Loading...
HomeMy WebLinkAboutMINUTES - 08191975 - R 75G IN 2 r S x= 15 ' 5 AUGUSTi TUESDAY f S i i t I 4 1 G,! THE BOARD OF SUPERVISORS NET IN ALL ITS CAPACITrIS PURSUANT TO ORDINANCE CODE SECTION 24-2.402--IN REGULAR SESSION AT 9:00 A.M. , TQRSDAY, AUGUST 199 1975 IN ROOM 1079 COMITY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess, presiding; Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid. CLERK: J. R. Olason, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, County Administrator- and Public Works Director. a JAMES P. K[NNY ftwHmoto CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.eoccEss tsT DIS7AlCT CMAlot"" / �� 1l 1 A COT TNW JAMES P.KENNY VICE CHAIRMAN JAMES P.KENNY,RICNMoND CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N.BOGGESS IST DISTRICT CHAIRK" ALrRED M.DIAS.SAN PAeLO �7r��+ qA JAMES P. KENNY 2ND DISTRICT CONTRA i R 1 COST COUNTY VICC CHAIRMAN JAMES E. MORIARTY.LAFAYETTE JAMES R.OLSSON,couNTY CLERK ]RD DISTRICT AND FOR AND Ell OFIICIO CLERK Oi THC BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS.GERALDINE RUSSELL. 4TH L/S1m01 - C"Mf C.LL.k BOARD CHAMBERS.ROOM 107.ADMINISTRATION BUILDING EDMUND A. LINSCHEID, PITTSBYRO DTH DISTRICT P.O. Box 911 We Hav2"A �•r�lt, T„ phone MARTINEZ. CALIFORNIA 94553 Nucnar, 372.237, TUESDAY AUGUST 19, 1975 The Board will meet in all its capacities pursuant to Ordinance Code Section 24-2.402. 9:00 A.M. Call to order and opening ceremonies. 9:00 A.M. Consider recommendations of the Public Works Director. 9:00 A.M. Consider recommendations of the County Administrator. 9:15 A.M. Consider "Items Submitted to the Board." 9:15 A.M. Consider recommendations and requests of Board members. 9:30 •A.M. Consider recommendations of Board Committees including Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) on proposed application to Community Services Administration for grant for community food and nutrition program. 9:145 A.M. Executive Session (Government Code Section 54957.6) as requ4.red, or recess. 10:30 A.M. Hearings on the following proposals: a. Annexation of certain properties located adjacent to Arlington Lane, Kensington area, to Underground Utility District No. 14; and b. Establishment of Underground Utility District No. 15 (unincorporated area along West Tenth Street, Antioch) . 10:45 A.M. Hearing on appeal of Mr. Richard D. Earl from Planning Commission conditional approval of the tentative map filed with the Planning Department by Mr. R. O'Neal for Subdivision 4715, Reliez Valley area. 11:00 A.M. As ex officio the Governing Board of the Contra Costa County Flood Control and Mater Conservation District receive bids for landscaping along portions of San Ramon and Green Valley Creeks, Danville area. 11:00 A.M. Hearing on proposed provision of additional extended services (street sweeping) to County Service Area M-19, Orinda area. 11:10 A.M. Hearing on proposed improver;ent (modification of curve) of Rudgear Road at San Miguel Drive, Walnut Creek area. 11:30 A.M. Decision on appeal of Alamo Improvement Association and Association for the Preservation of Danville Boulevard from Planning Commission conditional approval of LUP 2056-75 (Creative Learning Center, Inc. , applicant) , Alamo area; hearing closed August 5, 1975. 4. Board of Supervisors ' Calendar, continued August 19, 1975 2:00 P.M. Hearli;g of proposed County Budget. for f kcal year 1975-1976. ITEMS SUBMITTED TO THE BOARD Items 1 - 4: CONSENT 1. ADOPT Ordinance No. 75-34 rezoning land located in the Danville area to Single Family Residential District-40 (R-40) zoning classification; A. G. and D. M. Morgan, applicants (1953-RZ) ; waive reading and order publication. 2. AUTHORIZE execution of agreement for construction of private improvements in Minor Subdivision 44-75, Alamo area. 3. AUTHORIZE County Auditor to make changes in the assessment roll. A. DENY claim of Matthew T. Rossoni, a minor, in the amount of $3,729 for personal injuries. Items 5 - 15: DETERMINATION (Staff recommendation shown following the item. ) 5. LETTER from Mr. and Mrs. Maurice Wolfe requesting assistance in obtaining a permit to build an addition to their home, which permit they have been unable to obtain because of an interpretation of the moratorium imposed on septic tank installations in the E1 Toyonal area, Orinda. REFER TO ACTING COUNTY HEALTH OFFICER AND COUNTY COUNSEL FOR REPORT 6. LETTER -from Assistant Secretary for Manpower, U. S. Department of Gabor, Washington, D.C. , advising that Public `ilorks and Economic Development Act Title X funds are available for certain CETA projects and enclosing application forms in connection therewith. REFER TO COUNTY AD14IIIISTRATOR 7. RESOLUTION adopted by the District Board of the Central Contra Costa Sanitary District fixing the 1975-1976 tax rate required for district operations at 55 cents per $100 of assessed valuation, setting forth the amounts required ti be raised for general obligation bond purposes, and requesting that tax rates sufficient therefor be levied. REFER TO COUNTY AUDITOR-CONTROLLER 8. LETTER from Executive Secretary, Board of Directors of Stege Sanitary District, transmitting its 1975-1976 budget together with resolution establishing a tax rate of 17 cents per $100 of assessed valuation and requesting approval of both. REFER TO COUNTY AUDITOR-CONTROLLER 9. LETTER from President, VANPAC Carriers Inc. , Richmond, protesting the free use of public library facilities for political purposes. REFER TO COUNTY LIBRARIAN FOR REPORT 10. LETTER from Executive Director, County Supervisors Association of California, enclosing copy of Preprint Assembly Bill No. 1 (League of California Cities Action Plan) and suggesting that the county review same with local city officials and submit any comments thereon to CSAC. REFER TO COUNTY ADIdINISTRATOR 11. MEMORANDUM from County Superintendent of Schools requesting ' that a tax be levied to maintain the regional occupational programs. REFER TO ADMINISTRATION AND FIIANCE CO'51ITTEE, COUNTY ADMINISTRATOR AND COUNTY AUDITOR-CONTROLLER ow' Board of Supervisors' Calendar, continued August 19, 1975 12. MEMORANDUM report from Director, Human }resources Agency, in response to Board referral of resolution adopted by the City of Concord urging the Board to reinstate and finan- cially support the position of a full-tine Coordinator for the Concord Social Activities Center, advising that some financial support can probably be provided from Short/Doyle funds, and that a final report on the matter will be furnished in the near future, ACKNOWLEDGE RECEIPT 13. LETTER from Ms. Maria A. Cortes, Richmond, requesting that certain land unsuitable for development be included in the Open •Space Easement Program. REFER TO DIRECTOR OF PLANNING TO ANS14ER 14. LETTERS from County Sheriff-Coroner and County Treasurer-Tax Collector commenting on the recommendations of the 1974- 1975 Contra Costa County Grand Jury. ACKNOWLEDGE RECEIPT 15. Consider memorandums of understanding, if any, submitted on behalf of the Employee Relations Officer. Items 16 - 21: INFORMATION (Copies of communications listed as information items have been furnished to all interested parties. ) 16. LETTER from Ms. Arlene F. Spurrier, Concord, reiterating request that Animal Control be established as a separate department and that the euthanasia chamber and guns as part of the stand- and equipment of animal control officers be eliminated. 17. COPY of letter addressed to Senator J. A. Nejedly from Clerk of the Board of Supervisors, Tehama County, expressing Strong- opposition to proposed legislation (SB 632) which would mandate that county jails be single cell construction. 18. LETTER from Ms. Elizabeth Hickman, Orinda, commenting on a claim filed against the county by the parents of a child whose arm was bitten off by a bear. 19. LETTER from Director, Department of Revenue and Recovery, County of San Diego, inviting participation at the 22nd Annual Conference of the California County Revenue and Reimbursement Officers Association to be held October 8, 9 and 10, 1975 on recovery of costs for county services. 20. MEMORANDUM from Delta Advisory Planning Council urging attendance at its meeting and at the U. S. Army Corps of Engineers hearing, both of which are scheduled for August 28, 1975 regarding rehabilitation of the Delta levee system. 21. NOTICE from State Department of Health of hearing to be held September 10, 1975 on changes in regulations pertaining to emergency hospitalization and hospital care for newborns. Persons addressing the Board should corlDlete the form Drovided on the rostrum and furnish the Clerk with a written coPy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5 P.M. 00004 00004 OFFICE OF THE COUNTY ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions, August 19, 1975 From: Arthur G. Will, County Administrator I. PERSONNEL ACTION'S 1. Reclassification of positions as follows: Cost Department Center From To Medical 540 Account Account Services C1erk.Il Clerk III Public Works 659 Road Maintenance Public Works Superintendent Maintenance Superintendent Road Maintenance Public Works Foreman Maintenance Supervisor 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation District 247 Supervising Legal Services Attorney Clerk I Clerk Health 450 Administrative Administrative Analyst Services Assistant III Assistant Chief Assistant Health Officer Health Officer Medical 540 (2) Family Nurse (2)Clinical Services Practitioner- Physician I Medical Services "i To: Board of Supervisors From: County Administrator Re: Recommended Actions 8/19/75 Page 2. I. PERSONNEL ACTIONS 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation Probation 313 (2)Iustitutioual (1)Senior Deputy Supervisor I Probation Officer (1)Deputy Probation Officer II Public 243 (2)Deputy Public (2)Deputy Public Defender Defender I Defender IV River Fire 2022 Intermediate Protection Typist Clerk District 3. Authorize appointment of John Aryl Fusselman at the third step ($1,326 per month) of Salary Level 388 ($1,203-$1,462), effective August 1, 1975, as recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS None III. APPROPRIATION ADJUSTMENTS None • IV. LIENS AND COLLECTIONS 4. Authorize Chairman, Board of Supervisors, to execute Satisfaction of Lien to guarantee repayment of the cost of services rendered by the County to Ruby Jimerson, who has made repayment in full. V. BOARD MTD CARE PLACEMENT/RATES None . ow To: Board of Supervisors From: County Administrator RA. RPcommended Actions 8/19/75 To: Board of Supervisors From: County Administrator Re: Recommended Actions 8/19/75 Page 3. - i VI. CONTRACTS AND GRANTS 5. Approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: �Zency IERose Amount Period Ken Giles Consumer Action $19667 8/1/75 and Education to Project 6/30/76 Evaluation Friends Providing $30,635- 8/l/75 Outside of Counseling and to Contra Costa assistance to 6/30/76 County families of inm. tes in County detention facilities (*To be funded at the ratio of 95% Federal and State funds ($29,103), and 5% County matching funds ($1,532). 6. Authorize Chairman, Board of Supervisors, to execute an amendment to the consultant contract with Portia Shapiro to extend the period from August 15, 1975 through August 29, 1975. VII. LEGISLATION 7. Establish County position on measures pending before the 1975 session of the California State Legislature as follows: Bill Number Subject Position SB 1282 Authorize charging a fee for chemical analysis in Drunken Driving offenses which result in conviction. SUPPORT Q P To: Board of Supervisors From: County Administrator Re: Recommended Actions 8/19/75 Page 4. VIII. REAL ESTATE ACTIONS 8. Authorize Real Property Division of the Public Works Department to negotiate for lease of space as follows: Department Purpose Location District Attorney Office space Richmond Consumer Fraud Public Defender Office space Martinez Public Works Storage space for agricultural Central chemicals County 9. Authorize County Administrator to execute new monthly rental agreement between County of Contra Costa and Carol Matlock for Unit 3, 1125 Mellus Street, Martinez, which property was acquired for future Civic Center purposes. IX. OTHER ACTIONS 10. Authorize County Librarian to dispose of certain financial records, papers and documents dated prior to July 1, 1973, pursuant to -Government Code Section 26205.1. 11. Acknowledge receipt of Head Start grants in the total amount of $63,194 and authorize Chairman, Board of Supervisors, to execute documents accepting said grants. 12. Adopt Resolution, effective July 1, 1975, extending 1975-1976 salary and applicable benefit adjustments to Project Positions tied to positions in the regular classified service. 13, Authorize Management Representative William P. Hamilton to execute agreement with the Contra Costa County Deputy Sheriff's Association extending sick leave benefits to employees represented by said association. f 0W8 To: Board of Supervisors From: County Administrator Re: Recommended Actions 8/19/75 Page 5. 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 specifid time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. - DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 5:00 P.M. 000-0011 wta . I OW9 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California August 19, 1975 E X T R A B U S I N E S S SUPERVISORIAL DISTRICT III Item 1. CORRECTION TO AGENDA ITEM 8 - TREAT BOULEVARD LANDSCAPING MAINTENANCE CONTRACT - Walnut Creek Area It is recommended that the Board reject, for bid irregularity, the bid of Robert Quatman, Inc., the lowest of three bids received, and award the contract to Contra Costa Landscaping, Inc. , in the amount of $3,632.00 for maintenance of median landscaping on Treat Boulevard from Buskirk to Bancroft Road in the Walnut Creek area, the next lowest bid of the three bids received. (RE: Work Order 4903) (B & G) SUPERVISORIAL DISTRICT IV Item 2. CORRECTION TO AGENDA ITEM 10 - PACHECO BOULEVARD LAANDSCAPING MAINTENANCE CONTRACT - Pacheco Area Paragraph three of this item should read: It is recommended that the Board reject, for bid irregularity, the bid of Robert Quatman, Inc. , the lowest of three, bids received, and award the contract to M. H. Hansen Construction Company, in the amount of $3,592.00 for the maintenance of median landscaping on Pacheco Boulevard from Vine Hill Road to Second Avenue, the next lowest of the three bids received. (RE: Work Order 4903) (B & G) EXTRA BUSINESS Public Works Department Page 1 of 1 August 19, 1975 O'N10 ,.... .. T.•, 1,v.: CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California August 19, 1975 AGENDA REPORTS Report A. PROGRESS OF OPEN SPACE ACQUISITION PROGRAM The Board of Supervisors, on December 17, 1974, approved the sale of the $6,750,000.00 Parks and Open Space Bond Issue for County Service Area R-8. This Bond Issue had previously been passed by the electorate in the June 4, 1974 election. The Public Works Department, in accordance with the City of Walnut Creek and County Agreement, dated September 17, 1974, has been working closely with the City in the Parks and Open Space Acquisition Program. - To keep this Board advised as to progress to date, the following is submitted for your information: Number of parcels acquired to date - 9 Total area - 327 acres Land cost to date $2,574,081.00 Option Agreement cost, 1 parcel 75,000.00 Supporting cost, pre-election expenses, 153,777.17 marketing bonds, legal services, appraisals, surveys, engineering, escrow fees, title insurance, administration Z,-)tal Expenditures to date $2,802,858.17 Remaining parcels to be acquired - 9 Total remaining acres to be acquired - 1,430.36 acres (SAC) Report B. WEST PITTSBURG OVERLAY - AWARD BID - West Pittsburg Area Bids for construction of West Pittsburg Overlay Project were received last Tuesday, August 12, 1975, at 11:00 a.m. at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Oliver de Silva of * Hayward, California, in the amount of $105,546.00. (RE: Project No. 3481-4250-75) (RD) A G E N D A Public Works Department Page 1 of 10 August 19, 1975 00011 REPORT C. CAMINO ANDRES - NAME CHANGE - gest Pittsburg Area On July 22, 1975, the Board of Supervisors held a public hearing to consider changing the name of a portion of Camino Andres to Camino Del Real in the West Pittsburg area. During the hearing Mr. Wildred J. Stone, 3975 Camino Andres, appeared before the Board and suggested that this portion of Camino Andres be renamed Willow Pass Road. After discussion the Board adjourned the public hearing and instructed the Public Works Department to consider the Willow Pass Road name and report back to the Board. Subsequently, the Public Works Department received a letter from Mr. and Mrs. Manuel Mota and Mr. and Mrs. George Wildes, requesting that this portion of Camino Andres be renamed either Evora Road or Camino Evora. Their letter explained that the Evora family were prominent early settlers in this area and history should be preserved by naming the road after the Evora family. The Public Works Department has reviewed all the proposed names and the Department feels that, due to the ultimate configuration of the freeway interchange and frontage road network in this area, the name Willow Pass Road would not be appropriate. The Department has no objections to the name "Evora Road. " Therefore, it is recommended that the Board of Supervisors rename. to EVORA ROAD that portion of Camino Andres, beginning at the Intersection of Willow Pass Road, West Pittsburg, and extending northerly and westerly to the intersection of Willow Pass Road in Concord, a distance of approximately 2.6 miles. The County Planning Department and local Fire and Postal officials have no objections tc the name of Evora Roar: for - this portion of roadway. (TO) SUPERVISORIAL DISTRICT I Item 1. LANDSCAPE MAINTENANCE - AWARD CONTRACT - Kensington Area It is recommended that the Board of Supervisors approve the Plans and Specifications and award a contract to Lafayette Tree and Landscape Company in the amount of $2,340.00. This was the lowest of the two bids received for the maintenance of median landscaping on Arlington Avenue. This maintenance work is a Class 1 categorical exemption from Environmental Impact Report requirements. (RE: Work Order 4903) (B&G) Item 2. GREENWOOD DRIVE DRAINAGE SYSTEM - AUTHORIZE DRAINAGE MAINTENANCE - Rollingwood Area It is recommended that the Board of Supervisors authorize the Public Works Director to correct a street and local drainage problem in the Greenwood Drive drainage system at an estimated cost of $3,000.00. The work is proposed as a "special" job as it does not conform to the regular provisions of the Board's Drainage Maintenance Policy. Work will be performed by County forces. This work is a Class 1 categorical exemption from Environ- mental Impact Report requirements. (RE: Work Order 4741) (M) A_ G E N D A Public Works Department Page 2 of 10 August 19, 1975 00012 j Item 3. GRE041100D DRIVE - ACCEPT EASEMENT - Rollingwood Area It is recommended that the Board of, Supervisors accept drainage easement and Right of Way Contract, both dated August 11, 1975, from Willis Dale Stricklin, et ux, and authorize the Public Works Director to execute the contract on behalf of the County. It is further recommended that the County Auditor be auth- orized to draw a warrant for $100.00 in favor of Willis Dale Stricklin and Barbara Ann Stricklin and deliver to the Real Property Agent for payment. Payment is fora 900 square foot drainage easement and miscellaneous landscaping. (RE: Work Order 4741) (RP) SUPERVISORIAL DISTRICT II Item 4. LANDSCAPE MAINTENANCE - AWARD CONTRACT - EI Sobrante Area It is recommended that the Board of Supervisors approve the Plans and Specifications and award a contract to M. H. Hansen Construction Company in the amount of $1,560.00. This was the lowest of four bids received for maintenance of border landscaping for County Service Area M-12. This maintenance work is a Class 1 Categorical Exemption from Environmental Impact Report requirements. (RE: County Service Area 1-1--12) (B a G) Item 5. SUBDIVISION M. S. 140-70 - ACTION AGAINST BOND - Pacheco Area The Agreement for Subdivision M. S. 140-70 expired on July 1, 1973. The Developer was notified by letter, dated March 24, 1975, to complete the work as required by the Frontage Improvement/Road Improvement Agreement. No further work has been accomplished since issuance of the notification. It is requested that the Board of Supervisors authorize the Public Works Department to perform the corrective work by contract or purchase order, and authorize the County Counsel to recover any cost from the Developer and/or United Pacific Insurance Company, the bonding company which issued surety bond No. U-74 84 38 in the amount of $4,200.00. The total cost of corrective work is presently estimated to be $4,000.00 plus the cost of preparing plans, specifications, solicitation of bids, and any cost involved in recovering monies from the surety. (LD) Item 6. ALHAMBRA VALLEY ROAD - RELIE2 VALLEY ROAD - TRAFFIC REGULATION - rartinez Area At the request of local citizens and upon the basis of an engineering and traffic study, it is recommended that Traffic Resolutions Nos. 2140 and 2141 be approved as follows: (Continued on next page) A_ G E N D A Public Works Department Page 3 of 10 August 19, 1975 ON13 Item •6 Continued: TRAFFIC RESOLUTION NO. 2140 Pursuant to California Vehicle Code Section 22358, This Board hereby determines that 45 miles per hour is more than is reasonable and safe on that portion of ALHAMBRA VALLEY ROAD (Rd. 11481) , beginning at the intersection of Reliez Valley and extending westerly a distance of one (1) mile, a street within the criteria of Section 22358, and this Board hereby finds that 40 miles per hour is an appropriate and reasonable and safe prima facie speed limit there, and hereby so determines and declares. (Traffic Resolution No. 979, pertaining to an existing 45 miles per hour speed limit on Alhambra Valley Road is hereby rescinded.) TRAFFIC RESOLUTION NO. 2141 Pursuant to California Vehicle Code Section 22358, this Board hereby determines that 45 miles per hour is more than is reasonable and safe on that portion of RELIEZ VALLEY ROAD (Rd. 1#3551) , beginning at the intersection of Alhambra Valley Road and extending southeasterly to the intersection of Grayson Road, a street within the criteria of Section 22358, and this Board hereby finds that 40 miles per hour is an appropriate and reasonable and saferP ima facie speed limit there, and hereby so determines and declares. (Traffic Resolution No. 1258, pertaining to an existing 45 miles per hour speed limit on Reliez Valley Road, is hereby rescinded.) (TO) SUPERVISORIAL DISTRICT III Item 7. SAN LEANDRO CREEK - APPROVE AGREEMENT - Moraga Area It is recommended that the Board of Supervisors, as ex officio. the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, approve a. Consulting Services Agreement with Riffe, Peters and Jones, and authorize the Chairman of the Board to execute the Agreement. The Agreement provides for Riffe, Peters and Jones to make a field investigation and report including cost estimates to stabilize the banks of the north and south branches of Upper San Leandro Creek for 1,400 feet, and 1,200 feet respectively upstream of E1 Camino Moraga. The total cost of the Consult- ing Services is not to exceed $3,500.00. (NOTE TO CLERK OF THE BOARD: Return three executed copies to Public Works Department.) (RE: Work Order 8239) (FCP) A_ G E N D A Public Works Department Pa7ge_4 of 10 August 19, 1975 00014 Item -8. LANDSCAPE MAINTENANCE - AWARD CONTRACTS - Walnut Creek Area It is recommended that the Board of Supervisors approve the Plans and Specifications and award the following contracts to: M. H. Hansen Construction Company, in the amount of $3,400.00 for maintenance of median and border landscaping and park maintenance for County Service Area M-11, the lowest bid of the four bids received. (RE: County Service Area 11-11) Contra Costa Landscaping, Inc. , in the amount of $3,632.00 for maintenance of median landscaping on Treat Boulevard from Buskirk to Bancroft Road in the Walnut Creek area, the lowest qualified bidder of the three bids received. (RE: Work Order 4903) This maintenance work is a Class I Categorical Exemption from Environmental Impact Report requirements. (B & G) Item 9. SUBDIVISION 4337 - ACCEPTANCE - Orinda Area The construction of improvements in Subdivision 4337 has been satisfactorily completed. The $500.00 cash deposit as surety under the Subdivision Agreement, evidenced by Deposit Permit Detail No. 117832 dated 6-14-74, is to be retained for one year in accordance with Section 94-4.406 of the Ordinance Code. It is recommended that the Board of Supervisors: (a) Issue an order stating that the work is complete. (b) Accept as a County Road the following named street . which is shown and dedicated for public use on the map of Subdivision 4337 filed 6-26-74 in Book 170 of Maps at page 15. Courtney Lane (24/50/0.08) Road Group: 2945 Total Mileage: 0.08 mile (c) Set a public hearing date for changing the .name of Courtney Lane to Martin L. Ring Circle as recommended in Report D of the Public Works Agenda of November 12, 1974. That report recommended that the request for the name change from Ms. Gail E. Rodens and by letter of October 22, 1974, be deferred until acceptance of the street as a County road. Subdivision Agreement dated June 24, 1974. Subdivider: New Community One, P. 0. Box 444, Martinez, CA 94553 Location: Subdivision 4337 is located at the end of Courtney Lane northwest of Donald Drive. (LD) A_ G E N D A Public Works Department Page 5 of 10 August 19, 1975 00015 9; SUPERVISORIAL DISTRICT IV Item 10. LANDSC B A=NN T"-N1 ANC3.- ASGUID CC?.TRACT - Pacheco and Concord Areas It is recommended that the Board of Supervisors approve the Plans and Specifications and award the following contracts to: Lafayette Tree and Landscape Company in the amount of $2,980.00 for maintenance of landscaping of John Glenn. Drive at Buchanan Field Airport and Meridian Park Boulevard at the Golf Course, the lowest of the four bids received. (RE: ' Work Order 4710) ' M. •H. Hansen Construction Company in the amount of $3,592.00 for the maintenance of median landscaping on Pacheco Boulevard from Vine Hill Road to Second Avenue., the lowest of the three bids received. (RE: Work Order 4903) - The maintenance work is a Class I Categorical Exemption froM - 111. 1 Environmental Impact Report requirements (B a G) AGENDA CONTINUED ON NEXT PAGE A-G E N D A Public Works; Department, Page _6. of 10 August 19, 1975. 000167` SUPERVISORIAL DISTRICT V Item 11. IidzREIER LAZE- STO su'l— DRtAiri - CGiii�aCi nCCEP'iAidCE - Danville Area It is recommended that the Board of Supervisors accept a Supplemental Right-of-Way Contract dated August 11, 1975, from James R. Bridges and Evelyn F. Bridges and authorize Mr. Vernon L. Cline, Chief Deputy Public Works Director, to sign said contract on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant for $36.00 payable to the above parties and deliver said warrant'to the Principal Real Property Agent for further handling. _ (RE: Work Order 8517 - Storm Drainage District Zone 10) (RP) Item 12. WILLOW PASS ROAD - ACCEPT CONTRACT - West Pittsburg Area The work performed under the contract .for the asphalt concrete overlay of Willow Pass Road from Port Chicago Highway to the Pittsburg city limit was completed by the contractor, Syar Industries, Inc. of Vallejo, on August 13, 1975, in conformance with the approved plans, special provisions and standard specifications at a contract cost of approximately $155,000.00. It is recommended that the Board of Supervisors accept the work as complete as of August 13, 1975. The work was completed within the allotted contract time limit. (FE: Project No. 5181-4247-75) (C) Item 13. SUBDIVISION 4254 - REFUND DEPOSIT - Danville Area On April 8, 1975, by Resolution No. 75/267, the Board of Supervisors authorized the acceptance of a $2,500.00 cash bond to guarantee the completion of minor drainage deficienci in Subdivision 4254. This work has been satisfactorily completed. It is recommended that the Board of Supervisors authorize the Public Works Director to refund to Greenwood, c/o C. M. Bloch, Inc., 30 Town and Country Drive, Danville, CA 94526, the $2,500.00 cash deposit as evidenced by Deposit Permit Detail Number 124601, dated March 24, 1975. Subdivider: C. M. Bloch, Inc. , 255 Rose Street, Danville, CA 94526 Location: Subdivision 4254 is located east of I-680 and north of Crow Canyon Road along the extension of St. Helena Drive. (LD) A G E N D A Public Works Department Page 7 of 10 August 19, 1975 OQO17 Item 14. GREEN VALLEY ROAD - TRAFFIC REGULATION - Danville Area At the request of local citizens and upon the basis of an engineering and traffic study, •it is recommended that Traffic Resolution No. 2139 be approved as follows: Pursuant to California Vehicle Code Section 22358, this Board hereby determines that 35 miles per hour is more than is reasonable and safe on that portion of GREEN VALLEY ROAD (Road No. 43318) , beginning at the intersection of Diablo Road and extending northerly to the intersection • of Stone _Valley Road, a street within the criteria of Section 22358, and this Board hereby finds that 30 miles per hour is an appropriate and reasonable and safe ma facie speed limit there, and hereby so determiri nes an declares. (TO) Item 15. LANDSCAPE MAINTENANCE - AWARD CONTRACT - Various Areas It is recommended that the Board of Supervisors approve the plans and specifications and award the following contracts to: = 1) M. H. Hansen Construction, in the amount of $4,500.00 for park landscape maintenance on the east side of Camino Ramon between Joaquin and Franciscan Drive in County Service Area R-5, South Danville Area, the lowest of two bids received. (RE: County Service Area R-5) . 2) Contra Costa Landscaping, Inc. , in the amount of $9,636.00, for maintenance of median landscaping on various streets in County Service Area M-8, Discovery Bay Area, the lowest of two bids received. (RE: County Service Area M-8) 3) Lafayette Tree & Landscape Company, in the amount of $3,720.00, for maintenance of median and border landscaping for County Service: Area M-4, San Ramon Area, the lowest of three bids received. This maintenance work is a class I categorical exemption from Environmental Impact Report requirements. (B&G) Item 16. PARK MEADOW DRIVE AND PIEDRAS CIRCLE - STREET LIGHTING - Danville Area At the request of local citizens and in conformance with the policy on street lighting, Resolution No. 72/341, it is recommended that the Board authorize the Pacific Gas and Electric Company to energize two 7500 lumen, mercury vapor street lights in Subdivision No. 4594, as follows: 1. On the east side of Park Meadow Drive, two poles north of Chantilly Court. (Continued on next page) A G E N D A Public Works Department Page 8 of 10 August 19, 1975 00018 Item 16 Continued: 2. on the zortli sine of Piedras Circle at the inter- section of White Gate Road. The lights have been installed by the Developer under previous agreements and should now be billed to County Service Area L-45. (RE; County Service Area L-45) (TO) Item 17. STONE VALLEY ROAD - AUTHORIZE PURCHASE ORDERS - Alamo Area It is recommended that the Board of Supervisors approve the plans and specifications and authorize the Public Works Director to arrange for the issuance of purchase orders in the total amount of $5,501.00 to Richway Landscaping of Concord for the landscaping of two median islands at the Stone Valley Road - Green Valley Road intersection. The proposed work is in conjunction with the proposed landscaping work on the three other traffic islands at this intersection by Whitegate Subdivision and homeowners. This project is considered exempt from Environmental Impact Report requirements as a Class I categorical exemption. (RE: Work Order No. 4280) (RD) GENERAL Item 18. CORPORATION YARD FUEL TANKS - AWARD BID - Richmond Area Bids for construction of the New Fuel Tanks at the Richmond Corporation Yard were received on August 5, 1975, at 11:00 a.m. , at the regular Board of Supervisors meeting and were referred to the Public Works Department for review and recommendation. It is recommended that the Board of Supervisors award the construction contract to Rhodes Petroleum Equipment Company of San Jose, California, who submitted the low bid of $23,867.00. A total of five bids were received. (RE: BM No. 1673) (B&G) Item 19. LEASED BUILDING AT 2525 STANWELL DRIVE - APPROVE CONTRACTS - Concord Area It is recommended that the Board of Supervisors approve contracts for inspection services, effective August 12, 1975, for 2525 Stanwell Drive, Concord, which is leased by Contra Costa County for use by the Probation Department, with - Messrs. J. M. Nelson and Robert G. Grady, and authorize the Public Works Director to execute the Agreements. (Continued on next page) A G E N D A Public Works Department Page 9 of 10 August 19, 1975 MD19 F Item 19 Continued: The Agreements provide for payment for these .services in accordance with the standard rates as indicated in the Agreement. (RE: BM No. 1477) (B&G) Item 20• CONTRA COSTA COUNTY WATER AGENCY It is requested that the Board of Supervisors consider' attached "Calendar of Water Meetings." _ No action required. (EC) t NOTE Chairman to ask for any comments - by interested citizens in- atten- dance nattendance at the meeting subject to, carrying forward any particular item to a later specific time if_. discussion by citizens becomes lengthy and interferes with con- sideration of other calendar items.. s :r z A_ G E N D A Public Works Department Page 710.of 10 August 19, 1975 Chi cf Engineer-;of.the Contra Costa County`lYater Agenc August 131V 1975 CALENDAR OF WATER MEETINGS TDIE ATTENDANCE ,. DATE DAY SPONSOR PLACE RULMMS Recommended `Authorizatzo Aug. 1 Fri. California Water 9:00 A.M. Regular Meeting Staff, f Garberville .., Staff Aug. 21 Thurs. State Water 10:Q0 A.M. Adoption of Basin " Resources Control Room 1131 Plans SA; 5B, SC Board 1416 9th St. and SD Sacramento r: ,fir BOARD OF SUPERVISORS OF CONTRA COSTA ODUNTY, CALIFORNIA Re: Zoning Ordinances Passed Date:�qest Iq _ I97j This being the date fixed to consider adoption of the following ordinance(s) rezoning property as indicated, which was (were) duly introduced and hearing(s) held; The Board orders that this - (these) ordinance(s) is (are) passed, and the Clerk shall have it (them) published as indicated below: Ordinance Application Number Applicant Number Area Newspaper 75-34 Albert G. and 1953-RZ Danville The Valley Doris M. Morgan Pioneer PASSED on August 19- 19Z5 by the following vote. AYES: J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess NOES: none ABSENT:none I HEREBY CERTIFY that the foregoing is a true and correct record and copy of action duly taken by this Board on the above date. ATTEST: J. R. OLSSON, 'County Clerk and ex officio Clerk of the Board. on Auoust 19 1975 BllllfGC_�-- Deputg " 0022-, cc: County Administrator Linda Franks BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: 1975-7b Salary and Benefit ) Adjustments for Certain ) RESOLUTION NO. '75/ 642? 771. Project Positions The Board of Supervisors of Contra Costa County RESOLVES THAT:, Effective July, 1, 1975, 1975-76 salary and applicable benefit F1. adjustments for positions in the regular classified ser.Yiceare.. 5. extended to such Project Positions as are tied to nositl `ns;' n the , regular classified service. < PASSED on August 19 1975, unanimously by Supervisors 'present.. •. GAB:me ,1 ti a ccs Director of Personnel County Administrator ' 4' County Auditor-Controller (6) (P) I s RESOLUTION NO. 75/.64-7 oao t F h �fJ x Ufa.`: i BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Annexation ) of Properties to Underground ) Utility District No. 14 ) RESOLUTION NO. 75/648 located adjacent to Arlington ) Lane, Kensington area ) ) RESOLUTION A14NEXING CERTAIN PROPERTIES TO • U;IDERGROUND UTILITY DISTRICT NO. 14 The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board's Resolution No. T5/5T3 fixed 10:30 a.m. .on Tuesday, August 19, 1975, as the time for a public hearing to ascertain whether the public health, safety, or welfare requires the removal of the overhead distribution system from the public streets, alleys or ways, and the replacement thereof with an under- ground system, in the unincorporated area along and adjacent to Arlington Lane, Kensington area, as more particularly described in Exhibit "A" attached to said Resolution No. 75/573, and as delineated on said Exhibit "A" on file in the office of the Clerk of this Board, County Administration Building, I4artinez, California., and available for inspection. Notice of such hearing was given to all affected property owners as shown on the last equalized assessment roll and utilities concerned in the scanner and for the time required by Iww. Said hearing of August 19, 1975, was duly and regularly held and all persons interested were given an opportunity to be heard. This Board hereby finds that public necessity, health, safety. and welfare requires the removal of poles, overhead wires and associated overhead structures within the area as hereinabove described and the underground installation of wires and facilities for supplying electric, communication and other similar or associated service therein. This Board further finds that Arlington Avenue and Lane are extensively used by the general public and carries a heavy volume of pedestrian and vehicular traffic. Pursuant to Chapter 1008-2 of the Contra Costa County Ordinance. (Ord. #68-10), the above-described area is hereby declared annexed to Underground Utility District No. 14 of Contra Costa County. This Hoard hereby fixes �Eust 1. 1976 as the date on which affected property owners must be ready ti;—receive underground service, and hereby orders the removal of all poles, overhead wires and associated overhead structures and the underground installation of wires and facilities for supplying electric, communication, or similar or associated service within the said area annexed to Under- ground Utility District No. 14 on or before November 1. 1976 The Clerk of this Board is hereby instructed to notify all affected utilities and all persons owning real property within the said area annexed to Underground Utility District No. 14 of the adoption of this resolution with r. ten (10) d iys. Said Clerk shall further notify said property owners of the necessity that, if they FEESOLUTION NO. 75/048 00024. or any person occupying such property desire to continue .to receive electric, communication or other similar or associated. service, -they or such occupant shall, by the date fixed in this resolution, provide all necessary facility changes on their premises so as- 'to receive such 'service from the lines of the supplying utility,,or. utilities at a new location, subject to applicable rules, 'regula tions and tariffs of the respective utility or utilites. on file: with the Public Utilities Commission of the State of California. Such notification shall be made by mailing a copy of this resolution. together with a copy of said Chapter 1008-2 (Ord.. #68-10).'to affected property owners within the said area annexed to.`said. District No. 14 as such are shown on the last equalized assessment.; roll and to the affected utilities PASSED on August 19, 1975 unanimously by Supervisors present. cc: Public :forks Director Real Property County Assessor County Counsel County Administrator Cable-General of Northern Calif. Contra Costa Cable Company Say Cablevision, Inc. Utility Companies Property Owners -2- YJW:bw RESOLUTION NO. 75/6$8 :00025 it .Al _ BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of the ) Establishment of Underground ) Utility District No. 15 ) RESOLUTION NO. 75/649 Antioch Area along West Tenth ) Street (Pittsburg-Antioch ) Highway) ) RESOLUTION ES`:ABLISHING UNDERGROUND UTILITY DISTRICT NO. 15 The Board of Supervisors of Contra Costa County RESOLVES THAT: This Board's Resolution No. 75/574 fixed 10:30 a.m. on Tuesday, August 19, 1975, as the time for a public hearing to ascertain whether the public health, safety, or welfare requires the removal of the overhead distribution system from the public streets, alleys or ways, and the replacement thereof with an underground system, in the unincorporated area along West Tenth Street around its intersection with Somersville Road, Antioch, as more particularly described in Exhibit "A" attached to said Resolution No. 75/574, and as delineated on said Exhibit "A" on file in the office of the Clerk of this Board, County Administra- tion Building, Martinez, California, and available for inspection. Notice of such hearing was given to all affected property owners as shown on the last equalized assessment roll and utilities concerned in the manner and for the time required by law. Said hearing of August 19, 1975 was duly and regularly held and all persons interested were given an opportunity to be heard. This Board hereby finds that public necessity, health, safety and welfare requires the removal of poles, overhead wires and associated overhead structures within the area of Underground Utility District No. 15 as hereinabove described and the underground installation of wires and facilities for supplying electric, communication and other similar or associated service therein. This Board further finds that West Tenth Street is extensively used by the general public and carries a heavy volume of pedestrian and vehicular traffic. Pursuant to Chapter 1008-2 of the Contra Costa County Ordinance (Ord. #68-10), the above-described area is hereby declared an Under- ground Utility District, and is designated as Underground Utility District No. 15 of the County of Contra Costa. This Board hereby fixes `;av 1. 1176 as the date on which affected property owners Must be ready to receive underground service, and hereby orders the removal of all poles, overhead wires and associated overhead structures and the underground installation of wires and facilities for supplying electric, communication, or similar or associated service within Underground Utility District No. 15 on or before August 1. 1976 The' Clerk of this Board is hereby instructed to notify all affected utilities and all persons owning real property within -1- RESOLUTION 140. 75/649 00025 r UndergroundUtility District No. 15 of the adoption of this. resolution within ten (10) days. Said Clerk shall further notify said property owners of the necessity that, if they or anyperson occupying such property desire to continue to receive electric, communication or other similar or associated service, they or, such occupant shall., by the date fixed in this resolution, provide all necessary facility changes on -their premises so as to receive . such service from the lines of the supplying.utility or utilities at a new location, subject to applicable rules, regulations and, tariffs of the respective utility or utilities on file withrthe Public Utilities Commission of the State of California. Such notification shall be made by mailing a copy of this resolution together with a' copy of said Chapter 1008-2 (Ord. 168-1b)- to: affected property owners within said District No. 15 as such.:are shown on the last equalized assessment roll and to the affected. utilities. PASSED on August 19, 1975 unanimously by Supervisors present. cc: Public Works Director - Real Property County Assessor County Counsel County Administrator Tele-Yue Systems, Inc. Utility Companies Property Owners r -2- VJW:bw RESOLUTION NO. 75/649 k. BOARD OF SUPERtTISORS O CQVrRA COSTA COLR10Z, CALU0.14- A In the Matter of Providing ) an Additional Extended Service } RESOLUTION NO. 75/650 to County Service Area M-19 } (orinda Area) ) (Govt. Code $25210.35) RESOLUTION ADDING EXTENDED SERVICES. TO COUNTY SERiTICE AREA NO. M-19 The Board of Supervisors of Contra Costa County RESOLVES THAT: On Tuesday, August 19, 1975, pursuant to Resolution No: 75/551; this Board held a public hearing on the proposed addition of street sweeping facilities and services to County Service Area' No. M-19' The boundaries of said territory are set forth in; Exhibit "A"', attached hereto and by reference incorporated herein. Notice of said .hearing was duly given in the manner required by law. - This Board, at the time and place set for said hearing, called for. evidence or protests, and heard and duly considered such evidence and protests. This Board hereby orders that street sweeping facilities and services be added to County Service Area No. M-19' pursuant to the provisions of Government Code Section 25210.35, and that except where funds are otherwise available from service charges collected pursuant to Government Code Section 25210.77a, _a tax sufficient 'to pay for such additional extended services will be levied annually upon all the taxable property within said territory. PASSED on August 19, 1975, by unanimous vote of Supervisors-,present. REK/J cc: Mr. Donald L. Doughty Project Manager Orindawoods Area Public Works Director Administrator Assessor Auditor-Controller (P) RESOLUTION No. 751650 QQ.028 ; -X14/fj 17- 'Y9 That parcel of land in the County of- Contra Costa, State of" California, described as follows : Portion of Lot 1, map of Rancho El Sobrante, filed March 1430 1910 and portion of Lot 162, map No. 1, Haciendas Del Orinda, filed April 14, 1924, Map Book 18, page 440, Contra Costa County records, described as follows : . • Beginning at the most northerly corner of the parcel of land ' described in the deed to Madison Management Company, recorded April • 27, 1950, Book 3607: Official Records, page 248; thence from said - point of beginning north 460 42' 59" east, 394.57 feet; thence south , 28° 51' 35t1 east, 20.65 feet; thence southerly along the a:c of a - curve to the right, with a radius of 99.99 feet, tangent to the last- course, through a central angle of 190 05' 55" an are distance of 33 feet; thence north 710 57' 17" east, 163.39 feet; thence north 461*. 42' 55" east, 40 feet ; thence north 430 171 01" west, 119.99 feet; thence north 460 42' 59" east, 54.99 feet; thence westerly, along the are of a curve to the left, with a radius of 20 feet, the center' of which bears south 6° 00' 37" east, through a central ang2� of 340 15' 15", an arc distance of 11.96 feet ; thence northerly, along the • are of a curve to the left, with a radius of 134.99 feet, the center of which bears north 400 01' 05" west, through a central angle of 230 • 082 58' an arc distance of 54.54 feet; thence northerly, alcng•the arc of a reverse curve to the right, with a radius of 152.98 feet, the • ' ' center- of which bears south 63° 10' 05" east, through a central angle of 34° 221 21", an are distance of 91. 77 feet; thence northerly, along the arc of a -reverse curve to the left, with a radius of 507.96 feet, • through a central angle of 14° 29' 18", an arc distance of 128.46 feet; thence north 460 42' 59" east, 597.57 feet; thence south 66" .472 • 4711 east,. 291. 46 feet; thence north 820 09' 32" east, 219.19 feet; then. north 53° 191 3?" east, 147.62 feet ; thence north 420 581 41" east, 143.79 feet; thence south 32° 54' 15" east, 89.99 feet; thence south V 59' 15" east, 60.99 feet; thence south 60° 541 05" east, 79.15 feet; thence northerly, along the arc o� a curve to the left, with a radius of 69.99 feet, the center of which bears north 760 092 15" west, thro"t a central angle of 31° 15' . an arc distance of 38.17 feet; thence nortf .73° 28' 0511 east, 456.94 feet; the, ce north 430 292 15" west, 254.9$ i _ thence north 64° 39' 15" west, 192.98 feet; thence north 46" 392 15" w� 30 feet; .thence north 220 50' 07" west, 50.92 .feet; thence westerly, along the arc of a curve to the right, with a radius of 20 feet, the center of vh{ch bears north 220 50' 07" crest, through a central angle of 680 54' 32", an arc distance of 24.05 feet; thence westerly, along the arc of a curve to the right, with a radius of 394.96 feet, the cent • of which bears north 460 041 25" east, through a central angle. of 130 11' 20", an arc distance of 90.92 feet; thence tlesterly, along the are of a reverse curve to the left, with a radius of 229.98 feet, through - a central angle of 111° 152 , an arc distance of 77.20 feet ; thence nort 440 59' 15" Hest , 126. 10 feet ; thence north 49'3° 421 59" east, 872.99 feet; thence south 330 17' 01" east , 131.99 Feet; thence south 160 -179 01l1 east, 69.99 feet ; thence north 62° 081. 27" east, 237;72 feet; then 00029 N . win : - _ - • ' �'* • r -� nnrth 60 411 011" gest , 149.99 feet; thence north 70 0811 59n-east.. , 130. 85 feet to a point- from which the center of a. curve to the left with .a radius *of 119.99 feet bears sot,th 140 33* 22" east; thence southwesterly along the arc of said curve to the left an are distance - oi', 13.01 feet to a point from which the center of a reverse curare to - - the right vith a radius of 329.97 feet bears north 200 4611 10" gest; thence southuesterly along the are of said reverse curve to the richt an' arc distance of 41.92 feet-; thence north 7°- 081 59" east, 32.29 -feet, from rahich point the center of a curve to the right frith a radio. .•• :of 299.97 feet bears north 15" 39' 50" west; thence southwesterly on - the arc .of last named curve to the rijzht, an are distance of 14.?4 fee* to said northwestern line of Lot 1, Rancho El Sobrante, at the inter— section thereof with the center line of Las Aromas, as shown on the map of 11'ac;endas Del Or;nda Unit No. 2, filed October 15, 1924, map� -• Book 19, pege 460; thence along said northwestern line of Lot 1, Ranchc E1 Sobrante, north 460 42' 59" east, 613. 83 feet- to the most westerly, corner of that certain 45. 893 acre parcel of landdescribed 'as 'parcel One in the deed to Denis E. Harran, recorded February 9, 1956, -Book '= 27041, Official Records, page 503; thence south 430 1411 28" east, 179- T • feet; thence south 65° 05' 16" west, 48 feet; thence south 4:34 1411' 28" east, 80 feet; thence north 65° 051 16" east, 48 feet; thence south 43 141 .28" east, 191.25 feet; thence south 16° 11' 44" vrest, 190.75 feet :to the-.north line of East Altarinda Drive as shown on the map of Tract 2333, filed February 9, 1956, I3ap Book 62, page 32; thence along t: e north line of said East Altarinda Drive as follows: Easterly, ,along the arc of a curve to the left, with a radius of 212.15 feet, .an are distance of 65.14 feet; easterly, along the are of a reverse curve to the right ., with a radius oi' 172.32 feet, an arc distance of 82.50 feet south ?30 501 49" east, 217.17 feet to the beginning of a curve con— cave to the north. with a radius of 20 feet, and a length of 23.96 .feet; thence east in a direct line to the southerly terminus of a cur`_ concave to the east., ith a radius of 20 feet and a length of 36.79 feet, as shown Fr own on sat d map; thence continuing along-the north Line of said East Altarinda Drive, easterly, along the arc of a curve to the right with a radius of 481.68 feet; an are distance of 154.73 feet and south 34° 451 east, 5.01 feet, to the east line of said East Altarinda Driv- as sho.•m on said map, Ilap Book 62, page 32; thence south, ti40 309 west, 48. 84 feet; thence south 440 29' west, 150.26 feet; thence south 8° 19" west, 225 feet ; thence south 14" 51' east, ?5 feet; thence soul 22° 31" east , 95 feet ; thence south 50" 4111 east, .112 feet; thence sou 420 Oil east , 67 feet ; thence south 28" 35" east, 45 feet; thence ,out= 740 Oil east , 50 feet ; thence south 30" 41' east, 105 feet; thence sou 31 26" east, 72 feet ; thence south 260 59e hest, 62 feet; thence sou 2° 21" east , 22.66 feet; thence south 870 39' west, 5 feet; thence so.. 2° 21" east , 15.09 feet; thence south 51" 391 19" west, 27.03 feet ; th westerly. along the arc of a curve to the right with a radius of 4963 feet,- the center of which bears north 380 20" 41" Crest, through a - central anile of 1" 52' 20" , an arc distance of 162.17 feet; thence westerly, along the arc of a reverse curve to the left, with a radius w of 4057 feet, the center of which bears south 360 2811 21" east,• throuE ..2... ' i - 0WO • -_ -. , .- .. y ` .-jam� .•+• it � � •w i _ a central angle of 90 051 39", an arc distance of 643.94 feet; thence ' south 440 26' west, 110.39 feet; thence southwesterly, along the are of a curve to the left with a radius of 4185 feet, the center ofd which c -•bears south 450 3411 east,' through a central angle of 170 14t 27'r an arc distance of 1259.31 feet; thence south 270 11' 33n west, 267. 40 feet; thence south 280 03r 0711 west, 254. feet; thence south 260 301 541r t , % west, 328. 81 feet; thence south 670 011 28" west, 124.34 feet; thence r =- • south 430 36' 24" west, 228.26 feet; thence north 640 491 071r west, - 795.b0 feet to the northeastern corner of the 14.77 acre parcel of land •` described in the deed to The Roman Catholic Archbishop of San Francisco carded April 28 3952 Book 3925, Official Records - the exterior boundary -line of said 14.77 acre ' Page d as follows:alc_ x• parcel of land as follo.:s. -� harsh 700 27' nest, 559.64 feet; south 530 441 01" west, 36.90 feet; 'north 890 10' 47" west, 67.30 .feet; south 720 32' 2011 west, 65.54 feet: • - north 770 201 55211 west, 67.03 feet; south 85° 4711 2011 west, 67.74 feet; 14 south 130 271 47" west, 22.21 feet to the northerly terminus of the center line of the easement and right of way 50 feet wide as. reserved 3n said deed to The Roman Catholic Archbishop of San Francisco, south • 131 27' 47" west„ 33.23 feet; south 300 401 30" west, 85.30 feet; south - _ 650 551 �7" west, 47.04 feet; south 490 451 34" west" 41.03 feet; south- 25" 591 22" west, 52.20 feet; south 60 17' 29" west, 50.70 feet; south 650 58' 4111 west, 82.65 feet; south 890 201 .24" west, 69.08 feet; south 52° 13' 0111 west., 48. 84 feet and south 820 0311 18" west, 41.81 feet to • the eastern• line of the 8.17 acre parcel of land described in the deed to The Olinda Association, recorded August 20, 1948, Book 1275, OffYcia: Records, page 583; thence along last named line north 220 111 57" west, 923. 13 feet to the northwestern line of-Lot- 1 of the Rancho El Sobrante hereinabove referred to; `hence along last _named kine north 460 421 59" east, 206.63 feet; -thence south 540 59' 01t1 east, 305.72 feet; thence north 460 4211 59" east, 38 feet; thence north 100 0511 07" west, 209.76 feet; thence north 300 291 06" west, 327 feet to the paint of beginning,. • • , - 'z i - - 00031 4 C IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 75/651 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for addition of escape assessments: NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments: For the Fiscal Year 1975-76 It has been ascertained from papers in the Assessor's Office that property belonging on the local roll has escaped assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531, escaped assessments should be added to the secured roll as follows: In Tax Rate Area 08001, Parcel No. 540-150-008-6, assessed to Intl. Assn. Mchsts. Lodge 824, should have entered thereon the following escape assessment: Original Corrected Amount For the Assessed Assessed of Year Type of Property Value Value Escape 1975-76 Personal Property $1,970 $2,440 $470_ Assessee has submitted signed Business Property Statement. AUG�y ]. . t�75 Adopted by the Board o»......._................. E. F. WANAKA County Assessor t8/8/75 a Copies to: Assessor (Mars. Kettle) Auditor Tax Collector RESOLUTION NO. 75/651 page I of 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 75/652 of Contra Costa County ) ) WHEREAS, the County. Assessor having filed with this Board requests for addition of escape assessments; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments: For the Fiscal Year 1975-76 It has been ascertained by audit of the assessees' records that the assessees 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 property accurately reported or had the property been accurately reported; therefore that portion of the property which was inaccurately reported should be entered as escaped assessment pursuant to Section 531.4 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 to the tax thereon interest in accordance with Section 506 of the Revenue and Taxation Code: For the Fiscal Year 1974-75, in Tax Rate Area 66065, Parcel No. 191-092-.006-3, assessed to Albert R. $ Nancy. V. Rubey, should have entered thereon the following escape assessments: For the Amount Pursuant to Year Type 'of Property of Escape R $ T Section 1974-75 Personal Property $22,765 531.4; 506 Assessee has been notified. AUG 19 1975 Adopted by the 600rc 061------ ...................... E. F. WANAKA County Assessor t8/11/75 Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector RESOLUTION NO. 75/652 Page I of l 00033 IN THE BOARD Or" SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Hatter of Changes ) RESOLUTION NO- 75/653 of the Assessment Roll ) of Contra Costa County WEM� EAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975 - 1976 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 Revenue and Taxa- tion Code 48312 the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, pursuant to Section 4985, the assessor requests the Board of Supervisors to order the auditor to cancel any uncollected delin- quent penalty, cost, redemption penalty, interest, or redemption fee which has attached heretofore or hereafter because of such error and because of assessor's inability to complete valid pro- cedures initiated prior to the delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record. Code 06002 - Assessment No. 0028, boat CF 4865 AG is assessed to Gerth A. Schramm, assessed value Y330. This assessment was erron- eously levied due to defect in description on the property assessed. This boat was valued as being in top condition. Upon physical exam- ination it was found to be in poor condition and in need of major repair. Therefore, this assessment should be corrected to show an assessed value of 8150. Code C8CGl - Assessment No. 9003, boat CF 4388 Fp is erron- eously assessed to Michael Alan Bruzzone, assessed value 8150. Since Mr. Bruzzone was not the owner of this boat on the lien date, this assessment should be corrected to zero value. Code 53GG9 - Assessment No. 05C7, boat CF 47C1 EU is erron- eously assessed to John tic Namara, assessed value $2,34C. Since the situs of this boat has been determined to be Sacramento County where it has been assessed for 1975-76, this assessment should be corrected to zero value. E. F. Wanaka County Assessor cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. Page 1 of 2 7$/653 00034 4 Code 82038 Assessment No. 1150, boat CP 5697 EL is erron' - eously assessed to Joseph A. Leadem, assessed value $800. Since: this boat was sold prior to the lien date, this assessment should" be corrected to zero value. FURIMER, for the 1974-75 fiscal year: Code 09003 - Assessment No. 00144 boat CF _V�92 AH is. erron- eously assessed to Bob Peacock, assessed value $130. . Since Mrs Peacock was not the owner of this boat on the lien date, `this assess-4 meat should be corrected to zero value. I hereby_consent to:- the above changes and/or corrections.. JOHN B. CLAUM County. Counsel E. F. Van _6PurT County Assessor AUG 19, 1975 Adonted by the Board on.--- RESOLUTION NO. 75/653 Page, Z of 2 9 coo r r - IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 75/654 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 1971-72 It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible -- property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, assessor certifies to the auditor that the following corrections should be made on the assessment roll in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and S096, the assessee may file a claim for cancellation or refund: An audit discloses the following changes should be made on the unsecured assessment roll: Code 02011 - Assessment No. 2017 - For Year 1971-72 Landmark Realty, Inc. Att'n: Mrs. Benson 1460 Washington Blvd. , C-1 Concord, CA 94521 Original Corrected Amount Pursuant Class of Assessed Assessed of to Section Property Value Value Change_ (R/T Code ergs Prop — $17,530 -$3,436 4831.5 Assessee has been notified. E. F. WANAKA, County Assessor cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 75/654 Page 1 of 2 OOIIW- aiMW r N Code 02011 Assessment No. 2018 For Year 1971=72 Rahlves -Organization, Inc. 1460 Washington Blvd. Concord, CA 94521 Original Corrected Amount Pursuant ;+ Class of Assessed Assessed of to Section Property Value Value Chane R T Code,Z eters Prop 3,300 43,130 '5 Assessee has been notified. ,r I hereby consent to the above - .�. changes and/or corrections: E. F. IANAKA, county Assessor JOHN CLATISEN, County'Counse, By Deputy + Adapted by the Board onAUG, X97.5 . .... r r, u Page, Z of 2 RESOLUTION NO. 75/654 } Ha, 6 Lr�y 3. IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 75/655 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 of the Revenue and Taxation Code, the assessee may file a claim for cancellation or refund: Code 08001 - Assessment No. 2337, Wilson Carral is erroneously assessed for Possessory Interest in Land with assessed valuation of $80 and Improvements of $150. On month-to-month rental, possessory interest is considered to be of no value if occupancy terminates less than six months after the lien date, or prior to August 31. Since assessee vacated property June 30, 1975, this assessment constitutes an opinion of no value; therefore, this assessment should be corrected to zero value. AND, FURTHER, in accordance with Section 4985 of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemp- tion penalty, interest, or redemption fee, heretofore or hereafter attached due to such error, should be cancelled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record: E. F. WANAKA, County Assessor cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 75/655 Page 1 of 00030 __ --------------------- Code 07013 - Assessment No. 2397, Trans Leasing Intl. , Inc. is erroneously assessed for Personal Property with assessed valua- tion of $7,770, less Public School exemption of $7,770. A portion of this property is located in another tax area code where it has been assessed; therefore, this assessment should be corrected to show Personal Property $6,260, Public School exemption $6,260. It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, assessor certifies to the auditor that the following corrections should be made on the assessment roll in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund: Code 02011 - Assessment No. 2030, Charles M. Halvorsen is erroneously assessed for Personal Property with assessed valuation of $400, plus 10% penalty in amount of $40 assessed valuation for failure to file. Assessee failed to report that he had, gone out of business before the lien date which resulted in an erroneous estimated assessment; therefore, this assessment should be corrected to zero value, no penalty. Code 11017 - Assessment No. 2081, Even-view Television Systems is erroneously assessed for Personal Property with assessed valuation of $2,550 since the equipment is owned by Brookside Hospital; therefore, this assessment should be corrected to zero value. AND, FURTHER, in accordance with Section 4985 of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemp- tion penalty, interest, or redemption fee, heretofore or hereafter attached due to such error, should be cancelled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date correction is entered on the roll or abstract record: Code 12012 - Assessment No. 2115, Todd Equip. Leasing Co. , Inc. is erroneously assessed for Personal Property with assessed valuation of $10,550. This property is located in another county where it is being assessed; therefore, this assessment should be corrected to zero value. �V E. F. WANAKA, County Assessor RESOLUTION NO. 75/655 Page 2 of 00039 Code 14010 - Assessment No. 2432, Simms Corporate Finance Co. is erroneously assessed for Personal Property with assessed valuation of $1,220. Assessee reported the same equipment twice; therefore, this assessment should be corrected to show Personal Property $845. Code 66028 - Assessment No. 2144, D. R. Datwyler Dental Corp. is erroneously assessed for Personal Property with assessed valuation of $2,090, and Improvements of $1,000. Assessee reported leased equipment also reported by lessor; therefore, this assess- ment should be corrected to show Personal Property $,870, Improve- ments $1,000. Code 66028 - Assessment No. 2138, Garry R. Prose is errone- ously assessed for Personal Property with assessed valuation of $1,870 and Improvements of $1,560, less business inventory exemption of $905. Assessee reported improvements which are includedinreal property on the secured roll, and also reported some incorrect costs therefore, this assessment should be corrected to show Personal. Property $2,070, Improvements zero value, no change business inventory exemption. I hereby consent to the above changes and/or corrections — E. F. WANAKA, County Assessor JOHN B. CLAUSEN, County Counsel epu AIJ G 19 1975 Adopledbythe Board on---_.. _................... RESOLUTION NO. 75/655 Page 3 of 3 QO040 IN THE BOAF.D OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION NO. 75/656 of the Assessment Roll ) of Contra Costa County j wh,ERM, the County Assessor having filed with this Board requests for addition of escape assessments; NOW, THRIEFORE, BE IT RESOLVED that the County Auditor is directed to add the following escape assessments.- For ssessments.For the Fiscal Year 1975 - 76 It has been ascertained from papers in the Assessor's office. that property belonging on the local roll has escaped assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531, escaped assessments should be added to the unsecured roll as follows: Code 01002 - Assessment No. 9003 1975-76 Don Whitworth -- 2725 Alamo Ct. Antioch, CA 94509 Boat CF 5321 CV - Assessed Value $1.50 Code O1CO2 - Assessment No. 9GU! 1975-76 Thomas Penn 2823 Lucena inlay Antioch, CA 94509 Boat CF 5354 EW - Assessed Value $370 Code 01004 - Assessment No. 90C4 1975-76 Glenn A. Stewart 1312 W. 9th Antioch, CA 91509 Boat CF 4267 BR - Assessed Value $320 Code 02002 - Assessment No. 9015 1975-76 Al D. Stratton 1561 Alro Ct. Concord, CA 94521 Boat CF 1546 AIi - Assessed Value $200 Code C2002 - Assessment No. 9016 1975-76 Charles R. Smalley 3916 Almondwood Ct. Concord, CA 94519 Boat CF 7161* FL - Assessed Value $800 7E.!Fff.,Wana County Assessor cc: Assessor (siese) Auditor Tax Collector RESOLUTION NO. 75/656 Page 1 of !� 00041 Code 05001 - Assessment No. 9010 1974-75 Torn Gentry 7C0 Richard's St. Honolulu, HA 96819 Boat 226-344 - Assessed Value $6000 Code 05001 - Assessment No. 9011 1975-76 Tom Gentry 700 Richard's St. Honolulu, HA 96819 Boat 226-3W - Assessed Value $6GOG Code 05001 - Assessment No. 9012 1975-76 Ronald J. Voorhies 1269 Escobar St. Martinez, CA 9 .509 Boat CF 6316 FL - Assessed Value $620 Code 05012 - Assessment No. 9001 1975-76 Ray Tognotti 1.561 Beechwood Dr. Martinez, C4 9 .553 Boat CF 5641 FM - Assessed Value $1480 Code 05027 - Assessment No. 9001 1975-76 Wayne D. Lewis 649 Sherree Dr. Martinez, CA %553 Boat CF 3717 ES Assessed Value $360 Code C6002 - .Assessment No. 9002 1975-76 Samuel 0. Sherwood 1880 Sarah Dr. Pinole, CA 94564 Boat CF 5092 FM - Assessed Value $550 Code C7013 - Assessment Fo. 9006 1975-76 Terrence Syphax 1GC8 Burnside Los Angeles, CA 90019 Boat CF 8462 BD - Assessed Value $670 Code 08001 - Assessment No. 9022 1975-76 Eddie Egner 1666 Mendocina Richmond, CA 94801.. Boat 535-109 - Assessed Value $3370 Code 09059 - Assessment Ito. 9001 1975-76 Joseph C. Klaczynski 2203 Belford Dr. Walnut Creek, CA 94598 Boat CF 721,2 FL - Assessed Value $980 E. F. .W a County Assessor RESOLUTION NO. 75/656 Page 2 of' 4,. r �a; Code 12012 - Assessment No. 9002 1975-76 Joseph A. Freid 14 St. Lawrence Ct. Pleasant Bill, CA 914.523 Boat CF 1651 FL - Assessed Value $900 Code 53009 - Assessment No. 9009 1975-76 Al Gonzales 1341 Archer St. Alviso, CA 950C2 Boat CF 8102 BP - Assessed Value 1860 Code 66002 - Assessment No. 9002 1975-76 E. A. Stewart -%7 El Pintado Danville, CA 94525 Boat CF 1299 EP - Assessed Value $220 Code 79111 - A.ssessn.Rnt No. A8O06 1975-76 Anthony R. Tirijilli 265 Camelback Rd #114 Pleasant mill, CA 94523 Aircraft N673 C - Assessed Value $3200 Code 79111 - Assessment No. A8GO7 1975-76 John Phillip Williamson -- 1570 Dolphin Dr. Aptos, CA 95003 Aircraft 1185 - Assesaed Value $17,000 Code 79111 - Assessment No. A8OC8 1975-76 James M. Rice 191 Vivian Dr. Pleasant hill, CA 94.523 Aircraft 2937 R - Assessed Value $27,600 Code 79111 - Assessment No. A8009 1975-76 John A. Paro P. 0. Box 517 Scappoose, Oregon 97056 Aircraft 5125P - Assessed Value $9590 Code 79111 - Assessment No. A8O10 1975-76 Dave Galloway 3318 Cook Lane Alameda, CA 94509 Aircraft 15296 - Assessed Value $14,800 Code 82004 - Assessment No. 9001 1975-76 Craig II. Bostard Rt. 2, Bax 356 Oakley, CA 94561 Boat CF 5802 FR - Assessed Value $800 Wan County Assessor RESOLUTION NO. 75/656 Page 3 of .. AT b s Code 82038 - Assessment No. 9023 1975-76 Carl E. Gould 26815 Ortega Drive Los Altos Hills, CA 91;.022 Boat CF 7559 EG - Assessed Value $1.620 Code 82038 - Assessment No. 9024 1975-76 Raymond W. Robinson 155 Sunset Blvd. Hayward, CA 94%1 Boat CF 0616 FJ - Assessed Value $1210 Code 82014 - Assessment No. 9016 1975-76 Bruce W. Walton Rt. 2, Bax 228 Cypress Rd. Oakley, CA c)4561 Boat CF 2259 EG - Assessed Value *180 Code 83604 - Assessment No. 9CC5 1973-74 R. A. Peterson 10 Ardilla Rd. Orinda, CA 9 .563 Boat CF 8403 EZ - Assessed Value 11500 Code 83001. - Assessment No. 9006 197k-75 R. A. Peterson 10 Ardilla Rd. Orinda, CA 91.=563 Boat CF 8E403 EZ - Assessed Value $1350 Code 83004 - Assessment No. 9007 1975-76 R. A. Peterson 10 Ardilla Rd. Orinda, CA 94563 Boat CF 8403 EZ Assessed Value $1300 Code 85029 - Assessment No. 9001 1975-76 Eden H. Turley 1390 Karen San Pablo, cA 91806 Boat CF 7756 EX - Assessed Value $360 NO'S'E: Assessees have been notified of these additions and their right of appeal. AUG 19 1975 frdoz>:.d�-v+i 833rd on ...» E. F. 11ana a County Assessor RESOLUTION NO. 75/656 Page k of" � ." IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Satisfaction of ) lien, termination of reimbursement ) agreement of Ruby Jimerson ) RESOLUTION NO. 75/657 WHEREAS an instrument dated August 19 , 19 75, which provides that for a valuable consideration had and receiveT-b-y the County of Contra Costa, any and all liens created by virtue of a reimbursement agreement and notice of lien executed by Ruby Jimerson on December 18 , 1 l , or granting of aid and assistance to said RubX Jimerson are hereby satisfied, and all real and personal pi-aperty of said Rubv Jimerson is released from the said lien, and said re erred-to reimbursement agreement is canceled and the agency created is terminated, is pre - snntsd to this Board; NOW, THEREFORE, IT IS BY THIS BOARD RESOLVED that said in- strument be and the same is hereby APPROVED and the Chairman of t-Lis Board is authorized to execute said instrument on behalf of the aunty of Contra Costa. PASSED AND ADOPTED this 19th day of August 19 75 , by the following vote of the Board: —� AYES: Supervisors J. P. Kenny, A. M. Dias, J. E. Moriarty, E. A. Linscheid, W. N. Boggess NOES: None. ABSENT: None. cc: County Auditor-Controller Central Collections County Counsel County Administrator RESOLUTION NO. 75/657 69--6-500 Form 76.3 00045 x". TEMIINATION OF REIM1URSE?0U EkMEEMENT The REIMBURSEl1ENT AGREEMENT and NOTICE OF LIEN executed on December 18, 1961 by Ruby Jimerson and recorded in the official records in the office of the County Recorder of this County on December 27, 1961 in Volume h023 at page 91 is hereby released. Dated: AUG 1 9 1975 By order of the Board of Supervisors. CHAIRMAN OF THE OF SIT VISORS Contra Costa County STATE OF CALIFORNIA County of Contra Costa on (date) August 19, 1975 before me, M. Neufld a deputy county clerk of this county, personally appeared Warren N. B09Eess known to me to be the person who subscribed this instrument and to the Chairman of the Board of Supervisors of this County and acknow- ledged that he executed it. IL R. OLS-ZON County Clerk b %�Y puty County C erk 000fitmed with board order w1rR lj F?•F('.YRINE n R Yi?r± ;...�.1i?T''.TAT T.�'f�l i i:•�+n ny Lt�••....•., TO CLERK BOARD OF SUPERVISORS at o'clockI4. Contra Costa County Records • J. R. OLSSO11, County Recorder Fee . $ Official BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Matter of Accepting and Giving ) RESOLUTION OF ACCEPTANCE Notice of Completion of Contract with ) dnd NOTICE OF COMPLvTION (C.C. 9§3086, 3093) inject No. S1 -42x7-75 RESOLUTION NO. 75/� . The Board of Supervisors of Contra Costa County RESOLVES THAT: The County of Contra Costa on June 30. 1975 contracted with ,Ryer IrduBtriee. Inc.. P.O. Box 1272. Vallejo. California 94590 Name and Address of Contractor for an asphalt concrete overlay combined with'the placement of a vem nt reinforcin R fabric on Willow Pass Road between art Chica o Hishwa3► and the Pittebura Cit3t limits 400 feet east at Loftus Road with United Pacific Insurance Company as surety, Name of Bonding Company for work to be performed on the grounds of the Coan L;y; and The 1'ubli^ `aYorl-.s reports that s..ii work has been inspected and complies with the approved plans, special provisions, and standard specifications, and recommends its acceptance as complete as of Aumet 13. 1975 ; Therefore, said work is accepted as completed on said date, and the Clerk shall file with the Couaty Recorder a copy of this Resolution and Notice as a Notice of Completion for -said contract. PASSED AND ADOPTED ON &=at 19. 1975 CERTIFICATION and VERIFICATIO111 - I certify that the foregoing is a true and correct copy of a resolu- tion and acceptance duly adopted and entered on the minutes of this Board's meeting on the above date. I declare under penalty of perjury that tb&e foregoing is true and correct. Dated: August 19, 1975 J. R. OLSSO?., County Clerk & at Martinez, California 'ex officio Clerk of the Board By Helen C. Marshall Deputy Ulerk cc: tiecora aria return Contractor Auditor Public Works ?5/658 Administrator RESOLUTION ?d0. r�• M• Forin #9.5 00M 04/ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Completion ) RESOLUTION N0.75/659 of improvements and declaring ) certain road as _ County ) road_,,, Subdivision 4337, Orinda Area. ) WHEREAS the Public Works Director having notified this Board that construction of improvements has been completed in Subdivision 43379 Orinda area, as provided in the agreement heretofore executed by this Board in conjunction with the filing of the subdivision map; NOW, THEREFORE, BE IT RESOLVED that the improvements in the following subdivision have been completed for the purpose of establishing a terminal period for filing of liens in case of action under said Subdivision Agreement: Subdivision Date of Agreement 4337, Orinda area June 13, 1974 (United Pacific Insurance Company — Bond No. U 80 41 46) BE IT FURTHER RESOLVED that the $500 cash deposit as surety (Auditor's receipt No. 1178' dated Jae 14, 1974 ) be RETAINED for one year pursuant to the requirements of Section 94-4.406 of the Ordinance Code as amended. BE IT FURTHER RESOLVED that the hereinafter described road_, having been heretofore dedicated to public use by the filing of map in the office of the County Recorder, be and the same is accepted and declared to be a County road of Contra Costa County: COVRINEY LANE (24/50/0.08) as shown and dedicated for public use on the may of Subdivision 4337 filed June 269 1974 in Book 170 of Maps at page 15, Official Records of Contra Costa County, State of California. PASSED AND ADOPTED by the Board on August 19, 1975 cc: Recorder Public 'Works Director Subdivider RESOLUTION N0. 75/659 OOOAQ IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the 2-latter of Resolution ) of Intention to Change the Wame of Courtney Lane in RESOLUTION NO. 75/660 Subdivision 4337, Orinda ) Area. ) NM-REAS it is the intention of this Board of Supervisors to change the name of a certain county road in Supervisorial District III; NOW, THEREFORE, BE IT RESOLVED that the Clerk of this Board cause the following notice to be posted for the time and in the manner required by law: N 0 T I C E NOTICE IS HERr-BY GIVEN that the Board of Supervisors of Contra Costa County, State of California, adopted a resolution of intention to change the name of the following: ROAD NA10 DESCRIPTION COURTNEY LANE Courtney Lane from Donald Subdivision 4337 Drive westerly, a distance Orinda area of 0.08 miles (The Public Yorks Director recommends that the name of said road be changed to 14MIN L. KING CIRCLE) NOTICE IS HEIREBY FURTHER GIVEN that a hearing on said resolution of intention has been fixed for October 7, 1975 at 10:30 a.m. in the Chambers of the Board of Supervisors, Adminis— tration Building, Martinez, California, at which time and place the Board will consider the proposal in said resolution of intention and any objections thereto. DATED: August 19, 1975 J. R. OLSSON County Clerk and ex officio Clerk of the Board of Supervisors of the County of Contra Costa, State of California. By Helen C. Marshall, Deputy Clerk RESOLUTION NO. 75/660 ONAG PASSED AND ADOPTED by the Board on August 19, 1975.. : r-: „w cc: Public I:orks Planning commission Draftsman County Administrator Orinda Fire Protection District Orinda Union School District tostmasterl Orinda E.B.M.U.D., Oakland E.B.M.U.D., Walnut Creel- Western Title Guaranty Co , Martinez P.G. ., Orinda Pacific Telephone, Oakland Pacific Telephone, Orinda _ F California Highway Patrol d Thomas Brothers Maps ;,`- ,,Is. Gail. E. Rodens , f. r:= ,. .elf• Resolution No. 75/660 x t y X / t r 4x AtiYF ��_— In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 75 In the Matter of Approving Personnel Adjustments. As recommended by the County Administrator, IT IS BY> THE BOARD ORDPRPD that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on Augaat ;199 1975• 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 dab aforesaid. Witness my hand and the Seal of.tho;Board,,of- Supervisors affixed this 19th day of August . 19 75 J. R. OLSSON, Clerk. 8yD"jL Deputy Clerk H 24 1204 - rsau Dora cDonald OOQ51 a POSITION ADJUSTMENT REQUEST No: 7;'7R / Department CCCo. Medical Services Budget Unit 510 Date 4/11/75 Action Requested: Reclassify Account Clerk II Pos. Phl-(-2-to Account Clerk III (?.sition filled b•; MP-garet .:)avis} Proposed effective date:as soon as aoss2 e Explain why adjustment is needed: Reflect the more specialized and complex accounting c?e_rical work and lead direction over subordinate clericals performing account clerk work now assigned to this position. Con*ic-c Coln County Estimated cost of adjustment: C �s Amount: MVE 1 . Salaries and wages: , $ 124.002. Fixed Assets: (teat .it=6 and coot) ';�:.. 'ter Li..t; ie*� - . .- Estimated total� $ 12►.00 Y-�y-?s > Signaturei1eipartment ator { O0 HeAd Initial pteii n ion of County Administrator Date: 4/29/75 �4equWt 57eclassification recommendation pursuan to -ittaWme&memorandum dated April 29, 1975. punt i m strator Personnel Office and/or Civil Service Cortmission Date: August 12, 1975 Classification and Pay Recommendation Reclassify 1 Account Clerk IT to Account Clerk 111, Study discloses duties and responsibilities now being performed justify reclassification to Account Clerk III. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassification of Account Clerk Il position #02, Salary Level 234 (752-914) to Account Clerk III, Salary Level 265 (827-1005). Personnel Director Recommendation of County Administrator Date: Auzust 14, 1975 Reclassify one (1) Account Clerk II, position number 02, Salary Level 234 ($752-$914), to Account Clerk III, Salary Level 265 ($827-$1,005), effective August 20, 1975. 46,W4//6e/�/ County Administrator Action of the Board of Supervisors AUG 1 9 1975 Adjustment APPROVED ( ) on Date: AUG 1 9 1975 J. R. OLSS2=Clerk Deputy Gerk APPROVAL oS #,his• adjuatnent eonAt tutea an Appnopnintion Adjustment and Peuonne.4WO52 Re otution Amendment. POSITI0N 'ADJUSTMENT REQUEST No: Department Public Works Budget Unit 659 Date _ 6/10/75 Action Requested: Revise and re-title job specifications for Road Maintenance Superintendents Proposed effective date: 7/1175 t Explain why adjustment is needed: To more adequately reflect job responsibilities t Contra Costa County Estimated cost of adjustment: ConRECEIVED Amount- a: 1 . SajarieP- ander ages: $ none 2. Fixed Aigets3Z (tit item and coot) JUN 12 19175 istrator Estimated total i. � Signature � / Z). Department Head Initial Determination of County Administrator Date: ;-- 2-q-7 5 To Civil Service: Request recommendation. L &rl Countv Administrator Personnel Office and/or Civil Service Commission Date: Augustl2, 1975 Classification and Pay Recommendation Reallocate class and all positions of Road Maintenance Superintendent to Public Works Maintenance Superintendent. Study discloses duties and responsibilities are appropriate to the class of Public Works Raintenance Superintendent. Can be effective day following Board action. The above action can be accomplished by amending Resolution 74/581 and 71/17 to reflect the retitling and reallocation of class and positions of Road Maintenance Superintendent to Public Works Maintenance Superintendent, both at Salary Level 439t (1549-1708). Personnel Director Recommendation of County Administrator Date: August 14, 1975 Retitle and reallocate the class and all positions of Road Maintenancd SuperintendenL -to Public Works-Maintenance * Superintendent, both at Salary Level 439t ($1,549-$1,708), effective August 20, 1975. County Administrator Action of the Board of Supervisors AUG 1 9 i975 Adjustment APPROVED ) on 9. R. oLsso" County- Clerk Date: AU6 1 9 1975 By: t7` Gr�c C --=•�. AeP.vh! Clerk APPROVAL vS .tris-adjuatment eo)16tGi tutes cut Apprtopti,ati.on Adjusbnvit and Pe, 6okut 90053 Resolution Amendmeitt. w uaL,.. t�U�h APPROVAL o6 t i-S'-adju,5tmc"t co L6t tu,teA cut Appnopfu tti.on Adju.sbnen-t and Pe,%6onn Re.so&ti.on Amendmext. POSITION ADJUSTMENT REQUEST No: Department Public Works Budget Unit 659 Date 6/1Gj75 Action Requested: Revise and re-title job specifications for Road Mainteance Foreman Proposed effective date: 7/1/75 ' t Explain why adjustment is needed: To more adequately reflect job responsibilities 1 r Estimated cost of adjustment: Contra Costa County Amount: RECEIVED 1 . Salaries and wages: $ none 2. HOW Apet+ (LiAt .items and coat) JUN 12 19755 $ aidy ator 1 ' Estimated total L�. Q Signature 0'. L Department Hea Initial Determination of County Administrator Date: -2-4 - ?S To Civil Service: Request recommendation. 1 � Count Administrator Personnel Office and/or Civil Service Commission Date: August 12, 1975 Classification and Pay Recommendation Reallocate class and all positions of Road Maintenance Foreman to Public Works Maintenance Supervisor. --Study discloses duties and responsibilities are appropriate to the class of Public Works Maintenance Supervisor. Can be effective day following Board action. The above action can be accomplished by amending Resolution 74/581 and 71/17 to reflect the retitling and reallocation of class and positions of Road Maintenance Foreman to Public Works Maintenance Supervisor, both at Salary Level 395t (13551494). Personnel Director Recommendation of County Administrator Date: August 14, 1975 Retitle and reallocate the class and all positions of Road Maintenance Foreman to Public Works Maintenance Supervisor, both at Salary Level 395t ($1,355-$1,494), effective August 20, 1975. 7 County Administrator Action of the Board of Supervisors Adjustment APPROVED ) on AUG 1 9 1975 3. R OLSSV-! County.Cl e•rkp Date: AU G i 9 1975 By: De" tisk 00054 APPROVAL os thi,s ,adjaatment eo►tatitutee an App&opn,iati.on Adjustme►Lt and PeAAonnet Re.6otu ion Amendment. POSITION ADJUSTMENT REQUEST No: � Ci Department DISTRICT ATTORNEY Budget Unit 242 Date June 23, 1975 Action Requested: Reclassify legal services cYer`k position #04 to Supervising Clerk I Proposed effective date: A.S.A.P. Explain why adjustment is needed: To adjust the position to a level commensurate• to the responsibilities involved. Estimated cost of adjustment: Amount: Increase perm. salaries $44/mon. 1 . Salaries and wages: for approx. 11 1/2 mons. $ 506.00 2. Fixed Assets: (ti6 t .items and coat) $ Estimated total r'—j $ 506.M- Signature 06.Signature /f/{;rG!��cf `" �i C•J" r'• i.-z r` Department He . Initial -Deteraina€ion of County Administrator Date: July 21 1975 ,Tb Cf;i�Service: ; O�Rec�iest recommendation. Count ems rator Personq`e1 Office and/or Civil Service Commission Date: August 12, 1975 Classif4cati� ag'd Pay Recommendation Classify 1 Supervising Clerk I and cancel 1 Legal Services Clerk. Study discloses duties and responsibilities to be assigned justify classification as Supervising Clerk I. Can be effective August l; 1975. