Loading...
HomeMy WebLinkAboutMINUTES - 05171977 - 77E IN 5 1977 MAY � TUESDAY THE BOARD OF SUPERVISORS MET IN ALL ITSCAPACITIES" PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 9:00 A.M., TUESDAY, MAY 17, 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.,1 consideration prepared,by. the Clerk, County;Administrator and Public Works Director. JAMES P.KENNY.RICMMONO CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.BOGGESS I ST DISTRICTNANCY C.FAMC,.A OEN.MARTINEZROBERTL CONTRA COSTA COUNTY IRMAN SCHRODER 2ND DISTRICT VICE CNAIRMAN ROBERT 1.SG+ROOER LAFAYETTE AND FDR JAMES R OLSSON.COUNTY CLERK 3RO OISTSI- AND Ex OFFICIO CLERK OF TMC BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED 8Y THE BOARD MRS,GERALDINE RUSSELL 4TN DISTRICT - oOARD CNArIGOei RDOM 107.AOMPESTKATION RUILOrK CHIEF CLERK ERIC N.NASSELTINE PITTSBURG Pa box 911 PHONE l4)5)372.2371 5TH DISTRICT MARTINEZ CALIFORNIA 94553 TUESDAY MAY 17, 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. Recess. 10:45 A.M. Presentation by Ms. Elizabeth L. Schweiger, President of Child Abuse Prevention Council, on proposal for coordi- nating services for the identification, prevention and treatment of child abuse. 10:55 A.M. Decision on appeal of Mr. Gerald A. Cohn from Board of Appeals approval of Variance Permit No. 1124-76 (S. Kendall and W. Ruedrich, _applicants), Orinda area. (Hearing closed March 8, 1977) 11:00 A.M. Receive bids for the following projects: a. Construction of George Miller Jr. Memorial-West Therapeutic Swimming Pool; b. E1 Sobrante-Orinda Overlays (Manor Road and La Honda Road in the E1 Sobrante area and Overhill Road in the Orinda area); c. Landscape Maintenance of Various Locations (County-aide); d. Landscape Maintenance of County Service Area M-6, Sycamore Homes; and e. Landscape Maintenance of County Service Area 14-19, Orindawoods. 11:00 A.M. Hearing on Planning Commission recommendation (2086-RZ) to rezone land in the Danville area. If the aforesaid application is approved as recommended, introduce ordinance, waive reading, and fix May 24, 1977 for adoption. 11:15 A.M. Hearing on appeal of Vista Grande Homeowners Association from Planning Commission conditional approval of Subdivision 4607 (MeBain & Gibbs, applicant and owner), Danville area. 11:30 A.M. hearing on request of Mr. Constantine Papaionnou et ux to transfer location of cardroom license from the Corner Club, West Pittsburg, to 5844 Contra Costa Boulevard, Pacheco. (Notice of hearing published incorrectly. Sheriff unable to complete investigation.) 00002 Board of Supervisors' Calendar, continued May 17, 1977 11:40 A.M. Hearing on appeal of Shapell Industries of Northern .. . California, Inc., from Planning Commission denial of tentative map for Subdivision 4820, San Ramon area. 12:30 A.M. Executive Session (Government Code Section 54957.6) . ITEMS SUBMITTED TO THE BOARD Items 1 - 9 : CONSENT 1. AUTHORIZE changes in the assessment roll and cancellation of certain delinquent penalties. 2. FIX May 31, 1977 at 11:30 a.m. for hearing on appeal of Mr. William J. Hooy, Attorney, from Planning Commission condi- tional approval of tentative map for Subdivision 4871 (Arnico, Inc., applicant and owner), Lafayette area. 3. FIX June 7, 1977 at 11:05 a.m. for hearing on appeal of Sleepy Hollow Improvement Association from Planning Commission condi- tional approval of Minor Subdivision 252-76 (Schell and Martin, _Inc., applicants), Orinda area. 4. FIX June 14, 1977 at 11:00 a.m. for hearing on Planning Commission recommendation with respect to request of Woodhill Development Company (2100-RZ) to rezone land in the Diablo area. 5. INITIATE proceedings and fix June 28, 1977 at 10:55 a.m. for hearing on the following proposals: Davis Boundary Reorganization, Brentwood area; Subdivision 4943 Boundary Reorganization, San Ramon Valley area; and Whitecliff Way Boundary Reorganization, Walnut Creek area. 6. ACKNOWLEDGE receipt of report of accounts written off by the County Auditor-Controller, pursuant to Board policy as set forth in its Resolution No. 74/640. 7. DECLARE May as "55 MPH Compliance Month." 8. ACCEPT as complete construction of private improvements in Minor Subdivision 138-76, Oakley area, and Minor Subdivision 14-74, —� Moraga area. 9. DENY the claim of Charles Golden and the application to file late claim of Sheridan James Merrick, Jr., et al. Items 10 - 27: DETERMINATION (Staff recommendation shown following the item.) 10. MEMORANDUM from Agricultural Commissioner responding to Board referral with respect to Animal Control retention time for impounded, unlicensed dogs, and recommending that in view of present conditions and increased costs the present policy not be changed. CONSIDER APPROVAL OF RECOMMENDATION 11. LETTER from Chairman, Citizens' Advisory Committee for Contra Costa County Sanitation District No. 15, urging that the Board authorize cost effective analysis of proposed sewer system for said district, Bethel Island area. SEE RELATED ITEM ON PUBLIC WORKS AGENDA 12. LETTER from Project Director, High Input Project, requesting that the Board consider including said project as part of the services offered by Contra Costa County schools. DFNY REQUEST 00003 MEW Board of Supervisors' Calendar, continued May 17, 1977 13. LETTER from Executive Secretary, Contra Costa County Mayors' Conference, transmitting copy of letter sent to the State Solid Waste Management Board designating the Board of Supervisors as the interim local Solid Waste Management Agency for Contra Costa County, and requesting that the Board accept said designation. APPROVE AS REQUESTED 14. LETTER from President, Board of Directors, Valley Community Services District, requesting $100,000 allocation of Federal Revenue Sharing funds to provide recreational opportunities in unincorpo- rated areas of the County. HOLD FOR CONSIDERATION DURING PUBLIC HEARINGS TO BE HELD ON USE OF REVENUE SHARING FUNDS DUR114G REVIEW OF THE COUNTY BUDGET FOR FISCAL YEAR 1977-1978 15. LETTER from Martinez City Clerk transmitting resolutions adopted by the City Council which certify adequacy of Environmental Impact Report for the County Detention Facility and vacate certain city streets to permit construction of said facility. ACKNOWLEDGE RECEIPT 16. LETTER from Director, Transportation Division, California Public Utilities Commission, in response to Board resolution with respect to proposal of Southern Pacific Transportation Company to reduce agency station at Crockett, stating that the company has been advised to hold said proposal in abeyance and make no changes in the present status and that the County will be advised if further action is taken by the company. ACKNOWLEDGE RECEIPT 17. LETTER from Mayor, City of Walnut Creek, requesting that the Board authorize County Planning staff to make concurrent studies with City staff with the objective of resolving inconsistencies between the County's General Plan and the City's General Plan in the vicinity of North Gate Road, Castle Rock Road, Pine Creek Road, Comistas Drive extension and northern slope of Shell Ridge. APPROVE III PRI.NCIPLE AND REFER TO DIRECTOR OF PLANNING 18. PETITION signed by 17 Contra Costa County employees protesting any contemplated increase in payroll deduction for the county retire- ment system. REQUEST REPORT FROM COUNTY ADMINISTRATOR AND RETIREMENT ADMINISTRATOR 19• LET'T'ER from President, Board of Directors, Eastbay Chapter National Safety Council, Oakland, requesting financial support ($12.50 per 1,000 population) to conduct a countywide safety program in Contra Cosa County during fiscal year 1977-1978. REFER TO COUNTY ADMINISTRATOR FOR CONSIDERATION IN CONJUNCTION WITH COMPILATION OF PROPOSED COUNTY BUDGET FOR FISCAL YEAR 1977-1978 20. LETTER from Fire Chief, on behalf of Board of Directors of Danville Fire Protection District, expressing concern with respect to impact on local facilities of East Bay Regional Park District proposal for Golden Loop horse trail and related facilities. REFER TO DIRECTOR OF PLANNING FOR REVIEW IN CONJUNCTION WITH OTHER COUNTY DEPARTMENTS CONCERNED 21. COMMUNICATION from Department of California Highway Patrol transmit- ting copy of proposed amendments to ambulance regulations and advising that a public hearing on said revision will be held June 16, 1977. REFER TO COUNTY HEALTH OFFICER 22. LETTER from Director, State Office of Planning and Research, advis- ing that said office is designing a uniform social profile to describe all California counties and transmitting material for application as a demonstration site for the project. REFER TO DIRECTOR OF PLANNING 00004 Board of Supervisors' Calendar, continued May 17, 1977 23. LETTER from California Committee on Geographic Names, State Depart- ment of Fish and Game, requesting an expression from the Board as to the appropriateness of correcting an apparent error on the U.S. Geological Survey quad Brentwood map concerning a stream name. REFER TO PUBLIC WORKS DIRECTOR FOR RECOMMENDATION 24. LETTER from Assistant Secretary for Employment and Training, U. S. Department of Labor, advising that public service employment under the Comprehensive Employment and Training Act will be expanded, and offering resources of ETA office to assist in implementation of employment expansion. REFER TO DIRECTOR, HUMAN RESOURCES AGENCY 25. LETTER from County Auditor-Controller transmitting audit report and financial statements of the Contra Costa County Employees' Retirement System for the year ended December 31, 1976. REFER TO COUNTY ADMINISTRATOR FOR REPORT 26. LETTER from Division Chief, Resource Recovery Division, State Solid Waste Management Board, notifying potential proponents that proposals will be requested for implementation of a source separation and recycling program under Phase II of the Bay Area Solid Waste Management Project. REFER TO PUBLIC WORKS DIRECTOR i 27. LETTER from Mayor, City of Antioch, transmitting resolution adopted by the City Council requesting that the county owned Veteran's Building located in Antioch be cleaned up and maintained in a more presentable fashion. REFER TO PUBLIC WORKS DIRECTOR Items 28 - 31: INFORMATION (Copies of communications listed as information items have been furnished to all interested parties.) 28. TETTERS from county taxpayers urging that property taxes be reduced in view of increased assessments. 29. NOTICE from City of Walnut Creek of public hearing to be held June 7, 1977 on "Comistas Annexation." 30. LETTER from State Board of Equalization transmitting copies of amended property tax rules (Nos. 305 and 313) to be effective May 22, 1977. 31. PROPOSED State of California Annual Statewide Social Services Plan for the period July 1, 1977 to June 30, 1978. Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MM114GS OF BOARD. COMMITTEES «inan�:e (Supervisors R. I. Schroder and J. P. Kenny) 1st and 3rd Mondays of each month, 9:00 a.m., Room 108, County Administration Building, Martinez. Internal Operations (Supervisors E. H. Hasseltine and N. C. Fanden) Room 108 every Tuesday at 1:30 p.m. or immediately following afternoon session of the Board meeting. 00005 OFFICE OF COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions May 17, 1977 From: Arthur G. Will, County Administrator I. PERSONNEL ACTIONS 1. Reclassification of positions as follows: Cost Department Center From To Delta 265 Deputy Marshal Deputy Marshal .iarshal 402 Sergeant Disi.._ict 242 Deputy District Deputy District ?tt-ornev Attorney III Attorney IV z01, :02, :03, In $04, a05, 406 Medical 540 Senior Clerk Supervising Clerk T_ Serv-ces 413 Public 650 Deputy Public Deputy Public Worsts Works :corks Director- Director-Administrative Business and Services Services 2. Additions and cancellationsof positions as follows: Cost Department Center Addition Cancellation Civil 035 1 Intermediate 1 Senior Clerk, 4-05 'Service Typist Clerk Health 450 Chief Public -- Health Nutritionist Salary Level 412 ($1294-1573) (class only) 450 -- 3 Health Care Aide I- Project, 405, =07, 408 450 1 28/40 Clinical 1 Permanent Inter- Social Worker mittent Clinical Social Worker, 17801 00006 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-17-77 Page: 2. I: PERSONNEL ACTIONS - continued Z. Additions and cancellations of positions as follows: Cost Department Center Additions Cancellations Health/ 450 2 Permanent Inteizaediate Typist Social 502 Intermittent Clerk, ;49, a47 Service Typist Clerk Human — 180 Human Resources Resources Staff Assistant Salary Level 405 ($1267-1540) (class only) Planning 357 1 Planner T_ Planning Technician II =02 Public Works 379 1 Supervising Building and Grounds Arc!'..ec_=_1 Engineer, 40i Engineer Salary Level 566 ($2070-2516) 079 1 Senior 1 Drafting Estimator Architectural 101- Engineer 01Engineer Salary Level 518 ($1788-2173) 650 1 Typist Clerk Supervising Clerk I a01 650• 1 Lead Gardener 1 Gardener, #13 Riverview 2022 -- 13 Firefighter Fire Protection District 3. Authorize recruitment for the class of Building Inspector II at the third step of Salary Level 434 ($1384-1682) at a rate of $1526 per month, as recommended by the Civil Service Commission. 4. Authorize appointrent of George Leonardos in the class of Manpower Operations Officer-Project at the third step of- Salary fSalary Level 447 ($1440-1750) at a rate of $1388 per month, effective May 23, 1977, as recommended by Directo�o Resources agency. To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-17-77 Page: 3. ` II. TRAVEL AUTHORIZATIONS S. -lame and Destination Department and Date Meeting (a) Jerzy Nava Toronto, Ontario, American Association Medical Services Canada Agdinst.Addiction (time only) 5-30-77 to 6-3-77 Conference (b) Timothy A. Ward New Orleans, LA Juvenile Justice- Probation • - .5-24-7Z_to_5-24-77 .-_--__Information System Workshop L. Douglas Same Same Cervantes Auditor-Controller (90% federal funds) (c) Larry Johnson Reno, NV Western States Sheriff-Coroner 5-13-77 Auto Theft . investigators (conf i--m.ing) Meeting (d) R. E. Jornlin Washington, D. C. NACo Technical - - Social Service 6-1-77 to 6-3-77 - Advisor, Committee- I;T_. APPROPRUNTION ADJUST�'TS 6. auditor-Controller. Adjust appropriations carried forward or fixed assets in various budgetunits and add $495 to Reserve. 7. Civil Service. Add $276,425 of appropriable new revenue for CETA Tit a II program in accordance with approved grant modifications. •8.- -Marshal. Mt. Diablo Judicial District. Add $2,587 for temporary salaries required due'to.permanent 005iti6ii: vacancy. 9. Internal Adjustments. Changes not affecting totals for following budget units: Building Inspectbr; Publid works (Engineering and Administration, Building Maintenance) , Auditor-Controller (Data Processing) , Marshal-Delta Judicial District, Health, San Ramon Fire Protection District, Sheriff (Radio Facilities) , County Medical Services, Planning. 00008 Now To: Board of Supervisors From: County Administrator Re: Reco=ended Actions 5-17-77 Page: 4. IV. LIENS AND COLLECTIONS 10. Authorize Chairman, Board of Supervisors, to execute Subordination- of Lien taken to Guarantee repayment of 'tne. cost of services rendered. by the County to Betty, Sue- Mitchell, ue Mitchell, as recommended by the. County"Lidn Committee: ' V. BOARD AND CARE PLACEMENTS/RATES 11. Amend Board Resolution No. 76/638, establishing rates 'to be paid to child care institutions, to add Progress Ranch, Davis, CA, at a rate of $1,188 per month, effective May 17, 1977. t117. CONTRACTS AND GR~;UMPS 22. Approve and authorize Chairman, 3card WE Supe. iscrs, to execute agreements between County and agencies as follows: Ajancy •U-I-`ose Per.cd £a? State Board of Increase CET1 Y$175,031. 10-1-76 to Education_ Title I funds 9-30-77 to be spent by State for vocational training in Contra Costa County *tincrease of $31,250) _- {b) Contra Costa Preparation for $68,532 3-21-7-7 ta_ ' County Super- implementation-of 6-13-77 intendent of CETA 1977 Summer Schools Program for Economically Disadvantaged . Youth Cc) U. .S. Depart- CETA Title III $68,532 .3-21-77 to meat of Labor Grand Modifi- 6-13-77 -... .,.�""� cation to provide start-up funds for 1977 sinner ' Program for Economically Disadvantaged Youth 00009 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-17-77 Page: 5. VI. CONTRACTS ADM GRANTS - continued 12. Agency Purpose Amount Period (d) State-of County to provide $13,000* 5-23-77 to -, California, -state with certain 22-31-77 Department PHP data of Health *(payment• to_county) (e) Lorna Torbes; --- Social Service $305 5-25-77- M. D. staff training (1 day only). . Paul A. Smith Social Service/ $100 5-10-77 Mental Health (1 day only) staff training (f) Albert Assist in $11,550 5-15-77 to Mingione i4mstallation & 12-31-77 transfer of the Automated Criminal Calendar Sub-System of the Criminal - justice System --n all municipal courts (g) Far West Delingrient County tc 5-1-77 to Collection account col- pay a 4-30-79 Services, Inc. lection services percent- age of amounts collected Burns A. Same __-. __ Same --..,Sam Campbell, Inc. (h) Office of - Fingerprint $5,200* 7-1-77 to Criminal Retrieval 9'-30-77 Justice System, Office Planni_mg of Sheriff- Coroner *($4,680 Federal, $260 State, _ $260 County) (i) University of Work-study Not to 7-1-77 to California students, exceed 6-30-78 Probation $5,700 Department 00010 • V To: Board of Supervisors From: County Administrator Re: • Recommended Actions 5-17-77 Page: 6. VI. CONTRACTS AND G?WNTS - continued 12. Agency Purpose Amount Period (i) City of 2nd Year $319,446 1-1-77 to Brentwood Community 12-31-77 Development ; Program (k) State Office Friends *$35,333 7-1-77 to of Criminal Outside 9-30-78 Justice Planning *($19,500 county) (1) State Office Countywide *$221,667 6-1-77 to of Criminal Strike Force 12-31-77 justice Planning *($24,688 county) 13. Authorize Director, Human Resources Agency, to execute additional contracts with the following agencies for the provision of pharmaceutical services and medical supplies to Prepaid Health Plan enrollees dtsing the period from. May 1, 1977 th=ocgh June 30, 1978: Agency Pum-moose R. B. Cooke Company Pharmaceutical Services and Medical Services Savin's Drug Store Same Sycamore Medical Pharmacy Same Burt's Hearing Aid Provision of Prosthesis and Assistive Services Sonotone of Oakland Same - 14. Approve and authorize Director, Human Resources Agency, to execute contracts on an hourly basis with certain medical specialists for services to County Xedi.cai Services during the period May 1, 1977 to April 30, 1978, in implementation of Board Resolution No. 77/326 adopted April 19, 1977. VII. LEGISLATION 15. Consider status, and possible adoption of County position, on other legislation affecting County. 00011 To: Board of Supervisors From: County Administrator _ Re: Recommended Actions 5-17-77 Page: 7. VIII.P=EAL ESTATE ACTIONS 16. Authorize Chairman, Board of Supervisors, to execute a Memorandum of Lease for recording lease between County and William Hackett, et ux., dated karch 15, 1977 for premises at 531 Ohio Street, Richmond, used by the County Clerk for election equipment storage. 17. Authorize Chairman, Board of Supervisors, to execute 14-month lease between County and Duffel Financial and Construction Company for premises at 1070 Concord Avenue, Suite 190, Concord, to provide required space for the Law and Justice Information System Project. 18. Authorize Real Property Division, Public Works Department, to negotiate for di_ierent space in the Concord area for the consolidated Human Resources Agency Manpower Program. .X. OTHER ACT=ONS 19. As recommended by the County Audi_cr-Controller, i.^_crease the revolvi_-sc _tnid or the Ntalnu= Cree t-Da.7---_le Marshal from $50 to $75. 20. Authorize reimbursement of $300 to Mr. George Toryfter, 41 Adobe Drive, Concord, for denture lost while a patient at the County Hospital. 21. As recommended by the District Attorney and_County_Audi.tor-_ Controller, relieve the Public Defender from a cash shortage of $12.76, and authorize County Auditor-Controller to replenish the Public Defender petty cash fund by that amount. 22. As recommended by the County Auditor-Controller, discharge the Mt. Diablo Municipal Court from accountability for the collection of approximately 95 fines receivable (ranging - from $10 to $302) totaling $10,352, all but one of which are over five years old. 23. Authorize use of existing desk space and clerical support to employee of Cooperative Extension Service while on' sabbatical leave during the period April 1, 1977 to September 30, 1977 for the purpose of studies related to "Blackline" disease in walnut trees in conjunction with the University of California, Davis. 00012 To: Board of Supervisors From: County Administrator Re: Recommended Actions 5-17-77 Page: S. IX. OTHER ACTIONS - continued 24, approve final revision of the Fiscal Year 1975=1977 County Alcoholism Budget and authorize the Alcoholism Program Chief to submit said revision to the State Department of Health, as recommended by the Director, Human Resources Agency. ' 25. Authorize reimbursement under regular county policy for student intern(s) for use of personal car for required _ mileage .while. on_detached duty with county- 26. ounty26. Designate J. Michael Walford, Chief Deputy Public Works Director, as Coordinator of County energy and water --- conservation efforts, as recommended by County Administrator and Public works Director. 27. Acknowledge receipt of report by County Administrator on operations a~d organization. of Buchanan. :field Airport, and consider alter-matives cited therain and recomme«dation that the ai rCrt remain as an Organizational component of the Public :=crks Dema=meet (car=' -over item) . 28. Authorize Countv Administrator to solicit proposals =or cla=ms adminisi=ation and adjustment services for a County worker's compensation self-insurance program. 29. Consider authorizing Director, Ellman Resources Agency, to sign and submit to the State Department of Health a grant application in the amount of $12,933 to conduct a dental screening and education program for children of low income families during the 1977-1978 fiscal year May 20, 1977 deadline) . 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. D£ADLI`r. FOR AGENDA ITIS: :MNESDAY, 5:00 P.M. 00013 I • 1 l CONTRA COSTA COUNTY PUBLIC WORKS DEPARDIENT [Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Extra Business for May 17,1977 SUPERVISORIAL DISTRICT V Item 1. SUBDIVISION 4943 - APPROVE MAP AND AGREDIENT - San Ramon Area It is recommended that the Board of Supervisors: 1. Approve the Final Hap and Subdivision Agreement for Subdivision 4943. 2. Accept the Grant Deed for development rights from P.I.K., a California Partnership. 3. Accept, for recording only, the Offer of Dedication for drainage purposes from Woodhill Participatory Associates Limited Partnership. The Subdivision Agreement requires a cash contribution of $62,000 by the subdivider, given in lieu of undergrounding utilities and constructing frontage improvements on San Ramon Valley Boulevard. Traffic safety makes the widening of this relatively short section of road infeasible at.this time. Developer: Woodhill Development Company 34B Alamo Square Alamo, CA 94507 Location: Subdivision 4943 is located on the west side of San Ramon Valley —' Boulevard, opposite of Montevideo Drive. (LD) GENERAL Item 2. BUCIIANAN FIELD - RELOCATION PAYMENT - Concord Area It is recommended that the Board of Supervisors approve the RelocationPayment Claim form dated May 13, 1977, covering replacement housing payment in the amount of $2,925 for Mr. and Mrs. Rieman Wells, tenants at 1795 Solano Way, Concord. Said payment is for their moving expense, dislocation allowance and replacement housing payment for being dislocated from property which the County is acquiring for the Buchanan Field Airport 19-R Clear Zone. (continued on next page) EXTILI BUSINESS Public Works Uepartzent Page 1 of 2 May 17, 1977 00014 r Iters 2 continued: the and authorize the County Auditor- It is further recommended half of8the Countynze the County Prxs.cipal Real Prope Y Agent to sign the form on the claim amount follows: Controller to draw warrants for ce y ent to be drawn immediately upon a) A warrant in the amount of $S00 as advance payor Board approval of this claim and deliver to County Real Property Division for p dispersal. on the b) Property Agent when the Claimants have vacated the A warrant in the amount of $2,428 for the balance due, to be yawn up request of the County Real acquired premises. (RE: Work Order 5438-927) Public forks Department May 17, .1977 EXTRA BUSINESS Pagc 2 of 2 00615 t I UulLA_ ..J&-_. EXT%\ BUSINESS ?lay 17, 1977 Page 2 of 2 0015 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 Sdp6rvisors 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 2030-77 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 C-oodrick 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 P.6ad, and authorize the Chairman of the Board to sign said License on behalf of the County. (RE: . Project No-. -32'75-.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 32, 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) A G E N D A Public Works Department Page I` of 9 May 17, 1977 00016 I 0 X 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 S. 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 deposi 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 r 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 Abenue 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 suggestec (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 drainag- facilities on Lake Avenue at its intersection with Second Street in Rodeo. (continued on next page) r A_ G E N D A Public Works Department Page 2 of 9 May 17, 1977 00017 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) r SUPERVISORIA7, 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 Vallev 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 Guidelinzs; 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 X500 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) " G E N D A Public Works Department Page 3 Uf 9 May 17, 1977 00018 Item 11. SUBDIVISION IM 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 islocated 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 40.37 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 Mraga Road. (LD) Item 13. ACCEPTANCE OF INSTRUMENTS It is recommended that the Board of Supervisors: A. Accept the following instruments: __ No. Instrument Date Grantor Referenc 1. Grant Deed 3-11-77 Norman A. Passur, Sub.- MS 61-7 Jr., et al 2. Grant Deed- 1-29-77 Fraser E. West, Sub. MS 134-7 et al- 3. Grant Deed 3-16-77 Woodhill Partici- Sub. MS 138-7 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. 3 (LD) A G E N D A Public Works Department Page 4 of 9 May 17, 1977 00619 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 DEMONSTP.ATION 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 -Plan. (RE: Project No. 4371-4283-661-76) " " (RD) Item 15. SUBDIVISION WS 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 iblic 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 " Locationr Fronting.-approximately 200 feet on-the .southwesterly side. of Myrtle Drive, and approximately 200. feet,on..the_northeasterl; 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 -Laridscape 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 satisfactori. 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 0, ;20 tem 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. O. 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 13845 is located on the west side of San Ramon Valley Boulevard, south of Hollinger Canyon Road. (RE: Assessor's Parcel No. 209-090-007,008) Item 19. SUBDIVISION 4676 - ACCEPT SUBDIVISION - Danville Area It is recommended that the Board of Supervisors: 1. Issue an Order stating that the construction of iiuprovement-s Subdivision 4676 has been satisfactorily compldted 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, is Book 186 of Maps at page 24 _ Subdivider: Crocker Homes, Inc. P. O. 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 and the County Manua. of Warning Signs, Lights and Devices; and (continued on next page) A G E N D A Public Works Dena-anent Page 6 of 9 May 17, 1977 10 T�r21 r Item 20 continued: 2. The Contractor shall comply with the requirements of the Ordinance Code of Contra Costa County. It is recc=ended that the Board of Supervisors approve the action taken by the Public Works Director. (LD) GENERAL Item 21. DETENTION FACILITY SITE - ACCEPT DEEDS A21D INITIATE CONDEMNATION ACTION - Martinez Area It is recozmended that the Board 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 3 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. McF.arry G. Dated March 21, 1977 from Roy Herbert Dunkel, Gary Alan Ross, Patricia Gail Young, Nancy Lynn Ross It is further recormended 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 Pine Street, Green Street and Thompson Street, City of Martinez, re- quired for the detention facility site. I It is also recozzzended that the Board of Supervisors adopt a Resolution of Intention to Adopt a,Resolution of Necessity for the.acquisition by eminent domain of the remaining 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 time it will hold a hearing on the adoption of the Reso- lution of Necessity. (RP) Item 22. COVTRA COSTA COM''^S SA::ITATION DIS=RICT No. 15.- APPROVE AMEEMMENT No. 2 TO AGR_.E %=?T FOR ENG*�FL\G SER'7_C_S - Bethel Island Area It-is rvcoc=ieaddd that°the •Board of,Supervisors., as.ex.-officio.the, Governing Board of Contra'Costa County-Sanitation-District No. 15, appro. and authorize its Chaff---an to execute Amendment No. 2 to the Agreement for Engineering Services, dated Februari 10, 1976, between CDM, Inc. and District No. 15. Amendment No. 2 provides for an evaluation and cost-cffective analysis fof a 'low pressure sewer system' for Bethel Island. The cost of the analysis shall not exceed 512,000•without prior Board . approval. The State and Federal governments, under the guidelines of the Clean Water Grant Program, is funding 87ht of the cost. This work is required by the State Water Resources Control Board and muse _ be complete&prior to approval to advertise for bids on the previously designed 'gravity sewer system.' _ (RE: Work Order No. '5400-927) (EC) Item 23. NORTH WIND PLANNING DEPARTMENT REMODEL - ADVERTISE FOR BIDS - Martinez Area ' It is recommended that the Board of Supervisors appzove the plans and specifications for the North Wing Planning D_par=—__at Remodel, 651 Pine Street, Martinez, and direct its Clerk to advertise £ar construction bid= to be received until 11:0C a.m. on June 14, 1977. The Engineer's estimated cost of the construction contract, base bid onl: is $60,000. This project is considered exempt from Environmental Impact Report re- quirements as a Class la Categorical Exemption under the County Guide- lines. It is recd-mended that the Board of Supervisors concur in th.s finding and instruct the Director of Planning to file a Notice of Ex—p- t-ion with the County Clerk. (RE: 1003-086-7710-830) (BGG) A G E N D A Public Works Department ?age ! of 9 May 17, 1977 ■ aImp= ajko :., r rK 2 tern 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 billow 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) tern 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. 'l '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 frLn 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• BUCHANAN 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 00 23 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 Buchanan_ 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. RIVERVIESJ FIRE PROTECTION DISTRICT - PROPERTY ACQUISITION - Antioch Area On November 30, 1976, the Board of Supervisors approved the recommendation 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 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, Jure 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: Mork 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 3 of-9 May 17, 1977 00G21 } +L Preoared by Chief Engineer of the Contra Costa County.Water Agency 'May, 11, 1977 CALENDAR OF WATER NEETINGS TINE ATTENDANCE DATE DAY SPONSOR PLACE RBIARKS Recomaendi&Authorization may 17 Tues. Senate 4:30 P.H. Public Hearing- Staff Committee on Capitol Bldg. Senate.Bill Nos. Agriculture and Room 3191 344,345 and 346 Water Resources June 20 ?fon. State Water 9:00 A.M. Phase M Hearings Staff 21 Tues. Resources Board Resources Bldg., Delta Hater Qual- 22 Wed. ' Control Board Sacramento, ity.ControT Plan 27 Non. 28 Tues. 29 Wed. h � ` t W -J ,d J s • S 'Y 1 ;tow LY J M .i �N } s r o t _ n r" r , d 00623 d t: 01 t Contracts, Agreements, or other documents approved by the Board,this day are microfilmed 'kith 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 r file (to be microfilmed at a later time). n } ;ry w' a s r s >_ 1 e_ mom , In the Board of Supervisors of Contra Costa County, State of California Hay 17 19 77 In the Matter of Ordinance Introduced. An amendment to the Ordinance Code expressly allowing and regulating change-of-location "transfers" of licensed cardrooms having been introduced, and the Board by unanimous vote having waived full reading thereof; IT IS BY THE BOARD ORDERED that Tuesday, May 24, 1977 is NIXED for adoption of same. PASSED by the Board on May 17, 1977 by the following vote: AYES: Supervisors J. P. Kenny, H. C. Fanden, R. I. Schroder, and E. H. Hasseltine NOES: Supervisor W. N. Boggess ABSEPIT: Ncn e I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. _ Witness my hand and the Seal of the Board of Supervisors offixed this 17thdoy of_ May . 19 77 J. R. OLSSON, Clerk By. r ,{ �� 1C`-> . Deputy Clerk Jamie 'LJohnson H-24 sl.b 15u% 00027 In the Board of Supervisors of Contra Costa County, State of California May 17 . 19 77 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 17, 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. Witness my hand and the Seal of the Board of Supervisors affixed thisl7thday of_ May . 19 77 J. R. OLSSON, Clerk Br-JILYIU! Deputy Clerk Jamie L. Johnson 00028 H-2+3/76 ISm r POSITION ADJUSTMENT REQUEST No: Department Dr:1 t. :irrshal Budget Unit 265 Date 4/3-8/77 , Action Requested: rove, np-raty :-rshal to De»ut; :•P-arsh7l Scram nt Proposed effective date:afxn Explain why adjustment is needed: yoarl ftprgrp••nt in chorr*e rfDi5trict in the Contra Cos-cl Estimated cost of adjustcent: • RECEI,EtD Mount: APR 1. Salaries and wages: $ 71.00 , tit 2. Fixed Assets: (tiAt d.#ems and coat) O►ii a of Ccluntv n� Estimated to 1.00 rionth b U! � --ft signature (/Jvo�� r—Went eaonald E. Terrill,, Marsha Initial D rwiniti n of County Administrator t ill 2fi, 1917 To CAal §grtuce: Request .recomamenda Personnel Office and/or Civil Service Commission Date: 1 I Way i 7 Classification and Pay Recommendation Reclassify 1 Deputy-Marshal to-Deputy Marshal Sergeant. Study•discloses duties and responsibilities now being performed justify reclassification to Deputy Marshal Sergeant. Can be effective day following Board action. The above action : can be accomplished by amending Resolution 71/17 to reflect the reclassi fication of Deputy Marshal position #02,• Salary Level 348 (1240-1507) to Deppty }Marshal Sergeant, Salary Level 446 (1436-1745). Assistant Personnel rector Recommendation of County Administrator ' Date: „ May 13, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. ounty Adinistra or Action of the Board7of Supervisors Adjustment APPROVED. (W�W on MAL 3 2 t t OL5SON - County Clerk Date: SAY 171977 By: r APPROVAL o f this adjustmxitt condtitutfA an AMWpU:4ti.an Adju6fiwj1t and pensonnef. Re otuti on Amendment. ROTE: -top section and reverse side of•forn must be completed and supplemented, when appropria , by an organization chart depicting the section or office affected. P 300 (13347) (Rev. 11/70) 0002 POSITION ADJUSTMENT REQUEST No: Department DISTRICT ATTORNEY Budget Unit 242 Date April 21, 1977 (2805 S 2830) Action Requested: Reclassify Deputy Dist. Atty. III position 401 (MURPHY), X102 (KOCHLY #03 (FLIER), #04 (FITZGERALD), #05 (LAINGLEY) and #06 (ABRAMS) to Deputy District Attorney IV Proposed effective date: A.S.A.P. Explain why adjustment is needed: To retain qualified incumbents performing at Deputy District Attorney IV levels Estimated cost of adjustment: Amount: Increase perm. salaries $822/month; for I. Salaries and wages: bal. of fiscal year approx, increase $ 1200.00 2. rLix Ls ets: 1-tiAt stens and cost) Cn Estimated total $ 1200 00 Signature partment HeAd Hichae J. 'Phelan Initial Determination of County Administrator te: TO Civil Service: Approved subject to 40% limitation Ji accordance with the attached memorandum. nt minis or Personnel Office and/or Civil Service Commission Dat1W -Say 10, 1977 Classification and Pay Recommendation Reclassify (6) Deputy District Attorney III positions to Deputy District Attorney IV. Study'discloses duties and responsibilities now being performed justify reclassification to Deputy District Attorney IV. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi— fication of Deputy District Attorney III position #01,102, ,103, #04, #05 and #06, Salary Level 550 (1971-2396) to Deputy District Attorney IV, Salary Level 586 (2200-2674). Assistant Personnel' Director Recommendation of County Administrator ,' Date: May 11, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County m strator Action of the Board of Supervisors ' Adjustment APPROVED (DISAPPROVED) on MAY 1 7 1877 j�77 B. R. SSON-CoumyFlerl- CleciC Date: GiAY 17 y: - l:,�c.�21 L p�'n' APPROVAL o3 this adjustment constitutes an Appnoprc,:ation Adjustment and Peuonnee Re6otution Amendment. NOTE: Top section and reverse side of .form must be completed and supplemented, when approprr sale, by an organization chart depicting the section or office affected. P 30D (!•7347) (Rev. 11/70) 00030 _ I I / r CS ; I ON ADJUSTMENT REQUEST t1o: qu J t t t=:art CCCo- Medical Services Budget Unit 540 Date 1/17/77 Reclassify Senior Clerk Position :084-13 to Supervising Clerk I Proposed effective date:as soon as possible Explain, ..:1_ adjustment i3 nee—:: To provide adequate staffing for Business Service Support Esti-mated Cost of adjust.-er:: Supervisiug Clerk I - $963. Acmunt: Senior Clerk - 824. traces: $139.x 5 $ 695. 2. 111ed=SSCCS: and cod#) 0- J s 12 Estimated total 695. pL:ell�• Signature George . H.D., Medical Director Department ea 1�. Initial Deterzination of County Administrator Date: March n, 1977 To Civil Service: Request: recommendation. 'County rator Personnel Office and/or Civil Service Commission e: May 10, 1977 Classification and Pavy Recommendation Reclassify 1 Senior Clerk to Supervising Clerk I. Study discloses duties and responsibilities now being performed justify reclassification to Supervising Clerk I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi= fication of Senior Clerk position 013, Salary Level 264 (824•x1002). Assistant Personnel Ditector Recom iendation of County Administrator / ate: t+ta3& 1 ^ 1!177 Recommendation-of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County s to or . Action of the Board of Supervisors Adjustmant AP?VI. (DISAPPP.09ED) on „jAAY 17 MY R�Oy,-County filet _ Clerk. Date: MD-V 17 1977 y: y, _ goP�+hr ?? �' o$ tjiZ6 4dia3Lrci:t cr:•..,'UuW an ApptgrEa,;�ion AdjwZneia and.Peuonne,C Pe6otu�t.Lr. Amendsnzr.: :MTE: --- section and r =r<e - of,_*fdhm cuz= be cxpleted and supplemented, when riate, by a� :rr=:::za.ion'cl*rt depicting the section or office affected. P 32M t''.-7; (Rev. 70) 00031 + POSITION ADJUSTMENT REQUEST No: � 7 Departrent Public Works Budget Unit 850 Date 3/23/77 Action Requested- Alteration of Deputy Public Works Director -- Business and Services classification to reflect acaitional ou ies an responsibilities. Proposed effective date: ASAP Explain why adjustment is needed- Public 'corks Department reorganization will not be reflected by current classification. Estimated cost of adjustment: Amount: 1. ClaVTes end wages:: S 2877.00 per mo. 2. i axe Astts: (t'Lst items and rcetl > $ 2782.00 per mo • ti 95.00 per mo, Ln Estimated togatntl s.,c._. $ : Signature Department Head Initial Determination of County Administrator Date: March 28. 1977 To Civil Service: Request recommenda %----,County Adonnistrator Personnel Office and/or Civil Service Commission Date: May 10. 1477 Classification and Pay Recommendation Reallocate class and position of Deputy Public Works. Director-Business and Services to Deputy Public Works Director-Administrative Services. Study discloses duties and responsibilities are appropriate to the class of Deputy Public Works Director Administrative Services. Can be effective day following Board action. The above action can be accomplished by amending Resolution 78/824 and 71/17 to reflect the retitling and reallocation of class and position of Deputy Public Works Director-Business and Services to Deputy Public Works Director-Administrative Services, both at Salary Level 2289-2782). Assistant Personnel Director Recommendation of County Administrator /Date: Recommendation of Personnel Office and/or Civil Service Commissioin approved, effective Hay 18, 1977. County Wddfifiistratof Action of the Board of Supervisors Y Z? 1g77 . Adjustment APPROVED (DISAPPROVED) on MAY J. R. OLSSON, County Clerk � Date: :,5+'Y i 7 ig By: fi.0 tr z n I A 't7er'k APPROVAL aj tAis adju.3taesrat ccnat tutes an App%op%iatton Adjubtmezt and Pv,._,0 o_Z t Ruc.ZutEon Amendment. NOTE: Top section and reverse side of;fotm mue.t be completed and supplemented, when appropriate, by an organization`chart depicting the section or office affected. P 300 (1.5347) (Rev. 11/70) t 00032 POSITION ADJUSTMENT REQUEST No: I 7f Department Civil Service Budget Unit 035 Date 4128/77 Action Requested: Classify (1) Intermediate Typist Clerk and cancel-Senior Clerk position #05 Proposed effective date: AsAp Explain why adjustment is needed: Retirement of incumbent and reoraanizatian of Safety Division. ,. �f•.J Estimated cost of adjustment: _ cr :.:cAmount: 1. Salaries and wages: ��� $ 2. Fixed ftseW: (tia•t ,it A6 and coat) f '! ori L .. Estimated total .r�7c#ar $ q7lf Z� Signature -f�r'..�r. 7• ,�:; .. for Dep rtment ad� Initial Detetmination o County Administrator 10ate: (--19•- 77 i•f .0r-Y as (( out m strator Personnel Office and/or Civil Service Commission" Date: Kay_10. 1577 Classification and Pay Recommendation Classify 1 Intermediate Typist Clerk and cancel 1 Senior Clerk. Study discloses duties and responsibilities to be assigned justify classification as Intermediate Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Intermediate Typist Clerk, Salary,Level 222 (725481) and the cancellation of 1 Senior Clerk, position #05, Salary Level 264 (824-1002). Assistant P&jo—nnel Director Recommendation of County Administrator Date: May-13, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. If County Admlilils&dtor Action of the Board of Supervisors Adjustment APPROVED (910�) on MAY 1 71477 J. R. OLS&ON, County Clerk Date: SAY 17 1977 By: °,_,".- Deputy Cterk APPROVAL cS t[zi.s cutfus#r�urt comititu"tea an App%opkLattan Adjua&.ent atd Pviceormtet Ructati.on Amvubent. EMOTE: Top section and reverse side of foie ►Haat be completed and supplemented, when appropr�ice, by an organization chirt depicting the section or office affected. P 300 W47) (Rev. 11/70) 00033. :......... . POSITION ADJUSTMENT REQUEST No: � � v Department HEALTH Budget Unit 450 Date 12/17/76 Action Requested: Classification study of Public Health Nutritionist position #01 Proposed effective date: Explain why adjustment is needed: To determine if present classification is appropriate for assigned duties and responsibilities. Estimated cost of adjustment: Amount: 1. Salaries and wages: $ n/a 2. Fixed Assets: (ti.st item and coat) fEstimated total n/a ;�/Ae-41 G� j Signature - �_..u.�� Department Hea Initial Determination of County Administrator Date: December 28, 197 To CiviDe�ic� s o �► °&gtiest recommendation. v ount miator PersonnelLafico a /or Civil Service Commission D May l0, 1977 ClassificQ j on andtgay Recommendation I .J � c,+ J allocate the class of Chief Public health Nutritionist. C.3, j c (Y W ` v On May 10, 1977, the Civil Service Commission created the class of Chief Public Health Nutritionist and recommended Salary Level 412 (1294-1573). The above action can be accomplished by amending Resolution 76/624 by adding Chief Public Health Nutritionist, Salary Level 412 (1294-1573) Can be effective day following Board action. This class is not exempt from overtime. Assistant Personnel Director .2commendation of County Administrator Date: May 13. 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County Administrator action of the Board of Supervisors .djustment APPROVED on MAY 1 7 lou J. R. OLSSON, County Clerk Jate: T�Ay 1 7 '?77 — By:(� i ! l_c c r� ('r r Q Deputy Clerk .PPROVAL of this adjustment eondtitafes an Apprmp&wt,-cn Adjustment and Peneonnee Resolution A.mv,2mer-t. +OTE: Top section and reverse side of form nue t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. 300 (M347) (Rev. 11/70) 00034 POSITION ADJUSTMENT REQUEST No: 96 >3 Department Health Budget Unit 450 Date 3-25-77 Action Requested: Change Status of Clinical Social Worker Position #452-801 from Permanent Intermittent to Permanent Part Time. Proposed effective date: ACAP Explain why adjustment is needed: To brine the status of this position ,intto confnrMitX with Civil Service Regulations. r, �• " ''ort*c Cc'.' .'Snr,• rAm�t: + Estimated cost of adjustment: rn 1. Salaries and wages: $ 2. Fixed Assets: (.list Mems and coat) $+i:.i. J-1/ to w ill$ C?11AWN P-7.,,•1 . =,..Cir Estimated total + ' Dote Signature "A Department Head lnitial }let�,naination of County Administrator Date: April 6, 1977 TO ivi erva. Request recommendation, Caun nir Personnel Office and/or Civil Service Commission Oaf May 10, 1977 Classification and Pay Recommendation Classify (1) 28/40 Clinical Social Worker and cancel 1 Permanent Intermittent Clinical Social Worker. Study discloses duties and responsibilities to be assigned justify classification as Clinical Social Worker. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition. of 1 28/40 Clinical Social Worker and the cancellation of 1 Permanent Intermittent Clinical Social Worker, position #801, both at Salary Level 399 (1244-1512). 1 • - Assistant PersonneY Director Rdcommendation of County Administrator Date: � Kny X1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County A nistrator Action of the Board of Supervisors Adjustment APPROVED (� on may 17 1977 J R. OLSSON, County Clerk By:`.,, FOk au « f' 1`7.i.iQ De" Clerk Date: N1,AY 1 7 +97T APPROVAL o$ t#46 adjus.t+nent co+catitutea an Appr,.op iati.on Adjustment and Pvuonnet Reaotu{'&n AmC'.&-e+:t. NIOIE: Top section and reverse side of form must be completed and supplemented, when appropr�e, by an organization chart depicting the section or office affected. P 300 (P347) (Rev. 11/70) � POSITION ADJUSTMENT REQUEST No: W Department HEALTH Budget Unit 450 Date 5/25/77 Action Requested: Cancel three (3) Health Care Aide i (Exempt) pne;r;n"a #5. 7 d 8- Proposed effective date: AsAp Explain-why jus,%wnt is needed: Termination of EPSDT project with no available alternate fuaa.ing sour;* - Estimated cdst of adjustment: + �_c�r. Amount: 1. Salaries and wages: S -0- 2. Fl xes$e' is: (t26t items and coat) r 1 Estimated total $ -o- Signature Department Head Initial Determination of County Administrator Date: May 3, 1977 To Civil Service: Request recommendation. ount strator Personnel Office and/or Civil Service Commission D te: May 11. 1977 Classification and Pay Recommendation Cancel 3 Health Care Aide I-Project positions. The above action can be accomplished by amending Resolution 71/17 by cancelling 3 Health Care Aide I-Project, position #05, 007 and #OB, Salary Level 197 (672-817). Can be effective day following Board action. Assistant Personne ctor Recommendation of County Administrator te: tray 14 1977 Recommendation of Personnel Office and/or Civil Service ' Commission .approved, effective May 18, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED on .May 3 7 1577 J. R. OLSSON, County Clerk Date: ttiA1' 17 1977 By: ��i�-�"��� «�+ rC!';E Deputy Clerk APPROVAL ej titi.3 adjustment conatituteb an Appwpxiation Adjustment and Peuonnet Resotuaon Amendment. NOTE: Top section and reverse side of form, muA.t be completed and supplemented, when appropriate, by an organization char. t.depicting the section or office affected. P 300 (14341) (Rev. 11/70) 00036 maw � POSITION ADJUSTMENT REQUEST No: 71 Y Department HEALTH Budget Unit 450 Date 5/25/77 Action Requested: Cancel three (3) Health Care Aide L(EY t) pnaitinns #5. 7 d 8_ Proposed effective date: AcAP -cxpiain,:Why aT�jus,%wnt is needed: Termination of EPSDT project with no available alt mate n_ fuzu-ang saurj§. - --tie L_• ,�., f C.. . ;.. j..�r. ,: : Estimated cast of adjustment: Amount cam;. 1. Salaries and wagyes. S -o- 2. Fixe&Assets: WAt items mut coat) ' S n Estimated total $ -0- Signature Department Head y Initial Determination of County Administrator Date: May 3, 1977 To Civil Service: Request recommendation. -2, ount strator - Personnel Office and/or Civil Service Commission D te: may 11, 1977 Classification and Pay Recommendation Cancel 3 Health Care Aide I-Project positions. The above action can be accomplished by amending Resolution 71/17 by cancelling 3 Health Care Aide I-Project, position #05, 007 and #08, Salary Level 197 (672-817). Can be effective day following Board action. 1 �Rsi I Assistant Personne ctor Recommendation of County Administrator te: may i-, iA77 Recommendation of Personnel Office and/or Civil Service Commission,approved, effective May 18, 1977. County Admim strator Action of the Board of Supervisors Adjustment APPROVED on MAY 17 Im- J. R. OLSSON, County Clerk Date: IMY 171977 By: f • 6W Deputy Clerk. APPROVAL ca' t hi.6 adjustment eona#.itutea an Appwp►riation Adjuatmext and PvthonneL ' Res otu tion Amend an,t. NOTE: Toa section and reverse side of form. moat be completed and supplemented, when appropriate, by an organization chart.depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00036 y. i.. V POSITION ADJUSTMENT R, EOUEST No: Department HEALTH/ SOCIAL SERVICE Budget Unit 4 _ Date 4/6/77 502 Action Requested: Establish two (2) Permanent-Intermittent Typist Clerk Positions: Cancel two (2) Intermediate Typist Clerk positions in cost : ASAP center Sot-9149 47 Proposed effective date. Explain why adjustment is needed: To provide intermittent clerical coverage for Alcoholism Clinics (approximately 20 hrs per month peftposition): '•=�'''� y Estimated cost of adjustment: Amount: r— F I.t alPllesbnd wages: 5 2. Fi x ff Asftts: (U6# .items and coed Estimated total A�$ -U- s Signature � s.� Department Head Initial Determination of County Administrator Date: To Civil Service: Request recommendation. ou istrator Personnel Office and/or Civil Service Comnission Date: May 10, 1977 Classification and Pay Recommendation Classify (2) Permanent Intermittent Typist Clerk and cancel (2) Intermediate Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Permanent Intermittent Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 2 Permanent Intermittent TSpist Clerk positions, Salary Level 178 (634-771) and the cancellation of Intermediate Typist Clerk positions 849 and 847, Salary Level 222 (725-881). eo Assistant Pers onnel!Director Recommendation of County.Administrator Date: Kay 13 1977 Recommendation,of Personnel Office and/or Civil Service Commissi.on approved, effective Nay 18, 1977. County---Administrator Action of the Board of-Supervisors ►any Adjustment APPROVED (�) on 1 M;7 J.+R. 01—CSON, //County Clerk Date: i1i1il t `A/1'1dt a- 1 i f:i��` Np ty 0ff APPROVAL o$ .thiA adjuatirea ccn6titutea an Appkop4iation Adfua#ment and Peuonnel Resctu ion AmCR&M C- NOTE: Ton section and reverse side of form moat be completed 4nd supplemented, when appropriafe—, by an organization chart depicting the sectitn or office affecteds�. P 300 (M347) (Rev. 11/70) 0003ry I POSITION ADJUSTMENT REQUEST No: Department Human Resources Agency Budget Unit 180 Date 8-3-76 Action Requested: Conduct Classification Audit of Welfare Clerical services Advisor position #01. Proposed effective date: AsAp Explain why adjustment is needed: to determine appropriate classification for duties performed bel. Incumbent (Laurel Xhapp)- Estimated cost�.Of�idjustment: Amount: 1. Salaries and wagges: $ 2. Fixed Assets: (List item and coat) S Estimated total S Signature A& Department ea Initial Determination of County Administrator Date: August 9, 1976 To Civil Service% Request recommendation. / ount ' rator Personnel Office and/or Civil Service Commission aie: May 10, 1977 Classification and Pay Recommendation Allocate the class of Human Resources Staff Assistant. On :lay 10, the Civil Service Commission created the class of Human Resources Staff Assistant and recommended Salary Level 405 (1267-1540). The above action can be accomplished by amending Resolution 76/624 by adding Human Resources Staff Assistant, Salary Level 405 (1267-1540). Can be effective day following Board action. This class is not exempt from overtime. Assistantpersonnell/Director Recommendation of County Administrator !J Date: 4L. 1:3, �g��-- Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County AdmTnistritor Action of the Board of Su ervisors MAY 1 7 1977 Adjustment APPROVED ( � on 7. R OL55^N County Clerk Date• m AY 171977 By:���( ►c e«, fe 41 c c i Deputy ei,. APPROVAL og this adjustment eonatituteb an App.Icopniation Adjustment and Pv&6onnet Resotution Amendment. NOTE: Top section and reverse side of form awet be completed and supplemented, when appiop-r a e, by an organization chkrt depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00038 i V POSITION ADJUSTMENT REQUEST No: % Department Planning Budget Unit 357 Date April 11, 1977 Action Requested: Cancel one Planning Technician II position and add one Planner I position Proposed effective date: 4/15/77 Explain why adjustment is needed: Duties of this position constitute professional rather than technician work. Estimated.cos�of adjustment: Amount: 1. Safari ai*' - wages: $ --------------- 2. Eked Asseg: (List item and coat) VA .1 $ --------------- h: Estimated !total �' $ ----------- t I c Signature Depa nt Head ; \ ; Initial Determination of County Administrator .! Date: April 26/19 77 To Civil Service: L Request recommendat' ter, Count A mim strator Personnel Office and/or Civil Service Commission Date: Mav 10, 1977 Classification and Pay Recommendation Classify 1 Planner I and cancel 1 Planning Technician II. Study discloses duties and responsibilities to be assigned justify classification as Planner I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Planner I, Salary Level 336 (1027-1248) and the cancellation of Planning Technician II position #02, Salary Level 336 (1027-1248). Assistant Personnel/Director Recommendation of County Administrator Date: May 13, 1977 I Recommendation of Personnel Office and/or Civil Service f Commission approved, effective Clay 18, 1977. ' i County Administrator Action of the Board of Su ervisors Adjustment APPROVED ( ) on );AY 17 1977 J. R. OLSSON, County Clerk Date: �m,L`Y 17 1,977 By: & J'? C' Deputy Clerk APPROVAL aj -tttib adiustinent cc►tst tutea an Appnopni.a cn Adjurtment. and Peuonnee Resolution AmGtdmcnt. DOTE: Top section and reverse side of form mub.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) OOU�; t POSITION ADJUSTMENT- REQUEST No: C Department Riverview Fire Prot. hist, Budget Unit 2022 Date 4/1/77 Action Requested: Request reduction of Firefighter positions alloma,ed to our District. Proposed effective date: ASAP Explain why adjustment is needed: We have been allocated 43 Firefighter positions; we would like to drop 13 positions and maintain a total of 30 firefighter positions. Estimate cos -of jg�„justment: Amount: 1. SWr4 armw�wages: r�r?� i^r_, Courg 2. Find ett, (.mat .item,s rnd coati $ r� = Estimated to�a'f'iY isfrefar - $ S -^"'" !' SignaturrP�'.- -i - �`— partw6t N - Initial Determination of County Administrator Date: April 6, 1977 To Civil Service: Request recomrnendatio . -1/-1*5' ,1A. ' Count A mim strator Personnel Office and/or Civil Service Commission Date: April 13, 1977 Classification and Pay Recommendation Cancel 13 Firefighters positions, The above action can be accomplished by amending Resolution 71/17 by cancelling 13 Firefighter positions #05, 08, 16, 17, 18, 20, 23, 24, 25, 27, 31, 36, 37, Salary Level 380 (1274-1427). Can be effective day following Board action. Assistant Personnel/Oirector Recommendation of County Administrator t/Date: may i'1. 1Q 77 Recommendation of Personnel Office anal/or Civil Service Commission approved, effective May 18, 1977. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( } on [A AY 17 1977 J. R. OLSSON, County Clerk Date: MAY 17 1977 By: -•` (�t Cc:e t Lc �" , leFury uerk APPROVAL cS thiz adjurtjrent confit tute,6,a7,. App.%aptia;t on Adjuatmestt and PeAAonnet Reaotuti•an Amendavnt. _ c! NOTE: Top section and reverse side of form must be completed and supplemented, when app'roprialF, by an organization chart depicting the section or office afW40 P 300 (M347) (Rev, 11170) 1 � u' e # wK. M 4 r 1 POSITION ADJUSTMENT REQUEST No: Gr✓1 Public 4.'orks $79— 2-22-77 Department Budget Unit Date Action Requested: Cancel one Buildings & Grounds Engineer (079-01) and establish the class and add the position of Supervising Architectural Engineer Proposed effective date- ASAP Explain why adjustment is needed: to provide appropriate direction for the Building Project j functions of planning,design/ construction and real estate management. Estimated cost of adjustment: �.�Amount: I 1. Salaries and wages: $ -246'00 2. Fixed Assets: (tis.t .items and coat) V� �J Estimated total $ 0 tet~• c� � . �c f , w Signature r` par t Head Initial Deter:a—nation of County Administrator Date: April 6, 1977 To Civil Servl'ce: Request recommendation. Cou`!nt imstrata Personnel Office and/or Civil Service Commission Date: may 10, 1977 Classification and Pay Recommendation .Allocate the class of Supervising Architectural Engineer and classify 1 position. Cancel 1 Buildings & Grounds Engineer. On May 10, 1977, the Civil Service Coamission created the class of Supervising Architectural Engineer and recommended Salary Level 566 (2070-2516). Amend Resolution 76/624 by adding Supervising Architectural Engineer; and amend Resolution 71/17 to reflect the addition of 1 Supervising Architectural Engineer, Salary Level 566 (2070-2516) and the cancellation of Building and Grounds Engineer, position 901, Salary Level 525 (1827-2220). This class is not exempt from overtime. Assistant Personnel' Director Recommendation of County Administrator Date: Ka3t 11..927 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County Administratoe Action of the Board of Supervisors Adjustment APPROVED (moi) on MAY 17 1977 - oN County Clerk L- Date: 'MAY 17 1977 By: �� 'l� itc � �i ��t,V;,Deputy Clerk APPROVAL of thiz adjustment eonatitutea an Apptopniation AdjU,6tMejtt and PeA6onnee Resc£u.ticn Amendwitt. NOTE: Top section and reverse side of form muat be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00041 I = i POSITION ADJUSTMENT REQUEST No: �,(al Department Public Works Budget Unit-&g Date 2-22-77 Action Requested: Cancel one Draftsman Estimator Position (079-01) and ;establish the class and add the position of Senior Architectural Engineer proposed effective date- Explain Explain why adjustment is needed: to head up the Design & Construction Operation of j Building Projects Estimated cost of adjustment: Y�7 Amount: 1. SalQes nd}wages: $ -60/per 140. 2. Fi:�(sd A S�etsw (Wt item and caz•t) c C $ Estimated total $ •fWO0/per Mo. Li Signature Dpartmwft Head Initial Determination of County Administrator Date: April 6, 1977 To Civil Service: V. Request recommendation. �Q _ County Administrator \ Personnel Office and/or Civil Service Commission Date: tray 10, 1977 Classification and Pay Recommendation Allocate the class of Senior Architectural Engineer and classify 1 position. Cancel 1 Drafting Estimator. On May 10, 1977, the Civil Service Commission created the class of Senior Architectural Engineer and recommended Salary Level 518 (1788-2173). Amend Resolution 76/624 by adding Senior Architectural Engineer; and amend Resolution 71/17 to reflect the addition of 1 Senior Architectural Engineer, Salary Level 518 (1788-2173) and the cancellation of 1 Drafting Estimator, position #01, Salary Level 388t (1371-1512). This class is not exempt from overtime. i f _:✓LS...•� Com.--��^A�,_r. .. Assistant Personnel Director Recommendation of County Administrator /Date: t4a1111972 Recommendation of Personnel Office and/or Civil Service i Commission approved, effective May 18, 1977. County Administrator Action of the Board of Supervisors1 7 197 (�AY 7 Adjustment APPROVED on County Clerk Date: MAY 17 1977 By: 37'`t'i z t<' r� i i 'a <Q-Guu,y aeric APPROVAL r5 thi5 adju.5t ent comstitutu art Apptop4,i.ation Adjus-ono t and Pe:,aonnet Reso£u'.icn Amendmeiu'. NOTE: Top section and reverse side of form : must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (1.1347) (Rev. 11/70) 00042 V POSITION ADJUSTMENT REQUEST No: Department Public Works Budget Unit 650 Date 4/20/77 Action Requested: To change Supervising Clerk I (085) to: Typist Clerk (090) Proposed effective date: ASAP Explain why adjustment is needed: Strong need in department for additional typist-clerk. COMM o• L)Cr �r Estimated cost of adjustment: : ':r ' Amount: 1. Salaries and wages: Supv. Clerk IG� • 1,170.00 Mo. 2. Fixed Assets: (teat stein and coat)TyA4,st,C1>e&&-trctcr $ 771.00 Mo. r— Estimated total,-savings. $ 99.00 Mo. CL s Signature / r,\ ul �,��l3epar nt Head Initial Qetet�}�afton of County Administrator Date: April 26, 1977 To Crw il-Se4v�a-ice: "Request recommend 'on. tom - N � _ ount minlstrator Personnel Office and/or Civil Service Commission Date: May 10 X1977 Classification and Pay Reconmendation Classify 1 Typist Clerk and cancel 1 Supervising Clerk I. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Typist Clerk, Salary Level 178 (634-771) and the cancellation of Supervising Clerk I, position 801, Salary Level 315 (963-1170). i Assistant Personnel Director Recommendation of County Administrator / - Date: May 11 1977 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County Administrator Action of the Board of Su rvisors Adjustment APPROVED ( ) on FRAY 1 7 tom J R. OLSSON, County Clerk n Date• MAY 17 1477 By: ('f��.tC;t�; ( . �:%(-u Deputy Cf<.6 APPROVAL eS t1u a ad;ustment eonatitu�te3 an Appnoptiatcon AdJuatment and Peuonnee Reaotution AmPndmen t. NOTE: Top section and reverse side of form muat be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00043 V POS I T I ON AD!J' 0!�.,Tib1�V'T� REQUEST No: - Department Public Works tikt ri JuiUd77 ilt 1W Date 5/3/77 Action Requested: Add Lead Gardner`-po*Stif�iE 8�F ancel Gardener position 075-013 Proposed effective date: ASAP Explain why adjustment is needed- To provide better lead direction for the Juvenile Hall facility Estimated cost of adjustment: Amount: 1. Salaries and wages: $53/mo. - 6 mo. $103/mo �.-6 `mo... S 936.00 2. Fixed Assets: (t i,st items and cost) Con!,-:: Estimated t ``G $ 936.00 Signatu 1 - �Q;4 10 epartment Hea Initial Determination of County Administrator Date: .(_ •- 7 CoungtZ m strator Personnel Office and/or Civil Service Commission Date: May 10, 1977 Classification and Pay Recommendation Classify I Lead Gardener and cancel 1 Gardener. Study discloses duties and responsibilities to be assigned justify classification as Lead Gardener. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of I Lead Gardener, Salary 329t (1108-1221) and the cancellation of 1 Gardener, position #13, Salary Level 281t (957-1055). Assistant Personnel Director Recommendation of County Administrator Date: tray 11. 19,77 Recommendation of Personnel Office and/or Civil Service Commission approved, effective May 18, 1977. County Administrator Action of the Board of Supervisors 1977 Adjustment APPROVED ) on MAY 17 J. R. OLSSON, County Clerk Date: IAAY 17 1977 By: uc t et V,5 DeFusy Clerk APPROVAL o,4 tALZS adjuS.Ure►Lt constitutes an ApWp) .ati.on Adjus.trne►st and Petsonnel Rezvi ution Ame idrrvit. NOTE: Top section and reverse side of form mua.t be completed and supplemented, when aopropriate, by an organization ch4rt depicting the section or office affected. P 300 (M-147) (Rev. 11/70) 0OC44 I In the Board of Supervisors of Contra Costa County, State of California Ngj 17. 19 IL In the Moth of Recruitment of Building Inspector II. at the third step of Salary Level 434 On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that recruitment for falling positions in the class of Building Inspector H at the third step of salary level 434(1384 - 1682), effective May 18, 1977, is AUTHORIZED, as requested by the Director of Building Inspection. Passed by the Board on Aay 17, 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. Orig. Dept.: Civil Service Witness my hand and the Seal of the Board of cc: Building Inspection Supervisors . County Administrator affixed this17tn day of 14ayF 19 ?7 County Auditor J. R. OL.SSON, Clerk I 6 Aalyi . Deputy Clerk Patricia A. hell 14•2.0 3176 Ism 00045 L. In the Board of Supervisors of Contra Costa County, State of California Aay 17 19 , 7 In the Matter of Authorizing Appointment of George Leonardos in the Class of Manpower Operations Officer-Project IT IS BY THE BOARD ORDERED that appointment of George ,' Leonardos in the class of Manpower Operations Officer-Project is AUTHORIZED at the third step of Salary Level 447 ($1440-1750) ` at a rate of $1588 per month, effective May 23, 1977, as recom- mended by the Director, Human Resources Agency. Passed by the Board on clay IT, 1577. 1 hereby certify that the foregoing is a true and correct copy of an order'entered on the minutes of said Board of Supervisor on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of Supervisors cc: Director of Personnel affixed the lZt:1day of ,gad I9zZ - Director, Human Resources Agency Auditor-Controller J. R. OLSSON, Clerk I Deputy Clerk ai Patricia A. Bell >3 H-24 3/7615m 00046 In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attabhed hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on May 17, 1977. I hereby certify that the foregoing h a true and corned copy of an order entered on the minutes of said Board of Supervisors on the date oforesoid. Witness my hand and the Seo[of the Board of Supervisors affixed thisl7thday of May 19 77 J. R. OLSSON, Clerk Byalmm Deputy Clerk Jamie L. Johnson 0004'7 H-24 3/76 15w '. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUOGE'r UNIT Auditor-Controller RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2• OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase de Quantitvl Fund BudaetUnitOhioct Sib.Acct. CR X IN 661 01 1003 011-7751 710 Microfiche Reader 10 01 1003 03S-7752 701 Desk 2 01 1003 OSS-7758 706 Base Station 706 01 1003 OSS-7758 710 Transceiver VHF 28 01 1003 148-7751 706 Microfilm Camera 369 Oi 1003 148-7751 708 Microfilm Recorder 42 01 1003 148-7751 709 Microfilm Processor 29 01 1003 148-7751 710 Fiche Duplicator Coll 99 01 1003 149-7750 706 Safety.Step Ladder 5 01 1003 23S-7752 703 Desk 18 01 1003 242-7752 702 Des Exec 17 01 1120 303-7751 713 Typewriter Elec 91 01 1003 308-7752 714 Passenger Settee 4 01 1003 314-7750 708 Steam Cooker 240 01 1003 314-7750. 709 Steam Jacket Kettle 268 01 1003 3S7-7752 711 Desk Typist 5 01 1003 4S1-7754 714 Hematoflour Meter 360 01 1003 S40-7750 788 Stove 51 01 1003 S40-7752 785 Desk 3• 01 1003 S40-7754 719 Dental Unit 20S 01 1003 S40-77S4 797 Surgical Instrume6tstro Losta County, .34 01 1003 S70-7750 702 Vacuum i 11f 6; 2 Ol 1120 303-2479 -Wid:�to-7751 713 91 01 1003 99S-9971 Tran fr pr yz F/A F.}{~ 1 1977 49S 0:. Ccsrniy ,' r,....�:rc�tor PROOF Comp._ K.P. 1 EXPLANATION OF REQUEST(Il eopitel outlay,list irons and cost aF each) TOTAL - -- --- ENTRY To adjust carry forward fixed asset items.and.. Owe Desu'prion return the balance to the Reserve for contingencies Carry Forward prior year F/A adj. APPROVED: SIGN ES DATE AUDITOR CONTROLLER: COUNTYMAY 1 3 97T ADMINISTRATOR: y m BOARD OF SUPERVISORS ORDER: YES-c-,ri,M Kcr=y.Fs '> , .�.+...Bnpless.Huseleete . N0:~I��4•-� onul,,,n,Y 17 00048 00 J. R. OLSSON. CUM hV l�iluri, C� Lft, QAssist. Budget Analyst 5-6-77 -JePUf)t CSignature. Title Date Reed McDonald Ap,0j ; 5295 (M 129 REV. 2/75) Sec lastroctioos on Reverse Side 1 CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Civil Service Department RESERVED FOR AUDITOR-CONTROLLER'S USE Manpowr Employmelt CETA II Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Ouantit 1 Food Bud et Unit Obiect Sub.Acct. (CR X IN 66) OI 1003 582-1011 Permanent Salaries 214,533 It '• -1013 Temporary Salaries 8,162 " " -1014 Overtim 147 " " -1042 Federal Old Age Survivors 14,211 to " -1044 Retirement Contribution 22,276 to " -1060 Insurance Contribution 12,028 as '• -1062 Employee Life Insurance 429 to '• -2100 Office Expense fissX498' is '• -2102 3coks 1 140 '• is -2110 Communications 6 to '• -2111 Telephone Exchange Service 17 of is -2170 Household Expense 66 _ to is -2190 Publication of Notices 390 to " -2250 Rent of Equipment 320 '• " -2301 Auto Mileage-employees 1,355 It " -2303 Other Travel Employees 417 It " -2310 Professional and Personal Services 1,960 It " -2477 Educational Supplies 10 to " -7751 Office Equipment VS 1,160- '• -7752 Furniture 320320• " 035-8822 Cost Applied 1,%0 990-9970 Reserve For Contingencies 276,425 '• .999-9'370 -279,815 -2;9,01'S 990-9970 Appropriatable New Revenue 276,425 PROOF1 (b) I EXPLANATION OF REQUEST(If capital outlay,list items and cost of each) TOTAL 1. To reflect additional FY 76-77 CETA Title II Funds ENTRY incorporated in MOD #701 approved by B/S 10/19b6 and Date Description MOD #702 and #703 approved by B/S 1/18/77 2. To adjust Object Accounts to reflect current needs. 3. All costs are Federally reimbursable with the exception of those outlined in Federal Regulations. 4. Use Revenue Code #6894.m5. Fixed Asset Ites required as follows: APPROVED: SI TURES DATE (a) i desk, dbl. ped., 60x30 = 235.00 (7752) AUDITOR- 1 chair, swivel w/arse = 90.00 (2100 CONTROLLER: ?A Ay 1 1 1977 (c) 1 calculator, Victor,Model 332 = 200900 (7751) (d) 1 bookcase m 75.00 (2.100) COUNTY i;:tit /72 (a) 1 desk, typevr1ter,dbl.ped.60x3O - 285.00 (7752) ADMINISTRATOR: (f) 1 chair, steno, no arms = 120.00 (z 100) BOARD OF SUPERVISORS ORDER: (g) 1 Typewriter, IBM Selectric,15'• = 675.00 ('775'1) YES: Rurerrison rem.. 1,68Q.00 � p., 4hntvcr,�s.Ha?s�' NO:.IwDU- at QY 17 J.R.OLSSON CLERK i Asst.Director of Personnel Sipnahtee ! Title �• Date tL.nt41/ C(t'tf oo No l M 129 Rev.2%65) •Se/Instructions on Reverse Side _. GJ .. . . .. .. ... . s CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT 260 — Mt. Diablo Marshal RESERVED FOR AUDITOR-CONTROLLER'S USE t: i r• 231 Cord Special ACCOUNT 2. OBJECT OFrEVENSE 0 FIX D ASSET ITEM• Decrease Increase Code Ouontit 1 Fund BudgetUnitObitct SaLAcct. CR X IN 661 of 1003 260 - 1013 Temporary Salaries $ 2,587.Oo of 1003 990 — 9970 Reserve for Contingencies $ 2,587.00 Contra Cosia County RECEIVED 1,iq _ 4 1977 ollice of County AdMinistrator PROOF Coup._ K.P. VER. I EXPLANATION OF REQUEST(If capitol outlay,list items and cost of owl) TOTAL ___ ____ As Of March ENTRY 31, 1977, there was one vacancy of Deputy Mar- shal caused by the retirement of Ray Willett for which Dale Description there has been no anthorization to fill, received as of this date. On May 2, 1977 Deputy Marshal John Farrell • was hospitalized with a heart attach. Retired Deputy Marshal Rill Zeiler was hired in a temporary capacity on an emergency basis. There are no.monies in my tempor- ary salaries account. It is estimated that the am of APPROVED: SIGNRES DATE $2,587.00 will be required to carry us through the end AUI)ITOR- of the fiscal year. CONTROLLER: COIINTY AY Z 1877 ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: tEs; m.Falydea Srhr.rder,lw y Fess.Hasteleioe an MAY 17 -,1 J. R LSSON (^U �LZ— A • Marshal , CLERK by,"t•ll IC+n fi ��5�_ A CARL Y. GIONM,L Title to Me& 00050°�p�.Adi. � I M 129 Rev.2;6S) •See Instructions on Reverse Side Journal No. v�CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT i. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE —c�ut'�c�r"• fL tI1�Yl. Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSE ITEM.• Increase Cade Ouantit ) Fund BudoetUnit Ob'ecr b.Acct. i 1 r f ase (CR X IN 66j Wit.•: -; -,.,.r,i CA 1003 340-1013 Temporary Salaries OI 1003 340-1014 Overtime $300.00 Contra Cosia County RECEIVED E,4AY - 9 077 Office of County Administrator PROOF Coarp.-_ _K.P._ _V_ER._ TOTAL I EXPLANATION OF REQUEST(IF capital outlay,list items and cost of each) y - ENTRY To provide funds to pay Building Plan Engineer Date Description overtime due to heavy backlog of work caused by 40% increase in building activity this fy. APPROVED: -qqKA-14RES yDATE ' AUDITO CONTROLLER—IEW: COUNTY 07 r ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES:Suprn"tson Kennv.Fa'hdw Scltmdc.Ba�ess,lid s. R OLSSON Director of Bldg. Ins.5-4-77 CLERK /0 �0 Dep�Y a Signature Title Dore 1/ l/ 1 prop.Adj. !d i 129 Rev. ::bS) Journal No. •See Irrxtrnrtious on Reverse Side CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Public Works RESERVED FOR AUDITOR-CONTROLLER'S USE Co,d Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM` Decrease Increase Code Qvantit 1 Fund Budoetlinit 06"ec+ Sub.Acct. lCR X IN S6) PUH.IC iiORSS M 1003 65o-lou Tenoporary Salaries $ 31000 2310 Professional Services $ 3,000 PROOF -Comp.- K.P. VER. I EXPLANATION OF REQUEST(It capitol outlay,list items and cost of each) TOTAL -- -- —- ENTRY Date Description To cover anticipated temporary and overtime salary needs to 6-30-77 pending promulgation of permanent lists. APPROVED: SIG14ATUR S DATE AUDITOR- CONTROLLER: /f COUNTY 77 ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YE SSut eteaoa ICeatt7.Fs6den Schtuder.Boggess.P:Wclaw fAAY 17 , J. R. OLSSON, CLERK by 2 Public Works Director 5-11-77 , Deputyaet{C Signature 00052 Title � 0 ate {l.I, 'F.Jr ADDrop.Adj. Journal No. (M 129 REV, 2/75) •See Instructions on Reverse Side CONTRA COSTA'COUNTY APPROPRIATION ADJUSTMENT • 1. DEPARTMENT OR BUDGET UNITIUt��'�KGt3 � RESERVED FOR AUDITOWCONTROLLER'S USE Cord Spec-al ACCOUNT 2. OBJECT OF EXPENSE OR FIXED,ASSET ITE14)1" D-1 s r Increase Code Ouomitvl Fund BudoetUnit 'ect b.Acct. r - " CR X IN 661 01 1 1003 075-7754 004 lEdger200', ti T 01 1003 075-2170 Household expense 27 01 1003 075-7754 005 Sprayer 227 PROOF —__C�"a•_ K.P. VER._ 3. EXPLANATION OF REQUEST(If capital outlay,list items and cost a each) TOTAL -� - �--- ENTRY This appropriation adjustment is Dote Description requested to cover the cost of the sprayer. Internal adjustment only. APPROVED: SIGNATURES DATE AUDITOR- MuY Z 1 9]] CONTROLLER: +� t 7 COUNTY MAY i ` /J ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES:Si,TMison kcam.Flhda� Sattwer,BoBb' ki Iti- MA7 �� N0:1�SA� on Y 197 e4in put' Public Koros J. R. MSSON, CLERK 6y " - ,r iDirector 5-9-77 DL,p* aetk Signature 1\j Title Date d NoAdj. umNo. $300 (M 129 REV. 2/75) `See Instructions on Reverse Side 0005Lbum CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR 13UDGET UNIT RESERVZa FOR AUDI TOR-CONTROLLER'S USE Auditor-Controller/Data Processin Card Specht ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMIncrease Decrease CR X IN 66) Cade Ouantity) Fund BudoevUnit Obiect Sub.Acct. 01 3 1003 011-7752 001 Desk - 60 -X 30 760 01 - 1003 011-2100 Office Expense 760 PROOF Co'n�_ K.P. VER. 3. EXPLANATION OF REQUEST{If capitol ourlay,list items and cost of eoch) ENTRY Des .$-will be used .in the Concord office by Date Description contractor programming Staff. APPROVED: SIGNATURES DATE AUDITOR MAY 11 197 CONTROLLER: COUNTY MAY 1 1977 ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES:Superrisors Kenny.Fstdcn $t t oder,Boagas•Hsndtt*ee 77 N0:'fi$u(_ MAY 719 y -1 f - J. R. 7t.S;.,t'71't. CLERK by ! tCteL Q IC 2 title r Dote Ll+t:pu�(]�( Signaturehy' , C1 V Apptap.Adj. i� Joumol No. (M 129 REV. 2/75) •Nee instructions on Reverse Side • CbNTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT 265 RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special M!!i M I a.-ACCPUOT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM` Increase Code Qu anti ) Bvecet:Jnit Object Sulu Acct. Decrease CR X IN 66) 01 1003 Z:S-tOl 3 Temporary Salaries 1700 01 1003 265-1011 1700 Contra Costa County RECEIVED MAY -g 1977 Office of County Administrator PROOF VER.- ms I EXPLANATION OF REQUEST(1f capitol outlay,list iteand cost a each) TOTAL - - —-- ENTRY Maintaining temporary salary of Typist--Clerk Date Description pending promulgation of the Typist—Clerk list. APPROVED: SI S DATE AUDI_R CONTROLLER: COUNTY `+ +�f/ ADMINISTRATOR: ttiI A BOARD OF SUPERVISORS ORDER: YES:S, ^ion Kcal.Fabdest . _ Schnrlcr.Ik>�-cst Haueltin! NO:%nS"7t1; on J. R. OiSSOH (y� Marshal 5/4/77 CLERK yt,\X.it�l:it � CC pufy C1edtarlawr ('� Title Dote D. E. Terris l U vrov 00051 Adj. Jr"�cl 3 (M 129 Rev. 2/68) oumal No. •See Instructions an Reverse Side i iCONTRA COSTA COUNTY e APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNITQiQImQh� RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Ir.4-ase Code Ouontit) Fund BudoetUnit Obiect b.Acct. (CR X IN 66) 01 2 1003 450-7754 014 Table Treatment 800 01 2 1003 450-7751 1ON Dictator Transcriber 800 PROOF I EXPLANATION OF REQUEST(Ii capital outlay,list items and cost oI each) TOTAL - - ---- —-- ENTRY Date Description The Health Department has recently consolidated several clinic sites eliminating the need for the treatment tables approved for purchase this year. We are requesting authorization to use the funds to purchase two dictator transcribers to replace equipment which has become obsolete. APPROVED: SIGNATURES DATE AUDITOR CONTROLLER:-- COUNTY ONTROLLER:COUNTY2J� MAY 1 1 Iti77 ADMINISTRATOR: f l BOARD OF SUPERVISORS ORDER: YES: Sul"Misoa Kenny FAdlett �.rnKkr ILS- ss.H7197 • NO� on SW , J. R.OLSSON CLERK � - DepulY Clerk ignatu Tide �� �1 �„�Ipprop.Adj. 1 M 129 Rev. 2,66) EtjJ�Journol No. 'See Instructions on Reverse Side IP - CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE San Ramon Fire Protection District Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Fund Decrease Code Quantity) •eci -1-Acct. (CR X IN 66) 1 01 3070 3070 1011 To Prof $ Pers Service 8,000 01 3070 3070 2310 Fr Permanent Salaries 8,000 Contra Cosia County RECEIVED MAY - 9 1977 O)tice of County Administrator PROOFComp.- K.P. VER.- 3. EXPLANATION OF REQUEST(If capitol outlay,list items and cost of each) TOTAL - - ---- --- ENTRY Date Description Transfer of appropriation from permanent salaries account to Professional $ Services account as ap- proved by the Board of Directors on stay 3, 1977. APPROVED: RES _;),ATE AUDI TOR- CONTROLLER �7 COUNTY A Z 19!/) ADMINIST ATOR: BOARD OF SUPERVISORS ORDER: YES: �iPm'+wra 1Ccary Fahlea Sctu,kj.B a—.Hsssduac No:1l6ti,.Q_ an MAY 17 19 J.R.OLSSON CLERK 1(10., ft (- Deputy aeric signature Ti le Date 'jW��ppmp.Ad;. .Sa 9a (M 129 Rev. 2i6S) Journal No. 'See fasbnclions on Reverse Side No:�6l on MAY 17 i9 J.R.OLSsON CLERK O"putY Cyclic Signature Date Ti re Date (M 129 Rev. 2 6S) i�I r��(PprOp•N1. Sa 90� See Instructions on Reverse Side ` wf liournor No. �O K CONTWA COSTA COUNTY \' APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT COMMUN 1CAT IONS 055 RESERVED FOR AUDI TOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quantity Fund Budoet Unit Ob'ect b.Acct. CR X IN 66) 01 1003 055-7758 010 Switcher/Alarm System 100 01 1003 055-7754 003 Drill Press 100 w PROOF _� •__ -K.P._ _VER._ 3. EXPLANATION OF REQUEST(If capitol outlay,list items and cost of each) TOTAL ENTRY Inflation in cost of drill press necessitates Date Description this request. Savings real i zed in swi tcher/ alarm system will offset this increase. APPROVED: SIGNATURES DATE CONTROL LER: COUNTY } j t�Z':l ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: YES: Supmr ur%Kann.Fandcn Schmitt.doufs.Handtioe MAY 17W y N0:_j1�, on 1JtH4.%'QUA. .ARGLO %•C''"". SERWCES ASSISTANT J. R. OLSSON, CLERK by V t FICE OF THE SftER:FF C GRO:cER pePwy (lam Signature Title Date ^! Sia j (M 129 REV. 2/75) ouma:; l No. •err Instructions on Reverse Side 0005 w■ CONiBA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT YMICAL SERVICES 540 RESERVED FOR AUDITOR•CONTROLLER'S USE Coed Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Code Ouontit) Fund BudaetUnit Ob ect b.Acct. CR X IN 66) Ol 1003 540-7751 052 Calculator $244.00 01 1 1003 540-7751 ,Ql Dental X-Ray File $244.00 contra Cosso County RECElV IEDI otzlce,Of " Counv -f':r:iis1refor PROOF 3. EXPLANATION OF REQUEST(IF capital outlay,list items and cost of each) TOTAL ENTRY Request that funds be adjusted as indicated above to Date Description permit the acquisition of a dental x-ray file for dental x-ray mounts. These mounts are of a specific size and we are required by the State to conform to a unified mounting and filing system for dental x-rays. This file would be used in the Richmond Clinic. APPROVED: S:GNABLRES DATE AUDITOR— A CONTROLLER. UDITOR— CONTROLLER. COUNTY • titil Y i ADMINISTRATOR: F BOARD OF SUPERVISORS ORDER_ YE%� .rmly.pahke Gtfimlct,So�css.ffssndtme 7 �� t MaY 1 N0�I'w~'t� on 7 ;�{.. Assistant J. R. OLS50N, CLERK al^ L ictvG�!CS Medical Director 4/29/77 Sig"ame L. F. Girtman,rM.D. Title �aDate 0V 0—Ap Adj. W 129 REV. 2/7Sj al No. See/aslratlinrts on Rrrerse Side �M lam. R_v. J, J u _ CONTRA COST COUNTY • APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AU01TOR-CON TROLL ER'S USE - Y[QulYl Lr1 Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXT ASIT IT 2q 'ti�; Decrease CRIncrease X IN 661 ` Code Ouantit; Fund BudoetUnit O "ect Suh.Acct. ii �` of 2 1003 357 7751 006 Typewriter, Electric 650 ,a I 1 1003 357 7751 005 Calculator r„ fz 57 1 le 1003 357 7752 007 Desk, Executive 53 111 1003 357 2310 Professional & Personal Service 540 L Contra Cosa County RECEIVED rF�ax 977 Qiiice of ,tmMistrator PROOFComp._ K.P_ VER. 3. EXPLANATION OF REQUEST(If capitol outlay,list iterns and cost of each) TOTAL - —-- ENTRY This will replace worn out typewriters, that cannot be Date Description maintained in reasonable working order for a reason- able period of time with new equipment for clerks who spend a majority of the workday typing. APPROVED: SIGNATURES DATE AUDITOR- CONTROLLER: 2-7 COUNTY ADMINISTRATOR: BOARD OF SUPERVItORDER: YESsttpcvh,an VcnM 504060,BOSS,,.NssKlsise MAY 17 197 NO:.JItl� on J. R. OLSSOry, CLERK by \ +111 'LLIA &LS. I o lanning 5/6/77 Sign re �1 irleDcte ony A. Dehaesus �Utf6� Journal No: (M 129 REV. 2T) `See instructions on Reverse Side •IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY WATER AGENCY In the Natter of Opposition to Recommendation of ; RESOLUTION NO. WA-77/2 the Department of Water Resources ) on the Proposed Peripheral Canal ) Vernon L. Cline, Chief Engineer, having reported that the State's "water program" is presently constituted of four elements: Negotiation with various interests in the Delta, including the Contra Costa County Water Agency on agricultural water quality in the Delta; . Recommendation of the Department of Water Resources for construction ' of the Peripheral Canal; Federal legislation proposed by the Department of Water Resources on operation of the Central Valley Project, and The Governor's recently appointed Water Rights Commission. It further having been reported that the decision of the Department of Water Resources to construct the Peripheral Canal was premature; that Central California must already compete with Southern California for water; and finally, that the political climate in Sacramento seems to indicate that the Peripheral Canal will be built unless there is a total shift of all agencies in Northern and Southern California against the construction of the Peripheral Canal. NOW, THEREFORE, BE IT RESOLVED that the Board stand in absolute opposition to the recommendation of the Department of Water Resources to build the Peripheral Canal. PASSED by the Board on May 17, 1977. ORIGINATING: Public Works Department Environmental Control cc: Congressman George Miller (via P.,) Senator John A. Nejedly (via?/W) Senator Nicholas Petris (viaRv.) Assemblyman Thomas H. Bates Assemblyman Daniel E. Boatwright (via Pi^) Assemblyman John T. Knox Jerome R. Waldie (via County Counsel) Arthur G. Will, County Administrator John B. Clausen, County Counsel Public Works Director Environmental Control RESOLUTION N0. WA-77/2 00061 IN THE BOARD OF SUPERVISORS OF ; CONTRA COSTA COUNTY, STATE OF-CALIFORNIA In the Natter of Completion ) RESOLUTION N0. 77/396 of improvements under ) Development Permit 3016-76, ) Pacheco Area. ) The Public Works Director has notified this Board that improvements,have ' been completed under Development Permit 3016-76, Pacheco area, as provided in the agreement heretofore approved by this Board; NOW, THEREFORE, BE IT RESOLVED that the improvements under Development Permit 3016-76 have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Road Improvement -AgreemeWt: Road Improvement Agreement Date of Agreement Development Permit 3016-76 November 16, 1976 (Fireman's Fund American Insurance Company - 6304891) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's Deposit Permit Detail No. 140717 dated October 22, 1976) be RETAINED for one year pursuant to the requirements of the Road Improvement Agreement. PASSED by the Board on May 17, 1977. CERTIFIED COPY. I certirr that thls lr:a full.tree & correct copy of the n's',•al iWitrae»t chtch t.t on file in mF olam. a:d'i4 t'i:Kra mn+ l•4 ad%op-rd by the Board of S;urrr+isora of cartrn crnstit Cr4w.y. CnilfomLL os the d?te zbomt.ATT :Y: 3. lL OLSSO. County cies k cr ex+itlirlo Clerk of said Board of Supervleors. 0 by eputr Clerk. ^ o i1 o trtl�( 1.7 '977: Jaan L Miller 0 F- Originating Department: Public Works Land Development Division cc: Recorder Public Works Director Planning Director Concrete Shell Structures 2565 Merced Street San Leandro, Calif 94577 RESOLUTION NO. 77/396 OOC-62 i ,. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans and ) Specifications and Advertising for Bids ) for Stone Valley School Neighborhood ) RESOLUTION NO. 77/397 Park, Alamo_ County Service Area R-7. ) W.O. 3464-927 WHEREAS Plans and Specifications and the cost estimate for Stone Valley School Neighborhood Park, paving and shade structure, 3001 Miranda Ave., Alamo, have been filed with the Board this day by the Public :Works Director; and hMERAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHOSAS the Public :forks Director has advised the Board that this project is considered em---,pt from Environmental Impact Report requirements as a Class 3 categorical exemption under the County Guidelines, and this Board concurs and so finds; IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. The Director of Planning is directed to file a Notice of Exemption with the County Clerk. Bids for this work will be received on June 24, 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 in the Valley Pioneer. PASSED on Pay 17, 1977 unanimously by Supervisors present. Orig: Public Works (SAC) cc: Public Works Director County Administrator County Auditor—Controller Director of Planning RESOLUTION NO. 77/397 K63 01 Is SPECIFICATIO"S FOR Stun VALlisf SCHOOL NEI WOOD PAM 3001 Miranda Avenue, Al. COUtiTY SIItYZCE ARBA ft-7 ED EAAY 1977 J. L a. eoA�o;wnrlsoas �COt11RA COSTA CO. 6 Prepared by Public :'.orks Bs:pn:tnecnt Contra Costa County Sixth Floor' Administration Building Martinez. California 0006 MjcrcfiWW with board order • TABLE or conEar.s DIVISION A. Notice to Contractors DIVISION B. Instructions- to Bidders Section I Competence of Bidders Section 2 Securing Documents Section 3 Examination of Plans, Specifications, and Site of Work Section 4 State and County Labor and Materials Requirement • Section 5 Bidding Documents Section 6 Submission of Proposals Section 7' Withdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposnls Section 10 Competitive L'•idding Section 11 Award of Contract Section 12 Special Requirements Section 13 IEectuion of Contract Section 14 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 Prtents 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 B Progress Schedule . Section 9 Temporary Utilities and Facilities Section 10 Permits Section 11 Conduct of S•:ork Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives 00065 - -1- LM DIVISION F. Gencral Conditions continued 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 Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and.Waiver'.to Claims Section 28 Guarantees DIVISION G. Special.Conditions DIVISION H. Technical Conditions ' Section,l Subgrade Preparation and Dase.Material Section 2 'Asphalt Paving Sedtion-3 Concrete` it Section k Plumbing; Section 5 Carpentry w 3 A h t Yt� 2 � f f Mf i• F .:Y..l I" y f. w f xhr t -2- NVfSIUU A. UOUCE TO CONTRACTOR (Advertisement) Notice-is hereby given by order:of the Board of;Supervisors:of Contra Costa County. that C.icrk..of said Boni`tl.rri11.:receive. bids:for: the furnishing:.of ., all labor, materials, equipment Jransportatioi and services: for: SLone Valley School.Neiidiborh6od Park, .3001 ;Miranda:Avenue, Alamo, talifor�ua.' The estimated construction:cottract cost (Base MO. is S 11,700:00 . Each.bid is. to.be.in accordance. wi.th,.the:;Oratitimis. And`Siwi fications, on file .at. the`Office of:the.:ClerkCit :o. he� Guard,-of. Sud-ervisors 'Room .103 , CounCy Administration DUil.dino's Martinez.`.California: .': The drattings,.and specifications maybe examined. at the Office of the Clerk of.Lite Board of Supervisors :or.'A't or.'at the Public Works Department, Building Projects Office, 823 Hain .Street.;.1Lirtinez Plaris:. and specifications may be ob- tained at the Building Projects.Off ice; 1323 MainStreet,:Martinez, upon payment. of a printing and.service chane in'the.`amount of. Four dollarrs end 26/100 1:,2� (,__�.) � (salr.s tax .inciuded):'trhich amount shall.. not be refunda' bye.,. Checks h2WI be rude jmyable.to .06. "County of Contra Costa", and shall bi-maiied to the :Public Works.Department, 6th:Floor, Administration Building, Martinez. . California .94553: Teritn.icaI rirestions:regardi.nu`'the contract documents should be directed to the Service Area Coordimtor. .'His phone number is (415) 372,2105- Each bid sh�+l l be Wade on.a.:bid form;to.be..o. ined'at the Building:. Projects Office,.1123 .tia:iWSLreet;...i4arUhez, .and:m6st Waccompanied.by.a certified cashier's check or checks, or.bid.bond':in the amount of the.ten. percent. (16%). of the base bid aninunt, .made. payable to the:order of "The County of Contra.:Costa": and shall be sealed -and.filed with the-Clerk of.the Board of Supervisors.. Bid proposals.shall be submitted to the Chief Cierk of.the Board of':: Supervisors on or. Ix Supervisors Us, 1'77 at.11:00 a.m.. Bids will be.opened. in public at the time Due_in the Board:of Supervisors' Chambers, Room 107, Adm ini. stration Building, Mrtinez,.Contra.Costa Countyi .Ciliforniai and there read..and recorded. The above-rmentioned .bid security'.shal.l.`be givenas a guarantee that the. hidder will enter into a.contract if awarded-the work, and:wil.1 .be forfeited by the bidder and retained irk the County.if:the successful bidder refuses, .neglects, or . fails to enter into sd.id ,contract: or :to furnish :the:.necessary bonds:after being re quested to do.so by he.8oaed of. Supervisors".of:Contra Costa County. =3 00067 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 fora period of thirty ,days after the date set for opening_thereof. BY-ORDER OF THE BOARD OF.SUPERVISORS OF CONTRA COSTA COUNTY By JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County,.California DATED: PUBLICATION DATES: -4- 00068 A. CORPECI i ON SH-► The'foll6 ing.corrections.shal.l be :node part oi..the.Contract Documents ' and clarifies the .Contract-;.. Documents as noted. Page 6. Section 3 (b) - Re.16' nce'to. "Division-lw" shall be corrected :to ... "Division.F". Paget. Section 3 (c) -.. Z:ri�rence to "Division E" sha?:l be corrected to "Division F". Page 6. Section 4'(e) Refcmmce .to "Smtion' Cos shall .be corricted'to "Di v.ision C". Page 7. Section.4.. (c) - reference to. "Sectional of Division E" shall be corrected to "Section.6 of Division F"'.. Page S: Section 11 Reference to."Division.E" shall..be corrected.to- "Div.ision F" . Page .9. Section:12 P.eference. to•"Section,D" shall be corrected 'to "Division.D'.' Page 12. Paragraphs .(.f}; .(G),`.(H), and (1) shall.'.be corrected to.'S,, 6, 7, and 8 respectively:. Paae 15. "Sec'-ion :E" shall be:.correctedto "Division 'i Page 14,.'14a, 100 .14c. Divi.siar: D Change'revision..date=at lower-left. hafid :Corner to..Rev::'12/73.. Page 21.. -Section .E,..Subcontractor's Certification (3); Delete- pairagraph. , beneath.signature:;l.ine:requiring'written authorization by".County. Page 1. "Table of Contents . Division B . Instruction to.Bidders.-. Delete. _Section.4 and ,reducc by ur;e. all subsequent section numbers-. Page 29, Divis.ion:F,. Section- 5 ('F) Certificate of Insurance: Change..-prior. notification m+.u;r6wh of cancellation of:Insurance from'.10 days. to.thirty (30* day -4a- 69 -4a- 00969 DIVISION B. INSTRUCTION TO BIDDERS: The bidder shall carefully examine the instructions con- tained herein and satisfyhimself as to the conditions with which _ he must comply prior to id in submitting his proposal. and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS: (a) License: No bidder may bid on work of a kind for which he is not 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, upca request of the County, submit to the County a written list of completed projects. with the name of the owner or contract officer indicated. SECTION 2. SECURING DOCUMENTS- (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor", page 3. (b) The deposit. if called for in the "Notice to Contractor", page 3. is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor". page 3. is a non-refundable payment to defray a portion of the print- ing and handtla costs. SECTION 3. EXAMINATION OF PLANS. SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefullyHthe site of the work, and the plans and specifications therefor. e shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantit7r of surface, and subsurface materials or obstacles to be encountered, the 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 which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface 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. 51176 • 00070 INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlooked for developments may not occur. Making such informa- 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 subsurface conditions, and bidders moat satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities ray include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division E of these specifications. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clari- fication 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 specifications shall be governed by Section 15 of Divis!:;, c of these specifications. SECTION 4. BIDDING DOCUMEWS (a) Bidsshall be made,upon the special Proposal (Bid Form) (See Section C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Bev. 5:75 -6- • 00072 Y i 00071 SECTION 7_ PUBLIC OPENING OF PROPOSAIS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors.. Bidders . or their authorized agents are invited to be present. - SECTION S. IRRECUTAR PROPOSALSC Proposals may be rejected if they show any alter- ation of form. additions not tailed for, conditional bids, in- complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the change should be initialed. She County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPET TIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association. or any combination" thereof, under the same or different names. all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials . or work. All bidders are put on notice that any collusive agree- ment fixing the prices to be bid so 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 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL RMUIREKMrS: The bidder's attention is invited to the following spec- Tal provisions of the contract. all of which are detailed in the General C4.nditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5176 -8' • 000'72 a.,. (Bidder). DIVISION C. PROPOSA1. (Bid Form) LIDS WILL BE RECEIVED UNTIL Lath clay of June, 1977 at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE -OARD 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 Stone Valle: School Heit;irborhood Park, 3001 Mranda Avenue, Alamo, California in strict coiiiormity with the Plans, Specifications, and other con- tract documents an file :it the Office of the Clerk of the Board of Supervicnrs, First- Floor, Ad:nini.stration Building;, Martinez, Cali fornix 94553, for the following sums; namely: BASE B1D: Shall include all of the wort; for the construction and com- . pletion of all facilities therein, but not including; any of the work in the following; A1Lernates: For the sum of: Dollars ($ ) ALTERNMES: 1. ALTERNATE NO. 1: MINKING FOUNTAIN State the amount to be added to the Base Bid- for the furnishing_ and installing or material and eguioment and labor for the drinking fountain,including trenching; and piping: Add the sum oi: Dollars ($ ) 2. ALTERNI TE NO. 2: M A PHALT State the amount to be added to the Base Bid for the furniclhini: and installing.of caWrial arrl equipment and labor for new asphalt paving approx. 5UU sq. T Incl. excavation, base ana he-a-tre-rs Add the sum of: • Dollars ($ ) 3. ALTERMATE No. 3: PI.tIIC GRILI_i State the amount to be added to the Base Bid for the furnishing :.n.l installing of material, and equipment and labor for tato picnic Trills including footinrs ans concrete pacing. Add the sum of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within t.hirL_r (33) calendar days from and after the date of concaencemtnt• -10- • 00073 . ad _ 1c1 fail to camplct a the \•ritil due alloliouCS rlacic for unavoiclabec It 3, uncle LIle. Cant)ictal s then, cleLay.;, grit if. ulated lilac, five" Seventy- �,ol1. of:-t im GOrltrr•Gl wi t11 t for each r day, saicL trol : renl sins shall Uc li.1b7.G °lend���l1ey in.Llic an►day, °�J-r"- "for, liq- . dollars(C75.001 a camplct , reed' and;,e%7 uncol»ple ed beyo1ddtlnottnsc1 pGnzl t�*, 'i.t being agree( uidated daulaF� • t:4c; that,it would be impractical and difficult prc"ssl}' st:ipul-� to ,s3.i-A the. actual amount of.damage• ro osed • 1 tllc Plans, Spccificati:ons and other" rrcd h:ls a?::rn�ncd the .location of thG proposed The enders. - dace • f:Zlilll.)i\r \.1L at 1 \eorl: nd i.. c:ont:ract: docu;a:zntsandto be donc�cal conditions the where the \.al l: �.., - -bol-M- all bolts fi�,u� es iucr::i;►1cd Jt c checked rof\jSup�crV isc'r, %")- d11"f°tlieGundc r. Tile.un, _ hal he _Lo. h the h;trt o anti LInOCr:italntl:i"" e• ,Or pilllasi_ons O•. spc,nsil)1G 3 or any,-� Chxs .Or sin I"-- 1 a: 4 � P f r y 6M''�,x,. ,,., ( i 4 FU - � � M J {, r 11; v 00074 SECTION 7. PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at,the time and place indicated in the Notice to Contractors. ,Bidders or their authorized agents are invited to be;present_ ' SECTION 8. IRREGULAR PROPOSALS, Proposals may be rejected if they showany. alter- ation of form, additions not called for, conditional bids. in- complete bids, erasures. or irregularities of any kind, -If bid amount is changed after the amount is originally inserted, the. - change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Foran and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SDCfION 9, COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnershipp. corporation, association, or any combination thereof, under the acme or different names. all such proposals may be'rejected. A party who hasquotedprices on materials or work to'a. idder is not thereby disqualified from quoting prices to other bidders. or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agree- ment fixing the prices to be bid so as to control or affect the awarding of this contract is in violation of the competitive bidding requirements of the State lav and may render void any contract let under such circumstances. SECTION 10, AWARD OF CONrRACr: 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 made within - 30 days after the opening of the proposals. SECTION 11. SPECIAL REOUIREMENrS: 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 E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5176 00072 3 f� fi 4 x Y • INST6UMON TO BIDDERS (continued) There is no guarantee or warranty, either express or implied. that the conditions indicated are representative of those existing throughout the work. or any'part of it, or that ualooked for developments may not occur. Xing 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 subsurface conditions, and bidders sust satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above. and without limitation thereon, the Contractor shall be responsible at his ow 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- cluding without limitation thereon, repair of any or all damage and all band or exploratory excavation required. The bidder is cuatiooed that such utilities any include commmicatina cables or electrical cables which may be high voltage, and the ducts enclosing such cables, and when working or excavating in the, vicinity thereof. the special precaution to be observed at his ow cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons. and suitable warning signs. barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention Is invited to Section 12 of Division E of these specifications. (c) DISCREPANCIES OR ERRORS: If omissions. discrepancies, or apparent errors are found in the plans and specifications prior to the date of bid fiiccattbidder ta written r ion whichwill shall given In the form ofadde addenda fto all bid- ders dders if time permits. Otherwise. in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section 15 of Divisin., r of these specifications. SECTION 6. BIDDING DOCum NIs (a) Bids shall be made upon:the special Proposal (Bid Form) (See Section C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5.75 -6- 00071 s SECTION 4. BIDDING DOCUMMS (continued) (b) Bids shall not contain any reehpitulatioa of the work to be done: alternative proposalw will not ba;mogsid erect, unless called for. No oral, telegraphic or telephonic , proposals or modifications will be considered. .: (c) List of P ed Subcontractors: I Each proposal: shall havetiered t�ezein ti►e name s of each subcon tractor to whom the bidder proposes to subcontract portions of the work in as amount in excess:of I of 1 percent of his total bid. in accordance with Chapter 2, Division 5,Title 1, of the Government Code. See Section 1 of Division E of these specifications , for further reference to subcontractors. (d) Bidder's Seeurit All bids shall have enclosed cash, a cashier's mom. cert check or S bidder's bond. as.; aescriberlelow. executed as surety corporation au�orize& to issue.$wary bonds in the State of California. made payable to "Contra Costa Count" in an amount equal to at least 10 pereent.of the'amount of the bid. No bid shall be considered unless one of the forns`of bidder's security is enclosed therewith.. , SECTION 5. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All plainly identified as asals hall be submitted under scaled id upon and p y proposal for the work being addressed as directed in the Notice to Contractors and the bid- proposal. Failure to do so may resultin a premature opening of, or a.failure to open such bid. Proposals which are not properly, marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any tine prior to the time fixed in the public notice for the opening of bids. provided that a request in writing, executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costa County. An oral. telegraphic. or tele is rpt to withdrew a bid rp o os-aT'£a not a_c�ep��e. 'PE�u v 1-0 a�1A S aaII not pre ice.the right= of a bidder to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for , , the opening of bids. Rev. 5/76 -7. +,xVwpew N I - SECTION 7. PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION S. IRREGULAR PROPOSALS: Proposals may be rejected if they show acsy alter- ation of form. additions not called for, conditional bids, in— complete bids, erasures. or irregularities of any kind. If bid amount is clanged after the amount is originally inserted, the change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnershi corporation, association, or any combination thereof. under the same or different names. all such proposals may be rejected. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agree- ment fixinagg the prices to he bid so 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 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award. if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract, all of which are detailed in the General Conditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 -8- • 00072 SECTION 12. EXECUTION OF CONTRACT:., The contract (example in Section D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt, not including Saturn days, Sundays, and legal holidays, together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved.as above provided, any work performed by him will be at his own risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE CONTRACT: Failure to execute a contract and file accept- able bonds and certificates of insurance as provided herein within 10 days, not including Saturdays. Sundays, and legal holidays. after the successful bidder has received the contract for execution shall be just cause for the annulment of the award and the 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- sible bidder refuses or fails to execute the contract, the County may award the contract to the third lowest responsible bidder. On the failure or refusal of the second or third lowest responsible bidder to wham any such contract is so awarded to execute the same. such bidders' securities shall be likewise forfeited to the Counttyy. The work may then be readvertised or may be constricted by day labor as provided by State lay. Rev. 5176 _9 _ • B idder3• DIVISION C. PROPOSAL (Bid Form) LIDS WILL BE RECEIVED UNTIL Ikth day of June, 1977 at 11:00 a.m., to Room 103, Administration Building, Martinez, California, 94553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF COMIRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees -to furnish any and all required labor, material, -transportation, and services for Stone V.klle School Neighborhood Park, 3001 Miranda Avenue, Alamo, California in strict conformity with the Plans, Spec if:icsticns, and other con- tract docutrents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following suras; namely: ISASE BID: Shall include all of the work for the construction and coin- . pletion of all facilities therein, but not including any of the work in the following Alternatbs: For the sum of: Dollars ($ ) ALTERNMTES: 1. ALTERM4TE NO. 1: JRMIM FOUNMU State the amount to be added to the Base Bid- for the Furnishing and installing of material and_eo_uinment and labor for the drinking fountaintincluding trenching, aWyivinP: Aad the sum of: Dollars ($ ) 2. ALTERMITFE NO. 2: Wi AZPAALT State the amount to be added to the Base Bid for the rurniehinr and installing-of material awl equipment and labor for new asphalt paving; approx. 5W sq. i ins . excavation, base ana heauers Add the sum of: Dollars 3• ALTEI:IMAPE h0. 3: PIC.IIC GRIM State the amount to be added to the Base Bid for the furnishing nn1 installing or witerial, and equipment and labor for two picnic rrills including footinrs ani concrete paving. Add the sum of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within thirty (30) calendar clays from and after the date of conmiencen unt. 000►7�]V —10= IC is utitle rsLood,. with clue allowance.: made for unavoidable delay,, that i.f.the Contractor should fail to complete the work of.-thu contract within the stipulated th e, then, Ire shall lie liable to the Otinier 'in t he atitouttt of Seventy-Sive dollars(,75•001jer calendar day, for each clay said wor: rem-71.ns' uncompl ' beyond the Line for completion, as and for liq ui.dated daiwiges and not as a penalty, it being agreed and, ex- pressly sti.pul.at:ed Hint it would be impractical and difficult' to fix the actual atuowit .of damage. (ll) The undersigned has 'examined the .location of -the proposed ' cork and ic: familiar with the Plans, Specif:icati.ons and other contract: do'cui-count:: and the local conditions at the Mace there the work is to be done. (I:) The. under.::i-ned has, checked czreful_l.y all of: the .:hove. figures and underst;tnds titttt the hoard of Supervisors c•:i:l:l'trot be re- spansibta for any errors. or-amis pions on the I-art of the under- signed in inal:ing up Chis bid. • -lI- 00074 U13aSION C pBOPOSAL (Bid Fora) continued (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive. or made in theinterest or in behalf of any person not herein named„and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or -corporation to refrain from bidding and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. Mcash C3 Bidders Bond ca Cashiers Check e7Certified Check (I) The following addenda are hereby acknowledged as being in- eluded in the bid- Addendum# id:Addendum`# dated • Addendum#_ dated Addendum# dated Firm BY Title Address Phone Licensed in accordance with an act providing for the registra- tion of contractors, egistration"o£"Contractors, Classification and License No. Dated this day of 19_ Rev..5/76 00075 ----------- ��yfyK DIVISION C. PROPOSAL BID FORM continued LIST OF SLBCOYMCTORS: (As required by Division B. Secrion 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section b, Paragraph E.). Portion of Work Name Place of Bidders -13- 000'76 . DrW=O(iD. AY?IC]P Q ACZEDM (CMnctact) COKTmACT (Cas.tractiea Aire.-en[) (Centra Caste Cousty standard lora) ). PASIADL2S. those variables are incorporated below by reference. ...(612,7) .Parti*&: 1rJise As*acyl �... - (12) Nffsotioe Date. 15ee"64 for starting daCO.) (63) The lrork: (64).. Completion Time:-[strike met (a) of (b) "calendar" or "werkisg") .. (a) at [date]- •. (►) WIt►In - •csleadarfw*rkiss days iter stsrtlat data. (65) Liasidst&d Damages s g calendar day. . (66) Psblio Age-ep•m Agent: (67) Coatrect friar. s (tor-asst price contracts. more or 1066. is accordaece With Iimisbd *aaatittea at *sit bid.prlcos.) (strike out parestkatica) material it isapplicabls.) 2. SICSATVR" A ACRNOVLTDCIEW. - - publie Aeenaw. gym - (rrnesdeat or Cbsirnaa). (secretary) .. Contractor, hereby also ackmwl*dslsg awareness of and coepliasce with Labor Code 61861 coacermimg Markman*& Compesestsos Law.. by: De616nate official capacity to the b0s14e66 Note to Co-tractor: (1) rzeaute aohmomledg-an9 for-betov; and 12) if a aorrora- tine, mttmrk a eertified copy of the bylaoa. or of the resolution of the Board of Direotor&authorizing execution of this oowtraot and of the bonds regairsd t.oreby. - stat. of Calihrsta ) AmoVttxrssr l►. corporation. Co aty et ) as. Partsers►ip. or.ladtv/dual) Tk* persso(s) aibalaa &been dor Contractor. knows to se to Individual and boalsa66 capacity am stated. petsssally appeared Later. a0 today Wad nckawledg.d Chet be/tne7 - executed It and that the corporatism or partnership used above.*agents& it. Mated: MAR)" Notaty ra►Il. --------------------------------------------------------------------------------- PORN APMOM: J. R. CLAUSEN. Caunty Counsel. tr `Depuey (Yate 1 of 4) . Rev. 12P2 -14- 00077 9v J., .f r 000'77 3. Won con"ACT ca"C . (a) iy tbelr,otsmatures b bsatlas Z. effective en the above •to, t!*se_prt1.s promiso and x61* -"net-forth se tbls contract, iscarrorsttn& by : the retefescam the mate rfal,rve.lsllei) to Set.:.l.,.(N Contractor shelf, at his "a cost and An a worbumalthl'Ganae[. fully and faithfullyperform sad complete Ch".work;,.mad will Iwrmieh all material*.'labor. services and traaapersactoo accessary. cosvealsK and proper to order fairly to Parfet* the rgaireneete of this contract, &It strictly to accordance with the public Agency'a plait, drawings sod specifications. to) Thls work case be csesaed *sty with public Agency's prior writcesorder specifying sorb Claage ad its cost aired ss by the partt**: and the public Agency *hall-$ever have cc Par ams* Ch".Apmcltled A. Sec. T wtgb*uc arch .n order. 4. TIME. SOTICI TO URC2RD. C. ttacter*kali start this work as dlrecced to the spec!- 11c.tlees or the M,c. to Prosed; .ad •\all complete It as specified is See. 1. hid DAMAGES. If ". contractor tells to complete skis contract and this work . hid the cies laxed thornier, allowance seta& mads for contingencies $a provided berate. be hoco"s Slahle eo t!n to►lfc Agency for all its less and damage therefrom. sad became.,. IT the wtut. of t\• onon. 1t is and will be Impracticable and extremely difficult cc ' me—tta/&ad flx .:,Public Agency's actual damage from any'delay in parte mast* hereof. It L aged that COKfactor will pay as lltuldated damage* to the public Apory the reasonable moa specified le Sec. 1, the result of the part$**' rrasooabla eadeaver to es!lu to fair average tespesat ins tb.refcc. for ones calendar day'■ delay in fin/sbt&g maid ,:air it Cha ea■o be not pati, P"Ite Agency may, In addition to its etber -"dies, deduct the sane from any"nor dun or fo became doe Contractor under this con- _ ttaet. if the Public Agency for amp cocoa autbarixes or contributes eo a delay, so*pse- *tea e1 work or e&tesslem Of time, its duration shall be added to the ties *!lowed far eompl.tton, brt It shall"t be do*"d •wat"r see be sued to defeat any right of the Agency to daaagss for sea-complatteo or delay hereunder. pursuant to Government Code See. 1215, the Contractor shall met be .00esoN 114utdated damages for delay in completlmn of the wark, when ouch delay.was caused by the follow* of the Public Agency er tb* owner of a atillty ce provide ter removal or relocation of exlscin& utility facilities. A. 20TIGRATED DOCDMTSTS. The pleas, drawings and mpmclficatlome. of any public Agency'* .call for bids, and Contractor's accepted bid for t►ls week are hereby incorporated into thlm contract: and t►y arm Intended to co-operate, se that anything exhibited in the Plans or treeless and mot meattemed 1& the spectficattems, or vice versa, to to be. nmecut.d as It esbibltsd. mo&ti.ed and sec testa to both, to she ern* face&& *ad■ea sin g tb.reel wham tabes •11 top tYer; ant differences of *platen ceecernies shear •halt be [fully iecnwmtmet by tubllc Age ey'• Agent specified to Sec. 1. 7. PATUM. (4) TOT his strict cad )iteral fulfillment of these-prowls&*-cad conditioea. as compo"*!sem ter alt di• work, tb. pu►lie Age.ry ..It pay the Contractor tY. •mm specified to Sec. 2. mecept daub wait Price eoott&et• the carps! shall 6• for Itala►d to&ettttes .t soft bid prices. - .. (b) Door about the first day of each Calendar mcurb the Caatractor shall submit to the Pubilc A&eacy • va rtli*d applltatlom for parsons, supporta/ by a statement Shawl .11 motorial• atteslly tons.II:d daring &be preceding mast►, tk* labor expanded that::.. and the cost tbuesl; wbaregom, .Star cY*cl Lg. tl, tr►Ite Igsacy shall tests to temtceeur • cartltica- ter she enmot d*te-Ind tee►e des, *inns lOZ tbareoi pwwaat to Cover"eat Cod* Sec. 53061, but mot wmttl dofsctiva vert and"cartels have been tomo—t, replaced end"da Send. a. PATMCSTS WITS&SLD. (a) The public Agency at Its *seat may witbbmld.*sy payasat, or Ncasse el later 11 esewrd Ovid.... me SUIT all or say -ruff..!. for payno&c, to arch oxtemt and pried K tlmo only as may be accessaryto protect the public.Agency Irma less beuese of: - (1) Defettive work met roundlet, or uncompleted work, - (2) Claims f11d er -esson►1• earl/me— ldlutios p-bbl*.ti Slag, (3). Tailor* t• ►roParly pay ♦sixes[racists er to r.,meeerial er la►e h. (4) Reasonable doubt that the work um be completed for the balance ... thus "pelt. of (S) Decade to &&,that ceatracter. (U The public Agency shall wee re&som"I. dlltsm&ce to discover sad report to the Contractor, a tb& work progresses. the materials and labor which at. ens satisfactory to !t, •e as to .veld u........TV trouble or cast to t►e Contractor in"king ped may de[ectlwe work or Pat&.. (e) 35 caledar days after the Public Agency films Ito mattes.of eogletiom of the entire -14a- REV. 22/72 Cite -- 'rncv'R. f cork, It e►s12.tss r* a certiticate to the coatrrctor ssd pay the b.lasco of the contract ptice atter deda[c3og all uowrs r![hM ld and<r [h/. toatrart. provided Che Contractor ;. sows t►at,all claims tet labor asd arterials Aare bees.;..,art. data..be.* be.n Posses" to t\< Publte�paq baser N acts or eat sato.• s[ the Contractor, aad ao Vena . or wl[A\old sotf era have ►eo 111et agmlmsr the cork er slte, sad pro vlded there err aoc reanssah)e Indications of detective or nlsstag work at of locrrecorded noctcs• or claims .$&last Ceatt.ccer.. _ 1. lSSURARCt. (Labor Cede [[1060-61) On sisnisS this contract. Cegtractor must give tu►11e AgcacP (3) • cord tt care of c•naenI t* rill-1 saute issued ►y Cha Dlrector of lades trial Rel•tioaa, or (2) • certificate e! werksen'a toner's scion lasucaece tasusQ by as admitted Insurer, of (1) a exact copyes dupll care tAereot cart!tied by cbe Otrsccef .r the las uc.r. Cestracter 1. .vete of and cenpitea wlCh Labor Codc Sec. 3700 aad the t:o ckwum•s Cwpe—ocloo Lar. 70. RORDS. Oa slping tbL cony race Crarrat, w oAa12 deliver co fublLr Ag sacy for rppreral geodaad scat tl cf enc bond. witb sut*tlas, to uors[(s) specified to the apec121+ ca[1nss. taarucaefag Af• falth"I Performs•ce of this contract and his paymsnt for all lsbes rat mscasta2• hones/era 11. FAILURE TO PERFORM. I[ the Contractor at ray time retuees or aeglrcts,.wltbouc fault of t\e Fr►11t Aguey or !cs +geat(e), t+ supyly sufllcisat oi[e rials or workmen to con,lece cb3s agseesrac ssd work sa prnrl dsd hs Cala, for a period of !0 days or sore after rrlttea series thereof Dy the Public Ageacy, the Public Agency may furnlsh sur and deduct I he rsaosaDle expenses thereof !tom the contract pricy. I7. LAWS APPLY. General, Both parties Cacotalte the appllcabt ltty of various ted<ra1, a cats ami leeal lava ssd regnladsas, espectall• [AaPro 1 of Part 7 et the C.Ilferala Lr►or Cede (►egianlog wit► Sec. 1710. cad led udlag Secs. 17]3 6 1777.6 fora dQlna dia- crlmisadea) .ad Intend that tuts agrses•at complies therevitA. The p•tttes sped tlully •[f,alace that t►• selevuc penalties cat far/enures prop dsd in the Leber Cade. es,sd•32y !n Sets. 1773 6 101], coatrrmtag prevaillat ups aad hours, .ball apply to I". atr.amsnt as [hough fully stipulated hotel'. 13. SLICOSTRACTOR3. Government Cade 014100-611] •re incorporated hotels. It. DACE RATES. (a) fare uaat ro Laker Cede Sec. 1717, [►e Bove rsing bogy of rhe Public A.emq \aa aacer[a3med the gem.ral Prsyiling rats• o[ wasas per dies, aPd [or holiday and arer.I.. verk, la the locality to v\it► chis work is to be performed, for each.Cru tt, as. Illcatloa, or type of w•rkasa Needed to .secure Chia contract, snot said rates ars a• spedtled to its Call for bids tar this work and are so file with the Public Agency, and sec hereby loco[pe wind,bevel'. (h) This acbedul< of wgea is based am a working day of 0 hours unless otherwise aped t let; and cite daily rate is the hourly rate naltlptisd by the number of hours coo- rt3wtlmg the rosklag day. L'\*a lcaa teas that number of hours sae worked, the daily wags race /s proPortlosag37 calrCod, bac the hearty at. remains as stated. (e) The Contractor, and all his sa►cestsactors, most pay •c least those rats* to all ,*roo m. an chis work, lmcludlog .11 travel, subsistence, ash fringe benefit pay.sats prevl dsd for by applicable cellecttwe bargaining +gteuemts. All ab111.d labor Pot listed she re moat ►s paid •t least can wpr mule est+►11sAed by collective bargain$.&.agreement for sac\ labor 1■ t►e lewlity where each work Is beteg pe rforsd. 1[ It becomsa antes .tory for the Contrsctor at any sub'..tractor to .*ploy amy persom is a craft, ClaaslfL- catfam es type of wort (..rept uecwcire, ouperrlsery, adolaist cacl we, clerical er ocher mea-msnosl woske[a a suck) ter which ■o sioiow wage rate is apecffled, the Contractor aball lmsediately eotlIF t►e Publ!c Agemty vhlck •bell promptly determine the pr*calling urge cut. therefor ssd twsa U\ the Coat ractor u1cA cur ■tatmw race based chrreon, wh[Ch a\all apply iron the tin* of the 1ai[ral saploypet et the porno' .[fretrd spot during th♦ contlswac< of suck esploymsst. IS. SOURS OF LIBOR. Eight hours of labor to a** calendar day constitutes a legal day's —wk. cad eo rorkaaa eeploy<a at say rims oo to is rock by the Coat rectos er by any asb- cestracter shall be reoulrN or permitted ro veN loner tbes<eo asupt as prorldrd les Labor Cede Seco. 1030-IsIs. 36. APPRI1:Tf CES. Properly indrewred aPPr..t1c.. way be employed os this work Is accordance wits Labor Cod< Secs. 1777.3, +ad 1777.6 oa woe-disc rtminatlos. (fags 1 of t) Rev. :LL;72 -14b- 000 -14b- 00079 17. rxrrrmcr r011 Yal1gIALS. The public Ageacy devicestopromote the industries and econeay a; Lantra tau is tawaiy. aa# theCaatractor tbe[efose peesi*rota-a$e`ta r'prod acts. wor►acs, laborers and *.Chas f co of this is`Camaty-1a e.e ry'ea$e reser the price, fitaass and gyaltty ate equal. - M ASSIC•rstYy. This aarosa*nt-bis&$ the bales, succesaets, as ga:.'4' , and representstivms of the r- tractor. but ho C&Saat *Seta* it IS rYole of on part, ear any amiss Sum ar.o- Dece.r dae'anier It, without the prier rrlRtes sena at of the public,Aaeoty.&ad.the Contractor's surety or sumtle&,:"Ias they base ufived sattce of asslgasent.- 2f. riO L'ailLb a! pC&LIC AGENCY. Iaap*cttoo as the week and/or satertals. at Approval of vett and/or sap r3aLlast'*cte#.'or-atatea**t by.soy officer. agent at eaploy*e of the - Public Ageacy fadicat3ag the vorh or our part thereof cospiles with the r.qui:*s.*cs-of this contract. at acceptance at for whole or may part of said rote and/or materials. or paywesfs tberefar. or say ceabluation of these act$, shall not relieve the Contracts of bfa o►itaatioa La fn1f111 Chia centrad as prescribed;.*or shall the public Agency be thereby estopped frac bvt a;aa any aetlo■ for Iasa&eo nc enforcement •Vista& (to= the failure to comply with day of the tome aa# conditions hereof: 20. SOLO bAIMIESS * 11PENUM. (a) Castractor pro&$*** to and skall held hotatess and ladeowity iron Cie liabilities me Amused to this section. (b) The fndemaft... bosetlted and prot*cted,by this ptmmi&*"are the public Ag*acr oad its oloctive *ad gpalatty* bear". coumtast000. otticers, agents and employees. (c) 'She )iabiliti*s protected ag*tnat era uy iia►iiity or clam for dagage of day 11.d alta&*Sly vnf terN, incur and or Ch reaCovd becdase of actlaas Settued ►else, taelud lea "...Tan an ly doati, prop:rty damage, Sw**r*e'coodesusties. or say comblaatian of cheer, eeasrdl*$a of whether ar ant each liability, claim or damage was uofovoP*o*"o ac say time before Cue County approved the improvement plus or accepted the improvements as completed, osd ie clodiva the dotes&• at asv suit(s) or action(*) at lav or equity concerning these. {d) She action* taunts& Liability are say act or*sissies (seeligon. ar .a.- meallgeas) In coun*ccias with the *atter* cayeted by ibis ........ sed attri►utab to co Rhe canto co or, sabcostractor(s), at say afficetiuY, a&oni(&) of esplayre{s) of aa* er mete of thew. - (a) Woo-Csaditiossr The presto* and agreeuost IS this section issot eoadisisaaa or dependent 00 wb4Lk*r or est say fa#*waftee ban pmpared, supplied. or eppr*Ved nes pias($) Of ap*c3[ltatfaats) Sm.cesmmettoa with thin Work, ban iK*arasc* Of *that iadamalticatlo4. case tf r& say et cba*e waCt*[*, or that the allege# d'a*&e resulted partly frog any *mall- &:ot or villin/ wfaconbu sf uT tmdeuttee. - Rev. 12/72 Y ^t 5+)CT10lf S-FID CMUTING AFFIBROM ACTICJ ZMUIRtJGWM CFF-MUMtrr Part I: The previsions of this Part I apply to bidders, contractors and zubcootraetors with respect to tho'e construction trades for which they are parties to collective bargaining agtemeots with a labor organization or organizations and who together with such labor organisations have agreed to the Tripartite Agreement for Contra Costa County, California (but only as to those trades as to Which there ars caaiteents by labor orgaoiaations to specific Coals of ndnority manpower allUsatim) together with all implementing agreements that have been and may hereafter be developed pursuant thereto, all of which doe:hrrento are incorporated herein by reference and are hereinafter cmalatively referred to as the Contra Costa Plan. Any bidder, contractor or subcontractor using,one or more trades of construction employees most comply with either Part I or Part IT of these Hid Conditions as to each snob trade. Thus, a bidder, contractor or subcontractor sup 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 far such trade 'A", thereby meeting the provisions of this Part I. and by its coed, rat to Part 11 in regard to trade•B• in the instance in which it is cot included in the Contra Costa Plan and, therefore,cannot meet the provisions of this Part I. To be eligible for award of a contract under Part I of this Invitation for Side, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. Part Ii: A. Coverage. The provisions of this Part II'hall be applicable to theme bidders, contractors and subcontractor, who, in regard to those construction trades to be eaployed by them no the project to which these bid conditions pertain. 1. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof; 2. Are signatories to the ContraCcata Plan but are not parties to collective bargaining.agteewents. 3. Are signatories to the Contra Costa Plan but are parties to collective bargaining agreameuts with labor organizations who are not or hem- after erase to be signatories to the Contra Costa Plan. h. Are siCnatories to the Contra Costa Plan but as to which not specific commitment to goals of minority raspower utilization by labor organa zatioc have been executed pursuant to the Contra Costa Plan; or Rev. 5/76 —15— ..c • _ 4 00081 V H 3lJt►+�rG"�i S. Are no longer participating in an affircative action plan accep- table to the Director, OFCC, including the Contra Costa Plan.' E. geouireamt»An Affirmative Action Plan. The bidders. contractors and subceetzactors described in paragraphs !,through 5 above will not eligible for award of a contract under this Invitation for Bids. unless it certifies as prescribed in paragraph Zb of the certification specified in Past III bereof that it adopH the minimm goals and timetables of minority manpower utilization,.- and specific affirmative action steps set fourth in Section 1.1 and 2 of this Part 11 directed at increasing minority==power utilization by means of applying good faith efforts to carrying out such steps or is deemed to have adopted such a program For- suser to Section E.3 of this Part U. Both the goals and timetables, and the affirmative action steps most 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. Coals and Timetables. The goals of minority manpower utilization for the bidder and subcontractors are applicable to each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each trade which will be used me 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 theme Hid Con- ditions any n:ork is performed in a Year later than the latest year for which acceptable ranges of minority aaopawer utilisation have been determined herein, the ranges for the period 10/1/71:through 9130/15 shall be applicable to such work. The percen4;es of nincrity,manpower utilization above are expressed in tares or annhours of training and employment as a proportion of the total manhours to be wor'md by the bidder's, contractor's sod subcontractor's entire work force in that trade on all projects in Contra Costa County, California during the performance of its contract or subcontract. The manhown for minority work and training must be substantially uniform throughout.the length of the contract, on all protects and for e=b or the trades. Further, the transfer of minority employees or trainees from employer-to-4amployer or from project-to-protect for the sole purpose of.seting the centra-tor'a or subcontractor's goals shall be ' a r_olatiea or these conditions. t tp I= as lndinf Negroes,Spanish Surnamel Americans, Orientals and imerican Indiana. Rev. 5/76 -16- 00082 . . =;r�zi6�p�aylrl ,x 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 moatiot the coatrsctor's or subcontractor's goals shall I. be a violation of these conditions. In reaching the goals of minority manpower utilization.reyuired of bidders, contractors and subcontractors pursuant to this Part Il, evetq effort shall be made to find and employ qualified journeynea. Aauever, 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'.boars.of trainees may be counted in meeting the goal.'.such trainees mast be employeed by the con- tractor daring the training period. the contractor nut have made,a com- mitment to employ the trainees at the completion:of their training and the trainees mut be trained persuaat to established training programs,, which mast 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. •contractor or subcontractor'sball be dammed.to:be in coepliance. , with the terms and requirements of this Part 11 by the employment and,: training of nirorities in the appropriate percentage of his aggregate work force in Contra 4sta 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 meat its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified in this Part II and has made every good faith effort to make these steps work toward the artaiment of its goals within its time- tables.all to the purpose of expanding minority manpower utilization an _ 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 aider the terms of these bid Conditions. Therefore, contractors or subcontractors yiw am governed by the provisions'of this Part n shall be subject to the requirements of that Part regardless of the obligations of its prime con tractor or lower tier subcontractors. uu bidden and all contractors and snbcoat. tars performing or to. perform work as projects subject to these bid Conditions hereby agree to Inform their,subcontractors of their respective obligations under,the r•�-- and requirments of these bid Conditions, including tho provisions I.. ";ng to goals of.mtaority employment And training.', Rev. 5/76 _.X17• `_ - 00.0§31 00.03 2. Specific Affirmative Action Stens. Bidders. contractors and suDcwtractors subject to this?art 11.must engage in affirmative so- tion directed at increasing minority saapwer utilization. which is at . least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file.of the names and ad- dresses of each minority!worker refferred to him and what action was . taken with respect to each such referred worker. and if the worker was not employed, the reasons therefor. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor. the contractor's file shall document this and the reasons tberefor. c. The contractor shall promptly notify the COIXMA COSTA CORNfZ POB=W=DSp:RT!=when the union or unions with whom the contractor has a collective bargaining arreseent has not referred to the contractor a minority worker sent by the antraetor or the contractor baa other information that the union referral process.hes impeded him in his efforts to meet his goal. d. The contractor shall participate in-training programs in . the area. especially those fended by the Department of Labor. • t. The contractor-N-11 disseminate his EEO policy within his wn oorganization by including it in my policy manual; by publicizing it In company newspapers. mammy reports. etc.; by conducting staff, employee and myna representatives' meetings.to explain and discuss*the policy; by posting of the policy; and-by specific review of the policy with minority -Ployees. • f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertis- ing in news media, specifically including minority news media; and by notifying and discussing it with all subcontrutozs 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 reczuitaent organizations and minority training organizations within the contractor's recruitment area. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. I. The contractor shall validate all man specifications. selec- tion requirements. tests. etc. Rev. 5/76 -18- i 00. QA The contractor shall crake every effort to promote',after-•, , sc�ool.'summer'and vacation employment to minority youth. k. the contractor shall develop on-the-job training opportua- ities and participate and assist in may association or emplayer-group training programs relevant to the contractor's employee needs consistent with its obligations under this Part U. I- the contractor -ball continually inventory and evaluate all simrity personnel for promotion opportunities and encourage micariey em- ployeas to am& sucb,opportunities. - m. the contractor shall make sure that seniority practices job classifications, etc.. do not have a discriminatory affect._ a. The contractor shall sake certain that all facilities and company activities are mon-segregated. o. The contractor shall continually soaitor all personnel.ac- vides to ensure that his EEQ policy is being carried out. p. the contractor shall solicit bids for subcontracts from available minority subcontractors rmgaged in the trades covered by these Did Conditions. including circulation of mtaority contractor association.. 3. Contractors and Subcontractors Deemed to be bound by Part Il. In the event a contractor or subcontractor, who is at the time of bidding, eligible under Part I of these Bid Conditions, is no longer.participating, ' in an afiisaative action plan acceptable to the.Director of the Office of Federal Contract Compliance, including the Contra Costa Plan, he shall be deem to be committed to Part 11 of these Did Conditions. Further,when ever a contractor or subcontractor,wbo at the time of bidding is eligible ER ander Part 1T of these Did Conditions. uses trades not contemplated at the time he sabaits his bid.be shall be committed to Part 11 for those trades. LLmever a contractor or sabeontractor is deemed to be committed to Part II of those Bid Conditions,he shall be considered to be committed to a aanpoear atilt=•tion goal of the minlama percentage range for that trot for the appropriate year. - 4. Subsequent signatory to the Contra Costa Plan. .Any contractor or subcontractor subject to the requirements of this Part II for jay trade at the time of the submission_of his bid who together with the labor or gaatutiou with Pham it bas a collective bargaining agreement subsequently become a signatory to the Contra Costa Plan. either individually or through. an associtation,say meet its requirements under these Bid Conditions for such trade. if such contractor or subcontractor executes and submits a new certification comitting himself to Part I of these Bid Conditions. No contractor or subcontractor shall be deemed to be subject to the require- - meats of Part I until such certification is executed and submitted. Rev. 5/76 _19- 00085 0048 t 5. won-disevisdnation. In no-event any 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 i' disczimisurioa against any person on account of race,color, religion,sex or nationalorigin. '— Part III: Certifications. A. Bidders' Certification. A bidder will not be eligible for award of a contract Hader this ImKtatian for Bids.on- less such bidder has submitted as a part of its bid the following certifi- cation. which will be deemed a part of the resulting contract: B211DEBS' CE2IIFICMOe certifies that: (Bidder) 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the-preceding paragraph one hereof far which It is eligible under Part I of these Bid Couditious for participation is the Contra Costa Plan. it will comply with the Contra,' Costa Plan an this and all future construction work id Contra Costa Cosat7 within the scop of coverage of that Plan, them*trades Doing: sWor (b) as to those trades for which it is required by these Bid Conditions to comply with Part n of these Bid Conditions, it adopts the minimum minority manpower utilisation goals and the specific affir- native action steps contained in said Part 11. on this and all future comstructiaa work in Contra Costa County subject to throw Bid Conditions, theca trades being: .and 3, it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by the"Bid Conditions. (Signature of authorized.represcncative of bidder)..': 3. S.co.tractors• Certifications. Prior to the award of any subcontract under this Invitation for Bids, regardless of tier. the prospective sub- contractor must execute and submit to the Prime Contractor the following certification.which will be deemed a part of the resulting subcontract: Rev. 5176 _20- 00086 wean s' ainneAnox.- - certifies that: n csobeaotratto.-) . 2, it intends to'employ_the following listed construction trades in its vork under the subcontract 2. (a) as to tbose trades set forth in the precedint parasraph one hereof for which it is eligible ander Part I of these Bid Conditions for participation in the Contra Costa Plan, it will comply with the Contra Costa Pias on this and all future comatmction work in contra Costa County subject to these Bid Conditions. thoas 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 CooditioatIt adopts the -f.+ minority manpower utilisation goals and the specific affirmative action steps contained in said Part II on this and all.future construction work in Contra Costa County subject to these Ed Cooditiaas.those trades beingt mad ., 3. it will obtain from each of its subcontractors prior to the award of any subcontract ander this subcontract the subcontractor certification repaired by these Bid conditions. (Sipatura 9f authorized representative of bidder) r In order to ensure that the said subcontractors' certification be- cams a part of all subcontracts ander the prime contract, no subcontract shall be execute until an authorize representative of the Contra Costa County'public Yorks Department has determined, in writiog, that the said cartiflcatlon has been incorporated in,sock subcontract.,regudless or tier. dip subcontract executed without each written approval shall be vadded. C. Materiality and Responsiveness. The certifications required Lobe made by the bidder pursuant to these Bid Conditions is material.and will -overn 'w.bidder's performance on the project and will be made a part -.f his Failure to submit the certification will render,the bid nonresponsive. - Bev. 5/76 00087 Part IV: Compllance and Enforcement. Contractors are responsible for informing their subcontractors rega es+of tier) as to their respective, obligations under Parts 1 and 11 hereof (P-. applicable). The bidder, contractor or subcontractor shall carry out such sam.clons and penalties for violation 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 be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial requirement in the Contra Costa Pian 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 mlet 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 If 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' employaeot 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 failed 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, ad/or 2. Cancellation, termination or suspension of the contract, in whole or in part. and/or ;. 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 above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken Into consideration by Contra Costa County Rev. 5/76 -22- 00088 • 00088 In determining whether such contractor or subcontractor ran comply with the requirements contained-thereto and;Is therefore a"responsibleprospective' contractor. It shall be no excuse that the union with which the cantraccar has a collective bargaining agreement priding the exclusive referral failed ovto refer minority employees. The Procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Yorks Department determines that such contract is essential co 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 Did Conditions as shall be required by the Contra Costa County Public Works Department. Submittal of CALTRARS form HC-7. FEDERAL-Alp HIGHWAY CUSTRtKTIOH EMMACTORS EEO REPORT or op tfaaarm= "- MMMLY KA WOYER UTILIZATION REPORT will be required monthly. Additionfaol 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 r„ obtained from the Contra Costa County Public works Department. r r. Bev_ 5/76 i DIVISION F. G NER L CONDITIONS SECTION 1. Definitions - Whenever the following terns, pronouns in place of them, or initials of orgaaiutions appear in the contract doom+eats, they shall have t following meaning: - dd - A document issued by the County during the bidding period which modifies, supersedes, or supplements the original contract documents. Affirmative Action Na er Utiliution R ort - rt ttea t (daily, we ye�c , o=monthly) 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 the project. ASX*ement -The written document of agreement, exe- cuted by theCountythe Contractor. rchite t or Engineer - Shall mean the architect, engineer, individual or co-partnership. emplooyyed by the County of Contra Costa; as designated on the title aheet of these speci- fications. When Contra Costa County is designated as the Engineer, . Engineer shall mesa the Public Works Director, or his authorized representative. Bidder - Any individual, partnership. corporation, association. ME venture. or any combination thereof, submitting a proposal for the work, acting directly. or through a duly author- ized representative. Board of Supervisors - Shall mean the duly elected or appointed official who constitute such a Board, who will act for the County in all matters pertaining to the Contract. Chane Order - Is any change in contract time or price and any change 3n contract documents not covered by subcontractors Pro a ns etor, Construction Ste. Ina eetor, or Clerkof a Wot Is mean�a authorized agent o �iunty at—ht a site of the work. Contract - The contract is comprised of the contract documents. 'f Contract Documents - The contract documents include the agreement,notice to contractors, instructions to bidders, proposal, plans. general conditions, specifications. contract bonds, addenda. change orders, and supplementary agreements. Rev 5/76 -24- few 24-¢ ; DMSION F, CENMAL CONDMONS SECTION 1. Definitions-. (coatioA30) Contractor - The individual. partnership.*corporation, association. 3-GUE venture, or any combination thereof. who has entered into a contract with the County. Cour - Shall mean the County of Contra Costa, a political ion of the State of California and party of the first part. or its duly authorized agent acting within the scope of their authority. _ Field Order - Is an instruction given during the course of the vor ee Section 163). General Notes -The written instructions. provisions, conditions, or of requirements appearing on the drawings, and so identified thereon. which pertain to the performance of the work. Plans -The official drawings including plans. ele- vations. sect ons, detail drawings. diagrams. general notes, in- formation and schedules thereon. or exact reproductions thereof, adopted and approved by the County showing the location, character, • dimension, and details of the work. SBUtficat4as -The instructions, provisions, condi- Moos and detalLed requirements pertaining to the methods and-man- of performing the work, or to the qualities and quantities of work to be furnished and installed under this contract.' Subcontractor - An individual. ppaarrtnership, corporation. association. o t venture. or any cambination thereof, who con- tracts with Contractor to perform work or labor or reader service in or about the work. The term subcontractors shall not include those who supply materials only. Superintendent - The representative of the Contractor who shall be present at the-work site at all times duringpsrform- 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. Supplement* Agreement -A written agreement providing for alteration,, or extension of the contract. Work -The furnishing and installing of all labor, materials. ar—theles. supplies. and equipment as specified, desig- nated, or required by the contract. Rev. 5176 -25- • O�1Q89 DIVISION F, GENERAL CONDITIONS (continued) SECTION 2. Governing Laws and Regulations: A. The Contractor shall keep iafosmed of and observe. and comply with and cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws. which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform Building Code. the State Fire Marshal, the Safety Orders of the Divisioa of Industrial Safety. the National Electric Code. the Uniform Plumbing Code published by the Western Plumbing Officials Association. and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to Eermit work not conforming to these Codes. The Contractor shall LFcopies of Codes on job at all times during construction p C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall camp}y fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expendtiure in excess of $25.000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding boder or by a registered civil or structural engineer, employed by clic awarding body to whom authority to accept has been delegated, ix: advance of ex- cavation. of a detailed plan showing the design of shoring, brac- ing. sloping. or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "No in this section shall be deemed to allow the use of a shoring. sloping. or protective system less effective than that required by the Construction Safety 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. 'Tbe terms 'public works' and 'awarding body'. as used in this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev. 5/76 -26- 00090 ' c DIVISION F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Royalties: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates shoring the payment of any such licenses or royalties, and per- nits for the use of any tested or copyrighted devices shall be secured and paid for Ey the Contractor and delivered to the County an completion of the work, if required. SECTION b. Contractor's Responsibility for Rork and Public Utilities- A. The Work: Until the formal acceptance of the work by the County, the Catttractor shall have the charge and care thereof sad shall bear the risk of injury or damage to any part of the work by the action of the elements or from nay other cause ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair. restore, and make good all such damagas to any portion of the work occasion ad by any of such causes before its accept- ance. B. Public Utilities: a. The Contractor shall send proper notices, make all necessary arrangements. and perform all other services required in the care and maintenance of all public utilities. The Con- tractor shall assume all responsibility concerning same for which the County say be liable. b. ic utility b. .shall he or done La. he Cofor ntractor. UUon ponany compIa- ty equipment, tion of the work. the Contractor shall remove all enclosures, fill Inalliaopaeningsfiniin wourciogarouting the same watertight, and leavec. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- ntiaking use of same by the County during the entire progress of the SEC71ON 5. Bond agd Insurance: A. The Contractor to whom the work is awarded shall within five (5) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the same time labor and material and faithful par-- fotmance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- trALr DIVISION F. GENERAL COMMONS (continued) SECTION 2. Governinit Laws and Reaalstions A. She Contractor shall keep informed of and observe, and comply with sad cause all of his agents and em- ploy*&* to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws. which in am vat affect the conduct of the work of this contract. B. All work mad materials shall be in full accord- ance 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 Nacional Electric Code, the Uniform Plumbing Code published by the Western Plumbing officials Association, and other applicable State lava or regulations. Nothing in these Plans or Specification is to be construed to permit work not conforming to these Codes. The Contractor shall keep copies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall comp}y fully with this section of the Labor Code as applicable. "No contract for public works involving as estimated expeadtiure in excess of $25,000.00 for the excavation of any trench or trenches five feet or more in depth, shall be awarded unless it contain a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer. employed by the awarding body to whom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the lie es ig► of shoring, brac- ing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trendies. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring. or protective system less effective than that required by the Construction Safety Orders of the Division of indnatrial 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'. as used in this section shall have the same meaning as in labor Code Sec- tions 1720 mad 1722 respectively." Rev. 5/76 -26- 00090 t DlYISION F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Royalties: A. The Contractor shall provide and.pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates shoving the payment of any such licenses or royalties, and per- mits for the use ofnay tented or copyrighted devices shall be secured and paid for the Contractor and delivered to the County an completion of the work, if required. SECTION 4. Contractor's Responsibility for Work and Public t t ea- A. The 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 to nay part of the work by the action of the elements or from any other cause ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore. and sake good all such damages to any portion of the work occasioned by any of such'causes before its accept- aaee. B. Public Utilities: a. The Contractor shall send proper notices, make all necessary arrangements, and perform all other services required in the care and maintenance of all public utilities. The Can- tractor shall assume all,responsibility cancerning same for which the County say be liable. b. Enclosing or boxing in, for portection of any public utility equipment, shall be done 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. c. 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 entire progress of the work. SEMM 5. , and and Insurance A. The Contractor to rhos the work is awarded shall within five (5) working days after being notified enter into a contract with the owner as the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the sae time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- • DiV1SION F. GENERAL CONDuriONS (c••nt'd) SFCPION 5. Bond and Insurance (cunt'd) B. Compensation Insurance: The Contractor shall take out andmaintain .during. the life of this Contract.adequate:Workmens'. Compensation Insurance' for all:his employees employed at the site of the:project,. and in case any wort: 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 ander the Workmens' 'Compensat Lon statute, or in case there is no- applicable Workmens' Compensation statute; the Contractor shall provide, and shall cause each subcontractor to provide, adequate insurance Cor the protection of.his employees not otherwise pro- tected. C. Public I.1-ability and:Property Damilge..Insurance: The Ctrnt.ractor,:at. no. cost to.Public Agency, .shall obtain. and maintain during; the term hereof, Comprehensive. Liability litsurance, including coverage for owned. aind non-owned automobiles, with a minimum combined single limit coverage of.$500,000 for all damages due to bodily injury, sicktiess or disease,. or death to any person, and danw:ge. to property, including Lite loss of use thereof, arising out of each accident or occurrence. Consultant shall furnish evidence of such .cc,ver.al;�,,.naminb Public Agency, - its .officers and employees-as additional insureds, and requiring. 30 days' written notice of policy lapse or cancellation. The %,..neractor. shall submit a Certificate of Liability. Insurance which shall include the "hol•d harmless" agreement as required in: the Articles to Agreement. ' D. Fire Insurance'. OmItted. lot f� s s DIVISION F. GENERAL C(NDITIONS (continued) SECTION 5. BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE. Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa Count T has been named as an additional insured. These certificates shall contain approvision that coverage af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costs County. F. PERFORHANC£ BOND- One bond shall be in the amount of One Hundred percent (100X) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper water- Isla or worksuumhip that may be discovered during that time. G. PAYMENT BOND: One bond shall be in the amount of fifty percent (50x) 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 theperformance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUSCONTRAC'TING- A, The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- fillnent 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 trades, or general grouping of work, the contractor is not obligated to sublet the work in such manner. The County will not entertain requests to arbitrate dis- putts among subcontractors or between the Contractor and one or more subcontractors concerning responsibility for performing any part of the work. Rev. 5/76 -29- 00093 DIVISION F. GENERAL CONDITIONS (Continued) SE=ION 6. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only im case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emerge aey or necessity. E. Substitution of Subcontractors: Contractor shall not substitute 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 Subcauractingg Fair Practices Act" beginning with Section 4100 of the Government Code. Violations of this Act by the Contractor way subject him to penalties which may include cancellation of contract. assessment of 10 percent of the subcontractor's bid. and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) for completion. subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, damage will be sustained by the County. It is and will be impract- icabla and extremely difficult to ascertain and determine the actual damaga which the County will sustain by reason of such delay: and it is therefore agreed that the Contractor will pay to the County the sum of and every dayy''ssydelayuinted finishinger yin the the workSpecifications byiondcthe time proh s- cribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor wader the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writing. D. Written requests for contract time extensions, along with adequate justification, shall be submitted to the County not later than cot 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. 5/76 -30- 00094 DIVISION F. GENERAL CONDITIONS (continued) SECTION 7. TUM OF V= AND IJI 6M: (contineed) F. 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 caaplation. 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 after the adjusted time as required above. SECTION B. PROGRESS SCNEDM. Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form approved bl' the Count& The schedule of operations shall show the order in wblch the Contractor proposes to carry out the work, the dates on which he will start each major sub- 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 schedule is more than thirty (30) ' days in error.) SECSION 9. TEIMORART UTILITIES AND FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. The Contra[or shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon com- pletion of the work shall remove all temporary piping. R. The Contractor, at his own cost, shall furnish and in- stall all meters.all electric light and power equipment and wiring, all gas asters, gas equipment and piping that is necessary to per- form his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor skell furnish. wire for, install and main- tain temporary electric light wherever it is necessary to provide Illumination for the proper performance and/or inspection of the work. The Nighting shall provide sufficient illumination and shall be so placed and dia[ribatad that these Specifications can be easily read in every place where said work is being performed. This tem- porary lighting equipment marrl1 be moved about but shall be maintained throughInspector, or anythe otheravailable eised representativthe use of e oofgthheeCountyjeet whenever required for inspection. Rev. 5176 -31- • 00095 i DIVISION F. COMRALL CONDITIONS (Continued) SECTION 9. TOWORARY VfILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men. These facilities shall be of anapproved type conforming 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. oafintai site occupied s� in a clean and sanitar condition. Portion tiescleaned up upon rememoval of facilities toilet facLIL when so ordered and Upon eamr etion of work. E. The County will 2&Z directly to the utility companies connection fees, aaaezaroa fees. permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid by the Contractor. The County will not pia[for water, gas, tele- Poona and electricity consumed c the project until after the County sakes writtar request to the utility companies that bil- Bags be amt to the Canary. (Normally the County will make these requests after the project is eccepced as complete.) F. See Special Conditions for Variations to the above requirements. - S MON 10. P TS: A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws, ordinances, rules, regulations, or orders, of any body lawfully empowered to make or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not reguir�ed to par any charges associated with per- adts. (It is not the present policy of the County to pay fees to the incorporated cities for peum its.) SECTION 11. CONDUCT OF WORK- A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Can- tract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County,or others engaged in the work. He shall adjust, correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide as adequate work force, materials of proper quality, and equipqent to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. Rev. 5/76 -32- 00096 DIVISION F. CENER" CONDITIONS (Coatimwd) SECTION 11. CONDUCT OF WORK: C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all cis until the job is accepted by the County. This superincea'ea[es�ali be empowered to act is 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 incomplete portions when the total project is complete. In engaging one kind of work with another. mar. or damagias same will not be permitted. .Should improper work or any trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. G. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required taehorage or blocking is furnished and set at proper times. An- chorage and blocking for each trade shall be a part of same, ex- • cept where stated otherwise. H. Proper facilities shall be provided at all times for access 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 Immediately on the written request of the Engineer/Architect, and such person shall not again be employed on the work. SECTION 12. RESPONSIDUM FOR SITE CONDITIOIQS: The following *ball constitute exceptions. and the sole exceptions, to the responsibility of the Contractor sec forth is Section 4. in the Instructions to Bidders: A. If during the course of the work the Contractor encount- ers active utility installations which are not shown or indicated in the plans or is the specifications, or which are found is a location substantially different from that shown, and such utilities are not reasonably apparent from visual ex.—ination, then is shall" Rev. 5/76 -33- 00049-S! #:.gl 000189 t DIVISION F. ¢,jjk;L&L CONDI2IONS (Continued) SECTION 12. RF-cMMIBILnl FOR SITE (continued) praa{+clrr notify the County in writing Where necessary for the vk of the contract, the County shall issue a written order to the Contractor to sake such adjustment, rearrangement, repair, removal, alteration, or special handling of such utility, Including repair of the damaged utility. For the purposes of the foregoing, "active" shall mean other than abandoned, and "utility installations" shall include the following: Steal, petroleum products air, chemical, water, sever. storm water, gas, electric, and telephone pipe lines or conduits. The Contractor shall perform the work described in such written order and caripeasation therefor will be made in accord- ance with Section 21. relating to changes in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to his due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts with- out instructions frost the County. then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. B. If the contract requires excavation or other work to a stated licit of excavation beneath the surface, and if during the course of the work the County orders a change of depth or dimen- sions of such subsurface work due to discovery of unsuitable bearing material or for any other cause. then adjustment to con- tract Price for such change will be made in accordance with Sec- Lon 21. Except for the items of cost specified therein. the Con- tractor shall receive no compensation for any other cost, damage, or delay to his due to the presence of such unsuitable bearing material or other obstruction. SECTION 13, INSPECTION A. The Contractor shall at all tines parr-it the County and their authorized agents to visit and inspect the work or any part thereof and the shops where work is in preparation. This obli- gation shall include maintaining proper facilities and safe access for such inspection. Where the contract requires work to be tested, it shall not be covered up until inspected and approved by the County. and the Contractor shall he solely responsible for notify- ng the County where and when such work is in readiness 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. he shall give notice to the County ..,►ch intention at least two working days prior to perforsing such work. or such other period as may be speci- fied. so that the County may make necessary arrangements. Rev. 5/76 -34- 00098 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his eoatract u prescribed. York 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 has been made. been previously inspected or that payment, SECTION 14. RE, ECIIRNS OF MATERLMS: A. The Contractor shall promptly remove from the premises all materials condemned by the County an failing to conform to the Contract, wbether incorporated in the Work or not, and the Contractor shall promptly replace and reexecute his own work in accordance with the Contract and without expense to the County and shall bear the expense of nu=king good all Work of other Contractors destroyed or damaged by such removal. B. If the Contractor does not remove such condemned work and materials within reasonable time fixed by written notice, the County may remove them andsay score the materials at the expense of the Contractor. If the Contractor does not p the expenses of such removal within ten (10) days thereafter.�he County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net pro ceeds thereof after deducting all costs and expenses that s4ould have been borne by the Contractor. SECTION 15. ILR'ERPRETATION OF CONTRACT REMREMEMrS: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- mant occurring in any one of the documents is as binding as through occurring in all. B' Conflicts in the Contract Docents: 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 Vvern over all other contract doucments. except the County s Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. — 2. In case of conflict between plans and specifi- cations, the specifications shall govern. 3. Conflict within the Plans: a. Schedules. wben identified as such, shall govern over all other portions of the plans. b. Specific Notes, shall govern ever all ether notes and all ether portions-of the plans. c. Larger scale drawings shall govern over smaller scale drawings. -33- Rev 5/76 00099 DIb1SICS F. GENERAL COMITIOM (Const.) >:. .. SECTION 15. INTERPRETATION OF CONTRACT REQUIRDIMS: (:on•t.) 4. Conflicts within the Specifications: A. The "General Conditions of the Contract" shall govern over all ssetlons of the specifications except for specific modifications thereto -that may be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or Installing of parts, materials, or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be deemed to have been impliedly required by the contract- documents In accordance with such standard. "Minor detail" shall Include the concept of substantially Identical components, where the price of each such component Is small even though the aUregate cost or Importance is substantial. and shall include A ataxia component which is incidental, wen though its cost or importance may be substantial. The quality and quantity of the parts or material so supplied shall confotm to trade standards and be compatible with the type. composition,, strength, also. and profile of the parts or materials otherwise set forth in the contract documents. SECTION 1IS AND ADITIOML INSTRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, omissions. or errors In the contract documents or have any 1. question concerning interpretation or clarification of the contract documents, or if It appears to him that the work to be done or any matters relative there- to are not sufficiently detailed or explained In the contract documents, than. 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 be resolved and instructions to the Contractor Issued within a reasonable time by the County. whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County, he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage, defect or added cost. E. Field orders: Durins the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of clam for 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 Section 21, this Division. Rev 12172 —36- 00100 DIVISION F. GENERAL CO11DITIOKS.(Con't.) SECTION 17. PRODUCT AND REFEREMM STANDARDS: A. ProductDesignation: When descripc Iva catalogue designations, including manufacturer's name, product brand name, or model number.are.referred to in the contract documents, such designations shall be considered as:being, those found in industry publications of current issue at date of first invitation to bid. R. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. SECTION 18. MATERIALS, ARTICLES, AND EQUIPIU NT: A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, In accordance with Section 6380 et seq., of the Government Code, State of California. B. Mechanical equipment, fixtures and material shall be delivered • in original shipping crates to the job site and the County shall be notified of the receipt of such equipment, fixtures end material before uncrating. The County will, when desired, inspect such equipment, fixtures,or material to determine any damage or deviation from that specified. Item damaged during delivery shall be rejected. C. Yherever the name or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use any other brand or manufacture of equal quality and utility to that specified, be shall make application,to the.County inwriting for any proposed substitutions. Such application shall be accompanied,by evidence satisfactory to the County that the material or process.is equal to - Rev. 1-7J72 -37— ' 001 1 I • DIVISICN F. CERML M-MITIUM (Const.) e-CTlL% 18. ARTICLES, AND OOVIMEMr: (Con-t.) that epecifted. Request for substitution shall be made in ample time for th:- County's consideration as no delay or.extra time will be allowed on account. thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, nanufacturer's specification data, field reports on product's approval and use by other public agencies, material costs, andinstallation costs and -salntenance provisions and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted an final. Requests •or substitution will only be considered when offered by the Contractor with the reason for substitution. Failure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall include n notice of change in contract prices, if substitution is approved. D. All materials shall be delivered so as to insure a speedy and uninterrupted progress of tl•e work. Sams 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 weatf+er or other cause. Z. Within fifteen (15) days after the signing of the Contract. the Contractor shall submit for approval to the county a complete list of all materials it is proposed to use under this Contract, which differ in any respect from materials specified. This list shall include all materials which are rroposee by the subcontractors as well as by himself for use In work of his Contract and which are not specifically mentioned In the Specifications. 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 figures In bid fors of the specified material or materials for which substitutions are proposed. In case a substitute Is offerid and accepted as appraved equal to materials specified. the cost of which is less than the cost of the material or equipment specified, then a credit shall be taken for the difference between the two costs in order that the County shall obtain whatever benefits may be derived from the substitution. Failure to propose the substitution of any article within thirty-five (3S) days after the signing of the Contract may be deemed sufficient cause for the denial of request for substitution. se CTION 19. SHOP DRAVIMS. DESCRIPTIVE DATA. SAMPLES, ALTERNATIVES: A. The Contractor shall submit promptly to the County, so 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 offers of alter- natives, if any. Such submittals shall be chocked and coordinated by the Contractor with the work of other trades Involved before they are submitted to tM County for examination. Rev. 12/72 -38- 00102 i i' DIVISIONF. CENERAL ClNO)ITIONS (Can't.) SECTION 19. SNOP W"INCS, DESCRIPME DATA. SIMPLES. ALTERNATIVES: (Can't.) a. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (5) copies if on schedule is included in these documents. The drawings shall show completely the work to be done; any error or omission shall be made good by the Contractor at his own ecpaae, even though the work be installed before same becomes apparent, as approval by the County Covera general layout only. Fabrication, details and Inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or ocher data required by the specifications in the number of copies as required in submittal schedule, or five (5) copies If no schedule is included in these documents. The County will esamiRe such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles, materials or equipment as required by the specifications. The work&hall be in accordance with the approval of the samples. Samples shalt be removed from County property when directed. Samples not removed by the Contractor, at the County's option, will become the property of the County or will be removed or disposed of by the County at Contrattor's expense. E. Alternatives: For convenience In designation on the plans or in the specifications, certain materials. articles, or equipment may be designated by a brand or trade name or the cam of the manufacturer together with catalog designation or other identifying Information, hereinafter referred to generlcally as "designated by brand name". An alternative material, article. or equipment which Is of equal quality and of the required characteristics for the purpose intended may be proposed for use provided the Contractor compiles with the following requirements: 1. The Contractor shall submit his proposal for an alternative in writing within the time limit designated in the specifications, or if not designated, then within a period which will cause no delay In the work. 2. No such proposal will be considered unless accompanied by complete Information. and descriptive data. necessary to determine the equality of the offered materials, articles, or equipment. Samples shall be provided when requested by the County. - The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- ment shall be upon the Contractor. The County shall be the sale Judge as to such matters. In the event that the County rejects the use of such alternative materials, articles. or equipment, then ooe of the particular products designated by brand nape shall be furnished. Rev. i2;72 —39- 0!103 • r xj OIVISICSp. GENE:.AL couiriots (Coni.) !;=Itr 19 S4LP MUMS. DESCRIPTIVE DATA 5A4PLE.i ALTEKMTIVES: (Can't.) The County will examine, with reasonable promptness, such submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives frog the contract Plans and specifications, nor shall It relieve him from responsibility for errors In the submittals. A failure by the Contractor to Identify In his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County, the Contractor shall resubmit such shop drawings, descriptive data, and samples as may be required. If any mechanical. electrical, structural, or other changes are required for the Proper Installation and fit of alternative materials. articles, or equipment, or because afdeviations from the contract plans and specifications, such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECTICR 20, SAMPLES AND TESTS: The County reserves the right at Its own expense to order tests of any part of the work. If as a result of any such test 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 performed, and Costs will be under Che super- vision of, or directed by. and at such places as may be convenient to the County. Materials, articles, and equipment requiring tests shall be delivered in ample time before Intended use to allow for testing, and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination. Including testing, shall be disposed of by the Contractor at his own expense within not more than tea (10) days after the Contractor acquires knowledge that such examination is concluded, unless otherwise directed by the County. SECTION 2I. CHANGE ORDERS: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the plans and specifications will be made without authority in writing from the County. changed work shall be performed in accordance with the original reouirements 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 bases, as the County may elect: (1) on a lump sun basis as supported by breakdown of estimated costs. Rev. 12/72 -40- i 00104 00104 r, DIVISION F- GENERAL CONDITIONS (Con't.) SECTION 21. CKU=ORDERS: (Con't.) (2) on a unit price basis. (3) Oa a cost-plus basis in accord-nee with the following conditions, (a) MM-UPS: 1. Forwork performed by the General Contractor an amount equal to the direct cost (as defined herein) of the work' plus IS%of the direct costs for overhead and profit. 2. For work performed by a sub-contractor an amount equal to the direct costs (as defined berein) of the work plus 20%of the direct costs for overhead and profit. (Suggested breakdown: 15%to the sub-contractor, 5% to General Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined herein) of the work plus 23X of the direct costs for overhead and profit. (Suggested breakdown: 15%to sub-sub-contractor, 5%to sub-contractor, 5%to General Contractor.) . 4. In no case will the total mark-up be greater than 25% of the direct costs notwithstanding the number of contract tiers actually existing. 5. For deleted work the mark-up shall be IOZ of the direct • costs or the agreed upon estimate thereof. (b) DIRECr COSTS: 1. labor: 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. Labor rates will not be recognized when in excess of those prevailing in the locality and time the work is being performed. 2. Materials: The actual coat to the Contractor for the materials directly required for the performance of the changed work. Such cost of materials may include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the county. If the materials 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.12/72 Rev. —41- 00105 DIVISION F, GENERAL CONDITIONS (Con't.) _. . SECTION 21. CHANGE ORDERS: (Can't.) 2. Materials: (Con't.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to his from the actual supplier thereof, them 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 materials as it deems advisable, and the Contractor shall have no claim for costs or profits on material furnished by the County." 3. Equipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half hour'. No payment will be made for time while equipment is Inoperative due to breakdowns or for moa-working days. In addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor. However, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project In any ocher way than upon the changed work. Individual places of equipment having a replacement value of 51,000 or less shalt be considered to be tools or small equipment, and !!:o- will o pwill be made therefor. For equipment owned, furnished, or rented by the Contractor, no cost therefor shall us recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubrication, supplies, smell tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) AUWARLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate ' for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. Rev. 1272 .. -42- 00106 DIVISION F. GENERAL CONDITIONS (Don't.) SECTION 21. CHANCE ORDERS: (Con't.) (d) RECORDS AND SUPPORTIVE INFORHATION: (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 costs of other operations. (2) contractor shall maintain daily records showing man hours and material quantities required for cost plus work. The Contractor shall use a fors approved or provided by the County. The forms will be filled out in duplicate act the County's inspector will review and attach his approving signature to the fora on the day the work is perfora+ed. � �_—___�. work. Ls Rental and material charges shall be substantiated by valid copies of vendor's invoices. (6) The contractor's cost records pertaining to.cost-plus work shall be open to inspection or audit by the County. (e) FAI121RE TO AGREE AS TO COST- 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 (d) above and when agreed to by the Contractor and the construction inspector, it shall become the basis for payment of the clanged 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. —43 �► 00107 DIYISIDCtF. GENERAL CONDITIONS (COWC.) SECTION 22. tAMR: Even part of the work shall be accomplished by workmen, laborers, or mechanics *specialty skilled in the class of work required and workmanship shall be the best. SECTIO\ 2.3 OCCCPANCY BY THE COMITY PRIOR TO ACCEPTANCE: 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 defective work or materials found at any time before the acceptance of the work as set forth In Section 21-ar during the guaranty period after such acceptance, as set forth In Section 26. SECTION 34, PRQ'ERVATION AND CLEAIINC: A. The Contractor shall protect and preserve the work from all damage or accident. providing any temporary roofs, window and door coverings, boxings or other construction as required by the County. This shall Include any adjoining property of the County and others. B. The Contractor shall properly clean the work as It progresses. As directed during construetlon, rubbish shalt be removed, and at Completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed from the site, all being left In a clean and proper condition satisfactory to the County. SECTION 25 PA"U= OF FEDERAL OR STATE TAXES: Any Federal. State or local tax payable on articles furnished by the Contractor, uMer 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 Co be furnished under the Rev. 12/72 —44— ( ' 001 08 DIVISION F. GENERAL CONDITIONS (Can't.) v SECTION 25. PAYMENT TT OF FEDERAL OR STATE TAM: (Confit) .Contract and which are a:mpt from Federal Excise Tax., SECTION 26. ACCEPTANCE: A. The work shall be accepted in writing only when it is shall have been completed satisfactorily to the County, Partial payments shall not be construed as acceptance of any part of the B. In judging the work no allowance for deviations from the drawings mad Specifications will be made, unless already approved in writing at the time and in the manner as called for heretofore. C. County shall be given 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 complete sand a raved by the County. This shall include. but is not limited to, all construction, guarantee forms, parts list, schedules,.tests, operating instructions. and as-built drawings - all as required by "the contract documents. SECTION 27. FINAL PAYHW AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County. on a for acceptable to the County. a request for payment in full in accordance with the contract. The form "Statement to Accompany Final Payment" (Page ill ) shall.be eampleted. signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. GUARANTEE- 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 workmanship and materials 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 abase 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. 5176 -45- 00 00109 DIMION F. GENERAL CONDITIONS (Coat) SECTION 28. GtlARAWM (con't.) defects in the work, he will commence and prosecute with due diligence all work necessary to fulfill the terms of this guarantee, and to complete 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 de- send. The County shall be entitled to all costs, including reasonable attorneys fees, necessarily incurred upon the con- tractor's refusal to pay the above coats. Notwithstanding the foregoing oar aph, in the event of an emergency constituting an immediate hazard to the health or safety of the County's employees. property, or licea- sees. the County MIST undertake at the Contractor's expense with- out prior notice all work necessary to correct such hazardous conditions when it was caned by work of the Contractor not being ' in aceordsnto with the requirements of this contract. D. The general contractor and each of the listed sub- contractors guarantee shall execute and furnish the County with the standard Faggee 44 j rase 23a Rev. 5176 r ro 8MMMMi �XAMk==LE j G s FOR aONLYA GNUootgrry WILDING pAR1TNEZ, CALIyOXNIA We hereby guarantee to the County of Contra Costa the (Type of Work) which we have installed in the (Nue of building) California, for year (s) use from date of filing of the completion 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 any prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which may be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terse, including time periods, specified for this work or materials in the plass and spectficatlooa for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GENERAL COHIRAMOR Date: (Affix Corporate Seal) NOTE: If the firm is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47- 00111 �CX�iMPLt-J FORM STATEMENT TO ACOOMPANY FINAL PAYHW To: Contra Costa County Public Yorks Department County Administration Building Martinez, California Re: Final Payment. (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment Includes herein all claims and demands, 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 flnal estimate shall discharge and release it from any and all claims. SThe undersigned hereby certifies that all work, labor, and materials, on this project have been furnished and purchased in full compliance with the contract and with all applicable lava and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that 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- 00112 Division H Special Conditions G&JSRAL The General Conditions and Special Conditions shall apply-to all work in all Divisions and.Section: of the Technical Specifications. 2. LOCATION AND SCOPE OF A. The work to be done under this contract consists of site grading and.. preparation, asphalt and concrete paving, and construction of.wood shade structure, and related work.as shown on•the drawings and.specified.herein. All work is located in Alamq County of Contra• Costs, State of California B. Contractor shall furnish all labor, materials, implements, tools, machinery, equipment, transportation, and services necessary to construct and maintain the improvements as :shown on the Plans and noted in these Specifications: 3. I.IRITS OF 1:0M :fork limits are indicated on the drawings. . .Contractor may store materials.or ' otherwise occupy areas of the site as designated by the County. b. INVESTIGATION OF COMMONS A. The Contractor shall visit the site, examine all documents and.make.known to himself the nature .and character of the projeet.site and.its general and particular locations, the physical and contractural conditions.and requirements, and the limitations and various other aspects relative to this project. B. The County will not consider any claims whatsoever on account of Contractor's failure to fully investigate or determine his requirements in advance,of. commencing the work. 5. STAND=- SPECIFICATIONS MID ASTM Mcnever reference is made. to State Specifications, State Standard Specifications or Standard Specifications, it shall,be•understood to.refer to the publication "Standard Specifications — State.of.California, Department of Public Works, Division of Highways, January 1975." Wheneverreference is made to.A.S.T.H.,:.. it shall be understood to refer to the.latest publication."A.S..T.H. Standprds. of the American Society of Testing Haterials.. In the event of a conflict between the Standard Ep cifications and. the Technical Specifications herein, the Technical Specifications shall rule.. G. LMEM.r OF CONTRACT It is the- intent or this Contract to obtain a first class and finished, work— manlike job, complete'and in place. 00113 7. A:;-BUILT DR:VIDES A. The General Contractor shall maintain as-built drawings or all work and subcontracts continuously as the project progresses.. . A separate set of prints, for this purpose.. only, shall be kept at the job siteat all times.- IL shall be required that these drawings be up-to-date. and so certified by the County at the time each progress bill is submitted. All under- ground piping, stubouts, points or change in direction, etc., shall be measured from static, knoxn elements above grade and noted clearly on the as­built prints prior to covering of this wort;. B. Upon completion of Lhe work, these drawings will be turned over to the County. C. The up-to-date status or. the data ank its transmission to the County. shall be conditions required for certification of progress payments and'last payment before retention. . No.payments will be wade if as-builts.are not. kept current. S. VANUALIL-!2. Anil ACMEPTANCE OF COidSTRUCTION Maintenavice of construction work by.the Contractor will terminate upon acceptance or all construction work by the County. The Contractor shall be responsible. for repair and replacement of damage due to any vandalism prior to acceptance of . the work. 9. ZFINITIOZIM A. The term „County„ snail be synonymous with Contra Costa County and its representatives. B. The term "Provide" shall mean to .furnish alllabor,. materials, tools;. equipment and other things necessary to complete.that work and shall . include all overhead and profiL.. C. The term "Rork" shall include labor, materials, tools, equipment, appliances, services and transportation, and shall include, all overhead and profit.. 10. 1'1L-.-CONSTRUCTION 1• E IM o PROGRESS•SCHEME Cn or about the first work day of the Contract, the County shall schedule a pre-construction meeting to review the project with the Contractor, his subcontractors, and all parties responsible for the execution of the work. At the Liar of the meeting, the Contractor shall furnish the .County, -for review- and approval, five (5) copies of a bar graph schedule.covering..various phases of the operations. The approved progress schedule shall be adhered to through- out the Contract. 11. FiXT36-TI011 AND CI:MVP The scope of each Division or Section of the following Specifications includes the protection or all work and existing facilities until acceptance of the work and removal of all excess construction equipment, materials and debris from the site, and in accordance with the General Conditions. 00114 12. FINAL GU.MWPES' The Contractor shall be held responsible for and must make good any defects, through faulty, improper workmanship or materials arising or.discovered in any parts of his work within one (1) year after the completion.and acceptance of the same. The Bond for Faithful Performance furnished by the Contractor shall cover such defects and protect the County against them.during the period of Guarantee. 00115 ....... Division H Technical Specifications Section 1 Subgrade Preparation and Base Material 1. SCOPE The work under this Section includes but 2.s.not limited to: A. Performing all wore necessary including excavation and removal-of material from site, to prepare finish subgrades under all paving, including asphalt and concrete. B. Furnishing material and constructing aggregate base. 2. RELATES .10,13(► NOT INCLUDED III TdIS SECTION A. Asphalt Pavinf; B. Concrete 3. CUB;Ful: .l'Ral'.'tR,lTION A. Subgrade is that certain area on which pavement, surfacing,�baise, or topsoil may be specified to be placed: 1. Asphalt and Concrete Pavement Area: Soils .under pavement areas shall be ucarified to.six (6) inches below base rock subgrade, then moisture conditioned to optimum moisture content and recompacted. to at -least 95n ASTM U 557-70 with shespvfoot or equivalent equipment. B. The finished Subgrade, immediately prior to placing subsequent material thereon, shall be in accordance with applicable parts of the State Stairiard Specifications for Class II Aggregate Base. C. The finished surface of the subgrade, at any point,.shall not vary more than 0.05 fooL above or below the elevation indicated on the drawings. L. Subgrade that does not conform to the above requirements shall be reshaped and recompacted to conform, all at the Contractor's expense. b. AGGREGATE BA-3a — CLASS II A. .Material: ArX.reriLe Lase shall be Class II Aggregate conforming to Section 26of the State Standard Specifications. B. Deliver to the site as a uniform mixture and spread e-ich layer in one operation without segregation. C. SDrCAdin-: Class 11 :.rgregate Base shall be readily compacted and spread with "uipment that will pro-title a uniform layer conforming to the planned section, and as specified in-Section 26 of the State Standard Specifications. A sufficient number of grade stakes shall be set to insure uniform thickness and accurate grade. Slope shall.be 1p minimum across all paved surfaces. The finished aggregate base shall not vary more than 3/6 inch from the true grade. 00116 . ............. ... ....... ..... . r ._ .... . . . . ....... . ...... . _ .... ............ :A y Section 2 ' Asphalt Paving 1. SCOPE The-work under this .Section includes but is not limited to: A. Asphalt Halk B. Asphalt paving C. Headers 2, RELATED WORK I11 OTHER 3ECTIONS A. Subgrade Preparation k Base Haterial 3. RATFMAIS A. Prime Coat: Uouid asphalt (SC-70) in conformance with Section 93 of the State Standard Specifications. B. Tack Coat: Tack coat shall be diluted SS-1 or SS-1H emulsion,,or an undiluted RS-1 emulsion, and shall conform to Section 94 of the State Standard Specifications. C. Fog Seal CoaL: Dilute SS-1 or SS-1H;emulsion, and conform to Section 94 - of the State Standard Specifications. D. Pavinr Asphalt shall be steam refined penetration Grade 85-100 in conformance with Section 92 of the State Standard Specifications. E. ArrcregaLes: Coarse and fine aggregate, and shall'be Type.B. Aggregates for asphalt paths airs related surfaces shall be 1/2 maximum grading, and 3/8 maximum for the tennis courts. h. CONSTRUCTION A. Prime Coat: Before placing asphalt concrete on an untreated base, "apply a- liquid asphalt prime coat to the base course in accordance with provisions set forth in Section 39 of the State.Standard Specifications. Prime coat shall be applied at the rate of 0.25 gallon per square yard or as directed by the County. B. •Tack Coat: Before placing asphalt concrete, an asphalt emulsion tack coat faint binder) shall be applied to all vertical surfaces of existing pavement, curbs, constrpction joints and headerboards; all in accordance with Section 39-4 of the State Standard Specifications. Apply at the rate . of 0.10 gallon per square yard C. For, Leal Coat shall be applied to all finished surfaces, except the tennis courts, of asphalt concrete pavement in accordance with the provisions of Section 37 of the State Standard Specifications. Fog seal cost shall be. applied at the rate of from 0.05 to 0.10 gallon per square yard, or as directed by the County. D. Asuha-IL Concrete: Proportion, mix, and place in conformance with the applicable provisions of Section 39 of the State Standard Specifications. 00117 Section 2 Asphalt Paving 5. TOLERANCE Pavinr: The finished asphalt pavement, where not controlled by adjacent structures or features, may vary not to'exceed 0.10 foot above or below the planned grade, providing it is uniform and free from sharp breaks. The cross section of the finished pavement shall be free -from ridges and valleys, and be within 0.0$ foot above or below the theoretical section at any point on the cross section. The thickness of the finished pavement-shall not be less than 0.01 foot than'the planned thickness of any point. G. ClZ-ANUP Upon completion of the asphalt concrete paving, the Contractor shall remove all surplus construction materials, earth and debris resulting from his work so that the entire job site is left in a neat and orderly condition. Clean all splash off concrete, headerboards, equipment, and all adjacent appurtenances. 7. IIEAJFJZG A. Install. wood headers as shown on plans. A. ::ood shall be construction grade redwood, rough. C. I,etal stake shall be Kri.nkle Stakes by Silver Metals Co., 1840 National Ave., Hayward, CA or equal J. Spike reader to stake With 8 penny common nails. E. Splice all joints w/L4,4-0" redwood S1,-J. F. All header wood shall be pressured treated with Pentachlorophenol pre servative. solution. 00118 Section 3 • Concrete 1. COPE The work under this Section includes but is not limited to: .t. Foundations and footings. B. Paving C. Formwork and shoring D. Reinforcing steel. E. Installation in concrete of bolts, inserts, sleeves, and miscellaneous iron. Provide coordination to assure that all Subcontractors furnish accessories punctually and accurately inform the General Contractor of embedment locations. F. Finishing and curing 2. 1:,�',EEMiL RF.QUIRr1-"AWrS A. Verify dimensions in the drawings with field conditions. Inspect'related work and adjacent surfaces. Report-in-writing to,the`County all conditions which prevent proper execution of this work. B. 1pplicable ;:otos in the Drawings are part of this work. ' 3. UATSIMALS A. Cem^nt: - TI1 C-15,0, Type I or U. Cement brand shall have proven history of successful use with proposed aggregates and shall be of same brand and source throughout project. B. Aggregates: for general concrete work. 1. For all concrete AST14 C-33 2. All aggregate from constant source unless, 10 days prior notice is submitted for approval after recheck of mix design. Sources shall have proven history of successful use. -3._ Fine Agrrerates: Natural sand, well graded from coarse to fine. h. Coarse Aggregates: Fine grain, sound crushed stone or gravel. C. .Tater: Potable, free of impurities detrimental to concrete. D. Curing Paper: A5Tii ,-171, type I, non-staining. 3. Curing Compounds: A5TH C-309, resin base type, type I. Compounds with wax base are not acceptable. F. Reinforcing Steel - .1wS"'TH A515-68. 00119 Section 3 Concrete . G. Column Base - ►CCB-rob 5'N x 5e' by Simpson Co. or equal. It. Color.- "Frown" by Davis Concrete Products Co. or equal. I. Picnic Grills - Hodel IU,16, by Outdoor Products Co. A. I1IY"r.5 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--fixed Concrete A.S.T.Ii. Desilpation C94, with 4" maximum slump, 3/4" maximum aggregate. 5. TZSxIAE A. The Contractor shall furnish all materials including test cylinders required for the County to take samples and prepare specimens. Specimen preparation . and testing will be conducted and paid for by the County. The Contractor shall notify the County at least 2 days before pouring concrete. Concrete shall not be, poured umtil inspection of forms and items to be embedded have been placed and pours shall be made only when the inspector is present. . 6. DEnCTIyE Caumb-n. Concrete which fails to show the required compressive strength assumed in the design shall be removed and replaced at no extra cost to the County. 7. "MUNG AND PLACDE COTICRIMM A. I•tixing: Use transit mix concrete throughout, oxcept that job mix concrete may be permitted subject to County approval of.detailed methods and equipment" .' proposed for use. Conform to ASTiI C-94 for all transit mixed concrete. Concrete shall be mixed for a minimum of 5 minutes after arrival at job site. U. Placing: 1. All forms except sealed plywood forms shall be thoroughly wet down before concrete is placed. 2. Placitg, of concrete shall be done immediately after mixing. No concrete shall be placed or used after it has begun to set and no retempering will be allowed: The method used in placing shall be such that concrete is conveyed and deposited without separation of the ingredients. No concrete shall be placed with a free unconfined fall in excess of"5 feet. Do not support runways on reinforcing steel. 3. No concrete shall be placed in arrf portion until all reinforcing for same is fastened in place, nor until forms are completed. No concrete shall be placed before all work that is to be embedded has been set. Notify other crafts so that they cwy deliver anchors for their work to be embedded in ample time and also notify them when their. assistance is required. Rein- forcing; or other materials that have been set in place shall not "bed, x: Section 3 Concrete R. CO1t;TRUCTI011 JOINTS A. Placement of construction joints and the manner in uhich they are provided for shall be only as approved by County. Construction joints shall be as leu act possible. B. All construction joints including keys shall be cleaned and roughened by removing. the surface and exposing clean, solidly-embedded aggregate by.means of sandblasting, chipping, or other approved methods. Forms and reinforcing shall be clean of drippings and debris. 9. CURIAE :.: 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 County. Curing compounds shall be clear and shall be completely removed. before acceptance of project. B. Protect fresh concrete from drying winds, rain, damage or soiling. 10. PITCHING Immedi.ate.ly after stripping forms, and before concrete is thoroughly dry, patch minor defects, form tic holes, honey combed,areas, etc. Remove ledges and bulges. Repair gravel pockets by cutting out to full solid surface; form key and thoroughly wat before placing patching mortar consisting of one part cement to two parts fine =and; 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. 11. USAMIED MINE JOII:TS Weakened plane joints shall be located where shown on the Drawings and shall n-enform to C.C.C. Standards. Provide where stalks abut vertical surfaces. 12. FINIMUM A. Tolerances: Exposed Concrete Slabs: '­ in 10 feet with maximum high and low variance not occurring.in less than 16 feet and with 116" tolerance in any one running foot. Refer to Drawings.for slabs requiring slope to drain. L. Slab Finishes: 1. Pour NO. 1 - Exposed Aggregate Finish Immediately after initial set, surface shall be washed and scrubbed to remove excess fines, and matrix, leaving aggregate exposed to the satis- faction of the County representative. Any surface or area not uniformly or sufficiently textured or adequately cleaned shall be removed and reworked as directed to produce the required surface. 2. Pour Ido. 2 - Medium Brush Finish: The frochly placed slab shall be compacted and screeded uniformly to grade. Push large arrrarate below the surface with screen tamper; screed and bull float. As noon as the surface becomes workable, it shall be wood floated, 00121 4` Section 3 Concrete then steel troweled to a uniform, smooth, semi—hard surface. Follow immediately bj drawing hair broom across surface at right angles to long direction of panel, or as indicated on the drawings. C. Rarbeque Platform Finish 1. Fti Trowel: Place as shown on plans, remove forms and steel trowel smooth to a hard, uniform surface. Slope top for proper drainage. 00122 Moog ::cction 4 Plumbing 1. Scerz. Furnish and install water stipply,:line and.drain line' for drinking fountain, as shown and.specified. Connection;tw eXISting•lines and:related trenching,' and backfilling. Guarantee. . A. The piping plan is diagrammatic and is not intended to zhow exact locations. j. DAMAGE TO PROPSiiY'Y Am; ofthe the County•s property, including existing building, equipment, piping, pipe covering, sewers, sidewalks, landscaping, etc., damaged by the Contractor during the course of his work shall.be replaced. or repaired, by the Contractor, inn m-tnner satisfactory to the County at the Contractor's expense, and before final payment will be made. 4. WMAG7 BY LE 11' , The Contractor :;hall be responsiblefor damages to the ground, walks, roads, building;s,.piping.systems,.clectrical systems. which are being installed or having been installed by him. He shall repair, at his expense, all damage so caused. All repair nock shall bedone as directed by him and in a manner satisfactory.to the County. j. I iSTFM PIUi�I.i The Contractor shall notify the County at least Lwo (2) working days in auvance of the tim inspection and/or.direction is required. HATMAIL 1. Plastic Fi.t,e: 1. 'dater Supply Live - FVC 1120.Schedule 40 2. Drain Line - PVC 12ID-160.pai, OF Polyvinyl Chloride: •. 3. Sleeves - FVC-12.20 -•Schedule 40. 4. Fittings - IT-C, Schedule 40,Saae material as pipe. Solvent cement welded slip socket. 5. Plastic Pipe Solvent - Type and .made as recommended by the pipe-manufacturer. 0. All pipe shall be continuously and permanently marked with the following information_ E'anufacturer's name, pipe size, IPS size (schedule no.), type of m.jtcrials, and code number. -1. Provide a c1canout on drain lire at-drin'ring fountain. C. Kanufacturin- Guarantee: .111 pipe shall be guaranteed by the manufacturer to be free of manufacturing defects in material or workmanship. Manufacturers 00123 ' . . • Section 4 • Plumbing liability may be limited to replacement or credit for the defective pipe if the u,-;t- has been within the limits of pressure acus temperatures recommended. The manufacturer must guarantee .that all pipe has or will pass the Anhydrous • Acetone Immersion Test. D. Drinking Fountain: Haws ;3060 HFP 3G" Height - 181'bur7 , with a A615 surface mounted concrete step. Install in'accordance with manufacturers specifications. 7. VERIFICATION OF DIi ISIOTIS Before proceedinr urith any uork, 'the Contractor shall carefully check and verify all dimensions and report any variations to the County. . S. JRANINGS Atli) RECORD A. The coc►tractor shall provide and keep up-to-date a complete "as-built" record set of blucline prints, corrected daily and showing all changes from the original drawings. and specifications with the exact locations of pipe. Prints for this purposc may be obtained from the County. This set -of drat-sings shall be rcpt on the site and shall be used only as a . record set. B. On or before the dato of the final inspection, the Contractor shall deliver the. corrected ami completed "as-builLs" to the County. Delivery of prints shall not relieve the Contractor of the responsibiltiy of furnishing required information that map brs omitted from the prints. �1. EXCAVATIal 'U"i BACUILL A. The Contractor shall do all nccessar,/ excavation for the installation of all work 3nclucbed in the Contract. After the Aork has been installed, inspected, and approved, all excavations shall be•backfilled with fine materials to tour (4) inches, above crown at pipe and tamp. Then fill with earth and.tamp to 95A compaction. All trenches shall be left flush with adjoining Fradc in a firm unyielding condition. Contractor shall correct. any subsequent settlement of trench. B. Rechanical trench diggers used on the site shall be of an approved type with straight sides. Trenches shall be no wider at any point than is necessary to lay the pipe and to obtain proper compaction. ' 10. GSTIMUL ItF.IUIRr'�•MUS FOR PIring A. All pipe. shall be assembled free from dirt and scale, and shall be reamed• and burrs removed. All pipe shall be laid with markings up. B. The supply line shall be flushed out and tesEed for leaks before backfilling. 1. Pivinn death: 18 inches or cover C. The bottoms of the trench shall be free of rocks, clods, and other sharp edred objects. D. Piping under existing, pavement shall be done by jacking, boring or hydraulic driving, but where •vw cutting or breaking of pavement is necessary, it shall 00124 . . . . ... .._..... ... .... . . . . . .. .. .... .... . . . . ..... .... . . . . ........ . . :Section 4 ' c Plumbing be done and replaced bJ the Contractor as part of the contract cost. Permission to cut or break pavement must be obtained from the County. No hydraulic driving will be permitted under asphaltic concreto paving. 11. INSTALLATION A. Plastic Pine and Fittines:. Install lines where shown on the drawings,. and as directed by the County. U. Miollinr: Exercise care in handling, loading, unloading and storing plastic pipe and fittings. Store pipe and fittings under cover before using and. transport on a vehicle with a bed long enough to allow the,pipe to lay flat to avoid undue bending or concentrated external load. Repair dented . or damaged pipe by cutting out the dent or.damaged section and rejoin with a coupling. C. Jointing,: Use only the solvent or lubricant supplied and recommended by the manufacturer to make plastic pifw: joints. Solvent—welded joints should be Given at least 15 ninutes set—up curing time before moving or handling, and 214 hours curing time before water is placed in-PVC pipe. Centerload pipe with•small amount of backfill to prevent arching and whipping under pressure. Plastic to steel connections, wort: the steel connection first. Use a non— nardening pipe dope on all threaded plastic to steel joints. A light wrench pressure is all that can be used. 12. TESTING LVE WATER 1.1 After valve has been installed, test live water line for leaks at a pressure of 125 psi for a period of tiro (2) hours, with couplings-exposed and pipe :;actions conterlooded. Before testing,. fill line with water for.at least 21, hours. Provisions shall be made for thoroughly bleeding the line of air and debris. Correct all leaks and retest until acceptance by the County. 13. CM-311M IPI UNIII.TEMED NVRK The Contractor shall not allow nor cause any of his work to be covered or enclosed until it has been inspected, tested and approved by the County. Va. FINAL INS11;CTIOH The Contractor shall clean and adjust the system, and present at the time of final inspection a thorourrhly workable,` clean, balanced system. The Contractor shall operate the system in itsentirety with the County. 15. GU ARdIIM." A. The drin1cing—fountain system, including.all work done under this.Contract, shall be ruaranLeed a�ain.r-t all defects and fault of material =1 work— manship for one (1) year from date of completion by the Contractor without expense to the County. Ali materials.used shall carry a manufacturer's guarantee.of one (1) year. F. Iny settling of backfilled trenches which m9 occur during a one (1) year period after final accept=- ne shall be repaired to the County's satisfaction. bg the Contractor 11ithout expense,to the County, including the complete resto— ration or'all damaged planted areas,.plants, paving or other iof any kind. 11ii((Lj Zection 4 Plumbing 16. PURpp g A. Tt is the intention or theseSpecifications to acc installing'a system which Will o omplish the work of indicate the general arras Operate in an,effici.ent manner, The plans' necessarilygement of piping and'equuipment, 'and do nob indicate all offsets, fittings, and accessories that may be required. ;The Contractor shall furiiish incidental materials and labor . not specifically called for, but required to complete the-work as intended. r 00126 Section 5 Carpentry 1. SCOP The work under this Section includes but is not limited to: A. All carpentry. B. Shade Structure C. Bench D. Railroad Tie Planters E. Installation of miscellaneous metal Sittings, bolts, 'hardware; etc.. F. Lumber treatment. 2. ORK INGUMED UNDER OTHER SECTIORt.`'i The following work is included under other Sections of these,Specifications: A. Forms for concrete. B. Installation of miscellaneous metal set in concrete.' 3. UJI-MM GRADING Ilaterials shall conform to.the applicable current editions of the Standard' Specifications of ASTMS, Uniform Building Code, Federal Specifications, and to these Specifications. A. Lumber Grade ElarkinmEach piece of lumber shall bear the official grade mark of the appropriate inspection bureau of the American Lumber Association (California Redwood Association ii.C.L.I.B., etc.) B. Lumber Size and Patterns: Surface four (Q sides, dress size to UBC Standards 25-1; worked to sizes shown. Bough where so indicated on.the drawings. 14. I-ViTZRIAL; A. Wood on shade structure and benchshallbe select structural,.V.G., A.B., Douglas Fir and select structural Redwood as shown on plans. B. I`ressure'Treated hood: (All wood installed telow grade shall be,pressure treated 1. Pressure treated wood shall be pressure impregnated with Pentachlorophenol preservative solution by the closed cylinder vacuum pressure method in accordance with the following American Wood Preserver's Association. All pressure treated wood shall be treated in water repellent or gas borne form to receive paint and stain. 2. All cuts made to pressure treated wood shall receive one (1) coat of clear, 5s; solution of Pentachlorophenol_ 00127 1 Section 5 i Carpentry a C. Roush hardware: 1. Uails:.Comnon wire, galvanized 2. Bolts: Galvanized, type and sizes as indicated on the drawings, and of structural grade steel,-ASTI-I:_A32546B. 3. Washers: Galvanized structural grade steel, ASTV,4325-66B. 5. ::QRKI.MNSHIP A. Set all work true and square, plumb and level. Remote and replace 'any wood that splits during or after erection until acceptance.. Keep nailing lined up. B. Butt joints shall have a smooth, even bearing over entire cross•section. 6. CmISTIriCTIon A. Keep all work clean, ,accurately cut, closely fitted and set to required lines and levels. Blunt exposed edges by sanding. B. Place washer under the head and nut of all bolts where same bear on wood, except head of carriage bolt. C. Cut all bolts flush with nuts and remove burrs or countersink nuts and bolts as detailed_ teen all bolts to prevent removal: D. Hammers with scored races shall not be used in nailing. 7. HQQD TItaATIIWT Paint all exposed surfaces as shown on plans with.two (2) coats of stain. 00128 ataf Ei ;: p� 4 V IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA. In the Hatter of Approving Plans arid• ) Specifications for the Port •Chicago ) Highway Bridge Reconstruction Project,) RESOLUTION NO. 77/398 Clyde Area. ) Project No. 4371-4283-661-76 ) WHEREAS Plans and Specifications for the Port Chicago Highway Bridge Reconstruction Project in the Clyde area have been filed with the Board this day by the Public Works Director; and WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and A Negative Declaration pertaining to this project was posted and filed with the County Clerk on January 20, 1976 with - no protests received and the Board hereby concurs in the findings 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; and The Project has been determined to conform with the General Plan. 1T IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 14, 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 in the Pittsburg Press PASSED AND ADOPTED by the Board on May 17, 1977. Originator: Public Works Department Road Design Division cc: Public Works Director County Auditor-Controller RESOLUTION :10. 