 77 In the Molter of _ SB 97, Relating to Unassigned Water On February 22, 1977 the Board referred SB 97 to the Public Works Department (Environmental Control) for report. In view of the fact that SB 97 will be coming up for a hearing in the near future and since Senator Nejedly was unable to appear before the Board as scheduled concerning this matter, the following was submitted by the Chief Engineer of the Water Agency for the Board's consideration: "SB 97 would authorize the Secretary of the Resources Agency to file an application with the State Water Resources Control Board for unappropriated waters of the State to be used for recreation purposes and for protecting and enhancing fish and wildlife resources; and "SB 97 is definitely in keeping with the policies of the Board with respect to the Sacramento-San Joaquin Delta. It is therefore recommended that the Board support the bill and direct legal counsel and staff to express such support in line with present policies of the Board at any legislative hearing on the bill." IT IS BY THE BOARD ORDERED that the recommendations of the Contra Costa County Water Agency are approved. PASSED by the Board on May 10, 1977. t 1 hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. ORIGINATOR: Witness my hand and the Seal of the Board of Public Works Department Supervisors Environmental Control affixed this 7 oy of may 19 7L cc: Senator John A. Nejedly County Administrator J. R. OLSSON, Clerk County Counsel By 6 ` Deputy Clerk Public Works Department dean L hiller Environmental Control i 0;)35 H-24 3j76 15M .. l4 i,-I Im �I In the Board of Supervisors of Contra Costa County, State of California t-lay 10 ' 19 77 In the Matter of Consistency of Section 8 Existing Housing Subsidy with County's Housing Assistance Plan. The Board having this day received a report from the Director of Planning that the allocation of housing assistance in the amount of $4252060 for the Section 8 Existing Housing Program is consistent with the Housing Assistance Plan submitted by the County with its Community Block Grant Application for the year 1976-77. IT IS BY THE BOARD ORDERED that receipt of aforesaid report is ACMMWLEDGED and the Chairman is AUTHORIZED to provide a letter to this effect to the Federal Department of Housing and Urban Development, the letter to be furnished to the Housing Authority for inclusion in its application package. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid Witness my hand and the Seal of the Board of Orig: Dept. Planning Department Supervisors cc: Department of Housing and Urban Development affixed this 10ttday of Play 19 1 Contra Costa County Housing Authority Planning DepartmentJ. R. OLSSON, Clerk County Administrator - ./.� Deputy Clerk Maxine Iii. 2 e �eld ' H-24 3r6 Ism OX-156 i H-243/7615m UtJf ou MMMIi The Board of Supervisors 'Contra Jam»R.ofason County Clerk and Ea Otheio Cterk of tree BOard County Administration Building Costa UM Cer+tdine Russell P.O.Box 911 Ctr+r a+rk Mirtinele.California 94553 County (415)372.237t Janes P.Kenny-Richmond - lst District Nancy r—Fanden-Martinez 2r,1 0-strict - Robert t.Schroder-Lafayette 3rd District Warren N.Boggess-Concord 4M District Eric H.Hassettiea-Pittsburg May 10, 19TT 51h District Mr. James H. Price, Area Director San Francisco Area Office Department*of Housing &'Urban'Development - One Fhbarcadero Center, Suite 1600 San Francisco, California 94111 Dear Mr. Price: This will respond to your letter of April 19, 1977 relating to Section 8 funds for housing for lower income families in Contra Costa County. It is rq understanding that the application for Section 8 funds by the Housing Authority must also contain a letter from the Chief Executive of the County indicating that the application is consistent with the County's Housing Assistance Pisn. The $425,060 to be allocated would meet only a sr-11 portion of the County's 1976-77 coal of 528 units. This Goal was based on the Federal assist- ance we believed to be available during the Second Year. I ars pleased to indicate hereby that the application of the Housing Authority of Contra Caste- County ostaCounty for Section 8 funds to subsidize rentals in existing housing is consistent with the Housing Assistance Plan submitted by Contra Costa County with its Co=munity Development Block Grant application for the program year 1976-77. I also trust that if further subsidy funds become available, Contra Costa County will be considered for a fair share of those funds to meet its documented needs. Warren N. Boggess Chairman Mkrofitmed with board order 00357 S, ,21 i:aunty. CONTRA COSTA COUNTY PLANNING DEPARTMENT Cour, TO: Arthur G. hill DATE: May 4, 1977 County Administrator FROM: Anthony A. Dehaesu SUBJECT: Determination of Section 8 Director of Planni f bund Application Consistency With Housing Assistance Plan On April 25. 1977• the B rd of Supervisors received a letter dated April 19, 1977 from the Federal +artment of sousing and Urban Development (IND) announcing the availobi1ity-to the 'ounty of $42S,060 for-11.se,in the Section 8 Program in the County lintitlement Area. The funds can be applied to the Conversion of the Section 23 Program presently funded in the County or for additional Section 8 Existing Unit Subsidies. . Pursuant to the hoard's referral. we hire reviewed the housing Assistance flan (INP), submitted with the Community Development Block Grant Application of the County, to verify consistency of the number of subsidized units with the HAP for the Second Year (1976-77) Pn+gram. The $135.0611 allocated for the Second Year Program falls far short of providing the Second Year Goal in the Coccnty's INP of 528 emits. Of this amount, 15% or $63,759 is reserved for the City of Concord which is not in the County entitle- ment arca, leaving an allocation of $361,301. This amount of money will provide between 80 and 100 units of existing housing subsidy in the County entitlement' " area. This total is below our stated goals and serves only a small proportion of the overall needs of the County for assisted housing as documented. in Tablo�.Ir of the INH'. Geographically, the funds applied for can be distributed throughout the Entitlement Area in keeping with the intent of'the Housing Assistance Plan as indicated in-.Table IV, by the use of local Office pools of eligible applicants established by the (lousing Authority. Wised upon the foregoing. it is•my determination that the (lousing Autluirity's al+pliratic,mfor additional Section 8 funds will be consistent with the needs and goals of the !lousing Assistance Plan of Contra Costa County. A letter to this effect from the Chairman of the Board, will be required as part of the submission of the Blousing Authority.. Please place this item on your agenda of May 10. for hoard action. Attached is a draft letter for Chairman Boggess' signature in the event this item is approved. X111/cad Attachment 00356 Wcrofilttted with board order E IN THE BOARD OF SUPERVISORS OF COMM COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) MAY 101977 ) Trailer Coach License Fees ) The County Auditor-Controller having requested that the sum of $257,279.54, representing trailer coach fees for the period July 1, 1976 to December 31, 1976, be allocated pursuant to the requirements of levy, and that the distribution be approved by the Board of Supervisors as provided in Section 11003.4 of the California Revenue and Taxation Coder County General 101,896.30 City of Clayton 223.61 City of Concord 20,37S.78 City of Brentwood 4,020.71 City of San Pablo 3,362.61 City of El Cerrito 1,019.28 City of Walnut Creek 2,034.65 City of Pleasant Hill 1,108.92 City of Martinez 1,825.33 City of Antioch 3,573.18 City of Pittsburg 12,295.81 Town of Hercules 21.84 City of Pinole 985.38 City of Richmond 1,979.56 City of Lafayette 586.40 Town of Moraga 70.74 Acalanes High School 2,511.22 Canyon Elementary School ,44 Lafayette Elementary School 328.80 Moraga Elementary School 187.17 Orinda Elementary School 256.33 Walnut Creek Elementary School 1,738.48 Liberty High School 4,069.41 Brentwood Elementary School 1,809.33 Byron Elementary School S38.62 Knightsen Elementary School 187.90 Oakley Elementary School 1,533.56 Antioch Unified School 6,101.71 John Swett Unified School 654.36 Martinez Unified School 2,171.78 Mt. Diablo Unified School 41,027.60 Pittsburg Unified School 11,671.80 Richmond Unified School 12,581.65 San Ramon Unified School 1,877.68 Contra Costa Community College 9,916.35 Pleasanton Elementary School 1,229.49 Amador High School 1,229.49 South County Community College 273.22 TOTAL 257,279.54 Now, therefore, it is by the Board ordered that the above allocation of trailer coach license fees is hereby approved. Passed by the Board on iitAY 10 197pporiginal thatnal Cpchp tT1f1.?A COPY the o I certify t..„>s a fuM true L correct copy of nt which is on tiro in tap office, o Nnt�craVbors T Cca-rad A ado,t•d by the Board of Ori.. Dept: County Auditor-Controller the dace shorn. err O to County, California, oa Clerk a ex-ofnrio ClerkTTJ of sa J. B'&_' SOV, County cc: County Tax Collector beauty fleck Board of Supetrofaora County Assessor County Administrator stOlirE�f� In the Board of Supervisors of Contra Costa County, State of California Y�av-10 ' , 19 77 In the Matter of Authorizing Public Works Department to Negotiate for Lease of Space IT IS BY THE BOARD ORDERED that the Real Property Division, Public Works Department, is AUTHORIZED to negotiate for lease of new quarters in the Concord area for the Cooperative Extension: Service now located in Pittsburg. Passed by the Board on ?.%y 10, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Boord of Supervisors on the date aforesaid. Orig. Administrator Witness my hand and the Seal of the Board of cc: Public Works Director Supervisors Real Property Agent affixed this )Jay Extensionr+ay i9 �- Auditor-Controller n J. R. OLSSON, Clerk By k:-f Th t,f i s; 0 Pf l l , Deputy Clerk Patricia A. Bell ; H-24 3r,6 lSm 40360 In the Board of Supervisors of Contra Costa County, State of California 19 L In the Matter of Authorizing Attendance at Training Program On the recommendation of the County Administrator and the Director, Human Resources Agency, IT IS BY THE BOARD ORDERED that the persons listed below are AUTHORIZED to attend the seminar "Grantsmanship & Proposal Writing" in Emeryville from 5/18/77 to 5/19/77, with costs reimburseable 100% from federal funds (Title IV A Older Americans Act training funds): Lela Sater, Member Advisory Council on Aging President Local Committee.on Aging of Antioch 1928 Woodland Drive, Antioch, CA 94509 Gay Lucas, Recreation Supervisor, San Ramon Valley Community Services, PO BOX 604, Danville, CA 94526 Elaine Schneider: Walnut Creek Recreation Department (Senior Citizens) 31 Juana Court, Walnut Creek, CA 94596 PASSED by the Board on rSay 10, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Social Service Director Widness my hand and the Seal of the Board of County Auditor-Controller Supervisors County Administrator affixed this 10th day of May , 19 77 Human Resources Agency J. R. OLSSON, Clerk Area Agency on Aging Director -t •- Jim Takahashi e o Vii, �� .�� 1^�y2- • Deputy Clerk Patricia A. Bell 00361 H 24 SPS 101A I t In the Board of Supervisors of Contra Costa County, State of California may 10 , 1977 In the Matter of Report on Operations and Organization of Buchanan Field Airport The County Administrator having this day presented a report to the Board citing alternative organizational arrangements applicable to the County Airport, Buchanan Field, and recommending that the airport remain as an organizational component of the Public Works Department; and Supervisor E. H. Hasseltine having commented that the Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) had discussed this matter in conjunction with reconstitution of the Aviation Advisory Committee, and having recommended that decision thereon be deferred; and Chairman W. N. Boggess having noted that the first meeting of the Aviation Advisory Committee will be held on May 17, 1977 and that action on the report was desirable prior to said time so that the committee would know from its initial meeting the organizational arrangement of the airport; IT IS BY THE BOARD ORDERED that receipt of aforesaid report is ACKNOWLEDGED and May 17, 1977 FIXED for consideration thereof. Passed by the Board on May 10, 1977. 1 hereby certify that the foregoing h a true and corred copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator wdrm my hand and the Sod of the Board of siPer4hors cc: Public Works Director affixed this 10tway of May . 19 77 County Counsel Director of Personnel - J. p. OLSSON, Clerk Deputy Cleric T ttlaxina!t.it=u'c:, K.24 3/76 15m 00362 County AdministratorCOt"ll:fa Board of Supervisors James P.Kenny Cnunly Administration Building COSt�a Iat Dintrlct Mriffinov.Cnlilornrn 04553 Nancy C.Fehden (415)372.4080 County 2nd District Arthur O.WIII l Robert I.Schroder County Administrator 31d District Warren E.Boggess 41h District Eric H,Hasselllne 51h District C s May 10, 1977 RECEIVED Board of Supervisors MAY /0 1977 Administration Building, Room 103 j, R• LWN RS Martinez, CA 94553 CL Bo osr Dear Board Members: RE: Report on Operations and Organization of Buchanan Field Airport I am pleased to transmit the attached report citing alternative organizational arrangements applicable to the County Airport, Buchanan Field. In 1961 Buchanan Field was made an organizational component of the County Public Works Department because of the expertise lodged in that department in engineering and business management matters, skills necessary for successful development and manage- ment of the airport. My recommendation is that your Board continue this organizational arrangement, and on that basis Authorize recruitment of an airport manager to replace Mr. Marvin L. Scott. I believe this organizational plan, and reconstitution Qvt c.v of the Ai4=t Advisory Committee, will provide effective admin- istrative arrangements relating to Buchanan Field and allow for appropriaL•e citizen input. An important organizational alternative considered in this analysis was placement of the field under jurisdiction of an Airport Commission. A few California airports do operate on this basis, particularly the large international airports, but other- wise it is not a common organizational alternative. Establishment of such a commission would result in three airport bodies - the statutory Airport Land Use Commission, the newly reconstituted Airport Advisory Committee, and the Airport Commission - unless combinations could be effected. This number of lay bodies, with respect to Buchanan Field, would appear to be unnecessary. Microfilmed with board order 00363 1 May 10, 1977 -2- Board of Supervisors al arrangement is ctor; ifda the anixatthe public Works Dir' ointing If the Present,°will be Board will be the aPP authority that power should be appointing artment ys created► in created► racticable separadepartment if a Commission as earanagerpcan Proceed. A decision by Your Board ort m authority; to .it the airport delegated so that recruitment of is desirable ItespeCtfullY► RTHUR G. WILL' County Administrator CA11 s lm Attachment ccs C. L. Cline J B. Clausen C J. Leonard 003f�� REPORT ON OPERATIONS AND ORGAI%IIZATION OF BUCI-IA14AN FIELD AIRPORT INTRODUCTION At Its meeting of February 1, 1977, the County Board of Supervisors requested: "...that the County Administrator review the organizational structure of the operation of the airport and report to the Board on some, said report to include organizational alternatives and recommendations on this matter." On March 7, 1977, an informal progress report was submitted to the Internal Operations Committee transmitting an informational report from V. L. Cline and indicating that a formal report was to be submitted at a later date. During the post year, Marvin Scott, longtime airport manager, retired. Within the up- coming year Ralph Bradley, longtime assistant airport manager will retire. During the post year, the Aviation Liaison Committee has been abolished and the Aviation Advisory Committee established. In late 1975, a comprehensive Airport Site Selection StudX was prepared by Arnold Thompson Associate Inc., which discusses i4 the future aviation needs of Contra Costa County. Within the next month, the Airport Master Pian, Buchanan Field Airport, Concord California as prepared by Daniel, Mann, & mend n oll `wM edistributed which will after detailed pians for development of Buchanan Field Airport through 1995. Recently the Board and staff members of the County have been receiving an increasing number of complaints regarding the noise associated with the operation of the field. It is appropriate, therefore, to study the operations of Buchanan Field Airport and make recommendation for its future organization and operations. The following report will: - Discuss the existing operations and organization of Buchanan Field Airport. - Isolate specific problems and needs associated with the operations and organ- ization of Buchanan Field Airport. - Propose a set of management goals for operation of the facility. - identify a number of organizational alternatives. - Recommend one alternative solution that is most likely to meet the mutual nerals of the users, operators, monagement and neighbors of the airport. BACKGROUND In 1942, the County purchased the site of Buchanan Field Airport for a total price of $88,734. In 1942 construction was started, financed by matching federal and local funds. After its use for military purposes during World War 11, the field was returned to filo _I- 0038 a► t ' I County and dedicated as a public airport on August 14, 1946. In early 1961, iho 11wifil of Supervisors established the airport as an organizational component of the Public Wurks Department. Originally, the airport manager reported to the Chief Deputy Public Works Director. More recently, the airport operation was made part of the Transportation group, the manager reporting to the Deputy Director in charge of this group(see Charts I and 2). Staff of the airport consist of six employees: - Manager (1) - Assistant Manager(1) - Service Assistants(3) - Secretory(1) In addition, the Public Works Department provides supplementary clerical, technical, professional and administrative services as necessary. Staff assigned to work at the field are reponsible for: (1) physical maintenance and control of County-owned facilities and improvements, (2) emergency response to aircraft accidents and fires,and(3) liaison between County government and tenants of the airport. Originally, Buchanan Field Airport was one of five small airports located in the county. It has now developed Into the sixteenth most used airport in the notion as measured by total take off and landings of all private and commercial aircraft, but not Including such measures as passengers, commercial flights or air freight tonnage (see Table 1). There is only one other operating field remaining in the county (Antioch). It is privately awned, with only one runway, no control tower, and serves approximately 50 based aircraft. EXISTING OPERATION Use of Buchanan Field Airport has been growing at a constant rate, leading to the generally accepted conclusion that a "reliever" airport will be required in the near future. it is most likely that a "reliever" field, if developed, will be located in eastern portion of the county (The Airport Site Selection Study, November 1975 discusses this matter in some detail). At the present time, between 450 and 475 aircraft are permanently based at the airport (about 200 in County operated areas and 190 In storage areas leased and operated by private businesses) (see Table 2). During the period 1965-1976, the average monthly number of aircraft movements at the field have fluctuated from 19,512 to 29,411 (see Table 3). There are 32 organizations conducting operations at the field (20 related to aviation activities and 12 to non-aviation)(see Table 4). The County Airport Enterprise Fund was established in 1970 and appeared for tile first time in the budget for the 1970-1971 fiscal year. The budget for this activity must be reviewed and approved by the Board of Supervisors in the same manner as the budget accounts for other departments. However, the budget appropriations are not included in -2- 00316 3 i i 1 the County budget. Activities at the County Airport are largely financed by operating revenues. In file event operating income is not sufficient to finance proposed expenditures, a subsidy from the County General Fund may be required. Any such subsidy is included as an appropriation in the general County budget. The enterprise budget for the airport includes both operating and capital outlay requirements. All Fixed Assets including land acquisition, construction projects, and furnishings and equipment are budgeted In this account. During recent years, the airport has been able to finance its operations from revenues collected from use of the field; however, it has not been able to cover depreciation of its capital improvements (see Table 5). It is useful to note, however, that some revenues collected by the County that are directly attributable to the airport and the commercial use of property composing the Buchanan Field Airport facility are not allocated to the Airport Enterprise Fund (see Table 6). These revenues include such items as: lazes paid on aircraft, hotel room taxes collected from the motel located on airport lands, and possessory interest tax levied on leasehold improvements. The orderly growth and development of airport(s) within the county is the concern of two bodies: the Airport Land Use Commission and the Aviation Advisory Committee. The Airport Land Use Commission, established in 1968 under Sections 21670-21676 of the State Public Utilities Code, has the general functions of promoting the orderly development of compatible land uses around each public airport In file County in such a manner as to safeguard the inhabitants of the area and the interest of the public as well as to protect the airports from file encroachrnent.of non-compatible land uses. Of its seven members, two are appointed by Board of Supervisors, two by the Mayors Conference, two by the airport managers, and one at-large member appointed by the other commissioners. The Aviation Advisory Committee was established in February 1977 by Board action for the purpose of providing advice and recommendations to the Board of Supervisors on the general subject of aviation related to the airports in Contra Costa County. This committee replaced the earlier Aviation Liaison Committee originally established In 1965. The current committee is slightly larger and is composed of a broader representation of the citizens and organizations offected by aviation within the county. The membership of the Aviation Advisory Committee is: I member appointed by each Supervisor either at-large or from within the District. I member from and recommended by the City of Concord. I member from and recommended by the City of Pleasant Hill. I member from and recommended by Diablo Valley College. I member from and recommended by the Fixed Base Operators Association. I member from and recommended by the Airport Land Use Commission. 1 member at-large to represent horneowners living in the near vicinity of the airport, appointed by the Board of Supervisors. -3- QU36 7 PROBLEMS AND NEEDS A study of the organization of Buchanan Field Airport and operation identifies a number of needs which warrant further attention: - The need for a well articulated policy regarding the role and function of Buchanan Field Airport. - The need for adequate short- and long-term capital improvement plans for development of the field and its facilities, and - The need to expedite the review of the Buchanan Field Airport Master Plan which is to be presented to the Board of Supervisors in the near future. - The need for a review of the duties and classification of senior airport positions which have, or soon will become, vacant due to retirement of Incumbents. MANAGEMENT GOALS For optimal operations, the airport needs to be placed within a management system responsive to the needs of the Board of Supervisors for socially and fiscally sound administration. The organization of the airport should be centralized within a single functional unit. ' This unit should be charged with clearly stated programmatic and quantifiable goals and objectives. Management staff of the airport must have the authority to make commercial and operational decisions within policy guidelines set by Board of Supervisors. To the greatest extent possible, ail operations associated with the airport should be made the reponsibility of this unit. Similarly, all County staff with the majority of their time assigned to airport functions should report to the airport manager. Staff of the airport should have current and comprehensive management information data relating to operation and development of Buchanan Field. This should include data related to: - revenue and expenses related to all phases of operation, - budget preparation and control, - personnel utilization and control, real estate and lease hold arrangements, - aviation planning, and - land use planning. Finally, the airport manager should have the assurance that it Is appropriate to meet and negotiate with principal county, federal, state regional and business executives as necessary for the development and operations of the airport. -4- 00368 Y 1 COMPARATIVE OPERATIONS There are over 250 airports In California. They range from dirt strips to the metropolitan giants--Los Angeles and San Francisco. In order to compare like things, it is necessary to review the organizational structure of public-owned airports which have a similar state of development as Buchanan. A review of the operations*of 13 airports of over 200,000 general aviation movements in 1975 and having little or no commercial airline business (such as Buchanan Field Airport) indicate that six are owned by the cities and seven by the counties. There are three major organizational structures used by these jurisdictions to operate their airports: Airport Department (6 fields), Transportaton Department (3 fields) and as a component of Public Works Department (4 fields including Buchanan Field and two in Los Angeles County). Tables 7 and 8 include data showing the relationship of Buchanan Field Airport to other airports in California. ORGA141ZATIONAL ALTERNATIVES Review of Buchanan Field has identified a number of problems and needs facing the operations of the airport. A set of management goals has been proposed for use In the development and evaluation of alternative courses of action. The following options are available with respect to Buchanan Field Airport. Option #I County terminate Its interest in land and Improvements by selling and/or leasing facility to another public agency and ass cin nn all operational responsibill ties to that agency. Depending upon legal considerations, the County Hoard of Supervisors could separate Itself from the ownership and management of the airfield. If prior agreements made with the federal overnment allow the property, improvements, leases, and concessions could be sold and7or transfered to another public agency. In development of this alternative, it would be necessary to provide for long-term County employees now assigned to the field, determine a fair market value for assets and liabilities, and to develop a legal process to transfer ownership and interest in property and contracts. The new owner would then be responsible for operations, development and community relations. This alternative only affects the ownership and control of the land and improvements as an airport, and does not include consideration of the annexation of the property to an adjoining city. Option #2 Transfer operation of airport to an existing County department other than Public Works apartment The Hoard of Supervisors could place responsibility for airport activities in an existing County department other than Public Works. Airport staff would continue to requisition supportive services from other departments as required. -S- s 00369 Option #3 Tronsfer operations of airport to an inde endent air ort commission with final auihorl ty in County Board of Supervisors. The Board of Supervisors could transfer the operations of the airport to a separate Independent airport commission. This commission, whose members could be appointed (in whole or in part) by Board of Supervisors, would be responsible for administration of the airport with day-to-day operation assigned to its staff. Except for legislatively mandated activities, all operations would be assigned to the new agency. Traditionally, such agencies are required to the extent possible, to be self-supporting. Option #4 Transfer operation of airport-into a new department of aviation reporting directly to the S-o—a-ra of Supervisors t roug m e aunty m n s#rator. The Board of Supervisors could authorize a reorganization of aviation operations by placing all airport related activities in a separate department. The chief of this unit would report directly to the County Administrator in a monner similar to department heads of small departments. Airport related activities would be assigned to this department with supportive service to be furnished by other County departments as necessary. The airport manager would have the responsibility for: Design, construction and maintenance of physical Improvements on airport property, - Development, implementation and management of airport operation procedures, _ - Development, Implementation and servicing of airport tenant contracts, and - Operation and management of County budget, accounts and funds relating to the airport, Option #5 Continue the operations of the airport as a component of the Public Works Department. The airport operations could continue within the Public Works Department. CONSIDERATIONS Option #I , County terminate its interest in land and improvements by selling and/or leasing facility to anol her public agency and assigning all operational responsibilities tot at agency. -{,- 033'70 i I i Advantages The most obvious, immediate advantage of this option is that file existing problems of noise, air pollution, traffic congestion and fiscal limitation would he transfered to another agency by the County, and the County could realize major one time fiscal benefits. The County would initially receive revenue from sale of property and would continue to receive receipts from (1) property tax on aircraft, (2) hotel room tax, and (3) possessory Interest taxes, Disadvantages It would be a major reversal for the County to relinquish control of Buchanan f=ield Air- port. The airport is of major recreational, transportation and economic importance to residents and property owners within the county. it serves the total county. Pilots and aircraft owners using the field live throughout the county. As a countywide resource, the County Board of Supervisors Is the most logical legislative body to control Its management. In addition, there could be considerable legal problems Involved in the sale of property for which such large amounts of federal funds have been used for acquisition and improve- ment. Similar problems could arise from the transfer of leases and rental agreements made originally with titre Board of Supervisors. Existing County employees assigned to the airport might be affected adversely. Termin- ation or transfer of staff with 10-15 years of experience is always difficult. Most importantly, however, is the long-term commitments made by County Board and staff for the orderly development and operation of the facility in the best Interest of community, operators, users, and taxpayers of the county. Buchanan Field Airport is an integral part of the County government serving a countywide need, and as such should continue under Board of Supervisor's control. Option U2 Transfer operations of airport to an existing County department, other than Public Works Depar mens. Advantages The transfer of the operation of the airport to another County department would need to take into consideration the fact that the airport is a commercial operation. As a commercial operation it serves two clientele: (1) Fixed base operators and (2) aircraft owners and operators. if there were a suitable smaller department, the airport operation would constitute a larger portion of the activities of that department. Accordingly, there could be the opportunity for more flexibility of action and immediacy of responses to needs and concerns. Disadvantages There is no other County department with staff that has the necessary skills and experience to support the operation of the airport. The cost of reorganizing a major -7- 00371 k 11! i section of County government to accommodate this single operation would be unreosoo ably high and should not be implemented. Option #3 Transfer operations of airport-to an independent airport commission with final authority in the County boardof buper—visors. Advantages An Independent airport commission could be an effective buffer between the Board of Supervisors and the various conflicting interests of the airport. A commission where the members have no vested interest in the airport or businesses which would be affected by the airport could be a valuable adjunct; however, the f anal decision-making process must rest with the Board of Supervisors. Disadvantages The major disadvantage to the creation of an aviation commission would be the Intro- duction of another semi-independent authority in County administration with the con- sequental diminution of the Board of Supervisors' authority for management of County affairs. in addition there would be a considerable expenditure of County resources to establish and support the commission. Finally, there are legal questions dealing with the creation of such a commission that must be considered and resolved prior to taking any actions. Option #4 Transfer operations of airport to a new department of aviation reporting directly to the Uoord of 5upervisors through t e CountX Administrator. Advantage A small self-contained department working with County administrative staff and the Aviation Advisory Committee could result in an effective airport operation. The department would have only one function and ail of its staff and resources would be oriented toward the operation of the airport. Management could be flexible and could take action quickly to meet commercial and programmatic needs. Management would be focused on one person and thus responsibility and accountability for operations is easily established. This option may be the most effective if the airport is to be operated primarily as a commercial enterprise. Disadvan i ages The creation of another County department would increase the span of control of the County Administrator and Board of Supervisors. Added workload would be placed upon tilts 04372 M;� various administrative, fiscal, personnel and legal departments. A new department organized to manage only the airport would be small and could not support all of the specialized services traditionally required. It would not have the resources and would have to contract for special services with the Public Works Deportment or consultants. It is possible that if consultants were used to a great extent costs would increase. Success of an Independent department would depend to a much greater degree on the personality of the airport manager than if assigned elsewhere. Option#5 Continue the operations of the airport as a component of the Public Works Department. Advantages The airport operations have been part of the Public Works Department since 1961. Tradition and established procedure support the management of the airport within the structure of the Public Works Department. Based upon existing County governmental systems, procedures and organizational struc- ture, the operation of the airport will benefit most by remaining in the Public Works Department. Disadvantages The airport operation is only a small unit within the Public Works organization. CONCLUSIONS AND RECOMMENDATIONS The operations and organization of Buchanan f=ield Airport have been analyzed and five options presented for consideration. Of the options presented, Number S, "Continue the operations of the airport as part of the Public Works Department" is recommence f as the one most likely- to meet ilia current needs at ilia County tor immediate operation and future development of the airport. The major reason for continuing the existing arrangement is the traditional and comprehensive support and leadership provided to the airport management by senior staff and resources of the Public Works Department. The department has the business management, engineering, real estate, and related transportation expertise necessary for proper airport development and administration. The airport is the only enterprise operated by this County; it should be operated so as to avoid a loss. This requires a professionally trained staff with experience in operating medium to high density air fields. The positions of Airport Manager and Assistant Airport Manager should be' reviewed for proper classification and Civil Service procedures initiated to fill the position of 'Airport Manager as soon as possible. While the Public Works Director is the appointing authority for these positions, the Board of Supervisors may wish to request him to confer with the f fnnrd in the appointment process. �n k+ 9- - ` OQ3'73 @ 1 i } I CHARTS AND TABLES Chart I Organizational Pian-Public Works Department 2 Management Decision Network -Buchanan Field Table I Aircraft Movements 2 Aircraft Based at Buchanan f=ield, 1965-1976 3 Aircraft Movements: Buchanan Field, 1965-1976 4 Tenants: Buchanan Fields 1976 5 Comparative Financial Statement of Operations: Buchanan Field, 1971-1976 6 Non-Assigned Airport-Related Revenues: Buchanan Field, 1974-1976 7 Organizational Structure - California Airports with General Aviation Movements In Excess of 200,000 in 1975. 8 Operations and Expenses, County Airports, 1975 0037.1 .1Al 41 " es . •� i Chart Organization Plan Public Works Department Buchanan Field Airport Board of Supervisors County Administrator Public Works Director Public Works Chief De ut Director Business and Buildings and Services Grounds Administrative Environmental Operations Control Operations and Detention Facility Hood Control Project Transportation Real Property Land Road Development Design Traffic Transportation Engineering Planning Buchanan 00375 5 Field Airport -10- aa :mart 2 BUCHANAN FIELD AIRPORT MANAGEMENT DECISION NETWORK Airport Land Use __ _ County Board -_--- Aviation Advisory Commission of Supervisors Committee 1 1 1 � t t tJ 1 1 jCounty 1 Administrator 1 1 1 1 1 1 1 1 1 1 1 1 Public Works 1 Director 1 1 1 1 � 1 1 1 1 1 1 1 Chief Deputy 1 Public Wks. Direct. 1 - 1 1 1 � 1 1 1 1 1 1 1 i . = Dep. P.W. Dir. - �------------'-- Transportation 1 1 - t � 1 1 1 1 1 1 1' 1 1 1 Airport - 1.------------__-- Manager Aircraft Fixed Base Operators Operators ----- Advice'and Recommendation Referral for Action 00376 A t Table I 1 AIRCRAF'C MOVLMLIff list►a Viso If1L . f10-61110o91D AISPO01 110/ffIC CONIIOL IM104, M 1/Nr matt q 10161 Ifftalrt I0t0ltley3 N N sllu to sl/►1 u I :0, [ a /Serle. a 1/01 oil 0 a 1 0 1 0 D 1 0 0►.1Tt V. a OINt 11 U • 6 f 0 [-IC101 O1161f )NIL It 1 1 48101 Ross IMI 92141 6& N 1 1 111141 SIN/1 Irl t/ L I 611441 1,111 Pots, pro(" it N to /ISI46 for NY/1 111 l 7 lla 0,.S CINCI%%u 1.11611% eft0 e) /11116 1,0114 01.14I 1 6 S7711i bah/t0"111/Vis cel/.lt to N 14 to 391) 16;1+144 I11ltellat(Ip/t 61 L S 4417/1L N/%)-Vital 0,1990011111111 IN " is 11)010 ID: :r91111 IN116N4110h1L C/ 1• 6 4614116 IftDIRAIRILIS bill CIIOt IN 0 is )IDM t•1101, alp lc lr)l U S t 44;H)1 w01%D- so 1 1+ ►0449 No, "w if lr ll p 1 : 446.1/71 pOalUHO ih11ry1t1n46{ M N ►a f011u ►101419 11.1 111611114 INIL 11 l • 4'Sl11 0,"111 still• of%ft111st(/ Nl 4 1+ 101116 ova tea 1 11 1. 10 4414th 1/11 tl LOU I of Slott 110 it l 90 70601{1 DINrss 111p11704 Not LO t II 1001144 1 w /rIfIN10 14111N&t1eN/t U N 41 101011 « Is, CI l !f It/u1 ultra IIA ON 0101 IF 41 l 9J foeS61 D&.11ro 14IIf 3.11tN&o 9& 1 11 . I/o►11 ror11DINt1 at 1 .11 1:741 {ov 01101"14140019• t1 r 16 Its ata 164 011l0 lth+M114 u " +6 Will 1141111 40f Ir4 r: 1 IS swl$ t)•J:Initt MuCo1I M '0 0-1 P819166 i 1 ti�� Sat"14iC111 Nr l +6 101061 ` '111)I T' -Irp- vi Mint---(i 1 li 733• PouL1 pr Ir111 C9h 11%14111 11 L 11 Moto /491110/61 -1.911{ a1 0 t1 $%%M top"%tan Pian•&& CI p If 1+0011 Sty n 6%111190 to L 19 liflie Oattlt 100110% It t %1 196111 /11111 f 014,4111/ I111L 111 t 10 M116 lilt& 16,1901ney/t at ■ toe I+Ibal t• c0,ur11 %v L Is 111th 0.1a)elr/1111 0,111/roll m ■ 101 $111ts . Is,I."4411616■M hr I 71 Ill.of Bela ltrl•tq it 1 tet 106plo 10401Uau -1 t 11 71►I:/ ►11111NNt 011 l 107 1+1111 11 tnuls 1%111460 1440% ►0 1 144 llssll IIS■alsoI h10)I(l•sl l/ l 10► i+1.11 109/1"M Dao 1{ 1 011 )1446%1 SIN JUAN Ir116%a11040{ to t lea I.s1101 ./S-It tin%hot 111. I cc l I. lis is Cott-but O"In It rN N les I+•LI44 SAN JMI filo Nutvlty C1 $ i1 711701 NI.rn91 %INS t& S lot 191616 1, st Incl x1110 - 10 1 H 7111%11. 111440100"1"It$,al 111 10 160 1+1446.1 PN11/011!41► IN II •1 t 111 1004416 n{Iltx nue u►■ 6I r lea NIO&6 — 07{Id May s& 1 to $Delta ►/.rl 16119N6110h&1 •Il L 110 19161+ hNlsler Ir.ttt Is l 71 1.4114 1&II•oh1S It 1 Ila 1+1414 NI-rolls F4, IPI&Ilwa 1% Y II 1+1.1111 1041 tnmlo0oll Ir1Cu11N 11 l 111 I'D,,, rl11110,IN Wlsrt 14 1 111 1 tl 74af)+ %11191 N3 ► 111 1 I'll IIS yIt&,•11160110 INIL 6v L ss 141Its 6Ha1u!%111011!«11 11 !"IN-111" ".101 IV pall 11 1 $s 116J10t It .44.11 I4rtowle%.l 11 w 1144 141001 1 Ihil14111,1411 1l 1 I'll 1:10117 OIf01h'e0- &1 N Ili I�ieN le\1 .01St■I/(IDN 16 l 11 I91r+6 01141St Cllr 0,1 ► Ill 1441611 140416 stv11s10t D, v 71 Irl)71 011040 Iress 111ttfN&IIfWIL 6p N 111 111101 11•"0.1 Il 1 7+ 7144.16 Sra"In9[ 11 N 11+ )1%1.1 1111%1 UpI IS 1191106 CLOUD ►h t •0 J►1441f 11411 ..81M 111 { 170 1&Illt p Mt111C rl 1 41 76-111 lie laon01 .wltlfal is I III lassos %Ir 7&11•%1 104116041 11 { 67 il.esS0,u11{a IBOy(Vll(L Pill. tt l III Molt 114416 //4061411 t16M1/ 110 t 41 MM SW Vital .110ry IIILD U 0 all lryNo tIN4161041% 11 TILL INIL ph l 66 16,0641 '9111104 NJ N Its I/also Loh/& 4ry{cl it l .1 pass's glaht0«111101111 It N. It 1.143. ttN U■pill 14116411 I:411 111 Y 6, IS4024 t"frrsltN Mow 01 Ill 11 N IIs 160660 111111a10N rU411196t t1 1 41 1111016 P1/116116614 at11901%t 4/ l 111 l/O.n% I PUIS"IIL1 Matto at 0 to 11,1113 $0,14M city RMIC1T6l ►0 L III 110366 .1Y1e11a 116 l 449 177000 Iogg10111 q N Ii+ 1144411 SI of010 •1 t SO HIM 0&41&1 111.1 (10t16Na'Ma, ►O l 170 111IPO 1:11 lul Cllr INIL to r SI Itoou $M11tta" al 11 171 It►D41 1.vta%l 6\\LITl1 t& N SI 11 ta11 1."l IV4 -1 S 1fI 111111+ 0111011"t160 Y41M to NI l s! 1%101441 rlhhl1111 is Cf I$I&l .N L III 11116111 alt10lta-to C0N11NtNl IS I I/ I%I161 9th to Sri 146% [r t 116 ("10111 r lir at'11 [. 6 ,1 1417), "110 •I'll, act It N IIS I11%1. ' I.y c66tot ti 1 6. MU, tu1Nr t1 S 116 Ill%■l a%tlue:fl 1414 1,K0% &4 r .so 1161.6 NIS I'll 01 r IIP Inru7 6:11 011[.1 MIM911 to 0 1% 117101 LtaM Tor 11.1 •1 $ 11► 1144000 hal.{%ll Ultwlr" c1 I 116 4171at "It"I"J•tlw.+ 11 l Its IlN6a �. 9.40-1{IlS J"1111 lI1N[D Co. a as 117011 Matto ►ol%[ rllln N/ N 11%0 ll Nal S1 flit, %406 t11•1Y4110 11 l 61 1 Mot Man plswp "1 S 161 {116011 06"tiva 11 of 11 $ :1 110441 Nll-1446104 a Not- 1`1 N Its 1111 trot aG%Ial111)111 11 l 447 it)4Jf 01611001 I-►14&00 [1 N 161 1106.0 .tvlf{1-B/1111►11 ►. l 66 117.Faa rlltr tt I'll lar Sw rl l las 1,1:06 10{11 lD t 61 ff+w. l•ara 41 Y IN 4114"1 % lull", 4"i ► ea 1111116 Stitt IN 111. S 11%6. lU/l7 11{140 at. 114-fell to S er 730 NI 11011144 UrOh. it 11 rt l I4"' 1011%!1 till..4410 101,141 .1111 P. { 14 110111 folette"I to N Ise 140171! IMlt-0al us"14slON 1101► oil1 61 116416 So%JUIN Ill& a6NO1 to t It% ILIK W&10,& tMN11 to M 10 I's 460 alta-Ma Wo I41► to S ISO 10,11fe .1,11{tgrr NJ 1 /1 MIDI 4001t%1 61f.IrNa1 %a r Ill lol%r% I t111,0ar 1 %J a it 11)1111 •'410.10 to s is? 14.1:11 l lot 0111 rw 111.44{ hl S lI IlstIt oil 0011.IWMI+{•a It l IS7 1601!% it WOo%.OY) 111161011 SONst 6p r 16 III)" I/:JWs1 r►rf03. 1411 No ■ 116 (69(4 It -ay 11 11 N 11 7715744 aI%r 14110411111lat N% r 111 111111 41411\110 00%001 CM1v 611 p 16 111767 Va%tS N1MIan n 401►rr: 770110 1.11 Nltt/ la N 113 ISN Is .11"to 1{ 1 11 Ilpf l% fto1h10r�0 tllNV01 K - 111 Itlf%1 rlt.%Inll -litultt .1 ► 114 11M. 4"R al xl 111 N Is+ (lta%I4 Mato olatNlall ca t e0 81+634 $4416 IOI&Snhq%a lawn 1& y Jac- 41se+1%6.1% 1: _12_ 003'x•7 1 i Table 2 AIRCRAFT BASED AT i3UCHANAId.FIELD AIRPORT - 1965-1976 (MONTHLY AVERAGE) Type of Aircraft Storage Area Year Tota! Twin Helicopter County FBO Outside Ft30 Inside 1965 224.4 18.2 1.9 1966 308.6 23.8 2.8. '1967 323.4 24.8 2.3 1968 347.3 25.8 1.0 1969 375.5 19.5 0.4 1970 369.9 32.9 0.5 1971 364.8 37.0 1.3 1972 381.8 38.9 2.0 1973 408.7 42.9 1.8 230.5 63.9 116.2 1974 424.0 48.0 0.2 241.2 56.8 126.0 1975 454.9 55.4 0.4 267.5 46.4 141.0 1976 471.9 58.2 -0- 283.0 42.5 145.3 Source: Airport Manager's Reports and files. y 1 -13- ,. K4_ V 0,1, r Table 3 AIRCRAFT MOVEMENTS 13UCHANAN FIELD AIRPORT 1965 to 1977 Year Total Mon. Aver. 1965 234,146 19,512 1966 290,329 240194 1967 306,609 250550 348,885 29,073 1968 318,061 269505 1969 295,106 24,597. 1970 267,142 22,261 1971 260,850 21 ,737 1972 300,494 25,041 1973 310,806 25,900 1974 327,160 27,264 264 1975 352,933 29,411 1976 Sources Airport Manager's reports and files. -I4- 003'79 z r Table 4 TENA14TS BUCHANAN FIELD AIRPORT 1976 Type Public Non-Commercial Commercial Total Airport Traffic Control I (USA) I Aircraft Services & Operations 9 9 Aircraft Fueling Facilities 3 Aircraft Parking I>(CCC) 2 5 Aircraft Storage Hangars 3 Commercial - Non-Aviation Industrial Non=Aviation 8 8 Total 2 3 27 32 *Department of Agriculture, Contra Costa County. Sources Airport Managerreports and files. 3 ix S 1 F _ 2 1 ki £ 00380 lsgOQ -Z 0 Z Dm �D m OO D x 'nrp ' Dr0f° O Zc m Hco _ a D -1 -1 -1 X:j o� n3 �"c ° On ".a ° o n" cAoD° ° o mz o° N o to A > > m 7 mn E _<,o.° cx Z z n n nn n. �.° coCL Z �� �Q� a m 0 o� ° ° 3 X X m D_ �Z m H Hvla� � Z O tn Z Z Z Z� a v "c�< �N c ao" c LA m 9 `° F lA to N N O V N t0 W O �O V N N V F V co 41 t0 Oh F co V O� O. to N V1 to W V V T lA o F N F 101h�h CO kO O% •L N O "to V M V O 0%kO — _N �O N W O `O `O Ofb OVO VN V OV AW TV toF O ' b _ D ^ ^ N 1�v1 N W Ot �O N toil1NJ1 V — N W O 4pW � 00�p FV F CO tO 00 pN W O\ V1 O N e to 0� 1 pp NOD tOn W 14 1 tw �tf O tt" V V O O t= 6 C D Z D -i r ^ yy�� Cm LA w p H W CAW a%CA m= V r w(0,,° —'' ppp --Wtoil hi. y.�p�i to tm-- n W b N 'a ' coN hi I to F ^OD CO w O F v V1 to 4W! v N V— W 0% 0% 1 N W V zm y �O^ NN O� V tvif 1a• O ON W V F O V t0 W tkA O F O O yay11 ywN %N W kO M W _O _W F{ppW,��� Op 0% Ln •- W D tNl1 I F W �V wN001 OVi 1 W� Ot�W i7• Vf N v v O O OD V V W ON F O '1%0 to F c O G V qq 1 lJ .FJ1 N .N1 N _W N N W V1/V Cp O mV �N W to O OD�CON i p 1 (h �O o v ON 1 F ON V N v v 2 ytA� �D W V W W N V V N lA O Oi N to Ot N Ot O F O%w to W 10 V1 w F N N V -..1 T. to W OD�O _F_O to O O r N_ — co T tO F co O ��J1 OD O% oo A i V 1 O�pO O�O W 1 W F -- W V VI VO Fw00 1 0 1 WO NONW O I Oh W F r 1 i i f Table 6 NON-ASSIGNED AVIATION-BELATED REVENUES Aircraft Rm. Occp. Possessory FY Ending: Tax '(1) Tax (2) Interest Tax (3) Total 1974 $29,554 $150651 $21,461 $ 66,666 1975 40,825 30,106 32,727 1039658 1976 48,923 35,106 39,988 124,017 Sources: (1) Annual Report: Financial Report, Contra Costa County, County Aud.-Controller. (2) Annual Report: Financial Transactions Concerning Counties of California, State of California, State Controller. (3) Co. Tax Collector records. -17 00,282 r Table 7 ORGANIZATIONAL STRUCTURE CALIFORNIA AIRPORTS WITH GENERAL AVIATION MOVEMENTS IN EXCESS OF 200,000 IN 1975 Name Owner Organization Brackett Field (Los Angeles) (2) County County Engineer and Surveyor Buchanan Field Airport (2) County Public Works El Monte Airport (Los Angeles) (2) County Transportation Department Fresno Air Terminal (1) City Transportation Department Fullerton Municipal Airport (2) City Airport Department Gillespie Field (San Diego) (2) County County Engineer and Surveyor Hayward Air Terminal (2) City Airport Department llotlywood-Burbank Airport (1) Private Private Long Beach Airport (1) City Airport Department Los Angeles International Airport (1) City Airport Department Meadows Field (Kern) (2) County Airport Department Montgomery Field (San Diego) (2) City Transportation Department Napo County Airport (2) County Airport Department Oakland International Airport (1) Port Port Authority Orange County Airport County Airport Department Sacramento Exec/Metro. (1) County Airport Department San Carlos (San Mateo) (2) County Public Works San Francisco int'I Airport (1) City-County Airport Commission San Jose Municipal Airport (1) City Airport Department San Jose-Reid Hiliview Airport (1) County Public Works Santa Monica Municipal Airport (2) City Airport Department Torrance Municipal Airport (2) City Transportation Deportment Van Nuys Airport (2) City Airport Department Notes; (1) Airports which primarily serve scheduled carriers. (2) Airports which primarily serve private aircraft. 00383 =.z k a'�"F*MMnn"W �z4 mni++ � 3� Pip HMO W ODVCM OWC.4 Oh N IF WN mwowinwN=ovmm.lao.v�wNp - � .7 b VVCDO{nt4•�O�tD IAWN wPPJWIA aN.i�N1.49va115'?1w 4A N O�`a 000D O�`JVNN WNP NYIWVP `s 9, • mOiVNW�VtnpVINNOe p44W� itt a_ ✓ F 1 In the Board of Supervisors of Contra Costa County, State of California ny 10 , 19 72 In the Matter of Proclaiming the month of May 1977, as Correct Posture Y•.onth in Contra Costa County. IT IS BY THE BOARD ORDERED that the month of May 1977 is hereby proclaimed "Correct Posture Month," as requested by Mr. Roger Beck, Public Relations, 15300 Ventura Boulevard, Suite 425, Sherman Oaks, California 91403. PASSED by the Board on May 10,1977• 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Administrator Witness my hand and the Seal of the Board of Director, Human Resources Supervisors .Agency Public Information Officer affixed this,an•t4lday of Meir , 19 ?2 a- fh'j J. R. OLSSON, Clerk ByC Ls 14j-. &If . Deputy Clerk Patricia A. Bell H•=a 3/76 15m r 00383 In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 L7 In the Matter of Report on Municipal Court Staffing and Salary Amendments to Government Code The County Administrator having submitted to the Board this day a report dated May 5, 1977 relative to provision for amending the Government Code insofar as any necessary staffing and salary changes for municipal court personnel; and The County Administrator having advised that the proposed amendment provides for an Assistant Marshal position in a five- judge court and for salary adjustments for the Clerk-Administrator and Marshal of the Bay Judicial District (courts with five (5) through seven (7) judges) ; and IT IS BY THE BOARD ORDERED that receipt of aforesaid report is hereby ACKNOWLEDGED and submission of said amendment to the California State Legislature AUTHORIZED. Passed by the Board on May 10, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of supervisors cc: County Legislative affixed this 10thday of May . 1977 Delegation Director of Personnel County Counsel J. R. OLSSON, Clerk Auditor-Controller ByA .1:. _.tG_ . Deputy Clerk Presiding Judge, Municipal Courts (4) H-z„P6,sm 00383 J. County AdministratorCOntt� Board of Supervisors James P.Kenny County Adm,nistration Building ^ Ist Oistrict k!a.Vgez,Calilom �C( ia 95553 Henry G Fand•n County(315)3724M 2nd District Arthur G.Will Ruben L Schroder Chmry Administrator 3rd O stnct Warren E-Boggess 4th Oietnct Eric H.Hasseltlne 5th District May 5, 1977 RECEIVED Board of Supervisors MAYA0 1917 Administration Building, Room 103 J. assort Martinez, CA 94553 °f su soar Dear Board Members: RE: Municipal Court Staffing and Salary Amendments to Government Code on February 1, 1977 the Board approved a County Legislative Program for 1977, one facet of which includes provision for amending the Government Code insofar as any necessary staffing and salary changes for municipal court personnel. As you are aware, there are currently four municipal court districts in the County: Delta, Walnut Creek-Danville, Mt. Diablo and the Bay Judicial Districts. The Bay District .came into being following the January 1, 1977 amalgamation of the Richmond Judicial District and the West Judicial District. At present the Bay District is authorized 5 judges; Mt. Diablo, 4 judges; Walnut Creek, 3 judges; and Delta, 2 judges. Additionally, each Municipal Court District is staffed with a Clerk-Administrator of the Court, a Marshal and varying numbers of supportive staff somewhat proportionately related to the number of judges authorized in each judicial district. For the past several weeks, members of my staff have analyzed existing staffing arrangements in these judicial districts and have concluded that a restructuring of the staffing component for the Bay Judicial District is desirable. In summary, the plan provides for a 10 percent adjustment for the Clerk-Administrator of the Bay Court and a 5 percent adjustment for the Marshal of said court as shown below: Q*J 07 ASQofiirr': with board order i Board of Supervisors May 5, 1977 Page Two Present Structure 1 Clerk-Administrator of the Court--all four courts 1708 . 2076 1 Marshal--all four courts (2 in Bay) 1832 ---12227 Proposed Structure Clerk-Administrator of the Court (Schedule A)--Bay Judicial District 1883 i 2289 Clerk-Administrator of the Court (Schedule B)--Delta, Walnut Creek and Mt. Diablo 1708 12076 Marshal (Schedule A)--Bay Judicial District 1924 2338 Marshal (Schedule B)--Delta, Walnut Creek and Mt. Diablo 1832 ]�j 2227 Moving to this proposed classification structure will recognize the responsibility differences in the Bay Judicial District operation vis-a-vis the other judicial districts and also provide for any future judicial district expansion and/or consolidation. Our recom- mendation that two levels of Clerk-Administrator of the Court (Schedules A and B) and two levels of Marshal (Schedules A and B) be established would provide that a Schedule A pay range job can only be authorized for a 5, 6 or 7 judge municipal court_ Conversely, a Schedule B pay range job is authorized for a 2, 3 or 4 judge municipal court. Subsequent to the January 1, 1977 formation of the Bay Judicial District, the judges of the district immediately appointed the former administrative clerk and law enforcement heads of the defunct Richmond Judicial District as Clerk-Administrator of the Court and Marshal, respectively. X0388 Board of Supervisors May 5, 1977 Page Three _ However, the former law enforcement head of the West Judicial +- District remains employed as a Marshal. The former Clerk-Adminis- trator of the West Judicial District retired and the position was, cancelled: r .. In addressing the problem of eliminating one excess Marshal position in the Bay District, staff recommended, and I support, the establishment of an Assistant Marshal level for the. Bay District only, the top salary of which will be set at 21.5 percent below the top salary for Marshal in the Bay District. In conclusion, I can inform the Board that the above recommenda- tions were discussed at length with the four Clerk-Administrators of the court and separately with all four Marshals. A separate meeting also was held with the Marshal of Bay and the former West Judicial District Marshal regarding the Assistant Marshal proposal. While each group suggested alternate approaches, my recommenda- tion is that the plan cited above be approved. Respectfully, ARTHUR G. WILL County Administrator WPH:sr cc: W. Hamilton 00389 I IN THE BOARD OF SUPERVISORS OF COir-TRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Formation ) of the Human Services ) Ilay 10, 1977 Advisory Commission. ) The hoard on January 11, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) for review the natter of formation of a Human Resources Commission to whom the Board could delegate responsibility for advising on the delivery of human services; and The Committee having this day submitted a written report, copy attached, in which it is recommended that a nine-member Human Services Advisory Commission be established, subject to certain conditions and guidelines; and Supervisor Hasseltine having moved that the aforesaid recommendation be approved, and Supervisor Fanden having seconded the motion; and Supervisor W. 11. Boggess having expressed the opinion that the Commission should be as small and workable as possible, and 'having moved that the recommendation of Supervisor Hasseltine be amended to reduce the size of the Commission to seven members, with each Supervisor nominating one member from his or her district for Board approval and two appointments being made by the Board on an at-large basis and Supervisor Schroder having seconded said motion to amend; and The Chairman having called for a vote on the amendment, the same was as follows: AYES: Supervisors J. P. Kenny, R. I. Schroder, U. N. Boggess. NOES: Supervisors N. C. Fanden, E. H. Hasseltine. ABSENT: None. Supervisor Boggess having then stated that he disagreed with the recommendation of the Internal Operations Committee that the Commission be reimbursed only $10 per meeting, and having moved that the recommendation be amended to increase the amount . to $50 per meeting; and The motion having died for lack of a second; and Supervisor Boggess having further moved that the Committee's recommendation be amended to provide that the Internal Operations Committee continue to monitor the Human Services Advisory Commission, and Supervisor Schroder having seconded the motion, the vote was as follows: AYES: Supervisors J. P. Kenny, 11. C. Fanden, R. I. Schroder, E. H. Hasseltine, 11. 11. Boggess. NOES: :one. ABSENT: None. Board members having discussed the matter, Ii IS ORDERED that the recommendations of the Internal Operations Committee, as modified by the aforesaid motions are APPROVED. 0030900 03^_ • IT IS FURTHER ORDERED that staggering of the terms of the initial appointments shall be as follows rather than as set _Orth in the aforementioned guidelines: Term Member Exnires At-large 1980 At-large 1980 District I 1979 District II 1978 District III 1978 District IV 1979 District V 1978 PASSED by the Board on May 10, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board ;of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 10th day of May 1977• J. R. OLSSOH, CLERK Patricia A. Bell, Deputy Clerk cc: Internal Operations Committee Director, human Resources Agency County Administrator Public Information Officer 00391 The, Board of Supervisors Contra J�esR O' Costa CCU-11Y Jam** aan nd V ta Ex OtI CiO ClM[Of me Board VsCounty Administration Building Mrs.a«ildine Russ.0 P.O.Box 911Co rnt _ Ch er peri Martinez.California 9553 County James P.Kenny-Richmond 1st District Nancy C.Fanden-Martinez 2nd District L Q 277 Robert 1.Schroder-Lafayette JAM 3rd District Warren N.Boggess-Concord r � 4th District : Erle H.Haaseltlm-Pittsburg Sth District 6/- REPORT OF THE INTERNAL OPERATIONS COMMITTEE IN THE MATTER OF A HUMAN SERVICES ADVISORY COMMISSION FOR CONTRA COSTA COUNTY The Internal Operations Committee, having considered the need for advisability of and feasibility of a Human Services Advisory Commission, and having elicited substantial testimony on the subject from many individuals and organizations within the County, recommends to the Board of Supervisors that: (1) A Human Services Advisory Commission be established in Contra Costa County, subject to the attached conditions and guidelines. (2) The Board of Supervisors adopt as an explicit objective, the most effective and efficient provision of human services possible, consistent with the needs of County residents and available resources_ I/v Eric H. Hasseltine Nancy C Fanden Supervisor, District Five Supervisor, District Two Microfiimed with board order 00392 -1- PURPOSE The Board of Supervisors constitutes the executive and the legislative authority for Contra Costa County. The Board is, therefore, responsible for both policy formulation and program implementation. The Board must establish the appropriate mechanisms through which to discharge this responsibility in all areas of concern. Formulation of policy in the broad field of human services is a major task which must be delegated, at least in part. The thrust of such policy must go to identifying and satisfying the legitimate needs of people in this County. The process for formulating policy should, therefore, accomodate substantial citizen participation. The establishment of a Human Services Advisory Commission (HSAC) meets the dual objectives of delegation of responsibility and citizen participation. It is important to recognize that the formation of this Commission is aimed more directly at establishing a process for delivery of human services than merely an organizational exercise. The Board, in establishing this Commission, is not abdicating any responsibility for human services_ Rather, it is strengthening its commitment to meeting that responsibility. In the provision of advice and recommendations to the Board, the Commission 00393 -2- shall not constitute an impediment to necessary and proper communication between the Board and County staff or residents. Policy formulation will be effective only to the extent that ultimate implementation is kept firmly in mind. To integrate and coordinate human services, policy must flow through a central authority out to the implementing agencies. It is important that those charged with implementation be involved with policy also, in order to avoid serious problems. Continuous -feedback is essential throughout both formulation and implementa- tion stages in order to make necessary adjustments consistent with the objective of improved service. Final action on policy adoption, program implementation and re- source allocation will always rest with the Board of Supervisors. One of the greatest impediments to the integration and coordination of human service delivery has been mandatory allocation of outside resources, normally referred to as subventions and categorical grants. This approach inevitably leads to fragmentation and duplication of effort at the local level. Furthermore, it causes unnecessary expense in the funding process itself. At present, most citizen advisory groups con- cerned with human services are related to a source of funding and limited to a specific area of concern. The perspective of such groups tends to become limited in scope. Integration of the process of planning and delivery of human services will 00394 -3- severely limited as long as the necessary funding remains :egorical in nature. The problems with subventions and __,___1—_ categorical grants are not unknown to the Federal and State governments. It is expected that funding will move gradually to a more comprehensive basis. Pilot programs may expected to lead any such change in direction. Block grants require a process for allocation, however. The establishment of the Human Services Advisory Commission is intended to coordinate planning, human service delivery and citizen participation, and in so doing, it is intended to demonstrate a commitment of this County to an improved allocation process. The establishment of a clear commitment and a process through the HSAC is expected to allow Contra Costa to pas-a-c-1pabs q(u►� G{�cci;�rtMcst in our continuing advocacy for more block grant funding. The establishment of the HSAC also represents an important commitment to the evaluation of human service programs. Evaluation is.an essential function in any test or pilot program, and is equally important to the local decision process. Through the evaluation function, the HSAC will also provide a direct means of accountability within human services delivery, which is vital to proper management. Human Services cannot be isolated or categorized independently. It is unlikely that needs can be reflected accurately or served _properly by a rigid, compartmentalized organizational structure. The HSAC will help movement toward the creation of delivery systems 00393 VVVv•• -4- within our staff organization as opposed to specific agencies. Program support should involve as many or as few disciplines as are necessary to achieve the objectives. An immediate benefit of this approach is the removal of competition among agencies. Furthermore, with the independent Commission, a realignment of staffing patterns is not only necessary, but desirable in order to avoid any conflict in staff assi.gnments,or objectives. 