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Supervising Clerk I, Salary Level 296 (909-1104) in cost center 247 and the cancellation of 1 Legal Services Clerk, position #04, Salary Level 247 (7$3-951) in-cost center 242. Personnel Director Recommendation of County Administrator Date: August 15, 1975 Add one (1) Supervising Clerk I, Salary Level 09-$1,104), and cancel one (1) Legal Services Clerk, po t' siVer 04, Salary Level 247 ($7$3-$951), effective Au t County Administrator Action of the Board of Supervisors Adjustment APPROVED / j on AUG f 9, 1975 J. R. OLSSON,�oeun�a► Clerk Clerk AUG 975 By: �f' ���� c APPROVAL o6 thi,6 adjub;trnent conAt ..tutea an App4opkiation Adjuatment and PeAsonnet Redotution Amen newt. 00055 POS. I T I ON ADJUSTMENT REQUEST 11o: if C340 Department Health Budget Unit 450 Date 7/14/75 Action Requested: Add one (1) Administrative Analyst and cancel one (1) Administrative Services Assistant III position #01 Proposed effective date: ASAP Explain why adjustment is needed: To downgrade position for entry level recruitment EstimatedCostpcF adjustment: Amount: '!J Contra Costa County 1 . Saari eEandowages: RECEIVED $ ( 5,706> 2. Fix-6'd AwL-Jti; (Zibt item and coat) '375 } `5 AO�,,tCy ty Administrator Nva: ' Estimated t� p` $ <5,706 �qF:f ^rr• ' n �,� v Signature Date Department Head �'— Initial Determination of County Administrator Date: July 2I 1975 To; Civil Service Request Recommendation. CountY Ad i r r Personnel Office and/or Civil Service Commission Date: August 12; 1975 Classification and Pay Recommendation Classify 1 Administrative Analyst and cancel 1 Administrative Services Assistant III. Study discloses duties and responsibilities to be assigned justify classification as Administrative Analyst. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Administrative Analyst, Salary Level 320 (978-1188) and the cancellation of 1 Administrative Services Assistant III, position #01, Salary Level 456 (1480-1799) . Personnel Director Recommendation of County Administrator Date: August 14, 1975 Add one (1) Administrative Analyst, Salary Level 320 ($978- $1,188), and cancel one (1) Administrative Services Assistant III, position number 01, Salary Level 456 ($1,480-$1,799), effective August 20, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED on AUG 1 9 1975 J. R. OLSSON, County Clerk Date. AUG 1 S 1975_ By: �%��., 0005 APPROVAL os t1UA adjuatmeitt Bona tut" an Appnopkiatti.on Adjustment and PeAaonnet Re4otuti.on Amejuhw►.t. t' POS I T I' ON PDJUSTMENT REQUEST No: ' O H ureas en 180 6-30-75 'Department �y Budget Unit Date - =Action Requested: Reclassify Chief Assistant Health Officer position fa to''Assistant Health Officer position and transfer reclassified position,from 7 8-7So cost center 180 to cost center 450 Proposed. effective; date:.ASAP :Explain why adjustment is needed: to Dr: Moore's;provisional appointgme'nt to''Chsef;' Assistant Health Officer, the position had been vacant for several years 'It bas been determined there is no need for such a position. W/IUM W7iy CouCountyY" Estimated cost of adjustment: Amount: RECEf M 1. Salaries and.wages: $ (210) 2. Fixed.Assets: (.Gist Zftw and c"t) JUL - 2X75 off f: Marny Estimated total S _ 210 1 Signature r Department. ea iniiiaTE termination of County Administrator Date: July 16, 19]5 To Ctp_il ftr9Ice: Reque` tcxeco�mnda-ion. 47 A&nn� w rounIX AcWthistrator, Personnel Office and/or Civil Service Commission Date: August 12;„2975. Classification and Pay Recommendation Classify 1 Assfstant Health Officer and cancel. Chief Assistant Health Officer position' OL in cost center 450. Remove class of Chief Assistant Health Officer: ' , On August 12,'1975, the Civil Service Commission deleted::the class.'of;Cbief,�ssistant Mealth Officer. -Study. discloses duties and responsibilities' to;,be assigned `justifyM classif --# cation as n Assistant Health Officer. Can be effective'day foLtowing Board-actio The. aboveaction'can Be>accomplisfied by amending Resolution 71/17 to reflect the addition%' of 'I Assistant Health'Officer in cost center 450,, Salary Level 638 (2578-3134} -;amd tile£can ce]lation of 1' Chief Assistant Realth Officer, position If01,. Salary Level: 684`,(2966 3606)`. `! y Also amwd Resolution 74/581 by removing the class of Cbief Assistant,Aealtit Officer, .SaTary�r°n Level 684 :(2966-3606) Personnel Director= Recommendation of Count `Administrator Date: August: `14, 1.975 y Add one- M Assistant Health Officer in Cost Center 454, .Salary ` Level 638 ($2,578-$3,134), and, cancel one (1)" Chief, Assistant > ' Health Officer, position #01,. Salary Level 684 ($2> 96&439,606),; effective August 203, 1975. Remove the class of Chief. Assistant,` Health Officer. r , County Administrator, Action of the Board of Supervisors AUG 19 1975 Adjustment APPROVED '" ) on 9, R OtSS0:1 6ii�, County. Clerk Date: AUG 1 9 1975 By: APPROVAL othin ad jwbnent eonatituW an Apprwpruation, Adj"eat and°PeJrsonneG 4�006�7 ° : R4.d o•etltleK AptQn&lP.MIt. ,� POS I T I ON ADJUSTMENT REQUEST too: �S7k7' Department CCCo, Medical Services Budget Unit 540 Date 6/22/75 Action Requested: R2tablish class of Fanilg Nurse Practitioner and reclas2g two (21 Clinic Physician I positions #991--06 and 991-Q7 to that Proposed effective date: I 75. classification Explain why adjustment is needed:To provide reouired arofessior seMCLces to outRatiegt Cost. E-0010Y cf 1"TTYtf EstimatLrd cast otl..adjustment: RKEIVED Amount: U-± y 1 . dal arld wages: J U N 2 Q 1945 2. Fixed'Ass s: (tis t .itema and coat) Cn. Ee 6ifice of minis$Fetor .N1RE,-- -s AGETICY r� A e $ Estimated total /� ,� Date '! -z' � Signature Ee A. Alloort Hea3th�Sves. Administrator II Department Head Initial Determination of County Administrator Date: -75 To Civil Service: Request recommendation pursuant to July 10 memorandum attached. County ministrator Personnel Office and/or Civil Service Commission Date: August 12, 1975 Classification and Pay Recommendation Allocate the class of Family Nurse Practitioner-Medical Services and classify 2 positions. Cancel (2) Clinical Physician I positions. On August 12, 1975, the Civil Service Commission created the class of Family Nurse Practitioner-Medical Services and recommended Salary Level 417 ($1314-1.597). Amend Resolution 74/581 by adding Family Nurse Practitioner-Medical Services and Resolution 71/17 to reflect the addition of (2) Family Nurse Practitioner-Medical Services, Salary Level 417 ($1314-1597) and the cancellation of Clinical Physician I, positions #06 and #07, Salary Level 580 ($2160-2626). Can be effective day following Board action. This position is exempt from overtime. Personnel Director Recommendation of County Administrator Date: August 7=, 19 Allocate to the Basic Salary Schedule the class of Family Nurse Practitioner-Medical Services at Salary Level 417 ($1,314-$1,597) and add two (2) positions; cancel two (2) Clinical Physician I, positions #06 and #07, Salary Level 580 ($2,160-$2,626), effective August 20, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( ) on AUG 1 9 1975 AUG 1 9 1975 1. R. OLSSON Cou�+tr Clerk Date: By: � 1C.I� E!P V Clerk APPROVAL o6 .this adju4tment eonsti.tuteA an App&op&iati.on Adja6tment and PeAaonnegn �Q Re.6otu i.on Amendment. uuotl0 s POSITION ADJUSTMENT REQUEST 11o: S _3 Department PROBATION - BOYS' RANCH Budget Unit313 Date 7/24/75 Action Requested: Cancel D P 0 11 positions QO+-and r03 and create two Institutional Supervisor I Rositions Proposed effective date: ASAP Explain why adjustment is needed: To properly classify responsibilities of positions Contra Costa County Amount: Estimated west e- austment: RECEIVED 1 . Safari es-and%ages: J��1 2. Fixed Asgts� (�,' At .i..tems and coat) ` >: Office of `aunty Adminisirarar �� to Estimated total $ Signature ' Dep nt ea Initial Determination of County Administrator Date: o Civil Service: Request recommendation. Q� County AdministraturO Personnel Office and/or Civil Service Commission Date: August 12, 1975 Classification and Pay Recommendation Classify (2) Institutional Supervisor I and cancel 1 Senior Deputy Probation Officer and Z Deputy Probation Officer II. Study discloses duties and responsibilities to be assigned justify classification as Institutional Supervisor I. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the ad- dition of (2) Institutional Supervisor I, Salary Level 385 (1192-1449) and the cancellation of 1 Senior Deputy Probation Officer, position #01, Salary Level 405 (1259-1531) and 1 Deputy Probation Officer II, position #02, Salary Level 379 (1179-1423). Personnel Director Recommendation of County Administrator Date: e_,al iczr l&T 1975 Add (2) Institutional Supervisor I positions, Salary Level 385 ($1,192-$1,449), and cancel one (1) Senior Deputy Probation Officer, position #01, Salary Level 405 ($1,259-$1,531) and one (1) De uty Probation Officer II, position #02, Salary Level 379 {$1,179-$1,423), effective August 20, 1975. County Administrator Action of the Board of Supervisors AU G 1 9 1975 Adjustment APPROVED { ) on J. R. OLSSON, County Clerk Date: AUG 1 9 1975 BY: `rte De „q APPROVAL oS thiA adjustment conat i to tee an Appnoplc i.ation AdJ ubtmertt and Peu ohne f 000 Rebotut on Amendment. _till b+ POSITION ADJUSTMENT REQUEST No: t��q Department _ Public Defender Budget Unit 243 Date Auc=ust 41 1975 Action Requested: Reclassify 1 Deputy Public Defender IV (pos. #UI to Deputy Public Defender I. Proposed effective date•-9/3/75 s Explain why adjustment is needed: Deputy Public Defender IV Charles Kuntz is terminating employment effective Sept. 2, 1975. Contra ^ ,�:c! num--/ Estimated cost of adjustment: _Amount: 1 . Salaries and wages: $ CGfice of 2. Fixed Assets: (ti1s-t items curd coat) Cc-jnt,, l-t-►rin;s.-axor LL' _ $ Estimated total $ - - co, - — L Signature Depar nt Hea patrick R. M Initial Determtgatton of County Administrator Date: 1K– -7`'� To Civil Service: Request Recommendation. ey CountAdministrator Personnel Office and/or Civil Service Commission Date: August 12, 1975 Classification and Pay Recommendation Classify 1 Deputy Public Defender I and cancel 1 Deputy Public Defender IV. Study discloses duties and responsibilities to be assigned justify classification as Deputy Public Defender I. Can be effective September 3, 1975. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Deputy Publid Defender I, Salary Level 362t (1225-1351) and the cancellation of 1 Deputy Public Defender IV, position #01, Salary Level 570 (2095-2547). Personnel Director Recommendation of County Administrator Date: August 14, 19 75 Add one (1) De uty Public Defender I, Salary Level 362t ($1,225-$1,351, and cancel one (1) Deputy Public Defender IV, positdon #01, Salary Level 570 ($2,095-$2,547), effective September 3, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( on AUG9 R. 01 - ', County Clerk Date: AUG 1 9 1975 By: A" Clark APPROVAL ca' -&i.s ,adjustment constituted an Appn,oprriati.on AdJustmott and Peuonn2e 00001) Reso&v ion Amencbnentt. POSITION ADJUSTMENT REQUEST No: Department Public Defender Budget Unit 243 Date July 11, 1975 Action Requested: Reclassify 1 Deputy Public Defender IV (pos. # 02 , to Deputy Public Defender I. Proposed effective date: 8/5/75 s Explain why adjustment is needed: Deputy Public Defender IV Ellen Green is being upgraded to Assistant Public Defender Estimated cost of adjustment: Contra Costa Gounty Amount: 1 . Salaries and wages: RECEIVED $ 1825. 2. Fixed Assets: (ti4t itRmb and coat) M _ i975 Me of $ Co my Administrator Estimated tota� $ 1825. Signature cc Depcfrtment Head Initial Detera.Vatron of County Administrator Date: 7/17/75 ss To Civil Ssrvibe: RequestGRecommendation. ` un dnn m strator Personnel Offtre "d/or Civil Service Commission Date: Auzust 12, 1975 ClassifiXatio4nd;Pay Recommendation C) Classify 1 Deputy Public Defender I and cancel 1 Deputy Public Defender IV. Study discloses duties and responsibilities to be assigned justify classification as Deputy Public Defender 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 Deputy Public Defender I, Salary Level 362t (1225-1351) and the cancellation of 1 Deputy Public Defender IV, position #02, Salary Level 570 (2095-2547). ersonnel Director Recommendation of County Administrator Date: Aumus� t 14, 1975 Add one (1) Deputy Public Defender I. Salary Level 362t ($1;225- $1,351), and cancel one (1) Deputy Public Defender IV, position #02, Salary Level 570 ($2,095-$2,547), effective August 20, 1975. County Administrator Action of the Board of Supervisors Adjustment APPROVED ( on AUG 1 91975 3. R OLSSON County Clerk Date: AUG 1 9 1975 By: L'�• r^—mac D" perk APPROVAL c S t:z.i,s 'adjust ne;1t const tutea an Appaopr i.aiion AdJusbneiLt and PVL6orzneW(*1 Re.60tUti0JL Amendment. I POSITION ADJUSTMENT REQUEST No: Department River Fire District Budget Unit 2022 Date 7/15/75 Action Requested: Add one (1) Intermediate Typist Clerk position Proposed effective date: ASAP Explain why adjustment is needed: Heavy clerical workload CContra Costa Counly Estimated cos f �justment: RECEIVEDContra Costa County Amount: C%X `DJUL 1 ry75 RECEIVED ] . Solari s,anat wages: $ ($636 x 12) $7632 2. Fixed eta: (ti4t .itew anobfg0tbf JUL 15 ;975 Administrator Estimated total $ Signatures C' E� Department Ne ASSLUEANT FIRE Initial Determination of County Administrator Date: To Civil Service: Request recommendation. County A m�m s rator Personnel Office and/or Civil Service Commission Date: August 12, 1975 Classification and Pay Recommendation Classify 1 Intermediate Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Intermediate Typist Clerk. Can be effective September 2, 1975.---_ The above action can be accomplished by amending Resolution 71/I7, to reflect the addition of 1 Intermediate Typist Clerk, Salary Level 206 (691-839). Personnel Director Recommendation of County Administrator Date: August 14, 1975 Add one (1) Intermediate Typist Clerk, Salary Level 206 ($691-$839), effective September 2, 1975. County Admire strator Action of the Board of Supervisors Adjustment APPROVED ) on AUG 1 9 1975 J. R. OLSSON, County Clerk Date: AUG 1 9 1975 _ By: cge- � tlPputy Clerk APPROVAL o6 thiA adju6tment cona.tituteA an Appy opni,ation AdJws-tment and PeuonrW01g) Re.Aotation Amendment. IIS nE BOARD OF S`uu?:ftV1SOftS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Maintenance of Median ) August 19, 1975 Landscaping, Arlington Boulevard, ) Kensington Area; Work Order 4903. ) ) ) Bidder Total Amount Lafayette Tree and Landscape Company $2,340 530 Florence Drive Lafayette, California 94549 M. H. Hansen Construction, Lafayette The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Vorks Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed . the contract and returned it with any required certificates of tnsur- ance, 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 Auzust 19, 1975 �. CERTIFM COPY Public tlorks Director I certify that this is a tun. true a correct copy of cc: . • the original document which is on the in my office. County Counsel and that it eras passed & adopted by the Board of Count:; Auditor-Controller Supervisors of Contra Costa County,-Californfa. on 9 the date shown.ATTE'T: J. R OLSSON. County Contractor Clerk&es"otticto Clerk of said Board of supervisors. by Deputy Cleric. AUG 19 1975 00000 .� • :V•` ..R\•:.CAU • I IJ:• 1`i'Ct:K�; QI:I'Al2TA1Ct�iT • 7 _ Ao 'Nt•C-11CM04": ... 7 Ii o" Ila.COU96I1I 111.r \.d:ftOf a•1►•� .,. 4...c1N r1.r11.COS'1 A COU'N"1�. GI.I F L •'1 1 tlruC W00-1.1-OIRYCTOII J.C.TAYLOR • 4181 MOOR.ADMNM AWN99oft NUIWIMo OiFYTY•It~ COff'ff�OL . '...Q.11ttOATCIf 800 99ACIVA OUIVC. Ocrun.f:JrINCLs mo:.f,mcp t•IAItTlf+t2.CAI.itOJtNfA!a•i5'j?' NARK 4 XCRMIT T 'c='A•�O aclwTi.z1:wNaf•oRwdolf ' Juno 25, 1915 . .Gontloraen: The folloiaing shall be considered as ADnFNDIT:i F-MBER I to the Special Provisions for Landscape Maintenance in County areas. and County Service Aroas: Item 1: SPECIPICATIONS Section A,, Paragraph 3 DIMM., tfurnish the County idth" "furnish the Contra Costa Cou,t7 Public: Works Department idth'< Items 2. SPEC?FICATIOM Soction A, Paragraph IE and Section G.1. Fa agraph 2 MtXTE: "maintenance period" 7C�DU: "contract period" Item 3. SPS CATT-O:IS Section F. Paragraph 2 D�h'I,E` -for cause" ' -Item 40 SPECIFICATIONS Section G.1., Paragraph 2 • � 'W."rz'': nofore the start of the. maintenance porfod*s B: "within 15 days of the approval of the c031trAW7 . IRM OF ADDEITDTJ i ?III-MER 1 _ IP there are any questions, please feel free to contact this office at 224-30000 extension 2 UA. , .J . SEE PAGE 2 !UG D/91975 • J. e.assoN aaic.o��o of L `M,. a ".1)J)J,i?l)II•'•1 1IU 1 (con t.} Aehnoti 1odgmont of this Addendum will bo- required prior to the oponing of bids. Please countersign in the space provided, below. hereby acknowledges Addendum. 13IDll1Sii Number 1 of the Special Provisions for Landscape Maintenance in Counter areas and County- Service Areas. Signature Date Very truly 'yours, - VICTOR k1. SAUER PUMIC °WORKS DIRECTOR By Richard R. FlarSle Grounds Maintenance Superintendent CONTRA :vOSi'A COUNTY PUBLIC WORKS i _PARTMENT Martinez, California KENSINGTON AREA Landscape Maintenance June 19, 1975 - REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Center island on Arlington Boulevard from Arlington Court., southerly to the County Line. DESCRIPTION OF WORK: Maintain landscaping. Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: . VICTOR If. SAUER, PUBLIC WORKS DIRECTOR ROOM 115s COURTHOUSE MARTINEZ, CALIFORNIA 94553 ATTENTI0N: BUILDINGS AND GROUNDS before 4:00 p.m. on June 26, 1975• Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to'reject any or all bids for cause, to request new proposals, or to cancel the project. _ Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the area defaulted by the Contractor. - r ATTACMENTS: Proposal Special Provisions Plan P-1 00111!6 CONTRA COSTA COL Y PUBLIC WORKS DEPARTMENT ROOX 115 COURTHOUSE hARTINEZ, tALIFORKIA 94553 KENSINGTON AREA LANDSCAPE MAINTENANCE' .June 19, 1975 PROPOSAL Kensington Area Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equipment and material required, and to do the work necessary to perform the work as_described in the REQUEST FOR BID in accordance with Pians and Specifications therefor for the following lump sum prices: Center island on Arlington Boulevard from Arlington Court southerly to the County Line. Total annual cost for the above area: Dollars $ And, further, the undersigned agrees to enter into contract with. the .County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature Title Address California Contractor's (Signature to be notarized) License No. P-2 n , x X e _ 4 KENSlgGT01� hREI. s J' LAIIDSCAPE NA111ELgA,UCE r 1975-76- SPECIAL 975-76 SPECIALPROVISIONS FOR r r= KENSINGTON AREA LANDSCAPE MAINTENANCE IN 4 CONTRA COSTA COUNTY i x, i llk r F VICTOR W. 'SAUER,, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTNEbT:, MARTINEZv CALIFORNIA June 19s' 1975 A. SCOPE OF S%rMIG;_: Tho Gontrhetor :sbnll furtsish all lubor, materials and equipment rciiulrvd to satisfactorily pe.rforn the landscope maintenance roquirccd by the Couinty iu the streCts or aroas as designated in the attached plans and these special provisions. . Hnintenance of the vitrious areas shop include, but not be limited to, weed retao ta, spading, plowing or loosening of the soil, fertilizing, t:ntering, removal and dinposat at a commercial garbage disposal site of debris, trash and dotritus collected. ldhore sprinkler systems and water spigots are installed and avail- able, the Count* will furnish the water at no expense to the Contractor. In all ocher areas to be maintained, the Concraetor shall furnish the water as included in the contract price bid. During the rainy season vhare automatic sprinkler systems are Installed and available,, the Contractor shall set the controller to operate the sprinkling cycle once a weer: for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: tiger setting, time or watering, day(s) of watering, and date of such chen�;e. This will keep the irrigction system clean and valves from sticking. The controller shall bo set to operate in the morning before the heavy commater traffic. _ During, and at the end of the maintenance period, all plant material. shall be in a healthy, growing condition. B. INSM- TION The County will' irspect each area. In the event -the inspection report notes failure to satisfactorily maintain the area, the Contractor shall re-,work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar (.$50.00) charge to the Contractor from the County and to be deducted from the current monthts billing. Each subsequent re-inspection will result in a similar eharee in the same amount until the aroa has been satis- factorily re-worked and brought up to standard .in the sole opinion of the County. If the Contractor fails to re work within saran calendar days,. the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform— will erform -will result in termination of the contract in accordance with Paragraph ?., Section F of this document. --1 0000 7 .• :f Asn{�i�� C. 11A :7.3.1T Oh u Monthly botan, tits Contrnator brill furnish the Public ft-k.s W rpct:or is J th ##n iuvo l t.- for wo;-k dons rlurj n,; tRo pz-cvioua WouLlij givinr. dittos meal :Wry S.co urnR natoo and unnibor. Payment shall be macho on recclpt: or ussi d iuvoteun at the couLrrsct Lgnp Sunt price divided by 20. During- tho uiuWr mouths (november through 1 ebr usry), the anount of 1/20 of tho contract Lump Susi price will be paid. In the xout:he Harch through October (growing season)., the. amount- of 2/20 os tho cont'rnet Lump Sum price will be paid. Invoices aim to bo dirac ood to: Contra Coate Caeanty Public Work:i Department Sixth Floor - Administration Building Martinez, California 94553 Attention: Accounting Division D. INSURANCE • Prior to perforating any work under this contract, the Contractor shall furnish to tho Public l:orka Director, evidence that be carries the follot:ing insurance coverage: - 1. Contractor's Public Liability Insurance providing for a limit of not less than Two Hundred Fifty Thousand Dollars ($250,000) for all damages arisinE .out of bodily . injuries to or death of any one person, and a total, limit. of not less than Five Hundred Thousand Dollars ($500,000. for all damages arising out of bodily Injuries to or death: 'of two or more persons in any one accident or occurrence'. . 2. Contractor's Property Damage Liability Insurance. rovidi for a limit of not less than Fifty Thousand Dollars: 1$50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence. X. CASH BOND The successful bidder will be required to furnish the County a Faithful' Performance Cash Bond equal In amount to Ten Percent (10%)� of the contract Limp Sum price. Said bond shall be in cs;h,; certi- fied check or cashier's check and mailed to: • Contra Coate County Public Yorks Department Sixth floor - Administration Building Martinez, California 94553 ' Attention: Accounting Division " 'F. TWII OF SERVICE The term of the contract will be from July 1, 1975 to June 30, 1976., The County may cancel the contract or any portion thereof, for cause, at any time during the term of service, and such cancellations.- shall be effective upon the mailing of written notice to the Contractor's 1 ••t known address. 00070.. . f\'• \• Tl,e Co::Lractor hull furnish to the Public Ihorkn Director within. 15 Gaga after or Lhe conLriecL Isy thL- Do:Ird or Supervf:e.)• a uaric achedul.ia :-ho:atnl; the propo:wd d-rete:s and Lieu:n or wor c rar. tho loceet3on zho-vn on the propo:uel.. The Coes mecLot• May chnnZa the cclecditl.o or %:-irk by anubnittlug a revised zrork schedule at Innob. 10 days prior 1.o tho date »han the reviscid schedule is planned. to. become) arroctive. - G. Lle119)SCILP+s i+1AIi:l\9::i::::Cl: 1)MUMS . 1. WF108 INilsUr AND DISM'.3Cs COii'PHOL All planting and rock surface areas shall be kept weed free. • A program for control of weeds, insects, and disease shall be developed by the Contractor and -submitted with supporting manurneturerse data for written aPproral by the Public Works. . Director before the start of the maintendme period. ' Sueh� ' program will be adhered to. unless written approval to change said program is granted by the Public Works Director: Application of weed, insect,, and •disease control. chemicals shall be within the season(s) best suited to the insects, diseases, and vegetation in question. Any now or. existing plants or- soil which in the opinion of tho Public Vorks Diroctor have been damaged by applying control chemicals shall be replaced by the Contractor' at his expense. ' Wood oils and Granular or pelleted weed control chemicals. will. not be alloind. 2. STUING AIM GOYIM - - Trees or shrubs susceptible to wind damage shall• be kept- adequately staked or Guyed. Ties shall' be loosened periodically- to eriodicallyto prevent girdling. . Where the supporting stakes have been broken, or where a replacement tree is planted, the stakes shall be of wood of uniform size, reasonably free of knots, and capable of standing. in the ground at least two years, and they shall be 2n X 20 square and not less than 101 in length. See attached Tree Planting Detail for replacement planting. . :3. IRRIGATION All planted areas shall be watered as necessary to promote normal growth and Insure the health of the vegetation therein. !)•.• REPAIRS TO EXISTIRG FACILITIra All portions of existing structures or facilities including irrigation systems, which are damaged or altered in- any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by they Contractor at his expense. M0�. 4. 181LI Q••{t1r. l�.f ��w'� "�aJ�� (canI t.) . . . ti 5. :IE:t9 TUXIft Cm=j,rci!a• rr=•6ilixlar shall conger t to tare provisions, or Section i:0-2.0? or isle, Strandard avocirientLoun.or the State. ;- of Cnli[o.„nia; shall be a complete fortili:er, part' of the-. :. clonants of w1dah are derived hroat organic ooui rces,. and " shall have a Lw.wautsod cnalvsis or: phosphoric Laid ' Water Soluble Potash 1� and shall be applied at such a rate as to Insure one- pound of actual nitroasn par 1,000 agnare feet per spW.i•cation. Pbrtiltaor tablets •shall be 21-gree size with a• gnwm*eed •' analjaie of: ltitrogan . 20.00% Phosphoric Acid 10.00% Water Soluble Potash 5.00• OoKbinsd Sulfur 1:Irom 36 . and abal.l be applied at the following rate: 'Three tablets per tree inserted equally. spaced, two. feet" • deep at the and or Narch 1976. ti -•� Fertilizer shall be applied to turf arena rive tis:ss.' during the groxiag season between Naroh and October (X.e.M. every aft weeks). Pbrtiliser shall be applied to all other Vlsating• areas three (3) tines during the grameing season.bet:soen Nash and. October i.e., every wino weeks). Ail areas shall be well.watered within the 2k4bour period prior to fertilisation. All turt areasshall be watered • Immediately atter fsrtilisisag. 6. IPJFGI NG ASD I { All, trees and shrubs ohs]3 be ]rept pruned for health;. shae, prsventioa of wind dage,sandsub�.ia setoff.. sort shall be!, ' maintained at a height of 1-1/2' to 2-l•/2" at•.all'amus;. frpericom caloinan shall be cowed once a rear in the springy -K. or In dormant season, to a height or three (3) inches. Am . ..... • •i • .. ;:!t ' .W......_..._..r. _.. ..__ _ ,A G. LAIMSCAPa•: X V; X: nor` (coal t.) ? LITTMI CO WIML All 'areas shall be kept litter--free.. Litter picIC-up be done :at two-geek intervals or less .as required;-�to' .. presentable . appearance .es determined. by the: Public:; Director. 8. PLANT REPLACE'-0ift The Contractor shall replace. all. vegetation lost;: lack of care as described in Items l through 7 .; IIriusua2, ` occurrences or those beyond.. the control. Of the: Contractor be: excepted from this provision_ by the;Public Works.: Director provided he is advised: promptly by. the .Contractor_ P p, Y H. LOCATION OF WORK Arlington Avenue Kensington Area .' Center islands on Arlington.Avenue. Prom Arlingtoi. anal southerly to the Contra Costa County litre. 7,0 ;F 00. J=:st»:jfi4 . .. .. Rik' �77777_1 41, S:r ,u : for NN �� ., x-2.x7 x 10-o 5TAK E-,b Z rl r6 06 MOOT 5-JSLL. an r .•tea =o - I:� ;-::-� r -.,-�;�--,.._FaAG1�i�ILt_ MlX UQ.��S��''�F'�G�;► :,, %;:'..� •``',,,-PI..At� �O!_� Ot,? tt EA StDc_ •,fly! ♦^ .�.y '• Y � � �).•. '''�•=��„_...: .. ! �� 1l1 GOiZP02A"T� � o� �,AG.k,,t t Lc... 3— � Mix Irk"�O 50T I OW cs,= •k•Ibl:� �A•� _ x V-o Pi 0 P ryRA j t3:PtP k�►i=�2.'Vl .�42 �A"rr;�.iN�'s t✓►A',SJ� f 1 - i E� 2?►�'�D PIPE„ • c l ° 1c o ~— P—OOT r5ALL- PLA - CONTAINER biz i TMi.r ',S l3AL. 16 6.&L. pox: PLMA k:^LE. D1ANMC �.;=. BO" 5&0 42'' "P F-E PLA.-Ni l INCIx D TM L IN UiE BOARD Or SUPERVISORS OF CONTRA COSTA COUAiTY, ST4TE OF CALIFORNIA 'In the Matter of Awarding Contract } for Maintenance of Border Land- ) August 19, 1975 ' scapin g, County Service Area M-12, ) El Sobrante Area. ) } Bidder Total Amount M. H. Hansen Construction Company $1 ,560 1136 Camino Vallecito Lafayette, California 94549 Contra Costa Landscaping, Inc., Martinez Lafayette Tree and Landscape Company, Lafayette Roberto Qgatman, Inc., Hayward The above-cautioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Pablie k;orks Director recommending that the bid listed . first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor- and aborand materials for said work is awarded to said first listed bidder at the listed am unt and at the unit prices submitted in said bid; and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it with any required certificates of insur- ance, 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 August 19, 1975 arrwm cow 1 certify' that this is a fall, true & correct copy of cc: Public Works Director the original document which is on file in mT office, " County Counsel and that It was lased & adopted by the Board of County Auditor-Controller SunNrvi::ors or Contra Costa County' California, on the ease shown.ATTFsT: J_ IL oLSSo`, County Contractor Clerk c exoffic-lo Clerkk of acid Board of sapervuwg, //by Dt*u y Clerk. L W075 COIATRACT MACCOM I�h1'ZBNi�i lT (Contra Costa County Standard Form) 3. zUIz' XAL .L:?1:5. these special terms are incorporated below by reference. (!;!;2,3) Parties: [Public Agcncyl Contra Costa CCOWA ► N. it. Ram= cOastacnat3,M CocpsgP [Contractor) 1136 Coal= Yallsaito, ixzeyettejpC►. 91u49�` Complete legal name (§2) Lffective !Tate: � 1, 2973; (See 54 for starting date.]: (53) rhe Work: InWn sta'eet tvmw on San Pablo DM Braid ftm VIGU .tyV..: Of Appian WOF ion COMty Service-AM X-122 EL, Sobnntt, &U-ft" aecordawe with the Place, DMOLM Send 9pecitfcrA►t3.ont Prepared by or for the Public Yorke DIMCtor, incluMag Adder No, 1s MA in sacw daipce With the aacwt4 d Bid PLWOMl. (S4) Cocp ettan -line. [strike out (a) or (b) and "calendar' or 'working"I (a) By [datel Jnme 3C, 1976 ,;_ ►, cams33A d-Mild", by, ntea Costa. COW&W. ( (S5) Liquidated dauagea: S Now per calendar day. (SO Public Agency'a Agent: Pnb14C eta! S2�ACt�' (y"7) Contract Price 5 ,560.00 o (St tc ial if inapplicable.) x. 5FG.rs3~.'Uitt.i S ACf3c?WL::lsC.2G: . Public Agency BY: (President, Chairman Or Other, vesignated Representative) C�.»:iarrsttD Cheat Deputy Public WCAM WrOCtW c Contractor. hereby also acknowledging awarenazyof and compliance with Labor cod e 77n7;n n's Campensati.on Law.•. vily: semh. [CORPORATE ate o al aeity sn a business SEAL( 1,80 0 By: `E Designate official capacity in Ute businessl Vote to Contractor (2) .:=acute acl nowtedUrtent lora below. and M if a corpora- -lion. affix Corporate Coal. r� - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - _ - - - - .. - -..- _ - _ State of C if rnia ) ss. dCi«:tt)WLE:1''::E:1"' (by Corporation, County of c's�Alt .t�Sl_ ) Partnership, or Individual) :. . The person(s) signing above for Contractor, ),noun to roc in individual and business capacity as stated, personally appeared before rye today and acknowledged that he/they e::ecuted it and that the corporation or partnerst ' named above executed it. uated: [vaej ILIAL SEALI notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - '- - - _ ,•" - - - - -. FOILA A1'1'2.' T-M J. H. CLAUSLNi, County Counsel, by•, _���i � Mfr ftd � Deputy (Page 1 of 4) (CC-1; Revs l:-1-73) 00076` 3. i01M CONTRACT, CIIAUGUS. (a) By their signatures in Section 2, effective on the above ` data, these parties promise and anrec as sct forth in this contract, incorporating by these references the material .("Spee (b) Contractor shall, at his own cost and e::pense, and in a wor�:r,UanIiI manner-% fully.an t faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient anti proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. . (c) The work can be,chapc�ed onl_� �•:ith Public Agency's prior written order specifying such change and its COSI`agrL+c.`tl to by -t:re parties; and the Public Agency shall never have to pay,�=re* spc-cziftecr- 7'wktjcout suca an order. i •, �.� �! A. TIlsE: NOTIC>r'T6 PROCLEb.` Cbntractor shall start thiss wort: as directed in the speci- fications or the I+otice to Proceeu; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If ticc,Contractor,fails to complete fids-contract'and this work • within .th tirAe axed therefor,_ allowance beilig made• for contingencies as provided herein, "'` "D•'• ' I>labl 'to`tl>e;'PdDli xgency for' 311 its loss and damage therefrom; and because, he uecones from,tics-''nature'of•`•t. a case, it is?and.will barinpeactic4bj4k and;extremely difficult to ;C+ '=3 :;cettaix�ran'i3��i c.btte,Piilalic 7s �icc 's ac ual•.damn a from_an � jdela in performance hereof ?. :}it }s agrcecif:tl� t�;Contractowill,.pay.as licFuilate�`daiia`gcs tti,'Eiit Public Agency the reasonable sari specified min 'Sec: 'Y,'tlic:-resui`i'of tele, partiea`"�-reasonable endeavor to estimate fair average lcompkinsation' the�refo=;=for=cacti :Zalanc Art dep.'s delay in finishing said work; and if the same be not paid, Public Agency may, in addition to its other rbfnaj6cs;•:c_lq,},i_yct?the sane from any-money duff- or to become due Contractor under this con- tr act..,.:-If. t4lo,Public Agenicy for•ariy`cause "authorizes or contributes to a delay, suspen- sion of..uo>) � tension-.of,_tirac.,._its.•dtttation,phall_be added. to the time allowed for completion;'fiuf"it 'sha11'rioE c uccined"a caaivee'nor tie••used";Eb defeat any right of the Agency to damages for non-conpletion ,or dela; hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall .not be assessed liquidated damages for delay in completion of the t:orh, when such delay was caused by the failure of the Public Agency or the owner of a utility rieTocation of existing utility facilities. tlt�fEO•MCLMEV1S. The plans, urauinVs and specifications or special provisions '-'-'-.3F 'the' lTFXgency s •cavi for bills, aril't�ontracto ='s=ascii Eec! bid for this work are hereby incorporated into this contract anis=tliev are'date ' d to co-operate, so. that any-'-'.. tieing e::;tibited in tire plans or drawings and not nLutioned in the: specifications or special provisionu, or vice versa, is to be ex`cutcd as if exhibitev, mentioned and set fortis in bot4, to the true intent and weaning t-Iit lreof when tal:en all together; and differences of opinion concerning these..siiall be finally determined by_Public .lgency's Agent specified in See. 7. PAYMEtIT. 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 surd specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) on or aLout the first tial of each calendar month the Contractor shall submit to the Public agency a verified application for pa nnent, supported by a statement showing all materials actually installed during the preceding i.ionta, tice labor expended thereon, and the cost thereof; i-Kicreupon, after checking, the, Public Agency shall issue to Contractor a certificate for the a:.touut determined to be due, minus loo thereof pursuant to Governc.ieut Code Sec. 53067, but not until d.:fcctive work and materials have been recaoveu, replaced and caade good. > . PAVIENTS WITHHELD. (a) the Public Agency or its agent may withhold any payment, or ecause of later discovered evidence nullity all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective work not remedied, or uncut,ipleted work, or (2) Claicas filed or reasonable evidence iinlicatiucJ probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) ReasonaLle douut that the trorl: can be completed for tite balance then unpaic:, or (5) Damage to another contractor, or (6) Damage to the Public hgency, other than damage due to delays. (b) rite Public Agency shall use reasonable diligence to discover and report to the Contractor, as the wort: progresses, the materials and labor which are not satisfactory to° it, so as-'to 'avoic: unnecessary trouble or cost to tice Contractor in making good any defective worl: or parts. -(c) 35 calendar days after the Public Agency files its notice .of conletioc►� ttire .(Page 2 of 4) u 7 work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of ?ate-recorded notices of liens or claims against Contractor. 9. INSURAIICL. (Labor Code 551060-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Lau. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILL'RI: TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LA14S APPLY. general. Both parties recognize the applicability of various federal, state and ocal laurs and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 5 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCOTITRACTURS. Government Code SS4100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification. or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that number of hours are worked, the daily wage rate is proportionately reduced, but the hourly rate remains as stated. (c) .he 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum 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. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no war aaan employed at any time on this worl: by the Contractor or by any sub- contractor shall be requires: or permitted to work longer thereon except as provided in Labor Codi: Secs. 1810-1815. 16. ,XPPIUZ ICrS. Properly indentured apprentices may be employed on this wort: in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 12-73) 000'78Q 17. PItULREUCE FOR MATL'RIALS. The Public Agency desires to promote the industries and econo►ay of Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGttZ=7. This agreement binds the heirs, successors, assigns, and representatives of-the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS s INDEtWITY. (a) Contractor promises to and shall hold harmless and indemnify from the abilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any Liability or claim for damage of any kind allegedly s eW;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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection wit`" th eth matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employce(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) , drawing(s), specification(s) or special provision(s) in connection with this work, 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. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if applicable, by submitting 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) 00079 yam} ' L -w • .r. W. Fav• 1 d.- 1C .•'C t%Ki - U1:1"A1ZT 1r?JT it- W sevc-1t • .3 f`` a• -•.u. .-.ON '• • • 1,•tttiO:• �y .Lit'.. � •1,.A. l * COUNTY OUN YOtvullC.nu�►uu..•'r♦n:.arcanta It44it iE3. t�K�p I.IMM.f 'u• '. ► ��rurue tram+wss aueet4o J. G TKYt.OEt s+a rao4n•wttwEraEstul�Etrn wv�cuEno tECrUTr•r►cwE• c4rnnoL z> F t -V. .n V.% rau• t J.- !C .►'[t:1:S 01:11ARTI'• UIT R• ILL RYG11 - •� s. •• -�b. ...cN )) l � ` D[vYTY.nu►Lu....�n.crcwnM • :NO:• ',• .a.lt•" `,LfJ�•�,•j\1�-C��)•:,•I] COUNTY MOOR i13, ccwa1.1Otr.r CI:.Ci t Y rvnuc %Vw4V%:DIRI'CTo11 rtJ. E.TAYLOU .Trl rLOO ,wO.+I1st.TUATI4N Pv.Wtgo p(yYTY.ttCWtr COtRntY p,1111VAIC11 2:5 GLACILN D/IrYC DCPYTY•FJON&M. AMW SEUVICCa ►IA/ilINC2-CALIFOUNIA 104353 1•tAN1C L. IiC1:WIT TCL[n/lOtrc sa•�aDO OCtWTY•7wAtr..7•IWITATON Juno 25, 195 , Gontlorsen: The following shall be considered as ADDS P.M-1-BER 3. to. the Special Provisions for Landscape Haintenanco in County areas and' County Service Areas: Item 1. SPEMPICATIMM Section A. Paragraph 3 U'wt.Ei'E riurnish the Couafiz iritW' '=furaish the Contra Costa Coun tg Public Works Department tzith" ' Iters 2, SP OTFICATIMS Soction A, Paragraph and Section G.1,s Peragraph 2 WtEETTE_: "maintenance period" "contract period" Item 3. SP�CATIONTS Section F. Paragraph 2 Dk i,W s: "for cause" -Item SPECIFICATIONS Section GA., Paragraph 2 - U •b3fore the start of the maintenance period" XD: "within 15 days of the approval of the contract" EIM OF ADDEi1DII24 HUMBER 1 ' If there are any questions, please feel free to contact this office at 223-3000, extension 2214. - SEE PAGE 2 _ MAUGD 5 J. R OLSSON - ClER OF SLIP SORS 6-- 00080 C. Vis; �i ADDR-ND111*4 J!WIRER 1 (coni. ) Aclaiowlodgmant of this Addendum will be required prior to the opening of bids. Please countersign in the space providod•bolow. hereby acIcnowledges AddonClum, BIDvtSR . Rumbcr 1 of the Spocial Provisions for Landscape Maintenance in County areas and County Service Areas. Signature Date Vers truly yours, _ VICTOR W. SAUER PUM,IC WORKS DIRECTOR By. Ichard B. iarule . Grounds Maintenance Superintendent OOa81 -. a CONTiM t.. STA COUNTY FUDLIC WORKS DL .iRTHENT Martinez, California - County Service Area H-12 E1 Sobrante Street Tree Maintenance June 19, 1975 REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: San Pablo Dam Road, El Sobrante DESCRIPTION OF WORK: Maintain street trees on San Pablo Dam Road from vicinity of El Portal to vicinity Of Appian Way. Work is, to be done in accordance With Specifications. enclosed herewith. Proposals are to be delivered to: - VICTOR W. SAVER, PUBLIC WORKS DIRECTOR BOOM 1152 COURTHOUSE MARTIIEEZ, CALIFORNIA 94553 ATTENTION: BUILDINGS AND GROUNDS before 4:00 p.m. on June 269 1975. Bids Will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to-reject any or all bids for cause, to request new proposals, or to cancel the project. _ Failure by the Contractor to perform the necessary stork for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the ares defaulted by the Contractor. ATTACH21ENTS: Proposal Special Provisions Plan P-1 - 00082 b CONTRA COSTA COOL PUBLIC WORKS DEPARTMENT 'ROOM 1150 COURTHOUSE MARTINEZ, CALIFORNIA 94553. County Service Area M-12 El Sobrante Street Tree Maintenance June 19, 1975 P R OPO S A L The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equipment, and material required, and to do the work necessary to perform the work as described in the REQUEST FOR BID in accordance with Plans and Specifications there- for for the folla4ing lump sum price: Street' tree maintenance on San Pablo Dam Road from vicinity of £1 Portal to vicinity of Appian Way. Total annual cost for the above area: Dollars $ And, further, the undersigned agrees to enter into contract with the County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature Title Address California Contractor's (Signature to be notarized) License No. P-2 OOU83 :, ._. „ county, '.ervi ce Area.A 12 ; ET Sobrante� mss; Street-Tree- Maintenance- 1975-76, ree: Maintenance1975-?6 2 5 SPECIAL PROVISIONS FOR f COUNTY SERVICE AREA 14-12- EL -12EL SOBRANTE STREET TREEMAINTENANCE Yrr IN CONTRA COSTA COUNTY = ._ v V x. ,f VICTOR W. SAUER, PUBLIC,WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA Jung 19, 1975 r. f '004 4 l? r Y* A. SCOPE OF SF-MVICH' Tho Contncator :Trill furnish all labor, cr-tcrinls and cquin-vient roquired to srati sf Zctorily px-rforn the landse;ipe mnintenance roquired by the C:,unty in the st;recte or aroas as dasign:ted in the attached plans and these special provisions. Hninter_ance of the virions areas shall include, but not be limited to, weed re;tuovul, spading, plowing or loosening of the soil, fertilizing, t:ntering, removal And disposal at a commercial garbage disposal sito of debris, trash and detritus collected. Whore sprinkler systems and wrater spigots are installed and avail-- able, the County will furnish the water at no expense to the Contractor. In all other areas to be maintained, the Concractor shall furnish the wrator as included in the contract price biz:. During the rainy season_ w:nsre automatic sprinklor systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a weed; for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. This will keep the irrigction. system clean and valves from sticking. The controller shall be set to operate in the morning before the heavy committer traffic. During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. - B. INSPECTIOii The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain the area, the Contrector shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the Counts and to be deducted from the eLxrr6nt month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satis- factorily re-worked and brought up to standard in the sole opinion of the County. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either writh its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract in accordance with Paragraph 2, Section P of this document. -1- ' 00085 ;7'�.j7;�et1.k- C. Oa a wonth3 y bre::in, Hie: Contr-trt.Yr '-:ill furnish thn Public �!oi•;::: Directo:• 1:1 1;11 un .iti.4<<:R; for unt-l: douv: fiat• ur, tbo j;ro ions uf7ut-iz, giving dat-u.. and ver:'1-a arnrt n:iCl'-t and untilbor. PnYutont shrill ir.-. nada ns: reciApL o.' ::0A itivesteu:t at the conLrant Lump Susi price divided by M. I)urtt:t the t:inL'Ur mouths (I:ovember through li ebruary) , tho vinatint of 312M of tho contract Lump Sum price, will be paid. In ::h^. onth:l Harch throuC.h October (growing season) , the amount of 2/20 of the cont_•:tct Lump Sum price will be paid. Invoices ara to be dirnet:ed to: Contra Cost u C-iont:y Public Works Dcpartutent Sixth Floor -- Acl.. inistr!lt:ion buildi:69 Martinez, Cttlifornin 94553 Attention: Accountinn Division D. INSURANCE - Prior to performing any work under this contract, the Contractor shall furnish to the Public Worka Director, evidence that he carries tlo following insurance coverage: 1. Contractor's Public Liability Insurance providing for a limit Df not less than Two r1undrod Fifty Tho-assnd Dollars ($250,000) for all damages arising out of bodily . injruies to or death or any one person, and a total limit of not less than Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death 'of two or more persons in any one accident or occurrence.. 2. Contractor's Property Damage Liability Insurance providing for a limit of not leas than Fifty Thousand Dollars ($50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence. 3. CASH BOIM The successful bidder will be required to furnish the County a Faithful" Porforman co Cash Bond equal in amount to Ten Percent (100 - of 10 ) -of the contract Lump Sum. price. Said bond shall be in cash,,•certi- fied chealt or cashier' s check and mailed to: • Contra Costa County Public Works Department ' Sir_th Floor - Administration Building Martinez, California 94553 - Attention: Accounting Division . F. TERM OF SERVICE The term of the contract will be from July 1, 1975 to June 30, 1976. The County may cancel the contract or any portion thereof, for cause, at any time during the term of service, and such cancellations shall be effective upon the mailing of written notice to the Contractor's Ia:t known address. 00085 ,t. Vic (,tu (,tont-ractor -nix,oll furninh to the Public th •1::: Dii•vctoz• uiL•Is3n . 1y clu}:: arter nispro--al of the conLrsact by tits I3oterd or Supon-vivurr. s work achedul 1. Olowbur t?:e prolw::ed dreLus nud Llown of tror!. rear tbe: 30c:,tion zlhtnua on the: propumil.. 'Phe Conti-neLor may cl nnZa the Lclie:ditlo of u:•.:rl: by nub:•:itt3ti;; a revtsad .•rork Selladule: at Inast 30 days prior to tlur do to when the rovised schadulo is planned to bccomo Offuctive. G. LieRM-S_'•CI&M.' MAIi: ?.NUUN:_•: l)VA TLS 1. WERD Itls!iCT, : Ill) UI:::i,'!sc Coil'rliOL All •planting and rock surface areas shall be kept weed free. • A-program for control of weeds, insects, and disease shall be developed by the Contractor and •submittod with supporting manufacturers' data for written approval by the Public Works . Director before: the start of the maintename period. Such program will be adhcrcd to. unless written approval to change said program is granted by the Public Works Director. Application of weed, insect, and disease control chemicals shall be within the season(s) best suited to the insects, diseases, and vegetation in question. Any new or. existing plants or soil which in the opinion of the Public Vorks Dirocto- have been damaged by applying control chemicals shall be replaced by the Contractor' at his expense, ' Wood oils and granular or pelleted weed control chemicals will. not be allowed. _ 2. STAY.IM AND GUYI1rr = Trees or shrubs susceptible to wind damage shall' be kept- adequately staked or Guyed. Ties shall be loosened •periodieally to prevent girdling. Where the supporting stakes heve been broken, or where a replacement tree is planted, the stakes shall be of wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be -2" x, 28 square and not less than 101 in length. See attached Tree Planting Detail for replacement planting.. :3. IRRIGATION All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 1}. REPAIRS TO MISTING FACILITIES All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. -3- 00087 Cow:i:trcial 1*ei-Lill:::sr ::1r:11 contalum to the provi adons or Section 20-.2.02 or. i:ho St'i,ruiord Spec!fic•ctioun.of the Statz of Cali"fo.-nUo, ::ball bo a coc�plEato for till:er, part of the clomonts or which ore derived from or,&,:enie sources, and- shall hnve a I;ua antoad analysis or: . Fftn: Mnx: Nitrogen lOA 200 Phosphoric Acid 6p 14% Water Soluble Potash and shall be applied at such a rate- as to insure one pound of actual nitrogen par 1,000 square toot per application. Fertilizer tablets shall- be 21-grass size with a guaranteed: analysis of: Nitrogen . 20:06%: Phos]lwric Acid 10.00% Water Soluble Potash 5.00% Combined Sulfur1.60% Iron , .35 and shall be applied at the following rate: Three tablets per tree inserted equally spaced, .two feet -- deep at the end of Mcrch 1976. Fertilizer shr11 be applied to turf areas five (5), times during the growing season between March and October (i.e... every six weeks). Fertilizer shall be applied to all other planting• areas throe (3) times during the growing season between March and October (i.e., every nine weeks). All areas shall be well. watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. 6. PRUNING AUD MVIEG All trees and shrubs shall be kept pruned for health; shape,. prevention of wind damage, and public safety. Turf shall. be maintained at a height of 1-1/2" to 2-1/211 at all times. Hypericum calcinum shall be sowed once a year in the spring or in dormant season, to a height of, three t3? inchos. - - 00088 - p G.' LANDSCAPE hA111T.=. AaC:: DETAILS (coni.) 7. LITTO? CONTROL All areas shall bo kept litter-Free. Litter pick-up shall be done at tiro-reek intervals or less as required to maintain " presentable appearance as determined by the Public Clorks Director. 8. PLANT REPLACEZEENT . The Contractor shall replace all vegetation lost thro4p,�i lack- of care as described in Items 1 _through 7. Unusual occurrences or those beyond the control of the. Contractor, may" be excepted from this provision by the Public Works Director. provided he is advised promptly by the. Contractor. H. LOCATI021 Or WORK Maintain the street tree planting on San Pablo Dam Road', El Sobrente, as shown on the attached plans. _5_ m s • >; tA0LGA �5DE-PTF1> F- -Taus W L:L.L. .. EAC 1F 1 L L tJ1l?C'T'UF-E(btrm POL.....{>~Ou6K!- bIDc.�� . ``�. Lt- AIX L t ' i - z---- AIX WTO boT i OM i Jz t---• �,�.� .�02. w1ATG.�.its� �A�i� . - PE;Zr02-ATI i-D P1PF= _ 0 0 bTAV- - PL AA = . GAL. 5 GAL. 1^6AL• E50Y,`D . owla ` ,;. ON 1K . `'frig BOARD OF SUPERVISORS I OF CONTRA COSTA COUNTY, STATE OP CALIFORNIA In the clatter of Awarding Contract ) for 'Park and Road Landscape ) August 1911975 Maintenance in County Service Area ) M-11 , Orinda Area, ) Work Order 4903. ) ) Bidder Total Amount M. H. Hansen Construction Company $3,100. 1135 Camino Vallecito Lafayette, California 94549 Robert Quatman, Inc., Hayward The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director recommending that the bid listed' first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed a=unt and at the unit prices submitted in said bid; and that the Public Works Department shall prepare the contract therefor,. IT IS FURTHER ORDERED that, after the contractor has signed. the contract and returned it with any required certificates of insur- ance, and the County Counsel has reviewed and approved them as to form, the Public 'Forks Director is authorized to sign' the contract for this Board. PASSED by the Board on August 19. 1975 CERTIFIED COPY I certify that this is a rull, true & correct copy'of the orixinat document vrhWh Is on file in my orfice. cc: Public Works Director aed that it aas passed 11 adopted,by the Board or County Counsel Supervisors or Contra Costa County. Calirornia. on Count Auditor-Controller the dace �'"'"n'nrrr�-r: J 2 orsso. County County Clerk&P.X-0trtrlo Clerk or said Board of Supervisors. Contractor by Deputy Clerk. AUG 19 1975 00091 COUTRACT 2l+IIN'l�itAAD1Qi IT (Contra Costa County Standard Form) 2. .WL:CIAL ii ;!::. These special terms are incorporated below by reference. (y52,3) Parties: [Public Agency] Comma Costa Count, X. 11. 3� embruct*012 [Contractor] 1136 Caeiao 9allscito, Laft ette, C►. 945W Complete legal name (52) dffectivc Uate:_ JUIT 1, 1975 [See 54 for starting date.] (S3) Maintain panic landscape and perfam.roedsids landscape saint tro in County Service Am 1-11, Crimb BnsluM Distrrict, all in accosdaaae idth the Plana, Droulaps and Specificatianf pre- pared by or for the Public Yanks DLMtor, inClodiAddmm&n No. 1, and in accordance with the accepted Bid Proposal. (54) Cocpletion Vine: [strike out (a) or (b) and 'calendar" or 'working'] (a) By [date] inure A 1976 ; unLis cancelled andira by Contra Costa Conan►. (b) t• (5S) Liquidated damages: S 8One per calendar day. (56) PubZic Agcney'a Agent: nn Public WAS DLI%GtW (;j7) Contract Price: 3 •00 (for is, pp�able. z. SIt;:lA.•'L•rrd•; G ACi::1tJ:IL::LC.!:.'J" /�/ Public Agency, By: (President, Chairman Or Other uesignated Representative) Chief Duty PUWU Yorior DLVWtCV Contractor, hereby also acknowledging awareness of and compliance with Lavoy Cod n t3 •s Compensation Law. 6 8,81 BY: ►v►rs +ti. [CORPORATE L *jD9KjAjn&te ofWal4e city in t':e business SEAL] : v� B y: qy. Designate official capacity in the businessr � Rote to Contractor f21 ixecute acknoule�rr:ent fora below, and (2) if a corpora- `- C•- tion., affix Corporatc Ccal. ��u<•s - - -State of C:�if - -a - - - - - - - - - - - - - •-AC�:2U:ILEv''••E:!'" -� - - - - - - - - - Count of ss. ( y Corporation, Y ('�e? n� ) Partnership, or Individual) ^The person(s) signing above for Contractor, known to me in individual and business capacity as stated. personally appeared before me today and acknowledged that he the Y .. e::ecuted it and that the corporation or partneneed above executed it. • • .:;c::j dated: (,:a.AIuAL SEAL] notary Public - - - - - - - - - - - - - - - - - - - - - - - - - - - � ' - - - -�/f- - - FDFLA APPROVED: J. !3. CLAUSLU, County Counsel, i3y '7'sX/' /!/G L� �✓!• Deputy (Page 1 of 4) (CC-1; Rev: 12-73) 00092 3. WORK CONTRACT, CMUGES. (a) By their signatures in Section 2, effective on the above date, these parties promise and aciree as set forth in this contract, incorporating by these references the material ( pecaal terms,"•-'inr'sec. 1. (b) Contractor shall, at his own cost ane: expense, and in a warl:inanli).c-mazlzicr-,•.•fully--and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient anu proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans. drawings and specifications. (c) The work eaa..bc cianged;or}ly with Public Agency's prior written order specifying such i change and ..its'c;q:,t.a%rc:ca.to.•by the parties; and the Public Agency shall never have to PAY niorc� tizaii.`'sl)64 kf da in"Scc. -V wi thout such an order. 4. TIME: NOTICL TO PROCEED. contractor shall start this crorl: as directed in the speci- fications or the Notice to Procceu; and shall complete it as specified in Sec. 1. 3. LIQUIDATED DAMAGES. If the contractor-fails to complete alis contract and this work 4. w then tnC:-tic i or l;.ted_7tiiercforY_allowance•,,bpirr}}��•made for contingencies as provided herein, M he .,becomes ...L to th .P e . ublic Agency-for` aly''it's loss and damage therefrom; and because, u''Ikoin fI e"'-xvAure 'of*isc :Ahd--.textremely difficult to -� ascer'$ainDarid fisc%tirie.:Fu:ilic Agczhcy`_s'actual".:dam�sgc:.frorz.aztyyciciy in performance hereof, t_. :];t:�s agre4c� t t:copt�ary�er;will pay _iated-..damages ;to-the Public Agency the reasonable sum- speciVfied :in:Sec.,li. the. result of-Efte part>_cs':`''reasonable endeavor to estimate fair avi:ragc co6j)ensation- tl�ez fd °,-'fvr ea t&.Ab d r• stay's delay in finishing said worI:; and if the same be not paid, Public Agency may, in addition to its other •�-rer:tcicsp'cic.�uctg the1sa�}e: ;from any;money=d�c,Qr to becorie due contractor under this con- tract.. :.lf_tha Ygblic,Agaiicy for any cause authorizes or contributes to a delay, suspen- sion'of-%{orlc or cCffe sion of tine, its duration shall be added to the time allowed for completimn ~bat �t:�ii:i '•11-iso •=}6e=cieemecl=a=wiiver' V—be:used to'defeat any right of the Act to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not'bc"assessed liquidated damages for delay in completion of the work. h-delay,-was ,cause�d by the failure of the Public Agency or the owner of a utility to providYtF k i6n. ;val'or`"relocation of existing utility facilities. t7i EL*iS. The plaii� a=acrinys and specifications or special provisions the 'P i-ir-Ager}cgt•_,'c li'for ) rils, and-CoonLiiid arrs accc(itecl bid for this work are - hereby incorporated--iirto tins-contract;% ark!=tliey'�afe -iii eta ec, t'�o co-operate, so that any- thing e:;Ihibited in the: plans or drawings and not mentioned in the specifications or special provisions, or vice versa, is to be axacuted as if exhibiteu, mentioned and set fort:: in both, to Lite true intent 'and meaning thereof when taken all together; and differences of opinion concerning: these sips#1 be finally dctermined.by Public Agency's .►yeut specifies! in Sec. 1. - 7_ PAYMENT. or=pzis�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 suit specified in Sec. 1, except that in unit price contracts tzie .payment shall be for finished quantities at unit bid prices. (b) on or about the first clay 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 nont:i, the labor expended thereon, and the cost thereof; waereupon, after checkiny, thc: Public Agency shall issue to Contractor a certificate for the ai.tount determined to be due, minus 10%. thereof pursuant to Government Code Sec. 53067, but not until defective wort; and materials have been removeu, replaced and made good. S. PAYMENTS WITHHELD. (a) The Public Agency or its agent may withhold-any- payment, or because of later discovered evidence nullify all or any certificate for payment, to such extent and period of time only as may be necessary to protect the Public Agency from loss because of: ` (1) Defective work not rccacdicd, or uncumpbleted work, or (2) Clains filed or reasonable evidence indicatiuy probable filing, or (3) Failure to properly pay subcontractors or for material or labor, or (4) Reasonable douirt that the work can be completed for Cie balance then unpaid, or (5) • Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable c;iiic3ence to discover and report to the Contractor, as the work progresses, tine materials and labor which are bbot satisfactory to it, so as •to avoid unnecessary trouble or cost to the Contractor in making good any defective worp: or parts. (c) 35 calendar days after the PuLlie Agency files its notice; of completion of the entire (Page 2 of 4) I�� work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or clains against Contractor. 9. INSURAUCL. (Labor Code SSl8b0-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PLRFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LMIS APPLY. General. Both parties recognize the applicability of various federal, state and local laus and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs:. 1735, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 6 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code 554100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum 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. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no wor:man eiaployed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRL2STICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 12-73) 00094 17. PRIil'IUENCE FOR MATERIALS. The Public Agency desires to promote the industries and - econowy of Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGUIM1IT. This agreement binds the heirs, successors, assigns, and representatives o the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGMICY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. , 20. HOLD HARMS & INDEMITY. (a) Contractor promises to and shall hold harmless and jm emiify from the liWx�llties as defined in this section. (b) The indemaitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly"suffered, 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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection with the matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employees) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepareti, 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 these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. FMC.AVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if applicable,--Ey—submitting 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) 000ss 4 '•-v•' ,t; Y:. SAV f Jr IC: *K 1:KS 1]i_NA111 MrN7 R. H. 1:YClt �, • •.1. .SII OIvuTY.uu1tLlL..y AA-.Can11NM 1,.2:1•:Oi• •., t.11••: L.VlN�t�l\t�. C���l�/L C�)(J�l\��1 NOON Lls. cnuu111wn'r CII.Lf t 'Y runic Upaws UIMCTOR J. G YAYL.OIL 6111 IIOWI.AOMtt/1SINa71VN I.VIWINO OCtuTY•t l(WI► COIITI70:. ..a.13140ATCIi aZla GL,AuU:Lmnc OtruTV.1;JS1Mr-*.AMI-cMCC3 MALLTICAM CAL.10-OUN1A S3sa7 MAlih L.frritmIT TCL[MIOIIC 2'0-3000 . OCruiv.INAM-ro IIATM44 Juno 25, 1975 . Gontlowe n: The following shall be considered as ADDR.01M HUMMER 1 to the Special Provisions for Landscape I:aintenanco in County areas and Counts Service Areas: Item 1, SPTCIPICATZO:TS Section A. Paragraph 3 1�1�i.r:i' .: •i'u.Mnish the County «iith" ADD: nfurnish the Contra Costa Cou,t1 Public Works Department ulth" ' Itera 2. SPECIFICATIO; (cont t.j Acknowledgment of this Addendum will be required prior to the opening of bids. Please countersign in tho space providod-bolow.- hereby aclmowledges Addendum $IDll1S}i Number 1 of the Special Provisions for Landscape Maintenance in County areas and County Service Areas. gnattire Date Very truly yours, . VI CTO R 11. SAUER - PUMIC 'WOMS DIRECTOR Sy h.char R. Alar la Grounds Maintenance Superintendent CUNTRA -COSTA COUNTY PUBLIC 1108 KS .PARTHENT Martinez, California County Service Area M-11 Orinda Landscape Maintenance June 19, 1975 REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Orinda County Service Area 14-11 DESCRIPTION OF WORK: Maintain landscaping. Work is to be done in accordance with Specifications enclosed herewith, Proposals are to be delivered to: VICTOR W. SAVER, PUBLIC WOIMS DIRECTOR ' ROOM 115, COURTHOUSE . MARTINEZ, CALIFORNIA 94553 ATTENTION: BUILDI 1IGS AND GROUNDS _ before 4:00 p.m. on June 26, 1975• Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to-reject any or all bids for cause, to request new proposals, or to cancel the project. _ Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the area defaulted by the Contractor. ATTACH1JENTS: Proposal Special Provisions Plan_ P-1 CONTRA COSTA COL: .Y PUBLIC WORKS DEPARTMENT ROOM 115, COURTHOUSE MARTINEZ, CALIFORNIA 94553 County Service Area M-11 • Orinda Landscape Maintenance June 19, 1975 P R O P O S A L County Service Area M-11 Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equipment and material required, and to do the work necessary to perform the work as described in the REQUEST FOR BID in accordance with Plans and Specifications therefor for the following Jump sum prices: 1. Park Landscape Maintenance Northwest corner Brookwood Road and Camino Pablo as shown on attached drawings. $ 2. Road Landscape Maintenance $ Total annual cost for the above area: Dollars $ And, further, the undersigned agrees to enter into contract with the County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature Title Address California Contractor's (Signature to be notarized) License No. P-2 000m: County _.rvlce:AreaeM-ll. Orinda ; Landscape Malntenance' 19 - 6 T5 7 SPECIAL PROVISIONS : . FOR COUNTY SERVICE AREA M-11 ORINDA ;. LANDSCAPE MAINTENANCE IN CONTRA COSTA COUNTY r z * F 1. 1 VICTOR W. SAUER, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS;DEPARTMENT ' MARTINEZ, CALIFORNIA June 19, 1975 s c o0, a a ZIAIi:t::UMICE OV 14-41IM-2) ARM:; A. SCOPES OF SERVIC; _ Tho C.ontrHctor aUall furnish all labor, materials and equiument roquIrad to satisfactorily porferm the landscope maintcuanee required by the Csur-ty iu the streets or ss-aas as dosiGnatcd in - l:he attached plans anti theuo special provisions. Maintenance of tho various areas shall includo, but not be limited to, weed removal, spading, plotting or loosening of the soil, fertilising, t:atering, removal and dinposal at a commorcial garbage disposal site of debris, Barash and detritus collected. Whore sprinkler systems end water spigots are installed end'avail- able, the County will furnish the water at no expense to the Contractor. In all ocher areas to be maintained, the Concractor shall furnish the wator as included in the contract price bid. During the rainy nor-son tftere automtic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cyclo once a week: for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the .following: time setting, time of watering, day(s) of catering, and crate of such change. This frill keep the irrigction system clean and valves from sticking. The controller shall be net to operate in the morning before the heavy commuter traffic. ' During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. - B. INSPECTION . The County will irspect each area. In the event •the inspection report motes failure to satisfactorily maintain the area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the currant month's billing. Each subsequent re-inspection will result in a similar charge in the saw•a amount until the area has been satis- factorily re-worked and brought up to standard•in the sole opinion of the County. If the Contractor fails to re-work within ceren calendar days, the County will accompliah the necessary work, either with its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty Dollars (*50.00) will be deductad from the current monthis billing. Continued failure to perform- will result in termination of the contract in accordance with Paragraph 2, Section F of this document.. -1- 0"0 • C. Yip).:i':=:.is • • •. a .ka 0:� a monthly bti.:i�, l:lio Contr ic••or will Put .halt th.. Public Wqt.... Director with iin invoice for uor•I: don* durin;, tko I:re:viou w4ttt.11, givini; did-as nud mor i--e aroma n:rats and trumbor. Pnytmont shall !rj mado on rocalpt o,' nsit l iuvoieca Lit the couLrrset Lucip Suat price dividod by 20. Dutivi, tho uinal.-U mouths (I oveabor 'through February), tho nnourit or 1/20 of the cortrnct Lump Sum price will be paid. Iii the mouths Harch t-hroulh October (growing soetson), the amount of 2/20 of Wia contract Lump Sura price: will be paid. Invoices aiv to tea diracted to: Contrn Costu Coonty Public Forks Department Sixth Moor - Administration Building Martinez, California 94553 Attention: Accounting Division D. I1ISU211dicls Prior to performing any work under this contract, the Contra6ter shall furnish to tiro Public i:ork3 Director, evidence that he carries the folloidnS insurance coverage: 1, Contractor's Public Liability Insurance providing for a limit of not less than Two Hundred Fifty Thoucsnd Dollars ($250,000) for all damages arising out of bodily injuries to or death of any one person, and a total limit of not less thaft Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death 'of two or more persons in any one accident or occurrence.. 2. Contractor's Property Damage Liability Insurance 1rovidin for a limit of not lean than Fifty Thousand Dollars $50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence. X. CASK BOND . The successful bidder will be required to furnish tha County a Faithful' Performance Cash Bond equal in amount to Ten Percent (10%) of the contract Lump Sum price. Said bond shall be in cash,; certi- fied check or cashier's check and mailed to: • Contra Costa County Public :forks Department Sixth Floor - Administration Building Martinez, California 94553 Attention: Accounting Division _ 'F. TEWI OF SERVICE • The term of the contract will be from July 1, 1975 to June 30, 1976. The County may cancel the contract or any portion thereof, for cause, at any time during the term of service, and such cancellations shall be effective upon the mailing of written notice: to the Contractor's last known address. -2.. • 001W The ConLretctor• ::hld.] farniah to the Public !ku•w:t Diroctor within is cant•;•:: a trr arvi-o-V 1 of Lhe con6rncL by tb:: uoard of Supervirur n work achodul t: :-1tc:sinjr. •ti-e propo.4ted dates nud Liat•ts of wort.: rar the 3 octttJ ou zhoa:ra ota the l:n oponal. The Cont:r:scLor may chnnyc the c obta-dttlo o!` t:•sa•i, by aub:�itting a revised work -sctr3dulc: ::t lc ast 10 days prlar to the data uhan the rovi:ad schodulo is planned Lo. . bccoloo t+ffoctive. G. LAIM-SCUS i4AIi:it:.:ANMII: DC-MILS 1. UE-MOR E hail) DISSASS CORrHOL All patenting and rock surface areas shall be kept weed free. • A program for control of weeds, insects, and disease shall be developed by the Contractor and submittod .with supporting manufacturers t data for written approval by the Public tforks Director before the start of the maintename poriod. Such program will be adhered to unless written approval to change said pr ogra:a is granted-by the Public Vorks Director: Application of weed, insect, and disease control ebemfcals shall be within the season(s) best suited to the insects, diseases, and vegetation in question. Any new or existing plants or soil which in the opinion of the Public Works Diroetor have been damaged-by applying control chemicals shall be replaced by the Contractor' at his expense. ' Wood oils and granular or pslleted weed control chemicals will . not be allotted. 2. ST:MI NG AND GUYING Trees or shrubs susceptible to wind damage shall' be kept- adequately staked or Guyed. Ties shall be loosened periodically- to prevent girdling. . . Where the supporting stakes have been broken,. or where 'a replacement tree is planted, the slakes shall be of wood of uniform size, reasonably free of knots, and capable of standing, in the ground at least two years, and they shall be 2n Y, 211 square and not less than 101 in length. See attached Tree Planting Detail for i6plscement planting. :3. IRRIGATION All planted areas shall be waterod as necessary to promote normal growth and insure the health of the vegetation therein. 4- REPAIRS TO E EISTIRG FACILITIES All portions of e_xisL•ing structures or facilities including irrigation systems, which are dama,ed or altered in any way • during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. ' '3 001nal G. LANDSCItPE P.dINr;• IIIA ICS D _%ILS (con' t.) 5. PERiILI:.SR . Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Spocifications of the State of California, shall be a complete fertilizer, part of the elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Mai. Nitrogen 10 20i$ Phosphoric Acid W- Water Soluble Potash 1} V9 and shall be applied at such a rate as to insure one pound of actual nitrogen. per 1,000 square feet per application. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00$ ' Phosphoric Acid 10.00; Water Soluble Potash 5.0O3� Combined Sulfur .1 6b Iron and shall be applied at the following rate: Three tablets per tree inserted equally spaced, two feet 'deep at the end of March' 1976. - Fertilizer shall be applied to turf'areas five (5) times during the growing season between March and October (i.e., every six weeks). Fertilizer shall be applied to all other planting areas three (3) times during the growing season between March and October (i.e., every nine weeks). Where annnsl bulbs have been planted, commercial bone 'meal shall be incorporated into- the soil during October.- All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. 6. PRUNING AND MWING All trees and shrubs shall be kept pruned for health; shape, prevention of wind damage, and public safety. Turf shall be maintained at a height of 1-1/2n to 2-1/2" at all times. Nypericum calcinum shall be mowed once a year in the spring or in dormant season, to a height of three (3) fades. 00104 C. LAIIDSCAPL I11I1i_ :AANCE DETAILS (const.) 7. LITTER CONTROL All areas shall be kept litter-free. Litter pick-up shall be done at two-geek intervals or less as required to mnintain presentable appearance as determined by the Public Works Director. 8. PLANT REFLAC&4r.1,TT The Contractor shall replace all vegetation lost through lack of care as described in Items 1 through 7. Unusual occurrences or those beyond the control of the Contractor may, be excepted from this provision by the Public Works Director ! provided he is advised promptly by the Contractor. H. LOCATI0N OF WORK County Service Area M-11 1. Park Landscape Maintenance , Northwest corner Brookwood Road and Camino Pablo as shown on attached drawings. 2. Road Landscape Maintenance a. Triangle island in intersection at- Camino Sobrante and Orinda Way. b. Along County side of freeway fence on westerly side of Bryant Way. c. Circular island at the int ersection of Bryant Way and - Moraga Way. - d. Triangle island in intersection of Bryant Way and Davis Road. e. Trees on both sides of Brookwood Road between Camino Pablo and Moraga Way and on northerly side of Camino Pablo between Brookwood Road and Moraga Way. ; f. Trees on southerly side of Orinda Way just westerly from Avenida de Orinda and on the westerly side of Avenida de Orinda just southerly of Orinda Way. g. Trees and planted area along Pacific Gas and Electric fence on northerly side of Camino .Pablo on westerly side of Brookwood Road, but does NOT include landscaping on northwest corner of Brookwood Road and Camino Pablo. h. Trees and shrubs in tubs (approximately 60 in number) throughout Orinda business area, including those along Orinda Way, Moraga Way and Bryant Way, at the south side of the corner of Camino Pablo and Camino Sobrante, and at the southwest corner of Orinda Way and Santa Maria Way. .i -s- 00105 5= �j 1 THE BOND OF Sk;P J1SOitS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Reconstruction of Portions of ) August 19, 1975 Port Chicago Highway and Pacifica ) Avenue, West Pittsburg Area, ) Project No. 3181-2250-75. ) Bidder Total Amount Bond Amounts Oliver de Silva, Inc. $105,516.00 Labs & Mats. 52:773` 22991 Clawiter Road Faith. Perf. 105 ,546 Hayward, California 94%5 Gallagher and Burk,. Inc., Oakland Syar Industries, Inc., Vallejo Martin Brothers, Inc., Concord Eugene G. Alves Construction Company, Inc., Pittsburg McGuire and Hester, Oakland Bay Cities Paving and Grading, Inc., Richmond The above-captioned project and the specifications thereforbeing approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign the contract for this Board. IT IS FURORD&RRED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSED by the Board on August 19, 1975 • CERTIFIED COPY I certify that this is a full, true & correct copy 0f the original docutneut which is on rite in my office, and that It was paned & adopted by the Board of Superrbors of Contra Costa County, California, on the date shown_ATTEST: J. It. OLSSO1. County Clerk&ezofflcio Clerk of Bald Board of Supervisors, cc: Public Works Director Deputy Clerk. County Counsel August 19, 1975 County Auditor Contractor Form 9.1 00106 Rev. 6-75 r IN =H3 BOARD OF 0"UPER v ISGRS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract for Construction of Fuel Tanks, m_aust Igo 1975 Richmond Corporation ?ard, Richmond (Building Maintenance F'1673)i • 1 Bidder Total Amount Bond Amounts Rhodes Petroleum Equipment Co. S230867 Labor & Mats. 411,933.50 677 Kings Row Faith. Perf. 23,867.00 San Jose, California 95112 Fletcher, Eagan & Paradiso, Oakland L. G. Bremier, Inc., Greenbrae MPH, Inc. , Santa Rosa Frank Hunter, San Jose The above-captioned project and the specifications therefor being approved, bids being duly invited and received, the Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; - IT IS ORDERID that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that said contractor shall present two good and sufficient surety bonds as indicated above; and that the Public Works Department shall prepare the. contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it together with bonds as noted above and any required certificates of insurance, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized . to sign the contract for this Board. IT IS FURORDERED that, upon signature of the contract by the Public Works Director, the bonds posted by the other bidders are to be exonerated and any checks submitted for security shall be returned. PASSE) by the Board on A=at 14. 1975 . amnm copy I certify that this Is a full. true & correct copy of the original docutnpnt which is on file in my office. and that it was twsaed & adopted by the Board of Supervisors of Contra Costa County. California, on _ the date shown.ATTEST: J. It. 0ISSO`. County Clark&ex-officio Clerk of said Board of SuDervhsors. cc: Public Works Director by DePM Cierk` County Counsel =Aux 7 1975 County Auditor Contractor Form 9.1 00107 Rev. 6-75 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT August 19 , 1975 In the Matter of Approving ) and Authorizing Payment for ) Property Acquisition ) IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract are APPROVED and Mr. Vernon L. Cline, Chief Deputy Public Works Director, is AUTHORIZED to execute said contract on behRlf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Harper Lane J. R. Bridges, August 11, 1975 J. R: Bridges, $36 Danville Area et ux et ux Work Order 8517 The County Auditor-Controller is AUTHORIZED to draw warrant in the amount specified to be delivered to the County Supervising Real Property Agent. contract The County Clerk is DIRECTED to accept AsmA from above-named grantor for the County of Contra Costa. The foregoing order was passed August 19, 1975 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 19th day of August 19 75. cc: Public Works Director J. R. OLSSON, CLERK County Auditor-Controller County Administrator By D. Harkness Deputy Clerk Form ,#20.4 75-2-200 001U0 w a� In the* Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT Aueust 19 ' 19 In the Matter of Consulting Services Agreement for Stabilizing Banks of San. Leandro Creek, Moraga Area, Work Order 8239. IT IS BY THE BOARD ORD3IM that the Chairman is AUTHORIZED to execute an agreement with Riffe, Peters and Jones, 3264 Buskirk Avenue, Pleasant Hill, - California 94523 for consulting,`services in connection with the proposed stabilization of the banks of portions of Upper San Leandro Creek, Moraga area, at a cost not to exceed $3,500. PASSED by the Board on August 19, 1975. 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: Riffe, Peters and Jones Witness my hand and the Seal of the Board of - Public 'forks Director supervisom County Auditor—Controller affixedthis lath day ofaugust . 19 75 J. R. OLSSON, Clerk By McAd Deputy Clerk Helen C. I-Sarshall 00109 H 24 8/75 10M I � 1 y CONSULTING SERVICES AGREEMENT i . Variables. These variables are incorporated below by reference: (a) Consultant's Name d Address: Biffe, Peters and Jones 3264 Buskirk Avenue, Pleasant Hill, Ca. 94553 (b) Effective Dater r (c) Project Name, Number, b Location: Dos Encinas Creek. Stabilization Project. North and South Branch San Leandro Creek upstream of El Camino MoraAa, (d) Payment Limit: Not to exceed $3,500.00 I2. Sirnatures. ?hese signatures attest the parties' agreement hereto: ;CONTRA COSTA COUNTY YL= CbNTRO ANO WATER CONS ATI I STR CT a CONSULTANT Presiife BY it (Designate official capacity insbusiness") Chairman, Board of Supervisors Ex-officio Board of Supervisors of Contra Costa County Flood Control and Wafter Conservation District. J. R. Olssoa ATTEST: County Clerk State of California) ss and ex-officio Clerk of the Board Contra Costa County) .ACKNOPILEDWENT " and of the District The person(s) signing above for'Consul tant known to me in those individual and- Byf .J , Deputy business capacities, personal l y, appeared;= before me,today and acknowledged: that"he/ Recommerded_by Victor W. Sauer, they signed it and that the corporation or Ex-offi io Chief Engineer, partnership named above executed it Contra-osta County FI OontroI t' "f =.< and ter Conserves Istrict -�. .f:.�tp,r `~ F!1. t. �.- r. a� By �. ��' Deputy ",- a CC�°`tom f 3 :3„"�k •; Form approved: John B. Clausen, Date: j. h i ' '•' «yCn:"n..w'On E County Counsel gY0� Deputy Notar Pub! is ff Y 3. Parties. Effective on the above date, Contra Costa CDunty Flood "Control and. . ; ; Water Conservation District (hereinafter called District) and tho.above-nam6d_'Consu tant mutually agree and promise as follows: Vit. Employment., District hereby employs Consultant, and Consultant accepts such employment to perform the professional services described herein, upon the terms. and in consideration of the payments stated herein. 5. - Scooe of Service. Scope of service shall be as described in Appendix A attached hereto. G. Insurance. The Consultant shall , at no expense to the Distr. ict,; furnesh: ce.tc"fi'- cates or other evidence acceptable to the District of la) public liability insurance' of at least S250,000 for all damages arising out of bodily 'in,�uries or death Tolany. one person and at least 5500,000 for two or more persons in one accident or. occurrence, and (b) property damage liability insurance providing for a Limit ct not tess, than $53,000. Thirty days' notice of policy lapse or cancellation is required. 7. Payment. The District shall pay Consultant for professional services per,formed at the rates shown in Appendix 3 atfachad hereto, which include al overhead and,.irici dentai exgenses for Which no additional cx:pensaticn shall be at lowed. In no.event, shall the total amount paid to :he Cot.su!tanl exceed tate payment t imit'specified'.in Sec. 1(d) without prior written approv::l cf tAe District's ex-officio Chief Engineer. Cersuitant's sTatement of charge. s�aii at con:6nier.: interva!s. P�f I;; +i1t bs mzde wirhin thirty (30) days ai::r receipt of •.:ach statement. -t- icro wt#r�.=fia� or er` * ,a J x g. Termination. At its option, District r. y terminate this agreement at-any 'time by i►ritten notice to the Consultant, whether or not the Consultant is: in default Consultant agrees to turn over to Qistr-icfi everyfining pertain : r ' upon such fierminafiion, ;ng to the work possessed by him or under�eeafteris rbecaminc3due�onraccounfiof services without duplication, all~amounts due o rendered -to the date of termination. r 9. Status. The Consultant is an independent contractor, and is not, to be The an employee of fihe District. z = U Attachments Appendix A Appendix B r' - 7113 -2- .001 At AP *�i r. r_► -2- APPENDIX "A" 1. Field locate the areas of the creeks where bank failure has occurred and where it appears that there is imminent danger of failure. Determine the limits of each site (area) and its ' approximate location. 2. Recommend the type of remedial work for each site. 3. Prepare a cost estimate for each site and for the entire, project. The cost estimate shall not include any costs for acquisition of construction access. The limits of 'the project are as follows.- a) North Branch San Leandro Creek - £l Camino.Horage to 14001 upstream b) South Branch San Leandro Creek - E1 Camino Horaga to 1200' upstream - 001 i RIFFE, PETERS and JUKES 14420E CO W&,.».»ro«t. E[*OOD G.JONES 't-Co."*i..t►suwvNo• Ctvlt ENGINEERING . SUr#V:1f:UG JOHN S.PETERS qfw}1p.D tww t.W4H. APPENDIX .tgtt _ HOURLY RATES FOR OFFICE AND FIELD ENGINEERING EFFECTIVE JULY 1. 1975 Principal S 36.00 Design Engineer-Placnmer Land Surveyor 32.00 Engineering Draftsman Computor 25.00 Senior Dra€tsaan 21.00 Draftsman 17.50 Field Supervisor 30.00 2-Man Survey Party 52.00 3-Man Survey Party 75.00 Blue Prints .15/sq. ft. plus postage A or delivery charges ,311�7'$GiSr'OPP, AvEjvUE — �•. t:.5...t: f.