77/393 00129 . PORT CHICAGO HIGH?:AY AT CLYDE PORT CHICAGO HIGHWAY BRIDGE Project No. 4371-4283-661-76 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINE7., CALIFORNIA NOTICE TO CONTRACTORS Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the Clerk of said Board will receive bids until 11 o'clock A_P- on Jime 14 1927 for the furnishing of all labor, materials, equipment, transportation and services for PORT CHICAGO HIGHWAY BRIDGE The project is located on the Port Chicago Highway at Clyde, across Hount Diablo Creek, in West Concord. The work shall be done in accordance with official plans and specifications prepared in reference thereto. Bids are required for the entire work described herein. ENGINEERS ESTIMATE Item Estimated Unit of No. Quantity Heasure Item 1 --- LS Mobilization 2 --- LS Maintaining traffic 3 422 LF Fence (Type BW, metal post) 4 --- LS Bridge removal 5 --- LS Clearing and grubbing F 6 375 CY Roadway excavation F 7 575 CY Channel excavation F 8 40 CY Structure backfill (bridge) 9 20,000 Sq.Ft. Erosion control 10 103 CY Permeable material 11 260 Ton Aggregate base, Cla 12 115 Ton Aggregate base, Cl asF22 ' L E D ' (AAY -1 7 i`J77 J. R. OSSON CLERIC BOARD OF SUPERVISORS 00130 e coNA casA1 pAiaty llmea with board order a Item Estimated Unit of No. Quantity Measure Item 13 , 160 Ton Asphalt concrete, Type A 14 544 LF 18"x18°prestressed conc. piles 15 16 EA. Drive piles F 16 74 CY Class A concrete (structure) 17 10 EA Furnish and install precast concrete slabs Type SIV-48 18 3 EA Furnish and install. precast concrete slabs Type SIV-36 F 19 1o,4 oo LB. Bar reinforcing steel 20 72 LF Chain link railing 21 48 LF Metal beam guard rail 22 185 Ton Concreted rock slope protection (facing, Method. B) 23 45 CY Class B concrete, concreted rock slope protection 24 - LS Supplemental work, tree trimming, signing and control (contingent sum paid as earned) Each proposal is to be in accordance with the plans and specifications on fife at the office of the Clerk of the Board-of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. The plans and specifications may be examined at the office of the Clerk of the Board of Supervisors or at the Public Works Department,.5th Floor of said County Administration Building. Plans and specifications (not including State Standard Specifications or other documents included by reference) and proposal forms, may be obtained by prospective bidders at the Public Works Department, 5th Floor, County Administration Building, upon pavment of a printing and service charge in the amount of five and 33/100 dollars (sales tax included) which amount shall not be refund- able. Checks shall be made payable to "The County of Contra Costa", and shall be mailed to Public Works Department, 5th Floor, Administration Build- ing. Martinez, California, 94553. Each bid shall be made on a proposal form to be obtained at the Public Works Department, 5th Floor, County Administration Building. Bids are required for the entire work described herein, and neither partial nor con- tingent bids will be considered. 00131 00131 A PROPOSAL GUARANTY IN THE A14OUNT OF TEN (1O)PERCENT OF AMOUNT BID shall accompany the proposal. The proposal guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa". The above-mentioned security shall be given-as a guarantee that the bidder will enter into a contract if awarded the work, and will be for- feited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being requested to do so by the Board of Supervisors of Contra Costa County. Bid proposals shall be sealed and shall be submitted to the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California, on or before the 14th DAY OF J011E, 1977 AT 11 O'CLOCK A.,M. and will be opened in public and at the time due in the chambers of the Board of Supervisors, Room 107, Administration Building, Martinez, California, and there read and recorded. Any bid proposals received after the time specified in this notice will be returned unopened. The successful bidder will be required to furnish a labor and materials bond in an amount equal to fifty percent of the contract price and a faith- ful performance bond in an amount equal to one hundred percent of the contract price, said bonds to be secured from a surety company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor Code of the State of California, or local law applicable thereto, the 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, 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. That 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 DATED - J. R. OLSSON, COUNTY CLERK AND EX-OFFICIO PUBLICATION DATES - CLERK OF THE BOARD OF SUPERVISORS BY DEPUTY 00132 J PORT CHICAGO HIGHWAY BRIDGE Project No. 4371-4283-661-76 Bids Due June 14, 1977 At 11 O'Clock A.M. Room 63, County Administration Building, 651 Pine Street, Martinez, California 94553 TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY MARTINEZ, CALIFORNIA PROPOSAL F I LEL: FOR o--,,e I (A Ay )7 1977 PORT CHICAGO HIGHWAY BRIDGE J. A. OiSSoN RK BOARD OF SUFERVLSORS CONI COSTA CO- Name of Bidder e Business Address Place of Residence To the Board of Supervisors of Contra Costa County - The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein - that this proposal is made without collusion with any other person, firm or corporation - that he has carefully examined the location of the proposed work, plans and specification - and he proposes and agrees, if this pro- posal is accepted, that he will contract with the County of Contra Costa to provide all necessary machinery, tools, apparatus and other means of construction, and to do all the work and furnish all the materials specified in the contract, in the manner and time prescribed, and accord- ing to the requirements of the Engineer as therein set forth, and that he will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total value of o said work as estimated herein being $ And the following being the unit prices bid, to wit - per0fitm4d with board odor 00133 r Item Estimatedl Unit of Item Item No. Quantity I Measure Item Price Total 1 --- LS Mobilization S 2 --- LS Maintaining traffic 3 422 LF Fence (Type BW, metal post) 4 --- LS Bridge removal 5 --- LS Clearing and grubbing F 6 375 CY Roadway excavation F 7 575 CY Channel excavation F 8 40 CY Structure backfill 9 20,000 Sq.Ft. Erosion control 10 103 CY Permeable material 11 260 Ton Aggregate base, Class 2 12 115 Ton Aggregate base, Class 2 13 160 Ton Asphalt concrete, Type A 14 544 LF 18"xl8" prestressed conc. piles 15 16 EA Drive piles F 16 74 CY Class A conc (structure) 17 10 EA Furnish and install precast concrete slabs Type SIV-48 18 3 EA Furnish and install precast concrete slabs Type SIV-36 F 19 10,400 LB Bar reinforcing steel 20 72 LF Chain link railing 21 48 LF ;Metal beam guard rail 22 185 Ton Concreted rock slope pro- tection (facing, Method B) 23 45 CY Class B concrete, concreted rock slope protection 00134 ------------ Item Estimated Unit of Item Item No. Quantity Measure Item Price Total 24 --- LS Supplemental work, tree S S trimming, signing and control (contingent sum paid as earned) Total $ In case of a discrepancy between unit prices and totals, the unit prices shall prevail. It is understood and agreed that the quantities of work under each item are approximate only, being given for a basis of comparison of proposal, and the right is reserved to the County to increase or decrease the amount of work under any item as may be required, in accordance with provisions set forth in the specifications for this project. It is further understood and agreed that the total amount of money set forth for each item of work or as the total amount bid for the project, does not constitute an agreement to pay a lump sum for the work unless it is specifically so stated. It is hereby agreed that the undersigned, as bidder, shall furnish a labor and materials bond in an amount equal to fifty percent of the total amount of this proposal and a faithful performance bond to be one hundred percent of the total amount of this proposal, to the County of Contra Costa and at no expense to said County, executed by a responsible surety acceptable to said County, in the event that this proposal is accepted by said County of Contra Costa. If this proposal shall be accepted and the undersigned shall fail to centract as aforesaid and to give the two bonds in the sums to be determined as aforesaid, with surety satisfactory to the Board of Supervisors, within seven (7) days, not including Sundays, after the bidder has received notice from the Board of Supervisors that the contract is ready for signature, the Board of Supervisors may, at its option, determine that the bidder has abandoned the contract, and thereupon this proposal and the acceptance thereof shall be null and void and the forfeiture of such security accompany- ing this proposal shall operate and the same shall be the property of the County of Contra Costa. SUBCONTRACTS The Contractor agrees, by submission of this proposal, to conform to the requirements of Section 4100 through 4113 of the Government Code per- taining to subcontractors, except as provided under Section 4100.5, the same as if incorporated herein. for all traffic signal and street lighting work, a complete list of subcontractors is required and the bidder will be expected to perform with his own forces all items of work for which no subcontractor is listed. 00135 W F-1 8�9 is listed. 00135 The following is a complete list of items involving traffic signal and street lighting work to be subcontracted on this project. If a portion of any item of work is done by a subcontractor, the value of the work subcon- tracted will be based on the estimated cost of such portion of the contract item, determined from information submitted by the Contractor, subject to approval by the Engineer. The undersigned, as bidder, declares that he has not accepted any bid from any subcontractor or materialman through any bid depository, the by- laws, rules or regulations of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman, which is not processed through said bid depository, or which prevent any subcon- tractor or materialman from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository. No. Item Subcontractor Address Accompanying this proposal is a proposal guaranty in the amount of Ten (10) percent of amount bid (Cashier's check, certified check or bidder's bond acceptable) S The names of all persons interested in the foregoing proposal as principals are as follows: 00136 t IMPORTANT NOTICE If the bidder or other interested person is a corporation, state legal name of corporation, also names of president, secretary, treasurer, and manager thereof. If a copartnership, state true name of firm. If bidder or other interested person is an individual, state first and last name in full. Licensed to do or subcontract all classes of work involved in the project, in accordance with an act providin� for the registration of Contractors, license No. Class - ). Signature of Bidder Business Address Place of Residence Date 19 / 00137 0013'7 12-1-TS (Qas 3r: all -t3era=-aid =ra;ec-ns.) • The bidder car"—fies that: 7►. ('� I do not intend to srbccntsact any work cn ts1Z3 u pr03eCt. H. F�U I do intend to subcontract ror.s.ons of --,'%a dark on7Elis zr--;ect. in acccr3ance diw. =_%:e provisions o: ?w-t 's:I, 'participat on 3v Minority 9esi.,ess fere=:ses in Subco::tra.ti a-," Win Section 6-1.04 o! the special =--ais ons. ' gave taken actiez =4 sae ..c: a=d ......o...__ ente_-ar:se5 Z= -.a =a___ans -:a work hi:: are in_e_^_de d z be Su!:C— acted Znd hat Such. aff.=ati:7e acC_CMs a 'L."I C^.C`:.':�ZLed «: =V records a=d aza a r_:; der. _ _ s=• _ addition, = d 11 take such- act_c -- any £tit`�-•a subccntract_:.S :a= _:a .,.e o. t^is contract. • tote: '1::e bidders '..�� Check box A, or box 3- T= ZIIa ` bidder dces nct ch.eck a :cx it d:='_ be deemed that he has c ec'mad bcx 3. - Contractor Dated 19; The above certification is rec_mired by 23 C-M. 230 as publ-s ed in the Federa3 Register, Vol. 40, `o. 211 - Friday, October 31, I9T5. . 0013- ...... ....... . .. ... . . ... N IN 111E BOARD OF SUPERVISORS OF CONTRA COSTA COUM, STATE OF CALIFORNIA In a Natter o j Amending Resolution Number 76/638 ) RESOLUTION N0. 77/399 Establishing Rates to be Paid to ) Child Care Institutions WHEREAS this Board on July 27, 1976 adopted Resolution No. 76/638 establishing rates to be paid to child care institutions for the Fiscal. Year 1976-77; and WHEREAS the Board has also been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY 1IlE BOARD RESOLVED that Resolution No. 76/638 is hereby amended as detailed below: Add the Folowing Private Institution:. Effective Date Monthly Rate Progress Ranch/Davis, CA May 17, 1977 $ 1,188.00 PASSED by the Board on May 17, 1977.: Orig: Probation Department cc: County Probation officer Social ServiceDepartment County Administrator County Auditor-Controller Superintendent of Schools wd RESOLUTION N0. 77/399 00139 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO.77/400 the Final flap of Subdivision ) 4943, San Ramon Area. ) The following documents were presented for Board approval this date: The Final Map of Subdivision 4943, property located in the-San Ramon area, said map having been certified by the proper officials; A subdivision agreement with P.I.K. - a California partnership, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 5989271) issued by Fidelity and Deposit Company of Maryland with D 6'N Enterprises, Inc., KAPS Enterprises, Inc., SKS, Inc., JERANDO Inc., Andrea Phyllis Isaacs Trust, a partnership dba. PIK, Neal Phillips, Stevan Kay and Robert Isaacs as principal, in the amount of $419,000 for Faithful Performance and $419,500 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 146744, dated May 13, 1977), in the amount of $500, deposited by: P.I.F., a California partnership, C. Cash contribution, (Auditor's Deposit Permit No. 146744 dated May 13, 1977)in the amount of $62,000 from P.I.K., a California partnership, in _lieu.os the subdividers responsibility to construct frontage improvements; including the undergrounding of utilities on San Ramon Valley Boulevard Security to guarantee the acquisition of an offsite drainage easement as required in the Subdivision Agreement as 'follows: a. Cash deposit (Auditor's Deposit Permit No. 146744 dated May 13, 1977) in the amount of $10,000 deposited by P.I.K., a California partnership. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map, and that the 1976-77 tax lien has been paid in full, and the 1977-78 tax lien, which became a lien on the first day of March 1977, is estimated to be $15,000; Security to guarantee the payment of taxes as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 9079683) issued by Fidelity and Deposit Company of Maryland with D 5 N Enterprises, Inc., KAPS Enterprises, Inc., SKS Inc., JERANDO lnc., Andrea Phyllis Isaacs Trust, a partnership dba. PIK, Neal Phillips, Stevan Kay and Robert Isaacs as principal, in the amount of $15,000 guaranteeing the payment of the estimated 1977-78 tax; NOW THEREFORE BE IT RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on May 17, 1977 Originating Department: Public Worts Land Development Division cc: Public Works Director - LD Director of Planning Woodhill Development Company 34B Alamo Square 00140 0�4U Alamo, Calif 94507 RESOLUTION NO. 77/400 ;r SUBDIVISION AGREENIENT (§1) Subdivision: 4943 • ($1) Subdivider: P.I.K.- A CALIFORNIA (Government Code §§66462 PARTNERSHIP and §§66463) (§1) Effective Date: (§1) Completion Period: 1. PARTIES 4 DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "Countfl, and the above named Subdivider, mutually promise and agree as follows, concerning subdivision: 2, IMPROVBtENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Forks Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division Map Act (Government Code §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is-a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE- Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinaa:e Code; and he shall so guarantee it for one year after its completion and -acceptance against any-defective workmanship or materials or any unsatisfactory.performance.. 4. IMPROVEMENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499,-'deposit as security with the-County:. A. For Performance and Guarantee: $ 500.00 cash, plus additional security, in the amount of $ 419 000.00which together total the estimated cost of the i work. Such additional security s presented in the form of: ❑ Cash, certified check, or cashier's check ®Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance- B. For Payment: Security in the amount of $419,500.00, which is the estimated cost of the work. Such security is presented in the form of: [Kash, certified check, or cashier's check ®Acceptable corporate surety bond ❑Acceptable irrevocable letter of credit With this security the Subdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or mat em or .to the Subdivider. 01 17 ,1!'7 J. L 0=-0V OI 1 f�� SUPERVISORS JJ e�. :o . ? sro� r. � t S. WARRANTY. Subdivider warrants that said improvement plans are adequate to accomplish this um as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby eizopped from bringing any action for damages arising from the failure to comply with any of the terms and'conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilztiT'es as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Yon-conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any indemnitee. S. ` COSTS. ' Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFODIANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASS.G2�a'T. If, before County accepts the work, the subdivision is annexed to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -2- 00142 1 . CASH CON`TRTBUT104 - MPROVEMMS: In lieu of constructing improvements on Swn RRcton Valley Boulevard, Subdivider shall contribute to the County sixty-two thousand dollars ($62,000.00) to cover the cost of curb, sidewalk and partial street widening a!on�; San Ramon Valley Boulevard, as required in the Conditions of Approval. 13. CASH BOND - DRAW' GE EASEME.►dP: The Subdivider shall be fully responsible for the acquisition of off-site drainage easement at the northwest corner of the subdivision (Western Electric property) and all costs associated with the acquisition; including any condemnation or litigation required. Subdivider shall deposit as security with the County ten thousand dollars ($10,000.00) to guarantee the acquisition of the above drainage easement. Should the cost of acquisition exceed ten thousand dollars ($10,000.00), the Subdivider will be responsible for the excess. Upon the determination that the drainage easement submitted by Subdivider complies with the Conditions of Approval, County shall refund cash bond to Subdivider. 14, RECORD MAP: In consideration hereof, County shall allow Subdivider to file and record the Final Map or Parcel Kap for said Subdivision. COYMA COSTA COUNTY SUBDIVIDER: (See note below) Vernon L. Cline, E�trr/ntr., Toe, Public Works D ector fi Y.Z.R.A�C.A.LIIIFFORNIA LA32MSHIP By Deputy Designate official pacity in the business) REMMENDED : R 4pPRO':!?: Note to Subdivider: (1) Execute acknowledgment form below; and if a corpotation, affix corporate seal. B s�,_ "Assi'stant Public Z orks_irector (CORPORATE SEAL)_ FORK APPROVED: JOHN B. CLAUSEN, A g.uunntyy Counsel ` State of California ) (Acknowledgment by Corporation, Partnership, County of Contra Costa )ss' or Individual) Onthe person(s) whose name(s) is/are signed above for Subdivider and whos/are known to me to be the individual(s) and officer(s) or partner(s) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation ro partnership named above executed it. C"I 's -+a w dr3 -PWAUu40 M ►s«nM mum va rw !0 "0.9 na-ra•sa (;NOTARIAL SEAL) %w,ee•lnj -r»N awcM .. 61MON LTX M- 1 Notary Pu�lic for said County and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) 00143 RI:fE, PETERS AND JONES May 12, 1977 :264 Buskirk Avenue Job No. 7796 Pleasant Hill. California Subdivision 4943 EXHIBIT "A" PARCEL I Beginning at a point on the southeasterly line of that certain parcel of land convey ed by deed to Laura L. Llewellen, recorded August 12, 1955 in Volume 2591 Official Records at Page 60. records of Contra Costa County, said point bearing South 630 53' 17" Nest, 70.39 feet measured along said southeasterly line from the southeasterly corner of said Llewellen parcel (2591 OR 60); thence from said point of beginning continuing southwesterly along said line South 63' 53' 17" Hest, 86.00 feet; thence leaving said line North 630 48' 22" West, 55.61 feet; thence North 51' 23' East, 60.00 feet; thence South 850 21' 39" East, 72.61 feet; thence South 23" 07' 19" East, 20.00 feet to the point of beginning. PARCEL II Commencing at the southeasterly corner of that certain parcel of land conveyed by deed to Laura L. Llewellen. recorded August 12, 1955 in Volume 2591 Official Records at Page 60. records of Contra Costa County; thence from said point of commencement south- -westerly along the southeasterly line of said parcel (2592 OR 60) South 63'.53' 17" Went, 554.06 feet; thence leaving said line North 26' 24' 49" best, 477.57 feet to the true point of beginning for this description; thence from said true point of beginning South 53" 12' 24" East, 95.76 feet; thence South 49' 46' 13" East, 71.60 feet; thence North 65' 44' 00" East, 56.37 feet; thence South 24* 16' 00" East, 42.00 feet; thence South 6,5' 44' 00" West, 49.63 feet; thence North 49° 46' 13" hest, 112.41 feet; thence on a tangent curve to the left, radius 130.00 feet, an arc distance of 55.63 feet; thence North 260 24' 49" ::est. 45.36 feet to the point of beginning. 00144 The premium charged for IMPROVEMENT SECURITY BOND this bond is$6,285.00 59892-11 For the term thereof. FOR SUBDIVISION AGREEMENT (Performance, Guarantee, and Payment). (Calif. Government Code §§66499-66499.10) D & N ENTERPRISES, INC., KAPS ENTERPRISES,_INC., SKS, INC., JERANDO INC., ANDREA PHYLLIS ISAACS TRUST, A PARTNERSHIP - 1. OBLIGATION.DBA PIK, NEAL PHILLIPS, STEVEN KAY AND ROBERT ISAACS as Principal, and Fie ty a-n-cT Deposit Company of Maryland , a corporation organized and existing under the laws of the Statef d Marylandand "authorized to transact surety.'busine s s in California, as Surety, hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns to -the County of Contra Costa, California, to pay*it: (A. Performance & Guarantee)Four hundred nineteen thousand and uo/100 - - - - - - -•- - - - - - - - - - - - -Dollars 419,000.00 for itself or any city-assignee under the below-county subdivision agreement, plus (B: Payment) 'Four hundred nineteen thousand five hundred dollars and no/100 Dollars AV 419 500.00 to secure the TI-alms to which reference is made in Title 15 commencing with Section 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVISION AGREEMENT. The Principal has executed an agreement with the County to install and pay for stree[j�,ay:_34� ge, other improvements in Subdivision Number 4943 , aed Wh Subdivision Agreement, and to complete said work withi ' ci e for completion in the Subdivision Agreement, all in ac 4itt State and local laws and rulings thereunder in order to sati � ions for filing of the Final Map or Parcel Nap for saidSubdiviRoo o= SWiRVMrS3. CONDITION. CTIA CO. i 7,i9» A. The condition of this obligation as to Section l.(A) above Is such that if the above bounded principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and provisions in the said agreement and any alteration thereof made as therein provided, on his or-its part, to be kept and performed at the time and in the manner therein specified, and in all .respeets according to their true intent and meaning, and shall indemnify and save harmless the County of Contra Costa- (or city assignee), its officers, agents and employees, as therein-stipulated, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount npectfied therefor, there shall be included costs and reason- able expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation, all to be taxed 1s costs and included in any judgment rendered. B. The condition of this obligation as to Section 1.(B) above . is such that said Principal and the undersigned as corporate surety are held firmly bound unto the County of Contra Costa and all contractors, subcontractors, laborers, materialmen and other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code for materials furnished or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such trork or labor, that said surety will pay the same in an amount not exceedin,, the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, in addition to the face amount thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by County (or city assignee) in successfully enforcing such obligation, to be awarded and fixed by the court, and to be taxed as costs and to be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and ali persons, companies and corporations entitled to file claims under Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed then this ,obligation shall become null and void, otherwise it shall be and remain in full force and effect. C. No alteration of said subdivision agreement or any plan or specification of said work agreed to by the Principal and the County shall relieve any Surety from liability on this bond; and con- sent is hereby given to make such alterations without further notice to or consent by Surety; and the Surety hereby waives the provisions of Calif. Civil Code §2819, and holds itself bound without regard to _and independently of any action against Principal whenever taken. SIGNED AND SEALED on May 13, 1977 FRTNCIPAL-P.r,e r G��ira,.:�a�t.��.l• SURETY FIDELITY AND DEPOSIT COMPANY OF MARYLAND .B State of CaLIfornia ) County of San Francisco )ss. (ACKNOWLEDGt1ENT HY SURETY) On May 13, 1977 the person(s) whose name(s) is/are signed above for Surety and who is/are known to me to be Attorneys)-in-Fact for this Corporate Surety, personally Appeared before me and acknowledged to me that lie signed the name of the Corporation as Surety and his/ their own nimeZs) as it's Attorneys)-in-Fact. OFFICIAL SEAL ��7a ARIAk;EGF)W.IA /Z> 41, NOTARY PUBLIC•CALIFORNIA f COUNTY OF SAN FRXaCISCO My Commission Explres.0.:3y X.1990 V Notary Public for County and State EBH:bw -2- . 00 14 E:-WARD W. LEAL ALFRED F. LOMELI County Treasurer-Tax Collector Assistant County Treasurer- TAX COLLECTOR'S OFFICE Tax Collector First and a gable of Taxer, CON T+`[� A COSTA TA COUNTY First uentl;rnezt of:ezes Cao ono Payable CONTRA J Delinquent on the First Day of November an the Tenth Day of December ------------- MARTINEZ. CALIFORNIA ___----____-- Stcoud Installment of Taxes Phone 228-3000,Ext.2385 Second Installment of Tczes Due and Poycblo Delinquent on the First Day of February April 22* 1977 an the Tenth Day of April IF THIS TRACT IS NOT FIIZD BY OCTOBER 31, 1977 , THIS U-", R IS VOID Tris will certify that I have examined the map of the proposed subdivision entitled: TRACT NO. 4943 and have determined from the official tax records trat there ars no unpaid County taxes here-ofore levied on the property included in the map. The 1976-77 tax lien has been paid in full. Cur estimate of the 1977-78 tax lier, which became a lien on the first day o�' Larch, 1977 , is 15.000:00 EDh3►RD 'r:. ISAZ Tax Collector � L ,:% adz e MAY 977 .dl J. R. OtSSO,%I CLW." f .Y. 9C:l itt) D. WPERVISORS CON QA -OytS Cq puty .Micrafifmod with hog; �,:r ;J��,4 o�ry Miarofilnwd with bac+sv g.F.,, W-147 i per annum , :)lf i r.. TAX B0ItD 1 YJ40W ALL LIEN BY THESE PRESENTS: 1) 6 N ENTERPRISES. INC., KAiS ra TERc'RISES, I?:C:, SKS tEN,A:ih) INC., ANUREA L-HYLLIS ISAACS TP.UST, -a tA�:TF:c°SfiI�'GBi+ !'I ,P:c.iL rHILL4-3, STELES KAY AMU RUbERT ISAACS ' That we, . as,principal, and—Fidelity 5nd Deposit Company of Marvland ' , a corporation i organized and existing under the lasts of the State of Maryland as surety, are held and firmly bound unto the County of Contra Costa State of California, in the sum of Fifteen Thousand Dollars ($ 15.000.00 ), lawful money of the United States of America, for the ps}•ment of which sua -cell and truly to be made to said county , -:e and each of us bind ourselves, our heirs, executors, administrators,-successors and assigns, jointly and severally, firmly by these -presents. , SEALED with our seals and dated this 13th day of MaY 1977 . The condition of the above obligation is such that whereas the above bounden principal is about to file a map entitled, Tract 4943 which shall be a subdivision of a tract of land in said County , and there are certain liens for taxes and special assessments collected as taxes against the tract of land covered by said map. The taxes and special assessments collected as taxes are not-as yet•due of payable. row, 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, then this -obligation shall be void and of no effect. Otherwise it shall remain in'full force and effect. PRTIMIPM.: SURETY: X%I.h-1, CA.-MMIMA PAMERS= FIDELITY AND DEPOSIT COMPANY OF MARYLAND Erbon Delventhal, Attorney-in-Fact . STATE OF CALIFORNIA) SS COUNTY OF ) ,k being the Surety na=ed in the foregoing bond, being duly sworn, says: That is a freeholder and resident within said State and is worth gore than said sum of Dollars, over and above all debts and liabilities, exclusive of property exempt from execution. Subscribed and sworn to before me this day of 19 L ED MAY /7 1971 J. R O•,SsON IDC-80AW OF SJFMWM CON c5:� Acrofiln-wd with board order QQ [4� STATE OF CAMFORNIA l F A-"COUNW OF SAN Fst"ctsm n this 13th A.-at May .9_Z7 before me CM MOGLIA a Nay Public-in and for tie City and County and State Erboa Delventhal - id.duly commissioned and sworn.Pa--UY aPPcu'cd- known to me to be the person a boom—:is wixdbed to tie foregoing insttnment as the Attorney-m-Fact of the'Fiddity and Deposit C—P-Y of bfarylant and adcnowledecd to me that he subembed the oarae of Fidelity and Deposit Company or Maryland thereto as Surety and his owa nun as AttoraeY-ia-Fa z t OFFICIAL SEA LEE tti1CG:fA Nosy is aad for the to af� PII$UC-m AL+FORNIA'' City and County of San F i OF SAN RRIA 2CISCO;' BR(I6)13 mmi Nii NINE Ex;tres May 31.1950 Sm lr=acbm 202236 c:=cce:crJ3 t 00149'' u i; IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the North ) Wing Planning Department Remodel, ) RESOLUTION NO. 77/401 Martinez. ) (1003-086-7710-830) ) .WHEREAS Plans and Specifications for the North Wing Planning Department Remodel, 651 Pine Street, Martinez have been filed with the Board this day by the Public Works Director; and` WHEREAS the Engineer's cost estimate for construction base bid only, is $60,000. WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class IA Categorical Exemption under County Guide- lines, and this Board concurs and so finds; and the Director of Planning shall file a Notice of Exemption with the County Clerk. IT IS BY THE BOARD RESOLVED that said Plans and Specifications are hereby APPROVED. Bids for this work will be received on June 14, 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 in the MORNING NEWS GAZETTE. PASSED and ADOPTED by the Board on May 17, 1977 Originator: P. W. Dept. Buildings and Grounds cc: Public Works Department Agenda Clerk Building Projects Director of Planning RESOLTUION NO. 77/401 0415C, 'v n A. t;OTI r T3CC':riwACTOP (Ad ver ti s er"iani.) 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, rr;terials, equiprant, transportation and services for: Porth !lino Planninv Department P.emodel, 651 Pine Street, Martinez The estimated construction contract cost (Base Bid) is S60,000 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, t:artinez. Plans and specifications may be ob- tained at the Building Projects Office, 823 Main Street, Martinez, upon payment of a printing and service charge in the amount of Five and 32/100ths Dollars ( 5.32)- (sales tax included) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa", and shall be mailed to the Public Works Department, 6th Floor, Administration Building, Rarti.nez, 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 ' cashi.er's check or checks, or bid bond in the amount of the ten percent (10X) of the base bid amount, trade payable to the order of "The Courrty 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 14, 1977 at 11:00 a.m. Bids will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Adgrini- 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. Microfilmed with board orda NY WI . -3- . ' mom ` 4 f Miccofilm� with board Ord" -3- The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent (5040 of the contract price and a Faith- ful Performance Bond in do amount eg6dl 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 wort: 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 $50,000, Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. { BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY BY JAMES R. OLSSON County Clerk and Ex-Officio Clerk b the Board of Supervisors Contra Costa County,.California By N. ous Deputy Clerk DATED: ' PUBLICATION DATES: 4- 00152 `.g+LTr!j BIDJER� DIVISION C•. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL the 14th dayof JULIE at 11:00 a.n, in (loom 103, Administration Building, Martinez, California., 94533.. A. TO THE HONORABLE BOARD OF SUPERVISORS OF COWRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material, transportation, and services for North Wing Planning Department - Remodel; County Administration Building, 651 Pine Street, Martinez, California, Budqet Line Item No. 1003-086- 7710-830. in strict conformity with the Plans, Specifications and other ' contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553, for the following sums; namely: 1. :BASE BID: Shall include all of the work for the construction and completion of all facilities therein, but not including any of the work in the following Alternates: For the Sum of: Dollars ($ ) -2. ALTERNATES: (a) ALTERNATE NO. 1: State the amount to be added to the Base Bid for the proposed roof and roof access work as indicated on sheet 4 of 7 Add the sum of: Dollars ($ ) (b) ALTERNATE NO. 2: State the amount to be added to the Base bid for the proposed enclosed and sealed wainscot on the 5th floor as indicated on Sheet 4 of 7 Add the sum of: Dollars ($ ) (c) ALTERNATE NO. 3: • State the amount to be added to the Base Bid for the Proposed toilet room remodel on the 5th floor as indicated on Sheet 4 of Add the sum of: Dollars ($ ) UQ.Ff53 BIDDER, 3. UNIT PRICES: The following unit prices shall be for adding to or deducting from the contract on a unit price basis for the work as indicated: (a) Removal of existing electrical outlets and conductors, and repair floor: -Dollars ($ ) (b) Removal of existing telephone outlets and repair floor: Dollars ($_ ) (c) Install totally new electrical floor outlets, with necessary } wiring: t Dollars (d) Install totally new telephone floor outlets (wiring by telephone company): Dollars (e) Repair outlet holes of abandoned electrical or telephone floor outlets: Dollars ($� (f) Install totally new telephone outlet to accept five (5) finger call director amphenols: Dollars ($ ) (q) Install totally new junction box coverplate suitable to receive carpet: Dollars ($ ) (h) Install totally new junction box including coring, to accomodate new telephone and electrical runs. } Dollars (S ) 0015-1 -11- _ I mum* , B. It is understood that this bid is based upon completion of the work within One H„ rPd (Inn_ ) 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. D:. The undersigned has examined the location of the proposed work and. is familiar with the Plans, Specifications and other contract docu- ments 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. ilA 00155 pivisim:C ' pRnrmt (Bid Fetor) conrinurd _ (F) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited zny other . bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner. sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the,names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. r3Cash O Bidders Bond a Cashiers Check c3Certified Check (I) The following addenda are hereby acknowledged as being in- cluded"in the bid: Addendum# dated Addend=#_ dated . Addendum 0 dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors, Classification and License No. Dated this day of 19_ aev..5/76 -12- 00155 DIVIS104 C. PROPOSAL BID FORH continued LIST OF MIRrAMMArTORS: (As required by Division B. Section 4. Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6. Paragraph E.). Portion of Work Name Place of Bidders 00157 r i SPECIFICATIONS FOR NORTH MING - PLANNING DEPARTMENT RMOFL COUNTY ADMINISTRATION BUILOING 651 PINE STREET. MARTINEZ. CALIFOREA Prepared by Buildina Projects Division Public 'Works Deoartment Contra Costa County 1 L E MAY 17 1977 A Bid Walk is Scheduled for: ,. R. OLSSON .. CLERK BOARD OF SUPERVISORS June 7, 19>7 at 10 a.m. B c Tw►cosrA co. ry All contractors who are interested in reviewing the project area should meet at the main lobby, Administration Building, 651 Pine Street, Martinez. Prepared for Public Works Department Contra Costa County Sixth Floor Administration Building Martinez, California Microfilmed with board order .� 00158 TABLE OF CONTENTS 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 Exectuion of Contract Section 13 Failure to Execute Contract DIVISION1 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 Section 11 Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of Materials Section 15 Interpretation 6f Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Alaterials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives 'r 00159 -1- DIVISION F. General Conditions continued 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 Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Federal Wage Rate Determination TECHNICAL SPECIFICATIONS TABLE OF CONTENTS DIVISION 1 GENERAL REQUIREMENTS Section lA Special Conditions ''VISION 2 SITE WORK Section 2A Demolition Section 28 Repair of Blemished Surfaces DIVISION 3 CONCRETE Not Used DIVISION 4 MASONRY Not Used DIVISION 5 METALS Not Used DIVISION 6 CARPENTRY Section 6A Carpentry Section 6B Finish Carpentry and Cabinetwork 00160 -2- fA TECHNICAL SPECIFICATIONS Table of Contents (cont'd) DIVMOISTURE PROTECTION Not Used DIVISION- DOORS AND WINDOWS Section BA Hollow Metal Work Section 8B Finish Hardware DIVISION 9 —FIN_ISHES Section 9A GyPsum DrJwall Section 9B Wall Covering Section 9C Carpet Section 9D Painting DIVIS_ I_ O_ N 10 SPECI_ ALAS Section 10A Specialties DIVISION Not Used DIVIS_ION 12 -FURNISHING Not Used DIVIS 3 SPECIAL CONSTRUCTION Not Used DIVISION CONVEYING SYSTEM Not Used DIVISION 15 — MEC 15A HVAC and Ventilation Section "VISI_ 0_ N 16 _ELECTRICAL Section 16A Electrical 00161 -2a- Y 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: North Wing Planning Department Remodel . 651 Pine Street, Martinez The estimated construction contract cost (Base Bid) is S.60.000 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 of a printing and service charge in the amount of Five and 32/100ths Dollars ( 5.32) (sales tax included) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa", and shall be mailed to the Public Works Department, 66th Floor, Administration Building, i'artinez, 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 (100) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before June 14. 1977 at 11:00 a.m. Bids will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, Adgiini- 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. 00162 -3- k -3- 00162 ICE TO CDhTRACTORS (continued) The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent OVA) of the contract price and a. Faith- fui Performance Bond in an amount equal to one hundred percent (1000 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 taw 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 550,000, 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 BY JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County,California DATED: PUBLICATION DATES: -4- 00163 :.-R.'y`'r'.--n"x:.i`.'ffi'A3:6t':f:^.'LLy1V•M+n;' L. Now DIVISION B. INSTRUCTION TO BIDDERS. The bidder shall carefully examine the iascruccions con- ' caiaed herein and satisfy himself as co the conditions with which he must comply prior to bid in submitting his proposal. and to the conditions affecting the award of contract. SECTION 1. COMPETENCE OF BIDDERS. (a) License: No bidder may bid on work of a kind for which he is not 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. SECURING DOCL'MNTS: (a) Drawings and Specifications may be secured ac the place and for the deposit or fee as called ouc fa the "Notice co Contractor", page 3. (b) The deposit, if called for in the "Notice co Contractor", page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the ":Notice to Contractor", page 3, is a non-ref•:ndable payment to defray a portion of the print- ing and handlMl costs. SECTION 3. MUMNATION OF PLANS. SPECIFICATIONS, ,1ND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILM: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall iavescigace and satisfy himself as co conditions co be encountered, the character, quality. and quantity of surface. and subsurface materials or obstacles to be encountered, the work to be performed. and materials co be furn- ishad. 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 co foundation or ocher 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 which has been actually encountered by is in its investigation, and is only included for the convenience of bidders. Investigation of subsurface conditions are made for the Vof design. and the County assumes no responsibility whatever !n respect to the sufficiency or accuracy of borings, or of the log of test borings. or other preliminary investigations, or of the iacerpre- } cation therefor. -5- Rev. 5,176 001641 - INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, either express or implied. that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unlocked for developments may noc occur. :laking such informs- tion available to bidders is not to be construed in any wa&:! a waiver of the provisions.of this article concerning the CC tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as cc the actual conditions cc be encountered. (b) REMP513112it FM UTILITIES: As part of the responsibility stated in subdivision (a) above, and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work, expense or special precautions caused or required by the existence of proximity of utilities encountered in perforaing the work, in- cluding without liaitatioa thereon, repair of nay or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities may include communication cables or electrical cables which may be high voltage, and the ducts enclosing such cables. and when working or excavating in the vicinity thereof. the special precautions to be observed at his own cost shall also include the following: all such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning sins, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division F of these specifications. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies. or apparent errors are found in the plans and specifications prior to the dace of bid opefficcaitiioon whehich will beagivsnin the foormofrad�dafor a to all biidd- ders if time permits. Otherwise. in figuring the work, the bid- ders shall consider that any discrepancies or conflict between drawings and specifications shall be governed by Section IS of Divis_z" F if these specifications. SECTION 4, BIDDING DOCUMEWS (aa) Bidsof this be made upon the special Proposal (Bid Form (See Se filled out; numbers shall be stated i � l tedboth inwritingandtin figguurly figures, the signatures of all persons signed shall be in longhand. The com- pleted form should be without interlineations, alterations or erasures. no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. ¢/77 00165 00165 h I SECTION b, BIDDING DOCUMENTS (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 wList of ill be considered. shall have listed t—fi"resn-rhe naaeS`aar a 2ntraessrof each Eachproposal tractor to whom the bidder proposes to subcontract portions of the work in an amount in excess of "I of 1 percent of his total bid. in accordance with Chapter 2, Division 5, Title 1, of the Government Code. See Section 6 of Divisioalw of these specifications for further reference to subcontractors. (dj Bidder's Securit : all bids shall have enclosed cash, a cashier's cche( , cert2fied check or a bidder's bond, as �-criSed below. executed as surety gy a co rat on autTorized 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. S-rMON 5. SUBMISSION OF PROPCSALS: Proposals shall be ai mitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover. plainly identified as a proposal for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a failure to open such bid. Proposals which are not properly marked may be disregarded. SrCT K N . WTTNDRAWAL OF PROPOSALS: Any bid may be withdrawn at any tine 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 duty authorized representative. for the withdrawal of such bid is filed with the Clerk of the Board of Supervisors of Contra Costs County. An oral, tela hit, or tele honk rest co withdraw a bid groaosaT knot acceptable. '!&e v c raval-of a bites nor proud ci a cbe r�hg c of a biA er to file a new bid. This article does not authorize the withdrawal of any bid after the time fixed in the public notice for the opeairg of bids. Rev. �! r -7- SFCTION 7. PUBLIC OPENING OF PROPOSALS Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. SECTION 8. IRREGULAR PROPOSALS: Proposals may be resected if they show any alter- ation of form, additions not called for. conditional bids, in- complete bids. erasures. or irregularities of any kind. If bid asnuat is cbanged after the amount is originally inserted, the change should be initialed. The Countr also reserves the right cc accept any or all alternates and unit prices called for on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COIWETITIVE BIDDING: If more than one proposal be offered by any individual, firm, partnership, corporation, association, or any combination thereof, under the same or different names, all such proposals may be rejected. A party who has quoted prices on materials or work cc a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid direccly far the materials or work. All bidders are put on notice that any collusive agree- ment fixing the prices to be bid so as to control or affect the awarding or this contract is La violation of the competicive bidding requirements of the State law and may render void any contract let under such circumstances. SECTION 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. She 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 made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- Lal provisions of the contract, all of which are detailed in the General Coadicions (Division F) or other documents included in chose specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of 4aterials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev.4/x/7 -8- 1 001651 SECTION L. EXECUTION OF CONIUM _ The contract (example inphwgjcn.D) shall be signed by the successful bidder in duplicate counterpart and returned within five (5) days of receipt. not including,Satur- days. Sundays, and legal holidays. together with the Contract Bonds and Certificates of Insurance. No contract shall be binding upon the County until same has been executed by the Con- tractor and the County. Should the Contractor begin work in advance of receiving notice that the contract has been approved as above provided, any work performed by him will be at his awa risk and as a volunteer unless said contract is so approved. SECTION 13. FAILURE TO EXECUTE COSMCT: 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 bidder has received the contract for execution shall be 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- sible bidder refuses or fails to execute the contract, the County may award the concracr to the third lowest responsible bidder. On the `ailure or refusal of the second or third lowest responsible bidder to whom any such contract is so awarded to execute the same, such bidders' securities shall be likewise forfeited to the County. The work may then be readvercised or may be constructed by day labor as provided by State lay. Rev. 7 _g 00167 BIDDER DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL thp 14th day of JUNE at 11:00 a.m. in Room 103, Administration Building, Maartinez, Cali Fornia, 9453 . 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 North Wing Planning Denartment - Remodel; County Administration Buildin , 651 Pine Street, Martinez, California, Budget Line Item No. 1003-086- 0-830. in strict conformity with the Plans, Specifications and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California, 94553, for the following sums; namely: 1, BASE BID: Shall include all of the work for the construction and comoletion of ail facilities therein, but not including any of the work in the following Alternates: For the Sum of: Dollars (S ) 2. ALTERNATES: (a) ALTERNATE NO. 1: State the amount to be added to the Base Bid for the .oronosed roof and roof access work as indicated on sheet 4 of 7 Add the sum or: Dollars ($ ) (b) ALTERNATE NO. 2: State the amount to be added to the Base bid for the proposed enclosed and sealed wainscot on the 5th floor as indicated on Sheet 4 of Add the sum of: Dollars (S ) (c) ALTERNATE NO. 3: State the amount to be added to the Base Bid for the Proposed` toilet room remodel on the 5th floor as indicated on Sheet 4 or�I . Add the sum of: Dollars (S ) ss BIDDER, 3. UNIT PRICES• The following unit prices shall be for adding to or deducting from the contract on a unit price basis for the work as indicated: (a) Removal of existing electrical outlets and conductors, and repair floor: Dollars (S ) (b) Removal of existing telephone outlets and repair floor: Dollars (c) Install totally new electrical floor outlets, with necessary wiring: Dollars (S } (d) Install totally new telephone floor outlets (wiring by telephone company): Dollars (S ) (e) Repair outlet holes of abandoned electrical or telephone floor outlets: Dollars (S ) (f) Install totally new telephone outlet to accept five (5) finger call director amphenols: Dollars ($� (g) Install totally new junction box coverplate suitable to receive carpet: Dollars (S ) (h) Install totally new junction box including coring, to accomodate new telephone and electrical runs. Dollars ($ } 00169 -11- -nil B. It is understood that this bid is based upon completion of the work within nnp Hundrod (]nn) calendar days from and after the date of commencement. C. It 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 (550.00) 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. D: The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract docu- ments 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. 7. 001'70 -11A- -11A- piry_ISION C. PROPOSAL (Sid Fetor) continued (F) The undersigned hereby certifies that this bid is genuine and nor sham or collusive. or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any ocher bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (C) Attached is a list of the names and locations of the place of business of the subcontractors. (ii) Attached is bid security as required in the Notice to Contractors. 0 Cash O Bidders Bond a Cashiers Check C2Cercified Check (I) The following addenda are hereby acknowledged as being in- cluded in the bid: Addendum dated Addendum # dated Addendum $ dated Firm By Title Address Phone Licensed in accordance with an act providing for the registra- tion of Contractors. Classification and License No. Dated this day of 14 3ev..5176 -12- U�13�1 • Qij� l� DIVISION C. PROPOSAL BID FORM continued LIST OF StTBCjj J7TRaCTORS: (As required by Division B. Section 4. Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work Hame Place of Bidders _ I i QU1'�2 DIYIBICMD- APMECLES OF AGter4RM! (Coatrocc) CONTkACT .(can. erectsm*Agree...t) .. (Contra costa County Stanched for*) 1. t/t11lLXS. These variables are incorporated below by reference. Parti*@: Ipublie dgsocrj (Coseracc.rl - (ft) sffeesias sees: jtso 14 for startingdate.) .fid) Cd■pl*tioo :foe. Istrlko nut (a) or (b) "cala.ds d' or -werki.g'j to) ar Idate) (b) 9ttbi■ •caloadar/vorklsg days fro■ •carting data. (15) Liquidated?swages: S or calendar day. (SA) public Age."'a dfe.t: (17).- Contract Pries: S tfsr•-Jwit price contracts. mor. or lea.. 1■ accaraaacr with finis■ea duastities at "it bid prices.) IStreks sec parenthetical w.c.rial if i.arpLlcablt.j 2. SXCtdTtt:S t dCXNOWZtD--mfxT. ' Ablic deoeov, Svc _ (tr.aldese or cbslr■a■) (Secretary) Contractor. ►ateby also acknowledging avacauass of sad ce■pLesocs with Labor Code 11861 co■esning weeks**** Cagessatios Lay. SYS Oeaipato official capacity to the boaesaaj Note to Contra@tor: t1) Lc#sht* aatnow:sdpwinc for,below; a.d f:l if a corpora- rian, attack a certified copp of tke bylaws, o_o;eke r*so.,ution ae tke Scard of Directors 4bt4oriaiw6 er*eutio. of this tawcrzat and of the bads reyvirad lerebu. State of California ) �� ACXYOwLf`=Vfzr (by Corporation. Ga■q at ) Partnership. or l■dlv94u40 The perss■(s) sensing shave for Contractor. ham t■ an is lselvidwl and business capacity an stated, paressolly appeared ►ef■te or today sag aek■*v Ledged that holthe; a■testnd It and fiat the esrpratlas or pattaars►lp sawed above e.ecaced it.- *.red% (SEAL) Notary r.b/is _--___-� ---------------------- ---------------------------- -r---------'-_-- PORM APrWtgZ: J. S. CL4NSXs, u.sc► Ceassol. R. --Oer.cr Of 4) Rev. L2173 -14- 0010073 MCC,,* It *ball tsar• a certificate to the contractor and par the balance of tba coatcacc Pette atter blrctle& all ."is wtgbbgld wader tats aeatrect, provided the Contractor •bots twat all clalu tem la►or sat materials have bees paid, no claims have been Peru .4 is tan Psbllc Agency asset me •eta at ••testa•• of the Contractor. and no Liens or wlta\eld notice• have bees. tiled •&&test tits York or sign, had ptortded theta at. not rasees"It asdicetiees at lafaetive or s.isetag York or of late-retarded notices at Items or claims •&•test Coatesceew. . M S. t2SUR"Ct. (Labor Ca4o 111860-61) On •tilts& this coetracc. Ceettacter fast give Ptbltc sgeaq (I) • eerettteeta et eeaesac is ae1!-laesra Naw/ sr ase 0l niter o[ 3nlwa tg lad lelaciseo. o[ (21 • ea rsitlesta o! Yeriaea's Coope•nation lmsaraset lases: by ah a4altt0A istartr, or (3) as asset COPY or 40211eate thereof ettlfted by the Director or the leswces. Chumattes 1• war• at cel eompilaa Yica Labor code See. 1700 and the Wastes. a can at to Las. 10. 11Of1Of, Oa •t&aim& ill• eeatract Cants&Cta[ $ball deliver cc Public Agency for gpnval ilei nal srtlielaat ►mals writ ceret1as, is uoest(s) apeelfted to the spectlL- eaid a, S% tag oto latt.Lal Perfs[aasce of chi*contract Aad bis Palouse car all labs at aaterlals hereunder. 11. YAMIZ TO Ptlrotll. It the Costraccar at &my ties refuses of aeglectd, wtthouc fault et les P•atie Age er tt• ageet(al. to wP7ty mutt[[lent aster tai; or .otbesa to ceryl•[• t\la saraamuc Aa4 seek ;a pr•.tded terata. !oc a p•[tod at 110 tars ar •ore attar Ysittes notice thereof b7 the Public agency. tat P4bl1e A&saCy say lrgatah sena And deduct the tas.esesble upusw there•f from the coactact price. 12. LAYS APPLT. CeaasaL Anil& parties toeogstle the a►Pliubllity of various federal. •tate mel local two AN roarlaCiaaa, especially Chapter 1 at Part 7 at tht Cattfocmla La►er Cale (►e&lasts& with Sae. 1720, sed including Sees. 1733 4 1777.6 torbl4dlag d!s- t[Uls.acteml nl iatcel nkat Ll&lm att•esas[ :oaplies Werwltb. Tba patties sp;cttltall. ag3Prlate coat tan relavaat iesait3e• sal to rte lt•asa• P prided In cite Lobos :ode, ♦spatially N Secs. 75 4 31133. race[ata& prevailing rates and Aouu, shall APPLY to t\2s. •&twat•:[ u ta17rt► fully stl7rlagod becalm. 13. 3L1C0%?tAC?O1S. Ooversuest Cede /14100-4313 art Lscorpotated bents. I4. uACr SATCS. (a) Pwg;want is Labor Cede Ss.. 1773. the governing body of the Yybllc Aaeacy sea 4acortaaaad tea &amoral PreweLtlat rates of Yates per dies, and for bolldsy and overlie f Yerk. Se the [*cozily to Yates this wank is to be performed. for each craft. deaetltcatioa, or tyle s! varkasa ••Nal ce uatuca sats ctstraet, had said race• art as •Hilt Nl La [Le call ter ►Ido !os tats Ysrk mel era ee !/N vitb the P•blic A , had eta betebv tecarperatel hotels. (b) This •eketul• of r&ago is based an a r.ralas 441 of d bouts uclass otherwise •Potttla d; nal the :4117 race to tae hourly rata multiplied by the number of hours car- . •tltwtla[ tke reek Ng lar. saes lona taaa cast ase►;r of •outs At vocsed, chs daily '+stn rate to Propott3eaac•iy tedutef, bre ebe a•aclr taco tewalao as •[aced. (e3 yam Comtraetsg. nal ail ala o abceacrattera, most pay at least these rate; to all persoad oe tela rock, is.e3 Nlea All Lure I. nrbsiateate, and [riase bometlt payments Ptevt:ad for y aPPIIC&bl$ to11•CtNo basaAlafa& agteoesua. All skilled &bar hoc listed a►ova arc be µi4 at least the vale *Cate establlsked by collective bargaining agreement ter such lobar to nes to Lity wants ase" week is balsa Performed. If It becomes ncces- e•ry for the Coot utter er nay sabceattatter to employ any person la a craft. Classitt- cctt•a at type of aogk (except oaocrttve, ••petal seq. adaleistraclve, eletital or oChat sonauwal wcket■ Aa srcU I•r wbleh a• ala leu•vAae r&te Iva, o geei[te4. rite Cantuetor $4.11 ls.aallataly eaclLf t►• Pwblle Aatacy wail eb $mail prerytir doteraNe the p twat 11 at w&a este tasttfer and twtatah too Ceatt•CCDC With the slaloms race based thereon, uhtth •nail aPPir Eros les rtes o[ the Initial employment of the person affected and 4urtat Cho ceotleraue e, swea aryteyesat. IS. lOLkS Of LADOt. tight bougs at labor is eve Csleadar day Constitutes A Legal day's lark, sed es YaI kau :aD2srel at an Alae os. cal♦ Yori by tar Coat actor or br sof aub- esetsattor at ba rs4utnd et Dam tted re cork loa&er t6enon eatepc as piovtded is Labor Code Sec;. 1810.1913. 16. APP1Ca?2Cq. Propatly ts4ewtwre/ appreattcas ■ay be esgtoyed on this work to actardaat• '"M Labor Cseo Soca- 1777.5, 404 1177.6 os. aoa•dtacrtatsatto a. (Pete 3 of its . Rev. 12.;-o -14b- _ ager 017 qtv DrVMGOD• AMCM OF AGRIEMW (Cont-Cc) COOMACT - .. (CoutroecUw AOreepwt) (Cancra Cont. County St.dddrd Tara) 1. FAN[ANLFt. Theca variables aro locer►erated below by reference. - fartier: Ifs►lit Asoaayl (CestraetarJ (12) [ffeesipe Date: If•s 14 Far scatting dace.! (54). . Coapletaem Yee:.-Iatrfko out (a) or (►) 'calendar' or 'vorblst'l (a) y (d•t.1 " (b) Yt thla ••calenlar/worhUt days fres scarclas date. (f3) tipeidated Dateasa: i.. ser calendardaT. (fay fablie Agency's Agree. ... (f]) -Contract*rise: f (for•aslc price rowtraccon sero or lose, is attersmac. with timtahee 4aastita.0 At unit bad prices.) ._(Strike mat ►areath tical utertel If imapplicablo.) s. "sreNae�a d�csta:+uacrfNr. ' fabtie 4earw. RFs (frestdent or Cbalrwan) . (Secretary) Cmntraetor. hereby also aChawldslas dvareuds of Dad aoopftaoee with Labor Coda 11041 eemc.ralms werhaea'a Coo►eedatses Lay. art p.oasaaca official capacity as iso 0oats.se Note to Contrastar: (11 [reerto aehnow:edfaent rare borow; and fr) if a sorripa- ..tiam. atteeh a sertiried coir of the bflauo, u_of the resolmtiod of the!cart-of Direeterr ewthoriainN ezeeation of this eau crcer and of the bands ra4uired terrby. - Seats of California ) ACtYOV9f`WMFNT(by Corperstiom. ty ca eoaaof ) ea. fareraatp. or tsdt•idaal) The persea(A aisnlas been for Contractor. Sanwa to a to tadt•ldeal and beat*... capacity a stated. ►aeaemally appeared before on, today ad acknowledged that he/two; executed it end that Cho corporstles or►Artaars►!p named above executed !t. Dated: (atAL) Notary fablit .FORM AfrROCCDt J. R. CLASSES. "..CT Caaa.al. r• —Career . (Pate 2 of 4) Rev. Li73 -14- 00 00173 1, YOgt CD*TgACT CNA=q. (a)- it their..ttaatates to gec[ias s!leezire as the &berg ate, tL.ae targets 'regi►& awd +,tn. as sec to r[o in tot• cowcr+ct, tncatpa[nttwg by. rhes:-sa!*ranrsa the sate Kat Crasl+Sles`) in.Sec. l.- (b) C*ntr+tzar a'taIt. at his ore cast mad a:para», and In a warkaattke=anti. tuiiy &:d lattb t.ily P* fat* and conplete this work. an4 mill lorsish all satertala. label. nor.tcas and trtaepartattoo Arco$-&". toov*alsat and groper to order fairly to patters in* regwirr*esto of kola centrac:, all at[ittI la Accordaacawltk eke PUS UC Ag*acv"n yidetr,, drawings and •p.ctflc:tluns.. (c) this mark caw be changed*sly with 2ablic Agency'& prior written order .p:eifytng such cban,t* and its test &great to by tar parties; •ea the Proltc Agency shall cover have to pay note thea specified In S.C. 7 YIcbaut each as order. ♦. TIPtR *OTTCL TO FROM D. Castrate Shalt *care this mark as directed in cis *pact- . tteatlrss ec ike antic& to trot..!; aad.ball Complete itas Specified tw Sec. 1. S. LIQCTDATZD OAItAGtS. it the Contractor falls to eesplete this so:craet act this York xiLAt: ion rtes tart tberotor. allowance being *ad* for contingencies :s psovldrd stela, he l.Ceue lU►1* to the tubltt Agency tee all its less met damage cnsrefrom; And becawe, flea i!e arcus of Lhe east• it 2s aad will be to tactics ani extrea.ly 419ficu2c to "Certain and !tx chs tub11e Ag•aty'• netwl d#aag* trod aq d*laY la pector*aace basest. Lt is :,tread that costtacter will par as liquidated dasq*o to the Public Agency the teaso»bIs sea sy.cifted la Sec. 2. the ream![ of tk• p.,Ctes* seasonable •ods#vor to ostia#co fair .:I este Kospnasotiaw Lhr rstAr. for earn ulmvdar aaT': delay !v iia if hint raid work; mad t! ins lana be not pai4. rualit agency say, is adatttoo tS Lc: other counties. deduct the asa. free say ae*my du. or to b:Ca*: Aoe Contractor 'ardor [hit can- ttott. !f the tubltc Apety Lor &ay uao• aotbarisea or Courttbutes to a dolor, taspen- :Sloe *t w[k sr extension of time, ttE ducaciao "all be added to the tits allowed for .Platt but it shalt eat be d.an.t a watvrf nor a4 u»A to 4e1emc any right of the 4115Cy to dana,tss ::hall en*'t.clne er..Isy ..connote. Purouast to 6av*ra*eat Coda See. &213. c6o C*a iract.,,,.:— set S: seasese0 1lquid&cso to*ages der tris' !a eanp:ecien o[ the work, be Each delay mar roamed by the !allot& at Cho Public At•Aty or Cho avast of a ability to grs►ido !a[ removal or folocaCto*of sxisclag uKUtr fscalittes. S. 'Na DOC1•.'lLD2'S. Tha 'lana, dtw2sgs sad raotlticacloae, of +:• Iuatic A;:ncy's call for aids, NREnc-rho. ace•etrd bid Co.. able work are he rsby twos opo raced Into eggs eoattaci-. asa Choy +is igteaCaa Lo ca-.P..mte, .. chat isycht6,t eshibicad la tis pleas *r dramlaas Sod set Searleu4 is tae spesilicaciun., or MICE versa, is co be on toted me It exhibited. asattaae4 mad sot tooth to beck, to toe its* Latest and S "LAC thnceot vase Cakes alt together-. mea dlt(#rest*• of Opinion coocytalag theme sbalL be tidally tnt*snl*.s by Publlc Agency': Agent •p*Cifl.t to S*C. I- 7. PATl1LaT. (a) far bis Strict amt lttacml tulfillcanc of thane yreala:a and cesdttto". aad as =anti tosp.taat Lou for *11 cats w.rk. the Public Agency shall paw tar Caectectar the ow ap.citin 4 in Sec. L. *Sept :bee to watt $rice ccatracts the payesac attalt as ter finished quadtltt o at wit bid P[Itm*. (b) Onet about the first dal of each Calendar*each to* Contractor skall subutc co the pub.1c Agency a wrong*& &gplicaciaa for po.soai. Supported by a atatssssi showing .11 aat.cials actually tutail:d dartag cho ptoc.dlag**Eck. t*e labor exposd.d chorea". sat too test thereot. xNot so*. &feet cletatag. the public &gamey shall issue to c*atratter a carKlicat* fat the &steno.Asteralard to be doe. *is*$ 30: thesesf pursuant to Wwru.st Cede S.C. 51067, but set until bfscttre week and uncertain have be.* ronevnd. ceplatd age sad* good. g, lAAx!Fi WITagLLD. (a) 1.tab22c Agoecy er ite &,twat ■ay risith.2d ear 'nywant, ee Aeuasn et iatar 4iscor.CU evidue• nullity all ar say cersiflc+tr for pn}*eat. ce soca extent and Period At tin* WILY se sot bo arterior' to restate baa tablic Agency from less becaweoft - (1) Detective work not comedtt, or sdeesplated work. . (1) claire ftlnt er roa,suabl:evidence indicating probable till*$. (3) fatlntn to Property pay oubcescroccete at for nat*riQ or labor, (A) to»ewabl* doubt that the work ons be Completed for tar balance in*& o*pri4, or (S) Dan:,ts ss awlbar cestracter. (6) The Public Leary shall ane ro&&* Shia ditigeaee to discover mad, repo CL CO -4 GaitacLst, an t!s web prstte*an*, Lk*n*t+real: &at labor which ase not »clmtacCory to it. ae aS te *veld Yn*te*»ry troubl♦ at Ce et ca the Contractor to making good any detective wrk or Peet*. (c) 35 calendar saws atter the Public Agemey !lies Ito $*tic* of t»p)ectoo of :no ancir. (Fat. It of A) -14a— REV. .11.21 2,5 001"7A 17: PiEFERMC[ rot UTCUALS. .The tablic.Atsscy.Aestefs-to.ssomote.:cbv'ladmstr!•s and etae0sy,of..Zostra Cosca County..aad the Coseraetos therefore-.proml000.to.use tne,preduecs, wetkee■, laberets and sechaeics of this Cesacy-!■ every case.whet*.the price. tical ss-aad,: d waif ty:are 44.01. Is. ASSIC"M. This agesesdme blade the heirs, successors, assigns, asd represeecatives of the Conetaetor: bac be *manor SAS!as !e !s whole or !a part, nos aay montes 6u•..at.to bete.. due ender lt, witkow[ cbe ptls vcltton cessnst of ch• Pab tic agency aad cY.f Caaccectec*a sncoty er motetles, mess they have wfived notice of asalgemeat.. 19. YO L•AIyfg by PClLIC ACIYCY. laspeccles of the work and/or materials, or approval of watt aad/ar aaterlaL !aspected. oe statement be day officer, agent or **ploys* of :h• Pnblle Agency ladieatiag the vo rk or aq pare:.caeseel eerpiles with ca• r•guirea*n[s el this Ceacsaet, et acceptance of the weele et.aay part o! Bald wo ri aadtst material{, oC payment• tharetor, os any cenbieatloa of Qss* acts, shalt set reit*.* the Cancraccat of hie a►Itgatlos to felflllLhis eeacsacc a peescrlbed: ■er shalt ch* fubll[ Atsecy b• thereby ,stepped from bringing aay action for damage* er uforc•meat arising Iran cbe- . taller■ to eemply with any of the corms and cond/eieu beteof. 20_ 60L0 I%ItESS t IYOCT7 n!I . (a) Cemttacter promises to aad shell held batmZ•as asd fad•aalry ftaa the liab",tles As detla•d to chis section. (b) The ladeaalte*v beaellced set protected by cuts pravise are the Public Aioacv.ane its elective ass appetative boards. caamiastons, officers. agents and employees. (e) tb• liabillLlf■ pte[eC against are any Ilabtlt[y or Glala Cat damage of aay .isd allegedly salfarad, lecnrt•d os chreates*d bf eanse of •cc,..s def Lead below. lacluaiag personal lalery, death. Prep•t[7 damage, !averse eood*meaclos, at saw canbina[lbn.af these. . rfgardl•ss et wbftber *led r net aecb 1l ability, [lata ar daaaav.vas untet*{eesete at mar.else before tae Caaaty appra•edtes taprovem•et plan or aee•pt•d :aelapra•saeats a{ coayiacea, and locluding the defease of amy ..le(s) st seties(s) at law or *a utgy caoGesolag thee*, (d) The actions causcag LLabtllty are nal ac: ar awtsatoa (e•g Ligeat or nes - C la ce■sfecloe with the natters covered ay this c. .11".c and actrlbuublr :o las Contractat, subcontractor(*). at may offlesr(sI. agent(s) at esploye•(s) of one *r sot• of than. (a) Ysn-Co■Utleon: The Prentiss aad sareof depesd•mt as wtats*r at net cel lade"Icee haspnpsrN, snpplled. or appro•ed mar grants) or.sp*Clflcacioo(s) to cesseetlem with this work, bas !ns■Cance or ocher indemnification.- ceverlag aa7.st these aattess. of chat the Alleged damage resulted partly from aay-aegll Beet ar vl22f a1 ais[eadact of say Lad*onlce*. (Peg* F of.i) -14c- Rev. L/73 ::; , _ 00175 rest, tesY•11 issue as we a certificate to [a• Contractor sad Pay the balance of the contract price atter deduceing all amounts withheld Haler thf* Contract. provided the contractor s►ors that all claims for labor mad materials save been pard, so claims kava assn pzeserced to the Public Ageacy based on &ccs at •steel*&* of ch. Coatractot, mat no Iles* er Withheld mottoes have boos tiled •salsa[ coo work of bice, and provided :bete are oat rosea►So [onion tions of deteteire sr missing work or of late-recorded notices of !leas • er elalu value Costractor. p. I2SCtarCt. (G►et Gds 511260-61) On signing chi& coscraet. Costractor must give Pwblle Ageaey (1) a Certificate Of Cassese to •alt-lasure !awed by cam Director of lslmstcsal t•latieas, er (1) • e•rtitltat• of Ye rkaen's Co:peosseies insunnee iaswd IIy u adat coon !nearer, or (I) as •cacti eeVT or drpliea[e the1.ot Cettif lad by tan OLrecta[ or U• [amen r. Gstratur !a aware of asd camplt*4 -left Labor Code Sec. 3700 and ch• scerkaea'a Gapeas•ttes Lar. 10. loans. Oa •tgsiag ehla Concrete Contractor *ball deliver to Public Agency for •pp ceval g 'a sad ssttteleae heads with sheets**, to assume(*) specified in the speclf L> eatUu. gmmrasce�iq hl& taltbtul performance of Chia Castrate and his payment for all laMr •al uurials Yereuaot. 11. PAILOIt TO PtiiOtx. It the Contractor at any [iss refuses or a.11etr&, "bo fault fault of the Pwalle along er !es at•nL{*), [a sups[• sufficleai aa[e[Lla o: �o rkmea to eeapiece this •icemen[ mad wrk as ;r*t*L'ded z'ortta. for a aertod of IO days at sore afcec ars c..a an Cit. ...feet by the Public Agency. ch* Public Agency may tarnish Sao* and deduct the ressesable expenses thereof from the castrate price. 12. LAOS APTLY. Cesera2. loth p•rtlen racasalte chr appltcab13Lcy of r•rtous federal, *[ase asd local Saws ase r*ghlacions, esN c1a21T Chapwr L at Tart 7 of chs Califsc 14 Labor cod. C. 11 wseh Sac. 2720, mad lselydtag lets. 1T3S 6 tTT7.b to rblddtag 21s- t[talaattoa) aa! laten6 :IIs[ tai* gteaseet coapife& eherwI h. The par C sprcif Leallr s I- t tame tae rrleraat 7enal:Su asd torfelcurrs provided to the Labor Code, %peclally is Secs. 1773 6 LLL3, ceacersial pre:sIltat .alas sad hours, sha:l apply to • chis q r...... as [bong. full! atipalaced 4e stn. 13. SC4CONTtACTO2S. :oornaoat Cade 11:100-4123 are tacorporaced hotels, 14. PACS tATtS. (a) Pursuant to Lhor Coda Sec. 1773, ch* governing body of the Pub1Sc Alaacy nam awertalsed the Loses! Vrareiling rates of vasa per dims. And for holiday and evertla work, in Lha locality !a usioa Coss work is to be performed, for each craft, tlusitteaeies, er [Tpe sl r•rti*s ssea•d co ass cnu Cela eescraee, asd saiQ races are As ape eltSed In .t• ea11 ;.V►!da Lor tai• work mad are es tLle C11. the Public Agency, and are hereby Incorporated berets. (b) Tbis schetul• of walls is hued oa s -orcins day at d hours ueleu a U*ruins $pacttie d; sad the daily rat• is t•s �oxtly vac• arl[tp2 asd bT :II* number at hours cors- . oCLtut2ag th11 re r." . day. nen S.as csas eftac numb*[ of !oars arc -otk•d. ch. dally has• rat• !s 191:11 c% ataIT reluced, bre one hour!! rats remains as stated. (e) TYe Gscracler, mad all h!5 *ubeos[ractors, awe pay at least [hese rates ca all perssae a chis rock, tae:asd Ls all tt are 1, srbetstence, sad triage benefit paTrsa[s p revldad ;or by applicable collective ►ulalolnl alfrsaest&. A!1 skilled 2abar ooc Zlscad •►sv. sunt be Vold ac leas[ Ua vat- •tale es tabltseed ►y coil*etlr* bar,,I:cl g agrement for such labor 1n so* locality what. such nark is being parte nod. It L. beeaus asces- asr7 [or the Cencrae.or oz uy su6ces[taete[ co .sPloT asT person la a craft, c:asslfi- C•.lea ez . . of work (ucape uacrclve, supe rri&o[T, saals!•ccaslr., cit tial or other ■ms-annualworkers as such) for vbteb me mtaismm-ase rams s• spectated, else Contractor ...It Immediately notify the Public Agency -nice 58.11 promptly determine the pt.w111 az rage rete taer*tor asd crestas Che Comtracsr wtta tae ■lsfsmm rat• based thereon, ."Co shell apply from car elm* et cbe talc cal ea►leyuet of [hs parson affected and during the ceatlsuastr of such eapleymest- IS. aOC2S Or LABOR. Lltftt hours of labor in one calendar day constitute* a Legal day's .or k, mad *o wfkmaa :splayed at asT else o■ Chia wars bT cbe Coscrac.er of by any • b- esetraeea. small be rgrireQ er petsttceA ro roti longer th*teon *ac*pI as prorldad is Lou ar Cob Sacs. 1410-ILLS. 14. A►PbtaTZCii. prep erlT isdestacea apprentices say be enpteyed as skis week to •eeafsaaee ries Labor Co•. See&. 1777.5, asd :T7T.! oa nos-d s cr&alnatib a. (Page 3 at 41 Rev. n;-u -14b- ft.v e 1 004 t)h)Sf ate'E _Em cos'Dram &wFinu t- acrmd?.mmwm Part I: The provisions of this Part 1 apply to bidders. contractors and subcontractors with respect to idose construction trades for which they are parties to collective bargaining ageements with a labor organization or organization and who together with such labor organizations have agreed to the Tripartite agreement for Contra Costa Ccany, California (cut only as to those trades as to which there are casaitseot3 by labor ormaoizations to specific qoals of ainority manpower utilization) together with all implementing agreensnts that have been and way hereafter be developed porsuaat thereto, all of which doeaasats are incorporated herein by reference and are hereinafter cumulatively Warred to as the Contra Chsta Plan. Any bidder, contractor or subcontractor osier one or more trades of construction employees most comply with either Part I or Part 11 of them Bid Conditions as to each such trade. Thos, a bidder, xatractor or subcontractor may be in compliance with these conditions by ita inclusion, with its union, in the Contra Costa Plan a specific commiumnt by that union to a goal of minority manpower utilization for such --Ads "Al. thereby emating:he provisions of this Part I. and by its commitment to Pa-m l± in regard to trade 13" in the instance in which it is oat included in the Contra Costa inl=and, therefore, cannot meet the provisions of this Part I. To be e'r'gibla for award of a contract under Part 1 of this Incitation for Rift, a bidder or sabcontractcr mast execute and sutadt as part of its bid the cariification regai:ad by Part M hereof. Part II: 1. Coverage. The provisions of th33 Part 11 shall be applicable G those bidders, contrsctars and subcontractors, who, in regard to those construction trades to be employed by than on the project to unich these bid conditions pertain. t. ire not or hereafter cease to be signatories to the Contra Costa Plan refaced to in Part 1 hereof; 2. are sigmatorits to the Couta.Costa Plan but are not pa.-ties to collective bargaining 3vvemaat= 3. are signatories to the Contra Costa Plan but are Parties to collective bargaining agreements with labor organizations who are not or here- after cause to be signator+-as to the Contra Costa Ilan. IL. are sioutorias to the Contra Costa Plan but as to which not specific commitment to goals or minority manpower utilization by labor organi- cation have been executed pursuant to the Contra Costa Plan; or Rev. 5/76 00177 ''fl � �,������ (�t�1 l� r 3. Are no Icager participating in an affirmative action plan accep- able to the Director.O.zCC, including the Contra Costa Plan. R. Requirement —An Affirmative Accion Plms. The bidders, can, cars and subcontractors described is paragraphs 1 through S above will not .- eligible for award of a contract under this Invitation for Bids, unless it certifies as prescribed in paragraph 2b of the certification specified in tart III hereof that it adopts the mini— goals and timetables of minority ms.•spower utilization.— and specific affirmative action steps set fourth in Section 3.1 and 2 of this Part II directed at increasing minority suapowr utilization by means of applying good faith efforts to camping out such steps or is deemed to have adopted such a program par- want to Section B.3 of this Part U. Both the goals and timetables, and the affirmative action steps oust 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 subcoccractors are applicable to each trade not other- wise bound by the provisions of Part I hereof for the following time periods, for each trade which will be used an the project within Contra Costa County, California. The ranges for all trades cc be utilized on the project stall be as fellows: ?res 1C/1/7h In the mat that under a contract ubich is subject to these Bid Coo— ditiona any ucrk is performed in a year later than the latest year for r81ch acceptable ran;es of minorit7 aopooer utilization have been determined heroin, the ranpx fcr the period 10/1!71• through 9/30175 shall be applicable to such mor i. The percentaws of aLxrit7 maopcaer utilization above ars expressed in teas of-Ah—of traicieg AM senloyment as a prcportion of the total manhours to be woiod by the b'.dd r's, coir-ractor-s rad subcontractor-s entire work force In that trade on all projccts in contra costa County, California during the Performance of its aat.-act or subcontract. The mdwnrz:or minority rank and tralcing must be substantially uniform throughout the length of the contract, on all Pm.%Cta and for each of the t.-ides. Further, the transfer of minority e2qloyees or trainees ftem eep?oysr-to-employer or from pniect-to-protect for the sole purpose of-eeticC the coats=tor-s cr subcoctractoris goals shat3 be a violaticn cf these coMition=. :7as sack-din;Sugra3a, Spanish Surnaaei Americans, Orientals ani imerican Indians. Rev. 5/76 -16- 00179 and for each of the trades. Further. :he transfer of minority employees or trainees from employer-to-eopIoyer 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 reathiag the goals of minority manpower utilization required of ° bidderscontractors and subcontractors pursuanc to this Part II, every effort shall be Bade 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 nonworliog training'.hours of trainees may be counted in meeting the goal..sarh trainees mut be employeed by the con- tractor during the traia£n=period. the contractor must have made a com- mitmeat to employ the trainees at the completion of their- trafaing and the trainees muse be trained pursuant to established training programs whieh must be the equivalent of the training programs now or hereinafter provided for in the Cancra Costa Plan with respect to the nature.'ezcent and duration of training offered. A contractor or subconr.-actor shall be deemed to be in compliance with the cep=s and requirmeats of this ?art II by the employment and training of minorities in the appropriate percentage of his aggregate work farce is Contra Casa County, California for each trade for which it is committed to a goal under this Parr IL However, mm contractor or subcontractor shall be found to be is aoacampliance solely an account of its failure to meet its goals within its timetables, bar such contractor shall be given the opportunity to dooms---=e that it has instituted all of the specific affiaarve action steps specified sa this Part II and has made every good faith effort to make these steps work toward the attai=aeac of its goals within its time- tables. all to the purpose of expanding minority manpower utitf-.:Lon an _ all of its projects in Contra Costa Crary. California. In all cases, the cocpl'_+uce of a bidder, contractor or subcontractor will be determined in accordacce with its respective obligations under the ter--s of these Hid Conditions. 2bere:ore, can tars or subcontractors who are governed by the provisions of this Part II shall be subject to the requirements of that Part resardless of the obligations of its prime can tractor or lower tier subcontractors. All bidders and all contractors and subcontractors perfor-..Lag or to perform work on projects subject to these Hid Conditions hereby agree to inform their subcontractors of their respective obligations under the *----and requirements of these gid Condirfans, including the provisions ` -:ng to goals of minority employment and raining. Rev. 5/76 -17- AM 7- Specific affirmative Action Stevs. Bidders, contractors and subcontractors sub3occ to this ?a=L.most engage in affirmative ac- tion directed at imczeasing minority eavpower utilisation,which is at least as extensive and as specific.as the following steps: a. the contractor aha11 notify conown*ty organisations that the coatractot has employment opportunities available and shell maintain records of the organisations' reopen". b. The contractor shall maintain a file of the names and ad dresaaa of each aiaority.votker rafferred to him and what action was taken with respect to each each referred worker. and if the masker was mot moployed. the reasons therefor. if each worker was not sent cc the anion hiring hall for referral or if such worker vas not employed by the contractor. the contractor's file shall document this and the reasons theratnr. C. :Tee toatracter shall praptlT notify the COMI-044 COSTA=IJ6X pQ9LIC jc= DO:R--eff when the anion or unions+ith vhem the contractor has a collective bargaining agreement has not referred to the contractor a minority worter sent by the ccutractor or tba contractor has other information that the union referral process Sas impeded him in his ef7crta to meet his goal. d. lame contractor shall participate in-training programs in the area. especially those funded by the Department of Labor. a. The contractor shall disseminate his MD policy vichin his own organization by ineladimg it in any policy manual: by publicizing it in company nomspapus. annual relbves. etc.: by conducting staff. employee and union representatives' mestinga•ao explain and discuss the policy; by posting of the policy: and-by specific review of the policy with minority IMPlSTeas- f. The contractor shall disseminate his=0 policy externally by informing and discussing it with all zeczaitasnt sources: by advertis- ing in nam media, specifically including minority maws media; and by verifying and discussing it with all subcontractors and suppliers. S. The contractor shall maks specific and constant personal (both written and oral) recruitment efforts directed at all minority organizations. schools vith minority students. minority corral,rmenc organisations and:inarity training orgaaitations within the contractor's reetaitment area. U. The contractor shall sake specific efforts to encourage . present minority employees to recruit their friends and relatives. L. The contractor shall validate all mm specifications. soler- tion re"irements. tests. etc. Rev. 5/76 ' ' _ € 00181 t ,willow J. Thi contractor shall Bake every efforc to pr000te after- school. scorer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportuo- ides and participate and assist in any association or coployer-group training programs relevant to the contractor's employee needs consisceat with its obligations ander this Part II. I- The coctraceor shall coutiaoally inventory and evaluate ill sdnority persmael for promotion opportunities and encourage minority em- ployms co seek such opportunities. a. The contraetor shall make sure that seniority practices job classifications, etc.. do not have a discriminatory effect-. a. The contractor shall make certain that all facilities and caepany activities are non-sa¢egsced. o. The contractor shall coatimally moaitor all personnel ac- vities to ensure that his EIC policy is being carried out. p. Zbe contractor shall solicit bids for snbcantracrs from available miaoriry subcontractors engaged in the trades covered by these Did Conditions. including circulation of minority contractor association. 3. Coactaccors and Snbconcactors Deemed to be Bound by Part ?T. In the event a tmcrscccr or subcontractor, woo is at the cine of bidding eligible usdar Part I of these Bid Conditions, is no longer participating In an affirmative action plan acceptable to the Director of the office of Federal Contract Compliance. including the Contra costs Plan, he shall be dosed to be cemitted to Pct ZI of these Bid Conditions. Further, ubeo- ever a contractor or subcontractor, who at the time of bidding is eligible ander Part II of these Bid Conditions,uses trades not contemplated at the tion be submits his bid, he shall be comairced to Part ZI for chose trades. L'henevar a contractor or subcontractor is deemed to be comitted to Part II of those Did Conditions,he shall be considered to be cocmitted to a manpower utilization goal of the mini—percentage range for that trlde for the appropriate year. 4. Subseeuenr Sisnstory to the Contra Costs Plea. Any can tar- or subcontractor subject to the requirements of this Part II for say trade at the tion of the submfislon of his bid who together with the labor or ganization with vbm it has a collective bargaining agreement subsopently becomes a signatory to the Contra Costa Plang either individually or chrough. an associtatloo. may most its requirements under these Bid Conditions for such trade, if such contractor or subcontractor executes and submits a new certification comittlnZ himself to Part I of these Bid Conditions. Ito contractor or subcontractor shall be deemed to be subject to the require- ==ca of Part I until such certification is executed and submitted. Rev. 5/76 • -I9- t 001 s2 S. Ra+-discrimination. In no - t mar a contractor or subcontractor utilize the goals. timetables or affi=tive action Scapa required by this Parc I1 in such a manner as to cause or result in discrimination against any parson on account of race. color, religion. Sax or national origin. Tart ST:: Certifications, A. Bidden' Cer_!ftcativn. a bidder will not be eligible for award of a contract under this•Invltacioa for Bids un- less such bidder has submitted as a part of its bid the following caztifi- cation. which will be deemed a part of the rasalting contract: B=DM' CECMC&T= certifies chat: Wddar) 1. it intends to employ the following listed construction trades is its mart under the contract and 2. (a) as to those unites sec fort's in the-preceding paragraph one hareof far which it is eligible accedes Past i of these Bid Conditions for partic:patim in the Ceara Costa Plan. is will comply with :he Cancra Costa Pia an chis and all future construction work id;oats:ossa Cooptq ii'-bin be scope of:overage of:hac?I-=, tbome trades`rings ' and/or (b) as to those trades for with is is required by zhase Bid Conditions to comply aich Part II of these Bid Conditions. it adopts the edaiam mlsmtit7 ampowar ati'.izariaa goals and the speeii3e atfir- native action steps contained in said Part Z1, an this and all facurs construction work iz?aat:•a=ossa:.aaacy snbJ— to -:ase ?.i3 :oadiaams, those trod"bsiagr and ]. is will obtain frog each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification requited by :hese Sid . Conditions. Sigaamsre of authorized repcesentativa of bidder) S_ ea+Raetors' Certifications. Piot to the award of any subcontract under this invitation for Sift. regardless of tier. the prospective sub- contractor must execute and submit to the?rise Contractor the following car-.ifieationv which will be demand a part of the resulting subcontract: Rev. 5176 -20- of 00183 SCZCD.'BiC=' CM=U lcaTzox certifies that: (Subcontraccar) 1. it intends to emplor the. 'allowing listed construction trades in its work volar the.ecbconcract 2. (a) as to chose trades set forth in the preceding paragraph ons bareaf for wbirb is is elisibls ander Pars 2 of these Bid Conditions for paceieipatian in the Contra Costa Plan, it will comply vith the Cancra Costa Plan on this and all facure constriction work in Contra Cara County subject to tbsmm Md Coalitions, thoam tradem 6etoss and/or (b) as to :base trades for uhith it is required by Wiese Bid CondiZLons to comply with Part =of these Bid Coaditiots,it adopts the -1-1—niaor=t7 asepower ucil'._-acian goals and the speciffic affir3ativa action steps contained is said ?art : on his and all rotors construction -m 3 Ca-.:a C=ta CountySrb:e.0 to zhoss ftd Coodirdons,:aass trades being: \ and 3, it will abc-En room each 2f its subeonrac:ors prior ca the sward of nay subcontract ander :his subconz:xcc :he subcontractor car-.ificatioa rognic-ed by rbesa Bid Caudit`.aas. (Ugnacuta of authorized reprasen=ctve of bidder) ' C. Macerialit+and Beswonsivenass. The cerzificatioas required to be made by the bidder pursuant :o these.Bid Conditions is material and vill tavern r bidder's perfocasoca on the project and will be made a part .,f his "e. Failure to submit the certification viii render tits bid noorespansiva. Rev.4/77 -2I— 00184. Part IV: Compliance and Enforcement. Concractors are responsible for informing their subcontractors regard esL of tier) as to their respective. oblioations under Parts 1 and it hereof (at applicable). The bidder, contractor or subcontractor shall carry out such sarw cions and penalties for violation 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 Yorks Department. Any bidder, or contractor or subcontractor who shall fall to carry out such sanctions and penalties shall be deemed to be in noncom- pliance 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 Sid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority 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 shell be grounds of imposition of the sanctions and penalties provided herein. The Contra Costa County Public Yorks Department shall review its contractors' and subcontractors' emplotaent oracticas 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 dmonstrate that it has made every good faith effort to meet those goals, the contractor or subcontractor shall be presumed to be In comoilance with these Bid Conditions and no formai 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 eat its goals, the agency .111 consider each contractor's or subcontractor's minority manpower utilization and will not take into consideration the minority wanpower utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirements of these Bad Conditions, the agency shall cake such action and impose such sanctions as may be appropriate includingt_but not limited to: 1. :1lthholding 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 i. 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 aeency proceeds with such formal 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 mat the"good faith" requirements of these Bid Conditions by instituting at least the Specific Affirnaeive Action steps listed above and by making every good faith effort to rake those steps work toward the attainment of its goals within its timetables. The oandency of Such formal proceedings shall be taken into consideration by Contra Costa County Rev. S/AL -u- 00185 in determining rhether such contractor c; subcoat .cootained ractor can comply with the contractor.-amentstherein and is therefore a"responsibte'prospective eo It shall be no excuse that tthe contractor has he union with rhicn h "a collective bargaining agreement provid refer minority eaployees. ing the exclusive referral traced to contract he Procedures set forth in these conditions shalt not apply to any + such Contract-Is»essenttiara t�to the nosta ttonbl sacurIc ks andrth�etcitstewrdert hoot folloring sow procedures is necessary to the national security. Contra relating tort and subcmtractors must keep such records and me-such . reports relating to the Provistaes of these ttld Conditams as shalt be required by the Contra Costa County Public Works DoPartaent. Submittal of Gbe rewired RC-7. FEDERAL-d1O HIGMAY CONSIWCTlo1 �pRS EEO REPORT or optional forty''" fan" i1AtiPD11ER UTILIZATION REPORT rill be required monthly. Additional ports that may be required wttt be?«scored at a pre-construction conference to be hot prior to the start of-Ork. For the informatim of bidders,a copy of the Contra Costa Plan may be Obtained from the Contra Costa County Pubttr forks Department. �k Zq S' w a 8 err • 5/76 00186 ` man DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: ~ Whenever the following terns, pronouns in place of thea, or initials of organizations appear in the contract documents, they shall have the following meaning: dA document issued by the County during the bidding pa eo which codifies, supersedes, or supplements the original contract documents. A i tive ktion r Ot 1 zat SRe&t - cc; ow oeucenc y. weeKly. or mon prepared by the contractor for submission to the County which reports the total number of awloyees, the total number of min- ority aeployeas, and the present minority manhours of total am- hours worked on the project. hzxjt�_aent - The written document of agreement, exe- cuted by the County the Contractor. hgshJte6t or Enzincer - Shall mean the architect. engineer. individual or co-partnership, employed by the County of Contra Costa- as designated on the title sheer of these speci- fications. When Contra Costa County is designated as the Engineer, Engineer shall assn the Public Works Director. or his authorized representative. B dd - Any individual. partnership, corporation, association. joint venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly author- it" representative. Board of Suvervis2zsShall mean the duly elected or appointed ofls ow6 eonstittue such a Board. who will act for the County in all matters pertaining to the Contract. Change Order - Is any change in contract time or price and any clang* contract documents not covered by subcontractors r e t Insoeetar, Const,�ueti„g�n Suo�r isot. I eet r, or Clark of t a o a mean the aura ze agent o x.14- at—the site of the work. Contract - The contract is comprised of the contract docnasnta. Con et Documents - The contract documents include the agreecea- not ea to contractors, instructions to bidders, proposal. plans. general conditions, specifications, contract bonds, addenda, change orders. and supplementary agreements. Rev . 5/76 -24- DMSION F. GMPAL COMMONS SECTION 1. Definitions: (continued) Contra t - The individual, partnership. corporation, association. o t venture. or any combination thereof. who has entered into a contract with the County. County - Shall mesa the County of Contra Costa, a political suG31vEsioa of the State of California and party of the first part, or its duly authorized agent acting within the scope of their authority. F 1d Is an instruction given during the course of the work. (see Section 168). G n al Notes - The written instructions, provisions. conditions, oro r requirements appearing on the drawings, and so identified thereon. which pertain to the performance of the work. Plans� - The official drawings including plans, ele- vations, seedons, detail drawings, diagram, general notes, in- formation and schedules thereon. or exact reproductions thereof, adopted and approved by the County shoving the location, character, dimension. and details of the work. S eci i t - The instructions. provisions, condi- tions and daEilled requirements pertaining to the methods and man- ner of performing the work. or to the qualities and quantities of ' work to be furnished and installed under this contract. Subcontractor - An individual. partnership, corporation. association. o t venture, or any combination thereof. who con- tracts with the 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. S tendent - 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. Suavlemea�c {�Agzeemrnt - A written agreement providing for alteration. astia nt. or extension of the contract. W -The furnishing and installing of all labor, materials, art lsa. supplies, and equipment as specified, desig- nated, or required by the contract. Rev. 5/76 -u- t, 00188 00188 DDVnSION F. QRZAL CONDITIONS (continued) SECTION 2. Governing Laws and RUM14ttons: A. The Contractor shall keep informed of and observe, and comply with and cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws. local ordinances. gad rules and regulations made pursuant to said laws. which in am war affect the conduct of the work of this contract. S. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform, Building Code. the State Fire Marshal. the Safety Orders of the Division of Industrial Safety. the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to permit work not conforming to these Codes. The Contractor shall eies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall campy fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated espandtiure in excess of $25.000.00 for the excavation of any treaeh or trenches five feet or more in depth. shall be awarded unlass it contains a clause requiring submission by the Contractor and acceptance by the awarding body or by a registered civil or structural engineer, employed by the awarding body to whoa authority to accept has been del.igaced, in advance of ex- cavation, of a detailed plan shoring the design of shoring, brac- ing. sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. if such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "Nothing in this section shall be deemed to allow the use of a shoring sloping, or protective system less effective than that required by the Construction Safety 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. "Ihe terms 'public works' and 'awarding body', as used in thin section shall have the same msaaing as in Labor Code Sec- tione I72O and 1722 respectively." Sew. 5176 -76- 00189 i DIVISION F. GENERAL CONDITIONS (concinued) SECTION 3. Patents and Royalties: A. The Contractor shall provide and pay for all licenses and royalties necessary for the legal use and operation of any of the equipment or specialties used in the work. Certificates shoving the payment of any such Licenses or royalties, and per- mits for the use of nay parented or copyrighted devices shall be secured and paid for the Contractor and delivered to the County on completion of t work. if required. SECTION 4. Conor ctor s Responsibility f v d Public UCt A. The 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 to an7 part of the work by the action of the elements or from any ocher cause ex- cept as provided is Section 23. The Contractor, at Contractor's cost. shall rebuild, repair. restore. and make good all such damages co any portion of the work occasioned by nay of such causes before its accept- ance. B. Public Utilities: a. The Contractor shall send proper aotices, make all necessary arrangemencs. and perform all other services required in the care And maintenance of all public utilities. The Con- tractor shall assume all responsibility concerning sane for which the County may be liable. b. Enclosing or boxing in. for portaccion of any public utility equipment. shall be done 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. c. ALL connections to public ucilities shall be made and maintained in such maintained as not to interfere with the con- ximniag use of same by the County during the entire progress of the SMMON S. add and Insurance' A. The Contractor to wham the work is awarded shall within five (5) working da7s after being notified eater into a contract with the owner on the Contra Costa County Standard Farm for the work in accordance with the drawing and Specifications, shall fur- nish and file at the same time Labor and material And faithful per- formance bonds as sec forth is the advertisement for bids, on a fora aecaptable to the County. Rev. 5/76 -27- , 00190 DIVISION F. GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract 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 Workmens' 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 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' ucitten 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 .;greemenc. D. Fire Insurance: Omitted. -2 g- 00191 k 00191 DIVISION F. GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract adequace 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 ander the Workmens' Compensation scatuL e, or in case there is no applicable Workmens' Compensation statute, the Contractor shall provide, and shall cause each ssbconcractor 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 Aoeacy, shall obtain and maintain during the teras 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 Ci-rcificace of Liability Insurance which shall include the "hold harmless" agreement as required in the articles to .;-reemenc. CP D. Fire Insurance: Omitted. _2g- , 00191 r, DIVISION F. GENERAL CONDITIONS (continued) SECTION 5. BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability, Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa Canty has been named as an additional insured. These certificates shall contain aPProvision that coverage af- forded under the policies will not be cancelled until at least (30)days' prior written notice has been given to Contra Costa Canty. F. PBRPDAQIANCE BOND: One bond shall be in the amount of One Hundred percent (lOUi) of the Contract, and shall insure the Owner during the Life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper mater- Isla or workmanship that may be discovered during chat time. G. PAYMENT BOND: One bond shall be in the amount of fifty percent (507) of the Contract price, and shall be in accordance with the lava of the State of California to secure thepayment of all claims for labor and materials used or consumed is the performance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCOMLkTING: A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- fillaeac of this contract and shall keep the work under his control. When any subcontractor fails to prosecute a po rtion 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 saccus of this contract may be arranged according to various trades, or general grouping of work, the contractor is not obligated to sublet 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. 4/77 -29- 001 1Z DIVISION F. CEMMAL CONDITIONS (Continued) SECTION 6. Subcontractimt (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in plata of a subcontractor listed in his bid proposal without the written approval of the County. Substitution of subcontractors oust be in accordance with the provisions of the "Subletting and Subcontracting Fair Practices Act" beginning with Section 4100 of the Goverment Cods. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract. assessment of 10 percent of the subcontractor's bid. and disciplinary action by the Contractors' State License Board. SECTION 7. TIM OF W0RK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days. set forth in the Proposal (Bid Form) for completion. subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, dasngs will be sustained by the County. It is and will be impract- icabllee and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay: and it is therefore agreed that the Contractor will pay to the County the sus of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such Liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor under the contract. C. The work shall b_;,r=d as completed upon the date the County has accepted the sating. D. Written requests for contract time extensions, alms 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. 5/76 -30- 00193 DIVISION F. CONDITIONS (continued) SECTION 7. TDM OF WORK AND DSMSGFS: (contineud) F. 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 after the adjusted time as required above. SECTION 8. PROGRESS SCHEDULE: Prior to beginning work the Contractor shall submit to this County a practicable progress schedule of operations on a chart form approved by the County. The schedule of operations shall show the order is which the Contractor proposes to carry out the work, the dates on which he will start each major sub- division of the work, and thecontaapluted dates of completion of such subdivision. When required try 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 schedule is more than thirty (30) days in error.) SECYION 9. TE.`@O&gY UTILITIES AND FACILITIES: A. All water used on.che work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon com- pl.ation of the work shall remove all temporary piping. B. The Contractor. at his own cost, shall furnish and in- stall all maters,all electric liSht and power equipment and wiring, all gas meters, gas equipment and piping that is necessary co per- form his work and shall remove the some upon the completion of the work. The Contractor shall pay for all power, light and gas used in the construction work. C. The Contractor slhsll furnish, vire for, install and main- tain temporary electric lixht wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. Tha lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being performed. This tem- porary lighting equipment ma be moved about but shall be maintained throughout 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- 00194 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 9. TWORARY UTILTlIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, temporary toilet facilities for the work- men. These facilities shall be of as approved type conforming to the requirements of the County Health Department, and shall be weathartight 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 up upon removal of facilities when so ordered and/or upon completion of work. E. The County willdirectly to the utility companies connection fees, anasut�oaees. permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid by the Contractor. The County will not a for water, gas. tele- phone and electricity consumed othe pr_o ect until after the County makes written request to the utility companies chat bil- lings be seat to the County. (:formally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. PERMITS: A. The Contractor shall make application for all permits, that are required for the performance of his work by all laws, ordinsaeas. rules. regulations. or orders. of any body lawfully empowered to sake or Issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is not r uuirad to par any charges associated with per- mits. (It is not tie present policy of the Councy to pay fees to the incorporated cities for peamits.) SECTION 11. CONDUCT OF b'ORR: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract or otherwise, and he shall at all tines conduct his work so as to impose no hardship on the County or others angagad in the work. He shall adjust. correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. S. The Contractor shall provide an adequate work force, materials of proper quality and equ agjenc to properly carry on the work and to insure completion of each part is accordance with his schedule and with the time agreed. Rev. 5/76 T DIVISION F. GENERAL CONDITIONS (Continued) SECTION 11. CONDUCT OF W=_: C. She Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all times until the job is accepted by the County. This superintendentsssiall be empowered to act in all matters pertaining to the work. D. Daily Manpower Reports shall be signed by the Contractor, or his Superincendent, and submitted weekly. E. Unless otherwise specified, the Contractor shall clear all obstructions and prepare the sice 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 joio4 or is on other work, there shall be no discrepancy or incomplete ions when the total project is eomplece. In engaging one kind of work with another. marring or damaging same will not be permitted. .Should improper work of any trade be covered by another which results in damage. or defects, the whole work affected shall be made good by the ontraczor without expense to the County. G. She Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and sec at proper cines. An- chorage and blocking for each trade shall be a part of same. ex- cept where stated otherwise. 8. Proper facilities shall be provided at all times for areas* 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 mediately on the written request of the Engineer/Architect, and such parson shall not again be employed on the work. SECTION 12. RFSpONSffiILI FOR STd'E CONDITIONS-- The ONDITIONS:The following shall constitute exceptions. and the sols exceptions, to the responsibility of the Contractor sec forth in Section 4. in the Instructions to Bidders: A. If during the course of the work the Contractor encount- ers active utility installations which are not shown or indicated in the plans or in the specifications, or which are found in a location substantially different from that shown, and such utilities are not reasonably apparent from visual examination. then he shall Bev. 5176 -33- 0019� MM DMSIGN F. gHMAL CONDITIONS (Continued) SECTION 12. RESPONSIBILITY FOR SITE (continued) promptlynotify the County in writing. Where nscessary for the worof the contract. the County shall issue a written order to the Contractor to make such adjustmanc, rearrangement, repair, removal._alteration, or special handling of such utility, including repair of the demagad utility. For the purposes of the foregoing, "active" shall mesa other than abandoned, and "utility installations" shall include the following: Stsas, petrolem products air, chemical. water, sewer, scars water, gas, electric, and teisphooe pipe lines or conduits. The Contractor shall perfos the work described in such written order and compensation therefor will be made in accord- ance with Section 21. relating to changes in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to his due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts with- out instructions from the County, then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. B. If the contract requires excavation or other work to a stated Unit of excavation beneath the surface, and if during the course of the work the Camc77 orders a change of depth or dimen- sions of such subsurface work due to discovery of unsuitable barring material or for any other cause, then adjustment to conn tract price for such change will be made is accordance with Sec- tion 21. Except for the items of cost specified therein, the Con- tractor shall receive no compensation for any ocher cost, damage, or delay to him due to the presence of such unsuitable bearing material or other obstruction. SECTION 13. INSPECTION: A. The Contractor shall at all times penatt the County and their authorized agents to visit and inspect the work or any part thereof and the shops where work is in preparation. This obli- gation shall include maintaining proper facilities and safe access for such inspection. Where the contract requires work to be tested, it shall not be covered up until inspected mad approved by the County. and the Contractor shall be solely sasponsibls for notify- ing the Coca r'I whore and when such work is in readiness for inspec- tion and curing 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, he shall give notice to the County — .uch intention at Last two working days prior to performing such work. or each other period as may be speci- fied. so that the County may sake necessary arrangements. aev. 5176 -34- 00197 • I DIVISION F. GENERAL COMMONS (Continued) SECTION 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work 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 shall promptly 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 ppraeptly replace and reexecute his own work in accordance with ttu 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. E. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice, the County may remove them and me store the materials at the expense of the Contractor, if the Contractor does not pay the expenses of such removal within ten (10) days thereafter, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. MMIRETATION Of CONTRACT RERUIREMIM: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- ment occurring in any one of the documents is as binding as through occurring in all. B. 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 fovern over all other contract doucments, except the County s Standard Form Agreement unless it is specifically indicated that such addenda shall Prevail. Subsequent addenda shall govern over prior addenda only to the extent specified. 2. In case of conflict between plans and specifi- cations, the specifications shall govern. 3. Conflict within the Plans: a. Schedules, when identified as such. shall govern over all other portions of the plans. b. Specific Notes, shall govern ever all ether notes and all ether portions of the plans. e. Larger wale drawings shall govern over Bev l S scale fi le drawings -33- 00198 u , DIVISICN F. CENERA; CCNDITIONS (Coo•t.) :ECT)ON 15. INtt�4FETATION OF COMACT REOUTUNEMM. t:on•t.) L. Conflicts within the specifications: a. The "General Conditions of the Contract" shall govern over all sections of the speciflcatias except for specific modifications thereto that my be stated to the Special Conditions. b. Omissloost If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or tastalltag of parts. materials. or equipment. but there exists an accepted trade standard for good and work"alike construction. such derail shall be demand to have been impliedly required by the contract documents in accordance with such standard. "!liner detail" shall include the concept of substantially identical components, where the price of each such component is small even though the argreiab cost or importance Is substantial, and shalt include a siuoile component which is Incidental. even though its test or importance may be substantial. The quality end quantity of the parts or material so supptled shall cantors to trade standards and be compatible with the type, composition. straiuith. size, and profile of the parrs or macertata otherwise sec forth in the eontraee documents. S--MTC" 36. CLARIFICATIONS AND AWjjtONAL tWSTRDCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, amissions, or errors to the contract documents or have any question concerning interpretation or clarification of the contract doeumats. or if it appears to his that the work to be done or any matters relative there- to are not sufficiently detailed or eplainad In the contract documents, 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 furalahing of additional der-ailed instructions concerning the work. All such questions shall be resolved and instructions to the Contractor Issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of Instructions from the County. he shall remove and replace or adjust any work which is not in aceordanee therewith and he shalt be responslble for any resultant damage. defect or added cost. D. Field Orders: OurinS the course of the cork the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the plans add Specification& in order cc ctarifr the iateat of the contract documents by adjustment to meet field cor'-Itioas or to make the various phases of the work meet and join properly. A Field Order involves me change in contract time or price. performance, partially or in full, of a Field Order shall constitute a waiver of claim for 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 Section 21, this Division. Rev12/72 -3b- o 300 DIVISION f. GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When.descripcive.catalogue designations, including manufacturar's name, product brand name, or model number are referred , to in the contract documents, such designations shall be considered:as,being , those found in industry publications of current issue at data of first iavication to bid. B. Reference Standards: Wbea standards of the Federal Government, trade socieciu, or trade associations are referred to in the contract documents by specific dace of isana, these shall be considered a part of this contract. When such references do not bur a data of issue. the current published edition at date of first invitation to bid shall be considered as part of Ibis contract. SECTION W. MATERIAtS. ARTICIF.S, AND EQUIPMENT- A. Material shall be new and of quality specified. L'hen not particularly specified. material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4580 ec seq., of the Government Code. State of California. 3. !fachaaical equipment, fixtures and material shall be delivered in original shipping crates to the job site and the County shall be nocifiad of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Items 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 erasure of quality and utility or a standard. If the Contractor desires to use any other brand or mamifacture of equal quality and utility to that specified, be shall sake application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the Oounty that the material or process is equal to Rev. 12172 -37- - 00200 D:rlCtt\F. SEI:EYAL Cr.VITluna (Can't.) VtTICK 19, `-ATSRIAJA. ARTICL*'S. AND EQUIP-4M: (Can't.) that specified. Request for substitution shall be rade in ample time for tt. County's consideration as no delay or extra time will be allowed on account thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material. testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval and use by other putilic agencies, material costs, and installation costs and waintenance provisions and experience or ocher data as required by the County. The County's decision concerning the refusal or acceptance of proposed sabstltuto war that specified shall be accepted as final. Requests •or suhstttution will only be considered when offered by the Contractor with the reason for substitution. -ailure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall include n notice of change in contract prices. If substitution Is approved. D. All materials shall be delivered so as to insure a speedy and uninter, Cod orogress of tie wort. .lame 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 weac,er of other cause. S Within fifteen (15) days after the slants of the Contracts the Contractor shall submit for aooroval to the County a eompleta Inst of all materials it is or000sed to use under this Contract, which differ In any respect Iron aacertals specified. :his list shall Include all aatertals which are nroposse by the subcontractors as well as by himself for use to work of his Contract and which are not specifically mentioned !n the Specifications. 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 figures in bid form of the specified material or materials Cor which substitutions are proposed. In case a substitute Is offered and accepted as approved equal to materials specified, the cost of which is less than the cost of the material or equipment specified, then a credit shall be taken for the difference between the two costs in order chat the County shall obtain whatever benefits may be derived from the substitution. Failure to propose the substitution of any article within thirty-Cave (35) days after the slgainx of the Contract may be deemed sufficient cause for the dental of request for substitution. :!CIIOlt 19. SROP DRAWINGS, DESCRIPTIVE DATA- SAMPLES. ALT' TIVES: A• The Contractor shall submit promptly to the County. so as to cause no delay to the work, all shop drawings, descriptive data and samples for the various trades as required by the specifications. and offers of alter- natives, if any. Such submittals shall be checked and coordinated by the Contractor with ted work of other trades Involved before they are submitted to the County for examination. Rev. 12/72 00;.01 DIVISION . GENERAL COMMONS (CM C.) SECTION 19. SHOP DRAWMS, DESCRIPTIVE DATA, SUWEES, ALTS A?IVPS: (Con's.) a. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schadule, at five (S) copies if no schedule is included in these documents. She drawings shall show completely the work to be done; any error or omission •ball be made good by the Contractor ac his own espe sa, even though the work be installed before meso becomes apparent, as approval by the County covers general layout only. fabrication, details and Inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit mace of manufacturer's brochures or ocher data required by the specifications in the number of copies as required in submittal schedule, or five (S) copies if no schedule is included !a these documents. The County will examine such submittals, noting thereon carreccions, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles. materials or equipment as required by the specifications. The work shall be In accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option. will become the property of the County or will be removed or disposed of by the County at Contractor's espemse. Z. Alternatives: for convenience In designation on the plans or in the specifications, certain materials. articles, or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other Identifying Information, hereinafter referred to generically as "designated by brand mans". An alternative material, article. or equipment which is of equal quality and of the required characteristics for the purpose intended my be proposed !or use provided Vim Contractor complies with the followirg requirements: 1. The Contractor shall submit his proposal for an alternative In writing within the ties limit designated In the specifications, or If not designated, then within a period which will Cause no delay in the work. 2. No such proposal will be considered unless accompanied by complete Information, and descriptive data. necessary to decarmine the equality of the offered materiels. articles, or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- ment shall be upon the Contractor. The Cooney shall be the sole Judge as to such matters. In the event that the County rejects the use of such alternative materials, articles. or equipment. thea oae of the particular products designated by brand name shall be furnished. Rev. i2/7-) -39- 00202 �4 DIVISI(—F. C--K.-AL (Con't.) ' S?C Ii.X 19, 34LP D'AA4INrS. DESCRtFr1VE DATA. 1AMPL=3_ ALTUMi►TIVEi: (Con't.).:. The County will examine, with reasonable promptness, such submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from the contract *long and specifications, nor shall It relieve his !ram responsibtlity for errors In the submittals. A failure by the Contractor to Identify In his letter of transmittal material deviations from the plans and Speciflcactons shall void the submittal and any action taken thereon by the County, when specifically requested by the County, the Contractor shall resubmit such shop drawings, descriptive data, and samples as may be required. If any mechanical. electrical, structural, or other changes are required for the proper installation and fit of alternative materials. articles, or equipment, or because otdevtations !ram the contract plans and specifications, such changes shall not be made without the consent of the County and shall be sada without iddictonal cost to the County. SrCTI(N 20a SAMPLES Awn TESTS: The County reserves the right at Its own expense to order tests of any part or the work. It as a result of any such test the work is found unacceptable, it will be rejected and any additional test required by the County shall be at Contractor's expense. Wean otherwise directed, alt samples for testing will be taken by Me County from thus materials, articles or equipment delivered, or from work performed, and costs will be under the super- vision of, or directed by, and at such places as may be convenient to the County. `Aterials, articles, and equipment requiring tests shall be delivered in ample time before intended use to allow for testing. and none may be used before receipt of written approval by the County. Any sample delivered to the County or to the premises for examination, including testing, shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination is concluded, unless otherwise directed by the County. SECTIO4 2L CHARGE ORDERS: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. So change or deviation from the plans and specifications will be made without authority in writing from the County. Changed work shall be performed ion accordance with the original requirements 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 bases, as the County my elect: (1) On a lump sum basis as supported by breakdown of estimated costs. Rev. 12 172 —40" i 00203 DIVISION f• COIERAL COMMONS (can't.) SECUM 21. ORDERS: (Cem't.) (2) On a unit price basis. (3) On a cost-plus basis in accordance with the following conditions: (a) MRK-UPS: ------------ L. For work performed by the General Contractor as amount equal co the direct cost (aa defined hereta) of the work plus 15%of the direct costs for overhead and profit. Z. For murk performed by a aub-contractor an amount equal to the direct costs (as defined herein) of the work plus 20Z of the.direcc costs for overhead and profit. (Suggested breakdown: 15Z to the sub-cootraccor, 5Z to General Contractor.) 3. For work performed by a sub-sub-contractor an amount equal to the direct costs as ds lned erein) of the work plus 25%of the direct costs for overhead and profit. (Suggested breakdown: L5Z to sub-sub-contractor, 5% to sub-concractor, 5Z to Gooeral Contractor.) b. In no case will the total mark-up be greater than 25% of the direct costa notwithstanding the number of contract tiers actually existing. 5. For deleted work the mark-up shall be 10%of the direct costs or the agreed upon estimate thereof. (b) DIUCr CDSTS: 1. Labor: She costs for labor shalt include any employer payments to or on behalf of the workmen for health and welfare, pension, vacation and stellar purposes. Labor races will not be recognized when in excess of chose prevailing in the locality and else the work is being performed. 2. Materials: She actual cost to the Contractor for the macer—�ireccly required for the performance of cbe changed work. Such cost of materials say include the cost of procurement, transportation and delivery if necessarily incurred. If a trade discount by the actual supplier is available to the Contractor, it shall be credited to the County. if the materials are obtained from a supply or source owned wholly or in part by the contractor, payment therefore will nor exceed the current wholesale price for such materials. The care "trade discount" includes the concept of cash discount. Rev.12/72 Rev. -41- :� 00204 DIVISION f. GENWL CONDITIONS (Can't.) SECTION 21. CHANGE ORDERS: (Con't.) 2. Materials: (can't.) If. in the opinion of the County, the cost of materials is excessive. or if the Contractor fails to furnish sacisfaccor/ 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 materials as it deems advisable, and the Contractor shall have no claims for costs or profits on anterial furnished by the County. ]. uE4 ipeent: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half bout. No payment will be made for ties while equipment is inoperative due to breakdowns or for am-working days. In addition, the rental cine shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to return it to the source. If such equipment is noc moved by its own power, then loading and transportation costs will be paid in Lieu of rental time therefor. However, neither moving tine nor loading and transportation eases will be paid if the equipment is used on the project in any other way than upon the changed work. Ladividual pieces of equipment having I reolaeemeac value of 5:,000 or less shall bye considered to be tools or small ecuipmeme. a`d no navmeat will be made cherafor. For equipment owned, furnished, or rented by the Contractor, so cost therefor shall be recognized is excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as act forth above shall constitute full compensation to the Contractor for the case of fuel, power, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) 'ALIAWARLE TIME EXTENSIONS: For any change in the work, the Contractor shall be entitled only to such adjustments In. time by which completion of the entire work is delayed due to performance of the changed work. ?sch estimate for a change in the work submitted by the Contractor shalt state the amount of extra time that he considers should be allowed for making the requested change. Rev. 12/72 —42— " DIVISION F. GENERAL CbNDITIONS (Coa't.) SECTION 21. CUME ORDERS: (Can't.) (d) RECORDS AND SUPPORTIVE INYORMUT1011:• (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 coat-plus basis and the costs of ocher operations. (2) Contractor shall maintain daily records showing man hours and material Quantities required for cost plus work. The Contractor shall use a fore approved or provided by the County. The focus will be filled out is duplicate and the County's inspector will review and attach his approving sLanature to the form oa the day the work is performed. (3) Rental and material charges shall be substantiated by valid copies of vendor's invoices. (4) The contractor's cost records pertaining co cost-plus work shall be open to inspection or audit by the County. (e) FAILURE TO AGREE AS TO COST: aotuithscaading the failure of the County and the Contractor to agree as to cost of the proposed change order, the Contraccor, upon written order from the County, shall proceed immediately with the changed work. Daily job records shall be kept as indicated in Paragraph (d) above , and when agreed to by the Contractor and the construction inspector, it shall become the basis for payment of the changed work. Agreement and execution of the daily job record by the construction inspector shall not preclude subsequent adjustment basad upon a later audit by the county. Rev. 12/72 -43 iia! I,T� -: 4t IJ 00206 4.' ' k' : DIVISI03F. GEWMAL CONDITIONS (Con't.) SECTIOYY 22. LAWR Every part of the.work shall be accomplished by workman, laborers, or mechanics especially skilled in the class of work required and workmanship shall be the best. SECTIGY 27, OCCCFANCY ST THC COU."FRIGR TO ACCEPtANCti The County reserves the right to occupy all or any part of the project prior to completion of the work. upon written ardor 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 thereat. nor will it relieve the Contractor of responsibility for correcting detective work or materials found at any time before the acceptance of the work as sec forth in Section 26 or during the guaranty period after such acceptance. as set forth in Section 20. SKTT(W 26, MSERVATION AVD CLLAMI C: A. The Contractor shall protect and preserve the work tram all damage or accident. providing any temporary roots. window and door coverings. baxings or other construction as required by the County. This shall Include any adjoining property of the County and others. S. The Contractor shall properly clean the work as is progresses. As directed during construction. rubbish shall be removed. and at completion the whole work shall be cleaned and all temporary construction. equipment and rubbish shall be removed from the site. all being Taft in a clean and proper condition satisfactory to tie county. SECTION 25,, FAMMICE OF FVDMAL OR SPATE TAUS. 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 U chat Certificates to the Contractor for any articlaa which are required to be furnished under the Rev. 12/72 _44- .ftt 00-20 7 L DIVISION F. GENERAL CONDITIONS (Can't.) SECTION 25. P6MM OF MERAL OR STATE TAXES: (Can'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 apptine and in writing at the tiand in the manner as called for heretofore. C. County shall be given adevate opportunity to make any necessary arrange=mts for fire insurance and extended coverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County. This shall include. but is not limited to, all construction. guarantee forms, parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27. FINAL PAVENf AND WAIVER TO CLAIMS: After the official acceptance of the work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. The form"Statement to Accompany Final Payment" (Page 41 ) shall be completed, signed by the Contractor, and submitted to the County with the final payment request. SECTION 28. GUARANiEE- 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 workmanship and materials 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. cooggether with any other adjacent work which may be displaced in so dofog..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 abase 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. 5176 -45- a DMSION B. GENERAL COOM (can't) . SECilON 28. GOARAMM (coo't.) defects in the work, he will commence and prosecute with due diltsencs all work necessary to fulfill the teas of this guarantee. and to couplets the work within a reasonable period of tile. and-in the event he falls to so Coaply. he does hereby authorize the County to proceed to have such work done at Che Contractor's expense and he will pq the cost dursof upon de- sand. The County shall be entitled to all Costs, including reasonable attorneys fees. necessarily incurred upon the con- tractor's refusal to pay the above costs. Notwithstanding the foresoInK paragraph, in the evens of en esrurgeney constituting an late hazard Co the health as safety of the County's euplows. property, or Ucen- sees, the County say undertake at the Contractors expense with- out prior notice all rock necessary to correct such basardous conditions whey it was caused by work of the Contractor not being in accordance with the requiressnts of this contract. D. The general contractor and each of the listed sub- contractors shall execute and furnish the County with the standard guarantee fora. (See pass 4% )• u , Rev. 5/76 Vj MO 00209 GUARAWrM TM COMA COM GDU Tr WIIDIW aunizz, cALIy ou We hereby guarantee to the County of Contra Costa the (Type of York) which we have isatalled in the gams of Building) California, for year (s) use from date of filing of the completion 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 say prove defective in workmanship or materials within chat period, ordinary wear and tear and unusual abuse or neglect excepced, together with any ocher work which say be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special terms, including rias periods, specified for this work or materials in the plans and specifications for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GENERAL CONTRACTOR Date: (Affix Corporate Seal) :COTE: If the firm is not a corporation, add a paragraph statins the type of business organization and the opacity and authority of the person signing the guarantee. Rev, 12/72 -47- 00210 . C cX4n.1PLt1 FORK STATkKOM To ACOOMAIfY FnVAL PAYlffM To: Contra Costa County Public Corks Department County Adsinistratlon Building ilartinea, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes harein all claim and daaroda, 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 final escimate shall discharge and release it from;any and all claims. The undarsi;ned hereby certifies that all work, labor, and materials- on this project have been furnished and purchased in full compliance with the contract and with all applicable lava and regulations. The undersigned states that his claim for final payment is true and correct, that no part has been theretofore paid, and that 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- 00211 00211 r - ' NOTICES 517,,5 Y o ou YY v uu oaf u L � r rr .. r r rr •;w w ^^ w � • �www ww ww vit r \ = M r� r r rr • =1L N +^ �. u av a.N +w ww •tu ww • LITa � �. .O. »� �� mow. ft. .0..— .~. w•-u e a .5 .5 . O - •e O O w y V u Y S - A N u _ •cam N cai�N� - V M .�._ p '• •^�a \..Asea `.. a = W`r..`�•`Cy'{ �:. _•i ":?^"I?.Oa'�n_vi_Q_.'g:3�•`:"i�"i•v`�i •A� Z i U env•. ::�'yi"F.io`y..0;.� .. �f.:u j��iVx a. !� jWV`GF H t H{{ c > «5 ww O OOw OE 00 O <Vn^ Q0.• �F-Cif i> } r r r r •• • 7 :� FV�� v A.• w0 w •20 2 Y Or ti O <�• » s r r r .. Q f V N a.N 0-2 „O -O O w O. w W O`_ rr..• .IW w••Fj � •Z C � S � ug 6 Vv+ 'aV�� Cy •e a '• ow�C H.�a.ur ud_«} ou EF -c<Ui_SM 'rJ wa 1Rl�••\ �U i� 4� w'3 w »2C ry:' �:^y ..•-e.r3•�u?� :lHu^C • 44 ts r.�,��� a. <;; •ti«� amu - w ••KJ �Se ! w. �J• .0 w.I a!� .�.;•; �. 80212 'a1► Ot7�0+ �.a0"- t1�.{<..I�J rN i���wF•Mvt Ha�ly 4 ' i1256 NOTICES .o A t A " .i » •prr r ti s - w OXO{ a:0. arri �,ii a.°'.. ✓ A • It O�NV `Y V�V . - �V�.�� • M� • • •1 C y .+ 3 JJ O „w�y�ZorQ 3u=«f`�i ib U.S i�N�YU.4*May' . .,".•, u.•F�� rF»i_r �.} �"+'r y uUf:•= v;y � 1.�o y„1 .i+ - w K Va,^,•:w3^�+i;'�h'��� ip 'ttv=^R•� +^s'+t owj Nv M' • V yey«or�j::y; o ••:.F y+ V r,.;: .'� ��.:��„ � a o - , 4 �O�R Y•'�b+_ wa�or��•r .w :-• VVw p• r^.:r+rt ..S YU n . U�o�.:�ri�t.CUYsn� �:•• �� ~ R=+�nE ��:yv4s..+�f�c } O Ye. »p � •! L -� V ...e�Y CS�y'y •N.V.. �M..w+Ua...tf•t^CU,sn t "�' WrC»O-�,r•Gt.•e�tij ^��If��a'...;�a�F�t-f.ySa e�'•e'i" :if^.. ots/y��Y J A_Iw '•Y1j .Ae '�,is-...•`4•!+1nM14. Ip" 7'*O ti ..A�..•.+i+Yrtiprr<4J•n•w[NNYY r' •lioJY•.M,N•, :J.•f 1-:2. nC 44- 4 O i �•' •�• •► riw MN " VV w VV IrM M M w�� V 00 �O 00 041 �x OV 00 00 Ov OA O J 46 29 "• r nw da N ' '� R i+:t ;�a NY. •XE ?Y i+�► a�Y .f9 ;itt 'ttf E . 1 hh «O wri ww rr NN AA Mw MM Ny w •` "� M ww h riri hh r+w VN ww V•I VV UV ••M w • �A w A tc r4 00 0 LIU M Y :T • a • ,4• Yv '4�=vi•r�r •3 ..•�t.��tin.v:-00U V ` ♦. .n4 yraY^ - YJwiiV 4.4i.'". r: •..s •.: ^ :R::1�-,s+ci T, c1:w.4ww u.isXU•� .+• •.i n••a:n:`-• i•.+ri»..fG CGNd • O M*•�•� �. -�rs'••u .t.:+;Vii.:••�.:��,:p:.�«r.Y� 00213 i/'�,VN[J� ,{.'Sy �V V vV aWV 4WV~:NV o�p14 %.wV IJV' -"'j;;"-' r.sWV r.. :'«ripiiw/ti . rr,��A :i V U o �.. �•p +:i «•iV�++V�w WU�%j Yi•.�.,X.• 4 � M E;� NMWWPMWAWAWJW MEMO NOTICES 51=7 • www _ Al • � �V^ YYY NUV V l�Y V Y ♦;\� www www t\ANA •� ti:r J J.I • Ano ...... .....\ ...t\ o o —.. A o0 j ..w•� www w.\•� uu\ry w w JJ n nw w •..• M.-w w-.w nM1w \S.•M-\ N w Nw A O Y�tt •�•.•r - -•� M w A Acp N • p - y •M 4 • V r j •� _ • t\ j U w V} t.'O r +w ti -4 `y i•.t- r OU p.~=3 d - ►�.YC F4-..L(irV VV r. 4u rF�1•V. VC y�J nr F A�^� > U VVY .). r-t V :�•.�=. :tVt .. w1••1�'1-w •� USN O � (Jj is:�•'IC -�:'���:u':L -e.�j[ °�w/;:i�'����"��`•'�/�Zc' t� Z t V u4` �:�Yi.•���:3�:J�..-�'t r �;:•�!:�\v iii�•N'a.�Cwiy�C cl..ti��vX1 < t � D J.�VJ'/�rrr 0.0 V:n +V JVNVJV✓t�N �U �A .. s! 1 � n � - — `.. =.. = o00 �� coo 00• taoo � a � K • d T N •r d i w= =JSO www www w•\• OAA wnw t.w vv.� / t�:►.•e l+•' ICR PJt rt T.=iJ RE aa:d :iS l=JZ A� [ � ew e��e •\w .+^ ee+A NN eoo nw www j JA • r•r\ N •\ww VV P.r.N• •1V Myr ' 1 wu r Y=�• rA t-M w= w •aw �w � ww0 A� �V� rn wr+ • Nr ....• — — .. •Z o - d u.« o .•j - ,Y—� • �__ 3 ^ V:'� 'Yi-sa r i + 5+ _S iti.» O V •••V� �U V•.iLy'� y �:• ..�� %i t\•J I'V a rt Y.v:• •' « v�4 /:rrJ� y .+~wU•'.ir i:y Gni•�::j'y'�u-_r•••t•Y�uf ,,.:�'� I.i.r:rr � uti N ! O °���L;:+�,'•Ire•:�:y���jt•••1••�::�•`;�»�'•t•::�(�-1�-`•��It «+I�r -R�����= - 14 . . .- -'-- Y.•.ww.:.rwr r.w:rwr+i••►�w+•r•w++rw.w..wrr•.rr. 1 NOUCFS A w w wwwww w wwa wawwa ,`• w w w wwwww .• www wwwww w A • i •► w w wwwww w www wwwww, O !� b P w P ♦P•A.� n Pn. nnnA •� K w • w .••wwww w www �NNwA A Y; • i w N w NNwnn w NAN wwNwN � p • w w • .►•►MVN r wPN wnwVN i •. r�s r •1 V o•►MVw .! HNN w•1•►•iY + A • • M � e YRS � �i tiG w P . A 30 .•p(�yAlMi V i�w:0,,y`! ��!y rpm.� j•nyr.• • ~V,1C',� isUi:xJ � � w A�C .e. `!iO }r•JN �wA r �9y�0 V y � . •. •w O��IG�srwvr'+.,•♦ Ory .�' dNr�4.:: i •'4ryZ��x � •1. Y T Cy,�'w'�•„y��!!i=�. � yuw~..«� wNA uv K.•{eltwa.� Z tl �w, Yn� � ry�iY{NM yM<Y+V�..v►.'•.'��v4i`�C`�:is.�.•r.+� � A G 66 11G �Kii`� s . ' a . z • E 000 www 0ww0.w • ww w �'j•' 0 00� J • Y Q w ,' • wM•i• 2223 MMM M w • i gwg ww 222 + s 02 2S2 n + •r s S L Q w�• pp PP A MMA Kw • Nw•~•• s y ww PP N '•'� S ♦� w nw w4 ANN M w wn MAN N y w•iw r.N .►OA w N �N P•+A Yf M ` � y c C« G w ?i X•n i �:i .•' `M`.iiw M ��•�•4.Q Grp v ' V+ SOV jr (..'• •r'i�i _ �N IX . L • •; ? •KIK N{.• �' ta•ZY•vi +/ Ng w i�•l3�� ~ Asx • u� ^+•'•' v�a� r`U'i•w,+� �• �~ VG�•dY• !+ ! r�1,;a•r•v..Ave•. `ox _"'� ! i�5� L x�r < gs «�•N OOn i.w�x`+� w•V�er r 5N x .0�irr's+J �s ta.ZV:�.,y.w.:►.a'Y$�= vy=q:!. 51 � VO • W 4.,jjzOWM±YN•�ti,YM►+•al !.a YA' JLX•NP•�L�T%I WM.►•`�N».wwO • � e.+ J J NOTICES ♦ a n s w n w w ww r r •r w r � 2 - Vw �• r r � w Iwo tf i N� r TVim• A= a w •rw w � w.Yi IS w r w v• r0 •J N r OY }} 41 •s e E �f rr O i S•r'.,;-g U. �• ?w tic 3 ,rj S .:7` AS r s O V w SY Q Y S r Y•• w 3 Y 3'•; r r '�$Vg4 ` wo•' •S 7`et.i= cru nO�NAl n' _e Y -.I aa$&a s ;3SyNp�Nw�•j♦U �au�j��^•%e��nya `.� •i„ uov�t�! • K O C 4- j: r`•�?:r`•�M•..iY �MF= cv r0 ♦•s $ '•V•' t•s-.%'u r w 6 �:r•i'r�!O.ww'w'.i^•I w•y:y�' �V!?a`.LiU c��.0�. N`9yM��q Z �- � u :=� u%t}•� s•`:s�'u�owL..iji::�C w4Y%:?`�lyL'3Ca"p arG+i'�ia} Q O `�OV.•li Cr•MMY JczcCi .:t fir•w �.I r•w:` �M �Vi p r 1 � � .^mss r1 .• I 3�� •s eo o Iwo .++.A. -24w V r i s1 ? $ 2 s n .Ai•�ww a. ft n 6 • � r w w00 o w n Mwm -O w 22 2 =wM O On.•rw - .� d 4 - = A y w w 922� 2 w $w Nrrww w wwr .M nAw �w ww0 • w .1 wwlr w w ww wwNw {��i� tww ww N?♦V r www r Y wr sJ•�� r �w nw MNw s pp J. V d r �•� M r w r V � V��IY S � � L•U JON� ~-� r � � .'o t: .Qaii��r 'w w��S� wi• U: r•CSr .gam �n:� < �Y•I{ w�\r, ���4 U�.JYJyY�.�r .• ♦1•��'%-d lt.t • .n A• iii •+�Yz^'�wri-�"•$��w'v ��'r...o w �.�.iw MM r v.•ay w`U at'•:!•y .��'J�••wr•w.r. wJ : . 9�j«.p:•«:y.r�<r•o-•�ij•M w•�U.rr.r�N. S•U=Yw•r.:•�• p�y•w:i Y.:.•f♦t.. 4+?Ywjf♦%rt34YY{ 0. r 'at? •V w -w an Ps, { �• ^ ••'�tlYw •41'.r 00216 •f NOTICE$ - +a. Yu + . L a Mm ZZ y � 4 A •• .+. Ny w 'i 4 w.•. !'+I. O .mow 4N •�.V A • n'fi�`=Via» • Y3 't• 'Q V-� S '^•t.''li. Y RS 3 VE U�$ •;+.a♦.s'1 w 96 w wii w`;» s•�'•n«U"•� o S r.na:ia p^� !�; 'drsa .• V > ��'.•.v4.�. Vy`M» Vl�w•.whM a te$ Y y1.yU"«..`� icy M�..A„1"'i�Y# ..�1.w.aN��M .'..•�'f:�././�L�pIT'r w 7. �� ":ii'i4rL`vir«V��.3 w•M•:.»w VG..:���ilti�;env • ,'� <`�r.swaGwt. ee'f: r:::•"'�V�•`,,.�•�•» Y .�woa� r �' i r �"�w�d�»'•ir,� `''Udwt.,�l^••va,.. �V•:::•� •Vr wti•l "O a �::•S•%;�,•,e,`—,":.it eww ..es•-+«<�vt' �y n�Y4d y:� ��.`.+ .�.�`} x u ��UNan.n.nfw,"r+rr�h-'s�'+s3•cwii:nr{�»V�»'�'�.��!i::�-���3 ws • i w A » } ..•• ♦,r .w + ' M 1111�_ 22 S N � } w .1l • y � f • p i ~ .N. .•�'+ .Mi .moi• �� J .M r .'�. M St O ' w w w.• w G 46 ! .� � M � w .�•. �o � bp .• Op r.•t Oso e o e �K� am l i t • " • • i V Q r V V _• `�� } .r.r x � Wr,,•jY � �br` ►. �,a i v` t V a M r.6U J oIr .�t`J g� .• 3 K 1 N «fi+'! eZ • � oaf c«•.. U. t% U$!'e�• y.Z 1 • U» v • •.wwtJr�'..4r�J�»i Sr+r�`rljv.%%"AA 5:a � O• •'•S .: v G�y:�,l Vr r.i» � yV..'^�wF id VMN •L y.rri .art! + •� +'•� .UU.; J r••=.�•. .�•!'it+AALQ9CV i � �'» YYZ�" r�' .. !+ +iw .. .J Jam'•'. ?w4 • � KpL a"br.��V j�;r��•'Y`.w•`�.3r pr����.}.4~.ti.•Mt����1�Sy 3� S / w prK�KS6:5 s�rtoC aim"" wu Foa:t.t�ffi:V Y`•u`.VA •�F � , • Ali y�.w��rx�:grasr . i I W& rr ■ r •• • li11I1A9 KO11KR,VOL 41,trot. 1131-.rrloAr,#IDVta@re It. Itti r , „� �/Iwr.+rrM•.•wwwi/rrMw.•r s.�A4.YV/YY4►•�•.MM1.rM+wrwYWN'"Mr.�rr/.Rw.....1MMwY..rM..lw►ri atCW0.Y tao. cAt 3 MALt, ucum Imoo raw-fl i • Mte:y File"!holt$rar•rt•e 1CRtp a Is 0086 FM*lt iM64i..r....r� ' 116800.. t.�p a Nt.rr . ifBaMt lttw Nat F.d. t.t00.a �w ( w attest M R8.0 M i s hNOn tut+00 j i� ,sme lttnR8 ' Asartta• bills.Cs:Vat•Centra MWA # : 4aeMAtaN risaws 0/!a ' c # Ct.s►N1s,LI atrseset t G.t e,Il,:-sews, Late. Laswa, AW 1 t 11.11 11.01• a2.11 .t4 ./a Ram.lot-trt te.Nfaft.slaw arra 1 tei3 1.43• � 1.16 .fill 096 Aeaas.Parer• F.:*tt• Aur i teal 1.010 2.1111 .q *14, i.mrerlat tan Mme.laa at"a too 1.038 9.11 oil .96 flu-mm 11:1 ttilti,LAOS Cara.i•uu,iters, $Ali se, as i-silae•sal IMCIMl+ itliYt labt•,+I. irrlte•3rtuaat area 1 6.11 I.33• 1.11 •l4 .14 * Case 11 Trove, Wall,aa!Ta4,a .110 A 1.00 $1.11 OH area 1 14.14 {.OS9 � 11.10 0611 0111, AW40 We CWtefut So Area 3 .11.01 1.010 1.11 .14 *l4, :as ant 3uusaA apo Area 4, 11.11 1.419 1.111 .114 .l4, Srtcamt clews is ISM on *34 tell Ff ONS&R.% I Make,$$1tatlrela, Yseae4' Trac Ce"Is110114s[dsIpt ss Wig watNs;vaub itt+Ifsfar ant•WI&Crus Cowlws Ilett I.it .113 tr{taear Area L I4.3t 1.439 lots *414 094 Arta 3 I1.33 lost• "� l.ti .ti .44, A►ta 3 IM3 1.01• 611' •111 •I4 Arra a Ii.tt 6.01• 11.611 .10 .l4, 0 • satrl l enter is►p amA w•w. Ineleil•{� at.fiat ths•M$ .t•i sot t.tR i•12tnrriat awl C•WaytnMngt Dim0•tattr aatt s I:iai oar faf3 ` i•TLt•s�.•r10aq F•CAr.N.maa ay. area 1 11.01 9,030 1.11 014 914, A146 19,91 1a3. 9.14 .es .14, • wr•h' Also 3 11.14, 7.4,19 1.16 s14 @0 • .....tr•I••yA•t t1s s4,3a►k 60,016 Alts tar otst 3 rest!tetrl0et • t Araa a IIAS 1.419 $014 •93 *16 A•�t 1 a d att.e%poll edit elf i RY1tna to 1 ffall as Ya6Hlan Far Cesil.3•a 1'a.21ft:.3.1v A tV- &Wg%F* • t• ietat Olaraar(etas t aI. 16 11•Igesl•te•lip e.el t 1.31 der for $.0 larlea.u.s.a.l(Lay pone par$ ft"is l aaAl.I•F�s la s**INst leer N tranw lse9l i testVA Area 3 23.43 1.019 3.10 .l *1` eti�1134•t 1.31 t•Ir boor u Yaul•Ia rum 3trIAtI 04 las Arta i that lest. 2.11 .l33 .14, sew m.U flu$1.4,3 m Abakeru Tioua9 Simi ora.ii y"Pa$•33 Area 3 '•,' L300 Ltst• iota •t4 ,L c per lies u taaum Fant. Ara 4, 13.a0 9LAINl 9.611 .14 .tai4 `' . .a''e� it4per IIVm aRRAl6411ar►s � I am I40Y &aarl" t 00• , ' • ate, •rillOAL UGIST14 VOL 41,NO.US-4mo,Na,Y1M411R 1% 11116 trrr��7 i i 1 ':1:100 210.fAMAIALrate futim w. : f«42h1 lsias►io.Aso too...r. lolls 7AHa owl r,i.,•a•a 1CNIAtt It 1061. �' :a�I'$M 010e411911 Mage.* ! iwNA» E-I .� t il...ts taaonoa Tarn is atf•1t►lagiti veraeit lonr Not 11 Potatoes vosrn aria •: ..•• a.g:w. !�. bw N t a F0061046 10snllso s.rl.s MN.!A ,�,.� (oarelt skill&fe►atat Lr est• tared naufa)onsite is tortct rot &hitting d &&rags,village ill's`a it =at►8ard1 ttwe►ea11 t+,:•teat Wtt craft at to the t.irsa+Osiet tr.nsi0resuar 1I vital R f , a Asia t 11.31 61.0/6 11.14 .49 .14 lcssesmt,sattstals a at t Alar 3 1.11 1416 1.16 .60 .14 end teilltes •sea 3 1.St ING, 1.14 .69 .14 ONttlErtt/NrcR+sla &ser i 9.61 1.016 1.11 .40 .14 Asea t t.s3 ,N 4 1.41ISM loll A. Arts S .0!s ,4s tool lot$ •& stoat fetus astc►ss tpt461i Ales i' 10.13 .41 t.4t tot$ faits+pi Olisk irs4tsa► stat { 1.10 1.010 1.14 As 014 Asea! 10.03 1.01: 1.16 .40 .14 C,?valet Nothastslvetell W%409 Apt 1 10.33 "orb 1.74 .40 .14 it Ara 1 29.13 016 1.36 1.11 Apse i 14.40 l00%* toll .60 .16 #.148 3 11.33 .ti 1.So 1.11 •s► a. Arts 3 {1s% oft 3.71 1.13 • pati titaari tieltori Voidet hut t 11&13 646 1.34 tots PROWS rti/:tnt red M61V Cetftivattet ?+ Asti 1 o.is 1.41* 1.14 ,46 .14 Ara t 10.10 1.01* 1o14 .60 .14 � 1Werkoat,tat6peoptlled vesselst O spa 3 10.16 1.016 1.14 .60 .14 ssst Cpetoleta WM .16 toss 1.1$ Apt i lists 1.016 1.74 040 .94 :rprsaa{ ClasuRsll Oisseat 466+.&%toes 4081944%94$ Clt1r Na I6 sf 0. tate, $a frueiss 0 S44f cats sits i 10.61 1.010 1.14 .40 .{4 ' tad Susumu,California ssrA t U.09 OV %.0 .60 .14 Ata 3 it,62 tool: 1014 .60 .14 Ate&1.Vt is 70 seat atlas... eat.Cs Sett Ata i 1s.0/ t.0ir t0i4 .60 .16 Asci 3•halt that 10 seed atlas is aid 91'elutlt3 3 seal 11.66 fess sold Ga ff. • Am 3.,Oautte 6f 10 teat alit tat alt Ctattrl. • ' Apse 4.Ai art+mossiat is ist atlas tau 4102904 69 hs:ahs . �; ► attitudes 6.30 toe Rest to swate.d Nutt•cad Vat ars Sat. • ri./ egaim At atcltlib vat. al. NO %Is-ta1PAr. "0101"4111 to. INA, s' �.....sew.....+....+•r.••r.rw.�...u......�.+..�.•+�.++•• . :a' 4WAMN NOTICES G1:GT j r .. • � w w •w 'w w w w w w w r N R 1S Zia S t \«'e�-•�wr Y � us .. �•�Ao���P s .1t y � O a• r r �. n V wrra�a."� :.rw V~»yyY• yv %'• .w..-� L1 4• .e►•. n) .�»� OwrM - t Y3le vp a�w Y � nr�i:t���•a•ao =�+s� p� � ` D V V 12 « V •Y Q F Q J e Q^0)a L V ~ ^ � ? tY re�`�� ta'�. v walow.I..';_•.• ": u:. H' .. 2 . •s w .' JN . `vim • .� ..». � Q r �q .�Qi• M s.�Y �n 2h,� '` a« V .^ Via•` it= a' n � .. t � •^ ?$ �� r• !;� r as y.r.� «.��v;• i V V:f "•�'„ ry V Vv' e.. a fi3ywo.., i�;a ay•sR » � < o ?a 3� �r.�a ��� T3 CY .a.iiiYi3K�►=cJ { s v r 31 w w w w w Y ' e n iw w� 7�6 iriiYw':SI.'�r; � •. V l�.r `) Ii wiJ•r-4•i:lr »rr Jl� N w`C wra$x!» •4 .`r x,•� � V if %j:t:•:a=�• y»�.`1��« Iw'! �•i�.r r : •Vjw "� � 6 3 14 i b1 •~ •w.. •Y�• •�1••.a y A } . � S vV i'.v» •�• y , .j»rC iw•N a. .`I,.: .�uw �•w N V��Y- •': Vrf 5~y.:sl V»:•r!a`i'-Y�l.+•.,. ,mow ate-. N 1L .N,. �a•�=:w4CM a,7 r r�!•r •r••J .Z •v ^ � {/ ar q7.L.:r'4QS.r.$.`.«::J:!•.� si•!4.~...:1.ILS:.r►1! •lyl Kr K. 00• i • o s r• e i r • T N b • ttoicts 32 • � A � Q � � C Z�$ )•i'• A A N 017 M.3 do tJ a Alas i ,� ltMS oi•'r r � h �alV�'wTi• ZNe+• � i 1 �! i1•�r•> +•si Q«s^� n:t.ter.K ✓ ' 0Ir•t•ti yA.•;+••yf • dt7fL ♦..i•�^ ..�"A rS.MTV. l •, rt W •esu•, v .:. ✓pe � s: � :•+tl.:i..�Zy�tlk• � •( O MA.p'4" y���i�•�� Ad V •�a�� �a�� ��:3 . u / u J 1.4 •� Y •+ KiA w w A w i A a ` So* 1 : M w A r N ilk sl kc 0 A � i• w A p' r �•2 • 7r A A o .. � a J •+ > 1 r ill'6 Ov �"i.r�i,'�•r•Ji N'1'••i✓i ri <� V < ¢r w i►a '�I p.`•^w.r�+'r p��w>i Y~ •i9 A V mow.• y, �. �s �••1• •t� e1L V6 V ug Ky r�+wrt•.ilp.i Aa►:! '•. r,•• > V Y �V %3 Yii� r�iM y�, V �dyA �•.{t�.-�.Aiy �y`•� Y x =Q n u it • .i• :9 iA Y- Q Site, 140110ES • —.""•"".....--•-""""'rte^"""....--�"""'"� � - a i � ��' A� w r t rxi• w • a� a�} /y,�AC; vNd w r�S pVw•:yIy��Y" •'�.A i • 4 Mw •+ V )Vy va R•~��\,iaN .�. .�ii+=JN V�„•i•.}•,sw0} •=.`.orwi~:,, "'~'r. ~ d� v�.,+.a.•Y„vo`r• {•i•••a-i5:•y`�'""ar► i� Au'o tb re 'I�M�+`�v's ri sb•s.�'bJMw,+ ' O v 4•�Mt�o,u�l„- V v�"�KM r=�M� • l+ ���n Mrq r .. Z • w q fi •^J"• A.-M, fi i its, S'4 Zn l I$s.1 i -'V A pj •►:'.V•i J•.' •s�g •L r-.r.•.s •• �cl4, r � ts•e•r w-''I~�.`��ir� .mil}w`s:.a++'"��iwMcu .lo'M` i�^,•�,�'�r . mit -,.,a-'s�ne.i/ttw`r•.�w -'ii►,dO�x��^�•i y `I + a i' e'•�4 s Y. r3 it O 4 ore > O• `� yi��a�w.r•,i L aN r ti .3 S�a'!►a• w{1:S �!;.w.•K��.r.N!a ..,. • ; Q p �p=`�O�-ry• :sZ`.«.wA Liz^V��r:,d}'�� os•+°.wi - a .� • � 1f V vVwi r Y.Z. inw , Mr`1 ' W sus g g ...-.--""""��'• rr V I w i a Vk •t •" r•: r qg O~;• MY •� Ami•,• O�LH� tl. �" :w`iy/ •J - . wyn/•S "'VV'lCri 'w�w••,r ,�i..a►•.,'svov•� �. �i,i`yA« Y eJ�iM� ••.,•�.t�r• 1I,•wN 1 IH wM/•N•� .o• W •� ♦� � A� '� M Y ice'^•M�r�+�• �+ y ^ N 4q�,�h M��w•:.�,4 d�..�r .i �js wo..0 t•„`�.�i�-+� . �� ilei d r• :t "' •lyrwh� �. • < W w• t1?rw�.�'�j w��r 7w+'�'i 1.n e•V•• ".�.•`J� M 1 fr«w^.Wit` NM./a'=�iZp~.oiYa {} •„s��VNN,r`J!�♦ w Y- Int • • �„ � Srl�ww.i�itwY�'a 4•-.IZ«y r,�ytl J�':wN'•�iw 3r � - { V VV• .S i.:ii::••:i IZ ��ir•.:��'.{ V'�Ar • W w 51:tG6 Notlas ir• • i w i � •�..� i .''•.•w s r r �• • M • r122•I • r r •r.• ZI w •N w y i•N Y + Y•••N Y i! Y M••!�•�• i• `•w V ••i+• •!• , Nr :V Y••`YN:i(!• �yYN r' •w iY { w • Y yNY • y �V`•±•w•�Nr,.ri w». w::wNrw wVr •Y w AN fry� r Y Y•y•r y Nr r Y M •� • .•f rt •Y i..••N Yw �•YI AY=M • « Y � •Y M y • Y Y w Y Y w w r M d Y om• � A J • r V! .•j•Y N •r N r !r •• �y! . M V•ri M.•••ri • •i.1 rN,•aN• NI.•Mi Nr y 'NM yqY N •I• h w r Y w r•• T.• +•R r • N 'r i V�Y N N N i �•.`� wArrr \:J� rIK r :NV .. RN _ i.\ w •t •ri r• • N.1 L .`• } V • N N Y r t rt•4 i•�N ••N•.�•r YhN� YNw ♦ +•r wwV�wiN Y Jw-•N (!-V N f 1 Tr aZZ Y41\V 1Yr•.r/•a rr f•`w h•NN C ice • •rN �N Iq Md l�aiR'••a • 4«.❖ Y• .r •rY♦i NN N It N� �•••�! +`a• �r� ••mow :V rNV•Ri•��w �`••i�•..I4M •ir t 3I•i••N '� •w•Y +ap yr� rr� i •N N+ N M •rw � � � .I NDN y i •dr'S • w.Y p r N Y • i.i N Y l• i►M M�Y N M,• v•\•.�►y h w w j,i•y Y ti t r r N w` } A N r y Y�»• •Y,`` � N�M w • N V\�•••:»X• `•ti r M w r ��N Y.•.1•• ».f i Y r..�.�I�r •Ny��»i•Nrr d`.`,�R.Y�Ldl w .: n.i: y Ny•i.'•. .♦♦•{ �••rS:�wYw:.±r`.wr •! Nr.RiN •`i•NA wwY •• 4nw -1 '13.3µ�a � w'riN wlt 7siV o•.r•.M•`• •.`r•Yiw+"•Nr• •if♦iiY•y• � +rtt � IIi• Mr , h r,+r r4 • •M+rri•.Nw N Mw 4yi r iN` iN.•Fi• . a• •w:•.irs'. •.�Y� r. y i•:IN vwNy y•• « 1 V Y• N A•ti��• Ir»Y •: i• • A Yrh w •••`M1 ••� •� Y 4 •M ��• N Y 11i • �w.•ij NM' y r • •.rrYsrwMrV�a ss •I\\ •��•.t NJw •••4.+ !Vi r/•Y h � w�N 4•..r.�NY i YA• •I �' , Y ♦ M w M M•N .y1,, r}Y may• ai rMr`ri MM\+.•N NYNN •r• i Y •R �tl•N w A� �.\r. R r I•'w � M !''i«r V�Y q)•9� d V •yr••:YrtV i rr4 �• N YY�•!K•; a • .Ir N NN w.iwY • S i q A�•N d'•Y i N r y Y¢ w :R i» Y r i M Y•i•Y Q•Nir•1vY N NYN M.»y •r•• 400.0Y o .4YY r.I t • i r i w .M•,•••i • Y Y •r i w Y •J) Y T i N Y Y r•t wK��Y N •:•b•w yN i.•4 •Y•• ♦.r•R • aN••it wY �V i•YY•••NY Tw NY♦gghr•.J� �:rN wY4N N 1 J•1Y d•►••• wY•NNtl wri 11r �•ar4.r •••y••,�j r••�•Ni••�iN � Y �Y• r T M4 Y rr• �•iriYV�w+TAVVY�«»rN•V•ri♦rir r wrrar wN • YN N• Nrrrw ` 1 yN.tiNr V..• •N •Ywi • N�rl•MN4•i�r rr•A wri•rY ir hr`•r4h.w»OrqwY„M�NAY•r...r••fi•rr\•F M YtiY«.i Tr•ywNW Y •�Y1 Y. Y M YwN�i IY3�r•Y:•i/�••4•to •dt twid NY •Y V• Yy ri V . A nN 244+ r•••y •N•)N:•••YL M • - i N41�i �r6Y ry•N')Yq '1 yl••NYI.N• •!� f Y Y Y.f• .►.q YI► � •Ji• h♦ ••iRyr hd rrh wr.►•YM Y Y �r •(1lN P4i>• Tw Y•;.•N Y t•iw w w 4 r rg +•O• 2 VNn•Y ' K r As.;. -�p i+i Y r N w A•r Y N y•w h y� y .•••N r Y A r w •Y h • Y i N p V w• N A .! M • V '•• ••W i•s ••N w r r w N O«Y r••r••Y V Y•. N Ra N r F wr. r Y O r • r r Y•Q L I►y•C i w y «r }I•» r ti •r.•w r r y r t•Y Np Y O..ii w+q ! •Or•.••.•r••MY Yw• )r NYY • Y 9• .+I Y• '• •• A•\ rrr Ns•Ni ♦J*+rN..•ir•.. �• it r.r /�y (► wiri (� M.YW r �.• N•tl�• yr•!w T}Yri Y•rNiYii •=Nr •i ,• r 0 •!.•w�• If�I I } nrr iwi)r�Ni Y Nr O YNr«rwN rlA Y i •• .* •• �• JN ,J •tai •YrY•wrw+r.iA4N••r Nrw• r:•y�Od r tc v4 }crrY t:1•Y+w� a S w Vv Y• V M - - p A • w ' w •G�~ 2220222 222 2222 202 NNMx .•. •.. r e •• w s• I •iri r i M•.f • OOtVOpp Ob 000 ObOA O2O OOA 000020 Y L i\PMPM•�M PM•: MMMI •�.1\•M PMMM . M�A\•w • L 000A000 Ob� 4000 000 S•lAMAO 33 O Awwhwhw ww AAAA www Or�004 • rrrryri r rrrr rrr ANN N•►M N•rM Z L �• •i •IAOOOAA AAA AAAA 4 ww•Awia i\i\M•� Y4Y4444 pA0 0004 0OA 00 wwi\wwwr•ww •• --r rrr rr wry rrrr .•ray ww•.•♦rw•irlfiW••or r s w R { w ••'I•ww•+1• wnw wwww www '• •rr wwwiiy«O w«u yrw\♦wl iwi• •Mi•«`• FrVPOOM•'�Md. }= O wrFW rNw � r \124 ArlMr J4.; wwww •i 1•M 1►MMM.O..4•.0...••iw� Y �33 �•i4 J s x o 4of .4• i pY rcc fRf d wvr4wwY J gp •)r K0. r.•w•NNAA•Iw ♦ f • p rr,....rrNw i r.�JSI'i 7• rNw) � rNn �w f •i �►,1►AAI►I�A �Yw.► i• At\.I.;M1 w !►�f.►�! .q�►A/•Ah!iwi� q� • � . .�. ...� r� •: � �� Q Fitin•.r7� s oo22s dYYYY ttq.... q i�tiu.iyUa`t as u•) `•Va)»a•T 4sl�g ___•�•f•�\fUyt�]a±as: . 3 NOIta--S at rl .rta N ••ra• .•r•� q- rrw• w •� • •c`w 4•tiw • , { > NTtii } + - p ' • •w w~~ • iN 4 [ r tt« w Yi•V •wi { � y w «yu.• ter.}.�I{ M O �M �` rw•M `•C• wN u O r r wpVw •�'..� .iw.• Y w•3 ^. i��r • rw •� `aim �• wp .+ � .`�.y« tic i� ~ uv = wr �, • .ci r4r Mr : t i � r .. Y wy i ` .c tT•r•+� s wyu - • f � O V w p..,. M R rrr iM `•YJ ... M Y C oqi • 1 • � •O v }• r M Y w w •f Y� •. ` t c • p ` • r ri rsi •p..� ♦{ s pr.i�r p rr a ii "I= - xi C 7 - • 1 w i i i w it i> ♦ •wi:rc ..war+ � i ! V 7� � � � }ice �ty Orr• ti}rN r •• ytt s • • •M q .4 V �Y• i w i +VCNM�= C • O , t i rK•6Aw� it lir,tr � �• • � w • •- M J « `= JrOVClrgy 6w `«rw•Y• � Mo • • w • , Q 4•• •r •M C•r R�t • .t tfF • •4 r y s C N V r Y♦ e L r r•�t � q i go ! • V Y tl••q"�•C C,c M tl 4it J V 1. •;., a.....w.. G w C 4••w 6 O.«+ i M 3 Y NV •e oar a c"♦�.+.ew «yy � � ,. c r w•.a tl a y e i t � ♦ e ZZ .�.w .•.'�^wrrw rr i r •c$ •w• a .. w t J»yy.Ci fC>•�,Z Mli+O�_ Yf ~M yw ez r wJ Y j Mi •+xwi laww`•O.M: t K• •K.�`c ir• Y M� I • r t= �Y rrr•C rT w • w Mwr Y i. w � ! _ . •YwLO• • ai C•• •w •ti r • • �`� r• w yrrr • ?w•i•ti::r • } i u .c n 4a�`.i; •awi a. pY :•«Y"i�� � qu r � ,. .«. i « a•M wY:.Zt 271 •. v7 --.--— * v Mia • r w 1 • , .,-Y V v tl_M M 9.,r `• ♦r.• � r r a ti ii• r zz tw OC }.. �3•• M V`r �V�:S��� .wK J i .ttt 1.•.r �••+vw Fy••�.'r r ri rV q4•.. v ,t wz ; .Y My• ;r rr 4r•1 ` ••• w• •q�� Z•i i • •• t « wia'r�Mw iZ •+ rw «Cs • w - � J 4 ��' •4•wV .t tt• i .i•n 7�w C M Y� it rq Z. r•, wM�-{w w , �a Mw,►K�Y�M s.4 wr Y yw : rwv "ata •:S i. «4 ^.M w 1 M r•r q t r A�Y�f�N r V M M V I i• •♦ o ``• ^4.1"°q•a4i aa�•}," «r waYr M.«:: i.M .i= _ w.w. w, Ar ` C r. N w:,ri Yq t:6 w M• t• t)M �! • i Y:+r VM+a:.•iatw.wt: t�:i v�•t'aiw.w.:C vwM v• �w `+A y p • 03224 s!�►► aonccs Kx vj�� a�.�.�•:= liS'at "'�� 'Z•�ri�'a +•�'x'`•i�w�� a Q` � �. 1•,.`, �w it•J r�1r 5% il •�ruAlo=X w M �• i0 =max• V�yy•'` ~tiJ:i wL' •�••••«�r i••<C.s=Y.•w w -tet•.•i "•^.._r•J= •,Jr�• h •y= .••i• w y='Awt • f Y !y wa:i 1:�►`F� a••a� �..�:w I.C�«•��:•i77 w,•• . ' —n C�Ti1•.,•.7 �y.J•M � • + a.n«rpF�«A�i.Ca ••i • �^ - u�wt ���C�r `r•.M� �;.'�d C:�r•• 1r tr�I7�KE .—•,rr �..•� e;\ P:"-•�:F, sN•.w wqr.. •r r�rt:�'•nSe w ai= v27,Jea•• .\•::\:i r Me —.!7•• `u J:'•�:1•iks� '�w'•� i ._ ��« •' r «-• i i•qq ,.•.� ••. ate: yy••'s w s n't4 •. C i •�.Y'.i �§V•• i/5.:ti.•M t••r3j wirtr i•,�`'•.i J.ti,r(�w�7y$ _ L � Gr w w••• �s 1 ,` �•.} }y:i3v.J 7�:.".�FS .ri ►'•�• w.t w�;vu •..•1••r ySw w T 47 T T .� �••\•�iYY Q +'•Z ••• _ •1A Y�� �+ • .Sn ��E;r 3:iaY+r= x �•• a•6o `.. "y�7`—�'�x��-•�•• ! w ••� � 1jt�'+•L f;fZ •'��—; :1•�i� wV�i J— �V...{{ JJ��vJ. V wCi ?�..��♦ c:�'An FT ..5� � SMI2 E,+tj �'S'�V`3 fF Yes•' YQ� r4�k •id j .:f- x <�w LJo �,•�;.: = e `t'uy V`y4 'p�_:'. YQieW} .,. n `Sa eJs'.tr). oEOa'�� �SS.'.3 �a�JVa• �{3:cvi.—wcii.{7.'i3••ilsVa � ! M .. ssij 0 r wi.•••O♦OOJI».II JIB � • •h hh NNN N•�Nw NN NN . 0 r � i•ippJ.•J:.•VJ•)Yw Oi.O IL w G e• geV \73weS0J•)oYA <TeVV OV93ooa t L < R • NMN Nfr liNniNN NN/•MN O ` N � r •M�.MMwNNNw�1NN NM • wwwwww wwwwwwwww '� ----r.•r rrwrrrrr - N • w • Owr-hw hNAwwM1•ww _ � JVhr ww-ww•••.rr� W O------hNN----- OwJ-hwhh�rwh••w•• w Vhf.)-ww--h•�rw0 ' .i. W .Zz rwa�w��+'�—rr��� N --- _ O t gQ _ T • .,S ' � fi a: • • 00225 . . . y 0• K Vie �RJC?fiYw+.lwrrrrr �i . W sn1►.►r\wn.\RnwnJ►.�J► T} g tt6.�.6ee.i.'.ddte`3 • NUNNUNtiONYNNN1iO •a • s i I F ��y+�"�r•r'-"�-'�+-•�•'�~��w•""'"�' • .•.r.•wN•..•rYMM4•rN.•I,IN�.•vr • I w•r rr br N••r w.MrwrNMr••ya-.r••••. . DECUICAINO. cote-IMI rata 29 DECISION NO. fz ";S101 Pole ?C%E!t LOWNAI !;TOP:MATORS (Ccnrd) FO:ERl; C7:RATC7•S Msirtl WLAS 1 a-t III (r.?E a S 1 Ar f:11 Mut"t P::•:r;b:•;W.I.Xlel lrictit+) Unt;t f«..•:.x;a•:1,tel Ve ••) Cro.p 7s C;n:sete C-r.tl:r e•Comm-f a- .7r:!<er EI7 t;Wiens morale/ Grsap 10-As r:e:"t(•tin A&I U.;t-or t m •t!cu.Its.mr.t.h Cos-+3t•;s+tae;:,r a Ce•tr:se Ctr.erar.:1:!,•t:s1:I D•c41!nr{reery Dace+r;t(;;!:t3(vi s• .,.t,r•t;;t•r; It-..rt.rr.e.h:e-3.•at::+lack. Dal Cr.m S.'.rets ra:str Y.er.Itn Pa-ip a•t:r• lar t)pasl Gantry:I:d:r Mw aid Lamle.ow it UI e;i.)t.m.r•e.);Cou.•t:.t f-r i.e Iasi for s:M.:uh M)tra•Ms-ztr ler sori:uy ASsttNai Naar I7or mate drumsh • Au;eo(r�to tn01x1aYlet 1 cu.y:s.)!star.• attatrosis etates (set me L!I!.p cal.186:1•ars of};rester 114006 lt:�sa:t,ltrlrer.Gteoee and t3 tc:a,llomMerAta!ut Ca+:rtk C'athL•:I lrj I L+t r!t,A.•;1 cu t.r.ar}V.-.t at►:111 M:•t:t%horr•+e::at ave:at f teaar pith or 10.h Po-:r Sairtl,,CIr--ths.Gr:;::11,LI is are I•t:a:.j 1 ea.Pla. risys:e Ce-;•r:ser tr••:.•at,s•.1 llattr-a•t 6re.l.w.I v:h no.astj nr e.K Pe.or tett f;s-t:1 c+;:tS S:f•tre;s::tt:ss-.trpe:Ils.:E s.s+Ce-:est;r Cs-.:.+ss.srp fy t:ir.Y.•;:Iser.lr.t l;tp1!inss on:1h Deeice(ccnitr n•ttlI.sr 1:to'. !ei!•;rapt::ts Esst•slpt Lift.-I; F.14 C.t•-.1 S!:ire t!•.cisr jeep:t t s•C t.rxrst.1k P.;t toj;p 83 Cevt:e(sentar itum)caret l3 twit) kart: t:r6:1s►1r:,a:.6C:i:s:;; t:e:1Fr:•6;ar11,2+PIs+tl1123or •. O;.rwt:r 1:x.1.1«X+•1h!t!1•trr:ode:trvrl tree I.Inr•4•rlei•termer ' G"Ill Av:orna:it Ccwatts S;,p Ft•m Pavers AT:I-+tie PMrs aI Cu or 8.111115 tor-:or hit'r.:t,C.4 1s1!•srep6:W1 Lievasmi;Gr.9t Plop Gua;erl Ca:•al Pi•Eer Cr:•n L:::»:t:r:Ccral 7r.r..-try Ca•�:ir.n-er 3.•.s:•e1 Cyera:try$-,a:l Traetu(.6th boom)Sell Timers Trash type LoWer w/l,:c�m;attic:�rerst3 Cra•.el l;vtr 73 t::s a�tI a•t sr::.:�(ft7 taAll Conatana FIIG:I'too 0114 Aa••ro-tr t cu.It.f.r::a:r(6sa•ch Cts.I to Arrer•Cemr lar t.mdt►h A510431 Flart Ln;nrerl Cui•i:►•Plxe Droll Trovelitt 01.•A•1 or s:n.at Is)16,4 at eteri N••:.•t Cat:t•st F pi Lar.+t%,It'VII 1:6srt►and watt#O,eratsr Conuete' (ave►3 19-4h Le::tr firer i tits.,iiau I to a•e re�:.•E 11 .vss.h%a W L.tai.antt•..s.;stir tslOertrllsty.•j3rd•:lC,+•rala•t�talyDetf Mice Kla-toEitshra:•rSrasr.s,C,s-6.11.;1/Crt•:.•tl,a$s Its. Rspvmv a+:{•t e.esrt Ile.+Sea!R:ic••.ne ler un•.larh Rwman Laudon G1.9:•4111 fewer 1 Pt.s!0 ap is a+t:611:.9.•21 ev.rsU rrr.e's Aasier. Lt:it•(:p of t):1h Mass..a.ed Tre:th 1•611.11 Pxtas:e Cres•L!A and t)rM cath rrevinr�ora•:•!res t•1•:s.;:o;rs;.rs:s+,.tr wast a•I sae lues•:;i.a•is•i':I+Ca:I Fat tit ford l:rtr.a.t•:n�LvApr-co•t lap erfncrt K•a;arsl`:p to u.s.n::.s.r j f)ea.)tor.•1sr+:r•v.•.e.h 11:f• is s.t:+:i.s.•j t)ca.)is."arra"or.r.e.)U1.1 s,T•M3.a •11,72I prtpa::;!Cor•.;.:ttar Gin or.�.;'e era;�a.Ii pc.it s:.:ss S.•p•a c•;.+o' il.a+!a.T:a•I R.e.et lues Dss:rs 1+o1•;rspr.:vs Con.;a6sor wish Dereq '• at+sc•t:ret Caw.•corE.:j Sra:+rt1 t-rah uxrm eer:+r•s1 f.•p l�r, S•tt;:aa:t Tir,.:tr 1;.::116 4 racer ti•e:ar s'6resr r;a.3^ends Traetx favor icentrele or dip.0A Tamest Cal is To;-if Cris,is vtt:it.69:9`116 1164.1 Sit A11•1 Vat lot toRlae•»rel T►r•011.4 Paver)Twel Lleto (7+II+rx atea:r.ee a:ttt:h Umntsil Lrr::tr o s Tette Ct.u1 U-1 t.rw:ar Lar:•j tits:+.+et+0614,1 Ctv:s•nrter lana amor saintly Prymi!{egnprMtl t)ptsq 16.1~9lteav4tar lap la Amt:ncla m tai ce.111{•er ro.►h stu:67 Glme loser 23 tw.$) Cie.?h Ca-41 F:r;tr 014.0 D:r•;crl Cr►uts 4eotn C07.:1ratlen Man � art CIF-;tetss►'j.r.teh Cur::nar:o+S:.rq 061.11r 4n.1ror C1ta+ty Ili jhllno .Group 11•A1 Bait Co„tai 4,ein;r.+csis+a.t.%Yrtt{latavalmh Cmus C:a:t•4y U tap a?.:arts:h Wi ho'.111 or sn::u SSS it.er attrh MAN (oror)33 tauh Logger abet 11 ev.)tsq vt to Lis tint;at:j It 1166 rts.>s � 1 M09:ru:tr tire,rail of lsat4 trxh Tractor WA heom)(D•6 or Parer Move:a art Cragt.•es later 1 Ce.Pet.,►n•r.a«I F:Lor rated 111641. lar;er a:t sat.ul purpose 94th 3tarksj ttaeLr as(t wets ora 73 ew 146.•attacir;sv y Wiled laeavals r(over F;4 cu.tel.per how) Cre.1 11 9:11•+99^11 lac1t:.Ar1 Yatti.nri 9r{t;t Crams Car1.11{I for , ►»»s:a:h C':1-•a:G-1 As- .tac'.+ti Cma.-411:+140;,wa a+d Loiter 0181110))•11.1 Lo:9er toter 13 cu.190 (.p to a I eV,Wk 111 CO.19.In t.c.l;MM012 eleratt►s,1;4910 its:c.: e•�•e pi-.t•t era n l:.srA Cs►riea Bar fie:e 1111=i ete4vatiM Des I)•Co Operator of Netim tar(rMnsees inuaella►t,aorsi%Room •sr;k G.�•t+s:a•o I\t.•r•i!v;•+sirs C:eru6•{Lra:er)Heart Dui1 •08iitnl{tdluthmoriaj lse:paent Rt:s a:•.::R,;rxr:.i.•;Co.$is,fe.re:t.a+•sr'srsRcmmSr.» to fs-,ih K94'00,1.s'ser for I.*alark Lilt I::I AW'a-q lV4.-Iter]and t ♦-.;it;+1!s':a*.-r 1:).1.9;1 to era Alk".01 a 1•s1.h lotomo:ive • . (:ter 1:1•,1:49(%.'.!a er nb.:t::a%Mth.t:eti;.t Erg.ne li AT AS , MatIcre.Eae;r:sr ccure,CIO Iw wIC1.7r ser.;•irh Fre•strets mire i::;;•r{Mm'&ret Fitortt.r•Ct:ns Tag(tie;l•p o;t{tct I:Ntlnjh Roble. ' • ai•e:S.•:;ar,oe:!•is::,r,!ia.1t:r troll,ei:.h S+tittle Cor Ire:lalm ' ' at:t:s-!1 $:;tie trj Aa Scrout ora 431t4.1 W1 31A41134,(P t:H or t;:sh 3•.a-.a:ir t6a•rsn:r vitt-autocratic epch Tractor,Com- Prow 116:1 Caab.nalml Trsca La)trj type earth movirt maehiilt(slnjk o+Eirw•ith ta.+ts:h scra;ctsh Taws 8oa9.r,j ttNiary VAVA=C0e3Y4 P)anq ti'A1te7 Craft('V to U4 41S)1sCn3 E31oce) t • 6i • FEDERAL REGI3IU, VOL. 41, NO. 133-FRIDAY, 14OVAM394 Its 1976 _ s .. \t•:�i� NOT14S �::::rr. rr• :: : rr.ri~�:~rrM r/•/:M1: '���/�{•h r.Ny»•• »Y.r`rY r. w` _•YI `.M�4•:N y✓•.r MyNFr� • \M1•. .. \� •. ;r`rr Y1rS••.�r�A =r`Si�`Yq rSr • • •� rN•rr •tr:=r =~��:w -S.ij Nr {w7't. /N � w•J•d►:lt 1A -1; a.?Nw / • ---Lu A ;w • w + w + w w w �► .�. + w ♦ w w w w w••wr+ w �`Y•K w+«�w�w:+w�«Mw w..� r� «»r»w»w».•rw Yr wr�w.\..w..»»w� \\w •i r err .� r' �wr�✓�:C r.r.^•.i-r�rl=Rr• =.••.:�r'.r ryr+•• SS�iirS� yN.r�»:tiCn•i. •: ±S••S �•:C til:�F+'.� .'I.�Ate;YrMr�:✓ :...r rr+ r _ � r�•r ::_ r 3 • r.V lM.r iV�•••r�N Y�rrrY Vrr Yr..•♦•.•r.ri Y •V�r qMr • r Y • r r•r1`r i`.` r. . i V •rd Y .» i \i\rr i i • • • - • r r rS=r • =.r�r•C i i wVw!. �;ri`Y r r. r ✓�irw 6irY Y`V`.Sr.6 • a r w . y r r.r d M r. a Y r r. .M .r Y \/r.• •V YiY YAY..Y •V.Yr.i2r •Yi Y.Y.YdYi YA • .MYYrr•1 V♦Y IS • V.1 Y Y Y Y Y Y d i• Y Y Y V •V Y •✓ •�Y V Y• V r • • . `! Y Y Y Y Y } M .7•N� • Y Y Y •• M Y ��. M j .1 1 N M . J�a Y Y Y Y Y M y r �•��• •• :• y �� :•`r � •• Y Y Y •••• 3 i :i .i M M .�•; K •.. •6 4 N .T 9C • !S ••� N M SS 7• SZ»$ N R w M r N - � � i iS.N =!{ %f✓ •$i L •• \� N i �riZrxrrrw�r. Nw.:r� ,h'. Nr�r • � r - c�r Yr•:rNYw.✓`.=:r`.rYrrr..rr•r•`rr.w�NrrYYw rr!..`r.w.r✓w yrr`•./r.rr Y.••. yY•rrray.•'r•\i�r�.Yarr..yrY.'.•r•Y.rwi�iAMM r.M•rwi.r+S`.ZrYrwr'S!••YrMw:`r'h•2S .�r.!•`.+2`Yh"Y 1.YrY.r�rS1•3•MwM•.12 YN�r.S••�/ r.........r . .♦ i+ Y7r► - 'r• r . v\.Y i w.w 7 w..// . .A j� r • !7 r Y r •y.Y O��{•S O N • Ji�:iY ii¢.iY ii•/YY NMMY t:i �7R�1«}IiJ iiYL•y:i j•:i r:1NJ NYb YN}ii}'6 • .Q .•..S.M 6.00...•1 •f. Y•.......••.•.. 6 Y•.....woo* N -` • Y"YYYYYV tl.�Y�r rMr.Y `•�Y•.Y YrYYN _ .��re aY ••e�c��+a e c ee cyaaec� eys:� saY Y'� •• .�• • �a`s��3�..%.`.fs'a".FN.'s+:�ixe�����,t.4.s'iac�.i .'�..:.i..'�.a`ec.'S •.Isa'.•s.'s - > N ••N NN••NN r••NNNM MNMN M tNM••N NMNMNN/•NN MMN/•MM�•MMM MN Z t • Q •1 A i f t • w s • w ` � Y Y Y Yr M\�r\jw Y�YN N Y Y Y YY •. . i w . YYA M.•Y.iYV r N A wYNwN:ry Y./Yw Ytl•�.•HI.r YMYM • • s i Vr •~••`.•••r .• N ... r rS• N w eV`yr6`r•r!Y.='..yr�Y.•. . N� ••Lti.Nw�a.•i •.6 1Ts`•ifN .e-. Cwy ` ..r• r r `w` •.0 g' Yryr.r • �• i Y;^ : }� y•;�yi�.M�:«- C 1�+N=�:irY��wriiN«�wwMw.I \'•^A3 .:$ � i:. � ;� w+mow»rr waw i• ..+r w«w«w»•w�+a+�Mw.w.Y s.• w�«y r •)cc) )6 6 � w VO V "rte •�V+i��.SS YJ-Y , S I�. ✓r rrrYr]�Y 1 r1•i I.• i5O O dN Z r A..S Y•Y 9 Y Y •r• �•w.i r ter` V •rr S✓Y.+r+Y F r � ✓ ✓ r 3 -.rr . .Y'.wv •ri iV•V.•.r•r•r•tir ••••r•�•Y��•♦�•A• • ..♦ • • .Yi •r•r may•` = VC }•• .r`r. .ryr r r` r �ty.. �•• r, `NS` �r�%•• Ya»L r ``i=i rid ��Sr e4. •r •� . \s Cr •-� C .V• ~.vyYYYYYYwr✓yVyYMYVVr •YVSS 3.S• `� � '\ `. � N.•i.Yo J•9�T�T»... •�•i wi.•Y:•N:�tl}~J.•N yJ,�..•,•y M?;yi .• .V r O - !j r i N�pYN\•;=Ni. dyy-¢-L Y7.13S-N 77.YriS•�.i •S.•Cx N• .� ��r �SYNN rM- . .r r r`r•�.dY •I/.4��1 . \+{IN rI w•• rr� r Vl...r r..:Vr• •. Nr r� �✓�r�r�r✓ r .r r r3 S+ +yr yr r.�r�M+r�r+r�Y•w r .•I.•• . r w ✓wryw»A.«rr yr••wF AbyY .».•i•w •!Ys r� . r.». r ! -.r«r •r.w.r..r w�� w. r _ _ rY��..i+`�dr.rM Y.•iMr��•••ir MrrA r.~• NRY NR ...•• . • _ .•':s=wr� •Z e =yrw�wr . . •• -i:Y}xyi�l oONlr• ' •• N r.Y r M Y M M r Y N`•tli w.=`x N ...}..•..Y• .y Y ip.••q•• ! .�••-.r.�••Yyr Sy`�•y'.✓.V.Y \ry:gC Y�Si rf..r•.G R.N.:O�yM S rK 6 :Y r O C»:Y Y r Y�r 4.t••C •:.i •� rJr ff �/:Y�Y SANN� • ~ Gr i~;•�ir•.NNMN`.Y.r•\ rN Mir A•YG•:.i.SO •{• M/INN Y Y N NNN NN/.M NN MM NN/•••/•►•M\.N•./•{ Y • NOTIM 51=' ir ••� "N. - J: «��"� .s /� � •_ rrr:a�� .. �' r + www+S•' .. .. ' Nti �rxrx • N • N r• r--S--e�i N O = w •Y Y Y Y•• • Ar t< 1r•N••.•M ' . v"3; IM: M• 3:9+ .� M A.R�•• Y r ••r .. . ••NtN w � �R } } Y•yY 1 _•J•�1 • r r•??• Yy N�i��+ ' O •� ��r• J.J-irJi1 it dob %r Q =-ail i rw Y srrg"•rrj: • ... . �.�./ �s . v N Y•r r • � +}Y•••Y QOM Yrr�/��•i� w`` •-••rwe• •YY YYr-•Yr; .. i Dior•.1 r•aJ✓.pr yrs - • . .. • N .. 1 • • • - S ti � r _p -• p a r • r r w 7 •hir�r� 3 + �• •��• A = WE M •A^wY •/•/y • 1 •y--• • • ACrr �[ • r 1M•w•ywC�Ne Y••••rr = � C 7 6(• � • Y •V •Ne •w�i // •~ C Y•YC•iC Ya fr wr y/.0 •N ! • a • N •t N r•NSN y• • • C+C_•'••:•C+C_r•r•w• • Y e• Tt Y C•CNaN F/• v •Y•r•r`N`r•Y�r_r r r Y r ✓• E • w •} �y�r•r r Y 11.00 � • r Y r N N riw .• Ar N r MMA -• r • • r r � r f.� N • M Y r p r . • r i r ! >R w = I�Vr• • • r • r p� Ye/: ::::.r•:�.r.N r.• r r r Ji s :1 wY:.°S/+.a. .•/� Sur�r �r rwe r r r• i�r r•rr• c � •r i 6 r N r •• r r •Y• p •�prp w--w r C rr Y 6 w> p /►wp p • p `•�Y wpr4+ � rAr p•Z pr pr pr 6ReY f Y • rr rY• • ! pr 46 • p rYr1�+• it=r Mr_rr Y 1 Y •• rr Ar •.pi`i rr r Yr N A••= A Ar= r +r rrN r rp . �r ww �`w /. • •• g eNr 4••i fi • • v y 5 S C$ x +tt!: Y r• num- -- r + I �/•• •rrr•MMr Yr�r Yr• it N X • Yl r�_YA •3 "�N•T. ✓y r r r e•r: • N Y'/ i --C•r• • a rM -- � --r i •r w • •r• r •r.w. .�-. r R w w r e •r w� r ► r _ �� r ✓� � Y M r N i r r s A r • r •r wr Y r Y «F r r` r + r A w Y r�✓r L. Y • • ••-i •rrr Yr q � _ M • �r C r Y •.V CYC C• r r r •a r vrC«Lr`►� rvrrew aN r C � w_fr•• rrrC rr a a rr rw� rwr,re C ■ e x w r r'w r y riw • r • i].1•[ •rY YYr•M Y+ •YY_ Y • r = rr ✓ •r rrA Yrr• � r • • ir• Y Y Y r r Y���I•- r •••i a .•-T • � r Y�••/; Y • <� M Y } •? � } 7 � C+� •ri r N YrN•-}i }--1 Y C>< Y Y Y -1- }rY }rM M Yom` .Y•.r � � =•- ✓ � r.tir N +•- } , ?•. 7a .• N M M •rr ` •• N�rw N '1•.7 rr`^ii ; N•X ria w >r•. M rr�rr7 r = .ri M.p.••i •-• .:C 7i • i v o� r .:..• .r.4�`r� •s •w �•R.r of�itzrNt-•Tr}rte w w• r=rrr r r Nrr Yr r r. r r r r+X•• . p rssws•:it .•. r.►•i� • i v w w a.--s. w w w w�u".ci r +� .J.r'�_�-'wwf� w--w ,.�� w w •" w wr w�►r w�wr w••r=• rr • r _J:w w:a�.�=rp wi! �•• • rYr r►•• r = _ r »r„ .jr,y.•r.. =lrri• r' :.tl.:::.:.rC:.:.. .. pA 1. r • r rrr r«.. +."rrrrr r rr rrrr r • • -IJ• yr•:.r.+: -•r���.-..�.+•-.'.ri�:•c.:mrr rw• • r}>Ry X:•Nr M}N•-ANwr.l•iC� Lr ••rww•rr`r�wN prwiYi:•7. �►:t} A •r__r•Y_`r CN •, ` rre•••rrrr``�_•+i+rY••• r.+i! r•-•rr•_r r_w•rrw• • '�•/i •r Yi•r•+.C r:i rI•C�C .Y•' L-��• SJI»�;�YC�r•-�r r C=•L--6 r • ' i.r � • ♦♦ r w• ii N. • .•`r r R L r I r ��i/ E tw LAJ•�r.rRR YJ:�rMwT NMw.:ri rY rrr r.MNrr r•.rriritA YY•AA 9 •N�NN/•N/•MNNNN/-N/-/• Y /-' M N N i V N NN N/•NI•/•/•N N•N N 00228 153-M - NOTICES _ f ' s /•�s�Q•9•e.r.55,.cS •5 nyo /:�E�re�5e v.• ryrY ._ • �,Ss�r .: a -�5 � i .3Y � ..� •pe 'Z,�pY• ~p1: •�r�yJr .19//Y.zZ:: 9lr/.u•`�w�g ::�j'r;s5 Sw!"n �J38=idoz.ii �$$=i�• )7p Y 1 � t r.. N.t UiM e/l�M.t NMr•M M•/ _ •� W•'. p i 1 Z = '�.~i� �y �.Mi.•ice .Mir.0~ .29 IL Zmim �-- OIR�, 'r'.•.` ..:y _' f1iC - �t Aii sir.•.- • •.../r u.- :a*• �yy a a d i i R � �Q v=, . .... . . . , ! . ` ! UMCES !� - ; � ■ ' ` I fSo . � ! • ■ s � � } _ - - - - . ■ ' ' b - �! 2 ;a■�-� ` ' - ' ` § ��l.�2=.■;,2 �|� ' � . ■-- -a;.��l; a■■ . . . 321!2!!|!!»■� � » . s■ # K to . . , 4, , § � ,■ _ ' . � ! ■ . _ ' � � _� ■ ■ § .. ; .;; Ialik |� ■ . . E!; ■;: - 3 , ■!!| -ale }� =2!!� � - 7 a� . ! sl=-■ I, k �} ;��§% ! l�2!- a! _ . \��§ ||!_. B ~ 00230 � r • www �j as ao o.s aao 222 959 t _ � .. 22 $S 222 p•'•re r 'pw P•h/. �^ �i w w•i•j� mow•. 22 22 2 • L 1:{"+ e.i ww .'..�..� ,'^,• ."Z•.Z :�'.Z :7 NNN www PPP .�• - r 2 Y NN O w 23 =29 . wM OP w Cis MN%. iii ww w.w1s +wrw .Ois.••i.• P�awi v Z • w •+ �w �p « e"�^ V, M +i gL'�i ;d�o�' ' swa. gC"ais w n X35-ie3 3 C •iti •• 3 w• a+Ex.:.Y...e.:»a.w witseaPi='C vii,oV° c»U• e'CY=�ea�••Y wre`�S_o`»•5cabeo'�`•.aoi53Si:=xyGon - o w � � O • x ~ o M as as as as sa K 2i is Ax W +� �• r'wi Si .ii i; •~ r p w N N r w w w w P ww Z P $ P P P P P P P P P • � Z' • P '•� Pw 4w Pw Na rr n J.P..". � •Z . g� = •t 258 Ellzz 3 AZI • atl? ar• •.`..rwi...�'.5t3 �a3aZ3i uei�.I . s sir •f� (Xy� �•♦ • •r O •?.•.�Y.Q ii+lZ l:rl•` 45 5 OCC._j.erri••Yv av .1•, y 4�M0'•�S.ndi o:i"ry r3 Y.$~aLT•i i�_:t�'Ce�.i»'w,.•w�w:•..•w -u.•`o'N.uc • - � C�Ky���py•�:wOM���~� •i_.�C_ii1S.Y.w i+O C•u�.v�v •:u.I.i���`w. • 1Ti_bF • w3 iY w�ey...•w..► .1 Yw.i4�3IC Z. g�J�4=�=YP,C5��3ii Q1 risry .ft C� r�i M4ZYW 1• tee.r• �Y•W ulWy ' zaa 12 1 6r .t 00231 t � monas 7012 i'-- s sssssssss sss r g _ a z le s s assagosago ass s 21 $ ` ct � air .se ter- •� a �.. « w .00:<S�y��V�MJ��OZ01.r�f♦4g i � - - ----is -^� gg s of<u'us��n'i�8`o►'r:i�3S `ir° E EEE E > r - M j.....V V O V O O j j�� o0o eoe o s s 322 222 r s I - r y = 222 n 46 s z t.2 Ott a Y 2 ZA t -i- rte- -^- • • .. . _ • � SOC• :L1 :� � . 23. `S as;3°5 J:t.;S X33 Y ' 00232 ;013 tii`r: e�Va s.C.r rs ir��"S✓es :EY-- =1 =1 r _r pA1y • c�]l4.1 �r:Y���IIYG L+ �fB:�I�r:; � � , i0 Y 4J 6� Cfi l�P1\y 446i6pp bb s V� w - Y Y «P =1B G.Cii<."+ YaG`:B r'• 333j '�'► . 7 Cw ` Cw Oi 4+�.0� dB•wGr'«�r w w ••• f�.4 Y Yliwr rrr dY ` ii 24.•ir • O i•=� p 1f3 O•a.�f Z 1' � V . � ✓ r wi e••i V4S'.� �� •YY rY e 2 Ilk to ^ of �. $�«off .g:�' e`p�e r a ae•�.•..S,a,f r� fe �s� a r f fr? r+ YereSz<►_ ! 6 6r 0.Caaa 0. Z; S`o $B $sax=is 8"oiOs$32$c✓ $82$ $ OOOD ; n ...-s.'" YY l.•.�C� f cast y�.r�w»...� = 'w - - O • U= w'\•eU •serf. w Rr .� rt r • f d a�r4 V U�- •1 ;»�� •- 4s:$Sa'`�,g✓,�.�.+.. iio.:�•M�ag �•rrr fOr�r =daa:ic'sE=�sf4�p�g� � a.= ..�rr.s✓s�:�� • .r.5�.�'�8e"::':E '.�'ra"ep�g c3 ^+�'ot:SS ,,... s N ��f V�1=c�r`.f. r�yyrt v$ 605 •l_Y O• " GCS +O4Fr"l;CC •i�O tet•p. - r w 1 • ` rC-rtL�•��O+Y��+' SZZ 1 8 VCOu� �B+t6��� • � it fF:O._.\i 4\r iiSr.0+P i ¢sr• CO� ww -S —c+prpp r aa[[ y Y ■f - ' 4 .•M_rt iar w)rii�• MGtYl r! gfr�l rr�f • .+ .• ..e•e as_ i�oo • s LIP UO QQ j EE _ Y` s! a 2�8`u` -• ar «d «SS10 S o 00233 Elm t�onc�s rol9 X11 a as oo s sa as as sv. saa V � r �. ung s s • ••r.i ii ii c rte. .... .... .... ..•. _r r PO wM riw S S a s No o.•. N. w «w 2; ori $e i22 2 9 4444 ww_ 44 e_.:r w w a � s .O. v N • vC GfC• •O GSQ ql w �w'� CEO =Sl•w • ~s�SJ S� V••Vsi O � 6 V [1 � 565�5•„s� —54Soau5_y5=o yaVN ! s W ..N u•cr�_urN �i ♦✓2�N :.3i •ice OV^OY4 OV az is.•••5 5,. =R_pyG b Fm as rw `• i 3ui•u=N i-'.C64 - ' u p J t • f i i r r PPPOOi 8000 O•• +� 1.2 Y 46 l www y» fw • '+ g NN wN M :� NI+N • 02 x� p!•ON P S •SY w�•N.w C; C; Nr O 6S P V V r V ��Ll s''• Y Y G -.(•f•••S N 1 E 1'�•%M S V 6 W=__a3 o�w .x355 '� -:'�L-�'= =:�t�'.S.✓Tu'. � 5{Sauuv� i:..j.G�.`..'.'�7QQ5 .e-•C$�.=a3��•�1�.�►r�•=,i3 V _ 00234 • i f NOTICES - 13711 °= cL:o 10 �' 1 V q 6Ad1y� � • •i •`I O..V 3' ��� S � Y oma' =M`• 'p Cts > - . t,1J_ a VR ,� • p A h An .O Y.1 • t,.• a Y f u yt O s s r ca d O pp to J ' +1y p v OP O N Opt•pi .! .� C� aor�aso '.3= a ..�•'♦= c V � a + `MA a ea O•i♦f+ C O XY ' • M - C'O.Aai NUar L L' .iia iiat�02•Y+4Y♦ON ±y +iS Cs ' SMi r �r r 5Q.ri p "So:aB : I"+ d.rn�•.•�. C' F=i» M!y M u i 'J•».. O 4 rG :t»•.3 Oyi r p a cl = clt� a p �l p .-3:»—aiC —r c`iy-cy a J==Cid.- yip ClV SL♦ 3Y-`ii 6i= +O �•• •NY YG aF O4r yy- JJ � y}t •36l•l r LS V �`wi _ O -:- 3CG ✓ ^ � - S+Ml$»M 't$iu O�CiYtwYO•I 2 f{ ! O YL `i I y.�•� M �� -N SNYF�— '$ Y. YL i-' O Fa �4i O 4 tic-��c" 4• .•!x .g�• s .� :-ti� u a c.0 r3 q..>� � tYl..sUh N-�'r.3tCii»V+��d4ii�i*6*tt�i«S_,NfSM�M4C»Oee•MIi�_$Y. O.,�t4I�rE-pp.t�i u♦Y3��y M.'�^3. ..oi-.u«i�i�acpael pI�LY0O j _-ox �C3xn Y d fi.B sl z •iti i �.p.. 3 b+i4 IOM • it Mm r xmz W D6 • Of � OG 7 b O �•.J B � - • •• 4 G3•�� �o 46 •i Y°fi ..« n O•+ p- Y • W 3 • $og w� vQ may'_" � ` -= ' V L r a�iw - rt eior`I� or= o oto 8 _ rrr•t- !_!_ r re- _� eo.r"ri '°i c; i sy v. •'I•f•►y i ry � •i♦O i • O O I ..� I � .•iN� Pi Qoco 00 o OR yaC- e1 L C N s •ozs ch a aaocc�wa��=arc 00235 _...._...x.;Y .a..•..,,„ Y' .'.t'.�'$FJr3TT+1T'«F 9F!:?R '.Nf':P.n...4 .. u .,.N•.•.0«:.... DIVISION 1 General Requirements SECTION lA SPECIAL CONDITIONS Special Conditions modify; amplify and supplement General Conditions designated herein. General Conditions, special conditions, form a part of the contract. 1. GENERAL a. The contractor shall cooperate and coordinate his trade to the others in order to effect with the least possible delay his portion of the work; he shall be responsible for the negligent marring and scarring and damages affected to other work and trades, and shall replace or cause to be replaced at no cost to the Owner all work broken or damaged, caused by his negligence in persual of this contract. The contractors shall see that their work is properly executed and free from scars, mars, stains, and imperfections and shall see that the work is properly protected from damage by other trades and is responsible for such, within his control, until the final completion and approval of the building. b. All existing equipment, partitions, hardware, and other miscellaneous items which are dismantled or removed and not re-used shall remain the property of the County and shall be delivered to the Building Maintenance Warehouse, 1619 Shell Avenue, Martinez, unless otherwise noted, or shall be stored as directed by the Engineer. c. Any questions regarding the project shall be handled by the Building Projects Division at telephone number 372-2146. d. Building Permit will be obtained by the County at no cost to the Contrac- tor. Contractor shall obtain all other permits and licenses required. 2. EXAMINATION OF PREMISES (Bid Walk): No allowance will be made for lack of full knowledge of all conditions, before commencement of the work. A bid walk is scheduled for June 7 1977 at 10 a.m. All contractors wfio are interested in reviewing the project area should meet at the main lobby, Administration Building, 651 Pine Street, Martinez. 3. TEMPORARY UTILITIES AND FACILITIES: a. Water and electrical power are available and may be used by the Contractor's forces at no cost to the Contractor. The Contractor shall provide approved connections to utilities and shall remove same at completion of work. b. The Contractor and his forces may use the public toilet facilities in the building. 4. PARKING: a. The Contractor and his forces may park in unreserved County parking lots on a space-available basis. b. All necessary arrangements to reserve on-street parking shall be made by the Contractor with the City of Martinez. -1Al- 00233 DIVISION 1 General Requirements 5. CONTRACTOR'S OPERATIONS: a. All work shall be accomplished in strict compliance with all applicable building codes, ordinances and regulations, including the California Administrative Code. b. All installations shall be per the respective manufacturer's recommenda- tions or these specifications and the higher standard shall prevail. c. If during the work the Contractor or his forces mar, damage, or deface County property, such shall be cleaned, repaired, replaced or otherwise restored by the Contractor to substantially original condition at no cost to the County. d. The Contractor shall maintain a clean and protected operation protection of adjacent occupied areas shall be provided by the Contractor as necessary. Floors shall be kept clean, and all debris and waste shall be collected and removed at the close of each working day. e. The contractor shall furnish the County with parts lists, operating instruc- tions, and maintenance instructions on all equipent furnished on this project. (3 copies each). f. The contractor shall furnish the County, upon request, shop drawings, samples and other descriptive data deemed necessary to clarify the installation of work. 6. ACTIVITIES ON PREMISES a. Premises, buildings and other facilities adjacent to designated or assigned work, and storage areas and access routes will be occupied by Owner and in continuous operation throughout duration of this contract. Work under the contract shall be programmed and executed so as not to interrupt Owner's operations, and conducted to cause the least interference and nui- sance possible. b. 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. This project shall have two phases with approximately half the area available for construction in each phase. c. Premises, buildings, ground 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. d. Contractor shall maintain and protect existing facilities encountered or in 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. e. No service shall be shut down, transferred or otherwise interrupted without first being scheduled with the Project Inspector to be done at a time agreeable to Owner with two (2) working days notice. 1A-2 �;i DIVISION 1 General Requirements f. When utilities are accidentally or inadvertently interrupted they shall be immediately restored to service prior to continua- tion of any other work under the contract, regardless of the hour of occurrence. g. No additional compensation will be paid for overtime work scheduled for the convenience of the contractor. Overtime required due to County requirements may be scheduled, and if so, the overtime diff- erential will be paid by the County. Two (2) work days notice will be required for all overtime scheduling. 7. Construction Phases There shall be two (2) construction phases for this project as indicated on the drawings. Phase 2 shall not commence until all construction of Phase l and relocation of personnel is completed. lA-3 00238 4 DIVISION 2 Site Work SECTION 2A DEMOLITION 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, general Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE: Furnish all labor, material, equipment and services required for the execution and completion of removal and disposal of existing construc- tion indicated on the drawings and/or as specified herein. 3. GENERAL: a. Materials demolished, razed or otherwise removed as required shall be property of the Contractor and disposed of off site, unless other- wise specified, or directed by the Project Inspector. Any questions as to Ownership of "demolished" materials shall be resolved by the Project Inspector and his decision shall be final. b. Owner reserves the right to remove any existing materials prior to vacating structures or prior to start of work under this contract. c. The contractor shall be responsible for providing dust control as required for the alleviation or prevention of any dust nuisance on or about the site, or offsite, if caused by the Contractor's operations either during the performance of demolition, or result- ing from removal of debris from the site. Demolition within exist- ing finished areas shall not proceed until all protective enclosures and coverings are complete in place. d. Notify the Owner of the utilities being removed and follow their recommendation as to treatment of existing service. When unidentified utility lines are encountered during progress of the work, immediately verify service and status of same and notify the Owner; do not shut off or disturb such service until instructions are issued by the Owner. e. Removals shall proceed to cause the least nuisance by dust and least interference by accumulations of waste materials and debris. Provide frequent and continuous removal of debris as necessary. General Con- tractor shall furnish trash dumpster for the duration of job for general use. f. Provide all safety measures as may be required by law for the particular type of work carried on. Demolition shall proceed in a safe manner: Equipment and materials shall be provided and procedures determined as necessary to avoid accidents, injury to persons and unnecessary damage to property. -2A-1- 00239 � f to`Prodertyu d.uru d��rw...r"o, uVUry w }.roura and Unnet,eSSd. P J damage -2A-I- 00239 SECTION 2A DIVISION 2 Demolition continued Site Work g. Mechanical coring or sawing shall be provided for removal where new piping or conduit is required to penetrate through or pass under existing concrete floors. 4. SALVAGE AND DISPOSAL OF REMOVED MATERIALS A. All existing materials which have been removed or disconnected and are not indicated or specified for re-use on the new work or to be delivered to the Owner for storage, shall become the property of the Contractor and shall be removed and disposed of off the site at the expense of the contractor. b. Existing materials or equipment specified for re-use on the new work shall be stored at the Contractor's expense in areas approved by the Owner, protected from damage, and handled in such a manner as to not overload the structural capacity of the building. c. Existing materials or equipment specified for delivery to the Owner, and not specified for re-use on the new work, shall be delivered at the Contractor's expense to the Contra Costa County Corporation Yard located at 1619 Shell Avenue, Martinez, California, Building Mainten- ance Shop. -2A-2- 00240 DIVISION 2 SITE WORK SECTION 28 REPAIR OF BLE14ISHED SURFACES 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION I The General Conditions, and Division 1, General Requirements, are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. SCOPE a. Work includes all labor, materials, transportation, equipment and services as required to complete the repair of blemished surfaces as specified herein. b. Work Included in this Section: (1) Repair of ceiling where lighting fixtures and partitions are removed. (2) Repair of flooring where abandoned outlets have been plugged and where partitions are removed. (3) Repair of wall surfaces where partitions are removed. (4) Removal of existing abandon plates in floor and floor repair. (5) Repair of all surfaces damaged due to Contractor's operations. (6) Plugging of floor outlet holes. c. Work Included under other Sections: (1) Removal of floor outlets and lighting fixtures. (2) Removal of partitions. 3. MATERIALS AND EXECUTION a. All touch-up and repair painting shall conform to the provisions of "Painting Section". b. All surfaces exposed due to the removal of partitions and/or light fixtures shall be cleaned. c. Plugging of floor outlet holes shall be with "fix-all" and "Floor Stone". 2B-1 00241 Nunn DIVISION 6 CARPENTRY SECTION 6A CARPENTRY Requirements of,Division l apply to work of this Section. 1. SCOPE Furnish and install Carpentry work indicated and specified, complete 2. CODE REQUIREMENTS: All work in this Section shall be in accordance with applicable Building Code, except that where requirements of drawings and/or specifications exceed those of governing building code, drawings and/or specifications shall govern. Nothing in drawings and speci fications shall be deemed as authority to voilate ordinances. All construction shall comply with 1973 U.B.C. 3. SUPERINTENDENCE: Perform work under direction of a capable, experienced foreman. Cooperate with other subcontractors and tradesmen doing work. _Care- fully plan and layout work of other construction. -6A-1- 00242 y WIN, DIVISION 6 CARPENTRY SECTION 68 FINISH CARPENTRY AND CABINET WORK 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General conditions and Division 1, General Requirements are a part of this section and the contract for this work and apply to this sec- tion as fully as if repeated here. 2. SCOPE The Work includes, but is not necessarily limited to the furnishing and installing of all finish carpentry and cabinet work and related items, including cabinet hardware, laminate plastic tops, and installation of building specialties, as shown and noted on the drawings and specified herein. Finish carpentry work and cabinet work items and their related components which are to be furnished and/or installed- under this section are not necessarily individually described. The most important features and those requiring detail description are mentioned. Finish carpentry work and cabinetwork items not mentioned or described shall be furnished and/or installed in accordance with the intent of the drawings and specifications and as required to complete the work. 3. SUBMITTALS a. Submit fully detailed shop drawings of all finish carpentry and cabinet work specified herein to the Architect for approval. Shop drawings shall be prepared in accordance with the Woodwork Institute of California's "Manual of Millwork, "Section 1 entitled "Millwork Shop Drawings." No fabrication or work shall be commenced until shop drawings have been approved and returned to the Contractor. b. Material/Color Samples as required to include selections available for laminated plastic proposed for use under this section. c. Certification of Materials required as scheduled shall indicate com- pliance with required manufacturing standards. 4. CODES AND STANDARDS Finish carpentry and cabinet work construction throughout shall be "Custom grade" in accordance with the specifications, rules and details of the Wood- work Institute of Californi'a "Manual of Millwork," August 1, 1969 Edition. Materials, workmanship, and installation shall be in accordance with the aforementioned W.I.C. "Manual of Millwork", and each unit'of millwork shall bear the H.I.C. Certified compliance Grade Stamp indicating the grade specified and, by completion of the job, W.I.C. Certified Compliance Certificates shall have been issued by a W.I.C. licensee certifying that the products furnished fully meet the requirements for the grade specified. Certificates shall be furnished the Architect before work under this section will be accepted. -68-1- Emma A,phi tect before - `. 4.c.1 i led. - l uj u l weed work under this sectionCwil ficates shall -be be accepted.- 01X-4-3 Section 6B DIVISION 6 Finish Carpentry & Cabinet Work continued CARPENTRY 5. MATERIALS a. General Unless specified otherwise, herein, all finish wood materials shall conform to the "Custom" grade requirements for materials for mil- work of the W.I.C. "Manual of Millwork", and with the notes and details shown on the drawings. Furnish all materials required to complete the work whether herein specified or not, including spec- ialty items and accessories. b. Plywoods and Particleboards (1) Core materials and counter tops: Particleboard (2) Core material for doors and drawers: Plywood (3) All particleboard shall comply with requirements of W.I.C. Glossary and shall have balancing sheet on back surfaces. c. Solid Stock: (1) Exposed: Birch, Custom Grade per W.I.C. Section 4; for transparent finish. (2) Semi-exposed: Hardwood, selected to match adjoining plywood quality. (3) Concealed: Sound, dry lumber as required. d. Laminated Plastic: High pressure laminated plastic as manu- factured by Formica Corporation, General Electric's "Textolite", Westinghouse's "Micarta" or approved equal , conforming to NEMA standard LD 1-1964. Color shall be solid color and/or wood grain color-pattern as selected and approved by the Architect from manu- facturer's standards. Finish shall be as selected and approved s by the Architect or Owner from manufacturer's standards. (1) Counter tops: 1/16" thick. (2) Colors and surface: As selected from manufacturer's full range of colors and patterns. (3) Adhesives as recommended by plastic manufacturer as best for the various plastic types and conditions required for the work. e. Adhesives: as applicable to work required. Waterproof type throughout. -68-2- 00244 Section 6B DIVISON 6 Finish Carpentry & Cabinet Work continued CARPENTRY f. Hardware: For items not otherwise particularly specified: (1) Finishes: Polished or dull chrome where exposed; with matching (2) Drawer Pulls: Colonial x1802-10, V center to center, dull brass or equal; one each per drawer. (3) Guides: Grant No. 337 or equal: one set for each drawer. INSTALLATION a. Closely coordinate this work with that under other Sections as necessary for proper construction of preparatory work. b. Installation shall be accomplished by the fabricator. All cases shall be installed plumb and level. c. Cabinets shall be complete with all hardware. All in accordance with the drawings and as herein specified. It shall be the respon- sibility of this contractor to verifv all dimensions affecting his work by actual job measurement prior to fabrication. d. Pre-fit and preassemble cabinetwork to greatest extent possible; protect against damage; deliver in covered vans and do not deiiver during rainy weather. Where sections are too large to permit mill- made joints, job made joints shall be neat, clean and permanently held. e. Install and adjust for proper operation all cabinetwork hardware. f. Clean all surfaces and interiors free from dust, shaving, dirt and leave clean and free from scratches, dents, adhesives, or other defects. g. Install all item specified under Division 10 which are not specified to be installed by the manufacturer or supplier or under other sections of the specifications. Install in accordance with the details shown on the drawings, the manufacturer's printed installation instructions, and any additional requirements specified under Division 10. All wail-mounted items shall be securely fastened to solid backing or blocking. h. Install all other miscellaneous specialty items not specified to'be installed under other sections, and complete all on-site finish.car- pentry work required to produce a complete and finished installation. 0024-5 -6B-3- i DIVISION 8 DOORS & VINOOWS SECTION 8A HOLLOW METAL WORK 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions and Division 1, General Requirements, are a part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. SCOPE: The work includes but is not necessarily limited to furnishing all labor, materials, equipment and services required for the execution and completion of all hollow metal work as indicated on the drawings and/or specified herein. 3. GENERAL REQUIREMENTS: a. Shop drawings shall be submitted for approval prior to fabrica- tion and installation. b. Frames for fire-rated doors: Construct and label per U.L. Clas- sification File No. 120 1D12, as applicable to types and rating required. 1 hour rated. c. Hollow metal work shall be produced by a single fabricator through- out the work unless otherwise approved; Forderer Cornice Works; Overly Mfg. Co.; Fire Protection Products Co.; Atlas Universal Service Co.; or equal. Manufacturer shall have been regularly producing work of the type required for not less than five years. d. Construction and fabrication shall conform to published specifica- tions and factory standards established by the manufacturer's approved for the work. e. Sheet Steel: Prime quality cold roiled, stretcher leveled, pickled furniture steel; U.S. Standard gauges specified; surfaces free from defects. 4. MATERIALS: a. Unit Pressed Metal Frames: 16 gauge throughout, each unit fabricated with corners mitered, continuously welded through the joint and ground smooth. Each jamb with 14 gauge minimum angle floor anchor punched to suit fastenings to floor as shown; each jamb with 16 gaugef minimum wail anchors of type suitable for adjacent construction, spaced not over 6 inches from top and bottom and 24 inches centers in between. Each head 42 inches and wider with continuous 1-JZJ x 1-31� x 12 gauge reinforcing angle welded in place. Frames shall be drilled ' for a minimum of four (4) four door silencers. -8A-1- 0024S i I SECTION 8A DIVISION 8 Hollow Metal Work continued DOORS & WINDOWS 5.' CONSTRUCTION AND FABRICATION: a. Reinforce at all points of bearing and fastening for all surface, mortised and concealed items. Reinforce using steel plate or sheet; 8 guage for hinges, butts and strike closer bases, brackets and closer arm shoes; 10 gauge for reinforcing at cylindrical locks where reinforcing units are not otherwise supplied; and 14 gauge for other items. Securely attach reinforcing per manufacturer's standards, except all mechanical and welded connections shall be sufficient to resist all anticipated operating and shock loads and shall be subject to approval by Architect. b. Securely attach reinforcing per manufacturer's standards, except all mechanical and welded connections shall be sufficient to resist all anticipated operating and shock loads and shall be subject to approval by Architect. c. Prepare doors and frames to receive mortised hardware from templates or from the hardware itself. Mortise and install reinforcement at the factory. The reinforcement for the butts and strike shall be drilled and all tapping done at the factory. Locate finish hardware per manufacturer's standards. d. Size frame widths to wall or partition thicknesses; size frame trim for uniform width throughout; unless otherwise shown or approved. e. Size doors for uniform 1/8" maximum clearance between door edge and face o; frame rabbet. Recess door face into frame per manufacturer's standards but not more than I/8". i f. fastenings: Phillips OHSM screws where necessarily exposed; set in holes factory punched and countersunk. g. Priming: After fabrication, clean all surfaces free from oil, grease, and other foreign matter; sand exposed surfaces smooth, apply one mil dry thickness of rust inhibitive metal primer to all surfaces and bake dry. h. Completed hollow metal work shall be free from dents, warps, and buckles, with ail edges, miters and mouldings accurately formed and in true align- ment. Exposed welds shall be ground smooth and free from weld and grind- ing marks. 6. U.L. LABEL: Door, frame and hardware shall have U.L. Label and meet the requirements of a one-hour fire assembly, when required. -8A-2- 00247 DIVISION 8 DOORS & WINDOWS SECTION 88 FINISH HARDWARE 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, General Requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE: Furnish and install all labor, materials, equipment and services required for the execution and completion of all specialties in- dicated on the drawings and/or specified herein. 3. GENERAL REQUIREMENTS: a. Contractor shall submit for approval six (6) copies of a type written schedule of hardware which he proposes to furnish. b. Contractor shall consider the ordering of hardware as a first order of work. c. Template type hardware throughout. Furnish and deliver tem- plates as necessary for related preparatory work required under other Sections. d. Fastenings: Include all screws, bolts or other fastenings cam- , plete; of adequate sizes and types; in matching finishes with ex- pansion sheilds or other special anchors to suit materials or conditions. 4. FINISHES: Factory metallic finishes only, unless otherwise specified. Painted finishes permitted only where particularly specified. US 260 Dull Chrome. 5. KEYING AND KEYS: a. Authorized representative of lock manufacturer shall be available for consultation and shal•1 meet with the owner's representative to assist in the preparation of the key schedules when necessary. Tag keys with approved tag showing hardware item number and door number or room number as shown on drawings. b. Furnish three keys per lack. Upon receipt of the locksets and cylinders from factory, hardware supplier shall notify the County Building Maintenance Department that locks and cylinders are ready to be checked for keying require- ment.per keying schedule. Deliver keys to County upon arrival of hardware. -88-1- 00248 SECTION 8B DIVISION 8 FINISH HARDWARE CONTINUED DOORS & WINDOWS c. Furnish all locksets keyed to existing master system in accordance with keying schedule to be provided by the Owner. 6. MATERIALS• a. Latchsets shall be Sargent, 8U15-GR-US28. b. Office locksets, where required, shall be Sargent 8G05-GR-US28. c. Locksets shall be Sargent, Series 8GR-US28, functions as noted. Keyways shall be LL6-pin. No substitutions will be allowed for specified locksets. d. Strike: USAS types where required; lengths sufficient to pro- tect trim; styles as necessary items and details encountered; with wrought boxes for locksets. e. Butts shall be Lawrence 664101 US260, or approved equal. f. Door stops shall be Sargent, Surface Mount #9435 US28, or approved equal. g. Strikes shall be Sargent, 2-3/4", 800 Series US28, or approved equal. E. HARDWARE GROUPS: SEE DRAWING FOR HARDWARE GROUP. -8B-2- 00249 DIVISION 9 FINISHES SECTION 9A GYPSUM DRYWALL 1. INCLUSION OF GENERAL CONDITIONS & DIVISION 1 The General Conditions, and Division 1, General Requirements, are part of this Section and the Contract for this work and apply to this sec- tion as fully as if repeated here. 2. SCOPE: Work includes all labor, materials, transportation, equipment and services as required to complete the metal stud partition system as shown on the plans and as specified herein. 3. GENERAL REQUIREMENTS: a. Full height office partition shall extend from floor to existing suspended metal pan acoustic ceiling system. b. All partitions shall be reinforced with double stud at door jamp and wall ends. c. The contractor shall be responsible to take every precaution nec- essary to prevent damage to carpet and adjacent areas during the progress of the work. 4. SUBMITTALS Submit complete list of materials for approval. Submit samples of textured finish for selection. 5. CODES AND STANDARDS Gypsum drywall construction shall conform with the applicable require- ments of "Drywall Construction" published by the Drywall Contract Administrative Trust with the California Drywall Contractors Association latest edition, and the "Uniform Building Code," 1970 Edition, Voluem 3, Chapter 47„ "Lathing, Plastering and Installation of Wallboard." 6. MATERIALS: a. Metal studs shall be sized as shown on drawings, galvanized as manu- factured by U.S. Gypsum Co., Kaiser Gypsum Co., or approved equal. ASTM C645, not less than 25 guage galvanize. b. Floor and ceiling runners shall be roll-formed 25 gauge galvanized steel channel with flanges for nesting, in suitable lengths for various job requirements as shown on drawings, as manufactured by U.S. Gypsum Co., Kaiser Gypsum Co. or approved equal. c. Metal accessories shall be U. S. Gypsum, No. 200-A No. 200-8, and as required A-01, 22" metal base with splice plate. -9A-1- SECTION 9A DIVISION 9 Gypsum Drywall continued FINISHES d. Sound Control insulation shall be glass or mineral fiber batts, suitable for friction fit installation between studs; full width of studs as shown on drawings; lengths longest available for installa- tion without intermediate joints where possible; thickness to be nominal to depth of stud, as manu- factured by U.S. Gypsum Co., Owens-Corning or Johns Manville. e. Gypsum Wallboard shaii comply with Federal Specifica- tions S-L-3Ob and SS-L-3Oc, and ASTM C36-67, Type X and shall be grade manufactured specifically for finished wall surfaces. It shall be 5/8" or 1/2" thick as shown on drawings, with tapered longitudinal edges, 4'-0" wide, and in lengths that will result in a minimum footage of joints. It shall bear the manu- facturer's trademark and the label of the Underwriters' Laboratories, Incorporated, for one-hour fire rating. Gypsum wallboard shall be U.S. Gypsum's "Sheetrock Firecode," Kaiser Gypsum's "Null-A-Fire", National Gypsum's "Fire-Shield", or approved equal. Gypsum wallboard shall be used for all exposed surfaces and as backing for vipyl wall covering where shown or re- quired. f. Screws for attaching gypsum wallboard to metal studs shall be 1" and 1 1/8" long as required, Phillips- head, Type S_ Bugle Head, self-drilling, self- tapping, anodized: steel drywall screws. g. Metal trim for gypsum drywall construction shall be electro-galvanized steel edge trim and corner bead, precision manufactured for the purpose and standard products of the manufacturer of the gypsum wallboard. Use metal corner bead for all external corners and angles and L-shaped angle type metal edge trim at all junctions of gypsum wallboard and wails of other materials. h. Taping and finishing materials shall be standard pro- ducts of the manufacturer of the gypsum wallboard, conforming to ASTM C475, and manufactured specifically for the taping and finishing of gypsum drywall construc- tion, U. S. Gypsum's "Perf-A-Tape Joint System", Kaiser Gypsum's "Kaiser Joint Compound System", National Gypsum's "Joint Treatment System", or approved equal. i. Laminating adhesive shall be the gypsum wallboard manu- facturer's standard joint or embedding compound. 1. Miscellaneous items: Furnish all miscellaneous com- ponents not specified herein but required by drawings or manufacturer's recommendations. 00250 -9A-2- Section 9A DIVISION 9 Gypsum Drywall continued FINISHES 7. INSULATION a. Before applying gypsum wallboard, see that corners and framing are plumb, true and solid. Apply no wallboard until conduits, pipes, ducts, vents, supports, fixtures frames, etc., are in place and tested as required. All edges and ends of wallboard shall have solid bearing. b. Wallboard over metal stud framing shall be screw attached as specified by manufacturer or code, whichever is more restrictive. Screws shall be spaced not less than 3/8" from all edtes and shall be driven straight with the heads set slightly below the surface, taking care to avoid breaking the paper face. c. At floors throughout the work, set bottom edges of GWB a uniform 1/4" minimum clear above floor surfaces. d. Cut Outs in GWB shall be die-cut or sawed only. Punching not permitted. Cut edges shall be not more than 1/4" from surfaces of penetrating items. e. Provide all galvanized metal studs, fastening to structure, inter-connections and other items necessary; in gauges, sizes and spacings; all per producer's load tables applicable to work required. Erect in strict accord with producer's instructions. Provide for and apply sealing at perimeter edge joints; and provide metal trim; as applicable; as specified for other GWB assemblies. 8. DRYWALL FINISHING a. All joints, corners, nail and screw heads, imperfections, etc., shall be taped and finished with the gypsum wallboard manufacturer's standard Joint Tape, Joint or Embedding Compound, and Topping or Finishing Compound in accordance with the manufacturer's specifications and recommendations and as herein specified. b. All joints, wall and ceiling angles, and inside verticle corners shall be reinforced with tape embedded in joint compound and finished with not less than two applications of topping of finish- ing compound, allowing each application to dry thoroughly and sanding between coats as required. Dimples at nail and screw heads and all other imperfections shall be similarly treated. c. External corners, edges, and ends with metal beads and edge trim shall have the flanges completely spackied and feathered off smooth from the nose. d. The final application of compound and sanding shall leave all gyp- sum wallboard surfaces uniformly smooth and in perfect condition to receive wall covering. 00251 -gA-3- Section 9A DIVISION 9 Gypsum Drywall continued FINISHES e. At penetrationsthroughpartitions, completely fill all gaps between GWB edge`and penetrations surface using joint cement. Exposed voids or gaps visible at wall plates, trim, etc. shall be filled as directed. =f. Protect Floors and adjacent surfaces; repair all gouges, and leave"free-from imperfections ready for finish. . painting or wall covering. ' x � a s x , d 5,- r rii g . n - .; 1 00252 -9A-4- DIVISION 9 FINISHES SECTION 9B WALL COVERING 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, General Requirements_are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE: The work includes, but is not necessarily limited to, the furnishing and installing of all vinyl wall covering as shown and noted on the drawings and specified herein. 3. SAMPLES, Submit 8" x 10" samples of vinyl wall covering to the Architect's approval. Vinyl wail covering shall not be purchased until the sam- ples are approved by the Architect. 4. MATERIALS a. Vinyl Fabric: Vinyl wall covering shall be Queens Guard "Jute" quality, as manufactured by the Borden Chemical Co., Genon 'Sackcloth", as manufactured by General Tire and Rubber Company, or approved equal. Pattern and color shall be as selected, and approved by the Architect from manufacturer's standard. Vinyl fabric shall conform with the following minimum requirements: (1) Vinyl fabric shall conform to Federal Specifications CCC-W-408, latest edition, Type , Class 1. (2) The fabric base shall be composed of cotton cloth weighing not less than 2.50 ounces per square yard. The minimum total coating weight shall be not less than 10 ounces per square yard of vinyl surface. The total weight per square yard shall be not less than 13 ounces. (3) Vinyl fabric shall conform to ASTM E84-68 for flame spread rating or 25 or less (Calif. Admin. Code, Title 19., Class I.) Fuel contributed 10. Smoke dev. 10. (4) Fabric shall withstand at least 1000 cycles of a Raber Abrador with CS-17 wheel and 1000 gram load with no more than .031 gram weight loss. (5) Fabric shall also withstand 150 hours of a Fade-O-Meter with no color loss. -98-1- 00253 t i t�dddi6 ry, �� ri Section 9B DIVISION 9 -Wall Covering continued FINISHES 5. MATERIALS (continued) b. Wall Size: Size for sealing of backing surfaces shall be as recommended by the manufacturer of the vinyl wall cover- ing, such as Borden's Columbus FC-100 Adhesive, B.F. Goodrich Adhesive #80-0001, or approved equal, polyurethane or spar varnish, cut shellac, or other approved size, thinned as recom- mended by the manufacturer of the vinyl fabric. Size must be compatible with the adhesive used for application of wall- covering. c. Adhesive for application of wall covering shall be as specified or recommended by the manufacturer of the vinyl fabric, such as Borden's Columbus FC-100 Adhesive B.F. Goodrich Adhesive #80- 0001, or approved equal. 6. INSTALLATION a. Inspection of Backing Surfaces: Before starting the installation of vinyl wall covering, thoroughly examine wall surfaces on which vinyl fabric is to be applied. Examination includes bond, mois- ture, and alkali testing as required or recommended by the manu- facturer. Moisture meter readings of backing surfaces shall be less than 4%. Backing surfaces shall be thoroughly dry, clean of dust and dirt, paint spots, and free from any imperfections that may show through the finished installation. Notify the Architect of any defective surfaces or conditions preventing proper application of the vinyl wall covering. Starting of work without such notification will be considered acceptance by the Contractor of the surfaces involved. b. Responsibility: Nothing specified herein shall be construed as relieving the Contractor of any responsibility for the quality of the finished installation. Surfaces on which vinyl wall covering is to be applied shall be in proper condition in every respect for a first-class installation and long life without defects. c. Sizing: Give all unpainted surfaces to receive vinyl wait covering one coat of sizing. Before applying fabric, examine backing sur- faces carefully, using a strong light, and apply a second coat of size to holidays and areas showing excessive suction. d. Layout: Install fabric with long dimension vertical . Lay out accurately between corners, jambs, walls, or other stopping points or changes in direction to equalize spacing of joints. Do not make any joints closer than 3 inches from external or internal corners. Install using manufacturers consecutive numerical sequence. e. Application: Vinyl wall covering shall be applied in strict accord- ance with the manufacturer's specifications and printed installation instructions, using only mechanics skilled and experieinced in the type of work involved. Take particular care in making joints as fine and inconspicuous as possible. 00254 -9B-2- SECTION 9B DIVISION 9 Wall Covering continued FINISHES e. continued Ail seams shall be butted. Do not overlap. Discard material which will not make perfect seams or joints. Brush out all air bubbles after hanging, using a squeegee or still brush. Remove excess adhesive with a damp sponge or rag as work progresses. Avoid getting water into seams while cleaning. Make all in-place cuts on metal cutting plates. Do not cut into backing surfaces. No air bubbles, wrinkles, tears, cuts, conspicuous joints, stained, or other- wise damaged work will be permitted in the finished work. Upon completion of the work, remove any adhesive and marks from the fabric. 7. EXTRA MATERIAL The contractor shall provide 5 percent extra material for each color and type of wall covering installed and it shall be in manufacturer's packaging. Extra material shall be delivered to the Contra Costa County Corporation Yard located at 1619 Shell Avenue, Martinez, Cal i fornia. 8. GUARANTEE All work shall be guaranteed for a period of one (1) year from date of acceptance of job and the Contractor will, if necessary, replace and install any wallcoverings at no cost to the County. All vinyl wallcoverings shall be guaranteed against manufacturing defects for a period of five (5) years from the date of sale. These materials will also be guaranteed against permanent surface staining attributable to mildew and/or bleed through of foreign impurities em- bedded in the backing, as well as separation of the vinyl from the backing. If defects become evident during this period, the manufacturer shall replace the vinyl and assume all installation costs. This guaran- tee, in writing, from the manufacturer must accompany the manufacturer's certification. -98-3- 0025-5 DIVISION 9 FINISHES SECTION 9C CARPET 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION i The General Conditions, and Division 1, General Requirements, are a part of this Section and the contract for this work and apply to the Section as fully as if repeated here. 2. SCOPE a. The work includes, but is not necessarily limited to, the furnish- ing and installing of all carpet complete as shown and noted on the drawings and specified herein to include base edging and thresholds as required. b. The contractor shall verify all dimensions and quantities for the carpet at the building site prior to ordering materials. 3. SUBMITTALS a. The contractor and/or manufacturer's representative shall submit 8" x 10" samples of the carpet and accessories to the Architect for approval. Each sample shall bear the manufacturer's label stating the name and description of the material. No carpet shall be purchased until the Architect has approved the samples. b. The contractor shall submit copies of manufacturer's acknowledge- ment of receipt of carpet order showing date and quantity of car- pet ordered. c. Prior to installation of carpeting, the Contractor shall submit complete layout plans including locations of seams and detailed method of seaming. (1) Layout each area for minimum number of seams. (2) Layout pian shall indicate seaming at header duct locations. (3) Indicate direction of carpet rolls. 4. MATERIALS a. Carpet shall be "SIERRA" as manufactured by Burke Rubber Comapny or approved equal conforming to the following requirements: (1) Pile Yarn: 100'a Continuous Filament Nylon and Antron III for static control. (2) Face Weight: 28 oz. (3) Number Series: 32200 -9C-1- 00253 SECTION 9C DIVISION 9 Carpet continued FINISHES (4) Gauge: 5/64 (5) Stitches per Inch: 11 (6) Pile Height: 5/32" (7) Primary Back: Polypropylene (8) Secondary Back: Lock Tuft Latex: 30 oz. Secondary Back: 5.3 oz. (9) Total Weight: 63.3 oz. (10) Width: 12 feet (11) Color: Not more than-one color will be selected. (12) Factory Runs: Carpet furnished hereunder shall be one factory ry run and one dye lot with color and shades guaran- teed to be uniform throughout the entire area run for type of carpet specified. (13) Vermin-and Dam - roofness: Carpet shall be completely moth and vermin proof, and shall be completely compatible with installation over concrete-slab-on-grade subfloors. (14) Static Electricity: Not to exceed 3.0 KV at 20% relative" humidity and at 70" F (I.F. Walker Method). (15) Fire Retardant-Properties The carpeting selected shall be composed of fibers with inherent fire-retardant properties or shall be permanently flame-proofed to flame spread rating of 75 or less to con- form to all applicable building codes and regulations for incombustibility. Provide certificate of tests (in accord- ance with ASTM E84-68) from independent testing laboratory for carpet with substantiating identification to installed materials. b. Accessories (1) As produced or approved by carpet manufacturer (2) Base: Burke 502-P, 4" smooth cover base; or equal. (3) Carpet Edges: Provide binder bar or reducing strips for edges not otherwise trimmed by walls, base or thresholds; "Universal Moulding System" by Roberts or approved equal. 0025`7 -9C-2- Section 9C DIVISION 9 Carpet continued FINISHES 5. PREPARATION a. Existing floors shall be inspected before beginning work. The contractor shall notify the Architect in writing of any condi- tions preventing satisfactory installation of carpet. Work shall not proceed until such defects or conditons are entirely corrected. Proceeding with the installation of carpet shall indicate acceptance of the floors by the Contractor. Floors shall be stripped of wax and completely dry prior to carpeting. Contractors shall properly replace, without cost any work re- quired to correct defects caused by improper or defective floor surfaces. b. Protect adjacent construction and finishes as necessary. 