00393 OU393 -5- DUTIES AND RESPONSIBILITIES The Human Services Advisory Commission is charged with the formulation of policy, integration and evaluation of services, and coordination of citizen participation in all areas of human services which fall under the direct jurisdiction of the Board of Supervisors. Where the responsibility of the Board relative to other agencies is limited, or where the Board works in con- junction with others, the HSAC is expected to provide a working interface. The basic responsibility of the HSAC is to identify the needs of the County and to develop the appropriate priorities for the satisfaction of these needs. Measurable objectives for service programs must be established as well as criteria for evaluation so that effectiveness can be judged. The HSAC shall advise the Board of Supervisors on the allocation of resources consistent with priorities and shall endeavor to identify trends in long-range financing for human services. The task of the HSAC is not to simply bring unmet needs to the attention of the Board, nor to act in an advocacy role for un- met needs. Neither is the task to oversee, direct or merely coordinate existing service delivery. The task of the HSAC is to identify all needs, prioritize them, develop an integrated service program and recommend an appropriate distribution of resources. 00397 -6- It will be the responsibility of the HSAC to establish a set of overall objectives for the County.and to develop a comprehensive planning process. This process should be used by the HSAC to develop a General Plan for Human Services. All activities and functions relating to human services shall be monitored for consistency with the Plan. Instances of incompatibility or duplication must be minimized. HSAC shall strive' to orient all human service programs to its set of basis objectives. The HSAC will evaluate such programs with respect to these objectives. The specific tasks of services provided often require professional treatment. The responsibility of the HSAC will not extend be- yond general program designation into specific areas requiring professional care. The HSAC is not expected to be thoroughly knowledgeable in all areas of human services. Designation and assignment of responsibility are central to the issue of integrated planning. The HSAC may appoint a competent task force from existing advisory bodies and staff, or a multidisciplinary team, as appropriate, to develop accurate, complete definitions of needs and alternatives for response.. The use of such task forces should be confined to the address of specific questions or tasks. THe HSAC should utilize the expertise of existing advisory bodies and may request assistance from them. The integration of the efforts of individual advisory groups -and staff with the-HSAC will be through the formulation of annual work plans. The HSAC will review such plans for 00398 -7- compatibility with the General Plan and for integration with each other. An overall, annual work program shall be developed by the HSAC which is oriented to the objectivies of the General Plan and which is comprised of all individual work plans. In the approach to assessment of needs, the HSAC must be sensitive to the conditions of the community implied by the existence of needs. It is of far greater importance that these conditions be changed than to prescribe temporary relief for needs. Methods of effecting such change should, therefore, receive significant attention. While services are directed at identifiable needs,, and-the.integration-of_services_is,-a.. primary responsibility, the HSAC shall not focus solely on service delivery. Rather, the ture focus should be on solutions to social problems and necessary changes in social conditions. The primary goal of the HSAC efforts is not to establish services; it is to establish and achieve appropriate social objectives. The emphasis must be placed on the prevention of need wherever possible as opposed to the satisfaction. The HSAC shall conduct studies and investigations, hold hearings and interviews, and pursue all appropriate means to acquire necessary information for its deliberations. Citizens or organizations who disagree with the decisions or recommendations of the HSAC have the right to appeal to the Board of Supervisors. 00399 -8- ACTIVITIES The Human Services Advisory Commission is intended to be a highly visible demonstration of the Board's commitment to a comprehensive human services planning process. The activities of the HSAC shall include, but not be limited to: (1) Conduct a County-wide needs assessment (2) Determine priorities of needs (3) Develop measurable objectives (4) Establish a process for community education and participation (S) Establish a comprehensive planning and evaluation process of human services. (6) Develop a General Plan for Human Services consistent with the objectives established. (7) Evaluate proposed work plans of local agencies or advisory bodies, and integrate these plans. (8) Develop an annual work plan for health services and social services in the County, emphasizing integration. (9) Set measurable objectives for each program together with criteria for evaluation_ (10) Evaluate and review all programs on a regular basis. (11) Inventory available resources (12) Advise the Board of Supervisors on allocation of resources, trends in financing, applications for grants and legislative advocacy. (13) Investigate and recommend new delivery systems for human services which are more efficient and effective. 00400 -9- -9- (14) Investigate and recommend consolidation of existing services whenever effectiveness or efficiency can be increased. (15) Conduct studies in the field of human services as requested by the Board of Supervisors. 00401 _-lo- COMPOSITION, APPOINTMENT, TERM, ORGANIZATION The Human Services Advisory Commission shall consist of 9 residents of Contra Costa County. Appointments shall be made by the Board of Supervisors. Each Supervisor shall. nominate one member from his/her district for Board approval. There shall be four appointments on an at-large basis, selected by the entire Board. In selecting a membership of nine Commissioners, the intention of the Board is to provide a breadth of representation which reflects the ethnic, sexual, age and economic composition of the County. she Board also desires that the HSAC be of a manageable size, capable of working smoothly and that sufficient flexibility exist in the appointment process +to meet these objectives. Persons appointed to the Commission should have adequate time to commit to the duties of the post. Persons shall be selected on the basis of knowledge, experience and problem- solving skills. No Commissioner shall hold a concurrent advisory board appointment from the Board of Supervisors in the field of human services, nor shall any Commissioner serve concurrently on an advisory board concerned with human service, which is directly responsible to the Board of Supervisors. Three consecutive absences from regularly scheduled meetings without valid excuse shall constitute cause to remove a Commissioner from office. 00402 -11- All Commissioners shall serve at the pleasure of the Board, subject to the policy of the Board on appointments. The term of office for a Commissioner shall be three years. The terms of the initial appointments shall be staggered such that three of the at-large appointments expire in 1980, one at-large appointment and those from Supervisorial Districts . 1 and 4 expire in 1979, and the appointments of Supervisorial Districts 2, 3 and 5 expire in 1978. The Commissioners shall annually elect a member to be Chairperson and Vice-Chairperson. - 00403 -12- TERMINATION Three years following the establishment of the Human Services Advisory Commission, the Board of Supervisors will review the function and the performance of the Commission. The purpose of the review will be to determine whether or not the Commission should continue: During the first year of existence, the Commission and the Board will develop milestones and criteria which will form the basis of review. 00404 -13- COMPENSATION Each HSAC Commissioner shall receive $10.00. for attendance at each official HSAC meeting. Total reimbursement for such attendance shall not exceed $50.00 in anyone month. Commissioners may be reimbursed, upon application, at the rate of 170 per mile for travel by personal automobile on official business of the Commission and for all necessary and actual expenses. 1 00405 -14- STAFF The Director of the Human Resources Agency or the Welfare Director shall serve ex-officio and without vote as Secretary to the Human Services Advisory Commission. The Director of the Human Resources Agency or the County Administrator shall provide and assign as necessary such staff as available to him for assistance to the HSAC. The intent of the Board is to support the HSAC with adequate staff without increasing the overall staffing levels currently existing with human services departments. 0040 In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 2Z In the Matter of Establishment of Civic Center Planning and Parking Group The Board having on May 3, 1977 approved the plans for the detention facility, agreed to establish a planning task force to monitor and oversee the development of a civic center parking plan, and also agreed to cooperate with the City of Martinez in revising the Civic Center Master Plan, and The County Administrator having recommended the establishment of the Civic Center Planning and Parking Group for the above purposes, IT IS BY THE BOARD ORDERED that the recommendation of the County Administrator is APPROVED for a period of two years and IT IS BY THE BOARD FURTHER ORDERED that Supervisors Boggess and Fanden and the County Public Works Director are hereby appointed as the County's representatives and that the City of Martinez is requested to appoint two City Councilmen and the City's Public Works Director to this group. PASSED AND ADOPTED on May 10, 1977. 1 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 Seal of the Board of Supervisors cc: City of Martinez affixed this _Qthday of_ May 19 77 Public Works County Administrator Public Information Officer J. R. OLSSON, Clerk Deputy Clerk 1&---kine N. Neuf eYA H-24 sic Is,n 0040'7 i i a� County Administrator Contra Board of Supervisors County Administration Building a Iat Di P.Kenny `J(,J sDi Martinez,Ca'domia 94553 �OSt (415)3723080 �1^� Henry FaAden 2n0 District Arthur Cf.WIN Robot 1.Schroder County Aominatraw 3rd Distnct Warren N.Bo99es 4th District Eric H.HassoRkm 5th District May 5, 1977 RECEIVED MAY/O 1977 J. R OL-SON 005of SUPTHM RS Board of Supervisors Administration Building, Room 103 Martinez, CA 94553 Dear Board Members: Re: Establishment of Civic Center Planning and Parking Group As you know, the Board, in approving the detention facility plans, agreed to establish a planning task force to monitor and oversee the development of a civic center parking plan. In the same resolution, you also agreed to cooperate with the City in revising the Civic Center Master Plan. At their May 4, 1977 meeting, the City Council, acting upon the Board's commitment to establish such a planning group, vacated all the streets necessary for the new facility. As a consequence, it is my recommendation that your Board appoint two of its members and the County Public Works Director to a County Civic Center Planning Task Force and request the City to appoint two councilmen and the City Public Works Director to the same body. Ve h r ly s, r ARTHUR G. WILL County Administrator FF.-es cc: Martinez City Council Lee Walton, City Manager V. L. Cline, County Public Works Director Mivofilmed with bocrd order 00408 r , In the Board of Supervisors of Contra Costa County, State of California May 10 1977 In the Matter of Purchase Agreement for Acquisi— tion of Real Property from Irvin Deutscher, et al. IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute a Purchase Agreement dated May 3, 1977 on behalf of the County for the acquisition of real property from Irvin Deutscher, et al, in the amount of $39,000, located at 1785 Solano Way, Concord, required for Buchanan Field —Runway 19-R Clear Zone. PASSED by the Board on May. 10, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works Director Witness my hand and the Seal of the Board of County Counsel Supervisors affixed this 10th day of May . 19 77 J. R. OLSSON, Clerk BY ,2 Deputy Clerk N. Pous 00409 H24 ans long - i._ In the Board of Supervisors of Contra Costa County, State of California May 10 . 1977 In the Matter of Authorizing the Chairman to execute Subgrant Agreement #28-676-6 amending the CETA Title VI FY 77 contract with - the State of California, Employment Development Department. IT IS BY THE BOARD ORDERED that the Chairman execute CETA Title VI Subgrant Agreement #28-676-6 with the State of California, Employment Development Department to increase the current FY 77 payment limit by $33,745 to $209,731, for the period from January 1, 1977 to September 30, 1977. Passed by the Board on: May 10, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Ori g• Civil Service Witness my hand and the Seal of the Board of Supervisors cc: Administrator affixed thislOthday of May 19 Director of Personnel Auditor: Attn: G. Gross Human Resources: Attn: B. Procto J. R. OLSSON, Clerk PSE Office: Attn: R. HagstromBy �� Deputy Clerk County Auditor-Controller Maxine M. Neuf 'd 00410 H-24 3/76 assn l In the Board of Supervisors of Contra Costa County, State of California May 10 19 77 In the Matter of Approving Inspection Services Contract with Laurel Rodrick Cameron for Orinda Community Center Park - Phase IIIA and B. (Work order No_ 5297-927) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute an Inspection Services Contract with Laurel Rodrick Cameron for contract documents review and construction inspection ser- vices for the Orinda Community Center Park - Phase IIIA and B, County Services Area R-6, Orinda, which contract is effective May 10, 1977. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originator: P. N. Dept. Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors affixed this 10th day of May , i9 77 cc: Public Works Department Agenda Clerk Building Projects J. R. OLSSON, Clerk County Auditor-Controller By /�G�ao , Deputy Clerk J. Dye MFOUS County Administrator Inspector 00411 H-24 31:6 Ism . ....... ...... . • �' CUA:;tihG"1' Special .^,(.-rvices Can:truction ::ape rvlsicjn J& Ies::ua+:Lion 1. Snecial Co:ie. tions. These special conditions are incorporated below by reference: a) Public AZency: Contra Costa County b) Inspector's U.me A Address:_ Laurel Rodrick Cameron. 79i7yalita nrivp, San Leandro. Califerria c) Effective Date: May 10, 1977 . d) Project's Name and Location: Orinda Coni GMUr Park - Phasgs III A and B, County Service Area R-6, Orinda Mork Order No. 5297-927 e) .Hate of Compensation: $13.00 per our 2. Signatures. These signatures attest the parties' agreement hereto. PUBLIC 4A 'Og Coni to Coun INSPECTORBy te-Publiorks D re r Laurel Rodri&Cameron 3. Parties. Effective on the above date, the above-named Public Agency (owner and the above-named Inspector mutually agree and promise as follows: 4. GeneralQualificationsS Conditions. Public Agency hereby contracts with Inspector, as one specially trained, experienced, expert and com- petent to perform the special engineering and administrative services 'of a construction supervisor and inspector, including those associated with the continuous construction supervision position cocmonly known as Clerk-of-the-Works, in connection with the above construction project, which services are necessarily incident to the services performed for the Public Agency by architects and engineers in the design and con- struction supervision of construction 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. 5. Terry. The duration of this contract is the duration of this construction project, but either party may tersdnate it by giving 30 days advance written notice to the other. 6. General Duties A Instructions. The Inspector's construction supervision and inspection services include the following general duties and instructions: a. Status 6 Relationship with Public Anenc_r and Architect. His independent contract relationship with the Public Agency .parallels that which exists between the Public ACency and the Architect; but he is sub- ordinate to the Architect, because the Architect is responsible for the design of the project and for general super ti ision of its construction' pursuant to the Public Agency-Architect acreement. Form Approved by County Counsel 1-77 M;aoffin ed with booed odK 01 '1.? -41P4 Uv wuuw .0 k ....._._.. ---••------...._.._.err • !:. ::12_L:: e:.,�r� � ; co,::Lr::'!L��:•. r ":tr:L]:1 maintain a di;;n :•acd but wlth he wort rcn an the job but L:• shall cun:uct brz!ners only throuCtL the contractor's job saperiutu dent, :uad sletll not a:::ur.L: the Contractor's duties; and he shall not Cive lustructiccis directly to the Contractor's tmplayce(s) or subro:itrscLot•(s); ;=::d he --Iu&l1 Itmadiately advice the Architect of any case where the t•ublle Agency representatives give Instructions to the Contractor's employecs. ' c. Public Ar encs-Contractor Cocrdinntion. He shall effectively maintain Mau coo:•dinatio. of the Contractor's work and the owner's requirements by frequent, regular conferences or other suitable mems, especially whom projects involve alterations or modifications of or additions to an existing functioning facility, which must be maintaingd as an operatinC. unit during conduct of construction work, and therefore require special alertness to job conditions which my affect such con- tinuing operations. He shall coordinate necessary Interruptions of normal owner activities with the Public Agency and General Contractor beforehand. d. Familiarit• with Conitract. Ile shall become thoroughly familiar -wrig all contract documents including specifications, draw- ings and addenda; and he shall supervise and check the adequacy and accuracy of required •as built« drawings prepared by the Contractor's employees (see also 7-a, below). e. Personal Presence & Observation. He shall be personally present whenever wore is being performed even on overtime, night, holiday or weekend basis when so directed), and shall attend meetings called by the Public Agency, Contractor or Architect; and he shall make direct personal observations of work being performed by the General Contractor and subcontractor(s) for certification to Public Apmcy-Onmer that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice t Sue.estions. He shall advise Public Agency on all construct on natters, such as suggesting chance orders or reviewing con- struction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, and report them with recommendations to the Architect; and he shall review and make reca®- nendations to the Contractor an all pay estimates. S. Pre-Construction Review of Contract Documents. Men so directed by-the public Agency, he shall perfom in-depth review of the contract documents before construction begins, and make appropriate recommendations thereon to the Public Agency. 7, Special Duties A L-.-:ructions. The Inspector's duties specially concerning the progress o:•tae work include the following: , a. General Records I Files. He shall maintain a file of, and be .stare of the contents or, :ne local, State, Federal, ttFBU, NEPA, etc., codes, regulations, directives, requi_--ements, etc., which are pertinent to this project, and are provided by the Public Agency; and he shall maintain a complete file of all drawin0, specifications, contracts, change orders, directives, etc., which determine work to be done by the Contractor (see also 6-d, above). 00413 •^ r f r � b. i,_8:.0`:;.:, 1!--a rt s. He shall mainLain a bound daily diary, notir.;; ., Us:r ss o:• cunrarences and remarks; and he shall submit a U :••J-- -L.- d,..-L.•I ret-.•:.:.,:y by SLaLc and Faderal agencies, Arch)tact au:r " 6e;;e:cy, tela ch shall be timely and its sufficient detail to zea::::; thu purpoar or the report. . • C. 6'•ss.-s•i:•1 ::••:as•A..:. He shall maiaLain records of materials and/or equipWni neiiv a:tiwa;;Me- sato, shoring manufacturers t clams, catalog, model zarJ%l rsuy:••s•, style, type, or other identifying information thereon awl saoti:4; whither they are in strict compliance with the plans, abop dsawls:er: and/or spoelfieations, or are approved by the Architect. He shall c:r;.3rr to Public Agency that ail materials used in eonstrnetlan are as apacifled in coatract documents; and, on completion and/or Installation of each applicable item, he shall collect and assemble relevant inllorobtion (including guarantees, certificates, maintenance manuals, ope:ratlsse instructions, keying schedules, catalog numbers, v.:r dur:: :ac•:s%-z::u:: :u d Lulophoste contacts, ate., of materials and/or equlp*:nL as required); and at the completion of the project, he shall deliver this information to the Architect for delivery to the Public Agency• • S. Pair for Services i Reimbursement for SxDenses. a. Public lgeney shall pay Inspector for these services, at the above rate, for seal-monthly pay periods of the lot through the 15th and 16th througb the last day of the month. Payment will be made on the 30th of the aarth or on the 25th of the month following the pay period if a demand billing is received by the County Public Yorks Depart- ment on the list County working day of the period. b. Mileage a:uthoriaed by the Public Yorks Director or bis deputy shall be reirbutmwi at a rate to be mutumrlly agreed• bpon from time to Use reflecting actual and changing costs. 9. Insurana . lrr;pector shall, at no cost to Public Agency, obtain , and maintain cy_ag the term hereof Nmrrerensive Liability Insurance, 1ncludine. wroram .: for owned and non-owned automobills, with a minimum cor_blued sizzle limit coverage or 95oo,000 for all damages due to bodily injury, zickneca or 3iaease, or death to any person, and daoge to property including ttt loss of use thereof, arising out of each accident or ocour- rence:. It.sj actar Ahtall furnish evidence of such coverage, naming Public its officers and employees as additional insureds, and requir=:y; 30c:.,;.•' urr:ten notice of policy lapse or cancellation. D. :n erore:ation or Cont t. Me Nblie Agency's agrnt c:• ::.c,a:s�.: :+ni interpret g. s tract is wfie County's Public Vora or a deputy. c: Cor.:enation. aye rats or compensation may be adjusted by a.:tual csr.3tut of the parLiers ::r good case abaft.' :vara prepL.,%to b; f County Counsel's Offlce • • i (CC-61: :10176) -3-. 00 11 In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Request for Close Study of Proposed Budgets. The Board having received a April 27, 1977 letter from Mr. Elmer Glasser, Chairman, Board of Commissioners, Riverview :ire Protection District, advising that the District's 1977-78 preliminary budget was submitted with reservations and urging that said budget along with other county budgets be closely studied to insure justification of their requests and to attempt to stem the continual increase of taxes; IT IS BY THE BOARD ORDMUD that receipt of the aforesaid letter is ACENOW.LEDGED, and the Clerk is hereby, DUCTED TO ADVISE that hearing on Fire Districts' budgets will be held on July 19, 1977 at 11:30 a.m. ; PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a two and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: Ni-. S. Glasser Supervisors County Administrator wed this 10t:day of r-at 1977 Public Information Qii. J. R. OLSSON, Clerk By r . Deputy Clerk voroznff 7a ijona a 00415 H•24 i/:d ISm rvi v FIRE PROTECTION' DISTRICT _ i/RZ GOMH15576!$R3: CMt£F April 27, 1977 - ELMER GLASSER.c"Ai wA-4 FRED GOLINVEAUX FRANK ARATA JOE HARRACO RECEIVED HORACEENEA - CHRI570PHER ENES HARRY ST17T A" ^ 1977 •MELWHATLEY Warren N. Boggess, Chairman AY 19OMON 77 t Board of Supervisors dBOAM of SUMtp1509S 651 Pine Street Martinez, CA 94553 Dear Mr. Boggess: At our fire commission meeting of April 20, 1977, we the commissioners passed and sent you a preliminary budget for the Riverview Fire Protection District for the fiscal year 1977-78. Actually, this was done with reser- vations because two of our commissioners, (Frank Arata and Christopher Enes) cast dissenting votes on submitting the budget. We are primarily concerned because our responsibility for the budget is limited to only a small percentage, (approximately 15Z) Capital Outlay and Services and Supplies. The major percentage areas, (approximately 85%) which we have no control are salaries and fringe benefits for all classifications. In our opinion these salaries and fringes are excessive. We understand that by State Law these areas — t be negotiated and yet you, as the'board, have the final say and are directly responsible. Tax rates continue to rise and we are being mandated by laws and decisions from the State and County which affect our budget. We also understand that in Sacramento, Senate Bill 0164 is being processed _hich may force us into compulsory arbitration, and this bill (if passed) u.'ill further take the salary responsibilities away from the local jurisdiction and place it into the arbitrators hand who Will have control of the major portion of the budgets of all the fire districts and indirectly the setting of the district tax rate. The continual rise of taxes must be closely scrutinized. We have constituents who are constantly questioning us about the tax rate. We have been able to lower the tax rate each year only because of the evaluation of the properties which have increased in unbelievable pro- portions due to inflation. We again hope to lower the fire tax rate in our final budget this coming year. The aforementioned problems are of continued concern of this commission. We are advocating that you closely study our budget, along with other County budgets that come before your honorable body to insure justification of their request and stem the continual increases of taxes. 7771 0� 1FOURTH 5MEt - a%THK11.Cat1F(IF\H'+.-4rw - Ittil�H/�t Warren N. Boggess Page 2 April 27, 1977 We, the commissioners of the Riverview Fire Protection District, ' are determined to give our people as good a service as possible and• also have a reasonable tax rate. We are certain there is room for budget trimming at all levels of government. Let our County be the one to turn' the tide. Sincerely, ELLER GLASSER, Chairman Board of Fire Commissioners EG:jb cc: Arthur G. Will, County Admini trator Daniel Boatwright, State Assemblyman John Nejedly, State Senator Contra Costa County Tax Payers Association 00131'7 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Eugene and Gloria Theisen fron) Planning Commission Denial of ) May 10, 1977 Anplication to Rezone Land in ) the Concord Area (2055-RZ) ) The Board on April 12, 1977 having fixed this date for hearing on the appeal from Planning Commission denial of the request of Eugene E. and Gloria E. Theisen (2055-RZ) to rezone certain land in the Concord area from Single Family Residential District-15 (R-15) to Retail Business District (R-B) ; and Mr. Harvey Bragdon, Assistant Director of Planning, having described the proposal and noted that the subject site is designated as medium density residential development by both the County and City of Concord General Plans; and Mr. T. J. Coll, attorney representing the applicants, having stated that in his opinion the property is not suitable for residential development and that expansion of his clients' operation to permit storage of trailers would be an appropriate land use, and having noted that, if the rezoning request is approved, the required land use permit would enable the County to impose restrictions on the storage facility; and M,r. Theisen having stated that his trailer sales have declined due to a lack of storage space, and having urged that the proposal be approved; and The following persons having appeared and spoken in opposition to the proposal: Mr. David McNeil, 1777 Kirker. Pass Road, Concord; Mr. Payne E. Crown, 5294 Concord Boulevard, Concord; Mr. Clarence A. LeFebvre, 5361 Olive Drive, Concord; and Mr. Coll, in rebuttal, having stated that landscape screening and other necessary conditions to alleviate the neighbors concerns can be imposed by the Planning Commission in connection with the land use Permit; and Supervisor W. N. Boggess having expressed the opinion that the proposal is a legitimate extension of an existing business, that he was in favor of rezoning the parcel to permit the proposed use, and having suggested that Mr. Theisen meet with the neighbors to resolve their mutual problems; and Supervisor R. I. Schroder having stated that in his opinion the General Plan should be amended to conform with the proposed rezoning; and The Board members having discussed the matter, IT IS ORDERED that the matter is REFERRED back to the Planning Commission to consider an amendment of the County General Plan to allow Retail Business zoning for the subject area. PASSED by the Board on May 10, 1977. CC: T. J. Call CERTIFIED COPY E. & G. Theisen I certify that this Is a full. true&-correct copy of the orWaai document which is on file in my office. Director of Planning and that it was passed & adopted by.the Board of Supervisors o:Contra Costa County, California, on Planning Commission the date shown. ATTEST: J. R. OLSSON, County Clerk&ex-officio Clerk of said Board of Supervisors by Deputy Clerk. .,a ?Iav_ 10-1977 0041 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATZ OF CALIFORNIA In the Matter of Proposal for MAY 10, 1977 Expanding Transit Services in Contra Costa County. j This being the time for a workshop presentation con- cerning transit services-in Contra Costa County; and Mr. V. L. Cline, Public Works Director, and members of his staff having provided an overview of the past history and current policy of transportation services in Contra Costa County; and Members of the Board having discussed the various aspects of public transportation, and Mr. Paul Bay, Deputy Executive Director of the regional Metropolitan Transportation Commission, and Mr. Gene Gardener, Senior Transportation Planner for the Alameda-Contra Costa Transit District, having responded to the several questions posed by Board members; and Supervisor J. P. Kenny having moved that AC Transit District be requested to provide a proposal as to how it would furnish bus service to the central county areas, and the cost for said service, as well as a report on the feasibility of annexing to the AC Transit District the central part of Contra Costa County; and Supervisor R. I. Schroder having stated that he would vote against the motion in that he is not convinced that there is a need nor that the areas involved would be receptive to a transit system subsidized through.property taxes; and Supervisor K. C. Fanden having seconded the motion, the vote was as follows: AYES: Supervisors J. P. Kenny, H. C. Fanden, E. H. Hasseltine, and W. N. Boggess. NOES: Supervisor R. I. Schroder. ABSENT: None. Supervisor E. H. Hasseltine having then recommended that the aforesaid motion include the area to be served by the Eastern Contra Costa Transit Authority, and Supervisor W. N. Boggess having suggested that the area to be considered include all of Contra Costa County that can feasibly be served by bus transit; IT IS BY THE BOARD ORD---iED that the recommendation of Supervisor Hasseltine, as amended by Supervisor Boggess, is APPROVED. Mr. Gene Gardener having stated that much of the back- ground material required for said report was already in the files of the AC Transit District, and having indicated that if the District were interested in serving the area in question, a report could probably be submitted at the next meeting of this Board; and 00419 1 ' Mr. Cline having then recommended that the Metropolitan Transportation Commission be urged to change its rules concerning local matching requirements for the funding of public transportation projects, inasmuch as an estimated 38 million in unallocated Transportation Development Act tax funds could be available to the cities and the county, if they were not required to match $1 for every 33 of Transportation Development Act money; IT IS BY THE BOARD FURTHER ORDERED that the aforesaid recommendation of the Public Works Director is APPROVED. PASSED by the Board May 10, 1977. I H?RBBY CMTIEY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 10th day of May, 1977. J. R. OLSSOH, CLERK 13111te C. Souz Deputy Clerk cc: Public Works Director AC Transit (Via Public Works Director) County Administrator Director of Planning Metropolitan Transportation Commission, 00420 ` i In the Board of Supervisors of Contra Costa County, State of California my 10 , 1977 In the Matter of Fires Which Have Occurred in Certain Mental Health Program Quarters. The Board having received a memorandum from Mir. C. L. Van Marter, Director, Human Resources Agency, responding to an April 12, 3977 re.rerral, with respect to fires which have occurred in quarters occupied by certain mental health programs; IT IS BY TIB BOARD ORDERED that receipt of the aforesaid memorandum is ACKNOWLEWED. PASSED by the Board on Kay 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: Director, !aA Witness my hand and the seal of the Board of County Administrator supervisors affixed this`O"h day of "lay . 1977 OJ. R. t.SSON, Clerk L 61 h De u Clerk By Darothy a Donald Deputy 00421 H-24 i ff6 tsm H-2243176I1m 00421 f Human Resources Agency I'late lay 3, 1977 CONTRA COSTA COUNTY RECEIVED To Board of Supervisors From C_ L. Van Harter, Director ������• J. v_ o*SZru amu BOAM of wrw1so? 90 By �.......Dea�.:i Subj FIRES OCCITRRIb'G IN RE ENTRY HOMES OF THE HMPZAL HEALTH PROGRAM As requested by Supervisor N. C. Fanden on April 12, 1977, the Human Resources Agency wishes to report the following with respect to fires which have occurred in certain mental health programs. Dr_ Charles Pollack, Mental Health Program Director, has discussed his concerns with Supervisor Fanden and will be happy to provide this information to others who are interested. Dr. Pollack reports that the programs which were being carried out in locations where fires have occurred are now being conducted in othez-, temporar4 quarters; that these services are perhaps limited by factors relating to their temporary location, but at least there are continuing services. The Board may recall that since its inquiry of April 12, another fire occurred, this tine destroying the Rubicon quarters in downtown Richmond_ Mental Health staff is most concerned about these several fires which have occurred, particularly about the possibility that a mentally disordered indi- vidual or individuals may be responsible. without proof, however, it is diffi- cult to be sure that preventive measures will be adequate. Security in the various locations has been increased to the'extent possible, and staff has been cooperative with the various fire districts in their investigations of the causes of these fires. We hope these efforts will be effective in preventing further damage to our mental health programs and providers. If your Board wishes to have additional information, we will b&happy to provide it. CLVH.LK cc: Arthur G. Will Dr. George Degnan Dr. Charles Pollack board order 00422 00422 1 . In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of - Accepting Examination of Arthur Young and Coupany for the Fiscal Year Ending June 30, 1976 The BUM, upon the eadation of the County Auditor, having been informed by the County Auditor that the exm natio of the County's financial statements for the year ended June 30, 1976 has been completed and the resulting reports issued, hereby D7Ri•JCPS the Auditor to pay to Arthur Young and Coapany, CPA's, the amount billed, $8,500, which is the contract mmdnua Passed by the Board on Xay 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig. Dept.: Auditor-Controller Supervisors County Adminstrator affixed this d f ay o19?7 (] J_ R. OLSSON, Clerk BDeputy Clerk DoratP" i': cDona d 0+0423 H 24 8/75 IOM H 2.1 8/75 10%1 In the Board of Supervisors of Contra Costa County, State of California May 10 . 1977 In the Matter of Local Public Works Act The Board having received a May 6, 1977 memorandum from Jack M. Merelman, Washington Representative County .Supervisors Association of California, advising that Senate and House oversight hearings on implementing the Local Public Works Act will be held the week of May 16, 1977; IT IS BY THE BOARD ORDERED that the aforesaid matter is REFERRED to the Public Works Director. PASSED By the Board on May 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of cc: Public Works Director Super"` County Administrator affixed this19xlay of- May 19 7 {-� J. R. OLSSON, Clerk By 4'5.x.` C • S---v ct- , Deputy Clerk Billie C. Souza H-24 3T6 ism 004-2-41 In the Board of Supervisors of Contra Costa County, State of California May 10 . 19 77 -in the Matter of Quarterly Report on Foster Care Rates. Pursuant to Resolution No. 76/801 dated September 14, 1976, which directed the Probation Officer and the Director, Human.Resources Agency, to report to the Board quarterly, beginning with the quarter ending December 31, 1976, and continuing until otherwise directed, in order to provide the Board with statistics on the number of children placed, removed, or remaining in institutional placement; and The Board having received and acknowledged an initial report from the Director, Human Resources Agency, on February 22, 1977; and The Board now having received the quarterly report dated May 2, 1977 for the period ending March 31, 1977 updating the statistics on the number of children in institutional placement; IT IS BY THE BOARD ORDERED that receipt of the report dated May 2, 1977 is HEREBY ACKNOWLEDGED. PASSED BY THE BOARD ON May 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency Wet1ess my hand and the Seal of the Board of Wel fare Di rector Supervisors Probation Department affixed thw-0 day of_ �a� 19 77 County Administrator County Auditor , J. R.//OLSSON, Clerk By�t M r7 .{�'/7¢c:S-c-y/ i>{ ;Deputy Clerk �o^atiy• : cJo.iaf d 0042 H•?i i/:6 ISm Edillan Resources A oven b CY , Date ttay 2, 1977 REC ' OSTA COUNTY Arthur G. Will To County Administrator (01i1U C�wniy MAY/0 1977 :;-,- �f t From G L. Van Marter, DirectorW OF y sons liv:W-M COSTA 0*LC Of Subj REPORT ON IMPLEMENTATION OF DIFFICULTY County Mnlinistrotor OF CARE RATES (FOSTER CARE PROGRAM) Ref: Board Resolution No. 76/801 dated September 14, 1976 In the referenced Resolution, the Probation Officer and I were directed to report to the Board quarterly, beginning with the quarter ending December 31, 1976, on the number of children in institutional placements at the beginning of the quarter; the number placed and removed during the quarter; and the number remaining in institutional placement at the end of the quarter. We were also directed to include in our report the number of foster home payments made in excess of the basic rates set forth in the Resolution, and to include a report on the status of the foster care and institutional placement budgets. You will recall that the policy set forth in Resolution No. 76/801 was intended to provide a more logical method of determining foster care pay- ments and to avoid burdening the Board of Supervisors with a large number of new requests for rate increases which were not connected in any way with overall Management statistics. I reported on the October-December 1976 quarter on February 15. The Board acknowledged that report on February 22, 1977. The following is my report for the quarter ending March 31, 1977: I. INSTITUTIONAL PLACEMENTS: On Hand On Hand 10-1-76 Placed* Removed* 3-31-77 A. Over $1500 per month 20 4 6 18 B_ $1000 - $1499 45 10 13 42 C. Less than $1000 93 25 29 89 TOTAL 158 39 48 149 *Figures are for the period October 1, 1976 through March 31, 1977 II. FOSTER HOME PLACEMENTS: All Foster Home Place- ments except Emergency Foster Homes 496 103 120 479 Micrcr'-- 5oaM order 0042' Arthur G. Will May 2, 1977 Page 2 As of As of III. DIFFICULTY OF CARE RATES: 3-31-77 12-31-76 Number of children at Basic Rate 355 388 Number of children at Basic Rate plus up to $50 10 11 Number of children at Basic Rate plus $51-$100 63 43 Number of children at Basic Rate plus $101-$150 32 25 Number of children at Basic Rate plus $151-$200 13 7 Number of children at Basic Rate plus $201-$250 4 4 Number of children at Basic Rate plus $251-$300 1 1 Number of children at Basic Rate plus more than $300 1 1 Total Placements 479 480 IV. STATUS OF FOSTER CARE AND INSTITUTIONAL BUDGET: A. 1976-1977 Budget--Foster Care Average Cases Grant Expenditures Budgeted 650* $161.50 $104,975 July 1976 596 $173.62 $103,478 August 621 169.48 105,247 September 603 181.57 109,487 October 599 184.23 110,354 November 598 189.24 113,166 December 625 189.42 118,388 January 1977 607 186.30 113,082 February 583 186.03 108,456 March 582 241.58 140,598 Year to date Average 601 $188.84 $113,584 At 600 cases per month and an average grant of S190.00 per month, the department will spend $114,000 per month from April through June. This budget will then have spent 51,364,000 for the fiscal year as opposed to the 51,259,700 which was budgeted, leaving a deficit of approximately S105,000, approximately $65,000 of which is County money. �y *Explanation for figures in this column on page 3. 00427 mown Arthur G. Will May 2, 1977 Page 3 *The figures in this column do not match those in Sections I and II because these figures include children supervised by the Probation Department but paid by the Social Service Department whereas the figures in I and-II represent only Social Service cases. B. 1976-1977 Budget--Institutions Average Cases Grant Expenditures Budgeted 240* $970.00 $232,800 July 1976 262 $ 856.35 $224,364 August 250 1011.82 252,955 September 258 947.73 244,514 October 243 982.30 238,699 November 257 951.49 244,533 December 262 957.82 250,949 January 1977 267 971.00 259,256 February 247 993.96 245,507 March 238 1024.27 243,777 Year to date Average 254 $ 965.21 $244,950 At 250 cases per month and an average grant of $970.00 per month, the department will spend $242,500 per month from April through June. This budget will then have spent $2,931,500 for the fiscal year as opposed to the $2,793,600 which was budgeted, leaving a deficit of approximately $138,000,approximately $83,000 of which is County money. This total net deficit of $148,000 in County money may be a little high. Several factors can impact on it which are unclear at this point_ If we are able to continue moving toward our overall objective of reducing the institutional population, that caseload, and hence the deficit, may be smaller than projected. Increased use of emergency foster homes for teenaged children and continued use of the Difficulty of Care formula should assist in this effort. *These figures do not match those in Sections I and II because the figures in this column include children supervised by the Probation Department but paid by the Social Service Department whereas the figures in I and II represent only Social Service cases. It should also be noted that the 1976-1977 appropriation of County money to this account is $200,000 less than was appropriated in 1975-1976. Even with ever-increasing institutional costs we will spend fewer net County dollars on BHI in 1976-1977 than we did in 1975-1976. I believe that we were probably 00423 a: . Arthur G. Will May 2, 1977 Page 4 overly ambitious in budgeting these costs for 1976-1977, as noted by the fact that the average foster home grant started the year above the budgeted level and has never been down near the budgeted level. On the other hand, while the average institutional grant is below what we budgeted, we have not yet been as successful as we had hoped in reducing the institutional caseload. Part of this problem is outside the scope of the Social Service Department to control since we understand institutional placements by the Probation Department are going up. In addition, nearly $28,000 of the foster care payments made in March resulted from the special 512.50 increase mandated by State legislation, which was retroactive to September 1976. Most of the retroactive payments were made in March. All of this special increase is 100 percent reimbursable from the State. CONCLUSION': . The implementation of the Difficulty of Care rates formula has increased costs $21,000 in the seven-month period from September 1, 1976 to March 31, 1977, during which time the new rates were being implemented on a flow basis. The ongoing cost over the September 1 payment levels will be about $4200 per month, well within the $60,000 maximum we projected the costs to be for this fiscal year. In effect, we are saying that the implementa- tion of the Difficulty of Care rates has contributed little or nothing to the fiscal problems we face in BHI. We are further saying that we have been effective during the October 1, 1976 to March 31, 1977 period in reducing both institutional and foster care placements. RECOMMENDATION: I recommend that you forward this report to the Board of Supervisors at their meeting on May 10, 1977 with the recommendation that they-simply acknowledge receipt of the report. We plan to make another report shortly after the end of the April 1--June 30, 1977 quarter. CLVM:clg cc: R. E. Jornlin, Welfare Director Cecil Landrum, Acting Chief Probation Officer 00429 i In the Board of Supervisors of Contra Costa County, State of California Hay 10 , 1977 In the Matter of Accepting Head Start Audit for the year 1976 This BOARD having been informed by the County Auditor that the Head Start audit for the year 1976 by Gilbert Vasquez and Caq=V has been completed, and having received the recommendation of the County Auditor that the contracted charge of $2,400 for that audit be paid to Gilbert Vasquez and Cog3any, TT IS BY THE BOARD OFOERE.D that the County Auditor is AUIIURIM to draw his warrant in favor of Gilbert Vasquez and Company for $2,400. Passed by the Board on ?Tay 10, 1977. [ hereby certify that the foregoing is a true.and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seo[of the Board-of Orig. Dept: Auditor-Controller Supervisors Office of Economic affixed this 10th day of Yav 19 77 Opportunity Count, Administrator (1 .1• R. OLSSON, Clerk Deputy Clerk . 00430 H 24 8/75 IOM t In the Board of Supervisors of Contra Costa County, State of California May 10 . 19 77 In the Matter of Authorizing execution of contracts with Prepaid Health Plan providers for County Medical Services. The Board having considered the State requirement for formal contracts between the County and Prepaid Health Plan providers, IT IS BY THE 'BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute contracts with hospitals, convalescent hospitals, pharmacies, providers of prosthesis and assistive devices, and physicians as listed below: Hospitals Contract #26-916 Delta Memorial Hospital Contract #26-918 Brookside Hospital Convalescent Hospitals Contract #26-921 Ellen's Memorial Convalescent Hospital Contract #26-922 Martinez Convalescent Hospital Phar^.acies Contract #26-933 Evola's Pittsburg Drug Contract #26-937 Oakley Pharmacy Contract #26-928 McMillan's Pharmacy Prosthesis and Assistive Devices Contract #26-941 Johnston Orthopedic Appliance Contract 126-942 Delta Hearing Aid Center Contract #26-944 Respiratory Support Systems—Medical PASSED BY THE BOARD on May 10, 1977. hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources agency Witness my hand and the Seal of the Board of Attn: Contracts b Grants Unit Supervisors cc: County Administrator affixed thisl.Oth day of i•IaV 1977 County auditor-Controller County Medical Services State Department of Health `/�,r J. R. OLSSON, Clerk Contractors B�//!i Deputy Clerk fUix=e M. VeUl:eld dg H H-24 3/76 ISm 00431 dg 00431 H-24 3/76 ISM x. yj 6ntra Costa County Standard Form MEDICAL SERVICES SHORT FOR.•! SERVICE CONTRACT 1. Contract Identification. Contract # 26 - 916 Department: Medical Services Subject: Hospital Services 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: Delta Memorial Hospital Vendor # 04431 Capacity: Nonprofit corporation Address: 3901 Lone Tree Way, Antioch, California 94509 3. Term. The effective date of this Contract is - KU i. 1977 and it terminates .Tune 30_ 1978 unless sooner terminated as provided herein. 4. Termination. This Contract nay be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- sent for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment 01, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: inpatient and outpatient hospital and medical services as prescribed, ordered, or retroactively approved by County Medical Services. Services will be available 24 hours per day, 7 days per week. 7. Independent Contractor•Status. This Contract is by and between two independent contractors and is not intended to and shall not be'coastrued to create the relationship. of agent, servant, employee, partnership, joint venture, or association. S. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and.the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for .death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COiI.N F CONTRA COSTA ILVU CONTRACTOR By By Designee Administrator ••: �ta .i l ''•• Beco=ended for Approval \ (Designate official capacity);'" 1• , Medical Director (Form approved by County Cdunse-:r):J S ..'x ;;1-»n3; :tea :,!%'•) M w ilmed with Ewa or&r ;�'10643 Contract Number2�6_91 6 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- 00433 r PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will-notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of. Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article XI, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department' of Health. _ 00434. (A-4632{-New 3/77) -2- Contra Costa County Standard Fora MEDICAL SERVICES SHORT FORM SERVICE CONTRACT 1. Contract Identification. Contract 26 - 9 � i Department: Medical Services Subject: Hospital Services 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: Brookside Hospital Vendor # 05894 Capacity: gest Contra Costa Hospital Tax District :address: 2000 Vale Road, San Pablo, California 94806 3. Tera. The effective date of this Contract is May 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by Written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ne-t for which this contract is made or his designee. The current Hedi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment pl, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: inpatient and outpatient hospital and medical services as prescribed, ordered, or retroactively approved by County Medical Services. Services will be available 24 hours per day, 7 days per week. 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and cages, hours and conditions of employment. 9. Madifications and Amendments. This Contract may be modified or amended by a written doc—ent executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the e-xpressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal. authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By �.. �. Designee William Stewart Reco—ended for Approval Acting Administrator �t (Designate official capacity) Medical Director (Form approved by County Couns(el))� 1177) Microfilmed with board order Ov 35 Ste f Contract Number2 6 - 9 1 R Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman--Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each FHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health,-Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains YHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 00435 (A-4632 New,, , -1- to-46s-' N- t-11.1 J �- PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of'the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. (A-4632 New 3/77) -2- 004P r Contra Costa County Standard Form MEDICAL SERVICES SHORT FORM SERVICE CONTRACT 1. Contract Identification. Contract # 26 - 921 'Departmeat: Medical Services Subject: Convalescent Hospital Services 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: Ellen's Memorial Convalescent Hospital Vendor # 19710 Capacity: Sole Proprietorship Address: 2716 Ohio Avenue, Richmond, California 94804 3. Term. The effective date of this Contract is May 1, 1977 and it terminates June 30, 1978 unless sooner termLnated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty- (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations 'In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his desigaee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment G1, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: convalescent hospital inpatient service as prescribed or ordered by County Medical Services and available on a 24-hour per day basis. 7. Indeuendent 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. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, -licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and clams for damages for death, siclmess or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority, This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement'here Comm OF CO\'TRA COSTA IFORNIA 000, By AO Designee , Recotrmended for Approval (Des gna a off ci 1 I capacity) Y Medical Director (Form approved by County Counsel) (A—'A'13 :t-ri 4!77) OV34 Microfilmed with board order Microfilmed with board order Contract Number 2 fi 9 2 1 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %1 Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance -committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. w i (A-4632 New 3/77) -1- 00439 " Contra Costa County ow22 Standard Form MEDIC..NL SERVICES SHORT FOP,4 SERVICE CONTRACT 1. Contract Identification. Contract # 26 - 922 i Department: Medical Services Subject: Convalescent Hospital Services 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: Martinez Convalescent Hospital Vendor # 11791 Capacity: Sole Proprietorship Address: 4110 Alhambra Way, Martinez, California 94553 3. Term. The effective date of this Contract is May 1, 1977 and it terminates -/,,,.P 'An_ 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations_ In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment vl, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: convalescent hospital inpatient service as prescribed or ordered by County Medical Services and available on a 24-hour per day basis. 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship, of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sicIozess or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreemen reto: COi1:" :�'TR TY OF COa COSTA, G Is- ��i OIA CO.�iTRACTO By By Designee Recommended for Approval /LA"ro2 (Designate official capacity) By ,�, _ I""k ::edical Director (Form approved by County Counsel) 0)141: . Microfilmed with board order Contracc Number 2 6 - 9 2 1 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Wa=an-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article SI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance -committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) _1_ 00439 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will-notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department-of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento,*California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. s a (A-4632 New 3/77) -2- '(:antra Costa County p4�22 Standard Fora MEDIC-AL SERVICES SHORT FORK SERVICE CONTRACT 1. Contract Identification. Contract # 26 - 922 Department: Medical Services Subject: Convalescent Hospital Services 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: Martinez Convalescent Hospital Vendor # 11791 Capacity: Sole Proprietorship Address: 4110 Alhambra Way, Martinez, California 94553 3. Term. The effective date of this Contract is May 1.. 1977 and it terminates _ ymp 3Q197R unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment ul, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: convalescent hospital inpatient service as prescribed or ordered by County Medical Services and available on a 24-hour per day basis. 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship, of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sidmess 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 ConzIractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the partieAagreemento: COtTL'TY OF CO:�'TR4 COSTA, C IEO3YIA COBy ByDesignee } Recommended for Approval (Designate official capacity) By. 4Y 4-0- Medical Director (Form approved by County Counsel) ((� } 1 C/s 1 4177) Microfilmed with board order ,.:«.. . 'iw-1rl Contra *Dumber 26 - 922 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman--Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations, 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minim,nn of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. S. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance -committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been`resolved. 00442 (A-4632 New 3/77) -1- PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will not the De artment of Health and Commissioner of Corporations �Y P rP in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. -Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number-above, all subcontract elements required by State Department of Health Contract #76-56983, Article XI, Subcontracts, as specified irk this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 00443 (A-4632 New 3/77) _2_ WNW t Contra Costa County Standard Form MEDICAL SERVICES SHORT FO?"4 SERVICE CONTRACT 1. Contract Identification. Contract # 26 - 933 Department: Medical Services Subject: Provision of pharmaceutical services 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: Evola's Pittsburg Drug Vendor 4 02144 Capacity: Corporation Address: 3721 Railroad Avenue, Pittsburg, California 94565 3. Tera. The effective date of this Contract is May 1. 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30)• days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Countv's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment epartment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obli ations. Contractor shall be subject to Attachment fl, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: pharmaceutical services and medical supplies as ordered and/or prescribed by County Medical Services. Hours of service shall be as follows: 9:00 a.m. to 10:00 p.m. Monday through Friday and 9:00 a.m. to 9:00 p.m. on Saturday and Sunday. 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be-construed to create the relationship, of agent, servant, employee, partnership, joint venture, or association. 8. Comoliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment_ 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, siclaess or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligeat or otherwise, of the Contractor, its agents or employees. 11. Assio^ent. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Covernmeat Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COn-TY OF CONTRA COSTA CALIFORNIA CONTRACTOR By. / A& Designee Recot•✓ended for Approval Pry e s i D (Designate official ca_..a.city) " Medical Director (Form approved by Cour..y Counsp� ! 