— =_)-..: :tit5�?' r'-#.' .E .0 0��� 1'� h— ti w BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22358 of the ) TRAFFIC RESOLUTION NO. 213443PD CVC, declaring a Speeding zone on ) AUG 19 1y15 GRAN VALM ROAD (Rd. 331B)3 Date: Danville area (Supe. Dist. V - Danville ) The Contra Costa County Board of Supervisors RESOLVES THAT On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to California Vehicle Code Section 22358, this Board hereby determines that 35 miles per hour is more than is reasonable and safe on that portion of GRSEN VALLEY ROAD (Rd. #4331B), beginning at the intersection of Diablo Road and extending northerly to the intersection of Stone Valley Road, a street iithin the criteria of Section 22358, and this Board hereby finds that 30 miles per hour is an appropriate and reasonable and safe prima facie speed limit there, and hereby so determines and declares. Adopted by the Board on AUG 19 1975 cc .County Administrator Sheriff California Highway Patrol T-14 v. _0.01A,A BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22358 of the ) TRAFFIC RESOLUTION NO. 2140 - SPD CVC, declaring a Speeding zone on AUG 1 g 1975 ALHAMBRA VALLEY ROAD CRd. 11481), Date. Martinez area (Supv. Dist. It - Martinez ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic' Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012, the following traffic regulation is established (and other action taken as indicated) : Pursuant to California Vehlcle-Code Section 22358, this Board hereby determines that 45 miles per hour Is more than Is reasonable and safe on that portion of Alhambra Valley Road Gid.' 01481), beginning at the intersection of Reliez Valley and extending westerlya distance of one C1)-mIle, a street wlthIn the criteria of Section 22358, and this Board hereby finds that*40 miles per hour Is an appropriate and reasonable _ and safe-prima-facie speed limit there, and hereby so determines and declares. CTraffic resolution No. 979, pertaining to an existing 45 miles per hour speed limit on Alhambra Valley Road, Is hereby rescinded.) Adopted by the Board on AUG 14 1875 cc -County Administrator Sheriff California Highway Patrol T-14 ,00115 .illillillillillillimiMillillilillillimil� BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA Re: ) Pursuant to Section 22358 of the ) TRAFFIC RESOLUTION NO. 214I - SPD CVC, declaring a Speeding zone on ) AUG 19 1975 RELIEZ VALLEY ROAD CRd. 03551), Date: Martinez area (Supv. Dist. 11 - Martinez ) The Contra Costa County Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2.012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to California Vehicle Code Section 22358, this Board hereby determines that 45 miles per hour is more than is reasonable-and safe on that portion of RELIEZ VALLEY ROAD CRd. #3551), beginning at the Intersection of Alhambra Valley Read and extending southeasterly to the Intersection of Grayson Rd. a street within the criteria of Section 22358, and this Board hereby finds that 40 miles per hour Is an appropriate and reasonable and safe rp ima'facie speed limit there, and hereby so determines and declares. CTraffic Resolution No. 1258, pertaining to an existing 45 miles per hour speed limit on Reliez Valley Road, is hereby rescinded.) Adopted by the Board on AUG 19 1975 cc County Administrator Sheriff California Highway Patrol T-14 00116 In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 75 In the Matter of Agreements for Inspection Services, 2525 Stanwell Drive, Concord (Building Maintenance No. 14TT) IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute agreements effective August 12, 1975 with Messrs.- J M Nelson and Robert G. Grady for inspection services at county -leased building located at 2525 Stanwell Drive, Concord. PASSED by the Board on August 19, 1975• - 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 ec: J. M. Nelson Witness my hand and the Seal of the Board of Robert G. Grady Supervisors Public Works Director affixed this_1ath day of at ,R . _, 19 _Z5 County Auditor-Controller J. OLSSON, Clerk BY L�11� ,,Deputy Clerk.. H 21 5/74 -12.500 411'7 • CO!rLRACT Special En ifteerin5-Administrative Services Construction Supervision & Inspection 1. Special Conditions: These special conditions are incorporated below by refereece: a. Inspector's Dame & Address: Robert G. Grady. 64 Collins Driy ,,,. Pleasant Hill, California b. Effective Date: Autust 12, 1975 c. - Project's Name, Location, & Public EntitY:_Lease', Buiidin- - 2525 Stanwell Drive, Concord - County leased .buildin-g for Probation peat, d. Rate of Compensation:_ $11.35/hour 2. Signatures. Th signatures attest the parties' agreement hereto. COUI-a ^_ R r-^ COSTA " INSPECTOR ' :".moi:fi12n, 'ar3 of S Robert G. Grady -W JAN Oss QST: �F�. LS if, Co. Clerk ' d ex officio Merk of Board y: '-• f,�= • Deputy Recof t-nded 'f Approval: :. Ryaepu Pub 'c'tti' D' ctor 'Building sad_ , IIAJ�M < - 4 _ A. G.lb `LL , Co. Administrator J Form Approved: John B. Clausen ' IV�'a.M Cou ByWOO -Deputy 3. Parties. Effective on the above date, Contra Costa County (County- 0•.rner and the above-named Inspector mutually agree and promise as follows: 4: General Qualifications & Conditions. County hereby contracts with- Inspector, as one specially trained, experienced, and competent there- in, to perform the engineering and administrative services of a con- struction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as Clerk-of-tile-Works, in connection. with the above constructions project, which services are necessarily incident to the services performed for the County by architects and engineers in the design and construction supervision of construction projects. This agreement does not pre- clude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. ' 5. Tern. The duration of this contract is the duration of the said construction project, but either Darty may terminate it by giving 30 days advance written notice to the other. 6. G.-neral Du-ies & Instructions. The Inspector's construction supervision c 14 inspection ser;n c es include the following general duties and instructions: a. status Y Relationship tfith Count- : i Arrchiteent. His ].:'s.denendenu �- .L r► 6 1 the 1 nt ,: .� .7 -sin car:Lz a�ac�i AuL•io:l_l: p uit ; � . �CLt: , :.t...i2�.. , ti; ;L' �;:�{cr exists between t -ti s e o e,t l g t�t c e. a : i• Y � •♦ a. a. �V,l?:?elt Lh �• U..a.y a1K the �►1•C: 1:.: ..u•► ho Is --uhord-ii"ate. to the. 00118 r� Architect, because the Architect is responsible for the design of the project and for general supervision of its construction, pur- suant to the County-Architect agreement. b . Status & Relationship with Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job- but he shall conduct business only through the contractor's job superintendent, and -shall not assume the Contractor's duties; and he shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where County representatives give instructions to the Contractor's employees. c. County-Contractor Coordination. He shall effectively main- tain close coordination of Contractor's vrork and owner requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing functioning facility, which must be maintained as an operating unit during conduct of construction work; and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal County activities with the County and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all contract documents including specifications, draw- ings and addenda: and he shall supervise and check the adequacy and accuracy of required "as built'' drawings prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever work is being performed (even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the County, Contractor or Architect; and he shall mace direct personal observations of work being performed by the General Contractor and subcontractors) for certification to County-Owner that such work is being performed in a skillful manner and in _accordance with the requirements of the contract documents. f. Advice & Suggestions. He shall advise County on all con- struction matters, such as suggesting change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, and report them with recommendations to the Architect; and he shall review and make recommendations to the Contractor on all pay estimates. 7. Special Duties & Instructions . The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file .of, and be aware of the contents of, the local, State, Federal, NFBU, NEPA, etc. , codes, regulations, directives, requirements, etc. , which are pertinent to this project, and are provided by the County; and he shall maintain a complete file of all drawings, specifications, con- tracts, change orders, directives, etc. , which determine work to be done by the Contractor (see also 6-d, above) . b. Diary & Reaorts. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks: and he shall submit all reports deemed necessary by State and Federal agencies, Architect and County, which shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records. He shall maintain records of• materials and/or equipment delivered at the site, showing -manufacturers ' names, catalog, model serial number, style, type or other identifying infor- mation thereon, and noting whether they are in strict compliance with the plans ,-- shop dras3ngs and/or specifications, or are approved by the Architect. He shall certify to County that all materials used in construction are as specified in contract documents ; and, on com- nletion and/or installation of each applicable item, he shall collect -2- 00119 ------------------ and assemble relevant information (including guarantees, certificates, maintenance manuals, operating instructions, keying schedules, cata- log numbers, vendors' addresses and telephone contacts„ etc. , of materials and/or equipment as required) : and at the completion of the project, he shall deliver this information to the Architect for delivery to the County. 8. Pay for Services. & Reimbursement for Expenses. a. County shall pay Inspector for these services, at the above rate, for semi-monthly pay periods of the 1st through the 15th and the 16th through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month following the pay period if a demand billing is received by the County Public Works Department on the last County working day of the period. b. Mileage authorized by the Road Commissioner--Surveyor (Public Works Director) or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and changing costs. 9. Insurance Requirements. Before performing any work under this Contract, Inspector shall at his� own expense furnish -County with certificates or other acceptable evidence of his coverage by Public Liability Insurance, for all his acts in performing the duties required by this Contract, in amounts of at least $250„000 for all damages arising out of bodily injuries or death to any one person and $500,000 for two or more persons in one accident or occurrence, and Property Damage Liability insurance of at least $50,000, both of which shall name the Inspector and the County as insureds. 10. Enforcement and Interpretation of Contract. The County's agent for enforcing and interpreting trils Contract s all be the County's Road Commissioner-Surveyor (Public Works Director) or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjuste by mutu consent of the parties involved for good cause shown. GUM:me CC-61:200:7/71 ( S 1,2 rev. 2-75) 00120-011l CONTRACT Special EnIneerinr-Administrative Services Construction Supervision & Inspection 1. Special Conditions: These special conditions are incorporated below by reference: .a. Insvector's Name & Address: 1. M. NELSoj U05 Pachesa.lis ,yard, Marti:iez, californmia 94553 b. Effective Date• August 12 -1975 c. Project's game, Location, & Public Entity: Leased BuildLa" 2525 Stanwell Drive, Concord - Couat, Leased Buildiug, for use by Probatior d. Rate of Compensation: $12.60/hour 2. • Signatures. These signatures attest the parties ' agreement hereto. COliiJTY ? PQSTA IivSP T0. 01 Cha rrn+ar,'i Board of up. KELSO'U 'rVth Pf.41Boggess ATTEST: ' 3 . R. 0 01:,;� o. Clerk and exicio Clerk.'.o�'IBoard �2%�• G',,� /���_ Deputy Recatimended f6r"A'broval: �kl Ye. ' R. M. R , s?eputy u I orks Di r c r 7Buildin s a d A. G. ILL , o. Administrator Form Approved: John B. Clausen County Counsel By VICTOR J. WESTMAN Deputy 3. Parties. Effective on the above date, Contra Costa County (County- Owner)-and the above-named Inspector mutually agree and promise as follows: 4: General Qualifications & Conditions. County hereby contracts with, Inspector, as one specially trained, experienced, and competent there- in, to perform the engineering and administrative services of a con- struction supervisor and inspector, including those associated with the continuous construction supervision position commonly known as Clerk-of-the-Works, in connection with the above construction project. which services are Necessarily incident to the services performed for the County by architects and engineers in the design and construction supervision of construction projects. This agreement does not pre-- elude other employment of the Inspector if it does not interfere with the duties and hours of work required herein. 5. Term. The duration of this contract is the duration of the said construction project, but either party nay terminate it by giving 30 daAlTs advance written notice to the other. 6. General Duties a Instructions. The Inspector's construction superv3. io an' inspection services include tl-,e follo:.inS general duties and instructions: a. Stat_un & _Relaticnshir_:rirl: Pount-.� & Architect. His independent contractor relationshipwith �Count'I fars' , cls t !gat which exists between `v}1 Count; and the Architcet; Cut- he is sub-ordinate to the -1- UV121 .Architect , because the Architect is responsible for the design of the project and for general supervision of its construction, pur- suant to the County-Architect agreement. b. Status & Relationship with Contractor. He shall maintain a dignified but understanding relationship with the workmen on the job- but he shall conduct business only through the contractor's. job superintendent, and shall not assume the Contractor's duties ; and he shall not give instructions directly to the Contractor's employee(s) or subcontractor(s) ; and he shall immediately advise the Architect of any case where County representatives give instructions to the Contractor's employees . c. County-Contractor Coordination. He shall effectively mainir - tain close coordination of Contractor's Mork and owner requirements by frequent, regular conferences or other suitable means, especially where projects involve alterations or modifications of or additions to an existing functioning facility, which must be maintained as an operating unit during conduct of construction work, and therefore require special alertness to job conditions which may affect such continuing operations. He shall coordinate necessary interruptions of normal County activities with the County and General Contractor beforehand. d. Familiarity with Contract. He shall become thoroughly familiar with all contract documents including specifications , draw- ings and addenda: and he shall supervise and check the adequacy and accuracy of required "as built'' drar:ings prepared by the Contractor's employees (see also 7-a, below) . e. Personal Presence & Observation. He shall be personally present whenever i-ork is being performed (even on overtime, night, holiday or weekend basis when so directed) , and shall attend meetings called by the County, Contractor or Architect - and he shall rake direct personal observations of work being performed by the General Contractor and subcontractors) for certification -o County-Owner that such work is being performed in a skillful manner and in accordance with the requirements of the contract documents. f. Advice & Suggestions. He shall advise County on all con-- strurtion matters, such as suggesting; change orders or reviewing construction schedules; he shall evaluate suggestions or modifications which have been made to accommodate on-the-job problems, *and report them with recommendations to the Architect; and he shall review and make recommendations to the Contractor on -all pay estimates. 7. Special Duties & Instructions. The Inspector's duties specially concerning the progress of the work include the following: a. General Records & Files. He shall maintain a file of, and be aware of the contents of, the local, State, Federal, NFBli, NFPA, etc. , codes, regulations, directives, requirements, etc. , which arr pertinent to this project, and are provided by the County; and he shall maintain a complete file of all drawings, specifications, con- tracts, change orders, directives, etc. , which determine work to be done by the Contractor (see also 6-d; above) . b. Diary & Reports. He shall maintain a bound daily diary, noting therein job problems, conferences and remarks : and he shall submit all reports deemed necessary by State and Federal agencies, Architect and County, which shall be timely and in sufficient detail to satisfy the purpose of the report. c. Material Records. he shall maintain records of materials and/or equipment delivered at the site, shoring manufacturers' names, catalog, n?odel serial number, style; type or other identifying infor- mation thereon, and not whether they are in strict co;�pllance with the plans ,' shop drawings and/or specifications, or are approved by the Architect. He shall certl;y to County that all materials used in construction are as s_�ecified in contract doct::�ents I and , on coM- nletior_ and/or installation of each applicable item, he shall collect -2- 00122 and assemble relevant information (including; guarantees, certificates., maintenance manuals, operatin4 instructions, keying schedules, cata- log numbers, vendors ' addresses and telephone contacts, etc., of materials and/or equipment as required) : and at the completion of the project, he shall deliver this information to the Architect for delivery to the County. 8. Pay for Services & Reimbursement for Expenses. . a. County shall pay Inspector for these services, at the above rate, for semi--rwonthly pay periods of the 1st through the 15th and the 16th through the last day of the month. Payment will be rude on the 10th of the month or on the 25th of the month following the pay period if a demand billing is received by the County Public V-orks Department on the last County working day of the period. b. Mileage authorized by the Road Commissioner-Surveyor (Public Works Director) or his deputy shall be reimbursed at a rate to be mutually agreed upon from time to time reflecting actual and. changing costs. 9. Insurance Requirements. Before performing any work under this Contract, Inspector sh at his own expense furnish 'County with certificates or other acceptable evidence of his coverage by Public Liability Insurance, for all his acts in performing the duties required by this Contract, in amounts of at least $250,000 for all damages arising out of bodily injuries or death to any one person and $500,000 for two or more persons in one accident or occurrence, and Property Damage Liability Insurance of at least $50,000, both of which shall name the Inspector and the County as insureds. 10. Enforcement and Interpretation of Contract. The County's agent for enforcing and interpreting tHis Contract —shall be the County's Road Commissioner-Surveyor (Public Works Director) or a deputy. 11. Adjustment of Compensation. The rate of compensation may be adjusted by mutual consent of the parties involved for good cause shown. GW14:me CC-61:200:7/71 ( 1,2 rev. 2-75) -3-- 00123 In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 -M In the Matter of Action Against Bond, Minor Subdivision 140-70, Pacheco Area. The Public Works Director having reported that the agree- ment for Minor Subdivision 140-70, Pacheco area, expired July 1, 1973; that the developer was notified by a letter dated March 24, 1975 to complete the work as required by the Frontage Improvement/ Road Improvement Agreement; and that no further work has been accomplished since issuance of the notification; and The Public Works Director having recommended that the Board authorize his department to perform corrective work by contract or purchase order, and authorize County Counsel to recover any cost from the developer and/or United Pacific Insur- ance Company, the bonding company which issued Surety Bond No. U-74 84 38 in the amount of $4,200; and The Public Works Director having further reported that the total cost of corrective work is presently estimated to be $4,000 plus the cost of preparing plans, specifications, solicita- tion of bids, and any cost involved in recovering monies from the surety; IT IS BY THE BOARD ORDERED that the recommendations of the Public Works Director are APPROVED. PASSED by the Board on August 19, 1975. 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 Wftess my hand and the Seal of the Board of County Counsel Supervisors affixed this___jgthday of_Au u&t 19 7ti J. R. OLSSON, Clerk By !46ull L 'filt4 , Deputy Clerk Helen C. Marshall H 24 8/75 10M 00124 r in the 'Board of Supervisors of Contra Costa County, State of California Au,Qus t 19 19 In the Matter of Bid Rejection, Robsrt QuatYnan, Inc. , Work Order 4903- The -903.The Public storks Director reported this day that bids submitted by Robert Quatman, Inc., for maintenance of median land— scaping for the following projects, were found to be incomplete: Project Amount . 1 . Treat Boulevard from Buskirk $3,632 to Bancroft Road, Walnut Creek area 2. Pacheco Boulevard from Vine Hi,11 $32592 Road to Second Avenue, Pacheco area IT IS BY THE BOARD ORDMED that the aforesaid bids are. REJECTED as recommended by the Public Works Director. PASSED by the Board on August 19, 1975• 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. Robert ggu�at:nan, Inc. Witness my hand and the Seal of the Board of cc: Public j5iorks Director County Counsel supervisors affixed this '!9th day of AuQus t 79 75 J4 . R.-OLSSON, Clerk BY Deputy Clerk N sa 12n4 _�isM 0Constance J. Davies 00125 ].lei tl6: BOkRD Or SIir'WV1SORS OF COZJTR#1 COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Maintsnance of Median Land- ) August 19, 1975 scaping, Treat Boulevard, ) Walnut Creek Area, ) Work Order 4903. ) Bidder Total Amount Contra Costa Landscaping, Inc. P3,632 1555 Dutra Road Martinez, California 94553 M. H. Hansen Construction, Lafayetts The above-captioned project and the specifications therefor . being approved, bids being duly invited and received by the Public Works Director; and The Public 11orks Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding, the bid of Robert Quatman Inc., having been rejected inasmach as it was not complete; IT IS ORDERED that the contract for the furnishing of labor and mterials 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 that, after the contractor has signed the contract and returned it with any reouired certificates of insur- ance, 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 August 19. 1975 CERTIFIED COPY I vertify that this is a full. true & correct copy of the original clocuutent which Is on file to my office. cc; Public Works Director and than it uaj passed & adopted by the Hoard of County Counsel s'siersisor., of Coutra Co.ta County. Caitsornia. on the date sitown. ATT[—',T: J. R. of SSOS. County County Auditor-Controller rlerk es-ofneto Cletl:of Bald Board of Supervisors. Contractor by Wputy CletL AU U 19 1975 0012 COIrrRACT ( 2SAIHi�i i AGH Mr (Contra costa County Standard corm) 1. :3i'&CI.:L .a:aia. These special terms are incorporated below by reference. (552,3) Parties: [Public Agency) Contra Coate Coont,P • [Contractor] 105 DatM Res WCUMMs CA. 94553 (Complete-leejal nage W) effective date: My 1, 1975 [See 54 for starting date.) (S3) P1 M k• Iiintain �a ialasA 3arAmoapl� in 'treat BoOlqwai�d trai ds�st ATSMS to BMMMtt Roads all in acco�dadoi sift the Paws Dratiigps and Specification prrpamd by or for the Public Yozft Divactor, inalnding Addala km No. 1, and in aecordeme with the aanptad Bid Proposal. (Sd) Corpletion :'ice: [strike out (a) or (b) and "calendar' or "working") (a) By [date] Jam 3os m6 : unlaw cao Aced earmar by Contra QM" Count. (55) Liquidated oanages: S NOW per calendar day. (SW Public Agency's Agent: Public WO*a DizoOtor (57) Contract Pri e: S 3s632'� ( e is ) :' SI t;.7d'1'Utte:i � ACx:lOIlLiUC:'�' - Public Agency, by: (President, Chairman•Or Other aDesignated Representative) , Chief Dapnt,P Yorks Dirac( Contractor, hereby also acknowledging awareness of and compliance With,. Labor lode 51^061 conpIrning Workmen's Compensation Law. By: [cprsDORATt jUb-signate pffidiallac ty in the business By: . - Designate official capacity in tete usiness dote to Contractor M .:xacute acknouleZgrrcnt fora below, and (2) if a corpora- tion, affix Corporate Coal. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of Cal•fornia n ) ACZJVWLCDC:XJT (by Corporation, County of ti.L ll ) ss. Partnership, or Individual) The person(s) signing above for Contractor, known to me in individual and business capacity as stated, personally appeared before me today and acknowledged that he/they =Ccuted jjWQ Un+VlllVUMWMtsrpasas.annummWrtnershiu na—d above executed it. _ OFFICLIL SEAL uated: BILLYE I TURK 4 /�/.5' C&LOoRNI =-- ]j ', COUNTY OF CONTitA COSTA [I:O'�1�����-��,/ uI Com�niuiv�E■�sa►el�c.ry L'.191! ._". ��l L f�.�I i� �iE- '. /(,t�i�✓ 1�+ u:uln�w�uulauuwu�unur.�w+atua�s Notary P■+.3t/IIC 7 //_` FOM APPROVED: J. H. CLAUSL-;, County Counsel, IsY�YJr Z.0 - - - - Deputy (Page 1 of 4) (CC-1; Rcv, 12-73) 00127 • t n ♦ F. 3. niUM COMMACT, Clidll(ES. (a) By their signatures in Section 2, effective on the above date, these parties promise and asrea as s.:t forth in this contract, incorporating. by. r these references the naterial ('special- terms'3 -in,sac 1. (b) Contractor shall, at his C,wn ?: cost and e«peuse, and in a worl:L--dike maunez,-'fiill_v. and faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient and proper in order fairly to performs the reAluiremnts of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) ilne work cap<- .chengecI oDly.pitln Public Agency's prior written order specifying such change and its cost agreed to by the parties; and the Public Agency shall nevem have to pay mora:fhaik specified in Sec:•'7 without such an order_ 4. TIRE: lbikk TO PROCEED. Contractor shall start this work as directed in the speci ications or the Notice to Proceeu; and shall complete it as specified in Sec.: 1. S. LIQUIDATED DAMAGES. If tile�Contractorr fails to complete this: contract and this.work ,._.,within_tile time axed,tl;erefor, .allowancc,.being made for contingencies as.provided herein, )iu i;ecoocs'li.zulc; a t ie PubU`c. +gen .fol; all its lo3.s ,4ad.:damage.therefrom; and:because, £r2im`�th, .nature`of t`��"ca'Ccij 3t'is an will,bii: '" ractica&Td and extremely difficult to ascertain=amid 'f .c tfic $in'alc Agcucy's actual`i3arnae`froii many'_delay"-fh performance. hereof, It 3.^.`agread -- hat:'Cciatra'ctor_u:i2Z pry.a:=licluiaated#da ges for tlustPublic Agency. the reasonable sum specified in Sec. 1, the result of the partiest;xeasonable._endeavor to estivate fair average compensation therefor, for each calendar clay's delay in finishinq said cork; and if the same be not paid, Public Agency may, in addition to its other _remedies.,, deduct th£1 frons any mongy..eue or to become due Contractor under this. con -tract: 'Zf the P�bIYc nicy for`ad:t-ciAsc'authorizes or contributes to a delay, suspen- siofY of tidrt::=7Urtension of tire, its duration shall be added to the time allowed, for completion;�►iiL-i��shall=riot'be deemed a �raivei-nor-be-usccf to defeat any right,of the7. Agency to damages for non-co=pletion or delay hereunder. Pursuant to Government Code Sec 4215, the Contractor shall not be dii- sad liquidated damages for delay in completion of " the vorl:, when suca:;;�cl ay •}rates..cans -A' by the failure of the Public Agency or the owner of; a utility to.provide for removal or relocation of existing utility facilities. - 6s• Ztii>(�'I:nR'l:ii=i)OCUidl:uY'S. :he plans, drauings and specifications or special provisions a e.:Dub '.Agency ;""all=fbi'•bids', and Contractor''a-a&baed bid for this work are hereby incorpokatba Tato-tib i mntraci ana they`are inten ed to co-operate, so that any- timing =hibited in the plans or drawings and not =--ntioned in the specifications or. special provisions, or vice versa, is to be e::ecuted as if a hibitcut, mentioned and set fortis in+ bot:n, to the true intent and :,-7ng thereof alien taken all together; and dit fen;ences of opinion concerning.there shall be final l;y %eterrai nevi by Public Agency'si A.&qy%_At lip cified in Sege:. 1. �s~ . . . C e -� 7. 'PAYAiMT. --(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 ttie•su:•xspecified in Sec. 1, except that in unit price contracts the payment shall be for ' fiiiished cruantitics at unit bid prices. (31 � Un or about the first uav of each calendar mouth the Contractor shall submit tozvnn ,.. tine �enblic .:y_enncy a ve mrified application. for pent, supported by a statement showing 1. ;all aterials actually installed during the preceding zont:n, the labor expended thereon, and the cost thereof; waereupon, after checking, the Public Agency shall issue to Contractor a certificate for the auouut determined to be due, minus 10% thereof pursuant to %;overnuentt Code Sec. 53067, but not until d.:fective wort: and materials have been re:aoveu, replaced and rade good. u. PAYIITI S WITHHELD. (a) :lhc Public Agencl or its agent may withhold any- payment, or. because of laterUs—covered evidence nullify all or any certificate for payment, to ch. e:ctent and period of time only as may be necessary to protect the Public Agency from loss because of: (1) Defective wort: not reuedied, or unnWnapletcd work, or (.) Llains filed or reasonable evidence indicating probable filing, or (3) Failure to properly pay subcontractors or for. paterial or labor, or (4) !`.easonaLle doubt that the cork can LQ coupicted for the balance then unpaid, or (5) Damage to another contractor, or (6) Damage to the Public Agency, other titan damage due to delays. . (b) The Public Agency shall use reasonable Ciligence to discover and report to the Contractor, as the wort: progresses, the uaterials and labor which are not satisfactory, to it, so as to avoid unnecessary trouble or cost to t:he Contractor in making good any defective wort: or parts. (c) 35 calendar days after the PuLlic .%gency files its notice of cm Ie tion-of; the'-entire: (Page 2 of 4) oO . wark, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective or missing work or of Late-recorded notices of liens or claims against Contractor. 9. INSURANCL. (Labor Code §51860-61) On signing this contract, Contractor Aust give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Lau. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILUMU TO PLRFORH. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LIMS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.. 1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 6 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code $54100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for Imliday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such wort: is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall ir--nediately notify the Public Agency which shall promptly determine the prevailing wage rate Gierefor and furnish the Contractor with the minimwa 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. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day s work, and no work an employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPIWITICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding} discrimination. (Page 3 of 4) (CC-1; Rev. 12-73) 00 1 Nal 17. PItLFL1W.aCL FOR HATLRIALS. The Public Agency desires to promote the industries and econowy of Contra Costa County, and tite Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGNIMIT. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGMICY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS s INUEUEZITY. (a) Contractor promises to and shall hold harmless and indemnify from aabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly'suffered, 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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection with�the 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: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, 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. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if applicable, by 'submitting 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) , 00130 •�ye,r<.yiry -vtc _it W. :Aul n rtlDLtc wOt.a or.Ynr;p•-nrr - '` a. .. ,,ecu Punt%C Wk."Ito ally dolt .j a` /�•] Wit ..��- •yD OrtM•M00' V LIMON L. CUNT CON'�-�1 COSTA 1 C`rJ`1 N' � R - woOM •1. CoJL►lie MCF Ltv -v 1,Ur-Ur \YWCK=i DlUrCTOR - .L - - 1. S- 1'.tLoa • _ -.TN a1.001t-At+MIN/STNJ` OYILYY'► pC►1►+'-1 LOOD CO/ITROL -- It. [•DItOATCN DN►vt: VE"TY•nJSIMSU wecY sc►cvtet:e MARTINC2•CALIFORNIA 03333 _. PARK L. YERMIT MLM ORC aar OD DC1Y►Tl-TRwH5rolt1wT10H Juno 25, 1975 ` � •- Gentlemen: The following, shall be considered as ADDENDIP.-I 2lil=11BFR 1 to the Spacial Provisions for Landscape Haintouance in County areas and County Service Areas: Item 1. SPECIPICAT10I73 Section A. Paragraph 3 - - D LL T •%urnish the County Frith" ADD: "furnish the Contra Costa County Public htorks Department idth" - Item 2., SPECTPICATIMM Section A. Paragraph 4 and Section G.1., Paragraph 2 _ DELETE: "maintenance period" • �U�D': "contract period" Item 3. SPECIFICATIONS Section F, Paragraph 2 DL,G.�."iR `.for cause" • -Item 4- SPECIPICPTIO`IS Section Gill., Paragraph 2 - F:i -before the start of the maintenance .period" M "within 15 days of the approval of the contract" END OF ADDEIM7TIJ It- R 1 - If there are any questions, please feel free to contact this office at 228-3000, extension 2M. . • D - SEE PAGE► 2 FILE JL AUG /9 975 - J I. O'-SSON (3ERK BOARD of SUPFRV15ORS CONTRA f 00131 Microfilmed with soaid order •ADDLr1WD's H0NBL31 1 {cont t. j c f Aclnioulodgmont of this Addondum Hill be requirod prior to tho- oponing of bids. Ploaso countorsign in tho spaco providod•bolow. w hereby acknowledges Addendum FINER Numbor l of the Special Provisions for Landscape Maintonance- in County areas and County Service Areas. Signature Date Very truly yours, VICTOR W. SAVER PUILIC jJORUS DIRECTOR :8y - 'ZcE—wd E. Marine Grounds Maintenance Superintendent �: _ - J CONTRA- COSTA COUNTY PUBLIC W03KS 2MUTMENT ' Martinez, California Treat Boulevard Landscape Maintenance June 19, 1975 REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Treat Boulevard DESCRIPTION OF WORK: Maintain Median Island Landscaping on Treat Boulevard from Buskirk Avenue to Bancroft Road Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: VICTOR W. SAVER, PUBLIC WORKS DIRECTOR _ . ' ROOM 1159 COURTHOUSE MARTINEZ, CALIFORNIA 94553 ATTENTION: BUILDINGS ADS GROUNDS before 4:00 p.m. on June 26, 1975. Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to'reject any or all bids for cause, to request new proposals, or to cancel the project. . Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the area defaulted by the Contractor. ATTACHMENTS: Proposal Special Provisions Plan P-1 - 00133 .. _...... ..s.. .i: . _ ,� f. , :,;< .., ..,M k,. '4 r..:..7... a .wn.r,.• ,.l' TA r1 r , • . , '. , ,;t ... ,..• s •. e re`s: Treat. Bouievard. - r Landscape Maintenance, 1975-1976 i w" r x,ayfi; SPECIAL-PROVISIONS f FOR • TREAT BOULEVARD a.r, MEDIAN ISLAND LANDSCAPE MAINTENANCE M CONTRA COSTA COUNTY _ f K ° x; VICTOR W. SAUER, PUBLIC WORKS DIRECTOR' CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ,, CALIFORNIA dune 19 1975 ¢; QF 134 } µ CONTRA COSTA COUNTY ' . PUBLIC WORKS DEPARTMENT - ROOM 1150 COURTHOUSE MARTINEZ, CALIFORNIA 9+553 Treat Boulevard Landscape Maintenance June 19, 1975 P R O P O S A L `y Treat Boulevard Landscape Maintenance The undersigned, being a duly licensed Contractor in •the State of _ California, hereby offers to furnish all labor, equipment and material required, and to do the work necessary to perform the work as described in the REQUEST FOR Bio in accordance with Plans and Specifications therefor for the following lump sum price: Median Island Landscape Maintenance Treat Boulevard from Buskirk Avenue to Bancroft Road, as shown on attached plans. Total annual cost for the above area: Dollars $ And, further, the undersigned agrees to enter into contract with the County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature Title • Address California Contractor's (Signature to be notarized) License No. P-2 0013.5 . MAINTENANCE OF PLANPED AREAS TREAT RQUi ELrARD_ - So'OPE OF SERVICE MAINTENANCE OF PLANTED AREAS TREAT BOULEVARD. A. SCOPE OF SERVICE The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County in the streets or areas as designated in the attached plans and these special provisions. Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil, fertilizins, watering, removal and disposal at a commercial garbage disposal site of debris,. trash and detritus collected. Where sprinkler systems and water spigots are installed and avail- able, the County will furnish the Water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. This will keep the irrigation system clean and valves from sticking. The controller shall be set to operate in the morning before the heavy commuter traffic. During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. B. INSPECTION . The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain the area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar ($50.00) charge to the Contractor from the County and to be deducted from the. current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satis- factorily re-worked and brought up to standard in the sole opinion of the County. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result ih termination of the contract in accordance with Paragraph 2, Section F of this document. -�- - 00133 :{Ok,x, C.--' PAYY1ENT On a monthly basis, the Contractor will furnish the Public Works Director with an invoice for word: done during the previous month, giving dates and service area name and number. Payment shall be made on receipt of said invoices at the contract Lump Sum price divided by 20. During the winter months (November through _ February), the account of 1/20 of the contract Lump Sum price will be paid. In the months March through October (growing season) , the amount of 2/20 of the contract Lump Sun price will be paid. Invoices are to be directed to: Contra Costa County Public Works Department Sixth Floor - Administration Building Martinez, California 94553 Attention: Accounting Division D. INSURANCE Prior to performing any work under this contract, the Contractor shall furnish to the Public Works Director, evidence that he carries the following insurance coverage: 1. Contractor' s Public Liability Insurance providing for a limit of not less than Two Hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily • injuries to or death of any one person, and a total limit of not less than Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence: -' 2. Contractor's Property Damage Liability Insurance providingfor a limit of not less than Fifty Thousand Dollars ($50,000for all damages arising out of injury to or destruction of property in any.one -accident or occurrence. R. CASH BOND w • The successful bidder will be required to furnish the County a Faithful Performance Cash Bond equal in amount to .Tea Percent (10%) of the contract Lump Sum price. Said bond shall be in cash, certi- fied check or cashier's check and mailed to: Contra Costa County Public Works Department Sixth Floor - Administration Building Martinez, California 94553 - Attention: Accounting Division • F. TERM OF SERVICE The term of the contract will be from July 1, 1975 to June 30, 1976. The County may cancel the contract or any portion thereof, for cause, at any time during the term of service, and such cancellations shall be effective upon the mailing of written notice to the Contractor's last known address. -2- 0013'7 NONE PO" TERM OF SEUMICE '(con't.) . The Contractor shall furnish to the Public Works Director within 15 days after approval of the contract by the Board of Suporvisors a work schedule showing the proposed dates and timos of work for the location shown on the proposal. The Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to the date when the revised schedule is planned to ecome effective. G. LANDSCAPE MAINTENANCE DOPAILS - 1. WEED, INSECT, AND DISEASE CONTROL All planting and rock surface areas shall be"kept weed free. A program for control of weeds, insects, and disease shall be developed by the Contractor and submitted with supporting manufacturers' data for written approval by the Public Works Director before the start of the maintenance period. Such program will be adhered to unless written approval to change- said program is granted by the Public Works Director. Application of weed, insect, and disease control chemicals shall be within the season(s) best suited to the insects, diseases, and vegetation in question. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying control chemicals shall be replaced by the Contractor* at his expense. Weed oils and granular or pelleted weed control chemicals will not be allowed. - 2. STAKING ARD GUYI1Z Trees or shrubs susceptible to wind damage shall be kept adequately staked or guyed. Ties shall be loosened periodically to prevent girdling. Where the supporting stakes have been broken, or where a replacement tree is planted, the stakes shall be of woodoof uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2" x 21' square and not less than 101 in length. See attached Tree Planting Detail for replacement planting. 3. IRRIGATION All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. !�. REPAIRS TO MCISTING FACILITIES All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. -3- 00138 G.--• LANDSCAPE. VLAINTENANC- DE`P� (con# t.) s. FERTILIZER - Commercial fertilizer shall conform to the provisions of Section 20--2.02 of tho Standard Specifications of the State of California, shall be a complete fertilizer, part of the - elements of which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% Phosphoric Acid 6� •% 14% Water Soluble Potash 4 7� and shall be applied at such a rate- as to insure one. pound of actual nitrogen per 1,000 square feet per application. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: - Nitrogen 20.00 Phosphoric Acid 10.00; Water Soluble Potash ,7.CO% Combined Sulfur 1.60% Iron .35% and shall be applied at the following rate: Three tablets per tree inserted equally spaced, two feet 'deep at the end of March' 1976. Fertilizer shall be applied to turf-areas five (5) times- during the growing season between March and October (i.e., every silt weeks) . Fertilizer shall be applied to all other planting areas three (3) times during the growing season between March and October (i.e., every nine weeks) . All areas shall be well watered within the 24-hour period prior to fertilization. All turf areas shall be watered _ immediately after fertilizing. 6. PRUNING AND MOWING All trees •and shrubs shall be kept pruned for health; shap3, prevention of wind damage, and public safety. Turf shall be maintained at a height of 1-1/2" to 2-1/2" at all times. Hypericum calcinum shall be mowed once a year in the spring or in dormant season, to a height of three (3) inches. 00139 G. LANDSCAPi 2`;AIiiTr.i ANC:' D..._. A� (cont t. LITTER CONVOL All areas shall be kept litter-free. Litter pick-up shall be done at two-week intervals or less as required to maintain presentable appearance as determined by the Public Works Director. ' 8. PLANT REPLACMILENT The Contractor shall replace all vegetation lost through. lack of care as described in Items l through 7. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public-Works Director . provided he is advised promptly by the Contractor. H. LOCATION OF WORK Treat Boulevard Maintain median island landscaping, on Treat Boulevard from Buskirk Avenue to Bancroft Road as shown on the- attached plan. waw i`t1'� s top- �1 �t '( � •/tet/ I . . . to MOLCA PE: PTIA) lelo- `� 1'�� '%s_ .�--►: FaAC_M_FILL MIX "UQ..C��� .3 Pi POLE (RO06REA �bIDE!4�) lover COZPOZA _D OF� Lt- � • ;,� �' .��a.:_T _..---Z.— !a'�► x�►'-o P��F4�ZA-��`1EI� Vii;P� PEASMINISTs PIPE - � 1 - 0 O PLA - GC>14TA1WEi_ itozr ) &AL. 5 GAL. I6 GAL. FDOXED ' PLA1�1 1+�L . DIr�v�:j rZ v r .:�&0 �'�'/2,! (��ix #�,Lj-•� _ 9 � ?ES PL, N'-,\ITl NL �EjAl L ,amuFEJ ..��. - 00141 l^. / a �. • f��' �`1 (�F'.`'" `� '1.. t- -(i��j��• a to .� �r•^� I�ij''./'��.1��tUV ��A ���t 4,�,�1 'y/ � rte}/ • t', Ir PA r � (fit •:IN ',,r Ob j t?,•.S, . X 1912.5 t tq ...; .„+ UL AIR ip r• ` • V �• Oy � .^. ~ �? '':.. • • •aro • •* 't Q i +^� ./ •. �. �a +r ♦r n_ moi.+ CC ^ i-+... ~•• �+ PPy _` ` . rww tri ♦•V � _V ~ p w' �( •�` ` 1 • t.. Iyr - J .•3w . � .. y ♦ Q Q00'+IN3naa 13yd + bO M i100Mtsw z» "-' IL ho nos o i 000 .a div Q LU M l r 3 Q G z W Q i�• ('1,�'�� �� ��y��Y Sol- cr. IL Oz I'll T + . i• tit • ... T )iy �'•• 1 L• X • Fr N fro �• ' ' jl Iii n� BOARD Or S PEffi iSORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA . . 1n the Matter of Awarding Contract ) for Maintenance of Median Land- ) August 19197_5 scaping, Pacheco Boulevard, ) Pacheco Area, ) Work Order 4903. ; Bidder Total Amount M. H. Hansen Construction Company $3,592 1130 Camino Vallecito • Lafayette, California %549 Contra Costa Landscaping, Inc., Martinez The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding, the bid of Robert Quatman Inc. , having been rejected inasmuch as it was not complete; ITIS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed an unt and at the unit prices submitted in said bid; and that the Public Werks Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it with any required certificates of insur- anee, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to si_rn' the contract for this Board. PASSED by the Board on August 19, 1975 CERTIFIED COPY cc: Public Works Director T certify that this Is a full. true & correct copy of the original document which Is on file In my office. County Counsel and that It was passed & adopted by the Board of County Auditor-Controller Supersfsora of Contra Costa County. Cnillfomia. oa the date shown.ATTEST: J. R- OLSSO . County Contractor Clerk&ex-offlelo Clerk of said Board of Supervisors. by Deputy Clerk. �0��°a AUG 19 1975 00143 t CONTRACT (1M/Yi/M� �� HAEI'1B�IA�1C3 jM (Contra Costa County Standard Form) 2. .;!'4 IAL c:;:::. These special terms are incorporated below by reference. Contra Costa County (yy2,3) Parties: (Public ♦Ngcncy) )f. H. Hansen Construction CcNPWW (Contractor) 1136 CminO Vallecitoo Wayettss, CA. 94%9 Complete legal na a (51) effective Date: jVU 1, V75 [See S4 for starting date.] (53) Tiae Mork: Hainteoanae of nedian and border 10nd9c On Pacbsca Boulevard free Vine Hall Hord to Second Avenaws# all.. in WAO ice with the Please Dnwdngs, and Specification* prepared by or for the Public Works Diieetors including Addeo&= No. 1, and in accordance with t W accepted Bid Prapoml- (y4) Corpletion .ire: (strike out (a) or (b) and "calendar" or "working"] (a) Lig (date) June ,30, 197'6 ; unless cancsUed sar:Uer by Contra Costs County (b) US) Liquidated Daeages: S done per calendar day. (y6) Public Agency's Agent: ftblic Works DLrectar (y7) Contract Price S .0 Public Acencu, by: '/! (President, Chairman Or Other eY'IIToll= wesignated Representative) Chief Dapaty Public Works T"J Contractor, hereby ale acknowledging)a�rarenas ' of and compliance with Labor C 1 con ting n's Compensation Law. =znt ar♦nests:! i By: i.4•fs v�U [CURPL3Ltr1TE g< e i nate o ci.a pacxty In the usiness SEAL] Lay: Designate o ictal capacity in se usiness - `7,u xacute ac;.noute.4 r:cnt fore, below and (2) i a corpora- tion, .lot.: to ton tractor l2J , f P tion, affix Corporate :cal. _ - -- _ _ _ _ _ _ _ _ _ _ _ .. _ _ _ _ _ .. -State of Cai.?fozvAar / ) ACZd0WLED^::8:17 (by Corporation, -C' _a Y_ �, - - - ) ss. - - partnership, ar Individual) L _ County of ( ��.i!r �.��f Tl-.c person(s) signing above for Contractor, known to sac in individual and business r{ �• „capacity as stated, personally appeared before cia today act:nowlodged that he/they ' z c::0cuted and that the corporation or partner u na d execute �d it. 0 -75 (L iA1:I� SEAL] - - _ - - -Notary Publ �`'/ 74"t Fc):c1 A1411ROVL D: J.-is. CL.TiSLN,-County Counsel, Ley ter/ «.l'f=t1G /f trl x t / • Deputy (Page 1 of 4) (cc-1, Rev_ 1;.1-73) 00144 3. %lulu: CU:fiItACT, CI41I Gus. (a) By their signatures in Section 2, effective on the above ate, the.e parties, promise ant! aoret: as sat forth in this contract, incorporating by these references the material :("special- tci sn:tit=-tiec. 1. (b) Contractor shall, at his own cost and e::+reuse, and in a worlaaanlike•manner,' fully-anu faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenient anu proper ill order fairly to perform the requirements of this contract, all strictly in accora_ance with the Pui.lic Agency's plans, drawings and specifications. (c) riic work 'cin be chsnged'brzily�' with 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 vituout such an order. �..`l. 4. TIME: ' IIOTICr. To,PRocEED. - Coiitra6Eor shall start this, wort: as directed in the speci- fications or tire Notice to Proceeu; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAriAGES. If tile�Contractor fails to complete tris contract and this work tee.. k: fi::c tuere,for, .allowance .bei clad for contingencies as provided herein ,..within .... �. r �� _ g1. �artd dams P • he iaccoiacs- liaiilc'to Uie•PWlic'Age-incy'for' 311 its- loss damage therefrom; and because, '• -" -fromtEic aatdre of the case; il" is anti wi21 be ic>�Yacticali2e!'aiid%extremely difficult to :�.`tiiiascbrtaiu:and' fi. the PU!aic;Aganej's 'actual fdanage..f>an any.-4ulay_in performance hereof, it, is agr�v:d14ijiat Contractor will pay a.5-liquidaied•danayes.'•to 04e. Public Agency the rt:asonable sum specified in Sec. 1, rte result of the"parties' rehsonable endeavor to estinate fair average compensation therefor, for each-calendar-day tg delay in finishing said icor':; and if the sane be not paid, Public Agency may, in addition to its other rCi^cc:ie:, trcclKet j:he;s from .any mpney a rig.or to become dw Contractor under this can- gr the..Public. Agency for an, cause authorizes or contributes to a delay, suspen- sion•'of�uorl:�or e::tension of time, its duration shall be added to the time allowed for conpletion;'but-;it shal3=n6t-:1ie dcc'ma a-waiver noi:-Le usbJ=to defeat any right of the Agency to damages for non-completion or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when sucli.delay.-was.caused-by.'the failure of the Public Agency or the owner of a utility to provide for removal-br ielocation of existing utility facilities. and specifications or special provisions ='o •ti:c Public-Ageircy s rani"for-bins, and Contractor's acct ted bid for this work are hereby incorporated-into zs-contract; -ane)-they-are :inteps g-6-to co-operate, so that any- thing e:zhibited in the plans or drawings and not mcutioned in the specifications or special provisions, or vice versa, is to be e::ecuted as if a itibiteu, mentioned and set fortis in roti, to the true intent amu meaning thereof when taken all together; and differences of opinion concerning these shall be finally tcteruined by Public Agency's .1yicnt specif ied in See. 1. 7. PAYMMIT.;,'1Ja�- I'ar itis strict z�nd literal fulfillment of these promises and conditions, and as ru compensation for all this war):, the Public Agency shall pay the Contractor the suit specified in Sec. 1, except that in unit price contracts We payment shall be for finished quantities at unit bid prices. (b) on or about the first uay of each calendar month the Contractor shall submit to the Public agency a verified at.plication for ptytuent, supported by a statement showing- all materials actually installed during the precutting Lont:t, the labor expended thereon, and tie cost thereof; wacrteupou, after checking, ties Public Agency shall issue to Contractor a certificate for the at�uuttt determined to be due, minus 10;: thereof pursuant to Govcrn:.ient Code Sec. 53067, but not until u.:fective wort: and materials have been retaoveu, replaced and made good. U. PAYHENTS 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 =tent and period of time only as may be necessary to protect the Public Agency from loss because of: _ (1) Defective wort: not retacdicd, or uetc uLg3leted work, or (2) Claims filed or reasonable evidence indicatiu.l probable filing, or (3) Failure to promptly pay sus)contractors or for material or labor, or (4) Reasonable doubt twat tate worl: can b:: cot4)letr--tl for tae balance L u.,n unpaiL, or (5) Damage to a.-tother contractor, or (6) Damage to the Public .Agency, outer than damage due to delays. (b) ilio Public .agency stall use reasonable t:iligetuct. to discover and report to the Contractor, as Ute: wort: progresses, t:ie t.:aturials and lai,or which are t.ot satisfactory to it, so as to avoid unnecessary trouble or cost to t::e Contractor in making good any defective wort: or parts. (c) 35 calendar days after the PuLlic Ayency files its notice of coupletion of the entire (Page 2 of 4) 00.145 (CC-1; Rev. 12-73) work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been fileu against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURA24CL. (Labor Code 551860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. 10. HOURS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PLRFUHH. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. general. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 S 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency iias ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate tiherefor and furnish the Contractor with the minimum 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. IiOURS Or LABOR. Eight hours of labor in one calendar day constitutes a legal day's worT7, and no worl=an employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRLt7TICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) - (CC-1; Rev. 12-73) 00146 wry r R 17. PIiL'FL1U:NC:E FOR HATMIALS. The Public Agency desires to promote the industries and econowy of Contra Costa County, and tite Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGIIIIMM This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGEIICY. Inspection of the work and/or materials, or approval of work and/or materia inspected, or statement by any officer, agent or employee of the Public Agency indicating the work ar any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS 6 INDEMITY. (a) Contractor promises to and shall hold harmless and In-demnify from the liabilitiei as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilitiesprotected against are any liability or claim for damage of any kind allegedly suffered, 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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection with�the natters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s) , agent(s) or employce(s) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, 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. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 5422, if app is e, y submitting 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-1j Rev. 12-73) 0014'1 Vic ,r•W. Saucy[ v - • - �' Ol"I Ic fli"IL vrt PUDL[C WO[ ;� D[.1'At`� •r .� L. t auc ucr "NON 1. Cl.lNt '• : t ` - -' :� amrcloof COST 11 COtr>,�I,�. . - iloo., r oc•ray R. U.firm t 0111 rtOOA• ► 5. Cotl,.ryN _ O TC1t wa/attq tH•-♦ .n .. . 1. CAUrout4rA =14bb3 DCrU+•_.,Loop Co,4,r,OL - =5 ,._`►CIr.R atitYC YIC PUDUC: <v01 -:`• Dm Arr�•r� - • r+ R. w rrrtl *r:W.SAut:tt Etta. »w.» !':a asaor•sar ruatrc v:r,.wc Mract.iu - �* -' C�iti,i•I�11 L. ���1� Cdt� 1`,ii kook •ta. cuut.na - vCt;r:ON L. rt.rnt: _ Cititr err• 'T t-uratr. y.c rw*,autmrax .tit ra eon,wpwutr awe-► •i•uiLuifi. . D"W'.•r Loan cow1140L, ' R.U.ttttOt.TCtt25 .St.wCttR Dutrt CALWO t•crutr.L rstr.is:wtsu sutrtcta FiAt:T1AC2. t:tttA 94573 _ .W ►tAftlti L. KCl:ntiT IrLat"t.Otic 2»Y- SOO - Dtt'uTY*TI AM rOR2wTtOtt t ,•- Juno 2S, 1975 Ganticcaan: _ The follouina shall be consider©d as ADD.EN IM I►Ct,ctrR 1 to the Special Provisions for Landacapo t:aintenanco In County areas end' County Sax*vice A3.*oa3: Item 1. SPECIPICATYMIM Section A, Paragraph 3 ni.�t,sa�L':��i'u.�*nish the County with' ADD; nfuraish the Contra Costa County Public Works Department u-ith" ' Itera 2, SPECIFICATIe1:S Section A, Paragraph ?;. and Section G.1., Ycs•Egraph 2 METE: "maintenance period" �}D:— "contract period$# ' Item 3. SPECIPICATZQ.:S Section p, Paragraph 2 ' r raor cause's ' -Item 4. SPECTFICATTONS Section G.1., Paragraph 2 _ the :tart of the maintenance period" "within 15 days of the approval of the contract WID OF ADDE101. T'I )TWIVER 1 ' If thero are any questions, please feel free to contact this office at `228-3000, eztonwion 2214- LFi97 D SEE PAGE 2 ' t A C �9 5 J. F_ OUSSON arc, WAW CW SaL oRs IM . 00148 ' "DDEMD1II1 HUM131a1 1 (cont t.) t r •a Acknowlodgmont of this Addendum trill be roquirod prior 1 :1 the oponing or bids. Pleaso countersign in tho space providod•below, hereby acknowledges AddGudum 13IDD R ' Number 1 of the Special Provisions for Landscape Maintenance in Counts areas and County Service Areas. isnature Date Very truly yours, VICTOR W. SAIIER PUBLIC WORKS DIRECTOR 8y . . . - --RlcHard E. Harale . Grounds Maintenance Superintendent 00149 �y • . Pacheco Boulevardp Lazidzcape., Ma atisasnce 1975-76 r F 1 SPECIAL PROVISIONS FOR PACHECO BOHGEVARD F MEDIAN ISLAND LANDSCAPE MAINTENANCE CONTRA COSTA COUNTY L .} K'`{ F VICTOR W. SADERs PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT' MARTINEZ, CALIFORNIA Jwna 19 1975 O K . v '• CON'TRA .uOSTA COUNTY PUBLIC WO.'KS L_:ARTMENT ' Martinez, California Pacheco Boulevard • Landscape Maintenance June 19, 1975 REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Pacheco Boulevard DESCRIPTION OF WORK: Maintain landscaping Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: - • VICTOR W. SAVER, PUBLIC WORKS DIRECTOR _ ROOM 115s COURTHOUSE MARTINEZ, CALIr-ORNIA 94553 ATTENTION: BUILDINGS AIM GROUNDS before 4:00 p.m. on June 26, 1975• - Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to- reject any or all bids for cause, to request new proposals, or to cancel the project. Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the ares defaulted by the Contractor. ATTAC324GNTS: Proposal Special Provisions Plan 00151 R 5 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTd�NT ROOM 115, COURTHOUSE MARTINEZ, CALIFORNIA 94553 Pacheco Boulevard Landscape Maintenance June 19, 1975 P R O P O S A L '4 Pacheco Boulevard Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equip- ment' and material required, and to do the work necessary to perform the work as described in the REQUEST FORBID in accordance with Plans and Specifications therefor for the following lump sum price: Median Island Landscape Maintenance Pacheco Boulevard from Vine Hill Road to Second Avenue, as shown on attached plans. Total annual cost for the above area: Dollars _ $ And, further, the undersigned agrees to enter into contract with the County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Signature , Date Title Address California Contractors (Signature to be notarized) License No. P-2 00152 __.� z MAINTENANCE OF PLANTED AREAS PACH.ECO BOULEVAHD A. SCOPE OF SERVICE The Contractor shall furnish all labor, materials and equipment required to satisfactorily perform the landscape maintenance required by the County in the streets or areas as designated in the attached plans and these special provisions. . Maintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil, fertilizing, watering, removal and disposal at a commercial garbage disposal site of debris, trash.and detritus collected. Where sprinkler systems and water spigots are installed and avail- able, the County -rill furnish the water at no expense to the Contractor. In all other areas to be maintained, the Contractor shall furnish the water as included in the contract price bid. During the rainy season where automatic sprinkler systems are installed and available, the Contractor shall set the controller to operate the sprinkling cycle once a week for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: tim setting, time of watering, day(s) of watering, and date of such change. This will keep the irrigation system clean and valves from sticking. -The controller shall be set to operate in the morning before the heavy commuter traffic. During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition.- B. INSPECTION The County will inspect each area. In the event the inspection report notes failure to satisfactorily maintain the area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if: unsatisfactory, will result in a Fifty Dollar-_(.$5Q.00) charge to the Contractor from the County and to bei deducted from the current month's billing. Each subsequent re-inspection will result in a - similar.charge in the same amount until the area has been satis- factorily re-worked and brought up to standard 1zi the sole opinion of the County. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty Dollars (; 50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract in accordance with Paragraph 2, Section F of this docunent. • - ..1- - oo153 C..-- PAYMENT On a monthly basis, the Contractor Will furnish the Public Works Director with an invoice for work done during the previous daonth, giving dates and service area name and number. Payment shall be made on receipt of said invoices at the contract Lump Sum price divided by 20. During the sinter months (November through February), the amount of 1/20 of the contract Lump Sum price will be paid. In the mcnths March through October (growing season) , the amount of 2/20 of the contract Lump Sum price will be paid. Invoices aro to be directed to: Contra Costo County Public Works Department Sixth Floor - Administration Building Martinez, California 9 .553 . Attention: Accounting Division D. INSURANCE Prior to performing any work under this contract, the Contractor shall furnish to the Public Worus Director, evidence that he carries the following insurance coverage: 1. Contractor's Public Liability Insurance providing for a limit of not less than Two Hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily injuries to or death of any one person, and a total limit of not less than Five Hundred Thousand Dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in any one accident or occurrence. 2. Contraetorts Property Damage Liability Insurance providing for a limit of not less than Fifty Thousand Dollars ($50,000 for all damages arising out of injury to or destruction of property in any one -accident or occurrence. E. CASH BOND The successful bidder will be required to furnish the County a Faithful Performance Cash Bond equal in amount to .Ten Percent (10; F." TERM OF SERVICE %cont t.) The Contractor shall furnish to the Public Works Director within 15 days after approval of the contract by the Board of Supervisors a work schedule showing the proposed dates and timos of work for the location shown on the proposal. Tho Contractor may change the schedule of work by submitting a revised work schedule at least 30 days prior to tho date when the revised schedule is planned to ecome effective. G. LANDSCAPE MAINTENANCE DOMLS 1. WEED, INSECT, AND DISEASE COI'THOL '4 All planting and rock surface areas shall be kept weed free. A program for control of weeds, insects, and disease shall be developed by the Contractor and submitted with supporting manufacturerst data for written approval by the Public Works Director before the start of the maintenance period. Such program will be adhered to unless written approval U-o change said program is granted by the Public Works Director. Application of weed, insect, and disease control chemicals shall be within the season(s) best suited to the insects, diseases, and vegetation in question. Any new or existing plants or soil which in the opinion of the Public Works Director have been damaged by applying control chemicals shall be replaced by the Contraetor• at his expense. -- Weed oils and granular or pelleted weed control chemicals will not be allowed. . 2. STAKING AND GUYING Trees or shrubs susceptible to wind damage shall be kept adequately staked or guyed. Ties shall be loosened periodically to prevent girdling. ` Where the supporting stakes have been broken, or where a replacement tree is planted, the stakes shall be of wood of uniform size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 2tt x 211 square and not less than lot in length. See attached Tree Planting Detail for replacement planting. 3. IRRIGATION All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 4. REPAIRS TO =- ISTING FACILITY'S All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. 00155 G;' LANDSCAPE Y.AIV.-MVICS DE'r.iJLS (con' t.) 5. FERTILIZER ' Commercial fertilizer shall conform to the provisions of Section 20-2.02 of the Standard Specifications of the State of California, shall be a complete fertilizer, part of the elements of Which are derived from organic sources, and shall have a guaranteed analysis of: Min. Max. Nitrogen 10% 20% Phosphoric Acid 6% 14% Water Soluble Potash 7% and shall be applied at such a rate- as to insure one pound of actual nitrogen per 1,000 square feet per application. Fertilizer tablets shall be 21-gram size with a guaranteed analysis of: Nitrogen 20.00; Phosphoric Acid 10.00; Water Soluble Potash 5.CO% Combined Sulfur 1.60,$ Iron .357 and shall be applied at the following rate: Three tablets per tree inserted equally spaced, two feet deep at the end of March- 1976. Fertilizer shall be applied to turf-areas five (5) times during the growing season between March and October (i.e., every six weeks) . Fertilizer shall be applied to all other planting areas three (3) times during the growing season between March and October (i.e., every nine weeks) . All areas shall be well watered within the 21;-hour period prior to fertilization. All turf areas shall be watered immediately after fertilizing. 6. PRUNING AND MOWING All trees and shrubs shall be kept pruned for health; shape, prevention of wind damage, and public safety. Turf shall be maintained at a height of 1-1/2" to 2-1/2" at all times. Hypericum calcinum shall be mowed once a year in the spring or in dormant season, to a height of three (3) inches. ` -4 - . -- 0015 �- Y* G.- LANDSCAPE i,111K , L...ANC8- DETAILS (cons t.) 7. LITTER CONTROL All areas shall be kept litter-free. Litter pick-up shall be dome at two-geek. intervals or less as required to maintRin presentable appearance as determined by the Public Works Director. 8. PLANT .REPLACEIENT The Contractor shall replace all vegetation lost through lack of care as described in Items 1 through 7. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public the, Director provided he is advised promptly by the Contractor. H. LOCATION OF WORK Pacheco Boulevard Maintain median island landscaping on Pacheco Boulevard from Vine Hill Road to Second Avenue as shown on the attached plan. -s- _ 00157 iy • IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA August 19 19 75 In the Matter of Approving ) and Authorizing Payment for j Property Acquisition IT IS BY THE BOARD ORDERED that the following settlement and Right of Way Contract are APPROVED And the Public Works Director, is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount Greenwood Drive W. D. Stricklin, August 11, 1975 FI. D. Stricklin, $100 Rollingwood Area et ux et ux Work Order 4741 The County Auditor-Controller is AUTHORIZED to draw warrant in _ the amount specified to be delivered to the County Supervising Real Property Agent. contract The County Clerk is DIRECTED to accept Ammix from above-named grantor for the County of Contra Costa. The fr_regoing order was passed August 19, 1975 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 19th day of August , 19 75. cc: Public Works Director J. R. OLSSON, CLERK County Auditor-Controller County Administrator By _ D. Harkness Deputy Clerk orm #20.4 00158 15-2-200 of In the Board of Supervisors of Contra Costa County, State of California August 19 ' 1975- In 1975—In the Matter of Accepting Head Start Grants, Office of Economic Opportunity. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute certain documents accepting the following grants in amounts indicated from the U. S. Department of Health, Education and Welfare: Early Periodic Screening Diagnostic S 7,100 Treatment Head Start Full Year Part Day 32,094 Head Start Services to Handicapped' 24,000 Children Total $639194. Passed by the Board on August 19, 1975. 0 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. cc: Economic Opportunity Witness my hand and the Seal of the Board of Administrator S'pe�ors Auditor affixed this I9th day of August 19 7 �/ - J. R. OLSSON, Clerk - I� By , Deputy Clerk H 24 12/74 - 15-M L. Kincaid 00159 I 00159 RECEIVED HEAD START AUG 2 ^19755 CONTRA COSTA COUNTY R assay QBM BOARD CF DMMORANDOM cavraa,SCsta� TO Clerk of the Board DATE: August 22, 1975 V M Marie E. Poe SUBJECT. Date Change on EPSDT Application After reviewing the EPSDT Grant Application that is due in Regional Office today, I discovered the beginning date is incorrect. The appropriate date, according to our information, should read September 1, 1975, instead of January 1, 1976. Mr. George Johnson, Executive Director of CAP has initialed the date change so as not to delay submission another week. The date on your copy should reflect the date change. I hope this meets with your approval. MEP:cc aeo-ws csny 00160 o.ra no.go-Rosso APPLICATION FOR FEDERAL ASSISTANCE 1. Sur.Cter:nghwse Identair74,070 863 (HONCONSTRUCTION PROGRAMS) 2. Applicant's Application lie. PART H0375 J 3. Federal Greater Agency i. Applicra Nue. Contra Costa County Department of Health, Education, Board of Supervisors and Welfare P organizational Unit D.penwer Di+isios Office of Human Development Adninistrati.o 011ie. Street Address-P.0.Bee 50 Fulton Street Martinez, Contra Costa Streot Address-P.O.Bon City Cauuatr • San Francisco, CA 94102 California 94553 c:tr st... z:,cede stet. EIN 094 6000 50902 p cad. S. Doseripti.a None at the Project HEAD START FULL YEAR PART DAY (PA 22) HEAD START SERVICES TO HANDICAPPED:T26)6. Feb!"Catalog Ne. Federal Funding Regrered 13,600 556,094. Stat. X Counts. City, other("a) O. Type of Application or RaOwst Now Groat. Contitatatiass, Supplement. x Dther Clse"es(Speedy) 10.Type at Assistance $ Grant. t anti other Mae Owl 11.Population OGaetir Benefiting from the Preieet 13.Length of Project 353 INDEFINITE 12.congrasalenal Distract 14.8";Ml v Deb a. 7 January 1, 1975 Is. 8 IS.Deft al Application 15 August 1975 Is.Tito applicant conaies that to the Mat of his hno-ledge and heliel the date is tibia applicarias aro tram end earrocr.end that he-ill comply With the attoehed ossur.ne.a IF M receives the groat. Typed name Title tphane i ��► U_ goys Chairma , Board of SuperviTO : Nuw6et sors i • •etw COOL mums" LST. SI v �4 AUG 1 9 1975 Fr Fedro Onix i it �.-�:i riA •moi ' i i-��.� IIEW 608 00161 • • P'+Ls7'i.1I +ar+a eja�.rw.i.v tsb PROJECT—APPROVAL is MRMATIOY • Jtaat 1. • - _ _ • Dass this assisternce raquest regmiro State,local, Now*of Governing B*4 ngianal,cr atone priority toting? Peso,;ty Rating Yes X Ne J Item 2. - Dass ISis assist==*ragwat requiem State,or local Uavm of ASncr or advisory,cdiicati"A or he I&Cleo "Cos? Board ' Yea X' Ne V.". &Doomwwtatiant Item 3. Dais:itis ossisteneo reegwst teequire ela.iengb.sts* (Art.en Cow mats) review in aecordawee with Old Circular A.M. f:sa 4. County H/S Policy Council Does tl►is assent M*regnoa*sR+gusr*SUte;load, Nae..of Apprrii+g b;*+wq tregfsnetl a viiw►pierw+ws esyi wmA? X Date - Yos �- lta-M 5. Is the proposed peejwt cay.r.s:ty►an apprev+d car-per. thscle an.: Stat* 0 k:nsive ple t? Local [� ft . 0 Yes 'g' No Location of Plow san•l 3tmi 6. r Will t'%*assistanc*requosteed so-ve a Fcd.rol Harm of Federal InsIzllatian instaflctioet? Yes X' No Fadrtitl Population bumliting from Projxr Itom 7. .Wiil the assistanea reequo3fed b,.-.on F,edwal land or Kanto of Fc-lerol lns.allation lnsitllation? Location of Fs:d.rol Ladd Yes g No Percoet of Projoct Item 3. Will the assistance raquest*d leaver an impact or offset Soo irsstructions for edditiesol infer ne:ion to ba an the envitori+s.nt? - prayided. ' Yas % fin:t 9. Nwa§r•of: Will tSa essistanc a ragu*sted=as*in*disp;ecm-ent Individuals of individuals, families,basincssos,or fps? Fs:Ftilies usinesses Yfl -- as No Foos It*:" Is dears of.er rotated assistanco an ibis prajact previous, Sae instructions for additional infanna#an to be pastdietg,or antieipated? provide 3 Yes IVA s. E - i S 1 � 0 ao O a ul r a .T tt1 ►�- O O O O C 3 . ~ a0 da to o v cn cn t-i ^eV � r�i j �► .ys a a. ~ c ti j a - o t 3 ✓! to _ to N • � N cn C14 a { Z a a u ~ ~ a -C `- " , ' U- u x u w t1 ,i Lti f-2 CD C] o � O O O O O O O t g j q p th d Ci 0 Q to O cri ca C; o ttl 2`1 t t 1 y `O V } C) E e LJ M M lu M V C tn p tn � Ca ~ Ncqw C c t ~ V) M a P Q O a 'D tl :p w •• a cn cn Cry r"� f 4 r4 M p V V em 6 ai t3 A v _M b c CA Q 4 d 4 V V dtCa` 4Z a Cd %0 r-i Y ns o 06 N u a i-- w Ci ,C u t G � a c c G o O $ 'r tz t s to o U U p F F a t ¢ !s7 n C+ P+ � is u v' �+ c:t s-i v ari as 00163 CONTRA COSTA COUNTY HEAD START :. 1214 [lard Street, Martinez, California Grant #H 0375 - J Part IV, 5c JUSTIFICATION FOR SUPPLEMENTAL ASSISTANCE REQUEST During the course of Program operation for the past few years, the County Head Start Program has discovered that one of the major problem areas is that of speech screening and follow-up treatment of those children who have been determined to have a speech deficiency. As a general rule, school district personnel are overwhelmed with speech case work within their own populations. Medi-cal offers speech therapy only under limited conditions such as cleft palate, cerebral palsy, etc,; and Volunteer Agencies such as Easter Seals does speech screening on a "one time only" basis. (If a child is absent or has not yet entered the Program, he does not receive service). The services of the Easter Seals Organization is generally limited to screening only and does not provide for the necessary follow up. Recently, we have been informed that they do not wish to do our screening because of our inability to provide adequate follow-up measures. tie have been partially successful in training members of our own staff to do screening, but are limited in their ability to do follow-up therapy where necessary. In our total Health Program, the area identified as that of highest need is that for a Speech Therapist, who would be able to do both screening and follow up. If possible, we wish to employ a bilingual (Spanish Speaking) Therapist since there is not a bilingual therapist available for our use in the County. As an example of both our speech and bilingual need, this past year in the eastern part of the County (which has the majority of the Spanish speaking children in our program) the speech screening was conducted by a highly qualified member of the American Speech and Hearing Association who used the Riley articu- lation and language test form 111A as his screening instrument. In the screening process, facets of the child's speech and language facility included articulation skills, language ability and intelligibility of conversational speech. Also noted were other possible problems such as asphasic like behavior, hearing loss, voice anomalies, and stuttering. As a result of the speech screening, in the Antioch Center, it was recommended that 19 of the 31 children screened be given a speech evaluation to determine what further steps might be needed to improve the child's speech and language. In Brentwood, 13 of 27 children were recommended for speech evaluation. In the two centers there were seven (7) children who come from homes where only Spanish is spoken and nine (9) children with bilingual backgrounds. In this group of children there was insufficient English spoken to complete the test. In other instances, the children were either too reticent or fearful to provide appropriate responses. 00164 CCC-HS Part IV, 5c JUSTIFICATION FOR SUPPLEMEKIAL ASSISTANCE REQUEST - p-2 To attempt to solve this problem, we propose to employ a bilingual (Spanish) Speech Therapist who will be able to screen all of the Head Start children throughout the County, provide speech therapy services where needed, provide training and speech education for staff and parents. Perhaps even more important, we hope to prove to the Community providers the need and success of early identi- fication and intervention in general and the need for a bilingual specialist in particular. We propose to do this by employing a therapist who will serve during our academic year (September - May) as opposed to our Grant Year (January - December). Much of the specialists time would be spent in the more densely Spanish speaking populated areas of the County, but with sufficient time and travel budgeted to perform the same service wherever necessary in the County. Since good speech and language development is critical to the child for his future school and occupational achievement as well as his image of himself and self-confidence, it is imperative that we try to change community and providers patterns of service in this area. We must begin to make them more aware of the number and kinds of speech and language problems which can occur and be identified and successfully treated at a young age and thus make them more responsive to this vital need. We must further demonstrate that bilingual and/or Spanish speaking children need not be mislabeled or unidentified and untreated simply because they have another language. Total request $24,000 (See budget attached). MM:cc 7/75 00165 OMB NO.•'��1'��!• 1 Slay.CI.a:.gAws.Id..aifi« oarrKa oo."116e 1. Star.C1.e.:rylwrs.td.atiliw APPLICATION FOR FEDERAL ASSISTANCE 75061422 (NONCONSTRIICTION PROGRAMS) wpplic.er•:Ap�tic«:�.Ns. PART I H0375J 3. Fed«al G.00►or Av*ncy a. Applicant N.,"Contra Costa Conn ty Department of Health, Education, Board of Supervisors and Welfarer. Crgaei:atiwrol Unh D.partrres Division Office of Human Development Aa aun:serotive Cilie. Street Address—P.D.Bas 50 Fulton Street Martinez Contra Costa Stmt Ad&uss-.P.O.Boa City San Francisco, CA 94553 California 94553 Gay State zip coal. s.«. EIN #94 6000 509 4"cad. S. D.seeipti..Nome of the Proiect EARLY PERIODIC SCREE1nM DIAGNOSING AND TREATIM d. Federal Catalog No. 7. Fedsret Funding R"Wessed $13,600 S7.100 ft Groff Type B . St«.. Centre Can Oskar( if) 9. 'Type of Application or Roouest New Grant. Contiaysi.q, s+wple Osh«ch-9-1.(SO-01) 10.Type of Assistance S Groot, 11.Papulation DBoetly tie.•liting fie.dee Ptoject 13.Leegok of Project 218months 12.Congossione)District U.fi.gionLg Date l ,`)-;A a. 7 January 1, 1976 k. 15.oote of ApprK«ion 15 August 1975 16.Tne applicant ewtifi.s tiro'to she test of his krro.ied"and troli.f the Iso in skis pplic«iew«e true and correct,and:that he will comply vlth tle attached o»utawces a he receives Nr yra«. Typed ao.e Till. Telepho"NuruLw Wi N' Chairm n, Board of SupervisorsA*" tawsft - cxs. i, Ar ri•e ? AUG 1 9 1975 Foe Fodenl Use Clair t t PAR► II Quo*Q.5"w tse PROJECT APPROVAL INFORMATION ltor 1. . Does this assistaace request reSuire State, lo_al, Name of Governing wdy rsgionol,or other priority rating? Prior'•y Rating Yes X Ko Item 2. Doul this assistance request require State,or local Name of Agency or odv➢soq,educational or health cleoronces? Bond Yos X• No (Attoch Documentation) Item 3. . Dods this assistance request require clearinghouse (Attach Comewnts) review in accordance with OMB Circular A-95? X Yes No frim d. Does this assistance request require State, local, Name of Approving Agency County HIS Policy Council regional or other planning opproval? Date X Yes ►40 Item S. Is the proposed project coverei ky an approved compre- Check one: State 0 honsive plan? Local Q C- Ragional Q Yes .'X _ No Location of Plan `t ltra 6. t Will the assistance requested serve a Federal Nome of Federal Inst:llotion ll installation? Yes X ko Federal Population benefiting from Projxt lt*m 7. Wiil the assistanco requested ba on Federal land or Name of Federal Installation Installation? Location of Federal Lcnd Yes-NO No Percent of Project Iter B. Will the assistant.-requested have an impact or effect Soo instructions for additional information to be on the environment? provided. Yes No (tor-►9. Number of: Will the assistance requested case tins displacement InJividuols of individuals, families, busincsaes,or forms? Families Businesses Yes X No Farms Item 10, Is thore other related assistance an this project previous, See instructions for a2ditional information to be ponding,or anticipated? providcd. Yes �X No 1; l 4` 00161 f UU-Lu A i t Y y`pyA I O R C O Y ^ CO CC) cn _ r I - O s a 1•- �T in s t `-'- O O O O O c Lr 0 0 0 0 p C, t 0 0 o 0 o a► - o o Ln o 0 0 ch cel .-i � f Ln cn i cl ! t � N N .� C2 ... f �► » 1 �•� !- r o O O O O e - 3 • 1 O 9 z a% o o rn y o o 'i r4 = ce N-4 cq .7 t� ch cc C p W • l^ N ? u o - - LU C7 o cl a a = = n o %0 O O O Cl O O 1 0 1 p N O O O O O 1 1 O Cl C2 ¢ O O In O O O O In p ` cZ a tn cn 0--i .--1 ch . cq F O U Lv US w • N !Z H u N O N N N N O {n Lnas p w R+ N N N C+7 o Z O Cl O • e O O O a CQ 73 e IE C5 • O V. o u 4 q O N V y a o s s 6 4 o L ` W a a f- O Q- "- F- W .; U U Ofes- d N In v aP! A a U "Wx O 00168 _ vf � ., �9t CONTRA COSTA COUNTY - HEAD START 1214 Ward Street Martinez, California 94553 372-2240 EPSDT - NARRATIVE FOR CONTINUATION OF EPSDT GRANT An assessment of need and priorities for the 1975-76 academic year determined that Contra Costa County Head Start should concentrate its efforts in the two sections of the County which have operating EPSDT Medi-screening and in the two Head Start Programs which have limited assigned Health Personnel. These areas encompass the West County (Richmond-Rodeo) and East County (Antioch - Brentwood) Programs. The proposed changes in the Program are to reflect the need of hiring two Consultant Nurses in Programs presently having only Health Aides. The Consultant Personnel will do the necessary coordination of Parent Information and Training and Coordination of Time and Transportation of the Children with the operating Medi-screening Programs in the County. Training of the Staff around the Medi screening Program will also be necessary. In addition, funding will permit time of two Health Aides to be extended so as to better coordinate follow-up activities and do evaluation and planning for the next year. Additional transportation money is required to help cover additional Staff has been budgeted. Matching regular Program funds and Staff time will be devoted to the effort of coordinating with the medi-screening Program. By this coordination we plan to have the majority of the children initially examined before class opens as per County Policy Council requirement. We expect a much higher quality Health Program to be the result of this coordination effort.- First ffort.-First - because it will assure initial service to the children involved, and Second - we will have both the time and resources for quality follow-up. MM:cc 8-1-75 00169 a no era•to • •r o o n o no type to t • •t q dotred line_ .OVER SHEET for FEDERAL GRANT APPLICATION/AWARD NOTIFICA t /APPLICATION DATE and other Project Reviews-STATE OF CALIFORNIAV, mo day 1975 8 15 ITELIS 1.31 TO BE C0161PLETED BY APPLICANT 3.A PLICANT-Oryanizationat Unit 4.ADDRESS-Street or P.O.Box 2 FEDERAL EMPLOYER t0 NO, CONTRA COSTA COUNTY BOARD OF SUPERVISORS ADMINISTRATION BUILDING 946-00-0509W 5.CITY 6.COUNTY 7.STATE B.YIP CODE 9.PROG TITLEINO.(Catalog of Fad Domestic Assistance) : MARTINEZ CONTRA COSTA CA 94553 13,600 1O.TY•E OF ACTIONtYPE OF CHANGE (Complete if}Ob at 10c was checked) tae 14.EXISTING FED GRANT IC ;a❑New c El ModiTrcation a tA,i.�Increased Dollars a El Increased Duration a ❑Other Scope i3J ;b0 Continuation b❑Decreased Dollars b❑Decreased Duration b❑Cancellation 80375 s yr ma 19.APPLICANT TYPE FUNDS REOUESTEDIForGURMShow LlnlyAmr.oflar.1IorOecf-L • Enter Letter 15.RE�UESTED FUND START 19-7-5 � A.State F. School District D Al FEDERAL f jS 32,094 .00 16.FU;40S DURATION 12 (Months) 8• Interstate G. Community Action Agency 21.STATE 1 S .00 yr mo C. Sub State Dist H_Sponsored Organization ZZ LOCAL S 00 17.Est.PROJECT START 1o75 1 D. County 1. Indian 22 ODDER 18.ESY.PROJECT DURATION COnt•(Months) E. City J. Other(Specify inRamuk 24 TOTAL 12D.2r.2Y2J/ ( 1 S r 00 25.BRJEF TITLE OF APPLICANTS PROJECT HEAD START FULL YEAR PART DAY 26.DEfCRIPTION OF APPLICANTS PROJECT(Purpose) TO PROVIDE COST OF LIVING INCREASE TO PERSONNEL AND PROGRAMS CONDUCTING A HEAD START PROGRAM WHICH PROVIDES PRE-SCHOOL EXPERIENCE FOR 350 CHILDREN, THE + MAJORITY OF WHICH ARE FROM LOW-INCOME FAMILIES. STATE. COUNTY] MULTI. 