6. INSTALLATION a. All carpeting shall be installed by the manufacturer or his authorized representative in strict accordance with the manu- facturer's specifications, installation instructions, and recom- mendations. A representative of the carpet manufacturer shall inspect all areas to be carpeted before starting any work. Carpet shall be installed by the direct glue down method. b. Seams shall be closely fitted and joined. No patching or small pieces will be permitted. Carpeting shall be cut and fitted tightly to wall, obstructions, corners, pipes and fittings. c. Carpeting shall be installed using maximum practicable widths to minimize number of seams. d. Install binder bar and edge reducers as hereinbefore specified at all exposed edges and door locations as indicated or required. e. Carpeting shall be tight, smooth, and perfect at completion of installation. The carpet manufacturer's representative shall inspect and approve all carpet installation and workmanship during the course of the work. f. Cutting of carpet for floor outlets, cover plates, or other items shall be the responsibility of the installer. Openings shall be neatly cut to a minimum size and thoroughly secured around the edges of all openings. All seams shall be completely concealed in the final installation and finish appearance. g. Contractor shall install carpet in Walker Duct outlet holders as provided under Section 16A. The carpet in Walker Duct outlet holders shall be level with carpet of adjacent areas. 7. CLEAN UP Before final acceptance of work, all rubbish, wrapping paper, and other debris shall be removed from the job site. Protect carpet after being laid from damaged or soiled by other crafts, etc. 002.5.8 -9C-3- Section 9C DIVISION 9 Carpet continued FINISHES 8. CERTIFICATION Contractor and the carpet manufacturer's representative shall certify in writing, upon completion of the installation of all carpet work, that it complies with the manufacturer's speci- fications and installation requirements, and that: a. -All materials shall be of first quality and guarantees against defects in workmanship and materials; and that all carpet and adhesive conform to specifications. b. Any service required to correct either material or installation workmanship as specified, shall be done promptly at no expense to the Owner. c. All installation work was supervised by a representative of the manufacturer, and therefore manufacturer certifies that instal- lation work conforms to specifications. 9. MAINTENANCE INSTRUCTIONS: Submit three sets of manufacturer's maintenance instructions for com- mercial installation of carpeting to the Architect in 82 x 11" binders. These instructions must include recommendations for com- mercial cleaning, spot cleaning, vacuum cleaning, and recommended types of furniture casters and glides for use with this particular carpeting. 10. GUARANTEE Carpet manufacturer shall provide a one-year unconditional guarantee covering the complete carpet including backing. Guarantee shall pro- vide for complete replacement of the carpet; including all necessary labor and materials if either the face or backing oftthe carpet should fail within the five-year period. The carpeting installer shall guarantee against all defects in materials and workmanship for a period of one-year from the date of acceptance of the project. See General Conditions, Section 28 for number and manner of submittal. 11. EXTRA MATERIAL Upon completion of work the contractor shall furnish to the owner, in addition to ordinary remnants, five percent (50.1) of the quantity of carpet installed. This extra material shall be from the same factory run as installed and shall be cut from full width roll in one rectangular piece packaged and identified. The cost of this material shall be in- cluded in the contract price. Extra material shall be delivered to the Contra Costa County Corporation Yard located at 1619 Shell Avenue, Martinez, California, Maintenance Shop. -9C-4- 00259 0 Section DIVISION 9 FINISHES SECTION 9D PAINTING 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION l The General Conditions and Division 1, General Requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE a. The work includes, but is not necessarily limited to, the furnishing of all materials and equipment and the completion of all painters finish on all exposed surfaces as required to complete the finishing of the building as shown and noted on the drawings and specified herein. b. The work does not include any surface specifically scheduled or noted on drawings as not to be painted. COLOR AND SAMPLES Before beginning work, prepare for approval a sample of each color and finish required. Such approved samples shall constitute stan- dards for color and finish for acceptance or rejection of complete work. Make samples 8 x 10 inches in size and upon materials corres- ponding with those to be finished in the building. Furnish suf- ficient sarmles until approval has been obtained. The approved samples shall be marked for idientification and retained by the Architect. All work shall match the approved colors and samples. 3. MATERIALS a. Manufacturers: Materials are specified by grand names to establish a standard of quality or by performance requirements and general description of the projuct. The Architect will consider substitu- tions for brand names of products specified, provided the proced- ures set forth in the General Conditions are followed. The Archi- tect reserves the right to reject any materials which, in his opinion, will not produce the quality of work specified herein. None but accepted and approved materials shall be delivered to the job. The term "paint" as used herein includes enamels, paints, stains, varnishes, emulsions, lacquers, and sealers. The following manufacturer's products and numbers constitute the standards for the primers and finish coats of the paint systems hereinafter specified. Produce description Fuller Glidden Kelly-Moore (1) Primer Ferrous Metal 121-00 585 1700 (2) Eggsehll Enamel 215-xx 5086 1620 (3) Enamel undercoat 220-07 555 930 (4) Satin Latex Enamel 214-xx 1630 00 26 O or Alkyd Semi-Gloss 213-xx V Enamel t Section 91) DIVISION 9 Painting continued FINISHES b. List of Materials: Not more than ten (10) days after awarding of contract, submit five (5) copies of a complete list of all materials proposed for use, together with manufacturer's specifica- tions. All paint materials and products shall be subject to the Architect's approval. c.. Unsuitability of Specified Products: No claim by the Contractor concerning the unsuitability of any material specified or his inability to produce first class work with same will be enter- tained unless such claim is made in writing to the Architect before the work is started. d. Color and Life of Film: Colors of ail surfaces finished under this section shall, at the end of one year, have remained free from serious fading, and variations, if any, shall be uniform. All materials shall have their original adherence at the end of one year, and there shall be no evidence of blisters, running, peeling, scaling, chalking, streaks, or stains at the end of this period. Washing with alkali-free soap and water shall remove surface dirt without producing any deteriorating effects. e. Materials for General Use: (1) Shellac: Type I, bleached, No. 4, cut with pure grain alcohol, conforming to Federal Specifications TT-V-916 or ASTM 0207-55. (2) Thinner: As recommended by each manufacturer for his re- spective products. (3) Linseed Oil: Pure first quality, conforming to Federal Specification TT-0-364 or ASTM D260-61. (4) Putty: Pure linseed oil putty of standard manufacture, with 25 percent white lead and sufficient varnish, thor- oughly mixed to prevent the possibility of shrinkage. Color shall match the final finish of adjointing surfaces. 4. DELIVERY AND STORAGE All painting materials shall be delivered to the site in the manu- facturer's original containers with labels intact and seals unbroken. They shall be kept in a locked, well ventilated storage place assigned for this purpose. Receiving, opening, and mixing of ail paint materials shall be done in this room. Storage space shall be kept clean and neat. Oily rags shall be removed and disposed of each day, and all other nec- essary precautions shall be taken to avoid danger of fires. -9D-2- 00261 Section 9D DIVISION 9 Painting continued Finishes 5. WEATHER AND TEMPERATURE Surfaces shall be painted only when they are free from moisture. Receiving surfaces shall be properly dried out before proceeding with the work. No painting shall be done when temperature is below 50 degrees F. Clear sealer shall not be applied when air temperature is less than 70 degrees F. 6. SCAFFOLDING, DROP CLOTHS, AND PROTECTION OF WORK Furnish, maintain, and remove all scaffolding, ladders and planks required for this work, and all drop cloths for the protection of floors, prefinish- ed materials, building fixtures, etc. Painted and finished surfaces subject to damage or defacement due to other work on the building shall be properly protected and covered. Contractor shall be responsible for any and all damage to painted work and to that of other work caused by operations under this Section. 7. PREPARATION OF SURFACES a. No painting or finishing shall be started until the surfaces to be painted or finished are in proper condition in every respect. Sur- faces that cannot be properly prepared by the painter for finishing shall not be painted 'or finished until they are rectified. b. Concrete and plaster shall be thoroughly dried before painting. c. Holes, cracks, and other imperfections in concrete and plaster sur- faces to be painted shall be suitably primed and patched with a com- pound recommended by the manufacturer of the paint to be applied to these surfaces, and all areas to be painted shall be brought to true, even surfaces. d. Surfaces to be painted shall be clean and free of dirt, dust, and any other substance which might interfere with the functioning of the paint- ing system. All surfaces to be painted shall be in proper condition to accept, and assure the proper adhesion and functioning of, the parti- cular painting syster or coating specified. e. All steel and ferrous metal surfaces to be painted will be primed before installation as specified in the applicable sections. Bolts, welds, and places where prime coat has been damaged shall be wire-brushed to remove all loose paint, rust and scale, and then given one (1) coat of Ferrous Metal Primer. f. Existing doors and other items reset under this contract shall be likewise refinished as necessary to achieve completely finished work. g. Existing doors, door frames, trim, elevator doors and frames and other items shall be patched and repaired as necessary to fill any damage, sand- ed as necessary to make smooth, uniform and refinished, then painted. 00262 -9D-3- Section 90 DIVISION 9 Painting continued FINISHES h. Surfaces which cannot be prepared or painted as specified shall be immediately brought to the attention of the Architect in writing. Starting of work without such notfication will be considered ac- ceptance by the contractor of the surfaces involved. Contractor will be required to replace any unsatisfactory work caused by im- prover or defective surfaces, as directed by the Architect, at no additional cost to the owner. 8. WORKMANSHIP AND APPLICATION a. All painting shall be done by skilled and experienced mechanics. All materials shall be applied in accordance with the manufacturer's directions, and materials shall be thinned only for proper workability and in compliance with the manufacturer's specifications. All mater- ials shall be evenly brushed or smoothly flowed on without runs or sagging, and free from drops, ridges, laps and brush marks. Ensure that all coats are thoroughly dry before applying succeeding coats. Sand surface between coats as necessary to produce a smooth finish. Spray painting will not be permitted. Two (2) finish coats shall be applied to all surfaces. b. Painting shall include all exposed surfaces of every member. Parts to be painted, inaccessible after installation, shall be painted be- fore installation. Priming shall include all sides, edges, and cut ends. Door edges, tops and bottoms shall be finished as specified for door faces. c. Putty, caulking, or spackle shall be applied after surface is primed and primer is dry. d. Completed painted surfaces shall be free of blistering, running, peel- ing, scaling, streaks, and stains and the colors of all surfaces shall remain free from fading. e. Existing walls, partitions, ceilings, and other surfaces damaged and/or repaired by work under this contract shall be completely refinished as work under this Section. Paint systems used therefor shall be com- patible with adjacent existing work and comparable to the systems speci- fied herein for new work. f. Hardware, hardware accessories, plates, lighting fixtures and similar items in place shall be removed prior to painting and replaced upon com- pletion of each space. g. Exposed plumbing, mechanical and electrical items: Items without factory finish such as conduits, pipes, ducts, grilles, registers, vents, access panels, and items of similar nature shall be finished to match adjacent wall anc ceiling surfaces, unless otherwise directed. Paint visible sur- faces behind vents, registers, or grilles flat black. Wash exposed metal with solvent, prime and paint as scheduled using Paint Systems "8", or "9" Do not paint concealed conduits, piping, ducts, or exposed anodized alum- inum finishes. h. Do not paint over Underwriters' Labels, fusible links or sprinkler 406 3 -9D-5- �JJ Section 9D DIVISION 9 Painting Continued FINISHES i. Prime coats and finish coats for any one paint system shallbe the products of the same manufacturer. 9. PAINT SYSTEMS a. Unless noted or specified otherwise, all materials in any one system; shall be the product of one manufacturer. Paint systems scheduled and noted on drawings refer to the complete corresponding paint sys- tems as hereinafter specified. Major areas only are scheduled, but all miscellaneous items and areas within the room or space shall be treated with a suitable system. This specification shall serve as a guide to the Contractor and is meant to establish procedure, quality, and number of coats. Confer with the Architect to determine exact finish desired. b. All paints, stains, lacquers, and varnishes shall be applied in accord- ance with the manufacturers' latest specifications, instructions and, recommendations. All colors, tones, and finishes shall be as selected - and approved by the Architect. r 00264 -9Q-6- 00264 -40-6- . DIVISION 10 SPECIALTIES SECTION IDA SPECIALTIES 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION ONE The General Conditions and Division 1, General Requirements are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE The Work includes, but is not necessarily limited to, the furnishing and installing of all specialty items complete, as shown and noted on the drawings and specified. therein. 3. SAMPLES Submit samples of the specialty items to the Architect and receive approval for them prior to purchasing any materials and beginning any installation work. 4. COORDINATION Coordinate the work of this section closely with the work under Section 6B, Finish Carpentry and other sections as applicable. INSTALLATION Installation shall conform to manufacturer's recommendations and ap- plicable codes. 6. PRODUCTS a. TackBoard shall be as manufactured by A-1 School Equipment (Style RVT with no. 105 aluminum frame) or Nelson Adams vinylcork (with 3/4" aluminum frame). Tackboard shall be continuous with vinyl color and pattern as selected by the Architect from manufacturer`s samples. 00255 -i0A-1- i DIVISION 15 MECHANICAL SECTION i5A VENTILATION 1, INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division 1, General Requirements, are part of this Section and the Contract for this work and apply to this Section as fully as if repeated here. 2. SCOPE The work includes, but is not necessarily limited to the furnishing of all labor, materials, apparatus, tools, equipment, and special or occasional services as required to complete a working installa- tion of all heating, ventilating and air conditioning systems shown on the drawings and/or specified herein. The general extent of the work shall include, but is not necessarily limited to the following: (1) Removal of existing exhaust (2) Relocation of existing thermostats (3) Installation of new exhausts and thermostats (4) All necessary modifications to pneumatic lines. r3. GENERAL: a. All material and equipment shall be new and unused and clearly marked with manufacturer's stamp and rating. All standard designa- tions refer to the latest editions. , b. All work shall be in accordance with the Uniform Mechanical Code and all applicable National, State and Local Codes and Requirements. Comply with all the recommendations set forth in the latest edition of the manuals published by the "Sheet Metal and Air Conditioning Contractors National Association" (SMACCNA). c. Where specifications and drawings require higher standards than applicable ordinances or statutes, specifications and drawings shall take priority. Where specifications and drawings violate applicable ordinances or statutes, the latter shall take priority. e. All control work shall be done by a licensed contractor and the location of all new and relocated thermostats shall be as indicated by drawings and/or the Architect. 4. MATERIALS• a. Sheetmetal ducts and other miscellaneous sheet metal work shall be made up of first quality hot-dip galvanized mild steel. b. Flexible duct connections shall be Vent-Fabrics, Inc. Ventglas 30 ounce waterproof and fire-retardant neoprene coated glass fabric. -15A-1- 005 >.l Section 15A DIVISION 15 Ventilation continued MECHANICAL C. New thermostats shall be Pneumatic Thermostat #T-4752 by Johnson Controls, ceiling mounted in pendant-type, brushed chrome, spher- ical mount, to match existing. New thermostat and housing shall be furnished by County. d. New pneumatic line shall be one-quarter inch (1/4") diameter poly- ethylene tubing, supported at four feet (4"-0" on center, maximum) Tubing shall be of quality equal to existing. e. Fire dampers, where indicated on drawings, shall conform to NFPA pamphlet No. 90A and be UL certified. Fire dampers shall be curtain type as manufactured by Design Damper Co., Portoff Co., or equal Installation shall be per manufacturer's recommendation for 1 hour assembly. f. Ceiling exhaust fans shall be SP-50 at conference rooms, SP-25 at Xerox Room, as manufactured by Greenheck or equal. g. Ceiling and soffit grills shall be aluminum type by Titus, Kruger or equal, sized as appropriate. 5. INSTALLATION a. Install ducts true to line and grade. Curved elbows shall be made with inside radius equal to the duct width. Square elbows and • right angle turns shall be fitted with duct turning vanes, double thickness. Form transformation sections with uniformly tapering sections. Longitudinal seams. Hammer up all joints to make prac- tically airtight, and then tape with vinyl duct tape. b. The spacing and size of transverse stiffeners and hangers shall be as outlined in the latest ASHRAE guide. c. Install flexible connections at all inlet and discharge connections to fans. Install connections in accordance with manufacturer's recommendation. d. The contractor shall be responsible to take every precaution nec- essary to prevent damage to carpet and adjacent areas,during the progress of the work. e. Existing pneumatic lines are either hard copper, soft copper or polyethylene. Provide appropriate connections as necessary. Cap all cuts. Seal all caps, tees, and connections airtight. -15A-2- 00267 l DIVISION 16 ELECTTICAL ' SECTION 16A ELECTRICAL 1. INCLUSION OF GENERAL CONDITIONS AND DIVISION 1 The General Conditions and Division I, General Requirements, are a part of this section and the contract for this work and apply to this section as fully as if repeated here. 2. SCOPE a. Work includes, but is not necessarily limited to the furnishing of all labor, materials, apparatus, tools, equipment and special or occasional services as required to complete work shown on the drawings and/or specified herein. The general extent of the work shall include, but is not necessarily limited to the fallowing: (1) Furnish and install new electrical and telephone floor outlets, junction box cover plates and junction boxes and other materials as required. (2) Remove and re-install: Existing lighting fixtures Existing electrical and telephone floor outlets Existing switches and contractors where required (3) Remove: • Existing abandoned electrical floor outlets & abandon plates Existing abandoned telephone floor outlets & abandon plates Existing junction box cover plates b. Work included under other sections: Floor repair where floor outlets are removed Ceiling repair where lighting fixtures are removed. c. Work not included under this contract: All telephone cables and equipment. 3. SPECIAL REQUIREMENTS a. Submit for approval five (5) copies of descriptive brochures, catalog cuts, etc., as appropriate for each item of equipment to be installed. b. All shut-downs shall be coordinated with the Engineer at least two (2) working days in advance. c. All equipment shall operate normally for a period of at least three (3) weeks prior to final acceptance by the County. -16A-1- OWNS Section 16A DIVISION 16 Electrical continued ELECTRICAL d. All outlets to be installed or removed will be deisgnated by the Engineer. e. Base Bid shall include the following work: (1) Installation of all telephone floor outlets as shown on plans. (2). Installation of all electrical floor outlets as shown on plans. (3) Removal of existing telephone floor outlets as shown on pians. (4) Removal of existing electrical floor outlets, as shown on plans. (5) Installation of new junction boxes. (6) Replacement of junction box covers. (7) The actual extent of floor outlet work will be determined during the course of work. Base Bid shall include work shown on drawings. Unit price will be used for extra. (See Bid Form, Division C). (8) Those floor outlets removed will be re-installed and • additional outlets, if required, will be provided by the Contractor. Extra outlet, if any, shall be delivered to Owner. 4. MATERIALS a. All electrical equipment, switches, floor outlets, and the like which are removed and not re-installed will remain the property of the County and shall be delivered to the Engineer. b. All new materials required to complete the electrical work as specified herein and as shown on the plans shall be provided by the Contractor unless specifically noted otherwise. c. All conduit shall be EMT, galvanized or sherardized both inside and out. All fittings shall be Ouro or Thomas & Betts. Connectors shall have plastic insulated throats and shall be compression threadless type. Minimum conduit size is 3/4" and minimum telephone conduit is 1". All telephone home runs shall be 1z" diameter. d. All conductors shall be copper, #12 AWG minimum, with 600V insulation. All wire sizes and conduit runs shall be the minimum size stated or sized per code for new work, whichever is greater. e. New contactors for lighting where required shall be manufactured by Square 0, or equal size as necessary to cutch existing. ANSCO. f. New switches shall be Hubbei No. 1221-I, Specification Grade, or equal. New switch plates and blank plates shall be brushed stainless steel to match existing. Use Hubbell No. 1223-I where 3-way required. 00469 -16A-2- -16A-2- Section 16A DIVISION 16 Electrical continued Electrical ' g. New outlets shall be Hubbell No. 5262-1. h. New junction box covers, outlet boxes, adapters and other duct fittings shall be Walker Parkersburg to match existing. New junction box coverplates shall be sized to receive carpet as described in Section 9C. 5. EXECUTION a, New and relocated electrical floor outlets shall be connected to existing floor cell circuits. Outlets shall be evenly distributed on the various circuits. Each new or relocated outlet shall be tagged to identify supply circuit. b. Exact location of all new and relocated electrical and telephone floor outlets will be field determined by the project inspector. Telephone work will be coordinated by the project inspector. c. Circuit index in each panel shall be typewritten, updated to indicate all changes. • d• Where switches are removed, cover box with blank plate. e. All borings for new outlets shall be done in largest practical groups to minimize disruption of the County operations. f. Contractor shall use an acceptable "wet method" diamond boring bite approved by Architect, for cutting all floor penetrations. Contrac- tor shall prevent any water from entering floor cells and shall clean up wet area after each penetration. 9. Ceiling surface mounted fixtures shall be mounted same as existing. -16A-3- 00270 i • 16A-3- 00270 a 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 platter of Approving Plans ) and Specifications for the New ) Electrical Service at Station No. ) RESOLUTION NO. 77/402 6, Concord. ) (2025-2025-7710-706) ) WHEREAS Plans and Specifications for the New Electrical Service at Station No. 6, 1120 Willow Pass Road, Concord have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for construction is $9,000. WHEREAS the general prevailing rates of wages, which shall be the minimum rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this project is considered exempt from Environmental Impact Report requirements as a Class lA Categorical Exemption under County Guidelines, and this Board concurs and so finds; and the Director of Planning 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 14, 1977 at 11:00 a.m., and the Clerk of this loard is directed to publish Notice to Con- tractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the CONCORD DAILY TRANSCRIPT . PASSED and ADOPTED by the Board on May 17, 1977. Origiodtor: P. W. Dept. 6Li;dings and Grounds cc: Public Works Department Building Projects Agenda Clerk Direct-or of Planning RESOLUTION NO. 77/402 00271 P. fIC:ICr 70_C C'; ^not 10R , (Advertiser.;ent) 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, r.,aterials, equipment, transportation and services for: New Electrical Service, Fire Station No. ,_Contra Costa County Fire Protection District, 2210 h'illow Pass Road, Concord, California The estimated construction contract cost (Base Bid) is S.9,000-00 (Nine Thousand and Nol100ths 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 t:orks Department, Building Projects Office, 823 Main Street, Martinez. Plans and specifications may be ob- tained at the Building Projects Office, 823 Hain Street, Martinez, upon payment of a printing and service charge in the amount of Two and 131100ths Dollars ($2.13) (sales tax included) which amount shall not be refundable. Checks shall be made payable to the "County of Contra Costa", and shall be mailed to the Public Works Depar`anent, 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 (10X) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before June 14, 1977 at 11:00 a.m. Bids will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, A4ini- 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. -3- OT-72 DIVISION; A. NOTICE TO CONTRACTORS (-^ntinued) - The successful bidder will be required to furnish a Labor and Materials Band 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 $50,000, Contractor shall be required to submit for county approval an Affirmative Action Plan (see Division E). The said Board reserves the right to reject any and all bids or any por- tion of any bid and/or waive any irregularity in any bid received. No bidder may withdraw his bid for a period of thirty days after the date set for opening thereof. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California By N. Pous Deputy Clerk DATED: MAY 171977 PUBLICATION DATES: r t r -4- 00273 (Bidder). ` M DIVISIO;: C. PROPOSAL (Did Form) BIDS 11ILL BE RECEIVED UPITIL 34th day of JUNE at 11:00 a.m. , in Room 103, Administration Building, Martinez, California, 9+553. (A) TO THE HONORABLE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor, material, •transportation, and services for New Electrical Service at Fire Station No. 6, Contra Costa County Fire Protection District. 2210 Willow Pass Road, Concord, a iornia in strict conformity with the Plans, Specifications, and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following sums; namely: BASE BID Shall include all of the work for the construction.and corn- pletion of all facilities therein. ' For the sum of: Dollars ($ ) (B) It is understood that this bid is based upon completion of the work within Gnrtyvp �ar,) calendar days from and after the date of com: encement. . , .h date of com:nencem`nt'. r 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 Tion and No/100ths ($25,nn) per calendar day for each day said work remix ins uncompleted beyond the time for completion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (A) 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 cohere the wort: is to be done. (1;) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the tinder- signed in malting up this bid. • - 3 i • , -1I= - SPECIFICATIONS ti FOR -NEW ELECTRICAL SERVICE FIRE STATION NO. 6 CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT 2210 Willow Pass Road, Concord, California Prepared by Mechanical Consulting Co. 702 Harrison Street Berkeley, California D tfiAYa J. R.OESSOON CLERK eOAW or SUPERVISORS CONJRA COSJA CO. e. Prepared for Public Works Dcpartment Contra Costa County Sixth Floor Admi rtis cracioa Bui.I ding i ar-c-inez., Ca-14 f ornia Mkrofikrw d with board ordor _ F . .a A TABLE OF CONTEnS- 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 State and County Labor and Materials Requirement Section 5 Bidding Documents Section 6 Submission of Proposals Section 7 Withdrawal of Proposals Section 8 Public Opening of Proposals Section 9 Irregular Proposals Section 10 Competitive Bidding Section 11 Award of Contract Section 12 Special Requirements Section 13 Exectuion of Contract Section 14 Failure to Execute Contract DIVISION C. Proposal (Bid Form) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISION F. General Conditions Section I Definitions Section 2 Governing Laws and Regulations Section 3 Patents and Royalties Section 4 Contractor's Responsibility for Work and Public Utilities Section SO 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 Section 11 Conduct of Work Section 12 Responsibility for Site Conditions Section 13 Insaection Section 14 Rejection of Materials Section 15 Interpretation of Contract Requirements Section 16 Clarifications and Additional Instructions Section 17 Product and Reference Standards Section 18 Materials, Articles, and Equipment Section 19 Shop Drawings, Descriptive Data, Samples Alternatives QQ?'77 -1- DIVISION F. General Conditions continued Section 20 Samples and Tests Section 21 Change Orders- Section rders Section 22 Labor Section 23 Occupancy by the County prior to Acceptance Section 24 Preservation and Cleaning Section 25 Payment of Federal or State Taxes Section 26 Acceptance Section 27 Final Payment and Waiver to Claims Section 20 Guarantees DIVISION G. Special Conditions DIVISION H. Technical Conditions DIVISION 16. ELECTRICAL d r; t r .2_ 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: New Electrical Service, Fire Station No. 6, Contra Costa County Fire Protection District. 2210 Willow Pass Road, Concord, California The estimated construction contract cost (Base Bid) is S 9000.00 (Nine 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 of a printing and service charge in the amount of Two and 13/100ths Dollars ($2.13) (sales tax included) which amount shall not be refun able. Checks shall be made payable to the "County of Contra Costa", and shall be mailed to the Public storks Deparur—ent, 6th Floor, Administration Building, iMartinez, 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 (101) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before June 14, 1977 at 11.00 a.m. Bids will be opened in public at the time due in the Board of Supervisors' Chambers, Room 107, AdQiini- 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. 1902!J -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 (100p) 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 apprdval 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 By JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: PUBLICATION DATES: 0080 -4- I CORRECTION SHEET The following corrections shall be Rade part of the Contract Documents and clarifies the Contract Documents as noted. Page 6. Section 3 (b) - Reference to "Division E" shall be corrected to "Division F". Page 6. Section 3 (c) - Reference to "Division E" shall be corrected to "Division F". Page 6. Section 4 (e) - Reference to "Section C" shall be corrected to "Division V. Page 7. Section 4 (c) - Reference to "Section 1 of Division E" shall be corrected to "Section 6 of Division F". Page B. Section 11 - Reference to "Division E" shall be corrected to "Division F". Page 9. Section 12 - Reference to "Section 0" shall be corrected to "Division D" Page 12. Paragraphs (f), (G), (H), and (I) shall be corrected to 5, o', 7, and 3 respectively. Page 15. "Section 'c" shall be corrected to "Division V. Page 14, 14a, 14b, 14c. Division 0 - Change revision date at lower left hand corner to Rev. 12/73. Page 21. Section E, Subcontractor's Certification (3); Delete paragraph beneath signature line requiring written authorization by County. Page I_ Table of Contents Division B - Instruction to Bidders - Delete Section 4 and reduce by one all subsequent section numbers. Page 29. Division F, Section 5 (F) Certificate of Insurance: Change prior notification requirement of cancellation of Insurance from 10 days to thirty (3)) days. -4a- �1�X281 DIVISION B. INSTRUCTION TO BIDDERS 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. COMPETENCE OF BIDDERS: (a) License: 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. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the "Notice to Contractor". page 3. (b) The deposit, if called for in the "Notice to. Contractor" page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee, if called for in the "Notice to Contractor", page 3, is a non-refundable payment to defray a portion of the print- ing and handlEng costs. SECTION 3. EXAMINATION OF PLANS. SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work, and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character. quality. and quantity of surface, and subsurface materials or obstacles to be encountered, the 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 which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface 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. 5,176 RIM I INSTRUCTION TO BIDDERS (continued) There is no guarantee or warranty, either express or implied. that the conditions indicated are representative of those existing throughout the work, or any part of it, or,that unlooked for developoents may not occur. Making,such informa- 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 subsurface conditions, and bidders sant satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIESc As part of the responsibility stated in subdivision (a) above. and without limitation thereon, the Contractor shall be responsible at his own cost for any and all work. expense or special precautions caused or required by the existence of proximity of utilities encountered in performing the work, in- cluding without limitation thereon, repair of any or all damage and all hand or exploratory excavation required. The bidder is custioned that such utilities may include commnaication cables or electrical cables which may be high voltage. and the ducts enclosing such cables. and when working or excavating In the, vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cables, nor cause injury to persons, and suitable warning aigas. barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention: is invited to Section 12 of Division E of these specifications. (c) DISCREPANCIES OR ERRORS: If omissions, discrepancies, or apparent errors are.. found in the plans and specifications prior to the date of bid opening, the bidder shall submit a written request for a clari- ficatioa 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 specifications shall be governed by Section 15 of Divas:-_., r of these specifications. SECTION 4. BIDDING DOCUNENIS (a) Bids shall be made upon the special Proposal (Bid Form) (See Section C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com- pleted form should be without interlineations. alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. 5:75 -6 SECTION 4, BIDDING 22C1TlQ RYS (continued) (b) Bids shall not contain any proposals will:recapitulation of.' the work to be done; alternative ro p nor be ciansid -' erect, unless called for. No oral,.telegraph£c or,tele0b,onic . proposals.or modifications will.be considered. (c)-List of Pzo�sed Subcontrsccors: 'Each,proposal:. shall have listed—Har—W- ands ress`of each subcoa tractor to whom the bidder proposes to subcontract portions of—, the work in an amount in excess:of I of I percent of his.total bid, in accordance with Cbapter`Z; Division 5 Title 1, of the Government Code. See Section I of.Division E of these spec£f£cat£oas, for further reference to subcontractors. " (d) Bidder's Securit : All bids shall have.,enclosed cash, a ca hier's c c , cez chec or--q bidder's bond,,as scrA a ow. executed as surety y a corporation,au�£zed "Contra issue surety:bonds In the State of Cal£fornis_made payable. to Contra Costa County" in an amount equal to at least 10 percent of the amount of the bid. No bid shall be considered-unless-one,of. the:forms of bidder's security is enclosed therewith. SECTION�. SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board,of- Supervisors of Contra Costa County at the place indicated on the bid proposal. It isthesole responsibility.of the bidder to see that his bid is received in proper,time. All proposals shall be submitted under sealed cover, plainly identified as a proposaL for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so many result in a premature,opening of., or a failure to open.such bid. Proposals which are nottpraperly. marked may be disregarded. SECTION 6. HITADRAFAL OF PROPOSALS: Any bid may be withdrawn at any time prior to the time fixed in the public notice for the opening of bids, provided that a request in writing. executed by the bidder or his duly authorized representative, for the withdrawal of such bid is filed with the " Clerk of the Board of Supervisors of Contra Costa County. An oral, telegraphic. or tei, hanic z uest to vithdray.a bid rp apoaaT=a ot acre two e,; The withdrawal o a id sha1L not pre3&ff tie right:, . of a bider to file a new.bid.::This article does not authorize the, withdrawal of nay bid after the tlme fixed..in the,public,notice for the opening of bids. Rev. 5/76 -7- 00284 i SECTION 7. PUBLIC OPENING OF PROPOSALS ProposaLs will be publicly-opened.and read at the time and place indicated in.the Notice to Contractors., Bidders or their authorized agents are invited,to be present... SECTION S. IRREGULAR PROPOSALS: Proposals may be rejected if they show any alter- ation of form. additions not called for, conditional bids, in- complete bids. erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the . change should be initialed. The County also reserves the right to accept any or all alternates and unit prices called for on the Bid Fong and their order of listing on such form shall in no way indicate' the order in which the bids may be accepted. SECTION 9, COMPETITIVE BIDDING- If more than one proposal be offered by any individual, firm. putnership. corporation. association, or any combination. thereof, under the same or different names, all such proposals may be re acted. A party who has quoted prices on materials or work to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the materials or work. All bidders are put on notice that any collusive agree- meat-fixiog the prices to be bid o 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 10, AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award, if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL RE]QUIRENENrS: The bidder's attention is invited to the following spec- Lal provisions of the contract. all of which are detailed in the General CGnditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 -B- 0 0028 i SMMOS 12. EXECUTION OF MNi8ACI Tbeteontract (example in�Section,D)'ahall be si8ned'bY the successful"bidder�..Zlicate counterpart and no returned vithin'five (5) days'_€°veto ether with�the Contract days. Sundays, and legal ho idays, 8 Bonds and`Certificates un it s�e�beenntr executed"by':the4f' binding upon the County tractor and the County. :` Should the Contractor begin worr�iend'8ds�+W)bV' receiving,noti performed by him wihas l be h[phis own,rfsk and,as provided, r u roved. a volunteer unless said contract is app SECTION 13. FAn�mr 30�E COMAL Failure to-execuce.a contract and file accevided pt able bonds and tea of insurance asand legal holidays, 10 days. not Saturdays Sundays. after the successful bidder has rereivo the Gavard and ithe orfeita ".""sbell'be'just cause for the anmilmen nre of the bidder's security. If the successful bidder refuses or fails to execute the contract, the'County may award the contract to fai second lout responsible bidder. If the second lowest re`apon- the s bidder refuses or fails to rd the.contract,.,the County. sibOn nay award'he contract to the third lowest responsible bidder.:-, onsible the failure or refusalococnt�racetle scra+ardedlatuoest exenitethe same; bidder to whoa any ttyy "su h bidders= securities sball be likewiseday,by day laboz su work say hea be readvertised"or may ;. .p ss provided by State law. S 1 } � f 'Rev. 5176 r. 0285 • (Bidder). DIVISION C. PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL 14th day of JUNE 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 New Electrical Service at Fire Station No. 6, Contra Costa County Fire Protection District, 2210 Willow Pass Road, Concord, a i ornia in strict conformity with the Plans, Specifications, and other con- tract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, M.arcinez, Cali- fornia 94553, for the following sums; namely: BASE BID: Shall include all of the work for the construction and com- pletion of all facilities therein. For the sum of: Dollars (� ) (B) It is understood that this bid is based upon completion of the work within c0r_4-;_Eiya tn,l calendar days from and after the date of comdencemehc. - 00287 It is understood, with due .allowances made for unavoidable delays, that if the Contractor should fail to complete the wort: of-the contract within the stipulated time, then, he shall be liable to the Owner in the amount of Twonty Piva aad No/100ths ( 2s_nn) per calendar day for each day said wor • remains uncompleted beyond the time for completion, as and for liq- uidated dam.:.ges and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re— sponsible for any errors or omissions on the part of the under- signed in making up this bid. J� 5 wt J .J 00200 :a • DIVISION E. FF.OMAL 01.1 Fe.-ft) Coa'C. (8) The under.-!-.ncd hereby certifies that this bid is gcaulac and not :h.ia or collusive, or cldc in the intern of is behalf of any person not herein anacd, and that the und-_rsigned his not directly or :neircttly Induced or ;oLic:Cod nay other bidder to put In a than bid, or say other person, fire or corporation to refrain fro= buddiar, and that the urdersigaed has not In any =ancr souZht by collusion to secure foe hEmct! an advantage over any other bidder. (C) Atcsched is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the notice to Contractors. O cash O Bidders land ❑Cashier Cheek O Certified Check (I) :he follou-in addenda are hereby aunowlcdCod as being included La the bid; Addend= 0 dated Addemdu= C dated Addend=? dated Address • Phone Llceased In accordauee Ulth an act provldlmc for the reslatratlon of CZA- ,......« -tractors. Claasifieatlon and Lheens* ao. Dated this dry of 19 Rev. 12/72 ..�' DIVISION C. PROPOSAL BID FORM continued LIST OF S113COYIRAMRS: As required by Division B. Section 4. Paragraph (c)) Substitution of Listed subcontractors: See Division E.. Section ¢. Paragraph E.). Portion of Work Name Place of Bidders I 1 i 1 ! I M I ! ( i ! ! I I I I ! I 00290 • j.MSION C. PROPOSAL (Bid Farm) continued (F) the ondersfgned hereby certifies that this bid is genuine and aot'sham or collusive. or made in the interest ar,in behalf of -any person not herein named and that the undersigned has not;directly induced or solicited any other bidder to put is a sham bid, or any other person, firm, or corporation to refrain from bidding. and that the undersigned has not in any manner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required in the Notice to Contractors. a Cash o Bidders Bond a Cashiers Check OCertified Check (I) The following addenda are hereby acknowledged as being in- eluded in the bid: Addendum# dated Addendum# dated Addendum # dated Firm sy: - Title Address Phone. Licensed-in accordance with an act providing for the registra- tion of egistration'of Contractors. Classification and License No. Dated this dap of , 19 aev..5/76 -IZ- • ���1 DIVISION C. PROPOSAL BID FORM continued LIST OF SUBCONTRACTORS: (As required by Division B, Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work Name Place of Bidders Q07;TZ , i UNMON CONTUACT .�(Construction Adr.aao*t),' (Lantra Costa.Co.acy Staalatd Fara) +<_ 1. -VAy7ADLff.. Than* Variable* ate lacacrarat.d beler by,reterense. >- '(152.3) fartGf. (pnbllc agency] . (Coustactet) -(12): 'tffeetive Hata: (Sae 14..for atsrtiaS data.) (f)) no York. '.(Sk) Completion rima:" (atrlkn *at,(*) at (b) 'calaadar'.'ar 'rarkta{), ,,.. (a) by.ldatoL::. ..` :. (b).- troa, gatting date. •'�" qS) _LiQridau3 Dmraperb yf ees caleSdar day. (fi) rrblie Ayeeey's Agent« - 07) Contract friar. f t(er•ratc price costracss:sora or lose. is accordance ritb st.s.b.d_4asstities at rstt'Id, .}rices.) .(Strike out parer[►.tical "Cartel it 1*s}pltcablo.l , S. s7esArznrts s ACAsavtrrarm: blie teen. All (ttostdoat.or Cbstroas) (Secretary) Ca"tr�oet*r. bereby ata* ackswl.Axiaa waroass et and coapllaoce ritb Labor Code 1116s c*acormtst.Workmen's Comrensattea.Lar. Syr .. , D.oldrato ottsclal capacityis the bnstaaan '.sot* to Co*traacair: fl) Ueorto askiiovtadpaent far"ketor; and tt) if a.torpora- time, attack a aartif ed copy of the,bylav*. o_of the resolution Of the..feard of A(svetar#authorising eseertion of this contrast and of I bonds required lereb}.... Scare of Colii*resa ) ACI9MrVe)rror (by.Corporation. County at ) •a. partnership.or sudiridcat) . TIM poraen(s) slsafa$abora ter Ceatracter,:.be*.* to no to.lads.ldaal and bosleass c*paclty as stated. retoaaally appeared Were"so today sad:acknwledfedthat be/tb*y esecnted'It a*d &kat thecorporationor ratuarablp*as.d's►aas,.ai.cutrd U. .Dated: MAL)" '-Setary tr lit. FORM Atr&*Vn* J. S. CLACSIS. iaastr Carnal. If y.rap: (Pae`1 of h) Rev. 12P2 -14- 00293 i reek, lE'aball,Iasre a certificate [o the Ceut wcter •ad.pay,cbe b•lanta of lbw coacract, _ hilts.•f[*r dednetiva all route will, b wdemLm toatracI..-p.:.14*A the.Coat roc to r:,' skeea *bat all claim-tar labor cad materials have bees yeid, ao cl•las bars be.. presamte4 to the Pub11e'Ag6aq bued os acts or 0.1861000 09 tA* Coecraccor.:aad ns.11sna or wltbb 14 antic.& here ►see llld sjalgeC the m8rk or site. *sd prawldd cher. are not lem.ts►le 3u,,,all... et /ataetiw ar.Usiea sock sc of lace-recorded notice* of lions, or claim.against Contractor. ,. f. 2SSOtAOC[. (Labor Cade 5111160-61)�On •Isaias Chis contract. contractor..at etre tub Ic As.ac7 (i) a cartf llcate Of ceueac [e e•1!-lea :to leaned by lbs Dir•ece col industrial Selatlou. ar (1) • car WIZt. e! Oo rk.*s's C*syemsatle0 la6urance issued hy- 4 a/sitte/ anegrer, or (3) *m enact ceps er d0ylicacw chum[ eesti9led by the Director ar the Insurer. Contractor 1s ecce of and complies with Labor Cods Sec..3700 and them Yerbo•s Compessatlsu Lar. 10. SOUPS. 0a &&gate& this contract Contractor *hall deliver to Public Agency.Io r, approval send and suffictest.beach with agencies. Is mount(s) ■pecifla4 la the apeclf! college, amr&nt*siq bis 1:Ithfal performance of this contract and his ygseat for all. labor and"cartels h.rag*dr. ll. rI'M TO PERFORM. It the Camtracter at any Ciao rogue oa sur nes le cra I bocat-fault et t\. publlt Aaeaq of its •seat(•), to .apply sUtgtctsac sate rials or voskmes co complete this &&coastal and work as provided terata, for a period at 10 days or more after written native thereof by the public Agency, the public Agency soy furnish same and dodo Ct the reasonable expenses thereof fr*m the contract price. 12. LAYS APPLY. Ceseral. Both parties recognize the applicability'of vasto'a federal, .tate sad local lave and resulatlsss, especially Chapter 1 of pact 7 of the California. LAhot C4/e (►ejlnnlaj with Sec. 1710, and Secluding Secs. 1735 L 1777..6 forbidding.dls srlalmatlem) and Island [bat this agt.wng coepli.s th:rwlth. The parties specifically .tiprlate.Qat the releu*t p*nAlclu and larfett are:,,w rorlQed !n thw Labe[ Code. egec!•137 1s Se u. 1773 6 3517, tsaterafaa prera121gos cad Aomfe. *bell apply to th1. agreea.nt •6 though 9.117 *tip.latd hotels. I3. SDBCOYTSACTOSS. Cevs[aseat Code 194100-4111 sr. Incorporated.hotels. 14. OAC[ SATCS. (a) Prrara•t to Labor Cede Sec. 1773, the governingbody of the Public Agency has aacertala*4 the &*metal prevailing rates o9 wages per dies, and for holiday and evert!" vert, is the lerallty la ubith thla work is to be Performed. for each craft,, eLulf icatton,.er type of marks.* ae.4 to .a.cutr this contract, and said.races are as sieelfird i* tLe call forbids for this work and areo. til. with the Public Agency, -end mare \a ra►y Lacogera[ed hernia. (b) This ockedgl* at caps 162.1:4.161; a bud en • wetting Qq e! 11\oars uaSes• ocbtruls e. apc31l d; AnA the /.117 rate c• the Aeecly rate arltiplled by for amber of boors ego- atltrtlas the working, day. whom leas tbaa Coat ."her of boors are corked, the dally rase rate t. prop Is ly [educed, but the hourly rate rs"!us An stated. (e) The Cent rector, as/ all his ■UbcontracLora. suet pay at $eget Chas* rate* CO all perm" en t►!s work, laclud2•a all trawl, auhsls cencw, and frigo benefit payments prevtdad for by applicable celi*ctlrs bargaining agreaeasca. All skilled labor sot listed Jere aunt be Paid at leas[ the mese scale established by collective bargaining.agreement for suck labor l0 the locality where such cork In being performed. It It becomes notes ury for the Contractor at any subcontractor to *.ploy say person in a crafc,.claseif!- utla* at type of work ("Cart e—C.tl.e, supervisory. od l.36traclre, c!*ri cel or other nen-s *eal eerkers •• such) ter rblc► ao stale"wage race to specified, the Comsraccor Us-, all'Sm.Qiuely notify t\e Public As*scy which •►all promptly determine the prewlling.. vase rate tkorefor And Corals\ the Contractor with the minimum rate based thereon, which •hall .poly from.the rise of the initial employment of the person affected and during the.. ce*tlauanca of arc► e01ploy"et. IS, mOCIS Or LASOS. Eight bouts of labor in nae calendar day eoasticucss a legal day's - uor&. and me varkaat *splayed at any clue on this work by the Contractor or by Aar sub- test�ctor ska11 bs equlred or permitted re work loeger thereon secept as provided 1* Labor Cede Secs. 1s10-11113. 16. APPSEYTICES. Pceperly ted.aturod appttntices nay be •mploydoa chis work in accotdaac• vitt-Labor Code Secs. 1117.5, and 1777.6 oa so*-discri*tau toe. (P.ja 3 of 4) Rev. 12j71 -14b i!�.,0 0029 DrnstaND. AzncLzS or ACRID rr (0011MCO COrTILACT (Contra Cost&County StandardForm) I. ►ARIAUES. These variables Are Incorporated belowby retereaee.. " (112.3) Parties. Indite Ademcyl (Coatractorj (92) Lrfeetiee Dater _ - IS.. 14 for starting (63) .fhb Work: (64) .Ca$pletion Tide:.(&tri►.'ort (.).or t►) wulodar" or wwerklaywj,. (a) I by Idatol (►) Vlt►la�calendat/workin6 day* trod.starting.,dace. (IS) Liquidatel...Damages: $ at cilsedar .day. . (16) Public Agency's Agent: (17) Contract Price. S (for-malt pelt. contracts: more or.. leo, is aeeotda.ee wtt. tlnlsbed .wstltles se_,uwie►1d:prlcrs.).. ' (Strike art porot►ettui material it laspplieable.l, Public,Aasrey. 6y: (reesld.st.or:Ck.trman) ,. (Secretary) Comtrestar. b.reby .lo acknwlelglms swag&&.$. of and conTllasee with - Labor CNr 11661 cest.ralma Yerkmew's-Compgesattea Lar. Syl D.a16&ata official capacity,In the hostages ' Roto to ca.traatbr: fJJ' tisarie aeheosrlsdgwset.farm below; a.d KJ. it a:orpora- " tion. attack a esrtified copy of rho bylaws, o_of the resolution of:the Scar3 of Direotors autheriaimg erseution of this eontraot and of the bonds required toreby. State K California ). "ACIVOAMEMPA!RT (►y Ccrporaclan. County at ) a$. rarta.rabip. or Individual) The potesa($) alas!&&above for Contractor, know, to as Is lwdirldmal ad boslwoas wpoelty o Gated, Te[ooilrap►tared Mier/aetedatasd .ckmawledsed chat bs/tb.y - .aecutsd 1t dad t►at the corporation,or lartusAlr Named absre.executed It. - (SIAL) .. .:votary rr►ac FORM ArrRGV1Z% J. R. CLAt3La. County Co s,$*I. to __Deputy (Page 2 of 4) Rev. 12j72 -14 . {� 00293 a s+ • ]. YOUR COMM&C2 CHANGES. (a) by their oig"teres le S*ctiam 2, effective an the above ate, clew• parties pr—lso sad &$too asset forck to this Contract. incorporating.by hese rearewces Pte "ee t l a l'('earla►1.s")-.ia-S•C. 1.. U) Contractor •ball..at his a" •eat .d ea; as d Is •.vortaaalibe-c&siri."ally.and.tatcttully perform And complete. Utm vert; and will tarnish. .11 .atottals, label, services sad transportation.seceseary. - CO.vealeat sal pteper la order fairly to perform the requiremeste of this contract. all strictly is accordance vttb t%o Pu►ltt A&ewq'a plagl, drawings and specifications.: (e) This work cam N eh.awgel only wlt%'Public AgescT's prior written order specirylog such Change sod Its cess &ss004 ea by the parties: and the Public Agency shall never have to pay Met* them specified Ia Sec. 7 wit►eac such as order. A. TIME- NOTICETO t1tOCEED.. Ceiederaaetar*bail start tkts work as directed in tb* •peel • licattess or tie antic•to T.C* : n 0%411 complete it as specified to So C. 1. 1L CI RJITED DaMaC[f.. It Pte Contractor tells to Complete this costract and chi• work with . t►s stns tae ;%.refer, alle.&ACA ►eieg made for toutims*ncfes as yrov!/tt►erela,. . be becoues Ica►le to the ra►I!t A&escy far all,tts los* .ed triage therv[rom; and be.." item t.. mare et t.. use, It Is and will be lapracttca►!* sad oatceaolr difficult.to .&cert alw and cls the Public AgestT's actual dwg* from any delay A. pacfarmancr.bereot, it U agree! stat CoattattOt will pay As liquidated danaso& to.the Public Agency the a.&e.&ble *an specified to Set. 1, the result of the parties' 9.4.09010 eadsaror to -. estimate t•IT ever&&* coepossattea therefor, ter sack calendar day's delay to finishing amidwo:l; an4 i! ch.• same be met paid, PablIc Ageacy say, is addttlew to Ice *that ran.dte•, &e&ect ted sea• tri any easy,dwa ores• become tme.Ceatt.ctor wader this coo- tract. if-tie twbilt"Agency ler any cause autberises or coutwibutes to a delay, suspes .*toe et out er eaeeastw et ties. Its lursttes *boll he,added to the ciao allowed for eupletloa, ►wc lc fall set be deem•&.waiver or be wed to 4e18et any right of the 19e.e1 to lam*{•* ter ses-c9aplatloa or delay hereunder. Poraouat to Coverxeeat Coda Sec. 4213, ch.* Cestrseter s►all amt he &.messed liquidated t—s&oe for delay to completion of III*work, -\— and d*lay vu caused IT the mace *1 t►e tu►lic A&escy *r-cbe sweet of a. _ atlllq a vrovlt* [er'reaav&1 or r*leuclma of *elating rt Lilly faC,,Itie•• 4. INTECtATED DOCUMENTS. T►e plans. &r—test sol sp&ctflcatioms, of any public Agency's toll for pyla, ani Csmtr&et*r'• actepte4 Utt for gets otk as berg►y iscorperst*d late tba e*atreet: and t►ay ate latoado& to.ce-eperste,.•0.teat .4196;09 *sbtblted to the P1. er Ifewt.to a',ant dKaws&ta tie speeifirst...:,or vin ver**, Is to be executed as it estt►tte4.'aancl—.i'sd "t-totcb la both, to t►t true-latest -d*.&slag thermal vie..tabs all together; Sad ditfoteacee of opiates comestalag these shall be !Lally deceratsod by Public Ageaq'a Agent specified In Set. 1. - - 7. TATM[NT. (*) Pat him acrlet an4 ltt*r.1 I%lt.11ment at these promises.and conditions, and twll Capeasatta for all this work, tb Public Agency shall ►a1 the Contractor the saw cate4 la Sec. 1, aacept that lm unit trice contracts the.payment shall be tar taa►*d/w..cicles at wait ►il pctc&s. (►) Dn oe *bast t►. ttret day et each coleadar toes► the cost fir *ball tabmlt ee the tub lie Agaaey .mecf f Ia& gp1lc&tloa for Payment, swppected by a satananF sbowlmg .11aat*tial- actually installed 4araa the tragedies south, the labor e.pesded tb*.&a9, ", the test ce're*t:w►*ranpos, after eteektsg, the t*blie Agency shall Is*** to Ce trotter a certificate ac he exeeae determined to be a", stars 10% thereat pursue*% . . tt*Waer—eat CN* SeC.L]10b7. butmet -til d*faettw wart and s-teri.ls have been tea,"d, replaced sad Made 9—d. a. 1ATMENTS CITMa1:20. (a) 7%. Pr►l.e Aseacy or its a9oor may.withheld asy_paymest.,Or - • bu.an et later dlsuwrad *vtlaaco satisfy all or "y «rtlttcaa for Psymenc, to suck' - .mt*et "A varied at tae ouIT as May be wecetearl to protect.tho,Tublic.Agency fee& lou - ,beto%* ohs (1) Defective work sot remelted, at tl) und lwk, a ane— lClata1. (1) tallerto spy eabeostrattet. .. ttarma e-►-s►11 *_o-rtilla9, - labor., (k) aeasema►10 dolt that the wry cam be c—pl*t.4 far the Waste. ,. thou unvatd. or (3) D—.ge to—other cestraetor. (b) The Public &Sescy %tall sea roar sale 461119*Ace to discover &ad rgorc to t►e Castr*ct*c. an the vor\prostesses, %be"tert&1& 4.6 labor whicb an not satts a Crory to - - lt, se an tm awfl woe<es•ary trouble or coat co the C9menet9C in asters geed any. 4.foctiw west.ar pact•. ... cc) 35 talendar days alar the Public Aseact films It. "Cleo of completion at tha,outlre crag* 2 of 4) -14a- REV. 1?/72 . . p 00294 R, ti reFk, It sholl fee" a certificate to the Coatraccor"and;pay the.Yalsace oI the contract Mc -after dedactlmg all me" . wltYhsid order this contract. itovld�d.tAm.Ceat ractsr s\ore t►at all elalms or labor ua uceclals have been paid, no tineas bars bevm preeemsed co c►m pu►11c at:ncy bard os :eta :r eel ulna et tA* Centcactor, nod ao.Ilea� sr wltbhold meek*& have bass filed admtut th* vert or site, and p3Qed thesears sot rusemsble indications of detective or&losing work at of lata-recorded notices a[ Ilona, er claims *defeat Contractor. _ .q. Iusca"C6. (Lobar Code 1{1660-61) Os std.tag chis.castrate. Coscrac[or arse give lublle Agwcy (1) * ce Itlttest* at teaseat to Moll-imsare Is*"& by Cho Dtretsor of Iadastrlal Rslattess, *r M a certificate at Werkao.'s Compensation Insurance Issued by as adult ted.lasoror, er (3) ea exact copy or duplicate thereof certitled b7 the Director of th 1&sarer. Co.ttactor 1s ware of and Complies with Labor Code Sec. 3700 and the , Work.em's Compeaution Lw. , 10. !OltD3. O& signing thio coarraet Co eraccor shall deliver to lubllc'.As,ency for opyree.l gmod and Zatat lea.►ends with score[las, tm uouat(:) ap*cltled Ia the specIti ea t3eu. [aaumt@it.. ►1: Ialthl al pasloraosce of tA1e c*atract and h1s poyuac for all labs[ and materials berm oder. it. rAILDRC TO PERFORM. If the Contractor at &my time refuses or neglects, without fault of [he 1P tic Age.ty es !ra admmt(s), ce so ply sufficient ..Cartels or aortae. to cemplet: chi: adr:enems :at wrt a prowl ded hotel*, for a period of 30 days or are after wrote& "tic. cheroot by the public Agency, the lubllc Agcy may.furnish sue and deduct the reasonable :apeuu thereof It" the contract pric*. en 1S. LAWS A!lLT. General. Roth parties recognise the applicablllcy of w:Claus.federal, :race :ed local laws cad redulacto.s, especially Chapter I of part 7 of the Calif to la Lab:r Cade (beginslag with Sec. 1710,.a.d ieclodiag Sees. 1775 •.1777.6 forbidding des- eriamatton) and farmed that this :gre"eat compiles therewith. The parties Specifically at ILhtthe Fmlevant.penalties an forfeitures provided in the Labor Cede, aspet ially i& Ss ca_ 1775 L 1113, cencerains prevail!*[ wages aad hours, shall apply to • this agreement os though.fully.stipulated battle.. _ 13. SOBCOMTRACTORS. Covaraaeac Cod* 11,4100-4113 are Incorporated Aersia. I&.-- WAGE RATES_ (a) persona[ to Labor Code See. 1773, the governing body.of Che public Agency.has astestalmed the gnu cal ps*vslllsg rata et wades per die., cad for holiQa7 and secretes work, ie the locality !n watch this vert L to be perteread,.Ler sash ernI _ _ cls:alticatlo%, er type of works&&sued co unite this contract, and sold rotas.are as. apecilled l..tte cell for bids for thla Werk cad sr: am file with the public Agency. aad are hereby lmcotpsrsted bora lm. - - (b) TAta schedule of rage. is based as • warbles, day of S boors unless atb.rwtse geeif led; and the daily rate to Caw hourly rate ■ulttplted by the amber of hours coa- at3tutl&g the werkleg day. Who. leu tb.achat &"bar of hours are wonted, the daily wags. . tosm L prop rtleutely [*dace!, ►:t the hourly rate rosalns ms stated. (c) The Contractor, a&t all hie amYepacracters, net ppy aC lraat cbe.e rates to 431 pe mans on this wrk, lncludLd all travel, subsis trace, eaQ frf.[e breath payments provided for by applicable collective brgai.lsg as,reemssts. All &killed labor not !laced :hoe. must be paid at least the wage scale established by collective bargaislog as,r:smsat to Leh labor to the locality where such wort Is being performed. It it b*co.es nates- emry for the Contractor or aq subcontractor to employ any person to a crafC, classtf!- uties or type of work (except executive. supervisory. administrative. t1*rital or other sm—moa wpChat, as each) ter whack as stain"wage race Is specified, the Coacractor s\all ioedf*rely roti ty the lubltc Agency which stall promptly dstocelae tAe p rrvalling supe rats c►erefor am larelah the Contractor with Cho*Intoe. sats basad tbereo.,.ab[cb .shall apply !ro& the face olthr init Ll employment of the person affected.and during the continuance of Such saploynsot. 15. tOL'RS Or LASOR. Eight boors of labor to tae calendar day constitutes a legal day's. •ar\, cad mo 'I" " replayed at ray time an chis work by the Ceatroctor or by any nub- ceatraet*r shall be required :r permitted to work longer thereon except as provided to Labor Cede Secs. 1810-1415. 16. APPUMTl Cit. properly tadestured apprentices ray be employed on this work 1. accordance wlu Labor Cede Secs. 1177_5. aad 1777.6 as Cee-dtscrtsi ucf on. (page 3 of L) - Rev. ;.3j72 {; � ' 00295 J )I.''r[LrL[L7ttt i0['!Linar. S. The public A[wecr dealt*s:t*promote Cbr'-indsstriss - epmomr-of mina Custa county. met the"Costracter-theretora.prostass to ngo tot prpdarts, werkmea. laborers.ad mechanics of this toasty to every':rase usage-the"price fitness sad :pelf ty.are equal. " I&.'-ASSICSYEMT. This agreement blds the betrs "swccessaro. amalgam. and'roprsasntativea - of the Contractor; but be comsat assi&n It to wbol• or in part, uneasy wastes doe-or^to become doeander it. withers Ike priorWCAtten consent of the Public Agency and the Come.ecter's smisty.or sur*tl*s.:values'Choy have w11ved"notice of assignment. it. -No"WAIVER [Y rt[LIC ACESCY.' Inspection of the work and/or saterfals.`or'approval'of work And/or materials los►octed.'at Statement by any Offices. asset-ar snploy.t:of the. Public Agency indicating the work or any part there*( court, o with che'r•qulren•at#of - this teotract, of acceptance of the whale at aoy part of #aid work and/ei'=at trials.or ' payments therefor,at any combination of these act*, shall not relieve Cha Contractee of "his obligation, to 1611111 this contract.'as'pr*scribed;""not spall-the public A[sacy`bs-- :thereby:estoppod tree briestsg may Attlee for dema&os or enforcement, Isiah`iron the'= - failure to comply with say of.the tacos and to*dittoae beresf. Ia. SOLD*ARMLESS t INDUSITT. (a) Contractor promise$ to And ahalI bold hornless and lodoteatry from Cho liabilities Of dstimod is this $action:' ' " tb) The tadsmntte•a baseflttd and,protected by this protist ars the ?white Ag•aC• and Ito *lettiva and appolsttvo boards, commissions. officers. agents and employ#*#. (c) lbe i1,616, abilf ttas proteet*4 .&.last ars nor liability or claim for damage-of env ktdaltegr4ly $meincurred or tbrpairs•d ►euwae at actions"dw[tewd,botaw, feel'adla& personal lnlory.death, property damage. Counter codensation.'or may combination of chose.: se&ardlesm at whether or not each liability, Claim-or"dunage was unforeworable at..say time before:the Canary approved the ispemvasemt plaa or Accepted the tuprovon*sts a#'"comrlet.d, and including the-defeeee of oar SOWS) or acttou(s) At law-Sr equity coaceratat chess. " 14) The settees tausist Liability are ase ActOfomission (negligent or son- me&11t•at) to ceaaectlos with the setters covered by this cestract and attributable to the contractor. sakeoatrocter(s). or any offlt*r(a). a&emt(s) of employer(*) of one or more.of them. (a) soft-Cee4ttleam The promise"and'agr*oaeut to ibii seettem to not ceadicteevd-at, - dependent am whether or not our Idenmltwo has prepared, supplied. or approved sur'plasrs) or speeiffuttoaW In commecttem with this work. bat insurance or other tadeuslU cacfoa 'Counting evil of theme matters. or that the alleged danags resulted partly from our Saglt- &eat or willfal misconduct of say In4sunitrs. ` r ., a ✓.,. h. 7. k tt.gt A of a> Rev. 12/72 SEC=E-FID COimTlIOBS AFFIBlfIiICn ACTIM P°�V)?Zt WSM EL.UAL t2 Part I: The provisions of this Part I apply to bidders, contractors and subcouttactoz3 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 (bat only as to those trades as to which there are commitments by labor organizations to specific Coals of minority manpower utilisation) 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. AzW bidder, contractor or subcontractor using one or more trades of construction employees most comply with either Part I or Part II or the Bid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with these conditions by Its inclusiou, 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 section,the provisions of this Part I, and by its commitment to Part II in regard to trade•B" in the instance in which it is not included in the Contra Costa Plan and, therefore, cannot neat the provisions of this Part I. To be eligible for award of a contract under Part I of this Invitation for Bids, a bidder or subcontractor must execute and submit as part of its bid the certification required by Part III hereof. Part II: A. Coverage. The provisions of this Part II shall be applicable to those bidders, contractors and subcoutractars, who, in regard to those construction trades to be employed by thea on the project to which these bid conditions pertain. 1. Ara not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof: 2. Are signatories to the ContrmCosta Plan but are not parties to collective bargaining agreements; 3. Are signatories to the Contra Costa Plan but are parties to collective bargaining agreements with labor organizations who are not or here- after cease to be signatories to the Contra Costa Plan. h. Ate sicnatories to the Contra Costa Plan but as to which not specific commitment to goals of minority manpower utilization by labor organi nation have been executed pursuant to the Contra Costa Plan: or Rev. 5/76 -25- 00297 5.I Are no longer participating in an affirmative action plea accep- table to the Director.OFCC, including the Contra Costa Plan. . R. Recuirmear—An Affirmative Action Plan. The bidders, contractors y and subcontractors described in paragraphs l:through 5 above will not allgole'far award ofa.contract,—der this Invitation for Rids, unless it certifies as proscribed in paragraph 2b of thecertification.specified , in Part III hereof that it adopthe minims=goals and timetables of minority manpower utilization.Wil/ and specific affirmative action steps act fourth in Section 3.1 and 2 of this Parc II directed at increasing minority manpower utilization by means of applying goad faith efforts to carrying out such steps or is deemed to have adopted such a program pus sweat to Section 3.3 of this Part II. Roth the goals and timetables, and the affirmative action steps most meet the requirements of this Part I1 as set forth below for all trades which are to be utilised on the project, whether subcontracted or not. I. Coals and 7loetables. The goals of minority manpower utilisation for the bidder and subcoatractars are applicable to each trade not other vise bound by the provisions of Part 1 hereof for the following time periods, for each trade wbicb will be used on the Project within Contra Costa County, Ca]Iforaia. ' The ranges for all trades to be utilized on the project shall be as follows: From 10/1/7$ 174%- 19.55 In the event that ander a contract smith is subject to these Hid Coo- ditions any trork is performed in a year later than the latest year for shich ' acceptable ranges of minority manpower utilisation have been determined herein,, the ravens for the paled IWI/74 through 9/30/15 shall be applicable to such work.: She parcentaTas or oiocrttymouposer utilisation above are expressed JaL terms of nadroars of training and employment as a proportion of the total mauhours to be woried by the bidder's,'coutraetor`s and subcontractor's entire work force is that trade on all projects is Conte Costa County, California during the performance of Its coal-not or subcontract. The manhours for minority work and training mast be substantially uniform throughout the length of the contract, no all Projects and for each or the trade-s. Further, the transfer of minority mrployees or trainees from employer-to-employer or from project-to-prosect for the mole purpose of eeetinc the contractor-s or subcontractor's goals shall be a violation or these conditions ty in defined as Segroaa, Spanish Susnamri AMrJca=, Orientals and lmaricaa Indiana. Rev. 5/76 -16- 00298 and fore"of the trades. -Further. the transfer of minority employees. . ortrainees.irda cuploYez'to'uDloyar or:from'prvject'to-project,far"�tbe sale purpose of meeting she coatractoe-s-or"subcontractor's,goals,sball be a violation of these conditions. la`zeaehini the Soalsm of minority saeepo�+ar ntilization;zeyvirad.;of bidders. contractors and snbemsraetors parsniat to this Pact It. every , effort shall bemade to find and employ goaUfied journeymen However vbere minority journeymen art not available.I minarity,.trainees in pre- appreaticeshiP.'appreniiceship. joatncyman training at other training. programs may be wad. > In order that the nanuodUng'training".Coors of trainees may be. counted in meeting the'goal..sucC,trainees wust be eaplayace by the eon tractor during the training period, the contractor cost bane wade a cam- nitmemt to employ the trainees at the ca glatiou of.their traiaio;and Lha trainees mus.t be trained Pcrsnaat to established training prograe vhich most be the equivalent of the training programs now or her-'-, car provided for in the Centra Costa Man.with respect to the nitnre,extent, and duration of training offered..- A contractor or subewtractor-shall be deemed to be In:coopliaaca 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 to Contra Costa County,Calif—'-for each trade for whitb , - It is committed to a goal under this hart U. However. no contractor or subcontractor shall be found to be in noocaepliaace solely on account of its failure to meet its goals within Its timetables.but such"contractor shall be given the opportunity to denorstrate that it has instituted all of the specific affirmative action steps specified in this Part I1 and has wade every good faith effort to make chemo steps work toward the artainoeat of its goals within its time- tables.'all to the purpose of expanding minority manpower utilization an _ all of its projects its Contra Costa County.,,California. in all cases. the cwplLance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the tarms.of there Eid omditions. ;Therefore. contractors or subcontractors, who are governed by the provisions of dds,Rart II shall be subject to the requirements of that Pan'tegardless of tCe'obl3Ptims of its Prime con- tractor-or lower tier subcontractors. All bidders and all contraecars and so"traerare performing or to perform work on projects,subject to these-Sia Conditions hereby JWee;to infora their subcontractors of their res sod requirements of:these Sid.Conditions, ineludia tbeuadet.tbe ; g. Prorisious .._ Zug to goals of minority employment and training. Rev. 5/76 -17- 00299. • 2.,:Soectfic AM=ative Action Stens. Ridders. contractors and: •. ' snbcoatractors,anb]ect to thisPartU.=at an=age.ia affirmative ac tion directed at increasing minority manpower utilization.which is at least as extensive and as spedfir- the following steps: a.-Tbe contractor A-11 notify commits organizations that the contractor has employment opportunities available and shall maintain' records of the organisations' response. b. The contractor shall maintain a file of the names and ad- dresses of each mdaority.worker rafferred to bin and what action was taken with respect to each tach referred worker. and if the worker was not employed. the reasons therefor. If such worker was not seat to the mime hiring hall for referral or if such worker was not employed by the e®tractor, the contractor's file shall document this and the reasons therafor. c. The contractor sha11 promptly notify the CDXTRA COSTA COO= pDgdSC III�LS DeARZIW+men 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 nr the contractor has other information that the union referral process has impeded him in his efforts to mWt'bis-goal., �. d. The contractor shall participate in-training programs in the area. especially those funded by the Department of Labor- e. The contractar.shall disseminate his EEO policy within his own organization by including it in any.policy manual: by publicizing it in company newspapers. aamal reports."atc.; by conducting staff, employee and mmion represmoratives' m"tings.to explain and discuss the policy;by posting of the policy: aod-by specific review of the policy with minority. emplgaea. f. The contractor shall disseminate his IDD policy externally by informing and discussing it with all recruitment sources: by advartis- sng in news media. specifically including minority news media: and by notifying and disausing it with all subcontractors and suppliers. X. The contractor shill vaka specific-amd"constant personal (both written and oral) recruitment efforts directed at all mirwrity organisations. schools with minority students.minority recruitment orwmuatum and minority training organizations within,the contractor's racmitment area. e' h. Zm contractor shall make specific.effotts to encourage present minority employees to recruit thalr friends and relatives. I. The contractor shall"validate all sum specifications;selec- tion requirements. tests. etc. Rev. 5/76 -18- 00300 j. Tbe'toatracear*hall make every effort to pcoaote after- ,:grin school. Sommer and vacation employment to aioority ymtb- k- Ibe.contractor shall develop on-the-job training opportan- . sties and participata and assisr in gel association or esplater-group training program relevant to the can, tors emplaym needs consistent ,. with its obligations wider this Part II: I- 7ba contractor shall Cau- Bally inventory and evaluate all Minority personnel for preao[ioa opportunities and encourage Minority an- ployees to seek such opportunities. Mn. Thecontractor shall sake sure that seniority pmtiees job classifications. etc..'do not have a discriainatory effect._ a. The contractor shall make certain that all facilities and Company activities ate non-segregated. o. .The contractor shall coattamally mooitor all pess000eI ac- vities to ensure that his EW policy is being carried out p. ZSu contractor shall solicit bids for subcontracts from available minority sobcontraemr:engaged in the trades covered by these lid Conditions. iaclodin=cininlasim of Minority contractor.association. 3. Contractors and Sabeant.-actors Deemed to be ted bw Part II. In the event a contractor or subcontractor,-who is at the tine of bidding_ eligible under Part T of these lid Cmditioos, is no longer participating In as affimmative action plan acceptable to tha'Director of•the Office of. Federal Contract Compliance,taclodiag the Contra Costa Plan,be shall be. deemed to be committed to Part II of these lid Conditions. Further,vben--_,; ever a contractor or subcontractor.who at the time of bidding is elisible under Part II of these Did--ass uses trades not contemplated at the tine be submits his bid,be shall be committed to Part Il for those . trades.'LSenaver a.contractor at subcontractor is deem"to be Committed to Part n of those Eid Conditions.be shall be considered to be committed.; to a samponar utilisation anal of the Miaiaa parcentaga range for that trpde for the appropriate year. 1. _Sobsewmt-Slsnatoury to the Contra Costa Plana "y Contractor or subcontractor subject to the regairoments of this Part Il for any trade_ at the time of the subafssioo of bis bid wbo together with the labor yaaisatioa with oboe it baa a collective bargaining agreement subsegoently becomes a alg+atory to;the'Contra Costa Plan, aitbar individually or througb. as associtatioo,`say meet its requirements'under these/id Couditions for.;. ' much trade. if such contractor or subcontractor executes and submit*a naw certification conitting himself to Part I of these lid Conditions. No contractor or subcontractor shall be deemed to be subject to the require meats of Part I until such certification is executed and submitted. Mev. 5n6 - 00301 i S. lion-discrimination..In no event may a contractor or subcontractor utilize the goals. timetables or affirmative action stepsrequired by this Part It in suck a aanser as to can",or result in discrimination against any person on account of race, color,religion, sex,or national origin. parcl22: Certifications. A. Bidders' Certification. A bidder will not tZ eligible for award of a contract under this Iwituion foi Bids un Is" such bidder has submitted as a partaf Its bid the following certifi- cation.which will he deemed a part of the resulting contract: 13300M. CEYLIFICATION certifies that: (Bidder) 1.' it intends to employ the following listed construction trades is its York under the contract and 2.. (a) as to those trades set forth in the•pieceding paragraph nae hereof for which it is eligible under Part I of these Bid Conditions for participation in the Contra Costa Plan,it will C 1 with the Contra' costa Plan an this and all future construction vark id Contra Costa County, within the scope of coverage of that Plan, tbome trades beings • . and/or (b); as to those trades for which is is required by these Bid Conditions to comply with Part II of these Bid Conditionso it adopts the ainin m minority asnpower utilization goals and the specific affir- mative action steps contained in said Part II, an this and all future construction mark is Contra Costs County subject to these Bid Conditions, , those trades beingr _. -------------and ]. 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. ,. (Sigmatute of authorized representative of bidder) 2. :_;contractors' Certifications.,Phar to the award of any subcontract' under this Invitation far Bids, regardless of tier, the prospective sub- contractor must execute and submit to the Prime Contractor the following certification.which will be deemed a part of the resulting subcontract Rev. 5/76 -20- 00302 CF17lFICdrlog ` certifies-that (Subcontractor) '2.' It intends to employ tbe.folloeini listed construction trades is its work under the subcontract as to those trades`set forth in the preceding paragrap5 one bereof for which it is eligible under Pan I of these Did Conditions for participation in the Contra Costa.Plaa..it will comply.vith,thm Contra , Costa Plan an this and all future constmctioa work In Contra Costa County subject to those Bid Conditions, tbose trades beings add/or. (b) as to those trades for which it is required by these Did Conditions to comply with Past u of these Did Cooditfoac,It adopts-the -,,I—aimrity manpower utilization`coals`and the specific affirmative, action steps contained in said Part xx an this and an future construction--, .a* In Coutts Costa County subject to these Hid Conditdam,those trades being: 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 Did Conditions. (SLPADU;of,authorized,representarivegof bidder) In order to ensure that the.said subcontractors' certification bun-. m cams a part of all subcontracts under the prime contract* no subcontract " shall be- red until as authorized representative of`the Contra Costa' e . . County ►ub11c Yorks Department tins datatsdamit in vritIM, that the. said certification has been Incorporated in such subcontract, regesdLss of tier. Any aabcantract eaeuted without such mitten approval shall be raided. C. Materiality and Responsiveness., Mm certifications required to be made by the bidder pursuant to,tbese Did Conditions is material and will govern ,w.bidder's performance on the project and will be made a part ,f his`i-a. Fti ailorm-to submit the cerfication viii reader the;bid nourespoesivo. _ Rev. 5176 —21- 00303 Part IV: Compliance and Enforcement. Contractors are responsible for informing their w tractors reg* esx of tier) as to their respective, obligations under Parts I and Il hereof (.-t applicable). The bidder, contractor or subcontractor shall carry out such sam.aons and penalties for violation 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. Anr bidder, or contractor or subcontractor who shall'' fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial requirement In the Contra Costa Plan by a contractor or subcontractor covered by Part I of these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet Its fair share of the trade's goals of minority manpower utilization,or of the requirements of Part it hereof by a contractor or subcontractor who Is covered by Part II 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 oftheseconditions if the contractor or subcontractor meets Its goals or if the contractor or subcontractor can demonstrate that it has made*very 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 failed to comply with the requirements of these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate includingLbut rot 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 ;. 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 formal 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 coma 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 above and by making every good faith effort to make those steps, work toward the attainment of its goals within its timetables. The peadency'of - such formal proceedings shall be taken into consideration by Contra Costa County Bev. 5/76 -22- 00304 in deteraining whether such contractor sec subcontractor can comply with the requirements contained therein and Is therefore a"responsible prospective Contractor." .. - It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed co refer minority employees. The procedures set forth in these conditions shall not apply to any contract when the Contra Costa County Public Yorks 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 suchrecords andfile such reports relating to the rrovisions of these Did Conditions as stall be required. by the Contra Costa County Public Yorks Department. Submittal.of CALTRARS. form, NC-7, FEDERAL-AID NIGiYAY CONSTRUCTION CONTRACTORS EEO REPORT or optional fora . 66, tIONTNIY KAIWOYER UTILIZATION REPORT will be required monthly. Additional forms or reports that may be required will be presented at a pra-construction . conference to be held prior to the start of wort. For the Information of bidders, a copy of the Contra Costa Plan may be obtained from the Contra Costa County Public Yorks Department. Rev. 5/76 -23- 00305 o! ' 1S yi DIVISION F. GENERAL COIi MONS SECTION 1. Definitions ~ Whenever the following terms, pronouns in place of them, or initials of organisations appear in the contract documents, they &ball have the following meaning: Add d�u -A document issued by the County during the bidding period modifies. supersedes, or supplements the original contract documents. Affiimative Action Ma er Utilization R tt I written a'oe�mmt�Ty. we y�monthly) prepared by the contractor for submission to the County which reports the total comber of employees, the total comber of min- ority employees, and the present minority manhours of total man- hours worked on the project. Agreemen;t - The written document of agreement, exe- cuted by the County and the Contractor. rehite t or Enitineer - Shall mean the architect, engineer, IndividuaL or co-partnership, employed by the County of Contra Costa; as designated on the title sheet of these speci- fications. When Contra Costs County is designated as the Engineer, • Engineer shall mean the Public Works Director, or his autln razed representative. Bidder - Any individual, partnership, corporation, association, JME venture. or any combination thereof, submitting a proposal for the work. acting directly. or through a duly author- ised representative. Board of Supervisor* - Shall mean the duly elected or appointed of c a s wU constitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order - Is any change in contract time or pric incon and any change tract documents not covered by subcontractor:e Pro ect Insect�or Construction SS I Supervisor, nstor, or Clerk of o - shall mean meaMarized agent of the Mioatyaunt a site o the work. Contract - The contract is comprised of the contract documents. Coate t Documents The contract documents include the agreement. notice to contractors. instructions to bidders, proposal. plans, general conditions,'specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev . 5/76 -24- 00306 DIVISION F. GENERAL COMOMOHS SECTION 1. Definitions: (continued) Contractor - The individual. partnership. rporation, association, o t venture, or any combination thereof, mho has entered into a contract with the County. Corm - Shall mean the County of Contra Costs, a political subdivision of the State of California and party of the first part, or its duly authavized agent acting within the scope of that authority. eldrdrdeerr - Is an instruction given during the course of theme (See Section 16B). 1 Notes -The written instructions, provisions, conditions, oro requirements appearing on the drawings, so ideatified thereon. which pertain to the performance of the work. Ian - The official drawings including plans, ele- vations. mean, detail drawings,, diagram, general notes. In- foaatioa and schedules thereon. or exact reproductions,tbereof, adopted and approved by the County showing the location, character, • dimension. and details of the work. S eiH t -The instructions.•provisions, condi- tions and detailed requirements pertainiagito the methods and man- ner of performing the work. or to the qua ties and quantities of work to be furnished and installed under this contract. Subcontractor - An individual. partnership. corporation. association. o t venture. or any combination thereof, who con- tracts with the Contractor to perform work or labor or reader service in or about the work. The term subcontractors shall not include those who supply materials only. Su tend t - The representative of the Contractor who shall be present at the work site at all times during perform- once 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. Supplements Agreement -A written agreement providing for alteration. amendment. or extension of the contract. . Work -The furnishing and installing of all labor,. materials, art�les. supplies. and equipment as specified, desig- nated, or required by the contract. Rev. 5/76 -25- 00307 DIVISION F. CENEHAL CONDITIONS (continued) SECTION 2. Governing Laws and Regulations A. the Contractor shall keep informed of and observe, and comply with and cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws. which in am way affect the conduct of the work of this contract. B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform Building Code, the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Western Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to emit work not conforming to these Codes. The Contractor shall copies of Codes on job at all times during construction period. C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. The Contractor shall comp}y fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated espendtiure in excess of $25,000.00 for the excavation of any trench or trenches five feet or acre in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awardingbody or by a registered civil or structural engineer, employed by the awarding body to wham authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, Lrac- firam. sloping. lopthe i g. ozard of car provisions to be made for worker protection trench or trenches. Iffssucch plan ground vanes the the s of such standards eatabliahed by the Construction Safety Orderrss,thesplan shall be prepared by a registered civil or structural engineer. "gothing in this section shall be deemed to allow the use of a shoring. sloping, or protective system less effective than that required by the Construction Safety Orders of the Division of Industrial Safety. "Nothing in this section shall be construed to impose tort liability on the awarding body or asy of its employees. "rhe terms 'public works' and 'awarding body', as used in this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1772 respectively." Bev. 5/76 -26- •. is ?t t ; 00308 DTVISION_F. GENERAL CONDITIONS (continued) SECTION 3. Patents and Royalties: _ A. The Contractor shall provide and pay foralllicenses and royalties necessary for the legal use and operation-oL any of the equipment or;specialties used in the work. Certificates sharing the payment of any such licenses or royalties.,,,and_ er- mits for the use of spay Coated or copyrighted devices shall be secured and paid for E the Contractor and delivered to the County,on completion of the work, if required. SECTION 4. Contractor's Resoonsibility for Nark and Public. MILItles A. The 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 to an7 part of the work by the action of the elements or from any other cause ex- cept as provided in Section 23. The Contractor, at Contractor's cost, shall rebuild, repair, restore, and make good allsuchdamages to any portion of the work occasioned .by any of such causes before its accept- aaoe. S. Public Utilities: a. The Contractor shall send proper notices, make all necessary arraegesmats, and perform all other services required in the care and maintenance of all public utilities. The Can- tractor..shall assume all responsibility concerning sane for which the County may be liable. utility eqb. Enclosing or boxing in, for portection of-any public shall be done by the Contractor. Upon comple- tion of the work the Contractor shall remove all enclosures, fill In all openings dot masonry. grouting the same watertight, and leave in a finished condition. c. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tinuing use of sass: by the County during the entire progress of the work. SECTION 5. Bond aid Insurance A. The Contractor to when the work is awarded shall within five (5) working days after being notified eater into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications, shall fur- nish and file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a fora acceptable to the County. Rev. 5176 -27- _� 00=7 t� s DIVISION F. GENERAL COMMONS (continued) SECTION 5. BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE: Certificates of such Workmen's Compensation, Public Liability. Property Damage Insurance. and Fire Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred percent (100x) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty orroper mater- lals or workmanship that may be discovered during clot time. G. PAYMENT BOND: One bond shall be in the amount of fifty percent (50x) 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. SUBCONTRACTING- A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- nised as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the 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 trades, or general grouping of work. the contractor is not obligated to sublet 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- e • 00310 1 DIVISION F. GENERAL CONDITIONS (Continued) SECTION 6. Subcontracting (continued) D. Subletting or subcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be permitted only incase of public emergency or necessity, and then only.after a findipg:reduced to writing as public rec- ord of the awarding authority setting forth the facts constituting such emergency or necessity. E. Substitution of Subcontractors: Contractor shall not substitute any person or subcontractor in place of a subcontractor Listed in his bid proposal without the written appproval 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 Code. Violations of this Agit by the Contractor may subject his to penalties which may include cancellation of contract. assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligentlypprosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) for completion. subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, e will be sustained by the County. It is and will be impract- icable and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay; and it is therefore agreed that the Contractor will pay to the County the ago of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any moray due or that may became due the Contractor under the contract. C. The work shall be regarded as completed upon the date the County has accepted the same in writinx. D. Written requests for contract 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. 5/76 DIVISION F. GENERAL CONDITIONS (continued) SECTION 7. TDM OF WORK AND DAMArES: (contineud) F. Should the County, for any cause. authorize a sus- =Lou of work, the time of such suspension v 11 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 after the adjusted time as required above. SECTION B. PROGRESS SCHE .E. Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form 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 sub- division of the work. and the contemplated dates of completion of such subdivision. When required by the Canty, The contractor shall submit an adjusted progress schedule on the approved form to reflect changed conditions. (Normally a new schedule will be requested when schedule is more than thirty (30) • days in error.) SECTION 9. TENPORART UTILITIES AND FACILITIES: A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon com- pletion of the work shall remove all temporary piping. B. The Contractor, at his own cost, shall furnish and in- stall all meters,all electric light and power equipment and wiring, all gas meters, gas equl, t and piping that is necessary to per- form his work and shall remove the same 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, wire for, install and main- tain temporary electric light wherever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read inev place where said work is be performed. This tea- tporary lighequipment sal be moved about but shall be maintained throughout the work. available for the use of the Engineer, Project Inspector, or any other authocized representative of the County whenever required for inspection. Rev. 5/76 -31- T . B 0312 r 00312 DIVISION F. GOMRAL CONDITIONS (Continued) SECTION 9. TORY-UTILITIES AND FACILITIES (Continued) D. The Contractor shall provide and maintain for the duration of the work, teaporary toilet facilities for the work- men. These facilities skull be of an approved type coafos to the requirements of the County Health Department, and sbai be Vast tight 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 saws in a clean and sanitary condition. Portion of site occupied by toilet facilities shall be graded and cleaned up upon removal of facilities when so ordered and/or Upon cam'letion of work. E. The County will 2a♦ directly to the utility companies connection fees, anne�oan fees, permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid b the Contractor. The County will not for water. gas. tele phone and electricity consumed on the pro ect until after the County makes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. PERMITS: A. The Contractor shall make application for all permits, that are required for the performance of-bis work by all laws, ordinances, rules. regulations. or orders, of any body lawfully empa+ered to sake or issue the same and having jurisdiction, and shall give all notices necessary in connection therewith. The Contractor is notrewired to pay any charges associated with per- mits. (It ino s t the present policy of the County to pay fees to the incorporated cities for penmits.) SECTION 11. CONDOCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract or otherwise. and he shall at all times conduct his work so as to impose no hardship on the County,or others engaged in the work. He shall adjust, correct sad coordinate his work with the , work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipWt to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. Rev. 5/76 -32- t4ffl •`LL i DIVISION F. GENERAL CONDITIONS (Continued) SECTION 11. CONDUCT OF C. The Contractor shall personally superintend the work and shall maintain a competent superintendent or foreman at all tiMs until the job is accepted by the County. This superintan�eat shall be empowered 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 incomplete portions when the total project is complete. In engaging one kind of work with another, marring or dmaging same lI not be permitted. .Should,, dImmsprrgopper work of nay. de be covered by another which results in the ge. orcdef defects. t�ale work affected shall be made good by expense to the County. G. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. An- chorage and blocking for each trade shall be a part of same, ex- cept where stated otherwise. H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examiae 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 immediately on the written request of the Engineer/Architect, and such person shall not again be employed on the work. SECTION 12. RESPUNSIRILTiY FOR SITE CONDITIONSt The following shall constitute exceptions, and the sole exceptions. to the responsibility of the Contractor set forth in Section b, in the Instructions to Bidders: A. If during the course of the work the Contractor encount- ers active utility installations which are not sham or indicated In the plans or in the specifications. or which are found in a location substantially different from that shown, and such utilities are not reasonably apparent from visual examination, then he shall Rev. 5/76 -33- • 00314 r DIVISION F. CONDMONSs(Continued) SEMON 12. RE.SPONSIBILM FOR SITE (continued) promptly notify the County in writing. Where necessary for the work of the contract, the County shall issue a written order to the Contractor to ask* such adjustment, rearrangement, repair, removal, alteration. or special handling of such utility, including repair of the damaged utility. For the purposes of the foregoing, "active" shall mean othar than abandoned. and "utility installations" shall include the following: Scam, patrols=products air, chemical, water, atom sewer, water, gas. electric, and teiephoae pipe lines or conduits. The Contractor shall perform the work described in such written order and compensation therefor will be made in accord- ance with Section 21. relating to changes in the work. Except for the items of cost specified in such Sections, the Contractor shall receive no compensation for any other cost, damage or delay to his due to the presence of such utility. If the Contractor fails to give the notice specified above and thereafter acts with- out instructions from the County. then be shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof, and he shall repair and make good such damage at his own cost. B. If the contract requires excavation or other work to a stated licit of excavation beneath the surface, and if during the course of the work the County orders a change of depth or dimen- sions of such subsurface writ due to discovery of unsuitable barring material or for any other cause, than adjustment to con- tract price for such chance will be made in accordanxe with See- tion 21. Except for the teas of cost specified therein. the Con- tractor shall receive no compensation for any other cost, damage, or delay to his due to the presence of such unsuitable bearing material or other obstruction. SECTION 13, INSPECTION: A. The Contractor shall at all times permit the County and their authorized agents to visit and inspect the work or any part thereof and the shops where-work is in preparation. This obli- gation shall include maintaining proper facilities and safe access. for such inspection. Where the contract requires work to be tested, it &hall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notify- ing the Coun f where and when such work is in readiness for inspec- tion and testing Should an such work be covered without such test and approval, it shall be uncovered at the Contractor's ex- pease. B. Whenever the Contractor intends to perform work on Saturday. Sunday. or a legal holiday, he shall give notice to the County ..- ..,►ch intention at least two working days prior cc performing such work, or such ocher period as may be speci- fied, so that the County may make necessary arrangements. Rev. 5/76 -34- 00315 mom .An:.. DIVISION F. GEMMAL CONDITIONS (Continued) SDCTION 13. INS wrioN• (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his contract as prescribed. Work 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. sWnON 14. REAMONS OF MATERIALS: A. The Contractor shall promptly 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 reaxecate his own work in accordance with the 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. B. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice, the Camtlr may remove them and may store the materials at the expense of the Contractor. If the Contractor does not par, the expenses of such removal within tea (10) days thereafter, the County may upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SEMOR 15. INMPRETATION OF CDNTRACT REQUIUMENrs: A. Correlation: The contract documents shall be interpreted as being complementary in requiring a complete work ready foruse and occupancy or, if not to be occupied. operation. Any require- ment occurring is nay one of the documents is as binding as through occurring in all. B. 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 shah govern: 1. Addenda shall ¢overs aver all other contract doueaents. except the County s Standard Farm Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addends only to. the extent specified. 2. In use of conflict between plans and specifi- cations, the specifications shall gave=- 3. Conflict within the Plans: a. Schedules. when identified as such, shall govern aver all other portions of the plans. b. Specific Notes. shall govern Over all ether notes and all ether portions of the plans. c. Larger scale drawings shall gavern over skev mall 5 Tscale drawings. -35- 00316 • alvtslcg i. CtN-Ml.CCNDITIONS (Cori.) SECTION IS_ INTERPj�C'1'AT10H OF CONnACr REOWREMENTS: (Conic.) A. Conflicts within the Specifications. a. The "General Conditions of the Contract'-Ahall,govern over all sections of the specifications except for specific modifications thereto that my be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts, materials, or equipment. but there exists on accepted trade standard for good and workmanlike construction. such detail shall be deemed to have been Impliedly.required by the contract documents in accordance with such standard. "Minor detail" shall Include the concept of substantially Identical components. what*the price of each such component Is small even though the aggregate cost or importance is substantial. and shall iacludo a siotle component which Is incidental. even though Its cost or Importance may be substantial. The quality AM quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type. composition., strength. sire, and profile of the parts or materials otherwise set forth In the contract documents. SECTION 76 CLARIFICATIONS AND ADDITIONAL INSTRUCTIONS A. Notification by Contractor: Should the Contractor discover . any conflicts, omissions, or errors In the contract documents or.bave any question concerning interpretation or clarification of the contract documents. or if it appears to hie that the work to be done or any matters relative there- to are not sufficiently detailed or explained In the contract documents, then. before proceeding with the work affected. be shall immediately notify the County In writing through the COO traction Supervisor, and request interpreta- tion, clarification or furnishing of additional detailed instructions concerning the work. All such questions shall be:resolved and Instructions to the Contractor issued within a reasonable time by the County, whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of Instructions from the County. he shall remove and replace or adjust any work which is not in accordance therewith and he shall be responsible for any resultant damage, defect or added cost. B. Field Orders: DuriaS the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field orders will supplement the Plans and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A FieldOder in olvesf a no c Order hange n contract time or price. Performance, partially or in shall constitute a waiver of claim for 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:Section 21, this Division. Rev-12/72 —36— 0031'7 DIVISION F. GENERAL CONDITIONS (Con't.) SECTION 17. PRODUCT AND REFERENCE STANDARDS: A. Product Designation: When descriptive catalogue designations, including manufacturer's name, product brand name, or model number are referred: to in the contract documents, such designations shall be considered as.being those found in industry publications of current issue at date of first invitation to bid. B. Reference Standards When standards of the Federal Government, trade societies, or trade associations are referred to in the contract documents by specific date of issue, cbese shall be considered a part of this contract. When such references do not bear a date of issue, the current published edition at date of first invitation to bid shall be considered as part of this contract. SECTION 18. MATERIALS. ARTICLES, AND EQUIPMENT: A. Material shall he new and of quality specified. When not particularly specified, material shall be the beat of its class or kind. The Contractor shall, if required, submit satisfactory evidence as to the kind and quality of material. Price, fitness and quality being equal, preference shall be given to products made in California, in accordance with Section 4380 et seq., of the Government Code, State of California. E. Mechanical equipment, fixtures and material shall be delivered in original shipping crates to the fob site and the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures or material to determine any damage or deviation from that specified. Item damaged during delivery shall be refected. 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 to use any other brand or manufacture of equal quality and utility to that specified, he shall make application to the County in writing for any proposed substitutions. Such application shall be accompanied by evidence satisfactory to the County that the material or process is equal to Rev. 12/72 —37- 00318 DIVISICN F. GENERAL DMITIOM (Can't.) q'alt% 19. MATrQIALS. ARTICLES. AND FAOIPAENr: (Const.) that spec!fled. Request for substitution shall be made In ample time for the County's consideration as no delay,or extra time will be allowedon account thereof. EvIdener furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process. manufacturer's specification data. field reports on product•s.appraval and use by other public agencies. material costs. and Installation costs and maintenance provisions and experlance or other data as requlred by tho County. The County's decision concerning the refusal or acceptance of proposed substttute' for that specified shall be accepted as final. Requests for suhstitution will only be considered whenoffered by the Contractor with the reason for substitution. 'allure to submit competent evidence as required and requested by County shall ' be considered grounds for refusal of substitution. The Contractor shall include n notice of change in contract prices. if substitution is approved. D. All materials shall be delivered so as to Insure a speedy and uninterrupted progress of tl-e work.: Same 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 uesthar or other cause. E. Vithin fifteen (15) days after the signing of the Contract, the Contractor shall submit for approval to the County a complete list of all materials it is proposed to use under this Contract..wbich differ In any respect from vatertals specified. This list shall Include all materials which are proposed by the subcontractors as well as by himself for use in work of his Contract and which are not specifically mentioned in the Specifications. This list aunt 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 figures In bid form of the specified material or materials for which substitutions are proposed. In case a substitute Is offer6d and accepted as approved equal to materials specified, the cost of which is less than the cost of the material or equipment specified, then a credit shall be taken for the difference between the two costs in order that the County shall obtain whatever benefits may be derived from the substitution... Failure to propose the substitution of any article within thirty-five (75) days after the sixalnR of the Contract may be deemed sufficient cause for the denial of request for substitution. SECTION 19, SROP DRAWINGS, DESCRIPTIVE DATA. SAMPLES. ALTERNATIVES: A. The Contractor shall submit promptly to the County. so 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 offers of alter natives. if any. Such submittals&ball be checked and coordinated by the Contractor with the work of other trades Involved before they are submitted to the County for examination. Rev. 12/72 -3fi- 00319 1 DIVISION E. GENERAL ommmoNS (can't.) SEcrION 19. SHOP DRAHIICS, DESCRIPTIVE DATA, S1WLES, ALTERNATIVES: (Can't.) E. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required In submittal schedule, or five (S) copies if no schedule is included in these documents. She drawings shall show completely the work to be done; any error or omission shall be made good by the Contractor at his own expense, even though the work be installed before sane becomes apparent, as approval by the County covers general layout only. Fabrication, details and inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the member of copies as required in submittal schedule, or five (5) copies if no schedule is included in these documents. The County will examine such subaittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the contractor. D. Samples: Submit samples of articles. materials or equipment as required by the specifications. The work shall be in accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor, at the County's option. will become the property of the County or will be removed or disposed of by the County at Contractor's expense. E. Alternatives: For convenience in designation on the plans or in the specifications, certalD materials. articles, or equipment may be designated by a brand or trade nage or the Daae of the manufacturer together with catalog designation or other identifying information, hereinafter referred to generically as 'designated by brand name.". An alternative material, article. or equipment which is of equal quality and of the required characteristics for the purpose Intended my be proposed for use provided the Contractor complies with the following requirements: 1. The Contractor shall submit his proposal for an alternative In writing within the time limit designated in the specifications, or if not designated. then within a period which will cause no delay ih the work. 2. No such proposal will be considered unless accompanied by complete Information. and descriptive data. necessary to determine the equality of the offered materials. articles, or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the comparative quality or suitability of the offered materials, articles, or equip- ment shall be upon the Contractor. She County shall be the sole judge as to such satters. In the event that the County refects the use of such alternative materials. articles, or equipment, then one of the particular products designated by brand came shall be furnished. Rev. i2i 72 —39— c ; 0a32a ' e DIVISIM-f. CEPM--AL CV.XJITILNS (Const.) STMILN 19 5hk1P MUMS. DESCRIPrIVE DATA !LNIPLES ALTEANATIVES ,(Con-t.) The County will examine, with reasonable promptness, such submittals, and return of submittals to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from the contract plans and specifications, nor shall It relieve him from responsibility for error$ In the submittals. A failure by the Contractor to identify In his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County. the Contractor shall resubmit such shop drawings. descriptive data, and samples as say be required. If any mechanical, electrical, structural, or other changes are required for the proper Installation and fit of alternative materials. articles. or equipment, or because ofdeviations from the contract plans and speclflcations, such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECTION 20. SAMPLES:A%D TESTS: The County reserves the rixht at lis own expense to order tests of any part or the work. If as a result of any such test 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 performed, and tests will be under the super- vision of, or directed by, and at such places as may be convenient to the County. materials, articles, and equipment requiring tests shall be delivered In ample time before Intended use to allow for testim. and none may be used before receipt of written approval by the Canty. Any sample delivered to the County or to the premises for examination. Includinr testing, shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination Is concluded, unless otherwise directed by the County. SECTION 2 L CHANCE ORDERS' The County reserves the right to order in writing changes in the plans and specificatieas, without voiding the contract, and the Contractor shall comply with such order. No change or deviation from the-plass and specifications will be made witbowt authority in writing from the County. (hanged work shall be performed in accordance with the original requirements of the Contract Documents and previous fully executed Change orders. A Change Order my adjust the contract price either upward or down- ward in accordance with either or a combination of the following bases, as the County my elect: (1) On a lump sum basis as supported by breakdown of estimated costs. Rev. 12/72 -40- (I `fJd �A , f. 0:1321 i } a l 03921 :. ITI, DIVISION F. CEUML COM MOWS (Can't.) SECTIDM 21. CHUM ORDERS: (Con"t.);; r, (2) an a unit price basis._ (3) On a cost-plus basis in accordswt vide the foilauiog conditions :` (a) MN1X-DPS: 1. For work performed by the General Contractor so smoout " equal to the direct.cost (as defined herein) of the work. plus 15Z of the direct tosts for overhead and profir. 2. For work performed by a sub-contractor an amount equal co-tba direct costs (as deflued herein) of the work plus 2(rz of the direct costs for overhead and profit. (Suggested breakdown: ISZ to the sub-contractor, SZ.to General Contractor.) 3. For work performed by a sub-sub-contraccor as amount equal to the direct costs (as defined rein) of the work plus 23%of the direct costs for overhead and profit. (Suggested breakdown: 15% to sub-sub-contractor, 5Z to sub-contractors-5%to General contractor.) 4.. In no case vill.the total mork•up be greater than 25% of.sbe,direet costs notwithstanding the number of contract" tiers,actually existing. S. For deleted work the mark-up shall be lOZ of the dfrecr costs or the agreed upon estimate thereof. (b) DIV=COSTS: 1. Labor: The costs for labor shall include say employer payments to at on behalf of the workmen for health and ' welfare, pension, vacation and similar purposes. Labor rates will not be reeogoized when in excess of those prevailing in the, locality and time the wank is being performed. 2. Materisls: The actual cost to the Caatractor.for-tbe mater"la�irectly required for the performance of the changed Work.' Such cost of aaterials may.include.the cost of:procurement, , transportation and delivery if necessarily incurred., If a trade discount by the actual.supplier.£s available to the Contractor, it shall:be credited.to the County._.lf;the, materials are obtained from a supply,or source owedwholly 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.12/72 Rev. -41- 00329 � DIVISION F. CENERAL CONDITIONS (Con't.) SECTION 21. CHANCE ORDERS: (Coni.) 2. Msterials: (Coni.) If, in the opinion of the County, the cost of materials is excessive, or if the Contractor fails to furnish satisfactory evidence of the cost to-bim from tbe,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 to the quantities required. The:County reserves the right to furnish sucb'materials as it deem advisable, and the Contractor shall have no claim for costs or profits on material furnished by the County. 7. uEq ipment: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. >Io computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half hour. No payment will be made for time while equipment is Inoperative due to breakdowns or for ago-working days. To addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to retura it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor.'however, neither moving time nor loading and transportation costs will be paid if the equipment is used on the project in any other way than upon the changed work. Individual ip aces If equipment having a replacement value of $1,000 or less shall be considered to be tools or small equipment, and no payment will be made therefor For equipment owned,furnished, or rented by the Contractor, no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, paver, oil, lubrication, supplies, small tools, small equipment, necessary attachments, repairs and maintenance of any kind, depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment. (c) ALIOUAEIE TIME EIMSIONS: For any change In the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. Each estimate for a change in the work submitted by the Contractor shall state the amount of extra time that he considers should be allowed for making the requested change. Rev. 1272 -42- 00323 DIVISION F.. GENERAL'CONDISIOMS SECTION 21. 'CHANGE ORDERS: (Coo•t.), v c _ (d) RECORDS AND sanynxn nwoIIllAmw '(1)` Tba-Contractor shall maintain his;reeotds in`such a'oanoet as to provide a clear distl=tion,betveen,the=direct.costs of cesxra.uork paid for on a cost-plus basis and the,costs;of other operaions s -' .. (2) :Contractor shall suintain.daily records_shoving.man hours and material quantities required for cost plus work., The Contractor sball:use:a forma roved or pp provided-6y.the County. The forms vil1. be filled out in duplicate and the County's inspector will review and attach his approving signature to the firm�n the the=rk is performed. (3) Rental and material charges shall be,substantiated by valid copies of vendor's invoices. (6) :Tbe contractor's cost records pertaining,to cost-plus work shall be open to inspection or audit;by,the County., (e) FAIME TO M2M AS TO ODS : Notwithstanding the failure of the County and'the Contractor to agree as to Dost of the proposed order,,the,contractor, upon vrittea order from the Countyo shall procaed.immedLately with the changed work. Daily job records shall be kept as,indicatad In_Paragrsph (d) above and when agreed toby the contractor and tbe'coastsuetioa inspector,`. i It shall"become the basis for paiment-of-Ithe;-chaeged works Agreement VW execution of the daily job record by the construction inspector shall not preclude.subsequeat adJustment based.upon a..lstar audit by the County a } - C Rev. 3-9/72 -43 00324 DIVISION F. GENERAL CONDITIONS (Can't.) , SECTION 22. tAwn: Every part of the work shall be aceompiiabad by worlamen. Iaborers. or mechanics especially skilled In the class of work.r squired and workmanship shall be the best. SECTICN 23, OCCUPANCY BY THE CWNIY PRIOR TO ACCEPTANCE: 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 defective work 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. as set forth in Section 20. SECTION 24, PRESERVATION AND CLEANING: A. The Contractor shall protect and preserve the work fromall damage or accident. providing any temporary roofs. window and door coverings. boxings or other construction as required by the County. This shall include any adjoining property of the County and others. B.. The Contractor shall properly clean the work as it progresses. As directed during construction. rubbish shall be removed. and at.completion the whole work shall be cleaned and all temporary construction. equipment and rubbish shall be removed from the site. all being left in a clean and proper condition satisfactory to tte county. SECTION 25_ PAYMEAT OF FEDERAL OR STATE TAXES: Any Federal. State or local tax payable an articles furnished by the Contractor. under the Contract. shall be included in the Contract price and paid by the Contractor. The County will furnisb:Excise,Tax Exmption Certificates to the Contractor for any articles which are requirad.to be furnished under the Rev. 12/72 ao ��32� i _I DIVISION F. GENERAL CONDITIONS (Can't.) - SECTION 25. PAMOW OF FEDERAL OR STATE TAXES: (Can't) Contract and which are exempt frog Federal Excise Tax_ SEC ION 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- B. In judging the work no allowance for deviations from the drawings and Specifications will be made, unless already approved in writing at the tine and in the us== as called for heretofore. C. County shall be given 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 complete and approved by the County. This shall include, but is not limited"to, all construction. guarantee forms, parts list, schedules, tests,: operating instructions, and as-built drawings - all as required by the contract documents. SECTION 27. FINAL PAYMENT AND WAVER TO CLAIM: the Contractor shalfter thel fficiaLL subbmit to thhee County, on a form tance of the work acceptathe beco the County, a request for paysent in full in accordance with the contract. The form"Statesent to Accompany Final Paysent" (Page._ r-JJJ shall be completed, signed by the Contractor, and submitted to ilia County with the final payment request. SECTION 28, GUARANTEE: 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 b.and remain free of defects in workmanship and materials 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, t ether with any other adjacent work which say 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 calea- dar days after being notified in writing by the Countyof work not in accordance with the requirements of the contrat or a Rev. 5/76 -45- 4 _ o326 ( =:s { D SION F. SAL CONDI�'IOi15 (Can't) ._ S MON 28. COARAMM (can't.) defects,ia the work, he will ��Ms sad prosecute with:due ., diligence all work necessary to'fulfill"the"terms-of this guarantee. and to complete the work within a reasonable period of tins, 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 de- sand. She County shall be entitled to all costs, including reasonable attorneys fees. necessarily incurred upon the con- tractor's refusal to pay the above costs. Notvithstandiag the foregoing paragraph, in the event of an emargeoey constituting an Immediate hazard to the health at safety of the Counq's sployees, property, or Ucca- sees, the County may nmdartaks at tlu Contractor's expense ritb- out ppririoorr notice all work aeeessary to correct such hazardous eooditiana whoa it was cawed by work of the Contractor not being In accordance with the requirements of this contract. D. The general contractor and each of the listed sub contractors shall execute and furnish the County with the standard guarantee forst. Page 44 ) Rev. 5/76. s 00327 Elk AM PLt'i ' i cuA=AMt� FOO COMA COSTA COl1ti'1! 1WttaItlC VAS MU, CMMV MU Ye hereby guarantee to the County of Contra Costa the (Type of York which we have installed in the (same of wilding) . California, for year (s) use from data of filing of the completion notice in the Office of the Couaty Recorder. We agree to repair or replace to the satisfaction of the County any or all such work that may prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or meglact excepted, together with any other work which my be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified in writing, we, collectively and separately, do hereby authorize the owner to proceed to have the defects repaired and made good at our expense and we will pay the costs and charges therefore immediately upon demand. This guarantee covers and includes any special term., including time pariods, specified for this work or material in the plane and specification for this project. This guarantee supersedes any previous guarantees we have made for this particular project. SUECOIrfgACiCiI plate: (Affix Corporate Seal) CVtML COKMCTM Date: (Affix Corporate Seat) MM: If the fire is not a corporation, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev. 12/72 -47- `l c 00OAS FORM STATEMENT TO ACOWANY FINAL PAYMENT To: Contra Costa County Public liorks Department County Administration Building Martins, California , Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, of whatever nature, which he has or may have against the County of Contra Costa in connection with the contract t1constructthe above-entitled project, and that payment by the County of the l estimate shall discharge and release it from any and all claims. The undersigned hereby certifies that all work, labor, and materials* 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 that the amount therein is justly due. I declare under penalty of perjury that the foregoing is true and correct. Dated at (City) California. CS�c' Rev. 12172 -48- 00329 New Electrical Service Fire Sta. No. 6 DIVISION G. SPECIAL CONDITIONS: 1. All existing equipment, and other miscellaneous items which are dismantled or removed and not re-used shall remain the property of the Fire District. 2. Water and electrical power are available and may be used by the Contractor's forces at no cost to the Contractor. The :Contractor shall provide aporoved connections to utilities and shall remove same at completion of work. 3. The Contractor and his forces may use the toilet facilities in the building. Contractor shall leave these facilities in as clean a condition as receives. 4. he Cpntractor and his forces m.a_v park in unreserved County parking lots on a space-available basis. S. All necessary arrangements to reserve on-street parking shall be made by the Contractor with ;.he City of Concord. 5. All work snail be accomalished in strict compliance with all applicable building codes, ordinances and regulations. 1. during _he work the %Contractor or hos forces mar, damage, or deface County property, sucn shall be cleaned, repaired, replaced, or other'l:ise restored by the Contractor to substantially original condition at no cost to he County. S. 7-he Contractor shall uaintain a clean and protected operation. Floors shall be kept clean, and all debris and wase shall be collected and removed at .he close of each working day. 9. All installations shall be per the respective manufacturer's recommendations or these specifications and the higher standard shall prevail . 10. Building permits will be obtained by the County at no cost to the Contractor. Contractor shall obtain all other permits and licenses required. 11. ,No service shall be shut down, transferred or otherwise interrupted without first being scheduled to be done at a time agreeable to Owner with two (2) working days notice. 12. When utilities are accidentally or inadvertently interrupted, they shall be immediately restored to service prior to continuation of any other �•!ork under the Contract, regardless of the hour of occurrence.. 13. Any questions regarding the project will be handled by the Building ProJects Division at telephone 372-2146. 14. All work shall be done in strict conformity with all applicable codes; ordin- ances and regulations. 00330 New Electrical Service, Fire Station No. 6 DIVISION G. SPECIAL CONDITIONS (cont'd) 15. Inasmuch as this project is less than 550,000 the formal requirements for an Affirmative Action Plan, Section E of General Conditions are Waived. 16. A pre-construction conference will be held by the County w;th the Contrac- tor prior to commencement of any work. 17. As-Built Drawines a. The Contractor shall maintain "as-built" drawings of a1c work and subcontracts, continuously as the job progresses. A separate set of prints, for this purpose only, scall be kept at the job site at all tires. It is required that these drawings be up-to-date and so certified by the Owner's Inspector at the time each progress bill is submitted. Fuifiliment of this requirement is prerequisite t0 approval of requests for Progress Payments. b. During the course of construction, actual locations to scale shall be identified on the drawings for all runs of mechanical and electrical work, inciuding all si_e utilities, etc., installed underground, in walls, floors and furred spaces, or otherwise concealed. Deviations from the drawings shall be shown in detail . All main ,ins, whether piping, conduit, duct work drain lines, etc., shall be located in ad- di;ien, by dimension and elecation from a fixed location. c. Where the drawings are not of sufficient size and detail , Contractor shall furnish his own drawings for incorporation of details and dim- ensions. 18. Manoower Reports ine Contractor shall deliver to- the Project Inspector each week a completed copy of weekly manpower report. Report fomes will be supplied by Contra Costa County. • 00333 x n 00331 New Electrical Service Fire Sta. No. 6 Contra Costa County Fire Protection District DIVISION 16 - ELECTRICAL SECTION 16A - GENERAL REQUIREMENTS 76-A-1 16A-01 INCLUSION OF GENERAL CONDITIONS The GENERAL CONDITIONS, SPECIAL CONDITIONS and TECHNICAL CONDITIONS are a part of this SECTION and the contract for this work and apply to this SECTION. 16A-02 GENERAL a. This Division 16 shall include all electrical work- required to provide complete and fully operable electrical installations, and includes electrical provisions necessary for work installed under other Sections and for future installation of N.I.C. items requiring future electrical service or connections. 16A-03 CODES A.11D STANDARDS: in addition to requirements of CODES & STANDARDS Section, Div. 1. , the following shall apply, as applicable. to work under this Division 16: California Administrative Code, Titles 17, 19, 24. National Electrical Code. U.L. Electrical Constructioa Materials List. OSHA Rules and Regulations. Codes, rules and regulations as specified herein- after. All City and local codes. 16A-04 SUBMITTALS: a. Submittals shall be made in conformance with General Conditions. - The list shall include, for each item, the manufacturer, manufacturer's catalog number, type of class, the rating, capacity, size, etc. Submittals shall . include: Main Switchboard. Disconnect switches. Terminal cabinets Wiring Devices . 00332 New Electrical Service, Fire Station No. 6 Contra Costa County Fire Protection Distric- SECTION 16A ibA-Z Duct materials. Wire and cable. Conduit and conduit fittings. Boxes and covers. b. Shop Drawings. Submit for review, detailed con- struction drawings for each item of fabricated equipment required _`or the electrical installation. All drawings shall be to scale, fully dimensioned, and provide sufficient detail to clearly indicate the arrangement of the equipment and its component parts. Construction of the equipment shown shall be revised to comply with the drawings and specifica- tions as required by the Engineer after review of the shop drawings, and the drawings submitted when requested by the architect. Shop drawings shall be submitted for the following: Main switchboard. Panelboards. C. Substitution. Only one substitution for each type of equipment or material will be considered. 16A-05 SUPERVISION OF ELECTRICAL WORK: Contractor shall personally, or through an authorized and competent representative, constantly super- vise the work from beginning to completion and final acceptance. So far as possible, keep same foreman and workmen throughout the project duration. Work shall be subject to inspection and approval by County. Promptly furnish related information when so requested by County. • 16A-06 ADJACEIiT WORK . a. Coordinate work and complete with others in furnish- ing and placing this work. b. Work to approved shop drawings for work by others and to field measurements as necessary to properly fit the work. 00333 wool New Electrical Service, Fire Station No. 6 Contra Costa County Fire Protection District SECTION 16A 16A-3 C. Protect adjacent work as necessary; adjacent con- struction or exposed surfaces or surfaces damaged by use of materials or operations under this Section shall be repaired or replaced as directed by Engineer. 16A-07 TESTING: Test entire electrical system in presence of Engineer and owner, including: a. 600 volt megger tests on all feeder and branch circuit conductors, including the neutral. Make a record of all readings and turn over to Engineer as directed. b. Insulation Resistance: As required by stational Electrical Code. C. Test all Contractor or Owner furnished equipment for correct operation. d. Test all neutrals for improper grounds. e. Operate, test and adjust special systems as neces- sary for proper operation. 16A-08 EQGIP!I0T ?12M SYSTEMS IDENTIFICATION: a. Blame Plates: Provide permanent identification of all switchboards, circuit breakers in panels or in separate enclosures, motor starters, relays, separately mounted time switches, and other cabinet enclosed apparatus. Use black, Bakelite plates, not less than 1/2" X 3", with engraved white letters. secured with brass screws. b. Stencil Mork: Identify all motors and operating apparatus in electrical equipment rooms or semi- concealed spaces, with black or white lacquer lettering, not less than 1/2" high, placed where readily visible upon inspection. C. Directories: Provide for all lighting and power circuits, typewritten, neatly arranged in numerical order, and permanently fixed inside or adjacent appropriate panel. 00334 i New Electrical Service, Fire Station No. 6 Contra Costa County Fire Protection District SECTION 16A 16A-4 16A-09 VISIT TO SITE Visit the project site, take requisite measurements, and verify exact location of buildings, utilities, and other facilities, and obtain such other in- formation as is necessary for an intelligent bid. No allowance will subsequently be made by the County for any error or omission on the part of the bidder in this connection. - 16A-10 DFUWINGS The electrical drawings, which constitute an irate _ gral 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 feeders, circuits, outlets, switches, controls, panelboards, service equipment, fixtures, special systems, and other work. Field verifications of scale dimensions Laren from drawings are directed since actual field locations, distances and elevations will be governed by actual field conditions. 00335 00335 New Electrical Service, Fire Station Pio. 6 Contra Costa County Fire Protection District SECTION 16B - BASIC MATi:RIALS AND METHODS 18B-1 . .16B-01., INCLUSION OF' GENERAL CONDITIONS The GENERAL CONDITIONS, SPECIAL CONDITIONS and TECHNICAL CONDITIONS are a part of this SECTION and the contract for this work and apply to this SECTION. 16B-02 SCOPE OF WORK a This Section includes -materials and methods neces- sary for electrical work shown, specified or required, including but not necessarily limited to: 1. Raceways and fittings; 2. Conductors; 3. Wire and cable connectors; 4. Trenching and backfilling for electrical work; 5. Cutting, patching, fitting, and providing and sealing penetrations through structures; 6. And related work. b. Refer to ELECTRICAL - GENERAL REQUIRMIENTS Section, Div. 16, for provisions .applicable to this Section. C. Submittals: Refer to SUBMITTALS Section, 01200. 168-03 PRODUCTS Manufacture: Electrical fittings, etc. , shall be Thomas & Betts, Steel City, Appleton, OZ, or equal. For convenience only, one name or number is used herein to indicate type and quality of item or .product required. Materials: a. Rigid Conduit: May be either .steel or aluminum as specified. 1. Steel: Conduit: Full weight, threaded, hot- dip galvanized. Bushings: T&B series 222, insulated; T&B 3802 series, grounding or equal. 2. Aluminum: Conduit: Extruded 6063-T41 aluminum alloy with one-tenth percent (0.10%) max. copper content. Bushings: T&B-series 122; T&B series 3802, grounding; or equal. 00336 New Electrical Service, Fire Station No. 6 Contra Costa County Fire Protection District SECTION 16B -168-2 b. Electrical Metallic Tubing: 1. Tubing: Hot-dip galvanized or sherardized. 2. Connectors: Compression type with insulated throat; T&B series, .or equal. 3. Couplings: TSB series 1520, or equal. C. Flexible fetal Conduit: T&B Series 3110, insulated; or equal. Liquid-tight Flexible Metal Conduit: Complete with grounding wire liquid-tight insulated connectors. d. Underground Duct: Johns-Manville Transite "Korduct," Carlon Type A (thin wall) polyvinyl chloride, or equal, as manufactured by Stauffer Chemical, 3MC0 or equal. 1- For Transite Ducts. Couplings shall be plastic with tappered joints. Niaety-degree and 45- degree bends shall be made with elbows of 36- in. minimum radius; lesser bends shall be :Wade with fire-degree semheats. 2. For PVC Ducts. Couplings shall be PVC, sealed with solvent cement. Bends of 30, 43, 60 and 90 degrees shall be manufactured. Lesser beads shall be made by heating with not air or other approved means and bending duct to a minimum radius of 36 in. , without flattening or loss of Y-section. 3. Factory coat with silicone interior surfaces of metallic conduits and elbows. e. Rigid Standard Galvanized Steel: Galvanize per applicable ASTM standards. f. Sheet Steel Outlet Boxes: Standard galvanized one- piece knockout boxes of shape best suited to particular location. Concrete type where outlets are installed in concrete, or depth which will avoid interference with reinforcing bars and conduit runs. Boxes not less than 4" K 4" % 1-1/2" deep, unless otherwise spgcified herein or shown on drawings. Furnish outlet boxes installed in hollow masonry walls with device rings. Expandable bar hangers. OM7 MEN New Electrical Service, Fire Station No. 6 SECTION 16B 16B-3 -1. Cast Metal Boxes: Crouse-Hinds condulets; Appleton; Pyle-National; or equal; complete with box covers of same material as box; neo- prene gaskets and threaded connections. 2. Junction and Pullboxes: Standard outlet boxes where possible, otherwise code galvanized steel of required size with covers secured by cadmium plated machine screws 6" on centers. Finish with dichromate primer and two coats of hammertoae grey enamel. 3. Concrete Boxes: Precast, reinforced, size and type as shown; Christy; Brooks; or equal. g. Vertical Cable Support Pullbox Fitting: OZ type IT complete with type R cable support; or equal. h. Wire and Cable - 1000 volt and less: 1. General: a) 600 V class insulated, unless ocaerwise shown or specified; N.E.C. standard types; U.L. labeled; delivered to jobsite in unbroken factory packages. b) Solid wire for No. 3 and smaller; stranded mor No. 6 and larger. c} All conductors shall be copper. 2. Type THW interior conductors. i. Conductors: 1. Na. 2 and larger: Capper Smaller Sizes: Copper 2. Minimum conductor size for Power: No. 22. 3. Colors: Sizes 14 through 10: Black, white, red, blue, green, yellow, orange, brown. Size 8: Black, white, red, blue, green, yellow. Size 6 through 2: Black and white - color code with phase color tags. Phase tags shall be Brady; or 39 Co. electrical tape; or equal. j, hire and Cable Connectors: 1. One-piece, self-insulated, compression type for No. 10 and smaller wire. 2. Color-keyed, compression connectors, Jfor tic. 8 and larger conductors. 00338 New Electrical Service, Fire Station No. 6 SECTION 16B 16B-4 3. Insulate all 120/208 V splices with two layers of rubber tape at half lap and two layers of friction tape at half lap. 4. Cover joints in wet locations with two layers of weather resistant tape at half lap and two coats of weather proof electric grade paint. k. Conduit Supports and Hangers: Kiadorf; Unistrut; or equal. 1. Sheet Metal - For Cabinets for Switchboards, Panel- boards, and Pull Boxes; Galvanized sheet steel; with protective priming coat and finish coat of enamel on all sides; both inside and outside of cabinets and boxes; not less in thickness than National Electric Code standard for dimensions of cabinets. m. race Flates and Trims for Switchboards and Panel- Boards: Stretcher-leveled sheet metal. 16B-04 INSTALLATION a. General: 1. All wiring for lighting and receptacles & controls incluOng•low voltage shall be in rigid metallic raceway system in stud walls and furred ceilings. 2. Conduit System: Concealed except as shown or specified on drawings. Exposed shall be only as approved by Architect prior to installation. 3. The term "conduit" as used in these specifica- tions refers to rigid conduit, electrical metallic tubing, noa-metallic duct, flexible conduit, or watertight flexible conduit. b. Conduit - Typical: • 1. Install in a manner as hereinafter specified, rigidly secured in position without sagging, by means of pipe clamps or metal cleats. 00339 New Electrical Service, Fire Station No. 6 SECTION 16B 16B-3 2. Structural members shall in no case be drilled, bored or notcb,_d in such a manner that it will impair their structural value. Cut holes, if required, with core drill and only with approval of Architect. 3. Provide all necessary sleeves and chases where conduits pass through floors and walls. Any other necessary openings and spaces shall be arranged for in proper time to prevent unneces- sary cutting. After conduits are installed, fill and seal all remaining openings around conduits. where they pierce walls, and finish to match adjacent surfaces. Do all necessary cutting in connection with the work and make all repairs in a manner satisfactory to County. C. Underground Conduits: 1. Asbestos-Cement or Rigid Steel, with a 3" concrete envelope and a 3" concrete separation between all conduits. 2. Wrapped rigid galvanized steel conduit shall not be encased in concrete. 3. Install an insulated ground conductor where required for power systems. 4. Excavate trenches for all underground conduit to depth shown. Where depths are not indicated, bury conduits not less than 30" below finish grade. Grade trenches so that conduit lines will drain to exterior pull boxes with a fail of not less than 3" per 100 feet. Refer to Article herein titled CONCRETE FOR ELECTRICAL WORK. d. Type of Conduit: 1. Rigid steel conduit for interior feeders, subfeeders, wiring in concrete walls and floors, underground and exposed work. 2. Rigid aluminum conduit may be used, at Contrac- tor's option, for all locations except in the ground floor slab, in wet or damp locations, or in direct contact with earth or concrete. 00340 New Electrical Service, Fire Station No. 6 SECTION 16B 16B-6 3. All other wiring may be in electrical metallic tubing. 4. Use flexible conduit only for connection of recessed lighting fixtures, motors and heating and ventilating controls. e. Conduit Installation: 1. Bake transitions from aluminum to steel conduits by coating the threads with zinc-petroleum jelly compound, or zinc-chromate. Do not use red lead. 2. Paint all joints in rigid steel conduit with rust-resisting paint. 3. Install all conduits with code radius bends; where more than four radius are required, install pull 'poxes. Cover conduits with T&B series 1460 capped bushing; protect during construction; blow out and swab before wires are pulled. Ream all conduit ends after cutting. Install No. 12 TAY fish wire in all empty con- duits. (Plug or cap spare conduits at dead ends. ) 4. Running threads axe prohibited. Where necessary for connecting conduits, install right and left handed "Erickson" couplings. 5. Secure all conduits entering pane-1-boards, pullboxes, or outlet boxes with lock-nuts and non-metallic bushing at the end of the conduit. 6. Run exposed conduit parallel or at right angles to the center liens of columns and beams. Fasten conduit to concrete with approved "Rawl" plugs, powder driven or cinch anchors. The use of wooden plugs will not be permitted. 7. Support exposed conduits located in groups on "Trapeze" type hangers consisting of formed metal channels suspended on adjustable rod hangers. Size of channels and rods as recomended by manufacturer for span and loading conditions. fasten conduits to support channels with standard pipe clamps at each channel. Space trapeze hangers not over 7 feet apart. Support single runs of conduit on flat surfaces, 1" or smaller, by one-hole malleable iron pipe clamps spaced not more than 5 feet apart. 0034 t. New Electrical Service, Fire Station No. 6 SECTION 168 16B-7 8. Support metallic conduits at distances not to exceed 8 feet, in exposed runs. 9. :here any conduit (or wiring) crosses a building separation or expansion joint, provide for conduit system movement. 10. All connections to motors or controls shall have a bonding wire subtending the flexible metallic conduit_ 11. Provide conduit sleeves and chases wherever conduits pass through walls or floors. Sleeves or chases are not required where conduits pass through "slab on grade". f. Installation of Outlets: 1. Finish all outlets flush against concrete or drywall walls or ceiling, except where exposed work is called for. 2. Mount lighting outlets in stud walls and ceiling that are not suspended on adjustable bar hangers. Strap handers will not be accepted. 3. Switch and Receptacle Outlets: Install in separate or gang boxes. In shallow partitions, use shallow units. Install plaster rings, as required, for 1-gang or larger boxes. Do not use sectionalized boxes. 4. Mount all sw_tch and receptacle boxes in stud wails securely on adjustable bar hangers, securely anchored to the structural members of the building. Strap hangers will not be ac- cepted. S. All overhead conduit boxes mounted in concrete ceiling slabs: Concrete type. g. Installation of Mire: 1. Draw no wire into any conduit until all work of any nature that may cause injury is completed; take care in pulling in wires that no damage occurs to insulation or wire. 00342 00342 New Electrical Service, Fire Station No. 6 SECTION 16B 16B-8 2. !make up all splices in outlet boxes with con- nectors as specified herein under "Wire Joints and Connections" with separate tails of correct color to be made up to splice. Pack at least 6" of tails in box after splice is made up. 3. Securely tag all branch circuits, noting the purpose of each. Mark wires with wrap-around wire markers. Where two or more conduits run through a single outlet, mark each circuit with the corresponding circuit number at the panel- board. h. Concrete for Electrical Work: 1. Non-metallic raceways shall be encased using 2500 psi concrete having maximum aggregate size of 3/4" and minimum thickness of 6" unless otherwise shown. :here outside of buildin- lines, install with top of concrete 30" minimum below grade or as shown. Concrete for encase--eat of underground electric ducts shall be colored red by addition of four pounds of natural bright red oxide pigment; P-C Permacolor; isonset Permatint, or equal, for each sack of Portland cement in the concrete mix. '.there extended above grade or above floor, install an adapter fitting on the non-metallic section and attach rigid steel galvanized or sherardized elbow thereto. Firmly anchor conduit elbow in duct envelope. 2. Concrete shall be placed and compacted suffi- ciently to fill all voids and spaces. Allow to harden before commencing any covering backfill work. 00343 New Electrical Service, Fire Station No. 6 SECTION 16C - SFR ICE SYSrfE:l 16C-1 16C-01 INCLUSION OF GENERAL CONDITIONS The GENERAL CONMITIONS, SPECIAL CONDITIONS and TECHNICAL CONDITIONS are a part of this SECTION and the contract for this work and apply to this SECTION. 16C-02 GENERAL a. This Section includes electrical service system, including but not necessarily limited to: 1. Electrical Service - 120/208 volt, 3 phase, 4 wire, wye; 2. Electrical Entrance Equipment; 3. blain Switchboard; 4. 1.nd related work. b. Refer to ELECTRICAL - GENERAL REQUIREIIENTS Section, Div. 16, for provisions applicable to this section. 16C-03 SUBMITTALS: a. Ia addition to requirements under SUBMITTALS Section, 01200. 1. Shop Drawings required as scheduled shall be submitted for each major material item included herein. 2. Certification of materials required as scheduled shall be -urnished indicating compliance with requirements shown or specified for transformers. 3. Shop Drawings submitted for approval shall include a drawing showing arrangement; manu- facturer, type, size, capacity of electrical equipment including metering equipment; di- mensions of busses, and dimensions of spaces for metering equipment; dimensioned drawings showing front and side views of the housing; method of supporting electrical equipment, space for conduit, entrance, structural members, gauge and finish of materials used for housing and structural members; nameplate schedule showing material, size of lettering and letter- ing proposed for nameplates; and complete data on interior and exterior paint systems 00344 New Electrical Service, Fire Station No. 6 SECTION 16C 16C-2 including sequence of application of coatings, metal preparation, type of coatings proposed, name of paint manufacturer, and paint manufacturer's number for various coatings. 16C-04 PRODUCTS Manufacturer: Switchboards shall be manufactured by Square D .Co. , Westinghouse. General Electric, or equal. a. slain Switchboard and Sub-Switchboards 1. General. Each Switchboard shall be a completely self-supporting structure of the required number of vertical sections bolted together to form one metal enclosed rigid switchboard 90 in. hi-h. The sides, top and rear shall be covered with removable screw-mounted code gauge steel plates. Switchboard shall include all protective devices and equipment as shown on the drawings, with necessary interconnections and mechanical solderless connectors for terminals. Switch- board shall be capable of withstanding all normal installation handling, including lifting and rolling in place, without damage or defor- mation. 2. Type. Each Switchboard shall be NEMA Class 1 construction, rated 120/208 volt, 3 phase, 4 wire wye; ampere rating shall be as noted on drawings. The sections shall be not more than 20 in. in depth. All sections- of the switch- board shall be rear aligned so that the complete structure may be placed against a wall. The distribution feeder switches or breakers shall be mounted having the device (line and load) connections accessible from the front. Where space for future is called for, all necessary busses shall be furnished. Fusible feeder switches shall be quick-made, quick- break type equipped with current-limiting fuses. Switches shall be Square D Co. , Type QMB, or Westinghouse, General Electric, or equal. Breakers shall be of frame size as noted on drawings. 34-5 �. mom _ _ 0034-5 New Electrical Service, Fire Station No. 6 SECTION 16C 16C-3 b. Busses. Busses shall be silver-plated copper bars sized on the basis of not more than 1000 amperes per square inch density. A-B-C type bus arrangement left to right, top to bottom, and front to rear shall be used throughout. All lugs shall be suitable for both copper and aluminum conductors. c. Bus Bars. Bus Bars shall be mounted on supports of high-impact, non-tracking insulating material and shall be braced to withstand mechanical forces exerted during short circuit conditions when con- nected directly to a power source having a maximum of 40,000 amperes RMS symmetrical available. d. Surfaces. All steel surfaces shall be chemically cleaned and treated to provide a bond between paint and metal surfaces to help prevent the ea- trance o: mo_ature and formation of rust under the paint film. Steel surfaces shall be painted with a rust-inhibiting prime coat and one or more coats of medium gray. Prime coat shall be red lead or zinc chromate alkyd-resin, and finish coats shall be gray alkyd-resin semi-gloss enamel, or equal. e. Ground Bus. A ground bus shall be furnished, secured to each vertical section structure, and shall extend the entire length of the switchboard. 16C-05 INSTALLATION a. General 1. Anchorage. All floor mounted switchboards shall be bolted to the floor with a minimum of four 1/2 in. bolts through structural members to concrete anchors set in the floor. Bolts shall be located near the corners of the switchboard. The switchboard shall be leveled with leveling nuts and washers on anchoring bolts and grouted 2 in. above finish floor. Anchor bolt spacing shall not exceed 24 ia. 00346 sew Electrical Service, Fire Station No. 6 DIVISION 16D - DISTRIBUTION SYSTEM 16D-1 16D-01 INCLUSION OF GENERAL CONDITIONS The GENERAL CONDITIONS, SPECIAL CONDITIONS and TECIMICAL CONDITIONS are a part of this SECTiGN and the contract for this work and apply to this SECTIOti. 16D-02 GENERAL a. This Section includes electrical distribution system including but not necessarily limited to: 1. Branch circuit panelboards; 2. Wiring devices; 3. Caulking, sealing, metal flashing; 4. Complete grounding system; 5. Construction power and lighting; 6. And related work. b. Refer to ELEC3'RICAL - GENERAL REQUIREMENTS Section, 0 ,r. 16, for provisions applicable to this Section. 16D-03 St:SMTTT3LS a. In addition to requirements of SUBMITTALS Section, 01200. 1. Shop Drawings required as scheduled shall be submitted or distribution and branch circuit panelboards. 16D-04 PRODUCTS Manufacturer: a. Branch circuit panelboards shall be manufactured by Square D Co. , Westinghouse, General Electric or equal. Materials: a. Brancli Circuit Panelboa_rds 1. Panelboards shall be furnished complete with mounting, number and sizes of circuit breakers, and spaces for future circuit breakers as shown on the schedules on the drawings. Circuit WWI New Electrical Service, Fire Station No. 6 SECTION 16D 16D-2 breakers shall be Square D Co_ , Westinghouse, General Electric, or equal. Panelboards shall be type as shown on the drawings by Square D Co. type numbers. 2. Branch Circuits: Each branch circuit shall have a permanently fixed number. Provide a typewritten directory mounted in a frame with clear plastic cover on inside of cabinet door showing circuit numbers and a complete descrip- tion of all outlets controlled by each circuit breaker. Configuration of directories shall be the permanent numbers (not plan numbers) of approved room names. Submit draft of each directory for approval of text prior to instal- ling final copy in panelboards. 3. Box: Boxes shall be fabricated from code gauge -alvanized steel. Doors shall be mounted with concealed 'hinges and provided with combina- tion spring latch and lock. Trim shall be fastened to the cabinet by means of adjustable trim clamps. All bus connections shall be bolted. Trim of flush mounted panels and trim and box of surface-mounted panels shall be fia- ished with one coat of primer and one neutral color flat coat. Supports for trim, or carts of trim. shall not be located in the gutter spaces. Trim supporting door shall be cut -from one piece of sheet metal. Panelboard fronts for panels and flush latches shall be Square D Co. type "IIONO-FLAT", -Westinghouse, Genera- Electric, or equal. All panelboards shall be minimum 20" wide, 5-3/4" deep. 4. Filler Plates. Filler plates in section of trim over breakers shall be securely mounted; "snap-in" filler plates will not be acceptable. 5. Gutter. Gutter space shall be provided in panels to allow installation of the wire and feeder cables without crowding. Bus connections shall be through-bolted or made with approved clamps. Main lugs shall be suitable for both copper and aluminum connections. 6. Lock-On Devices. Lock on Devices shall be provided on the handles of panelboard circuit breakers serving heating controls, automatic alarms and other devices that should not be shut off, to lock the breaker in the ON position. 00348 New Electrical Service, Fire Station No. 6 SECTION 16D 16D-3 The device shall prevent the circuit from. being turned off, but shall allow the breaker to trip on overload. Provide means for locking any circuit breaker in the OFF position by means of a padlock. 7. Busses. Busses shall be copper, parallel in the same plane, independently and rigidly supported on insulators to withstand 40,000 amperes symmetrical short circuit current. Insulators shall be Melamine or equal material. 8. Nameplate. Provide nameplate for each panel. Nameplate shall be of gray Lamicoid or equal, engraved letters 1/4 in. high, screw mounted. Lettering shall show panel number and voltage. 9. Supports. Panels shall be supported by studs not less than 5/16 in. in diameter, welded to the back of the box. Bolts shall be equipped with double nuts for adjusting position of panel. , 10. Keying. All panels shall be keyed alike per standard key system. 11. Circuit breaker shall be furnished as scheduled. :111 :multipole breakers shall be single toggle, common trip (no handle linkage accessories). All necessary mounting hardware and bussing shall be furnished in, the panel for all spaces indicated on the drawings. Panels shall bear the G.L. label. b. ;Miring Devices: 1. General: Sierra Electric Corp. , Arrow-Bart, Bryant, or equal. For convenience only, Sierra catalog numbers are used herein to indi- cate type and quality of item or product required except as specified. C. Pullboxes and Terminal Cabinets: 1. Manufacturer. Except as otherwise shown on the drawings, pullboxes shall be Square D screw cover cans, Alwalt, or equal, flush or surface mounted as shown. Terminal cabinets shall be Square D Co. , telephone cabinets, Westinghouse. or General Electric, or equal, flush or surface mounted and sized as shown on the drawings, and equipped with "MONO-FLAT" 00349 Now • New Electrical Service, Fire Station No. 6 SECTION 16D ign-a type front covers, with concealed binges, trim clamps and flush latch. 2, Keying. All cabinets and pullboxes shall be keyed alike per standard key system. d. Grounding: 1. General. Equipment, raceways, reinforcing steel, and neutral in the low voltage system within. the buildings shall be grounded to the water service lines. Building service trans- former shall be grounded to a grid of grounding rods interconnected with bare No. 4/0 copper cable. Connections shall be made with- the following Burndy fittings, Ilsco, or equal: Cable to water pipe Type GAR Cable to ground rod Cadweld or Thermoweld Cable to box or cabinet Type QAB Cable to cable, in grid Cadweld or Thermoweld The connection of the bare cable to the -round rods shall be made in a ground well as shown, accessible for test purposes. Resistance to ground shall not exceed 5 ohms, as measured by either the "Fall of Potential" method or by direct reading ground resistance. 2. System Grounding. All neutral wires shall have the same class of insulation as that of the phase conductors. The neutral shall be identi- fied by having white insulation or by using white color bands wherever this neutral wire is accessible at terminations or in junction boxes. The grounding conductors for service neutral and neutral point of transformers shall be grounded to the grounding grid by means of continuous copper conductors, adequately sized and having white insulation. They shall be encased in conduit for protection against mechanical damage. Conduit shall be provided with a separate connector for electrical connections to the ground rod. Ground conductor for transformer neutral may be run in conduit with other grounding conductors, but shall connect to a separate ground rod. These clamp point connections shall be accessible for test purposes. 00350 New Electrical Service, Fire Station No. 6 SECTION 16D 16D-5 3. Equipment Grounding. Equipment and wiring devices shall be grounded through the raceway system and through, a separate ground wire in a cable system. Ground pole of receptacles shall be connected to the outlet boxes by means of a No. 14 -bare copper wire connecting to a screw in the back of the box or an approved ground clamp. A bare ground wire, sized to comply with codes, shall be installed in flexible conduits of all sizes to provide a ground.path through the flexible conduit. e. Switches: 1. Thermal switches for protection of single phase, fractional horsepower motors: A-H No. RL-21-U, or equal. 2. Safety Disconnect Switches: Square D Type `-D, 600 V; Westinghouse, General Electric, or equal; of proper size and rating, capable of being padlocked in "On" or "Off" position. Non.used unless otherwise shown. Economy renew- able delay type fuses. NEMA-1 or NEMA-3 enclosures as required. 3. Weatherproof Switches: Crouse-hinds DS 185 covers; Appleton, Pyle-National, or equal. 4. Disconnect Switches: Furnish and install all motor and other disconnect switches shown or required by state, national, or local codes. Type of disconnect shall be determined by requirements of load unless otherwise speci- fied, and shall be either, & Square D Co. Type KG-1 (surface) , . -1 (flush), or VX-1 (wea- therproof) motor starting switch, or a Square D Co. Type H-300 line heavy-duty horse power rated safety switch (NEMA 1 or 3R as required), or Westinghouse, General Electric, or equal. Voltage and current rating shall be as shown or required. f. Receptacles: Weatherproof Receptacles for Flush Locations: 3-H No. 5252-WP, or equal. 00351 New Electrical Service, Fire Station No. 6 SECTION 16D 16D-6 1- Painting: Exposed conduit, hangers. etc. shall be painted. Equipment shall be provided with manufacturer's standard finish as selected by the Engineer. Finishes-damaged during installation shall be repaired to match factory-applied finish. 16D-05 L\STALLATION: Refer to Section 16B for requirements for installa- tion of Electrical Equipment. rX t Y i + - t 1 3 tr t r 1 4r 6 00352 r; µ i ij IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Plans ) and Specifications for the Personal ) Security System at Juvenile Hall, ) RESOLUTION NO-77/403 202 Glacier Drive, Martinez. ) (1120-099-7710,604). ) ` WHEREAS Plans and Specifications for the Personal Security System at Juvenile Hall, 202 Glacier Drive, Martinez have been filed with the Board this day by the Public Works Director; and WHEREAS the Engineer's cost estimate for construction is $15,000.• WHEREAS the general prevailing rates of wages, which shall be the mine rates paid on this project, have been approved by this Board; and WHEREAS the Public Works Director has advised the Board that this pro- ject is considered exempt from Environmental Impact Report requirements as a Class IA Categorical Exemption under County Guildeines, 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 14,1977at 11:00 a.m. , and the Clerk of this Board is directed to publish Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said Notice to be published in the mornint, News Gazette PASSED A14D ADOPTED by the Board on May 17, 1977 Originator: P. W. Dept. Buildings and Grounds cc: Public Works Dept. Building Projects Agenda Clerk 00353 County Auditor Director of Planning RESOLUTION NO.77/4n- SPECIFICATIONS FOR RERSQUAL SECURITY SYSTEM EOR JUVENILE HALL 02 GLACIER DRIVE. MARTINEZ. CALIF: "CONTRACTOR'S BIO WALK" F1 L E June 2, 1977 14AY /7 1311 at. 10A.M. J. it osav eoAjo 0. IWPERVr:oaS coca •sra Prepared for Public Works Department Contra Costa County Sixth Floor administration Building Martinez, California 00354 Nkrofilmad with board ordat DIVISION A. Notice to Contractors DIVISION B. Instructions to Bidders Section 1 Croetence o= Bidders Section. 2 Securing Documents Section 3 E.aninatier_ of Plans, Specifications, and Site of Work Section 4 Binding Doc-iments • Section 5 Submission of Proposals Section 6 Withdrawal of Proposals Section 7 Pu5lic Opening of Proposals Section 8 Irregular Proposals Section 9 Cczpetir_ve Bidding Section 10 Award of Contract Section 11 Special Require-ments Section 12 Execution of Contract Section 13 Failure to Execute Contract DIVISION C. Proposal (Bid Foran) DIVISION D. Articles of Agreement DIVISION E. Equal Employment Opportunity DIVISIC?2 F. General-Conditions Section 1 Definitions Section 2 Governing i+GN•s aa�d Re.— Q, ,alations 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 Section 11 Conduct of 1.1crI; Section 12 Responsibility for Site Conditions Section 13 Inspection Section 14 Rejection of r:aterials Section 15 Interpretation of Contract Requirements Section 16 Ciarifi-atioa.s and Additional in siructio..'.s Section 17 srrd+.:ct and Reference Standards Section 16 Materials, Articles, and Equi��.2ent Section 19 Shop Drawings, Descriptive Data, Sapp les alternatives 00355 DIVISIGii F. General Conditions continued 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 Section 25 Payment of Federal or State Taxes Section 26 acceptance Section 27 Final Payment and Waiver to Claims Section 28 Guarantees DIVISION G. Federal Sage Rate Determination DIVISION H. Technical Conditions Section 1 Special Conditions Section 2 General Specifications 00356 K 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: Personal Security System for Juvenile Nall , 202 Glacier Drive, Martinez, California 94553 The estimated construction contract cost 4110� is S15,000 (Fifteen 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 gain Street, Martinez, upon payment of a printing and service charge in the amount of Two Dollars & 13/100ths7oliars (52.13) (sales tax included) which amount shall not be refun ab e. Checks sha. . be made payable to the "County of Contra Costa", and shall be 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 (100.) of the base bid amount, made payable to the order of "The County of Contra Costa" and shall be sealed and filed with the Clerk of the Board of Supervisors. Bid proposals shall be submitted to the Chief Clerk of the Board of Supervisors on or before 14•h • 197 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. OU35� -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 (50X) 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 belawarded 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 By JAMES R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors Contra Costa County, California DATED: PUBLICATION DATES CORRECTION SHEET The following corrections shall be made part of the Contract Documents and clarifies the Contract Documents as noted. Page 6. Section 3 (b) - Reference to "Division E" shall be corrected to "Division F". Page 6. Section 3 (c) - Reference to "Division E" shall be corrected to "Division F". Page 6. Section 4 (e) - Reference to "Section C" shall be corrected to "Division C". Page 7. Section 4 (c) - Reference to "Section 1 of Division E" shall be corrected to "Section 6 of Division F". Page 8. Section 11 - Reference to "Division E" shall be corrected to "Division F". Page 9. Section 12 - Reference to "Section D" shall be corrected to "Division D" Page 12. Paragraphs (f), (G), (H), and (I) shall be corrected to 5, 6, 7, and 8 respectively. Page 15. "Section E" shall be corrected to "Division E". Page 14, 14a, 14b, 14c. Division D - Change revision date-at lower left . hand corner to Rev. 12/73. Page 21. Section E. Subcontractor's Certification (3); Delete paragraph beneath signature line requiring written authorization by County. Page 1. Table of Contents Division B - Instruction to Bidders.- Delete Section 4 and reduce by one all subsequent section numbers. Page 29, Division F, Section 5 (F) Certificate of Insurance: Change prior notification requirement of cancellation of Insurance from 10 days to thirty (30) days. -4a- 00359 DIVISION B. INSTRUCTION TO BIDDERS: 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. CO-WETENCE OF BIDDERS: (a) License: 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. SECURING DOCUMENTS: (a) Drawings and Specifications may be secured at the place and for the deposit or fee as called out in the 'Notice to Contractor". page 3. (b) The deposit, if called for in the "Notice to Contractor". page 3, is a guarantee that the Drawings and Specifi- cations will be returned in good condition. (c) The fee. if called for in the "Notice to Contractor", page 3. is a non-refundable payment to defray a portion of the print- ing and handling costs. SECTION 3. ERAmMATION OF PLANS, SPECIFICATIONS, AND SITE OF THE WORK: (a) CONTRACTOR'S RESPONSIBILITY: The bidders shall examine carefully the site of the work. and the plans and specifications therefor. He shall investigate and satisfy himself as to conditions to be encountered, the character, quality, and quantity of surface. and subsurface materials or obstacles to be encountered, the work to be performed, and materials to be Turn- ished, and as to the requirements of the proposal. plans, and specifi- cations of the contract. {there 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 which has been actually encountered by it in its investigation, and is only included for the convenience of bidders. Investigations of subsurface 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. S- Rev. 5,76 00360 INSTRUCTION T!0 BIDDERS (continued) There is no guarantee or warranty, either express or implied, that the conditions indicated are representative of those existing throughout the work, or any:part of it, or that unlooked for developments may not occur. Making such informs- tion available to bidders is not to be construed in any wayy as a waiver of the provisions.of this article concerning the Con tractor's responsibility for subsurface conditions, and bidders must satisfy themselves through their own investigations as to the actual conditions to be encountered. (b) RESPONSIBILITY FOR UTILITIES: As part of the responsibility stated in subdivision (a) above. and without limitation thereon, the Contractor shall be respomible at his 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 thereon. repair,of any or all damage and all hand or exploratory excavation required. The bidder is cuationed that such utilities my include cou m nication cables or electrical cables which may be high voltage, and the ducts enclosing such cables. and when working or excavating in the vicinity thereof, the special precautions to be observed at his own cost shall also include the following: All such cables and their enclosure ducts shall be exposed by careful hand excava- tion so as not to damage the ducts or cablesnor cause injury, to persons. and suitable warning signs, barricades, and safety devices shall be erected as necessary or required. In connection with the foregoing, the bidder's attention is invited to Section 12 of Division E of these specifications. ' (c) DISCREPANCIES OR ERRORS: If omissions. discrepancies, or apparent errors are found in the plans and specifications prior to the-date of bid opening, the bidder shall submit:a written request for a clari- fication 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 specifications shall be governed by Section 15 of Divisi=:. n of these specifications. SECTION 4. BIDDING DOCUW_WS (a) Bids shall be made upon.the special Proposal (Bid Form) (See Section C of this Specification), with all items completely filled out; numbers shall be stated both in writing and in figures, the signatures of all persons signed shall be in longhand. The com-, pleted form should be without interlineations, alterations or erasures, no alternative proposals. Additional copies of the Proposal (Bid Form) may be obtained from those supplying these specifications. Rev. S75 00361 I SEMON A. BIDDING RQOMWS (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 considered, (c) List of Proposed Subcontractors: Each proposal shall have lk Me,name W address of each subcon tractor to wham the bidder proposes to subcontract portions'o£ the work in an amount in excess of 1I of l percent of his total bid, in accordance with Chapter 2, Division 5, Title-1. of the Government Code. See Seccinn I of Division E of these specifications for further reference to subcontractors. (d) Bidder's Securit�r_. All bids shall have enclosed cash, hier-s check, certified cheek or_4 bid�de 'a bond,,as oesarioea oetow, executed as surety corporation aut orized 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 amount the of the bid. No bid shall be considered unless one of the forms of bidder's security is enclosed,therewith. SECTION SUBMISSION OF PROPOSALS: Proposals shall be submitted to the Clerk of the Board of Supervisors of Contra Costa County at the place indicated on the bid proposal. -It is the sole responsibility of the bidder to see that his bid is received in proper time. All proposals shall be submitted under sealed cover, plainly identified as a proposal'for the work being bid upon and addressed as directed in the Notice to Contractors and the bid proposal. Failure to do so may result in a premature opening of, or a'failure to open such bid. .Proposals which are not properly, marked may be disregarded. SECTION 6. WITHDRAWAL OF PROPOSALS: Any bid may be withdrawn at any tine prior to the time fixed in the public notice for the opening of bids. provided that a request in writing. executed by the bidder or his duly authorized representative. for the withdrawal of such bidisfiled with the - Clerk of the Board of Supervisors of Contra Costa County. An oral; telegraphic, or te�lephanic r uest to withdraw a bid pro�s�Z=not acceptable.- & witbdrawal of a Did shall not pr�udLce the right- . of a bidder to file a new bid. Thisarticledoes not authorize the withdrawal of any bid after the time fixed in the,public.notLea for,. the opening of bids., Rev. 5/7b .7. 00362 SECTION 7. PUBLIC OPENING OF PROPOSALS - Proposals will be publicly opened and read at the time and place indicated in the Notice to Contractors. Bidders or their authorized agents are invited to be present. _ SECTION 8. IRREGULAR PROPOSALS' Proposals may be rejected if they show any alter- ation of form, additions not ailed for, conditional bids, in= complete bids, erasures, or irregularities of any kind. If bid amount is changed after the amount is originally inserted, the. , change should be initialed. The County also reserves the right to accept any or all alternates and unit pricescalledfor on the Bid Form and their order of listing on such form shall in no way indicate the order in which the bids may be accepted. SECTION 9. COMPETITIVE BIDDING: If more.than one proposal be offered by any individual, firm, partnership. corporation, association. or any combination thereof, under the same or different names, all-'such proposals may be rejected. A party who has quoted prices on materials:or.work to a bidder is not therebs disqualified from quoting prices to other bidders, or from suu6bmmiitting'a bid directly for the materials or work. All bidders are put on notice that any collusive agree- ment fixing the prices to be bid so 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 10. AWARD OF CONTRACT: The right is reserved to reject any and all proposals. The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. Such award. if made, will be made within 30 days after the opening of the proposals. SECTION 11. SPECIAL REQUIREMENTS: The bidder's attention is invited to the following spec- ial provisions of the contract. all of which are detailed in the General C4,nditions (Division E) or other documents included in these specifications. (a) Bonds (b) Insurance (c) Liquidated Damages (d) Guarantee (e) Inspection and Testing of Materials (f) Facilities to be Provided at Site (g) Assignment of Contract Prohibited Rev. 5/76 -8- :�► 00363 SECTION M EXECUTION OF CONiRACr = The contract (example'ia.Sectiow D):shall be signed by the successful bidder 3n duplicate_couaterpart and returned within"five (5) days of receipt. not tncluding.Satur gays, Sundays,.and legal holidays. together with the Contract onds and Certificates of Iasurance::.No contract shall be.. binding upon the County until same has been'executed`by the Con-- tractor and the County. Should the Contractor begin work in advance of " receiving notice that the contract has been approved as above provided. any work performed by him will be at.his own risk and as a volunteer unless said contract is to approved. SECTION 13. FAILURE TO EXECUTE CON REACT: 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 bidder has received the'contract for-execution shall be just cause for the annulment-of the award and the forfeit ore 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 reIspon- sible bidder refuses or fails to execute the contract, the county say award the contract to the third lowest responsible bidder. on the Failure or refusal of the second or third lowest'responsible bidder to whom any such contract is so awarded to execute-the same, such bidders' securities shall be likewise forfeited to the Counttyy The work my then be readvertised or my be constrLcted by day,Pr as provided by State law. f ft zw { Rev. 5/76 _4 �.� , 00364 (Bidder). DIVISION C. PROPOSAL (Bid Form)_ • �euQ�eur�. BIDS WILL BE RECEIVED UNTIL 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 CON"M, COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees 'to furnish any and all required labor, material, �transportation, and services for Pprqnnal cQrurity Alarm System for Juvenile Hall, 202 Glacier Drive, M_rtinP7 ralifnrnia in strict contormity with the Plans, Specificaticns, and other con- tract documents or_ file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, Cali- fornia 94553, for the following suras; namely: BASE BID: Shall include all of the wori:, for the construction and co-, - pletion of all facilities therein, but not including any of the work in the following Alte=:sates: For the sum of: Dollars ($ ALTERNnTES: 1. ALTER;,:'r• NO. 1: State the amount to be added to the Base Bid for the Add the sum of: Dollars ($ ) 2. ALTERN E, NO. 2: State the amount to be added to the Base Bid for the Add the sum of: • Dollars ($ ) OO,3fi� m t, 000365 -ZO- ALTERNATES: 3. ALTERNATE NO.3': ' State the amount to be added to the Base Bid for the Add the sura of: Dollars ($ ) 4, ALTERMTE NO. + State the amount to be added to the Base Bid for the Add the sum of: • Dollars ($ ) (B) Et is understood that this bid is based upon completion of the work within calendar days from and after the date of cor=encemerc. It is understood, with due .allowances made for unavoidable delays, that if the Contractor should fail to complete the wort: of-the contract within the stipulated time, than, he shall be liable to the Owner in the amount of Twenty Five Dollars (525.00) per calendar day for each day said work remains uncompleted beyond the time for cor., letion, as and for liq- uidated damages and not as a penalty, it being agreed and ex- pressly stipulated that it would be impractical and difficult to fix the actual amount of damage. (D) The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other contract documents and the local conditions at the place where the work is to be done. (E) The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be re- sponsible for any errors or omissions on the part of the under- signed in malting up this bid. W161) RIVISSION C. PRQPOSAL mid i") continued (F) She undersigned hereby certifies;that this bid is. genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named,,and that the undersigned has not directly, induced or solicited any other bidder to put in a shan bid,' or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not is any s+saner, sought by collusion to secure for him- self an advantage over any other bidder. (G) Attached is a list of the names and locations of the place of business of the subcontractors. (H) Attached is bid security as required is the Notice to Contractors. oCash c3 Bidders Bond a Cashiers Check OCertified Check _(I) The following addenda are hereby acknowledied as being in- eluded in the bid: Addendum# dated Addendum# dated Addendum# dated Fire By Title' 'Address Phone Licensed in accordance with an act providing for the registra tion of Contractors. Classification and License No, Dated this day,of 19 Rev..5/76 -12- v i DIVISION C, PROPOSAL BID'FORM continued LIST OF SUBCOW"CfORS- (As required by Division B. Section 4, Paragraph (c)) (Substitution of listed subcontractors: See Division E., Section 6, Paragraph E.). Portion of Work Nano Place of Bidders -13- DrnstoND• AITICILS t>r Mir (Contract) " COrTaaCT (Cematrscclsa Atraaasat) - meagre Coate C000ty Standard Fera) �1. FARtASUS. These variables are laeerpecatd ►alar by roteresee- , (652.7)- tartia.: 1p.balc Atocyl . (Cwtraccer) (52). t jectiaa Ants: (S14,for starting do ) ' (63) The Yank: (14) Completion Not.-(atrlka wt.(a),or (►)""calosdar' or 'rorklnt') (e) or !data) (b) Yid1u calaadss/�erkLf +ya tcoM scatting taco. (63) Uquidated.Aasatesr $ ser taledac Jay. - (64). pablic Agony's Agents - (tl).. Cbatroet Prime: t (Nor•solt price r Contract&. More-or '.10.2; in accnrdanes rltk tlatak*d quantities at.sate.kld prlcss.).. (Strtka net pateMebetfcat aaterlal 19,.1aappllcable.1 - - a. sieurwrn s AeuoYtryeRrtr. Public Agener. 97: (President or.Chairman) , entraaterhereby also Acks"Isdtlat arareaoss of ad cogilsoce with Leber ado 51661 eoaceralat Yarkneaea Capeasattes Lar. " all Oescametoofficial capacity,is cka"boatoua mets, to Cemtreatur:`.611 SAeouto".'etsoatedpment jorn bo lou;and tt1.if ucorpora. 'tiaa, atteok a eertified tory of the bylaws I =of the resolution of theboardof Aireorera:authorising.erne-tion of this enetraat sad of the bonds required".Lopebp. Scat.of WItecd& ) 'ACt90YUNMFRf (by Corporation. county of ). as. partnership. or ladirldual) The perene(s) attalat above for Contractor,-Lora"to u1..Individual ad bralaets capacity as stated. petsnaally:appeared Nter* w today mad:achowldted thatbelts*? es*cute& 1t mad that the cooperation or pactoecsklp avast a►ere esatueed It. (SSAL) FORM AMOY": A. ■. CLOSIS. C+ratr esasel. rf Coputy (page 2 of 4) • Rev. 1.2;72 -14- Oi13S9 0 .ark. It Abell too" a certlticate te.the Contractor and pat the balance of.the contract, price after deductlog all amounts rit►bel4 "derthis coatract..provld.d.the.C—[rector: above.that all.Claims for labor mad aetarget* bave boom paid,.so claims have be.% Presented to the Public Agency, based as acts or ositolass of the Contractor,,and so Items. or withhold entices have bees filed against the work or site, And providedthere are oat Assessable ladlcatloas of detective or aiestsg work or of late-recardod notices of %teas or clalas against Contractor. . - s. ]NSDRANCf. (Labor Cods 1/1560-60On missing this costract. Contractor oust give tu►ltc Ag*6Cy (1) a certificate Of comment to self-insura lasutd by the Director of ladaatclal Malatless. or (2) a cortittcato of Weaknes's Caspeuatiom Assurance issued by. *& admitted.Insurer. at (3) a exact copy or duplicate chats*( certified by the Director' or the laurer.. Contractor to aware of sad Complies with Labor Cade Sec. 3700 and the Work.**'& Compeuattem Law. 10. BONDS. On missing this contract Contractor shall deliver to Public Agency for ; preval good sad orlf iciest.kende wit► omcetl es, to "oust(.) specifiedto the specifl= cations, gwar steelag his faithful performance of thiscoatracr and his payment far all. , labor aAd materials ►e»under. 11. FAILNRE TO PERFORM. It the Contractee at may ties rets**..oreeglecra, without fault of the Public Agency or Its age*s(o), to •apply sufficient materlalm or workman to complete tkls agreement sad weak .s provided berela, for a period of 10 days or norm after written notice thereof by the Public Agony, the Public Age*cy say.farnisb sans and deduct the reasonable expenses thereof !t" t►e-Cestract price. 12. LYS APPLY. Coastal. Meth Battles.recosalro.the applicability:of various federal, •tete Aad local levo sed casslatlems. especially Chapter I of tart y of the.California' Labor Cede (begtsolog with Sec. 1720..sad.iotladlog Sets. 1735 4 1777.6 forbidding dls- criatsatiem) Aad intend that.this ASreanot ceaFllta therewith. The parties.SpOCItICAlly stipulate that the rolevamt peaaltis* mod forfeiture* provided In tbe.ta►or Code, *specially to Secs. 1773 4 1813, cesceraing prevailing wage* and hours, &ball"apply go this agreement as though fully stlpalated berets. - 13. SDRCOXTRACTORS. Covorsmost Cede 114100-4113 ase locorpormted becalm. 14. WAGE RATES. (a) tvrousat to La►er Code Sec. 1771, the goveralag body of the Public Ageacy has ascertained the geseral pe*sAlliss rates at wages per dl—, mad for holiday mad evertlme work, to the locality In which this work is to be performed, for each craft, clao*lticatton, ortype of works*& eeoded to execute this contract, and *aid rates at. as sped11.4 in its call tar bide for this work end are on Elle with.the Fvbllc Agency, and are hereby lacorp.geted berets. (b) This schedule of wages is based as •working day of I hours Maloof otherwise specified-. mad the dally rate is the bendy rate multiplied by the saber of hours co.- *tltrtlsg the worklog day. Wh*s les* thea that somber at hours are worked, the daily wags race to proportionately reduced. but the hourly rate renalms as stated. (C) The Contractor, mad all his sa►cestrsctsro, suss pay at leant these rates co all Parses& as this work, lncludlng all travel, subsistence. and fringe benefit payments pmvlded for by applicable collective bargalalog ague— ata. All skilled labor not !laced above mut be paid at least the wage scale established by collective barsalming agreement'. for such labor to the locality where such work to holes p*stormed. It it become■ sec.*- maty for the Co■treccor or any subcoatractor to *splay may Parson in a craft, classl(l- tatlee or type of work (except executive, supervisory. administrative, clerical or ether son-oaaral workers as such) for which se again"wage gets is specified, the Contractor Abell Immediately entity the Public Agency which shall promptly determine the prevailing wage rate therefor ad ferslsb the Contractor with the mialam rate based thereon, which shall apply from the time of the initial employmeat at the parses affected and during the continuance of such employnoat. 15. MOORS Of LABOR, fight Yours of labor to oma calendar day constitute* a leSAI day's —CL. Aad mo Mockans employed at Rey time an thlo Moth by the Contractor or by any bub- contractor shall be required or perattted to work looser thereon except as provided in Labor Cade Sec*. 1410-1815. 16. APPRENTICES. Prapetly tedestured apPr*stices may be employed an this work in accordance vita Labor Cede Sec*. 1777.5, Aad 1777.6 oa ao*-discrsalom Moa. (rage 3 of 4) Rev. 1.3172 -14b- 1903-71. DI9ISIOND. ARMLES Or ACaEOWT (Contract) COUTkACT (Cewstrwcriew A{reaaert) .. (Centra Cost's Corsty Standard Form) I. PAPIAXLES. Three v.rtableo aro lwcarParated below by rafsfewCa. Partiea: 11P•Olic AScSCr) lAmtr.ctor) (12), Effective Data: )See {s for st.tttnt data.) (f)Y' Tke Rork: ({L) CoePlstia.Tiari• (atfika rat (a) w9 (b) -c.te64a9w as•wertis{ J . (b) altbla Csldad.ffwarht■{.447's [tow 69.99949 4490- (63) Liquidate3 Dawapd.: b. eat.calewdar 4ay... ({b) Prbtis Apdndy's Apert: (f J) Contract Price: S (let-tlalt price contracts:-wore or leas, to accord ancr wlch flal.bea Cw*9191.6 .t telt.bio titttko wwt Pat awtheticAl uterlal it lnapplicablo.), - E SIGSAryRrs 4 Ac"ORLrpmrAl. - - Public Ae'ssdw, Vyt (President,.or Chairman) (Secretary) rPntradtar. hefeby also .cknwl'si{iw{ aw$aeaese sI and csmlto La with Labor Cama $ISO& can....AS. Rork.ew'► Cogenutias Law. art Deolseatw official 9apaclty is the kmalwess Vote to Can9raotor: .fl) Easautr aaknoYiedpwert for+b'stow; and 12) It a arpora Sian. attack a oartifidd cry of she bytaus. or o,the rdsatution of:the Vcard of Direatcre abtkarisiwp eaecwtiaw of this cowtrset awd of aha bard's required Lerebx. Stats of Callformta ). ACX$VM4VDCVEVT (by Corparatton. Cewwty of ) ss. ►artwersA/p, or lnAlvidwal) The per'saw(s) ai{si.S shove for Contractor, known to ar to l.divldrel sad braise$$ capacity as stated. peraaoolly or* rod ►e[oce 46 today Aad.ckmavleds.4 that he/that'. executed It .ad tb*t tb6 eorparatl6w or Partnership as..A AhO%S.*adcwt*d it.. Date4s ,. _ (SEAL) Ussery r.kl tc ----- FORM APraOTED: J. S. CLAUSE%, C ..ty CAeasal. f? _Oepwty (Page 2 of 4) Rev. 12972 -14- 00069 1. 'WORK CONTRACT,�CfASGIS. (a) Sy their sttaaimtua la fectlen T, eltretf yr as the above data, tkese.parties praise and of.. .0 at Ymrih is t\!s ceocsact, lncerperatiaf by t►eu zefor.mc*s the "&.flat (`vu[.Urs`) Ia Sec. 1. (►) Contractor sba11, at pis awn cant and earesae, sad Is a varkoaall►e Cannot, folly and taitbially parlors aad complete t►1s wtk; and will f.rul*b ail materials, labor, •*twice• vol transportation acre—a" eoavee,..t and props In order fairly to perform who requirement• of this coatracc, all strictly lm attestant• with the rublIC Agency'. pla9t, dravlogs aad specifications. (t) This work can be ckan$ad only Wt\?ubltr Agsecy'c prior vr3t[es order sootily tug wch Cheng. end ito test oared to by t►L parts:s; .nt t4 PuUtc Agesay •ball nrv�r boo. co pay note than specified Is Sec. 7 without ark an ardor. a. TIMG• MDIitt 70 PsOUI0. Coot. •bell oras[ this unto as directed to the spect- ficativa er t4 SGt1ce to Psec.e d; aad*ball complete 1t as specified to Sec. 1. S. LIOCIDATID DAMAGES_. I! I . Caatrmit.r !ails to couple[* this contract &ad chis work tit►1m tie sloe liae4 tkesotor, allawmace befog "do for cenctageacloo as provided becalm. - as becoon 11ak1a to the Pabllc Agency for .11 its less and d—.8. eber.from; and bacawe, Ire* t►e ucare oL rA. use, le 3a sad will be lartacticable and extremely difficult to ,see rate and it. the public Agency's actual damage from spy delay In performance boreal. - it 1s -ST.4 that Co•ts•cter will pay as 11401b9ed damage• to t►r fubllc Agency the r...soa►l• aw aP*Clli.d la Sec. 1, the renal of the Portio' to•send to ende&war to *arta•[* lair ar*rage compeneatles ihecofer, for ocA caleabc day's de fay S■ Ltslabimg mold wt rk; and 11 tae sue Meet paid, tw►lic Agency say, !s addltios co ice ether remedies, deduct the sue free,any away due or to become due, Coatuctor under this can- t. if the PsbltcAS ay ter any eau• authorizes or uatrlbrws to a delay. suspen mho.of wrk as Cate.•iem el time. Its duration •Yell be added to the tine •11we4 for c"Pletlss, but St atoll not b• deawd a waiver ver be aced to defeat •y right of the AAaacy to denAg*. Ler nom-eompletime or delay hereunder. pursuant to Gowrnesac Cod*Sec. 4,115, the Ce&tactor •bell oat ba ussase:.I,l�elbudbuges terdela7 !• comp lotion et the wrk, v\en arc► delay oma cawed ►y atlas* of ebe rabltc Agency ••vibe oras: eL • atillty to pra•id. Lot •Lural or relocatiw of safeties utility facilities..` " 6. lNnCtATED DOCUMENTS. The Placa, drwl.ge aad gecllf aliens, of say PubIlc Ageny's tall for bids, and Castracter'• accept.d bid for di• wrk ars Yerely lacorposa ced tato t►ts contract: and they are Intended to coropawe -. so that ayt►Sag saatDiced to cbt puna at dr..I.gr end roc".Closed i• thm speelficatfo&s, at vita versa, is to be ea*cnt*d .* if e.U►lted, mentloud and sat forth is bot►, to t►e true latest aad ....lot t►e rest Nen taken all together; as differences of opinion coactralas these shall be LL41l7 d*eewlwd by public Agency'p Agent specified to Sec. 1. - - 7. PATMfXT. (a) for his strict ani literal fulfillment of chase promises •ed cc:diclow. as as Lull coe"castle. for ail cats work, the Public Agency shell Pay the Coact actor then ow specified 1. Sec. I., azcspa that i&wit Pette ceetr&cts the payment shall be for ftaim\sad �rsatltlea at wit ►!d ptl caa. p) Oa or a►■at the lint day of end ulpadar unto the Contractor shell submit to the Pm►11e Agency • —tl,l.d gpllcac ion for payuat, suppa[cad►7 • •tabus[ Aor!&g all materiel• totally lne[aIle! trrleg the pfeceliag soca, tYe la►os npodd the rap•, end the cent thereof; ob.compe.. alter check .a..&be Public Agency *ball issue ie Coo urun tractar a certificate for the cannot data rained to be d , eta" 10% thereof pursuant to cover n...I Code Sec. 33067. but not wttl d.fec[tr.work aad materials b.v,b**a to—W.A. replaced sed mob Send. A. PAYMENTS rITUSCLD. (m) Th* Public Agency or it. Apar pal r3thAell any pymen t, or Nuue et 1•[er die covered evidence sullity all or&my rercfllcate far payaast, to .uth az..at and period of time only as say be necessary to protect the Public Agency from loss ►euun* of; (1) Detective work at remedied, at —completed cork, (T) Claim* filed or reu■•Ale .wtdee cc tndlu[fag probe►!s It":go;. (1) fatlmr* to preptrly pay .abcoatractece er ler uatertei of Is (6) s*asonall. dank[ that the reek caa be completed for the bales-* then —pa1d, er (S) baste c•,nese.. contractor" (b) The Public Agomcy •411 we we•souhim dtllgtac. to discover •ad report co [he comcraccor, as [4 work Progresses, the mato will act lobar r►lc► ace at sacbfactory is lt, ao a► [o avoid msa•csasazy trouble or cut to tae Coatracrew !.uaktoa seed say def.ctive wrk or Pact*. (c) 15 calendar days alter the Public Agency flies Its &Gilt* At c»pletta• Of the entire (Pate 7 of A) -14a- UV. 12/72 00370 � REV. 12172 00370 � .e rk, It shell lave • certificate.[o the Gatuetor and pay the balance of the contract. �r1ce &frog bdretlag all amewto .![Ahold wdec [his cancrast, prerlded the Cem[rsc[or.' •►ova [\ac all dslme tar labor aad astarlala ►ars bees paid, ao clelms here beta presented to the Pwb11C Agency based so acts or emisaless of the C40"A Oer, sad ao !lens or wlthYeld aotl u& ►are basin filed agaiasc the cork or &ice, and provided chore are ai[ reasameble lmdlutioas o! delastlre era mlasiag vert or of lacy recorded nod res of 2fsas or claim q•laat Gatractor. 9. INSOR►RCE. (Labor Cade 611060-61)• as &Isola& this contract. Costractor must give sorb llc Agency (1) • gest!!i Cate of consent to self-Rasura issued by the Dtr.ctor at - lndratclsl Rel.ttaas, or (2) •.certificate et varkua's Compassadoo Insurance !.sued by. am .dul[ted lasurer, sr U) as enact cepy a. duplicate tbereot ce[tlfled by the Director or the !surer. Gatsaecar is .wase et and ceglies with.Labor Cods Sec.. 7700 aad ch. workmen's Ceapuutles Lou. 10. BONDS. as ssgaiag.t►i■ ': ':&C' Ceaeueeor •Aal2 deliver to Fobllc Asoscy, for apyreral good ort sell ideat..bends with srrelles, 1■ saoua[(s) specified In thespeclfl= utleaa, guat•atesiy YL telthf al performance of tbla contract aad his payment for all !.bot sort mater Lis heasrm4 r. 11. FAILURE TO PERFORM. If [he Contractor at any time retreas or se&leCca, withouq fault of [Ye tn►lfc Agency or !c• •gems(&), to suyyly auf ficisat mat:101" or ueskmea ce eegleu th!■ agreement .. work as.ptortded tocols, tor.a period o[ !0 dye or..To after written notice thereof by the public A&wcy, the Public Agency may furnish same and deduct I he raseeasble eapensu the uef from the contract price.- 1S. LAWS APPLY. General. Both parties reco&nite chs applicabllitT of N dour federal, su[e ane local lava aad ..salacious, especially Chapter 1 of Fast 1 et the GliforaI. La►or Cede ,:.)(b:., slatted stag with Sec. 1720, aad laeludimg Secs. 1775.6 1777.6.forbidding dls- Crlalm.ties) .ad t►at this agreemast complies therewith. The parties specifically ::!:Mate that the release[ penaltlas asd is;fe!twres pre,,dud L the.Labcr Cede, aspeelai.' la Seta. 3775 6 1613, ceaeeralot preraillag wagts aad hours, shall apply to I". •greenest w though 1.13E stlpelated hotels. 17. SDRCONTRACTORS. Ce—caaroc Cede /14100-4113 are incorporated betels. 14. .ACE RATES. (a) ]Pursuant to Labor Code Sec. 1771, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, &ad for holiday and overtime work. In the locality In which this work Is to be performed, for each craft, classification. or type of rorkaas asNrd to execute this contract, and told rates ars as spoof tied !n the call for bid• !o[ thio weft and are on [!!r with the public Agency, and •re Yersby Lcorporated hotels. (b) This scb:d.ml* of asap& !s ►.aad oa • uetk!ag day of a bourn unless oChesvlsr ap.clfled; aad the dally race 1s the boarly rate multiplied by the awber o[ boors con- aticaeing the vGrktng day. .has less t►am that awber of hours are worked, the dally ..go rate 1s pro y.........IF reduced, but tke hourly rate remelns o stated. (e) Tle Gatrsetor, asd.all h1a &obsess utters, awe pay at least [hese [etas to all porooae o. ihls uerk, lmcludi•g all travel, subsistence, sed [ringe benefit pay.eats prodded [or by applicable collective ►arlsing &greenest*. All skilled labor out listed .bore ■tai sole paid•t least t\e v&&e •cele as u►lished ►y coIlectire bargaining agr...got for such la►or 1■ the I c:llty .herr arch work !■ being pe r[orard. I[ !t becomes aeces- asry for the Contractor or ..y subcontractor [o asploy any pe rseo las a csaf t, classt[1- catlem or type et work (except executive, asps..I.err. admLLtratlre, Berl mel or ocher mea-mesas! workers .s ..Ch) for which ■a mlalmw wgr mete !a speei[led, thr Ceat actor .bellluedla[ely notify t►a P.Yllc Agescy which *boll promptly delermLr the preratllnt wage rate [Aerefor and twrmfah [he Coscuce.r with the ■falmw mete lased [he coos, uhfch .hall apply Iron t►e tLe of t►e Initial wepleyust of the person affected and during the contlauuC. et awes maplaymene. I5. SOURS OF LABOR. Eight Your. of labor 10 one cal.ndar daycoasticutes A legal day's •ork, asd mo .orka.a employed at —7 eine on this work by the Contractor or by say swb- cea[[.ctoc .Pall be re9ulred or peralt[ed to work longer tbrceo. ..Cept as provided is Labor Cod. Sec*. 1610-1015. 16. APPRENTICES. Property indertwrrd apprentices say be erpley.d on [bis work L. accerdanc. wick Labor Cede Sec.. 1777.5, and 1777.6 oa toe-dlscrfmloarloa. (Page ) at 4) - Rev. 1.2!72 -14b- if, paflCatmetyoa XATtaxsm,.'-The Public Agsacy desiras to jreaste the Industries.and '+ any at..Cowtra.Koacs-""or.,ud.t►r Contractee"therefore."presisrr'to sse�cae Products— : :Yat►mew,i laborers`actsr ecbaatcat this County'ls every'.'tasr;base the-prier ,fiteass-ad duality are'*last'. ss ^ASSSCf�tXT.'( This,agreesemt blade}ib*-bolrv'.saccessora.'asatsss,'aadreprssaetael+as.- et the Ceniaetarc but he Cauot asslta It Is whale,or la parr.-ser ser="I** due'or'to° ^ becoa* den wader It. without the prior;rittee consent of the pub Itc Agency and %be a .; C*atricter'sr surety Or'srstl*s.'"less they have;Rvad settee-*f assts■ant L•alpfa If a 111LIC AMC . Iasp.ctl■a et the work'sadior materials.or ipproral'ot ,;ork aad W!!!. Ibis zuspectto.; statemost hof ■my etfte*r.'assocr-or sap:oyew"of-the ` public agency ladlcatiat the vork'or asp'Vard'tbers■[ complies with'the requirements of this Contract, or acceptanceof.tke whole of say part of said work sed/sr:satsrlals 'or payaout* tbarafer. or.&my,.coublaattsu of those acts, shall set Tells— the C*atraCter of , bts.obligation to fulfill this contract as'prescrl►ed: see*hall tbe'tn►lic Agency ba­., =Zby estopped free bessplas-may'action for.damages`or—forcemeat aristag free'cbs failure to Comply with •my.or the torus and c*uditteas'hereof "20. XOLD lAL`titSS A IXDfXXITl..to) Castractor.promises to aad:shalt boldobaraless•and , 'iadeulfl frog the li*►ilitln as deficit to this section., R.;. "(►) The lsdesaf qua benefited sad protected by tbls,proeisearr the Public sPesc.^',asE : .. .. ..n„ to elective-nd gpolstiva leacds.'eseal■steas; atflrers, ageacs and employees ' ' (c) The liabilities protected *&&test are any liability or Clain (at dam&ga of.any kind alleiedly 0.11. ad. iatarr■t'er threateset'because of actt *'dottsod,belw,.Including Perseaal injury. deatk..property'dasase. SsvrraC"ce*desuctea,'er.any Csmbtastlon of their. .regardless ofwhether or.■at such.110111ty. CI&Ia at damage was eatsresaea►Ie of"any. time Ninre the towcy approved tbe`lsprowaeat }lar or`a)!Opted'tbe'isprpvsueuca ss,esnpleted, - -awd laeladlat the date&**of any salt(&) or actiee(aYat lou or-equity conrersleg;choose: (d) She action"tausiwt Liability"are'aq'.aee-et oslsstsm�(oaalls*at-or*ou 'segligvwt) Is coaasrtloa with the matters covered by thiscontract aad attributable to the K contractor, subtostraeter(s). or say olcer(a). apest(s) g er sloyee(s)-of **&'.or.sore,of : them. ... _ (a) AdCeuditteae: The promise got assoesest"to this $*etloo i& aot`coadltfoned of depodost ew whether or got say-IateoulNe'has`preprel; supplied.`or'approved aot`.plan(s) er speclfttatiaw(0)`Is ceaaectlea"utth'this'work.-bas'lAs.r8sc*:at other't*dasstficatii6 Covering-any"of Chase s*tters, or'that''the'"alleged damage resulted parcly,froa aur it 11 - test or willful siseoadect of &my ladesultuo__ .. u R c 5. Rev. 12/72 • 00372 . ... .. ..... .. ............ . 1]NOW 000 ]Now sEt.T=S-Em CownTim AFFIB um.Acnou a�unno m - XUL INFWDEW OPYCHrusirr Part It The provisions of this Part I apply to bidders, contractors and subeoatractors with razpeet 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 agread to.the Tripartite Agreement for Contra Costa Ccunty. California(but only as to those trades as to which there ars commitments by labor organizations to specific mals of minority manpower utilization) together with an Imp' sting agreements that have been and my hereafter be developed pursuant thereto, all of which documents are inwiperated herein by reference and are hereinafter cumulatively - Warred to me the Contra Costa Plan. AtW bidder, contractor or subcontractor using,one or wore trades of construction employees omst comply with either Part I or Part II of these Hid Conditions as to each such trade. Thus, a bidder, contractor or subcontractor may be in compliance with the conditions by its inclusion,with its union, in the Contra Costa Plan a specific conmitrant by that union to a goal of minority m awar utilisation for such trade•A•, thereby meting,the provisions of this' Pari I,and by its commitment to Part II in regard to trade•B" in the instance In which it is not included in the Contra Costa Pian and, therefore, cannot meet the provisions of this Part I. To be eligible for award of a contract under Part I of this Invitation for Fids, a bidder or subcontractor must execute and subdt as pert of its bid . the certification required by Part III bereof. Part IIt S. Coverage. The provisions of this Part II shall be applicable tom bidders, contractors and subcontractors, who, in regard to those construction trades to be employed by than on the project to which these bid conditions pertain. I. Are not or hereafter cease to be signatories to the Contra Costa Plan referred to in Part I hereof; 2. Are signatories to the CoutraCosta Plan but are not parties to collective bargaining agreements; 3 Are signatories to the Contra Costa Plan but are parties to collective bargaining agreements with labor organizations who are not or here- after cease to be signatories to the Contra Conte Plan. 4. Are sl&eatorias to the Contra Costa Plan but as to which not specific commitment to goals of minority manpower utilization by labor oreani- zation base been enacnted pursuant to the Contra Costa Plan; or Rev. 5/76 —15- 00373 s 'Are no logger participating:in as affirsativa'actioa plan accep- tsble m`tbe''Dlrector OFCC,'including the Contra Costa Plan D: Deeeirement An Affirmative Action Plan. 2be bidders, contractors, and anbroatraotors described_-in para�aphs 1 tbzooab S above,vill,mt.:. . e le1si-award of'a'contract-oader.-this.Innitatioa'for Dids;=less: , t`cereifies 4wptscribedAn paragraph.2b.of the:certification.specified Part III bersof that 3t adopttsa the;minlaw goals and timetables of ` Minority atnpower Utilization,_.,and specific:affirmative action steps. set fourth.in Section 3.1 and 2 of this Part II directed ac,increasing minority usupwer utilization by means of applying good faith efforts to carrying out sorb steps or is deemed to have adopted:such.a progrm:por. suant to Section 3.3 Of'this'Part U. ,Doth.the goals and timetables." aad the affi=native action steps oust meet the requirement of this Put II, AS set forth below for all trades:whicb art to be utilized an the project, whether subcontracted or nota for the bidder and subcontractors are r 1. Coals and 2Ymstables. Ihe.goals of minority manpower utllizatioa - applicable m each trade not other- „ wise Wood b7 the Provisions of Part I hereof for the following time periods de for each trawbtci,will be.used on the Projectwithin Contra Cost , Ccriods ' The ranges for all Lrades m be utilised on the:project shall be is - follows: frac 10/1/7!+ 17.t� "19.55 In tEn eraat that nder a eoatsact d�ich`Sa'sabJaet to thane'Md,COO-' ditJ =W u&*is pottoraod in a.yea"a,later than the latest year for id�icb acceptable tangea of mimritt aaapownr utilisation have been determined-herein, the raa0es.tor.the period ttyl/14 thmnd+9/30!15 ahall'be applicahle,to such The.Ps:eeutaDes of sdncrity,manpower utilisation above ate'expressed in-terms.. Of asnboara of trainer mat eeploJment•"aa a proportion of the total maobours to be worbsd b7 the biddees,,'coatractior's sad anbeoatraetor's entire i+orkLforca,., In that trade on all projects in Contra Costa County,-caworais'during°the�- 7 perfot'snoe,of its-contract or anbcontract: the wanhoars for minority work and training mast be sabstantially'acifora tbronghout the length or contract on all pru leets and for each of the,trades: farther, tbs transfer CC,dnority eerplq�ees'or tsalnees'fecs`,aip'oler-_ loyer'or Iraq ro to-eap F fact=to-pmjectfor :- the aola'patpose of rcating the eoatractor'a oranbceatractor's goals shall be aviolation-el'.Lhesoc�ditian. � .:: . _.: ., ,., �z L3 asT=IMUMCNegroeshionri ,Spanish Surnamel americana,. Orientals and Smatitan Indians. Rev. 5/76 _16_ 00374 and for each of-,the tradet. Furtber zbe'transfer of minmricy employees, or trainees item employer-to-eerployer;or fraw project-to-project,for.the.. ' sole purpose of meting tb+ contractor's or subcomtrsctor's.;goals sba12 be'a violation of these conditions. in`reacblzi the goals of winoritj!saopowr ntilfsatiaa required of bidders. courtactors and subcontractors pursuant to.this,Part.I1. everp effort shall be'Us& to find mond mploy,.gtialifW journeymen.- Hooerer, vbere mimrity Journeymen are mot available.minority trainees>In prt-. ". . apprenticeship.'apprenticeship. joatneyman:training or othertraining program may be used. In order that the nonworking training .bourn of trainees maybe counted 10 meeting the gnal,.such trainees gut be employeed by the can- tractor during the training period. the contractor_must have made a com- mitment to employ the trainees at the letloa.of their training and_. the.trainees must be trained.pursuant to established training.programs,, whichoust be the equivalent of the training programs now or hereinafter provided for to the Contra Costa Plan with respect to the nature. extent and duration oftraining offered- A contractor or subcontractor shall be deemed to be in compliaaec with the terms and..requirements of-.this.Part.11 by the employment and training of minorities in the appropriate percentage of his aggregate work forte in Contra Costa County. California for each trade for which It is committed to a foal under this Part 11. However. no contractor or subcontractor shall be found to be in noncompliance solely an account of its failure to meet its goals within its timetables. but sucb contractor shall be given,the opportunity to demonstrate that it has instituted all of the specific affirmative&crime steps,specified in this Part 11 and bas made every good faith effort to make these steps work toward the attainment of its goals within its time- tables..,all to the purpose of expanding minority manpower Utilization on _ all of lts projects in'Cantra Costa:famcy. California. In all camas. the co pliancc of a bidder.contractor or subcontractor will be determined in accordance with its respective obligations Under the terms of these aid Conditions.,therefore, contractors,or snbebotractozs. vbo.are.goveraed by the provisim of-this Part I1 shall bo subject to'the, regniremmts,ofPin-regardless;_tbaPin-regardless;of the obligations Af'its`prfna,con tractor or lower tier swbcaatraetora - All bidders and all contractors mad subcontractors performing or to perform work on-projects subject-to these-111d Conditions hereby agree,to inform their subcontractors of.Lheir zespactivc;obligations under thea-; r—.and requirements of these Bid Conditions, including the provisions 'J 1._-`:ng to goals-of minority employment and training.., Bev. 5/76 -17 � $.` 003'7 • At • 2. 'SeeeMe Affirmative Action Stens. Bidders. contractors and, svDcomtrutorsesnbjeet.wrthis Part U.Vidsmtilizadonaffirmative ac- tion directed at increasing mimrit2 manpoweris at- least as extensive and as specific as the following steps: : a. The contractor shall notify coo:wity organizations'that. the contractor has employment opportunities arsflable and shall maintain records of the organizations' response. . b. The contractor shall maintain a.file.of the names and ad- dresses of each niourity.worker rafferred to bin and what action was taken with respect to each sorb referred worker, and if the worker vas' net employed. the reasons therefor. if much worker was not sent to the union hiring ball for referral or ifsuch worker was not employed by the, contractor. the contractor's file shall document this and the reasons therefor. c. The contractor aha11 praegt2y nobly the"CQKL4A COSTA CDQIRZ p U , MT:RUM than the union or inions with whom<the contractor has a.eol]eetive bargaining&=--thas mot,mferred to the contractor a siou ity worker sent by the contractor or the eoatractor tun other information that tbs union referral process has impeded his in his efforts to meet his goal. ' d. e contractor shall participate in.traininS programsmIn the area. especially those funded by the Department of Labora e» The contractor shall disseminate his E£O policy within his ova organization by including it in any policy manual; by publicizing it In osepany;aevmpapers. aminal reports. etc.; by cwducting scaff, employee and onup representatives' meetings to explain and discuss 'the policy.by posting of the Policy; and-by aPeclfu review of the policy with minority employees. f.- the contractor shall disseminate his EED,policy eztezmally' by infoming and discussing it with all recruitment sources; by adverbs Ing in news media. specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers- g. The contractor shall make spetific-and constant personal (both written and oral) recruitment efforts directed at all minority orgmiz:tions. schools with minority studmts. minority recruitment organizations sad minority training orianizazioos vitbia.the coatrutor's ; recruitment area. b. The contractor shall make specific efforts to encourage present minority employs" to recruit their friends and relatives- i. The contractor shall validate all man specifications selac cion requirements, tests. etc. Rev. 5/76 -18- 00376 j. the contractor shall make every effort to-promote after- - scbool. air andoacation employment to minority-youth. k. 2be contractor shall develop on-the-job training opportun- ities and participate and assist in may association or.employar-group training programs relevant to'the eoatractor's employee needs consistent with its obligations under this Part II. 1. She contractor:ball continually inventory and evaluate all minority perawoel for promotion opportunities and encourage minority ea- ployeas to seek such opportunities. m. Us contractor shall make more that seniority practices job, classifications. etc..do not have a discriminatory effect.. a. me contractor shall make certain that all facilities and company activities are sou-segregated. o.ensure contractor shall coarimally monitor all personnel ac- vities to that his EW policy is being carried out. P. Me contractor shall solicit bids for subcontracts from available minority subcontractors engaged In the trades covered by these lid Conditions. Including circulation of minority contractor association. 