10444 Microfilmed with b06rd order 4 will ContraR Number 6 - 9 3 3 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIRE14ENTS Pursuant to State Department of Health/County Contract 176-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a mtnimrm of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee'for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 0044- (A-4632 New 3/77) -1- PREPAID HEALTH PLAN SUBCONTRACT REQUIREMDUS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract 176-56983, Article XI, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 0044 (A-4632 New 3/77) -2- 1; Contra Costa County Standard Form MEDICAL SERVICES SHORT FOR.`! SERVICE CObT&1CT 1. Contract Identification. Contract ��_� 27 Department: Medical Services Subject: Provision of pharmaceutical services 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: Oakley Pharmacy Vendor # 03065 Capacity: Sole proprietorship .address: Highway 4, P.O. Box 97, Oakley, California 94561 3. Term. The effective date of this Contract is May 1, 1977 and it ter=Linates June 30, 1978 unless sooner terminated as provided herein. 4_ Te:aivation_ This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual. consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment epartneat =or which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment (=1, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: pharmaceutical services and medical supplies as ordered and/or prescribed by County Medical Services. Hours of service shall be as follows: 9:00 a.m. to 6:00 p.m. Monday through Friday and 9:00 a.m. to 5:00 p.m. on Saturday. 7_ Independent Contractor Status. This Contract is Sy 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. 8. Conaliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written doe—ent executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Irde=Lification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negli.-eat or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the ex?ressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Sigmatures. These signatures attest the parties' agreement hereto: COLIN'iY OF CO`'TRA COSTA, C41• &`A COWNACIOR :By BY Y Designee reco— d for Approval O u) -elg T (Designate official capacity) BY Medical Director (Form approved by County Counsel) Microfilmed with board order 00447 a ~ ContraeNumber2 b — 9 3 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article XI Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- 00448 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will notify the Department of Health and-Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered.Hail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 00449 (A-4632 New 3/77) -2- d R` ' J .. Contra Costa County • Standard Form MEDICAL SERVICES SHORT FOR%! SERVICE CO`i=PACT 1. Contract Identification_ Contract #2 Department: Medical Services Subject: Provision of pharmaceutical services 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: McMill an's Pharmacy Vendor 0 21151 Capacity: Sole proprietorship Address: 3601 Cutting Boulevard, Richmond, California 94804 3. Tera. The effective date of this Contract is May 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided 'herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent- 5. County's Obligations_ In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment $1, "Prepaid Haalth Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: pharmaceutical services and medical supplies as ordered and/or prescribed by County Medical Services. Hours of service shall be as follows: 9:00 a.m. to 8:30 p.m. Monday through Friday and 9:00 a.m. to 6:30 p.m. on Saturday. 7- Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be-construed to create the relationship. of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. :codifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COUN=1 OF/CON-MIL COSTA, IFO.--NIA CONTRACTOR By Designee j ,Q _, / �r 77 Reco=.ended for Approval ( signate official capaclty) }. medical Director (Form approved by County Counsel�"(1)'C� :/77) 0.! 0 Microfilmed with board order. Microfilmed with board order pan r� Contr1Vxumber 2 28 + Attachment Number I PREPAID HEALTH PIXI SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County 429-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide -PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 176-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department`of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. 00451 (A-4632= 9e4 3/77) -1- PREPAID HEALTH PLAN SUBCONMACT REQUIR£'SEs`iTS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail:with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract_ 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above,: all subcontract elements required by State Department of Health Contract #76-56983, Article XI, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that Coc:nty instead of State Department of Health is responsible for approval and notificatiori responsibilities. 16. Contractor shall not makee assignment and/or delegation..of this subcontract unless County has obtained prior written approval of theother;party.and State Department of Health. <. 3«„ A.v- s 0 T5� (A-4632 New 3/77) -2- Contra Costa County Standard Fors MEDICAL SERVICES SHORT FORM SERVICE COh'rRACT 1. Contract Identification. Contract #26 - 941 Department: Medical Services Subject: Provision of prosthesis and assistive devices 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: Johnston Orthopedic Appliance Vendor # 04503 Capacity: Partnership Address: 2585 Shattuck Avenue, Berkeley, California 94704 3. Term. The effective date of this Contract is May 1. 1977 and it terminates June 30. 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Hedi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment epartment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment 01, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan.. Contractor shall provide the following described services: provision of prosthesis and assistive devices as ordered and/or prescribed by County Medical Services. 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and. the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for .death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the ea-pressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COUh`1T OF CO.N"TRA COSTA, CALIFORNTA CONTRACTOR Bye-J�fiiclJ��/' K '/���-coirtfe Designee certified orthotist Recommended for Approval ll.•..��5��.. _ G. [' 1 (DesignatiVofficial capacity) Medical Director (Form approved by County Counsel) `�-� '''w /77) AnPcrofilmed with U60M 0'rc1er00453 . Contr*Numbed; b - 9 4 1 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREI4ENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman--Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department-of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- 00 454 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Mail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 0045 (A-4632 New 3/77) -2- _98W 4 6r 0 Contra Costa County APR 2G 1977 Standard Form MEDICAS-MU IC£S SHORT FORM SERVICE CObTR�XCT KEX 2 (; s- 942 1. Contract Identification. Contract Department: Medical Services Subject: Provision of prosthesis and assistive devices 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: Delta Hearing Aid Center Vendor # 20381 Capacity: Sole Proprietor Address: 15 West 18th Street, P.O. Box V, Antioch, California 94509 3. Tem. The effective date of this Contract is May 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract nay be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled I— diately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi-Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and upon approval of such demand by the head of the County Depart- ment for which this contract is rade or his designee. The current Medi-Cal rate shall be that rate in effect at the tire service is rendered. 6. Contractor's Obligations. Contractor shall be subject to Attachment G1, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: provision of prosthesis and assistive devices as ordered and/or prescribed by County Medical Services. 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval. 12. Legal Authority_ This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, IFORXIA CONTRACTOR By By �,� /4 C� /t :1 �'�(C/ii�• Designee Recomcended for Approval /"Ldp/[P %ole eyla_,e% (Designate official capacity) BYEaxol '►�- ..z. !M a 0 ical Director (Form approved by County Cocnsel) "•'%! Microfilmed with EioaM order 00455 i NVUUViiln -J N.lul w%Aiu q,.L." i Contr*Number 2 6 - 9 4 2 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract 076-56983 (County 029-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 076-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health,. Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating -to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract 076-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. (A-4632 New 3/77) -1- O M57 __ .4� PREPAID HEALTH PLAN SUBCONTRACT REQUIRIIENTS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail with first class postage addressed as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontract elements required by State Department of Health Contract $76-56983, Article XI, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 00458 (A-4632 New 3/77) -2- Contra Costa County Standard Force MEDICAL SERVICES SHORT FOR'H SERVICE CONTRACT R 1. Contract Identification. Contract " 4 4 Department: Medical Services Subject: Provision of prosthesis and assistive devices 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: Respiratory Support Systems—Medical Vendor # 19996 Capacity: Corporation Address: 1983 North Main Street, Walnut Creek, California 94598 (2121 Ygnacio Valley Road, Walnut Creek, California 94598) 3. Term. The effective date of this Contract is _ May 1. 1977 and it terminates _- Jim P 30, 1978 unless sooner terminated as provided herein. 4. Termination, This Contract may be terminated by either party by giving thirty (30) days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. County's Obligations. In consideration of Contractor's provision of services as described below, County shall pay Contractor the current Medi Cal rate for like service, upon submission of a properly documented demand for payment in the manner and form prescribed by County and uooa approval of such demand by the head of the County Depart- ment for which this contract is made or his designee. The current Medi-Cal rate shall be that rate in effect at the time service is rendered. 6. Contractor's Obligations_ Contractor shall be subject to Attachment 01, "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Contractor shall provide the following described services: provision of prosthesis and assistive devices as ordered and/or prescribed by County Medical Services_ 7. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 8. Compliance with Lasa. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance here- under, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 9. Modifications and Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee. 10. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director, subject to any required State approval_ 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COU,YrY PF CONTRA COSTA, OL FORMA CONTRACTOR By. BY $y Designee Recommended for Approval ,, ( •.�i.ct1:capacity) By .a. `_edicaL Director (Form approved by County Counsel) 1,!77) 00459 Mlcofilmed with Board order (dlkrotdmed wu,, Contrat Number2 6 — ✓ 4 4 Attachment Number 1 PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxman-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under which the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (Article %I Subcontracts) are incorporated into the contract referenced by number above: 1. Contractor shall be subject to and comply with all Federal, State, and local laws and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally approved by the State Department of Health, unless the Department of Health has acknow- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Department of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract 176-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical records and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PHP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. s OMO (A-4632 New 3/77) -1- PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS 12. Contractor will notify the Department of Health and Commissioner of Corporations in the event the contract referenced by number above is amended or terminated. Notice is considered given when in the U. S. Registered Hail with first class postage addressed- as follows: Alternative Health Systems Department of Corporations Department of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814- 13. Approval of the contract referenced by number above by the State Department of Health does not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for PHP enrollees pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in order to provide any services implied or expressed in the contract referenced by number above, all subcontractelements required by State Department of Health Contract #76-56983, Article %I, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that County instead of State Department of Health is responsible for approval and.notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 21 (A-4632 New 3/77) _2_ +fit t l In the Board of Supervisors of Contra Costa County, State of California May 10 . 1977 In the Matter of Authorizing Execution of Agreement for use of State Military Facilities It is by the Board ordered that the Chairman is authorized to execute, on behalf of the County, Agreements with the State for use of the following Military Facility for WIC clinics by the Health Department on dates indicated on license at no cost to the County. Concord State Armory - 2925 Willow Pass Road, Concord, Ca. Passed by the Board on May 10, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: County Health Officer Witness my hand and the Seal of the Board of Director; H.R.A. Supervisors County Administrator affixed this 10th day of May . 1977 Contractor - c/o Health Department " j,- J. R. OLSSON, Clerk ByKi Deputy Clerk Maxine M. 21e eld 01462- H 24 6/75 IOTA INN Lit wm No. 297-005 LICENSE M USE STATE MILITARY FACILITY 7WS AGRIMMENT, niade'ouhd enfared ado this L th d y„f April 19Z by and between the CMWy board of the store Military FaeBBy at 2925 Mllou Pass Road, Concord, CaMado uh++••v t!Ceri ocft on beholf of the Coam ovAr"General Stale#ADM Faros puram w to Sections 431 and 432 MMk"and Yetmats Cade.Stale of CuliNmiai hereinafter called the BOARD,and 0 Contra Costs Count Health DeIjartmcnt (WIC Proarsa) 111 Bard St. XBrUnez, CA. 9!&5r- hereinafter caped the UCENSM WITNESSETH 7hot the BOARD in candderofion of the poyaw*in achene by tin Uhxnsas of the TOTAL UCENSE FEE shown below,hereby autha&s and pwa+ds the UCENSM to use the I described ovea of said f scot during the tunes and for the purposes specMuL Dotes a dof io may, lis Jun, 12 Jul,_9 Aug, 13 Sep, ll Oct, 8 Uov, 13 Dec 197T 0900 3 1:rvo two. L Purposes On datoirj: To Provide ilomen and Children vith Mons .- n .a7 ^nr d- C. facimy area to be ue& Class Roos D. Basic reatol rote: $ x Ho Chsr4e moo ttasi.rt a+....arra.tshct E Additional space clsorgm tsw w x tn..s x SM per A hr.pd. $ Ho Charge F Personnel charges: x$ $ KoQzsrze Gh..rd (hM.dr sort G. Fee per use: $ No C'aa=e K TOTAL UCENSE FEE $ x $ Ito Chsrre [ M rhl P; ba►,r and The provVmns on the rewerfe side hereof conshlute a port of this agreemeaL Cashws checir or mosey order mode payable to the MMkuy Deparlmmnt State of CuUaruiQ will be attached to Scene. IN 1N11NE55 f� , the j herehrhb set their hands the day and year first above wratm r Chairman, Board of Supervisors 1MLIPM c.'`,�W;" Ap'p"°"'di 651 'Ping ftneet�I Inez, CA 1�2 M aofilmed with board order s.CMWmn&o c....t V J1 r..Si (Add-s of t J.W b1 U 11111. in the Soars? of Sunerlisors of Contra Costa County, State of California May 10 , l9 77 In the Matter o: Approval of Contract, =`_5052, with William W. Hearon, consultant, for consultation and specialized instruction in Ht=an Effectiveness Training. The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDE_QED that the Chairman is AUTHORIZED. to execute on behalf of the.CountyContract #3SOS2, with William W. Hearon, consultant, for consultation and Human Effectiveness Training for Proba- tion Department staff, from May 11, 1977 ,to June 15, 1977, at a cost not to exceed $450.00, county funds. PASSED by the Board on May 10,- 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date oforsaid_ _ cc: County'Probation Officer M9;tness ny hand and the Seal of the Board of Attn: Wallace D_ Donavan Supaniboss Contractor agixed thislOth day of May . 19 77 c/o Probation. Officer County Auditor-Controller County Administrator J. R. OLSSON, Clerk y �! Dept;y Clerk Maxine M. NeuYed 00463 X afy ~ STANDARD CONTRACT (Purchase of Special Services) 1. Contract identification. Number 308-2310-35052 Department: Probation Subject: Intermediate Hunan Effectiveness Training 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: William W. Hearon Capacity: Consultant Address: 1543 North Marta Drive, Pleasant Hill, CA 94523 3. Term. The effective date of this Contract is May 11, 1977 and it terminates `-Tune 15, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed .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 0-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 15.00 per service unit: (X) hour; or ( ) session, as defined below; or ( )-calendar (Insert; day, week or month) NOT TO EXCEED a total of 30 service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Intermediate Human Effectiveness Trng. for County-selected persons in the time, place, and manner required by County, including the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not 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: COVCON-IM"COSTA, CALI RIA CONTRACTOR N. gess �� BY Chairman, Board of Supe i rs Attest: J. R. Olsson, County Clerk ,us � (Designate ficia Capacity y00464 D puty Recorr� nnde DepaL-etB (} Y Vk �'�(M _ (Form approved by County Counsel) Microfilmed with board order In the Board of Supervisors of Contra Costa County, State of California Nay 10 0119 77 In the Matter of Approval of Jdint Agreement between the Contra Costa County Water District, the City of Martinez and-the County for'Abandonment of Pipe Lines (Work 6rder-5269-926) The Board of Supervisors approves and authorizes the Chairman to execute the "Agreement" between the Contra Costa County-Water District, the City of Martinez, and the County, for the abandonmeat of. Contra Costa County Water District pipe lines in Pine Street, Martinez. This abandon- ment is necessary for the construction of the new Detention Facility. The agreement provides that the County will pay for the construction of the necessary water system revisions needed for the Contra Costa County Water District to continue to furnish water to the City of Port Costa. The cost under this agreement is estimated to be $15,000. PASSED by the Board on May 10, 1977. I hereby certify that the foregoing is a true and carred copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisors Orig. Dept: Public Works affixed this 10thday of May 19 77 cc:;County Administrator County Counsel County Auditor-Controller J. R. OLSSON, Clerk Public Works Director By' /, ,7;j, ' } Deputy Clerk Contra Costa County Water jeanL luliller Di strict via Prl� City of Martine iVa - H.24 3174 ISm 00 "65 AGREEMENT THIS AGREEMENT made this 10th day of `t44y , 1977-, by and between CONTRA COSTA COUNTY WATER DISTRICT ("District") , the-CITY OF MARTINEZ ("City") and the COUNTY.OF CONTRA COSTA ("County") ; W I T N E S S E T H WHEREAS, by the exchange of water between the District and the City, the District can transfer to the City a section of the District's Port Costa main in the City, and WHEREAS, the abandonment of the portion of the transferred main within the site of the new County jail will avoid the expense of relocating the main, and WHEREAS, the City can incorporate other portions of the trans- ferred main in its water distribution system. NOW, THEREFORE, the parties agree as follows: 1. The District will transfer to the .City all the District's right, title and interest in and to the District's water main whic-h extends from the City's Water Treatment plant to Berrelessa Street and the right of way of the Southern Pacific Company in Martinez. Said main is shown on the map attached hereto, marked Exhibit A and incorporated herein. The transfer will be made prior to June 1, 1977, on a date and at a time (hereinafter referred to as "the trans- fer date") as shall be agreed upon by the City and the District. 2. Prior to the transfer date the District will: (a) Install a pressure regulating valve, water sampling 1. 004fi.5 M�ccfiirrrid with +arud ash station and meter on the District's Port Costa main at the intertie thereof wittr the City's water distribution system. in Berrelessa Street, and (p) Install an intertie with valve and meter between the- District's treated water main and the City's water distribution' system near the City's Water Treatment plant at the location shown on Exhibit A. 3. on or promptly after the transfer date, the District will sever the transferred main from its water distribution system, will cap or plug the ends thereof, and will backfill any excavation made in connection therewith. 4. Promptly after the transfer date, the City will plug and abandon in place the portion of the transferred main within the site of the new County jail. 5. The County will pay to the District on demand the District's costs incurred in performing the work referred to in Sections 2 and 3 hereof including without limitation the 'costs of labor, materials, engineering and the District's usual overhead charges. 6. The District and the City will exchange water without any payment by either to the other on the following terms and conditions: (a) The City will deliver into the District's Port Costa main at the existing Bezrelessa Street intertie such quantities of potable water as shall from time to time be required by the District's customers on its Port Costa main. The water will be delivered at the normal pressure of the City's water distribution system_ The District will be responsible for the carriage and handling of the water from 2. 7 0046 the intertie. The District will immediately notify the City of any -occurrence, such as a break in the District's Port Costa main, that will cause a substantial change in pressure or the quantity of the water delivered to the District hereunder. (b) The District will deliver to the City quantities of potable-water'equal to the quantity of water delivered to the District hereunder. Deliveries will be made under the normal pressures of the District's treated water distribution system at such- times as are requested by the City. Deliveries will be made at the intertie between the facilities of the District and the City referred to in Section 2(b) hereof or at the existing intertie between said facilities at Elderwood Drive and Pleasant Hill Road, as the City shall from time to time elect. The City will be responsible for the carriage and handling of the water from the intertie. The City will immediately notify the District of any occurrence, such as a break in the City's water distribution system, which will cause a substantial change in pressure or the quantity of the water delivered to the City hereunder. (c) This exchange agreement shall continue in effect for a period of five years from the date of this agreement and may thereafter be extended by the District for successive periods of five years each by giving written notice to the City at least six months prior to the expiration of any five-year period. 7. This agreement will bind and benefit the successors and assigns of the parties, but no assignment by any party shall be valid without the prior written approval of the other two parties. 3. 00468 s IN WITLESS WHEREOF, the parties hereto have executed this agreement on the date first above Written. CONTRA COSTA COUNTY WATER DISTRICT - By Craig Z 21, President/ Attest: 1 a L. Potts, Secretary ' CITY OF MARTINEZ ell .t ` By yor Attests !?� City ClerJr/ C of CONT3L' -COSTA V1. rpt. Boggy Attest: 00"69 FOfUl APPROt'LD 4• -!Dill&ti1tU' 4poly CW=d Resolution No. 77-6 A RESOLUJTION OF THE BOARD OF DIRECTORS OF CONTRA COSTA COUNTY WATER DISTRICT AUTHORIZING EXECUTION OF AN AGREEMENT WITH THE_ CITY OFA MARTINEZ AND THE COUNTY OF CONTRA COSTA BE IT RESOLVED by the Board of Directors of Contra Costa County Water District that the president and secretary are authorized to` execute on behalf of this District an agreement with the City of Martinez and the County of Contra Costa for the transfer,by this District to the City of Martinez of a portion of a water main in the City of Martinez and the exchange of water between this District and the City of Martinez, said agreement being in the form presented to this Board on April 6, 1977. I hereby certify that the foregoing resolution was duly and regularly adopted by the Board of Directors of Contra Costa county Water District at a regular meeting thereof held on April 13, 1977, by the following vote: AYES: DIRECTORS RANDALL, LASELL, WEIR AND BOATMUN NOES: DIRECTOR STILT ABSENT: NONE IN WITNESS WHEREOF, I have hereunto set my hand this 13th day of April, 1977. Johri L. Potts .. Se retary to Board of Directors of Contra Costa County Water District 00170 '�' � .� V 'f• it... # A �!\���� `� port i.::�,.:-- },�..`---�--,�,�. a,•s �-� - � � yrs re NA NY It 006-0 v do � t � ): �. !•'• •.�• �,.t � � i"t �_•. pec ••� -. .,,..�,,�'``.,� .tom".= — s '� i/Ft � •� % -`" _ •_ .� r i!�• `�,'�.=-•� � � I t moo;s' r•, � ..:'- �. +i-- l :- •;�i'�'�'�•:-'`.' as lie- er : off_'�. `• `_ -d ;� As I Al '1 • � .1 '�+ �•�� i � � s �/`� �„J�yM�fry 14 t +• �•� 4 �� ���t�sz� '�:tt _ ."[y`.+ i I Y• �. 1`w f '"y'. r.• / �,,-' `• X13 �'� � }i r�w- '-'t •�Y' jjj "'j`�,,..v�'• %1 -?` -,;�1 -•�\�s�� �i/!t''":" ,1 .� `fit t �`C. ..R ,r.7�t-lC-� ( �r•-~•.•) { t Jt _�...} �i%y{G F.-.,yttr"��' ��% s _ '-� �_y�,.+ j! ` • (L�i N'}'11 `) ,j• S �-. .. '+-"...J ': � �� r- � .4' •� - ,l�ti�js.''.. _t /• n .`-tt QTJ�i�l,../ 7 r . � •'~tip� �`' ` ` ti„' �' f �`y` ', l'•.'' � RESOLUTION NO. 60-77 ~ _ A RESOLUTION OF ME CITY COUNCIL OF THE ` CITY OF MARTINEZ AUTHORIZING'EXECUTION OF AN AGREEMENT WITH THE CONTRA COSTA COUNTY WATER DISTRICT AND THE COUNTY OF CONTRA COSTA RE IT RESOLVED by the City Council of the City of Martinez that the Mayor is authorized to execute on behalf of the City an, agreement with the Contra Costa County Water District and the County of Contra Costa for the transfer by the District to the City of Martinez of a water main in the City and the exchange of water between the City and Contra Costa County Water District, said agreement being in the form presented to the City Council on April 20, 1977. I HEREBY CERTIFY that the foregoing is a true and correct copy of a resolution duly adopted by the City Council of the •City of Martinez at a regular W eting of said Council held on the 20th day of April, 1977, by the following vote: AYES: Councilmen - LANCE, SPARACINO, THELEN, TURNBAUGH, KRAUSE NOES: Councilmen - NONE ABSENT: Councilmen - NONE ABSTAIN: Councilmen - NONE City Clerk of Martinez, C orni5�,-4r— 004'72 I` THE BOARD OF SUPERVISORS OF COURA COSTA COUNTY, STATg OF CALIFORIIIA AS EX OFFICIO THE BOARD OF SUPERVISORP OF CONTRA COSTA COUNTY STORM DRAINAGE DISnRICT May 10, 1977 In the Matter of ) ,ward of Contract for Line C-2, the ) Ramona play Storm Drain, Alamo Area, ) Project No. 8540-2593-76 ) Storm Drainage District Zone 13 _ Total Bidder Amount Bond Amounts .fountain Construction, Inc., San Ramon $37,245.00 Labor & Mats. $18,622.50 Faith.Perf. $37,245.00 Jardin Pipeline Co., Castro Valley Hess Construction Co., Inc., Napa Peter Cole Jensen, Inc., Danville Martin Brothers, Inc.,-Concord Bay Cities Paving and Grading, Inc., Richmond Pacific Construction & Engineering, Danville The lowest of the bids received was for $27,399 presented by Jardin Pipeline of Castro Valley. Jardin Pipeline made an error when filling out the bid. The purchase price of the pipe was inadvertently not included in the bid amount. 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 from Mountain Construction, Inc., is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that, upon the recommendation of the Public Works Director, the request of Jardin Pipeline to be relieved of its bid without forfeiture of the bid bond is hereby granted. IT IS FURTHER ORDERED that the contract for the furnishing of labor and materials for said work is awarded to Mountain Construction, Inc., 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 contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above, and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURTHER ORDERED that, upon signature of the contract by the Public h'orks 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 10, 1977. I hereby certify that the foregoing is a true and correct copy of an Order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Flood Control Design cc: Public ?forks Director affixed this 10th day of 1-ray 1977 Flood Control By � � - ,Deputy Clerk Auditor-Controller Jean L. 11411er Ad 4ft4tft*_ej% County Counsel Y.ountain Construction, Inc. 00473 u bl is Works Department Coritrd e, OtR.D.sroate�uty$usin R. and Serviat rr7 1415)372.2105 .::A Floor.Administration Building Costo t, c (�r � Mark L.Kwmit Martinez.California 94553 /'��, r�,{�, 1� Orputy Transportation (415)-372.2102 CJ�,,11 „�/ (415)372-2102 R.>&Rygk Vernon L Cline Oeputy8uikrngs and Grounds Room 115,Courthouse �� Wortia O' Ot (415)372.2214 J.J:.Taylor J. Oeputv-operatioro C Micheal 1Na1(ord &Flood Control �'"t°�°"" RECEIVED255GlaciarOri" (415)3724470 MAY 2 7 1977 May 25, 1977 J. L ols w + of A Our File: Cons--Ramona Way Storm Drain e Project• No:. 8540-2593-76 Mountain Construction, Inc. P. 0. Box 116 San Ramon, California. 94583 Gentlemen: Enclosed is your copy of the approved contract for the-Ramona Way Storm Brain, Project No. 8540-2593-76. This is your Notice to Proceed as set forth in Section B, Article 9c, of the contract Special Provisions. The first chargeable working day shall be May 31, 1977.' The resident engineer assigned to this project is Mr. Joseph- Dil;aggio who may be reached via the County office, 372-4480. Very truly yours, Vernon L. Cline - Public Works Director By .�► i�i.,.L• um Assistant Public Works Director Construction Division VAP:bw. Enclosure cc: Joseph Di Maggio, Resident Engineer N. Griffin Survey Section Naterials and Testing Division L,-O erk of the Board, w/copy of Contract, Bonds and Insurance Auditor-Controller, w/copy of Contract Business and Services, w/copy of Contract a-crofifined with board order 0047q COUTRACT (Construction Agreerent) (Contra Costa County Standard Form) I. SPECIAL TER11S. These special terms are incorporated below by reference. (552,3) Parties: (Public Agency] Contra Costa County Storm Drainage District [Contractorl Mountain Construction, Inc. [Complete ega nacre (S2) Effective Date:- May 23, 1977 (See 54 for starting date.) (S3) rhe York: Installation of 412 lineal feet of reinforced concrete pipe and manhole structures on Ramona Way between Danville Boulevard and the Southern Pacific Railroad in the Alamo area, Project No. 8540-2593-76, all in accordance with the Plans, Drawings and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. ($4) Completion rine: [strike out (a) or (b) and "calendar" or "working") I (b) Within 30 cam mftr/working days from starting date. (S5) Liquidated Damages: S 75.00 per calendar day. (56) Public Agency's Agent: Public Works Director (ex officio Chief Engineer) (57) Contract Price. 5 37 245.00 (for unit price contracts: more or less, in actor ce with inishe quantities at unit bid prices.) [Strike out parenthetical materi if inapplicable.] 2. SIGdArURES d ACXZ0YLPTiG.*'1zz'. Public Acency,• By: ^esident, Chairman Or Other -ar- Vernon L. C Designated Representative) Public Works Director (ex off1ciq_q24&Lgineer) Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 concerning Workmen's Compensation Law. By: �' (CORPORATE sgn//a e of I= �}capa n ussness) SEAL] By: A9d� �, /�!► /il Off, Designate orracial cap ci9rn the businessi Note to Contractor (IJ Execute acknoDZedgment form below, and (21 if a corpora- tion, affix Corporate Seal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of Califo ) AUNOYLEDGMEUT (by Corporation, ss. County of 1 Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they eaecutSd it and that the corporation or partnership named above executed it. Dated: ��_._ __•-,S"FS*'s'SE4! �- `( :Jotary FiC v �..•_\� 't �--�"rt - -Y- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - �' (Page 1 of 4) 00475 (CC-1; Rev. 12-73) ' Microfilmed with board order FORM APPROVED BY COUNTY COUNSEL 3. VORB CONTRACT CI[ANGES. (a) By their signatures in Section 2, effective on the above te, these parties promise and agree as set forth in this contract, incorporating.by these references the material ('special teras') in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a workmanlike manner, fully anal faithfully perform and complete the work; and will furnish all saterials, labor, services and transportation necessary, convenient and proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can be changed only -rith Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall never have to pay more than specified in Sec. 7 without such an order. •4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If the Contractor fails to cosplete this contract and this work within the me ax therefor, allowance being made for contingencies as provided herein, he becomes liable_to the Public Agency for all its loss and damage therefrom; and because, from the nature of.the case, it is and will be impracticable and extremely difficult to ascertain and fix the Public Agency's actual damage from any delay in performance hereof, it is agreed that Contractor will pay as liquidated damages to the Public Agency the reasonable sum specified in Sec.. l, the result of the parties' reasonable endeavor to estimate fair average compensation therefor, for each calendar day's delay in finishing said work.; and if the same be not paid, Public Agency may, in addition to its other _ remedies, deduct the same from any money due or to become due Contractor under this con- tract. If the Public Agency for any cause authorizes or contributes to a delay, suspen- sion of work or extension of time, its duration shall be added to the time allowed for completion, but it shall not be deemed a waiver nor be used to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such delay was caused by the failure of the Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCUMENTS. The plans, drawings and specifications or special provisions of the Public Agency's call for bids, and Contractor's accepted bid for this work are hereby incorporated into this into and they are intetennded to—co-operate, so that any- thing exhibited in the plans or drawings and not mentioned in the specifications or special provisions, or vice ve_-sa, is to be executed as if exhibited, mentioned and set forth in both, to the true intent and meaning thereof when taken all together; and differences of opinion concerning these shall be finally determined by Public Agency's Agent specified in Sec. 1. 1.74 , PAYMENT. . (a) For his strict and literal fulfillr.�nt of these promises and conditions, an as u compensation for all this work, the Public Agency shall pay the Contractor the sum specified in Sec. 1, except that in unit price contracts the payment shall be for ' .finished quantities at unit bid prices. (b) On or about the first day of each calendar month the Contractor shall submit to the-Public Agency a verified application for payment, supported by a statement showing all materials actually installed during the preceding month, the labor expended thereon, aad the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due, minus 101 thereof pursuant .Ito IGovernment Code Sec. 53067, but not until defective work and materials have been removed, replaced and made good. S. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: - (1) Defective work not remedied, or uncompleted work, or (2) Claims filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable doubt that the work can be completed for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the materials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any defective work or parts. (c) 35 calendar days after the Public Agency files its notice of completion of the entire (Page 2 of 4) 00476 (CC-1; Rev. 12-73) `: 1J 1 wvrk, it scall issue a certificate to the Contractor and pay tao balance of the contract mo price after deducting all aunts witaheld under tris contract, provided the Contractor shows that all claims for la:sor and t:atnriala have been paid, no claims nava been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been fileu against tum cork or mite, and provided there are not reasonable inuications of defective or ni:.ming work or of late-recorded notices of Liens or clairs against Contractor. 9. n1SCRA::Ci. (Labor Code S518ed-,;l) On signing this contract, Contractor must give M •c Agenct (1)' a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an ac:n£ttod insurer. or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Lay. 1d, BONDS. On signing this contract Contractor shall deliver to public Agency for approva good and sufficient bonds with sureties, in -mount(3) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and tiis payment for all labor and material^ It-rounder. 11. FAILLME :O PERFOWi. If the Contractor at any ti sx refuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient material-- or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses the--eo_f from the contract price. 12. LAWS APPLY. general. Both parties recogai.=o the applicability of various federal, state M0716cal laws ana regulation, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 172U, and including Sect.-1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agroemout can Lies therewith. The parties specifically stipulate twat the relevant penalties and forfeitures provided in the Labor Code, especially i. Secs. 1775 s 1513. concerning prevailinq wage, and hour, shall apply to this agreement as though fully stipulated heroin. 13. SUBCONTPUNC^aURS. Government Code SS4100-4113 are incorporated herein. 14. WAGE RAILS. (a) Pursuant to Labor Code Sec. 1773, the governing bcdy'of the Public Agency aas ascartaincd the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and saic rates are as specified in tho call for bids for this work and are on file with the Public Agoacy, and are hereby incorporated herein. (b) This schedule of wages is based on a working day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that numher of hours are worked, the daily wage rata is proportionately reduced, but the hourly rate remains as states. - (c) ice Contractor, and all his subcontractor, must pay at least mese rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be pail at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any peron in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical qr other non-manual workers as sur2t.) for which no mini== wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the nini=ua rate based thereon, which shall apply from thh tine of the initial employment of the person affected and during the continuance of suet employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's wor enc uo war.—an enplaycd at any time on this morn b-t the Contractor or by any sub- contractor shall be required or permitted to vont longer theran except as provided in Labor Code Secs. 1310-1815. 16. APPP.l.:..ZCZS. Properly indentured apprentices may be employed on tris work.. in accordatuce with T aLor Code Secs. 1777.5 and 1777.6, for'.3iddir J discr^....'nation. (Page 3 o! 4) CLC-1; iter. 12-73) 00477 17. PRLFLItM:CL FOr :UkTMMNLS The Public agency desires to promote the industries and econonp of Coatra Costa County, and til.: Contractor therefore promises to use the products, workmen, la:,orers and mechanics of t7d County in evr_zy case ulnare the price, fitness and, quality are equal. 1S. !.SSKI:=:^.. This agreement bines the heirs, successors, assigns, and representatives o: tae Contractor;-but he cannot assign it in whole or in part, nor ant conies due or to Lea— hue under it, without the prior uritton consent of teta Public Agency and the Contractor's surety or sureties,-unlrss they have waived notice of asfignnent. 1^. NO 1=1Vrr, BY PL—MIC A=CY. Inspoctioa of the work and/or materials, or approval of work and/or =atarials snspect , or statement by any officer, agent or employee of the Pt::)1ic agency indicating the work or any part thereof I-as with the re3uirerdnts of this contract, or acceptance of the whole or any part of said work and/or materials, or pat.sents therefor, or any combination of these acts, saaL not relieve tha Contractor of his obligation to fulfill this co«tract as prescribed; nor shall the Public agency be thereby estopped frog bringing any action for daeages or enforcement arising from the failure to comply with any of the teras and conditions hereof. -. 20. HOLD HP_P_M SS a It:L'r_12:ITY. (a) Contractor prorises to and shall hold harmless and indean>.ry zzom he liabiUtses as defined in this section_ (v) The ind mnitees benefited aad protected by this promise are the'Public Agency and its elective— aac�anpointive hoards, comiszionz, officers, agents and employees. (c) The liabilities protected against are any l.iabilirf or claim for damage of any kind allegedlysusrer , incurred or threatened because of actions defined below, including personal injury, death, property damago, inverse condemnation, or any combination of these, regardless of oftether or noc such lia!)ility, claim or daaago was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or onission (negligent or non-negligent) in connection with the matte.-s covered :)y this contract and attributable to the contractor, sWicontractor(s), or any officar(s), agent(s) or employce(s) of one or more of them. (o) :ion-Conci.tions: The pro-i-e and agreement in this section is,not conditioned or dependent on w-et:;r or not any X_.' tee has prepare%;, supplied, or approved any plants), drawing(s), specification(s) or special provision(s) is connection with this work, has insurance or other indemnification covering any of taese matters, or that the alleged damage resultad partly from any negligent or willful misconduct of any Indemnitee. 21. E::CAVATIMI. Contractor shall comply with the provisions of Labor Code Sac. 6422, if applicable, vy su1nitting to Pu:hl£C Agency a detailed plan showing the design of sharing, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during trench excavation. (Page 4 of 4) (CC-1; rev. 12-73) 004'78 CXOfd . , =' ti, s 'i .. �d ...- • ..:: NAME AND AODASS OF AGENCV Insurance Associates of No. Calif. COMPANIES AFFORDING COVERAGES P. O. Box 774 C0"PANr A Aetna Casual an Berkeley, Ca., 94701 LE^rR �P COv?ANY �l TER B. Fremont Indemni Company • NAME AND ADDRESS OF INSURED COwaar C Mountain.Construction, Inc. LETTER A P. O. Box 116 air D F San Ramon, Ca., 94583 LETTER E This is to certify that policies of insurance listed below have been issued to the insured named above and are in farce at this time. POLICY UnniftolUalil ousa s h7 COMPAW" TYPE OrWSURAWA POLICY NUMBER LETTEREAPRTAWN DATE OCC�URPENCE AGGREGATE r GENERAL LIABILITY s BODILY l wY S 500 S 500 A FL]coMPREHEw^.E RORn 05 AL 801832 CCA 8/1/77 L ❑PREMISES—OPERATIONS PROPER VOWAGE S 500 ' OFAPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD PRODUCTSCOMPLETED OPERATIONS HAZARD BOOLLY LVURY AND 'i!• CONTRACTUAL RISURAIIICE PROPERTYDAMAGE s S BROAD FORM PROPERTY COMBINED RIIDFPEKGENT CONTRACTORS ❑PERSD%AL V"UR► PERSONAL INJURY f r7e AtIrOMOBILE LIASUM 00INLYINJURY f 500 IEACNPERSONI A CDMPRLHEKs.E FORM w ' B0:»rIh:URr S 500 .•`�".,. IEACHOICURAE7•CE) ~- owNFe " HIRED PROVERTYDAMAGE f BODILY INJURY ANO - NC%OANEO PROPVMDWAGE S . COaRNNF -- EXCESS LIABRITY BOORrpWRrAND yy '❑I:MBRELLA FORM PROPERTI DAMAGE ❑OTREA THAN UMBRELLA cays;xED FORM WORKERS*COMPENSATION STATUTORY B WHI WP76 82223 8/1/77 EMPLOYERS'LIABILITY y t 2j000 OTHER DESCRIPTION of OPERATIONSLOCATION&NTHICLES Installation of 412 lineal feet of reinforced concrete ; pipe and TDanhoe1 structures on Ramona Way between Danville Blvd., and ZPRR in Alamo area, Project No. 8540-2593-76. CONTRA COSTA COUNTY STORM DRAINAGE �t DISTRICT, it's officers, employees and agents a named as Additional Insureds - —mss-re� hob-tiescrib�d-3a Cart--cellation: Should any of the above described policies be csrtcelteCaDe:ore the expiration date thereof,the issuing com- pany will mall 30 days written notice to the below named certificate ho!der.: ••4 �=;"' NaME AND ADORESi C+"CER':FCa:EHO:�Ea f Contra Costa Co. Storm Drain.Dist. DATE 15WW_ !w = County Administration Building _= 651 Pine Street Martinez, Ca., 94553 ' G- �r •ILEO RiPRES_:••ATI•J���� d ,r Robert �t . Van n_—Vo�Eorhi ' ACTRA)�i IFA?771 M aofilmed With board oMet .. xr- a ma 300 cc IWA s ro 0 am 0a < �� 46 H rar ac 3 O 4t W K O r0 `u }'Si NO ru �! Sat.j WintiW WaF- v�ee►sII C+4rw 3 t am N� N <z O W%4sc �2ttttVtt:tWO us on K t r< >-_ O 4 Kw — ►°:tr C <uN� rr� {W�o3 U. O FS Nus 40 Nz a0CS 3319 C3 JC N r zi 1 z�. o us t< <rM }< .d Uoaaawc t rii a� o 4=M $i:uuaatttup ,a U •.9 O U y i /.,��� a n a a E � .,�• a � Oro T • ipi • �+ 7 �•7 w t • :'� 3 0 � 3ie � w: d •� OG'r y-: O: 'V 11 .; N 4 u'•' N E O� • �rx: •: •t �� S d � a L `, S t GE�O " ^ A d t" �, t t •�� n � •Q Z aarfl• •� •. N � •:4 '. V� i G O u � G � X ..t V p t•G •'' G n G �G i G a G• �.t :� ••; n •t •t G r •t3 w O a CJ. o o v•o � �Ze+ 4'0 �y•i a4G •� �3 n ��� am d T in V a •V i %� J�W oV� u,scvo • N � s i� t � •y � • v 0� a • , a 'AMERICAN FIDELITY FIRE INSURANCE COMPANY New York Prenium:$559. BIND Nt�ntBER 04-346-2552263 ssued in dap ica e. PERFORMANCE BOND PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS: That we, Mountain Construction as Principal, and AMERICAN FIDEI1rY FIRE INSURANCE COMPANY,a Corporation organized and existing under the laws of the State of New York,and authorized to transact a general surety business in the State of California,as Surety,are held and firmly bound unto: Contra Costa Country Storm Drainage District ,as Obligee, . in the sum of Thirty—seven thousand two hundred fourty—five and no/100***********pOLi-ARs, (S 37-245,00******A bwful money of the United States of America,for the payment whereof,well and truly to be made, we hereby bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by these presents- THE CONDITONS OF THIS OBLIGATION IS SUCH,that WHEREAS,the above-bounden Principal entered into a contract dated the May 23, 1977 with said Obligee to do and perform the following work,to wit: Installation of 412 lineal feet of reinforced concrete pipe and manhole structures on Ramona Way between Danville Boulevard and the Southern Pacific Railroad in the Alamo area, Project No. 8540-2593-76, all in accordance with the Plans, Drawings and Special Provisions or Secifications, prepared by or for the Public Works Director and in accordance with the accepted Bid Proposal. NOW,THEREFORE,if the above-bounden Principal shall well and truly perform or cause to be performed,each and all of the requirements and obligations of said contract set forth,then this bond shall be null and void;otherwise it shall remain in force and effect. SIGNED,SEALED AND DATED this 20th day of May19 77 Mountain C n t PRINCIPAL BY AMERICAN FIDELITY FIRE INSURANCE COMPANY ATroRNEY4WFAcr Robert W. Skinner fAicrof Imed with board order 321 t5/51 o aJ 482 w ti t , u i • 0 o W _ N p 06 r ' C a E : n •s E ° 1 v n = + y .. 0 al ` i = s Y O * � u o0- p N cd 0 3 u I C7i s a 62 .,Co }j V ; w 14 as r '.� i 6 v qi 0 •} ui Z �• i E [ U i W rdy o '0 . N p E o ;OCI ; ; = J o o 9 p syiss Ile -14t S - x m uo a yts }w. {0; p Vo: Y N O T O a 3 E a � �, •M; � , 0 O. - 7; • ; n. o-ct z i 0 CC V is i 0 ; ; w , 0 T ;o n 3 Z f u: S o p N ! E S o u E m ox os: ; c iV n o u z °. U� a: : o . o moa�aZ,; "t o QL- r ? 7— 02 0 gyp: .y U^ ...v C 44 iA 0. Nn -zut J o rzv A IL< A -E ..' • „� A �O Ucr x w C3?' t i < ; x�Y ul o -IC Iwota 3 .. O 3 W �-G M it le 0 4 vi w 10U41.aC I k+ Rlmm�u:uNt 4 • 4A <t0 wsic 4A 4c ac am 4 a. =Staff�:zr <V Y Yf O Awa • O{L O W On a S U. aa" r iu Pod WCL CK a 0 C2 iWccff "..3IlIi3ili.�1I= iiil'ttt'!'!!3 .W 1� BOND NUMBER 04-346-2552263 Issued in duipicate. Premium included on .AMERICAN FIDELITY FIRE INSURANCe COnAI� New York PUBLIC WORKS - LABOR & MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS. That we. Mountain Construction as Principal.'. and AMERICAN FIDELITY FIRE INSURANCE COMPANY.a corporation organized and existing under the laws of the State of New York,and authorized to transact surety business in the State of California.as Surety.are held and firmly bound unto: Contra Costa County Storm Drainage District ,as Obligee,- in the sum of Eighteen thousand sia hundred lwnto,-tvn and Snn nn*** +�^L LARS (518.622.50****).lawful money of the United States of Ametia.for the payment whereof.well and truly to be made.we hereby bind outseives,our heirs,executors.administrators.jointly and severally.firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH.that WHEREAS.the above bounden Principal has been awarded and has entered into a contract dated MAY 23, 1977 with the Obligee to do and perform the followin&to wit: Installation of 412 lineal-feet of reinforced concrete pipe and tsanhole structures on Ramona Way between Danville Blvd. and the Southern Pacific Railroad in the Alamo area, Project No. 8540-2593-76, all in accordance with the Plans, Drawings and Special Provisions or Specifications, NOW.n REFUR�.if'the a frbohmt&%a3p or�su4 trfi9A iffit Bid. of the Civil Code of the State of California,or amounts due under the Unemployment Insurance Code with mpect to work or labor performed by any such claimant,the Surety will pay for the same.in an amount not exceeding the sum specified in this bond,and also,in case suit is brought upon this bond,a reasonable attorney's fee,to be fixed by the court. This bond shall insure to the benefit of any and all persom companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California sa as to give a right of action to them or their assigns in any suit brought upon this bond. � ) , s' SIGNED.SEALED AND DATED this 20th day of may 19 77. Mountain Co ruction vrinapal ' t BY AMERICAN DELITY FIRE INSURANCE C031PANY bort Sr. Skinner Attorneyin•:4ct - t t Microfilmed with boord order m 11n4J 00485 u0y ..ill • IIIIIIIIIIIIIIIIIIIIIillf�, ,�AM�EIUCAN FME i i FM I ,SV RL iNCE COMPAISff WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That American Fidelity Fire Insurance Company,a Corporation in the State of New York.having its principal office in Woodbury,State of New York,pursuant to the following resolution,adopted by the Board of Directors of the said Company on the 18th day of February.1969,to wit: "The President,or any Vice-Presidenk or other officer designated by the Board Executive Committee shall have authority, severally,to maps execute and deliver a power of attorney constituting as Attorney-in-Fact such persons,firms or corporations as such officers may select form time to time,"does hereby make,constitute and appoint: ROBERT W. SKINNER of SAN FRANCISCO, CALIFORNIA Its true and lawful atiomey(s)in-fact,with full power and authority hereby conferred in Its name,place and stead,to sign, execute,acknowledge and deliver in its behalf,and as its act and deed,as follows: Specifically and only on bonds executed having Guarantee Indemnification of the SMALL BUSINESS ADMINISTRATION_ in an amount not exceeding$200.000.00,as to any one pmiect,for or on behalf of this Company,in its business and In accor- dance with its charter,and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby,and all of the acts of said Attomeyin-Fact,pursuant to these presents,are hereby ratified and confirmed. IN WITNESS WHEREOF,the American Fidelity Fier Insurance Company has caused time presents to be signed by Its President- andjor Vice-President.and its Corporate Seal to be affixed. AMERICAN FIDELITY FIRE INSURANCE COMPANY Luther H.Williams,President State of New York ) )} ss. County of Nassau On this 16th day of March,1977,before the subscriber,a Notary Public of the State of New York In and for the County of Nassau duly commissioned and qualified,came Luther H.Williams of the American Fidelity Fire Insurance Company,to me personally known to be the individual and officer described herein.and who executed the preceding instrument,and acknowl- edged the execution of the same,and being by me duly sworn.deposed and said.that he is the officer of said Company aforesaid, and that the seal affixed to the preceding Instrument is the Corporate Seal of said Company,and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration.and that the resolution of sald Company.referred to in the preceding instrumen4 is now in force. IN TESTIMONY WHEREOF.I have hereunto set my band,and affixed my otliclai seal at Woodbury,New York the day and year above written. t No Public ELIZABETH M.ROSELLE NOTARY PUBLIC.State of New York No.30-8643115 Qualified in Nassau County Commission Expires March 30,1978 State of New York SL County of Nassau CERTIFICATE L the undeaigaed.Assistant Secretary of AMERICAN FIDELITY FIVE INSURANCE COMPANY,a stock corporation of thr State of New York.DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked;and furthermore,that the Resolution of the Board of Directors,as set forth in the Certificate of Authority,are now in force. Signed and Sealed at the said Company.at Woodbury,New York.dated this_ »day of� yy � » •19�� Assistant Secretary Microfilmed with board order 0" 48S CA S zoo rani 777 to the Board of Supervisors of Contra Costa County, State of California May 10 , 19 7� In the Matter of Boundary of Agricultural Preserve No. 16 (1968), Newhall Land & Farming Co. The Board on March 8, 1977 having referred to the Director of Planning a letter from J. D. Graham & Associates, on behalf of Newhall Land and Farming Company, requesting that the boundary of Agricultural Preserve No. 16 (1960) be amended to include annexations and detachments of certain parcels; and The Director of Planning having submitted an April 21, 1977 memorandum to the Board recommending that the proposes: boundary amendment be accepted, 1T IS BY THE BOARD ORDERED that the recommendation of the Director of Planning is APPROVED and that the Clerk of the Board is DIRECTED to record with the Ccunty Recorder the amended boundary as described in Exhibit "A," attached hereto a=d by this reference incorporated herein. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Recorder Witness my hand and the Seal of the Board of Director of Planning Supervisors Assessor affixed this 10thday of i4av , 197 Count; Administrator County Counsel i J. R. OLSSON, Clerk J. D. Graham & Associates "t P.O. Box 1022 By whLf-Ito Deputy Clerk Danville 94526 Patricia A. Bell H-24 j,-7.(.iSm 00487 LOCAL AG--4CY FORMATION COt'NIISSICN Contra Costa County, California iDescription Dates 5/5/76 BYs, EICiIBIT "A" Lime Ridge Area Annexations To and Detachments From Agricultural Preserve (Five Parcels) Paresl One - Annexation. Being a portion of Rancho Monte Del Diablo, described as folloxss Beginning at the intersection of the southern boundary of the City of Concord, as established by Ordinance No. 303, with the southern line of the parcel of land described in the deed to the State of Cali- fornia, recorded August 12, 1969 in Book 5939. of Official Records, page S7, said point bears Fast, 330 feet, more or less, from the wester- ly 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 line of Rancho Monte Del Diablo; thence South 450 30' West. along said southern line of Rancho Monte Del Diablo, 1460 feet, more or less, to station point No. 23 on said southern line of Rancho Monte Del Diablo; thence North 4" 30' West, leaving said Rancho line, 224.60 feet; thence North 440 30' 'lest, 500 feet, more or less, to the point of beginning. Containing 6.17 acres, more or less. Parcel Tao - Annexation. Being a portion of Rancho San Miguel, described as folloxss 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 Rr8", recorded January 27, 1976 in Book 60, Land Surveyor's Maps. page 16. uich point is the most northern point on the line Which bears North 10 02' 01" east. 207.93 feet; thence from said point of beginning. North 290 06' 10" Fast, along the eastern line of said 211.34-acre parcel (60 LSX 16) 115 feet, more or less, 00488 EMENi 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.-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 230 451 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 LSI: 16), North le 02' 01" Fast, 207.93 feet to the point of beginning. Containing .51 of an acre, more or less. Parcel 7hree - Detachment. Being a portion of Rancho Monte Del Diablo and a portion of Rancho San Miguel, described as follovss Beginning at a point on 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 J-7, said point bears North 45o 08' 06" West, 564.79 feet from the southeasterly terminus of the course "North 450 08' 06" West, 1014.83 feet", in said deed to the State of California; thence South 110 1?1 49" West, leaving said western line of said State of California parcel, 192.03 feet; thence South 100 50. 32" Dust. 1005.94 feet; thence South 480 19. 25" East, 342.99 feet; thence South 5' 08. 33" West, 270.12 feet; thence South 290 45' 04" West. 234.59 feet; thence South 300 17' 50" Fast, 204.92 feet; thence South S90 24. 15" West, 674.86 feet to the eastern line of the 211.34-acre parcel of land sho•.m on the map entitled "Record of Survey, Contra Costa County Service Area Rr8", recorded January 2?, 1976, in nook 60, Land Survey Maps, page 16; thence Southerly, along the eastern boundary of said 211.34-acre parcel of land (60 DSM 16) as follovss South 100 48' 39" West, 393.10 feet; North 800 03, 55" `Nest. 256.42 feet. and South 29'0 06, 10" West, 90 feet. more or less, to a point on the eastern boundary of Ygnacio Valley Annexation 00489 Y - 3 - 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 Zine between Rancho San Miguel and Rancho Monte Del Diablo, said point lying 1200 feet Northwesterly of the southern corner of said Rancho Monte Del Diablo; thence Northwesterly, continuing along said eastern boundary of Ygnacio Valley Annexation No. 19 and said common line between Rancho Monte Del Diablo and Rancho San Miguel, 2450 feet, more or less; thence leaving said Yhnacio Valley Annexation No. 19 boundary and said common line, North. 300 feet, more or less; thence East, 700 feet, more or less; thence Southeasterly. 630 feet, more or less; thence Fast, 1210 feet, more or less, to the western line of said State of California parcel (5939 OR 57); thence along the western line of said State of California parcel (5939 OR 57) as followss South 20 13. 00" East, 756 feet. more or less, to an angle point therein and South 450 08' 06" East. :50.04 feet to the point of beginning. Containing 99.89 acres, more or less. Parcel Four - Detachment. Being a portion of Rancho San Miguel, described as followss Beginning at the southeastern corner of the 211.34,-acre parcel of land as designated on the map entitled "Record of Survey, Contra Costa County Service Area R-.811, recorded January 27. 1976, in Book 60, 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 Ygnacio Valley Annexation No. 19 to the City of Walnut Creek as described in Ordinance No. 878; thence Northerly, along the boundary of said Ygnacio Valley Annexation No. 19, 1550 feet, more or less, to a point on the eastern line of said 211.34-acre par- cel (60 ISH 16); thence South 230 45' 04" East, 50 feet, more or less, along the eastern line of said 211.34-acre parcel (60 ISM 16), to an 0?490 angle point therein; thence continuing along said eastern line as followss South 16" 10. 51" East, 503.68 feet; South 440 57' 16" East, 567.80 feet and south 62a 19. 09" East, 724.25 feet to the point-of beginning. Containing 15.10 acres, more or less. Parcel Five - Detachment. Being a portion of Rancho San Miguel.-described as follovss 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 follo:rss south 1° 37• West, 547.82 feet; South 480 21' 58" West, 839.71 feet; South 490 27' 43" West, 391.85 feet; South 140 341 43" West, 147.55 feet; South 250 440 28" West, 96.94 feet; south 580 39' 13" nest, 367.50 feet; South 140 34' 13" West, 149.66 feet; South 190 46' 17" East, 163.64 feet; South 43" 14. 