27.AREA OF PROJECT IMPACT indicate City.County.State.etc.) WIDE WI© COUNTY COUNTY I'd. 28.CO+NGRESSIONAL DISTRICT 29.Environmental Assessment Required 30.CLEARINGHOUSE(S)TO WHICH SUBMITTED Oi Applicant Districts Impacted By Project By StatafF*"nd Agency? ❑Yes 4 c 8.71 L 8.7 aNq a EO State b ❑Area Wide cO None 31.a NAME)TITLE OF CONTACT PERSON b ADDRESS-Street or P.O.Boxc TELEPHONE NO. MYRON W. MOCK COORDINATOR 1214 WARD STREET, MARTINEZ, CA 94553 (415) 372-2240 31.d it ENVIEONMENTAL DOCUMENT REVIEW REQUIRED YES D NO 117 a ww10 the project require h If project is physio)in nature or requires an re if Yes L�..33 Environmental Impact Statement(Report)Attached 120 copies) ion? Geologic eolenviro icSury y Ouadranment,list the U.S. 0 Draft EIR D Firtal EIR Y NO GeologiCSuryey Quadrangle map in which'`. f Does your aaggeency have a project is looted. • Negative Declaration Attached(20 copies) civil rights affirmaUve } L7 )pane attached-Document Will Be Forwarded On any policy Nd�? Approximately Mon Day Yearg Ispra ect covered by If No Federal Program Does Hot Require An Environmental Document AA35 tV? N/A rD Project Exempt Under State Categorical Exemption.Class YDS. NO if yes,4 A exe ed? + YES D NO 0 ITEMS 32.38 TO BE COMPLETED BY CLEARINGHOUSE MULTI PLE 32.CLEARINGHOUSE 10 ❑CLEARINGHOUSE 33.al�tCT)ON BASED ON 33.b ACTION TAKEN i > tiEVIEW OF STATE APPLICATION` I I I ( 1 0Notification a ❑With Comment c ❑Waived ' IDENTIFIER ISAI) r C A bOAp lication b0WithoutComment d ❑Unfavorable State Number + STATE WIDE County/J City County/ City County/ City County/ City County/ City County! City 35.CL Ping Area Ping Area Ping Area Ping Area Ping Area Ping Area IMPACT CODE F1 Y-El IVa ; r 36.STATE PLAN REQUIRED 37.RECEIVING DATE yr ma day 38.a SIGNATURE OF CH OFFICIAL. • AT CLEARINGHOUSE 19_,_,, -._- ❑Yes No 38.FINAL CH ACTION DATE yr mo day ITEMS 39.42 TO BE COMPLETED BY APPLICANT BEFORE SENDING FORM TO FEDERAL AGENCY 39.CERTIFICATION- The applicant certifies that to the bast of his knowiadge and belief the above data are true and Check box if clearinghouse FI-) correct and titin-,of this form has been duly authorized by the i09 body o aPPlicant. response is attached. L-) ; + 40.a INVAME(Print or Type) b TITLE c SIG ihori2ad R ()(lute d TELEPHONE NUMBER Y N. es5 Chairman, rd of Supervi 1 1975 i 41.DINE MAILED TO FEDERAL/STATE AGENCY yr mo da 6F7EbltRAL r TO WHICH THIS A ION SUBMITTED i ITEMS 43.54 TO BE -OMPLETED BY FEDERAL OFFICE EVALUATING AND RECOMMENDING ACTION ON THE APPLICATION 43.G$ANT APPLICATION 10 52. Application Recd. 53.a Exp-Action Oetc 53.t R,r to Applicaor ;l Assigned by Federal Agency) yr ma day yr mo day vt mo +fav Always Complete 53.a OR b 19 t9 19 44.G•ANTOR AGENCY -- -- "' R Amended Aoplic. Rev.Expected 54_Exp.Action Scats.:{I+u•{+t Rol.r.. E Received E Acton Date a se R Appl{cant t {45.OPGANIZATIONALUNIT V V V + ) yr mo day ( yr mo day Vr mo day $ yr mu +:dy S S ( 19__ ( 19_ 19 ( 19 _ 46.A+MINISTERING OFFICE f N 19-.. - N t9_ , - _ 19__, N 19-_-� _ S t9___. S 19-- ^119 _.._ S 19_-� I I E 47.ADDRESS-Street or P.O.Box 48.CITY 9.STATE ISO.ZIP CODE7LEPHONE NUMBER + ; ITEMS 5565 TO BE COMPLETED BY THE FEDERAL OFFICE APPROVING THE GRANT APPLICATION FI AL ACTION FINAL DATES yr mo day FUNDSAPPROVED[For Changes Show OnlyAmt.ofInc.(*I or Dec NJ 1 .a ;`1 Awutled b C3 Rejected e ❑W{thdrawn 19 - 60.FEDERAL AMOUNT(F Y fundsl I JS .00 55 19 61.STA TE SHARE l fS .00 56.FUNDSwode AVAILABLE 19 62 LOCAL SHARE 1 )S 00 57.Ef4DiNG DATE 58. FEDERAL GRANT 10 63 OTHER ( /S OD 64. TOTAL(60.61.62,63) f 1 S .00 1 59.Elf Or-RAL FUND ACCOUNT NUMBER 65.MULTIPLE PROGRAM-LINK 00170 + 66. REMARKS J 59.FIDE RAL FUND ACCOUNT NUMBER 65.MULTIPLE PROGRAM-LINK 0017 0 66. REMARKS : %;OVER SHEET for FEDERAL GRANT APPLICATION/AWARD NOTIFICATION 1 APPLICATION DATE and other Project Reviews-STATE OF CALIFORNIA . yr and day 19 75 8 15 ITELIS 1.31 TO BE COMPLETED BY APPLICANT 3.APPLICANT-Organizational Unit 4.ADDRESS-Street or P.O.Box 2 FEDERAL EMPLOYER 10 NO. CONTRA COSTA COUNTY BOARD OF SUPERVISORS ADMINISTRATION BUILDING 946-00-0509 W 5.CITY 6.COUNTY ].STATE 8.ZIP CODE 9,PROG TITLE/NO.(Catalog of Fed Domestic Assistance) ' MARTINEZ CONTRA COSTA CA 94553 13,600 10.TYE OF ACTION TYPE 1 OF CHANGE(Complete if 10b or 10c was checked) 13.EXISTING FED GRANT IC iii ON. c 0 Modification 1a LJlnaeasedOollan 1a ❑tncreasedOuration 13. & F-1 Other Scope Ch" �❑Continuation b 11 Decreased Ooltars b❑Decreased Duration b❑Cancellation H 0375 Yr mo 19.APPLICANT TYPE FUNDS REOUESTEDIFwCesnyrrShow Onh,Amt of1nr_l#)orDrcf•1 Enter Letter 15.REfIUESTED FUND START 19-.ZSR: A.Stop F. School District D 20_FEDERAL I is 24 000 16.FUNDS DURATION 12!Months) B. Interstate G. CommunityActionA9411110 21.STATE yr mo C. Sub State Dist H.Sponsored Organization 2Z LOCAL 1 JS 17.ESt.PROJECT START 14 75 1 O. County I. Indian 22OrHER ( is - 18.EST.PROJECT DURATION COntlMonths) E. City J. Other(Specify inRemark 2e.rorAL x20.21,22 23) ( 1 S 24vUUO 25.BRIEF TITLE OF APPLICANT'S PROJECT HEAD START SERVICES TO HANDICAPPED CHILDREN 26.DEOCRIPTION OF APPLICANTS PROJECT(Purpose) TO PROVIDE SPEECH SCREENING, DIAGNOSTIC AND THERAPY SERVICES, ON A COUNTY WIDE BASIS, TO 350 PRE-SCHOOL CHILDREN. TRAINING WILL BE PROVIDED TO STAFF AND PARENTS WORKING WITH SPEECH IMPAIRED CHILDREN. 27.ARI=A OF PROJECT IMPACT(Indicate City.County.State,etc) UN MYesU, 1. COUNTY WIDEQ _s N COUNT`. i Y[7 (v3 28.CONGRESSIONAL DISTRICT 29.Environmental Assessment Required 30.CLEARINGHOUSEISI TO WHICH SUBMITTED Ot Applicant Districts Impacted By Project By StatelFederal Agency? ❑Yes 1 8.7 1 [ 8.7 1 ®No &O State b ❑Area Wide c❑None 3t.a N}AMEMTLE OF CONTACT PERSON b ADDRESS-Street or P.O.Box c TELEPHONE NO. MYRON W. ICK, COORDINATOR 1214 WARD STREET, MARTINEZ, CA 94553 1(415) 372-2240 31.d 1t ENVB�,gDNMENTAL DOCUMENT REVIEW REQUIRED YES 1] NOG9 efWal th>project require h If project is physical in nature or requires an tf Yes U Environmental Imoact Statement(Report)Attached(20 copies) rewcauon7 environmental document,list the U.S. ❑ Draft EIR 0 Final EIR YES NO GeologicStrvey Quadrangle map in which t' P3 Negative Declaration Attached 120 copies) f Does your, 'y have a project is located. • O None attached-Document Will Be Forwarded On civil tin polichtsy pve t action policy and plan? Approximately YES NO Mon Day Year 91 s pprro ect covered by N/A If No ®® Federal Program Does Not Require An Environmental Document A 95. IVt Project Exempt Under State Categorical Exemption.Class YES pp NO ® [j If yes.tsQ3A execuTad? YES (3 NO 0 ITEMS 32-38 TO BE COMPLETED BY CLEARINGHOUSE MULTIPLE 32.CLEARINGHOUSE ID ❑CLEARINGHOUSE 33.a XTION BASED ON 33.b ACTION TAKEN P REVIEW OF STATE APPLICATION a ❑With Comment c ❑waived i C A a(1]Notifieetion �' IDENTIFIER (SAI) A9❑Aa lication b❑W.-lout Comment d ❑Unfavorable State Number R STATE WIDE County/ City County/ City County/ City County/ City County/ City County/ City PI Area 7 35.CLEARINGHOUSE g Ping Area Ping Area Ping Area Ping Area Ping Area 1 IMPACT CODE Yes 1:1 No 2 36.ST}TE PLAN REQUIRED 37.RECEIVING DATE V, mo day 38.a SIGNATURE OF CH OFFICIAL AT CLEARINGHOUSE 19_- ❑Yes U No 38.FINAL CH ACTION DATE yr mo day . u 19- ITEMS 39.32 TO BE COMPLETED BY APPLICANT BEFORE SENDING FORM TO FEDERAL AGENCY ' The applicant certifies that to the best of his knowledge and bat lef above data are true and 39.CE�iTIFICATION- correct and filingof this form has been duty authorized by the i eCr box t attaclearched. Ay applicant. ponce is attached. R 40.a ,AME(Print or Type) Tb IT E SIGN rized vvt�A EPHONE NUMBER . N. Boggess Chairman, ra Of SuperviSfl 1 1975 41.DATEMAILED TO FEDERALISTATE AGENCY yr mo day 2. OF FEDERAL / STATof&Q CY - i TO WHICH THIS APPLICATION SUBMITTED i ITEMS 43.54 TO BE COMPLETED BY FEDERAL OFFICE EVALUATING AND RECOMMENDING ACTION ON THE APPLICATION 43.GQANT APPLICATION ID 52. Application Recd. 53.a Exp.Action Date 53.1) Rat. to Applicant :(Assigned by Federal Agency) yr mo day yr mo day Always COmpleTe yr nsn day ' S3a OR b 44.G'ANTOR AGENCY 19 T9 19- - PR Amended Applic. R Rev.Expected 54.Exp.Action R Sun"Iuvnt Re".Action Date Revised ApV E Received Gcant A E As Of E 45.ORGANIZATIONAL UNIT V V V I R S yr m0 day S yr mo day yr m0 day S yr mo .:.•y l 19 ) 19 19 ) 19 A 46.A 5 MINISTERING OFFICE --- - -- -- --- Y N 19 N N --- 19 S 19-- - S 19- - - 19 S IJ--- i 47.ADDRESS -Street or P.O.Box 48.CITY 9.STATE 50.ZIP CODE 51.TELEPHONE NUMBER ITEb1S 5565 TO BE COMPLE TED BY THE FEDERAL OFFICE APi'ROVING THE GRANT APPLICATIO` FINAL ACTION FINAL DATES Yr mo day FUNDSAPPROVED(ForChanges Show On/yAmr.ofInc.I*l orDzc.1•1./ P 155.a } I Awarded b ❑ Rejected a ❑Wandrawn 79_ _-- 60.FEDERAL AMOUNT IF Y funds] I )$ .00 56.FYNDSAVAILABLE 19 - 61.STATE SHARE I IS .00 R 57.ENDING DATE 19- -_ 62.LOCAL SHARE I is .00 58. FFDERAL GRANT 10 63.OTHER I is .00 �T 63. TOTAL I60.61,6?.631 I Is .00 - 59.FIDERAL FUND ACCOUNT NUMBER 65.MULTIPLE PROGRAM-LINK 0 017 I P 66 REMARKS 1 J 59.I-JUeRAL FUND ACLUUN I NUMBLR 65.MULt1PLt:PI 10GRAM-LINK 0 0171 66.REMARKS Do •t r ae to the lett of dotted line. COVER SHEET for FEDERAL GRANT APPLICATION/AWARD NOTIFICA t APPLICATION DATE and other Project Reviews-STATE OF CALIFORNIA19 7y�` r1r"f' Clay .TELAS 131 TO BE COMPLETED BY APPLICANT 3.APPLICANT-Organizational Unit 4.ADDRESS-Street or P.0.Box 2 FEDERAL EMPLOYER to NO. Contra Costa Co. Bd. of Supervisor County Admin. Bldg. 5.CITY 6.COUNTY 7.STATE 8.2tP COOE g-PROG TITLE/NO.(Catalog of Fed Domestic Assistance) Martinez Contra Costa CA 4553 13.600p - 10.TY MI E OF ACTION TYPE OF CHANGE(Complete it'Ob or 110c,was checked) 13 14,EXISTING FED GRANT t_ ew c ❑ Modification a ❑Increased Dollars a 12,0 Increased Duration a El Other Scope Ch Continuation b❑Derxeased Dollars b❑Decreased Duration b❑Cancellation yr mo 19.APPLICANT TYPE FUNDS REOUESTEDfFarChAarsShow OW,Amt ollnc(+)orDec(J 7' 75 0 Enter Letter 7,100 15.REQ UESTEO FUND START 19.. A.State F. School Distritt 20t FEDERAL t f S6- 16.FUNDS DURATION 12 Months) B. Inmstate G. Community ActionAgenc ?,,STATE �S _ yr mo C. Sub State Dist H.Sponsored Organization 27.LOCAL ( 1 S 17.Est PROJECT START 1Q 0, County 1. Indian 22 OTHER 18.EST.PROJECT DURATION 12 (Months) E. City J. Other(Specify in Remak 24 TOTAL 120.21,22.231 f 1 S r LUU v_ 25.BRIEF TITLE OF APPLICANT'S PROJECT Head Start Full Year Part-Day 26.DEPCRIPTION OF APPLICANTS PROJECT(Purpose) To coordinate Health Services in Head Start Program with County Early Periodic Screening Diagnostic Treatment (EPSDT) & Medi-Screening Program. Grant will provide additional Nursing & Health Coordination services for approximately 175 children. 3 Cities, Richmond, Antioch, & Brentwood, in Contra Costa Co. 27.AR€A OF PROJECT IMPACT(Indicate City.County,State,etc.) I COUNTY] L ,- Contra Costa Co. �NIDE- WIDE �UIYT'. IP irex 28.CONGRESSIONAL DISTRICT 29.Environmental Assessment Retauired 30-CLEARINGHOUSE(.S)TO WHICH SUBMITTED Ot Applicant Districts Impacted By Project By State/Fed"Agency? ❑Yes 11 08,07,10,11 ] ON. A%late b ❑Area Wide c❑None 31,a(JAME/TITLE OF CONTACT PERSONb AO RESS-Street or P.O.Box c TELEPHONE NO. t Myron W. Mock,Head Start Cq�Ydj County Administration Bldg. 15-228-3000 31,d It ENVNMENTAL DOCUMENT REVIEW REQUIRED YES O NOX a Wi11 the project require h tf project is physical in nature or requiresan If Yap Environmental Imoect Statement(Report)Attached 120 copies) relo ation? environmental document,list the U.S. 0 Draft EIR 0 Final EIR Y NO Geologic Survey Quadrangle map in which_' C� Negative Declaration Attached(2D copies) f Does your asgqfency trave a project is located. (3 ovel rghts affi... live • None attached-Document Will Be Forvrarded On action and plan? Approximately YES poli NO Mon Day Year g Is pprro ea covered by If No Federal Program Does Not Require An Environmental Document A-95 �[IV� Project Exempt Under State Categorical Exemption.Cass if YgsVesS l9fOA eo Qed? YES 0 NO Q ITEMS 32.38 TO BE COMPLETED BY CLEARINGHOUSE ' MULTIPLE 32.CLEARINGHOUSE IDtoo CLEARINGHOUSE lol loglo9l J33,a AICTION BASED ON 33.b ACTION TAKEN 1 REVIEW OF STATE APPLICATION, t i a�{ ai5`Notification a ❑W' Comment a tYaived �' IDENTIFIER (SAI) C A 1 i ' 90APplication b b Without Comment d❑Untavorable State Number STATE WIDE County/ City County/ City County/ City County/ City County/ City County/ City 35.CLEARINGHOUSE Ping Area Ping Area Plnq Area Ping Area Ping Area Ping Area T IMPACT CODE D Yes IN NO O u IN 3010 O? CI10 �7 O�IrO r_ iii.SThTE PLAN REQUIRED 37.RECEIVING DATE .fir �'9� 38.a SI NATURE OF CH OFF)CIA AT CLEARINGHOUSE 19j�5t7.L7tL�i e Yes No 38.FINAL CH ACTION GATE yr m� da � � � 774� : t 9�Q_ ITEMS 3932 TO BE COMPLETED BY APPLICANT BEFORE SENDING FORM TO FEDERAL AGENCY The applicant certifies that to the best of his knowiledge and lief the above a true and Check 39.CERTIFICATION- correct and filing of this form ties been duly authorized by qov inq y of the sppl' t. box if clearinghouse A response is attached. 40.a AME(Print or Type) b TIT E e ,,2 19Authoriz entative d TELEPHONE NUMBER R SIU; N, Boggess Chairman, ra of SUpervi rs 75 T 41.DATE MAILED TO FEDERALISTATE AGENCY yr mo da _. AME OF FEDERA ATE AGENCY TO WHICH THIS&MLICATION SUBMITTED : ITEMS43-54 TO BE COMPLETED BY FEDERAL OFFICE EVALUATING AND RECOMMENDING ACTION ON THE APPLICATION 43.GFIANT APPLICATION 10 52. Application Recd. 53.a Exp-Action nate 53.1r Ret. to Applicant .!(Assign ed by Federal Agency) yr mo day yr Ino day Always CompletE vt mo day ; 530 OR b 44.Gl5ANTOR AGENCY /9 79 19 P ; R Amended APPlic. R Rev.Expected 54.Exp.Action R Subw-twunt Ret.r : E Received Action Date Revised Applicant E As Of E 45.OF)GANIZATIONAL UNIT V V V R ) S yr mo day S Yr mo tlev Ys mo tlaY S yr gnu .hay T ) 19_ A 46.A•MINISTERING OFFICE _ 1 19 19 __ 1 19-_- Y N 19 N 19_ _ _ 19_, N 19 S 19____ S 1'l_ -_ _I 19 _- S 19 47.A17DRESS-Street or P.D.Box I48.CITY 9.STATE 50.ZIP CODE 51.TELEPHONE NURIBER : ITE l.•S 556S TO BE COMPLL TE O t.v 1"E F t Oi !,t F ICE :.ViRUVIt.; reit (;RA.•:1 A"PL!CAT7_)1: FINAL ACTION FINAL DATES yr mo d.v FUNDSAPPROVED[For C/ungesShow On/yAmGatlnc. (4-1 or Der (-).] 55.a :J Awarded b ❑ Rejected c DLVithdra.n 19- -- . 60 FEDERAL AMOUNT(F K-/ands) ( is .00 A156.FENDS AVAILABLE 19- -- 61.STATE SNARE ( is .00 R 57.ENDING DATE 19_ 62.LOCAL SHARE f 1 S .00 T 58. FFOERAL GRANT 10 63 OTHER ( is .00 64. TOTAL (60.61,62,63) C l S .00 59.FErOERAL FUND ACCOUNT NUMBER 65.MULTIPLE PROGRA'A-LINK `����� i x INSTRUCTIONS FOR COMPLETING FORM CA-189 t" These instructions are designed to assist in completing the APPLICANT portions of the Form CA-189.These portions are PART 1 and PART 3 and are SHADED PART 1 29. ENVIRONMENTAL ASSESSMENT?-Enter an X inappropriate BOX NO,TITLE,INSTRUCTION box.If X is in YES-attach a copy, 30. CLEARINGHOUSES TO WHICH SUBMITTED-Enter an X in 1. APPLICATION DATE - Date application is sent to the the appropriate box. Clearinghouse. EXAMPLE: }r mo dap 31a. NAMEITITLE OF CONTACT PERSON-Enter this information 73 01 02 for the person who has the most complete information regarding the proposal who can be contacted if necessary.Do 2, FEDERAL EMPLOYER I.D. - This number is assigned to not give the name of the administrator (for example,mayor) business entities by IRS.It has 9 digits.If you do not have an with general responsibility for the project.The contact person I.D. or need assistance in locating it, contact the funding will receive an acknowledgement of receipt, the State agency. Clearinghouse identification number,and,upon completion of EXAMPLE. 456.62-6634 the review,any comments generated from the project review. 3. APPLICANT-Use capital letters.MAXIMUM 40 CHARACTERS 31b. ADDRESS (including spaces).If necessary,abbreviate. 31c TELEPHONE -Enter this information for the person who has EXAMPLE: STATE HEALTH DEPT US FOREST SER I'ICE the most complete information regarding the proposal who can be contacted if necessary- Do not give the name of the 4, ADDRESS - Use rrpital letters MAXIMUM 24 CHARACTERS administrator(for example,mayor)with general responsibility for the project (including spaces). EXAMPLE: 3916 WOODSTOCI►AYE 31d-31h ITEMS FOR CALIFORNIA REVIEW- 5, CITY - Use capital letters. MAXIMUM 16 CHARACTERS 31d. Is Environmental Review Required?-If yes,California requires a minimum of 20 copies of attachments such as EIRs, Negative Declarations,maps,ac.for review purposes.If none EXAMPLE: SACRAMENTO attached, be sure to fill in an approximate date such documents will be forwarded for review. 6. COUNTY - Use capital letters.MAXIMUM 16 CHARACTERS If no, indicate reason- If project is exempt under Sate (including spaces). Categorical exemption,fist which one (see"Guidelines for the EXAMPLE. S4C"VEATO Implementation of the California Environmental Quality Act of 1970."1 7. STATE-Use capital letters-MAXIMUM 2 CHARACTERS 31s. Will the Project squire Relocation?-Will people be EXAMPLE. Gi required to move from their residences as a result of this Arizona .................AZ Project? Californic................Gt 31f. Does your Agency have a Civil Rights Affirmative Action Hawiaii...................HI Policy and Plan?-Self-explanatory. Nerada..................NV 315. Does A-95,Part IV apply? -This section requires the Guam..................•.GU execution of a Memorandum of Agreement between an American Samoa ..........AM Areswide Clearinghouse and any federally-funded, Troch Territories ..........TT single-purpose planning entity which shares its territorial 8, ZIP CODE-Enter your zip code sphere of interest. EXAMPLE: 95614 If so,has MOA been executed?-A copy of the Memorandum of Agreement must be attached to the application,but should 9. PROGRAM TITLE/NUMBER -Obtain this information from the not be submitted for review to the State Clearinghouse. fundingagency or the Catalog of Federal Domestic Assistance. 31h. If Project is physical in nature or requires an Do not include decimal point.Place abbreviated program title environmental document, list the U.S. geolosical survey in parentheses following catalog number. guadrangle mapW in which the project is located. - ---EXAMPLE. 13403(Bilingual Eduej Self-exptanatory- NOTE: 10. TYPE OF ACTION-Enter X in the appropriate box. Other Reviews Required in California 11.12.13, TYPE OF CHANGE-Complete only if you have checked box 10b or l Oc. The Form CA-189 may be used for all other reviews required by the State-Such reviews as those required by the Subdivision Map Act(See 14. EXISTING FED.GRANT I.D.-If you have checked Item 10b or Section 11550.1 of the Government Code), Lease of State Lands, 10c or have had previous correspondence with a Federal CEOA reviews which do not involve federal funds, etc., may be Agency concerning your present grant enter this number, initiated by submitting s Form CA-189 with applicable sections of Part EXA1tfPLE: OSD-CA-09-3901 1 completed, along with 20 copies of subdivision maps or other appropriate documentation, to the State Clearinghouse- Areawide 15. REQUESTED FUND START-Enter appropriate date. clearinghouses each have their own requirements, and the sponsor should check with them prior to project notification. 16. FUNDS START-Enter appropriate date- The Clearinghouse will complete the review, fill out the applicable portions of Part 2,line out the rest of the form,sign it and return the 17. EST.PROJECT START-Enter appropriate date. form to the sponsor along with the comments generated by the review. 18. EST.PROJECT DURATION-Enter appropriate date. 19. APPLICANT TYPE - Enter the appropriate letter in the box PART 3 provided,Federal agencies use letter J. 20, 21, 22, 23, 24. FUNDS REQUESTED - Enter appropriate The original of Form CA-189 will be returned to you by the State amounts.If no funding involved,tinter O. Clearinghouse as well as each that you sent to the Areswide Clearinghouses. EACH FORM MUST BE INCLUDED IN THE 25 BRIEF TITLE OF APPLICANT PROJECT-Use®pita)tetters. APPLICATION PACKET-COMPLETE PART 3on the ORIGINAL and MAXIMUM fin CHARACTERS(including spaces). forward it attached to the application to the funding Agency. EXA11PLE. CONSTRUCTIONOF-NEWHOUSIXG 39. CERTIFICATION - If a tetter from the State Clearinghouse confirming completion of the required review is attached,enter 26. DESCRIPTION OF APPLICANT'S PROJECT (PURPOSE) -Use X in box. capitaltetters. MAXIMUM 300 CHARACTERS (including 40a. NAME spaces). 60 characters per line, 5 Tina. Make description 40b. TITLE complete, intelligible to non-specialist.Include,if appropriate, 40e SIGNATURE source and amount of statellocallprivate matching funds,and 40d. TELEPHONE NO.-Complete this information for the person tames of others with whom coordination has been established. with responsibility for the proposal.THIS IS THE PERSON 27. AREA OF IMPACT-Use capital letters.Always include county WHO SIGNS GRANT APPLICATIONS FOR YOUR or counties of impact.Include city if appropriate.If not within AGENCY. bounds of a named city or town,give rough location in Box 26 41- DATE MAILED TO FEDERAL AGENCY -Enter appropriate above. Indicate whether impact is statewide, countywide or date. multi-county. If multi-county, list county of greatest impact first. 42. NAME OF FEDERAL AGENCY TO WHICH THIS APPLICATION IS SUBMITTED - Enter the abbreviation as 28. CONGRESSIONAL DISTRICT-A:AXIMUM 2 NUMERALS. 1-fisted on attached sheet. If a state agency APPLYING for federal funds,complete section below,using instructions in State Administrative Manual,Sections 0911 ++ Departmentat Current Year Departmental Budget Year Carry Forward70TAL 1 No, 1974-7S 10 No. 1975-76 1) STATE OPERATIONS 2) LOCALASSISTANCE 3) CAPITALOUTLAY If a state agency HAS BEEN AWARDED federal funds,complete section below,using instructions in State Administrative Manual,Sections 0911++ e rtmental Bud t Year s � In the Board of Supervisors of Contra Costa County, State of California August 19 19 In the Matter of Greenwood Drive Drainage Systema, Rollingwood Area, Work Order 4741 . IT IS BY THE BOARD ORDAW that the Public Works Director is AUMORI?.SD to correct a street. and local drainage problem in the Greenwood Drivedrain a system, Rollingwood area, at an estimated cost of $3,000a Class i categorical exemption from Havironmental Impact Report requiramwtsy.> PAS= by the Board on August 19, 1975. 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 ac: Public Works Director Superv'aors County Auditor-Controller County Administrator affixed this 12th day of August 19 J. R. OLSSON, Clerk By Deputy Clerk H za 12/74 - 15 M Constance J. Davies 00174 IN TIM BOARD OF S'U?ERVISO,RS OF CONTRA COSTA COMITY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) for Maintenance of Median Land- ) August 19, 1975 scaping, Various Streets, County ) Service Area M-8•, Discovery Bay ) Area. ) Bidder Total Amount Contra Costa Landscaping, Inc. $9,636 155 Dutra Road Martinez, California 91553 M. H. Hansen Construction, Lafayette The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that the Public Wo:?ks Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed' the contract and returned it with any required certificates of insur- ance, 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 August 19, 1975 IED'COPY .i-�::tf• t211t !h1= t 1 a [1111• true & correct copy o1 Public Works Director the w4zinal 0ortiment %rhlch is on file in fay office cc: cad that it eras passed & adopted by the Board of - County Counsel 3ltper>;isors of Contra ersta County. California. on ty County Auditor-Controller �date oi-friria Cleerr t=1d Board of o s penviso Contractor W t*putr CferL • ot: AUG 19 1975 00175 " . COUTRACT r now H]►IN'tBIAG88lll MT (Contra Costa County Standard Form) 1. :it'iiIAL These special teras are incoorated below by reference. VO?ntra Costa Canaty (yy2,3) Parties: [Public .agency) Contra, Costa Tandociping, Inc. [Contractor] 355 Dutra Roa4 blatrtines,. C&• 94553 Complete legal nawc (52) Effective Date: JW* 4 X975 (See 54 for starting date.] (53) 7'ae uorJ:: Maintain neftan laodeeViW in County .SPZVUe " N-8v Diacatery Boys all in accordance with the Plano, Broulapp and Specifications prrpared by or for the Mlle Worsts Director. including Addend= bio- 1, and in accordance with the accepted Bid Proposal. (54) Completion rice: [strike out (a) or (b) and 'calendar" or "working"] (a) By [date] Jona 309 1976 ; unless cancelled earlier by (b) �• • . Contra Costa County ill (55) Uquidated Damages: S NOXI per calendar day. (56) Public Agency'a.:gent: Publia WOrka DirWtW (57) Contract Pric S 90 , Ifo . str pplicable.] 5It;:7ii2't'xt:; G AL`r':;OI.'L�bG:: Public Agency, By: t: (President, chairman Or Other Vernon L. uesignated Representative) Chief Deputy Public Works in2l P ) Contractor hereby also acknowledging awareness of and compliance with`... !� Labor Cod 51^UG1 n ruing ttorkmen' Compe sation Law.; � 11y: c[4 iWVORhTV Ucsigna o fi cap2rdlty in the businessj :SEAL] rJ By: Designate official capacity in the businessi dote to Contractor (1) .;xRcute acknoule.P.rr:ent fora below, and (2) if a corpora- ..'or., affix Corporate Cosi]. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - State of Ca o;ilia ) ACl.JOff6EDC::B:1. (by Corporation, County of {r, ) ss" Partnership, or Individual) The persons) signing above for Contractor, known to me in individual and business capaciwsqs.�s c-}n; }���.yy W before me today and acknowledged that he/they c::ecutcCd that d;b==x3mration Cr partnership narxd above executed it. c; BILLYE J. TURK Dated: 'fir• NCI-azZv PtIfILIC 7r �:O,i`'t= jam, q�Gs�asNae EtI:ta ieiaap U.2914 — v •' " j pI tt3]11I1��.'t it21i1127t1U1 W j11w1Uutpi UIIIIU.'� LtIL ::ot7ary1 - - - - - - - - - - - - - - - - - - - - - - - - - - - - ./L - - - - - - - - - - FOIU lll'PI.` LD: J. H. CLAUSLN, County Counsel, !ty •- iY� / <LL� .I'4F Deputy (Page 1 of 4) (CC-1; ]tcv: 1_-73) 00176 3. 'dUltl: CUZJ'A!MCT, C11JUJ ;ES. (a) 1Sy their signatures in Section 2, effective on the above nate, these parties promise and at ree as sct forth in this contract, incorporating by these references the material ('special terms') in-Sec. 1. (b) Contractor shall, at his own co:;t and e:cttense, and in a worku=like mariner, fully ana faithfully perform and complete the work; and will furnish all materials, labor, services and transportation necessary, convenientm anu proper in order fairly to perforthe requirements of this contract, all strictly in accorcance with the Public Agency's plans, drawings and specifications. (c) The work can be 'changed' onr,`tiittt Public Agency's prior written order specifying such change and its cost agreed to by tlhe parties; and the Public Agency shall never have to pay more. Ujaii•specifibpq in 5cc...7 wititout such an order. 4. ' TItlh:: '140TICr TO PRbCEED. Contractor shall start this work. as directed in the speci- ications or tyre i:otice to Proceeu; and shall complete it as specified in Sec. 1. 6. LIQUIDATtD DM AGES. If tAd Lontractor fails to complete this contract and this work within tthe Mx_- fixed therefor, allowance being made for contingencies as provided herein, )ie'becomcs=Tiaule fo• the Public Agency for_all-it;, loss end damage therefrom; and because, from the nature .of t-ltc case, it: is;and.wilk be inpra cable,•-aud.,extremely difficult to ascertain•and.fi. the Public Agency's actual.damage moors aim X delay in performance hereof, 'it 'is agr,:Z:d_ eist Cop ntractor will ' ay as 'liquidated damhyes to t'he Public Agency the • rt as-onaiilc sum spccifi6d iii' Sec. =i, thc•-ic:sult-of the parties' �-icssonablc endeavor to estinate fair average corgiensation therefor, for each calendar day's delay in finishing said worl:; and if the same be not paid, Public Agency may, in addition to its other rcmcdica.,-deduct.thc,_sap_- from any money due or to becorec due Contractor under this con- tract. If thc'Public"Agency for any T�ause'ahit.'horizes or contributes to a delay, suspen- sion.•of vorfi-�or cnicn!lron of tisc, its duration shall be added to the time allowed for completion',-but it shaLL not•be'deemed a waiver'riot be:-used to defeat any right of the itcemtcy to damages for nosh-completion or dela:• hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the dor!:, when.such.delay,was caused by the failure of the Public Agency or the owner of a utility to provlc( for removal or relocation of existing utility facilities. o. I17-1UGiZATLD L()CfjN%.*rS. The plait;., drawings and specifications or special provisions of the-Publ,ic Agency-s call" for bias,:`and:Contractor$ accepted bid for this work are - hereby incorporated into thus contract; anil`tthcy are'1iihten ed to co-operate, so that any- thihhg c::ai:jited in the plans or drawings and not tx:ntioned in the specifications or special provision:,, or vice versa, is to be a::.:cured as if exitibiteu, mentioned and set forth in iota, to tite true intent arum maaaning tiierc:of wlhen taken all together; and differc:hccs of opinion concerning tltc:;u shall be finally deterwined by Public Agency's Aijent specified in Sec. 1. 7: PAYtlr27T. (ZO r or,-.-is strict and llieral'fulfillxicht of these promises and conditions, ant, aE ful17 compensation for all this work, the Public Agency shall pay the Contractor the sun, specified in Sec. 1, except that in unit price contracts the payment shall be for fieisked quantities at unit bid prices. (b), tin or about the first uny of each calendar month the Contractor shall submit to ' tiha .11uh1ic Agency a verified application for pawttent, supported by a statement showing, all rhaterials actually installed during the preceding m..omttt, the labor expended thereon, ane; rhe cost thereof; wAcreupon, after checking, tu: Public Agency shall issue to i Co;.tractor a certificate for tine as.uwht determined to be due, minus 101 thereof pursuant to uovcrmu.:eut Code Sec. 5301.7, but not un it d.:fecLive wort: and materials have been re:.-ioveu, replaced and made goad. 4. PAYUMTTS WITHHELD. (a) lite Public Agencl or its agcut racy withhold any payment,,or e_asse or later discovered evidence nullify all or any certificate for payment, toa�iuch e::tchht and period of tiu.e only as may be- necessary to protect the Public Agency fi&j loss bt:QUus,: of: (1) Defective wart; not ret.:edicd, or uncuLipleted work, or (�.,) Claims filed or reasonable evidence inuicatiu.j probable filing, or (3) failure to properly pay subcontractors"or for r.wterial or labor, or (4) ReasonaLle douut that tate wort: can uc: cot.ghletnd for tyre balance three unpaiL, or (5) Damage to another contractor, or (t;) Damage to the Public Agency, other than damage due to delays. (b) Ate Public Agency shall us.� reasonable Ciligeuce to discover anrt to the ; Contractor, as ti,e war): progresses, t~te mmaterials ant: labor which are trot satisfactory to' it, so as to avoir: unnecessary trouble or cost to t:ie Contractor in making good any defective war]: or parts. (c) 35 calendar days after tike PuLlic Agency files its- notice of cowpletion of the entire (Page 2 of 4) 017 I'CC-1; Pcv. 12-73) work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have Leen paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been fileu against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURA14CL. (Labor Code S51860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec.- 3700 and the Workmen's Compensation Lau. 10. SONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his paynent for all labor and materials hereunder. 11. FAILLRX TO PLRFORH. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and local laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs:. 1735, 1777.5, 6 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 S 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCOTITILACTORS. Government Code SS4100-4113 are incorporated herein. 14. WAGU RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtiiae work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that 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 obese rates to all persons on this work, including all travel, subsistence, and fringe benefit payments provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall irmediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum 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. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this work by the Contractor or'by any sub- contractor shall be required or permitted to wor): longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRI:i1TICES. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-1; Rev. 12-73) i' 00178 17. PHLFLRUNCL FOR MATL'RIALS. The Public Agency desires to promote the industries and econotay o Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGt1MIT. This agreement binds the heirs, successors, assigns, and representatives o -the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. 1,40 WAIVER BY PUBLIC AGENCY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HAMILESS S INDEIMITY. (a) Contractor promises to and shall hold harmless and indemnify from the abilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su ered, 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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection wi'�e matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employees) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provisions) in connection with this work, 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. 21. EXCAVATION. Contractor shall comply with "e provisions of Labor Code Sec. 6422, if applicable, by submitting 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) OQ179 �7nj -6 eooi r Yf°` .* a s +R..�r? '..r 'aPt�,, ,1�., ",�., t'^.�li�.s�y i ?�, a+�19 f N y' Sk .', ..' t {' Y .f 15 1'6E 11 w te' 't .t=re j-sw S t F Tz >> L v •' t:.�r,��►u lJa• 1C11 11 Olrc!tKS Dt:iARTI,fr. r �� uirFlR r 11 � T a• .,gip «/blt Oerwr auur.�u...�MK , MS • s ' •• • • 11 a,00 us couarnar _ ,:�:��� :. .:�t• - u� ll�r� C 4 111 CC)Gly xY 4 ar u i r Iyrnuc wwcws.w :rale` J, TliT ARf t ocicn aoL I'llsiK raoaw,werM , �wut Mu�wwa pp�uss rt ecKir ,!-p it1i0A7CH. F ssayccAtlrlc»icllrr. ' x saCl'1lYY.fJSIf 1.•LJlt .d7fY1CG1 tillitTitiCZ;GAI.ItOttNlA�i'.F�Z s , a�-,-�. '�,fib-�I I4, RT5 L KCI 1112 r r t {� Sp , TV;.-,I KAWSIVQI^TIOp r e. r,,," c'a...�ru { " 5 « � 11J`uao,.25 1915 a � - •+ M t . � s �„ { - 1. � . f� 5 d �4�,aN. Gont3ewens , F { ' p11 ,- s <; � � < 'he foilou shall. bcs considere d:a s.;lln� n;i Y�U_' r '>tai,the `R ;-qgla`,,14��4 , _ P - . f �. IlL �. Gounty ueas and Sliccin7. Provisions;for Mandsca a I�fainLopnncc� ins CotuZt Servicoll� : Aroas. t I 1, ,, y,,.a �, � ,3„34a.� 16jj 1. SPECTPICATTO:l3 Sactioa' A, Para11 ,111 g�8p 3. r � a,�, t ME D &I -'v- i shI I- .,thS COLI1tF iaiw4 -1`1 11'` t' ir ¢, #,�11; .: ., l�iJY: jALLldf an VoaeitaIs .h^VoYnt�pi��V if gg' y av't - " 3h the Contr T�orks DepartQent with K r,; n F .: re.r J #' ro e K , 2 . *-. = 4 item 2. SFBCIFICATIO Section A, Faragrapti l y; NUi1)IMI 1 (cont t. Aelmoulodgmant or this Addendum will be required prior to tho -opoiiing or bids. rloaso countorsign in the space providod-below, hereby acknowledges Addoutlui . BIDDRR rumbor 1 of the Spocial Provisions for Landscape Maintenance in County areas and County Service Areas. gnatare D fit e Very truly yours, _ VICTOR 11. SAUER . PUBLIC WORKS DIRECTOR By 7-f-chard E. Harsle Grounds Maintenance Superintendent CONTRA• .05TA COUNTY PUBLIC UO KS 6 2ARTMENT Martinez, California . County Service Area M-8 Discovery Bay Landscape Maintenance June 199 1975 REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Discovery Bay County Service Area M-8 DESCRIPTION OF WORK: Maintain landscaping in various areas as shown on the attached plans. Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: _ VICTOR W. SAUER, PUBLIC W0RKS DIRECTOR ' r ROOM 115, COURTHOUSE MARTIKEZ, CALIFORNIA 9 .553 ATTENTION: BUILDINGS AND GROUNDS _ before 4:00 p.m. on June 26, 1975. Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to- reject any or all bids for cause, to request new proposals, or to cancel the project. . Failure by the Contractor to perform the necessary Work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the area defaulted by the Contractor. ATTACHMENTS: Proposal Special Provisions Plan CONTRA COSTA COL f PUBLIC WORKS DEPARTMENT ROOM 1152 COURTHOU'RE MARTINEZ, CALIFORNIA 94553 i County Service Area M-8 Discovery Bay ' Landscape Maintenance Juue 19, 1975 P R O P O S Al County Service Area M-8 Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equipment, and material required, and to do the work necessary to perform the work as described in the REQUEST FOR BID in accordance with Plans and Specifications therefor for the following lump sum price: Landscape maintenance in the Discovery Bay area as shown on the attached plans. Total annual cost for the above area: Dollars $ And, further, the undersigned agrees to enter into contract with the County do the work as provided above and to furnish the prescribed cash bond and insurance. ' Company Authorized Date Signature Title Address California Contractor's (Signature to be notarized) License No. P-2 '. I + *;,lg County''Service Area M-S Discovery Bay ; r' Landscape Maintenance } 1975-76 . Y o a� r 4y'Z z iWA' SPECIAL PROVISIONSxM FOR COUNTY SERVICE AREA M-8 _ �f DISCOVERY BAY LANDSCAPE,MAINTENANCE IN CONTRA,COSTA COUNTY J' + r T 4 i ^ F 4 JSP"= E r� k VICTOR W. SAUER, PUBLIC WORKS DIRECTOR. CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT a MARTINEZ, CAL IFORM IA =r 1975 June 19 C k P � IIAl i;'i'::�;l:t:Gii 0s•' 1'1.4Ijt'lit) Ati!?�l:i COU1111' :;:a;1':CCi; A R A A. SCOPE OF 31"JI rICi: The Contrtictor shall furnish all labor, r.mteri_nls and equipment renuirc:d to sz+l:i ;f:tctG2•ily p+�tz•forr+ Winlnndscape maintetlance requir•od by the County in the sLrec:ts or areas as designated in the att::cbcd pI::IIs and thaso Special provin"i.ons. Maintenance of tho varions arers shall include, but not be limited to, v-aed removal, spading, plowing or loosening of the soil, fertilizing, i:nteri:�g, removal and di.-.poral at a commercial garbage disposal site of debris, trash and detritus collected. Whore sprinItler systems rnd water spigots are installed end' avail-- able, tbo County tiAll furnish the water at no expense to the Contractor. In n12 other areas to be maintained, the Conrrsctor shall furnish the i:ator as included in the contract price bid. During the rainy seasor_ vhero automatic aprinklor systems are installed and available: the Contractor shall set the controller to operate the sprin Cling cycle once a week; for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. This will keep the irrigtition system clean and valves from sticking. The controller shall be set to operate in the morning before the heavy commuter traffic. During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. B. INSPECTION The County will ipspect each area. In the event: "the inspection report notes failure to satisfactorily maintain the area, the Contrrctor shall re-Mork the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, will result in a Fifty Dollar (S.50.00) charge to the Contractor from the County and to be deducted from the current, month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has boon satis- factorily re-worked and brought up to standard_in the sole opinion of the County. If the Contractor fails to re-work within seven calendar days, the County will accomplish the necessnry work, either with its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty* Dollars ($ 0.00) will be deducted from the current month's billing. Continued failure to perform will result in tersintition of the contract- in accordance with Paragraph 2, Section F of this document. On a 11)011t111Y bra::J:%r 1:)).; Cont r-let-or utill furnish t.hn Pliblic Director 1;1 th mn lime-ice for wn;-1: (i(1Co r urinj, tbu Vroviou:l 11JOT11.17, giving (111te afar -orL°i-e. 1 cart 17:14::.• and unneour. Pnywant shall 1:1.; rondo at) reci:iPL a:' z:94W invoke: ut the conLruct Lump Sum Price di.vidod by 20. DurInt.; the winlcr wontl)s (Rovembor 'through J eb.uary) , i:he am-aunt of 1/20 of the corti'nct LUmp Suai price will be paid. 1'n vh^ xerths Harch through October (growiug sonson) , the amount of 2/20 of the contrnct Lumi) Sum Price will be paid. Invoices aru to be dir doted to: ConL-r)1 CoUtit C:xlltt:y Public t:orkn Department Sixth Floor - Administration Building Martinez, California 94553 Attention: Accountin- Division D. INSURANCE Prior to performing any work under this contract, the 'Contractor shall furnish to the Puhlic Work-3 Director, evidence that he carries the follouing insurance coverage: 1. Contractor's Public Liability Insurance prov;.ding for a limit of not less than Two hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily " injuries to or death of any one person, and a total limit of not less thaTi Five Hundred Thousand Dollars (.$500,000) for all damages arising out of bodily injuries to or death 'of two or more persons in any one accident or occurrence.. 2. Contractor's Property Damage Liability Insurance providing for a limit of not less than Fifty Thousand. Dollars ($50,000) for all demages arising out of injury to or destruction of property in any one accident or occurrence. ] . CASH BOND The successful bidder will be required to furnish the County a Faithful" Performan co Cash Bond equal in amount to Ten Percent (10%) - of 101) -of the contract Lump Sum price. Said bond shall be in cash,. certi- fied checic or cashier's check and mailed to: • Contra Costa County Public ::orbs Department Sixth Floor - Administration Building Martinez, California 94553 Attention: Accounting Division Y. TERN OF SERVICE The term of the contract will be from July 1, 1975 to June 30, 1976. The County may cancel the contract or any portion thereof, for cause, at any time during the Germ of service, and such cancellations shall be effective upon the mailing of written notice to the Contractor's la-ct known address. -2- : �, , , ,, '_ I' lla i. .!"„� sc „y. rd e �" � � �111- �S ? • �� •tl a t��•• .A;� •Z�.'-� ,�aI•.(• L�vI �. _ s s'"` r �._ }-+,5 F," , `', 3 X. .y'` . ' a Y, S .11 OJ TUe ;Cns:i�t�i�ci:ai• ':.2i��3 7 Sal•nish ,te! Gi3r .Public; ttart:n ,D.-ractc�i tfi Eft "moi ,�Og 1> t;t�,; % i1'L':r • h>>rt•c�:-:�� or i.lic;:c��nLrrccb: t�;y� tltr• : 3ar�rd, u1' ;ul?c r¢ •�iaz� z m rt ::ttc�3•lc '::tcl:cdtad u ::lio:: n1, Cbe propnsod c;:�tr.s r•n:i' Lt,ut�:s or t*arc �.b �F ° i1 ]nc:�L•ion :.b6z:a c;� tiss:. �::�Q y:::� .: 'She Coutt•: ctorj m,= ,` rctiau- � rf _, • .�. ., T . s. .' .. i p �thr .,i.,dj .cls L s� ' r. li, :.ubnitt3n;, .n nevi..e.ri is r scLsdul� t � Z. est 30 F;dnys°'prior to .liu. 'doto`»hen i:ha. rtsvi sad'° 3chaclulc 'is plaiirid td�11 becosau �+.f1'cctive1. . s -; 111-1 11 x = �q z11, "r t t fpf�r tz8 G. ,,T�ii3t�l)SGI►I' � i�AI::'t :i:.�;i1.1. DVAILS: �n a - a�' . `- a ,r -,, ' �, .c, "i ii k • '.tJ• J.'��l��.J\I�t:i� s.j , • ] 1,•r' •' . 1 „, �Ar+,+r a�;� : ' y ,� � ,r, { `rI; / 4 ` Y cora. vx�ckptl i'ri•Lili .r :nIl�l?' cortt'orm to the proYa •, nnsz oC; ,, r k Scc,f.xou -'.02 oC;' vhc' Sbt.nd:R�-c ,;:c �i zct�t�4u or Clic Sx t I I � z of :Cn1 .Co-rza,: .�htl.ha a .cQctleto FQrCl�.. r< < �art� o tli�, {' � - { s c,-, , It3 or tl}Lch< ars:_q crivgd w�ro .-�ornarii so rurccs; pend ._, i;`"�,y shall hnvc :a I��:u�antcoa analysis: oft `' r br �. .1 ^I _ ���n• j' fie.J�I� '. t .S *f'{Y dai. KK d '„ YIN - f t J#r .n q .^✓^� yi* a~ :.r',..A t W L � Ntrocn 1Q r" 20A � a7 lOJ bC1191, 'iC AGld J �, YJator Solubls3 Potssh j��, ?i� x14 I ` " a Y N }° and :shall be .applied.at , such a rate:as ;to znsuret onesoer -1- or ,L.actual uitIp 1, IroZen per 1,.000 square. Feet per's appli6Qtiori: h .` Fartil-Lzer_ tablets shall be� 21-grAaz=size wit1i man a,gu teed # $ ;ana]ysis 'of: Ry xt �s >' ti 1, r r r r� .'' Nitro,�on= 20..00Y � �,_ { Priosp}.?ric Acid lO;Ofl�o 3� qY ="7" ldF1,11 I ater Solubles Pot ash J 11 .CO ' Coa�bin©d Su3.f ur 1.60 ;w V ` �� ° 11 .L.l:on A., r 1 A .35 ;Ii i.r s N" I _ - } , s q and shall be. app3ied at tho 'rollo�ra.ng rate:, z� y W Z - - > - , - L rr, ,?s a s ', � Three1. tablets .-er tree inserted.;equally ;space tiro feet+ , � '���,,- deep .'at' the eud of M ch, 1976 ¢� . M . u x . C 5 - : ' - -. '" � f c y r Ili 11 11 � Fertilizer<shall .be applied.:to turf areas fiv �5?` times .'� �* , ` jQ _ during tile;.;growing season bet�teen MarcYi and Octobe e = ,, ,. �^ g ; `iIN l Q�Vr� as� es\.7�• '{� .! Yx,.f fa YK x ,!N`#-gr �.+",;NPr '�'. 13' �1 f. �, ,: R x s s. ^' � '�le"­121M'YI. Fertilizer shall beL zppl ed to ,all_11-other-plant n 'sreesP,��;V,�� ,�11 RTS; three ,,t3J , times dui�.n . the o :ing season between; Ma�CW,'J c�, I. October (i e., `every niino weeks),. � s � � x r i _ f,�- . 11 f , X � y r e .� ^"4 ;e rr'r cx' RK' ' " k All ..areas shall be Drell:xatered within ;the"2! hou_*- pe iod , ,s11 7777, s , prior .to Sertilzation. All, turd areas. shall be, cratered ,,� immediat9ly aFter rertilizing., r 4I I. erg ' vb,. TRURI2:G . i'c:D,240I:II:G11� .. Ali -tieas and shrubs shall be . P%, prune fo lth , aha d rhea y. p ,� � prevention of .wind damage, and public sa e1.t'a Tort sha111 ,3'`be JV. :maintained `at a height oP 1 1/2"' to: 2 1/2" "at all tii:_ "' ` w 7 r '� �' '` Hypericum calcirium shalt awwed once ab,'gear kir 11 -the�s � 15 be , �; or 3n doranant season,. to a Height oFT';three C3� `?�?chos, � �>. s _ P ?4+{-''. ,' res. T#� ,A�4 ,k �� - t. .11 ei: t I. f 4t�` * S{Z`r,$y 'iZ,; ,, s , w p , * tx ^i � ' r " s.b zAsf„�� .xs.�,I.re 2 ,z _ ._ ,.n �z ' , -4 @ ;� _.-,"y t. },. a'31"'„� 3�G"d�1' ;i �un a ` .�.. .5.� .. .,.. ,Ii ° ...7 'G. LANDSCAPE. 2.1:11;17 AHCE`'DETA•ILS (coat t.) 7. LITTER C011TROL All ca-cas shall bo kept litter-tree. Litter pick-up shall be done at two-wook intervals or less as required to maintain. presentable appearance as determined by tho Public Works - Director. 8. PLANT REPLA.C&ZE11T The Contractor shall replace all vegetation lost through lack of care as described in Items 1 through 7. Unusual occurrences or tho'4e beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contractor. u. LOCATION OF WORK County Service Area M-8 Discovery Bay 1. Maintain landscaping in the Discovery Bay area as shown on the attached plans. Cul-de-sac at Discovery Point, Cul-de-sac at Laguna Court,; Cul-de-sac at South Point, median islands on Discovery Point, median islands on Discovery Point and Lido Circle, median islands on Discovery Bay- and median islands at Willow Lake Road and Willow hake Court. A01 �4. .r rK THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract August 19, 1975 for Park Landscape Maintenance, Camino Ramon Between Joaquin and Franciscan Drives, County Service Area R-5, South Danville Area. j Bidder Total Amount M. H. Hansen Construction $4,500 1136 Camino Vallecito Lafayette, California 9 .549 Contra Costa Landscaping, Inc., Martinez The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said bid; and that the Public Works Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it with any required certificates of i.nsur- ance, and the County Counsel has reviewed and approved them as to form, the Public llorks Director is authorized to sign the contract for this Board. w PASSED by the Board on August 1�, 1975 MIKIFrM.COPY L rertitr that this is a full, true & correct copy or the original document which is'on file in my office cc: Public Works Director arid.that It was passed & adopted by the Board of County Counsel supervisory of Contra Costa County. Camornia. on the date shown.ATTEST; J. IL OLSSo.. County County Auditor-Controller Cterk a ez4ofticio Cierltor said.Board of supertisors. Contractor by Deputy Cler1 AUG 19197S 0090 CONTRACT logo MAIM �t (Contra Costa Countv Standard Porro) !hese special terms are incorporated below by reference. (yy2,3) Parties: [Public Agency) Contra COSft comtr H. $. 8ansen Construction OMPAw [Contractor) 1136 Canino 9allecito, laf"mss Cr1- 94%9 (Complete legal name (y2) , effective Date: July 1, IRS [See 54 for starting date.) (53) The !fork: Maintain park begin and perform roadside l�i�DCe• in COM11W Service Area 8-5, Danrills South, all in accordance Vith the Plansa UmvlWa and Spoolficatioac prq ed by or for the Public Works Director, iOclading Addeo&= No. 1, and in accordance with the accepted Bid Proposal. (54) Completion. fire.- [strike out (a) or (b) and 'calendar` or 'working-1 (a) By [date) June A M6 ; WLUM Cancelled earlier by Cotitra Costs County. • (b) weffte. (55) Liquidated vanagea: S None per calendar day. (5b) Public Agency ra Agent: Public Works DiMtw (57) Contract Price: 5 4 500 -00 Mal _ Is ) Sir G.iAA-Vk S S ACf:lJULi:DC.':£.l_'. Public Aaencu, by: (President, Chairman Or Other ezz= L. CZiIIe uesignated Representative) Chief Deputy Public Works Disect4��) Contractor, hereby also acl:nowledgin wareaes of an compliance with rirrscaa�nnn Labor Cod con n's Compensation Law. c uy= """ L..•A..t-4..-. [CORPORATE v y agnate of acity in the business SEAL) :�-U.u^= ^f » .t-~vim lay. Designate official capacity in the usiness s,o = i�� note to Contractor fl} dxacute ac3:noz:la,F=crt fora belo_r, and (2} if a corpora- _-��o tion, affix Corporate Ccal. ` �;a- - - -State - - - fo - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - f- C , ) ss. ACeJUVLEDC.::C:!'" (by Corporation, u u County of r - ) Partnership, or Individual) ?Phe person(s) signing above for Contractor, kaioun to me in individual and business «capacity as stated, personally appeared before me today and acknowledged that he/they w' \{ _c::ecuted it and that the corporation or partrWf Ahip name above execute it. :ar:r:nurr�Bated. i`ARIAL SEAL) notary Public FOI:I APPROVED: J. B. CLAUSM, County Counsel, BY 6-& t 4 C� C(' a 1( Deputy (Page 1 of 4) • 3_ %VURIZ C'OMMACT, CIIAUGUS. (a) Ity their signatures in Section 2, effective on the above date, these parties promise and aetret_:_.as• set forth in this contract, incorporating by these references the material ('-special'tertas')"in}sec. 1. (b) Contractor shall, at his on cost and expense, and in a wornnlike manndri- fully-� ):uanu faithfully perform and complete the wort:; and will furnish all materials, labor, services and transportation necessary, convenient anu proper in order fairly to perform the requirectents of this contract, all strictlf in accordance with the Public Agency's plans, drawings and specifications_ (c) The work cant-pc ;chan%44 .only, �ritli 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:.t4an:miklrified•-inr3:R.:,7 v,tijout suc:i an order. Ib-ftCi: TO-PROCEED. ContracEor shall start this work as directed in the speci- fications or tae Notice to Proceed; and shall complete it as specified in Sec. 1. 5. LIQUIDATED DAMAGES. If tiic'(�ontractor fails to complete tais contract and this work ala-f..,; wzthln •1:110_tizap,'S2�ed titcrefor»aLlowante lx�ing:tnael� for contingencies as provided herein, iab e-to the Rt4blic agFucy f .ill-it: loss"sand,danaga-therefrom; and because, from tlic� naturo o •t�tc''casc, 'it" is 'arid ,,Zrill bc'itgiractoalile''aciii extremely difficult to ��'� v ascerL'ain=.ini3 fi t}t�jf�ublic Ac �ircy's-acftial danage�fiozv`anY 4Iti�l, iy in performance hereof, i>± is, sgz7eed:t:i�,Lo�tractor.will-goy- o:�;XZcjidatdd;,damdge,9.Ltb?JLe,Public Agency the reasonable sura specified in Sec. 1, the result.of.-tt}e- par�es'_rq-Asoonable endeavor to estimate fair average compensation therefor;'for e3c7t cafcru:a'Y dlay"s delay in finishing said work.; and if the same be not paid, Public Agency may, in addition to its other U rr3erecc}ic�,;=ctecl�}c�p the35C.from any money duo-or to become due Contractor under this con- tract.--If tju,- P,ublicAgeticy for any Cause authorizes or contributes to a delay, suspen- sion -of "woz) -ar=r� tCn aA_-of,Liu:c.,its-;cjura.tion "shall be added to the time allowed for Z completion,Ziut it stiafl tiof`lie iI'eccied'a-waiver nor Ise`used to defeat any right of the Agency to damages for non-completion or delay hereunder_ Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of the work, when such;;dciay wa's_ccausec)•by the failure of die Public Agency or the owner of a utility to provide for removal or relocation of existing utility facilities. _Thq p-lahz;_titncr�;}gs ands cifications or special provisions 4 cY. _ . .. of the Publ c'.Z eii s' Call�for bids,; and-Contractor bid for this work are - I hereby incorpdratect into-thzs-contract; and=tlicy­ rczntende to co-operate, so that any- Utittg e::liibited in the plans or drawings and not mentioned in the specifications or special provision:,, or vice versa, is to be a::ecuted as if critibiteu, mentioned and set fortis in i,ot:i, to tite true intent atui taaaning U►ereof when taken all together; and differences of opinion concbrning these shall be finally Ceteruined by Public Agency's .'lguit specified in Sic:. 1. :'__ !_t a 7. PAYUMIi. (d):JXCr-%lis strict and literal JrLulfillucn'E' of these promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the suti specified in Sec. 1, aaccept that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) on or about the first uav of each calendar month the Contractor shall submit to the Public Agency a verified application for payitent, supported by a statement showing- all materials actually installed during the preceding r:ot►ti, the labor expended thereon, and the cost thereof; wAorcupon, after checking, thf: Public Agency shall issue to Contractor a certificate for the auount determined to be due, minus 10% thereof pursuant to Goverruent Code Sec. 53067, but not until defective wort: and materials have been rez:oveu, ro-placed and made good. b. PAYHENS WITHHELD. (a) ','he Public Agency or its agent may withhold any payment, or because os later discovered evidence nullify all or any certificate for payment, to such e::tent and period of tilde only as may be necessary to protect the Public agency from loss because of: (1) Defective worl: not rcuedicd, or wkcut.ipleted work, or (2) Clains filed or reasonable evidence indicating probable filing, or (3) railure to prolkrly pal sul,contracturs or for t4aterial or labor, or (4) ReasonaLle doui,t t:tat tate work can be cot.:pleted for t:ie balance then unpaicl, ,or (5) Damage to another contractor, or (6) Damage to the Public Agency, other than damage due to delays. (b) The Public Agency shall use reasonable aligence to discover and report to the Contractor, as tate worl: progresses, tate uaterials and labor which are scot satisfactory to it, so as to-avoid unnecessary trouble or cost to tte Contractor in making good any defective wor): or parts_ (c) 35 calendar days after the Pul:lic .Agoncy files its notice of caapletion gf, the entire (Page 2 of 4) W.192 ;cf e work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the wort: or site, and provided there are not reasonable indications of defective or missing work or of ?ate-recorded notices of liens or claims against Contractor. 9. INSURA14CL. (Labor Code S5180-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of Workmen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Lau. 10. BONUS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILURE TO PERFORM. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s), to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and peal laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beyinniny with Sec. 1720, and including Secs:. 1735, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 S 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code S54100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. When less than that 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimum wage rate is specified, the Contractor shall immediately notify the Public Agency which shall promptly determine the prevailing wage rate therefor and furnish the Contractor with the minimum 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. IiOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's wor , and no wor=an employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. APPRLUTICES. Properly indentured apprentices may be employed on this work in accordance wit2i Labor Code Secs. 1777.5 and 1777.6, forbidding discrimination. (Page 3 of 4) (CC-l; Rev. 12-73) Wit" 17. PI LFL1u:i1VX FOIL MATERIALS. The Public Agency desires to promote the industries and economy of Contra Costa County, and the Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGi111E11T. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO laIVER BY PUBLIC AGENCY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HAPIUMS s INDEMITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su ered, 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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection witch Fe matters covered by this contract and attributable to the contractor, _subcontractor(s), or any officer(s), agent(s) or employees) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s) , specification(s) or special provision(s) in connection with this work, 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. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if app ica e, y submitting 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) 00194 � W U01H4 L +• '• V-% t: V.I. S 1U'• 1 J:• IL' :IfC IiK�• U!.!'n12TA1t Jt• R. ►t. arc.►/t ` j • •� :• a• ••.h ..I JN DI YVIr•nUII OI/«.;.♦N•CSM/Lh9 1..f:1:0t. t.11'•: �,v�V'1'l�ll COSTA C)UN11�' MOO" 113. LOVIIIM61•i1 CIA. e t r rurue lvOUKU 01MCIOR J. E.TAYI.L7It • .TN FLOOR.AP"INMII.AllUft 6-U1l LPM0 D[/•VTT•Ill•Vls COMINOL D. F1140AICtl las GCAGUt WtlrC dcrurr.I:JLIN1i-AM.'.Genets MAICTINCZ.CAUFOUMA 1-94553 11ARQ 1. KrIMIT ?[L[INOtIC 2-e•�uoo OV'UTV•11:AM4,041IATINI Juno 25, 1975 •Gontlorion: The following Shull be considered as ADnr:1rt)IT.'4 Y.CT TIER 1 to the Special ProviSion3 for Landscape Mair onanc in County areas and' County Service Areas: Item 1, SPECIPICATIONS Section A, Paragraph 3 he L��� iurnish the Count; ijtW1 ADD: "furnish the Contra Costa Cou,tJ Public Works Department with" Item 2. SPECTFICATI01173 Section A, Paragraph 4 and Section G.1., Yom.*agraph 2 DF-LETE: I'maintenance period" "contract periodic Item 3. SPECIFICATIONS Section F. Paragraph 2 DE6EYE: or cause" •Item 4. SPECTF'ICATIONS Section G.1., Paragraph 2 L't°: fore the start of the 'maintenance period" ADD: "within 15 days of the approQal of the contract" END OF EDDEIMU24 I;UIMER 1 ' If tbiere are any questions, please feel free to contact this office at 228-3000, cxten3ion 2214. SEE PAGE 2 F I LED /,71975 J. R: Osseo! CLERIC BOARD RVISORS 109 RA ooJt9O `DI -Mill" 1IU�iREJ? 1 (con t t.) Acknowledgment of this Addendum still be required prior to the oponino of bids. mosso countersign in the space providod•bolow. hereby acknowlodges Addendum I~3IDD1::Ii Number 1 of the Special Provisions for Landscape Maintenance is County areas and County Service Areas. gnattire Date Very truly yours, VICTOR 41. SAUErZ PUMIC WORKS DIRECTOR " By. Richard.E. Marole Grounds Maintenance Superintendent t 0,01 -y CONTqA-.;OSTA COUNTY PUBLIC WORKS _ .PARTHENT Martinoz, California County Service Area R-5 Danville - South Park Landscape Maintenance dune 19, 1975 REQUEST FOR BID -- - A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Danville - South County Service Area R-5 DESCRIPTION OF WORK: Maintain Park Landscaping in Area Shown on Attached Drawing. Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: _ VICTOR W. SAUER, PUBLIC WORKS DIRECTOR ROOM 115s COURTHOUSE MARTINEZ, CALIFOMA 945.53 ATTENTION: BUILDINGS AND GROUNDS _ before 4:00 p.m. on June 26, 197.. - Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to-reject any or all bids for cause, to request new proposals, or to cancel the project. Failure by the Contractor to perform the necessary Work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the area defaulted by the Contractor. ATTACHMENTS: Proposal Special Provisions Plan P-1 00197, CONTRA COSTA COUI. . PUBLIC WORKS DEPARTMENT ROOM 115, COUHTtfous J MARTINEZ, CALIFOP.NIA 94553 County Service Area R-5 Danville - South ParkLandscape Maintenance June 19, 1975 PROPOSAI County Service Area R-5 Park Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equipment-and material required, and to do the work necessary to perform the work as described in the REQUEST FOR BID in accordance with Plans and Specifications therefor for the following lump sum prices: Park Landscape Maintenance A. Subdivision 3806 - 1.5 acre park as shown on attached drawing. $ " B. Roadside maintenance-east side Camino Ramon from approximately 200'+ north of Joaquin Drive to approximately 300'+ south of _ Franciscan Drive and west side of Camino Ramon from Franciscan Drive 300'+ south. $ Total annual cost for the above area:- Dollars rea:Dollars $ And, further, the undersigned agrees to enter into contract with the, County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature - Title Address California Contractor's (Signature to be notarized) License No. P-2 0(0 i County Se ry i ce,Area,r R 5 Danville South;. Park LandscapeMaintenance. 1975-76 r SPECIAL PROVISIONS 3. FOR r" COUNTY SERVICE AREA R-5t LANDSCAPE MAINTENANCE k. { iN CONTRA COSTA COUNTY- k . rtk rfiA. ER, PUBLIC WORKS DIRECTOR VICTOR W. SAV PUBLIC WORKS DEPARTMENT' COSTA CO CONTRA MARTINEZ, CALIFORNIA t Jane l9, 1975 x 1119 ei y 11AINT:N*l_ilCE OP 11-AIM-13) / RP.A:; A. SCOPE OF S%R;TICE The Contractor aball furnish all ltebor, cmtcrinls and equipment roquired to satisfactorily perform the landzelpe maintenance roqui.red by the County in the strect:s or ar-as as design.ted in the attached plans and these special provisions. Maint:en:nce of the vitrious arena shall include, but not be limited to, weed re tuovcl, spading, plowing or loosening of the soil, fertilizing, t:atering, romoval and dinposal at a commercial garbage disposal site of debris, `,.rash and detritus collected. 14her0 sprinkler sy::tcr,:s raid water spigots are installed and' avail- able, the County will furnish the water at no expense to the Contractor. In all other- areas to be maintained, the Contractor shall furnish the wator as included in the contract price bid. During the rainy season t hsre automatic sprinkler systems are installed and available, the Contractor shall set the controller to operAto the sprinkling cycle once a week. for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and cute of such change. This trill keep the irrigation system clean and valves from sticking. The controller shall be set to operate in the morning before the heavy commuter traffic. ' During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. - B. I2<SPECTIOIT The County will inspect each area. In the event; 'the inspection report notes failure to satisfactorily maintain the area, .the Contractor shall re-Mork the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, v:ill resu.1t in a Fifty Dollar (Fr50.00) charge to the Contractor prom the County and to be deducted from the current month's billing. Each Subsequent re-inspection will result in a similar charge in the sam-a amount until the aroa has been satis- factorily re-worked and brought up to standard .in the sole opinion of the County. If the Contractor fails to re-:pork within seven calendar days, the County gill accomplish the necessary Mork, either with its own forces or with others, and the cost thereof, including a one- e time re-inspection .fee of Fifty Dollars (' 50.00) will be deducted from the current month's billing. Continued failure to perform frill result in termin<<tion of the contract in accordance with Paragraph Z, Section F of this document. -1- 00200 C. Wty:.-'s.'T 0:, Fa monthly t1in. Contr•tr.C•or trill furnish thn Public t�oi•:::: Director wJ 1:1t s+ai for we,)-I: dono (1111%J11r, tbo ploatiott:t Wou[I!, giving cranes nud nort i-n anrnat n:pct:.• rand nn-ubor. Foystiont shall I:•. madu on rccalpt of• vvvd.d iti,.rojeen at the contract Lump Sura price diviclod by 20. Dur3.t:;; the uaouths O.evembor through l ebr uary), tho spraunt u1 il20 or the cortrnct Lump Susi price w-13.1 ba paid. In the montlis Iiarch through October (growing souson) , the ariount: of 2/20 o; tho contract Lump Suns price will be paid. Invoices aro to be diracted to: Control CoUtet Caa+:-it:y Public Wbrkn DeptarLment Sixth Floor -- AiLminiatrnt:ion Building Martinez., California 94553 Attention: Accounting Division D. INStlRMCE Prior to performing any work under this contract, ' the Contractor shall furnish to the Public i:orka Director, evidence that he carries the following insurance coverage: 1. Contractor's Public Liability Insurance providing for a limit of not lass than Two flundrod Fifty Thousand Dollars ($250,000) for all damages arising out of bodily . injuries to or death of any one person, and a total limit of not less than Five FIundred Thousand Dollars (.$500,000) for all damages arising out of bodily injuries. to or death 'of two or more parsons in any one accident or occurrence. . 2. Contractor' s Property Damage Liability Insurance providing for a limit of not less than Fifty Thousand Dollars (4450,000) for all demages arising out of injury to or destruction of property in any one accident or occurrence.. M. CASH B_ The successful bidder uill be required to furnish the County a r Faithful' Performa::,co Cash Bond equal in amount to Ten Percent (JOP) - oP the contract Lump Sum price. Said bond shall 'be in cash,. certi- fied cheek or cashier' s check and mailed to: • Contra Costa. County Public Works Department ' Sixth Floor - Administration Building Martinez, California 94.553 - Attontion: Accounting Division _ F. TEP.&%1 OF SERVICE The term of the contract will be from July 1, 1975 to June 30, 1976. The County may cancel the contract or any portion thereof, for cause, at any tire during the term of service, and such cancellations shall be effective upon the mailing of written notice to the Cont'ractor's last known address. ..2r 00M i. �. sella e'�l .•T.I1'�� (�:l!nl tr.� The CottLrosctor 4-hool.? Turni sh to the Public rhm-kn D11-ci:tor ui tFtf n l5 &latsya amens appro:ai or Me ccln6a•elcl. ]sf the Hasurd or Supervivrig• a work schadulll .410-star: •tte proposed rboL a :stud Llaitts of wort Yey:- the: 7 ocstti on :hown on Moe propo:::0.. Tbo Coutt•:rc Lor may ehet"ZO the. -clieditla est' irrs:•k by aubnittJn;; a revtued uork acbedu1-0 at 1. tat 10 days prior to the data when the: rovisesd ae hadule is planned to . Vecoma eaffcctive. - G. LAND.SCUS Dean/tILS ' 1. WESD, IJISL�CT, Run) ])IS:--A.SS COirmol, All planting and rock surface areas shall be kept wood free. • A,program for control of weeds, insects, and disease shall be dovelopsd by the Contractor and submitted with supporting manufacturers' data for written approval by the Public Works Director before the start of the maintenan:e period. Such program. will be adhered to unless written approval to change said program is granted by the Public Works Director: Application of weed, insect, and disease control chemicals shall be within the seasons) boat suited to the insects, diseases, and vegetation in question. Any new or existing plants or soil which in the opinion of the Public Worsts Director have been damaged by applying control chemicals shall be replaced by the Contraetor' at his expense. ' Wood oils and granular or palleted weed control chemicals will not be alloired. : 2. STALIHG AND GUYII6 Trees or shrubs susceptible to wind damage shall' be kept- adequately staked or Guyed. Ties shall be loosened periodically to prevent girdling. ; . Where the supporting stakes here been broken, or where a replacement tree in planted, the stakes shall be of wood of uniform .size, reasonably free of knots, and capable of standing in the ground at least two years, and they shall be 212 X. 211 square and not less than 101 in length. See attached Tree Planting Detail for replacement planting. ' :3. IRRIGATION All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. !}. REPAIRS TO - CISTIZIG FACILITIES - All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way during the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. -3- 6020 ' . . u. J.- PA 11A.1 1 (coil e t.) Commviscial Te-t-til.i-e-ar nlrill conCorm to tho previalons Qr section '.0-?.0? of i:lec Str+ndvi%l :pecirientiouat ,or tim itcto of California& ::hall be a complate for tilizer, part of the olomonts of uhicli ars; derivad from organic sources, and shall hive a gu:uhnntn-od anaivais or: ' Mtn' mn3E. • Nitrogen 10% 20;9 Phosphoric Acid Water Soluble Potash • and shall be applied at such a rate as to insure one. pound . of -actual nitrogen par 1,000 square feet per application. . Fertiliser tablets 'shall be 21-gran: size with a guaranteed' . . .' .'.. . analysis of: - Nitrogen . 20.00'% : . . Phosphoric Acid 10.00;0 Water Soluble Potash 5.Col ! Combined Sulfur 1.60 0 Iron and shall be applied at the following rate: Three tablets per tree inserted equally spaced, two feet . deep at the and of Mcrch 1976. ' Fertiliser shall be applied to turf areas five (5) time during the growing season between March and October (i.e., every six weeks) . Fertilizer shall be applied to all other plenting. sreas three (3) times durring the growing season .betwoen March and October (i.e., every nine weeks). • All areas shall be well. watered within the 21t-hour period prior to fertilization. All turf areas shall be watered immediately atter fertilizing. , 6. PRUNING ARD MWI2?G All trees and shrubs shall be keit pruned for health' shape, prevention of wind damage, and public safety. Turf shall be ' maintained at a height of 1-1/2" to 2-1/2" at all times.. Hypericum calcinum shall be mowed once a year in the spring or in dormant season, to a height of three (3) inches. G, 1.11,:'.;;CAPE Fes: At L:: D F AILS (cors$ t..) 7. LI� CO N__, All areas shell be kept litter-freo. Litter pick-up shall be done at two-:,rheic intervals or less as required to maintain presontable appearance as determined by the Public Works Director. 8. PLANT' REPLACEMENT The Contractor shall replace all vegetation lost through lack or care as described in Items 1 through 7. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Director provided he is advised promptly by the Contr ,actor. H. LOCATION OF WORK County Service Area M-4 -- South San Remo: Are* #1. Center islands of Alcosta Boulevard from lust West of Davona Drive easterly to Old Ranch Road. (Landscaped section only) *2. Center islands of Alcosta Boulevard northerly from Old Ranch Road to just north of Ensenada Drive. (Weed and litter control only) *3. Center islands of Village Parkway from Alcosta Boulevard southerly to Contra Costa County line. 4- West entrance in front of brick wall on Firedrest Lane just northerly from Winterhaven Court. 5. Narrow planted area on east side of Firecrest at Alcosta Boulevard. b. East and west sides of Broadmoor*Drive at Alcosta Boulevard. '7. East and west side of Bellemeade Drive at Alcosta Boulevard. 8. Northerly side of Alcosta Boulevard between fence and curb from Bellemeade easterly to Southern Pacific Railroad tracks, - approximately 400 yards easterly, and from Firecrest Lane _ to fence end approximately 300 yards easterly. (Weed and litter control only) 9. Westerly side of Tareyton Avenue Prgm end of planted area just north of Yarmouth Way to fence at Pacific Gas and Electric Company property, approximately 100 yards south of Springdale Lane. 10. Portions of westerly side of Tareyton Avenue within M-4 Service Area from Pine Valley Road southerly to approximately 200 yards south of Oak Creek Drive where Tareyton Avenue angles to east. (Weed and litter control only) 11. Northeast and southeast corners of the intersection of Pine V&lley Road and Tareyton Avenue. 2. WEED AND LITTMI COMROL AREAS ONLY Weed and remove litter as needed to maintain a presentable • appearance,as determined by the Public Works Director. e Submit ,se arate bids for these areas. 01244 MIN,4 ....,........... .................. i )N IjSE BOARD OF SUEZRVISORS OF CONTRA COSTA COMITY, STATE OF CALIFORNIA In the Matter of Awarding Contract } ' for Landscape Maintenance and Weed } August 19, 1975 and Litter Control, County Service } Area M-4, San Ramon Area. } Bidder Total Amount Lafayette Tree and Landscape Company $3,720 • 530 Florence Drive Lafayette, California 94549 M. H. Hansen Construction, Lafayette Contra Costa Landscaping, Inc., Martinez The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furnishing of labor and materials for said work is awarded to said first listed bidder at the listed amount and at the unit prices submitted in said= bid;: and that the Public Works Department shall prepare the contract therefor.. IT IS FURTHER ORDERED that, after the contractor has signed the contract and returned it with any required certificates of insur- ance,, and the County Counsel has reviewed and approved them as to form, the Public Works Director is authorized to sign' the contract for this Board. PASSED by the Board on Au_ust 19, 1975 CERTIFIED COPY I certify that this is a full. true & correct copy of CC." Public Works Director the oigiaal document which is on ftie in my office and that It was passed & adopted by the Board or County Counsel Supervisors of Contra Costa County. California, on County Auditor-Controller the date sho-n. ATTEST: J. R. ol.s$o,. County Clerk&es-officio Clerk of said Board of supervisors, Contractor X ne=ty Clerk. ,oma AUG 19 1975 (Won •v:'.1: \d.S•AV• U J:• le HICS.ClUJAM MCNT - 1`~� R. ►1. /lYG11 Y 4 • y t. • ..h. ..•o,• OfYVTY.nult w,....,Ax,.cnM,rrp•J �,«,�"1'I�1� C��'1•A CC)Ut�"I Y BOON M. tPUr,1M0,ter. C•:.ce t '► •-vr:tIc srtuw:.pUYGioa J. E.TAYLOR .TI•(Loon.AP.•tK•;.1MwlIVN n•,ILLq,a DC1'VTT-1L * Cola FPO* ,• Q.hrtOATClt 2D6 ccAC1cOa1rC PCPUTr4:Jstra•s A410 ZCHVIC[! 11A1:71NCZ.CALIFORNIA i•2?5J MARK L. KERMIT TtLE"Oorac 2:0•3000 OCIWTI•1RwN4P0a1AT101: Juno 25, 19-5 . Gentlemen: The following shall be considered as ADDE;T.�T I IMMSB_?R 1 to the Special Provisions for Landscape Maint-ennnco in County areas and- County Service Areas: Item 1, SPECIFICATIOM Section A. Paragraph 3 U Gt_i'L: i urnish the Counts with`I Xfff) "furnish the Contra Costa County Public Works Department uitwl ' Item 2, SPECTFICATIO173 Soction A. Paragraph and Section G.1., Yi.*agraph 2 DELETE: "maintenance period" D: 11contract poriod" Item 3. SPECTPICATIO S Section F. Paragraph 2 DEGE''el.: for cause" . •Item 4. SPECTFICATIONS Section G.1., Paragraph 2 ` •rf;, -�erore the start or the maintenance period" ADD: "within 15 days of the approval of the contract" MW OF ADDEIMMA 1:I EER 1 - IP there are any questions, please reel free to contact this office at 228-3000, extension 2214- SEE PAGE 2 F I LE D AUG /91975 J. It OLSSOM- CLERK BOARD of wPWISORS . C TIM C 0020 `DIMNIMM 11U PIF-11 1 (cont t. ) Aclaim.,lodgment of this Addendum will be requiredprior to the opouing of bids. Please countersign in the space provri.dod=bolow, hereby acknowledges Addenaun. BI—DDSH Number 1 of' the Special Provisions for Landscape Maintenance in County areas and County Service Areas. Snatttre Date Vers truly yours, VICTOR 11. SAVER PUMIC WORKS DIRECTOR 8y Richard R. Marole Grounds Maintonance Superintendent CONTRA -,OSTA COUNTY PUBLIC WORKS .. .LARTHENT Martincz, California _ County Service Area K-4 South San Ramon Landscape Maintenance June 19, 1975 REQUEST FOR BID A Bid is requested for the following described Work proposed to be constructed as noted herein: LOCATION: South San Ramon County Service Area M-4 DESCRIPTION OF WORK: Maintain landscaping Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: VICTOR W. SAUER, PUBLIC WORKS DIRECTOR ' ROOM 115, COURTHOUSE MARTINEZ, CALI?OR_NIA 94553 ATTENTION: BUILDINGS AND GROUNDS _ before 4:00 p.m. on June 262 197 • Bids will be opened by the Public Works Director Who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to- reject any or all bids for cause, to-request uew proposals, or to cancel the project. Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the are-a defaulted by the Contractor. ATTACHMENTS: Proposal Special Provisions Plan P-1 00208 CONTRA COSTA COU,.. f County Service Area M-4 PUBLIC WORKS DEPARTMENT South San Ramon ti00Ai 115, C4UiiTHOUSE Landscape Maintenance MARTINEZ, CAL 1 FORN IA 94553. June 19, 1975 P R O P O S A L County Service Area M-4 Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby offers to furnish all labor, equipment, and material required, and to do the work necessary to perform the work as described in the REQUEST FOR 810 in accordance with Plans and Specifications therefor for the following lump sum prices: 1. At Location I - Landscaped portion of Alcosta Blvd. median island. Dollars ($ ) 2. At Location 2 - Weed and litter control portion of Alcosta Blvd. median island. Dollars ($ ) 3. At Location 3 - Center islands of Village Parkway. Dollars ($ ) 4. At Locations 4 through 10 ' • Dollars ($ ) Total annual cost for the above areas: Dollars ($ } And, further, the undersigned agrees to enter into contract with the , County to do the work as provided above and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature Title Address s. .; California Contractor's (Signature to be notarized) License No. P-2 00209 a�Y Cou Service Area K-k !, v South"'San..Ramon*. Landscape Mainten_ance: , 1975-76. d. ot t p. SPECIALPROVISIONSY FOR COUNTY SERVICE AREA H-4 f SAN; RAMON SOUTH r LANDSCAPE MAINTENANCE ,f IN CONTRA COSTA COUNTY x yam, J+ g-, t'• t"n T^fy 1 5^ r � x2 s VICTOR W. SAUER, PUBLIC WORKS' DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA June 19, 2.975 2 3�F h k u�'JR.1h '•' ;4u ti9`.yp'"ef,}'4}S� .,.. A. SCOPE' OIC' S11AIRVICH. Tho Contractor -ibn1l furnish all labor, m.-terinls and cquipuient ro( uired to satisractorily fp-,rferra the landnespe maintenance required by the C;,unt;, iu the streets or grans as designstcd in the attached plains and the:so special provisions. . Hnintenance of the various areas shall include, but not be limited to, weed rateoval, spading, plotting or loosening of the soil, fertilising, watering, removal and disposal at a commercial garbage disposal site of debris, tush and detritus collected. Where sprinkler systems and water spigots are installed and avail- able, vail- ab?e, the County will furnish the water at too expense to the Contractor. In all other areas to be maintained, the Contrector shall furnish the water as included in the contract price bid. During the rainy season ::acre auto:*atie 2prinklor systems are installed and available; the Contractor :hall set the controller to operate the sprinkling cycle once a week- for one to two minutes, • The Contractor shall furnish the County with a written record of any such change, to include the following: time setting, time or watering, day(s) of watering, and date of such change. This will keep the irrigction system clean and valves from sticking. The controller shall be get to operate in the morning before the heavy commuter traffic. ' During., and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. B. I211SPECTIOR The County will inspect each area. In the event. 'the inspection report notes failure to satisfactorily maintain the area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-trork is mandatory and, if unsatisfactory, will result in a Fifty Dollar (.$50.00) charge to • the Contractor from the County and to be deducted from the current month's billing. Each subsequent re-inspection. will result in a similar charge in the same amount until the aroa has been satis- factorily re-worked and brought up to standard.in the sole opinion of the County. . If the Contractor fails to re-work within saven calendar days, the County will accomplish the necessary wort:; either with its own forces or with others, and the cost thereof, including a one- time re-inspection fee of Fifty Dollars (: 50.00) grill .be deducted from the current month's billing. Continued failure to perform- will result in terrain:+tion of the contract in accordance with Paragraph 2, Section F of this document. -1- - 00211 . _ Gi }I.AY;'-UIT On u 'monthly bei:in, U)n Cortncctor trill furnish t:hta Public Vgrk— Dirortor w1 th mi it3:olLee for uror : don-ri dur?.t3 - tim pre vlott3 V)9-. E•.., giving d:Mc:s nue .-orvine.- inner n::ci:.• and 3 nn.-bor. Fo wont sh^:11 I.--- made on r. eca.'*L of ztni d it voicu.-S at the conLrrect Luny Suns price dividod by 20. During the ::inL•�r wouth: (Movembor through February), the or runt of 1./20 of W= cortrnct Lump Sum price v:ill bo paid. In the *months '•larch through October (growing season) , the amount of 2/20 of the contract Luru Sum price will be paid. Invoices aim to be diracted to: - Cont:rit CoUttt Cutint:y Public Ulorka Department Sixth Floor - Administration Building Martinez, Californin 94553 Attontion: Accounting Division D. INSURANCE Prior to performing any work under this contract, the Contractor shall furnish to the Public Work3 Director, evidence that be carries t1m follot:ing, insurance coverage: 1. Contractor's Public Liability Insurance providing for a limit of not les3 than Two Hundred Fifty Thou.-and Dollars ($250,030) for all damages arising out of bodily - injr ies to or death of any one person, and a total limit of not less than Five Hundred Thousand Dollars ($500,000) for all dttmaLes arising out of bodily injuries to or death 'of two or more persons in any one accident or occurrence.. 2. Contrsctor's Property Damage Liability Insurance providing for a limit of not less than Fifty Thousand Dollars ($50,000) for all damages arising out of injury to or destruction of property in any one accident or occurrence. R. CASH BOND The successful bidder will be required to furnish the County a Faithful• Performa nco Cash Bond equal in amount to Ten Percent (.!Op) - of the contract Lump Stam price. Said bond shall be in cash,; certi- fied chec!c or cashier's check and mailed to: • Contra Costa County Public Works Department Sixth. Floor - Administration Building Martinez, California 94553 - Attention: Accounting Division - _ - F. TEM01 OF SERVICE ' The term of the contract will be from July 1, 1975 to June 30, 1976• The County may cancel the contract or any portion thereof, for cause, at any tire during the terra of service, and such cancellations shall be effective upon the mailing of written notice to the Contractor's last known address. -2- 00212 . •j. iil��t flj� i�-t•j.'rj4i. ��:��11m L. • , The ConLractor Will furnish to the Public Wor•k:i Director uith3n 15 (lova artrr nmrorai or the aonLrracL by tha Ii j:mrd of Supervi:-tar s a work vchodult: nhow Int, ti'le jmrulxosed t2:mLe;i nud Uri•ms of work for Mitt ]oct+L•3on :.lin:::t c-n time propumel. The Cout•w•rlcLor m.•:y chnsnye the :ebudmtle or c:•st•3: b, zubniiting a x•evi::nd :rork selr'sdule nt .lcast �30.. days prlar to Ulu date uhen the roviced arhodule, is planned toO4Comu afructive. . G. I.iNDSM S ,ill t::lU.P.:R.s•. » f1►. LS 1. Wms'D, Iassc y iia) Dxss s s COi+fram All planting and rock surface areas shall be kept Hoed free. • A'program for control of weeds, insects, and disease shall be developed by the Contractor and submitted with supporting manufacturers' dixta for written approval by the Public Worscs Director tefore the start of the maintename period. Such program will be adhered to unless written approval Mo change said program is Granted by the Public Works Director: Application of weed, insect, and disease control chemicals shall be within the season(s) boat suited to the insects," diseases, and vegetation in question. Any new or. ardating plants or .soil which in the opinion of the Public :tor-cs Diroctor have been damaged by applying control, chemicals shall be replaced by the Contractor' at his expense. ' Wood oils and Granular or pelleted weed control chemicals will . not be alloued. 2. STAKING AIM GUY110 • Trees or shrubs susceptible to %rind damage shall' be kept- adequately staked or Guyed. Ties shall be loosened periodically to prevent girdling. . Where the supporting stakes hese been broken, or where ik replacement tree is planted, the stakes shall be of Wood of uniform size, reasonably free of knots, and capable- of standing in the around at least two years, and they shall be 2" x. 212 square and not less than 101 in length. See attached Tree Planting Detail for replacement planting. . .3. IRRIGATION All planted areas shall be watered as necessary to promote normal grc wt h and insure the health of the vegetation therein. 4. REPAIRS TO !EXISTING FACILITIES All portions of existing structures or facilities including Irrigation systoms, which are damaged or altered in any way duritig the performance of work under this specification shall be repaired or replaced in kind and In an approved manner by the Contractor at his expense. . -3- • M213. . •,u. l.rii�;�:�;::.1'r: ll::!'ei`::•'�.:l:::4 tt:.� t c:o:te t.) . . w . Cova:ntirci!:1 !'c•t•6il i:::r ::hell conCorm to th-. provia i ons, or section ,.O-.:?.o;! of i:I►e StsindainI :;,ec:i.ria•ettou.n .of tiw yteto of California, shall be u comiplettsx for4ilizer, part of the elomonta of %ihich zero derived from orgnnic sources, and shall bave a gu:uuntcod analyais or: Nitrogen 10A 20. Phosphoric Acid 6 water Soluble Potash and shall be applied at such a rate as to insure one pound of actual nitrogen per 1,000 square feet per application. Fertilizer tablets •shall be 21-gram size with a guaranteed analysi s of: Nitrogarx . 20.00 Phoss14aric Acid 10.00% Water Soluble Potash 5.CO Combined Sulfur 1:35109- 60 . Iron .35p and shall be applied at the following rate: Three tablets per tree inserted equally spaced, two feet deep at the and of 14creh 1976. Fertilizer shall be applied to turf areas five (5} times " during the growing season between I4arch and October (i.e., every six weeks). , Fertilizer shall be applied to all other planting. areas three (3) times during the growing season between March and October (i.e., ovary nine creeks). • All areas shall be well. watered within the 214-hour period. " prior to fertilization. All turf areas shall be watered immediately after fertilizing. . 6. PRUMNIG ALD 140HING . All trees and shrubs shall be kept pruned for health; shape, prevention of wind damage, and public safety. Turf shall ,be maintained at a height of 1-1/2" to 2-1/2" at all times. Hypericu© calcinm shall be: mowed once a year in the spring or in dormant season, to a height of three (3) inches. • G. LANDSCAPE: 2illP:l__�1.;t.E DETAILS (coal t.) 7. LITTER CO?'TROL All areas shall bo kept litter-free. Litter pick-up shall be done at two-geek intervals or less as -required to maintain- presentable appearance as determined by tho Public Works Director. 8. PLANT REPLACE4EITT The Contractor shall replace all vegetation lost through lack of care as described in Items 1 through 7. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works Dlreetor provided he is advised promptly by the Contractor. H. LOCATION OF WORK County Service Area R-5 1. Subdivision 3806 - 1.5 acre park as shown on attached ' drawing. Included in the landscape park maintenance are . the park entrances and palm trees fronting on Velasco Court and Serene Court. The fronting sidewalks should, be swept clean of rock from the maintained frontage areas. 2. Roadside Maintenance - East side Camino Ramon from approximately 2001+ north of Joaquin Drive to approximately 3001: south of Franciscan Drive, and west side of 'Camino Ramon from Franciscan Drive 3004_. t 0215y w �« 77. x soon IL YA IL .01�rlaa) �t i/000, „ DF-PTA) �t>,�+�. -oma. T�t� wc--�..�.`..•.� -- . 0 Tj -..;[ = ••' :' •! • M~!= ----MOOT SALL ' • 'o �'' :��}_•��.. • 4�b.G1Ctr 4 LL MIX'�"Ui�.E t��4�.`'.�P�G-d..'� :. . «4''1r"- `a ;«•=f=• �"` � G©1�.PO�A'�� B OF 5ACV-r i Lt•. a f a P&=-o:ZATF-t> Pi?E .. : ; . •. o MOOT r>AL1.- - - bTA,c M�D PLNVI - _ GOi�TA1t���? �►�? I DIAL. 6 GAL. 16 I AL. box o PLAt1 };'t. Cf1Ja3�'.c;c^ gip" 3G," 42! rzm+-f REE - PLS: �T lj DET�1 � - • - - ':oars: COIITRACT (Contra Costa County Standard Pores) These special terms are incorporated below by reference. (yy2,3) Parties: [Public agency] Contra Costa CoantT Tette Tree and Landreape Ccmvmv [Contractor] 530 Florence Drive, Lafayette,, CA, 94549 Comp ete legal naam (52) effective Data: 'TUI.T is 1975 (See 54 for starting date.) Maim Ma=* of median and border - Waespiag and weed and (;3) littep"fio'H&M in delineated areas in County Service Area M-4; South San Recon, all in accordance with the Plans,, Drawings, and Specifications oared by or for the Public Works Director, inclnding Addenda No. 1, and in accordance with the accepted Bid Proposal. (54) Cor..pletion :i.iae: [strike out (a) or (b) and 'calendar' or `working'1 (a) ny (date] JMM 30s 1976 ,",unless caaaellad earlier by Contra Costa Count • (b) 65) Liquidated vanages: $ None per calendar day. (96) Public Agency's Agent: Public Works Direct= (57) Contract Price: 3s72D-00 ( e �.. SICI�;Y'UxzS S AC .IVL'L::DC:;1'�"" Pub tic Acencio $y: (President,' Chairman Or Other e=n L. Mine esignated Representative) Chief Deputy Public Works Direct Contractor, hereby also acknowledf ng aware s of and compliance with Labor Code Sl>;61 co ruing L10 Compensation.Law. LV DY= rA�TE 1lesignate o fact- ca achss y in a szness S �Nt3 IPIMAPF C B53p Z Ram y: ,L AY :I NCE Designate official capacity in the usiness E; Ci4IF. -94543:Ione to Contractor (2) vsscute ackno_Ze,�y.:crt form below, and (2) if a corpora- tion, cffiz Corporate Cctz3. - - - - - - - - - - - - - - - - - - - - - - - - - - - .- - - - - - - - - - - - - - - State of C ifo_�ynis�! ) ACZJUF1LKDG% 2T (by Corporation, County of s j (:t„�'q ) ss' Partnership, or Individual) The persons) signing above for Contractor, known to rue in individual and business capacity as stated, personally appeared before ma today and acknowledged that he/they e::ecuted it and that the corporation or partnership need above executed it. C� _ - ' 1_01{ , COLI]: _.,�Li`i�.{.`_:� �- - - - - - - -t a P -1f c - - - - V�.• i'1.t{:i�,:1 Q:�Lt t'l Ltll.�{J l..:. .4....t:.�,r , - .. -. - - - - PUP-1 = h County Counsel B� fjt Y . y !/'. YE I.n �1Ls t" Deputy- (Page 2 of 4) f . (CC-l; Rev. 11-73) 0021'7 { �5� 3. WUM LOMRACT, CIM11GLS. (a) By tihcir signatures in Section 2, effective on the above date, these parties prohusc anti auree._as set forth in this contract, incorporating by tihesc references the material (special terms-)" in ec. 1. (b) Contractor shall, at his own cost and expense, and in a worlait hlike'mate ict, fully aha faithfully perforin and complete the war):; and will furnis"i all materials, labor, services and transportation necessary, cohhvenient anu proper in order fairly to perform the requirements of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) 1'ihd: work can-Pa changed only with Public Agency'. prior written order specifying such change anti its dost agrecdi to by the parties; and the Public Agency shall never have to pay morn.tuan specified in:sec.-7.•witaiou.t such an order. 4. Tim: 140TICE TO PROCEED. Contractor shall start this wort. as directed in the speci- fications or the Notice to Procedau; and shall corplete it as specified in Sec. 1. :i. LIQUIDATED DMAGES. If tile-Contiactiar­iai1s to cocplctc tais contract and this work within-tne tih•k: ixcd--therefor,.alloiiancc..bc img'saade:for contingencies as provided herein, he becowe...li.aihle•to.-the Public Agency ;for. -all. its .loss �6d ida - therefrom; and because, from'thhe.naiture of,talc case', iti'is arid will be irr�racticati c ahhd,ext=eiaely difficult to t asccrtaiz lane.". fi::fife Pualic Agent/'s~actual tianacje frorr any!ddiay in performance hereof, t_+ .:,.it is. agreed that-Contractdr%will-.pay ar;i liquidIated Zamigbs.to thd'Public Agency the reasonable sum specs£icd in Sec. 1k..tyle,fesult o�E:t)he pxrt�•,-,reasonable endeavor to estinata fair average-cocgiensation 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 recedicz. .dieduct.the-saot. from any money due or to become due Contractor under this con- tract. I_' the `Pt Fbl!46 Agchcy for any cause: 4ut)iorizes or contributes to a delay, suspen- sion of wort: oi-V_-::tcnsion of tine, its duration shall bd: added to the time allowed for completion,-but •it-atiall not be%decmed-a-waive= nor be used to defeat any right of the jigency to damages for nosh-complcti - or delay hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be-assessed liquidated damages for delay in completion of the war%, when such _dalay was caused by the failure of the Public Agency or the owner of a utility to provide-for'rezlovsl or relocation of existing utility facilities. :t... Ii 'I:G;s►TLD vett, :E.:is. ,he plan`s; •ura%inys and specifications or special provisions = of* ie-P is Agency scall for bids, ani! Contractor's-acct tett bid for this work are hereby incorpuratbd•into this-con t; 4iid'•they a`rc:inten c -to co-operate, so that any-* tiling e::ihibitcd ila the plans or drawings and not moti ioned in the specifications or spacial provisions, or vice versa, i:; to be e::ccuted as if e:ihibitt u, mentioned and set forte in iiot:i, to till: true intent .alai meaning Llaereof when taken all together; and differcnces of opinion concerning these sit all_Ge fishafly` Ccteruined by Public .agency's Agent specifieti in Gee. 1. .•:•a 7. PAYME!r. . (a) for iris strict and-literal'fulfillmnt of these promises and conditions, and. asu compensation for all this work, the Public Agency shall pay the Contractor the suit specified in Sec. 1, except Haat in unit price contracts the payment shall be for finished quantities at unit bid prices. - (b) on or aLout the first uay of each calendar month the Contractor shall submit to the Public .tycncy a verified application for payment, supported by a statement showing' all materials actually installed during the preceding r.outh, the labor expended thereon, and the cost t-hereof; w;iereu.on, after cleckiny, t►r Public Agency shall issue to Contractor a certificate for the a:.,ouhht de-ternined to be due, minus 10% thereof pursuant to t;over.u.iont Code Sec. 53067, but not until d.:fective war}: and materials have been re:aoveu, replaced and raad a ydio:.i. PAYIMNTS WITHHELD. (a) Ise Public Agency or its ayent may withhold any payment, or because of later discovered evialence nullify all or any certificate for payment, to such e;tent and Wriod of titre only as may tie necessary to protect the Rublic Agency from loss bccaus! oft (1) uefective wore: not remedied, or uhacuwpleted work, or (�) Clains filed or reasonable evidence indiicatiiag probable filing, or (3) railure to properly pay subcontractors or for haaterial or labor, or (4) ReasonaLle doubt that the wort: cads iia coigilct:d for t;he balance tiien unpaid:, or (5) Vanage to another contractor, or (6) Darnaye to the Public Agency, other than danage due to delays. (b) she Public .lyt;ncy shall us" reasonable Ciliyehlee to discover and report to the Contractor, as tiau wort: progresses, time uaterials and: labor which are i.ot satisfactory to it, so as to avoid unnecessary trouble or cost to time Contractor in making good any defective war); or parts. (c) 35 calendar days after time PuL•lic .agency files its notice of completion of the entire (Page 2 of 4) 00218 work, it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all amounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filed against the work or site, and provided there are not reasonable indications of defective cr missing work or of idte-recorded notices of liens or clains against Contractor. 9. INSURANCL. (Labor Code 551860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of WorY.saen's Compensation insurance issued by an admitted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. 10. BONDS. On signing this contract Contractor shall deliver to Public Agency for approval good and sufficient bonds with sureties, in amount(s) specified in the specifi- cations or special provisions, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILLHE TO PERFOW1. If the Contractor at any time refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPi.Y. General. Both parties recognize the applicability of various federal, state and local lags and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.- 173S, 1777.5, & 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 b 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCOUTRACTURS. Government Code SS4100-4113 are incorporated herein. 14. WAC : RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, .and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con stituting the working day. When less than that 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above raust be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to esaploy any perzon in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-:manual workers as such) for which no minimuu wage rate is specified, the Contractor shall ir^ediately notify the Public Agency which shall promptly determine the prevailing wage rate tuere£or and furnish the Contractor with the minimum rate based thereon, which shall apply from the time of the initial employsu--nt of the person affected and during the continuance of such employment. 15. HOURS OF LABOR. Eight hours of labor in one calendar day constitutes a legal day's work, and no wor)mai employed at any time an this crud: by the Contractor or by aay sub- contractor shall be required or pe=itted to work longer thereon except as provided in Labor Code Secs. 1810-1815. 16. AP1•RLN ICES. Properly indentured apprentices r447 i;e employed on this work in accordance— with Labor Code Secs. 1777.5 and 1177.6, forbidding discrimination. Wdyc s of 4) (CC-1; Rev. 12-73) 00219 , 17. PRI:FLHL':JCL: FOR HA_L'RIALS. The Public Agency desires to promote the industries and y econowy of Contra Costa County, and tiie Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in evar_v case where the price, fitness and quality are equal. 18. ASSIGtIII1;I1T. This agreement bines the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from.bringing any action for damages or enforcement arising from the failure to comply with any of the terns and conditions hereof. 20. BOLD HARMLESS s INLMUZITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su fered, incurred or threatened because of actions defined below, including personal injury, death, property damage, inverse condemnation, or any combination of these, egardless of whether or not such liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection wit`h eth matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s) , agent(s) or employees) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepareu, 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 these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 21. EXCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if applicable, by submitting 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) 00220 _. . :•5 x,y;.;sig rAu t, 1h '.fiL BOARD Or SU ERV ISOnS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Awarding Contract ) August 19, 1975 for Landscape Maintenance in Median ) � and Border Areas, Jobn Glenn Drive j and ,Meridian Park Boulevard, Buabanan Field Airport, Concord j Area, Work Order 4710. Bidder Total Amount Lafayette Tres and Landscape Company $2,980 530 Florence Drive Lafayette, California 9150 Robert ( uIatman, Inc., Hayward M. H. Hansen Construction, Lafayette Contra Costa Landscaping, Inc., Martinez The above-captioned project and the specifications therefor being approved, bids being duly invited and received by the Public Works Director; and The Public Works Director recommending that the bid listed first above is the lowest responsible bid and this Board concurring and so finding; IT IS ORDERED that the contract for the furn11shing 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 llorks Department shall prepare the contract therefor. IT IS FURTHER ORDERED that, after the contractor hassighed the contract and returned it with any required certificates of insur- ance, and the County Counsel has reviewed and approved them as to form, the Public llorks Director is authorized to sign' -the contract for this Board. PASSED by the Board on August 19, 1975 CERIMM C PY I certify that this is a full, true & correct copy of CC: Public Works Director the original document which is on flit in my office, and that it was passed & adopted by the Boa►,2 of County Counsel supervisors of Contra Costa County. Callfoiris, ori County Auditor-Controller the date shown.ATTiw: T R. or ssox, County Clerk&ezoffidio Clerk of said Board,of Supervisors. Contractor by Deputy Clerk. �0, au c 19,q75 00221 v•' ,r, �:. ;tiv rJ:^• 1� iiCI*K':-L�I_NAIt7Ft[:MT _ R. at. psych • �• t. .• •�a. ,.tON Dirvir.nunuw..,nN.r at'nusvn9 ,..Ict,o:. w.L\1' '1 11 COSI A COUNTY Y koa� �(.�u„t�►.�, C►I.L: t Y MURItc•W(.t."U otstcion J. 9 TAYLOIt • ana J- 4111 rtou .AOMtN11lNA11tlN pU0.UtMp 11FrtITY• t(Wt. CP/tTItOL '.., D. OI:PAICH FtARTIUM CAL•1!OUNIA 94353 tai 6LAC►►Jt s►utYL OCrUTY•rlStNt Le^110 rXIMIC" FiArih L. Y.Cl:ldlT T[LLP11MM r-.-woo . OCPUTY.T tAtJ:•PQII.ATIM! Juno 25, 1975 . Gontleme n: The iollouing shall be considered as ADDS HI DER 1 to the Special Provisions for Landscape 2111aintenanco in County areas and' County Service Areas: Item 1. SPTCII=ICATIONS Section A. Paragraph 3 DRf,e'3 'urnish the Count; uith" ADD: "furnish the Contra Costa Cou,ty Public Works Department uithTT Iters 2, SPECTFICAT10 S Soction A. Paragraph and Section G.l., Pal-ngraph 2 DF-LETS: "maintenance period" �ffg: "contract poriod" Item 3. SPS TPICATIONS Section F. Paragraph 2 DF:i,.E'iE: "for cause" ' •Item 4, SPECIFICATIONS Section G.l., Para&aph 2 - U .E'i'E "�'•-aarore the start of the maintenance-period" -: "within 15 days of the approval of the contract"" END OF ADDENDUM I.M.BER 1 ' If there are any questions, please reel free to contact this office at 2213-30000 extension 2214. SEE PAGE 2 D FI LE ' d p G .0 1975 CLM BOARD OF w sons CERA T 00= i. "DI)IMIM11I 110 1 (con t t-.) AcItnow1odgmout of this Addendum mill be roquirod prior to the opening of bids. Ploaso countersign in the space providod•bolow. . • hereby acknowledges Addct►naum, . BIDDbPR lumber 1 of the Special Provisions for Landscape Maintennnce in. County areas and County Service Areas. Signature Date Very. truly yours, VICTOR W. SAUE . PUBrLIC ti30r'ZtL- S DIRECTOR Zchara E. Mar= - Grounds Maintenance Superintendent n , Y CONTRA. COSTA COUXTY PUBLIC WORKS) D_ A THE:NT Martincsz, California _ Buchanan Field Airport Landscape Maintenance .June 19, 1975 REQUEST FOR BID A Bid is requested for the following described work proposed to be constructed as noted herein: LOCATION: Buchanan Field Airport DESCRIPTION OF WORK: Maintain landscaping in various areas adjacent to John Glenn Drive Work is to be done in accordance with Specifications enclosed herewith. Proposals are to be delivered to: - . VICTOR W. SAUER, PUBLIC WORKS DIRECTOR ROOM 1153, COURTHOUSE MARTINEZ, CALIFORNIA 94553 ATTENTION: BUILDINGS AND GROUNDS before 4:00 p.m. on June 26, 1975• Bids will be opened by the Public Works Director who will recommend to the Board of Supervisors as to the award of the contract to the lowest responsible bidder, except that the Public Works Director reserves the right to'reject any or all bids for cause, to request new proposals, or to cancel the project. . Failure by the Contractor to perform the necessary work for one month shall be considered cause for the County to cancel the contract and to use the cash bond on deposit to arrange for and insure the proper maintenance of the area defaulted by the Contractor. ATTACHMENTS: Proposal Special Provisions _ Plan P-1 • 00224 a CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT ROOM 115, COURTHOUSE MARTINEZ, CALIFORNIA 94553 Buchanan Field Airport Landscape Maintenance June 19, 1975 P R O P O S A L Buchanan Field Airport Landscape Maintenance The undersigned, being a duly licensed Contractor in the State of California, hereby-offers to furnish all labor, equipment, and material required, and to do the work necessary to perform the work as described in the REQUEST FOR BID in accordance with Plans and Specifications therefor for the following lump sum price: Buchanan Field Airport Maintain landscaping in various areas adjacent to John Glenn Drive. . Total annual cost for the above area: Dollars $ And, further, the undersigned agrees to enter into contract with the County to do the work as provided abeve and to furnish the prescribed cash bond and insurance. Company Authorized Date Signature Title Address California Contractor's (Signature to be notarized) License No. P-2 0022- Y• 7 Buchanan Field'Ai,rport Landscape Maintenance 1975-?6 v - f A .. r SPECIAL-PROVISIONS g, FOR s h BUCHMAN FIELD AIRPORT ` LANDSCAPE MAINTENANCE ; hf CONTRA COSTA COUNTY Y J, x a :N a i. VICTOR W. SAUER, PUBLIC WORKS DIRECTOR CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA June 190 1876in { N sf • J1A1M*.&::iAHCE OV MEW; A. SCOPE OF SFrtVlCi Tho ContrHctor ahnll furnish all labor, materials and equipment required to satisractorily perform the landsc:epe maintenance required by tho Cs.unty; iu the strects or aroas as designated in the attached plans and these special provisions. . Haintenance of the various areas shall include, but not be limited to, weed removal, spading, plowing or loosening of the soil, fcrtili:inb, i:atering, removal and di:posal at a commercial garbage disposal site of debris, trash and dotritus collected. 14hore aprinicler systems and water spigots are installed and'avail- able, the county gill furnish the water at no expense to the Contractor. In all other areas to be maintained, the Concrcctor shall furnish the water ns included in the contract price bid. During the rainy cer_son Ld2ore automatic sprinkler systems are installed -and available, the Contractor still set the controller to operate the sprinkling cyclo once a week for one to two minutes. The Contractor shall furnish the County with a written record of any such change, to include the following: time setting, time of watering, day(s) of watering, and date of such change. This will keep the irrigation system clean and valves from sticking. The controller shall be set to operate in the morning before the heavy commuter traffic. - During, and at the end of the maintenance period, all plant material shall be in a healthy, growing condition. - B. I11SPECTION . The County will inspect each area. In the event- 'the inspection report notes failure to satisfactorily maintain the area, the Contractor shall re-work the area within seven calendar days. Re-inspection at completion of re-work is mandatory and, if unsatisfactory, vee'll result in a Fifty Dollar ($50.00) charge to • the Contractor from the County and'to be deducted from the current month's billing. Each subsequent re-inspection will result in a similar charge in the same amount until the area has been satis- factorily re-worked and brought up to standard.in the sole opinion . of the County. . If the Contractor fails to re=work within seven calendar days, the County will accomplish the necessary work, either with its own forces or with others, and the .cost thereof, including a one- time re-inspection roe of Fifty Dollars ($50.00) will be deducted from the current month's billing. Continued failure to perform will result in termination of the contract in accordance with Paragraph 2, Section r^ of this document. -1- 0022 • C. rAY.'-.*N P On ra monthly bn:ln, Min Contr•ect.cr t:ill furnish Lhn Public �!Qi•;;:: Director W th cin lu-Wrolac for uo;-k Bono rinrinr. tto previous wontr11, giving ditte:s nud -norritte• nwora n.;= and invubor. Foymont Shull i.."s mado on recelpt of uskU invoicen at the ecisit.ruct Lgrkp Suri price dividod by 20. lluili:t; ' tho uin:.ar mouths (11ove:mbor through February), tho acnouot or 1/20 or tho contract Lump Sum price will bo paid. In the months Wirch through October (grotiaing season) , the account of 2/20 of tha contract Luap Sum' price will be paid. Invoices aro to be diroc."Goo . to: Contrn Coutee County Public t.orkin Department Sixth Floor •- Administration Building Martinez, Califarnin 94553 Attontiou: Accounting Division D. INSURANCE Prior to performing any work under this contract, the Contraatur shall furnish to the Public Works Director, evidence that he carries the follotring insurance coverage: 1. Contractor's Public Liability Insurance providing for a limit of not lbsa than Two Hundred Fifty Thousand Dollars ($250,000) for all damages arising out of bodily inAwies to or death of any one person, and a total limit of not less thaw Five hundred Thousand Dollars ($500,000) - for all damaL-c3 arising out of bodily injuries to or death 'of two or more persons in any one accident or occurrence.. 2. Contractor's Property Damage Liability Insurance * providingfor a limit of not less than Fifty Thousand Dollars $50,000for all de mac=es arising oat of injury to o-- destruction -destruction of property in any one accident or occurrence. R. CASH BOND The successful bidder will be required to furnish the County a Faithful' Performanco Cash Bond equal in amount to Ten Percent (10�) of the contract Lump Sum price. Said bond shall be in cash,; certi- fied check or cashier's check and mailed to: • Contra Costa County Public Yorks Department Sixth Floor - Administration Building • Martinez, California 94553 Attention: Accounting Division 'F. TMI OF SERVICE • The term of the contract will be from July 1, 1975 to June 309 1976. The; County may cancel the contract or any portion thereof, for cause, at any time during the term of service, and such cancellations shall be effective upon the mailing of written notice to the Contractor's last known address. -2- 00200 Tile GOI&Ltrtctnr !0113 fur•rri:lls to th"• Public t tll-k-ft D !•eator uithln 15 t7s1ps:t anter appro ai or L!tr cotiLrncL Ivy the: Botord at' SuparPi:or n w%tric ache dul o. :-ho wl ills. t l:e• p ropo:ued ebb L s run:l 1,101•:;1 of uor t ror 'i:lur ?c+cr11,•i on :.1 o"al on the p opo::al. Tba Uont 1•nc i.or may chap-c-, the cebudltl.c W7 t:•irk by zubnittIng it rovi.::ed trork scliadule+ at Inast 30 days prlar to the: ua to u;hen the roviaad sebodule is planned to Utcomo of ructive. G. LANI)SGlsPS tdAIa:t:.t...iti..t: 1)E�ATLS 1. 1$FSI), I11SECT. 1.111) DI::S SE COitMO), All planting and rock surface areas shall be kept weed free. • A-program for control of weeds, insects, and disease shall ' be developed by the Contractor and submitted with supporting' manufacturers' dna for Written approval by the Public Works . Director before the start of the maintenanze period. Such pxo ram will be adhered to unless written approval to change said program is granted by the Public Vorkx Director: ' Application of weed, insect, and disease control cheiicals shall be within the seasons) best suited to the insects, di.soases, and vegetation in question. Any•new or existing plants or .soil which in the opinion of the Public Works Director have been damnag ed by applying control chemicals shall be replaced by the Contractor* at his expense. ' Wood oils and Granular or pslleted- weed control chemicals will. not be allowed. 2. STAKING AND GDY110 Trees or shrubs susceptible to wind damage shall'-be kept- . adequately staked or Guyed. Ties shall be loosened periodically to prevent girdling. . Where the supporting stakes have been broken, or where a replacement tree is pinnted, the stakes shall be of wood of uniform size, reasonably tree of knots, and capable of standing in the ground at least two years, and they shall be 2" x,. 2° square and not less than 101 in length. See attached Tree Planting Detail for replacement planting. :3. IRRIGATION - All planted areas shall be watered as necessary to promote normal growth and insure the health of the vegetation therein. 1�.. REPAIRS TO MCISTIRG FACIL1TIrM. All portions of existing structures or facilities including irrigation systems, which are damaged or altered in any way duritlg the performance of work under this specification shall be repaired or replaced in kind and in an approved manner by the Contractor at his expense. _3_ •, 00229 .. {� j ts �) ti � +tll.!i::•. iti j� �� l'�!•'l� :*.P%.%* T3:�at��■: Ct1Stt 5. :VE:t.._ Tom.;; cnmot+rcial re-i•4iusar shill coni nra to t}:, provialons or Section :4-.2.02. oi' Lbe Shane anal ::l+c rdricpettoua.of ilia Si nto of Calilrox-nia, uhn1l be a complete fortili:ar, part of the olomonts of uhich arc derived from or;;anic sources, and shall have: a loarantcod analysis of: Zein: Hai. Nitrogen 1O$ 20;9Phosphoric Acid 69 Water Soluble Potash and shall be applied at such a rate as to insure one pound. . of actual nitrogen par 1,000 square foot per application.. Fertilizer tablo is •shall be 21-gram size with a guaranteed- " analysis of: Nitrogen . 20.00% Phosphoric Acid 10.00 Yater Soluble Potash S.0 Combined Sulfur 1.60 - • Iron .35� and shall be applied at the following rate: ' Three tablets per tree inserted equally spaced, two feet . deep at the end of Nsrch 1976. Fertiliser shell be applied to turf areas five (51 time during the growing season between March and October (i.e.,. every six weeks). Fertilizer shall be applied to all other 'planting. areas three (3) times during the growing season .betwoen Narch and October (i.e., every nine weeks). ' All areas shall be well. watered within the 21t-hour period prior to fertilization. All turf areas shall be watered immmediatoly after fertilizing. - 6. PRUNING ARD Z90YING All trees •and shrubs shall be kelt pruned for health; shape, prevention of wind damage, and public safety. Turf shall, be maintainod at a height of 1-1/21 to 2-1/2" at all times. Hyperieum calcinumm shall be =owed once a year in the spring or in dormant season, to a boight of three (.3j inches. G. LANDSCAPE IVIIIRBSIAUC DETAILS (cont t.) 7. LITTER CO NVOL All areas shrill be kept litter-froe. Litter pick-up shall be done at two-week. intervals or less as required to maintaia presentable appearance as determined by the Public Works Director. 8. PLANT REPLACFAEHT The Contractor shall -replace all vegetation lost through lack of care as described in Items 1 through 7. Unusual occurrences or those beyond the control of the Contractor may be excepted from this provision by the Public Works, Director provided he is advised promptly by the Contractor. H. LOCATION OF WORK Buchanan Field - Concord Area 1. Center islands -on John Glenn Drive. 2. Easterly side of John Glenn Drive iihere planted as delineated on plans. 3. Lawn and other planted areas around Terminal Building and Department of Agriculture offices. t !}. Center island on Meridian Park Boulevard northwest of Concord Avenue. i Oa231. ���.� • � ��_��- z- ?_r2 JO 5TAKF-;b ``?!�.�_��� �, �� J — ii•�►c".:r.\P.If� z:(fc�?� is 7-r .1 �,. MULGN 3 D5-! T'FI� P-OOT e>ALL `P- TA2?t.=Tb - �''} � ,• .�_•� I e-09_PO AT` o� Or- "Nix "ATc> baT T L>M Pt:'` • tecmoo _ a PE=r0�•aTED PIPE _ 0 t20or 15At._l- O 5TA►•1=jb . PL A GOtATXINIE�z t)tZ•` ! CT1lL. 6 GAL. ! L. EOX D . • ' PLANT ITP F-P P1_A%i-ATI\I(f:r r--) -TAIL. u.�, COUTRACT 1 (Contra Costa County Standard Form) 1. 311iXIAL These special terms are incorporated below by reference. (j!;2,3) £artiest [Public Agency] Contra Costa County Lafy"te [Contractor] 530 F10MUCS Drha, Tiitaytte, Cl. 94%9 Complete legal name (§Y) effective Date: JU37 1, 1975 [See 54 for starting date.] (53) The >Jori;: MainA of ��� in acdian and border areas adjacmnti to Jot= Glee Ih-iv+s and 2�aridian Pa* Bao3avard IorEMNst the lid Dr s inti .S�C�iIC .tib s7d� With or ZOl 1all .in • i. LAI— iddendus No. 1, and in accordance With tba (y4) VAlet"Zo .-im"trike out (a) or (b) and "calendar" or "working") (a) ny [date] Jtu" 302 1976 mjD ameeLW eorUW by Contra Coags CoM2W• (b) • (55) Liquidated Oacages: $ Nozo per calendar day. (§b) Public Agency's A Pent: p11b1U WarM Dirsator (57) Contract Price: S 2x980.00No (f �. SI4:JA2Tez:5 S ACZ:F0ULLUC::£'w'• r, Public Agenca, by: (President, chairman Or Other uignated Representative) ChUf DWaty public Wmks Diroc soy Contractor, hereby also acknowledg ng awarene f and compliance with Labor Code ,x,18361 coq' rnkng Wor- 99Compensati4RA _ ! TR 13yTlksignate officialicapacity in t ihd usiness 53O[F� F N Osq{ LAF/;yC7'rE �F DF?!VF By: [Designate9.15,9 official capacity in thebusiness) dote to Contractor f11 .isecute achno_•te,.ritent foray beton, and [2) if a corpora- zion, affi= Corporate --cat. - - - - - - - - - - - - - - - - - - - - - - - - - - - .- - - - - - - - - - - - - - - - - State of Ca for is J ) ss. ACZJUNLEDCC'X3T (by Corporation, County of a !jam ) Partnership, or Individual) The person(s) signing above for Contractor, known to rye in individual and business capacity as stated, personally appeared before today and acknowledged that he/they =Ccuted it and that the corporation or partaersh v nA—d above executed it. uated: 7- o - 7 e gym_ [t'0 AN*tC1AL SE.P f� nota Publ c PH E. BROOKS I I �t i U�ili !.nL!( t;'1�� .- - - - - - - - - j - -� - - -1�` '^-VSV WjSUN, County Counsel t3�►. / 41% i:/t Deputy � ,�y :..a-.i's�cz Exr:re,ltiY�?.157fi • o (Page 1 of 4) 00233 3. %-Jinn; COM MCT, CIIA IGUS. (a) By tihcir signatures in Section 2, effective on the above date, these parties promise and aareo an set forth in this contract, incorporating by these references the material f'special terms'r.inr Sec. 1. (b) Contractor shall, at his own cDst and expense, and in a worhaanlzl:c manner, 'full_r•and faithfully perform and complete the work; and will furthis:h all materials, labor, services and transportation necessary, ` convenient anu proper in order fairly to perform the requircueutS of this contract, all strictly in accordance with the Public Agency's plans, drawings and specifications. (c) The work can:bo'•chaiiged only azith 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-v re :Uhah3=spe fLmii UVISec: 7."vit;►out such an order. 4. TIME: IIOTICE TO PROCEED. Contractor shall start this, work as directed in the speci- fications or the notice to Procceu; and shall complete it as specified in Sec. 1. i. LIQUIDATED DAMGES. If tine Contractor'fails to complete this contract and this work .. _within:tthe.: 'ae.' ivied:there£o>vt. a�lau.uhge_ ing,made for contingencies as provided herein, he; Iecones_liaial_e,to-.the Public Hg• for all,i,L.- loss.{and damage therefrom; and. because, £rpm,tlh_ nature of t'?c-case, iti�is will ba'i`f raCticalile 'an& extremely difficult to t asCr X -4n".Zzrd 'Pi:t`tlic�Pubfic�Agency's •actual damage-frog at►f'd�lay in performance hereof, n -it-'is agrecc2't'lat cotiteatctoi .will-.pay-,= liquidated damn-gc$:to_;tlhe1 Public Agency the reasbndble 'sut21s'pecif3et) 4JI Sec. 1, :tlzc•result oFitlhe,-parties' reasonable endeavor to estinate fair average compensation therefor, for'teach-calenc:ar_"P.s!delay in finishing said worl:; and if the same be not paid, Public Agency may, in addition to its other -:>-crieczicz� clec2gct;the sane from any- honey.due.or to becore due contractor under this con- tract. .If the ,Pullfic Agency for any but; authorizes or contributes to a delay, suspen- sion'of:woz): nj`t:6nsion_of,l,i.. it$_duration shall be added to the time allowed for completion;`-thut'it-stroll"not' be'deemed a waiver nor,lie 'cisecl to defeat any right of the Agency to damages for non-completion or dela; hereunder. Pursuant to Government Code Sec. 4215, the Contractor shall not be assessed liquidated damages for delay in completion of tine worl:, when such c)eiay wa, caused-by the failure of the Public Agency or the owner of a utility to provide for removal or _relocation of existing utility facilities. _b. .II='LCi'.,1m e:�r. LG -12i.aS. Mlle-plsi ,.cravings and specifications or special provisions o he P lie elgency.F call-for_bids; =azzd ContractoK_ acre ted bid for this work are hereby incorporat_e-d'into this 'cont ract;"'and- they'Src -intan ed to co-operate, so that any- - thihhg e::ihibitcd in the plans or drawings and not ca;.utioned in the specifications or special provisions, or vice versa, is to be a::ecuted as if exFhibiteu, mentioned and set fortih in bola, to the true intent and waning thezco` when taken all together; and differences of opinion concerning_thesti sicall be fiihthllV,,i.eterhrined by Public Agency's Agent specified in 7. PAYMMIT. _ ('aC)"`hpr;his strict and literal fulfillment of tnese promises and conditions, and as full compensation for all this work, the Public Agency shall pay the Contractor the suh.i specified in Sec. 1, except that in unit price contracts the payment shall be for finished quantities at unit bid prices. (b) on or aLout the first uay of each calendar month the Contractor shall submit to the Public agency a verified application for payh,ent, supported by a statement showing- all materials 'actually installed during the preceding cwont:h, the labor expended thereon, and the cost thereof; %iiereupon, after checking, the. Public Agency shall issue to Contractor a certificate for tine aliohuht determined to be due, minus 10t thereof pursuant to Gavernh.hent Code Sec. 53067, but not until u.:fective wort: and materials have been removeu, replaced and wade good. v. PAYtIIitlTs WITHHELD. (a) Public Agency or its agent may withhold any payment, or because of later discovered evidence nullify all or any certificate for payment, to such c.-:tent and period of tiice only as may be necesaar-v to.protect thc'Public Agency from loss becausa o.: (1) Defective wor): not re=LIlicd, or hu►cuh.q)leted work, or (l) Clams filed or reasonable evidence indicatihhg probable filing, or (3) failure to properly pay subcontractors or for LLaterial or labor, or (4) ReasonaLle douut twat t:he work call i►t; cotq,)leted for Che balance tihen unpaiC, or (5) tlanage to another contractor, or (6) Damage to the 'Public agency, other than damage due to delays. (b) Tile PuLlic Agency shall usgt reasonable t:iligeuee to discover and report to the Contractor, as tiie worl: progresses, the uaterials and labor which are not satisfactory to it, so as to, avoid unnecessary trouble or cost to the Contractor in making good any defective wor): or parts. (c) 35 calendar days after the PuLlic Agency files its notice of cow lution of the entire (Page 2 of 4) 00`x" (CC-1; hcv. 12-73' word:. it shall issue a certificate to the Contractor and pay the balance of the contract price after deducting all aaounts withheld under this contract, provided the Contractor shows that all claims for labor and materials have been paid, no claims have been presented to the Public Agency based on acts or omissions of the Contractor, and no liens or withhold notices have been filen against the work or site, and provided there are not reasonable indications of defective or missing work or of late-recorded notices of liens or claims against Contractor. 9. INSURA14CL. (Labor Code 551860-61) On signing this contract, Contractor must give Public Agency (1) a certificate of consent to self-insure issued by the Director of Industrial Relations, or (2) a certificate of workmen's Compensation insurance issued by an adm. tted insurer, or (3) an exact copy or duplicate thereof certified by the Director or the insurer. Contractor is aware of and complies with Labor Code Sec. 3700 and the Workmen's Compensation Law. 10, BONDS. 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, guaranteeing his faithful performance of this contract and his payment for all labor and materials hereunder. 11. FAILLRE TO PERFORM. If the Contractor at any tine refuses or neglects, without fault of the Public Agency or its agent(s) , to supply sufficient materials or workmen to complete this agreement and work as provided herein, for a period of 10 days or more after written notice thereof by the Public Agency, the Public Agency may furnish same and deduct the reasonable expenses thereof from the contract price. 12. LAWS APPLY. General. Both parties recognize the applicability of various federal, state and locil laws and regulations, especially Chapter 1 of Part 7 of the California Labor Code (beginning with Sec. 1720, and including Secs.. 1735, 1777.5, i 1777.6 forbidding discrimination) and intend that this agreement complies therewith. The parties specifically stipulate that the relevant penalties and forfeitures provided in the Labor Code, especially in Secs. 1775 S 1813, concerning prevailing wages and hours, shall apply to this agreement as though fully stipulated herein. 13. SUBCONTRACTORS. Government Code SS4100-4113 are incorporated herein. 14. WAGE RATES. (a) Pursuant to Labor Code Sec. 1773, the governing body of the Public Agency has ascertained the general prevailing rates of wages per diem, and for holiday and overtime work, in the locality in which this work is to be performed, for each craft, classification, or type of workman needed to execute this contract, and 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 day of 8 hours unless otherwise specified; and the daily rate is the hourly rate multiplied by the number of hours con- stituting the working day. when less than that 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 provided for by applicable collective bargaining agreements. All skilled labor not listed above must be paid at least the wage scale established by collective bargaining agreement for such labor in the locality where such work is being performed. If it becomes neces- sary for the Contractor or any subcontractor to employ any person in a craft, classifi- cation or type of work (except executive, supervisory, administrative, clerical or other non-manual workers as such) for which no minimun 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 minimum 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, HOURS OF LABOR, Eight hours of labor in one calendar day constitutes a legal day's work, and no workman employed at any time on this wort: by the Contractor or by any sub- contractor shall be required or permitted to work longer thereon except as provided in Labor Code Secs. 1310-1815. 16. APPRLUTICLS. Properly indentured apprentices may be employed on this work in accordance with Labor Code Secs. 1777.5 and 1777.6, forbiddinU discrimination. (Page 3 of 4) (CC-1; Rev. 12-73) 00235 17. PItLFL1U:!10E FOR MATL'RIALS. The Public Agency desires to promote the industries and economy of Coutra Costa County, and tiie Contractor therefore promises to use the products, workmen, laborers and mechanics of this County in every case where the price, fitness and quality are equal. 18. ASSIGII:I1T. This agreement binds the heirs, successors, assigns, and representatives of the Contractor; but he cannot assign it in whole or in part, nor any monies due or to become due under it, without the prior written consent of the Public Agency and the Contractor's surety or sureties, unless they have waived notice of assignment. 19. NO WAIVER BY PUBLIC AGENCY. 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 Public Agency indicating the work or any part thereof complies with the requirements of this contract, or acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination of these acts, shall not relieve the Contractor of his obligation to fulfill this contract as prescribed; nor shall the Public Agency be thereby estopped from bringing any action for damages or enforcement arising from the failure to comply with any of the terms and conditions hereof. 20. HOLD HARMLESS S INDF121ITY. (a) Contractor promises to and shall hold harmless and indemnify from the liabilities as defined in this section. (b) The indemnitees benefited and protected by this promise are the Public Agency and its elective and appointive boards, commissions, officers, agents and employees. (c) The liabilities protected against are any liability or claim for damage of any kind allegedly su ered, 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 liability, claim or damage was unforeseeable at any time before the Public Agency approved the improvement plan or accepted the improvements as completed, and including the defense of any suit(s) or action(s) at law or equity concerning these. (d) The actions causing liability are any act or omission (negligent or non-negligent) in connection w2 the matters covered by this contract and attributable to the contractor, subcontractor(s), or any officer(s), agent(s) or employees) of one or more of them. (e) Non-Conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s), drawing(s), specification(s) or special provision(s) in connection with this work, 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. 21. E.YCAVATION. Contractor shall comply with the provisions of Labor Code Sec. 6422, if app is e, by submitting 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) , 00235 :`.'114.;:"6 Y In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 75 In the Matter of Releasing Subdivision Deposit, Subdivision 4254, Danville Area, Deposit: $2,500, Auditors Permit No. 124601, - Dated March 24, 1975, Refund to: Greenwood, c/o C. M! B o , IIIc. The Board on April 8, 1975 having accepted a $2,500 cash bond to guarantee completion of certain minor drainage deficiencies in Subdivision 4254, Danville area; and The Public Works Director this day having reported that the work has been satisfactorily completed; IT IS BY THE BOARD ORDERED that the Public Works Director is authorized to refund to Greenwood, c/o C. H. Bloch, Inc. , 30 Town and Country Drive, Danville, California 94526, the deaosit as indicated above. PASSED by the Board on August 19, 1975. I hereby certify that the foregoing is a true and coned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Public Works (2) Whness my hand and the Sea[ of the Board of C. M. Bloch, Inc. Supervisors 30 Town and Country Drive affixed this 19th day of Auuust , 19 75 Danville 94526 J. R. OLSSON. Clerk Auditor Bye �� . Deputy Uerk H 24 12174 . 15-11.4 D. Harkness 00237, Y In the Board of Supervisors of Contra Costa County, State of California Auvuwt IS , 19 In the Matter of Authorising Pacific Gas and Electric Company to Energize Street Bightap Danville Area. On the recommendation of the Public Works Director IT IS BY THE BOARD ORDERED that Pacific Gas and Electric Company is AUTHORIED to energize two 7,500 lumen, mercury vapor street lights in Subdivision No. 4594 as follows: 1. On the east side of Park Meadow Drive two poles north of Chantilly Court; and 2. On the north side of Piedras Circle at the inter- section of White Gate Road; and IT IS FURTHER ORDERED that charges for the aforesaid street lighting be billed to County Service Area L-45. PASSED by the Board on August 19, 1975. 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 ccs P.G alt E. , Concord Wdness my hand and the Seal of the Board of Public corks Director Supervisors County Auditor—Controller affixed this 19th day of_gugun . 19 -M County Administrator /`� J. R. OLSSON, Clerk By /K/-4&,/ ��'1 f� . Deputy Clerk Helen C. Marshall H 24 8/75 lOM 00238 R _. IN THE BOARD OF SUPERVISORS OF CONTRA. COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changing the Name of a Portion of August 19, 1975 CAMINO ANDRES, Road No. 5385A, ) gest Pittsburg Area, to EVORA ) ROAD. ) } The Public works Director having reported that, in accor- dance with the Board's Order of July 22, 1975, he had reviewed each of the proposals that a portion of Camino Andres. West Pittsburg area, be renamed Camino Del Real, Willow Pass Road, Evora Road or Camino Evora; and The Public works Director having further reported that in the opinion of staff renaming the road Willow Pass Road could create problems and it was his recommendation that, as suggested by Mr. and Mrs. Manuel Kota and Mr ,and Mrs. George wildes, the road be renamed Evora Road in recognition of prominent early settlers in the area; and The Board having discussed the matter, IT IS ORDERED that the recommendation of the Public Works Director is APPROVED and the name of said road is CHANGED as follows: OFFICIALLY HAMM FROM DESCRIPTION AND DESIGNATED CAMINO ANDRES Beginning at the intersec- EVORA ROAD Road No. 5385A tion of Willow Pass Road, West Pittsburg, and extending northerly and westerly to the intersection of Willow Pass Road, Concord, a distance of approximately 2.6 miles PASSED by the Board on August 19, 1975. cc. Recorder Air, and Mrs. Manuel Kota Mr. and Mrs. George Wildes Mr. Wilfred J. Stone Public Works Director Planning Commission Jury Commissioner County Administrator Draftsman Postmaster, Pittsburg CER17MM COPY G.C.C. Fire Protection District muty that thfa is a fall, true & pct copy of Mt. Diablo Unified School District �a $ tt nt it was Passed &ch Le oonn it my. oboe, by the B"rd E.B.N.U.D. , Oakland Supervisors of Contra Costa County. California, on E.B.M.U.D., Walnut Creek the dace shown.ASST: J R OLS.90 r, Coon ty Cleric&eX-offlClo Clerk of Bald Board of Snpervison, P.G.& E., Concord by Deputy Clerk. Pacific Telephone, Martinez ,,} , Pacific Telephone, Oakland !/�- on ,r9 rjX California State Automobile Assn. State Dept. of Transportation, Dist. Thomas Brothers Maps California Highway Patrol 0020 In the Board of Supervisors of Contra Costo County, State of California August 19 . 19 75 In the Matter of Approving Plans and Specifica- tions and Authorizing Issuance of Purchase Orders for Landscape Maintenance, Alamo Area. (Work Order 4280 IT IS BY THE HOARD ORDMED that plans and specifications, for median landscaping of two islands at the Stone Valley Road - Green 'galley Road intersection, Alamo area, are APPROVED and the Public Works .Director is AUMORIZSD to arrange for the issuance of purchase orders to Richway Landscaping of Concord in the total amount of $5,501 . PASSED by the Board on August 19, 1975 [ 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 ac: Contractor Evia P.W. ) Witness my hand and the Seal of the Board of Public Works Director Supervisors County Auditor-Controller affixed this 19th day of August , 19-75 Purchasing J. R. OtSSON, Clerk- County Administrator By �c Deputy Clerk H sa 12174 - 15-M Constance J. &avies 00240 - �r aS :►LIA te ca! i- 1,1.0. go. h280 P R C P O S h L qx, t_ The undersigned, being a duly licensed Contractor in the State•'of California„ hereby offers to furnish all labor, equipment, and material required, and to do the irork necessar; to complete the project as described in .the'-Request for Bid in accordance :.-.th Plans and Specifications therefor, for the following lump sum prices. Item Description Lump Sum Price' 4: 1 Landscaping; Islands 1 and 2 2 Landscaping; Island 3 3 Landscaping; Islands h-and 5 -. . 11 Plant Establishment TOTAL And, further, t it uncdersi.aned agrees to enter into contract or accept a purchase order to do the work as provided above and in conformance with the following General Provisions. GENERAL PROVISIONS 1 . The undersi,^ned agrees to comply with all local, State., and Federal regulations applicable to labor, wage rates, hours of work, apprentices, and subcontractors. Wages paid shall bee not less than the current listof prera.iling. . ` wades on file in the Office of the Clerk of the Board of Supervisors. 2. Feither a faithful performance bond (surety bond) nor a Labor and Materials Bond (sm*ety bond) is required for work done under this purchase order. 3. The work sha7 1 be perfon.ied under the general supervision of the Public Vtorks Director, or his au thori sed representative, who shall have the aut'siori.tf to approve or reject any portion of the work, or to order the suspension of the work for, cause. I L E -D- AUG /? 1915 J. it oU%oN . twat ea►uc a sWvtsoas e cu► 00241 rf i L. Before any aark is romrencej c:n this contract, or pursuant to a puzc!tase orJer, the Contractor shall furnish to the Public L+oats Director: (a) Evidence of adecuate Workmens' Compensation Insurance . . (b) CertificaLe of Public Liability ($250,000/v500,000and"', - ' Property Damage Insurance ($100,000),. - 5. By.acceptance of the contract or purchase order, the(undersigned agrees, ,_a ; to save, indemnify, and load ham.less ttie County of Camra Costa- or I representatives, from all liabilities imposed by lax by reason,of: in3urx- or, .` of death to any person or persons or damage to property which may arise out.,of the :work"covered by this contract or performed pursuant'to the purchase "crder. gsft and does agree to defend the Count in an claim or action as5erti.n such ' g 3 Y E liability. { Company Authorized Signature a Date Address , Title California Contractor's (SIMtATURE TO BE NOTARIZED) License tdo. ' ,. , : ,r V.O. No It280 a s RMU�.S: FOR BID <k b • s .. N 3 M x'w 1 r-� � A Bid is requested for the:following described work proposed to be con tructect , = as noted herein: tY= IOCATIOif The intersection of Stone Valley Road and Green Yalley'-Road in the Danville ,area, ,Contra Costa County- } DGNC/l.=.L il0u :The work consists of landscaping the intersea°tion median.'is.tands ':This;` shall- be done b exposed p osed a�„yregate concrete"paving and by'the'=planting;of'shrubs act trees in.accordance with the Plans and Specificationsenclosed her4•,nth-� f' fiy Proposals are .to be delivered to*-. ' � •' _ a A $ �Y jf i b. G/ Y y t"r fe ATTACHMENTS T Proposal . Plans ,tr Specifications W ar _ t r e i e F 7 V 41 9 J y 4 .PLART EST_4BLISIDN''rf Y+ fit Plant establislv�zent ::or?: shall conlorm to the provisions c:1' Section 20 !t Vit# � r of the Standard Specifications and these special proasicna. fi Plant establishment period shall be Type I and shall .end one year after �v, the completion of construction operations. j :'eed control prop rsm shall be developed by the Contractor and ysubmxtted " s c with supporting manufacturers' data for written arvl`, r ` .}rroa start of'construction. The program shail'provide for geed control zn`all planting areas and island .paving area. : iF. Any new or existingplants or soil which in the opinion of`the.Engineer have ' _ „r. been damaged by appl�dng need control chemicals small be replaced by the �_ Contractor at his expense. Weed oils and granular or pe-Deled weed control chemicals"rrill not be, ' Ilowed The contract pri;:c for "Pian" EstablishmenL".grill be-ifi:thheld from the;' Contractor on 'co.upiz.-tion of aU construction operations.` `'This amount:wi 11 tra; Wr subsequently paid to th0 Contractor per month at one twelfth of the: contract-.,: °: rr price for "Plant' Establishment' work. If, in the opinion',of the Engineerany, the,-wor c is inadequately perforated, this money will be,used-io have;:the r: ' inadequate iron: corrected and the cost thereof shall be-deducted from the sy monthly payment. y a t / f � t s+ r F" =s f u , b r' IY tf _ In the Board of Supervisors of Contra Costa County, State of California Auglint nt tg , 19 In the Matter of Proposed Agreement with Contra Costa County Deputy Sheriffs Association relative to Sick Leave Benefits. The Board this day having considered the proposal of the Director of Personnel that Management Representative William P. Hamilton be authorized to execute an agreement with the Contra Costa County Deputy Sheriffs Association to extend the new 1975-1976 sick leave benefits to employees represented by said association; and Supervisor E. A. Linscheid having questioned the advisability of extending sick leave benefits, which is a meet and confer item, to employees represented by the association inasmuch as said association has an existing Memorandum of Understanding in effect, and having suggested that the matter be referred to an appropriate Board committee for review; and Board members having further discussed the matter with staff; and IT IS BY THE BOARD ORDERED that aforesaid matter is REFERRED to its Administration and Finance Committee (Supervisors Linscheid and J. P. Kenny) for report August 25, 1975. Passed by the Board on August 19, 1975. 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. cc: Board Committee Witness my hand and the Seal of the Board of Administrator Supervisors County Counsel affixed this qt-h day of An6 ist . 19 25 Director of Personnel Sheriff-Coroner /) j�' - J. R. OLSSON, Clerk By �" C_eelec . Deputy Clerk H 24 12/74 . 15-M L. Kincaid 00245 r In the Board of Supervisors of Contra Costa County, State of California August .19 , 1975 in the Matter of Execution of Rental Agree�sent. IT IS HY THE HOARD oRDm= that fir. Arthur Q. Will County Administrator, is AUTHORIZED to execute an agreement xfth Carol Platlock for rental of county-owned property at. 1125 Menus Street, Nartinee, California on a month-to-month basis at a rate of 70 per month co®encing September 1, 1975. PASSED by the Board on August 19, 1975• . 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 Real Property Supervisors County Auditor— affixed this19th dav of August . 19 75 Controller County Administrator J�R. LSSON, Clerk B �!� De Cleric. P�+h� H 24 12/74 - 15-M e M. Neufel 4 0026, In the Board of Supervisors of Contra Costa County, State of California August 19 , 1975 In the Matter of Personnel Action. Asrequestedby the District Attorney, the Board hereby AUTHORIZES the appointment of Mr. John Aryl Fusselman'`at the third step ($1,326 per month) of Salary Level 388 ($1,203- $1,462), effective August 1, 1975, as recommended by the Civil: Service Commission. PASSED by the Board on August 19, 1975. 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. Witness my hand and the Seal. of the Board of Supervisorscc: District Attorney Director of Personnel affixed this 19th day of August 1q 75 County Auditor-Controller /I J. R. OLSSON, Clerk County Administrator gy , Deputy Clerk H sa 12n4 - 15-M Maxine M. Neufeld 06247 In the -Board of Supervisors of Contra Costa County, State of California August 19 19 75 In the Matter of Negotiations by Real Property Division. IT IS BY THE BOARD ORDERED that the Real Property Division, _Public llorks Department, is AUTHORIZED to negotiate for lease of space as follows: Department Purpose Location: District Attorney Office space Richmond Consumer Fraud Division Public Defender Office space Martinez Public Works Storage space for Central agricultural County chemicals PASSED by the Board on August 19, 10,75. 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 'Yorks Director Witness my hand and the Seal of the Board of Real Property Supervisors District Attorney affixed this 19th day of August ig 75 Public Defender ,�► J. R. OLSSON, Clerk County Administrator B H 24 izna -..15-M . _ Deputy Clerk . to_ax Me __. I eufeld 00248 i In the -Board of Supervisors of Contra Costa County, State of California August 19 , l9 75 1n the Matter of Fee-For-Service Contracts with Physicians, Dentists, Optometrists and Podiatrists Utilized by the County Health Department and County Medical Services. In connection with the rates of compensation for fee-for-service physicians, dentists, optometrists and podiatrists utilized by County Medical Services and the County Health Department, this Board on July 23, 1974 adopted Resolution No. 74/636A setting the rates for same; and This Board today received contracts and/or amendments thereto with those fee-for-service physicians, dentists, optometrists and podiatrists whose names are listed in "Exhibit A" attached hereto and incorporated herein as if set forth in full, implementing Resolution No. 74/636A; IT IS BY THE BOARD ORDERED that said contracts and/or amendments thereto are APPROVED with the understanding that the payment rates specified therein may be changed as a result of the compensation review now underway; and IT IS FURTHER ORDERED that the Director, Human Resources Agency, is AUTHORIZED to sign the contracts on behalf of this Board. PASSED by the Board August 19s 1975 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Orig: Director, Human Resources Supervisors Agency affixed this 19th day of August . 19 75 Attn: Contracts Adm. J. R. OLSSON, Clerk Bye •- Deputy Clerk H 24 12174 --75-M 14 ine I4. Neuf d cc: County Medical Director Acting County Health Officer Director of Personnel County Auditor-Controller County Administrator _ 00249 7 EXHIBIT A Health Department Number Rate Effective Zenaida"Mendoza, .M.D, #22-558 $17.00 per-hour August 1, 1975 ; Medical Services Richard D. Doty, M.D. #26-716 $17.00 per hour July 26, 1975 John P. Gunderson, M.D. #26-717 $1,895.50 monthly July 1,1975 ' Terence.M. Hammer, M.D. #26-718 $1,895.50 monthly July-1, 1975,.. Roger O. Littge, .M.D. 126-719 $1,895.50;monthly Jul l 197S Y , William M. Nielson, D.D.S. #26-720 $14.10 per hour July 7, 1975. Bernard.M. Sklar, M.D. Inc. #26-721 $17.00 per hour May h, 1975 Charles C. Wilson, M.D. #26-722 $17.00-per hour July 1, 1975 Reynaldo G. ;Geerken, M.D. #26-723 $17.00 per hour June x,,.1975 ; Edward S. Carmick, Jr. M.D. #26-724 $17.00 per hour June 30; 1975 Bruce H. Lloyd, M.D. #26-725 $17..00 per:hour July;1, 1975- Hugh R. Wini.g, M.D. #26-726 $17.00 per hour July;.7., 'I975 Walter G. Panganiban, M.D. #26-727 $17.00 per hourJuly 26, 1975 `. Michael D. Dubriwny, M.D. #26-728 $17.00 per hour July-28,: 1975 John Boaz, M.D. 026-729 $17.00 per hour August 1'1975 James W. Robison, M.D_ #26-730 $17.00 per hour August 2' 1975;: - 002 r lS.. M4600 Rev. II/74 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER _00 - 558 ---••••-.....---�- I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise-as follows: 2. Variables. (a) Contractor (name) ZENAIVA MENDOZA, M.D. (address) 3193 Baker Drive Concord, Ca.94519 Phone 825-4359 (b) [xg Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] . (c) Method of Payment [g] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours not more than 40 hours Per week Rate: $ $17.00 Par Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated In 2. (d).) Rate: $ Per Week [ ] Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: $ Per Month (d) On-Call Availability: [ ] Yes [x:@ No (e) Effective Date August 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms of this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451 . 4. Services. Contractor shall render the services describes: above (including all services normally and customarily connected therewith) and such additional services as are required at tir.-zs and locations specified by the )Medica! Director or Health Officer.- The aforerard shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedule as are required. If availability for on--call duties is indicated (Section 2. (d).) the Contractor shall be available for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either parry, by giving 30 days advance written notice thereof to the other. Microfiln-ed with board order c�� _.. -- m251_ iWa ofikned with board order MM 11 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will represent the result of all negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate Indicated in Section 2. (c) or pro-rata amount for said approved period. . 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations, procedures and by-laws for the operation of the County Medical Services or the Health Department. 10. Stall-us. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security Taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11 : Privileges. Contractor will retain the right to belong to and be represented by appropriate ,professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. Insurance. County shall keep in effect a policy or policies of liability insurance, Including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any Interest hereunder without the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR B Y Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECOMMENDED FOR APPi-:0VAL: Di rac i or, Fuc:iaz Resources Agency - YY Pledig6l Director or Health Officer 0U252 } CCC Stands:d Forin • 1.13600 August 1974 AGREEMENT FOR rMFESSiONAL SERVICES (Contract Paid Physicians) NUMBER2.& 111 U&r..N......... 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. T (a) Contractor (name) rilC�t3�f1(Z c� OEIUNIS :;rq (address) 13:2 % 1R'Si ocu cJ f SA-A �Ccr►C(SCZ(A G�tt�cf Phone Z-6 t Lt V (b) Physician C ] Dentist E ] Podiatrist C ] Psychiatrist C ] Orthodontist C ] (c) Method of Payment C�S1 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. -Scheduled Hours /� s � Per 6,11e�e.�L' Rate: S_./7: o Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [YC] Yes C ] No (e) Effective Date )(12 Ja G , /47S (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional satrices to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. :. Services. :Contractor shall render the services described above ( iincluding all services normally and customarily connected therewith) and such additional services as are required at times and locations specif`ed by the '1ed i ca i D ii r eci"or or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shalt be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consatit, or by ei 'sLor party, by giving 30 days advance written not:.;e thereof 10 the other. b. Modification and Extension. This contract may be modified and/or extended by written order of the Board, acceptod in writing by the Contractor. The Contractor and the County agree that each subsequent contract will itepresent the result of all X253icrefilmed with board order. t ',� v ? -� _ `.„s - w & p7 "" "'ter. „w 3_��I �iK ;� a t , x r,{,p r�` a r— "x J n`"sx^ .� F4 x 1 f tir e sxf� s �i - _ ` ` eh a A t ne. otiations .between the Contractor, County. and any organizatfort represents _- thex ry0oni rector. l ,15 ,'' : �. .,1?a WI) , 'Each month he Contractor hail submit a written invoice on the form �t ,prescribed by,the Countjl, clearly showing; se"rvices•'rendered #o the Couniy tf� the-;15�'a services rendered �by' weokly or;month'Iy.,Cantractor11 I `are not equal= ta�:or greater t a rp . the servlces 1.scheduted,�a"pr-o-rata`"`payment proportIona#e;to the value o service ,11 � 1. rendered to servrce5,scheduled will be made. ' k11 ' ' r " ! 7 kt { 11 " r '"� y w 3� t �n..d ,-Mpon processi ng, of.,each .i nvol ce and approval by the-.0ounty Iced ice to 0i reci-or,or > ;;x Q 11 r Nee 1 th Off icer,:'the '`CounI . ty sha 11 pay Contract1-1 Ior c _ .. E {a) of hourly „paid,;at the rate indicated ,in Seci•ion 2. �te) for=each hour - s aI 11pproved or ,, �_ J } {b)- 'if weekly'or monthr. ly-paid, at,the, rate indicated in'Section 2. (c)A or-pro,, 5 hll ; srata ..amount; for sald.approved period'. , 4b yqn. 8. �Mi,leage ;Reimbursement. The Contractor. shat! be entitted:to mi ieagef reimbursemertt � I I- � -. according to"Ord i Hance Cade, Secfi i on 36-8.1802, for rtacessary,.,crave 1£ i nva i�v r ng,they x }. performance of his services: Claims for mileage reimbursea;ent wt 11 be subrrtittedfP, ��� ,, ;:monthly on' '!demend�t :vouchers in.accordance with estabtIshed procedure i s �{�°• h ' . Ie'<"„ '9. Requlatlons. contractor agrees to abide.by all rules, regulations andfproceduresx„ µ for the aperatton of the County Medical' Services or#he`l�eatthvDepartmenfit77� � E , ,,z r; %CT 10. Status Contractor #unctions as seIt-employed, Independent agent, yp,_ovIding> , f i pro essional services "'.contractor is, .therefore, solely respansibl;e foc, se[fI, ''3}�­;� employment�Socia! :Security taxes;~ inccmw I axes�and�anyY other taxes aevie'd age ns ; .1 ;a;self, toyed person: 'Contractor does'_not assign such `obt'rgativrtFto�the:rCoun , :1 ;for collection or administration. r �w xt s4Y' ,.I 1. ight to belongF to and 6e represented by ;- :�W ;;Privilege i.1 eges. Contractor w i l l refia i n. the_r `,° appropriate professional organizations'sr, _ s physicians unions; medlcaE�xsocieties "" k and cion profit raedlcal corporations 7j Yt F S - _ , ic. insurance %our , y'�s'nar i keep; in eifect a'pol icy or; poi ides ori l iaa�1 try�1. insureu e - i.ncluding professionat'.malpractice tfabUlity•with total 1;fmItsrof� not; less then`s � �, �S,OOO,000��covoi-ing.both The Coun�ty;.and.;Contractor for services ','16 ­&by #hey 1�„ Contractor=.for :the County under this aareemenfi `1 � �l�� " r a l3. Assignment. coatracfior s 11 I hall riot assign or transfer any;interest�Yherkeundec�wis=h � _ oufi the expressed:permission of the County Medlpl"Director or tieat-th ©f�ficer;��jjf1. ar. � �. u - ., �r^ i r .H�?.tit vtiyd t _ 1 rr r,�x , 1,�, 7 �' - r aJ AF' c- a �UN LVI`/ �V141 V(t, r • .rt 'L' u r x 3- r, x a) I By •`.LC 7/, Zr ,1��4% �ln.�'�. il ;sl1. G z �'�IiS:J `r * �^ ,� �F N Djlectori , umam,"i SollrCeS �$P,ItCyT 4" a " . r F s~ ATTEST L „d.R..:,Oi.SSO,�I, ,County Clerk . iy, and `ex off icfa cler!� .ot tltp, mrd y f .1 1 I �` � f z " ` 1. , $y , Deputy, w-11 Y ' r r REMNTiENI)E1) FDR Af'P` ]VAU e', ,ACiQJO,1LECGEO �k r �, , a ''. L. Van.i`iari er , " a D i;3c:o. ;' i i�3Ii�u : ' rces Agency , a ;.A }x' ..tTs� a ', �, .. � ux ~� F� ,George�D nan M.D. eq _� -- 1 & Medical Director or Neatth Officer wL�1 w, �f t 11 �� f 1 , LF dx 11, vt • n a�z`�a� a t .,�.+. ,1_ , x z ' f _ J r.' 'iCli�'vy(t' e ;i fir s t s ,x € { 0' ..� , `w f5 n .��:'fi,.�u..i :rr°'`":. .. .. _�. .�t.w:.,- , .,;" ,i'' . ......,...a..:.=s...aa k ¢ _: .....�.:>` �er�is,ann.a(li«e+.'i ' CCC Standard Form ., 114600 August 1174 AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) NUMBER __�s ' 7 I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Joan P. Gunderson, M.D. (address) 1605 Channing Way, Berkeley, CA • 94703 Phone 843'2564 (b) Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours Per Rate: S Per Hour ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: $ Per Week *Xj Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule U ncludes payment for on-call services if so indicated in 2. (d).) 41695-50 (d) On-Call Availability: } Yes [ ] No (e) Effective Date July 1, 1975 (f) Ccnpensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Healtt Department and a County Medical Services and requires professional services to supplement those rendered by County errgz:ryees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and. Health and Safety Code Section. 1451 . 4. SL:r v i cy,s. Contractor sna l i r-�n-Aar the services descr i be d Zvove (including all services normally and customarily connected therewith) and such additional services as are requ i red at t i aras and l ocat i ons spec i f i ed by the Ned I ca 1 01 rector or t lea I f h Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical- Director or Haalth Officer may rcake such changes in the duty schedules as are required. If availability for on-call duties is Indicated (Section 2. 0).) the Contractor shall be for such on-call services as required by the County. 5.,e4erm. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next follawina Juna 30th, but it may be cancelled by mutual consent, or by eiUar party, by giving 30 days a,;vanca written notice thereof io the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and -the County agree that each subsequent contract will depresent the result of all W 5 iWaofilmed with boor& order. negotiations between the Contractor, Cr-unty and any organization representing the Contractor. - t 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing,services'rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services ,rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County• shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate indicated in Section 2. (c) or pro rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-,mployed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. i2. insurance. iousiiy shaii keep in eiiecT a policy or policies or liability insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assinnment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY /! f CO1ITRACT agar WrW IWO#14 MAWt 191H J�hn P. Gunderson, M.D. Director, Human Resources agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECO':tE. D FOR AP, VA} ACK14MILEDGED: C. L. Van liarte: Director, Human Res'``ources Agency v4tato George Degnfin, N Medical D i rector or Ilea l th.Of f i cer 0025 n: 1.14600 Aunust 1974 AGREEI19IT FOR PROFESSIONAL SERV I CES (Contract Paid Physicians) • -• NUMBER -jw v 718..--- ------- 1. ----I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Terence M. Hammer, M.D. (address) 353 Berkeley Park Blvd. #C, Kensington, CA 94707 Phone 547-845T (b) [XXI Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours Per Rate: S Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week LX0 Monthly Paid Contract: Contractor paid for services rendered during a month In accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).)$1,895.50 (d) On-Call Availability: Yes [ ] No (e) Effective Date July 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as. per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered. . under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special ,professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractar sha! I render the services described above (i nc I ud i na all sory i CCS aor ra l 1 y and cuST::a.,r i l l connec i qd therewith) and such additional sur v i cas as are required at tiros and locations specified by the Medical Director or Health Officer. The aforena-mad shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as.are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County:"' 5. Term. The form of this agreement shall be from its effective data, as indicated In Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by either party, by givii;., 30 days advance written notice thereof :3 the: other. 6. Modification and Extension. This contract may be modified and/or extended by written' order of the Board, accepted In writing by the Contractor. The Contractor and the . County agree that each subsequent contract will deprosent the result of 01 Micmror. pa 'e ti E&Ga.o Ii., 11 1.�_� I . _,', ,., � ,!'�,','�­��, - , , ­­,","'­­'­­ �­" , _ - "7, - `�' ", `"' f R - , , y€Y� F b x i ' �y �r��i r ! � , � - �I , - � , - - "?,­ ? � ncsc�t,#�atlons 'betwsen the Contractor, County-and any orcianlzation represenfie"nq the; "5 � � « � Contractor.. 1. r iT` S , .x .x: _ -, - s r t` xt `k^ p�`*F2 *�4i ,' „ k 7: :,Payment: Each month the Cohfiracfcr shat! submit;a Written, .invoice on'the formE� " ,prescribed by the Counfiy,`.:clearty showing cervi'.- 'rendered�to he' ! ou, 1. if the„11 k­111111yy ', services rendered by.w ekty ar.monthty'Conti-actor are not anua[{'ta or Brea#er than x{ I` the tservices scheduled, a;pro-rata pay�anent,proportionate torthe value o� scrv�ce ,< 11�1 "11 c 4rend@r&d 'O serV i S sCtl6dtJied Itj i t be :IGadB.: _r r � �3 w .. _ .. _ e ' ll on recc3ss-i n of each invoice' and a pr-oval the Coun tAed ica i$� 0�rectos oq`'`- � �� p p g p by tY � r Health Officer, the Cciunly. shatti pay Contractor: F'' , " r " � ��� z` „ - - 1. " Z�l (a3 if .hourly paid, at'the rate indicated in Section 2 (c} for eacte `hourk � Y N 'C 1s 6.) e, k °, approved, or � ,�� z� if " u - , r S tb) If �veeki. or montht aid at the;-rate ind-cated In Sectign.2. tc) ori r' Y V t Pr . x rata amounfi for "sa i d'approved per,tod. z = x ,� a - r yr y ,�: 'a ay; i,,�`''i`r ,rc�X,y.+ $ _ °� ". - a -w ,rj,•y^ F �r}µi,,6 . ., 41 8M�: eac�eReiiabursenent. 7he:Contractor.shai! be entitled #a>rm eagegrecmbucseme ' �`^i .� 144600 Auuust 1974 AGREEMENT FOR PROFESSIMIAL SERVICES (Contract Paid Physicians) - 719 - NUMBER r2 6 I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2, Variables. (a) Contractor (name) Roger 0. Littge, M.D. (address) 625 Soto, Martinez, CA 94553 ' Phone 22$-0163 (b) ] Physician [ ] Dentist [ ] Podiatrist Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours Per Rate: S Per Hour [ ] Meekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week t Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) $1,895.50 (d) On-Call Availability: FX] Yes [ ] No (e) Effective Date Judy 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Hoard Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County emp'so;;ees. . Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section- 1451. 4. Services. Contractor shall render the services described.above (including all ser: i cos no:-:no l l y a:::: customer i 1 y ce:inected there-a i tip; and such add i t i o^a i sure:i ces as are required at times and locations specified by the lfedical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. W.) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by ai:;.ar party, by givi::g 30 days ad✓ance written notice thereof -to the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all ��� Nlicroftirmed with board order, f a r �- ce �. Illi 3s at 7 } 4 - 4 k .,ta, f y .'A,'f'3 pF x1`S� 'A}^ i' a '` r +- '"r• *� -� - a� x . t '�-k`f S .t SF Si;eQ ,� T d t k jrsF,.y - K1 nc tlafiions.befween the Contractor Cc��nt and an or anizatton' ce resenttncf"thus ° 1. y Y 9 P � i fs- Contractor. 1. " `' 1, , Y � , _ 7., Payment: Each:month the,Contractor. sha{{ subm i t a wr i fiten i nvo{ce on they form ' 71i, :. 1 rese.rabed b " fihQ Coun .clear{y show. pg,serv{ces r•eadered�tQ>,the"Count t> 11, tt pKII Y.� ►, h s Y� �� sexrrtccs ren11 -dered .by rreskty o monthly;ConL.tractor ;are riottiS !at ,.,Qoc greatrar�tE►aa `' ttia': servrices scheduled,.:a-pro-.!7 payment':proporttonate to"the value o sQc icas 3 4�� ,i-w,,`, rendered to :sere�ces scheduled w.i.II be atade: 11­ �:w �; r �, - - -1 I..: i '�< C iaC. Upon processingIPD of each invotce and approval by the County ldtcaty Drrectoro�% tr Beal th 0ff r Ger, fine Count11 'Iy she i 1 pay' Contractor 02 5�1 , 1 .1rt_ M, . , , - .1111, - 11 ital� r.�1,11f ho- 11urly paid at ahe rate .indicated in Secfiton 2. #c} for each hourI'll "�',, ',v '� 11 -- - , a 3r ° 4 _-s SC E approvedr. ; or- x " i � �"? �," � � -�i . . 3 ., r r r k' wk's xr is tb� 1f,,.weekly or monthiy'pald, at`the .rate. tndrGated i:n�Sectioin�2:` (d), orippp�o I'llrata amount for:said apI 'llproved-period r �Iiy ` �a A ,WZ5 Y ` Ili � t� , v s 8,~ Mileage.:t2eimbursement The Contractor sha{ I be entitfed�to mileage ceimbursemen�I"i4rk 1; ,III -. Section 36-8:.1802, for�necess_11a trove tt Tnvio Cv i'n f tie°W���r according to-:Ordinance Code, rY ,. w , ; ,.. per.#or�iianc'Ite a# his :services:.: Ctajms :for`mileage: reernbursemept urr<1 I �be�submc�, ,, - month l y alt "dea,and" .vouchers .I n accordance with estab l ishecff'p'rocedure s' r ` LY 11 11 � . 9.;, Requiations :,,Con1_11 I tractor agrees to abide by alt rules, regct-11 latrons and procedaFeK for t e?operation.of the County Medical Services or the Hea(th�Qepar�.traent: ,� �_ n ,. . -: 1 F ,ra. r e �y" r �,L+', r, i 10. Status Contractor;.functions as self,=employed, independent agenfi providfngK Y . profiessional ;services: Contractor is,;therefore, sotefy cesponsIb for se;lfx .�, - 11,1 — emp`Ioymertt t.Social Security taxes, ;3noome taxes and any"woIt ec' taxes$4 levted� a'garnsfi � a tc61f employ1. 11 ", ed person. Contractor does not:assign such otil igafiton--,,',',;', �-,�'�%_ #,eta hey Co_ � �r: - � ,� ":#,�,:L"'�,'�.' .1-Or �.`�:-` COl_11,,_ ."IOn_71,1�1*;Ior`.adm�n�stra ;,.�:�,��,;�-',,,,,,��'i��-"�'�4�� t`ton ��'­"�- _,­�1, �__ ' '­ I—` , t___;';`-­",�' , ,;___?_'_4� —, . �,111­11 M., A— t�,�!� .a- ,-I - - -_,11� , I , l! ,e Prtvi leges „ Contractor.wr l I :retain the;right to belong to,and6e r-"' epcesened �by � , app ropriate .professional organizations. such �as physiciansrunrons;� medreat sociefire �- LL, s z k7 y Y-a'�,:ry E^ ..�, d.A.�kr!hd''1,F�, t and non profit medical: corporatrons �& ..,i Y,' Y t x c,� ,� i.33r ruf . 1. �c. rrt5ura�roe �.ouL'L�.ry sn1111­,ai i !,eep rn effect a po{icy or pot roes or�r raa I t-ry �ccrsu�an� Jrncluding professional<-malpracti"ce 1 iabi 1 ity,::with-:.total:` t imifstaf no Ar-,;', s,:a,:e-I { $5,OOO,fl00 coverin1.g bot1, Ih.the 1..;Counly and Contractor for:'sprrri;ces�Performed by thil'ey� I s Contractor fior the wanly under#h r s agreement � `r - " `' ;w �` t _;, t Y £ ,t rr i N� may' A s�`'N,S� 13 r Assignment. Contractor.,shat I not.assign or transfer a y i nterests hereunder%v,i''..1!F— ' out{the';:expressed.permission of. It, _Court. MedIdb Directoc or Health Offices`,, ' y°' $ r 4�1t x -11 r i k,V1/V4`lTY11 R0& r �t,2 � k 2 3,_.yj ?a i f� J'r*},ydty -�$ , U11 ;�, a t .. ',,,,�,�"�,28 ,�-,f,�,-'�"i'��l-"���"-el"I & ?A-..& R"" � .. 4 P Roger 0. i ge-„�WWD ' ,� �4 « Director;.Human Resources Agency h x � h ” ATTEST J:It. Ot.SSON, :County.C l eck . i� �°� xx� s 111� 11 , tt s Jr' j ko acid ex��#f>r,cio Clerk of`the Board ByI'll Deputy r t ,", 11 ILZ, F 1 -1 s r , ,, i x no - .... „' .r , s f ''i fir, , t -%'''�` 'Y � i2EC0A4E0 AOR Af'PRONL f'" ACiWQS LEQGED � b Z S s ,� , �+'> Fe t '`.II 11 P w�, ` �tE6t a. ;# i 1. �'�" r w 2 S K s r j r.r s y Ir s " ,P� =µms11 a' ,T �. '♦' A f' ! f fi fl v, �r"f# #'� rum ,f 'e.'+.-x✓':+'�+ �'�,n. - P A! r °: e a y i�,ttX " �" L' :! .•�yL'II, eT `�'' g Director, Hutna Resou s Agency,: s w p s � � 11 1I 11 S, ����}�� w ,�.'' t eta✓( -u - 11 h lye .- ,. t' t ° a^ �f. a�. 11�k� h qty. '. t- IGeorge $egusti,..H.D: 11 1 .I -1 =14edical Di rector.or.tleafth. OffiGer wI. s .. k " r Yr? ra 4 - . xlh, I-fi 11 .. ��, m$ , .. , Vi is — Y - - .. _. . 1. .. 1. :e > i- A } � �A ?,O+w- ttt '� ".s.,. v$:11'11 " r"s l�hh 1 ,t,n x{ .,''�. Jnr -'��w4�",.3„'+`.r '`; r. a,G•«.P` k„r* t i ", k r +les } ^w`'„?�+x"'ry,r'"•"',-.},,; ;", '�;a ,.,s „i ;eP" i ,i ij G, II r r 1.14600 August 1374 r AGREEMENT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) • NUMBER _2 6_no 72_ ___..__. 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: c. Variables. (a) Contractor (name) Hilliam M. Nielsen, D.D.S. (address) 2935 Terre Verde La., Oakley, CA Phone (b) [ ] Physician EX] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 8.00 Per week Rate: S 14.10 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated In 2. (d).) Rate: S Per Meek L j Monthly Paid Contract: Contractor paid for services rendered durena a month in accordance with established schedule. ilncludes payment for. on-call services if so indicated in 2. (d).) (d) On-Gail Availability: [ ] Yes [ No (e) Effective Date July 7, 1975 • (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these seriices and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requ i res professional services to Supp l emen-1 hose rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor shall render the services described above ( includinrt all services normally and customarily connected -therewi �h) and such additional services as are required at tim-as and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are Cequired. If availability for on-call duties Is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual conson. , or by eitrrar party, by giving 30 days advance written noti%.e thereof :o the other. 6. Modification and Extonslon. This contract may be modified and/or extended by written ordor of theBoard, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will doprosent the result of ail Microfilmed with board order tH1261 na:gotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services _rendered to services scheduled will be made. Upon processing of each Invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate Indicated in Section 2. (c) for each hour approved; or (b) If weekly or h-ronthly paid, at the rate indicated In Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reinbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County; for collection or administration. It. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical- societies and non-profit nedical corporations. i2. iusurcuce. County slid ii Keep in eiTect a poi icy or poi icies or iianiiity insurance, including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by, the tOr for la- C 7a.- i 2 CJiIl.a....v. .v. ..�8 va�ii'i�r :+r;uG. .il{S 4v.a.�..,... 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR Ey tf 4'r1 l 14 f � tp ��� ei1_ s: ,xif William M. Hielsen,D.D.S. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the mrd BY. Deputy RECO" `TENDED FOR APPyRDVA6: ACKNOWLEDGED: C. L. Ilan SSarter 1/ t George Dego D. - Idedica) Director or Health Officer t 00262• r.•.. .. .. .e._....,,e...__-._ . - ......Y-.r-....-,.......«. _.:_....vomer.,-.+rtv...w...^'�......,,.,......._........-..r�+r......:x+..«,.Yr...ti+.lqq•'i!M"y,,°..vrr.,.....:..�—.�.w...r.�...w...w..,w.w Y 1441600 Autioo:A 1974 1 , ACRUCIMIENT rOl: i'ROr1.:SSIONAL SERVICES *(Contract Paid Physicians) • . NUMBER --- - . ............. 1 . Pari i es. The County of Coni ra Costa ('County") and the be lokr-named Contractor. inutually agree and promise as follows: _ 2.. Variables. (a) Contractor (name) Bernard M. Sklar, M.D. , `NL- (address) 1 , h SG t? -,�vfn�.L "• 4 tone � ,. — ZI-71" . (b) [ Physician [ ] Dentist [ ] Podiatrist [: ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [xx] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call tins) in accordance with established schedule. Scheduled hours 4 to 16 Per week Rate: $ 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Pate: S - Per ir:eek L J a•+valai..y 1 uav t•Vi:a a V�.1. vw.uaa c.GaCr paid ave rut v a..i:., t aaiut:i uV .+.a. .a1Gv month in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [ ] No (a) Effective Date Play 1, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires profassional sa:vices to supplement those rendered by County employees.. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training- in medical and therapeutic natters, as indicated in Section 2. (b), pursuant to government Code Section 31003 and Health and Safety Code Section 1451. 4. . Services. Contractor sha i I render i he saes i ca. de scr i tied above ( i nc I ud i net at I services normally and cusio.aarily connected therewlth) and such additional services as are required at titii-2s and locations specified by the Medical Director or Health • Officer. Tlee aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, ttee Medical Director or Health Off Icer may male such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section. 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Toren. The Corm of this agreement shall be from its effective dates as indicated in ; Section 2, through the noxt following June 30th, but It may be cancelled by 0-itual conson's ' or by e i tiodr pari y, by q i v i ng 30 days auvdnco wr i i ton rlo-, :ce 111urco: 'o, . the other. 6. Mad i f i cat i on and ra-tons i on. Th 1 s contract ew3y be mod i f 1 ed and/or exteneled by wr i tton arci�r of i tx:i H�.:rd, accep t od In writing by Ilia Coni ractor. Tito Cont rac t•or and the County avr oo i lut t each subsequent coni Tact w I I I daprosewl the: rosu 1 t of al l &WOO* with bow 3VNZ s v,'"t._:-,# a�, e �i PxpK "`l a ",-'$' rt,.6x �.�L # rr' *+ i '3i'�'E�i��a S.5`"4 m '►P 4 ,, m�"s xf ,�' j t gr ; "'t.'*^c €'F � � ` `dpJY¢ e��3 aqi��yu '� i �. ' r 1 a 9 M K' I",,' ur. r"a R' '" a UP" Y ': rroq11 s)l ist I ons bO racy» the Contr,aei or. County and '.,ny orcian 1 zaf:Ione re resarrt i1n+r tit a CU6 r:ac'lor;• ,I w, r#x , 7 =f'�� mr :►t. . Cach ,monf .tho Contractor sha!i' submi1.t-I a r i t11 fen I neo 1 ce on the torus ��` f Prc�crr twd by, hQ.+County, cI car,!y.shoo i n1. ,ery[ccs."rendered io the. Count'r x:!1 the , "' V i ccs rendered by weck l y or' month l y ;Contractor are not equp l for op, greater than ,r ,; '= tie"'services schcdulod,' a. pro-rata a nt ro ortionata to tine vp'iue of servrrcc, ,".. �'+ P P renticred"to sen•i ces sch4du i cd tt i t I Flbe made. Y�"�_ f a " :. - Upori~proc11 ess r nq of.cac;� i rvoi ce and��apprwa l: by 'i he County tAcd i I 11 ca t 'O r re or-- , ,` ' `Neo a th Off r cor;' tho':County.shat 1 ;pay Contractor � h ' , Ca) rf hour" aid afi,,the rate indicated in Section 2•r Cc) forweach tiarir`rr x .` Y P. ;approved, .or ' �� _" 1h 14 t- Wx Cba ,z1f weekly or motifihiy paid; at`tlid rate'-.IndrCated in Section 2 f Cc V' r r .. � ".�- "`rata �amfluiifi�for.said .ap�rovcd�pQrlosi r � �, , �>f 8. Nr.1eagc-'Reiraburscanczst.: Thc Contrac#or shat'1,:be antrtied. to mi'!6" reiarbursement - v .accordrng ~io Ordinance Coda; Section 36-8•.1802, for necessary"trave[�kin�rol`vrnc��the > w ri � >> � r �-peri"ormance of,hIsr 11,.-services. Claims for'nal ledge rer�liraburserrz~nt ar.,t t be subarrtted M , r�nfih 1 y an "demand" vouchers i n accordance w r th es#ab!r shad procedures. a � � Y a a e t.,w c s wa a :wr ,'W `t� �` , C + �11 � �. r., ? r, Y .