3. Contractors and Sbbcoutractors Deemed to be Sound by Part 7-1. In the event a contractor or subcontractor, who is at the time of,bidding, ., elisible.uoder Part I of these Sid Conditions, is no longer participating In an affirmative series;plan acceptable to the-Director of-the Office of, raderal Contract Compliance, Including the Contra Costa Plan,heshall be deemed to be committed to Part II of tbase Sid Conditions. Further,when- ever a contractor or subcontractor.vbo at the time of bidding is aligibla under Part Il of these Sid Conditions.uses trades not contemplated at the time be submits his bid, be shall be committed to Part II for dose trades. Fhenever a contractor or subcontractor is deemed to be committed to Part It of'those Sid Conditions,he shall be considered to.be cammieted . to a manpower utilisation soma of the miaimim percentage range for that trade for the appropriate your. A. Sobseauent Sisuatory to the Contra Costa Plan. Any contractor-. .' or subcontractor subject to the requirements of this part II for may trade at the time of the submission of his bid who together with the labor at- sanisation with whom it has a collective bargaining agreement aabsequently becomes a sisaatnry to the Contra Costa Plan, either individually or through. an associtatiom.may meet its requirements under these Sid Conditions for such trade. if such contractor or subcontractor executes and submits a nein certification coaitting himself to Part I of these Sid Conditions. No - .contractor or subcontractor shall be deemed to be subject to the regmire- ments of Part I until such certification is executed and submitted. - Rev. 5/76 -19- 003'77 • t �A trtr� J` S. icon-discrimination. In no event so a contractor or subcontractor, utilize the goals,,rimetables or affirmative action steps required by this Part It in such a manner as to cause,or result in discrimination against my person on account of race, color. religion, sex or national orlgfa. Part 1IIt Certifications.- A. Bidders' Certification. A bidder will not be eligible for award of a contract under this Invitation for Bids un- less such bidder has submitted as a part of its bid the following certifi- cation.which will be deemed a part of the resulting contract: BIDDQS' CE121FICAXIM certifies that: (bidder) I. it iatasds to employ the following listed construction trades in its work under the contract and . 2. (a) as to those trades set forth in the preceding paragraph,one hereof for which it is rligible under Part I of these Bid Conditions for participation In the Contra Costa plano it will comply with the Contra Costa Plan on this and all future construction work id Contra Costa County • within the Beog"of coverage or that Plan, those trades bsiogt andlor (b) as to those trades for which it is required by these sin Conditions to comply with Part 1I of these Bid Conditions, it adopts. the s3a1ssa minority aanpouer utilization goals and the specific affir- native action steps roatained in said Part 11, on this and all future construction a work Contra Castro County subject to these Bid Couditiom, . and_ 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by.these Bid Cooditions. (Signature of authorized representative of bidder) 3. £_`.contractors' Cerclfications. Piior to the award of any subcontract , under this Invitation for Bids, regardless of tier, the prospective sub contractor vast asecute and submit to the Prime Contractor the following certification,whish will be deemed a part of the resulting subcontract: Rev. 5/76 +2a 003'78 A?>iC�tIW IC2M' CEAXMCAnolr.r . - -certifiu that: ,; .(Subcontractor) 1. ,it Intends-to'.employ the following listed construction trades in its work under the sobtoorracr` 77 L (a) as to thou trades set forth in the preceding paragrapfi one hereof for which it is eligible m%der Parc I of these Bid Conditions for partieipatioo in the Contra Costs.-Plan,-it,will comply with-the Contra Costa Plan on this and allfuture construction work in Contra Costa Courtr snbjett to tbees Hid Conditions, tbooe trades beings aad/os (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Coaditioa,It adopts the:; siai�asa sincrity manpower utilization goals and the specific'affirsative action steps contained in said Part U an this and all fosse construction work in Contra Costa CouaW subject to these Hid CosditlonM,thoss trades being% ` and ]. it will obtain from each of its subcontractors prior to tha award of any subcontract under this aobcontract the subcontractor certification required by these Hid Conditions, (Sigoatuse..oi..authorized representative of bidder) In order to ensure that the said subcontractors' certification be- can"a part of all subcontracts under the prime contract, no subcontract shall be eututed until an authorized representative of the Contra Costs,, County' Public Yorks Department has daterataed,in uaitiog, that the =0 certifications Lasa Incorporated in anch sabcoatntt, regardieae Of tier, irp sobeontreet emetnted udtbout Mach mrittea approval sba1L be voided. C. Materiality and R"yousieeness...Tom certifications required to be made by the bidder pursuant to these Bid Conditions is material and will .,evern rw.bidder's performance on the project and will be mads a part.:: -�f bis �. Failure to submittbe'eertifiution:vill render the bid nonresponsive. Rev. 5/76 —21 00379 • • Part IV: Compliance and Enforcement. Contractors are responsible for informing their w tractors regar esf of tier) as to their respective, obligations under Parts I and It hereof (oi applicable). The bidder, contractor or subcontractor shall carry out such sanuclons and penalties for violation 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 Yorks Department. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in noncom- pliance with these Bid Conditions. Violation of any substantial requirement In the Contra Costa Plan by a contractor or subcontractor covered by Part I of these Bid Conditions Including the failure of such contractor or subcontractor to make a good faith effort to meet Its fair share of the trade's goals of minority manpower utilization,or of the requirements of Part It 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 Yorks Department shall review its contractors' and subcontractors' employment practices during the performance of the contract.' In regard to Part 11 of these coditions if the contractor or subcontractor' meets its goals or if the contractor or subcontractor can demonstrate that is 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 failed 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 ;. 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 aaency proceeds with such formal action it has the burden of proving that the contractor has not met the requirements of these BSA Conditions, but the contractor's failure to meet his goals shall shift to his 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 above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Contra Costa County Rev. 5/76 -22' tz 00380 In datermining whether such contractor o subcontractor can comply with the requiramcnts contained therein and Is therefore a "responsible prospective - contractor." It shall be no cx-cuse that the union with which the contractor has a collective bargaining agreement providing the exclusive referral failed to refer minority employees. The procedure sat forth In that* conditions shall not apply to any contract when the Contra Costa County Public Works DcparLr t determines that such contract Is essential to the national security and that its award without following such procadures is necessary to the national severity. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these eld Conditions as shall be required by the Contra Costa County Public Works Departiant. Submittal of CALTPAKS fon HC-7. FEDEML-AID HIQfWAY CONSTRUCTION COUIPACTCAS EEO KEI*RT or optional form bb, MOlfTHLY M XPM]t UTILIZATION REPORT will be required monthly. Additional farad or reports that may be required will be presented at a pre-construction conference to be held prlor 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 Oepartmant. Rev. 5/76 -73- 00381 DIVISION F. GEMMAL C(NDMGNS SECTION 1. Definitions: Whenever the following teras, pronouns in place of them, or initials of organizations appear in the contract documents, they shall have the following awning: ddms A document issued by the County during the bidding perw ich modifies, supersedes, or supplements the original contract documents. Affirmative Action!!a ower Utilization Rep t. written t a'�y, weekly,or monthly) prepared by the contractor for submission to the County which reports the total comber of employees, the total comber of min- ority employees, and the present minority manhours of total —n- hours worked on the project. A� c__- The written document of agreement, exe- cuted by theCounty-and the Contractor. AArcchite��ct or Engineer - Shall mean the architect, engiaeat. individual r co-partnership, employed by the County of Contra Costa; as designated on the title sheet of theme speci- fications. When Contra Costa County is designated as the Engineer, Engineer shall mean the Public Works Director, or his autto rized representative. Bidder - Any individual, partnership, corporation, association, JUSE venture, or any combination thereof, submitting a proposal for the work, acting directly, or through a duly author- ized representative. Board of SaS rvisors - Shall mesa the duly elected or appointed offals who coastitute such a Board, who will act for the County in all matters pertaining to the Contract. Change Order - Is any change in contract time or price and any changeea coatract documents not covered by subcontractors ' or Cle Proect� hhor, Construction S? -Ia k of o sll s�a�n �Lzadd acoEt otgtor, �iunnty at—the site of the work. Contract - The contract is comprised of the contract documents. Contract Documents - The contract documents include the agreemtent;_n=otce to contractors, instructions to bidders, proposal, plans, general conditions, specifications, contract bonds, addenda, change orders, and supplementary agreements. Rev . 5/76 -24- 0038064F DIVISION F. GENERAL CONDITIONS SECTION 1. Definitions: (continued) contractor - The individual, partnership, corporation, association. .0—t venture, or any combination thereof, who has entered into a contract with the County. Count - Shall mean the County of Contra Costa, a political subdivision of the State of California and party of the first part. or its duly authorized agent acting within the scope of their authority. Field Order - Is an instruction given during the course of thew (see Section 168). 209 I Notes - The written instructions, provisions, conditions. . ott er requirements appearing on the drawings, and so identified thereon. which pertain to the performance of the work. �g__ta_�nns�� - The official drawings including plans, ele- vations. sectM. detail drawings. diagrams. general notes, in- forsation and schedules thereon, or exact reproductions.tbereof, adopted and approved by the County showing the location, character, • dimension, and details of the work. cifi t a -The'inatructions, provisions. condi- tions and deta r emeots per to the methods and man- ner of performing the work, or to the qut iiies and quantities of work to be furnished and installed under this contract. Subcontractor -An individual, partnership, corporation. association, J032t venture, or nay combination thereof, who con- tracts with the Contractor to perform work or labor or render service in or about the work. The tars subcontractors shall not include those who supply materials only. Suyerintenft,t -The representative of the Contractor who aball 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 1 _r���_�nta���Agreement -A written agreement providing for alteratim, sa dment, or extension of the contract. Work - The furnishing and installing of all labor. amterials. artMes. supplies. and equipment as specified, desig- hated, or required by the contract. Rev. 3/76 -u- r f 00383 ' 00383 i - DIVISION F. GENERAL CONDITIONS (continued) SECTION 2. Governing Laws and Rexulatious: A. She Contractor shall keep informed of and observe, and comply with and cause all of his agents and em- ployees to observe and comply with all prevailing Federal and State laws, local ordinances, and rules and regulations made pursuant to said laws. which in any way affect the conduct of the work of this contract. B. All work and materials shall be in full accord- ance with the latest rules and regulations of the Uniform Building Code. the State Fire Marshal, the Safety Orders of the Division of Industrial Safety, the National Electric Code, the Uniform Plumbing Code published by the Wasters Plumbing Officials Association, and other applicable State laws or regulations. Nothing in these Plans or Specifications is to be construed to Eernit work not conforming to these Codes. The Contractor shall Copies of Codes on job at all times during construction C. Excerpts from Section 6422 of the Labor Code of the State of California are included below. She Contractor shall comply fully with this section of the Labor Code as applicable. "No contract for public works involving an estimated expendtiure in excess of $25,000.00 for the excavation of any trench or trenches five fact or are in depth, shall be awarded unless it contains a clause requiring submission by the Contractor and acceptance by the awarding body oaregistered civil or structural engineer, employed by the awarding to whom authority to accept has been delegated, in advance of ex- cavation, of a detailed plan showing the design of shoring, brac- lug, sloping. or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. "No in this section shall be deemed to allow the use of a shoring. s ung, or protective system less effective than that required by the Construction Safety 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. "rhe terms 'public works' and 'awarding body', as used In this section shall have the same meaning as in Labor Code Sec- tions 1720 and 1722 respectively." Rev. 5/76 -26- 00384 ( DIVISION F. CEMM&L CONDITIONS (cantiauedl SECTION 3. Patents and Royalties A. The Contractor shall provide and pay for all licenses and of the royalties uipmenntt or specialfor ties useuse d in the work_ ation, of,CertifficaeC s showing the payment of any such licenses or royalties, and per- nits for the use of a� pataated or copyrighted devices shall be secured and paid for the Contractor and delivered to the County on completion of work. if required. SECTION 4. COMM Resooasibility for Work and Public TIt c es: A. The 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 topast of the work by the action of the elements or from any other Cause ex- cept as provided in Section 23. The Contractor. at Contractor's cost, shall rebuild, repair, restore. and rake good all such damages to any portion of the work occasioned by my of such"causes before its accept- ance. i B. Public Utilities: a. The Contractor shall send proper notices, make all necessary arrangements, and perform all other services required in the care and maintenance of all public utilities. The Con- tractor *ball assume all responsibility concerning.same for which the County asy be liable. b. Eacloaing or hosing in, for portection of say public utLuttiequipment, shall be done b 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. c. All connections to public utilities shall be made and maintained in such maintained as not to interfere with the con- tiwing use of sane by the County during the entire progress of the SECTION 5. Bond Aad Insurance' A. The Contractor to whom the work is awarded shall within . five (5) working days after being notified enter into a contract with the owner on the Contra Costa County Standard Form for the work in accordance with the drawing and Specifications', shall fur- nish and file at the same time labor and material and faithful per- formance bonds as set forth in the advertisement for bids, on a form acceptable to the County. Rev. 5/76 -27- 0038-5 DIVIFION F. GENERAL CONDITIONS (cont'd) SECTION 5. Bond and Insurance (cont'd) B. Compensation Insurance: T'ae Contractor shall'take out and maintain during the life of this Contract adequate I►orkmens' 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 t;-.e protection al-forded 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 Worsmens' Compensation statute, or in case there is no applicable Workmens' Compensation statute, the Contractor shall u,ovide, and shall cause each subcontractor to provide, adequate _i-s—a ance for the protection of his employees not otberwise pro- tected. C. Public Liability and Proverty Damage Insurance: ' The Contractor, at no cost to Public Agency, shall obtain and maintain during the term hereof, Comprehensive Liability Insurance, including coverage for o--aped and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all da.:ages 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: -zs- 00385 ......... .. . ... ...... ........ . .. ...... .. ..... . .... -28- 00386 DMSION F. GENERAL CONDITIONS (continued) SECTION S. BOND AND INSURANCE (continued) E. CERTIFICATES OF INSURANCE• Certificates of such Workmen's Compensation, Public Liability. Property Damage Insurance, and Fire Insurance, shall be filed with the County and shall be subject to County approval for adequacy of protection. All certificates shall indicate that Contra Costa County has been named as an additional insured. These certificates shall contain a provision that coverage af- forded under the policies will not be cancelled until at least ten days' prior written notice has been given to Contra Costa County. F. PERFORMANCE BOND: One bond shall be in the amount of One Hundred percent (100X) of the Contract, and shall insure the Owner during the life of the Contract and for the term of one (1) year from the date of acceptance of the work against faulty or improper mater- Isla or workmamship that may be discovered during that time. G. PAYMENT BOND- One bond shall be in the amount of fifty percent (50X) of the Contract price, and shall be in accordance with the laws of the State of California to secure theppayment of all claims for labor and materials used or consumed in the pperformance of this contract and of all amounts under the Unemployment Insurance Act. SECTION 6. SUBCONTRACTING: A. The Contractor shall be responsible for all work per- formed under this contract, and no subcontractor will be recog- sized as such. All persons engaged in the work will be considered as employees of the Contractor. B. The Contractor shall give his personal attention to the ful- fillment of this contract and shall keep the work under his control. When any subcontractor fails toprosecute 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 trades, orgeneral grouping of work. the contractor is not obligated to sublet 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- • t DIVISION F. GENERAL CONIDITIONS (Continued) SECTION 6. Subcontractinu (continued) D. Subletting or.: r :ubcontracting any portion of the work as to which no subcontractor was designated in the original bid shall be peraitted only in case of public emergency or necessity, and then only after a finding reduced to writing as public rec ord of the awarding authority setting forth the facts constituting such emergency or accessity. E. Substitution of Subcontractors: Contractor shall not substitute 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 Code. Violations of this Act by the Contractor may subject him to penalties which may include cancellation of contract, assessment of 10 percent of the subcontractor's bid, and disciplinary action by the Contractors' State License Board. SECTION 7. TIME OF WORK AND DAMAGES: A. The County will designate the starting day of the con- tract on which the Contractor shall immediately begin and thereafter diligently prosecute the work to completion. The Contractor obli- gates himself to complete the work on or before the date, or within the number of calendar days, set forth in the Proposal (Bid Form) for completion, subject only to such adjustment of time as may be set forth in this article or pursuant to Section 21. B. If the work is not completed within the time required, damage will be sustained by the County. It is and will be impract- icabllee and extremely difficult to ascertain and determine the actual damage which the County will sustain by reason of such delay- and it is therefore agreed that the Contractor will pay to the County the sun of money stipulated per day in the Specifications for each and every day's delay in finishing the work beyond the time pres- cribed. If the Contractor fails to pay such liquidated damages the County may deduct the amount thereof from any money due or that may become due the Contractor under the contract. C. The work shall beregarded as completed upon the date the County has accepted the same is writing. D. Written requests for contract 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. 5/76 -30- 00387 • DMSION F. GENERAL CONDITIONS (continued) SECTION Z. Uff`QF WORK AND hWWS: (contineud) F. 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 after the adjusted time as required above. SECTION S. PROGRESS SCHOULE• Prior to beginning work the Contractor shall submit to the County a practicable progress schedule of operations on a chart form 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 sub- 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 schedule is more than thirty (30)" days in error.) SECTION 9. TEMPORARY ViILITIES AND FACIES: A. All water used on the work will be furnished and paid for by the Contractor. The Contractor shall furnish the necessary temporary piping from the distribution point to the points on the site where water is necessary to carry on the work and upon com- pletion of the work shall rmove all temporary piping. B. The Contractor. at his own cost, shall furnish and in- stall all meters,all electric light and power equipment and wiring, all gas meters, gas equipment and piping that is necessary to per- form his work and shall remove the same upon the completion of the work. The Contractor shall pay for all power. light and gas used in the construction work. C. The Contractor sball furnish, wire for, install and main- tsin temporary electric light whatever it is necessary to provide illumination for the proper performance and/or inspection of the work. The lighting shall provide sufficient illumination and shall be so placed and distributed that these Specifications can be easily read in every place where said work is being performed. This tem- porary lighting equipment as T be moved about but shall be maintained throughout 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- 0038S • F 00388 • • DIVISION F. GENERAL CONDITIONS (Continued) SECTION 9. TEKPORARY UTILITIES AND FACILITIES (Continued) D. She Contractor shall provide and maintain for the duration of the work. teaporary toilet facilities for the work- men. These facilities shall be of an approved type conformicut to the requirements of the County Health Department, and at., 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 up upon removal of facilities when so ordered and/or upon caagletion of work. E. She County will pay directly to the utility companies connection fees. anne�oa fees. permit fees, acreage fees, and all other fees required by the utility companies and associated with the permanent utility services. If additional fees associ- ated with the temporary services are required they will be paid by the ContracEar. The County will me pM for eater, gas, tele phone and electricity consumed oa the prosect until after the County makes written request to the utility companies that bil- lings be sent to the County. (Normally the County will make these requests after the project is accepted as complete.) F. See Special Conditions for Variations to the above requirements. SECTION 10. P T : A. The Contractor shall make application for all permits, that are required for the performance of-his work by all laws ordinances, rules. regulations. or orders, of any body lawfulfy empowered to make or issue the same and having jurisdiction. and shall give all notices necessary in connection therewith. The Contractoris not required to pay any charges associated with per- mits. (It is not the present policy of the County to pay fees to the incorporated cities for pemits.) SECTION 11. CONDUCT OF WORK: A. The Contractor shall observe that the County reserves the right to do other work in connection with the project by Con- tract or otherwise, and he shall at all times conduct his work so as to impose no hardship on the County or,others engaged in the work. He shall adjust. correct and coordinate his work with the work of others so that no discrepancies shall result in the whole work. B. The Contractor shall provide an adequate work force, materials of proper quality, and equipgent to properly carry on the work and to insure completion of each part in accordance with his schedule and with the time agreed. Rev. 5/76 -32- 00389 DIVISION F. CENERAL CONDITIONS (Continued) SECTION 11. COMM OF WMK: C. The Contractor shall personally superintend the work and shallmaintain a competent superintendent or foreman at all times until the job is accepted by the County. This superinten7ent s 11 be empowered 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. Hhere work of one trade joins, or is on other work, there shall be no discrepancy or In late portions when the total project is complete. In engsgin; one kind of work with another, marring or damaging same will not be permitted. .Should improper work at ay trade be covered by another which results in damage, or defects, the whole work affected shall be made good by the Contractor without expense to the County. C. The Contractor shall anticipate the relations of the various trades to progress of the work and shall see that required anchorage or blocking is furnished and set at proper times. An- chorage and blocking for each trade shall be a part of some, ex- cept wbere stated otherwise. H. Proper facilities shall be provided at all times for access of the County representatives to conveniently examine and inspect the work. 1. Vatchmen, at Contractor's option, shall be maintained during this 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 to a dim- orderly or improper awmer. he shall be discharged immediately on the written request of the Engineer/Architect, and such person shall not again be employed on the work. . SECTION 12. RESpommnTTY FOR sm CoMpMoNst The following shall constitute exceptions, and the sole eeuueapptions, to the responsibility of the Contractor set forth in See tion 4, in the Instructions to aidders: . A. If during the course of the work the Contractor encount- ers active utility installations which are not shows or indicated in the plans or in the specifications, or which are found in a location substantially different from that shorn, and such utilities are not reasonably apparent from visual ex—In tion, than be shall Bev. 5/76 -33- 00390 i DIVISION F. GENERAL CONDITIONS (Continued) SECTION 12. RESPONSIBILM FOR SITE (continued) Praew= notify the County in writing. inhere necessary for the work of the contract, the County shall issue a written order to the Contractor to make such adjustment, rearrangement, M removal, alteration, or special handling of such utility, lneluding repair of the damaged utility. For the purposes of the foregoing, "active" shall mean other than abandoned, and "utility installations" shall include the following: Steam. patrols= products air, chemical, water, sewer, storm water. gas. electric. and teiephoae pipe lines or . conduits. The Contractor shall perfoa the work described in such written order and compensation therefor will be made in accord- ance with Section 21. relating to changes in the work. Except for the items of cost specified in such Sections. the Contractor shall receive no compensation 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 acts with- out instructions from the County, then he shall be liable for any or all damage to such utilities or other work of the contract which arises from his operations subsequent to discovery thereof. and he shall repair and make good such damage at 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 change of depth or dimen- sions of such subsurface work due to discovery of unsuitable hearing material or for any other cause, then adjustment to con- tractyries for such a will be made in accordance with Sec tion 21. Except for the tem: of cost specified therein, the Con- tractor shall receive no compensation for any other cost, damage, or dela to his due to the presence of such unsuitable bearing material or other obstruction. SECTION 13, INSPECTION- A. The Contractor shall at all times permit the County and their authorised agents to visit and inspect the work or any part thereof and the shops whare-work is in preparation. This obli fation shall include maintaining proper facilities and safe access or such inspection. Where the contract requires work to be tested, it shall not be covered up until inspected and approved by the County, and the Contractor shall be solely responsible for notify- Lag the County where and when such work is in readiness for Lnapec- 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. he shall give notice to the County -- .uch intention at least two working days prior to performing such work, or such other period as may be speci- Red, so that the County may make necessary arrangements. Rev. 5/76 -34- 00391 • DIVISION F. GENERAL CONDITIONS (Continued) SEMON 13. INSPECTION: (Continued) C. The inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill Us contract as prescribed. Work and materials not meeting such requiremeata 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 shall promptly 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 the 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. D. If the Contractor does not remove such condemned work and materials within reasonable time, fixed by written notice, the Canty may remove them and mmaayy store the materials at the expense of the Contractor. If the Contractor doss swot p the expenses of such removal within tea (10) days thereafter, the Canty may upon ten (10) dars written notice, sell such materials at auction or at private sale and shall account for the net pro- ceeds thereof after deducting all costs and expenses that should have been borne by the Contractor. SECTION 15. INTERPRETATION OF COMRACT REQUIREMENTS: A. Correlation The contract documents shall be interpreted as being complementary in requiring a complete work ready for use and occupancy or, if not to be occupied, operation. Any require- ment occurring in any one of the documents is as binding as through occurring in all. B. 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 shail govern: 1. Addenda shall fovern over all other contract doucmenta, e�ceept the County s Standard Form Agreement unless it is specifically indicated that such addenda shall prevail. Subsequent addenda shall govern over prior addenda only to _ the extent specified. 2. In case of conflict between plans and specifi- cations, the specifications shall govern. 3. Conflict within the Plass: a. Schedules, when identified as such, shall govern over all other portions of the plans. b. Specific Notes, shall govern ever all . ether notes and all ether portions of the plans. e. Larger scale drawings shall govern over mal 3r scale drawings. -35- Rev°; ► 0039 DIVISICN F. CEKERAL CONDITIONS (Can't.) SECTION 1S_ INTERPRETATION OF CONTRACT REOUIRENE4TS: (Con't.) 4. Conflicts within the Specifications: a. The 'General Conditions of the Contract" shall govern over he all sections of tspecifications except for specific modifications thereto that wry be stated in the Special Conditions. b. Omissions: If the contract documents are not complete as to any minor detail of a required construction system or with regard to the manner of combining or installing of parts. materials. or equipment, but there exists an accepted trade standard for good and workmanlike construction, such detail shall be domed to have been impliedly required by the contract documents in accordance with such standard. "Minor detail" shall include the concept of substantially Identical components. where the price of each such component is small even though the aggregate cost or Importance is substantial. and shall include,a siuntle component which is incidental, even though its cost or Importance may' " be substantial. The quality and quantity of the parts or material so supplied shall conform to trade standards and be compatible with the type. composition. strength, sire. and profile of the parts or materials otherwise set forth in the contract documents. SECTION 16. CLARIFICATIONS AND ADDITIONAL INSTRUCTION: A. Notification by Contractor: Should the Contractor discover any conflicts, omissions, or errors in the contract documents or have any question concerning interpretation or clarification of the contract documents. or if it appears to his that the work to be dote or any matters relative there- to are not sufficiently detailed or explained in the contract documents, then, before proceeding with the work affected. he shall Immediately notify the County in writing through the Construction Supervisor. and request interpreta- tion, clarification or furnishing of additional detailed Instructions concerning the work. All such questions shall be resolved and instructions to the Contractor issued within a reasonable time by the County. whose decision shall be final and conclusive. Should the Contractor proceed with the work affected before receipt of instructions from the County. he shall remove and replace or adjust any work which is not in accordance therewith and be shall be responsible for any resultant damage, defect or added cost. H. Field Orders: During the course of the work the Architect and/or Engineer may issue Field Orders regarding the work. These Field Orders will supplement the Plana and Specifications in order to clarify the intent of the contract documents by adjustment to meet field conditions or to make the various phases of the work meet and join properly. A Field Order involves no change in contract time or price. Performance, partially or in full, of a Field Order shall constitute a waiver of claim for a change in contract time or price for the work covered by the Field Order, unless a Change order has been issued. C. Lange Orders: See Section 21, this Division. Rev. 2/72 —36- 00393 DIVISION F GENERAL OCUDITIONS (Can't.) SECTION 17. PRODUCT AND REFERENCE STANOARDS' A. Product Designation: When descriptive catalogue,designations, including amnufacturar's new, product brand as 0 or model number are- .referred„ to in the contract documents, such designations'shall:be coosiderad as being thwe found in industry publications of current issue at date of first invitation to bid. g. Reference Standards: When standards of the Federal Government, trade societies, or trade associations are referred to La the contract documents by specific date of issue, these shall be considered a part of this contract. When such references do not bear a data of Lsaue,,the current published edition at date of first invitation to bid shall be considered as part of this contract. SECTION Ia. MATERIALS, ARTICLES, AND EQUIP"WT: A. Material shall be new and of quality specified. When not particularly specified, material shall be the best of its class or kind. The Contractor shall, if required, submit satisfactory evidence as.to the kind and quality of material. --Price, fitness and quality beingequal, preferen" shall he given to products made is California, in accordance with Section 4380 at seq., of the Government Code, State of California.. R. Mechanical equipment, fixtures and material shall be delivered . in original shipping crates to the job site sod the County shall be notified of the receipt of such equipment, fixtures and material before uncrating. The County will, when desired, inspect such equipment, fixtures of material to determine any damage or deviation from that specified. Item damaged during delivery shall be rejected. C. Wherever the cane or brand of a manufacturer's article is specified herein, it is used as a measure of quality and utility or a standard. If the Contractor desires to use say other brand or manufacture of,equal quality and utility to Lbat specified, he shall make application to the County-La-writing for any proposed substitutions. -Such application shall be accompanied by evidence satisfactory to the County that the material or process.is equal to Rev. 12172 —37- 004304 • DItICICl:F. GENERAL d MITIONS (Const.) c�CTICK 18, MATERIALS. ARTICLES.AND EQU[rAENf:-(Can't.) that cperlfied. Request for substitution shall be made in ample time for ttr County-s consideration as no delay.or extra time will be allowed on account. thereof. Evidence furnished to the County by the Contractor shall consist of adequate size samples of material, testing laboratory reports on material or process, manufacturer's specification data, field reports on product's approval anA use by other public agencies, material costs, and installation costs and maintenance provisions and experience or other data as required by the County. The County's decision concerning the refusal or acceptance of proposed substitute for that specified shall be accepted as final. Requests for suhstitutlon will only be considered when offered by the Contractor with the reason for substitution. allure to submit competent evidence as required and requested by County shall be considered grounds for refusal of substitution. The Contractor shall Include n notice of change in contract prices. if substitution is approved. D. All materials shall be delivered so as to Insure a speedy and uninterrupted mrogress of ti-e work. Same 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 weather or other cause. E. Vithin fifteen (15) days after the signing of the Contract, the Contractor shall submit for ayoroval to the County a complete list of 811 materials it is proposed to use under this Contract, which differ in any respect from -materials specified. This list shall include all materials which are rroposed by the subcontractors as well as by himself for use in work of his Contract and which are not specifically mentioned in the Specifications. 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 figures in bid form of the specified material or materials for which substitutions are proposed. In case a substitute Is offer•d and accepted as approved equal to materials specified. the cost of which is less than the cost of the material or equipment specified, than a credit shall be taken for the difference between the two costs in order that the County shall obtain whatever benefits may be derived from the substitution. Failure to propose the substitution of any article within thirty-five (35) days after the sixmint of the Contract may be deemed sufficient cause for the 1—alal of request for substitution. SECTION 19 SQDp DRAIIIMS. DESCRIPTIVE DATA, SWLES, ALTERWofIYES: A. The Contractor shall submit promptly to the County. so as to cause no delay In the work, all shop drawings. descriptise data and samples for the various trades as required by the speeificationo. and offers of alter- natives. If any. Such submittals shall be checked and coordinated by the Contractor with the work of other trades Involved before they are submitted to the County for examinatlon. Rev. 12/72 -3fi- 02955 E DIVISION F. GMEBAL COMMONS (Can't.) SECTION 19. SHOP DRAWINGS, DESCRIPTIVE DATA, SAWLES. ALTERUTIVES: (Cosi.) g. The Contractor shall submit to the County shop or diagram drawings in the number of copies as required in submittal schedule, or five (S) copies if no schedule is included in these documents. The drawings shall show completely the work to be done; any error or onissloa shall be made good by the Contractor at his own expense, wen though the work be installed before same becomes apparent, as approval by the County covers general layout only. Fabrication, details and inspection shall conform to approved Contract Drawings. C. Descriptive Data: Submit sets of manufacturer's brochures or other data required by the specifications in the =saber of copies as required in submittal schedule, or five (S) copies if no schedule is included in these documents. The County will examine such submittals, noting thereon corrections, and return three copies with a letter of transmittal indicating actions taken by the County or required of the Contractor. D. Samples: Submit samples of articles. materials or equipment as required by the specifications. The work shall be In accordance with the approval of the samples. Samples shall be removed from County property when directed. Samples not removed by the Contractor. at the County's option. will become the property of the County or will be removed or disposed of by the County at Contractor's expense. E. Alternatives: For convenience In designation on the plans • or In the specifications, certain materials. articles, or equipment may be designated by a brand or trade name or the name of the manufacturer together with catalog designation or other Identifying Information. hereinafter referred to generically as "designated by brand name". An alternative material, article. or equipment which Is of equal quality and of the required characteristics for the purpose intended my be proposed for use provided the Contractor Compiles with the following requirements: 1. The Contractor shall submit his proposal for an alternative In writing within the time limit designated in the specifications, or if not designated, then within a period which will cause no delay In the work. 2. No such proposal will be considered unless accompanied by complete Information. and descriptive data. necessary to determine the equality of the offered materials. articles, or equipment. Samples shall be provided when requested by the County. The Contractor shall note that the burden of proof as to the - comparative quality or suitability of the offered materials, articles, or equip— ment shall be upon the Contractor. The County shall be the sole fudge as to such matters. In the event that the County rejects the use of such alternative materials, articles, or equipment, thea one of the particular products designated by brand name &hall be furnished. Bev. 12i72 —39- 00396 G M 00396 i DIVISION E. CENE.^dL CI.YilIMNS (Con't.) sECTIe `19. SIk:P 0.4AWINC.S- DESCRIPTIVE OAT^."SMFL". ALTUMTIVES: (Con„t.). The County mill examine. with reasonable promptness. such submittals, and return of -submittal* to the Contractor shall not relieve the Contractor from responsibility for deviations and alternatives from the contract plans and specificlations, nor shall It relieve his fromoresponsiblllty for errors in the submittals. A failure by the Contractor to identify In his letter of transmittal material deviations from the plans and Specifications shall void the submittal and any action taken thereon by the County. When specifically requested by the County, the Contractor shall resubmit such shop drawings. descriptive data, and samples as may be required. If any mechanical, electrical, structural, or other changes are required for the proper Installation and fit of alternative materials. articles. or equipment, or because ofdeviattons from the contract plans and specifications, such changes shall not be made without the consent of the County and shall be made without additional cost to the County. SECr1CN 2O, SAMPLES AM)TESTS: The County reserves the right at its own expense to order tests of any part or the work. If as a result of any such test 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 performed. and tests will be under the super- vision of, or directed by, and at such places as may be convenient to the County. Materials, articles. and equipment requiring tests shall be delivered in ample time before Intended use to allow for testing. and none may be used before receipt of written approval by the County. Any sample delivered to the County or to rhe premises for examination. Including testing, shall be disposed of by the Contractor at his own expense within not more than ten (10) days after the Contractor acquires knowledge that such examination is concluded, unless otherwise directed by the County. SEcr1oN 21. CMWE ORDEP.S: The County reserves the right to order in writing changes in the plans and specifications, without voiding the contract, and the Contractor shall comply with such order. No chaoge or deviation from the pians and specifications will be made without authority in writing from the County. Changed work shall be performed In accordance with the original reeuirements of the Contract Documents and previous fully executed Change Orders. AChange Order my adjust the contract price either upward or down- ward In accordance with either or a combination of the following bases, as the County may elect: (1) on a lump sum basis as supported by breakdown of estimated costs. Rev. 12172 -40- S 01391 DIVISION GENERAL CONDITIONS (Goa't.) SECTION21. ORDERS: - (2); On a unit price basis. (3) On a cost-plus basis lsi accordance villi the following conditions:" (a), HM-UPS: 1. .For work performed by the Gone"f Contractor as amount` equal to the direct cost (u defined herein) of the work - plus 15%of the Al— c costs for overhead and profit. 2. For work performed by a sub-contractor an amount equal co.the direct costs (as deflued herein) of the work plus 20%of the direct costs for overhead and profit. ..(Suggested breakdowns 15%to the sub-contractor. SZ to.Ganersl Contractor.), 3. For work performed by a sub-sub-contractor an amount equal to the direct costs (as defined hera!;) of the work plus 25%of the direct coats for overhead and profit. (Suggested breakdown: 15Z to sub-sub-coatraccor, 5Z to ,sub-contractor, 5%to General Contractor.) A. In no case will the total mark-up be greater than 25Z' of the direct costs notwithstanding the number of contract tiers actually existing. 5.; For deleted work the mark-up_shali be 10%of the direct costs or.the agreed upon estimate thereof. ; (b)_.DIRECr COSTS: , ;. A. Labor: The costs for laborsball'include any employer payments,to or od behalf of the,works= for health and welfare,'peosion, vacation and similar purposes.`'Labor rates will not be recognized when in excess of chose prevailing in the locality and time the work is being performed. 2. Materials: The actual cost to_tbe Contractor for the materials directly required for the performance of the changed work. Such cost of materials My include the cost of procurement,, transportation and delivery if ascesurily incurred. If a trade discount by the actual supplier is available to the Contractor,-it shall be credited to the County. If the materials 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.12/72 Rev. -41- 00398 1,61) DIVISION f. GENERAL OXMITIONS (Can't.) SECTION 21. OLME ORDERS: (Con't.) 2. Materials: (Coa'c.) _ If, in the opinion of the County, the,cost of materials is excessive, or if the Contractor fails-to.furnish.sat.isfactory evidence of the cost to bis from the actual supplier thereof, then in either use the cost of the materials shall be deemed co be the lowest current wholesale price at which similar materials are available in the quantities required. The County reserves the right to furnish such materials as it deems advisable, and the Contractor shall have'no'claims for costs or profits on material furnished by the county._ 3. uEg 1psent: The actual cost to the Contractor for the use of equipment directly required in the performance of the changed work. In computing the hourly rental of equipment, any time less than 30 minutes shall be considered one-half bout. No payment will be made for time while equipment is inoperative due to breakdowns or for non-working days. in addition, the rental time shall include the time required to move the equipment to the work from the nearest available source for rental of such equipment, and to recura it to the source. If such equipment is not moved by its own power, then loading and transportation costs will be paid in lieu of rental time therefor." Dowever, neither moving time nor loading and transportation costs will be paid if the equipment-is used on the project in any other way than upon the changed work. Individual feces of equipment having a replacement value of:S1,OW or less shall be considered to be cools or small equipment, and no payment will be s de therefor. For equipment owned, furnished, or rented by the contractor, no cost therefor shall be recognized in excess of the rental rates established by distributors or equipment rental agencies in the locality where the work is performed. The amount to be paid to the Contractor for the use of equipment as set forth above shall constitute full compensation to the Contractor for the cost of fuel, power, oil, lubricacica, supplies, :sail tools, small equipment, necessary attachments, repairs and maintenance of any kind. depreciation, storage, insurance, labor (except for equipment operators), and any and all costs to the Contractor incidental to the use of such equipment.. (e) AUMABLE TIM EXTENSIONS- For any change in the work, the Contractor shall be entitled only to such adjustments in time by which completion of the entire work is delayed due to performance of the changed work. each estimate for a change in the work submitted by the Contractor shalt state the amount of extra time that he considers should be allowed for waking the requested change. Rev. 12/72 —42— 00399 � 00399 DIVISION F. GENERAL OOBDTTIONS (Con't.) SECTION 21. CN6NCE ORDERS:• (Gault.) (d) RECORDS An SUPPORTIVE I10FORNATION: (1) Us Contractor shall maintain his records in such a manner as to provide&.clear distinction between the.direct costs of extra work paid for on a cost-plus basis and.the-costs of other operations. (2) Contractor shall maiatain daily records showing man hours and materlal quantities required,for coat plus work. .The Contractor - shall.use a form approved;or provided.by the County. Theforms will be filled out in duplicate and the County's Inspector will review and attach his approvinx s da the signature to the form on the work is performed. _ __ (3) Rental and material charges shall be substantiaced 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. . (e) FAILURE TO AGREE AS TO COST: Notwithstanding the failure of the County and.the Contractor to agree as to cost.of the proposed change order, the.Caatractor, upon written order from the County, shall proceed immediately with the.ehanged work. Daily job records shall be kept as indicated in Paragraph (d) above and when agreed to by the contractor and the construction inspector, It shall"'beeome the basis for payment of the changed work. Agreement and execution of the daily job record by'the construction inspector shall not preclude subsequent adjustment based upas a later audit by the Canty. _ Y , c� Rev. 7.272 43 ,�� � � 00400 DIVISION F. CEHERAL CONDITIONS (Coni.) s r* :a,v SECTION 22. LABOR: y s t Every part of the,work-shall be accomplished.by`workaen„.laborers, or mechanics especially skllled,in°,the class of.work,requlr*d,and workmanship shall be the best. Swum 23, OCCUPANCY BY THE COOMY PRIGR TO ACCLPlAHCE: 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, ths.Contractor will be relieved of responslbillty"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 defective work or materials found at any.tiae before;the acceptance of the work as set forth In Section 26 or during the guaranty pailod after such • acceptance. as set forth In Section 28 SECTION 24. PRESaVATION AND CLUNIYIGs A. The Contractor shall protect and preserve the work from all damage or accident, providing any temporary roofs. window and door coverings. boxings or other construction as required by the County. This shall Include any adjoining property of the County and others. B. The Contractor shall properly clean the work as:it progresses. As directed during construction. rubbish shall be removed, and at,completion the whole work shall be cleaned and all temporary construction, equipment and rubbish shall be removed frau the site, all being left in a clean and proper condition satisfactory to th:County. SECTION 25. PAYMENT OF FEDERAL 01 STATE TAXES: Any Federal. State or local tax payable on articles furnished by the Contractor, under the Contract, shall be Included In the Contract price and paid by the Contractor. The County will furnish Exelse Tax Ex tion Certificates to the Contractor for any articles which are required to be furnished,under the Rev. 32/72 —44— • t 00401 t DIVISION F. CEWMAL. CONDrTIONS (Can't.) SECTION 25. PAYMM OF FEDERAL OR STATE TAXES: (Can't) Contract and which are exempt from Federal Excise Tax.." SECTION 26. ACCEPTANCE- A. The work shall be accepted is 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 called for. heretofore. C. County shall be given adequate opportunity to make any necessary arrangements for fire insurance and extendedcoverage. D. Final acceptance of the Contract will not be given until all requirements of the contract documents are complete and approved by the County." This shall include, but is not limited to, all construction, guarantee forms. parts list, schedules, tests, operating instructions, and as-built drawings - all as required by the contract documents. .,SECTION 27. SINAL PAYMM AND WAIVER TO CIAINS: After the official acceptance.of the-work by the County, the Contractor shall submit to the County, on a form acceptable to the County, a request for payment in full in accordance with the contract. the form"Statement to Accom;umy Final Payment' (Page �(9 ) shall be completed..signed.by the Contractor. and submitted to the.Couaty with the final payment request. SECTION 28. COARANTM- A. She 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 workmanship and materials for aperiod 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 he displaced in so doing, that may prove to be not in its workmanship or material within theguar - U= period specified, without any expense whatsoever to the County, ordinary year 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- der days after being notified in writing by the County ofwork not in accordance with the requirements of the contract or� Rev. 5/76 -45- 00402 t U nI{1I�SION F rsuae►�_ [Y1liDTIi (C4out0 SUMO 28. with dun: a and prosecute ? , defects in._the work, he vill_�ill the tatas`of this diligence all work necessary Santee. and to eoaplate the rork within a reasonablespher event he fails to so muccowh o at the of the County to Proceeda such wosic done Cauthor,ontractor's expense sad be will pay the cost thereof upon �' tar qty shall be entitled to all costs..iaei includTheing fees. necessarily incurred upon the reasonable attor Pay the above costs- in-the tractor s refusal to 1 taadLnnt the forma par+grapha to the constituting an ince bazar or licen- event of an oergency . as. propesty. health or safety of the County's �tractor'a azpansa with- say at saes. the a all and to correct aueh hazasdous out PCC. whm it was caused by waacic of the Contractor not be conditions of yn aecordsace with the requireents this_contract- listed sub- D. the &a__&, contractor and each of the tba standard contractors sball O-c-te and furnish the County u fora. Sae Pags 4%)• Rev. 5/76 j 'x s 7 U ~ 00403 9MMTEI FOR CONTRA COSTA OOIMT 3UMIMG' MAIM=, CALIFORNIA Wa hereby guarantee to the County of Courra Costa the (Type of Work which we have installed in the (Mame of Building) . L Calitorn , for year (s) use from date of filing of the completion 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 ay prove defective in workmanship or materials within that period, ordinary wear and tear and unusual abuse or neglect excepted, together with any other work which my be damaged or displaced in so doing. If we fail to comply with the above mentioned conditions within a reasonable time after being notified`in writing, we, collectively and separately, do hereby authorise the ower to proceed to have the defects repaired and made good at out expense and we will pay the costs snd` charges therefore immediately upon demand. This guarantee covers and includes any special term, including time periods, specified for this work of materials in the plans and specifications for this project. �� This guarantee supersedes any previous guarantees we have made for this particular project. SUBCONTRACTOR Date: (Affix Corporate Seal) GEMMAL CONTRACTOR Date: (Affix Corporate Seal) , NOTE: If the firm is not a corporatioa, add a paragraph stating the type of business organization and the capacity and authority of the person signing the guarantee. Rev, 12/72 -47- 00404 8 1141 . CcX�r►1PLE� FORM STATEMERr TO ACOOMPANY FINAL.PAYMENT To: Contra Costa County Public Uorks Department County Administration Building Martinez, California Re: Final Payment (Project) Dear Sir: The undersigned Contractor represents and agrees that the final payment includes herein all claims and demands, 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 final estimate shall discharge and release it from any and all claim. . The undersigned hereby certifies that all work, labor, and materials` 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 las been theretofore paid, and that 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- 00405 i• I1 f '• •. • SUFLRSCDLAS 09CIM4 sTAn CWlen,ta COMM•3. Alsesras,AWW.A•n46ate ' bw..o,Cala.erat,Celrta,Csmra Cesla,Del jostle,M DaaS+.Freeae, CCISIOY NO.. cAri•3101 • OWN Nwebrl:l.Kln>;s,Let*.Lss1n. . ll:ars.M.Ale,Mw,Nsa.11eae6el„o. Alt ccel,WON.Merserol,flaps.mesa* rbeer.Plxvd.lavurrrde.3am ll6elte. Pluto 111481146 hr•ub S•a,r rselae.Sae la.ga,+.tan Slates, Soda Clara,Mrs.,Creole Stwsu Surra, M+wl/ s1. 9.e 3.•.lf aar,S:Ime,Se•..ma,Sluil�:rt. Ow. N S t1 Fs.ta. VuN u ��.fa L:SNr.Tenmaa.Trinith TWAMe CARPINURSI T+aleveo.We MA Yelu C6rpealera 11.!! 51.12 left .» lei 09CISIDl11 MAIIR1.CAM1101 DAM DIN e1 P.t4k&lm Ilu0"M Pkat LIWNt!Par-Sar OSdsMm no.CAFM3963 tested 3dr is.tops.to a1 rR four Opfralugo Saw FJIMIS Shindwoo DLS'.N1111.0:Cr We I OeRGnS Comes to(e%Umrr elmala laaulr IAM" $sell 51:41111141Lraaws Mod, ans gum q=r aF"'"am VF to aM NCIe08 a a:wlssf,busy No Npwar Steel Sl,cr e3 Deem 11.x0r3 1..t7! II ! It 1ef1t emtreeanamtwisOae. SSlt WL'Ata Il. .71 003 r.• C.asuHn.•n Fac4taaral:a.!Alpe OTud led@ i• seed Dask WWI Isis .90 less .73 At P..It C1,usM. CIUM MASMISt O.x. N S 11 F.atl..a Y...lN4 .r/h� Ct,e41A Ila-1ea IO.CO 1013 jots lose .01 Mrs a Malin I!:�lxitoS)AR • Comp:.t tlen IUaa,r 10.73 Ills 1.61 lose M ASLCSTOS WORKLR3 t .al .S 1.17 1010 .CS Mrs ouLft icon-s 1nft w dlp SD:LLRNARL•It3 to.93 ess Ilei .30 .0! law sullollt 10.7! 1.11 less 1.110 gas SSICALATERIo Sts+lawstw le ALL I1t:TALLLR3 1103! lot! I.rl a1 d1 ' Drs low t.1I.-M.A.LWs LCC,TI60LItil::r 110:+.a:st-nU6,.4,Nara, 6 hila,:.Couttr Frr•t.st+,All Y+tee.3s1k16,1. u• 1 it►ttlie:ar6 list .to 0186111 o0l SetL•a.S.-4ma tri Tr:Nsr Cob 11.0! .37 . cgs 9,lrllsra 11.16 .110 Is..t1 .q -u N.6-11a art Cset/a Costa Cob 11.53 1.03 legs r� Aus:•ax,Csksa Sa-asuaw. Freres.Hope Usoors,Llartgsa. setter,Yale,fuM a1N sAwo ors 11.61611 C3.0111 10.77 003 1.00 slags of Alftro.a Dwooe, Q Sorh le, FIsew aM Skits casco Ls s.ets aj am main Sims Ilsrolsaln S.:u•rlmd l.rrrs, 3.t•r1. :s•ae•a, Ytlo 1f0 .73 CMsulcls,K $tell .I3 11•.1! .es3 1aI Y.:6 tm.•.t�•1 11.90 .!0 . CWS Sal,ere6 13.19 .13 %@ors less 116't•1er ms S::a Crst Camilla 11.13 .!i 1.10 013 Tyr+atu Wis.te VS Was Club Cos. 11.03 too 1.03 .tO 1+c:rl9ivp tl.9s .f7 119.13 less I�y..d. ,lrsesr.Liaeel"s Ian •4 CAN 1.119416 13.01 013 1469.11 MA s.=..+.3mmas..a am L41.S T+t..s Area Tat•+amt Co at.n 10.70 .13 .SO l.00 ' Llactliclaes 10.7% .13 x•.33 As Ware Cs.-%t1 ILIA logo logo •p Cash Saucers 11.3/ .37 1-033 91 S4I1.9 T•••:Lits► Fustre D:S.ma,La6xn slsl6e. AS.•.1.Ar 0.1. LI Dua6S0 PWnI.7..:a.a.itss�l w. "ease. Mal. UcrsTlato, T1011014 am Tensor C1osm1- $.air:&.s Vs a Cmuls 35 1.00 1.10 gleelramm gloss 3O.eO CAO . 1sa .00sSam Fr.xlea aa/Sm►aa Col. ts Fens(Ktns,M sera Tal Were Tau.,ls Comilla 0.90 091 lots Liesiddaw!CaMe Or11wM Iklrwa 1301! .q 6..103 on S • sow 161e 11096Al 01011116.VOL 41. NC. 125•-1010AY, NOV[MO[O 19. IMM + 1 O 1� ii:aG flGiICES • j�Z �: o a�ar•so 0 ou !u � o - w� i r •� .rim +w.w.i w li • A � • MwM V �w w.�U ww w • = - .r N ...r w N • aye»o � 1.ww�� int SIR , a + y o • .i i r.t' 7V 'mow,. 4A .j 3=,343. -T ..asps w i. e""r•.`•.�+F 6E r.� w �r oij �MM4LI.S # �*, w ' � ye�e~»«"q�}'n:s�::54� •go �' ,.'*.€M`a"h 4.wJ. 'gyp "' . y.� Y!•�^�A . CSgo- tax F 344 u0Ml (�Yn« sy ,�4A1g' qug '^.� y•rif~ :"Sw oZ„�t S:Cy d' Yyy'. is»..•'�r"i�U'+..brt;?X�» . .l'i;u'�y.e'' Z +(�j <�..Yw,� •i."�-�w.eaal���i•ayi'•'t3r�'e•r'••�._'•i••.i„FS>+..�Sr,��r'u..r.A�i�%i.�� ?+ �w �'�Sl Y.w<.Yti�c�+rwN.wM>..Ir.CyDwr' �c� a,rY$•+�.:J Y6.w.!���+.vC < V �' 4 es tF•ti Cf<CL'.tr 1.r�UU Jy't�:.'1`w54.~: * �` • if i ' 3 =.t +� • ww 00 NN V i• ww VV wM N N { �� a o0 00 00 ~.4 p dig 5 SY /w.11�M 22 AO ww ww war lf.� wA rM #!F AP ww w �i r� y N i+t► as :ia� 00 y ru aiye is � w i.n rr wr ww nw ra rr NN s� Nr w • ♦ r o�w ww w.� ww iii ry ww vN vv vci rw � .• x ww w .�+ w �•= w M i1« NV w.. rit Mz r w«� ir/I' w U-2 r� .•. wy !O 4 zv aRYy=.aiy�Yi its„*�o��ni-'y�'�Tu`+.t si•'�r•%•y0 RU SVV Vt �7 �w4 ywV��h'p«r.YiJs�r�iia�lMS'ni.;w i•y�rs=w�'UUK 4a� M M'+� 4�..Y.�f Y.. M •.p`4.•.L Miw�.��• ./�Y_!. r. i, ♦Ir.ri ►�i �y.1 yrV�:�wiViVrc«r+V�.Q«'•.rY•V'w+i i�»M.3`�y••`.rr/w..".�.y�xalY`.i.yMrW�,jz;�r•:(j.i.+�NNYy:.JWu0Jfirs i ” • i NOTICES SIMI ww+ M�w sgr- 04U YJY 4LM � �' w'S + r M� ♦ t w w ww w '� w.'niw .www ham•` w�fw � www•. i •� Y:�I! eil CRYK M Ono www www,♦w i 0 w o we0 � ww.� www www VY Y w rJ raw ;, ri�♦•w w rr� ^ww hwwhyy 29 1* min pN w w �r+4 wMr • n w V Ww . N Y � ' so, ~� q 51 q♦3 v3��Q ��r 00 ;wig w3e SalC a4 Svc �»e mu g`� H w«.'�f a r �^V +s ♦,1"' .;4 ve-f C, ^ vi'"�•,T;+'L;; 'i SL.w"^' .Z,Q .,'^ z r. S oM.r.L.w�S�S"n �tl�=4LitlW�^ .,-:: Rew 1'fat - A4,.- r•; Cx:Ei+l.' Sis'�. ...:iCV Y 1t `.lS€•!'b'LEI4 V.r1,I i..� •C C•.,' '�LpA Y 3YIq Cf34 N a _ _ Y. V•a:riw a`LVri `ti-rW V.+VKy�w aYK n 1 . 2 ! T _ s ' 3 f a' i• w�. >:1 w�.M n o O.wi, beat o 0 o w o e o n 4 .tt w ti wg000 Y 4;SSS j tl{ � www ww SOa�wnw hww .�. i p.y 004.0 �i na w w w ww www w r!n n0p wM wwh •! � rA wwww Mw •* ♦�,w .IAV 4��4� rr Mww` S Z �w e��ww w w� •+ = M.w.�s nw .wvw nrZ }:xw ww4��, 4M Mw.w• V ww w .ern ry rww .. Ol4� ww ww•+w� r4 MI• Oi 4.9; '4��� "•� ww_M N O 4 �.yir • 3 IO q �C _ tib O w w/n.�, q ypp \'�w �t,� •Z Y v d w y w O s G C 3 MA�+•�y O r'.A p�wr J d C yV rw 1 O Zq iw �• LI t a + O• rM ♦ rye : JSMG r VY �t VQo«JVY. rw.rC i v .,. ! -t M. Zvi MW ar oY-a•iwN� ' � i+i,rr � �,::+^ nr.= j.+.�iw► .i► Y + w' (Ir•..�:•»:.'i•w.`(4..or.:r;,r.w.rW/,�.ri�M��iww•p f'A(1 `rw r Kk` l7' ,,•••r'i-Y-v- •r ore. R•:...!;'S '4"'..'„�„( �+.+V :n' s dpi.♦..:i•:r •'«.�.w itl Y " w rr +r: wry 4•V :�♦r,wV"..!{!w N:�"•' tlV.I 42 N 00408 e NOTICU t a ;r w �s� • r •� » • A A A AAA AA A AAA AAAA A s : w w wwwww -w www wwwww w p IM r � w w wwwww w www wwwww o O Y � + w www w a::- awww.l w w A i M Nrwww w NAM wlr.NwN � r M r.�rVr M hww M .1f: Y` M;t M N M NRV Vw w ww'w N rwVV = w N Ad ``yy • 4 U aM�o�*� A'"«y. i:'. N :.•.aq'r" "'vu` i ryvy�J a Z egjCG•3 M =1•� �`34J .r�.`�.y :r'Ia3 "e'.rR• .n p"�r�i�itN=r r:ti��•.�i�y'$»;a.�,i�.�,; -isy„=erg t ' � ?j�4w D� '��:swC,ir��a.r�'t"�.�Rvs."+..�:i�iSlr�,�••3::SSi� O S R 11— J•CH _' a i +a •Aiwr• .. wt S �( to ! • A 3 . � t - Z t www r N" 000 000 • 00 0 w • p pt� • � � w.46�j M SSO r WNw 2 wl Y � r Q O w+r H•i.�M i a Y ..ww Ro rw.� w s �ra A w5A •we /yNYN w w A wwN w O �•�= A N ww w w �N 1•wK N N + -22 1.� •r J •�i�nnwC r'y4 U Y • R �! roxw S $�iEwvw �!•i!*J www � 0.s-y w s X. (fY =• � �"• 2 •�C`4/`i'��,..�7 ^;i_-,R a.L"V�••.-',,,.»'•U$i+r.'Fz IYY +: w,p n'i wy� '/�*ij''�t (((��� .... iRy"i'�A w.t.'k'!•y ZiL •JV • r � Y . Y i r,.;..� a. w R 3��iai v :s��wr'�'v s�.:+`�w""C•.�.aw•; d .i.%T�.4s;N~•• =S rYM�Y. 4wr- S3z` ttwlY�•C ! O ILM NORCES sit n • j • •jj•i �� Y Y S • � O O r mu � o« __ s a a;@; r r .. r r .: • N • • Z • Nr + w = i .eiw •� r wr y /. Y M r to 7Cill = r �.ww .e f /. r,st� SS2 V� .? ;3 r} 9 w Y r n •`y.Srw .. .R :: {� S=ax w O ` GJ! .w.aG��Nra•S i a7�•?.��+�3`_.••yY�twF.rO �R $ £�i > www�u � Mu ww'r�� ■ d. TJ r� •� C.Y.¢ 3a?t�y•342.•..::��• qw C •As e o sZNE ::i.T.ra:�'d—�'�c�� t$.iC r• JL�N: tL��C jNOC:t a w M h h • w • AA f 0 a � 12 rr •� awi 1 _ M • _ 22 i=s R z =iwM as r r r rr r .. r r r r. •. i � ew r e w 20 e e 2wr s pn2 r w !iZwr • e $r �rsr w 222 +x •two . r w N w •.rw =4t r w www r 2 w s 2^222 2 Zw2 wr2w s iii o w i� w •� �i 2222 r w.rr rr rr.. lob s t h- w ` _�. Z1'�w�r,. 'r ���.� wn yr wAS•'. �•. NR'.! 0 b.21 d8'o� � r=�4wr�••� !41 a �M .� y����'s r�•Y r..�•rrv� yr agY! �M� xM�yw.;w»•.:Yyw r(w�Jr`••• w w►^�w sap `cwY �y%�NL�iz i`..Y .�•;+�.C:iiiiTY.�t:Y=.�`� 'i ..•Ti��t 00410 !a Y•w-• .~.��.�..}max!.....�.it��4��i` a• M�w••Y �y iii w' Ny~ M NVrJn • = max•.7X1I. ='.'J~�•..: •lrw�r'.V/r U132 a h<.. Vi-ftiM YU•.t :. ...� _r also � NOTICES at .� N • Y 4 � w s Z � i w `S= • w e w .iwi a;: n 2,12% aigy C4ii �si:•�K .t Lr.-s�iv;� w at ��t^•�$��wt7:i4 � ..vt $� `Raq'�4N9t pae� •taw •t3 t t... i�swS•-_e as t•1".gqi ^L' rutJ ss fi►f• }YY��i �Y�Q�fy �Yh.Y►wM C J� (i � SIT _ C31 .X s'+''+y'•b���yi�U`C•- u',�w��.0 t�'� vctC•�tJ ,t`•o 5•uS.n'iv ••> Ow t i`twm �-t .. v_T tt e.•� t• e:t -j� ti'�lwyr',!lsr:�eIE.;-a%ja`�'!e'wrJ.:�+ K. $ ' •e..t�!..t�`� Yc.w.Y t�ID.a•++i.nY SE% tNw4�,CitlU vr�•<G:i{-•'!.•yi►`•a iC:N O ►• t A 1 • O i O 54, •• y 7 • V tl� • • r f w � r r _r w �• ` w r • tl i w � w � uS. i $ � � $ x .i�•~i• v Zia a a Nr r r r r r LT a • x,54 V 7 N YS.S �� {�y�. .1t •H� • AYN NJ-�q �y .i Q�'.•w- i��i�t"1-t vu w C w •t:'{L . Gw� .• t U ,.. q X • �-V ZYSwr..��Yu .VV amp��s � ��S wirr;cty iRO��Y�rV�F -YVr~�S•L O`'•�I•NI.•ew�r�Yw• . 00411 N � tt'•C�.Y.i�d�taCwa�lr.tl�w=�iFN4.i.FI��G�ttt��z4wsr:~ f t i • NOTICES Jl..riT .� Alittill 5:3t 1..f. . . .. S3S� . . .. .. . . . .. . .. . . . . r " . � enne enwe �e.se epee er ons �S rrrr r.. . . . .. . •. . . . rrr . wrwr rrrr rwrr r rrrr � i www� wwww w Www 2=22 wwww wwww w w r orop edoe 000o esion sai�on _ j •�• •wr• •wr wwr ,��r wwrw r • .`i"ams c w ttr 40a. •.. �NY V Y Y i •'ate rw Or _ s va._Oi: a b►wr lq b►� C• }• gib, � � y`rww♦ M:=rww• ..'��r ww• w�3..ww< �tl wwn.a Z zViz �• •<i v • a ♦ e .•i v• Y Jq S ♦�r«« y «« yy•r � tiwY y'� i .311 l•1. •Y'J - M N d � z .: w r � Y•< r w � • J � n Y r p T,sa g F•w :e _ • O i 46 J �.� Nr• .� Y� V �} ug rA U i �=vY ry •w V�►� wr r e A ew � %4 ) • rzaa r .• rr yFsw .7 x q r a ~'•• Y IL < wry �.� p VrJ R �w .VZ �cr ark N,.r4•i �+ w 3 8,32 j:.2"�:i 2u3 yY �-'; L.iri�`••c�cee •' As am .i:::..x .< .1,10, r•:-i ji'�~ Lr'!•�h � a V zip 1 •l P!•a�i�. r`41„ ri(,.�j N �!, t � ra:.uL.� •.�'�• •�o•."h 'a: J Yi »6 rt8:2. � 00412 V:tl:�wY�r`•s�•`3 + .W 1'.�i 6 fir•• . 3 • r SM ., ,NOTICES m ZZ t N M � • aaiiw ���� � i c rrrr •r.•• X + a Y Y � • •••• www w y . Z e r w r O r :�i woww ww.�w w � ��yr. _ •. r r - 0 ••��� r• _S � • ti �w e i e _ •Y • s Nes r_ 7I. ' Y _.a.� Y • w >•�e►reit/ Y Y . Q• errV+ •. fl• •Y•• Y I s �i. �0�� i r• :•i i • • � � yr. h�a r r •••- a•N.ai •rr Y O + a. •y ••1�� y V i`.•.we i`.r1 i �� N:i ryey yy e•e w _ + �+e02y .'ri • • • • Z Lp.+y. erww.• irwwr rr 'ries rww.• •� wee 'srrn rrrr i �i it •s w r�r .a •S..o: rrr Oi•ti< V<24« a` . r } wr r+r_ ss�r sii� +.riri r w � e3eISO epee 32302 0233602 • a. ••.www ww= ww•.ww wwww ` �rwr wwrr rrrr .:•irr _ } a raa• aaa•• a•aa •saa • 0 0 0 0 O O O Q 0 0 3 0 O O e O • i rr __rr rr_w rrrr r�•• w3 ww 1 • N rw HE= wrw• '•ow• • Iw .rweap Yid �oae. ;diC;Z rrrr f • Y N is •1 > • . a` �..:4 o_ww: r SrwwM • 00413 ra - Y • <4�s 4ri•Lff it« r s • i A c NOTICES G1=G3 � 4 v s � � si rr L L V T• N r w w r w w wrdirr Mit _ M ♦ �w.:a..�i W'S 1=�: Rte•{ o tJ Gra`r'..."'+r v~ J•;.n .^ d i {`ay. vra��a•. 'S'• ti�»Sr r •; w 3 .5'' "�aT�`'$ ?�`o liKw ";t j at *�'•y*tij�y^3 �er.�ia i w { � Y Y�KL:'! Yj ~ ~ ur Q N •Q 3'aC i�l'trC'# C�.."iw W pZ V h Yzl w•Yi'?-.co,,, ems-_. M,a a•.a., r� '�. r��.Y+M��'p e.�"n^,��� p�r L . + � �. � z :;y. v T e. ..r r.. u 4;+s i`^• h .,a.' G � n to , a u Cao t�`jwlw� ±"+ �`�� w� ?� �&-��VS'.i 41JMC1 •t e:i+':a.o _ m i c n u - z w � r•K { r i w w ti w ti --------------- ze a >• � � w w w r r`= R � � w a+r w • aPXs w Zr y 4K�4 •. s � V yy e 4 t •f,It �VL -��% � �w�a iu i�� r'z. 'V O; MryAt.[I''�....`.'=xa+-71.::. 4!v'*.�Jr�y�.•:=Y:� � x r { � �l�y� +..w��4MaI .�••-^�CC Yt'1�.1,.�.i�+rV V�� �� Ya K 1y ► � V•K'��l.A`�:::a"r...'.`.. ,:� 3::i e.ie'�.a.:��i:ltC eF.: r �� j r:.;w�Q'-,':,u«:•:.f3�;' :ir t,o�:!'a.".aa.+.•.k*.r ..r{{!! a! 00+1(jj 1 51"Til NODCCS ssx t ' ' � � r. S S• 8 r = w w w w > w = w r eze e ul Is v C <•^s�w!r�N���,� �' <iV Y�a±;iva..iaviy e � ►•�.Y0�5 wo s... w 17 d •-���•.O+::v'�..t'arf� f 2 C "u . .�eO nitIs V � JO O�^3y•O�� Z ti .s^ F %x•:3.3 •tj+1:Y� Or Y u:h_gy� '�5 .i . Is ' O Is ' o . M•�4 • Y i p pp w w w w w • N � � � w w w w w w w .�. w w w w w i • i ' .is .. — — w N • i �e ;wiie��.•.r."�j • •. v % � Cw � C�:=sem� .n Lb••: � r y < Cw a S•. C^ Y.•Aw :►.:..���w,_ Q Cw CV '< U-4 V`t �j s- 11rr aY v' s <Y Y X3 X•J 'I KO �y� 6wa7•�•.JX�' • 7. �. 6-.* • .�= Fin Fr 4� y••Y•i•��7.R:•L i,i� 5�t � A F .'fw ltA t V .��.�• • r••� •w� 00415 VA V � wF <� V•i Fwa <O �• iv yv..•`r= •�;'; w = Z!.. 1C• J • NOTICES 51:GS •Y `r; s w M ' ti�i O• w r. } �r .'�•�.r O w y q •J i rw i Yii�� q plw�gy „».i>r •7w:tny3:. CON llzoie)s•rgq.N.vy�• w wa c a i w.R»•t.. w.E Yle ir=',t N r. C`Cl_.n w v �. w g O�rOv `q •i��+� qo c°4. a� `..,,��..... ��:wMv...iy,,. ij . t tS 'C^.,,w�� _v qua^ss tl'EO�Mar•1�.y...wi� O.�O�S s,•iYq t.�n 3! w s� .i�,.4.f��..'wt tc'+f►.. .wi u . «.r.�+i.:•tw ^ v'•^c s".� c'•a,'. .. w V' t�y pgJA�«� C ! •Oxy= lGw�A� y^4� 1�t� w to w iQQ.�pp N 3� v,yyl vwi+•,Sy�� w,wra4�r i:��3 r�,r,,�•!�r"�j S"^ K O i ••r.V;N;•gid�i i.rii�M•'C�.a.w G frwc�r4 �'.o'��R ��`^��w�^vw.'�a rFlfjrpe�=�r�v•j';'P.,��' Y 47, a:7 •Y.••w aq J. Y,w�tatw * G � �wv«$iOS�+`S.�rJ�w.+. �sniya.•..�G:'.�l:i.�s •�etwr�i'i•w.Y•'�r��3sil K n ^ w h •t • ` y r t haw i• ? —41 i $ y' J • 4 � r• � L' �r • .S a .ia � .�n. wwr •' asa'e to • ' e Y `•J t►i.wi •� w of � au ;�*+4 `jw•��i'•��•gi•4 �J••+N q�wh^ V•.q)w.\La Ytr•a•1•.. !•w'•x• b On! Avw`3gr.1 bw�;♦ V•.O•.�s••,+;! s { C 'i.•II't`w�s•.w7b•' • :.•ice .it . 00A _` — {' .yY�, Msq.='1JC Mw rf"' '•'-'„yy,'�• ^ w.•.�a ti!wi^w:: v' a`' Ipr"r•�7i,^ .» iti.iMwNta! M^v=0 a^wq �w O Y►w,!• �t •ww� rr,x i;':•s yew`�g'a N.i r•."•'a .. . � i a � • w.� A A jN 1Mw.y •� - � � t[ V:I MrVY�.i,Y•^iy ,ji ~ � Mo!^iwti {?J .Y•Q V •i:t •t."+,y:.•.I t•nA Yi Y V•:v•:r"ty'����7gi _ • � ..� i7tVYwf•11•+~i-:Ui t•M•.'l:�.r.• i•t^ .t q•�'wd w::•r•;rrCd 00416 ii. J��11 NOTICZ I A �. Iw •I•+Y +�+� �•aYY / • � � Y NY •► Yr`»rr rr`YVr Ir•ra � ` r � •.•r :1+wr SS J' YVrY r• Vw•.i�Vr Yr• AY A� Y A rw• Srs-rN» �Y Yr lrr�+=.:e:=y%fir r••• r� /-+ •• ••Yi 'rC�+V � r J C-f.S V . �Y r `w +e-r• f!:• A �I �•7 y•r�M .ry..rr.Y•• f. .�r� i.i � x�. •C.'.wr � i. �.•.� y iY •: +moi y ry�Yti .. .r .Y r� •r+ . . r rr irr wi�� a ; r r re ri n r+ rr•a irr-v wrr Y � :r r�i. wig • aw`+r .r ••� rv•ir + r rr Yr�iw�r• Y.r rr rr s»-r .+r.rr»:•+ aie�r:• ... Yw� . •rw�y r e.•.�w CC . wn Yr1 T r•iI r •M r� `.jYrf �► + MIX $ rYY�•4�rw +r Yr YwY r�•-.rrY `OZ _ e • r� I M.•__r,Y•-•-N•'6=Y•a r • rrI ' r.Y�» Y:• f7 wr ewa�+y;w Y e e~lYfw� •• +rY r�Yl:Yer w �r . :AM•K .rw w= r .• r Cy``r e•• . • Y CYY rr • r••••rrN f Y• wJ JS 12 V •r•�i rJl /�• X rY tw •• O A V • • A rr _ t Y •J IY� AMY w»+ rr Y � 7 YVi�•wM • • .1 + � •riYM • Y+ r MrrY • Y Yr>w VR+ •� »w• I. +_:+`•�w.s u `�y M..r r }'��r� r r .{ w MYY Iw Y+\� . r\r�•r• M�PY ..,, r �•,w JY. 53:1 e YesMY Cr LJ•.r Y {irrrrr•i b + V rrJ I wre .r R•:YrV• r c �rr�i Ytl1�Mir A • rr.►Jl-r r C C •r J I w••� Y w r r y Y r•�Y i = r J• Y Y r y N r M r qy e+��1 A�r� •• e Y • e.I r • V 7 r r r Y r 9 r•11 S te• •M}tl r �r I r r ••S r• 9 r •• r Y r y r rCeYr •y Iri•6 Yfe •••• =IVY � r rtlr O•Y Y Y r r a f r r+1 r r T r r Y•Y w w >r r Y / S M Vr r 1Y Y•.1•r r-• 1 M•r• li6r •� • 7Y• Y C+Cr y aww=fJlSr • a •• r� �Ye . • =-C1•I•i•IYM•IJ••YrvrNew=YlJ lSrY•YYr�rI:••wr•I••.wyaCi.+IY•~y.i.�.•i:+a��r�aA=r�•fiY+rrr•l•am=�r•Ii r=it rar M Y+!rwrr OYR+YYyryr ti r Y r•r IrIir4=2;T- • i • :rMy •n r Y.•• • f = Yv C =A 00yYV•eItl i Y Y: r , . • rZY• j 6Mrfr eY� Y7Yr fY�_Y+rr =+1� Y Y YwJ w�Yw . r e SAr:Y:i� S=Y•-•w� : w'r.Yi rg ti rr•O iA farm j w r�1 •~Y r r T`r�=+r 7 Y.�r V�_ ••Yi�V r Y �•Jw3y5 V � • �• w` .•r` w •A N o r'=••r r ..• M �• `�w• 7 r Y Y Y � ,.Cer Ll Y.jiYO ~Y N•i•_-�• 1f riY .•wl•r Ft.;O• .: Y •Y•Y•w Y w r r Y.--------r Y r A r V r y 0 i r /� .• K M r Y C C-4 M V V• V � , w • � f • • i ii • w • rrrrrwe rrr rwrre.. r.>•-r ram i �•' w hhhh MhMMf� r • •. .• . •• • • • •• i • • ' Si Y { _ r t ona.eeho •ono eeee eee ennheeheie • � .�www.�w.r� ww•� •�.�r�w Y�a.� www+Y�Y�Y�a'w 4F G ` • r i Y ooeneoe eee eeee eee ennnnenee f Y S wwwww ww ww= ===r _= OOJ00.7YY0 rrrwrrw w_ •`NAh!•!•MNlI] • L U• ' tl wOnOOhw nee Owae f.O.a • •. • ..ww: ' YY VS000 OYO OOOOV 000 wwwwwwww=3 ,, ��rrSrr r_. wwwr rwr rrwwrrrr � 4 • w wwwww www wwww w wwiI www:•i�0 woo iw•wiw Md - w�w.wir�+wwy ri s' .i�w.i.ir.i •i�r w•�Y:w ;ftr w•:ww���r�Y es.l N 2 - 0 Y cc 3 x '� l� . a !r C r .. N i 7• ii. S � • l�z A • < <� s�».cru dC8 _ M 7 •�•rI.•A••tl••Yi• J g 1. J t y �•! .-.� w i . Q rrrrwhw �E t.•••w i www• •�V rhw NV{wwi :` wnl►w ` vt.�,. rnrrwhwwwwwi�•rn wn;a• ! 00417 } i * NOTICCS 51267 t w y r r�w� �wYC 1{{ ► y MA in rr� Y•YY I2(( Y r H:. r h r ` r i♦i e•rf M �• Y Y�iM YJ+S•N f � � s Yr � ewr :•�� .,. Y A w .r..i•.•.'* w •t i • F Y Sb•Y A•=' iY * � � F~i aji r •i. Al n ir rYr« * •. • ... * * Or r N w0 w I i•s i 712 S r S i E i6r+w �♦ie e Y t •• A iitwN ♦ O • �w t i•!•Ni; aril a 2 � i •�J: of i, Ytl iiww iYs rtb* r i A � • 1 � • a �` .a i S`r.= .rN z a a w wrtl wrY w .iw�r wa.'oi.i.,.•. _ y � s • ., � � C w �"� � 3Yi,�S �eii� � i 4 Y wu ({ 7 w IF 0 �•�ilei ri �•M fM iy �Y V Y • �• .•, w1 w� _ a C 4♦w^Y Y�.•i t♦lj ' T` y*Ytl•iC•!~+!i �I�i •lr VaY a4M�C t•. ayY wtl�•f`*.r •Ni r vr •/4•i w aY is 3l�i' a*•*� _ +r•j _ 2Y V = rA ii =+ iiY •ei Z • i r i Yla*.r% 1i� YJT } lSw. jiY Rir CM3 t �� M • Ir • * YY 4i Y•i w•••Y Y� w Yr tiYMM�•i•Y •i♦ Y • Yi.ali • 04 V!! •Ii• 21. M N • i •.ril tl •V t•YA iraM ♦+»tiiiM • YY ♦ Y . • R tle lK Grre "~ �i 5 r r i r • ? !JN f Y G Y 4 Ay N j • • J •awa+� +.. • av:rs•Y Ya . 9 •M t" MG *�TwMr} q iA'V Y MJ'•• Y Y w•i• i Y Z. t� �♦"."•' i.�:i i1'iY�' r+t Y_ia .Y.:.Y• ii w •*: i t R Y E . p iw=M- i O N •}i i .. :*X: JA N Y w r• J V i V:Rs! r f e r irYrlr ++ « Y 11 YR 1 t•r i i V w•a K.r«.iM..r.Y}ii M�M•iit yyNGY*YYi Y•Yi••r••+•r riyi M iY•wrai.a.ierY •Y R: !e` i•. O�Myi w Y/• ZZrrir-r i w r ' v• - r•� + a•rrw Y�r •a + +Y rir. i YM iv+ M fir� N i ♦.• y• iw iV rel it it�Y�♦Lti K rw+• r♦��r gi si�i ! « +N � t•r•M f r••r J � Yy Y••6�r•wit V Yg •y _ i ryy r rMi=lV Z wRwrrA�i i i b R• 'JI i Y �y • e fir♦: Y ♦ iY Sw Y � tl• .r • i:.w r.� .r+ ea rw•f Cv : Y «r . it M "r•~•R+r i w J f :i Y•!itw•i.t:2 4�♦ w y .* • �N N• • MY• r w •ywN!' •"t �wwh MY rM tl ! • " . yr•• N•i•1"• Yr � i i •N�rf: lyif pr iii r+R bier YY w• M"f M R S ` wM N •r+ f • A r Y�M Y u• � J Y i•i Y • � N , 7+♦ i1i a�a• a r wrtr rwwi` M r rC w A ' r`* w•♦ • •ri�N Yi Y M •Y G M. r i w A . f�� i••.• J RY �wi �.`Jii y` . Y�♦r1 f•ArM�YM•♦� �IYj 0 l• NIH! � � YqM Y•M♦.a•MAV VM VMa1rAi♦�y Y•• v• vw V M _ iiG' q ♦ a 00418. . i •al�i3 Noncis 55 jigm A- S5 .•`1tiOr r"x . ! +r �.•w �;Iv;t ��• ,i� . O 4 iw yt.= 3 .t�s� /• •:;.:•�,fJ Naw •»��. Ew$Y E��l.J EIe.ir. �sw �!.:t•w�a•{•t i••xxi:'r'. ,re'w�lJp :.=�►•" lacy•. 3_n•i• `• y r Yr •7►� S•�ri •v=F� �S.'.? `s C•Js*.s• N� e •K v ET �i_tE w��rE•• ac•�•_+'� eiV a fw�d��V�ij" •• a.�y �� �_��� � w�J..•j 1N ^�" �:J+�" .�•�, J'u` •i �!L.�r� :��w »,• 7-S • C�11 Lc�•• q.J•• ,J N� u:•r•.r*n.r.0 l.•�$uui y4 a rp.[i "��Er� • S.J ��i��l •.J. kyKe•�:s L. rN�„• `=9 K �•f i r•�-.�. ;.V if "•�a.•V.J :0 •- •UE f�•'s:, Sar! ;e ��»t:Cr`�000j = r •�s.i� :i•�� C»: �eS Jean bwnpKy �ic�! Vriw o`��?-••Cs r�:r?�o.'•ja Y ' •� � .�.. +a``? ..r~��� �QS�:.:= L•`•�.Fiv 4r.�w Co�;J 4J�a�ri��•��': N`Y .J�••�' � rZ••� � jVr9 1•J Y• V ~•C.•. y r�y.i rte.ij2 =53t- ya►i� t 2C'Nn'•i Yu tf•, 1 "S[3�= O»��$ wxta a.r:yi :a ^�2�«fie`-� �'i.r`+[,+• 11 -all r x�•!f. �.fN CG••••� rH7�'li .•.�4�..,.j't�t•���.~.�.3.y 1 f. ~�= � V Q! J •:••�$ Q it 1 0 i� • w w:w M••S"•S •.� N dG9 wJ•JNA '•=��j.. ��j�� �•!'�J 3i11�rM Fv i.__••�Y..a{,t � � M1M1 V` Y N 2S S'3•�i6� ?jw.�= �: � 3 iiq�� •'y • J�.� Jw�a� ��j v i SSa zLs's» aEOw:i: 2aar30 2402 4'4 lis :a`N.`.•liSta.73 rr! 7 � 1 o Z . wwwwnw�w�nw�nwNhww S JV J.i..7f O.f •'!V•f.•yaf •i•• L i. . .. . . . . . . . Pa�� 6 N C• � � epp Og•�Oaa 0al0p ff•!00.7 � O Oa�Oa�ONy y.700y00V I NN•YNNhNhhhh hh hh •+ i V W • — I w • w w%iw�•w ---------------.•wwwwwwww w �w•._hwwh+awJrw w+ • � aYw_f••w�Aw•[Y•7r+ s= ====== iin •;7 �r»» ��.• w wwa i. . .wi.. .. wra7 ww y Y aiw7+w��•�� . • f0•• R . IlS1 t i S _c X to a Qom: 3� 1 . y <--•M • • 0041$ AnG�rr � C Qum C1CwSw3w3w..�r�.r 1•i rV trwnnyaMnwJ►sJ► • u`vu`v�uuv`uuu`u`uu`u 1 i DEC15l0:INO.CAMS:01 Pare 21 OEC1SIONNO. CAM1101 Pare 10 POT-19EQt:lPvENTOPERATORS ICont•4 PO'i'EREQUIPMENT OP_RATORS(Ccnrd) (AoZtAS 1 art Ile L!nEAS 1 and Il) LGcept PdtM%P-'a3t S:td Electron) (Cart?t Pi!cer)wiq ar-d Sletl Erection) Gta4p T1 Corrrete Crn.eyor at Ccnttat Purpp,,ruck t1-ECul;+etnt mounted Croup 10-At rackl,os(hydti-,Oil(asp to ant Ittlydira 1 a.Sits,rnr e h t:aom ten�;p is a;:;yf.Ca,ercre Ctrst)or,bm1!ent sites D-oth Entir.4ersl welt,-(taste)(•1-1 to alai me:a;rg 1 e•s,yd,r-r.t Cor..li-atfen talk. D.�L'r.n Sl.rtq Fi,:ttt Y.c.-.)cn P+rwp c-t U."Isr tyyit GIAIfy R'O:r boa 11.4 Loaltr oVrr U7 cu.yd.m.t e.h Co.r.,-•»x I'Ll"t U 640 Pr i n.air, I'S Ssa3:S1%1431.1141 ibis!(2 or mcroC1+mS% Auerlpto atnd(r Ivd1at(cu.y!:)(stere atuttst)1 Crates (ue rover s-.tai F.1.1 nts e1};raa:er M'.0-lie(t1p1.4,Eset;r•Gfetns Aad 2)ler1,llammerhea4 8.11 Caneryh Gfe:e•a:1S(ap to L+d i,aidra 1 Cu a,r:L1%.'i-t CT Snsli h:,I;s'.tt,ee,aiilsl Pawt ncrt oiealsr Vick at yd.h ro.ce$14sels,CITY; t::►,Dia.-rents,(ap to and s:e:•tits!t+,yea. •t'."A Cc-.;r tr.sr C s a:.,at.lns isstrr;r.t Era..tlr,trick nc•:n1e4 1111 e,h Poser Ma.)4iatla e-;:nt%Sy:!•arch„sd L%m-sgpe 4l;.et a.in Ce-;•ss•x C:^:'.a1.:rt 1-r,a ftae rC'Itcr.:1-.t(:-sn!mst orlyli Device(etnt=t m-,U 14 t1w:r to xl:11114rop:::t1 t r-tasy;a 1.11t.rg ?.:of C.t.•.rE i!.:.t It-sst:r Itr;tlLt;Aril Su:?lilt%P1,1 ets�pmt Cevite(ttnsre mo:tl(aver 1)tut) 1•:a:'.••iI•a.tre;I-;,!R.'41:Ir;:•u; k'f.v:ri,sr.rila Pi:-41 Is VM c;•.w.o 1:-.ss u'Y 311!.,:l•ss+;sCcd tri n 11-•.=111;1-0 4rslcr icents( Gro-ip Its Auto•natie Coh:me Seip Form Pateft A•it"alre P.tllrt94 Cu a r.3)1”'W4 1-r ILI I'!A.C•i;Sat•ucyu::r:Eterstl-g Cti ee rurel Du aper)C:nat i'rrtcr Orem ls.::l.:Ittj Cat al Trsmf-til Ca•A ft.•ni.rt S.•t 0i:pera::q S¢a::Ttacsu I. in tvacm)ba Uistts Truck type Lada w/d,/tiny M 4sr•nrrists Cranes(ewer 2)sitz Yp to a•.4 inti.:tet 113 Sora},Conlinnl is MO,%Tre D►ca Au•tr over 1 cu.)d.4n:l.:,nt oa,e% Grata to Arr.er•Ccsttr lar Conds(h Al;w`alt FIA,t LnE!nterl Cast•Irs-Place Droit Tiotelth 01•A•1 or similar bI tars w Oise%,Hiri:nt Caaeaay F.yt iayi.p }:.:Ser tad Vtitr Optrailrl Caretsve. (awer S Stn-.%Le it lavtr i y:s.,up to an,er.Clu:.g li a i.y:t.h Pa.sr• b;nF:antI•..b;:arc•t%stitrst/av:atS:Ll10plrtur{Ite:vyDuty GI;teL*«4ts•tejtnehreare 3ras•ts,Cls-rs,ca,att;::rss,Dr..:Its, w Re:a.-r,a t•.%-I•It Woos fIxi Sea!btter.ne 14t umdtih yo:msn Leaders Ct.44.4 Is laver 1 yd,rd ap to an:s+c1+d.:S F tuiSits.m.r,e`.Raaer• Lesur(:!%Is I;I.%%tcr.a,.cal Trot-ch 1•1/12s Pxtdblq CtuJ+ag and 11114 esfthrr:si,t srarrIre$Im%AS1;'.a-•o;,A til2t.0 0"411 Art%60 Scots•:•(r•a:ts'P.sh Cart r.'.tt:(Tuee t irtrrrrtf:'I Ery:Nvrns(a? e1-era 1-a Ko:Serf)E:?to Ind ice:cost f}a+.yu.'tSn:.-n•epi Ss:t• t1udstilittfea.Its."Imxi"erose.)LVL•its,i• _Is,DIV.12,201- yy.tGa4t4Corr,+.etx(•0thm1:i;.trpre?a Lion pt.sr,:.u1Sn;:ee•pp 2),s•.:►.•t:a-s R.t:et Toe:ll s::lt kIl•;rY;e:cd Cees;actor with Dossq (tat`,r•Gr+e Canh tovi,•Ssai I,r.¢1(••ren tat tem stfaPlr►1t S•ce;rast)Tsm;cr} •tar 11.5:et urst u K.rtttr r+:,utnth Taetlr Paver(rontrcte or as;hrrt%Ta3cem Grp least Crane►%at ors:atrC,ar Cie.%}to t:i-s Teaeter tttner.,t•,14041111 Tit•esta Farstl Tuts(»Iola (Pdlin6:116004 Woldh Urovensl Lits oet a"Toru tiaras Iait s.ms:►r L- L•.:.��,net t r;Rr;C oaehe.-sir(art o:1tt 141311.1 Pugtno)cg:r?awent) s)pcsi%tvvl Excavator 10?10 ark 041 ::ns;M Co.yt,fre t.a.$)j U.1.61 Crane{ovct 2}was) cis:—p% Canal Fitter Main btr,;ers CNtata(xoom{Corr-Lsnation Liteet a, IM Ct,,,;rtttar't.r.tth C.rr.;,.auon uutty t-t.str an;/ar Cteantrs MCNIns •Croup 11•At Cant varOna our evntunesisn aith%hot;Eaaysla?;CraxS p Cat's.:/L':1-a a•.:u tsrh ids h.•Lits Or s,t!Su t111t.ceeverh Mucking (oyer 12}$M% 1,944t lover 12 CV.y4$4 vP to L,S bntiaC.,S IS ms� ►.� L!s•:..: r::sr We,rail a sr.ck Sthh Tactct(with Walt)(D•6 of Power Y3vtls and Dra;lsnss(*war I cu.yes.,m1-e)s R:LDit Awed 91 1M • 0 lef.sr s,d uar Sul &p+(pave Earth ilow',q Harmines t1 Ynats over 13 ev.y4.•struelP hok Creic Cs?l:i tx•n.t1-;�EadluLnt:!aUaael:lft;tCrsnelGfylilttor Utl gerAvstur(over 2;4 cu.yea.pit haw) s,a:tritCm-,wC•t;u•t'sac',,rsCa•a«•+lloo646.1,aaW4Loatsr Groupll•G Leader(ant isCu.ybA C;11 ar1 i:::;.•1112 ea.11,m+,e•F,Oerriek(1 e:,l+tstt te;ulrso Is f ca 1..rt t-Y.•a firm:•t Iry h t Lath Ctrtick Aa•I;i:Ss•uapt escavaslots Ctoup 11-Cs Operator of Helicopter(*tall wed 1.-w treetlon ww*,,Rtmote vuL;Gr:•.r it.:.•s Lt.r s[.•[raewes Ct v,uar,:.raet(s Iteavl Guty Ccnuolte4 EaltNiwvint Equtpmtnt {:au/Cr,:;F,t r;q-till,Caa.:n Fou.eat;Yn Wasa 1-.1 Rc::irs type ` }•.s it 1•r s.-•aaeh Lilt 5:4,MAM4rsl(t•4•tWr4.A4 4, t>;n.;'td:,r I))A.up t1 arc uclYd.n;s p%.h Loeomorayu , (r.tr rt!rt(t"-:4 Lot m;:t'Vc Ynu:h 0.31.1--a err 1-n: rah-roving C.C.)tic S:,tcm scr.,i1-%,Vre•►utts 1-tts Crap:.1-E!!; ilei :^;t.r.:r•4siusTq(%oil•prc;ellitIIcati3l:)tlttket• 114e:St•:;c1-,stl!•st:.1- )&sillsWhills,el");ShottloCat(reel:im Srttt Gr;.Pe IWt:uf colt t)yesq salt Sta:Illrtf(p 0 H or a:wf'.0 othN tr erre•wwmaw:pie%Traeter,Can, pro t:1-W.'&Cor>,r.atl:ni Trtca islirg tips carr.*$may:rg it Mint kindle s rlt,i%,tn W..U.-A Kra;crth Tra.n Ioad:ng 1,1494411 V404v3 COo1us!PIAAR C7 rice true I.?to 134 L,::Yd.3g 2)Sora) t L� Q1101RAL REOISIER,VOL. 41, NO. 113—IRIDAY, 110VES40ER 11. 1976ta M'.i1 �V^rrr w r � •Y •rY yl.It/:/tom 11�/t 1�1=sJ .• r w rr ••w ••� ti yV�•-i •VNr��✓tt SK •N•! rY riG� r••C 6� YN rr � ••/+i i+A i d y � +r r� r� r•'r�s^t�.��ti.i�.''T.��i:.^.� ::�-»�::%::" tl •= .rI'%^�` '�.rR•"•:5�7'�.r. w n w w n w n ♦ ♦ w w w s n w n s ♦ n �j �+�jM«w�w�_wr♦r wr arw w �.•a-w wee n..Pnw«�»»�w.. :, Srf iirs• S•5 5 it=r gsirt: .'•:..5:.: io)iSJ ••/.• ✓M.r r V r•r �• Yr r•tr Or rJ- r�r�r 3:1 rptrOM Vv••..p•r yr jw r.•.�wY tr rr V••4..0••jw.Vw• .••r.ww•rV••pyV . - • V r r • • V • y r i • i 1 9 •r• O 0 1 p O O O r �.i.. rrr r r �rr '• r-r r� •rr r J•% r Cr �G� ••.rt `�••�- i`'i• r•C •: +:t C•'••4y.�'.K�wG i Y �EG'•r'pEc c.`.a-•rare •:`. •':r� a.r.Jr¢Nr`»a.'. {•. c J:ta •rr•a.o tee$- vs r•u'1 s� i:1�.-i.��.•'v��at•.,-w� •w���`s'•.r1Ju�.Jr�u .. _ N V V V V •V"V V r y r J ��V V Y �M Y Y M •N Y }y:t }N M-• r Y •Y Y V�y M •Y A •Y J T N:•I ti••Y •Y Y Y Y •Y .=r T-•?•' •S 7i % M N• C �S•�{y f.}M iF~�r•t 3,�•I~M •U 4:S•t; 9L~l!ArM i M H M+Y •�Y 3r. :.-.. Hr % :S Y. w .. N N•T.r �✓•Y•.+r1� �:�r�!•✓� rY TV Yrs v r.iw� r'M.K ai•ar�r.:��r�r O O Or•r J-••'••'•w•wJ • 7 .✓• •-0--•n✓• O✓O V O � ^ • YrY✓Y✓ter yrY✓+✓�rr rV I r yr Y+±✓y✓�✓.�rr r✓+r y r y rY✓Y C - >A a w a �= �. >\•w w -w w A w � ]+�✓� w >. >, >, >r r v i 4 rw -f.-.+..moi_ !w.•f.r s.�w• _r♦y_ri M r f.••_fir a. _ l•�f•w ir.r a...�w `\ •�+O�iF rY iii iC iQ iyii�.•• �F��1+�•ii2 is��r'+••i•rii twit rr��i•rim � r v+r r•r i r r ✓•// r'f v •• --------------i - --- ✓ V •. 1iT S6.l'ST' ^J.RY MYMY Cr .• w • • S+ J. +1-A yr, T6T�T 4}� r:t�.:{iZtY:fNNNY.1•�•IiTY r..V w••i•.........•i•i ✓ S V M w r Y M y V•�I y y•••....... Z w��s u'G=r'y�L'r�-`•v w� -.~ ��-••r w J 4 G ti Y.:w.:�C..i Y i�G 6 C •• Y � :����<4Y.✓4rJ.:vJ.:-:.:�Y•:pr�3�v•:i2.:..:r'•�S�r'✓VGRLr.:r•.:K CSO > N MF•MHHhH HHhM1•M hhH H Mh MHHMh HM HH/•hH ••h1•hMH1•HHHHM Z V �• r r % 11 41 \ H n 2 t • V I � s u • i MY�Yw YAY�r Y wi�H Y�YV MM •\t •Y • YO•l.Y•w YN MJ • Q � A • Yrw rrrwrrw ,• « JNY.I^ry���r err:•\ �w�w • Ra N Vr V•�•V•C Y�Y r tY6 yL 5<J•JC��•Kj JJO•iG� ^.HCA ' ♦� N i `` w=• � 'rG�r G ``�`y� r y•�i r� y r yr t i= • Y „✓ • • • r ••t • • •• ; • Y ✓ 4 ��+ � M YM��~�!i;•N•i•r i•wNrM t1 O ✓ �N A •` yr w •lJ 4 w M1 ♦iii i^nn • • �� � r� O YY:�O`Ar w=�=e V rr..ir.�`n. 'II...r:a`�r yr�r r r r'✓�+ 6 O • ^+ a • v i i L V ±±±:p J+!Y I w✓ V i 5 O±V✓ Y 4 r +r - ✓y r r r y _ i`i\a�. i `�� ✓ �"w:v:=or.i�ie'.h •r•s•w•i`v y.tpe•e•o•rw o• •r '�(r M �J " a�:c r•r p arms y .. r- - �-cr. ::iE•`'•IIY:�`E V y '^ Ci= G r-• •-•VY'�VY V..Vy7 w..n^.... JyJ VY `:j r' _N N • '✓_V V✓V✓ • V G«J- •N V •Y:Y V N r M y vY M• ��J V 7 Y A• ie �vr O u.0•=:± Y,yY«±y�.:r�� .ti':J�y.��'�? .G�t.,t t•� ".c •� KYr r1l.t•NNrM • N•r.y.wN•� ��i••�•N•�.ir I:•rir w/���yY OA+y=•r+✓w•.•ir.•.d••-r,r`�r✓w'• rrrr✓✓-rrr.r�.�C t•«r •r• -`�r •>A y rr r w >r r • ; � w1•r r�iti�'•�•w cam:pi..r ✓ ` r •..• •r- r rn»,.-rrr.,.• .r �::L:.�..�_�,::-:.~ :. QU421 i Yw�Ni-N NNNr NNYN Yr 51:2•f FT': • w• Y•ny • • • R•a ..+•V M w r'G t r y�M+V r••�w J r V r r r u •~ �.• M �:wrr�r•r•-,y r.-ar ...: :•. �� 3r.-.St Ri.••1.N�\ VII•\ A f � V � M t•Mt•MH••NHH�•V V�'1•NNHHHHI•1•hHht•1•\r I•\•H\•\• h\•MH it • NOTICES 02,7I 5 w Y ! w r• f•N•Y • N MM MG •It ! ♦R O.O- w .•ti � . R A Arrf. V V M� �y wdii•• Y S� O i iiwr •• y 'JA Y�64 P�Y� wY!' i SR YYYYY �S - aY Y � y Q '.�� � Y•«• P V•=•iaP•tl�M�rprr aH • ! w+why`Ori•i•VJY.�i • -. '.� . I 0 ��a1rV lwi•.•i�j+�. i• _ t(t Q y w O rssi iYi' •W!O•Yt,!•uYaYii•4irr V—y'- •`i � V � 7 Y S iNi •tea Y • G M6f.G YC...ri M.:w;.iLw •M .!. } � � . M w � MPtY4ii NO 6♦ +........ G♦R.f+i + r• " C P6 nsi G •Y v Y`Y`.!i`r`r`Y`w`Y +Sh • f. • h M? .t1G ♦.Y Y Cr V•• i • i iw r YAC •„ "L •N`YRir M `M.+, •..-'MM'w:`.� rR'y�J^. «�"Y:� ` r ` Y: � ::.� :`s< :2 :i» i a . �r!'�: w.�.. R s i.-h a-a w i .�. � � « «.:' v •r� s" hw RY A'"�• " a�a V`i • .:Y✓ h.•. h=«J.«w ✓ .a«w [ Rt+Rf.<../A.�l`.•.Mw2r M+i=rw Y A Y `Hf+ R 4I: Lr{.r R •• 4N �y O i wMai OY Ci. M Y :;.a Y R r�i p.C+ •{ •SM^l5 r♦r Y r +rrw�Yi-w •tr� Y M = XJG r •Y C - `M_•iir_Yr � •�.•i `t �p;�` it O..w`.«ye..i+rr .C.C.iF M � , y +fir^1� •-•�isS Oy O �� h M`i Y-M`r`r`i •.'-S p y M «r M r R r i �• . N•[V I F w-=1�Y�=w�r•Y'.y..-�riw ` Y r �.G'. Y i+MY•:± Yn`•G•-��+.d. A - P VµK yY y .O-.YYMyMw MYY�.Y+r:.-i + G 'K : rJN YY� rte-re Y Y • < y4 fi :i 1 .1_+i? ': wM " ` S ` r` N p«-; JLG •}w1 yM vii. N N }j r�-1 yX MM NXy.1NNNyw w�� •Y w�k AY`=N»MS'l.�!Q w YwT.�`ri } ` `� '. -� a y� `+i ` v - :t-..Inr».►.. : +'� : wig. r I =•PSV•ii�w r•.iiVw .ii�a-♦•'±« = r +1r v L�73•r---�i� ♦±�-w i�y f.Y V y ✓ � [ �i.w}.�wY•- www�`A+w r YM - ._ .i+.♦ r+•. ♦•♦♦♦ w .s�N w.r.V1 w w -M••+ • -i N w Y i. M _ya}X:..fwM}N+wMw MNr w ww.•+1M rw•iI:N i•.f"w .M`wi J X IP Y -GL+• • • wY r• •M.y-. y • s' ii«�,`_.�.:i•`• �•Y-•»�c��� r~•�r+.:��y`~��««�E.-.«7�•�'•�-.r.. '[' i w1 FHMMi e•Mwi s.+•,,r.iwi r w<.'.. wY....i•'..�..-•.«:.'.'is vZTa r� = ff i•FFi• 4ffM—M F .+ yK-V—F FM Mi•i•i•1•i.i. .+-M F H 00422 SECTION 1 SPECIAL CONDITIONS 1. SCOPE: The Scope of Work shall consist of all labor, materials, equipment, tools, transportation, services and operations necessary to furnish and install the work under this agreement, including all major and accessory work and materials necessary to achieve complete, compatible and operable installa- tions as shown or specified. It is the intent that the drawings and speci- fications supplement each other and ail work or materials not specifically mentioned, out necessary for completion of this work shall be furnished by the contractor. 2. PERMITS AND FEES: Secure and pay for all licenses necessary for the prosecution and completion of the work. The building permit and all other related permits will be ob- tained by the County at no cost to the Contractor. 3. VISIT TO SITE: Visit the project site, take requisite measurements, and verify exact Toca- tion of buildings, utilities, and other facilities, and obtain such other information as is necessary for an intelligent bid. No allowance will sub- secuently be made by the County for any error or omission on the part of the bidder in this connection. A Bid Walk is scheduled for 2 JUN-4 1977 at In a.m.. All contractors who are interested in reviewing the project area area i n Led to attend. SUPERVISION: Contractor shall personally, or through an authorized and competent repre- sentative, constantly supervise the work from beginning to completion and, within reason, keep the same workmen and foremen on the project throughout the project duration. All work is subject to inspection by the Engineer. Furnish promptly any information requested during inspection. 5. PROTECTION AND CLEANING: If during the work the Contractor or his forces mar, damage or deface County property, such shall be cleaned, repaired, replaced, or otherwise restored by • the Contractor to substantially original condition, at no cost to the County. 6. SECURITY REQUIREMENTS: Due to the restrictive nature of the existing Juvenile Hail facilities, and program, the execution of all work shalt conform to the requirements of the Juvenile Hall staff policies, and the following requirements. Work in occupied areas including interior of existing building and interior of play yards, compounds or other fenced in areas, shall be performed in con- formance with the following requirements: I ,. , SECTION 1. _ a. Entry to occupied areas shall be made only under the ap- proval and supervision of Juvenile Hall staff. Prior clearance in each instance shall be obtained from the Project Inspector before opening any locked door. b. Communication with Juvenile Hall Inmates: 1. Each Contractor shall inform his workmen and suppliers of the provisions of Section 2624 of the County Ordinance Code which prohibits anyone, without the express per- mission of the Probation Officer or his deputy, to communi- cate with, provide written material, weapons, instruments, drugs, tobacco, or alcoholic beverage to any inmate of the Juvenile Hall. 2. Any persons violating the provisions of this Section shall be removed from the project and not returned, in addition to any criminal prosecution that may be initiated. c. Mork which interrupts the daily routine of the Juvenile Hall staff and is isolated by tempora ri enclosures or facilities, shall be scheduled to be completed in as short a time as pos- sible, and in a manner to allow the daily routine to be resumed without any decrease in security. d. Maintain all areas clean of construction items, including tools, equipment, materials and scraps. All tools shall be secured in locked box each night. e. Security of contractor's storage shall be the sole responsibility of the contractor. Adequate fencings, locked sheds, or other appropriate measures shall be taken to deny access to stored materials to other than Contractor's forces. 7. CONTRACTOR'S OPERATION: 1. All work shall be accomplished in strict compliance with all applicable building codes, ordinances and regulations. 2. The Contractor shall maintain a clean and protected operation. Pro- tection of adjacent occupied areas shall be provided by the Contractor as necessary. Floors shall be kept clean, and all debris and waste shall be collected and removed at the close of each working day. 3. All installations shall be per the-respective manufacturer's recommen- dations or these specifications and the higher standard shall prevail. 4. All shut-downs shall be coordinated with the Engineer at least two (2) working days in advance. 00424 IA-2 8. GUARANTEE: All work and materials provided under this section shall be guaranteed free from defects in materials and workmanship for a period of 30 months from the date of acceptance of the work. Upon notice, any such defects h ch develop during the stated period shall be promptly corrected to the satisfaction of The Engineer and at no cost to the County. 9. SUBMITTALS• Within 15 days after award of purchase order, six (6) copies of a complete submittal, consisting of catalog cuts or brochures of materials of equipment, proposed for use, shall be forwarded to the Engineer for review and approval. The complete electrical materials and shop drawings submittal shall be made at one time. Submittals shall clearly indicate: a. Tag, mark or number by which item is identified. b. Complete aimensional data and descriptive information. c. Elevation views for complete representation. d. Construction details and arrangement. e. Location and sizes of connections. f. Nameplate legends. g. Finish materials and colors. 10. ?RODL'CTS 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. Except as otherwise speci- fied, preparation, handling and installation of materials furnished under this section shall be in accordance with manufacturer's instructions and technical data pertinent to the produce specified and/or approved. Where materials, equipment, apparatus. or other products are specified by manufacturer, brand name, type or catalog number, such designation is to establish standards of desired quality and style and shall be the basis of the bid. ll. EXECUTION• a. General: 1. All wiring shall be as noted on drawing and shall be electrically continuous throughout. The wiring system shall be in conduct, Where required and where cable is less than 8'-0" from floor. IA-3 Section 1. _ 2. Except as otherwise specified, preparation, handling, and in- stallation of products and materials furnished under this sec- tion shall be in accordance with manufacturer's instructions and technical data pertinent to the product specified and/or approved. 12. IDENTIFI CATION OF EQUIPMENT AND CIRCUITS: Nameplates shall be provided to permanently identify all cabinet mounted equipment or apparatus. Nameplates shall be of a laminated phenolic type consisting of three layers, black-white-black, with the uppermost layer engraved to show the white layer, not less than 1/2" x 3". All nameplates shall be screw mounted. 13. TE"TS- Tests shall be conducted during the construction period to determine con- formity with applicable codes and with these specifications. Tests shall be performed in the presence of the Engineer and a representative of the County. These tests shall include: 1. Test all circuits for continuity. 2. Test each installed system for proper installation and operation. 14. AS-BUILT DRAWINGS : At start of work the Contractor shall be furnished one set of sepia trans- parencies of the drawings relative to this work. The responsibility of obtaining said sepias rests with the contractor. As-Built work which is at variance with that originally shown shall be clearly and neatly noted on the transparencies as the work progresses. As-Built drawings shall be reviewed and approved by the Engineer. 00426 _ A 00426 . SECTION 2. �c'���'' 1 GEItERALA. The contractor shall furnish and install, complete and ready for opera- tion. a Unisec Personal Security System. or Owner approved equal. This includes the furnishing of all labor. materials, tools, equipment, ser- vices and facilities necessary for the installation of: 1. Receivers, transmitters and circuitry. 2. Control panels. graphic annunciators, zone panels with circuiting ' to each, including power circuits required. 3. Testing, adjusting and instructing personnel in its operation. B. Each item of equipment, including parts and accessories, shall be con- structed, in a workman-like manner, using new materials of the best quality. obtainable for the purposes intended. Each item shall be capable of performing its function over an extended period of time with a minimum of attention and maintenance. The materials, Hiring, and equipment shall be designed and built in accordance with best practices of the electrical industry. C. 'Wiring shall be checked and tested by the installing Contractor in accordance with the instrsctions provided by the manufacturer to In- sure that the system is free of grounds, opens, shorts and that in- sulation resistance between current carrying canauctors in 10 megohms or greater. Z. SYSTEM =UNCTION. MATL'qIALS: r. UPSS receiver shall be fns_alled on wall or ceiling a minimum of o' feet (2H) fr.m telephone bells. heaters, air conditioning or refrigara- .ion units. Effective range of transmitter shall be 30 feet (TOM). If ceiling exceeds 12 fast (=;t) or area is furnished with heavy carpets * or drapes, two receivers may be used. B. The system shall be designed to operate on 40 milliamps at 12 volts OC at all times: during alarm or trip position 100 millfamps. C. Battery po#+ered transmitters shall be i.5 volts. Everyready or equivalent. Battery life will be 12 months. Battery connections shall be soldered to assure proper contact and to avoid unauthorized battery changing. D. Materials and workmanship shall be warranted for a period of 30 months against defects. E. Receiver mounted on the exterior of building shall be coated with a weather- proof type compound. Cable shall be in conduit. F. Install UPSS receiver on a relatively vibration free surface. Strip cable carefully and connect wires securely by twitting the ends clockwise. Solder for reliaole performance, then insulate by means of a wire nut or other approved method. G. The receiver shall be mounted securely. Bolt or screw, depending on :he surface. Each receiver to have wire guard McMaster Carr No. 8324N14 Type "D" or approved equal. H. A maximum of three UPSS receivers should be connected in parallel on one C-1 cable when more than one receiver is necessary in a large.area. 00427 � � v a n W} aus w O 44 S W c WW ¢z an - Xm Qwa r i tiit o-L h� 2c0 W N 2 W 2 W m . 102 ws 'Kjus > S w t2 <tyu< r 46 20)1. ;=FE yy,pw u L ~ty2 epi ar ! , r.im NC1= r 'd <. to WC WSW 46i Zz Zw. ra a _ Y cr c E =s 4 a$ C. � �c W W 16 O G7 �( d 7 � i W� toAW ` 'y W 4►, Q� _v to � us r J r S C4 X Q N s W e pQ � Gi r• •17 Occ .[ «c Y Wr yZ C Qgw j 4 .j � go 4.a J _ v Z' o. kn s'r.► I Z -0 .0 9 -v n —co N .r 4C- a �4-� V to IU Oi�2 • • • • • • �f 'y0 Cys? (A _ _ - r N J • • • II .�JC t6 i • i • • Utn i • • • • • i � O tC3 t— r • i • • • i O r 43 Tt (jt Y•�r'. to r�.r C,i 41'N a t•y r"tow3s"� x11428 - W f N N Y i O .r `u4.«. h ,iai"4I1-G'S°.i,i`t;{�R .. a . .. a. '•" _ BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Re: Intention to Adopt Resolution ) of Necessity to Acquire Real ) - Property by Eminent Domain, RESOLUTION NO. 77/404, Martinez Area, ) Detention Facility Site. ) (C.C.P. Sec_ 1245.235) RESOLUTION OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County RESOLVES THAT: It intends to adopt a Resolution of Necessity for the-acquisition by eminent domain of Real Property in the Martinez area, for the purpose of constructing public buildings, a detention facility and other public improve- ments, which property is more particularly described in Appendix "A" attached hereto_ This Board will meet on Tuesday, June 7, 1977, at 10:55 a.m. in the Board's Chambers, County Administration Building, Hartinez, California, to near those persons whose property is to be acquired and whose name Sad address appear on the last equalized County assessment roll, and to consider the adop- tion of the Resolution. The Real Property Agent is DIRECTED to send the follow- ing notice to each such person by first-class mail: G3710EE OF INTENTIO;1 TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County declares its intention to adopt a Resolution of necessity for the acquisition by eminent domain of real property in the Martinez area, for the purpose of constructing public buildings, a detention facility and other public improvements, which property is more particularly described in the attachment hereto as Parcels 1, 2, 3, 4, 5, o, 7, 3, 9 and 10. The Board will meet on Tuesday. June 7, 1977, at 10:55 a.m., in the Board Chambers at 651 Pine Street, Martinez, California, to consider the adoption of the Resolution. Each person whose property is to be acquired and whose name and address appear on the last equalized County assessment roll has the right to appear at such hearing and be heard on: 1. Whether the public interest and necessity require the project. 2. Whether the project is planned and located in the manner that will be most corapatible with the greatest public good and the least private injury; and 3. Whether the property sought to be acquired is necessary for the project. PASSED on f4aY 17, 1977 unanimously by Supervisors present. Originator: Public Works Department Real Property Division cc: Administrator's Office Public Uorks Oepartment Coun Ly Counsel Detention Facility (T. Finley) 1{Eb orio,i .14.;77/404 O`M2.9 County Civic Center Street TiEle Clearance APPENDIX W _ The following parcels of land situated in the City of Martinez;County of Contra Costa, State of California, described as follms: F:ARCEL 1 Portion of Pine Street, adjacent to the north 1/2 of Lot 1, Block 22, Additional Survey, Town of Martinez, Contra Costa County records, .described as follows: Beginning on the southeast line of Ward Street, at the southwest line of Pine Street; thence, from said point of beginning southeasterly, along said southwest line, to the southeast line of the parcel of land described in the deed to Contra Costa County, recorded July 18, 1966, Book 5163, Official Records, page 239; thence, northeasterly along the direct extension of the southeast line of said County parcel, to the center line of Pine Street; thence, northwesterly along said center line, to the southeast line of :lard Street; thence, south- westerly, along said southeast line to the point of beginning. PARCEL 2 Portion. of Pine Street, adjacent to the south 1/2 of Lot 1, Block 22, ` Additional Survey, Town of ::artinez, Contra Costa County records, described as follows: Beginning on the southwest line of Pine Street, at the southeast line of the parcel of land described in the deed to Contra Costa County, recorded July 18, 1956, Book 5163, Official Records, page 239; thence, frog said point of beginning . southeasterly, along said southwest line, to the southeast line of said Lot 1; thence, northeasterly, along the direct extension of the southeast line of said Lot 1, to the center line of Pine Street; thence northwesterly, along said center line, to the direct extension northeasterly of the southeast line of said County parcel; thence southwesterly. along said extended line to the point of beginning. PARCEL 3 Portion of Pine Street adjacent to Lot 8, Block 22, Additional Survey,* Town of t:artinez, Contra Costa County records, described as follows: Beginning on the southwest line of Pine Street, at the northwest line of said Lot 8; thence. from said point of beginning southeasterly, along said sou th- uest line, to the southeast line of the parcel of land described in the deed to Conera Costa Count}, reccrdaa April 17,19667, Book 5343, Official Records, page 3666; Eh-ince, northt-asterl aloe-, :he direct extension of the southeast line of said County parcel, to the center iine of Pire Street; thence, northwesterly along said center- line to the direct extension northeasterly of the rorti nest line of said Let 3; thence, saut;niestarly, alang said extended line to Lhe point of beginnirg. -1- 94,130 own , -loon i iRCEL 4 Portion of Pine Street adjacent to Block 23, Additional Survey, Town of ilartinez, as per raps thereof on file in the office of the P.er_order of ti2e CGunty of Contra Costa, Stare of California, described as follows:- Beginning ollo.7s:Beginning on the northeast line of Pine Street at the northwest line of the parcel of land described in the deed to Contra Costa County, recorded-Septenber 21, 1954, Book 4706, Official Records, page 419; thence from said point of beginning south 370 4a"'east, along said northeast line of Pine Street 43 feet to the south- east line ai said Contra Costa County parcel; thence southwesterly, along the direct extension of the southeast line of said Contra Costa County parcel , to the center line of said Pine Street; thence north 37° 40' west along said center line, to the southeast line of the parcel of land described in the deed to Charlotte R. I.lcilarsy, recorded January 2, 1942, Book 595, Official Records, page 223; thence northeasterly along said southeast line, to the point of beginning. PARCEL 5 Portion of Pine Street and a portion of Green Street adjacent to Block 23, Additional Survey, Town of Martinez, as per maps thereof on file in the office of the Recorder of the County of Contra Costa, State of California, described as folloe:s: Beginning on the northeast line of Pine Street at the northwest line of the parcel of land described in the deed to Contra Costa County, recorded August 25, 1357, Soon: 5440. Official Records, page 564; thence from said point of beginning seutn 37' 40' east, alone_ said northeast Iii-2. to the northwest lire of Green Streec; theme north 52' 2i." east, along said northwest line, to the northeast line of Lot b in said Block 23; thence southeasterly, along the direct extension of said northeast line of Lot 5,'to the center line of said Green Street; thence south 52° 23' west, along said center line, to the center line of said Pine Street; thence north 37' 40' west, along the center line of said Pine Street, to the direct extension southwesterly of the northwest line of said Contra Costa County parcel; thence northeasterly along said extended line to the point of beginning. NACEL 5 Portion of Pine Street and a portion of Thompson Street adjacent to Lots 7 and 8, Block E2, Additional Survey, Tourn of Martinez, Contra Costa County records, described as follows: Beginning on the northwest line of Thompson Street, at the southwest line of said Lot 7; thence from said point of beginning northeasterly, along said north- wast line, to the soutmest line of Pine Street; thence nort:,westerly, along said southwest line, to the ocrthwaest line of the southeast 1/2 of said Lot 3; thence ra,theaster!_ , aio:ij sai_ north�,.est line, extended tc the center lire of cine Street; tit°ince southeasterly, alarg said center ling, to the center Tin= of Thcmipson Streat; thT_nce s3uthwasterl_• alan, sai:i center lire to the direct extension scut"eastarl of the s-:!Ut ,..:st llr- J'.• said Lot 7; rhen�e nor}h•,:3a`L►'ij 2iCt: 53i CiClc.^.^�'_ tine to tine -cint of vecinaing. -2- rARCEL 7 All that portion of the southeast 1/2 of Thompson Street lying between the direct extension northwesterly of the northeast line'of Lot 3 and the south- wast line of'Lot 4 in Block 63, wap of Additional Survey, To-tin of 1j11artinez, Contra Costa County records. PARCEL 8 Portion of the southwest 1/2 of Pine Street and a portion of the southeast. 1/2 of Thompson Street adjacent to Lots 1 and 2 in Block 63, crap of Additional Survey, Town of Martinez, Contra Costa County records, described as follows: Beginning on the soutfutest line of Pine Street at the southeast line of the parcel of land described in the deed to 0. K. Smith, recorded October 23, 1923, Book 459, Deeds, page 174; thence from said point of beginning north- easterly, alors the direct extension northeasterly of the southeast lire of said Smith parcel, to the center line of said Pine Street; thence northwesterly along said center line, to the canter Iine of Thompson Street; thence southwesterly, along said center line, to the direct extension northwesterly of the southwest line or said Lot 2; thence southeasterly along said extended line to the south- east line of said Thompson Street; thence northeasterly along said southeast line, to the southwest lire of said Pine Street; thence southeasterly along said south- west line, to the point of beginning. PARCEL 9 Portion of Pirie Streac, adjacent to Lot 1, Block 63, Additional Survey, To-an of Hartirez, Contra Costa County records, described as follo:•is: Beginning an the southwest line of Pine Street at the southeast line of said Lot 1; thence frcm said point of beginning nortirdasterly, along said south- -west line, to the northwest line of the parcel of land described in the deed to :1m. H. Hanlon, recorded February 23, 1916, Book 259, Deeds, page 478; thence northeasterly along said northwest line extended, to the center line of said Pine Street; thence southeasterly, along said center line, to the direct extension northeasterly of the southeast line of said Lot 1; thence southwesterly, along said extended line, to the point of beginning. PARCEL 10 Portion of Green Street and portion of Pine Street adjacent to Blocks 22, 23, 24, 62, and 63, crap of Additional Survey, To:rrr of Martinez, Contra Costa County.records, and portion of Thompson Street adjacent to Blocks I and 2, trap of Austin Tract Adhitl3n to Martinez filed August 11, 1914, Klap Book 11, page 202. Contra Costa Coun:y records, described as follo:rs: Eecinnin, o.: t e nor•t:—3st line of Court Street a: the southeast Iine of Cm2 n Street, sai%! poi.:: of beginning also being the mast westerly corner of seid Block 62; thence frLvi said point. of beginning northeasterly, aiong the -3- P .RCLL 10 (cont'd) southeast line of Green Street, to the southwest line of Pine Street; thence south- easterly, along said southwest line, to the southeast line of Lot 1 in said Block 62; thence northeasterly, along the direct extension of the southeast line of said Lot 1, to the center line of Pine Street; thence southeasterly, along said center ling, to the direct extension northeasterly of the southeast line of Lot 1 in said Block 63; thence southwesterly, along said extended line, to the southwest . line of Pipe Street; thence southeasterly along said southwest line, to the north- - vest line of Mellus Street being the southeast line of Lot 8 -in said Block 63; thence northeasterly, along the direct extension of the southeast line of said Lot 8, to the northeast line of Pine Street; thence northwesterly, along said northeast line, to the southeast line of Thompson Street; thence northeasterly, along said southeast line, to the southwest line of Lot] in said Block 2; thence northwesterly, along the extension of said southwest line,- to the center line or Tnompsor Street; thence northeasterly, along said center line. 'to the southwest line of Wb-+ Street formerly Oak Street as designated on said map of Austin Tract Addition, thence northtiestarly, along said southwest line, to the north=west line of Thompson Street; thence southwesterly, along said northwest line, to the north- east line of Pine Strut; thence northwesterly, along said northeast line, to the southeast line of Green Street; thence :northeasterly, along said southeast lin_, to the southwest line of Willow Street; thence northwesterly, along said south- west line, to the center line of Green Street; thence southwesterly, along said center lire, to the direct extension southeasterly of the northwest line of the parc=el of land described as Parcel Two in the Final Order of Condemnation by County of Contra Costa, a certified ccpy of which was recorded November 3, 1975, Book 7674, Crficial Recoras, page 371; :.hence northwesterly, along said extended line, to the northwest line of Green Street; thence souo—z.esterly, along said northwest line, to the northeast line of Lot 6 in.said Block 23; thence southeasterly, along ti;e extension of said northeast line, to the center line of Green Street; thence south- •r:_sterly, along said center lire,._to the center line of Pine Street; thence nortn- wasterly, along said center lire, to the direct.extension northeasterly of the north- west line of the-parcel of land described in the dead to Contra Costa County, recorded March 31, 1567, Book 5337, Official Records, page 383; thence southwesterly, along said extended line, to the southwest line of Pine Street; thence southeasterly along said southwest line, to the north-.est line of Green Street; thence southwesterly, along said norUt.est line to the northeast line of Lot 6 in said Block 22; thence southeasterly along the extension of said northeast line, to the center line of Green Street; thence soutfi:esterly, along said center line, to the northwest line of Court Street; thence southeasterly, along said northeast line to the point of beginning. -4- nn,131 THE BO,1?.D OF SUPERVISORS, CONTR.; COSTA COUNTY, CALIFORi:IA Fe: Request for Appointment of ) :Ze, x Governing Board, ) RESOLUTIO:d NO. 77/405 Reclamation District 2090, j Quir-by Island ) (Gov.C. gS58762, 58762.1) The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board on April 18, 1977 received a letter from Ms. Irene Pemberton dated April 15, 1977 in which she informed the Board that she ::as the holder of two outstanding instruments of indebtedness issued by Reclamation District 2090 upon which the District had been in default of payment since April 1, 1976. On may 4, 1977 the Cleric of this Board received a letter from the State Treasurer which notes the facts recited in Ms. Pemberton's letter and the filing by Recl--oration District 2090 in Federal Bankruptcy Court cf a petition fcr reorganization. The State Treasurer in his letter asks that the Board please advise him of its plans relative to appointing a new go:=er ing board for Reclamation District'2090 to replace the current District Board. The report of the County Counsel's office or, these two letters and a May 6, 1977 letter from Reclamation District 2090 have been reviewed by this Board and the concurrence of the County Administrator in the County Counsel's report noted. Based upon the County Counsel's report and facts known to it, this Board Hereby Determines that it will not appoint a new governing bcard for Reclamation District 2090 pursuant to the provisions of Government Code 558762.1 and hereby waives any right to make such appointment during the ninety (90) days period for such action by it. Further, this Board hereby acknowledges that by this waiver of its right to appoint a new governing board for Reclamation District 2090 the State Treasurer is free to immediately do so. PASSED on racy 17 , 1977, unanimously by Supervisors present. 3BC:VXe.:s cc: Director of Planning County Counsel State Treasurer State Attorney General County Administrator 1rs. Irene Pemberton 81965 Faveteur ::ay San Diego, CA 92123 Fr. Barry havens Equitable Life Insurance One Market Plaza, Suite 1900 Steuart St. Tower San Francisco, CA 94105 RESOLUTIOIi NO. 77/405 00434 I BOARD OF SUP-7iVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Cancel Delinquent Penalties, etc. on ) 1976-77 Secured Assessment Roll. ) RESOLUTION NO. 77/406 TAT COLLECTOR'S MO: 1. Due to clerical error, payments received were not applied to the applicable tax bills, resulting in penalties and costs attaching to the second installments of the below listed parcel numbers. Having received payments, I now request cancellation of the 6% delinquent penalties, costs, redemption penalties and fees heretofore or hereafter accrued, pursuant to .Revenue and Taxation Coyle Section 4985. 065-074-033-5-00 210-485-M-5-00 376-241-009-4-00 2. Parcel No. 150-170-06 1-01. Due to inability to complete valid procedures initiated prior to the delinquent date, penalty and cost have attached to the second installment. Having received payment, I now request cancellation of the 6% delinquent penalty, cost, redemption penalty and fee heretofore or hereafter accrued, pursuant to Revenue and Taxation Code Section 4985. Dated: May 16, 1977 EMUM W. LEAL, Tax Collector I cons these cancellations. JOHN SEN,=:�D el By: ✓�.��..--r���� , Asst. ty x x x x x x xx-Kc x x x x z- c x-x x x-x x-yc a BOARD'S ORDER: Pursuant to the above statute, and showing t these uncollected delinquent penalties and costs attached because of clerical error and inability to complete valid procedures prior to the delinquent, the Auditor is ORDERED to CA` M them. PASSED ON �� l 1977 , by unanimous vote of Supervisors present. APL:jam cc: County Auditor O O 43, County Tax Collector RESOLUTION NO. 77/406 BOARD OF SIIPMVISORS OF COMA CCSTA COUNTY; CALIFORNIA Re: Cancel Delinquent Penalties, etc. on ) 1976-77 Secured Assessment Loll. ) RESOLUTION NO. 77/ 407 TAX COMM- TOR'S MEMO: 1. On the below listed Parcel Numbers penalty and cost have attached to the second installments due to inability to complete valid procedures prior to the delinquent date. Having received payments, I now request cancellation of the 6% delinquent penalties, costs, redemption penalties and fees heretofore or hereafter accured, pursuant to Revenue and Taxation Code Section 4985. 023-104-701-4-00 11x225-003-0-0o M4-030-002-8-01 032-082-001-2-00 110-531-054-2-01 210-030-009-0-01 032-191-037-4-00 324-154-005-2-00 210-220-029-8-01 032-210-028-0-00 115-053-011-9-00 233-160-038-3-00 032-220-007-2-00 126-210-025-6-01 258-222-008-9-00 032-220-008-0-00 130-362-015-5-00 269-202-023--9-00 032-220-026-2-00 130-390-027-6-01 365-150-001-3-00 066-136-012-3-00 130-390-028-4-01 410-050.016-6-00 o68-o62-ol6-8-00 130-390-029-2-01 410-050-o26-5-40 071-045-009-9-00 130-390-030-0-01 410-210-007-2-00 071-120-093-1-01 134-341-003-9-00 412-111-020-1-00 o71-12o-o94-9ai 142-083-M-3-01 503-o6o-oa-6-oo 071-120-095-6-01 169-130-016-2-01 501-072-034-3-00 073-010-005-4-00 171-o5o-o02-4-00 513-08h-009-2-00 073-162-019-1-00 174-101-004-3-00 5111-190-o2o-8-00 076-432-025-5-00 19&472..005-4-00 515-261-006-8-00 078-260-025-8-02 201-230-•012-1-00 527-042-004-4-00 o96-ol4ao5-1-0o 202-032-008-7-00 570-060-023-1-01 Dated: Hay 12, 1977 EDWARD H. 1',F.AT•, Tax Collector I cone to these cancellations. JOHN LAIIS1, C Colfffsell el By _..�-i-::•ccs/�:' , Asst, Deputy x-x-x-xxxxz-xxx-x-xxxxx-xxzxxxxxxx-x-xxtt x-xxzxxxz BOARD'S ORDER: Pursuant to the above statute, and showing these uncollected penalties and costs attached because of inability to complete valid procedures ' prior to the delinquent date, the Auditor is ORDERED to CANCEL them. PASSED WI 1-j2v 17. 1977 , by unanimous vote of Supervisors present, APL:jam cc: County Auditor County Tax Collector Rz50=011 M. 77/407 j j. 00433 BOARD OF SUPERVISORS OF CO2VM COSTA COUM, CALZMRNIA. : ... . He: Cancel Delinquent Penalties, etc. on ) 1976-77 Secured Assessment Roll. ) .. RESOLUTION NO.. 47/ 408 TAX COLLMTOR'S KW.O: 1. Parcel No. 135-282-008-6. Due to clerical error, payment received. was not applied to the applicable tax bill, resulting in penalty and cost attaching to the second Installment. Having received payment, I now request cancellation of the 6% delinquent penalty, cost, redemption penalty and fee heretofore or hereafter accrued, pursuant to Revenue and Taxation Code Section 4985. 2. Parcel No. 1254)71-CM-5-M. Dae to inability to coMlete valid Procedures initiated prior to the delinquent date, penalty and cost have attached to the second installment. Having received payment, I now request cancellation of the 6% delinquent penalty, cost, redemption penalty and fee, Pursuant to Revenue and Taxation Code Section 4985. Dated: May 12, 1977 EBWARD K. LEE, Tax Collector I conseX/to these cancellations. JaMl -. ,CLAUSEN$ CCU y C e1 _ _r_i• �� ���K7r ,• \ s Putt' xz-a[-ccs:xxx-tz.T7txxx-x-x-xX-x-x:xxXxxx-xxxx xxxx-c-uxax BOARD'S ORDER: Pursuant to the above statute, and showing that these uncollected Penalties and costs attached because of clerical error and inability to complete valid procedures prior to the delinquent date, the Auditor is ORDERED to CANCEL them. PASSED ON iday 17, 1977 , by upan3Dous vote of Supervisors present. APL:3am - cc: County Auditor County Tax Collector • RMOIJOTION No. ?T/408 • 00437 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION N0. 77/409 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 California Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; FURTHER, in accordance with Section 4986(x)(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. The situs of each of these boats and this aircraft has been determined to be another county, where they have been assessed for 1976-77; therefore, the following assessments should be corrected to zero value. Original Code and Boat or Assessed Assmt. No. Assessee Aircraft No. Value 09012-9001 Thomas Anthony CF3136EC $ 630 09045-0032 J. F. Perrieth CF2802FB 880 53002-0340 Ronald A. Meux CF4916CJ 600 79111-A2078 Cornella, Ghysels & Tucker AC 9634M 17,500 82044-0227 Ron Neifert CF1685CV 850 98003-0055 Paul Dobkowitz CF4001PR 1,660 I hereby consent to the above change nd/or corrections: R. 0. JOH t CLAD EN Counsel Assistant Assessor17 t5/10/77 tg� B i -• Adopted SY tho tocrd on. ' . V y Copies to: Assessor (Airs. Giese) Auditor Tax Collector Page l of 1 RESOLUTION NO. 77/409 1` Q 00438 I 1:1- THE' BOAS? CF ZEWEIVISO S 0= CONTMAL C MT;L COUNTY,.:STAM..OF:C.ALIFOXIr1 . +r. the Latter o. Ch.Enges. ; cf t^e Assessment. Roll ; of Con"ra Costa Ccunt; ) nESOWTIM.ONIO.77/410 IF-REAS, the County Assesscr h&-.!.ng filed with this Board requests for ccrrectiGn of erroneous assessments, said rc.•,rests haring been consented to by County Counsel; VW:, 3:1- IT RESOMME that the County Audi;.cr is authorized to correct the folio-uing assessment For the ?iscal Year 1976=t7 it has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been accessed; and, therefore, rursuaat to Revenue and Taxation Code Section 4831, the following defects in da-cription and/or fora and clerical errors of the assessor on the roll should be corrected. Fiarthcr, in accordance with Section 4-985(a) of the Revenue and Taxaticn Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redeription fee heretofore or hereafter attached due to such error should be canceled upon the showing that payment of the corrected or additional amount was wade within 30 days from the date the correction is entered on the roll or abstract record as it .:as impossible to complete valid procedures initiated prior to the delinquency date. On Parcel No. 260-200-007-3, Tex Rate Area 83021,, TH:: OR1111DA CJrs:UIrI'TY C'sJRCfi, INC., qualifies :.cr a churchexemption is accordance with Article XIII, Section 3(f), of the State Constitution. Therefore,. the exemption should be allowed in the amount of $117,250. The exemption of $108,800 new on the roll should be removed, I hereby consent to the above changes and/or corrections: R. 0. SEATO , Ass;ctcnt Assessor JOHN B LAUSEN, County Counsel t/5-11-77 }Adopted by the Board MAY B �J . D y Copy to: Assessor (Mrs. dodgers} Auditor Tax Collector Page 1 of 1 RESMUTIC-11 NO.77/410 i .i • 00,39 BOARD OF_SUPERUISMS OF CONTRA COSTA COUNTY, CALIFORKA Re: Cencel Pelirritent Penalty, etc. on ) 1876-77 Sec,-,red Assessment Roll. ) RESOLUTION 110. 77/_411 _j TAX COLLECTOR'S H-M.I: 1. Parcel No. 271-350-032-6-00. I have established by satisfactory proof that remittance to cover payment of the second installment of tax was deposited in the United States Mail., properly addressed with postane prepaid, but was not tirsely received, resulting, in delinquent penalty and cost beincs Sharged thereto. Havino received payr.-ent, I now request cancellation of the 61i delinquent penalty, cost, redemsstion penalties and fee heretofnr- or hereafter accrued, pursuant to Revenue and Tixation Code Section 2512 and 4985. gated: tdav 11, 1977 En"ARD U. L£AL, Tax Collector Ti"sto this cancellation JAUSEN, Ca^nty Co sal Py: ��✓ Asst. B ,._;u SOARW S ORDER: Pur4uant to the above statutes, and to the above satisfactory oroof,the ?auditor is ORDERED] to CANCEL the 6% delinquent penalty, cost, redemption penalties and fee heretofore or hereafter accrued. PASSF9 0?1 Igy 1 7 1977 by unanimous vote of Supervisors present._ APL:ds cc: County-Auditor Co!mty Tax Collector RESOLUTION NO 03440 Ir THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.77/412 of Contra Costa County ) h'HEREAS, 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 1977-78 It has been ascertained by audit of the assessee's.records that the assessee omitted to report the cost of personal property and/or other taxable tangible property accurately to the extent that this omission and/or error caused the assessor not to assess the property or to assess it at a lower valuation than he would have entered upon the roll were the cost of the prop- erty accurately reported or had the property been accurately reported; there- fore, that portion of the property which was inaccurately reported should be entered as escaped assessment pursuant to Section S31.4 of the Revenue and Taxation Code; and, further, that portion of the Business Inventory Exemption which was incorrectly allowed because of such erroneous or incorrect information should be entered as escaped assessment pursuant to Section 531.S of the Revenue and Taxation Code; and all entries made pursuant to the above cited sections of the Revenue and Taxation Code should have added interest on taxes pursuant to Section 506 of the Revenue and Taxation Code; and, FURTHER, it has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Section 533 of the Revenue and Taxation Code, the assessed values erroneously or illegally assessed should be offset against the proposed escaped assessment for the same tax year; and, if such values exceed the proposed escaped assessment for the same year, the Cotulty Auditor should be directed to cancel all or any portion of any tax, penalty, or costs on that portion in error as if it had been levied erroneously in accordance with Section 4986(a)(2) and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. R. 0. SEATON Assistant Assessor Copies to: Assessor (firs. Kettle) Auditor Tax Collector Page 1 of 3 RESOLUTION NO.77/412 w i+ 00441 In Tax Rate Area 58004, Parcel No. 017-OSO-019-3, assessed to Sakata Ranches Inc., should have entered thereon the following corrections and/or escape assessments: Tax Original Corrected Amount For the Rate Assessed Assessed of R&T Year Area Type of Property Value Value Change Sections 1975-76 58004 Personal Property $ 5,740 $11,730 $5,990 531.4; 506 1976-77 58004 Personal Property $11,920 $14,830 $2,910 531.4; 506 Assessee has been notified. In Tax Rate Area 86006, Parcel No. 073-230-024-9, assessed to Cesa, Joe M. & Lena B., should have entered thereon the following corrections and/or escape assessments: Tax Original Corrected Amount For the Rate Assessed Assessed of R&T Year Area Type of Property Value Value Change Sections 1973-74 86007 Improvements $37,850 $48,675 $10,825 531.4; 506 Personal Property -0- 10,615 10,615 531.4; -506 1974-75 86007 Improvements $37,850 $48,270 $10,420 531.4; 506 Personal Property -0- 9,830 9,830 531.4; 506 1975-76 86006 Improvements $87,600 $98,435 $10,835 531.4; 506 Personal Property 63,365 73,980 10,615 531.4; 506 1976-77 86006 Improvements $86,465 $99,650 $13,185 531.4; 506 Personal Property 63,370 75,045 11,675 531.4; 506 Assessee has been notified. In Tax Rate Area 09059, Parcel No. 143-040-035-6, assessed to Centennial Corporation, c/o Foremost Insurance Co., should have entered thereon the follow- ing corrections and/or escape assessments: Tax Original Corrected Amount For the Rate Assessed Assessed of R&T Year Area Type of Property Value Value Change Sections 1974-75 09034 Personal Property $25,280 $26,580 $1,300 531.4; 506 1975-76 09059 Personal Property $26,655 $30,355 $3,700 531.4; 506 1976-77 09059 Personal Property $28,190 $31,780 $3,590 531.4; 506 Assessee has been notified. R. 0. SEATON Assistant-Assessor Page 2 0£ 3 RESOLUTION NO. 77/412 00442 In Tax Rate Area 09000, Parcel No. 189-130-005-3, assessed to Terra California, should have entered thereon the following corrections and/or escape assessments: Tax Original Corrected Amount For the Rate Assessed Assessed of R$T Year Area Type of Property Value Value Change Sections 1976-77 09000 Personal Property $5S,37S $57,980 $2,605 531.4; 506 Assessee has been notified. In Tax Rate Area 08001, Parcel No. 560-310-025-S, assessed to Mc Call Oil & Chemical Corp., should have entered thereon the following corrections and/or escape assessments: Tax Original Corrected Amount For the Rate Assessed Assessed of R&T Year Area Type of Property Value Value Change Sections 1973-74 08001 Improvements $147,255 $144,685 -$ 2,570 4831.5 Personal Property 111,775 116,165 + 4,390 531.4; 506 +$ 1,820 533 1974-75 08001 Improvements $168,910 $166,430 -$ 2,480 4831..5 Personal Property 165,225 160,59S - 4,630 4831.5 1975-76 08001 Improvements $196,565 $210,075 +$13,510 S31.4; S06 Personal Property 253,325 279,065 + 25,740 531.4; S06 Business Inv. Ex. 118,575 118,037 + 538 531.5; 506 1976-77 OS001 Improvements $230,220" $232,425 +$ 2,205 531.4; 506 Personal Property 222,075 206,460 - .15,615 4831.5 Business Inv. Ex. 99,170 87,437 +11;733 531.5; 506 1,677 533; 4986; 5096 Assessee has been notified. I hereby consent to the above changes an /or corrections: R. 0. E N JOHN B G SEN, County Counsel Assistant Assessor tS/5/77 By , , r Adoptcd ay the Board on-"MAY 17 1977 � e Page 3 of 3 RESOUJTION NV- 77/412 .^ r. 00443 imam IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO.77/413- 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 by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; FURTHER, 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 had been levied erroneously in accordance with Section 4986(x) (2) 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 08001, Parcel No. 561-100-002-6, assessed to Standard Oil Co. of California, should have entered thereon the following corrections: Original Corrected Amount For the Assessed Assessed of R&,T Year Type of Property Value Value Change Section 1974-75 Improvements $69,412,005 $69,389,460 -$22,545 4831.5 Personal Property 18,844,135 18,792,960 - 51,175 4831.5 1975-76 Improvements $96,006,315 $95,987,420 -$18,895 4831.5 Personal Property 25,853,365 25,764,085 - 89,280 4831.5 I hereby consent to the above changes nd/or corrections: R. O. SEATON JO CLAD EN Counsel Assistant Assessor t5/9/77 By � o Adopted:)y-the Board on MAY 171972.,_._„ ty Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector Page 1 of 1 RESOLUTION NO- 77/413 f 00444 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the clatter of Changes ) of the Assessment Roll ) RESOLUTION NO. 77/414 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, in Tax Rate Area 82024, Parcel No. 026-080-008-1, has been erroneously assessed to Central Valley Farms Inc., due to error in overlooking document transferring title. Therefore, this assessment should be corrected to show the assessee as Frank D. Monckton, 111 Highway 16, West Sacramento, California; who acquired title by document recorded on December 16, 1974, in Book 7388, Page 502, of the Official Records of Contra Costa County. For the fiscal years 1975-76 and 1976-77, in Tax Rate Area 82024, Parcel No. 026-080-009-9, has been erroneously assessed to Central Valley Farms Inc., due to error in overlooking document transferring title. Therefore, this assessment should be corrected to show the assessee as Frank D. Monckton, Ill Highway 16, West Sacramento, California, who acquired title by document recorded on December 16, 1974, in Book 7388, Page SO2, of the Official Records of Contra Costa County. I hereby consent to the above changes nd/or corrections: R. 0. SEATON JOHN CLAUSEN, un Counsel Assistant Assessor B Adopted by the Board on- MAY 171977 D y A Copies to:_ Assessor (Mrs Kettle) Auditor Tax Collector Page 1 of I_ RESOLUTION NO. 77/434 , t 00443 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes - ) of the Assessment Roll ) RESOLUTION NO.77/415 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 that there has been a defect in description and/or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor. to assess taxable tangible prop- erty at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with- Section 4831.5 of the Revenue and Taxation Code; and, FURTHER, in accordance with Section -4986(a) (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 03000, Parcel No. 504-160-021-3, assessed to American Savings & Loan Assn. , should have entered thereon the following correction: Original Corrected Amount For the Assessed Assessed of R$T Year Type of Property Value Value Change Section 1976-77 Improvements $142,750 $134,710 -$8,040 4831.5 Assessee has been notified. I hereby consent to the above changes nd/or corrections: R. 0. SEATON JO CLAUSEN u Counsel Assistant Assessor _ t5/5/77 By �� Adopted by the Board o MAY 171977 � Copies to: Assessor (firs. Kettle) Auditor Tax Collector Page I of I RESOLUTION NO. 77/415 ,o 0044 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA -- Re: Cancel Delinquent Penalties, etc. ) on 1976-77 Secured Assessment Roll. RESOLUTION NO. 17/ 416 TAX COLLECTOR'S MEMO: 1. Due to clerical error, paYments received were not applied to the . applicable tax bills, resulting in delinquent penalties and costs, attaching to the second installments of the below listed parcel nunbers. Having received pa%,ments, I new request cancellation of the 6% delinquent penalties, costs, redemption penalties and fees heretofore nr hereafter accrued, Pursuant to Revenue and Taxation Code Section 4985. 115-333-031-9-00 550-211-025-6-00 Dated: MaY 4, 1977 EDWARD H. LEAL, Tax Collector T nt to these cancellations. JON CLAUSEN, rnt�r unser 8�rr�'r �cc� . Asst. � •�1"'�� _ ep Y x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-s-x-x-x-x-x;� -.,-„-x-x-x.-x-x-x-x BOARD'S LARDER Pursuant 4, the above statute, and sharing that these ircollecte penalties and costs attached due to clerical error, the Auditor is ORnEOED to CPNrF-L the-n. PASSED PN May 17, 1977 by lrranirr�u_ vats ^f Superiisar, present: APL:ds cc: Cv,;--ty A::ditcr County Tax Collector RESOLUTIC'l tal. 77/426 00447 BOARD OF SUPMMWRS OF CONTRA COSTA COUNTY, CALIMMIA Re: Cancel Delinquent Penalty, etc. on ) 1976-77 Secured Assessment Roll. ) RESOLUTION K0. 77/ 417 TAX COLI.�TOR'S MIO: 1. Parcel No. 237-370-005-9-00. I have established by satisfactory proof that remittance to cover payment of the second installment of tax Was deposited in the United States Ha:l, properly addressed with postage prepaid, but was not timely received, resulting in delinquent penalty and cost being charged thereto. Having received payment, I now request cancellation of the 6% delinquent penalty, cost, redemption penalties and fee heretofore or hereafter accrued, pursuant to Revenue and Taxation Code Sections 2512 and h985. Dated: Pay 5, 1977 EDWARD W. LEAL, Tax Collector I consenVto this cancellation JO C,L�AUSEN, County Counsel By: r t ../' , Asst.. s x-x-x-z-x x-x�c x-x z x x x x x x-x-x x x x x-x-x-x x x x //-X-X-X-X-X-x-x-x BOARD'S ORDER: Pursuant to the above statutes, and to the above satisfactory proof the Auditor is ORD m to CANCEL the 6% delinquent penalty, cost, redemption penalties. and fee heretofore or hereafter accrued. PASSED 01; May 17, 1977, by unardmous vote of Supervisors present. RPL:jsm cc: County Auditor County Tax Collector RESOLUTIO11 1 . 77A I 00448 BOARDOFSUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of the Cancellation of RESOLUTION NO. 77/418 Delinquent Tax Penalties ) (Rev. & Tax C. 4985) AUDITOR'S '•IEfO: Pursuant to Revenue and Taxation Code 4985, I-recommend cancellation of the following uncollected delinquent penalties, costs, redemption penalties, interest, or redemption fees on the assessment roll for the "1976-77 fiscal year. They attached to the properties described by the following Assessor's Parcel Numbers or Tax Collector's Bill Numbers due to the Auditor's inability to complete valid procedures initiated prior to the delinquency date. I Con n fi. DONALD FUNK, County Auditor-Controller JOCLAUS&N, o nsel BY: ��.f Ln.z �, I(/_a1'.�715 Deputy B Deputy The Contra Costa County Board of Supervisors RESOLVES TIIAT: " rsuant to the above authority and recommendation, the County Auditor shall cancel the uncollected, delinquent penalties, costs, redemption penalties, interest, or redemption fees on the properties described by the following Assessor's 'Parcel Umbers or Tax Collector's Bill !lumbers: 210-Oh0-027-0 210-0u0-026-2 258-570-027-7 255-472-047-0 PASSED AM ADOPTED on MAY 17 977 cc: County Auditor . by unanimous vote of the County Tax Collector (2) Supervisors' present County Counsel r E. - RESOLUTION 140. 77/41$ 00449 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) RESOLUTION NO. 77/419 Initiation of Proceedings ) (Government Code §§56430-56432) for Davis Boundary ) Reorganization (Brentwood) ) RESOLUTION INITIATING PROCEEDINGS FOR DAVIS BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES -THAT: Application for the subject Reorganization was made by petition filed by the City of Brentwood with the Executive Officer of the Local Agency Formation Commission of Contra Costa County on March 10 and 22, 1977. The Reorganization proposed by application of the City was for the following changes of organization of certain territories: 1. The annexation of certain territory (Davis Territory) to the Brentwood Recreation and Park District, located entirely within Contra Costa County; 2. The annexation of certain territory (Davis Territory) to the City of Brentwood, located entirely within Contra Costa County; 3. The amendment of the Spheres of Influence of the aforesaid City and District to conform to the annexation boundaries. The reason or reasons for the proposal are to make more meaningful, logical boundaries for the local agencies involved. On May 4, 1977, after public hearing, the Local Agency Formation Commission of Contra Costa County approved the Reorgani- zation, as set forth above. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Davis Boundary Reorganization, passed and adopted on May 4, 1977, a copy of which is on file with the Clerk of this Board. In approving the above-described Reorganization on May 4, 1977, the Local Agency Formation Commission of Contra Costa County, inter alia, found the property in question to be legally uninhabited, designated the proposal as "Davis Boundary Reorganization", and designated .the Board of Supervisors of Contra Costa County as the conducting agency for the Reorganization. -1- RESOLUTION NO. 77/419 00450 At 10:55 a.m. on Tuesday, June 28, 1977 in the Board of Supervisors Chambers, County Administration Building, Martinez, California this Board will conduct a public hearing on the pro- posed Reorganization. At that time all interested persons or taxpayers, for or against the proposed Reorganization, will be heard. Anyone desiring to make written protest against said Reorganization shall do so by written communication filed with the Clerk of the Board of Supervisors not later than the time set for hearing. A written protest by a landowner shall contain a description sufficient to identify the land owned by him; a written protest by a voter shall contain the residential address of such voter. At the conclusion of the hearing, or within 30 days thereof, this Board may either disapprove the proposed Reorganization, order the Reorganization subject to confirmation of the voters, or order the Reorganization without election. The Clerk of this Board shall have this Resolution published once a week for two successive weeks in the Brentwood News (a newspaper of general circulation published in this County and circulated in the territory of the subject Reorganization), beginning not later than 15 days before the hearing date. The Clerk also shall post this Resolution on the Board's bulletin board at least 15 days before the hearing date and continuing until the time of the hearing. The Clerk also shall mail notice of the hearing by first class mail at least 15 days beforehand and addressed in the manner provided in Government Code §56089 to each of the districts affected, any affected cities, the petitioner, and each person who has theretofore filed with the Clerk a request for a special notice. PASSED AND ADOPTED on . May 17, : 1t1977, unanimously by all Supervisors. t CC: County Administrator County Assessor Public Works Director Posting City Clerk, City of Brentwood Brentwood Recreation and Park District -2- RESOLUTION NO. 77/419 00451 t � . LOCAL AGENCY FOWATIMI COMMISSION 8548 Contra Costa County, California 8648 Description Dates 514/?? Bys Davis Boundary Reorganization E)d bit "Aa Davis Annexation to the City of Brentwood Being a portion of Lot 252, Brentwood Irrigated Farms Sub- division No. 6 Amended, filed August k, 1920, in Map Book 1?, at page 373, described as follows Beginning at an angle point on the western boundary of the City of Brentwood, as established by Resolution No. 76-46, passed on December 14, 1976« said point being the southwestern.corner of the parcel of land described in the deed to the Davis Pacific Cor- poration, recorded August 19, 1975• in Book 7596. of Official Records, page 120; thence, leaving said-City boundary,"North 390 26• Fast, along the western line of said Davis Pacific Corporation parcel (?596 O.R. 120), 19.23 feet; thence North 31° 31' West, continuing along said western line-(7596 O.R. 120), 315.0 feet to the northwest ern corner of said lot 252; thence North 890 46' Fast, along the northern line of said .Lot 252, 540.50 feet to the northeastern corn- er of said Davis Pacific Corporation parcel (7596 O.R. 120), said point being an angle point on the western boundary of the City of Brentwood; thence Southerly and Westerly, along the western boundary of the City of Brentwood, as follows; South 00 14' East, 284.0 feet and South 89" 46* West, 369.20 feet to the point of beginning. Containing 2.9? acres, more or less. 00452 Davis Annexation to the Brentwood Recreation and Park District Being a portion of Ant 251 and all of Lot 252 of Brentwood Irri- gated Farms Subdivision No. 6 Amended, filed August 4, 1920 in Map Book 17. at page 373, and all of Lots 223, 224, 251, 252, and 2%. and a portion of lots 253 and 255 of Brentwood Irrigated Farms Sub- division No. 7, Amended, filed August 4.1920, in Map Book 17, at page 374, described as follows; Beginning at the intersection of the northern line of Dainty Avenue with the center of Minnesota Avenue, said point being on the western boundary of the Brentwood Recreation and Park District; thence South 00 10' East, along the center of Minnesota Avenue and the west- ern boundary of the Brentwood Recreation and Park District, 1333.95 feet to the eastern extension of the southern line of said Lot 2240 Brentwood Irrigated Farms Subdivision No. 7 Amended, said point being on the southern boundary of the City of Brentwood, as established by Resolution No. 76-46• passed on December 14, 1976; thence in a general Westerly and Northerly direction, along the southern and western boundary of the City of Brentwood, 11,726.40 feet to the southwestern corner of the parcel of land described in the deed to the Davis Paci_ fie Corporation, recorded August 19, 1975, in Book 7596, of Official Records, page 120; thence, leaving said City boundary, North 390 266 East, along the western line of said Davis Pacific Corporation parcel (7596 O.R. 120), 19.23 feet; thence North 310 31• West, continuing along said western line (7596 O.R. 120), 315.0 feet to -the northwest_ ern corner of said Lot 252 Brentwood Irrigated Farms Subdivision No. 6 Amended; thence North 890 46' East, along the northern line of said lot 252, 540.50 feet to the northeastern corner of said Davis Pacific Corporation parcel (7596 O.R. 120), said point being on the northern boundary of the City of Brentwood, as established by Resolution 76-46, passed on December 14, 1976; thence in a gimeral Easterly direction along the northern boundary of the City of Brentwood, 8125 feet, more or less, to the point of beginning. Containing 402.00 acres, more or less. 00453 BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) RESOLUTION NO. 77/420 Initiation of Proceedings ) (Government Code §§56430-56432) for Subdivision 4943 ) Boundary Reorganization ) (San Ramon Valley) ) RESOLUTION INITIATING PROCEEDINGS FOR SUBDIVISION 4943 BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by petition filed by the landowner with the Executive Officer of the Local Agency Formation Commission of Contra Costa County on April 4, 1977. The Reorganization proposed by application of the landowner was for the following changes of organization: 1. The annexation of certain territory (Subdivision 4943) to County Service Area L-42, located entirely within Contra Costa County; 2. The concurrent annexation of certain territory (Subdivision 4943) to County Service Area R-7, located entirely within Contra Costa County. The reason or reasons for the proposal are to comply with development conditions. On May 4, 1977, after public hearing, the Local Agency Formation Commission of Contra Costa County approved the Reorganization, as said organization is set forth above. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Making Determinations and Approving the Subdivision 4943 Boundary Re- organization passed and adopted on May 4, 1977, a copy of which is on file with the Clerk of this Board. In approving the above-described Reorganization on May 4, 1977, the Local Agency Formation Commission of Contra Costa County, inter alfa, found the property in question to be legally uninhabited, designated the proposal as "Subdivision 4943 Boundary Reorganization", and designated the Board of Supervisors of Contra Costa County as the conducting agency for the Reorganization. -1- RESOLUTION NO. 77/420 00454 War At 10:55 a.m. on Tuesday, June 28, 1977 in the Board of Supervisors Chambers, County Administration Building, Martinez, California this Board will conduct a public hearing on the pro- posed Reorganization. At that time all interested persons or taxpayers, for or against the proposed Reorganization, will be - heard. Anyone desiring to make written protest against said Reorganization shall do so by written communication filed with the Clerk of the Board of Supervisors not later than the time set for hearing. A written protest by a landowner shall contain a description sufficient to identify the land owned by him; a written protest by a voter shall contain the residential address of such voter. At the conclusion of the hearing, or within 30 days thereof, this Board may either disapprove the proposed Reorganization, order the Reorganization subject to confirmation of the voters, or order the Reorganization without election. The Clerk of this Board shall have this Resolution published once a week for two successive weeks in the Valley Pioneer (a newspaper of general circulation published in this County and circulated in the territory of the subject Reorganization), beginning not later than 15 days before the hearing date. The Clerk also shall post this Resolution on the Board's bulletin board at least 15 days before the hearing date and continuing until the time of the hearing. The Clerk also shall mail notice of the hearing by first class mail at least' 15 days beforehand and addressed in the manner provided in Government Code §56089 to each of the districts affected, any affected cities, the petitioner and each person who has theretofore filed with the Clerk a request for a special notice. PASSED AND ADOPTED on Flay 17, 19177, unanimously by all Supervisors. cc: County-.Administrator County Assessor Public Works Director Posting Mr. John S. Peters Riffe, Peters and Jones 3264 Buskirk: Avenue Pleasant Hill, California 94523 -2- RESOLUTION NO. 77/420 00455 6 LOCAL AGENCY FORMATION COMMISSION 103-.73 Contra Costa County, California 104-78 Description Dates 5/4/77 Byz f� Tract 4943 Boundary Reorganization. Exhibit "A" Tract 4943 Annexation to County Servics Area L-42 Annexation to County Service Area R-7 Being a portion of Rancho San Ramon, described as follodss Beginning,at a point on the center of San Ramon Valley Boulevard, ,said point being on the southern boundary of County Service Area R-7, said point being the northwestern corner of the Valley Community Services District, said point also being the northeastern corner of that certain parcel of land designated as Parcel "1-b", Partition Map of the Estate of Minerva J. Harlan, commonly known as the Harlan Ranch, filed October 27, 1933, in Book 2, of Licensed Surveyors Maps, at page 28; thence, leaving said boundary of County Service Area R-7, Southerly, along the center of San Ramon Valley Boulevard and the western boundary of the Valley Community Services District, 1520 feet, more or less, to the southeastern corner of Parcel 03-b" of said 2 L.S.M. 28; thence, leaving said boundary of the Valley Community Services District. Westerly and Northerly, along the southern and western lines of Tract 4943, as followss South 640 12' 15" West, 1496.64 feet; North 710 58' West, 351.43 feet; North 610 33' West, 110.00 feet; North 350 38' West, 110.00 feet; North 280 08' West, 181.71 feet; North 340 20' West, 90.00 feet; North 120 57' 05" West, 172.41 feet; North 580 52' East, 165.00 feet; South 880 08' Fast, 169.39 feet; South 240 08' East, 329.16 feet; South 490 281 Fast, 50.00 feet; North 890 42' East, 292.00 feet; North 690 05' 07" East, 82.93•feet; North 630 22' Fast, 190.01 feet; North 140 48' West, 250.00 feet; North 40 53' West, 157.00 feet; North 150 38' West, 78.00 feet; North 260 38' West, 398.00 feet and :forth 290 33' West. 330.00 feet to the northern line of said Parcel "1-b" (2 L.S.M. 28), said point also being on the southern boundary of County Service Area R-7; 0045 -, ..._....:.._F YL - 1l ((/ . \h (. 1. - I - I . I �' - -, . � - . " 11 ,�. —�.',_:'-�'-,�'.', ,I" ,�,- , --:�'-' '"' ' - I � �- ,,-, , " 4' '�� ,'�� - - .�" 11"� �'�-'- - , -1-1-1-1-11-I - I � - , . ,�'�� , , �'�-'--'�':' "':r: - - "', '-, I - - -1 . I . I - -'----�-- 11 " � ''----", '-' -- -- '--,-'.'."-1-11` I I -�11-111 I , - - ':- �' .-.� . 1- 11 - I � I' '2 .. �� I,-- � -,,�,,-, - �,-L"� .,�,,,--, "� ,,-- I�-' - ,- - r� I.1 I- . � �� ,- -1"'�-'�"'11-��'-"'",'--'�-'-�'-'�' I I.- ,-�';- I �-" ,-,� � , --,��I -1--,, - ;' - —I I . , , I ,� I ,, �. - . ; --- �I �. I, , "- ��,- . � � ,�"', �'- - �' ' ",�' ,,.'-,,, , ,- .- ,�- " ,., � - " I I � I I q.' I � , thence NorW 630 43. 47" East, along the northern line of said 'Parcel"l-b" (2 L.S.H. 28) and the southern boundary of County 11 Service Area R•-7, 930 feet, more or less, to the point of beginning. . Containing 41.52 acres, more or less. { - f ;- ' ' F i,y S'f E I T 4 s u ,{ `§ n 5 T 7 x ; 3 t ) V V N .36 4 4 Z t F y.:.rJ"�" F i r y r a: E ,L 1 x f xr' w, ii 1111� .x y �h;'' "'*�y > /,, ;. S 3.5' t r i' { '� Sa. i 'XI�p� r� i z c'' 'k h'' w.a x s' ' s a r �! ; I ��, r r n iL. v �E MK"rt a ;s * :, �x x 1 p d� d { t .� 5. E 'xI T Z h H4 a y rt x' 4 r . ; M . . 11 � .y. +.. � { O{ V. BOARD OF SUPERVISORS, CONTRA COSTA COUNTY In the Matter of ) RESOLUTION NO. 77/421 Initiation of Proceedings ) (Government Code §§56430-56432) for Whitecliff Way Boundary ) Reorganization ) (Walnut Creek Area) ) RESOLUTION INITIATING PROCEEDINGS FOR WHITECLIFF WAY BOUNDARY REORGANIZATION The Board of Supervisors of Contra Costa County RESOLVES THAT: Application for the subject Reorganization was made by petition filed by the landowner with the Executive Officer of the Local Agency Formation Commission of Contra Costa County on February 7, 1977• The Reorganization. proposed by application of the landowner was for the following changes of organization of certain territories: 1. The annexation of certain (Whitecliff Way Territory) territory to the City of Walnut Creek, located entirely within Contra Costa County; 2. The annexation of certain territory (Whitecliff Way Territory) to the Central Contra Costa Sanitary District, located entirely within Contra Costa County; 3. The annexation of certain territory (Whitecliff Way Territory) to County Service Area R-8, located entirely within Contra Costa County; 4. The annexation of certain territory (Whitecliff Way Territory) to the East Bay Municipal Utilities District, said Territory located entirely within Contra Costa County and said District being in both Alameda and Contra Costa Counties. 5. The detachment of certain territory (Whitecliff Way Territory) from the Contra Costa County Water District, located entirely within Contra Costa County. The reason for the proposed Reorganization is to make more meaningful, logical boundaries for the local agencies involved. On May 4, 1977, after public ?gearing, the Local Agency Formation Commission of Contra Costa County approved the Reorgani- zation, as set forth above. The particular changes of organization described hereinabove, any terms and conditions applicable thereto, and the legal des- criptions of the territories affected thereby, along with any findings, statements of supporting facts, reasons and determina- tions of the Local Agency Formation Commission relating thereto, are as more particularly described in the Resolution of the Local Agency Formation Commission of the County of Contra Costa Idaking Determinations and Approving the -,hitecliff Way Boundary Reorgani- zation, passed and adopted on Maar 4, 1977, a copy of which is on file with the Clerk of this Board. -I- RESOLUTION NO. 77/421 00453 i In approving the above-described Reorganization on May 4, 1977, the Local Agency Formation Commission of Contra Costa County, inter glia, found the property in question to be legally uninhabited, designated the proposal as "Whitecliff Way Boundary Reorganization", and designated the Board-of Supervisors of Contra Costa County as the conducting agency for the Reorganization. At 10:55 a.m. on Tuesday, June 28, 1977 in the Board of Supervisors Chambers, County Administration Building, Martinez, California, this Board will conduct a public hearing on the pro- posed Reorganization. At that ti=-- all interested persons or taxpayers, for or against the proposed Reorganization, will be heard. Anyone desiring to make written protest against said Reorganization shall do so by written communication filed with the Clerk of the Board of Supervisors not later than the time set for hearing. A written protest by a landowner shall contain a description sufficient to identify the land owned by him; a written protest by a voter shall contain the residential address of such voter. At the conclusion of the hearing, or within 30 , days thereof, this Board may either disapprove the proposed Reorganization, order the Reorganization subject to confirmation of the voters, or order the Reorganization without election. The Clerk of this Board shad have this Resolution published once a week for two successive weeks in the Rossmoor News (a newspaper of general circulation published in this County and circulated in the territory of the subject Reorganization), beginning not later than 15 days.before the hearing date. The Clerk also shall post this Resolution on the Board's bulletin board _ at least 15 days before the hearing date and continuing until the time of the hearing. The Clerk also shall mail notice of the hearing by first class mail at least 15 days beforehand and addressed in the manner provided in Government Code §56089 to each of the districts affected, any affected cities, the petitioner, and each person who has theretofore filed with the Clerk a request for a special notice. PASSED AND ADOPTED on May'17, 1977, unanimously by all Supervisors. cc: County Administrator County Assessor Public Works Director Posting City Clerk, City of Walnut Creek City Manager. City of Vlalnut Creel, East Bay Municipal Utility Disc. Contra Costa County Water Dist. Central Contra Costa Sanicar-: Dist. Mr. Lee S. Thompson, 1766 Locust St. , Walnut Creek. California 9=596 -2- RESOLUTIOi NO. 77/421 00459 n . IDCAL AGQ4CY FORMATION COMMISSION 72-7d Contra Costa County, California Description Date: 5/4/77 BY: Whitecliff•Way Boundary Reorganization' Exhibit "A" Whitecliff Way Annexation to the City of Walnut Creek (Two Parcels) Parcel One. Being a portion of Rancho San Miguel, described as followss Beginning at the intersection of the eastern boundary of the City of Walnut Creek, as established by Ordinance No. 480, passed on October 5, 1960, with the eastern line of the parcel of land described in the deed to Paul C. Petersen, recorded February 28, 1977, in Book 8219 of Official Records, page 661 j thence, leaving said City boundary in a general Southerly, Westerly and Northwesterly direction, along the eastern, southern and western lines of said Petersen parcel (8219 O.R. 661), as followss South 28" 50' 15" West, 105.40 feet; South 600 23' 40" Fast, 91.23 feet; South.20 26' 10" East, 47.05 feet; South 28" 50' 30" West, 80.85 feet; South 41" 51' 30" West, 103.39 feet; South 480 32' 40" Fast, 209.61 feet; South 880 544 West, 68.98 feet; South 1410 10' West, 46.05 feet; South 810 35' 30" West, 680.91 feet; North 450 13' West, 362.31 feet; North 180 55' West, 642.54 feet and North 140 25' 15" East, 345.04 feet to the northeastern line of said Petersen parcel (8219 O.R. 661), said point being on the eastern boundary of the City of Walnut Creek; thence South 610 09' 45" Fast, along said City boundary, 1204.33 feet to the point of beginning. Containing 19.70 acres, more or less. Parcel Two. Being a portion of Rancho San Miguel and a portion of Lot 1, Block H. Walnut Heights filed December 29. 1913, in Hap Book 10, at page 245, described as followss 00.460 f Beginning at an angle point on the eastern boundary of the City of Walnut Creek, as established by Ordinance No. 480 passed on October 5, 1960, said point being on the northeastern line of the "22.26 Acres" parcel of land designated on the Record of Survey Map filed February 6, 1975, in Book 58, of Licensed Surveyors Maps, page 34, said point being the southwestern corner of the parcel of land described in the deed to Contra Costa County, recorded Septen- ber 29, 1975, in Book 7635, of official Records, page 553; thence, leaving said City boundary, Southeasterly and in a general South- westerly and Northwesterly direction, along the northeastern, south- eastern and southwestern lines of said "22.26 Acres" parcel (58 L.S. M. 34), as followss South 610 50" 52" Fast, 671.82 feet; South 30 26" 56" West, 250.36 feet; North 86" 33" 041' West, 271.25 feet; North 690 44" 09" West, 496.61 feet; North 800 50' 39" West, 348.73 feet; South 110 351159" West, 495.07 feet; Southerly, along a tangent. curve to the right, having a radius of 530.00 feet, through a central angle of 80 43" 47", an arc distance of 80.75 feet; North 21° 43" 07" West, 66.325 feet and North 600 27" 31" West, 713.125 feet to an angle point in said northeastern line, said point being on said eastern boundary of the City of Walnut-Creek; thence Northeasterly and South- easterly, along said City boundary and the northwestern-and north- eastern lines of said "22.26 Acres" parcel (58 L.S.M. 34), as follows; North 460 17' 41" East, 4?3.39 feet; North 170 13" 42" Fast, 576.435 feet and South 610 50' 52" East, 859.00 feet to the point of beginning. Containing 22.26 acres, more or less. 00461 t. ( 73-78 74-78 Whitecliff Way Annexation to the Central Contra Costa Sanitary District To County Service Area R-8 Being a portion of Rancho San Miguel, described as followst Beginning at an angle point on the eastern boundary of the City of Walnut Creek, as established by Ordinance No. 480 passed on October 5, 1960, said point also being on the eastern boundaries of the Central Contra Costa Sanitary District and County Service Area R.8, said point being on the northeastern line of the 1122.26 Acres" parcel- of land designated on the Record of Survey Hap filed February 6, 1975, in Book 58, of Licensed Surveyors Maps, page.34, said point being the southwestern corner of the parcel of land described in the deed to Contra Costa County, recorded September 29, 1975, in Book 7635, of Official Racores, page 553; thence, leaving said eastern boundaries of the City of Walnut Creek, Central Contra Costa Sanitary District and County Service Area R-8, Southeasterly and in a general Southwester- ly and Northwesterly direction, along the northeastern, southeastern and southwestern lines of said 122.26 Acres" parcel (58 Z.S.M. 34), as followss South 610 50' 52" Fast, 671.82 feet; South 30 26' 56" West, 250.36 feet; North 860 33' 04" West, 271.25 feet; North 690 44' 09" West, 496.61 feet; North 800 50' 39" West, 348.73 feet; South 110 35' 59" West, 495.07 feet and Southerly, along a tangent curve to the right, having a radius of 530.00 feet, through a central angle of 80 43' 47", an arc distance of 80.75 feet to the eastern boundaries of the Central Contra Costa Sanitary District and County Service Area R-8; thence Northwesterly, Northeasterly and Southeasterly, along said east- ern boundaries. as followss North 210 43' 07" West, 66.325 feet; North 220 17' 18" West, 733.50 feet; North 17' 13' 42" Fast, 576.4.35 feet and South 610 50' 52" Fast, 859.00 feet to the point of beginning. Containing 18.55 acres, more or less. _ 3 - 00462 i 70-78 Whitecliff Way Anaemtion to the B►st Bay Municipal. Utility District Being a portion of Rancho San Miguel, described as follows% Beginning at an angle point on the eastern boundary of the City of Walnut Creek, as established by Ordinance No. 480 passed on October 5, 1960, said point being on the northeastern line of the 1122.26 Acres" parcel of land designated on the Record of Survey Map filed February 6, 19?5• in Book 58 of Licensed Surveyors Maps, page 34, said point being the southwestern corner of the parcel of land described in the deed to Contra Costa County, recorded September 29, 1975, in Book 7635, of Official Records, page 553; thence. leaving said City boundary, South- easterly and in a general Southwesterly and Northwesterly direction, along the northeastern, southeastern and southwestern lines of said "22.26 Acres" parcel (58 L.S.M. 34), as followss South 610 50* 52" East, 671.82 feet; South 30 26' 56" West, 250.36 feet; North 860 33' 04" West. 271.25 feet; North 690 44' 09" West, 496.61 feet; North 80' 50' 39". West, 348.73 feet; South 110 35' 59" West, 495.07 feet and- Southerly, along a tangent curve to the right, having a radius of 530.00 feet, through a central angle of 80 43' 4711, an are distance of 80.75 feet to the eastern boundary of the Fast Bay Municipal Utility District; thence Northwesterly, along said eastern boundary of the 'Ea t Bay Municipal Utility District, as followss North 21" 43' 07" West, 66.325 feet; North 220 17' 18" West, 733.50 feet; North 230 36' 51" West, 779.22 feet and North 210 38' 35" West, 105.18 feet to the northern most corner of the parcel of land described in the deed as Parcel One to Paul C. Petersen, recorded February 28, 1977, in Book 8219, of Official Records, page 665; thence, leaving said District boundary, South 63' 10' 08" Fast, along the northeastern line of said Parcel One (8219 O.R. 665), 570.25 feet to an angle point on the eastern boundary of the City of Walnut Creek; thence South 61* 50' 52" East, along said City boundary, 859.00 feet to the point of beginning. Containing 22.3? acres, more or less. - 4 - 00463 n-7a Whitecliff Way Detachment from Contra Costa County Water District Being a portion of Rancho San Miguel and a portion of Sections 5, 10 and 11, Tw mship 1 South, Range 1 West, Mount Diablo Base and Meridian, described as follows% Beginning at an angle point on the southern boundary of the Contra Costa County Water District, said point also being an angle Point on the eastern boundary of the Fast Bay Municipal Utility Dis- tract, said point being the southwestern corner of the "258.258 Acres" parcel of land designated on the Record of Survey Map filed February 6, 1975, in Book 58, of Licensed Surveyors Maps, page 32; thence, leaving said boundaries of Contra Costa County Water District and the East Bay Municipal Utility District, South 62Q OS' 16" Fast, along southern line of said "258.258 Acres" parcel (58 L.S.M. 32), 5428.80 feet to the southeastern corner thereof, said point also being on the southern boundary of the Contra Costa County Water District; thence in a general Southeasterly, Northeasterly, Southerly, Westerly and Northwesterly direction, along the southern boundary of the Contra Costa County Water District, 15.67 miles, more or less, to the point of beginning. Containing 4295.15 acres, more or less. 00461 ! S BOARD OF SUPERVISORS, COt'1TRA COSTA COU2tTY, CALIFORt'!IA AS THE BOARD OF DIRECTORS OF THE RIVERVIEW FIRE PROTECTION DISTRICT Resolution and Notice of Intention ) to Purchase Real Property - Portion ) of Assessor's Parcel 074-080-024 ) RESOLUTION NO. 77/422 Work Order 5509-927 ) (H.&S. Code Sec. 13852) ) The Board of Supervisors of Contra Costa County as the Board of Directors of the Riverview Fire Protection District RESOLVES THAT: This Board intends to buy the Real Property described in Exhibit "A" attached hereto and by' this reference incorporated herein from the State of California for the sum of Seventy Nine Thousand Seven Hundred and No/100 Dollars ($79,700.00). The Board will meet on Tuesday, June 21, 1977, at 10:45 a.m. in its Chambers,. County Administration Building, Martinez, California, to consurmate this purchase, and the Clerk of this Board is directed to publish the following, pursuant to Government Code Section 6063, in the Antioch Ledger, a newspaper of general cir- culation published in said County. NOTICE OF INTENTION TO PURCHASE REAL PROPERTY The Board of Supervisors of Contra Costa County as the Board of Directors of tSe'Riverview Fire Protection District declares its intention to purchase from the State of California at a price of $79,700.00 an approximately 12.262 acre parcel of land located approximately 1,000 feet east of Standard Oil Avenue or, the north side of Delta Fair Boulevard in the City of Antioch,as more particularly dascr;bed in Resolution Na7:, '!22of this Board and will meet at 10:45 a.m. on-June 21, 1977 to cons + ,ate the purchase. J. R. OLSSON, County Clerk and ex officio Clerk of said Board of Supervisors "r By r- Pr Deputy PASSED on May 1.7 1977, unanimously by the Supervisors present. CERTINED COPY Originator: Public Works Department I certify chat t!t!t i,,a fail!, trfe & correct copy of Real Property Division tho orlainal dorument which Is on file in my ornee. and that it rras iw,sred & adop:cd by the Dowd of Sup-rvtt-- of Contra Coate County. Callrorn!a. an cc: Riverview Fire Protection District (via R/P) th., date shorn.ATTEST: J. It. Ol_Soti. County County Administrator Clerk x ezorfirio Clerk of said Board ol3uperanort, Auditor-Controller Lv leyuty LterL MAY I7 I977 Public Works (2) _z .� on Jean L.A 11W IiESOLL'TIONT ::0. 77/422 00465) 00465I p,FSOLL`TIO:: ='IO• T7/422 EXHIBIT "A" A portion of the parcel of land conveyed to the State of California by deed recorded July 6, 1962, in Volume 4154 at Page 25, Official Records of Coatra Costa County, said portion being described as follows: Ct}MUCI116 on the southeasterly tine of said parcel at the northeasterly teratiinus of the course described as "S. 420 43' 30" W., 406.00 feet"; thence along said southeasterly line, from a tangent that bears 11. 750 34' 43" E., along a curve to the right with a radius of 1225.00 feet, through an angle of 160 031 45", an arc length of 345.20 feet; thence leaving said southeasterly line, it. 13' 00' 00" E., 49.80 feet; thence H. 72' 08' 45" U., 450.09 feet; thence H. 730 48' 35" W., 150.17 feet; thence along a tangent curve to the left with a radius of 538.0.3 feet, through an angle of 480 41' 25", an arc length of 457.20 feet; thence S. 57' 30' 00" W., 241.87 feet; thence S. 6' 45' 00" 11., 104.14 feet to the general easterly line of a I15.00 foot wide strip of land granted or to be granted to City of Antioch as a right of way for the existing road extension of Delta Fair Boulevard from Belie Drive in the City Of Antioch to Leland Road in the City of Pittsburg; thence along said general easterly line. from a tangent that bears S. 210 31' 361' E., along a curve to the right with a radius of 850.00 feet, through an angle of 18° 21' 52", an arc length of 272.44 feet to a point of reverse curvature and along a tangent curve to the left with a radius of 741.06 feet, through, an angle of 23` 36' 0511, an arc length of 305.26 feet to the general southaasterly line of said parcel; thence along last said line, 11. 62° 3" 00" E., 273.10 feet, along a tangent curve to the left with a radius of 750.00 feet, through an angle of 190 47' 3011, an arr ierztit o: `-?= to the souUmesterly teminus of abovementionad course with the length c:' ._.:i0 fee-.; _..once along said course, 11. 420 431"30" E., 4,06.00 feet to the point of commencement. COHTA't:1i:iu 12.262 acres, more or less_ There shall be no abutter's rights of access over and across the courses described above with the lengths of 49.80 feet, 450.09 feet, 150.17 feat, 457.20 feet, 241.87 feat and 104.14 feet. 00465 Nonni s IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Subordinating ) RESOLUTION NO. 77/423 Liens Against ) SUBORDINATION OF LIEN AND BETTY SUE MITCHELL ) RESOLUTION AUTHORIZING SA14E ) ) The Board of Supervisors of Contra Costa County RESOLVES THAT: On January 8, 1962, Betty Sue Mitchell executed a reimburse- ment agreement and notice of lien in favor of Contra Costa County which was recorded on January 11, 1962, in the Office of the County Recorder in Volume 4033 of Official Records at page 173. BETTY SUE MITCHELL now desire(s) to have said lien made subordinate and subject to a note and deed of trust executed by her in favor of Security National Bank through Redwood Associates, in the amount of Twenty Six Thousand One Hundred Dollars ($26,100) . BETTY SUE MITCHELL desires) subordination of said lien to enable :.er to obtain a Iaan for the purpose of purchasing a home. The Lien Committee has considered and reco-nimends this. NOW TN.E?.FORE, the County of Contra Costa, the owner and holder of said reimbursement agreement and notice of lien above- mentioned, does hereby subordinate the same to the deed of trust above-mentioned as they relate to the property described therein upon thecondition that joint tenancy interests, if any, existing or created in the subject real property be severed as to the interests of the County of Contra Costa, and it is ordered that the Chairman of the Board sign a certified copy hereof to constitute and effectuate the subordination. PASSED AND ADOPTED on lay 17. 1977 DCF:s cc: Auditor Administrator County Counsel RESOLUTION NTO. 77/423 0046'7 I r , ik. s{:y S:'1u t , :. ,.:..,.:'.. •�F�.a rets y _ . . LIEN .. -..` n^nT - - TION OF the above Resolution, the subordination.' :. pursuant to ro erty of therein ordered of the County's lien against the p . P., BETTY SUE MITCHELL oint tenancy interests;:.::. the condition thatj is hereby made upon :.. if any, existing. 0r. in the subj ct real Property be e .. severed as to the interests. of the County of Contra Costa.. . ' Mpp ., oiSti rraan G the Bo b Supervisors - f the County o f Contra Costa Of . of Cali forma state. CStIC AM=.- smE v au�ou !Y AC.CK�LsJ' FL=R7L1/. a cow a� =its ))` j 1 L : . .. .... .,: ..::..', :4,' f!^t'r.!••t'i"+T :f •Kia M' •• ... �'..'OCt. m L4:53: 1 t s: ►�:' s a C:.3 :i Css. J.W cmff y. s:a L •R iYS37A.Cad C::~ Zi:.... .s r f, �. - d AY 1719 a Y.;.. DCF:S '...:. :...: _ 00458 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA Abandoning a portion of ) RESOLUTION No. 77/425 Canal Alley in Pacheco area. ) Date: May 17, 1977 ) ' Resolution & Notice of Intention To Abandon County Road (S. & H. Code §9956.8,958) The Board of Supervisors of Contra Costa County RESOLVES THAT: Pursuant to the Streets and Highways Code it declares its intention to abandon the hereinafter described County Road. It fixes Tuesday, June 28, 1977 at 10:45 a.m. (or as continued) in its Chambers, Administration Building, 651 Pine Street, Martinez, California, as the time and place for hearing evidence offered by any interested party as to whether this road is unnecessary for present or prospective public use. This matter is referred to the Planning Commission for report before the hearing. The County Clerk shall have notice of this matter (1) published in the Morning News Gazette, a newspaper of general circulation published in this County which is designated as the newspaper most likely to give notice to persons interested in the proposed abandonment, for at least two successive weeks before the hearing and (2) posted conspicuously along the line of this road at least two weeks before the hearing. DESCRIPTION: See Exhibit "A" attached hereto and incorporated herein by this reference. PASSED unanimously by Supervisors present. cc: Director of Planning Public Works Director Draftsman (4) Mr. Joseph Casaglio 4910 Milano Way Martinez, California 94553 Contra Costa County Water District Stege Sanitary District of Contra Costa County East Bay Municipal utility District '- Oakley County Water District San Pablo Sanitary District RESOLUTION N0. 77/425 00469 Canal Alley Road Croup No. 3975 EXHIBIT "A" ABANDONMENT .Portion of Block 1 of the originalsurvey of the Town ..of Pacheco:made by Dan Small, 185S, and shown.on the map entitled "Hap of Pacheco, Contra Costa County, California,; 1869-1896", filed in 1869 in Book_E of !taps, at page 95, `Records of Contra Costa County, California, described as follows: That portion of Canal Alley lying,between the easterly prlongation of the southerly line, of Lot 69 and the easterly prolongation of the northerly line of Lot 68 as said alley and lots areshownon said "Map of Pacheco" (E MB 95). Excepting therefrom that portion of said alley lying within the right of way for State Freeway 680: j Containing an area of 0.097 acres (4212 square feet) of land more or less. Bearings and distances used in the above description,:are ' based on the California Coordinate System Zone III. • To obtain ground distance, multiply distances used by 1.0000614. 00470 .a C, III THE OARD OF SUPERVISORS OF CONTRA.COSTA COUNTY, STATE OF CALIFORIIIA In the hatter of FINGERPRINT RETRIEVAL SYSTEM � RESOLUTION KO_ 77/420' 141HEREAS the County of Contra Costa desires *to undertake a certain project designated Fingerprint Retrieval System, to be funded in part from funds made available through the Omnibus Crime Control and Safe Streets Act of 1963, PL 50-351, as amended, (hereafter referred to as the Crime Control Act) administered by the Office of Criminal Justice Planning, (here- after referred to as OCJP). NOW, THEREFORE, BE IT RESOLVED that the Chairman of the Contra Costa County Board of Supervisors is authorized, on its behalf to.sub;sit the attached Application for Grant for Law Enforcement Purposes to OCJP and is authorized to execute on behalf of the County of Contra Costa the attached Grant Award for Law Enforcement Purposes, including any extensions or amendments thereof. BE IT FURTHER RESOLVED that the applicant agrees to provide all matching funds required for said project (including any extension or amendments thereof)under the Crime Control Act and the rules and regulations of OCJP and the Law Enforcement Assistant Administration and that cash will be appropriated as required thereby. BE IT FURTHER RESOLVED that grant funds received hereunder shall not be used to supplant law enforcement expenditures controlled by this body. PASSED by the Board on May 17, 1977. Orig: Sheriff-Coroner cc: OCJP Criminal Justice Agency of Contra Costa County Auditor-Controller County Administrator :�31XJU77_0:4 110. 77142611 00471 GRANT AWARD , The Office of Criminal Justice Planning, hereinafter designated "OCJP", hereby makes a grant award of funds to 1. Contra Costa Count hereinafter designated "Subgrantee", under the provisions of check one Title 1, Part C , Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351), as amended, herein Tt—& designated "Crime Control Act" (or) [( Juvenile Justice and Delinquency Prevention Act of 1974 (PL 93-415), hereinafter designated "Juvenile Justice Ac.", in the amount and for the purpose and duration set forth in this grant award. Program Category 2-.+ i13 Improve Deterrents Detection and Aoorehension" 2. Project Title Awa No. s �. •�'^17� fes'�.�'�'.�? Fingerprint Retrieval System ranterio�c ' 6. 711/77 - 9/30/77 3. Project Director Name, Addcess, Telephone) Federa Amount 7. $4680 Harry D. Ramsay, Sheriff Coronertate uy- n P.O. Box 391 8. $ 260 Martinez, CA 94553 Appl1cant Hard Match •(415) 372-2402 9. $ 260 Financial Officer Name, Address, Telephone) Ot er Mate on y 10. H. Donald Funk Total Project Cost Auditor-Controller 11. $5,200 Room 103, Finance Bld . Marnei This' grant award consists of this title page, the application for the grant which is attached hereto as Attachment A and made a part hereof, and the Standard Grant Award Conditions which are attached hereto as Attachment B and made a part hereof. The Subgrantee hereby signifies its acceptance of this grant award and agrees to administer th3 grant project in accordance with the terms and conditions set forth In or incorporated by reference in this grant award and the applicable provisions of the Crime Control Act identified above.. The Subgrantee certifies that federal-and state funds received will not be used to rep3ace loc unds that would, in the absence of such federal and state aid, be made ta00,,rth;,;!;;i1ty being supported under this agreement. 4Datet�lAY 171977 OFFICE OF CRIMItdAL JUSTICE PLANNING, Official ^Aut— pori e o slip for Subgrantee STATE OF CALIFORNIA Name: W., N. BoCgess j Title: Cha;rmnn, Bard of Supervisors !./'��/!% :;'::•c. ,` =s �:.�7 -Telephone: Executive Directors UCJPa�to Address: SPECIAL DEPOSIT FUND LEAA, Fiscal Year 7 GENERAL FUND ss$T X hereby certify upon. mg, vwvt personal ITEM 45. bwwzedge trar, budgeted funds cre availabte « .;" `-. : - .y "-- for t3-.e period and purpose of this e-pendi- ;��-=-7"-",?" :?�" �'� .1 ttt7r'e,'b` aced above. r,[^ 3 r;► � f 301971 r .; y l'� •1 -�R' UN Cr.ce or C•aseoal J v':c= Pl=mr -z /+ `OCJP Fiscal Officer 7)71 '.•:':•'`' CW.e / -76 -2- Sua=ics:c, Uiicrua 5r3n t- VCJP form 502 Revised 7-1 '00472 !! 004 f� i�e i PROJECT : 1937 13. CERTIFICATION OF FORMULATION AND MAILABILITY OF EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I, John Quartarolo (Project Director or other autho- rized official) certify that the Sheriff-Coroner's Office (criminal justice agency) has formulated an equal employment opportunity.program in accordance with 28 CFR 42.301, et seq., subpart E, and that it is on file in the office of Harry D. Ramsay (name), Martinez, CA (address), Sheriff-Coroner (title), for review or audit by officials of the cognizant state planning agency or the Law Enforcement Assistance Administration, as required by relevant laws and regulations. Si ned /dministrative S rv' (Title) 5Z3 -T7 (Date) • -3- 00473. 14. NEGATIVE DECLARATION i GENTLEMEN: In accordance with the procedures for the preparation of environmental impact statements, an environmental assessment has been performed on the proposed agency action below: Fingerprint Retrieval System (Title of Project The assessment process did not indicate a significant environmental impact from the proposed action, and the project will not involve any of the following: a. New construction projects. b. The renovation or modification of a facility which leads to an increased occupancy of more than 25 persons. c. The implementation of programs involving the use of pesticides and other harmful chemicals. d. The implementation of programs involving microwaves or radiation. e. Research and technology, the anticipated or intended future applica- tion of which could be expected to have a potential effect on the environment. Consequently, an environmental impact statement will not be prepared. An environmental impact appraisal, which summarizes the assessment and the reasons why a statement. is not required, is on file at the above office and- will be available for public scrutiny upon request. Sincerely, S' nature of P ect Direc or her authorized official) -4- 00471 OFFICE OF CRIMINAL JUSTICE PLANNING 1 15. PROJECT BUDGET BUDGET CATEGORY AND LINE ITEM DETAIL COST. A. Personal Services- Salaries 1 Fingerprint Examiner @ $1453 (3 months) full time position. Supervising Criminalist will be providing supervision of this position. $4359 j i TOTAL $4359 -6- 004745 OFFICE OF CRIMINAL JUSTICE PLANNING PROJECT BUDGET BUDGET CATEGORY AND LINE ITF14 DETAIL . 8. Personal Services - Benefits COST- Retirement, State Comp, Health Insurance (16%) $841 w 1 - f S f i TOTAL 1. ---- - 00476 FICE OF CRIMIMPL JUSTICE PLANNING PROJECT BUDGET I BUDGET- CATEGORY AND LINE ITEM DETAIL COST - G. Equipment Pages 8, 9, 10 & 11 not appropriate. CATEGORY TOTAL 16. PROJECT TOTAL $5,800 17. FUtlO DISTRIBUTION FEDERAL STATE LOCAL a. Amount of Funds (a) 54680 (b) S 260 (c) $ 260 b. Percentage of Funds 90 5 5 -12- 00477 -. 18. Problem Statement Due to staff limitations and budget restrictions, there was no viable system in Contra Costa County for the identification of unknown responsibles based on single latent fingerprints developed at scenes of crimes. Matching known offenders with crime scene latent fingerprints was limited to hand searching a select group of known offenders and proved both inefficient and ineffective. 19. Organizational Qualifications : N/A 20. Project Objectives The project objective is to increase the number of fingerprint identifications in criminal investigations, particularly in the area of burglaries, by means of a single fingerprint retrieval system. 21. Methodology One-full time fingerprint examiner is assigned to the project. The examiner classifies inked fingerprint cards of known offenders for the system, operates the retrieval system and compares these finger- prirgts with fingerprints developed at crime scenes. 22. kb rk Schedule N/A 23. Management Records The number of individuals identified as the result of the system's operation will be recorded. 24. * Project Assessment Design . Comparisons of hits recorded prior to the system's implementation and after the systems implementation will provide the measure of objective attainment. 25. Plan for Assumption of Cost The Sheriff-Coroner's Department budget has been submitted for the fiscal year 1977-78. A request for a full time fingerprint examiners position is contained in that budget and will become effective upon Board of Supervisors approval on 10-1-77. o _ 00178 Its THE BOARD OF SJPERI/:SORB OF CONTRA COSTA COU:;TY, STATE OF CALIFORUTA In the Batter o COUNTY-FIDE STRIKE FORCE ) RESOLUTION! ti0._ 771447 WHEREAS the County of Contra Costa desires to undertake a certain project designated County-:aide Strike Force to be funded in part fron'€unds made available- through the Omnibus Crime Control and Safe Streets Act of 1968, PL 90-351, as amended, (hereafter referred to as the-Crim Control Act) administered by the Office of Criminal Justice Planning (hereafter referred to as OCJP). NOW, THEREFORE, BE IT RESOLVED that the Chairman of the Contra Costa County Board of Supervisors is authorized, on its behalf to submit the attached Application for Grant for Lat1 Enforcement Purposes to OCJP and is authorized to execute on behalf of the County of Contra Costa the attached Grant ftard for Law Enforcement Purposes, including any extensions or amendments thereof. BE IT FURTHER RESOLVED that the applicant agrees to provide all m atching funds required for said project (including any extensions or amendswnts thereof) under the Crime Control Act and the rules and regulations of OCJP and the Law Enforcement Assistant Administration and that cash will be appropriated as required thereby. BE IT FURTHER RESOLVED that grant funds received hereunder shali not be used to supplant last enforcement expenditures controlled by this body. PASSED by the Board on May 17, 1977_ Orig: Sheriff-Coroner CC. OCJP Criminal Justice Agency of Contra Costa County Auditor-Controller County Administrator .'13'lj i35_ !-/.:27 00479 i QMCE OF CRIMINAL JUST ICE'P4" GRANT AWARD The Office of Criminal Justice Planning, hereinafter designated "GCJP", hereby makes a grant award of funds to 1. -2"ntv of (•n"'-•a Cn,ta hereinafter designated "Subgrantee", under the provisions or cilec!: one) Ig Tit e , Part C , Omnibus Crime Control and Safe Streets Act of 1953 (PL 90-351), as amended, herein ter designated "Crime Control Act" (or) Q Juvenile Justice and Delinquency Prevention Act of'1974 (PL 93-415), hereinafter designated "Juvenile Justice Act", in the amount and for the purpose and duration set forth in this grant award. Program Category 02.1.1.3 - Improve Deterrents, Detection and Apprehension"- . Project Title Award Ho. 5.4-1 If 33- V-77 County-Ytide Strike Force Grant Period 6.6-1-77 - 12-31-77 3. Project Director Name, Address, Telephone) Federal Amount Harry D. Ramsay, Sheriff-Coroner 7: 129,902 P. O. Boy. 391 State Buy-In Martinez, CA :94553 8. 7,217 .(415) 372-2400• p;t scant Hard hatch • 9, 84,548 . FinanciaOfficer Nasma, Address, Telephone) Other Match JJ only) H. Donald run-*, Auditor-Controller 10. Finance Building Total Project Cost Martinoz, CM . 94553 (415) 372-2181 11. 221,GG7 This grant award consists of this title page, the application for the grant which is attached hereto as Attachment A and made a part hereof, and the Standard Grant Award Conditions which are attached hereto as Attachment B and made a part hereof. The Subgrantee hereby signifies its acceptance of this grant award and agrees to administer.the grant project in accordance with the terns and conditions set forth in or incorporated by reference in this grant award and the applicable provisions of the Crima Control Act identified above. The St grantee ertifies that federal and state funds received will-not be used to re� oc runds that would, in the absence of such federal and state aid, be made a z; � 7� dr•the acti being supported under this agreement. '�G� f OFFICE OF CRIMI14AL JUSTICE PLAINNI�'G, - %• ateRlpY 17 1917 •t• /324-IL. attherized sign for Subgrantee STATE OF CALIFORNIA flame: W N. Rnnnoss Title: Chairman, Board of Supervisor, ,.vim-'! Telephone: Executive Director, OLJP D^_e Auldress: Ltreby .,Oy tram.On ca-Zewn r..es- SPECIAL DEPOSIT FUND LEAA, Fiscal Year 7� � GEt1 r" `°"''�"d `""• '"d �t3i{�4aw�a4��it+oa++pr 1•e�+ Ceaa.::s.wt of Genwd Sank" opre-1. 3 herc?p, ccrt:j;,t ts_^or. mj cun. geracraZ ITEti ME r jil:G'.1�•: v �j•�:t �t!y.^�8^�. LJ'& = .^.IlC L-zb7.$fLor tr,:}:,.pan:cc and pts posa o� te.i3 ..•Jyt'. r- E V tza,--. ct"cd ar=c. •� 5 Office of edninol JuZsC1 Plar: 4(N 7171 Bowling Drive Vf�ll Vl1 e _- • Fig 1 f r la €aofilr,;?�'�::i:yS',..d'0arzer �. Ff ' r .- FIS � r. r REGION: G PROJECT #.- 1933 13. CERTIFICATION .OF FORMULATION AHO AVAILABILITY . OF EQUAL. EMPLOYMENT OPPORTUNITY PROGRP14 I, John Miartarolo (Project Director or other autho- rized official) certify that the Sheri ff-t`oronar•s Office - (criminal justice agency) has formulated an equal employment opportunity program in accordance with 28 CFR 42.301, et seq., subpart E, and that it is on file in the office of Marry D. Ramsay (name), Martinez, California (address), sheriff-Coroner (title), for review or audit by officials of the cognizant state planning agency or•the Law Enforcement Assistance Administration, as required by relevant laws and regulations. •�/ 1tt •� �Cct i►• _ Signed Admin. Services Assistant (Title) 1 &7 Date 00481 . -3- y Y . i 14. NEGATIVE DECLARATION GEIITL84EII: In accordance with the procedures for the preparation of environmental impact statements, an environazntal assessment has been performed on the proposed agency action below: County-bide Strike Force (Title of Project The assessment process did not indicate a significant environmental impact from the proposed action, and the project will not involve any of the folloriing: -a.. Nei-construction projects: '• ' b. The renovation or modification of a facility which leads to an Increased occupancy of more than 25 persons. c. The implementation of programs involving the use of pesticides and other harmful chemicals. d. The implementation of programs involving microwaves or radiation. e. Research and technology, the anticipated or intended future applica- tion of which could be expected to have a potential effect on the environment. . Consequently, an environmental impact statement will not be prepared. An environmental impact appraisal, which summarizes the assessment and the reasons why a statement is not required, is on file at the above office and will be available for public scrutiny upon request. Sincerely, 7 Signature bf Project Director or ether authorized official) 00482 -4- OFFICE OF CRIMINAL JUSTICE PLANNING 15. PROJECT BUDGET BUDGET CATEGORY AND LIKE ITEM DETAIL COST A. Personal Services- Salaries 1 Lieutenant @ $2,000 per month $14,000 2 Sergeants @ $1,800 per month 25,200 1 Deputy District Attorney 0 $1,800 per month 12,600 6 Detectives @ $1,600 per month 67,200 1 Steno Clerk @ $900 per month 6,300 1 Evaluation Analyst @ no more than $10.00 per hour 4,900 Overtime & Holiday Pay * Based upon a three year operating experience. TOTAL $152,000 00483 - -6- . MEMO llwwwwwwmw��— OFFICE OF CRII-1I11AL JUSTICE PLANNING PROJECT BUDGET BUDGET CATEGORY AiD LIRE ITEM DETAIL COST B. Personal Services - Benefits Retirement, State Coma., Health Ins. (22% sworn, 17% non-sworn) $31,417 TOTAL $31,417 _ 00481 OFFICE OF CRIIIINAL• JUSTICE PLANNING • PROJECT BUDGET BUDGET CATEGORY At,O LINE ITE13 DETAIL COST F. Operating Expenses Office Space, $1,000 per month $ 71000 Vehicles, ]eased 5 @ $175 per month 6,125 Vehicle Operation & Maintenance $175 per "vehicle per month 6,125 Telephone 1,500 Buy Fund 14,000 Office Supplies 1,400 Communications 700 Insurance 700 Burglar Alarm 245 Xerox Rental 455 Personal Services 1. Salaries - Based upon an average wage scale of those agen ies contributin§ personnel. 2. Employee Benefits - Computed at 22% for sworn, 17% for non-sworn personnel. Includes retirement, state compen- sation insurance and medical insurance. , Supplies and Operating Expenses 1. Offfce S ace - Rental of approximately 1700 square foot office, includes utilities and maintenance. 2. Vehicle - Will provide'5 vehicles which will allow sufficient mobility of the unit's personnel. 3. Vehicle Operation & Maintenance - Based upon 5.15 per mi a at approximately 1,100 miles per vehicle per month. 4. Telephone - Includes estimated toll cost and-long distance calling. 5. Buy Funds - Buy funds are to be used for the purchase of narcotics and for the purchasing of information. This money will be under direct control of the Strike Force Director and its control will be in compliance with OCJP requirements as set forth in the Fiscal Affairs Manual. 6. Office Supplies : Will provide for expenses incurred for general office supplies. 7. Cou nunications - Covers radio maintenance and radio dispa ch costs of the unit. 8. Insurance - Provides for required insurance for 5 vehicle rented by the unit. 9. Burglar Alarm - Will provide the monthly charges for main tenance of burglar alarm system installed at the unit's . office. Confidental records and other documents necessit to such precautionary measures. 10. Xerox Rental - Provides for rental of copy machine to be housed in unit's office. TOTAL $38,250 CE OE CRI['lIlu�L JUSTICE PLl,►tf{IItG PROJECT BUDGET BUDGET CATEGORY AND LINE ITEM DETAIL COST G. Equipment Pages 8, 9, 10 not appropriate » . . .r . ..tom.v . .... . •. . ... • ... . .. . .• .. ..b.. r.yr f. .« .• .i.jrr.+• . •.. .t�...�_.y•2.. ..i•••.......h.._ y.•. .R.•.. �.... .¢s_•R.N •.•.%..... .x CATEGORY TOTAL 16. PROJECT TOTAL $221,667 17. FUI.D DISTRIBUTION FEDERAL STATE LOCAL a. Amount of Funds (a) 129,902 (b) 7,217 (c) 84,54.9 b. ' Percentage of Funds 58.60 3.26 38.14nn V0 _ -12- UI ,uuth la) 1l.`-3.9UL (b) 1.217 c 814,548 58.60 3.26 38.14 b. ' Percentage of Funds -12- . 13UDGET SU;:.mlA iY FOR GRAFT PROJECT Budget Catnaory First Year Second Year Third Year *Fourth Yc Personnel Services Salaries, $180,728 $193,203 $243,995. $152,000 Personnel Services Benefits 3 ,840 36,209 50,088 31,417 Travel 2,000 2,000 250 --- Consultant Services -- -- -- -- Construction -- Operating Lxpenses 50,040 48,500 62,000 38,250 .Equipment _ `- _ 11,170 5,000 � • - r- -• Total "$277;778 $284;912 " ""` ''$356*,333" - $121;667 Fund Distribution of Totals Federal _$. 250,000 167,500 210,429 12Y,902 • � - 90 58.8 59.05 58.6 13;883 _ -�-• .9,30E> •11,690 7;217 -Stag $, ' . - .. . 5 3.3 .3.;28 = 3.26 - Vocal $ -1-3,889 108;106 134,214' -84,548 % 5 37.9 37.67 38.14 *Seven months _ -13- 00487 Probl em*Statement: The problem addressed by this project is the drug availability in Contra Costa County. Because of the lack of sufficient resources, enforcement beyond the street level has been non-existent. (Reference "Report on the Contra Costa County Narcotic Strike Force" by Karen Brorm, pgs. 1-3.) Project Objectives: Reference Brown report, pgs. 7-8. Methodology: The Narcotics Strike Force will continue to operate as a specialized division of law enforcement throughout the County. The County Police Chiefs Association established a representative committee of their membership to oversee the operations of the Strike Force. The committee consists of five members, representing the broadest cross section of cities within the County. The committee is referred to as the Board of Directors, Narcotics Strike Force and meets monthly or at the call of the chairman. Four members constitute a quorum and a vote of three is required to carry a motion. The Strike Force is staffed by eleven personnel. They are one director; a lieutenant, who is responsible to the Board of Directors for directing the administration and operations of the unit; Wo team leaders; sergeants, each responsible for the supervision of a three-man detective team; six detectives actively engaged in the investigation of major traffickers of narcotics throughout the County; one deputy. district attorney responsible for research, consulting, prosecution, and special legal documents to aid in the investigative process, and one steno clerk assigned to necessary office duties. All personnel are on loan from a Contra Costa County law enforcement agency. Policy direction is the function of the Board of Directors. Policy is concerned with such issues as intra-county relationships, personnel considerations, evaluation of the Strike Force effectiveness, budget and cost accounting, and community and public information and relations. The administration and operational directions are the function of the Strike Force Director. He is concerned with local, county, state. and federal relationships as well as the overall operational strategy of the bureau. The director reports to the Board of Directors on a monthly basis regarding the progress and problems of the Strike Force. The monthly reports to the Board are in written form. A general bi-monthly meeting is also held with the Board of Directors and the minutes of those meetings are recorded. -The purpose of the reports and meetings are to analyze and evaluate factors associated with the effectiveness of the Strike Force operations. This analysis of effectiveness provides a basis for project control and evaluation. _1_ O0488 The Strike Force is a supplement to and not a replacement of existing narcotics investigative iranpower employed by law enforcement agencies in the County. The Strike Force thus uvrks with existing narcotics enforcement resources through cooperation and sharing with local agencies. This makes available not only equipment and personnel of the Strike Force, but also equipment and personnel existing throughout the County. Jurisdictional boundaries do not effect the Strike Force's operations County wise. The office for the Strike Force for purposes of eacy access to County Jail, Communications, Records, and evidence laboratories is located in central county, however, physically away from existing law enforcement facilities. Investigations originate from Strike Force or from local , state, or federal agencies with approval of the Strike Force Director and represent a concerted effort to apprehend major traffickers of narcotics and dangerous drugs. All persons arrested by Strike Force are booked enroute through the agency having jurisdiction. The Strike Force has compiled, evaluated, formalized, disseminated, and coordinated action of information from local police departments, state and federal agencies regarding drug violators, their actions and their locations. The Strike Force also maintains a statistical system of narcotic and drug abuse investigations and apprehensions on a county-,ride basis. The combination of the intelligence/statistical files is made available to any law enforcement agency concerned with combating the narcotic and drug abuse problem primarily, but is also available to law enforcement agencies i=lved in other criminal matters. Confidential expenditures and informant control operations of Strike Force comply with all provisions of the LEAA Fiscal affairs Manual Section 2900 and other federal laws and rulings in these regards. Management Records: Records of various types consistent with narcotics investigations are' maintained and controlled by the Director of Strike Force. Records consist of case files, alpha files, nickname files, booking sheets, running logs, informant control files, and activity reports to name a few. Authorized Strike Force members designated by the Director may disseminate narcotics information to any local law enforcement, state or federal agency. Special reports also are utilized to control expenditures insuring conformance to the budget. For report and evaluation purposes, records are maintained upon the utilization of outside technical resources such as the use of equipment, personnel, facilities, or services of these other agencies. Plan for Assumption of Costs: During the next several months, joint meetings of all involved agencies will be taking place. At these meetings the various alternatives to continuous funding of the project will be considered. Support for continued funding has been enlisted from all law enforcement agencies and it now remains to be determined if: 1) can all governmental entities involved in the project continue to economically support the project, and 2) if so, what method of funding is most advantageous. -2- 00489 is , j -.lith eimLies involved in the project continue to economically support the project, and 2) if so, what method of funding is most advantageous. 00489 Project-Assessment Design: A. Ultimate Objectives 1. Reduce the illegal use of narcotics and dangerous drugs. This objective is beyond the scope of project evaluation. There is no measurement of drug use either before or after law enforcement occurs. 2. Reduce the availability of illicit narcotics and dangerous drugs to present and potential users. This again is beyond the scope of project evaluation. There exists no informatiion on drug availability. B. Intermediate Objectives 3. Reduce the level of illegal narcotics trafficking in terms of the number of major dealers arrested and the types of quantities of narcotics and dangerous drugs seized by the Strike Force. This is being evaluated by recording all activities of the Strike Force as to arrests and seizures. ' This is compared with similar data for existing law enforce- meet agencies in the County both during and prior to the Strike Force's operation. Improve the quality of investigations and arrests. Using three indicators of good investigations and arrests, namely: a) the offenses for which an individual is arrested, b) the charges that are filed by the District Attorney's Office and, c) the prosecution record of those arrested and charged, comparison will be made betrreen existing law enforcement agencies in the County and the Srike Force. C. Operational Objectives 5. Increase the coordination and cooperation relating to the exchange of inforaation regarding narcotics activity between- County law enforcement agencies and among local, state and federal agencies, developing an operational narcotics intelligence network. Interviews will be conducted periodically with all law enforcement agencies in Contra Costa County. Realizing the limitations of such interviews, this information will have value insofar as problem areas may become more apparent. 6. Increase coordination and cooperation in enforcement activity between County law enforcement agencies and among local, state and federal agencies as it relates to controlling illicit activity. Again interviews will be conducted to establish possible strengths and weaknesses that may exist. D. Secondary Evaluation Objective 7. Determine impact on those crimes related to the sale and use of narcotics and restricted dangerous drugs. Comparative statistics will be documented for specified crimes prior to and during the operation of the Strike Force. Although definite conclusions -3- 004M , will be difficult such c�arisions, if not impossible, to dray, from Of the influence ofthe will serve as a possible indicator e Strike Force. WAS AMMIT t,a v } a yk ° a f } _ qy­ too 4. , b � two YOE y '..k /m F QQR 4 � v pr r y ° t! X'� 020,40, z z a yh n y� t s `Bti as a"1Own wom"M'i �.5 s -4- 00491 -...... - ..... - -. k "fie "„; .: .. REPORT ON 7IIE CONTRA COSTA''COUtJTY ' 1 r IIARCOTI C STR 1 KE' FORCE ,s , _ � � - xfii f�pw� r 1933 3' .' �� x r •., k -- 7 x 3 �-ret r""'' 7 8 , x , tf f F 6Y r r , Karen.'Brown. Evaluation Ana)yst .. _ lF Y �. �/, �. v.� •_ i k 5 Cry �'. '•� x a. t ' ' t 4 .. ; .� 4 S S • �� D w b" ?%�L r4µ . >~f . k A . - ,,T x�,c *x t t r �, 1 ' i z „� s�'z" } a k 4 l . t `•' "V 1 a y �. ti'>xxr e{ at ,r� ^' N' ,,+. "".Y 7 ,+ 3 �xX; � t. "'- "` r J x t m '3,"$" a' - ,� s -r✓ y " k tr f� y rp- 3t.n w' r �. # 1 . M - -, , . �: ,? <l' fl t.n eI 11 N > � ,r , x F ', , wommoli 3"'+^t `� df 7�, �, J C - ._ , Z--.,.r: AC11j10:JLEDGIiEyTS • ' 1 would Like to thank assistance in the Strike Force Redfern Preparation of Personnel for Clausen.�� Sergeant thig report, particularly Robinson and Ledford, and Secretar�'L�eUtenant t ►couldY Carolyn also like to thank Janet Toke Agency, for her help in or cud of the Criminal Justice 9anizatio.1 and editing. cc Finally, 1 appreciate dep rvtiewss h throughout thhe e county. to rw_ by y poi ice tY,.in terms of both data and , s -_ 00493 f 00493 q • TABLE OF CONTENTS . The Drug Problem Drug Use Drug Dealing •1 � 1 Narcotics Enforcement in Contra Costa County 4 Levels of Enforcement and Responsibilities Concept of the Strike Force 4 Nanpotier and Budget Considerations in Contra Costa County 8 Combating the Drug Problem 13 Comparative Analysis of Benefits in Investigation 17 Benefits to Society Benefits to Lau Enforcement 17 ImPi cations fof.-tbe..Fut}tre. 21 __ - 00494 c3 I. THE DRUG PROBLEM Drug Use Contra Costa County is considered to be an area of drug availability, due to its proximity to coastal areas and Mexico. According to a federal Drug Enforcement Administration (DEA) intelligence unit supervisor, the primary drugs in the county are heroin, PCP and cocaine. Strike Force personnel concur with this assessment, adding that other major drugs in the county include marijuana and methamphetamine. Estimates of heroin addiction in the county have ranged from 1,000 to 9,000 addicted individuals, of a total county population of 582,829 persons (as of 1975). These addiction estimates have come from a number of sources. The Baden formula of 200 addicts per overdose death; a percentage of the national addiction population, based upon the population of California and Contra Costa County; and a flat estimate of It of the county population, interviews with law enforcement officials have indicated that drug use is spread. throughout the .county, although.it is more visible in certain areas.„ Easy access to transportation means that drug users can go to ­'oiher*cities to acquire drugs. rhos, drug availanaitiiV•and* use' cannot be'accurately described in terms of specific jurisdictions. for example; although drug use may be more visible in Richmond, many of those individuals may be from other parts, of the county. Nobility has determined that both drug use and drug dealing are nonjurisdiciionai in nature: Drug Dealing The following discussion presents a description of four different levels of drug operations with corresponding examples of individual operations iii Contra Costa County. (1) Street Dealing: The most visible areas in the county for street dealing are north Richmond, lower MacDonald Street (Richiiond), Slack Diamond street (Pittsburg) and El Pueblo. Typically, there are a number of people congregating in these areas who deal in all kinds of drugs and property. Addicts and other users commute into these areas throughout the day; the contacts they make either sell directly to them or steer thein to the type of dealer they desire. The Strike Force believes that the addict population seen in these places include addicts from other parts of the county. The purity of heroin at this stage is 3$, which is standard for street dope; it is primarily sold in $10 bags which contain approximately .25 grams of heroin. At this level, standard quantities are a grass of cocaine ($60-$80) and a spoon (two granas) of methamphetamine ($20). Street level drugs are also sold from dealers' homes, often as a result of contacts made on the street. These operations can range from dealing to^a few selected customers to all-day traffic. Dealers i 0049 - also make deliveries in response to phone calls. At this stage, dealers begin to specialize in certain drugs. The quantities sold and corresponding prices are gcL-.!rally the same as on the street. These operations exist throughout the county. H.C., a street-dealer ►aor'red by the Strike Force, lived in Berkeley and dealt heroin from a street corner in Horth Richmond. His two sons and `girlfriend also dealt for him -- both on the corner, and; to a lesser extent, from their hones. Both of his sons are heroin users. His girlfriend's house was used for cutting and bagging. In addition to dealing in Richmond, intelligence reports indicated that he was also supplying heroin to certain ir:dividuals in Pittsburg. It is estimated that H.C. was able to sell 500 $10 bags of heroin per day; he dealt to known customers or to friends of known customers. H.C. bought his drugs from an individual who sells large amounts in the Oakland-Berkeley area, believed to supply most dealers in North Richmond. (2) Wholesaling: Wholesale dealers are closer to the drug source. Fewer of these dealers are users and they, too, operate from their homes and"make deliveries to key people. The drugs that they handle" -^ , --- • -are-purer-and-in larger'quantities'than street=l•evel;'-they sell their drugs to the street dealers who cut them for street selling. At this level, the purity of heroin is 8%-12%; a standard quantity of heroin is t..,o grams, sold for $100. Cocaine and methamphetamine are sold in quantities of one-quarter ounce to one ounce. G.W., a user-wholesaler -living in Antioch, dealt to street dealers in the Antioch-Pittsburg-area. Drugs.sold by him ti:ere frequently- _ used by_addicts in Walnut Creek, Concord and Martinez. The purity . of his heroin was generally 6% --•16%. He was capable of dealing a minimum of two to three ounces per week (approximately $3000 t:brth). With the assistance of a runner, he bought his heroin from sources in = Palo Alto and Berkeley. (The drugs from this source have been distributed as far north as Santa Rosa and as far south as Bakersfield.) (3) Supplying: Suppliers deal to even fewer people, and deliveries . become more common rather than selling drugs from their homes. Heroin sold at this level is 20% - 30; pure. Drugs are sold in quantities from one-quarter ounce to multiple ounces; marijuana is sold in multiple pounds. Suppliers may have close connections -to a synthetic drug lab. V.S.., a user/supplier, lives in San Pablo and has a partner in E1 Sobrante. Intelligence reports indicated that V.S. was never out of dope, which he sold to wholesalers. His runner, a woman from Pittsburg, was sent to San Diego two to three times a week, to buy forty one-quarter ounce bags of heroin each time. V.S. dealt to wholesalers in Oakland, Richmond, San Pablo, Reno and San Francisco. His runners who dealt dope are from Concord and Pinole. V.S.' weekly quantity of heroin was approximately worth $30,000. (4) Importing: Ir..porters bring drugs into the area from San Diego, Mexico, etc.; this category includes individuals who operate 004960 synthetic drug labs, as well as investors and bankers. Few of these individuals are drug users; many of them personally never handle drugs at all. Importers' heroin may run as pure as 70%;. the drugs are sold in multiple ounces or pounds. U.S. is unique as an importer --although he deals to wholesalers and suppliers, he has also continued to deal street drugs in the small geographical area in which he has lived for a long period of time. A self-employed cement contractor, he is both a non-user and "establishment". Drugs from his operation have been traced to Pittsburg, Antioch, Concord and*Hartinez. It is not known where he acquires his drugs. He is considered an importer because of the consistency with which he can deliver high purity and high quantity heroin. In only one seizure at his house, the Strike Force found approximately one-half pound of 65% pure heroin, worth approximately $26,800. As the level of drug dealer gets higher, the number of clients with whom he deals becomes smaller. Dealers use various protective strategies to insulate themselves from detection. Dealers may deal only to individuals they know or only-to individuals who will use . - .:.. .. . ._..the drugs .in front of-them. Conversely, dealers may never-see any, - • •� clients at all, by always using others to do the actual selling. Hany individuals invest in drug operations as speculation; they have no greater contact with the operation than to provide an initial investment and later receive financial benefits. Large dealers who continue to deal.at. the street level obviously run a higher risk of detection; they are, however, more likely to male a large profit, "since they are able to "cut" the drugs to street level purity and* •• quanti ty, thus stretching' the'amount of money they receive for-the amount of drugs they sell. 00497 t 11. NARCOTICS EIIFORCEHENT 1 N CONTRA COSTA COUNTY .Levels of Enforcement and Responsibilities Narcotics enforcement at the local level varies according to the, responsibilities of different divisions in the police department. t (1) Patrol: Patrol's main functions are to respondto calls for service and to look for visible illegal activity t:hile patrolling the beat. Patrol officers are not assigned to investigate drug cases as part of their patrol responsibilities. However, as they respond to service calls involving drugs or see drug activity on their beats, they become involved in narcotics enforcement. This Involvement is therefore limited to on-view arrests, writing reports on calls involving narcotics, and making any preliminary Investigations that are necessary. If further investigative work Is required, the case will be handled by department detectives. (2) Detectives: Detectives investigate citizen complaints and cases that require more investigation than provided by patrol. -in •. „_,most.,of the,county's police.,depi rtments.,_ the detectives who handle. _ . .. narcotics cases also have responsibility for investigating other crimes.,e.g., vice, robberies, etc. The amount of-time devoted .to. an Investigation depends-on the prll'orifics placed on other crimes, the number of crimes currently requiring investigation, and the merits of investigating a particular case (e.g., whether there are sufficient investigative leads). These types of cases, based on , citizen complaints, will primarily result in arrests for drug possession. On'anothe'r Investigative level, detectives may initiate cases on ~ their own, without a patrol report or citizen complaint. These cases are more likely to be based on information provided�by an Informant' or another police department. In this capacity, detectives will try to move beyond users to user-dealers. When an effort is made to investigate a drug dealer and build a case against him for sales or possession for sales, the'amount of investigation time is increased considerably, because the evidence required for successful prosecution is more elaborate. The ability to work police-initiated investigations varies according to department, based primarily on manpower and money considerations. Small departments who do not pursue drug investigations may provide any drug information received to larger departments with greater enforcement capabilities, e.g., Richmond, Concord, the Sheriff's Office, the Strike Force. *An individual who provides information on illegal activity in return for money or lessened prosecution followirg his arrest. Informants are valuable in terms of introducing undercover officers to dealers, in the hope that the officer will eventually be able to buy the drugs himself. ' 00498 As the analysis implies, drug enforcement at the local level is a direct function of a police departmen"'s responsibility to citizens. Police departments are service-oriented; their priorities and monetary commitments are largely dictated by calls for service and citizen interest. its a service agency, they are oblrgated to respond to citizen complaints, whether oi• not follow-up investigation is made. In terms of drug enforcement,-response to citizens directs the emphasis of enforcement to visible drug use, of which citizens are most aware. Departments must balance their responsibility to handle the visible dung use indicated by citizens, with non-visible drug transactions. Although department administrators may not view the handling of visible drug use as the most effective way to approach the drug problem, manpower and money must be budgeted for these activities. In many departments, then, the limited drug enforcement resources available are expended on the minimum required by citizen complaints. In departments attempting to pursue autonomous drug investigations, efforts are still hampered by the competing demands of citizen complaints and other responsibilities. One advantage of local drug enforcement is the ability to be aware of local problems and to receive local intelligence information. - . __Local.of f•icars.are.a)so.able to acquire informants from.those -. : »• individuals arrested in the jurisdiction. In spite of these bdvantages, hoiever, local •narcotics Investigation is often restricted by lack of manpower, limited buy money, lack of anonymity and jurisdictional boundaries.