1411Idest, 266.29 feet; lcrth 270 359 01" West, 723.90 feet and North 48' 18' 52" West, 1455.21 feet to the northiiestern corner thereof, said point being on the southern boundary of the Ignacio Valley Annexation No. 19; thence North 770 09' 13" Fast, along the northern line of said Record of Survey (58 ISM 23) and said southern boundary of the Ygnacio Valley Annexation No. 19 and its eastern extension, 2997.00 feet to the point of beginning. Containing 64.92 acres, more or less. 00191 s Ijd THE BOARD OP SUP----J7ISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA May 10, 1977' In the Putter of Hearing with ) 3espect to Use of State Owned } Rights-of-Way (Routes 77 and 93). ) On the recommendati or. of Supervisor R. ;I. Schroder, IT IS BY THE BOARD ORD-z"2SD that June 21, 1977 at 11:05 a.m. isfixedfor hearing on the recommendations of the Citizens Advisory Committee and the administrative Committee of the Joint Powers Authority established to study possible uses, of excess State-owned rights-of-way (Routes 77 and 93, Moraga, Lafayette and Orinda Area). PASSED BY THE BOARD on May 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 10th_day of May, 1977. J. R. OLSS : , Clerk By C. -'Z�t=:B Billie C. Souza -Je +uty Clerk cc: Caltrans, District'4 T. R. hammers, P. 0. Box 3366 Rincon Annex, San Francisco, California 94119 Metropolitan Transportation Commission Claremont Hotel, Ashby and Domingo Ave. , Berkeley, California City- of Lafayette, 975 Oakland Street Lafayette, California 94:49 City of 'Moraga, P. 0. Sox 185 Moraga, California 94556 Orinda Association, P. 0. Box 97 Orinda, California 94563 County Administrator County Counsel Public Works Director Director of Plannin Interested_Parties ?Via Public Works) In the Board of Supervisors of Contra Costa County, State of California :{av 10 , 19 Y_7_ In the Matter of Reauest for Additional Judicial Positions. The Board having received an April 28, 1977 letter from Ur. Hillam W. Willams, Foreman, Contra Costa County Grand Jury, recommending that the board provide two additional judicial positions for the Superior Court and requesting a reponse in 30 days; and IT IS BY THE BOARD ORDERED that the aforesaid correspondence is REFERRED to the Finance Committee (Supervisors R. 1. Schroder and James P. Kenny). PASSED by the Board on i4ay 10, 1977- I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Finance Committee Witness my hand and the Seal of the Board of County Administrator Supervisors County Counsel affixed this 10thday of 'fav 19 11 � �1 R. OLSSON, Clerk By �3U5 b i f r_/ Deputy Clerk Patricia A. Bell 00493 H-2a 3;76 tSm s � In the Board of Supervisors of Contra Costa County, State of California may l n , 19 In the Matter of Proposed Expansion of Role of Delancey Street Foundation, Inc., in Contra Costa County. The Board having received an April 27, 1977 letter from Mr. Robert A. Fazackerley, Agency Liaison, Delancey Street Foundation, Inc., explaining the activities of the organization and seeking to expand the role of the foundation in the correctional alternative program of Contra Costa County through an on-going referral program for offenders and establishment of a fee for service contract with the County; IT IS BY THE BOARD ORDERED thatt the matter is REFERRED to the Director, human Resources Agency, for recommendation. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Delancey Street Foundatio5,pe,visan Director, Human Resourcesoffixed this d of 19 Agency -1Cth- ay ?fa3r -?�- County Administrator J. R. OLSSON, Clerk BDeputy Clerk Ma CraigO` 00494 r H-24 4/77 15m In the Board of Supervisors of Contra Costa County, State of California may 10 , 19 77 In the Matter of Contract #28-502 with Milton S. Fujii to Provide Consultation and Technical Assistance for the County Manpower Program IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract #28-502 with Milton S. Fujii (self.-employed consniltant) to provide consultation and technical assistance for the County Manpower Program (under CETA Titles I, II and VI) from April. 18, 1977 through October 31, 1977, with a contract payment limit of $9,240, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on May 10, 1977. 1 hereby certify that the foregoing Is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig• Human Resources Agency witness my hand and the Seal of the Board of Attn: Contracts S Grants Unit Supervaors cc: County Administrator affixed this.10thday of MaY i9 77 County Auditor-Controller County Manpower Director r -- J. R. OLSSON, Clerk Contractor Deputy Clerk Maxine M. Neufeld RJP:dg H-24 3176 15m 00493 -mvVNEFIrIg" Contra Costa County Standard Form STANDARD COYMCT (Purchase of Services) {,� C ( �j 1. Contract Identification. Number 28 - 502 �liry ` 5 0 2 Department: LIRA Manpower Project Subject: Administrative consultation and technical assistance for the County's CETA Title I Manpower and Title II/VI Public Service Employment Programs 2. Parties. The County of Contra Costa California (County), for its Department named above, and the fallowing named Contractor mutually agree and promise as follows: Contractor: MILTON S- FUJII Capacity: Self-employed individual (consultant) Address: 2695-A Baldwin Lane, Walnut Creek, California 94596 3. Term. The effective date of this Contract is April 18, 1977 and it terminates October 31 1977 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 9,240 ' 5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference_ 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County FY 76-77 CETA Title I Comprehensive Manpower Plan (DOL _ Grant #06-7004-10), CETA Comprehensive Title II Plan (DOL Grant #06-7004-21), and CETA Comprehensive Title VI Plan (DOL Grant #06-7004-60), and any modifications thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Titles I, II, and VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended; 29 CFR Subtitle A, Parts 94, 95, 96, 98, and 99; California Government Code Sections 31000 and 53703. 10. Signature . These signatures attest the parties' agreement hereto: C ,111, F C '"O5TA. CA10.—QA CONTRACTOR B BY Chairman, Board of Sup sors gem-A^ h d Co.,"A.-r (Designate offIcial capacity in business Attest: J. R. Olsson, Ccunty Clerk and affix corporation seal) S -AState of California ) ss. B � f f County of Contra Costa ) .�` Deputy ACKNOWLEDGEMENT (CC 1190-1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: ---W�,-U_ 1Q77 Rosemary Matossian ,, f) Deputy /Deputy Wounty Clerk ROBERT J. PROCTOR C 'Fr C''',,:i( CLERK IL "A-',i17 lEtl ;1!76) M aofitmad With Uoaa OrFe I.Uo1_0 J. r Mu"A ., aJrJ :W CLERK Micro;lmad With S=a or?ot i a Y x Contra Costa County Standard Form 1 PAYHENT PROVISIONS (Fee Basis Contracts) Number 28 - 502 t. 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ j c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [%j d. $ 11.00 per hour. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 1. (Payment Amounts) above. 3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State, or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to 'the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: _ Contractor County Dept. 00497 (1-5619 REV 6/76) SERVICE PLAN L� Number 2 8 ~ 5 0 2 1. Service Specifications. Contractor shall provide certain administrative consultation and technical assistance services for an approximate, overall average of 30 hours per week during the term of this Contract (ranging from 0 hours per week to 40 hours per week) to assist County in the administration of its manpower and public service employment programs under Titles 1, II, and VI of the Comprehensive Employment and Training Act of 1473 (CETA), as follows: a. Title II/VI Management Information System. Contractor shall conduct a needs assessment for the County's CETA Title II/VI public service employment program to determine the extent of data collection and statistical information that will be needed by County to facilitate program administration and meet federal reporting require- ments. Based on this needs assessment, Contractor shall design a computerized management information system (HIS) for said program so that the new system will meet County's administrative and federal requirements and be compatible and integrated with the County's existing CETA Title I management information system. Contractor's MIS design shall include preparation of all needed instruction manuals, reporting forms, and input documents. b. Title I RFP Design and Evaluation. Contractor shall assist County's CETA Title I manpower program staff in establishing appropriate evaluation criteria for rating contract funding proposals which will be submitted by prospective Title I manpower service providers for FY 77-78. Based on said evaluation criteria, Contractor shall design a uniform Request-For-Proposal (RFP) format for County's use in requesting FY 77-78 contract funding proposals. The RFP format design shall require prospective providers to submit certain indentifying and background information, a comprehensive and precise description of the proposed manpower activity to be funded, a detailed cost estimate and program budget, and a statement of qualifications and past performance. Said format shall also be designed to facilitate: (1) the rating of each proposal on the established evaluation criteria, (2) the ready comparison of similar proposals with each other on various proposal sub-components, and (3) the conversion of the description of the proposed manpower activity and budget into a purchase of service contract. Following receipt of the FY 77-78 contract funding proposals by County, Contractor shall also assist the County's manpower program staff and Manpower Advisory Council in the rating and selection of actual proposals. c. Technical Writing. Contractor shall assist the Contracts and Grants Unit of the County Human Resources Agency in the drafting of certain service program specifi- cations as may be required by County for various County contracts and contract amendments under CETA Titles I, II, and VI. Contractor shall review and analyze pertinent federal regulations and proposal documents, confer with appropriate County staff, and draft required contractural language in accordance with County guidelines to specify corres- ponding service program requirements, subject to review and approval by County. d. Grant Modifications. Contractor shall assist County's manpower program staff in the development and assembly of grant modification documents which may be required from time to time by the U. S. Department of Labor for the County's CETA grants under Titles 1, 11, and VI. Contractor shall review and analyze pertinent federal regulations and instructions, determine the necessary content for a particular grant modification, and assist said staff in compiling the required information so as to meet the federal submission deadlines. e. Staff Training. Contractor shall provide appropriate consultation, instruction, and training for County's manpower program staff as may be required by County in the following areas: (1) Preparation and assembly of CETA grant applications and grant modifications. Initials: Contractor County Dept. 00498 -1- I ' SERVICE PLAN Number 2 Q y — C,y O 2 (2) Operation of the Title II/VI Management Information System. (3) Implementation and operation of the established RFP and program evaluation system. 2. Timetable. Contractor shall submit to the County Manpower Director a written timetable for the expected completion of the above service activities, subject to the approval of said Director. Contractor shall periodically revise and update said time- table, as may be needed. 3. Progress Reports_ Contractor shall submit periodic reports to the County Manpower Director regarding Contractor's progress toward completion of the above service activities, in the form and manner required by County. 4. Independent Status. Contractor is an independent contractor and County shall neither direct nor have control over Contractor, his activities, or the methods and details by which he fulfills his obligations under this Contract. In providing services hereunder, Contractor shall work cooperatively with the County Manpower Director or his designee(s). 5. County's Office Support Services. County shall provide for Contractor certain office space, clerical support, office supplies and services, materials, equipment, facilities, and assistance as may be mutually determined to be necessary to support Contractor's activities hereunder, but excluding the use of County cars. 6. Expenses. Contractor's fee, as set forth in Paragraph l.d. of the Payment Provisions, includes full compensation for all services, work, and expenses provided or incurred by Contractor under this Contract, including all travel, mileage, and per diem expenses. SPECIAL CONDITIONS 1. Insurance. Paragraph 19. (Insurance), page 3, of the General Conditions is hereby deleted and replaced by a substitute paragraph to read as follows: "19. Insurance. a. Automobile Insurance. During the entire term of this Contract and any extension or modification thereof, Contractor shall keep in effect a policy or policies of motor vehicle liability insurance for any use Contractor makes of a private automobile in the performance of this Contract, as required by State law and in amounts not less than: (1) $25,000 for personal injury to, or death of, one person; (2) $50,000 for injury to, or death of, two or more persons, per occurrence; and (3) $10,000 for property damage. b. Insurance Certificate. Not later than the effective date of this Contract, Contractor shall provide County with a certificate(s) of insurance evidencing the above liability insurance. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above-specified coverage." Initials: e Contractor Coon Dept_ -2- 00499 4 � , _ w Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all FederalJState audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. - Notwithstanding Paragraph 5.a, above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee,.subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00500 (A-4616 REV 6/76) -1- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation_ The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (30) days written notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, their officers, agents, and employees, so that other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 651 Pine Street, Martinez, California 94553. Notices to the Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery. 21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 00501 (A-4616 REV 6/76) -3- In the Board of Supervisors of Contra Costa County, State of California May 10 , i9 77 In the Matter of Contract #20-146 with the University of California to Provide Leadership Training for Senior Citizens IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract #20-146 with The Regents of the University of California (University Extension, U. C. Berkeley) to provide a training workshop in leadership and problem solving for senior citizens under Title IV--A of the Older Americans Act on May 11, 1977, with a contract payment limit of $525, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on May 10, 1977. 1 hereby certify that the foregoing b a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources agency Witness my hand and the Seal of the Board of Attn: Contracts 4 Grants Unit Supervisors cc: County Administrator affixed this 10thday of May f9 77 County auditor-Controller County Social Service Dept. _ Contractor J. R. OLSSON, Clerk By /'? ���/.:._�=.cam/, Deputy Clerk Maxine M. Metifeld H M3�,61Sm 00502 . S ' Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT 1. Contract Identification. Number 20 - 146 Department: Social Service (Area Office on Aging) Subject: Leadership training for senior citizens involved in the Contra Costa Senior Forum (under Standard Agreement #29-008 with the State Department of Aging) 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: THE REGENTS OF THE UNIVERSITY OF CALIFORNIA Capacity: A Public Corporation Address: University Extension, U. C. Berkeley (Gerontology Resource Center) 2223 Fulton Street, Berkeley, California 94720 3. Term. The effective date of this Contract is May 11, 1977 and it terminates May 11. 1977 (1 day onlv)unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written notice thereof to the Contractor, or cancelled immediately by written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 525 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: $ 525 per service unit: ( ) session, as defined below; or (X) calendar day (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). County shall comply with tt a Mate Requirements set forth below. 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in leadership and problem-solving for County-selected persons in the time, place, and manner required by County, including provision of any related materials and supplies. Contractor shall provide said services for approximately 50 persons, in accordance with the Letter of Understanding (by Frances Harwayne, dated 4/15/77, re: Leadership Workshop for Senior Forum) and the Workshop Outline ("Leaders Can Have More Fun," 5 pages), attached hereto and incorporated herein by reference. Contractor shall also comply with the State Requirements, attached hereto and 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. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000, and 53703 Title IV-A of the Older Americans Act of 1965, as amended. 11. S natures. These signatures attest the parties' agreement hereto: CO l_w C COSTA CALIF CONTRACTOR Ctv. B By Designee Recommended by Department 4 (Designate of fpial capacity) Designee (Form approved by County Counsel) 0 0 503 (A-4620 7/76) Microfilmed with board order UNIVERSITY OF CkLIFOPUNIA, BERKELEY LETTER OF UNDERSTANDING O�•DANU•OWME•IM ANGU S•IU%* =•SAN DU=•S"FRANCISCO SAATA RARBAAA•SANITA CRUZ i UNI%T.RsnT E?TEnIONN ' FMTON STREET SERCELM.CALIFOANU 84720 April 15, 1977 Ms. Jane McClelland, Director Area Agency on Aging 2450 Stanwell Drive Concord, CA 94520 Re: Leadership Workshop for Senior Forum Dear Jane: This is to formalize our plans for the leadership workshop for Senior Forum members in Contra Costa County. The workshop will be held on or Wednesday, May 11, from 9:30 a.m. to 4 p.m., at San Damian Retreat, Danville. We have arranged for workshop space at San Damian Retreat, lunch for all participants, and coffee service during the morning and afternoon. We are expecting a maximum of 50 participants. Elizabeth Fielding will serve as workshop leader and she has provided you with an outline of program activities. Budget for the workshop is as follows: Workshop leader $100 Folders, name tags, duplicated program materials 30 Space, lunch, coffee, etc. (50 x $5) 250 Overhead 145 Total contract $525 If the above agrees with your understanding, please sign below and return this letter. Yours very truly, Frances Hark*ne'��`I Program Coordinator Gerontology Resource Center -mow 00504 hi Workshop Outline LEADERS CAN HAVE MORE FUN PURPOSE: A workshop on leadership and problem-solving for the Senior Forum of Contra Costa County OBJECTIVES: Reexamination of purposes of the Forum, determining priorities, and setting objectives. Understanding. from transacttional analysis theory, of the functional aspects of 'ego states, complementary and crossed transactions, strokes and discounts and beginning skills in applying TA to problem-solving in senior groups. CONTENT METHOD Introductions of participants Small groups or "The reason I've enjoyed working with the total group Forum is..." I. Introduction to the workshop Summary of concerns expressed in regis- Short lecture tration forms Plan for the day II. Purposes and objectives of the Senior Forum a. Purposes as defined in 1968 Printed forms b. Current priorities Discussion c. Setting objectives " d. Planning to accomplish objectives " III. Your role as leaders 5-minute talk Printed sheets on leadership akills IV. Working with People - Increasing our skills Short lecture, illus. TA - a tool for understanding ourselves and others a. Ego states Brief lecture t The Parent - Nurturing. Critical Summary sheets. The Adult role play The Child - Free. Adapted Exercises for identification Decision making with the Adult as executive b. Transactions Summary sheets 00505 WOW Leaders Can Have More Fun - 2 - 1. Complementary transaction Brief lecture Rule of communication Exercise, identi- fication 2. Crossed transaction Brief lecture Rule of communication Exercise, identi- fication c. Strokes Short lecture, exercise in pairs Use of strokes in senior groups Short lecture Enhancing personal yell-being and Exercise, role play relationships d. Discounts and discounting patterns (gaming) Short lecture Themes, roles Demonstration Recognition Role play Breakin up discounting patterns in senior Discussion groups ke.g . rambling, negativity, conflict) Rolf play e. Application of TA to problems experienced in Discussion Forum and by senior groups role play Closing: Filling our stroke bank exercise Written evaluation 00506 Leaders Can Have bore Fun 3, PURPOSES OF THE SENIOR FORUM. CONSTITUTION AND By LAWS. ADOPTED IN 1968. a. to provide closer communications between the Senior Citizen groups and clubs in Contra Costa County b. to provide the opportunity for all Contra Costa Senior citizens organizations to develop and sponsor county wide programs for the mutual benefit of the seniors and the community c, to become aware of local, state. and legislative issues so that the senior citizens of Contra Costa County can take a firm stand on those many issues that affect them d. to better inform the public of the objectives of the senior citizens of Contra Costa County and thus promote better under- standing between the community and its older population e. to provide an opportunity for the exchange of constructive ideas and information among representative members of local senior groups. 00507 Leaders Can Have More Fun LEADERSHIP QUALITIES AND SKILLS Traits of a good leader: 1. Sense of humor 2. Ability to listen to people 3. Genuine liking for people 4. Ability to accept another person's point of view as his right, even though you do not agree with him $. Eagerness-to learn and grow 6. Friendly, warm, likable 7. Ability to keep troubles to oneself, solving problems with appropriate people - not using the group as an audience 8. Ability to draw others into participating in responsibilities of the group. The democratic leader 1. Knows group members individually 2. Has faith in the ability of people to work together 3. Stimulates and helps the group to set goals and make decisions together, rather than forcing his own ideas on the group - a guide, not a director 4. Understands community feelings, customs 5. Works together with members. taking mutual responsibility for the group in partnership. Leadership ability is a combination of natural endowment and learned behavior, and grows with experience. 00508 Leaders Can Have More Fun THE DEMOCRATIC GROUP AND THE EFFECTIVE PARTICIPANT The democratic group 1. Represents differences in interests and beliefs. 2. Demonstrates healthy competition of ideas in discussions. 3. Generates feeling of belonging and sharing. 4. Spreads work assignments throughout the membership - each a job according to his interest and ability. $. Changes easily in response to members' interests. 6. Makes constructive use of conflict as a means to strengthen the group. 7. Gathers information. ideas. and opinions and makes decisions with active participation of members. 8. Provides for everyone to be involved. The effective participant 1. Accepts the importance of the work of the group. 2. Gets along with and relates to many individuals. 3. Accepts the right of others to have ideas different from his own. 4. Does his share of the work of the group. 5. Is a good interpreter to others outside the group. 6. Is a helping person. a. Helps chairman by sticking to the discussion. b. Helps other members to talk by remaining silent or creating opportunities for them to express themselves. c. Helps new members to become part of the group. d. Tries to be helpful in every situation. 7. Adopts a positive attitude toward the group. a. Looks for the good points. b. Accepts the fact that every group has problems. adopts a "what's right" not "what's wrong' attitude. 8. Is.willing to change his attitudes and learn from other people.. 9. Believes in democracy as a way to conduct the group. Group feelings develop as 1. individuals become acquainted with and understand others. 2. individuals take on responsibility in group, feel they belong. 3. group activities meet personal needs: a. warm human associations b. recognition of talents and contributions c. opportunity to express ideas and work together 00509 4. members develop working relationships on committees and enjoy successful experiences together. STATE REQUIREMENTS In compliance with the County's Standard Agreement #29-008 with the State Department of Aging (State Contract #046-14), Contractor shall: 1. Make all records pertaining to this Contract 020-146 available for inspection and audit by the State or the Federal government or their duly authorized agents at any time during normal business hours. 2. Maintain and keep available all such records for a minimum of three years from the effective date of this Contract, if a State or Federal audit has occurred during said period, or five years from said date if such an audit has not occurred. In the event of audit exception, such records shall be maintained and kept available until every exception has been cleared to the satisfaction of the State. 3. Comply with Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and all requirements imposed by or pursuant to the Regulation of the Department of Health, Education, and Welfare (45 CFR Part 80) issued pursuant to that title, to the end that, in accordance with Title VI of that Act and the Regulation, no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity which is funded under this Contract #20-146. Restriction on Use of University Name. The name of the University of California shall not be used by the County in any publication, advertisement, or news release without the prior approval of the University. 00510 I r ( t In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Authorizing the Chairman of the Board to execute a consultant contract in the amount of $3424 with Michele Hill, Speech Therapist for purpose of provid- ing speech and. language service to Head Start Children and authorizing the County ud1 o n roer to pay mileage at the rate of 15C per mile to maximum of $450. The Chairman of the Board is hereby AUTHORIZED to execute a consultant contract in the amount of 53424 with Michele Hill, Speech Therapist for the purpose of providing speech and language service to Head Start Children for the period May 5-September 30, 1977 and the County Auditor-Controller is AUTHORIZED to pay mileage at the rate of 15C per mile to a maximum of $450. Federal Grant Funds are available for this purpose since they were budgeted in the grant application and subsequently approved by the regional Office of Child Development by Head Start Grant Action L-H3, March 7, 1977. APPROVED BY THE BOARD May 10, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Ori a. Depfi.: OEO Supervisors cc: County Administrator affixed thislOth day of May 1977 Auditor-Controller Head Start-C/o 0£0 Ms. Michele Hilt J. R. OLSSON. Clerk c/o OEOBYlllfLz'J ,/ Deputy Clerk Maxine M. Reiifeld H-243/7615m 00511 S*-:3n FOR4 sEsTrCE oQ,.r_rRaCr I. Contract Identification. tk3.�bsr Departent: Office of Sconaa aic Opportunity - Head Start Srbject: Head Start Speech PatholoQ/ Co:isu_taiit 2. Parties. The County of Contra Costa, California (County),. for its Department named above, and the following n--ed Contractor mutually agree and promise as folloku: Contractor: Ms. FIiich.ele Hill Capacity: Individual Contractor mdress: 1423-A Mi.lvia Street, Ber4:eley, Ca. 94709 3. Tent. The effective date of this Contract is May 5, 1977 and it terminates September 30, 1977 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five—day advance written notice thereof to the Contractor, or cancelled immediately by Wnitt-_n Mutual consent. 5. Parent Limit. County's total payments to Contractor under this Contract shall not exceed $ J,4d4 6. Comtn:'s Oblizations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Oontrac or, 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: 8.00 (x) hour; or F=— R4 $ per service unit: ( ) session, as defined below; or ( ) calendar (inn Efi� day, week or NOT M EXCEED a total of 428 service unit(s). 7. Contractor's Oblipations. Contractor shall provide the following described services: Consultation, specialized instruction, traini and direct services in the field of speech and language pathology for County selected persons in the time, place and zwmer required by the County. Sbeci fic duties include: 1. to provide direct speech and language therapy for designated Head Start children in the Pittsburg and Fast County Head Start program. 2. to assist teachers in individualized planning in the area of speech and language activities. 3. to provide parent education activities and counseling in the area of speech and language development. 4. to perform speech and language screening and/or complete evaluation of designated dead Start children. 5. Consultant to Head Start stealth Advisory Board. 6. to maintain Britten records and progress reports. 8. Indeaendent 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. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause vbatsoever arising from or connected with the operations or the services of the Contractor hereunder, resulting from the conduct, neglig`nt or otherwise, of the Contractor, its agents or employees, the County, its agents or esaployees, or any other person or entity. 10. Leml. Autbnrity. This Contract is entered into under and subject to the following legal autrbrities: California Government Code Sections 26227 and 31000. ll. SKJ Matures. These signatures attest the parties' agreement hereto: Cy7"dif OF CO::TRA COSTA, Ca.LIFORNITA MITRACMR Recommen, d by De art*ment: By \�1,Q-Q,-.,- By / t�/"� • / ( Designee Board ge Suverv• s: � esignate official capacity) jrC Form Approved _._John B. Clausen, County CounfA Chairman Designee 00 512 (l0/76) Microfilmed with board order By In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of ' Agreement with Consolidated Engineering Labs Dba; Alan L. Stanley Associates for Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is.AUTHORIZED to execute an agreement with Consolidated Engineering Labs Dba; Alan L. Stanley Associates of Lafayette, effective May 11, 1977, in connection with the preparation of the Environmental Impact Report for Subdivision 4912, Orinda, at a cost not to exceed $2,860.00 under the terms and conditions as set forth in said agreement. PASSED by the Board on May 10, 1977 by the following vote: AYES: Supervisors J. P. Kenny, N. C. Fanden, E. H. Hasseltine, and W. N. Boggess. NOES: None. ABSENT: None. ABSTAIN: Supervisor R. I. Schroder. 1 hereby certify that the foregoing Is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the dote aforesaid. Orig.: Planning Department Witness my hand and the Seal of the Board of cc: Consolidated Engineering Supervisors Labs Dba; Alan L. Stanley wed this10tl*day of Nay . 1921 Associates Director of Planning J. R. OLSSON, Clerk County Auditor-Controller County Administrator By .L Deputy Clerk FUixine M. H61f d H-24 3/76 15m 00513 uq� i CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by reference: Consolidated Engineering Labs Dba- (a) Consultant's Name and Address: Alan L.Stanley Associates,P.Q.Box 561,Lafayette, California 94549. (b) Effective Date: P11AY 1-1971 (c) Project Name, Number and Location: Environmental Impact Report for Subdivision 4912, Orinda. (d). Payment Limit: Two Thousand Eight Hundred Sixty Dollars($2,860.00) 2. Si azures- signatures attest the parties'agreement hereto: ONTR� STA CONSULT VT/ By: _ Chairman Board c'• N. Designate offi ia1E capa in business �ggess 9 P Supervisors ATTEST: J.R.OLSSON, (CORPORATE SEAL) County,Clerk and ex-officio Clerk of the'Board State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT By: The person(s)signing above for Consultant, known eputy to me in those individual and business capacities, ' 1 ,Qersonally appeared before me today and acknow- Rec mm_ d byj /rfedged that he/they signed it and that the corporation or partnership named above executed it. T— thony A.Dehaesus / 1 Date: _ 77 Drectorjof Planning( - � � ------ Form approved: _ No ry Public John B.Clausen County Counsel c:f(NOjARiYu56A1es�l,f,iifi.,fii,::si,u:tz OFFICM SEAL 2 BY' .y CHRYSTIPIA h1AY =t' �+•�- roou,ir vue c• urroar,la Deputy ft j! COU%rr 01;CONTRA ,OST4 �i WCi�.:os G3un iwrua7 f.t?+0 �_ ^.titffi41F/iftf,tftf,l::7,ff1771,flliii:l,N11,f7fffltll.:� 3. Parties. Effective on the above date, Contra Costa County and the above-named Consultant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant, and Consultant accepts such employment to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. The Consultant shall, at no expense to the County, furnish certificates or other evidence acceptable to the County of (a) public liability insurance of at least $500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $500,000.00. Thirty days' notice to County of policy lapse or cancellation is required. 7. Payment. The County shall pay Consultant for professional services performed as follows: A. For preparation of the Draft Environmental Imapact Report a fee not to exceed 1(d) above. Miaofilmed with board order 00514 (i) The first installment, in an amount to be determined by the Director of Planning of not more than 50%nor less than 30%of the fee noted in 7.A. above, shall be paid after receipt by the County of the"Working Draft"report. (ii) The second installment, constituting the remainder of the fee noted in 7.A. above,shall be paid after the Director of Planning receives and finds acceptable the"Final Consultant Draft". B. Ten percent (10%) of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning, whichever comes first. C. The fees specified in Section 7.A. include all overhead and incidental expenses for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the fee limit specified in Section 1(d) without prior written approval of the County. 8. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time, and will be. paid, except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any employment, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will-review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will be utilized as background or source material by the Planning Department for its exclusive use, all or in part,as it sees fit. The Consultant agrees not to release,disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A 00515 APPENDIX"A" Consultant shall prepare a Draft Environmental Impact Report in accordance with the California Environmental Quality Act and County guidelines for the project specified in 1(c)of this agreement. The report shall be prepared in the format specified by the County. It shall be single spaced and suitable for duplication by office copier methods. The Consultant shall prepare the report in a"working draft" form initially and submit three (3) copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Department no later than twenty-five(25) calendar days after the date Consultant is authorized by the Planning Department to proceed•with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the "final Consultant draft" for review and acceptance by the Planning Department. The"final Consultant draft"shall be submitted by Consultant to the Planning Department no later than seven(7)calendar days after return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the time for completion of the process described in this paragraph extend beyond December 31, 1977 without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a "Final EIR" for the project. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: None. 00516 V In the Board of Supervisors of Contra Costa County, State of California May 10 19 IL In the Matter of Agreement with AEP Associates for Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with AEP Associates of Walnut Creek, effective May 11, 1977 in connection with the preparation of the Environmental Impact Report for Subdivision 5042, Sleepy Hollow area,_Orinda, at a cost nottoexceed $1,200.00 under the terms and conditions as set forth in said agreement. PASSED by the Board on May 10, 1977. iz 1 hereby certify that the foregoing is a true and correct copy of an order entered an the. minutes of said Board of supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Ori g: Planning Department Supervisors cc: AEP Associates affixed this =day of Mpy . 19 M Director of Planning County Auditor-Controller County Administrator J , J. R. OLSSON, Clerk gy I�cr ii Deputy Uerk Maxine M. Netteld 00517 H•24 3/76 ism MONO s CONSULTING SERVICES AGREEMENT I. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: AEP Associates, 1620 North Maip Street, Walnut • . Creek, California 94596 (b) Effective Date: MAY Z (c) Project Name, Number and Location: Environmental Impact Report for Subdivision 5042,Sleepy Hollow area,Orinda (d) Payment Limit: One Thousand Two Hundred Dollars($1,200) 2. Signatures. These tures attest the parties'agreement hereto: CO TX F O>,jRA COS,IV CONSULY. TA Q r, "irtn6n, oard o , (Designate official capacity in business Supervisors 8:";gess Architect Principal ATTEST: J. R. OLSSON, (CORPORATE SEAQ.) County Clerk and ex-officio Clerk of the Board State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT By The person(s)signing above for Consultant,known eputy to me in those individual and business capacities, personally appeared before me today and acknow- Recommended - i ledged that he/they signed it and that the corporation or partnership named above executed it. ntion .D6hoesus, Date: ��r 3 /7 7 ' Digectc r of.PlannVV sForm approved: Notary Public / John B. Clausen County Counsel r A L GEOMET1E UFAGtN vy r_ tv)ri:r a6dttC--Ct:tirillp By Deputy COMP-4 COSTA CUM 3. Parties. Effective on the above date, Contra Costa County and t e above-named Zf�_,_rrtant mutually agree and promise as follows: L. Employment. County hereby employs Consul tont,and Consultant accepts such employment to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. S. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. The Consultant shall, at no expense to the County, furnish certificates or othgr evidence acceptable to the County of (o) public liability insurance of at least $500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than$500,000.00. Thirty days' notice to County of policy lapse or cancellation is required. Alicrofi'mcd v.,iffi bred order 0��18 7. Payment. The County shall pay Consultant for professional services performed as follows: A. For preparation of the Draft Environmental Impact Report a fee not to exceed I(d) above. (i) The first installment, in on amount to be determined by the Director of Planning of not more than 50%nor less than 30%of the fee noted in 7.A. above, shall be paid after receipt by the County of the"Working Draft"report. (ii) The second installment, constituting the remainder of the fee noted in 7.A. above,shall be paid of ter the Director of Planning receives and finds acceptable the"Final Consultant Draft". B. Ten percent(10%) of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning,whichever comes first. C. The fees specified in Section 7.A. include all overhead and incidental expenses for which no additional compensation shall be allowed. In no event shall the total•amount paid to the Consultant exceed the fee limit specified in Section I(d) without prior written approval of the County. 8. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time, and will be paid, except as provided below, without duplication, all ornounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable. to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an empFoyee of the County. 10. Exclusive Services. Consultant agrees to restrict its firm and its subcontractors from any employment, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will be utilized as background or source material by the Planning Department for its exclusive use, all or in part,as it sees fit. The Consultant agrees not to release, disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Q��19� APPENDIX"A" Consultant shall prepare a Draft Environmental Impact Report in accordance with the California Environmental duality Act and County guidelines for the project specified in I(c)of this agreement. The report shall be prepared in the format specified by the County. It.sholl be single spaced and suitable for duplication by office copier methods. The Consultant shall prepare the report in a"working draft"form initially and submit three (3) copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Department no later than thirty (30) calendar days after the date Consultant is authorized by the Planning Department to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the"final Consultant droft".for review and acceptance by the Planning Deportment. The"final Consultant drof0 shall be submitted by Consultant to the Planning Department no later than ten(10)calendar days of ter return of the edited working draft to Consultant by the Planning Department unless approval of the extension of such deadline is given by the Director of Planning. In no event sholl the time for completion of the process described in this paragraph extend beyond December 31, 1977 without written approval of the Director of Planning. Consultant shall as part of The contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a"Final EIR" for the project Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: None. 00520 1 f i i t In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Agreement with Thomas Reid and Associates for Consulting Services IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute an agreement with Thomas Reid and Associates of Pelo Alto, effective May 11, 1977, in connection with the preparation of the Environmental Impact Report for Rezoning Application No. 2119-RZ and Preliminary Development Plan Approval for the Bath and Tennis Club at Blackhawk, and Saddleback at Blackhawk, at a cost not to exceed $5,000.00 under the terms and conditions as set forth in said agreement. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dab aforesaid. Witness my hand and the Seal of the Board of Ori g c Planning Department Supervisors cc: Thomas Reid & Associates affixed this of May 19 Director of Planning °y T' � Auditor-Controller County Administrator J. R. OLSSON, Clerk Deputy Clerk M; ne M. Neufeld 00521 H-24 3/76 15m H.24 3176 ISM csm CONSULTING SERVICES AGREEMENT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: Thomas Reid and Associates, 444 Ramona Street, • (P.O.Box 872)Palo Alto. CA 94302. J197T! (b) Effective Date: (c) Project Name. Number and Location: Environmental Impact Report for Rezoning 2119-RZ, P-1 Rezoning and Preliminary Development Plan Approval for the Bath and Tennis Club at Blackhawk,and Saddleback at Blackhawk. (d) Payment Limit: Five Thousand Dollars($5,000.00). 2. S' atyres. ese signatures attest the parties'agreement hereto: CdNTRA A CONSULTANT BY: airman.Board of ess (Designate official capacity nsusiness Supervisors ATTEST: J. R. OLSSOPI, (CORPORATE SEAL) County Clerk and ex-officio Clerk of the,Board' State of California ) ss • Contra Costa County ) ACKNOWLEDGEMENT By The person(s)signing above for Consultant, known Geputy i• to me in those individual and business capacities, personally appeared before me today and acknow- R o men till: ledged that he/they signed it and that the corporation i /-� ,,.,�.or partnership named above executed it. / tint ony,'A.'Dehaesus / Dlrectof of Planning" Form approved: No . ublic John B. Clausen OFFICIAL SEAL County Counsel _ (NOTARY EVA KING A a NOTARY PUBLIC-CAUFORNIA By: ` fz/:t�•- cornvA cosTa cour,rY eputy/ 4y comm.expires JUN 16.1980 701 Ferri Sr.,jAmmer,CA 94553 3. Parties. Effective on the above date. Contra Costa County and the above-named onsu tant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant.and Consultant accepts such employment to per orm the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. The Consultant shall, at no expense to the County, furnish certificates or other evl ence acceptable to the County of (a) public liability insurance of at least $500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500.000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $500.000.00. Thirty days' notice to County of policy lapse or cancellation is required_ Mcro i>nled with bard order 00522 • ; 't 'iFR�4'11` 7.. Payment. The County shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses, for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Section 1(d) without prior written approval of the Contra Costa County Director of Planning. Consultant's statement of charges shall be submitted at convenient intervals. Payment will be made within thirty.(30) days after receipt of each statement. Ten percent(10%) of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental .Impact Report by the appropriate hearing body or until authorized by the Director of .Planning, whichever comes first. 8. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant. whether or not the Consultant is in default. Upon such termination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time, and will be paid, except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. Exclusive Services. 'Consultant agrees to restrict its firm and its subcontractors from any employment, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will be uti iz as background or source material by the Planning Department for its exclusive use, all or in part,as it sees fit. The Consultant agrees not to release,disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A . .. . - Appendix B 00523 APPENDIX"A" Consultant shall prepare a Draft Environmental Impact Report in accordance with the California Environmental Quality Act and County guidelines for the 'project specified in 1(c)of this agreement. The report shall be prepared in the format specified by the County. 'It shall be single spaced and suitable for duplication by office copier methods. -The Consultant shall prepare the report in a"working draft"form initially and submit three (3) copies for Planning Department review. The "working draft" shall be submitted by Consultant to the Planning Department no later than April 15, 1977, unless approval of extension of such deadline is given by the Director of Planning. After Planning Department reviews and comments on the draft, the Consultant shall revise the working draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the "final Consultant draft" for review and acceptance.by the Planning Department. The"final Consultant draft"shall be submitted by Consultant to the Planning Department no later than May 2, 1977, unless approval of the extension of such deadline is given by the Director of Planning. In no event shall the time for completion of the process described in this paragraph extend beyond December 31, 1977 without written approval of the Director of Planning. Consultant shall as part of the contractual obligation assist County in the preparation of responses to comments on the draft EIR for the purpose of producing a "Final EIR" for the project. If the amount of work required to produce the Final EIR would cause Consultant's total charges to exceed the amount specified in 1(d) of this contract, Consultant may be authorized to do such additional work upon the prior written authorization of the Director of Planning and the submittal to the County of additional fees by the project applicant sufficient to cover the increased Consultant charges. Assistance of County staff required by the Consultant in the gathering of data to complete this report shall be limited to the supplying of source documents on County premises. No compiling of data will be done by County staff. All other County staff support effort will be limited to that specifically enumerated below: None. 00623 A I APPENDIX"B" A• Consultant shall be compensated for his time at the following rates:- Contact Timer $40.00 per hour -� Consultant will be compensated for materials necessary to the execution' of this contract including mileage at 15e per mile, and special expenses such as-aerial photography or archaeological reconnaissance as necessary, C• Consultant shall include with his billing a specific record of time charged against the project,and of materials Purchases or other special expenses as in B above. 4 { h7 � Y t 3N 3 'x F J: { t f 1 S r w i } iyi S s" F r j ky L icy-, _ r } r x 4 L f 1 k d t ( L a { f P r G ri 'L fl � h I 3 � 00524 f In the Board of Supervisors of Contra Costa County, State of California May In , 19— In the Matter of Potential Deficit in Funds for County Mental Health Services. The Board on February 1, 1977 having referred to the Finance Committee (Supervisors R. I. Schroder and, 3. P. Kenny) the concerns of the Contra Costa County Mental Health Advisory Board with respect to the potential deficit of $900,000 in Mental Health Services even after making cuts in programs; and The Board having received an April 27, 1977 letter signed by Rev. Palmer Watson (Chairman) and Mr. Engel Branstad (Budget and Finance Committee) of the Mental Health Advisory Board, again expressing concern with respect to fiscal problems faced by Mental Health Services, and recommending that the Short Doyle budget be used as a claiming document for funds; and Rev. Watson and Mr. Branstad having also recommended that the County's share for maintenance of mental health programs and services be increased proportionately in line with the 90-10 formula for State-County sharing of the cost of said programs; IT IS BY THE BOARD ORDERED that. the aforesaid recom- mendations of the Mental Health Advisory Board are REFERRED to the Finance Committee, Director, Human Resources Agency, and County Administrator for review in conjunction with the proposed final 1975-1977 Short Doyle budget. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing h o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: CCC mental Health Witness my hand and the Seal of the Board of ��� Advisory Board �� this do f i9 Finance Committee l jh Y oMa Y 27 County Administrator Director, Human J. R. OLSSON, Clerk Resources Agency /) � , , Dr. C. H. Pollack By I �%�.' /!,� ,t� , Deputy Clerk Helen C. Marshall 00525 H-24 3/76 13m In the Board of Supervisors of Contra Costa County, State of Colifomia May 10 . 7977 In the Matter of 1976-77 Short-Doyle Final Budget As recommended by the County Administrator,, IT IS BY THE BOARD ORDERED that the proposed final 1976-77 Short-Doyle Budget for Contra Costa County as submitted by the Mental Health Director and the Director, Human Resources Agency, is ACKNOWLEDGED and REFERRED to the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) for review and recommendation to the Board. PASSED BY THE BOARD on May 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Sup y rs on the date aforesaid. Orin: EPA Director - waness my hand and the Seal of the Board of cc: &ntal Health Director Supervison County Administrator arced this 10 day of May 19 77 County Auditor-Controller Finance Committee J. R. OLSSON, Clerk By • Deputy Cler$ .Tears L. clilger 001325 H-24 J176 15m In the Board of Supervisors of Contra Costa County, State of California May 10 , 19Z In the Matter of Bid Results, for Disposition of Personal Property Which Belonged to-BASSA. The Board having received an April 29, 1977 letter from Mr. Donald M. Parkin, Auditor-Controller of Alameda County, submit- ting results of the bids for disposition of personal property which belonged to Bay Area Sewage Services Agency, advising that the remaining BASSA property will be disposed of through Alameda County's salvage sale process with proceeds to be distributed to the nine member counties, and transmitting Report On Examination Of Financial Statements of BASSA for the six months ended December 31, 1976; IT IS BY THE BOARD ORDERED that the aforesaid information is REFERRED to the County Administrator. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing 1s a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc' County Administrator Waness my hand and the Seal of the Board of erwisors County Auditor-Controller Sip Public Works Director affixed "_jQtj-.day of_ May 19 U Purchasing County Counsel J. R. OLSSON, Clerk By_J ;r.i Deputy Clerk Helen C. Marshall 0052'7 H-24 3176 15m In the Board of Supervisors of Contra Costa County, State of California May r�10 , 19 77 In the Matter of Approving and Authorizing Payment for Property Acquisition. Center Avenue Project No. 3471-4342-663-76, Pacheco Area. IT IS BY THE "RO ORDERED that the following settlements, Right of Way Contracts, and Temporary Construction Permits are APPROVED and the.Public Works Director is AUTHORIZED to execute said contracts and permits on behalf of the County: Contract Reference Grantor Date Payee Amount Center Avenue Richard A. and 4/26/77 Grantor $235.00 Project No. Eleanor E. Nelson 3471-4342-663-76 SAME Billie R. and 4/26/77 Grantor $ 65.00 Arnetta M. Vittitow SAME Martin Cavazza 4/28/77 Grantor $180.00 SAME David L. Weindel 4/28/77 Grantor $210.00 SAME Matthew F. and 4/28/77 Grantor $195.00 Nadine N. Weber SAME Thomas A. and 4/29/77 Grantor $275.00 Judith L. Bradison The County Auditor-Controller is AUTHORIZED to draw warrants in the amounts specified to be delivered to the County Supervising Real Property Agent. The foregoing order was passed May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: County Auditor-Controller affixed this�.day of t•a;r 197 Public Works Department _ J. R. OLSSON, Clerk By / Deputy Clerk Jean L. 14iller H-24 3i6 15m 01152.81 t. In the Board of Supervisors of Contra Costa County, State of California May 10, , 1977 In the Matter of Approving and Authorizing Payment for Property Acquisition. Project No. 3844A-4369-663-77 IT IS BY THE BOARD ORDERED that the following settlement, Temporary Construction Permit and Right of Hay Contract are APPROVED and Fir.'Vernon L. Cline, Public Works Director, is AUTHORIZED to execute said contract permit on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Newell Avenue Anne H. Pratt 4/27/1977 Grantor $430.00 Storm Drain The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept the easement from the above- named grantor for the County of Contra Costa. The foregoing order was passed May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public !forks Department Witness my hand and the Seal of the Board of Real Property Division Supervisom affixed thislOthday of May . 19 77 cc: Public Works Director County Auditor-Controller J. R. OLSSON, Clerk 13 Deputy Clerk Jean L. Miller 00529 H-34 3/76 ism - « - In the Board of Supervisors of Contra Costa County, State of California May 10 , 14 77 In the Matter of Approval of Surety Tax Bond(s). IT IS BY THE BOARD ORDERED that the surety tax bondCs) in the amount(s) indicated for the following tract(s) is Care) APPROVED: Tract Bond Company No. Location Principal E No. Amount 4974 Concord Joseph Ancona United Pacific $3,800.00 Insurance Co. U95 57 38 PASSED by the Board on My 10, 1977 I hereby certify that the foregoing is a true and correct copy of an order entered on the nlinuta of said Board of Supervisors an the date aforesaid. Witness my hand and the seal of the Board of cc: Tax Collector Supers with copy of bondCs) affixed tlu-sl!3th day of I'a;r . 19 77 I R. OLSSON, Clerk By.,`, ?zO.. „I'�r r.r.•�/- . Deputy Clerk #31 Jade L. Johnson 00530 H-24 3/76 15m Bond No. U9S 57 38 BOND AGAINST TAXES Premium: $50.00 KNOW ALL MEN BY THESE PRESENTS: THAT JOSEPH ANCONA , as principal and (Surety) UNITED PACIFIC INSURANCE CD."tPANY a corporation organized and existing under the laws of the State of HASHINGMN 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 EIGHT HUNDRED A N0/100 Dollars $3800.00 ), to be 'paid to the said County of Contra Costa, for the payment of which well and truly to be made, we and each of us bind ourselves, our heirs, executors, administratbrs"and successors, jointly and severally, firmly by these presents. Sealed with our seals and dated this 3rd day of • MAY , 19 77 The conditions of the above obligation is such that WHEREAS, the above bounded principal is about to file a map entitled TRACT 4974 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, which taxes and special assessments collected as taxes, are not as yet due or parable. NOW, THEREFORE, if the said PRINCIPAL 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 UNITED PACIFIC INSURANCE COMPANY Surety J/- w By:__ Vi Teale, Attorney in fact ACKNOWLEDGEMENT (By SURETY) State of California ) County of Contra Costa ) County in which acknowledgement is taken On- t-ja , 1977 , before me, Nancy L. Clones , a Notary Public in and for said County and State, personally appeared Vi Teale known to me to be of the corporation that executed the within instrument and k also nown to me to be the person who 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 resolution of its board ofddirectors. OFF 10A NANCY L CLOMS �?i'='i,•r -_ :�1t��/ hOTARYPUBUC-CAUfORN1A In addit4bn to s= ature ty y _ plh"w clkeskCW&ICob M=b print name of notary rwratria�_ae f=;a Wp 19.tSaO NOTARY P'UBLTC PF.' MY L. CLOIJES ��.. I.14.u1 111 ,•.UU1 I .. S} NOTARYpUBLIC-CALIFORNIA print name of notary t pfit:ciCalCtiiceineontraCostatcusty `IOTAR`� p�TBLIC NAilCY L. CLO.JES Ly cunmi= £aims May 19.1^� f � In the Board of Supervisors of Contra Costa County, State of California may in . 197L In the Matter of Approving Deferred Improvement Agreement for Sub. MS 208-76, Oakley area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Clara Galli et al, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 208-76, Oakley area. �N \ PASSED by the Board on May 10, 1977. Y O _U S� V O O tt I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: PG* Witness my hand and the Seal of the Board of (LD) Supervisors cc: Recorder (via P.W.) affixed thisjrL& day of ,r,� 19 77 Public Works Director Director of Planning _ J. R. OLSSON, Clerk County Assessor - Emily H. Rossi By Oe, Deputy Clerk 2521 Stansberry Way dean L-fAller Sacramento, Calif 95826 H-24$/76 15m 00532 i In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Authorizing Acceptance of Instruments. IT IS BY THE BOARD ORDERED that the following instruments are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE 1. RELINQUISHMENT OF 4/14/77 CLARA GALLI et al SUB MS 208-76 ABUTTERS RIGHTS 2. GRANT DEED FOR 6/21/76 BROADMOOR HOMES INC SUB 4791, unit 2 DEVELOPMENT RIGHTS 3. GRANT DEED FOR 6/28/76 BROADMOOR HOMES INC SUB 479Z, unit 3 C� DEVELOPMENT RIGHTS 4. GRANT DEED FOR 7/19/76 BROADMOOR HOMES INC SUB 4793, unit 4 DEVELOPMENT RIGHTS ` 5. GRAN''T DEED FOR 7/19/76 BROADHOOR HOMES INC SUB 4794, unit 5 �9 DEV£LOP.`fE1.T RIGHTS 6. GR3:N7 DEED FOR 8/2/76 BROADMOOR HOMES INC SUB 4795, unit 6 DEVELOPMENT RIGHTS 7. GRANT DEED FOR 8/2/76 BROADMOOR HOMES INC SUB 4796, unit 7 DEVELOPrMNT RIGHTS 8. GRANT DEED FOR 8/2/76 BROADMOOR HOBS INC SUB 4797, unit 8 o DEVELOPMENT RIGHTS 9. CONSENT TO CO.yMON 11/8/76 PACIFIC GAS & ELECTRIC SUB 4454 2 USE 10. GRANT DEED 4/22/77 JAMES HOLDEN et al D.P. 3036-75 11. CONSENT TO OFFER 3/25/77 ERIC K. ROSSOVICH et al SUB MS 130-76 OF DEDICATION 12. CONSENT TO OFFER 3/25/77 ERIC K. ROSSOVICH et al SUB MS 130-76 0 OF DEDICATION v (2nd document) 13. GRANT DEED 4/11/77 RAHLVES AND RAHLVES, INC SUB 4018 a California corporation _ 14 GRANT DEED 5/2/77 RONALD E. DAWSON et al LUP 2008-77 PASSED BY THE BOARD ON May 10, 1977. 1 hereby certify that the foregoing is a.true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originating Department Witness my hand and the Seal of the Hoard of Public Works Supervisors Land Development Division wed this,_Lqh day of �r,.. 19 77 cc: Recorder (Via P.W.) J. R. OLSSON, Clerk Public Works Director Director of Planning Deputy Clerk Jean L Wilier H-24 3/7G 15m 00533 H-24 31-36 15m `✓0 b33 Y In the Board of Supervisors of Contra Costa County, State of California May 10 . 19 77 In the Matter of Authorizing Acceptance of Instruments for Recording only. IT IS BY THE BOARD ORDERED that the following offers of dedication are accepted for recording only: 1. Offer of Dedication Subdivision for Drainage Purposes 4-14-77 Clara Galli, et al HS 208-76 2. Offer of Dedication Subdivision for Highway Purposes 4-14-77 Clara Galli, et al DtS 208-76 3. Offer of Dedication Subdivision N for Highhay Purposes 4-19-77 F.B. Stearns, et al 4454 4. Offer of Dedication Subdivision for Highlay Purposes 4-21-77 Louis F. Plummer, et al 4631 S. Offer of Dedication (2nd Document) Subdivision S for Highuay Purposes 4-21-77 Louis F. Plummer, et al 4631 U 6. Offer of Dedication Subdivision for Highway Purposes 4-19-77 Gerald D. Friedel,etal 6tS 130-76 7. Offer of Dedication Subdivision a for Slope Easement 4-19-77 Gerald D. Friedel,et al FLS 130-76 0 U 12 PASSED BY THE BOARD on Ntay 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 10thday of_ !Tay 1977 Originating Den..rtment: PW Land Dev. Div. _ J. R. OLSSON, Clerk cc: Recorder (Via PEI Bye Deputy Clerk Public Works Directorf Joan L r fLler Director of Planning 00534 H-24 3176 15m ?A o In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Appeal of Mr. Darrell Braddy from Administrative Decision Rendered in Evidentiary Hearing Related to General Assistance Benefits. This being the time for hearing on the appeal of .Mr. Darrell Braddy, 407 South 50th Street, Richmond, California 94805, from an administrative decision rendered at an Appeals and Complaints Division evidentiary hearing terminating General Assistance benefits; and Chairman W. N. Boggess having noted that neither Mr. Braddy nor a representative was present, and having determined that notice of the time and place of the hearing was sent to Mr. Braddy on April 14, 1977; and Supervisor E. H. Hasseltine having recommended that the appeal be denied because Mr. Braddy failed to appear; IT IS BY THE BOARD ORDERED that the decision of the Appeals and Complaints Hearing Officer is upheld on the basis of the findings and reasoning of said officer and the appeal of Mr. Darrell Braddy is DENIED. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. Darrell Braddy witness my hand and the Seal of the Board of Director, Human ResourcesSupervisors Agency affixed this 10th day of May . 