�mgt�4 d r' r«'+ + '� - ty 9. =Regeila#ions ,Contractor agroes to abrde'by at l rules, rcgutafirons and .pros dure� � _ :for fth11. e,:operation:of�,the Co, t�� 11edI I Services or the�tlealtt� Departme�f '^ `� 1. ty tj w z of k I y �Teh" et ,ii 0 Status Contractor .f unci 1 ons.as self- i 1 oyed, I ndependent agee prov a d iiig3 F �rofcss onai services . Contracfiore-is, therefore, so(eI responsrbie fol tsoi '' � � ,,� imp I oj CCC S l and-ird Form. 1.14600 Auqu:.t 1974 AGRECI4.1'1:T rOR IMFE:SSIONAL SERVICES (Contract Pald Physicians) - 2 NUMBERZ 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) -� �`'s.'v Af (address) _ ,(/ �'rCteac ��• Phone (b) Physician [ ] Dentist C j Podiatrist Psychiatrist [ ] Orthodontist (c) Method of Payment ' Dd Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled [burs I` Per Rate: S Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a Week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Meek . Pa:.: ;..: C..:.::actor paid :..r .�.:d:o:ad d:jr.na month in accordance with established schedule. (Includes payment for on-call services if so Indicated in 2. (d).) (d) On-Cali Availability: [ ] Yes No (e) Effective Date ULY ! (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as . part of maximum yearly salary and treated as a separate service not covered ' under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requiras professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special . professloial services and give advice, education and training in medical and : therapeutic matters, as Indicated In Section 2. (b), pursuant to Government Code . Section 31000 and I-alth and Safety Code Section 1451. 4. Services. Contractor ractor shall I i rendear tno so-vices i cep. described i bed ahave (i nc I ud i ne all services non.v 11 y and custo:mar i 1 y conned ed therewith) and such add i t i ona 1 services as are required at times and locations specified by the Madiical Director-or Health Officer. The aforenamed shall provide Contractor with a schedule of professional. services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the,Medical Director or Iloalth Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Torn. The corm of Phis agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may lie cancelled by mnotsat eonsoa 1, or by v i l lsor party, by giving 30 days advance wr i f l cn not i.:o therao: to the: other 6. Mad i f i cation and t=xtons i on. This contract may be mod i f led and/or extended by written : ordor of ifio If.Nard, accepted in writing by the Contractor. Ilse Contractor and the : County agree that each sulasequent contract wlI1 duprosunt the roseit of aii ' r, Mkwfikned-'wfth bbwd-ofn W_ r• nonpi i a l•1 ons Ijet j:eQn t-he Contractor, County and any or.clan i zat i on represen!'i ng 11;c Contractor. - 7. lam.+rt^rrt. Cacti sionth the Contract or sial 1 submit a written invoice on the form prescribed by the County, c1err1y showing services rendared to the Coun•Iy. If the services rendered by weekly or m:inth1y Contractor are not equal to or greater than, the: services scheduled, a pro-rata payment proportionate to the value of services rendered to services scheduled will be made. Upon processing of each Invoice and approval by 'the County Modical Director or 11031th Officer, tho County shall pay Contractor: (a) it hourly paid, at the rate indicated In Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate Indicated In Section 2. (c)- or pro- rata amount for said approved period. 8. ldi leane Reimbursement. The Contractor shall be entified to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted wnthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County t!edical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. It. Privileoes. Contractor will retain the right to belong to and be represented by. appropriate professional organizations such as physicians unions,. medical societies and non-profit medical corporations. - - i2. Insurance. County snaii keen in effect a Dolicy or policies of liability isisueance- Including professional malpractice liability with total limits of not less than. $5,OQO,000 covering both the County and Contractor for services perform.ed.by`the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any Interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUA'Ty•BY . , =t �, .j � TZOR A-47 Director, Human Resources Agency - ATTEST: J.R. OLSSOM, County Cleric and ex officio Clark of the mrd 13y , Deputy ACM-9,1 LEDGE D: C t aude �'an tea tar Direcur, lluraNn Resources Agency George Degr9n, A.D. - - Medical Director or IleaIih Officer A 00263~ CU' 51'an .-ird 1•01•111 ' 141600 Auciu:t 1174 AGlti:t_i UJIT I'OR I'sWESSIONAL SCRViCES (C:oni Tact Paid Phys i c i anis) 2b 723 .. NUMBER ... ........ ................... .� 1. Par l i rs. Tito County of Coni ra Costa ("Count y") and the be i ow-maned Contract or mutually agree and promise as follows: 2. Variables. (a) Contractor (Paine) Reynaldo G. Geerken, M.D. (address) Nedieal Genteps Box 379, • Ca orm5'94129 Phone 561-2073 (b) [xA Physician [ ] Dentist [ ] Podiatrist (: ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment KX2 Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled flours 16.00 Per Wgpk Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a Meek in accordance with established schedule. (includes payment for on-call services if so Indicated in 2. (d).) Rate: S • Per Week L J � . ;.__.s_ i - w�►iltt►:� Po.0 w�.�t a.i.1. wu.�uwvi• paid Zvi �a:i•r�:_u:• �.iw.:red C`i�:i ia� .. month in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [XX] No (e) Effective Date dune 1, 1975 , (f) Compensation for anesthesia services on-cull (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requ i res professional services to s:pp I em4:: triose rendered by County emp t oyees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31003 and Health and Safety Code Section. 1451. ' 4. Ser%,ices• Contractor siva1I render the servicas described above iincIudino. all services ncrmaIIy and cusiomariIy connected therew11It) and such additional services as are requ i red at t i-Nos and 1 ocat i ons specified by the tiled i ca i O i rector or Ilea I h • Officer. The aforenamed shall provide Contractor with a schedule of prof ass 1onaI services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement- of greementof the Contractor. in cases of emergency or where otherwise required, the Modical Director or Iiealth Officer may make such chances in the duly schedules as are required. If availability fel• on-call duties is indicated (Section 2. W.) the Contracior shall be for such on-call services as required by the County. 5. Torre. The term of this agreament shall be from its offectivo dates as indicated in Section 2, through the iext• following June 30th, but it may be cancel lad by mutual consun: , or by o i i I,vr pari y. by g iv:.;_, 30 days uuvancu written not S ce thereof ;a the: of tier. 6. t r d I f i cation and Fxtans 1 on. This contract racy be uod i f loci and/or extentied by wri•Dien. order of ilio IV-)ard, accept od In wr i t i tiq fly the Contractor. The Cont rac for and i ha County agran that each subsoque3nt contract millI doprosont the rosult of all 00267 Microfilmed with board cr+der:.- ni:api i ►i'1 ons bai wt:en the Cotitraci ur, County and any orclan!zzi•1 c n represent i ncl the C'untraci or. 7. !•%Krautt. Each monsh the Contractor shalt submlt a written invoice on the form pro c'ii l)cd by the Couni y, clearly showing services rendered 10 tt►e County. It the services rendered by weekly or monthly Contractor are. not equal to or greater than. the, somt Ices scheduled, a pro-rata payment proportionate Io the value Qf services .rendered to services scheduled will be made. Upon processing of each 'invoice and approval by the County Medical Director or • health Officer, file County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for cacti hour approved; or (b) If weekly or monthly paid, at the rate Indicated in Section 2. (c) or pro- rata amount for said approved period. 8. 1411cano Reimbursement. The Contractor shall be entitled to mileage reimbursement accardinq to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted ,, monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures. for the operation of the County tied i ca i Services or the Hea 1 th Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self employment Social Sacurity taxes, incrm taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. It. Priviieecs. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. 12. insurance. Couaty shaii Teen in eiiect'a policy or noiicies of . tiabitity insurance, I nc I ud 1 ng professional r.--!pract I ce IIabi1iIy t.,ifit total IIrdits of. not less than $5,000,000 covering both the County and Contractor for services performed•by. the Contractor for the County under this agreement. 13. Assiqnment. Contractor shall not assign or transfer any interest hereunder with- th out We—expressed permission of the County Medical Director or Health. . Officer. COU\'TY - 0Ot+1TRACT hti EA By Director, Human Resources Agency Reynaldo G. Geerken, M.D. ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy RECO';M,'N01:1? FOR h ::,feE►L: �� iG:;.`::3.�iLEO�:_D: C. L. Yaw t4arter Director, human Resgurces Agency . -4 rn•.� George Degnan, M.D. Ned I ca 1 0 i rector or i lea t th Of f i cer CCC Standard Farm , 14460O Auqust 1974 AGREEiEUT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) • - NUMBER f ,A": I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Edward S. Carniick, Jr., M.D. (address) 3060 maranda Ave., Alamo, cA 94507 Phone 837-T398 (L) [ Physician [ ] Dentist [ ] Podiatrist [ ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 4.00 Per week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S Per Week j Monthly Paid Contract: Contractor paid for services rendered during a month In accordance with established schedule. (Includes pay:nant foo- on-call ,oron-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes M No - (e) Effective Date June 30, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County emp!o ees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section- 1451. 4. Scr v•s Ces. Contractor st.a I i rendar the serv;ces descr i bed above ( i nc i ud i n.o, a I I services normally and custorr.3rily connected therewith) and such additionai services as are reg11 i red at t i mars and 1 neat i nns specified by the Iced i ca 1 Director or Pea l th Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Pedical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by e i t i,er party, by g i v i.:j 30 days a..,iance written no t i cve thereof 10 the other. 6. irodification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will daprosent the result of all 00269 acrofitmed with booed order .� nenotlations between the Contractor, Cr:inty and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services ,rendered to services scheduled will be trade. Upon processing of each Invoice and approval by the County Medical Director or Health Officer, the Countyshall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2, (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved perlod. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County • for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. U. insurance. Cou:,ty snaii keep in etrecr a policy or poiictes or iiaaility insurance, including professional --alpractica •th :• tall t imits of not less than . $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any Interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. 1 COUNTY CONTRACTOR ` r• / A Edward S.~Carmick, Jr., M.D. Director, Human Resources Agency ATTEST: J.R. OLSSON, County Clerk and ex officio Clerk of the Board By Deputy REC0.-+,AQjDE0 FOR APXk3VN_•% /' fiCl�lOtJLEOGEL� C. L. Vex *te_ Director, Numati-'t$sources Agency • - ____�. _-� _.___.. George Degatu¢, M-W - Medical Director or Ilealth Officer ' 00270.V M4600 August 1974 r ' AGREEMENT FOR PROFESSIONAL SERViCES (Contract Paid Physicians) - •!'_1MBER2 A'.7__.2..��?...................w 1 . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. , (a) Contractor (name) Bruce Ti. Lloyd, M.D. - (address) 1685 Del Mote {day, Horaga., CA 94556 Phone 376-5522 . (b) [ Physician [ ] Dentist [ ] Podiatrist ] Psychiatrist [ ] Orthodontist C ] (c) Method of Payment ' C7'' Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 16.00 Per week Rate: S $17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: $ Per Week L .J Monthly Pait! Cor:tract: Contractor paid for ser•:iccc rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes LAXI No (e) Effective Date July 1, 19T5 . (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. ' Contractor is specially trained, experienced and competent to perfor:ri special professional services and give advice, education and training in medical- and therapeutic matters, as indicated in Section 2. (b) , pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. So v i ccs. Cz)n":rac i or sna i i render t lie sere i ces descr i bed above ( i ric i ud i na a I I sere i Ccs n3r rtka i i y and cuS.omar i l y conneC i cV therewith) and such additional services as are required at ti:rws and locations specified by the Medical Director or Health. Officer. The aiorena:•ed shall provide Contractor with a schedule or professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. td).) the Contractor shall be for such on-call servicos as required by the aunty. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by e i t::cr party, by d i v i.:y 30 days ac::ance written notice thereof :o the other. 6. 1.1odificat Ion and Extonsion. ThIs contract may be modified and/or extended by written ordor of tho heard, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will rloprosent the result of all W��1 Microfilmed with board order ncna i a i ails ha i r:u::n lilt., Qjtt l rac for, Couni y and any or-gare i z.ri ion represen t-i ng the tvnf racior. 'l. i'jymout. Each Pion1 it the Coni raci or sha 1 i submit a written invoice on lite form hrescrihad by the County, clearly sho-ging services rendered to fire County. If iha services rendered by weekly or monthly Contractor are not equal to or cheater than the: services scheduled, a pro-rata payment proportionate to the value of services rendared to services scheduled will be made. Upon processincl of each invoice and approval by the County Medical Director or Ilea Itit Officer, the County shall pay Contractor: (a) if hourly paid, at the rate Indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8. 1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement wiIl be submitted moni`hly on "demand" vouchers In accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing profes'sional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other'taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit radical corporations. - i2. lrrsurance. County snaii keen in effect a policy or oolicies of liability insurance, Including professional malpractice liability rith total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR l Y r ElyMfr �1 11 .2 C�t; 3 tQlbf/bJ�a�l*A /t4 Bruce H. L1 d, _.D. Director, Human Resources Agency ATTEST: J.R. 0LSSO\, County Clerk and ex officio Clerk of the Board By , Deputy RECO!,, `NQ`E0 FCRE'�:'�;'fi;!,: ' ,r" f A.^.::r:J;:!EUCFD- C. L. Van Marter Director, tiumai>,Resources Agency tj George Deg an, M.D. - Med i ca l U i rector or i ica i th Ci f i car • 00272 CCC Standard Form , 144600 August 1974 AGREEMENT FOR PROFESSi(XIAL SERVICES (Contract Paid Physicians) 26 - 726 1 . Parries. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) WINIG, HUGH R., M.D. (address) 3106 Ebano Dr., Walnut Creek, CA Phone 933-0697 (b) j Physician [ ] Dentist [ ] Podiatrist �] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment ( ] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 20'00 Per Week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week L J Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with estabiished schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [ No (e) Effective Date July 7, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. ' Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. Services. Cord. 20r sr:a! t ren:3Ur the services described above ( i nc i ud i^ t al I serei ccs nor na i I y and custor.;a.i i y connected t hcrew i to) and such additional services 85 c9f@ 1'Cauii"t~u cv{ { {urs afu {tn.atiGiiS u1 the i•+eutGul Dli'eG{ar Or •:,=.3{'ttc Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of errwrgency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-ccall services as required by the County. 5. Term. The term of this agreement shall be from its effective date= as indicated in Section 2, through the next following June 30th, but. it may be cancelled by mutual consent, or by either party, by giving 30 days auvance written no► i..e thereof :a the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will dopresent the result of all ofilmed with b 023 AA►ar board order r r t nogofl ations bet►iaen the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Contractor shall submit a written Invoice on the form prescribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Requlations. Contractor agrees to abide by all rules, regulations and procedures for theoperation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing profcasional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. i2i. _insurance. Country snari keep in eirecr a poilcy or poircies of lranriiry insurance,. including professional malpractice iiauiiity rciirl) toiai limits of not less INIan $5,000,000 covering both the County and Contractor for services performed .by the Contractor for the County under this agreement. 13. Assinnment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County tiledical Director or Health Officer. COUNTY CONTRACTOR By �_ _ ► _t 'z, :r; , �. <<�s'T"L1 t;.. (� %zit. �- /Lr` Nxnig, Hugh R. , M.D. f � Director, Human Resources Agency ATTEST: J.R. OLSSOV, County Clerk and ex officio Clerk of the bard E3y Deputy FOP A.17'7<�D-;A ; .r GCf:t C1:'LLcD0.r?• C. L. Van Marter Director, Human Resources AgenC'{�/ `Llt George Degnan, M.D. y Medical Director or Health Officer 002'74 CCC Standard Form 114600 August 1074 AGREEi•iFUT FOR PRDFF'SS I ONAI SERVICES (Confract Paid Physicians) rl NUMBER L---- 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Walter G. Panganiban, M.D. (address) 4892 Saginaw Circle, Pleasanton, CA 94566 Phone 462-2190 (b) Physician [ ] Dentist [ ] Podiatrist ] Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment [ Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established- schedule. Scheduled Hours 16.00 Per week Rate: S 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week In accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S - Per Week Monthly Paid Contract: Contractor paid for services rendered during a month In accordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes No (e) Effective Date July 26, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires pro ass:onal services to supplement those rendered by County emplarees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor sha; i renJar 1 he sere i ceL described above (i nc i ud i nn all services normally and custo: arily connected therewith) and such additional services as are required at tit-as and locations specified by the Medical Director or Health Officer. the aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. in cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as are required. if availability for on-call duties is indicated (Section 2. (A).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreem-ant shall be from its effective dates as indicated in Section 2, through the neat following June 30th, but it may be cancelled by mutual . consent, or by either party, by q i v i::y 30 days a6vance written no o i::e thereof 1.3 the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Hoard, accepted In writing by the Contractor. The Contractor and the County agree that each subsequent contract will depresent the result of all Microfilmed vrith.board order. . 00 negotiations between the Contractor, County and any organization representing the Contractor. 7. Payment. Each month the Ccntractor shall submit a written invoice-on the form prescribed by the County, clearly showing services rendered to the County. if the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be trade. Upon processing of each invoice and approval by the County I-tedical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) if weekly or monthly paid, at the rate indicated in Section 2. (c) or pro- rata amount for said approved period. 8. Mfileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. H. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. - i2. insurance. County snail keep in efsect a policy or policies oT iiauiiiTy insurance, inc!uding professional malpractice Iiabi ! ity with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this anreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR y d�r :., L Gtr R63 FOR I WFN 677 b A&WWalter G. Pan aniban l.D. Director, Human Resources Agency 8 ATTEST: J.R. ol_SSay, County Clerk and ex officio Clerk of the Board By , Deputy RECO"1tiENDED FOR AF'.PMVA ACIQIOtfLEDGEO: C. L. Van garter Director, Human Resources Agency George Degnan,i.D. C! ' Medical Director or health Officer 00270 CCC Standard Form 114600 August 1974 AGRE01EUT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) 216- 7 2 8..............: _ .. NUMBEtt ----- I . Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Michael D. Dubrivny, M.D. (address) 839 Blarney, Concord, CA 91520 Phone (b) [ ] Physician [ ] Dentist [ ] Podiatrist ffXj Psychiatrist [ ] Orthodontist [ ] (c) Method of Payment �CX] Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 1+0.00 Per week Rate: 5 17.00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so indicated in 2. (d).) Rate: S • Per Week j Monthly Paid Contract: Contractor paid for services rendered during a month in accordance with established schedule. ( Includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: n Yes [ ] No (e) Effective Date Jam- 28, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional services to supplement those rendered by County employees. Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to rovernment Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Con i rector sha i i ."'3P.J=_r rhe ser v i c s de3cr i bbd above ( 1 i1c 1 ud I n4 al I services normally and customariiy connected therewith) and such additionaf services as are required at tires and locations specified by the Medical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or Health Officer may make such changes in the duty schedules as, are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County. 5. Term. The term of this agreement shall be from its effective date, as indicated in Section 2, through the next following June 30th, but It may be cancelled by mutual consent, or by either party, by giv;;:y 30 days auvance written nonce thereof :a the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, accepted in writing by the Contractor. The Contractor and the County agree that each subsequent contract will r)opresent the result ofall0277I Mcrofilmed with board order nvii:•ti:itions belveon ileo- (iniraclor, Counly and any organization representing fhcs Coriraclor. 7. ('a Each month the Contractor shat I submit a written Invoice on Ilia form prescribed by 1-he Coun 1 y, c 1 oar l y slow•i ng sery i ces. rendared Io the Coun-1 y.• If the sery i ces rendered by weekly or month i y Contractor are not equal to or greater than the services scheduled, a pro-rata payexnt proportionate to the value of services rendered to servicas scheduled wi1i be made. Upon processing of each invoice and approval by the County Medical Director or . Ilealth Officer, the County shall pay Contracior: (a) if hourly paid, at the rate indicated In Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro. rata amount for said approved period. 8. Mileage Reiinbursmment. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted. . s monthly on "demand" vouchers in accordance with established procedure. 9. Requlations. Contractor agrees to abide by all rules, regulations and procedures for 1- ie operation of the County bled i ca l Seryi ces or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other'taxes levied. against a self-employed person. Contractor dors not assign such obligation to the County for collection or administration. 11. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical: societies' and non-profit medical corporations. 12. insurance. County snaii keep in efiect a policy or policies of liability Insurance, including profession! malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. 13. Assinnment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COUNTY CONTRACTOR Director, Human Resources Agency MieTlsel D. Dubriwny, M.D. ATTEST: J.R. OLSSON, County Clerk . and ex officio Clerk of the Board By , Deputy itrC01`•SC � FOR fVP1---'O lz� r AC1Q 10►4LEUGEO C. L. Van Harter Director, liuman Respurces Aenvy (� rhtj '•i� . J1t . George Degnan, M.D. . tiedicai Director or Health Officer 002'78 • ___HqVUU J .. } AGREERSEUT FOR PROFESSIONAL SERVICES (Contract Paid Physicians) F .. .. 26 - 729 • NUMBER -,.. ..........7r,�;.:.y- 1. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Jobe Boaz, N.D. (address) 510 Haley F-4:61mond, CaUforni.a Phone 236-1943 - (b) [ ] Physician [ ] Dentist [ ] Podiatrist EXI Psychiatrist [ ] Orthodontist [ ] (c) . Method of Payment [XJ Houriy Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) in accordance with established schedule. Scheduled Hours 2v Per Zieek Rate: S i?•CO Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so Indicated in 2. (d).) Rate: ' S - Per Week ' Month i y Pa" Ccntrnct: Ccrtrac-1-er raid for ce r:•i ces rendered Spur l na a L. J month in a=cordance with established schedule. (includes payment for on-call services if so indicated in 2. (d).) (d) On-Call Availability: [ ] Yes [ ] No (e) Effective Data Angast >> 197 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as part of maximum yearly salary and treated as a separate service not covered under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and requires professional ser-:ices to supplement those rendered by County employees. . Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Coitracior shall render the services described above (including all set-vices normally and customarily connec~aZ' therz:rith) and such addi.tionai Services as are required at times and ioCations specified by 'rhe f4edical Director or Health Officer. The aforenamed shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical . . Director or Health Officer may make such changes in the duty schedules as are required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-call services as required by the County:) 5. Term. The term of this agreement shall be from its effective data, as indicated In Section 2. through the next following June 30th, but it may be cancelled by mutual consers:, or by c i s t.,.r party, by g i v i r.; 30 days advance written no,i l--e thereof :-o the other. 6. Modification and Extension. This contract may be modified and/or extended by written order of the Board, acceptod in writing by the Contractor. The Contractor and the County agree that each subsequent contract will dopresent the result of all Mi=filtned with 1927.9r rionotiations between the Contractor, County and any organization representing the Contractor. ' I. Payment. Each month the Contractor shall submit a written invoice on the form prescribed by the County, clearly showing services rendered to the County. If the services rendered by weekly or monthly Contractor are not equal to or greater than the services scheduled, a pro-rata payment proportionate to the value of services .rendered to services scheduled will be made. Upon processing of each invoice and approval by the County Medical Director or Health Officer, the County shall pay Contractor: (a) if hourly paid, at the rate indicated in Section 2. (c) for each hour approved; or (b) If weekly or monthly paid, at the rate indicated In Section 2. (c) or pro- rata amount for said approved period. 8. Mileage Reimbursement. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involving the performance of his services. Claims for mileage reimbursement will be submitted monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of the County Medical Services or the Health Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional services. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign .such obligation to the County for collection or administration. It. Privileges. Contractor will retain the right to belong to and be represented by appropriate professional organizations such as physicians unions, medical societies and non-profit medical corporations. - - i_. 1:15tJ.rance. Coun4ly sh_-i i Leen ;n effect _ r^I icy or not ivies of i 'abi I iTy insurance, inciudirg professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under 'this agreement. 13. Assignment. Contractor shall not assign or transfer any interest hereunder with- out the expressed permission of the County Medical Director or Health Officer. COU;ITY CONTRACTOR - By, ILV/ Director, Human Resources Agency �J ATTEST: J.R. OLSSON, County Clerk - and ex officio Clerk of the Board By Deputy RECON!.1DED FOR APPf�fA6:;f ACK OOLEOGED: C. D. Van Ms-'.:er Director, jluman Resources Agency George Degnan, M.D. Medical Director or Health Officer ' w 00280 • I44600. August 1974 AGREEMEilT FOR PROFESSIONAL SERV I CES (Contract Paid Physicians) 26.- 730,........... .. NUMBER I. Parties. The County of Contra Costa ("County") and the below-named Contractor mutually agree and promise as follows: 2. Variables. (a) Contractor (name) Robison, James W., M.D. (address) 8B Fuaston, Presidio, San Francisco, CA 94229 Phone 56k-2090 (b) Physician [ ] Dentist [ ] Podiatrist. [ ] Psychiatrist [ ] Orthodontist [ ] (c) iAethod of Payment [ Hourly Paid Contract: Contractor paid for each hour of actual service rendered (not including on-call time) In accordance with established schedule. Scheduled Hours 16.00 Per creek • Rate: S $17'00 Per Hour [ ] Weekly Paid Contract: Contractor paid for services rendered during a week in accordance with established schedule. (Includes payment for on-call services if so Indicated in 2. (d).) Rate: S • Per Week Month 1 y Paid �^:tragi: Contractor paid for ser:i ccs rendered ft i na a month In accordance with established schedule. (includes payment for on-call services If so Indicated in 2. CO.) (d) On-Call Availability: [ ] Yes No (e) Effective Date August 2, 1975 (f) Compensation for anesthesia services on-call (if applicable) will be as per Board Order currently in effect covering these services and not computed as - part of maximum yearly salary and treated as a separate service not covered. under the terms on this contract. 3. Purpose. County operates a Health Department and a County Medical Services and- requires professional services to supplement those rendered by County employees. : Contractor is specially trained, experienced and competent to perform special professional services and give advice, education and training in medical and therapeutic matters, as indicated in Section 2. (b), pursuant to Government Code Section 31000 and Health and Safety Code Section 1451. 4. Services. Contractor =ba! l ringer the services described above (includina all services normally a4ad customarily eornac:ed therewith ) and such additional sorvices as are required at times and locations specified by the medical Director or health Officer. The aforenacad shall provide Contractor with a schedule of professional services reasonably in advance of their effective dates. The County shall not arbitrarily or abruptly change assigned duties without consultation and agreement of the Contractor. In cases of emergency or where otherwise required, the Medical Director or health Officer may make such changes In the duty schedules aW-aro required. If availability for on-call duties is indicated (Section 2. (d).) the Contractor shall be for such on-cal ! services as required by the County." 5. Term. The term of this agreement shall be from its effective dates as Indicated In Section 2, through the next following June 30th, but it may be cancelled by mutual consent, or by eith-r party, by givl::y 30 days acianco written nofiico thereof- :0 the other. 6. Modification and Fxtonsfon. This contract may be modified and/or extended by writton order of 1ho fkmrd, accopted in writing by fho Contractor. The Contractor and the County agree that each subsequent contract will doprosont the result of alMl- W2 mrofilmed with boord order-. na.-I-A NA-i ons t►c::::ocit 1 he i:ali tractor, County and any orslan l zal ion represent i ng the Cc�a •i r�icfor. ' 7. P.1yin-31it. Each m. nth the Contractor shill submit a written Invoice on file foi•in pi-oucriicd by the County, clearly shoring %ervic:es.rendored to the County. If 1-he services rendered by weekly or monthly Contractor are not equal to or greater than the sorvices scheduled, a pro-rata payment proportionate to the value Qf services rendered to services scheduled will be made. Upon processing of each •invoice and approval by the County. 14edical Director or Health Officer, the Couniy shall pay Contractor: (a) if hourly paid, at the rate indicated In Section 2. (c) for each fiour approved; or , (b) If weekly or monthly paid, at the rate indicated in Section 2. (c) or pro rata amount for said approved period. B. 1411eapo Reimbursemont. The Contractor shall be entitled to mileage reimbursement according to Ordinance Code, Section 36-8.1802, for necessary travel Involvinp the . performance of his services. Claims for mileage reimbursement will be submitted: a monthly on "demand" vouchers in accordance with established procedure. 9. Regulations. Contractor agrees to abide by all rules, regulations and procedures for the operation of -the County Medical Services or the I'.ealth Department. 10. Status. Contractor functions as self-employed, independent agent, providing professional sen•ices. Contractor is, therefore, solely responsible for self- employment Social Security taxes, income taxes and any other taxes levied against a self-employed person. Contractor does not assign such obligation to the County for collection or administration. If. Privileges. Contractor will retain the right to belong to and be represented by g. appropriate professional organizations such as physicians unions, medical. societies and non-profit iced i ca i corporat i ons. - - 12. insurance. County snaii keen in effect a policy or noticies of liability insurance,: . including professional malpractice liability with total limits of not less than $5,000,000 covering both the County and Contractor for services performed by the Contractor for the County under this agreement. . 13. Ass Ignment. Contractor shall not assign or transfer any interest hereunder with out the expressed permission of the County Medical Director or Hea I th. Of f I cer. COUNTY - CONTRACTOR By i . Director, Human Resources Agency J s W. Robison, M.D. ATTEST: J.R. OLSSOV, County Clerk and ex officio Clark of the mrd BY Deputy RECON+Z LDED FOR APPF r4yly ACt00.4LEDGED: C. L. Llan .tarter - Dirt?c r, hump Rs: rces Aguncy GCorge IAgnan, M.D. lied i ca 1 D i rector or liea l th Officer in the Board of Supervisors of Contra Costa County, State of California August 19 .19 75` .. In the Matter of Destruction of Records. IT IS BY THE BOARD ORDERED that, pursuant to Government: Code Section 26205.1, the County Librarian is AUTHORIZED to 'dspose of certain financial records, papers and documents dated prior to July 1, 1973• PASSED by the Board on August 19, 1975- I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Librarian Wim my hand and.tho Seal of the Boardaf, County Administrator County Counsel supervisors affixed this 19th day of August 19 75 I R. OLSSON; Clerk (i By - Deputy Clerk. H sa 12n4 . I5,M Maxine M. Neufelcl 0.0283 L In the Board of Supervisors of Contra Costa County, State of California August 19 , i 9 75 In the Matter of Amendment No. 2 to. Contract with Portia Shapiro. IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to.. execute Amendment No. 2 to the contract with Portia Shapiro for preparation of the Contra Costa County's CAP Multi-Year Plan to extend the duration of the contract from August 15, 1,975 through August 299 1975. PASSED by the Board on August 19, 1975• 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: Office of Economic Opportunity Witness my hand and the Seal of the Board of: Program Director Supervisors Contractor — % OEO affixed,Ws 19th doy of August m75 , County Auditor—Controller J. R. OLSSON, Clerk County Administrator By Deputy Clerk H 24 12n4 - 15-M Maxine M. Neufe d VV284 - A*IENWOM TO AGREEMENT COUNTY OF CONTRA COSTA AND PORTIA SHAPIRO Effective August 12, 1975, the agreement entered into between the County of Contra Costa (County) and Portia Shapiro (Contractor) to provide professional services for the term May 1, 1975 through June 30, 1975 is amended as follows: The first paragraph of Section 5. Term is amended to read: This contract is for an estimated 352 person hours at a rate of $6.33 per person hour for the term May 1, 1975 through June 30, 1975 andfor an estimated 280 person hours at a rate of $8.00 per person hour for the term July 1, 1995 through August 29, 1975; actual automobile mile- age incurred in performance of this contract will be reimbursed at the rate of.$.12 per mile; the total payment for services shall not exceed the sum of $4700.00. The period of performance is to be from May 1. 1975 through August 29, 1975. EXECUTI%4 OF CO W. gess CONTRACTO y By- Title: Chairman, Board of Supervisors Title- Attest: J. R. Olsson, County Clerk and ex-officio Clerk of the Board Bq. Approved as to form: JOHN B. CLAUSEN, County Counsel Deputy Clerk JA3SS A. FaX%"b'111M Title: By: Uc-1i f. ..v•, .i , ..,.�hbc. Title: "hTfIA C06TA COWNTY, CALIF. 0x285 In the- Board of Supervisors of Contra Costa County, State of California • August 14 -., 19, 5 In the Matter of Contract with Mr. Ken Giles for Evaluation Services, Consumer Action and Education Project, Office of District Attorney. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Mr. Ken Giles for provision of evaluation services in connection with the Consumer Action and Education Pro— ject (OCJP Contract No. A2254-1-75) during the period August 1, 1975 through June 30, 1976 at a cost not to exceed $1,667 PASSED by the Board on August 19, 1975. 1 hereby certify that the foregoing is a true and corred copy of an order entered on'the minutes of said Board of Supervisors on the date aforesaid cc: Mr. Ken Giles, Contractor Witness my hand and the.Seal of the Board,of District Attorney Supervisors County Auditor—Controller affixed 19th d of Ai,_rust 1975 Office of Criminal Justice ay Planning J. R. OLSSON, Clerk At George Roemer ey ' Deputy Clerk H sa �zrraCtotS' Administrator 'ne h M. Neuf 0028 PURCHASE OF SPECIAL SERVICES CONTRACT Number 1. Contract Identification. Department: District Attorney's Office Subject: Consumer Action and Education Project (2254-1) Evaluator 2. Parties. The County of Contra Costa, California, for its Department named above, hereafter referred to as County/Subgrantee, and the following named Contractor mutually agree and promise as follows: Contractor: Mr. Ren Giles Capacity: Project Evaluator Address: 310 Camelback Road, Pleasant Hill, CA 94523 , 3. Term. The effective date of this Contract is August 1, 1975, and it—terminates June 30, 1976, unless sooner terminated as pro- vided herein. 4. Payment Limit. County/Subgrantee's total payments to Contractor under this Contract shall not exceed $1,667. 5. County/Subgrantee's Obligations. County/Subgrantee shall make. to the Contractor those payments described in the Payment Provisions, attached hereto as Appendix A, which are incorporated herein by reference, subject to all the terms and conditions contained or in- corporated herein. 6. General and Special Conditions. This Contract is subject to the General Conditions attached hereto, which are incorporated herein as . Appendix B, by reference. 7. Contractor's Obligations. Contractor shall provide those services and carry out that work escribed in the Service Plan, attached hereto ; as Appendix C, which is incorporated herein by reference, subject to -all the terms and conditions contained or incorporated herein. r 8. Project. This Contract implements in whole or in part the fol- lowing described project, the application,and approval documents, copies of which have been distributed to the prospective parties: Consumer Action and'Education (2254-1) 9. Legal Authority. This Contract is entered into under and sub- ject to the following legal authorities: California Government Code Sections 26227 and 31000. rjofiimed with board order } i ,.��'�� T' �' '_-�+\."?�a''r-} f*� •�'�' . ��i.e.':�Iy"� ,.xD �,r�''"n"tL.,,.rjrh`�'���`Nr',lr fy,+.T�wI';y � ,{�,�';�``. PAYMENT PROVISIONS Appendix A Number 1. Payment Amounts. Subject to the Pa)Ment Limit of this Contract, County Subgrantee will pay Contractor the following fee: a. $833.50. On or about November 1, 1975, upon the completion of t e eva uation design and work plan defined in the Service Plan, Appendix C, and the first of three quarterly progress reports defined in the Service Plan, Appendix C. b. $416.75. On or about May, 1, 1976, upon the completion of the second quarterly progress report, defined in the Service Plan, Appendix C, by February 1, 1976, and the completion of the third quarterly progress report, defined in the Service Plan, Appendix C, by May 1, 1976. c. $416.75. On or about September 1, 1976, upon the completion of the final evaluation report defined in the Service Plan, Appendix C. 2. Payment Demands. Contractor shall submit written demands for payment in accordance with Paragragh 1. Said demands shall be made on County Demand Form D-15 and ' in the manner and form- prescribed by County/Subgrantee.Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the period 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/Subgrantee will make periodic payments as specified in Paragraph 1. 3. Right to Withhold. County/Subgrantee has the right to withhold payment to the Contractor when, in the opinion of the County/Subgrantee expressed in writing to the Contractor, (a) the Contractor's perfor- mance, in whole or in part, either has not been carried out or is _.insufficiently documented, (b) the Contractor has neglected, failed 1 or refused to furnish information or to cooperate with any inspection, review or audit of its program work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying -to, and/or complying with any audit excep- tions by appropriate County/Subgrantee, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay the County/Subgrantee within 30 days of demand by County/Subgrantee the full amount of the County's lia- bility, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: CONTRACITOR DEPARTMENT -, �,�s.:it� a�,�+�,^•zq•1 _ c� f:'�'- ,.,�� rw' .-i-.�.sy♦�,ti+a..-�,,��FG`•1�•yA.JS'� > 1;. ,�: .. ;a., ��r. �; ati 'i.''.��.; ♦ .... ... "r+*'`-.....°; 'r�'ls�:*.. '�'f `',r •-*. ..-. :'t-M4µ '=►.t} .Yt+'^, ,w,.�k"ur�i r PURCHASE OF SPECIAL SERVICES CONTRACT Number 0. Signatures. These signatures attest the parties' agreement hereto: COUNTY C NT OSTA, ORNIA CONTRACTOR 8 W= Y _ By Cha Bo of' S rvisors Consumer Action and:`EducationI, Attest: J. R. OLSSON, COUNTY CLERK Project Evaluator Designate Offical Capacity. By Witness Deputy Rec ed by Department Date BY Design e Form Approved: County Counsel By Deputy a - .^ w t r •^ .... .i....iiffp s ...w.5 .brt.A• tel.c./*. .�`?.�wZ{e7ili b +2 GENERAL CONDITIONS Appendix B Number 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, in- spection, 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 authoHE ed representatives of the County,- the State of California, ,and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County/Subgrantee agree to retain all a6Fulments 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 re- solved for the funding period covered by this Contractor for such further period as may be required by law. Upon request, Contractor shall make available these records 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. f 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 performanc8 shall be deducted from any sum due the Contractor under this Contract. c. Cessation of Funding. Notwithstandinq Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and con- ditions 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. N....•*r�1'�r,.,�y�`�f1� ,� �'�s�+•."r.°'�S�{'_ �" .t'�� s �y,,�rya�r.,�� t�L�T�}'�� ��S ` p� nJ r. 1�.��'�'+ :k'Yi�'!v'3j+ A �„�'�e�'"" rir�'�-�.,5�„�t:.�i'►ais?� �'""Y'♦ ��.+'%+"�; }s�s�'�lri+h"`1 '�. � �t `v rte' `,�' '•.'k .f'y':"'#y�e'c,>,;,t'4;�'�_rY'"'iir'�,/�„►",..�`i'�i� _'�'�•_. .4 ._..+Za✓i}" , .`�! r .. °: ..'{3: ;.. .., . ..C'F _rr GENERAL CONDITIONS Appendix B 7. Further Specifications for Oeerating 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 when entered shall not be amend- ments to this Contract 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 Contract, including any sums of money to be paid the Con- tractor as provided herein. Informal Agreements may be approved for and executed on behalf of 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, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions an a 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 (United States) approval, provided that such admin- istrative amendments may not materially change the Payment Provisions or the Service Plan. 9. Disputes. Disagreements between the County and Contractor con- cerning 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. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. I r 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon—Tis Contract be adopted or re- vised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver by Countq. ' 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 per- formance, 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 com- ply with any of the terms and conditions hereof. ..,�.. -tom.,.. .."It .,k,.,.ri • • - .+.JTi'. gi:....ww�..e >fw; .i .r. yv4�,w v �':s,. w • a "" .,�'� �°.' 1 rz'+w .-.r 'Yv. - •a �- '' �' .r.. r^ T ✓ •r-.r�t". �+.� �" .qh/' 7`r Y-� j`�'-�i�S d• r•• � ♦ h 1 +k rY' r! v Y' ."'S } "++,+"�:�"�::iM` „7 ',�"-4io.'yi'(�►:..• �.� �`:--' ..". •,•4 i•.���e�'� t` �' �w ,.� •.4"' 'r• b.• j y��,a, , t � ,c`►::'�..14q.+:„ •.a".. �+4'M�.;♦,`, „='IJ'�sv�":p.;.�._'y`""".-� '7s`'7R,ra,j'.'..,.. :��,.. . r. . ... ,.n_. GENERAL CONDITIONS Appendix B 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County.. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Con- tract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representa- tives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Inde endent Contractor Status. This Contract is by and between two independent contractors an is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of 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 exami- nation 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 intention- ally disclosing such information other than authorized by law may he guilty of a misdemeanor. 17. Nondiscriminator�r 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 ori- gin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 18. 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 consequen- tial damages, from any cause whatsoever arising from or not resulting from the negligence of the Contractor, its agents or employees. 19. Compliance with OCJP Fiscal Affairs Manual. The Contractor agrees to perform under this Agreement in accordance with all terms and conditions contained in the OCJP Fiscal Affairs Manual and the financial guidelines prescribed by the Law Enforcement Assistance Administration (hereafter referred to as LEAA) and the OCJP. .Si S�4>'A+'�• ,'�4•�ti`� '`l, �.i��-,,Tr „�.'•i"`~����'',' r,.`-,� .y mr„',�``"''••y,. .�"t'�"':.'► -* .{.*...-» L.� a• _s ./ ,a drs ��M N` 'i �ic.ti t.�a ,,, i+ " ..}y,.. ,]`'�",' ,:''„y� "rr ,aa• ; , ^f .,". A.. .. ".w7{'.,.*As`."^�"fR,r`:s`^�.�'`,•...✓.. ate£...<..,, ...`.fr*. , i> '-i .- '� r'^... GENERAL CONDITIONS Appendix B 20. Maintenance and Inspection of Contractual Records. The' Contractor agrees that the Subgrantee, the OCJP, the LEAA, the Comptroller General of the United States, or any of their duly authorized representatives shall have access to and the right to examine, audit, excerpt and transcribe any directly pertinent transactions relating to this Agreement. Such material must be kept and maintained for a period of three years after termination of the grant award or until an audit is completed by OCJP and LEAA _ and all questions arising therefrom are resolved, whichever is sooner. The Contractor agrees to keep and maintain all records prescribed by LEAA, and any other records that may be required by other laws or regulations of Federal, state or local governmental' units. 21. Copyrights and Rights in Data. Where activities supported by this Agreement produce original computer programs, writing, sound recordings, pictorial reproductions, drawings or other graphical representation and works of any similar nature (the term computer programs includes executable computer programs and supporting data in any form) , the OCJP, the LEAA, and Subgrantee reserve the right to use, duplicate and disclose, in whole or in part, in any manner for any purpose whatsoever, and to authorize others to do so. If the material is subject to copyright, the Subgrantee reserves the right to copyright such and the Contractor agrees not to copyright such material. If the material is copyrighted, the OCJP and the LEAA reserve a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, and use such materials, in whole or in part, and to authorize others to do so. 22. Public Availability of Information. The Contractor shall comply with the requirements of Sections 6250 through 6260 of the -Government Code of the State of California and the LEAA Guide for Comprehensive , Law Enforcement Planning and Action Grants relating to. the avail ability to the public of identifiable records or other documents that are pertinent to the receipt or expenditure of LEAA funds. 23. Primary of General Conditions. The Service Plan, Appendix C, does not limit any term of the General Conditions. f r Initials: t CONTRACTOR DEPARTMENT ���"w�Y��`'y�c'' ''R^ `'-y� i,, t'SS'• .`ti w'�"'°�s�Lr''"�+I►"l�+��y'�. '�'�} ''�_��,py�. � t+.. .♦ .+'a``in+w" wT "31'��. '' y, .. ,r ,,,. ..' y-T. .✓��,r'"' ^'S�4�'L1y '"q�►"7+ ;1r: '" ''r fit^ r 'J; I q '4r. C'�+; ''i !'I✓' SERVICE PLAN Appendix C Following are the general requirements and major tasks that should be included in the contract agreement with the project evaluator: GENERAL REQUIREMENTS 1. All field and interview notes are to be prepared in the format presented in Field Research by Dr. Leonard Schatzman. These notes are to be kept on file so that they may be made available to the Criminal Justice Agency evaluation staff upon request. 2. This contract shall be coordinated by Regional evaluation staff. Thus, the contractor is- expected to attend some meetings of the Regional coordinator with contracting evaluators. By means of the required quarterly progress reports and verbal or written reports that may be requested by Regional evaluation staff, the contractor is expected to keep the coordinator informed as to work plans, obsta- cles to data collection, and changes in the direction of evaluation efforts. it is anticipated that evaluation contractors and the Regional coordinator will meet at least monthly to review progress _ in implementing the evaluation design. MAJOR TASKS Major tasks will include but not be limited to the following: 1. Working with project and Regional evaluation staff, review pro- ject objectives and activities to clarify and redefine them as necessary for evaluation purposes. 2. Develop evaluation design and data collection instruments. 3. Plan and implement a record system to collect data for. evalua tion. Data elements should include all those included in the baseline data as well as others that appear useful. _4. Develop a workable indexed filing system to meet evaluation needs ,+ that is also compatible with the administrative requirements of the District Attorney's Office and the needs of other agencies of the Crkninal Justice system. 5. Data collection will include but not be limited to the following: A. Baseline Data (1) Discover and record previous consumer fraud complaints on file in the District Attorney's Office for the period July 1, 1974, through June 30, 1975. The said material will include at least the following: the number of victims, date of occurrence, type or class of complaint, derivation of complaint, disposition and dollar amount: (2) Discover and collect available data pertaining to the nature, extent and severity of Contra Costa County's con- sumer fraud problem. Collect data so as to reflect both pre-project and project levels of the problem. �..z_�a���.s "�.". ..r♦ �..,w ..., w..�, ..: �i:.. .� ,.a... 'u :. .. `^ ,.. ,-....r��t,,y��, rtorr//„' ..��n�,.�.y"'••�.,,.rt. w,1,.,r7" _aL .. +�7R�/�''�:^�'�'t'.�.,�ia"�" tea.+v.-a„ +''-,- +y' �p"!.(S a '� y',L,w,�. , „ c'-r „i.a. ^1 i 'A'�`�.a' i4�,����,M;�'•'°"���'' :4 �"""..,,.'���*w'""„s^�?.fit .�ae' �' a�'Y �''.� f'°- A- w v���� r' ' r s... .:..�rAZr"� a�•dtw-a�'$4._. �""�++�'�7y`.'yt "'..'�., ,;.. ...� ::�.vrn. �m ;.�.�M.aL��..J' t•;,rr'.'.�.,.r. awM -ar.« .•...'.^e .r:ie„ v SERVICE PLAN Appendix C B. Process Data (1) Act as a participant observer during the project year and record observations relevant to the evaluation. (Notes should be prepared in a format similar to that presented in Field Research by Dr. Leonard Schatzman.) (2) Conduct an on-going interview effort directed toward the following groups: (a) Project staff; (b) Other members of the District Attorney's Office, including administrators, attorneys and clerical staff; (c) -Local law enforcement personnel; and (d) Representatives of other .consumer protection agencies. C. Outcome Data Multiple indicators of success/failure should be developed for each of the revised objectives. Data should be collected on each indicator'to measure outcome. The evaluator should also be alert to the emergence of unplanned effects of the project and collect data to measure these effects as they are discovered. 6. Products provided by the evaluator shall include but not be limited to the following: A. A detailed evaluation design and work plan shall be sub- " mitted within 60 days. B. Three quarterly progress reports shall be prepared according to attached Regional guidelines. • C. A final evaluation report shall be submitted within 60 days of the grant period. It shall include but not be limited to the following: r; (1) In detail, describe the first year of project operations • chronologically. (2) Identify and develop a comprehensive description of the consumer fraud problem in Contra- Costa County. (3) Describe and determine the effect of the project's organizational and community environment on project operations and goal attainment. (4) Examine the efficiency and adequacy of the project com- pared to other methods and total needs. (5) Measure project success in achieving its stated objec- tives. (6) Identify and explain the unexpected consequences of project activities. • � ',.�.. .� � r'"t ��_ a ... .. :�r�_.._� _ --�.w. ._ r,. : :.� , �3 ._� t _ •_. _ .._. __ X129 , r.0, . ��r j��'7a'17�C���_•.�w[!'1V�t�i, 'G cZ�'`..j�J."�"L�j'" �•• ���'•��I�7+r*.•/"♦ �. .�r.r.ir �.�� ! r� •..raw,xe�s� �''!':.. t ,Zt Jl�r� `j�t•�,�`~y ��`+.1:. :� `:.�,�...����r •'ter r.,yLr.e`.r° .r+:"'i►"',." >. ✓. y:..: �� j�., `..j-_ � ^v r +. y}.. �. � ,, ��,i •w....t -.tiy,hr'V.•;+=�' �.-✓rte_ .w.• .. SERVICE PLAN Appendix C (7) Explain how and why the project succeeds or fails. In the analysis present quantitative and qualitative findings as evidence to support or qualify the explan- ation. (8) Identify the essential features of the program as well as those aspects that should be changed or dropped. Recommend alternatives where appropriate. Prioritize project activities based on project capabilities and constraints in terms of maximum use of limited resources. (9) Describe the policy of the District Attorney's Office regarding the prosecution of fraud cases, including changes over the life of the project. Make recommen- dations regarding future policy in this area. (10) Make recommendations as to whether or not the project should continue to be funded and at what level. INSTRUCTIONS FOR PREPARING PROGRESS REPORT Forward three (3) copies of Progress Report and any attachments to the Criminal Justice Agency of Contra Costa County. (Five (5) copies of the final report are required) . Do not send copies to the State Office of Criminal Justice Planning formerly CCCJ Use 8-1/2" x 11" paper only. 1. FACE SHEET A. Applicant: Enter the name and address of the applicant. Include the project director with his contact phone number. B. OCJP # and Contract #: Enter OCJP proposal number and con- tract number. C. Funding Year: Check appropriate year of funding. D. Report For: Check appropriate box for kind of report. j E. Period Covered by Report: Indicate beginning and ending ates of the quarter, or of the project if the report is final. F. Date of Report:.• Enter date of completion of report. G. Prepared By and Title: Indicate name and title (relationship to project) . 2. GENERAL INSTRUCTIONS A. Progress reports should be cumulative; i.e., describe progress not only for the covered quarter but also from the beginning of the project. Prior quarter(s) activities can be presented in summary form. References to earlier progress reports should include page numbers. Statistical data, tables, graphs, etc. , should cover the current and prior quarters besides including a cumulative total. 002R F _ ,�r t ~ .ti,'iv----' . fes,.:•M;L�.w..n.- :e�L :..+ik.:.yXt + a* .Ma.'L1ti: .n S.?*x�+rnc.K.:io._. _ s ' - "."' �v.`..',,"�"X .r,`.s..: .., K7►='� z'!4►ti....•1 -,ti' _.F'J�s—•-...+ r 1� r��. '�'4 'e- "�;;,,• +�r"z."" '^.T�S'�1'�'iLa+�;,�eWPC+t1A� 'Y:� w1. .+a+"lv"�� .`°4'7t^''.' *VA r '4"sir -4 t:'-� �✓ r r''a .r > tom., �a.., �,�`�*�'•or+ti.•s�crw„ ;�.. �. w,e .�►:- r'.S .+.?+pc..►;�� � t ::, r - T ,r. -i ,-✓ 9 �'�a�}r .�..}i 1waMMF:�.,�;'��-:}���.�-,•. � �+fh.-�!S�..f'�`."".,."�""��},sp'iyi, ��K!.wi,,i?"..,T s..•�.!y'•.�;i':-+ M' �,f•.►� f , SERVICE PLAN Appendix C B. The first three quarterly progress reports are due in the Criminal Justice Agency office by the 10th day following the close of the quarter. The final progress report should cover both fourth quarter activities and the entire grant period, including the evaluation. This report is due within 60 days after the end of the grant period. The above in- structions cover a typical 12-month grant period. If the grant is extended, more reports may be required. For example, a 15-month grant period would require four (4) quarterly reports plus a final report which included the fifth quarter. C. No fixed format is required. Projects are expected to pre- sent activities and findings in sufficient detail to provide CJA and OCJP reviewers a clear idea of accomplishments to date, problems encountered, and changes made in the approved project, if any. The following section contains guidelines to be observed and areas to cover in preparing the reports. Each area should be covered, although the detail and rele- vance may vary according to project. Projects are encouraged - to ncouragedto add their judgments and evidence in any area not covered by the guidelines. D. Assistance in the- interpretation of these instructions and guidelines is available from the Criminal Justice Agency. E. Progress reports are intended to be presentations of the conduct of the projects as approved by CJA and OCJP and as, set forth in the grant award. Some program and fiscal changes require prior OCJP approval. (See Fiscal Affairs Manual or consult CJA staff) . If prior approval is required, the progress report should clearly indicate whether or not the project has obtained it from OCJP. 3. GUIDELINES A. Objectives; List each project objective. If project experi- ence (as detailed in the progress report) dictates that the originally approved objectives be reformulated either for reasons of clarity or program revision, the report should clearly set forth the differences between original and re- formulated objectives and the reasons for the changes. B. Value Assumptions: Give the value assumptions underlying the listed objectives and indicate the source, such as agency experience, hypotheses, or other evidence. For example, crime-specific burglary programs are often based upon assump- tions about who commits such crimes, when, and how they do it. The progress report should indicate changes, if any, in such assumptions. C. Activities: Describe activities and accomplishments by objec- tive. Summarize the activities of prior quarter(s) . Clearly set forth workload and performance data (e.g. , meetings attended, people trained, clients served, investigations conducted, etc.) . Indicate deviations from originally approved work schedule and types of activities and methods. Specify reasons for such changes. Describe nature and ex- tent of any contacts with other agencies and groups, public and private, including services rendered and received. V 2�• --,,�..r�=�,.vsr: f � '5. 7 l,►Y�V ..Kf'^!M� `?C Z" '':�T °"�'�.'i ���"' yr+rr S'�:�(f w '' "'...a►'i+rLss�`:1„,4.�jP�'�r'!a ...1'r�w.�...�.. ..f py ..,;+a.Iwr�G' •_(.,,. r ' r.. ,/�'�1' ,=eb `lel.,_ �,.n„Rr.'��rr..� .;1:.^.L- ,r•+t �S, 'A.�#tr-w". ..�'= -r o`'6:.e* ,>. ' --s. .✓ j.. f. r �,.. SERVICE PLAN Appendix C D. Problems: Set forth problems encountered during quarter such as delays in staffing and other tasks, cash flow blockages, discovery that original objectives are not achievable or that proposed activities are now seen as ineffective. Discuss steps taken to- solve the" problem and expected impact on successful completion of the total project. Are there actions that CJA or OCJP can take to facilitate solution? (Do not wait until a progress report is due to report problems that need immediate CJA or OCJP attention) . E. Evaluation: Describe the current status of "the project's evaluation design. (If the design was finalized during the quarter, it should be presented in detail) . Particular attention should be given to the following elements:. (1) Evaluation criteria - For each objective described previously in the report, describe the data that will be used to measure achievement of the objective. Why was such data chosen as a measure of effectiveness? How will it show achievement of an objective? (2) Method - What method has the project chosen to measure effectiveness (i.e. , achievement of an objective)? Is there a control group? Was randomization used in plan- ning activities (e.g. , in assigning clients to various types of treatment or in choosing areas for concentrated burglary suppression)? Describe in detail such control . groups and procedures. If there are none, to what will the project compare its results? How determine if re- sults are due to project activities or some extraneous unknown factor(s)? (3) Data collection system - Describe system used to collect data required for evaluation. What forms are used? (Attach copies) . By whom? Are there controls for accuracy? How is data routed throughout the project and agency? f r t (4) Use of data - Are there feedback mechanisms built into agency operations that permit ongoing utilization of project results for decision making? Has agency deter- mined its requirements for evaluative data? Describe. Is such data being collected? Will. project data satisfy CJA and OCJP' needs? (5) Other information and data - What other information and data are being collected by project in addition to data used as formal evaluation criteria? Is a history being kept of project activities and decisions, formal and informal? Are unintended effects recorded? (Such infor- mation will provide a contextual background for the evaluation which may help relate achievement of objec- tives to project activities) . r � a}, -:.P i r.�':S��•"`ti�"-•4r�� � a,. �.v ...'Z 4s.. �w1-}, -a mac+• hL.+V :�`yri "'.�.' �� lY �tv,e�•J'M'''" r�j+r.�w,.�. '���"� :aye.;;^t�6 x;-' �'w'"1.+',�rr:�.�.�. ;i! .,,.mac .+;"i.,.y.4r ... '�Kl�, r�{"�„��-�'`-s� a�'..�. ..lM"'�l� .�.. �-�... _ .�' �`�,i+�«"yr. ''"•-.r SERVICE PLAN Appendix C (6) Describe findings to data. How were conclusions arrived at? Do the findings tend to support or reject original approaches of the project? Have project activities been changed as a result of the findings? Do the findings carry implications for current agency policies and practices? If so, describe. F. Continuation: Describe efforts to ensure continuation of project after Federal funds are gone. Will the agency reorganize its budget and/or staff to facilitate continu- ation? What is the status of other funding such as city or county? G. Anticipated achievements in the nextquarter: Describe activities planned for the next quarter. Discuss any anti- cipated problems and delays and their impact on overall project time schedule. H. Project staffing: Have all positions been filled? At approved rates? If not, which positions remain vacant and why? Relate vacancies and changes in staffing Pat- terns to effectiveness of project activities. Attach an organization chart showing project staffing pattern and its place within the agency. I. Project policies: Describe program policies both formal and informal; e.g. , criteria for selection of clients and policies governing decisions at various points in the pro- cess of project. If policies are written, attach copies. J. Equipment: (1) Ordered - Submit published specifications List bids received Identify manufacturer Expected delivery date Expected date of operation Discuss any delays in terms of approved project time f schedule and work plans (2) Received - Identify each item R. Fiscal: Submit copies of latest 201 forms.* Discuss changes in amouAts, types of expense, and rates. Justify in terms of approved project. Some changes require OCJP approval. Identify these and indicate if approval has been obtained. Is required match being made? Estimate expenditures by category through end of the grant. Will there be unexpended funds? If so, identify and discuss in terms of fulfilling project objectives. L. Final re orts: If this is a final progress and evaluation prt reoi.e., one covering the entire project) , particular attention should be paid to organization of the report. Since this report includes the final project evaluation, a wider audience can be anticipated. Use appendices for special reports or minor aspects of the project. .a Ali ;,.�P^.�• �ii3}—+.��yv,,.rtt ,y+,�.�„'a..�,�-fir'"..y�r'.y,y,�"'�'.►� M�,.. yc.+,+�..ra�r�..t�'A.,��r�r..{.r� �-.:.' 1 ._...-.f,�t�,�,. . .•,•� +r��'2r,r�'r +4+'"Y ak ., {.,- Y �„v .. .a+4✓ „'ir'7 x!YR" °.: a'•" w .t' v. . ,'/ rT'•.,��.. ,..a ..1. .. 1 SERVICE PLAN Appendix C M. Special Requirements: (1) Security and Privacy Describe the status of procedures initiated to assure compliance with the`Security: and Privacy Clause of the Crime Control Act of 1973. (42 USC, Section 3771) . where applicable. (2) Equal Employment Program Describe the status of the equal employment program in terms of compliance with the .LEAA guidelines (28 CFR, Section 42, 301" et seg.) where applicable. N. Requested Revisions (if any)-: (1) Programmatic a. Nature of the requested revision b. Justification for the requested revision (2) Budgetary (See Section 1540 of the Fiscal Affairs ' Manual) a. Nature of the requested revision (Attach OCJP Form No. 223 - Budget Revision Request) b. Justification for the requested revision. *201 forms are to be submitted monthly to the Criminal Justice Agency no later than the 10th day of the month. Do not send 201 forms to OCJP in Sacramento. Initials: , ContrgctorDepartment c ' •.: .: .N._ �c......1.'.+..'.m.+`-.a. ..: .+h. +ref¢ r, AA 91.-a "' ,x, a .► +rla.�.__�t` S Sti +'1/'1't4wh� y"` 5 '7�rprC'f` w, 7� '. y+'"Ir" 'r�• y `.��� • .^K"�,',i'•�f� '' RfM�', y'""i".r4w�. 'Y *,. _>s;n,,{5. In the -Board of Supervisors of Contra Costa County, State of California August 19 19 75 In the Matter of Counseling and Assistance Contract with Friends Outside of Contra Cost County for Families of Inmates in County Detention Facilities. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to. execute an agreement with Friends Outside of Contra Costa County for provision of counseling and assistance to families of inmates in County detention facilities in connection with the Contra Costa County Safe Streets Act Project (OCJP Grant/Contract No. A2253-1-75) during the period August 1, 1975 through June 30, 1976 at a total cost not to exceed 330:635. PASSED by the Board on August 19, 1975- 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 cc: County Sheriff—Coroner Witness nay hand and the Seal of the Board of Office of Criminal Justice Supervisors Planning of bced this 19th day of August _ 19 75 Attn: George Roemer ,r, J, R. pLSSON Clerk County Auditor-Controller • County Administrator By 'dl, , Deputy Clerk H 24 12174 =.15-M aa.�Ci.Yle t$. NeiLfelr Contractor 00341 00301 Contra Costa County Standavd Forn STANDARD CONTRACT (Purchase of Services) I. Contract Identification. Department: Sheriff-Coroner Subject: Services of Friends Outside of Contra Costa County 2. Parties. The County'of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: Friends Outside of Contra Costa County Capacity: -Providing counseling and assistance to inmates t families Address: 2923 No Main St., Walnut Creeks Calif. 94596 California Non-Profit Organization 3. Term. The effective date of this Contract is Au gs t 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Pa ent Limit. County's total payments to Contractor under this Contract shall not exceed S. 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. 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. 7. Contractor's Obligations. Contractor shall provide those services and carryout 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. 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 Safe Streets Act Project (Friends Outside of Contra Costa County), California Council on Criminal Justices Office of Criminal Justice Planning Grant,FContraet No.A2253-1-75 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Title Is Part C, Section 301(b), Omnibus Crime Control and Safe Streets Act of 1968 (PL 90-351) as amended (PL 91-6!}!�) 10. Signatures. These signatures attest the parties' agre e re o: O ^ OAL SEAL. - C. INILSON 1A COU Y OF CONT3p A RNIA CONTRACTOR F IN I• ".B •N. Boggess By. . firman, Bop of Supervisors ' 'fittest: J. R. OL--son, County Clerk Designate official capacity in business _ and affix corporation seal) svc- ' State of California ) ss. Deputy County of Contra Costa ) ACKNOKLEDGEHLUT (CC 1190.1) Recommended by Department The person signing above for Contractor 1 known to me in those individual and - business capacities, personally appeared gy ,- �• �"I before me today and acknowledged thatshe/ Designee t4my signed it and that the corporation or partnership named above executed the within instrument pursuant to-its bylaws Form Approved: County Counsel or a resolution of its board of,directors. Dated: r - -- Deputy 00302 Notary Public/Deputy-County Clerk (A-4G17 F.EV 5/75) dN�rofi�med with board order Contra Costa County Standard Form PAYWJIT PROVISIONS (Cost Basis Contracts) 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total- payment to 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.] [X] a. $2,785.00 monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] . [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or i [X] b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands. Contractor shall submit written demands monthly 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. S . Initials: ,;v Contractor Co ty Dept. 00303 (A-4618 REV 6/75) -1- Contra Costa i outitS y Standard x o:-.n PAYMENT PROVISIONS (Cost Basis Contracts) 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 audit(s) 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 pur- suant 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. Initials: Contractor Cckmty Dept. (A-4618 REV 6/75) -2- 00304 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) MUM- I. 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 pertaining to this Contract 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 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 rake available these records 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. 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. 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 other-.rise, 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 when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered may not enlarge in any manner the scope of this Contract, including any smms of money to be paid the Contractor as provided herein. Informal Agreements may be approved for and executed on behalf of 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, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 9 Z- Contractoi Initials: �- (nCoouujnty Dept. (A-4516 REV 5/75) -1- OnnV3W Contra Costa County Standard Fort: GENERAL CONDITI0NS (Purchase of Services) MUM- S. 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. Law Governing Contract. This Contract 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 Contract be adopted or revised during the term hereof, this Contract is subject to amendment 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. Original Contract. The original copy of this Contract-and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. 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. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the 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, 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. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of 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. . Initials: :I ' Contractor County Dept. (A-4616 REV 5/75) -2- 00306 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. 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, whether or not resulting from the negligence of the'Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability 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 liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $3000.00 for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and 191 0000 - Q�gfjO for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Comuensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. 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. The policies must 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 any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 Administration Unit, Ninth Floor, 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. 22. 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. Initials: Contractor Co ty Dept. (A-4616 REV 5/75) 0030 7W _3_ Contra Costa Couzity SERVICE PLAN' x I* Services. The contractor agrees to provide- those `seroices. as enumerated in the attached GrantAward,, ;pro ject entitled "Friends Outside of, Contra Costa-Countyn, which is incorporated herein b - F g .reference.. .. 20 Allowable Contract Costs. Contractorxs allowable costs are , only those which are determined,in ,accordance.-with the Office of Criminal Justice PlenninFiscal. 8 Affairs Manuals ,a copy of which the contractor. . aclmowrledges receipt of t4 u r sz' .,.,; t Initials: .--- Contractor- County Dept.z £ S . GRANT AWARD The Office of Criminal Justice Planning, hereinafter designated "oCJp", hereby makes a grant award of funds to Contra Costa County herenafter designated the "Subgrantee" under the provisions of Title 1, part C it Cclibus Crime Control and Safe Streets Act' of 1968 VEIL 90-351) as amended (PL 91-644), hereinafter designated "Safe Streets Act", in the amount and for the purpose and duration set forth in this grant award. Project Title - Contract No. A2253--1-75 - f=riends Outside of Contra Costa County project No. ' 2253-1 Grant Period - 7/1/75 - 6/30/76 - Project Director (Name, Address, Telephone) Federal Amount. $30000 - ' . Harry D. Ramsay, Sheriff-Coroner State 00 in P.O. Box 391 � S 1,667 Martinez, CA 94553 Local Hard match 228-3000, Ext. 2400 1,667 . Financial Officer (Name, Address, Telephone) Other batch H. Donald Funk, Auditor-Controller - Finance Building Total Project Cost Martinez, CA 94553 S33,334 - 228-3000, Ext. 2181 This grant award consists of this title page, the application for the grant which is attic hereto as Attachment A and made a part hereof, and the Standard Grant A-w-ard Conditions whi are attached hereto as Attachment 8 and made a part hereof. ••T:i? Subgrantee hereby signifies its acc*_.,c.e1AVtions s grant award and agrees to a&ninist- the grant project in accordance with thset forth in or incorporatec by reference in this grant award and throvisio of Ihe Safe Streets Act. UN 2 4 19; Official Au riz to Sig�_ SU4 rantee Name: Title: . Address: I hereby certify that all conditions for exemption set forth in State Administrative 13anu- ' Section 1201.13 have been complied'with and this document is exempt fro.n review by the Deaartment of Finance. DATE mAR 2 S 1975 �'txecutive Dixe6for, OCJp SPECIAL DEPOSIT GEUEPUAL MID FUND I r?lA ITF1�1 4T 9 1�f Fiscal year / T - F3 scal Of OCJP • • 0309 .8/7 3 Part B Part r Par} ! Application for a grant under Section 301 Pre-Agreement Effective �....--�_ (b) -of the (knni5us Crime Control and Safe pate Streets Act cf '1968 (PL-90-351), as amended by PL-91-644. Grant Extension Approved To ; 1. Title: Rde fh�ta r]e of t'rtnt rn ('ng A (`�, rcty 2• Region: G 3. Type of Application Year: lszr 2nd 3rd 12. Applicant• Contra Costa County Original (Date) 612!�/74 Administration Building Martinez Calif, 94553 [� Revision (pate) (415) 226-3000 4. Grant Duration: 12 Months 13. Project Director: Harry D. Ramsay, Sheriff-Coroner 5. Length if Project: 36 tlonths p.0. Box 391 Martinez, Calif. 91E553 Support Dollars Percent 228-3000 Ext. 2100 74. Financial Officer: 6. Federal � �0,000 � •'` H. Donald Funks Auditor-Controller 7. State Buy-in 1,667 5 Finance Building Martinez, Calif. %553 8. Local Hard Match 19667 5 228-30002 Ext. 2181 9. Ot;:er Match & In-Kind 15. Official Authorized to Sian P,pp'1zce*ic 10. Total Project Cost 33.v334 140% Chairaar_ James E. Moriarty 11 . Cate or D2 Board of Supervisors _.�� -- Administration Byilding Pro ran,: Martinez, Calif. 004553 2841 -L,,-733Signature:' 16. Project Sw niary Objectives I* To aide the rehabilitation process of the prisoner. 2. To assist him to maintain family ties throughout incarceration. 3. To provide the adult ex-offender as well as his or her family with a com- munity advocate, 4. To involve the community with their otm correctional system. Me thuds I.Farjflti service throuo. Women's groups.. children's activities, .£azr ii y fr?e- clothes and food closet. 2. Transportation for prison visiting and local emergency needs. 3. Volunteer staff develop.r_art, recruitment and training. I. Coir.m..=nity education, i.nforrring and involving the general public Urith the problems of the persons in the criminal justice system. Impact & Scope Friends Cutsiae has worked in Contra Costa County for 4 years. At present '- office is open 3s days. 'r;e are serving 50-60 families. The number of volunteers involved is approximately 35-40. SiGDla statistics and record comoarisons uri.11 demonstrate increased service Case recordswill demonstrate whether problems were ameliorated or exacerbated. 00310 CCCJ Form 502 (Kev. 6/: `�.�•,�.. ��`s_.-„'mss '^ N N 0 05 toto 4.31 m . LA '�,. A -fir• t"' O ~ �'•� ,��`�.�\- • i cli IN- CL co JO v 15- jt 't CfN r to cr-\ `cr '. +': to CN N LS u-� u• ' tom- w � C aa- w tA .r ATZ -I i .u�� VBG sv S✓ C3 tJ G N - .r . t t"' p ;.Lr \ G► O'v -C7�� � V �• `ori.,s.- �,�.s. � s- c3 jt` v s r3 Nr >. CJ C: Cl 0- ill d 1.• On . G t3-0 cc, CX-0 cli ♦s � O _ ux ULIAILLU PRIJaCT-DOULI � FEDERAL HARD MATCH BUDGET CATEGORY TOTAL FUNDS STATE LOCAL— OTHER BUY-IN HARD MATCH 21. Personal Services ' A. Salaries = B. Benefits TOTAL 00312 FEDERAL HARD MATCH BUDGET CATEGORY TOTAL FUXDS STWE QC L BUY-Iti HARD tiATCK OTHE' 22. Travel TOTAL - 23. Consultant Services Contract for services 33,334 30,000 1,667 1,667 with Friends Outside of Contra Costa Counts (see attached for description) L TOTPL33:334 130,9000 - 1,667 I,667 24. Equipment i TOTAL -7- . 00313 FEDERAL HARD MATC BUDGET CATEGORY TOTAL FUNDS STATE LOCAL OTL- BUY-I H HARD MATCH 25. Supplies and Operating Expenses tt TOT': tt I 26. TOTAL PROJECT COST 3,334 30,000 1,667 I,667 1 M i j 27. Percent of Total Project Cost 100% 00 5 1 5 -8- . 003-14 28. Budget Narrative: Begin below and add as many continuation pages numbered 8-N, S-B, etc.) as may be necessary to relate the items budoeted to project activities and complete the required Justification and expiana- tion of the project budget. Explain the sources the grantee wiil'.u'ilize, for its matching contribution. Enumerate those proposed expenditure items, that require prior approval, as specified in Bureau of the Budget Circular A-87, and in-CCCJ Fiscal Affairs Manual, so prior approval may be- considered at the time application is made. ; 23, Consultant Services The grant project is. to be executed by a. contract ,between Friends Outside of Contra Costa County and the Sheriffs Dept. of Contra Costa County. Attached are the particulars of this contract. -9- QL�315 . r FRIENDS OMIDn 404 Gregory Lane Pleasant Hill, CA 94523 PERSONAL SERVICLS Total Federal State Local A. Salaries ' Director - - - - - - - - - - - - - $12,000 12,000 Associate Director - - - - - - - - 6,000 69000 Clerical Assistance - - - - - - - 52400 59400 Be Benefits Social Security v 5.85p - - - - - 1,869 1,869 Unemployment 3 3.6% - - - - - - - __._. 842 Total. Personal Services - - $25,611 252611 SUPPLIES AND OPERATING EXP.MSES Allowance for evaluation 3 5% ofFe deral Funds - - - - - - - $ 1,500 11,500 House/Office. rant a $235/mo - - .- 2,820 20820 ' Utilities 3 $40/mo - - - - - - - - 480 69 411 Telephone %9 S65/mo - - - - - - - - 780 780 Office Supplies a $25/mo - - - - - 300 30'0 Postage ;9925/mo - - - - - - - - - 300 176 124 '- Supplementary Food Purchases - - - 743 743 Emergency Family Service Fund - - 800 800 Total Sipplies and Operating Mxpenses - - - $ 7:723 4089 1,667 1,667- TOTAL PROJECT COSTS - - - - $33,334 30,000 1,667 1,667 00316 CONTRACT BUDGET BETWEEN SHERIFFS OEPARTnENT AND FRIENDS OUTSIDE Personal Services A. Salaries Director--512,000/year - The director is an administrator and coordinator 'of the Friends Outside program, L:ho is a professionally skilled and experienced person who can work in the field as Well as manage the office. The director is responsible for recruitment, tr?in ing and supervision of paid and volunteer staff, public relations., fund raising, delegating responsibi•lil:ies to volunteer stnP ', carrying on work with families; and ofrice m-nagr;rent and super— vision. The director is else respinsible for the cnordinatien and supervision of the 'volunteer chair-Pen usho. atenaeps the organ-.—. zation of transporta+ion, children's programs; furniture, food and clothing donations, newsletter, publicity, etc. Associateyirector--%6,000/year (half—time) The associats director Lonsild he a trained :end experienced person to trke charge of Family Services, take referrnls, intr..r— vieu, anis follow up nn families and individuals, provides services when able, keep records of families, their needs and services. provided, assist in training of volunteers, mpke referrals to community resources, work Leith women's group and volunteer advisors to croups. The above two eositions are both ones of equel rasnonst— hility end could be divided amoung three individuals noel- vnrt:inq on a half—time basin. Clerical Assistance--25,400/year (30 hours a geek) A full—time skilled secretary is needed for continuity and smooth office management. The duties of the person will include: receptionist, general office responsibilities, telephone work with volunteers. clients, government and com— munity oroAnizations, typing, mimeneraph work, newsletter, and other mailings, assist staff with work of Friends Outside (e.g. filling food orders, helping in clothes closet, etc. ) . Voluntner Staff o-rking with these paid staff is a volunteer staff who contacts families, offers assistarce in varin!es ways as advocate and ombudsman between the client and the community. B. Benefits--Social Security q 5.85% = S1 ,369.00/year . --Unemployment C-3.6% = S842.00/year Social Security and Unemployment aro the only benefits paid by Friends Outside. 00317 25. Sunnlias and Oyeritino Exonnsns *Prb ier:t £valuation--5`_0f Federal funds are being set aside for project evaluation. *Rental of a house The nature of Friends Outside makes a house advanteoenus over office space. The ability to handle furniture, clothes and food storane is better in a house. The atmosphere of a house and ? kitchen for a rap center projects the image of what and who Friends Outside is more realistically. More can take place over a cup of coffee or a ' drop-by lunch at the kitchen table then in a formal intake: interview. This is .the basis fnr our Pgrccess• Ue are friends and a house convevs this from the start. A house can be trsad as storage for donated articles, and es emergency over-night "crash- pnd" which this county sorely lacks. *Utiliti.ns--��n.;10/month=�hg!'