- Hanpower must frequently be borrowed from other parts of the department or from other.police departments_ Buy money must come from larger departments or state/ = federal -agencies. Other departments must become involved if the drug deal goes beyond jurisdictional boundaries: With these limitations, -'r It Is hard to maintain a lengthy surveillance operation or a buy program, particularly with borroatwed manpower. This difficulty was a major factgr in the development of the countywide liarcotic.Strike•. Force. Concept of the Strike Force A countywide regional program like the Strike Force follows the recommendations of the 1973 Booz, Alien and Hamilton report on police services in Contra Costa County. The study was sponsored by tie Criminal Justice Agency to identify Inefficiencies in the delivery of police services and to recommend Improvementsin the efficiency and effectiveness of service delivery. The police services study was directed by a steering committee composed of city and county administrators and representatives of local lava enforcement. The three major recommendations of the study were as follows: "(1) implementation of unified police service packages; (2) equalization of police service levels; and (3) alternate financing approaches." I 04399 The report indicates -that among the police departments in the county, the "Hajor emphasis on controlling crime seemed to be in the areas of burglary, robbery,,petty theft and narcotic offenses."2 s. In terms of cooperation between agencies, the study states: "A fundamental problem in law enforcement throughout the country is the fragmented approach to crime repression and prevention efforts resulting from the large number of uncoordinated police units and other governmental agencies. It is not uncommon to find police agencies working at cross purposes to solve the same or similar crines. law enforcement efforts In Contra Costa County are characterized by this same fragmentation. Although police and local government officials in the County informally cooperate in emergency situations, almost all approaches to crime " 'prevention and repression are taken by individual" * -police agencies.-"3 ». ...._ ... furthermore, the report found that due to the lack of countywide .. . planning, individuals agencies were finding it difficult to: ---Identify crime problems common to more than one agency- which can best.be met through a coordinated approach. ---Pool available' resources. to meet identified problems. 4nsure'fhat*approaches tried, testeaiind found effe�tive' '- -in one'agency are made available to other agencies. . The study also indicated that the assumption of the need -for local. ..The was -invalid in many areas. "An additional investigative problem faced by the police agencies In Contra Costa County Is the Incompatibility of political boundaries and police jurisdictions to actual crime patterns. Few crime problems are restricted to. individual municipal boundaries, yet the investigative attack on those problems is primarily launched from a number of individual police departments, often working at cross purposes with one another."5 In regards to a consolidated approach, the study concluded: "City and County officials and police administrators should recognize that, to be successful, certain cooperative approaches which benefit the County system as a whole may require individual agency sacrifices and compromises. Individual agency personnel will be reqvired to look beyond their own local boundaries in so: -_ cases to adopt regional programs which benefit the County as a whole."b The Strike Force was designed to surmount the problems described in the Booz, Allen and Hamilton report. Strike Force advantages include: *(1) Hine fulltime officers under the corawnd of one operation. (2) Multijurisdictional boundaries. (3) Specialization. ' (4) The part-time assignment of a deputy district attorney to handle Strike Force case$. (5) More buy money than is available at the local level. The Strike Force has more fulltime narcotics officers than any other jurisdiction in the county, as well as more buy money. In addition, the Strike Force is a specialized unit, without the conflicting demands and priorities of local departments. These assets mean that the Strike Force is able to maintain lengthy surveillances and make drug buys of larger quantity and quality. Furthermore, the officers can be deployed throughout the county to assure continued anonymity. The•Strike Force operates under the assumption that drug use and 'drug dealing are not confined to jurisdictional boundaries. 'As a countywide unit; the'-Strike Force-is' able-to pursue investigations'- throughout the county. The part-time assignment of a deputy district. attorney provides continuity and an in-depth knowledge of Strike Force cases, as well as providing Strike Force officers with legal advice on searches and seizures, recent court decisions, etc. In spite of these advantages,. the Strike Force depends .on local-. departments for certain types of equipment• (e.g., a surveillance van, abase "station, etc.), occasional manpower and local intelligence ' Information. (This is a disadvantage that could be surmounted if the Strike Force becomes a more permanent entity) Thus, although the Strike Force has greater capabilities than the local departments, its success depends upon the mutual cooperation between all agencies in the county. Unlike the local departments, the Strike Force is limited to the pursuit of major (or "criteria") dealers. The criteria used to define major dealers is based on the quantity of drugs which the dealer can provide (see Attachment A). The criteria corresponds to Classification Four of the CHIN Major Dealer Classification Schema (see Attachment B). The formal Strike Force objectives are as follows: Ultimate Objectives: (1) Reduce the illegal use of narcotics and dangerous drugs. (2) Reduce the availability of illicit narcotics and dangerous drugs to present and potential users. • W00 Intermediate Objectives: (3) Reduce the level of illegal narcotic trafficking in terms of the number of major dealers arrested and the types of quantities of narcotics and dangerous drugs seized by the Strike Force. (4) improve the quality of investigations and arrests. Operational Objectives: (5) Increase the coordinate-on and cooperation re'. :ing to the occhmge of information regarding narcotics a•.. ,vity between county law enforcement agencies and among local, state and federal agencies, developing an operational narcotics intelligence neth;ork. (6) Increase coordination and cooperation in enforcement activity between county law enforcement agencies and among local, state and federal agencies as it relates to controlling illicit narcotic activity. . Secondary.•Evaluation Objective: - _ •- • .. (7) Determine impact on those crimes related to the sale and use bf narcotics and restricted dangerous drugs. Thus, the Strike Force is not designed to pursue drug users who are not major drug dealers. In addition, the Strike Force is designed to function as a centralized intelligence information center to .provide both intelligence information and case assistance to local Agencies. Manpower and Budget Considerations in Contra Costa County The costs of narcotics enforcement can be divided into fixed and variable costs. Fixed costs are those which would exist,.regardless of narcotics enforcement. For example, the cost of on-view arrests is fixed because there is no added cost attributable to narcotics enforcement. Other fixed costs include the cost of responding to citizen complaints and the follow-up on patrol investigations. Variable costs are those beyond the standard police department services that are solely attributable to narcotics enforcement. For example, the cost of initiating drug investigations and investing resources in them is a variable cost. The cost of narcotics personnel is the most expensive cost In narcotics encorcement. With the exception of the Sheriff's Office, no departments in the county have fulltime narcotics officers. Table ;l indicates the number of officers assigned to work narcotics In each department, in addition to their other responsibilities.* The table indicates the percentage of time that the officers 0050 Elm 'assi9ded devote to narcotics investigation. The table does not indicate the inanpo::er and time coaraitment of back-up personnel. TABLE Pi: NARCOTICS !•1AtlPOVER BY AGENCY Number of $ Time by , Narcotics Assigned Agency Officers' Harc. Personnel Function Strike Force 9 100% Narcotics Sheriff's Office 5 100% Narcotics Concord 5 60% (3 officers) Narcotics/Vice 20% (2 officers) Richmond 5 70% (sergeant) Narcotics/Vice 95% (officers) Walnut Creek 2 70% Narcotics/Vice Antioch 1 50% Narcotics/Vice - tPittsburg• - 1. 25% Narcotics/Detectives' -N-Pleasant Hill 1-.. ••• 1-••25% • -• - -Narcotics/Detectives•-• • Brentwood 1 8% Narcotics/Patrol - - -`- - - - - - - - - - -- - - - - - --- - - - - - - - - - - - - - - - Clayton , 0 - No one assigned El Cerrito 0 - go one assigned Hartinez •0 No one assigned Pinole 0 - Ito one assigned San Pablo- 0 -• No one assigned HunicIpal departments and the Sheriff's Office provide 21 detectives who work part-time or fulltime drug enforcement. On an average, these personnel devote two-thirds of their time (67.5%) to narcotics enforcement. (The time percentage estimates were provided by the narcotics officers or their supervisors.) The Sheriff's Office is the only police agency to have all fulltime narcotics officers. Although• other departments may have part-time narcotics officers, the number of officers assigned on a part-time basis may be equivalent to having one or more fulltime officers; this is true of Concord, Richmond, and Walnut Creek. In some departments, the time commitment of back-up personnel (non-narcotics detectives or patrol) significantly increases the resources committed to narcotics enforcement, although the volume of work produced is not increased, since these officers do not initiate their own drug investigations. In five departments, no one Is specifically assigned to work narcotics. Drug information is handled by detectives or turned over to a larger agency. With the advent of the Strike Force, there are now thirty officers in the county assigned to narcotics; 14 are assigned fulltime, with the equivalent of 23 fulltime personnel throughout the county (not Including back-up personnel). A conservative estimate of the amount of money currently spent on narcotics manpoeer throughout the county is roughly $705,000.00. This - • . 00502- figure includes about $375,000 allotted to personnel assigned to narcotics (excluding the Strike Force); $35,000 allotted to _non-narcotics back-up personnel; and $295,000 for Strike Force personnel. The larger narcotics units of the Sheriff's Office, Richmond and Concord, are responsible for approximately $318,000 of manpower costs. I + TABLE 12_ ESTIMATED COST OF MANPOl1ER FOR IIARCOTICS IUVESTIGATION* Local Personnel Assigned to Narcotics $375,000 Local Backup Personnel 35,000 Total Local Manpower Cost $410,000 i Strike Force Personnel 295,000 Total Manpower Cost 705,000 *The cost of manpower for narcotics investigation (beyond patrol's level) was estimated by applying the percentage of time devoted to drug enforcement (see Table ill) to the salary, benefits, and overtime of personnel. The cost of backup personnel was calculated the sarz way. The "time" spent.on narcotics investigation includes actual Investigation, assistance to other agencies on drug cases, paperwork on drug cases,, and courttime for drug cases. . Narcotics officers' salaries can be conceived of 'in terms of fixed and variable costs. Officers who had responsibilities other than narcotics may represent a fixed cost, i.e., would be needed to work - detectives even without narcotics enforcement. Officers who work narcotics enforcement solely may be a variable cost if their positions would not be necessary without narcotics enforcement. - The percentage of a narcotics officer's.time which is devoted to citizen complaints and follow-up on patrol reports can be considered a fixed cost, since it is a basic department function; the percentage of time w=hich is devoted to autonomous investigation can be considered a E variable cost. For example, although a department may have five t fulitime narcotics•officers, the fixed cost-of narcotics officers may t be equivalent to only three positions, if that is all that is required v to provide patrol follat-up, respond to citizen complaints, and receive e local intelligence information. Thus, in determining the need for t narcotics officers in a local department, it is important to determine the level of manpa.4er that is necessary for fixed department functions and the variable cost above that level that is more easily modified. r The cost of manpower assistance must also be taken into account when determining the commitment currently being made to narcotics and the desired level of commitment in the future. A second important cost is buy money. Buy money, including informant expenses, indicates the capability of narcotics officers to buy drugs z f . 1 • 00503 frons,higher levels of drug dealers. Small departments which do not have enough buy money may be required to use money provided by other agencies. TABLE 13:' BUY WHY* , Buy Money for Richmond, Sheriff's Office, Concord $26,000 Buy Honey for Other Local 'Departmcnts 2,800 Total Local Buy Money $28,800 Strike Force Buy Honey 21,800 Total Buy honey 50,600 =in some instances, the amount of buy money reflects the estimated sum „ - available to be used. This is because, the,larger departments have• a specific budget available for narcotics buys, whereas the other ' departments •pr6vide 'ai36iy as required. -it should also be noted i6alf"It Is not infrequent that the larger departments do not actually expend all of=the buy money budgeted for that purpose in a given year. The amount of buy money available (including Strike Force buy funds) appears to be sufficient for the level of operations in the county, depending upon the mutual cooperation of all, agencies, to supplement.. . t each other's funds, as necessary. The Strike Force currently accounts for-approximately 43% of the buy money in the county: it is not clear whether, in the absence of the Strike Force, enough buy funds mould be available to conduct the types of "buy programs" currently undertaken In the county as a whole. The other costs of narcotics enforcement are not itemized monetarily; due to a lack of available information. Identified costs of narcotics enforcement are: (1) Personal services, including salary, benefits, and overtime for narcotics personnel and assisting personnel. To the extent that Investigative time involves patrol foilowup and citizen complaints, the cost of personal services is fixed. (2) Transportation, including surveillance vans, unmarked•cars, and airplanes. This would include the cost of buying or leasing vehicles, operating costs, maintenance, repairs, insurance, and any radio equipment installed in the vehicles. in many cases, a large portion of vehicle cost may be fixed, i.e., the vehicle mould be used regardless of narcotics enforcement. (3) Equipment, including surveillance-equipment, portable radios, antennas, etc. Again, depending on use, a portion of the equipment cost may be fixed. 00504 (4) Bay money.- informants' fees and undercover expenses. This is all variable cost, if it is used exclusively for drug cases. (5) .Support services, such as the processing of arrests, transportation of prisoners, typing of reports, etc. Itost of this cost is fixed. (6) Supplies and overhead, including telephone costs, building space, furniture, etc. A portion of this cost is also fixed. The Strike Force's 1976-77 budget, as an example of narcotics enforcement costs, is a follows: TABLE 14: sTRIr.E FORCE BUDGET 1976-77 Category Cost ersonal Services $294,083 Buy Money 21,800 Office Space 12,000 ehicle Leasing 10,500 Vehicle Operation ,... _.Haintenancc- . . ._10,000 ... •,. , . .. Telephone _ 2,800 ffice'Supplies .1,500 omnunications 1,200 Insurance 1,000 Xerox .780 Burglar Alarm 420 . - ravel 250 _ Total $356,333 The two costs presented in the earlier discussion, personal services and buy money, represent 89% of the Strike Force budget. 00505 loin Ill. COMBATING THE DRUG PROBLEH As with nany crimes, drug traffic and drug use rely, to a certain -extent, on opportunity. Drugs users who take drugs for recreation depend on imediate avaiability and may do without drugs if unable, to come by them easily,• without looking for a new connection. in contrast, drug addicts must look for a new connection if their source rims dry. if a new connection is not found, addicts may go to a detoxification center until they have found a new connection,' possibly returning to the street with a decreased habit; some individuals may go beyond detoxification to methadone maintenance or a drug treatment program. Drug- traffic similarly relies on , opportunity. To the extent that drug laws are enforced, selling drugs becomes inconvient and requires more protective measures for the drug dealer. As with other crimes, then, iaw enforcement adopts the role of making drug dealing and drug use more Inconvenient, riskier, -and costlier for those already involved, while discouraging new Individuals from becoming Involved. As with all other crimes, law -enforcement has not been able to_eradicate criminal drug activity, but has deterred in activity and.handled individual offenders through the criminal justice system. Law enforcement, with its various approaches, impacts upon drug dealers and users in a number of ways. The information presented here has been gathered from interviews with law enforcement officers 'of various ranks and agencies throughout Contra Costa County, as well as a treatment center official with extensive drug background, . . i.and-an official-from DEA. In area where interview or,other data . ..: . • = has not been •available, logical analysis has been relied on for discussion. - Patrol's impact upon drugs is primarily related to the visibility of use and selling. Through their functions of patrolling the city and responding to service calls, patrol officers make it riskier to use or sell drugs in public. Although dealers may continue to make arrangement for drug deals verbally, they are less likely to have drugs visibly in their possession on the street. Through on-view arrests, patrol discourages individuals from freely using or selling drugs, by reducing the opportunity for them to do so without being arrested. Thus, patrol is the first step in making drug use or selling inconvenient for the public. Patrol's approach to drug enforcement is primarily effective in terms of removing drug involvement from the everyday view of the•general ' public. An on-view arrest of juveniles with a lid of marijuana, for example, does not affect the availability of the drug, but it may • stop the juveniles from smoking by making them feel more vulnerable, or it may simply move them inside. to either case, patrol serves as a reminder that drugs are against the law and that use at will is a risk. The knowledge that a patrol officer might see one using drugs is enough, for some individuals, to suppress use. 00506 r.. The patrol approach has its biggest impoct through deterence; if the sanctions against drug uz;c and selling were not enforced at .all, it is reasonable to asstrf that these activities would becoria more co.n;nplace than they currently are. It is also true, however, that it is not difficult for individuals who' already use and sell drugs to circin.vent the*drug enforcement provided by patrol. At the level of involvement there visibility is the main factor leading to arrest, possession is most likely to be the booking charge, since this is all that can be documented by the officer, and the quantities are probably too small to indicate possession for sale. The cost of -these arrests, ho:•iever, is minimal; the cost of processing, transporting, and courttime (if necessary) is the total cost, since few resources have to be expended beyond the initial officer's response. 0 - Detectives, who provide follaw-up investigations on patrol reports and respond to citizen complaints, also come in contact with drug users and Icni-level selling. Due to the fact that citizens are most aware of visible drug situations, arrests arising from citizen complaints are predominantly for possession, and result in small seizures; Detective at this level respond to specific situations brought-.to,their attention (e.g.,-neighbors- growing marijuana, drugs :• found by parents in their child's room), as well as receive Information of potential investigative use (e.g., traffic• in and out of ahouse, suggesting that drugs are being sold there). Detectives' activities reinforce patrol's impact, and begin to approach the impact of undercover.enforcement operations. Undercover enforce►nant-is a form of narcotics enforcement that allow ' "officers 'td investigate- cases m. re'fully because the y-are not • recognizable as police officers. These operations are generally directed to dealers, although they are modified according to tiie levelofdealer sought. Street dealers,•who are generally also users, are often the targets of local undercover operations, because they require less resources (e.g.. manpower, vehicles, money) than larger dealers. Since street dealers deal directly to large numbers of people, the difficulty of reaching them is less than for a major dealer who has taken precautions to protect himself by dealing only to key individuals who, in turn, deal for him. For this reason, the cost of arrest increases with the level of dealer, since more resources must be used. It has been reasoned, however, that the arrest of a major dealer is equal to the arrest of a large number of street dealers, since the major dealer is their source of drugs. Although the undercover operations employed by narcotics enforcement vary in their magnitude, the following description of activities is intended to convey a general idea of what is involved in an undercover operation. Building a prosecutable sales case involves ultimately having a dealer sell drugs directly to an officer, if possible, or to an informant. Since dealers are unlikely to deal directly with someone they do not know, officers rely on informants to introduce 0050'7 . . Nils them to the dealer until the dealer will sell drugs to the officer without the informant's intervention. If the officer is interested in going beyond the street level dealer, he wili eventually attempt -to buy larger quantities, to see what the capabilities are of the particular dealer and to try to determine the dealer's source. (The point at which the officer arrests the dealer instead of investing the resources necessary to move the. investigation higher, marks the difference betumen a street sales case and a major sales case.) In a "buy program", officers buy drugs from a number of street-level dealers in an area, to determine both what the dealers' capabilities are and who their sources are, thereby moving up in the drug chain to increasingly higher sources. These types of operations require manpower in terms of an officer "buyer" and cover personnel. They also require "buy money", including money for the drugs, informant fees, undercover expenses, and a flashroll (a roil of money that indicates to the dealer that the officer has the money for the larger quantity requested). In cases where a street dealer is used to reach a major dealer, more ..surveillance is required. When a large quantity of drugs is requested,.the street dealer must-be watched tq see.yihere he.goes, . ,. . . and with whom he meets. In cases- there the officer will not be able to buy directly from the source, further documentation is necessary in order to convict the source for conspiracy to sell drugs. Essentially, it is necessary to provide enough information on the circumstances surrounding the drug sales so that a jury is convinced that the source was, in fact, supplying drugs to the street dealer. This would involve greater resources -- a number of more expensi ve.buys.wi th the requisite buy money, ground surveillance -to check the street dealer's movements in between the time he leaves the officer to buy the drugs and then returns rrith the drugs, and possibly aerial surveillance for the same reason. From the brief description of undercover activities, It is clear that any undercover operation will be more costly, in terms of time, personnel, and buy money than a simple case of arrest for possession. Furthermore, it should be evident that in order'to reach a major dealer, who has insulated himself from detection, even greater resource commitments are required. The existence of undercover officers-undoubtedly deters individuals who are not trilling to take the risks involved in selling drugs. Drug dealing is profitable enough, however, that a significant number of individuals will deal drugs anyway. For these individuals, undercover enforcement makes it more inconvenient for them to deal drugs, and forces them to protect themselves by using other people to acquire the drugs and sell them. When a dealer is arrested, other dealers who are close to his operation may restrict their operations or close down entirely. in contrast, dealers who are not as close to the arrested dealer may 00508 sell *to his clients, or may take advantage of the bust as an opportunity to artificially raise prices or reduce quality. The 'user therefore receives less drugs for the same, or a higher, amount of money. As described earlier, the users who have lost their source must find another contact or go to the detoxification center. Estimates of the time lag between major drug arrests and returned availability have been from one week to one month. Thus, as the level of arrested dealer increases, the direct impact on the user decreases; rather than arresting the user directly, he is indirectly affected through the arrest of his drug source. The effect of undercover enforcement on the dealers arrested varies with their experience in the criminal justice system. As with other crimes, the time lag between the arrest and the trial (if the dealer does not plead guilty) Is lengthy enough that the individual may actually continue to deal until he is convicted and sentenced. Rather than being a fault of the law enforcement community, this Is a basic weakness in the criminal justice system. The %,aripus•sentences handed down by the court also determine the _ Impact upon the dealer, as they do for individuals arrested at all_, _ . - levels of narcotics enforcement -- state prison, CRC, county jail, - - probation, and diversion to drug• treatiaent centers. Some individuals are merely removed from society for a period of time, to eventually return to drug dealing; others take the opportunity to extricate themselves from drugs altogether. The provision of narcotics enforcement.at the major dealer level ,,,provides a continuum from local•enforcement. aimed at visible use. and street dealers to state/federal enforcement aimed at dealers - of state, federal and international 'scale. As described by a DEA - Intelligence unit supervisor, dealers who operate at the Strike Force level have hitherto done so, reasonably secure that neither the municipal officers or the state and federal officers would pursue them. The Impact on the county, of a program like the Strike Force, is essentially to make the county unattractive for dealers by raising the risk of arrest when compared tocther counties. - If the measures required to protect oneself from arrest are extreme enough, then dealers will settle elsewhere, where there is a better profit to be made. • 00509 IV. CO.11PA1&, I VE ANALYSIS OF BENEFITS 111 11111ESTI GAT1011 -it is reasonable to assume that the approaches to drug enforcement, as described in Scction 111, result in benefits. In .this section, the benefits ucrived from the Strike Force are compared to the benefits derived from local enforcement, in order to assess the ' value oricommitting resources to the different approaches. For the purpose of this discussion, the potential benefits derived from drug enforcement are 4ivided into two types: Benefits to society and benefits to law enforcement. Benefits to society include those potential benefits that result from attempting to impact on the drug problem: A reduction in drug use and drug traffic; the arrest and disposition of drug law violators, to protect society and provide arrested individuals with an opportunity to withdraw from drug Involvement; the "justice" of the type of approach. Benefits to law, enforcement include those benefits provided to other law enforcement agencies in the process of drug enforcement. These benefits -include: The provision of intelligence information and the . " provisloi of assistance on drug cases. These benefits,A n turn; ---'- add to the impact of the benefits to'•sbciety;' by,making' drug enforcement more efficient and more effective. Benefits to Society (1) Reduction in drug use and drug traffic. On the local level, patrol reduces visible drug .use and selling, by reducing the opportunity for individuals to use. or.sell drugs.without being , • - ' arrested. " Patrol's impact is mostly in terms of deterrence; if the satictions against drug use and selling were not enforced at all, it. Is reasonable to assume that these drug activities would increase. -Local detectives, who respond to citizen complaints and provide follow-up on-patrol reports, reinforce patrol's impact and begin to approach the impact of local undercover operations. Local undercover operations have impact upon individual street dealers, by seizing their drugs, arresting them, and forcing their clients.either to find a new connection, go to detoxification, or refrain from use. The Strike Force has its main impact upon individual dealers from the street level through the level of major dealers. It interrupts the flow of drugs through seizures, the arrest of major dealers, and the resulting impact on users, estimated as from one week to one month. The attention paid at the major dealer level forces dealers to insulated themselves further from detection, thereby discouraging individuals who do not wish to deal drugs, when dealing is made that Inconvenient. Ultimately, narcotics enforcement at the major dealer level males the county unattractive for dealers by raising the risk of arrest when compared to other counties. For a more detailed discussion of the impact on drug traffic and use, see Section 1 1 i.. OU�10 , (2) The arrest and disposition of drug lar:.violators. The arrest and disposition of drug law violators has the following benefits to society: The discouragement of proscribed types of behavior; the 'opportunity for society to handle drug offenders in the manner deemed by the criminal justice system be be most appropriate; and the seizure of illegal drugs. The arrest of drug law violators indicates to society that, where ' found, such violatimis will not be tolerated. According to the Bureau of Criminal Statistics, adult drug arrest felonies in Contra Costa County from 1973 to 1975 decreased by 18.`; from 1,930 arrests to 1,589 arrests. )larijuana arrests decreased by 12%, from 1,297 arrests to 1,145 arrests; arrests for all other types of drugs decreased 30%, from 633 arrests to 444 arrests. Adult misdemeanor arrests increased by 13%, from 204 arrests to 230 arrests. This data, collected from one year prior to the Strike Farce and one full year after the Strike Force was established, possibly suggesting that a reduction in drug traffic occurred, narcotics' officers productivity was reduced, or enforcement policy changes resulted in fewer arrests. "'-To an-extent, types of drug arrests indicate the- types of drug ' ' -- -• violations -least-tolerated by lair enforcement.- (This-may not be - true in terms of philosophy, .but it is true in terms of practice and 'impact.) TABLE 15: DRUG ARRESTS BY OFFENSE, PRIOR TO THE STRIM FORCE* Poss-.' Poss./Sa1e Sales Cbns frac 'Other- ' Lrg. Local Drug Enforce. Units„e ' 558(75*) 53(77) 65(9$) 7 (1$) 63(82) Other Departs. Plus Patrol*** 1557(823) 59(3%) 130%) 5(und. 1%) 273040 Total 2115(80$) 112(4$) 78(3x) 12 (1$) 1 336(12%) *This table represents•a compilation of arrest data from the local departments one year prior to the establishment of the Strike Force. The absolute numbers are not accurate, as departments varied in the consistency with which they reported information. However, it can be assumed that the percentages accurately reflect the relative frequency of arrests. *=Richmond Vice, Sheriff's Office narcotics, Concord Vice. ***All other departments (except Walnut Creek) plus the Richmond, Sheriff's Office and Concord Patrol Divisions. Table 15 indicates that both narcotics divisions and the smaller departments plus patrol primarily made arrests for possession prior to the Strike Force. This indicates that the drug crime least tolerated was possession of drugs. Thus, users were primarily the target of narcotics enforcement. in cases %here street dealers may have been arrested, thay may have been charged with possession, rather than building a sales case. 00511 TABLE A: DRUG ARRESTS BY OFFENSE, DURING THE STRIM FORCE GRANT'* Poss. Poss./Sale Sales Conspiracy Other Large Local Drug 9 Enforce. Units** 721(65,%) 166(155;) 141(131-li 5 (und. lam) '75( 7%) Other Departsl` . Plus Patrol**'. 3404(365:) *126( 321 16( ty) 9 (und. 1%) 386(10;) Strike Force 37(792) 26(137) 112(55%) 13 ( 7%) 15( 7%) . t Total 4162(792) 318( Gam) 269( 9) [27 ( 12) 479( 9 ) i *This table represents a compilation of arrest data from the local departments and the Strike Force since the Strike Force was established. With the exception of the Strike Force, the absolute numbers are not accurate, as departments varied in the consistency with which they j reported information. However, it can be ass:nied that the percentages accurately reflect the relative frequency of arrests. i -Richmond,Vice, Sheriff's Office Narcotics., Concord Vice. ***All other departments (except Walnut Creek). plus_the Richmond,, i Y Sheriff's' Office and Concord Patrol Divisions. • i A comparison of tables 5 and 6 shows that, on a countywide basis, possession remains the emphasis of drug enforcement in the county. The 'specialized narcotics units, however, show a 10% shift away from possession; this is, In part, due :to the 1976 decriminalization of certain marijuana offenses (possession.of quantities under.one ounce,- . paraphernalia, and visiting a place where marijuana is being used). • Possession for sale, sales, and conspiracy, together show an 11% increase, suggesting that either the drop in possession cases has made the other charges look statistically more significant, or else that the Strike Force has made some impact in upgrading the level of charges through its assistance to local agencies. The fact that the smaller departments and patrol divisions have actually increased their possession arrests by 4%; suggests that the latter explanation may be more accurate,' overcoming the effect of the marijuana statute. The Strike Force, in contrast to the local departments, shows that 75% of Its arrests are for possession for sale, sales, or conspiracy. This indicates that the Strike Force's emphasis is on dealers, as opposed to users_ It also indicates that Strike Force cases involve the comitment of more resources (manpower, money, time) than do local cases. The fact that countywide statistices as a whole have not changed, suggests that although the Strike Force's emphasis is different than that of the local departments, its size is too small to have an impact on countywide statistics. Thus, the Strike Force's contribution to drug enformcent is to make drug dealing the least tolerable drug crime (in its own program, not countywide). • �t3512 ffm Now, The second benefit of the arrest and prosecution of drug law violators Is the opportunity for society to handle drug offenders In the manner deemed by the criminal justice system to be most appropriate. In .this regard, the criminal justice system can divert offenders into drug programs (an indication that the person arrested is not a major dealer), put them on probation, or incarcerate them into county jail, CRC (for addicts), or state prison. - Essentially, then, the criminal justice system determines whether a convicted offender warrants rehabilitation, or whether it is more important to "protect society" for a period of time, by removing the individual from the general population. In its first two and three-quarter years, the Strike Force has arrested 207 individuals; of these individuals, 158 (76%) have been charged. In its pursuit of major dealers, the Strike Force also arrests low-level dealers or users who get caught up in an arrest situation without being the real target of arrest; in addition, informants may be arrested but not prosecuted. These two groups account for an unkno.-.n percentage of those not charged, and largely reflect policy decisions rather thz;n the quality of arrest. Seventy-seven percent of those charged were charged with possession for sale, sales, or conspiracy, comparable • to-the 75% arrested for those-same charges. This.-suggests- that those - •-•• •• •• least likely to be charged were those arrested for possession or none of the major drug felonies. - The ratio of arrests to convictions is 60% (adjusting for those whose cases are pending or with unknown dispositions). The ratio of those actually charged to convictions is 932 (adjusting for cases pending, urkno:.n dispositions, and diversions which are technically civil cases). TABLE 17= DISPOSITIOU OF STRIKE FORCE CASES -Disposition. C Individuals % Individuals Case Dismissed 6 5% Diverted 17 13% Probation 16 12% California Youth Authority 3 2% County Jail 46 36% CRC 23 18% State Prison 17 13 Suspended Sentence 1 1% Unknown 8 lPending 23 * , =Not calculated, in order to reflect more accurately the percentages of known dispositions. Table #7 indicates that 5% of those individuals prosecuted had their cases dismissed; 13% %:•ere diverted. Twelve percent were placed on probation and 69% received incarcertalon of some sort, primarily county jail. Comparable prosecution data is not available for the local departments. It is reasonable to assume, however, that since the arrest charges of local departm--nts are primarily for possession, the sentences are comparably lower, probably resulting in more diversion and more probation. The third benefit of arrests and prosecutions Is in terms of drug y seizures. Drug seizures reflect an interruption in the floor of availability. As of December 1976, the Strike Force had seized drugs t.,orth $881,920 on the street. This money reflects only a very sm. 11 percentage of the amount of drugs available in the county. Comparable data from local departments is not available. Strike Force personnel emphasize that seizures do not indicate the level of a dealer, since seizures only reflect the amount on hand at a specific time, rather than the total amount able to be dealt. (3) The "justice" of the approach. One important benefit to society Is the coaparative "justice" of the drug enforcement approaches. Drug dealing is an exceptionally profitable crime for those who have built up their operations. Although drug users and street dealers are also participating in crines, they receive fewer benefits"(ff any) "'from their'-crimes.* Addicts,"ih-'fact, may be'considered as victims', although they are admittedly responsible for their orn.addiction. In the evaluator's opinion, the Strike Force is a more "just" approach to the drug problem than an approach which concentrates on users. Society benefits more from arresting those who profit from drugs than by arresting those who are not responsible for the steady influx of drugs into society., • . Benefits to Lax Enforcement .. (1) The provision of Intelligence information. Local narcotics officers have an advantage over centralized intel.iigence officers, In being able to receive intelligence information about their jurisdictions and keeping in close contact with local situations. Furthermore, local officers are in a somewhat better position to acquire informants, since they are aware of who has been arrested at the local level. Centralized intelligence information Is equally valuable, due to the nonjurisdictional nature of drug crimes. Rather than contacting all the other departments in the county for information, it Is more efficient to have the information centralized, as at the Strike Force. Clearly, both types of intelligence information are essential to . efficient and effective drug enforcement. Neither type is as effective without the other; the degree to which drug enforcement at all levels benefits by this approach depends on the continued mutual cooperation.of all police agencies. (2) The provison of assistance on drug cases. Even prior to the Strike Force, mutual narcotics enforcement assistance was well 00514 developed in Contra Costa County. The provision of manpower, buy money, vehicles and equipment was a firmly established process, .of benefit to the quality of cases handled by drug enforcement officers. ' At the local level, local cooperation is mandatory, not only to ' supplement investigation, but due to the nonjurisdictional nature of the drug deals. If a case is going to be worked partly in another jurisdiction, it is important that the other jurisdiction participate. At the Strike Force level, the assistance provided to other departments can be raised considerably, through the larger amount of resources available (fulltime officers, buy money, etc.). In the first two and three-quarter years of operation, the Strike Force has provided assistance on 108 cases; To local departments, the Bureau of Narcotics Enforcement (state), DEA, as well as to other counties and states, state parole, the postal authority, etc. In turn, the Strike Force has received assistance from these agencies. A•centralized unit, like the Strike Force, has two advantages over --locallnai-cotics enforcement, in terms of providing'assistance if • is multijurisdictional and a convenient contact agency.- Thus, primarily for other regional agencies -- DEA, BRE, other county strike forces, etc. -- the Strike Force is an efficient and effective way to find out what is happening in the county as a whole and to provide assistance on multijurisdictional cases. According to a DEA intelligence unit supervisor, since the Strike Force's inception, „ he_has seen more major dealers uncovered in the county than_he previously knew to exist. One restriction which has caused problems in the past is the Strike Force's attempt to provide assistance only when there are major dealers Involved. Local narcotics officers have complained in the past that the Strike Force does not respond to local cases that, however, small, are still problems to 'the local communities. There appears to have been, at least in the past, a misunderstanding over the concept'of the Strike Force. The Strike Force criteria (see -Attachments A and B) were developed to guide the Strike Force in • handling major offenders, the reason behind the development of the program. Although the Strike Force does occasionally provide non-criteria assistance, this type of assistance may be more appropriately provided by other local agencies. As with intelligence information, the degree to which case assistance benefits drug enforcement depends upon the mutual cooperation of all police agencies. 00515 MONO U. IMPLICATIONS FOR THE FUTURE The research and analysis completed to date indicates that drug .The can have only a limited impact on overall. drug use and trafficking. Harever, this statement is true of almost any aspect of law enforcement and the crime it is directed towards. On a smaller basis, drug enforcement at all levels has an impact ' on drug traffic and use, albeit different types of impact, as described in Section ill. These levels provide a continuum of enforcement from visible use to in drug deals at the DEA level. Each type of enforcement has marit in dealing with the larger drug problem. Each type of enforcement reinforces each other's operations and provides valuable information to the other levels. Prior to the Strike Force, there was little, if any, enforcement in the gap between street dealing and the suppliers and importers who are targets of state and federal operations. Since the Strike Force's inception, the continuum of enforcement is complete, to the benefit of other law enforcement agencies and society. • - � - • • -At each level, then, funds should be expended for drug enforcement" to pursue its particular area of expertise, while cooperating with a'nd reinforcing other levels of enforcement. Findings Indicate that local police departments should continue to handle the patrol and detective levels aiaed at'users and street dealers, but that more major offenders are better handled by a centralized unit. . it seems clear that money currently. spent on departmynt- initiated. investigation of major dealers uvuld be better spent.-at 'the Strike Force. Although a cost"estimate of investigations that should be handled by.thp Strike.Force cannot be determined without further research, it is estimated that these costs would either approximate or be less than the Strike Force. r ' This report is ultimately directed towards providing information to local government, to enable officials to make an informal decision as to whether to pick up the full cost of the Strike Force or disband the unit and conduct all county drug enforcement from local police departments. in making this decision, there are essentially two categories of cities involved: These with personnel at the Strike Force, and those without personnel at the Strike Force. Departments with personnel at the Strike Force must reabsorb the cost of their personnel, if the unit is terminated.. For most of these departments, the money saved by leaving personnel at the Strike Force offsets, to a great extent, each city's cost of adopting permanent funding. Two cities, Martinez and Pittsburg, save $22,000 and $6,000 respectively, by having officers at the Strike Force. Furthermore, with the exception of Walnut Creek, these departments have hired officers to replace those donated to the Strike Force; thus, these departments have not been short-handed due to the Strike Force. Departments without personnel at the 00515 ra � Strike Force,thus must pay their full share of adopting the budget, without the defrayed costs of persornal at the Strike Force. Table 19 indicates the amounts of money required from each city to adopt the Strike Force. For those departments with personnel at the Strike Force, the cost of termination is calculated, along with the resulting net cost'of adoption. , - c - TABLE 19: THE*COST OF TF.R.-M 1 AT1011 VS. THE COST OF ADO?T1011- Cost of Cost of Net Cost Department Adoption Termination of Adoption Antioch $ 22,230 --- $22,230 8ren twood 2,058 --- 2,058 Clayton 823 --- 823 Concord 64,220 $29,841 34,379 E1 Cerrito 16,878 --- 16,878 Lafayette 14,408 --- 14,408 artinei 4,493 26,884'. . - 22,391• 4oraga .... 10,292 .'. --- .. ..�•. 10,292.. Pinole 10,292 --- 10,292 Pittsburg 16,467 22,614 - 6,147 Pleasant Hill 18,937 --- 18,937 Richmond 54,752 48,972 5,780 San Pablo 15,232 - - 15,232 . lalnut Creek 32,110 21,497 10,613 . Contra Costa.Co. 120,206 47.815 72,391 *The cost of termination was calculated by taking. the salary- of _ donated personnel and adjusting for the percentage of that salary paid by the parent agency throughout the grant. Although not dealt with in this report, the following recommendations- could benefit the Strike Force, if refunded by the local departments: (1) The Strike Force should develop its own budgeting system, to Insure that resources are allocated most efficiently and effectively. (2) Over a period of time, the Strike Force should be expanded to include more personnel and equipment (e.g., a.base station and a surveillance van). As a permanent entity, the Strike Force should not have to rely so heavily on other department for basic needs. (3) At no time,should the Strike Force be assigned priorities other than drug enforcement. This would weaken the program. (4) If the Strike Force is expanded, an officer should be assigned part-time as a liaison to local agencies, to stay in touch with local information and provide information to them. This would relieve, to some extent, the conflicts that have arisen in the past between local officers and the Strike Force. 00517 FOOTIIOTES 113ooz, Allen Public Administration Services, Inr,��Fina1 R on the Police Services Study", P- IV. Report 21bid„ P. 13. --- 31� bid'' P. 45- lbid., PP. 47-48. 51bld. P. 68, 61b1d., P. 96. t fA. l 4 � y • . - _ -A_ •^ham -•�- r.vn •'t S Y - t } ' la r F h t " r J4 w a 00518 I. 4� 4r11vt'ay+t ATTACHMENT A MAJOR DEALER/WHOLESALER DEFIUED 1. Those persons or organizations.having the capability of furnishing, selling, or manufacturing, or those persons or organizations apparently providing the finances or other support to those who furnish, sell or manufacture the following quantities of the substance indicated: A. Ounce quantities of: Heroin Cocaine Hashish B. Gram quantities of:- LSD w _ C. One thousand units• of: •. Restricted Dangerous Drugs D. Five kilograms of: Marijuana - E.—Any quantity of.- Hashish f:Hashish Oil -Other substances which may have state^wide, interest (e.g., exotic drugs) 2. Associates who are apparently illicitly involved with the above persons or organizations. - 3. informants who should be brought to the attention of the California narcotics intelligence community due to their adverse or unfavorable past performance as an informant .(e.g., furnishing identical information to more than one officer or agency for duplicative reward or favor, predilection to come Into permanent possession of undercover funds by trick, subterfuge device, or force, or tendencies to talk to more than one agency) 00519 ATTALNMEf1T B CHIN MAJOR DEALER CLASSIFICATION SCHEMA Classification - CMU subject should be classified by the submitting agency using the following criteria: Class 1: A person who is a member of a group of at least two persons working together to acquire profit by engaging in the illicit trafficking of narcotics and/or dangerous drugs (distribution, smuggling, manufacturing, sales, financing or possession) to willing customers; and ►:hose members•attempt_ to achieve immunity from the law . by either: 1. Corrupting public officials. 2. Intimidating their opposition through the use of violence or its threat. 3• Who organize in such a way as to achieve a self-perpetuating organizational existence. (ROTE: Self-perpetuating means that the organizatign itself will continue to exist and operate successfully, even if its leader or several of its cembers are , arrested, _ .. Class 2: , A person or organization engaged in the illicit ditribution, smuggling„ manufacturing, sales, financing or possession of the fol 1(rrting .quantities of narcotics or dangerous drugs: 1. Three'or more pounds of heroin or cocaine. 2. One or more tons of marijuana.. 3. One hundred or more pounds.of hashish. {.'•'One hundred thousand or more units of LSD. 5. .Five,hundred thousand or more amphetamine tablets. 6. Tuv* hundred fifty thousand or more barbiturate tablets or capsules., 7. Ten or more pounds of PCP, THC or methamphetamine. 8. ,Five or more gallons of hashish oil. Class 3: A person or organization engaged in the illicit distribution, smuggling, manufacturing, sales, financing or possession of quantities less than in Class 2; but not less than: 1. Eight ounces of heroin or cocaine. -2. Five hundred pounds of marijuana. 3: Five pounds of hashish. �. Five thousand units of LSD. 5. Fifty thousand amphetamine tablets. 6. Twenty-five thousand barbiturate tablets or capsules. 7• Eight ounces of PCP, THC or methamphetamine. 8. One-half gallon of hashish oil. : 00520 Class h: 'A person or organization cngagcd in the illicit distribution, smuggling, manufacturing, sales, financing or•possession of narcotics or dangerous drugs in quantities less than Class 3,, but not less than: 1. One or more ounces of heroin or'cocaine. " 2. Ten pounds of marijuana. 3. One ounce or more of hashish. fit. Gram quantities of LSD. 5 One thousand or more units of amphetamines or barbiturates. 6.: One ounce or more of PCP, THC or"methamphetamine. 7• Any quantity of hashish oil or other. substances which may have state-wide interest. rr ' • � r • y 'iFix `',• V- ' 1 0052-1 • of ''�-1 2280 DIAM0,%,W BLVD. SUITE 391 CONTRA COSTA CONCOaD, CALIF. 94520 COLTL Ty (,15) 625-5335 -- _ CKAIV AN W1111cm IL Obb EJ(EGlln!£DtItECT02 D10daA wr4y QUARTnRLYPROGR ESS REPORT t::5".K •x;s�: ^,, PROJECT TITLE. OCJP _ 3-1 County-wide Strike Force •CONTRACT :# _Alg33-1-711 APPLICANT (Agency & Address) REG101 G .- Contra Costa County Sheriff's Department - -Administration. Building _, FUNDING YEAR: Martinez, California 94553 1st �. PROJECT DIRECTOR (Name, Address, Phone) 2nd - Sheriff Harry D. Ramsay 3rd y, Contra Costa County Sheriff-Coroner P.0. Sox 391 - Martinez, California 94553 - REPORT FOR: PERIOD COVERED BY REPORT 9-1-76/11-30-76 1st Quarter (� DATE OF REPORT 12-8-76 2nd Quarter x� - ' PREPARED BY Karen Brown 3rd Quarter ❑ TITLE (Relationship to Project) FINAL Evaluation Analyst Includes lrth Qtr *Other E3 REQUIRED NU2•lBER OF COPIES: Submit all conies to the Progress: 3 • CRIIIINAL JUSTICE AGMEXY OF COlT4 COSTA COUNT'S Final: 5 at the above address. For projects that have received contract extensions - 00,522CJ • $/1/74 , COi1TRA COSTA;COUIiTY t1ARCOTIC STRIKE 'F RCE ` THIRD YEAR., SECOi4Q QUARTERLY REPORT ' P SEPTEMBER 1. 1976 - NOVEMBER 30, 1976 - Karen Brown EvA ua i o t' .. n Analyst - t K _ - r ' # r • 00523 1. O JrCTIVES The Strike Fore's objectives ha-le remained the same since last .quarter. UIO:oat_ Objectives 1. 'heduce the illegal use of narcotics and dangerous drugs..- 2. Reduce the availability of illicit narcotics and dangerous drugs to present and potential users. Intermediate Objectives 3. Reduce the level of illegal narcotic trafficking in terms of the number of major dealers arrested and the types of quantities of narcotics and dangerous drugs seized by the Strike Force. 4. Improve the quality of investigations and arrests. Operational Objectives - ' 5:•-=Increase the coordination and .cooperation relating to the exchange of information regarding narcotics activity between county law cnforcem-nt agencies and among local, state and federal agencies, developing an operational narcotics intelligence network. . 6. Increase coordination and cooperation in enforcement activity between county .law enforcement agencies and among•local, state and federal agencies. as it relates to controlling ` HI icit-narcotic'activity. - ` Secondary Evaluation Objective' ' 7. Determine impact on those crimes related to the sale and use of narcotics and restricted dangerous drugs. The basic value assumptions underlying these objectives are as follows: 1. Law enforcement can significantly reduce narcotics traffic. 2. A full-time narcotics enforcement staff will significantly upgrade the quality of arrests, investigations and prosecutions. 3. 'Coordination between local units is imperative to quality narcotics enforcement. This coordination must involve both intelligence information and enforcement activity. 4. Illegal narcotics activity is often associated with other crimes; narcotics enforcement can therefore have impact on crimes other than illegal narcotics. These assumptions have not changed since the inception of the Strike Force. WON$ It. ACTIVITIES A. Training and Meetings: During the second quarter, the following meetings and training sessions were attended by Strike Force officers: -- Cardio-pulmonary training was attended by Agent Leggs. • s • --- A California Narcotics Officers Meeting was attended by Lieutenant Redfern, Sergeants Robinson and Ledford, and Agents Ray and*Wairaven. Deputy District Attorney C.L. Morris spoke on preservation'of recorded evidence, per In Re:. Hitch, a California Superior Court decision. -- A firearms qualification shoot was attended by Sergeant Robinson and Agent Ward. --- Shotgun training was attended by Agent Walraven. --- The California Narcotics Officers Association Annual - `-' Conference in San-Diego was ettended.by Agent Ray. . --- A California Narcotics Information Network Sub-zone III meeting was attended by Lieutenant-Redfern and Agent Ray.' B. Cases: During the second quarter, the Strike Force initiated 13 cases, involving 14 individuals. .Thus far,.'seven.of. these individuals•:.- have Been-arrested and six have been charged..• Of the six charged, four have been charged with sales. Cline of these individuals meet the Strike Force criteria for major dealers. TABLE =21: CASE HOURS BY DRUG Drug Humber Hours Percent Hours Heroin 191 66.8% Cocaine 27 9.4%' Methamphetamine 32 • 11.2% Mariluana 36 12.6% Total 286 100.0% Approximately two-thirds of case hours were spent on heroin. 'Approximately 78% of-case hours were spent on criteria individuals. TABLE f2: DRUGS BOUGHT/SEIZED Druq Amount Heroin 1.3 ounces Cocaine 8.0 ounces liar ijuana 17.2 kilos Approximately $2,24,0.00.was spent on the drugs itemized in Table 12; $1,600.00 was recovered, for a net expenditure of $640.00. The purity of heroin bought and seized this quarter ranged from 39 to 6010.. - C. Assists: During the second quarter, the Strike Force provided assistance in eight cases. The assists were made to the following agencies: DEA (two assists), the Sheriff Office (two assists), Solano -County Drug Abuse Bureau (one assist), Pittsburg Police Depart��.ent (one assist), Antioch Police Department (one assist), and State Parole (one assist). ' In ,the course of the assists,• two people were arrested. .Five of the cases met the Strike Force criteria for working major dealers. TABLE 13: ASSIST HOURS BY DRUG Drug (lumber Hours Percent Total Hours Neroiri Cocaine 27 Methamphetamine 36 24.3% Marijuana 18 12.2% Other 4 2.7% Total 148 100.0% Table 13 indicates that in the assists, less time was spent on heroin and more time was spent on cocaine and methamphetamine. Approximately 6110 of assist hours was spent on criteria individuals. . " Ill. PROBLEMS Due to the death of Agent Clark Ray, the Strike Force has been operating one position under authorized strength since 11-5-76. The selection of a replacement is currently being discussed. In addition, court time and vacations have resulted in further staff shortages. 0052 ' ion During the second quarter, the evaluation analyst tentatively planned the content and schedule of reports for the third year. These plans are currently being discussed wit:i Criminal Justice Agency Staff, and will be presented in the next report. V. ' CONTINUATION . During the second quarter, a report on Strike Force achievements was distributed to law enforceiment agencies and city officials in the county, in an effort to encourage future- support for the Strike Force. In addition, Lieutenant Redfern has been meeting with city and.police representatives to discuss the future of the Strike Force. V1. ANTICIPATED ACHIEVEMENTS It is anticipated that during the third quarter, the Strike Force will maintain its operations on the current level. V11. PROJECT STAFFING _ (See Problems.).,. . IX. PROJECT POLICIES There were no changes in Strike Force policy during the second quarter. X. EQUIPMENT � _ . : , . •. . , . No equipment was ordered or,received during the second .quarter.. - Xl. FISCAL During the second quarter, it became apparent that the money set aside for training had already been exhausted with seven •months remaining in the grant. This underscores the need for accurate and timely fiscal information to be given to the Strike Force Director, both at the start of the.fiscal year and at the end of each succeeding month. • 00527 ' III THE BOARD OF SUPERVISORS OF CONTRA'COSTA COUNTY, STATE OF CALIFORNIA In the Platter o FRIEi.OS OUTSIDE OF CONTRA COSTA ) RESOLUTION IIO. 77/428 COUNTY } V'HEREAS the County of Contra Costa desires to undertake a certain project designated Friends Outside of Contra Costa County to be funded in part from funds made available through the Omnibus Crime Control and Safe Streets Act of 1958, PL 90-351, as amended, (hereafter referred to as the Crime Control Act) administered by the Office of Criminal Justice Planning (hereafter referred to as OCJP). NOW, THEREFORE, BE IT RESOLVED that the Chairman of the Contra Costa County Board of Supervisors is authorized, on its behalf to submit the attached Application for Grant for Lair Enforcement Purposes to OCJP and is authorized to execute on behalf of the County of Contra Costa the attached Grant Award for Lair Enforcement Purposes, including any extensions or amendments thereof. BE IT FURTHER RESOLVED that the applicant agrees to provide all matching funds required for said project (including any extension or amendent thereof) under the Crime Control Act and the rules and regulations of OCJP and the Latin Enforcement Assistant Administration and that cash will be appropriated as required thereby. . BE IT FURTHER RESOLVED that grant funds received hereunder shall not be used_to supplant law enforcement expenditures controlled by this body. PASSED by the Board on May 17, 1977. Orig: Sheriff-Coroner cc: OCJP Criminal Justice Agency of Contra Costa County Auditor-Controller County Administrator W')"2g a L.V. M052S e .............. _._. �•�,/ Ot CE OF CRIMINAL JUSTICE PLANNI7 • GRANT AWARD The Office of Criminal Justice Planning, hereinafter designated 11OCJPn, hereby makes a grant award of funds to 1. Contra costa Cnunty hereinafter designated Subgrantee", under the provisions of check one Title I, Part C , Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351), -,as amended, herein ter designated "Crime Control Act" (or) Q Juvenile Justice and Delinquency Prevention Act of 1974 (PL 93-415), hereinafter designated "Juvenile Justice Act", in the amount and for the purpose and duration set forth in this grant award. Program Category '1-4," - Reduce Motivation" ..2� . Project Title rd No. 5. -.22n- 3-7 Friends Outside of Contra Costa County Grant Period 6.7-1-77 to 9-30-78 3. Project Director Nage, Address, Telephone) Federa Amount 7. $15,000 Parry D. Ramsay, Sheriff-Coroner state Buy-In P. O. Box 391: g, 833 Martinez, CA ' 94553 Applicant Hard Match (425) 372-2402 9. $19,500 4. FinanciaOfficer Name, Address, Telepho--ney 1OOther Match only) H. Donald Fun?:, Auditor-Controller Finance Building .Total Project Cost Martinez, C,194553 (415) 372-2182 11. $35,333 This grant award consists of this title page, the application for the grant which is attached hereto as Attachment A and made a part hereof, and the Standard Grant Award Conditions which are attached hereto as Attachment 8 and made a part hereof. The Subgrantee hereby signifies its acceptance of this grant award and agrees to administer,the grant project in accordance with the terms and conditions set forth in or incorporated by reference in this grant award and the applicable provisions of the Crime Control Act identified above. T Subgran certifies that federal and state funds received will not be used to place al funds that would, in the absence of such federal and state aid, be made avaia rr the a"ity being supported under this agreement. a AY 17 1977 OFFICE OF CRIMINAL JUSTICE PLANNING, fficia .0 •off ,st sign for Subgrantee STATE OF CALIFORNIA Name: . Title: Chaitrman, Board of Supervisors Telephone: ecutive Director, OCJP /Date Address: I rw..br aerNy tMa►alt a,ndKam tar e.- SPECIAL DEPOSIT FUND LEAA, Fiscal Year %' GE#Ef�i' � ' " �• v.a GENERA +b°fL�.s7•�P• .•• Dep- . d (i��e,�t S,nier appa.ol. I hereby certify ugor. rty c`W:-z Persor:Z ITErt :1• -; ,�� Ib '.TZCc�?Z that bue–geted flAn s c--e avail able f� — fcr ;t.c perod and �i�oze of this exper�. i.- � W i t -Ali� re stata3 ciove. ! . 2 81977 JUN 047,c-, of Gamin-1 Justice Planning 7171 ba-Ung OCJP Fiscal Officer Sacramento, c OCJP Form 502 Revised 7-1-76 MicrofilnugLwith board order ut,J. .U a6 REGION: PROJECT : 13. CERTIFICATION OF FORMULATION{ AND AVAILABILITY OF EQUAL EMPLOYMENT OPPORTUNITY PROGRA14 I, John Quartarolo (Project Director or other autho- rized . official) certify that the Sheriff-Coroner's office (criminal justice-agency) has formulated an equal employment opportunity'program in accordance with 28 CFR 42.301, et seq., subpart E, and that it is on file in the office of the Sheriff-coroner (name), Harry D. Ramsay (address), p- o• Box, Martinez, CA 94553 (title), for review or audit by officials of the cognizant state planning agency or the Law Enforcement Assistance Administration, as required by relevant laws and regulations. Signed /dmin. Services Asst. (Title) March 3. 1977 Date 00530 -3- i 14. NEGATIVE DECLARATION GENTLE1 iEN: In accordance with the procedures for the preparation of environmental impact statements, an environmental assessment has been performed on the proposed agency action below:. ' Friends Outside of Contra Costa Count (Title of Project The assessment process did not indicate a significant environmental impact from the proposed action, and the project will not involve any of the following: a. New construction projects. b. The renovation or modification of a facility which leads to an increased occupancy of more than 25 persons. c. The implementation of programs involving the use of pesticides and other harmful chemicals. d. The implementation of programs involving microwaves or radiation. e. Research and technology, the anticipated or intended future applica- tion of which could be expected to have a potential effect on the environment. Consequently, an environmental impact statement will not be prepared. An environmental impact appraisal, which summarizes the assessment and the reasons why a statement is not required, is on file at the above office and will be available for public scrutiny upon request. Sincerely, A�I lal-, gnature roject Dire- r or other authorized official) 00531 -4- . OFFICE OF CRIMINAL.JUSTICE PLANNING PROJECT BUDGET FBUDEGET CATEGORY AND LINE ITE14 DETAIL COST sultant Services Contract for Services with Friends Outside of Contra Costa County (See attached for description) $35,333.00 i `r i i f TOTAL $35,333.00 -9- 00532 " OFFICE OF CRIVIIiIAL JUSTICE PLANNING PROJECT BUDGET BUDGET CATEGORY MD LINE ITEM DETAIL COST G. Equipment Pages 6, 7, 8, 10, 11 deleted, not appropriate CATEGORY TOTAL 16. PROJECT TOTAL $35,333.00 17. FUND DISTRIBUTION FEDERAL STATE LOCAL a. Amount of Funds (a) 15,000 (b) 833 (c) 19,500 b. Percentage of Funds 42.45 2.36 55.19 BUDGET SUM-M-A RY FOR GRANT PROJECT* BUDGET CATEGORY FIRST YEAR SECOND YEAR THIRD YEAR Personal Services- Salaries - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - Personal - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Personal Services- Benefits - - - - - — - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - Travel - - - - - - - - - - - -- - - - - - - - - - - - - - - - - Travel - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - Consultant Services 33,334 35,000 35,333 - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - Construction- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - .Construction - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - Operating- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - Operating Expenses - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - Equipment- - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - -Equipment TOTAL 33,334 35,000 35,333 FUND DISTRIBUTION OF TOTALS Federal $ 30,000 20,000 15,000 % 90 57.14 42.45 1667 11111 833 State $ 5 3.17 2.36 $ 1,667 13,889 19,500 Local % 5 39.69 55.19 *See multi-year funding policy. -12a- x Budget Narrative Consultant Services The grant project is to be executed by a contract between Friends outsideof Contra 'Costa County. Attached is a breakdown of costs of� that contract' z t ,` sE f, a Y. .. 'T —13— 00533 Personal Services A Salaries Amount E\ecutive Director-* Family Service coordinator* $10,800 Administrative assistant* 9.360 Evaluation Analyst (300 hrs. 55.00 8,400 1.500 Sub-Total B. $30,060 - Fringe Benefits Social, Security Unemployment & State $ 1,671 1,036 Sub-total $ 2,707 Total Personal Services $32,767 Sunnlies and 0,3eti A. Rent, office, $150 per month B. Telephone $ 1,800 $�6 Total Supplies &-Operating $.2.566 Total Project costs $35,333 *Full-time position -14- - 00533 _ r t �4 PROJECT NARRATIVE Problem Statement Besides the economic difficulties confronting Friends Outside families, ure have found there are unique problems facing the individuals involved in the correctional system. Some of these are: 1. Isolation and social stigma of families of incarcerated persons; 2. Difficulty maintaining family ties during incarceration affects the family and the rehabilitation process of the man in prison. The reentry process is eased if the ex--offender has been able to continue close communication with his family during incarceration. According to the Holt Report, there is a "strong and consistent positive relationship that exists between parole success and main- taining strong family ties while in prison." This report reveals that only 50j, of no- contact inmates completed their first year on parole without being arrested, but 70r/o of those with 3 visitors were arrest free during this per- iod. Further, " . .the loners were six times more likely to return to prison in the first year. Thus, the inmate's family is the prime treatment agent and family contacts is a major correctional technique." 3. There is no one resource that the individual and family involved in the criminal justice system can turn to for aid and assistance. Each agency (probation, parole, prison, jail, social service department, public defender; etc.) works independently and unilaterally with the client which can be both confusing and incomplete in terms of the rehabilitation of the offender. The staff of these agencies are all carrying heavy caseloads and cannot pursue the overall needs of the client beyond their particular scope. 4. There continues to be evidence of general community apathy, lack of resources and negative attitudes toward the entire criminal justice system. The National Advisory Commission on Criminal Justice Standards and Goals in its volume on A Wational Strategy to Reduce Crime cites four priorities for action. Two of the four are addressed by Friends Outside. They are: 1) 'Delivery of Social Services: Public and private service agencies should direct their actions to improve the delivery of all social services to citizens; particularly to groups that contribute numbers to crime 00537 statistics. 2) Citizen 'miction: Increased citizen partici- pation in activities to control crime in their ec:ramunity must be generated, with active, encouragement and support by criminal justice agencies." Under the Priority: Increasing Citizen Participation. the report further states, "The criminal ?ustice system depends on citizen participation. All criminal justice agencies can do much in their operations to increase acceptability to the citizens they serve and to encourage these citizens to support their activities. This means, for example, that corrections must run its institutions to permit the community reasonable access to those incarcerated more, if they actively seek to explain their role to citizens' groups and show hos citizens themselves may participate in community crime prevention. Above all, criminal justice a?enci.es must understand and know the communities they serve. Active personnel recruitment from all facets of the community is essential if citizens and the criminal justice system are to work together as a team." . Another aspect of the problem is discussed in the Commission's Volume' on Corrections under the chapter "Implementation of Offender's Rights". "To the extent that the community continues to d„:scriminate on the basis of prior criminality, efforts toward reintegration uri.11 be frustrated. There must be recognition that society does not benefit in the long run from attempts to banish, ignore, or degrade offenders.- In part:such a response is a self-fulfilling prophecur if an offender is considered a social outcast, he usil like one. Efforts to improve the offender's ability to relate to others mean little if family and friends do not wish to associate with him. Acceptance can be fostered by improving the public's understanding of offenders' problems and of correctional processes. Correctional insittutions and programs should be opened to citizens' groups and individuals, not for amusement but so that citizens may interact on a one-to-one basis with offenders. In the final analysis, the offender's social status may be the most important determinant of reintegration. Any person wi12 respond with outrage, hostility, and non- conformity to a ecomunity that continually rejects, labels, and otherwise treats him as an outlaw." Under the community for Standard 2.17 "Access to the Public" in the Volume Corrections the problem of isolation and its results are discussed- "The walls of correctional institutions have served not merely to restrain criminal offenders but to isolate them. They have been isolated from the public in general and from their families and friends. As a result. the public does not know what is happening in prisons, and in large part the offender does not know what is going on outside the prisons. If corrections ic> to assure that an offender will readjust to the free society upon release, the adjustment process must begin long before p11538 —16— I c 1 the day of release. TO accoinrolish this, the public must be concerned about what happens in corrections. Information is a prerequisite to concern. Likewise, the cffender must retain his ties to the cc.-iEwnity and his knocrledge of what the free community is like if he is to be able-to dive there satisfactorily upon release.0 1 x L k ` xs b v � d 3 d € r"- r ' iz po y ` Ut"t y. T R L h ✓ if 3 F n a 2. frr .y C t t f z t u ?" Y 4 i 03539 Proiect Obiectiyes Objective one as stated in the original grant application has been found inappropriate to the project, as discussed on page 6 of the accmpanving Oct. - Dec. 1976 quarterly report. Objective two is to assist the prisoner to maintain family ties throughout incarceration. Objective three is best reworded for accuracy and clarity. (See page 7 of the Oct. - Dec. *1976 report. ) Our activity as comil pity advocate is intended for the adult offender and his or her family as well as the adult ex-offender and his or her family. Morever, advocacy as used in our work includes facilitation of communication, obtaining of information and mediation. U:'e serve as a neutral, non-correctional, group which can assist the family and/or offender/ex-offender in their contacts with law enforcement offices, detention facilities, probation and parole offices, social services, attorneys and the courts, a group to promote coherency and humaneness in these contacts. We can come to serve as one central resource for information and assistance. Objective four is "to involve the community with its o*vm correc- tion system", through our volunteer program and by eliciting material and monetary donations to assist the adult offender./ ex-offender and his or her fami lv. Ile are striving for at least a 25% increase in community donations each year. Aiethodoloov Three programs, which interweave, address the problems defined in the problem statement. First is a family service program, whereby client-family members and individuals from the community- at-large operate a drop-in facility where families of incarcerated persons or persons on probation or parole can seek assistance, both emergency material assistance and ongoing supportive contact. Second is a county detention facility visiting program in which a non-uniformed volunteer, a representative of the community, can assist individual inmates with their family and personal problems, can act as a facilitating contact person with families and agencies. Third is a volunteer program which is the recruitment, screening, training, and ongoing supervision of individuals to work with families and with inmates as described. 00540 Major tasks are as follows: A, Volunteer recruitment 1. Recruit interns from local community colleges, schools, and universities. 2. Advertise in newspapers, church bulletins, on radio and TV. 3. Utilize the Volunteer Bureau 4. Conduct a public forum for visibility 5. Distribute literature and place posters strategically in- the community B. Volunteer screening and training 1. Two-part orientation 2. Discussion of placement 3. -Six part service training t 4. Review of placement C. Volunteer supervision 1. On-the-job training in clerical, family service, and ; jail visiting areas 2. Monthly in-service meetings 3. Personal interviews for regular volunteers D. Development of client-family participation in meeting their own needs and.assisting others 1. Client-families' inclusion in volunteer program 2. Women's group facilitated weekly 3. Open House operated by families on a monthly basis 4. Publicizing the program.to the cc mnunity at large to develop individual donations 00M_ _ -19- JOB DESCRIPTIONS for Executive Director Administration Assistant and Family Service Coordinator Executive Director: Overall ad-nnistrator; responsible for the overall direction and functioning of the organization. in conjunction with the Board of Directors, determine policies and plan the programs of the organization. In accordance with the program needs, determine and define paid staff positions; recruit, select, and hire qualified employees. supervise and evaluate staff persons. in conjunction with the Finance Committee, develop and implement an annual funding plan. in conjunction with the Board Treasurer and with Board approval, establish an annual budget v:hich guides and defines operating procedures and also sets goals and priorities for fund raisinv. responsible for budgetory control research potential funding sources, i.e., foundations, special government funding or contractural arrangements. select Jail visitors and coordinate Jail Visiting Program. - develop plans for volunteer training. develop plans for volunteer recruitment and coordinate the implementation of these plans. Family Service Coordinator develop and implement family service program; responsible to the Director. resource person for families in crisis; maintain regular office hours. determine service money to be donated to individual families in crisis. assign andsupervise volunteers in ongoing work with individual families. 00542 -20- assist in volunteer training; select volunteers for family service work. •develop community referral resources and incorporate referral knowledge in volunteer training program. resource person for volunteers doing jail visiting follow-up. assign and supervise. volur_teers to coordinate family group activities. coordinate various services and resources available to families; food pantry, clothing closet, furniture list, transportation hook-ups (for local or prison visiting). develop carpools for local transportation and for prison visiting. advertise for furniture and tap known resources in the case of specific furniture requests. maintain family service records and statistics. prepare monthly family service report in written form. Administrative Assistant: responsible for secretarial and receptionist duties for the office. responsible for office management including supervision of administrative volunteers. pay bills, make out payroll reports, reconcile the bank balances for Bank of inerica and Wells Farge accounts. (eventually task may include bookkeeping) responsible for receipt of cash and goods and acknowledging same. keep donation, volunteer, and jail visiting records and statistics. develop and coordinate publicity. back-up person in family service or jail visiting crises. assist the Director in the recruitment and development of community resources; specifically monetary donations, volunteers, food and clothing. assist the Director in coordination of the jail visiting program until a volunteer or other staff person is assigned to the task. _ -21- 00543 r 04 LP . G n v 3 3• �, n ���. ny x tP a O 0 U ,.n d 0 3- LPa,- r Available resources: Churches' food pantries and clothes closets. Private and agency counselors who w=ork on a sliding scale. Government and private agencies in the County. Donors. Volunteer manpower. ' Other Chapters of Friends Outside of other Counties, and the Friends Outside State Prison Representatives. No similar programs in this County. We are unique. All taeks are ongoing, repetitious, and simultaneous. Even financial reports and progress reports, which are produced quarterly, are continuous because of data collecting. .2ianagement Records (1) Daily records of families who request services and types of services requested. (2) Individual card kept on each family with address, phone, names and ages of children, connection with the criminal justice system (e.g. "h=usband at San Quentin" or "self on probation"). Reason for initial contact and method of referral are recorded. Life-changing crises are briefly noted by date. (3) All receipts are deposited in the bank, and checks are made out for expenditures. Tiro parties must sign checks. Accounting books capable of checks and balances are kept by the Executive Director. (4) Not pertinent. (5) Three staff members have resumes on files. Board of Directors oversees work of Executive Director and calls an ad hoc personnel co�nittee meeting for her formal evaluation. The Exeuctive Director prepares periodic written evaluations on other staff members. Time sheets are kept. M45 -22- volunteers each have an on their individual card I�ith inform;• dates of service�nd and experience, beginning tt on Of time at each task es of volunteer work enand ending organization, reason�fcrCO nit- given hY 4helenght leaving. t In addition, vol�teers' daily ]basis' record hours worked on a haurs are totalled by the month. h p j 546 •x -23- 00546 Rvaluation Findings to Date Friends Outside is an effective agency for facilitating change in the social environment of offenders and their families, in the ce=unity, as well as in the criminal justice system. The duality of services is high. Participation of the c ..s�unity in Friends Outside is evidenced in its volunteer program and in both monetary and goads donations. In the present grant year, the estimated value of donated goods (including food, clothing, furniture and toys) increased from $3,722.45 the first quarter to $6,107.23 the second quarter. Total community monetary donations during the entire first grant year amounted to $4,255.38, whereas only six months' donations in the present grant year totalled $4,137.88. Volunteer sours this past quarter were equivalent to 98% of staff time. The quality and co_nmitment of volunteers, especially Board members, family service and jail visiting volunteers is strong. Volunteers who have participated in the training and orientation by staff.- rate it as excellent. Nevertreless, volunteers e_xpressdd a reed to know more about the total work of Friends Outside and its impact on the clients. Additional training onportunities are being developed by staff at the present -tire. Staff conflict during the first grant year was considered a major obstacle, one w=hich r•as addressed by a redesign of staff positions and change in personnel. The Co-Directorship was abolished, and the role of administration and liaison with the Board was designated for one person, the Executirve Director. Service work was divided into two categories, family service and jail visiting. An in-office Family Service Coordinator was hired to handle drop-in crises and to train and coordinate the efforts of volunteers in that area. Jail visiting supervision became the responsibility of the Executive Director, backed by the administrative Assistant, who also supervises clerical volunteers. This redesign of staff functions also a addressed another evaluation finding, which was the families' desire to have a single. continuously present person in the office to oversee service work and service workers. The Coordinator now fills this role, whereas previously the Program Director had many hats to wear and was often out of the office. The quality of contact is of great significance to client- families. County inmates strongly favored the jail visiting program for basically the same reason, supportive contact. Deputies interviewed responded very favorably to continuance of the program. In the conclusion of the first grant _year's evaluation, further funding is strongly recomMended to facilitate the involverrent of the Contra Costa Countv co-mmunity in its own correctional system and to increase services to families and inmates. 00547 ' Viol No. 1 Cbntinued Fundin Plan It is the intention of the project director, the Sheriff- Coroner of Contra Costa County, to seep; permanent funding for Friends Outside of Contra Costa Count subventing personal services and rentaltoftoffice he esnaof ce. aPProval by the Board of Suneryisors would Such co the contractual Sheriffs Partmente budget and provide for a places these funds contractual agreement for services between Friends and Contra Costa County- Outside Should these funds not be appropriated Friends will return to the pre-grant method of operation. Outside staff will be on a volunteer basis with all That isfundin, resources being utilized for goods and services.Private 3meact would dramatically reduced in scope and y P . s. d os1 7,q.. "loft, � ,1 Vo. 2: Volunteer Structure The organizational framework of Friends Outside reiies on the ongoing recruiting, training, and supervision of volunteers, coordination of programs, and implementation of fund-raising approaches in the co=unty which no volunteer will do for any length of time at the level of involvement required for the present Program. Therefore, the volunteer framework as it is organized is predicated on the existance of three staff positions; Director, Service Coordinator, and Administrative Assistant. Volunteer positions include the follo%ring: Clerical Assistants Family Service Workers (including clothes closet and food pantry management) Family Service Interns (direct contact with clients as in home visits or handling of office drop-in or over-the-phone crisis) r •Tail Visitors Transportation Volunteers Board of Directors Members Finance Com-nittee Members Volunteer Trainers With funding option #-1, the existing framework could continue. With funding option ; 2, the organization would undergo drastic reversals in its operation. �ro. 3: Prioritized Tasks for 3rd Year Funding Any tasks herein listed and prioritized by staff will be Gubject to change as circumstances change or in the instance of the Board of Directors making policy changes. a. Intensified recruitment for volunteer family service interns and jail visitors. b. Further development of formal vottmteer training* c. Developing funding sources among community individuals, organizations, and businesses to meet operating expenses as well as to provide direct service monies. *including the development of a service volunteer's procedural and referral manual. J 1 T- wool '! Ff2MCS OUTSIDE EVALUATION DESIGN - This evaluation is conceived of as complementing the first year evaluation and will thus, as far as possible, attempt to compare first year activity with the progress made in the second year. While the evaluation hill be concerned with the measurement of the achievement of project objectives, it will also place a heavy emphasis upon the internal administrative structure of the project. The focus on admin- istration should be viewed within the context of the project's grant- which rantwhich is now moving toward the end of its second of three years. The first year evaluation primarily reviewed the impact of grant funds on project activities and impct. The evaluation also witnessed the transition of F.O. from a small almost exclusively volunteer group having a budget that never exceeded $10,000. to a full-fledged organ- ization with three nearly full-time staff and a budget approaching $40,000. 11hile the first year evaluation noted some expansion of services (Jail Visiting Program) and made many recommendations regarding the improvement of the overall program, the second year evaluation Trill focus in on those recommendations to see whether they were carried out and, if not, to judge their appropriateness. Particular scrutiny will be paid to see if the project is beginning to solidify its base especially from an administrative point of view. METHODOLOGY The follor*ing evaluation methodology will proceed fro:.) the ob- jectives stated in the O.C.J.P. grant application and will include 1 other issues noted from discussion with the O.C.J.P. monitor, the p prii:wry sponsor (Sheriff's Dept.) and the evaluator's own perception of the needs of the project. 00549 Omani L L - xo aid the rehabilitation process of the prisoner. TTETHOB: lhile this objective is listed among the grant objectives the F.O. staff, O.C.J.P. monitor, and the evaluator concur that this objective is not entirely appropriate to the project. tihile the jail visiting program does perhaps allay the anxieties of inmates and other project activities for fa�►ilies may have a positive effect on the family member both ,Ahile in jail and upon release, there does not seers to be any strong season to believe that the rehabil- itation process itself is effected in such array as to warrant the inclusion of rehabilitation as one of the project's objectives. , OBJECTIFE II - To assist the prisoner to maintain family ties through incarceration. F.O. APPROACH - To visit county detention facilities, to dis- seminate info about services, and to receive requests for serv_t::.s related to family needs. This service is achieved by facilitating contact of favi lies 'with jail and prison inmates. In addition, F.O. f advocates jail visiting to family members, gives directions to jail facilities, provides individual counseling, rap sessions and referrals to outside ` agencies in order to meet this objective. IMHOD - This objective will. be measured through tuo methods: 1- The collection and analysis of program records detailing the number of inmates interviewed, the i number of jail visits by staff and volunteers, the amount of money disbursed for family travel to jail and prisons, and the number of car pools formed.. 2- Selective interviewing of inmates and families to determine their perceptions of t.0. Is interventions. In addition, the evaluator will. try to determine whether any records of jail visiting are kept by the local jails so that data for ail visiting can be compared with previous years. iThis information will not be used to determine the achievement of this objective). OBJECTM A - To provide the adult ex-offender as well as his or her family with a community advocate. F.O. h?PROLm - Tile approach used by the project to achieve this objective is primarily F.O.'s relationships with the Criminal Justice System and secondarily wit-h. other a:�cillary social service agencies. Thus, F.O. aids in helping the oi'fender and/or family contact criminal justice officials, i.e. , probation and parole officers, accompanying clients i-hen dealin- -Ath such agencies and helpin;; such agcncies be more responsive to the need of F.O. client:,. 00.550 IMOD(3) - The evaluator will use three primary methods to measure the achievement of this objective. (1) Collection of F.O. maintained data on the number and types of requests for advocacy services, the number and type of response by F.O., the impact of such attekpts as seen in project records. (2) Direct interviews with Criminal Justice System and other agency personnel rho have had a number of experiences in which F.O. has advocated for their client. This method will be focused upon the qualitative aspects of F.O.'s efforts as urell as impact. ' (3) /! combination of self-responding questionnaires and selective interviewing of F.Q. volunteers and family members to determine their perception of . the quality and impact of F.O. 's advocacy activities. OIMECTIITE" - To involve the community with its own correctional system. Sub Objective - 256 increase in outside donations. F.O. APPROACH � - To acquaint the.communi.ty with the needs and difficulties facing persons involved with the Criminal Justice System and to actively involve volunteers witli families and the inmates in County facilities. The approach to achieving this objective is mainly the recruitment of volunteers to work with families and inmates and their contribution of their services to the operation of the program. In addition, F.O. tries to promote friendship and mutual assistance among families and between families and volunteers to reduce isolation and build a sense of trust and community. This aspect of the project is viewed by the evaluator to be perhaps the most essential element of F.O. METHOD - This objective will be measured in several ways including quantitative and qualitative measures; (1) The collection of project data including the number of nes volunteers recruited, volunteer hours, type of work done by volunteers etc. (2) A survey 'of volunteers that would attempt to measure the volunteers reaction -to prop am efforts } to involve the community. (3) Collection of data on the nmaber and type of meetings attended by staff to gain community interest. i 00551 grants a nci conations as well as 'total anouns received compared to first year. (5) Interviewing families to deten.iine v-hetlier F.O. has helped -them build contacts and reduce their isolation. OTHER ISSUM POR EWILUITIO;I Administrative Performance Measures to Include; . (1) Response to recommendations from previous evaluation. I•ETIIOD - Interview staff, observation when necessary. (2) Adequacy of volunteer recruitment, training, aid support. I�L-5.71H 7 - Interview volunteers, staff observation of some meetings. (.3) Coordination of activities of volunteers and staff. I•S.THOD - Volunteer/staff interview/survey - observation. (4) Development of a strate,;r for the development of volunteers within the organization e.g. (a) volunteer ladder of responsibility and authority (b) volunteer feedback - meetin;s c volunteer supervision Ii T30D - Observation, interviews, analysis of written procedure. _ (5) The projects movement or activities in regard to the achievement of outside funding. Collection_of project records, interviews staff/ board, interview Sheriff, other agencies. (6) Adequacy of record-keeping system. - Observation and analysis to eetenmine reliability, adequacy, tnorou2ness etc. (7) Some measure of cost-effectiveness e.g. 00552 00552 . .,. all 0.1 services Dy budget for i ast t-.o years. yCompare cost of administrative service cath cost of client services and community involvement service. (8) The achievement of a sound and stable administra- tive structure. (a) lora turnover (b) High morale won- paid and unpaid s-L-.aff C effective coordination for job responsibility of staff �dj effective staff/board communication ethe activity of Board of Director's to achieve certain program goals (funding etc.) J.Mi7OD - Data collection of record of volunteers - Interviews idth volunteers - Survey of board members. OTHER SERVICES i The evaluation will also detail the material assistance and emergency aid received by families and try to determine the meaning of this assistance for the families. T.l�t'HOD - Collection of program data and interviews udth families and volunteers. LOGIC OAF PROJF.- T CO;ICEPT As noted in conversations with O.C.J.P. staff and the Director of F.O., there is general agreement that the rehabilitation of offenders is not a feasible goal of F.O. The Director of F.O. viers the project as a commune ty based service provider that can help reduce the alienation from society of both ex-offenders and their families. 6n the other hand, O.C.J.P. seems to primarily place F.O. in the framework of a citizens participation project tnthin the CRII.57MA- , JUSTICE SYST ri. F ron the standpoint of the evaluator F.O. in theory is capable of satisfy-in;; both of these Soals. There is little if any doubt that both iiimates of Criminal Justice Inst-tutions as hell as th--ir family e-T-erience a hl h de.ee of alienation from each ot;ier anti society. There also seems to be little ii' 2Yything clone by institutions u-Ithin society to provide such service 00553 w _ to people caught up within this system in order to attempt to lift then! 'out of the often vicious cycle of crisis, despair, and alienation and recidivism. The failure of institutions to respond to the more existential mundane (food, clothing) as Yell as concerns of such• peoule leaves the door open for anomer type of organization -to meet such need--. The evaluator believes that the approaches of Friends Outside, throuh its jail visiting program, advocacy program, and citizen input are appropriate to help meet the particular problems noted. LI IITPTIONS Its CO.NTSTRAINTS UPON 'EVALUATION The following factors should be examined because of their possible influence on the course of the proposed evaluation plan. AVAILABILITY ANM ACCtiESSIBILITY OF EWiLUnTION DATA This issue is important to raise not: because of the project's emnahasis u-3on limiting record-:seeping to a minu-num. It has been found t'_zat muc'•i of the case histories has been destroyed and the present data collection is not sufficient. In addition due 'Co data cowlection in- sufficiencies in the previous year, there is little useful data for -,onparison purposes. SUS r ICIMdCY of SOTY?.CFeS OF -EVALUATIVE D_T There may be difficult✓ in gaining information from i»slates at ocal jail alld stats prisons due to security Lir :a L-.?:cements J in addition dere nay be difficulty in reachinZ families that utilized F.O. Ser-Aces w Co:rlen-'-S. 0055' - TO PV3U2:,-. T '-,^ T .. L mV Tf'J N CIST 'n / T r:•,�J U:.I?0.�:.Iaf hiITi �:.i.,Il.-r. Imo_ �ar U\i171��•:•. =:,�._L?rr,liV, Me validity of any conclusions reached through the analysis of project records is dependent on the projects willingness and ability to record i---- formation in a uniform fashion and to consistently record data. The evaluaLar realizes that providing services to project clients must come first. Hotever accurate and uniform record keeping should be vievied as a method to insure that the results of services can be determined. This in turn allows the project to bake informed decisions about its services. EXT-?T OF D:"VOLVEi0 T OF PROJECT PMI O.ITNEL IN EVALUATION: The cooperation of project staff in the evaluation process is critical for the success of the evaluation. Staff needs to provide the evaluator with -their honest i-n,-')ressions and feelings about the project as well as about interpersonal relationships in order for the evaluator to accurately depict the project's performance. Staff must also be Milling to implement record- Reeping procedures. 110PIX PLAIT The follo zng work plan outlines a tentative idea of the steps in t1he evaluation process: STEP 1. Preliminary Assessment of Evaluation Components Nov. 5, 1976 - Dec. 31, 1976 4 to 5 parson/days Tasks to include: -identifying; major issues in program -identifying constraints upon evaluation -determining steps in evaluation -initial interviee:*s and conferences with project staff, O.C.J.P., Sheriff's Department -preparing detailed evaluation desip- -develop nrelimin fry design of'evaluation_ instru- ments -determine data needed and collection procedures 005T) ` Jan. 1, 1977 - Feb. 15, 1977 4 person/days Tasks to include: -revision of evaluation instruments -implementation of data collection procedures _ interviews with project staff -modify evaluation design if necessary -list preliminary finding regarding project performance -prepare preliminary status report - due 2/15/77 STEP 3. Assess Program Performance --Feb. 16, 1977 - April 30, 1977 8 person/days .Tasks to include: -distribution of questionnaires to volunteers, criminal justice officials, board members -structured and semi structured interviews with jail inmates, families and volunteers -further interviews with staff -observations of jail interviewing, family meetings etc. -initial analysis of project perforimance -preparation of second status report, due April 30, 1977 STP 4. Continue Evaluation Process May 1, 1977 - IQay 31, 1977 4 to 5 person/days Tasks to include: -final data collection analysis and initial interpretation . -final interviews with key project staff discussing initial finding and interpretations -critical appraisal of any pertinent areas not being covered by evaluation STEP 5. Final Reuort, Conclusions and 3ecomineiv.ati.ons Jure 1, 1977 - June 30, 1977 6 person/days Tas.cs to include: -conclusion of evaluation process -develo,)nent of recon:ienetations Jtep ,S continued; -Presentation of finding's to staff and Board of Directors -presentation of report to O.C.J.p. June 30, 1977. Before the presentation of the final repo the evaluator intends to fully discuss thrt, e conclusions and recomns endztions t--i.th project staff in order that maximum staff input into the evaluation can bb achieved. i ' f E t . . t 00557 . p.Wh.*PiVI Ti-dT R'PAii'w•.I•i+ t- f.-- --- TO CLERK BOILUD O]•` 1$ o'clock .. .}'I. SUPERVISORS at Costa County Record,: J. R. OLSSO,i, County Recorder Fee. S Official 33OARD OF SUPERVISORS, COINTRA COSTA ,COUNTY, CALWORIIIA In the atter of Accepting and Giving; RESOLUTION OF ACCE.'r.2 Matter notice of Completion of Contract with and NOTICE OF CO,'rLETION .Design Facilities Leasing Co. of Newark. C.C. 03086, 3493) 1003-102-7711-711 RESOLUTION HO. 77/429 The Board_ of Supervisors of Contra Costa-County P.ESOLVES THAT: The County of Contra Costa on Au st 31, 1976 contracted -with , Design Facilities leasing Co., 38505 Cherry street, Newark, California 21ame and Address of Contractor) R for Spay Clinic at Martinez Animal Control, 4849 Imhoff Drive, Martinez, California r . 3 With Insurance Compan-v of North America as surety, • I#ama of Bonains Company) . or wort: to be performed on the Grounds of the County; and The Public ::orl:s Director reports than; said work has been inspected and complies with the apt owed plan., special provisions, and standard specifications, and recommends its acceptance as complete c as of MaX 17- ig77 s u i¢Therefore, said work- is accented as• completed on said data, and the Clark shall file with the Coua y* Recorder a copy of this Resolution and Notice as a Notice of Completion for -said contract. + An extension of contract time from December 6,1976 to May-17, 1977 is granted to - • cover delays in delivery of materials and conditions beyond the contractor's control: PASSED AiiD AMPTED Oil May 17, 1977 • CERTIFICATION and '4RIrICATION I certify that t o foregoing is a true and correct copy of a resolu- tion said acceptance duly adopted ,nd ertcred on t%e minutes of il:is Board's recti n. on the above date. I declare ur_dei penalty of pc:rjv:ry that the fore;oinZ ii: true and correct. 3)atce. 3. }:. , County Clark: & at 2.; rtin_:z, Caiifol-ni t ex officio Clerk. of the Board cc:�lis:cora ::na r e ruin Co=1trac for Auditor I'rlbli c t.orl:s ��5 . }:}:,'.{l1diT1 t)Ii ;:t). ZZ�429 w . . t t In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Approving Change Order No. 1 to Construction Contract for the Spay Clinic, Martinez. (1003-102=7711-711) The Board of Supervisors APPROVES and AUTHORIZES the Public Works Director to execute Change Order No. i to the construction contract with Design Facilities Leasing Co., Inc. of Newark for the new Spay Clinic at the Martinez Animal Control Center, 4849 Imhoff Drive, Martinez. Change Order No. 1 is- for additional work and agreed upon liquidated damages in the amount of $492.21 (Deduct). PASSED by the Board on May 17, 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 an the dote aforesaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: Public Works Dept. affixed thisl7th day of Ma . 1977 Agenda Clerk Building Projects J. R. OLSSON, Clerk County Auditor-Controller - Contractor BY C^- r"��44 Deputy Clerk Inspectors Jain L.?AMU H-24 3/:6 ISm x. C° FUND # 1003-102-7711-711 Project: Spay Clinic, 4849 Imhoff Drive, Martinez Contractor: Design Facilities Ceasing Co. In accordance with County request, Contractor proposes to provide all equipment, materials, labor and services to accomplish the requested change to the contract documents for which the ammunt noted herein below shall constitute full compensa- tion and by which the contract price shall be adjusted. In all other respects the contract remains unchanged. Description of Change 1. Provide curb cut, additional concrete work, paint handrails and trim at railings and add 15' sewer line. . . . . . . . . . $ 1,073.00 ADD 2. Telephone billing prior to occupancy... . . . . . . . . . $ 15.21 DEDUCT 3. Non-punitive liquidated damages in conformance with Division C and Division 0, Paragraph 5 of the speci- fivations. . . . . . . . . . . . . . . . . . . . . . . . $ 1,550.00 DEDUCT Approval Recommended: Net Change in Contract Price $. 492.21 Deduct Add --� - Last Contract Price 3 41,840.00 Pro� act ArchitectlEngineer New Contract Price $ 41,347.79 Apoved: 41 Publ c 6-0rks Director! Accepteo: �esian Facilt_ `t7e� 1 aacina Co. BY. Contractor BY. uo0r, Regional Manager Date n+ra,MmIA ,Wath board oAw 00560 In the Board of Supervisors of Contra Costa County, State of California 14av 17 . 19 77 In the Matter of Appeal of Lawrence and Nancy Cowan, et al from Planning Commission Conditional Approval of Tentative NOTICE OF HEARING ON APPEAL Map for Subdivision 4871, Lafayette area. Arnico, Inc. Applicant and Owner 1:niEREAS on the 29th day of T4arch, 1977, the Planning Commission approved with conditions the tentative map for Subdivision 4871 filed by Arnico, Inc. ; and WHEP.EAS within the time allowed by law, Mr. 11illiam J. Hooy, representing Lawrence and Nancy Cowan, et al, filed with this Board an appeal from said action; NOW THEREFORE, IT IS ORDERED that a hearing be held before this Board in its Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California, on Tuesday, the 31st of May, 1977, At 11:30 a.m., and the Clerk is directed to give notice to all interested parties. PASSED by the Board on May 17, 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: 11illiam J. Hooy, Attorney Witness my hand and the Seal of the Board of Arnico, Inc. Supervisors Rcbert C. Humann Company affixed thisl7thday of May . 19 77 List of ;laries Provided — by Planning Director of Planning J. R. OLSSON, Clerk Public Works Director By -JAbrIZU D' •vEhtiir� r�L, Deputy Clerk Land Development Jamie L. Johnson Building; Inspection 00561 1i-2-13;76 15m EXHIBIT "A" Conditions for Approval of Subdivision 4871 1. Approval is based on the tentative map received by the Planning Depart- ment on February 28, 1977, as modified by these conditions. The approval is to give direction only. The number of lots may range between 10 and 26, depending on the next phase of review. 2. The next phase of review shall be the review of the development pian, including grading, drainage, and building location on the lots. During this period of review the Director of Planning shall consult with the Springbrook Neighborhood Association and may bring the tentative map back to the Planning Commission for review, if necessary. 3. Exception is granted from the Subdivision Ordinance for Campo Calle to be a private street. Right of access shall be given to the Quandt property. 4. Comply with the fire protection requirements of the Consolidated Fire Protection District. 5. A scenic easement shall be established to protect the grove of trees located on the north portion of the property. 6. Campo Calle and any other private streets which may be approved shall be constructed to County Ordinance requirements for private roads. Improve- ment plans, inspection fees and bonds shall be submitted to the Building Inspection Department. 7. The subdivision shall conform to the provisions in Title 9 of the County Ordinance Code. Any variance therefrom must be specifically applied for and shall not be allowed unless listed on the Planning Commission's condi- tional approval statement. 8. In accordance with the provisions in Section 44-4.414 of the Ordinance Code, the owners of all existing easements within areas to be dedicated or deeded to Contra Costa County for road purposes shall consent to the dedication/ deeding of the right-of-way and shall subordinate their rights to the right of the public in the dedicated/deeded area. 9. All utility transmission, distribution, and service facilities shall be installed underground. 10. Street lights shall be installed on Quandt Road and Summit Road and the entire subdivision shall be annexed to County Service Area L-42 for the maintenance and operation of the street lights. 11. Sidewalks shall be constructed on Quandt Road and Summit Road along the subdivision frontages. 12. No mailboxes will be permitted within sidewalk, path or trail area. The placement of mailboxes within the right-of-way shall conform to current standards of the Public Works Department. The subdivider is advised to contact the Postal Service and find a satisfactory arrangement for mail delivery. 00562 A icroihmed with board order I Conditions for Approval - Subdivision 4871 Page 2 13. The right-of-way width for Quandt Road shall be 60 feet measured from the existing right-of-way in Subdivisions 2013 and 2447. The face of curb shall be located 10 feet from the widened right-of-way line. 14. The portions of Quandt Road and Summit Road within the subdivision shall be dedicated to the County. 15. The width of Fox Ridge Lane shall be subject to review and approval by the Staff. 16. The returns at the intersection of Quandt Road and Campo Calle Road (private) shall have 10-foot right-of-way radii and 20-foot curb radii. The centerline of Campo Calle Road (private) shall intersect Quandt Road at a right angle to the tangent of the Quandt Road right-of-way line. 17.. All street intersection grades shall be in strict conformance with the provisions of Chapter 98-6 of the Ordinance Code. 18. The subdivider shall replace any existing paving within 20 feet of the curb that does not meet County standards for structural section. 19. Along the roads dedicated to Contra Costa County at least one 3-inch diameter non-ferrous drain shall be installed for each lot through the curbs and under the sidewalks to provide for future roof drain, etc., connections from the individual lots. Locations will be determined on the basis of grading and road improvement plans. 20. The subdivider's engineer shall submit to the Public Works Department, Land Development Division, as part of the improvement plans, a soils report specifically addressing the treatment of slide areas which affect the roads built to public road standards. 21. Although the storm drainage system is shown in some detail, comment on the system will not be made until the improvement plans are submitted for review. 22. Storm water flow from the developed portion of any lot shall not be allowed to flow onto adjacent lots in the subdivision or onto adjacent properties. Concrete-lined interception ditches shall be installed, if necessary, to prevent this occurrence. 23. Lots 18 through 26 shall be protected from hillside runoff from the north. 24. The existing culvert along the Pleasant Hill Road frontage at the westerly most corner of the subdivision shall be removed and replaced with concrete- lined ditch to match the existing concrete-lined ditch upstream and down- stream of the culvert. 25. The right of vehicular access to Pleasant Hill Road shall be relinquished. 0' 063 Microfilmed with board order M -� Page, 3 Conditions for Approval - Subdivision 4871 sal serving this subdivision shall Each in provided ro ide by the unit. 26. Sewage dispo SanitaDistrict sewers located Central Contra Costa separate sewer connection- The shall be served by within the boundaries of this ic his subdivision-Costa Sanitary Distrt's sewerage shall become an Integra part of the Central Cont collection system- District. Each the East Say Municipal Utility 27- Water supply_shall be by a separate water connection. individual living unit shall be served bY. Municipal stem, located within the boundaries of this Such water distribution systems integral part of the East Bay subdivision shall become Utility District's overall water distribution sytem. DP:1sw/dh ' 3-29-77 Rev. 5/5/77 00564 tdtiaotilmed with board order � � q Nobif wicrotilmed with board order In the Board of Supervisors of Contra Costa County, State of California rlay 17 , 1977 In the Matter of Request for Continuation of Payment of Utilities for Concerted Services Project, Pittsburg: The Board on February 8, 1977 having approved the recommendation of its Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) that the County continue payment of utilities only through June, 1977, for the Concerted Services Project, 27 Columbia Circle, Pittsburg, California 94565 inasmuch as the County no longer uses space in the building; and Supervisor E. H. Hasseltine having brought to the, attention of the Board a Iday 13, 1977 letter he had received from I•ir. Carl Hempe, Executive Director, Concerted Services Project, Pittsburg, requesting that payment of utilities at the aforesaid address be continued from July 1, 1977, until July 1, 1978, in the amount of $6,000, and stating that such in-kind contributions are necessary for the project to qualify for Community Services Administration funds and thus be able to continue servin; the Pittsburg area; and hir. Hempe having suggested that payment could be made from Revenue Sharing Funds; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Finance Committee. IT IS FURTHER ORDERED that the County Administrator is REQUESTED to furnish a report on said matter to the Committee. PASSED by the Board on hlay 17, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: Board Cormtittee Supervisors Concerted Services Project p 1•1r_ Carl Hempe affixed this 17 qday of_ rJoll 19 77 Director, Office of Economic Opportunity Director, Human j ! J. R. OLSSON, Cler'.c Resources Agency By /`4-rtif�-L%L /%ter %iI! . Deputy Clerk County Auditor-Controller Helen C. Narsaall Public Works Director Building, Raintenance County Administrator H-243j7615m 011019 j5 In the Board of Supervisors of Contra Costa County, State of California May 17 . 19 j7 In fhe Matter of Bids for Sycamore Homes, County Service Area M-6, Landscape Maintenance. This being the time fixed for the Board to receive bids for landscape maintenance of the Sycamore Homes, County Service Area M-6; and Bids were received from the following and read by the Clerk: Contra Costa Landscaping, Inc., Martinez Consolidated Landscape Service, Inc., Napa Pacific Landscape, Inc., San Ramon Sycamore Homes Assn., Danville IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation. PASSED by the Board on May 17-, 1977. I hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Bldgs & Grnds Supervisors cc: Public Works Department affixed this 17th day of_ May . 19 77 Agenda Clerk Building Projects I R. OLSSON, Clerk By Deputy Clerk M nous H-24 U76 15m In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of ' Human Services Advisory Commission. The Board on flay 10, 1977 having established a seven member Human Services Advisory Commission, to be composed of one representative from each Supervisorial District and two at—large members; and Supervisor E. H. Hasseltine having this day recommended that after each Supervisor has reviewed the applications and selected his nominee, the remaining applications be forwarded to the Internal Operations Committee (Supervisor Hasseltine and Supervisor N. C. Fanden) for review and recommendation with respect to the appointment of the two at—large members; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on May 17, 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: Board Members Witness my hand and the Seal of the Board of Director, Human Resources Supervisors Agency affixed this 17thday of MaY . 1977 County Administrator Public Information Officer J. R. OISSON, Clerk By Deputy Clerk Jame L. Jo nson 00567 11•24 3/76 15in In the Board of Supervisors of Contra Costa County, State of California May 17 . 19 77 In the Matter of Releasing Deposit for Subdivision MS 125-75, Lafayette Area. The Contra Costa County Consolidated Fire District on Hay 2, 1977 having accepted the fire hydrant installed in Subdivision HS 125-75, Lafayette area, for which $1,200.00 (Deposit Permit Detail Number 137926, dated July 13, 1976) was deposited as surety for the installation of the fire hydrant; and The Public Works Director having reported that the aforesaid fire hydrant has been installed and recommends that he be AUTHORIZED to refund the $1,200.00 to Louis J: Marion; IT IS BY THE BOARD ORDERED that the recommendation of the Public Works Director is'APPROVED. PASSED by the Board on May 17, 1977. 1 hereby certify that the foregoing is a true and correct copy of an ardar entered on tha minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: Public Supervisors Works affixed this 17 day of clay 19 77 Land Development Division _ cc: Public Works-Director-LD J. R. OLSSON, Clerk Louis J. Marion gDeputy Clerk 2086 Pleasant Hill Road J.9sn L?Ailler Pleasant Hill, Calif 94523 H-24 3r(.!Sm 00565 _.v.._ ., ------------ t !n the Board of Supervisors of Contra Costa County, State of California May 17 . 19 77 In the Matter of Resignation from the Contra Costa Subarea Advisory Council of the Alameda-Contra Costa Health Systems Agency. Supervisor E. H. Hasseltine having advised the Board that he had received a May 5, 1977 letter from Charles H. Pollack, M. D. , Mental Health Director, submitting his resig- nation from the Contra Costa Subarea Advisory Council of the Alameda-Contra Costa Health Systems Agency, as a Provider Representative, for the reason that he is unable to attend all of the meetings; IT IS BY THE BOARD ORDERED that the resignation of Dr. Pollack is ACCEPTED with regret. PASSED by the Board on May 17, 1977• I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Dr. Pollack c/o Human Resources Supervisors Agency affixed this 17th! of ?"ay . 19 77 Alameda-Contra Costa Health oY Systems Agency Director, Human Resources J. R. OLSSON, Clerk Agency Ms. tIanda Stanley BDeputy Cleric Mr. Richard Cabin Jamie L. Johnson County Administrator Public Information Officer 0Ur;fi9 H•24 3/776 ISm In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Molter of Department of California Highwa_v Patrol Proposed Amendments to Ambulance Regulations. The Board having received a May 4, 1977 letter from Department of California Highway Patrol transmitting copy of proposed amendments to ambulance regulations and advising that, a public 'nearing on said revision will be held in Room 150, State Personnel Board Building, 801 Capitol Niall, Sacramento, at 10:00 a.m. on June 16, ,1977; IT IS BY THE BOARD ORDERED that said matter is R FEIRSD to County Health Officer. PASSED by the Board on May 17, 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 ._. t;a1.7 ty Health ;if t -ter Witness my hand and the Seal of the Board of ,,.�,.__ Cou ty Administcator Supervisors Director, n.R.A. affixed this 1-7r..day of 19 T-7 County Calansel J. R. OLSSON, Clerk By t ,.fJ:.c_C Sak-. -i, . Deputy Clerk 3i1lie C. Souza `5 005'70 H-24 4!'7 ISM In the Board of Supervisors of Contra Costa County, State of California Play 17 , 19'77 In the Matter of Suggested Changes in Board Calendar. On the recommendation of Supervisor R. I.'Schroder, IT IS BY THE BOARD ORDERED that the I-lay 11, 1977 memorandum from the League of Women Voters of Diablo Valley suggesting certain changes in the Board calendar is REFERRED to the Agenda Committee. PASSED by the Board on May 17, 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: Supervisor Boggess Witness my hand and the Seal of the Board of Supervisor Schroder Supervisors County Administrator affixed this 17t1•ilay of_ tiav 19 77 County Counsel _ Public ilorks Director J. R. OLSSON, Clerk 1 BY Deputy Clerk Ronda Amdahl H.za3,1c,15m 030tt J1 r In the Board of Supervisors of Contra Costa County, State of California May 17 . 19 77 In the Matter of Final Short-Doyle Budget for Fiscal Year 1976-1977. The Board on May 10, 1977, having referred to the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) the proposed final 1976-1977 Short-Doyle Budget for review and recommendation to the Board; and The Committee having met with staff from the County Administrator's Office, the Human Resources Agency, and Medical Services Department (Mental Health) on May 16, 1977 to consider the aforementioned final budget revisions covering projected deficits for fiscal year 1976-1977 as well as anticipated deficits for fiscal year 1977-1978; and The Committee having submitted its report to the Board on this date; IT IS BY THE BOARD ORDERED that the Board ENDORSES the report of the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) and HEREBY AUTHORIZES the Mental Health Director to submit the revised.1976-1977 Short-Doyle Budget. to the State Department of Health. IT IS FURTHER ORDERED that the Finance Committee (Supervisors R. I. Schroder and J. P. Kenny) shall conduct a continuing review of mental health programs in an effort to resolve the projected deficits for fiscal year 1977-1978. PASSED BY THE BOARD ON May 17,1977. 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. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Medical Director Supervisors Mental Health Director affi11ed thislZthday of May . 19 77 t1HAB Finance Committee--B/S County Administrator ��/-s J. R. OLSSON, Clerk County Auditor B aw5le��/�� �ii�.��, Deputy Clerk F;aline H. I3e11feld H-24 3/76 15m 0" The Board of Supervisors �Untra James R. j J County Clerk and Ex Officio Clerk of the Board County Administration Building (�JrV1 I Mrs.Geraldine Russell P.O.Box 911 County Cnbt Clerk ftartinez.California 94553 (415)372-2371 .lames P.Kenny-Richmond st Ontnd Nancy C.Fanden-Manum 2nd Dnmct Robed L Schroder-Lafayette 3m Ontnct Warren N.Sog"sa-Concord atn Ontr,-n Erle H.N»e.idn.-Pittaburp MAY 17, 1977 Stn Distnct REPORT t tip" OF U FINANCE COMMITTEE ON SUBMISSION OF THE FINAL 1976-77 SHORT-DOYLE BUDGET On May 10, 1977 your Board referred to our Committee the final revisions to the 1976-1977 Short-Doyle budget which provides the primary federal, state and county support for the County's Mental Health programs. The Committee met May 16, 1977 with staff from the County Administrator's Office, the Human Resources Agency, and Medical Services Department (Mental Health) to consider the final revisions to the Short-Doyle budget which must be submitted to the State Department of Health by June 1, 1977. The County's Mental Health programs have been in jeopardy for some time because of inadequate support from the state and federal governments. At the beginning of this fiscal year the County faced a potential increase in County funding amounting to $794,000 over the normal 10% County match. The Mental Health programs will overrun their budgeted expenditures this year by approximately $135,000. In addition, staff anticipate that budgeted revenue will be underrealized by approximately $274,000. Offsetting this, Dr. Pollack, our Mental Health Director, has been able to convince State staff to allocate an additional $490,000 to this County. This leaves the County with an increased match of $704,000. The prospects for the 1977-1978 fiscal year are even more threatening to our Mental Health programs. It will require an additional $900,000 in county funds simply to maintain our existing level of services. The Finance Committee will be reviewing Mental Health programs carefully to determine how best to resolve this problem. At this point, however, it is impossible to look at any other viable alternative but to finance this additional county contribution for the balance of this fiscal year. The Committee, therefore, recommends that the Board of Supervisors endorse the final revisions to the 1976-1977 Short-Doyle budget submitted by the Mental Health Director and authorize him to submit this rev- t to the State Department of Health. ♦ i ,/i BERT I. SCHRODER )urpervisor P. KENNY t, Supervisor District III District I Q; 573 1,iaofilmed with board order In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of - Authorization to Solicit Proposals for Contract Claims Administration Services Under Workers' Compensation Self- insurance Program It having been reported by Mr. Arthur G. Will, County Administrator, that a preliminary-study of'the'workers' compensation program indicates that the County should consider self-insuring this exposure; and Mr. Will having requested that staff be authorized to solicit proposals for contract claims administration and adjustment services'with the understanding that there is to be no obligation upon the County to implement a self-insurance program; IT IS BY THE BOARD ORDERED that the requested- authorization is GRANTED. Passed by the Board on May 17, 1977. hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Orig: Administrator Witness my hand and the Seo{ of the Board of Supervisors cc: Director of Personnel affixed thisl7thday of m;. 197-7-- County 972County Counsel J. R. OLSSON, Cleric By Deputy Clerk Marine M_ Neufeld 005'74 H 24 3,76 15m In the Board of Supervisors of Contra Costo County, State of California rtav 17 _,,19 7 In the Matter of East Bay Regional Park District Proposed Golden Loop Horse Trail,` Danville Area. The Board having received a May 5,' 1977 letter from Chief Michael W. Blodgett, Danville Fire Protection District, expressing concern with respect to the impact (large numbers of horses, persons and vehicles) on local facilities of the East Bay Regional Park District proposal for Golden Loop horse trail and related facilities, and requesting information as to which county department is reviewing the proposal; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Director of Planning for review in conjunction with other county departments concerned. PASSED by the Board on May 17, 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- Chief Ii. W. Blodgett Witness my hand and the Seal of the Board of Director of Planning Supervisors Public forks Director affixed this lZi-hday of s,y . 197? County Sheriff-Coroner County Ad.-ainistrator J. R. OLSSON, Clerk By /�'�.,• L_ �tci 1L/( Deputy Clerk Helen C. Marshall 005`7 H-24 3176 15m In the Board of Supervisors of Contra Costa County, State of California May 17 -. 19 77 In the Matter of Development of a Specific Plan for the Sleepy Hollow-Orinda Downs Area. The Board on May 10, 1977 having,referredto the Director of Planning the request of The Orinda Association that a specific plan for the Sleepy Hollow-Orinda Downs area be prepared and that an interim ordinance be established for the four-month study time; and In a May 17, 1977 memorandum Mr. A. A. Dehaesus, Director of Planning, having recommended that an interim ordinance not be adopted inasmuch as many developers in the subject area have agreed not to press their 2pplications during the study period; and Mr. Dehaesus having advised that a specific plan would be most desirable and helpful in expediting development decisions in the area, having identified the study issues to be primarily hillside development and traffic circulation, and having suggested that the study be conducted by the Planning Department in coopera- tion with a local citizens committee; IT IS BY THE BOARD ORDERED that the recommendation of the Director of Planning is APPROVED. IT IS FURTHER ORDERED that the Director of Planning is REQUESTED to develop a specific plan for the Sleepy Hollow-Orinda Downs area. PASSED by the Board on May 17, 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- The Orinda Association Witness my hand and the Seal of the Board of Director of Planning Supervisors County Counsel affixed this, .►ldoy of W. - 1972 County Administrator J. R. OLSSON, Clerk By /le L— // �l'..v�.L�U-`. , Deputy Clerk Helen C. I4arshall H.24 3P6ISm 00576 In the Board of Supervisors of Contra Costa County, State of California May 17 . 1977 In the Matter of Refund of Cash Deposit, Subdivision 4386, Town of Noraga A bonded Encroachment Permit having been issued on August 14, 1973 to Sasha Naloff for the installation and completion of public improvements in Subdivision 4386, Noraga area; and The Public Works Director having reported that the Town of Iforaga on May 4 , 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 H. S W. Development Corp., P.O. Box 5456, Concord, California 94524, the $500.00 cash deposited to insure completion of improvements, as evidenced by Deposit Permit Detail No. 110353 dated August 14, 1973. PASSED_by the Board on May 17, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department- Pk Witness my hand and the Seal of the Board of Land Development Division Supervisors affixed this-1 7-h day of 19 cc: :u:cn of :Ioraga —' Public Works Director-LD Sasha Haloff j J. R. OLSSON, Clerk 45 John Glenn Drive By tr z�. • /f��f �, Deputy Clerk Concord, Calif 94520 41Jean L. Biller H-24 i/;6 15m 00577 l In the Board of Supervisors of Contra Costa County, State of California Kay 17 , 19 7� In the Matter of Proposed Correction of Error on U.S. Geological Survey Quad Brentwood Map. The Board having received a May 5, 1977 letter from Mr. Leonard Fisk, Member, California Committee on Geographic Names, State Department of Fish and Game, advising that a proposal has been made to correct an apparent error on the U.S. Geological Survey quad Brentwood map concerning a stream name (Dry Creek), and requesting an expression from this Board as to the appropriateness of recommending said proposal for adoption to the U.S. Department of Interior, Board on Geographic Names; , IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Public Works Director for recommendation. PASSED by the Board on May 17, 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- Public Works Director Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this]7thday of May 1977 J. R. OLSSON, Clerk By. 'kt-1 Ll " Deputy Clerk Helen C. Marshall 11-24 3176 ISm 00578 P. Helen C. Marshall 11-24 3174 ISm 00578 p: { 1 In the Board of Supervisors of Contra Costa County, State of California May 17 197-7— In the Matter of Approval of Landscape Maintenance Agreement for Subdivision 4207, Byron Area. The Board having considered an agreement with Discovery Bay Corporation, P.O. Box 85, Byron, California 94514 for landscape maintenance in Subdivision 4207, Byron area; and Said agreement being accompanied by a cash (maintenance, labor and materials) deposit in the amount of $7,500.00 (Deposit Permit Detail No. 146523 dated May 6, 1977); ' IT IS BY THE BOARD ORDERED that the Chairman, is AUTHORIZED to execute the aforesaid agreement. PASSED BY THE BOARD on May 17, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: Piz Witness my hand and the Seal of the Board of Land Development �Pervisors affixed this day of ,.,,. . 197Z cc: Public Works Director Director of Planning J. R. OLSSOIV, Clerk Discovery Bay Corporation P.O. Box 85 By21 % Deputy Clerk Byron, California 94514 .lean L!.l LI Public 'works Dea rtment Service Areas Division James Fears Building Maintenance Division `, H.24 3/76 maichard Marble 005'79 SUBDIVISION AGREEMENT Subdivision: 4207 Subdivider: Discovery Bay (After construction is complete) Corporation Effective Date: May 17, 1977 LANDSCAPE MAINTENANCE Maintenance Period: through September 30, 1977 Deposits: (cash) maintenance and payment $7,500 1. PARTIES DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above-named Subdivider, mutually promise and agree as follows concerning this subdivision: 2. IMPROVEMENT WARRANTY. Subdivider warrants that the landscaping and irrigation system have been constructed, installed and completed in this subdivision in a manner equal or superior to the requirements of the County Ordinance Code, Title 9. 3. GUARANTEE & MAINTENAW;CE. Subdivider guarantees that the aforesaid landscaping and irrigation improvements are and will be free from defects and will perform satisfactorily in accordance with County Ordinance Code; and he shall properly maintain the improvements, including plants, from the date of this agreement through September 30, 1977 against any defective workmanship or materials or any unsatisfactory performance. Proper maintenance shall include but not be limited to the following: A. Plants (including ground cover) which die shall be replaced in kind within two weeks. B. Planting areas shall be kept weed free throughout the maintenance period C. Planting shall be adequately irrigated and fertilized to promote optimum growth. 4. IMPROVEMENT SECURITY: CASH DEPOSIT. Upon executing this Agreement, Subdivider shall deposit as security with the County: CASH: $7,500 (maintenance and payment for labor and materials.) as security guaranteeing his maintenance of the work through September 30, 1977 against any defective workmanship or materials or unsatisfactory performance and for securing payment to the contractor, to his subcontractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. 5. NO WAIVER BY COUNTY. Inspection of the improvements and/or materials, or approval of improvements and/or materials inspected, or statement by an officer, agent or employee of the County indicating that the improvements or any part thereof comply with the require- ments of this agreement, or acceptance of the whole or any part of said improvements and/or materials, or payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 1Wtrotilnwd wan board oraw 00580 6. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabilities as defined in this section. A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents, and employees; B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property 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 County approved the subdivision map or accepted the improvements as completed, and including the defense of any suit(s), action(s) or other proceeding(s) concerning these; C. The actions causing liability are any act or omission (negligent or non-negligent) in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontractor, or any officer, agent or employee of one or more of them; D. Non-Conditions: The ^:omise and agreement in this section is not conditioned -or dependent on whet'-sr or not any Indemnitee has prepared, supplied-, or approved any plan(s) or specification(s) in connection with the improvements or subdivision, or has insurance or other indemnification covering any of these matters. 7. COSTS. Subdivider shall pay or have paid when due all the costs of the work, including inspections thereof and relocating existing utilities required thereby. S. NONPERFORMANCE AND COSTS. If Subdivider fails to maintain the work and improvement: during the time specified in this agreement, County may proceed to maintain them by contract or otherwise, and Subdivider shall pay the costs and charges therefore immediately upon demand. If County sues to compel performance of this agreement or recover the cost of maintaining the improvements, Subdivider shall pay all reasonable attorney's fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 9. ASSIGIMLYr. If before the completion of the maintenance period, the subdivision is annexed to a city, the County may assign to the city the County's rights under this agreement and any deposit or bond securing them. 10. LABOR b MATERIALS. WARRANTY. Subdivider further warrants that the claims and liens of all persons, contractors, and subcontractors furnishing labor or materials for the installation of said improvements in the subdivision have been satisfied. The Subdivider agrees to satisfy any valid claims or liens of labor and materialmen as to the said improvements and subdivision appearing hereafter upon demand by the County. 00581 CERTIFICATE I,.Sandra B. Smith, Secretary of Discovery Bay Corporation, do hereby certify that the following is a true and correct copy of a resolu- tion adopted by unanimous written consent of the Directors of said corpor- ation, pursuant to said corporation's By-Laws on November 29, 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 17. Doll or Howard R. Bru, 'be and they hereby are authorized, on behalf of this corporation to execute all documents and do all things required by all Municipal Agencies and the Real Estate Commissioner of the State of California for the purpose of obtaining subdivision maps, governmental clearance and a public report from said Commissioner for Sub- division 4672 in Contra Costa County." • IN WITNESS WHEREOF, I have hereunto subscribed by name this 29th day of November, 1976. Sandra B. With Corporate Secretary t. 00582 11. RECORD HAP. In consideration hereof, County shall allow Subdivider to file and record said subdivision map, and recognizes this subdivision as one complying with State laws and County ordinances. COT 1-OF COZfTRA COSTA SUBDIVIDER: (see note below) y 1,' c'G "R� '' ` DISCOVERY BAY CORPORATIOiNT Chairman, Board of Su cors W. N. Boggess 4" ATTEST: J. R. OLSSON, County Clerk 6 ex officio Clerk of the Board (Designate official capacity in the business) Ho%vard R. Bru,,Vice Pre-.� Wu C7 Jean L.M W Note to Subdivider: (1) Execute Acknow- ledgment form on page 3, and affix to FORM APPROVED: JOHN B. CLAUSEN, this page; and (2) If a Corporation, Count=unsel affix corporate seal. By. P_Z& Deputy (CORPORATE SEAL) State of California ) County of Contra Costa ) (Acknowledgment by Corporation, Partnership or Individual) On May b. 1977 the person(s) whose name(s) is/are signed above for Subdivider who is known to me to be the individual and officer or partner as stated above signed this instrument, and acknowledged to me that he executed it and that the corporation or partnership named above executed it. i 927.1MM" Tt .Sandra R Smitif Notary Public CONTRA CMA RyC*U+mi�on�$vNotary Public for said County and State 0083 i In the Board of Supervisors Of Contra Costa County, State of California May 17 ,19 17 In the Matter of Granting.Permission to Partially Close North Parkside Drive, West Pittsburg Area. The Public Works.Director having reported that M. Lummus Incorporated . requested permission to partially close North Parkside Drive between the railroad spur crossing at Stanley Strapping and Willow Pass Road for a four (4).day period between May 9, 1977 and May 20, 1977 forthe purpose of repairing the . railroad spur track. Eastbound traffic will be detoured via Willow.:Pass Road. The Public Works Director having further reported that prior approval was granted in accordance with Item 3 of the Board Policy on Road Closures with the following conditions: 1. All signs to be in accordance with the State of California Plenual of Warning Signs, Lights and Devices dated 1973, and the County Manual of Warning Signs, Lights and Devices; and 2. The Contractor shall comply with the requirements of the Ordinance Code of Contra Costa County. IT IS BY THE BOARD ORDERED that the action taken by the Public Works Director is APPROVED. PASSED BY THE BOARD on Hay.17, 1977. : is 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: PW (LD) Supervisors cc: Public Works Director affixed this 17 day of Ilay 1977 ,p J. R. OLSSON, Clerk By / G . Deputy Clerk 00584 • In tn3 Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF CONTRA COSTA COUNTY SANITATION DISTRICT NO_ 15 tiay 17 : 79 77 In the Matter of Approving Amendment No. 2 to the Agreement for Engineering Services dated February 10, 1976 between CDM;, Inc. and Contra Costa County Sanitation District No. 15 - Bethel Island Area 11.0. 5400-927 The Public Works Director, as Engineer ex officio, having advised this Board that a cost-effective analysis of a "low pressure sewer system" for Sanitation District No. 15 is required by the State Water Resources Control Board; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute Amendment No. 2 to the February 10, 1976 Agreement for Engineering Services between CM, Inc. and Sanitation District No. 15 providing for the completion of said cost-effective analysis. The cost of said analysis shall not exceed $12,000 without prior Board approval. PASS_D by the Bard on May 17, 1977- I hereby certify that the foregoing is a true end correct copy of an order entered on tSe rrinutes of scia Boc:d of jurervisa:s on the d.r: cfcrescid. Witness my hand and the Sea! of the Board of ORIGINATOR: Public 'Works Dent_ Supervisors Environmental Control affixed this 17tt'day of ?<=y 1977 cc: CDL%I, Inc_ (via Public Works) County Administrator J. R. OLSSON, Clerk County Auditor-Controller By �% �� Public Works Dept. � . Deputy Clerk Business s Services N. Pous Environmental Control H-24 3176 11m 00583 AMENDMENT A0. 2 TO AGREEMENT FOR ENGINEERING SERVICES The Agreement for Engineering Services effective February 10, 1976 between Contra Costa County Sanitation District No. 1S, a political subdivision of the State of California, hereinafter called "DISTRICT" and CDM Inc., 710 South Broadway, Walnut Creek, California, hereinafter called "ENGINEER" is hereby amended as follows: 1. Under the provisions of Section C.6 (Additional Services) the ENGINEER shall perform a cost-effective analysis of a low pressure sewer system. 2. Payment to ENGINEER shall be in accordance with Section S.B.1 (Payments) and shall not exceed $12,000 without further authorization. 3. On page 14 Section S.B.1 is changed as follows: (1) The DISTRICT shall pay the ENGINEER for Construction and Additional Services for the actual time of ENGINEER's employees at rates set forth in the attached Exhibit A, "Schedule of Charges," dated March 1, 1977, which shall be in effect until March 1, 1978. The schedule shall be subject to renegotiation as of March 1, 1978 and each subsequent March I as long as this Agreement remains in effect. All changes to the "Schedule of Charges" shall be by written amendment to this Agreement. 4. Signatures. These signatures attest the parties' agreement hereto: CONSULTANT b .inf Rf'L hd ecutive Vtce-President J 1. State of California ss Contra Costa County ) ACKNOWLEDGMENT (CC1190.1) The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. nnuntnuuntnnuunututywmnutunwtt� 0MCLAL SEAL Da . ` J `7 _/J CAROLYN L KNOLL WTARV FUEUC CAUF RRIA ALAMEDA COUNTY .iC! A✓_� = gy C-misdari Ez*s styL23.1979= NOtaryy?ublic (Seal) =twat„tuuntunntwiunumtuwuun��utm= CONTRA COSTA COUNTY SANITATION FORM APPROVED John S. Clausen, County Counsel Warren N. Boggess, Chairman u6p9ty Board of Supervisors ,ri EXHIBIT A CDM Inc. Schedule of Charges for Contra Costa County Sanitation District No'. 15 March 1, 1977 Professional Rate-- Officer-in-Charge ate-Officer-in-Charge (Exec. Vice President)...........$60.00/hr Project Manager (Vice President).................. $55.00/hr Principal Engineer....................... ...... $50.00/hr Supervising Engineer....................... .... $45.00/hr Senior Engineer II................. ............$40.00/hr Senior Engineer I.................................$35.00/hr Associate Engineer II..................... ..... $31.50/hr Associate Engineer ..............................$28.00/hr Staff Engineerlll................................. $24.50/hr Staff Engineer II....... ....$22.00/hr Staff Engineer I.................................. $19.50/hr Technical Designer/Detailer H... .. ......... ...... . $29.00/hr Designer/Detailer I............................ ..$25.00/hr' Senior Draftsman.....:...... ...... ..........$25.00/hr Draftsman II.................... ......... $22.00/hr Draftsman I.................... ..$19.00/hr Administrative Administrative Assistant.. ...... $24.00/hr Secretary 11............. ........$15.50/hr Secretary I...................................... $14.00/hr Typist ll........................................ $12.50/hr Typist I......................................... $11.00/hr *Rate includes Direct Labor, Fringe Benefits and Overhead at 1.79 time Direct Labor, and a maximum fee of 16.416 of costs . for anyone grade, and an average fee of 13.1% of costs for all grades. In the Board of Supervisors of Contra Costa County, State of California May 17 , 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, Temporary Construction Permit, Right of Way Contract and Grant Deed all dated May 8, 1977 are APPROVED and the Public Works Director is AUTHORIZED to execute said contract and permit on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Muir Station Rd. Rector, Wardens, 5/8/1977 Western Title $800.00 Vestrymen of Grace Insurance Co., Parish, Martinez, Escrow No. California M-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 the deed from above-named grantor for the County of Contra Costa. PASSED by the Board on May 17, •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 Witness my hand and the Seal of the Board of Originator: Public Works Department Supers Real Property Division affixed this 17thday of May . 19 77 cc Public Works Director County Auditor-Controller J. R. OLSSON, Clerk By /�_f U . Deputy Clerk N. Pous QU-588 H-24 3/76 ISm { l SNOW - In t d Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of Approval of State Department of Health Contract #29-610 (State 076-57713) for PORED Project Services IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute State of California Department of Health Contract 029-610 (State 076-57713) in the amount of $13,000 for the period May 23, 1977 through December 31, 1977 for the purpose of providing specified Prepaid Health Plan data for the,year 1975 for the State Prepaid Health Research, Evaluation, and Demonstration (PHRED) Project. PASSED BY THE BOARD on May 17, 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. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Sudors cc: County Administrator affixed this 17t%day of Nay 19 77 County Auditor-Controller County Medical Services State Department of Health �1 ` J. R. OLSSON, Clerk By ti�-.� C.-- a:i . Deputy Clerk Bill @ :. 30uz Eff :11-3,761Sm 0089 OU589 /� ',C APP NO VED 111Y THE ❑ CONTRACTOR STANDARD AGREEMENT ArTO RNCv GENERAL STATE AGENCY STATE OF.CALIFORNIA l TD. = INEV. "1731 ❑ DEPT.OF GEN.SE• ❑ CONTROLLER THIS AGREEMENT.made and entered into this 16th day of May . 19_Z7 ❑ in the State of California,by and between State of California,through its duly elected or appointed. ❑ qualified and acting ❑ TITLE OF OFFICER ACTING FOR STATE AG[MCT - NLMB ER Chief, Program Services Branch Department of Health 76-57713 hereafter called the State.and County of Contra Costa L 9 - 610 hereafter called the Contractor. WITNESSETH:That the Coattactor for and in consideration of the covenants,conditions,agreementi,and stipulations of the Statt hereinafter expressed.does hereby agree to furnish to the State services and materials,as follows: (Set forth service to be tendered by Contractor amount to be paid contractor.time for p[rforuzzu"Or CMPhttioa.and auadt plans and specifications.if uny.1 ARTICLE I -- PREAMBLE This contract is entered into pursuant to Section 10609.1 of the California Welfare and Institutions Code. The purpose of this contract is to enter into an agreement whereby the contractor will collect and provide data and informa- tion to the State to facilitate an actuarial study of capitation rate deter- mination for prepaid health plans. The provisions on the reverse side hereof constitute a pad of this agreement. IN WITNESS[['HEREOF. this agreement has been executed by the parties hereto,upon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGENC T CONT CTO IIF OTICS TMAM AM 1401 YI DUAL.STAT[all Lrn[n A Conon.r1o. `• A col [TG1 . ou Contra Co ov .AUTHORILEO SIGNATURE/ OT 1 T IGNATUREI TITLE TITL Chief, Program Services Branch Chairman, Board of S per Bars ADOREis ministration Building •C DOTINUEO ON_SHEETS EACH GEARING NAME F NINA TORI Pine rMartinez. A 94553 AMOUNT ENCUMBERED APPROPRIATION FUND Department of General Services Use ONLY s 13,000.00 Public Health Federal UNENCUMeCNED BALANCE I IVLSI CHAPTER PY/y�PtFr Sa AL YEAR S 09-751-44-0 H b S Code action I09 A91.•.C.[ASIrc crCYAlpNtc FYNC T/ON .o 1.or C.L AS.♦a LrC1.MA...[L 1 L•NE I TCI.ALLO r.fv r ' .4..r..�.� e.+.l': ;It�.e a'Y I.An !.•..,.I.::i ..A:v:.'A r�:tt brat{rlw.1 fxw. T.e A...D. e.a...0. el•'u:rnt•:Wv N r 11M t-nint 4r J;A rWAa r f d" .sprodsture stated ah./ve S•%ftA rLNE OF ACCOYNTiN'i OFFICE" DATE Ili I hereby certify tart all canditums for exception set forth in Stute Administrative Movoul Sectiew'Lmo hmv hL n armplied with ural this document is exempt(town review by the Ueln:rtcnmt 4 FinnnL•t. SIG%&TUNE OF OFFICER SIGNING ON BEHALF OF THE AGENCY DATE f)590 � i J iao ilmM i-ith hem-d - 4 . --Also --- ......- . I. The Contractor agrees to indemnify.defend aexl sieve harmless the State,its officers.agents and empluyves from any aexl all chines and losses accruing or resulting to any and all contractors, subcontractors, materialmen, laborers and any othm perwn, firm or corporation furnishing or supIrlying vvorl;.services.materials or supplies in connection with the performance of this contract. and from any and all claims and losses accruing or resulting to any person,firm or corporation Who relay lx:injured or damaged by the Ctintrador in the performance of this coutrtct. 2. Vic Contractor,and the ageuts and empk%ccs of Contractor, in the performance of this agreement.shall act in an independent rapacity and not as officers or employees or agents of State of California. 3.Thr State may tennieeate this agMVMLnt and be reliewcel of the Iraym ent of any consideration to routractor should Contractor fail to purfonn the eme,rents herein contained at the,time and in the manner le.-rein preivuked.In the event of such termination the State may proceed with the wesrk in any manner doemed proper by the:State.The cast to the State shall be deducted from any stun due dee Contractor under this agreement. and the balance. if any,shall be paid the Contractor upon elcrreaml. d. Without the written cunsent of the State, this agnY7mcmt is not assignable by Contractor eide<Y in whole or in put. 5..Time is tie essence of this agreenent. B. -*%u alteration or mmixtion of the terms of this coutrict shall be valid unkm made in writing aeul sigeaed by the parties hereto,and no oral understandueg or agreement not incorporated herein, shall lx-binding on any of the parties hereto. T.The consideration to be paid Contractor.as provided herein,shall be in compensation for all of Contractor's expenses incurred in the performance hereof,including travel and per diem, unless otherwise expressly so provided. • rN a Contra Costa Contract No. 76-577I3 Page two ARTICLE II -- DEFINITIONS A. "PHRED" means Prepaid Health Research, Evaluation, and Demonstration Project, a Federal grant awarded to the State of California, Department of Health pursuant to Section 222 of Public Law 92-603. B. "Department" means the California Department of Health. C. "Director" means the Director of the California Department of Health. D. "Contractor" means County of Contra Costa. E. "DHEW" means the United States Department of Health, Education, and Welfare. F. "Subcontract" means an agreement entered into by the contractor with any other organization or person agreeing to perform any administrative func- tion or service in order that the contractor can fulfill his obligations under this contract. ARTICLE III -- GENERAL PROVISIONS A. Standard Form 3, Fair Esploynent Practices, is attached hereto and incor- porated in the contract as Attachment I. B. This contract shall be governed and construed in accordance with the laws of the State of California. Any provision of this contract which is in con- flict with Federal or State statute is hereby amended to conform to the re- quirements of such statutes. C. This contract is entered into pursuant to the authority granted to the Department in the California Welfare and Institutions Code, Section 10609.1. D. Donald J. Ludwig, Key Plan Director, is designated as principal contractor contact for the purpose of this contract. The State reserves the right to approve any substitute contact. E. John !% Teeter, Deputy Project Director, PHRED, is designated principal State contact for the purpose of this contract. 00501149) Contra Costa Contract No. 76-57713 Page three F. The State reserves the right to inspect contractor's and subcontractor(s) financial records as they pertain to monies received under the provisions of this contract. ARTICLE IV -- TERM AND TERNINATION A. The period of this agreement shall be from May 23, 1977 through December 31, 1977 B. The Director may terminate this contract at any time by giving written notice to the contractor. C. The contractor may terminate this contract for cause at any time by giving 60 days written notice to the Director to that effect, stating the reasons for termination. Such termination is effective 60 days after Director's receipt of written notice. D. Notwithstanding A. above, the parties may agree to extend this contract. ARTICLE V -- DUTIES OF THE PARTIES A. Contractor's Duties The Contractor Shall: 1. Submit within 15 days of the beginning date of this contract utiliza- tion data for all services provided during calendar year 1975 under its contract with the Department as a Prepaid Health Pian. The technical requirements, format, and content of this data is specified in Attachment II which is attached and incorporated in this contract. 2. Provide additional information on a tively basis (within ten working days of receipt by the contractor's contact) regarding contractor's experience in the delivery of health care to h;edi-Cal enrollees and in related matters when requested in writing by the Department. If such additional information 00593 Contra Costa Contract No. 76-57713 Page four cannot be provided within ten days, contractor shall prepare an estimate of time and resources required and deliver this to the Department within those ten days. Contractor is not obligated to provide such information if the reasonable costs for its preparation are not within the budgetary constraints of Article VI, Section A. 3. Submit for written approval by the State, as specified in Article VII, copies of all subcontracts prior to their taking effect. Copies of all signed subcontracts shall be submitted to the Department according to policies and procedures established by the Department. 4. Notify the Department in writing at least 30 days in advance when a sub- contract is terminated, and secure Departmental approval before subcontract is amended. 5. Ensure that the Department and DREW shall have the right to audit and inspect any books and records which pertain to services performed under the terms of this contract. 6. Submit at least bi-weekly progress reports on the work it is performing under this contract. 7. Deliver reports, invoices, or other comrunications to Deputy Project Director, Prepaid Health Research, Evaluation, and Demonstration (PHRED) Project, 455 Capitol Mali, Suite 250, Sacramento, California 95314. 8. Submit one invoice on completion of the task outlined under Section A, Paragraph 1 abode in accordance with Article VI, Section B. 9: Submit no more frequently than monthly invoices for reimbursement for asks related to Paragraph 2 above in accordance with Article VI, Section C. 00594 Contra Costa Contract No. 76-57713 Page five B. State's Duties The Department's Duties Are: 1. for all services required under this contract, make payment on approved invoices at the rate of payments set forth in Article VI. 2. Hake requests for the information required under Article V, Section A. Paragraph 2 of this contract in writing. The request will include spe- cific information required and time frames necessary for its submission. 3. Notify contractor of the Department's intent to terminate the contract in accordance with Article IV of this contract. 4. Notify the contractor in writing of the Department's approval or disap- proval of a subcontract or any changes thereto. 5. Validate the data and information submitted by the contractor pursuant to his responsibilities in Section A of this Article to ensure that they represent the actual data or information required therein. ARTICLE VI -- PAYMENTS A. The maximum amount payable for the purposes of this contract shall not exceed $13,000 B. Payment for the data identified in Article V, Section A, Paragraph 1, shall not exceed 511,700 . Such payment must be preceded by the contractor's submission of progress reports as specified in Article V, Section A, Paragraph 6 and by the contractor's submission of an invoice detailing the costs of pre- paring said data. Upon receipt and validation of these computer data files, the State shall remit payment to the contractor at the rates specified in Section C as follows: 0059 Contra Costa Contract No. 76-57713 Page six C. For all services required under Article V, Section A, Paragraph 2,. the con- tractor shall invoice the State at the following rates: 1. For computer print time, $24.24 per hour. 2. For computer time, $99.99 per wall clock hour (elapsed real time). 3. For keypunching services, $13.45 per hour. 4. For systems analysis, $24.24 per hour. 5. For programing services, $22.79 per hour. 6. For delivery costs of data or information required by Article V, Section A, Paragraphs 1 or 2, actual costs of delivery per receipt to be enclosed with invoice. If costs associated with such services are not covered by these rates, such costs shall be billed at reasonable rates to be agreed upon by the contractor and the Director. ARTICLE VII -- SUBCONTRACT A. Subcontracts with any persons, company, group, or organization entered into expressly to provide services to the contractor in pursuance of his duties under this contract shall be in writing and shall be submitted to the Depart- ment for review and approval prior to the subcontract taking effect. No sub- contract shall terminate the contractor's responsibility to ensure that the provisions of this contract are fulfilled. B. No subcontract with any person or company which provides management services, consultant services, data processing services, or any other services provided in pursuance of the contractor's duties shall be approved unless it guarantees to the Department and to OHEW the right to inspect the books and records of the subcontractor as they relate to the provisions of services to the contractor O0593 Contra Costa Contract No. 76-57713 Page seven under the terms of this subcontract. Such books and records shall be avail- able for inspection at all reasonable times at the subcontractor's place of business for the term of the subcontract. ARTICLE VIII -- CONFIDENTIALITY OF DATA A. Names of persons receiving public social services are confidential as provided in Section 10850 of the California Welfare and Institutions Code and are to be protected from unauthorized disclosure. ARTICLE IX -- RIGHTS AND DATA A. The State reserves the right to use and reproduce all reports and data pro- duced and delivered pursuant to this contract and reserves the right to authorize others to use or reproduce such material. B. The contractor reserves the right to review and approve any use of its name or other disclosure of its identity in non-Governmental reports or publica- tions. 0059'7 M t h Ali ft' � Attachment I FAIR EMPLODUMT PRACTICES ADDS IDDM 1. In the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, color, reli- gion., ancestry, sex, age', or national origin.. The Contractor will take affirm- ative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, an- cestry, sex, age, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruit- ment or recruitment advertising; layoff or termination: rates of pay or other forms of cocpensation: and selection for training, including apprenticeship_ The Contractor shall post in conspicuous places, available to employees and applicants for emplozment, notices to be provided by the State setting forth the provisions of this Fair =ploy=ent Practices section.. 2. The Contractor will permit access to his records of employment, employment advertisements, application forms, and other pertinent data and records by the State Fair Employment Practices Commission, or any other agency of the State of California designated by the awarding authority, for the purposes of invest=ga- 'ion to ascertain compliance with the F:•ir Employment Practices section of this contract. j. Remedies for Willful Violation: (a) The State may determine a willful violation of the Fair Employngnt Fractices orovicion to have occurred upon receipt of a final. judg-. Bent having that effect from a court in an action to which Contrac- tor was a party, or upon receipt of a written notice from the Fair Emplojpe t Practices Commission that it has investigated and deter- mired that the Contractor has violated the Fair Ec:ployment Practices Act and has issued an order, under '..-bor Code Section 1425, which has beco=e final, or obtained an injunction under Labor Code Section 1429. (b) For willful violation of this Fair Employment Practices provision, the State shall have the richt to terminate this contract either in whole or in part, and any loss or damage sustained by the State in securing the goods or services hereunder shall be borne and paid for by the Contractor and by his surety under the performance bond, if any, and the State may deduct from any moneys due or that thereafter may beco«e due to the Contractor, the difference between the price •naced in the contract and the actual cost thereof to the State. • "It is u:tla:cful eaploymert practice for an employer to refuse to hire or emplc_, or to discharge, dismiss, reduce, suspend, or demote, aay irdivi- duk between the ages of 40 asd 6y solel-y e- the ground of age,__." (_,abor Code Sectio: 1=+20.1) -. STD. 3 (Rev. 005no STD. -9 (Rev. 8/737 00598 LAM Il - • ' -Attachment II Page 1 of 21 DATA TECHNICAL REQUIREMENTS` TABLE OFCONTENTS Subject Pae s Table of Contents 1 File Specifications 2 File Descriptions/Field Definitions 3 - 14 Attachment IIa - .Provider Specialty Codes 15 - 17 . Attachment IIb - Inpatient Hospital Charge Center Codes 18 - 19 Attachment IIc - Hospital Length of Stay Computation 20 Attachment IId - Tooth Services Coding (Dental) 21 00599 aL 11U.10-311IJ Attachment II Page 2 of 21 FILE SPECIFICATIONS A. TAPE: 1) Recording Density - 1600 bpi' 2) EBCDIC character set 3) Standard Labels B. TAPE LABEL CONVENTION: PLAN-Cnnn> -<record type <nnn> = 3 digit code assigned the PHP record type> = OUTPATIENT or INPATIENTO or DRUG}60000, depending on what service records are in the file DENTAUO O C. PHYSICAL AND LOGICAL RECORDS: *39ical Blocking Physical 1) File Record Size Factor Record Size Outpatient 160 bytes 10 1600 bytes Inpatient 220 bytes 10 2200 bytes Drug 240 bytes 10 2400 bytes Dental 190 bytes 10 1900 bytes 2) All records are fixed-length. 00600 f 00600 STATE OF CALIFORNIA PAGE_1__-_OFA_ PHRED PROJECT DETAIL DESIGN DOCUMENTATION FILE DESCRIPTION ttE �tA/.•E •H�t.q :+i.t CILF IU 1 NECOI+O r::xtt RECORD NO 84EC0140 Sur AMBULATORY CARE RECORD 1 160 tIELI) PCISI TIo1i A UstNEN i 1dl tit! FIELO NAME PICIVII, CLASS OCCUiIS '..Ylq n1 F"n.1 TWI11 1.0 , Plan No. 99 2 1 1 2 2.0 Record Type _ 9__ 2 1 3 3 3.0 Physician I.D. No. 9(6) 7. 1 4 9 4.0 ' Provider Specialty Code 99 2 1 10 li 5.0 First Date of Service 9(5) 2 1 12 16 6.0 Last Date of Service 9(5) 2 1 17 21 7.0 Beneficiary Medi-Cal I.D. No. 9(14) 2 1 7.1 County Code 99 2 1 22 23 7.2 Aid Category 99 2 1 24 25 7.3 Case I.D. No. 9(7) 2 1 26 32 7.4 FBU Number 9 2 1 33 33 7:5 Person Number. 99 2 1 34 35 8.0 Beneficiary Age 9(3) 2 1 36 38 9.0 1 Beneficiary Sex 9 2 1 39 39 10.0 Medicare Status Code 9 2 1 40 40 11.0 1 Patient I.D. No. 9(5) 2 1 1 41 45 12.0 Facility/Clinic Code 9(2) 2 1 46 47 13.0 1 Emergency Code 9 2 1 48 48 14.0 Place of Service Code 9 i 1 49 49 15.0 t Diagnosis Codes X(4) C 2 50. 57 16.0 —_s Total Cost - All Detail Lines 9(5)Y99 2 1 58 64 17.0 1 Nrscrber of Detail Lines 9 2 1 65 65 18.0 Procedure Detail Linz 7 66 156 18.1 1 Procedure Code 9(5) 2 S 18.2 i , RYS Modifier CO = _ 18.3 ; Procedure Ccs: 9(4)V99 i 19.0 —; Filler X(4) f T57 �1E0 Attachment II Page 4 of 21 STATE OF CALIFORNIA —� - PAGE 2' OF 4 — PHRED PROJECT DETAIL DESIGN DOCUMENTATICtl FILE DESCRIPTION I it F -:a!•( N/v+auIN FILF Io 1 wiCo"D »Ami nECohto no IIECOV0,sWr IPIPATIENT HOSPITAL RECORD 2 220 --- � --- �— t•A51fq]N . i 111 l' lA1A ' huh-]PI It ttl-.n.: FIELD NAME '0 VICt(nit CLASS UCt'UHS ..••.q. yl FnUxt i10.1u 1.0 Plan No. 99 7 1 1 2 2.0 Record Type 9 7 1 3 3 3.0 r Attending Physician I.D. No. — 9(6) Z 1 4 9 4.0* j Provider Specialty Code 99 7 1 10 11 5.0 First Date of Service �— 9(5) 7 1 12 16— 6.0 Last Date of Service 9(5) z 1 17 21 i 7.0 s Beneficiary Medi-Cal I.D. No. -` 9(14) 7 1 7.1 ! County Code _ 99 7 1 22 23 - 7.2 1 Aid Category —+ - 99 7 1 24 25 7.3 - Case I.D. ha. - 9(7) 7 —1 26 r32 �F 7,4 IBU Number 9 7 1 33 33 7.5 Person Number -- 99 7 1 34 35 8.0 Beneficiary Age 9(3) 7 1 36 38 9.0 1 Beneficiary Sex 9 2 1 39 39 10.0 / Medicare Status Code 9 7 1 40 40 11.0 1 Patient I.D. No. 9(5) 7 1 41 45 12.0 Facility/Clinic Code 9(2) 7 1 46 47 13.0 1 E.nwrgency Code 9 7 1 . 48 48 14.0 Total LOS 999 7 1 49 51 15.0 Diagnosis Codes X(4) C 2 52 59 16.0 Surgery Date 9(5) 7 1 60 64 17.0 +�— 1 Surgery Code 9(5) 7 1 65 69 18.0 Continuation Code 9 7 1 1 70 70 19.0 ' t Total Cost - All Cost Centers _ 9(5)V99 7 1 71 77 t Cf Detail Lirrs 99y r 1 78 ` 79 11 i Cost Center Detail Line 15 80 114 21.1 i Cost Center Code �^--- 99 - --L9 ! 7 -- - -� -- L- -____-- ---- --- — --- --- — { 11.2 ' i Cost Center Charges - 9(4)V997 22.0 L----F-11er - --- --- X(6)-T 2. - 'STATE OF CALIFORNIA _ PAGE-!—OF 4^ PHRED PROJECT DETAIL DESIGN DOCUMENTATION FILE DESCRIPTION FILE NAVE Nw.+R►s►r►A FILE IO 1 REC0.4L►:a%* RECONO k0 RECORD SIM DRUG RECORD 3 240 FIELD UAVA - POSITIf)%'- bt►,•.0P. alw%I FIELO NA43E vlCfl•HE CLASS OCCURS 4 F1401i T115441 1.0 Plan No. _._ 99 2 1 1 2 2.0 Record Type 9 2 1 3 3 3.0 Prescribing Physician I.D. No.��- - --�9{6� i� -4�T 9 4.0 f Provider Specialty Code i 99 2 1 10 11 5.0 First Date of Service 9(-5 1 12 16 6.0 Last Date of Service 9(5) 2 1 17 21 7.0 Beneficiary Medi-Cal I.D. No. 9(14) 2 i 7.1 t County Code 99 2 1 22 23 7.2 Aid Category 99 2 1 24 25 7.3 Case I.D. tW. 9(7) 2 1 26 32 7.4 FBU Number 9 2 1 33 33 7.5 f Person Number 99 2 1 34 35 8.0 Beneficiary Age 9(3) 2 •1 36 38 9.0 1 Beneficiary Sex 9 2 1 39 39 10.0 Medicare Status Code 9 2 1 40 40 11.0 1 Patient I.D. No. 9(5) 2 1 41 45 12.0 Facility/Clinic Code 9(2) 2 1 46 47 13.0 Emergency Code 9 2 1 48 48 14.0 Drug Coding Indicator _ 9 a 1 49 49 15.0 Total Cost - All Detail 'Lines 9 5)V99 2 1 50 56 16.0 , Number of Detail Lines _ 9� 2 157 57 17.0 i 1 Drug Detail Line Y 5 58 232 r 17.1 _ t_ , Prescription No. 9(8) 2 17.2 Drug Code _ 9(13) 2 17.3 —; Quantity —� 90) i wli.•: f Ei`•izated Days Supply - _9(3)• r 17.5 I Drug Manufacturer XX C l7.0 I Prescription Cost 9(4)V99 2 16.0 Filler X(8) 233 240 Attachment II Page 6 o4 STATE OF CALIFORNIA PAGE OF �— PHRED PROJECT DETAIL DESIGN DOCUMENTATION FILE DESCRIPTION FILE NAVE •ave.rtrr:roJ FILE 10 1 641,470140 NAME nEMID No ItECOno}:III DENTAL RECORD 4 190 FIELD uATA ' POSITION NU 1100 Lttr1lwl1 FIELD NADIE PICTVIIE CLASS OCCIJRS .,..rw• .I) FROM THRU 1.0 , Plan No. 99 z 1 1 2 2.0 Record Type 9 z 1 3 3 3.0 Dentist I.D. No. —----— 9(6) Z 1 4 9 4.0 Provider Specialty Code 99 z 1 10 11 5.0 First Date of Service 9(5) z 1 12 16 6.0 i Last Date of Service 9(5) 7 1 17 21 7.0 i� Beneficiary Medi-Cal I.D. ISo. 9(14) Z 1 1} 7.1 1 County Code 99 2 F 22 23 I 7.2 Ai d Categc-. �— - 99 z 1 � 24 25 I 7.3 t Case I.D. No. 9(7) Z 1 26 32 7.4 FBU Number 9 2 1 33 33 7.5 1 Person Number 99 2 1 34 35 8.0 Beneficiary Age 9(3) Z 1 36 38 9.0 1 Beneficiary Sex 9 7 1 39 39 10.0 Medicare Status Code 9 2 1 40 40 11.0 1 Patient I.D. No. 9(5) Z 1 41 45 12.0 Facility/Clinic Code 9(2) Z 1 46 47 13.0 E Emergency Code 9 z 1 48 48 14.0 Place of Service Code 9 z 1 49 49 15.0 1 Diagnosis Code X(4) C 2 50 57 i 16.0j 1 7ot1 al Cost - All Detail Lines _ 9(5)V99 1 58 64 L1-7- 1 Number of Detail Lines _9 2 65 65 18.0 iI Cental Detail Line 7 65 184 TS 1 i Procedure Code/idodifier 9(7) ? 18.? Tooth Number 99T— 71 � 15.3--�- i Tooth Surface 99 2 18.4 Procedure Cost 9(4)V99 2 19.0 i Filler X(6) 185 1S0 I L _ AMBULATORY CARE RECORD Field Number Field Name Field Explanation 8 Code Values. 1.0 Plan No. Plan number assigned by Department of. Health (no leading zero). 2.0 Record Type Type of care: 1 = Ambulatory Care (outpatient) 2 = Inpatient 3 = Drug 4 = Dental 3.0 Physician I.D. No. Unique identification number for physician providing services.* 4.0 Provider-Specialty Code -A.M.A. specialty code appropriate to physi- cian providing services. (See Attachment Ila for code values.) 5.0 First Date of Service Earliest service date on the record (YMOD).** 6.0 Last Date of Service Latest service date on record (YMMDD). If all services on saw day,should be equal to field 5.0. 7.0 Beneficiary Fledi-Cal Vadi-Cal beneficiary I.D. no. (format speci- I.D. No. fied on File Description). 8.0 Beneficiary Age Age in years of enrollee at time services were rendered. 9.0 Beneficiary Sex Code value designating sex of enrollee: 1 = Male 2 = Female 3 = Unknown . 10.0 Medicare Status Code Code indicating presence or absence of Medicare coverage: 1 = Medicare crossover 2 = No Medicare coverage 11.0 Patient I.D. No. Any internal unique identifier for enrollee population. If unused, should be zero-filled.* *All fields with a single asterisk after the field explanation must have code values used for that field supplied to PHRED Project along with data tapes. PHRED Project Staff must approve coding systems before data is supplied. **All dates aro expressed as f (unit's digit of year) !-gid 11-12) 01 (1-31). 00605 Attachment II Page 8"or-E-- AMBULATORY CARE RECORD Page two Field Number Field Nave Field Explanation & Code Values 12.0 Facility/Clinic Code Code used to designate the clinic or faci- lity in which services were rendered to enrollee.* 13.0 Emergency Code Code used to designate whether medical emergency existed at time of delivery of services: 1 = Emergency 2 = No Emergency 14.0 Place of Service Code Code indicating where services were performed: 1 = Private Office 2 = Clinic or Health Center 3 = Hospital Outpatient Department 4 = Hospital Emergency Room 5 = Houe 6 = Other 15.0 Diagnosis Codes Primary and Secondary diagnosis codes (ICDA-8). 16.0 Total Cost- All Detail The sum of individual costs of all proce- Lines dures on record (SSSSS. )• 17.0 nuirber of Detail Lines Number of individual procedures on this record. 18.1 Procedure Code Five digit RVS code (1968 version). If no RVS code applicable, SMA code may be used, right justified, zero-filled. 18.2 RVS Modifier Two digit modifier to RVS Code. If SMA code used in Field 18.1, should be zeros. 18.3 Procedure Cost Costs of procedure (SSSS•tv). 00606 oil -Attachment II Page 9 o 21 INPATIENT HOSPITAL RECORD Field Number Field Name Field Explanation 8 Code Values . 1.0 Plan No. Plan number assigned by Department of Health (no leading zero). 2.0 Record Type Type of care: I = Ambulatory Care (outpatient) 2 = Inpatient 3 = Drug 4 = Dental 3.0 Attending Physician Unique identification number for physician I.D. No. providing services.* 4.0 Provider Specialty Code A.M.A. specialty code appropriate to physi- cian providing services. (See Attachment IIa for code values.) 5.0 First Date of Service Admission date (YINCOO). 6.0 Last Date of Service Discharge date (YMMDD). 7.0 Beneficiary Medi-Cal Medi-Cal beneficiary I.D. no. (format speci- I.D. No. fied on File Description). 8.0 Beneficiary Age Age in years of enrollee at time services were rendered. 9.0 Beneficiary Sex Code value designating sex of enrollee: 1 = Male 2 = Female 3 = Unknown 10.0 Medicare Status Code Code indicating presence or absence of Medicare coverage: 1 = Medicare crossover 2 = No Medicare coverage 11.0 Patient I.D. No. Any internal unique identifier for enrollee population. If unused, should be zero-filled.* 12.0 Facility/Clinic Code Code used to designate the clinic or facility .in which services %.,ere rendered to enrollee.* 'All fields with a single asterisk after the field explanation must have code values used for that field supplied to PHRED Project along with data tapes_ PHRED Project Staff must approve coding systems before data is supplied. 0060'7 Itit1 ------- --- - INPATIENT HOSPITAL RECORD Page two Field Number Field Name Field Explanation & Code Values 13.0 Emergency Code Code used to designate whether medical emer- gency existed at time of delivery of services: 1 = Emergency 2 = No Emergency 14.0 Total LOS Length of hospital stay in days. See Attach- ment IIc for suggested COBOL Subroutine to compute LOS. 15.0 Diagnosis Code Primary and Secondary diagnosis codes (ICDA-8). 16.0 Surgery Date If surgery performed during stay, date it was performed (YMMOD). If no surgery, zero-fill. 17.0 Surgery Code Code to indicate what surgical procedure was performed. If no surgery, zero-fill.* 18.0 Continuation Code Allows a continuation record if more than 15 cost centers are required for one hospital stay: 0 = Default 1 = Second Record of Same Inpatient Episode If code set to "1", repeat values from first record on fields 1.0 to 17.0 of second record. 19.0 Total Costs - All Sum of costs for entire hospital stay. If Cost Centers continuation code equal "1", zero-fill. (S M.M. 20.0 Nurbar of Detail Lines Number of cost centers used on this record. 21.1 Cost Center Code Code used to designate appropriate cost cen- ter. (See Attachment IIb for code values.) 21.2 Cost Center Charges Charges associated with cost center (SSSS•tt). 00608 NEI IMPATIENT HOSPITAL RECORD Page two Field Number Field Name Field Exolanation & Code Values 13.0 Eaergency Code Code used to designate whether medical emer- gency existed at time of delivery of services: 1 = Emergency 2 = No Emergency 14.0 Total LOS Length of hospital stay in days. See Attach- ment IIc for suggested COBOL Subroutine to compute LOS. 15.0 Diagnosis Code Primary and Secondary diagnosis codes (ICDA-8). 16.0 Surgery Date If surgery perforated during stay, date it was performed (YMMOD). If no surgery, zero-fill. 17.0 Surgery Code Code to indicate what surgical procedure was performed. If no surgery, zero-fill.* 18.0 Continuation Code Allows a continuation record if more than 15 cost centers are required for one hospital stay: 0 = Default 1 = Second Record of Same Inpatient Episode If code set to "i", repeat values from first record on fields 1.0 to 17.0 of second record. 19.0 Total Costs - All Sum of costs for entire hospital stay. If Cost Centers continuation code equal "i", zero-fill. (55535.0). 20.0 Number of Detail Lines Number of cost centers used on this record. 21.1 Cost Center Code Code used to designate appropriate cost cen- ter. (See Attachment IIb for code values.) 21.2 Cost Center Charges Charges associated with cost center (SSSa.tG}- 00609 MEN Mage01 =oMT— DRUG RECORQ Field Number Field Name Field Explanation & Code Values 1.0 Plan No. Plan number assigned by Department of Health (no leading zero). 2.0 Record Type Type of care: 1 = Ambulatory Care (outpatient) 2 = Inpatient 3 = Drug 4 = Dental 3.0 Prescribing Physician Unique identification number for prescribing I.D. No. physician.* 4.0 Provider Specialty Code A.M.A. specialty code appropriate to physician providing services. (See Attachment Ila for code values.) 5.0 First Date of Service Earliest date prescription filled on record (YI;400). 6.0 Last Date of Service Latest date prescription filled on record (Ydx:00). If all prescriptions filled on same day value should be equal to Field 5.0. 7-0 Beneficiary hedi-Cal Medi-Cal beneficia rf I.D. no. (format speci- I.D. ?Jo. fied on File Description). 8.0 Beneficiary Age Age in years of enrollee at time services were rendered. 9.0 Beneficiary Sex Code value designating sex of enrollee: 1 = Male 2 = Female 3 = Unknown 10.0 Medicare Status Code Code indicating presence or absence of Medicare coverage: 1 = Medicare crossover 2 = No Medicare coverage 11.0 Patient I.D. No. Any internal unique identifier for enrollee population. If unused, should be zero-filled.* *All fields with a single asterisk after the field explanation must have code values used for that -field supplied to PHRL? Project along with data tapes. PHRcD Pruject Staf: must approve coding systems before data is supplied. 00610 Attachment II Page 12 of 21 GROG RECORD Page two Field Number Field Name Field Explanation L Code Values 12.0 Facility/Clinic Code Code used to designate the clinic or facility in which services were rendered to enrollee.* 13.0 Emergency Code Code used to designate whether medical emer- gency existed at time of delivery of services: I = Emergency 2 = No Emergency 14.0 Drug Coding Indicator Identifies type of coding used to identify dispensed drugs on this record: 1 = National Drug Code 2 = Formulary Number 3 = Other Coding Structure* 15.0 Total Cost - All Sum of costs of all drugs on this record Detail Lines (SSSSS. t). 16.0 Number of Detail Lines Number of prescriptions on this record. 17.1 Prescription No. Number of prescription (if unknown, zero-fill). 17.2 Drug Code Code to designate dispensed drug. 17.3 Quantity If pills, number of tablets. Otherwise-, zero- fill. 17.4 Estimated Day Supply Number of days prescription is supposed to last. 17.5 Drug Panufacturer Two position alphabetic code of drug manu- facturer. If unavailable, blank-fill. 17.6 Prescription Cost Cost of prescription 00611 Attachment II Page 13 of 21 DENTAL RECORD Field Number Field game Field Explanation 8 Code Values 1.0 Plan No. Plan number assigned by Department of Health (no leading zero). 2.0 Record Type Type of care: 1 = Ambulatory Care (outpatient) 2 = Inpatient 3 = Drug 4 = Dental 3.0 Dentist I.D. No. Unique identification number for dentist providing services.* 4.0 Provider Specialty Code A.M.A. specialty code appropriate to practi- tioner providing services. (See Attachment Ila for code values.) 5.0 First Date of Service Earliest service date on the record (YMMDD). 6.0 Last Date of Service Latest service date on record (YMMDD). If all services on same day, should be equal to Field 5.0. 7.0 Beneficiary Medi-Cal Medi-Cal beneficiary I.D. no. (format specified I.L. No. on File Description). 8.0 Beneficiary age Age in years of enrollee at time services were rendered. 9.0 Beneficiary Sex Code value designating sex of enrollee: 1 = Male 2 = Female 3 = Unknown 10.0 Medicare Status Code Code indicating presence or absence of Medicare coverage: 1 = Medicare crossover 2 = No Medicare coverage 11.0 Patient I.D. No. Any internal unique identifier for enrollee population. If unused, should be zero-filled.* *All fields with a single asterisk after the field explanation must have code values used for that field supplied to PHRED Project along with data tapes. PHRED Project Staff must approve coding systems before data is supplied. 00612 .Attachment II Page 14 of 21 DENTAL RECORD Page two Field _ Number Field Name Field Explanation & Code Values 12.0 Facility/Clinic Code Code used to designate the clinic or facility in which services were rendered to enrollee.* 13.0 Emergency Code Code used to designate whether medical emer- gency existed at time of delivery of services: 1 = Emergency 2 = No Emergency 14.0 Place of Service Code Code indicating where services were performed: 1 = Private Office 2 = Clinic or Health Center 3 = Hospital Outpatient Department 4 = Hospital Emergency Room 5 = Home 6 = Other 15.0 Diagnosis Codes Primary and Secondary diagnosis codes (ICDA-8). 16.0 Total Cost- All Sum of costs of all procedures on this record Detail Lines 17.0 Number of Detail Lines lumber of procedures contained on this record. 18.1 Procedure Code/liodifier California Dental Formulary Code to designate dental procedure performed. 18.2 Tooth Number Number of tooth on which procedure performed. 18.3 Tooth Surface Surface of tooth on which procedure performed. Use coding scheme designated on Attachment IId. 18.4 Procedure Cost Cost of this dental procedure ($$$$.tt). 00613 Attachment IIa Page 15 of 21 PROVIDER SPECIALTY CODES AMA SPEC General Practice 27 General Surgery 30 Allergy 06 Otology, laryngology, rhinology 54 Anesthesiology 09' Cardiovascular disease l5 (Internal Medicine) Dermatology 21 Family practice 27 Gynecology (osteopaths only) 42 Gastroenterology24 (Internal Medicine) Aviation (Internal Medicine) 12 Manipulative therapy 99 (osteopaths only) Neurology (M.D. only) 39 Neurological surgery 36 Obstetrics (osteopaths only) 42 OS-Gynecology (M.D. only) 42 Ophthalmology, otology, 99 laryngology, rhinology (osteopaths only) Ophthalmology 48 Orthopedic surgery 51 Pathologic anato.,y; clinical 57 pattology (osteopaths only) Pathology (M.D. only) 22 00614 1.u1Li'GG1. 1617. Attachment IIa Page lb o'IZT— PROVIDER SPECIALTY CODES AMA _ SPEC - Peripheral PEC -Peripheral vascular diseases 30 or general surgery (osteopaths only) Plastic surgery 72 Physical medicine and 69 rehabilitation Psychiatry (child) 18 Psychiatry, neurology 39 (osteopaths only) Proctology 78 Pulmonary diseases 87 (Internal Medicine) Radiology 90 Roentgenology, radiology 20 (osteopaths only) Radiation therapy 91 (osteopaths only) Thoracic surgery 92 Urology 96 Internal Medicine 66 (Pediatric Cardiology) Psychiatry 81 Special CHAMPUS Providers 98 Preventative (Internal Medicine) 75 Pediatrics AMA 60 Internal Medicine 33 Pediatric Allergy 63 Public Health 84 Miscellaneous (other) 99 0061 &WI IL ;.—I Lii Miscellaneous (other) 99 0061 PROVIDEEER SPECIALTY CODES- AMA SPEC Miscellaneous (Admin Medicine) , 03 Public health or welfare agencies 84 (federal, state and local) mental health clin,'free-standing' clin. rehab ctr, OEO ctr, enuresis control, 0/P clinic Unknown pp r y S 2 dF } a c rT `3'a�r rcl t s i ti 7 t r � L F t f k f X i4 ,F fr f 2 00615 Attachment Ilb Page 18 of 21 INPATIENT HOSPITAL CHARGE CENTER CODES The system of accounts shown below is taken from the California Hospital Commission Accounting and Reporting Manual. The main headings only have been used. If you are presently using this system, and utilizing the full four digit code, just drop the rightmost digit and report the three leftmost characters. If you are using any other accounting system,. an equivalence table will be required to convert to our coding system. Daily Hospital Service Codes 301 .MEDICAL/SURGICAL INTENSIVE CARE 302 CORONARY CARE 303 DEFINITIVE OBSERVATION 304 PEDIATRIC INTENSIVE CARE 305. PSYCHIATRIC ISOLATION 306 OTHER INTENSIVE CARE UNITS 308 MEDICAL/SURGICAL ACUTE 312 PEDIATRIC ACUTE 314 PSYCHIATRIC ACUTE 316 OBSTETRICS ACUTE 317 NURSERY ACUTE 318 OTHER ACUTE 320 SKILLED NURSING 324 PSYCHIATRIC - LONG-TERM 328 INTERMEDIATE 332 RESIDENTIAL 336 OTHER DAILY HOSPITAL SERVICES Ancillary Codes 401 LABOR AND DELIVERY 402 SURGERY Arlo RECOVERY 403 S'JRGICAL DAY .CARE :404 ANESTHESIOLOGY 00617 404 AtiESTHESIOLOGY 0061'7 4 yI ..Attachment IIb Page 19 of 21 405 CENTRAL SERVICES AND SUPPLIES 406 LABORATORIES - CLINICAL 407 LABORATORIES - PATHOLOGICAL 408 LABORATORIES - PULMONARY FUNCTION 409 LABORATORIES - OTHER 410 BLOOD BANK 411 ELECTROCARDIOLOGY 412 ELECTRO MYOGRAPHY 413 ELECTROENCE PHALOGRAPHY 414 RADIOLOGY - DIAGNOSTIC 415 RADIOLOGY - THERAPUTIC 416 NUCLEAR 417 PHARMACY , . 4 l INHALATION THERAPY 419 DIALYSIS 420 PHYSICAL THERAPY 421 OCCUPATIONAL THERAPY 422 OTHER PHYSICAL MEDICINE 423 EMERGENCY ROOM -424 AMBULANCE 425 PSYCHIATRIC E14ERGENCY ROOMS 426 CLINICS 440 HOME HEALTH SERVICES 441 OTHER ANCILLARY SERVICES` 00618 I ..Attachment IIc Page 20 of c� 1975 Hospital Discharge Date Length of Stay Calculation. Cobol Subroutine. If you do not have a subroutine to calculate length of stay, this one will serve. It allows for 1974 or 1975 admissions with 1975 discharges, and it properly does not include both admission and discharge date in the LOS cal- culation. Six procedure division statements are needed. The requisite working- storage entries are given first. 77 IN-DATE PICTURE 9(4) VALUE 0. 77 OUT-DATE PICTURE 9(4) VALUE �. 01 USE-THESE-DATES. 03 DATES PICTURE X(36) VALUE '000031059090120151182212243273304334 03 THE-DATES REDEFINES DATES PICTURE 9(3) OCCURS 12. PROCEDURE DIVISION. CALCULATE-LOS. MOVE THE-DATES (ADMIT-6-4) TO IN-DATE. ASD =-IIT-DO TO IN-DATE. MOVE THE-DATES (DISCH-MM) TO OUT-DATE. ADD DISCH-DD TO OUT-DATE. IF ADMIT-Y = OISCH-Y NEXT SENTENCE ELSE ADD 365 TO OUT-DATE. - SUBTRACT IN-DATE FROM OUT-DATE GIVING LOS. (;VOTE: AWIT-M«1, ADMIT-DD, Ar44IT-Y, DISCH-101, DISCH-DD, and DISCH-Y ARE DATA NAMES OF INPUT FIELDS, LOS IS A DATA NAME ON THE OUTPUT FILE.. SUBSTI- TUTE DATA NAMES AS YOU WISH.) z. 00619 i age 2 0 TOOTH SURFACE(S) CODING Rather than use a six position code for tooth surface, one "checkmark" each for the M, D, 0, L, I, and F surfaces; we wish to reduce the code to 2 two position number which code each of the six possible combinations with its binary equivalent. Assuming base 2 for the 6 positions, the presence of an M surface = 32 (25) D surface = 16 (24) 0 surface = 8 (23) L surface = 4. (22) I surface = 2 (21) F surface = 1 (20) Thus, any combination of surfaces can be presented uniquely. To convert to this code from a «checkmark" system is accomplished as follows: WORKING-STORAGE SECTION. 77 TOOTHCODE PICTURE 99 VALUE 0. PROCEDURE DIVISION. TOOTHSURFACE. IF M-FIELD NOT = SPACE ADD 32 TO TOOTHCODE. " D-FIELD « 16 It 0-FIELD 8 " L-FIELD " 4 " I-FIELD « 2 " F-FIELD 1 " MOVE TOOTHCODE TO OUTPUT-TOOTH, HOVE 0 TO TOOTHCODE. 00620 In the Board of Supervisor, of Contra Costo County, State of California l�3Yr j .19' -7-7- In the Matter of Authorizing Execution of Agreement, #308-2510-5SOS1, with University of California at Berkeley for Employment of Work-Study Students in the Probation al Department IT IS.BY TIS BOARD ORDERED that the Chairman isAUTIIORIZED to execute an agreement dated April 11 1977 between the Regents "of...the.University of California, Berkeley, and Contra Costa County: (Probation Department) for employment of students under.the Bork-Study Program during the period of Julyj, 1977 thourgh June 30, 1978, including a.deposit with the Regents,.of.$S,700::to.. :. cover the 30 percent County financing of the total compensation to be paid�:to.::. students. PASSED by the Board.on tray 17, 1977. 1 hereby certify that the foregoing Is a trio and correct copy of an order ent=r_d on.the minutes of said Soord of Sepervisen on taa.dcte efarnsaic. cc: University of California Witness my hand and the Seal of the.Board of c/o Probation Department Svperrisors 2 copies (originals) affix-ed this Z?t County Auditor-Controller _ ay or sae' I9 ' County administrator Probation Department J. R. OLSSON, Clark Attn: E. Donavan Deputy Cter'< Billie Sauzkl •S +1 UNIVERSITY OF CALIFORNIA, BERKELEY COLLEGE WORK-STUDY PROGRAM AGREEMENT THIS AGREEMENT, entered into this 11th day of April 19 77, by and between THE REGENTS OF THE UNIVERSITY OF CALIFORNIA, a California corporation, hereinafter called "University," and Contra Costa County Probation a public organization hereinafter called "Organization;" W I T N E S S E T H WHEREAS, University has applied for a grant by the U.S. Commissioner of Education pursuant to Title I, Part C, of the Economic Opportunity Act of 1964, Public Law 88-452, as amended, and has been amended by the Higher Education Act of 1965, Public Law 89-329 and Public Law 90-82 approved September 6, 1967, and has been amended by the Educational Amendments of 1972, Public Law 92-318 and the Educational Amendments of 1976, Public Law 94-482, to stimulate and promote the part-time employment of students, particularly those with great financial need, who are in need of earnings from such employment in order to pursue courses of study at institutions of higher education such as University; and 141EREAS, University and Organization desire that certain of the Univer- sity's students engage in work for public and private nonprofit organizations under the Work-Study Program authorized by the Act; and WHEREAS, Organization is in a position to utilize the services of such students; NOW, THEREFORE, the parties hereto agree as follows: I. The University shall be deemed the employer for purposes of this agreement. It has the ultimate right to control and direct the services of the student for the Organization. It shall also determine that the students meet the eligibility requirements for employment under the College Work-Study Program, assign students to work for the Organization, and determine that the students do perform their work in fact. The Organization's right shall be limited to direction of the details and means by which the result is to be accomplished. 2. Organization shall neet any and all other conditions as set forth in the College Work-Study guidelines as set forth in the Federal Register dated September 1, 1976. 3. The work performed by such students shall be in the public interest and shall not a. Displace employed workers, impair existing contracts for services: nor fill positions that are vacant because the employer's regular employees are on strike. b. Involve any partisan or nonpartisan political activity associated with a candidate or with a contending faction or group in an election for public or party office 0()F22 Microfilmed witth board order c. Involve any lobbying on the Federal level d. Involve the construction, operation, or maintenance of so much of any facility as is used or is to be used for sectarian instruction or as a place for religious worship. 4. Organization agrees to a. Reasonably supervise the services of students participating in the Work-Study Program and permit reasonable supervision by a representative of University; b. Make a report to University of time worked by students participating in the program indicating the total hours. worked each week and containing the supervisor's certi- fication as to the accuracy of the hours reported and of satisfactory performance on the part of the students, at least monthly; c. Allow'no student to work for more than an average of twenty (20) hours per week over a quarter, or other term used by the University in awarding credits to the student, during which the student is enrolled in classes (excluding any period during which the student is on vacation), and for not more than forty (40) hours in any week; and d. Pay University thirty per cent (30%) of the total compensation to be paid to students participating in the program. The Organization will pay to the University in advance any amount calculated to cover the Organization's share of the students' compensation or within thirty (30) days upon receipt of a written Statement of Account to Organization at the end of each quarter showing expenditures, receipts, and balance due. 5. Compensation to be paid to students participating in the program will be appropriate and reasonable in light of the work to be performed by them. Rate of compensation shall be subject to approval by University. 6. In accordance with Title VI of the Civil Rights Act of 1964 and Title LK of the Education Amendments of 1972, the services and benefits of Organization which involve the work of such students shall be available to all persons regardless of race, color, national origin, or sex. No student shall be denied participation in the Work-Study Program because of race, color, national origin, or sex. 7. Compensation of students for work performed on a project under this agreement will be disbursed--and all payments due as an employer's contribution under State or local workmen's compensation laws, under Federal or State social security laws, or under other applicable laws, will be made--by the University. S. The agreement shall be subject to the availability of funds to University for the portion of the student's compensation not to be paid by Organization. It shall also be subject to the provisions of Part C (Work-Study Programs) of Title IV of the Higher Education Act of 1965, as now amended, or from time to time amended, and shall be subject to regulations implementing said legislation. 006.23 MMMMMMM 9. This agreement may be cancelled by either party if there is a failure to comply with the provisions of the agreement. 10. This agreement shall terminate on the 30th day of June , 1978 , unless sooair terminated and be subject to extension by the mutual agreement of the parties hereto in writing. IN WITNESS WHEREOF, the parties hereto have executed this agreement the day and year first above written. e1 THE REGENTS OF THE UNIVERSITY OF CALIFORNIA (Organization) Bys I.Wi N.- BNgjiq By: Chairman, Board of Supervisors Diector of Financial Aid (Title) (Title) OV24 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of ) Mr. Gerald A. Cohn from ) Board of Appeals Approval ) May 17, 1977 of Variance Permit No. ) 1124-76, Orinda Area. ) The Board on March 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 having heretofore fixed this date for decision thereon; and Supervisor R. I. Schroder having noted that Mr. Maurice E. Huguet, Jr. , attorney for Mr. Kendall, and Mr. Aaron M. Greenberg, attorney for Mr. Cohn, submitted letters stating that Mr. Cohn and Mr. Kendall have reached agreement resolving the wooden deck encroachment matter and other issues of dispute between them by reestablishing the common property line. 16.5 feet westerly of its present location in order to allow a full 10-foot side yard between the Cohn wooden deck and the common boundary line; and Mr. Harvey Bragdon, Assistant Director of Planning, having stated that the proposed property line would still allow buildable sites for the Kendall and Ruedrich properties and the Cohn property would be in conformance with the property development standards in respect to the new line; and Supervisor Schroder having recommended that the appeal of Mr. Cohn be granted in part and that Variance Permit No. 1124-76 be approved as shown on Exhibit "A" attached thereto (which is on file in the Office of the County Planning Department) with the relocation of the common boundary line (Cohn-Kendall/Ruedrich) to a position 16.5 feet westerly of its existing location, thereby reducing the Kendall lot (Assessor's Parcel No. 262-041-08) by a total of 1,319 square feet and the Ruedrich lot (Assessor's Parcel No. 262-041-07) by a total of 214.5 square feet, subject to the following conditions: 1. Applicants shall offer to dedicate the irregular shaped area of land, as •shown in the plan submitted with the application, to the adjacent property owner. •2. Applicants shall record with the County Recorder a Record of Survey showing the existing property lines, proposed property lines, and existing deck. 3. At no time shall any future yard variances be approved on either of these two properties. IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED by the Board on May 17, 1977. cc: Mr. G. A. Cohn Mr. S. R. Kendall CERTIFIED COPY Mr. W. P. Ruedrich ! emit.v that this Is a full. true & correct copy of Mr. M. E. Hu et he nricinal document which Is on file In my office $u , Jr.. and that It w" passed C- adopted by the Board of Mr. F. C. Kracke Su;w:ci<ors of Contra Costa County. California, on Director of Planning the date shown.ATTEST: J. It. OfSSON. County g Clerk&es-officio Cleric of said BwArd of supervisors. by Deputy Clerk. OW-25 t In the Board of Supervisors of Contra Costa County, State of California Ma73.7 . 19 --7� In the Matter of Appointment to the Citizens Advisory Committee for County Service Area R-6, Orinda Area. Supervisor R. I. Schroder having reported that he had received a letter from Ms. Ann Christofferson advising that the Citizens Advisory Committee for County Service Area R-6 recommends that the following persons be appointed to serve on said committee: Ronald Plomgren 23 Martha Road Orinda, California 94563 Sandra Steinbeck 3 Soule Road Orinda, California 94563 Scott Ferguson 428 Miner Road Orinda, California 94563; and It having been noted that the aforesaid persons will replace Carl Weber, Marilyn Pennebaker and Ken McCormick (a high school student) whose terms on the Committee will expire June 30, 1977; IT IS BY THE BOARD ORDMED that the recommended nominees are APPOINTED to the Citizens Advisory Committee for County Service Area R-6, effective July 1, 1977. PASSED by the Board May 17, 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: Ms. Christofferson Witness my hand and the Seal of the Board of Mr. R. Plomgren Supervisors Ms. S. Steinbeck affixed this 17thday of May 19 77 Mr. Ferguson Public Works Director County Auditor-Controller J. R. OLSSON, Clerk County Administrator y Q4 ` , Deputy Cleric Public Information Office Billie C. Souza H-244M15m 0D625 In the Board of Supervisors of Contra Costa County, State of California uAa 17 - 1972- In 19ZLIn the Matter of Request for Implementation of a Source Separation and Recycling Program under Phase II, Bay Area Solid Waste FAnagement Project. The Board having received a May 5, 1977 letter from Mr. Arlo K. Amundson, Interim Division Chief, Resource Recovery Division, State Solid Waste Management Board, 1709 11th Street, Sacramento, California 95814 notifying potential proponents that proposals will be requested for implementation of a source separation and recycling program under Phase II of the Bay .Area Solid Waste Management Project; and The Board having received a subsequent letter dated May 13. 1977 from Mr. Amundson transmitting information and inviting submission of proposals for said program, noting that the proposals must be received by the State Solid Waste Manage- ment Board by June 15, 1977; IT IS BY THE BOARD ORDERED that the aforesaid correspondence is RwFEFMD to the Public Works Director. PASSED by the Board on :stay 17, 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: Public Works Director Witness my hand and the Seal of the Board of Environmental Control Supervisors County Health Officer affixed this 17tiday of 24ay . 19 77 Public Information Officer — County .Administrator J. R. OLSSON, Clerk By d- Deputy Clerk Joan L. III H-24 3176 15m In the Board of Supervisors of Contra Costa County, State of California rtav 17 . 19 In the M*W of . Report of the Planning Commissior on the Request of 'dfoodhill Development Co. Applicant and Owner; (2100-3Z3 to Rezone Land in the Diablo Area. The Director of Planning having notified this Board that the Planning Commission recommends approval of the request - of Woodhill. Development Co., applicant and owner, (2100.RZ), to rezone 7.73 acres fronting approximately 100-ft. on the west side of Green Valley Road, approximately 75-ft, on the north side of Store Valley Road, Diablo Area, frost General Agricultural District (3-2) to Single Family Residential District-100 (R-100) in lieu of Single Family Residential District-65 (3-65) as originally requested; IT IS BY THE BO,1RD ORDERED that a hearing be held on June 14, 1977 at 11:00 a.m. in th3 Board Chambers, Room 107, AdmLnistration Building, Pine and Escobar Streets, Martinez, California. IT 33pURTH� 0?.,�t;D t�.a_ t::e C:erk, pursuant to code requirements, publish notice of sa s. in the Valley Pioneer anzd gi re notice by mail to all persons showon the last equalized assessment roll as owning real property within 300 feet o: the property which is the subject of the proposed zoning change. P+SS2l? By,the Board'on April 206, 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: voo4 i__ De7elopment Co. 'Supervisors List -)` ::a=es Prorided P b P-1am:iing affixed this 17`.h day of 1977 X_-e_-t3 Of Planning J. R. OLSSON, Clerk 8y C SeC.it.- J'�' • . Deputy Clerk !SILLle V. -iauza 4 H-24 4M 15m 00628 The Board of Supervisors -Cont Ja�R-Ot,�� County Grrk and Costa Ex ofnao civic of Ms ea" County Administration Building � wRu,.0 P.O.Box 911 Aiattinaz,California 93553Couly (sia)=-2J71 James P.Kem y-Ricthmond Ist oiuna Nancy C.Fallen-Martina 2nd 04VUA - - K� - ROOM L Schroder-tatayet'e !' ltd owlict WatrM M.aa �"°t se"-cdd i.ay 20, 1977 EdcKHasseldne-aittsbM ' stn oi37iCt The Valley Pioneer 322 S. Harts Danville, 'California 94526 Gentlemen: Re: Purchase Order f 74403 Enclosed is Notice of Hearing on the request of Woodhill Development Co. . Applicant and 0wner (2100-Rz) to rezone land in the Diablo area. which we wish you to publish on Iiay 25. 1977 Please sign the enclosed card and return it to this office. Immediately upon the expiration of publication, send us an affidavit of in order that the Auditor may be authorized to pay your bill. Very truly'yours, J. R. OLSSOU, CLERK C By Q 0-,' Billie C Souzab Deputy Clerk 15.4 00629 � . A. NOTICE OF PUBLIC HEARING BEFORE THE CONTRA COSTA COUNTY BOARD OF SUPERVISORS ON A REZONING MATTER T��hZo AREA NOTICE is hereby given that on Tuesda June 14 ' 197 7 , at 11:00 a.m. in oom 7' of the County Administration Building, corner of Pine and Escobar Streets, Martinez, California, the Contra Costa County Board of Supervisors will hold a public hearing to consider a recommendation of the Contra Costa County Planning•Commission on the rezoning application of wnnflhill D-7-In=mcinr-��, j3=nl i nan+ and nwncr, The matter of this hearing pertains to a request to rezone land from _ aanPral Anti e,fl tnral ni ctri nt (q_ t0 _Sin�lo F�milY R QiAPntial _Di_striet-100 (R_100) The location of the applicant's land is viithin the unincorporated territory of the County of Contra-Costa, State of California, generally identified as follows (a more precise description may be examined in the office of Director of Planning County Administration Building, Martinez, California$: 7.73 acres fronting approximately 100-ft. on . the west side of Green Valley Road, approximately 75-ft. on the north side of Stone Valley Road, Diablo Area. By order of the Board of Supervisors of the County of Contra Costa, State of California. Date: ?fay 17, 1977 J. R. OLSSON, County Clerk and ex officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California By Billie C. Souza e� Clerk 00630 5 F' M 1 1 c +�/c CONTRA COSTA COUNTY RECEIVED PLANNING DEPARTMENT MAY /0 1977 TO: Board of Supervisors DATE: May 4, 197 a m o;ssoH ISOVS . Attn: Clerk of the Boar ` A CO e_ . FROM: Anthony A. Dehaesus SUBJECT: REZONING: Woodhill Development Co. Director of Plannin (Applic/Owner) - 2100-RZ - 7.73 Acres, A-2 J to R-100 - Diablo Area. (S.D. V) Attached is Planning Commission Resolution No. 40-1977, adopted by the Planning Commission on Tuesday. May 3, 1977, by a vote of 6 AYES - I ABSENT (Donald E. Ander- son). This application was reviewed by the Commission on Tuesday, April 26, 1977, and was approved for a change from General Agricultural District (A-2) to Single Family Resi- dential District (R-100), by unanimous vote of the Commission (All members present). The subject property comprises 7.73 acres fronting approximately 100-ft., on the west side of Green Valley Road, approximately 75-ft., on the north side of Stone Valley Road, in the Diablo Area. The following people should be notified of your Board's hearing date and time: Woodhill Development Co. (Applic/Owner)• Valley Action Forum 34-B Alamo Square Post Office Box 993 Alamo, California 94507 Danville, California 94526 Alamo Improvement Association Post Office Box 271 Alamo, California 94507 San Ramon Valley Chamber of Commerce 120 South Hartz Avenue Danville, California AAD/v Attachments: Resolution, Findings Map, Area Map, Minutes, Staff Report, Neg.E1R. cc: File 2100-RZ .400dhill Development Company Supervisors, District i, 11, 111, IV, V. 00631 Microfilmed with board order RESOLUTION NO. 40-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIF- ORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE IN ZONING BY THE WOODHILL DEVELOPMENT COMPANY (APPLICANT & OWNER), (2100-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE DIABLO AREA OF SAID COUNTY. WHEREAS, a request by the WOODHILL DEVELOPMENT COMPANY (Applicant & Owner), (2100-RZ), to rezone land in the Diablo Area from General Agricultural District (A-2) to Single Family Residential District (R-65), was received by the Planning Department Office on November 4, 1976; and WHEREAS, after notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, April 26, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on January 11, 1977; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, State of California, that the rezoning request of WOODHILL DEVELOPMENT COMPANY (Applicant & Owner), (2100-RZ), be APPROVED as to a change from General Agricultural District (A-2) to Single Family Residential District (R-100), in lieu of the applicant's request, and that this zon- ing change be made as is indicated on the findings map entitled: A PORTION OF MT. DIABLO DIVISION SECTOR 4 AND THE DISTRICTS MAP FOR THE DIABLO AREA, INSERT MAP NO. 22, CONTRA COSTA COUNTY, CALIFORNIA, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the reasons for this recommendation are as follows: A. General Plan: The rezoning as proposed is in conformance with the Land Use Element of the General Plan. It is conflict with the Safety and Open Space Conservation Elements as follows: Safety Element states that: "Slopes over 26% are not suitable for types of development which require extensive grading or other land disturbance." Open Space Conservation Element states that the following policy should be implemented: "Design hillside and ridge top properties so that they do not excessively disrupt the visual quality of the landscape." The subject project is in an area of over 26% slope and it has no design features to mitigate its excessive disruption of the aesthetic quality of the ridge line on which hr,icronimea wrn board order. 00632 I Resolution No. 40-1977 it is located. B. Mitigation Measures: The General Pian conflicts mentioned reflect the envir- onmental constraints on the property related to the steep ridge top location of the project. The following mitigations apply: (1) Proper grading and site stability syould be thoroughly discussed and evaluated inthe specific subdivision proposed on the subject property (M/S 246-76) and mitigations as appropriate addressed. (The road and three pads have already been graded.) (2) To prevent further impacts from aesthetic or topographic constraints, no more than three lots proposed in M/S 246-76 should be allowed. C. Subdivision: M/S 246-76 now proposed on the subject property requests subdivi- sion into 3 lots under R-65 Zoning. (Pads and the access road have already been graded). The subject property has a total of 333,731 sq. ft., which could not be subdivided further under R-100 zoning, but which could be resubdivided under R-65. Based on the topographic and visual constraints on the subject property, mitigation measures are in order. To implement the migigation measures as delineated above, the zoning on the subject property should reflect the ultimate capacity and not allow for further subdividing. The subject property should be rezoned to R-100 to implement this recommendation. BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code.of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, April 26, 1977, by the following vote: AYES: Commissioners - Young, Stoddard, Phillips, Compaglia, Anderson, Walton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - None. - ABSTAIN: Commissioners - None. I, William L. Milano, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly -2- 0003 r Resolution No. 40-1977 called and held in accordance with the law on Tuesday. May 3, 1977, and that this resolution was duly and regularly passed and adopted by the following vote.of the Planning Commission: AYES: Commissioners - Young, Pbillips, Stoddard, Ca Vagl.ia, Walton, Milano. NOES: Commissioners - None. ABSENT: Commissioners - Donald E. Anderson. ABSTAIN: Commissioners - Plane. Chairman of the Plahning Commission of the County of Contra Costa, State of California ATTEST: Secretary of the Planning Commission of the V,County ofContra Posta, Stated California RECEIVED I ��1.1 il'r-t �0 t��! !. R OL CL:RK BOARD OF SUP-.;rjW2S CONTRA -3- 00634 -3- 00634 �,!t'"'R 15 RezoneR-'p From A-2 To 8400 r ' R•IQ 01. F-R, N 800' (, WM. G. 1071Z VWO , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A A0,47/4A/ of Mr. D/AWO DIV/S/Oet/ SSGTdR ¢ .4Mp rHE oisraicrs MAP Foe rile ivzwai O /FRFA lm-ie er M4P Na-21 Z wre f coin c o uArTY . aRG/FOAMr,A indicating thereon the decision of the Contra Costa County Planning Commission in the matter of W009NIZl DEVeLVvW4W' CO. 2/00 QZ Chairman of the ConKo Costa County Planning Commission, State of Calif. ATT -Sec eta of the Fontra Costo County d����F�p_iMap"`— Planning Commission, Stote pfrColif. Microfilmed with baa:: -r Cr 'RA COSTA C.WNTY PLANNING DEPART nNT C( NOTICE OF oCompletion of Environmental Impact Report -- Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (41S) 372-2091 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: WOODHILL DEVELOPMENT COMPANY (Applicant and Owner), County File /!2100-RZ The applicant requests to rezone 7.73 acres from General Agricultural District(A-2) to Single Family Residential District (R-65). Subject property fronts approximately 100 feet on the west side of Green Valley Road, approximately 75 feet on the north side of Stone Valley Road,in the Diablo area. The project will not have a significant effect on the environment because: While the proposed rezoning is consistent with the General Plan designation of low density single family, the following constraints are present: (1) the site has extremely steep topography with evidence of soil creep—this should be further discussed in the matter of the proposed subdivision(MS 246-76); and(2) the only feasible place to develop on the subject property is atop existing hills which presents a visual impact. Rezoning to R-100 and appropriate adjustment of the lot lines would prevent further resubdivision. Approval of the rezoning should be conditioned to subdivision approval. It is determined from initial study by Margaret Coulter of the X X Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Fling, Administration Bldg. Pine E Escobar Streets f! Martinez, California ' ` !r to Post d V�. �� ' Final date for review/appeal iam. 20 19ii Planning Dep rt en Representative AI's 1/74 01F.33 Vliaofilmed with board order son w . In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Final Report of the Allied Services Commission. The Board on January 18, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) the Final Report of the Allied Services Commission for consideration in conjunction with-.the proposal for a compre- hensive human services planning and decision-making process; and The Committee having this day submitted its report recommending that the Final Report of the Allied Services Commission be accepted with appreciation to the citizens and staff who participated in this. effort, and having further recommended that the County continue to develop and test methods for improving and consolidating the delivery of human services; IT IS BY THE BOARD ORDERED that the recommendations of the Internal Operations Committee are :APPROVED. PASSED by the Board on May 17, 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 data aforesaid. cc: Board Committee Witness my hand and the Seal of the Board of p� Agency Dr, Human Resourcesed i Ttisiay of Maar . 19-7-7- County Administrator J. R. OLSSON, Clerk By Deputy Clerk Crai ►+-24 am 15m 00637 f .. t4L The Board of Supervisors Contra County C t;ounty c,erk am f �,.