1977 Social Service Director Attn: R. L. Pollard J. R. OLSSON, Clerk County Counsel County Administrator By >r2Tei,-- Deputy Clerk H-24 4,77 15m 00535 In tha Board of Supervisors of Contra Costa County, State of California v 10 19 J_Z In the Matter of Completion of Public Improvements in Subdivision PLS 110-74, Alamo Area. IT IS BY THE BOARD ORDERED that the public improvements in Subdivision HS 110-74, Alamo area, are ACCEPTED as complete and the Public Works Director is AVMoRIZED to refund to Century Homes Development Co. the $800.00 deposited as surety (as evidenced by Auditor's Deposit Permit Detail No. 122404, dated December 25, 1974). PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is o true and correct copy of a::order entered an the minutes of said Board of Supervisors on the date aforesaid Originating Department: Public t:o Witness my hand and the Seal of the Board of '- Land Development Division upemisors 10-t" Hay 77 affixed this day of 19 cc: Century Horses Development 2075 Mt. Diablo Blvd _ J. R. OLSSON, Clerk Walnut Creek, Calif 94596 Director of Planning By mac ` /J;-', Deputy Clerk V- 3ean L. !tiller Public Works Director r'mdiE at-rQ4-1Qr- H.24 317611m 00536 In the Board of Supervisors of Contra Costa County, State of California May 10 — 19 77 In the Matter of Refund of Cash Deposit, Subdivision 4150, Town of Moraga The Public Works Director having reported that the Town of Pforaga on April 20= 1977 accepted the aforesaid improvements as complete and authorized the County to refund the cash deposited as surety; IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to refund to Wooldridge Homes Inc, the $500 cash deposited to insure completion of improvements, as evidenced by Deposit,Permit Detail No. 94217 dated October 29, 1971. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered an the minutes of said Board of Supervisors on the dote aforesaid. Originating Department_ Public Works Witness my hand and the Seal of the Board of Land Development Divisi§flpeWaors affixed this 10 day of Hav . 19 77 cc: Town of Moraga Pablic Works Director-LD Wooldridge Homes Inc I J. R. OLSSOAt, Clerk P.O. box 144 Byt/•� /f2 '.! Deputy Clerk Moraga, Calif 94556 dean L.Maw H-24;176 15m 00537 In the Board of Supervisors of Contra Costa County, State of California Max 10 . 197J In the Matter of Approving Deferred Improvement " Agreement for LUP 2008-77, Pacheco area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Ronald E. Dawson, et al, permitting the deferment of construction of permanent improvements required as a condition of approval for LUP 2008-77, Pacheco area. IN PASSED by the Board on May 10, 1977. a O 7 a a v 0 U O I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Originating Department: PW (LD) Supervisors cc: Recorder (via P.W.) wed this lntlAay of uo,,, 19 Public Works Director Director of Planning J. R. OLSSON, Clerk County Assessor �p Ronald E. Dawson ey - -l. �0 - Deputy Clerk 612 Sitka Drive Jean L MMw Walnut Creek, Calif H•24 3/76 15m 00538 In the Board of Supervisors Of Contra Costa County, State of California May 10 79 77 In the Matter of Claim of John E. Barsell for Refund of Taxes The Board having received an April 27 , 1977 memorandum from County Counsel recommending that two hundred dollars and eleven cents ($200.11) of the five hundred fourteen dollars and sixty-three cents ($514.63) claimed by John E. Barsell for refund of taxes on Parcel No. 247-010-009 is valid, IT IS BY THE BOARD ORDERED that the aforesaid recommendation is APPROVED and a two hundred dollar and eleven cent ($200.11) refund of taxes on Parcel No. 247-010-009 is GRANTED. PASSED by the Board on May 10 , 1977- 1 hereby certify that the foregoing is a true and carred copy of on order entered on the -Minutes of said Board of Supervisors on the data aforesaid. cc• John'a. Barsell witness my hand and the Seal of the Board of 4107 Happy Valley Road Supervisors Lafayette, California 94549 affixed thisl0thday of May 19 77 County Counsel County Tax Collector County Adninistrator J. R. OLSSON, Clerk County Auditor-Controller By 1A,Igg, 45!f , Deputy Clerk jam-le, is. jonnson EBH:g P 00539 H•24 3J76 Orn 1 NNNIi , In the Board of Supervisors of .x Contra Costa County, State of California May 10 , 19 77 In the Matter of Fesignation from the Board of Commissioners, Brentwood Fire Protection District. The Board having received an April 28, 1977 letter from Mr. James C. Watson, Rt. 2, Box 129H, Brentwood, California 94513 tendering his resignation as a Commissioner of the Brentwood Fire Protection District; IT IS BY THE .BOARD ORDERED that the resignation of Mr. Watson is ACCEPTED with regret. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. Matson Witness my hand and the Seal of the Board of County Auditor—Controller Supervisors Public Information Officer affixed thisl0thday of May 19 77 County Administrator J. R. OLSSON, Clerk B_ s k._f t, tet'''_. it�-,�_ . Deputy Clerk Jamie -L. Johnson H-24 3/76 lsm 00540 i In the Board of Supervisors of Contra Costa County, State of California flay 10 ' 1977 In the Matter of Approving and Authorizing Payment for Property Acquisition, Project No. 3275-4321-667-76 IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract are APPROVED and Nr. Vernon L. Cline, Public Works Director, is AUTHORIZED to execute said contract on behalf of the County_ Contract Escrow No. & Reference Grantor Date Payee Amount Muir Station Richard G. Logar 4/22/77 Western $750.00 Road Judith L. Logar Title Insurance Escrow pM-309754-3 The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept deed from above-named grantor for the County of Contra Contra Costa. The foregoing order was passed Flay 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Real Property Division affixed thislOthday of Iiay 19 77 cc: Public Works Director County Auditor-Controller J. R. OLSSON, Clerk Byt9f Deputy Clerk Jean L. I•iiller ooml H-24 3i76 lim ..ate. k .....,• i S ' In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO. 19 May 10 1977 In the Matter of Approving Agreement for Acceptance of Water Supply and Distribution Facilities (Subdivision 4207) Work Order 5550-927 On the recommendation of the Public Works Director as Engineer ex officio of the District, IT IS BY THE BOARD ORDERED that the'Chairman is AUTHORIZED to execute an Agreement between the District and Discovery Bay Corporation providing for acceptance by the District of water distribution facilities and sewage collection facilities installed by Discovery Bay Corporation to serve Subdivision 4207, Byron area. PASSED by the Board on May 10, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisors ORIGINATOR: Public Works Department affixed this 1 Jt1day of-May � 1977 Environmental Control cc. Discovery Bay Corporation J. R. OLSSON, Clerk Route 1, Box D-250 By )j �'�„ , Deputy Cleric Byron, CA 91514 N.—Pous Public Works Director Environmental Control County Auditor-Controller H-N 3/7615m 00542 . x AGREDIENr 1. PARTIES AND DATE. Effective on MAY 10 1977 , Contra Costa County Sanitation District No. 19, hereinafter called "District," and Discovery Bay Corporation, a California corporation, hereinafter called the "Developer," mutually promise and agree as follows: 2. INTRODUCTION. A. The "District" is a County Sanitation District duly organized under the laws of the State of California. B. The "Developer" is the owner of a residential subdivision, known as Subdivision 4207, Discovery Bay, Contra Costa County, California, herein- after called the "Subdivision." C. The tentative map for the 'Subdivision" was approved on June 10, 1975. D. The "Developer" has constructed a domestic water distribution system and sanitary sewer collection system, hereinafter called "facilities," to serve the residences which will hereafter be erected in the "Subdivision," and, further desires that these "facilities" be owned, maintained and operated by the "District" for the use, benefit, and convenience of the residential lots of the "Subdivision." E. This Agreement relates only to the "Subdivision." 3. WORK AND "FACILITIES." "Developer" has established, developed, constructed and equipped the "facilities" in accordance with the Construction Drawings, dated October 1973, prepared by the Miurray-McCormick Environmental Group, Microfilmed with board order -1" 00543 and Standard Specifications for Sanitary Severs and Water Distribution System, dated November 1967, prepared by Kenneth M. Allen Engineers, for Discovery Bay, and filed with the Public Works Department of Contra Costa County as part of the Improvement Drawings for the "Subdivision." 4. I IPROVDIEI\'T SECURITY AND DtAME\ANCE. Prior to the filing of the . Final Subdivision Map for the "Subdivision," the "Developer" shall file with the "District" (County Public Works Department), a cash bond in the amount of $7,000, guaranteeing the "Developer's" correction of any defects of materials, workmanship, or any unsatisfactory performance of the sewage pump station for a period of one year after acceptance of the "facilities" as completed by the "District." S. COSTS. The "Developer"_ A. Shall pay all costs of inspection of the "facilities" provided. by the Contra Costa County Public Works Department and all costs for services rendered by the County, including appropriate over- head. B. Has placed with the "District" a cash-deposit in the amount of $4,000. In the event the amount of the costs exceed $4,000, "DeveloRr" shall pay the difference between the two amounts within thirty (30) days of receipt of bill from the "District." Should costs be less than $4,000, the "District" shall return the difference within thirty (30) days of acceptance of "facilities" by the "District." 0054 -2- • 6. WATER SERVICE. The 'Developer" agrees to install a main cock at the water main, a water service to the property line, a curb. stop, and a meter box for each lot in the "Subdivision." J. LATERAL SEh'ER. The "Developer" agrees to install for eack lot in the "Subdivision" a sanitary lateral sewer extending from the main sewer to the lot property line. 8. QUALITY OF SERVICES. The "Developer" further agrees that the quality of water supplied for human consumption shall conform to the drinking water standards of the Department of Public Health, of the State of California. 9. NO h'AIVER BY "DISTRICT." Inspection of the improvements and/or materials, or approval of improvements and/or materials inspected, or statement by any officer, agent or employee of the "District" or Contra Costa County indicating the improvements or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said improvements and/or materials, or payments therefor, or any combination of all of these acts, shall not relieve the "Developer" of his obligation to fulfill this Agreement as prescribed; nor shall the "District" or County thereby be estopped from bringing any action for damages arising from the failure to comply with any of the terms and con- ditions hereof. 10. INDEMNITY. "Developer" shall hold harmless and indemnify the indem- nitees from the liabilities as defined in this section: -3- 00545 A. The indemnitees benefited and protected by this promise are "District" and Contra Costa 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, claim or damage was unforeseeable at any time before the "District" or Contra Costa County approve the v Construction Drawings dated October 1973 and Improvement Drawings for the `Subdivision" 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 "Developer," contractor, sub- contractor, 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 br not any indemnitee has prepared, supplied, or approved any plan(s) or specifications(s) in connection with the improvements or 'Subdivision," or has in- surance or other indemnification covering any of these matters.- -4- 00546 VVV�`' r 11. WATER RI(2rrS. The "Developer" shall, by sufficient recordable document, convey and grant to the "District" the right to acquire from "Developer," without payment of additional consideration, appropriative water rights permitting diversion by the "District" or its designee in -the amount of 350 gallons for each lot per day in the "Subdivision." The document shall provide that the right to acquire said water shall be exercisable by "District" on or before January 1, 1979, and then only if diversions from the source of "Developer's" water rights are necessary for "District" to provide a domestic water supply in the event such supply is not available from underground supply. The document shall also provide that right.of "District" to divert said water for domestic supply shall terminate in the event that some other public district or public agency provides a domestic crater supply to the "Subdivision." 12. SUCCESSORS. This Agreement shall be binding upon the parties thereto and upon all successors, grantees, and assigns of either the "Developer" or the "District." -5- 00547 Wali s CONTRA COSTA COUNTY DEVELOPER (See note below). SAN ATION DI NO. 19 DISCOVERY BAY CORPORATION �y/+ �•'��•�i► w N. Boggess o Chairman,.,Board of Supervisors • as"Contra Costa County Sanitation v y P4� District No. 19 Board of Directors ATTEST: JANIES R. OLSSON, County Note to Developer: (1) execute Clerk and ex officio acknowledgment form below; and Clerk of the Board (2) if a corporation, attach a By �f /O!.-a�-� Deputy Clerk certified copy of (a) the By-Laws; or (b) the resolution of the Board RECOMMENDED FOR APPROVAL of Directors authorizing execution of this contract and of the bonds required hereby. A/lF-A* Vernon L. Cline, Engin ex officio Contra Costa County Sanitation District NO. 19 FORM APPROVED: JOHN CLAUSEN County Counsel By .4 p1►t STATE OF CALIFORNIA COUNTY OF_..12ent„ai,,r.,..!Z;_1 SS. !7 e on before ,tea r4 the under%ir:nc.L a Notary•Public in and tar:ald Countv and State. pp petaomUc aeared -, - "" "" `�• —• :FOROTARY SEAL OR STAMP > known m me to he e6r_. f_ 1•�_Pre:id+ent.y-+ , thr corporation thrt�ri� within lo.tnumrnt•known to" to he the per..m.w!>,.e,eryted the wirhin lmtrumrnt on lrhalf of thr-morati..n therein named,an,! OFFICIAL L SEA L m lr:nw le l:rd to me that u'h corporation ret utrd the within .. ff in>trurncyt p ur%uant to it- hylaw.or a re+olution �' -' p Rv3ERiA FUSS i of it-board of T -'' ELY GiLrFOpiNW t dite�ion- �bK nor. Y' � .G-tT9A COSTA�OtnffYMature i • e"U:7. 7..T.CA•9.:514 e t Name tTrp.d or Printed t \orae} Wie in and for-aid County and State i 0�3 g I r CERTIFICATE I, SANDRA B. SMITH, Secretary of DISCOVERY BAY CORPORATION, do hereby certify that the following is a true and correct copy of a resolution adopted by unanimous written•con- sent of the Directors of said corporation, pursuant to said corpor- ation's By-Laws on December 1, 1976; that said resolution has not been rescinded or repealed and is in full force and effect and that said resolution is in accord with the By-Laws and Articles of Incorporation of said corporation: "RESOLVED, that Ronald W. Doll or Howard R. Bru, ` be and they hereby are authorized, on behalf of this corporation to execute all documents and do an . things required by all Municipal Agencies and the Real Estate Commissioner of the State of California for the purpose of obtaining subdivision maps, govern- mental clearance and a public report from said Commissioner for Subdivision 4207 in Contra Costa County." IN WITNESS WHEREOF, I have hereunto subscribed my name this /a�� day of rilau i , 1977. J-- Sandra B. Smith Corporate Secretary 0 In the Board of Supervisors OF; Contra Costa County, State of California May 10 , 19 77 In the Matter of Request for Annexation to County Service Area L-45 The Board having received an April 27, 1977 Tetter from 'Mr. Roy P. Clark, Bryan. & ?Murphy Associates, Inc., Post Office Box 287, Walnut Creek, California 94596 requesting that Subdivision 4764, Danville area, be annexed to County Service Area L-45 for the maintenance and operation of the street lights; IT IS BY THE BOARD ORDERED that the aforesaid reauest is REFERRED to Local Agency Formation Commission and the Public Works Director. PASSED by the board on May 10, 1977• 1 hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: LAFCO Witness my hand and the Seat of the Board of Public Works Director Supervisors County Administrator affixed thislOthday of `tav 19 77 J. R. OLSSON, Clerk BDeputy Clerk Jamie L. Johnson 00550 H-24 3176 1Sm e } r In the Board of Supervisors of Contra Costa County, State of California May 10 19 77 In the Matter of Proposal for a Specific Plan for the Sleepy Hollow and Orinda Downs Area. The Board having received an April 27, 197; letter from Mr. Gerald Tyson, President, The Orinda Association, Post Office Box 97, Orinda, California 94563 recommending adoption of an interim urgency ordinance to alloy time for developnent of a Specific Plan for the Sleepy Hollow and Orinda Dorms area; IT IS Bq THE BOARD ORDERED that the aforesaid correspon- dence is REFERRED to the Director of Planning for recommendation. PASSED by the Hoard on Nay 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. cc: Orinda Association Witness my hand and the Seal of the Board of Director of Planning Supervisors County Administrator affixed thislnth day of May 19 77 County Counsel J. R. OLSSON, Clerk ;'�=_ . Deputy Clerk Jamie L. Johnson 00551 H-24 3/76 1S In the Board or Supervisors of Contra Costa County, State of California AS Ea OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT May 10 , 19 77 In the Matter of Appointments to Flood Control Zone 7, Advisory Hoard, Wildcat Creek Watershed. The Board on April 5, 1977 having accepted the resignation of Mr. Charlie Anderson as a member of the Contra Costa County Flood Control and Water Conservation District Zone 7, Advisory Board; and Supervisor James P. Kenny having recommended that Air. Boaston Woodson, 504 Market Avenue, Richmond, California 94801 be appointed to fill said vacancy; and Supervisor Nancy C. Fanden having recommended that Mr. Joesph M. Gomes, 1928 California Avenue, San Pablo, California 94806, be appointed as a member to said Board to fill the vacancy caused by the death of Mr. John C. Fink; and IT IS BY THE BOARD ORDERED that Mr. Woodson and Tor. Gomes are• APPOINTED to said Advisory Board. PASSED by the Board on I4ay 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Iir. Boaston Woodson Witness my hand and the Seal of the Board of Mr. Joesph M. Gomes Supervisors County Administrator af"nxed thislOth day of Aiay i9 77 Public Information Officer Public Works Director Flood Control � J. R. OLSSON, Clerk ., =�( i Jv n .a " , Deputy Clerk Patricia A. Bell 0J�52 H•24 3(7fi ISm In the Board of Supervisors of Contra Costa County, State of California t`av 10 , 19 In the Matter cf Proposed Appointment of New Governing Board for Reclamation District 2090, Quimby Island. The Board on April 26, 1977 havingg referred to County Counsel the petition of 1.1s. Irene Pemberton (holder of certain bond anticipation notes issued by Reclamation District 2090 that are in default) for appointment of a new governing board for said reclamation district, pursuant to provisions of Government Code Section 58762.1; and . The Board having received a May 3, 1977 letter from State Treasurer Jesse 1,11. Unruh advising that Reclamation District 2090 is in default on the payment of principal and interest on certain notes, that the Board of Supervisors is empowered, to realace the members of the governing board of the district upon petition of a holder of an outstanding instrument of indebtedness issued by the district, and that the State Treasurer is authorized to effect a replacement of the district's governing boara should the Board of Supervisors fail to act within. 90 days (Government Lode Section 5862.1); and Mr. Unruh having inquired what action is planned with respect to the aforesaid replacement, IT IS BY THE BOARD ORDERED that this matter is REFERRED to the County Administrator and County Counsel for recommendation. Passed by the Board on iiay 10, 1977. 1 hereby certify #.hot 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: Pis. I. R. Pemberton Witness my hand and the Seal of the Board of 8965•Haveteur .:ay Supervisors San Diego, CA 92123 SKI thilOth day of Vay . 19 77 lir. Harry havens — i.Qui table Life One Fiarket Plaza Suite 1900 _ J. R. OLSSON, Clerk Steuart St. lower �> San :Francisco, CA 94105 By �t rta 1 ,&tf , Deputy Clerk County Administrator ji Patricia A. Bell County Counsel :� H-24 3/:6 1Sm In the Board of Supervisors of Contra Costa County, State of California I•?aV 10 ; 17 77 In the Matter of rppointment to Citizens Advisory Co.�-rdttee for County Service Area :-8 Discovery Bay The Board on March 8, 1977 having accepted the resignation of :mss. Fred Roach as a member of the Citizens Advisory Committee for County Service Area IM-8; and Supervisor E. H. Hasseltine having recommended that ?`-r. Frances P. Ezra, Route 1 Box 89 Byron, California 94514 be appointed to fill said vacancy; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of cc: 1.-'.r. Frances P. Ezra Public Vorks Director Supervisors County Service Area I.-8 affixed this-int-b day of t. a , 19 27- c/o Jim Fears County Administrator J. R. OLSSON, Clerk Public Information Officer County Auditor-Controller B - I���rf rrr �. "l C , Deputy Clerk Patricia A. Bell OOK5'� K-24 31:16 15m •, _y i..q ISm i In the Board of Supervisors ofd Contra Costa County, Nke of California May 10 , 19 77 In the Matter of Agreement with California Highway Patrol with Respect to School Crossing Guard. Service. The Board having considered an agreement with the California Highway Patrol providing for adult crossing guard service for the period of July 1 , 1977 through June 30, 1978 at the nine locations listed below: 1 . Mountain View School - Palm Avenue at Martinez Avenue, Martinez; 2. Vine Hill School - Pacheco Boulevard at Camino Del Sol , Martinez; 3. Gehringer School - State Highway 4 at Douglas Road, Oakley; 4. Kensington School - Arlington Boulevard at Rincon Road, Kensington; 5. Olinda School - San Pablo Dam Road at Castro Ranch Road, E1 Sobrante; 6. Vista Grande School - Diablo Road at Arroyo Drive, Danville; 7. Vista Grande School - Camino Tassajara at Vista Grande Street, Danville; 8. Pacheco School - Center Avenue at Deodar Drive, Pacheco; 9. St. Isidore School - Danville Blvd. at La Gonda Way, Danville; On the recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that the aforesaid agreement is APPROVED and Supervisor Warren N. Boggess, Chairman, is AUTHORIZED to execute same on behalf of the County. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Traffic Operations Division affixed this10thday of May 19 77 cc: Public Works Director California Highway Patrol J. R. OLSSON, Clerk County Auditor-Controller County Administrator By �G'z� , Deputy Clerk 11. Pous W55 H-24 3/76 1Scn H-:4 i/`G ISm � VIIVt • SCHOOL CROSSING GUARD AGREEMENT 10th of May, 1977 THIS AGREEMENT, made and entered into on 1XTA ) by. and between the DEPARTMENT OF CALIFORNIA HIGHWAY PATROL, State of California, hereinafter called "State" and the COUNTY OF. CONTRA COSTA hereinafter called "County." WITNESSETH: WHEREAS, the Board of Supervisors of the County of Contra Costa is desirous of providing adequate protection for school pupils who are required to cross heavily traveled streets, highways, and roadways in said County; and WHEREAS, such protection could be afforded such school pupils by placing crossing guards at various locations in said County; and WHEREAS, the State is willing and desirous of providing such crossing guards; NOW, THEREFORE, the parties do hereby agree as follows: 1. The State shall provide the services of crossing guards and relief guards as necessary at each of the locations shown on School Crossing Guard Location List attached hereto and by this reference made a part hereof, during the hours when pupils are walking to and from nearby schools on school days during the school year ending not later than June 30, 1978. Salaries and wages shall be at rates usual for such services, as the State may determine. pticrofiimed with board order 00555 2. As consideration for the satisfactory performance of the foregoing services, County agrees to reimburse State for sala- ries and wages, for the State's share of retirement contributions for such guards, applicable administration costs of the =State Employees Retirement System, health and welfare benefits, OASDI contributions, and in addition shall pay an amount equal to 21.83 per cent of such reimbursable salaries and wages for general administrative expenses. 3. Not later than 30 days after the close of each month, State shall bill County for all sums due for that month and County shall promptly pay the same. 4. From time to time during the term hereof, County may by resolution of its Board of Supervisors and delivery of certified copy thereof to State, delete from said Location List one or more of said locations, whereupon State shall promptly remove such guard and the obligation of County to pay therefore shall cease thereafter; and in the same manner, County may add one or more locations to said list, whereupon the services there provided shall thereafter be subject to this agreement. S. The term of this agreement shall be from July 1, 1977, to June 30, 1978, but this agreement shall be subject to termination by either party upon giving the other party thirty (30) days written notice prior to date of termination. 0057 -2- 6. Notices and communications hereunder shall be given by each parry to the other at their respective addresses as follows: Dept. of California Highway Patrol County of Contra Costa Acctiuntin- Section Public Iforks Department P.O. Box �98• 6th Floor, Administration Bldg. Satramento, CA 95804 Martinez, CA 94553 7. County shall indemnify and save harmless State, its officers and employees, from all liability for damages caused by a negligent or wrongful act or omission occurring in the performance of their a-reement. DEPT. OF CALIFORNIA HIGHWAY PATROL �t�� atra Cos By ., . N. Boggess Georne N. Schatz, Fiscalicer z. e ATTEST J. R. OLSSON, CLERK By Airco N.POUS Deputy Clerk 00558 -3- EXHIBIT "An SCHOOL LOCAT1011 Mountain View Palm Avenue @Martinez Avenue, Martinez ;'• Vine Hill Pacheco Blvd @Camino Del Sol ,, Martinez Gehringer State Hwy. 4 @ Douglas. Road, Oakley .Kensington Arlington Blvd.@ Rincon Road, Kensington Olinda SchoolSan Pablo Dam Road @Castro Ranch Road, EI Sobrante Vista Grande School A. Diablo Road @ Arroyo Drive,_ (2 guards) Danville B. Camino Tassajara @ Vista Grande Street, Danville Pacheco School Center Avenue @ Deodar Drive,, Pacheco St. Isidore School Danville Blvd. @La Gonda Way Danville (Authorized by Board of Supervisors on 1-11-.77)' 00559 In the Board of Supervisors of Contra Costa County, State of California Bray 10, , 19 77 In the Matter of Approving Amendment to the Agreement dated October 21, 1975 between the County and the San Ramon Valley Unified School District. County Service Area R-7 Re: 11-0. 5450-927 IT IS BY THE BOARD ORDERED that an Amendment, to the Agreement'between the County and the San Ramon Valley Unified School District previously approved by this Board on October 21, 1975 is hereby approved and the Chairman of this Board is authorized to execute the Amendment on behalf of County Service Area R-7. The Amendment to the Agreement grants to the County its agents and employees permission to enter on School District property for the purpose of constructing and developing park and recreational facilities. PASSED by the Board on May 10,1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Public Works (SAC) Supervisors cc: Public Works affixed thislOth day of May 19 77 County Administrator County Counsel J. R. OLSSON, Clerk County Auditor/Controller B o , De u Clerk San Ramon Valley Unified y P School District 1V13P/y11 N. Pous 00560 H-24 31761$m X?MIIDIdEI+IT TO AGREE14ENT (San Ramon Vly. Onif. Sch. Dist. C.S.A. R-7) 1. Parties. Effective May 10 1977 the County of Contra Costa, a political subdivision of the State of California, hereinafter called "County", and the San Ramon Valley Unified . School District, a local public agency having authority to main- tain and operate park and recreation facilities pursuant to Edu- cation Code Sections 16652 and 16653, hereafter called "Agency" hereby agree to amend their Agreement dated October 21, 1975, covering County Service Area R-7 grant funds for development of park and recreation facilities on Agency property as hereinafter provided. 2. Amendment- Section 3 (.Pee Grant) of the said 10/21/75 Agreementis amended to read, as follows: 3. FEE G"I'LIT. (a) By this Agreement, the County hereby grants and transfers to the Agency County Service Area R-7 funds in the amount of $7,550.00 as specified in Appendix "A" attached hereto or in any resolution hereinafter adouted to transfer additional' funds. Agency shall comply with all terms and con- ditions-specified in said Appendix "A" and in any resolution hereinafter adopted as noted above. (b) The Agency hereby grants to the County its agents and employees permission to enter on Agency property known as Stone Valley School, 3001 Miranda Ave., Alamo, California and on any other Agency property made available for the pur- pose of constructing and developing park and recreation facilities on such Agency property. Agency shall review and must approve all plans prior to commencement of any construction and de- velopment. 3. Effect. Except for the amendment agreed to above the AgreemertofOctober 21, 1975 shall remain in full force and effect. -2- Pllicrofifined with board order 00561 CONTRA COSTA COU AGENCY By: � I�Gs�.� By: Chair. a Board of Superintend t, San Ramo Supervisors W N. Boggess Valley Unified School District ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board of Sunervisors By: Deputy [sem] RECOIMENDED FOR APPRO`Vj2M: C Bv: 'T` :il� �te�11 GAY-/1ti1 County Adrn. n_stra-0 By: Public- Works Director FORri APPROVED: JOMI B_ CT-AUSEN, County Counsel By: 0�� - Deputy VX4:s -2- oof QV2 In the Board of Supervisors of Contra Costa County, State of California May 10 , 19 77 In the Matter of Detention Facility Project - Ground-Breaking Ceremony It is by the Board ORDERED that 1:30 Pla, June 14, 1977 is established as the time for the official ground-breaking ceremony for the new Detention Facility, and the Public Works Director and Public Information Officer are DIRECTED to take appropriate actions to prepare for this major event. PASSED by the Board on May 10, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisor an the date aforesaid. Witness my hand and the seal of the Board of supervisor Orig. Dept: Public Works affixed thislOthday of I�ta_y 19 77 cc: County Administrator Public Information officer J. R. OLSSON, Clerk Public Works Director ,A By f/ i fea -d . Deputy Clerk M POUS 00563 H-24 3176 15m --------------- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COMM, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Orinda Community Center Park, ) Phase IIIB, County Service Area R-6. ) May 10,' 1977 Orinda Area ) W.O. 5297-927 ) ) Bidder Total Amount Bond Amounts Cagwin b Dorvard $20,050.00, Base Bid Performance $20,050.00 1637 Francisco Blvd, and Alts. No. 1, No. Payment 10,015.00 San Rafael,•CA 94901_ No. 2, and No. 5. 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 goad and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURVIHER 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 10, 1977. CERTIFUTI COPY ORIGINATOR: Public Works (SAC) I certifythat this is a fun,true & correct copy of the original document which is on file in my office. and that it was passed do adopted by the Board of cc: Public Works Director supervisors of contra costa county. California. on the date shown.ATTEST: J. R OLSSON. County County Counsel Clerk&ex-officio Cleric of said Board of Supervisors. County Auditor by Deputy Clerk. lei Contractor L'rl o oa MAY_I_0- 1977 00.564 C � . In the Board of Supervisors , of Contra Costa County, State of California May 10 19 77 In the Matter of .Authorizatiod to Continue the Revised Medical Care Eligibility Policy adopted September 29, 1976, Resolution No. 76/764. Rirsuant to the Board's Orders of September 28, 1976 and, November 23, 1976, the County Administrator and the Director, Human Resources Agency, having submitted a detailed report dated April 27, 1977 on the effectiveness of the Revised Medical Care Eligibility Policy adopted for the purposes of providing the County with increased Medi-Cal revenue, IT IS BY THE BOARD ORDERED that the aforesaid report is HEREBY ACKNOWLEDGED and the Director, Human Resources Agency, is AUTHORIZED to continue the administration of the County Medical Care Eligibility Policy under the auspices of the Medical Services Department, without change. PASSED BY THE BOARD ON May 10, 1977. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of supervisors on the date aforesaid. Orig.: Human Resources Agency Witness my hand and the Seal of the Board of Medical Director Supervisors County Administrator affixed this lOthday of May . 19 77 County Auditor J. R.�OLSSON, Clark $y �J Deputy Clerk Helen C. i shat H-24 3/76 15m 00565 0056-5 Human Resources Agency Date April 27, 197? CONTRA To Board of Supervisors -APR X91977 J. R. 04SSON From C. L. Van !tarter, Director CMK BOARD OF SUPERVISORS ..,1.... .....Deputy Subj REPORT ON THE IMPACT OF THE REVISED MEDICAL CARE ELIGIBILITY POLICY Reference: (l) Board of Supervisors Resolution No. 75/764 dated September 29, 1975, subject: In the Matter of Medical Care Eligibility Policy. (2) Board of Supervisors Order dated September 29, 1975, subject: In the Matter of Medical Care Eligibility Policy. (3) Board of Supervisors Order dated September 28, 1976, subject: In the Matter of Medical Care Eligibility Policy. BACKGROUND When the revised policy (reference 1) was adopted by the Board of Supervisors, it constituted a significant liberalization over the provisions of the former (1972) policy. While liability of Medi-Cal eligibles is still determined by Medi-Cal standards, clients are no longer responsible for the entire amount of their liability. Instead, their liability is adjusted to an annual Maximum Family Liability (NFL) under the Uniform Method for Determining Ability to Pay (UMDAP-- which is the basis for payment for Mental Health Services). Thus, the County is assured of receiving at least the Medi-Cal portion of the cost which the State pays. Although the County absorbs that portion of the liability beyond the annual MFL, this cost is offset by the additional Medi-Cal revenue from increased numbers of clients applying for the program. Subsequently, the implementation of Simplified Medi-Cal, which is described below, has further served to increase the number of clients applying for the program. At the time that the revised County Medical Care Eligibility Policy was implemented on November 1, 1975, a Board Order (reference 2) was also enacted which directed me to provide periodic reports on the impact in workload and relative costs or savings resulting from the adoption of the policy. In each of my periodic reports for three months, six months, nine months, and twelve months, 1 indicated the continuing favorable upward trend and the impact of the policy in influencing more eligible clients to apply for the Medi-Cal Program and continuing increases in Medi-Cal billings and revenue. These points are best illustrated by reviewing briefly the data for the first twelve months under the revised policy (i.e. through October 31, 1976) as indicated below: ANALYSIS OF STATISTICS FOR FIRST TtdELVE MONTHS One of the primary objectives of the revised policy is to influence more eligible clients to apply for the Medi-Cal Program, particularly those with a liability. Experience over the first twelve months, as illustrated by the data in Table 1 and the following graphic analysis, indicated clearly that this objective was being realized. Your particular attention is invited to the following comments. ex' Microfilmed with"t- ,drd ordet J.IILJU Med w1111''baard'ordet - Board of Supervisors April 27, 1977 Page 2 TABLE 1 AND GRAPHIC ANALYSIS CHART For the first twelve months under the revised policy, total clients seen increased to 122% of the base period. Medi-Cal applications taken increased to 201% of the base period. Applications denied decreased from 15% to 8% of applications taken despite the fact that total denials increased to 109% of the base period. TABLE 2 Table 2 presents dollar amounts of billing and cash receipts, Total and Medi-Cal, for the base period and compares it with the twelve-month period under the revised policy. Please note the following comments based on Table 2. Over the twelve-month period, total billing increased to 108% of the base period, and cash receipts increased from 47% of total billings to 68% of total billings. Medi-Cal billing dropped slightly from 51% of total billings to 50%, although the absolute amount increased (by 6%) over that of the base period. Cash receipts increased from 66% of Medi-Cal billing to 74%. WRITE-OFF'S Total write-off's ($4,933,400) for the twelve-month period increased to only 105% of the base period despite the substantial increase in the Medi-Cal program. Sixty-eight percent (68% or $3,348,520) of the Total Write-Off's was due to Maximum Disallowed; i.e., the difference between rates charged by County Medical Services and the amounts allowed for payment by Medi-Cal (Schedule of Maximum Allowances). Thus, as Medi-Cal Billing and Cash Receipts increase, Maximum Disallowed must also increase. However, write-off's attributable to the revised policy remained at an average of only 4% of Total Write-Off's for the entire twelve-month period. SUMMARY OF FIRST TWELVE MONTHS In summary, the results of the first twelve months of operations under the revised policy clearly indicated that the policy was achieving the objective of influencing more eligible clients to apply for Medi-Cal. From a fiscal standpoint, the substantial increase in the Medi-Cal program has meant more Medi-Cal revenue for the County, to include the increase in costs due to Maximum Disallowed as indicated above. However, no absolute figures can be presented which demonstrate either a net saving or a net cost to the County attributable solely to the revised policy. While no exact figure can be given, it is safe to say that many of the patients qualifying for Medi-Cal under the revised policy would have been "full pay" patients under the former policy but unable or unwilling to pay for the services they received. Thus, the full impact of these liabilities would have fallen on the County and without the benefit of any Medi-Cal revenue. SIMPLIFIED MEDI-CAL Simplified Medi-Cal provides for even more liberal property limitations and main- tenance needs than those previously authorized, and it also simplifies application processing. Although the law became effective July 1, 1976, implementation in this County was not carried out until the computer was reprogrammed to accept the changes and training of staff was completed. Both of these requirements were met prior to August 31, 1976, so that implementation became effective on September 1, 1976. 00567 mrV-1-N� " My w Board of Supervisors April 27, 1977 Page 3 With the advent of Simplified Medi-Cal, a further increase in Medi-Cal applications under the current policy has occurred, but this fact could not be documented statistically because of the points summarized below: 1. "Total Clients Seen" decreased drastically since renewals arerequired annually rather than monthly. 2. "Applications Taken" also decreased because cases continue indefinitely as long as clients are eligible by virtue of income, property, etc. 3. Overall caseloads increased substantially, although "cases" now cover family groups rather than individuals. As a consequence of these changes generated by Simplified Medi-Cal, a complete revision of Table 1 was required in order to accurately reflect Medi-Cal activity. Your attention is invited to Revised Table 1 which illustrates Medi-Cal activity by showing caseloads and clients served in CMSE, in the IM Districts, and total for Social Service Department. Under Simplified Medi-Cal, these figures are a better and more valid measure of activity because of the points outlined above. In addition to a revision of Table 1, it was desirable to adopt a NEW BASE PERIOD (April - June 76) for both tables of data because this change enables us to compare activity month by month under Simplified Medi-Cal with a period under the revised policy but prior to the advent of Simplified Medi-Cal. ANALYSIS OF STATISTICS FOR THE PERIOD OF SIMPLIFIED MEDI-CAL (September 76- MARCH 77 (Please note that the revised Tables 1 and 2, which cover a seven-month period, overlap old Tables l and 2 for the months of September and October 76 in order to encompass the entire period since the implementation of Simplified Medi-Cal). Your particular attention is invited to the following comments: REVISED TABLE 1 (Medi-Cal Caseload and Client Activity) In the seven months since the implementation of Simplified Medi-Cal, total case- load has risen to 115% of the base period and total clients served has risen to 121% of the base period. This continuing rise in Medi-Cal activity indicates that the revised policy and Simplified Medi-Cal are continuing to be fully effective in influencing more people to apply for the Medi-Cal program. REVISED TABLE 2 (Billings and Cash Receipts) Despite the continuing upward trend in Medi-Cal caseload and clients served, total billings and Medi-Cal billings have dropped to 93% of the new base period. While this reduction in Medi-Cal Biding of 7% from the base period is not large, it appears to be due to the corresponding reduction in Medi-Cal claims resulting from an increase in clients joining the Prepaid Health Plan (PHP). For example, total Medi-Cal claims dropped from a monthly average in the base period of 12,688 to a monthly average of 10,687 or 15% in the seven-month period of Simplified Medi-Cal; likewise, PHP membership increased from a monthly average in the base period of 4,689 to a monthly average 6,073, or 30%, during the seven-month period of Simplified Medi-Cal. Total cash receipts have increased from 68% 00569 Ar 4 Nonni R Board of Superviosrs April 27, 1977 Page 4 of total billings in the base period to 77% of total billings for the seven-month average. Medi-Cal billings dropped slightly from 50% of total billings to 49% of total billings, and cash receipts dropped from 86% of Medi-Cal billings to 85% of average Medi-Cal billings for the seven-month period. In assessing the impact of these figures, it is important to bear in mind that billings tend to lag behind increases in caseloads, and cash receipts lag billings by 30 - 90 days. The slight reductions in Medi-Cal billing and cash receipts noted above are not indicative of any deficiency in the revised policy or the application of Simplified Medi-Cal process. WRITE-OFF'S Total write-off's ($3,786,799) increased to 134% of the base period during the seven-month period (September 76 - March 77), but 53% ($1,987,218) of the total write-off's was due to Maximum Disallowed, i.e., the difference between rates charged by County Medical Services and the amounts allowed for payment by Medi- Cal (Schedule of Maximum Allowances). Also of significance is the fact that 30% ($1,119,577) of total write-off's is an amount returned from assignment to collections as being uncollectible. Write-off's due to lack of proof of eligibility by Medi-Cal Card or Label have dropped from 6% of total write-off's to 310. This is attributed largely to the effect of our Medi-Cal Card Typing Project which was initiated on January 25, 1977, and is explained in more detail below. Finally, write-off's attributable solely to the revised policy have decreased from a monthly average of 7% ($26,635) of total write-off's in the base period to a monthly average of 4' ($21,586) in the seven-month period. WORKLOAD As the full impact of the revised policy and Simplified Medi-Cal (from Sept. 76) has taken effect over the entire seventeen-month period (November 1975 - March 1977), there has been a substantial increase in workload insofar as Medi-Cal applications are concerned and as previously illustrated in Table 1 and Revised Table 1. However, this increased Medi-Cal workload has been, to some extent, offset by the transfer of the billing adjustment function from CMSE to the Medical Services Business Office effective May 1, 1976. In addition, the speed of processing applications under the revised policy and Simplified Medi-Cal has increased as eligibility workers and clerks gained more experience in implemen- tation procedures. During the 21-day period from May 17 - June 15, 1976, CMSE staff--both EW and Clerical--underwent a work measurement retest for the purpose of validating performance standards under the revised policy. The performance standards achieved in the retest have been revised upwards and are now being utilized in the monthly productivity reporting system. In general, although the results of the retest indicated an increased workload, CMSE staff has been able to absorb the increase because staff is performing at higher standards under the revised policy and Simplified Medi-Cal. Under the productivity reporting system, both workload and staffing requirements are analyzed and checked on a month-to-month basis as has been done in the past. Q0569 Board of Supervisors April 27, 1977 Page 5 MEDI-CAL CARD TYPING PROJECT As a result of a study conducted in December 1976 on Medi-Cal Revenue Recovery in County Medical Services, a decision was made to provide an additional clerk to County Medical Services Eligibility (CMSE) for the purpose of typing Medi- Cal Cards to accompany claims where the card was missing and could not be located. The project was initiated on January 25, 1977, on-an experimental basis, and because of its success, the clerical position and the functions have been made permanent. In the thirteen-week period that the project has been underway (through April 22, 1977), Medi-Cal claims amounting to $442,955.45 have been processed with an anticipated revenue yield to the County of 73% or over $323,000. RECOMMENDATION On the basis of the facts outlined above, I recommend that your Boardacknowledge receipt of this report and authorize continuation of the County Medical Care Eligibility Policy without change. CLVM/CAC:gp Attachments: 1. Table 1 - CMSE Activity (Nov 75 - Oct 76) 2. Graphic Chart - CMSE Applications and Denials (Nov 75 - Oct 76) 3. Table 2 - Billings and Cash Receipts (Nov 75 - Oct 76) 4. Table 1 Revised - Medi-Cal Caseload and Client Activity (Sept 76 - Mar 77) 5. Table 2 Revised - Medi-Cal Billings and Cash Receipts (Sept 76 - Mar 77) cc: R. E. Jornlin Medical Care Eligibility Policy Committee Members Dr. George Degnan Gary Brown Chuck Cannon Dr. Louie Girtman Don Ludwig Virginia Childers Dr. Jay Aiken Dr. Charles Pollack Don Crawford Eleanor Thompson Steve Wolf Wanda Trawick Grace Potter Art Laib Ron deVincenzi 005'70 y r M { TABLE l O O 40 .4` .4 M ♦0 0l M M h M co M G1 %n O C7 % %0 M Q al CO h Ol to h %0 Q O C3 .4 -4 CS w s � cn ► x Z -1 :' tti il1V Q C C) M h h *0 t. C M to CA co -4 CJ 0 N Q .-i .-i Cl M N CT N14 W M O M Cy - h4 N M M %a .r- . Z C1 a Co O O H N GO to to c0 h Uf r4 9n r4 trl O O 00 h +-t h .-4 c0 O% Cl C) M O Q 40 m Cf .4 r-4 14 .4 N .-4 M .4 .-4 N N N r4 M N � t H ►4 =3U .4 .-t co V Cl co .-t o0 M O C Dl Go d m � "«.] < O .,i •-� •-i .-i .-t .-t N .-4 .4 N M •-c .-t N rc �t? C:1 H u a .4 C to C N Q h %0 N M to O N t, CA N cl .-+ O M M 1D O C? co to .4tn N K?O E c0 N N Q V to v"1 N In %D %0 In h d U. C ri < .-I t7 h 0 CS e-+ to h f�i X61 7 p t2# C? 44 U E r-4 'C of in N Q ri N IMN O r'i Pi G �:•� C/ c0 O co 00 co O h O c0 00 c0 c0 00 h O 1�4 U } L u 0.4 4-1b <�Z-• L' L' U � L) uc r t 04 N F4 co rl h Q ul Cl .-t M M M N M Q .-4 N c0 � s t F p �'. < h rt c0 -t Ln 'C N .-4 Ql h t0 -4Ln ►-t � ►4 O E h N M Ln %0 M Q Q Q 'Ct Q Cl Ln M Im H 7 t7 r3 Z,,+ Z N N M N N N N N M N N N M vl N p O rm:C] N 41 u � 3 Uin ts Ln O O O IT c0 CS .-4 N a0 c0 Cl N Q M at N H►'�'1 i-. -4 C? O H .4 M -4 N ►4 -4 .-4 N Q N rl U z 4 U r4 r4 .-4 14 .4 .4 N .4 .-t .-€ ri ri H .4 UL'7 � p cn � H C! O O O Q c0 c0 O C M h to G1 h c0 Cl h +S r1 U M Cry .-i m .4 c0 CO c0 .-4 Cl N .-r N Cl .4 N E V' itl to Q N co Cl Ci Cl CS Ca % ^! 0 Ql U-.t Z h N M M M N M N M M M M M M M G. ri en to "Lr h D li to 0 tu 43 U 0. co l-+ h w LU U4 r C E- w '2 Pte. m ti E-a .tea-a d R a to m Cl 52 u� c WLIUJ "I uc� � a >- � .a c� ►� x D tic. < S ti 1,2 < to O n� GRAPHIC HART 'it} ""'• • t`'''°is qr � !��•.,, f Ira 14a 14 3. 44 � •O r3o v N i `� w ; t t �l► , , j ! �---�- � � i � E i ,t_._._,`�._.Q,��r}t { I ---sem _qu .C} � +�, � � ��'__• ! ,1 � i 0..0.( 1 '��:� 1 �`' M �i 1 ! rl IL ro ct jam- JqLNi low.. :,............ TABLE 2 c %? V V C1 to O % O O M M G7 M r- -4 Q -.4 O V' Om N .N1 Q co O %0 N N m h h a n rr to ar u N ['� N Q M .^4 1-1 O to M M to h Z N O %3 ,n —4 1n N ,n N .-r %O st O to Fr ,/, .1 N .-+ N h M M cn w rt ,n ,n M V' O O M O %O Q1 Q O ,n M h r, M `e! M .-a N Q O O N .-4 Q O hh %O O M Q ,n %O N O1 Q co M N .4 N O Q M D Cd O a./ cu 01-4 .-r N Q O co N M O1 co co O M O O M in Q N O ,n ,n ,n v Q Q u1 Q Q rn O O Z N V7 h M N b co cf h r-, C V %O co M N h O as .-, Q Q m %a O co co C m M H ra M .-, N O O Q1 D O 01 - d .4 to ♦O ,n N N C O'1 %0 N 01 co %0.- N M V 1 N h M N N to h 10 �O '-/ .-1 r-t M .-, O O O %O ,n O O h cc a %O co %O h h %0 to n w t!) n N CO F � L h C: H O ? C 4.) .-a h h .i .-, O h N M Q N r-1 h Q O c0 U to cc N Q co Q co h N M M O Go b O G' C h M c0 —4h h M M h M N N M M co M h H %3 O 'IS N M O O O c0 r, tt c+0 0 w m to U i+ 1n 14 h —, O h C M O ,n rn O1 U .O d • 1-4 c0 O O O 61 O M h O N h co O1 N h: � O U U o co h N h O t0 O h Q1 O O M h %D O W O M %* co v7 r/ h O Of O `Cr M %o O NO -3 o n H � o z F U O O .4 h h M ao to M .t c0 O M N t0 ar O O O co r-1 O N Q1 O M to rd N O O C1 z a H Q —4 h c0 %D O O co N —4 M N Go %0 co K1 .-, h Co ,n h r, m N w M h C M Q co N h N N < O1 M N 1-1 co to co M N O M co NO .-1 M O M O O1 st to .+ M cn at O co ,n ,n N Q1 of N M O O.-1 O M M r-1 to M V^ N M h N Q M y � n 1n .�� t-1 n nh= an a.~io a < cd � ct tna�. r E--W to r : F—: i .c. to � O oto r c o ► b-4ts7 a o F►c } Of cn ? U z 61 C-' C ..7 C.7 O. F 0 1 U N u 4n TABLE 1 to 0 o Lnr M oo M M t0 r REVISED ^© O O O N N N N N N N • 0� r r r r r- r O H N A i r QJ O U N &Z O O M r\ LO CT t7t r O d i3= O O O N N r N r - +1 N r r r r r tO �� U �+ U N 01 U 5- FA ,-;r U.1 to O O O d din M d %0 d 0[ t� v t/f r — r r r r r r — N 1 r_ i-1 0) oU D r tU Nto E^ i•L M M M M N O N 01 co •r- m Z t4 C O M M t0 n 0% O t\ N O 4J O w 41 'U t0to N M t0 N Ln t0 O d Q G to O M d t0 t0 I\ t0 O I-- t0 -t- U C-7 c!' r- r e- r r r- r Na) m c1 go as O C CT >- 4-3 t6 N F- U N M co M M d t0 co O t0 t0 C t0 Q) t-t a••/ 1\ Ln t0 N n t0 Lo to N Cn d n Ol > S.- COI to CO d CT M n O O M m N M et d d d d M of 1 > t:] M �-- r r r r r m S- r O 0) C L -O to •N a z w c o E LUUJ -0N — N ►+ -4 i•L co t0 t0 O ON t0 O NM Lo _ E t E V wO N t\ 1'� d co N M O N a as O O lt] to Cl O t0 /� d M to to t0 n d Z r to S. a O g..- .. .. .. .. i .. .. C 4- C.3 r Ln r t-- N N N N N N N > E N ++ W-Si + CO C n O QI t0 —= LI. O -.3 N C© O OM Co m I-- m O N Ln U a -0 V to Q O O N r Co r �r- 0) V tQ t f iJ J O 07 "O 0) N W U22 S-. tU N -r-0 . 1 O U co > a •t- O) 4- ¢I of w CT t0 t0 Ln N r� CT O 0% d i , O M N r r O O N %r 1` O M N 01 4- 3.1 co O O O O co t0 0% O N Ln M Oi •H r O) O O C r N r r O r r Ol n. S_ QJ r ^ 0{- M r r r r- r r r N E 7 r U C"S O r O .-O m N Ln C-r Ln O $ .-..1 U U 1` N O O t0 r- e\ t0 N v v v v LU >-.- t-- n CO 0% t0 t0 co Ln N O E to M 1\ Ln N CT N N CT co U U N t0 O O O O 0 CT 40 CT 01 O O LU N iT t0 Lo t0 O co M m N N O M O M n r O to r f, N M I\ %0 n I\ r- �--•- O t0 U M r r r n t0 G i N f` `C^"M N LL,o r'o w m w m m � ¢ 005'74 H a ��- M v z `s t m Iwil o z o _3 U- TABLE 2 REVISED c COtn CO M n N Q CO LO W W r r CC'.7 W 34 U .st - S r O d 01 N O NW N M r N d r to tO d tp W L w n O d t0 M LO U e t� LO LO M N O lO d O O O CO t0 M d t0 M d M tO M r t O 4J O LOLOtoff -:rd dm d in Ln d - LU O C.'3 Z J . co N d tO t� tO r Cif tO CO N t0 N d CT tO W tO n N O L d W O t0 W r W d t, f3 n tO N M O O r tO d N d r M r W O M tO r tO O w t�l P. tO IT CO tO tO co tO to O }- N d W 0 U W W C ►.� C CO CO � O tO r N dr--) S tO t0 O co W tO n tO t�- n W Ln N C W U N d2 w Z U m C ¢ try t� W M co O tO n tO t- O F- C7 S N O tO to co tO tO d N M d Z tO L tOr M W Ln O N O O N ►r Q n CSW CT N r CA M tO N J t0 W n to O O N d tO d .-. O O) C% t0 O Ol M CO n O b O . N r r r i 'V 0- O O N M W M CT M w O Cl r M n 01 W W O m N r r r r d O Z J M r W tO n M N M O M d N d CO M d t0 M t- 0% LO r i CT 01 rN M t� W M W M M O.. cn 0%CT 41; O to it• N M M r Of t0 O %r to � O M d t0 M w M N tO M 0 d r r r n W n O t0 G i- tn o W o o Cl c C� W O C 1 =— W C C Y .--�C W W m C W W Y C 2 tO n t-W 0- 1 J a W a co C a s W = E = ¢ x t os W i 1-W i-- O W W C U C2. CO tn 'r N 0- 1- =:. UZ dLs- C S- CJ N U CC¢E< La ci C) w N O Z G ¢"� w to d V 005755 l i I I i i l 00070 f t In the Board of Supervisors of j} - Contra Costa County, State of California May 10 ,1977 In the Matter of - Eligibility of Activities, Community Development Block Grant Application to HUD. The Board having received letters dated May 2 and 4, 1977 from Mr. Julian A. Fitzhugh, Program Manager - Area B, United States Department of Housing and Urban Development, with respect to the eligibility of certain proposed activities in Contra Costa County's Community Development Block Grant Application B-77-UC-06-0002, and suggesting resolution of these issues prior to the expiration of a 75-day review period; IT IS BY THE BOARD ORDERED that the aforesaid communica- tions are REFERRED to the Director of Planning. IT IS FUI HER ORDERED that the Chairman is AUTHORIZED to execute a letter of response to Mr. Fitzhugh. PASSED by the Board on May 10, 1977- hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. CC: Director of Planning Witness my hand and the Seal of the Board of Director, Human Supervisors Resources Agency affixed this lotgday of "aay 197 Director, Economic Opportunity J. R. OLSSON, Clerk Director of Building Inspection By t-�G•tt ,. L� !7i_rlc!1-411 , Deputy Cleric Public Works Director Helen C. Marshall County Administrator 00571 H-24 3/76 15m j H-24 3/76 Mn 000 716 In the Board of Supervisors of Contra Costa County, State of California mmy 10 19 77 In the Matter of _ Approval of Grant Funding Application for Continuation of the County Nutrition Project for the Elderly in FY 77-78 The Board having considered the recommendation of the Director, Human Resources Agency, regarding submission of a grant application to the State Department of Aging requesting $414,671 in federal funding from the State for continuation of the County Health Department's Nutrition Project for the Elderly from July 1, 1977 through September 30, 1978 under Title VII of the Older Americans Act and requiring approximately $52,000 in County matching funds, under terms and conditions as more particularly set forth in said grant application, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to sign said grant application (#29-214-7), and IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to submit said application to the State Department of Aging. PASSED BY THE BOARD on May 10, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Orig- Human Resources agency Witness my hand and the Seal of the Board of Attn: Contracts b Grants Unit Supervisors cc: County administrator affixed this 10th-day of_ May 19 77 County Auditor-Controller County Health Department State Dept. of Aging wDLSSON, Clerk By Geraldine Russell' . Deputy Clerk II P2a 3rX 15m 00577 h'A t _G g V STATE OF CALIPO::N.A *Ar-PLI!7rLTIO;I FOR TITLE VII GRANT FUNDS COA .•'17J7,I PLEASE TYPE OR PRINT AND SEND 3 COPIES OF THIS APPLICATION TO THE APPROPRIATE REGIONAL OFFICE Calif,0-pr,of Aging(NRO) Calif,Dept.on Aging(CRO) Calif,Dept,of Aging(SRO) 1404 Franklin Sr.,Room 406 2040 Kern Street 107 S.Broat Roam 4014 Oakland,Calif, 94612 Fresno,Calif. 93721 Los Angles,CTcl11. 90012 (415)464-087: (209)438-5686 (213)61 0-7180 1. TITLE OM PNOJECT 9 Contra Costa County Nutrition roJect for the Elderly V 7. APPLICANT AGENCY 3. PPOJECT DIRECTOR NAM[.ILCOAL HAVE OF AOCrICVI #IAM& TITLE Contra 'Costa County Ray Servante Director ADDR[SA IN/JMSF.R ANDSTrIRCTI ADOR[SS tr4UMPCR AND STRKK It 1111 'Hard St. 1111 Ward St. clTr STATE IJ-fJSJ clTr aTArs zip coo[ to Martinez, Martinez Ch 94553 w TEL[PNCN[NUMORR IAPEA COD[AND PHONE NUMNKRI T (415 ON[372 2511AR[A COO[AND PN ON[HUMP[RI 415) 372-2511 ( ) J7L G.7 1 4. OFFICIAL AUTHORIZED TO SIGN FOR APPLICANT AGEIICY S. PAYEE (SPECIFY TO WHOM CHECKS SHOULD BE SENT) 3 flats[ TITLE "AMC TITL Warren Boggess Chairman of the Board Donald E. Funk Auditor-kontroller --ADDRESS IHUMOER AND 2Tn[[TI ••••• All R[SS IHUMSER AND STREETI --1111 Ward St. Finance Building, Room 103 .—CITY STATE ;IP COD[ CITY STATE ;IP Martinez CA 94553 Martinez CA 6. TYPE OF 0100406I;ATION (CHECK ON[I 7• TYPIC OF APPLICATION ICHECIC ONEI ® PUIILIC AGENCY 0 INDIAN ATION HIM 'a fUPPLEMENI' w 2. 0AIVATE NOM. (TATE POLITICAL ' PROFIT AGENCY bUODIVIf10N ®CONTINUATION REVISION M • 8. ASSCUOL.V DISTRICT SENATORIAL DISTRICT CONORSSS10NAL DISTRICT 7 7B14 1). DATES OFI FROM TI.NrJUON )O. SUPPORT DATA AMOUNT P[RC[NTAO[ A. PERIOOT 7/1/77 9/30/78 A. FEDERAL FUNDS REQUESTED 414,671 78% B' PE111800 7/1/77 9/30/78 11, NON-FEDERAL MATCH 116,117 22% 11. TOTAL ME4LS TO OC I9RV[O•t000.YR.) 221,200 C. TOTAL NET COSTS 530,788 10030 00 NOT WRITE IN THIS SPACE FOR STATE USE ONLY 'CONTROL NUMOER OAT[ INITIAL OATS INITIAL OATS INITIAL DATE INITIAL DAT[ INITIAL • O I 1, AIN,N[t-O 4. FUNDS AVAIL. V. RaYlaw COMA 10. TO C.C. 13. 1/M PSC•0 C 2. •C.40R.• S. TICAL 091119" N. R/O MON. • 11. AOI.aic•0 14. TO a/S ILIal �t 2. AAA a, NVTNITION O, ISM OafOANCO 12. TO 1/M COON. IS. N0A { COWA EN TSI i . iz 1 ,s i 1 i PART 1 — APPLICANT AGENCY INFORMATION A. ORGANIZATIONAL CHART Attach a chart immediately behind this page which describes the organizational and functional structure of the applicant agency. The chart should include the following: 1. Major Sections/Units. 2. Positions under each major Section/Unit. 3. The number of people in each position. d. Where the responsibility for the conduct of the project is to be placed. 5. Relationship of lite project council to the project. 6. If known, the names of the individuals In charge of each major Section/Unit. B.• JOB DESCRIPTIONS Immediately behind the chart, enclose a one•poge job description for each of the positions in your chart that'corresponds to the following functions or positions In the Nutrition,Project. Project direction(if a Project Director has been chosen, include the individual's resume). Coordination of volunteer activities and/or delivery of social services.. (A separate job description is required for each staff position[paid or volunteer] that has responsibility for these areas). Financial management responsibility. (The job description should be for the position In charge of the fiscal oper- ations of the project.) Nutrition services. (Position responsible for the nutrition component consisting of the food service operations, nutrition education,etc.) CHECKLIST OF ATTACHMENTS This checklist Is being provided to ensure that the items lobe attached behind this page arc enclosed with this application. (Number each page at the bottom, starting with 2A, 2B, 2C, . .etc,) Check the "Enclosed" box to show that you are enclosing the attachment, and show the page number in the space provided. ATTACHMENTS ENCLOSED PAGE NO. 1. ORGANIZATIONAL CHART M 1 & 2 2, JOB OESCRIPTIONS(For each position listed below) a. ect Director © 3 a a NO-it rl t1on 0 15 & 16 b. Caordinatar C. Coordinator Manager''~"'^ © 17 8 18 d.•Financial Manager Q 9 & 10 e. Nutrition Component Coordinator (t(JI'It6104%vf a 5 I. Other(specily) Site Manager (x�]„ 19 & 20 ill 1 Secretary © 7 8 • � � ttiscellaneous —2- r j • '4 S r z M C) C H O O ,Z7 rNr Cl s f7 a O x �cnc v s r S Q Mw z • '.. �' mx �Q v 7�D `►fir O M t+'1 f0+7 Poo CC_ gg m n...t 7, xn LA mLA CD C` LA V CA :0 i4 I En N LA .� c-. m n ys oMCA d m CMI o c~i�►�.+N r m o oN N �c ` m m � tA . _C O C v h m p p o M Cl) o m�rn o a�a� m z av n M W :0.r)m° 00580 PS t J J J J J .Ni N Ln N N N -+ O O N -I-1 -1 ---i'r 1 Ia r)= CO)m cmc m� mo ;a ma rn 21- o--4 rc�o S O TQC"C3 Zm rri C" "r-� M W G7 O -1 N G7 00 r� M rri rn rr? o z V o v m n CA --i n o J � Z ma §Eo n N S O 1 s H O N x � 7 m -1 -+ ;v N r C m 7mC �-+m`D C7 to o .a coil n NI a, .•,m C-i O rn U7 M MEA C)NO� c� rn(A 0 tz O (A rn -~Ir o�rt,o�ca . z m n m r m� m o 1m-::4 to O oomC11 rn mo 7°iTv�o �� o m 1.x.1 m cn � n O J O ..� m CA F; Ln rr �- �x w1-92c r--Ito c') N m m m� gs �vao c -- CD a o So -1n c- a r rn0 a p (A000 m "� Io x m 'o :noc z�vv� c �'n LJ L—A 5� ;a c) �C3 m r- mo o � 30F� N N C j 1-4 N N N m 7P"mp —�ro� a�vo mn mmar- IVNo� 20m-mc -A1'oz� �..pnn o my o cil2o`"•"rc m m m o IoM o -rt 01581 P� i u: ' Proposed Salary Level: Contra Costa County 'AD kV. �iea weuik r MUTRITIOU PRIIJECT DIRECTOR. Ander direction, to plan, organize, coordinate, monitor and evaluate the day to day operations of the nutrition Project for the Elderly; and to per- form, related duties as required. DISTISiNISHM} CHAP CTEPISTICS: The nutrition Project for the Elderly contracts with public and private community agencies and food catering businesses to provide meals and ancillary services to senior citizens; meals are offered in a group setting to improve individual's nutrition and foSter social -awareness and activity. The incumbent of this class has responsibilities for the administration and pro- motion of the Project within all County communities. The position functions with a minimum of technical supervision. TYPICAL TASKS: 4 Negotiates contracts with community organizations and food catering companies to provide congregate meals and ancillary services to senior citizens; monitors contractors and evaluates their effectiveness in delivering services at the congregate meal sites; evaluates, on a periodic basis, the services be- ing offered to determine any additional services needed and coordinates delivery of these additional services; meet and confer with senior citizen councils and commissions regarding Project's objectives and senior citizen needs; make fre- quent contact with offices of State and Federal elected representatives for purposes of Project liaison; provide information to news nedia and civic groups to publicize the Project acid solicit community participation and support; projects Program budget requirements and submits proposed budget for review and approval by the County Board and State Office on Aging; monitors expenditures; prepares and submits grant applications for continued funding to superior for review and to the State Office on Aging for approval; prepares and conducts training pro- grans for Project personnel; supervises and evaluates County staff assignee{ to the Project; prepares correspondence, reports and financial statements. Develops community resources such as volunteer workers, food and cash donations and trans- portation. idIMMU1 gUALIFICATIONS: License Required: Valid California Notor Vehicle Operator's License, Education* Possession of a baccalaureate degree from an accredited college or um e�vrs'ity. Major in public or business adiainistration preferred. x erience: One ,year of full time supervisory or administrative ex- perience in a senior citizens program that involved budget preparation, public � relations work and preparation of grant applications. Good knowledge of the nutritional and social problems, needs and attitudes of elderly people; I:nowledge of the resources available to solve the problems and meet the needs of elderly people; knowledge of tile principles and techniques of public administration to include budget preparation and control PIT 3 t t • f� Nutrition Pro ect Director Cont'd and Personnel administration; ability to formulate and evaluate new service programs; abilityp 9 ms, ab7lit ' '"))event, administer to deal effective) Y to suPervise and train s•e orts• y D Y with others; ability to write clear and concise P � abilit to organize statistical data in graphic Personnel; P fora. ol ty ti. 47 a 05 . 