.00 /year This will include gas, electricity, mater ani garbage for a 3 or 4 bedroom hoe-me. *Tel enhnpp--Ct'955.00/month=t7BO.00%ear Two phones are in full time operation during the hours . from 8 to 5a.m. *Office S•irintirs--4;-25.pn/month=t300.nofypar Includes lett-e-heed, stencils, volunteer training materials, etc. ' _ apo,tape--p=S25.Qn/month- 300.C�0/year Newsletter mailing (5C0 conies) , special activities notices, funding solicitation, and general correspondaitce. *Suoolbmentary Food purch?ses--%743.00/ypar Fri-ends Outside gives 3-day emeroenny food orders for families in crisis. Oftentimes our initial contact with a family is through refsrrel during a crisis, such as no food, no trans- portation, or utilities being shirt off. Our immediate fours is on resolving crisis and then to build a relationship Which can assist the family :n learning se?f-sufficiency. Most of the food is canned goods Which is donated by the community. There is need for supplementary food purchases of fresh foods such as eetns, margarins, bravd, cereal and foodstuffs to give a balance diet. *Enc•_•nr•r^y Fami 1•• Snrvirr_--5800 • It is Friends [t«tside basic philosophy not to nive cash grants to our clients, and we make -exceptions to this rng,rlation. On special occasions, un do assist a f3r:ily vith a utility hall, • rental. dernsit. feed st,l-p r urch:%ce, etc. • Thi s is DnR aftpr -an in-Oapth intervio,J uith the r._1 ient ?nd cnnsultation/reenm- Men-i-t ien of :•nency personnel such as social worker, parole offiner, etc. 0031-8 t COPjTR1lCT AUDGE family Service, con Emer.oencv to the famiissr Friends outside doesn't loan _money h ,to of the fact that if the crsb� expected to, ren3Y r because rant the fa�+ily cad not tiarrant a 9- •� th: riends �zd'"debt. a 'loan and tii11 vithdr`e thefiembarrassmPntcc►P an,fur fame li,es5 outs -rather then a u Friends But us want more involvement uL o -Ati�.e tjrants not loans. not Less, so we g ' r r x " • YDS R i FJ� tN i.` • • W Y. n 1 1 s ✓ 4'Jf } } --9d_ tF } tXt�`eFYtrf�'" ,•ar t PROJECT MONTH 10 �, lst 2nd 3rd 4th 5th 5th 7th 8th -9th lOth llth 12th s icr g � c 8 - lu, 7 ; 6 I 5 �; s 4 = 3 .2 i . - i � - 3 30. - Other Sources of Funding 1 DS DATE AGENCY REQUESTED REQUESTED STATUS OF REQUEST S 5 ' g r �i ► -1 C- PROJECT NRRRATIVE . 32. iProblem Statement Besides the economic difficulties confronting Friends 0utside 'families, we have found there are unique problems fac— ing the individuals involved in the correctional system. Some of these are: 1 )• ;solation and social stigma of - families of incarcerated persons 2) Difficulty maintaining family ties during incarceration affects the family and thb rehabilitation process of the 4an in prison. The reentry process is eased if the q9x—offender has been able to continue close communicFttion u}ith his family during incarceration. Acccrding to the qult Report, there is a "strong' and consistent positive relationship that exists between parole succesI and main— tpining strong family ties chile in prison." his report reveals that only 50% of no con'-act inmates comoleted their first yeir on p::?rctl=. without bpinq arrested, but 705o' of those with 3 visitors were arrest free during this per— iod. Further, ". . .the loners uere six times mare likely to return to prison in the first'vear. Thus , the inmpte'4 family is the prime treatment aoent and family contacts is a major correctional technique." 3) There .is no one resource that the individual and family involved in the crininal 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 uith the client which can be both confusing and incomolate in terms of the rehabili— tation of the offender. The staff of these agencies are all -carrying heavy caseloads and can not pursue the overall needs of the client beyond their particular scope. 4) here continues to be evidence of. general community apathy, lack of resourses and negative attitudes toward the entire criminal justice system. The National Advisory Commission on Criminal Justice Stand?rds and Goals in its volume on A Rational 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 s<<rvice agencies should dir-ict their actions to improve the delivery of all social services to citizens; particularly to oroups th=_t contribute numbers to crime statistics. 2) Citizen Action: Increased citizen partici— pation in activities to control crime in their community must be generated, uith active encotirao_ement and support by criminal justice agencies." Under the Priority: Increasinn t;iti?en P,rticipation, the report further states, "The criminal justice system depends on citizen participation. All criminal —12— 00321 PROJECT NARRATIVE Problem Statement, con' t 4) 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 correction; must run its institutions to permit the community reasonable access to those incarcerated These are minimums. Criminal justice agencies can do much more, if they actively seek to nxnlain their role to citizens' groups and shoo how citizens themselves may participate in community crime prevention. Above all, criminal justice agencies 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 asnnrt of the Problem is discussed in the Commis- sion' s V-lune on Corrections under the ch=±nter "Implementa- tion of Offender's Rights". "To the Eaxten� that the community continues to discriminate on the basis of prior crimin;�li.ty, efforts toward reintegration Will be frustrated. There must be recognition that society doss not benefit in the lone run from attempts to banish, ignore, or degrade offenders. In part such a reseonse is a self-fulfilling} prophecy: - if an offender is considered a social outcast, he will act like one. Efforts to improve the offender's ability to relate to others mean little. if family and friends do not wish to associate frith him. Acceptance can by fostered by improvino the public 's ignderst=ndinr of offenders' problems and of correctional processes, Correctional institutions and �- programs should be opened to citizens ' groups and individuals, not for amusement but so that citizens may interact an a one-to-one basis with offenders. In the final Pnalysis, the offender's social status may be the most important determinant of reintegration. Any person will respond with putr?ae, hos tility, and nonconformity to a community that continually rejects, labels, end otherwise treats him as an outlay,►." Under the commentary for Standard 2.17 "Access to the Public" in the Volume Corrections the problem of isolation and its results are discussed. IrThe walls of correctional -institutions have served not merely to restrain criminal " offenders but to .isaInte them. They ha.vn been isolated from the public in neneral and from their families and friends. As a result, the public does not know what is harprening in prisons, and in large part the offender does not know what is going on outside the prisons. If corrertinns i! to assure th?t an offender cgi ll roadiust to the frost society upon rete?se, the adjustment process must begin long before the day of release. To accmmnlish this, the putlic must be . concerned ?bout -chat happens _in corrections . InFormation is a prerequisite to conpern. Likewise, the offender must _ 00322 PROJECT NA!4RATIVE Problem Statements can't 4) retain his ties to the community and his knowledge of uhAt the free commlinity is like if he is to' be able to live there satisfactorily upon release." 33. Approaches Considerdd A. 1 ) Increasing staff of all criminal justice -agencies to - reduce caseloads. 2) Placement of offenders in local correctional institutions to facilitate family visiting. 3) Oevelopmert of alternatives to inczrceration. B. Friends Outside has been operating at the state level for 20 years and in Contra Costa County for four years as a volun— teer staFfed and community funded organi iation. . Tfie•-effective— ness of the orcaniz?tion is evidenced by the continuous referrals and request_ received from the staff of the correctional and social service agencies as well as' by the growing response. of the cammunity. - C. & The capabilities and appropriateness of this 2gwencv to 0. conduct this project is evidenced by the fact that it has been operating fer four years in Contra Costa County as a small -snals., snlell cannuni ty sponsored areani zntion dning the uork that it is nou p:oposini to expand with this fundine, E . Identification of the need for this particular project in this .particular area. From the National Advisory Commission's report in the Volume on. Corrections Part IV, "Directions for Change", Chanter 17, "Priorities and Imelementation Strategies", comes the direc— tive re:l?rding increased public involvement: "ImoiRmertation of commitni tv corrections reeulres citizen involvemnnt on an unprecedented scale. In fact, the denree of citizen acceptance, involvement, and participation in community—based corrections will decide not only the swiftness ac its implementation but also its ultimate success or failure. The correctional system is one of the feu public services left today that is cheracterii— ed by an almost total isolation from the public it serves . In view of these facts, the Commission recommends that 'top priority by given to the involvement of citizens in corrections. Citizen participation must occur at all levels of the correntional systen, from oetermination of policies for t ha entire criminal justice system to the shaping of specific community based nro— orams . Furthermore, invnlvement must come not only in the planning stages but also in implementation and operation of actual programs." Friends Outside plays the vital role of bring— ing together the resources of the communiiv with the facilities of the correctional agencies to aid the rehahilitation of the offender. 00323 34. Pro iect Oh iectives As a volunteer staffed, community based organization, Friends Outside focuses on the family of persons incarcerated in our county jail and state prisons. Our objectives are: 1 ) To aide the rehabilitation process of the prisoner by decreasing family problems Which disrupt his fulfilling his contract while in prison-, 2) To assist him to maintain family ties throuafiout incarceration, 3) To crovide the ad+ilt ex-- offender, as well as his/her family, a warm friendly, non—hureau— cratic, gr.ss roots organization, that is good at constructive listening & a community recourse referral bank and 4) To involve the Contra Costa community on a one—to—one basis. With their oun "correctional and criminal justice systems ' 35. Methodolony A. I. Familv Services 1 . To provide nroups in various geographical areas for women with incarcerated family members (e.o. 1jives, - mothers, girl friends or women on .probation) in order to develops social acceptance, self image and promote their own self sufficiency. - 2. Children's activities are- provided in order to breek the generation to oeneration patterp of delinatrency and social rejection. - For example, pre—school proorans during women's group meetings, summer camping experiences, special occasion parties and excursions. 3, Family fiiends--one—to—ona contact with volunteers for families or individ•_als with special needs. 4. Clothes closet, toy closet, emernency. food, furniture ' and household items are used to meet emergency needs, stretch the welfare budoet and enhance the quality of life. Frequently the first encounter with- a family is around a crisis need and is their entre'. to Friends _ Outside- and further considerations. of their more basic needs. II . Transoortntion--Up until .Jt-,ly . l, 1973 families on county aid were eligible for transportation ninnies for prison . visiting out of county. Uuring 1973-1974 our families have visited inmates in over 12 different institutions as far north as Susanville and south as Chino. locally there is a lack of transportztion. Our policy has been to encourage our families to share rides and expenses when possible, to subsidize use of bus transportation for long distance trips and to dev— slope a pool of volunteer drivers. 'This vol:jnt-^er drivino pool is used for Nick un and delivery of furniture, to assist the client in getting to court, doctor, county offices, emRloyment interviews, looking for housings and Friends Outside activities_ 00324 ' A C1 p O wsy t O -s COof ct �K�2) w �3 0 sp ti GaoO, its d� � � • .t3 1s t.b V1 ct -v t-+ a cG C) 7 ct 4 04 no ioi, y t CZ t,to r s i t tas act' A CA of w OE .�•' 00 cr tS G ii C] CO CO O 4t4 O, , O K ct 90) .� � O K w to �O ¢ 3 i d a3 O to i O 'cS r f, K :$ Oct to 0 CD Q f� CD p d ct {) K 'f• tit ` ►+ cr I , C4 0 p n � t y *03 0 c C:�� f ct W 0 ra rr to Ki :3.i W ct • O V Q• - O 44 W SDI O .� tN V n. 400 ct of-- ..-----,r ;. ¢ Ct .j it 0 a C?ul rt . `4t0 o 's [A .. 3f 0%4 3a• Od^logy r c. PL—ft' X15_ a f - G A 0 PROJECT NARRATIVE Pro iect nb iectives III. Volunteer Recrititarant--There is difficulty in ottain- ing voluntners for Work in this unique: area of commun— ity service because of the negative attitude and gen- oral apathy toward persons in the criminal justice system. Additional energy is necessary in order to recruit- volunteers who are open, committed and willing. to get involved with our families. This recruitment difficulty has caused us to expend our pub•lic. relations and to increase the paid staff for volunteer support and training. - IV. Community EdueRtion--.The general public remains unin- formed of the isolation and social re inctien of fani:lies in the crimina) iustice system and maintoins, in gen- oral, a closed attitude toward the criminal as a person and the community as a necessary rehabilitative instru- ment. Our approach is to break down some of the. barriers through action voltintear involvement as well as through our volunteer Board of Directors, volunteer , staff, monthly newsletter and speakers bureau. E. See attached letter from Sheriff Harry Ramsay. F. There is no duplication of' services or programs that Friends Outside offers in Contra Costa County. G. Vbli+nteer Trainino--sessions are given to orientate- vol- unteers with Friends Outside philosophy• Rnd approach. These • will include: . Community resource speakers, in depth ex- periential group sessions, on the job training, volunteer contract and evaluation sessions. On going monthly meetings will continue to update training and reinforce the volunteers growth. - 38. -Proiect Evaluation Oesion The intent of Friends Outside is to: - 1 Ease the burden on the family ' 2 Ease the emotinnat burden on the. inmate 3 •Ease the ex-offRnder's adjustment back into► the community by insuring continuous family relationships. . - Thinns that will be compared are: • 1 ) Juvenile problems in families with one parent incarcerated • ?. Individuals adiustment to own incarceration 3 Recidivism - " The ouestion asked will be is their any chance in the family- or ex-offender due to their involvement with Friends Outside. -17- • QQ32^► PROJECT NARRATIVE . Project Evaluation Oesion, coni other Statistics being ke t are: 1 financial reports (monthlyy 2 volunteer hours 3 number of family contacts 4 food, . clothes and furniture donated and disbursed 5 numberof neer referrals .t 39. Appendix B. See Resume attached F. Literature included G. Other Related Activities of Friends Outside 1 . It should he noted here that the Sar . Franci-sr_a Cha_-ter of Friends Outside has received funding from the office.-, of CJP, California Council on Criminal Jurtice, ,for 'the,` year 1974. 2. The Work of Friends Outsize is cited as an examoie of citizen action within the .Criminal Justice System in the National Advisory Commission's volume on Community Crime Prevention. -18- '00327 00327 . ;; r ► , CONTRA COSTA COUNTY P.O. tot a./ h MARTINEZ. CALIFORNIA 94333 f F June 21, 1974 - TOM.-,1 IT IMY CONCMN: Friends Outside of Contra Costa County is a private non- profit service organization that focuses on the family of • persons incarcerated in our county jail and state prisons. Having proven itself through several years of successful operation arith the most meager of funds, Friends Outside now' wishes to provide ful? UNITED CHURCH OF CHRIST • THE REV.ROBERT E.13E=4 • -__. _ . NlNt3TLA THE REV.WILLIAM W IiEARo!'l A350CtATE Ntrt/STCIt • TAE REV.FRED R_ MORROW ' - ASSISTINQ NINISTGI GLADYS BOOMER ' CNAtSTtAft COYCATlON ASSOCtATIL GLORIA MALCOLM iCGILTARY TO TNC NINISTLR October 252 1973 TO 1-HIM IT MAY CONT-ERN: This letter is Mitten in the interest of Friends Wtsi:de of Contra Costa. County. As one of those who was involved in its being fonred four years ago I can testify to tie sound basic philosophy wrach rmtivates the organ- ization and to the dimensions of its work in our county. Fro►'n the beginning, our local chapter has been almost entirely dependent upon volunteers to do all the nark, including the staffing of the office. Financial support has teen minimal, both from groups and individuals, but -it has enabled Friends Outside to enpicy a part-time person. The dedi- cation and the ccx'�itrient of those involved in the project and program has been utterly fantastic! The church of cinch I aln minister has donated office space and has gladly shared resources for food and clothing. Those of us who financially support Friends Outside intend to continue to do so. • t such resources are limited, v&i-ch in turn places a limitation on the uwk that can and needs to be dch-e. It is my firm belief that Friends Outside meets a glaring social need and merits the consideration of any interested in helping fellow hu�:,a:n beings. The accomplisTra-ents of our local chapter have been si%mificant. It is my belief that orald additional fuLnciAl support those acc cmplishments will multiply: Your serious consideration of this organization's authentic response to huran need is earnestly solicited. If I can offer additional information to assist you, please be free to ask it. Thank you. Cordially yours, Robert E. Bench. Minister - REB:gm ULEMNE 689-8260 AgEA CODE 415 I r:- N-�quipaspirme— o - EESWE OF DIRECTOR OF 1-MEUDS ?CTSIE: qFriends Outside Has boon diroctor since 673 .� 404 Gregory-Lane Pleasant Hill, Ca. -w Dear Sirs, Please consider for your organization, the services of a .trained counselor, who has a Master's degree in psychology with a specialty in marital, family and'youth counseling. C: 'I invite you to review my qualifications and experiencess - 0 • recent graduate of John F. Kennedy University with a o M.A. in Psychology: clinical training and experience - Y in individual, marriage and group therapy; leadership - W experience in a variety of encounter groups c: • seven years experience and presently working as wife, mother and homemaker with two young children Z acoordinator and program developer of informal education ' - for a social welfare agency in Cleveland, Chio for two o ,years: duties included preschool teaching, volunteer 0 supervision and program planner for adult and elementary age groups Peace Corps volunteer in Peru working in urban community n development as laison between the Peace Corps and a local welfare agency: functional Spanish language ability N B.S., Rollins College, pre-mad major Certificate in Physical Therapy, Stanford University ' • staff physical therapist, M Medical Center, two years • chief physical therapist, orthopedic children's hospital, one year living in Japan and teaching English At present I am 37, living in Walnut Creek and seeking part- time employment in counseling and/or group leadership. If you can use me in your particular situation I would like to meet for a personal interview. Please call me at home, day or evening. Thank you for your considerafftioo�n, ADA LEC:IS KEOWN, M.A. 00330 . Contra Costa Co mty T/"' con SPECIAL Costa County SPECIAL CONDITION th all Provisions of the The contractor agrees to comply fr3. .Standard Grant <Asrard Conditions, Attacbment B (contractor referred to. as subgranteej, attached hereto, xhich:is incorporated lrterein by reference r f.ti�•r F . Initials. Contractor' "CocfntgZ'eptr E, � O'Of3� r } ATTACHMENT S CALP1�.1 RNIA COUNCIL CIL CN CRIMINAL JUSTICE Standard Grant Award Conditions 1. General A. Subgrantee agrees that the funds awarded pursuant to this grant award will be used in accordance with all the terms avid conditions set forth in or incorporated by reference in:(1)this grant award(which includes the title pare, the application for the grant which is attached hereto as Attachment A and made a part hereof,and these Standard Grant Award Conditions whi ich are attached hereto as Attachment 8 and made a part hereof): (2) :he CCCJ Fiscal Affairs Manual, as amended from time to time, which is hereby incorporate+in t:.ese Grant Conditions:and(3)the Safe Streets Act B. Subgrantee agrees t.'hat 'ands awarded pursuant to this grant award-hill be used to supplement and not to supplant fu.-Z&ot!tenyise made available for law enforcement purposes,and to the extent possible.will ba used to increase such funds. C. Subgrantee agrees to make available and to expend from non-federal sources adequate resources to meet the matching requirements specified in the Safe Streets Act in accordance with the applicable regulations and requirements of the Law Enforcement Assistance Administration,hereinafter designated"LEAH". D. Subgrantee understands that the award of this grant in no way assures or implies continuation of funding beyond the grant period indicated in this grant award. 2. Delay in Initiating Project, If the project has not been initiated and operated in accordance with this grant award within 60 days after the commencement date o! this grant award,the Subgrantee shall submit a written report.no later than 10 days after the expiration of said 60•day period,to CCCJ indicating the steps taken to initiate the project,the reasons for the delay and the expected starting date. If the project Is not fully operating in accordance with rite terms of this grant award within 90 days after the commencement date of the grant period,the Subgrantee shall submit a further written report,within 10 days after the expiration of said 9"ay period.to CCCJ describing the delay in project implementation,at which time CCCJ may cancel the project and redistribute the grant award funds to other project areas.The CCCJ, where warranted by extenuating circumstances,may request approval from the LEAA Regional Office to extend - the implementation date of the project past the 90day period. If any such report is not filed with CCCJ by the Subgrantee when due,this grant award shall be terminated upon 10 days written notice to the project director.No extensions of these periods rill be granted and no reports will be permitted to be filed after the period has expired. 3. Evaluation of Prior Year Funding. If the project to be conducted under this grant award or any portion thereof has been conducted with funds granted by CCCJ or LEAA during any period prior to the date of this grant award, a formal evaluation of the project or the applicable portion thereof for any such prior period must be prepared and filed with CCCJ no later then 90 days after the date of this grant award.This evaluation must be written,complete,accurate and must be satisfactory to CCCJ in its sole discretion.If no:written evaluation for said prior period is filed with CCC!within 90 days after the date of this grant award,this grant award shall be terminated upon 10 days written notice to the project director.No extens:ons of said gUay period will be granted and no evaluations Will be permitted to be filed after said period has expired.If a vrrit:en evaluation for said prior period is filed with CCCJ no later th_n 9.3 days after the date o:z is gran:award,the eta4sz:ionr will be reviewed by CCCJ.CCCJ shall determine in its sole discretion whether cr not the e:a!u:r_;o:h is saasfat:ory. This determination shall be made no later than 180 days after the date o:t,°his gran:award.if CCC1 determines that this evaluation is not satisfactory,this grant award shall be termi.egad::pwn 10 days written notice to the project director. 00332 Rev 811583 4. Operation Reports. This gra: 3:v3rd is made un Lhe ex._ ;oco-di•rn,i,."66tion • to 3!1 other terms and conditions cor.:aired herein,that the Subgrantee mill sibmi:;::r:rr:!y :c"en the a CCCJ; a following recor•ts: (a) A quarterly ra;ort of the operation of the project ?o- each fir» '::e:the of ex:ens:on of this a v3-d, beginning:�r::h the :.-5. man:.': ' ,,, the project, iaclud:ng any repo.:will bx'Med on or before 3 y-at_� , . •Gr:nt Period".Erre suc:z gt:arterly h• ba i e tt:e tenth day utter the a"d ,f__"„trema-M. :':th period.If;.ere Period covered r ''•r final quarterly rzoort is less than three months,the tical quzr;ariy report"v"l be filed 13-1 thaSubgrantee 4. Operation Reports. This giant 3:v3rd is trade upon the express cc+rci-ion,in addition to 33 other terms a.-sd Bond;tions contained herein,that the Subgrantee will submit;rcrn;.'-, .0an due a CCCJ -.a following remorts: (a) A quarterly razor. of the operation of the pro;:ct =o- Tach z.ree otter the of the project, inctud.ng any ex:eas:on of this aw3:d, beginning with the gust mane'def;nater c,f-+ "Grant Period".Eayh such quarterly report will be fi!_d on or before the tent-It day after the end of __4.t-ria-rro-th period-if:he period covered by a final quarterly report is less than three months,the lineal q-.iar-mr!y report wvi l be filed by the Subgrantee on or before the tenth day after the end of said final period.(o)A firat report on or before the 90th dal after the impletion of the project, including any extension of tis grant a:•ard,—.ering the entire period of the project. (c) Such additional reports in such forrn and containing such information as either CCCJ or LEAA may reasonably require. Each quarterly report and the final report wilt describe activities and accomplishments during the period covered by the report.Special attention will be given to project phases or stages which have been completed(e-g,,initial planning state, completion of preliminary survey effort, purchases of required equipment, staging of pilot training programs,etcJ.Any special reports,evirwa:ion studies,publications or articles prepared as a result of the operation of the project durir.3 the gparter will be attached,and major administrative developments will be covered (changes in personnel, project design,etcJ.Problem areas and critical observations,as well as project success,will be mentiored and frankly discassed in all of the reports. It is expressly understood and agreed that any funds otherwise due or payable to the Subgrantee under this grant award wi!i rot be dare or payable and this grant award may be terminated if any of the reports which the Subgrantee is raquired to submit to CCCJ under the terms and conditions of this grant award are not submitted to CCCJ pror.:Xly when due,provided that any payment by CCCJ to the Subgrantea after the Subgrantee has failed to file 0--h CCCJ any such required report when due shall not be considered as grounds for any waiver or es'appel against.CCCJ. S• Obligation of Grant Funds. Grant funds may not,without prior written approval by CCCJ,be obligated prior to the effective date or subsequent to the termination date of the grant period.Obligations outstanding as of the -.rmination date shalt be liquidated within 90 days. 6, tiVritten Approval of Changes Subgrantea must obtain prior written approval from CCCJ for major project changes.These include., (a) Changes of subs== in the p:oject activities,designs or resewch;.4rs set forth:its this grant award; (b) Changes of key professional personnel identified in this grant award;(c) Changes in the approved project budget as required by the CCCJ Fiscal Affairs Manual. 7. Fiscal Regulations. The fiscal administration of grants is subject to all rules,regulations and policies concerning accounting and records, payment of funds, cost altowability, submission of financial reports, and the like, prescribed by CCCJ or LEAH,and as amended from time to time,including those set forth in the CCCJ Fs-cal Affairs Manual. 8. Performance Bond. All Subgrantees who are not units of city, county,or state governments are required to bond within 30 days after final execution of this grant award all individuals who will receive or disburse grant funds-The amount of the bond will be at least 50:0 of the total grant award. 9. Utilization and Payment of Funds Subgrantee agrees to establish fiscal control and fund accounting procedures which assure proper disbursement of, and accounting for, the grant funds and the required non-federal expenditures; such disbursement and accounting procedures shall meet the requirements of the State of California to the federal government as specified in the Safe Streets Aa and the CCCJ Fiscal Affairs idanvW. Funds awarded are to be expended only for purposes and activities covered by this grant award. Project funds will be made available by CCCJ on the basis of periodic requests and estimates of fund needs submitted by the Subgrantee. Grant funds which have been disallowed as a result of audit will be recovered through direct contact with the Subgrantee,right of off-set with the State Controller's Office,or through other appropriate legal means. 10. Allowable Costs The allowability of costs incurred under this grant shall be determined in accordance with the general principles of allowability and standards for selected cost items:at forth in the Office of:tta.-hasemant and Budget Circular No. A•87, or Office of Management and Budget. Circular No. A-21 if Ssbgrantee is an educational institution,as interpreted and amplified in these Standard Gran:Award Conditions and in the CCCJ Fiscal Affairs Manual. Costs will be allowed only for goods and services provided and utilized no later than the end of the period for liquidating obligations as provided in paragraph 5 above.including any written extensions thereof by CCCJ. Woo —2— Rev.8/15/73 Any expenditure of funds by the Subgrantee which exceeds the total cost estimate for any major b::d;et category in Lh%grant award 5y 15%or more of said total coat estimate,or by an amourit of S5,000,whiche.er is less,will be permitted only after written approval of CCCJ. 11. Project Income. All interest earned on grant funds must be accounted for and paid to CCCJ unless the Subgrantee is the State of Califomia or an agency thereof.All Subgrantees must account for all other project income derived at any time, in whole or in part,from the use of grant funds or from the conduct of the grant project,including but not limited to sate of publications,royalties,registration fees,or service charges. A. Such other project income received by the Subgrantee prior to the termination of the grant period of this grant award,including any extensions thereof,shall: 1) be added to funds committed to the project by CCCJ and the Subgrantee and be used to further eligible progran objectives;or 2) be deducted from the total project costs for the purpose of determining the net costs on which the federal share of costs will be based. B. Such.other income received by the Subgrantee after the end of the grant period of this grant award, including any extensions thereof,shall: 1) be used to further eligible project objectives if possible,even though federal funding for the project has terminated,or 2) to the extent such other income is not used to further eligible project objectives,and the federal share thereof exceeds 5200, be applied in such manner as may be agreed upon by the State of California and the Subgrantee, and in such event an appropriate representative of the State of California and of the Subgrantee shall meet and confer for the purpose of reaching such an agreement.In the absence of any other specific agreement between the State of California and the Subgrantee, any such amounts of project income shall be paid to the State of California.The federal share of all project income shall be computed on the same ratio as the federal share of the total project cost during the grant period of this grant award. 12. Income from Other Sources. All income from other sources received during the grant period, such as contributions,donations or funds from other grant programs,must be accounted for and reported to CCC 1.Pio other federal funds will be received or used for the portions of the project funded by CCCJ and the Subgrantee must so certify. 13. Maintenance and Retention of Records. A. Records shall be maintained in an orderly manner and shall be available for audit purposes to CCCJ,LEAA, - or the Comptroller General of the United States or their authorized representatives. Subgrantees shalt protect records adequately against fire or other damage. B. The Subgrantee shall retain such records as CCCJ shall reasonably require,in accordance with the CCCJ Fiscal Affairs tWanual and such regulations as may be issued from time to time by CCCJ.Records must be retained for a period of at least three years.The retention period starts from the date of the submission of the final expenditure report. This three-year retention period is qualified as follows: 1) records for nonexpendable property acquired with grant funds shall be retained for three years after its fin31 disposition;2) when records are transferred to CCCJ,the three-year retention requirement is not applicable to the Subgrantee; 3) records must be retained beyond the three-year period if an audit is in progress or the findings of a completed audit have not been resolved satisfactorily;if an audit is completed and the findings are resolved prior to the three-year period,records will be retained until the end of the three-year period.If the three-year period has passed and no audit has been initiated,the records will be retained in accordance with local 13w. If local lav requires a loner period of record retention,access to the records will be allowed as set forth in subparagraph 13.A. above; 4) CCCJ or LEAH may request transfer of certain Subyrant,e records to CCCJ or LEAA custody from the Subgrantee when it is determined that the records possess long-term retention value. 00334 —3— Rev.B/15/73 ' 14, Inspection and Audit.-The CCCJ.the LEAA,the Comptroller General of the'Un;--d States,or any of their duly - au ho:ized reprewiat:ves. shad have a"=--$s fOr purpose of M;di: a•n..d examin_:ica to any rooks,documents. papers and records_f a Subgrantee,and to:i.e r_:evant boss:and rents of the Subgrantea's contractors,as provided in Section 521 of the Sa-.e S::e_ts Ate,-A;aov:s'a t:.thus e'c:-.&W Se included in all zsre_r:�ars or other a:ra:ogenents for implementation of this project. 15. Title to Property. Title to property acquired in whole or in par-,with;ran_funds shall vest in the Subgrantee, subject to divestment at the option of CCCJ.Said option sh=it be exercise-!within 120 days atter the and of the grant period or termination of the grant by givir-g written mitice to the Sbgrantee and in accordance with the provisions of the CCC]Fiscal Affairs 41anual and other regulations o,CCCJ.Subgrantees shall exercise due care in the use.maintenance,protection and preservation of all such property during the period of project use. 16. Copyrights and Rights in Data. Where activities supported by this grant produce original computer programs, writing.sound recordings, pictorial reproductions,drawings or other graphical representations and works of am•/ similar nature (tie term computer programs includes executable computer programs and supporting data in any form), the CCCJ and the LEAA shall have the right to use,duplicate and disclose,in whole or in part,in any manner for any purpose whatsoever,and to authorize others to do so.If the material is subject:o copyright,the Subgrantee may copyright such, but the CCCJ and the LEAA shall have a royalty-free, non-exclusive, and irrevocable license to reproduce,publish,and use such materials,in whole or in part,and to authorize othars to do so.The Subgrantee sh3al include this condition in all contracts of employment,consultanCs agreements,and contracts,which:will be paid for in whole or in part out of grant funds made available by this grant award. 17. Publications CCCJ and LEAA shall have the right to require the Subgrantee or its contractors not to publish. and the Subgrar-me or its contractors thereupon shall refrain from publishing original books,manuals,films or other copyrightable mr_rial produced by activities supported by this grant award,whether copyrighted or not, that may be des:gna;ed by either the CCCJ or the LEAH.Such right shall be exercised by addressing written nonce to that effect ;o the project director and the Subgrantee, and to the contractor in the case of a pubUcation notice from the contractor.Before publishing any materials produced by activities supported by this -nt award, the Subgrantee or its contractor shall notify LEAA and CCCJ 60 days in advance of any such - ,-blication. if CCCJ and LEAA fail to exercise the right to prohibit publication as set forth above within 60 Bays of the receipt of the notice of intent to publish. the Subgrantee or the contractor may publish said material. The Subgrantee or its contractor shall furnish to CCCJ 20 copies of the materials so published.Any publication by the Subgrantee or its contractor shall include on the title page the following standaro disclaimer: "The preparation of these materials was financially aided through a federal grant from the Lave Enforcement Assistance Administration and the California Council on Criminal Justice under the Omnibus Crime Control and Safe Streets Act of 1968,as amended.The opinions,findings,and conclusions in this publication are those of the author and are not necessarily those of CCCJ or LEAA.CCCJ reserves a royalty-free,non-exclusive,and irrevocable license to reproduce,publish and use these materials,and to authorize others to do so." 18. Patents. if any discovery or invention arises or is developed in the course of or as a result of work performed - under this grant,the Subgrantee shall refer the discovery or invention to CCCJ.The Subgrantee hereby agrees that determinations of rights to inventions made under this grant shall be made by LEAH,or its duly authorized representative, who shall have the sole and exclusive powers to determine whether or not and where a patent - application should be filed and to determine the disposition of all rights in such inventions,including title to and license rights under any patent application or patent which may issue thereon.The determination of the LEAH, or its duly authorized representative,shall be accepted as final.In addition,the Subgrantee agrees and otherwise recognizes that the CCCJ and the LEAA shall acquire at least an irrevocable,non-exclusive,and royalty-free license to practice and have practiced throughout the world for governmental purposes any invention made in the course of or under this grant.The Subgrantee shall include this condition in all contracts of employment. consultant's agreements, and contracts. which will be paid for in whole or in part out of grant funds made available by this grant award.The Subgrantee in his final report shall identify any such discovery or invention or shall certify that there are no such inventions or discoveries- 19. Assurance of Compliance with Civil Rights Laws. A. The Subgrantee hereby assures that it will comply and will insure compliance by its contractors with Tide VI of the Civil Rights Act of 1964 and all requirements imposed by or pursuant to regulations of the Department of Justice (28 CFR 421 and the LEAA thereunder issued pursuant to that title to the end that no person shall,on the grounds of race,creed,color,sex or national origin be excluded from participation in,be denied the benefits of,or be otherwise subjected to discrimination under this grant award or under any project, program. or activity supported by this grant- The Subsr=1i%e further cell comply vAth and insure compliance by its contractors with Justice Department Egaal Employment Regulation in federally-assisted prcyrams(28 CFR Part 42.Subpart D)to the end that_=pioyment discrimination in such -4- - 00335 Rev.8115/73 programs on the-grounds of rate,color,creed, sex,or national origin sha!l ba eliminated. As required by Section 518(b) 3: the We Streets Act, this grant condition shall.not bea interpreted to regfire tae imposition on grant-supported projects of any percentage ratio, quota system or other program to achieve racial balance or eliminate racial imbalance in a law enforcement agency.The Subgrantee recognizes the right of the United States:o seek je.dicial enforcement of the foregoing coian3nts against discrimination and will include a similar covenant in its contracts assuring the right of the United States to seek such judicial enforcement B. If this grant award provides for payment to the Subgrantee in excess of S10,000, the Subgrantee shall comply with Executive Order No. 11246, entitled "Equal Employment Opportunity",as supplemented. The Subgrantee shall be required to have an affirmative action plan 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 equal employment. 20. Government Not Obligated to Third Parties Other Than Subgrantees. The Subgrantee may procure from third parties materials, supplies, services, or equipment for the conduct of the grant.project, provided that such procurement complies with the minimum procurement standards set forth in the CCCJ Fiscal Affairs Manual and applicable federal regulations when such procurement contracts ars not contrary to law and do not violate any of the other conditions of this grant award. Neither LEAA nor CCCJ shall be obligated or liable to any party other than the Subgrantee and only in accordant`with the terms and conditions of this grant award. 21. Third Party Contracts. A. If the Subgrantee procures goods, services, or materials to perform any portion of this grant award,the Subgrantee shall enter into a written contract for such procurement(hereafter designated as a"third party contract"). Any contract entered into by the Subgrantee in connection with performance of this grant award shall provide that the Subgrantee will retain ultimate control and responsibility for the grant project and that the contractor shall be bound by these grant conditions and all other requirements applicable to the Subgrantee in the conduct of the project.. B. All third party contracts in an amount in excess of$100,000 will not be considered an allowable cost item unless prior written approval is obtained from CCCJ for each of the following: - 1) The request for proposal or other similar document constituting an invitation to bid,the bid conference and the bidder's oral presentation;or 2) Negotiated bids or waiver of competitive bidding;and 3) The written proposal submitted by the successful bidder;and 4) The contract executed between the Subgrantee and the contractor_ C. CCCJ will select,in a manner it shall determine,approximately 10%of the total number of all third party contracts in an amount in excess of S 10,000 but less than S100,000,and the contracts so selected shall be subject to prior written approval of CCCJ as required in subparagraph B.of this paragraph for third-party- contracts in an amount over S100,000. A Subgrantee whose contract is selected as one of this group of contracts will be promptly notified in writing by CCCJ. -- D. All third party contracts to be executed by Subgrantees who are private agencies and which require payment in excess of$10,000, must first obtain written approval from CCCJ of the proposal or other bid submitted by the successful bidder and of the contract executed between the Subgrantee and the Contractor. E. Approval in advance by CCCJ of any third party contract is not intendad to be.and will not constitute,a waiver of any other provision or right of CCCJ provided in this grant award. 22. Termination of Funds. A. This grant may be terminated,or funds recovered,or fund payments discontinued by CCCJ or LEAA`:here either finds a substantial failure to comply with the terms and conditions of this grant award,or of the Safe Streets Act and the regulations p:omu193ted thereunder.Any such terni:uation shalt become effective after written notice to the Subgrantee and shall be subject to the applicable revie r procedures pursuant to Sections 303M.509,510,or 511 of the Safe Streets Act. 0036 —5— Rev.8/15.03 + B. If for any reason the Federal government terminates its grant to CCCJ or fsils to pay the full amount of the grant award it has mad. to CCCJ,this grant award may b-a ter unated or redu_ed in the discreti.zn of CCCJ, provided, however, that no such reduction or termination shall app:y to a!lo iwe costs already incurred by t:ie Sub„rantse to the extent that Federal grant funds are available to CCCJ for payment of such costs.No liability small, in any event, be incurred by CCCJ or by the State of California under this grant award beyond monies available for the purposes thereof. C. If, as a result of the conduct of the project pursuant to this grant award. CCCJ has made a final audit recovery demand for the return to it from the Subgrantee of any funds awarded by this grant.CCCJ may,in its sole discretion,refuse to execute subsequent grant awards to the Subgrantee,or terminate or discontinue fund payments under this or any other grant award from CCCJ to the Subgrantee until the demand is satisfied. 23. Conflict of Interest, No official or employee of a state or unit of local government or of non-government subgrantees shall participate personally through decision,approval,disapproval,recommendation,the rendering of advice,investigation,or otherwise in any proceeding,application,request for ruling or other determination, contract, grant. claim, controversy, or other particular matter in which LEAA funds are used, where to his knowledge he or his immediate family, partners.organization other than a public a^,anc1 in which he is serving as an officer, director,trustee. partner,or employee or any person or organization with whom he is negotiating or has any arrangement concerning prospective employment.has a financial interest.Officials or employees of state or local units of government and non-Govemment subgrantees shall avoid any action which might result in, or create the ap;earance of: 1)using his official position for private gain;2)giving preferential treatment to any person;3) losing complete independence or impartiality;4) making an official decision outside official channels; or 5)affecting adversely the confidence of the public in the integrity of the government or of the program. 24. Criminal Penalties. The Safe Streets Act provides,in part,as fo!lows:*Whoever embezzles.%villfully misapplies, steals or obtains by fraud any funds, assets,or property which are the subject of a grant or contract o:other farm of assistance pursuant to this title,whether received directly or indirectly from the Administration,shall be fined not more than S10,000 or imprisoned for not more than five years,or both.Whoever kn&xingly and will'ully falsifies, conceals or covers up by trick, scheme or device, any material fact in any application for assistance submitted pursuant to this title or in any records required to be maintained pursuant to this title shall be subject to prosecution under the provisions of Section 1001, of Title 18, United States Code. Any law enforcement program or project underwritten, in whole or in part, by any grant,or contract or other form of assistance pursuant to this title,whither received directly or indirectly from the Administration,shall be subject to the provisions of Section 371 of Title 18,United States Code." 25. Public Awailabiiity of information.The Subgrantee and its contractors shall comply with the requirements of Sections 6250.6260 of the Government Code of the Sate of California and LEAA Guideline Manual M4100.1A relating to the availability to the public of identifiable records or other documents that are pertinent to the receipt or expenditure of grant funds and the availability of records of the votes of planning councils,including dissenting member's votes.The Subgrantee shall comply with the public accessibility to meetings requirement of LEAA Guideline Manual ;d4100.1A. The Subgrantee will include in any contract involving grant funds a condition requiring the contractor to comply with the requirements of this paragraph. 26. Communications Equipment or Systems If the grant project involves communications equipment or systems and there is a need for use of additional radio frequencies beyond those currently available to the Subgrantee; the Subgrantee assures CCCJ that such radio frequency support is feasible and the Subgrantee understands that the grant for acquisition of such equipment is conditioned on the Subgrantee actually securing or showing the availability of the needed frequency support. 27. College and University Special Condition. No part of the funds appropriated under this grant award stall be used to provide a loan, a grant, the salary of, or any remuneration whatever to any individual applying for admission,attending. employed by,teaching at or doing research at an institution of hither education who has engaged in conduct on or after August 1, 1969,which involves the use of(or the assistance of others in the use of) force or the threat of force of the seizure of property ander the control of an institution of higher education,to require or prevent the availability of certain curriculum,or to prevent the faculty,administrative officials or students in such institution from engaging in their duties or pursuing their studies at such institution. 28. Technician and Equipment Pools. if this grant award deals with any equipment or technicians similar in nature and function to those available in any pools of such equipment or technicians existing in the Department of Justice of the Stain of California,the Subgrantee agrees whenever possible to fully utilize any such gaols. 0033'7 —6— Rev.8/15173 :a 29. Conditions Applicable to Part E Grants. 1:any porion of tie,:ant project is f;;n4ed with Part E funds, the following•conditions apply:' A. The title and cz-aal of Part E funds and title to pre s^.y =my vat :a transferred to private agencies, prafit-m_kin- or o;hee:.ise, even though atom may be ut:liz--,d ki we in;:1ementation of Part E efforts ineWding the purchase of services and Put E funds and Fro:'+ / wit: rot be dive..tad to other than correctional uses. E. S ibgrantees of Part E funds assure that Fersonnel standards and prove m. a the institutions and facilities will reflect advanced practices. C. To insure that Subgrantees are engaging in projects and programs to improve the recruiting,organization, training. and education o: personnel employed in correctional activities, including those of probation, parole and rehabilitation,the following minimum requirement shall be met in Part E grants: (1)At least 80 hours recruit training, at entry into deity or during the first year of tenure,for both guards,correctional officers,probation and parole officers. and (2) At least 20 hours of in-service or refresher training per year for all such correctional personnel with nore than one year of tenure. 30. Grants for Computerized Systems If ani portion of this grant involves the establishment. maintenance or upgrading of a corrip'.nteri—red.system,the Subgrantee agrees: A. To ensure rat adequate provisions are made for system security,the protection of individual privacy and the insurarx of integrity and accuracy of data collection. Within 90 days of receipt of award. the Subgrantee kali subm;t to CCCJ its plan for insuring the security of information maintained in the system ". assurances-ravid:.9 for consideration of the rights of p-ivacy.The Project Search Technical Report No. 2(Security and P.-Macy Considerations in Criminal History Information Systems)shall be used as a guide. E. To coordinate development of the program with any compatible multistate effort to secure the benefits of exchange of data and the use of standard reporting formats and definition,to enhance the benefits and potentials of its information systems facilities and provide needed interface with National Criminal Justice Information Systems. C. That all computer software produced under this grant will be made available to LEAA for transfer to authorized users in the criminal justice community without cost other than that directly associated with the transfer. Systems will be documented in sufficient detail to enable a competent data processing staff to adapt the system, or portions thereof, to usage on a computer of similar size and configuration,of any manufacturer. O. To provide a complete copy of documentation to the applicable Regional Office (unless the Regional ' Administrator of that office has waived this requirement)and a complete copy to the Systems Development Division, Office of Criminal Justice Assistance, Law Enforcement Assistance Administration. Documentation will include but not be limited to System Description, operating Instructions, User Instructions. Program Maintenance Instructions, input forms, file descriptions, report formats, program listings and flow charts for the system and programs. E. That whenever possible.all application programs will be written in ANS COBOL in order that they may be transferred readily to another authorized user. Where the nature of the task requires a scientific programming language,ANS FORTRAN may be used. F. To avail itself, to the maximum extent practicable,of computer software already produced and available without charge and to insure that reasonable effort is extended in his area. LEAA publications and Regional Systems Specialist should be consulted. 31. Clean Air Act Violations. In accordance with the provisions of the Clean Air Act,42 U.S.C. 1857,et.seq.,as amended by P.L. 91-604.and Executive Order 11602, the Subgrantee agrees contracts will not be trade with parties convicted of any offense under the Clean Air Act. 32. Use of Airplanes and Helicopters. Airplanes and helicopters purchased in whole or in part with grant funds must be used for the purposes stated in this grant award and may not be used for no,-law enforcemsant purposes by state or local officials. -7- 003 aer.sn5na 33. Educational Support The Subgrantee assures that no person sha'J. :.n the bees of sex, be exdt:d.d from. pa, ton in,be denied the benefits a..or be subfe d:o d'sce=ire:". cna.r any education j rogram or activity funded in vL^.sit or in part in toed-3nme ani this S:w.:award wit,:�.a exception of the qualifications. set fort's in Title 1X.Section 901(x)of P.L.92-318. 34. Identification of Source of Material. All published material and wdr-an reports submitted under this grant . . award or in conjunction with contracts under this grant wird must b= odgi:-a::y developed material'unlasss . otherwise specifically .provided in this grant ward agree-e t. :•lhen ---mt.rsl not originally developed is; included in a report'or other published ma:eriai, the source of such material must be. identified. This identification may be in the body of the report or by footnote.This provision is applicable when the material is . in a verbatim or extensive paraphrase format. > 35. Notices. All written notices pursuant to this gmmt award shall be given by addressing the same as follows and depositing the same in the U.S.mail.postage prepaid: . CCCJ: Robert H.Lawson.Exetutiive Director California Council on Criminal Justice 7171 Bowling Drive Sacramento.California 95523 Subgrantee: To the Subgrantee named on the face sheet hereof at theaddress stated therein. Project Director. —so the project director named on the face sheet hereof at the address stated therein sunless. wri:xn notice of any change therein has been received from the Subgrantee prior to the-time sai3 notice is to be given. in which event. said notice shall be sent in accordance with said. wd_ten-charnges. :Nosing herein contained shall preclude the giving of any notice by personal service.The address to which :.slice shall be mailed as set forth above to either party may be changed by written notice given by such party in the manner set forth above. 36.Amendinents. No alteration or variation of the terms of this grant award shall be valid unless made in writing and signed by CCCJ and the Subgrantee.and no oral understanding or agreement not incorporated herein shall be binding on either CCCJ or the Subgrantee. —8— Rev.8/1*73. 00339 r In the Board of Supervisors of Contra Costa County, State of California August 19 , 1975 In the Matter of Supporting SB-1282 pertaining to Drinking Driving offenses. The Board this day having considered the recommendation of the County Administrator that it support SB-1282 pertaining to authorizing the charging of a fee for chemical analysis of blood, breath or urine tests in Drinking Driving offenses which result in conviction for the reason that enactment could result in savings to local agencies which now bear the cost of these analyses. IT IS BY THE BOARD ORDERED that a County position in SUPPORT of said measure is hereby established. Passed and Adopted on August 19, 1975. 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 19th day of August 1975 J. R. OLSSON, Clerk Deputy Clerk H 24 12/74 - 15-M Maxine M. Re&e1d cc: County Legislative Delegation Senator Beilenson Senate Finance Committee CSAC Sheriff-Coroner District Attorney County Administrator i (P) In the Board of Supervisors of Contra Costa County, State of California August 19 , I9 75 in the Matter of Public Works and Economic Development Act Title % Funds. The Board having received an August 61, 1975 letter from, Mr. William H. golberg, Assistant Secretary for Manpower, U. S. Department of Labor, Washington, D. C., advising that Public Works and Economic Development Act Title X funds are available for certain Comprehensive !�mployment and Training Act Title II and Title VI projects, and enclosing application forms in connection therewith; IT IS BY THE BARD ORDERED that the aforesaid material is REF&MM to the County Administrator. PASSED by the Board on .August 19, 1975. I hereby certify that the foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the date aforesaid ccs County Administrator witness my hand and the Seal of the Board of Director, Human supervisom Resources Agency affixed this ■Y Ghday of bu»gt . 19 , Public Works Director T J. R OCSSON, Clerk Director of Personnel ��� ! C r.� Director, Office of By X�,�J Deputy Clerk " 24 12174Edaffomic Opportunity Helen C. Marshall 00141 In the Board of Supervisors of Contra Costa County, State of California AS EZ OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT A,ianat io , 19 mac, In the Matter of Bids for Landscaping on San Ramon and Green Valley Creeks, Danville Area, Flood Control Zone 3B, Work Order 8515. This being the time to receive bids for the landscaping of three sites on San Ramon and Green Valley Creeks, Danville area; bids were received from the following and read by the Clerk: Contra Costa Landscaping, Martinez; Watkin & Bortolussi, Inc., San Rafael; Cagwin and Darward, San Rafael; Bibens Nursery, Modesto; Neil Shooter Company, San Rafael; Valley Crest, Inc., Concord; Huettig & Schromm, Inc. , Menlo Park; Munkdale Brothers, Inc. , Burlingame; and R.E.G., Inc. , Hayward; IT IS BY THE BOARD ORDERED that said bids are REFERRED to the Public Works Director for review and recommendation to the Board. PASSED by the Board on August 19, 1975. 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. ac: Public works Director Witness my hand and the Seat of the Board of County Administrator Supervisors affixed this 19th day of 19 J. R. OLSSON, Clerk � f! By ��!dui 1X . Deputy Clerk Helen C. Marshall lllJ►�f"�Gr H 24 8/75 10M In the Board of Supervisors of Contra Costa County, State of California ate,eat IQ , 19 U- In the Matter of Concord Social Activity Center. In response to Board referral, Mr. C. L. Yam Marten Director, Humm Resources Agency, having uRnitted a tarmoraaa4j dated August k, 1975 relative to a resolution adopted by the City of Concord urging the county to financially support the position of a full-time Coordinator for the Concord Social` Activity Caster; and mr. van Mareer having reported that some financial support can probably be provided from Short/Doyle fundst and that a fins"' report on the matter trill be forthcoming pe0ding adoption of the Final County Budget; and IT IS BY THE HOARD ORIMW that receipt of the aforesaid memorandum is ACKNOWLEDGED. Passed by the Hoard on August 199 1975. I hereby certify that the foregoing is a true and correct copy of an order enured on the minutes of said Board of Supervisors on the dab aforesaid. cc: Director, HRA Witness my hand and the Seal of the Board of Administrator supervisors Mr. V. H. Pyne affixed this 14th day of Aust . 19 7- 5-Assistant City Attorney J. R. OLSSON, Clerk City of Concord gy J� ,j-A . Deputy Clerk H 24 12M - 15- L. Kincaid . 00,M3 In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 M In the Matter of Proposed Tax Levy for Maintenance of the Regional Occupational Program. A memorandum dated August 5, 1975 having been received from the County Superintendent of Schools requesting that the. Board levy a tax for fiscal year 1975-1976 to provide the required funds to maintain the Regional Occupational Program; and IT IS BY THE BOARD ORMRED that aforesaid request is REFERRED to the Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny, County Administrator and County Auditor-Controller. Passed by the Board on August 19, 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc,% Board Committee Witness my hand and the Seal of the Board of Administrator Supervisors Auditor affixed this 29th doy of August . 1975 Superintendent of Schools Tax Collector _Jj� R. OLSSON. Clerk By Deputy Clerk H 24 12/74 15•M L. Kincaid 00344 In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 M In the Matter of Budget and Tax Rate for Fiscal Year 1975-1976 for Stege Sanitary District. The Board having received a copy of the 1975-1976; Budget Composite for the Stega Sanitary District and a copy of the District Resolution No. 1236-775 establishing a 170 tax rate on each $100 of assessed valuation on all of the tastable property within the boundaries of said district; IT IS BY THE BOARD ORDERED that said budget composlte and resolution are REFERRED to the County Auditor-Controller: PASSED by the Board on August 19: 1975. I hereby certify that the foregoing is a true and correct copy of an order entered on thw, minutes of said Board of Supervisors on the date aforesaid. cc: Stege Sanitary District Witness my hand and the Seal of the Board of County Auditor-Controller Supervisors, County Tax Collector affixed this 19th day ofd et 1.19 County Administrator , J. R. OLSSON, Clerk gy G � �. Deputy Clerk H sa lz74 - 15-u Helen C. Marshall 04445 In the Board of Supervisors of Contra Costa County, State of California Ai2srunt I 9 , 19 In the Matter of Tax Rates for Central Contra Costa Sanitary District. The Board having received a resolution adopted by the District Board of the Central Contra Costa Sanitary District fixing the 1975-1976 tax rate for district operations at 55 cents per $100 of assessed valuation, setting forth the amounts required to be raised for general obligation bond purposes, and requesting' that tax rates sufficient therefor be levied; IT IS BY THE BOARD ORDERED that the aforelaid resolution is RMRRED to the County Auditor-Controller. PASSED by the Board on August 19, 1975. 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: Central Contra Costa Witness my hand and the Seal of the.Board of Sanitary District Supervisors County Auditor—Controller affixed thislg _day of 19 -7.5, County Administrator J. R. OLSSON Clerk By. /J�,�ti�,/G �'lu . Deputy Clerk " 24 12/74 - 15-M Helen C. Marshall 00346 In the Board of Supervisors of Contra Costa County, State of California AuuuFat 19 , 19 2.r. In the Molter of Open Space Basement Program. The Board having received an August 8, 1975 letter from Ms. Maria A. Cortes, 6833 Del Monte Avenue, Richmond, California 94805 requesting that certain land (Parcels 418-200-04; 418-200-03 and portions of 418-200-02) which she stated was unsuitable for development be included in the Open Space Basement Program; IT IS BY THE BOARD ORDERED that the aforesaid request is , REFERRED to the Director of Planning to answer. PASSED by the Board on August 19, 1975. 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 ca: Ms. M. A. Cortes Witness my hand and the Seal of the Board of Director of Planning Supervisors County Counsel affixed this_1_9th day of AugU,t . 19 Agricultural Commissioner J. R. OLSSON, Clerk County Administrator By C . Deputy Clerk Helen C. Marshall H 24 8/75 20M In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 jj In the Matter of Request for Building Permit, Orinda Area. The County Health Department on July 31, 1970 having declared a moratorium on further building in certain Orinda areas where septic tanks are proposed; and An August 13, 1975 letter having been received from 14rr. and Mrs. Maurice Wolfe, 225 Canon Drive, Orinda, ;California 94563 requesting assistance in obtaining a permit to build an addition to their home that does not affect current plumbing arrangements, which permit they have been unable to obtain because of interpretation of said moratorium; IT IS BY THE BOARD ORDERED that the aforesaid request is b ,. . REPERRED to the Acting County Health Officer and County Counsel -for report. PASSED by the Board on August 199 1975. I hereby certify that the foregoing is a true and correct copy of an order entered:on the minutes of said Board of Supervisors on the date aforesaid. cc: Mr. & Mrs. M. Wolfe Witness my hand and the SW of the Hoard of Acting County Health Supervisors Officer affixed this lath day of u >R . , 19 _U Acting County Building I J. R. OLSSON, Clerk Inspector County Counsel BY f4L'G %4" . Deputy Clerk H 24 '"ouft Administrator Helen C. Marshall 001348 In the 'Board of Supervisors of Contra Costa County, State of California August 19 , 19 Z In the Matter of Complaint ,vdth respect to Use of County Library Facilities. The Board having received an August 5, 1975 letter from Mr. Ralph Johnson, President, VAIIPAC Carriers Inc., 2114 MacDonald Avenue, Richmond, California, protesting the free use of public library Zacilities for political purposes, and citing an incidence in connection therewith; and IT IS BY THE BOARD ORDERED that receipt of said comm mi'— cation is ACKNOWLEDGED and the County Librarian and County Admin istrator are requested to review county policy relative to use of county library Facilities. Passed by the Board on August 19, 1975. 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: Por. R. Johnson Witness my hand and the Seal of the Board of County Administrator Supersrwrs County Librarian affixed this 19th day of August 14 7 5 Countv Counsel --- s --� J. R. OL.SSON, Clerk By=e•, Deputy Clerk H 2a t2tT4 t8M Maxine M. heufe 00349 -sk 5Fi . ALI XAL- W. A14L A%-;,,%; R1r.Rs Tie 2114 MACDONALD AYE.-RICHMONWCALIF: 94801 =. ', j :AUGUST 5, 1975 �' � �� a �l i ..WARM_BOGCESS4 t7 rK BOARD OF;SUPERVISORS COR�'TY NIS-TRATION BUILDING 94553 �•1�fARTINE'L, CALIF08i�IIA ., r LY R lm.� BYiESS. QF. 3ULY 31, 1975 at .8 P.M. A WELL Bibi A?ia IDEt�TIFTED COitST WILLIAt4 , r kv ALT, 1ED :FREE`USE.OF � EL CYTO PUBLIC IIBUU FACILITIES TO SPREAD C�Ti PROP ;UNDER THE"+GUISE OF A SLS SHOW ABOUT "SOVIET *• IA THS COUNTY XBRAF AN, CLARENCF t�TERS, Its.HE IN:ADVAHCE OF TfiE L�1AS'rJOTHIIaG HE COULD OR WOULD DO TO PREVII4T SUCH USE AS THE FACILITIES ARE CzC?V ,B3 R COUNTY:BOARD 'OF SUPESVISORS. _ µ, TD SUPPORT:MY STAT i'P CONCFRI�ILNG *S POLITICAL BELIEFS, I HAVSjENCLOSED,PHOT"OCOPIES'a' OF.,COI�'GILU=ML HEARUMS CLEARLY ES�G HM TO BE'A HARD LIHE C .ST« f ` ANY PURPOSE:IN WRIT3#G IS TO CALL THIS SITUATION TO'Y=,,ATT�TIOA, PROTESTING iSUCH 1�ffSUSE } AIBD--RESPECTFULLY BEQUESTII�G THAT TAIG'AYSRS*S FACILITIES Ili THE FUTUM NOT BE§ALLOfTr� TOp BE 'YIJSED':'BY C +IISTS DBDICATO TO QVER� OUR_GOVERbT.AND TRAY OF;LIFE. , > I 'IMULD APPRECIATT ADVISE FROH YOU'AS TO ACTION TAKEN"IN'THIS,HATTER. . 4 SINCERELY r f. ; . JantoW aF �NNCLpsURE f w a. - CC. SUPERVISOR JIl�i n CLAR�NCE L�"TERS 07 ; y '�Otc l 'i4 l Mt, r xx Y THE THRU-MWA1NER.SFRVd � X _... INSMUTE OF PACIRC. r y 1 swiuxr Ton L • ' ,,� ' -•: + �TFt'4�llITTEE T4 I�YESTIG.ITE TILE.AAui1ISTIMTIU1: WMIMMEW !� L OTi`?tTClTK1Vui 3fr.3fc sms. I would like to have Mr.Field"s letter of jonuary: introd%t-e into tbs rword and maAetl as the next Cottsecutic, ttr. t 1�3 eShiblt,mr-Chis-I IIlsm ti Setitt.ir Sacrzti. That will he ao�si. _ .� ; : t ck'tt nt referred to eras maAed (The d �'F.zltibit Na. 1t�S">3iu! that m +,• 1. `. , :' `=i ;_is ns'l OUOW3�1 i '� : • j1 1�,"+ u.t, .Cti }� � Y )xt fjitXlIIrl�11.Y `" . ..4J. .- y4•-',. _ .. t.- .,..-:. _ � - _ ?AxwTwal-I3,,19t;:. �!X - ��iy.�� � 0.•`f •r-%:.:4+`�,��.., l)P.11ltilR7l T.+ s Cr 34 '* *`.'I 4• s ... ' l�itCt3 + 3' max ata i tccr vrt�t;t)ae of tbbr sci'rrtic(es,t►f'tLie lislttrh=;M4 at The Tr* « acaitc(7rrat+!l+csKrC wtas.8lr.Amttoa7-.Trt►lM-aa. An Ass 1utK JW441 t% tax-utti[M ICAil' bit so Awd as to lud blot III t4>u.3s rctib yixt. Itr IR a y+utrC and tiFTt+rst tf I It d as�►ri others:tit OVA dcea it Cmd tunny Pc+�lr,tl,r Ott.. + t' a„t _cam :�; _, his r Iitz:Il�lts ,i►6ti►;(ikC ,nowt 7 2t4t . '�ft �,�'� � �,4ii.�ilu�t:nt.bAnRrttp~rlSr'tnl but xtto,uai tot3aK'ttre►i�zttataat+s.tucx.;uttt:ty tr Y . � t." -� * #z�4 ;'�F rum+dlufl?.tb�it�tt'ul.`�ti►iecstcri: and,Wtv1:OIulta tuitlLr<w' '"'Ct.t�r+- vr't4Ntc t fl G.�t•! .' iF- ?yim tti'4 bs wt++tt a bookdtltttd.1ww3a.t`Ttatt�313f NfitY:lRAjtt! t'tttn t"LTu1 p 4:.! Iy _�O+raft( atetesrNs Je�ltimsaur h"bwn ttnseiiils to Qttwdx V tb� , 1l )� ' �. z rrir iufuciisttliwt la,t s trttlt<di'Hutt*'ouuatt7:_lie bas,board altoat ibt liTtXlu y _jwl,lr of(,7UtY�M�+ I0. [t1#a1r�Yth you bar*Ujx7ittilM�. 14tY1 ti very s.4 . ,-• .... atal.+tat to>� ut usots abott. -.It is WC this""M 43 gown(&�rrtcotorr as :'its A •1; Orl-4rtunity v),hare:a tdw w1th you:, tben'torti tutrl hi m that C wuUld arrltr jwt=4yts tiotdatt Hutt yun iraut4wt ksnst.wlio Ae vraii it hu eiaiw bir sa aypu4ttiatiRuc. Q -that Soia•+oill.ta*tia nay twlttott.tbt4i]lbe+rtY'un It+ur ltiiaw Aut L tli(o4t 3 W , tsht. trill bad that 3eaiihl"O is UVU worth tirrbi3te.`. �_ f�1 `r� l.iT� `' d� � • nli°�'1�'�3'�►�. ' �• cC�FaiotA. , " t4'•', :lir.Jt.�inrs::.I bairn lttsre n list of irritin�;articlt�.by Israuel Fp- the'.iltted I abur 1'ews auit upj%=rtug to the Duirr a►wtlt 11iii,to tworpatute that lint into the reeoitl. t ,: ur:NIowtts..ALL(Imirmati,utay that be inrorpartited. the mord( 'roomer S=u.-That will be dotse: (Tito document raferr6l-to was ma_rloed 9U6bit 1o. 190 and�a roa Aups TAMWlkwar* t ? 4 1 I .' ✓ ' R '` _ •- DilllY�rkw.July A I�fil.• � ,t itaillr Nyartitr:3�antceyt7r 3U.�2��ti9. 4 r ''z:' �Y. :l .` �y,�l(,t�.1tit•PC�'Itrj a�+�yXtiXw�.��♦���sCt�Xy�pg y .l .,^+3X � y� fs�;,42` !kt(l,C wi4ktr.Rerrotber I.IAtft. tRiil�xv rkec,Attic t VA.IM.pate 1 Warker,Amt 15,311(9, loge Iktlly Mutter,$eptrmber 6.3040.rose : K z -r - „t - - 1►alts lrwia rf'�t 14'? To=+�. -"� �k � , t`:PAW 1t'orictir:ktePtes+,>l+�r 1(•µ!(t;,0,']`apt s a n - - - a { ♦: '�""�" i r.hiotatls.'Dud yw known s1t>��Yttlllimt� s�BW141si -' ,tf3^u`n�tn'c.' r� :L, `♦_t•ia S /�rS,.��3�•�.Tj*+j r.` { 1-, /'��r j` . l ` '�•G h ' _y' _ - Xr.llysn++t�..�. Did you l�imr him t0.�«�,lQ{W R1 !7 >:4 ♦ ;.�i 'M' 'Y.ty ., ]Itr.Strnttz.'Ye�,sir,i!rave niet hires bath at the b�r3ttn of t._ this Communist ' sbii.op'at the aflices a#.Sotl+rt Ta- �'�� 3r =v�r Soviet tp_ _rind _NIr.3loettrs.•Do yaitti kknoiaw him to be s Cammi�r atlioan denxn ebndi �'. Mr. Bu �• . , Visif Vi+-f Aq..�.f. M..a.w.�.. { Yi•Y L / f";jE,- < _ . Mr Isunlc kr_ Ye,s,sur; he+ ! ±�f v Y • - - � - _ w-. - ..-t... ,.^,rtyY+.'•j=J n• =R..wr 1. tr.f• .1, { � treion Calendar THE TRUTH ABOUT ?HE FILL `'OPERATIO\i A BOLITiO?�"' SUPPLEMENTAL TO HOUSE REPORT..110_ "Y1 EIGHTY-SIY'I'H CONGRESS. SECO-MD SW-.10%- COMMITTEE ON bi-XAl1ERICAY ACTI'CiTIE3 HOUSE OF REPRESENTATIVES ' h F.iGHTr-SEYEh?H CONG#E= FIST SESsIUK may,.. octowels.lull rpt i • � , �,2i ;• � r For S"bs tip swommftimM I+w►a•at:CA U+�traacM n ' r • :� M'+ttir��tr.+l•. hie�YSax► .apart .1+.► ,:i �K k� .:. � SSG+✓'��; -TRVJN,asovr TRX mac -OPZRA au e>sOUmox 33, I?istrict of else Couinius L Party and himself identified as a member of _ the ,arkv b.irituessos�orho have teslified before this eonunittee v° I hen Brown was called to the witness stand oa the afternoon of 4t,� Ntai l2,Avtd&sw iosa-tolus feet and attemptbd to makes motion to` -� *- disqualify the subeouuaittee. The San Francisco Fsaminer reported that as liubcommitteo Chairman Willis and the committee counsel were tx1L•irte to one another— Andersen nothe -Andersen .had kept talidng ignoring both, 1Trllis and er Arens. A voice from the audience shouted: "Sit elotirn,Ion R&L" , Another voice, apparendy�directed at the fust beddrr, t=• Shouted. +Shutu von lftckaj." • ,�. �r. �: Arens hie nett witness and Andersen retired. On the last day of t1m hearings,hfsy 14,as relics Chid Cahill was completing'Lis.testimony on the rioturg of the before,:the sub- committee chairman,AIr: ed him for,the conduct of the SanFrancisco police during the hearings. 'At this point,Vincent Y` ILllinan,.attorney for two,of the witnesses in she heanuM jun►pol up and a4outed: ". x• . ' ,. T.was present at the outbreak of that, and the statement ,, • made`by Chief Cahill is entirely untrue. I would Eike to.address the Committee and testify as to what occurred, that the prorocatism was not on the part of, those clu'ldrea. .: .George,Brunu,:,attotneyfor.rouagl)oagh�a.�Yachter,attemptnl to rise t.,crake at of personal privilege. He was overrided by the pia . ; subcommittee chairman. Norman .Leonard appeared;before the committee.as counsel for J Ilertioam Edises. Leonard is a law partner of.identified Commursin " 'h Party members Geuge Andersen and Bidisrd Ghidstein. When the cownntten counsel -ed fir. Leonard to identify, himself, he mails the following completely faire statement the eounruittce: T• ,, .1 ou address me as counsel lir.Assns,but the fact of the hatter is that therules`of this committee do not permit ale to `function e•Qectirdv as counsel. I mM simply be hera toad-.. , rise,htr.Ed'iscs. Your owe rirlea do not permit the ttornrr _ ►¢, to function inthe�a that the Bar of America,permits then JJ X . to function annul is the Graf that they Janction before other committees of the Congress. $. w vrMPt nA?r0` ` •c ,yr,.ri. r_' f Communist I+artr member.Wil iam Mandel in his:appearanee on � �•%�r' the witness stand,did his best to imtffl i;tQ and eontcmpt-of the i Cmmittee among-those in the audience. He addressed the members ;� of the committee is— 4.* Iioaorslde beaters of ebildren and sadists •• • dislin- •'`• .r .f h rgcttShe�i Dtstleta!R2arrnb'the Clothing of i gentleman • • o r • �1M�Ii+1iM 1M�`lf►�n.4�;r � �•i% r. � `ei �K '•" ?'i, ��� fiyY'� «'f � q J� THE TRCM AMOCT ZM't7lt It OPIMATSM AMOLTOWf' fir d�aitwd the romu:.ttte as a W 'M'aP s constituted—; that a diel not gyre W:a{prct:"l•ut hii: =snot contempt'';a4 at oeepoiat'is his urstimpa�►. m!irlr.t4*. y i Ni.•aing statement: if Pu think-that Earn going to coaperate wide this collar tion of dttlases, d.'mcn>iirbo sit thus is ciolatos,of;flus. t'nited Statea t`oastitutinn if, 'on think l rill; ooprat� with you is any wr,you are ingan�e. E" �lat,dd s perhl atue was not at all untuuat." �tha eoatctsry; r-r tspiosl of the perforta,s no put on by ani C;ummaui3t_.riene ;' di:.r ar.►ther auzi*flus 3 daof hrariags 7}�fallow-mg are sc►tne of the epiIbets hurled at:tha corumittrr •���.�„c:i.•:.-aitorases riucing the h,tisri*with flus ohviotta iutent�;or�rhitr- un". st't►►hatlaaeta in he hrsritrg'rrant tato ottfbursU►"istul=a•=tr•is;: ,4 a n;t the rotnt,etttM t rxaa. Buvry [to Chairman 1t'dh,:j You a►uttrl - Thi;is another ima of die al tempt to in ai,et to dens them the right. nuke ,w1ilge.,to ; • - .. - atieadstwtts - •:• • puriwscs of this committee are to tut Ate-Wit v r,---SMs,to try to smear.thew • •' '. (ften a disorderly spectator is ejected fmm,ther`b!arine Why 13 she being put out, Mr.C%sirmans .Are only,the y,�Mators allowed himthat;][ou w-aut in here?:, <; This is part:of this wdurle rtciou;;trach hunt. Mydou'c - Want,per,ldch,•ie who appoos theta. e _ivx Leaner: You are 'dedicated to the ptn+ervati<+rr of white supmuncy and to segregatiuos and Iynchip p: You are,+lrdicatnl to the destrurtion of freadom.of tbottgdtt, ". :;.•r doth of the speech and asxetubh,azul ot'asoeiatioa: d�r+r rte ytcrtraxt r_ i believe the rowtuitter has sbuile, tual:undatncutaUr ciulate;the Constitution *�• • • • • a Itety cov you gap or any other witch hunt.eommrttfe puri I aiU b^ctpl,r>;c,i to the witch lrtnta. ` \taunx Isrcaa-►Gutecrsr • ' • one of tile`pe�rposai:of ibis committeeis to Wing people to public scorn and tiattve thaiu to he their,joie . . . I.xtasu lisnc"v:`• • • they',toommittei taetu1A@n1 !u777.0 b- vert the Constitution,•..-•.. In the .Board of Supervisors of Contra Costa County, State of California August 19 , 19 75 In the Matter of Claim for Damages. Mr. Matthew T. Rossoni , a minor, by and through his mother, Ms. Patricia A. Rossoni , 1107 Polson Street, Martinez, California 94553, by and through his attorney, Ms. Charlene P. Rosack,. Attorney, at Law, 333 Franklin Street, San Francisco, California 94102, having. filed with this Board on July 25,1975 a claim for damages in the- amount of $3,729; IT IS BY THE BOARD ORDERED that the aforesaid claim is DENIED. PASSED by the Board on August 19, 1975. 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. cc: Claimant Witness my hand and the Seal of the Board of Public Works (3) Supervisors Attn: Mr. Broatch affixed this 19th day of August 19 75 County Counsel J. R. OLSSON Clerk County Administrator ►� '� ' By_�( 111' 2 CZ-','- d-;Deputy Clerk H 24 12/74 - ISW Linda Franks 00356, In the Board of Supervisors of Contra Costa County, State of California August 19 14 75 In the Matter of Approval of Agreement for Private Improvements in Minor Subdivision 44-75, Alamo Area, WHEREAS an agreement with Vern S. Ryan, Inc., 2565 Stone. Valley Road, Danville, California for the installation and completion of- private improvements in Minor Subdivision 44-75, Alamo area, has been presented to this Board; and WHEREAS said agreement has been secured by an $826.20 cash deposit (Building Inspection Department Receipt No. 11720, dated: August 4, 1975) for the full amount of the costs for completion of the improvements required by the Board of Adjustment in approval of said minor subdivision; NOW, THEREFORE, on ,the recommendation of the Acting County Building Inspector, IT IS BY THE BOARD ORDERED that said agreement Is APPROVED and the Chairman is kUTHORIZED to execute same on behalf of the County. PASSED by the Board: on August 19, 1975. I hereby certify that the foreBana is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. • 1Alitness my hand and the Seal of the Board of cc Applicant • Building Inspector Supervisors Grading Engineer affixed this 12th day of August , 19 a J. R. OLSSON, Clerk By. Deputy Clerk H 24 12n4 - 15 Ary Cnag, 00357 MINOR SUBDIVISION AGREE ::.i!^ (51) Kinor Subdivision: 44n7. 5 (51) Subdivider: (Private Improvements) 2565 Stone Vallev Road, &mville (51) Effective Date: JIMP ll _ IC/72; (62) Completion Period: 03) Deposit: (faithful perf. 5826.20 - Receiyt No. 117268 8 477-5 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. I=rovements. Subdivider shall construct, install and complete private road and street Improvements, tract drainage, street signs, fire hydrants, and all imps ve=ents as required by the County Ordinance Code, especially Title 9 and including future amendments, and all improvements required in the approved parcel map improvement plan of this subdivision on file in the County's Building Inspection Department. Subdivider shall complete this work and improvements (hereinafter called "i:ork" within the above completion period from date hereof as required by Section 922-4.808 of the County Ordinance Code, in a good workmanlike manner, in accordance with- accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a con- flict between the irorovement plan and the County- Ordinance Code., the stricter requirements shall Govern. 3. Inprovenent Security. Upon executing this agreement, Subdivider shall, in accordance with Section 922-4.604 (3) of the County Ordi- nance Code, deposit as security. with the County at least the above- specified amount, which is the total estimated cost of the work, in the form of a cash deposit, a certified or cashier's check, or an acceptable corporate surety bond, guaranteeing his faithful perfor- mance of this agreement.` 4. 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 P._rd a legedly suffered, incurred or threatened because of actions defined bele r and including personal injury, death, proper: da::a&e, inverse cendernation, 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 parcel map improvement plan or accepted the improvements as copp'leted, and including the defense of any suit(s), action(s) or other proceeding(s) concerning these; C - "lie actions cans;nb" 1—lability are any act or omission (negli- gent or nen-neglicent) in connection with the matters covered by this agreement and attributable to the Subdivider, contractor, subcontrac- tor, or any officer, anent or employee of one or more of thea; D - !:on-Condit:-ons: T:.e promise and agreement in this section is not conditioned o: dependent on whether or not any Indemnitee has prepared, supplied, or approved any plan(s) or specification(s) in connection w'-th this kora: or subdivision, or has insurance or other indemnification covering any of these natters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 5. costs. Subdivider shall pay when due all the costs of the work, includint_: inspections thereof and relocating existing utilities required thereby. 6. 11onnerfarnance and Costs. If Subdivider fails to complete the work and is..,iraV0!--%:t1Lz witain the times specified in this aEreeaent or extensiona granted, County may proceed to complete them b� ct -1- _...._ or otherwise, and Subdivider shall pay the costs and charges there- for Ir-:ediately upon denand. If County sues to compel performance of this agreement or. recover the cost of cc--meting the i=rovenents,. Subdivider shall pay all reasonable attorneys ' fees, costs of suit, and all other expenses of litigationincurred by County in connection therewith. 7. Assi _nr..ent. If before these ir..provenents are completed this minor subdivision is annexed to a c.1ty, tae County may assign to that city the County's rights under this agreement and/or any deposit or bond securing them. 8. Warranty. Subdivider warrants that the said improvement plan is adequate to acco=fish this t•:or'.-. as promised in Section 2;. and if, at any time before the County's acceptance of the improvements as complete, the imrovement plan proves to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 9. No Waiver by County. Inspection of the work and/or materials, or approval olf work and/or materials inspected, or statement by any officer, agent or employee of the Courts indicating the work or any part thereof complies :pith the require.-encs of this . agreer-ent, or ' acceptance of the whole or any part of said work and/or materials, or payments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his oblisratien to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising frcm the failure to comply with any of the terms and conditions hereof. 10. Record Hap. In consideration hereof, County shall accept said parcel nap for fi with the Counter Recorder. COU1 _Y/ 9� COS^ SUBDIVIDER: (see note below) 43 Board o upervisors ATTEST: J. R. OLSSON, County Clerk By & ex officio Clerk of tae Board Designate of ial capacity in the business) BY O Note to Subdivider: (1) Execute Deputy acr.no:,ledgment form belor:; and ark► Cra g, (2) If a corporation, attach a certified copy of (a) t^e by-1mrs .APPROVED or (b) the resolution o: the MN 8 UAM Cmb Copp hoard of Directors, aut_crit;ng ft _ execution of this contract and of the bonds required hereby. State of CalifPprt15A, ) (Acknowledgment by Corperation, County of 6el,,7me ) ss' Partnership or Individual) On ,Clc S 7S , the person(t) whose name-00) is/,;pir signed hove for Subdi:�_cer and, who is kno:rn to me to be the individ- ual and officer or partner as stated above who signed this i.strument, and acknowledged to re that he executed it and that the c rooration or partnership named above executed it. .. d ' ROTARY VUBUC . CALWOMMA CW Ev"M APOC= -Notary Public for said .County and State swwwiw _W__ Nang (CCC Std. Form; Rev. 12/74) MJB:bw -2- r 00359 f � In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 75 In the Matter of Executive Session. At 9:45 a.m. the Board recessed to meet in Executive Session in Room 108, County Administration Building, Martinez,. California to discuss pending litigation and, pursuant to Govern— ment Code Section 54957.6, to consult with its representatives in connection with discussions of salary matters. PASSED by the Board on August 19, 1975. At 10:30 a.m. the Board reconvened in its Chambers and proceeded with its regular agenda with all members present. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director of Personnel Witness my hand and the Seal of the Board of County Administrator Supervisors affixed this 19th day of August . 19 75 c� J. R. OLSSON, Clerk By/ Deputy Clerk H sa 12174 . 15-M a M. Ne ?ed 0036 � s In the Board of Supervisors of Contra Costa County, State of California August 19 ' 19M In the Matter of Draft Environmental Statement on the West Contra Costa Ccunty Sanitary Landfill Project. Supervisor A. M. Dias, Chairman, Contra Costa County Solid Waste Management Policy Committee,, having submitted a report this day with respect to a July 14, 1975 "draft letter" report prepared by the County Health Department in connection with the U. S. Army Corps of Engineers' Draft Environmental Impact Statement on the West Contra Costa County Sanitary Landfill Project (permit application submitted by the Ricbmond Sanitary Service); and Supervisor Dias having reported that it is the Judgment of the committee that said draft letter contains statements which are not factual and policy type statements which do not necessarily reflect adopted county policy; and, therefore, it is the committee's recommendation that said letter not be forwarded to the Corps of Engineers and that the Board inform the Corps that the county has no comments on the Environmental Impact Statement at this time; and Supervisor Dias having further reported that the comments of the Director of Planning and the Public Works Director are presently under review by the committee; and IT IS BY THE BOARD ORDERED that aforesaid recommendations of the Contra Costa County Solid Waste Management Policy Committee are APPROVED, and the Corps of Engineers shall be so informed by copy of this order. Passed by the Board on August 19, 1975. 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: Corps of Engineers Witness my hand and the Seal of the Board of Solid Waste Management Supervisors Policy Committee affixed t,a9th day of At , 19 M Acting Health Officer Director of Planning J. R. OLSSON, Clerk Administrator By Deputy Clerk H sa i2daabtAc Works Director L. Kincaid Environmental Control 00361 in tha Board of Supervisors of Contra Costa County, State of California August 19, 1975 In the Matter of ) Report of the Special Jail ) Committee of the Board of ) Supervisors on SB 632 ) The Special Jail Committee of the Board of Supervisors, consisting of Supervisors Moriarty and Dias, having met with Senator John A. Nejedly, submitted the following report to the Board on Senate Bill 632: "This Committee, consisting of Supervisors J. E. Moriarty and A. M. Dias, met today at 1:30 p.m. with Senator John Nejedly concerning the effect of SB 632 currently under consideration in the Legislature. The Board of Supervisors has considered the matter of sufficient single cells over a period of time, and most intensely within the last few months. The County Administrator has developed this information on this subject beginning in early spring and has presented to us the alternatives by which additional single cells can be added at our Board meeting of July 28, 1975. Alternatives presented indicate that economically feasible redesign can accommodate a requirement of not less than one-third single cells as against total bed capacity. The Committee advised Senator Nejedly that it would accept the purposes of SB 632, which now requires all single cell construction in the new proposed jail, only if it accommodates the following positions which it recommends to the Board: 1. The Board adopts as a matter of policy that the operation of its new proposed jail emphasizes the establishment of programs for screening, classification and separation of prisoners as needed and adequate surveillance and supervision of the prisoners. These programs have been identified and described in the legal opinion prepared by the County Counsel dated May 23, 1975. 2. The Board of Supervisors also adopts as a matter of policy that one-third of the total bed capacity of the proposed jail will provide sufficient single cells to support the above-mentioned programs and recommends the plans be modified to so provide. 60362 2. Finally, we have met with the Sheriff and are assured that this is a workable program and will respond to the concerns which have been expressed over the past few months. Upon review of this information, Senator John Nejedly told this Committee that he would make such amendments to SB 632 as would accommodate this County's position. In view of this agreement, we recommend that your Board adopt the attached resolution and instruct the County Counsel, _ County Administrator and Sheriff to present it totheAssembly Committee on Criminal Justice, which will hear this bill August 20, 1975 in Sacramento. Further, the Board instructs the County Administrator to meet with the architects and bring back to this Board for approval the necessary program to perform redesign on the existing proposed structure with the objective of producing no less than one-third single cells to total bed capacity." IT IS BY THE BOARD ORDERED that the report of Supervisors Moriarty and Dias is approved. PASSED by unanimous vote of the full Board on August 19, 1975. CERTIFIED COPY 2 certitj that this is a till, true a correct copy at the original dociunent whic!, is on file in mar.office. and that it 0a1,4 pa:+�Ml h vatted by the U=rd of Supervisors of Cewrn C_ftut Cera:,-. C2mornia. ov the date allohrn. A.1MST* J. i« County Clerk&ex-0=nc:0 Clerk oI said Board of Supervisors. by Deputy Clerk. Originatinq office: County Counsel and Countv Administrator cc: Assembly Committee on Criminal Justice, c/o Co. Adm. Countv Administrator Countv Counsel Public Vorks Director Sheriff-Coroner 00363 In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 In the Matter of August 19, 1975 Board Order on Report of Special Jail Committee of the Board of Supervisors on Senate Bill 632. The Clerk wishes the record to show that the third paragraph of the August 19, 1975 order entitled "Report of the Special Jail Committee of the Board of Supervisors on SB 362" should be inter- areted as follows: The County Administrator developed information on this subject beginning in early spring and presented to the Board at its meeting of July 28, 1975 the alternatives by which additional single cells can be added. In the fourth paragraph the Committee advised Senator Nejedly that it (the Committee) would accept the purposes of SB 632 which now requires all single cell construction in the proposed jail only if it (the bill) accommodates the following -- positions which it (the Committee) recommends to the Board. In the ninth paragraph the "attached resolution" to which reference is made is, in fact, the August 19, 1975 order itself. THE ABOVE INFORMATION IS FOR RECORD PURPOSES ONLY. Mcrofiimed with board order 00364 : ,,.�: rC In the Board of Supervisors of Contra Costa County, State of California August 19 ]q 75 In the Matter of Preprint Assembly Bill No. 1, League of California Cities Action Plan. A letter dated August 12, 1975 having been received from 1+ir. Richard B. Watson, Executive Director, County Supervisors Association of California, transmitting a copy of Preprint Assembly Bill No. 1 proposed by Assastblyman Zahn. T. Knox relating to the regulation of land use and ne-ki an appropriation therefor, and suggesting that the county review salve with local city officials and submit any comments- thereon to the Supervisors Association; and IT IS BY TRE BDARD 0RDEM that the matter of aforesaid, proposed legislation is REFERRED to the County Administrator. PASSED by the Board on August 199 1975• 1 hereby certify that the foregoing is a true and corned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Ad ednistrator 1Nitnen my hand and the Seal of the Board of County Counsel Supervisors Director of Planning affixed this 19tiloy of August ]9 75 Public Works Director R. OLSSON, Clerk By Deputy Clerk H 24 12174 -AS-M L. Kincaid 00365 r In the Board of Supervisors of Contra Costa County, State of California August 19 , 19 75 In the Matter of Comments :on 1974-1975 Grand Jury Report. The Hoard having received letters from Mr. Harry D. Ramsay, County Sheriff—Coroner, and Mr. Edward W. Leal, County Treasurer—Tax Collector, commenting on the recommendations of the 1974-1975 Contra Costa County Grand Jury as they pertain to the respective county officers; and IT IS BY THE BOARD ORDERED that receipt of said comments is ACKN01%MEDGED. IT IS FURTHER ORDERED that, pursuant to Section 933(c) of the California Penal Code, copies of the aforesaid comments be forwarded to the Presiding Judge of the Superior Court who impaneled the 1974-1975 Grand Jury and that copies be filed with the County Clerk. PASSED by the Board on August 19, 1975. 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: Presiding Judge for Witness my hand and the Seal of the Board of Fiscal Year 1974-1975 Supervisors c/o Jury Commissioner affixed this 19th day of AU=t 19 _U County Counsel County Administrator /'� 1 J. R. OLSSON, Clerk ey Ak&cJ c . Deputy Clerk Helen C. Marshall H 24 8/75 10M 00366 CONTRA COSTA COUNTY SHERIFF-CORONER P.O. BOX 391 MARTINEZ. CALIFORNIA 94533 HARRY O.RAMSAY H. E'Hoswr SHIM07-cORON4t ASSISTANT sNwn L.A.GLOW August 4, 1975 ADMIN.sumus oMC= REPORT TO THE CHAIRM.=1N OF THE BOARD OF SUPERVISORS Warren N. Boggess, Chairman R E C E E D Contra Costa Countv Board of Supervisors AUG 5 1975 Administration Building Martinez, CA 94553 a. Q,.VJM soaRO OF SUPEitVISCi3 Dear Chairman Boggess: u r- �^ a In compliance with Section 933 of the California Penal Code I present my comments concerning the report of the Contra Costa County Grand Jur:-1974-75, their final report. Page 1 We generally concur with the co_=ents except that we are currently sending management personnel assigned to the jail to complete jail management courses. We do not send the deputy sheriff, he attends and completes the jail operational courses. Page 2 I have repeatedly stated that I do not authorize nor condone assignments anywhere in this Department for punishment u--poses. It Should be remembered that deputy sheriffs Who accept employ ment in this Department are fully informed that they can be assigned, and probably will be assigned, to all of the functions covered by deputy sheriffs and/or superior officers under my command. I also do not think the Grand Jury members conducted sufficient and proper investireaticn into this :natter to be aualified to make such statements_ (• ]Microfilmed"with board order 00367 ,r, Page 2 I am especially c^rtcerned that the Grand Jury urges me to ameliorate any negative political overtones which they ?^Plieve (or bave been told) Exist. The so called healthy active roles in the democratic election nrocesses that occurred during my campaign (and I suspect a handful of perennial eissidents were i_nvclved) were dec?dell u_nhealthv and on the national scene would compare with Watergate tactics. If DPoartment morale suffers, it only exists among those dist-idents who flung mud and everything else, but *ho nevertheless sal,* their champion lose. I bold no grudges. I don't have to, I am the winner. I won fair and honestly_ I am alirays aware of -iv life?org dedication to actually live ur to my oath. r ask this aruestion, Members of the Grand Jury. 11!iy didn't you talk this over with me and other members of this Depart;nent (loyal hard-—orking members) instead of wh^;never you talked with? Everyone knows I only exsect lovality to the community and to the Department. Dissidents, and unfortunately they exist in every organization, never seem to learn that a person gets what that person is trilling to work for. I concur with the value of a competent and a hard working social worker for the Jail. In fact, when a new jail is �- nb!7ained I believe will ne^d several or more social workers. ?7ew Jail Proposal It is difficult to say much more. s have said for the past 16 years as loudly as possible, "Contra Costa County meds a new jail". I still believe it should have been built ,,roars ago. Neither I nor those Sberiffs before me could do More. Page 5 The Dallas Countv Jail in T4'atas was not replaced. We tal':ed to authorities in Dallas. It was modified and the problem did rot relate to our concern. Dallas had neglected '-o ^rnvide program areas. OLr proposal would provide excellent vrocr_-am areas. The problem Contra Costa is oncerned with is th- cell size and the number of occun_ ants ate;maril��. 00OUB Pagc+ 3 Paae fi Contra Costa County (whatever type jail is eventually constructed) must cooly with the California law, not the minimum Federal standards. We concur that facilities for women inmates are needed. We are currently in the process of planning a work fur_rleugh cente_ In- '-,;,,r^, ha•*� b--:!n i rfor-med that we qualify far a Federal Lau, 'Enforcement Assistance Grant which will help, finance the construction. Sheriff' s Department Pages R throe rih 9 Wra r trongl v a -ee that �ousi ng for the Sheriff r s Depart-men`_ is de perately needed. T_ cannot. help but marvel that the members of this Department can do such an out- stand;nn job when you cernsider the veru limited .facilities they occunY. I hors, and I am. s re that the experiences of thn -est ha:•e ccnvi need all �-,f •-,s that we must do everyth'.^-^. to =tr---ui-CS neer fac liti-s for this Department as soon asand I am Iedicated to smrork toward. :hat to the best of my ability t;-u?v -ours, Y- rJ. Aroner ?MR:?m -/ cc: Arthur G. wi 1 L, County Administrator EDWARD W. LEAL • . ALFRED P. LOMELI COUNTY'MEASURER-TAX COLLECTOR ASSISTANT TREASURER-TAX COLLECTOR -First Installment of Taxes First Iastallmeat of Taus Due and Payable Delinquent on the First Day of November TAX COLLECTOR'S OFFICE on the Tenth Dar of December Second Installment of Taxes CONTRA COSTA COUNTY Second Instailmeat of Taxes Due and Payable Delinquent on the First Day of February 625 COURT STREET an the Tenth Day of April FINANCE BUILDING MARTINEZ.CALIFORNIA 94553 Pbonn(415)372-4122 August 5, 1975 REC VED AUG 5 1975 J. R OCSSON Contra Costa County Board of Supervisors .�co �ia co sO� 651 Pine Street i ' odpufv Administration Building Martinez, Californi 94553 1974-75 Interim and Final Report of Contra Costa County Grand Jury Audit and Finance Committee Gentlemen: This is in response to the Audit and Finance Committee acmnents contained in the 1974-75 Grand Jury Report. Page 3 - It was gratifying to receive the commendation on the new secured tax collection system as all involved had made an outstanding effort to improve the system and to make it function properly. The success of the system, in part, is evident in increased earnings from earlier investment of collections. Ref- erence eference is also made concerning the securing of receipts at night and during weekends. This problem, as in the past, results from the sheer volume of mail being received during a short peak col- lection period. As stated in answer to reports of previous years, the solution would be to provide the Tax Collector with a walk- in vault to accommodate the mail volume. I do believe we are both aware of the overcrowded conditions which exist in the Tax Collector's Office with no room for such a vault. Page 46 and 47 - Re-fe-rence is made to the delay in depositing unsecured collections. This problem will cure itself with the Installation of the new automated unsecured property tax collec- tion system now being devised. The new system is patterned after the secured system rare in operation. The system, even though presently being designed, will not be in operation until March 1, 1977. In the interim period, this office will continue to explore ways to reduce the time between collection and de- positing under the present system. Reference is also made again concerning, the securing of mail receipts during days of high Microfilmed witfi r=0 order 00370 Contra Costa County Board of &rp rvisors August 5, 1975 per,two" volume collection activity. This matter was commented on in the pre—cpath under-per 3. I should also 13k+e to set the-record straight in regard to the statement on page 66, COWN OMCE HUM. It was stated,, "Apparently no offices are open during the lunch hour_ at ,this.. date." While the Ti's Office is mandated'to be. open from 8:00 A.M. to 5:00 P.M., the Tax Collector's Office is not required to be open during the lunch hour eitber by state-law. or county ordinance, but has been open far the comenience of the taxpa fbr the past 20 years. Very truly Yours, MARD W. IEAL Treasurer — Tax Collector BM:dmb cc: Art1w G. Will, County Ac�u[nistrator_ 00 , fix. .: ,3s'., •.• ,�r ha 0d 44*s IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Appeal of R. D. ) and M. V. Earl from Planning ) Commission Conditional Approval of ) August 19, .1975 Tentative Map for Subdivision 4715, ) Reliez Valley Area. ) Raymond O'Neal, Owner. ) This being the time fixed for hearing on the appeal of Richard D. and Marilyn V. Earl from Planning Commission approval with conditions of the tentative map for Subdivision 4715, Reliez Valley area; and Mr. Robert B. Hodgson of the Planning Department staff having described the location of the proposed subdivision; and Mr. Ned Robinson, attorney representing the appellant, having advised that the steep access road directly across from the Earl house would create a potentially dangerous situation from runaway automobiles in addition to an increase in traffic; and Mr. Robinson, on behalf of residents of the area primarily concerned with traffic and drainage problems, having submitted a petition urging the Board to grant the appeal of Mr. Earl; and Nor. Robinson having suggested that the drainage problem be solved and necessary easements obtained before the proposal is approved; and Mr. Raymond O'Neal, subdivider, having stated that there would not be a significant increase in traffic, and having further stated that prior negotiations for drainage easements had been unsuccessful; and Mr. Robinson, in rebuttal, having again expressed the opinion that the drainage problem should be resolved before the subdivision is approved; and Mr. A. A. Dehaesus, Director of Planning, having advised that the letter of appeal did not contain any reference to the drainage problem but was primarily concerned with the access road, and having further advised that six conditions of approval of the subdivision relate to drainage; and Mr. V. L. Cline, Chief Deputy Public :forks Director, having noted that a solution to the drainage problem could be the formation of a drainage area or an assessment district, and having stated that the grade on the proposed access road was not unusual for that particular area; and The Board rembers having discussed the matter, and Sunervisor A. M. Dias having recommended that the hearing be closed, decision to be rade on September 2, 1975 at 11:35 a.m. ; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Dias is A??ROV D. PASSED by the Board on August 19, 1475. 00172 ro .... .- _ x • AL1 r fv F N` I HERMY CER TIFYthat the :foregoing is a true..aa� corrac r °E L copy of 'a:resQ?ution ,entered on Lne`;minutes ,of said Boa��. af' Sunsr visors on the' date: aioesad. 11,4 d Y.itness mg an and,, the Sea? is of the •Board' of Superyf��, eo ' 1975 1 dad of _August f _ ;., J. R. OL3SOZi, y BY7 r Deputy.CIrdrk and M. V Earl cc: R. D. Mr. R. O'Neal Public: Forks Director rY • , Director-.of Planning Y,d zn':3 y r' ry 373 n 9 t i t n i t. r .a r F' t IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFOR11IA In the :Matter of Appeal of Alamo ) Improvement Association and the ) Association for the Preservation ) of Danville Boulevard from Planning ) August 19, 1975 Commission Conditional Approval of ) L.U.P. No. 2056-?5, Alamo Area. ) Palmer and Virginia Madden, Owners. ) The Board having heretofore fixed this date for decision on the appeal of the Alamo Improvement Association and the Association for the Preservation of Danville Boulevard from. the Planning Commission approval with conditions of Application No. 2056-75 of Creative Learning Center, Inc. , to establish a nursery school at the northwest corner of Hemme Avenue and Danville Boulevard, Alamo area; and The Public Works Director having submitted a report stating that in the opinion of staff the proposal would not have a major impact on traffic and that the study indicated that the intersection does not r:eet the required (3) warrants for installation of traffic signals; and Supervisor E. A. Linscheid having advised that he had viewed the property site, that local residents were not opposed to the school but objected to the proposed location, and that it was their desire to maintain the area as residential; and Supervisor Linscheid having stated that a prior non- residential proposal in this general area had been denied by the Board, and having moved that the appeal be granted and the application of Creative Learning Center, Inc. , be denied; and The motion having died for lack of a second; and Supervisor A. ISI. Dias having commented that while it would be desirable to maintain the character of the area, it was the type of location the proposed service would need, and having suggested that the decision be delayed for 30 to 60 days to allow the applicant to work with the people in an attempt to locate an alternate site; and Supervisor Linscheid having reiterated that he did not feel Danville Boulevard was an appropriate location site and that he did not object to delaying the decision; and Supervisor W. N. Boggess having stated that he was under the impression that a delayed decision would jeopardize the funding for the proposed school; and Mrs. Paula 3orde, Director of Creative Learning Center, Inc. , having advised that a tire factor was involved; and Supervisor Dias having, asked if anyone opposed to the application felt that a 30-da;; delay would be beneficial; and Roy Bloss , representative of the San Ramon Valley Connunity Planning Co=.ittee, having expressed the opinion that the opponents i:ould be willjnE to cooperate; and 0004 .w ' x� ' s Supervisor J. P. Kenny having stated that there would probably be opposition to any site proposed, moved that the appeal be denied and the application be approved as recommended by the � Planning Commission; and The motion having died for lack of a second; and Supervisor Dias having moved that decision on ,this "- matter be continued for 30 days; and Supervisor Boggess, having opposed the motion. since, in his opinion, the proposed nursery school would not be a detriment to the area, called for the vote which was as follows: AYES: Supervisors A. M. Dias, E. A. Linscheid. NOES: Supervisors J. P. Kenny, W. N. Boggess. ABSENT: None. ABSTAIN: Supervisor J. E. Moriarty. The motion failed to carry. Thereupon Supervisor Kenny moved that the appeal be denied and the application of Creative Learning Center, Inc. , be approved; and The motion was seconded by Supervisor Dias and passed by the following vote: AYES: Supervisors J. P. Kenny, A. M. Dias, W. N. Boggess. NOES: Supervisor E. A. Linscheid. ABSENT: None. ABSTAIN: Supervisor J. E. Moriarty. cc: Alamo Improvement Association Association for the Preservation of Danville Boulevard Creative Learning Center, Inc. Mr. and !+firs P. Madden Public Works Director Director of Planning CERTmZ certify that this IDtrue o the or(g(na( d�"Itraent whlrh !r o d that (t waa nates 1 adnated 6(e (correct p�e., the dateo ha+m . ern (^-*a County. California.he DORM.on Clerk k a_off(c(o Clerk j. d R' OIS$ON. Coup h7 Dewy Ctesh. Board o[SuperrLori on AUG l 1975- J 003'75 In the Board of Supervisors of Contra Costa County, State of California August 19 . 19 75~ In the Matter of Petition With Respect to Blackhawk Boundary Reorganization. Mr. Lon Underwood, Deputy County Clerk, on August 18, 1975 having certified that the petition to the Board of Super visors of Contra Costa County for reconsideration of and repeal of, or in the alternative, referendum on the resolution ordering the Blackhawk boundary reorganization contains sufficient signatures of registered voters of Contra Costa County to qualify; and The Board having discussed- the petition .IT IS ORDERED that decision thereon is DEFERRED to August 25, 1975• Passed by the Board on August 19, 1975 I hergby 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. cc: Persons and Districts listed Witness my hand and the Sea[ of the Board of on Affidavit of _Mailing Sups-visors Director of Planning affixed this 1 h d f a,. County Counsel ay otst- - 19 75- County AdministratorJ. f[. OLSSON. Clerk County Clerk By Aileen Elder . Deputy Clerk ` H 24 5175 -12.500 00PI . r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Rudgear Road ) ImDrover.!ent, Walnut Creek Area. ) August 19, 1975 This being the time fixed for hearing on proposed improvements (modification of curve) of Rudgear Road at San 141iguel Drive, Walnut Creek area; and Mr. V. L. Cline, Chief Deputy Public Works Director, having advised that conditional approval (by the City of Walnut Creek) of an adjacent subdivision requires the developer to realign a portion of Rudgear Road situated in an unincorporated area; and Mr. T. Dudziak of the Public Works Department staff having described the history of the area and having outlined- alternate utlinedalternate plans for the proposed realignment of Rudgear Road (total cost to be paid by the developer) ; and The following persons having expressed their opinions with respect to the proposed plans: Mr. John Bayman, who presented a petition signed by residents of the area requesting that a plan be implemented which would not require removal of any trees and stated that area residents were not consulted in the preparation of the Environmental Impact Report; Mr. James Hazard, Walnut Creek City Councilman, who stated that the city required the improvement to provide a 25 mile per hour collector road to facilitate the flow of traffic; Mrs. Barbara T. Davis, who opposed modification of the curve because it presently acts as a speed control; Mr. Mike Pingatorre, representing the Livorna Estates Homeowners Association, who stated that the curve was a traffic hazard and recommended correction of same; Mr. Richard L. Davis, who spoke in opposition to any change in the road alignment; Mr. Rayfield Hunsinger, who opposed any plan which would I-enuire removal of his home; Ms. Harriet Lindeken, who expressed opposition to the proposed plan for improvement on the north side of the road (Plan D) ; Ms. Randi Long, representing the Livorna Estates Homeowners Association, who urged the Board to adopt Alternate D; Mr. Dean Wharton, who recommended that an open drain along said intersection be covered; and Mr. Rolland Hanilton, who expressed the opinion that a stop sign is needed at the intersection; and 00377 r The Board members having discussed the matter; and Supervisor J. E. Moriarty having recommended that the- ' Public k'orks Department_schedule a time for the Board members and appropriate staff to take a field trip to the site; and Supervisor Moriarty having further recommendedthat the hearing be closed, decision to be made on September 10, 1975 at' 11:00 a.m.; IT IS BY THE BOARD ORDERED that the recommendations of Supervisor Moriarty are APPROVED. PASSED by the Board on August 19, 1975. I HEREBY CERTIFY that the foregoing is a true and correct. copy of anorderadopted by the Board of Supervisors on August 191' . ' 1975• Witness my hand and= the Seal,: • of the Board of Supervisors affixed this 19th day of August, •1975. J. R. OLSSON, CLERK BY 1 � ^Deputy Clerk; Plai77 Craig cc: City of Walnut Creek Director of Planning Public Works Director County Counsel County Administrator 00,37, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Proposals ) for Community Food and ) August 19 , 1975 Nutrition Programs. ) The Board on August 12, 1975, in considering approval of an application to the Community Services Administration for a grant for a Community Food and Nutrition Pro ram containing three components (Community Gardens Project - 124,144, Food Buy- ing Clubs - $85 ,878, and Community Food Coalition - $25 ,154) 9 having approved the Community Gardens Project portion of the application and retained the two remaining components for review by the Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) with the County Administrator for report this day; and The Committee having reported that it had considered the two remaining components and, as a result of its findings , recommended that the Board deny approval of the Food Buying Clubs component and approve the Community Food Coalition component; and The Committee having further recommended that the Community Gardens Project and the Community Food Coalition be required to provide the Board with an evaluation of the projects under this grant prior to conclusion of the grant period; and Supervisor Linscheid having recommended that the aforesaid evaluation be submitted in the form of a written report within six months , and that said report include an outline of efforts made to obtain outside funding and to become self- sufficient elf-sufficient inasmuch as it should be clearly understood there will be no county funding available to replace federal funds upon expiration of the projects ; and Supervisor Kenny having suggested that the Board hear those persons present who wished to speak in support of the Food Buying Clubs components ; and Mr. William Sywak, representing North Richmond . Neighborhood House, having appeared and advised that the proposal for the Food Buying Clubs has the support of the Economic Opportunity Council and other agencies and has received encourage- ment from other organizations such as the Berkeley Cooperative Shopping Centers ; and Mr. George Johnson, Economic Opportunity Program Director, having appeared and suggested that in addition to the approval action recommended by the Committee, the Board not disapprove of the North Richmond Neighborhood House applying to the Regional Office of Economic Opportunity for funding to be granted directly, not to be administered through the Board of Supervisors , and Mr. Johnson having expressed the opinion that it is possible for organizations to become single-purpose grantees for use of federal funds if the Board has no objection, and having suggested this procedure offers a means of meeting the needs of the community and not incurring any obligation on behalf of the County; and Supervisor Linscheid having commented that if a direct grant were appropriate for the Food Buying Clubs , perhaps the Community Food Coalition program should be conducted in the same manner; and 00379 Mr. Johnson having responded that it: has been. the po-iicy of this Board that proposals for funding for allCommunity Action -Agencies be brought to the Board for-approval , and -Mat this Was. : the first time that the Board had been requestedto approve. of" an, agency applying for a direct grant; and Supervisor Kenny having recommended that the,.Board with- hold action on the Food Buying Clubs component 'to permit the , Com- mittee to further review the proposal , and Supervisor. Linscheid: having concurred with said recommendation; IT IS BY THE BOARD ORDERED that the recommendations' of the Committee members are APPROVED. PASSED by the Board on August 19 , 1975. CE.RTM- D-COPY ?: I certitp that this Is a fust:true do correct`copy.of the Original document which if on cite in-my otticat and that it was t►�srd-^ a�ioptMi t,c the t r and nr Superrisom of con:rn Coeta coiult:.,CatFlorni:w�w the date Rlioa-n. AT IMT J. R O1.SS�OL:, E'ount� Clerk&esotticio Clerk of said Board of,Superwbora , by-Deputy cterk. AUGl'-9 1975 f cc: Committee Members Economic Opportunity Program Director Director, Human Resources Agency County Auditor-Controller County Administrator 7 00 r F THE BOARD OF SUPERVISORS JAMES P. KENNY.RICHHONO WARREN N.BOGGESS IST DISrOUCT CNAIRM`h ALFRED M.DIAS.SAN PaSLO CONTRA COSTA A COUNT 1 JAMES P. KENNY 2ND DISTRICT J VICE CHAIRMAN JAMES E. MORIARTY.LAFAYE:TTE ADMINISTRATION BUILDING. ROOK 103 JAMES R.OLSSON,COUNTY CLERIC 3RD DISTRICT AND EX OFFICIO CLERK O/THE OOARD WARREN N. BOGGESS.CoNCO/to P.O. BOX 911 NRS.GERALDINE RUSSELL ATH DISTRICT CHIEF CLERK EDMUND A. LINSCTSC HEID. PITuRG fAARTIfYF=Z. CALIFORNIA 94553 PHONS 228.3000 9TH DISTRICT EXTENSION 2371 August 19, 1975 AMENDED REPORT OF ADMINISTRATION AND FINANCE COMMITTEE ON COINZENITY FOOD AND NUTRITION PROGRAM GRANT APPLICATION On August 12, 1975 your Board considered approval of an application to the Community Services Administration for a grant. not to exceed $155,000 for a Community Food and Nutrition Program, which contained three components as follows: Program Approximate Amount of Grant Community Gardens Project $24,144 Food Buying Clubs $85,878 Community Food Coalition $25,154 Subsequently, your Board approved the Community Gardens Project portion of the application and retained the two remaining components for review by the Administration and Finance Committee with the County Administrator for a further report to your Board on August 19, 1975. On August 18, 1975 the Administration and Finance Committee considered those two components and,as a result of its findings, recommends that the Board take the following action: 1. Deny approval of Food Buying Clubs component on the grounds that the scope of this Countywide program would require more careful consideration and planning time than was made available under the grant application deadline. Furthermore, the Administration and Finance Committee seriously questions the proposed use of $85,878 of public funds for establishing such Food Buying Clubs. . AS AMENDED 1. Withhold approval of Food Buying Clubs component by Committee and retain in Committee for further review. Aug. .19, 197 ..00381 A Microfilmed with board order 2. 2. Approve the Community Food Coalition component on the grounds that such a program would be more feasible in a short period of time as it would coincide with existing efforts of the members of the Community Food Coalition. :a Furthermore, it is recommended that the Community Gardens- .. , Project and the Community Food Coalition be required ,to provide the Board with an evaluation of their efforts under this grant prior,_ to the ,conclusion of the grant period. Aforesaid reports:'•shaZZ be: submitted in writing within 6 months, and shall include a. statement. �N of the efforts made to obtain outside funding inasmuch as it is clearly understood there will be no county funding available to xreplace federal funds upon expiration of the projects. : d� s q ?.S J- 7.eY E. A. LINSCHEID J. P_ KENNY Supervisor, District V Supervisor, s ict I r; 00382- IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Hearing on ) Proposed County Budget, Special ) District Budgets and County ) August 19, 1975 Service Area Budgets for ) Fiscal Year 1975-1976. ) This being the time fixed for hearing on the proposed county budget, proposed special district (other than fire district) budgets and proposed county service area budgets for the fiscal - - ' year ending June 30, 1976; and Supervisor E. A. Linscheid, Chairman , Administration and Finance Committee (Supervisor J. P. Kenny, member) having submitted the committee 's report containing its comments and recommendations on the proposed county budget and noting that the budget as now proposed will result in an increase in the county tax rate; and The following persons having commented: Mr. W. Smith, 1100 Bailey Road, Pittsburg 94565, who requested deletion from the budget of Reclamation District 2059 funds for the provi- sion of ferry service to Bradford, Jersey and Webb Islands; Mr. W. Baker, Executive Vice President, Contra Costa Taxpayers Association, who presented com- ments and suggestions of the Association on the proposed budget; Mr. H. Manis , 1316 Rockledge Lane, Walnut Creek 94596, member, Contra Costa County Emergency Medical Care Committee, who requested consider- ation be given to improving and intensifying emergency services; Mr. C. W. Borton, 56 Mariposa Court, Danville 94526, representing Alamo-Danville Senior Citizens , who requested establishment of a senior citizens center in the San Ramon Valley; Mrs. D. Crouch , President of SPAY of Contra Costa County, and Mr. R. W. Leland, who urged that funds be provided for an animal spay clinic; Ms. D. Chaney, Development Administrator, East Bay Regional Park District, who requested inclusion in the budget of funds to be used for Point Pinole, the Martinez waterfront area and the Eugene O'Neill home; Dr. W. Landis , County Department of Education, who requested support for the Marine Ecology Research Project and the Regional Occupation Program; and The Chairman having acknowledged receipt of letters from the following: Mayor R. L. Holmes , City of Concord, requesting allocation of funds for a local transit system; 00383 F. Mr. D. P. Burke, Chief of Poiice, City of Walnut Creek, urging that forensic blood testing' be :provided .by; the; County Criminalistics Laboratory; Ms. DeAnne Jarvis, 800 Vaqueros Avenue, Rodeo 9457210 urging inclusion of fundsinthe budget for a .spay clinic; and Supervisor J. E. Moriarty having requested that the Office of County Administrator prepare another alternative budget. plan which will be a third layer of cuts and which :will result in no county tax rate increase; and 3T IS BY THE BOARD ORDERED that -the hearing -on the proposed budget is continued to Wednesday, August 27, 1975 at _9 a.m. and ,;that thematterof budget review remain as a referral to the Administra. tion and Finance Committee. PASSED by the Board on August 19, 1975. CEx77F Comp I Mintz that this is a full. true a correct copy of the original document whichW.on Me t:t my office. and that it was t>axped F adopted be the+Beard of superwimrs o[Contra CoK'a Count Ca:4Cornia. o^ the date shown. ATrfmT: J. IL. OLSSO'4.4. Conn:: Clerk&es-officioCleric of said Board of Superlvbm fh.ir ct�rAU G,19 ,1975 . On ------ cc: A & f Committee County Administrator County Auditor-Controller Mayor, City of Concord Chief of Police, City of Walnut Creek Ms DeAnne Jarvis �Q THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY7ELE VED August 19, 1975 1975 UPWIsoRS REPORT a co OF ADMINISTRATION AND FnwcE COA!!iI'mm ON PROPOSED BUDM FOR 1975-1975 FISCAL YEAR In accordance with the usual practice of the Board, the Proposed Budget for the 1975-1976 fiscal year was referred on June 24, 1975 to the Administration and Finance Committee for review. Due to the substantial budget increase proposed, all budget requests for County programs and services were subjected to very careful examination. In performing its review, the Co®mi.ttes was ever mindful of the Board's responsibilities to the onerous property tax burden shouldered by the property owners of our County in this period of rampant inflation. The Board must concomitantly consider the public service needs of our residents and must discharge our responsibilities where mandated by State and Federal law to the best of our ability. As indicated by County Administrator Arthur G. Will in his Budget Message, the forces of inflation - anied by recession have placed an intolerable burden upon the County which is basically Limited to the property tax to finance its operations. Inasmuch as the property tax finances less than one-third of the County budget, it is extremely vital to the County as to what occurs with respect to the other two-thirds of the financial resources. The most significant portion of other financial resources is the financial assistance provided by the State and Federal governments for programs conducted and administered at the local level. Actions taken at these other levels to restrict their financial obligations by approving closed-end appropriations at approximate prior year levels obviously ignore the increased fiscal requirements neces- sary to cope with inflation, recession and additional case loads. ANcrogmed with Eioend order VL 385) 2. Several uncertain factors at the time the Proposed Budget was prepared which determine tax requirements and the tax rate are now available, although subject to some minor modification prior to adoption of the Final Budget. The assessed valuation rolls presented include a substantial increase in valuation of approxi- mately 13.5 per cent. This increase in valuation will result in additional property tax revenue of approximately $8.1 million. on the other hand, preliminary figures on the available balance of the General Fund show a decrease of about $3.2 million from the previous fiscal year. This decrease results from higher expenditures during fiscal year 1974-1975 due to inflation and increased welfare case loads and the reduction in County revenue sources resulting from the economic recession and the previously mentioned actions taken by the Federal and State govesanents to restrict their share of "partnership" programs. The results of changes in assessed valuation, available balances and --mended major actions taken by the Camittee to date are summarized below: 1. A decrease of $3,382,878 be made to the Proposed Budget resulting in a total budget of $207,095,754. 2. A decrease of $1,409,830 be made to projected revenues which results in a revised total revenue from all sources other than property takes in the amount of $120,872,665. Staff is reviewing revenue projections based upon revised expenditure levels which will probably result in somas change although it is not contemplated that such revisions will be significant. 3. Dtili$ing estimated fund balances available of $4,724.943 to commence fiscal year 1975-1976, the above fiscal plan will require an estimated County Q tax rate of about $2.565 (an increase of $0.188) zgog3_" in all of the County except Richmond where the rate Will be $2.786 (an increase of $0.182) which excludes the County Id ary. 4. The above tax rates are calculated on the basis that all Federal Revenue Sharing Loonies of $7,682,891 (allocation plus interest) will be dedicated to financing current budget appropriations. Any allo- cation of Federal Revenue Sharing monies for purposes 00381 .....: .. ..:... 3. in addition to those included in the Proposed rem in Ll propertY tax requirements and a hPiNO tax rate. 5. The nen permanent positions included in the Proposed Budget in the total number of 353 have been reduced to a net of 176 {reflecting recOMended cancellation of 21 Social Service Worker positions currently vacant. Most of these positions are either fully or partially subvented, replacement of temporary positions which have been required on a fall time basis, and for staffing mandated programme and for facilities previously authorised by the Board of Supervisors. 6. All policy matters have been reviewed (schedule attached) resulting in an allowance for funded itasie recapended of $805,858, reduction in funded itis of $148,220, and one unfunded iter added of $53,600 which is offset by revenue. 7. Appropriations for various public assistance categorical aids have bean reviewed and revised downward by $2,381,100 in anticipation of continued improvement of economic conditions. S. An appropriation of $897,382 which includes all prior year allowances for the Aid to Cities program which were not obligated by the end of the 1974-1975 fiscal year has been rebndgeted. This budget in the 1974-1975 fiscal year was financed by the Federal Revenue Sharing fund. In view of the need to use the lederal Revenue Sharing fund monies to finance current County programs and services, the large rebudget amount and the need to curtail appropriations, it is proposed that the 1975-1976 allocation for this program be deleted. 9. The entire appropriation for additions and replacement of automotive and public works equip- ment in the mount of $1,136,439 has been deleted. It is recognized that some units will break-down which will be uneconomic to repair: in such cases an appropriation Eros the Reserve for Contingencies will be required. 00387 4. 10. An additional $500,000 is provided to cover the additionaI County obligation for the California Medical Assistance Programs as specified by law. This supplementary appropriation is required due to the increase in assessed valuation requiring a total increased County estimated obligation under the program. of $900,000. 11. An increase of $175,000 is provided for medical malpractice insurance based upon revised estimates. Second Level of Reductions In view of the substantial tax rate increase following the reco=ended actions for revisions to the Proposed Budget, the Committee developed a second level of budget cuts (schedule attached) which reduces by 10 percent across the line for all departments appropriations for temporary salaries, overtime, travel expenses, and deletes all appropriations for office equip- ment and furniture and furnishings. Also, a reduction of $500,000 for road construction projects is another major item. The result of such drastic actions would be to eliminate an additional $1,449,117 from the Proposed Budget and a net reduction (including revenue reduction of $44,170) of $1,404,947. the net result of these actions would permit a further reduction of $0.054 in the tax rate to a total of $2.904 outside of Richmond (an increase of $0.134) and a decrease of $0.053 to a total of $20733 inside Richmond (an increase of $0.129) . Inasmuch as this second level of budget cuts has serious implications, this fiscal plan for a second layer of reductions is presented to the Board for careful consideration. Social Services Deficit Since 1972 the amounts of Federal money available to partially finance County social. service programs have been circumscribed by Federal law. This has forced this County to seduce its level of social services. This zednctioa is most clearly evidenced by attritioning social work staff down by over 80 employees over this period. Fiscal year 1975-1976 finds the current allocation of Federal service dollars short of requirements to finance the reduced level of about 280 Social Workers by about $3 million. Further exas- perating the situation, the potential for a reallocation by the State of unused social service is substantially diminished over past years. 00388 5. The Administration and Pinance Comittee Is that the Hoard consider taking the following actions on this matter: 1. Freeze for the balance of fiscal year 1975-1976 all vacancies in the social Worker and Social Work Supervisor classifications with the exception of 15 Social Worker Trainee positions. 2. Direct the County Bdainfstrator and the Director, Sumas Resources Agency to submit to the Board by October 7, 1975 a report identifying further rednctions in social service program which will be necessary to either eliminate or restrict the deficit in social service funding. 3. Establish as Board policy that Contra Costa county will take such actions as necessary to reduce social services co®ensnrate with Federal and State allocation of funds. 4. The Board order the Director, Hunan Resources Agency to discontinue certain services as more particularly described in attached aI randum dated August 13, 1975, subject "Service Program Priorities." it is further reconn ended that the Director, Human Resources Agency, with concnrreace of the County Administrator, be authorised to take necessary administrative actions with respect to the various issues that may arise upon imp'esientation of the curtail- went and elimination of social services consistent with the adopted Board policy. Other Re— :kndations The budget review process affords an opportunity for review of County procedures and practices. It is the opinion of the Committee that the following actions be approved by the Board: 1. The Coeomittee is ace - rued with the increase of $355,145 for telephone services. It is reeog- nixed that additional costs are required for rate increases, the installation of the Centres system in the Martinez area, and to service neer locations. However, it is suggested that the County Administrator review the staffing needs for the PBX installation in Martinez and establish o®3sg 6. procedures for maintaining control of tolephous units necessary to serves departmental nseds. 2. The Office of Emergency Services requested that $11,048 be provided to install 11 warning sirens to augment the present system of 16 sirens. The Caosittee seriously questions the need and advisa- bility of maintaining a siren warning systme. It is recommended that the Director of mrrgeacy Services be ordered to deactivate warning sirens in order to save utility and costs. 3. In reviewing the increasing cost of insurance, the Committee vas advised that the Civil Servide Dspartaent together with the office of County �trator are devmlopinq a plan for a self- insurance elfinsurance program for vorkers' compensation insurance. The County administrator also advised of the current difficulties in asranging for insurance coverage of the medical aalpractioe risk. Thepotential for savings by self-insarinq through retention of a portion of the medical malgractioe exposure should be explored. 9w County Administrator is directed to COMPlate, these studies at an early date and present findings and recommendations to the Hoard for review as to possible lesrsntatfon actions. 4. The County Library budget aro up substantially due primarily to now libraries opened at Pinole, Noraga and Vgnacio Valley. it is again recon coded that the current Hoard policy with respect to County Library systr e�cpansions be reviewed and that a master plan bs developed to restrict further additions to high priority areas to develop a realistic method of maintaining control of future financial. obligations. 5. A number of requests for County financial assistance for the Marine Ecology Research Project WM) were referred to the Committee for review and reacs►- mandation. Inasmuch as this is a spacial education project to benefit students of school districts, it is a financial obligation of the districts. The County should not be involved in tht foaatioa 003zW y. s 7. of financing educational for youth although such program may be desirable and beneficial. It is that no County funds be provided for this project. 6. The budget for the Contra Costa Coanty dater Agency was also reviewed. The efforts of the Dater ?agency should be e i ini n ab i n at tbis point and the Committee sees no reason or justification for a budget of $408,388 for this purpose. It is noted that a Grant in Aid for Project 1M discussed in 5 above in the amount of ;30,000 is included in the listed appropriations. It is r-ca■-ended that this appropriation of $30,000 as wall an an additional $70,000 for various Consultants (a total amount of $100,000) be deleted from the hater Agency budget. 7. The County Board of Education and Superintendent of Schools has requested that the Board of Supervisors levy the special school tax necessary to raise Comity tames in the revised amount of $215,486. It is indicated that said amount is required to maintain the program level consistent with that of the 1974-1975 fiscal year. This request is approximately $130,000 more than for the tax levy for the preceding fiscal year as a result of a reduction in State funding. In accordance with Board policy which declares the intent of the Board not to provide additional local taxes to offset reduced Federal and State financing unless mandated by lav, the Committee recommends that the Hoard authorise a tax levy in the same amount as provided last year--;83,702. 8. The request of the Assessment Appeals Hoard for an increase in compensation from $50 per half day to $75 per half day was referred on July 15, 1975 to tbia Comittee for review in conjunction with its analysis of the budget. The prevailing practice of other counties of compensating members of the Board and the calendar of time consumed at meetings has been reviewed. It is racoamQndsd that the compensation be to $60 per half day for Assessment apQeals Board members. 00391 8. Siumury The proposed budget previously indicated after the recommended reductions (first cut) of $247.1 million is an increase of $18.4 million over the budget for the 1974-1975 fiscal period. The major areas of increase are listed below: . Welfare Administration, Social Services and Categorical Aid Programs (excluding salaries and wage benefit increases, of $1.7 million) $ 8.7 million Gross Salary and Wage Benefit Increases 6.9 . California Medical Assistance Program Liability to State .9 . Medical Malpractice and Workers Coeepensation Insurance Premiums Increase .5 . Inflation and other Adjustments 1.4 TOTAL $18.4 million As previously indicated, available balances have decreased $3.2 million, leaving a total additional budget requirement to be financed of $21.6 million. The additional property tax revenue from increased assessed valuation is about $8.1 million, leaving a gap of $13.5 million to be financed to the extent possible from other revenue sources with the balance coming from increased property taxes. Analysis of budget requests to finance County programa and services presents many difficult problems. Although many of the requested programs are desirable and of public benefit, priorities must be established as it simply is impossible to finance all such programs. fiscal realities of today make further imposition of property taxes on our already burdened property owners extremely difficult. The grim fiscal situation in fiscal year 1975-1976 has been brought about by many socio-economic factors. It would ease the Committee's apprehensions as to the future fiscal position of the County if inflation were to abate, full employment were to become a reality, poverty be eliminated, criminal acts diminish, family 00392 9. break-ups resulting in reliance upon public assistance for family maintenance cease, and other social ills be eliminated. It is not only the heavy tax burden which is so difficult for taxpayers, but also the purposes for which public sector expenditures continue to soar which is exasperating. However, we must be realistic and realize that future fiscal demands will oontinue to be mandated upon local government to deal with these socio-economic problems which are not subject to rapid change and that inflation and high unemployment will continue at a level which will be a difficult problem. An a result of this situation and from our analysis of the current budget, it is readily apparent that the priorities for County services must be established and cut-backs ordered where possible. County government cannot continue with 'business as usual" as the taxpayers can no longer afford the ever-increasing price tag. -commendation In view of this situation, it is recommended that the Board direct this Committee and the County Administrator to develop a financial plan for the County and initiate a program of expendi- ture control to implement said plan when approved by this Board. Furthermore, pending development and approval of such plan, it is reoonrnded that the Board order all requests by departments for filling currently vacant positions and future vacated positions be referred to the County Administrator for review and approval. The County Administrator should evaluate these position requests with the avowed purpose of approving only those which are needed to provide a legally mandated service, to staff Board approved projects and new facilities, where failure to fill the position will result in a loss of related offsetting revenue and when critically needed for the protection of life and property. Con- comitantly, to effectively establish such position control, all appointments of temporary help shall also be referred to the County Administrator for review on the same basis. It is ecomended that the Board of Supervisors consider careZully the budget revisions proposed end the stern expenditure control measures suggested by your Committee; and hear the public which desires to co ent with respect to the Proposed Budget and requests for Federai Revenue Sharallocations. . A. . __T_fW Supervisor, District v rvi r, t ct 1 00393 REVISIM- S TC PROPOSED BUDGET f. APFROPR ATIO FS Fiscal Year 1975-1976 Increase Decreme, 1. New Permanent Salaries $9159280 Wage Benefits $317,795 Fixed Assets - New Positions 156,034;. 2. Plank Acquisition Various Projects (ger schedule) 1359285 3. Public Assistance Programs Revised Categorical Aids 2,381,100 4. Various Policy Matters Per Schedule 94,620` 5. Aid to Cities a. Rebudget Prior Allocations 8971,382 b. Delete Fiscal Year 1975-1976 Allocation 500,000 6. Equipment Operation Delete All Automotive and Public Works Equipment (replacements and additions) 1,1369,439 7. Insurance Medical Malpractice Insurance 175,000 8. Califirn.ia Medical Assistance Program liability to State 5000000 9. Permanent Salaries And Wage Benefits County-wide Fund Departments 61774,674 County Library 157,332 Reserve for Contingencies General Fund (Bal. 2,685,326) 6,7741674 Library Fund 257,332 10. County Library Audio-Visual Supplies 20,000 Reserve for Contingencies (bal. $90,000) 92,668 11. Superintendent of Schools Salaries and Wage Benefits 19,l4l 00394 2. ! Increase Decrease 12. Animal Control Professional Services (Veterinarian Fees; injured animals - $3,000•,' spay clinic - $15,000) $189000 13. Airport Subsidy Avigation Easement 29,300 14. Radio Facilities 4-mobile radios 4,800 MARS Project (Revenue offset) 10,340 15. Sheriff-Coroner Equipment for off-road vehicle law enforcement 10,840 16. Health Department 3-autoclave sterilizers 26,500 17. Medical Services Developmental treatment services for handicapped children (board approved) 5,500 18. Civil Service Temporary Salaries (IDP conversion) 6,200 Rent of Equipment 51,500 Professional Services 2,500 19. Walnut Creek-Danville Municipal Court Law Books 1,200 20. Planning Department Professional Services $6,000 Applied Costs 24,000 ✓ 21. Frost Warning Service Delete Program 1,050 22. Game Protection Appropriate Available Fluids 1,400 TOTAL $8,987,604 $12,370,482 Net Reduction 3,382878 GRAND TOTAL 00395 ._ Y 3. i ming Summary Fncsw;. Ceneral. Fund -$302449751 Library mod L12 568 `Fish and Game Rmd �'_` ° Superintendent schools 'Fund TOTAL $3r382 -8781 - t Y`1 t 5 REVISIONS TO PROPOSED BUDGET REVENUE ' Fiscal Year 1975-1976 Increase Decrease.: 1. Animal Control Increase License Fees $125,000 2. Jail State Aid for Construction (Women Security Facility) 277,500 3. Radio Facilities MEDARS 10,340 4. Social Service - Administration Additional Food Stamp Revenue 120,000 5. Welfare - Categorical Aid Revisions $1,8573,100 6. Grant (Policy Item) Emergency Medical Services 53,600 7. EQOperation Sale of Equipment 239;170 uipaient TOTAL $586 "O $1,996,270` Decrease (General Fund) - 11409,830 GBAND MAL $1,996,27& 1 996 270 00th."97 , ADDITIONAL PERMANF*TT POSITIONS f 1975-1976 Fiscal Year Budget Salary Unit Department Number Classification Date Cost 003 County 1 Supervising Administrator Management Analyst 10-1-75 $20,847 I Typist Clerk 10-1-75 010 Auditor- 1 Account Clerk II 10-1-75 $8,327 Controller 3 Account Clerk I 10-1-75 22 s 011 Data 1 Data Processing Processing Equipment Operator Trainee 1-2-75 $4,068 016 County I Senior Auditor- Assessor Appraiser 10-1-75 $15,369 2 Typist Clerk 10-1-75 13,372 3 , 035 Civil Service 1 Supervising Commission Personnel Analyst 10-1-75 $19,860 2 Typist Clerk 10-1-75 13 372 3 433#232 079 Building 1 Administrative Maintenance Analyst 1 10-1-75 $10,828 240 County Clerk 1 Cashier Clerk 10-1-75 $7,837 242 District 1 Deputy District Attorney Attorney I 10-1-75 $13,562 4 Welfare Fraud Investigator 10-1-75 51,196 3I3 Typist Clerk 10-1-75 20 058 245 District 1 Family Support Attorney-Family Collections Support Supervisor 10-1-75 $139772 1 Departmental Collection Assistant 10-1-75 8,904 3 Senior Clerk 10-1-75 SP6561 00398 Budget Salary Unit Department .Number Classification, Date Cost 255 Sheriff 2 Deputy Sheriff 10-1-75 $23,870 300 County Jail 5 Deputy Sheriff 10-1-75 599,675 303 Work Furlough 3 Sergeant 1-2-76 $27,180 Center 10 Deputy Sheriff 1-2-76 78,,264 3 Cook 3-1-76 13;068. 1 Typist Clerk 3-1-76 2,923 �l Account Clerk I 3-1-76 3.311 308 Probation 8 Deputy Probation Officer II 10-1-75 $103,640 1 Probation Supervisor I 10-1-75 36,041 Typist Clerk 10-1-75 1 314 Juvenile Hall 3 Group Counsellor I 10-1-75 $27,465 320 Juvenile 1 Group Preplacement Counsellor I Unit (16/40) 10-1-75 $3x662 366 Animal 2 Veterinarian Control Assistant 10-1-75 $10,980 1 Intermediate Typist Cleric 10-1-75 7,,648 3 Intermediate Supervisor 10-1-75 30,690' 1 Kennel-man 10-1-75 9 046 7 pr Jb4 450 Health 3 Nurse Practitioner 10-1-75 $436647. Department l Home Health Aide 1 10-1-75 69,465 1 Account Clerk II 10-1-75 89327 I Typist Clerk 10-1-75 6,686 502 Income 46 Eligibility Maintenance Worker I 10-1-75 $359,186 Bureau 8 Eligibility Work Supervisor I 10-1-75 79,976 003w i. ld: 3. f Budget Salary,. Unit Department Number Classification Date Cost 502 Income 1 Eligibility Work Maintenance Supervisor II 10-1-75 $11,89%, Bureau 6 Senior Clerk 10-1-75 51,936. (continued) 3 Intermediate Typist Clark, 10-1-75 . 22;944" 8 'typist Glick 10-1-75 Si3�488. 1 Supervisint Clerk I -10-1-75 10062 18 Eligibility Worker I 1-2-76 92,124 3 Eligibility Work Supervisor I 1-2-76 19,668 1 Eligibility Work Supervisor II 1-2-76 7,805 5 Senior Clerk 1-2-76 28,425 2 Intermediate Typist Clerk 1-2-76 109034 10 Iypist Clerk 1-2-76 43S,850.-- 2 Supervising Clerk I 1-2-76 13 198 . IIS 508 Medical 2 Eligibility Services Worker 1 10-1-75 $15,616. Eligibility 2 Typist Clerk 10-1-75 11.372 " TOTAL ADDITIONS: 197 Deletions: 501 Social 6 Social Worker II Services 5 Social Worker III Bureau 2 Social Work Practitioner I 8 Social Work Practitioner II Total Deletions Net Total 176 $1,588;973 004 ` ..fl.. M { yY f f ty 4. ° F? S'ri 1 � yak tj Net Total^ Sala,sr Requirements Wase Benefits2 0 per cent) = � C �( ^_ 3i7 795 G�Q r ross .Cost teas: Estimated 4eiubursement NET•COUNTY COST 1 040 x A E F IN ril Ali . ti ti xrs --"znr� we,a : j JS''F YSvi`r'. M'4� �tfr'ra ; t. F a. r-x F y xL F'�n r t } j i Loa e, 1 4 , j �k �Klrc ry f 1 PLANT ACQUISITION ADJIUSTMENTS PRCD•POSED BUDGET FISCAL YEAR 1975-1975 4 -•r Decrease Increase 1. Martinez Civic Center (086) Land Acquisition $50,000 Back--uv Chiller Unit 102000 Refinish Exterior Walls Court House 340500 Administretion B'u.LidEng Remodel 265,000 Master 1- an 50,0000 Cal-Oshti Compliance Itams 25,000 Various Alterations 35,000 Parking Lots 15,000 A. Animal Control (302) Spay Clinic $48,00© 3. Childrens Shelter (104) Interior Wall Resurfacing 20,000 4. Jail (097) Pave Range Road 99000 Construct Women's Security Facility 3701,000(1) 5. Hospital (108) Shop Building 7,800 Re-roof Various Buildings 100000 6. Public Works (118) Corporation Yard Sites 102000 7. Garages (119) Road Superintendent Office Remodel 10,000 Re-root Storage Area 99300 Floor Main Garage 55,400 8. Leased Properties (106) Improvements, 2525 Stanwell Drive 54,000 Improvements, 215 G Street, Antioch 8,715 Subtotal $6150000 $480,715 Net Decrease 1.35,285 Total Net Budget Impact Net Decreased Appropriation $135,285 Additional Revenue Item 4) 277,500 MOffset by $277,500 of CCCJ Revenue Net County Cost - ,' 92,500 i POLICY. DECISION' FATTERS FiscaL Year 197 -1916 , N jfj Fuoded P611a items Allovie& r S' Description } t r 1 Economic Deve3 o Aent 135) { County Bicenterzi:�..al'Program $15,QQQ 20 - Pro'bativn.Departme*it (#343 �x5 Voluf --t- nteer BuBureauof +Gota__a Costa Co�saty ,ffuand court referral pro d f.`x 3 Aui= 2 ." k:: '.,SQcL81 Services. Burse (#501) a. Increase fees Paid to Subsidized 4; >t Poster romes from $40 to $SG per be month; �t)QQ b. Assistance to Concerted Ser _es, Pro iject Utilities 5. Social. Services Contracts and Projects (#507) f , Continue contracts for rehabilitation se=vices wzth:, h a. Contra Costa County. kssoci.at�on for the Mentally Retarded 17,,60o b. Martinez Bur. Lines IQ8;X20 ; c, Mt. 'Diablo Rehabilitation Center 91,,,OiOQ 6. Aid to. Fau lits ►.th De eadext Cbild}rea - BHI �p ry General Assistance (#53�i� r a. '' .Foster Home -ate `Increase. 12Q,34D b. uncollected F.meerg+ency Loans 250,000 s, 5 7. Park .Aeministration (041) ururease Contribution tai Delta Advisory Pl.anr ng Council 15 QQQ r , Total Funded PaliSy Matters Delete r RRedduoed ,. Economic.Devexr, ent (#135 u at}= Bicekxteonial Program :> 6,doo ... 2 Probation Department (*348 a. Contract for services Quest House. int * 36,Soo r b. Exgansioz� of services - Rices counniaity, Develtzpment Corporation 00 e f } t r gip' F� _ y' t �esGrip'.' ;'a'.1 AittOUllt S carda� Care.and Facilities (Adults sui x 9rr Druz$ 'e) 478, 4 Twmtk• MedicalSal y �- AR 4 Toa k, Deletions 14$ fi tUnfunded PoUcy:'Matters .Add a MKS 1. Human Resourca-s , genet' Speci Grant Trojects. Fn- erieney ,fed ral Servi s $5 600, x r Net t;-1mge to Proposed Bu+ci$zL 947"624' - r S y[W r xa t � > nr� * TqtaiIy,,funded ,bygr ant rev, rue - it t - s ' fi^ k - � f SECOND APPROPRIATIONS CLQ f FISCAL YEAR 1?75-1976 I Reduce All Budget Appropriations by- lowin 10% for the Foi Accounts: Reduction g 26, a. Temporary Salaries - General Fund $4379180 Temporary Salaries - Library 169800 Temporary Salaries - Superintendent of Schools 550 j Total Jg4A 530 ' b. Orertim - Cameral ]hood OMertim - Library t r. .L. Ov+ertiae - Superintendent of Schools Overtime - Airport Total $117,590 C. Other Travel - General Pfd $29,550 Other Travel - Library 510 Other Travel - Superintendent of Schools 350 Other Travel - Airport 20 Total 30t430 TOTAL REDUCTION 60, 0 Delete All Appropriations for: 27. Office Equipment - General Fund $226,046 Office Equipment - Library 51840 Office Equipment - Superintendent of Schools 925 Total235 2,811 Furniture & Furnishings - General Fund $43,660 Furniture & Furnishings - Library 2=796 Total $467456 Auto & Trucks - General Fund 61300 TOTAL REDUCTION $285,567 Reduce Following Appropriations : .28. Road Construction Defer Road Improvement projects $500,000 i i I 00 J5 I�I�IIIIIIIIDI�IIgAl�� ��IA�I�����I�I���I�I�I�IIIII�I,�� III III I�II�,III II IIIII�1�1111 4 IIIIIII�I II��IIpqIIIIImpII�� � N^v..Y..w r�'4- p. �r;✓..y},<+�w��r� _5 WAS a 11 SM I Sh MOO w r { t. 2. < i A� 3 k7 ism,4 #Imago p zd � ? yr t` Reductioa WAS 29, $pecisl 'Fiscal:Services "` _ xt WIG d Defer °System CO�oIIlDtB.` ,Z11 I ��x; also 4 NIM Economia Development f ' f.= Coatract 'Services II,.000A 9t �� r zq �- Total :R2dI1Cti0II r 56L 000 x41 x *p P { � y` -GRAND TOTAL:. l ':k44 II7 " r �x3 � � k ,a�. r R 5 Is N�e X tOgg b r� NA;.{'� d owning d. `P 66''�gJ• RAW f �x y i et rG � x �a ,x } f,. , " NITS V� i t � 2 r � ��^�� �° s * rr �' * � �1 +' rsr► <2 ,, -�- !•'tis ate/' i CONTRA COSTA COUNTY HUMAN RESOURCES AGENCY SOCIAL SERVICE DEPARTMENT s TO:• R. E. Jornlin DATE: August 13, 1975 FROM: Edna Hilty cc: Bob Nof m■ n SUBJECT: SERVICE PROGRAM PRIORITIES In response to the issues raised by the County Administrator in his pr*- posed budget for Social Services (pages 230-233), the infoiwtion herein is provided for use of the Administration and Finance Comittee of the Board of Supervisors. At present the Social Service Department has responsibility for these mandated programs: Information and Referral Services for all persons in the community Protective Services for Children Protective Services for Adults Out-of-Home Care Services far Children • Out-of-Home Care Services fjr Adults Child Care Assessments Health-Related Services . Family Planning Homemaker-Adults Chore Services--Adults Employment Mandated AFDC Services The above services are all mandated by Title XX. In addition, the Depart- ment has responsibility for: ' Homemaker for Children Other Employment and Rehabilitation Services for Non-Talmadge Registrants Employment and Rehabilitation Services for YIN Enrollees Special Services to Strengther Parenting of Children Narital Counseling Services Noney Management Services for Children and Adults Special Services to Assess Needs of Aged, Blind and Handicapped Individuals Services Related to Sheltered 4orkshops Adoptions Licensing for Day Care, Foster Care and Residential Care Services Conservatorship Services Neals on Wheels .Food Recruitment Spanish-Speaking Translation 004 R. E. Jornlin ..2_ August 13, 1975 Included in tha above are services providedthrough the Rodeo Convunity Center and to General Assistance clients. In adds tion, five social workers are in specialized asiicnments including the feiicrwing: No. of Assignment Positions Children's Shelter Social Services and Liaison, including Emergency Placement for Children under age 7 1 Adult Placement Resource Spec'_list and Liaison to Mental Health 1 Foster Haat RecruiT—'-� 4ild Emergency Home Coordinators 2 Non,emaker P- v- 3:" Specialist 1 Staffing of ptograris described above would total approximately 328 positions as stated in our initial budget request. At that time we had 287 workers assigned these positions. However. as of 8/1/75 there are 278 social workers assigned. In addition, the Department has authorized 15 Social Work Trainees, :Z Co=nity Assistants or Aides, 14 Vocational Counselors and 2 WIN Coordi:.ators. These also are utilized In delivering the Services described above. The Department is riot staffed to provide all of the above Services. The Aftinistrator's budget stated on page 231 , "The adoption of the budget at the recommended level (280 workers) will require your Board to decide which Services shall be discontinued." Suggested program changes in order to stay within the constraints of a budget of 280 workers are listed below. Staff time, thus freed, would be transferred to more essential program assignments In order to deal with serious staffing imbalances reswItiing from continued freeze on social nock positions. 11e. of ftitions Istnts ad Appeals Specialist (in process . W aesp d 1 Transfer two positions (one vacant) to Health Dept. , Alcoholism 2 Reclassify Medical Services Eligibility Chief to IN position 1 Remove Social Security outstationed staff 2 Transfer one practitioner to HRA Contracts (B. Proctor) 1 1-tlete liaison services (;tedi-Screen .75; Housing Authority .75; Discovery, Mtz. . .75; North Rictuaiand Halfway Ei::use .5; Food Pantry .25; Public School liaison .5; Neigh- bor;io,rd Centers for Allied services .25; Liaison for Mentally Retarded Workshop .75; 4.5 L'elfte Volunteer Services Coordinators 2 Df:rete Meals on wheels Coordinator •5 Delete I rc—Emplo%:,ent Readiness Gru :; for Mothers 001UO � i I, pi I i imi i Sugg i ip i,i qi,�u I i i V I I I I Ilpl!i�iouiiuimii oiliilVV!III I i I I I,1119111 i t �, Ir' R. E. Jornlin -3- August 13, 1975 No. 'of Positions • Delete Nutrition for Aging Liaison .75 Terminate Conciliation Services 3 Remove two Service workers from the 64 program 2 Delete all SAU "other` Employment-Related services 9.5 Return all Child Day Care Licensing to the State 8.5 Delete Child Day Care Recruiter .5 Delete Child lav Care Protect and special assignment (B. Lipsett) 1 Terminate Adult Money Mum9ement Services 2 Delete AFDC Money Management Services 1 Reduce Adult Chore Services 3 Delete Adult Hom mmmaker Services 2 Delete Chi l d liomreeaker Services 1 TOTAL POSITIONS 48.5 ' P 'The following paragraphs describe some consequences of the actions as- recom- mended above: I. Outside of actions already in process, changes above would be a major redmiction in level of services provided to AFDC Talmadge registrants, dropping of all responsibility for Child Day Care Licensing except for the .536,000 lhint mance of Effort item and staff to certify "exclusive lo!` lames, el initiation of all l iaisaas swept 4m directly related Y «l 66rd ssMce, and a re6 ctian Is ria er/Chore Services 2. This Department has not yet implemented the I'm P aker portion of .the w: Homemaker/Chore progs'atm as mandated since 1/1/74. However this county, alamg with others, may face some kind of penalty by the State if we fail to implement the program. Time progra■h adeiaistrator believes that the Chormr Service program imam can operate with three less workers. 3. The County has yet to receive the anticipated directive permitting reduc- tion in SAU services. Our County would stop doing eh■mployability assess- ments and gnus limit services only to those mandated for MIM participants or otherwise listed in Title XX. 4. Deletion of liaison services will undoubtedly be felt by the conmunity. It is, however, nW recommendation that the districts not be staffed for these services; and that each Service'Manager be given responsibility for utilizing his stiff time in such a way as to meet minimum essentials 00 409 R. E. Jornlin -4- August 13. 1975 for such services within his area of jurisdiction. Assigrzents>might be given to unit supervisors or cownunity aides, depending upon the nature of the liaison. Social Worker or Practitioner time in liaison services would be limited to the police departmuts. S. Eliiination of Conciliation Services rill have a serious lmpact ow our relationship with the Judges Mia will have to includt this service.asI' , part of their own budget. There is a potential for increased rAFOC grants.: and need for social services if Conciliation Services are not available-. However,, the new Title XX regulations will limit shatrply persons eligible for these services to lets than 50% of the persons now being. served. Taking the steps described above will enable the Departtiawt to reassign-staff to programs where their services are more essential EH:mh OQ,4 k In the Board of Supervisors of Contra Costa County, State of California August 19 , 1975—. In the Matter of Adjournment in Memory of Mrs. Edith Dal Porto and Mrs. Mamie Washburn. The Board having learned with sadness of the deaths of Mrs. Edith Dal Porto, pioneer of the eastern end of Contra Costa... County, and Mrs. Mamie Washburn, mother of the Honorable Thomas .!','- Curtin, Judge of the West Judicial District; IT IS BY THE BOARD ORDERED that its official meeting of August 19, 1975 is ADJOURNED in respect to�`the memories of Mrs. Dil Porto and Mrs. Washburn. PASSEVjby the Board on August 19, 1975• 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. Witness my hand and the Seal of the Board of cc: County Administrator affixed this 19th day of August 1975 J. R. OLSSON, Clerk By /' r Deputy Clerk +4 24 12174 - 15-Mkaxo;"Craig 4014 0041 r j And the Board adjourns to meet on 4 at in the Board Chambers, Room ?: Administration,.; Building,, Martinez, California. t:. W. N. Boggess, Chairman ATTEST: J. R. OLSSON, CLERK Deuuty 041-2 r,. SU"MARY OF PROCEEDINGS BEFORE THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, AUGUST 19, 1975, PRWPARED BY J. R. OLSSOY, COUIatTY CLERK AND EJC-OFFICIO CLERK OF THE BOARD. Approved personnel actions for Medical Services, Public Works, District Attorney, Health, Probation, Public Defender, and River Fire Protection District. Authorized appointment of J. Fussel.man at Salary Level 388, as requested by the , District Attorney. Denied claim for damagesfiled by M. Rossoni. Adopted Traffic Resolution hos. 2139 through 2141 and rescinded Nos. 979 and 1258. Authorized Real Property Division to negotiate for lease of space for District Attorney, Public Defender, and Public corks Department. Established county position in support of Senate Bill 1282 pertaining to autho- rizing the charging of a fee for chemical analyses in connection with drinking driving offenses. Waived reading and adopted Ordinance No. 75-34 rezoning certain land in Danville area, Applicant A. and D. Morgan (1953-RZ), to Single Family Residential District-40. Authorized Director, Human Resources Agency, to sign fee-far-service contracts with certain physicians utilized by Health and Medical Services Departments. Authorized .County Librarian to dispose of certain financial records, papers and documents dated prior to July 1, 1973. _ Authorized Chairman to execute the following: Amendment No. 2 to extend duration of contract from Aug. 15 through.Aug. 29, 1975 with P. Shapiro for preparation of County's CAP Multi-Year Plan; Documents accepting Head Start grants in the total amount of $63,194 from the U. S. Department of W.1 for the OEO programs; Agreement with K. Giles for provision of evaluation services in connection- with Consumer Action and Education Project for period Aug. 1, 1975 through June 30, 1976; Agreement with Friends Outside of Contra Costa County for provision of coun- seling and assistance to families of inmates in County detention facilities in connectionwith Contra osta County Safe Streets Act Project for period Aug. 1, 1975 through June 30, 1976; Agreement with Vern S. Ryan, Inc. for construction of private improvements in M.S. 44-75, Alamo area; Agreements with J. Nelson and R. Grady in connection with inspection services at 2525 Stanwell Drive, Concord area. Recessed to meet in Executive Session to discuss pending litigation and to consult with its representatives in connection :•:ith discussions of salary matters. Approved recommendations of County Solid Waste Management Policy Committee. vrith respect to report prepared by County Health Department in connection with U. S. Army Corps of Engineers' graft Environmental Impact Statement on :Fest Contra Costa County Sanitary Landfill Project. Authorized Public Works Director to complete improvements in Subdivision 14.0-70, Pacheco area, and authorized County Counsel to initiate action to recover costs in excess of cash deposit free developer and/or bonding company. Approved recommendation of Special Jail Committee (Supervisors Moriarty and Dias) that one-third of the total bed capacity of the proposed county jail be single cells. 0A13 August 19, 1975 Summary, continued Page 2 Referred to: Administration and Finance Committee (Supervisors Linscheid and Kenny) for report August 25 - proposed agreement with Contra Costa County Deputy Sheriffs Association for extension of 1975-76 sick leave benefits to employees represented by said association; County Administrator - letter from U. S. Department of Labor advising that Public Works and Economic Development Act Title X funds are available for. certain CETA Titles II and VI projects; letter from County Supervisors Association of California transmitting copy of Preprint Assembly Bill No. 1 relating to regulation of land use and making an appropriation therefor, and requesting submission of any comments thereon; Acting County Health Officer and County Counsel - request from Orinda residents for assistance in obtaining a permit to build an addition to their hoine; Director of Planning - request from Richmond resident that certain land be included in the Open Space Easement Program; County Auditor-Controller - request from Central Contra Costa Sanitary District that tax rates be levied for FY 1975-76; copy of Budget Composite and resolution establishing FY 1975-76 tax rate for Stege Sanitary District; Administration and Finance Committee, County Administrator, and County Auditor - memorandum from Superintendent of Schools requesting Board levy a tax for FY 1975-76 for maintenance of the Regional Occupational Program; County Librarian and County Administrator for review of county policy relative to use of county library facilities - complaint from R. Johnson with respect to use of county library facilities. Acknowledged receipt of comments of County Sheriff-Coroner and County Treasurer Tax Collector on recommendations of 1974-75 County Grand Jury Report; and memorandum from Director, Human Resources Agency, relative to county financially supporting the position of a Coordinator for the Concord Social Activity Center. • Adopted following numbered resolutions: 75/647, extending 1975-76 salary and benefit adjustments for certain Project Positions as are tied to positions in regular classified service, effective July 1; 75/648, 75/649 and 75/650, approving annexation of certain properties located adjacent to Arlington Lane, Kensington area, to Underground Utility District No. 14; establishment of Underground Utility District No. 15, Antioch area; and additional extended services (street sweeping) to County Service Area NI-19, Orinda area; 75/651 through 75/656, authorizing County Auditor to .cake certain changes in assessment roll; 75/657, authorizing its Chairman to execute Satisfaction of Lien taken against property of R. Jir-arson; 75/658, accepting as complete contract with Syar Industries, Inc. for asphalt concrete overlay of portion of Willow Pass Road, West Pittsburg area; 75/659 and 75/660, accepting as complete construction of improvements in Subdivision 4337, Orinda area; retaining for one year surety cash deposit; and - accepting Courtney Lane as county road; and fixing October 7 at 10:30 a.m. as time for hearing on proposed name change of aforesaid Lane to Martin L. King Circle; As Ex-Officio the Board of Supervisors of Contra Costa County Flood Controi and Water Conservation District, referred to Public :forks Director for recommendation bids received for landscaping on San Ramon and Green Valley Creeks, Danville area; and authorized Chairman to execute consulting services agreement with Riffe, Peters and Jones in connection with stabilization of banks on portions of San Leandro Creek, Moraga area; and approved acquisition of property from J. Bridges et ux in connection with Harper Lane, Danville area. Authorized County Administrator to execute a rental agreement with C. Matlock for county-owned premises at 1125 Mellus Street, Apt. 3, Martinez. Awarded contracts to Oliver de Silva, Inc. for reconstruction of portions of Port Chicago Highway and Pacifica Avenue, nest Pittsburg area; Lafayette Tree and Landscape Company for maintenance of median landscaping, Arlington Boulevard, Kensington area; and to M. H. Hansen Construction Company for maintenance of border landscaping, County Service Area M-12, E1 Sobrante area. W)414 August 19, 1975 Summarv, continued . s- Page 3 Rejected bid - submitted br R. Quat.�;an median lardscapi�a for the folio.. - Inc. as ircoplete !or Bancroft Road, �-alnut Creek area, and Projects: Treat maintenance of d creat Boulevard from Buskirk to Boulevard from Vine Hill Road to August 19, 1975 Summary, continued Page 3 Rejected bids submitted by R. Quatman, Inc. as incomplete for maintenance of median landscaping for the follo:ring projects: Treat Boulevard from Buskirk to Bancroft Road, Walnut Creek area, and Pacheco Boulevard from Vine Hill Road to Second Avenue, Pacheco area. Awarded contracts to Contra Costa Landscaping, Inc. and M. H. Hansen Con- struction Company for median landscaping of Treat Boulevard, Walnut Creek area, and Pacheco Boulevard, Pacheco area, respectively. Awarded contracts to Rhodes Petroleum Equipment Co. for construction of fuel tanks, Richmond Corporation Yard, Richmond, and to M. H. Hansen Construction Co. for park and road landscape maintenance, CSA M-11, Orinda area. Authorized Public Works Director to: Correct street and local drainage problem in Green:vood Drive drainage system, Rollingitiood area- Execute contract with 11. D. Stricklin et ux for acquisition of certain property on Greenwood Drive, Rollingwood area; Refund cash deposit accepted to guarantee completion of certain minor drainage deficiencies in Subdivision 4254, Danville area. Authorized energization of street lights, Subdivision 4594, Danville area. Closed hearings and fixed Sept. 2 at 11:35 a.m. for decision on appeal of R. Earl from Planning Commission conditional approval of tentative map filed with Planning Department by R. O'Neal for Subdivision 4715, Reliez Valley area; and fixed Sept. 10 at 11 a.m. for decision on proposed improvement (modification of curve) of portion of Rudgear Road, 'Walnut Creek area. Denied appeal of Alamo Improvement Association and Association for the Preservation of Danville Boulevard from Planning Commission conditional approval of LUP ?!o. 2056-75 (Creative Learning Center, Inc., applicant), Alamo ares:. Awarded contracts to the folio:-ring for projects as indicated: Contra Costa Landscaping, Inc. - maintenance of median landscaping, various streets, CSA M-8, Discovery Day area; 1-4. H. Hansen Construction - park landscape maintenance, CSA R-5, South Danville area; Lafayette Tree and Landscape Company - landscape maintenance and weed and litter control, CSA M-4, San Ramon area, and landscape maintenance in median and border areas, Buchanan Field Airport, Concord. Continued hearing to Aug. 27, 1975 at 9 a.m. on proposed County Budget, Spec..sl District Budgets and County Service Area Budgets for FY 1975-76 and matter to remain as a referral to the Administration and Finance Committee. Approved Community Food Coalition component of application for a grant from Community Services Administration, :eithhela action on Food Buying Clubscomponent, and requested written evaluation of components approved, including effort to obtain outside funding (Community Gardens Project component previously approved) . Approved name change of portion of Camino Andres Road, :•lest Pittsburg, to Evora Road. Approved plans and specifications for median landscaping at Stone Valley Road- Green Valley Road intersection, Alamo area and authorized issuance of purchase orders to Richi:ay Landscaping of Concord in connection therewith. Deferred to August 25, 1975 decision on action to be taken re Blackhawk boundary reorganization petition. Adjourned meeting in respect to the memory of 1:rs. Edith Dal Porto, pioneer of Eastern end of county, and i'.rs. ' a-ie 'Lashburn, mother of the Honorable Thomas F. Curtin, Judge of the ::est Judicial District. 00415 q.+4 The preceding documents , consist of 415 Pages. „r ;Y-