��,�,,}} Fa Officio Cork of the Board C County Administration Building IJJIC� Yes.Gerawk" ,uswa P.O.Box 911 Chef Ctak Martinez.California 94553 County (4111'372-2371 Jamas P.Kenny-Richmond + soft* tat District 1 y Nancy C.Fanden-WrtMe2 `f tnd District Hobert 1.ScWww-Latgene 3rd District w&CMri °°°° -`°�°°° RECEIVED 4th District Eric K HaWshinii-Pittsburg MAX 17, 1977 ��J 'th District «ky /7 1977 REPORT OF J. e o'�-ow RK EQARO O: SU7cRV{5075 INTERNAL OPERATIONS COMMITTEE W COST ON B • _De MATTER OF THE FINAL REPORT OF THE ALLIED SERVICES COMMISSION The Board on January 18, 1977, referred the Final Report of the Allied Services Commission to this committee to be considered in conjunction with the proposal for a comprehensive human services planning and decision-making process. With the introduction of the Allied Services Act of 1972 came the allocation of substantial funds for Services Integration, Target of Opportunity (SITO) projects. These projects were designed to pre-test parts of the proposed Act. Twelve areas across the country, one of which was Contra Costa County, were initially selected by the Department of Health, Education and Welfare for such projects. Contra Costa was selected, at least in part, because of the efforts of the County in the Model Cities Program. There are two primary concerns for human service delivery which prompted the Act. One concern is for the quality and effectiveness of the services and the other is for the cost of the services. In short, the constant objective is better service for less money. The funding process can be reduced in complexity and cost by moving to direct funding of a total human service program within the County. This would require a local allocation process which would necessarily be based on a comprehensive human services planning process. At the same time, significant service improvement will seemingly occur only if services are integrated, coordinated and tailored more'closely to community needs. To provide such management of service will also necessitate a comprehensive planning process. Thus, the double objective demands a process by which a comprehensive plan for integrated service delivery can be formulated. Q -38 MIcrofirmed with board order .. g"- LY AL be formulated. Q ) 38 p1laolrr►ed with Board order -2- While the Allied Services Act was concerned with the funding process, the part of the Act which was to be tested in Contra Costa was the development of a process to provide integration of planning and services. Specifically, it was an objective of the Allied Services Project to identify the barriers to such integration. The thesis of the Act and the associated SITO Projects was that human services could be improved and that funding could be directed most appropriately to the satisfaction of needs through integrated service delivery. The prelude to the identification, coordination and integration of services must be the identification of community needs and the establishment of priorities. Those most qualified to judge the needs and priorities within the community are those with direct personal experience. To perform the tasks associated with the Project, the Contra Costa County Allied Services Commission was formed in April of 1973. The Commission was structured to allow participation of the recipients of County services in this study. The Allied Services Commission was the citizens component of the Allied Services Project. There also existed an Allied Services Board consisting of nine Department Heads involved in the Project and a Project Planning Group consisting of approximately twenty staff members of these departments. The enormity of dealing with local citizen input throughout the County, and the fact that the City of Richmond and Contra Costa County had already established a realtionship in the area of service integration through the Model Cities Program, led to the restriction of the program to one area, Richmond. In fact, Richmond became a co-sponsor of the Project. The Commission established several task forces to concentrate necessary effort on areas of interest and concern. The fact that efficient delivery of service is highly dependent upon the smooth interaction of planning and implementation functions became evident. The Allied Services Project addressed only the planning for such services. Once a plan is developed, however, there are no results without effective implementation. The Commission eventually concluded that the success of a plan is not nearly as dependent upon the content and quality of the plan as it is upon the ability and willingness of staff to implement the plan. The Commission developed a deep sense of frustration from its inability to influence the County and City departments charged with actual delivery of services, and with the resistance it encountered from staff concerning changes in operational policy, especially where loss of control or responsibility was involved. Juris- dictional disputes arose which disrupted the integration and 00639 -3- coordination process. Although staff personnel were directly involved in the planning process through the Project Planning Group, there appears to have been less than full commitment of the departments to this process. As a result, the process tended to produce plans which were unacceptable or needlessly difficult to implement. The clear message from this experience is that planning must be conducted from the start with eventual implementation in mind. Furthermore, if integrated policy making and planning is to be conducted separately of the service staff organization, com- munication must flow smoothly from one to the other. The only effective flow path appears to be via a body with authority over both functions. In the case of the County, this is the Board of Supervisors. In order for the process to work, a very clear commitment of the Board is vital. Citizens and staff must know what is expected of them and the Board must be ready to resolve differences as soon as they arise. Measurable objectives should be identified and flexible boundaries of responsibility must be established within County agencies or departments. The intended results, demonstrating that heavy citizen participation and cooperation amongst services could lead to an improvement of the entire human services delivery process, were not realized. No specific or detailed model for planning clearly emerged. No plan for integration of services was identified. The failure to .satisfy the elementary purpose of the effort did not allow any evaluation of the higher order questions, namely integrated delivery of service or financial advantages of direct or block grant funding. The lack of results stemmed in part from the failure to initially identify any specific objectives for the project, and , more importantly, any criteria for evaluation. The effort was further hampered by a simultaneous initiation of the Human Resources Agency in the County, which provided a somewhat disruptive influence on the project due to the readjustment of organizational responsibilities. Rather than learning how to integrate services effectively, we have gained from this project a better understanding of the nature of the process. Barriers to integrate service delivery exist and must be overcome. Most of these seem to relate to basic human nature. Citizen participation is highly desirable in developing policy but that effort cannot be independent of the implementing departments or agencies. The Allied Services Project has served a valuable experience in the current and ongoing efforts of this County to involve citizens in decision and policy making, and to O X40 -4- move toward block grant funding as opposed to categorical grants. It should be acknowledged that the limited scope of the project could not be expected to attain effective County-wide delivery of services. To further the applicability of this experience to the entire County, a proposal was submitted to HEW to use Allied Services funds to conduct a feasibility study for a County- wide human services planning process. This continuation of the Allied Services Project did produce a preliminary model for the desired comprehensive planning process. Upon this model, the concept of a Human Services Advisory Commission for Contra Costa has now been established. It is the recommendation of this committee that the Final Report of the Allied Services Commission be accepted with appreciation to the citizens and staff who participated in this effort. It is further our recommendation that the County continue to develop and test methods for improving and consolidating the delivery of human services. It is our hope that the significant investment of Federal money in Contra Costa County represented by the Allied Services Project will eventually lead to a benefit for our citizens in the form of im- proved human services. Eric H. Hasseltine Nancy C. Fanden. Supervisor, District V Supervisor, District II 00641 In the Board of Supervisors of Contra Costa County, State of California X!MF 1-7. . 19 7-7- In the lMa"w of _ Proposal for Expanding Transit Services in Contra Costa County. Following a workshop presentation concerning transit services in Contra Costa County, the Board on May 10, 1977 requested Alameda-Contra Costa Transit District to provide a proposal as to how it would furnish bus service to that portion of the County that can feasibly be served by bus transit, to include the cost of said service, as well as a report on the feasibility of annexing to the AC Transit District the areas of the county not now included in said district; and Supervisor J. P. Kenny having recommended that the Board reaffirm its request for said proposal and report; and Supervisor N. C. Fanden having seconded the motion; and Supervisor-R. I. Schroder having indicated that he opposed said recommendation and having declared that such action should not be taken without coordination and contact with the eleven cities lying within the central and eastern portion of the county; and Board members having discussed the matter, the vote was as.follows: AYES: Supervisors J. P. Kenny, N. C. Fanden, R. H. Hasseltine, and W. N. Boggess. NOES: Supervisor R. I. Schroder. ABSENT: None. PASSED by the Board on May 17, 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: Public Works Director Witness my hand and the Seal of the Board of AC Transit(Via Public Supervisors Works Director) ofnxed thisj- i day of 1ra�, . 19: County Administrator Director of Planning J. R. OLSSON, Clerk By la":, ..i. c--<,- e--t:�R L, , Deputy Clerk Billie C. Souza 4-24 4R7 15m 00642 f � In the Board of Supervisors of Contra Costa County, State of California May 17 19 37 In the Matter of Resignation from the Citizens Advisory Committee for Contra Costa County Sanitation District 15, Bethel Island Area. Supervisor E. H. Hasseltine having advised the Board that Mrs. Gladys C. Brillon has submitted her resignation as a member of the Citizens Advisory Committee for the Contra Costa County Sanitation District 15, Bethel Island area, stating that she has moved from the area and is no longer eligible to serve on said Committee; IT IS BY THE BOARD ORDERED that the resignation of Mrs. Brillon is ACCEPTED. PASSED by the Board on May 17, 1977. 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 data aforesaid. cc: Mfrs. Brillon, 400 Walnut Blvd. Witness my hand and the Seat of the Board of Space 45, Brentwood, Ca. 'Supervisors Chairman Sanitation Dist. 15 affixed thisl7thday of May 19 77 Advisory Cte. Public Works Director J. R. OLSSON, Clerk County Administrator Public Information Officer Byc,1,1/W?1f� Deputy Clerk Jamie L. Johnson 00643 H-24 j/76 11m t � a In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of Authorizing Execution of a Memorandum of Lease with William Hackett and Adeline Hackett for the premises at 531 Ohio Street, Richmond IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a Memorandum of Lease to be recorded for the lease dated March 15, 1977, with William Hackett and Adeline Hackett for the premises at 531 Ohio Street, Richmond, for occupancy by the County Clerk, Elections Department. PASSED by this board on MAY 17, 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 oforesoid. Originator: Public Works Department witness my hand and the Seal of the Board of Real Property Division Supervisors offixed this l7thday of MaY 19 77 cc: Public Works Lessor (via R/P) County Clerk, Elections Dept. J. R. OLSSON, Clerk County Administrator B rr?�t i zw%/ . Deputy Clerk Maxine M. Neufeld H-2.4 3/76 1Sm 00644 !iMRAMUL44 OF LEASE . This NPURANUUM OF LEASE is made and entered into on BTAY 171577' by and between William Hackett and Adeline Hackett, hereinafter called "LESSOR" and CONTRA COSTA COUIM, a political subdivision'of the State of California, hereinafter called "LESSEE". LESSOR for a valuable consideration, the receipt and sufficiency of which are hereby acknowledged, and in consideration of the terms and conditions of. that certain lease dated March 15, 1977, does hereby lease, let and devise unto LESSEE the real property hereinafter described for the purpose of conducting various functions of LESSEE. All of• those certain pmdses consisting of approximately 4,000 square feet of warehouse space situated on Lots 47 and 48 of Block "A", Santa Fe Townsite� ti coF=only known and designated at 531 Ohio Street, Richmond, California. The wap entitled " Santa Fe" was recorded on lurch 17, 1900, in Book ".E" of Flaps at Page 102 in the Office of the.County Recorder of the County of Contra Costa. �•- The term of this lease is Five (5) years and Twenty-four (24) days commencing March 8, 1977 and ending March 31, 1932. This MEMORARM OF LEASE is made upon the terms, covenants, and conditions of that certain lease dated March 15, 1977 described hereinabove, which lease is by reference incorporated herein and made a part hereof and which is on file with the Clerk of the Board of Supervisors, Contra Costa County, California. The previsions hereof are binding upon and shall inure to the benefit of the parties hereto and their respective heirs, executors,. administrators, successors and assigns. - 1 - 00645• • - executed this 14Cil OF I - : the parties hereto have tlHERE Brten. Itt 19MIESS first hereinaboveit Of LEASE as of the day and year LESSOR:, .' LESSEE: ., Ame,� olitical •- ��• TA GOUtitY, ate of California gy t Hackett COUTRA COS th >ti 1iam subd ision of �' 111. N. RaJ9eSs sons � tic t3c: 1 d of Supery BY deline Ha Chc: ;-' r i pTiEST= + Fe y= �,�, + -� o R• OLS` 131 Clerk! J• A t.. a _.a BY 'Y*i) Ut;-e--- —4+R'' : ..-. FOR APPROVAL: a a RECOVIAEt1UEt1 v> - ator BY County o� -. Age - N� • .'` �x� 6Y unty Real Proper ' •,,;. Y ;,• AS �� rt�tu".. APPROVED Counsel JOHii B- GLAUSEtt, County SY_-- - � Counsel Deputy' Ou State of CALIFORNIA On this the 15th day of June 1977,before me, County of ALMEDA the undersigned Notary Public,personalty appeared :tiliian Hackett and Adeline liacVett known to me to be the persons)whose name(s) are subscribed �-' to the within instrument and acknowledged that THey OFcICIAL Sr.Z- '`� 61AR10RIF G Dav+D50 b executed the same for the purposes therein contained. t.-OTA.—.^Lsuc-caLroa:nr, IN WITNESS WHEREOF. I hereunto set my hand and official seat. A+.Ata MA COAX.:f •_== ur rarer.es:we.:.c'i :►. t'�n b �? 450-30111 5#00.ocuow.CA 94407�'• /11,�j/-t :Iarjorie C. Davidson In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Bids for the El Sobrante-Orinda Overlays Project, El Sobrante- Orinda Area. Work Order -Mo. 4370-925-77 This being the time to receive bids for the El Sobrante- Orinda Overlays Project, El Sobrante-Orinda area; bids were received from the following and read by the Clerk: Asphalt Surfacing Company, Richmond C. M. Construction, Inc. , Vallejo 0. C. Jones E Sons, Berkeley Ransome Company, Emeryville Gallagher tt Burk, Oakland Bay Cities Paving 6 Grading, Richmond East Bay Excavating Company, Inc., Hayward George P. Peres Company, Richmond IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and and recommendation. PASSED by the Board on May 17, 1977. 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisor Road Design Division affixed thisl7thday of May i9 77 cc: Public Works Director County Auditor-Controller J. R. OLSSON, Clerk By -1 /l° . Deputy Clerk N. POUS eb A-4 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Bids for Orindawoods, County Service Area M-19, Landscape Maintenance. (2491-249T-2310) This being the time fixed for the Board to receive bids for landscape maintenance of Orindawoods, County Service Area M-19, Orinda; and Bids were received from the following and read by the Clerk: Contra Costa Landscaping, Inc., Martinez Consolidated Landscape Service, Inc., Napa Pacific Landscape, Inc., San Ramon IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation. PASSED by the Board on May 17, 1977. 1 hereby certify that the foregoing is o true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: Public Works Dept. affixed this Uthday of May . 19 77 Agenda Clerk Building Projects a J. R. OLSSON, Clerk By Deputy Clerk N.PODS 00648 H-24 3/76 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Bids for ) Landscape Maintenance of ) May 17 1977 County Wide Areas A, B,'.C,. ) and D. ) This being the time fixed for the Board to receive bids for landscape maintenance for County Wide Area A, B, C and D; and Bids were received from the following and read by the Clerk: Area A - West County: Lafayette Tree b Landscape Co., Lafayette Contra Costa Landscaping, Inc., Martinez Area B - North Central County: Lafayette Tree b Landscape Co., Lafayette Contra Costa Landscaping, Inc., Martinez Area C - South Central County: Lafayette Tree 3 Landscape Co., Lafayette Contra Costa Landscaping, Inc., Martinez Pacific Landscape, Inc., San Ramon Area D - East County: Lafayette Tree b Lanescape Co., Lafayette Contra Costa Landscaping, Inc., Martinez IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public ' Works Director for review and recommendation. PASSED by the Board on May 17, 1977. CBcnFIn COPY I certify that this is a run. true& correct copy of the original document which is on nhe In my office. and that It was paxed & adopted by the hoard of Superrlaom of Contra Costa County. California. on the date shown.ATTEST: J. IL OLSSO;1. County Originator: P. W. Dept. Clerk&ax-officho Clerk of said Board of Supervisors. Buildings and Grounds by Deputy clerk. cc: Public Works Department oaAM Y 17 1977 Attn: Agenda Clerk - 00649 ONE In the Board of Supervisors of Contra Costa County, State of California May 17 l9 77 In the Matter of Bids for the George Miller Jr. Memorial West Therapeutic Swimming Pool, Richmond. (1003-10&-7712-845) This being the time fixed for the Board to receive bids for construction of a therapeutic swimming pool at George Miller Jr. Memorial Nest, 2801 Miller Drive, Richmond; and Bids were received from the following and read by the Clerk: Ronald B. Zimmerman Construction, Danville, and Kirkham, Chaon & Kirkham, Inc.; Walnut Creek IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation. PASSED by the Board on May 17, 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 data oforesoid. Originator: P. W. Dept. Witness my hand and the Seal of the Board of Buildings and Grounds S,iperrisors cc: Public Works Dept. affixed this>71hday of May , 19 77 Building Projects Agenda Clerk J. R. OLSSON, Clerk By, /G`sao . Deputy Clerk N.POUS H-24 31776 1Sm ON50 IN THE BOARD OF SUPERVISORSAw ' • OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Pians ) and Specifications and Awarding ) Contract for Construction of Drainage ) May. 1!,. 1977 . Facilities on Lake Avenue. Rodeo Area. ) ) .Project No. 1795-4366-665-77 ) Bidder Total Amount Bay Area General Engineering - $5,449.50 2656 Fisher Avenue Oakland, CA 94605 C. M. Marsh, Vallejo CA Hess Constr. Co., Inc., Napa, CA Peter Cole Jansen, Danville, CA William A. Smith, San Ramon, CA WHEREAS Plans and Specifications for the construction of drainage facilities on Lake Avenue, Rodeo area have been filed with the Board this day by the Public Works Director, and informal bids being duly invited and received by the Public Works Director; and WHEREAS the general prevailing rates of mages, which shall be the minimum rates paid on this project, have been approved by this Board; and The Public Works Director advising that this project is considered exempt from Environmental Impact Report requirements as a Class 1C Categorical Exemption under the County Guidelines, and the Board concurs in this finding; and IT IS BY THE BOARD ORDERED that said Plans and Specifica- tions are hereby APPROVED. 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 thatthe 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 the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED chat, after the cor.:ractor has signed the contract and returned it with 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. PASSED by the Board on May 17, 1977 Originator: Public Works Department CERI IF COPY Road Design Division I ewft that this is a fwL true E correct eopy of the orl6lsa!dommeot which Is on file to my office and that It w" Masud E adopted by ilte Board of cc: Public Works Director supervisors of Coats Casal County. California, on Contractor the date shown.ATTEST: J. R. MOON. County Clerk E esotflelo Clerk of said Board of Supervisors, County Auditor-Controller by Deputy Clerk. ���ti't,�, ��`� on MA`Nl"1"tftt Public Works Department Contra Depwy-$uSinti;ala S.n rices Costa (415)372.2105 8th Floor.,AZiministration Building stark L.Kermit hl..tinez.California 94553County gni u 1tom},, Deauy Transportation �„Io (415)372.2102 �}/ (415)372.2102 R.Li.Hy h W-nPul-C n L.Works ClineDirector � I Doom 115,C Courthouse and Grounds _ Roan 125.Courthouse Pu9:.c ti�'wAs Deratpr (4151372.2214 J.E.Taylor J.?Sia`saei ilaltord .�� 1 Daputy-Gptratrons Cruet Dep+bRECEIVED 2 5 G Control 255 Gtaoirx Drive (415)372-1470 SUN F2 1977 May 31,.1977 J.R.oLSSON Our File: Cans--Lake Avenue Culvert Project No. 1795-4366-661-77 Bay Area General Engineering 2656 Fisher Avenue Oakland, CA 94605 Gentlemen: Enclosed is your copy of the approved contract for the Cake Avenue Culvert, Project No. 1795-4366-661-77. This is your Notice to Proceed as set forth in Clause 4 of the contract General Provisions. The first chargeable working day shall be June 7, 1977. The resident engineer assigned -to this project is Hr. Robert Faraone who may be reached via the County office, 372-4480. Very truly yours, Vernon L. Cline Public Works Director V. A. Plumb Assistant Public Works Director Construction Division VAP:bj Enclosure cc: Resident Engineer, R. Faraone N. Griffin Survey Section Materials and Testing Division r,,C�rk of the Board, w/copy of Contract, Bonds and Insurance Auditor-Controller, w/copy of Contract Business and Services, w/copy of Contract Microftimed %.-Jh bo:;rd ordet, 01152 ,Pon• • CO44TPACT (Construction Agreement) (Contra Costa County Standard Form) 2. SPECIAL SLRrrS. These special terms are incorporated below by reference. (552.3) Parties; [Public Agency] Contra Costa County [Contractor] Bay Area General Engineering [complete legal nano (52) Effective Date: Hav 31- 1977 (See 54 for starting date.) (S3) rhe York: Installation of reinforced concrete-pipe, reconstruction of curb, construction of-two-minor drainage structures, and placement of asphalt concrete at the intersection of Lake Avenue and Second Street in Rodeo, Project leo. 1795-4366-661- 77, all in accordance with the Plans, Drawings and Special Provisions or Specifications, prepared by or for the Public Works Director and in accordance with ;he apce ted lid (S4) Completion time: - [strike out (a) or (b) and "calendar or woz Ing" Proposal (b) Within 3.5 working days from starting date. I55) Liquidated Damages: S None per calendar day. (56) Public Agency's Agent: Public Works Director (57) Contract Price: $�.449.SQ (for unit price contracts: more or less, in accordance t:ithHiinished quantities at unit bid prices.) (strike out parenthetical material if inapplicable.) 2. SlGtti.YU:.v Z 'C3wD:' s?Cl;l« 55, Public Agency, resident, Charman Or Other •:Vernon L. C n Uesignated kearesentative) Public Works Director (� Contractor, hereby also acknowledging awareness of and compliance with Labor Code 51861 concerning Workmen's Compensation Law. [CORPORATE Des nate official capacity in the business SEAL) By: Designate official capacity in the business Note to Contractor 121 Zzecute acknowtedgrtent form below, and (2) if a corpora- tion, affi= Corporate Scat. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - '- State of California ) ACX70L'LED9.:Irlf ( , County of f,/15—e-fd __ ) ss' Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before re today and acknowledged that he/ai" executed it and that Xhe • - named above executed it. Dated; ,41dy /9 77 [z.O ARlAL SU-Ll %Otary Pul=c - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ._ .. {-C-'r��-Y1{r�{irr;'.rr�r.✓.{i�rX ii _ (Page 1 of 4) d OFFICIAL SEAL ' FORM APPROVED BY COUNTY COUNSEL {' CARL P.THOR o nr- (CC-1: Rev. 12-73) NOTARY PUSLIC V Mcrofi[med with Mrd order ' ALAMEDA CO., CALIF. S; Etr Cootiisi: E>,::,n'JCL 9,1y13 s - .,..�•rrfrrr°r:i•rra r:..:.•+v�»moi Elm 3. WORK COMINViCT, CWU:r:LS. (a) By their si-Inatures in Section 2, effective on the above date, these parties pros,== and agree as sct forth ir, this contract, incorporating by these references the anterial ('special terns') in Sec. 1. (b) Contractor shall, at his own cost and expense, and in a worl-.uanlike r..aancr, fully and faithfully perform and complete the work: and will furnish all materials, lai►or, services end transportation necessary, convenient and proper in order fairly- to perform the requirements of this contract, all strictly in accordance vith the Pu'ulie :.get ci's plans, drawir-gs and specifications. (c) The work can be changed only sit!► 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 witnout such an order. •4. TIME: NOTICE TO PROCEED. Contractor shall start this work as directed in the speci- fications or the notice to Proceou; and shall corolete it as specified in Sec. 1. S. LIQUIDATED DAMAGES. If the Contractor fails to complete this contract and this work vitnin the tsne _fixed 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 licui4ated damages to the Public Agency the reasonable sum specified in Sec. 1, the result of the parties' reasonable endeavor to estimate fair average co..-?enation 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 wort: 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-hall 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 oener of a utility to provide for removal or relocation of existing utility facilities. 6. INTEGRATED DOCr:TTEW. S. The plans, drawings and specifications or special provisions of the P:_': is Agency's call for bids, and Contra_tor's accented bid for this work are hereby incorporated into t:%-,s contract; and they are intenseato co-operate, so that any- thing c::::i_ed in the p:ar.s or draw"..gs and not mentioned in the specifications or special provisions, or vice versa, is to be executed as is exhibited, mentioned and set forth in moth, 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. 7. PAYMT!:T. (a) For his strict and literal fulfillment of these promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the sum specified in Sec. 1, expept that in unit price contra=ts 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, and the cost thereof; whereupon, after checking, the Public Agency shall issue to Contractor a certificate for the amount determined to be due, minus 10% thereof pursuant to Government Code Sec. 530G7, but not until defective work and materials have been removed, replaced and made good. S. PAYMNYS 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 ti=e only as may be necessary to protect the Public Agency from loss because of: - -- (1) Defective wort: 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) Treasonable doubt ti►at the work can be completed for the balance then unpaid, or (5) D.:.^..age to another contractor, or (6) Dar-age to the Public Agency, other than damage due to delays. (b) The Pu!,lic ,Agency shall use reasonable diligence to discover and report to the Contractor, as the work progresses, the raterials and labor which are not satisfactory to it, so as to avoid unnecessary trouble or cost to the Contractor in making good any defective wort: or parts. (c) 35 calendar days after the Public 7.geney files its notice of completion of the enti0 65 4 (Page 2 of 4) CC-1- P.ev. 12-73 CC-1- Rev. 12-73 R ..:. work, it shall issue a certificate to the Contractor and pay the balance of tha contract price after dauuctin5 all amounts withheld under this contract, provided the Contractor shows twat all claim: for laLor are. materia"- have Leen paid, no claims cave ween presautCd to the PuLlic agency based on acts or ohhisaio:::. of the Contractor, and no liens or withhold notices have been fileu aqainst the sort- or hi to, and provided there are not reaso:,a::le inuications of defective or missing wort: or of Late-recorded notices of liens oi; clairs against Contractor. 9. I:.SLRA1:CL. (LaLor Code SS1060-61) On signing this contract, Contractor must give ub >c .hgerc.1 (1) a certificate of consent to self-insure issues by the Director of Industrial Relations, or (2) a certificate of Horimen's Compensation insurance issued by an ai:nittcd izuurer, 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 Wor}axhh's Compensation Law. 10. Imams. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amounts) specified in the specifi- cations or special provisions, g=.:arantecing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. F,1ILUU: O PLRFOIUI. If the Contractor at any tine refuses or neglects, without fault o: the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and vorh as provided herein, for a period of 10 days or more after written notice thereof b, the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LADS APPLY. General. Both parties recognize the applicability of various federal, state and local ia—u- anu regulations, especially Chapter 1 of Part 7 of the California La:,or Code (beginning with Sec. 172u, and including Sec.. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate ghat the relevant penalties and forfeitures provided in the Labor Code, especially i. Seca. 1775 s 1813, concerning prevailinq wages and hours, shall apply to this agreement as though fully stipulated heroin. 13. SUDCOUTRACTURS. Government Code SS3100-3113 are incorporated herein. 13. '.:AG:: :t1TL:S. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency aas ascertai:eO the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in waicih this wort. is to be performed, for each craft, classification, or type of workman needed to execute this contract, and said rates are as specified in the call for bids for this work and are on file with the Public Agency, and are hereby incorporated herein. (b) This schedule of wages is based on a working dal 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 tuan that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) The Contractor, and all :his subcontractors, must pay at least these rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provi4;ed for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least tho wage scale establisihau by collective bargaining agreement for such laLor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation jor type of wort. (except executive, supervisory, administrative, clerical or other non-manual workers as such) for whicih no mini== wage rate is specified, the Contractor shall i_ediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the mini......1 rate based thereon, which shall apply from the time of the initial employment of the person affected and during the continuance of such employment. 15. hour OF LAAUR. Eight hours of labor in one calendar day constitutes a legal day's war.:, and no Ucrhs_,n employed at any time on this work by the Contractor or by any sub- contractor shall be rewired or permitted to wort: lorgar thereon except as provided in Labor Code Secs. 1310-1315. 16. APYI'=;TICZS. Properly indentured apprentices may be employed on this work in accoruahhce wit:, LaL•or, Coda Seer. 1777.5 and 1777.6, for'u0di n-1 discrimination. (Page 3 of :) (CC-1; Yc:•. 12-73) OT"'5 3 WC-1: Y.cv. 12-73) , OT"5 3 17. Pith)"LIW.-.:CI: £OP. :IA^CPa;tLS. The Public Agency desires to promote the itulustries and econou}• of Contra costa County, anti tau, Contractor therefore promises to use the products, 4or' ett, lal,orers and mechanics of t'.n£s County.in every case where the price, fitness and quality are equal. 1S. ASSI==:-4a. This agree cut binds the heirs, successors, assigns, and representatives of t1e Contractor« but he ca=ot assign it is whole or in part, nor any ron£es due or to becc:u: due under it, without tae prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waiveu notice of assignment. 19. :I :Guvtn BY PLU-11C AGI::CY. Inspection of the wort. and/or materials, or approval of work and/or material-- znspecte , or statement by any officer, agent or employee of the Public Agency indicating the work or any part thereof complies with the require ants of this contract, or acceptance of the chole or any part of said work and/or materials, or paymants therefor, or any comL•ination of these acts, scall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency are t:nereby estopped from bringing any action for damages or enforcement arising from. the failure to comply with any of the teras and conditions hereof. 20. HOLM HAR:•* S s II.L`t«ZTY. (a) Contractor promises to and shall hold harmless and an emn_iy from the Ii as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public agency and its electiva�appointive boards, commissions, officers, agents and employees. (c) The liaLilitios protected: against are any liability or claim for damage of any kind allegedly sur Bred, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, regardless of whether or not such liaaility, claim or damage was unforeseeable at any time before the Public Agency approved the i=provement plan or accented the improvements as completed, and including the defense of an_v suit(s) or action(s) at law or equity concerning these. (d) The actions causing liabilit"/ are any act or omission (negligent or non-negligent) in connection w E'MtRe matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employee(s) of one or more of them. (e) Non-Conditions: Tne pro=ise and agreement in this section is not conditioned or dependent on wnether or not any Inderaitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, has insurance or other indemnification covering any of tuese matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 23. =CAVATIOH. Contractor shall comply with the provisions of Labor Code Sec. 6422, £` app icab n, y su.mitting to Public Agency a detailed plan showing the design of shoring, 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) 0065 . . ... . . _:..- . . ... .. . _:' 1. :.:..,. ::, _:<:.::. _._:•. �����"��'�� :,: 4. �"- 'TR A°K= INSURA C r. EX HAN 1 -: : n. _ N E 1M .. I T R ER tF Tir OF NSURAN E `' C T ICA C . - 1 _. . ... . . . . w_, . �. _ <:: _- .` a When.aountersigned.by an outhonzed repreger+tottve,af',the Company;�th�svter1tficote:supetied : ' '!" evlou y Issued.certi icotes ond.certifies . . . . .. :.;.. thot:the followin li iss.have�bfen.-issued`'fa=the°insured.:far'the'. otisto e:.indiwted.:.This::utificote.issubiect:to:cll`of'the:;::teiins;'`.con-;: . 9Aa .�. . 9. . . . -..., .,,... i . ditlons and limitations set forth in:the:descnbed poltcyttesj:ond endorseritenls.theretc::lt=is:furnished• o rtwtter:of:information..only:and,does;;::: .;: _';' : not change, modify or extend the polii y(ies) in any.way_ '', . . .: - . .::.: . ,..-..,:. . -:... . ...:.:.. 1. ,. .'........, :... . -. Nottud t ,.t. nrn...t 1 Y. C . FH - t.,C . t �t .L Dpi. - : - 1 G.$4:,. -, ,.C.. .1. -1 . b,.:-- - .7 ;: : `:- ) . : . Inetrr.d . ?.t.5 . :-3. b.61._•7...:.::�- 5©.cf� = ":•`; Y,.r., ,• . . --.-,•z 1 ,t j r ..... ... s� .: ��l .,.,_:r a'. 1 - otiEy No:=Workmen's .,'�l�I:.D .I.....�L �. ...:.......... ..... _. ion Address :' ' TI .•_ . .....:.. ..._'. J t .. S .. '. .:...:..:... i .. ... . .. ... .. .. . t r ,. . r , _ I T a. % q _ ., . . 5 3 . o: iso""°;:;r ".` ..:.....-. . ent C. ]��.. C� b , . .. .g. �. .. ... . .. .. .. :.., .......... .., .,:..:. ... .:.:..-.-r : ..,.. , .,.': % .. :: .i . .. _ - - - _ ..:_:r ...... .. . . UNLESS.REPLACED BY'..THE.COMPANY'S:STANDARD.CERTIFICATE OR.UNLE :CANCELLED.:THIS.INTERIM:'CERTIFICATE. :':'=;.. :... _ . y SHALL BETE FECTIVE:FOR A - RIO D:,OF;THIRTY..DAYS COMMENCING`: i •Ol;:,:tl'_:M.;-;_,rt�Y 211.. .y•=, tq -7? t ertfi "te is to be;'i.tssuel.b ;the Polt "t` itin"'Offtce ''p � . 11 ;,-, �:: A ent:'Check here if.a e�manen .c co 9. .. .. . . .... P Y.'. �•., . . ., . 1:..::. .. .. .:..... :;:: 9. . ... :.. s +.. :. , . .._ . .. .. . .. .. ...._... . r., ....::...... ... . . ...:... _..Y:,:: .. . . ...... ... ........ COVERAGE.-. LIMtTS..OF LtAtlttLtt,:"=: t:r:=:':: : ':i``': . . .. . .. `= . ,.. ;.. ;::.... .. . NOT ... % .......... :. . COVERED AUTO LIARIi1TY.,.. ,.., .:. .._,. ........_ , _._ . _......:..... .... _. OVRO . , . C E E : .. ,.. . . . .: . Owned .. o ..,.. ..:::.. 000'eaeh' rsori , . .. . Y�1 $ ' 1: D , t3.. . _ .. . ... ..,:.::: H1ced.. . . .. .. �. .:,.:. 000:'each.occurren17.ce':. ,;. f.:: Non.Owned....,. .... - � :.:':':.:.:. .. :......... :, p me9.. .. . 000.:eachoccurcertce ::::: :;i'_; -:.,;::': ':';. Em to er s:No :. rs O' :'' . ..... .. ... Pp I - Y :2.. . -.:.;.. _ . :_. - ,.: . . :Cnti o n ent Li bili 9 a fy;,;: is _ - . ... ........ ;:,,; 000' = ;: ,. �C WO K P ea,.h _ g . . ::. ......... M OL PU. . 8. .. T ,:. .,...,:::. .. :;..: ,...:. . _..., . ...,:$ 000:eoch:..occur re. .. wo:= Ownets:&.60h tractors . . - ' © a Conicactual. .1 .;, I .. .... OOO a9grt gcte prodticis-.... % 1. w. Elevators,.,.:,..: Pro ert .:.Dania e.:: .$`::: :'..:':: 000.ecctl`'occur�ence::`:::::.. ;: e .. ,. .-. _ .... . . . Produ s- ': ct _.: . ...... ... . ..... .:. ...,.. .-...:. . :.. .,. '0�0'0�' .::,re•cfe�;.:rodUcts'� '��:�'`': ;.;: -- ❑ :• . , $ , „ . . ..:.....:.. ..... .... .:..... ...:..: ...... 99.. 9 P... _... _ := bov v a e i i 'ti o era es.c eck S i Ie l im t l ab1 fo�''C h ed® :0 tY.. . .. _ 9 .. , 5 .. ..- X ..... :: ...::. .:........ _.: ��S`'°`" �:000;each occurrence:��:::: �'.�=� , . ..... - . w.-... .. ...:. V. :.. -.; v.... ....,. .. :. , .:....:.. ,.. alto. ��`;: O.e .,. 00 6c1i _h 11 :a` .. :.:.: .. ..- .. , .. 7M,.;..;..1� ;1X,. .: - .. .each'7 . . . ... .. .. .... .. .. .. :.........._ '''e'' . . �k!,., . . . . . ­;%� .. . - . : . . .0 es . . S.. L �...,.. - . .. : .: . . .. . ­ � ....,..,; . .. . . ! . imp. . . : . : ­. .: - . . .. . - :. , . . . :. :: � ... _ . ,:. ..... .. - �_. . .... . .:...:::::... .. .: I— �...-_.:%.: ..�z. ,...��;.,,­ ?xis=:,,.. woRiuRa�s , .........., ,��_- c;:._. , -L �-�7, N TI N. .. j �:,:.,.: � ..., ,,; , , ..� Statutor• , , - ,- .,.� COlN ►E SA . * ., a e:,of:, 'mi a:.,::Easement"A''`reemenf M:.:..:... ,.M Includes..Goods or.Products.Warranty.,Wirttten_;l os - :•.,P,e•-,.s. s,., :.: g,;,•,. _un�cir..:.,Or.,:' ;';:..' r j dinance.:Agreement, Sidetrcck Agreement, Etevctor or Escalator-Maintenance;:A greement••only. unless ao- coni anted'* :s ecifit:'endorseinent;provldm additional_..Contrcctiicl;:Coveicge:;..._•:.'::,::-::!,. ::':._:':','....: . P Y P 9 �. - OIIXfitled Dexripliori .,, t wory ®be ow ❑ ed .,:..- OWNED ;. ,. AUTO- '`•YEAR:MAKE::TYf'E of BOaY IOAD:.t;A------ - ::IDENi1FICATlON:NUMBER f ... .<. ...... .: . ... ...... .. .- . .. ....:... .... BILES ,. , { , r• :...::_:. . a �I� II D a DIGlT3w': . z a.� la� _ VERE ...-.. : ... O �: C _. ............... ... ...:.... ... . .. _ .. ... .. . .. ... , .._h.: ,,. ::: .'It is here* -a reed that:u on cchcellotion.or:tertrn1. natton_of�this.. alt. ,_,or.;- oltcte5;:from;an :couse..the;Com" n ; :. '::' '` 1= ' =' �- Y. 9 .. .P.. .... ... ...... .... ..:. P.. .cY P. Y.. t?a..Y,:.. . .. :. ::• �n \/ f t t 'th r to e o her mere t!- how >b"-low`:- : `'� ,���:��'=�''��� �: '.�;:'.;`;�',:;;� :,,.-. ..:. . will mail drys notice in.writing ::.;::e'::eo',.. ..,.:.:h. ....t .... ..... . I, s.s.: . . n....e..........,.: :::...: . ..... -P, . . < :.:..: :. ...: .. .. . ,.. TRUCK INSURANCE'fcXCHANGE:: '. • ;.. .. _.: .. t. .. :: :'Truck Underwrjters Association;Af{y::iri:;.fact: ... . ,� D TI _ AL II �D. r... .: .. ... nn �r t• *m to ;. rn� �G4� TY ther /�, .i•- — ..i •�1_.. - .. - . . y: . ._,� interest T... r j: . C:. !'" ''. ..;: 7,1 '+' is�T _. . 553 t:° . .�. .,�. `?:at'.!. T ':i- .:0.t..:,*} Countersigned . . . .. r _. Aurlori:ed R4q**" Mohr,.:, i:: 5"511 7.71 1101 PRINTED IN Y.S.A.0IL . . . .. . .. . . . . . ... . . . _......... ... ..... i� 4 . . , . .. .irr �. ,�,offlm .. c . _.-,._ .%; ....,. . der - '���'� - :::. -. .. :, , _ .. _. , , . . . . ., _ ... .. ....:. . .... _ . - . :...i2_._.__,._�,-_,1_-, .. _:.. .. ,.. .. ..-. ....-. ... -.......... ...:.. ..... ^fir.-.. I � : . . TH E i . �dCi�1C1"S �I15Ulryd C� i�U P OFCOMPANISS .- . CHARLES A, OLSON, Agent . 2063 Mountain Boulevard =' xX-,, - '.. P, O. Box 13309 Station E : a . '. : <. .... , Qakland Califorri 94611 . .-. _ . . .. . . . -.. ,. ......: :- _ ::y . . .; . _ .. 339 8010 `Y- Bus: •'(,. - -s '' ,. ..... If 3 - i' rri t�"f� . r '. �, . . . ..... .. :...<' . ... - _ , .�. 1 .i SPL ,....Y. '".' 'rYf G . . �. , ?.. F it a P:. I:I B y - :. Ste..?�'I.z :T0 :: C- p.. .. , Y R c? .. 5 051 : _.;� az rL; -c o - . - .. . 5 .5: :- .YL.B-TIC_:.AGE3cGY.,.:..�S,::SNOIi-:;>(3o-,_-:;;CG�;'.T: :�.GT;j:-;vClv�'gA O:�.l'A:::C.C�: L'Y .:;'::15'< :IT=I:^r.D':>.'.-,;. :.. �. �'�S _11� . SBBI.!UQUA-.4`JBSU`RED'- L Y;=�S .�E:�EECTS TFIr. °-kB����;. Br,I�0�1 ;I�IST� `' .. . . . - ., .. ........ C 3 - _ . . . .- . .. !(:'a . .. .. •.:.•• X : S:. 1 '_ .. -' _ ^I '�t.�q 7f1. .i'+.,:•:: •� •:=l�R' "'"j7•Y `.�s..n:^;:i,;1, `a'}'.i::' 2_.�T._ L:►T_c., , __ . 3:�-._FCRv�7 . .. .644�ETE " . .., R.�C ,� _ fir-,. .. +. , ,> c 1.�',..Lac TI. _.. ..F.__ re I C : :Ir. iL ,..U.,��, .>>D :L._..�..:.�,_.� :,C, ,r,.:. ..,. -rn _ ._ - ^. .. i._ !rte.. .. ::: ... ^r1 .. :, �3'*s" .1-E.F...."g ':,T :,-.- _. _.�_ . cc. �.a�._ _1::_. _z� T�� .�:. :"..crcFLt�z�, �., _ .�: 1�. �. a :Y .:: ...: .: , n. ; t; :.5 T..r.�s. I' . R D C� :' 7:, 7' x �' _ 1- . .. .. .. ... - .... ... .. .: .. ..♦..:-..- T, .. .. - _ .. ... i ..:. . .. .:..'-i..:.: .. ..-. . .. .-.... _ - _ _ . .. ... .... -i:::. :.. - - . .. ;_ - - - - v.... -.. �.." _ _ _ - .. .. -. .. . .. .. -. .. - ::. .. ............: - - .:-: .. _ - - .�_ .r :-` . _ _ - - .. - ;: .. ,.,....r_ ..... -._.. .. .... - .. .. .a .. .. - . .. .......•. ... ... .. .�.. r.. _ _ - - 1Y' 'iY i - .. .a .. _ .::. _ ��.nom....: :r.�:r .. :.. - - . ... ...,..:. - - . i' -i .. . .. .. .. .. .. .. ..-. .... .... .. ... - .. . .-.-, _.. .. e:...::-... - . � .. ... .. :. ':i"v.-' . ... .. .... .. ... .. . .. .....:..r• ._. 1.........:•..:.. .. . :: .' _ - - _ - . : . ... : ,. '.:.'....:. - `C'' .'.::: _ .. ".': . Z . .. ...-. -. ,..'v ..... - ,L .. .. .. .. ....:..:...... .... r. n. .:-.. .... .. --': ': .. .. r n.: ,�: .... .. .. .. .. _... • .......... .... �...a,.. ... - - - - G .. '. - - ... .' _ 1`f�f Kn v ,.. .. ;.... ..:.... .... ' .. ; .. ..r..... _..-�.. ~'7%r ,. - h-....- .:...: ry •- .: .. .. . ...:..: C. . " . .:.. .: t .. .- ... • ......v .. ... ..'.,:'..w'.'. v: ,...,;r - - - .. .. .:... . ...::...,. ... ......... -..:-,-...........:.- t. .. - _ - - ':,::-:: .. .. .. ...;.. :....- `:.r _ - . .-...::' .......... . .. .:• - ...',....:...-:: . . ... - .. _ .. .,.. .• ...., - i9s ''F`> .. . . .. .. ._...-:�. FF .. .. _ -- l a�: ..._. .. - ..'...-.:..:. .-... : -... .. - .r... ... .. ... .. .... .. r- . ...: .. r. n........ .. • .: .: " . . ..-.. . . .. .: - - - .. '::: _ . . . .. ... y'..::::. '::.. .'.:, .. - _ - . .. .. .. - ....:...... . ' - . " ... , .. ..:::: . ... .. . . ,. . . . , .. -. .. ... - -. .. .. .. . - ....-:. .: _ .. - . .... ..'::'....: .-. - ...:'. . .... ...-.. .. - .:. '.:.'..: - - .. .. - _ - _ . .:.. , .. ....:: .. . . .: .. ...-. ..::`, .. .... - ......:. ... ...... - ...: .._. .. . . :.'.. : -::. :..: . .. .. ..,..:.: - .......... . .. ..:.::::.y. _ . ... .,.._: .. Microfilmed:`'with:>T l o. order's�`: �;; `. . :, ' : :::; . ; . . ...... . . .. ...... .. :. ".. : _ ' 058; FAST, FAIR, FRIENDLY SERVICE I11$uiIIIIIIHHhmumnuuiiIuii � 11r11u �� ��� ■ LL'a Y� • x - -� x i Ch p O u+ W A ;•,r �:,r,,,. O ` n � n � ,� 'tib' tl (r�J i J. Q p N r v O Z N N yO �♦ '.♦ <ys i L 4 r $ N O �, •�� � O p o x 14 C. Vill Opp 4': •- ._►�Jam"'_ �t+ Q �^G d ' o ojo IS s� ,q�Z• CSS � �/ -. '•., del �� � i l��'•=µ✓-y��� �t• � ��� ♦' `t p' 1 N : t+r �tV »\/,`✓�� p�yyCA j ,S ip 0% ( O TIP 01 Tk t% 10 01 pM s '� o� !" :_ •t_ - � _l p;aR�� �-� + ��y,►t+• �` 'per. � � � - g ca a: •Q a P .re � •. � IYC f t .$�5 VA. Yo �_ 2 f a N � ♦n yy1 7j �Y 11 e p f �t ds M CA � �. t v C r rt �" '�" ` N �" A � n fft r G So 0 y O W O t� 1 i N •s f Yt N �TT7 y♦V s> L7 alps' f N i'.• i ! coj t - o. Q +/ tt E t t •G .. ' rn m D a _� mn K^' w o m n� j a"'� �.. •' sr y � 1'� .� I I t � t Z Q `gam . 3A+ tp T i 3 v p Z Y � n w «wti3i a •� " ED 3� o� 1 �.. � ' ter+ —_ • rn m Ry e{ C<r1 a c"� ti GFsbr 3 3 CA — R 9 �y °o Cmc 0 < I 4 t C v CD I t 1 ! \ O w o m to ; N W pt Bvwiu Q r r m Z!Q?-too �rG Z —i !au t } 4 t _ •w--s�N ! _ t .QIy. . pmt I rn .' 3 LAKE AYE . Ln O f ~ 'W 7 •` IF Ln C x do t p 10 vb m Ll o k i A ___ -_ n cam . L_-� \' \1° v�dT• t to0 w m $ v ---^ 4' __-- ------- � ^ N �z r I a` 4IL 6 s Trp z n m m to z Wo to t7 v C� r „ . y0 °stn x �! Lake Avenue Culvert 665* Project No. 1795-4366177 Work Order No. 4356 For Pre-bid information contact Road Design Division phone (415) 372-2131 =,UEST FOR BID A Bid is recuested for the following described work proposed to be constructed as noted herein: LOCATION: The project is located at the intersection of Lake Avenue and Second Street, in Rodeo. DESCRIPTION OF ?ORK: The project consists of the installation of 62 linear feet of 15 inch reinforced concrete pipe, reconstruction of 122 linear feet of curb, construction of two manor drainage structures, and placement of asphalt concrete. T-:ork is to be done in accordance with the Plans and Specifications enclosed herewith. Proposals are to be delivered to: VFs.4i:ON L. CLIIIL, PUBLIC '»T'RKS DIRECTOR SIXTH FLOOR, AIIMMTRATIOH BUIMIM 651 PINS STET munim, CALIF=;TA 91:553 before 2 p.m. on Friday, Kay 6, 1977. Bids will be opened by the Public "orks Director who will recommend to the Board or Supervisors as to the award of a contract or to arrange for issuance of a purchase order to the lowest responsible bidder, except that the Public h'orks Director reserves the right to reject any or all bids for cause, and to do work with County forces, to'request new proposals, or to cancel the project. ATTAMMM: Proposal F ILE D Plana t Specifications MAY 17 +977 county standards - CC 306 Sou J- 2.ossa+ MUBOAM o:SUPMMOM 301h COSTA Co. 3040 Microfilmed with board order_ 00660 Lake Avenue Culvert CONTRACTOR'S UTY Project No. 1795-11:66-661-77 'Work Order No. 4366 PROPOSAL The undersigned, being a duly licensed Contractor in the State of California, hereby offers to do the work necessar-f to complete the project as described in the Request for Bid, and declares that he will take in full payment therefor an amount based on the unit prices specified hereinbelow for the various items of work, the total value of said work as estimated herein being $ , and the following being the unit prices bid, to 1,-It: Insert tot Item Estimated Unit of Item Price TOTAL No. quantity Measure I Item (In Figures) In Figures) 1 30 Tons Asphalt Concrete 2 1 Each Minor Structure (Type A Inlet) 3 1 Each Hinor Structure (Special Cross Drain) h 62 LF 15" 0 RCP Cl III 5 122 IF Mnor Concrete (Type S1-6 Curb) 6 1 LS Pavement Removal for Overlay TOTAL. $ (NOTE: Please show total in blank provided above) And, further, the undersigned agrees to enter into contract with the Count;; to do the work as provided above and in conformance with the following General Provisions. 00661 GEMUL PROVISIONS: 1. The contract unit prices shall include full payment for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the project as shown on the Plans. Any reference to the Standard Specifications providing for additional payment for work shown on the Plans or necessary to complete the project shall not apply. 2. All construction shall be performed in accordance with the provisions of Title 9 of the County Ordinance Code, and the 1975 Edition of the California Department of Transportation Standard Specifications, subject to the in- spection and approval of the Public -orks Department. 3. Any change in the scope of work or quantity of work will be by written order of the Engineer which will specify the work to be done, adjustment of allotted time and the basis of compensation for such work. 4. The undersigned shall complete the project within the allotted time of fifteen (15) working days, counting from and including the date stated in the Notice to Proceed. 5. For labor performed at "force account" the percentage (S.S . Section 9 1.03A(lb)) to be applied to the actual wages paid (S.S. Section 9-1.03A(la)) will be 20 percent. 6. The undersigned agrees to comply with all local, State, and Federal regulations applicable to labor, :rage rates, hours of work, apprentices, and subcontractors. Wages paid shall be not less than the current list of prevailing Mages on file in the office of the Clerk of the Board of Supervisors. 7. Neither a Faithful Performance Bond (Surety Bond) nor a Labor and Haterials Bond (Surety Bond) is required for work done under this contract. 8. The County will file a i:otice of Completion upon acceptance of the completed work by the Board of Supervisors. 9. The fork shall be performed under the general supervision of the Public ?orks Director, or his authorized representative, who shall have the authority to approve or reject any portion of the work, or to order the suspension of the work for cause. . 1 _ QJf62 General Provisions (Continued) 10. Paragraph 8 of Chapter I-6 of the County Ordinance Specifications is modified here as follows: Construction operations shall be performed in such a manner that there will be at least one 12-foot wide traffic lane open to public traffic at all times. At the end of the day's work and when construction operations are not in progress, a passageway shall be maintained through the work of sufficient :Jidth to provide for two 12-foot wide paved traffic lanes for public traffic. Temporary paving may be either 2 inches of asphalt concrete or "cutback". Pull compensation for installing and maintaining all signs, as shown on the plans, and providing all flagmen, as specified herein, and as directed by the Engineer, shall be included in the various contract items of work, and no separate payment will be made. 1.1. Asphalt concrete shall be Type "B" and the aggregate grading shall conform to the 1/2 inch maximum medium grading as per the provisions in Section 39, "Asphalt Concrete," of the Standard Specifications. Spreading and compaction of asphalt concrete in areas to be leveled shall be completed prior to beginning the overlay. The overlay shall then be placed in one operation over the entire intersection area. The provisions in the last paragraph in Section 39-6.02, "Spreading," of the Standard Specifications, are superseded by the following: Asphalt concrete may be spread with a spreader box. The spreader box shall be self-supported on the grade by wheels or tracks and shall have a screed that will produce a completed surfacing of uniform smoothness and texture conforming to the provisions in Section 39-6.03, "Compacting". The spreader box may be drawn by the asphalt material supply vehicle. The contract price paid per ton for asphalt concrete shall include Hill compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in constructing asphalt concrete complete in place including furnishing and applying paint binder, as shown on the plans, as specified herein and as directed by the Engineer. 12. Concrete for the Type "A" inlet and the Special Cross Drain shall be Class A, and the combined aWregates grading limits shall conform to the 1" maximum size conforming to the provisions of Section 51, "Concrete Structures" and Section 90, "Portland Cement Concrete" of the Standard Specifications. The contract prices paid for Minor Structures (Type "A" Inlet) and (Special Cross Drain) shall include full compensation for all structure excavation and structure backfill, sawcutting, furnishing and placing, frame, grate, checker cover plates, miscellaneous iron and steel, furnishing and placment of the aggregate base in the roadway area, and doing all the work necessary to construct the structures complete in place, as shown on the plans as specified herein and as directed by the Engineer. - 2 - 00663 General Provisions (Continued) 13. The contract price paid per linear foot of 15-inch reinforced concrete pipe shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in placing the pipe complete in place, as shown on the plans, as specified herein and as directed by the Engineer, including cutting the pavement, trench ex- cavation, .aggregate base pipe bedding and structure backfill, sidewalk re- moval and replacement behind the east curb return of the intersection and temporary asphalt concrete or "cutback". Ih. The price paid per linear foot for Minor Concrete (Modified 51-6 curb) shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in constructing the new curb complete in place as shown on the plans, and as directed by the Engineer, including the removal of the existing curb, sawcutting, excavation of the one foot wide section adjacent to the curb lip face, and furnishing and placement of aggregate base blanket beneath the curb and within the afore mentioned excavated area. 15. fill compensation for connecting the existing roof drain to the Special Cross Drain, as shown on the plans and as directed by the Engineer, shall be considered as included in the contract price paid for Special Cross Drain and no separate payment will be made therefor. 15. "Pavement Removal for Overlay" shall consist of asphalt concrete removal to provide the minimum asphalt concrete overlay thickness, and to provide a uniform cross slope from the street centerline to the new curb lip, as shown on the plans and as directed by the Engineer." The lump swa contract price paid for "Pavement Removal for Overlay" shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work, as specified herein, as shou,-n on the plans, and as directed by the Engineer, and no additional compensation will be allowed therefor. 17. Removed concrete, pavement, excavated material shall be disposed of by the contractor off the job site, in accordance with the provisions in Section 7-1.13, "Disposal of Material Outside the Highway Right of Way"„of the Standard Specifications. Full compensation for disposal of all materials shall be considered as included in the prices paid for the various contract items of work, and no separate payment will be made therefor. — 3 00664 r General Previsions (Continued) 18. Before any work is commenced on this contract, or pursuant to a purchase order, the Contractor shall furnish to the Public Works Director: (a) Evidence of adequate Workmen's Compensation Insurance pursuant to State law. 4 (b) Certificate of Public Liability and Property Damage insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000. A rider attached thereto shall name the specific agency as a named insured. (c) Said rider sha71 provide for notice of cancellation to the agency at least thirty (30) days prior to cancellation of the policy. 19• By acceptance of the contract or purchase order, the undersigned agrees to save, indemnify, and hold harmless the County of Contra Costa, or its representatives, from all liabilities imposed by law by reason of injury or of death to any person or persons or damage to property which may arise out of the .cork covered by this contract, or performed pursuant to the purchase order, and does agree to defend the County in any claim or action asserting such liability. Date Company Authorized Signature Address .Title California Contractor's (SIGNATURE TO Ew HOTA_R1=) License No. Q0663 V. ,: Y r t� t °• iii Is. �1=, :.6 ! � � ;��!` T igi F�� ;S �� L i� E�ia� � �,• '� o sgb '�'�i��'=o ' `°. s . dLZxs �; sa Y Y � Y o,, Sit Mgt C ,is E�2�ir� tli1jtici� -� s c ' e . , �; t � .g = 'S • x it s t s,,•a alg�i;rY_E �x�, a a �t`, .iT,xtrss� 3Y;X�E_�t;gtr- '• � ? , 3 �t i T t �� S♦ L'Y W i tl� p �d��F �� � a Y4 a•Zj t< � Z d p 1 � �3 0 T'•i�' +,% ` ys ty��L-y _ Wad us k to • 1i� S > L g• W at �. sd r� a j ;ON i fit ` ° ,.. . •i 4 sit � �, ♦,a�t ar F � � r, +' Q 1 O Q t 31 '. rp i � y j� / •1 F9�-xt r i �ii " i a i a a.C,/�l ti lam'! J 114 Y t .� t7'! S S 3a 7 I• _ �Z o N Ci �_ � � %�!� � iii . L ,ia,.r # � 1.• �» �� �C FNl c r K �F N 1 _Sin- td:":Ifi��s(:: �_ Y �.gy.,!�"'",,�. f° S.t�c"•_^ c � LO to rr 31 u �+4 F F, u L �. �y� N Fc.•u t t*� ; ��'� : iia Za a t ' c i s g 1 j i'; ri a t=i' 3 r� : a • � �i ix `•s- V- ��' S l� PC f�� "':� i-said �sa= � Ott ¢!_ � J.+ ' f ~•Y � �� r � �' t AVIV: ��Iz� `�;� ice. - � •' � k .� a+ ;`� ttlal,. �lttfSF4,je� xi'fa3 ' f-'•" 1 `: }�' i • -i zYr3't YT?s +FY- �r � � � s Oai&;1d taif LS ii,*.s. SO.w E , ►_�- sx s � -fit s;,';:-. Z TF to Ix V�W if „max ofcp _ z •frcnU, tl gi ts�lt V� f t be .' i "• 1 6 . ✓ a �laaiYti U. ?• _ t Dori J44 � J � -{.•..y i S Q -i ir. L t i •� �� . � # T SLS- E � a J _ Tr !M . . . . . . . . . . UJ 8| r i . . � ; . ■. _;! UI; | . &IL ! � | £ ` ' �. , . ■ � oi /a | | .. . �I � � � �� � � � e � � � • �f � u ■ ' , � | . § . 2� � �E § � R | �� ` ■■« | � @ � {|� | fJ 4 ! £ • - . ,-, ! §. #� H$ � . ' ®■� | \\ ' ! �� • �� � , | , n � j R � � � | | �■ | �@\ ° . ` � � { ■ ? ®| �§|§ ,\ ■ §� | ■ � :: |. ■. ... _ . 16i . \ !� 0 2\f . \! � . ® ■ � S-L |� .� �` � ) � ■ | ePue ( b ■: «]� j � . . . . . . . . . . . . . . . . .-- -- . ii ppm. of 1•pps api� w 14 aZ r i U •Yq $ X16 t�, �� x 3 t ��4�e kN yNK a N %•f • � = y���F V t ♦ �p�q L 4 J Vt ♦ .t yid \�� W . p x '• O�St� tiV M t V `u ,e Y r `'♦ x cn d o _ d of IT a zZ �- U>- - i U) U X w O i mQ �dQ x Omz _ � Or� w k a N a Z 2 ww a F =LLJ 0 V�O � � �= id- JV != w N Q 2 J Q co 0 O W wa W f— V d < ! a a U? 0 }.' aww Q F Q O Z Ll {�N � O cr WON xZZ 3 acu J 0 a J C- %11 Q �= O 4 Nz "' z d d �- �L O cr 0a } a t- z ��+ { a r � Co d �": �- to C�}- w wiCC 'n >. W a �� �' 0 Ga z e „_. 'O o 1 2 w U a U (� J U JAL r<o n Q Q !il =o w cr }-= r IA Z to Z w to O U Jt?N s Y.4 , Q U w a w (t! cr }x- { to � w w C3 J N Ci cl Z :4 O W tj r w O L7 Z id-N a ,djw Z ZO N � .1 0 g.. .`�. a awVU NF- Z -3 N0 Ea-' m ada ;� az i- (j3 J F- (9 z t7 -� a m � �- 3 N <x U) U. 3 w G� w u 2 ( o> Cl x 2 N 1C�} L'�1{{ a w o p o 0 m o t v µ. `•t N N m U. d v Ca d to 111{ 1w W wY !w r0 NX w m I-1 r z t LL W K h� w• > w 3 w fSSi Xa. c d t� a `'' G o a Kia ¢a z U) y x t 4i �► `�' N fr- w z C4 �- as xI.- -T = z o 4j tp� x 3 o a iw J r3: 06* F a 0 u) Q ou + o r } w i U 3 +r �; a WIDll � 1 In the Board of Supervisors of Contra Costa County, State of California May 17 1977 In the Matter of Request for Transfer of Location of a Cardroom License. This being the time for hearing on the application of Mr. Constantinos Papaionnou for transfer of location of a cardroom license from the Corner Club, 780-A Port Chicago Highway, Pittsburg, California 94565, to 5844 Contra Costa Boulevard, Pacheco, California 94553; and It having been brought to the attention of the Board that the Notice of Hearing was defectively published and that persons "z o may have been interested in atterdinn the hearing were not adequately notified; and Captain A. F. Luntz, Comrander, Inspection and Control Division, County Sheriff's Departr+ent, having stated that the Sheriff's Departrent was unable to complete the investigation required by the County Ordinance !7ecause the building is still bRina constructed, and further that the Countv Ordinance Code does not specifically provide for transfers of location; and Dtr. John B. Clausen, County Counsel, having remarked that earlier this morning an amendment to the Ordinance Code was introduced which would permit transfers of location of existing cardroom licenses; and 'qtr. Dale Adams, attorney for the applicant, having explained that Mr. Papaionnou is planning to lease space at the aforesaid Pacheco address for a restaurant and bar as well as a cardroom and that the completion of the interior of the building is dependent upon his acquiring approval of said transfer; and Supervisor W. N. Boggess having noted that there are several cardroons in the Pacheco area, and suggested that the matter be presented to the Pacheco Town Council for its review; and The Board having discussed the matter, IT IS ORDERED that no action he taken on this application at this time. PASSED by the Board on 'tav 17, 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• qtr. Dale Adar:s, 1035 Detroit Witness my hand and the Seal of the Board of Ave. , Concord, Ca. 94524 Supervisors "r. C. Papaionnou affixed thisl7thday of Mav 19 77 County Sherif--Coroner County Administrator County Counsel J. R. OLSSON, Clerk - By ./n-Yn t i /fir/' z .. Deputy Clerk Jamie L. Johnson 00671 H-24 3176 15m IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the matter of Hearing ) on the Recommendation of ) May 17, 1977 the Planning Commission ) (2086-RZ) to Rezone Land ) in the Danville Area. ) The Board on April 19, 1977 having fixed this time for hearing on the recommendation of the Planning Commission (2086-RZ) to rezone apprnximately 24.6 acres from General Agricultural District (A-2) to Single Family -Residential District-100 (R-100),, approximately 1.1 acres from General Agricultural District (A-2) to Single Family Residential District-40 (R-40), and approximately .3 acre from Single Family Residential District-40 (R-40) to Single Family Residential District-100 (R-100), Clipper Hill Road area of Danville; and Mr. Harvey Bragdon, Assistant Director of Planning, having explained that the Planning Commission initiated the rezoning application at the request of residents in the subject area and that the Commission approved the rezoning classification since it is consistent with the General Plan; and Mr. Brian Thiessen, attorney for Mr. D. Offenhartz who has intentions of developing two parcels within said area, requested the Board to deny the request for the R-100 zoning for the reason that it . is inconsistent with other zoning in the area, noting that six out of the ten lots would not conform with the R-100 zoning and suggesting that consideration be given to an R-65 zoning classification which would be appropriate with the zoning in the area and lot sizes; and Mrs. Cynthia Savell, having urged the Board to uphold the recommendations of the Planning Commission; and The Board having discussed the matter, and Supervisor E. H. Hasseltine having recommended approval of the 1.1 acres parcel from Agricultural District (A-2) to Single Family Residential District-40 (R-40) as recommended by the Planning Commission; and Supervisor Hasseltine having indicated that he would not support the R-100 zoning because in his opinion it was not good planning to rezone an already developed area with a. zoning classification which would make the majority of the homes non- conforming and, therefore, having recommended that the R-100 zoning be denied for that area so designated and that the matter be referred back to the Planning Commission with the recommendation that it consider rezoning the remaining area to Single Family Residential District-65 (R-65) which would still be consistent with'the General Plan; IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine are APPROVED. PASSED by the Board on May 17, 1977. CERTIFIED COPY I certify that this hs a full.true&correct copy of cc: Mr. Brian Thiessen the original docaaont whfch is on file in my office. and that it wa! paxF&d * adopted by the Board of P. 0. Box 218 Supervisors of Contra Costa County. Catlfornia. ov Danville CA 94526 tbo date shown. Arrl�e: J. R. ohssox.County a Clerk It ex-officlo Clerk of said Board of supervisors Director of PlanningAfVepoty . �` '� �` r-�• MAY 171917 00672 i ( ' In the Board of Supervisors of Contra Costa County, State of California _ s In the Malter of= Purchasing ConsultingServices... Automated Criminal. _ for the Loma - Calendar System On the recommendation of the:County"Auditor-Controller,:IT IS.. BY THE BOARD ORDERED that the Chairman is "AUTHORIZED' to.: execute: an. agreement.on behalf of Contra Costa. County with.:.Albert:' ngione::for assistance in the creation of a:County.Criininal .Calendar'System. : requirements. document for the Criminal Justice System..at a cost not to .exceed $11,550 for the.'period:May 15, 1977. through December 31, 1977. PASSED BY THE BOARD OH.:. H �Y '17. 1977 ..:......... , f. :.... � ...... �.:.:............:... .:-..! - r�':2•:':.�:..:!;:...,;.._tee<L:'.•.:...,a.. , K .. :...,.. r:. Y. ,:•, .. ..�:.,. .: ......�..t.. '•'<:.:.-. .•:.;'a:y-:�r.i�`r �F},�y{ -a^./rt .�:,f:, s:l,,�,yl~';t'a. ,+•Y:: '�:•.:N,:'`y': -..1.: M1 u •fit •. r .. tea.3.:.:. .... :............ ,. - - �'1 .y4 .. ...... .... ...........). :.F. .... .,..... _...•....: ,....4r. .,...:•e...,+-...:. ...i.. .Le ':'W'':�7;tri .. ...,.. _...... .,,.- ,..� .....,... ......, .��.. ,<• ..�<.. _ ..:a*Y..�' _ inti•�' ::u3• -ate: ........... .. .. ..t.• - - ... .:.,... :... ..... .....,..... ... .....:. .....• .: `ani .... .... ...... _..:.<.:.,. .._w...,. ....: ,•�. 't•�.:':� °iii: .hereby certify that the foregoing.is a true and coned.copy ofa .order::entered:on':the': minutes of.said Board of Supervisors on the date::aforesaid. Orig. Dept. Co. Auditor-Controller'w�en my hand and the Seal of the Board.of cc: 'Contractor, c/o Mr: D. Supervisors DataCervantesng fixed this ;%+day of V-g- - 19 7 County Administrator Mr. 'D. Cervantes, Law J. R. OLSSON, Clerk and .Justice .Systems By ��' Deputy Gerk Development' Billie C. Souzk. H-N 3f16 15m 00673 AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: CONTRA COSTA COUNTY (b) Consultant's Name and Address: Al Mingione, 364 Gordon Avenue, San Jose, California 95127. (c) Effective Date: May 15, 1977 through December 31, 1977. (d) Project Name, Number and Location: County Automated Criminal Calendar System. (e) Payment Limit: $10,500.00 plus required travel expenses other than normal commuting up to a limit of 10 percent of the payment limit ($1,050) . 2. Signatures. These signatures attest the parties agreement hereto: CONSULTANT State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT The person signing above for Consultant, known to me in those individual and business capacities, personally appeared before me today and acknowledged that he signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its Board of Directors. Date: OFFICLAL SEAL S (Seal) aALTONSMrTN NOTARY PUBLIC-CALIFORNIA ary 11C AWAFOA COUNTY AF r mn- tres MAR 11,1979 PUBLIC AGENCY FORM APPROVED too" County John B. Clausen, County Counsel r�G'I B VICTOR .1. !`Tr�i MARL Deputy Y P Warren N. Boggess, hairman Board of Supervisors 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 40V4 Microfilmed vith board crder ,w k 4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the pay- ments stated herein. 5. Scope of Services. Scope of services shall be as described in Appendix A attached hereto. 6. Insurance. The Consultant shall, at no expense to Public Agency, furn sh certificates or other evidence acceptable to Public Agency of (a) public liability insurance of at least $250,000 for all damages arising out of bodily injuries or death to any one person and at least $500,000 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $50,000. Thirty days' notice of policy lapse or cancellation is required. 7. Payment. Public Agency 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 Sec. 1 (e) without prior written approval of Contra Costa County. Consultant's statement of charges shall be submitted at convenient intervals. Payment will be made within thirty (30) days after receipt of each statement, net cash, without discount, upon approval of the County Auditor-Controller. 8. Termination. At its option, Public Agency 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 turn over to Public Agency everything pertaining to the work possessed by him or under his control at that time, and will be paid, without duplication, all amounts due or thereafter becoming due on account of services rendered to the date of termination. 9. Status. The Consultant is an independent contractor, and is not to be considered an employee of Public Agency. 10. Indemnification. The Consultant shall defend, save, indemnify, and hold harmless Public Agency and its officers and employees from any and all liability for any injury or damages arising from or connected with the services provided hereunder. 11. This agreement shall not preclude Consultant from developing, using or marketing programs, systems, data or materials similar to those originated for Public Agency hereunder. 006'7. OTHER TERMS AND CONDITIONS 12. The performance of services by consultant shall conform to require- ments of the Scope of Services, Appendix A. Consultant makes no warranties, expressed or implied, as to the services provided by this agreement and shall not be liable for direct, incidental or consequential damages resulting from its performance or the data provided. 13. Consultant shall not be liable for nor deemed to be in default on any account of any failures to perform services if due to any cause or condition beyond Consultant's reasonable control. 14. Proprietary information disclosed by either party to the other for the purposes of this agreement which is clearly so identified in writing as proprietary, shall be protected by the recipient in the same manner and to the same degree that the recipient protects its own proprietary information. Such information will be disclosed only to those employees of the recipient requiring access thereto in order to perform this agreement. Public Agency will hold harmless and indemnify Consultant from liability to third parties arising from wrongful disclosure by Public Agency to Consultant of information which has been received in confidence from a third party. Consultant will hold harmless and indemnify Public Agency from liability to third parties arising from wrongful disclosure by Consultant to Public Agency of information which has been received in confidence from a third party. 15. This agreement, including Appendix A and Appendix B, constitutes the entire understanding between Public Agency and Consultant, and no commitments by either party, implied or otherwise, shall be binding on the parties hereto unless expressly set forth herein. 16. This agreement shall be governed by the laws of the State of California. 17. County will provide adequate office space, facilities, telephone service, secretarial support and parking for assigned Consultant personnel. 18. Consultant will submit to the Public Agency time and progress reports periodically or on demand as required by the Public Agency. 00676 APPENDIX A SCOPE OF SERVICES Contra Costa County intends to develop an Automated Criminal Calendar System. A. Consultant will provide assistance to County by consulting with the Law and Justice Systems Development project in the process design and program specifications for the Criminal Calendar System. B. Consultant will provide assistance to County by consulting and assisting in the installation and transfer of the Automated Criminal Calendar System to all the municipal courts in the county. C. Consultant will provide a task breakdown reflecting his planned schedule for accomplishing (A) above, three weeks after the effective date shown in 1. (c) . D. Time will be reported periodically by the individual tasks identified in the schedule above (B) . E. Consultant will be made available to the County under this task to engage in county activities assigned by County and will work under the direction of the Project Director of the Law and Justice Systems Development Project. F. Consultant will be available for the County under this task to travel at the direction of the Project Director for sites visits and training on court information systems. 00677 . •APPENDIX B RATES Consultant will make employees available toI peiform.the'services`.set forth in Appendix Ato� this agreement at the,following hourly rates: . Classification ` Hourly Rate Consultant $22.50 per hour .. -, , • xi -5 l 4 5'Yq. £ F § S. w i 3 k 5 kfiP' Y'jv ; F 5 I y C 1 3 ,' i Y f s, � ti � r `rw K7 ' ' F in i � + e �1�1 w 3 -e a t-3 ,y % '111 L ,-!.,+-b v ', n. x11 ,c ha '� -rd. t 1 � .� ,� a rr a u y ,,, .4 �L rk ✓ - t ks t ro� r w .,.rn'z� i k .a' e.." r f E l 1. t s . r�k a ,�.s"s'Rk "''-'+� °. " t �,hS anyp„s d`�{ a. rs �„v+Trs' r `S- yY "' t b -, f C 4 'p,aF t s �» r a r "'` s ,n,t t t ,5r`. fYf i 7 1 i Y F '�My, L -4---. ,. µ'Se J� : L F t N , ?:% f F'C t F .. T 5 1 - 4, t f ns`.>, Y t x4 F M '� s a ,� c 7 : ''xr a rarf ri i Y ',,y-�F1111­ y t v e 2k `T,vN'- '"��r n. s t dt41 '� ''nkt 's"' s` µf p f sy '��y q'u` ? '� r y . k r, ? 4 1 s ,� C., F e. ti a Y tt}n k'+",f ''' '6 C tE "�: t ) YET 4 '41 w tJ a e,!, 4;aaw n t b..h �,c 3' r 4 f Ft Y -q',y4 �#T1 �yY t J ^� '? c __M" I I � , I - , -,�,'� I I I I : _ � I I 1.�J r 00678 In the Board of Supervisors of Contra Costa County, State of California Kay 17 _,;19 37 In the Matter of Authorizing Execution of Agreements for Collection Services This Board having heretofore approved a recommendation of the County Administrator and the County Auditor-Controller to select California Credit Council (for the Western portion of the County designated as Area I) and Far West Collection Services, Inc. (for the Central and Eastern portions of the County designated as Area II) to provide delinquent account collection services to the County; and Agreements for. collection services between the County of Contra Costa and said companies having this day been recommended for approval by the County Administrator and the County Auditor- Controller; NOW. THEREFORE, IT IS BY THIS BOARD ORDERED that its Chairman is AUTHORIZED to execute agreements between the County of Contra Costa and Burs A. Campbell, Inc. , dba California Credit Council (Collection Area I) and Far West Collection Services, Inc. (Collection Area II) for the provision of delinquent account collection services for a term of two years commencing May 1, 1977. PASSED by the Board on May 17, 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 17-'day of f4a. 19 77 J. R. OLSSON, Clerk Deputy Clerk Bi11is 3. So-4za Orig. Dept. : County Administrator cc. California Credit Council Far blest Collection Services, Inc. oOV //�ry9 County Auditor-Controller H-24 3/76 1Sm A G R E E M E N T (For Collection Services) V-0 1. rarties and Date. Effective May 1, 1977, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as "County" and BURNS A. CAMPBELL, INC., dba CALIFORNIA CREDIT COUNCIL, Richmond Office, _3506 MacDonald Avenue, Richmond, California, hereinafter referred to as "Collection Agency", mutually promise and agree as follows: ?. Collection Agency. Subject to the within terms and conditions, the Collection Agency agrees to accept for collection and to use its Lest effort.:: to collect any and all delinquent bills, claims, and :.accounts that County chooses to assign to it in accordance with the pro Isions of Sections 26220, 26221 and 26222 of the California Government Code, in Collection Area I, as said Area is defined herein- below. 3. Count. Subject to the within terms and conditions the County arreen to gat* to the Collection Agency the fees provided for herein. Ouch accounts as County chooses to assign shall be assigned by the County to the Collection Agency no later than 1110 days from the date of last invoice, payment, insurance denial or settlement arrange- ment. Such accounts as County chooses to assign and that are older than 1110 days as of the effective date of this contract shall be assigned immediately. u. Term and Area. (a) Term. T e term of the within Agreement shall be for two years, commencing *&Y-_- 1, 1977, except that if at any time the County, by its Board of Supervisors, determines that the Collection Agency's collection procedures are unsatisfactory, the agreement may be cancelled by serving upon the Collection Agency a seven (7) day writ-ten notice of termination; or this agreement may be terminated at any time by either party with or without cause by the giving of a thirty (30) day written notice of termination. (b) Area. It is understood that County may enter into separate agreements with different agencies for collection services with respect to accounts originating in different geographical areas' of Contra Costa County. For this purpose Collection Area•:I is defined as the western portion of Contra Costa County including the cities of El Cerrito, Richmond, San Pablo, E1 Sobrante, Pinole, Hercules, Rodeo, and Crockett and adjacent unincorporated areas and all places outside the boundaries of Contra Costa County. Collection Area II is defined as the remainder of Contra Costa County. The geographical origin of an account is defined-as the home address of the debtor at the time County service is first rendered. Vii. License and Bond. This agreement shall be effective between the parties only while the Collection Agency is a collection agency dul,' licensed by the State of California and said license is in good standing with the Department of Professional and Vocational Standards Collection Agency LicensinC; Bureau, and while there is furnished to the Count,. by the Collection Agency a bond in the sum of $10,000 payable to the County and executed by a corporate surety licensed to .Io business; in the State of California, for the faithful performance of the ter^in and conditions of .thercontract. This agreement shall Immediately terminate 'upon Collection Agency's loss of license or failure to provide said bond. 6. I:emittance and Notice of Collection. The Collection Agency shall transmit to the County Auditor-Controller for deposit in the County Treasury: Miaofilm�,d '•••-i;: Lard Order, _ 00680 .. A (a) All collection.5 of checks made payable to the .County, immediately upon receipt; (b) The net sum of all other collections, including interest, received during the month to be transmitted on the first working day- of ay-of the following month. The "net sum" shall be computed by subtracting from the total sum of all such other collections the legal costs and sheriff or constable fees specifically identified with the accounts represented by these collections; (c) The County-shall -immediately notify the Collection •Agency of each collection received directly from- the debtor by the County when the collection is a delinquent bill, claim, or account previously assigned to the Agency for collection. 7. Settlement Statements. The Collection Agency shall submit to the County Auditor-Controller a settlement statement on the first working day of each month on forms approved by the County Auditor- Controller, which shall consist of an itemized list showing the total receipts collected for each ccount for the preceding month. These settlement statements shall include: (a) The total amount of collections received. This shall consist of all of the collections transmittable to the County under Section 6, above; (b) The total interest received; (c) Any fees deposited in the County Treasury which, are payable to the Collection Agency for costs advanced by it; 1 (d) The amount of the commission payable to the Collection Agency for its collection service; (e) The total amount of collections to which the County is entitled under the agreement. This shall consist of the amount i collected and transmittable under the agreement less the Collection I Agency's' commission. 8. Ai;ency Fees. For its collection services hereunder, the County .Auditor-Controller shall pay the Collection Agency the following percentages of amounts collected: (a) 50% - of all amounts collected; (b) 15% - but not to exceed $150.00, of the balances of i accounts assigned which are recalled by the County because (1) it is } determined to be payable by Medi-Cal, Medicare or any other Third i Party, or (2) it is determined by County that further collection i efforts are inappropriate. f 9. Interest Charge on Accounts. Unless prohibited by law, the Collection Agency shall charge interest on all assigned accounts to commence on the date the account has been stated. Interest shall be charged at the rate of seven percent (7%) per annum based on the unpaid balance at the end of 'each year. However, the charging of interest to any account may be waived by the Collection Agency if it is determined that the circumstances Justify such action. Interest received shall be treated in the same manner, and be subject to the same agency fees, as the principal received on assigned accounts. 10. Deceased Debtor. Where it comes to the attention of either the County or the Collection Agency that the debtor is deceased , the i Collection Agency shall return such accounts and shall be entitled only to a commission on such sums as have been collected by the Collection Agency prior to that time. If the debtor has taken up residence outside the County, the account shall remain with the Agency. -2_ TA 11. Uncollectible Accounts. The Collection Agency shall report each month to the County Auditor-Controller all claims or accounts deemed by it to be uncollectible and such report shall contain a brief statement of the reasons why such items are considered to be uncol- lectible. All such accounts shall be returned to the County and the Collection Agency shall have no rights to a commission for any sums thereafter collected upon these accounts. If Collection Agency makes a recommendation to the County for reactivation of an account previously believed to be uncollectible and, therefore, returned to the County, the County may once again assign such account to the Collection Agency. The Collection Agency will be entitled to its commission for any sums thereafter collected upon such re-assigned accounts. 12. Agency Attorneys. No compensation shall be paid by the County for the services of an attorney employed by the Collection Agency nor shall any attorney so employed be deemed to represent the County. 13. Compromise Settlement or Cancellation of Indebtedness. If the Collection Agency or a county department determines that the collection or enforcement of a claim would result in undue hardship to the debtor or his dependents or that for some reason of law or fact the County's right to recover is in doubt, the Collection Agency or county department shall report such facts to the Board of Supervisors through the County Auditor-Controller with a recommendation for a compromise settlement or cancellation of the indebtedness. The Collection Agency's commission in such case shall be based upon the amount accepted by the County in full satisfaction of the obligation, provided, however, that if the Board of Supervisors deems it in the best interest of the County to cancel said claim in its entirety, the Collection Agency shall not be entitled to payment of any fees or commission from the County. 14. Credit Data for County Departments. The Collection Agency shall provide such information to the various county departments as may be requested by the County Administrator for the purpose of adopting procedures through which there can be obtained proper credit data concerning a debtor or potential debtor at the time the account is first opened or service is rendered. 15. Control of Accounts. The Collection Agency shall maintain a control account and segregation of County accounts. 16. Maintenance and Examination of Agency Records. Pursuant to Section 626 of the Rules and Regulations of the Collection Agency Licensing Bureau, each agency shall maintain accurate, current books of accounts in accordance with generally accepted standards of good accounting practice. Such books of accounts shall consist of primary and subsidiary records, which shall be maintained for a period of four years. The County Auditor-Controller without advance notice shall be permitted to examine the records, books, and other data in the possession of the Collection Agency pertaining to the collection of accounts assigned under the terms of this Agreement. 17. Re-Assignment of Accounts on Termination or Loss of License. Upon the termination of the Agreement or any extension thereof, or any reason including, but not limited to those reasons set forth in Paragraph 4. (a) and Paragraph 5. hereinabove all judgments and accounts, including those in the process of litigation, shall immediately be reassigned by the Collection Agency to the County. The County, at its sole discretion, expressed in writing, may permit the Collection Agency to continue to service accounts which are in the process of collection, as to which all the terms of this Agreement shall be applicable. 18. Insurance. During the entire term of this Contract and any extension or modification ation thereof, the Agency shall keep in effect insurance policies meeting the following insurance requirements: oosa2 -3- (a) Liability Insurance. The Agency shall 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 -insured, 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 destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. (b) workers' Com ensation. The Agency 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 cancel- lation 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 contrib- ute 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. 19. Other Provisions. (a) Hold Harmless. Collection Agency agrees to defend, save, indemnify and hold harmless the County and its agencies, officers and employees from any and all liabilities and claims for damages from any cause whatsoever arising from or connected with its operations or its services hereunder; ' (b) Independent Contractor Status. It is understood that this Agreement is by and between two independent contractors and is not. intended, and shall not be construed, to create the relationship of agent, servant, employee, partnership, joint venture or association; (c) Non-Assignable. Collection Agency shall not assign this Agreement or monies due or to become due hereunder without prior written consent of the County; (d) Notices. All notices and other communications provided for by this Agreement 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 County Auditor-Controller, Finance Building, Martinez, California. Notices to the Collection Agency shall be addressed to the name and address mentioned in Part 1, above. The effective date of notice shall be the date of deposit in the mails. (e) Attorney's Fees. If any court action is instituted by County with respect to this Agreement, and the County prevails, Collection Agency will pay County's reasonable attorney fees as fixed by the Court, to be included as costs of suit. COUNTY OF C TRA COSTA COLLECTION AGENCY LL ` BY Chairman, Board dfAupervisors Pfesident ATTEST: J. R. OLSSON, County Note to Collection Agency: Clerk and ex officio Clerk of the Board of Supervisors (1) Execute acknowledgment form below; and (2) if a corporation, attach a certified copy of the by-laws, or of the resolution of the Board of Directors authorizing BYE c_ execution of this agreement and of Deputy bonds required hereby. Microfilmed v--'fli bacrd order -4- 00683 RECOMMENDED: r County Administrator t ounty Audit - troller APPROVED AS TO FORM: John B. Clausen, County Counsel By Deputy State of California ) (Acknowledgement by Corporation, County of Contra Costa ) ss Partnership or Individual) The person(s) signing above for, Collection Agency, known to mein individual and business capacity as stated, personally appeared;before me today and acknowledged that he/they;executed it and that the corporation or partnership named above executed it. Dated: anoutttuttittmtwatmtttl��Ba etrualwte V.ROSH CATH INE RV OSA snt Notary Public NOTARY pUOLIC CALIPORI UA COUNTY OF CONTRA COSTA C. mss:' Y/COMWA"i.tok"""W*W 22.un z '•��Itt[tSCttltttltlttUttNtlllRttWLtrifttll�Si . ,_ `. .. RM:me:jep a � _ i 00684 -5- 1 ' TJN y w { A G R E E M E N T (for Collection Services) 1 . Parties and Date. Effective - May 1, 1977, the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter referred to as "County" and FAR WEST COLLECTION SERVICES, I11C. , 3075 Citrus Circle, Walnut Creek, California, hereinafter referred to as "Collection Agency", mutually promise and agree as follows: 2. Collection Agency. Subject to the within terms and conditions, :_ the Collection Agency agrees to accept for collection and to use its best efforts to collect any and all delinquent bills, claims, and accounts that County chooses to assign to it in accordance with the provisions of Sections 26220, 26221 and 26222 of the California Govern- ment Code, in Collection Area II, as said Area is defined hereinbelow. 3. County. Subject to the within terms and conditions the County agrees to pay to the Collection Agency the fees provided for herein. Such accounts as County chooses to assign shall be assigned by the County to the Collection Agency no later than 140 days from the date of last invoice, payment, insurance denial or settlement arrange- ment. Such accounts as County chooses to assign and that are older than 140 days as of the effective date of this contract shall be assigned immediately. 4. Term and Area. (a) TermThe term of the within Agreement shall be for two years, commencing PMay 1, 1977, except that if at any time the County, by its Board of Supervisors, determines that'the Collection Agency's collection procedures are unsatisfactory, the agreement may be cancelled by serving upon the Collection Agency a seven (7) day written notice of termination; or this agreement may be terminated at any time by either party with or without cause by the giving of a thirty (30) day written notice of termination. (b) Area. It is understood that County may enter into separate agreements with different agencies for collection services with respect to accounts originating in different geographical areas of. Contra Costa County. For this purpose Collection Area I is defined as the western portion of Contra Costa County including the cities of 1:1 Cerrito, Richmond, San Pablo, E1 Sobrante, Pinole, Hercules, Rodeo and Crockett and adjacent unincorporated areas and all places outside the boundaries of Contra Costa County. Collection Area II is defined as the remainder of Contra Costa County. The geographical origin of an account is defined as the home address of the debtor at the time County service is first rendered. S. License and Bond. This agreement shall be effective between the parties only w u e e Collection Agency is a collection agency •:uly licensed by the State of California and said license is in good standing with the Department of Professional and Vocational Standards Collection Agency Licensing Bureau, and while there is furnished to the County by the Collection Agency a bond in the sum of $10,000 payable to the County and executed by a corporate surety licensed to do business in the State of California, for the faithful performance of the terms and conditions of the contract. This agreement shall immediately terminate upon Collection Agency's loss of license or failure to provide said bond. 00685 f 6. Renittance and Notice of Collections. The Collection Agency shall transmit to the Cpunty Auditor-Controller for deposit in the County Treasury: (a) All collections of checks :Wade payable to the County, immediately upon receipt; (b) The net sum of all other collections, including interest, . received during the month to be transmitted on the first working day of the following month. The "net sum" shall be computed by subtracting from the total sum of all such other collections the legal costs and sheriff or constable fees specifically indentified with the accounts represented " by these collections; (c) The County shall immediately notify the Collection Agency of each collection received directly from the debtor by the County when the collection is a delinquent bill, claim, or account previously assigned to the Agency for collection. 7. Settlement Statements. The Collection Agency shall submit to the County Auditor-Controller a settlement statement on the first working." day of each month on forms approved by the County Auditor-Controller, which shall consist of an itemized list showing the total receipts col- lected for each account for the preceding month. These settlement state- ments shall include: (a) The total amount of collections received. This shall consist of all of the collections transmittable to the County under Section 6, above; (b) The total interest received; (c) Any fees deposited in the County Treasury which are pay- able to the Collection Agency for costs advanced by it; (d) The amount of the commission payable to the Collection Agency for its collection service; (e) The total amount of collections to which the County is entitled under the agreement. This shall consist of the amount collected and transmittable under the agreement less the Collection Agency's com- mission. 8, Agency Fees. For its collection services hereunder, the County Auditor-Controller shall pay the Collection Agency the following percent- ages of amounts collected: (a) 40% - all amounts collected; 9. Interest Charge on Accounts. Unless prohibited by law, the Collection Agency shall charge interest on all assigned accounts to commerce on the date the account has been stated. Interest shall be charged at the rate of seven percent (7%) per annum based on the unpaid balance at the end of each year. However, the charging of interest to any account may be waived by the Collection Agency if it is determined that the circumstances justify such action. Interest received shall be treated in the same manner, and be subject to the same agency fees, as the principal received on assigned accounts. 10. Deceased Debtor. Where it comes to the attention of either the County or the Collection Agency that the debtor in deceased, the Collec- tion Agency shall return such accounts and shall be entitled only to a commission on such sums as have been collected by the Collection Agency-;.,_.i prior to that time. If the debtor has taken up residence outside the County, the account shall remain with the Agency. 11. Uncollectible Accounts. The Collection Agency shall report each month to the County Auditor-Controller all claims or accounts deemed' by it to be uncollectible and such report shall contain a brief statement of the reasons why such items are considered"to be uncollectible. All n such accountsshall be returned to the County and the Collection Agency shall have no rights to a commission for any sums thereafter collected ,rY VOFV3 upon these accounts. If Collection Agency makes recommendation to the County for reactivation of an account previously believed to be uncol- lectible and, therefore, returned to the County, the County may once again assign such account to the Collection Agency. The Collection Agency will be entitled to its commission for any sums thereafter collected upon such re-assigned accounts. 12. Agency Attorneys. No compensation shall be paid by the County for the services of an attorney employed by the Collection Agency nor shall any attorney so employed be deemed to represent the County. 13. Compromise Settlement or Cancellation of Indebtedness. If the Collection Agency or a county department determines that the collection or enforcement of a claim would result in undue hardship to the debtor or his dependents or that for some reason of law or fact the' County's right to recover is in doubt, the Collection Agency or county department shall report such facts to the Board of Supervisors through the County Auditor-Controller with a recommendation for a compromise settlement or cancellation of the indebtedness. The Collection Agency's commission in such case shall be based upon the amount accepted by the County in full satisfaction of the obligation, provided, however, that if the Board of Supervisors deems it in the best interest of the County to cancel said claim in its entirety, the Collection Agency shall not be entitled to payment of any fees or commission from the County. 14. Credit Data for County Departments. The Collection Agency shall provide such information to the various county departments as may be requested by the County Administrator for the purpose of adopting procedures through which there can be obtained proper credit data concerning a debtor or potential debtor at the time the account is first opened or service is rendered. 15. Control of Accounts. The Collection Agency shall maintain a control account and segregation of County accounts. 16. Maintenance and Examination of Agency Records. Pursuant to Section 626 of -the Rules and Regulations of the Collection Agency Licensing Bureau, each agency shall maintain accurate, current books of -accounts in accordance with generally accepted standards of good accounting practice. Such books of accounts shall consist of primary and subsidiary records, which shall be maintained for a period of four years. The County Auditor-Controller. without advance notice shall be permitted to examine the records, books, and other data in the possession of the Collection Agency pertaining to the collection of accounts assigned under the terms of this Agreement. 17. Re-Assignment of Accounts on Termination or Loss of License. upon the termination of the Agreement or any extension thereof, for any reason including, but not limited to those reasons set forth in Paragraph 4. (a) and Paragraph 5. hereinabove all judgments and accounts, including those in the process of litigation, shall immediately be reassigned by the Collection Agency to the County. The County, at its sole discretion, expressed in writing, may permit the Collection Agency to continue to service accounts which are in the process of collection, as to which all the terms of this Agreement shall be applicable.. 18. Insurance. During the entire term of this Contract and any extension or modification thereof, the Agency shall keep in effect insurance policies meeting the following insurance requirements: (a) Liability Insurance. The Agency shall 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 insured, 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 destruc- tion of property, including the loss of use thereof, arising from each accident or occurrence. 00687 3- 1 (b) Workers' Com ensation. The Agency shall provide the County with a certificate o • 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 cancel- lation 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 contrib- ute 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. 19. Other Provisions. (a) Hold Harmless. Collection Agency agrees to defend, save, indemnify and hold harmless the County and its agencies, officers and employees from any and all liabilities and claims for damages from any cause whatsoever arising from or connected with its operations or its services hereunder; (b) Independent Contractor Status. It is understood that this Agreement is by and between two independent contractors and is not intended, and shall not be construed, to create the relationship of agent, -servant, employee, partnership, joint venture or association; (c) :Ion-Assignable. Collection Agency shall not assign this Agreement or monies due or to become due hereunder without prior written consent of the County; (d) Notices. All notices and other communications provided for by this Agreement 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 County Auditor-Controller, Finance Building, Martinez, California. Notices to the Collection Agency shall be addressed to the name and address mentioned in Part 1, above. The effective date of notice shall be the date of deposit in the mails. (e) Attorney's Fees. If any court action is instituted. by County with respect to this Agreement, and the County prevails, Collection Agency will pay County's reasonable attorney fees as fixed by the Court, to be included as costs of suit. C NTY CONTRA COSTA COLLECTION AGENCY �iLC`Gt 4 BY o Chairman, Board f Supervisors President ATTEST: J. R. OLSSON, County Note to Collection Agency: Clerk and ex officio Clerk of the Board of Supervisors (1) Execute acknowledgment form . below; and (2) if a corporation, attach a certified copy of the by-laws, or of the resolution of n the Board of Directors authorizing By \�.SlS�`. execution of this agreement and of Deputy bonds required hereby. �i1U�Ji -4- RECOMMENDED: rID County A inistrator T Coun y Auditor Con oller t`i4 APPROVED AS TO FORM: John B. Clausen, County Counsel r By Deputy State of California ) (Acknowledgment b Co County of Contra Costa ) ss g y Corporation,,-, Partnership or Individual)- The Person(s) signing above for Collection Agency,. known to me in individual and business capacity as stated, .personally appeared before . me today and acknowledged that he/they executed it and that the corporation or partnership named above executed it. Dated: _ Seal) OFFICIAL SEAL Not Public , NATAUE T. MORGAN! k NOTARY PUBUC•CdUFORNiA ALAMEDA COUNTY RM:me, a wrcaaw'asi°"EWM�&6.im h _ y k F 1 00689 +.i FAR WEST COLLECTION SERVICES, INC. SPECIAL DIRECTORS MEETING A special meeting of the Board of Directors of Far West Collection Services, Inc. was called for the purpose of approving a contract to be submitted to the County of Contra Costa regarding the assignment of claims for collection. All Directors were present. After discussion it was moved, seconded and approved that the contract as prepared was acceptable to the corporation and should be executed and returned to the county. Director L Director Director Date: A/7 00 + QP ...•Y' '�i K�..: {'.f.fiS�Y.e br l In the Board of Supervisors of Contra Costa County, State of California. May 17 �, 19 77 In the Matter of Project Agreement Number 15 for the Second Year Community Development Program (1976-77) The Board having this day considered the recommendation of the Director of Planning that it approve the Community Development Block Grant Program Project Agreement Number 15 between the County and the City of Brentwood for $319,446 for site acquisition and first phase construction of a Neighborhood Facility in Brentwood in order to carry out the intent and purpose of the Housing and Community Development Act of 1974 for the period January 1, 1977 through December 31, 1977; and The Board having indicated that there exists no commitment on part of the County to occupy any portion of the facility and the City of Brentwood Will be responsible for all operation and maintenance costs. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute aforesaid agreement. PASSED by the Board on, May 17, 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. Originator- Planning Department Witness my hand and the Seal of the Board of "ity o; 3ren"'woldsupervisors 0,J1=n t Alldi i.0r- affixed this 1 7-?day of "a•: . 1977 Controller County Ad--inistrator By. Q_ J. R. OLSSON, Clerk ` - Deputy Clerk Billie Souza H-24 3/7615m uk -uu PROJECT AGREDIENT CO IUNITY DEVELOPMENT BLOCK GRANT PROGRAM 1. Agreement Identification. Number 15 Department: County Planning Department Subject: Allocation of Federal funding under Title I of the Housing and Community Development Act of 1974 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: City of Brentwood Address: -708 Third Street Brentwood, CA 94513 3. Term. The effective date of this Agreement is January 1, 1977 and it terminates December 31, 1977 unless sooner terminated as provided herein, subject to all terms, conditions, and assurances contained or incorporated herein. 4. Allocation Payment Limit. County's total payments to Contractor under this Agreement shall not exceed $ 319,446 5. County's Obligations. County shall make those allocation payments to the contractor described in the "Payment Provisions" attached hereto which are incorporated herein by reference, subject to all terms, conditions, and assurances con- tained or incorporated herein. 6. General Conditions and Assurances. This Agreement is subject to the "General Conditions" and the "Assurances" attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work as described in and in accordance with the "Project Ifork Program" attached hereto, which is incorporated herein by reference, subject to all the terms, conditions and assurances contained or incorporated herein. B. Project. This Agreement implements in whole or in part the following described project, the application and approval documents of which are incorporated herein by reference: That Project as described in the Community Develop- ment Block Grant Program Application dated April 6, 1976 and approved by HUD on June 25, 1976; and as more particularly described in the "Project Work Program", attached hereto. 9. Signatures. These signatures attest the parties' agreement hereto: COUX1q Q COSTA, CALI IA CON", fF .s By. / I r C of upervi iCi& ard ATTEST: J. R. OLSSON, County Clerk 5W ❑F 13 ENTWDOO By \o`514.�� C _ \22=t v.t Deputy Note to Contractor: (1) If a 1 f public agency, designate official Recom:•endedlbv ep tment capacity in public agency and attach ! tt a certified copy of the governing body resolution authorizing execution B - r _ �_ '. of this agreement. (2) If a corporation, j✓Adihody � Dehaesus / designate official capacity in business, execute acknowledgment form and affix Forn Approved: /County Counsel corporation seal. Deputy 00691 DJF:dh Microfilmed with board order " PAYMENT PROVISIONS 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this .Agreement. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this , Agreement shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Agreement. All payments made under this Agreement shall be from Federal funds only. No general County funds shall be expended under this Agreement. If, for any reason whatsoever, County does not receive such Federal funds, Contractor agrees that County shall have no payment obligation hereunder. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Agreement, County will pay Contractor an amount equal to Contractor's allowable costs that are actually incurred, but subject to the "Budget of Estimated Program Expenditures" contained in the Project ►tork Program. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with all Federal regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, as published in the Federal Register, Volume 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended. All of the aforesaid documents are by this reference incorporated herein. Costs incurred in carrying out the project, whether charged to the project on a direct or an indirect basis, must be in conformance with the requirements of Federal Management Circular 74-4, "Cost Principles Applicable to Grants and Contracts with State and Local Governments", except to the extent inconsistent with the aforesaid documents. 4. Payment Demands. Contractor shall submit written demands for payment in accordance with the 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 60 days _ from the end of the month in which said ser.-ices are actually rendered. Upon approval of said payment dem,—ids by the head of the County Department for which this Agreement is made or his designee, County will make payments as specified above. S. Right to t:ithholi. County has the right to withhold payment to the Contractor by County notifying Contractor in writing if (a) the Contractor has failed to perform its duties under this Agreement, or has insufficiently documented same, or (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 demands for payment. 6. Payment Adjustments. (a) If any funds are expended by the Contractor in violation of any of the terms and conditions of this Agreement, County may make necessary adjustments in payments to Contractor on account of such unauthorized or illegal expenditure. No such action taken by County shall entitle Contractor to reduce salaries, .-ages, or supportive services for any particpant or to expend less during the effective period of this Agreement than those sums called for in the Project Work Program. Any such reduction in expenditures may be deemed sufficient cause for termination. Contractor shall reimburse County for any allocated monies which are expended in violation of this Agreement or used•for unauthorized or illegal expenditures. 00692 -1, 7. Cost Report and Settlement. No later than sixty (60) days following the termination of this Agreement, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Agreement. If said cost report shows that the allowable costs that have actually be incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject_ to the Payment Limit of this Agreement. If said cost report shows that the pavr- n made '-)y County pursuant to Paragraph 2. (Payment Amounts) above exceed the :i! !• I-, costs that have actually been incurred by Contractor under this Agreement, Contractor shall remit any such excess amount to County. The Contractor shall provide•County with a Certification of its Cost Report required under this Contract. Said Certification shall provide-a full, true, and accurate accounting of the actual cost of services under this Contract, including all applicable expenditures, revenues, and indirect cost allocations, and any other pertinent allocations which are in connection with Contractor's operations that are not a part of this Contract. S. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement). Any certified cost report or audit required by Paragraph 7. (Cost Report and Settlement) shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Agreement. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been in by Contractor under this Agreement, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Agreement exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjust- ments made pursuant to Paragraph 7. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Agreement. 9. Audit Exceptions. In addition to its obligations under Paragraph 8. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Agreement. 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 Agreement. W F:dh -2- 00693 GENERAL CONDITIONS 1. Compliance with Law. Contractor shall be subject to and comply with ' all Federal, State and local laws and regulations applicable to public agenc.ir.= i.ith respect-to its performance hereunder, including but not limited to, t�•l• r:.: regulations, guidelines, bulletins, and circulars pursuant to Title I of the Housing and Community Development Act of 1974, including Title 24 of the Code of Federal Regulations, Chapter V. Part 570, as published in the Federal Register, Vol. 39, No. 220, Wednesday, November 13, 1974, as may be revised and amended; and which are incorporated herein by reference. Documentation of such compliance shall be made available for review by the County upon request. - 2. Inspection. Contractor's performance, place of business and records pertaining to this Agreement 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 pertaining to this Agreement and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Agreement for three years from the date of submission of the Annual Performance Report by the County to HUD, except as follows: (a) Records that are the subject of audit findings shall be retained for three years after such findings have been resolved. (b) Records for nonexpendable property which was acquired with Federal grant funds shall be retained for three years after its final disposition. (c) Records for any displaced person shall be retained for three years after he has received final payment. S. Termination. a. Failure to Perform. In the event the Contractor fails to perform proierly any of its obligations hereunder and such failure of performance is not cured by the Contractor within thirty (30) days after receipt of written notice from the County, the County may in addition to any other remedies, complete the Contractor's obligations in any reasonable manner it chooses, take possession of any real or personal property associated with the project, and construct, operate or maintain the project as the County may deem necessary to fulfill requirements of the Federal Government. The Contractor agrees to reimburse the County for any costs or expenses incurred by the County because of said failure to perform and also agrees to convey title to any real property acquired by Contractor with project funds should County request such title. b. Cessation of Funding. In the event that Federal funding for this Agreement ceases, this Agreement is terminated. c. Failure by the Contractor to perform properly any of its obligations under this Agreement may be cause for suspension of all obligations of the County thereunder. 6. Entire Azree^'ert. This .1-r"!ncnt cortairs all the terms and conditions agreed upon by the parties. Except as expressly provided herein and in the "COOPERAT:JN AGREDIENT, II.C.D.A. 1974" effective January 20, 1976 and amendments relating thereto, if any, no other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties hereto. -1- 00694 I 7, further Specifications for 11peratin , Procedures. Oetailed specifications of operating procedures and budgets required by this Agreement, including but not limited to monitorin;, auditing, billing, or regulatory changes, may be developed and set forth in written "Informal Agreements" entered between the Contractor and the County. Such "Informal Agreements" when entered shall not be modifications to this Agreement except to the extent that they further detail or clarify that which is already required hereunder. Further, any "Informal Agreement" entered may not enlarge in any manner the scope of this Agreement, including any sums of money to be paid the Contractor as provided herein. "informal Agreements" may be approved for, and executed on behalf of the County by the head of the County Department for which this Agreement: is made or his designee. B. Modifications and Amendments. a. General Agreements. This Agreement may be modified or amended only by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Project Work Program may be amended by a written administrative amendment executed by the Contractor and the head of the County Department for which this Agreement is made or his designee, subject to any required State or Federal (United States) approval, provided that such adminis- trative amendments may not materially change the Payment Provisions or the Project Work Program. C. Extension of Term for Performance. Without requiring Contractor to provide consideration in addition to t at supporting this Agreement, the County of Contra Costa, through its Planning Director, may grant Contractor an extension of time for performance, beyond that time specified above under 'Term" (Paragraph 3). Any such extension must be in writing and shall be at the sole discretion of County. g. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Agreement shall be subject to final determination in writing by the head of the County Department for which this Agreement is made or his designee or in acco.3ance with the applicable procedures (if any) required by the Federal Government. 10. Law Governing Agreement. This Agreement is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Agreement be adopted or revised during the term hereof, this Agreement is subject to modification to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to the disputes provision contained herein, inspections or approvals, or statements by any of icer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Agreement, or acceptance of the-whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Agreement as prescribed; nor shall the County be thereby stooped from bringing any action for damages or enforce- ment arising from any failure to comply with any of the terms and conditions thereof. 13. Original Agreement. The original copy of this Agreement and of any modification thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Assignment. This Agreement binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Agreement, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Agreement is by and between ts:o 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. 0069 -2- 16. Conflicts of Interest. Cont Tactor agrees to I'tirnish to the County upon demand a valid copy of the most recent►.- adopted bylaws of any Corporation and also a complete and accurate list of the go'•erning body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest and will establish safeguards pursuant to Paragraph 12 of the attached "Assurances". - 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulati.'.O: respecting confidentiality, including but not limited to, the identity er recipients, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service: b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor,agrees to inform all employees,'agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 18. Indemnification. a. Contractor hereby waives all claims and recourse against the County including the right to contribution for loss or damage to persons or property arising from, growing out of or in any way connected with or incident to this Agreement except claims arising from the concurrent or sole negligence of County, its officers, agents and employees. b. The Contractor shall defend and indemnify the County and its officers, agents and employees against and hold the same free and harmless from any and all claims, demands, damages, losses, costs, and/or expenses of liability due to, or arising out of, either in whole or in part, whether directly or in- directly, the organization, development, construction, operation, or maintenance of the Project except for liability arising out of the concurrent or sole negligence of County, its officers, agents or employees. C. In the event County is named as co-defendant the Contractor shall notify the County of such fact and shall represent County in the legal action unless County undertakes to represent itself as co-defendant in such legal action in which event County shall bear its own litigation costs, expenses, and attorney's fees. d. This condition shall not terminate on the date specified in the Agreement but shall remain in full force and effect. 19. Insurance. During the entire term of this Contract and any extension of 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 destruc- tion 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 insurace coverage for its employees. c. Additional Provisions. The policies shall include a provision for thirty (50) days written-notice to County before cancellation or material change of the above specified coverage. Said policies shall constitute primary insurace as to the County, the State and Federal Governments, their officers, agents, and employees. so char 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. 0069 6 -3- v v � I 20. Notices. All notices provided for by this Agreement 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 Contra Costa County Planning Department, P.O. Box 951, 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. Available Copies. Copies of the County's Project documents (as sIr_ciFi,d' in Paragrap�Ti Project, of this Agreement), and all pertinent Federal statues, regulations, guidelines, bulletins, and circulars applicable to this Agreement, shall be available at all times for inspection by the Contractor during regular business hours at the Offices of the Planning Department, Martinez, California. 22. Retained Powers. All powers not explicitly vested in the Contractor remain in the County. 23. Project Development. a. If the Project includes construction, the construction plans and specifications shall be reviewed and approved by the Contractor before construction is commenced. b. The Contractor shall secure completion of the construction work in accordance with the approved construction plans and specifications. c. If the Project includes acquisition of real property, the purchase price for such real property shall be determined from two County-approved appraisal reports prepared by competent appraisers or through proceedings in eminent domain. The initial acquisition offer shall be the highest County-approved appraisal. The appraisal reports and qualifications of such appraisers shall be submitted for review and approval by the County before initiation of the acquisition procedure. Contractor agrees to furnish County preliminary title reports respecting such real property or such other evidence of title which is determined to be sufficient by County . Contractor agrees in negotiated purchases to correct prior to or at the close of escrow any defects of title which in the opinion of County might interfere with the operation of the Project. In condemnation actions such title defects must be eliminated by the final judgment. DJF/dh _4- 006419 ASSURANCES The Contractor, as recipient of funding under Title I of the Housing and Community Development Act of 1974, assures and certifies that: 1. It will comply with the regulations, policies, guidelines and requirements of Federal Management Circulars 74-4 and 74-7, as they relate to the County's Community Development Block Grant Program application, accept- ance and use of Federal funds for this Federally-assisted project. 2. It possesses legal authority to execute the Project. 3. Contractor, identified as "Applicant" below, will comply with: a. Title VI of the Civil Rights Act of 1964 (P.I. 88-352) and the regulations issued pursuant thereto (24 CFR Part I), which provides that 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 for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the applicant, this assurance shall obligate the applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance extended or for another purpose involving the pro- vision of similar services or benefits. b. Title VIII of the Civil Rights Act of 1968 (P.L. 90-284) as amended, administering all programs and activities relating to housing and community develop- ment in a manner to affirmatively further fair housing; and will take action to affirmatively further fair housing in the sale or rental of housing, the financing of housing, and the provision of,brokerage services within the applicant's juris- diction. c. Section 109 of the Housing and Community Development Act of 1974, and the regulations issued pursuant thereto (24 CFR 570.601), which provides that 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 Title I funds. d. Executive Order 11063 on equal opportunity in housing and nondiscrimin- ation in the sale or rental of housing built with Federal assistance. e. Executive Order 11246, and all regulations issued pursuant thereto (24 CFR Part 130), which provides that no person shall be discriminated against on the basis of race, color, religion, sex or national origin in all phases of employment during the performance of Federal or federally-assisted contracts. Such contractors and subcontractors shall take affirmative action to ensure fair treatment in employment, upgrading, demotion, or transfer; recruitment or recruit- mcnt advertising; layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. f. Section 3 of the Housing and Urban Development Act of 1968, as amended, requiring that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and'contracts for work in connection with -.-c project be awarded to eligible business concerns which are Iocated in, or owned in substantial part by, persons residing in the area of the project. •4. Prior to the submission of the "Project Mork Program", the following have been complied with: a: Citizens have been provided with adequate information concerning the amount of funds available for the project, the range of activities that may be undertaken, and other important project requirements; b. Citizens have been provided an adequate opportunity to participate in the development of the project and in the development of any revisions, changes, or amendments. -1- W698 S. It will: a. Provide fair and reasonable relocation payments and assistance in accordance with Sections 202, 203, and 204 of the Uniform Relocation -Assistance and Real Property Acquisition Policies Act of 1970 and applicable HUD regulations (24 CFR Part 42), to or for families, individuals, partnerships, corporations or associations displaced as a result of any acquisition of real property for :1n activity assisted under the program; b. Provide relocation assistance programs offering the services described in Section 205 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable HUD regulations; c. Assure that, within a reasonable time prior to displacement, decent, safe, and sanitary replacement dwellings will be available to such displaced families and individuals in accordance with Section 205(c)(3) of the Act, and that such housing will be available in the same range of choices to all such dis- placed persons regardless of their race, color, religion, national origin, sex, or source of income; d. Inform affected persons of the benefits, policies, and procedures provided for under HUD regulations; and e. Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services required to ensure that the relocation process does not result in different or separate treatment to such displaced persons on account of their race, color, religion, national origin, sex, or source of income. 6. It will: a. In acquiring real property in connection with the Community Develop- ment Block Grant Program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) and the prc.-isions of Section 302 thereof: b. Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act; and c. Inform affected persons of the benefits, policies, and procedures under HUD regulations (24 CFR Part 42). 7. It will give HUD and the Comptroller General through any authorized representative access to and the right to examine all records, books, papers, of documents related to the grant. 8. It will comply with the provisions of the Hatch Act which limits the political activity of employees. 9. It will comply with the provisions of Executive Order 11296, relating to evaluation of flood hazards. 10. Its officer executing this Agreement: a. Consents to assume the status of a responsible Federal official under the National Environmental Policy Act of 1969 insofar as the provisions of such act apply pursuant to this Part; and b. :s authorized and consents on behalf of the Contractor and himself to accept the jurisdiction of the Federal courts for the purpose of enforcement of his responsibilities as such an official. •11. The Community Development Program has been developed so as to give maximum feasible priority to activities which will benefit low or moderate income families or aid in the prevention or elimination of-slums or blight. Where all or part of the Community Development Program activities are designed to meet other Community Development needs having a particular urgency, such needs are specifically described in the application under the Community Development Plan Summary. -2- 00699 . ' 12. It hill establish safeguards to prohibit employees from using positions-for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particuarly those with hholn they have family, business, or other ties. . . . 13. .It will comply pith all-requirements imposed by HUD concerning special requirements of law, program requirements, and other aJministrative requirrn,?:+r;. approved in accordance with Federal Management Circular 74-7. 14. It will administer and enforce'the-labor-standards requ%rements set forth in Section 570.b05 and HUD,regulations issued to implement such-require ments. . -s € � s V r S & RG'fy'X d µ ✓ f k H f�< � y t r r, r < ' . :, sX k `� {S �3 - mad-�"d t/ Y S/J Y >4 d { {. S} .. S hex Y i' q a P§ { F ' '° I 5 Y �''ii, a ''kO. § 3 t f } J 2 .^v' t� �. °„k�"�z Ltr� t ,, .,..7GSY 'JG .�`,�,`r K- } fix. ,C.x •a ,, , .� '; i & _ i z x .x Y h ,sa�r,�, L ..r } :Y r c*�-', �' arm t, r e 3 _ �' k t'-` .a” '� f tU '� r M1: K :{ {P 3 J a , ay 'u ..lk 3: L iy 5 y._b"I 11'- W �. ,,y�,uta p "� 7r` , a , v s _ i ;.f r a r Ys �xxe r' 3 t 4-j" L i 4c wp, l x•,a z r 4, �'Ar. c k r su s` s ,Ar' rt s F 4z.4� r,.• z 1:F .a t L w tr ,xs �W '�, ,�t 1 3¢' )� '` u5 J, �,, '�v g� �. �' �* -axe L 11� ] rZ C F "F R Mp t _ '� 'S h. 1t" ..` �/ ,f i x u- • * x x z , $ ' - z$ r r z ,r 1 (•Assurances. 4 and.11 are applicable only_ if Contractor is a 1�1city ) . -3- 007" r EXHIBIT A CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT PROGRAM 1976-1977 . PROJECT WORK PROGRAM A. PROJECT DESCRIPTION Site acquisition (including relocation and building,removal) and first phase .construction of a neighborhood facility to provide recreation, youth, senior citizen and social delivery programs, primarily for those of low and moderate income in Eastern Contra Costa County. The facility to be located adjacent to the Brentwood City Hall on Third Street in Brentwood. B. PROJECT TIME SCHEDULE Time Schedule on a month-by-month basis for the above Project indicating when major activity items are expected to be undertaken and completed. Item Start Completion Environmental Lm;act Report "larch 1977 May 1977 Preparation Site Acqusit ion February 1977 May 1977 Relocation Activities March 1977 June 1977 Architectural Drawings April 1977 July 1977 Site Clearance May 1977 June 1977 Construction Contract August 1977 C. PROJECT ADMINISTRATIOl1 Contractor should indicate who will be responsible for administering the Work Program. James M. Buell City Administrator City of Brentwood 703 Third Street Brentwood, California 94513 - 1 - 00'701 PROJECT WORK PROGRAM D. PERFORPIANCE STANDARDS Contractor should indicate, where applicable, what performance standards (details of project implementation) will be applied ill implementing the Work Program. 1. The Contractor shall cause to be prepared an Environmental Impact Report on the total project including the site acquisition, relocation, and schematic facility design. The Contractor shall conduct a public hearing(s) on the Environmental Impact Report and the Project pursuant to State Law. Documentation of the Contractor's (City of Brentwood) findings and subsequent action shall be provided to the County Planning Department. 2. - Ownership of the land and subsequent building shall be vested in the Contractor (City of Brentwood). The Contractor shall be responsible for the future operation and maintenance of the neighborhood facility for at least 2S years pursuant to applicable federal laws. 3. The Contractor shall not award a sub-contracts) for construction prior to approval of the Environmental Impact Report and the project by the Contractor (City of Brentwood) and the completion of site acquisition and relocation. 4. The Contractor shall comply with applicable Federal and State Laws regarding Relocation Assistance and Real Property Acquisition and provide the County Planning Department with appropriate documentation of compliance. S. Contracts will be let in compliance with Appendix 0 of FMC 74-7 and other applicable Federal regulations including the Section 3 requirements of HUD. 6. Plans for and any actual construction shall comply with State laws and regulations, governing access to handicapped persons to public facilities. 7. All Federal regulations pertaining to Contracts concerning Equal Oppor- tunity, Affirmative Action, Competitive Bidding, and Section 3 of the (lousing and Community Development Act of 1965 shall be followed. A copy of all contracts and subcontracts let under this agreement will be forwarded to the County Planning Department for compliance review prior to the processing of demands for payment. The Contractor is referred to the "Guide for Compliance With Assurances and Certification Under the Housing and Community Develop- ment Act" for the detailed procedures and documentation required for rhe letting of contracts for services, materials, and construction. E. PROGRAM MONITORING 1. Contractor's staff will meet at least once per quarter with appropriate County staff and Community Development Advisory Council representatives where applicable to discuss progress of the Contractor toward achieving stated work program objectives and to assist Contractor's staff in solving problems. 2. Contractor shall maintain and submit Quarterly Progress Reports to the County Planning Department. 3. Contractor shall maintain and submit quarterly monitoring and progress reports on work performed by sub-contractors. F. GENERAL OPERATIONS Overtime Prohibition. Contractor shall not allow staff overtime wage rates under this Contract. 00702 PROJECT WORK PROGRAM G. BUDGET OF ESTIMATED PROGRAM EXPENDITURES 1. Contractor shall provide services under this Contract in accordance with the following budget of allowable expendi-. tures: LINE NO. PROGRAM ACTIVITY AMOUNT 1. ACQUISITION OF REAL PROPERTY $ 80,946 2. PUBLIC WORKS, FACILITIES, SITE IMPROVEMENTS 228,500 3. CODE ENFORCEMENT 4. CLEARANCE, DEMOLITION, REHABILITATION 5. REHABILITATION LOANS AND GRANTS 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED 7. PAYMENT FOR LOSS OF RENTAL INCOME 8. DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 10. PAYMENT OF NON-FEDERAL SHARES I1. COMPLETION OF URBAN RENEWAL PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE 10,000 13.• PLAZINING AND MANAGEMENT DEVELOPMENT TOTAL CONTRACT AMOUNT $319,446 2. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed with prior written authorization from the County Planning Director or his designee. 3. The above schedule is subject to a Contractor's Detailed Expenditure Schedule, which shall sub-categorize in specific detail the above line item categories and amounts and be kept on file with the County Planning Department, in the form and manner presecribed by County. 3 0) 703 CONTRA COSTA COUNTY COMMUNITY DEVELOP14ENT PROGRAM, 1416-1977 H. CONTRACTOR'S DETAILED EXPENDITURE SCHEDULE , CONTRACTOR: ACTIVITY NUMBER: 15 City of Brentwood PAGE 1 OF 1 BUDGET PERIOD: January 1, 1977 --June-30, 1977 Original X Amendment NQ. (a) (b) (c) (d) BUDGET ITEM CD FUNDS - 5 f OTHER FUNDS - $ = TOTAL S Administration $ 12,000 $ 12,000 Incremental Salaries Miscellaneous Supplies Environmental Impact Report Preparation Acquisition 95,000 95,000 Land Costs Supporting Costs Relocation Costs Site Clearance Construction 212,446 212,446 Preliminary Design Working Drawings Phase I Construction Contract e TOTAL $319,446 $319,446 NOTES: (a) Detailed categories expanded from Budget of Estimated Program Expenditures pursuant to FMC 74-4 (b) Items that are eleigibile to be funded by Community Development Block Grant Funds (see HUD Rules & Regulation). (c) Estimate of other necessary expenditures that cannot be funded with CD ponies; and Indication of anticipated sources, assurances and timing of other funds. (d) Sum of (b) and (c) above including both Community Development and non-Community Development funds. (e) Contract Payment Limit for CD project. r 00704 t In the Board of Supervisors of Contra Costa County, State of California R4ay 17 10'77 In the Matter of High Input Project. The Board having received a )#.ay 9, 1977 letter from Ms. Geraldine M. Devor, Ed.D., Project Director, High Input Project, requesting that the Board consider including said project as part of the services offered by Contra Costa County Schools; IT IS BY THE BOARD ORDERED that the aforesaid request is DEMED. PASSED by the Board on May 17, 1977. 1 hereby certify that the foregoing a a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Ms. G. M. Devor, Ed.D. Witness my hand and the Seal of the Board of Director, Human Resourcev'pervisars Agency offixed thisl7thday of Mav 19 77 County Administrator �J. R. OLSSON. Clerk B9!Ronda v n _ 1 Deputy Clerk Amdahl H-24 31'76 11m 00705 • r In the Board of Supervisors of Contra Costa County, State of California Pias 17 19 77 In the Matter of Contracts to Provide Training for County Social Service Staff IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute the following Short Form Service Contracts for provision of Social Service Staff Training under terms and conditions as more particularly set forth in said contracts: Number Contractor Term Payment Limit 20-094-1 Lorna Forbes H.D. May 25, 1977 (1 day only) $305.50 20-144 Paul A. Smith May 10, 1977 (1 day only) $100.00 PASSED BY THE BOARD on`KaY 17, 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: Hunan Resources agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 17taay of ,•`.a•.r _ i9 77 County auditor-Controller — County Social Service Contractor J- R. OLSSON, Clerk L-J 6'--0 - Deputy Clerk Billie 0. Souza BEJ:dd MIN H-24 3/76 15m Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT f�11 `, 1. Contract Identification. Number 2 V— //��V 7 4 — 1 Department: Social Service Subject: Foster Parent and Placement Workshop in "Foster Parenting the Abused Child: Understanding and Dealing with the Abusive Parents" 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: LORNA FORBES, M.D. Capacity: Self-employed individual (Training Consultant) Address: 1842 North Garey Avenue, Pomona, California 91767 3. Term. The effective date of this Contract is May 25, 1977 and it terminates May 25, 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 written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 305.50 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: $250.00 per service unit: (x• session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). Fee Rate is to include $55.50 for round trip Air Fare from Ontario, ornia to Contra Costa County and return. 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation specialized instruction and training in Foster Parenting the Abused Child: Understanding and Dealing with the Abusive Parents for County-selected persons in, the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least seven (7) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California State Manual 14-200, California State Social Service Letter #75-10, Title XX of the U.S. Social Security Act, as amended, Section 228.84 (P.L. 96-647). 11. Signatures. These signatures attest the parties' agreement hereto: COUNTY 0,F7CO?rMAGOVTA, CALIFORNIA CONTRACTOR By / ///��' By �y✓'sL/�/^yy �� Designee Chairma,i, Board of Sv Recommended by Departmente� C� (Designate official capacity) By Designee ;Form approved by County Counsel60 (JU 0,7 Microfilmed with board order (V h Contra Costa County Standard Form SHORT FORM SERVICE CONTRACT f� 1. Contract Identification. Number 20- 144 Department: Social Service Subject: Staff Development Training "Management of Assaultive Behavior" 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: Paul A. Smith Capacity: Self-employed individual (Training Consultant) Address: 2082 Meyer Place, Costa Mesa, California 92627 3. Term. The effective date of this Contract is May 10, 1977 and it terminates May 10, 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 written mutual consent. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $100.00 6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: ( ) hour; or FEE RATE: $100.00 per service unit: (x) session, as defined below; or ( ) calendar (insert day, week or month) NOT TO EXCEED a total of one (1) service unit(s). 7. Contractor's Obligations. Contractor shall provide the following described services: Consultation, specialized instruction and Training in Management of Assaultive Behavior for County-selected persons in the time, place and manner required by County, including the provision of any related materials and supplies. One session, for payment purposes, shall be defined as the provision of at least five (5) full hours of such service. 8. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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. 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. California Mandate 14-200, California State Social Service Letter #75-10, Title XX U.S. Social Security Act, as amended, Section 228.84 (P.L. 96-647). 11. Signatures. These signatures attest the parties' agreement, reto: COU OF CO. COSTA CALIFORNIA CONTRACTOR., B •� G' ` -- �j 4 By Designee Chairman, 5ca:d o' Recommended by Department (Design' a official capacity) By. Designee (Form approved by County CouhS(�ftUg ""[0111MC-0 wuM board order IN THE BOARD OF SUPERVISORS OF . CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the gutter of Appeal of ) Vista Grande Homeowners ) Association from Action of ) MAY 17, 1977 the Planning Commission on ) Application for Subdivision ) 4607, Danville area. ) .The Board on April 19, 1977 having fixed this time for- hearing on the appeal of Vista Grande Homeowners Association from Planning Commission conditional approval of application for Subdivision 4607, Danville area; and Mr. Harvey Bragdon, Assistant Director of Planning, having advised the Board that the Planning Commission had approved • said subdivision in 1974, that approval for the tentative map was extended for one year at the request of the applicant but that the time limits for filing the final map expired on July 30, 1976; and Vx. Bragdon having further advised that the current tentative map is the same as the one approved in 1974 except that it has been revised to reflect the conditions imposed with the previous approval; and Mr. David 0. Edwards, representing Vista Grande Homeowners Association, having expressed concern with respect to soil stability and the possibility of slides which could have an adverse affect on the adjoining residential area, and advising that the Contra Costa Resources Conservation District had reviewed the engineering geologic and soil investigation report prepared by PSC Associates for the developer and expressed similar concerns as those of the homeowners; and Mr. Donald Protzman, Geology Instructor at Diablo Valley College, having stated that the area is seismically active which could cause problems to existing homes if the development was to proceed as proposed; and Supervisor I'l. N. Boggess having asked if these concerns were discussed at the hearing before the Planning Commission; and Mr. Edwards having responded that the property owners were not able to have the geologic information prepared in time for the Planning Commission hearing because of the method used in giving notice; and Supervisor Boggess having stated that it appears the Planning Commission should consider all the information on this issue at a full public hearing; and Supervisor E. H. Hasseltine having, therefore, recommended that the hearing be closed and the appeal of Vista Grande Homeowners Association be referred back to the Planning Commission; and IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Hasseltine are APPROVED. - PASSED by the Board on I:ay 17, 1977. Ct:RWIFD COPY ' cc: Vista Grande Homeowners Assn. f certifythat this is a cool tate&correct toys of oric the orlt;taal doct:7r.^t stJrh Es at Coe in my office- Director trfeeDirector of Planning and that it cat r- -ed :• :• +at^+t b;the Board of 1�ScBain Gibbs supers!ors or r�:,:: r- •.c�::::•. cltrerala. on the date zho-rn.t.^.2'i:.'::•t. M fl!.SF.OM County D. B. McGlamery & Assoc. Clark&e=.otflclo Clerk of sa:d L'oard of Supefrfsord- Deway clerk. n PdAY LL-- o, 1977 :•rn;s:rti 00'709 s�A46W40 f In the Board of Supervisors of Contra Costa County, State of California Ka3t 17 . 19 77 In the Matter of Contract #2401-5 with the Contra Costa County Superintendent of Schools for Start-Up of the 1977 CETA Title III Summer Program For Economically Disadvant4ged•Youth (SPEDY) IT IS BY TETE BOARD ORDERED that its Chairman is AUTHORIZED to execute contract #28-401-5 with the Contra Costa County Superintendent of Schools for certain start-up and planning activities to be conducted from March 21, 1977, through June 13, 1977, for the 1977 CETA Title III Summer Program For Economically Disadvantaged Youth (SPEDY), with a contract payment limit of $68,532, and under terms and conditions as more particularly set forth in said contract. PASSED BY THE BOARD on flay 17, 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 Orig: Human Resources Agency Supervisors Attn: Contracts & Grants Unit cc: County Administrator affixed this i =f:doy of_ '-'=t 79 77 County Auditor-Controller County Manpower Program J. R. OLSSON, Clerk Director - Contractor By l�1_`L-= r . . Deputy Clerk Billie C. 3ou`ai RJP:dg ©0 /�� H-24 3116 11m Gi�BL:o Costa Count)' F'or:. STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 8 - 4 0 1 — 5 Department: Human Resources Agency Manpower Project Subject: Provision of administration and staff services for a 1977 CETA Title III Summer Program for Economically Disadvantaged Youth (SPEDY) serving eligible youth residing in Contra Costa County (excluding the City of Richmond) 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: CO!4TRA COSTA COUNTY SUPERINTENDENT OF SCHOOLS Capacity: Public Agency Address: 7S Santa Barbara Road, Pleasant Hill, California 94523 3. Term. The effective date of this Contract is March 21. 1977, and it terminates June 13, 1977, unless sooner terminated as provided herein. 4. Pavment Limit. County's total payments to Contractor under this Contract shall not exceed $ 68,532 ' 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 1977 CETA Title III Summer Program for Economically Disadvantaged Youth (under U. S. Department of Labor Grant Number 06-5004-32, and any modifications thereof). 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title III of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845; and P.L. 94-444, 90 Stat. 1476); California Government Code 53703; California Education Code 554. 10. Signatures. ese signatures attest the parties' agreement hereto: OUN 0 RA COSTA ORNIA CONTRACTOR lBy �_By Chairman, Board of rvisors (Designate official cap s Attest: J. R. Olsson, County Clerk and affix corporation s State of California ) ss. By_ C _��.�,� �. County of Contra Costa ) Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Departmen known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By hey 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 r DateAi A,, Rosemary Matossian Af sy Deputy Notar Public/Deputy County Clerk g 1 _ ... .Ci:,L�S5.1L (A-4617 REV 6/76) \ jT Mcroiilmed vM11 board order Contra Costa County Standard Form. PANMENT:PROVISIONS (Cost Basis Contr.:acs) Number 2 y ~ 40 1 J 1. Payment Basis. County shall in no eventpay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties heretothat the total payment. to the Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below)..and are actually incurred in the performance of Contractor's obligations under this Contract.' 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [XJ c. An amount equal to Contractor's allowable costs that are.actually. . Incurred each month, but subject to the "Budget of Estimated.Program .. Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor•s .allowable costs are only those which'ard determined in accordance with: [Check one alternative only.]. [XJ a. General Services Ad-4-1atration Federal Management Circular PMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ ] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. �.. i (%-4618 REV 6/76Y -1- 007.12 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis.Contracts) .� Number 5. Right to Withhold. County has the,right to withhold payment to the Contractor when, in the opinion of the County expressed in writing-to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to County by Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than 18 months from the termination date of this Contract. If such audits) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made put- scant to Paragraph 6.. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. 00'713 REOSy76) -2- SERVICE PLAN Number 2 8 — 4 41 — 5 1. Service Specifications. a. SPEDY Start-Up Activities. Pursuant to the Western Union Telegram, dated February 17, 1977, ad-dressed to !h a George, PSE Coordinator, County of Contra Costa, Subject: SPEDY, from William J. Haltigan, Regional Administrator of the U. S. Department of Labor, San Francisco, California, Contractor shall provide appropriate administration and staff services, beginning March 21, 1977, to plan and prepare for implementation of a 1977 Summer Program for Economically Disadvantaged Youth (SPEDY) in accordance with Title III of the Comprehensive Employment and Training Act of 1973 (CETA), as amended, and the federal regulations, bulletins, and directives pertaining thereto. Contractor shall provide such "start-up" or planning activities so as to be fully able to implement said Summer Program and to place CETA-eligible youth participants on work experience jobs in the month of June 1977. Under said start-up activities, which include but are not limited to the following administration and staff services, Contractor's Neighbor- hood Youth Corps (NYC) CETA Office (located at 367 Civic Drive, Pleasant Hill) shall: (1) Hire the following Summer Program staff: 1 Deputy Project Director 1 Payroll Clerk 8 Clerk Typists S Program Coordinators 25 Youth Counselors/Coordinators (2) Establish SPEDY Field Offices in the following nine (9) locations: Brentwood, Oakley, Antioch, Pittsburg, West Pittsburg, Martinez, Pleasant Hill, Rodeo, and San Pablo. (3) Orient and train the above staff in the SPEDY operation and CETA Title I and Title III regulations. (4) Develop and establish administrative and operational plans, procedures, operational manuals, materials, and controls for the 1977 program. (5) Provide consultation and technical assistance as may be required by County's Manpower Project Office to assist County in preparing its CETA Title III Grant Application for the 1977 SPEDY program and prepare and submit to County a Narrative Description of the Summer Program in accordance with federal guidelines and regulations, and in the form and manner prescribed by County. (6) Develop and organize resources and inter-agency relationships to support and augment the operation of the Summer Program. (7) Disseminate information to the general public about said program. (8) Develop and distribute application materials to youth and assist youth in enrolling as CETA Title III participants and in applying for work experience jobs under the Summer Program. (9) Provide pre-job placement orientation for youth participants under SPEDY. (10) Contact potential employers and develop both subsidized and unsubsidized work experience jobs for youth participants under SPEDY in the public and private, nonprofit sector. (11) Develop and enter into a written agreement with each worksite provider, as prescribed by County and CETA regulations (29 CFR Subtitle A, Section 97.19), to ensure: (a) Adequate supervision of each participant, (b) Adequate accountability for enrollee time and attendance on the job, (c) Procedures for monitoring and evaluation of each worksite, and (d) Adherence to SPEDY rules and regulations. Initials: Cofirfactor County Dept. Fx Initials: Coactor County Dept. 1 00714 SERVICE PLAN Dumber 28 - 401 - 5 (12) Orient worksite supervisors to the program and to principles for supervising said youth participants in work experience jobs. (13) Plan and organize educational, cultural, and career-oriented field trips for said youth participants. (14) Develop a remedial educational program curriculum for said youth participants. (1S) Develop outreach and recruitment techniques aimed at all segments of the economically disadvantaged youth population to ensure that youth will be selected for participation in the Summer Program from appropriate youth categories as prescribed by County and CETA regulations [29 CFR Subtitle A, Section 97.14(f)]. (16) Develop the capability to provide labor market orientation for youth participants on an individual or group basis during the summer, including, but not limited to, the following activities: 'vocational exposure counseling, testing, resume preparation, job interview preparation, providing labor market information, and other such activities. (17) Establish cooperative relationships or linkages with other manpower and manpower-related agencies, especially youth-serving agencies, as prescribed by County and CETA regulations (29 CFR Subtitle A, Section 97.21 and 95.38). Initials: Co County Dept. _2- 00715 r SERVICE PLAN Number 28 - 401 - 5 2. General Provisions. DELETED: rrCon .. rr rr b. Performance and Evaluation. On the effective date of this Contract, or as otherwise may be authorized by County, Contractor shall submit to County a Contract Performance Agreement in the form and manner prescribed by County and subject to approval by County. Contractor's•Contract-Performance Agreement shall specify: (1) Performance Ohjectives: Detailed, realistic, and measurable performance objectives regarding Contractor's provision of the above described services; for each specified performance objective, Contractor shall further identify: (a) the particular service activity (element, component, or operation) which is directed at accomplishing the specified objective; (b) the specific persons or client groups to whom the above service activity is directed and who are expected to benefit from it; (c) the specific benefit(s) or result(s) which the above persons are intended to receive or achieve; (d) the specific period of time in which the intended benefit(s) or result(s) are to be accomplished; and (e) the necessary conditions under which these benefit(s) or result(s) are to occur. (2) Staff Activity Level: A quantification of the staff activities necessary for Contractor to accomplish each performance objective. (3) Operational Requirements: The particular staff, facilities, equipment, referrals, data, and other operational requirements which are necessary before Contractor can accomplish the performance objective(s). (4) Performance Responsibility: Contractor's particular staff member(s) who is (are) responsible for accomplishing each performance objective: F (5) Progress Reports: Formal reports which Contractor shall submit periodically to County, in the form and manner required by County, containing detailed information on appropriate indices to show the status of Contractor's progress toward accomplishing each performance objective. Contractor shall designate a single staff person who shall be responsible for submitting these reports to County. c. Evaluation Criteria.. County shall establish applicable, detailed evaluation criteria or performance standards by which to judge Contractor's accomplishment of each performance objective specified in said Contract Performance Agreement. d. Participant Benefits and Working Conditions. Contractor shall provide all applicable enrollee wages, fringe benefits, and working conditions pursuant to CETA regulations (29 CFR Subtitle A, Sections 95.33 (d)(4)(viii) and 98.24), including the provision of appropriate wages, workers' compensation insurance coverage, and other fringe benefits for enrollees in work experience activities. Rork experience in the private-for-profit sector is prohibited. Initials: Controlor County Dept. 00 r1 -3- f SERVICE PLAN Number 2 8 - 4 0 1 - 5 e. Participant Rights. Contractor shall advise all participants (i.e., applicants and enrollees) of the existence of County's CETA grievance procedure and of their rights and responsibilities upon receiving Contractor's services under this Contract. Contractor shall grant participants the opportunity to present grievances and complaints as required by County and CETA regulations, including informal hearings for resolving issues and complaints, prompt determinations, written notice of grounds for any proposed adverse action, opportunity to respond, and further appeal (in accordance with 29 CFR Subtitle A, Section 98.26). Contractor shall advise every participant prior to his entering upon employment (including work experience positions) of the name of his employer and of his rights and benefits in connection with any CETA subsidized employment. f. Monitoring. Contractor's services and performance under this Contract shall be monitored as follows: (1) Contractor's staff will attend workshops provided by County's Manpower Project Office staff on the use and preparation of required forms, reports, and records. (2) Contractor shall prepare and submit to County timely, accurate fiscal and lanagement Information System (!IIS) reports, which will be reviewed regularly by County's Manpower Project Office staff. (3) Contractor's staff will meet at least once per quarter with County's Manpower Project Office staff to discuss the progress of the Contractor towards accomplish- ing established performance objectives and meeting applicable evaluation criteria, to assist Contractor's staff in solving administrative problems, and to assist Contractor in developing an effective program. g. Overtime and Staff Vacation Restrictions. Contractor shall not allow staff overtime under this Contract except as may be permitted under the Contractor's Detailed Expenditure Schedule, specified in Paragraph 3.b. below. -Contractor shall require all employees lured under this Contract to take off the full amount of vacation time (which is accrued during the term of this Contract) before the Contract terminates. h. Travel Restrictions. Contractor shall not incur costs under this Contract for travel outside of Contra Costa County without first obtaining prior written author- ization from the County's Manpower Project Director. i. Allowable Contract Costs. In accordance with Paragraph 3. (Allowable Costs), page 1, of the Payment Provisions, Contractor shall also determine its allowable costs tinder :.his Contract pursuant to CETA regulations (29 CFR Subtitle A, Sections 98.12 and 98.13), pertaining to: (1) General purposes for CETA expenditures, (2) Direct and indirect costs, (3) Policies and procedures, (4) Restrictions on use of funds, (5) Expenditures for building repairs, maintenance, and capital improvements, (6) Allowable cost categories, (7) Classification of costs by category, (8) Examples of properly chargeable costs, (9) Administrative costs, (10) Travel costs, and (11) Allocation of allowable costs among program activities. j. Protection of CETA Equipment. Contractor shall cooperate with County in tagging and appropriately identifying all CETA equipment; including devices and machines used for training, instruction, evaluation, or other service delivery, and any other property or supplies procured or otherwise acquired under this Contract. Contractor shall maintain all such property in good working repair at all times and shall provide All Risk insurance as may be required by County for said property with the County named as an insured under the policy. Contractor shall maintain adequate safeguards to prevent loss, damage, misuse, or theft of such property and shall investigate and fully document any loss, damage, misuse or theft. Initials: Contrictor County(� �"� ■ SERVICE PLAN Number_2 8 - 4 0 1 3. Budget of Estimated Program Expenditures. a. Contractor shall provide services under this Contract in accordance with the following budget of estimated program expenditures: Cost Categories Contract Term (1) Administration $ 56,653 (2) Enrollee Training. -0- (3) Manpower Services 11,879 (4) Enrollee Wages 0- (S) Enrollee Fringe Benefits -0- TOTAL (Contract Payment Limit) 68,532 b. The above budget shall be subject to a Contractor's Detailed Expenditure Schedule, which shall subcategorize in specific detail the above cost categories and line item budget amounts and shall be subject to approval by County. Contractor shall maintain a current Detailed Expenditure Schedule continuously on file with County's Manpower Project Office n the form and manner prescribed by County: c. Subject to the Payment Limit of this Contract, each line item budget amount specified above may be changed, but only with prior written authorization from the County's Human Resources-Agency Director or his designee. To accomplish this, Contractor shall submit to County a revised Detailed Expenditure Schedule (prior to implementation), showing any proposed changes an the subcategories and detailed line item budget amounts. Upon receiving prior written approval of its revised Detailed Expenditure Schedule from County, Contractor may implement the appropriate budget changes. Initials: _ Cont or Count Dept- 00'718 _5_ SPECIAL CONDITIONS (CETA Title III Programs) Q AA 'j C Number 2 8 — `# O 1 — J 1. Compliance with Federal Requirements. Contractor shall comply with all Federal regulations, guidelines, bulletins, and circulars applicable to Title I of the Comprehensive Employment and Training Act of 1973, as amended, including Title 29 of the Code of Federal Regulations, Subtitle A, Parts 94, 95, and 98, as published in the Federal Register,- Vol. 41, No. 124, Friday, June 25, 1976; as may be revised and amended; and which are incorporated herein by reference. 2. available Copies_ Copies of the County's Project documents, as specified in Paragraph 8. (Project) of this Contract, and all pertinent Federal statutes, regulations, guidelines, bulletins, and circulars applicable to this Contract, shall be available at all tines for inspection by the Contractor during regular business hours at the Offices of the County Human Resources Agency Manpower Project. 3. Retained Powers. All powers not explicitly vested in the Contractor remain in tae County. 4. Status of Participants. Program participants, including employees hired by Contractor, shall in no way be considered employees or agents of County. Contractor is an independent contractor, and County shall neither direct nor have control over Contractor, its activities, or the methods and details by which Contractor fulfills its obligations under this Contract. In providing services hereunder, Contractor shall work cooperatively with the County Manpower Project Director. 5. Payment Adjustments. a_ If any funds are expended by the Contractor in violation of the terms of this Contract (including all applicable statutes, regulations, guidelines, bulletins, and circulars), County may deduct the amount of such unauthorized or illegal expenditures from payments otherwise payable to Contractor in order to recover any amount expended for unauthorized purposes in the current or immediately preceding fiscal year. No such action taken by County shall entitle the Contractor to reduce program operations or salaries, wages, fringe benefits, or services for any program participant, including Contractor's staff, or to expend less during the effective term of this Contract than those amounts specified in the Budget of Estimated Program Expenditures included in the Service Plan. Any such reduction in expenditures may be deemed sufficient cause for termination of this Contract_ Within thirty (30) days of request by County, Contractor shall reimburse County for any payments made for expenditures which are in violation of this Contract. b_ Contractor shall indemnify County fully and completely for any repayment of funds made by the County to the U. S. Department of Labor at the request of that Department's Secretary after it has been determined that such repayment is required from the County due to the unauthorized or illegal expenditures by Contractor. The Secretary's determination as to the necessity for any such repayment shall be conclusive as between County and Contractor. 6. Termination, Further Provision. This Contract may be terminated as specified in Paragraph 5. (Termination), page 1, of the General Conditions, subject to the following: a. County's termination for failure of Contractor to perform (General Conditions, Paragraph 5.b.) may not be exercised until 30 days after Contractor has been sent by County a written notice specifying the failure to perform and Contractor has failed to correct such failure of performance within said 30 days after the sending of said notice. b. County may exercise its right of termination specified in Paragraph 6.a. of these Special Conditions as to any separable part performance under this Contract, allowing the remainder of the Contract to continue in force. c_ Termination because of cessation of funding, as specified in General Conditions, Paragraph 5.c., shall occur only upon County's sending of notice thereof to Contractor. A h, # Initials: /, Con County Dept. 00719 = :.. —1— SPECIAL CONDITIONS (CUA Title X Programs) Number 2 8 — 4 0 1 — 5 7. Statistics, Reports, and Records. Contractor shall keep and.maintain such documents, records, and accounts as may be required by County or the Federal statutes, regulations, guidelines, bulletins, and circulars applicable hereto. Contractor shall compile, compute, and provide to County all such statistics, program reports, and records as may be required by County. Said documents, accounts, statistics, reports, and records shall be maintained and provided in the form and manner prescribed by County. 8. Child Labor. No person under 18 years of age shall be employed in any occupation which the U. S. Secretary of Labor has found to be hazardous for persons between 16 and 18 years of age (pursuant to 29 CFR Part E). Any eligible participants under 16 years of age will be employed only in accordance with the limitations imposed by 29 CFR Part 570, Subpart C. 9. Affirmative Action Plan. Contractor shall comply with all applicable require- ments of Executive Order No. 11246, entitled "Equal Employment Opportunity," as amended by Executive Order No. 11375, and as supplemented in Department of Labor Regulations (41 CFR Part 60). Contractor hereby certifies that it has an Affirmative Action Plan, if required by State or Federal law, which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of that plan. Contractor shall also comply with requirements established by County and the Department of Labor, including CETA Regional Bulletin #29-76, "Affirmative Action Requirements for FY 77." 10. Environmental Protection. If the Payment Limit of this Contract exceeds $100,000, Contractor shall comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U.S.C. 1857 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et seq.), as amended. Violations shall be reported to the U. S. Department of Labor and the Regional Office of the Environmental Protection Agency. 11. Program Management Requirements. Contractor shall establish and maintain internal program management procedures for the effective administration of its Contract program, including provision to: a. Monitor day-to-day operations, b. Periodically review the performance of the program in relation to program goals and objectives, and c. Measure and evaluate the effectiveness and impact of program results in terms of participants, program activities, and the community. When Contractor finds that its program operations do not equal planned performance, it shall develop and implement appropriate corrective action and seek to improve its overall program management and effectiveness. 12. Financial Management Requirements. Contractor shall comply with Federal Management Circular FMC 74-7, Attachment C, Paragraph 2., pertaining to standards for financial management systems in federally-funded activities. Pursuant thereto, Contractor shall establish and maintain a financial management system providing: a. Accurate, current, and complete disclosure of financial information pertaining to its Contract program in accordance with County or Federal reporting requirements, b. Effective control over and accountability for all Contract funds, property, and other assets, and c. The ability to evaluate the effectiveness of program activities. Contractor shall adequately safeguard all Contract funds, property, and other assets and shall ensure that they are used solely for purposes authorized under this Contract. Initials: Co or County Dept. f SPECIAL CONDITIONS (CETA Title K Programs) Number 2QQ y - 4 0 1 - 5 13. Propertv Management Requirements. Contractor shall comply with applicable requirements established by County or the U. S. Department of Labor governing the procurement, ownership, use, and disposition of CETA equipment and other personal property (including minor equipment costing over $50 per item and unused expendable personal property with a total inventory value over $500). Contractor shall establish a control system to ensure adequate safeguards to prevent loss, damage, or theft to property, including CETA equipment. 14. Property _Records. Contractor shall maintain accurate records of any CETA equipment and other such property procured with Contract funds or otherwise acquired under this Contract in accordance with requirements established by County or the U. S. Department of Labor, including Federal Management Circular FMC 74-7, Attachment N, Paragraph 5.a., pertaining to the maintenance of records to provide property description, identification numbers, acquisition date and cost, source, location, use, condition, and disposition. Contractor shall investigate and fully document any loss, damage or theft to property. Notwithstanding Paragraph 4. (Retention of Records), page 1, of the General Conditions, Contractor shall retain such property records for three years after the disposition of such equipment or property. 15. Procurement Standards. Contractor shall comply with applicable State and local laws, rules, and regulations governing the procurement of supplies, equipment, and other materials and services, and with requirements established by County or the U. S. Department of Labor for such procurements with Contract funds, including Federal Management Circular FMC 74-7, Attachment 0 (Procurement Standards). Pursuant thereto, Contractor shall: a. Maintain a code or standards of conduct governing the activities of its officers, employees, or agents involved in procurement and prohibiting the solicitation and acceptance of gratuities, favors, or anything of monetary value from subcontractors or potential subcontractors. b. Conduct all procurement transactions in a manner so as to provide maximum open and free competition and prevent conflicts of interest or noncompetitive practices which may restrict or eliminate competition or otherwise restrain trade. c. Make positive efforts to utilize small business and minority-owned business sources of equipment, supplies, and services and to allow these sources the maximum possible opportunity to compete for the provision of equipment, supplies, and services procured utilizing funds under this Contract. d. Utilize, for procurements over $10,000, the method of formal advertising, { with adequate purchase descriptions, sealed bids, and public openings; however, procure- ments may be negotiated to accomplish sound procurement if it is impracticable and unfeasible to use formal advertising, as when: (1) the public exigency will not permit the delay incident to advertising, (2) the material or service is available from only one person, firm, or other sole source, (3) the procurement involves a contract for personal or professional services or any service rendered by an educational institution, or (4) no acceptable bids have been received after formal advertising. Nevertheless, in all cases competition shall be obtained to the maximum extent practicable. Contractor's records of such procurements shall contain justification for subcontractor - selection and any use of negotiation in lieu of formal advertising, and the basis for the cost or price negotiated. 16. Nepotism. Contractor shall comply with the Federal restriction prohibiting nepotism (29 CFR Subtitle A, Section 98.22). Pursuant thereto, Contractor shall not hire any person in an administrative capacity or staff position funded under this Contract if a member of his or her immediate family is already employed in an administrative capacity by Ccutractor. HIM M Initials: Contractor County Dept. SPECIAL CONDITIONS (CETA Title 3L Programs) 28 - 401 - 5 � Q Number 2 8 " 4 0 1 — 5 17. Davis-Bacon Wage Rates Contractor shall comply with applicable regulations of the U. S. Department of Labor (29 CFR Subtitle A, Section 98.29) regarding payment of prevailing wage rates to all laborers and mechanics employed by Contractor or any subcontractor in any construction, alteration, or repair, including painting and decorating, of projects, buildings or works which are assisted under this Contract, in accordance with the Davis-Bacon Act, as amended. 18. Final Contract Closeout. In the event that the services provided by Contractor under this Contract are not purchased by County under a new contract following termination of the within Contract, Contractor shall comply with final Contract closeout procedures established by County or the U. S. Department of Labor.. In such event: a. Contractor shall provide County, within 60 days following the termination of this Contract, all financial, program, performance, and other reports required by County under this Contract. b_ Contractor shall account for any CETA equipment and other property, including supplies and materials, procured with Contract funds or otherwise acquired under this Contract. c. This Contract may be amended to extend the term for up to 60 days to allow Contractor to incur allowable administrative costs during said 60-day closeout period for the purpose of initiating a final closeout of this Contract, preparing the above specified reports, and submitting said reports to County. d. Under any such Contract amendment, County may reimburse Contractor pursuant to Paragraph 4. (Payment Demands), page 1, of the Payment Provisions for such allowable administrative costs that are actually incurred, but subject to the Payment Limit of this Contract or to the total amount of the amended Payment Limit, should the Payment Limit of this Contract be increased by County under said Contract amendment. 19. Assurances and Certifications. As a further condition, Contractor shall comply with those Federal requirements and make those assurances and certifications set forth in the "Assurances and Certifications" attached hereto, which are incorporated herein by reference_ Initials_ Cor County Dept. -4- 00722 ASSUNANCES AND CERTIFICATIONS (CETA Title III Programs) Number 2 QQ" — 4 01 _ 5 u o the General s Contractor assures a Subject t and Special Conditions, and certifies that: A. General Assurances. 1. It will comply with the requirements of the Comprehensive Employment and Training Act of 1973, as amended (CETA) (P.L. 93-203, 87 Stat. 839 and P.L. 93-567, 88 Stat. 1845), hereinafter referred to as the Act, and with the regulations and policies promulgated thereunder. 2. It will comply with Federal Management Circular (FMC) 74-4 and 74-7, as those circulars relate to the utilization of funds, the operation of programs, and maintenance of records, books, accounts, and other documents under the Act: 3. If the regulations promulgated pursuant to the Act are amended or revised, it shall comply with them or will notify the County within 30 days after promulgation of the amendments or revision that it cannot so conform, so that the County may take appropriate action including termination of this Contract, if necessary. 4. It possesses legal authority to enter into this Contract; a resolution, motion or similar action has been duly adopted or passed as as official act of the Contractor's governing body, authorizing the execution of this Contract, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the Contractor to execute this Contract and to provide such additional information as may be required. 5_. It will comply with Title VI of the Civil Rights Act of 1964, (P.L. 88-352), and in accordance with Title VI of that Act no person in the United States shall on the grounds of race, color, sex, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Contractor receives Federal funding (including this Contract), and the Contractor will immediately take any measures necessary to effectuate this assurance. 6. It will comply with Title VI of the Civil Rights Act of 1964, (42 USC 2000d) prohibiting employment discrimination where: a. The primary purpose of a Contract activity is to provide employment, or b. Discriminatory employment practices will result in unequal treatment of persons who are or should be benefiting from the Contract-funded activity. 7. 1\o person with responsibilities in the operation of any program ander the Act will discriminate with respect to any program participant or any applicant for participation in such program because of race, creed, color, national origin, sex, age, political affiliation or beliefs (sections 703(1) and 712). 8. It will comply with the requirements of the provisions of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970 (P.L. 91-646) which provides for fair and equitable treatment of persons displaced as a result of Federal and federally assisted programs. 9. It will comply with the provisions of the Hatch Act which limit the political activity of employees. 10. It will comply with the requirement that no program under the Act shall involve political activities (section 710 and 703(2)). Initials: --_� !!� Contrac or Cou ty Dept. -1- 0V23 : . .. . . .. ...... . ASSURANCES AND CERTIFICATIONS (CETA Title s3 Programs) Number 2Q y — 4 O 1 — V 11. It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particularly those with whom they have family, business or other ties (section 702(a)). 12. It will give the U. S. Department of Labor, the U. S. Comptroller General, and the County, through any authorized representative, the access to and the right to examine all records, books, papers or documents related to this Contract (section 713(2)). 13. Participants in Contractor's program will not be employed on the construction, operation or maintenance of that part of any facility which is used for religious instruc- tion or worship (section 703(3)). 14. Appropriate standards for health and safety in work and training situations will be maintained (section 703(5)). 15. Conditions of employment or training will be appropriate and reasonable with regard to the type of work, the geographical region and the proficiency of the Contractor (section 703(4)). 16. It will ensure provision of worker's compensation protection to participants in on-the-job training, work experience, or public service employment programs under the Act at the same level and to the same extent as other employees of the employer who are covered by a State or industry worker's compensation statute; and provision of worker's compensation insurance or medical and accident insurance for injury or disease resulting from their participation to those individuals engaged in any program activity under the Act, i.e., work experience, on-the-job training, public service employment, classroom training, services to participants, and other activities, where others similarly engaged are not covered by an applicable worker's compensation statute (sections 703(6) and 208(4))•. , 17. Its program will not result in the displacement of employed workers or impair existing contracts for services or result in the substitution of Federal funds for other funds in connection with work that would otherwise be performed (section 703(7)). 18. Training will not be for any occupations which require less than two weeks of pre-employment training, unless immediate employment opportunities are available in that occupation (section 703(8)). 19. Training and related services will, to the maximus extent practicable, be consistent with every individual's fullest capabilities and lead to employment opportunities which %,-III enable participants to become economically self-sufficient (sections 703(9), 105(a)(6)). 20. Institutional skill training and training on the job shall only be for occupations in which the Secretary of Labor or the County has determined there is reasonable expectation for employment (section 703(10)). 21. CETA funds will, to the extent practicable,-be used to supplement, rather than supplant, the level of funds that would otherwise be available for the planning and administration of programs under this Contract (section 703(31)). 22. It will submit reports as required by the Secretary or the County and will maintain records and provide access to them as necessary for the Secretary's or the County's review to assure that funds are being expended in accordance with the purposes and provisions of the Act, including the maintenance of records to assist the Secretary or County in determining the extent to which the program meets the special needs of disadvantaged, chronically unemployed, and low income persons for meaningful employment opportunities (sections 703(12) and 311(c)). i Initials: Contra or County Dept. 0O 724 ASSURANCES AND CERTIFICATIONS (CM Title M Programs) Number 28 - 401 - 5 23. Its program will, to the maximum extent feasible, contribute to the occupational development or upward mobility of individual participants (section 703(13)). 24. Its program has adequate administrative and accounting controls, personnel standards, evaluation procedures, availability of in-service training and technical assistance programs, and other policies as may be necessary to promote the effective use of funds (section 703(14)). 25. Its program makes appropriate provision for the manpower needs of youth in the area served (section 703(15)). 26. Individuals receiving training on the job shall be compensated-by the employer at such rates, including periodic increases, as may be deemed reasonable under regulations prescribed by the Secretary, but in no event at a rate which is less than the highest of: (a) the minimum wage rate specified in section 6(a)(1) of the Fair Labor Standards Act of 1933; (b) the State or local manimuta wage for the most nearly comparable covered employment; (c) the prevailing rates of pay for persons employed in similar occupations by the same employer; or (d) the --in-fon, entrance rate for inexperienced workers in the same occupation in the establishment or, if the occupation is new to the establishment, the prevailing entrance rate for the occupation among other establishments in the community or area or any minimum rate required by an applicable collective bargaining agreement. 27. It will comply with the labor standards requirements set out in section 706 of the Act. 28. Services and activities provided under this Act will be administered by or under the supervision of the Contractor (sections 105(a)(1)(B) and 205(c)(1). 29. No funds made available under the Act shall be-used for lobbying activities in violation of 18 USCA 1913. 30. For contracts and subcontracts in excess of $100,000, or where the contracting ' officer has determined that orders under an indefinite quantity contract or subcontract in any year will exceed $100,000, or if a facility to be used has been the subject of a conviction under the Clean Air Act (42 U.S.C. 1857C-8(c)(1)) or the Federal Water Pollution Control Act (33 U.S.C. 1319(C)) and is listed by the Environmental Protection Agency (EPA) or is not otherwise exempt: (a) no facility to be utilized in the performance of this Contract has been listed on the EPA List of Violating Facilities; (b) it will notify County, prior to award, of the receipt of any communication from the Director, Office of Federal Activities, U.S. Environmental Protection Agency, indicating that a facility to be utilized for this Contract is under consideration to be listed on the EPA List of Violating Facilities; and (c) it will include substantially this assurance, including this third part, in every non-exempt contract or subcontract. B. Additional Assurances for Title I Programs. i. In carrying out programs under Title I of the Act: !' 1. Manpower services, including job development, will be provided to those most I in need of them including low income persons and persons of limited English-speaking ability, and that the need for continued funding of programs of demonstrated effectiveness. is considered in serving such persons (section 105(a)(1)(D)). 2. Programs of institutional skill training shall be designed for occupations in which skill shortages exist (section 105(a)(6)). i Initials: . Cont or CountyT,ept. r -3- 00'720 ASSURANCES AND CE.�TIFZCATIOhS (CETA Title ZE Programs) Number 2 8 ` 4 0 1 — C 3. Its program meets all the requirements of section 105 a v� will comply with all provisions of the Act (section 105(b)). ( ) and the Contractor 4, It will make such arrangements as are prescribed by regulation to assist the Secretary of Labor in carrying out his responsibilities under sections 105 and 108 of the Act (section 105(a)(7)). 5- Special consideration will be given to the needs of eligible disabled veterans, special veterans, and veterans who served in the Arced Forces and who received other than a dishonorable discharge within 4 years before the date of their application. Contractor, in selecting participants for programs funded under Title I of -Phe Act, shall take into consideration the extent that such veterans are available in the area. Specific effort should be made to develop appropriate full or part-tine opportunities for such veterans. The Contractor should utilize the assistance of the State and local veterans employment service representative is formulating its program objectives. On d continuing and timely basis, information on job vacancies and training opportunities funded under Title I of the Act shall be provided to the State and local veterans to representative for the purpose of disseminating employment service 104(b) of Emergency Jobs and Un Assistance Act 19 eligible veterans (section Unemployment Assistance Act of 1974), Initials: (� Ca+t actor Count Dept. - j i 00`72fi -4- t 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 Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled immediately by written mutual consent. b. Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to,monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including.any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -l- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the head of the County Department for which-this Contract is made or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part-of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with-any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of' the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractnr 2somises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing 'body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the 'identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminato-'v Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, ,national origin, or ethnic background, and that none shall be used, in'whole or in part, for religious worship or instruction. (A-4616- tREV b176) -2- 00 M C f' ,i fd .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. OU r29 (A-4616 REV 6/76) -3- IN VIE COUNTY BOARD OF EDUCATION! OF CONTRA COSTA COUNTY, STATE OF CALIFORRIA In the M;atter of Resolution ) Authorizing Signatures in j Absence of County Superintendent) Resolution.14o' 3` 76=77 WHEREAS, governmental agencies need assurance that properly authorized' signatures appear on project agreements and other required contracts, and MEREAS, Floyd I. Marchus, County Superintendent of Schools, may not always be available to sign documents within the designated time, VOW, THEREFORE, BE IT RESOLVED that these agencies be informed that the. follotiring individuals have been duly authorized to sign all legal documents -for the Contra Costa County Superintendent of Schools Office: Robert Fifield, Associate Superintendent, Administrative Services Richard Keefe, Associate Superintendent, Special Education. Robert H60es. Accountant - • EdAth Cotler, Administrative Assistant PASSED AND ADOPTED THIS 8th day of September, 1976 by the.follouing vote of the Board: AYES:. - (4) Ruiz, Dowling, Bardellini, Spears NOES: (1) Martin ABSENT: (2) Arteaga, gauzy ' I HEREBY CERTIFY that the foregoing is a true and correct copy of the. resolution approved by said Contra Costa County'Board of Education on September 8. 1976 President,;Contr ' Costa County Board of Education FMd:RF:l s 00730 NON In the Board of Supervisors of Contra Costa County, State of California rdav 17 , 19 77 In the Matter of Nonfinancial Agreement #28-419-7 with the State Board of Education Z. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Nonfinancial Agreement #28-419-7 with the State Board of Education (State #77-03807-9998-5990, Modification 12) to increase the amount of State CETA Title I funds to be expended by the State during FY 1976-77 (10/1/76-9/30/77) from $144,784 to $176,034.39 for the vocational education of CETA participants residing in Contra Costa County, and under terms and conditions as more particularly set forth in said agreement. PASSED BY THE BOARD on Kay 17, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisor cc: County Administrator ofPuced this L-•+-t.dcy of - 79 County Auditor-Controller ` County Manpower Project Director ( J. R. OLSSON, Clerk State Board of Education By \-d rte, C .S�,...�,w , Deputy Clerk Billie C. 30uidd 00 731 SD•d H-24 776 11m State;;cc-j" CECA-Wel.(7-76) y arigimh S copies Nonfinancial Agreement Signature Sheet unda the Comprehensive Employment and Training Act of 1973. (P.L 93-203,Section 112) / ,L 28 - 419 - 7 1. Prime spunwr• 2.Nonfinancial agreement number ' t Board of Supervisors 9191918 5 9 9 0 Contra Costa County Modification - 651 Pine Street number 2 Martinez, Ca. 94553 State Board of Education California State Department of Education 721 Capitol blall Sacramento,CA 9S814 3. Contact person' Don Crawford 4. Period covered by agreement: Director, :hnpover Project (415) 671-4239 10-1-76 Hugh 9-30-77 Title Pltolee oeobet S. Agraement: Pursuant to Section i t'_(c)of the Comprehensive Employment and Training Act of 1973(P.L 93-203).this agrftrmnt is entered into by the State Board of Education and(name of prime sponsor) Board of Supervisors, Contra Costa County This agreement 4vnsL-U of this sheet,the program planning and budget infor atiotr summaries.and the program narrative. As per this agreement the California State Brand of Educatiun is committed to provide fur ilea prime sponsor alta needed vocational education services and training outlined in the program narrative.The training and services will be provided upon receipt of funds from the Governor. 6. Estimated costs of training and services by cost category: ' t Estimated costs Modification Cost category Code Prior (+or j New Administration 306 14,479.( 3,125.0 17,604.00 Traidilig 307 9,122.0 27',844.39 156,966. All". 308 services 3og 1,183.( 281.00 1,464.00 TOTAL 44.784.LV 31,250.391176,034.V 7. Approves}by pn �! 8. Approval by State Board of Education Signatun �r Signature. ,/ Name and title: W. N. BG^ygass Cftairr�..^., �' :d Of Sup_rvi_R16 and tick: ►" MAY 17 i97T MiaoWwAd w;a:t :joard order Dale: Date: ' srATt: of cAt 11 oK.IAProgram Planning and Budget Information Summaries oT� '-t'-'6' Special Grant-Vocational Education 5copics Under the Comprehensive Employment Training Act of 1973 (P.L.93-203,Section 112) I'riane sponsor Board of Supervisors/Contra Costa County Nonfinancial agreement number Don Crawford 7 7 0 3 8 0 7 9 9 9 815 9 9 0 Contact person: Modification number 2 Phone:( 417 671-4239 1. Program Planning Summary Number of participants,cumulative by quarter,fiscal yeac•to-date 12/31/ 3/31/ 6/30/ 9/30/ Vocational education enrollment transactions (a) (b) (c) (d) A.Total enrollments Sum of A.1 throu a A3 40 89 137 160 1. Participants entering this fiscal year from regular CETA 40 89 137 160 2. Participants entering this fiscal year from outside regular CETA -o- -0- -0- -0- 3. Participants carried over from previous fiscal year - - -0- -0- B.Total terminations(Sum of B.1 through 6.4) 0 51 78 140 1. Entered employment 2 5 10 15 2. Other positive terminations 18 34 49 99 3. Transfer to regular CETA -o- 6 10 12 4. Nonpositive terminations -0- 1 6 9 14 C.End-of-quarter enrollments(planned)(A minus B) 20 38 59. 20 11. Budget Summary Funds available Carryon from New funds, Planned expen- Estimated unexpen- previous fiscal current fiscal ditures.this ded funds,end of year year Total(a+b) fiscal year fiscal year(c--d) Cost categories Code (a) (b) (c) (d) (e) A.Administration 306 3,125.00 14,479.00 17,604.00 16,042.00 1,562.00 B.Training 307 27,844.39 129,122.00 156,966.39 143,045.39 13,921.00 C.Allowances. 30S -0- -0- -0- -0- -0- D.Services 309 281. 0 1,1 3.00 1,464. 1,323.00 141.00 160,410.39 E.Total 31,250.39 144 784.00 176 034.39 111. Cumulative Quarterly Projections of Commitments and Expenditures Amount projected,fiscal year to date 12/31/ 3131/ 6/301 9,130/ Activities (a) (b) (c) (d) A.Total vocational education funds committed 126,408.00 144 784.00 169 784.31 17b 034.39 B.Total projected vocational education expenditures(Item 8.1 plus item 11?) 43 864.00 96 825.00 13I 218.00 160 410.39 Projected expenditures for classroom training 317 43 864.00 96 825.00 131 218.00 160 410.30 Projected expenditures rot scrviccs to participants 315 1 250.00 592.00 1 003.00 1,323.00 DIM1r DS 10362 7-76 500 u� f� x Moog* State of California (Tentative) CETA-VE-3 (2-77) 2 Originals 5 Copies NON-FINANCIAL AGREEMENT PROGRAM NARRATIVE A detailed explanation of the following five areas will be developed by the prime sponsor for the expenditure of the Governor's Vocational Education funds available for the prime sponsor's area. • Needs and objectives for vocational education training and services activities, a Vocational education training and services activities to be provided. Results and/or benefits expected from the vocational educa- tion duca-tion training and services activities. • Linkages provided by the prime sponsor, sub-grantee or other agencies with the program training and services activities. • Standards by which the prime sponsor will judge the effective- ness of the vocational education training and services. The spaces provided should be adequate to provide the basic information required. Extra pages may be added if necessary to complete the information. 1.1 How was the need for vocational education training and/or services established? Include evidence that there is reasonable expectation of employment in the occupations for which the participants are to be trained. This modification to include unexpended funds for FY 74-76 will be used for individual referrals for cerk Title I enrollees to various vocational training facilities. The goal of this program will be to provide vocational training on an individual referral basis for CETATitle I enrollees. These individual referrals will be utilized to place clients in Programs not currently available through the County`s Title I program. Individuals trill be provided intensive counseling prior to referral. These training slots will be with private and public schools approved by the Bureau of Schools and approved for individual referrals by the vocational Education Office. These referrals will be made by a cETA counselor after consideration of client's interests and abilities and the employment outlook for that occupation. The most current information available, from both published sources (EDSR/DOL), as well as localized surveys conducted by this office, will be made available to cETA counselors. in addition, individual referral graduates will be referred to the CETA Job Development component for placement. 0034 �c LobS- #0 a EE d a+W -r d q: �., ob r go CQ Com, - o.1— IOU O 1-W N L3—W to ` '.. .. 3 i r N W 1-- sr C U Q - Q J J Q LL tee-i.> S- ,p - - Y A d - N F- Wcm - O co > �r V Q A v v V- d - ra v- ci o i p += 0073519 - f7 r i1 N C1 O t State of California (Tentative) CETA-VE-3 (2-77) 2 Originals 5 Copies NON-FINANCIAL AGREEMENT PROGRAM NARRATIVE A detailed explanation of the following five areas will be developed by the prime sponsor for the expenditure of the Governor's Vocational Education funds available for the prime sponsor's area. Needs and objectives for vocational education training and services activities. Vocational education training and services activities to be provided. Results and/or benefits expected from the vocational educa- tion training and services activities. Linkages provided by the prime sponsor, sub-grantee or other agencies with the program training "and services activities. Standards by which the prime sponsor will judge the effective- ness of the vocational education training and services. The spaces provided should be adequate to provide the basic information required. Extra pages may be added if necessary to complete the information. 1.1 Now was the need for vocational education training and/or services established? Include evidence that there is reasonable expectation of employment in the occupations for which the participants are to be trained. This modification to include unexpended funds for FY 74--76 will be used for individual referrals for CETA Title I enrollees to various vocational training facilities. The goal of this program will be to provide vocational training on an individual referral basis for CETA Title I enrollees. These individual referrals will be utilized to place clients in programs not currently available through the county's Title I program. Individuals will be provided intensive counseling prior to referral. These training slots will be with private and public schools approved by the Bureau of Schools and approved for individual referrals by the Vocation , Education Office. These referrals will be made by a CETA counselor after consideration of client's interests and abilities and the employment outlook for that occupation. The most current information available, from both published sources (ED6B/DOL), as well as localized surveys conducted by this office, will be made available to CETA counselors. In addition, individual referral graduates will be referred to the CETA Job Development component for placement. OU r3� State of California (Tentative) CETA-VE-3 (2-77) 2.Originals 5 Copies 2. For each recommended or prospective Deliverer of Services, describe the following: 2.1 The training activities to be provided by,each Deliverer- of Services. 2.2 The service activities to be'provided by eachf`Deliverer of Services. Include any Deliverer of Services who will have an activity funded through the Governor's special grant for vocational education. Under this modification, Vocational Training will be provided.for;,additional CETA Title I enrollees through individual referrals. A variety of different services providers, both public and private, will be utilized. The final decision on a particular service provider will be determined by_the;CETA Counselor and the client. Estimated costs are as follows: Administration: C+) $ 3,225.00 Trig: ' (+) 27,844.39 Allowances: Service: +); 281.00 TOTAL: (+) $31,250.39 $.. •i x zs r1 x'ti 'k.S."V-1 L w� ,r44 f e f� ' s."E '" .r; .ta kr rga Y r� i�T ♦fix Z-0 •.:» '• r 'F fi. r n. a�73S A ['1 G tJ C� vV 7 d t!s a �I d Y ' � Q v d O i m d ii11�3� f� G t/� O +r v- O .r c L J Y Ce)� ry � 61 State of California (Tentative) CETA-VE-3 2 Originals 5 Copies (2-77) NON-FINANCIAL AGREEMENT PROGRAM NARRATIVE _. 3. The results and benefits expected of each component from:the training and ser- vices activities including evidence of reasonable expectation of employment. 3.1 List the results and/or benefits expected from the vocational training and service activities.. Include significant segments to be served, the outcome desired, the level of achievement. The objective of this modification is to provide individual referrals of an additional 27 CETA Title I enrollees. Upon completion of training, the Prime Sponsor, through its subcontractors, will work intensively for these graduates. Due to the lateness of.this-modification, it is expected that only 7 of these additional referrals will have been terminated by the end of the program year. j ti { 'r ty kj f. s F3(I1 00 100 d State of California - (Tentative) CETA-VE-3 ' (2-77) 2 Originals 5 Copies NON-FINANCIAL AGREEMENT PROGRAM NARRATIVE 4. Linkages of the special grant/vocational education 5% with training and services activities with the prime sponsor and other subgrantees or agencies (e.g. re- cruitment, intake, referral, allowance payments, placement, counseling, etc.) 4.1 What agency will be responsible for intake and enrollment and how will intake and enrollment be conducted? The CEU Unit (diagram attached), subcontractor to the Prime Sponsor, is responsible for the intake, counseling, referral, and eventual job placement of CETA Title I enrollees within their geographic area- 4.2 What agency will be responsible for the payment of allowances? (If this activity is funded with special grant/vocational education 5% funds briefly describe the payment system). The Prime Sponsor provides training allowances and supportive services for all individual referrals under this program- 4.3 What agency will be responsible for placements? The individual CET& units are responsible for job placement of their individual referral graduates. 4.4 What agency will be responsible for recording the Quarterly Summary of Participant -Characteristics information? Information for the QPSC will be compiled and submitted by the Training Resources Coordinator of the Manpower Project office in concord- 4.5 Explain how the Quarterly Summary of Participant Characteristics will be reported to the Manpower Education unit. The QPSC will be compiled and submitted by the Manpower Project office in Concord. 00737 00737 f -- State of California (Tentative) CETA-VE-3 (2-77) 2 Originals 5 Copies 4.6 Provide assurance that participants will be covered by the prime sponsor's affirmative action plan. The CETA Affirmative Action Plan will pertain not only to those intaken into CETA, but also to those referred to training and to all other CETA components. 4.7 Provide justification if non-positive termination rates (Part I of CETA-VE-2) exceeds 20%. N/A 4.8 Provide an explanation of how vocational education 5% training and services are being coordinated with the prime sponsor's CETA Title I grant activities. The Prime Sponsor makes allocations of Voc Ed funds to each of the four geographic CETA Units who are responsible for the actual referrals. The Voc Ed individual referral program has been developed as an integral part of our CETA Title I counseling and referral program. 5. Standards by which the prime sponsor will judge the effectiveness of the vocational education training and services. (One standard is the achieve- ment of the stated objectives in 1.2) The Prime Sponsor assumes responsibility for monitoring and followup of all Voc Ed individual referrals as a part of its overall monitoring and evaluation of the CETA Title I program (for details see section 5 of the Non Financial Agreement #77-03807-9998-5990 for FY 177). 6. List all equipment having an acquisition cost of $1,000 or over to be purchased for vocational education training and/or services. Identify activities in which equipment will be used. N/A s ;;. + 00738 w+�x�•j-�t .w�._�• .� .. :-slwF�li�^r�.ti .. ..f-.r ., 's ' ..`',-. .�..y• ..r. CETA UNIT - OVERVIEW •' - '%� _. A. Orie:etational Structure of CETA Unit "-'.odei Ax .the coaclusios of tt�s secsioa'o: the JUP is a diesc=:of tar_ =od_I that will be used 'is all CIA Units in FY'977, i.e., October 1, 1976- September 30, 1977. An explanation of the pri:arr rezpozslbilities of each cocpoaeat of the Cs U'Unit is outlined-balms. S. Primary Resnocsibilitles of each CEPA Unit Comoonent 1. Oriemtation/Pre assessment/Referral/Eeferval Fo12oa-uo a. Provide all potential CM enrollees with an understanding of the purpose of the CEPA Title I program and' the.services C Ma can provide--in a zmasiner that-is clear to all enrollees. b. Effectively test the basic reading and rathecatical skills of, of all CEPA Title I applicants. c. Accurately assess the vocation] interests, aptitudes, s'ldlls and work experience of'all potential,enrollees. d- . Complete a CETA Title I Intake Form for each potential CM • enrollee (for subsequent processing if and when and enrollee is • accepted into the CETA Program). e. Complete an Employment Application. (Form A-4626) for all, potential CCEIL Title I enrollees. f. Hake arrangements for assistance from other social agencies for potential enrollees whom counselors feel bave self-support barriers, employability barriers, basic 51d11 levels barriers or other individual problems which render then unable to benefit from CETA Title I services at this time. • g. Provide effective follow-up on all potential CETA Title I enrollees who have been referred to other social agearies.to ensure they received the services for which they were referred. 2. Intake . a. Process all correctly-completed Intake Forms and rake appointments with a CEPA Unit co-aselor for each applicant accepted into the CE3A Title I program. 3. Counseling . a. Prepare an Employment Development Plan (EDP) for all CErA Title I enrollees. b. Hake appropriate referral of enrollees to: , (1) XEL4 classroom training programs- Private vocational sebool O� l3� (2) programs (52-week I;=itat;as (3) Public school programs (52-week limitatioa). (+4) Work experience program (3-month 11=1tatirr) (5) Job Developer for placement in Om-ci:&—job Trsl:si»P, .(QT; programs (52-week I"- =tioa) (a) Job Developer for Job Detelo?-_rs::/?Is.:rwese see.r_a: e. C2:!•..:t folio:.--cp of enra.bees referred to one C-If Id n_ifled in "a" above :3 rasera c:•-e EPP is being icLfi__ed a=1 :a ersero enrollees' supp.,rzl a sarri e needs a-.* beis»S -.et by. OCTA or an, ou-ts!:'e :sic:ry. -� ..: .. 4. Job U•vclopaitnt •_„•.-...:• .:.:.=iire.=�.-1 .�•+-.-:.ter a. In response to enrollee EDP's,. develop appropriate jobs 'and place enrollees in suitable jobs. - -( b. In response to enrollee ED?'s, develop ar._opriate OJT slots and place enrollees 4- these slots. c. 34-ca:: effective ongoing contact with eaployers of a 11-aas placed in OJT slots and in permanent jobs in order to be atere of enrollees' progress and needs. d. t'ainrain. effective ongoing contact with employers of enrollees placed in OJT slots and in permanent jobs in order to deter=- 'na eaployers' co.=itaent and ability to fulfill their respca sibilities to enrollees. 5. Job Finding Workshops a. On a regularly scheduled basis, conduct Job Finding Workshops which enable enrollees to: (1) satisfactorily identify their vocational goals and objectives; and (2) acquire the self-confidence and job-acquisition skills to obtain their own jobs which are con- sistent with their vocational goals and objectives. b. Conduct follow-up on enrollees after their completion of Job Finding Workshops in order to determine: (1) the enrollees' ability to acquire their own positions; (2) the nature of the problems enrollees . may be having is their job search; and (3) how the effectiveness of� the Job Finding Workshops may be strengthened. -` CErk WIT IMDM FOR T-Y 177 . Pre-Orientation b Assessment Other Social Services will iaaludes: assist persons who need h--.- (1) Orientation to CETA S PRE- with: Services Available ORIENTATION/ -(L) Self-Suppo- (2) Assessment of Basic ASSESSMMU/ - -Barriers Educational Level • REFERRAL/ (2) 'Employabi3. (3) Assessment of Vocational REF. -UP Barriers Interest OTM (3) Basic Skil: (4) Employment Application SOCIAL- Level Barr: A--4626 [SERVICES (4) Other indio 0 dual needs COU:�lSELOS _ - (EDP) _ (Pre-Orientation/Assessment/Referral) - (Actual Enrollment in CETA I) e WIT •t' 1 �`i i t (INYAI:E) • t COUNSELXIC c UNIT � J03 1c�3 C07 In the Board of Supervisors of Contra Costa County, State of California 14av 17 . 19 In the Matter of CETA Title IiI SPEDY Grant Modification 129-801-11 For 1977 Start-Up and Planning Activities The Board having considered the recommendation of the Director, Human Resources Agency, regarding acknowledgment and approval of a unilateral grant modification (County 129-801-11), received from the-U. S. Department of Labor (DOL #06-5004-32, Mod. #706), to the County's current CETA Title III Grant for a Summer Program for Economically Disadvantaged Youth (SPEDY), said grant modification representing federal approval of the Board's request of April 19, 1977 to expend $68,532 in federal funds which remain unexpended in the County's current CETA Title III SPEDY Grant for certain start-up and planning activities to be conducted from March 21, 1977 through June 13, 1977 in preparation for implementing the 1977 SPEDY project in June, IT IS BY THE BOARD ORDERED that said unilateral grant modification is ACKNOWLEDGED and APPROVED, and IT IS FURTHER ORDERED that the Chairman is AUTHORIZED to execute said grant modification document. PASSED BY THE BOARD on May 17, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Orig: Human Resources Agency Witness my hand and the Seat of the Board of Attn: Contracts S Grants Unit Superwsors cc: County Administrator - affixed this i --h day of `iav 19 77 County Auditor-Controller County Manpower Project C J. R. OLSSON, Clerk Director Department of Labor By, e-, % Deputy Clerk B=_llie 0. Bots a H Z3 316 ISm OO'741 biiiie u. gouda H-Z6 3�6 Ism 00741 = . 29 - 80 1 - 11 c.a...r.r 3.r. r73l:S (:15.:.:r.. :••+:-C�=41a-.a ' Ir.w•-.a:Sru..r G�.•_i:. ..IZUA U2: :.r= 1 �, .....•. ... _,,....r..* . - -�- ���..-.. I-o6-5oo4-32 I 7o6 U. S. Department of Labor : lBoard County of Contra Costa45o Golden Gate Avenue of Supervisors, 651 Pine Street i San Francisco Caiifornis 9:102 Wartinez California 94553 w rAsn.r r'ln-.SpowaYl G.-z-_.. - IS.—== sr-- s»:e=wit-:5:p.ar:==r::... ��'.ea::.-•r: ::s:.:ar�=:s:s:.a».-x::al sr�.-��:.-..:-�s::::5s_-:-o:=-a:-::. � • r Y:.rte.. M) ..=�-:.t ar.._ rze a.� _:2Cad r_"wj r� 6/23/75 _ 4-30-77 _..-3:IGA::cti dam Mqt the feivic ;.as e:aawr = :3 rte•••+•tel s 1,387,205 :• .•• 1 _ •�s:.r.�mesas 1 - - • IT= 1 t:« 1:Y 461 74 1 FY s$ 76 r rV r:: 77 :- s I . j : I lswspw I ( 1 1 ( • 1 1 1 I. o-'"' Summer 622i,509 t 7T4,696 1 1-38T.205 612,5o9 i 774.696 I ?r3137r205 • N/A ;.:=is--Sr a:.`^::x::w•'-:!: ZL.hjr= of h---- -.::»:as f2•.=::a+»t_UC::w=:r:•'t:a .S a s:s-.d"mats:»t.-:;It Fan: .:a''a= LI : r1"-fCiLUrt C.13Y L:�f a:CZ}�-t��e Z3»��Dwit}��. w....L ARTHUR OUGU.S ~-..L MAY 17 1977 i 'I" an, Boa--d oPimpervisors 21 - - 742 F. This modification authorizes the prime sponsor to incur c f25d'1 1 7" for the plannin�h of the FY 1977 surtner orovam. Mivofilmed with boord order ' Health-M-dical-Social Service .Human Resources Agency Contra C.L VanMarter Manpower Project Costa Director 2401 D Stanwsll Dr..No.440 County Concord.Califomia 94520 �`1 (415)671-4239 Nancy Van Hut}d Z. Director � April 12, 1977 Mr. Del. Perkins, Field Representative U.S. Department of Labor - Employment and Training Administration 450 Golden Gate Avenue San Francisco, California 94102 Dear Mr. Perkins: Ia accordance with CETA Regional Bulletin No. 19-77, the Contra Costa County Manpower Project, administrator of the CETA Title I program for the Board of Supervisors, is submitting the information contained below. The Title III SPEDY program will be conducted by the County Superintendent of Schools Neighborhood Youth Corps Project. Starting March 21, 1977 the Neighborhood Youth Corps began hiring administrative staff and began the process of planning and preparing for the implementation of the 1977 SPEDY Sumer Program for Economically Disadvantaged Youth. The schedule for the hiring of staff will result in the filling of the positions listed immediately below on or before the dates indicated opposite those positions. 1 Deputy Project Director ;larch 21, 1977 1 Payroll Clerk Hay 1, 1977 8 Clerk Typists April 1, 1977 and May 9, 1977 5 Program Coordinators April 5, 1977 25 Youth Counselors May 9, 1977. The activities which will be conducted during this planning period will include: 1. The orientation and training of the aforementioned staff concerning the policies and procedures of CETA Title I and Title III; 2. The development and establishment of administrative and operational plans, procedures, manuals, and other Material (April 29, 1977); 3. The establishment of field offices in communities Where the target . population which will be served resides (:fay 1, 1977); 4. The development and organization of resources in inter-agency relation- ships to support and augment the operation of the Simmer Program (April 15, 1977); 41)`743 Hr. Del Perkins April 12, 1977 Page Two - 5. The dissemination of information to the general public informing them of the summer program (April 29, 1977); 6. The development and distribution of application materials for use by prospective enrollees (Hay 9, 1977); 7. The provision of pre-job placement orientation for youth partici- pants (Hay 23 and June 3, 1977); 8. The contacting of potential employers and the development of subsidized Mork experience opportunities for youth in the public and private sector (April 11,•1977 and continuing throughout the- summer program); 9. The orientation of worksite supervisors (June 3,. 1977); 10. The development of a Remedial Education Program for program participants (April 11, 1977) 11. The establishment of cooperative relationships or linkages with other Manpower or Manpower-related agencies, especially agencies serving youth (Hay 9, 1977). Enclosed with this letter is a copy of the Detailed Expenditure Schedule w the N orhood Youth Corps will follow during the planning period. er Chairman, Board of Supervis rs cc: Al Prince Michael Baiad Nick. Gonzales 00744 • COUNTY SUPERINTENDENT OF SCHOOLS SUMER PLANNING March 21, 1977 to June 13, 1977 "Detailed Expenditure Schedule" Admin.. Services ITotal aI ' ' . . . . 44 129.00 9,879.00 54,008.00 Fringes 2,176.00 298.00 2,474.00 Rent 2 500.00 500.00 3,000.00 Telephone 2,333.00 467.00 2,800.00 Travel 1,666.00 334.00 2,000.00 Supplies 433.00 67.00 500.00 Equipment ..' ' 1,566.00 � � � 2.000.00 8 of A 150.00 -------- 150.00 Advertisemerit ' 500.00 -------- 500.00 Indirect Cost 1,61% 1.100.00 -------- 1,100.00t 56 653.00 11,879.00 68,532.00 #Subject to approval per DOL regulations "This is the Official Detailed Expenditure Schedule for Summer which sets out the line item needs 0 "XV.