83 f- ' CEO �lhS �et. Week JOB DESCRIPTION PUBLIC HEATLH NUTRITIONIST - PROJECT Contra Costa County Nutrition Project for the Elderly SALARY RANGE: DEFINITION Participates in the Nutrition Program for the Elderly of the Human Resources Agency under the direction of the Nutrition Project Director. The Nutritionist is the primary resource person for nutrition information for the program. DISTINGUISHING CHARACTERISTICS This single class is distinguished from Dietitian by its emphasis on education consultation and community work with the public rather than on`the supervision of food services and therapeutic diets at a hospital. TYPICAL TASKS Works viith staff on policies, standards, and procedures for priorities on nutrition counseling for congregate dining sites. Works closely with the contracting food caterer to ensure that the meals prepared meet the Title VII meal requirements and reflect participants' ethnic and personal desires. Provides consultation to the Project Council and a participant menu committee. Works with Health Department projects which relate to the program. Develops nutritional materials, including diet history forms and teach- ing aids. Provides consultation and education on nutrition to program participants at the congregate meal sites on such things as: four basic food groups, shopping wisely, special diets, good nutrition as preventive medicine, home sanitation practices, etc. MOWLEDGE AND ABILITIES Good knowledge of accepted principles and practices of nutrition; good knowledge of nutritional requirements for the elderly; knowledge of accepted educational methods in public health, knowledge of community resources and recent nutrition research pertaining to public health nutrition; good knowledge of comparative food costs and nutritional values; ability to develop and present educational programs on nutrition; ability to conduct studies and surveys on nutrition problems; ability to speak and write effectively. Public Health Ilutritionist Project (Continued) MINIMUM QUALIFICATIONa LICENSE: Valid California Motor Vehicle Operator's License. EDUCATION: Graduation from an accredited college or university with a major n nutr tion or dietetics. AND 1. Completion of one year of graduate study in human nutrition and two years of experience in educational programs or services in the field of nutrition. 2. Completion of an appeoved hospital or food clinic internship, with three years' experience in educational programs or services in the.field of nutrition, one year of which must have been as a nutritionist in a public health agency. 00585 Contra Costa County 140 (yet- (UeeL INTERMEDIATE TYPIST CLERK. (Secretary) DEFINITION: Under general supervision, to perform typing and varied and difficult clerical work of a responsible nature; and to do other work as required. DISTINGUISHING CHARACTERISTICS: While the amount of typing performed in positions allocated to this class may vary considerably, and may even be incidental to completion of assigned clerical tasks, in every case the nature of the typing performed.is such as to require a rapid, accurate typist. The class of Intermediate Typist Clerk is distinguished from that of Typist Clerk in that employees are required to perform clerical work of more than average difficulty calling for the exercise of independent judgment and a good understanding of specific laws, ordinances, rules, policies, and departmental activities. Intermediate Typist Clerks are usually given detailed instructions on being assigned to their duties but there- after, instructions are given only as special problems arise. Employees of this class may have relationships with the public in answering a wide variety of inquiries where a good knowledge of departmental activities is required. TYPICAL TASKS: Composes and types letters on routine matters such as the functions and services of various county departments, procedure to be followed in securing the service of a county department, information contained in county records, letters from rough drafts, marginal notes or verbal instructions; types reports, bills, vouchers, receipts, lists, schedules, orders, notices and statistical data; maintains a large or complex subject matter file of reports, resolutions, permits, petitions, applications or legal documents; gives out information over the telephone and makes appointments; gathers data for and prepares routine reports on matters of Project operation and activity; keeps time and expense records; operates standard office machines such as adding, duplicating, grapho- type and addressograph machines. Attends Nutrition Council meetings and takes minutes of proceedings, types up and mails minutes to Council members. MINIMUM QUALIFICATIONS: Education: Equivalent to graduation from high school. Experience: One year of paid office clerical experience. Substitution: ADDITIONAL CLERICAL EXPERIENCE MAY BE SUBSTITUTED FOR THE REQUIRED EDUCATION ON A YEAR-FOR-YEAR BASIS UP TO A MAXIMUM OF TWO YEARS. A good knowledge of modern office procedures and practices; a good knowledge of correct punctuation, spelling, and correct grammatical usage, together with a good vocabulary; the ability to write letters on routine matters independently; a knowledge of the types and uses of common office machines and the ability to learn their operation; the ability to make simple arithmetical calculations; the ability to perform moderately diffiicu and f �. Z i Intermediate T ist Clerk Cont nue responsible clerical work and to make decisions in routine procedural matters without immediate supervision; a good knowledge of filing, indexing and cross- referencing methods; the ability to prepare and maintain accurate and concise records and reports; the ability to understand and carry out oral and written instructions; the ability to deal tactfully and courteously with the public. The ability to type at a speed of not less than forty words a minute from clear manuscript or printed or typewritten copy. 00597 r t r December 1945 . Contra Costa County Revised and Retitled: August 1970 ACCOUNT CLERK II 40 6-s ee4-Wei. ' I i DEFINITION: Under general supervision, to perform varied bookkeeping, statistical and/or numerical clerical work requiring the application of standardized financial and statistical record keeping practices and procedures in direct support of accounting activities; and to do related work as required. DISTINGUIS14ING CHARACTERISTICS: Account Clerk II is the journeyman level in the Account Clerk series and is responsible for maintaining double entry bookkeeping ledgers, balancing accounts and preparing simple accounting, financial and/or statistical statements involving a number and variety of accounts. The work of this class is distinguished from general clerical work in that incumbents compile, classify and tabulate bookkeeping and statistical data. This class is distinguished from Account Clerk III in that the latter performs more specialized and complex accounting clerical work and may provide lead direction over subordinate clericals performing account clerk work. TY PICA L TASKS: Distributes material, labor, equipment, and indirect costs from demands. invoices, bills of lading, and time and work reports, coding such costs for proper distribution according to predetermined functional and organizational classifications; balances accounts and prepares monthly statements reflecting maintenance and operating costs and showing the condition of appropriations by districts; posts and balances general and subsidiary ledgers; checks daily time reports for sufficiency and accuracy of information, and posts wage and equipment costs; codes warrants according to a predetermined classification for expenditure posting, and codes expenditures for distribution to proper departments by accounts; checks funds for warrants that have been issued to insure legality of payment; maintains bond and interest records; computes interest charges; checks comp- utations on warrants; issues warrants, expense reimbursements, public assistance grants, etc; operates calculating and other office machines. MINIMUM QUALIFICATIONS: Education: Equivalent to graduation from high school. Experience: Either (1) Two years of experience in the preparation and processing of accounting documents and in the maintenance of accounting records, or (2) Eighteen months of experience in the Contra Costa County class of Account Clerk I. p ci rn i 1 r, i Substitution: Additional qualifying experience may be substituted for the required education on a year-for-year basis up to a maximum of two years. Knowledge of double entry bookkeeping practices, procedures and terminology; some knowledge of the preparation of simple financial statements; some knowledge of office procedures and equipment as they relates to financial record Icer.-ping; ability to make computations and tabulations speedily and accurately; ability to understand county and departmental re:geilations, practices and procedures and to .use good judgment in their application; ability to operate adding, calculating and bookkeeping office machines; ability to type accurately, though not necessarily with speed; ability to follow oral and written directions; ability to write neatly and legibly. Class No. 741 Formerly: Account Clark , 00589 CO - r t Contra. Costa County •Revised: September 1971 HEALTH EDUCATOR DEFINITIONS Under direction, to assist in carrying out the educational activities of the department, both with staff and in the community. To take major respon- sibility for educational aspects of assigned department programs; and to do related work as required. DISTINGUISHING CHARACTERISTICS: ' Positions in this class may be assigned to the County Health Department, the Mental Health Division of the County Medical Services, or County Social Services. As a Health Educator increases his understanding of the department and community, ho is assigned more responsibile duties with less supervision. When assigned to the County Health Department, incumbents are assigned health education responsibilities for selected programs under direction of the -Chief Health Educator. t' In the Mental Health Division of County Medical Services, incumbents work under direction of the Mental Health Program Chief in assigned community Mental Health Programs. . 1Yl:en appointed to County Social Services, incumbents are assigned Health Education Programs under the direction of the Social Program Planner III. . TYPICAL TASKS: Assists administrators and supervisors in planning, conducting and oval- uating the health education aspects of department programs; carries out a specific phase of the program as assigned; confers with and advises staff on health education techniques and community organization; confers with various civic groups and schools to encourage interest and activity in the promotion of public and mental health; represents the department in various community organizations and committees; reviews publications for educational suitability; maintains and distributes health education material to the staff and the general pub- lic; prepares visual aids and display materials; prepares reports and recom- mandations on community needs; organizes and arranges for discussion groups ' on health problems; finds ways to publicize public health and mental health ser- vices through various media and carries out necessary steps; t:oardinates an area volunteer program; evaluates and reports on health education services and educational programs. • • ' 00590 f Health Educator (Cont 1d) MNLtiiUNI QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. Education: Possession of the degree of Master of Public Health in the field of public health education obtained from an accredited school of public health. Thorough knowledge of the principles, techniques and practices of Public Health Education including the understanding of the theory and ability to apply knowledge of the basis of human behavior, the process of education, motivation and group work, the relationships of cultural patterns .to human behavior, the structure and organization of society, social and economic forces, the elements of organization of government, public health procedure, methods and effectiveness of various mass communication media; good knowledge of public health and related functions of official and voluntary organizations on the federal, state and local levels; ability to prepare and edit effective articles, brochures and speeches; ability to speak fluently and convincingly to the public; ability to arrange and conduct public meetings; ability to deal tactfully with employees, officials, community leaders and.the public. Class No. 218 S:, .00591 r Contra Costa County Revised: January 1973 t • PUBLIC HEALTH NURSE ,{ DEFINITION: Under general supervision, to perform public health nursing services in an assigned geographical area in connection with the prevention and control of disease or adverse health conditions; to instruct adults and children in accepted health practices including prevention and control of disease; to provide lead direction to ancillary workers in nursing and public health programs; and to do other work as required. DISTINGUISHING CHARACTERISTICS: Positions in this class are distinguished from those in the class of Senior Public Health Nurse in that the latter exercises more independent responsibility for resolving nursing problems in the field, and in the limited supervisory review and consultation received. TYPICAL TASKS: ' Conducts home and clinic visits for physical inspections, nursing euro and treatment; instructs individuals and groups in accepted health practices; makes appropriate patient referrals on suspected emotional or physical problems; directs ancillary workers in the carrying out of nursing and public health programs; performs epidemiological investigations with regard to communicable disease control and gives practical instruction in their prevention and care; assists with the work of immunization programs, prenatal care and well-baby conferences; carries out special assignments in the field in connection with control of communicable diseases, the rehabili- tation of crippled or physically handicapped individuals, and the promotion of maternity and child welfare; assists with general disease control and prevention work and correction of health violations; addresses interested ,groups on health principles; meets with supervisory staff and other nurses in conferences and institutes and receives advice and instructions on public health nursing problems; correlates the public health nursing work with other social and health disciplines and agencies in the community; keeps records and assists with the compilation of statistics on work performed. MINIMUM QUALIFICATIONS: License Required: Valid California Motor Vehicle Operator's License. ' Nikl . . - •, 592 0l _ �t PYPOI iE,Yal th t1urse Certificate Required: Possession of a valid license as a y (registered nurse and certificate as a Public Health Nurse from the State , of California. Education: Possession of a baccalaureate degree from an accredited college or university. Thorough knowledge of the principles, methods and procedures of general nursing, public health nursing, preventive medicine and'sanita- tion; knowledge of the causes and modes of transmission and the methods Of control of communicable diseases, including tuberculosis and venereal diseases; general knowledge of the health laws of the State of California as they apply to public health nursing; working knowledge of the essential. diagnostic and therapeutic problems involved in the care of tuberculosis and veneral disease cases; ability to apply, sociological principles to commu- nicable disease cases, as well as those involved in the maintenance of good health; ability to maintain cooperative relations with local social and health agencies; ability to act as a leader in community health programs and to address an audience effectively; ability to follow oral a.nd written directions;, ability to prepare records and reports on the work done'. Class No. 180 03593 •off,. 1 JOB DESCRIPTION ao ko /to 4-C elr- we.eLL NUTRITION COORDINATOR - PROJECT CONTRA COSTA COUNTY NUTRITION PROJECT FOR THE ELDERLY DEFINITION The Nutrition Coordinator, under the administrative supervision of the staffperson) of the ' (name of subcontractor.) shall be responsible for the administration and supervision othe Nutrition Project for the Elderly for the city (cities) of . This position may deal directly with Project Director on f-echnical matters regarding the Project. PROJECT DESCRIPTION The Nutrition Project for the Elderly is funded through the Contra Costa County Health Department. The Health Department is the grantee agency which receives funds under Title VII of the Older Americans Act. The Project provides hot, nutritious meals to persons 60 years of age or older (and their spouses) at congregate dining sites and provides supportive social services in order to improve the physical, mental, and social health of its participants. DUTIES AND RESPONSIBILITIES The duties of the Nutrition Coordinator shall include but not be limited l to: 1. Develops and staffs the local Site Council(s). 2. Supervises and directs the provision of services at the site(s): a. Outreach b. Transportation c. Escort d. Shopping assistance e. Recreation 3. Coordinates with County Social Service and Health Departments' personnel for the provision of services at the site(s): a. Information and referral b. Health Counseling c. Welfare Counseling h. Coordinates with County Health Department Nutritionist for pro- vision of Nutrition Education. r 5. Establishes procedures,.within federal guideline llection i E { Job Descri tion Nutrition Coordinator Pro.i. Continued of participant donations, bank deposits, record keeping of in-kind resources, and other donations. G. Conducts in-service training on congregate feeding procedures, sanitation practices, interviewing techniques, leadership, community organization. 7. Provides supervision and leadership of Site Managers, Aide, Senior Citizen Escort, and other Porject staff. 8. Prepares weekly, monthly, quarterly, and annual reports. 9. Orders supplies as necessary and approved. 10. Attends staff meetings and training sessions as required by the County. { 11. Participates in budget preparation and proposal writing. 12. Has lead responsibility for seeking out and involving other public and private agencies, businesses, and service clubs as resources to the Project. 13. Conducts an ongoing planning and evaluation of the Project with the County Project Director. lh. Other related duties as required. MINIMUM QUALIFICATIONS Education: R. A. from an accredited college or university. OR Experience: At least three years in social programs, preferably in the field of aging, that included at least one year of administra- tive experience. 00593 JOB DESCRIPTION 2U �a 30 COORDINATOR/14ANAGER - PROJECT Contra Costa County Nutrition Project for the Elderly DEFINITION The Coordinator/Manager, under the general supervision of the staffBerson) of the name of subcontractor ' ' , shall be responsible forte administration and supervision othe Nutrition Project for the Elderly for the city (cities) of This position differs from Coordinator in that it is responsible or one or two sites within close geographical proximity. PROJECT DESCRIPTION The Nutrition Project for the Elderly is funded through the Contra Costa County Health Department. The Health Department is the grantee agency which receives funds under Title VII of the Older Americans Act. The Pro- �ect provides hot, nutritious meals to persons 60 years of age or older and their spouses) at congregate dining sites and provides supportive social services in order to improve the physical, mental, and social health of its participants. DUTIES AND RESPONSIBILITIES 1. Develops and staffs the local Site Council(s). 2. Supervises and directs the provision of services at the site(s): a. Outreach b. Transportation c. Escort d. Shopping assistance e. Recreation 3. Coordinates with County Social Service and Health Departments' {personnel for the provision of services at the site(s): a. Information and referral b. Health counseling c. Welfare counseling A. Coordinates with County Health Department Nutritionist for provision of nutrition education. 5. Establishes procedures for collection of participant donations, bank deposits, recordkeeping of in-kind resources, and other donations. 00595 Job Description • Coord nator ana er Pro . (Continued) 6. Maintains r-2cords on meals served, participant statistics, supportive services offered for groups or individuals, volunteer hours, calendar of activities. 7. Ensures health and safety standards at site. B. Provides supervision and leadership of Aide, Senior Citizen Escort, and other Project staff. 9. Orders supplies as necessary and approved. 10. Attends staff meetings and training sessions as required by the County. 11. Participates in budget preparation and proposal writing. 12. Seeks out and involves other public and private agencies, businesses, and service clubs as resources to the Project. 13. Recruits and supervises volunteers. 14. Conducts an ongoing planning and evaluation of the Project with the County Project Director of the Health Department. 15. Other related duties as required. HIMMUM QUALIFICATIONS Education: A. A. from an accredited community college. OR Experience: At least one ,year of experience in social programs preferably in the field of aging. _A_ 00597 d JOB DESCRIPTION SITE MANAGER - PROJECT Contra Costa County Nutrition Pro. ect for the Elderly (20-25 hours/week, dependent on site) f DEFINITION Under supervision of the Nutrition Coordinator of the name of subcontractor shall be responsible for the delivery of mea service and supportive soca services of the Nutrition Project for the Elderly for the city of PROJECT DESCRIPTION The Nutrition Project for the Elderly is funded through the Contra Costa County Health Department. The Health Department is the grantee agency which receives funds under Title VII of the Older Americans Act. The Project provides hot, nutritious meals to persons 60 years of age or older (and their spouses) at congregate dining sites and provides supportive social services in order to improve the physical, mental, and social health of its participants. DUTIES AND RESPONSIBILITIES 1. Recruits and supervises Aides and volunteers. 2. Provides efficient food service by assigning volunteers to set tables, serve food, wash dishes, etc. 3. Schedules the delivery of: Information and Referral, Nutrition Ed- ucation, Health and Welfare counseling. 4. Develops or provides: a. Transportation services b. Escort services C. Recreation d. Outreach 5. Collects and tallies meal donations. 6. Maintains records on meals served, participant statistics, supportive services offered for groups or individuals, volunteer hours, calendar of activities. 7. Insures health and safety standards at site. 8. Attends staff meetings and training sessions as required by Agency or County. P� �R 00598 Jscri tiOao nt'd.)o 9. Assists I-lutrition Coordinator in the development and staffing of local Site Councils. 10. Maintains good relationships with program participants. 11. Other related duties as required. MIPIINUM 'ALIFI� CA�NS Education: Completion of high school or equivalent. Ex ep rience: Minimum 12 months work experience. 00599 P� .2�0 1 1 1 i JOS DESCRIPTION 20 {tit-s �e:�- week AIDE - PROJECT Contra Costa County nutrition Project for the Elderly DEFINITION Under supervision of the Coordinator/Manager or Site Manager of the (name of subcontractor) , shall be responsible for assistance in the delivery of meal service and supporting social services in the Nutrition Project for the Elderly for the city of PROJECT DESCRIPTION The Nutrition Project for the Elderly is funded through the Contra Costa County Health Department. The Health Department is the grantee agency which receives funds under Title VII of the Older Americans Act. The Project provides hot, nutritious meals to persons 60 years of age or older (and their spouses) at congregate dining sites and provides supportive social services in order to improve the physical , mental, and social health of.its participants. DUTIES AND RESPONSIBILITIES 1. To assist in: a. Recruiting and supervising volunteers b. Developing or providing: (1) Transportation services' . (2) Escort services (3) Shopping assistance (4) Recreation (5) Outreach c. Collecting and tallying meal donations d. Maintaining site records 2. Attending staff meetings and training sessions as required by the County. 3. Maintaining good relationships with program participants. 4. Other duties as required. MINIMUM QUALIFICATIONS Must be able to read and write well and be able to perform simple mathe- matical computations. L� 00600 i i f ' JOB DESCRIPTION SENIOR CITIZEN ESCORT - Project Contra Costa County Nutrition Project for the Elderly (4-6 hours/day, dependent on site) DEFINITION Under supervision of the Nutrition Coordinator or Coordinator/Manager of the _ (name of subcontractor) , shall be responsible for pro- viding transportation services for the Nutrition Project for the Elderly for the city of PROJECT DESCRIPTION The Nutrition Project for the Elderly is funded through the Contra Costa County 11calth Department. The Health Department is the grantee agency which receives funds under Title VII of the Older Americans Act. The Project provides hot, nutritious meals to persons 60 yearn of age or older (and their spouses) at congregate dining sites and provides supportive social services in order to improve the physical, mental, and social health of its participants. DUTIES AND RESPONSIBILITIES 1. Coordinates passenger pick-ups to and from destination points. 2. Drives vehicle to transport passengers over specified routes according to time schedule. 3. Reports delays or accidents, makes minor repairs and changes tires. 4. Inspects vehicle for safety. Qhecks gas, oil, and water before departure and obtains same as necessary. 5. Assists passengers in loading and unloading from bus. 6. Maintains a mileage and trip log. 7. Maintains good working relationships with participants. 8. Attends staff meetings and training as required by the County. 9. Other related duties as required. MINIMUM QUALIFICATIONS 1. If own vehicle is used, must maintain minimum liability insurance. 2. Must have valid California driver's license. 3. If driving a vehicle which transports 10 or more persons, must have a California Class II driver's license. 4. Other qualifications subject to subcontractor's discretion. L 0D601 N JOB DESCRIPTION VOLUNTEERS - Project -A-c, ��F 7w Contra Costa County Nutrition Prn_yect for the Elderly a PROJECT DESCRIPTION The Nutrition Project for the Elderly is funded through the Contra Costa County Health Department. The Health Department is the grantee agency which receives funds under Title VII of the Older Americans Act. The Project provides hot, nutritious meals to persons 60 years of age or older (and their spouses) at congregate dining sites and provides supportive social services in order to improve the physical, mental, and social health of its participatna. DUTIES AND RESPONSIBILITIES Under the supervision of Coordinator/Manager or Site Manager of the (name of subcontracto!r) _•,,, shall be responsible for one or mono of the following activities: A. MZALS 1. Arranging tables and chairs 2. Setting tables 3. Decorating tables 4. Serving of plates 5. Distributing plates 6. Pouring coffee, etc. 7. Clearing tables 8. Washing tables 9. Washing dishes and utensils 10. Drying dishes and utensils 11. Washing serving trays 12. Cleaning of kitchen B. SITE -_ GENERAL 1, Greeting persons at the door 2. Signing-in of participants for meals 3. Signing-in of participants for social services 4. Interviewing participants 5. Sweeping or cleaning of floors 6. Decorating of site C. SERVICES 1. Providing transportation of participants to and from dining site. 2. Escorting participants who are handicapped or disabled, 3. Assisting participants in shopping. 4. Transporting participants to Social Security, Social Service, Clinic or Hospital, doctor or dentist, etc. 5. Seeking out and informing other persons about the program. 6. Entertainment such as music, drama, movies or slides, etc. 7. Teaching arts and crafts such as sewing, knitting, oil painting, woodworking, appliance repair, etc. 8. Providing direct services: barber, hairdresser, eyeglass fitting, shoe repair, appliance repair, gardening, housecleaning, auto- mobile repair, etc. . , 0.0602 .13 VW ;, Contra Costa County Revised: November 1970 SOCIAL WORKER H 40 (At's DEFINITION: Under supervision, to carry a service caseload; to conduct social studies and develop service plans which may include the need for specialized social services; to arrange referral of clients to appropriate community human services resources; and to do related work as required. DISTINGUISHING CHARACTERISTICS: ]Positions in this class are at the journeyman level in the Social Worker series. Social Worker 11 is distinguished from the class of Social Worker I in that the latter class is the entry level trainee class where the emphasis in on learning social work techniques and agency policies and pro- cedures. The class is distinguished from Social Worker III In that the latter class is a merit promotional class limited to persons demonstrating advanced casework skills and the ability to exercise independence and initiative in dealing with the most complex and sensitive casework,areas. TYPICAL TASKS: Interviews clients in office or home to assess need for services; explains the optional and mandatory nature of Social Services programs; establishes with the client an appropriate time-limited social service plan with stated objectives; coordinates referral of client to specialized services staff as necessary; conducts periodic case conferences with client and/or other members of staff involved in the service plan; prepares case reports, letters and other written material as required; assists client in solving problems regarding housing, employment, money management, attendant care and other -social problems within the competence of a Social Worker; assists the AFDC client in securing child support and establishing paternity. MINIMUM QUALIFICATIONS: License Required: Valid California Motor.Vehicle Operator's License. Education- Possession of a baccalaureate degree from an accredited college or university. Experience: Either (1) One year of casework experience as a Social Worker in a public social services agency, or (2) Six months experience as a Social Worker I in Contra Costa County and completion of a State Department of Social Welfaie approved in- service training course for the class of Social Worker I. 00603 t Social 4iorker 11 (Continued) Substitution: One year of graduate study in the casework sequence in an accredited school of Social Work may be substituted for the required experience. Good knowledge' of the fundamentals of social casework techniques; knowledge of the principles and techniques of interviewing and recording; in social casework; knowledge of the laws, rules and regulations governing the operation of the Public Welfare agency; knowledge of the basic principles involved in the nature, growth and development of personality and in-group •processes; ability to apply previous training to casework.practice; ability to work cooperatively with fellow employees and the general public; ability to analyze relevant situations and adopt effective. courses of action; ability to obtain facts and apply laws, rules and regulations to welfare department • operations; ability to speak and write effectively. Class No. 241 ate. a++ • ' 00604 F. Y , i I December 1945 Contra Costa County Devised: December 1964 ISANITARIAN 140 DEFINITION: IUnder general supervision, to make sanitary inspections and investi- gations, to enforce local and state sanitation laws and regulations; and to do related work as required. DISTINGUISHING CIiARACTERISTICS: Incumbents of positions in this class are responsible for making all types of sanitary inspections and investigations. Such inspection work in- volves numerous public contacts which may frequently be of a difficult nature. Supervision is available from the class of Supervising Sanitarian; however, Sanitarians normally work alone and independent judgment must be exercised in meeting varied conditions. The class is distinguished from Senior Sanitarian in that the latter is responsible for the sanitation program in an assigned area; distinguished from Assistant Sanitarian in that the latter is an unregistered trainee class. - TYPICAL TASKS: Makes inspections and enforces local and state laws and regulations in 1' g , 'food processing and handling establishments, camp sites, trailer courts, swimming pools, houses and dwelling units, industrial plants, schools and public buildings, sewage disposal systems, garbage facilities, and other public and private installations; advises on conditions dangerous to public health, instructs in sanitary methods, and attempts to obtain voluntary con- formance; investigates complaints regarding faulty septic tanks and sewers, Nvaste disposal, insect problems, and food poisor.:ng cases, and obtains facts, evidence and samples, and recommends abatement and control requirements; reviews plans of.proposed septic tank installations; makes percolation tests, and indicates tank size and distribution field requirements, and inspects installation; inspects industrial plants, canneries, boarding homes and private residences to evaluate sanitary condition of buildings, plumbing, lavatory facilities, and adequacy of lighting, ventilation and water supply; prepares re- cords and reports on inspections and violations; appears as witness in citations and court cases. MINIMUM QUAI.ZFICATIONS; Licenses-Required: Possession of valid certificate of registration as a Sanitarian in the State of California and a valid California Motor Vehicle Opera- tor's License. 01605 FIT g Sanitarian , (Continued) Knowledge of the principles and practices of environmental sanitation, including water supply, sewage disposal, refuse disposal, housing, recrea- tional and industrial sanitation and vector control; knowledge of the'Health and Safety Code and local ordinances relating to environmental sanitation; -knowledge of the principles and practices relating to sanitary food l,rwlluction, prbcesaing, and handling; general knowledge of rodent and vector control; the ability to instruct individuals and groups on the principles of control of ' unsanitary conditions; the ability to establish and maintain effective working relationships with others; the ability to read and understand blueprints; the ability to.detect unsanitary conditions and secure their correction; the ability to explain and interpret laws, rules and regulations; the ability to write and speak effectively. Class No. 230 C. AGENCY BACKGROUND AND PRCGRAM INFORMATION YES NO 1. Does your agency have the personnel and physical facilities to undertoke the proposed program? (� EJ if na, show what personnel and/or facilities ore needed and your pians for the acquisition of these 1J items in the space provided: w i w. f 2. Has your agency provided services to the elderly? If yes, complete the following: •' rtINOONB DATA TOTAL NO.Or MINORITY S LOW INCOMK%r:nYttnAd TYP[or fRRVIC6 souHe r. AMOUNT KpteLY Mwtp p0 OI 41YOe1 T! 1 N P u ea eat ent t 0 63 errTa r�ficree - , ea I th -Ed-UFTE7016,000 4.500 630 585 hron c Disease20 004 G 5QQ 910 845 a r t on 1 2.700 1 ,800 255 240 Nutrition T- 11 331 OnO 3,700 520 500 Home Health 101 ,000 6.000 810 780 A enc " ontrol1 .20Q 170 160 Immunization "' 4,200 •G 500 900 850 Home Heal t 0 1 2,5003 5.Q 320 P-11 Social Wo 00 800 260 235 3. Does your agency have any experience in providing a meals program? Q If yes AND if you are a new applicant, complete the following: TFU!pING Ca TA. TOTAL NO.OFNUMtltR RH.NO:TI VG• LOW NO. HPL'"'CO. OF MALYEO 4. Is your agency a minority agency? (i.e. operated by and/or primarily serves the needs of minority Q individuals). all �a "'No. I3PL, is the number of participants below the poverty level. -3- w w I YES NO 5. Do you hav► any su6contrvcts in existence at this time? QEl If yes AND if you are a new applicant, complete the following: NAME OF AGE/ICY TYPE: OF SER VICEII) CON rrtACT CO!l YrtACT PERIOD (tt mines a ane ,ind,c*Pe by-) PnOVIOED AMOUNT Do you plan to fund any subcontracts with Title VII funds? _ If yes, complete the following: NAME OF AGENCY TYPE OF SERVICEM PROPOSCO PROPOSED minarloy owey.Indieet•by*) TO OC PROVIDED CONtOACT AMT. CONTRACT PERIOD _ Greater Richmond Commun- Uperate 3 sites ity Development Corp.* _. Home Health A Counseling 0 erate 7 sites United Counsel of S anis 0 erate 3 sites �. . Speakinn Or anizations* Los ttedanos Community 0 crate site 4 6 Hospital District easant Hi 11 Recreat on era e 1 —site S l R str ct ,: City of E1 Cerrito 0 a ate 1 site Caterer - Unknown PreDare Heals 4 „ D. MEAL SERVICE INFORMATION (NUTRITION COMPONENT) 1. Have job descriptions been developed for each food service employee (paid or volunteer)? !f yes, dons each job description show the responsibilities, the approximate hours assigned, and the ® Q lines of authority for each individual? 2. Do you have a plan for in'-service training for the food-service staff? If yes AND if you are a new applicant, describe your plan in the space provided. (include who will conduct the training and how often it will occur): Annual In-Service Pro,iect Director Sanitation and Safety - Public Health Sanitarian Annual Fire Safety - Local Fire Department General Nutrition - Public Health Nutritionist Ongoing____ Title VII Nutritional Requirements - Public He th Nutr t om st ' Nutrition Activities for Seniors - Public Health tutr t on s y 3. Are you currently enrolled and participating in the USDA donated food program? •A. Is.your agency currently.outhorized to accept food stamps for meals? 00608 5. Do you plan to use USDA donated foods in meal preparation? V V r' { 2. 5. •6. Is your agency currently authorized to distribute (bad stamps or donated foods to households certified YES No for such assistance under USDA regulations? 0 7. Are your caterers using your USDA donated foods in their meals preparation? ® El If yes,are the caterers crediting your account to reflect the use of the USDA donated foods? M 8. Give the name and title of the person responsible For writing the menus. If another person is respon. sible for the menu certification,give that person's name and title also. (WRITC51 icanTIFIES) r�AMk TITLG NAMa TITLG Robert Gabel l ini Manager fiargaret Tolley Public Ileal th flutri tions t 9. Do you plan to transport prepared foods to other congregate meal sites? El If yes,describe your method of food transportation. Specify whether the food is to be transported In bulk or individually packaged. Include the method of packaging and the type of equipment to be used - to ensure temperature maintenance and prevention of contamination, spillage,and infestation: Sulk Transportation u Arent - Stainless steel pans in insulated sealed Ibermovat or - Temps ac er conta ners for hot and cold foot! 10. Do you plan to transport prepared foods as home-delivered meals? If yes,describe your method of food transportation. Include the method of pockaoing and the type of equipment to be used to ensure temperature maintenance and prevention of contamination, spillage, and infestation: Nome delivery will be minimal. Project policy does not allow for regular _lIQ6e me ejiy ry. 14pnpp dalivary t•ti11 hp ma --and cannot otherwise get to site for some temnorary reason. 11cals are delivered in insulated individual meal styrofoam sealed con- tainers, usually by a volunteer. y .y„ r 11. Complete all of the items below for each of your meal sites, If a site has more than one type of food preparation, check all of the appropriate boxes for each site. Indicate the number of meals to be served for the budget year by site,and check to sec that the TOTAL NUMBER OF MEALS TO BE SERVED amount at the bottom of this page is the some amount as shown in Page 1 (Block 11)of this application. Ab Dq Zit OR gAcr.POEAL 91tC T'/.'•] 4F ['000 PNf:.•AtM TIONDA I'S 00' u•w h•n .0 (tt Cwntfnl t:,t chi.,ind.cate bY') CP.tNL sirs Cowenrf.•T[„w o. c oAt.. , TOT•L AT/D .tOV qs Or OPEP•717N l,TE NO.1 /.ITLw tw rwL/A w[o LAT[wLb Shields-Reid Center 1•landa thru Fri- _1410 K lcAv. Richmond A` ❑ ❑ ® 40 40 day 10:30-1:30 sire fO.a Senior Drop-in Center C ❑ ❑ ® 65 25 5-f lac on�v_e Richman + 65 ” SITE NO. 1 astshore Southside 4A 960 South 47th St., Richmond,CA ❑ ❑ nX 55 55 " " If "TE NO,A Kidd Manor Recreation C 100 Austin Ct. San Pablo, CA ❑ ❑ © 35 35 sl Tr.nO.s ay0Vista, ar,er �. Ave., Rodeo, CA ❑ ❑ ® 50 > 50 SITE No.s hacienda, 1111 Ferry St ^•� 14 ❑ ❑ ❑ 45 vm s: 45 Neighborhood Facility nn r. RI1°�'�or Cel terhu ❑ ❑ 0 65 c^ 65 „ n n Rosema•ryLane, Oakl2y, CA ❑ ❑ ❑ 35 35 51TE NO.s Senior Center ❑ ❑ ;,J 100 Village Dr,. O � _ 2 of ,1 ""NO. 10 C 5a Se en .r 1036 Clear and, les Pittsburq, A ❑ ❑ ® 3030 z sift NO. It benlor zen ❑ n 2727 Parkside Circle, Concord,C, ❑ 35 to c- 35 017E HO " Spanish Speaking,1410 ❑ ❑ ® 40 c 40 Ke1_sey, P=ich., CA (Temno Sire NO. 13 Orots-In�Ce11te1", 620 ++ �,d 6th St. Antioch, CA ❑ ❑ 0 50 +�.-4­1 50 WE No,14 lialnut Festival Bldg. El 1:1 ID Civic D ,. Walni - C e 50 �'1 a 50 If :,TE NO. "Fairmont Recreation Cen . ❑ ❑ ® 35 � 35 „ tl It §510 Stockt40,_St_, Llrerritp ® sort NO. to San iCent r g3 Gregory Lane, ��easan F3ii CA ❑ ❑ 35 °-" ' 35 SITE No. 17 ❑ ❑ ❑ • SITE NO. Is sITE NO. la SITE NO.30 ❑ ❑ ❑ . SITE no.at ❑ ❑ ❑ TOTAL NO. OF CONGREGATE MEALS TO BE SERVED 700 TOTAL NO. OF NOME DELIVERED MEALS TO BE SERVED TOTAL NO. OF MEALS TO BE SERVED 700 NOTE: If you are a new applicant, complete the Site Selection Sheet on page 7. Renewal applicants can omit cam, Plating page 7,and should go directly to page 8. 11-4 a SITE SELECTION SHEET List Ilia sites in the same order as shown on page b, and list the social services that will be provided at each site. In giving your reasons for seleclion, refer to Section 21.8(6) or the Slate Manunl or Policies and Procedure; con- eerning the congregate meal site requirements, SITE 0- uvv. ..•,. 11 b, '�Z%t 1,A4,f TYPE OF SOCIAL SEnVICCS I'nOVIb EO IICASOrIS FOrt SL'LECTIOI! 1 _ 217 Nutrition Education Health lligh concentration of elderly mi noriitt� Ilei gh- Services. ►iea t & Safety Ed- borhood center excellent ac 'ff ees. er5 rves pi ng _ice ttion. Social Services. Ree Borth Richmond. ati on Actiyj��l]Qp_ ssi stance Z_ �3,5 — 1_ Older section of centra R c mon tv t n concentration of elderly. ew sen or cen er _ o 3 299 ~- Serves southside transportation. of R cmo`n-d. ew n!eigFi6orhood" center, Ilio m nor y. 4 190 " Same building as senior housing. High concen-" tra on of seniors. 5 271 Combined cotmnunity and senior center. erves tri-cities area of Crockett Rodeo and no e."' G ?.44 _ S,Lme building as senior housing. - Location also actslas a senior center for Martinez.— 7 353 Senior citizen center, locaech~ tn can ra PTYFs b�lYg• 11anv •Senior^mac tizcn aettvit eess��-r�rovvided. 8 190 " " Senior center located in senior housing compl ez. Serves all of Oak ey s senior ci`tTzensHealff and social services--provided.de 9 Senior center located-An seorhous`i'ng comTx: Serves a o ren woo s senior c livens. _ Health and social services provided. _]Q_ Casa Serena senior housing. Located i5­tFe can= ter of I-esttts urg area tv icn con a ns'liigli levels o sen ors and m nor es. _11190 Concor Sen or Center. Census tract fiqures s ow i g i Concen ra i on OT sen F9-Wf-laVr11Tcame- near this center. 12 " " Ihis site is temoorar � oca e a i commun y Center same as sit 1)' M move w en oott hh r'— facilities are available.r 3 27Z 10 " Senior citizen center in hear o o er par of- town. M qh concentrat ono senl ors nears e:- 14 272 Location n recreational complex of city: ore m- lex provides needed senior services and is liub Of Mini-bus system. 5 9 Locatednear a -cen er o senior concen- tration. On public transportation route-. - senior oute.en or center. PFovision of recreational an o er supportive services for seniors. i i I F • 12. In the space provided below,describe how the donations for meals will be handled. Describe in detail: Sf a. }low the suggested meal donation was derived and show the amount. If the amount is different for each site, list the suggested donation by site and the reason for the differential. b. Now will donations be collected to ensure that an individual's contribution is confidential so that no indication of a means test is given or implied. Suggested donation was established by each site. The currentMonation rate is 50t _. Per narticioant for each site. Donat ons are col lectedy the,use o x with a slotted to n which w_ c e It c1pant can place nis of nercontribation. -- Many times, however, the arrt1ci anti wants It to be Known Matbu- t1ng. In these instances tne__particlpant Will give ne Huy 0 Me site 111111jagErrx who will in turn dfoosit the money in the gontribution container. Participants — arp Irpquently reminded that they need not contribute anyt ng un ess tney w s — E. SOCIAL SERVICE INFORMATION 1, Check the type of Social Services which you Intend to provide and those which will be provided by another agency. Show the name of the agency and the funding source for each of the service providers. (All Social Services listed _ below must be available to participants.) '- 1•Hr.ur bE.NVILr. NAME OF AaeNCY RUN DIy OUrarM © INFORMATION AND REFERRAL OnGA in ervice, Area Agency � r,►t�ytl' itle VII, _ ® TRANSPORTATION. City of Antioch, City of on- e , e I,Servic _ cord, Cit •Of Martinez HH&C tubs and organizations X ESCORT Title VII Title VII _ d COUNSELING Social Security, Social Title V11 and Caunty ® OUTREACH Title VII, Area Age ncy,C ergy Some Title Vrr and area s ita s and Doctors Title III NUTRITION EDUCATION Health Department and Title Title VII and County VTT SHOPPING ASSISTANCE Health Dept. and Title VII Title VII _ All cities and housing temple es, oun y, ecreation ® RECREATION es involved and Title VII District and Title VII — Q OTHER (Spseifyl Legal Area Agent on Aging legal Title III and County Aid of Contra Costa County - -i1— ' 2 P' w rr e. I 12. .2. In the space provided, set forth a time schedule for the implementation of each of the supporting social services that you eheclied on page 8. Use the chart to show which months of operation each social service activity will be in effect. Special emphasis should be placed on: a. How the outreach activities will be conducted on an on-going basis with special emphasis on assuring a com- plete and systematic coverage of each neighborhood in the prole el area to reach the Isolated, homebound and hard-to-reach elderly. b. The provision of the services in order to meet the needs of the project participants. t , ACTIVITY iiOff TNs oKonr.ntiTto.1(Month 1 it the heminn;ni sl/h..bud, v..) Rx 7 I S I, R o In 11norma on an a errs - non x x x x x x x x x x x ,PE X rans orta on - non Dailscor - rov a as nee eounse n x xureac - non a to a :. u r on uca on - norma x x x x x x x x x x x u r on uca on - orma x x x x o n Assistance - On x x x x x x x Recreation - n o ng x x x x x x x x x x x x ega x x x x x x x x x x x x E. SOC F. PROJECT COUNCIL INFORMATION YES NO r-1 ❑ 1. Is a project council already in existence? If no, please read Section 21.5 of the Manual of Policies and Procedures before planning a project council. ' 2. Have roles and responsibilities been established for the project council members? ®' ❑ 3. Will the project council have members from each of the sites? � ❑ 4. Was the project council involved in the development or this application and in the determinationof this application and in the determination of the suggested meal donation? ❑ ❑ If no,were participants or potential project participants involved in the development of this appli- cation and in the determination of the suggested meal donation? ❑ ❑ a. :_ +�. 00 "r: i f „ Cr. O514GRAPHIC AND POPULATION CHARACTERISTICS 1. Enctase a map Want ifying the geographic area and boundaries of your project and of each site. tivmber the mop at the bottom with the number"10A",and enclose the map immediately behind this page. , 2. Complete the items below concerning the 60'population characteristics pf the project areas IV, t SAN I I '"i ESTIMATED NO.TO BE SERVEO POPULATION ONAAACTEAISTICS o �' hume n PERCENTAGE NUMHEn PERCENTAGE NATIVE AMERICAN 248 .37% 25 .71% SLACK 5,393 7.94% 350 10 % SPANISH LANGUAGE 2,355 3.47% 180 5.15% ASIAN 1,467 2.17% 140 4% • OTHER MINORITY 580• AS% 50 1.43% No"-MINORITY 57,900 85.2% 2,755 78.71% TOTAL 67,943 100% 3400 100% MALE 28436 42% 1,166 33.3% t'EMALE 39,407 58% 2,334 66.7 TOTAL 67,943 100% 3,500 100% L011-INCOME (Below Pevnty Thr,shatd) 9,0136 13.3% 525 15% 3. In the$puce provided, document the extent to which the nutrition program is needed in the project area. In addition to the factors of low income and minority group elderly,indicated above,cite other data such as: o. Petcenlogs of older people living alone. -•• Ii. Number of older without kitchens. • c. Number of restaurants or indication of lack of restaurants. ' d. Need for meals by seniors within the project area. (INCLUDE THE SOURCE AND DATE OF THE SOURCE FOR ALL. THE DATA GIVEN ON THIS PAGE) e for meals by seniors is evidenced by the art ntimbpr v i this Count almost 12001).. Sites are locatedn areas where -no ollmh r eO ter ++l,rii-rif thiK County is rgral in ature The elderly are isolafe-d.isolate-d. to a great NEW, , k of public transportation. Even the urban areas of tnisuounty- --iLdimdequatelyserved bv Public or private transit systems. x{'tea F 9 2 is ris, •'r -'. i TO ... ' '{ <.�•� . Its trrr : I i ���w'ir,It � I• r' t,�, `• � •c i F .r , v .••� d A T. F------------------- -+ ,: �• Cal Om V ru Vi 'd 0- C•� 1 t �� ,. FAN ' F-t i ✓OAOu/N couNrr PART If — PROGRAM STATEMENT AND OBJECTIVES fNSTRUCTfONS: The remainder of this and the following two pages are provided for your use in writing your Program Statement and Obiectfves., A. PROGRAM STATEMENT ' 1. The purpose of the Program Statement is to give you an opportunity to express your program In narrative form.it should indicate the purpose and capability of your agency,and the general purpose of your proposed program. B. OBJECTIVES 1. The Program Statement is required to give the general purpose of your program; objectives are required to give the specific intended results of your program. in writing your objectives, keep in mind #hot a clear objective has the following characteristics (the characteristics given below were taken from the U.S. Dept, of Health, Education, and Welfare's reference manual "Objective Setting and Monitoring"dated December, 1975): a. Includes a strong action verb that dearly describes an observable and/or measurable behavior that will take place; b. Specifies a single aim that the organization is trying to accomplish; C. Specifies a single end product that will be achieved; d. Specifies the date by which the objective will be accomplished. a 2. The objectives are to be separated into MEAL SERVICE OBJECTIVES and SOCIAL SERVICE OBJECTIVES. v Ji4C'i'r'�'i a. To reach our maximum capacity by serving 550 meals per day to eligible participants by February 1977. b. To lower the federal cost per meat down to 850 by July 1977, through food donations from local farm groups. SOCIAL SERVICE OBJECTIVES a. To have a•trans pot lotion system in operation by January 1911, to transport 200 participants dally to ilia two meal sites. PROGRAMSTATEMENT r —11— E E . F 27 1 A. PROGRAM STATEMENT A. 1. AGENCY PURPOSE AND CAPABILITY a. Agencies' Qualifications: The grantee agency is Contra Costa County, a general 'law county operating under laws of the State of California. The governing body of the County is the Board g. of Supervisors. Administration of the Nutrition Project is assigned to the Contra Costa County Health Department, Community Health Services Division. The Health Department serves residents of all the cities and unincorporated areas in the County with a broad spectrum of services. On the Health Department staff are physicians, nutritionists, health educators, and nurses which are made available to the Project. Also available throughout the County are the personnel of the Social Services Department. The County Area Agency on Aging personnel is available to the Project for in- formation and referral and resource development. Financial administration services will be furnished by the Health Department Administrative Officer. Finally, the services of the County Auditor, County Counsel, and Purchasing Department are available to the Project. The Auditor's office processes claims for reimbursement of the contracting agencies and microfilms supporting documentation. County Counsel's office provides consultation on contract terminology. The Purchasing Department assists in the formal bid procedure and orders supplies and equipment for the Project. b. Contra Costa County provides many services to the elderly. It provides Homemaker Chore service, Medi-Cal benefits, emergency loans for Social Security recipients, and Food Stamps. The Health Clinics and Hospital are used by the elderly, and there are plans to extend, in the near future, the Prepaid Health ..-- Plan to all persons on Medicare. The elderly are a so served the Title III Area Agency on Aging. c. Contra Costa County has operated the Nutrition Project for the Elderly, five days a week since 2/1/74. We are currently serv- ing 700 meals per day. 2. PURPOSE OF THE NUTRITION PROGRAM This County comprises a fairly large geographical area of about 45 miles from east to west, and about 25 miles from north to south. ..._- The County is both rural and urban in nature with the western part of the County being primarily urban and the central and eastern _.._ half of the County primarily rural. One of the biggest problems of this County is the lack of transpor- tation in both the rural and urban areas. This contributes to the t isolation of our elderly. r ,z �° 0161.7 A survey of elderly made by the Expanded tlutrition Education Program, University of California, indicated less than one third of the re- spondents had three meals per day. After a nutrition education program was instituted and completed, with 704 individuals, over 95% were eating three meals per day, in addition their meals were better balanced. In view of the above, the purpose of the tlutrition Project in this County is seen as providing for better nutrition in order to improve overall health. Relieving some of the isolation and resultant lone- liness by giving seniors somewhere to go. To provide opportunities for socialization. To make available other services for senior citizens such as health, social services, legal, shopping and escort services. To further improve the nutrition of the elderly by providing to them education in proper food selection and preparation of nu- tritionally balanced meals. B. OBJECTIVES 1. MAL SERVICE OBJECTIVES a. Emphasis will be placed on reaching those isolated individuals who, because of limited financial resources, are unable to pre- pare well-balanced, nutritious meals. As vacancies occur in the meals program, staff will attempt to fill these openings with persons that meet the above criteria rather than on a first-come, first-served basis. A registration system and waiting list will be used to implement this new direction. Outreach will continue to be provided so that a waiting list exists and so that those individuals presently unable to par- ticipate in the meals program can utilize the other services available. b. To provide nutritionally balanced meals daily in a congenial and comfortable atmosphere for 700 elderly persons in target areas; c. To expand the program by 15% in the fifth program year; d. To serve a minimum of 3,500 different seniors during this Project year. 2. SOCIAL SERVICE OBJECTIVES a. To provide outreach on a continuing basis by using to the extent possible public information media i.e, radio, television and newspapers. Provide information to hospitals, doctors' offices and senior citizen groups to make them aware of the availability and benefits of the Title VII Nutrition Program. b. Provide transportation at all sites for participants on a daily basis. Provide escort services and shopping assistance at least on a bi-monthly basis. Shopping service will frequently take the form of discussions regarding product, price and nutrient com- parison. This will be done at each site three to four times per year. 0061.8 - 12 - i c. Provide health and welfare counseling at least bi-monthly at each site with referral to these services more frequently as needed. Provide continuous health screening such as doing blood pressures and health questionnaires. d. Provide information and referral services on a continuing and as needed basis. These services will provide Social Security, property tax, consumer guidance and legal aid. At least one of these services will be given monthly. e, Move to increase services to minorities and low income seniors to reflect the ratio of those groups to the total 60+ population. f. To further integrate the program into the community by receiving support from local agencies, club groups and individuals. Ob- jective is to receive $12,000 to $15,000 in cash donations for this year. This would create the potential for opening a new site or increasing the level of services to existing sites. - 13 00619 i PART 111 — FISCAL DATA A. TITLE VII BUDGET 1. Attached to this application is the nine-page Title,Vll budget. In preparing the budget, complete pages 2 through9 prior to completing page I. If the space provided on pages 2 through 9 is not sufficient, use Attachment A which is also attached with this application. Include enough detail in the budget to allow verification of all of the calculations, Before enclosing the budget, be sure that the budget will provide an affirmative answer for oil of the following questions: a. Do the totals "foot and cross-foot"? (The columns must add up correctly down and across.) b. Does the budget support the objectives listed in Port 11 of this application? e. Can all of the calculations be verified? d. Is the supportive services cosi no more than 200 of total direct costs? - e. Js the matching local resources percentage 10% or does it maintain effort of current budget? f. Does the budget reflect all of the non-matching local resources (i.e., revenue sharing funds, Title III funds, or — •• - USDA commodities) that is being used for your program? g. If you have Indirect costs,has the rate been approved by HEW and is the rate that is shown on the budget f o or loss? h. Are the costs within the various budget categories in accordance with the Title VII Manual of Policies and ProceJures? a. BUOGEtJUMMAKTUAIA Complete the items below using the data shown on page i of the budget, and the Tulol No, of Meals amount shown an page 6 of this application. (The letters which ore in parentheses represents the line which the data is to be taken off from on page 1 of the budget.) t 1. Activity Data ACTIVITY AMOUNT PERCENTAGE MEALS COST (Cot, 1 .A-7) $452,775 70.5% SUPPORTING SVCS.COST (Col.2 •A•7) 84,310 13.1% ADMINISTRATIVE COST (Col.3 -A-7) 105,713 16.4% TOTAL DIRECT COST (Col. 4- A•7) 642,798 _ 100% y Z, FEDERAL C057 PER MEAL a FEDERAL FUNUi ill 1.D75Total No,of M*ala' MATCHING LOCAL HESO4RCCs tHl C, .511 3. MATCHING COST PER MEAL _ Total No.or Meals NON-MATCHINCLOCAL.HESOURCCSIO_I C� .11 4. NON-MATCHING COST PER MEAL = Total No,of Meola PROJECT HFT COSTS 101 $ 2,386 S. NET COST PER MEAL e Total No.of Mesta RAW FOOD COSTS RLA•]. S •70 . 6. AW FOOD COST PER MEAL = _ Total No,orM.ola i 700 No.Meals per Day X c 316 Serving Days . 221 aMTotoi Meals. 00620 z t i PART IV — COMPLIANCE DOCUMENTS A:4D APPLICATION CERTIFICATION INSTRUCTIONS: Since this application is to be used by various types of applicants, different compliance documents are to. quired depending on the individual circumstances. A preliminary review hos been completed by this Office, and the following items marked with an "X" before the name or form number are mandatory and should bo submitted as port of your application. Number each page at the bottom, starting with 150, 15b, 15c, , . . etc. Check the "Enclosed" box to shoal that you are enclosing the items, and show the page number in the space provided. A. COMPLIANCE DOCUMENTS(To be Submitted with this Application) ' OOCUMPNT NAME KOPM NU►AtIFn FMCL Sen X AoA FORM 441 (Form attached) l�Q X CA-189(Clearinghouse process) inspection certificates from the Fire Deportment, Health ® t X Department,and Building Inspector to C KITCHEN FLOOR PLAN(Approval of the plan is required ❑ prior to establishing a control kitchen MENU(New applicants must submit the menu for the (s► 70 days of operation) (Form attached) ❑ X PROPOSED STAFFING PATTERN (Form attached) rVI Letters of endorsement supporting the program , ❑ Letters of in-kind confirmation ❑ —_Copies of food service control forms being used by the project (i.e., Inventory records) ❑ X TITLE V11 BUDGET Don't numbvr� troeh pegeao►tech entire bud a lost. OTHER ❑ INSTRUCTIONS: The following items are types of protective insurances that are required. Check the boxes for the items listed below that will be in effect during the period to be covered by your proposal. B. COMPLIANCE DOCUMENTS(Protective Insurances) 191 1 lzj Workman's Compensation (Required by the State of California for all employees) Inj Public Liability Insurance($500,000 per site) Public Liability/Ptoperty Damage(if volunteers and others use their personal cars to transport persons, '. the insurance should be $15,000!$30,000 public liability and $5,000 w property damages) x . `r r • Loi Continuous Insurance on Project Vehicles Class II motor vehicle operator's license when operating vehicles capable of transporting 10 or more parsons ® License by Public Utilities Commission (In hiring a special party carrier such as a bus,the carrier is to be licensed by the Public Utilities Commission) ® Local Insurance Requirements ® Bonding of ALL Employees Handling Monies C. APPLICATION CERTIFICATION I certify that to the best of my knowledge, the Information contained in the application is complete and correct; and that the items checked above are true and will be in effect for the required period. It is understood and agreed by the under. signed that: 1) funds awarded as a result of this request are to be expended for the purposes set forth herein and in accordance with all applicable laws, regulations, policies, and procedures of this State and the Administration on Aging, Office of Human Development of the U. S. Deportment of Health, Education, and Welfare; 2) any proposed changes in the proposal as approved will be submitted in writing by the applicant and upon notification of approval by the State agency shall be deemed incorporated into and become a part of this agreement; 3) the attached Assurance of Compliance (Form AoA•441) with the Department of Health, Education, and Welfare Requisition issued pursuant to Title VI of the Civil Rights Act of 1964 applies to this proposal as approved, and 4) funds awarded by the State agency may be terminated at any time for violations of any terms and requirements of this agreement. 4�OF Ttlij,71 MAY 10 1977 ATTACMMENTSr 1. AoA Form 441 YY Z. Propoud Stelling Pollan 7. Manu Pollan 4. Tills VU Budget 00622 k. ami : ASSM.0CE O Cn•*2LIANCE ttI"IM iia n�Prl'tIZ'. Six as ImmIi3, BouciT bu, A:.'D n-GurLlT o UsiDn. TI17.E VI.OF THE CIVIL R2GHTS ACT OF 1964 Y Contra Costa County (herein- (flame of Su9grantes or Seconda.-I Recipient) .V after called the "Subgrantee") iie,t'.=BY AGREES THAT it will co»ply with C. APF Title VI of the Civil Rights Act of 1964 (P.L. $5-352) and all ra- �'' quiramacto Imposed by or pursuant to the Rogulation of the Department of Health, Education, and Welfare (45 CFR Part SO) issued puxnpant to icc that title, to the and that, in accordance with 'Title VI of that Act f and the Rogulation, no person in the United States shall, on the ground of rata, color, or national origin, be excluded from partici- sigr potion in, be denied the benefits of, or be otherwise subjected to occ discrimination under any program or activity for which the Subgrantee 0111, receives Federal financial assistance fcam i PAtifornin. offiiri nn prop Aping , a recipient of oho- . (Name of Grantor) Aok Federal financial assistance from the Department (hereinafter called Rig} e "Grantor"); and IiER,.BX GIVES AsSU%tI+C.. THAT it will itcmadiately toka i any caasures necessary to effectuate this agreement. any . If amp real property or structure thereon is provided or imiro"vad with the aid of Pederal, Eiaaucial assistance extended -to the. Sub- grantee by the Grantor, this assurance shall obliCatq the Subarantoe, s,oN f or in the mise of any transfer of ouch property, uny txansfores, for the period during which the real property or structsere'le used for a purpose for which the Federal financial assistance io 'extended or for another purpone involving the provinion of similar carvicea or arr�cM • benefi:co. Many personal property is no provided, this assurance ' shall obligate the Subgrantee for the period during which it retains t oanerahip or possession of the property: In all other cases, this assurance shall obligate the ;Subgrcntee for the period during which ' the Federal financial assistance is antcndetd to •lt by the Grantor. THIS ASSUMICE is given in consideration of and for the purpose of ' `. obtaining any and all Federal greats, 3.;ans, contracts, property, , discounts or other Federal financial assistance, extended after the date hersof'to the Subgrantea by the Grantor, including Installment payments after such date on account of applications for Federal financial assistance which were approved before such date. The Subgratea racognicas and agrees that.sueb Federal financial noaistanta will be e::tendsd in reliance cn the representations sad A._1 :sora 441 (To be completed by applicant for any grant from the State Aaaaay dasi vnat_d to implement tha 01dar Asntritann Oct. :,-harm provisiaa u. fa-:t lities is -1=alvad, HMJ 7*v 441 i A to ba e cecutad.) • , ;�.:..::iii f�e,- , • ar. ,• ;i SJ:ASP�G%;i i SAL V. SEAS? 1038 Agreement Number • petrv.9.12) XB-9 STATE DEPARTMENT OF EDUCATION AUG Z 0 V75 ��� "•` ''�' t o9MI. STATE EDUCATIONAL AGENCY l:0R SURPLUS PROPERTY Appendil Ad;, : .r.' ' ► ... :. 721 CAPITOL MALL e7. r: -:u».. . .:..; .rt '''' ;• •.s , ,..:n• .•.•: -•..nes SACRAMENTO. CALIFORNIA 93814 •••`;'• r `s• ab' •f' 'AGREEMENT FOR DISTRIBUTION OF DONATED FOOD The. Nutrition Project For the Elderly hereinafter called the Recipient Agency (FULL IIA14E OF APPLICANT) . Mailing address 1111 Ward Street - P. 0. Box 871 (STREET OR ROUTS Alto BOX NUMBER) 1; i �• Hartinez. California 9455„ Contra Ceases .' (CITY) „• (ZIP CODE) (COUNTY) hereby makes application for commodities donated by the Agricultural Maketln8 Service.U.S.Department of Agriculture, to the State Educational Agency for Surplus Property, California State Department of Education, hereinafter called the State Agency, for use and disposition in accordance with the terms and conditions appearing on the reverse pidc hereof,which by reference ate Incorporated herein: The feeding program Is operated in(®a tax-supported agency)or((aa private,nonprofit agency)and is operating i nonprofit feeding progrem of the following type:(Check one) 1 Check the type of Recipient Agency that is making application and report the average number of eligible persons and meals served: , •1•( }Serving It 3,OR meats per day to a daily average of NUMBER children or high school age and :• ' U tinder for NUMBER weeks and NUMBER days during the months of June through September In a to Summer Camping Program located at 24 )Sewing 1 meals 'per day to a daily average of 286 needy persons.iaSpwJrslttud:ae ., . Is a,OR 3 UMBER F' '• or the following type: (Check nnej Sotai ( } Hospital ;, ., ••:; .... . „•. r.t t• .•++ .. (b) ( } )iomefor the needy aged .��.• . t« .... •s,,,,... •:•,,•,rn. t». e (e) ( ) Nonresident child ease center(terviee institution) (d) { ) Orphanage or home for needy children .•• ,. .t•«,,,:s....,• t• .)..:.r! (e) ( ) Noopend corrections!institution for minora '=' .6-t s."O-P V • {mMotion or gl ss (x) Other(Spedfy)en Seniofor r Centers Vj- "t �•;.:. .•, 1' • 3.(.)Ptebtic Welfare Agency which Issues food to an average or NUMBER needy persons per masts for preparation in . , their own homes, • 2hlt.eteeemeres shall remain in full force and effect until xvtnen notice to the contrary is given the State Asoney. 1. the agent authorised by the governing board of the Reelplent -This application. when approved by the State Agency. • Agency (or by the chief administrative officer of a Recipient Agency shalt constitute in agreement which shalt amain in full which has no governing based) to enter into ibis agreement. certify tote* and efffee until written notice to the contrary is shot the Information presented is accurate and agree to the terms and given as provided in Paragraph a of the Terms and condttlons of this agrsment at they are presented on the tcveae tide Condition#. of this form, s z Contra•.Coseta•County NAME OF RECIPIENT AGENCY Approved. Rayinand N. Servant l PRINT p ' PE IN!,'lK OF ItiORIEED REPRESENTATIVE ' SIG' ?URE O? A TIt RUEDitEPRESENTATIVE ' /,�/.�./•fj� j//`^•y r ��.•1J R.• dfiYf�4'"L f '1 �, CHiLF SURPLUS PROPERTY OFFICER TITLE Auguat 13, 1975 �tr , 'P, P' I2.-V s, DATE DATE ,�� x 372-2,591 00004 _ —.�._.......... ___.._ Ti:t.Et_'IIONE NO._ r .... ,_._. . ._...,_.,... ,�.�.._ ......_ ,._..w....r ... F b' t O y i i ASSU IMCE 0.1 COMMANC= WITH uta nEP:'M'F.Z' r 07 HEAI.s3, EDUCK-1-16N, ANN W-MI AP.:' MEGIILMON MiDE R. TITLE VI.OF TUI; CIVIL RIGiITS ACT OF 1954 Contra Costa County (herein- (tiaee of Suagrantee or Secon3ar•,� Recipient) after called the "Subgrantea") IMC-.BY AGREES THAT it will comply With Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and all re-- quirensato imposed by or pursuant to the Regulation of the Department of Health, Education, and Welfare (45 CFA Part 80) issued p%kr;paat to that title, to the end that, in accordance with 'Title VI of that Act and the %agulation, no person in the United Statas shall, on the grour.: of racn, color, or national origin, be excluded from partici- patios in, be denied the benefits of, or by otherwise subjected to '•diocrir+natioa under any program or activity for which the Subgrantee receives Federal financial assistance from'_CSjifernta nfficden Aping , a recipient of (Name of Grantor) Federal financial assistance from the Department (hereinafter tailed ' "Grantox"); and HERMY GIVES A$SUMUNCE THAT it will immediately taka any r:^a;:Ures necessary to effectuate this agreement. ;i, If hap rerl property, or structure thereon is provided or imp'ro•ved with the aid of Padaral. finaucial assistance extended-to the Sub- graatce by the. Grantor, this assurance shall obligate, the Subgrantee, or in t:he case of- any transfer of such property, any transferee, for the period during which the real property or struct+ire'is used for it purpose for which the Federal financial assistance is 'extended or for another purpove involving the provision of sieilor cervicea or benefiea. If'any personal property is so provided, this assurance shall obligate the Subgrantee for the period during which it retains oaaerohip or posseasion of the property: In all other cases, this assurance shall obligate the1Sub3r9atee for the period "during which the Federal financial assistance is antcnded to it by the Grantor., ; THIS ASSUW. CE in given in consideration of and for the purpose of ' obtA=ing hay and all Faderal gr=ts,• lpans, contracts, propertq, discounts or other Federal financial assistanca extended after the dato hersof•to the Subgrantea b7 the Grantor, including installment ' paymects after such date on account of applications for Fadersl firaacial assistance which ware approved before such date. The Sub3rantee recog:ucss and a3=8e5 that.such Federal financial anaistanca will be e::tend:d is ralia-ace cu the representations and A.1 Fora 441 (To be completed by applicant for any grant from the State Agency da_si;nated to implement tha Older A.n_riennn Act. :.hats provisloa u facilities is !::valved, it-4 -Yc'rs 441 L.. to ba e:cscutad ) n3:2--t.znts mad-2 in this assu.rancc, ni:y that; the Graator or the United Stases or both shall have the right to cae': judic`al enforcecNnt of this assurance. This aosul:iw-ce is binding on tae ::ubgrentae, ita nucccssor8, tranyfe:ees, and asp:ignees, 1-.d tae person or parsons unose sionatur=.•a appear bYlo•r are authorized to sign this asaurarce an behalf of the Juo^,runtee. Dated MAY 10 1977. : B , -. (Preaideut, Chair-anr- of E or cozparable authorized affic nl) +�. rig, �, .. .+ r ,.•.. 1111 Ward St. ttartinez, CA 94553 Title Project Director (tecipiesr'c =Z ling i� .i a SEAKN-C-rfRAL SEASP 10311Agaeemer.t Number (Rn.L72) YI3—�r�J—L STATE DEPARTMENT OF EDUCATION AUG Z n 197,) STATE EDUCATIONAL AGENCY I'OR SURPLUS PROPERTY Appendix Ad 721 CAPITOL MALL "A ,,., ,,,•,,. „ , 1 SACRAMENTO, CALIFORNIA 95614 AGREt-HENT FOR DISTRIBUTION OF DONATED FOOD • `r The ttutrition Project For the Elderly hereinafter called the Recipient Agency (FULL NAME OF APPLICANT) Mailing address 1111 Word Street - P. 0. Box 871 • £ (STREET OR ROUTE AND BOX NUMBER) I; Hartinez, Californi Contra Con.ta (CITY) (ZIP CODE) (COUNTY) • hereby mikes spp'rcition for commodities donated by the Agricultural Marketing Service,U. S. Department of Agriculture, to the State Educational Agency for Surplut Property, California State Department of Education, hereinafter called the State Agency, for use and ditpoiltion in accordance with the terms and conditions ippeating on the reverse side hereof, which by reference are incorporated herein: The feeding proltJsm is operated In (®a tax-supported agency) or((]a private,nonprofit agency) and is operating i nonprofit feeding program of the following type: (Chtck onel I Cheek the type of Recipient Agency that it making application and report the avenge number of eligible persons and meals served: •11A )Serving meals per day to a dally average of NUMBER children of high school ale and 1.7,OR 3 ."o-undet for weeks and days during the months of lune through September in a t„e• NUMBEK NUMBER , Summer Camping Program located at 2,( )Serving 1 meals per day to a daily avenge of 286 needy penons.krizati;4W,tutimr to 3.UK 3 NUMBER a the following type: (Check one) ).:;•... I., (a) ( ) Hospital •' (b) ( ) Ilome for the needy aged %' •' ” ""'' ""' t , (e) ( ) Nonresident child eats center(service institution) . . (d) ( ) Orphanage or home for needy ehddtcn �" t'' •`' ~' ' ''''`''/' ' (a) ( ) Nonpeml correctional institution fat minort. (t) ( ) Milton or kitchen fog fccding needy homeless �� /'� T " '` I •;�''s 1 '•• , CX) (X) Other(Sprdfy) Senior Centers � / • 3.( . )Public Welfare Agency which touts food to in avenge of NUMBER needy persons per month rot preparation in their own•homes. n1r,errlement shatrrenwin 1n full force and tffect until a4villen notice to the contrary it riven the State Agency. 1. the anent authorlsed by the governing board of the Recipient This application, when approved by the State Agency, Agency Cot by the chief administrative officer of a Recipient Agency shall constitute an agreement which shall remain in full which hat no governing board) to enter into this agreement, testify force and effect until written notice to the contrary is that the Informationpresented is accurate and agree to the terms and given as provided In Paragraph Is of the Terms and eondlllons of this asrement as they are presented on the reverie Ude Conditions. of this form. Contra•CootatCounty a NAME OF RECIPIENT AGENCY Approved. Raymond N. Servante PRINT K• TY � PE N Alk OF 3iJIORIZED REPRESENTATIVE SIG ' TUKE O AeTHIDRIZED ,ItEeKESENTATIVE � /r—. A/ P, f CHIEF SURPLUS PROPERTY ,OFFICER , • TITLE /� August 13, 1915 t_•GC.G c�Q, 9.7 6;— DATE DATE 00624 A • 372-2591 TFLE11110NE NO. 1.url '71V (3):xr.I;:.tlArl CO"15!1F 7". PM i[C i=1 FOOT) tlj -1 -�'.'. •� !•:�l l ' .la \,•tC:IJ', Alt BUSINESS NAME ANO Z-/ 'U: ADDRESSLAtt _ Tip •v i.'y• C;11,. ,�// • (S)PUADOiF `'i IL,J�./ � •�J,�'/���C ^.+ ./��' •. � STs�CrT11 Sill Or[r FLOOIIS L EI 71) [Oul► w WAILS . - , ST09., _• - � ��•• �CEILIhGt;) •TI L (77!I)METHOD� • v _ • LIGHT (1) 1771 THT9M � O VENT u . �..» tg y WAT[• (I0) •• Uim ,.l U i�(7S1� (ONO. q1A-ftuln A(In 117et foul►. r 1 c —*'—:'•t�•— cOND. P. m ' ` TOUI 1171(� 171111 WASH 9 0 IAVAT IU! (71)'1 SAN • N KCi00r CE .041 711711 RODENI yam'. �� .4 72 r-nd � �t ITSICfill (701 INSECTS? v'"------�— v, 1 T t IUSE (101�. (011 1 �RF ;, � t• A 11NA1 I FOWL RCO\I x•17;: j 177••,HAZARDS -• , V SPOILS Ita: :074, INC, K OFOOD o Sr, � 1l/_ ! ���7 fit'/ �✓S F DISPLAY^(11% 104;- HIu:O• A i LIN. m 9000 op psSHOUif+[[►NG 0:1COr101PON 722 �i % /r-i�C " Iia•rr .l. - 1}1,0111^ •,',: 17.11•, ,• l•fh •.•7.11 �1 1 MIH -� •, .O. 111.1" NRa •A- •.l l��l//J•tJ 41 �/,J � A \~4h.4\ [. C OUT• /// �!j • �I► /� 006231Tlll �� �y 1-f=---•-- ,-:,�/,�w..,�._.> , ,�, __'�^"'^.,.,...:. � .� ,. - � _ . �r_...•�., +r^ • • -'�,� �r:••.�sT-tom� It�."S.�^,Cssr.;�:',s"si:�.'�M { ImN 1115 i,J.+I; I)UiJUL 11T--n fl LiUtll.t.!•LL%�� 11UL. .. I HAS. SITE VISIT QUESTIONNAIRE NUTRITION FOR THE ELDERLY - TITLE 7 Congregate Feeding Project Name of Site Visited . e of Viaitor, Date of Visit 1 -L Number 'Served at If(/]al Z I Time Meal Was Served 180 1 7-3- Check One I. Was the menu for the week posted in a conspicuous place? Yes s No 2. Did the meal nerved coincide with the daysted/f��n th menu? 1 r s 6L�� 2. ,�,0 WOZ Yes No - 3• Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes , No f? 1�. Was the hot food hot? no 5. Was the cold food cold? Yea No b. How was the food served? Please circle. 1 Family Stylu Cafeteria Individual Plates • Other served by staff Please comment: enN Ar. C , t. te 7. Did the meal look attractive? Yes No /-7 If no, please comment. 8. Wan the food tasty. Yes /-7 No If no, please ccmment. _.�----------—•----- . � i 5 f t M' f .kitchen? You F7 iia I£ no, please comment. do n 10. What kind of dishes were used for service? Please circle. Single Service Disposable If single service (china) how were the dishes washed? Please comment. 11. If plastic cups, glasses, silverware are used do they rouse them? Yos No 12. How do they dispose of the refuse? Please comment. .13. In your opinion do you feel the staff and volunteers are doing (Please chock) fa 11f01 0 J oo Not'So Goo job of feeding the elderly. 14. Please give any additional ooments you feel have not been covered by this questionnaire. 4 Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department -- j! . P. 0. Box 871 w } Martinez, ca. 94553 0002")F&.N195.4/74.c5 { { 1 Contra Costa County Divisi^of Community Health Services Health Department - Nutrition Section - c� SITE VISIT j RUESTIO:l:IAIRE Y IMMITItN FOR THE ELDERLY - TITLE 7 Congregate oeding Project Name of Site Visited (j/.st11ilic? �'"�i�!!/a9L fiame of Visitor Date of Visit -2 Number Served at Ideal Tia:e Meal Ifas Served 4Y4 /OAA ,,CCheeck One 1. Was the menu for the (reek posted in a conspicuous place? Yes Z L'! No Z= 2. Did the meal served coincide with the day posted on the ____/� menu? Yes i 7 Nc, 4::7 3• Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes No /—„/ !�. Was the hot rood hot? t civ Yes f 4 No /-7 5. Was the cold food cold? Yes No /-7 6. How was the food servad? Please circle. �___,,,,�� Family Style Cafeteria Individual Plates Other served by staff Please comment: 7. Did the meal look attractive? Yes a//" No 1-7 If no, pleane comment. 8. Was the food tasty? Yes No j-) If no„ please comment. i Cor �ie- 5. Did the; serve the food~, soon as it arrived frcan the : kitchen? You /-7 No t If no, please comment. i 1 x,44 10. What kind of dishes were us _fur-cervica? Please circle.- y w �SgZo�Sclrvi�ce �) isp VA If single service (china) how were the dishes washed? Please 'c'omInent."M t i 11. If plastic cups, glasses, silverware aro used do they rause ,_ �,/+ then? you /� No 1 o 12. How do they dispose of the refuse? Please comment. `•r tAlrtir•ry �t?�•e.' 9rtr?" •a 2. 13. In your mmn--d you feel the staff and volunteers are doing (Please chock) o0 of /�cT/ / /Not So Good Job of feeding the elderly. i Ila. Please give any additional comments you fool have not been covered by this questionnaire. Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. 0. Box 871 Martinez, Ca. 94553 n sin i_ 0091Ara7 FRcNl95.4/?4.C5 I i Contra Costa County Division of Community Health Services Health Department - Nutrition Section - SITE VISIT QUESTIONNAIRE NMRITION FOR THE ELDERLY - TITLE 7 Congregate Feeding Project flame of Site Visited of Visitor X2,5, Date of Visit 3 --,t t-/--->7 _ r Number Served at Ideal L�- Time Meal Was Served Check One 1. Was the menu for the week posted in a conspicuous place? Yes 1-�� 140 2. Did the meal Served coincide with the day posted on the menu? Yes 127 No //-7 3• Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes Lv�'' No /-7 4. Was the hot food hot? Yes /�c/�� No /-7 5-- Was the cold food cold? �t Yes No 1 D., o� he.Aod�served? Please circle. Family St��.o '� Cafeteria Individual Plates Other MAR 2 8 1977 served by staff COUNTY h. IgWABL -noafftentc iOAWRONMUNTAL `01FHLTA ' 7. Did the meal look attractive? Yes No /-7 )� If nog pleano comment. 8. Silas the food tasty? Yes /-7 No If no, please comment. 1 00630 [f[ t 9. Did they serve the rood as soon as it arrived from the kitchen? Yes j_7 No /--7--- I£ no, please comment. 10. Phut kind of dishes were used for service? Please circle. Sing glo Sorvice� Disposable If single service (china) how were the dishes washed? Please comment. 11. If plastic cups, glasses) silverware are used do they reuse them? Yes Q No /7 12. How do they dispose of the refuse? Please comment. 13• In your opinion do you feel the staff and volunteers are doing (Please check) a Veru good oo of So ood/ Job of feeding the olderly. 11j. Please give any additional comments you feel have not been covered by this questionnaire. Lrg MAR 28 1977 COUNTY ►,. �?IY1RONlMNTA,NT. �• AI Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. tBCo871 Martinez, Ca. 94553 00631 F&N195.4/74.c5 i • SIM. VISIT QUE.S s^ECYNIdAMM, NUTZIT 01 FOR Mr. 'VELDMLY — TITLE 7 C o Eregat`e 'b oeding roject Name of Site Visited ame of Visitor "'L-- Eate of Visit 3 ' 7 7 j 1�:W:oer Served at .Boal A/s^ 0, Time :.sal Was Served Check One 1. `ras the :genu for the week posted in a conspicuous place? Yes � No CJ 2. Ud the real served coincido with the day posted on the zenu? Yes 90 (� 3« t:as there a choerful atmosphere so that the elderly were oncouragod to return? Y8049 No y TP !;. 'ias the hot food hot? �! , y1. -Yes ?I :tie -/-7 MAR 28 1977 1. 5. Was the cold food cold? couNrr „ ���,�,. Yes � No Q QNYILRQNMj;NT/tt F 6. has was t e food served? Please circle. :-,=.ly Style Cafeteria Individual Plates . Other served by otaff Ploase ca�mont: 7. Did the real look attractive? Yes No /-7 f if no, please comment. 3. Stas the food tasty? Yes No —1-7 I' no, please comment. 00632 j I G' ...r..waw..----=---�”�^'�':...-....«_.,.,..,.,..,.,.,n..•..• *-�-.nt _ i If no, please comment. 10. hat kind of dishes were used for service? Please circle. Single Service tolm.sposablo If single service (china) how were the dishes washed? Please ac-mmeb. 11. If plastic cups, glasses, silverware aro used do they rause thea.? Yes /- Igo 5;i 12. How do they dispose of the refuse? Please count. 13. In yon opinion do you feel the staff and volunteers are doing (Please chock) a Vert t±ooc0=0 }:Q /got aood7 Job of feeding the elderly. IL. Please give runy additional cwments.you fool have not been covered by this questionnaire RMAR 28 1977 COUNTY n. DIVISIU11 MMW1 aaNMMNTA1 FMnLTh Please send copy of check list tot_ Mrs. Helen R. Ta^bet., R.D. `" . Public Health Nutritionist " . Contra Costa County Health Department. f P. 0. Box 871 .. Martinez, Ca. 94553. 00633 �' 41954/74.c: SITE VISIT QUESTIC'. AIRE NUTRITION IFOR THE i,LDE LY - TITLE 7 Congregate Feeding F'roj4et} Name of Site Visitedi�an„a o� Viaitor•✓ Date of Visit Number Servad at : w } i r . f:,irCs.uat: I. no, please co.;m ort. 10. 4;nat kind of dishes were used ,for. service? please circle. icposablo If single service (china) how were the dishes washed? ?lease cocwaant. ll. If plastic cups, glosses, silverware are used do they rouse they..? Yos Q No 12. You do they dispose of the refuse? Please comment. �11�l4AL+d.� !�•:+�A SrjL. Sts G.r ' 13. In your opinion do you feel the staff and volunteers are doing, ('Please chock) aej� e o0 oo &V /got So'Ooo job of feeding the elderly. y 14. please give any additional 00=ents you feel have not been covered by this questions air.. } D ' 1977 MSR 2� GOUNpIVtew'•� F anvT� _' 6NYsA�NM1:NTP t t ?lease send copy of check list to. firs. Helen R. Torbet, R.D. Public Health Nut.-Monist Contra Costa County Health .Dapartmenz y l' P. 0. Box $71 Hartinex, ca. 94:553 r`019541744= k .� I E C i Contra Costa County Division of Community Health Services Health Department - Nutrition Section - SITE VISIT QUESTIOMIA RE NUTRITION FOR THE ELDERLY - TITLE 7 Congregate Feeding Project Nacos of Site Visited Name of Visitor K. !Ze0CA ►"c- Dace of Visit 3 RS •q Number Served at Meal Time Meal Was Served Check One 1. Was the menu for the week posted in a conspicuous place? Yes No l- 2. Did the meal served coincide with the day posted on the menu? Yes No 3• Was there a cheerful atmosphere so that the elderly were encouraged to return? a f r�t'P 7* "= III Yes � t£o /-7 `�-�1t�r t 1 l} !t. Was the hot food hot? MAR 2 8 1977 I 1 rho"}= Yes ZEF No /-7 COUNTY r. DIVI61uvr F Was the cold food cold? &Nv'R0NM2NTA1. "RAITh T,V--C Yes jS7 No b. How was the food served? Please circle. Family Style Cafeteria Individual Plates Other served by staff Please coiTanent: 7. Did the meth look attractive? Yes No If no, ploawo comment. $. Was the food tasty? Yes /-7 No 5 , ` If no, please comment. 08636 ecl /b � + f t 9. Did they serve the food its coon as it art ived from the Contr kitchen? Yes f77 No /�7 Healt If no, please co;rnent. 10. What kind of dishes were used for service? Please circle. Single Service) Disposable -------------- If single service (china) how were the dishes washed? Please comment. Na. Da 11. If plastic cups, glasses, silverware sre used do they rause them? Yes /_J No S7_ ldt• Ti 12. Hou do they dispose of the refuse? Please comment. 1. 13. In your opinion do you feel the staff and volunteers are doing (Please check) 2. a Ivery goo-U7 oo OK of So GOV Job of feeding, the elderly. v- 14. Please give any additional comments you feel have not been covered by this questionnaire. 3 4 5 6 s. D ��IV �� . I MAR 2 8 1977 cOUNTY I, -. t. OIV181u•. p,NV+RONRI�NTA Please send copy of check list tov Mxs. Helen R. Terbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. 0. Box 871 Martinez, Ca. 94553 F0195.4/74.C5 0063:17 r f k SITS' VISIT QUESTIONNAIRE BUTRI?IC7 FOR MEbr 7_ _]3 ILY - TIME 7 Congragate Pooding Project � r i:avr Qe o. Site Visited Q e;-Z4.N-y ii A-ma of,�'�'�S�to � Date o: Visit_ -/S• 7 <O ti: .bor Sbrved at Xaal 3 V�- v iT',=o :Sea- Was Served /.?:5r0 �• Check O.e 1. Vas t o menu for the week posted in a conspicuous place? Yea AL77 wo /- 2. Drd the real served coincide with the day posted on the r»e nu? Yes &710' Xo Z-7 3• Uas hors a cheerful atmosphere so that the elderly were enco=raged to return? Yes L✓/ No /- Vas the hot food hot? Yes No � w 5. Stas the cold food cold? Yes No l? '�. has xas the food served? Please circle. ?artily Style Cafeteria dual Plates . Other serve by staff ! Please comment: ?• Did the meal look attractive? Yes No l'�J I: no, please comment.- 8. 'ras the food tasty'; Yes No 1-7 r... It no, please cement. j 0063 h TM, ,. .. __. .. .. _. . ��:.... . .. ... If no, please comment. 10. l hat 'rind of dishes were used for service? Ple&s3 circle. Single Service �%%.,�,c.:able if sin;;le service (china) hoer were the dishes washad? Please ccis/ent. f 4 7 11. If plastic cups, glasses, silverware are used do they muse /� thorn? Yes /-7 No 12. How do they dispose of the refuse? ?lease convent. 411 13. In your epi do you feel the staff and volunteers are doing; (?lease check) a tory �ooc 0=0 /Not So Good/ job of feeding the elderly. 14. ?louse give any additional eo;rmients you feel have not been covered by this rqueationnaM:. �a 5 Please send copy of check list to: Ifrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Hea2.Th Dapart—inert (' P. 0. Boa: 871 Martinez, Ca. 9l;5s3 00639 Fc.Nl95-h/?4.0 j V V Contra Costa County (' Divisi ,)t Community Health Services Healtih Department ltr tion Section - Q C � '� � SITE VISIT ^r'K ) 1911 QUESTIONNAIRE COMMUNITY HEALTH NUTRITION FOR THE ELDERLY - TITLE 7 ,SFAVICES Congregateee ing roject Name of Site Visited 94L0WIQ'PAiZIG-CO?JCARD Name of Visitor '1• DE40 Date of Visit 3—31 —77 Number Served at ideal �p Time Meal Was Served la, NOOr0 Check One 1. Was the menu for the week posted in a conspicuous place? Yes No 2. Did the meal served coincide with the day posted on the menu? Yes jZ7 No 3. Was there a cheerful atmosphere so that the elderly were oncouraged to return? Yes No 4. Was the hot food hot? Yes � No /-7 i _ . Was the cold food cold? yes � No 6. How was the food served? Please circle. Family Style Cafeteria Individual P .a Other served by staff Please commentz 7. Did the meal look attractive? Yes ?Lv-"7 No If no, please comment. 8. Was the food tasty'; Yes Lr 7 No /, 7 If no, please comment. 00640 J C y ..2u. { 9. Did they serve the foot s soon as it arrAvddfrom the kitchen? Yes /�7 tJo If no, please comment.F�bt� ARD?-ivEs Id'e 3a AM 10. What kind of dishes were used for service? Please circle. M u w•s,ptT, �-.�. S Service lh#L` �osabl�' If single service (china) how were the dishes washed? Please comment. 11. If plastic cups, glasses, silverware are used do they reuse them? Yea No 12. How do they dispose of the refuse? 'Please comment. ?4ASTic... wrF1) C-a,"L cAtis PiCOLD Un Ry COWWRO 0ispa5M.. 13. In yo opinion do you :eel the staff and volunteers are doing (Please check) a e oo „_o—W /Not so Job of feeding the elderly. 14. Please give any additional comments you feel have not been covered by this questionnaire Please send copy of check list to. Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. 0. Box 871 Martinez, Ca. 94553 F0195 Gt?G C ( n-7_: Contra Costa County Division of Community Health Services ,Health Department - Nutrition Section - SITE VISIT QUESTIONNAIRE741117 NUTRITION FOR THE ELDERLY - TITLE 7 Congregate eeding Project Name of Site Visited ? Z V-41 S",Ll�CJr�,{�� ame of Visitor W/ 76' Date of Visit I 'c'l /� { � � L.s. Number Served at Ideal Time Meal Was Served Check One 1. Was the menu for the week posted in a conspicuous place? Yes No —/-7 2. Dial the meal served coincide with the day posted on the C menu? 1.165 .7 to l-- y'F+rC J/ ,&,/� so 7" Yes No �/V�f/c! '• -' p" a rc 'jt 3. Was then a cii r£ul atmosphere so that the olderiy were encouraged to return? �,�/f N,r, e,417"C` /A/ yes No /-7 4.C-4_ !t. Was the hot food hot? e.f 7 S E,, 7W Y e s.1<1 No 1-7 A7 Y"' ,. was the cold food cold? Yes P7 No 0 00 h+� ;'1/11/77 b. How was the food served? Please circle. r....�--•-. Family Style Cafeteria Individual Plates Other served by staff Please comment: 7• Did the meal look attractive? -f1ji 1,1e lu Yes No / � If no, please comment. 8. Was the food tasty. Yes No 1-7 3T tie, please ccument. _ Q l Q lL l! �oA4r 0064 . A c, � ..«+............w«..............»..,..-,-.w..r....w+.r.w.-»...-.... .«w-�.-rw-r+.-••.--a-�. r.wwn+..+.*r"""q' e,.�.+RM�1"""'"^"wt"'!1'" w. �, ..- .,. i f fFf L -2- 9. 2-9. Did they serve the food as soon as it arrived fresm the j kitchen? R/O f� �OO� 4;'o Yos /-7 No If no, please comment. � _ 10. What kind of dishes were used for service? Please circle. Single Service Disposable If single service (china) how were the dishes washed? Please comment. 11. If plastic cups, glasses, silverware are used do they rouse them? Yes No)V 12. How do they dispose of the refuse? Please comment. re, /0 0>< ' 13. In youropiniondo you feel the staff and volunteers are doing (Please check) a Fes' Laoo j oo /Not Soood-/ Job of foeding the olderly. 14. Please give any additional comments you feel have not been covered by this questionnaire Please send copy of check list to: Mrs. Helen R. Terbet, R.D. Public Health Nutritionist e '+ Contra Costa County Health Department P.' 0. Box 871 . .� ,• Martinez, Ca. 94553 �s ; QQ[i F&N195.h/7h.C5 ; :f 42 Contra Cosa County Division of Community Health Services Health Department - Nutrition Section - SITE VISIT QUESTIONNAIRE NUTRITION FOR THE ELDERLY - TITLE 7 Congregate eeding Projeet name of Site VisitedL,,,t-_L4x f.., Q Name oS Visitor OOoAm Data Of Visit 4—fl-71 ` Number Served at Meal S W Time Ideal Was Served --r-�r Check One 1. Was the menu for the week posted in a conspicuous place? Yes Z27'-- No 2. Did the meal served coincide with the day posted on the menu? Yes 47 No Cj 3• Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes No 4. Was the hot food hot? Yes No /-7 5. Was the cold food cold? Yes r No 6. How was the food served? Please circle. Family Style Cafeteria dividua_1�Platees, Other served by staff Please comment; 7. Did the meal look attractive? Yes [ -'' No /-7 If no, please comment. 8. Wou the food tasty? Yes AL�;; ' No /-7 If no, please comment. q. Did they serve the food as soon as it arrived frau the kitchen? Yes /-7 No 1E If no, please cormnent. n t.�. �Q t,* I(%Ll S 10. What kind of dishes were used for service? Please circle. Single Service sposable If single service (china) how were the dishes washed? Please comment. 11. If plastic cups, glasses, silverware are used do they rouse them? I Yes No /L1,-7-- 12. How do they dispose of the refuse? Please comment. ,.1nnk1lc 13. In your opinion do you feel the staff and volunteers are doing (Please check) a /Very goo 0=0 J /Not So Goo 17 ,fob of feeding the elderly. C/' V4. Please give any additional comments you feel have not been covered by this questionnaire Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. 0. Box 871 Martinez, Ca. 94553 00644 F0195.4/74.c` Contra Costa County Division of Community Health Services Health Department - Nutrition Section - SITE VISIT QUESTIONNAIRE NUTRITION FOR THE ELDERLY - TITLE 7 Congregate Feeding Project Name of Site Visited Name of Visitor Date of Visit &Igl Number Served at Meal 7 h Time Meal Was Served A-1- d"f/ Check One 1. Was the menu for the week posted in a conspicuous place? Yes L5U No 2. Did the meal served coincide with the day posted on the menu? Yes JZZ No f i 3. Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes J7 No 4. Was the hot food hot? Yes 20 No /-7 �-�' F 7 5. Was the cold food cold? Yes No /-7 6. How was the food served? Please circle. Family Style Cafeteria Individual Plates Other served/by staff Please comment: /) .A f+�7� 4;&, jJlv✓, lx�R1.� �.+`,fLwSh' 7. Did the meal look attractive? Yes 5U No /? If no, please comment. B. Was the food tasty? Yes � No /-7 . If no, please comment. : ,f 00645 -2- ' q. Did they serve the food as soon as it arrived from the kitchen? Yes /-7 No / If no, please comment. 10. What kind of dishes were used for service? Please circle. Single Service < I}i.sposable� If single service (china) how were the dishes washed? Please ca ment. 17.. If plastic cups, glasses, silverware are used do they reuse them? Yes No -197 i i f ' 12. How do they dispose of the refuse? Please comment. �i-cxa,2.J .ct. 13. In your opinion do you feel the staff and volunteers are doing (Please check) a dozy •o0 00 LW /Not So Job of feeding the elderly. 1h. Please give any additional comments you feel have not been covered by this questionnaire. Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra .Costa County Health Department` P. 0. Box 871 Martinez, Ca. 94553 00646 F0195.h17445 , Contra Costa County Division of.Community Health Services Health Department � ;� - Nutrition Section - SITE VISIT �1 D QUESTIOtRJAI E APR 71917 33U'[ ITIOFOR THE Feeding �eTITLE 7 HAMAR EDUC, f (Congregate Name of Site Visited$ct.C.rtz.EW's CG14r5'-cz.—'Wei Name of Visitor 7EA0. J)SAAJ Date of Visit 4 - 4 - 77 Number Served at Meal WAA1 4-6 Time Meal Was Served ' Check One 1. Was the menu for the week posted in a conspicuous place? Yes Z7 No =. 2. Did the meal served coincide with the day posted on the menu? Yes Z7 No = 3• Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes No /_] b. Was the hot food hot? Yes Z7 No T7 5. Was the cold food cold? Yes C-1 No �] 6. How was the food served? Please circle. Family Style ¢af"ete ,j,� Individual Plates Other • served by staff Please comment: 7. Did the meal look attractive? Yes Q No /-7 If no, please comment. 8. Was the food tasty? Yes /Z7 No /-7 If no, please comment. 00647 /�� -2- t I---- 9. Did they serve the food as soon as it arrived from the kitchen? Yes r7 No lj7 If no, please comment. ro:%D APP-(VSS Appr4x)-,,.,1, (0:154M iij wEI-L- 1,JSUL-ATP J 10. What kind of dishes were used for- _ for service? Please circle. Single Servicq� Disposablo-, TH ti(:, If (china) how were the dishes washed? Please comment. bis;mAsub) N Cft Ci4As4FV- IN -rEatv11NcLecw-/ 3.1. If plastic cups, glasses, silverware are used do they reuse them? Yes NO 12. How do they dispose of the refuse? Please comment. -46MG I:3ISPcSAt- 13. In your pinion do you feel the staff and volunteers are doing (Please check) a e 00 0=0 � /Not So Goo job of feeding the elderly. 14. Please give any additional comments you feel have not been covered by this questionnaire. Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. 0. Bok 871 Martinez,, Ca. 94553 0 ' 648 F&N195.b/74.c5 I Z HEALTH DEPARTMENT Contra Costa County TO: Ray Cervante DATE: February 29, 1977 Home Health Agency FROM: Bill Treadwell, Sr. San a 'a SUBJECT: Kitchen Division of Environmen lth Senior Citizens Building Pleasant Hill f The existing kitchen was installed and has been inspected by this department for compliance with food sanitation regula- tions and is approved by this department. Any modifications must receive prior approval from this department. If there are any questions, please call. WBT:la cc: Mike Manning • Pleasant Hill Recreation & Park District East Central Office WA VIUNITY HEALTH "\SEMC S t F Contra Costa County Division " Community Health Services Health Department utrition Section {�i J U� SITE VISIT QUESTIO14NAIRE NUTRITION FOR THE ELDERLY. - TITLE 7 (Congregate seeding Project Name of Site Visited Name of Visitor / L Date of Visit em, ' 4= Number Served at Meal Time Meal Was Served Check One 1. Was the menu for the week posted in a conspicuous place? Yes L'IV No CJ 2. Did the meal served coincide with the day posted on the menu? Yea eo No [=7 3. Was there a cheerful atmosphere so that the elderly were encouraged to return? Yes 037 No �7 y. Was the hot food hot? Yes /,� No 5. Was the cold food cold? Yes 4W No /-7 6. How was the food served? Please circle. �� Family Style Cafeteria Individual Plates Other served by staff Please comment: 7. Did the meal look attractive? Yes No If no, please comment. 8. Was the food tasty? Yes / r No / 7 If no, please comment. ` 00650 9. Dial they serve the fc as soon as it arrived from thk kitchen? Yeo 47077 No j-7 If no, please comment. 10. Nhat kind of dishes were used for service? Please circle. Single Service _,Disposabl If single service (china) how were the dishes washed? Please comment. 11. If plastic cups, glasses, silverware are used do they reuse them? Yes No /,R7 12. Now do they dispose of the refuse? Please comment. 13. In your opinion do you feel the staff and volunteers are doing (Please check) a er poor oc i LOW of so Job of feeding the elderly. Ila. Please give any additional commentu you feel have not been covered by this questionnaire. Please send copy of check list to: Mrs. Helen R. Torbet, R.D. Public Health Nutritionist Contra Costa County Health Department P. 0. Box 871Ak Martinez, Ca. 94553 F0195.GIz4.c5 4 .._,-. Appendices R1, R2, R3 Sites 1, 2, 3 v .a.'Y7 r:if:w!`+!f"i».r;..v-�;...fie--•.;i. :eft. . /".-_. r�.a. `moi._ µ7 •l.. OFFICE OF / .`. r-L li+` RAY MARTIN e o �/J� /(p CHIEF OF FI JE DEPARTMENT d /J/`� ��jj/�� �!1 A�PAI f�S1ii)®/1/9 sY/ TELEPHONE:232-1212 ROOM 224—HALL OF JUSTICE (r/WWW kY� ((y (Y{i.+f/jy!/{t j/(�/ij/�{n EXTENSION 488 1 j�►r� CA LI FO RNI"A max: E . ' November 25, 1975 DUB D "V 23 1575 :C0•VA1iUNiiY F EAC r i Ray Servants, Director Nutrition Project For the Elderly wE2VlCC3 Health Department, P.O. Box 871 Martinez, California 94553 Dear Mr. Servante: At your request Fire Safety Inspections were made at the following: Sheilds-Reid Recreation Center, 1410 Kelsey Avenue; South Side. Senior Center, 745 South 14th Street; Eastshore Community Center, South 47th and Cypress Avenue and Civic Conter Auditorium side rooms and kitchen. It was found that reasonable fire safety exists at this time. If you have any further questions please call'me at 232-1212, extension 308. Sincerely, ` Cliff Davies, Inspector CD/rj Appendix R4 Site N4 EL SOBRA.NTE FIRE DISTRICT 4640 Appian Way, EI Sobrante, California, 94803 Telephone: 223-2300 B. M. HELMS, Fire Chief November 12, 1975 v u D 1%'JV 13 1575 Health Department 1:0WAUNITY HEALTH Nutrition Project for Elderly SERVICES P. 0. Box 871 Martinez, CA 94553 ATTENTION: . Ray Servante, Director SUBJECT: Fire Inspection — Kidd Manor, 100 Austin Court, San Pablo, CA Dear Mr. Servante: A fire inspection was made of the above facility on November 11, 1975• The inspection revealed that the facility meets minimum code requirements. Adequate exits and portable fire protection equipment prevail. If any questions should arise regarding this matter, please feel free to call. Sincerely, 04, LOU CROSSLAND FIRE INSPECTOR LC/al - 00653- I Appendix R5 RODEO FIRE DISTRICT Site #5 FIRE PREVENTION BUREAU 32$THIRD STREET 799.4561 FILE NO. INSPECTION REPORT DATE ..... .. .................. CLASSIFICATION . ..Fr2. .. . . LAST INSPECTION .... :23775......... TIME .??;2.0.M TO A r 4.4.AM NAME OF FACILITY .. ..Aenior,CWS 911.Drop.ItI SPA49:r. ....... .. ......... ... ADDRESS ..2.Ca3.i f..St........ ......•.... OWNER . ...Jit49A .QlPWA';t............. PHONE ..79.9.-259.7•....... . ADDRESS . ... a.....•..... ................. ......... . ............. ,. .._. OCCUPANT ..Matt~i.e.Flarrisan........ PHONE .7.99x.2190.. ....... ADDRESS .. ..523.Aui.viol.kWA. ........ ........... ...... ....................... VIOLATIONS AND RECOMMENDATIONS FOR CORRECTION: AgtrPO ......... ...........• .......•..... .. ............ ... ........................................ ...................... .... .... ... . ..... .......................I................ ................... . ...... .. ....... ..... .... ................................... ...I............. . .... ...,...•.... . .. f .......•...•...r .....•.. r,..r••...r. • •...• ...... r...•. . • .•..••• .. •........... i •.......... ..............• ...... .... ................. .. ....................... ..........................:............. ................. r.......... ............ ..............•............... ........ .• ............. . ... ... . • i ...................................... .......................... ........... ..••....•............................... ....................... ... .............. . . . ........... .....I....... .........•. .................I...................... 1111IS IS TO CERTIFY THAT I HAVE READ AND RECOGNIZE AS ESSENTIAL THE SUG. CESTED MEASURES AND AGREE TO COMPLY WITHIN . . . .. . .. . . . . . ........DAYS. FAILURE TO ABATE THE ABOVE HAZARDS IS A MISDEMEANOR AND SUBJECT TO LI!:GAL ACTION. SItINI:D `✓`.^... .. .... NSPECTOR , a 0065 i ' �•• ,` 4pendix Rs { CONTRA COSTA COUNTY E• � C014SOLIDATED FIRE DISTRICTe M • • '2010 GEARY ROAD `�� �.� PLEASANT HILL.CALIFORNIA � n,stµ API t 7ELL'PHONE 141519394420 • BUREAU OF FIRE PREVERTION • November 28, 1973 • Home Health 4 Counseling Services, Inc: . ' Ids. Donna Sche„lanske 1295 Boulevard Way Valnut Creek, CA 94596 Dear Ms. Schecanske:• , Subject: Senior Citizens Center ' ' Martinez Hacienda • 1111 Ferry Street Martinez, CA 94SS3 OA Hovember 2a, 1973, an inspection relativf to fire and life safety was conducted at the subject premise. A reasonable degree of fire safety in accordance with the regulations of Title 19, California Administrative , Code, does exist. • eery truly yours, • C. McMorran Fire Inspector CMcH:vx ; cc: George Wadlow Chief Building Inspector ' • 'Appendix R6 (Cont'd) _ Site. /16 • CITY OF �, �;�,,'� o Cir IFO:?NIA :. • BUILDI1ar INSPECTION CE PT I F I CA•TE O F OCCUPANCY •. This certificata is issued nur.nttant to the m-6ir"n- tte of Section 306 oftie Uniform BuiMing ;'o l: c•e21tij1yii:g that at the tirt4 of iasuanee, this structure was in ec". Zimcc wroth the vamous orl`?i 7-ices of the rity regtttatina building construction, or use, for the following:. �C.USE Assembly But Idina BUILOIK., PERMIT NUMBER, f GROUP @ TYPE CONSTRUCTION 1-hr. FIRE Z0%4E 3 USE. ZONE R-3 BUILDING ADDRESS 1111 Ferry Street NO. OF STORIES ONE TENANT Contra Costa Housing Authority - Senior Citizens Building Official r �,F-•�.� ... ._ ..•.-.-r-Oate November 26, 1973 • 0065E G Sites#7X H7 ivervie)v EIRE PROTECTION DISTRICT FIR! COMMISSIONHR6: MEL WHATLEY' CHAIRMAN FRANK ARATA JOE. 9ARRACO CHRISTOPHER ENES LOUIS OARCIA ELMER GLASSER December 10, 1975 HARRY STITT CHIEF FRED OOLINVEAU% Mr. Stay Servants, Director Nutrition Project for the Elderly Health Department P. 0. Dox 871 Martinez, CA 94553 Subject: J-Carina Community Center Third and Black Diamond Pittsburg, CA 94565 Sir: An inspection relative to Life and Fire Safety was conducted at the above named facility for its use as a feeding site under your Nutrition Project for the Elderly. This facility adequately meets most requirements we may have in regards to Life and Fire Safety. Exiting is good from all areas of the facility and it is covered by a local alarm system. Also, sufficient extinguishers are placed throughout for protection. It is my opinion this facility meets the needs of your program quite well. Sincerely yours, �ZA � Senior. Inspector PA/co i 1'.I J S�'VICw 0065'7 315 TENTH STREET - ANTIOCH. CALIFORNIA 94509 - TELEPHONE 14151 757.1303 // i E Appendix pn Site #8 51111A Of CALIFORNIA--AGRICULTURE AND SOVICES AGENCY AONAW EEAGAN, Go+ ,4or STATE FIRE MARSHAL 30 VAN NESS AVENUE, ROOM 7044 t�FRANClSCO:CALIFORNIA 44102 , July 22, 1974 IN REPLY REFER TO: PA GEN Housing Authority Post Office Bax 2396 M Martinez, California 94553 ' Attention: ISra. Lois J. Wilson Community Services Advisor Subject: Casa de rlanana ; Fourth and Lao Dumas Oakley, CA 94561 -Dear I•Irs. Wilson: . 'A recent survey by our representative, Deputy Ray Rutherford, revealed the subject facility reasonably complies with Fire and Panic Safety requirements for the intended occupancy. Yours very truly, ALBERT E. HOLE State Fire Hershel ROBERT R. MULLINS Senior Deputy . RRM:an ' cc: Brentwood Fire DeDartment ' Deputy Ray Rutherford • i Appendix R. ITE OF CaUigtNIA—ACMCUITUR° AND SECVICES AGENCY RONALD REAGA,Je.#9rner TATE.FIRE MARSHAL VAN NESS AVENUE, ROOM 2044 ��NC1SC0,CALIFORNIA 94102 `nJ71� July 22, 1974 ' IN REPLY REFER TO: PA GET Housing, Authority Post Office Box 2396 ' Martinez, California 94553 ' Attention: Mrs. Lois J. Wilson Community Services Advisor ` Subject: Brentwood-Village 100 Village Drive Brentwood, CA 94513 Dear Mrs. Wilson: 'A recent survey by our representative., Deputy Ray Rutherford, revealed the subject facility reasonably complies with Fire and Panic Safety requirements for, the intended occupancy. Yours very truly, 11T.'R E. ROLE . • State Fire Marshal ROBERT R. KULLIrs Senior Deputy PM:an cc; Brentwood Fire Department Deputy Ray Rutherford 00659 y ��G } t 1 C Appendix R1O TA r (Cont'd) V,1,. C . ivervi� Y FIRE PROTECTION DISTRICT nn ,ry PINE COMM15810N61455 14py ,iv,� V MEL WHATLEY, CHAIRMAN 11 FRANK ARATA Oct ber 27, 1975 UCT 3 11975 .,DE ©ARRAco CHRI6TOPHER ENEB LOUIS OARCIA COMMUNITY HEALTH ELMER HARRY STITT ER Ray Servante, Project Director SERVICES Contra Costa County Health Department CHIEF 1111 Ward Street FRED oOLINVEAUX Martinez, California Subjects Casa $arena 3.036 Clearland Drive- best Pittsburg, California Sirs An Inspection relative to Fire and Life Safety was conducted by a representative of this Department at the above address. This facility is classed as a B3 Occupancy. Therefore, the following recommendation would assist in obtaining a minimum degree of Fire and Life Safety. 1. Sea. B 3316 (A) - Title 19-CAC staters In Oroup B, Division 3 occupancies, exit doors shall not be Provided with a latch or look unless it is Panic Hardware. The State Fire Farshal has ins u e front ant rance Fors as required exits. These doors to swing in the direction of travel. The door that exits from the kitchen would not qualify as a required exit. U.B.C. Sec. 3302 (E). Another exit would have to be provided. Possibly the corridor exit can be util- ised if brought up to standards. 2. Sea. 7.22 - Title 19-CAC . Posting of room capacity - any room having an occupant load of more than 50 persons where fixed seats are fiat installed and used for assembly, classroom, dining, drinking or similar Purposes shall have the capacithe room posted in a conspic- uous place near the main exit from the room. Pasting shall be by means of a durable sign having contrasting color from the background to which it is attached. 3. Sao. 7.20 - Title 19-CAC Decorative material. An drapes, hangings, curtains, drops and - all other decorating material, including Xmas trees, thatwould tend to increase the Fire and Panic Hazard shall be made from non- flammable material or shall be treated and ma3nTained in a flame retardant condition. 11. As this facility has been previously classed as a B occupancy by the farmer Fire District and the club roans has an assemb7,y�n�o 315 TENTH STREET —ANTIOOi, CAIIPORNIA 94509 — TELEPHONE (•115) 757.1303 �//VV i Appendix Rip (Cont'd) - r area of approximately 867 so. ft. and dividing this figure by 15, for did ing purposes which arrives at approximately 57 people and if divided by 7, for other assemblies, tiiould:have capacity of ap�lmdmately 123, I'm sure you can see the need for the listed rococo.endations. , If you have any questions, please don1t hesitate to call. Sincerely, PU'TE AIELLO, 3r. Inspector Riverview Fire Protection District. Wee 1 001 G i Appendix Rif Site #11 CONTRA COSTA COUNTY CONSOLIDATED FIRE DISTRICT 2010 GEARY ROAD �N;u1s�N��� PLEASANT HILL, CALIFORNIA ?CLEPHONE 14151939-1400 BUREAU OF FIRE PREVENTION October 26, 1975 Contra Costa County Health Department . 1111 Ward Street Martinez, CA 911553 Attn: Mr. Servate Subject: Senior Citizens' Canter 2727 Parkside Circle Concord, California Dear Sir: At your request, an inspection was conducted at the subject premise to determine fire safety require- ments for the operation of a daily luncheon program, seating approximately 35 aged guests. This is a new facility which is in complete compliance with all the current regulations of the State Fire Marshal and the Uniform Fire Code. Therefore, fire clearance is granted for this particular operation by this Department. If you have any questions, please contact this office. Veryruly you/rss,_ tee Lester V. Rodgers i�' is UV [ 'Fire Inspector a LVR:vw vv 1 0 t�(� COIv mONIN HEALTH ' �.,SERVICES r 00662 a JACIlu i. K I�. Site X12 OPpIC[OM O O /��/ RAY MARTIN //�� //JJ��/J //Jj/f�JJY/j�� �}ry�yw�� CHIEF OF FIRE DEPARTMENT �I 1 ® �/11jYW �li!/i:/� TELEPHONE( 222.1212 ROOM 224-HALL OF JUSTICE t' FFFi✓✓/ EXTENSION 488 CALIFORNIA December 3, 1975 Peggy Tolley Nutrition Project for the Elderly Health Department 1111 Hard Street Martinez, California 94553 Dear Miss Tolley: At'your request I made a fire safety inspection at St. Mark's Catholic Church located at 159 Tenth Street, Richmond. I recom- mend they hold the Nutrition Project for the Elderly in the school C gymnasium, the basement area under the Parish House has only one exit which is a hazard in case of a fire. The Father of the church is agreeable if they have the Nutrition Program in the gymnasium. If you have any further questions please be free to call me. Sincerely., • rte..•-- Cli (.,.Davies, Inspector CD/rj UAL 51975 COMMUNITY HEALTH SERVICES 00663 /6 c V fi EL CERRITO FIRE DEPARTMENT 10900 San Pablo Avenue, EI Cerrito,California 94530 (415)237.2123 �7at��teueillca�vrJ•CVP2�r�orr�.o•ri`iauleo,,;/ THOMAS J. HARRY in.,cmt, December 3, 1976 Mr. Ray Servante, Director Nutrition• Project for the Elderly P.O. Box 871 Martinez, California 94553 Dr. Mr. Servante, At the request of Katie Lewis, Coordinator, Committee On Aging, we have inspected the Fairmont Recreation Center. This building is the site for the "Nutrition Project for the Elderly" program in our City. r The building has proper means of egress for the proposed occupant load. It has the needed Class A fire extinguisher. No cooking or heating applicances will be used. The staff involved in the program is cognizant of fire safety methods. We will be happy to answer any further questions you may have regarding this area of your program. Yours truly, '*' P. Bar�azar� Battalion Chief r 1 RPB:ad y 00664 1 RIVERVIEW FIRE PROTECTION t3'F{ •ICT ISSUED RY:�_/(IC��LO DATE!-/_'-,7 b 31y TENTH STR:Et - JfillOCII, CALIF. 9, .. l tELfPHONE(d15)7S7.13U7 STATIO14 P HE-111SPECT1011 FIRE SAFETY NOTICE e.sa,ss//..,,/ •no.rsaccf �i�i��LnC�GN4r.-- YN4YL C'•, >14Nx iYNt :: A. A HEASONADLE DEGREE OF rm SAFETY EXISTS AT THIS TIME CONTRA COSTA COUNTY ORDINANCE niin REQUIRES COMPLIANCE MITH THOSE ITEMS INDICATED n9L011r: 1. ELECTRICAL: 0. Discontinue use of extension cords In lieu of permanent wiring. . . . . . . . . . . . . . . . . . . (27.4046 -b. Remove extension cords run through openings or attached in series . . . . . . . . . . . . . . . . ((27.4046 __c. Remove extension cords placed under rugs,furniture,or where subject to damoge. (27.404b d, Maintain wiring in good condition in conformance with the Electrical Code and protect lion damage. . , , . , ( 2. EXITS: 27.4040) __a. Remove all other locks or latches from doors with panic hardware. . . . . . . . . . . . . . . . . . (10,1046) .__b, kemove obstructions from exits aisles,corridors,and stairways.. . . . . . . . . . . . . . . . . . 110.1030) e. Unlock all exit doors when the I.uiiding or area served Is occupied . . . , . . . . . . . . . . . . 10,104b --d. Provide lighting for corridors, stairways,and exterior exltways. . . . . . . . . . . . . . . . . . 10.1130 3. FIRE ALARM SYSTEMS: o. Maintain fire claim system in operable condition and last monthly. . . . . . . . . . . . . . . (13.301c) 4. FIRE DOORS: a. Remove obstruction(s)and alterations to fire doors . . . . . . . . . . . . . . . (13,302) b. Keep attic access and scuttle openings closed . . . . . . . . . . . . . . . . . . . . . (21.408) 5. FIRE EXTINGUISHERS: -0. Provide exlinguisher(s)of a minimum rating( type) (13.3010) __b. Mount extinguishers where readily ovollable,with lop riot higher than 5 feet , . . . . . . . (13.301 a Z 6 c. Post signs indicating location where extinguishers ors not teodiiy visible . . . . . . . . . . 1121 NFPA 10(13,301al d• Service and tag(by State Licensee)each extinguisher annually and after use . . . . . . . . . (13.302) 0• FIRE PROTECTION INSTALLATIONS: a• Maintain access to,and operation of standpipes,fire hose,and sprinkler control valves . . . . . . . . . , (13.302) 6. Inspect and tort sprinkler system monthly and maintain records . , , , , , . , , . . (13,30le) __c. Identify sprinkler valves and secure in open position . . . . . . . . . . . . . . . . . . (13,302) __d. Provide spare sprinklers(6 minimum)and sprinkler wrench . . , , , ((13,302 -e. Inspect and service hood and duct extinguishing system over cooking equipment onnuolly and afrer use . (T3,3150 _� f. Remove decorations or other attachments from sprinkler system . . . . . . . . . . . . . . . (13.302 g. Replace damaged,eotroded or pointed sprinkler hsods. . . . . . . . . (13.302 FEAMMAULE LIQUIDS: ' -0. Reduce Class)(gasoline,ate.)to loss Ilion 5 gal. inside or 10 pal.outside without o permit . . . . . . . . . (15.103.1) _.b. Reduce Class II 111(solvents,etc.�to25 gallons total Inside Q 60 gallons outside without a permit . . , , . , (15.103.2) c. Remove flammable liquids not Blore in original containers or closed metal cons . . . . . . . (15.104) .-...d. Remove flammable liquids not used for maintenance in assembly bldgs.,offices,apartments and motels . . . , ,(15.4026.2) -0. Discontinue use of Class 1(gasoline,etc.)for cleaning . . . , . , , , (15,111) - I. Store flammable liquids away from corridors,main aisles, stairways,and exit area . . SIS,402a� 99 Discontinue dispensing from containers exceeding 5 gallons or provide pump laking suction bpm top (15,1090) Discontinua the discharge of flomma6le or combustible liquids into drains or on the ground (15.110) 0. HEAT PRODUCING APPLIANCES: o• Remove combustibles and storage from heater area or room . . . . . . . . . . (27.406d) b• Provide clearance between heat producing appliances and combustible material . . (27.406d) 0. HOUSEKEEPING(INTERIOR): ' o, Remove or store rubbish waste material,and ally raps in closed metal containers , (21,2016) .._,b, Clean grease filters,on�hood duct systems over cooking appliances. . . . . . . . . . . . . (1J,315o1 C. Provide wast.collecting receptacles at dust producing mochinas , . . . . . . (9.1030 10. RUBLHSH(OUTSIDE ACCUMULATION): o, Remove waste, trash,and weeds,OR store in closed metal or metal-lined containers .(27.201 a 6 4�) 11. SMOKING AND OPEN FLAMPS; o. Post and enforce"NO SMOKING', signs: 29.101) �-b. Provide osh trays, sand raceptacI41 or butt cans,where smoking is permitted . . . . . . . . . . ( 12. STORAGE; (29.101) a. Remove Iforage Irom exits,aisles,corridors and on or under stairwayys (10,10301'"y.. b• Arrange storage in orderly manner and provide .for exiting and Fire Ds "-igen;access . . . . (27,20361_ C. Remove storage to 18"below lave)of sprinklers(36"far storage piled over 12(eel high) . , (13.302) d. Reduce storage(might to at least 2 feel below ceiling ers wit e. Secure and identify compressed gas cylindh name of product . . . . 2036) ((277 8,107) 13. PERMITS. (8.1 o, Obtain a permit from the Fire Prevention Bureau,or DISCONTINUE (7.3010) b, Comply with permit addendum(s),h ,Iloms(s) (1.306) ADDITIONAL COMMENTS ANOtOR REQUIREMENTS: r 2S. F]Letter will follow explaining additional roquiretnefis p-1d establishing a reinspection date. ., : .• .t , REINSPECTION BY: VIOLATIONS: CORRECTED NOT CORRECTED 4 1 At� COMNE C0ELEGAL PROCEDURE{ z i 4 I ' i 1. I ' k : ISSUED BY: CO•^ilA CO{rA Courrrr:.i` CONitlUDA10fill el%r*ICr srATION n REINSPECTION DATE:,___ ----•• . fIi dN FIRE SAFETY NOTICE . CH Mi •Dely,! OCt. Cape L/7� ��YMell A NEASONAULE DEGREE OF FIRE SAFETY EXISTS AT THIS TIME CONTRA COSTA COUNTY 01101HANCH 74107 nEOUIRES COMPLIANCE WITH TIIOSE ITEMS INDICATED UELO10. 1. ELECTRICAL: -a. Discontinue use of extension cards in lieu of permanent wiring. . . . . . . . . . . . . . . . . . :4" _.__•b. Remove extension Cords run through openings Of oltoched in series . . . . . . . . . . . . . .404b �. C. Remove extension cards placed under rugs,furniture,or where sublact to damage, , 27.4046 d. Maintain wiring in good condition in conformance with the Elae deal Code and protect ttran damage. . . . . (27.404s) 2. EXITS: _.a. Remove all other locks or latches from doors with panic hardware. . . . . . . . . . . . . . . . . . Ito.104b y_b. Remove obstructions from exits aisles,corridors,and stairways . . . . . . . . . it, 0 1030 c. Unlock fill suit doors when the building or area served is occupied• . . . . . : . . . . . . . O,lOdb� Cl. Provide lighting for corridors,stairways,and exterior oxltwoys. . . . . . . . . . . . . . . . . . . 10.113a 0. FIRE ALARM SYSTEMS: a. Maintain fire alarm system Inoperable candillon and test monthly. . . . . . . . . . . . . . . . . . (13.307c) 4. FIRE DOORS: -a. Remove obstruction(%)and alierotian%Is fire doors . . • . (13.302) b. Keep attic access and scuffle openings closed . . • (27.408) S. FIRE EXTINGUISHERS: -0. Provide extinguishers)of a minimum rating( type) (13.3010) -Is. Mount extinguishers where readily available,with top not higher than 5 feet . . . . . . . . . . , (13.301 a A b) -c. Post signs indicating location where extinguishers are not readily visible . . . . . . . . . . 1121«FPA 10(1.' x) d. Service and tog(by State Licensee)*sets extinguisher annually and after use . . . . . . . . . . . . . . (13.302) S. FiRE PROTECTION INSTALLATIONS: -0. Maintain access to,and operation of standpipes,fire base,and sprinkler control valves . . . . . . . . . . (13,302) _b. Inspect and test sprinkler system monthly and maintain records . . . . (13.301* c. identify sprinkler valves and secure in open position • . . . . . . . . . . . . . . . . 13.302 _._d. Provides ore sprinklers 6 minimum)and sprinkler wrench . 3,302 s. Inspect and service hood and duct extinguishing sistem over co0k69 equipment anauoily end after use , 1131.3150 _'�f. Remove decorations or other sitachmsats from spr nkler system . . . . . . , . . , . . . , , (13.302 p. Replace domoggd,coroded or pointed sprinkler beads. . . . . . . . . . . , , , . . . . . . (13,302 T. PLAMMAULE LIQUIDS: ..__a• Reduce Class 1(gasoline,etc,)to less than 5 out. inside or 10 gal•outside without a permit . . . . . . . (15.103.1) .---b. Reduce Class iI iii(solvents,etc.)to 25 gallons total inside 6.60 gallons outside without a parmit (15.103.2) .�....C. Remove flammub�a liquids not stared in original containers or closed metal cons . . . . . . (15.104) .�..d, Remove flsmmoble liquids not used for maintenance in assembly bids*.,offices,apartments and mortis .(15,402b•2) e. OiscaNioue use of Class I(gasoline,etc.)for cleaning . . . . . . . . . . . . . . . . . . . 15.111 f. Star*flammable liquids away from corridors,main aisles.stairways,and exit area . . . . . . . . 5.4020) Discontinue dispensing from containers exceeding 5 gallons or provide pump taking vection from top IS.109a) h. Discontinue the discharge of flammable or combustibe liquids into drains or an the ground • 115.110) S. HBAT PRODUCING APPLIANCES: -a. Remove combustibles and storage from heater area or room . . . . . . . . . . . . . . . . 27.406d b. Provide clearance between heat producing appliances and combustible material , , . . . . . , . (21.40" ) 0. HOUSEKNEPINa(INTERIOR): -a Remove or stars rubbish woste material,and oily togs in closed meta)containers. . , . . . . , , (27.2016) _b, Clean groat*filters, hood duct systems over cooking apppliances. . . , . , , . . , , . (13.3130} C. Provide waste collecting receptacles at dust producing mochints . . . . . . . . . . . . . . . (9.103c 10. RUDDISH(OUTSIDE ACCUMULATION). a. Remove waste,trusts,and weeds,OR store in closed metal or m0ol•lined containers . . . . . . , . . .