- ,C6?trdcj:§k R presentative Date , ' y7 C iA Fiscal. Analyst Date 'x"47 In the Board of Supervisors of Contra Costa County, State of California April 19 , 19 77 In the Matter of Request For Federal Approval of Start-Up Activities to Prepare for the 1977 CETA Title III St—er Program for Economically Disadvantaged Youth (SPEDY) The Board having considered the recommendation of the 'Director, Human Resources Agency, regarding submission of a request to the U. S. Department of Labor, pursuant to CETA Regional Bulletin No. 19-77 . (dated 3)15/77), for approval to expend $68,532 in federal funds Which rPma�„ unexpended in the County's currently effective CETA Title III Grant (DOL Grant No. 06-5004-32), for certain start-up and planning activities to be conducted by the County Superintendent of Schools under contract with the County, during the period from March 21, 1977 through June 13, 1977, to prepare for implementation of the CETA Title III SPEDY Project in June of 1977, IT IS BY THE BOARD ORDERED that said request is APPROVED, and IT IS FURTHER ORDERED that its Chairman is AUTHORIZED to execute a formal request letter for submission to the U. S. Department of Labor, as recommended by the Director, Humane Resources Agency. PASSED BY THE BOARD on April 19, 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. Orig= Human Resources Agency" Witness my hand and,the Seal of the Board of Attn: Contracts b Grants Uait SupeWssors cc: County Administrator of-rued this�9thday.of_April ;.19 77 v County Auditor-Controller J` County Manpower Project Director t� ' U. S. Department of Labor js J. R. OLaSON; Clerk By �l}r•2.�-f.3' I+1 t`n+c_P t Adpur/ Clerk )oro* Xac,9- on=ld ' 00746 RJP:dg 11 In the Board of Supervisors of Contra Costa County, State of California May 17 ,.19 77 In the Matter of Refund of Cash Deposit, Subdivision 4037, Town of Horaga The Board on May 15, 1973 having approved an agreement with Russell J. Bruzzone, Inc. for the installation and completion of public improvements in Subdivision 4037, Horaga area; and The Public Works Director having reported that the Town of Horaga on May 4 , 1977 accepted the aforesaid improvements as complete and authorized the County to refund the cash deposited as surety; IT IS BY TETE BOARD ORDERED that the Public Works Director is AUTHORIZED to refund to Russell J. Bruzzone, Inc, the $500.00 cash deposited to insure completion of improvements, as evidenced by Deposit Permit Detail No. 109711 dated Hav 2, 1973. PASSED by the Board on May 17, 1977. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Originating Department: PW Witness Witness my hand and the Seal of the Board of Land Developcent Division Supervisors affixed thisl 7rh day of_ sra� 19 L cc: Toon of Horaga Public Works Director-LD J. R. OLSSON, Clerk Russell J. Bruzzone, Inc6? 899 Hope Lane By �� Deputy Clerk Lafayette, Calif 94549 Jean L. Miller H-24 3/76 iSm ( 11 "147 s _ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Urging ) Endorsement and Approval ) of Association of Bay Area ) Governments (ABAG) Grant ) May 17, 1977 Application for Emergency ) Medical Services Funds. ) The Board on March 29, 1977 having authorized its Chairman to execute a summary application for emergency medical services funding to be submitted jointly with Alameda County to the Department of Health, Education and Welfare (HEW); and The Board on April 26, 1977 having approved a Joint Powers Agreement with Alameda County for receipt of HEW grant funds to conduct emergency medical services operations in both counties; and Supervisor E. H. Hasseltine having advised the Board this day that the aforesaid application for grant funds has gone through ABAG's A-95 review process (clearinghouse) even though HEW had previously determined that ABAG is not the appropriate agency to receive grant funds inasmuch as it does not directly administer emergency medical service programs; and Supervisor Hasseltine having further advised that the staff of ABAG's A-95 Review Committee has advised that it will recommend disapproval of the grant application of Alameda and Contra Costa County because the Joint Powers Governing Board of the East Bay Emergency Medical Services Region has indicated that it would not necessarily grant the coordinating contract work to ABAG; And It having been =oved by Supervisor Hasseltine and seconded by Supervisor R. I. Schroder that this Board instruct its representa- tives to urge the ABAG Executive Board to endorse and approve said grant application and to express this County's opposition to the A-95 Review Committee's recommendation that the application be disapproved; and Supervisor J. P. Kenny having indicated he could not support the motion because it is in opposition to his position on the ABAG Board, the vote was as follows: AYES: Supervisors N. C. Fanden, R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: Supervisor J. P. Kenny . ABSENT: None. Supervisor Hasseltine having recommended that the Department of Health, Education and Welfare be advised that this County considers decisions reSarding the operation of the Emergency Medical Services Prozran, including the issue of contracting for services, to be the respcnsiblT_ity of the East Bay Medical Services Joint Posters Governing Board; IT IS BY THE BOARD ORDERED that the reco=endation of Quperv_zor Hasseltine is APPROVED. PASSED by the Board on May 17, 1977. CERTIFIED COPY cc: Director, hunan Resources Agency I certify that this, i- a tell. tri.-t. & enrrftt cope of Ala:3eda County the original .:n.-u=...it ae:•rl: is r•r.ti:✓fa my o:tir✓. County's S a+. .i r an.l tha- !L �'a, t:. t a•:•;r,�.: b. th- ..rr r '' I' rd o. `y "A� Representatives Supp+:err of Ve •t.: t'.-ra I'u.:-r;,1•:.I:fnre:ia. on Emergency '� Me •1:.►r• N.4 r!. ATT!�: J. R. /;tom`t1\. County a._ zc .:t.dical Services ci�y�..t�:•dr....:r::of fa! 1>Y Dbp.ty(.-.rr;L Cct:r.`y Counsel f County Administrator _on •„ � /7. 1 77 �v i 1 In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Approval of Medical Specialist Contracts for County Medical Services IT IS BY TETE BOARD ORDERED that contracts with certain medical specialists listed by name and number below, effective May 1, 1977 through April 30, 1978, are hereby APPROVED, implementing Resolution No. 77/326 adopted April 19, 1977: Contract Number Name 26-801 Raymond Arnold, M.D. 26-802 Michael L. Cohen, M.D. 26-803 Henry Colony, M.D. 26-804 John C. Dittmer, D.D.S. 26-805 Roger Greenwald, M.D. 26-806 Gerald G. Hirschberg, M.D. 26-807 John W. Hutchison, M.D. 26-808 William H. Jervis, M.D. 26-8A9 Marston Leigh, M.D. 26-510 F. Jerry Mattka, D.D.S. 26-811 Steven M. Murphy, M.D. 26-812 Theodore•R. Purcell, M.D. 26-813 Nathan D. Schultz, M.D. 26-814 Robert Swanson, M.D. IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZES to sign these contracts on behalf of this Board. PASSED BY THE BOARD on May 17, 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. Orig:' Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts S Grants Unit Supervisors cc: Countv Administrator affixed this 17th day of Mav 19 77 County Auditor-Controller County Medical Services J. R. OLSSON, Clerk Contractors % Pf..44.6 Deputy Clerk Maxine M. Keufe]A H-243/76 15m 00 749 f >., tra Costa County Standard Form MEDICAL SPECIALIST CONTRACT 1. Contract Identification. Contract p 2 Department: Medical Services Subject: Provision of Special Otology, Laryngology, Rhinology 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: Raymond Arnold, M.D. State Medical Capacity: Individual License # A11277 Address: 3470 La Caminita; Lafayette, Ca. 94549 3. Terms. The effective date of this Contract is May 1. 1977 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written =utual consent. 5. Pasant. (Board Resolution No. 771326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation/training session/medical procedure. b. [ l $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at tires and locations specified by the County Medical Director or Health Officer. Contractor uri11 provide service in the following speciality(ies): Otology, Laryngology, Rhinology If applicable, 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. 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, sicimess or injury to persons or property, including without limitation all . consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. .Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COL1'?1 OF CONTRA COSTA, IFOEL41L CONTRACTOR By By Designee Reco—ended for Approval Dated: Z 7:2 (Form approved by County Counsel) ,: ►�. . . ,.<<, t; _. . 00650. miaofilmed with board order Contract Number 6j^-nom_ Attachment Number 1 PREPAID HEALTH PLANT SUBCONTRACT REQUIRMENTS Pursuant to State Department of Health/County Contract 476-56983 (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 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 YHP 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. N-';3^_ ve`.r 31 77) -l- 00 751 ...-........._. -.... ....._.... . ..... -..._.. ............ ...: ......tea.-........ .... ... ... :. - ....... .. ... .... - - _... . .-. _ .. ... a;:;,��,�,;� .. .-........ .�jcntra Costa County Standard Fora f/ HEDIC3La L SPECLLST CONTRACTc QQ 1. Contract Identification. Contract G 6 2 8 0 2 Department: Medical Services Subject: Provision of Special Internal Medicine 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: Michael L. Cohen, M.D. State Medical Capacity: Individual License # G28277 Address: 130 La Casa Via, Walnut Creek, Ca. 94596 3. Term. The effective date of this Contract is May 1, 1977 and it terminates April 30. 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment_ (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable) a. [X] $ 40.00 per hour of consultation/training session/nfYJYZY Np7FJMXU. b. [ j $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): IntaCnal Medicine If applicable, 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. - 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assisament_ Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority_ This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA CONTRACTOR RV 61"4 A01��Ww� By_ Designee Recommended for Approval Dated: r ".rza..L.. (Fora approved by County Counsel) Microfilmed with board order 00 MR. PREPAID HEALTH PIAN SUBCONTRACT REQUMMENTS 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 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 notmakke assignment and/or delegation of this subcontract unless County has obtained prior written,approval of the.other.party and State.Department of Health_ F .„,,,,. a7.. t•s za3 w1I� h+� 3 .>,..e.s Kafir �6� - kntai. 4 .. .. w r 00`7 -2 t Contract Number_2 6 — 8 O 2 Attachment Number I PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County 129-609) 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 Departmenr 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. Departmeat'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 PIT'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. (x-:632 New 3/77) -1- 001530 PREPAID HEALTH PL-0 SUBCOYIRACT REQUIRM ENTS 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. 00755 _ Coiuety Standard Form MEDICAL SPECIALIST CONTRACT h Q �. 1. Contract Identification. Contract 2 6 - y O Department: Medical Services Subject: Provision of Special Neurological 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: lienry Colony, 14.0. State Medical Capacity: Individual License A15608 Address: 411 - 30th Street, Oakland, Ca. 94609 3. Tera. The effective date of this Contract is I-lay 1, 1977 and it terainates April 30. 1978 unless sooner terminated as provided herein. 4. Te=mination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. S. Payment_ (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation '/medical procedure. b. [X] $ 125.00 per consultation/ medical procedure. EEG - $50.00 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training is medical and therapeutic matters. Contractor shall render such special professional services at tines and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Neurology If applicable, 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. 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safery Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COL'NiY OF CONTRA COSTA CALIFOR.YIA CONTUCTOR i By By Designee Recommended for Approval Dated: 57 IK 3y 1 J (Form approved by County Counsel) . _ Microfilmed with board order 0075-it rJ a i i Contract Number26-8 2 Attachment Number 1 PREPAID HEALTH PLAY SUBCONTRACT REQUIRE.`MNTS 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 at 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 5I 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-563'_' New 3/77) -1- 001755) PREPAID HEALTH PLAN SUBCOMTRACT REQUIRE*MTS 13. 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 tce 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_ e, r� k a C 00tontra Costa County Standard Form MEDICAL SPECIALIST CONTRACT 1. Contract Identification. Contract o 20 4 Department: Medical Services Subject: provision of Special Oral Surgery 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: John C. Dittmer, DDS State Medical Ca?acity: Individual License 0 17266 Address: 1001 Rispin Drive, Berkeley, Ca. 3. Term. The effective date of this Contract is �,�ay 1� Ig77 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Pav-eat. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly docurented 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: [Complete either a or b, whichever is applicable] a. (X] $ 20.00 per hour of consultation/ ` medical procedure. b. [X] $ 40.00 per/consuliaion /medroical procedure. * $20.00 per hour after Ist hour 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and enerapeutic matters. Contractor shall render such special professional services at ti=es and locations specified by the County Hedieal Director of Health Officer: Contractor will provide service in the following speciality(ies): Oral Surgery If applicable, Contractor shall be subject to Attachment #1 "Prepaid Health Plan Subcontract Recuirements" attached hereto and incorporated herein, for services rendered to County Preiaid Health Plan_ - 7_ Independent Contractor Status. This Contract is by and between two independent i contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. S. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9_ Modifications and Amendments. This Contract may be modified or amended by a written docusmeht 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otheraise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Covernment Code Sections 26227 and 31000; Health and Sa=e:g Code Section 1451_ 13_ Signatures. These signatures attest the parties' agreement hereto: COEWLEY OF CONTR1% COSTA, CALIFORNIA CONTRACTOR By By 01161Z� Za 4gnee ' A Reco—ended for Approval Daped: ,2a �A277 33qj_� (Form approved by County Counsel) ?: . -o: :►r '! a':; 0° Microfilmed with board order 00 15q 0 Contract Number 2 6 — 8 04 Attachment Number I PREPAID HEALTH PLAN) SUBCOMMACT REQUIRF-MENTS Pursuant to State Department of Health/County Contract #76-56983 (County 129-609) effective December 30, 1976, Wa.,asaa-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 X1 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 --hat 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 docu- ntation 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-A632 New 3/77) .3 PREPAID HEALTH PLAN SUBCOWRACT REQUIRE`SENTS 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. ..J. ,. 0015 /Contra Costa Countv Standard Form I .y MEDLCAL SPECIALIST CONTRACT 1. Contract Identification. Contract V 2 6 — 80 5 Department: Medical Services Subject: Provision of Special Ophthalmology 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: Roger Greenwald, 14.0. State Medical Capacity: Individual License # C3359A Address: 1923 Park Meadow, Danville, Ca. 94526 3. Term.%The effective date of this Contract is Pay I . 1977 and it terminates April 30. 1978 unless sooner teT7Rinated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. S. Pavment. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation/training session/medical procedure. b. [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): If applicable, Contractor shall be subject to Attachment #1 "Prepaid Itealth Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health. and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COWTY OF CONTRA COSTA, CALIFOPUNIA CONTRACTOR By e� By - l�•� Designee Recomme //f/nded for �+pp(r\oval Dated: may_ 1�? ��_..._ .. 1 1 .. ,._ •,.�� (Firms .s:r►:r.•:-.! ny Ca 1:1 Co•.:z�=L�•�l 'J J� AN Contract Number 26 - 905 Attachment Number I PREPAID HEALTH PLAN SUBCONTRACT REQUIREIM1TS Pursuant to State Department of Health/County Contract 176-56983 (County 129-609) effective December 30, 1976, Warman-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 rec4 t. 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 $76-5698T 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 PIP'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_4;32 Naw 3/77) o z b PREPAID HEALTH PLAN SUBCOYYLRACT MUIRfi'`iE1iTS 12. Contractor will notify the Department of Health and Commissioner of Corporations is 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 i=lied•or expressed -in the contract-referenced by number above, all subcontract elements required by State Department of Health Contract p76-56983, 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 Departmeis- of Health. t + ^ _,� 00760 t Contra Costa County Standard Fors �j. MEDICAL SPECIALIST CONTRACT 1. Contract Identification. Contract 0 .,r V 8 0 6 Department: Medical Services ,. Subject: Provision of Special Rehabilitation 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: Gerald C. Hirschberg, N.D. State Medical Capacity: A professional corporation License 0 A15502 Address: 6500 Fairmont, El Cerrito, Ca. 3. Tera. The effective date of this Contract is May 1, 1977 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. 119 $ 40.00 per hour of coosultation/training session/medical procedure. b: [ ] $ per consultation/tratning session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Rehabilitation If applicable, 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. ' 7. Independent Contractor Status. This Contract is by and between two independent codtr'act6rs and is not intended to and sball'dot be construed to create the relationship ^ of agent, servant, employee, partnership, joint venture, or association. 8. Regulations. Contractor agrees to abide by all rules, regulations, procedures and •bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority, This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COL'.ITY OF CONTRA COSTA CALIFORNIA CONTRACTOR e By ymhBy s.A 4e..-C^ . Designee ' Recommended for Approval Dated: S S� 7J BY _ _ (Form approved by County Coun—t3 11760 A „ .-_MIMMI Contract Number 6 R 0 6 Attachment Number I PREPAID HEALTH PLO 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 8I Subcontracts) are incorporated into the contract referenced by number above: I. 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 Departmeat 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. r )761 New .1 x• (:�_Sb3° New 3/, -1- i PREPAID HEALTH PLAY SUBCOYMACT REQUIREMENTS 13. 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 imp lied or expressed in the contract referenced.by number above, all.subcontract elements.- required by State Department of Health Contract #76-569$3, 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. 00"762 .. . : .. Contra Costa County Standard Form MDIC.%L SPECI.tLIST CONTRACT 1. Contract Identification. Contract hr 2 6 - 8U7 Department: Medical Services subject: Provision of Special Orthopedic Surgical 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: John W. Hutchison, M.D. State Medical Capacity: Individual License 0 CI40,59 Address: 2023 Yale Road, San Pablo, Ca. 3. Tera. The effective date of this Contract is May I, 1977 and it terminates Aoril 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Pavaent. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly docuseated 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: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation/training session/ b. [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at ti=es and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Orthopedic Surgery If applicable, Contractor shall be subject to Attachment $1 "Prepaid Health Plan Subcontract Reeuirements' attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. Z. 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Yodifications 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without _ the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COL'XTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By Designee Recocnended for Approval Dated: kZ 1-77 JU) �tL� (Form approved by County Counsel) - - Mivofil 0U 4 med with SnnR nRgr Contract Number2 fj - 8Q 7 Attachment Number I i I PREPAID HEALTH PLAN SUBCONTRACT REQUIRE.'tF`.,JTS Pursuant to State Department of Health/County Contract #76-56983 (County 129-609) 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 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 PER 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_,mi.nimum 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 PFD? 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 PFD? 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 PFD? 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. �P�► n ccAA (A- 533 "•'w 31 7 7) -I- Of) 764 PREPAID HEAUH PLAN SUBCONTRACT REQUIREYiE1VTS 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. 00116.5 , ..14ntra Costa County Standard Form MEDICAL SPECIALIST CONTRACT 1. Contract Identification- Contract 8 V O Department: Nladical Services Subject: Provision of Special Plastic Surgical 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: MilliH. Jervis, M.O. State Medical Capacity: Indiv�aI License 0 G8005 ,Address: 1844 San Niguel Dr., Suite 109, Walnut Creek, Co. 3. Term. The effective date of this Contract is Hgy, 1. 1977 and it terminates A r 1 30, 1978 unless sooner terminated as provided herein. 4_ Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [) $ 40,00 per hour of consultation/training session/ Q9Pg9f6**QM. b. [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor Is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at ti-- s and locations specified by the County Medical Director or Health Officer. Contractor :ill provide service in the following, speciality(ies): Plastic Surgery If applicable, Contractor shall be subject to Attacbment-#1 "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 7. Independent Contractor Status. This Coptract 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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 thectounty 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor sball not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COLNTY OF CMITBA COSTA CALIFORNL4 CONTRACTOR By Designee Recommended for Approval Dated: ,Z /1 2 2 By _S'� L� '`- e;�e� .__ (Form approved by County Cotp� c�+ Microfilmed tivith bord orderV� Db . � Q (� Q Contract Number 2 6 — 8 V 8 Attachment Number 1 PREPAID HEALTH PL42N SUBCO,`MACT REQUIR&`ENTS 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 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 PEP 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 preserNe medical records for a minimum of four years from termination of State Ilepartmenedf Health Contract $76-56983 ok until any audit oY 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 476-56983 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. OU X67 (A-4532 V'w 3/77) -1- PREPAID HEM TH PI-M SUBCOMMACT REQUIRM—HITS 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 holdharmlessboth 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 076-56983, 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. -114 di `" 'F 1•.L� .d ..i '+' y.2. .,'c! '1 k?_i..,.r Cit=x•.,:. z dT�K . _ l f t s' f it 00"468 a%110 /Contra Costa County Standard Form :tEDIC_1. SPECIALIST CONTRACT 1. Contract Identification. Contract G 2 6 - 809 Dapartment: Medical Services Subject: Provision of Special Obstetrics and Gynecology 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: Marston Leigh, M.D. State Medical Capacity: Individual License G A18710 Address: 244 Wayne Avenue, Alamo, Ca. 3. Term. The effective date of this Contract is May I, 1977 and it terminates April 30. 1974 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Pavmeat. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation/training session/XieVTGkV0Pf 6YeV %. b. [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such•special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Obstetrics and Gynecology If applicable, 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. _ 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assign...-gent. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COIINTY OF CONTRA COSTA, CALIFOKIIA CONTRACTOR By. BY Designee Recommended for Approval Dated: i6h n BY+ w �`�^_ -!t,.�__ (Form approved by County Coft7,69 Contract ;Dumber lir 6 " 8 0 :7 Attachment Number 1 PREPAID HEALTH PLN SUBCONTRACT REQUIRF-%ENTS Pursuant to State Department of Health/County Contract i76-56983 (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 ugtil 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 pontragt, will preserve medical records for a minimum-of four years. from termination of State Department of Health Contract 676=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 PIFs 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 676-56983 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. tr! . F (a-4" 33 tin•. 317 7) -Z- 0071,110 PREPAID HE..41TH PLAN SUBCOWMACT REQUIRa'X-E-4TS 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. L 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 PID? enrollees pur t 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 076-56983, 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. 00771 u_ Contra Costa County Standard Form IIEDIC.aI. SPECIALIST CONTRACT 1. Contract Identification. Contract S' 26 - 8 Department: Medical Services Subject: Provision of Special Oral Surgery 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: F. Jerry Mattka, DDS State Medical Capacity: Individual License # 16383 Address: 895 Moraga Road, Suite 7, Lafayette, Ca. 94549 3. Term. The effective date of this Contract is Mav I . 1977 and it terminates April 30. 1978 unless sooner terminated as provided herein_ 4. Termination_ This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval, of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 20.00 per hour of consultation/ medical procedure. b. [X] $ 40.00 per consulEa�ion/ SSXIf$X XSi3t/medrl�[al Medure. * S20.00 per hour after Ist hour 6. Contractor's Obligations_ Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following special ty(ies): Oral Surgery - If applicable, Contractor shall be subject to Attachment 91 "Prepaid Health Plan Subcontract Requirements" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan_ 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COLT,%= OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By Designee Recommended for Approval Dated: 27 APR 77 � � , -��i..� Corm approval by County���Gy�C ) Microfilmed with board order i s Contract Number 26 - 810 Attachment Number 1 PREPAID HEALTH PI-M SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County 029-609) effective December 30, 1976, Wa-,aztan-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 nusber 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 PH_? 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 mini=m of four years from termination of State Department of Health Contract 076-56983 or until any audit or matter ander 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- ;?3 -%Law 3/77) • r PREPAID HEALTH PUN SUBCOW ACT REQUIREMS 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 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 cake assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department of Health. 17 00174 ;antra Carta County Standard Form MEDICAL SPECUILIST CONTRACT 1. Contract Identification. Contract p 26 - 811 D_oartment: Medical Services Subject: Provision of Special Plastic Surgical 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: Steven 14. Murphy, M.D. State Medical Capacity: Individual License v G16854 Address: 98 3. Tera. The effective date of this Contract is May 1. 1977 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326 )_ In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [ x] $ 40.00 per hour of consultation/training session/X&IXX'XUX X61f14:ZUA. b. [ j $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at tis and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Plastic Surgery If applicable, 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. - 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, sicImess or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or Malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority_ This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COL.\iI OF CONTRA COSTA,-CALIZOF-Ka, CONTRACTOR By B y [' cZecocended for Approval Designee Dated: I n ( , 3Y (Form approved by County Co jj���� ►y/'" Microfilmed w1th board order Contract Numbele, ((�$ Attachment Number I PREPAID HEALTH PLAN SUBCONTRACT REQUIRE?MNTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Warman-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.PEP services, but does not terminate County's legal responsibility to the State Department of Heaith 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 parr 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 requirement: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 976-56983 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 beem. iesolved. ;a-,532 New 3/77) PREPAID HEALTH PLAN SUBCONTRACT MUIREITS 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 XI, Sdbcontracts, 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 Stat e,Department of Health. ,N. 00t '47 / %rContra Costa County Standard Fora MEDICAL SPECIALIST CONTRACT 1. Contract Identification. Contract t726 _ 812, Department: taedical Services Subject: Provision of Special Therapeutic Radiology 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: Theodore R. Purcell, 14.1). State Medical Capacity: Individual License G G06353 Address: _ _ y N;*BV91-rs f�os�.�lC., 6twlc - l_ Cg 3. Terra. The effective date of this Contract is May I , 1977 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Payment. (Board Resolution No. 77/326 ). In consideration of Contractor's provision of services as described below, r'.ounty 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: [Complete either a or b, whichever is applicable] a. [ ] $ per hour of consultation/training session/medical procedure. b. [X] $ 80.00 per consultation/training session/XaX�`ff1X)P0bNa0&_%W 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perforce special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at times and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Therapeutic Radioloav If applicable, 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. 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. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 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, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: CObYTY OF CONTPa COSTA, CALIF RNIA CONTRACTOR BY &aozBy [� K Designee Recommended for Approval Dated: ZL� (Form approved by County Co "V Microfilmc�-J •:mh board order ' Contract Number 26 Attachment dumber I PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract 076-56983 (County #29-609) effective December 30, 1976, Waxmaa-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 XT 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 nLtber 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 P&P 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 sgrvice 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•approued 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 PEP 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 PH? 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 :�� 3r7, -I- 00779 t _ v PREPAID HEALTH PLAN SUBCONMACT REQUIRE*.-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 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 earollees.pursuant to the contract referenced by number above. 15. If Contractor enters one or more subcontracts in.order to provide any services implied or^exgressed 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. t ' 16_ Contractor shall not make asgignmeat and/or delegation of this subcontract unless Countyhas obtained prior writ ea'approval of the other party and State, Department of Health. {a-;53^ 3''71 (a-5,3^ 3 ''t �inL.a CJ5C3 County Standard Form / t�'.EDCC.4I. SPECI:aLCST CONTRACT G� 1. Contract Identification. Contract 02 6 1 a Department: Medical Services Subject: Provision of Special Pediatric Allergy-Immunology 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: Nathan D. Schultz, H.D. State Medical Capacity: Individual License G21093 Address: 130 La Casa Via, Walnut Creek, Ca. 3. Term. The effective date of this Contract is May I, 1977 and it terminates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Pav--ent. (Board Resolution No. 77/326 ). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly doc=ented 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 trade or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation/training session/medical procedure. b. [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at tires and locations specified by the County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): _ If applicable, Contractor shall be subject to Attachment J1 "Prepaid Men Plan Subcontract Recuirements" attached hereto and incorporated herein, for services rendered to County Preo3id Health Plan. - 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. S. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. `fodifications and Amendments. This Contract may be modified or amended by a written docu=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, sicimess or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CO.NUU COSTA, CAL FP?-iIA CONTRACTOR BY. By �i^ ���� r� Designee Reco=ended for Approval Dated: rT �a (Form approved by County Counsel) 00 781 Microfilmed v:,aiz board cyder set* } Ilk% Contract Number 2 6 - 8 1 3 Attachment Number I PREPAID HEALTH PI-M 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 (PET) services, the following subcontract requirements (article !CI 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 prov$de PHP services, but does not terminate rpunty'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 earollees'.medical records and enrollment iuformatioa 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, EducatiAn 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 476-56983 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- 632 vz. 3/77) -1- 00 782 r r I PREPAID HEALTH PLAN SUBCO.YMCT REQUIRME,NTS 12. Contractor will notify the Department of Health and Commissioner of Corporations is 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 is 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 at.ove, all subcontract elements required by State Department of Health Contract 076-56483, 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 figtification responsibilities. 16. Contractor shall not make assignment and/or delegation of this'subcoatract unless- County has obtained prior written approv41 of the other-party an& State Department _ of Health. s (A-'.,,;3-1 `:•.v 3/77) �Contra Costa County Standard Form MEDIC:IL SPECLILIST CONTRACT 1. Coatract Identification. Contract 6 14 Department: Medical Services Subject: Provision of Special Vascular Surgical 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: • Robert Swanson, M.D. State Medical Capacity: Individual License # G20937 Address: 1884 Castrow, Tiburon, Ca. 94920 3. Tera. The effective date of this Contract is I-lay 1, 1977 and it terairates April 30, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by either party by giving 30 days advance written notice thereof to the other, or may be cancelled immediately by written mutual consent. 5. Pa-;--eat. (Board Resolution No- 77/326). In consideration of Contractor's provision of services as described below, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15), and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: [Complete either a or b, whichever is applicable] a. [X] $ 40.00 per hour of consultation/training session/ . b. [ ] $ per consultation/training session/medical procedure. 6. Contractor's Obligations. Contractor is specially trained, experienced, and competent to perform special professional service and provide consultation and training in medical and therapeutic matters. Contractor shall render such special professional services at tomes and locations specified by the- County Medical Director or Health Officer. Contractor will provide service in the following speciality(ies): Vase"lar Surgery If applicable, Contractor shall be subject to Attachment #1 "Prepaid Health Plan Subcontract Reeuirerants" attached hereto and incorporated herein, for services rendered to County Prepaid Health Plan. 7. Indeaendent Contractor Status_ This Contract is by and between two independent contractors and is-not intepded. to and shall not be-construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. S. Regulations. Contractor agrees to abide by all rules, regulations, procedures and bylaws for the operation of the County Medical Services or Health Department. 9. Piodifications 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, siclmess or injury to persons or property, including without limitation all consequential damages, from any cause whatsoever, including errors, omissions, or malpractice, arising from or connected with the operations or the services, medical and non-medical, of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor. 11. Assignment. Contractor shall not assign or transfer any interest hereunder without the expressed permission of the County Medical Director or Health Officer. 12. Legal Authority, This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000; Health and Safety Code Section 1451. 13. Signatures_ These signatures attest the parties' agreement here o: COUNTI OF OVTRA COSTA, CALIFORNIA COi CTOR BY B Designee Recommended for Approval Dated: 7 7 sy \1.ti 1 _ 1�22�0,1, CA, (Form approved by County Akrofilmad w:i:i i)aard crc'a 11 ��� Q Contract Number 2 6 — 8 1 4 Attachment Number I PREPAID HEALTH PL4N 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 ::hick the County provides Prepaid Health Plan (PHP) services, the following subcontract requireaents (Article YI Subcontracts) are incorporated into the contract referenced by neer above: 1. Contractor shall be subject to and comply with all Federal, State, and local lays and regulations and State contract referenced by number above as applicable with respect to its performance hereunder. 2. Contract referenced by number ab'bve 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 Departmentr 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. B. 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 detersination 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 miniaum 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-*532 New 3/77) PREPAID HEALTH PLAN SUBCONTRACT RHQUIRMons t� 13. 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 sbove. 15. If Contractor enters one or more subcontracts in order to provide any services implied olr expressed nn the contract referenced by number above, all subcontract elements required by State Deportment of Health Contract 076-56983, Article RI, Subcontracts, as specified in this Attachment, must be included in such subcontract, except that Count}r instead of State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this'subcoatract unless County has obtained prior written approval of the:other party.aad St4te Department of Health. •. t w 1' .n.i. - « 1 �' l i In the Board of Supervisors of Contra Costa County, State of Califomia iiay 17 , Ig,77 In the Matter of _ Ack--howled-ing Receipt of Report Concerrdng :trite-off of Certain Hospital Accounts Receivable. Pursuant to Resolution Humber 74/640 adopted by the Board on duly 23, 1974, the County Auditor-Controller has sub- mitted to the Board a detailed monthly report of certain County Hospital accounts written off during the month of April, 1977' :chic% amounted to 336,082.44; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report is hereby A0=01F DEED. . PASSED by the Board on May 17, 1977. hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors an the dote aforesaid. Witness my hand and the Seal of the Board of cc: County r::dl.tor o::Lrolle Supervisors County ?d=jnis trator axed this z: day of 19 -�-� J. R. OLSSON, Clerk -°�s._ C- . S tr a . Deputy Clerk Bi�lieC. Souza 6 \ USI~l86 H.21:;:6 AND Y O H O m acr c�J t a o 1-4 S pQ o U) N►- SCC Q �O UJ CC r fl .p O V on. yd U4n „.•” to m ui �Q to z: 'CC%n - . a Z, LU 1 w �~ _ � - S t O M O O ' Q N • • .r Al . FF s 43 • D► UN ?a cc s 'V4- .. • Cr N O p -'.0 5�1.... • • N A Z =r aY YM to tt1 sA O C N N N sy U o o ,I ,� ty w N N N N N J ui A U us: . W U (i1 tT aD ti t.. M k M Q. Cp N 3 .I1 tJJ J U N M In O tt1 Ot N N p th Q tt1 W N � O P - N N Ir d 0' O0. O c0 (" Q, N N O Ln cm fq O .r N: 'go' P ..r .� „• r•k VIN C2 Q.0 O Q O O O O' N' Ln U. •w '� —+ "� Nt N Nl C4 �., O O 04 Q 1 12 m aD I I cD �0 NAl t3 U OI >r Q. O Q, T a` Q' ti .t O ao to �+ tr .. M °' a .o -o .o .° 0+ N � �o NSD m CO � aD tia N Q. tR.. ra .,• .� -+ • C7 n a N pt. N N 0' N N N i1A oC O N .-• 1 `T O O N N �, N ; Z S O S ir1 fU. N N ,a .r ,• .r V CC tT �.. 1 a „• „• h. E, W WUS Z cc U y a Q Z J O m -'t<3 9 ffi Q d Z G Q Q „ > > W :� til or w Q J 'ZE �� y O ] W O f J :2.. Z Z �' Z = �+ Q W Q D O 7 z - Z D Q { O O O\ Q J < '� wt . w :^7 ,tom 7 ' • W •.. N F" FZ Z�'. U Js � � • .. 'Y to O � w w . w Z z Z Z 4 a. 2~ ZO O J fl Z V~f y s Z i� �i ti m Z N Q• ' r y Y Y �' C O p J • .r s J J d ICC O ?� rl S OG 9 9 O O O = •- t- J i1 Q J O u D• 9 V U •- t- ►" �" r� O W O =� q 3� ►� r— Q 4 � 9 O to f 1 s Q 4 � to � # � j• � '-+�r ;`" � • • • • 'C s: 6u } 4A J 7i) lu 1� .. QtT t�J s1 0 v m tiJ >7Q -x 1 O uj«• O 2 J -4 uj N!W- =CE on oa r Jw cc w �.oc o u 0 CL s o,. >n CL O - `i Q. O -••._ r.. W.Y - , ; N til ' -:t�C 'p'. :9 C16 2� .. N Q W Wu as a u w 4 :c 1 r-. N, ':ti ii► ti►'::uj O N � .-1 M ^'.1� •• . ..a ..•.�_- Q O`'. tib "' • • _ • 6 1 i ;' N O O O M �' O cr Z W Q � m t!► ., Y1 to" 6R K1 O Q _ O - O \ W ", ? :L W W '.W .: W W W W W tL t1J W W m J �'. co .4 W ti rr ,p ti N tt1 t0 ap .• J M tft N O f" c .i 4" w W '� � m ' Af N N t!1 Cp ta. ,p m CO m aD cq en .,aD: �t► rt1 +O J rn �R .• -01 O u m m O O .4 M Q t1 0% O� m ..1 ..1 R1' tt1 CT .�„; 70 p '. an Q, M w1 tt1.: N M '!� . `! O O O t9_ n p. }`�: Pl tt� t`' O O''' N O p P O tf► O� N U. >.. M M M to 9 � P CT Oc O O .O O .�•• �.: O O O -4 -4.. ..r ..• 'O ..1 O .' '� " 3�.� m O O .• ..• ..1 Q Q. :: Q Q � - �. N Y t�t kr. � N 4 -� Ch ti I- .p .p V J J O .4 4- O M; d O O O r1 ;s1 RI O N M O" `T a N N N N N N N N N m to S M Q O J •4 W cc O N ry N N 'N ry N ,a �O ,p O �O O O O .' t'1 to m .t •O ' et1 D` T 3 U. .D :J jl. .p .p „O,• ' ..� ...1 .� ..1 .s "'• N N N` N N N ^+ O CM, O •t, N .+ ..� .i •r N N cm, N N N ►r-J N N N N N tV = W Z c0 J~ } } O O a O r ►_ W v1 aL D' 3t- y 1- a o 0 a o Q ,:j w w uF W Z C) � cc oc ac .:oc' ac rc d w vf. Y of ,� .� u tt ac W aC'` m O J J :..'y.. r r ... - _ '? w 1L Ca N Q c�\ .. J .Or .�.. .J. .J. .'�i ..s = 3 3 r } �''' = u • Z Z Z Y In aC O Z T S 3 � ,..3 2 = 3 3 Q Q r 4 t1 • �y .-� • Q a _ • 1 • W. cG d. • a 0 of r Q • •, • •, • • • ' ..• 2 lzm ` 2 Z Z Z Z Z 2 �' �Q Q < W W "U3, �Y m 4 J 9 z z cc cc LU W Y • z J a u a a a a a •i a a a i fS _ _ '� '� '-1 _ tl U. 2 a a a a a 4 s IT = Z T T T . _ _ .,., - u u U u V ►.2 r.. Q u a a > > 4j tj> > m m ' m m m �9 m m u u v v u u u u� v' �m m cc ca m m cl m IW" ' o CO N J Q Q 0, - a tis oa 10 w o =� P.11 =a 00 Jll�j Vt 4 U • aICL 0 b to d ••1 U Z uj ui L1 >d r� afA Z u 1+ fl uI tit ce 4 t us Y m 1 i ' N •O ti Ln ui 1• t` U%P in co Z %n 0in ,r OC S 1 tn tL1 ` in Q p O N N: N ttl Q � C �� N I N ^t N. W iL a. i ` O N N rr) p 1� O 11 Jt 40 U w m yp .t {" p 2 An - N iy .4 P IP.. � NLn LU -�. O � P< co in -q N � aD •+ 4) r- W f � `0 M � Ni N U W O , �llnl �t1 its" Q3 0 O .0 P P r- N mN �O 'p _ . ,,.. "� •i.. _ > U CO '0O�� r+ 0 r . O 1- m T N est CPI .p ti P, '� '� A O O N S O 74 ,p M !r1 M .a P P N (.+ O O 1n UN Ln t {. .3J N U. aZ.. r ..•• +'r P P N! t { { to P P N m ..• t*1 1 Q p m S 1 { �. .r { N N r1 '4 N t• F � N N P 11t in J W O 1 { t L� 'r .s ..� .t a 1 d O O P 1.. In ..a P N u1 �. r O O Z 1 � r p Ri .a O O Iw .� .O 17 .N4 .1iC CO > O . US q yZZ U. ZNN CGZY u VN W aG O G J >- d Z U � ; >Q J 2 Z Z J J O = O Z Z 2 O 2 Q Q E p Z 2 4 ... Z .. D U W Z Z Z UU' a r uyr Id d ..7 0 O O S < a ¢ «p � N y O O SO O Y w Q U tt `p t� O �O � �r �+ y 1r Z ui W ZO 'J .J �Q = w J O C F- - d O Z Z 0 = Z _ _ L7 •� O • d d } .7 w �. • u' p ;Q Q Q '4 (� O w L 0 w 1- y ,c S w V1 ._v► U Q 1 Nt C i d cfC '! N y 1 p .. Z d N < Q '2 .J ac i 1 lta ,n a. w Z = = Z w w -V • Z O O N �� Z Z a } N N u~2 ' .O+ > 3 �� ..r > > > ✓ ? j Q Q � W W u1 U{ F N .n: Q Q 7 d Q a ;Q '41 O O O 7 2 U W J d X d a d Y d 7 ] O O OU�i {J J Z O 0 .,O a t > ) W_j4 om r 1a vl J , acr uJ I.- CL o ( •• �s ac a �J 0%tu xd 0o J0 x W •+OC O0as w� a W.a 0 v: Ln o► Z J • r • a•W .1 m N %A to In a S ' W W U '� . d 2 Q , U . . .r -W x 317 tY V W N..: co O yLN ' m O O m 'O O cc a ' . 1 I1 1 t 1 ( { 1 t 1 1 .t r S 1 .O 9 m M ••� s N O� p p .O O 0 r O m .'� p -• .t O UN %n Ltd +-i .:. in W Q i 0 4 111'`n Ln m W% to . Lr in tnl in to to o O O O Q. O O Q O O O O O an NN N N ;, N N N N N N N N eV W . , W W W W W W tLr ., 1L W r W' � w LU .-� NQ- M N •� r i .p : t� C`� �+ O f� .i? -r CO "W% .� O O <O 8+ to- N 1- CO > U O O M O N .41 t► m O► a- mO N N a fa O►_ int •O 'O cc ..r N N10 o .? 0 m .- to .4 .4 C% t" t a f" 1 O . rw at M Q� 10 10 M. :t.. r- _ t- LLU 0 O co eD m O .t eft O• %n N s• m O .O N tD -o W - Ln .4 r• S .t : .a m r• r- LA U. > N N N M tD O O -4 .r .T tA +O J f` al O► O O : " N N N - U. Z N N O O O .4 .• -• -• .-f •-4 .•4 ." -• " r_ co w to -4 N :.N" J O «+ -• ..f .4 ..f r .r .4 ..r -4 O O 0 O O O O O O O .r ..f ..1 .4 1 N N to ett �n en M er wt M w% Ln in m M fn on m m eft m m O 0 sD to !W- Z ( 1 1 1 1 1 t t 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 Co.: tD t7D in, CO m tri Co p 0 O .0 .O O •D O O 'O Rt 'f +T zL x O . .. co to ..t .. .. .•-t,: •.t .. .� . f . M-t -• -i m m m m m m m m m O -+ '+ ,o a .r .f ..t ,, . „� .r -4 ..f -0 m m m m m m m m fn in ..r 0 o U. M m fn M m m :: m m tel ^t m eft m m eft M m gn m M m m m m m T 0 s }W to to 0 0 0 O O O > p a a O 0 0 o 0 o O O O 0" o 0 o co N N Z m O O N N N N': N N N N N N N N eV eV N N N N N ' N N N N O O I V► J _t iL W J J Q-1` x w Z Z Z Z: 2 2 Z Z z Z Z 2 yi' O O O O O O : O O 0 O 3 O O O Q 3 Z I.-Wti O O O O O O O O O O D J O O O J • V1 5 O t- LU W J J J J' J J J J J J J J J J J J J J J J J J - J tii W a \ Z S S O O O 0. 0 a O .? O 0 O :3 O > > > M, > > > `+ 2 z U Ln S Q i- !- V1 ✓3 N in<: N cA Vf N ✓{ Vt N N Q Q Q Q Q Q Q O O a - m a CL a (L a a a c. 1- t- Z W J W .:W 3i W W;: 31 W W 3l W • • • . • "- w • • J K OG LY O L O Z H O O t7 C7 C:7 J J J J J J -J J J J J J to : V) 14 N V! N N V) N N J W W e Z V IN In J J J J J J, J [J J J J J < Q Q a Q Q Q < Q Q W S S x LN W LU W - W u r tit #:iJ W W tsi W .-. •. .-, .. ... .. ... . ... .. , ►.r sr t- F- w W F- t- +- r t- f-) ►- •- �- f- }b- .-i aG ct: aC a[ �cc x aG nc ac d OG <I a S en �N Vf 0 N 1°.n 'Al Q Q Q Q !C a a Q a a a wf J _. W cul L'iW 1i W i.0 W W us W W t'si :L l it J. U. U. i U. :a. LL LL U. IL tL 'L 1 U. ; f i } � I uj a cm i E :11 O N N • • •.. V ao 1ycouj I FS DQ ' ..� pO fJ N S cc Q Q 7 00 JO H -j ui r H s LU 1_ O U C CL p LU LY, O 9G S z J aD • r O H141 %n •o N .r J - Z W uwu ' as ycc l6n UA ui LU _ W Z1. fq 4. � � 1 f �1 ► m '.16 � �O .SD � '�= S N � rv' Op 14 P °, ; ' d C" In ,h s' en M 6" m m "` Nt O er1 W Q { [ y 4n tn U1 U1 U, 'n O . U1 N p .f 0 O OE 0 O O O eOJ N N N N N Q Q. U\ In4 r p p O N „1 1.4 N N N N N ^I W W aJ Go P O fn N W W M F N N t�1 U1 G m t<1 P ,1 ..• U1 uJ N ..• S aD O` aD N t� ct1 N S d S F � P P NO P Pcq vN O` lr1 m .p P M +t .• Ma T 01 ..• "� + ^1 O 1 IC1 Q� Cp O ,,. U\ t� +� 0� m r. >n - P m F:. m 4` "..0 O O Q @ W ap 1" W� O sa O N AV O� : t" F R1 N m O O .O �O 1`� t� F 1" O O.::., O O O.,,•.. Jf LL. :> F F O ..• O ..• O .a N a O p O O O: O O o`. w -4 .r O 1 i i 1 U. %n O.~+ N a a iT .P S �• O� to trl iti1 M O O W at a S s rn O m -• s 'o "° .. o o o �.:.. 10 _ o u' ;° M m s ti s i� w a a U. m -4 .4 :n w o CO Q s v p o o a >.UJ r J Z m }4 j aC IM W = N Z Z Z Z Z ,Zr Z Z E O > 12y r=- Y r r Z Z Z z = Z 2 2 Z Z Z V W F V t:t aS W w > 4 ui W .9 L9 (W W W W W J J J UJ LU J J J 'u 4 V at W L7 �OG Z .i t!1 J S m N N .r U J iJ J J J J J J F' r OG Z L7 S 4 „� J J J us t• _ _ CC \ a a �Q Y 2 J w aC oC u > U #U U U U u u LJ U U > > 3 V U1 O 04C �� O OZ 7 J y J U ' �J J J J J J J J J J • a • } J 4 2 • W Z CG O 4 Q 4 G M w _ • H,, cc O W O C7 I . -� ui • 2 /- 4 r y to I - • r } >. y, } } )- CC o V U, ,4 N to d cc C3a}c fz ' o}c �s a 4 a a a d r J Z Q_ O J V jQ 4 Qa Q� a 14 4 Q s a vl W O oy ac i > > c7 Eck 9 V V c9 V u I V c7 J J O 1 cc U. ►1. U. 1j 1� U. U ti U. 6 Am • • G �`• E f i>J am _ a N J LU t- 1 O WH P NFA T.CC , 00 �a J W w to o.o w Xa CD 2 J c0 .f. ++tLLo cc 1R1 O Ale- p N Q N 1r1 N cel p.h; S W Iil to N z az J .Q v , s cc z , 0 01 co N Juj �_ N it) ^ -N to .i tv .p O.,'Z . Q>. s0 O • • • • , -,� N 11. CC m. . P ?Q .r .� ip N m m erl erl Q N • • • Cl • CL tv CL 0 1 N in t7C W C t x a d to O to N o o An i P4 tV P-4 W Wi W W ut W w W tL W UJ w .y u W CO nl O 1• .p !� N O �. .r W W in W W cY tj Ln, .r Q S CO m to N N tl O O ry p � sLl O (r tt1 � in _ P -r N t- til N m P tT 4 N O O P N A .r m a O Irl4. -{ 1? O' M 1 d �1' 0 !� W N N N N Q r A to O - s O 1� ti q, ry N fes. . : 'r, O• r ^i `n LL ? E ri0n s to U% o• rn in it p m .. of t• ,� �O O h i` !�. to .r ..t ti ti m co P N i s1 O N N N• O JO .r IC O O O O O O O O ..r O O O .-r .a -� O O O O ,Nj .Ni N N til N., a t -s O O .r u w m m cr1 rn er1 fn fn tq rA .o � OU P -+ .Oc -r .r .rcip- ul' p a a p O to atD O O` to u► 3 N �! J S �' �D S N U. •r ,� S M M O O p m to N. ? .p S S �T S S .O► m .r a -� p P P d L in � to (A Or V F--I th cq to +n Z Q N N N N N N N N N- O N .a ..a .,r N N N N O St Si N N cv co W .a1j �Q z f- t. W uj „r a QuoCC a v c� v o u a z J Q a z a a Z z Z �Z z z z z z z .. m z Zuj m a -M, us .ut s'n j g y .}. w CC X z Z u -Z z a i w ! u oc z ... �„ co m m a a ., t7 a w W W au W W W W W w Z jZ a Q' w w • Z �7uN 9 0. tl a d d fa a a -5 Q 2 Z u Q O N vl N N" N N N cit x lit WL W J Jj Z .J" ti j V N W a Q Q Q Q a Q '4% 4 'X CC W Lu cu S Y E 'an w J- i O C) x tY S :Y I O > Y s' Y >• J J J to = CZ O O .V U J O til O {Q �[ 4 W W iL" W H J W a �; �, _, _, _ • • c _ • • • • _ • • • f. ( j 1 W H .J. I C� Om VI J W 1- .J r O\ a r Ul ao 1�m o � i~J Nr SIg - ^JO J0 rN au c N -Q 1 cc W ao o° 1 p H °; w cc aC a t9 • z W P N N m N 4 S W W O Q Q c N a z a ul u - i - • w z a v uJ O O L1. N O rM1 • c 1 .p ' v,J � N r O r O N CL M Q 1 1 1• 1 0 1 1 1 i O d tn, coCO O ( y 1 O O ? D CO • • ♦. r • • Z t" tf1 7 O ts� q Ln tts i 1 C, �: � N 4r.J N n 114 N iV {JJ :17 tJJ 'L LU CO UN. L q .,n N N ..r O � N O` S N P � ..4 ,p aD .r -4 ra ti 1 00 co O� { P P S P. p O �1' O O Y ..� O O T N N O P I•z F1 >r O O O Ifn D O ..r a% in 1 f� 1► in .• F. �f1 .p f- O N .4 O N O .•r !� N LnCP4 > ~ N S,a N ..• - ^f h O O •-• •� O O. .a ..+ tJ .4 .4 - JU. O O 13J O 1 s O s J .O CC- 40 "• O O O `� N , . Q 1 O 0 N O u u7 "r 1 i 1 1 I 1 N O� a1D co co O P � � N t*1 s�1 N- , s .p .D.. � N N 0% a' D` P P N r O O .: C3 v O 11 a ,• S i�l crt Zr N N W ' r 0 N .� IP„ s C a p co N N Z 3 ti O in to in tn O U. ..a O q N ® N •T �.� O O . O .+ .• ..• .� .• O N O O O �•w .� IN N N N 0 Z r J j t? a O T W LU O u. tL . N N Z m Z S w p Z Q UJ 1.1 Z j O tr O Z Z Z > a W tlJ O> J's Z = "'. uL6 u. tLO 3 UJ W d > OC aC to J WW Q O .r -. O aG z nC .. Z K W w s/f Y O r aC W r Z a < >. U. U. Z "' "' W JO V Q J J alL 9 Z a a. Q 0. t7 O. Vf ►- �"j z = � z � : a a a o r ... u Jl s �y n O W O . W W uj Z 2 Z Z W y > ►- O O � O (cn Z Z O O O • w, v J tw3 Z Z _ O O N N • iZ m L V I n N _ ;_f Y Y �aC .. O j O .: O O a, Z- ►� N W uOJ O O Ou 1 0 Z t- ". ,O O O O O Q Q Q a Q _j J J J J a ac C i4 z z r- ,� u i�J 1 , � • • ` • • • _, _, _, .., of ..f I } � 3 i W 4- cr O � CD om s IQ %A fl- N N sD J W i- o \ Q..@ Qo tjJ 60 .Lm 1 o w•+ r o z.j 0%ul _uj 0o Do ~ n av HN N•7 oC W oG 0tLu • , cl:S 094go N4 r� Z W W U Q Q �N CLz - Q u a W z Q tj W tv - N N N O � • • - • • '` W • • • + • OLV O to >` ti tr1 I r• , S >Qae 1 <v o m s ror, o ` N J �t. 11 +t1 O f•. ,p • • • • .r ^J to N • • • • • • • .� 00O (� r 2 � p O•` •.• �~ f► Nei l� to fit _ � r,fyf . W Q In . In K1 M to tn Ln to a" 10 Ol O 1 N -jy N IN 10 0 N N N N N N N 1,4 N N s t 3 :u 'YL! !u W J J W - W W W - y W N f„ fti ��` p O IOA W% 00 •p N a0 .1► . 00 1� N j O� Q if1 t[1 d .��t ^• i�1 P N 00 N d r• „O• 000 ft: > tj 1 Y . `: �t O O N �N D rt Iefl O •� it1 N N N «� CO .I N O to O O+ N J O O K1 1� CG .I N N It1 j� N iN ct1 jq j .d N: N O N O M W t/1 O �1 P O OI �.• ti r 6f N 3 i� N Np. : ON 0 .. Jt U. Z Q ..• O O 10 ,O.I .fid i•.• r O r ra O-4 .aU. W I- •Ni r ..+ ^i ^'• .A O 'O O ��Y iiii co � �tds •r ./+t1 N 1tD N W JW JJ ,. aW N �J Z1 ' r 1`. "• N tK >` r• it- a { Z S 1 tm (1 Ct1 to :<t M r ti .n N N N ' �•W U. rJ o `` Q Q Q w ta Q -7 X Z ' 3E La LU ] ►L CC S W Z Z J W >• W `Z •Zr y ly d J W "d 0C w J J.T iiJ tY Sj ,. Q J ..i Q Q OG v O F- n i N y V n = V aC a d n N ,.. aG O C? i•► ... !" W n a .r �..+ W W W Z 0 •+ -+ .� N N Q y a .it Lu O 1- ..+ -4 W u W � uJ � } .p I= _ S J > > > W W _ Q Q W \ Z "Cie d J Z Z 2 z cit Ji, 4 O ., w ►s- 4�- Z . LJ E Z N 3 v H O U. C •y W W W V 1V E Z J ' N N N N Q } • w.. Q = 1':. ' ' "?.. } -j "• til W Us to : • 2 1i Cy- j 1L a I - ' �, w[[ i • • IQ Z Z Z Z Z O O. to cc Z Y' 4 4 loc., o _ _ U- JO Z W.. i N O O t7 O w • } } tij j SJ W i= -+ �* i 1-• F- t+ F- F-• y... ..� ... ..► ... ... Z V 'Q Q Q W W W til V W W J€ d ;�G OC DC j5 Lp OG d F► Fs ]G Y U �� y � V a Q +9 V a 5 u tG V C Q !Q Q Q .Q Q Q Lp Q Q 4 4t Q.- 1-3 1 �1 i ,� �� CII• .� LF �P � �� w� •1 wl r� al am Ia o^ .j V J 1 O Lail.4 0 O� LJ N I.- 3 w cc 00 J O JJi N F y y O Y Ce LU ao oa 0 co oi: a o w 1 cA m • w% S W V /_Z. >cc _ - y z w cc ui CO I � , 4 tl a0 N v N �1 kn .d .p ^ !� CO .fl p f I S I !_ • N O fl- m ao w Oin in tn O ii • O •� -�1 0 .-• N O in N uj 1 0 a. in o o o c MV- Ln Ln Ln ,n v 10 a o LU 1 v w I J J J J J J cr .On a 'n O 0 m O a CO O 11-4 .L1L1 •2-+ ..�r a..-.0y� �O+O-� aNO o o.Q r �..t• .'-a� NN �N ^.r .•CDmtn M ^• ..s .� .R�l .-r• O..r oN 0^ ottNO M> O S � •oD 4+a1o,'•� 1•. h�t. : tL O,y .N�^ac}0 cm M1tfO O C%A IOfN en N N Q p .4 P O .l O .r .r -• .i .e .l O O O O. p C1 NU 0 .." " tn 1 to m rn i3 CC O i O� N cn to Ln O O O N a GO p. Q' ni N t� ti n1 y Lt► rn Y 3 ti O m I^CO U. 10 .n �O M O O N ^ s O co CO in 'n L1 111 ui � p p N a .r '° ^ 4 p o O Z, .-4 >- `'' o �� N �o cv .oa N N v � 'r m i� a s r r .�Qr a fa � a m N '4 N -t: N N ..r O O O O O �(► u1 ut OQ y Y a z O O O O O O ;N'• N cV :Q a > ^ S y Q w Y Y > > w Q Z '7 C Qu\ oC �W 0 J � O w ►. � J Q < O y 0 Z (W cr 0 CC O O !0 O LY V Y f-- Lu LLL LL w a J J 2 Lu �O 7 _ j « '-' W :n J Z J V S = cc w w Ly tU w w Cc CO L) .A! Q iw V 2 L] CC t7 CC Q • w w 2 ti, V J `" �+ F.O c 0 �Q i7 til 0 = O aG J Q .r rA J J J` J J > > > >7 . J Q. .� Q m V L=1 �Q Q ~ . `� ui >E • w '1y1 w LNtl w uj D: tii S • S • • •r f Z AC I Q " CC' J O V J1 LU I !J t=) w t1 • !- Q Vf) rA J J, t7 10 Q _ 3� O� w • • • . Q " • • V Q Q }J ►- r O of O = aC l J O 01 H i<v I...i t�G `--j Q i z Z 2 Z Z z f0: w J '11 a. - J- 2 3 {if .: w w w uj tL t7 a io a o a }� �- a a w ,w w a o 0 o a c uj o z r z f _� z !z z z z z z fz z� z �I «i «I .1 „1 �1 •1 � «I � «I • • • � � • • • • • . . • • . ..•fes_ _ of «1 w►�- 1 i 4 I O J a Y J la s•• I } s W I- J►- 0 °p �.. v Q«. ,.� AL 4y, UJ . CL O 1 .� 1 O W«q O Z J Nt« =d a am QO JO i-. J W - N Q U F-N NO •r� ao pa 43 UJI o a. cr0. ZN N • N N cc N T r: - w w U d CL tu >t7G Q _ ` w P Q. w m fi tr N - ..a s C � I i I ► t I t 1 alo eV to a c No w N IS a co eov o ti N !c1 in O • • • • • • • • • • • • • ♦ • N S w� t0, .� "• wa s O CL v1 M l O O O O O O O �r 0 O O O O O ' 0 .' O 0 0 N NN N ►.1 ay. N N N N N N N N N _ N N J _j : J W J W m ri J 1' U I m O S N Rc1 .-• "4 M O' O „• W ,� O 0+ �O +� fw KI J1 N N cn ar co -0 to O � > U r` ^+ i0 -4 n .t- to N N cv „� co O ..t S O O N p ,! t!1 O tD W a t7D .D N N- t' O tdt!N Nom+ N .Q a N ''d7` Vt N r to O N N tt► .t O tt� eR O P N N 0 n .+ N O O /r1 F1 T O N U. > to to 61 O �p Gt :.O N �. �N 0O Ot ..t.'- ..t .r ; r• W 0 , J O �„� .r ..t .• O O O O c•I r- O to .d .p 4' P" `0 Q 1 �n R1 O P .� .r a tc1 cQ .p .U.,I- Z 1 I 1 1 1 1 " N N N N �` t S cCIDo y O O O f+ O O.r O 4 p O� N to O R 61 +1 O O O 9 .fit N 10 N O O g LU G p to P W .t ti O Q► N .T .T •T N N N O .r fr �• r• N O 1 N UN «• •� P r- b'1 O O Oco at ,p c0 in h a% N S. Q 9.U. N.• Y W `r N N N N N N N N -st O 'N: N O O O N N N N N W ►- F Z w J Q ,d w J -J Q Q W vi N O N QU\ cxa W w W w atv ta- d Z = a Z Z w >. Q z a o z a Z z Q N 2 J C tu O \ Z _ �~ J W Q Ja C O J J ':.J O O • • N N d w • O O O 4 JAs uj O g W Z 2 '� 7 7 • O Y Y Y JI cN N w • O X6=7 t9 g u itu r •r F-' N F-C7 cr ac C) U J y =..._= W >u W J �.. �d Z ' O- Q O O D O�( U. tWL w Q : jj w W tY d d ryy, U �C �L ... a W W W go co m O D +/f U 4 C w J �C tY d 5 a In LU } Q q` 4 W W W to W to J -� ..r Qr �CL CC x d Q Q Q Q Q Q d d d z Y I d c: d tY d LC o a. a �a a o. a a- • � • ^! o� ..F �, �� o! �� .t ..� of M i o.. N J o; LU ti J r Q Y.1 ti.t O Q a Wim+ O Z J Nt- Soc oQn o0 r w a u rH Np ocW ^'CC 00 O CL. x, a O - ut cc s a �H aJ .4 {t . I LM CO UP W t.i ce Cc Lo >. L a S sy' nc Q u p c t � o " 1 l p Q. _ O 'CM* O• N N ft1 tQ - =iiOp r: N ''� ` O • • • • • • N:S • • 04 UA CO >'a a a t t t to o r o►, . s P O ti to ...,.. • • M: Z N as W a a o` f' it In p - �} O. O N Q\ O 0 O N N N N U1 N N si7 w W to tu.`to W 'lL, r W W to w tv lu W us W J J J o uj tL P N fel to .t .p A s , .� O t� P 4" O t t- t0 P O to.• 0 m ,. 1`• •-t t�1 to ..� 10 O O t`• a 't t7` 'a .a 'a pPp a . 'O •: N a tT tr N p A O +� .+ P O Q` .D N a ul N P M O O to > iayap D �O O O O 4a .? �o tV ,.•,' A O P ^• O O O tY N S �T s A A W T ,�� .{ d% CD C" 'a 'a .o N cc 0 n tr1 N Jl U. } : C. N N N u\ 'a r- aD .. to to t? :: O O O p O O O p O O O O '"• '"• tT ..+i co C O O O o O. d dt U. o ` a Q 'p a 'a O o •o N .1 0Vr -� .� -+ cn to to an eR � � trs j o, 1 ,/ n P- . u Z t i t a 'ic :O. a ,j� �t1 a m ren c~ fi c� ' �^ m �.: m to Q r �-a � � 10 0 P : P ti+ � N m � � IP► m © tK1 N N m tti _ M tti oC O 'a S N Nco 3, N N N „� : ,.,� (.. .. .1• tri - R►. fA Rl : M1 F• N J S m Co CO O E U. ,p O O O to; 9 W m .O.i N O d O ++ O N N N N N N r J N O O Z .� ..� ... S 2 2 2 y sii W W tis y W W W O > Z J J J Z Z Z cr O ] O D p Z J J �)U fes`• Z 1! Cil N Z Z 2 Z Z Z ui .. : > > 7 .ar O Q D J J J J :uj..' W w > Q U\ oC A H Q W to W W W- w tt! D D C > 4• F• to 0.' O p.. J O 0 y d d d uj V) y til J - « •, .. • • -_ J O to 1ii J J U N s Q W J J J N to N N to t/f w . O . J J J G. O D - O C D N ►_ O t"L Y w O LU O O O O O-2 crQ Q Q Q' D D D ji ui to tL t� t4 O u- D 2 Z Z O �, ' ' Q Z 2 z . y wi y .,. r "• . `• -� Z f O r Q �7 ;,-*) 9 w 1- �" N N Q r ►- r a" _ S = z Z Z = T Z U yt rvt N' N N .r 2 d = S S J U p +/► tI! „• .� .r ..• �+ Q Q Q' U V V U N U S Q 0 0 0 > O > > 0Jal to N N. to v►t Lt N t/f Vf �-7 Vf tJf � a' o 0 � a teL It - 1 . • M! �! �! •I ..I of r ! f wr • a Q.o •L•a� 10 w�• ;....,. NQ 39 ct O� ,.ac CL w � tr , a'a O N • • Z zd fA .Nr Z = W W V Q� � >CK a• to az a a `f'1 z: ul v r o LU 00 W Q?- S N O. a aI N .r w o. S o }r • • O• � N � .0., 47 tY X rif.4 x F- k 4 O 0 o 0 In O O O O: D\ �1 O O� O O N N P l N N ni #A 4N Nl N H ; �w w w ui ttt W W w w W su Lu ui LLU u ul o� en to N m o 4" M In •o a IA tj1 .4 .-f • Q cC CO -f" .Jr W N C'�D OP` 'J i`- P in N N S a fl O .�• O rf m if CD d N P te• CQ N P N �D 'r N P LL1 O N N Q! r. tC .• dt !� T !t` h t` P O �0 P T O M 0% VII LL M i 91 t4 r4 P .-t .d 1� tD P fT !Q� Q� a.a 0` P O O O � .r O r• .r .r ^! ..� .-1 .i. J O w ..� .r! r+ .4 ..a O O O C? I O C C? c7 C ^� a 1P p� v. P T P N N N N , -i .• Ln rn N tJ w N N P P P t I 1 1 t t ( 1 1 1 I i -.w 7_ t N N tT P ti I: :• ti ti P. r+ r- O O : 10 ,O r x �- 4v o 0o O O O N N N N ..� n �< _ UN 0. �• ,-, as m co ao co m cp ao .t .t j"LUh- J f►+ N C NN N N. N N N N N N N N N N N N :V N N ...N N N. w Z Z QZ cr LL W a 2 Z LL z z Z Z C U1 Vf 4 Q Q Q Q a Q Q d C j d d b A O Q V 1 J �a z 3� t7 a '.� O o a CZ Q E2 O Z Z y ^ r w" r-Lu t- O Q .~� Y V v x 1 a AC �G aC tZ aC �C �" �C 5 Q lz Q at Q - Q Q > S J J ne CC 4 Q . Q a a • tir t> �l GdC `> Q� )w i J .J J O A O O O O .O D D UE } } 7 7 Z Z W W tL d Z d 'W J -7 $ _ W 131 . W W W tL• W W W w r • Si C Q C~C oC 4 ;, �-. D O Z . Z 2 Z Z Z z Z z Z r 2 w W W w O O O Qr M W 3 > N 1f Jf d sL Q Q a a 'q Q d Q 1-- F- O Ll J L3 Z lz z •-� a ,n o n ' o '3 o 0 o a �o of ., 0 o a s {J J J -j J J J Z x Z Z. O 0 ts- a � ►. Jl �/f to- V! vi N I,,/f Jf; elf. M N SI) N n ✓! Ln tq: � y � { f t i „t t am = a r/f J � jwti Jr Q P iJ J O.O 1 •. r-r Q a to US..� o SJ N1W- Stu 00 0 W to Q u w uJ CC C)u as o.Q 1 W S P 4, O kn a<S r,N Z J • • •' ..�W +f P w J Z lil as a'z f: 'J LU uj tu Q F; U x, Q H tu e; L1 1` . '► - Q m w a � O. y, o s a s m o sn ;n s o 0o as .r 1► r .t o.;, <v ...� ti N •o .* s s o ( o .-� .t a a ,o N m to ti a o a Z m u► ,-+ r m o� 1 O M o to u► r o 0 o In,. to N -1 N N N -d Cl x i =4 1- } . On. 1n m in %n in in.: to tt% :n u, to Ca n W% 9% at to a. fit% in Fn %. o 0 0 0 0 0 0 o v 0 o o ` O 0 0 0 0 ` o : o o O to N N N �N N N N N N N N F-4 N N N N : N N N N :LI { W t” W P of s i s s s u� 0 M .o r-i Or. o a s M o v kn in �n .• N •r r o 0 > u P •o' v r� a v a ti .t a P ti . o N -4 r tA P rel in ..a to .+ N o d ... t► -a! cn s V N N to s s s N O .-e o m o ut ti a : Ln N o M 0 10 10 tel N P P O -= M 0 co M een to n N N P .o O aW .t O a M a. N p- -S.' in U. > A r( S +01 O 0% M in Ntel rn N at O •O P N aD . O r- 4= O P Ow M 1 N U. z O .r; O .r .r o N N N tV O !� O v .I .� .r O:- .O O < O O O �+ J O «y .r ..t +i �..r ..+ .1-. .... O . 0. �,-1 --r -• .-� .y ,..:. .r V u] Co O�1 N �.y O -4 m O to N N cn .a N N O N .T t .1 41 a O .a Ni � � ,n �.. 1• b o N N •, o+ ao r. � .o ,o ,o .o .., .4 at s O � N a a a COCO ..� to 0 lsn u1 �4 1► a a Q CO --- r 3 W% m w -4 r .� ,1` P- aJ >n Ito M •+ � r- W% %n to Ln r s s LL .t .t M -� ten tel .r N .o s S ao -+ N N PM 'o 1n O P- N ti I` 1+ h }w to f• O t`l Rl O P a" -I P o- in a% r- !- }ao co to N 5T m to co am m to W �-J O �+ -• O N N N N N0 O O O N N NN N N N N N N N N �cc Q d d Q J 1 Z z z z Z Q 9 W 2 Z Q y d tIC isl d Q O .+ `� ►+ w tr Z Z z Z 3 0 0 H �+ CC OC V Q Q w Q F- w W W W 2 = :cb-uj r d 0 J 2 udt Z z j S > > W O. CL oc T E g f V1.Y O h J CC uj it0 W 2 O ii! _ _ = J Q :!1 Y. _ to z to LL w W .. .j J J 'J \ Z «+ iL J 0 U U Y J ,r 1- r O N to W 2 O S J J J J cc CL W Q S Z Q tY Q J d S Q Q w m } = Q J 0 U' U U u Q Q Q F-O d w 0 >. w O tn Z jQ Q Q a d Q d 9 .� 4 -3 ' t • U 0 v z a Q dQW O ►-' • J • • • - 0 Iw • • • ') "7. • OIQ C? 0.. ► •: • �- 1-O O t9 oc w U' J M O: N Y r 1.4 N H 2 • Z O t9 �Q7 :J 0 sr C4 d Z U I S w a w :U O Q G .Z l� ., r Q N = OC 0 > > 0 w w I.! 0 V n U' 0 IQ� Z ..? (� S OC !.J J J I- tD as L Y :9 4 p `0 0 O 1- N i- t�Q Q w x r Z jJ J J. J © O J J CC O z w - w a M /- e- 1- I- O Q d _ _ = j•r r .r .r Q Q r d Q Q w w W w W w i:J w in V1 N Jf �- t-. 4- F- r '- 1- r r- 1- 1- > > > > > > > > F ca r;• ao 1 � 00� 0 •; i d d O, V O W�+ O S J sV1- SOC > .. Q O �-.v► to o xw at ou ca 0.0 UJ d Acc . Yq W: N rrd i - N iTt 4 Fk .Nr J S ; tii t.t ! >cc Z 1 k rr. 1 Y .. CL W _ � 4 Cuj C rX lu f 4 co f . ..� to :-'•O - P N ..• ..� ti N P �O N N ..i t ?Q ?:`: x2:•. x� a ' 1 h- !1 (30. � O O t O O U1 N N N tw ui tit w W m W t:7 Us W w tL' UJ uvj ur w W w W' t) OD -r eA N aD ..a .t N N P to O O cn M „�� N` � M N V N ePr1 J ..� N . a7 a a. G l.. C" O. O O N O d a, . q C 'ej 0 O -''N� " .r t- -a .to .1' `a N - P .p `* N O >• N .p� {- P UN U% .p r O ;N'. R1 F1 •�` N LL > h N is N N ip J N .y tn in n Ln tr i•- O N s O ti U1 U\ M tt1 O .p D ,,t N •..-� N O O J 0 0 o v n R P P P Q- P P a` a• a*U. C" C" N P _ ,t �.t J s �,.1 ..a .t U1 C• Vt M 1 ti !► n (� !.. r ti : N N N N ti N tOii 0 10 N I 'I- ,M fi M m ;s► m m sh m m cq m m en m Y j°1 M O 10 OO O O O O O O O O O O O O O a O } y m N O O O O O O O O O ' O O O O 7 O O O O ''O O O FJ ti i0 O O N m O O O O O O, t0 O O " Z m _ aC Y x aG CC aC CC x x at x x d:, aC x d O Q O O t- J O uj X W jj W W. W W W W w w w 1i W W W ..Ut W w ti! Q> {d d N x iL x Co ctt Ct m m O ffi O d Ct r� a] m m O m m 'a3 ti O O O O O O O O O t? O O cc O O O , > ..r Q O O o O x x x aG cc OC aC x x d.' O< x Rr d Ztt\ x J J � Y - x n x x x 5 !-W n O d d `L t9 W W W W W W W its W W W :ii W W W w w W w- tL,' i r at :7 t9 V t? t3 t9 t9 G9 t7 `.J 0 0 O t9 0 J O O t, � t9 u Z 1 - J a a: OC x x x Y X ac OC aG OC OC oC W 0 x J'A -t Q a z o 0 O O o O O O• O O O O O O O O O O O O l—O aC i O O den O .J.+ _ V W W W W y W W W' -Ui w W W W til: W W W- w W �W - _ V O c? c7 t� O v t� t7 is Z L w 1 �- t9 t9 V J Lt t9 v F O U. J' Z7 t w • • • • •. . • • • •.... • • w • _:. z v O ..i d to " . to E- t% c- t l- �- c- �- �- F- t- ►- ►- t- l- I- f• �"' N H I J J JZ S O J N tilt N H f:If N V► tiZ N N f clf N N Vt N to Q Ott Jf J LU LU uj w J J Q: V) W ii :it W W W 3 L :li uj:. W W tN IW ; uj Z 3 3 3 S X > > L—R t ltu :1 iJ.r E t 1 a m j m+ to J t 0.0 \ arty m Gn� � D a w 0�W � uj t— J W J F-M co O s WCL ou ca _ O .0 R9 V! In R� x a � 2 J w • • (ntAco � *lrrret m-Q • � y { g Yt w w , n .0 v y b ti x ui. * �,y s NX w, CL "' �► > a ta I'm w Q ,, S- O a � u► to in tn' rr F L s .'s w s m .ui - _ til to W !� P .p 4 .� • • 3. > V f+ M a% Ow O� O N O O r 'O N tY .r O A+ P fl ! P P ~N cO . r` m N ti �' N �1 O a -D m cc m i tt1 r N ...4 m N A �p 2 s:� O,t ,y Ic ti U., o' N ti n to in � ,n }u ,. o. s co -� ty a aQ a a Li >~ f} a .a J J ..i J q J - >.rNtNs�in ave ac �- .. .0 w w it a aa.aaQ-aQQaaQ a o q �� �. F- ►- 3 m m m to W r a 2 > c� s z W w to w a C y t 1 1 :1 u�o i .. .� o W c 2 z z z vtouuo,ty.uQi'aUs�0000 < j 1L C !!- v9 Y Q 2 2 ui " w ui w tit Z 2 2 iOrJ C9 Q Q Z N"O"'•"•'""� +r.�.r.�r� i w N •-t OUN IJ J J IT :u = V O i1 J ZhtntoW" NhNHt/f - QQQfAy • • mf a �t ❑t _ ^t at • • �1. «t ri st • �V of �i WLu r- ►� co } „Q Q in V J t- s oa Q u744 f =J C`W IL < J O J O F- J W N Q U i"- u N 0G W o V OTC. Q a O O , to s • .0 -4 to a E J t-z a�s >oc cc IA �1 uj 1 s ,u r cc i as s CL 1 t 1 1 1 1 1 1 I f t 1 t� S , t a C,4 "O 00 C tel CO ca N 0 O co .0 o". N� • �O :r 9t •. • • • • • a; M .0 '0 • • • • • • .i 1� .r u► -0- r4N N 2 t. • • �' tii to. tt1 tp N M • eV --� te► "r O cc}X _ to i� st► u► �-� O a O O a to � >n to u+ c o , N N N N N N Is7f N ^I N 111 .� N !� M S te►- a > U N� ~ �� m N S S co to la,, 0� n M ti M O► O� N N eel . ►. M S O 9` !� aD N H tT d ap t0 , aSD a0 •-t .+ to LJ 0,7 O tel N in � .0 O N .N .4 .-� 'O .r .i .4 .4 .4 ..� .r .d�- •i � to U. z ..i d 0 �1 ,,,� ..• ...� J - .� .� �"'• .� .i ".1. ......� ^� �/ ."4 . 'Cr co -t O O. ..• `N .p a t s+t N ao s o !� o Q' I 1 t ' t t t 1 1 t t 1 1 � !, d' rig rn .Vr�W. Z 1{ i 1 II t 1 O O. 1 .0 N N M .0 S 0` 1 I �. N N !�- ti NO O " I .fit }� � � M .�• � N N � tA: S +t R O P N O .a :M ml O -+ rt O 3 = OI M �!► i` N A R�1 O P tr S. . to a O cn O o` .0 t0 0• Q. M M ca M I�" ..� <O Q � O O• Q► .+e1 Q O v! N Si S m N � '.O -co1 N O �! Q N U. 0` in h- J �' �.� N N O O O 'r w to N tu W O J ty Z( .r Q 7 Q G. _! Q O Z d. 1 �4 .,. y tll t) ►� Q{ Q Cie lu) n O 1 p = Q d Z O 0 Z 2 ... .-� ot: u.1 UJ' _ 1 .,,� W d Qe 4 - Q O oe -S S .l7 1 J Q . 40-,. CC Z t7 Z 1.J till "' �� �j cc J 4ui z ?- Q JG h, Q � 2 Z r0 J J_ a V)Wi' a 1 tu; _ Z� cc w �a Q LL O �� oC 'J Q } t? Z' J N ' _ O • opt: at: fU V cA 1 Q J. O t» "'' 9 t� � � J, z 1• w J J a 6. ..+1 O i w V V w Z N U. Z • s w Z -i w wLu uj a O U. O cn ; • w; cc S uj Q.1 = Z rL z +< t9 v yr O Z 0- 00 t7 Q �fl iL til Q N ~ .r� CC w H 2 �_ J J !J t1L a +ac V �1 W Lu J d a Z t mi t9 S z } i C?V N ill z d dl ••. O '2 CC N e <x > oG W Z a oC J Q a I 40{ O j d„t < Q W 1.1 O� a1 d }d Q O f0 a} Q Q O oc 7 Q a J Q a ul .. m m ' o m v v v o a o o a w u rL U. U. u. n � � r•.fr .4 M� �� ..� _I �I -I �4 •4 k ..uir ccn CD =: 14 �J . as uJ i r• s a d p O Z J tT u.t W N 1- S K 0o as F.. JW � du a:tN10 0. 0 il)� • CC CL LD vi N .Zs lJL N f u Lua �a r, >at C4 a ul ui Ov u ! a ` S 4t a a 1 ► 1 a a d tV N r `.� N O N 1 1 1 O 1�; N rn a0 ti .t A �O kn .p I Oi -a co a4 tr ti eel o s -u►= a a' -+ kn • • • •r • IZ col W d - _ !n t.1 to --'n to to to r U,- U% n f of o of o �o 0 0 D a o go c� o 0 0 0 0 0 0 0 0 0 O Ln N� N �1 N N IN N N N N N N N N N N N ; N N N N N N to W to %n m CD O, O .p ,.• A~ tel .p O O -N tT fq rCO n sn �4 ^ N N to NI i!• ! D N `O S 0 . O .t 4(I M M t N O d j .a N O t•1 .f D O N thUV .tE to tt� M ._ aN4 to - O CD O� !• e'1 {m O f� m �1 tR O .t LU L„ �o M r 4 M i � N ,of N to o� � M .'�� ., ..� .• .-4 N tL I .4 .-t O LL * 04 Z+ •�I •-� ..a .� O t? O "� O ,� >~ d •D fie:. Q 1 th; M N s N N N OI' 1 1 Q► S 0104 CI1 IW CI.i 10 N S d 1• to 7 . Ur Z 1 I 1 1 1 1 f 1 .a O O. N om.• I ti /• ;ti h t- G O m N st1 _ .r N N N O N :L O `Di 1_1 .,+ f�1 .t�► N A to 3 N .�0 M 4" tD 67 @ O OD � ' ti N .a rt N N CO a O� T .tT tT ti p to Oco S S tT f M P N t► !.. -4 O� .? t,- to p .p �O �Q 7 O � M � tP p }WLL 1 N N Ln O O &g% co N N H N O N .i .� .t ..• .-• ..• .r N N O N tl tl ti d 4 d 2 J m S Q at ce 1 Y J Q Q 4 Q Q 4 ~ Q iJ O > >i } V V iv i J Z 7► aC = S tY ar tY O O -.1 oC w - V:JJ t• t7 O r K a u �tY 1 JO Q V en rn .moi iZ 1 4 w Z 2 12 t=it z w .Ji n .+ r tJ O t7 t7 Q� O O 7 W q cr. W �:0- N = ctJ W Z W = J J J d J S Z S d • ...0 Lou O U s', o: a H f•O aC •I S N Yt t%f� S ui 7 = V H N- r } >• } Y 0 � Z = w Q Si 0 = UJ In s. W t . d us w W W w W a O �n Q of aC O u- O t9y 2 t� J J to = N Z^O O t9 =i J Q ... • 2 • Z J1 til to to %a %n N N' Z � = = CL 3 t d d O V N N OG N t'J Z Z a< O d W J J Z Z 2 Zf Z Z ,aC d a W W W m Wf uJ sL v o o q d to J Q '1 r ac O o O p O, aC aC a ll �1 1 i s sFF I f Go` Q �'► �J � w; `a 1 O :L ?'t:7 W 4. Q n�* t4 O Q i- N q1J ' f- N 00 d b W W w CC ti x tY 0. O H r «�W v7 ca N Q " µ r W V 3 CC Qa d N S , iu { H W 4 �Ia N rft -& S O n O .t ••� �N O► ..! (► 7V tr1 N d O iil: 1►- O tp Nr O O O Co -Q O �O N 0► O tl1 .t efl O tY1 iv, er1 tt1 M O h �I tD .� t e0 in N R) ^O �!'+1 �O ti j �O r � N N •� � N `r N . uJQ aft " Ut 1f1 iL1 M U% W% U% M� 1t1 In In in [[t!1 :N � A 1i1 t71 It► 1[! N t71 to to tr �\ O; O O .'O! 0 0 0 O O 0 d O O O O O O O O O O o O`-=0 O O 7 N :11 W .i J . --4 .p O .t .� t71 N N C* .i Lil �I, !" P coO N .O O N tR �l1 t0 P d P O > V .r. go O O- d N to co �O. ti K► N N i 10 N1 >n N �0 CO O f* .�-6 N P 40 M .t .L' .r Or n .-! �t •Y D� N .t +0 a% O O r1 w N c0 r Q m IA N f O N ..a ti s .Oi O P R1 !� .�7- N, an�L lY1 S N m� CO m �� aD ti >� N CO O �o� O •r f-4 „� S co .moi M O N W z O) O ..t' s-r .-+ .• .r in O P .• .� ' .• �O 0 .� ..� ..• O O 0 '� P4 ,;.4 .-1 In ..1 U L O� zn �tI O m tO M N M Q ti t- co O O u1 It! O• N N N N N O `"►- Z {I ! 1- I 1 1 ! f 1 1 ! 1 1 /1 A © 1 1 1 1 1 1 W oC O O". O O- P N S IQ >• O T th N co O ..r .-! S N N a% .M7 � N-� N W ' 3C 1� N !► N N .t a O -D I" co 1!f L" O 9% � ! .t .t t` N► .-! ..• in O cc,- -.t t. •�; in d sn tT N O m .p 1 .t .0 -+ -4 .a O O '0 r N N P P' >.17 GO; m .r tri m f- .�! .� N .+ N ..1 Or ..• ..i - O N NL N N N fV coO r~i. O+ Z aD N N -4 rl D � N ' O Q I t77 ( zo > > f x Z 2 11►- L)1 Z Z j W W Q J R/) 7 tW 6.7 > x T :L N wl w W W Z - J w � W 2 {t.) Z -x {3 O N v) Q V\ oC J J x N J O i` r N� x W tL i tL W Z ce 0 v n c =:I a z i � r tau a o } c C} a Ca z r r tu M a � a ui x Q IQ a a a a aj m m cc z N. 5 . Q! Q • J W J } a •. w • S fx Q Q d J N I—O O t9 d W • w. Z J "Q t'L IY }-# N f} ?-t Q Q Zf 2 x • W� ..• V .. - iY Y W oG �+ { o O V N 17! W Y • )- 117 a F O O O (V 2 OC JN Ni O Q �� 2 Z Wtj 'c S !-- t9 '7 > >: W W 3 W W I.- x iCC _ 2 id 0.J J -j ..7 x S S x x x S sj x 'S s W 2 �f o D a, a ui Ia a a IIuj I ... t r•� o� O LU O`er 3= ofl ao r N uQi 0 ►�N d J 0 0. O O W a cI1 d d O Lu LU w W N d H Z O.Z J . < U H S w Q , ul Z I i t t a >- � � 1 ► 1' t � �j >d i 1 t ( m N 0 .. � �C C► CL t 1 1 1 N N p N 1.. to coin tT tct ti 4JCiN� C p yn +n N N fa0 p m N N 1 .� in Z gyp' 9 i40 .p C% 'p• ({ r O �+I it • r4 1 l n Ln Ian -''n in o p O 4 C-Q Ni It � �K1 G ' i0 O� O 0 ►p�i� N N N N N N N h. in ri mW% COP tn Iy j m N ./ .t co N� j f a M � Ne0 M O N M N Ln uJJVrNiV !p H. S'tr 0 n t0>cl N r , P N4 Lu � cc 10, v%. f` CO� O "a > ton -40 �0 ,caONoM� co O1 to l� tW N U .+ p. CF, CO eft � N. .^cP�tn/~' A ` NN U. Z . 1 Om F t CTa t 00 ��p43 O � 21 d O N Nl S N OV U. N G UJ Ny 0 SNZ -CJ Qcs r 'as i .. « Ul .Q I i h � IN to W til L" of O } F+ 2 � W N w Z 9 t7 Z II w p s� O Z t9 v t` W O J J J N d Z < O < O Y J JfO = d w - d' cc oG W d d > = d •L .i 0- 0 i.0 OE r Q LU J OG J i`` `O Z < a = { }� it a yJ.I :9 O > Z Z' Z • �� • w a�„c i d -.JC S r �� 3 = -v V tty O • Z y� • a . O O y •+ 'G 1.. CL OT ` Z O+ Q :a d J V 11 V1 p �, ` • 0 N r F' O W+ S ` N d d u, w wa d • •i 1 _ ��► �7 z 2 ZC �.O Q L a �� Q S Y Y 4d O r LLS S� 0 O £ O 0 yy d Q Z •, T. Q v V v w .r` S Cw Z O cc O O •: • w 7 O = w m �0 '►-Q O � W 1i7 V O 1- z V 1Qi m {{{O O� O = y N V►' r: ►� !!! �: i In 0 t7 V - uj <d tY w d[ Q 04 -4 � d d � d d i� - ee 1 O uJ �w N t- 3 C OD IX V0CL w sr i. H Q J � y NJ t , t O W S � uj c f At _. r F NJ �x n _ 1 1 1 1 g r ►.. ,•I • • • • • u1 O a u� u1 ,ry �4 N N of o o C O G h N: til N :. ti N .r • D± H T` tf0 tt1 a1 �W N r t x r N U. > >n m m LO COU. �' ': .1 �► .t Z O o t a U 1� !� s •i,' a o US CC OD N r 1 I� U !` R p� p, �. N O� 1► Zm Q «t r N N N Q o Q "' a O> O CC ce OC t z� Z a i�it tY o O S aQQQQ«QQa LLt js� O J. OZ D W �' 3. .Y u n� a Q Z ac 5 a o, o a C2 fa to LU o x. w LU to us ui y to - � o q._ J .. IN �. ; ..=zZZ2ZZ22Z tYzu- O « Z' Z • '7 r - NMt1t70t� O aC Q a Q ac . --` achyrvsv►a�v,snHy'.` v { zv } _ JUN . tiJ tY U. �u 14 � J J Z .0 cc Q OQQQ�NNNNNtq - t. uu J . uu a 'I �I of ..1 .� s1 • ..� • MI • �� • _I � 'f �r^' � ' +~�` �a w d r � � Q O r W O D tj in ji tL r- t • i.: • -1'. , J M try N c v uj 0 J _ C Qat.. Cq 04 4 UV, y le let rl 43 Ob O` C, �. .�. t► o, o CM 1 a� rLr4a o ,s Wfq L x N NAAin �.. h j �•t O O 4 � a, ` t7Dcc 02 �}} s► ii1 f1i Z _ cc cu z Arc- 6u act, �-+ 44 Ly cc 74 z cc V •Vti J C QU !. �- i T a 3 O 2 Z ►- m +.. k c `.S I ; 4 V •ter ^V�y ID Q ;V N. 1 O u+�.. NFCWC o Cl t F-N 0 Lit Ltj;x co ru f A n. 'ujus : ifs 'N S w1,`., • • :'.y 3,s ?„i. .� "refit . i Y �! � Ms; ^ _ i uj 13, �f a 1 Q _ 1-0 .� t ra 1 tom? Q �IIt wv y a UN to w o o a u, u1 µ a '�► 'n tl a uT tL '�_ t►. +D 4 - O 4'4 IT .O O' :2 O Cr rt► In-in 0 N +!► .r `. 1 .� O a= O O O O ..• .� .s O O � O CQ !�► !'n !q P !� .B p►. O•. - ,� �Q �O ,y -NiF 'p fV �f, :.+Q .1 O� 'CjQ .'�` - W S : 1++ O► -�..'. i.1 1�. A N ty '.J p► O 0"'', S "RO .rti 4* 3 .+� a p .r ..ti .r p ci �p Q tea• A -+ .* U. ^11 O` 1� L� 1� t� A 1'• R1 P _ A 1► ..,e•� N SV IA -0 ct� Y:L ..ifLLt J 1� O Rf +1 !ti S 'p '� ..r ,p 0. A'1 A h. :' *ii O► N C'f N O O ry 1'7 ui W 3- + �.�W ' w g = S g ~ x L7 w Q Z O W;A { .� r, ui u Y �S .i tt .a .tom. Y 2 Q i}i 0< d t :. J i- '� S t:! it .Z J 3 3 at .s! UA y +C Q Q 12 ; up S; W a:t til t2.i W •+ C C7 > > L3' it ca O p ' s � 1 � 0 r- i �- cu lu a lu lu { w toe E'► ` 08 CL aY a 1' - Au mCmcm ai iv psi a Os Y a• e4� .t a N V N aV zV .w ..R < k A L Q At CL a H y 1 .i m �. N O Oa 'r 20 O .t1�1 U a t d' N: m!.. p'.. Oa UJ�A ut 1� 1/�- " t�J► .7 O P O► a O rat G" �. ti aD .. Q o �J N lV g" � _, 0ro r4 fff Iryi s '" mss cV .N N H !► N► = l► T► _ -R ~ t� .O a d "1'. ' x 1 3P ]a LL Lam* �i ... O O, 'C N iLA J La ill YY j Q V V i�J Y UP, cc at a ` �i ~ F m 1 nt I w \ m r P 0 7 O r r r r 2 *- j tw3 in AZ a� a _1 z U3 i -s h � co An uj LU V) • ••St' "" Ic' f. ON ".0►' r+ - x a a o r•.. f- ,a tnr oN c3 ,r u►: M � a a m .o ... o a► _ I I I ,,j. a X .TN 1i1 I I' `D t s .-• N [V N a .'r ��t " ^r O fn LU OL CL jIX 2 s .� ,.. Z a� s •» a < o �# -31O` u. yam • a -a ' a a� a ¢ . � a.;-• 1 ZZI 7 wi uj At . v cc tj � s 1 4 1 4 I ¢ Ift.:,A3s:, a Y1 CD J s• J r CLN { '2 v ..� w c u� O r �n 40 LLI cc in" sn.. �. G.O • ;N.. tJ OC UA tn " �n .o- -••ems yMy` . i41 tv is �K CC ,; �-- �„ .•'3'•. ,.�'>.= { �KZ- 70 :fir •� ,ter � '' � G �av';.as �".ir��`. - S a+S->�� Wz r: r rti X k hf24 Yk - - � �• Yom' � Y F. r re s : * r ' _ ss+ Nus UN v _ ,c+ to rsy iii •� m. ,low, CO Vi O ^� lr1 � ., N � •" O .d' 't. N O u a v v u. 4 n ,.t ^ e4 � rn r* ,_, o• t~ t7+y L cr X. .+ tT r co �? •S .+ ST O to 1<1 �} O O O O O 4' 47 Ob JL r s 0 +�• H .. r J - IV Air � aC _ w 2• �C Q Q ,ag I 4� viuj 3e 0 cc zi x Z �Z {iL > c S y Q '� .� ! +JQ7 O ..y .d d&'�` �•�„ •x. at xqmi AWL t � f I i 1 s t t t I � � i i • a I,ti � r C`.7I Glt n K a Y ul ~Ln H N m.0 ccx. _ tach , ` ,. ' 1[l t' ''''�� 1 J • • • • s • ♦ • • • • $ • un, GL Ntq ,111 G iD �7' !� +�► .>K K [� p} "`` • " 43,15 :us i v ", us 77, O 0. Ifl , • r' a Zt , r , s t/1 k �= LM .+ tit SY - a :M2 _ ,,,. Xi c+t-. w. �'; co. rt• .� ftEx' N Vi D N r' - s ti !�► .::.�{ sr1 Z`, ':O! O t!2 Ai d IR' t.. 0 .OJ {` 1 2 GT tr c1 o a. xl O a o. :: a a 1! ` In ti o` s d a P o. .. 74 401, ->- z 2 2 1' • 1 1 1 1 2 1 r 1 1 2,. 'A •O o - :it CL •�-. „►� '9 C '—t Co 40 R+1 :T N �Q O' N .?" - 7!' �► �. Sfi �;,; ti :. ea .+n ,a .Q N si , .�L .. �► .Q .q rel o►: s o." T} -. „�� � at 1� i? .D d tt1 us 1► -.. .i .'1 tR Itt a itt_ c+S +a''': s i _''' r�1 ,;e•.", LO O N ••r N O » O N,.. N O O N: �•y w}+i'� Q Y ;r 2 rQ.. �"'- 2 � T :57 r. Ly 2 �-.� � � '�� }��: us 2 Z Z D V wt V .y J t ¢ ! ' ' u A S < Z>. : 4 ar > G 4 sn 4 �- � 1': a w O t7C d i tit .J ad y •, .. L tS Q •• -7 > w 131•. QdQ Z !C J OR : Z L✓. : ...�J .ri cc at x L[ r.: 4N 3 J ♦' Q Z A ' .•+U tAC9 'Y x } ', W d •� ' tit •V .w CL •1 � w r• ♦.. J.S S Z .. ''r 11 0 r J tL a � ; j LZf i =,vC GTh N~r UZT 7 fa C3 -J ( tar �,. Aim, k .r: i C t j'c - fm~ ; Cc, ww� Ww J r t 1. •'�, �~• �+. Z.j P CO O Q O Y 'Q 'n s In in Q ' Ll xra. uj _ iY b UN Ntvon CL t%j ty L1 fi x La VI O "r _v ul a O y n 0 LL tu -► 4 0 ti '.;+Q + y;' al ti ""► . ' 1 a ,� ret ►� IV c N N ;� "t 'N o �. o s et'n 4D co nu fft x nu N N 0 ' a V o d aq �.y shy rf d 40 fn 43 ui I ►' ? -� Q t '� O ui Ul Y O rftj ~� �a O i'i Q t�9 �� i1 8 vY Yf �r s' i • '7 `� ' $. UJ �; '.iiy, t � ti. � � Q 'Q - Lt,I "•,:Y .' cit �. -� f rlJ .� V ' w !.� 'r ~ ~ •• J Q Ll t a.a _ ant �*• tis d a' n V 0, Inc : in r O CL ,� ti tV . • -. ws . • N 40 s LU K r � S `r f (Fp ,14 w a ' 3 y + c V4 • 1' sQK d ` S Irl N x D d � O L% a N o .n ua to -�+ '�'' v _ u� !•^ ca f :a ns - n *► '° a ty , r. *n o s s "' o .•+ o. p• w r to .A + 14 K .t . .. ao-, n LU cq } J O C; O Q O RV D vi C r t3 C J C G Z i V >f• t- �.i o a a to . � m V r z y 2 J Z 0 Q. r m J CL °[ji fA co cf. CC -31 gi _ ^t aJ 3t Q Q L ; u 3J A v '+i ui D x oc a s rs O 4 z S Z 1 f I i >i J F .. Q++ �� �O �► 4 14 O 1 P }+ LL! x FAN Q� D �L L" C .y S x Q. C %n N ! cl ca a x M , , u a w ui _ _ r r s - e` C C O nI iXi N M t; O F IVr y: Q r O lu w ;u u uj us nl N a O :.d r� u, P a O on m co vi U. v+ o o cr•�► a a © [- h �- �• ; rt a U. v► o .t1 a� re a a :� ,o „o a -•� ao •a n IV :o c m co ✓a ca0% 'Q'. 'L .Q 'o Ln a to 1w 1 .• ;) p N Q yus w .r r •� w J 171. ;,� J j + Y =: V J ,{,;,• , 1 �.! 1 to ` �„� yJ J J J F. ui J Q gar s g .,r j { � L'$ W %U h z vi s w w w %U w cu .. H Yj n vt ti L1C s x rALn x x y, J a a s q Q 2 2 cc oC s z xz s >. c _ i� 4 t 4 G 4 .q a 4 Q a q Q a a WA .� r t � I t IC J t 'l a icc J ul +q � 4 • a a ►�- c u CL a u 4.0 :'J x .7 ' O.Q. J ♦ s $�1 a� y►t to Ll i< _ Q r O r.` 9 t Aa I � J J gwui .I1 th sd' ,: M O• ... c+1 � M � :u en ^u *, t` �Q .a A. p .'7 "� ft" cm .�. M p p -� o O � � G � O p' O � v •� a .1 � Q ;1 1 1 ::1 � �t,,�� a :L z i ,c t J10� � 0,.:: O a' `'"' M TR e�► 'pnaa v o an a " o ,.► o. m a; o ut, ui u ' a tit W W e 0-0 SO ,� I} Q Ob Cv Nz to" :ci y p .1 • s tr1 �..: tu 41 ..... tY x a cc 47" o sn Al ry �•,� Cc co et m S.: .a N 'a rt+t,» -0 "� K► ' p. S. D a. C. ..t . ' .,t ..• yA ry .a. O 7 u sr a en �. o 4p ..+ t t= n a: p "� iR o «+. a ^' .a, t 1 h o`:. r y t „? m►,:.: a. rte- Z t m N a Il- 7° d so A► .. ^ rti � s► N 0 0 ., eu a a ri rW _ } '� •v ;� ' pry ,• ' 4 W y. '� `„r ..+ "? .jr mi Us. QJ! Z d .r ,,,+ .•r. W ..r O J .:.: til me m Ng aY a. .ai r > y 7 7G' us auj . n 4.9 XIIb CI 3 � :1} 1 i o UJ us vs 00 �o w C tj c tL C[ a O a x s a +n Q sA O e0 :t1 J • • ♦ • • • • • r., x,i�"t4j c?, r �, • W m N S Q0� y�Fa+ 0s01Cie ' �� Tin G.,s ➢iY ,,�.�,�?,�.'�';: may. w'^\t L � lr.�• W ujQ V71 N N Q C: i � a ul a R o > In In � w r J a J j J ..! U J , J .u. �y a aD cn cq r a �.• sti iA r 43 a ;-t- s o Cb r- on ,ot- w,n O. rc x .., w� r• rt o ao �s ar .r .t N •o �n s► a .a c� > s a Fn h �►. s a ''n v in .r a 0r- � z a a 0 a a� C► c� .. Q o o o >' o Q;. o '�. -+ e► o u�, 0 o o a ao .. a +- -� s m in o tr s a a o. J. a c O .w u 7 O +r �► n .t -+ +nE �! en c*► M ` wt :et rr} 13 . so N :! ir► C• a so a ies N R r►- " ' t—" r— p iL �D ".+� t+R eV gyp• t� d` .*1 !+i N !�! tV N N, N 1t s11 t� 0� !L .D tC r h 0 �1 O O 0 O L3 O 0 ' 0 Ott ' 0 f by J -r -+ O N N .-a -tV Q t1t n 5> $ k!tj\ SY.. �! M 9 ., Q -a :Q r3 :1i- W w .L 4/ tii U1 :ii i21 :tt cY < - .'1 i3 U. tL. fir 6. ? w'fir Y. UL U- Of` 1L m %q w Z a Z "O u, w iii ::i �u " .0 ut cri au :cu 1 ui ti 0 th x i$� 2". N � y J ?¢ Y 6.. - ..1 �. C O aC Cf: 0� Y C`.-- Y .� ca GtC cc OL Z Z Y S Z 3 S + C < 4 4 i d It Q 4 t � f , LU►f- x n r P;u scr Ni d na w O UOIC ai N a ac sV'ja e+ .+ x . s" • • N M = .• fa Aa lk x iiD a y'w P , ul' Q ` �$Ty� � �� -�,. �kg M' T•yd� � t'ly� '$ 0..i. +�.• �1 rx - STC J rJ t • • s .t �4 O iRt .� `ax��� � z , e•- e- r. ar c 06 w .� zu gait 'dul N T N d Qui oNC rSJ t• If1 i7 Al N -111. u�t'A D' a, !II 3 O ." .{ qTp � to .I' .O +t �� � N Ln u. > - f H N 2`4..a -^ .p .p erns O O N .� Q T -0► ...t .� p- Q► T O►'. 2 P C� P P .-• _ O O i O O O , N n MOP m o► o W P P r+ :►1 ii1 � � O O srs Ila ,M1 F Alon P a R co IV_ .! O' .: P ' t1 !A i� f N . '!�► rn .� p �t N N. • e7 r, �:. as 1:! ,"1 H o a ^ 111 a m o* * - f .r .• .r .• �. .t +r �i N N Od , � a' >. x us La J uJ > �► J QC a a x rc :r cc s < ;z. a.W 02 O O � 4 d �".. Y Z � Q ,'. 1 J �^j i F t t1 ;j t�li. y 4 •>'4 J •3ut ,ifiL "Z +'iii-- �{• 2 Z-: 2r: 4 .lL .� _ 4 ra is J u v r2 v es z z,` •� u -s ° Rt �I st xi si �i SI s � [ t L7 a {0 1 CIO tic r- , 0 o u i a:u uj TM. v�- 3t cc oa �Q f- u 0.tui "•ce in iv Q occ rpt r 4, ui J AcTAs l ui til x - Q '�t >n m a o f s' a. q co CO ' ft a� ,;`�'•_ j� s � �s► alt �� 'titfff o O `^• y .ti fi! ul .li w U L1 • � • '.. �� _ w'1: >~ � +G at N S � t) !�" �O .t �- O rt' in O iV a, .p iD a �p co a% 1► ttt: O IR ii? P P S O N K t�j At �T O o .-. •OY N C11 - :s. 2 -a R1 4 'A 1n r u\ �0 �O a - o- u Rz i .tit v ,tom 1 t t t 1 1 t ► 1 t 1 t s t t t s t ;��+ �.,.'�' ']� 'tA ..• ..• tti ..a .r ..[. cc ..c.. tiff � � �. @ J ? J Q S P T fl. J` Q. Q. ,n atl M iL. 'If O d tMf 14 0 ,f If 0% .f" .. ut ut `Y- J o O N N .r N" N +tit-r' N N N 14 O 7 -+ ru r aC d Q v x a at _. s at a 3e C. U. U. � S .Z►` .Zi 2 . Z � o cc Q.� Q =5.{I t • = uj -- {• �,r i - .., ... , .a7 'ta t:} it iii t:.l St .L ttJ r «: Z IAC aY W I }- X X X )IC '.x x X X K r tJ t! :J J it 4 + * i y�r a a C a c j a Q ¢ a � j z i :n -1.- -r �J �a 'O - t1 N t +•+ + 1 v u +-� a 00 G":L tSJ d 3o L sY P K N N N in N eft N r N O� i65 �C:1 t!I �-I t!>< - - at' •q � ' O N tti +r ,t !� 'D d IIk: , t'ii iV 1R1 ' Lo �+ Q J )L .a at TA us cr y k x i at L to ZE ! ! *'! • �' i' O a co ty � � R • 1 gy• F V V ts in .ti W til V I1tI; V LLS 43 +irnN .ti .4 f1 f► O A m O. nt •D t Q -• C. 7• a N •D A* .Y a? s f!1 C• to M N .V-e UN +e1 cil t/! LD i0 O fl - �O N d ' !R? .9 .V iR' - !fit $•`: ... N u„ > in dD SI 0 O` ?+ -.d tiT n .t .a © Kt ;V T... fn a o� o� a .11_ tr �►. x .• .v o o .• o .• •.+ . 0 0 0 0 o a o o; o o y iQ Xi C1 c7 to !� {? J Ca N d 3 in 2 i ! 1 1 ! ! 1 c I 1 1 1 1 t 1 I'- 1 1 1 -•Eis ,. M+' ti tV N W til .111 N t>7 O S to O K! e� !1 .¢ , ' rJ Nf d e'I �► p ob O S in Ci :7. J i► t+ N u1 nn a ,i� d d .-t ut N } Y6%�s �, O, +Q O d o3 •O ,�Q O •7 in P a-11 !1 ii :t► Jf tV N 4N N O N fit V K .� .� LM �J O N 0 O fYs !` i iy w "t i w Lip cc u w t v' �c Z W Iy< a :.t �- H t: Y 2 Z Q ca O Q Caf�yok y !- y J d Q 2 8i O O -iL J # +/'! ..t .Ji r r r Z tY 'w R a a aC sl +v aC w 2 J �7 4 . .. sa JI 0 ►- 2 a - - t .14 ti J r ++ it cc S• tL r « ! :] I �,tf ♦ J Z 1 Q • tiC c3 D y �. r v uI t�r a 2 GI 2 q yt Q Q « sA :3 « Q N • w « 2' iter $ ' ;,9 "�t 'tel N � •G *V Oi. c'iG L1 `� ,1t ♦ '� 2' J J 7� O VI �fr.',£'� � !;� •. _' Z F J' • J ++ 2 ..l « �` _J' rJ Q Q • i1t•. f yr b !7 �G ]C 2 Z Ile J J .1 oC J t, V J tiL��� V Yi ••s �'• L? •L• r r ... J J :C Q S r- p 0 2 = R - p 14•t � t'i• J t•S �Q - GO O 4N W W ' NI- or •� '.v C O a t- sit s wCL ix CL O .0 ti s A .. S ti N • W N tit M � Q � JIUJJ Vk Q s iit .. at Q h' a w,»Y ,art .yam ly s P a +a a :n a +n t` IL u► ,Q z7 a o_ C o c: C o a � - r - wus1 O �} S 0• r >` f� ems+ t4 O p +D,: S O O ` pY. �Q f'h .• .n O �-+ 1► 0' .n d P r vvO ul .t std 'P' :n tt1 dt e f �0 O CF- 0. M ..a c0 inin in , ciI cn rs s r o . co r- n ,ems a.. a '10aQ O .0 >� O ..• Mf n to M itf incn of ttf if1 y CO to 40 90 _ W�C t� 1� .i .�1 t[t+ �� .+ ..+ r" !► L� 'rCFt P O� II` Q' P a' P yS. S S 1f t1f r !� •O .D d ,O <D 'O 'O .0 s Z 3 8 4? 40 a10 'a 'a r �Q r+1 rt �e M M M of ra J N N N N N N Q .� Ln U t3 V t3' t7 t3 J LY C ¢ 1 1 N O f lu s +� s+ ut us tv. :W wut 0 Lu x a U \ hC 7 us s O O C? O af O O r �tL •+ � "► z �'. � J J at J J � ::i -may =., cL ti "I UA tx� tti ttf":: � '1f LLi c:J `r .Y :'V �- Z Z C 1 aC C x aJ at Q aC a[ sL ¢ a OG er 1' :t: sit -Z a 4 G 41i u. U. tt J. %L uC� 0- u. U. Y. ta: �. ; .. c: z 0 0 o c fl o a a a s q cr Q Q. Yt } tP: 4 = J J .J J J r.i J J J J J J:- cc� �- � f - y �1 ui a cL si 1t w tit u uF c� Jd W tii 261 1' .►t� +o'f� .:.1'y'.V •• .iJi L:t W ..y J J ...� J J .y. .� >L {i. !L tt. !t:. it► !L U. U. U. � r J- cc :4 J a.i irf r 7C 5C tC v/ �s► N ttt /i J x tY aC ( ttG ty :t a[ tom-. ►- 1- Z .3 Z i l' Z &W us Q d Q Q Q Q Q Q Q Q sit tRt si ! tat .it Z a- �us sst a- a ai t>t _ ' 1{ -I �! ^i •! "! �I 'I ^-I =1 -I s� �I A! �Q C to -r 1 tV 1 r•+ _ f•Sc Q 1 O .+ O 0`:11 LV cc uj - � u F-N _ ti p sy N CT O N ql In _ . Y Q 2 � t ` us y Imr: celu 41 p _ •_ YL _ • y3 o a o � o c o' a •a � O` - � N� ' t t s o N N , AA S 4' ui =" t1 a rA nt O N NIt, fm N P' ..e .i'•.. O fl d91. .i � �- �,�, ,wi, o• a.0a+ ..fr fs �O t 9O iOt P u a � u.Nqt N0nN rn n 6 OLIU. O U. � rnO O O OD .y..y•. o a a ,o a 43, CO a o •a �o •a ON W I a r + a3 ti' tom+ 10► �. �, r. e o .a m n M en 4*► `1' r� c� er► ' rn cn •�' �; a' .r - "" ,p {tL •�1 fnru Z7` -r+ .-� ..� �s :� ..1 ..t ..r .r ..� r '..d ,.F. •-c. r . ti .. O .` t1J V -.:.� S Lt3 Z `J J J I J J .y J �� J •.i. J _j � s rJ Y .'Z 2 p Z J t• ,•,s.yiy 'J F- ;. ti } a+ GC Z' .. at Ot GC d. CG f7C OC �'. 11C � QN �{ d 4' Q <; d I J ti . 4 :� � • .7 y 3 •' • - • • 'w • � • • •ria •� j LA t/P i/f 1 v► ;.�! N Vf .V! •A 1/1 'it� V) A N �� -� Z 2 2 Z yC O O. p O O 0W2 40, Lq O a.41 4n a s CC s H uC CC d oC of cc c z cc a s d :t s > s s c[ x x ; s tx L:t u ut ;st u Lu :ss 1: w ,. -s w _ lu -j m % aas r o ;< zzI r ss 3 � 1 a o: uj O J C u uw v►- x pv+ J a W d a` a y uj J J , 1 ' 1 a -+ d 4 N iRe i 5 N Z r Q Mw� t {,ii Al co CD M .1 .. .r10 9 .p COtm I� r8 fR a tA F. fl - - �a _ si a a. /` ti ., S a rls ti s as ra o nt ,.. p► %n a, n -4 of P as sn en ee► r. r O att s. ;A 'r •"}' ,tA ':�}: fl, :O N '.t -0 ..a .7.:. !� !► i` a 0 0 0 o .S 1 ;. �. J O.` .� .O •d .O. •D C tw3 �. Z►' i i 1 1 f' 1 i 1 i 1 1, 2 1 i 1• 1 1 t J 1 1 ,� .il'•` 9 r i� V1 fR' to Sd tt� !n an In 1n It'1 u1 In :!► .O , <� ati /� O D Q O O {CC��� O O O O O O 0 P P• 4' C" O �► _ 3 h 1S C IA* co �� Vy: ta.'.:•. O n? 7D en al ' d4 .�+ ' � .r -+ r. .+ .• .4 .r ..�, 2 2 2 2 Z 2 2 o O O Q Ou �QLt' sii sOu ty� i, i0ii :3 O v w w 4. r w w w us La ►�- J u i 4 u� tit 1 'A C�'1 '� ►� a ..jC4 :x cc $ } } y, } y" ?► } ix Y OG, d dd d ;S x cC. X CL 1.4 xO d6 :R • ' A sem', f K .A ,N VI 464 id 0 'la.. y 'A J. im O � 0.1 '�+� d '0` �` J J 1 J '�/ J ,. 4A ul Ji u :Lia Acm is _ y 23. t I t 1 l i i 1 ' Cli Go Q�+ a:T] w J r >- t�r ►- c O O a tv c[ >J d m ' aD 0` a J a .r O m "� O - 7 a • • M It au M tr t.. N to Q _ Juj De d _ w F v _ r H W ' o. In• �.. ci s 0 z et e y J N [► +�in O C '> 4 .+'mak: _ .°. m �1tn-.:'.;. O UN :0 '0 r4 �nt tv % r d ' G�1t s`O . O ^DO�13. T Or O QN.1 1L :�,.. 43 cft U f + a N t d InCIO 4n7", N r "4 . 4 `D n. ..rr,. co 4W." m N .♦ N .a O N; 'N i. co co 0- O j10 N r N N •'''1 r' Z At u d 2 Q ce i u Z 2LU u.� r < Q --Z (111 a w Q au ::! T ♦ J a > Z. 22FF • :: J 1 • S N • to ,, F'A+ ZujZ O v7 h O K E Z. x: w .• .*'� y Q J r.. .yr 2 d r L1Ga,.. �, y. J J J Q t 1.- yy r H Y 'E 'j y Co %Z 3 V Z a a t jam. 'J '3 Q -�'cc � cc UG .. i } '•-r .:�ti r + �:X+4!;: N. t • a - �� 4 r r r :J H m C\Z' J 424 LU tu N 1� OC :, - _ tr Y n i-• U of 6u aa 5 0.0 'V _ ."i..0. Z .J • `f • ., c ,'f r � ". ..r w to s+ > J � t t • 0 o a oAl s j rfi �► . �o Q � O N O' O• .` w TI +t s In o• v a ry .• o t` a o .` a+.:- . aa a' t- a o m m m w m o o► . . x -4 M n m a Mt ^� s S d- - .t .t10 19 as - Jf it > .r O S tt� O� ,-. O i ..t .+ N tV N +V N N N ^• :? N � .a ..s S .a S f'r1 t•l to sA :n trf •n s+1 �. S +••.�— 2 ! 1 t rt 1 t l -.1, 1 i �l • 1 1 � t ! ! t-t" 1 t'. 1 .t 1tf ? N N sV fv N K N cV n N �►, w to Gt LQ LU CC :� eQ �► N O W .t GD , aC C� . m 4M.:,- W RT d Z s tt'{TI O O ••a ••t '.•�O C tR `t o. J .A 0O O- O O O +l !• .� +o O S Ul% t�f +rt t0 Or aA to Q" ab Q O• lr tT O► O- ND J N ..t N N N N z. z -j:►t ' s t9, y Lu u us art ul ri ;rs. n d uj tY w J J Jf W ..= tit.. .L X l:t- is X X LL x .z Z S. s 7E: r g s z Z z r: 7E o a ix 14ul �# .n^• +� O O :t r:. D O ►� .3 Q �t i� vl w :.r ay r .r ** •y u� s a 'a }zt ✓� I vs I► a 2 z z 1= CL x n 'n i si j n +n %n !f to Ld I v7 n t� Biqa cl I ^a��►'"'^I •I •I =1 -1 =1 �► =1 =i �i �� zl =1 =1 =t =I -� �� \ Ia r � a - t- iL V 14 ti a C, .r ;A .1 o O !• n1 N u1 tt1 11 us aT O +�t r O� •i O d !• I� N .t Cl J • J V N'2 Q N Z u a us s uj tu u - - s i1 M J j. Of �7 ti cc CD. O' r M N N o j Q• ` In o .n W u J us un N -0 C -+ N :0 r a .• a 1t 4` a N > v 1 an >` 4% «! s o o a. n M9 a c atr :,:•� O N ►� tr! ry to-. `. M r► M o m cV M > > Ip O Mtti R1 �4 Co IV .i`i .i ? O P.. aD Q, N in y N fii- v tW Jr. y to � S N � ••t W t!! :�I eV ,'it aD I'r1`F •O +O +�. -4 fz !T N O 3 �0 ice: �t r1 al to C/ uk U% O. p� LL ION to I` o .0 �0 rn ,p .+ aD, 4� to a► N 4% Ub r V� a N r:0IC!' t 'r 4 P (P. It M J -O s�i O ' ..1 O tV N f�i I+► N ..t. ,.. ..a ..i N N O ak a ut x. Z = }. ar u G Z fir: X cLU ur LU v 7 Y w Q 49 4 x r- » d cz GL,.,. o- w aC' 7 x J x o o �' r� x ai u .t J us Q -+ • O O S = x L'-, ;� ♦ �- LY aC �t i Z'' Z Z rH 44 4m S SA • i- ♦Q �- - _ L vi W Q Q J J J J �xpri iiiiw .i � to � S t- > +•- i• -. iS �- 4' Z -4 q. > > > � Z: ii J .l J ... .-.,It W us uG ss to t{r ,I w .• n .` � .� I "' T X J � Y � 71: 1` �" h � i• �! 1•• !• !. r � r-. I� P• /�" ►-� Y.�✓4 y,,,,..�. .h �, � � sp .. ut � 01 v! •;�p � :n _ if ;rt :n :n y n :n .Jr 1► +n .n r�. � a~ mom 70 o uj Q 4L �a - �w . • . d Q a 1 ..r - r r F-. to �t U „c r i ' "RUM O ..a, t Vy F 1 I 1 1 A", .' co CD *O 2 r UN eft j iL 41 )a1 P fif S v? �1 }w x U -� rS N � � N N � !O � rt •� P q' A � N N y s+).. ap � r .iii. w 11 sn Q T N N .# 1 rI U- t7 O` C` N 9, P -r .-• N '` a a O in •D .d O Ih. � s • .L Z O .+ N .•• p} �? r0d :!? 1T �A - 04k, O 1 ' �I 1 tD T P T V J O f11 N Q 3 O •.• .• T a` O� - »+- 2 I 1 � 1 1 1 `t 1 1 1 1 1 1 ! 1 1• � � -If � �... ..;;.`Qi ••+ O in to tff J1 0 tt1 a: sJ !v O N O t+f e•1 CQ An f f .. O tom. T•J '`, N •• �/ ..r N N BVI O O N N UN In � .�.• C J N fV N N us :i .0 p Z 2 G h , `•,,� N 4 q Q S Zi- -. G 2 Z Z 2: ..1+ 4A J d ,j Z. Y E Jr* - .� 7 O �+ d d O » Z z Z zr Z Q Z Z t7 O O O s U C7 Z ! '1 2^ S tL• J Z oC ffi O S Z �:r. Y • co Lu • C7 > } { • w Q J Q Z a O O p 1 a9c ;a Q d a' • O O O C? .J * L3 oG d Y oOC uj t ��fi ..� J > .ti N • .) :il �A v'i i/� iA } `` •l ��'+�'+'11pp"" s • • w '• us 2Lt • U Z i L Z t Z 'J i11 tq L O OO t? a O �j - p k GO f LU La LL; L) 0 in ct in in c4TT) fo ca ;vl 4 vs ,r .7� Q v , l + i 4 ok za 10 40 LAN -%I -.0 ey ON Li k4 C. ui q 4-d tx -.5 ui 1 34 -i J uj �14 ji ul s an ah: dpi it i.,lI WTl __ 1, qj! T �Pjl I( s -r I { r 1 J ` Ok X 1 cpk !R 0' N ifL • • • .0 r m v�"x u AA 14 z 4 r w Cc O k { i 1 I 1 1 f 1 �? o r• a :u o o fis Z r. cr .. Cr L, T- .. s l> r} co :,r a z A 0 �. � sn P m I N iV Q I -r CO h 13 &A co J' I-- V).c: > .� .t %A j to .* r I UN ,n 0 N N r� �i Q m h s co n 4; o � fifi��� r. ca r o o V. 'o �D nt tV 1 �f ♦ '. .CJ 7 ! O C9 O 7 O '3 C7 O '3 94 O N m om4 7 Ia Q r1 +8 J? ,,,.,•-.: rV N ! N 1"4i S1J '*t: in .«yf .. �"► .s L'1 ! ;j t11 ,.SY, ifi d' "t't Cf ..# t•` t++l ni N .t3 M # i rV Nt n Cs O w i j x -j tJ -a Z Z 2 0 of J Z a 3 t 3 z 3 tsQ vt t + •Jy y J1 �ti ••. , i K Y Y 'y4 uS v tj If acc A :n vi 'n cn x`-� T.,. i T X S � •' ','� � l � X �; � � 1f L 7b S � 3 d � 11 t � 4Li =J ,Ff-•;•- - � J 'i J .:1 � I _d ...7 J ...1 ...T Jt } J � J ! J -% J J :�? � 1 '.It UP 1. C? r � a • 13 `'y` ` IM cc m 5 'Q a,�#�,er' k rie ♦ "Y ,y '��n S r �'�`.3 �.. w$ s� „K. ", `EYPk`u'y "rrRr�, ', .�`"�, x""`Y� ., n. w-•: ,�. ^�, Via" "y�§ ',,'. uj t pi '4 A k Et "Z*`r,' Ar tit E w Q -tl c40 ,3t, _ �i a' ��- f • 0 1 1 `7; + 1 t v�'��._� � 1tK���? j. 4''" �i7. �4� '~f'k►-- wALL, w m z ;az3 2 Z`:2 J. 2 42 F z Y. 1/7/A SS i[ .x V3 L 94 W' �}tn f/{vi 4.4 f ryr - G &L .--yl. ^- ,:• xi ri J" �.JJ ca coCOD i 111 GO "04 i0 Ni N O O\ q•r t • • 03 • • r •' • in { 4 O V J+ I N .+1 CO CD �ry •i O .y a m 1 -+, j « av �at �f •-• n1 w hJ\ oaf ° i i o w O Y J 00 JOt t + ~w acwl 1 W�N�,1 Vi O i tt !+ to D amt Iu y t S t �a cq o tn. r tn uusi! a t i aoF 1: to m� i Ln 491 ui W v' i s CL� Qt t CL z O w' i 4 W' ; i E j t W T•, K/- 'tn +nf ' m! i { t .. �T , -at, h t z CL ac=1 ( ; o a to in =n In ! i \� o o a o i N Ini ~ � l i • _b ' w; w w W' w� w W lift w w to W w W w W f ,.•.�,, w .r o m; o .. o � � at y If1 O Ci ..4 1-+ M .D I..a N1 h sN a N of ap M r e^ s w •p .O -0 O� }•.+ O +Y t� to «c��� N of p r .T► m .O cc W1 n� U I co IM`i .t �t •-1 O i m � m .4 1D tT{ /- Ot +++���I/I P kn a001t -# R1 .O 0 m h tD �i Klj Ot O O► r tV r N m r; r Ot N p .• - N 3 a0 a� T, O }-! .-a ;N �Tf �Q p !� t� c0 tp V!1 fl► qt aD cp w; 1-4 O' C ;0 O ..l -1 ..� ..1 -4 O� O O O O 1 h ;� o; o t o v ao i a> tom• �o .� •a �o .o; .o .o o . •o �o .. � „ -� It t � j 1 1 � ► i 1 1 j •0 3 an +-� h 1 h 1-? r !r .o a a w �, +n tits w - r In at h N tom. h h N N �T? O 1T N N N! N t N Nr rd N I ..a N �, .y .1 .d 1-4 1n as Sy w ,o � � 4 a .O p CO .. to o� of oil r r rf la co a� al! •tt ., -� .1 .; .D 's f✓i h th hj h h iiti t- rr at P 0% 0% i s Ot D+ TI P u'1 U% s to ' w' W ivi W{ J iIm 4 ?_ Z• aZ Z �Z Z �. r -. ur w sw s,' .z+ a a s a a �a a is a z 21 z _ -S U v u1 U u v 0 � v % -cc s[ " -z l'c v Eu vi z z J io W w w: I Mc sj a t ac} a Q er ;w x z x x = x s -a -� z o o o o .. w ug J W w w y' ac ac CG is -+ w W w w w W w �u w L ZIL p, ,� f a < ai • 11 U Z Z Z! Z �Z Z Z z! Z f- 1- r- i-e Q ] w w •: J ,-j 7 w W w; W ff W w U uu11 uj J G Z !Z ZI •• • Y Y■ Y • Vij N to ca cc N O a"] w vi Z w • • • } 1.. oz z; z "•z z( o 0 oCi aQ Z z Z a Z z . .. » t W .r( •.. ?•. •.., it s ua w a Y, Q Z G4 3 3 >rt �. 3C3y S V 'J e- ►.. a- ►- r- vi w t ua cit 0 O Z7 u U C7 O tJ .Q !•S Qi QtQ Q' Q 1 Q tD� Am .L C� 1 Co 9`. 1Q ' ,a Qi m fai (a SJ C:� 9 14 5 r } . �.---'-"----_.._._.._.:.-._____..i. - �____.3 _'_�.� # .+arm, �_-:._---=-`- �• :� _ 71 1COD I cc t7\ a"'i 1 1 R QO VJ; 11 P W W N F- Z OC) I Q O� 00 JO M- J W; I-N N pi d .� oc W • ac�i aa' 1 t _� w 0. V N; N N Z J, i i • • • • • •I • -+W' m 1• 1i11 CO Ny W% CO N to O rn� N Ir N N 04 t >d'at y f # Uji r W! ijj ' } t j O 0 G N ;O �? NO O� W O itn ti .o v N N t N Q, P ` -0 -...: H Q:' •�1 1 N 11 in �N at, 1'11 {N 1 � W.Ti 1 sr r In f to #O I O 0 RO O V ( !SI W W W U W W ui .-r W' I- w V. O cQ r in, -4 It- ttttyy N O � co O .T( v, (Q O -4 !1 wl aD a� > V ttt �! •o N j N N N -� O ++! .O N tti N O! O r +( N n sr _ cx •.li N •� Sj r ao - N N +V(, i N STI �-I g N O; 'o (9 hf -T O O t 1O CO W N O. O s>D .• .+ O or O O O O i tT t»! CO P CO! .? N o• ,•4 O Al N O •T" •i r_ N U. "•- >; RI �1 �0� �o to SR to in +RI ti► tT CD W{ r ut -4 � �1• CO( %n GD at W . U. z! O O 9D co O N1 N N � 'Q 4-+ nt Q Q �'! o� .y O, -v P m Ot 0% o► of Q O -�I O I O pi O O .a .� .r O' V ti! -4 ( -1t ob P ;r 1 a 'O a O !N tt1 .o -�..".. 1, 1 1 Ij 1 v> th (RI f` t- N 12l O I m m CO co 4K N `o �O •O � W d O� S f J SI r r lO r O%; tT I O to to t't �O at N O� O► Rt R1� O O 1 N N; a E co RIP -.• r �P to i-• !y .4 0% tTr O Ob O •-f U. .. .+ .r .+ ti 1 t� ti O •+► tv (7 -� (a d o� u1 IJ i-W in i in :nP to S to .o N j N r r to r N ti CO s OI R! co m r aoi i-;J ••t .-c ..} i-y Off' "y •� �V N N O IV -f K t� N N "4 N O O •.0 O Q + I! 0 Y �Y ( 2 Y f z +-i ty� W O�>t� Z 4 Q Q < ? Z Z Q �d ..• (y� V Q � � � W � J O O J W H d A,­.! W. W *-'7' w W L( Z W - 1:V .A J ° � N V W W .'' .. �! ' 1111'7 s, Q Q W; W I-W m �0�.i Z to to t1i ui (u1 .• jlu t/i=,N !•+ W W W 4 W C ii W J M Cil V t V ZS > w G Vi fii W .ti., .r �i H �+ LT d Q 2 N Z dj 7 j •i .-� Y T# O O CI Y V N S'-..-Q�. _ H YI }, F. E• tL Q Y ! J :Y J d oci O w 3." - • •i /�t� d �- t- ►- F- ;r- i �z a J va a , (O O 2 ac ( z r Q= Q W W W; W E W .� • • Y Y ( tY Q • • W • N O C to • 6i UD to ;O Li L Z • • • 1� Y P d > J O Vi !+d J t9�': i 2 O #O w • 1- 1"E Q Z Q . Q Z V i'�+ • • • t • �I 1• #~ Zs = 2 Z "W • x iY Z W • +1t a w 1•- aC V V th D O O� O O G G .Z h i Q J O OG Y t W W J L G a.. O ;� d Iii U Q Q } T }; )+ i} 3 O T T I• i x Q W J 2 Z Z C7 x pc > > • a j o v; o i u ac; s �:x ac; ac �x >r _ a ,T � z �� o v a�+ �r v v ur v v � ♦ 3i C? a O 9 9; 7O V to V J t71 V V r 1I ,- s • • i� i t uj %C6 rpt 'I N 3 Ila {{ 1 r j LU at # i tt'iti 1 1133 1 f a #1. 1 li i t ! I w cc o a o o! o o ( o m N Q O , 0► N to 0 0 o a O wr •r o c a .r cc(L0 aL N O N N ( N -� +h ti co r+ N a� N N O N w CS t0 N In 0 aI z • s s • 111 • s • R e � t • • • • • s! e r � • t e • 1 +•r u' O N tt? c0 {;o { O pt fl i? �� .4 �N � W aD N, CO 4940 in cD co N O 1 (A� N .t N. N !N � N # rt �++ � t� �M N f N 'r N N � fr II 1 0.zi us l � r W 0. r LU Qt u1 ut J tto N; P- m -0 O Oi 0 r� a 0 N cJ m -+ r ttt •Oj+ n, " r tJ to f N 'NA h t-4 tri 'tit to 0� aD P aLt a }j C7 •-1 � tV tr N co .r; co m a`I sit O q�! ttt co CD a 0� D 0' P- (P N N -4 0• O .r a N i+I tst a' N t~ tit -C •t t N tV a .•! N a C7[ 0 m r0 03 0► 0 0• !N� Oi tT 1`� ..t O sal tt1 �t m _ a N 0 .0 tqp� i/t R) +sfittt� +T O 0► .1 4 0� f 0+ a•j 0• ii 0• "t. p ..t tM O 4T "f 0r. O 0► O< 0► 04 P N ..i a j O O a -a -4 ..t .�t ,r .O •-+ O -+ a� a O CC7�� 0 .-e ..s� .4 O •{ tri ii!f "..f t.. N to a0 +V $!t�1 0` �T #O S� th N .O ut tt1 -• p 1 st► 1.. , e s c0 t3 far N�` Zv Ir 471 .s ,�•� Y �!�" {{i}-r in rt' N �R O { -s n� ••r .r O O �7' -a .w ov .4 ..• v+ to -i �; •t> t. trt, S O +et} p $.�f iA Ci Q�{ ftt a I. in �0' 0, W �, s; v m �-+ T O O N ,o� .r !M uv tit o O} ti P+ •+ .r 0► in ry00 -+ P sit -+ P► N .t @ `!! N N Nt +�+ tt� �T 40 =V � .4 O Q Q N O !+�! {Q M •1 O Q -+1 ++4 -f O H N 'tti 'C .1t tit Ca T. W Q ..J. tul -�_• #tY T� Lr 2: + `r U. W t C tit X H a ! '3 vt iC O i .J .. ... W us uk 0: w O ut a .,t •. •. -, J- qac t .�. ..t r � W W ..i to cc .. u Ix • J < r I c to .. w %n ., W s r s 0 '. C Z{ =. tY - Q W J • i3r •� • •`` All J Q �. y 1 O. �+ ♦ j 4 • Q •r '? tum S. Q Oy ..� Q Y +'di x c� i n to cs� z "s sa �.s{ u c� -r �c +z 'Zi j Q � ♦ .J; J " �! t$ " • � 0 Q •i • r � "� '7 � S Q "Z tft C,J .v s �� �.'� LU4A u v* In 64 i 1:. x ♦ 2; zj .Z' C W Z Q. CG H ..• « rr 1.r ..► •► t..t ..� • .4 Z J j X LU LL r a a; Q 1 Q Q z ts. ex yr > > >• s> > > '.> y �- a a" Q u !16Lou tx ac ac Z .t .c a y w L" 'ww vi M a ,+•- r? �• .. v v v tj V L7 V S s.t a u 10 *3 0 0 o 0 a ,a 4 0 }O O 0 4 q r .• . } i i lu N Jt I 1 4Ar W N ^1 - p pl 0 w • • M 1. TI fq OCO W W t- J � "'~I r •fir o� _ I �o JU� c N r LGI { Co C3 Dt>� O O N 1N O, N iW O N m W I • • • • • f� W W t�1 cc a J J! W ' • • • >a ti :R1 .-1 •+ i a N R1 usP S A end W ac ; k ui i s i zip'al ►� i CL cr Zi s i I W Q` Z - < O I i t W - W ui UJ 1T N N .r P ' T 1111 . ."4 N V) � t•1 i r I"r � -4 .,! NI LU 1.0 W; � �N -+I P 431, P U► h. a D O a ►" O O O t .�-ff, i P p1 O� ..a 3 t� O ^I "1 "r O N N t N J� O U. O .-1 '.04 ( •4 ^_.. t� tai N r co ts: O mf W.- W W W V.W 'i i 1 11 1 ltl N i O t� „� !.n►-.. .J . Q+'.�. ;• N1 N t tij N = O N ttt O s i ti .moi i P P- t+) ' p p ON O a N N c N �. 99`^ 1 ,11 e�1 1N W N W W }w' N i N a k,y .,, ai CM } t i J y L>a z Z Z M J H Q ; J t9 d tY d O wus tj Q. r ..� h- N d O Y.. aY d oC W t- f a �C H J w .y CY cii L vJ► � Q yr a 6 Z O T • 1 _f W W W W L p'�i;\ � w W W O off. w J i W _ (� 2 <Q « J • 2 a o. t.�N.t <� 9 1; ! 1+ W Q Jam , w W Fes.. • '! �'. w A L a Q� • w ! 11A -? III ?_ 1 1 0 . 9 C13 J Lu N N N s x UJ C4 uj 9.3 t7 • �. • 9 t- s �+ J �, d d 2 cc UJ ui 41 UJ UJ lu Z v L7 01 J z U, 1 z w 0 j v sL Q ! v► i w > ,j� LU u ui -ULj ji �. o ;d %J 4o... I'� czps +�++ 4w w .w y ""� {'+� ` ' w �� I � ; uj"lli in a.r. 1 f 1 I 1 t H J 1 ? ! � J. �-T �o u I C cam 1 o u7 q amu, ��,� 1 - h• J LLt; � � ( 11 I r-i/1 to O oyy co.! .D N N N .p "'• N i N N O N N N QC` 00 • • • r {{ • • • • w • r w • r • • 2i i�yl a, N f P P W CD W CD {7'� P C4 m LD N W! m ' N Nj k N P ! :+1 N N N N Rl N N N 1 '.. IN F Zi 1 f' M " W' i C w 1 i tu UA r atZE� 1 3 1 oa� In o . y W' N "N �Q �O E.D O ^ s; S I�O .01 :.N P O► •r N u0 '+1 i"�- cR la O Co .D in �r! m o it► 0% s v I s t4 w ti N W a ,o a of c, as a ti O O► to Ob �tf N .t i ul cCc .O � �t O .r •p -• P N poi �1 �O D► 'O � � r M P- N co 1- �{ 1`� .t. 'D t 2 OO !.N� p a �O � D_ P oti A P ^� D► P �► P Jul .r st►i �O ;P { m i CO .D O co .� O In O P + tV N N N c'1 ny O 7 � 1 t 1 1 f 1 1 1 1 11 i 1 '1 1 1 1 1 t 1 1 •.i .r .• •a N tit .p .D i1 S �O P CD Zi m m N N •.1 .D i9 j N S R1 tr1 O 'O a O Oi O S d D O Pi !tii c+1 �O I O �i N eft +>r c4 %n - S a m ..+ .-i .r, �i ,f� �' l` �� --i t• N QO �f; O� 7 Mc •-• u't •f' �1 " N r.. A; ti N N N 1%n co O I.D N, �O 1 d •1 tit �.D cm ii1In N{ N 'ry �� .q {N O �! O �V tV I N ^i n0 N �i •V :V c •'Y N f W } ZZ � J r W Z ? ! Z i Q d" Q. �81 i I }'' �� us �W Z O - ^Q'f TMJ 7G W {� t2 IL �rU U +.h J J .I Ct 7 Jj i9 p .q .r p� 1-• 671 Q O W oC OC � �' /� Q W .r J 7C L is Lu w w. iti ,a in W7 �. a... 4 o a � � w tL w :7 W w r7 7E CGI • '! '� A O '7( J N µ� �1P% i+ i CL V, O • V' W �, • I �. O 42 Lki til J I N •i J .� Z J J r . • . .: w I N c/l'. r t iY V!j L S N .H • ; • W Q • LY I t9 V 2 s, Y 67t _y W .L w'' :iJ j tL' CG. . CC tr Qom' ca r4 W .:L "'� O O tJ w F to of Q {W ••e p m .S J � W W iii }tii til; J i J J J i J J V i GJ CJ ti ti � � Q � Q .Ji t:J W, W ;J. U. it. W si' K. ':L iL? fL t:L t:., U. i U. ti' tL 'LL W ti 47 S.7 C7 :7 .�.:.: € , • • �. • • . • • . . • • •y .±s. 47 i f { i � i 1 ,., ao �� a m .,. '�i 0% aw N Q x , OO JQt N A' C6 . al. i fsF N O t " CC a U y} N N 0 Q wac u I ) i } J- t t �! t '-► I r ! a tt 1 Y` ! a 4& id # ca ac_ is 1 LUuj uj US us J UX C k toj .t N ~ '0 1.� -+ �v� UJ W u! Uj ty Lu W in ti, ji � �� 0� � �UJ#A .tU � !� N �0 l.. �� � � r � � O tu .a� ' • -'t v v ".� -+ �v o a °' CP ,o .o as Q t o q o o �s "� '� � o►;: ,o °� a► ':. {. v-- *4 f6', d o. a• v i ,,� 1 v I � �� o� q c � � A ti � coGo04 o o� I i of .w r� ►, m � o i o o �, o �.R to to Ln ul •ti..r .... s R o c! c l o M ,a (to" 00 :p o v 0 00 o of a v r+t "� rr► ,� , N --s O t O p p pt 0 CI O p 00 0 O p�• ttcc ;N yr Z > ( o 0 o E o o .c► 0 c 4c Zj 3c W3 N cY Z < {< C . < < fZ ¢ W' O Qj u w+ t Z C , = Z tib • w O� Q F.r w� 4 J ? J J ui J -AWf J uj LU J • w w • S > > O u V ti V y ry v U sa.. w• i.r Q� Q +Q Q: tct y.. J J Jt J J a O }> ,.' u u u "�. `q r ..,i. CTVN ,r �;aQ 1Q V V !� U O Iiy, �' • .i. • • !� -a `J;. J .i .Ot.: .,1 �. .;� a: C,! Ir K ! �" } } y:. .}. } .i • t . i - • I J: #.. , � v u o v v v f o a Q a Q ac a I 4 1 O OCD r Y Wr QQa~ UJ O W w, o� cal i c. K d UNI t7} rZi W mt t i wo 7.1 • N i {( t a t t 1 Y P 1 1 3 O . Q Q f ,� j 0 d. W s M tt 11in r, tn1! Q to f N k ~ E 1 � CL. i i j 1 i !j i ,p r. • • • W.cv, fn <1! S 111 { jN jm t czZ( tn �, 2 I w W W us N ' is CN W 1-1 '� W ' s Lu UNo s � tn ob � NIlf99i PNr- a; 0 1 _ 13" 43 w.oit P, wy °' O0 -: o Qc °vn i 93 O to,� D Fa ° 10 �' , �o '0� "I -4+ .a {* � > 4 io to i N sV� N `N K al j 1 1 1 O 1 i aiD olo � 1 I 1 i i Ila .li .-i 1` `p N N In Ln �t! N aD t4 (D C O� I"� ut4 II C j R1 N N N N pp i 1� a0 O t to m i i N r !r ^1 of r I OI O QO 1a0� •t .T ..e POb +O O, ` CD ! m !N nR N N ^+ ^I N N N "• "! Q� Ne r7 N N N, N ii8S Q O N • w k:„ jN W t t9 `tJ W _ 'L Y ¢ Q W EE 7 aC CC `/7i wtUt 1tt W W 0 a: t►i 1 W UA { avG , u u w s j.J .1 J � • - w w w Q �"'r .j., S9 � Q.. �Q � rr W iLj W w • • sr K �� �� J JI Z; OG DC GC !OC O . I .mit • • ( _ _ = Y '� C Q Q r: U 7 > r W i• " 1"E = t Q I11 Q • • _ w 2 ' y N u r 1 J J I co UJI W j N N N LnUA • 1 • w • U. �, � O Q J ai Z Z 9C tY sr s } +} } s is 4Q QI Q 1O < i, Z a �Q ti Q Is 1 I , jS J I t E go J r( I d criw t• J r-� a 0 Q O V Jj t7 " 19 r. ¢V .i and N ml to W•rl O Z J= .r N FW. S cc� 00 JO! F- J WI HN NOS ¢W cc Q L) a CA. I ! UA cc r ! r> S4 0v7! M H d M t ( N Wi { .p. 1t{ n 0+.. cr1 { p to { h t�; tl •o N 4- O %r a0 O q j ` O N tf1' M -4 I ! ' z ( d a .tf to f i in n ! waj 1 i•. d N W W W W W t3J W tU W sta} WW tip W W W �+ iLi O co .III M - � M= .4 (-4 t`R �? i Y► .O! t7D M ..i !• If'tt try Q ,p �- N > V +-� to 9 M i• r- K\ N MI P 1 N M "-1 p� W P t+t O Ot -+C Let A N O+ N N M M m P O tt1 a- .4.� .O A� O V)U. } co M rT O y O M N %Ti 0 eel O •r tN d' U% tel �O: !► t1S t► rt -� � ;= LL . Z P .4 ."r N N O O+ N' a 10% Ge O O of O O Q O '-t'Q.t US -4.p i.a Sj r N r- r s .r .r , •'L.r.. - 2 r r rl r I r { t r r� { ' { ri r r i( i i� -O CC as o Ru M Ito M, 0 �en •r, ,n � >n M �M c•! M `M ati M M I•r •+ .e b b w tt. >n o o o sl a o O O ,m '9 M m Nf eN rNR ( ..4 M M F- r- t• ra . W' cO enk M !M M: N m .T M rel eH M M M tel ! P N ca to eg Q co Q t0 W fn cc N ti N N' O N I N N N N N N N N O O N go I ! ; ! Q W J J O p O O O p tp ¢ Z �. We- W... r- I a: W :7.d. W W _ at V\ ac 'J zf z z I a O •rI " ,.. "'( y " � M = a G c W t0 O tY ►r rW to } I} J J J J J J O O Q q cc IN Z C}G M� J J • } N Go tii J J J J f N.7 q Q'.. J ut W tiJ «! C ¢ Y, Q ¢ C'J = 3 S _ _ x W t� •s!•O a ;E I > p 1• f _ O�L O • • w t w Y xd 2 t Z! C Z Z^ L C G L 2 z}.D�i a • N N H Y O 0 V t 2 O O C7 t0 O a O, t7 ` GJ O O r 2 cc- 6n W. W .W • = q Vk tff ?N V1f V! N Vi N N v71 N'. Vf N W 0 Q W SI = •S V a a Z } 67 99 f t! C td V V V U a a a< ¢ a a a v v � 7 7 -.f 1 I am xm i I 1 • olgym; 1 1 "'Q. ` W 1► J� O .a ,� t O W O Z NH 3OC � 1 OCJ 0Qux tL yWy,,)) HOC ! 4(7 O 1 vD aD O O d O i Q Q 0 O m .0 cm N N - O O O W�]G 'a O OCd C7 Vi OO N N N O iA N O N N N N N O N 2-A OT t7 J* wo CD N iti Qf P m 1 N O to Q GO � to Vi to Al -• N N N �t tVi rel 1 W W� us 1 t , . t a ul f j fN r• � � � � .Or � - W 1 c , o� W i L' �►W�►AA O .p O 1► � N O �i o -�+ o !`s to Co U ti ' a ;to u W% s o► a a r- t` 0 .o in tn! N en -+a in t` a s p " o N 0 .t •t �o in N 1�e1 tc1' 1•• D jar N N '`� ttt! aIn �D e Y t 1t`' t" P'' O Q Oe P O; tT iO tpi P tSO P� ai ?0O` "+4 ^f O tT tT P o► a! O -tfn O iT Op tTl >r en t i N 'N tt1 •� t o t P O� O to co CO ;i � �'� t7j cV N f•r tOR ...1 .p t`1 O i O � rR teu �T Ittv 1,, r• r•; ti ;r .0 a H � H 'P .�.. ; .po, .0 .+ °e. o en r s r• a CV, M i M N: .r O O jtV •4 .er N O V O N N M. V1 I N i Z G i> O O i Q d Q At N Q J , r+ ►•+ Z 2 W V O I J S S t7 Q O' Z O 2ic u'Li t" r O 1� ►� Z. O �c Z 1:V Z p ��',- Z `x�S a - O O aL W .49 t 3°rr WI S _ tu Q. C6 .r N .Nr r .Nib Cab !Q � W W G} Z U 91+ > Z - t9 U.01 >: Vf N Oi J Q t "e «• r 777��� �' VVV111��� O w CD y i tL i t7 7 uj ' W Y Y. QS t 7 ♦ w w D i w 7f ! 061 tL W V V Y 1 t3 y a �� Z 'r L Z uil W I W iCf J i J J' J 1 J to i7 f t7 t>'S rn Z Z U OC W S = G'. Y fff Z y W !J Ji 1 W S Z G J Q y� W U. ..i•'3 0 'i ;.► 'c J 17 iJ tY �W "� +-� i-'� t7 aG OG! OG 4 '4 'Lu to v. V f V U: V Y �C Y J Y Y �C �L ."5L Y 1. 1 .. .y f k: I � a m! QO V J; tl't'11 1 ►q N. -y CO! f� 1 0 w*•i O 7lJ ' P w W r N S OC� !-� -.1 wI F-fn to O� FRS cc W tr �a.I 1 ;r wa O o ` 0 0{ Q 00 'nw a t9 I N N N -4 Wi O 1.+ fp O� O to t- O t df r9, N ,... .N in .4 N, _N N 111 E; a- S t W (( + W Ui I f # r N Mi �i " � • � • a O t 33 " I.-2i 1 1 3 t rry. •4 til f� r► M O' > 0.Z i W. l O z p v Go tv : • i �.Q >• N � r t � .,r � t r aG Si w,a, M t>.� j W W W w W us J Uh I W UA W W :L w Lu' W y y i t- .t' 0 i m P+ .P� -4 � � lei O{ � 0 ov 'r m. 1 ,f m r• :j}t•1 ad s -+ o � ti en o m ul 0 LU to O,Air" N �` P N t t•- ti {e` O !• s .t 1.1 O N m in to If1 O N U., >; ;Ott= en �1 _tff f• 1� R1 si 1► SDI tD -+ 0t O O N `T 1` �0 t• KfI 0 N1 O D i t P t O P co J J '%O '•-.� r...i .. O O' O I '1 Q. O O O --i r� •� !1�1 P .P4 V _ p N W% 9%! 1n aD i N P P P t P t at � , O P T N N 1 I t 1 1 1 { �►. £ "f`F1 .1(11 Ni CD O, to C CO 2��_ .r �i N N Ilf�tr ff er I1O +o iia .a � a �Oa +O Q �a v 4" -T w c W 9C Or...P t*1 �C► _ =3 :iA y� -+, D-�•�l' 1 t� N; N .O ltli tll ttl tf� 'tf1 til +tl! w% .%n 0 UN in 1- N N ►� ' 01 fez _w - N C1� -T 4, W �D 111 in 111 tl� itl 11 �t11yy M SIl ltt P RI R1 f i' Y+ O i W% Oi -4 C 10 tY. fn i O Q O O O O E O O� O 'J O P � In c0 m N» O O' "Y "y O O N N fV N h N N N m O I N N cc I 1.1 _ V1 to co .Q�_ Z -9W ~� ~' W y r Q ul w -i us w w w urE w w w w V t�1�T QC a x fCI 'riltr.J C3 Zi J J N VO N N vvv111��� =n t/>[ N N t/� N a � Y 1.0 d! .' J Q' • S Ol J -+ }1 )- J O 0 0 VolO �? C3' O O O( 0 O Q Q tr O U. 7' ..t 3 I fit'. 1 . w• 0 V f h-Ca V J. O 1� • G �;LLs .7i 2 V • � � • w w • � ! • w w • R • • •� • w V/ N J Z C; 2 • • N N N N N N N N r! 1V N nA N N O V Y1 ! • ., •.,.I _ r- •4i >. i Q t.7; v W ss+� -w W uJ� $A W us:, ur ut W,. W L 4J LU -. V Q Q W til- C7 ►- >' O I t� z, x a rs a a, a tL - a a a a: d a QS y� .a v is +, v o .v o �x tom' lu u v W u o v y vu J J J J J iJ J4 1 J J iJ J J J J J J. � I i J iJ �1 Q m' M ! 1 V,J + I 1 i 1 • C` CL m 1 I f 1 L1 w w', � i cr.LU LU NC OOI } { } I I } 1 t•- J W' v) Q Ui CL UWU -+CYC t1 4 t]o.' W OC 1 { I 01 P IO tY II0 y N P O W% cV N P Q cc{ ! t1ti N N ^! m N z J' i .. • • • • • • • • • • • • • • Q ni a7 co cU S m N M' N'; P 'P ('4 -J N 4. T —J, w + 1 W ! f 1 f f ! UJI CO .tom to N ^+ m to j U W '� 1• I� m r` iol C T' N 7' N �m �Q c•1 ��O ; t cx tYT C) CL i ( ! d ol w I="•u� � w !w W: w I w to '.w w� -r m o �-4 1� 'T �o � to ;tT m to a o in 1 to ,r o w M4. -a N N •� Ti P t- O OR m O �� N f �t N 01 d OI .r, N !N N` ti 1 N �j N +W O� P I J tn: N t[1, P •O •O; m s •D �i N 10 tp n 101 c+'1 P U% n K P ',Q i0\ ^+ }i` �1 N D N O c S r1 .t Ln :n; 10 •o @, IT 1 to -0; � N :1i M i 4 m M �m � tr -4 tV, In r � co .1 th nl c1' trl i rt1 1 P; P P --t T 7` O t3 N N O O N IJI P P O t, O O O O 10 Oi O O O' O `,O -t p p -• .+ .1 .r -rl O O n o , .c o q �; m a% o� P 'm o -r r r` W .-� o .c�I N u► `: �'^ ' � O O O O O O, O O to O Q c. �► .a •o to}itn �•4 h. N P m m n nl m m m 1 •1 N w a W r -4 to rn to -4 co O; .T tT In p co m .t a4 -a O m m n m �m m: M m ts►' N r` o; .• it a r m to Ln in In IN %n n al -.r ;m M m 'o, r -+ s .tl a -+ s N un ml .O <o N N N', N N cIC N cm '�' N -4 � n I O ^'• O }-+ -1�+ � N � N ! � } { � N La y a � O a I e -� o w z oc1 uj :u -+ v x vrY s a�'• . t tZir+ co ,ct ;'n ¢I a =3 un (� a Q v `r . Y O L T I a Q -7 7 QI 7 4L Q{ J LU i W -4 W U "01 U w ¢ Q`- I Z'. fX ;y 0. or • Q J J J tZ '� Q N N -----` • �. w • w w w j • W,'' d z J U3 i V) �+ .'� I C Q �C }.r ZI Z W O `v) V)! V► I V) C7 J L) C.9, M W to 0 1 aN UA O L1 W U Q O a Q C <L a Q Q 1 a .. J J >- .;,- r O ;Z z H �a 1 z z L L a a .a .y 'q. Q a v Q a c a a ¢ u 'V 1 vI w aL w w us z L Z L E L S 2 L X s t Z = Z x L Z' L ,lL t S I L :Z� 1 zr- 5i N J•+ ( � ! J CQ ti wti J r Q O G)Ji tY to t 10 tu.. 0%LU NQ OO I ar x' 00 J 4 ~y Q�y /BVI Na OG W r cc� f. 1 1, W Ct t�1 �T O O O, �O O C41, V - !O O O `T .O j N O �-• N O O W a o V%, f• O �O .O N t•1 N P N N p O i er1 N !� h .f'� N z. • • r • • . JJJ • J - • • t•; • • ii • • . • • • • •� r of �?' itl ti, n f• sq O tt tO N �T �m ,D; M rM U% N .ti N IN N -1 f W% } m N .t;' N : rn f 1-9� W. i ! Us r� LU �1 N CM ! ! o _ ! I to tnin uj wU s ,y O� to N N O ,m 91 s N1 tn N O -T �t Ir +O O T SIt N a P" P m m y P .t m N Q' r N in N co to t- N O �O a 4v.-: +n al to w M -+ an O w .f en erf f�- cn icy In en t►. .-� a ti _ W N t�t',9t. fT . 0% O ult -t 10 -4 P 4" N to u1 •-1 co 9n � O : �T �D } en A P Oy P N h. O� O� �+ N ..,t .t co l n ap P tt. 2 N N NIO. P P W O► O+ OSI P P -! O O� N : N Q1 O► O -1 J O � � ..c .. -.c. O O •-fitt O O OI O O O� O O � � O ./ ..� O O -r .,t a+�. N 4v N ; 1 1 y tai co ti N: a1 ..• O I tr an 4* -4 O� O ' w "�'N• N- N N •� a� aD O Oi N m v' f� w tT in ,O O .O ,O In �t S = ;. wy ra 't� S .� Ylt P j 0 ifti N i m m ao .O p� .-• .•� co co -O Gi N T �*-3L r •�• -4 ^4j O� 9� tT O O O N 11 O` OI tf1 N cnl �l' O O co P CO co to Y w r:Y. �+ Ti N s s l.t1 an !.t r, .O !� �' N N •! A:� C tel' t0 ti y J p• 'pi O •-t tV! .� l.r tV li N -• O N Q! �•• OI O 4 O N O N N a I` j c� , �Yinr � w iW au z c � ! a °1 U w N a Q O J tN 2 7. Q z t7C O W Q t �. lv G c v iw a o o w o }, w f•.ui O`i� 4�..,, ., ., v ac w ! %S r cc ( w -7 ... Z a oc N } >; yr o { o c c > o x att U. wl h v► 1 r w ;J v! x o F- S aci o 0 1: Q U z c v \ � u.vl� � `"'` c Q� _ , z ou •.• ►- z -+ � Q r i v, }-O i!i D .'�t 6�: Q • Jl • !!Q d S Q • _ Y to ! Q Q V W •r pG CD h + {a. z • W W, ../ + I • fiit Z Q • M• .V7 ,. aq x CG R • r z: Z V t?aN h S W�N _ ]' W n .: } N � • w T� Z •t r ..� til w ZI O t o'v ►-( z < .J } LC f7 .i tt: r } aC • MP t )n 2 W V Q t O LU X CO cc K ttZy{� : cr •r eL w y! V tj t], O 1.0- %L w i t9 r, "• S i Gil 0 w z? 4z rlz ;z o o d J ct i « ; R t j' Lu,- ! I { r1 .q�YJ w f- cc OD 49 CAI m H 10 w.., O Y J v�w w �a o�� ~N Q u /-N Np �w •.a 1 ou as �d ON P S O N N qD N c'@ w W �D N CD m N in f�f p cq r1� 090 N S CQN a1 cck j N N} HJ14. uj f LU i •.a z � uj i its I� UO to N �► N I w t O T .T a• tT P 1+ s 1 3 • IKGi !! • • • • • CN f i ` cc_' w i 0 4 vY Y1 its p in f1 O O 10 N H E N fV i N N u W uj LL w W LU W W 1 i ! "' •? UJI .t 10 _rl .t N c-i -D tr 9c {O m s fill P m � .1 N ..� r- .p N i O N N m i.� ni .T -+ .D t fl- 1 coi �O st1 m �D COi 0► O e' N .t .t v at P vy D 1 v o N N -It -. +� .D w uw W v% a �+ o .o m a Nf m rR �. a -+ 1- 1- ® -0 1f- l- %r N mf to P cV{ w O !M1 N ,T P N► « zi i O .,{ 4 i y Pf O� Q► Pi m 9 ab 11 W Ak „� .4 N m -r �O �/ 0 .-4 ,.,a OI O •�O - C.. O O O O !O O ..+ �•d O O O. d O O y i m ' v W i m v� P 10 +ti cn m ri -+ s a a w% m r sn �c► f 1 1 1 1 li 1 1 If 1 1 I`: 1 1 1 t i i t 1 li t 1 1 ,.1 ;cc1 N )N ^li ,�1 1� K m co til 1- A+ N I N N N M N N N V �l 1 � 1D i O Ol O O• i-� T P -Ti N O cr -c (-0 r- 1r 1` M1 �+ti t•`' `�c -T Q! 't O m !!cD M% ti -4 .rj in In ad a cr a P a c►;,a , N cc a '0 s WY, in O O O rf M W N Q O P N+ N d c� •d .0 1-i N O .0 O� P O O O O p N O h (N N N MN «rye # us � 7-c- Q �Q Q ! !+ i,. r i W f UA r ': z �r '.�` z 's x; s v � m � :L w �w � rs ' o a o '_•" ''= �� '�= t(x c w w ss in J v aG w j su La r i• ar cc ac ptY mi c c z z a a v i a a f a • u 14 r• t- od ac ac ac a r ce, oC Y w • • 'II J X W t w • Gj Z ; . . 'wu ^ a?X wr w« . oC'w uw a ac ;c z 1 qC �t� x f�G a ac ua .+ a ai ac ac a•- I.. �- �-. 1•- N r i Q x cc tY, i� a 4 Y t• w .. «: cu W a {a ¢ Q Q Q c v c v U, ui ui w su w W •, ••, .1 -+ ..i .� .� a cL a a o. a , a a a a: z ;a sZ a ;a o. a i f , W� ` N All • t j e O UJ uj W NN s�I - a o�, OO Jwt22 ( I alp � III z uJ+'{ t 1 d' f uq� �.. f § -" t0►t; ! 1 1 1 1' 1 s i 1 N 4 N _! 1 1 'i 1 o j 1 N12 comes m o e ! ! i-Q _m' N °°� p , O O s . . 9 o. N K1 { o m lm « . ,ti 4 O j N • • + .-c c0 i N Nt rt1 k Q Y' � �'n `�' � }fin i � ,O.c N n►i �� � sl !I fl , wQ' uj 1 1,u w ' iw m N I w. w „ruiP e� 1{t pm o ao ,n 0 ,, cn,. w w �us f P N m j o' .. o r? r- 0 04 ,. P 1n m m rc N (n0. s J tL p �..c S O O m +`�i R1 R m .T .T .a 1' .p! t, P T C� > V! P Pj P I Oc tig (� �. P P O O m gm. W >A m; m p 4 O -+{ Cc- � iVE r' o as a p o p a v ,n n w �i m m P, ,p o o. p ;p d; o ! ,� ,n a. 1 1 i 1 i � U. .O .p G: 1 p O O 3f I ;tt► 1 1 f 1 1 N N LL ]tin 1 t { 1 1 1 N Nf N N P 14 1 { 1 N N cV V W j cn 'n ni 64tiv *N' r' 1`:v ~5 t*+ + j f_ p.f pi t P e�*1 1 m n A► C O O N i 1 'IN p O O � cY N �4c �7 <,�; 1lO N iN Nt N N N {t O p t7 > .^• ►'+ I C7 I s.7 O! V V O j 0 Ot O O J J J O V r ti t t O4 p "Ma Vi O p O J J J J O p t7 ¢ G p 0 i u . •0 10 q O O J J J v v z cd ++W J J 41 i O i t t7 G {L ea Y a Q a Q 0 . .. C Z zl Z Z - 4 Q CL Q Q Q ' « • w • Q y, �+ Z-• qC a Q : • Q a !q 7.ps �s `` Q � t j • � • ° • • Q Q {Q � � �� 1� /� h" -'�".,' 4 � Q � Q.s_�.. ,v-O .Ot '• • •' • } Q r 4 ai H H ~ j< Q G Q Q J J• J JIZ a r V �?' «Q Q 11 aa•t r- Q Q! a !a J, j l J J J -1 a Q. Q- a' ° i aQQ -�'_� ...•..Q.' j � .i iJ j � 1� d .d �. i � .. ._n_�+.'• CL; I t i t i i GO 1 QI f E N 1I QO V-J 1 i acq 1 O W NQ O� 00 cc LU Ota Ca, O m O � O co W, H co N O !! • • • LU i Z J. 4 N .a o o '�^ °; N �ur I N t~ N N 4 i UP uj 1 i QI M I I ► t. Q! - b� o cc W � I I • � • •, _ � � to � t W # u1 rY�. ►- i { N W Li A1M� N W W� W Q. N U '� tT N O �Qg Q► O ri1' In a m t�D r tn: o` w• WI o 4 S' r t O� �`; .: N a ,,,� �..a c� ..1 .-1 �t'j v� .�/ C� R1f N `t F i , 'no M an m 1``I °� �! O� s 11' a c° oC o °' °. I°, o 0 0 ^� —e y P 9, cr tr< m a , , 4 0 0 !0 4 .a v� "14 1 P-4 , o 0 0 10 of o "� t I t I l Ir •a t 1 t t t L i ,rI to l,, +n! N t 1 1i 1 4 1 1i 1 N Q O 1� • ; ". t 1. .t' ..� a npr� �► .r o tV N cV� N ti ..• �O '� N ti cotm ;c- aao as r ti c` ^► r ens N1 „ -4 w• 'o . O��N NI iN N. N ,cV O; O Q3. ```� t LU l i LU Z: LU U a - � 1 4 d = d iL J .�.• w• I Z = 0 6. Z W W W a O J J ; a. NUJ uj Lu UJ tL4 Z a v FF V 4U t •,V V C d O O IO �'/I `zj !v tJ J Q W J "r "• :. . '. J O J tJ, V s Iii d Q Q - ►+ _< 3 Z cc Z d F• V O IQ ` H O Q Q tI= W w i L ZI '? � • Y t� s a Q. Q :5 a Q� t7 •t � �j -4 Z • Us w ?_ • • � ui • • • o i �^"cap '�^• iI « • �, w d -j4 J J 1" _ tL uj V d .O t.7 AC O O Y = tL W r a w Q Q Q J J tW Vf C� V_ _ 1O �. >► y W W yi yl CZE. ,r!. r !,r �� 1- 'Q ►� J uj UJ 7c V i ts7 w °G' Z I% C aC off. CC az 0G 2 d CL Q Q: d d J l J ai. a d O d 17� 4 CL !y S d i i' r A ^ rs oa t v W-41 I!! W W 3 :+ • 111141 H Sal �w avi a a~t ood Wj I s � o. ; at a ol w us ao aD J O I ef1 N NCD N N N N M S H-j ami F xi 3 uj I 1 i s I � i >a� aa� I i 3 1 1 �. 11 cn c r e� . Ln d W r�... O z oc aj j u1 uv to �t► +ti w W rr►ui .n to to W% to r a� iv ' o 0 0 40 0 at o v o 0 I N �I � 'v N N N , LU U ! .j N R W .r tD m d)I to .r O s a r W� to r r aD /-; C1 .p ..r,co .r r h -� O rr r Nla d' N N N. r �O at 4 Ki � � .�• O 111 tt1 9`� r !M M O =N ?4 F ao .t{ .a O tD r tt1 OI i W to O W •� it1 P P, .t r ao N r Iris en ;in T iT O ^� to to 11i F O in W O tQ tD N �O M, a% O �T �9 ••t N d' r O tT N Q -r O -r', O .r O O O O O 1 O O� O O ..t �# ..• .a .i -� r l�„W N �D P IOC •TI .t O O� �y � t 1 1 i ti l 1 1� 1 I 1 1 1 . in 'W fir. .� O r R1 i N 1� .r trli th )itin � � tn in tt► to co zn to t[1 ��y7 Ili m a0s t0 D �f �t 'J� O O tt�ttllY�� i�! a1 I” C" R1 t+1 tt1 - s } N .Or O O ', ^+ N•� N N O 1N N �s�V N N N N N N N N H- Oa 1' J �_ca W W V Rti J uy us G1 J J J J 1 J J J J J J J r w♦Y N . 1�i I a Ck O W OI O U' W W 1Y L i W W Itt W W L R QIl O O O IO Q O Z N • to t/l' h • • • • • w �{i • w �.: • w • '�",. 0:O c4'. 3 Z to tL.. w Q •,,. t- P. N N tq tI1 w j N N N N N .N t/1 -1-00. �C `W Li� Iti W til tL Li W ltl W L) W W ...111/// W LU W Y 2U '�. J ill W� WW Wi W J JI J �J J. �J -4 J J J J J J J •� U Q Q J T U; U O Z = O m a7 1to W to a] to 9 9 m a3 ti? mt.r W l7 O V tj E w t7( J U t (� J q O L7 LU 14 Y, w ai' aC 1=j a:ju a 1 i w►- C) G w t• J p. �_ o:to 1 ..r n s C2 O O Z-1 } NQ 39 w 00 JOS F- J w I F�t/t Nf OiLU 1 t f LU� al a .t o co s cr S 0 N; N N I t0 W W { LD 90. .� 1 ao o cn a N ao N m H til ,N � -4 �.0 { { w V { { cc 1 a � i E x! I 1 1 cit v o io o �o to o l0 1! Q io Iv ty cocD tf� co r- N N e� a0 ti .K to to i N t m .- N S S; N en r o -09 o ( ! } o Zi • i � 1 i •� ljj ! E ! ! ! ! t to ty t i } N tn ! t17 w tL W w w tt w Vi w W - t� 111 to �I N t- O4 O - 1- V� O �+ .illi O ! N. Cq .. a 1� i +� a s o 1 10 s CoCqq o o ri{ ul 10 o m p; to 19% -+ O N tR N 10 •r O Q Q ti In tN O O ti m to to i `. r__T>! !� h R Qt }O u11 to •'1 N >• �O O! N {to � � O •0} o► P PE N r N yD: t► s'}' tT O tp !O Q O O Q O O -4 r .-t .a O O ..t ..t .� .� O O O O I•r .r -� r .t .{ i -� .� t7qlei h f• as .+ .O tT S -t; ..1 1 S S: �? S .11 S S S S S S 1 1 II 1 1 t} i I It i ' 1 If 1 1 110 N N t• ti 1� to 1� P aD N {.D O y0 !.0 �0 ON j N ay. to Q Yl O y0 .O 0 y0 'o -t O ;O lT in I to m In to C� O � I� f� nj f► �t� S;-4rr-- 1- 1� f- t► w} t- f- ty ti 1� N ya yc o o ao aq m w = ao co ea co (a Go cn 'rl t1 S: N N t` O O� ts► ��O .O, .D y0 yR 'o 'O y0 �O �O O � pt r +• r I N mH ,.+ t�R N N tI tr .y .� f -r �i �! •� {; ..t .-• N N . if Q � � oG x a1 ;ui •+ Q 111 Q J tY J Q (w iLl w W ai tit w w W w +-t x =1 R - t7 {p y ,,,� Q {t1 � O •� r r r .r ,,.. ,.w .r ..i � : .q � tY.. tL � 4'-- • > > > i> > > > > } I'M .0 Q Q1 Q Q w w Z CC w rE w { { { .,1 w t' W i L ¢ tY s)` aG +Q w w w { • • • • • w • • w 2 Z J J to w . y w W Q O N N !N N N 1'4 N N ht N N H N V t7 tD +� O ttJ w t9 0 Z •..; tit ;..v r .r �r .r .r 1.. r .r.- ..� .s •� ..t .�« N L Z i (] l7 a s s ¢ s! ac {s tc x s at ¢ oc ac I L z z ao z ac x° s n n } :zj :-.I 21 �! IAA p `i a ! �: i j ! .: aci ., ..to I .�. X j iT tU N N .J Lu k cc LU ..a t1: 3 ; 4 w x + ;.Q nl o os ; o o �a �o; o j� v o ,v q a rn •r to .o tx a. o vx a rr► N i a wa o cr o a tt� N rh a N at Q t Z J � • • • I w t • s � s • w • • e • •i s • �f «+to i Kl cry co i to l- i t� 1- j!+t1 O a0 t+1 1`{ N to -. • N ,-t -,y -• ^ ^� j ) # '• 4t SJ I t ' i ( s 3 t cc p I � � i ! '• � jj x� f uj Q t f t uj ' ( ttl t uluj - fi , 1 -+ u i 'co 4% tn±ii 0 [en to .p N `al N NO ao 14 Rt co •Q O 1- Q > u o fir q ••1 of N N +rt r til h. 7� t .� in 0 Cif 1, In f- O x F t- S� -+ -+ r ev fi us -+I o �o �"1 sa r ..• sn o+ tn W N p +t ti ri is ;•-+ .'ri f- 0 t{l U. > to r c`"! til j O .-• .+ .. it i- !J N Ki ra Ali rp .� tip! t� O► yr til t-.. r iL -+1 s N ST! Ot N 0S N N 0104, +! Ow ?0< O► t(P 4:7 O+ -4 -f O► 1 ryE N N Ot Ja o: `1 '"t ; r o o -. -+fi .� ;.. O a o a, 4 s o q a -i -� o -r .. .-� .� a -, � o•' N a s^L 1- n o o N o» a rn c+1 a*t >n ut to to am to 1 ! i$ tt1, .-. O T. 'til .r Ot sto co, co t to O ;%r O! Im %n tnr m fi Q N N ttlj to In O r int N 1 O t q a 0 t+i t~ Ot -0 r {�+ cQ co 'tYi t"f t� O ty N N t� ••i M s N .4 .T; vD i to 4 .,r t7D CO M c+rl !N .+• t7R t7► ..t h��#i [� rr p en ul: VA 0% tr, 1+ tr as -+ -. o a r o f 44 co tit CO o �• .� .. ..� '.i I O E N G t4 �V N +V N •� r i�-t j N tit cv 1 N N O O rvt N N t1� O c"'OV W =1 -. x Z! :it i tLt pG � ? X {X -A J Q til �j - A-- (` til Q •l]> :i.:i QI X 'sD Q Q 3 2 z .. 2 . tj i- X 't J tt► X t X 4' Q X 1 Q K ..lX 0 ,. �ci;`. aC •» ul til, -� v is c a t� a c� > .. .y X 0 s s ul 1-"wi: 'co a J -+ x I-» Z' cc a ,� U3 0 Z J � m N +- J r Vi X. X ¢ O �o v u �taG o < to 1-, 1X- i� J :� r � aq F c s L. •. �" cc UJI tl �o x; a j a ac ac 1-4 a x o ai O R ' � �.- ►- --q t r u uy"�? J J J p Z �' J Z it. X = X til x • t X ` Q tJ LY til fi Q a Q ••• -. t- ►+*+ '� X tU Q�� 4? « . S .r j •. • « t9 t, .r aC 9 C[ ►-% ►+ p C7 • �"� Z X • Cl � tZ is. 0 G ��- ; �^•• • yr srt trt ? �aC E � 3 �tt y; • s •� r •, � � « ►�.t,7 to iC Z • <[ Z i 1 Z w • « • ; • w ua w N ui til N N J * > to Q sil O ;O N N ? vi Z Z O tit d u tiJ w til d J :O u N j U. v 1-, X X T X X X X N J t- O O a z Z 'cc O. Q :-.2 '4. Z X X X !X x .4 :v r w Z Z w tU --4 -0ZJ Qq J "i - t a v' v '2; ,- - t- - - -+ - X X s u W ti a U: a Q. M J Mir ►- , N !Vi N N %n ✓) N ;N V7 V7 V7 Vi N V7 VI N N Vn N N N N ✓l a aAIWL ?. C131 W h o C6 1�Ca o W O 2C-J Ok W W N Q 0 m pp JOj r t~- aLU V7 0 r-ko cn o:! OW .4 cc p� N cc p, 0Vf' N • or • hm{ N O N ! N N Qi W W U t-Z�Q Q d Zi ( v .jai S j 1 01 i a i 1 E I I i, o ", vin 10 In W � N � .d r � O �� ,O, A � _ t • ► • • mow, •, • • • . • � -• • • F- i • • • •I • [[[ to t► !� .• .a : N tT h N '� N Q Tr ar, t. sin i in' ,s,+ IN CV N N • .� N N •>,a = 1 � . 6 CL i 1 f` I , • Z � yr __' 41 oa. ! o v a' N w { - m W It Lu w w W - W U.S. W tU• W; -4 tt1 <Y p. �� cfDi ti .� N ti p m tCt Itf N SOt tT. O► O ;'P�11 co `T O en O. �O �T Or O itlt UN �T .O� O G► m co to In - .�ir s +O O tR N- Wf, sin h O� N s N, 1t► N N' to h tN C m C Op Gall .` s P+ O ' O O". O ?` tr1 N �-q Iw, @ O�. tTN Nt n11 f dl o ao la m. o is .o. ►o Ot -4 o o d o o j O aP tt1 j t{1 �R tt1 k h u l"I N ;r1 CD 1 �OA o (co O in ~p 1 N ti O !O O O I.p Q p )aD m P P O� tT C� 0� O� .7 G► O� O�. O+ z.3 I.r .c .r s si .r en Kt M tK t�1 +'R eq R1 . rt R! 4r1 tai �x.7. p l s .+ .-t; .r s s4 +n i s to U% "-4 .4 r• --• '� "� .y ft cv Y �1 S N Oj N Ni CV N N H N N nl M , N r 1 It { #r Q • O J ut 111 W W ut tit ►� a qq i OG h ih W t7 cof- p .. h N t r J T Q 1a> J J J J J J J .� J cct QC; PC, N I► r. • w J Q. OC L7G Q ad CC �!. GG d OC'.t, OC 0 z x CC N "� ^+ ^i W a s a o tt o pi o o a o 0 0 0 u► is s O �p v' OJ g0 .,� �.� J •� ' f> y r. i> r, r r uw w s #� �, .- r- .- �- •-. r I' i Q i-'g a a a !s a s h i►.. r 1-. i- F� l� r- r h- :►w ! F+ r i+ Fw r" {tit I .... .. .. .. ,. o i I r • 1 • • w • • • • • 0— 0 0 • dl" uj�; O J�I � Tri T v as Wh J rA ao uJ C6 m0 LW r.r. oat t ti' o a J! Q a j ui { N Q V 1 t a W 0'.; o� oak uj s µrt, cc 0. 0W; zJ c y a) ui w c3 F-zcc3 Q uj Lul i 1 i W � I W O 1.r .t� P #ttl nt P 1 O N O tDel aV1 O a0i D p.. • f • s $ • .. i • 1 • s • ; • •, O ,fes. -r-' N c. tt1 N ;_Q .D aN O P ,s tq 'j"+ i N . .+ .+ .4 1R •! , � a4 N W W W tit � 4 W W W WE t1i t W W W W� W Wui W 1j1 W Wi W W W W 1 i tCc •4 i0 .r #P .1 N to P .+ �p N O' R1:„ P O A > vi = 'm .a •r i a n as eY � �P ut co e� in cv c� cn-' ao .o ac ..a{ u1 to v ..t ;O O .p O �t �1 ;co .a N N OI CO -» Ni o a �, I - W N O' in .O -V P �1 �t'e '� �T ..t N @ N -4 tV O ti <n U. o N N to 1 at .c coo o rs ti ti U. z 4 V W N N N� N N N N }N N V N N N N ,,•t.. z � � t �� � � t1 � i ii � � ii � et 1 t t � t �k � i t � v ;i].-• . �,; t.'nr �,a', n �. •�'r .iAi � -a '•�r �.• :': in' � '1 a "Pym' -f' Ir:►". + '�' OG > P q 0► P P O{ P I p� O� tT OSI A P t7� P in P! Pcn *fir" � 1� � i�1 ;h RTj i'i1 e+t teif til in in rn .�.t „�,• � .d: aJ N' N N N N N N tV NY N N N N N N N N. N N N i LYVt�t Q i ! J J J �a�u. of I i � at ac � rt j ac � s` ac aC ac ac ac oc o� as ac a� cc x aG o o 0 0{ v o 0 0. EJ .f J J NQQQp.. t. !• r w• F� �- I� r " w�� i O) Chi j � t Y W ti J - w CJ♦ Q - am uJ! r• r o of 1 n u, v ' z P W I,A N►- 3 ml H J W) ' 1�vl N DI K w �.cc - Q.� N O SOV (Y uj cc 4 V i I fel O C LJ € • • « 1 N ti tisp in S 1 ' -_ c>t.v,i t p E i , t 1 1' 1 ,�r'IIII a o, o it rl ti" o i ti o m �n i.o f ,,o r. c ..f"- . s uj t , N' �O cD N tT f� N i sn O; CC 'M v^ 1_ ' w .oI a ' r• ao{ - rt Q -Ti f to p• i"� tii P 3 N 1t1- `D +t► N f + Q� �O .t cel R1 f� Rf cc =a - 00. I .. w o a -+ a P co ,•o .r s .•. T o vi Lu w J tu uj ul Lu uj u &u LU UJI uj LU UJI uj Uj- .a •o u�i %a ` co 0o CO > t� co M o �s cn �a 9% r- .a .t d nn rr a of Ln- ea _i a► T a �a +O N a� t- o' N 'oo r ca of j:� ... P �n1 -4 o� cr r r co a► o s of 4, Cy O O •�� N �1 +•i .r �O O N° l•f /n cm to O N ti rtl 1n 1;0 •Q• .p N �! Q N N� nl tel .t a} o o ., O . o .N. i N N� N N N: N �..1 .�'If ,.,f ,.••� ,,{ ..1 -•1 � .p -d �•! :P ' P• .P P Q � ,-1•-� 1 1, 1 1 1� f 1 1, 1 1 Ij 1 1 1 1 17 t 1 1 1 1 1 ` ufi 1n to �►, a w ,a .o N ti N oo np ti eel E .r. -'1 I,. ,� „r in ,n in ur in en O' N to trY F ,'� f` t► a' a r P) P c0 wD aD aD1 cD co Pf N •� co > cu wD In lto R1' ref M All en -Z TT �t t ! a s `� ce1 1a � N N N N O to -i —0 O Q O O O O •O m O to tet eef N N N N� N N N .* N y } ! f Y s r lull .N � N N _ W V Z _ Y. Z O e^.: W fwi L� to W J W u4 G ac �! A LLus ui R R Q R►. R 1 R is • Z 1 : X i Y LU.4 cc cc uW,t( an ui to c Q a a o w ry J JI -J' U. ' U. U. ii U6 t,. ? w ZO Z i .7 � -7 '7 Z w w w - �. w •t •'1 '►- �r•+ ►� • • • w - w N �� moi. Of O O 0i 0 J s J Z Z! aC I S x Z Y 1'S m u V Y Y j Y Y J. O �y - ! J J J u u u u _j v, (a r Q I Q Qi a a a; s sf r f x Z s v }u cs 1 77 r� y"�• {ry 'I � 1 1 � � 'Jai. I ` f � CJ h }I N ml! W h J t.- „4 t[C, R�r QC( 1 O W - -' P W W S cr. Q O� 00 JO! ; F•Ncc ui Q y r U3 4w O N Q W W` >tY _ I v>j f # az 1 I I � I a ! i + I ! t I( ,Q sn :N a �+ O tr to !t P O4 N P ..• aa� I I i ..4 .-a to I k m t.r i ¢s I WC Z M ! In1 in VA i V N{ W W N W y yi !W tl� w W W W ou W ••. W, Rtlt en m +r O j m 40 P tr- h .Q cp h v► . _ N -3 .O O' 1• .� h O m! cQ P to- co h O - tx h h N� h .t Nj •r I h O� to .D P, PI aD tl► W �t P OY h tty W N O O O P P h 7y O !`aD .O�i t•1 �C u1 •r c�1 .O �O P WW �O N N N , U. Z! �N O: U W I ,.• „a O+ N Co CO; h �.D ,p .p I.p � .p �-1 .+ -• *+ .+ m {► " ►+!� Zt 1 1 1 I t ! t ( 1 1 �1�( N t� tt1 1 h N O �t •O h 1ti h h h i �! •O O CI W to z W tYSz v O co Tv a N N �NNN1!!!! N lu s s i1 0 0 h .o g .o 4 4* .o �.o •a •o .o •o m �. •..� ,21 m to O -4 P ��i M h P ,p a f.p •o .� -j .• ..• ..• N •:� M u� .q h I m u+ h in � 'r m M m m 4 m r r s t+ O #Q t� O �f N ' N N N O z O•> N 'A Q N i I it u; W W W W 17u- W W O [ u.4 h -4 .n i J Q; z � 1- z = z Z Z Z 17 = : = Z .i W/� tz i W r .� d W tii W W W V 'uu�Ill V. V V .y FA N H Q l�ttl co fl O O .+ a �1 S aC m oC cc = tY 'lie VFCLN 1.- i* 2: d J. J 01 �Q 0 W w W W W G O \ 2 •+ J ii W; W Cca d > > > > Q 4 tC < Q Z y yj LU to I w w • w w w w w f�t W tl 1N W Us .. 1+.2 > S 1 w O to N W tq N t/1 N! tq 1 I w w • w. 1 G w r `:.. a.0 ti O` 131 W .� • i G Y, N �: � Z >E to 00 ;Ly I CC d W W F- J w •� -+ .. .. r I-� ..! ... ,O 0 O 0 0 (z ui a E O'V 6/1 I 19 t•7 Yy Y 1 N ca to J 1 N7 WP N to N +Y 1 F•--.- U4C J J J J I� d m J J J J J J ;J J J. J .! S 0' + Q Q Qj Q C v; W i .� .... i... ..r ..� .• :�.• w •� I O 1 fS �i .T s is s' s Is 3 13 = S �a Y z �s s - S S S .t 3c .. �I -j I.- ! N oM C2 ! 1011 N pp w=T•, J I.- '40 -<O V J� wm 1 W cq s a iu. UJ sn Nr-l1 sac . ~x Q . 0 00 -j 0 _. ►- —1 ui CC w --+ac 00 OW ' Q; C9a 0 t 7s 2 J - •r tv 0 cc ! yl tY L _ s azip c : �v ht u Ar Kwr OC n � uj uj 10 (( J f 4 r � t �4 I k iii, MAI t< 1 511, Q ;�W tit W W liJ tll`tL Wit�til '`F 3•"��k` �� .��e} r +>S�,�y v-� ,,""�s�!;. Z4ZZ:gZ Vw v71�+► - -. `�` o kA'� ,-r� bra, -.gib sn N '� T T7g- F e t k / _ i'• F 9 -t711 In the Board of Supervisors of Contra Costa County, State of California May 17 . 19 .77 i In the Matter of Approving Deferred Improvement Agreement for Subdivision HS 134-76, Concord area. The Public h'orks Director is AUTHORIZED to execute a Deferred Improvement - Agreement with FRASER E. WEST, et al, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision 1+.S 134-76, Concord area. PASSED by the Board on May 17, 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 Hoard of Originating Department: PGI (LD) Supervisors cc: Recorder (via P.W.) affixed this 17thday of May i9 77 Putrlic Works.Dirgctor Director of Planning J. R. OLSSON, Cleric County Assessor Fraser E. West By A.— Deputy Clerk Route 1, Box 175 Jean L fAMer Ione, Calif 95640 00854 H-24 3176 19m Route 1, Box 175 (/ Jean L' Ione, Calif 95640 00854 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California May 17 1972— In the Matter of Approving Deferred Improvement Agreement for Subdivision MS 61-76, Walnut Creek area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with NORMAN A. PASSUR, JR., et al, permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision MS 61-76, lialnut Creek area. PASSED by the Board on May 17, 1977. 1 hereby certify that the foregoing Is a true and coned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: PFI (LD) Supervisors cc: Recorder (via P.W.) affixed this i7tbday of Public Works Director y Director of Planning J. R. OLSSON, Clerk County Assessor f� Norman A. Passur, Jr. Deputy Clerk 2416 Warren Road Jean L Miller Walnut Creek, California 94545 00855 H-24 3/76 15m t In the Board of Supervisors of Contra Costa County, State of California f4ay 17 , 19 77 In the Matter of Authorizing Relief of Cash Shortage in the Accounts of the Public Defender and Replenishing Public Defender Petty Cash Fund As recommended by the District Attorney and County Auditor Controller and pursuant to Government Code Section 29390, IT IS BY THE BOARD ORDERED that relief of cash shortage in the amount of $12.76 in the accounts of the Public Defender is AUTHORIZED, and the County Auditor-Controller is AUTHORIZED to replenish the Public Defender petty cash fund by said amount. Passed by the Board on Iffy 17, 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: Administrator Witness my hand and the Seal of the Board of Supervisors cc: Public Defender affixed this17thday of '"ay , 19 77 Auditor-Controller District Attorney J. R. OLSSON, Clerk By, zi�tu S-" __X it- rr�. , Deputy Clerk 'Janie E. j"onnson 00855 H•24 3/76 15m c In the Board of Supervisors of Contra Costa County, State of California !.lay 17 i9 T7 In the Matter of Discharge from Accountability Pursuant to Government Code Section 25259, IT IS BY THE BOARD ORDERED that Emil A. Gysin, Clerk Administrator, Mt. Diablo Municipal Court, is DISCHARGED from accountability for the collection of approximately 95 fines receivable (ranging from $10 to $302) totaling $10,352, all but one of which are over five years old. Passed by the Board on May 17, 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. Orig: Administrator Witness my hand and the Seal of the Board of Supervisors cc•. Mt. Diablo affixed thisl7ff=day of "ay 39 77 Municipal Court Auditor-Controller J. R. O!_SSON, Clerk. By '.rrcu �!`-1 ZI jLl-_-3L Deputy Clerk an_e Johnson NEW H-24 3/76 Ism MUNiCr AL COURT �^^,, }} Louis L.Edmunds MT,DiABLO JUDICIAL.DISTRICT l_�l)1 (LCC, Judge • �{� John D.Halzenbuhler Concord Courts Costa Judge 1950 Parksnle Dove ^ Concord.Cal.fomia 94520 ( /)ur tfl! Norman Spellberg (4151(71.4400 Cou*�C�/ Judge Martinez Branch Court Room loo•Court House Ellen S.Green Martine„California 94553 � Judge 14151 372.2765 pi Emil A.Gysin = i `• Clerk-Administrator 'w�f February 24, 1977 The Honorable Board of Supervisors., Contra Costa County Via: Coanty Administrator Re: Hegnest for Dischar^e fror: Accountability for Collection of Fines Receivable In accordance lith .Board Resolution No. 2702 dated January 28, 1964, Governlrent Code Sections 25257 and 25258, and Auditor-Controller's directive dated January 7, 1971, relief from accountability for collection of "the fines receivable listed on the attached eight schedules in the ariount of 510,352:00 is requested. It is my opinion that costs of collection of these accounts y7ould not be justifiaLle, in fact, I believe they are uncollectable. They have not lbr--n Vr-= nble to service of a ?arrant of arrest, therefore sprvi^P of civil prn,ess seers irprobahle. In those cases inhere holds have been placed a.ainst drivers licenses, no results have been achier-d_ I declare tinder penalty of per;url that the fore ,oin1; is true and correct of ry o'.:7:i knowledge, except as to the matters which are stated on information rind belief, and as to those matters, I believe them to be true. / FFil` .`G sin, Ctrl.: Sdr+inistrator z r�r ` •o..sco TT LED r.4ai i 7 1777 J. R Of s ani aERK aoa= or SUPc`WtSORS �c�os5iA co. •�Jsae.5et j3 0UK-)S (V►icroiilrned with board order Mt. Diablo Municinal Court February 24, 1977 Reauest for Discharge from Accountability CONCORD OFFICE NAMT OF ACCOU3IT BALANC STATUS ATKINS, Duane Darrel 252.00 ila rrant out since C153895 2-25-72, no service Judgment date: 1-21-71 Stop notice to DMV ATKINSON, II, Jack Junior 62.00 Warrant out since C161292 8-20-71, no service Judgment date: 6-1-71 Stop notice to D?-IV BAUGHIAMN, Sar Dzk•rard, Jr. 95.00 Warrant out since 15530, Judarent date: -12-71 6-4-71, no service BEASLEY, Ronald Etrerettn 57-00 Warrant out since C157847 8-20-71, no service Judgment date: ?-13-71 Stop notice to DMV BEST, John Henry 302.00 'Marrant out since C1224 . no service Judgment date: 1-21-70 Ston notice to DW BILLO, David Leroy 35.00 ifarrant out since 14 277 Jndgment date: 6-22-74 8-7-70, no service BLACKI.100D, Jares Ilobert 33-00 ilarrant out since C156301 8-19-71 , no service Judgment date: 3-9-71 Stop notice to DMV BOYD, Joseph tJilliam 302-00 :•/arrant out since C147110 8-19-71 , no service Judgment date: 1-11-71 Stop notice to DMV BREIDENBACH, Frank Charles 95.00 ilarrant out since 13008 5-15-70, no service Judgment date: 12-19-69 - BRO►.;Rd, L. B. 302.00 54a rrant out since C156005 7-9-71 , no service Judgment date: 2-16-71 Stop notice to DMIV BIRO:-M, Earl barren 190.00 ila rrant ont since 17025 1-7-72, no service Judgment date: 8-20-71 BULLOCK, T'nor.a s MR rvin 6K.00 :':a-rant out since 13253 3-31-70, no service Judgment date: 12-23-69 BYERS, Ted Richard 302.00 ;•la rra nt OQ '`s tfiVe C155838 10-8-71 , no service Judgment date: 7-10-71 Stop notice to DIAL Microiium:d -:rith board order Mt. Diablo ?'+mi,�inal Court Request for Dischar!!e from Acemintability NAI OF ACCO[UJ^ BALANCE STATUS CALLAHAU, -Rodnny 95-0 W rrant out since 10215 1-7-72, no service Judgment date: 1-6-71 CARLSON, Cram; 33-00 Uarrant out since C140690 9-4-70, no service Judgment date: 7-21-70 Stop notice to DMV CARVITTO, Ruby June 30.00 Warrant out since 16931 12-10-713 no service Jud-rent date: 9-13-71 CIATIFARI1•II2 Phillip Joseph 44.00 Warrant out since C147743 5-14-71 , no service Judgment date: 11-6-71 Stop notice to D147 CLARi:, E13 Qn x5,00 :larrant out since 12532 1-30-70, no service Judgment date: 12-12-69 DLUHOS, John PetPr 95,00 Warrant out since 13322 7-6-70, no service Judgment date: 2-19-70 FITON, SU31.1 L:-nn -30-00 Warrant out since C145036 11-13-70, no service Judgment date: c'-16-70 Stop notice to DMV ECKRIOATE, Hobe-•t: Joseph 302-00 !larrant out since C148163 10-8-71 , no service Judgment date: 4-14-71 Stop notice to' DIN UBZR%3;x".-.I tsirar%ftstaxe 2l x 5lxzaacr*.txeritxsi s FARIA, Robert !Lnyrond 125.00 Warrant out since 16587 8-13-71 , no service Judgr+ent date: c-7-71 FAUIRITER, Robert Dell 19-00 Warrant out since C164888 8-20-71, no service Judgment date; ?-6-71 Stop notice to DMV FLORES, Snsann_ Time 43.00 War:�nt out since C166650 11-26-71 , no service Jud;ment dat-: 1r3-18-71 Stop notice to D14V GA-RR .TT, -rn_•i �ae*� or: Vii. ;. ::a_:an_ ont since C140908 10-2-70, no service Jud;rent ria to: IL'-1-70 atop noticeto DtA.l GRAHP.1-'., Richard ?=ee 43.00 tt11r' c Warrant out since 80 ljU- C1466 .VQ 1-31-72, no service Judgrent date: 3-11-71 Stop notice to Df-IV N i rofilmed Frith board order i6 LIU - -LVLI-- � •"- L' atop noticeto DLIV C140BOB � �. 9-1-70 Jud;rent rf-t *;arrant out since 43.00 0()Q 1-31-72, no service GR-4HP'�, nl`"ha�d - Stop notice to DMV 0146680 Judgrent dato: AMaofi;med with board order '?It. Diablo Yunicipal Court Reouest for Dicch:irt-p fror+ Accountability NAME OF ACCOMIT BALAI:CE STATUS HAY, Haest iiilliar.- 65.00 Warrant out since 18441 1-21-72, no service Judgment date: 12-9-71 JACKSON, Thomas Carroll 19.00 Warrant out since C160855 8-6-71 ; no service Judgment date:. 5-11-71 Stop notice to DMV JEFFERDS, Williar+ Bruce 14 5.00 Ha rrant out since C147679 4-16-71 , no service Judgment date: 12-8-70 Stop notice to DMV JOHNSOU, Jacqueline 65.00 tfarrant out since 12532 1-30-70, no service Judgrent date: 12-12-69 JOWNSON3 Jeffery Lewis 120.00 'Tarrant out since C122464 5-11-71 , no service Judgment date: 4-15-60 Stop notice to DMV JONES Jessie James 65.00 :•Tarrant out since C15-19A7 .•4-17-71, no service Judgment date: 1-5-71 Stop notice to DMV KING, Sean Brian 14.00 1la rrant out since C170209 11-26-71 , no service Judgnent date: 10-12-71 Stop notice to DMV LAMBERT, Richard Earl 62.00 Ha rrant out since C156686 8-13-71, no service Judgment date: 6-14-71 LANGLEY, Robert Lee 120.00 Warrant out since C150812 3-26-71 , no service Judgment date: 11-24-70 Stop notice to D14V LANGON, Barbara 10.00 Tarrant out since 14672 9-24-70, no service Judgrent date: 9-8-70 LOWER, David- Craig 302.00 :Tarrant out since C139158 7-6-70, no service Judgment date: 4-1-70 Stop notice to M I-MGUIRE, Span Colliton 315.00 Harrant out since 15380 S23-71 , no service Judgrent date: 3-30-71 John St-inhen 302.00 'Tarrant out since C17a171 8-6-717 no service Judgment date: 14-26-71 Stop notice to DMV 14ARLIN, Paul Laurence Jr. 120.00 00861 Warrant out since 015'-+833 3-10-717 no service Judgment date: 1-19-71 Stop notice to DIM Microfilmed with board order ` Judg..'ent; dare: 1-1y-/1 , LAU , -LY11-- Stop notice to DIV Microfilmed with board order Mt. Diablo Yunicipal Court Request for DischarQP from Accountabilitv NA1� OF ACCOUiIT BALANCE STATUS TIATLEY, Kathi P:arie 71.00 IJarrant out since C152203 5-4-71 , no service Judgment date: 1-25-71 Stop notice to DI-TV MAXWELL 3 Ga ry Lawson 120.00 Warrant out since C134831 7-6-70, no service Judgment datei14-20-70 Stop notice to DMV YIETC.ALF, James Lee Roy 62.00 tlarrant out since C147622 2-5-71 , no service Judgment date:10-6-70 Stop notice to DMV MONETT, Janice Leeann 38.00 I4arrant out since C145809 12-31-70, no service Judgrent dat?:9-8-70 MONTGOMERY, Emily 65.00 Warrant out since 14390 3-26-71 , no service Judgment date:12-2-70 NAVARRETE, Kevin Louis 38.00 Warrant returned & C106004 Filed - Unservable Judgment date: 4-10-68 NORTON, Ruby V. 48.00 warrant out since C152374 4-16-71 , no service Judgment date: 12-22-70 Stop notice to DIN O'HARA, Dennis Bayne 65.00 Warrant out since 14806 5-10-71 , no service Judgment date: 1-5-71 PHILLIPS, Arthur Jr. 24.00 Warrant out since C169321 11-26-71 , no service Judgment date: 0-28-71 RENHER, John Andrew 65.00 Warrant out since 17574 10-9-71 , no service Judgment date: 8-13-71 ROGERS, James Edward 96.00 Warrant out since C149884 11-26-71 , no service Judgment date: 6-9-71 Stop notice to DT-RI RUBY, Patricia Ann 95.00 Warrant out since 12342 7-6-70, no service Judgrent date: 2-20-70 SCHILLI?:G, Kr?e a- card 10.00 :'arrant raf-urned & C142582 filed 3-4c 715)' Judgment date: 8-11-70 Unservabl SHANY:LES� Sandra 20.00 00F62Warrant out since C1319143 11-25-69, no service Judgrent date: 11-4-69 Microfilmed with board order Mt. Diablo. Municipal Court Recuest for Dts^harre from Accountability NAME OF ACCOUNT BALANCE STATM SHI.R:, Roy Donald 302.00 tlarrrrnt out since C157512 2-3-72, no service Judgment date: n-22-71 Stop notice to DMV SINK, Lloyd Garland 301.00 '.grant out since C153778 4-27-71, no service Judgment date:. 12-28-70 Stop notice to D747 SMITH, David Allen 302.00 Warrant out since C151420 1-29-71 , no service Judgrent date: 11-18-70 Stop notice to DMV SMITH, Luther Jewell 302.00 Warrant out since C165218 10-22-71 , no service Judgment date. 7-27-71 Stop notice to D14V SOLIS, Antonio Reyes 302.00 - Warrant re "ned & C143935 filed 3-4 75 Judgment date: 7-7-70 Unser vabl ,top noti to DMV SPURLING, Nancy Paulette 33.00 Warrant out since C160268 8-20-71, no service Judgment date: 4-27-71 SPURLING, Clancy Paulette 33.00 Warrant out since C160646 8-20-71 , no service Judgr_ent date: 4-17-71 STEPHEIS, Ronald Gary 302.00 Warrantre ^ned & C144223 fils1 3-4��'.' 5 Unservabl Judgment date: 0-16-70 Stop pati to D24Y SUTTLES, Barbara Ellen 202.00 ':larrant out since C165217 10-22-71 , no service Judgnent date: 7-6-71 Stop notice to DMV TAYLOR, :IARRM DOUGLAS 22.00 Warrant out since 0165901 11-2-71 , no service Judgr.}ent date; 10-5-71 TERRY Guy Garner 302.00 :larrant out since C1408h 7-31-70, no service Judgment date: 4-27-70 Stop notice to D2:V THOi�'SON, Robert 22.00 :Tarrant out since C146949 i1-13-70, no service Judgr.•ent dates 9-18-70 Stop notice to DI-7. TICE ,irrsll Llo;;d 62.00cc :larrant .out since 0125 3$ tt��v� V3 8-20-71, no service Judgment date: 5-27-71 Stop notice to DMV f-Twrof awd With board order t't. Diable Vtinir�iFal Court ReouAst for fron Ar_crnmtability NATE OF ACCOIJi"T BALANCE STATUS VLAHOVICH, Gtev^ Paul 190.00 .h-rrrant out since 16891 12-16-71 , no service Judgment date: 8-20-71 WALLACE, Jerry Don 62.00 Warrant out since C134857 2-6-70, no service Judgment date.- 1-6-70 [•MITE, Frederick Lee 125.00 Warrant out since 17507 10-22-71 , no service Judgirent date: P-16-71 WOODWARD, ?on 20.00 Warrant out since C144662 11-13-70, no service Judgment date: 8-20-70 OODWARD, Ron 20.00 '.Tarrant out since C144660 11-13-70, no service Judgment date: 8-20-70 YOUNG, Michael Lne 200.00 Warrant out since C145072 12-31-70, no service Judgrsent date: 0-14-70 StoP notice to DMV MITIGA, Saul Gs:rton 62.00 [!arrant ocit since C140289 6-12-70, no service Judgrent date: 11-28-70 StoP notice to DIN TOTAL 8.81.0_00 0OF61 Micro{itm'-d with board order 0OF61 (Microfilmed with board order y�c Mt. Diablo Yiinicinal Court February 24, 1977 Reauest for Discltar.a from Accountability MARTINEZ OFFICE NAME OF ACCOTITITT BALANCE STATUS BLAKELY, Williar Dale 38.00 .!arrant out since 145811 9-8-71, no service Judgment date: 4-10-71 Stop notice to DMV BRANDEENBURGER, ?avid John 24.00 Warrant out since 1.1+6774 8-31-71 , no service Judgment date: 6-7-71 Stop notice to D2iV CONDON,- Robert L. 315.00 Defendant deceased. 1•77308 Uncollectable Judgment date: 5-2019' FREEBORN, .hard 302-00 302.00 =1arrant out since 2:41467 1-13-71 , no service Judgment date: n-2-70 Stop notice to D14V HUGHES, Larry Gerald 43.00 riarrant out since I!43270 1-13-71 , no service Judgment data: 11-2-70 Stop notice to DMV HUITHREY, Donna Rae 140.00 !4arrant out since M2300 8-23-71, no service Judgment data: 5-7-71 JOHNSON, Larry Earl 33.00 Uarrant out since 1444153 1-13-71 , no service Judgrent date: 11-23-70 Stop notice to MTV KELLY, Robert Andrew 24.00 Warrant out since 2.,45810 8-16-71 ,. no service Judgrent date: 6-7-71 Stop notice to DMV YONTGOMMY, Bill 25.00 Warrant out since 211877 8-27-70, no service Judgrent date: 7-20-70 I•:ONTGOIERY, Bill 25.00 Warrant out since I.a878 8-27-70, no service Judgrent date: 7-20-70 REAL, David Thor^as °5-00 Ka.-rant out since 213.650 6-30-70, no service Judgrent date: 4-27-70 :MEDIC, Luther ?.ay 65.00 ::arrant out since 211778 9-28-70, no service Judgment data: 6-19-70 REECE, Arlin Jar-s 125.00 *-7arrant out since M22613-12-71 , no service Judgrent date: 1-7-71 O( F;65) Microtilmed with board order Mt. Diable 'Municipal Court Rpauxist for Jischnrc-q frot, Accountability NAME Or ACCOUNT SALAIICE STATUS SPEARS, Oliver Andrea 25.00 Warrant out since IN1558 1-13-71 , no service Jud-ment date: 10-19-70 Stop notice to D3•'sI STONE, Audrey: Jean 4$.00 Warrant out since 1144470 5-12-71 , no service Judgment date: 12-28-70 Stop notice to D17 THOt4PSON, John C. 65.00 Warrant out since 2•i3005 3-10-72, no service Judgnent data: 12-24-71 TUCI:E:t, aoy Clifton 24.00 Warrant out since IN 535° 9-2-71 , no service Judgment date: 5-20-71 Stop notice to DIN VAUGHN, Elvis Lanny 62.00 `.•jarrant out since M3933 6-10-70, no service Judgment date: 2-26-70 Stop notice to DMV WRASE,, Norr.�an Edward 14.00 tlarrant out since 28993 12-27-71 , no service Judgment date: 11-4-71 Stop notice to DI-,V TOTAL 1,42.00 CONCORD AND t•`.R-TTNSZ TOTAL x10,152.00 Q 6 5 Microfilmed with board order r In the Board of Supervisors of Contra Costa County, State of California May 17 , 1977 In the Matter of Approval of Amendment No. 3 to Buchanan Aircraft Hangar Co. Lease for Additional (Sixth) Hangar Building and Lease Area (Buchanan Field Airport) On March 25, 1975, the Board of Supervisors authorized the Public Works Director and County Counsel to prepare an amendment to the lease dated September 1, 1970, between Buchanan Airport Hangar Company, the assigned Lessee, and Contra Costa County, as Lessor, for an additional row of T-Hangars on Buchanan Field Airport; and On March 15, 1977, this Board approved the recommendation of its Finance Committee as to the lease term for the additional hangar building. The Board has now received such an amendment providing for the leasing of the additional area for the construction of Hangar Building No. 6, for a lease term of 30 years, commencing on February 15, 1977, at a rental of 5% of the gross receipts from the Hangar No. 6 rentals for the first 25 year lease period and 10% for the remaining 5-sear lease term, which term and rental is applicable only to the additional area described as Parcel T:raa in said Amendment. On recommendation of the Public Works Director, IT IS BY THE BOARD ORDERED that Amendment No. 3 to Lease is hereby APPROVED and the Chairman of the Board is AUTHORIZED to sign the Amendment on behalf of the County. IT IS BY THIS BOARD FURTHER ORDERED that the additicnal Hangar Building No. 6 is accepted as completed for purpose of establishing the effective rental date on and as of February 15, 1977. PASSED by the Board on May 17, X977. - I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Department Witness my hand and the Seal of the Board of Real Property Division Supervisors cc: Kr. E. L. Garthwaite, Lessee (c/o R/P) affixed thisl7tf:doy of blay 1977 P.O. Box 5400, tialnut Creek, CA 94596 Public Works Director Count; Counsel �a J. R. OLSSON, Clerk Airport Manager By / O o , Deputy Clerk County Administrator N. Pous County Auditor-Controller County Assessor (Possessory Interest) (Above with copy of lease) ojF6'7 H-24 is,G ISm AMENDMENT NO 3 TO LEASE (Aircraft Storage Lease - Buchanan Field) 1. Parties and Purpose. Effective on (0.AY t 7 11,177 , the COUNTY OF CONTRA COSTA, a political subdivision of the State of California, hereinafter called "LESSOR", and BUCHANAN AIRPORT HANGAR COMPANY, a general partnership, hereinafter called "LESSEE", hereby further amend their Lease dated September 1, 1970, covering certain real property located at Buchanan Field, Contra Costa County, Cali- fornia, which Lease was awarded by order of County's Board of Super- visors on September 1, 1970 and recorded on November 16, 1970, in Book 6255 page 304, Official Records of Contra Costa County, and the Amendments dated August 22, 1972 and July 30, 1973, hereinafter collectively referred to as the "Lease", and the parties further agree as follows: 2. Amendments. A. Change in Leased Premises. (1) Section 3.B. ("Parcel Two (Optional Area") , as amended, is hereby amended as shown on the the map entitled "Storage - Hangar Lease Site", file 'No. BF-XI-040A, attached hereto as Exhibit "A" and made a part hereof by this reference. (2) Section 3 ("Leased Premises") is amended by adding the following Subsection C: "C. Parcel Three: (Additional Area) Allthat parcel of land shown as 'Additional Area' containing Hangar Site No. 6, as shown on said Exhibit "A." B. Exercise of Optional Area. The option provided for in Section 3 of the Lease, as amended, has been exercised by Lessee. Lessee has constructed Hangar Buildings otos. 4 and 5 in the Optional Asea, pursuant to Section 3.B.i. C. Section 4 ("TERI•I") is amended by adding the following paragraphs: "The terra of this Lease as applicable only to Parcel Three ("Additional Area") , together with the pertinent 'non-exclusive access gray' between Hangar Buildings Nos. 5 and 6, shown on Exhibit '?' , shall be for a period of thirty (30) years, commencing upon the completion of Hangar Building No. 6, Chat is, February 15, 1977, and terminating on February 15, 2007. "Nothing g i^. the immediately preceding paragraph shall be construed to e:--tend the term of this Lease as applicable to Hangar Buildings _£os. i through 5, inclusive, beyond its expiration date of August 31, 20L0." i� S0 D. Section 5 ("RENTAL") is amended by adding the follo-wing Subsections D and E: "D_ Delinauent Rents: In the event that Lessee becomes delinquent in paying to Lessor any rent pay- ment due under this Lease, Lessee shall pay to Lessor interest on said unpaid balance at the rate of eighteen percent (18%) per annum from the date such payment-was due and payable until the date such payment is made. This provision is in addition to the remedies set forth in Section 26 ("DEFAULT") "E. Additional Area Rent: Lessee agrees to pay to Lessor as rent for said Additional Area' described herein an amount eaual to Five percent (5%) of the gross receipts derived from the rental operation of said Hangar Building No. 6 during the first 25-year 1 period of the Lease term as to Parcel 3 and ten Der- cent (10%) of said gross receipts cocmtencing on February 15, 2002, during the last five years of said Lease term_ "Said rent shall be payable in the same manner as that required for the remainder of the leased premises herein, except that for the purpose of this subsection, the gross receipts on Hangar Building No. 6 shall be sho::.n separately on Lessee's rental statement, required by Section S.A. ("Percentage Rate Rent") herein_" E. Change in Insurance Requirement. (1) Section 19.B. Public Liability and Property Damage Insurance") is amended to read as follows: "B. Public Liability and Property Damage Insurance: Lessee shall, at no cost to Lessor, obtain and main- tain Public Liability Insurance covering and insuring a_l carnes hereto (incl::dina Contra Costa County as a - named insured under the policy) 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 arising out of ownership, maintenance, or use of the insured premises and all operations necessary to incidentally thereto; or in such minimum amounts or coverage as Lessor may determine from time to time and upon written notice to Lessee." (2) Section 19.D. ("Form of Policies") is amended*by substituting the word "thirty" for the word "ten" in -the last sentence- thereof- - ... .„ F. Section 20 ("BONDS") is amended as follows: (1) Subsection B. is amended by deleting the last sentence therefrom. (2) Subsection C. is amended by adding the following at the end thereof: " or irrevocable deposit payable to Lessor upon its •demand in the canner and place satisfactory to the County Auditor-Con:._olle_." (3) Subsection D. is added as follows: "D. Bonds For Maintenance and Repairs In addition, or. or before August 31, 1998, Lessee, at its oinm cost and expense, shall furnish Lessor an additional surety bond in the sum of Ter. -2- 0� IP60 r Thousand Dollars ($10,000) conditioned on the faithful performance of all terms, conditions, and covenants of this lease as amended, including but not limited to the maintenance and repairs of the improvements on said leased premises, as provided in Section 12 of the Lease, or the removal of said improvements, as provided in the surrender of possession of the leased premises, as provided in Section 25 of the Lease. Said addition- al surety bond shall be in full force and effect for Hangar Buildings tics. 1 through 5, inclusive, until Lessee is relieved of the obligation therefor in writing by Lessor, pursuant to t-he terms and conditions of the Lease, as amended. "A similar but separate surety bond in the same amount of Ten Thousand Dollars ($10,000) shall be furnished to Lessor on or before February 14, 2005, -at no expense to Lessor for Hangar Building No. 6." 3. Effect. Except for the amendments agreed to herein, the Lease of Sep�tem er 1, 1970, as amended, remains in full force and effect. LESSOR LESSEE COUNTY OF CONTRA COSTA, a BUCHANAN AIRPORT HAIiGAR COMPANY, political subdivision of the a general partnership State ofrcaL!fo By: ell- 'Chairman, Board or Suoe }gore G _rat P t tner ATTEST: J.R. OLSSON,• COUNTY CLERK Witness By: /��-a.� Date: 2:yl y 1� J'777 Deputy JVI(Of COCA--VA 62 pwwc AW.:41' APPROVED AS TO MOM: tc.:ra t.tu'"Vit w.c.ust,teat.144 JOnN B. CL.NUSEN, COMTY COLriSEL _._WARREN_N...JiOGGESS.. .._ •� J ' Cit: Z* ... -'. ^w:~:.t• J•1.f A:^.*i PrA%K CN' By; -..sem:: , t .,s:•. !: ... S..is _.... _ e.••lscie, :pareo'►:;�ie _. ... Dsputy n, t..r,:.a •r,: ..t+.w:..:, e.esrsea tC+exLw eggs MXf 1 i P-/T_ c, r.•+- STATE OF CALIFORNIA ) ss. ("Acknowledgment" by Subscribing Witness) COUNTY OF CONTRA COSTA ) (Civil Code Secs. 1195, 1196, 1197) George T nerana personally appeared before me today, and is known to me to be the person whose name is subscribed to this instrument as a witness, and being sworn said: (1) that he/she was present and saw MX C. Robinson Jr. who is/are persona y known to him/her to be the persons described in, and whose name(s) is/are subscribed to, this instrument as party(s), execute and deliver it; and (2) that 'said party(s), acknowledged to him/her that he/she/they executed the same, and requested him/her to sign as a subscribing witness, which he/she did. WITNESS my hand and Official Seal. / Dated: stay 9, 1977 ��G•"a''�-`•. OFRCIAI.SEAL if P. oh on, notary Public ' •y cUFFOr0 P. JOhNSON n an for said County and State NOLSRY Ouauc-CALWORMA 1 aG.JAY M C=A,�exp4a AM Ik M81. 008'70 a.e.veeee a oe.e,.nroa�..+�� I �y 'QIV f a-PwP aa� Ps&v,P7> . . .3 . : . .. 1 . _ :I:.:. . :.-' ..:: ':.: -I. r------- _ rrMr_� - .. r s R.+-.v"wv-C.. N6 - - r /v .:h,: s c: o- tt.t :tss : • :sz .� s as ,v+P s I '` �. .. 1 t Ibbs-�xr�tilaa! erer ttr17 :1.;: :r' eA re•�a�rtt• O 41. Airero/t, I . I :'� • . : . w. ... . . YJeiA ': . { , - , w. '.... al 4 .. ':' - - 'JWNGAR.'BU/LO/NG.:f/T� 'IYLt 6 a I -wr_eirs �js �: rS �+:so;'.::.. A. �ti;�1 .. v PW- _ 1 . ��' _ ,j .t I yy... I / _ _ _ :1 Z. f -'Ir�-.b5J - -- .,..' If 1 .\ 'I/B'n 1 . • s'�• �• �' y, 6 1- r` a..� � Non=e+e�rrsit v '� occas O O I .. :�.� . l,a y. s ...sy... t ,. :: .. r l s 'd _ n �.:'..:.::: a. : ' _ I �, ! '.. • a '' 'WANGAR:'BU/LDING.,SITE'-AM 5: :'1 1. p °: :i'' :'�:.:I.. i u N' D 1 . I y;1.:.::� ew ll„ •: '1: I � 1. ,23� 'wta:.>D. :1• . lel. - .- W .. :k• q::. a I`a:'rt:'' +� ..' I .. Har Prc/risire.C..1, ecee�s way: . O' A: . I• . . b. 13• HANGAR BdILD/NG.SITE NQ.4 s :• �1;•.';... M : ' : ' : 1) �•�% ." 4S-A.40- ... N 6J`7i•Ia-w 1. :. 1 i:' .Orj. .M . t v. oq-�ic/a:ire access wavy .. . 1, :.. f_�, . - :! . Oc . r)v�°••l: .. g :I t :1' `.'`' 9 Cr+ Iglu 461 , .W.9NGAt; . . %N '. r Ir :I. I :�,'':. , , :..-, , 1 w C1 ja _ D G /.TE:NQ•:f r . I+�. -. � :�►•::. :1 .I :.�,_ MIO'',� It:... # ;�•' I.. .7�:: .-,: i:...;J I d{ v 1,-`tea ` --- • "I :,'' .: ::``.. ::;y� , .11 .1 ..� :I ''.:' M 1 1 ~/IRDn'P1C _.S' ,r,i. 1 'ja. :,t •-% I n.ar . . .r1: kJok--jeee�s y: . q. ,�;;::h, 1 .,. o - 1.'' 'i. :. 1 ? a� .r,;:...:r :1. ,. :. ..- :.: 4 n 4 I e l,:1•3.. HANGAR. B//IL.. ... . . .. NQ 2t. : F•;,,:.; In the Board of Supervisors of Contra Costa County, State of California Ma-y 17 . 1977 In the Matter of Designation of Interim Local Solid Waste Management Agency. The Board having received a May 9, 1977 letter from Mr. John C. Houlihan, Executive Secretary, Contra Costa County Mayors' Conference, transmitting a copy of a letter sent to the State Solid Waste Management Board designating the Board of Supervisors as the interim local Solid Waste Management Agency for Contra Costa County, and requesting that the Board accept said designation; IT IS BY THE BOARD ORDERED that the aforesaid designation is APPROVED as requested. PASSED by the Board on May 17, 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 data aforesaid. cc: CCC Mayors' Conference 1Nitness my hand and the Seal of the Board of Mr. J. C. Houlihan Supervisors Public Works Director affixed this i rtiday of hsay . 197 Environmental Control County Health Officer J. R. OLSSON, Clerk County Administrator `f f / By /�ff.G;:.i L- �.:G_'•�ui r Deputy Clerk Helen C. Marshall H-2431761Sm po? { In the Board of Supervisors of Contra Costa County, State of California May 17 i9 77 In the Matter of City of Martinez Resolutions 'with respect to Proposed County Detention Facility. The Board having received a May 6, 1977 letter from. Mr. Lawrence J. Kowalski, Martinez City Clerk, transmitting Resolutions Nos. 68-77 and 69-77 adopted by the City Council certifying the adequacy of the Environmental Impact Report required before construction of the proposed County Detention Facility, and ordering the vacation of portions of Green, Pine and Thompson Streets on the basis that the County comply with certain conditions; IT IS BY THE BOARD ORDERED that receipt of the afore- said material is ACKNOWLEDGED. PASSED by the Board on Ilay 17, 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:- City of €MartinezWitness my hand and the Seal of the Board of Mr. L. J. Kowalski Supervisors Public Works Director affixed this , of rhar, Director of Planning - � °a' n 1977 County Sheriff-Coroner County Administrator J. R. OLSSON, Clerk By� t✓ L ;iii _,/�tf1 Deputy Clerk Helen C. Marshall H-24 3176 13m 00873 3 r l � In the Board of Supervisors of Contra Costa County, State of California May 17 , 1977 In the Matter of Proposed Countywide Safety Program for Contra Costa County, Eastbay Chapter National Safety Council. The Board having received a May 9, 1977 letter from Ms. Ruth T. Murphy, President, Board of Directors, East Bay Chapter National Safety Council, Oakland, requesting financial support ($12.50 per 1,000 population) to conduct a countywide safety program during fiscal year 1977-1978, and specifying certain services to be provided; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the County Administrator for consideration in conjunction with compilation of proposed county budget for fiscal year 1977-1978. PASSED by the Board on May 17, 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- Eastbay Chapter :rational Witness my hand and the Seal of the Board of Safety Council Supervisors Ms. R. T. Murphy affixed this 17thday of Mar . 19 77 County Administrator J. R. OLSSON, Clerk By I I Gt 'C �'._cC:�u "f . Deputy Clerk Helen C. Marshall H-24 3!76 ISm 00 874 In the Board of Supervisors of Contra Costa County, State of California wny 17 01 19 ,..ZZ In the Matter of Authorizing the Chairman to sign letters to the U. S. Department of labor re- questing immediate increased funding for CETA Title II and VI IT IS BY THE BOUM ORDERED that its Chairman be authorized to sign letters to the U. S. Department of Labor: , 1. TITLE VI: Requesting an increased allocation of $13,843,415 through September 30, 1978-and requesting $1,844,474 for a six month period, 2. TITLE II: Requesting an increased allocation of $3,084,855 through September 30, 1978 and requesting $1,028,285 for a six month period. Passed by the Board on May 17, 1977 1 hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Original: Civil Service Supervisors cc: Administrator Director of Personnel affixed this27thday of MaY 19 77 PSE Office: Attn: R.Hagstrom HRA: Attn: D.Cravford — J. R. OLSSON, Clerk B.Proctor %tel t i Auditor: Attn: C.Gross ey / ice ` Deputy Clerk Maxine M. Neufeld 008'75 H-341/7615m U. S. DEPARTMENT OF LABOR EMPLOYMENT AND TRAINING ADMINISTRATION REGION IX 400 GOLDEN GATE AVENUE,BOX 34004 SAN FRANCISCO,CALIFORNIA 04102 Date: June 30, 1977 Please Reply TO: IX-TG8-2A Grant No.: 06-5004-60 Modification No.: los RECEIVED M. WAR EH BOGGESS, cHAIPXAN J U L 5 1911 BOARD OF SUPERVISORS COUNTY OF CONTRA'COSTA �. ADHMSTRATION BUMDING oasr NUCIdEZ, CA 94553 DEAR SIR: Enclosed is one copy of the modification to your above identified grant. Should you have any questions regarding this modification, please contact your Federal Representative. Sincerely yours, AME�- F P. RTS.fJR. Associate Regional Administrator for Administration and Management Services Enclosure 1) Original copy of modification Mcrofilm.-d with board ordeN p 00876 t /• ti SOIL tAr.%kT%"':;N•LamM I.•e....r su t.....e.r.�.,Ia... •'a �,(r� £� —�i �O.tw.as/Ow wua nL+. a DRAW WGUATURS SHEET CO•.►.tr•..•.Yt e...a n.r.r.•..a♦...r.��.r aG..r 'snQ affil-r•S,.'•.uS_/ I -U. S. Dept. of Labor/STA "'.ITL Contra Costa County - 450 Golden Gate Avenue Administration•Suilding { San Francisco, California 94102 Martinez, California 94553 -I We stat:z entered i=z 1.1 M- U:ra Sures of A=er.:a.:x-•a- ea;a!Lal.-r. we-:ata; jwz:d= as;.^a.bc:;�•:xr"It.-zed a as:,u:.•r.as: Lva-e Of?^~sa •u oe•i rn�=::.'_:-�rc tra me+a rminty hereinafter tef=rd to as Gaame. -Abe wz:-z a,res tq et rare a G-�ar t-sre Ess-r.oy -_m2 azd:.- , ?.•r,.aa is ac s-.ro wtL't-he scas;.-rs of.1!6-S at.iacicd.s;the e, Cota�tebrssire=an;ower?'aa and sxt` Veno!and speciai a=:a=es as asei.cls ct3 bemm AGRa'Lti^s::t,IOD - 3 GralaTs t in- 1975+ tD floy-e nber �2. �� Tail Gram apeement==z dw mind rorar;fn= ar ;i E.0-l",.•MM: __:t 71as a=im(tftl•eaa.! S Nr..kwp'D Sdote's'.o=•7a76.=Oe thefedsae'.ruicA 5==by s .,4740 de r _ c m E ANO FISCAL AL YEAR . ZO70 Ta 2977 t Tx.-=n 70n 07c. 790,254 tla•wale..e+ � � � - � � .• ate.� � 5,773,035 t T- s:vn . tMAL 16.794.567 1 .730 d. I e7di 1 19 7,2997 • S tuA r:b=z ew:.xs-scd a..mum--t w,.sS- is.:jbX-to ab-a a'.Ery of t ae'-and does not Ce=..U:e a Ir'era!cbsp:=) E T.rs aserir-_Ztic- w•W T=d in - a ino=.8,=s:•-- to the V=a;.eeaert.as.'1rs ❑ a rswtaatwe C:.-e—. to•--c=p=eM:xwC •:a:.r--.+. r. ?'aa. •r...e Y.�.e•. ..., ....r.n. •. � .-.Duca .o. •.•e a ••t[: • rr. ! r •' '(See AttBched Wire) • MTLC rr TITLE IGI.n, n O., c.u,urt: DAN#. - - tsw=ass aY•..sf ts! 877 M aofitm`d with Eioart7 or•eP jarnes The Board of Supervisors Cwtra County-erkao" County Clerk and Ex Officio Clerk of the Board County Administration Building Costa Mrs.Geraldine Russell P.O.Box 911 Chief Clerk Martinez,California 94553 County (415)372.2371 James P.Kenny-Richmond 1st District Nancy C.Fanden-Martinez 2nd District Robert L Schroder-Lafayette 3rd District Warren N.Boggess-Concord 4th District Eric K Hasseltine-Pittsburg 5th District - - May 17, 1977 Mr. Arthur Douglas, Grant Officer U. S. Department of Labor Employment and Training Administration 450 Golden Gate Avenue, Box 36084 San Francisco, California 94102 Dear Mr. Douglas: This is in response to your telegram of 5/16/77. Contra Costa County requests an allocation of $3,084,855 for Title II operations through September 30, 1978. So that the program can be implemented immediately, we request an increased Federal obligation of $1,028,285 for the six-month period of 5/13/77 through 11/12/77 for our Title II Grant Number 06-7004-21. The additional Federal funds shall be used and the program implemented with these funds shall be operated in accordance with the following special provisions: 1. All operations undertaken between 5/13/77 and the date that the formal modification is executed will be in accordance with the Comprehensive Employment and Training Act (CETA) and the rules and regulations published pursuant to that Act. 2. By no later than two weeks following receipt of your (5/16/77) telegram we shall provide your office three (3) copies of a hiring schedule for the six- month period 6/1/77 through 11/30/77. 3. By no later than 90 days following receipt of your (5/16/77) telegram we will provide a full-funding modification to our Title II grant incorporating all funds allocated by your telegram. The full-funding modification will extend our Title II Grant Number 06-7004-21 through September 30, 1978. This modification will be developed in accordance with CE-k regulations published June 25, 1976. interyours, ` ,/• y �i Warren N. Boggess, Cheirman Board of Supervisors BH:rh Microfilmed with boord order 00878 OWN Ayr MINI ('�!'� James R.Olsson The Board of Supervisors ((�'���yrn�tra Oft County r�oftheBoard County Administration Building Cosa Mrs.Geraldine Russell P.O.Box 911 ^_u� 1415) 12-2 lerk Martinez,California 94553 w t4�s)3�2-237t James P.Kenny-Richmond 1st District Nancy C.Fanden-Martinez 2nd District Robed l Schroder-Lafayette 3rd District Warren N.Boggess•Concord 4th District Erie N.Hasseld"-Pittsburg May 17, 1977 5th District - Mr. Arthur Douglas, Grant Officer U. S. Department of Labor Employment and Training Administration 450 Golden Gate Avenue, Box 36084 San Francisco, California 94102 Dear Mr. Douglas: This is in response to your telegram of 5/16/77. Contra Costa County requests an allocation of $13,843,415 for Title VI operations through September 30, 1978. So that the program can be implemented immediately, we request an increased Federal obligation of $1,844,474 for the six-month period of 5/13/77 through 11/12/77 for our Title VI Grant dumber 06-5004-60. The additional Federal funds shall be used and the program implemented With these funds shall be operated in accordance with the following special- provisions: 1. All operations undertaken between May 13, 1977 and the date that the formal modification is executed will be in accordance with the Comprehensive Employment and Training Act (CETA) and the rules and regulations published pursuant to that Act. 2. Two copies of each completed project data stmmmary fora shall be submitted to your office at the time each project is approved and funded. This includes all projects approved and funded subsequent to the unilateral authorization to begin operations and prior to the execution of the 18-month modification. 3. By no later than two weeks following receipt of your telegram, we shall provide your office three (3) copies of a hiring schedule for the six-month period 6/1/77 through 11/30/77. 4. By no later than 90 days following the receipt of your telegram (5/16/77) we will provide a full-funding modification to our Title VI grant Incorporating all funds allocated by your telegram. The full-funding modification will extend our Title VI Grant Number 06-5004-60 through September 30, 1978. This modification will be developed in accordance with CETA regulations publishe rc 15, 1977. nc re ely urs, /� Warren N. Boggess, Chais�n/ Board of Supervisors RH:rh Microfilmed with board order 00879 TELEGRAM COST CENTER - TITLE II - 582 ARTHUR DOUGLAS, GRANT OFFICER U. S. DEPARTMENT OF LABOR EMPLOYNENT AND TRAINING ADMINISTRATIO`I 450 GOLDEN GATE AVENUE, BOX 36084 SAN FRANCISCO, CALIFORNIA 94102 THIS IS IN RESPONSE TO YOUR TELEGRAM 5/16/77. CONTRA COSTA COUNTY REQUESTS AN ALLOCATION OF $3,084,855 FOR TITLE II OPERATIONS THROUGH SEPTFAGER 30, 1978. SO THAT THE PROGRAM CAN BE IMPL?IENTED IM12DIATELY WE REQUEST AN INCREASED FEDERAL OBLIGATION OF $1,028,285 FOR THE SIX-MONTH PERIOD OF 5/13/77 to 11/12/77 FOR OUR TITLE II GRANT NUMBER 06-7004-21. THE ADDITIONAL. FEDERAL FUNDS SHALL BE USED AND THE PROGRAM IMPLEMENTED WITH THESE FUNDS SHALL BE OPERATED IN ACCORDANCE WITH THE FOLLOWING SPECIAL PROVISIONS: 1. ALL OPERATIONS UNDERTAIMN BETWEEN KAY 13, 1977 AND THE DATE THAT THE FORMAL MUDIFICATION IS EXECUTED WILL BE IN ACCORDt:ICE WITH THE COMPREHENSIVE EMPLOYMENT AND TRAINING ACT (CETA) AND THE RULES AND R GULATIONS PUBLISHED PURSUANT TO THAT ACT. 2. BY NO LATER THAN Two WEEIS FOLLOWING RECEIPT OF YOUR TELEGRAM (5/18/77) N$ SHALL PROVIDE YOUR OFFICE THESE (3) COPIES OF A HIRING SCHEDULE FOR THE SIX-MONTH PERIOD, 6/1/77 THROUGH 11/30/77. 3. THIS TELEGRAM UILL IMMEDIATELY BE CONFIRMED BY A LETTER SIGNED BY CHAIRMAN OF THE BOARD OF Sj7ZRVISORS WHO IS AUTHORIZED TO SIGN ON BEHALF OF THIS PRIM SPONSOR (GRANTEE). 4. BY NO LATER MAN 90 DAYS FOLLOWING RECEIPT OF YOUR TELEGRAM (MAY 16, 1977) A FULL-FUNDING MOLIFICATION TO OUR TITLE. II GRANT INCORPORATING ALL FUNDS ALLOCATED BY YOUR TEL.EGRAh. THE FULL-FUNDING MODIFICATION WILL EXTEND OUR TITLE II GRANT NUMBER 06-7004-21 THROUGH SEPTEMBER 30, 1978. THIS MCDIFICATIGN WILL BE DEVELOPED IN ACCORDANCE WITH CETA REGULATICNS PUBLISHED JUNE 25, 1976. WARREN N. BOGCESS, CHAIRN_SN COUNTY OF CONTRA COSTA BOARD OF SUPERVISORS tai Microfilmed with E00id order RH:r 5/17/77 TELEGRAM COST CENTER - TITLE VI - 581 ARTHUR DOUGLAS, GRANT OFFICER j U. S. DEPARTMENT OF LABOR EHPLOYBENT .AND TRAINING ADMINISTRATION 450 Golden Gate Avenue, BOX 36084 SAN FRANCISCO, CALIFORNIA 94102 THIS IS IN RESPO:XSE TO YOUR TELEGRAH 5/16/77. CMXTRA COSTA COUNTY REQUESTS AN ALLOC.yTION OF $13,843,415 FOR TITLE VI OPERATIONS THROUGH SEPTEMBER 30, 1978. SO THAT THE PROGRAM CAN BE IMPLEMENTED IMMEDIATELY, WE REQUEST AN INCREASED FEDERAL OBLIGATION OF $1,844,474 FOR THE SIX-MONTH PERIOD OF 5/13/77 TO 11/12/77 FOR OUR TITLE VI GRANT NUMBER 06-5004-60. THE ADDITIONAL FEDERAL. FUNDS SHALL BE USED AND THE PROGRAM IMPLEMENTED WITH THESE FUNDS SHALL BE OPERATED IN ACCORDANCE WITH THE FOLL011lING SPECIAL PROVISIONSs 1. ALL OPERATIONS UNDERTAKEN BETWEEN MAY 13, 1977 AND TIM DATE THAT THE FORMAL MODIFICATION IS EXECUTED WILL BE IN ACCORDANCE WITH THE COMPREHENSIVE EMPLOYMENT AND TRAINING ACT (CETA) AND THE RULES AND REGULATIONS PUBLISHED PURSUANT TO THAT ACT. 2. TWO COPIES OF EACH COMPLETED PROJECT DATA SUMMARY FORM SHALL BE SUBMITTED TO YOUR OFFICE AT THE TIME EACH PROJECT IS APPROVED SAND FUNDED. THIS INCLUDES ALL PROJECTS APPROVED AND FUNDED SUBSEQUENT TO THE UNILATERAL AUTHORIZATION TO BEGIN OPERATIONS AND PRIM TO THE EXECUTION OF THE 18-MONTH MODIFICATION. 3. BY NO LATER THAN TWO WE£13 FOLLWING RECEIPT OF YOUR TELEGRAM, LIE SHALL PROVIDE YOUR OFFICE THREE (3) COPIES OF A HIRING SCHEDUZLE FOR THE 6-MONTH PERIOD, 6/1/77 THROUGH 11/30/77. 4. THIS TELEGRAM WILL IM!' I ATELY BE CONFIRMED BY A LETTER SIGNED BY THE CHAIRMAN OF THE BOARD OF SUPERVISORS WHO IS AUTHORIZED TO SIGN ON BEHALF OF THIS PRIME SPONSOR (GRANTEE). 5. BY NO LATER THAN 90 DAYS FOLLOWING RECEIPT OF YOUR TELEGRAM 5/16/77, WE WILL PROVIDE A FULL-FUNDING MODIFICATION TO OUR TITLE VI GRANT INCORPORATING ALL FUNDS ALLOCATED BY YOUR TELEGRAM. THE FULL-FUNDING KODIFICATION WILL EXTEND OUR TITLE VI GRANT NUMER 06-5004-60 TiiRLUGH 3EFTEUER 30, 1978. THIS MODIFICATION WILL BE DEVELOPED IN .ACCORDANCE WITH CETA REGULATIONS PUBLISHED MARCH 15, 1977. Microfilmed with Board order WARREN ,1. BOGGEss, CHAIRMA.K COUNTY OF CONTRA COSTA C C.: ,erst •G e �1 *�+-,� BOUD OF SUPERVISORS i3J 3 FII,' i WU MARTINEZ l 4 H 1117A MAY 14', J. a.assort CLM WAW OF SUPERVISORS _ orifi CO. CA G A , , I OLB022(130--)(1-01572111136)?D 05/16/77 1254 E TLX USDL Sr0 - f °' ZCZC 7411 DLY SAN rRAN CA 5-16-77wk ` f m FMS WARREN EOCGESS f 3 CO.JNTY Or CONT'A COSTA r BOARD Or SUPERVISORS 65: PINE STREET ROOM R ^aRTINEZ CA SJ?J: IMPLE21-1ENTATION 0r THE TITLE II ECONOMIC STIMULUS. PROGRAM— j 1Hr CONGRESS HAS MADE rUNDS AVAILABLE FOR THE PRESIDENT'S ?'CNOMIC STIMULUS PROGRAM. THIS TELEGRAM AUTHORIZES AS ALLOCATION Or S31CS4,855 rCR TITLE II OPERATIONS TiiTcGUcH- SPTEMB-zR 30, 1973. SO THAT THE FFOGRA2. CAN BE IMPLEMENTED AND HIRING CAN BECIN IMMEDIATELY, THIS TELEGRAM ALSO .AUTHORIZES INCREASED rEDEFAL CELIGATIONS .Or 5120227235. FOR THE st— 6-MONTH PERIOD Or 5/13/77 TO 11/12/773 ='CR YOUR TITLE .II c E m GRANT a06-7004-21. YOUR LETTER 07 CREDIT U I LL BE A tiIENDED ro, 3 Tn. 6-FONTii OBLIGATION. THE ADDITIOtiaL FEDERAL ;UNDS SHALL BE !BED AND THE PROGRAM IMPLE`:ENTED VITH THESE rUNDS SHALL BE CP---RATED IN ACCORDANCE KITH THE rOLLOkI.XG SPECIAL PROVISIONS. ; 1. ALL OPERATIONS UNDERTAKEN EY THE GRANTEE BEreT-Fid MAY 13) 1977 AND THE DATE THAT THE rGR-AL MODIrICATION IS EXECUTED MUST S= IN ;CCOFDANCE WITH THE COMPREHENSIVE EMPLOYMENT AND TRAINING ACT IM (.ETA) AND THE RULES AND REGULATIONS PUELISHED PURSUANT TO THAT ACT. 1 2. BY NO LATER THAN 2 WEEKS rOLLGWI%G FECEIRT Or THIS TELEGRAM YOU SHALL PF.OVIDE .TO THIS OFrICE 3 COPES Or A HIRING SCHEDULE rOR THE 6-MONTH PEFIODj 6-1-77 TiMOUGH 11-30-77. THAT SCHEDULE S{OULD BE DEVELOPED IN ACCORDANCE '.•ITH THE rOLLC6:`I\G IrISTFJCTIONS STEP 1. MULTIPLY THE ESTIMATED NUMBER OF CURRENT PARTICIPANTS - i c 0 95:3 E E r III Microfilmed with board order 3 (THOSE NOT "JNDED S ITH STIMULUS r'J::DS) PLAINNE-D TO EF CN-BOARD SEPTEMBER 30, 1S777 FY THE FROCFAM'S AVER XCE ANNUAL FSE COST F---R PAF.TICIPANT. STv'P 2 THIS PRODJ.T SHOULD Er S:JIITF ACTED rFOM THE SUS; GF Tif- �T=L TITLE II ECOtiOM- IC STIMUEUS ALLOCATION (BAS- PLUS DIS- C ETIOVARY) . STE- 3. THE AMOUNT F.ESULTINS rFC, STEP 2 SHOULD TH=V- BE MULTIP-LIED FY THE r,;:TOn 1.33. Tr{IS rACTCr TAKES INTO CC\SI] aTIGt z� T�'iE ANTICIPAT" 9-yGNTH LUILDUP C" NZY P;FTICIPA TS. S FP 4 THE PFCLJ,T Cr STEP 3 SHCJLD THEN EE DIVIDED BY THE n p AVERAGE lc-MONTA PSE '-CST PER FAF.TICIPA\T. 00882 :H AMOUNT F.ZSJLTINC rFOX STET 4 TILL E= THE TOTAL NUM;z r 0r PrnTI--IPANTS Tii±T :A\ c_ BRCUCHT ON BOARD DURING THE •:=YT 9 �•^� -Hc w - tONTHLY HIRING COALS ARE ;FF.IVEr AT BY DIVI?IR'G THIS i3UM-'-Z, B S. THIS TELEC' . . SHOULD IMMEDIATELY EE rOLLQ'.%ZD BY a YIFE TG -. GRANT CrrIl. F.FOUESTI'�C r=OFFAL rUNDS AND ACz=-INC TO THE T=F . „ =.ND CONDITIONS Cr THIS WIFE. YOU FREVICJSLY INrOF.i-ED PF-F. '+y F_ Or THIS Fr0UIFE'!F\T ON GF. AEOUT :/12/77. 4. FY NO LATER. THAN SO JAYS rOLLGt'ING RECEIPT Or THIS TELEGFAX YOU SHALL PROVIDE TO THIS CrrICE A MODIrICATIGN TO YG'JF. TITLE II GRANT Im- RFOR.4TIl'C ALL rUl:1S SLLCCATED TO YOU EY T'r.IS TELECRAM. THIS MCJirICATICN WILL EXT=.ND YOUR TITLE II GRANT :0MEE:R C6-7CC1.-21 T i-3:0:1G F SEFTEME ER 1 1578. THIS :':C nj rI CnTI G:{ SHALL FE DEVELOPED IN ACCCEDANC- 4'ITH CETA TITLE II r.iC1L.=.T- c ICNS PUBLISHED JUNE 253 1576. THIS Cr"IC: SHALL :FCVT DZ Y CU% o -TA CrrICE WITH OTHER APPFCFRIATE INSTRUCTIONS FEFiTAININC E E o` 0 m 3 TO THIS `!ODIrICATION WITHIN THEE NEXT 2 WEEKS. in ARTiUF DC'JCLAS CE 4. 2T GrrI CEF AN rFANCISCO -ALIrCRNIA TLX NO 340EE7 eE . �� 10 fAFTINEZ 7304 OL8103(1356) C2-0031a9!:135)PD 05/15/77 134 = TA,X Sr USDOL a 70767 DLY SAN rF Ant CA 5-15-77 MAY G 11977 F`;S WARREN BOGGESS 11 ✓ e COUNTY OT CONTkA COSTAcreat BOARD L �O suoF° �kv�wRs at BOARD Or SUFfiF VI SC&S RA COSTA 651 PINE ST RM E 3 YAP T I NEZ CA 94533 • SJAJ: IMPLEMENTATION Or THE TITLE VI ECONOMIC STIMULUS PROGRAM THE CONGRESS HAS MADE rdNDS AVAILABLE rOF• THE' PRESIDENT'S ECONCKIC'' bm STI`iULUS PROGRAM. THIS TELEGRAM AUTHORIZES AN ALLOCATIQ` C=' S13,9433415 .rOF TITLE VI OPERATIONS T50UGH SEPTEMBEP. 30, 1975. SO THAT THE'PPOGRAI'; CAN BE I:;FLEMENT£D AND HIRING CAN BEGIN IMMEDIATELY1, THIS TELEGRAM ALSC AUTAOFIZES INCREASED rEDEkAL c CBLIGATIONS Or S1 844 474 rOR THE 6-YO1iTH PERIOD Or 5/13/77 TO 11/12/77 rOR YOU TIRE VI GRANT X06-5004-60. YOUR LETTER OF E CREDIT I?f LL BE AMENDED ='OR THE 6-,MONTH OBLIGATION. THE ADDITIONAL TEDERAL rUNDS SHALL �E USED AND THE PROGRAM IMPLEMENTED WITH THESE m cJ1'DS SHALL BE OPERATED IN ACCORDANCE WITH THE FOLL0WING SPECIAL a FF.OVISIONS: ® 1. ALL OPERATIONS UNDERTAKEN BY THE GRANTEE BETWEEN MAY. 13 AND E THE DATE THAT THE r0RMkL MCDIrICATION IS EXECUTED MUST BE IN E ACCORDANCE WITH THE COMPREHENSIVE EMPLOYMENT & ISAINING ACT CCETA) AND THE RULES AND PECULATIONS PUBLISHED PURSUANT TO THAT ACT. IM 2. TWO COPIES Or EACH'COMPLETED PROJECT DATA SUMMARY FORM SHALL BE SUBMITTED TO THIS CrrICE AT THE TINE EACH Pr".OJECT IS APPROVED AND FUNDED. THIS INCLUDES ALL PP•OJECTS APPROVED AND FUNDED as c a SUBSEQUENT TO THE UNILATERAL AUTHORIZATION TO iSEGIN OPERATIONS = AND PRIOR TO THE EXECUTION,' OF THE 18-MONTH MODIFICATION. `0 3. BY NO LATER THAN TWO WEEKS rOLLOWINC RECEIPT Or THIS TELEGRAM, a YOU SHALL PROVIDE TO THIS OFFICE THREE COPIES Or A HIRING 3 SCHEDULE rOF. THE 6-MONTH PERIOD, 6-1-77 THROUGH 11-30-77. THAT SCHEDULE SHOULD EE DEVELOPED IN ACCORDANCE WITH THE 7OLLOG'ING i IMSTRUCTIONS: A. FINANCIAL AND PARTICIPANT LEVEL PLAN1NiING GUIDE ; TITLE VI STIMULUS FUNDS CAN BE USED rOF• SUSTAIMMENT PURPOSES to AS NECESSARY DUP•INC rY 77 AND DUPING rY 73. TO DETERMINE THE AMOUNT Or TITLE VI STIMULUS rUNDS TO BE USED FOR f SUSTAiNMENT PURPOSES IN rY 77 (Ir ANY), AND THE AMOUNT OF I rUNDS AVAILAFLE rOR PROJECTS THE =0LLOWINC STEPS SHOULD BE TAKEN: r _ Microfilmed with Board order a (1) 7STIMATZ Tri: TOTAL U.`XPENDED rUNDS AVAILA=LE rCF• rY = 77 TI TL=S I! AND V+ :LUS 6-SCINTH TITLE Vi STIMULUS v N04 AS Or THE DAT. C� THE M:ODIrIC4TICN:. -- N (DO NOT INCL'12- _ TITLE II STIAULUS rUNDS.) 3 CA) TI i'L= II S C=) TI fLE Vi a (2) DETZ-RMI\: T-7 SISTAINMENT LEVEL BY CG =AFI%'C. THE 6/30/76 GLCA'r.TJ LEVELS IN TITLES II AND VI 1tIT:i THE 10/31/75 ONI-LIGARD L7V-7LSj AND SELECT THE AIr_.HEF 0=' ��C83 TAE TV . C C3) rnO`: THE TO AAL SUSTAI`IXENT LEVEL, SUBIP•ACT TiE NUMP-2-F Or PARTICIPANTS THAT 'SILL FE CAFFIED IN TITLE II USING THE AVAILAF rUNDS iv (1)CA) ABCV/E. I<AL4\CE•0� SUSTAINMENT LEVEL EOIALS \J:'.FeF Or PARTICIPANTS o. c c IN TITLE VI. ((2). - (3)) • ' (4) DETERMINE %4ii-MC\T:{ (PSE) COST FOR TITLE VI PARTICIPANTS N TO FE SUSTAINED AND MULTIPLY THIS COST BY THE TOTAL PAR TI CI PAN AND BY THE NU'liBr�it OF :;01ITHS RE.".AItiI:%G 3 BEItdEEN JUNE 11 1977 AND SEPTEMB3-L 30, 1977. MAN-MONTH COST S X TOTAL PARTICIPANTS TO BE . SUSTAINED X NUMBER Or MONTHS REMAINING / AMOUNT NEEDED TO SUSTAIN TITLE VI PARTICIPANTS rOR 'FY 7 S (5) SUBTRACT THE AM;1INT N=EDEO r06 SUSTAIN`IENT AS DETE-FMINED IST ITEM (4) ABOVE 7ROt9 ITEM Cl) (B) TO ARRIVE AT THE AMOUNT C= FUND$ THAT ARE AVAILABLE FOR PROJECTS. W B. DETERM.Ir£ TOTAL NUMBER OF- NR: PARTICIPANTS. IN PROJECTS. IN FY :47) E 77. STEPS (1)-(5) ABOVE ARE TO .BE .USED ONLY k'r'EF.E STIMULUS TITLE VI rUtiTS ARE USED rCF. SUSTAI::::ENT P POS=S IN rY 77. Ir THAT CCr"JRSI THE AMOUNT IN (5) SHALL BE THE AMOUNT USED 3 TO DETE&'sINE H&I MilN'Y NETS PARTICIPANTS CAN EE _ROUGHT GY- BOARD IN PROJECTS. Ir NO STIMULUS AMOUNT SHOULD BE USED TO DETERMINE THE NUMBEF OF NEW PAF TICIFA\TS IN PF.OJECTS. WHICHEVER CASE APPLIES, THE rOLLCRINC PROCEDURES SHOULD EE USED. M=ULTIPLY THE F.EMAININC ALLOCATION (OF .TOTAL Ir NO AMOUNT WAS DEEDED rOR•SUSTAINKENT) BY 3.2. THIS WILL GIVE YOU AN CD ANNUALIZED AMOUNT. - DIVIDE YOUR ANNUALIZED COST PER TITLE VI PSE POSITION Qi I14TO THE ANNUALIZED AMOUNT COMPUTED ABOVE. THIS SyILL GIVE YOU A TARGET NUMMEER Or NEk PARTICIPANTS TO BE BROUGHT. CN- o c E BOARD BY THE END Cr THE 6-!MONTH PERIOD. E TwTERTY-rI VE PERCENT SHOULD BE ENROLLED EACH MONTH 'FGPs .THE Wk FIRST THREEMONTHS Or THE PFOCRAl:. ' 3 4. THIS TELEGRAM SHOULD Ii"MEDIATELY BE rOLLOWED BY A WIRE TO GRANT OrrlCas RErUESTIIG 'FEDERAL FUNDS AND AG-- TO THE TEF'FS AND CONDITIONS Or THIS WTIRE. YOU WERE PREVIOUSLY INFGF.YrD PER t.IR= OF THIS REQUIREMENT ON 'CF. ABOUT 5/12/77. FY NO LATER THAN 90 DAYS rOLLCW.ING RECEIPT OF THIS TELEGRAM, 0 YOU SHALL PROVIDE TO THIS OrrICE A MODIrICATION TO YOUR TITLE VI CFANT INCORPOFATING ALL-FUNDS ALLOCATED TO YOU BY THIS TELEGRAM. THIS MODIFICATION WILL EXTEND YOUR TITLE Vi GRANT NUMBERC6-50,14-60 TiMOUGH SEPTE;:?EF. 309 1579. THIS MODI'FICATION SHALL BE DEVELCFED ® IN ACCOF.DANCE WITH 'CA-TA TITLE VI REGULATIONS PUDLISHED MARCH 15, 1577. THIS OFrICE SHALL PROVIDE YOUR CETA OrrICE StiITH OTHERS c �c - E APPROPRIATE INS7-RUCTIONS PERTAINING TO THIS MODIrICATION WITHIN N TeiE NEXT 2 WEEKS. C. .. 3 ARTHUR DCUGLAS (IX TGE-30 GRANT OFFICER ETA SAN rP.ANCISCO CALIr TWX N0. 910374-7675 NN NN Ira . co !?d0 o t V" y.AhTI.=_z 00�8� BI u RRC OK 3 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Releasing Deposit for Subdivision 4664, ) May 17, 1977 Danville Area. ) On April 6, 1976 this Board RESOLVED that the improvements in the above-named Subdivision were completed for the purpose of establishing a beginning date for filing liens in case of action under the Subdivision Agreement; and now on the recommendation of the Public Works Director: The Board finds that the improvements have satisfactorily met the guaranteed performance standards for one year after completion and acceptance; and Pursuant to Ordinance Code Section 94-4.406 and the Subdivision Agreement, it is by the Board ORDERED that the Public Works Director is authorized to refund to Crocker Homes Inc the $500.00 cash deposit as surety under the Subdivision Agreement as evidenced by the Deposit Permit Detail Number 126421 dated Hay 30, 1975. PASSED by the Board on May 17, 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 12.t^ day of _ 1-fay 1917 Originating Department: J.R. OLSSON, CLERK Public Works Land Development Division By Deputy Clerk cc: Public Works Director-LD Jean L. Miller Crocker Homes Inc P:O. Box 2516 Dublin, Calif 94566 00885 1 In the Board of Supervisors of Contra Costa County, State of Califomia May 17 . 19 77 In the Matter of Maintenance of Veterans' Building in Antioch. The Board having received a May 3, 1977 letter from Mayor Verne L. Roberts, City of Antioch, transmitting a resolution adopted by the City Council requesting that the County owned Veterans' Building located at 405 West Sixth Street, Antioch, be cleaned up and maintained in a more present— able manner; I1 IS BY THE BOARD ORDERED that said request is P—PPERRED to the Public Works Director. PASSED by the Board on flay 17, 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• Mayor Verne L. Roberts Witness my hand and the Seat of the Board of Public Works Director Supervisors Countv Administrator affixed this 17t1'day of May 79 77 / J. R. OLSSON, Clerk Deputy Clerk lamle L. jonnson 0088.5 H-34 3176 15m oil In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of Expansion of Public Service Employment Under the Comprehensive Employment and Training Act. The Board having received an April 28, 1977 letter from Mr. Ernest G. Green, Assistant Secretary for Employment and Training, U. S. Department of Labor, advising that public service employment under the Comprehensive Employment and Training Act will be expanded, and offering resources of the Employment and Training Administration to assist in implementation of employment expansion; IT IS BY THE BOARD ORDERED that the aforesaid infor- mation is REFERRED to the Director, Human Resources Agency. PASSED by the Board on May 17, 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 cc: Director, Human Resources Supervisors Agency Director of Person-vie! affixed this27th day of Hay 19 77 County Administrator J. R. OLSSON, Clerk By Cr/Gl7lLG'�iY.c.f/U/LQG�_ Deputy Clerk Jamie L. Johnson 00887 H-24 3176 15m { In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of Request from Valley Community Services District for Federal Revenue Sharing Funds. The Board on May 6, 1977 having received a letter from Mr. L. C. Ladner, President, Board of Directors, Valley Community Services District, requesting a $100,000 allocation of Federal Revenue Sharing funds for completion of Athan Downs, a community park; IT IS BY THE BOARD ORDERED that the aforesaid request be held for consideration during public hearings on the use of Revenue Sharing Funds during review of the county budget for fiscal year 1977-1978. PASSED by the Board on May 17, 1977. I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Valley Com. Serv.-Dist. Witness my hand and the Seal of the Board of Mr. L. C. Ladner supervisors Public Works Director affixed this 17thday of_ Mav 197j— Director of Planning County Administrator J. R. OLSSON, Clerk By f '�71LL�s:�,�_r . Deputy Cleric B //,l::� Helen C. Marshall 00888 H-24 3/76 15m In the Board of Supervisors of Contra Costa County, State of California May 17, , 19 77 In the Matter of In the natter of Report on Operations and Organization of Buchanan Field Airport The Board on May 10, 1977 having fixed this date for consideration of a report from the County Administrator citing alternative organizational arrangements applicable to the County Airport, Buchanan Field, containing the recommendation that the airport remain as an organizational component of the Public Works Department; and Chairman W. N. Boggess having suggested that the present organizational arrangment be maintained with the understanding that the position of Airport Manager be upgraded to a deputy public works director for airports; and Board members having commented on, and questioned, various aspects of the matter; and The Public Works Di ector and County Administrator having responded and having advised that the proposed official title and salary allocation would be subject to further Board action; IT IS BY THE BOARD ORDERED that the airport REMAIN an organi- zational component of the Public Works Department (Option 475 in aforesaid report) with the position of Airport Manager to serve as a deputy public works director for airports. Passed by the Board onMay 17, 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. Witness my hand and the Seal of the Board of Orig: Administrator Supervisors affixed thisl7 thday ofyny 19 ?.1.. cc: Public [,Yorks Director Director of Personnel County Counsel ✓, ' �/, J. R. OLSSOU, Clerk By ��/r:•�- li'Y��ir..�� . Deputy Clerk HIaxd ne ?1. Nett eld' 00889 H-24 3/76 ISm In the Board of Supervisors of : Contra Costa County, State of California- ;. S. Ek OFFICIO THE"GOV SRITING BOILRD.OF THF. P. C;�PiT1-CAF[IZUIiibZ r^IR PROI`JUIO2+ DISTRICT OF: CONTRA.COSTA COUNTY rlwr::.Z7 :.'.19.::'77 77 In the Hotter of c+f >� ceo,.a:.ce flf Resignation a.. T _ Z .. .. - �niss�one_ Crockett ..arquine Co ,. w 1+ w } t. - ., ior_ D i s4r1� e t re r�t ire 3' ". _ Su:ervisor. iY. .C. Fanden.having.: advised::.1.lie Board :tliat ?fir.. Elton L. Turner, .0o�issioner of :the. Crockett-Carquinez: Fire.. Protection District of .Contra: Cos.ta::County,.,.baa. submitted:...a.letter of: re stgsiztion:.as:.Cb=issioner. of: said.:;Bistric.t:::effective: unc; ,.' IT iS BY;.TIig:BOAR9 ORDM�D .that.:.she re atioi 'of. . Mr: B1tgnL. Turner as.'Co�jm- issioner of the Distriet'.:IS'.:H:"RM:..: .' ACCBPT�D,.effective .June..1, .1977 PAM ,bg;;the Board on.May-..17 i ;-1977..: .. ..: .....:..:... '...:..... .. ....::..... •'f�i .. ...:._...:.... ... ..,,... .. ,......,_. ,......•^... S.,,. .... .;tit;°°:,+; .- .. .. ....... .... .. ..... Z. .......... ... ....,.. Cite: .... ... :. ............r,,...0 _. >... _.,��f. .v L.c....r..z ..{'>. I�..!E-• ri}:. �`�.f:-. �S:r �i.3�^�. ,'�ti i`��:'_�. ..,...� -.....,r..�...:..<. �q:.4:,...1 ..•.wA:,'....5.,, t.:,S•}:., F,-. .rv:?.;r-..x11:�x.. �:1•.. r.''S':�;:::."(•:'f.�p _ r.,r .. .:....::........ ......:_....... r. „ , ...•.:...,;....> :. .Z..,. <....+''•rrs'•r'S' '.(.. :w,+^�,- �..1'. F,:e''«:$''+� *:Zyx:. - �.. :. ....... .,s..:..�� �eE�.�+w. �::r_`.+nc: •.,a i.Ai. .... .. ".:r,.... ...... ..rr: ......, -........ ... :.. .'nsy ., .s.. •.. . .. : n....< .era..y-...e.. .i... 4.. ... .............,...n .n, ..max""'*'*• P .;.,;__ ... •.'.v.-•.�.y: rn ' .r;;fir , .. .. ,.H :y ..., � ..... +....A.I�..3e+....,. .w.x. ., .....� ....... �'3 r:r vs.•,_< s^:E': - .. .. .::�..... ............. ... ..............._.,....,...,3Ar .. .. i. ......,...>. ..... .. ....Y .... , ..r:.::;•.yin.:; .;....... , .. ..a ...a .... .. , .+..K ........ v .. .. .. 1 herebycern :, 'fy.:,.tho:,.the,foregoing..is:o true and correct copy of an er:entered.or the eiumtes:of said Board of.Supervisors:on.the.date'aforesaid. cc gra r:att-v'a^a_uir e3 �z~'s WAtnem my hard and the Seat of the Board of Protec-i':+1 �i3.r1C Supervisors Cmant,- Aud io_-v::m4xolloralr,ued this; -� day of_ _a-- 19 77 J-101.1-.1ty Admin strat or nfor avian a:iicer ISSON Clerk _ c Deputy Clerk iliie'., ' 8 00 90 -24 4riz '. : ... ... :.....:,:.. a t In the Board of Supervisors of Contra Costa County, State of California May 17 , 1977 In the Matter of Designating J. Michael Walford, Chief Deputy Public Works Director, as Coordinator of County Energy and Water Conservation Efforts The County Administrator having submitted a. report dated May 12, 1977 this day advising that the County and other agencies are becoming increasingly involved in energy problems and conser- vation, as well as water conservation; and that this situation reflects potential deficiency of supply and cost problems in the areas of electrical power, natural gas, .and gasoline, and proposed new solutions, for example, use of solar energy; and The County Administrator having concluded that the County is going to have .to mobilize its energy conservation.efforts and that for this purpose designation of a person relatively high in the organization is desirable to assure coordination and policy direction on behalf of the County; and The County Administrator, with the concurrence of the Public Works Director, having recommended that Mike Walford, Chief Deputy Public Works Director, be designated as Coordinator for the reasons heretofore stated; IT IS BY THE BOARD ORDERED that receipt of the aforesaid report of the County. Administrator is ACKNOWLEDGED, and J. Michael Walford, Chief Deputy Public Works Director, DESIGNATED as Coordinator of County energy and water conservation efforts. Passed by the Board on May 179 1977. 1 hereby certify that the forgoing'h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of cc: Public Works Director supewhors County Counsel affixed W617th day of KaY . 19 77 Emergency Services Agricultural Commissioner Cooperative Ext. Service J. R. OLSSON, Clerk Human Resources Director gy ter--;7, .-//".l, Deputy Clerk Director of Personnel max me N. :veuzeld' H-24 3/76 Ifm 030-91 County Administrator Contra Board of Supervisors James A.Kenny County Administration Bui!ding tst Dsvnc. Martinez.California 94553Costa (415)372-438D Nancyncy C.Fandsn County 2nd District Arthur G.Will OU� Robert 1.Schroder County Administrator 3rd District Wwren E.Boggess 4th DistrKL Eric H.Hasselline �r- St"District May 12, 1977 Board of Supervisors Administration Building, Room 103 Martinez, CA 94553 Dear Board Members: RE: Energy Problems As your Board is well aware, the County and other agencies are becoming increasingly involved in energy problems and _ conservation, as well as water conservation. This situation reflects potential deficiency of supply and cost problems in the areas of electrical power-, natural gas, and gasoline, and proposed new solutions, for exa=;'_e, use of solar energy. After some consideration, I have concluded that the County is going to have to mobilize its energy conservation efforts and that for this purpose designation of a person relatively high in the organization is desirable to assure coordination and policy direction on behalf of the County. I have discussed this with Vern Cline, Public Works Director, and it is recommended that Mike Walford, Chief Deputy Public Works Director, be assigned this responsibility. The principal reason for this recommendation is that primary operating responsibility for the various energy programs is lodged in the various components of the Public Works Department under Deputy Public Works Directors; i.e., electrical, natural gas and solar energy with Bob Rygh; and gasoline with R. D. Broatch; further, water conservation efforts are increasingly entwined with water policy with which Jack Port is most intimately involved. My office and other departments will, of course, be able to assist this effort. If this meets with your approval, it is recommended that an order be issued so that Mr. Walford's designation will have official status, and for information of all concerned. �Resgctfully r n � � rm 00892 ARTHUR G. WILL County Administrator CAH:sr cc- V. L. Cline Microfilmed wit}i 600rd order" Microfilrr,;;ci Eioard order' t t >juxw 1 7 In the Board of Supervisors of Contra Costa County, State of California itay 17 ,'19U. In the Matter of Reimbursement for Mr_ George Toryf ter IT IS BY THE BOARD ORDERED that the Auditor-Controller is directed to reimburse Mr. George Toryfter, 41 Adobe Drive, Concord, California, $300.00 for a denture lost while a patient at the County Hospital_ PASSED BY THE BOARD May 17 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. Witness my hand and the Seal of the Board of Orig. Dept. CAO Supervisors cc: Auditor-Controller affixed thisl 7t a day of May 19 7 Human Resources Agency r/1 J. R. OLSSON, Clerk 6y ,1 4:�•!f•�it : t ,�.LL. � Deputy Clerk Patricia A. Bell 00893 11•24 i ',6 1Sm 1 In the Board of Supervisors of Contra Costa County, State of California. May 17 , 19 -17 in the Matter of Authorizing Increase in the Revolving Fund for the Marshal, Walnut Creek-Danville Judicial District On the recommendation of the County Auditor-Controller, IT IS BY THE BOARD ORDERED that an increase from $50 to $75 in the revolving fund of the Marshal, Walnut Creek-Danville Judicial District, is AUTHORIZED. Passed by the Board on May 17, 1477 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Administrator Witness my hand and the Seal of the Board of Supervisors cc: Auditor-Controller affixed thisI7thdoy of :Tao 19 ZZ Sheriff-Coroner Marshal, Walnut Creek- J. R. OLSSON, Clerk Danville Judicial Dist. V , Deputy Clerk Fatricia A. Bell 00894` ft•a�c,;�,isR In the Board of Supervisors of Contra Costa County, State of California In the Matter of Approval of Surety Tax Bond(s). IT IS BY THE-BOARD ORDERED that.the :sur APPROVED: ety tax bondCs) in the amountCs) indicated for the following tract(s) is Care) . Tract Bond Company No. Location Principal E No. Amount 4821 & United Pacific 4924 Iialnut Creek Paul C. Pattersen Insurance Co. .,.830,000.00 U 95 59 52 PASSED by the Board. on NRV 17. 1477 I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Tax Collector Supervisors with copy of bondCs) axed this 1. .affixedday of ;• 19 77 OLSSON, Clerk By \dl.c� C• - �3 e-�-z+., _ ,, Deputy Clerk #31 Billie C. Souza 00095 H-24 3/TG ISm In the Board of Supervisors of Contra Costa County, State of California May 17 1977 In the Matter of Authorizing Reimbursement for Mileage On the recommendation of the County Sheriff-Coroner, IT IS BY THE BOARD ORDERED that Mary Clark, Executive High School Intern, be authorized reimbursement of automobile expenses. incurred while on county business during the period May 10, 1977 through June 10, 1977. PASSED ON l4hy l7, 1977 I 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 date oforesaid. Orig. Dept. Sheriff-Coroner Witness my hand end the Seal of the Board of CC: County Administrator Supervisors County Auditor-Controller affixed this 1thday of May 19 77 J. R. OLSSON, Clerk 0 By46i %/� �i�- Z,-e— Deputy Clerk Maxine M. Neuffeld H-24 3/76 11m 00896 In the Board of Supervisors of Contra Costa County, State of California Kay 17 , 19 77 In the Matter of Authorizing Use of County Facilities On the recommendation of the Director, Cooperative Extension Service, and the County Administrator, IT IS BY THE BOARD ORDERED that Ross R. Sanborn, Cooperative Extension Service, is Authorized use of existing desk space and normal clerical support of said department during the period of his sabbatical leave, April 1, 1977 through September 30, 1977, for the purpose of studies in conjunction with the University of California at Davis related to "Blackline" disease which is of concern to walnut growers in this County. PASSED ON 14ay 17, 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 this17ihday of !-lay 19 77 Orig. Dept. : County Administrator J. R. OLSSON, Clerk CC. Cooperative Extension9//Z Service By �' �' O Deputy Clerk Ross R. Sanborn 14axfne M. 9e eld H-24 3/76 15m 00897 In the Board of Supervisors of - Contra Costa County, State of California tfav 17 , 19 77 In the Matter of Proposed Removal of Railroad Station Building at Crockett. The Board on April 26, 1977, having adopted Resolution 77/359 requesting the Public Utilities Commission to delay the proposed action of the Southern Pacific Transportation Company to reduce its agency station at Crockett, California, to non agency status until it can be determined whether or not an AKITRAK stop at the Crockett Station is feasible; and The Board having received a Ajay 5, 1977 letter from 1•1r. James K. Gibson, Director, Transportation Division, Public Utilities Commission, stating that Southern Pacific Transportation has been advised to hold said proposal in abeyance and make no changes in the present status and that the County will be advised if further action is taken by said Company; ^s T_S By THE BOARD ORDERED that receipt of the aforesaid letter is :KNO1LEDGED. PASSED by the Board on Vlay 17, 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 Untilities Witness my hand and the Seal of the Board of Commission Supervisors Southern_ Pacific Trans—affixed this�7thday of &..ay 19 77 portation Company Supervisor IN. C. randen _ Public ::orks Director r �� ��` ,OLSSON, Clerk County Administrator -1: � , Deputy Cleric Ronda Amdahl 00898 H-24 3176 ISm In the Board of Supervisors of Contra Costa County, State of California May 17 , 1927- In 427- In the Matter of Petition Protesting any Contemolated Increase in Payroll Deduction for the County Retirement System. The Board having received a May 6, 1977 petition signed by approximately 11g Contra Costa County employees protesting any contemplated increase in payroll deduction for the county retirement system; IT IS BY THE BOARD ORDERED that the County Administrator and Retirement Administrator are REQUESTED to report. PASSED by the Board on May 17, 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. c.e• County Administrator Witness my hand and the Seal of the Board of Retirement Admiristrato—'ae^'is°rs ofBxed this'?thday of 7=ay i9 77 ,^ C� J. . OLSSON. Clerk BY-:~���Y c. .� r 1. : . Deputy Clerk Ronda Amdahl 11-2 4 3j.6 15m 00899 r In the Board of Supervisors of Contra Costa County, State of California May 17 19Z7_ In the Matter of Inconsistencies between the County's General Plan and the City of Walnut Creek's General, Plan. The Board having received a My 4, 1977 letter from ):ayor James L. Hazard, City of 1.alnut Creek, requesting that the Board authorize County Planning staff to make concurrent studies with City staff with the objective of resolving inconsistencies between the County's General Plan and the City's General Plan in the vicinity of north Gate Road, Castle Rock Road, Pine Creek Road, Comistas Drive extension and northern slop of Shell Ridge; IT IS BY THE BOARD ORDERED that the aforesaid request is APPROVED in principle and REFE.ILRED to the Director of Planning. PASSED by the Board on Ffay 17, 1977. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of SupeWmars on the date aforesaid. Witness my hand and the Seal of the Board of cc: Iiayor J. L. Hazard Supervisors Director or Planrirg affixed this 17t1'da of Y . i977 County Counsel y P•`:a _ Public Information r- Os=icer J. R. OLSSON, Clerk Cou:a4y Administrator ey �,� �, _ �� . Deputy Clerk Ronda Amdahl 00900 H-24 3/76 15m lRonda Amdahl ..�.. . H-24 3176 ism 00900 l In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Authorization of Public Works Department to Negotiate for Lease IT IS BY THE BOARD ORDERED that the Real Property Division of the Public Works Department is authorized to negotiate for space. in Concord for the consolidated Human Resources Agency Manpower Program. PASSED BY THE BOARD May 17, 1977 71 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, Dept. CAO Witness my hand and the Seal of the Board of cc: Public Works Real Supervisors Property affixed this 17tbdoy of I+aY 19 77 Human Resources Agency 1<1 J. R. OLSSON, Clerk 8 1� -12E 4 Deputy Clerk 2iaxine M. Neufeld 00901 H-24 3/7615m, In the Board of Supervisors of Contra Costa County, State of California Mny: 17 , 19 ZZ- In the Matter of Uniform Social Profile to Describe all California Counties. The Board having received a May 6, 1977 letter from Mr. Bill Press, Director, State Office of Planning and Research, advising that said office is designing a uniform social profile to describe all California counties and transmitting material for application as a demonstration site for the project; IT IS BY THE BOARD ORDERED that the aforesaid communi— cation is REFERRED to the Director of Planning. PASSED by the Board on May 17, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: Nr. B. Press Supervisors Director of Plannine � this 17trd of rjaY . 1977 County Adwinistrator °�' _ �-, (-1J. R(. OLSSON, Clerk `By 1r- r. \ c•.��-,r+;!1` , Deputy Clerk l Ronda Amdahl H-24 3/76 ISm 00902 i. f In the Board of Supervisors of Contra Costa County.. State of California .,Mav 10 19 In the Matter of Hearing to Reconsider the Appeal of Ifir. Michael N. Huffaker for Application for H.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 Fir, Michael N. Huffaker from Planning Commission denial of application for Minor Subdivision 106-75, Oakley area; and Mr. 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 east county area; and Fir. Harvey Bra,gdon, Assistant Director of Planning, having reviewed decisions of the Planning Commission on minor subdivision applications subsequent to the Huffaker denial; and Supervisor r_ H. Ffasseltine havi.^.g noted that the proposal does not have existing water or sewage facilities and is not consistent with the proposed Last County General Plan, and therefore having recommended that the Board decline to reconsider the appeal; and The Board members having discussed the .matter, IT IS ORDERED that the recommendation of Supervisor H'asseltine is APPROVED and the Board's original determination to deny the appeal of Mr. Huffaker is REAFFIRMED. PASSED by the Board on 1"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 on the date aforesaid. Witness my hand and the Seal of the Board of cc: Mr. R z_'ager Supervisors Jiraztor of Planning affixed this 10t`'day of 74 77 J. R. OLSSON, Clerk ByDeputy Clerk i ize t,. �7uza -- H-24 3fl*15m 00903 In the Board Supervisors of Contra Costa County, 'Stcte of California May 17 ' 19M In the Matter of Submission of Program Funding ~ Application #29-228-1 to the State Department of Health for operation of a Dental Disease Prevention Program in IFY 77-78 The Board having considered the recommendation of the'Director, Human Resources Agency, regarding submission of Dental Disease Program Funding Application #29-228-1 to the State Department of Health, requesting $12,933 in State funds for a Dental Disease Prevention Program to be operated by the County Health Department in order to assist selected elementary schools in establishing a dental health education program to improve the dental hygiene of low-income children in grades R through 3, IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute said Program Funding Application for submission to the State Department of Health. PASSED BY THE BOARD on May 17, 1977. I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: Human Resources Agency Witness my hand and the Seal of the Board of Attn: Contracts A Grants Unit Supervisors cc: County Administrator affixed thisl7thday of May 19 M County Health Officer State Department of Health J. R. OLSSON, Clerk Bye C.C�7- /�- Deputy Clerk 'Mdxine M. Neuf d R -:d24ffl6 15m 00904 WNWCalifornia Health and Welfare Agency Department of Health DENTAL DISEASE PREVNTION PROGRAM APPLICATION FY 1977-78 t I. Submit five copies to: 2. PRINCIPAL INVESTIGATOR 3. PROJECT CONTACT PERSON DENTAL HEALTH SECTION Name:TAnda X lilly, it,n H�ttiS•' Name: Jo i Khanna M.D. 1819 K Street 0202 Sacramento, CA. 95814 Title: Don►a1 1v�oiPniat Title: Chief, Community ?hone: (916) 322-4933 Health Services Phone: (415) 372-2591 Phone: 415) 372-2591 4. LEGAL NAME 6 ADDRESS OF AGENCY: 5. AGENCY FISCAL OFFICER: CONTRA COSTA COUNTY for its Health Department Name: Donald (Community Health Services) 651 ?ine Street Title: -Auditor-Controller. Contra Costa Martinez, Calif. 94553 County Phone: 415 372-2181 6. PRCGRAM TITLE: 29 - 228 - 1 D A DISEASE PREVENTION 7. AGENCY STATUS: (X) Public ( ) Private Nonprofit (_) Other: S. APPLICATION STATUS: (A) New ( ) Reapplication ( ) Other: 9. PROJECT DURATION: 7/1177 to 6/30/78 10. FUNDS REQUESTED: $ 12,933,00 11. PROJECT SUMMARY:Services provided are dental health and nutrition education, plaque control instruction, daily classroom brushing and flossing, weekly topical fluoride rinse for 3,000 low-income children K-3 in Ht. Diablo, Antioch, and Pittsburg School Districts with s-zecial attention to census tracts with largest number of MediCal eligible children, Annual dental screening and referral for treatment services to 1,000 children. Annual services include training of school personnel and parents in Dental Disease Prevention methods. Program provides relevant education in dental disease prevention for citizen and community groups in order to enlist community support and raise local level of aware- ness of the need for preventive dental health activities in early childhood. Activities of the project create a community resource and information bank, providing a reservoir of knowledge and experience among school and community personnel to ensure follow-up and continuation of the dental disease prevention program in participating schools and com- munity agencies. Evaluation will address all 'of the above. 2. AREAS SERVED: Contra Costa County: Cities of Concord Antioch Pittsburg 13. FOR OFFICIAL USE ONLY: CONTROL NUMBER: PROGRAM: URR-7N1' CONTRACT 1: LHO• 1• RECEIVED DATE STAMP: ` 3. 00.905 — . f'1 e .with_U0CM order_ - - - - - - 'i 1 O O O O S to C cd o z c Ln O v %C n %:1w. 40 - ccs c'1 M < H02. ^' 06 O K U) .] N O Z H H off w o z o < A H H a A <H pa z x < < tnz to WN H U G toW >•• O < F sa x v 0: cn O O 4 z < cw•� � a x o'w w U. 04 qw z .+ O < 02- 12- A to _ to 4 U H 94 y' U rn G C1 to x H O G W W d < W W OCzH ei U a O H w S. t4 w z W w p i w u. 0 Q o: tov ° 19 c a to C', tt 9x. ci to a tr Fw+ p o a C tpn > G C4 to ''1 a� w x zH u W � H < '� a U O O O NI ci O C O ss O O� C .O G " U L O Ln t1 O c� < .. 14 Z c vii aNi• <`isi v} t4 0r u Mt aE- FH 4J .3 v .. w a u N w • C u .� .a. cc ] U .'aWd O A •4 < Z cn 0 N Z H p U N 0. U > z 7 7 c a to .+ H ca A C ZO < ce W N A O tJ to H v7 z U to U ,] b H H < .] < Z ►+ W U c:7 W Z < D 4 G -3 S. C. .6 U U O C Z H a W tL tb G.' .] U Q A N W W X E > N < H C trS G O 7 O a Z 0. H < O T_ H Z W R. Cd ..a ra ca w w X r= o W a o < W > < a. < CL U W 0. U H W U aL.' O U W W N 4 x .i H H w 00906 PROJECT NARRATIVE I. PUBLIC NEED During the past four years the Contra Costa County Health Department has been directly involved in countywide child health screening programs, with primary focus on prevention and early identification of health problems. In both the federal demonstration project Early Periodic Screening, Diagnosis, and Treatment Program, and the Child Health Disability Prevention Program, we have identified dental dis- ease and nutritional anemia as the most prevalent health problems in our school age populations. Dental disease was twice as prevalent as nutritional anemia on a case by case basis�l) Out of 15,000 children screened, 82% had a preventable dental condition.(2) Our data indicates that dental disease especially affects children from low-income families where eating patterns, oral hygiene supervision, and insufficient informa- tion compound the dental disease syndrome. Dental disease has been demonstrated to occur in this population at a great rate than in any other population group in (3) the county. To combat this problem, however, Contra Costa County presently has only a limited dental health program in schools!4) According to the Social Service Department, census tracts with the highest number of AFDC MediCal eligible recipients are in Concord, Antioch, West Pittsburg and Richmond. Community resources which reflect willingness and cooperation to support the proposed program are Health Department staff, Women's Auxilliary of the Dental Society, Mt. Diablo, Pittsburg and Antioch School Districts, Diablo Valley College Dental Hy- giene Education Program and the Child Health and Disability Prevention Program. Since the Health Department is already working continuously on a cooperative basis with these agencies, interagency coordination is established and will continue to exist throughout the proposed program. Letters of endorsement are attached�6) 00907 PROJECT NARRATIVE - Page 2 II. GOAL; The goal is to reduce the incidence of dental disease in low-income K through 3 children by establishment and implementation of a comprehensive, community supported and school based dental disease prevention program. The prime result that will-be obtained is increased dental knowledge with attitudinal and behavioral change needed for the prevention of dental disease. III. OBJECTIVES FOR COMPREHENSIVE DENTAL DISEASE PREVENTION PROGRAM: 1. To establish and maintain, in cooperation with school personnel, a dental health and nutrition education format to be incorporated into existing health cur- riculum in selected schools in Mt. Diablo, Antioch, and Pittsburg School Districts. 2. To design and implement an inservice unit which will be used to train teachers and nurses from selected schools in the concepts and methods of dental dis- ease prevention. 3. To establish and maintain an on-going classroom program consisting of daily toothbrushing and flossing, periodic plaque control instruction, weekly sodium fluoride rinsing and a minimum of 2 dental health education sessions by a dental professional. 4. To establish, coordinate and maintain a system of annual dental screening conducted by a team of dental hygienists and followed by parent notification and re- ferral for needed treatment. 5. To provide a consistent and relevant resource and education focal point in dental disease prevention for citizen and community groups in order to enlist com- munity support and raise local level of awareness of the need for preventive dental health activities in early childhood. IV. ACTIVITIES: SPECIFIC SERVICES AND STAFF WORK TO BE ACCOMPLISHED 1. In cooperation with appropriate Health Department staff, establish working relationship with school administrators. 2. Identify which schools will be the project population. 3. Meet with staff of selected schools to plan integration of dental project into on-going school health curriculum. 00908 „O8 # '^1;4"1 PROJECT NARRATIVE - Page 3 4. Through community outreach activities, recruit, and mobilize dental health professionals and other dental resources. 5. Coordinate other existing community resources and involved them in dental program. 6. Obtain all necessary supplies and training materials. 7. Design and initiate inservice training for teachers and nurses in accord- ance with project plan. 8. In cooperation with school nurses and dental personnel, conduct dental screening. 9. Notify parents of existing conditions and make referrals for needed treat- ment. 10. Conduct pretest of children's knowledge and ability to remove plaque (oral hygiene scores). 11. Record the decayed, missing and filled teeth (DHFT) on a group of children randomly selected from the total project population. Collect this data prior to children's participation in the dental program. 12. Conduct preliminary knowledge interviews with selected parents from each area. 13. Introduce classroom activities, including daily brushing and flossing, plaque control instruction, weekly fluoride rinsing and other essential dental health and nutrition education. 14. In cooperation with Health Department staff and local media, conduct public information program for parents and the general community describing dental health status of children in the community, and outlining and defining aims of the dental disease prevention program and related community and school activities. 15. In cooperation with school nurse, initiate follow-up procedures on child referred for treatment to assure that treatment is being completed. 16. Administer post-test of children's knowledge and ability to remove plaque (oral hygiene scores). 00909 f 16. Administer post-test of children's knowledge and ability to remove plaque (oral hygiene scores). 00909 PROJECT NARRATIVE - Paste 4 17. Following participation in the dental program, record the decayed, missing and filled teeth (DMFT) on the group of children previously selected from the total target population. 