(27.20)a&b) 11. SMOKING AND OPEN FLAMES: _T x. Post and enforce"140 SMOKING"signs: . . . . . . (29.101) Ii. Provide ash troy%,sand receptacles,or butt cons,where smoking is permitted . . . . . . . . (29,101) 12. STORAGE: a. Remove storage from snits,aisles,corridors and an at under stairways . . . . . . . . . . . . (10.1030) „__h. Arrange siarage in orderly manner and provide for exiting and Fits Department access . . . � � (27.203bi -c, Remove storage to 18"below levet of sprinklers(36"far s, age piled over)2 feet high) . . • . . , , (13.302) -d, Reduce storage lieight to at least 2 feet below tailing . . . . . . . . . . . . . . . (27.2036) e. Secure and identify compressed gas cylinders with name of product . . . . . . . . . . . . (8.1046 d.8.107) 13. PERMITS: -o, Obtain a permit from the Fire Prevention Bureau,or DISCONTINUE (1,301a) _.,_b, Camp:; with permit addendum(s),q ,itams(s) (1.306) ADDITIONAL COMMENTS AND/OR ITEQUIREMENTS: t / ,{f' l� /.. ! L•`>,... !' 4.7s- ! JAL.'•1' ''.1• ,li:C��- _ A�.//[� /t: J ef` � Cts '• r , ..�, �•."' r' .* r, 2S. a�Letter will follow explaining additional requirements and establishing a reinspection date. RE•INSPECTiON BY: DATE:--'"' VIOLATIONS. CORRECTED NOT CORRECTED 00 4f COMMENCE LEGAL PROC DUR ❑ F.6S0 2/73 ,., 4 Y 1t RIVERVIEW FIRE PROTECTION D! 'ICT ISSUED RY:_je _(/&/Z0 DATE��-f 313 TENTH STREET - ANitOCtt,CANT.4•t .. STATION a HE-INSPECTION DATE!.---- ITIEPHOnE('115)757.1303 FIRE SAFETY NOTICE �!YJ�LA'rKtrl.4---...•.- i�r Xi NGXAtYX4 . ?:!A. A REASONAOLE DEGREE OF FIRE SAFETY EXISTS AT Till$ TIME - CONTRA COSTA COUNTY ORDINANCE 75138 REOUIRES COMPLIANCE WITH THOSE ITEMS INDICATED DELOW: 1. ELECTRICAL: -a. •Discontinue use of axlension cords in lieu of permanent wiring. . . . . . . . . . . . . . . . . . 27.4046 It. Remove extension cards run through openings or attached in series . . . . . . . . . . . . . . . 21.4046 e. Remove extension cords placed under ruggs,furniture,or where subleet to damage. . . . . . 27.4046 d. Maintain wiring in good condition in conformance with the Eleetricot Code and protect from d;moge. . . . . . 27.404@ 2. EXIT$: _tea. Remove all other locks or latches from doors with panic hardware. . . . . . . . . . . . . . . . . 110.1046 _b. Remove obstructions from exits alai@*,corridors,and stairways.. . . . . . . . . . . . 110.103. I doors whop the building or area served is occupied . . . 10. C. Unlock all rxi1046 �-d. Provide lighting(ar corridors, stairways,and exterior axitways. . . . . . . 10.113@ 3. FIRE ALARM SYSTEMS: -a. Maintain fir*alarm system In operable condition and lost monthly. . . . . . . . . . . . . . . . . . (13.3074 4. FIRE DOORS: a. Remove obstruction(s)and alterations to firs doors . . . . . . . . . . . . . . . . . . . . . . (13.302) b, Keep attic access and scuttle openings closed . . . . . . . . . . . . . . . . . . . . . . . (27.408) S. FIRE EXTINGUISHERS: -a. Provide extinguishers)of mtnlmum rating( type) (13.3010) a_.,_b. Mount extinguisher*whore readily available,with top not higher than 5 fast . . . . . . . . (13.30h a&b) c. Post signs Indicating location whore extinguishers at@ not readily visible . . . . . . . . . . 1121 NFPA 1003.301a) rd. Service and too(by State Licensee)each extinguisher annually and offer us* . . . . . . . . . . . . . . (13.302) $. FIRE PROTECTION INSTALLATIONS: a. Maintain access to,and operation of standplpes,fire hose,and sprinkler control valves . . . . . . . . . (13.302 _b, Inapect and test sprinklat system monthly and maintain records . . . . . . . . . . . . . . . . . . (13.301* -C. Identify sprinkler valves and secure in open position . . . . . . . . . . . . . . . . . . . . . (13.302 -d. Provide spare sprinkler*(6 minimum)and sprinkler wrench . . (t13 302 e, inspect and service hood and duct ext)ngulshing syystem or*r cooking equipment annually and otter u&s (13.3150 _., f. Remove decaratlgns or other ottaehments from sprinklar system . . . . . . . . . . . . . . . . (13.302 .,,.-0. R@place domagad,corroded or pointed sprinkler hoods. . . . . . . . . . . . . . . . . . . . (13.302 . FLAMMAULE LIOUIDS: ,--o. Reduce Class)(gasoline,etc.)to less Than 5 pal.inside m 10 got,outside without a permit . . . . . . . (15.103.1) ^_b. Reduce Class 11 111(solvents,etc,)to 25 gallons total inside&60 gallons outside without a permit .. . . . . (15.103.2) -c. Remove flammable liquids not store in original containers or closed metal cans . . . . . . . . . . . (15.104) --rd. Remove flommo6le liquids not used for ma)nlonance in assembly bldgs.,offices,aparinents and motels .(15.4026.2) -a. Discontinue use of Class I(gasoline,etc.)for cleaning . (t15.111) 1. Store flammable liquids away from corridor*,main alai*&,siclf;oys,0ndaxil Oreo (f5.402a} pp Discontinua dispensing from containers exceeding S gallons or provide pump taking suction from top . . . . 1115.10901 h. Discontinue the discharge 91 flammable or combustible liquids into drains or on the ground . . , . . . . (15.110} I. HEAT PRODUCING APPLIANCES: -a. Remove combustibles and storage from heater area or room . . . . . . . . . . . . . . . (27.406d) b, Provide clearance between heat producing appliances and combustible material . . . . . . . . . . . . . (27,406d) $. HOUSEKEEPING(INTERIOR): -a. Remov*or stare rubbish waste material,and ally rags in closed metol containers . . . . . . . . . . . . (27.2016) i It. Clean grease filters,anI hood duct systems over cooking appliances. . . . . . . . . . . . . . . (13.3150) _e. Provide waste coti*etino receptacles at dust producing machines . . . . . . . . . . . . . . . . . . (9.103c) 10. RUBBISH(OUTSIDE ACCUMULATION): -a. Remove waste,trash,and woods,OR stare in closed metal or metal-lined containers . . . . . . . , . .(27.201 a&b) 11. SMOKING AND OPEN FLAMES: __a. Post and enforce"NO SMOKING"signs: . . . . . . . . . . 129.101 29.101) It. Provide ash trays, sand receptacles,or butt cans,where smoking is permitted . . . . . . . . . . . 29,1O1)j 12. STORAGE: o. Remove storage hom exits,aisle s,'corridors and on or under stairways b. Arrange storage in orderly manner and provide .for exiting and Fire Department access .i27.203b1= c. Remove storage to 18"below level of sprinklers(36"10 storage piled over 12 feet high) •..., (13.302) ' d. Reduca storage haioht to at least 2 feet below coiling . �" (27.203b)' *. Secure and identify compiessed gas cylinders with name of product . . . . . . (8.1046&8.107) 13. PERMITS: i -a Obtain a permit from The Fit Prevention Bureau,or DISCONTINUE . . . . . (1.301a) _._b, Comply with permit addendum(s),N ,Items(*) (1,306) ADDITIONAL COMMENTS ANO/OR REQUiREMENTS: A W Z3. ['(,atiu will follow explaining additional requi f%infe�rtsfti�establishing a te•in*pect)on date. 1 t RE•INSPECTiON BY: • .. DATE;-.-._"' 4C-1 gp-ttt VIOLATIONS. CORRECTED NOT CORRECTED COMMECEGAL PROCEDURE i CRIMINAL LIABILITY livery perscan violaGnh,my Ciro:isiun of the First l'reve,ntion Ordinance is I;uilty of a mkdcrnt"anor pu++ishibie by a fine of not more than 55C0.o) or b; imprisonment of not more than G months, or by bath fine and irttpr'ssnnmtatt. CIVIL LIABILITY CALIFORNIA STATE "HEALTH AND SAFETY CODE" Division 12, hart 1,Chapter 1: 13007, Any persnn who personally or through anuther k0fulty, ne;ligently, . or in violation of law, sets firm tn,allow%fire to bw set to,or allows a fire kindled or . attended by him to escape to,the property of another,whether privately or publicly owned, Is liable to the owner of such prnperty for any damage!- to the property caused by the fire, 13008, Any person who Mows any fire burning upon lits property to escape to the property of another,whether privately or publicly owned,without exercising due diligence to control such fire, Is liable to the owner of such property for the damages to the property caused by the fire. 13009. Any person who negligently, or in violation of the law, sets a fire, oboes a Fire to be set,or allows a fire kindled or attended by him to escape onto any furost, rangN or nonresidential grass covered land is liable for the expense of fight• ing the fire and such expense shall he a charge again+t that person. Sw.h charge shall constitute a debt of such person,and is collectible by the person,or by federal, state, county, public, or private agency, incurring such expenses in the same manner as in the case of an obligation under a contract, uxpresstKd or implied. CONTRA COSTA COUNTY ORDINANCE 75/28 Appendix E- 23, LIABILITY FOR DAMAGE:. The expenses of fighting any fires which are the result of a violmlori!of this ordinance are a charge against the person whose violation,of the ordinance,caused the fire. Damages caused by such fires shall constitute a debt of such pvrson, and file collectible by the Chief in the same manner as in the case of an oblig,ition under a contract expressed or implied. in concurrence with the above,if any violation of statute causes, mznifeiu, intensi- fitt4, or is invoked in an emergency situation, or such vrolalion cii,tre,ets, ,_....,_:. .::'. .._:_,�,Ur.i('ri2it8ra K'iti}�ttt$_4}kfd314r1.i�` ilt�'1�tt'•ifi-17a(tftt}?tii•"1 1}�ftrc'i tt+�.tttitt• v[.)t,ti-lTtti� - .._ - t i t'Vt)lVt_'t�; tt4t 1' v_ill btz t•Irar8ed aj,t4— hqj mriyu re-st57',;,'ibtv"''+iC O+"rc'''Iut:e t6l. i'�t' )mew and-manpower er itiL7 a,iU t.n r The preceding liabilities are in`a'dditlon to an criminal charges that m.vaccrue because of such violation of statute. ,t fi i tk1(J;t:'s 4 f • ISSUED BY: DATE:- � ., ca+'AA casrA COLI»tf,t,;%;co.MI"Iter/rrtnsreKt STATION a RE.itl$PECTiON DATE:_,,,.---„_- .. »u,.ewr.a.a •'Siejl;�' ../•+•rr•n.,xr•.r,pw iii!+N f,�f ry FIRE SAFETY NOTICE , C�..,+ � %.� _,rye �Od• "�' occr coat -= A. A REASONABLE OEO REE OF FIRE SAFETY EXISTS AT TNfS TIME CONTRA COSTA COUNTY 0110INAIICE 74/07 REOUIRES COMPLIANCE WITN THOSE ITEMS INDICATED BELOW: 1. ELECTRICAL: -a. Discontinue use of extension cords in lieu of permanent wiring. . . . . . . • , . . . . . . . . . . 27.404b) _,•._.,b, Remove extension cords run through openings of attached in series . . . . , . . . • , . . . . . 127.404111 _.c. Remove extension cords placed under rugps,furniture,or where subject to damage. , . . . . . . . . 21.4Udb� y ..,._rd. Maintain wiring to goad condition In contormonce with the Electrical Cade and protect ram d0muge. . . . . , . (27.404a) 2. EXITS: a. Remove all other locks or latches from door with panic hardware. Ir . . . . . . . . . . . . . . . . (10.104b ^b. Remove obstruct cons from exits aisles,corridors,and stairways . . . . . r . . , . . , . . . (i10.1030 e. Unlock nil exit ddoors when the wilding or are 0 served is occupied• • t10.104b ..� d. Provide lighting of corridors,stairways,and exterior exitwoysI . . . . . . r . . (10.1130 3. FIRE ALARM SYSTEMS: ....o. Maintain lire alarm systemin operable candgion and Inst monthly• . . . . . . . . . . . . . . . . . (13.3074 4. FIRE DOORS: ( ,„_.a. Remove obstruction(s)and alterations to fire doors . . . . . . . . . . . . . . . . . . . . (13.021 b. Keep attic access and scuffle openings closed . . . . . . . . . . . . . . . . . . . . . .. . . S. FiRE EXTINOUISHERS: _..o. Provide extinguisher{s)of a minimum rating{ type) (13.301x} _b. Mount extinggulshars whets readily available,with top not higher then 5(ret . . . . , . . . , (13.301 a L' Is e. Post signs indicatin.g(ocolion where extinguishers are not readily visible . . . . . . . . . . 1121 NFPA 10(13.30101 d. Service and tog(by Slots licensee)each extinguisher annuolly and altar use . . r . . , , . , . . . . . `(13.302) S. FIRE PROTECTION INSTALLATIONSt _.o. Maintain access to,and operation of standpipes,fire hose,and sprinkler control valves . (13.302) b. Inspect and test sprinkler system monthly and maintain records . . . . . . . . . . . . . . . . . . {13.301a ._-•r c. identify sprinkler valves and secure In open position , I . . . . . . . . . . . . . . . 13.302 ._,.d, Provide spare sprinklers(6 minimum)and sprinkler wrench . 1 3 302 e. Inspect and service hood and duct extinguishing a ism over cooking equipmean nt nually and after use ( 3*311a 1. Remove decorations or other ottochmvnts from spr nkler system . . . . . . . . . . . . . . . (13.302 2. Replace damo2gd,corroded or pointed sprinkler hoods, , • . . , . (13.302 7. FGAMMARLE LiQUIDS: (15.103.1) - -9. Reduce Class)(gasoline,etc.)to less than 5 gal.inside or 10 ppal;outside without a permit . . , . . . . _.._b. Reduce Class It III(solvents,etc.)to 25 gallons total inside&60 gallons outside without a permit . . . . (15.103.2) .._,.,c. Remove flammubie liquids not stated in original containers or closed metal cans . . (15.104) ,_..d. Remove flammable ii ulds not used for maintenance In assembly bldg*.,offices,opattmenis and motels .(15.4U2b 2} -e. Discontinue use of Class i(gasoline,etc.)for cleaning . . . , , . . , , . (c15 111 _.• 1. Store flammable liquids away from corridors,main aisles,stolrwond y*,aexit Oreo . {[5.402a� � Discontinue dispensing from containers exceeding 5 gallons or provide pump taking suction from top . . . . . , (15.1090) . Discontinuo the discharge of flammable at combustible liquids Into drains or on the ground S. HEAT PRODUCING APPLIANCES: -a. Remove combustibles and storage from heater area of room , . , . , I I . , 0 27.406d) III Provide cleorance between hoot producing appliances and combustible material + ., + 27.406d) 0. HOUSEKEEPING(INTEIIIOR)t -a. Remove or store tubblsh waste material,and oily rags in closed metal containers . , . . . . . . . . , . (27.2016) I Clean prewe hlhrs,anr�hood duct syilems aver caolning appliances, . (13,3150 c. Ptavida waste collecting teceptocles at dust praduting machines . , , (9.103cl 10. RUBBISH(OUTSIDE ACCUMULATION): -9. Remove waste,fresh,and woods,OR store in closed metal of mstol•lined containers . , . , , , , , . ,(27.201 a&b) 1t. SMOKING AND OPEN FLAMES: -0 frost and enforce"NO SMOKING" signs: . 29.101) b, Provide ash Innys,sand receptacles,at bull cans,where smoking is permitted , 29.181} + t2. STORAQEr -0. Remove storage from exits,aisles,corridors and on or under stairways b � t � � tt0,103el _ _ . Arrange storage in orderly manner and provide for exiting and Fire Department access 27.2036 -C. Remove*1011129 to)e"below level of sprinklers(36"for storage piled over 12 feet high) . , (13.302) -d. Reduce storage freight to at least 2 feet below coiling , (27.2036) a, Secure and identify compressed gas cylinders with name of product (fl,IG4b 6.0.107) t3, FENtattS: ,__o. Obtain a permit from the Fire Prevention Bureau.or DISCONTINUE . . . , . (1.301a) b, Comply with permit addendum(s),It ,Items(*) . . . (1.306) ADDITIONAL COHMt:tTS AND/OR REQUIREMENTS: t t Opt Jc x3, ]Letter will follow explaining additional requirements and establishing a reinspection date. J .. REINSPECTION BYt DATEt---- j VIOLATIONS. CORRECTED NOT CORRECTED COMMENCE LEGAL P OCEDUR ❑ ;i F.650 2/73 X - rw.a+i i. i i .. r RIVERVIEW FIRE PROTECTIOI4-JiSTRiCT ISSIA-0 UY! �._ DATL.�•-.,�-� 315 TENTH STREET-AH1100f,CALIF.94509 STATIOii M--a-RE•114SPECTION DAT(':..,,"-__._.-»-._, TELEPHONE(4151?S74=1 r , FIRE.SAFETY NOTICE • ...iY.»'L�.(��t/�-lr'1.uJ�j' -i0.. .`+�il".��4��+drr.M/-�..�-.+• yiCY Vqi � .-�.w L'1• _A A. A REASONABLE DEGREE OF FIRE SAPETY EXISTS AT THIS TIME CONTRA COSTA COUNTY ORDINANCE 75128 REQUIRES COMPLIANCE WITH THOSE ITEMS INOICATEO OLLOW: i. ELECTRICAL: " -a. Discontinue use of extension cords In lieu of permanent wiring. . . . . . . (27.40 a .�..,b, Remove extension cords run through openings or attached in series . . . . . . . . . . . . . . j27.40 ,._.c, Remove extension cords placed under fugs,furniture,at where subject to damage. j . , 127.40 _... d, Maintain wiring in good eondilion In conformonco with the Electrical Cade and protect tram dnmoge. (27.404 2. EXiTS, -a. Remove all other locks or latches from doors with panic hardware. . . . . . . . . . . . . . . (10.104 .r•..b, Remove oGstructions(tam exits ofales,corridors,and stairways . . , , . . (10.103 s, Unlock o11 exit doors whoa ills Irtrtiding o►area served is occupied . . 10.104 t d. Provide fighting(of corridors,stairways,and exterior exitways. . . . . . . . . . . . . . . . 10.113 *. 3. F#RE ALARM SYSTEMS: - i ..�a. Maintain fire olorm system In operable condition and teal monthly. . t . . . . . . . (13.307 1 4. FIRE DOORS: • ' • ._.. it, Remove obstructiae(a)and alterolions to fire dour . . . . . . . . . . .. . . . (13.30 ,....b. Keep atilt access and scuttle openings closed . . . . . . . . . . . . .•. . . (27,40 S. PIKE EXTINOUISHERS: �.,a. Provide ewlingulaltar W of o minimum rating( type) (13.301. b. Mount extinguishers where readily available,with lop not higher then 5(Get . . . . t13.30!a d. ._..s, Past signs Indicating location where extinguishers are not readily visible . . . . . . . . 112)NEPA 10(13.301 . .. _d. Service and tag(by state Licensee)each extinguisher annually and alter user. . . . . . . . . . . . . . (13.30 S. FIRE PROTECTION INSTALLATTONSt a, Meloloin access to,and operation of slandpipaa,fire has*,and sprinkler control Volvos . . . . . , . . . . (13.30 inspect and les#sprinkler system monthly and maintain records . . . . . . . . . . . . . . (13.301 _., C. identily sprinkler Volvos and secure in open position . . . . . . . . . . . . (13.30' d. Provide spare sprinklers(6 minimum)and sprinkler wrench . . (13.30: e. inspect and service hood and duct extinguishing system over cookln0 equlpmsnl annuol y and after use . (13.315 ,_.f. Remove decorations at other attachmortts from sprintiler system . . , . . . , . . . (13,30' S, Replace damaged,corto ed at painted sprinkler bbsodaa. . . . . . . . . .. . . (13.30 7. .FLAUUAHLE LIQUIDS: + . ' -a. Reduce Close J(gasoline.etc.)to less#bon 5 gal.Inside of 10 Sot.outside without a potm;t . . . . . . . (15.103.1 _._ b, Reduce Class iI III(solvents,etc to 25 gallons total inside&60 gallons outside without a permit . . . . , . (15,103.." ..._,.,c, Remove flammable liquids not starel in original containers or closed metal sans . , . . . . . . . . . (15.104 d, Remove flammable 11%fda not used for maintenance in assembly bldgs.,offices,oportment%and motels , (15,4026.2 ..,_.,.e. Discontinue use of Class((gasoline,etc.)for cleaning . . . . . . . . . . . . . . . t5.1)i F, Store flommabte liquids away from corridors,main aisles,stairways and exit and . . , . i 5.402a pp Discontinue dispensing(ram containers exceeding S gallons or provide pump.taking auction(rem top . . . {15.1090 Discontinue the discharge of flammable or combustible liquids Into drains or on the ground . . , . . . , , . (15.110 S. NfAY PRODUCING APPLIANCES: a. Remove combustibles and storage from heater area or room . . . . . . . . . . . . . . . (27.406d b, Provide clearance between hoot producing appliances and combustible material . . . . . . . . . . . . . (77.406d S. r10USEKEEPiNQ(INTERIOR): ..._..a. Remove or state rubbish waste material,and oily cogs In closed motel containers . . . . . . . . . . . . (21.201b} b, Clean grease filters.ant hood duct systems over cooking appliances. . . , (13.315a1 c. Provide waste collectingvoceptacles at dust producing machines , . . . . (9.103%; a 10. RU89ISN(OUTSIOE ACCUMULATION): 0. Remove waste,trash.and weeds.OR stove in closed metal of metal•linod zontoiners . . ,(27.201 a&b} 11. SMOKING AND OPEN FLAMES: r a. Past and enforce"NO SMOKING"signs: 29.101; b Provide ash troy%,sand receptacles,or butt cans,where smoking is permitted . . . . . 29.101) 12. STORAGE: 4 a. Remove stbrage from exits,aisles,corridors and an or under stairways . . . . . . . . (10.10391 6. Arrange storage in orderly manner and provide for exiting and Fire Department access (27.2036t e Remove srarage to 18"below leve(of sprinklers(36"for storage piled over 12 feet high) . (13.302) '1 d. Reduce alorage height to at least 2 feet Wow ceiling . . . . . . . . . (27.203bl a. Secure and identify compressed gas cylinders with name of product _ (8.1046 d.8.107) tY. PERLitTS: _a: Obtain a permit(ram the Fire Prevention Bureau,at DISCONTINUE (1.3010) _11 Comply with permit addendum(a).IT ,Items(s) (1.306) ADDITIONAL COMMENTS ANDIOR REQUIREMENTS: ' ZS, QLome will follow explaining additional requirements aad establishing a rgpjsWr�p�atjGtkd1sts, •. l�iii , RE•iNSPECTION 8Y: DATE-.---- VIOLATIONS: CORRECTE ATE:-. -VIOLATIONS: CORRECTE D'.:=�� '„,.. .,...r..,+.•--w--�� """ 'P' ~"^ ': «r'a 7 I i 4 a _ 1 ISSUED UY:_iLDATE:, CON1eA c051A COUtrrr'Y F S COn50l10A fit,rest o1srRecr ,`�� all .1.. itM�mYf� .........,.t,..�1....t,1 STATIOti%-s- -RE•INSPECTIOti DATE:-_• s»@too FIRE SAFETY NOTICE / a 33 f4'r ec��l' ic•R•at n) -./AAD�ull r.tt 11 acts coot clrr �•• •~- r^"11� e1GNAteNt A. A REASONAULE DEGREE OF FIRE OAPETY EXISTS AT THIS TIME CONTRA COSTA COUNTY ORDINANCE 14/07 nEOUInES COMPLIANCE WITH THOSE ITEMS INDICATED OELOWt 1. ELECTRICAL: a. Discontinue use of extension cords in(leu of pe►monent wiring. . . . . . . . . . . . . . . . . . . (27.4046 -b. Remove extension cords run through openings or attached in series . . . . . . . . . . . . . . . . 527.4046 _c, Remove extension ctrd•.placed under rues,furniture,or where subject to damage. 127.4046 d, Maintain wiring In good condition in conformance with lite Electrical Code and protect 1104 dcmog*, . . . . (27.404a 2. EXITS: o, Remove all other locks or latches from door@ with panic hardware. . . . . . . . . . . . . . . . . . (10.1046 +b. Remove obstructions from exits aisles,corridors,and stairways . . . . . . . . . . . . . . 10.1030 c, Unlock all exit doors when the building or area served is occupied . . . . . . . . . . . . . . 10.1046 d, Provide Ilgl+ting for corridors,stairway@,and exterior exilways. . . . . . . . . . . . . . . . . . 10.1130 3. FIRE ALARM SYSTEMS: a. Maintain fire alorm system Inoperable condition and test monthly. . . . . . . . . . . . . . . . . . (13.307c) 4. FIRD DOORS: a, Remove obstruction(s)and alterations to fire doors (13.302) -rL, Keep attic access and scuttle openings closed . . . (27.400) S. FIRE EXTINOuISHBnis -0. Provide extinguislier(s)of 0m(nimum ratin�( type) (13.301a) -b. Mount extinguishers where readily oval lob 10,with top not higher than fest (13301 a 6 b -c. Post signs Indicating location where extinguishers are not readily visible . . . . . . -11 1 NFPA 10. (13.3010) d. Service and tog(by State Licensee)each extinguisher annually and after use . . . . . . . . . . . . . . (13.302))) S• FIRE PROTECTION INSTALLATIONS: -a, Maintain access to,and operation of standpipes,fire ho**,and sprinkler control valves , . , , . . . . . , (13.302 __ Inspect Inspect and teat sprinkler system monthly and maintain records . . . . . . . . . . . . . . . . . . (13.301* _�c. Identify sprinkler valvas and secure In open position . . . . . . . . . . . . . . . . . . . . 13.302 -d, Provide spore sprinklers(6 minimum)and sprinkler wrench . . . . . . . . . . 13.302 e, Inspect and service hood'and duct extinguishing system over cooking equipment annually and allot ass . . . , ( 3.3150 1, Remove decorations or other allochmentt from apt nkler system (13.302 g Replace damaged,corroded or painted sprinkler heads. (13.302 7. FLAMMABLE LIOUIOS: __o. Reduce Class,l(gasoline,etc.)to less than 5 gal. Inside or 10 gal.outside without a permit . .. . , , , , (15.103.1 --le Reduce Class 11 III(solvents,etc.!to 25 gallons total inside 6 60 gallons outside without a permit , . . , (15.103.2 �-c. Remove flammable liquids not stor0 in original containers or closed meta)cons . , . . . . . . . . . (15,104 -d. Remove flammable liquids not used for maintenance In assembly bldgs.,offices,apartments and motels . . . . .(15.402b•2 -a Discontinue use of Class i(gasoline,etc.)for cleaning 15.111 Store flammable liquids away from corridors,main aisles,stairway@ and*;it woo . . . . . . . ( 5.4020 t -R�p Dfsaontinue dispensing from containers exceeding 5 yallons at provide pump taking suction from top . . (15.1090 Diaconllnue lire discharge of flammable or combuslibla liquids into drains or on the ground (15.110) S. HEAT PRODUCING APPLIANCES: a. Remove combustibles and storage from heater area or town . . . . . . . . . . . . . . . (27.406d) Is. Provide clearance between hoot producing appliances and combustible material (27.406d) S. HOUSEKEEPING(INTERIORi: -se. Remove or nota rubbish waste material,and oily rags in closed metal containers . . . . . , . . . (27.2016) _b, Clean grease filters,ane hood duct systems over cooking appliances. . . . . . . . . . . . . . . . . (13.3150 C. Provide watts collecting receptacles at dust producing machines . . (9.103c� 10. RUDDISH(OUTSIDE ACCUMULATION): o, Remove waste,leash,and weeds.OR slot*in closed meta)or metal lined containers .(27.201 a&b) 1t. SMOKING AND OPEN FLAMES: o. Post and enforce"NO SMOKING" signs: , . (29,IN b. Provide ash trot's,sand receptacles,or butt cons,where smoking is permitted . . . . . . . . . . . . 129,loll 12. STORAGE.- - TORAGE; -a. Remove storoge from exits,aisles,corridors and on or under stairwayys . . . . . . . . (10.103*) _„_b, Arrange storage in orderly manner and provide for exiting and Fire Department access . . . . . . . , 27.203bl _e. Remove storage to 18"below level of sprinklers(36"for storage piled over 12 feel high) . . . . . . . . . , (13,302) d. Reduce storage height to of least 2 feet below calling . , , , . . , , . . . (27.203b) o, Secure and identify compressed gas cylinders with name of product . . . . . . . . . . . (8.iO4b d 8.107) 13. PERMITS: -a. Obtain a permit from the Fire Prevention Bureau,or DISCONTINUE (1.3010) b. Comply with permit addendum(s),M ,Items(s) . . . . , (1.306) ADDITIONAL COMMENTS AND/OR REOUIREMPNTS: 25. (]Letter will follow explaining additional requirements and establishing a reinspection dote. G REINSPECTION BY: DATE:---- VIOLATIONS: ATE: -VIOLATIONS: CORRECTED NOT CORRECTED COMMENCE LEGAL PROCEDURE F-850 2/75 i] i CRIMINAL LIABILITY Every, person violating any provision of the Piro PtcViontion Ordinance''. in guilty of a misdemeanor punishable bya fine of.not more than $500:00. or by imprisonment of not more than 0 months; or by both fine and imprisonment. CIVIL LIABILITY CALIFORNIA STATS, "HEALTH AND SAFETY CODE" Division 12, Part 1. Chapter 1: 13007. Any person who personally or through another wilfully., negligently. or in violation of law, sats fire to.allows fire,to bs eet tc;,or. allows a fire kindled or attended by him to escape to..the-property of another, whether privately or publicly owned, is stable ,to tho' owner of ' such property for any damagos to the property closed by the fire: 15008. Any person who allows any fire burning upon his property,to oscape to the proporty of another; whether privately.or publicly owned: Without exorcising due diligence to control such fire, is liable .to tiro owner of such property for the damages to the property caused.by the,firs. ... 13000. Any person who negligently, or in violation of the law, sets a fire, allows a fire to be set, or allows a fire kindled or attended by him to os- cape onto any forest, range or nonresidential grass-covered land Is liable for the expense of flahting the fire and such expense shall be a charge:agsinst that person. Such charge shall constitute a debt of such parson, and Is collect Ible by the person. of by the federal, state, county, public, or private.agency,' lacutrina such expenses in the same manner as in the case of an obligation under a contract, expressed or implied.; CONTRA COSTA COUNTY.ORDINANCE 74/87.' Appendix E: 25. LIABILITY FOR DAMAGE. ' The expenses of fighting any fires which aro the result of a violation of this ordinance are a charge against the person whose violation, Of,this',:`' ordinance, caused the fire. Damages caused by such fires shall ooaiiittite a debt of such person.and are collectible by the Chief in the same manner.", as in tits case of an obligation under a contract, expressed or implied.' In concurrence with the above, if any violation of statute_causes. manifests, intensifies. or is-involved its an emergency'situstion;'or such violation hinders, obstructs, or interfere with the operation of the'tire . department. whether or not actual flame is evolved. a fee will be charged as the Chief may reasonably set or require, for the aquipment and man. power mobilized because of such emergency situation. The preceding liabilities are in addition to any criminal charges that may accrue because of such violation of statute. A.14, •4 ♦ ,.�moi' .,1}1♦Fv'e+wi:, ';�,,:�r?r",r'My�+Ani:rn�'.:.�iYir+`::w , •.cif - Z vs•,y:i PROPOSED STAFFING PATTERN INSTRUCTIONS: List each position individually by title(the positions should correspond to the positions listed on Pages 2 and 3 of the budget). If the position is filled, indicate the characteristics by placing an 'W' in each of the appropriate categories. If the position is not filled, show the proposed date when the position is to be filled. POSITION(Itemise by Title) SEX AGE n A e 11.1-/V•r rut t e PROPOSED tl r.1.r• 9C-A4 t.t' n.prr qn nva r,n ., e1..cr i � ••.�.q uy%�w�tr ..o DATE Project Director X tiutri t on s�t Secretary ccounClerkCoordinator GRCDC x x - Coorainator IIH to L x X x— coo rd Ina or gr-.-ULOSSO— '—X Coor�na orl g1 r. L1TCT{6 — LOordl r MicIr. fifI to —X— Site •anaaer X Site Manager UCOSSO X X u to n X Si tp flanagPr till A C. X u u uX X ^"X-- X n n n X �. u to n X —x ---�- u a If X X If F 1 Crrl=its _ X --X-_—_ 10 " Pleasant 11. X n Aide L Ilutritioos Ne an -- Escort Aide GRCDC X 0610 l� a n in �. •v r., ... ` N r7 W O— --.0) S rn n 3 a to (D T. rt I -•rL In -+ O IA 1 rod, wa r+ )n CL C+ p0 1 ti L c O Int(D N 1 4 rt n r rn Jr�' W n�_ n ri rroo o c r•+•ci o:3 AJ. ? wI m o f1 V rt f1 n'f O N-r r•7 -t 1 c :J ' ! (D r• r (D Q(D O (D O rD n • r O -1 t- fl ' .. O 7O to rt rt 7 a In -t (D m 04 c C rD �. ., w In r• t/1 3 rD r. V1 r' r n r i rq n r•N 20 N+ (D O (D v W O rt O. ••� o rt~ Z -1 < (D . (D a 'f J• w N C (D th r11 O > > t M w -�vf tD O f)a" O O ?. n C a r y C7 y W jo CO VI M O C r'` O 'O�.�.�. O M C n w f Q C ••� •-+ n rt"S �+ w A, r•ICL = M rD rD a CL o a -••O N 'o rD O ? rn Cr rD r) 3 h y rt a cc " > ' m rrV R. ,M � r. rro m w O :U In O.'S T 1 N O C rn n > aa to M 'f ;p na " C y � rrtofl Min c« nnf O Gs M � O �{ a °- i �• r .= a a, 0 1a 'T ro -� m 0 N J J m=,r1+DrD. n � � o o. 0 0 G. o rrt A 3 N n r�tG•h � O < S o n " a ro 5-o er�+t ''w Or0 °f+ 4i oQ rn► K Y > ro < N tl M rh .pp.. 7. A tr< hl I Q L!1 O O nmY Y n n Q r z s ^� m -t + > t1 ~ rD K rD Q In 461N O < 2 C o W Y n n n_ ""• .i "• " y f 3 f fit+ M C V O o = j " N ° It a a= a = Csc c on O O W a' H O A 1� rD 'A s H n rrDD rDD r<tD�a. 0 0 Di S a -,u o " M r<D rh o y Z r1 0 '1 s O mw C lD c* c •� L z e Raj 7+ to cOG O frtD n -1 O rn cz XI cu r. 7 f0 Y n c O Z v. N a' r. M CDD •Nt L n x r O rD n V) (A - 1' r]. O rt W 'O O �+ rt w v " D i C3. m O 0 +1 - ~ Y a t (Ail S O O ���pp rD rSD Z O a H Cu 'O tDi) R rt r//11 � m N m rD o 0 5 > a rt 1 o m =r IVc % < o n m -h fD o i n HOS 2 O to m -" 7 O of < c _ n c r}� rD O �O i O►> p rD k• $ N ~ n G (( N b C, 1T �! ♦'V vQ Y' •F O d Grr v, p a 3 �i n oo0 t- or7 0 r e .t O G to V O 4� ri !� 4o re y,. O O Y * 7 n OM V Ots p 0 K r� N' to tom" h VA ti a i pi r7 01% ' N °, d d ri ra i Via f. r . IA ri cam, w i gyp. � "'� t�• a � 13 � cl a l •�� tt p � W ��. •*p ? r a •.► '' N�,��,, tnm ? n Q rti W V• W q1 .a N a nd O try �CyC9 ..+ CS V+ ,r.,,.'.•'' ."� tt � r +i t7Y N Cr n r - ' 'aCO, r awtoas ;� mA Cs w o cc e eo A N W �' N W a 0 CP ? ..°i ,act�: 3 �'� �'>= �", v+.�»p''` (( j�y'i ..s cam'• n =kto "'• p+ o � a c w ✓ � ,��, aY„• * , 7c �, r R n n W rt H n n C o rS n y. O p C N rr rt n ( ca p j » n. N N n n rt n n h� ~ CL w W I n a W I-- Cf n n a' p n " rr rt rrr o n n w r1 0 0 A W n r S� W » » G'Z N c rr n ►+ n p ?-1 rJ .Y•CY n N rt A a 1.4 b rt r{ n b C+ n ri ri p : r N r•. .. .V y o •D W n CAH N Q. < 0 r• n ro o !v o n ry n W r ., V r > N :3 b O n » n n O O ft. .1 N -1 n n a rl �%N n O y rJ rD O G N a :a r D? rf tD U. rry td'< 7F a ri p 0 op7: F r: rr rr CS. rl w n ON�< V ►••• n rf Y•ti A 12 A `4 N C v r rD n b A (✓ 0 Ute' h (y m W K N r7 u. r pq w u M � N � ' n x rL07 m _. rrun A o a „a,S A, =w 0 IV o lOil tJ{ V 0 C O n n 1 as roto kh cru �. 7 ro -s rn Q ..+J 1 w "tai w v' H cr r3 c ro -v v to ro n w to .Ow no V M n rr F1 A o rn -a ru w _n N to 'IF t7 J 07 y ��. Ln i W R•. Lnt0 .A N"a in coO O W tD 1 fJ1 ty P.5 CJ.... N..+. LA CJI rD r'1' .,. .+. a b CA^G 'T r•Y O M pr << Ih A i n iD tz ra rN+ al 1 as Par m v N o ro ro A 0 C? rD Nr b 3 N •� � 9.1 O O . v n tD O cn•O su N r O\ Ln W N v a rrn 7 A d b 73 CV tli 1V�-+ Cn Im Q n to? N< pp WCD t, b W N N C)';l •Pro Lna C)(Dm Cl 00 !VUk w p Ow O m cn O o Cl rrl hf ra+ ro N p c° M Cl)go �• P. 1a :° opn Q• a0. n � � CA n N ro \ D d :i n 0 ro O.' 0' ` in V IA J V did :44 n ..�. ro C7 r M n A H m• O 0 C3 U1 ID r 0 '-f •D O �•L7 W..•. O ►+ ro p t�n0 ��1 N N W row C r m m r O-n rt . Cin a W kA 5• K. .N_a W c�D 'tT N ro a car °' -+ a ro t< r+ w 1(• !Y- b -.A OL 7 `ti to �-0 a o. 7• '• w �' m n ro rn ri o •s GJ ,� -t � J "ro+ a ✓' � own m v4m trot m o •.�j ..... .V Mrt n "f ro 'r1 �. �l < G WU4 I N `1 n rr >Fi ,i s N W W W r.-:t -n -g -4 O * O lWD u O•aS NCAD O0 OOr� Cna -S ,J.. M a sm o t ..a n. a W e V•trot -< •o w cn n N N ro ,�, a _.y._ � ov ro a i tay o nca W A A w K K A ►" A r •O 3 0 0 < r W R rt A C'7 h 0 n G G G A v tr. A 03, wt'to N n n Y p L7 R t.t-G rG w d n u to A r A f ti 4 p rf K R K m tv rt n tj rt 0 0 n r R 3 S r rr rr C7 t t G r. A Y- A O t-I eJ M•-Er n N K c Ob r•• A toy 6f Ct. �, r- n t, 4 � 3 y n n w r .-. b r• 9 to , G y cf r r. 0 O O rt rt rr n O O `.� •J Y 't7 O R 41 y n *, A p K A n 7 K n f0 (4 O A O N O. :� r• G'0 r xD � 9 ►'• t3 O 6. . n O r, t•'•• O. 0 O r U O' p- P- 0 .+`t u w n r, Gf 0 .-• J N n 1-. H n f, R 1'• �/ A fr co o Y• ~' a A v a Y :' O R o ry ,: rt, 3. t^ d O r-- a CQCY N n c 0 r? �o �� c, arca ca w W C")73 A Ul\ N\_ .p O••1�O Q p K tr ,3 cu vj _j C" 4L tutu+ Nb CIT W 3 3 to k w ►` o^rt ;w yr w Q a w-�• N-+• p aa j a R d a. n r+ rD �! 1-i N ((D � 0. ,a.. N n R T tD.�.w f�D .Ni. A v N V O ►�. n o W c+ a tOn w (D .i v �� w n r In (D a 3d A n •O - r F N C" r :Z W ww � f7 W O V(D Pf t \ \ • w Ln 1 O 0114] V O d ~N `W' rJ f�7 Ln o-n -+a) W w cn Mb-s cn M vt c� O rr rD Vi rA tt x A -fi LA v \ -= Ln CL 1 0 m ` a p c� ov co to n r ea -- N v w w K r9 O CJ At a JJ 7 � to p tO •P 3 -i N• f�J�• •-�n O A p d a n �»-In W:3 ZOO. O-n N a Q rCt- ate+.60i .•. 4 a tD a w-1 0-s 0 'a, rr n rr tL ti 0 fpa► j � a s rV"Of .= fA3 � f'] O .:.. , fD W to (D — w Ln It• -< w n .N n O t+ G. Q Q co Ol rOJ 3- \ O ri. tS rJ un N O tD _�, W 46 w m -'0 � In 1 � �� v to _ r m n O to rrr p•• tNv ~• Ln o �o rn c+ w -+ t'o 14 -Pbw •� s n '' c "" in I -j lu in s v• Pj a -1 a �.t' - � . t7 O-r1 .?-1 cn w N N -1 t.n-{O tr to a C+ o �. .Nc -1 cf r * rl a a a aC-) ,••��C A C3mr+ w K. K n 7c' t1 (D w \ to A o: r+ r O n r� r. N 0. 0 n v :4 ti N 1 < G rT A n * r .?tD '� ...._N.. N co p N.^CA-nrt A C, \ N^ C3 c+ ry rt C Vl Sit-%. 3 W -+ o * Oa p=3 9u3c. �p c cx r•• cf N 3 (D �••p (D \ ca CL ---I 0614 _ I C H m c y �b a a C Q o% 0t V I . c+ V. -4 { 1 n A En O-j td W K b M !y 001 0 O pi Pyr an :n •O rs O O ,C .t to Pt K M C7 93 L-LI, n [o rS .Y N r tt rT M C.1 UPQI a .ti W rt fir O A n W W Q' •rT rt t! +i 0 0 n H CL N 0n n W O rs K rt n P" rt 7•^ T; rr rt C'7 N W n OWi 3 tr M t'• n c rt n uri o. rs ►� OG nnrnn aO On rr rr Aa n o n r• rts A too ~rr:r� R 94 G o O vn D cma Cs n W Ct C1 O n o r N o. cs tj � A r+ t•7 rrn n tv *C f e to W rt n r n a n "= a. N n G4 k a. W w �+ H :7 n T r1 '+." f' C7't7 I Pb' Gt•O\ O W 0,Q C? p H 1102 O Ari • • "� Ln •C C 00 Pl UP t.•, l ^�`C ttn su A K GS'V tV PFJ m in Ste• CSt A) M O to � -G rr O N .�.. rJ. CL N O Gt. n O .`�+. tQ rt, rOj t I f(D 1 O .moi. h to +-+ 0)rt b tz !li 1{D 'co n v tr 'Y a P) .,Vj {b b tz J. O s n • tst a cn n a r: J= sv . o m -+ m in rt o-s ui w o^n Q n Es -s ra-+ to - c c rl"r � tns n C+74 no lu y N (D M tri �zi vt w = to�s• -t tD -- 7C C+• W N x• i!# X } ?rt X0}+ 1+'• Q tA • • 0C? V l7 CJ rl 09 Cl ri m r'� •� ^-I co -+co W to GI 1 •"•" i C) O . . .t p O -., N t N\ O"� V tD .� to O �t p Rf 122 t!i • ^S r`a C•i f9 -�• p I fh tL� LAO tT1'K�' 6) O• N-A o 42 O a p ts iii 0 to-n -'•'� to lu tri-4 to• tJt rD h Lf P. 1W-+N 0 :0 O C+ tD N �• ...• '�O ca O. Wim• ' . ry .� a m tea m m a -1 b >F -mac rpt I- w 0 C . arm n o N m 0 7 � V. O O� a rF `t' b lI - a a. •.`• Q0.+. . t0 •t >f W W .+. •� O is ik rs C3 n0 0 nK-+ V a. s-• n a R Q o It n t"1 r n rr a". to b n ►� r tii a N --t b N pn w O V W of W."'� .tom n -+ in crIII tv '� •t r tT i N•-'` thto coo Cl'S O `4�+O c+ rr < O-n Q Ln w CL •A"I m a --4•-+:q Ln m a su w "% ..A a mvs is c +a ,•mac �°^ i N vt tom• �C x •t7 CL rt ;0 LA s rn rn• to a o •+t r 'r 0. a h R 0 0 Q A t1 � �. 01` ''O V - O nh ^ to N-+ l t0 V n rr . O t •-+ rrt i"• O . G rr •(� i •C7� r- to co ri rt n r- co-,O M. ^' \ C)CA E3 lu ti rr Ln C) VII• O triter V F ttt J• 0 r► * O'n tri sv j .ter=• tV•o ,tv f CO } mm CO a rQ+ . l�1J N r amain Cl xi o c>cD N o •t i r v ro. a 1 a w ate+ v � s tom* C3. 1 0. o < ? 14 NT 'St `� C 0 y C1 - D M x `4 =+4 v O �f y °x ±C o h R't n w GI p d O xt � c m 'o t~`i r�M tt ^ro ^{ t o A ms -S n O ° _ _ wn f o r O x A x r oft ° a �p 7 O Z 3 x y Q r, Y m p tS► m O . A { ! t1 a 3 v .4 r -4 �^ 3 G r M,rt 0 r4 r.. m i' Y S 9 0 3 Y D " �i r1 s w n n p -1 O x V o cl a �i 7 '!< 'b �° m N n ! rt 3 D -44 --1 70 fl 7 4 n 0 °° N n �' � " � M d Q U -h K .i 1 d " -fl S" tgm F- CIOxtt t1 m N O "� n N � s ea n C''s 0 r rY �^ m v p i t ,n O f1 ? r�i. N n !p r1 N- 0 i O y O M t' M N{ f N n tn0,rxGy p wo G1 C p vo y ,r " -n 1, lry `G n rSt a „� C n S. ft O 0 Ln t- C�p, W y n SU m oto ^ y r °. x o y 2 y Gta,- "-" p '< rn v+ ` (xj .4 a p ...:w a -t �J0 C3 z ei n ;an O S� P^ .,i n w�i•' N r ►n q O t rn o < ° RS a v tT! N 0 q!' D fS1 Q1 V O r' N u` cn Ln I 1 i <p Gb O n r V ►u C rl o i ❑ * o ❑ >y O > G w P t•2 p p r r n i c ia+a > n " o rn toto Xb o pWi Ln co rn C ? N -a O x^ ❑ z "" 't xo o r c n x 10,0 31 .. .: r .� a K. ❑< Co N c m n o p -4 rt co o o r a G' %DD � CO »� -A i �+` N N N F. QD U3 r° m tS ,'..� O1 Q ? 4,A .p. " N Ca '� `! a o no } i •+ co �.+ y+! W � W � 411 CO -,- n a+ ..+ � N z Nt p • � N O {d V i ro y �� r nnoaoo n � � c c r Z° a � - -s -s -s -s Z. o � r � F G1 n Gl` elt n rn -1 m m — -� m0 � > � � t+SU m r -+ m m m � 3 � � 6 410 � m r - 3 m • 0000 m :• r " v rn m n 's -s -s -s 0 m rn ;; v -r _t In m 'n n m -c C+ -- m m 0 r -r N -, rt C W a �Z r N O a 0 5 ns C+ in cn O m -. w w a O M o n r w L2 r 0 tr of o c C f'! O h �^ ► z .f m Q H G f�D 0 uw a z 0 00 Er O o+• `� w 1 O � $ � s. � N 5 � o N tJl •A r r r • ro W o1 •p .r>•W o'i t0 O tD V W W a b O a ch A W tNCi 0M1 co W m In � 00 Ln n N u e •1 ,h0 a' a 2C' h - =• 4 n h u ti i r.voi rZ s n � s CX.� o n 5 N h cn ro :� h � n r C li co U�p 1 10 so? vj a O in s VA :0 7 O �+ p Nn n N his. r h a O i N N w h Q N V V X n r N co covA O V V CO W Pb A a Q 2 Fo .1 -1 In w ...� W Ol i V4t. vl 1p ; r O N A W A oV O Q1 N 1a V 01 tp � N I =rn - - 3 A 0 C+ - - - 7 A O > „ _ r r � �' � r°'e -mss c, m _i In C+ ° m r v o v -t T C > m !O 7 - -t m m p - - - J - - - - C1 - N X x - - - v -' - - - - - - - _t m y In 13 -4 In In fit z r c om .I � x Y, _ V � Ll _ _ r 17 CJl (DIV z f 2 3 A w c7 Z z ^^ to z G c n p C1 V) 1D C m Cl Q° a Co m to z y p z3 ° ° .� co o 'fct r _ O C) C'7-1'f r O � o 3 T N O rt--1 ' Ut C S b 7. � C C Y d 1D z ° c t cr _: m x ♦7 Q° IA c u; 0 Cl) �. A o fmz 0 3 °' t'* N o w c A « m < n O r' O Ln ;bN V W W W C1 W W WW W W A A L ^ n [ Y V V J Y V V V D ..� :o C7 V ...r N (77 tO W Y W t11 C1 C1 C% w wA tD a N e W p t! Ln 4a N Ln to LC MCI t0 W tC tb C1 0103 C7 C2 A T ii r A to N -+ tJ7 W p p -�tJt -�V r. O 7 rtt o a- t n n. 'Y O NO :7� fl C on' • p C u o � _ N c N A C ` 4 N n o c O I � e1 7 rN r ...� �+ �• to V V Y V Y V V V w to to v Y V O - a! p to -+ Lo W-4 -- Oo .A U ct on cn t7 <om N CD W W Wcr Lo oa a N 00 Cl(A CD p N -Ai ;^ . C c t. > - co O - S X r _ Lr on r a N n R N V ((n V� N CD W A W CO A z X p W W W O ? tp N .PAA to M "�-� V V tD OLT 01 ?ANY b cn A W A V to t0 to--'Ln A 00 O w v, N O I PERSOMEL 7/1/77 - 9/30/78 County Account Clerk II ($830 - $1,008 including 5% increment effective 7/1/77) 1st step 3 mo, x $830 - $2,490 9 mo. x $872 = $7,848 (incl. 5; C.L.) 3 mo. x $914 - $2 742 $j3;a8a F.R. 22n = 2�5 878 Public Health Nutritionist ($1,223 - $1,475 including 5% increment effective 7/1/77) 2nd step 6 mo. x $1,223 = $7,398 3rd step 6 mo. x $1,284 - $7,704 � 3 mo, x $1,348 = $4 044 $f9-IIT-9- F.R. 22% R4 212 tw Intermediate Typist Clerk ($761 - $925 including 5% increment effective 7/1/77) 3rd step 8 mo. x $839 - $6,712 4 mo. x $881 - $3,524 3 mo. x $925 - $2 775 $ 3,0 F.R. 22% - 2 862 , 00680 3 a. i 4 PERSONNEL 7/1/77 -_ 9/30/78 Home Health& Counseling Coordinator Site tianager 998 x 5 mo. _ $4,990) $15,470 32 days x 4 x $3.76 = $ 481 1,048 x 10 mo. _ $10,480 294 days x 4 x $3.94 = $4 633 Coordinator Manager 152 days x 5 hr. x $4.00 = $3,040 Site Manager 174 days x 5 hr. x $4.20 = $3 109 days x 4 x $3.58 Q $1,561 217 days x 4 x $3.76 = $3 Site Manager 247 days x 4 x $3.94 = $3,893 Site Manaaer 79 days x 4 x $4.14 = $1 308 17 days x 4 x $3.41 = $ 232 309 days x 4 x $3.58 = 4 425 �' Site Manager 202 days x 4 x $3.94 = $3,184 Site Manager 124 days x 4 x $4.14 = $ 94 days x 4 x $3.41 = $1,282 232 days x 4 x $3.58 = $ � GRCDC Coordinator Site Manager 261 days x 6 x $4.94 = $7,736 218 x 4 x 13.58 = $3,122 65 days x 6 x $5.19 = $6 064 4 108 x 4 x 3.76 = $1 6224 s } 46 Site tianac Escort Aide 326 x 5 x $4.30 = $7,009 261 days x 4 x $3.58 = $3,730 65 days x 4 x $3.76 = $ 978 36 hr. x $3.58 = $ 129 Site Manager 261 x 4 x $3.76 = $3,925 $1 024 00681 • y PERSONNEL U 7/1/77 - 9/30/78 UCOSSO Manager Coordinator Site Manager 261 days x 6 x $4.52 = $7,078 103 days x 4 x $3.58 = $1,475 o i 65 days x 6 x $4.74 = $1 848 223 days x 4 x $3.76 = $3354 o � a. Site Manager v T . 103 days x 4 x $3.58 $1,475 n 0 223 days x 4 x $3.76 $3,354 o n A v �n - 2 ' Los tdedanos _ n - Coordinator Manager Site Aide 326 days x 6 x $5.00 = $9.780 261 days x 4 x $3.41 = $3,560 N 65 days x 4 x 53.58 931 CLn a N D i 00682 F. J sn ,n 4 c � O y p. v In N yto 0 s9 J S"fiD 7 O c Sn (t Ol Ul n u x to ro O -1 n 3G © , OIV 1 '� p 0 ¢p W 1 1 tfi ..+ N D� V^ t• v n r X >t K Nsn O• a ON G 0 SD 'Z ro�N V K x rr w sr o !n Z N taro y r* pro O n v w .s O co sy sn a a o S: N ro I m { w 11 ry h S. G - ..+ W+ N cri n co )1, a n tv i+ 'cna Z MN n (3 ?o Ct VW a ° Q :s P fj M,p lo 0. c0 R _y Ia It- C% h V cn .P w O N N h } O ST 0 a Y O � X K J � P {, a � X -1 a } tp N Q co cis N G C] t� ^ 1 i v 1 _ E C3 p n n C v. C, O p 7 0 �,n n c. 1 ' o U -{ -1 n u „ n v � -4 :3 n n n s• y N 0 :O y A r�_ " rn C r 'r.7 Z �rn rn fn C r .' z-n -,,in -n Fl n r r -f ft En o z r �'r r ► t7 b rro in O n O -t -E n -� -1 cl w n Y = o 0 o 0 -f n Y Y O y Y O { r* ccc777"' Y in Z -{ % 'f -I Z 'q Y -{ C In v. rn �^ 'i r a r� to 0 r� to r t ct a < c, o c, rD o N v v o y y N N Y rD nom, V n C: fl a o o ,r •;f a o ^ to Z �• vi < (D Z 0 0 in Op r n " - -i OX Yx o 7' yw nn. ars. Q.-u fD =r _ .n ID t� In °-� T°.1 /A •` n N D UP w C Qt N n J J J 4 j �. .� O 'L "1i .{! O N Ol Qt cn •�� N N n '. C '10 O •O U .N. O O •u Oi? x x x tr O k ° �r n n Y' I to -. o n �• u O p n r o , O In �I I N -•�. C .../ TI o:rtl nni N ct O • ° •A —• r` n- •ul °t io nn °.o n in C ?r•'� 0. O 2 i, n n n n n _ O n n N I I O N N J J O z z ° A N —� z - n C, 7' �' p I Ir y n o 7 V O W rr O •t O n O O cn Ln n O r D 6 0 ► O / Vd l I V r N O 10 y o Ul ° n 't D O L/E y O N j V L" V t -1 D O N n •' » I I ^ ° Nn • O ° ; ° » N d M y�i on D O• y M N N C O' n I I r 7 N :r D - O n N C r N �' .� n r nLM C 7 n J O C I U< n n °'o . O ti O 2. : n• n O N U n I p ^ C O ° n n oI I 'M" N 1�1 v d CA rl i :rN ° O V V V O n O C • r 0. O' n V •A 00 Vb m O p O- r n W W V W < � » } n a• n n w I A 9 n n o o• n I u n c o O n. O O j n Il n N U- tr o a o v n n n 1. 7' crN ,°n ° .c P Nc tom c W W no J II nu v su n,a N " <o° o s ao o u. to t�D nao N N to ym N n N <zo n L to Ln n E! ° ... to I I Cl to 1•t In n 0 n, o c it O I I N • 3 y D ° c o n I I o 0 0 <• onn--1 n o n N O 7 N H I 3 n a n o N n ) » O O Cl- n DO n U ,N� N T yl l •1 0 I I ,� N. O N .p N N •N •p 'A Z n c 2 n to t0Ln cn -j in l0 N I I V .Nj tL yl A J co Co >n cn cn I I d >f a^ a T O I I O O ' C'f I i � 4 C d O U3 I I O -1 -1 —1 J Q to N N T J I T r CA cn nabe CO J v p co •A r •4 O -n UO O I I N vUi }0jaa0 f?� W a1 p tJl tJl = V * �p u�i O OHO N O 0064 � .,in `. W W N .+. N N I I 44 L" m i i >4 : 004 0 0 -C c-, - 0 (A n r- (P �a .0 (D Of C* m :3 a el as OP O-S-0 0 cp X or m C-1 5 q (D -C n OO Do 1 x > n b --, Z' m 7 0 =r IV n ct 0 CA of & -C 0 C* 'I cr =3 m n in =1 •c =1 V,- =a de w M M OW 0 bCII )o 0 c m w a cl = m tv -1 :3 V tn ri Is -rlm cl m< 9 Ln - C+ m z -C 0 Z n m US IV w O CL A ca c n n. nO z 1n O N rm ao cm %I fn i N im NI v -D.a 0 P, m I QN CS, c r 30 z n .1 A o 0 0 PO: Li to • w07 tV n in c. 0 w 'a cc: w N4 W C it N r. cl r cn L c to 4 -j 00 to w N cn '44b o C") 3'0S w FPO d N ul 4b cr cr 1V1M 16C 0 rtart.. .1 - n C%it ni n, Ch %C M C I. m La CA Cn N -J'hD -,n a C f rfix. w co 0 CD C=1 :V cy' LP 0 0 42b nto C, Oe t 0 7 CP r 4 ,,,n p o o•� „ � .� n a�� � a M a n p Q O Y O c"1 it -0 u ?n W(►�{ (� Y t N4p M A W:+ !P y�n a r„ • ° „{ ^ O S-0 N ? n 00 , sco o N N o v O p M w W �i p• ny M ocr to is n 'CL. CL. o A p w p 14 a- N 9 .•J O M LP t N n r - '"'' trl V f! ("1 t rp U c ° "{� rs m S � � R • 7 O r p t31 N •X t .q t�0 M 01 �_ a rO 9 ao A r w it ✓ y .�r p y 0 a t 0% Y S v r atcl ra n, �!,• W x � rW O n .O M :�1 >CA t�T ul tit tai. t ay, O W W 0% :=Co y+i N ✓ � O � C� o f ,J yM Q � MZ '�"'• l N SVWG+ T '^ v+ 9.4 A i � � D n M O cl a t0 W m , co W 0% 0 W t _ } e '07. .g-f n n r► tp tD to n bit go 4 -04 W a sv : a tt O aCOm a c ann � o m m y t0 O mmmh.5 SS G. t si G "t so �S b n a e O � •„ ° 7t � a N 1 ? Z o p o 4 fl: G t t M t K v x 0 h N T. �,„ v I N y o in Z a• CD 3 n Ut br, a fi a p y Coro n 0 .f 0 0 ,�'. to .+�► .A. A. P. ? c a Ll. O < "' n•p n n n O r.tit a 0 ahs► N x a 0 n t'io Us � a to ^f t••11' '.7r A h� • jc-, o N •n o Qii n n :n c r � rc• r 0-10 ti.,it.•..'t�. G?�' r Y N C C-- 0 0 c Y,� •G a •- ..� wow cmVL a rQ .N A C• 'O p �•C O p �.�w N } cu p "t "•r T A L O � n � w N 1 tV • N r r p N Q c -p •r IR in .4 IA • c co 0 sw 0 0 IA to 0 0 z rn M). A.A C: > c r r> 0 m ii z ;u r rr w n Is r z r 0 C7 4 ;u r cl to r n z gm rn to Aj ;u :S: C-+P. (- 0 ;a r) n 0 o - PI M 0 c m go n z a r 0 F n P ts ji x 0 sm W. mi I ■ 11 n a I r. nF In 0 e. :0 c C x 0 0 to 0 c S c A tft CD C) rS S �+ + Op. 2Y 06 C2, Amp/ cn cm 9 ry 13 17 ca CD ry cm ko cn 64 CD O !71 to ig r4 to W P4 5 0 y Cal♦ m li 00 CA) And the Board adjourns to meeton 17-1-977 at 9,'00 i w , in the Board Chambers, Room 107, County Administration Building, Martinez, California. 5 U P C W• N. BOW06, Chairman C `N ATTEST: '` J. R. OLSSON, CLERK Aeputy IN 00689. 11h G �� r fi SUMMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, MAY 10, 1977, PREPARED BY J. R. OLSSON, COUNTY CLERK AND ZX-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Medical Services. Approved appropriation adjustments for Health Department, County Clerk, County Counsel, Superior Court Administrator, and Public Warks; and internal adjustments not affecting totals for Medical Services, Auditor, County Administrator, Public Works, Department of Agriculture, Office of Economic Opportunity, and Board of Education. Authorized L. Sater, 0. Lucas, and E. Schneider to attend Grantsmanship and Proposal Writing seminar in Emeryville, May 18-19. Authorized Chairman to execute the followings Agreement with AEP Associates and Consolidated Engineering Labs, dba Alan L. Stanley Associates, for consulting services in connection with preparation of Environmental Impact Reports for Subdivisions 5042 and 4912 (Orinda area), respectively; Agreement with T. Reid and Associates for consulting services in connection with preparation of EIR for Rezoning certain land at the Blackhawk development, Diablo area, Application No. 2119-R2; Contract with W. Hearon for consultation and specialized instruction in Human Effectiveness Training for Probation Department staff; Contract with the Regents of the University of California to provide a training workshop in leadership and problem solving for senior citizens; Contract with M. Fujii for consultation and technical assistance for the County Manpower Program; CETA Title VI Subgrant Agreement with State of California, Employment Development Department, to increase .he current FY 1977 payment limit; Agreement with State of California for use of the Concord State Armory for WIC clinics by the Health Department; Contract with M. Hill for consulting services to provide speech and language services to Head Start Children (OEO Program). Authorized Director, Human Resources Agency, to execute contracts with certain hospitals, convalescent hospitals, pharmacies, providers of prosthesis and assistive devices, and physicians for the provision of medical services and supplies to the County Prepaid Health Plan (Medical Services). Authorized Chairman to execute grant application for continuation of the County Nutrition Project for the Elderly and authorized the Director, Human Resources Agency, to submit same to the State Department of Aging. Acknowledged receipt of report from Director of Planning on the Section 6 Existing Housing Program and authorized Chairman to submit letter to the Federal Department of Housing and Urban Development in connection with same. Acknowledged receipt of third quarterly report (FY 1976-77) from Director, Human Resource Agency, providing statistics on institutional and foster home placements and expenditures. Authorized Auditor to pay Arthur Young and Company for examination of County's financial statements for FY 1975-76 and reports related thereto. Authorized Real Property Division of Public Works Department to negotiate for lease of new quarters in the Concord area for the Cooperative Extension Service now located in Pittsburg. Acknowledged receipt of report from County Administrator relative to provision for amending the Government Code in connection with any necessary staffing and salary Changes for Municipal Court personnel and authorized submission of said amendment to the State Legislature. Approved allocation by the Auditor-Controller of trailer coach license fees for the period July 1, 1976 to Dec. 31, 1976. 00690 i May 10, 1977 Summary, continued Page 2 Acknowledged receipt of report from County Administrator relative to operations and organization of Buchanan Field Airport and deferred decision to May 17. Authorized payment to G. Vasquez and Company for audit report on the 1976 Head Start Program (OEO). Referred to the Finance Committee (Supervisors R. 1. Schroder and J. P. Kenny), the Director, Human Resources Agency, and County Administrator recommendations of the Mental Health Advisory Board with respect to fiscal problems faced by Mental Health Services and a potential deficit in funds for same. Acknowledged receipt of proposed 1976-77 Short-Doyle Budget for County as sub- mitted by Mental Health Director and Dir,)ctor, Human Resources Agency, and referred same to the Finance Committee. Declared the Month of May 1977 as "Corrsot Posture Month." Acknowledged receipt of request of Board of Commissioners, Riverview Fire Protection District, urging close study of proposed budgets and directed Clerk to advise of hearing on Fire Districts' budgets to be held do July 19 at 11s,0 a.m. Adopted Ordinances Nos. 77-52 and 77-53 rezoning land in the Bethel Island and Martinez areas (2106 and 2013-RZ, respectively); Acknowledged receipt of report from Director, Human Resources Agency. with respect to fires which have occurred in quarters occupied by certain mental health programs. Referred to Public Works Director communication from CSAC advising of May 16 Senate and House oversight hearings on implementing the Local Public Works Act. referred to County Administrator letter from Auditor-Controller of Alameda County submitting bid results for disposition of BASSA personal property and submitting Report on Examsssaticn of Financial Statements of same. Acknowledged receipt of report of Director. Human Resources Agency, re effective. nose of Revised Medical Care Eligibility Policy adopted Sept. 29, 1976, and authorized continuation of said policy under the auspices of the Medical Services, without change. Approved recommendation of Director of Planning (as requested by Yewhall Land 4 Farming Company) ".o amend boundary of Agricultural Preserve No. 16 (-96a) to Ltclude annexations and detachments of certain parcels. Referred-to Director of Planning communication from U.S. Department of Housing and Urban Development with respect to review of County's Third Year Community Cevelopment Block Grant Application and authorized Chairman to execute Letter of Response. Fixed June 21, 1977 at 11iO5 a.m, for hearing on the "Use of Excess Right of Way" (:Routes 77/93-Contra Costa County, Moraga and Lafayette). Appointed F. Ezra to CSA M-a Advisory Committee (Discovery Bay) as a replacement for F. Roach. Appointed J. Comes to the Advisory Board of Flood Control Zone 7, replacing J. Fink. Appointed B. Woodson to the Advisory Board of Flood Control Zone 7 (Wildcat Creak Watershed) to fill vacancy created by resignation of C. Anderson. Referred to County Administrator and County Counsel letter from State Treasurer with respect to replacement of Governing Board of Reclamation District No. 2090, Quimby Island. Approved surety tax bond for Sub. 4974, Concord area. As recommended by County Counsel authorized partial payment of claim of J. Sarsell for refund of taxes. A UUr,91 May 10. 1977 Summary, continued Page 3 Accepted resignation of J. Watson as a Commissioner of the Brentwood Fire Protection District. Appointed the following persons to the Family and Children's Services Advisory Committees W. Parker as a member repplacing R. Olson who could no longer serve as a full member and C. Rosenblum to fi11 the unexpired term of J. Rousseau; R. Olson as an alternate member to complete the unexpired term of C. Gatto; C. Wen`-ner replacing J. McClure; and reappointed A. Lenway and E. Marchant. Recessed into Executive Session and convened as the Contra Costa County Water Agency to discuss with County Counsel a litigation matter involving water. Granted in part the appeal of Brookwood Associates from the conditions of approval imposed by Planning Commission on application for MS 133-76, Pleasant hill area. Denied appeal of D. Braddy from administrative decision rendered at evidentiary hearing related to General Assistance benefits. Referred back to Planning'Commission for a six months' review period the appeal of R. Mygrant from Planning Commission revocation of LVP 2001-75, Byron area, for estab- lishment of a commercial boat harbor and a caretaker's mobile home. Referred back to Planning Commission matter of appeal of E. and G. Theisen =55-RZ) to consider amendment of County General Plan to allow rezoning of land in the Concord area. Denied appeal of R. C. Humann Co. from Board of Appeals denial of application for MS 95-76, Orinda area. Denied request for reconsideration of Board denial of appeal of M. Huf:aker from Planning Commission denial of application for FS 106-75, Oakley area. Approved application of A. and B. Williams for transfer of an existing cardroom license, Oakley area. Determined to take no action on the application of B. Hendricks for transfer of location of a cordroom license. Requested Alameds-Contra Costa Transit tc study f0a31biliy of a fixed route bus service in areas of the County outside of A-C Transit boundaries and advise of the. feasibility of annexing that territory to A-C Transit District; approved recommendation of Public Works Director to change its requirements for matching fund&. Rescheduled time for decision on appeal of G. Cohn from action of the Board of ADpeals on application for Variance Permit No. 1124-76, Orinda area, for May 17 at 1Co55 a.m. Approved settlements and authorized Public Works Director to execute Right of Way Contracts with R. and E. Nelson, B. and A. Vittitow, M. Cavazza, D. Weindel, M. and N. Weber, and T. and J. Bradison in connection with property acquisition, Center Avenue Project, Pacheco area. Approved settlement and authorized Public Works Director to execute Right of Way Contract with A. Pratt in conAection with property acquisition, Newell Avenue Storm Drain, Walnut Creek area. Fixed May 31 at 11&05 a.m. for hearing an appeal of Walnut Creek City Council from Planning Commission conditional approval of Final Development Plan 3037-76 and tentative map for Sub. 4829, Walnut Creek area. Referred to Director, human Resources Agency, letter from-Delancey Street Foundation, Inc. seeking to expand tho organization's role in the County's Criminal Justice and Human Services System. 0 692 May 10, 1977 Summary, continued Page 4 Referred to Local Agency Formation Commission and Public Works Director request from Bryan & Murphy Associates, Inc, that Sub. 4764, Danville area, be annexed to CSA L-45 for maintenance and operation of street lights. Referred to Director of Planning communication from The Orinda Association recom- mending adoption of an interim urgency ordinance to allow time for development of s Specific Plan for the Sleepy Hollow and Orinda Downs area. County Grand to Finance Committee letter from Foreman of the 1976-77 Contra Costa County G3 nd Jury recommending tmmendand requeaat the Boareeprovide in 30 dtw;.additional judicial positions Appointed Supervisors Fanden and Boggess and V. Cline, Public Works Director to a County Civic Center Planning Task Force (which is established for a 2-year psriod� and requested the City of Martinez to appoint two Councilmen and the City Public Works Director to said body. Adopted the following numbered resolutionas 77/384, approving proposed Annexation No. 77-4, San Ramon area, to CSA L-42, 7 without hearing or election; 77/2,85, approvinj plans and specifications for Juvenile Mall Kitchen Remodel, ;dartlnez, and fixing June 7 at 11 a.m. as time to receive bids 77/386 through 77/389, authorizing changes in the assessment roll and cancellation of certain penalties and tax liens; 77/390, as 2x-Officio the Governing Board of the Contra Costa County Firm Protection District, approving the revised plans and specifications for the Station f8 gg Remodel, Concord, and fixing Jens 7 at 11 a.m. as time to receive bides 7^/391, accepting as complete public improvements in Sub. 4845, Walnut Creek Brea, and declared Huston Road to be a Counre Roads 77/392, :fixing May 31 at ll a.m. %o receive bids for Improvement Plans for County Zatention Facility, Pins Street-Court Street Diversion and Utility Relocationt 77/393, proclaiming Week of May 17-21, 1977 as "National Insurance Women's Weeki" 77/394, declaring its intention to purchase from S. Deutacher, et al, certain real prop+arty in Concord for 3uchanan Field-Runway 19-R Clear Zone and fixed June 14 at 10% a.m. as the time to consummate purchase of ssmsi 77/3,15, amending itemized professional and service rate chargee for the County Medical St,rvicea, effective May 1, 1977. Accepted for recording only Otters of L'adication in connection with Subdivisions "54 and 4631 and MS 208-76 and 130-76. Accepted certain instruments for Subdivisions 4454, 4791 through 4797, MS 208-75 Ind 130.76, and D.P. 3036-75. As Fac-Officio the Governing Board of Contra Costa County Sanitation District No. 19, authorized Chairman to execute an Agreement between the District and Discovery Say Corporation providing for acceptance by said District of water distribution and sewage facilities installed by Discovery Say Corporation to serve Sub, 4207, Syron area. Authorized Public Works Director to executes Right of Way Contract in connection with property acquisition from R. and J. Logar. Muir Station Road, Martinez area; Deferred Improvement Agreements with R. Dawson, at al, and C. Galli, at al. per- mitting deferment of construction of permanent improvements required as a condition of approval for LUP 2008-77, Pacheco area, and MS 208-76, Oakley area, respectively. Accepted as complete public improvements in Sub. 4150, Town of Moraga, and MS 110-74, Alamo area, and authorized refunds of cash deposited as surety to Wooldridge Homes Inc. and Century Homes Development Co., respectively. Authorized Chairman to execute an Amendment to Agreement of Oct. 21, 1975 with San Ramon Valley Unified School District, CSA R-7, granting permission to County agents and employees to enter said District property for the purpose of constructing and devel- oping park and recreational facilities. �Y 00693 r May 10, 1977 Summary, continued page 5 Authorized Public Works Director to execute an Inspection Services Contract with L. Cameron for Orinda Community Center Park, Phase IIIA and B, CSA R-6, Orinda. Established June 14 at 100 p.m. as time for the official ground-breaking ceremony for the new Detention Facility and directed the Public Works Director and Public Information Officer to tale appropriate actions to prepare for same. Awarded Contract for Orinda Community Center Park, Phase IIIS, CSA R-6, Orinda area, to Cagwin & Dorward and exonerated all bonds posted by other bidders. As Ex-officio the Board of Supervisors of Contra Costs County Storm Drainage District, awarded Contract for construction of Line C-2, Ramona Way Storm Drain, Alamo area, to the second lowest bidder, Mountain Construction, Inc., and as requested relieved Jardin Pipeline of responsibility for bid. Adopted position supporting SS 97 relating to unassigned water. Authorized Chairman to sign agreement with the California Highway Patrol to provide adult crossing guard service for various areas. 0 conditionaved formation oneof a Human Services Advisory Commission subject to certain s. Authorized Public Works Director to execute a Joint Agreement with Contra Costa County Water District and the City of Martinez for the abandonment of County Water District pipelines in Pine Street, Martinez, in connection with the construction of the new Detention Facility and providing for the County to pay for the construction of the necessary water system revisions needed for the dater District to continue furnishing water to the City c` Port Costs. .T1 94 L i i The following documents consist of 694 Pages a r 1 fix v P