18. Conduct follow-up interviews of knowledge assessment with selected parents from each area. 19. Use evaluation data to: (1) promote expansion of Dental Disease Pre- vention Program to additional schools and (2) assess modifications that need to be made in future programs. V. EVALUATION Methods to be used to test performance of the Dental Disease Prevention Program: 1. Pre and post test school personnel and parents to determine their den- tal and nutritional knowledge and attitudinal levels prior to and following participation in the dental program. Methods would include zdministering in- terviews and questionnaires at parent programs and teacher inservice training sessions. 2. Collect data at annual dental screening to: a. Record numbers of children with observable dental defects who need dental care and through the parent notification system; b. Record numbers of children who have received necessary treatment, including data on reasons why children (if any) did not receive recommended treatment. 3. Pre and post test chldren to determine their (1) dental health and nutritional knowledge and behavioral levels and their (2) oral health status. Methods would include: (1) administering quizes on the prevention of dental disease prior to and following the program, (2) unannounced classroom visits to observe childrens ability to thoroughly remove plaque from teeth and to take plaque scores (OHI-S or PHP index) throughout the year, (3) administering nutritional assessments to compare improvement in eating habits as thVy� t� �S win a PROJECT NARRATIVE - Pape S to total dental health resulting from participation in the program and (4) re- cording the decayed missing and filled (DIF) status of a select group of child- ren from the total project population prior to and following the dental program. 4. Record numbers of (a) schools contacted, (b) schools implementing en- tire program module, (c) participants in inservice training, (d) children and classrooms participating in the program, (e) children practicing activities on a daily basis, (f) nutrition education activities, (g) community groups sup- porting program through consultation, donations, resources, and advocacy, (h) confirmed additional programs requested and planned, (i) schools committed to continue program past July, 1978. 5. Record numbers of requests received for information about the program and comments from parents, staff and children. 6. Record extent of supportive participation by community agencies, 7. Submit a final evaluation report at the end of the project with em- phasis placed on achievement of objectives and modifications needed for future programs. VI. PROGRAM DESCRIPTION AND SUK4ARY The Dental Disease Prevention Program will operate under the direction of Jogi Khanna, M.D., Chief of Community Health Services. The Project Coordina- tor will be a registered Dental Hygienist. The Health Department staff will provide supportive professional services. The Boal of the Dental Disease Prevention Program is to-reduce the high incidence of dental disease that exists in children in Contra Costa County. This is to be accomplished in a selected group of 3,000 low-income children K through 3 in three school districts by administering a program of consultative, educational and screening services and staterials. The objectives include in- corporation of dental health and nutrition education into on-going classroom curriculum; developing and implementing teachers and nurse inservice education 00911 PROJECT NARRATIVE - Paste 6 in concepts and methods of dental disease prevention; establish and maintain classroom plaque control instruction, brushing and flossing on a daily basis and fluoride mouthrinsing on a weekly basis; establish a system of annual screening and referral for needed treatment and establish a resource and ed- ucational focal point for use by citizen and community groups to support and raise the level of awareness for the need of preventive dental health activities in early childhood. Services and activities provided by the Dental Disease Prevention Program are both immediate and far-reaching. All necessary community organization services required for planning and program development with school administrators and dental personnel will be coordinated by the Project director. This will cre- ate a liason that will open channels of communication between the Health Depart- ment and school administrators. Specific schools will be selected for the pro- ject and in cooperation with school personnel, each school will have the Dental Disease Prevention Program integrated into the existing curriculum. Community outreach will involve recruitng and mobilizing dental professionals and other community resources to become involved in the dental disease prevention program. Volunteer participation will include such activities as assistance with screening program, classroom education, administering questionnaires and public relations. Necessary supplies and materials will be obtained and inservice education will be conducted for teachers and nurses. An annual dental screening will be conducted and children with observable dental defects recorded. Parent notification of existing conditions will follow and referral for needed treat- ment made. Evaluation of the program will continue on an on-going basis through- out the entire program. Methods will include (1) pre and post knowledge tests to parents, teachers and children. This will be in the form of interviews, observations, questionnaires and quizes. The children will also be evaluated on their behavioral change (plaque scores) oral health status (DMFT index) 0011 fl i �v7rr � PROJECT NARRATIVE - Page 7 resulting from participation in the program. A public information program for parents and the general community will be conducted in cooperation with the Health Department and local media. The dental health status of the children in the community will be described and the aims of the dental program will be outlined and defined as they relate to family, school and community activities. The activities of this program will be enhanced by the fact that the Health Department already has established positive working relationships with the schools, dental health professionals and community agencies which will be involved. The ground work for a successful comprehensive, school-based dental health program has already been established in Contra Costa County at the Fairmede - Vista Hills schools in the Richmond School District(7)(see Attachment D.)• The anticipated outcome fo the proposed Dental Disease Prevention Program is based on the prior experience with the dental program at these schools. The Fairmede - Vista Hills program began in August 1976, with support from health and community agencies and is now functioning independently as part of the on- going school health curriculum. 00912 -zoom W-00100,10 i 00912 PROJECT NARRATIVE - Page 8 XZI. BUDGET SYNOPSIS Personnel This project will be administered by the Community Services Division of the Contra Costa County Health Department, under the direction of Dr. J. Khanna, H.D., Chief of Community Services Division. Director will spend around 14 hours a week with the program the first month and then follow it by one hour a month thereafter for the rest of the year. $19.663 X 28 - $550.00 Health Educators Two Health Educators will participate in the program, one in the Central County area and one in the East County-area in preplanning,and community or- ganization education with a total of 56 hours during the year. $8.72 X 56 - $499.32 Nutritionist Department Nutritionist will participate in the inservice training pro- gram and will spend 32 hours during the year. $9.89 X'32 - $326.48 Clerk Health Department Clerk will work for this program with a total of 260 hours during the year. $5.08 X 260 a $2,641.00 00413 Page 9 BUDGET DETAIL LOCAL STATE A. PERSO@INEL Chief of Community Health (28 hours @ $19.63/hour) $550.00 Project Coordinator,( time) $10,793.00 Health Educator (56 hours @ $8.72/hour) $500.00 Nutritionist (32 hours @ $9.89/hour) $320.00 Clerical (520 hours @ $5.08/hour) $2,641.00 TOTAL $4,011.00 B. GM0PUAL MENSES - EXPENDABLE $1,600.00 Office Supplies - Films and Pamphlets $413.20 Expendable Supplies - Tooth Brushes Floss $260.00 Disclosing Tablets Printing and Duplicating $600.00 Communications $250.00 Travel $600.00 Rent and Utilities (200 Square ft. @ $.55 per sq. ft.) $1,320.00 Equipment - Projector Tooth Models $760.00 Professional Services (contractural) 018.00 X 20 hours) $360.00 $7,974.20 $12,993.00 00,914 n c�� Z3 o 0 c^ "r:. n � ,L,,:•� n y fJ 7ud 0 w >a >n n a ne a o . ata arc ani —_.•_ :7. r n nn:s D}n M n c a �. d V.K n to` x a y 'fir a Io ?r: cM a "a no xcr: �� 3 Mo tv na as z y� w .- •,tA 0 - - r:o !a Kt a o0 rc R�0 nwa us `o S d [io, n� OEMin: n =OZV.=6 Fi V. C. X C r ;a :r O _ }to O O x •n M� tq ram n p G7 00 00 • M %W •w P. n_ .+ = zo d .-ss ;:p a q( to ti 'no oor nn _ _3_ _c 'a• tae rs a mrVI an `o xo xv r.d: a i7 7 ?•i 3 z fl- ! 9 V .. r C6 N •r rn t'! $ 3 0. Vi ton -• d o> ym Sr . •nK Ay a s 1 2.44n to O R« C. ' fC` am= _;a 917 d C- CSn aanw w 1 T t* a��•*O _.. ? Q =C Page 11 PROGRAM ADMINISTRATION CHART Director HRA Mr. Van Marter Health Officer Dr. Orlyn Wood M.D. Chief, Community Health Services Division Dr. Jogi Khanna M.D. riblic Health - Coordinator Public Health o'ucators Dental Program Nutritionist " Clerk 00,916 i 00916 Page 12 IMPLM*ANTATIO,Y PLAN JULY - Orientation of staff Planning of Program AUGUST - Planning meeting with schools Community organization Staff inservice with parent involvement Evaluation Plann£nst SEPTE''BER Staff Inservice OCTOBER Dental Hygienist - 32 hours Nutritionist - 32 hours Prepare and administer program Pre-test and Post-test parents and teachers NOVEMBER - Dental Screening Dental Hygienist - l.hour/30 children 1000 children s 33 total hours Total of 8 - 4 hour sessions Record plaque scores (pre-test) and observable dental defects Classroom Dental Activities Implemented Pre-test knowledge of children DEMMER - Parent Notification and Referral for Treatment JANUARY THROUGH JUNE Periodic Plaque Scoresby class. Follow-up and supportive services Compiling Data and Preparing Reports APRIL - Post-test Knowledge of Children MAY - Post-test - Plaque Score JUNE - Final Report 0091'7 _ . •t•'y n ."fw fro C3 n £C ... K x b K o b o n a c m o b n o o n b o o n nn o.-ta O 0-0 r 0 10 K n a K r R R R'+'S K..rt b {A R R to:rr. 7< R G K 0o nG a.• r K "cam nAn Q. n r n b O(nn n O n a'n .� K O w b C o G o 0Rb n= c Tm •t r Grc -•X r c r O O K n a n ►`E wM. b r-R RR n n a r 0 n o- rn0 O w o Dp n O.R in IR G n 0 0 Rn b A On N 0a r ='u C w nSOA a b .+ 0 02: R n^p b O o'O'D n-O 4 O w M. bo 0• 2 7 m G n.-b .- rrn •t ►.£ O O R O O R O c+ C Ott O G G • :eC 300 00 G K rr C! O 3 R n n br. 3 n 'O .,� C DO nEi b'3 n b fA rt pp "a O .+ n b M R y r r O� 09 :7 K 7C p A R K �•+ b O.R K►+ 6 n ►•• �s 03 &=-V C n P-r K F, A Rb q9 n Cr- on r "7 O =0 nna O02 ►'- 90 O 3 rt(A 0 n 0 M7 N r to 9 0• Sb r A rvo W w m C H K n3 nR CA a n Ko— Orr ..r O r. R CJ a.c O R •rt- n tc 3 t 0•+.- o nK n r '+< K ^ tr.`s -to K n ^ K= V$ m o a O b n 3 on b7 n K 7 c, .2 C-0 r0.0 nr R a 02 c a d a c c 3 .< et R o"�� =*K -'b r K o o a b- .ftm �.. A K 'na rQ n o r � O -ts O r0 • n t+ G r yC�. K C Qo w O�O n rr+ rn... O r, to to en •t r GGb r'ym CS pop C. O n OR b a .-.ar K R O W N C K !► O dei.. �" OO <M O 0.'O R a ri VT3 S R G f� v n rTo<11 090 m b 0o b Y- 0. a n�0 b a M �• R R C: y �3 O H J x 0 In -r :*1 d I y 7 .7i a a m a 13 z a •.-...::a „{0.:i:i�.'•'ti+,�s�'.n.,rNE Cg ryJis 3� ; '� •.� k A. Page 14 REFERENCES 1. Early Periodic Screening Diagnosis and Treatment Program,Contra Costa County, 1973 — June 1976. Total screen includes children 0 — 21, some of whom did not yet have teeth. See Attachment A. 2. Ibid. 3. Ibid. 4. See Attachment B. 5. Contra Costa County Social Service Department, 1976.' (not an attachment) 6. SeeAttachments C (ten letters of support). 7 See Attachment D. 00,919 Nano Attachment A - 1,2,3 TABLE 11. TLV t:OST FREQUENT CONDITIONS DETECTED BY SCREENING IN RANK ORDER BY PROJECT 'Conditions Barrio Contra Costa NCDCA Rank No. Rank No. Rank Na. 'ental 1 425 1 740 1 210 '1.-enia 2 257 2 361 2 108 ;eni tourinary 3 231 10 11 10.5 3 z hrwarms 4 200 ,.airing Loss 5 176 4 99 !ision 6 116 3 223 3 65 Mitis Media 7 ? 115 6 29 4 31 .,rmatological 8 114 7.5 24 6 12 Jpper Respiratory 9 89 9 22 7.5 6 infection 5 Parasites 10 88 Orthopedic 5 30 10:5 3 - ;laart « Ci rtu]story 7.5 24 7.5 6 Injuries 5 22 Speech 9 4 r 00,9 i 0 ; fi MONO ATTACFDt N B SU?r`fARY: PREVENTIVE DEDITAL HEALTH - FAIRMEDE-VISTA HILLS SCHOOL The preventive dental health program begun in August 1976 at Fairmede- Vista Hills schools in the Richmond Unified school district is the result of a true community effort. With consultation from the County Health Department, and the cooperation of the School District Early Childhood Education program, the State Department of Health Dental Health Unit provided in-service training in January 1977 for approximately 40 teachers, parents and aides on preventive dental health con- cepts and methods. Two local dentists volunteered their time to screen each of the 300 children participating in the program, and worked with the school health nurse on referral and follow-up procedures. The school health nurse, along with Early Childhood Education special consultation staff, conducted nutritional surveys of each child, researched funding sources for follow-up dental care, and initiated a classroom nutrition education program. After the inservice training, each of the 15 Early Childhood Education teachers at Fairmede-Vista Hills worked directly with Dental Assistants from Contra Costa Community College, to begin the daily brushing, flossing and weekly sodium fluoride rinse program in the classroom. The Dad's Club pur- chased racks for the toothbrushes, while the County Health Department pro- vided films and other educational materials to use with the children in the classroom. The program was extended to special education students at Fairmede. In March, 1977, the Dental Hygienist from the County Health Department made a classroom visit at the school. She reported that the preventive dental health program had been smoothly incorporated into the daily classroom procedure, with 100. participation and had an additional bonus of a very positive response from families, staff, and children in the Fairmede-Vista Hills neighborhood. The program is now completely self-sufficient and will run as an integral part of the Early Childhood Education program at the school in 1977-78. 00921 _ y 4 - • ATTACf?MENT C ORLYN H. WOOD, h,D., Health Officer c r r " = o a HEALTH DEPARTMENTU 30 HEALTH DEPARTMENT CHILD HEALTH AND DISABILITY PREVENTION PROGRAM Maxine Sebring, M.D., Director 702 Main Street, Martinez, CA 94553 Telephone: 372-2685 May 6, 1977 Jack Julien, D.D.S. Chief, Dental Health Section State Department of Health 714 "P" Street Sacramento, CA 95814 Dear Dr. Julien: The Advisory Board for the Contra Costa County Child Health and Disability Prevention Program is extremely concerned about the poor level of children's oral health which is being documented by screening activities in our county. In the screening reports of several thousand children, dental disease ranks near the top. We understand that you are currently considering an application for a project entitled, "Early Childhood Dental Disease Prevention Program". On behalf of the Advisory Board, I urge you to use your influence to fund this important project. Sincerely, �AC amen M. Miller, M.D. Vice-Chairman CHDP Advisory Board JM/MS/tdp cc: Orlyn H. Wood, M.D., Health Officer Randall Wiley, D.D.S., Advisory Board Member (CHDP) John Fitzsimmons, D.D.S., CHDP Advisory Board Alternate 00,922 77171717111111117711/111l71/!/t171!l1t17111f7!!17l117711!l1771771/til/7t111t/!/11777]7t 171712111711i1777131127/1327111/31322717/1111111111 it. - ' SCHOOL HEALTH COUNCIL OF CONTRA COSTA =1l1pUl!lllplL7!l11111l77t7U1fl1777!!11lit/H71p1/ll)p1771117l1Ap7117Dl gl/tp/1l1t/U17111/117717� May 5, 1977 Ttinuiunnuunwn7u7ult Orlyn Wood, M.D., Health Officer Health Department • Contra Costa County Dear Doctor Wood The school Health Council of Contra Costa strongly supports the efforts of the Health Department to obtain an Early Childhood Dental Health Education Program for the children of our county. We believe that such a comprehensive dental education program is needed in our schools. We also are pleased that it will include not only information but the actual practice of dental hygiene in the classroom. Such affective experiences should help the program be maximally effective. ce ely, Jack Flasher, M.D. Chairperson JF:rc 0'1923 5 01923 { OF INE CONTRA COSTA DENTAL SOCIETY _may 91 1977 +i' Orlyn =II. '.mood, M.D. 1� healthenar�Uent �E� P.O. Dox 871 Martinez, California S4553 Dear Dr. ;rood v We u-nderstand the Contra Costa County Health Department is applying for a grant for a 'Dental Disease Prevention Frogr = whicIn will be services and activities for a School-based comprehensive dental hTalth program. With the high incidence of dental disease generally and within our County such a progritm would be vers beneficial. Our Au3:ilairy has an on- going dental health education pro- ram in the public ele--entary schools and have had for years but- vol-unteers arehard to get at the present time. We find it very df f cK?t to reach the parents tri th the information we have. he c-iZdren are more interested than the parents. An on-going prevention program u-ith the co-- operation of teachers, parents and health personnel would allow education of the uarents as well ,There, basically, dental health should begin. With a! pro- . - gram such as the bi-annual screening and nutrition, everyone will get involved. We would be happy to supplement our program ip th the e_'forts of the disease arevention to give ---*----- a broader concent of dental health. Sincerelyi IL-s. Carol ll ath Dental TLalth Chairman - 934 Lee %ane Concord, California 9518 i i i j1124 floc `ti if'erS 00 `Dis ric P. O. 80X 788 510 "G".STRE£T,,,.s..AtJTIOCN, CALIFORNIA 94509 T£i.E_'N 75 FRANK C BURK - RALPH R. BURRIS SUPCRINTCNOCNT OR SCNOOLS MUSINESS MANAGER GERALD L. PANGSURN - FRANCIS A. FREY ASSISTANT SURERINTCNDENT - DIRECTOR or EOUCATiONAL FOR INSTRUCTION SERVICES May 12, 1977 Orlyn H. Wood, H.D. Health Officer, Contra Costa County Martinez, California 94553 Dear Dr. Wood: This is to request the possible inclusion of the Antioch Unified School District in the Dental Health project being planned for Contra Costa County. We recognize the worth of the project and by our inclusion we will begin to meet one of the known needs of our students. Yours truly, James E. Pierce, Supervisor Health Services JEP:bm 00925 2000,RAILROAD AVENUE-TELEPHONE /4151 432-4705 PITTSBURG. CALIFORNIA 94565 , A77ay 12,^19 ., Dr. Ori B. Wood, Health Officer Contra Costa County Health Denar`.weat MarUneZ, California 95553 Dear Dr. hood: I am writing to exp:-ess the interest of the Pittsburg Unified School District for possible inclusion in the Dental Disease Pre_ vention Program which ght be uadertaken in Contra Costa County. When more details are available, please keep me informed. Sincerely, Eng _ Branstad, Director of Pupil Personnel Services EB/nl 00925 CA ,;6 7 hiT.DIABLO UNIFIED SCHOOL DISTRICT 161FADOW HOMES ELEMENTARY SCHOOL 235 DETROIT AVENUE CONCORD.CALIFORNIA 91520 OFFICE OF PRINCIPAL May 11, 1977 Dr. Orland Wood, M.D. TO: Chief Health Officer Contra Costa Health Department Martinez, CA 96553 FROM: Fred W. Sullivan Principal, Meadox Homes Elementary School RE: Dental *Disease Prevention Program It has cane to my attention that a grant proposal is currently being developed with a goal of decreasing the incidence of dental disease through a program of preventative practices. Heado.r Homes needs a comprehensive dental program which would include screening for dental defects and education for preventative practices as daily brushing, flossing and weekly flouride mouth rinsing. I have discussed the need at our school with my staff and they would embrace a school based program which might include the following kinds of services from the Public Health Department: Iti-service for teachers Classroom demonstrations Materials supplied such as tooth brushes, floss, and flouride Audio-visual aides such as films, charts, and pamphlets The following brief description of the Meadow Homes Population may help to illustrate the need for such a program. Meadow Homes School is located in the lowest socio-economic area of Concord ,according to City Census data compiled in 1975. The average family income is between $7,000 and $10,000 as campsred with $15,000 to $20,000 for the City of Concord in general. Approximately 8W- of the housing is rentsl or lease and the mobility of the population of the school is 60 plus per cent from the second to the ninth month of the school year and when the first and tenth months are included the mobility rate is close to 100 per cent. 0Og27 x Over one third of the student population qualifier for free or reduced meals. Well over SO per of the children live with a single parent or no natural parents. cc: Linda Lilly, rental Hygianiat Mary Cantrell, Health Sstvices Mt. Diablo Unified &pool District Ken Lonny, Educational Services Mt. Diablo Unified School District 00428 w .. AIT.DIABLO UNIFIED SCHOOL DISTRICT ADMINISTRATION BUILDING 1936CARLOTTA DRIVE CONCORD.CALIFORNIA 94519 (4151"24000 OFFICE OF - SPECIAL SCHOOLS AND SERVICES May 6, 1977 Orlyn H. Wood, M.D., Health Officer Contra Costa County Health Department P. 0. Box 871 Martinez, CA 94553 Dear Dr. Mood: I would like to take this opportunity to let you know I heartily support the EARLY CHILDHOOD PERSONAL TOOTH MANAGE.�IEbiT PROJECT. As you know, teaching children early to properly brush and floss their teeth is one way to prevent dental caries. With the dental health and nutrition education programs in our schools, plus encouraging health snacks, we hope to be able to effect habits that will be lasting. As Coordinztor of Health Services for the Mt. Diablo Uni- fied School District, I feel I speak for the school nurses in sup- port of this dental health project. I do hope that the project will be approved and that we can see it implemented in the schools of Contra Costa County. ._ Sincerely, ITARY CANTRELL Coordinator of Health Services 615/3 00929 00929 NIT.DIABLO UNIFIED SCHOOL DISTRICT CAMBRIDGE ELEMENTARY SCHOOL 1135 LACEY LANE CONCORD.CALI FOR.N�IA 96520 OFFICE OF PRINCIPAL May l2, 1p1S Orlryn Wood, H.D. c% Linda Lally, Health Educator Dental Hygienist 1111 Ward Street Martinez, CA 94553 Dear Dr. Wood: I am Writing to you in support of a projected dental disease prevention program of the Contra Costa County Health Department which would provide trained personnel to work With children to prevent dental disease and to improve nutrition. I support and offer the facilities and full cooperation of the staff of Cambridge School for such a co=unity-based program administered by the health department. I have recently worked closely with staff persons of the Contra Costa County Health Dapartment to establish a community center at this school. The center and its community coordinator will assess and facilitate solutions to community needs. This projected program would surely contri— bute ontribute to the well—bei. of children in this low—income area. Sincerely, ?WwAmam T. Cripp, Principal WTG:ec 00930 } DIABLO -VALLEY COLLEGE PLEASANTHILL CALIFORNIA 94SZ3 May il, 1977'" Orlyn H. Wood, H. D. Contra Costa County Health Department P. 0_ Box 871 Martinez, CA 94553 Dear Dr. {food: For the past ten years, the dental hygiene students at Diablo Valley College have participated in dental health education - programs. Each year we receive twenty to thirty requests; unfortunately we cannot satisfy each and every request. As you know, the hygiene program requires much time and energy, and we can only suggest that the students participate in dental disease prevention programs. It is indeed unfortunate that Contra Costa County does not have a formal dental health education program. Sincerely yours, Hilton Luxemberg, D.D.S. Associate Director Dental Programs ML:gr 00931 9; CONTRA COSTA DENTAL HEALTH EDUCATION COUNCIL ROBERT L. HARMONY DDS 401 Gregory Ln - #14 Pleasant Hill, Calif 94523 689-8974 May 13, 1977 Orlyn H. Wood, MD Health Officer c/o Linda Lilly, Dental Hygienist Contra Costa Health Department P.O. Box 871 Martinez, Ca 94553 Dear Dr. Wood: The Contra Costa Dental Health Education Council strongly_ supports the Health Department's efforts to establish a comprehensive school based Dental Disease Prevention Program. Such a program is needed in the schools; the incidence of Dental Disease is very high and no school dental program presently exists to address itself to the public. To date the County has primarily relied on volunteer efforts to staff Dental Health Education Programs. A few people have been doing the majority of the community education. There exists, how- ever, no inclusive dental prevention program. The Dental Disease Prevention Program represents a coordinated effort of many interested community agencies and the Council hopes that it will be approved and implemented in the schools. Sincerely, u�, L �J Q�S� Robert L. Harmon, DDS ' President R L H:v �0� • IIEALTII DEPARTMENT ATTACHMF14T D Contra Costa County TO: I:. »d BATE: ::=y 5, 1917 FROM: Jan Sutherland SUBJECT: Dental<Heal:a ?rot-ram �z�. Fail- ed%is to ?ills Sc;:ools I met with Don ::orak, Principal, on Tnesdar, May 3. =ie tells me that the dental health orogran began with the supnort of the'County Health Department, .State Health Depart.-lent, Dental _4.ixili3ry and the Richmond schools ECE nro3ram is now fully opera- tional. The program will run next year completely on ECE funds, and.has, been incorporated as part of the regular curricului. Don said it is one of the easiest to manage and least eycensive pro5ra^s he has ever run in the school-,;- Response chool:Response fro= teachers, children, parents has been very supportive. Thank you for all you did to facilitate and enable he establish- .went o_" a program vl ch has had s•ich a osititie effect _n erz-yore involved. JS:-,r Ib _ 00933 G♦-9 3-75 3m � I CA-9 J 75 2M t In the Board of Supervisors of Contra Costa County, State of California May 17 , 14 77 In the Molter of Authorizing Execution of a one year and two month Lease with Duffel Financial & Construction Company for the premises at 1070 Concord Ave., Suite 190,'Concord, CA IT IS BY THE BOARD ORDERED that the Chairman of the Board of Supervisors is AUTHORIZED to execute on behalf of the County a one year and two month lease commencing May 1, 1977 with Duffel Financial & Construction Company for the premises at 1070 Concord Ave., Suite 190, Concord, CA, for occupancy by the Justice Automated Assistance Committee. PASSED by this Board on May 17. 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 bond and the Seat of the Board of Originator:- Public Works Department Supervisors Real Property Division affixed this 17thday of May . 19 77 cc: County Auditor-Controller Public Works �'� � J. R. OLSSON, Clerk Lessor (via R/P) B Buildings & Grounds c . Deputy Clerk Justice Automated Assistance Committee Maxine M. flifufeld County Administrator 00934 H-24 3I7f 15m 4 s :L SSS E ' Justice AutOwted Assistance Committee Suite 190, 1070 Concord Ave., Concord ' 1. PARTI'U: Effective on MAY 1 B?? , OUfft". flaiANCIAL APtO CONSTRUCTIO6 CONPANY,' hereinafter called the "LCSSOR", and COUKTY OF CO?dM COSTA, a political subdivision of the State of California, hereinafter called the "COUNTY" mutually agree and promise as.folloxs: 2. LEASE u"F PRESSES: LESSOR for and in consideration, (if til: rents,, herby leases to LINTY and COUNTY accepts and takes those certain premises comwonly knorm as Concord Office Paris II, 1070'Concord Ave_, Suite 19o, Concord, California, consist- ing of approximately 810 square feet of office space, and,shdbai on Exhibit "A" attached hereto and rude a par: hereof. COUNTY and its employees; agents, and. invitees shall have de nun-exciu::.e rig;it to ase the µarcing acilities located adjacent to the Building. Tree prtmises, S.:ite 190, A:11 be'designnated Suite 100.for purposes of.COURTY ocru,r- 3. TERN AM) EX"TEIiSION: (a). The tarp of this lease shall be for one (1) year.'and two (2) months' cowncing .1ky. 1, 1977 :' 4ndihq dune 30, ism. (b) Tile GUUITfY may ex:err Geis 1e4se by giving.LESWA 30 days prior written notice for an additional one (1) year coaaenci:ig July 1, 1918 and ending .lune 30, 1979 ort t.-u: ban:. ..e' r; acrd condi tions, except at a rental.of $44540 per month. 4. HOLDING OVER: Any holding over after the team of this lease--as provided herein- above, shall be construed to L,- 6 ienanrcy from month to Nonth subject to the terms of this lease, as applicable, at :►445.50 per.month. 5. REKTAL: COUNTY shall pay to LESSOR as rent and use of said premises a monthly rental of N4U.00 par wenutu in advance.on the loth day of each month during the tei,.a of this leease, except in July, When Payment mil be on the 25 r.. Pa)veats are to be suit to LLSSUR at 3730 Ht. Diablo Blvd., Lufayette, CA 84549. u'. TERNliubTleli: OF % LEASE: LLSSM and COMITY Irereby ayree'Via t tone lease between LEMR AW COUNTY anted July V. 1976 fur 735 squ.:ra- feet of office space at Oncord i)frfice Farr. it, IU70 Cr:::renes: Ave.; Smite 100, Concord, California, shall be tenynirnated as of tpril U. 1371. 7. USE OF XCUIS€S: The pr misrs Q#4181 be used durinG law tetw ex wusion hereof for purposes of conduetine various'Ahictions of COURTY. W.w "1- Mkrofilmeil wltli board order 8. WI i L:'110E AND REPAIRS: ' (a) LESSOR will furnish and maintain electrical, lighting, Nater, plumbing, s - heating, ventilating and air codditioning systems used in or with the i demised premises. Heating, ventilating and air conditioning systems shall meet the following design criteria: (1) Heating Design temperature inJcor: 72" F. at five-foot level above floor. Design temperature outdoor: 35" F. ambient. (2). Cooling Design temperature indoor: 75° F. - DB at five-foot :level above floor. Design.temperature outdoor: 95° F. - DS and 67° F. - WB ambient. (3) Ventilating Air supply shall be a minimum of one and one-quarter (1-1/4) CFH . per square foot of floor area. " (b) LESSOR shall keep the exterior of the building in good order, condition and repair including the parking lot and landscaping. (c) COUNTY shall keep and maintain the interior of the premises in good order, condition and repair, to the extent provided by routine maintenance and normal care but shall not be responsible for major repair resulting from age and deterioration. LESSOR shall repair damage to the interior caused by failure to maintain the exterior in good repair including damage to the interior caused by roof leaks and/or interior and exterior wall leaks. (d).. COUNTY shall replace any glass windows broken in the demised premises.. .(e) LESSOR shall provide and install at the direction of the Fire Marshall the necessary number of A-" fire extinguishers for the premises at no cost to COUNTY. COUNTY shall tnereafter maintain, repair, and replace said extinguishers. (f) COWGY shall not suffer an, waste on or to the demised premises. (g) COUNTY shall not be respeasible for correction of Code Violations which may exist in 'the demised premises, unless such violations arise out of or are related to a change in the COUNTY occupancy or use of said premises. 9. ACCOMPLISHMENT OF iHPiMVEHERTS: (a). LESSOR will install three duplex electrical outlets as indicated on Exhibit "A". (b) In the event LESSOR does nrt complete the improveiaents•or. or before June 1, 1977, COUNTY suy coiaplul.e tre iimaroveii:ents.and deduct the cost thereof ftaas the rout. lu. UTILITIES AND J.'WITURIAL: i.iS vz spall pay for al i ;pater, sewar, gas, electric and reuse collection services Lu the deaised prewises. C-AUff shall rro- . vide janitorial service. -1- 00936 11. ALTERAMtONS, FIXTURES AND SIGNS: COUNTY may make any lawful ant: proper minor alterations, attach fixtures and signs in or upon the premises which shall remain COUNTY property and may be removed therefrom by COUNTY prior to the termination of. this lease, all signs to meet with•existing Code requirements and LESSOR'S approval. Any such alterations, signs, or fixtures shall be at COUNTY'S sole cost and expense. 12. MOLD MaRt1LESS: It is understood and agreed that LESSOR shall not in,any way be responsible'for damages to perscub or property in and upon said premises and shall not be held liable for any liability, claim or suit for damages to the person or property while in or upon sdid premises on COUNTY business and COUNTY i►ereby agrees to defend, indemnify, and hold hamless LESSOR from an, liability or'charges of any kind or character by reason of.such injury or damage claim or suit for liability arising therefrom in, around, or upon said leased.Nre:i►ises, except in the case of any scructural, mechanical, or other failure of equipment or building owned by LESSOR which results in dawage to any person or property, LESSOR will be held liable. LESSOR agrees to defend, indemnify and hold CGU1-ffY completely harmless from damages to persons or property and COUGTY shall not be held liable for any liability, claim, or suit for damages to the persons or property when and if said persons or property are invited or brought into the demised premises by LESSOR. 13. DESTRUCTION: (a) . In the event of damage causing a partial destruction of the premises during the term of this lease frau any cause, and repairs can be made within.-(60) sixty days from the date u- tree date of the dawaye under the applicable Utz and regulations of g:;ve:ia:ental authorities, LESSOR shall repair said damage promptly and within a reasonable ti.-tie, but such partial destruction shall in nowise void this lca:;a except that CODUTY shall be entitled to a proportionate reduction of rent while such repairs are being made, such proportionate reduction to be based upon the extent to which the portion of the praaises usable by W0iiTY Lears to tole total area of th-, premises. (b) If such repairs cannot be thide in sixty (60) days, LESSOR clay, at his option, make the same within a rejsuni.We time, :his lease coatirui::y in full force and effect and the rent sa be proportionately reduced as provided in the previous paragraph. in zjie eveat LESSOR does not so elect to make such repairs ►mien cannot be .:.., ins sixty (60; ua;S, or such repair:; cannot he s 0093'7 made under such laws and regulations, this lease :ray be terminated at the option of either party. (c) A total destruction of the premises or the building in which the. premises are located shall terminate this lease. 14. ASSIGi51111T AND SUBLETTIRG: COijUTY shall not assign this lease ncr sublet the premises without prior :tri tters consea t of LESSOR. 15. QUIET ERMYNENT: LESSOR covenants that COUNTY shall at all times during the said term peaceably and quietly have, Mold, and enjoy the demised premises without suit, trouble, or hindrance from or on account of LESSOR as long as COUNTY fully performs heteunder. 16. DEFAULTS: In the event of COG;'TY breach of any of the convdnants or conditions herein, including rent payment; LESSOR may re-enter and repossess the premises and remove all persons and property therefrom. In the event of' such a breach by LESSOR, COUNTY may quit the premises witnout further cost or obligation or may proceed to repair the building or correct the problem resulting from the breach and deduct the cost thereof from rental payments due to LESSOR, provided that COUi4TY has given LESSOR written notice of said breach and provided that LESSOR has not made a sub- stantive effort to correct said breach. 17. SURRENOER CF FREPHSES: On the last day of the said terra, or sooner tetitination of 'the lease, COUNTY will peaceable and quietly leave and surrender to LESSOR these premises with their appurtenances as:., fixtures (except signs ani fixtures referred to hereinabove) in good order, condition and repair, reasunaole use and wear thereof and damage by earthquake, fire.puolic calarmity, by the elements, by Act of God, or by circumstances over which COUNTY has no control excepted. COUNTY shall not be liable for painting the interior of the demised premises upon terimination of this lease Ia. TAXES: COUi1TY shall pay to LESSUR within thirty (30) days after being requested to do so by said LESSOR, as additional rental, a sunt equal to 3.3% of the increment, if any, in City and/or COU&NITY taxes iL-.led against t:.e demised premises (Assessor's Parcel 126-33t-U46) in any year durir..; tae term of this lease or extension thereof which rmay exceed the taxes for the fiscal years 1975-77 wnicn are Mr.ateen Thousand Three tlunare.l Fifteen and .W/100 Uol:ars (519,315-00). 00938 ..l1plN.a'ta�. t 00938 • /7 s 19. INSPECTIOR: LESSOR may enter the premise"& between the hours of 9:00 a.m. and 5:00 p.m., Randay through Friday, holidays excepted, an&may employ proper repre- sentatives to ensure that the property is .being properly cared for, that no waste is being made, and that all things are done in the manner best calculated to preserve the property and in full compliance with the terms and conditions hereof. 20. SUCCESSORS: The teras and provisions of this lease shah extend to and inure to the benefit of the heirs, executors, administrators, successors, and assigns of tne'respective parties hereto, jointly and severally. 21: TIi,E IS OF THE ESSENCE of each and all of the terms anu provisions of this lease. COUWTY LESSOR COUNTY OF CO„TRA COSTA, a DUFFEL FINANCIAL A4D CONSiRUC 1ON eJIMPAhY political subdivision of ie, at Culifornia f W= N. BY r L :- _ f GG✓��� �ss� J epi A. DJffel, 'y Chairman, Board of Swfiervisors ATTEST: J. R. OLSSON, Clerk By ., C-AIK-4c 34zz Deputy RECON-INUEU FOR APPROVAL: By V &—/V-- CoupI—M—ector Deputy Public Buildings 4nd Grounds By fieal Property Age APPROVED AS YG FOFUi: JOMi S. CLAUS[+1, County Counsel - ey —�t4 Deputy - - — -- 00939 -5- —; JIL . vi 1p is i is Qtlrf_B*' • E��a.T (r�� • v.T_ �`"i9 a •- - ----- -- _ - . . 00940 In the Board of Supervisors of Contra Costa County, State of California May 17 ' 19 T� In the Matter of Proposed Establishment of Position of County Child - Abuse Coordinator. This being the time for presentation by Hs. Elizabeth L. Schweiger, President of Child Abuse Prevention Council of Contra Costa County, Inc. , on proposal for coordinating services for the identification, prevention and treatment of child abuse; and Hs. Schweiger having requested the Board to consider establishment of the position of County Child Abuse Coordinator in the Human Resources Agency to bring together persons and agencies concerned with child abuse; and Supervisor E. H. Hasseltine having recommended that the matter of establishment of the position be considered as a policy item in the budget process for the 1977-1978 fiscal year; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Hasseltine is APPROVED. PASSED by the Board on Hay 17, 1977. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Child Abuse Prevention Supervisors Council affixed thisl7th day of May . 1977 Director, Human Resources Agency County Administrator J. R. OLSSON, Clerk By /2( 2,,, Deputy Clerk Mar Cram 00941 H-244M15m 44 41,, 15m . J In the Board of Supervisors of Contra Costa County, State of California May 17 ' 1971 In the Matter of Approving and Authorizing Payment for Property Acquisitions. County Civic Center Detention Facility Site, Martinez Area. (Acquisition of Real Property Rights Located Within Pine, Green and Thompson Streets, City of Martinez) IT IS BY THE BOARD ORDERED that the following settlements and Right of Way Contracts are APPROVED and the Public Works Director is authorized to execute said contracts on behalf of the County: Grantor Contract Date 1. Melvin T_ Wells March 16, 1977 2. William J. Brady April 25, 1977 3. John F. Brady April 4, 1977 4. Flora N. Lyhne March 18, 1977 5. Howard Reed March 29, 1977 6. Charlotte R. McHarry March 23, 1977 7. Roy Herbert Dunkel March 21, 1977 8. Gary Alan Ross March 21, 1977 9. Patricia Gail Young March 21, 1977 10. Nancy Lynn Ross March 21, 1977 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount of $25.00 in favor of each grantor, chargeable to Account #1120-097-7700-605, to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept deeds from above-named grantors for the County of Contra Costa. PASSED by the Board on May 17, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Real Property Division affixed this 17thday of flay . 1977 cc: County Administrator Public Works Director J. R. OLSSON, Clerk County Auditor-Controller By �, Ppke , Deputy Clerk N. Pous 00942 H•24 3[7615m x In the Board of Supervisors of Contra Costa County, State of California Ray 17 , 19 In the Matter of Declaring the month of May 1977 as "55 MPH Compliance Month." As requested th the State of California Highway Patrol, IT IS BY THE BOARD ORDERED that the month of May 1977 is PROCLAIMED "55 XPH Compliance Month in Contra Costa County." PASSED by the Board on May 17, 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: Director, Public Yorks Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this, l7t1day of May . 19 77 J. R. OLSSORI, Clerk OA Bye h I :(1) l f G'E.cS:, .,Deputy Clerk Patricia A. Bell F 00943 H-24 5176 Ism In the Board of. Supervisors of - Contra Costa County, State of California May 17 1977 In the Matter of AUTHORIZING ACCEPTANCE OF INSTRUMENTS. IT IS BY THE BOARD ORDERED that the following instrument is ACCEPTED: Q INSTRUMENT DATE GRANTOR REFERENCE t>\ Grant Deed Nay 12, 1977 P.I.K. a California Subdivision for Development Partnership 4943 Rights IT IS FURTHER ORDERED that the following Offer of Dedication is ACCEPTED o for recording only. U INSTRIRlENT DATE GRANTOR REFERENCE a C3 > Offer of Dedication May 12, 1977 Noodhill Participatory Subdivision for Drainage Purposes Associates Limited 4943 o Partnership U m It 9 PASSED BY THE BOARD ON I`lay 17, 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. Originating Department: Public Works Witness my hand and the Seal of the Board of LD Supervisors cc: Recorder (Via PW) ffi axed thisl 7rh day of May 1977 Public Works Director Director of Planning , p J. R. OLSSON, Clerk BDeputy Clerk Jean L. 1-filler 00944 H-24 3J:6 ISM Jean L. 2Iiller 00944 H-23 3/:6 1 Sm In the Board of Supervisors of Contra Costa County, State of California May 17 . 14 77 In the Matter of Authorizing execution of contracts with Prepaid Health Plan providers for County Medical Services IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AUTHORIZED to execute contracts with the following agencies for the provision of pharmaceutical services and medical supplies to Prepaid Health Plan enrollees during the period May 1, 1977 through June 30, 1978: Pharmacies R. B. Cooke Company #26-929 Savin's Drug Store #26-930 Sycamore Medical Pharmacy #26-935 Civic Center Pharmacy #26-939 Prosthesis and Assistive Devices Burt's Hearing Aid #26-940 Sonctene of Oakland 126-945 PASSED BY THE BOARD on tray 17, 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 Witness my hand and the Seal of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator affixed this 17t1vay of Flay ig 77 County Auditor-Controller County Medical Services d. R. OLSSON, Clerk State Department of Health + Contractors Deputy Clerk cine .• r4 J dg H-243/7,615m 009A5 xr� ^a'4 Contra Costa County Standard Form I MEDICAL SERVICES SHORT FORM SERVICE CONTRACT 1. Contract Identification. Contract 026 - 929 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: R. B. Cooke Company Vendor # 11469 Capacity: Partnership Address: 2711 Macdonald Avenue, 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 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: 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 5:00 p.m. Monday through Friday and 9:00 a.m. to 2:00 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. 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, 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 Covernment Code Sections 26227 and 31000. 13. Signatures. These signatures attest the parties' agreement hereto: COUN-ITY OF CO\'Teta COSTA. CAUFOiWrA CONTRACTOR By. &-w4_ 41A. BY; Designee l Recommended for Approval (Designate official capacity) BY ;:edical Director (Form approved by County Counsel)009946 I Microfilmed with board order s s G Contract Number 2 6 - 9 2 9 Attachment Number 1 PREPAID HEALTH PL44 SUBCONTRACT REQUIRMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Warman-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. -4107 (A-4632 New 3/77) -1 PREPAID HEALTH PLAN SUBCOWRACT REQUUMIENTS 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 976-56983, 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. ' Contra Costa County Standard Form JEDICAI_ SERVICES SHORT FOR4 SERVICE CONTRACT 1. Contract Identification. Contract .' 2 6 9 .9 0 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: Savin's Drug Store Vendor J 01535 Capacity: Partnership Address: 338 Macdonald Avenue, Richmond, California 94801 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 Pfedi-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 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: 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 5:30 p.m. Monday through Saturday. 7. Inde3endent 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, epployea, 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 Amend--ants. 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: COLT TT OF CO\iRa COSTA, CALIFO: LAA CWTR.ACTOR By By Designee By �.��/«-✓ C — Designee Reco=ended for Approval (Designate official capacity) X4948 4 ::�dical Director (Form approved by County Couns . `� -' ' ''Microfilmed with &mr3 order U�v Recora.�ended for Approval k� /q1N (Designate official capacity) 484 Q Medical Director (Form appcoved by County Counsc. -Microfilmed with 6oar3 oft Contract Number 26 - 930 Attachment Number 1 PREPAID HEALTH PE-4N SUBCONTRACT REQUIRMENTS 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 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 PEP 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 PFD' enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of YHP 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 PIT 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_ 14as been resolved. Initials: Contractorounty Dept- nt f 949 (A-4632 New 3/77) -1- 00� PREPAID HEALTH PIAN 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 6OO: 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 hatmless both the State and PHP enrollees in the event the County cannot or will not pay for services performed for YHP 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 %I, Subcontracts, as specified in this Attachment, zest 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. 3 ,00950 (A-4632 New 3/77) _�_ Contra Costa County Standard Form MEDICAL SERVICES SHORT FORM SERVICE CONTRACT n cc�� 1. Contract Identification. Contract #2 6 9 3 5 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: Sycamore Medical Pharmacy Vendor fr 11145 Capacity: Partnership Address: 2485 High School-Avenue, Concord, California 94520 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 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 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: pharmaceutical services and medical supplies as ordered and/or prescribed by County Medical Services. Hours of service shall be as follows: 8:00 a.m. to 6:00 p.m. Monday through Friday and 9:00 a.m. to 2:00 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. 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, 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 hereto: COUNTY OF CONTRA COSTA, CAL FORMNIa�j 1 CONTRACTOR By /iBy .c."d Designee Recommended for Approval r (Designate official apo ty) By ] Medical Director (Form approved by County Counseln Microfilmed with board order Contract Number 2 6 " , cl Attachment Number 1 PREPAID HEALTH PLAN SUBCOYrRACT 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 ?CI 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 io 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 X76-56983 or until any audit or matter under investigation by the Courty, 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- 00,752 PREPAID HEALTH PLAN SUBCOYTP.= 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 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_ a 21 r� a l 00953 (a-4632 New 3/77) _2_ i. f; Contra Costa County Standard Form PiEDICAL SERVICES SHORT FOR.!S SERVICE CONTP4CT 1. Contract Identification. Contract 026 - 93 9 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: Civic Center Pharmacy Vendor # 01160 Capacity: Partnership Address: 2729 Macdonald Avenue, Richmond, California 94804 3. Tern. 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 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 i1, "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 7:30 p.m. Monday through Friday and 9:00 a.m. to 6:00 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. 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, 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 hereto: COUNTY OF CONTRA-COSTA, CJALIFORNIA CANT OR By (l �fRY - i�K/LL By AePtf Designee AL, Recommended for Approval Q� (Designate official capar_lty) / BY- Medical Director (Fora :approved by County Cp����}� Microfilmed with {mord order NEI-_ Contract Number 2 6 - 9 3 9 Attachment Number 1 PREPAID HEALTH PIAN SUBCOYrRACT REQUIREMENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Waxmaa-Duffy Prepaid Health Plan Act, Section 14200 et seq., Welfare and Institutions Code and a waiver granted under Section 222, P.L. 92603, under i:nich the County provides Prepaid Health Plan (PHP) services, the following subcontract requirements (_Article %I Subcontracts) are incorporated into the contract referenced by ni^ber 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 �epart^ent 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, aad 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 .-Iii= m 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 [sited States has been resolved. Initials: �toContractorunt yDe pq(l°55 (A--632 New 3/77) -1- PREPAID HEALTH PLAN SUBCO;ITRACT REQUIRF HITS 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 176-56983, 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 sha11 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. 009, (a-4632 New 3177) _2_ s I� sr Contra Costa County Standard Form MEDICAL SERVICES SHORT FOPUH SERVICE CONTR3CT 1. Contract Identification. Contract G 26 - 940 Departr-ent: 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: Burt's Hearing Aid Vendor # 01191 Capacity: Sole Proprietor Address: 2209 Macdonald Avenue, Richmond, CA 94801 1806 Bonanza, Walnut Creek, CA 94596 3. Terni. 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 ma]j%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 docit—nted 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 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. 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 e.�ecuted 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. Assignmeent. 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: COUNTY OF-CON-Mk COSTA, CALIFORNIA CG.;TRA By Designee q� Recorsie ded fpF;approval (Designate official capacity) Ey Mledical Director (Fora approved by County Cou { Microfilmed with board order U t 7 Recomme decd fpf;approval �._1C/ ��•'J L�'Y1�h i, t.'• (Designate_official capacity) BY. Medical Director (Fora approved by County Coun,� Microfilmed with board order til 5 7 "X -1 a I r Contract Number 26-- 4 Attachment Number 1 PREPAID HEALTH PLAN SUBCONUACT REQUIRE-MENTS Pursuant to State Department of Health/County Contract #76-56983 (County #29-609) effective December 30, 1976, Wamaa--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. ll. 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 i76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Depart6ent of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. _1 40958 '� 7 (A.-463_ New w 3/ 7) C E':j PREPAID HEALTH PLAN SUSCOMMACT REQUIREHNTS 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 coatraw .. 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 076-56983, 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. • r 7 00959 - (A-1632 New 3/77) _?_ Contra Costa County Standard Fora MEDICAL SERVICES SHORT FOiN SERVICE COx'#"MCT {� C 1. Coatract Identification. Contract 2 6 - 9 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: SonCorpora of Oaklana�dCal5eiasa��7��or �r 01243 Capacity: Corpollio! Uin�tsi . oaddress: 1520 &ala '` �Oakl 94612 0,a6 ---39-3=at=ea.T ., ,., a ,; _.,a- 94612) 3. Term. The effective date of this Contract is Hav 1. 1977 and it te=^-i^._tes June 30. 2978 unless sooner terminated as provided herein. 4. ler---a nation. 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- meat 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 yl, "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. S. Comoliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performanc-: here- imder, 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 docura.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, negli.-ent 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. Signaturesr These signatures attest the parties' agreement hereto: COLN"'F OF COYMA COSTA, C.4LIFOR,`1IA XTRACTOR By By Designee Reco=anded for Approval � (Desi gnatr official cap ty) By_ G i1 Mi-dical Director (Frrm approved by County Cougi . :'t McrofihaCd Vriffi Cz?.:i� Q;uf" :K p Contract Number . 6 ' 9 4 5 Attachment Number l PREPAID HEALTH P1.&N SUBCONTRACT REQUIREMENTS Pursuant to State Department of Health/County Contract 076-56983 (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. 001 (A-4632 New 3/77) -1- PREPAID HEALTH PLAN SUBC0.V1"'Rz ACT REQUI.4E.*SENTS 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. - 00962 (A-4632 New 3/77) -�_` In the Board of Supervisors of Contra Costa County, State of California May 1; 19 77 In the Matter of Authorizing Attendance at Meetings IT IS BY THE BOARD ORDERED that the person listed below be AUTHORIZED to attend the following meetings, charges to be at County expense unless otherwise indicated: NAME & DEPARTMENT MEETING DATE Robert E. Jornlin, Director National Association of June 2nd, 1977 Social Service Department Counties, Steering and to Technical Advisory Committees June 3rd, 1977 Washington., D. C. Special Meeting with May 25, 1977 Mr. Califano, Secretary HEW to and DOL representatives May 26, 1977 Washington D. C. Mr. Jornlin will remain in Washington 0. C., at his own expense from May 27,1977 through June 1, 1977. PASSED BY THE BOARD on May 17, 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: Director, NRA Supervisors cc: Co. Social Service Dept. affixed thhl7th day of May . 19 U Employees named County Administrator County Auditor-Controller J. R. OLSSON, Clerk B��b i C t r.) 6_atricia A. Bell,[oaf!E. , Deputy Clerk GG H-24 3/76►sm 00,963 R ,4 In the'Board of Supervisors of Contra Costa County, State of California May 17 19. 77 In the Matter of Appeal of Robert C. Humann Company from Planning Commission Condi- tional Approval of Tentative Hap NOTICE OF HEARING ON APPEAL for Subdivision 4871, Lafayette area. Arnico, Inc. Annlicant and Owner WHEREAS on the 29th day of March, 1977, the Planning Commission approved with conditions the tentative map for Subdivision 4871 filed by Arnico, Inc.; and WHEREAS within the time allowed by law, Mr. William J. Hooy, representing Robert C. Humann Company, filed with this Board an appeal from said action; NOW THEREFORE, IT IS ORDERED that a hearing be held before this Board in its Chambers, Room 107, Administration Building, Fine and Escobar Streets, Martinez, California, on Tuesday, the 31st of May, 1977, at 11:30 a.m., and the Clerk is directed to give notice to all interested parties. PASSED by the Board on May. 17, 1477 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• Robert C. Humann Company—' Witness my hand and the Seal of the Board of Arnico, Inc. Supervisor William J. Hooy, Attorney affixed this17thday of **ay 1977 List of Names Provided by Planning Director of Planning; J. R. OLSSON, Clerk Public Works Director gy, �,,»✓1�}'..=�.;r�r.�, , Deputy Clerk Land Development Jamie L. Johnson Building Inspection 00964 H-24 3j7,'15m ."� . a tt'1'�'f i ': `` ► _� CEIV IE ED CONTRA COSTA COUNTY PLANNING DEPARTMENT G?kY �� )977 J. 7_ Ol55Cd Ct-9X K APO Cf SUEZ -1505 /,:OtiTvA C TA CO. TO: Board of Supervisors DATE: Nay 10, 1977 FROM•• Anthony A. Dehaesus SUBJECT: APPEAL - Subdivision 4371 Director of Planni U► Rob.. C. Humann Co./Arnico Inc. On ilarch 29, 1977, the Planning Commission a^proved, with Conditions, the Tentative E;ap fo Subdivision 4871,_ located in the Lafayette area. An appeal of this decision was filed on April 15, 1977 by William J. Hooy, Attorney at Law, 3135 Clayton Road, Concord, California. This appeal is being forwarded to you for your consideration. Subdivision 4871 is a proposed subdivision of 19.2 acres into 26 lots in a Single-Family Residential District R-9-0. The project site fronts approxi- .mtely 425' on the north side of Quandt Road (a public road), 775' on the northwest side of Summit Road (a private road), and 750' on the easterly s:,4-_ of Camoo Calle, abandoned as a public read in late 1975. When first scheduled, the application was for 31 lots and variances were requested to have six lots less than 1920' in average width. The revised map received February 8, 1977 was for 26 lots and average width variances were required for five lots. This application was filed by Robert C. Hurcann Company. The following people should be notified of your Board's hearing date and time: Robert C. Humann Company Harvey E. Bragdon 1021 Brown avenue 4 Barrie Way Lafayette, Ca. 94549 Mill Valley, Ca. 94941 Arnica Inc. (See attached sheet with addi- 1093 Shary Circle tional names and addresses.) Concord, Ca. 94520 is i l l i am J. Hooy 3135 Clavton Road Concord, Ca. 94529 AAD:dh -Attachments: Letter of Appeal, Planning Department Acknowledoment, Planning Commission Resolution and Exhibit "A", Planning Omission Minutes (2/8/77 t 3/29/77), Staff Report, EIR, Hap. 0006-3 cc: Sub. 4371 tliae-F;:-n, �.,,►. n oc.7�d a.-fir t r WILLIAM J_HOOY ATTORNEY AT LAW f 3135 CLAYTON ROAD l� CONCORD.CALIFORNIA 94520 f 04 TELEPHONE(415)798.0426 April 15, 1977 The Honorable Warren N. Boggess Chairman, and Members of the Board of Supervisors Contra Costa County County Administration Building 651 Pine Street Martinez, California 94553 Re: Appeal from action of the County Planning Commission in approving tentative map and EIR for sub- division 4871 Dear Chair=az Boggess and Members of t-he Count_, Board of Supervisors, This is an appeal from the action taken on March 29, 1977, by the Contra Costa County Planning Commission in approving the tentative subdivision map for subdivision 4871 and in accept- ing the Environmental Impact Report on the project. This ap- peal is taken under Sections 26-2.2404 et seq. of the Contra Costa County Code. I am filing thisappeal on behalf of the fol- lowing families living in the area adjacent to the proposed sub- division: (1) Lawrence & Nancy Cowan, 1271 Summit Road, Lafayette, Calif. (2) Donald & Jane Dirito, 1291 Summit Road, Lafayette, Calif. (3) Robert & Helen Fryman, 1281 Summit Road, Lafayette, Calif. (4) Claude Harmon, 1265 Del Arroyo Court, Lafayette, Calif. (5) Ronald-& Herriette Henrickson, 1253 Summit Rd.,Lafayette,Ca. (6) Jack Hohenstein, 1234 Laurel Lane, Lafayette, Calif. (7) Patrick Kenney, 1294 Candy Court, Lafayette, Calif. (8) Robert & Corinne Kropschot, 1264 Del Arroyo Ct.,Lafayette,Ca. (9) Bill & Barbara Vencill, 1273 Del Arroyo Ct., Lafayette, Calif. I also represent the Quandt District Improvement Association, which is the association of homeowners in the Quandt District area in which this project lies. Briefly, subdivision 4871 involves a 19.2 acre parcel, generally triangular in shape, on the prow of a south-facing knoll which lies to the east of Pleasant Hill Road. The site fronts onthe gaofitmed with board order. UUJJVVb Briefly, subdivision 4871 involves a 19.2 acre parcel, generally triangular in shape, on the prow of a south-facing knoll which lies to the east of Pleasant Hill Road. The site fronts on -the [Illiaofilmed with board order. JVb Page 2 - Board of apervisors north side of Quandt Road (public), Summit Road (private) and Campo Calle (a former public street which was abandoned as nisch in 1975) . The site is located approximately 1,500 feet east of Pleasant Hill Road. The location is in a seismically active region with three active fault zones. These include the San Andreas (about 25 miles west) , the Hayward (about 10 miles southwest) and the Calavaras (about 7 miles south) . Other faults in the area include the Sunol (3,000 feet northwest) , the Las Trampas (about 2,000 feet west) and two un-named faults (one along the alignment of Compo Calle/Quandt Road and the other in a north-curving arc around the north end of the site) . with respect to these aspects, the EIR concludes that it is possible that damaging earthquake may occur during the econ- omic life of the project which could cause both structural and life-hazardous damages. Property here is virtually the last undeveloped site of conse- quence in the neighborhood, probably because its unstable and steep slopes make it difficult and expensive to develop. The site here ranges in elevation from 360 feet above sealevel in the southern portion to 620 feet in the northern. The slopes in the lower elevations are in the 20% range and the slopes in the upper or northerly portion are 75% to 80%. Soils are basicly clay. There are several major landslides on the property and, as well, there are two significant indications of near-surface ground water table on the site which may come to the surface as springs or seeps during wet years. There is a thick stand of mature trees in the northerly 7 acres which were apparently planted there by the CCC in the 1930's. -These include Arizona Cypress, Monterey Pine, Ash, American Elm, Silver wattle Acacia, and Blue Gum Eucalyptus. According to the EIR these are considered "a visually dominant feature" for tra- velers on Pleasant Hill Road. The latter road in this vicinity is designated on the County General Plan as "a scenic .thorough- fare". Though the site is presently in the County, LAFCO has designa- ted it as within the sphere of influence of the City of Lafay- ette. County zoning for the site is R-20. The Lafayette Gen- eral Plan, however, is considerably more restrictive. Under the -Lafayette Plan 50% of the property would be dedicated to per- manent open space (.05 - .3 DU/acre on 3 to 20 acre lots) and 50% or less would be residential (with a density of 1 to 4 dwellings DU/acres on 1/4 to 1 acre lots) . Without more this zoning would permit from 10 to 32 lots on the property. However, the City's recently enacted hillside ordinance would reduce the total number to considerably less than those figures. According to the Geologic and Soil Investigation prepared by ; Purcell, Rhoads & Associates, dated August 23, 1976, for the de- veloper the various landsliding problems at the site can be 00%7 Microlfilmed with board order i Page 3 - Board of "pervisors r handled by mass grading the entire face of the lower slopes with engineered fill. The Report calls for clearing away of all vegetation and soils with organic materials in them from construction site, restoration of fill in 8 inch layups with watering and mechanical compaction, and compaction to 90% in all except the top 3 ft asto which compaction there is to be to 850. The engineers carefully point out that their con- clusions as to suitability of the site depend upon proper per- formance of all grading under the dirdction of the Soils En- gineer and on strict adherence to the recommendations con- tained in the Report. The Report reflects that it is writ- ten in response to what is known now. The engineers caution that these may well be unanticipated circumstances which will require additional expenditures during construction phase. The engineers recommend a contingency fund be set up to cover these extra costs_ In the face of these circumstances the County Planning Commis- sion approved the tentative map for subdivision 4871 submitted by the developer (Armco Inc) for this property, showing total of 26 lots on the site. Approval here is stated to be for "di- rection only", conceding that the number of lots may range be- tween 10 and 26 depending on the next phase of review. The Planning Commission did not require the developer to post bonds other than normal street, etc., bonds. Thus there is no bond- ing for the follo uri g contingencies: (a) to cover the cost of coping with unanticipated conditions on the site (the contin- gency fund referred to in the Soils Report) ; (b) to provide for restoration of the site if the developer were to abandon it in mid-project; and (c) to protect purchasers from catastropic losses if the homes built on this unstable and inhospitable site were to fail because of engineering, developer or builder error or fault. The action of the Planning Commission in going ahead with approval of subdivision 4871 in these circumstances must be reversed based on the following specific considerations: 1. The action taken by the Planning Commission in effect consti- tuted approval of the subdivision having between 10 and 26 lots in it. This is unconstitutionally vague and uncertain. As mat- ters stand now neither the developer nor the homeowners in the area can sav what actual density there will be in this parrticu- lar subdivision. Certainly, if the Planning Commission needed more facts it simply could have held up approval entirely until such were available. Instead it neither made a sufficiently clear decision as to the density of this development not held the same up pending the obtaining of facts the Commission felt pertinent. The Planning Commission's decision should be re- versed. 2. The action of the Planning Commission is further in error, since-the site here is not truly physically suitable for the type of development being proposed. In such circumstances, the legislative body of the County does not have authority to 00968 Micru;ilmed with board order t� MEN Page 4 - Board of tpervisors approve a tentative map. Government Code, Section 66474; Con- tra Costa Code, Section 26-2.2404(b) (2). The site here is simply too steep and there is too much loose material on it to reasonably expect that the property can be reconstituted satisfactorily as called for in the developer's Soils Engineer's Report. The clearest indications of the steepness of the property and its unstable conditions are the 3 geologically categorized landslides existing on it at pre- sent. This has to be natures plainest warning signal as to the complexities involved in building on this site. The Soils Report here confuses this in inference by the- extensive col- luvium or loose material discovered in coreholes drilled there. in fact there was over 30 feet of such material found at core- hole location B12 (which is up-slope from any identified land- slide area). Looking- only at the area between the lines of coreholes calculations show there is approvimately 100,000 cu- bic yeards of this loose material on the property to be re- constituted for the project. Considering that the Soils Engineers are requiring removal and compaction of this material to 905 of dry density in the sub- surfaceareas and to 85% of dry density in the top 3 feet and the existing 20% to 80% slopes involved, the immensity of the developer's task here is clear. what is more signficant is that the implication from the Soils Report is that if the rigid standards are not met then the site is not suitable and the Soils Engineers say there may be conditions on the property which are even more extreme but which are unknown at present. in 1975 the U.S. Geological Survey published Bulletin ; 1388, en- titled "Influence of Rainfall and Ancient Landslide Deposits on Recent Landslides, Contra Costa County". This was to publish the results of a joint study between USGS and IND. This concludes, among other things, that: "The record of landslides that caused damage to man-made struc- tures in Contra Costa County during the 1950-71 period indicates that most of them have been in urbanized hillside areas along the west edge of the County. They have occurred primarily in areas where ancient landslide deposits are abundant; this relationship sugtests that the ancient landslide deposits are commonly reac- tivated by the addition of water to and by the cutting and fill- ing of the slopes." The County should take notice of this record and refuse to permit any development of this site. The risk to potential buyers of these lots, to the homeowners in the surrounding areas and to pub- lic is simply too great. We certainly don't want a situation here such as occurred at the tragic "Portugese Point development" in Southern California where landslides damaged and destroyed substan- tial numbers of new homes leaving the owners and their neighbors without any substantial effective recourse. 3. The site isnot physically suitable for the proposed den-.00�9 sit: ., of development. In such circumstances the PlanningCom 7 mission is without power to approve a tentar:rc r a, ., , Page 5 - Board of ~ ipervisors subdivision. Government Code, Section 66474(c) ; Contra Costa County Code, Section 26-2.404(b) (2) . The map approved by the Planning Commission authorizes devel- opment to a total of 26 lots. For the reasons set forth under 3 above, the site simply can't stand such density. 4. It was further an abuse of discretion to approve the tenta- cive map without requiring the developer to post bonds securing the public against failure of the project. Authority of the Planning Commission extends to specification of conditions for approval of projects subject to posting of necessary bonds by the proponents. In this case, a bond of at least $100,000 should be required by the developer to protect against his failure to complete the project once it is started. This bond should be available for use by the owner or the County in restoring cuts and other dis- turbance,:; on the surface, thereby correcting ugliness and other visual environmental damage of uncompleted work and to restabal- ize the hill should this be required.to eliminate danger to down- slope neighbors from slides generated by the work. A second bond should be required of the developer to take care of unfore- seen engineering contingencies. This should be at least 10% of the total cost of the projected work. Again, this should be . available to the owner and the County should conditions present themselves which are not directly taken care of by the developer or his construcfio n people. Finally, the County should consider a continuing bond here of at least $150,000 which could be used to restore the site from damage done to property of the purchasers of the lots in this subdivision should there be damage done through failure of the developer, his engineers or foreseeable geological disturb- ances. Clearly, the potential for serious injury to both life and property exists in this situation. If the development is to go forward the purchasers have a right to be protected against foreseeable failures of the site. This can best be done by con- tinuing bond from the developer and would at least provide a fund for correcting such difficulties. And, requiring such a bond, would go a long ,ray towards insuring that the work that is undertaken at the site is done properly. 5. Condition #5 of the"conditions" approved by the Planning Com- mission provides for a "scenic easement" tote established to protect the grove of trees located in the northly portion of this property. The Commission failed to spell out the dimen- sions, conditions and the provisions of this so-called "ease- ment". The Commission here again exceeded its authority in ap- proving this tentative map without delineating the protection being afforded for this grove of trees. The Planning Commission is without authority to approve a ten- tative map where the design of a subdivision is likely to cause 00970 tiUuvii; rd med 'with ��c O order Page 6 - Board of apervisors substantial environmental damage. Government Code, Section Contra Costa County Code, Section 36-2.2404(e) . Without sps� i fication of the protections afforded for this grove of trees, the favorable environmental impact created by them could be im- paired or lost entirely. In view of the developers willingness to set aside some 7 acres for trees, this adverse environmental impact .is avoidable and consequently must be addressed before the tentative map can be approved. 6. The Environmental Impact Report contains a number of inaccur- acies. These were referred to in letter to the Planning commis- sion by mrs. Helen Fryman. Her comments for "CORRECTION" are attached to this letter and are incorporated herein by this re- ference. Aside from the comments which are made there it does appear that references in the Environmental Impact Report to the economic plight of the developer are totally out of place, (e.g., pages 6 and 21 ) . Purpose and import of the Report are to aide in as- sessment of the environmental effects of a particular project. It is detractive to and adds suspicion that the Report is "developer-oriented" to have this public report involve itself in such economic concerns. 7. Additionally, the s-idenee as to the soils conditions at the site which tress present-a3 to the Planninq Commission does not support their acceptance of this map. In such case the Planning Commission is without authority to approve the map. County Code, Section 26-2.2404(c) (3) . The principal evidence offered by the developer as to the suit- ability of the site for this development was its Sbils Re- port. This Report clearly identifies the project for which it was written as being for a "31-lot subdivision". The Report states at page 13 that in the event any changes in the proposed development concept or location of the facilities are planned, the conclusions and recommendations of the Soils Engineer shall not be considered valid unless the changes are reviewed and their conclusions modified or approved in writing by them. So far as I can determine this was not done prior to the hearing before the Planning Commission and hence the Report itself must by its very terms be deemed invalid. Such evidence clearly can- not support a favorable decision. On behalf of the appellants here, I respectfully request that your Board reverse the decision of the Planning Commission ac- cepting the tentative map for subdivision 4871 and in approving the E:R on the project. The Planning Commission decision was, at best, vague and uncertain in their allowance of between 1110 arcs 2,5 lots" on the site. For this reason alone it cannot stand. Fiore importantly there is considerable question whether this landslide-ridden site can support any development at all. �; ��:: .�� :r►t;; 009'71 zard ordoZ L h and 2t) lo..�a u,l t-"F- ..1L. ,.lore importantly there -is coni.deratGuestion at all. landslide-ridden site can support anyyedevelopmenwhether 009 1 Page 7 - Board of spervisors - Certainly 26 lots are too many for this location_ To the extent that the Planning Commission did not require the development to post bonds to protect the public against failure of the project, its decision ignores the needs of the public and thus cannot stand. At the very least, approval should in- clude requirements that the developer provide bonds (a) to in- sure against premature abandonment of the project; (b) to pro- vide for unforeseen conditions in the subsurface; and (c) to take care of damages to purchasers of these lots occasioned by developer or other avoidable failures. The Planning Commissions failure to specify the terms of the "scenic easement" with re-- spect to the trees also is a reversable defect. Their approval of the EIR without correction similarly requires reversal_ Under the circumstances, the appellants respectfully request that the Planning Commission's decision to approve the tenta- tive map for this subdivision be reversed. The developer should be required to re-submit project map and re-initiate procedures for approval of this project and EIR. Respectfully submitted, '. t f WILLIAM J. HO Y, Esq. - co r rt TfJH^a Attachment Q i. t• 1' BEFORE THE PLANING COinIISSION OF THE COMITY OF CONTRA COSTA STATE OF CALIFORNIA jI it' In the :latter of the Application for Approval I� of the Tentative !iao of Subdivision Number 4.071/ ; t IIHEREAS, a request by Arnico Inc. (Applicant w Owner) for approval of a �i I tentative subdivision map in an R-20 Zoning District was received by the Plan- Ining Department on May 19, 1976; and is !� IIHEREAS, after notice thereof having been lawfully given, a public r hearina was held by the Planning Coinnission on :'arch 29, 1977, whereat all .! persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated =1 'tall the testimony and evidence submitted on this matter; and iWHEREAS, an Environmental Impact Report was prepared by the Planning ,Sta:f, !:resented at said public meeting, considered b;,, the Planning Cor.mission during its deliberations and was found to have been complete in compliance with i ! CEQA and State and local guidelines; and a ii WHEREAS, the Final Environmental Impact Report for Subdivision 4871 i{ identified the following significant impacts: � air and road construc- tion.The Environmental Impact Report identifies re }; P P i� tion. a. Alteration of topography due to landslide repair and road t+ construction. �1 b. Alteration of a local visual open space due to tree rerovai and clacement of houses in front of and amona the remaining !) trees, thus affecting vievis fron Pleasant Hill Road and Route j! 24. it c. Construction of :comes on a site wi % active landslides in a j� seismically active region. i! it 2. Elinor adverse impacts identified in the Environmental Inpact Report i� include the increase in traffic, decrease in quality and increase"in amount and speed of stone water run-off. Ot:ier impacts identified j� related to loss of grassland habitat for wildlife, decrease in air quality, and increase in long-term decaand for electricity, natural gas, and fuel energy. 0,J��3 j - - !' hNicrofilmrd with board order i, tilicrofilt,-_U %•uu uvu� t! �4 Sub. 4871 �1 Page 2 � WHEREAS, the Planning Commission recognizes the above significant . O.impacts and suggests the following mitigating measures: 1. Grading for road construction and landslide repair will be done t; in accordance with the recommendations of a licensed soils engineer j and will include surface and subsurface provision for drainage. f� Stabilization of the land is required prior to construction of the streets and homes for the safety of the new homeowners and will also provide an element of safety to the neighboring properties ; which could be affected by a landslide originating on this property. ; t 2. The subdivision plans have been revised from the plan first submit- ted to place the road lower on the hill in order to preserve the trees. 3. Landslides will be stabilized as outlined in "1" above, and earth- quake design will be handled structurally. 1 ' 4. Applicant will be widening Quandt Road and Summit road and providing - sidewalks along the subdivision frontage, which will improve ve- hicular and pedestrian safety in that area. NON THEREFORE, BE IT RESOLVED, that the Planning Commission APPROVES the application of Arnico Inc. for approval of the tentative map of Subdivision ` 148071, subject to conditions as listed in Exhibit "A", which is attached hereto ±� and made a part thereof; and ft ;f BE IT FURTHER RESOLVED, that the reasons for the approval are as follows: t 1. The proposed subdivision is in substantial conformance with the R-20. i� Zoning District. t 2. The development of this subdivision as a single-family residential ' i� development is in keeping with the character of tise area. s 3. The proposed subdivision is consistent with the General Flan. t 4. The significant impacts addressed in the Environmental Impact Report; cannot be feasibly implemented without greatly altering the pro- posed project which is not warranted. �) BE IT FURTHER RESOLVED that the foregoing approval was rade in the motion �i of Commissioner Anderson, seconded by Commissioner Stoddard, and adopted at the ! t! Planning Commission meeting of March 29, 1977, by the following vote. ti vmh beard orda x009 74 n Sub. 4871 j t Page 3 AYES: Commissioners Stoddard, Phillips, Comnaglia, ililano. TOES: Commissioners Young, Walton. l 1 ABSENT: Commissioners - None. I� . � 4 WILLIAII L. PSIUM ( Chairman of the Planning Commission _# County of Contra Costa, State of California c ATTEST: Anthony A. Oehaesus , Director of Planning t{ t ')Norman L. Halverson t (Chief, Subdivision Administration t t . f t f ! r 009751 t - � +3 { 00975 a; EXHIBIT "A" C i Conditions for Approval of Subdivision 4871 1. Approval is based on the tentative map received by the Planning Depart- ment on February 28, 1977, as modified by these conditions. 2. The next phase of review shall be the review of the development plan, including grading, drainage, and building location on the lots. During this period of review the Director of Planning shall consult with the Springbrook Neighborhood Association and may bring the tentative map back to ,the Planning Commission for review, if necessary. 3. Exception is granted from the Subdivision Ordinance for Campo Calle to be a private street. Right of access shawl be given to the Quandt property. 4. Comply with the fire protection requirements of the Consolidated Fire Protection District. 5. A scenic easement shall be established to protect the grove of trees located on the north portion of the property. 6. Campo Calle and any other private streets which may be approved shall be constructed to County Ordinance requirements for private roads. Improve- ment plans, inspection fees and bonds shall be submitted to the Building Inspection Department. 7. The subdivision shall conform to the provisions in Title 9 of the County Ordinance Code. Any variance therefrom must be specifically applied for and shall not be allowed unless listed on the Planning Commission's condi- tional approval statement. 8. In accordance with the provisions in Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be dedicated or deeded to Contra Costa County for road purposes shall consent to the dedication/ deeding of'the right-of-way and shall subordinate their rights to the right of the public in the dedicated/deeded area. 9. All utility transmission, distribution, and service facilities shall be installed underground. 10. Street lights shall be installed on Quandt Road and Summit Road and the entire subdivision shall be annexed to County Service Area L-42 for the maintenance and operation of the street lights. 11. Sidewalks shall be constructed on Quandt Road and Summit Road along the subdivision frontages. 12. No mailboxes will be permitted within sidewalk, path or trail area. The placement of mailboxes within the right-of-way shall conform to current standards of the Public Works Department. The subdivider is advised to contact the Postal Service and find a satisfactory arrangement for mail delivery. AMaofiimed vAth board order 00976 U 1 Conditions for Approval - Subdivision 4871 Page 2 13. The right-of-way width for Quandt Road shall be 60 feet measured from the existing right-of-way in Subdivisions 2013 and 2447. The face of curb shall be located 10 feet from the widened right-of-way line. 14. The portions of Quandt Road and Summit Road within the subdivision shall be dedicated to the County. 15. The width of Fox Ridoe Lane shall be subject to review and approval by the Staff. 16. The returns at the intersection of Quandt Road and Campo Calle Road (private) shall have 10-foot right-of-way radii and 20-foot curb radii. The centerline of Campo Calle Road (private) shall intersect Quandt Road at a right angle to the tangent of the Quandt Road right-of-way line. 17. All street intersection grades shall be in strict conformance with the provisions of Chapter 98-6 of the Ordinance Code. 18. The subdivider shall replace any existing paving within 20 feet of the curb that does not meet County standards for structural section. 19. Along the roads dedicated to Contra Costa County at least one 3-inch diameter non-ferrous drain shall be installed for each lot through the curbs and under the sidewalks to provide for future roof drain, etc., connections from the individual lots. Locations will be determined on the basis of grading and road improvement plans. 20. The subdivider's engineer shall submit to the Public Works Department, Land Develooment Division, as part of the improvement plans, a soils report specifically addressing the treatment of slide areas which affect the roads built to public road standards. 21. Although the storm drainage system is shorn in some detail, comment on the system will not be made until the improvement plans are submitted for review. 22. Storm water flow from the developed portion of any lot shall not be Allowed to flow onto adjacent lots in the subdivision or onto adjacent properties. Concrete-lined interception ditches shall be installed, if necessary, to prevent this occurrence. 23. Lots 18 through 26 shall be protected from hillside runoff from the north. 24. The existing culvert along the Pleasant Hill Road frontage at the westerly most corner of the subdivision shall be removed and replaced with concrete- lined ditch to match the existing concrete-lined ditch upstream and down- stream of the culvert. 25. The right of vehicular access to Pleasant Hill Road shall be relinquished. !"filmed vvith board order 009, ` { -Conditions for Approval Subdivision 4871 Page 3 26. Sewage disposal serving this subdivision 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. 27. !Dater supply shall be by the East Say 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 subdivision shall become an integral part of the East Bay Municipal Utility District's overall water distribution sytem. i ON I sw/dh 3-29-77 Rev.'5/5/77 Al FW S x } C t 4 2 'v u • v T � Y } of a.sY[u 00, AMcrofiimed with board order miuots!mad vtzuii t�Wtu c. u.t Ln nt R, t -_..�ti+>w' ?' •' - .� ` 4.c.00 .,,rPlttS U(g.r. a C a.. !\f� 1 � .b,.'« �/ t „a - s ,,, ,,,`► 7e]tht}t6w j`'-•. p- .... '►y« }: ]. '•`b I `t;. "'" � '.� to .r ars x-' �� --,�.�,'� f*t �• � 'k�\. ` j. 1 is.�ti�ti"`. ] •rx«... }» � t . ;NSdu.r f ] Coh6ra t�.o, t} co y }--�i ye< •2 �Y•�• f�O=1+ ]'�r Trip !aN• �' u.S � t Cr flT I ..'.. .,.'a.4 x ••' t ''i•�...... r r `-••srx x,w a 4Y�r` +to�.r, t r � t `.. � 4' f":w.w,t_1, a' f 3 ele t�] t. �f• «`.�• "► 4v w.. � s.w. ��1 yr M p �� .. - .rrr. �trv+r 4r �'•!r �,.�'A.'�� �Iw. i}_— Y 1 r r�x'-�• Y a�. �• ; w •, � '"'.+i 6 - 1 ���• S�_—x'r.••xr xv2,nu,-♦ '°r t r •. x^"�• 'fa .- ^.....mow t�Q ` x }� .... .� ....•.r ��xt :.....+.... t� i ':i .. •K '' ri' ~�� Ydrr.." l'`� t d"x•r0 •16�• �'i r• ••( ��'nm .*:i V} ^ ''`r/',.�: ww.-'ry Basic map, Bay and River Area, reproduced by permission of the California State Automobile Association, copyright owner, ENVIRONMENTAL IMPACT REPORT SUBDIVISION 4871 - Robert Numann �. ESA-EIR-2576 0 5 FIGURE I REGIONAL LOCATION Miles 1 . r.,h009'79 Waotied vAth [scar? Ord3 Miles FIGURE I REGIONAL LOCATION JI{adilined viith board order 009 `J CL jLJ G."`5 , ';I .`. ���k\ x 7 •s"'•' .� oaKA r: '" •e .Pitts urg,.. M / ♦- w • 1, ��_ •., ",., /;; .rt. 4�•,y•\ s 7 • ?YSosn.a° Conc'ord ca g._ .�\r L • la+c`/J. .f•�_" r =sem .. CD �. =• .. f• ��y 1 F i Ct Ce t,j7 "" ? C•..`•V- •] ` i ' 1,2 it 2 S I Z S t901� [/w \ ~ «• I IAS'---✓�...S11I[ 1 C! .!•, 1 's:t],• .7 .... CceG'I.n `. 1 i.0 n.• ,r+::1 O hv�.� R•,� -�;� - . �-sy �r. r,Gry - '�'s,• ]sr1..il.,c .Ber aVlxt .. -moi. . •: F' • . a ] W'jlw"• :.-.1� ..� ``,, 1 iti.•a� .. NX Alam �-�?:tom ,1�.'� .'/' .,,.— .,•y"'—'i O'ank- '�,. T ] �' t It San Le -dio "� _ ��. [ w. •3 Lor Basic map, Bay and River Area, reproduced by permission of the California State Automobile Association, copyright owner. ENVIRONMENTAL IMPACT REPORT SUBDIVISION 4871 - Robert Humann ESA-EIR-2576 - 0 5 t FIGURE 1 REGIONAL LOCATION Miles hlicrofilmxJ c:ith board order 00980 -���:'.:�� '`mac. Vz._ 1 ""l� � .1..',�:T`•• �.S j��i. 4•�' � �j•� '•ptna�n �tT;,� � ti��� ^�._;,�� �_ �•` I��y t .� 1 r _ o.i L.:._,r—w3.ti ... if3'=' _ 1\)j ;O z �_�.ci .�, 'G-s "`� .ry' f �;r::x'' •=IIDy�^ :-.•,®. �. tr.-.""'.. 3 `�\�rJtl.• �S } j , «• �/r.�- t*t�" t .Luksfr ' 201 ��� ` i. 4 �'� ��'v'�"�� {�} � a.,�. � j ��. '.�•,t" _�i"t'(> /tri!'. I.•0�.. (; LZ- ! t• Raei •` T '.y ♦ 'A• • '..if j :',�.a"1>l'. 'i '"' ".s�z>w.r I " t.t - .-...•4 , :. .-t; t '.. *' : .r--a^ "` �J '.�.a. •- '�, .77,�,�.�;.,},�• Cp � >• l� �1,,, ,,,r. R;�6 l� ;E�� � •�epi tl�,7 21 to < •'1'y,„..,. r,/ L• .� �- - ro�y1�, r•, - ..'. � .. �`�.t$~• C. Stunts /. ) .1 ••`� Y '1`1 y,s12= �: as• 1 �.1. ^, L� rl`.t^J.r_ _.yF � tY '•`. ,'. per•?'� Stbi}.. .spa _{ ice"j '� ' 1"� _'_J�ti � •` t 'V" � `+JY ' �' ; ' \«%�. t �. �..• ' ice_?. 'lYat t'a' '�y.,• �: aa...��t,,S1�/ �� � '«:,rO�•�+.'a � i �t�� ... •.t'Y \\ '.i� _ v,�rtF; �",}tx "sa`'4�' _f ��" ,j/�(•'.' a. �`�'zal�'�rl���'rj.+�.1..>• i:rj', .\85 ••�T�s����•�����f•s3��;.a.� ��,t1" ti''• Jit i��/s`�t } � i/ I s L..r� ••., -� '"�f� "!E.! t C.�.?a..-�--. 'aw.*`-..:�':� ��+ar�- (7 p'' t y �,, .Y� r\fir c'^ ,• :.r=.:�:c. 4 i � ^,1,\.,.,,i � r�'`�;�::x f'Cifl "'�,,��,� �:`e�.•.+-•:. f n :,+.. C� S=. ,,`'�.•."L.�� Wit• }t= t;i��,4 !.�,�t /,,r1.'�- ({P'I• :-?G: L_E w :.;.�:�-1 "3_. {1 2 `.4;, ';��. r ,�rq �_ - 1/�t✓r 3 fa.-t 01-�"_`-� ~; it .•x,A::. 4 ~:3�i •`'`1 ctF� . \'2 r,•• �� x :2� Ctni•ttY � =�"� :•;`+_,1 e7sse+wln.- at. ,�J•' • ' _ ;���r �>�•'�•• � .,. _ �..,,,'- ` �'�`•� �, ���. C fit' ��-. } a r 7`_�3`o:Q��.tsF-'��;�•.�ti'.� !:>i._. ,i 1r��:- �.•. �•. i•!. "i,L�.v.!:� �1 ci{�. ..�..�Y•'.� Source: USGS - Walnut Creek, Ca.; 7.5 Minute Series O 2,000 t FIGURE 2 AREA LOCATION 2 Feet �:;:_r:.�....._., .:t:.. +✓ arc a.-acr 00981 ...... _.. .._._�...i.......1 o a� - ;$� ; '`•�� _ ':1� irate • s 'pAir ' ;' '� '• , •.F� `tet.�= r b/_ c.�+ 3 • •ka .� . z iJ x 41 go ul CL 0 • t �7*� �• � � 1 Etoco Cars 4 j..� / f:r/.t• tat Z+� 4,is •` / .. EIf t-1 � - •�.� :', moi': '� _ :��f �(J t «baa .��i � Sir• � � .. a •t•�.7�• .I� �•. r d Fes•• En O i —e ui U- 3 .tNcl�e 3-1d . 00982 hUcror!mom vAth boars! order �r 3?" 00982 lVacrori'.m`d vAth baord order kit �a *--R 3 •:i. C:+n CJ N ci — C Cl N a a ¢ a . t Z O CJ N rr 4J W t � > N 441 •� uJ _.. J-r O W 4-4i- 7 _ LLJ U-6 J CJ CJ J3 CL j IA U N' U cn 0— m O 2 aJ 3� w a-N C to LU C CZ 4 (�Siuofi 'd vrdh board order 00983 Y TABLE OF OD.%TENrrS I. Introductory Discussion. . . . . . . . . . . . . . . . . 6 A. Project Description. . . . . . . . . . . . . . . . . 6 B. Environmental Inventory and Impacts. . . . . . . . . . 6 1. Physical Description . . . . 6 2. E..cisting Use and Surrounding Area. . . . . . . . 7 3. Utilities and Facilities . . . . . . . . . . . . . . 7 a. Water. . . . . . . . . . . . . . . . . . . . . . 7 b. Sewage . . . . . . . . . . . . . . . . . . 8 c. Police . . . . . . . . . . . . . . . . . . . . . 8 d. Fire . . . . . . . . . . . . . . . . . . . 8 e. Schools. . . . . . . . . . . . . . . . . . . . . 9 f. Power. . . . . . . . . . . . . . . . . . . . . 9 g. Solid Waste. . . . . . . . . . . . . . . . . . . 9 4. Circulation. . . . . . . . . . . . _ . . . 9 5. Plans, Ordinances and�PLicies . . . . . . . . . . . 11 6. Soils and Geology. . . . . . . . . . . . . . . 11 7. H�3rology and Itater Quality. . . . . . . . . . . . . 12 8. Vegetation and l'ildlife. . . . . . . . . . . . _ . . 13 9. Recreation and Ccer, Space. . . . . . . . . . . . . . 14 10. Socioeconcmic Characteristics. . . . . . . . . . 15 11. Air Quality and Noise. . . . . . . . . . . . 15 12. Historical and Archaeological aspects. . . . . . . . 16 15. Energy . . . . . . . . . . . . . . . . . . . . . . . 17 II. FriviruliTu2iiu?I itia-iy�i�. _ . . . 17 A. Unavoidable Adverse Effects. . . . . . . . . . . . . . . 17 B. Mitigation Measures. . . . . . . . . . . . . . 18 C. Alternatives to the Proposed Action. . . . . . . . . 20 D. Local Sart-Term Uses of the EntiTironment Versus Long-Tern Productivity. . . . . . . . . . . . . . 21 E. Irreversible Environmental Changes _ . _ . . _ . . 22 F. Growth-Inducing Impact . . . . . . . 22 G. Organizations and Persons Consulted. . . . . . . . . . . 22 H. Qualifications of EIR Preparation Agency . . . _ . . . _ 23 I. References . . . . . . . . . . . . . . . . . . . . . . . 23 t 5 Nt:crofo'.m,c4 v.,4h board order ,.t:cr_,:_n?d vntn b-�nrd cyder Mmi I. Introductory Discission A. Project Description The site is located in central Contra Costa County in the vicinity of the intersection of Pleasant Hill Road and Route 24 (see Figure 1). The property consists of about 19 acres which front on Campo Calle, Quandt Road, and Summit Road (see Figure 2). It is more specifically identified as Assessor's Parcel number 75-020-001. The purpose of the project is to subdivide the property to provide single-family housing and to provide a reasonable return on invested capital for the applicant. In addition, the property owner seeks to relieve himself of the maintenance requirerent of the site,%hich consists of annual fire break maintenance. The site is Zoned R-20,whi.ch permits single-family residences with a 20,000 square foot.minim m+_ lot size. No change in zoning is requested. The applicant is the Robert F. Dann Company of Lafayette, California. Private funding will be utilized. The site is proposed for subdivision into 31 lots, each in conformance with the required minimun area requirements. In addition, access would be provided by improvements to Campo Calle and Summit Road and by the construction of a cul-de-sac road extending westerly into the site from Summit Road (see Figure 3). Finally, it is proposed that houses be constructed for sale on each of the lots. The houses are anticipated to range in size frau 2,000 to 3,000 square feet; each will include three to four bedrooms and two and one-half bathrooms. The anticipated construction time is about 18 months from the time of receipt of approvals. The anticipated selling price is $90,000+ per unit. Each home will be designed and sited individually on- each lot to accomutodate the individual terrain of the lot. Similar designs are anticipated on similar lots; some sample elevations of the proposed homes are shown in Figure 4. Each house is expected to have a natural-gas-fired forced-air heater, a natural-gas-fired water heater, both a radar oven and a self-cleaning electric oven, an electric stove, a dishwasher, and a disposal. Air conditioning will be installed only if ordered by a home buyer. B. Environmental Inventory and Impacts 1. Physical Description The site is located on the lower south-facing slopes of a spur of the ridge which separates Reliez Valley from Ifalrut Creek_ The upper portion of the site is at 620 feet elevation and the lower portion (near Quandt Roar?) is at 360 feet elevation. Slopes range from 20 percent to as much as 80 percent. A plantation of mixed landscaping species of trees covers the upper elevations 6 00985 son of the site. These trees are approaching maturity and are a visually dominant feature to observers on Route 24 as they pass Reliez Valley and on Pleasant Hill Road as they traverse the Valley. The area enjoys a mild climate with moderate seasonal variation in temperature. Average precipitation amounts to 24 inches per year, occurring largely as rain during the winter months (Rantz, 1971). Although a grading plan has not yet been prepared, it is clear that substantial grading will be required for two reasons. First, there are several landslides located on the site which mist be graded off and replaced with engineered fill to pro- vide suitable building sites. Second, the location of the interior access roads and consequent layout of lots which have steep slopes throughout means that grading will be needed on the lots at the upper and middle elevations to provide vehicular access and paek ng. Grading and house placement will necessitate the removal of a number of the trees in the upper elevation area. This will affect the views of observers on Route 24, Pleasant Hill Road, and in the loser Reli.ez Valley in general by placing a number of houses in front of and among the remaining trees. 2. Existing Use and Surrounding Area The site is utili=ed as pasture for domestic horses. Residen- tial 3evelo�e _ and- a high scb=1 are towed along the valley ti eor below he site and agricultural uses (primarily grazing) are found on the hills above and to the north of the site. The project would continue the process of single-family residen- tial development from the valley floor onto the lower slopes of the ridge. This process has already occurred to some extent along Summit Road to the east of the site, and is consistent with the zoning of the site. 3. Utilities and Facilities a. Mater The East Bay Mmicipal Utilities District supplies water to the area. They have a supply main located in Summit Road which receives water from the District's Colorados storage reservoir and which can serve houses up to an elevation of 450 feet (Lots 1-14, 17, and 18). The other lots on the site (Lots 15, 16, and 19-31) could be served by an exten- sion of a urater supply main from the Bacon Reservoir. The end of this main is located about 700 feet east of the site .on Summit Road. This could serve houses up to an elevation of 650 feet. It is estimated that the subdivision mould require about 16 acre feet of amater per year. 00996 b. Sewage The Central Contra Costa County Sanitary District provides collection and treatment of sewage from the area. It has collection mains in Summit Road and Quandt Road. Sewage is treated at the District's Pacheco Plant, which currently pro- vides primary level treatment with a deep water discharge into Suisun Bay. Improvements are under construction and within a year the level of treatment will be upgraded to secondary level treatment. Further improvements are also likely so that by 1990 plant capacity would be improved from the existing 30 million gallons per day (mgd) to 45 mad. It is estimated that the project will generate about 0.007 mgd of sewage. c. Police The Contra Costa County Sheriff's Department provides police protection to the project area. The project would be included in Beat'Nkmber 12 which has a one-man patrol car on duty 24 hours a day. As a matter of routine, patrol cars would not enter private driveways; however, they would respond to calls. The project would add 31 residential units within the Sheriff's jurisdiction; fear police problems are anticipated as a result. d Fire The Contra Costa County Consolidated Fire Protection District provides fire service to the project area. First response to the site would cave from the District's Engine Company 15 which is stationed on Mt. Diablo Boulevard in Lafayette; response time is estimated at three to four minutes. Second response would come from Engine Company 2 in Pleasant Hill with a response time of six minutes and third response would come from Engine Company 3 in Walnut Creek with a response time of six to seven minutes. The project would provide the desirable minimum of a 20-foot wide hard surface on all roads and common driveways and the curves and cul-de-sac ends pro- vide the minimum of a 30-foot radius of cur,ature needed to turn an engine around. (The needed 13.S-foot overhead clear- ance would be available as there are no trees along the streets.) Adequate protection could be provided without additions of manpower or equipment; however the proposed private ownership of all access frays means that there will be no public control of parking. This may result in blockage of access roads at times by parking along the roads. 8 00987 t y, e. Schools The Lafayette School District and the Acalanes High School District provide elementary and secondary education, respec- tively, to the project area. The Lafayette School District has experienced a decline in enrollment and has recently closed the Ellis School on Quandt Road. Therefore students in grades 6 would attend the nearby Springhill School on Springhill Road. This school has a classroom capacity of 510 and a projected 1976-7 enrollment of 405. Students in grades 7 and 8 would attend Fairview Intermediate School, which has a classroom capacity of about 500 and a current enrollment of about 400. Acalanes High School is located about two blocks from the site; it has a classroom capacity, of about 1,500 students and a projected enrollment for 1976-7 of 1,375 students. The project is estimated to add a total of about 25 school children to these two dis- tricts;* this is well within the remaining classroom capacity. f. Power The Pacific Gas and Electric Company provides electricity and natural gas service to the-area. They have supply lines in Quandt Road which could serve the site.' See the section on energy- ior a discussion of energy demands. g. Solid Waste The Valley Disposal Service provides solid-waste pick-up service to the project area. Waste is taken to the Acme Sanitary Landfill site near Martinez, which has a projected useful life until the year 2020. Service to residential . units on S mmit Road is now provided by a special truck because of the narrowness of the pavement. The project would result in the widening of lower Summit Road so ser- vice to the site and to other residences along the lower portion of the road could be provided by regular trucks. It is estimated that the project will generate about 1,400 pounds of solid waste per week. 4. Circulation The site fronts on Quandt road; in addition, access is available from tido private roads--Campo Calle and Summit Road. Traffic F n the data presented in the 1975 Countywide Census. 04998 from all these roads travels west on Quandt Road to Pleasant Hill Road, which provides access to the Pleasant Hill/Ifalnut Creek area (to the north) and to Lafayette and the Route 24 freeway (to the south). Campo Calle is a small road with a narrow pavement that is badly in need of maintenance. Summit Road has a fairly- recent pavement about ten feet in width. Quandt Road is a rural type, two-lane road. Pleasant Hill Road is a four-lane regional collector road which has a four- way traffic signal at the intersection of Quandt Road. Traffic counts taken in 1974 show that Quandt Road (measured 200 feet east of Pleasant Hill Road) has an average daily traffic (ADT) volume of about 1,000 vehicles. This may be somewhat lower now due to the closure of Ellis School on Quandt Road. The 1974 traffic volume on Pleasant Hill Road (measured 500 feet south of Quandt Road) was about 27,000 ADT. A recent traffic study indicated that the Pleasant Hill Road/Quandt Road intersection provided adequate service (Level Q for existing and near-tern projected traffic (T.TDI, 1975). It should be noted that there is a pedestrian crosswalk across Pleasant Hill Road at the Quandt Road intersection which serves school children walking from their homes to both Springhill Elementary School and Acalanes High School. Traffic from Quandt Road which turns south onto Pleasant Hill Road must cross this pedestrian cross- walk. Further, there are a number of vehicles which turn left from southb.^t---!d Pleasant Hill Road into Acalanes High School a snort distance south of the Pleasant Hill Road/Quandt Road intersection. The project as proposed would widen Campo Calle to a total of 24 feet of pavement and provide half of a (45-foot radius) turn- around at the end. Quandt Road itself would be widened slightly along the property frontage. Summit Road would be widened to provide a total of 20 feet of pavement. In addition, private internal access would be provided into the site in the form of a 620-foot-long, 24-foot-wide pavement ending in a (45-foot- radius) turn-around which is proposed to be called Fox Ridge Road. Off the end of this is proposed a Y-shaped private drive which would be 4S0 feet long and 20 feet wide ending in a (30- foot radius) turn-around--the branch would be 140 feet long and 20 feet wide ending in a dead end (see Figure 3 for street layout). This internal access system would serve 18 of the proposed lots. The County Department of Public Works has reviewed the plans described above and has made preliminary comments on them. These indicated that Summit Road should be widened to provide a total of 36 feet of pavement and that the section of this road fronting the site should be dedicated to the County. Similarly the pro- posed Fox Ridge Road should be 32 feet wide arra also should be dedicated. These recocnendations would facilitate access and parking and would provide public control of parking to assure access for fire engines and other emergency vehicles. 0089 NOON== y An additional consideration is the effect of the project on circulation in the Pleasant Hill Road/Quandt Road area. The project is expected to generate an increase of about 540 ADT on Quandt Road. About 34 of these trips are expected to occur between 7 a.m. and 8 a.m. and thus move through the Pleasant Hill Road/Quandt Road intersection during the tine that children are crossing the intersection and vehicles are turning into the high school south of the intersection. This can slightly increase the possibility of an accident in this area. However, in the past the school district has provided either bus transportation or a crossing guard (or both) to move children safely across Pleasant Hill Road and serious accidents have been avoided. S. Plans, Ordinances and Policies The Association of Bay Area Governments' General Plan shows the project site as "Predominantly Residential" with the land mediately uphill of the site shown as "Open Space". The City of itialnut Creek's General Plan does not include the site but does show the area north of the site as "Single-Family Residential-Open" with a density of 0 to 1 dwelling unit per acre. The City of Lafayette's General Plan shows the site as "Residential" with a density of 0.2 to 2 dwelling units per acre. The Contra Costa County General Plan (as amended in 1975 for the tea•;ette Planing Area) shows the site as "Low Density Residential", 0 to 3 families per acre; it also designates Pleasant Hill Road as a scenic thoroughfare. The site is zoned by the County as R-20 which is a residential zone with a 20,000 square foot minim lot size. The applicant has requested subdivision in accordance with the existing zoning an! the tentative map shows 31 lots on 19.2 acres for an over- all density of 1.6 dwelling units per acre. The miniminn lot size shown is 20,000 square feet while the average lot size is 7-3,800 square feet. 6. Sails and Geologti{ The soils of the site are in the Lodo clay loam series. These soils are found on steep slopes; they are subject to moderate to high erosion hazards where the soil is bare. These soils tend to be shallow and have a moderate shrink swell potential and a moderate corrosivity to uncoated steel. They have az agricultural capability classification of VII which is suitable Rise —upon a Geologic and Soils Investigation for the site by Purcell, Rhoades, and Associates, 1976. 00990 Microfitried xith board order "NOUN �c K:oade,, a - pp990 µicso board order for range, wildlife and watershed. There are several flow- type landslides on the site primarily in the southeastern portion of the property; the outlines of the upper edges of these landslides are shown in Figure 3. The slide masses consist of sandy clay slope-wash material and the landslide material is believed to be on the order of 15 feet deep. The bedrock consist largely of shale belonging to the Briones Formation and dating from the Tertiary period (7 to 65 million years ago). In the northeast corner of the site there is a very hard sandy limestone belonging to the Cierbo Formation. The site is in a seismically active region with three active fault zones. These include: the San Andreas (about 25 miles west), the Hayward (10 miles southwest) and the Calavaras (7.mi.les south). Other faults in the area include the Sunol (3,000 feet northwest), the Las Trampas (2,000 feet west), an un:nmed fault along the alignment of Campo Calle/Quandt Road, and another unnamed fault (in a north-curving arc around the north of the site). It is possible that a damaging earthquake may occur during the economic life of the proposed houses. Such an event could cause structural damage, especially if landslide activity is triggered by seismic shaking. Additionally non-structural but life-hazardous damage may occur as_a result. The geologic and soils investigation prepared for the site indicates that the proposed development is technically feasible if certain foundation engineering procedures concerning land- slide removal and engineered backfill, drainage, and specifi- cations for types of foundations are accomplished correctly. These measures, which are oriented towards minimizing the risk of both structur-al and other life-hazardous damage, are out- lined in the mitigation section, however no detailed grading plan is currently available. 7. Hydrology and mater Quality The site is in the watershed of a tributary of Las Trampas Creek. Las Trampas Creek joins San Ramon Creek in the vicinity of the City of Walnut Creek. From there the combined creeks, known as Walnut Creek, flow north into Suisun Bay. Although there has been substantial flood control work performed on lower Las Trampas Creek and all of Walnut Creek, the upper Walnut Creek area is still subject to flooding in the event of a severe storm (i.e., a storm with the probability of occur- rence of once in a hundred years). Additional flood control work is scheduled to help alleviate this problem. The site is not crossed by any creek channels and is not in or near any area subject to flooding. There are, however, two signifi- cant indications of a near-surface groundwater table on the site _- - 12 00991 uhich may come to the surface as springs or seeps during wet years. The first indication is that ground::ater uas encountered at eight feet in one boring and at 15 feet in another, during drilling done as part of the geologic investigation. The second indication is the presence of moisture-loving vegetation (i.e., idllow trees) at carious localities on the site. The project as proposed would construct two storm drain pipes to receive runoff from the proposed access streets. The recommendations of the soils and geology investigation include the construction of a sub-surface drainage system to drain the spring and seep areas-so that the re-graded landslide areas remain stable. Further, the comments of the County Public Works Department recozmend that a surface system of stormwater inter- ceptor ditches be constructed so that no lot drains overland onto another lot below. In addition the Public Storks Department recommends that certain specific improvements be made to the existing storm drainage system. The net result of the proposed and recommended storm water drainage system %,;ould be an increase in the amount and speed of runoff water leaving the site. Mile the'amounts involved on this site are minor relative to the overall flooding problems of the Las Trampas-Walnut Creek system, the project represents a small incremental part of an overall tremi of urbanization which has led to flooding problems. A,-:ditionally, _ -_==f frem the site is expected to contain small amounts of road oil, litter, and heavy metals which will tenni to degrade water quality in the receiving streams and bays. S. Vegetation and Wildlife The site vegetation consists of a highly modified, grassland cammnity. The loner elevations are covered with introduced annual grasses such as hrild oat grass, cheat grass, and foxtail brome grass. Some of the steepest (and thus less heavily grazed) portions of the site still support a few native wild- flowers including lupine, California golden poppy, and wild buckwheat. however, the majority of the grassland is heavily infested uith thistles including mill: thistle, artichoke thistle, and yellow star thistle. The heavy infestation of thistles suggests a history of chronicovergrazingand soil disruption. The upper elevations of the site support a plantation of various landscape-type trees. Some of the tree species include Arizona cypress, 16ionterey pine, ash, Arierican elm, silver rattle acacia, Bailey acacia, and blue-g-M eucalyptus. In the central portions of the site an almnd tree and a weeping willow tree are four-1, each protected from damage by grazing aiirals with a scall fenced area, a?ang the roads which bound the site on the east, south and west are occasional T3 00992 &l ivofiEm_d v:it5 uoo.d ordec planted Bailey acacia trees and along Soman Road on the easterly side of the site these are.augmented by red willow trees. The weeping willow and red willow trees are moisture-loving species and their presence suggests )-ear-round availability of water at or near the surface where they exist. Due to the dryness .of this year (1976) no surface tater was observed. h'hile no attempt was made to document the insect and inverte- brate population, it does include the species common to grass- land such as short-horned grasshopper, crickets, bumble bees, and cabbage butterflies. Insects are important members of the wildlife community because of their pollination activity, "grazing" activity and as a food source for other wildlife. The site supports a modest variety of birdlife including red- tailed hawk, American kestrel, scrub jay, mockingbird, white- crawned sparrow, house finch and house sparrow. Other wildlife present includes western fence lizard, gopher snake, Pacific tree frog, western toad, pocket gopher, deer mouse, and black- tailed deer. In addition, two domestic horses were noted on the site and it is also utilized by domestic dogs and cats. No rare or endangered plant or animal species were observed during site visits and the records of sightings of such species (rept by the County Planning 'Department) do not indicate that ac:r such spe=cies '_3ve ever beer. observed on the site or in the kmediate vici=i% (Leach, Brode and Nicola, 1976; U.S. Fish and h'ildlife Service, 1975-6; Powell, 1974; Smithsonian Institu- tion, 1975). Gradirg and construction associated with the project will result in the elimination of the weedy.grassland vegetation and in the remval of a number of the trees (about 10 percent) in the upper area o: the site. after construction is complete the new home otmers are expected to introduce yard and la su-type landscaping over murch of the site. As a result many of the wildlife species- n3ted above will be eliminated from the site and thus experience a decline in numbers due to the reduced habitat available to theca. Following the establishment of landscaping, insects and urban birds are likely to move into the area. These could include such species as robin, English sparrow, mockingbird, and Brewer's blackbird. These species will experience an overall increase in num=bers due to the increased habitat avail- able to them. 9. Recreation and Open Space The site is shown as part of the urban grawrth area in the Contra Costa County Open Space and Conservation Plan. The nearest public park is the Lafayette Reservoir in Lafayette. Also nearby are the parks of the East Bay Regional Park System and the watershed larids of the Fast Bay Amicipal Utilities District. 14 10. Socioeconomic Characteristics* The population of the area can be generally characterized-as family units with one or two children. About 40 percent of the heads of households are employed in San Francisco or Alameda counties and about 40 percent are employed in Contra _Costa County. Over half of the households had incomes of $15,000 a year or above. Only three percent of the households had an income lower than $3,000 a year. Most of the resident are Caucasians born in the United States while only 0.8 per- cent of the population is black and 1.2 percent is Mexican American or Latin American. The size and estimated cost of the proposed houses would suggest that their future residents would have social and economic characteristics similar to those of the majority of the people already living in the area. It is estimated that the project will add about 106 people to the area. 11. Air Quality and Noise _ a. Air Quality The air quality at the project site is the result.of poll- tants generated locally and in the urban ares to the west of the site. The ligbter %-Lnds and intense sunlight common to the Diablo Valley allow air pollutant values, particularly for oxidant (smog), to reach significant levels. The nearest air pollution monitoring stations are operated by the Bay Area Air Pollution Control District in central Walnut Creek and Concord. The monitoring record at these stations indi- cates that oxidant is the only pollutant that frequently (21 days in 1975) exceeds the national ambient air quality standards (B.k4PCD, 1975). tivhile no monitoring data exists for the project area itself it is likely that the site shares the region's oxidant problem and, in addition, experiences somewhat elevated carbon monoxide values generated by traffic on Pleasant Hill Road. It is estimated that carbon monoxide concen- trations attributable to traffic on Pleasant Hill Road could reach as high as three parts per million at a distance of 200 feet from the rosdray if very light winds occur daring the peak traffic hour (Federal Highway Administration, 1974).* as.. on 97S Census Tract data for the project area (CT 3400). **ire national one-hour ambient air quality standard for carbon m!oroxide is 35 parts per million. CO from traffic :tus based upon 1974 traffic counts. 00993 jV!i:ror�mr%f ��ifih 6^n-rf order u Y L 35 parts per maiiaon. w LI.0.: ll .ice X0993 MicrorImyi I.•lifh' 6^0= �'e 7rf o� r now ` .. . If The roadway influence would be strongest in the extreme western portion of the site and would fluctuate according to wind speed, wind direction, and traffic volumes on Pleasant Hill Road. During the site preparation period particulates (dust) would be produced by the cut and fill operations and by .the movement of vehicles over bare earth. Upon the com- pletion of the project the automobile traffic generated by the residents would produce additional amounts of carbon monoxide and other vehicle-related pollutants. However, the project-related pollutant concentrations would be very low and would be overwhelmed by automobile pollutants from other areas. It is estimated that the carbon monoxide con- centrations adjacent to Quandt Road would be raised much less than 0.5 part per million by project traffic (Federal Highway Administration, 1974).' b. Iroise The major source of noise on the site is traffic on Pleasant Hill Road. Guidelines for judging the compatibility of pro- posed land uses with the noise environment published by the State Office of Boise Control (1976) recommend that residen- tial uses are "normally acceptable" with "day-night" noise levels (Idn) utich are less than 60 decibels. Estimates of noise levels on the site were made on the basis of calcula- tions of the effects of the traffic volume found on Pleasant Hill Road. -These estimates show that all of the proposed lots are located in a "normally acceptable" noise environment except Lot 1 (the lot closest to Pleasant Hill Road). The estimated day-night noise level (Ldn) on this parcel ranges from 60 dBA to 65 dBA. This estimate concurs with the noise contour projections of the Noise Element of the General Plan. These levels are considered "conditionally acceptable" for residential use, provided that noise reduction measures are taken to provide acceptable interior noise levels. During construction, nearby residents will experience noise which may be intrusive at times. Sources will include heavy grading equipcment, delivery trucks, power saws and the hammering of nails. These noises will probably be restricted to weekday daylight working hours (8 a.m. to 5 p.m.). 12. Historical and archaeological i�spects Rec=s of known archaeological and historic sites on file with the Co=,urty indicate that there are no such resources on the site. The nearest recorded archaeological site is about one-half mile to the nortPss:est. *(her t1he long term, currently mandated emssian controls will recce carbon monoxide levels in the Bay area. 00994 13. Energy The site currently requires minimal energy in the form of fuel to operate machinery to provide fuel breaks for fire control. -During construction an unknown but considerable amount of fuel energy will be required to grade the site both for landslide repair and to provide vehicular access to the proposed lots. Energy will also be utilized to fabricate are transport the materials used for pavement and structures. The 31 completed houses will require an estimated total of about 270,000 kilowatt hours of electricity per year (0.9 billion British Thermal Units), and about 37,000 therms of natural gas per year (3.7 billion British Thermal Units). These estimates are based upon confor- mance with current insulation standards, extra insulation of water heaters, and selection of energy efficient installed appliances. This is an estimated savings of about 12 percent compared to the average per unit demand for residential units in Contra Costa County based on 1975 use rates (California Energy.Commission, 1975). The supply of electricity and natural gas is subject to uncertainty due to a number of -variables. Therefore prudence would indicate that future development should take advantage of all feasible energy conservation measures. A number of such measures are out- lined in the mitigation section which, taken together, could result in substantial further reductions in home energy use without alteration of traditional life-styles. If iruividual home buyers specify that air conditioning be installed, each affected unit is estimated to require an additional 2,400 kilowatt hours of electricity per year (8.2 million British Thermal U-ii.ts). Fuel energy will also be required to transport residents to and from their places of work and shopping. The easy avail- abi ity of a WW station in Lafayette should encourage the use of energy saving public transit for transportation to work. II. Em�irormiental Impact Analysis A. Unavoidable Adverse Effects (X indicates that partial mitigation is possible) 1. Alteration of topography due to landslide repair and road construction. 2. =iteration of a local visual open space due to tree removal and placement of houses in front of and among the remaining trees, thus affecting views from Pleasant dill Road and Route 24. 00.995 3. Increase in the demand for community services such-as crater, sewage disposal, and fire protection.* 4. Minor increase in traffic on Pleasant Hill Road/Quandt Road. S. Construction of haves on a site with active landslides in -a seismically active region.* 6. Minor increase in the amount and speed of storm water runoff from the site.* 7. Minor decrease in the quality of storm water runoff. 8. Loss of about 1S acres of grassland habitat for native wildlife. 9. Minor local long-term decline in air quality as measured by carbon monoxide emissions.* 10. Increase in dust emission during construction and grading operations.* 11. Construction of one house (on Lot 1) in an area exposed to intrusive and continuous traffic noise.* 12. Increase in the long-team demand for electricity, natural gas, and fuel energy. B. Mitigation Measures - Proposed as Part of the Project' 1. Grade landslide areas and backfill according to the reca mnen- dations of a licensed engineering geologist; this includes the provision of subsurface drainage of springs and seeps to assure stability. 2. Analyze individual sites to make recommendations for building foundations and placement. (This must be done by a registered foundation engineer). 3. Attach water heaters securely to the structure to prevent toppling during seismic shalang. 4. Insulate structures in accordance with current standards. S. Provide extra insulation around water heaters. 6. Select installed electric appliances on the basis of energy efficiency. 4-Or recommended in the applicant's geologic study. nnQQcc .�71�7V efficiency. T reccmiaended in the applicant's geologic study. oO C ( 7. Utilize the relatively efficient mode of natural gas for space heating and water heating. Proposed as Part of this Report 1. Utilize "low flora' toilets, shouvr heads and taps to conserve water, reduce sewage generation, and minimize energy used to pump and heat water. 2. Dedicate the proposed Summit Road and Fox Ridge Road right-of- ways to the County to provide public control of parking and thus better assure emergency access (road widths should meet the requirements of the Public 11-rorks Department). 3. Provide each home ulth a storage area to store newspaper, glass, and cans for eventual transport to a recycling center; this will reduce solid waste generation and save energy. d. Attach light fixtures securely to the structure to prevent falling during seismic shaking. S. Brace utility lines within structures and provide flexible joints at comers and at the point of entry from the ground to the structure to prevent damage during seismic shaking. 6. Provide steel reinforcing rods in any masonry structures, e.g., chimneys. 7. Construct surface drainage system to conform with the recommendations of the County Public Ilorks Department. 8. Utilize native plants for all developer-installed landscaping to increase future habitat.value for native wildlife. 9. Moisten freshly exposed soil surfaces by regular water spraying during construction to reduce dust emission. 10. Incorporate noise reduction measures recommended by a qualified acoustic engineer into the design of the house on Lot 1 to pro- vide acceptable indoor noise levels. .11. Provide natural gas outlets as opposed to 220-M6lt electrical outlets in laundry areas to serve clothes dryers. 12. Orient the long-anis of structures in an east-west direction_ where term permits to re&jce energy requirements for space heating (extended eves will prevent this from increasing cooling loads). 13. Utilize solar collectors for space heating and/or water heating (with natural gas back-up units) to reduce the use of fossil fuels. 0099'19 j Ncrofitmed with bcord order r 4p i 14. Locate windows and properly insulated skylights to taks advan- tage of natural light in frequently used work areas, e.g., Idtchen and-sink areas. 15. Select gas instead of electric appliances for cooking; these should have electric ignitors instead of pilot lights. 16. Utilize fluorescent lights for installed room lights, e.g., in the kitchen and bathrooms. 17. Install accurate clock-operated thermostats to control space heating with day and night settings to facilitate conservation of energy by home owners. 18. Provide water heaters with thermostats which show temperature readings in degrees and which have clear directions for total shutdown and start-up to encourage home owners to turn them off during prolonged absences from home. 19. Locate water heaters as close as possible to the points of hot water use and insulate hot water pipes. 20. Install high pressure sodium (BPS) lanms for street lighting (if they are compatible with the existing street lighting system). Street lights.should provide the minimum light necessary to assure public health and safety and should be _equipped with devices to eliminate operation during daylight hours. C. Alternatives to the Proposed Action 1. No Project Under this alternative, no urban development would take place. Since the land is zoned for urban development the property could be rezoned or acquired by the public. Since the site is not designated as open space, the possibility of public acquisition semis remote. Thus the most likely zoning would be for agricultural uses, i.e., grazing. This would probably maintain the existing weedy grassland vegetation but would not require the community services and energy resources of the proposed project. This does not appear to be an econom- ically feasible alternative. The parcel is too small to be zoned for an agricultural preserve (less than 20 acres). 2. Other Urban Development The applicant has already considered a subdivision plan under the existing zoning of a greater density than that proposed (i.e., 36 lots and homes). This plan has rejected (by the applicant) and was never submitted to the County. 0099A Single-family residential development at a lower density is also possible. There are, however, certain costs associated with providing access, repairing landslides, and extending utility lines. These would remain largely the sane for a range of densities greater than one unit per acre. Therefore the cost per unit would be higher with a lower density than that proposed. At some point the marketability of the units could be reduced so that development may not be financially feasible. Single-family residential development at other densities greater than one unit per acre would have about the same physical effect on the land (i.e., relative to grading) and therefore would have an effect upon flora and fauna similar to that of the project. The requirements for community services would be roughly propor- tional to the total number of residential units. Given the current tonin„ subdivision at densities signifi- cantly less than one unit per acre could probably not result in immediate residential development but would probably result in futare re-subdivision requests. Since the land is steep and has landslides on it which must be repaired to permit development, these future re-subdivisions would face diffi- culties :associated with coordination between several owners to provide the necessary grading and utility line extensions. However, ultimately, this would probably result in development with environmental effects similar to those of the project. Other residential development strategies, such as clustered development or multiple-fa' ..roily residential development would require a change in the existing zoning (i.e., to Planned Unit Development--P-1), and would be somL-.%hat out of character with other development in the area. These may result in a development which could cause fewer physical changes to the site but require- ments for conaunity services would probably be roughly proportional to the number of units proposed. The site is not suitable for commercial or other more intensive urban uses. D. Local Short-Term Uses of the Environment Versus Long-Tem'. Productivity The proposed single-family residential structures are expected to have a useful life of 50 to 75 years. After that period extraordinary maintenance measures are likely to be needed to preserve them. If this does not occur, demolition follmied by further urban-type development is likely. The return of the site to grazing uses is most unlikely. 16, The soil type and terrain of the site limit its agricultural produc- tivity; roduc- tiffity; It is agriculturally useful only as rangeland. It would be 1099 only moderately productive as a natural terrestrial ecosystem. From the standpoint of productivity, the site is suitable for urban development. The project is proposed at this time because of a perceived need (or market) for single-family homes in the area. E. Irreversible Envirocmmental Changes There are two types of irreversible changes that would result from the project. First is the coverage of about 20.percent of the site with structures and pavement and the consequent loss of range land. Second is the consequent commitment of the resources of governmental and private service districts to provide for the needs of the new population, and the commitment of renewable and non-reae mole material and energy resources for the construc- tion and operation of the proposed structures. F. Growth-Inducing Impact The project will result directly in the growth of the Lafayette area by about 106 people. The extension of the Bacon_ Reservoir water supply line from its present terminus (about 700 feet east of the site on Summit Drive) to the site will make residential development along Summit Drive somewhat more feasible. If such develop- ment does occur then it will have been at least partially induced by the project. G. Organizations and Persons Consulted Contra Costa County Mr. Arnold Jonas, Planning Department - Mr. Stan Matsumoto, Planning Department Dr. Darwin Myers, Planning Department Dr. Dale Sanders, Planning Department Ms. Alice Bonner, Planning Department Lt. Peter Robertshaw, Sheriff's Department Mr. R. Hollingsworth, Public itiorks Department Mr. Leroy Vukad, Public works Department City of Lafayette (Public Uorks Consultants) Ms. Karen Heustoa Mr. Chuck DeLeuw . 0100 Central Contra Costa Fire Protection District Inspector Robert Frost Central Contra Costa County Sanitary District Mr. William Austin _East Bay ibnicipal Utilities District Mr. William Small Lafayette School District Ms. Ruth Burton Mr. Ted Collins Acalanes High School District Miss Phyllis Petersen Valley Disposal Service Mr. Angelo Faglino Purcell, Rhoades $ Associates Mr. David Kantz, Geologist . Mr. Wayne Pandorf, Engineer Armco Inc. Mr. Nino Fra ente Robert C. FA mann Co. Mr. Robert H=am Mr. Kent Love H. Qualification of EIR Preparation Agency This report was prepared by the staff of'Emrironmental Science Associates (ESA), Paul Zigwan, President, under contract to the County of Contra Costa. ESA is a private independent consulting corporation, founded in 1969, and engaged-in environmental research and in the preparation of ewironmental impact documents. The report mas prepared under the direction of Thomas Lirdenmeyer (B.A., Ecology/ Systematic Biology) u-ith assistance from Chalon Carnahan (Ph.D., Hydrology), Richard Cole (Ph.D., Chemistry), Jon Merkle (B.S., Meteorology), and Judith 11hipple (BFA equivalent). I. References B .APCD, 1975, Cor_tcm"w=nzt e--.d ::ec_;.ar Sk^war, December, Spun Fr.,mc sco. California Energy Commission, 1975, Cu ter?y rPaet and Energy &c.=L—d, Vol•.s+.e 1, No. 5, Sacramento. 01001- 23 jr,croFilmed with board order Lu11it11111a ur ioy Lcxwuiatx4.-L, 1913, $:,ranters rue: V.,,C zre„gy i•�^y, Vols,.e 1, No. 3, Sacraaento. 01001 23 M1croFilmed with board order Federal Highway Administration, 1974, Simplified Analysis Tachr,.que for Estimating Carbon Ronoside Concentrations Near Highway Facilities, Appendix B of FRNk-E15-73-01-F, San Francisco. Leach, H.R.; J.M. Brode; S.I. Nicola,-1975, At the Crossroads, California Department of Fish and Game, Sacramento. Office of Noise Control, 1975, Guidelines for the Preparation and Content of Noise El=ztents of the General Plan, California Department of Health, Berkeley. Powell, W. Robert, 1974, Inventory of Rare and Endangered Vascular Plants of California, California Native Plant Society Special Publication =1, Berkeley. Rantz, S.E., 1971, Mean Annual Precipitation and Precipitation Depth-Duration.-Frequercy Data for the San Francisco Bay Region., California, Open File Report, U.S. Geological Survey, Menlo Park. Smith-gin Institution, 1975, Endangered and Threatened Plant Species of the United States, U.S. Government Printing Office, X94-A, Washington, D.C. VIM, 1975, Pleasant Hill Road Traffic Engineering 3tu&g, Tammen, Johnson, Kinzel, and Mimiaga, Walnut Creek. 24 01002 k CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF gg Completion of Environmental Impact Report Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Cqsta County c/o Planning Department P.O. Box 9S1 Martinez, California 94553 Phone (415) 372-2024- Phone EIR Contact Person Arnold Jana., Contact Person PROJECT DESCRIPTION: SUBDIVISION 4871 (Owner. Armico Inc.) A proposed subdivision of 31 Iots on 19.2 acres in a ung a amity Residential District (R-20). Variances are requested to have 15 Iots with an average width less than 1201. Subject property is located adjacent to the City of Walnut Creek and the City of Lafayette. • The site is bounded on the southwest by Campo Calle Road and on the southeast by Summit Road and on the south by Quandt Road and is bounded by Pleasant Hill Road on the west. (CT 3470) It is determined from initial study by of the Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine & Escobar Streets jt Martinez, California to Post Final date for review/appeal B Planning Depart,e, Representative 01003 AIirroMmed vAtn ccard order AP9 1/74 NOW B Planning Depara Representative 01003 {ji':rofi!rr ed vAth card order AP9 2/74 r � t In the Board of Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of ` Appeal of Sleepy Hollow Improvement Assn. from Planning Commission Conditional Approval NOTICE OF HEARING ON APPEAL . of Minor Sub. 252-76, Orinda Area. Warren G. Hughes, Owner WHEREAS on the 26th day of April, 1977, the Planning Commission approved with conditions the tentative map for Minor Subdivision 252-76 filed by Schell L Martin, Inc. ; and WHEREAS within the time allowed by lair, Sleepy Halloo Ianprovement Association filed with this Board an appeal from said action; NOW, THEREFORE, IT IS ORDERED that a hearing be held before this Board in its Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California, on Tuesday, the 7th of June, 1977, at 11:05 a.m., and the Clerk is directed to give notice to all interested parties. PASSED by the Board on May 17, 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 data aforesaid. cc• Sleepy Hollow Improvement Wetness my hand and the Seal of the Board of Assn. Supervisors Schell & 1:artin, ?nc. affixed thisl7thday of !lay ig 77 ';r, 1a G. Hughes — Orinda Assn. Planning Cte. Public !-forks, Land Development ` _ J. R. OLSSON, Clerk Building; Inspection gy. / ��tC1 t . �� t � Deputy Clerk List of Names Provided Jamle 1.. Johnson by Planning Director of Planning 01404 H-24 3116 ISm ECE CONTRA COSTA COUNTY f.r•� �� is 7 i PLANNING DEPARTMENT • � i. a. o•.ssc:: CLr?C BOARD OF S n-7VIS ?S By._.Gc.L..t -./fit ...X[ -:Ww TO: Board of Supervisors DATE: Nlay 10, 1977 FROM: Anthony A. Dehaesu SUBJECT: tVPEAL - i!inor Subdivision 252-76 Director of Plannipg, (Orinda Area) - Schell & Martin, F(110 Inc./Warren G. Hughes Y APPLICXIT: Schell & ilartin, Inc., 3377 Rt. Diablo Blvd., Lafayette 011;ER: Warren G. Hughes, 72 Lonbardy Lane, Orinda APPELLANIT: Sleepy Hollow Irprove.^ent Assn., P. 0. Box 71, Orinda PUBLIC HEARINGS: 2/16/75: Board of Adjustment ('Walton, Hilano, Phillips) Rescheduled to 3/23/77. 3/23/77: Board of Adjustment (Walton, Young, Phillips) Referred to Planning Commission Field Trip 4/15/77 and iteeting 4/26/77. 4/26/77: Planning Commission - Approved with staff conditions. DECISION: Approved with staff conditions. APPEAL FILED: Naay 2, 1977 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - The following people should be notifier, of your Board's hearing date and time: Sleepy Hollow Improvement Assn. Orinda Assn. Planning Committee P. 0. Box 71 Michael Halloran, Ce-Chairperson Orinda, Ca. 9=553 17 Bobolink Road Orinda, Ca. 94563 Schell 5 Martin, Inc. 3377 '•It. Diablo Blvd. Narvey E. Bragdon Lafayette, Ca. 94549 -4, 6arrie 11ay Mill Valley, Ca. 94941 Marren G. Hughes 72 Lombardy Lane (See attached list for additional Orinda, Ca. 94563 names and addresses) Orinia Assn. Planning ComA ttee Joyce Hawkins, Co-Chairperson 43 Tappan Lane Crinda, Ca. 94563 AAD:dh Attachments: Letter of Appeal, Planning Department Acknowledg*� �iutior. of Acroval, Minutes, Staff Report,EIR Declaration, a?. cc: File II.S. 252-76 J1V1:r-cfism:. vi—h .card oras cc: File 11.S. 252-76 :+- rn •••'ii L'ca-d our :E PRO VW44/fDASS0CIATI ON P. O. BOX 71 , 44 in CALIFORNIA C�UTIE t:�-.: 1 � tray 2, 1977 hoard of Supervisors, Contra Costa County c/o Contra Costa County Planning Department P.O. Box 951, Martinez, California, 94553 Attn: Norman Halverson, Subdivision Administrator Dear Sirs, Our association would like to appeal the decision of the Contra Costa County Planning Commissioners concerning the Schell and Partin - Hughes lot division with variances, File The Orinda Association and its Planning Committee oppose this application as does the whole of the hoard of the Sleepy Hollow improvement :nsaciation after many hours of hearing - the applicants' reasons and after a f1c).4 trip to the property. Our rearons Ear opposing. t l+n application ere well staterl in the attached letter to you from the co-chairpersons of: Lhe Orincia .'association Planning Committee, and arc based on the lack of conditions that are specified in the County Variance Code. We feel that a variance in this case would constitute a grant of special privilege inconsistent with the limitations on other properties in the vicinity and the land use district. Also, strict application of the respective zoning regulations would not deprive::the subject property of rights enjoyed by other properties . in the vicinity of the land use district, because there are no special circumstances applica`sle to the property because of its size, shape, topography; 4 A BEFORE THE PLANKING C0�E9ISSION OF THE COUNTY OF CONTRA COSTA STATE OF CALIFOR141A Inthe Matter of the Application for Approval of Minor Subdivision 252-7G (Schell & Martin, Inc.) WHEREAS, on November 11, 1976, Schell 6 Martin, Inc. filed an j application (11-I.S. 252-76) to divide .93 acres into 2 lots; both lots less than 40,000 square feet (16,350 square feet and 23,340 square feet), and both lots less than 140 feet averaae width (102 feet and 144 feet); and WHEREr1S, the subject property is a portion of Lots 17 and 18, Sleepy Follow Estates, fronting 234 feet on the south side of Lombardy Lane approximately 120 feet nest of Van Ripper Lane, in the Orinda area; and :6 WHEREAS, a public hearing eras held in this matter, after giving notice i� as required, by the Board of Adjustment of February 16, 1977, whereat all persons interested t'-=rein might appear- and be heard; and - 1 14HEREAS, the Board of Adjustment granted the request of Mr. Warren Hunhes, Oirner of said property, :herein he requested postponement of the scheduled hearing and resc:reduled the matter to the Board of Adjustment i, rwating on Barth 23, 1977; and WHEREAS, the Board of Adjustment on March 23, 1977 referred the tatter to the Planning Commission Field Trio of April 15, 1977 and meeting of Aorii i, i. 26, 1977-, and i` WHEREAS, the Planning Comaission having fully considered and evaluated I all the testimcny and evidence submitted in this matter; and NCW THEREFORE, BE IT RESOLVED that the Planning Coi-3iission APPROVES i; the request of Schell 1 itartin, Inc. for approval cf :iinor Subdivision 25•'_-70", i, subject to conditions listed in Exhibit "A", ahich is attached hereto and grade a part thereo:; and 0100'7 i Microfilmed with board order N.S_ 252-76 Page 2 BE IT FURTHER RESOLVED that the reasons for this approval are as follows: 1) Each proposed lot contains an existing single-family residence that was constructed prior to the zoning of the property. Therefore, approval of this application would not be adding another dwelling unit to the area. 2) The approved lots are as large as or larger than a substantial number of the lots in the immediate area. .i 3) The development is in conformance with the General Plan. i The foregoing approval was made in the motion of Commissioner Youno, seconded by Commissioner Phillips, and adopted at the Planning Connission i meeting of April 26, 1977, by the following votes: AYES: Commissioners Young, Phillips, Stoddard, Corpaglia, Walton, Milano. HOES: Commissioners - Clone. ABSENT: Co=issioners - None. j i. :i ; i UILLIAa L. 14ILAIl0 <` Chairman of the Planning Commission County of Contra Costa, State of California ATTEST: Anthony A. Dehaesus Director of Planning Jt:orman L. Halverson f j Chief, Subdivision Administration 01008 tli�ciIME 1 '.vit - 01008 �s�.i.�CSi2r•2-3t'. -,,vitsh beard ordzr Exhibit "A" Conditions for Approval - Minor Subdivision 252-76 1. This request is approved for 2 parcels. 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 sub- division 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 map. 3. Convey to the County, by Offer of Dedication, a drainage casement for Lauterwasser Creek. The width of the easement shall include the bed of the creek plus 1.5 times the depth (top of bank to creek bed) measured horizontally on the property side of the bed width, plus a 21-foot wide access easement, or the creek width between tops of bank plus a 21-foot wide access casement on the property side, whichever is greater. 4. In accordance with Section 94-4.414 of the Ordinance Code, the owners of all existing easements within areas to be conveyed to Contra Costa County shall consent to the conveyance of those areas. S. When the parcel map is submitted for checking, the above instrument(s), which must be executed by the owner(s) before the parcel map can be filed will be prepared by the Public Works Department; Land Development Division., All instruments shall be recorded simultaneously with the parcel map:-' 6. All nes: utility distribution services shall be installed underground. 7. The zoning variances are approved as requested; they meet the requirements of Section 26-2.2006 of the County Ordinance Code. PARI: AND RECREATION FEES The fees are waived on both parcels; each proposed parcel has an existing single-family residence on it. In addition to the above requirements for dividing your property, County Public Works Department has made the following comment which you should be aware of before you apply for a building permit to embark on other improve- ments to your property: a. An encroachment permit shall be obtained from the Public Yorks Department, Land Development Division, for driveway connections within the right-of- way of Lombardy Lane. 01009 -R1iorO:it.'ricd Vvitii bcard order Comm COSTA count' PLANNING DEnUt nuff NOTICE OF Completion of Environmental Impact Report XX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2091 Phone EIR Contact Person Robert Hodgson Contact Person PROJECT DESCRIPTION: SCHELL dt MARTIN INC. (Applicants) - WARREN G. HUGHES (Owner), County ile OMS 252-76: The applicants request approval ofa minor subdivision to divide .93 acres into 2 lots both lots less than 40,000 square feet(16,350 square feet and 23,800 square feet). Both lots less than 140 feet average width (102 feet and 104 feet). Subject property is described as follows: Portion of lots 17 do 18 Sleepy Hollow Estates fronting 322-34 feet on the south side of Lombardy Lane approx. 180 feet west of Van Ripper Lane,in the Orinds area. (R-40)(CT 3540)(Parcel /6- 081-14& 15) The project will not have a significant effect on the enviornment because: The project conforms with the General Plan and existing development in the area. Major variances are requested on both parcels to have areas less than 40,000 square feet. (Parcel A - 23,000 square feet, Parcel B-•16,350 square feet.)No adverse physical impacts are apparent. It is determined from initial study by Robert Hod son of the XX Planning Department that this project does not have a significant effect on the environment. Justification for negative declaration is attached. The Environmental Impact Report is available for review at tie below address: Contra Costa County Planning Department 4th Floor, North Bing, Administration Bldg. Pine E Escobar Streets Martinea, California t ^� Da a Pos ed �J �� �J l; Final date for review/appea 1 �+�� 2l tJ1 B,. 'tlyw RC5. 01010 Planning Departn Representative 1t'".iaotilmed with board order BOARD OF SUPERVISOP,S OF Conn. COSTA COJ'aly. CALIFORNIA BOARD ACTIO:: May 17, 1977 ' NOTE TO CLAIMANT Claim Against the County, ) The cony ostia ocunrCjtt mute to you isyou% Routing Endorsements, and ) cotice ob .the action .taken on your afaim by the Board Action. (All Section ) Soand os Supeowi6op..a (P&Wq/. p.'c TII, beewl, references are to California ) given panAma ct to Govevoeftt Code Sections 911.8, Government Code.) ) 913, 5 913.4. Ma4e note the %wlatutg" beew. Claimant: Charles Golden Attorney: Melville H. Behrendt, Jr. Melville H. Behrendt Address: and Spencer Strellis, Attorneys at Law, Suite 908, Latham Square Building, 508 - 16th Street, Oakland, California 94612 Amount: $540,000.00 Date Received: April 11, 1977 By delivery to Clerk an By mail, postmarked on April S., I. FROM: Clerk of the Board of Supervisors -TO: County Counsel Attached is'a copy of the above-noted Claim or Application to File Late Claim. RATED: April 11, 197'A. R. OLSSON, Clerk, By,. i,G /�i��/ isyL�_ Deputy Jamie L. Johnson II. FROM: County Counsel TO: Clerk of the Board of Supervisors (Check one only) (�) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910.8). ( ) Claim is not timely filed. Board should Take no action (Section 911.2). ( ) The Board should deny this Application to File a Late Claim ect' . 911.6/); DATED: !-f AU -(�- JOEW B. CLSE.\, County Counsel, By Deputy p Y III. BOARD ORDER By unanimous vote of Supervisor esent r (Check one only) (XX ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Board's Order entered in its minutes for this date. DATED: May 17. 1977 J. R. OLSSON, Clerk, by aI�..�7�iii/J�� , Deputy Janie NIULKING TO CLAIMU7 Government Code Sections 911.6 8 913) You have onEq i crap likow tre maitirg oa ZaA ico a to you a cut cekwt to 6i,tt a count action on thiA nefec#ed Ct im (see Govt. Code Sec. 945.61 oh 6 montka {tom the deniat of yowt AppUcatiion to Fite a Late C•ta im nti.L'tin which to petit ion a coutt 4,ot uUef Ston Sectioft 945.4'a etain-lifing deadtuce (see Section 946.6). YOU nay seek t►'ce advice ea arty attov:cu oa yout choice .uc connection (CM this m^, tet. 1i you a a,:t to con6utt an attatneu, you shouEd do so .t n aUatety. I4. FFON: Clerk of the Board T0: 1) County Counsel, (2) County Adwinistrator, 6 (a) Public Work-s. Business 6 Services Division. Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Clain or application by mailing a copy o: this document,-and a memo thereof has been filed and endorsed on the Board's cop} of this Claim in accordance with Section =9703. ► DATED: ",Y 19, 1977 J. R. OLSSON, Clerk, By C )Lli ��C.�.:r �,�-i� De uty ar+_e L. Johnson V. FROM: (1) County Counsel, (2) County.Administrator, TO: Clerk o: the Board (3) Public liorks of Supervisors Received copies of this Clain or Application and Board Order. DATED: May 19, 1977 County Counsel. By County administrator. Sy Public honks, By 8.1 3�?T 01011 f 1 H. BEHRENDT, Jr. SPENCER F I L E �. SPENCER iI_ STRELLIS 2 Attornevs at Law 508 - lith Street, Suite 908 3 Oakland, CA. 94612 APP 111977 Telephone: (415) 451-9162 41 R OLS 4 CLERIC BOARD or SUPEWISORS CONS COSTA CO. /., s_ 5 Attorneys for Claimant, CHARLES GOLDEN 6 7 8 CLAIM AGAINST THE COUNTY OF CONTRA COSTA 9 ' TO: The Secretary of the Board of Supervisors, County of 10 I Contra Costa, California. 11 1.) The claimant's name is CHARLES GOLDEN, who is presently 12 incarcerated in the Contra Costa Rehabilitation Center, located 13 at Clayton, California_ 14 2.) The claimant requests that notices be sent to; in care of 15 Melville H. Behrendt and Spencer Strellis, Attorneys at Law, 16 Suite 903, Latham Square Building, 508 - 16th Street, Oakland, 17 California. is 3.) The date, place and circumstances of the occurrence that 19 gave rise to this claim are as follows; 20 4.) That on January 2, 1977, while the claimant was confined 21 within the Contra Costa County Rehabilitation Center, at Clayton, 22 California, the claimant was unlawfully beaten by sheriff's 23 officers T. Johnson and R. Chandler and other officers whose 24 I names are not known to the claimant. That further said battery 25 has caused the claimant serious medical injuries, including 26 but not limited to, neck and back injuries, broken dental plate, 27 doa bites and other :tedical injuries. z 28 i 5.) The medical injuries suffered by the claimant have not been tulicroiiimed with board order -1- 01012 s The medical injuries suffered by p�•012 2 -1- MiaOfiimed vrifn board order NONE r , 1 fully ascertained, but include, but not limited to the following 2 injuries, nervous disorders, dog bits and a significant general 3 lowering of the claimantb health. 4 6.) The names of the Sheriff's officers believed to have caused 5 the injuries are ]mown to the claimant as Deputy R. Chandler and 6 Deputy Johnson. 7 7.) The amount claimed as of the date of presentation of this 8 claim is $500,000.00, which includes as the estimate an amount 9 of $200,000.00 for prospective injury and physical loss. 10 g.) The basis of computation of the amount claimed is that the 11 claimant, CHARLES GOLDEN has suffered a general lowering of his 12 state of health along with the specific injuries alleged hereto- 13 for in paragraphs 5 and 6 and for pain and suffering in the .. 14 amount of $300,A00.00. The exact computation of amounts 15 attributable due to medical expenses, and other pecuniary loses 16 cannot be computed at this time. 17 9.) I, MELVILLE H. BEHRENIDT, Jr., the undersigned am a person 18 presenting this claim on behalf of�the . claimant aaboves ed 19 Dated. April 8, 1977 ' /� ��` 20 MELVILLE H. BEHRENIDT, Jr. Attorney for Claimant 21 22 23 24 25 26 27 28 01013 N i ofiimed with board order -2- 1 • BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFOPNIA 'QAT'D ACTIT: "ay 17, 1 q77 11n;+1 f cati on to vresent a late NOTE TO CLAIMANT Claim Against the County, ) The copy o6 ttia document rvAted .to [Jou a,6 foul. Routing Endorsements, and ) ;thee o6 the action .taker. on four claim by t..e Board Action. (All Section ) Board o6 Supekvcaots (k'atagrap.h III, beeme), references are to California ) given -Auua►tt to Govexnme,tt Code Sections 911.8, Government Code.) • ) 913, 5 915.4. Ptease note ;die "goakv.MIM betow. Claimant: Sheridan James Verrick, Jr., by Sheridan J. Verrick his Guardian ad Liter , 30 Dias Dorados P.oa_d, Orinda, California 94563 Attorney: David n. Larson Address: Moore, Mode, Clifford, ?folie t Larson, 201 — loth Street, Oakland, California 94912 Amount: S,On,nnn via Public Forks Date Received: Anr+1 13, 177 By delivery to Clerk an Anrfl 13, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is.a copy of the above-noted C-Affimw Application to File Late Claim. DATED•Anril 13, 19771. R. OLSSON, Clerk, By .rf����� _�,.f�,r,d�x, Deputy Tie Johnson II. FROM: County Counsel 70: Clerk: of the Board of Supervisors (Check: one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 1S days (Section 910.8). ( ) Claim is not timely filed. Board should take no action (Section 911.2). (�) The Board should deny this Application to File a Late Claim�e DATED: MW B. CLAUSE.V, County Counsel, By Deputy I1I. BOARD ORDER By crani=* vote of Supervisors pret nt (Check one only) ( ) This Clain is rejected in full. (yC ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: May 17, 1977 J. R. OLSSOS, Clerk, by AA4?QF .�� �r 17�-` , Deputy JJ ar e L. Johnson NAMING TO CLADEVT (Government Code Sections 911.6 6 913) You have onty S szor sa p..om Z:e ckzc f u g oD sw#,cce to you W cue w:t.eh to 6Ue a cow•.t action on tVa refected Cta m (ate Govt. Code Sec. 945.6) on 6 mosLtha Stam tl:e dcstiat o5 your AppticaVan to Fite a late Ctaim wZ&bt neu.cv; t, ':''etUiOn a cou-tt per rCtde' rC%0M Section. 945.+'a c& m-Siting deadUite (pee Section. 946.6). You I:i:ty seek Vie advice c 6 anti a t cAncy 06 yoWt choice in conner-Von reit L tltt s M.-I tc t. I;; r!c�u f ant to conuErt mt at o.r...Lr. you abwufd de 6a .umnedi.atee . W. FROM: Clerk; of the Board T0: 1) County Co••:asel, (2) County Mministrator, S (3) Public {:oras, Business f Services Division Attached are copies of the above Claim or Appl:cation. We notified the claimant of the Board's action on this Claim or Application by mailing a copy'of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED- •iav, 19, 1977 J. R. OLSSOV, Clergy:, By c4%,!J7_'&i 0S/C:7��7'L�-i D Y 11� �• ) L"-poly L. o nson V. FROM: (1) County Counsel, (2) County Atbtinistrator, TO: Clerk of the Board (3) Public Snorts of-Supervisors Receired copies of this Claim or Application and Board Order. DATED: May 19, 1977 County Counsel. By � County Administrator, By Public Works, By I11 A Bel -21_77 r )OL 411465 APR .3Q -077 .1 MOORE, RODE, CLIFFORD,'WOLFE & LARSON PUBLIC VIORXS DEPART1r;E1'{T y, A Professional Corporation 2 201 - 19th Street +. Oakland, California 94612 3 Telephone: 444-6800 q .} Attorneys for'Claimant t IFR 13 IS77 61 ? CLERK EOA D OF� SUPER S02S CONTRA COSTA CO. 9 ,# 1011 In the Matter of the Claim of } ]1 SHERIDAN JA14ES MERRICK, JR., ) j a minor, by and through his } 12 }� guardian ad litem, SHERIDAN ) J. MERRICK, } I� Claimant, ) vs_ ) ORINDA FIRE PROTECTION DISTRICT 16 } 1? ` 18 MOORE, RODE, CLIFFORD, WOLFE & LARSON, on behalf of 119 .1 claimant, SHERIDAN JA14ES MERRICK, JR., a minor, hereby present I' 20i� this claim to the ORINDA FIRE PROTECTION DISTRICT pursuant to 21 Section 910 of the California Government Code. 22 „ The name and address of claimant is as follows, 2311 SHERIDAN JAMES MERRICK, JR. 30 Dias Dorados Road 24 '! Orinda, California 94563 25 j 26 }, LAVV OFFICES OF i� MOORS, RODE, CLIFFORD, WOLFE & LARSON oioi a MO,CS140KAL CONMNA[MN t;Microfilmed with board order u The post office •address to which claimant desires notice 2 of this claim to be sent is as follows: 3 :1 MOORE, RODE, CLIFFORD, WOLFE & -LARSON i; 201 - 19th Street }' Oakland, California 94612 4 5 On May 5, 1976 at approximately 4:00 p.m. , at a point on 6 the fire trail near =547 Dalewood, Orinda, County of Contra 7i Costa, State of California, claimant received personal injuries 8 i= as a result of the conduct of the ORINDA FIRE PROTECTION DISTRICT 9 �:' and its agents, employees, contractors and subcontractors in the 10 construction, supervision, maintenance, control, design, owner- 11 ship and building of the said fire trail at said location near 12 i x547 Dalewood in said City, County and State. 13 Claimant suffered, among other injuries, (1) a compound t 14 fracture of the left femur, (2) a closed fracture of the left 15distal forearm, and (3) a closed fracture of the left first p 16 j; metatarsal- 3.7 etatarsal_37j The name or names of public employer or employees causing 18 �� the injuries and damages are presently unknown_ { 19 �, So far as is knot-in to claimant at the date of filing this i 20 +j claim, claimant has incurred damages in the amount of $500,000.00 21 (� and at the time of presentation of this claim, claimant is unable 22 !`, to compute his prospective damages. 23i DATED: April 12, 1977. , 24 MOORE, RODE, CLIFFG D, 90 F�& LARSON 25 26 �1 By -�--- L DAVID O. LARSON Attorneys for Claimant 2' (,i 01016 i I.AYIf OFFICES OF �! MOORF— RODE, CLIFFORD, WOLFS LARSON •rnos[ssw+uL con►onanor. Microfilmed with board Order i{ DOL•411465 'r 1. 1MOORE, RODE, CLIFFORD, 1: WOLFE & LARSON 2 :A Professional Corporation 201 - 19th Street 3 Oakland, California 94612 ' ,Telephone: 444-6800 4 i IAttorneys for Claimant F I LED 6 i APR 13 1977 J. R.-OLSSON QFRK BOARD OF SUPERVISORS CON CiA 8 SHERIDAN JAMES MERRICK, JR_, a ) minor, by and through his ) 9 guardian ad litem, SHERIDAN ) 1J. MERRICK, ) 10 I.1 11 ii - Claimant, ; 12 {i vs ) APPLICATION TO FILE LATE IM 13l1ORINDA FIRE PROTECTION DISTRICT ) D ) 1411 1, .15 :TO THE BOARD OF FIRE COMMISSIONERS OF THE ORINDA FIRE PROTECTION 16 DISTRICT: � 17 }s 1_ Application is hereby made for leave to present.a late 181,claim founded on a cause of action for personal injuries which 1 l� 'laccrued on May 5, 1976, and for which a claim was not presented 1jwithin the 100-day period provided by Section 911.2 of the 20 {! i!Government Code. For additional circumstances relating to the 21 ,!cause of action, reference is made to the proposed claim attached 22 Ito this application. 23 s 2. The reason that no claim was presented during the period 24 !!of time provided by Section 911.2 of the Government Code is that 25 {'the claimant, SHERIDAN JAMES MERRICK, JR., was a minor during 26 �; -1- �� 0101'7 LAW OFFICES OF MOORE• RODE. CLIFFORD, WOLFE & LARSON w Pi0FXSS10HAL OOPPOPASION .-wigs board order MOEN 1 ;all of the 100-day period specified by Section 911.2 for Zi I of the claim. i 3R� 3_ This application is being presented within a reasonable 4 iz'time after the accrual of this cause of action, as more ,particu- 5 �1larly shown by the attached declaration of DAVID 0. LARSON_ 61 WHEREFORE, it is respectfully• requested that this application 71{be granted and that the attached proposed claim be received and i! 8liacted on in accordance with the California Government Code. 9 c 10 Ji DATED: April 12, 1977. 111; MOOSE, RODE, CLIFFORD, WOLFE & LARSO 12By � •, 14 ;; David 0. Larson Attorneys for Claimant 15 �j i - 16 !i DECLARATION OF DAVID O. LARSON 17 !� I, DAVID 0. LARSON, declare under penalty of perjury 18 'that the following is true and correct: 1 19 That I am attorney at law, duly licensed to practice before 20 li tall the courts of the State of California and am a member 211; �!of the law firm of MOORE, RODE, CLIFFORD, WOLFE & LARSON, attorney 22 '-for claimant herein, and I make this declaration for and on behalf 23 ;;of said claimant; 24 ;; Claimant has been at all relevant times and places a minor, 25 i;that said claimant was 14 years, 11 months old on the date of 26 l,the accident giving rise to this claim; to wit: May 5, 1976; -2- L^W OrF3CM OF 0104Q MOORE• RODE, CLIFFORD, WOLFE & LARSON A PROFESSIONAL CORPORATION MierotillnW tirith board order } I 1,that said minor was a minor throughout the 100-day claim period; 2i'; That the minor's representatives did not learn that the h 3location of the accident was owned, controlled, .maintained, con- 4 ,structed, supervised, designed and/or built by the ORINDA FIRE 5 �:PROTECTION DISTRICT until late March, 1977; That this application for late claim is timely;_filed and 71lsaid ORINDA FIRE PROTECTION DISTRICT has not been prejudiced; 8 That pursuant to the California Government Code and in parti- 9 ocular Section 911.6, the board must grant -this application. 10 E.tiecuted at Oakland, California, on Apri '12, 1977. 1211 DAVID'0. IJMSON 131: 14 15 + 4 16 17 18 19 li 20 !! . 21 � 22 23 24 25 261. '�. -3- lAW OFFICES OF 01019 ,,,,��1 MOORE. RODE. CLIFFORD, WOLFE & LARSON N11cro filmed .pith board order w.w0,c5s40.4^t CONVONAT-ON CERTIFICATE OF SIXVICE BY MAIL The undersigned, at Oakland. California, certifies to be true, under penalty of perjury: That she is a citizen of the United States, is employed in Alameda County, California, is over 18 ";rears of. , age, and is not a party to the within action or proceeding That her business address is 201-19th Street, Oakland, California 94612. That she served a copy of the attached: CLAIM OF SHERIDAN JA%1FS MERRICK, JR., and APPLICATION,TO FILE LATE. C LAI RI by placing said copy sealed in an envelope (xx) sealed in separate envelopes ( ) aidressed as follows: CERTIFIED NAIL RETURN RECEIPT REQUESTED BOARD OF FIRE COMMISSIONEPS ORINDA FIRE PROTECTION DISTRICT 33 Orinda Way Orinda, California 94563 Attention: ?Ir. Charles L. Blue President of Board •rith postage thereon fully prepaid, and thereafter was deposited in the United States Mail at Oakland, Alameda County, California. That there is delivery service by United States mail at the place ro addressed, or regular communication by United States mail between the place of mailing and the place so addressed. That the date of deposit in the mail and the date of the execution of this certificate was Anril 12 19_17 Barbara Miller Microfilmed with board order 01.020 In the Board of Supervisors of Contra Costa County, State of California May 17 77 19 In the Matter of Approving Deferred Improvement Agreement for Goodrick Avenue, Richmond area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement n Agreement with Child Enterprises, permitting the deferment of construction of permanent improvements required as a condition of approval for LUP 2010-77, Richmond area. Do �( PASSED by the Board on May 17, 1977. 0 u a 0 v c, I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes a`said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of Originating Department: PW (LD) Supervisors cc: Recorder (via P.W.) affixed this 17 day of May _ 19 77 Public Works Director Director of Planning _ J. R. OLSSON, Clerk County Assessor ! y, ChildEnterprisesBY _ ^ //�t�l+�:i.-�._► Deputy Clerk 2717 Goodrick Avenue dean L Mma Richmond, Calif 94804 01021 H-214 3/7615m In the Board of. Supervisors of Contra Costa County, State of California May 17 19 77 In the Matter of Approving Deferred Improvement Agreement for Subdivision HS 138-75, San Ramon area. The Public Works Director is AUTHORIZED to execute a Deferred Improvement Agreement with Woodhill Participatory Associates Limited. Partnership„ permitting the deferment of construction of permanent improvements required as a condition of approval for Subdivision HS 138-75, San Ramon area. PASSED by the Board on May 17, 1977. r, rn m Y O U CL a `v a 0 v <r o I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: PW (LD) Supervisors affixed this_.17tidoy of Hav 19 77 cc: Recorder (via P.W.) Public Worts Director Director of Planning �,, J. R. OLSSON, Clerk County Assessor By A , Deputy Clerk Woodhill Participatory Assoc. N. PODS c/o RWC California Company 34-B Alamo Square Alamo, Calif 94507 01022 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California Mav 17 , 1977 In the Matter of Authorizing Acceptance of Instruments. IT IS BY THE BOARD ORDERED that the following instruments are ACCEPTED: INSTRUMENT DATE GRANTOR REFERENCE GRANT DEED 3/11/77 NORMAN A. PASSUR JR. et al SUB MS 61-76 GRANT DEED 1/29/77 FRASER E. WEST et al SUB MS 134-76 GRANT DEED 3/16/77 WOODHILL PARTICIPATORY SUB. HS 138-75 ASSOCIATES LIMITED PARTNERSHIP PASSED BY THE BOARD ON May 17, 1977. 1 hereby certify that the foregoing is a true and correct copy of XM order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of Originating Department: PW (LD) Supervisors affixed this 17 day of Mav 1977 cc: Public Works Director Director of Planning �_ J. R. OLSSON, Clerk By�c h i Deputy Clerk d:an L 1419or H-24 3/76 ism 01023 H vlutiv e In the Board of Supervisors of Contra Costa County, State of California May 17 , 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: INSTRUMENT DATE GRANTOR REFERENCE OFFER OF DEDICATION FOR ROADWAY PURPOSES 5/2/77 GORDON H. BALL, et al LSH, BK 61, PG. 39 PASSED BY THE BOARD on May 17, 1977. n n ` .x o` v R _ L d v - 0 v d _ 0 t- I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originating Department: PW (LD) Sup ors cc: Recorder (via P.N.) affixed this_jj day of wtn 19ZZ— Public Worts Director Director of Planning J. R. OLSSON, Clerk By _ Deputy Clerk Jess L Miller 01024 H-243/7615m hid In the Board of Supervisors of Contra Costa County, State of California May 17 . 19 77 In the Matter of - Accepting License Agreement Muir Station Road, Project Number 3275-4321-667-76 IT IS BY THE BOARD ORDERED that the 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 is hereby APPROVED and ACCEPTED and the Board Chairman is AUTHORIZED to sign said document on behalf of the County. PASSED.by the Board on May 17, 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 Seat of the Board of Real Property Division Supervisors County Auditor-Controller affixed this 17ti'day of May . 19 Z7 The Atchison, Topeka and Santa Fe Railway Company (via R/P) J. R. OLSSON, Clerk By pOzs o . Deputy Clerk N. Pous 01025 H-24 3/76 ISm r 1 -i !a Fe tJri��rrnl Form 1617-8 ffiaadud wa.-0rloGM"&"Iw) - BJ-70277 LICENSE TStSLICENSE,Mad easofthe 28th aRyof April between THE ATCHISON, TOPEKA AND SANTA FE RAILWAY COMPANY a Delaware corporation(hereinafter called"Lices:sor"), and _C=Y OF COQ COSTA (hereinafter,whether one party or more,called`Licensee'). WITNESSETH, That the parties hereto for the conaderatims hereinafter expressed'covenant and agree as follows: 1. Licensor hereby Ticeases Licensee to use,subject to the rights and easements hereinafter excepted and re- served and upon the terns and conditions hereinafter set forth,the land(hereinafter called"Premises")situated at or near Muu' tyof Contra Costa sCormded Stateof_ California ,outlined in sod 9"6S on the print hereto attached,No 603-35222 +,A April 22, 1977 ;marked'%N+ibitA"snd made a part hereof,for a temp beginning an April 28 , 19—Z,7 ,and ending when this license shall be terminated as hereinafter provided. 2. Licemor bereby ezxpts and reserves the right,to be exercised by Licensor and by any others who have ob- . tained or may obtain permisaian orauthority from Licensor so to do,(a)to operate,maintain,renew and relocate any and all existing pipe,power,and communication Bars and appurtenances and other facilities of like character upon, over or under the surface of the Premises-and (b)from time to time to construct, operate,maintain,renew and same relocate such additional facilities of the me character as will not unreasonably interfere with the use of the Premises by Licensee for the purpose specified in paragraph 6 hereof. S. Licensee shall pay to Liceuaor as compensation for the use of the Premises the sum of One andNo/100 - - - - - - - --- - - - - - - - - - - Dollars ($ L000 ) payable in advance. Said compensation shall be subject to revision at five (a) year • internals. 4. Licensee covenants an axsrants that Licensee either owns,or has obtained from the owner or owners thereof the right to use any improvements no Premises shown or described on said Exhibit A as`licensee`s Existing Improvements" Such improvements,if any, er with any other improvements hereafter placed upon the Premises by or far accent of Licensee are hereinafter ' mprovements." b. Licensee shall pay before the same mock delinquent all arges,rates,and assessments which may, during the term of this license,be levied upon,or a--essed against,or be eqw y chargeable to or assessed in respect of the Improvements;and where any such tax,rate,charge,or assessment maybe d in the general amount of taxes charged upon the Premises separately or in connection with other property of laic d Licensor shall pay all of said tares,then Licensee shall promptly repay or refund to Licensor the amount or part of 7,id arge, rate or assessment equitably or fairly apportionable to the Improvements. \_ 6.Licensee sha11 use the Premises exclusively as a site for cr7'adi no and roadway construrtj QJ3 nurooses_ the object of Licensor being to facilitate the convenient operation of the railroad,telegraph and telephone lines of Licen_-or,sad the transaction of business thereon. In case Licensee shall use the Premises for any other purpose what- ever than=hove mentioned,then Licensor may declare this license at an end and prevent Licensee from using or re- 2^•,,-ung upon the Premises,with or without process of law. Licensee shall not have the exclusive pos�ion of the Premises as against Licensor. 7. Licenseeaball keep and maintain the Premises and Improvements in such safe,sanitary and sightly condition as shall be satisfactory to Licensor,zed.if ,. Microfilmed with board order• ll!946 mill and if Licensee fails or refuses within fifteen(15)days after receipt of any request by Licensor no to do,Licensor may,at its option,perform such work,and is such e.eat Licensee shall withia thirty(30) days after the rendition of bill therefor reimburse Licensor for the cost so incurred. S. In using the Premises,and in constructing,maintaining,operating and using the Improvements thereon, Licensee shall comply with any and all requirements imposed by federal or state statutes,or by ordinances,orders, or reZulations of any governmental body having jurisdiction thereover. la the event the Premises or Improve meats shall be used for the loading,unloading,storing,or otherwise handling of any petroleum products,Licensee shall comply with all regulations and recommendations from time to time promulgated by the Bureau of Explosives of the association of American Railroads,or any successor agency: U artificial lighting in pump houses,warehouses, or other enclosures upon the Premises,where oil or other inflammable fluid supplies are handled or stored by Licensee, except in unbroken original containers,shall be electricity,and such electrical installation and any other electrical installation upon the Premises shall at all tunes conform to and be maintained is accordance with the provisions of the then current edition.of.the National Electrical Code with respect to Class I hazardous locations. Licensee shall promptly pap and disrargeany and all liens arising out of'an construction,alteration or repair wort done,or suffered or permitted to be done,by Licensee on the Premises,sad Licensor is hereby authorized to post any notices or take any other action upon art mth respect to the Premises that is or rosy be permitted by law to prevent the attachment of any such liens to the Premises;provided,however,that failure of Licensor to take any such action shall not relieve Licensee of anv obligation or liability under this or nay other ph hereof. 9. Licensee shall at all tunes keep a space offc6feet mm the nearest rail of any railroad track entirely clear of strictures,material and obstructions of every sort and shall observe an overhead clearance of not less than twenty- fire(23)feat above the top of rail;but,nei.ertheless,Licensee may erect loading platforms which shall not be more than three(3)feet and sur(6)inches higher than the top of the rails,and which at no point shall be nearer than four (4)feet to the nearest side of the head of the nearest rail of such track;provided,however,if by statute or order of competent public authority different clear4nees shall be required, then Licensee shall strictly comply with such statute or order. 10. Licensee agrees to indemnify and save harmless Licensor against all loin,damage or ecpease which Licensor may sustain,incur or become liable for, including loss of or damage to property or injury to or death of persons and fines or penalties imposed upon or assessed repaint Licensor,ansing in any manner out of(a) the use of the Premises or Improvements by Licensee, (b) any breach by Licensee of the terms,covenants or conditions in this instrument contained,or(c)the sole or contributing acts or omission R of Licensee or the employes,agents, patrons or invitees of Licensee in, on or about the Premises or Improvements,except that if Licensor shall participate in any such contributing acts or omissions,then the loss,damage or expense arising therefrom shall be borne by the parties hereto equally. 11. Neither Licensee,nor the heirs,legs'representatives,successors or assigns of Licensee,nor any subsequent assignee,shall transfer or lease the Premises or the Improvements,or any part thereof,nor assign or transfer this license or any interest herein,without the written consent and approval in each instance of Licensor. 12. In case of the eviction of Licensee by any one owning or claiming title to or any interest in the Premises, Licensor shall not be liable to Licensee for any damage of any nature whatsoever,or to refund any compensation paid hereunder,except the proportionate part of any compensation paid in advance. 13. If any compensation hereunder shall be due and unpaid,or if default shall be made in any of the covenants or agreements of Licensee herein contained,or in case of any sssipmeat or transfer of this license by operation of law, Licensor may,at its option,terminate this license by serving five(5)days'notice in writing upon Licensee;but any waiver by Licensor of any default or defaults shall not constitute a waiver of the right to terminate this license for any subsequent default or defaults. _ ! 5-�r- 14. Tbis license may be terminated at any time by either party upon t?rrF� notice in writing to be served upon the other party,stating therein tac date that such termination shall take place, and upon the expiration of tht time specified in such notice this license aad all rights of Licensee hereunder shall absolutely cease and de- termine;but upon any such termination Licensee shall be entitled to have refunded by Licensor a proportionate part of any compensation paid in advance. 15. Any notice to be Riven by Licensor to Licensee hereunder shall be deemed to be properly served if the same be delivered to Licensee,or if left with any of the agents,servants or employes of Licensee or if gaited on.the Premises, or if deposited in the Post Office,postpaid,addressed to Licensee at Contra Costa County. Public ljor cs Rfloartmnent. Real Property Division. 6th Floor Administration Bldg_ Martinez, Ca- 16. Upoa the termination of this license in any--mer herein provided,Licensee snail forthwith surreade to obs Licensor the pacession of the Premises and shalt remove the Improvements and restore the Premises to suh=.tantiatIy the sts:e in which they were prior to the construction of the Improvements,and is case Licensee shall fail within thirty �3'0) days after the date of such termination to mase such removal or restoration,then Licen<or tray,at its elect:;c to be exercised within thirty(30)days thereafter,either remove the Improvements End restore the Premises for,bcsccount of Licensee,and in such event Licensee shall within thirty(30)dais after the rendition of bill therefor reimburse Licensor for the cost so incurred,or may tale and hold the Improvemeats as its sole property. 0102'7 ' { 1 5 II P 7 y 3 . a w iF i, ' ,.,d' " .s ' ti a ~ a, Y N S rfd-� G fUf[Ci W*CA" �CItIkAaEL.'Ett'11 x pAI1N CIATA caum I to�V9ti:P L-cr .;r a p c (C 329E lti4 tits) l of r"x-1 X�a iG'*' Warren N. Boggess r " .'W sired m 0.`m ar=e *.a:.s:a aa, lro. L+fw• d �r x,F:: r ae d.of +at•:p n6 of.:a a wt taxt area >tstoe tr s e2rax't sid-7 u of IiG4.3JCJa...31 of n,Sa:a"! -„,,..• i frr t .h , t �e1W1 at saiq-o�auc a7y6 sa3 et:ae iCtycai!* t>t'.i..,> a 4X } x -f�” .. tttlr,Oxiaa.t..aC►aw4�ijM d et M.11 t'sirt oes.t Oil�r!tI 11, = a, -� r *` r ,rI ' �+*rr Coiwp C Wl A E�M%do CWO of Sons.r Sanrd , / , MAY 171977el P 1, y ,. 7 d fir: ; , yI. . a "x.c—i � S tt 5 1- "u J J r h�t c4 h 5 4^�,rt. 4, f �,' * t , P Y ua'.y"'ri't,", ,,,A '�:�z+x. e ?y �,.,est' - � w «+c ,,,j t C d' $ t sx '^R tr 1' i�`- 1 "'.wus,t A find " t- i {*'. 'kx r '-r 4 y w y,"': f, 3 rt.v,y � rib tit ^.a rd K r r moi. _ i s » 2 ,,.' t '�W,'-sig we yl "i` "S r r+t. �'f, �}'' `'`7 �t c a. 4" z g+S1t' r'" k'``.. r J [ '"t" g 3'' .�" ! 7 $ r �'', r a x '4 ., fi� 4 h s'^ r t-Ct.",'I k" T " .r a '4 3 +3 r d J X }'Sf 1 'f 1 Y S 1 4..L. "q �. f YJ Za. 1. 4T E t^f 1 f 5C 9. ^,,. k y' ,,,, , >`' 8 'i. ? } Yr 2 -ri C # C k ,� «k. i V- Y < y . a r -x` * a r } .x x ,, a £. 2.: c -1 I ,, , ;.: .. , ,- ., . , 01028 . •V. If Licensee E-L's to surreader to Iaceasor the Premises,upon any termination of this license,all the liabilities and obligations of Licensee hereunder shall continue in effect until the Premises are surrendered;and no termination hereof shall release Licensee from any liability or obligation hereunder,whether of indemnity or otherwise,resulting from any acts,o-k;; as or events happening prior to the data of termination or the date,if Inter,when the Improve- meats are removed and thq Premises restored or Licensor elects to take and hold the Improvements as its We property as hereinabove in p=nbraph 16 provided. 18. In the event that Licensee consists of two or mare parties,all the covenants and agreements of Licensee herein contained shall be the joint and several covenants and agreements of such psrtieL 19. AlI the covenaats.and agreements of Uceasee herein contained shall be binding upon the-heirs,legal repre- - sentativesrsuceessors and assigns of Lieeraza%and shall inure to the benefit of the successors and assigns of I&xav,*_ Attached hereto and made a part hereof is Rider, "A" identified by the signature of J. H. Schwartz. IN VITNESS WE=OF,This Haase has been duly executed in duplicate bysthe parties hereto as of the day and year first above written. THE ATCHISON, TOPEKA AND SANTA FE R=gAY COMPANY (Licensor). Approved as to-description: By • I� , Chief Engineer, t• � COUNTY'OF,C & COSTA N- Rn ggn FOP`.! r"i'ROVED 6 Its Chairman, Board of Supervis ors e.c•,.. CLicen.Qee). • 01029 s —M- 8MMIM R I D E R "A" RIDER to license agrecocnt dated April 28 .197 7 between THE ATCHISON. TOPEKA AND SAiMN FE RAILWAY COMPANY and COUNTY OF CONTRA COSTA 20: Licensee will. perform work to the satisfaction and at no expense to Licensor on Licensor's property and reimburse Licensor for any inspection fees considered necessary by Licensor pertaining to-grading and-roadway construction. 21. Licensee agrees to furnish and keep in-force or arrange to have furnished and keep in force insurance of all kinds and amounts - specified below during the period of operation on Licensor's Premises, (a) Licensee shall, with respect to the operations which it perforins upon, beneath or adjacent .to Licensor's right of way and/or track, furnish or arrange .to have furnished (i) regular Contractors' Public Liability Insurance with limits of not less than Five Hundred Thousand Dollars (5500,000) .for all liability arising out of bodily injuries to or death of g ore ersoi.% and, subject to that limit for each person, One Killion D:.ilars ($1,000,000) for all liability arising out of bodily injuries to or death of two or more persons in one ac- cident or occurrence and (ii) regular Contractors' Property Damage Liability Insurarce with limits of not less than One Million Dollars ($1,000,000) for each occurrence for all lia- bility arising out of damage to or loss or destruction of property. Licensee and all its contractors and subcontrac- tors shall be named insureds_ either in a single policy of in- surance complying with the requirements of this subparagraph (a) or in separate policies maintained during such periods as such contractors and/or subcontractors shall perform any work hereunder. The policy or policies insuring Licensee shall in- sure Licensee's contractual liability in favor of Licensor contained in paragraph 10 of the printed provisions of this license. 22_ Licensee agrees- to furnish or arrange to have furnished to Licensor certificates reflecting the insurance coverage or certified copy of insurance policy, if requested by Licensor, as required by sub- paragraph (a) of paragraph 21 hereof. Certificates reflecting the coverage required by subparagraph (a) shall unqualifiedly require thirty (30) days' written notice to Licensor of cancellation or modification of the insurance referred to in such certificates. 23. Licensee shall not be permitted to exercise the license and permission granted hereunder until notified by Licensor that in- surance furnished pursuant to paragraph R hereof is satisfactory. Identified by _ 1030 1'� EXHIBIT "A" t ATTACHED TO CONTRACT BETWEEN THE ATCHISON._TOPEKA AND SANTA FE RAILWAY COMPANY AND C04M"Y OF COMMA COSH - LOS ANGELES, CALIF O• FRY APRIL 22, 1977 6 M_ENGINEERING St-Al F. t IN.TO 100 FT_ DESCRIPTION APPROVED LOS ANGELES, CALIFJ. G.FRYv�/� APRIL 22, 1977 tl(G.0-ENGINEERING DESCRIPTION APPROVED SCALE. 1 IN.TO 100 FT. F 1�N SAY � e1 IW O S TATE ION no - n ip Izd to wo• - -'{. TM/S AREA UIIIOE/P i" I 41- 45- 46 - 4S• 1} GLE/Y F?.OZiE2 i✓BXT •j --�f'r ��� z'�`� _�Z68. •- hQ N z DESCR/PT/ON z_ x AREA OVER IMIC11 RIalir OF AT MUIR , CONTRA COSTA COUNTY, CALIFORNIA. 01031 DIV. DWG NR DN. ME NO. D-82700 I o 0 xr � ;00 Li i t �i N 10 r- rs-Q .ALM $ECl7ND DISTR/CT, Fx7Rr is pFrrtrm�Fa saraxN srtAa�a. VALLEY INNS/©. C.E.C.L. DRAWING No. 603--35222 Ja .01032 as Ol SA m�� tit g ,�,st'e .: 10 �fl3o1. - des of BY o Ila L i S ( t In the Board of Supervisors of Contra Costa County, State of California rRaY• i 7 , 19 4'-- In the Matter of Completion of Private Improvements in Hinor Subdivision 13g-7e, Oaldey area. The Director of Building Inspection having notified this Board of the completion of private improvements in I-anor Subdivision 138-70, Oakley area, as provided in the agreement with Pocky and ' Pamela Nicolaisen, P. 0. Box 341, Oakley, Ca 94561, approved by this Board on April 5, 1977; IT IS BY =5 BOARD ORD= that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY THE BOAR? FURTHER ORDS that the Building Inspec- tion Depaztment is AtrrHORT=-D to refund the cash deposits of $1,350 and $675.00 (Receipt No. 136784, dated March 21, 1977) deposited as security for the above agreement. PASSED by the Board on May 17, 1977. I 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 Witness my hand and the Seal of the Board of cc: lock- 7 icolaisen Supervisors (Orifi) Building Inspection (2) affixed this -i it boy of *:n,. 19 77 J. R. OLSSON, Clerk By n^�.� -5��.-� , Deputy Clerk Billie Soi,eta H-'a 3176 15m 01033- In the Board of Supervisors of Contra Costa County, State of California Flav 17 .19 77 In the Matter of Completion of Private Improvements in Minor Subdivision 14-74, F?oraga Area The Director of Building Inspection having notified this Board of the completion of private improvements in Minor Subdivision 71;, Horaga area, as provided in the agreement with Falender Homes Corporation of California, 1885 Oak Pari: 31.vd., Pleasant Hill,-Ca approved by this Board on November 19, 1974; Ii IS BY THIS BOARD ORD•'RM that the private improvements in said minor subdivision are hereby ACCEPTED as complete. IT IS BY THE BOARD FURTHER ORDERED that the Building In— spection Department is AUTHOR M) to refund the cash deposit of $500.00, Receipt No. 109764, dated November 6, 1974, deposited as security for the above agreement. PASSED by the Board on May 17, 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: Fal ender Fiorzes Witness my hand and the Seal of the Board of (Ori,-,) 3�3dinS Inspection Dem. (2) Supervisors affixed this^L:day of- •.:, , 19 77 J. R. OLSSON, Clerk By "' C- Deputy Clerk Billie C. So .:a 01034 H 24 3/76 15M In the Board of Supervisors of Contra Costa County, State of California May 17. 19 77 in the Matter of Authorized Attendance at American Association Against Addiction Meetings in Toronto, Ontario, Canada, May 30, 1977 to June 3, 1977. IT IS BY THE BOARD ORDERED that its chairman AUTHORIZE attendance at the following meeting by Jerry Nava, Alcoholism Program Chief: NAME & DEPARTMENT MEETING DATE Jerry Nava American Association May 30, 1977 Alcoholism Program Chief Against Addiction to Medical Services - Meeting, June 3, 1977 Toronto, Ontario, Canada (Time Only) PASSED BY THE BOARD on HP-Y 17, 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. WiMess my hand and the Seo)of the Board of Supervisors Oxcc�: Director, MRA affixed this]7rh day of r__ i-�---= 19 .77• cc: Assistant Medical Director Mental Health Services J. R. OLSSON' Clerk Jerry Nava By� Deputy Clerk County Administrator County Auditor-Controller Patricia A. Bell H 23 8175 lGht i In the Board of Supervisors of Contra Costa County, State of California May 17 . 19-a in the Matter of Authorizing Attendance at Meeting On the recommendation of the Assistant County Probation Officer, IT IS BY THE BOARD ORDERED that Mr. Timothy A. Ward of the County Probation Department and Mr. L. Douglas Cervantes of Lax and Justice Systems Development are AUTHORIZED to attend the Workshop on Juvenile Justice Information Systems from May 24, 1977 to May 29, 1977 in New Orleans, Louisiana. Cost of said travel to be paid from Federal (90%) and County (10%) funds. PASSED by the Board on May 17, 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. Orig- Probation Department 1Ndness my hand and the Seal of the Board of CC. Asst. County Probation OfficerSupervuom Lax 4 Justice Systemsevelo affixed thi&_17_tti doy of qty . 19 County Administrator kc/Q Probation County Auditor-Controller J. R. OLSSON, Clerk l?� ,Q , Deputy Clerk Patricia A. Bell tw 9103 H-24 3/7615m In the Board of Supervisors of Contra Costa County, State of California May 17 . 1977 In the Matter of Authorizing Attendance at Meeting IT IS BY THE BOARD ORDERED that Larry Johnson, Sheriff-Coroner's Department, is AUTHORIZED to attend, at County expense, the Western States Auto Theft Investigators Meeting to be held at Reno, Nevada, on May 13, 1977. PASSED by the Board on May 17, 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 Originating Dept:• Witness my hand and the Seal of the Board of Sheriff-Coroner Supervisors cc: County Administrator offuced thisIM day of May 19 �7 County Auditor-Controller J. R. OLSSON, Clerk By LTi r �,.. CcL'.t . Deputy Clerk `Patricia A. Hell i H_•a -r,s,a 01037 ( 1, In the Board of Supervisors of ;r - Contra Costa County, State of California May 17 , 1977 In the Matter of Approving and Authorizing Payment of Claim for Relocation Assistance to Mr. & Mrs. Rieman Wells, 1795 Solano Way, Concord Buchanan Field-Runway 19-R Clear Zone IT IS BY THE BOARD ORDERED that the following Relocation Assistance Claim is APPROVED and .the.County Principal Real Property Agent.is AUTHORIZED to sign the Claim Form on behalf of the County. Reference Claim Date Payee Claim Amount Buchanan Field May 13, 1977 Rieman Wells & $2,928.00 Runway 19-R (Charge to W.O. 5438-927) Patricia Wells Clear Zone The County Auditor-Controller is AUTHORIZED to draw warrants for the Claim amount as follows: a) A warrant in the amount of $500.00 as advance payment to be drawn immediately upon Board approval of this Claim and deliver to County . Real Property -Division-for dispersal. b) A warrant in the amount of $2,428.00, for the balance due, to be drawn upon the request of the County Real Property Agent when the Claimants have vacated the acquired premises. PASSED by the Board on May 17, 1977 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Department Supervisors Real Property Division affixed this 17t1day of May . 1977 cc: Auditor-Controller Public Works Department J. R. OLSSON, Clerk By. PDzv✓ . Deputy Clerk N. Pous H-24 3176 15m 01038 1•_y ` ' All In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Approving and Authorizing Payment of Claim for Relocation Assistance from Saphronia Golette Center. Avenue - Project No. 3471-4342- 663-76 Pachprn Area IT IS BY THE BOARD ORDERED that the following Relocation Assistance Claim Form is APPROVED and the County"Principal Real Property Agent is AUTHORIZED to sign the claim forms on behalf of the County. Reference Claim Date Payee Amount Center Avenue April 12, 1977 Saphronia Golette $500.00 Project No. 3471-4342-663-76 The County Auditor-Controller is AUTHORIZED to draw warrants) in the amount(s) specified to be delivered to the County Real Property Division. PASSED by the Board on Mau 17. 1877 I 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. Witness my hand and the Seo] of the Board of _ Supervisors affixed this 17th day of May 1977 J. R. OLSSON, Clerk By /f / 6 Deputy Clerk Originator: Public Works Department N. Pous Real Property Division cc: Auditor-Controller Public Works Department H 24 a/75 10M cc: Auditor-Controller Public Works Department IH 24 8175 IObt 1 In the Board of Supervisors of Contra Costa County, State of California [day_ 17 . 1977— In 9ZZ!n the Matter of Appeal of Shapell Industries of Northern California, Inc. from Action of the Planning Commission on Application for Subdvision 4820, San Ramon Area. The Board on May 3, 1977 having fixed this time for hearing on the appeal of Shapell Industries of Northern California, Inc. , 'from Planning Commission denial of the tentative map for Subdivision 4820, San Ramon Area; and The hearing having been opened, and Air. John P. Moore of Shapell Industries having appeared and referred to his May 16, 1977 letter to the Board advising that Shapell Industries has several new alternative plans with respect to said subdivision, which may satisfy the concerns of staff and local citizens, and requesting that the matter be referred back to the Planning Commission for reconsideration; and The Board 'having considered said request, IT IS BY THE BOARD ORDERED that the hearing is CLOSED and that the matter is REFERRED back to the Planning Commission for reconsideration. PASSED by the Board on May 17, 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 oforesaid. cc• Shapell Industries Wdness my hand and the Seal of the Board of Director of Planning Supervisors affixed this_2ytbdoy of May 197 ` / J. R. OLSSON, Clerk y.`�r BT t t cfv 111 l f. t CU . Deputy Clerk Patricia A. Bell H_,4;r,b Ism 11040 t � In the Board of Supervisors of Contra Costa County, State of California May 17 , 19 77 In the Matter of Audit Report and Financial Statement of the Contra Costa County Employees' Retirement System for Year Ended December 31, 1976 The Hoard having received a May 4, 1977 letter from Fir. H. Donald Funk, County Auditor-Controller, transmitting audit report and financial statements of the Contra Costa County Employees' Retirement System for year ended December 31, 1976; IT IS BY THE BOARD ORDERED that the aforesaid statements are REFERRED to the County Administrator for report. PASSED by the Board on Flay 17, 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 County Auditor-Controller Supervisors affixed thisjItb day of May , 19 77 /-1 J. R. OLSSON. Clerk By,-1 -1,►t° 1 C f f . Deputy Clerk Patricia A. Bell 01041 H-24 3J76 15m 1 In the Board of Supervisors of Contra Costa County, State of California tray_ 7 , 19 -27, In the Matter of Executive Session. At 12:30 p.m. the Board recessed, pursuant to Government Code Section 54957.0, in Executive Session in Room 108, County Administration Building, Nartinez,_ California to nonsuit With its representatives in connection with; dis- cussions of salary matters. At 2:55 p.m_ the Board reconvened in its Chatoers and adjourned. . a Patter of Record 1 hereby certify-that`the foregoing is a true and correct copy of;"ssh'ordar riiter iir_ifis minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of Supervisors affixed this 17ti'doy of If 19 77 J. R. OLSSON. Clerk By \�. C S�---� Deputy Clerk 3illie C. SdRza ti-24 3+76 15m And the Board adjourns to meet on p 7 at 4.0© a. - /r1 ,_in the Board Chambers, Room 1072 County * Administration Building, Martinez, California. '- N. Bo es �3Chairman ' ATTEST- J. R. OLSSoU, CLERK De ut 01041 SZ U44ARY OF PROCz_...)*VGS i�2 T^. BOARD OF SLr'=--RVT_SCRS CF C^.i'T3a Cosi" Iv.AY 17, 1977, 3! J. 3. OLSSG:1, Cori-PITY CLQ AND ZZ'X-OF'FZCIO CLa"R-K Or THE BOARD. Approved personnel actions for Delta Marshal, District Attorney, Medical Services, Public Works, Civil Service, Health Depar-...e:t. Social Service, Hunan Resources Agency, Planning, and River -e Protection District. Authorized recruitment for filling positions in the class of Building Inspector II at the third step of salary level 434. Authorized appointment of G. Leonardos in the class of Manpower Operations Officer-Project at the third step of salary level 447. Ap roved appropriation adjustments for Auditor-Controller, Civil Service, Marshal- Mt. Dia to Judicial District; and internal adjustments not affecting totals for Building Inspection, Public Works, Auditor, Marshal-Delta Judicial District, Health, San Ramon Fire Protection District, Sheriff-Coroner, Fedical Services, and Planning. Aut.^orized attendants at meetings as follows: J. Nava, Medical Services, to American Association Against Addiction Conference in Toronto. Cntario, vay 30 to June 3; T. Mart! =robation Department. and L. D. Cervantes of Lar and Justice Systems Derelop=ent (auditor-Controller) to Juvenile Justice Information Systems Workshop in New Orleans, LA. May 24-29; L. Johnson, Sheri-•f-Coroner Dept., to Western States Auto Theft Investigators Meeting in Ren, `ievada, Yay 13; R. Jor..lim, Social Service, to 'tational-Associa ion of Cou ncies, Steering and Technical Advisory Committees in 'fias.hingran. D.C.. June 2 and 3, and to Special Meeting with Mr. Cali-fano, Secretary HEd and DOL representatives, Washington D.C., May 25-25. Authorized Director. Human-Resources Agency, to execute contracts wits various agencies for provision of pharmaceutical- services and medical suppLes to Prepaid eal:h Plan enrollees and to sign contrary with certain medical specialists for `led-'cal Services. Authorized Real Property Division, Public Works Dept., to negotiate for space in Concord for the consolidated Human Resources Agency Manpower Program. Authorized increase in the revobI g fund of Marshal, Walnut Creels-Danville Judicial District. Authorized reimbursement to G. Tor7fter for personal property lost while a patient at County hospital. Authorized repleni31%ment of petty cash fund and relief of cash shortage for Public Defender. Discharged Mt. Diablo Municipal Court from accountability for collection of certain fines receivable. Authorized use of existing desk space and normal clerical support to R. Sanborn, Cooperative Extension Service, for purpose of •Blackliae' disease studies during period April 1-Sept. 30. Authorized reimbursement of automobile expenses to M. Clark while on county business May 10-June 10. Acknowledged receipt of report of County Administrator relative to energy problems and conservation and designated J. +ialford, Chief Deputy Public Worts Director, as Coordinator of County energy and water conservation effcrts. Acknowledged receipt of report of County Administrator an operations and organiza- tion of Buchanan Field Ai.-port and determined that said airport remain an organizational component of the Public Works Department with the position of Airport Manager to serve as a deputy publie writs director for air-ports. 0104 Pay 17. 1977 Summary, continued Page 2 Authorized County Administrator to solicit proposals for claims adaiaiatration and adjustment services for a County worker's compensation self-insurance program. Authorized Director. lh=n Resources Agency, to submit grant application to State Department of Health for funding of a denial screening and education program for children of low-income families. Authorized Chairman to execute lease with Duffel Financial & Construction Co, for premises in Concord for occupancy by the Justice Automated Assistance Comalttee and a Memorandum of Lease for recording Mar. 15 lease with W, Hackett, et ux, for premises in Richmond used by the-County Clerk for election equipment storage. Authorized Chairman to sign letters to the V.S. Department of Labor requesting increased allocations for C=A Title II and VI. Determined that request from Valley Coamsmtty Services District for an allocation of Federal Revenue Sharing funds for completion of Athan Downs co=mity park be held for considerat..ion during public hearings in connection with County budget for FY 1977-78. Waived reading and fixed May 24 for adaption of an ordinance amending the Ordinance Code expressly allowing and regulating change-of-location "transfers" of licensed card- :rooms. Denied claim for damages filed by C. Golden and application to file late claim of S. J. Merrick, Jr., et al. Requested report from County Administrator and Retirement Administrator relative to petition signed by County employees protesting any contemplated increase in payroll dedrption for county retirement system. :dorsed report of Finance Committee (Supervisors R. 1. Schroder and J. P. Kenny) in connection with revised 1976-77 Short-Doyle Budget and authorized Mental health Director to submit same to State Department of Health. Approved surety tax bond for Subdivisions 4821 and 4924, Walnut Creek area. Declared Month of May 1977 as 055 MPH Compliance Month in Contra Costa County." Accepted designation by Gnats Costa County tiayorV Conference of Board of Supervisors as the interim local Solid waste Management Agency for this County. Authorized payment of Relocation Assistance claims to R. and P. Wells and S. Golette in connection with Buchanan Field sway 19-R Clear Zone, Concord, and Center Avenue Project, Pacheco, respectively. Approved recommendation of Supervisor Hasseltine that the matter of establishment of the position of County Child Abuse Coordinator be considered as a policy item in the FY 1977-78 budget process, as proposed by the Child Abuse Prevention Council. Fixed May 31 at 11:30 a.m. as time for hearing on appeal of R. ?.umann Co. from Planning Commission conditional approval of tentative map for Sub. 4871. Lafayette area, and fixed June 7 at 11:05 a.m. for hearing on appeal of Sleepy Hollow lmprovement Assn. from Planning Commission conditional approval of MS 252-76, Orinda area. Fixed June 14 at 11 a.m. for hearing on Planning Commission recommendation with respect to request of Woodhill Development Co. (2100-RZ) to rezone land in the Diablo area. Approved amendment No. 3 to Buchanan Aircraft Hangar Co. lease for additional hangar building and lease area and accepted as completed said heagar building (No. 6) to establish effective rental date as of Feb. 15. 1977. Urged ABAG Executive Board to endorse and approve Grant Application of Alameda and Contra Costa County .on emergency medical services funds. 01045 { :lav 17, 1977 Summary. continued rage 3 Acxaowle4ed receipt of: ?uaa-�hly report by Auditor-Controller of certain County Hospital accounts written o_'_ during the month of April, 1—v/7: Letter from Martinez City Clerk tra_^.-smitting resolutions adopted by the City Council certifying the adequacy of the SIR required before construction of the pro- posed Country Detention Facility. and orwaring the vacation of portions of Green, Fine and Thompson Streets on the basis that the County comply with: certain conditions; Reply from Public Utilities Commission relative to status of Railroad Station Building at Crockett. Denied request of Project Director, High Input Project, to include said project - as part of the services offered by Contra Costa County Schools. Accepted as complete private improvements in HS 1--74, Moraga area, and 14S 138-76, Oakley area, and authorized refunds of cash deposits in connection therewith. Accented Grant Deeds from: :d. Fass,:r, Jr et al. HS 61-75; F. Sues:. at al, HS 13L:-70': and Woodhill ?a_=- ipator Associates '..united Fa-:aershit, ,'.S I!'!*-75. Accented .zr re-cording oaf/ Offer cf Dedication for Roadway Purposes f:,3x G. gal?, a-. al. 'LEM. Accepted Offer of Dedication for Drainage Psrooses for recording only from Woodhill Participatory Associates Limited Partnership and Grant Dead for Development Rights from .1 K., a California-0 ship, is connection with Sub. 4043, San Ramon are_. Authorized Public Yorks Director to execute Befe=ed !:=rovesent Agreements, per- ai:tin3 deferment of cons w.uction of per_aneat improve.ea.srujred as a carA`tion of approval. as follows: Child d r^_terprises. S:u'? MIC-77. Ric:fond area; Yocdhii, Participatory Associates Z.imitad =arership. MS 13e'-7i, baa gammon arca; Fassur, Jr at al. M .I-76. Walnut Creek area; _. West, at al. :'SS 13`-76, Concord area. Closed hearing and refs-rred bans to Planning Commission for reconsideration =atter of appeal of -hane'1 Tend- t=ies of Northern California. Inc. from ?I=nning Commission, denial of tentative map for Sub. 4M, San Ramon area. Authorized Public Yorks Director to execute Right of Way Contracts with M. 'dells, W. Brady. J. Brady, F. Lybne. H. Reed. C. F2cHarry, R. Dinkel, G. Ross, ?. Young, and N. Ross and directed County Clerk to accept deeds from same in connection with property acquisitions, County Civic Center. Detention Facility Site, Martinez area. Authori:-ed Public Yorks Director to refund cash surety deposit to R. Bruzzoae, Inc. in connection with Sub. 4037, Town of Moraga, and to Crocker acmes, Inc., Sub. 4664, Danville area. Referred to: Director of Plenning letter from City of Walnut Creek re inconsistencies between the County's General Plan and the aforesaid City's General Plan and a communication from the State Office of Planning and Research advising that said office is designing a uniform social profile to describe all California counties; County Adainix:ator for report letter from Auditor-ControLer transmitting audit report and financial statements of County Employees' Retirement System for year ended Dec. 31. I976 and letter from fast Say Chapter :tatioaaZ Safety Council requesting financial support to conduct a ccunr/wide safer; arogran during r 1977-73 (for consid- eration in conjunction wir..h =.^ilatiea of crap'Osed counr7 budget for F'! 19777-78); Director of PI'S for review is contunction wi-.h other Count f depa-r'-eats concerned letter from Danville Fire ?rotection District -a East Bay Regional Pari: District proaosa? for Golden Loon horse =rail; Counrf eelth Officer letter frau Dena_went of Cal�'o^�'a .-T�{gs.ray 'rstro1 advising of a nub+c hearing to be held on June 16're proposed =endmea*s to ambulance re,gula- .ions; Oink a - ----------- May 17, 1977 Summary, continued Page 4 Referred to: Director, Resou^ces Agency, letter from U.S. Department of Labor advising that public service employment under C«A w-4111 be expanded and offering resources of the Employment and Tzmaing A3.+nist;ation; Pi-blic storks Director request from City of Antioch that the County-owned Veterans' Building in Antioch be cleaned up and maintained in a more presentable manner; letter from State Solid Waste Management Board notifying potential proponents that proposals will be requested for implementation of a source separation and recycling program; letter from State Depar^-.rent of Fish and Case re an apparent error on the U.S. Geological Survey quad Brentwood map. Recessed into Executive Session at 12:30 p.m. to consult with its representatives in connection with discussions of salary matters. At 2:55 p.m. the Board reconvened In its Chambers and adjourned. Authorized Chairman to execute: 4onfinancial Agreement with State Board of Education to increase State CSTA Title I funds for vocational education of CETA participants residing in Contra Costa County; Contract with CoLnty Superintendent of Schools for start-up of 1977 CETA Title III Summer Program for Economically Disadvantaged Youth \S=AY); Grant Modification from U.S. Department of Labor to current CETA Titie III Gran: for SFO- Y t:ogram; State Department of Health Con-act to provide specified ?repaid Health. Plan data for the year 1975 for State Prepaid health Research, traluation. and Demonstration; Can-acts with L. Forbes, M.D. and P. Smith for Social Service staff training; .agreement with A. Yinrzioae for consulti--Z services for the Automated Cr'.mina,. Calertar System; Ag-^eements with :ar Wert Collection Se:-vices, Inc. and Bu.--s A. Ca=pbell', Inc. for prorislen of.del{inquent account co2-lectien services; Agreement with University of Cal'fo n a at Berkeley for e_-ployment of Work-study students ice. the Prroba_on Denazzment; Cocmun ty Development B_o;.k Crane Program Project Agreement with City'of Brentwood for site ac-,uisi;.ion and fix^st phase canst_-uction n£ a Yeigbborhood Facility under Secen: Year t~, Devel owe= Lzerse Ag eemmenzz from :.t-..^3son, _opei.2 and Sar=a ?e rte`_=.ray Co. covers3 tem,-c--z--:t _ rm eissios to enter cor, �^ Raoadproperty for construction on Hnir Station. Road, Martine. area; As the Gover--4"5 Board of Contra Costa County Sanitation District No. 15, A=endmenz No. 2 to rreb. 30. 1976 Agreement for Engineering Services with CSI !no. for cost-effective analysis of "low pressure sewer system." Adopted the following .,.•..,tiered resolutions: 77/396. accepting as complete contract with Concrete Shell Structures for imarove- rents on Pacheco Boulevard, Pacheco area; 77/397, fixing June 14 at ll a.m. as time to receive bids for Stone Valley School Neighborhood nark, Alamo area (CSAR 7); 77/398, fixing June 14 at 11 a.m. as time to receive bids for Port Chicago F.ighway Bridge Reconstruction Project; 7-7/399. amending Resolution No. 75/638 establishing rates to be paid to child care Institutions to add Progress Ranch/Davis, CA; 77/400, approving final map and Subdivision Agreement for Sub. 4943, San Ramon area; 77/401, fixing June 14 at L a.m. as time to receive bids for North Wing Planning Department Remodel; 77/=02. as Ex-Officio the Governing Board o. the Contra Costa County Fire Protection 'is:i ct, fixing J"-e 14 at 11 a.m. as time to receive bids for the New Electrical Service at Station No. 6, Concord; 77/403, ficiag June 1= at Il a._. as tae to receive bids for the Personal Security St stem at Junrenil a ::=i l. Ha.^tinez; 7-7/VG:, fixing Surae 7 at 10:55 a.m. as t'we for the Board to meet and consider the adoption of Resolution of Necessi., to acTire real property by eminent domain, N.z_.i:ez area, Detention Fac;4ity Site; 77/405, waiving right to a;:,o4-t new „cve^r:g Board fcr Recle-ation District 2090, ruimby Island; 01047 May 17, 197 Smeary, continued ?age 5 7/406 through 77.•/413, authorizing changes in the assessment roll and cancellati.n of certain delinquent penal`ie_; 7/419, 7.%=20, and 77/4-21. fixing June 23 at 1-0-55 a.=. for hearings an the iaviz Boundary Reorgfloization, Brentwood area; Subdivision 4943 Boundary Rearg. 4zation, San Ramon Valley area; and 'ate?teclif: day Boundary Reorganization, Walnut Creek area, respectively; 77/422, As Ex-Officio the Board of Directors of the Riverview Fire Protection District, f;1xir-g June s at 10:45 a.m. as ti=e _a =cnsu=mate pup--tease of real property on north side o: Delta Fair Boulevard, City of Antioch; 77/423, subordinating Len against B. Mitchell to guarantee repayxeat of cost of services rendered by County; 77/424, expressing opposition to recommendation of State 'dater Resources Control Board that Peripheral Canal should be constructed; (7/-25. fixing June 29 at 10:45 a.a. as time for hearing relative to abandoning a por`ilon of Canal Alley, Pacheco area; 77/=+26, 77/427, and 17/428, authorizing Grant Applications with State Office of Criminal Justice Planning for the Fingerprint Retrieval System, Friends Cutstde the County. and the Countywide Strike Force protects; 77/429. __ =in3 as co=leta Tcatract ri-w 3esi� Facilities Leasing Co. of Newarc for anstr y -of Spay C'l'inic a Ja _-; ani aut:`_^, -Public doees Dir_ tzr to c exeute Change Order tia. 1 to aforesaid contact for additional woe'r. and _greed upcn liclidazed da es. rp rsved part .__a^-.;=g a_Ci= _ion r?..;e6:-L), :cavi ll 9 area, and _e_:uezted Plan" Co—fission to consider another zon':g classification. Referred back to 7-1—r-4- Ca—fission for reconsideration acne=al of Vista, Grande ?omec«:ers +ssoc__,.ica from 1- Cc—fission =oaditanal spp:hva: of Sub. 4007, :=ride area. .etermined to take no action an request of C Papaioancu, et rc, to tr�sssfer location of card_roo= license from the Corner Club, lest ?ittsburg, to Pacheco. Approved action taken by Publlc loris 7=ctor in gz entin3 pe-mission to partially close North Parkside D=ive, dest Pi_tsbu_rg area, as requested by M. 1--s lar .he put,ose of repairing the rai=road sour tracic. Authorized Cnai.ran to execute i.andscape zffa ntenance Ar_eseat for Sub. 4207. Byron area, with Discovery Bay Corporation. Authorized payment to Rector. Wardens. Vest_—fine=of Grace Parish, Martinez, in connection with property ac=quisition.IhLir Station Road, Martinez area. Refer^ed to Public Yorks Director bias received for the SoLowing projects: Constrsction of George Mi11er Jr. Memorial-hest Therapeutic Swiaing Fool; E1 Sobrante- Orinda Overlays (Manor Road and La Ronda Road in EL Sobrante area and Overhill Road in Orinda area); Landscape Maintenance of various locations (County-hide); Landscape Maintenance of CSA M-19, Orindawoods,and of CSI M-6, Sycamore Homes. Approved recommendation of Thtermal Operations Committee (Supervisors Hasseltine and Fanden) that the Final Report of the Allied Services Commission be accepted and that the County continue to develop and test methods for improving and consolidating the delivery of buman services. Acknowledged receipt and referred to Agenda Cocsittee mem=orandum from League of «omen Voters of Diablo Val-ley suggesting certain rhes in Board calendar. Referred to Finance Co-4 Kee recZuest f_o C:ncerted Services Project, 2nc, for canoed pay=ent of stilli_ies, and requested- Count? furnish retort an the .atter = the Committee. Accepted resignation of C. Pollack, M.D.. as a Provider Representative on the Contra Costa Subarea Advisory Council of the Alame-a-Contra Ccsia Health Systems Agency and of G. Brill-an from Citizens' Advisory Co=mittee for Contra Costa County Sanitation District No. 15 (Bethel Island area). 0109$ i May 17, 1977 baa 3', continued Page 6 Approved recommendations of Supervisor uasseltine that Human ServicesAdvisory Commission applicat-4cas be separated by Supervisorial Districts for review and `has re�+A-__in4-=g applications be forwarded ;o inte=nal Operations Committee to be screened- for at-large nominations. Appointed three individuals to Citizens Advisory Committee for CSA R-6, Ortnda area, effective July 1, 1977. Granted in part appeal of G. Cohn from Board of Appeals approval4f variance Perait (S. Rendall and W. Ruedrich, applicants), Or:nda area. Authorizes refund to L. Marion deposited as cash surety for installation of fire hydrant, MS 125-75, Lafayette area, and to K. & W. Development Corporation cash deposited as suretyfor Sub. 4386, Town of roraga. AwardeCcontract to Bay Area General Engineering for construction of drainage Sacil3t4es on Lake Avenue, Rodeo area. Accepted resignation of E. %-,=er, effective June 1, as Commissioner of Crockett- Carquinez Fire Protection District. Requested Director of Panning to develop a specific plan for the Sleepy Hollow area 1. Orinda. 01049 -- k 01049 A4 � i:. 2 M1 ,sv The norr Following Documents Consist' of 1049 pages, F r ys. i yP { r f 2 { 7 +